HomeMy WebLinkAbout06-143 Resolution No. 06-143
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH
HNTB CORPORATION FOR 2006/2007 BRIDGE INSPECTION SERVICES
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN,ILLINOIS,that
Olufemi Folarin,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
2006/2007 Bridge Inspection Services,a copy of which is attached hereto and made a part hereof by
reference.
s/Ed Schock
Ed Schock, Mayor
Presented: June 28, 2006
Adopted: June 28, 2006
Omnibus Vote: Yeas: 7 Nays: 0
Attest:
s/Dolonna Mecum
Dolonna Mecum, City Clerk
AGREEMENT
THIS AGREEMENT is hereby made and entered into this ?Uklay of S u N E , 2006,by
and between the CITY OF ELGIN, Illinois, a municipal corporation(hereinafter referred to as
"CITY") and HNTB CORPORATION (hereinafter referred to as "ENGINEER").
WHEREAS,the CITY desires to engage the ENGINEER to furnish certain professional
services in connection with the routine biennial inspection of 14 highway bridges(hereinafter
referred to as the"PROJECT"); and
WHEREAS,the ENGINEER represents that it 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, for and in consideration of the mutual promises and covenants
contained herein,the sufficiency of which is hereby mutually acknowledged, the CITY and
ENGINEER hereby agree that the CITY hereby retains ENGINEER to act for and represent
CITY in the engineering matters involved in the Project as set forth herein, subject to the
following terms, conditions and stipulations:
I. SCOPE OF SERVICES
A. All services 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 professional services to be performed by the ENGINEER under this Agreement
include the routine field inspection, completion of State of Illinois bridge inspection
documentation, and preparation of a bridge inspection report with inspection
findings, evaluation,rehabilitation recommendations, and estimated probable
construction costs for the following CITY highway bridges:
2006 Calendar Year Bridges:
1. Highland Avenue over the Fox River
2. Chicago Street over the Fox River
3. Villa Street over Willow Creek
4. Shales Parkway over Poplar Creek
5. Bluff City Boulevard over Poplar Creek
6. Villa Street over Poplar Creek
7. Big Timber Road over Tyler Creek
8. Highland Avenue over Sandy Creek
• r-
-2 -
2007 Calendar Year Bridges:
1. Kimball Street over the Fox River
2. National Street over the Fox River
3. Riverside Drive between Highland Avenue & Chicago Street
4. Royal Boulevard over Tyler Creek
5. Eagle Road over Tyler Creek
6. McLean Boulevard over Tyler Creek
C. The professional services to be provided by the ENGINEER under this Agreement
have been divided into the following two phases:
1. The professional services associated with the 2006 Calendar Year Bridges
as listed in paragraph I.B are funded under the cost-not-to-exceed fee
identified in paragraph IV.A and as further identified in Attachment B.
2. The professional services associated with the 2007 Calendar Year Bridges
as listed in paragraph I.B. are funded under the cost-not-to-exceed fee
identified in paragraph IV.B and as further identified in Attachment B.
D. A more detailed Scope of Services is attached hereto as Attachment A.
II. PROGRESS REPORTS
A. ENGINEER shall comply with the project milestone outline schedule below:
2006 Calendar Year Bridges
Anticipated Notice to Proceed July 1, 2006
Anticipated Completion of Data Collection 2 weeks after NTP
Anticipated Completion of Bridge Inspections 5 weeks after NTP
Anticipated Submission of Inspection Documentation 9 weeks after NTP
2007 Calendar Year Bridges
Anticipated Notice to Proceed July 1, 2006
Anticipated Completion of Data Collection 2 weeks after NTP
Anticipated Completion of Bridge Inspections 5 weeks after NTP
Anticipated Submission of Inspection Documentation 9 weeks after NTP
r r
- 3 -
B. A detailed project schedule for the Project is included as Attachment C, 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. ENGINEER shall submit to DIRECTOR a written monthly status report recording
ENGINEER'S 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 upon payment to the ENGINEER therefor;
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 to the ENGINEER.
