HomeMy WebLinkAbout95-72 Resolution No. 95-72
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH
COLLINS ENGINEERS, INC.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,
ILLINOIS, that Richard B. Helwig, City Manager, and Dolonna
Mecum, City Clerk, be and are hereby authorized and directed
to execute an agreement on behalf of the City of Elgin with
Collins Engineers, Inc. for professional services in
connection with the preparation of bridge condition surveys
and development of a record keeping system for city bridges, a
copy of which is attached hereto and made a part hereof by
reference.
s/ George VanDeVoorde
George VanDeVoorde, Mayor
Presented: March 22, 1995
Adopted: March 22, 1995
Omnibus Vote: Yeas 7 Nays 0
Attest:
s/ Dolonna Mecum
Dolonna Mecum, City Clerk
AGREEMENT
THIS AGREEMENT, is made and entered into this02.3 day of
y1� CtA � � , 1995, by and between the CITY OF ELGIN, an
Illinois municipal corporation (hereinafter referred to as
"CITY" ) and Collins Engineers, Inc. (hereinafter referred to as
a "ENGINEER" ) .
WHEREAS, the CITY desires to engage the ENGINEER to furnish
certain professional services in connection with the preparation
of bridge condition surveys and the development of a record
keeping system for the City bridges (hereinafter referred to as
the "PROJECT" ) .
AND
WHEREAS, the ENGINEER represents that he is in compliance
with Illinois Statutes relating to professional registration of
individuals and has the necessary expertise and experience to
furnish such services upon the terms and conditions set forth
herein below.
NOW, THEREFORE, in consideration of the mutual promises and
covenants contained herein, the sufficiency of which is hereby
acknowledged it is hereby agreed by and between the CITY and the
ENGINEER that the CITY does hereby retain the ENGINEER to act
for and represent it in all engineering matters involved in the
PROJECT, subject to the following terms and conditions and
stipulations, to-wit:
I . SCOPE OF SERVICES
A. All work hereunder shall be performed under the
direction of the Director of Public Works of the
CITY, herein after referred to as the "DIRECTOR" .
B. The work under this project includes a routine
field inspection, evaluation, recommendation and
preparation of bridge records for the following
structures :
1 . Tyler Creek at Fletcher Drive
2 . Tyler Creek at Eagle Road
Y 9
3 . Tyler Creek at Royal Blvd.
4 . Tyler Creek at McLean Blvd.
5 . Riverside Drive between Highland
and Chicago
6 . National Street over Fox River
and performing all necessary work to enter
Eagle Road, Royal Boulevard and Riverside
Drive bridges into the State Inventory system.
-2-
C. A more detailed Scope of Services is attached
hereto as Attachment A.
II. PROGRESS REPORTS
A. An outline project milestone schedule is provided
herein under:
Notice to Proceed April 3, 1994
Submit All Documents June 26 , 1994
B. A detailed project schedule for the Project is
included as Attachment B, attached hereto.
Progress will be recorded on the project schedule
and submitted monthly as a component of the Status
Report described in C. below.
C. The Engineer will submit to the Director monthly a
Status Report keyed to the Project Schedule. A
brief narrative will be provided identifying
progress, findings and outstanding issues .
III. WORK PRODUCTS
All work products prepared by the ENGINEER pursuant
hereto including, but not limited to, reports, designs,
calculations, work drawings, studies, photographs,
models and recommendations shall be the property of the
CITY and shall be delivered to the CITY upon request of
the DIRECTOR provided, however, that the ENGINEER may
retain copies of such work products for its records .
Such work products are not intended or represented to
be suitable for reuse by the CITY on any extension to
the PROJECT or on any other project, and such reuse
shall be at the sole risk of the CITY without liability
or legal exposure to the ENGINEER.
IV. PAYMENTS TO THE ENGINEER
2P14
A. For services provided) the ENGINEER shall be reimbursedIt,
at the rate of - times the direct hourly rate of
personnel employed on this PROJECT, with the total fee
not to exceed Fifteen Thousand Eight Hundred Seventy-
Five ( $15, 875) dollars regardless of the actual costs
incurred by the ENGINEER unless substantial
modifications to the scope of the work are authorized
by CITY through a change order or amendment.
B. A summary of the fee calculations is attached hereto
as Attachments C, D, E and F.
