Loading...
98-76 Resolution No. 98-76 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH WALKER PARKING CONSULTANTS/ENGINEERS, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Kevin Kelly, Mayor, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Walker Parking Consultants/Engineers, Inc . for a condition assessment of the Spring Street parking facility, 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 APPENDIX C AGREEMENT THIS AGREEMENT, made and entered into this 2 Afioday of /402i4(- , 1998, by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter referred to as "CITY" ) and Walker Parking Consultants/Engineers, Inc . (hereinafter referred to as "ENGINEER" ) . WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services and equipment in connection with Condition Assessment and Rehabilitation/Safety Recommendations Spring Street Parking Facility (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, 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. A detailed Scope of Services is attached hereto as Attachment A. II . PROGRESS REPORTS A. A detailed project schedule for the Project is included as Attachment B, attached hereto. Progress will be recorded on the project schedule and submitted bi-weekly as a component of the Status Report described in B. below. B. The Engineer will submit to the Director bi-weekly a Progress Report keyed to the Project Schedule. ' A brief narrative will be provided identifying progress, findings and outstanding issues . -2- 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 (Lump Sum Method) A. The CITY shall reimburse the ENGINEER for services under this Agreement a lump sum of $33,450 . 00, regardless of actual Costs incurred by the ENGINEER unless SUBSTANTIAL modifications to the project are authorized in writing by the DIRECTOR. B. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. 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 ( IIB 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. -3- VII . TERM This Agreement shall become effective as of the date the ENGINEER is given a written Notice to Proceed 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 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 Workmen' s Compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligent actions or omissions of employees or agents of the ENGINEER arising out of the performance of professional services . -4- 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 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. 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 -5- 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 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. -6- 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. 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 . 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. -7- 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 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. -8- 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: DAVID L. LAWRY, P.E. Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Walker Parking Consultants/Engineers, Inc. 505 Davis Road Elgin, Illinois 60123 Attn: Thomas L. Hannula, P. E. Vice President -9- 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 X11.---1__ ;zze/ByC6-8-( By _/eK City Clerk Mayor (SEAL) For the ENGINEER: Dated this 2"' day of oe1PQ/4--- 1998 . ATTEST: By _ Vet j 0..1' 0- �!r.,,cr�, By Sec - .,�.,� SS.0 ` \�� (SEAL) Gp,\ \ SSP PSS �624� ort • ATTACHMENT A Spring Street Parking Facility Condition Assessment Page PART B: FEE Phase I— Condition Assessment Based on our understanding of the project scope and services, a breakdown of the cost for the condition assessment is as follows: Professional Engineering Fee $13,900 (Lump sum) Testing and Examination (estimated) - Petrographic (2 @ $550) $1,100 - Chloride ion content (18 @ $25) 450 - Compressive strength (3 @ $50) 150 - Concrete Coring (6 @ $100) 600 - Slab Excavations (4@ $250) 1,000 - Reimbursable Expenses 250 Total for Phase I $17,450 The attached table provides a summary of the manpower required by tasks to complete the proposed services. We propose to provide this professional engineering service for a lump sum fee plus reimbursble expenses. The terms and condition of the work shall be in accordance with attached Document A97.2. Reimbursable expenses shall mean 1.0 times the cost of the following: toll telephone calls and facsimiles; postage and courier fees; reproduction of reports, drawings and specifications, and similar Project-related items. Expenses are over and above the stated engineering fees. The proposed fee does not include performing any detailed review to determine the