Loading...
HomeMy WebLinkAbout98-73 Resolution No. 98-73 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH HNTB CORPORATION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Joyce A. Parker, 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 HNTB Corporation for 1998/1999 bridge inspections and bridge rehabilitation, a copy of which is attached hereto and made a part hereof by reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: March 25, 1998 Adopted: March 25, 1998 Omnibus Vote: Yeas 5 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk L AGREEMENT THIS AGREEMENT, is made and entered into this 3 014( day of Al AID C 1f , 1998, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY") and HNTB Corporation (hereafter refereed to as "ENGINEER") . WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the preparation of bridge rehabilitation contracts and inspection of highway 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 and cost estimates for the following structures: During the 1998 calendar year: 1 . Highland Avenue over the Fox River 2. Chicago Street over the Fox River 3. Villa Street over Poplar Creek 4. Bluff City Boulevard Over Poplar Creek 5. Villa Street over Willow Creek 6. Big Timber over Tyler Creek During the 1999 calendar year: 1. Fletcher Drive over Tyler Creek 2. Royal Boulevard over Tyler Creek 3. Eagle Road over Tyler Creek -2- 4 . Kimball Street over the Fox River 5. National Street over the Fox River 6. Riverside Drive between Highland and Chicago Work under this project also includes, to be completed in 1998, detail contract documents, estimates and plans to bid the rehabilitation of the following structures: 1 . Highland Avenue over the Fox River 2 . Chicago Street over the Fox River 3. National Street over the Fox River 4 . Riverside Drive between Highland and Chicago 5. Villa Street over Poplar Creek 6. Bluff City Boulevard over Poplar Creek 7. Villa Street over Willow Creek C. The professional services to be provided by the ENGINEER under this Agreement have been divided into two phases as follows: 1. The 1998 Bridge Inspections and the bridge rehabilitation contracts as listed in paragraph I .B. are funded under the cost-not-to-exceed fee identified in Article IV, and as further identified in Attachment B1. 2. The 1999 Bridge Inspections are not funded under the cost-not-to-exceed, but will be funded by an amendment to this Agreement as noted in paragraph IV.D. and as identified in Attachment B1. D. 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: 1998 Inspections Notice to Proceed March 12, 1998 Submit all 1998 Documents August 1, 1998 1998 Contract Documents Notice to Proceed March 12, 1998 Submit all Contract Documents September 30, 1998 1999 Inspections Notice to Proceed March 1, 1999 Submit all 1999 Documents August 30, 1999 B. A detailed project schedule for the Project is included as Attachment C, attached hereto. Progress will be recorded on -3 - the project schedule and submitted monthly as a component of the Status Report described in paragraph II .C. below. C. The ENGINEER will submit to the DIRECTOR monthly a Progress 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 A. For services provided in 1998, the ENGINEER shall be reimbursed at the rate of 2. 9451 times the direct hourly rate of personnel employed on this PROJECT plus reimbursable expenses, with the total payment to the ENGINEER not to exceed Fifty Thousand Five Hundred Twelve - ($50, 512 . 00) dollars regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized by the CITY through a change order or amendment. B. A summary of the fee calculations is attached hereto as Attachments Bl, B2, and B3. C. The CITY shall make periodic payments to the ENGINEER 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 B1, and full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. D. For those services identified under the Scope of Services as 1999 Bridge Inspections and as further identified on Attachment B1, the fee of Fourteen Thousand Nine Hundred Forty - ($14, 940.00) dollars shall be added to this Agreement by an amendment to this Agreement after a funding appropriation for the 1999 Bridge Inspection work has been enacted by the CITY. -4- V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (Paragraph II .C. 