Loading...
HomeMy WebLinkAbout89-1011 Midwest Consulting etry 6L%,zk CcPy g9- poi\ AGREEMENT FOR CONSULTANT'S SERVICES between THE CITY OF ELGIN, ILLINOIS KANE COUNTY and MIDWEST CONSULTING ENGINEERS, INC. 5151 North Harlem Avenue Chicago, Illinois 60656 PROJECT DESCRIPTION The Rehabilitation of the National Street Bridge over The Fox River located in Elgin, Illinois. AGREEMENT FOR CONSULTANT SERVICES National Street Bridge Rehabilitation Elgin, Illinois ..*k 0a4e661z, THIS AGREEMENT, entered into this tl day of geptember, 1989, by and between the City, hereinafter referred to as the CITY, and MIDWEST CONSULTING ENGINEERS, INC. , a tirm 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 profes- sional services in connection with the proposed improvement: The rehabilita- tion of the National Street Bridge over The Fox River hereinafter reterred to as the PROJECT. 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 8 inclusive. Executed by the City of Elgin, State of Illinois, acting by and through its City Council. ATTEST: 41W CITY CLERK NAGER Executed by MIDWEST CONSULTING ENGINEERS, INC. ATTEST: 111 P21'6141/1/41 " IDENT MCE037/7 -1- National Street Bridge Rehabilitation CERTIFICATION OF THE 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 1 herein represent has: (a) Employed or retained for a commission, percentage, brokerage, contingent fee or other considerations, any firm or person (other than a bona fide employee working solely for me or the above consul- tant) to solicit or secure this contract;.. (b) Agreed, as an express or implied condition for obtaining 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 consul- tant) any fee, contribution, donation or consideration of any kind, or in connection with, procuring carrying out the contract; except as herein expressly stated (if any) : I acknowledge that this certiticate is furnished to the CITY OF ELGIN, Illinois in connection with this contract and is subject to applicable State and Federal Laws, both criminal and civil. ) ci — PRESIDENT LIATE /�/ J��� MGE037/7 -2- National Street Bridge Rehabilitation CERTIFICATE OF THE CITY I hereby certify that I am the CITY ENGINEER of The City of Elgin, State of Illinois, and that the CONSULTANT, MIDWEST CONSULTING ENGINEERS, INC., or their representative, has not been required directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: (a) Employ or retain, or agreed to employ or retain, any tirm or person; or (b) Pay or agree to pay, to any firm, person or organization any fee, contribution, donation or consideration of any kind; except as herein expressly stated (if any) . I acknowledge that this certificate is furnished in connection with this 'AGREEMENT and is subject to applicable State and Federal Laws both criminal and civil. • DATE CITY ENGINEER CITY OF ELGIN MCE037/7 -3- DELETION AND AMENDMENTS TO THE ILLINOIS DEPARTMENT OF TRANSPORTATION'S STANDARD AGREEMENT PROVISIONS FOR CONSULTANT SERVICES, DATED 1977 1. Incorporation by Reference The Illinois Department of Transportation's "Standard Agreement Provi- sions tor Consultant Services", dated 1977 hereinafter referred to as the "STANDARD PROVISIONS", are incorporated and made a part of the AGREEMENT except as deleted or amended hereinafter. (STANDARD PROVISIONS' section references are shown in parenthesis) : 1.1(SP 1) Definitions pertaining to the project shall be as set forth in Section 1 of the STANDARD PROVISIONS, amended to add the follow- 1.11 (SP 1.18) Wherever the word DEPARTMENT is used, it shall be construed to mean the CITY OF ELGIN, except the word DEPARTMENT shall also include the Illinois Department of Transportation in Sections 1.0, 2.24 and 2.32 of the said STANDARD PROVISIONS. 1.12(SP 1.20) Wherever the term Director is used, it shall be construed to mean The Director of Public Works of The City of Elgin, Illinois who is in charge of the work under the AGREEMENT. 1.2 (SP 2.41) The CONSULTANT shall invoice the CITY, not the Liaison Engineer as provided in Section 2.41 of the STANDARD PROVISIONS, in a format mutually agreed to by the CITY and the CONSULTANT. NY E037/7 -4- 2. Scope ot Work 2.10 Phase II Engineering The CONSULTANT shall complete the following work: A. Perform typographic survey and elevations on West approach to bridge. B. Prepare permit drawings and applications for submittal to Illinois Department of Transportation, Division of Water Resources for storm sewer outlet connection to Fox River. C. Prepare contract plans, specifications and estimates for the rehabilitation of the bridge. The plans are anticipated to consists ot the following: Description No. ot Sheets Cover sheet with quantities and notes Bridge plan with details 1 Structural details 1 Bridge approach pavement design 1 Traffic Control and stage construction Plan 1 Total 5 sheets D. Develop special provisions. E. Prepare final estimate of costs. F. Submit approved drawings to Illions Department of Transportation, Division of Water Resources for approval. MCE037/7 -5- G. Prepare Bid Documents which are anticipated to consist of the tollowing: - Bid Notice - Bid Proposal - Special Provisions - Contract - Contract Bond H. Assist the City in bidding process: - Prepare bid notice, notify contractors, and attend bid opening. - Review bids and prepare recommendation for award. - Prepare construction contracts for submittal to CITY and Con- tractor. Consultant will prepare contract plans in accordance with Section 6 of the STANDARD PROVISIONS, except as modified below: 2.11 (SP 2.31b) Delete the words "or wrongful". 2.12 (SP 6.42) The CONSULTANT, not the DEPARTMENT shall perform and furnish all work under this item. 2.13 (SP 6.46) This Section is modified to read the CONSULTANT will enter unit prices and accumulate costs. 2.14 The CONSULTANT shall furnish the CITY the following documents and plans. Copies will be provided as needed: A. Final contract plans: 36" x 22" Mylar Reproducibles B. Special provisions: Original typed on 8i" x 11" white bond paper MCE037/7 -6- C. Estimate of Cost: Original with prices and one copy without prices typed on form (8i" x 11") D. Upon 50% completion of the final design, the CONSULTANT shall reevaluate his preliminary construction cost estimate. Any variation in the estimate shall be reported to the CITY for appropriate action. 3. The CITY agrees to furnish the following: A. All presently available right of way and survey data and information regarding the existing bridge structure and previous rehabilitation work including standard details and standard specifications adopted by the CITY and other available data useful to the work being done , by the CONSULTANT. 4. Project Schedule The CONSULTANT shall commence work on Phase II within five (5) calendar days after date ot authority to proceed. The work will be completed and delivered to the CITY within the following period: Activity Completion Date Notice to Proceed 10/1/89 • Complete Field Survey 10/13/89 Meet with City to discuss Project Specific issues 10/20/89 Submit Preliminary Plans for Review 12/1/89 Meeting with City to Review Comments 12/8/89 Submit Pre-Final Plans for Review (Concurrent submission to IDOT-DWR and Soo Line/Metra) 12/29/89 Submit Final Plans (incorporating 1/19/90 agency comments) Advertise for Bids 1/24/90 Open Bids 2/14/90 MCE037/7 -7- 5. Prime Compensation 5.1 Phase II Subject to an Upper Limit of Campensation, the CONSULTANT shall receive $15,348.00 as full payment for completing the Phase II work required of him under this AGREEMENT, which includes reimbursement of his eligible actual costs in accordance with Section 2.45 of the STANDARD PROVISIONS, plus a Fixed Amount of $1720.00 (see attached Exhibit for details) . The attached Exhibits A, B, and C are to be used as set forth in Section 2.42 of the Standard Provisions. Invoices shall be prepared in accordance with Section 2.41. 5.2 Phase III The fee for Phase III work shall be negotiated. after the CITY'S approval of Phase II Engineering. 5.3 The Prime Compensation may be increased or decreased by subsequent agreement between the contractual and approving parties if there is a major change in the scope, character or complexity,of the work. The fee may be adjusted in accordance with Section 2.21 of the STANDARD PROVISIONS if the duration of the work extends more than six (6) months beyond the date of completion stated in Section 4 of this AGREEMENT due to no fault ct the CONSULTANT. 5.4 In the event the CONSULTANT, upon written order frau the CITY, is required to perform extra work he shall, in addition to the Prime Compensation, receive payment for such extra work on the following basis: The CONSULTANT'S actual costs will be reimbursed in the same manner as set forth in Section 5.1, plus a negotiated fixed amount based on the estimated cost of the work, subject to a pre-agreed Upper Limit of Compensation for each item of work. 5.5 Retainage - No Retainage will be required on this contract. MCE037/7 -8- - COST ESTIMATE OF CONSULTING SERVICES Consultant: Midwest Consulting Engineers, Inc. Date: September 6, 1989 Agency City of Elgin 'Project National Street bridge Renab. • - Section County Kane Job No. Average Hourly Rate = $18.50 € I Dollars ($) 1 • • 1 Number j !Overhead I I 1 1 (a) ITEM ! of j I & !In-House ! i 'Services ( ' % of Man €Payroll' Fringe j Direct €Sub-Total Net Fee 1 by j Total I Grand Hours j !Benefits ! Costs ! 1 Others 1 I Total (A) I (8) j (C) I (0) I (E) (F) ( (G) j ''(H) I (I) " Topo & Levels I 24 I 444 599 25 j 1068 133 j j 1201 1 7.8 (West Approach) Storm Sewer Outlet I 12 I 222 I 300 j I 522 67 j 589 j 3.8 Permit ‘ Cover Sheet, Notes, j 24 j :444 ! 