adequacy of the original design. Any such engineering reviews, if required, will be performed on an hourly rate basis in accordance with the attached rate schedule. The unit cost for the exploratory examination of post-tensioning tendons is estimated to be S250.00 per location. This unit cost includes the material and labor cost for the contractor to excavate and patch the test well and also includes observation by Walker field personnel. The proposed material testing, examination, and concrete coring of field samples will be performed by Universal Construction Testing (UTC) located in Highland Park, Illinois. The exploratory excavations and patching for the post-tensioning tendons will be performed by J. Gill & Company located in Mokena, Illinois. Walker Parking Consultants • Spring Street Parking Facility Condition Assessment Page 2 Phase H— Rehabilitation Program Construction Document Preparation Upon establishing the scope of work based upon the Condition Assessment and the repair alternative selected for implementation by the City, our professional fees and expenses are as follow: Professional Engineering Fees 515,750 * Reimbursable Expenses (estimated) 250 Total for Phase II $16,000 * If unforseen or structural problems are encountered, Phase I fees may be re-negotiated with the City. The attached table provides a summary of the manpower required by tasks to complete the proposed services. Construction Administration/Observation We are basing our estimated fees on similar types of projects. We have estimated an eight to ten week construction schedule with periodic weekly site visits as follows: Estimated Fees: $10,000 to $18,000 Estimated Expenses: $100 to $300 Walker Parking Consultants Estimate of Manpower and Cost for Spring Street Condition Assessment Item Principal Project Engineer Technician Clerical Total Total Manager Hours Cost Restoration Preparation 2 8 10 $714 Field Survey 8 16 16 40 $3,332 Data Evaluation 1 4 2 4 11 $978 Report 2 16 24 4 10 56 $4,684 Review 1 2 3 2 8 $672 Subtotal 4 32 45 32 12 125 $10,379 ADA& Signage Review 2 2 8 2 1 15 $1,364 Electrical Upgrades 2 12 2 16 $1,454 Mechanical Upgrades 2 4 2 8 $706 Subtotal 2 6 24 6 1 39 $3,523 TOTALS 6 38 69 38 13 164 $13,902 Estimated Testing & Reimbursable Expenses for Spring Street Parking Facility Item Number Unit Total of Test Price Cost Core Extraction 6 5100 $600 Chloride Ion Testing 18 $25 $450 Compressive Strength 3 $50 $150 Petrographic Analysis 2 $550 $1,100 Slab Excavations 4 $250 $1,000 Reimbursable Expenses(Est.) 1 $250 $250 TOTAL EXPENSES $3,550 Estimate of Manpower and Cost for Spring Street Construction Documents Item Principal Project Engineer Technician Clerical Total Total Manager Hours Cost Establish Repair Program 2 2 4 $391 Prepare Plans& Specifications 6 40 40 42 14 142 $11,679 Update Cost Estimate 4 4 2 10 $842 Pre-bid Conference 8 8 4 20 $1,683 Bid Evaluation & Negotiations 1 6 4 2 13 $1,173 TOTALS 7 60 58 42 22 189 $15,768 Estimated Reimbursable Expenses for Spring Street Parking Facility Item Unit Unit Total Price Cost Reproduction ' & Printing 1 $200 $200 Telephone& Faxes 1 $35 $35 Miscellaneous Travel 1 $15 $15 TOTAL EXPENSES $250 PROPOSED REHABILITATION SCHEDULE FOR SPRING STREET PARKING FACILITY y June IJuy August Se lember October ID Task Name Duration 5/17 1 5/24[5/31 6/7 1 6/14 1 6/21 6/28 17/5 1 7/12 7/19 7/265 8/2 8/9 8/16 823 8/30 9/6 9/13 92727_57 120 9127 1014 10/11 10/18 ~1 PROJECT ADMINSTRATION 2d trvi 2 Sled Repair Program Od • 5/22 3 Sign Agreement Id 4 Protect Kick-Off Meeting 1d i • 5 CONSTRUCTION DOCUMENTS 30d 6 Prepare Construction Documents 20d ,yy;IMOf 3: 7 Owner Review 6d Mil 8 Update Cost Estimate 2d 9 Print Documents 2d Ei 10 BIDDING PHASE 20d b 11 Issue Documents Od ♦ 7/7 -I c) 12 Bidding 10d '< M _ Pi 13 Evaluate Bids 5d h ---I 14 Award Contract 5d 'SU ca 15 CONSTRUCTION PHASE 50d , 16 Preconstructlon Meeting Od ♦ 8/4 17 Mobilization 3d 18 Construction 42d gRO , +. . 19 Punch List 5d 20 Protect Completed Od • 10/12 Task ' OS;,:,;;,. M;^.