IV. PAYMENTS TO THE ENGINEER(Not To Exceed Method)
A. For services provided for the 2006 Calendar Year Bridges, the ENGINEER shall be
paid at the rate of 3.0 times the direct hourly rate of personnel employed on this
PROJECT, with the total fee for this portion of the project not to exceed Twenty-
Three Thousand, Seven Hundred, Ten dollars ($23,710)regardless of the actual costs
incurred by the ENGINEER unless substantial modifications to the scope of the
services are authorized by the CITY through a change order or written amendment to
the maximum payment provided for herein.
B. For services provided for the 2007 Calendar Year Bridges, the ENGINEER shall be
paid at the rate of 3.0 times the direct hourly rate of personnel employed on this
PROJECT,with the total fee not to exceed Eighteen Thousand, Three Hundred, Ten
dollars ($18,310)regardless of the actual costs incurred by the ENGINEER unless
substantial modifications to the scope of the services are authorized by the CITY
through a change order or written amendment to the maximum payment provided for
herein. The ENGINEER shall not begin work on the 2007 Calendar Year Bridges nor
invoice the CITY for services related to the 2007 Calendar Year Bridges until a
funding appropriation for the 2007 Calendar Year Bridge work has been enacted by
the CITY, and the ENGINEER has received a Notice-to-Proceed for this work.
C. A summary of the ENGINEER fee calculation,including a description and estimate
-4-
of the various reimbursable expenses is attached hereto as Attachment B. The
ENGINEER shall be paid at the rate of 1.0 times the direct cost of the reimbursable
expenses incurred on PROJECT;provided,however,that such reimbursable expenses
shall constitute part of and shall be included with the not-to-exceed amounts provided
fro at Sections IV(A) and(B)herein.
D. 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 B, 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 (Paragraph II.0 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 services
performed 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 or ENGINEER may terminate
this Agreement at any time upon fifteen(15) days prior written notice to the other
party. 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;provided, however,that such payment shall not exceed the total
fee maximum or task amounts set forth under Article IV above.
VII. TERM
This Agreement shall become effective as of the date the ENGINEER is given a
notice to proceed and, unless terminated for cause or pursuant to Article VI or IX,
shall be deemed concluded on the date that all of the ENGINEER's services under
this agreement are completed. Completion shall not constitute a waiver of any rights
or claims which either party may have or thereafter acquire with respect to any term
or provision of the Agreement.
t •
- 5 -
Neither the CITY nor ENGINEER shall be considered in default of this Agreement
for delays in performance caused by circumstances beyond the reasonable control of
the nonperforming party. For purposes of this Agreement, such circumstances
included,but are not limited to, abnormal weather conditions; floods; earthquakes;
fire; epidemics;war,riots, and other civil disturbances; strikes, lockouts,work
slowdowns, and other labor disturbances; sabotage;judicial restraint; and delay in or
inability to procure permits, licenses, or authorizations from any local, state or federal
agency for any of the supplies,materials, accesses, or services required to be provided
by either CITY or ENGINEER under this Agreement. ENGINEER shall be granted a
reasonable extension of time for any delay in its performance caused by any such
circumstances.
Should such circumstances occur, the nonperforming party shall,within a reasonable
time of being prevented from performing, give written notice to the other party
describing the circumstances preventing continued performance and the efforts being
made to resume performance of this Agreement.
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 its
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.
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
To the fullest extent permitted by law,ENGINEER agrees to and shall defend,
indemnify and hold harmless the CITY, its officers, employees,boards and
commissions from and against judgments, costs, attorney's fees, and damages,
including but not limited to workers' compensation claims, to the extent caused by
the negligent acts or omissions of the ENGINEER in connection herewith, including
negligent acts or omissions of employees or agents of the ENGINEER arising out of
the performance of this Agreement. In the event of any action against the CITY, its
- 6 -
officers, employees, and/or boards or commissions covered by the foregoing duty to
indemnify, defend and hold harmless, such action shall be defended by legal counsel
of the CITY's choosing the cost of which shall be paid by the ENGINEER. The
provisions of this paragraph shall survive any completion or termination or expiration
of this agreement.
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 written in occurrence form 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
cancelled or non-renewed without thirty(30) days prior written notice to the
DIRECTOR.
Such Certificate of Insurance shall include,but not be limited to,coverage for the
obligations assumed by ENGINEER pursuant to Article X herein entitled
"Indemnification".
