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-