•;•. Summary IIIIMIIMMII.1111 Rolled Up Progress IIIIIMMIMI SPRING STREET PARKING FACILIT ;;.;;:.;•;f,;c:•; ;tys;,.k: FEBUARY 2,1998 Progress Rolled Up Task ,;;n ;>>?s,;<s „ss s., i Milestone ♦ Rolled Up Milestone 0 Citof E I I n Agenda Item No. 1 Y 9 Cl'va T l D 10'. March 4 , 1998 TO: Mayor and Members of the City Council FROM: Joyce A. Parker, City Manager SUBJECT: Engineering Services Agreement for Spring Street Parking Facility Condition Assessment PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider entering into an agreement with Walker Parking Consul- tants/Engineers, Inc . , for a condition assessment of the Spring Street Parking Facility. BACKGROUND The City of Elgin is seeking to investigate the physical and operating conditions of the Spring Street Parking Facility. Commercial property adjacent to the Parking Facility is being renovated and is now about to produce a significant increase in parking generation. To serve these users and to preserve the asset value and usefulness of the Facility, it is prudent to investigate and evaluate the condition of the garage to develop a repair and restoration program. Experience has shown that proper inspection/repair/maintenance programs greatly reduce the long-term costs involved in operating a parking structure in this climate for a 40-50 year useful life . The City has, therefore, chosen to move ahead with this project to ensure the future value of its investment . At this time, there are no known structural deficiencies, however, it is time to undertake a comprehensive inspection and evaluation process to implement those repair strategies deemed essential to maintain a quality environment for the use of the patrons and for the protection of the City' s investment . Refer to Appendix A for the Scope of Work and Services . Proposals were received on February 2 , 1998 from two firms . Two of the four firms originally contacted elected not to submit proposals . Copies of the letters from Desman and Teng are attached for your information. The four firms contacted 1/t► were : Spring Street Parking Facility Condition Assessment March 4 , 1998 Page 2 1 . The Consulting Engineers Group Inc . 2 . Walker Parking Consultants/Engineers, Inc . 3 . Desman Associates - No Submittal 4 . Teng & Associates, Inc . - No Submittal A staff selection committee evaluation of the two proposals was conducted, which resulted in Walker being the top rated firm. A copy of the results of the selection process are shown as Appendix B. Following the evaluation and ranking process, the fee propos- als were opened and recorded as follows : Rank Firm Hours Fee 1 Walker Parking 207 $37, 000 2 Consulting Engineers 314 $32, 500* * Does not include 4 slab excavations Representatives from Walker met with staff to formalize the project scope and final fee. The final negotiated fee was reduced to $33 , 450 . A copy of the proposed agreement with Walker is shown as Appendix C. The engineer will develop plans, specifications and construc- etion estimates to provide the rehabilitation and/or repairs as identified. The City will expect the engineer to provide construction phase services to complete the rehabilitation and repairs . Those services, in general, will provide construc- tion administration services, including scheduling and on-site quality assurance . However, the fee for construction-related services will be included in the engineer ' s agreement by amendment prior to authorizing construction. Construction costs are estimated at $18, 300 at this time but are highly dependent upon the level of improvements recognized by the condition assessment . Construction administration and scope will be submitted to the City Council for approval at a later date . COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED New Century Partnership Y(FINANCIAL IMPACT Funds totalling $280, 000 were budgeted in the Fox Bluff Corporate Center (FBCC) Fund for improvements at the Spring Street Parking Facility. Account Number 270-0000-791-93-00 , Major Repairs, Project Number 079502, will be charged. Sufficient funds exist to make this expenditure . We note $182 , 111 will also be charged to this account for the Spring Street Parking Facility Security Camera/Intercom installation, which is under separate contract . Spring Street Parking Facility Condition Assessment March 4, 1998 Page 3 LEGAL IMPACT None . ALTERNATIVES Do nothing at this time . RECOMMENDATION It is recommended that the City Council approve the subject agreement with Walker in the not-to-exceed amount of $33 , 450 and authorize staff to execute the necessary documents . Respectfully submitted, (2 . f9A-L-----s Qyce . Parker City Manager GWM:mg Attachments APPENDIX A 2 .0 SCOPE OF WORK AND SERVICES 2 . 1 General Purpose The intent of this section is to identify the services the City anticipates the Consultant will need to perform in order to accomplish the goals and objectives of the project . The Engineer, in preparation of his Proposal, should not be limited by the anticipated services identified herein, but should describe any additional services he believes beneficial in meeting the project objective . 2 .2 Scope of Services The condition assessment and rehabilitation/safety program for the Spring Street Parking Facility is to include the following elements : a . All parking areas located within the structure. b. The stair/elevator towers . c . Office and storage spaces . 