Such above-referenced insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the CITY. There shall
be no endorsement or modification of this insurance to make it excess over other
available insurance, alternatively, if the insurance states that it is excess or
prorated, it shall be endorsed to be primary with respect to the CITY.
B. Comprehensive Automobile Liability. Comprehensive Automobile
Liability Insurance written in occurrence form 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.
- 7 -
D. Professional Liability. The ENGINEER shall carry Engineer's
Professional Liability Insurance covering claims to the extent caused by the
negligent error, omissions or acts with a limit of not less than$1,000,000 per
claim. A Certificate of Insurance shall be submitted to the DIRECTOR as
evidence of insurance protection. The policy shall not be cancelled or non-
renewed 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 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 or
ENGINEER; provided,however, ENGINEER may assign its rights to payment with
CITY'S consent.
- 8 -
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 services itself and no assignment, delegation or subcontract had been made.
Any proposed subcontractor shall be agreed to in writing by the CITY and
ENGINEER.
XVII. NO CO-PARTNERSHIP OR AGENCY
This agreement shall not be construed so as to create a partnership,joint venture,
employment or other agency relationship between the parties hereto, except to such
extent as may be specifically provided for herein.
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. The parties further agree to amend this Agreement to replace
any stricken provision with a valid provision that comes as close as possible to the
intent of the stricken provision. The provisions of this Article shall not prevent this
entire Agreement from being void should a provision which is of the essence of this
Agreement be determined void.
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
- 9 -
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. Venue for the resolution of any
disputes or the enforcement of any rights pursuant to this agreement shall be in the
Circuit Court of Kane County, Illinois.
XXII. NEWS RELEASES
The ENGINEER may not issue any news releases without prior consent from the
DIRECTOR,nor will the ENGINEER make public proposals developed under this
Agreement without prior written consent 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
The ENGINEER certifies hereby that it is not barred from bidding on this
contract as a result of a violation of 720 ILCS 5/33E et seq. Or any similar state or
federal statute regarding bid rigging.
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;
4
- 10-
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.
A copy of the policies must be provided to the Department of Human Rights upon
request 775 ILCS 5/2-105.
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:
JOHN LOETE, P.E.
Director of Public Works
City of Elgin
150 Dexter Court
Elgin, Illinois 60120-5555
- 11 -
B. As to ENGINEER:
CRAIG HETUE, S.E.,P.E.
HNTB CORPORATION
111 North Canal Street
Suite 1250
Chicago, Illinois 60606-7252
XXVIII. INFORMATION FROM CITY
ENGINEER shall not be responsible for verifying or ensuring the accuracy of any
information or content supplied by CITY or any other Project participant,nor
ensuring that such information or content does not violate or infringe any law or other
third party rights. CITY shall indemnify ENGINEER for any infringement claims
resulting from ENGINEER's use of such content,materials, or documents.
XXIX. INSPECTION SERVICES
ENGINEER's inspections shall be limited to accessible areas of a structure and shall
be for structural evaluation only based upon readily available information and
observation of existing conditions. When making inspections of a structure, it is
required that certain assumptions be made regarding the existing conditions,
subsurface conditions or concealed elements of a structure. Due to these limitations,
ENGINEER cannot discover all actual conditions or structural weaknesses and will
base its recommendations upon its professional experience and opinions.
XXX. STANDARD OF CARE
The same degree of care, skill, and diligence shall be exercised in the performance of
the Services as is ordinarily possessed and exercised by a member of the same
profession, currently practicing,under similar circumstances.
- 12 -
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 �
By r _
City Clerk Ci Manager
(SEAL)
For the ENGINEER:.`b
dated this lL. kday of _ , A.D., 2006
ATTEST:
By A -- By
Secretary i President
00000000000000•0000000000
® "OFFICIAL SEAL" o'
(SEAL) DIANE L. DEE
® Notary Public, State of Illinois o
•My Commission Expires 06/23/07 0
0
000000000'0 �.z�o•00000•oo
ATTACHMENT A
SCOPE OF SERVICES
•
ATTACHMENT A
SCOPE OF SERVICES
I. PROJECT DESCRIPTION
This project consists of the inspection and evaluation of the CITY's existing bridges, update
and submittal of the required Illinois Department of Transportation (IDOT) inspection forms
and documentation, and the preparation of bridge inspection reports detailing the inspection
findings, summarizing the necessary repairs, and providing an estimate of probable
construction cost.