C. The CITY shall make periodic payments to the ENGINEER
-a-
based upon actual progress within 30 days after receipt
and approval of invoice. Said periodic payments to the
ENGINEER shall not exceed the amounts shown on
Attachment G, and full payments for each task shall not
be made until the task is completed and accepted by the
DIRECTOR.
V. INVOICES
A. The ENGINEER shall submit invoices in a format
approved by the CITY. Progress reports ( IIC above)
will be included with all payment requests .
B. The ENGINEER shall maintain records showing actual
time devoted and cost incurred. The ENGINEER shall
permit the authorized representative of the CITY to
inspect and audit all data and records of the
ENGINEER for work done under this Agreement. The
ENGINEER shall make these records available at
reasonable times during the Agreement period, and
for a year after termination of this Agreement.
VI . TERMINATION OF AGREEMENT
Notwithstanding any other provision hereof, the CITY
may terminate this Agreement at any time upon fifteen
( 15) days prior written notice to the ENGINEER. In the
event that this Agreement is so terminated, the
ENGINEER shall be paid for services actually performed
and reimbursable expenses actually incurred prior to
termination, except that reimbursement shall not exceed
the task amounts set forth under Paragraph IV above.
VII . TERM
This Agreement shall become effective as of the date
the ENGINEER is given a written Notice to Proceed
following approval of CITY' S corporate authorities and,
unless terminated for cause or pursuant to Article VI
foregoing, shall expire on the date the DIRECTOR
determines that all of the ENGINEER' s work under this
Agreement is completed. A determination of completion
shall not constitute a waiver of any rights or claims
which the CITY may have or thereafter acquire with
respect to any breach hereof by the ENGINEER.
VIII . NOTICE OF CLAIM
If the ENGINEER wishes to make a claim for additional
compensation as a result of action taken by the CITY,
the ENGINEER shall give written notice of his claim
within 15 days after occurrence of such action. No
-4-
claim for additional compensation shall be valid unless
so made. Any changes in the ENGINEER' s fee shall be
valid only to the extent that such changes are included
in writing signed by the CITY and the ENGINEER.
Regardless of the decision of the DIRECTOR relative to
a claim submitted by the ENGINEER, all work required
under this Agreement as determined by the DIRECTOR
shall proceed without interruption.
IX. BREACH OF CONTRACT
If either party violates or breaches any term of this
Agreement, such violation or breach shall be deemed to
constitute a default, and the other party has the right
to seek such administrative, contractual or legal
remedies as may be suitable to the violation or breach;
and, in addition, if either party, by reason of any
default, fails within fifteen ( 15) days after notice
thereof by the other party to comply with the
conditions of the Agreement, the other party may
terminate this Agreement.
X. INDEMNIFICATION
The ENGINEER shall indemnify and save harmless the
CITY, its officers and employees from and against any
and all loss, liability and damages of whatever nature,
including but not limited to Workmen' s Compensation
claims, in any way resulting from or arising out of
negligent actions or omissions of the ENGINEER in
connection herewith, including but not limited to
negligent actions or omissions of employees or agents
of the ENGINEER arising out of the performance of
professional services .
XI. NO PERSONAL LIABILITY
No official, director, officer, agent or employee of the
City shall be charged personally or held contractually
liable under any term or provision of this Agreement or
because of their execution, approval or attempted
execution of this Agreement.
XII. INSURANCE
A. Comprehensive Liability. The ENGINEER shall
provide, pay for and maintain in effect, during the
term of this Agreement, a policy of Comprehensive
General Liability Insurance with limits of at least
$1, 000, 000 aggregate for bodily injury and
$1,000, 000 aggregate for property damage.
The ENGINEER shall deliver to the DIRECTOR a
• -5-
Certificate of Insurance naming the CITY as
additional insured. The policy shall not be
modified or terminated without thirty ( 30) days
prior written notice to the DIRECTOR.
The Certificate of Insurance which shall include
Contractual obligation assumed by the ENGINEER
under Article IX entitled "Indemnification" shall
be provided.
B. Comprehensive Automobile Liability. The ENGINEER
shall provide, pay for and maintain in effect,
during the term of this Agreement, a policy of
Comprehensive Automobile Liability Insurance
covering all owned, non-owned and hired motor
vehicles with limits of not less than $500,000 per
occurrence for damage to property.
C. Combined Single Limit Policy. The requirements
for insurance coverage for the general liability
and auto exposures may be met with a combined
single limit of $1, 000, 000 per occurrence subject
to a $1,000,000 aggregate.