599 j i 1043 j 133 j 1176 I 7.7 Quan. I I € I ' I I I : i 1 Bridge Plan Drawings ; 44 j 814 j 1099 j 40 ( 1953 I 244 I j 2197 j 14.3 Detail Sheet I 44 I 814 1 1099 j ! i 1913 ! 244 ( 2157 I 14.1 Approacn Pav't Drawings i 64 j 1184 I 1598 j 1 2782 1 355 j 3137 1 20.4 Stage Const/Tref Control€ 44 j 81'4 j 1099 I i 1913 I 244 € 2157 j 14.0 Special Provisions ! 16 1 296 j 400 j 1 696 I 89 1 . 785 I 5.1 I Estimate of Cost j 8 j 148 1 200 ' I 348 j 44 1 ; 392 j 2.6 Bie Documents j 10 I 185 ' 250 ' 55 ! 490 I 56 1 546 j 3.6 Bidding & Recommendation! 8 '; 148 j 200 j , , j- 348 j 44 I - 392 j 2.6 I Construction Contracts i2 } 222 j 300 I 30 I ' 552 I 67 - 619 j 4.1 1 1 - I I .i i 1 I . I I I I ! I € I 1 € 1 I 1 I ! TOTALS 1 310 1 5735 I 7743 i., :150 I 13628 I 1720 1 1 15348 '100.00 I ------------------- (a) Description of Services: EXHIBIT D I 3GOBOL EXHIBIT A HOURLY RATE RANGE OONSULTANI"S REGULAR STAFF CLASSIFICATION FROM '10 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 Quailfied Deferred Retirement Benefits 10.38 Group Insurance 7.57 TOTAL PAYROLL BURDEN & FRINGE COSTS 54.49% • • • ti , 'SEFC/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 EMployee Relations 1.02 Other Expenses 0.96 TOTAL OVERHEAD 80.60% SEFC/15 REQUIRED AFFIRMATIVE ACTION CONTRACTOR/VENDOR SUBMITTALS AND CERTIFICATIONS Persuant to the attached "Affirmative Action - City Contracts" provisions the following information and certifications are required : A. Number of Employees B. If your bid is more than $10,000 and your number of employees is 15 or more, the following should be submitted with your bid : 1 . Completion of the attached "BIDDER' S EMPLOYEE UTILIZATION FORM" . 2. A written statement of your Company ' s commitment to provide equal employment opportunity S= a copy of your Company ' s current "Affirmative Action Program" . a . What have you done and what will you do to recruit minority employees? b . Do you have a training program for minority employees? The contractor/vendor will not discriminate against any employee or applicant for employment because of race. color , religion, sex, ancestry, national origin, place of birth , age or physical handicap which would not interfere with the efficient performance of the job in question. The contractor/vendor will take affirmative action to comply with the provisions of this ordinance and will require any subcontractor to submit to the City of Elgin a written commitment to comply to those provisions . The contractor/vendor will distribute copies of this commitment to all persons who participate in recruitment , screening , referral and selection of job applicants , prospective job applicants, members or prospective subcontractors. The contractor/vendor agrees that the provisions of Chapter 3. 12 of the Elgin Municipal Code, 1976, is hereby kndorpor ted by ref rent$, as if set out verbatim . SIGNED__ TITLE__faaa.41 SEAL DATE_VAgin Subscribed and sworn to before me this Z-c71-1'1 day ` - SEAL NI ary Public 'OFFICIAL SEAL" THOMAS J. WETTER Notary Public. State of Illinois My Conclusion Espies 9/01/91 REQUIRED CONTRACTOR CERTIFICATIONS Persuant to the State of Illinois Public Act No. 85-1295 the following certification must be signed . The undersigned firm certifies that it is not barred from bidding on this contract as a result of a conviction for the violation of State laws prohibiting bid- rigging or bid-rotating . e. SIGNED_ � t Av )/4.61-vpris„....4.._______ TITLE_.46-LAd/ Q SEAL DATE__524477 Subscribed and sworn to before me this -2--°-\r`^ day of_ _ ____1 1 `1 i �----) -46,1 SEAL Nota Pub is . "OFFICIAL SEAL" THOMAS J. HIETTER Notary Public. Stats of Illinois My Commission Eapirss 9/01/91 I r AFFIRMATIVE ACTION POLICY U 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- dfits, compensation, promotion or other employee programs, and all treatment on the job, be free of discriminatory practices. - t BOARD OF DIRECTORS MIDWEST CONSULTING ENGINEERS, INC. I I 11 IL SEFC/30 -2- AI a a a JII JII a Al a ill iii a a AS , , Bp PERSONNEL 9. List number of employees (by classification) you have on your present payroll. 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 Engineer 2 2 25.00-35.00 Project Manager _ _. . 1 • 8 9 18. 50-32.00 Resident Engineer - 8 8 14 .00-22.00 Structural Engineer r 2 2 15.00-27.00 Survey Party Chief 2 2 11.00-17.50 Senior Project , Engineer - - 2 2 18.00-28.00 Project Engineer 5 5 14.00-20.00 Design Engineer/ Senior Technician 2 4 6 11 .00-16.50 Construction Engineer 4 4 12.00-18. 50 Technician/Survey & Construction 1 9 10 7 .00-14.50 Senior Draftsman/ Technician 1 1 2 11 .00-17.00 Drafters 1 2 1 2 4 2 5.75-12.00 Clerical/Word Processors 3 3 6 .00-15.00 Totals 1 4 3 48 5 56 5 (Final total must agree with total firm personnel on page #4. ) SEFC/38 September 20 , 1989 MEMORANDUM TO: Mayor and Members of the City Council FROM: City Manager SUBJECT: Bridge Rehabilitation PURPOSE: This memorandum will provide the Mayor and Council with information to consider approval of the agreements for the Phase II Engineering Services to be performed for the National Street Bridge over the Fox River and the two (2) bridges over Tyler Creek in Wing Park. BACKGROUND: Authorization to negotiate Phase II Engineering fees was approved by the City Council on August 23 , 1989 . The Engineer- ing Division has completed the negotiations with Midwest Consulting Engineers, Inc. and directed them to prepare agreements for Council approval. The Phase II Engineering Services will include plan preparation, obtaining necessary permits, preparing bid documents and final contract execution. FINANCIAL IMPACT: There is $400 ,000 in the Capital Improvement Fund for the National Street Bridge and $65 ,000 in the 1988 Bond Fund for the Wing Park Bridges. The estimated costs of the consul- tant' s recommended alternatives from the Phase I Engineering Study for the National Street Bridge is $236, 035 , for the vehicle bridge it is $123 ,000, and for the pedestrian bridge it is $76 ,000 . The costs for the Phase II Engineering Services will be $15,348 . 00 for the National Street Bridge and $29 ,684 . 00 for the Wing Park Bridg- es. Additional money for the construction of the pedestrian bridge will come from savings on the National Street Bridge project. RECOMMENDATION: It is recommended that the City Council authorize the City Manager and the City Clerk to sign the agreement with Midwest Consulting Engineers, Inc. for Phase II Engineering Servic- es. 41111P / mes J. ;*, City Manager D AGREEMENT FOR CONSULTANT'S SERVICES between THE CITY OF ELGIN, ILLINOIS KANE COUNTY and NaDMEST CONSULTING ENGINEERS, INC. 5151 North Harlan Avenue Chicago, Illinois 60656 PROJECT DESCRIPTION The Rehabilitation of the National Street Bridge over The Fox River located in Elgin, Illinois. AGREEMENT FOR CONSULTANT SERVIcFS National Street Bridge Rehabilitation Elgin, Illinois THIS AGREEMENT, entered into this day of September, 1989, by and between the City, hereinafter referred to as the CITY, and MIDWEST CONSULTING ENGINEERS, INC. , a tire of consulting engineers whose aaaress is 5151 N. Harlem Avenue, Chicago, Illinois 60656, hereinafter referred to as the CONSULTANT. WHEREAS, the CITY proposes to engage the CONSULTANT to render profes- sional services in connection with the proposed improvement: The rehabilita- tion of the National Street Bridge over The Fox River hereinafter reterred to as the PROJECT. 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 8 inclusive. Executed by the City of Elgin, State of Illinois, acting by and through its City Council. ATTEST: CITY CLERK CITY MANAGER Executed by MIDWEST CONSULTING ENGINEERS, INC. ATTEST: SECRETARY PRESIDENT MCE037/7 -1- National Street Bridge Rehabilitation CERTIFICATION OF THE 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 fine I herein represent has: (a) Employed or retained for a commission, percentage, brokerage, contingent fee or other considerations, any firm or person (other than a bona fide employee working solely for me or the above consul- tant) to solicit or secure this contract; (b) Agreed, as an express or implied condition for obtaining 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 consul- tant) any fee, contribution, donation or consideration of any kind, or in connection with, procuring carrying out the contract; except as herein expressly stated (if any) : I acknowledge that this certiticate is furnished to the CITY OF ELGIN, Illinois in connection with this contract and is subject to applicable State and Federal Laws, both criminal and civil. DATE 1.7)43 J1/6144,4-s- .011mow PRESIDENT ? E037/7 -2- National Street Bridge Rehabilitation CERTIFICATE OF THE CITY I hereby certify that I am the CITY ENGINEER of The City of Elgin, State of Illinois, and that the CONSULTANT, MIDWEST CONSULTING ENGINEERS, INC., or their representative, has not been required directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: (a) Employ or retain, or agreed to employ or retain, any tion or person; or (b) Pay or agree to pay, to any firm, person or organization any fee, contribution, donation or consideration of any kind; except as herein expressly stated (if any) . I acknowledge that this certificate is furnished in connection with this AGREEMENT and is subject to applicable State and Federal Laws both criminal and civil. DATE CITY ENGINEER CITY OF ELGIN MCE037/7 -3- DELETION AND AMENDMENTS TO THE ILLINOIS DEPARTMENT OF TRANSPORTATION'S STANDAxo AGREEMENT PROVISIONS FOR CONSULTANT SERVICE'S, DATED 1977 1. Incorporation by Reterence The Illinois Department of Transportation's "Standard Agreement Provi- sions tor Consultant Services", dated 1977 hereinafter referred to as the "STANDARD PROVISIONS", are incorporated and made a part of the AGREEMENT except as deleted or amended hereinafter. (STANDARD PROVISIONS' section references are shown in parenthesis) : 1.1(SP 1) Definitions pertaining to the project shall be as set forth in Section 1 of the STANDARD PROVISIONS, amended to add the follow- 1.11 (SP 1.18) Wherever the word DEPARTMENT is used, it shall be construed to mean the CITY OF ELGIN, except the word DEPARTMENT shall also include the Illinois Department of Transportation in Sections 1.0, 2.24 and 2.32 of the said STANDARD PROVISIONS. 