2 .3 Condition Assessment: The Condition Assessment is to consist of a detailed analysis of the facility and preparing a report with findings, conceptual recommendations for repairs and estimate of probable construction costs . The scope should be as follows : a . Review original design documents and other available documents . b. Perform a detailed visual observation of the facility to note, record and quantify existing condition of: - Structural members such as floor slabs, beam columns and walls . - Exterior facade elements , such as precast panels, masonry, etc. - Mechanical systems including the drainage and ventilation systems . c . Perform field testing consisting of : - Chain drag survey of all ( 100% ) supported floor surface area to locate concrete delaminations . r• Survey to include all expansion joint and construction joint locations, previous repairs and all areas of visible distress . - Hammer tap survey of ceiling, walls and columns to locate concrete delaminations . - Pachometer (R-meter) survey to determine depth and spacing of embedded reinforcing steel at selected locations . d. Remove concrete samples at selected locations to per- form materials testing and examination. Tests and examinations that are to be considered are: - Petrographic (microscopic) examination of concrete core samples to determine general concrete core samples (2 minimum) . - Compressive strength of concrete core samples (3 locations, minimum) . - Chloride-ion content of concrete dust samples (6 locations, 3 samples from each location, 1" increments, minimum) . • A detailed testing program indicating specific number and location of tests shall be prepared and submitted with the proposal . A schedule should be submitted to minimize disruptions to the use of the deck (i .e. /" utilize weekends or evenings if necessary) . Care must be taken during coring given the post-tensioning system. e. Perform exploratory excavations to expose and observe condition of the post-tensioning system at selected locations such as tendon end anchors, high and low points and intermediate anchors . Costs to be furnished on a per excavation, unit price basis . f . Provide a written report that will include the follow- ing: - Alternative remedial repair solutions for identified problems . - Estimate of probable construction cost for repairs, including inspection and project management. - Findings, conclusions and repair options for the structures . - Life-cycle analysis of each repair option with capitalized cost comparisons . - Construction sequence to minimize disruption of parking during repairs . - Recommendations relative to: • Mechanical systems for drainage and ventilation of the facility. �• • Electrical system for lighting levels (stairwells and upper level only) . • Restriping. • ADA requirements . • Waterproofing. • Staining. • Signage (interior & exterior) . • Security (visual & audio) . g. Provide a set of plans showing the types of problems and their typical locations . h. Meet with the City of Elgin to present the report on the findings and recommendations . i . Formulate a restoration/safety improvement plan with cost estimates for each element. 2.4 Rehabilitation Program: a. The objective of the professional engineering services to be provided is to: - Define the scope for the rehabilitation program with the owner. ld" - Develop a cost-effective repair approach incorporating a phased implementation program over a 1, 2 or 3 year period. - Prepare estimates of probable construction cost. - Preparation of Rehabilitation/Safety Construction Documents, Bid Documents and Construction Administration Services . The Department expects the engineer to develop plans, specifications and construction estimates to provide the rehabilitation and/or repairs as identified. The Department will expect the engineer to provide construction phase services to complete the rehabilitation and repair as identified above. These services in general will provide construction administration services including scheduling and on-site quality assurance. As noted in Section 3 . 3, the engineer will provide a fee estimate for construction services . However, the fee for construction related services will be included in the engineer' s agreement by amendment prior to authorizing construction. b. The rehabilitation program is to address the following items : 1 . Restoring the integrity of structural elements in: • The elevated parking structure . • Stairtowers and stair/elevator cores . • Office and storage rooms . 2 . Protection of all floor surfaces and joints , including all expansion joints in the structures . 