D. Professional Liability. The ENGINEER shall carry
Engineer' s Professional Liability Insurance
Covering claims resulting from error, omissions or
negligent acts with a combined single limit of not
less than $ 1,000,000 per occurrence. A
Certificate of Insurance shall be submitted to the
DIRECTOR as evidence of insurance protection. The
policy shall not be modified or terminated without
thirty (30) days prior written notice to the
DIRECTOR.
XIII . CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES,
PROCEDURES AND SAFETY
The ENGINEER shall not have control over or charge of
and shall not be responsible for construction means,
methods, techniques, sequences or procedures, or for
safety precautions and programs in connection with the
construction, unless specifically identified in the
Scope of Services .
XIV. NONDISCRIMINATION
In all hiring or employment made possible or resulting
from this Agreement, there shall be no discrimination
against any employee or applicant for employment
because of sex, age, race, color, creed, national
origin, marital status, of the presence of any sensory,
mental or physical handicap, unless based upon a bona
-6-
fide occupational qualification, and this requirement
shall apply to, but not be limited to, the following:
employment advertising, layoff or termination, rates of
pay or other forms of compensation and selection for
training, including apprenticeship.
No person shall be denied or subjected to
discrimination in receipt of the benefit of any
services or activities made possible by or resulting
from this Agreement on the grounds of sex, race, color,
creed, national origin, age except minimum age and
retirement provisions, marital status or the presence
of any sensory, mental or physical handicap. Any
violation of this provision shall be considered a
violation of a material provision of this Agreement and
shall be grounds for cancellation, termination or
suspension, in whole or in part, of the Agreement by
the CITY.
XV. ASSIGNMENT AND SUCCESSORS
This Agreement and each and every portion thereof
shall be binding upon the successors and the assigns of
the parties hereto; provided, however, that no
assignment shall be made without the prior written
consent of the CITY.
XVI. DELEGATIONS AND SUBCONTRACTORS
Any assignment, delegation or subcontracting shall be
subject to all the terms, conditions and other
provisions of this Agreement and the ENGINEER shall
remain liable to the CITY with respect to each and
every item condition and other provision hereof to the
same extent that the ENGINEER would have been obligated
if it had done the work itself and no assignment,
delegation or subcontract had been made.
XVII. NO CO-PARTNERSHIP OR AGENCY
It is understood and agreed that nothing herein
contained is intended or shall be construed to, in any
respect, create or establish the relationship of co-
partners between the CITY and the ENGINEER, or as
constituting the ENGINEER as the general representative
or general agent of the CITY for any purpose whatsoever
or to constitute an employment relationship between the
parties hereto. .
XVIII . SEVERABILITY
The parties intend and agreed that, if any paragraph,
-7-
sub-paragraph, phrase, clause or other provision of
this Agreement, or any portion thereof, shall be held
to be void or otherwise unenforceable, all other
portions of this Agreement shall remain in full force
and effect.
XIX. HEADINGS
The headings of the several paragraphs of this
Agreement are inserted only as a matter of convenience
and for reference and in no way are they intended to
define, limit or describe the scope of intent of any
provision of this Agreement, nor shall they be
construed to affect in any manner the terms and
provisions hereof or the interpretation or construction
thereof .
XX. MODIFICATION OR AMENDMENT
This Agreement and its attachments constitutes the
entire Agreement of the parties on the subject matter
hereof and may not be changed, modified, discharged or
extended except by written amendment duly executed by
the parties . Each party agrees that no representations
or warranties shall be binding upon the other party
unless expressed in writing herein or in a duly
executed amendment hereof, or change order as herein
provided.
XXI. APPLICABLE LAW
This Agreement shall be deemed to have been made in,
and shall be construed in accordance with the laws of
the State of Illinois .
XXII. NEWS RELEASES
The ENGINEER may not issue any news releases without
prior approval from the DIRECTOR, nor will the ENGINEER
make public proposals developed under this Agreement
without prior written approval from the DIRECTOR prior
to said documentation becoming matters of public record.
XXIII . COOPERATION WITH OTHER CONSULTANTS
The ENGINEER shall cooperate with any other
consultants in the CITY' s employ or any work associated
with the PROJECT.