HNTB will perform the following services pertaining to the project.
II. SCOPE OF SERVICES
A. Data Collection
HNTB will collect and assemble the data, information, and equipment necessary to
perform the bridge inspections, complete the IDOT documentation, and prepare 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 from the CITY for use during
the inspection;
3. Organize inspection gear and equipment, and arrange for a boat to be used for the
visual inspection of the accessible underside elements at the structures over the
Fox River;
4. Contact IDOT-District 1 to obtain current copies of the IDOT inspection forms to
be completed in accordance with IDOT guidelines.
B. Bridge Inspection & Evaluation
HNTB will perform one (1) routine field inspection and evaluation of the following
fourteen (14) bridges located in the City of Elgin.
During the 2006 calendar year, the following eight (8)bridges will be inspected and
evaluated:
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 Road over Tyler Creek
7. Highland Avenue over Sandy Creek
8. Shales Parkway over Poplar Creek
A-1
• ," ATTACHMENT A
SCOPE OF SERVICES
During the 2007 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 Ave and Chicago Street
4. Eagle Road over Tyler Creek
5. Royal Boulevard over Tyler Creek
6. North McLean 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 on the Big Timber Road and Shales Parkway structures, and the
corrugated metal at the McLean Boulevard structure will be visually inspected for
rusting,pitting, and section loss. The accessible concrete beams, girders, and arch
elements used on the other structures will be visually inspected for cracks, leaching,
spalling, and other deterioration.
Concrete substructure members above the waterline will be visually inspected and
randomly sounded to locate deteriorated areas. Abutments will be measured for
plumbness. The surface and underside of the bridge deck and sidewalks will be visually
inspected for cracking,heaving, leaching, spalling and other deterioration.
Bridge railings will be inspected for soundness, loose or missing rail sections, and losse
or missing anchor bolts securing the railing posts to the bridge structure. The approach
roadways and guide rails will be visually inspected for deterioration and anchorage to the
bridge structure.
Deficiencies and deterioration will be measured, digitally photographed, and recorded on
sketches for inclusion in the reports. The degree of deterioration will be compared with
the deterioration noted in the previous inspection reports to determine the recommended
course of action. All notes and deficiencies will be recorded in English units.
Detailed underwater inspection and diving,hydraulic analysis and inspection, scour
analysis,non-destructive testing methods such as magnetic particle, ultrasound, or dye-
penetrant,material testing,pavement cores,paint adhesion testing, and geotechnical
investigations are not anticipated to be required for these biennial inspections, and have
not bee included in this scope of services.
A-2
t
ATTACHMENT A
SCOPE OF SERVICES
C. IDOT Forms and Documentation
Within 2 months of the field inspection,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. Key Turnaround Route Report(RIS-Rl 11)
4. Bridge Inspection Report form BIR-1 (MI)
HNTB will obtain copies of these documents from IDOT-District 1 based on previous
inspections for use in the current inspection in accordance with DOT guidelines. HNTB
will update, code, and submit these forms to the City of Elgin and to IDOT in accordance
with DOT and FHWA policies,procedures, and standards.
The Bridge Record Report(form BLR 06310)is not required to be submitted to DOT
District 1 as part of the biennial inspection,but will be included in the inspection report
for the City's reference. The Master Report(RIS-S 107) is automatically generated from
information provided from the first three reports listed above. Since the Master Report
contains no new information, it will not be included in the final report.
D. Inspection Reports
HNTB will prepare an inspection report for each structure. This report will include an
executive summary,description of the structure,results from the field investigation,
evaluation of the inspection findings,recommendations for structure rehabilitation, and
an estimate of probable construction costs. Appendices to each report will contain a
location map, inspection photographs,revised IDOT forms, and inspection notes or
sketches as applicable.
The reports will be prepared using Microsoft Word software while estimates of probable
construction cost will be prepared using Microsoft Excel software. The City of Elgin will
receive two (2)printed copies of each inspection reports as well as an electronic copy of
each inspection report.
Each report will be printed on 8-1/2 by 11 inch paper, and either stapled or bound with a
plastic coil. HNTB will submit two 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 two copies of the final inspection report for each bridge.