1.12(SP 1.20) Wherever the term Director is used, it shall be construed to mean The Director of Public Warks of The City of Elgin, Illinois who is in charge of the work under the AGREEMENT. 1.2 (SP 2.41) The CONSULTANT shall invoice the CITY, not the Liaison Engineer as provided in Section 2.41 of the STANDARD PROVISIONS, in a format mutually agreed to by the CITY and the CONSULTANT. MCE037/7 -4- 2. Scope ot Work 2.10 Phase II Engineering The CONSULTANT shall complete the following work: A. Perform typographic survey and elevations on West approach to bridge. B. Prepare permit drawings and applications for submittal to Illinois Department of Transportation, Division of Water Resources for storm sewer outlet connection to Fox River. C. Prepare contract plans, specifications and estimates for the rehabilitation of the bridge. The plans are anticipated to consists ot the following: Description No. ot Sheets Cover sheet with quantities and notes Bridge plan with details 1 Structural details 1 Bridge approach pavement design 1 Traffic Control and stage construction Plan 1 Total 5 sheets D. Develop special provisions. E. Prepare final estimate of costs. F. Submit approved drawings to Illions Department of Transportation, Division of Water Resources for approval. MCE037/7 -5- G. Prepare Bid Documents which are anticipated to consist of the following: - Bid Notice - Bid Proposal - Special Provisions - Contract - Contract Bond H. Assist the City in bidding process: - Prepare bid notice, notify contractors, and attend bid opening. - Review bids and prepare recommendation for award. - Prepare construction contracts for submittal to;;CITY and Con- tractor. Consultant will prepare contract plans in accordance with Section 6 of the STANDARD PROVISIONS, except as modified below: 2.11 (SP 2.31b) Delete the words "or wrongful". 2.12 (SP 6.42) The CONSULTANT, not the DEPARTMENT shall perform and furnish all work under this item. 2.13 (SP 6.46) This Section is modified to read the CONSULTANT will enter unit prices and accumulate costs. 2.14 The CONSULTANT shall furnish the CITY the following documents and plans. Copies will be provided as needed: A. Final contract plans: 36" x 22" Mylar Reproducibles B. Special provisions: Original typed on 8}" x 11" white bond paper MCE037/7 -6- C. Estimate of Cost: Original with prices and one copy without prices typed on form (8i" x 11") D. Upon 50% completion of the final design, the CCNSULTANT shall reevaluate his preliminary construction cost estimate. Any variation in the estimate shall be reported to the CITY for appropriate action. 3. The CITY agrees to furnish the following: A. All presently available right of way and survey data and information regarding the existing bridge structure and previous rehabilitation work including standard details and standard specifications adopted by the CITY and other available data useful to6 the work being done by the CONSULTANT. 4. Project Schedule The CONSULTANT shall commence work on Phase II within five (5) calendar days after date ot authority to proceed. The work will be completed and delivered to the CITY within the following period: Activity Completion Date Notice to Proceed 10/1/89 Complete Field Survey 10/13/89 Meet with City to discuss Project Specific issues 10/20/89 Submit Preliminary Plans for Review 12/1/89 Meeting with City to Review Comments 12/8/89 Submit Pre-Final Plans for Review (Concurrent submission to ID(YT-DWR and Soo Line/Metra) 12/29/89 Submit Final Plans (incorporating 1/19/90 agency comments) Advertise for Bids 1/24/90 Open Bids 2/14/90 MCE037/7 -7- 5. Prime Compensation 5.1 Phase II Subject to an Upper Limit of Canpensation, the CONSULTANT shall receive $15,348.00 as full payment for completing the Phase II work required of him under this AGREEMENT, which includes reimbursement of his eligible actual costs in accordance with Section 2.45 of the STANDARD PROVISIONS, plus a Fixed Amount of $1720.0U (see attached Exhibit for details) . The attached Exhibits A, B, and C are to be used as set forth in Section 2.42 of the Standard Provisions. Invoices shall be prepared in accordance with Section 2.41. 5.2 Phase III The fee for Phase;, III work shall be negotiated after the CITY'S approval of Phase II Engineering. 5.3 The Prime Compensation may be increased or decreased by subsequent agreement between the contractual and approving parties if there is a major change in the,scope, character or complexity of the work. . i The fee may be adjusted in accordance with Section 2.21 of the STANDARD PROVISIONS if the duration of the work extends more than six (6) months beyond. the date of canpletion stated in Section 4 of this AGREEMENT due to no fault of the CONSULTANT. 5.4 In the event the CONSULTANT, upon written order frau the CITY, is required to perform extra work he shall, in acOition to the Prime Canpensation, receive payment for such extra work on the following basis: The CONSULTANT'S actual costs will be reimbursed in the same manner as set forth in Section 5.1, plus a negotiated fixed amount based on the estimated cost of the work, subject to a pre-agreed Upper Limit of Compensation for each item of work. 5.5 Retainage - No Retainage will be required on this contract. MCE037/7 -8- • COST ESTIMATE OF CONSULTING SERVICES Consultant: Midwest Consulting Engineers, Inc. Oate: September 6, 1989 Agency City of Elgin 'Project National Street Bridge Renab. , Section County Kane Job No. Average Hourly Rate = $18.50 I I Dollars ($) I j I1---------_______. ! . • I Number 1 'Overhead 1 j j (a) I I I ITEM ! of j j 6 IIn-House j 'Services I j % of Man 'Payroll) Fringe I Direct Sub-Total Net Fee I by j Total I Grand Hours 1 !Benefits I Costs I Others ( I Total (A) '1 (8) I (C) ( (0) (E) (F) j (G) 1 :(H) I (I) I I j I I I j Topo & Levels ( 24 I 444 599 j 25 1068 133 j i 1201 7.8 (Nest Approach) •j ') Store Sewer Outlet ! 12 j 222 I 300 j 522 67 j 589 3.8 Permit ‘ Cover Sheet, Notes, j 24 4! ,444 ( 599 ! 1043 j 133 j 1176 7.7 Quail. " I I Bridge Plan Drawings j 44 j 814 j 1099 1 40 1953 I 244 I 2197 14.3 Detail Sheet j 44 I 814 1 1099 j i 1913 I 244 I 2157 14.1 Approacn Pav't Drawings r 64 1 1184 ! 1598 1 2782 ! 355 j 3137 20.4 Stage Const/Traf Control] 44 1 814 j 1099 ] 1913 I 244 I 2157 14.0 Special Provisions .I 16 j 296 ] 400 f j 696 1 89 j 785 5.1 Estimate of Cost ] 8 ] 148 ] 200 j I 348 I 44 ] 392 j 2.6 Sia Documents i 10 ! 185 1 250 I 55 1 490 1 56 ] . 546 i 3.6 Bidding & Recommendation 8 ] 148 j 200 j. , j- 348 i 44 1 392 I 2.6 } • Construction Contracts 12 1 422 I 300 ! ,. ,, 30 I • 552 I 67 • 619 1 4.1 1 I . 1 I .I i I I . I I I ] I I ] I I I I I i i I I I I 1 I ] I I I I I I I I 1 1 I I I I I I ] I I I I I I I I I i i I I I I I I I 1 TOTALS j 310 I 55135 , 7743 i. :150 I 13628 j 1720 j I 15348 1100.00 I ,a) Description of Services: EXHIBIT D 1 'BOL EXHIBIT A HOURLY BASE RANGE CONSULTANT'S REGULAR STAFF CLASSIFICATION FRCM 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 EngirLeer 11.00 ; 18.50 Technician/Survey & Construction 7.00 14.50 , Senior Draftsanan/Technician 11.00 17.00 'Drifter 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 Wor}aoen'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% 5 SEFC/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 k 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% SEFC/15 REQUIRED AFFIRMATIVE ACTION CONTRACTOR/VENDOR SUBMITTALS AND CERTIFICATIONS Persuant to the attached "Affirmative Action - City Contracts" provisions the following information and certifications are required : A. Number of Employees 54 B. If your bid is more than $10,000 and your number of employees is 15 or more, the following should be submitted with your bid : 1 . Completion of the attached "BIDDER' S EMPLOYEE UTILIZATION FORM" . 2. A written statement of your Company ' s commitment to provide equal employment opportunity Qr a copy of your Company ' s current "Affirmative Action Program" . a . What have you done and what will you do to recruit minority employees? b . Do you have a training program for minority employees? The contractor/vendor will not discriminate against any employee or applicant for employment because of race, color , religion, sex, ancestry, national origin, place of birth, age or physical handicap which would not interfere with the efficient performance of the job in question. The contractor/vendor will take affirmative action to comply with the provisions of this ordinance and will require any subcontractor to submit to the City of Elgin a written commitment to comply to those provisions. The contractor/vendor will distribute copies of this commitment to ,all persons who participate in recruitment , screening, referral and selection of job applicants, prospective 'sob a+pp`licants, members or prospective subcontractors. • The contractor/vendor agrees that the provisions of Chapter 3. 12 of the Elgin Municipal Code, 1976, is hereby inCorpo ated by reference, as if set out verbatim. • SIGNED_ _ TITLE ` SEAL DATE ( 24 ! 