XXIV. INTERFERENCE WITH PUBLIC CONTRACTING: P.A. 85-1295
The ENGINEER certifies hereby that it is not barred
-8-
from bidding on this contract as a result of violations
of either Section 33E-3 or Section 33E-4 of the
Illinois Criminal Code.
XXV. SEXUAL HARASSMENT
As a condition of this contract, the ENGINEER shall
have written sexual harassment policies that include,
at a minimum, the following information:
A. the illegality of sexual harassment;
B. the definition of sexual harassment under state law;
C. a description of sexual harassment, utilizing
examples;
D. the vendor' s internal complaint process including
penalties;
E. the legal recourse, investigative and complaint
process available through the Illinois Department
of Human Rights, and the Illinois Human Rights
Commission;
F. directions on how to contact the department and
commission;
G. protection against retaliation as provided by
Section 6-101 of the Human Rights Act (copy
attached) .
A copy of the policies must be provided to the
Department of Human Rights upon request. P.A. 87-1257 .
XXVI . WRITTEN COMMUNICATIONS
All recommendations and other communications by the
ENGINEER to the DIRECTOR and to other participants
which may affect cost or time of completion, shall be
made or confirmed in writing. The DIRECTOR may also
require other recommendations and communications by the
ENGINEER be made or confirmed in writing.
-9-
XXVII . NOTICES
All notices, reports and documents required under this
Agreement shall be in writing and shall be mailed by
First Class Mail, postage prepaid, addressed as follows :
A. As to CITY:
JAMES L. KRISTIANSEN
Director of Public Works
City of Elgin
150 Dexter Court
Elgin, Illinois 60120-5555
B. As to ENGINEER:
Collins Engineers, Inc.
165 North Canal Street
Suite 975
Chicago, IL 60606
-10-
• IN WITNESS WHEREOF, the undersigned have placed their hands
and seals upon and executed this Agreement in triplicate as
though each copy hereof was an original and that there are no
other oral agreements that have not been reduced to writing in
this statement.
For the CITY:
ATTEST: THE CITY OF ELGIN
BY ` 7u c ti, By GaC
City Clerk City Manager
(SEAL)
For the ENGINEER:
f�
Dated this i/ day of //14�
1995 .
ATTEST:
By gp.etary PRES NT
COLLINS ENGINEERS, INC.
.,� 4�4tpp�lni/ftpp/p,��
a taw
Attachment A
Scope of Services
60(
Our services will include a review and evaluation of the ,fide bridge files, inspection and data
gathering for the fi�'�e ridges,preparation of inspection forms and records in accordance with current
Illinois Department of Transportation policies; and recommendations for future actions by the City
to best utilize their bridge inspection resources. The following sections describe our proposed plan
of action in greater detail.
Review and Evaluation of City Bridge Files
Collins Engineers will review the City's files to determine their compliance with Federal Highway
Administration (FHWA) and Illinois Department of Transportation requirements. Ti} e record
keeping requirements are summarized below. It is anticipated that the records for they bridges
will require updating, and while all of the steps described below may not be required, they are
described to present an overview of the entire system.
IDOT's computer printouts of the Structure Inventory and Appraisal form will be reviewed for each
bridge. If the bridge is not in the system, we will complete the Inventory/Status Initial Report(Form
R105-I)and the Key Route/Construction Initial Report (Form R111-I). If the bridge is currently in
the system, all appropriate changes will be marked on Form 104 for submission to IDOT.
A file will be established for each structure that does not currently have one. The file will contain
copies of available drawings for the bridge, or annotations as to the location of the drawings;
photographs of the bridge;copies of current ISIS forms;recent Bridge Inspection Report forms(BM-
BIR);the Bridge Record Card (BLR 5903), an abbreviated inventory and record of past work on the
structure;and structural rating and scour calculations. The file will also be annotated to indicate any
special inspection requirements includin g fracture critical inspections and underwater inspections.
In accordance with FHWA guidelines,master lists will be prepared indicating bridges which require
specialized inspections so that the management of those inspections can be monitored.
Bridge Inspection
The following frde bridges are scheduled for routine biennial inspection in 1995:
Tyler Creek at Fletcher Drive
Single span, concrete beam and slab bridge. A wading inspection will be necessary.
Tyler Creek at Eagle Road
Single span, concrete slab bridge. A wading inspection will be necessary.
EVERS.LTR
•
Attachment A
Page 2
• Tyler Creek at North McLean Blvd.