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 one 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 Article 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 the 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 thereof 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 fifteen (15) days after occurrence of such action. No 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. -5 - 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 Workmens' 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 L"IABILITY 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 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. -6 - 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, or the presence of any sensory, mental or physical handicap, unless based upon a bona 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 -7- 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, 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. -8- 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 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 HARRASSMENT 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; -9- 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. 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. 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: JOSEPH EVERS, P.E. City Engineer City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: CRAIG HETUE, S.E. , P.E. HNTB Corporation 111 North Canal Street Suite 880 Chicago, Illinois 60606-7252 - 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 �� 6�14--�G✓�--' By City Clerk ity Manager (SEAL) T6 J ) For the ENGINEER: Dated this _/04 day of f t,,6,t,ucx-gy A. D. , 1998 . ATTEST: HNTB CORPORATION By By 4-7 Vice President (SEAL) i 1, lr; P'it ,c ;, 1i Subscribed arid' sworn tobefore me A /5. N/A n4.t�<-Q Notary Public EXHIBIT A SCOPE OF SERVICES EXHIBIT A SCOPE OF SERVICES I . PROJECT DESCRIPTION This project consists of two separate phases: Phase I (inspection phase) and Phase II (design phase) . The Phase I project objective is to inspect and evaluate the existing bridges, update and submit the required Illinois Department of Transportation (IDOT) inspection forms and documentation, and prepare a letter report detailing the inspection findings, summarizing the necessary repairs, and providing an estimate of probable construction cost. The Phase II project objective is to prepare contract plans or schematics and specifications that are suitable for bidding which facilitate the construction of the proposed bridge improvements . HNTB will perform the following services pertaining to the project. II .PHASE I SCOPE OF SERVICES A. Data Collection HNTB will collect and assemble the data, information, and equipment necessary for performing the bridge inspections, completing the IDOT documentation, and preparing the reports required for this project. HNTB shall perform the following services: 1 . Review available as-built plans and previous rehabilitation plans for each bridge; 2 . Obtain copies of previous bridge inspection reports and IDOT inspection forms from the City of Elgin for use during the inspection in accordance with IDOT guidelines; 3. Arrange for inspection equipment and vehicle. B. Bridge Inspection & Evaluation HNTB will perform one (1) routine field inspection and evaluation for the following twelve (12) bridges located in the City of Elgin. During the 1998 calendar year, the following six (6) bridges will be inspected and evaluated: 1 . Highland Avenue over the Fox River 2 . Chicago Street over the Fox River A-1 EXHIBIT A SCOPE OF SERVICES 3. Villa Street over Poplar Creek 4 . Bluff City Boulevard over Poplar Creek 5. Villa Street over Willow Creek 6. Big Timber Road over Tyler Creek During the 1999 calendar year, the remaining six (6) bridges will be inspected and evaluated: 1 . National Street over the Fox River 2 . Kimball Street over the Fox River 3. Riverside Drive between Highland Avenue and Chicago Street 4 . Eagle Road over Tyler Creek 5. Fletcher Drive over Tyler Creek 6. Royal Boulevard over Tyler Creek HNTB will perform the routine bridge inspections in accordance with the "Bridge Inspector' s Training Manual" published by the USDOT/FHWA, National Bridge Inspection Standards (NBIS) , and the IDOT "Structure Information and Procedure Manual". The criteria used to evaluate and condition rate the existing bridges will conform to the IDOT "Structure Information and Procedure Manual". Steel members will be visually inspected for rusting, pitting, and section loss. Concrete substructure members above the waterline will be visually inspected and randomly sounded to locate deteriorated areas. The surface and underside of the bridge deck and sidewalks will be visually inspected. The approach