77 Subscribed and sworn to before me this Zt' +-, day of SEAL No ry Public "OFFICIAL SEAL" THOMAS J. HIETTER Notary Public. State of Illinois My Commission Expires 9/01/91 •REQUIRED CONTRACTOR CERTIFICATIONS Persuant to the State of Illinois Public Act No . 85-l295 the following certification must be signed . The undersigned firm certifies that it is not barred from bidding on this contract as a result of a conviction for the violation of State laws prohibiting bid- rigging or bid-rotating . SIGNED 40(" TITLE__ SEAL DATE__9 'AY Subscribed and sworn to before me this 2-0 day of ��� , 19_ c2. SEAL Nota Public "OFFICIAL SEAL" THOMAS J. HIETTER Notary Public. Stets of Illinois My Commission Expires 9/01/91 i AFFIRMATIVE ACTION POLICY 1 ' 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 1 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- 1 fits, compensation, promotion or other employee programs, and all treatment on the job, be free of discriminatory practices. I 1 � BOARD OF DIRECTORS 1 MIDWEST CONSULTING ENGINEERS, INC. SEFC/30 -2- • _ __ _____ mom mum mom maw min MEM MO 411111 AMM AMR Ali PERSONNEL I 9 . List number of employees (by classification) you have on your present payroll. 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 Engineer 2 2 25.00-35. 00 Project Manager . . . .. • . : 1 . 8 9 18. 50-32.00 . .. , Resident Engineer 8 8 14 .00-22.00 Structural Engineer 2 2 15.00-27 . 00 Survey Party Chief 2 2 11.00-17.50 Senior Project Engineer 2 * 2 18.00-28.00 Project Engineer 5 5 14 .00-20 .00 Design Engineer/ Senior Technician 2 4 6 11 .00-16.50 Construction Engineer 4 4 12. 00-18. 50 Technician/Survey & Construction 1 9 10 7 .00-14 . 50 Senior Draftsman/ • Technician 1 1 2 11 . 00-17.00 Drafters 1 2 1 2 4 2 5. 75-12.00 Clerical/Word • ., , . Processors 3 3 6 . 00-15 .00 Totals 1 4 3 48 5 56 5 (Final total must agree with total firm personnel. on page #4 . ) SEFC/38 , AGREEMENT FOR CONSULTANT'S SERVICES between THE CITY OF ELGIN, ILLINOIS KANE COUNTY and MIDWEST CONSULTING ENGINEERS, INC. 5151 North Harlem Avenue Chicago, Illinois 60656 . i PROJECT DESCRIPTION The replacement of the Wing Park Bridges over Tyler Creek located in Elgin, Illinois. AGREEMENT FOR CONSULTANT SERVICES for Replacement of Wing Park Bridges over Tyler Creek Elgin, Illinois THIS AGREEMENT, entered into this day of September, 1989, by and between the City, 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 profes- sional services in connection with the proposed improvement: The replacement of the Wing Park Bridges over Tyler Creek, hereinafter referred to as the PROJECT. 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 ot these premises, the parties hereto agree as set forth in the following pages numbered 1 thru 10 inclusive. Executed by the City of Elgin, State of Illinois, acting by and through its City Council. ATTEST: CITY CLERK CITY MANAGER Executed by MIDWEST CONSULTING ENGINEERS, INC. ATTEST: SECRETARY (I PRESIDENT MCE037/6 -1- Wing Park Bridge Replacements CERTIFICATION OF THE CONSULTANT I hereby certify that I am the President and duly authorized representative of the firm of NIIDWEST CONSULTING ENGINEERS, INC. whose address is 5151 North Harlem Avenue, Chicago, Illinois 60656, and that neither I nor the above firm I herein represent has: (a) Employed or retained for a commission, percentage, brokerage, contingent fee or other considerations, any tirn or person (other than a bona fide employee working solely for me or the above consul- tant) to solicit or secure this contract; (b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any turn 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 consul- tant) any fee, contribution, donation or consideration of any kind, or in connection with, procuring carrying out the contract; except as herein expressly stated (if any) : I acknowledge that this certificate is furnished to the CITY OF ELGIN, Illinois in connection with this contract and is subject to applicable State and Federal Laws, both criminal and civil. DATE (777,07f Pcy PRESIDENT NICE037/6 -2- Wing Park Bridge Replacement CERTIFICATE OF THE CITY I hereby certify that I am the CITY ENGINEER of The City of Elgin, State of Illinois, and that the CONSULTANT, MIDWEST CONSULTING ENGINEERS, INC., or their representative, has not been required directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: (a) Employ or retain, or agreed to employ or retain, any firm or person; or (b) Pay or agree to pay, to any firm, person or organization any fee, contribution, donation or consideration of any kind; except as herein expressly stated (if any) . I ,acknowledge that this certificate is furnished in connection with this AGREEMENT and is subject to applicable State and Federal Laws both criminal and civil. "DATE CITY ENGINEER CITY OF ELGIN MCE037/6 -3- DELETION AND AMENDMENTS TO THE ILLINOIS DEPARTMENT OF TRANSPORTATION'S STANDARD AGREEMENT PROVISIONS FOR CONSULTANT SERVICES, DATED 1977 1. Incorporation by Reference The Illinois Department of Transportation's "Standard Agreement Provi- sions for Consultant Services", dated 1977 hereinafter referred to as the "STANDARD PROVISIONS", are incorporated and made a part of the AGREEMENT except as deleted or amended hereinafter. (STANDARD PROVISIONS' section references are shown in parenthesis) : 1.1(SP 1) Definitions pertaining to the project shall be as set forth in Section 1 of the STANDARD PROVISIONS, amended to add the following: 1.11 (SP 1.18) Wherever the word DEPARTMENT is used, it shall be construed to mean the CITY OF ELGIN, except the word DEPART- MENT shall also include the Illinois Department of Transporta- tion in Sections 1.0, 2.24 and 2.32 of the said STANDARD PROVISIONS. 1.12(SP 1.20) Wherever the term Director is used, it shall be construed to mean The Director of Public Works of The City of Elgin, Illinois who is in charge of the work under the AGREEMENT. 1.2 (SP 2.41) The CONSULTANT shall invoice the CITY, not the Liaison Engineer as provided in Section 2.41 of the STANDARD PROVISIONS, in a format mutually agreed to by the CITY and the CONSULTANT. MCE037/6 -4- 2. Scope of Work 2.10 Phase II Engineering The CONSULTANT shall complete the tollowing work: 1. Bring U.S.G.S. benchmark to site, run level circuit. 2. Perform topographic survey and cross sections at each bridge location. 3. Perform stream survey consisting of stream cross sections and 1 profiles for each bridge. 4. Measure water way openings of each bridge. 5. Perform hydraulic study of channel at each bridge location. 6. Develop permit correspondence for Corps of Engineers permits, utilities and MOT Division of Water Resources Permits. 7. Meet with client concerning hydraulic study and recommended bridge structures. 8. Retain a subconsultant to provide soil borings for each abutment location (see attached subconsultant proposal) . 9. Develop final plans, specifications and estimates for both bridges (see attached location map) . Current funding will not allow construction of both bridges concurrently. Additionally, the City has indicated a desire to replace Bridge B prior to June 1, 1990. MCE037/6 -5- As a result of these concerns, two sets of contract plans will be developed as follows: Bridge A is expected to consist of the tollowing plan sheets: - General Plan and Elevation - Abutments and Wingwalls - Superstructure - Railings - General Approach Plan and Elevations - Cross Sections - Miscellaneous Details Total 7 sheets Bridge B is expected to consist of the tollowing plan sheets: - General Plan and Elevation - Abutments and Wingwalls - Superstructure - Miscellaneous Details - Cross Sections Total 5 sheets 10. Develop required special provisions for the contract. 11. Develop final estimate of cost. MCE037/6 -6- • 12. Develop bid documents which are expected to consist of the rollowing: - Bid Notice - Bid Proposal Forms - Special Provisions - Contract - Contract Bond 13. Assist the City in the bidding process. 14. Attend the bid opening and prepare a recommendation for award of a contract. 15. Prepare construction contracts for submission to the City and Contractor. Consultant will prepare contract plans in accordance with Section 6 of the STANDARD PROVISIONS, except as modified below: 2.11 (SP 2.31b) Delete the words "or wrongful". 2.12 (SP 6.42) The CONSULTANT not the DEPARTMENT shall pertorm and furnish all work under this item. 2.13 (SP 6.46) This Section is modified to read the CONSULTANT will enter unit prices and accumulate costs. MCE037/6 -7- 2.14 The CONSULTANT shall furnish the CITY the following documents and plans. Copies will be provided as needed: A. Final contract plans: 36" x 22" Mylar Reproducibles B. Special provisions: Original typed on 8i" x 11" white bond paper C. Estimate of Cost: Original with prices and one copy without prices typed on form (8}" x 11") D. Upon 50% completion of the final design, the CONSULTANT shall reevaluate his preliminary construction cost estimate. Any varia- tion in the estimate shall be reported to the: CITY for appropriate action. 