Single span corrugated plate arch with concrete "T" beam sidewalks. A wading inspection
will be necessary.
Tyler Creek at Royal Blvd.
Single span concrete slab. A wading inspection will be necessary.
Riverside Drive between Highland Avenue and Chicago Street
Multiple span steel beam and concrete slab with concrete piers.
National Street over the Fox River
Multiple span concrte arch . A diving inspection will be necessary.
A complete "arms length" inspection will be made of all bridges by an NBIS Bridge Inspection
Team Leader in accordance with IDOT and FHWA guidelines. The bridges will be visually
inspected and areas of apparent deterioration or damage will be inspected in detail using probing
and sounding techniques. The underside of the bridges over creeks will be inspected using
waders and ladders for access. Soundings will be made along the upstream and downstream
faces of each bridge and around each substructure unit located in water. The underside of the
Riverside Drive bridge will be inspected using ladders. An underwater inspection will also be
performed on the National Street Bridge. The inspection will include all submerged substructure
elements from the waterline to the mudline.
Evaluation and Report
Collins Engineers will evaluate the condition and review the present ratings for each bridge. If
the bridges have not been rated or if the present ratings should be revised, available data will be
gathered to submit to IDOT for their rating.
It is our understanding that there are no design drawings available for the Fletcher Drive bridge
over Tyler Creek. CEI will obtain all field measurements that are necessary to complete the
IDOT coding forms.
Collins Engineers will provide a short narrative report for each bridge (including documentary
photographs and results of any appropriate steel thickness measurements and concrete sounding
measurements) evaluating existing conditions, and providing recommendations for repair and
maintenance activities for both the short term and the longer term.
EVERS.LTR
Attachment B
Project Schedule
Start Finish
Contract Signed
Notice To Proceed April 3, 1995
Field Inspection April 10, 1995 April 14, 1995
Evaluation, Recommendations, Cost April 17, 1995 May 12, 1995
Estimates
Complete Bridge Records May 15, 1995 May 26, 1995
City Review of Records May 29, 1995 June 9, 1995
Revise Records June 12, 1995 June 23, 1995
Submit Final Documents June 26, 1995
EVERS.LTR
Attachment C
Summary of Staff Hours and Estimate of Cost
TASK
Project Field Evaluation & Total
CLASSIFICATION .Management' Inspection Recommendation Reports Hours Rate Extension
Sr. Engineer(E5) 16 16 $32.31 $517
•Engineer(E3) 48 12 10 70 $20.19 $1,413
Engineer E2
9 (. _) 56 72 40 168 $16.59 $2,787
,Technician (T2) 12. 12 $18.75, $225
Total Hours 266
Total Direct Labor $4,942
Overhead & Burden 166.80% $8,244
Fixed Fee 10.00% $1,319
Direct Expenses $1,370
TOTAL ESTIMATED COST $15,875
Direct Expenses;
Traffic Control $500
Inspection Equipment $500
Full Size Van $120
Expendable Field Supplies $50
Reproduction $200
$1,370
Note:
This estimate is for the inspection of the bridges included in the scope of work and the type of inspection as
described in the section for inspection procedures. In-depth field inspections, such as crack testing, fracture
critical member inspections, and underwater investigation, are not included in the estimate of costs above.
Attachment D
Collins Engineers, Inc.