3 . Upgrading, restoring or replacement of the following operational and/or aesthetic elements related to: • Mechanical systems related to floor drainage and air quality control . • Electrical systems for lighting levels in stairwells and on upper level only. • Restriping. • ADA requirements . • Deck waterproofing. • Staining/painting for better visibility. • Signage ( interior and exterior) . • Security (visual and audio) . The items in No. 3 above should be evaluated ( including probable costs) and prioritized as part of an overall master plan. The intent is to proceed with as much work as the budget will allow in 1998, along with the condition 41) assessment repair work. 4 . It is probable the City will proceed with a separate RFP for a Security System (visual and/or audio) in conjunction with a downtown development. This contract may deal with the security issue, but the City will clarify prior to fee negotiations . pESMAN ARCHITECTS•ENGINEERS•PLANNERS•PARKING CONSULTANTS•RESTORATION ENGINEERS SOCIA TES January 30, 1998 Mr. Gary W. Miller Assistant Public Works Director City of Elgin 150 Dexter Court Elgin, IL 60120-5555 • Re: Request for Proposal (RFP) Engineering Condition Assessment of the Spring Street Parking Facility Dear Gary: Desman Associates has reviewed the above referenced RFP for engineering services related to the review, recommendations and anticipated repair/preventive maintenance work for the Spring Street Parking Facility. At this time, our current workload and prior commitments will prevent us from being able to respond to this RFP by the stipulated date of Monday, February 2nd. Should a one to two week time extension occur, this may allow us enough additional time to submit our proposal. We appreciate being considered for this work assignment. Very Truly Yours, DESMAN ASSOCIATES A Division of Desman, Inc. ' eutdr—roife) ErsaTE1 Robert Tober, P.E. FEB0 2 1998 Associate CITY OF ELGIN c: Suresh Gami PUBLIC WORKS 300 WEST WASHINGTON STREET, SUITE 1010, CHICAGO, ILLINOIS 60606 312/263-3139 FAX 312/263-8406 A DIVISION OF DESMAN, INC. •NEW YORK •CHICAGO•WASHINGTON,D . • BOSTON • CLEVELAND • HARTFORD . Teng&Associates,Inc. 205 North Michigan Avenue 312.616.0000 Engineers/Architects/Planners Chicago,Illinois 60601-5924 312.616.6069 fax • January 30, 1998 TENG Mr. David L. Lawry, P.E. Director of Public Works City of Elgin 150 Dextor Court Elgin, Illinois 60120-5555 Re: Condition Assessment and Rehabilitation/Safety Recommendations for the Spring Street Parking Facility Dear Mr. Lawry: Teng & Associates would like to take this opportunity to thank you for including our firm in your Request for Proposal for the above-referenced assignment. At this time, we are unable to submit a response. Due to the projected workload of our key 9 personnel for the type of services specified in your RFP, we feel that we can not, at this time, commit them to your assignment. We strive to provide the highest quality service to our clients, and therefore feel that you may be best served by a consultant than can fully commit the appropriate team to this project. Again,thank you for considering Teng &Associates. We look forward to being included in future solicitations and continuing our relationship with the City of Elgin. If you have any questions, please contact me at your convenience. Sincerely, TENG & ASSOCIATES, INC. W. Robert Ivarson, P.E. Director of Water Resources g;glaawlEij cc: Gary W. Miller Assistant Public Works Director FEB 0 2 1998 eg*. CITY OF ELGIN PUBLIC WORKS 09-Feb-98)X B QUALIFICATIONS RATING SHEET Spring Street Deck Condition Assessment CONSULTANTS CONSULTING ENGINEERS DESMAN ASSOCIATES WALKER TENG EVALUATION FACTORS WEIGHT DL I WS DN GM DL I WS DN I GM DL I WS DN I GM DL WS I DN I GM Knowledge and Experience 0-10 10 9 10 \ \ \ 10 10 10 / Project Manager 0-10 10 8 9 8 9 9 '\ Specialized Experience 0-10 8 10 10 \ / 10 10 10 / Scope Of Services 0-20 18 18 18 ELECTED 20 18 20 ELECTED • NOT TO NOT TO Innovation 0-10 10 1C RESPOND 10 9 RESPOND Level of Effort 0-10 10 10 9 \ \ 10 10 10 / Familiarity with Conditions 0-20 18 15 18 \ \ 20 20 20 / \ I Public Presentations 0-10 10 9 5 \N 10 7 5 / \ TOTALS 0-100 94 79 89 98 84 93 C:MyFilesIQPWIFORMSIRATNGSHT.W82 09-Feb-98 AVERAGE SCORE CALCULATION CONSULTING ENGINEERS DESMAN ASSOCIATES WALKER TENG Rating Assigned Rating Assigned Rating Assigned Rating Assigned SELECTION TEAM Total Score Total Score Total Score Total Score David Lawry Wayne Schultz 94 5 98 7 Elected Elected Deborah Nier . 79 5 Not To 84 7 Not To Respond Respond Gary Miller 89 5 93 7 AVERAGE SCORES 87.3 1 5 91.7 7 Notes : Assign Scores based on the following formula : (7-Highest, 5 -Second, 3 -Third, 1 -Fourth, 0 -Fifth) C:IMyFi/es\QPWIFORMSIRATNGSHT.W82