3. The CITY agrees to furnish the following items: A. All presently available survey data and information .including standard details and standard specifications adopted by the CITY and other available data useful to the work being done by ,the CONSUL- TANT. MCE037/6 -8- • 4. Project Schedule The CONSULTANT shall commence work on Phase I within five (5) calendar days after date ot authority to proceed. The work will be completed and delivered to the CITY within the following period: Bridge A Bridge B Completion Completion Activity Date Date Notice To Proceed, Data Collection 09/29/89 09/29/89 Complete Field Survey 10/20/89 10/20/89 Complete Hydraulic Study, Meet with City , 11/10/89 11/10/89 Complete Preliminary Plans 12/15/89 11/24/89 Complete Pre-Final PS&E (Submit for Agency Review) 01/12/90 12/08/89 Complete Final PS&E 02/09/90 12/29/89 Advertise For Bids k 03/02/90 01/05/90 5. Prime Compensation 5.1 Phase II - Design and Preparation of Contract Plans Subject to an Upper Limit of Compensation the CONSULTANT shall receive $29,684.00 as full payment for completing the Phase II work required of him under this AGREEMENT, which includes reimbursement of his eligible actual costs in accordance with Section 2.45 of the STANDARD PROVISIONS, plus a Fixed Amount of $2,884.00. For services rendered by any suboonsultant retained by the CONSULTANT, the CONSULTANT will be reimbursed for the actual amount invoiced to the CONSULTANT. Any such subcontracted tees are included in the Upper Limit of Compensation. The attached Exhibit A, B, and C are to be used as set forth in Section 2.42 of the Standard Provisions. Invoices shall be prepared in accordance with Section 2.41. MCE037/6 -9- 5.2 Phase III The fee for Phase III world shall be negotiated after the CITY'S approval of Phase II Engineering. 5.3 The Prime Caapensation may be increased or decreased by subsequent agreement between the contractual and approving parties if there is a major change in the scope, character or complexity of the work. The fee may be adjusted in accordance with Section 2.21 of the STANDARD PROVISIONS if the duration of the work extends more than six (6) months beyond the date of canpletion stated in Section 4 or this AGREEMENT due to no fault of the CONSULTANT. 5.4 In the event the CONSULTANT, upon written order frau the CITY, is required to perform extra work he shall, in addition to the Prime Canpensation, receive payment for such extra work on the following basis: The CONSULTANT'S actual costs will be reimbursed in the same manner as set forth in Section 5.1, plus a negotiated fixed amount based on the estimated cost of the work, subject to a pre-agreed Upper Limit or Carpensation for each item of work. 5.5 Retainage - No Retainage will be required on this contract. • MCE037/6 -10- • 8R/O6C-5 ARCA " \ R dkt. WIN6 / _ / PA/R g Lull I L In., 1 ......... .4,../...j . , 1 's 11 \ O .\ g \ ' ' ' \ 1= • ' • 2 , 4 . , u , • , .. . 1 . . , , rl BRIDGE 10 BRIDGE LOCATIONS • f P . • * ; 0 . . i 0 • a.m. • L 0, j - , . • BRIDGE , "0- rt , _ I ' • '',' NO SCALE - ------- -- •---- - 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 - 5 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 ti t ' - - • - , 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 Canpensation 0.70 Woodmen's Canaensation Insurance 0.80 j Paid Holidays, Vacation, Sick Leave 13.75 Bonus and Incentive Payments 7.62 Qualified Deferred Retirement Benefits 10.38 ,insurance 7.57 ` monta, PAYROLL & FRINGE COOTS 54.49% -ti % • 1 • • % .. ti i r • SEFC/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 r Office Supplies 2.80 Data Processing 0.70 Professional Professional Services including Legal and Accouning 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... 10.22 Fees, Licenses, Dues, Publications, (Technical;and Professional) r 1.28 Utilities and Maintenance 1.73 Office Rent 6.56 Employee Relations 1.02 Other Expenses 0.96 TOTAL OVERHEAD 80.60% . SEFC/15 • . .-1--.: :- ' 7.''-'< 7.'-'7.7:S3 ::-. '...-. .i-';%i .-..-..,' 17? , . . , . : '2c :::-.--c::se : Min :Payr :17: C:".1;2 ; '..,"'S:: , . ! fut i ,—I t %-, i :4, a .... a .-, . .• , , ,, , , v ,, a ', , , i v 1 1 I ' ! 1 1 i i irn; 0Sr.1S Senc.".7ar,i. '2 ' 113 ' .•..f. a ToP.,pc ':7:1.".-: Sect5crs : 22 : 335 : 454 : cA ., , ?4? , -P. - , • Stren Survey f 25 297 : . , Measure ;: ' 1 . 3! : 12 , • . co • . N:rn5ts-OcrresccnCence : 5 229 : 309 : : ;,o, • ,- --, . 39 ' . col • A r, . . . iHydrM5c Stcy 44 : 531 : 915 ; , ' i , -1;7, , ...— . 015ent Meet5nss . 3 : '22 ; 155 : 55 : 1c, . 37 : . loe , .•) .. i • Ffne P7anz . , 1 3r5cp A : 24' ' 3675 . 1951 : 11 : 251! '1?3 : 12.1 57:d;e 9 , !et.-. . lql. ,plp • *ft a cCC4 ()At , I / C • Spe::a7 7r:\ls 22 1 195 : 154 : 15 : 335 : in, , .J. i I 935 ' 1.2 ; .• -. 122 : I5E : ' ?I7 : 31 : , ?2! , t . 35:1 2:cuTer:s 1 • .4! 219 ; .1; . 522 : 51 : 392 : '.2 ... , . 1 95jd::; & Re=t-7encat517,: 9 : -111 , 10c .,, . 11^ , ....., . !1 ; ' , 11 , ‘9cns :n C:r.tr!cts ,1 . .:1 . 'co ., . lc . -- 115 ... , .. , . ;. ''Soll 9cr51gs & Revfev,i : ,1 1 ,),,.. . 1 -1. 12 .. , 4".. a ....... , ,.,.. • I ! ' r ' • • I I I I a , I 1 I 1 i r p . a • I I I I t a . I a a ia I I I . . ' . , ' a ' . , I a I • I 1 I ' 1 , , , I a •' . a i , TOTALS 3C : 953 : "2915 ; 290 : 2297! : 2324 1 3125 : 29514 1:. c 2er15:as: Sc57 3cr57;-s - .:;e ..7,. .— ..: ..y Sc" :9- mpt:' AsscEXur?!T 0 .. L L- SCHLEEDE-HAMPTON ASSOCIATES, INC. • CONSULTING ENGINEERS CIVIL • GEOTECHNICAL • CONSTRUCTION MATERIALS 1601 N.BOND STREET•SUITE 108 • NAPERVILLE,ILLINOIS 60540 • 312/369-0710 September 1 , 1989 RECEWED Midwest Consulting Engineers S F P 1 1 1989 5151 North Harlem Avenue Chicago, Illinois 60656 MIDWEST CONSULTING Attention: Mr. Otto Hatlestad ENGINEERS,INC. Re: Proposal for Soil Exploration and Analysis Two Proposed Bridges over Tyler Creek in Wing Park Elgin, Illinois Gentlemen: We are pleased to submit this proposal for the performance of a soils exploration and analysis for your bridge projects in Elgin, Illinois. The purpose of the geotechnical exploration, testing and analysis will be to provide information for use in planning,designing and constructing the proposed bridge. The work will be conducted in general compliance with IDOT and City of Elgin requirements. Scope of Work The exploration,testing,and analysis will include: Determination of the engineering characteristics of the subsurface materials encountered. Determination of the type of types of foundations suitable for the support of the proposed structure. Provide data required for the design of suitable foundations systems and groundwater control. Provide recommendations regarding earthwork, including excavations, backfilling and compaction, the treatment of in-place soils for support of pavement and other pertinent design information. It is proposed to explore the subsurface soil and groundwater conditions on the site by drilling exploratory test holes. SCHLEEDE-HAMPTON ASSOCIATES, INC. • CONSULTING ENGINEERS The boring program outlined is proposed taking into consideration: the desi sufficient information,while not expending more money than needed;and the fact that a side of Bridge B will be possible with only a lightweight drill rig. Further, we are a, that conditions will be favorable for founding the new bridges on a spread footing type fo If conditions dictate that piles are necessary, then deeper borings will be needed tc subsurface conditions and allow for pile length estimates. The basic program proposed for each bridge: a) One(1)forty foot deep boring at one abutment and b) One( 1)twenty-five foot deep boring at the other abutment. If poor conditions indicate piles may be necessary, then the first boring at each bridge will be extended up to a sixty(60) foot depth and the second will be drilled to forty(40)feet. tlethod of Performance We propose to mobilize a drill rig to the site after notice to proceed and boring layout. We propose to provide a Field Engineer at the site during the drilling to observe the exploration, perform field tests and measurements and prepare field reports. Our testing program will include laboratory tests to determine the classification, strength,water content,density,and other physical properties of the soils. The results of the field exploration and lab tests will be used in the engineering analysis and the formulation of our recommendations. The results of our work will be presented in a written report, prepared by a Registered Professional Engineer. Five (5) copies of the report will be provided. F . It is proposed that our fee be determined on a unit rate basis in accordance with the items listed below and as shown on our attached Schedule of Fees and General Conditions. The scope of work outlined below will not be exceeded without prior discussion and authorization from the client. • SCHLEEDE-HAMPTON ASSOCIATES, INC. .CONSULTING ENGINEERS Schedule of Services and Fees-Basic Program j2 • 40'. 2 ! 201 atm Estimated Quantity Unit Cost )tension Mobilization of Drilling Rig, Personnel and Equipment, Lump Sum I $ 250.00 $ 250.00 Additional Mobilization of Lightweight Rig 1 $ 200.00 $ 200.00 • Soil Drilling and Sampling, including Standard Penetration Tests, Split Spoon Sampling, per lineal foot 130 12.75 $1,657.50 Field Engineering Services as required for supervision of drill crew, field tests, coordination and liason: Field Engineer,per hour 12 $ 43.00 ,$ 516.00 Laboratory Moisture Contents, ASTM D-2216, ea. 40 3.00 $ 120.00 Unconfined Compression Tests,ea. 15 8.00 $ 120.00 Grain Size Analysis, including hydrometer,ea. 2 40.00 $ 80.00 Atterberg Limit, ea. 2 40.00 $ 80.00 SCHLEEDE-HAMPTON ASSOCIATES, INC. CONSULTING ENGINEERS Engineering-Analvsis gnd Reoort Engineering services required for data review, analysis, design, preparation of report,recommendations and consultation: Principal Engineer,per hour 75.00 Project Engineer,per hour 55.00 Staff Engineer,per hour 43.00 Draftsman,per hour 27.50 Estimated Cost $800.00 Estimated Total — Basic Program $3.823.50 If conditions dictate piles and the deeper program is necessary, the additional drilling and field time will increase the budget by an additional $1.536.50 Estimated TOTAL Major Program i $5.360.00 Closure Thank you for the opportunity to offer our services and we look forward to working with you on this project. If the proposal is satisfactory, would you please execute the agreement and return it to us for our files. We are ready to begin the project Immediately after notice to proceed. If you have any questions concerning this proposal, please do not hesitate to call. Very truly 'u- , SCHLEE,;- TON ASSOCIATES, INC. /41 S ..h n . Schleede,P.E. Principal SCS/dle Attachments: General Conditions Fee and Rate Schedule • SCHLEEDE-HAMPTON ASSOCIATES, INC. .CONSULTING ENGINEERS AGREED TO THIS DAY OF , 19 FIRM: BY: TITLE: • SCHLEEDE-HAMPTON ASSOCIATES, INC. ov . • GEOTECHNICAL • CONSTRUCTION MATERIALS FEE AND RATE SCHEDULE GENERAL CONDITIONS ENGINEERING AND ASSOCIATED SERVICES INVOICES Fees for our services will be based upon the time worked on Progress invoices will be submitted to the client monthly the project at the following rates: and a linal bill will be submitted upon completion of the services.Invoices will show charges for different personnel Principal or Consulting Engineer and expense classifications.A more detailed separation of Project Engineer or Project Geologist 4 charges and backup data will be provided at client's Senior Engineer,Senior Designer, o request,but each invoice is due on presentation and is past or Senior Resident ,.... 