Hourly Rate Range - Consultant's Regular Staff
CLASSIFICATION FROM To
Principal Engineer (E8) $42.00 $46.00
Principal Engineer (E7) $39.00 $42.00
Senior Engineer (E6) $32.00 $38.50
Senior Engineer (E5) $29.00 $32.50
Engineer (E4) $24.00 $29.00
Engineer (E3) $18.00 $23.50
Engineer (E2) $13.00 $19.50
Technician-Draft. (T2) $18.00 $21.00
Technician-Draft. (T1) $11.00 $15.00
Clerical $9.00 $14.00
Attachment E
OVERHEAD AND INDIRECT COSTS
As of December 31, 1993
% OF DIRECT
PRODUCTIVE
PAYROLL
Taxes except Federal Income 6.6%
Business Insurance, except Key-Man insurance, insurance
including accident, liability and valuable papers 7_4%
Depreciation and amortization 5.8%
Administrative, unassignable staff time, recruiting,
training and education, severance, negotiating new
business, and office accounting, clerical, and
secretarial wages and salaries 64.4%
Reproductive and printing costs 1.3%
Office Supplies 6.0%
Computer costs 1 1%
Professional services, including specialists, legal,
auditing, etc. 0.1%
Employees travel expenses not assigned to clients and
excluding costs outside Illinois other accts
Telephone, Telegraph and Postage 3.5%
Recruiting and Relocating expense 0.9%
Training and educational non-salary expenses 3.0%
Fees, licenses, dues, publications (technical and
professional) 2.4%
Business space rent 13.4%
Automobile expenses 2.6%
Repairs and Maintenance 1.3%
Rental of equipment other accts
Miscellaneous expense 6.3%
TOTAL OVERHEAD & INDIRECT COSTS 126.1%
i
A hm n ttac e� F
PAYROLL BURDEN & FRINGE COSTS
As of December 31, 1993
% OF DIRECT
PRODUCTIVE
PAYROLL
Federal Insurance Contributions Act 12.5%
State Unemployment Compensation 0.5%
Federal Unemployment Compensation 0.3%
Workmen's Compensation Insurance 2.3%
Paid Holidays, Vacation, Sick Leave 10.0%
Bonus 9.1%
Pension 0.0%
Group Insurance 6.1%
TOTAL PAYROLL BURDEN & FRINGE COSTS 40.7%
Attachment G
Payment Schedule
PERCENT
DATE TASK PROGRESS
April 15, 1995 Filed Inspection 40
May 15, 1995 Evaluation& Recommendations 70
May 30, 1995 Complete Bridge Records 90
June 30, 1995 Submit Final Reports 100
EVERS.LTR
t R
1n
°F<< Agenda Item No .
tli; z.
� Zvi
February 28, 1995
TO: Mayor and Members of the City Council
FROM: Richard B. Helwig, City Manager
SUBJECT: Engineering Service Agreement with Collins
Engineers for Engineering Services for the
1995 SIA Bridge Inspections
PURPOSE
This memorandum will provide the Mayor and members of the
City Council with information to consider entering into an
agreement with Collins Engineers , Inc . of Chicago, IL to
provide Engineering Services associated with the inspection
of six City bridges . A copy of the agreement is attached for
your consideration.
BACKGROUND
In accordance with State requirements , this project will
provide required inspections of six City of Elgin bridges .
In the 1995 budget, the City Council approved funds to
inspect the six bridges including Fletcher Drive, Royal
Boulevard, Eagle Road and North McLean Boulevard over Tyler
Creek, Riverside Drive between Highland Avenue and Chicago
Street and National Street over the Fox River. The completion
of these bridge inspections will bring the City up to date in
that all City highway bridges will have been inspected as
required by the State of Illinois within the past two years .
All bridges are required to be inspected on a biannual basis .
The inspections completed in 1994 indicate that the eight
bridges inspected are in generally fair to good condition.
No serious deficiencies were identified. Recommended repairs
to the Kimball Street bridge will be accomplished in 1996 as
a component of the improvements to the Route 31 at Kimball
Street intersection programmed for 1996 . Repairs to the
remaining seven bridges are estimated at $135 , 000 .
Engineering Service Agreement/Collins Engineers
February 28, 1995
Page 2
Competitive proposals were received from three engineering
firms in May of 1994 . Two firms, Alfred Benesch and Company
and Collins Engineers, Inc. essentially tied as the highest
rated firm. As the bridge inspection program would be on a
biannual basis, we decided at that time to award an
inspection contract with Alfred Benesch and Company in 1994
and to utilize Collins Engineers, Inc. in 1995 . New
proposals will be taken in 1996 for the next biannual
inspection sequence.
COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED
None.
FINANCIAL IMPACT
The costs of the Engineering Services per this agreement will
be a not-to-exceed cost of $15, 875 . 00 . Within the General
Engineering Division of Public Works, in Operating Account No.
010-3311-752 . 30-03, $35,000 has been budgeted for
architectural and engineering services including bridge
inspection services .
Moneys for repair of the deficiencies identified in the 1994
inspections in the amount of $135,000 will be requested for
consideration in the 1996 capital improvement budget.
LEGAL IMPACT
None.
RECOMMENDATION
It is recommended that the City Council approve the
Engineering Agreement with Collins Engineers, Inc . and direct
staff to execute the necessary documents .
Respectfully/su itted,
names L. Kristiansen
Public Works Director
— l
Richard B. Helwig
City Manager
JE/do