roadways and guide rails will be visually inspected. Deficiencies and deterioration will be measured, photographed, and recorded on sketches for inclusion in the letter reports . All notes and deficiencies will be recorded in English units . Underwater inspection, hydraulic and analysis, scour assessment, non-destructive testing, material testing, pavement cores, paint adhesion testing, and geotechnical investigations are not included in the scope of the inspections. C. IDOT Forms and Documentation A-2 EXHIBIT A SCOPE OF SERVICES During the same calendar year that each bridge is inspected, HNTB will update and submit the following forms as required to the City of Elgin and to IDOT for their records : 1. Inspection Appraisal Report (RIS-R104) 2 . Inventory Turnaround Report (RIS-R105) 3. Master Report (RIS-R107) 4 . Key Turnaround Route Report (RIS-R111) 5. Bridge Inspection Report form (BIR) The City of Elgin will provide copies of these documents from previous inspections to HNTB for use in the current inspection in accordance with IDOT guidelines. HNTB will update, code, and submit these forms to the City of Elgin and to IDOT in accordance with IDOT and FHWA policies, procedures, and standards . D. Inspection Reports HNTB will prepare a letter inspection report for each structure. This report will include the results from the field investigation, recommendations for structure rehabilitation, and an estimate of probable construction costs. The appendix to each report will contain photographs, revised IDOT forms, and inspection notes. The reports will be prepared using Microsoft Word version 7 . Estimates of probable construction cost will be prepared using Microsoft Excel version 7 . The City of Elgin will receive printed copies of the inspection reports. Each report will be printed on 8-1/2 by 11 inch paper and stapled. HNTB will submit five copies of a Pre-Final report (90% complete) for each bridge for review by the City of Elgin. After addressing the City' s comments, HNTB will submit five copies of the final inspection report for each bridge. III . PHASE II SCOPE OF SERVICES A. Contract Document Description Based on the scope of services in the City' s Request For Proposal and the results from the bridge inspections, HNTB will prepare construction bid documents in 1998 for the repair of the following seven bridge structures : A-3 EXHIBIT A SCOPE OF SERVICES 1 . Highland Avenue over the Fox River 2 . Chicago Street over the Fox River 3. Villa Street over Poplar Creek 4 . Bluff City Boulevard over Poplar Creek 5. Villa Street over Willow Creek 6. National Street over the Fox River 7 . Riverside Drive between Highland and Chicago These documents will consist of plans or schematics, specifications, quantity calculations, and probable construction cost estimates. The plans or schematics will be prepared in sufficient detail to identify the general type of repair for the particular bridge improvement. The specific locations of repairs may be referenced from the inspection reports or determined in the field by the City' s construction engineer. The specifications will describe the various construction materials, procedures, and systems used in the project. The documents will outline the stages of construction required to complete the repair project. The probable construction cost estimates will define the contract pay items and will provide estimated quantities and estimated probable unit costs. B. Rehabilitation Scope The following proposed repair scope may be amended depending upon the results from the bridge inspections and the availability of funding, and may require an amendment to the Agreement. The rehabilitation of all seven bridges will be included in one set of contract documents. IDOT standard drawings and details will be referenced whenever possible. The following bridge rehabilitation is proposed for this project: 1. Highland Avenue: Remove and recast unsound patches in roadway. Remove and recast the entire sidewalk on each side of the bridge. 2. Chicago Avenue: Remove and recast unsound concrete on the fifth beam from the north in span 4 . Remove and recast the entire sidewalk on each side of the bridge. 3. National Avenue: Repair spalled concrete areas, remove and replace shim plates, rehabilitate (paint) the bridge railings on each side of the structure, place vegetation on the northwest embankment, and relocate the water runoff inlet. A-4 EXHIBIT A SCOPE OF SERVICES 4 . Riverside Drive: Remove and replace the bituminous wearing surface, seal PPC deck with waterproofing treatment and joints with epoxy, remove and replace the deteriorated concrete in center median, repair spalled concrete on PPC deck beams and substructure, and inject various concrete cracks with epoxy. 