0 due thirty(30)days from invoice date.Client agrees to pay a Staff Engineer or a finance charge of 11/2% per month, or the maximum rate Senior Engineering Technician i allowed by law,on past due accounts. Draftsman or Engineering Techniciancutis The client's obligation to pay for the work contracted is in Secretarial Services ! no way dependent upon the client's ability to obtain financing,zoning,approval of governmental or regulatory agents, or upon the client's successful completion of the REIMBURSABLE EXPENSES _ project. The following items are reimbursable to the extent of actual expenses: WE RESERVE THE RIGHT TO SUSPEND OR TERMINATE 1. Transportation,lodging and subsistence for out of town WORK UNDER OUR AGREEMENT UPON FAILURE OF THE travel. CLIENT TO PAY INVOICES AS DUE. 2. Long distance telephone,telegraph and cable charges. • INSURANCE 3. Special mailings and shipping charges. We maintain Workman's Compensation Insurance and 4. Special materials and equipment unique to the project Employer's Liability Insurance in conformance with state 5. Automobile travel on projects. law. In addition, we maintain Comprehensive General 6. Computer charges. Liability Insurance and Automobile Liability Insurance with bodily injury(limit S1,000,000.each occurrence,S1,000,000. TEST BORINGS AND FIELD INVESTIGATIONS aggregate), and property damage (limit $1,000,000. each occurrence,$1,000,000.aggregate). On projects requiring test borings; test pits, or other explorations, we may obtain the services of reputable Within the limits of said insurance, we agree to hold the to perform suchnwork. client harmless from and against loss, damage, injury or subcontractors liability arising directly from the negligent acts or omissions of ourselves, our employees, agents, subcontractors and their employees and agents. If the client places greater SPECIAL RATES responsibilities upon us or requires further insurance Per diem or other special rates can be established for coverage, we, if specifically so directed, will take out specific projects when conditions Indicate the desirability additional insurance (if procurable) to protect us, at the of such rates. client's expense. But we shall not be responsible for property damage from any cause, including fire and explosion, beyond the amounts and coverage of our INCREASES insurance. Fee schedule increases made by our firm on an over-all client basis will be applied to work on all projects as they LIMITATION OF PROFESSIONAL LIABILITY become effective. At least 30 days advance notice of such The Client recognizes the inherent risks connected with increases will be given. construction. In performing our professional services,we will use that degree of care and skill ordinarily exercised, under similar circumstances,by reputable members of our ACCESS TO SITES profession practicing in the same or similar locality. No Unless otherwise agreed, the Client will furnish us with other warranty,express or implied,Is made or intended by right-of-access to the site In order to conduct the planned the proposal for consulting services or by furnishing oral exploration. We will take responsible precautions to or written reports of the findings made.It is agreed that the minimize damage to the site due to our operations, but Client will limit any and all liability,claim for damages,cost have not included in the fee the cost of restoration of any of defense,or expenses to be levied against us on account damage resulting from the operations.If the Client desires, of any design defect, error, omission, or professional we will restore any damage to the she and add the cost of negligence to a sum not to exceed$50,000.,or the amount restoration to the fee. of our fee,whichever is greater. REQUIRED AFFIRMATIVE ACTION CONTRACTOR/VENDOR SUBMITTALS AND CERTIFICATIONS Persuant to the attached "Affirmative Action - City Contracts" provisions the following information and certifications are required: A. Number of Employees 54, B. If your bid is more than $10,000 and your number of employees is 15 or more, the following Should be submitted with your bid : 1 . Completion of the attached "BIDDER' S EMPLOYEE UTILIZATION FORM" . 2. A written statement of your Company' s commitment to provide equal employment opportunity or a copy of your Company ' s current "Affirmative Action Program" . a . What have you done and what will you do to recruit minority employees? b . Do you have a training program for minority employees? The contractor/vendor will not discriminate against any employee or applicant for employment because of race, color , religion, sex , ancestry, national origin, place of birth , age or physical handicap which would not interfere with the efficient performance of the job in question. The contractor/vendor will take affirmative action to comply with the provisions of this ordinance and will require any subcontractor to submit to the City of Elgin a written commitment to comply to those provisions . The contractor/vendor will distribute copies of this commitment to all persons who participate in recruitment , screening, referral and selection of job applicants, prospective job applicants, members or prospective subcontractors . The contractor/vendor agrees that the provisions of Chapter 3. 12 of the Elgin Municipal Code, 1976, is hereby incorporated by reference, as if set out verbatim. SIGNE '♦'_`�J _ _ TITLE SEAL DATE 941"'/77 Subs ribed and sworn to before me this day 1, SEAL Not yl Public "OFFICIAL SEAL" THOMAS J. HIETTER Notary Public, State of Illinois NY Commission Expires 9/01/91 REQUIRED CONTRACTOR CERTIFICATIONS Persuant to the State of Illinois Public Act No. 85-1295 the following certification must be signed . The undersigned firm certifies that it is not barred from bidding on this contract as a result of a conviction for the violation of State laws prohibiting bid- riggingKor bid-rotating . SIGNED TITLE SEAL DATE2E247 Subscribed and sworn to before me this 1- '- day of 'ter t 19 c' • �-L SEAL Notar Public "OFFICIAL SEAL" THOMAS J. HIETTER Notary Public. State of Illinois My Commission liras 9/01/91 ■ r AFFIRMATIVE ACTION POLICY 11 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 1 1 BOARD OF DIRECTORS MIDWEST CONSULTING ENGINEERS, INC. I I f SEFC/30 -2- ..r.. mow .... — . .M.p mem am i i ill A AS All All AIL a III • • - -• PERSONNEL 9. List number of employees (by classification) you have on your present payroll. 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 Engineer 2 2 25.00-35.00 Project Manager 1 8 9 18. 50-32.00 Resident Engineer 8 8 14 . 00-22.00 Structural Engineer 2 2 15 .00-27 .00 Survey Party Chief 2 2 11 .00-17 .50 Senior Project • • Engineer 2 2 18.00-28.00 Project Engineer 5 5 14 .00-20. 00 Design Engineer/ Senior Technician 2 4 6 11 .00-16 .50 Construction Engineer 4 4 12. 00-18. 50 Technician/Survey & Construction 1 9 10 7 .00-14 .50 Senior Draftsman/ Technician 1 1 2 11 . 00-17 .00 Drafters 1 2 1 2 4 2 5.75-12. 00 Clerical/Word Processors 3 3 6 .00-15 .00 Totals 1 4 3 48 5 56 5 (Final total must agree with total firm personnel on page #4 . ) SEFC/38 , \• ... . .. ..„................ • ._ __ A.. ' . , .. .. •......•......... ..: . ii I ! x 13 • , \l, i \ N 01 1 %,_ J a 1 i • I = ,may I /-•10•4i4,„ /1;/07 0::(9.(:: 13> +� nt y 01, ? . ..r) , , . . 2 IL 6 cli, 0 7 'L 4 r . I.C., t . . / I. • 5\41\e .�� c.5. ... _ ___ �r. �,. ""w.--- ��i--- —i ., a a.e-+*t:,�e+ers. w...a�_._- oao3a1a :t. r .... . \ /, ,,, ')+ ' ■ t iiiric • �\ rT�i1Y • •y. Di W • .r as g o■ • 11, ir eJy •,, $ i 49 ZdR1i1 ii $ • WN v. On f J, $ L1x244r4 • '.E4i *. 41' • • 7"Y YJIM t i "4.-- 41111114\U1 A i • • :.ij 0.-1Pj.14? ,r-IN el k ik.:4,4 4, * T 4• o tVuuu t� ■ 1 \ ■ . ... -1 ti, , • t, , 1 f...1Wk Afil • • )K7 .-... ..... .-4...... i ---""7 •a'1 .0 arta t \, -.....�r.. �'�' 31.1/.r. s \\ Jr c:ID \il' .:3A .• • ,..03, "Y n 0 . __ ___ I Airlotase?on s�m gm wai iI/ . st- " " s• • iiii ��• r • s 00 I IR a WI L .44 , . .. . . . -naliali\c: -.10r-\ft\a. . . .. „. r_IL---Jr_71 lasso 4A10 -a' 0 /'1'to s� co3uull \t, lova eirThei / // i S i �=��' owor.Ya ; r s Pt glsisV.," V, 4 t 1 \'/ V' Ve.. -- ;.:.>: 0:-.30t\31/ ate. s� • / 4 0004° a +,' NfLt• w � - WS . 114 >ol'E` - 7/ -. . /41)1ZI / 4"---"-"---)144 4. 0.64. l t G '144 V i srC::: �.�`'1111110 �� D Cpl. „ S 1. \ ` �, \ c:1\ 111(:13,01r\C 4 4 \\ \;ITIM1 40\l'A'....dS Ar'' - ,11 /11" if, . or 14' i 1 %)7 rns a r 'I 1----.) 1; 9 - „Z..,-;\01, Vct`--- \ e li 4r, 4(,fr s %4 - ,- - -vouv_3 - 4 11C716011, "\.. _.. t •4.1.:. : vc so+ 4to 47 ,y ,i0 \ , 34 f. ..