5. Villa Street (over Poplar Creek) : Remove debris from drain and channel, remove areas of unsound/deteriorated concrete and recast, inject concrete cracks with epoxy, and evaluate the suitability of installing approach guardrail. 6. Bluff City Boulevard: Remove debris from channel; repair spalled or fractured areas and inject concrete cracks with epoxy on the spandrel walls, wingwalls, corners and parapets; and evaluate the suitability of installing approach guardrail. 7 . Villa Street (over Willow Creek) : Remove debris from drains and channel, remove unsound/deteriorated concrete and recast, inject cracks with epoxy, remove and replace the existing parapets and bridge railings with the railing used on the south side of the bridge, and evaluate the suitability of installing approach guardrails. Since HNTB will not inspect the Riverside Drive and National Street structures until 1999, the location and amount of repair and rehabilitation will be determined from previous inspection reports provided to HNTB by the CITY. HNTB does not guarantee the accuracy or completeness of these reports. It is not anticipated that any special permits will be required for the repairs previously listed. No in-stream work is being contemplated on the Fox River, and the removal of minor debris from Poplar Creek and Willow Creek (both non-navigable) should not change the channel cross-section at any of the bridges. Therefore, no U.S. Coast Guard nor Army Corps of Engineer 404 permits will be prepared by HNTB for this project. C. Contract Document Standards The contract documents will be prepared in English units, and will refer to existing IDOT standard drawings, details, and specifications. Various pay items and specifications will follow the IDOT "Standard Specifications for Road and Bridge Construction" adopted January 1, 1997 . Specifications and estimates of probable construction cost will be prepared on 8-1/2 x 11 inch paper using Microsoft Word version 7 and Microsoft Excel version 7. Schematics will be prepared on 8-1/2 x 11 inch paper for inclusion in the specifications. Plan A-5 EXHIBIT A SCOPE OF SERVICES drawings prepared by HNTB will be in Microstation.dgn format on full size (24 x 36 inch) mylar sheets. D. Contract Document Deliverables HNTB will submit two sets of preliminary documents (50% complete) to the City of Elgin for review and comment. HNTB will incorporate the City' s comments and will submit two sets of pre- final documents (90% complete) to the City for review and comment. HNTB will incorporate the City' s comments and will submit two sets of final documents to the City. The final documents will consist of two full size blue-line plan sets, one set of full size original mylars, two copies of the specifications with schematics if used, and two copies of the probable construction cost estimates. An electronic copy of the final plans, specifications, and cost estimate will also be provided in the appropriate format. E. Bid Assistance HNTB will attend one project pre-bid meeting with the City of Elgin and interested contractors, and will assist the City of Elgin with award recommendation. A-6 :E3 2 II9IHXE ATTACHMENT B1 CITY OF ELGIN 1998 / 1999 BRIDGE INSPECTION & BRIDGE REHABILITATION CONSULTANT: HNTB ESTIMATED COST IN DOLLARS NUMBER OVERHEAD IN-HOUSE SERVICES % OF TASK OF PAYROLL & FRINGE DIRECT SUBTOTAL PROFIT(2) BY TOTAL GRAND HOURS BENEFITS(1) COSTS OTHERS TOTAL PHASE I ENGINEERING _ Data Collection 16 $424 $665 $50 $1,139 $151 $1,290 1.97% (3) Year 1998 Inspections 92 $2,438 $3,825 $650 $6,913 $920 $7,833 11.97% (3) Year 1998 Forms and Reports 68 $1,802 $2,828 $50 $4,680 $617 $5,297 8.09% (3) Year 1999 Inspections 106 $2,809 $4,408 $700 $7,917 $1,053 $8,969 13.70% (4) Year 1999 Forms and Reports 68 $1,802 _ $2,828 $50 $4,680 $617 $5,297 8.09% (4) Management 8 $212 $333 $50 $595 $79 $674 1.03% (4) PHASE I TOTAL 358 $9,487 $14,886 $1,550 $25,923. $3,437 $29,360 44.86% PHASE II ENGINEERING 511 $12,014 $18,851 $580 $31,444 $4,648 $36,092 55.14% (3) I TOTALS 869 $21,501 $33,737 $2,130 $57,367 $8,084 $65,452 100.0% (1) Based on overhead rate of 156.91%. (3) 1998 Fee is $50,512 (2) Profit is computed using a Complexity Factor of 0.035 (4) 1999 Fee is $14,940 FEE_EST.xls ATTACHMENT B2 CITY OF ELGIN 1998/1999 BRIDGE INSPECTION & REHABILITATION _ PHASE I PHASE II HNTB PAYROLL AVERAGE INSPECTION & REPORTS CONTRACT DOCUMENTS GRADE CLASSIFICATION HOURLY HOURS I % PART WEIGHTED HOURS % PART WEIGHTED RATES I RATE RATE 23 VICE PRESIDENT $56.98 2 0.56% $0.32 2 0.39% $0.22 22 DEPARTMENT HEAD $40.20 2 0.56% $0.22 2 0.39% $0.16 21 PROJ. MANAGER II $36.07 18 5.03% $1.81 20 3.91% $1.41 20 SR. PROJ. ENGR/RESIDENT $34.41 42 11.73% $4.04 83 16.24% $5.59 19 PROJ. MANAGER I $31.22 18 SR. STAFF ENG. $29.11 130 36.31% $10.57 80 15.66% $4.56 17 ENGINEER III $25.08 16 STAFF ENGINEER $23.66 15 ENGINEER II $21.43 140 39.11% $8.38 92 18.00% $3.86 13 ENGINEER I $18.45 11 CADD OPER. IV $16.56 100 19.57% $3.24 10 ENGINEER/TECH. III $17.31 24 6.70% $1.16 132 25.83% $4.47 7 ENG. TECH. II $13.58 6 INSTRUMENT TECH. $10.37 TOTALS 358 100.00% $26.50 511 100.00% $23.51 FEE_EST.xls ATTACHMENT B3 1998 / 1999 BRIDGE INSPECTION & BRIDGE REHABILITATION CITY OF ELGIN Estimate of Direct Costs PHASE I ENGINEERING SERVICES Management and Data Collection 2 Meetings x 1 Vehicle/ meeting x $50/vehicle = $100 1998 Inspections Inspection Vehicle: 7 days @ $50/day = $350 Inspection Boat: 2 days @ $100/day = $200 Miscellaneous Expendables (Photography, developing, etc.) = $100 1998 Inspection Sub-Total = $650 1998 Reports, IDOT Forms, & Meeting Minutes Printing & Reprographics $50 1999 Inspections Inspection Vehicle: 8 days @ $50/day= $400 Inspection Boat: 2 days @ $100/day = $200 Miscellaneous Expendables (Photography, developing, etc.) = $100 1999 Inspection Sub-Total = $700 1999 Reports, IDOT Forms, & Meeting Minutes Printing & Reprographics $50 Total for Phase I Engineering Services = $1,550 PHASE II ENGINEERING SERVICES 2 Meetings x 1 Vehicle/ meeting x $50/vehicle = $100 Submitals (based on 14 mylar drawings) Preliminary: 2 sets x 14 bluelines @ $1 / blueline = $28 Pre-final: 2 sets x 14 bluelines @ $1 / blueline = $28 2 sets of specifications x 7 bridges x 30 pages @ $0.05 = $21 Final: 2 sets x 14 bluelines @ $1 / blueline = $28 2 sets of specifications x 7 bridges x 30 pages @ $0.05 = $21 1 set of original mylars x 14 mylars @ $25/ mylar= $350 Miscellaneous Printing / Diskettes $4 Total for Phase II Engineering Services = $580 EXHIBIT C PROJECT SCHEDULE ATTACHMENT C1 PROPOSED PROJECT SCHEDULE CITY OF ELGIN 1998 / 1999 BRIDGE INSPECTION & BRIDGE REHABILITATION 1998 1999 WORK TASK MAR APR MAY JUNE JULY AUG SEP OCT NOV DEC JAN FEB MAR APR MAY JUNE JULY PHASE I SERVICES DATA COLLECTION BRIDGE INSPECTION(1) REPORTS&IDOT FORMS PHASE II SERVICES PRELIMINARY SUBMITTAL PRE-FINAL SUBMITTALEl FINAL SUBMITTAL BID ASSISTANCE PHASE III SERVICES(2) PROJECT MANAGEMENT MAR APR MAY JUNE JULY AUG SEP OCT NOV DEC JAN FEB MAR APR MAY JUNE JULY REVIEW BY CITY OF ELGIN NOTES: (1) WEATHER DEPENDENT (2) 9-MONTH CONSTRUCTION SCHEDULE ASSUMED OFF( c. +/\ '1. Agenda Item No. 17. �. ,, City of Elgin RATED FED' February 27 , 1998 TO: Mayor and Members of the City Council FROM: Joyce A. Parker, City Manager SUBJECT: Engineering Service Agreement with HNTB Corporation for the 1998/1999 Bridge Inspections and Bridge Rehabilitation PURPOSE The purpose of the memorandum is to provide the Mayor and members of the City Council with information to consider entering into an agreement with HNTB Corporation of Chicago to provide engineering services associated with the inspection of twelve City bridges and contract development for the rehabili- tation of three City bridges . BACKGROUND In accordance with State requirements, this project will provide required inspections of twelve City of Elgin bridges over a two-year period. In the 1998 budget, the City Council approved funds to inspect six bridges . In the 1999 budget, et staff will request funds to inspect six additional bridges . The completion of the bridge inspections will maintain the City' s compliance with State of Illinois requirements for biennial bridge inspections . P This project will also provide bid documents, specifications , estimates and plan documents to rehabilitate. It is anticipat- ed will include painting, concrete repairs the rehabilitation to sidewalks, decks and parapet walls, channel restoration and deck resurfacing. The bridges to be inspected and rehabilitat- ed are designated in the following table: Eng. Service Agrmnt with HNTB Corp. February 27, 1998 Page 2 Bridge/Crossing 1998 1999 1 . Big Timber/Tyler Creek Insp. 2 . Villa St. /Poplar Creek Insp. & Repairs 3 . Bluff City Blvd. / Poplar Creek Insp. 4 . Villa St. /Willow Creek Insp. & Repairs 5 . Highland Ave. /Fox River Insp. 6 . Chicago St. /Fox River Insp. 7 . Fletcher Dr. /Tyler Creek Insp. 8 . Royal Blvd. /Tyler Creek Insp. 9 . Eagle Rd. /Tyler Creek Insp. 10 . Kimball St. /Fox River Insp. 11 . National St. /Fox River Repairs Insp. 12 . Riverside Dr.btw Highland Insp. Five consulting firms were invited to submit proposals on the bridge program. HNTB, Beling and WVP responded with proposals . A staff selection committee evaluation of the three proposals was conducted, which resulted in HNTB being selected as the top-rated firm. A copy of the results of the selection process is attached as Exhibit A. Upon selection, HNTB met with staff to finalize the project scope and negotiate their fee. The final negotiated fee is $65,452 . The tabulation of costs shown in Exhibit B shows that HNTB originally submitted a fee of $82 ,475 . HNTB' s original fee included preparation of separate contract documents for each of the bridges, whereas the other consul- tants suggested a combined document that would allow all repairs to be included in one contract. The HNTB proposal also included several unnecessary meetings and inspections not required by the State or vital to the maintenance of the structures . By eliminating these nonessential items and by focusing their efforts on a single contract document, 148 staff hours were eliminated from their fee proposal . The estimated cost for a bridge inspection is between $2 ,700 and $3, 800, or for twelve bridges, $32,400 to $45,600 (based on previous inspection programs) . The WVP fee proposal falls significantly short of this range and did not cover all requirements of the Request for Proposals . Staff compared HNTB' s proposal with the second rated consultant, Beling Consultants, and the consultant used on three of the previous programs, Collins Engineers, Inc. of Chicago, Illinois . HNTB' s proposal included the staff hours and the personnel similar to those used by Collins . Because of Collins Engineer' s success in obtaining approval from the Illinois Department of Trans- portation, HNTB suggests continuing with using Registered Professional Engineers to perform inspections . The Beling . Eng. Service Agrmnt with HNTB Corp. February 27, 1998 Page 3 suggests the use of technical staff directed b proposal 9g Y a Registered Professional Engineer to perform inspections . HNTB' s proposal also included a Structural Engineer inspection of the bridges to identify future rehabilitation needs . Beling' s proposal suggests only minimal inspection to satisfy the Illinois Department of Transportation inspection require- ments . A copy of the proposed agreement is attached as Exhibit B. Staff requested a proposal for a two-year period in order to provide consistency in inspecting all of Elgin' s highway bridges . New proposals will be taken in 2000 for the next biennial inspection sequence. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. FINANCIAL IMPACT VIA--- HNTB' s negotiated fee of $65,452 for bridge inspection and bridge rehabilitation engineering services may be broken down as follows : ITEM AMOUNT ACCOUNT NUMBER 1998 Inspections Eng. $ 14,420 010-3311-752 . 30-03 1999 Inspections Eng. 14, 940 010-3311-752 . 30-03 1998 Bridge Rehab. Eng. 36, 092 395-1000-795 . 93-80 TOTAL $ 65,452 A total of $255,000 is included in account number 395-1000-795 . 93-80 for the rehabilitation of the National Street Railing, Villa Street over Willow Creek parapet wall reconstruction and Villa Street over Poplar Creek concrete repairs . After using $36,092 for Bridge Rehabilitation Engi- neering services to prepare contract documents, the remaining $218, 098 ( $255, 000-$36,092 ) will be used to repair the afore- mentioned three bridges . This two year contract will include bridge inspection work in 1999 . Therefore sufficient funds should be budgeted in 1999 to accomplish this work. LEGAL IMPACT t None. ' Eng. Service Agrmnt with HNTB Corp. February 27, 1998 Page 4 ALTERNATIVES As the biennial inspections are a legal requirement imposed upon the City by the Federal Highway Administration and the Illinois Department of Transportation, and as the City does not have adequate staff time available to conduct the inspec- tions or the contract preparation, there is no real alterna- tive at this time other than to conduct this project through contractual services . RECOMMENDATION It is recommended that the City Council approve the engineer- ing agreement with HNTB Corporation and authorize staff to execute the necessary documents . R ectfully subm' ted,/ J ce A. Parker City Manager JE/do Attachments