___,_ , k r.-\150 a X41 o'• ( , ,� (A 1 -.st\ pOUaEASil 0 ... Z' A 110110 .. 31* . ' i .,4' * 4 1. 0.0 k\• A Aik _ ...oil, ,..11,C\--,-----\° 11 „. „,,, * -a:- a,".•11 ' /41,t • .e-cigoitie, -,c--\ \\ % , ' /,- 4/isr,,t\up Alp - 041,10k1.1t . 7:4,- / , ', +.11100,AA\ -. ok 03 . il ' -- vis\-_:1Y 0.0t4( , . , .# 41).„.„:„ .1,. iii, 4 , Vili . nnr 84/- " Al C) - , lliV4k#444 /a�SWo ' 0 • ; • / O1Il I I Ilitt4 ''''''•r, °A r, 0014 l',,, \ f / AOE � to- N \-- ?-, 7. \\ AVE , ' 1 � C / I kP lic.•:._„\\ r ---- Z' - / it. • 41 4 4. i.- n tir A , ,_,_ 7 ,.. . . . , '41 tift sik ohAilit o \-\\-... 0,1\--..:....\nn T. 7 (, . 4 7 .1<1 . , ♦ ,1:0 4,1 o� to_„tom ri, --1 0 \--11, .1‘ 64° ,v÷. AA-- 1 4'1'i.,,,,,, *oi31 A ` c'6 1 ' ')).- .‘. Allfikaiet` w7f WI 'Vl.... ,,,--xr'."\c,:r1 -- - 7t t tfro:AA ,X'' 1! ,V., PU. c••••"1\ stb 4.414) -SI TC\• 0 ci ---yr at M ‘ 'R�cK ' August 15 , 1989 MEMORANDUM TO: Mayor and Members of the City Council FROM: City Manager SUBJECT: National Street and Wing Park Bridge Reports PURPOSE: This memorandum will provide the Mayor and Council with information to consider proceeding with various improvements to the subject bridges. BACKGROUND: The City Council approved the awards for Phase I Engineering Studies to Midwest Consulting Engineers, Inc. on April 12 , 1989 . Agreements covering the Phase I studies were authorized and signed on June 14 , 1989 . The Engineering Division has received the Phase I (Preliminary Engineering ) reports for the three bridge structures and have completed their review. Attached for your information and consid- eration are copies of some of the pages from the reports which describe the existing structures and the recommended improvements. One set each of the original complete reports is in the City Clerk' s office and in the Engineering office should any of the City Council members wish to review them. The Bridge A referred to in the report is the structure located to the north of the Wing Park pool complex which permits service vehicles access to the complex and to the bath house. The Bridge B is the structure at the south end of the complex which is limited to pedestrian use only. As noted in my memorandum of April 5, 1989 and in the agreement for engineering services, the fee for Phase II and Phase III engineer- ing services, preparation of final plans and construction inspec- tion, respectively, were not established because we did not know the extent of the repairs/replacement necessary. The fees would be negotiated in accordance with applicable procedures contained in the IDOT publication "Standard Agreement Provisions for Consultant Services" , and upon approval of the City Council. FINANCIAL IMPACT: There is $400 ,000 in the Capital Improvement Fund for the National Street Bridge and $65,000 in the 1988 Bond Fund for the Wing Park bridges. The estimated cost of the consul- tant's recommended alternatives for National Street is 236 , 035, for Bridge A it is $123 ,000 and for Bridge B it is $76,000 , plus applicable engineering fees for each. I- D Mayor and Members of the City Council August 15, 1989 Page 2 RECOMMENDATION: It is recommended that the City Council authorize the preparation of the final plans and contract documents for the three bridges based upon the consultant' s suggested alternatives and direct the staff to negotiate the associated applicable Phase II engineering fees in accordance with IDOT procedures and to report back to the City Council for concurrence. It is also recommended that the repairs to National Street structure and replacement of Bridge B be accomplished under the 1989 Budget and any additional funds necessary for Bridge B can come from the savings in the National Street project. Funds for the replacement of Bridge A would be requested in the 1990 Budget. mesty Manager g414'k' Ci National Street over Fox River Elgin, Illinois Bridge Description Structure No. 045-6304 carries National Street over the Fox River in Elgin, Illinois. The bridge was constructed in 1948 . The substructure consists of reinforced concrete abutments supported on timber piles and reinforced concrete piers supported on timber piles. The superstructure consists of a 6" thick reinforced concrete deck slab supported by cast-in-place reinforced con- crete, haunched girders. The concrete deck is overlayed with an approximately li " thick bituminous concrete overlay. The bridge is a four span structure that carries one traffic lane in each direction and also has a parking lane on each side of the struc- ture. There also are 9 ' wide sidewalks on each side of the structure. The bridge is not posted. See Figure 1 for structure dimensions. I Past Maintenance and Repair In 1974 , the following maintenance or repair items were done on the bridge . 1 . Concrete slab partial depth and full depth repair. 2. Application of waterproofing membrane system to the top of deck. I3 . Overlay of the deck with li " bituminous concrete surface course. 1 4 . Installation of a neoprene expansion joint at both abut- ments. I5 . Sidewalk repair. 6 . Cleaning and painting steel bearings . I I - I I OJH-06 -1- Recommendations for Repair and Maintenance Abutments and Wingwalls 1. Repair deteriorated concrete with formed concrete repair or pneumatically applied mortar. 2. Repair open cracks with epoxy crack repair. 3. Blast clean the bridge seat and apply sealer. Piers 1 . Blast clean the top of pier and apply sealer. Steel Bearings 1. Blast clean and paint all steel bearings. Concrete Deck and Sidewalk 1 . Remove the bituminous wearing surface on the deck. 2. Scarify the deck to a depth of I" . 3. Repair the concrete slab with partial depth and full depth repair. 4 . Overlay the scarified slab with a 1 3/4" bridge deck con- crete overlay. 5. Remove the entire top portion of the concrete sidewalk to a depth of li" and replace it with a li" concrete overlay. 6. Deteriorated concrete located at the curb/sidewalk interface will be repaired with the sidewalk repair operations. Iron Bridge Railing 1 . Blast clean and paint the iron railing. Expansion Joint 1 . Remove the existing expansion joint at both abutments and _ replace them with a neoprene expansion joint. Bridge Approach Pavement 1 . Remove and reconstruct the concrete slab from the railroad track to 30 ft. west of the west abutment. (See Figure 9) 2 . Remove the bituminous overlay on the remainder of the west a OJH-0:pproach pavement. -4- 3 . Overlay the entire west approach slab with a bituminous overlay. 4. Remove and replace the bituminous overlay on a 10 ft. wide strip adjacent to the east abutment. Drainage 1 . Construct storm water catch basins with outlet pipes at the northwest and southwest corner of the bridge. Alternative Bridge Deck Overlay System Two bridge deck overlay systems were considered. One system is a 2" bituminous concrete overlay over a waterproofing membrane. This system has been widely used in the past by Villages and the Illinois Department of Transportation. The estimated life is approximately 10 years. The second system is a 1 3/4" thick rigid concrete overlay over a }" scarified bridge deck. This overlay has been used by the Illinois Tollway for many years and is now also favored by MI District 1 , IDOT over the bituminous overlay. The estimated life is approximately 20 years. We recommend the rigid concrete overlay for the National Street bridge. I COST DATA I WATERPROOFING MEMBRANE SYSTEM AND BITUMINOUS CONCRETE OVERLAY Item Cost Waterproofing Membrane System $27 ,080 1 Bituminous Concrete Overlay, Class I 5 ,285 Total Preliminary Estimated Cost = $32,365 I RIGID CONCRETE OVERLAY Item Cost Scarification (}") $ 6 ,430 Rigid Concrete Overlay 40,650 Total Preliminary Estimated Cost = $47,080 PO IOJH-06 -5- I ' I. 1111 Longitudinal Joint Closure II The structure was constructed with a in open longitudinal slab joint at the centerline. Attempts to overlay across this joint have not been successful (see photograph 16) . Under present IN Illinois Department of Transportation criteria a longitudinal separation joint is only required for a bridge wider than approx- i imately 95 feet. We recommend that this open joint be closed 111! with concrete. See Cost Table and detail below. IICOST DATA IIRECONSTRUCT LONGITUDINAL JOINT 1 Item Cost IIConcrete Removal $ 3,500 Class X Concrete 4 ,200 IIEpoxy Coated Reinforcing Steel 770 Total Preliminary Estimated Cost = $8 ,470 11 11 "--_.(741..7.5 _)(_ Con crc te_ _Co_YLC.Ant2.1742 e4 trio 1112- • 7 V• r sr . . I % Z-- CI Il . I 77x7 .. 0 t 1 A v .MIL do•INNN.\ \N4N 1111 " H z. 111 ION / ___ 1111 i N • _ AEI All IOJH-06 -6- COST DATA TABLE Preliminary Estimated Cost of Repair and Maintenance Item Cost Bituminous Concrete Overlay Removal $ 8,750 li Concrete Approach Pavement Removal 16 ,800 -;. Sidewalk Slab Removal (Top 1}") 6,160 111 Concrete Repair 6 ,600 Epoxy Crack Repair 1,700 Deck Slab Repair (Full Depth) 4,000 Deck Slab Repair (Partial Depth) 28 ,500 Bridge Slab Scarification 1" 6,430 Bridge Deck Concrete Overlay, 1 3/4" 40 ,650 Concrete Sidewalk Repair 5,550 Bituminous Concrete Surface Course, II Mixture D, Class I, Type 2 1,500 Concrete Pavement, 10" 21 ,000 Neoprene Expansion Joint 24 ,800 II Clean and Paint Iron Railing 10,000 Clean and Paint Steel Bearings 5,525 Reconstruct Longitudinal Joint 8,470 10 Catch Basins 2,000 Storm Sewer 2,100 Concrete Headwall 3,000 Bridge Seal Sealer 2,500 II Traffic Control and Protection 20,000 Miscellaneous, Striping, Etc. 10,000 IIPreliminary Estimated Cost of Construction $236,035 II I 1 II II M 11 OJH-06 _7- I Pi. • jBridge A over Tyler Creek Wing Park MElgin, Illinois Bridge Description 01 Bridge A provides park or city vehicles access to the Wing Park swimming pool. The date of bridge construction is not known. It Mis estimated that the bridge is 50 to 60 years old and was most likely designed for a live load less than the current HS-20 design live load. The abutments and wingwalls are concrete with M spread footings on an apparent rock surface. The superstructure is a 6" reinforced concrete slab supported by cast-in-place, 24" deep reinforced concrete beams. The structure is one span, 42 '-8" long, with a l9 '-4}" clear roadway width and a 4 '-7" clear PI width sidewalk on each side of the structure. The total width of the structure is 32 '-0" . M I r r r r r OJH-07 -1- Existing Bridge Condition Abutments The west abutment is in good condition. The northwest and southwest wings each have open cracks and the northwest wing has an open construction joint. See Figure 3. The east abutment is in generally good condition, however, a poorly built construction joint is located near the bottom of the abutment. The northeast wing has separated from the main abut- ment. No reinforcing steel was found in the wingwall. See 11 Figure 4 and photographs 7 and 8 . Beams The concrete beams are in fair condition. The original con- struction was of very poor quality with honeycombed concrete and no cover over some steel stirrup bars. Some longitudinal open cracks located 2" from the bottom of the beam were found in several locations. See Figure 2 and photographs 5 and 6 . Concrete Slab The concrete slab is in poor condition. The quality of the original construction was poor with numerous lateral bars exposed on the bottom of the slab due to little or no concrete cover. Some cracks with leaching deposits were located on the bottom of the slab. See Figure 2 . Lateral cracks were also found on the top of the slab. The sidewalk slab is in very poor condition with a li" deep spall located along the entire length of the north walk and in certain locations on the south walk. Steel Railing The railing along the north walk is securely fastened, has some rust spots, but is not plumb. The railing along the south walk is loose at the east end of the bridge. I . I I I OJH-07 -2- L Recommendations Due to the deterioration of certain areas of the bridge, poor quality original construction, the apparent lack of reinforcing steel in the abutment and wingwall and the age of the bridge, we recommend that the structure be completely removed and replaced with a new structure. We recommend replacement with a precast prestressed concrete deck beam bridge bearing on concrete abut- ments. See Figures 5 and 6 . Description of Proposed Structure The recommended structure would have a single span length of 40 feet, a roadway width of 22 feet and a 5 foot wide sidewalk on each side for a total width of approximately 36 feet. The • structure would be built to a 15 degree skew to keep it on the same alignment as the present structure. It should be designed for HS-20 loading. The superstructure would be 21 inch deep prestressed concrete deck beams protected with a waterproofing membrane system and overlayed with a 2 inch thick bituminous concrete overlay. The sidewalk and parapet would be cast-in-place concrete construction (See Figure 5) . The proposed superstructure depth is 6" shallower than the existing structure and will therefore increase the waterway opening. A hydraulic study should be performed prior to beginning final design. The substructure would be a cast-in-place reinforced concrete abutment with concrete wingwalls. The concrete footings would bear on an apparent, bedrock surface below the streambed. Two foundation borings should be taken prior to final design. (See Figure 6 for proposed abutment details) . The preliminary estimated cost of constructing the recommended structure is $123 , 000 . Steel Beam Alternate Also studied was a rolled steel beam span with a 7i inch thick concrete slab. The substructure would be cast-in-place rein- forced concrete similar to the prestressed concrete deck beam alternate. The preliminary estimated cost of this alternate was $157 ,000 . I I I OJH-07 -3- COST DATA TABLE Item Cost Removal of Existing Structure $ 10,000 Relocate Water Line 5,000 Structure Excavation 3,000 Rock Excavation 3,000 Reinforcing Steel 8 ,000 Class X Concrete 36 ,000 Prestressed Concrete Deck Beams 36 ,300 Waterproofing Membrane System Bridge Railing 4 ,200 6 ,720 Bridge Approach Work 10 ,000 111 Bituminous Concrete Overlay 780 Preliminary Estimated Cost of Construction $123 ,000 0, 01 01 01 01 I OJH-07 -4- IBridge B over Tyler Creek Wing Park Elgin, Illinois Description of Structure Bridge B over Tyler Creek provides pedestrians access to the Wing Park swimming pool area. At one time it provided access for both vehicles and pedestrians. Vehicles are now prevented from using the structure. Plans are not available for the structure and the date of construction is unknown. The concrete abutments and wingwalls appear to be supported on spread footings, and the concrete pier appears to be supported on spread footings. The superstructure consists of a 6 inch reinforced concrete slab and 5 inch thick reinforced concrete walkway supported on 24 inch deep reinforced cast-in-place concrete beams. The top of the bridge slab is covered with a bituminous overlay. 11 The structure is a two span bridge, total length is 59 feet with a total width of 32 feet. The bridge provides a 19 '-4" clear I width between concrete parapets and a 4 '-7" clear width sidewalk between the concrete parapet and the pedestrian railing. I I I I U i I I I MOJH-07 -16- 1111. Bridge Condition Superstructure Concrete Slab The reinforced concrete slab is in poor condition. A poor quality original construction left many bottom lateral rein- forcing bars exposed due to improper cover. Spalls are located 11 on the bottom of the slab where the lateral bars have only a small amount of cover. The sidewalk slab is very poor with l}" deep top surface spalls throughout much of the walkway and numerous lateral cracks found on the bottom of the walkway slab. See Figures 1 and 2 for locations of spalls and cracks. The concrete parapet between the roadway and the walkway is also in poor condition. Concrete Beams The concrete beams are in poor condition. The poor quality original construction resulted in honeycombed concrete and a lack of proper cover over the reinforcing steel. Open vertical web cracks are found over the pier and also throughout the span. Also, open longitudinal cracks located approximately 2" up from the bottom of the beam were found on every beam. Steel Pedestrian Railing The steel railing is partially missing on the west side and almost entirely missing on the east side. This loss of railing and posts is due to unsound concrete support for the steel posts. Substructure South Abutment The south abutment is in poor condition. Numerous open vertical and longitudinal cracks were found. Hammer sounding of the bottom of the abutment found the concrete is of very poor quality. The southeast and southwest wingwalls are in fair condition. North Abutment The north abutment is in poor condition. Numerous open cracks were found in the abutment wall. Very poor concrete was found just above the waterline. The northwest and northeast wingwalls are in fair condition. Pier The concrete pier is in fair to good condition. An open vertical crack is located on the south face. It appears that the stream current is beginning to undermine the pier footing. OJH-07 -17- Recommendations The superstructure is obviously beyond repair and should be removed. Also, after a detailed inspection of both abutments, it is recommended that they also are not salvable. A new structure should be a one span bridge spanning from bank to bank, so therefore, the concrete pier can also be removed. Description of Proposed Structure UThe recommended pedestrian structure would be a one span bridge with a span length of 56 feet and a clear width of 10 feet. The recommended design live load is 60 pounds per square foot plus a concentrated live load of 10,000 pounds. The superstructure would be a pre-fabricated steel truss struc- N ture made of high strength self weathering steel. A proposed 5" thick concrete slab would be supported by steel stringers and floorbeams. This type of structure is commonly found on bike- d paths and on golf courses. See Figure 6 . This structure would provide more waterway opening than the existing structure. A hydraulic study should be performed prior to final design. The substructure would be a reinforced concrete abutment with concrete wingwalls. The concrete footing should be founded on the apparent bedrock surface. Two foundation borings should be obtained prior to beginning the phase two design. (See Figure 7 for proposed abutment details. ) The preliminary estimated cost of constructing the recommended structure is $76,000. Open Abutment Structure Alternate This alternate bridge type would have a span length of 90 feet. YP P g The increased span length allows a smaller abutment to be constructed and also eliminates wingwalls. However, a stream slope protection system such as stone riprap is required. The preliminary estimated cost of this alternate is $78,000. i i 1 1 1 OJH-07 -18- • pi, . COST DATA TABLE Item Cost Remove Existing Structure $15,000 Structure Excavation 3,800 Rock Excavation 1 ,100 Class X Concrete (Substructure) 19 ,550 Reinforcing Steel 4 ,110 Furnish and Erect Steel Truss Span 20,000 Superstructure Concrete 4,500 Epoxy Coated Reinforcing Steel 1,250 Porous Granular Backfill 1,625 Miscellaneous Approach Work 5 ,000 Preliminary Estimated Cost of Construction $76 ,000 • OJH-07 -19-