A-3
ATTACHMENT B
FEE
ATTACHMENT B
CITY OF ELGIN
2006-2007 BRIDGE INSPECTION PROGRAM
ESTIMATE OF CONSULTANT FEE
2006 CALENDAR YEAR BRIDGES 2007 CALENDAR YEAR BRIDGES
LABOR PAYROLL& LABOR PAYROLL&
TASK DESCRIPTION HOURS RATE , EXPENSES MULTIPLIER FEE HOURS RATE EXPENSES MULTIPLIER FEE
PROJECT MANAGEMENT 10 $55 $550 3.0 $1,650 8 $55 $440 3.0 $1,320
DATA COLLECTION 8 $45 $360 3.0 $1,080 6 $45 $270 3.0 $810
BRIDGE INSPECTIONS&EVALUATION 72 $45 $3,240 3.0 $9,720 56 $45 $2,520 3.0 $7,560
BRIDGE REPORTS& IDOT DOCUMENTATION 72 $40 $2,880 3.0 $8,640 54 $40 $2,160 3.0 $6,480
QUALITY ASSURANCE/QUALITY CONTROL 8 $50 $400 3.0 $1,200 6 $50 $300 3.0 $900
DIRECT EXPENSES(see next page) $1,420 1.0 $1,420 $1,240 1.0 $1,240
TOTALS 170 $23,710 130 $18,310
Sheet B1 of 2
..
ATTACHMENT B
CITY OF ELGIN
2006 -2007 BRIDGE INSPECTION PROGRAM
ESTIMATE OF DIRECT EXPENSES
Kick-off Meetings, Management & Data Collection
2 Meetings x 1 vehicle / meeting x $50 / vehicle = $100
Year 2006 Bridge Inspections
Inspection Vehicle: 5 days x $50/day = $250
Inspection Boat
14-Ft Boat x $500/day x 1 Day = $500
Boat Operator x $50/hour x 8 hours = $400
Report and IDOT Form Printing (8 Bridges x $15/bridge) = $120
Mail, Messenger Service, Miscellaneous $50
2006 Sub-Total = $1,420
Year 2007 Bridge Inspections
Inspection Vehicle: 4 days x $50/day = $200
Inspection Boat
14-Ft Boat x $500/day x 1 Day = $500
Boat Operator x $50/hour x 8 hours = $400
Report and IDOT Form Printing (6 Bridges x $15/bridge) = $90
Mail, Messenger Service, Miscellaneous $50
2007 Sub-Total = $1,240
Total Direct Expenses: $2,660
The costs associated with inspecting the bridges are based on visual inspection.
The procurement of concrete deck cores and other non-destructive tests are not
anticipated for this project, and have not been included in the above estimated costs.
Sheet B2 of 2
ATTACHMENT C
PROJECT SCHEDULE
ti
ATTACHMENT C
CITY OF ELGIN
2006-2007 BRIDGE INSPECTION PROGRAM
ANTICIPATED SCHEDULE
ESTIMATED 2006
2006 Bridge Inspection Program HOURS JULY AUGUST
PROJECT MANAGEMENT 10
DATA COLLECTION
Acquire/Review previous bridge inspection reports and data 4
Acquire previous IDOT inspection forms/prepare for new inspection 4
BRIDGE INSPECTIONS&EVALUATION
Highland Ave and Chicago St over the Fox River 24
6 Structures over various creeks 48
BRIDGE REPORTS& IDOT DOCUMENTATION 72 City Review
QUALITY ASSURANCE/QUALITY CONTROL REVIEW 8
170
ESTIMATED 2007
2007 Bridge Inspection Program HOURS JULY AUGUST
PROJECT MANAGEMENT 8
DATA COLLECTION
Acquire/Review previous bridge inspection reports and data 3
Acquire previous IDOT inspection forms/prepare for new inspection 3
BRIDGE INSPECTIONS&EVALUATION
Kimball St and National over the Fox River 24
3 Structures over various creeks and Riverside Drive 32
BRIDGE REPORTS&IDOT DOCUMENTATION 54 City Review I
QUALITY ASSURANCE/QUALITY CONTROL REVIEW 6
130
Sheet C1 of 1
•
` Agenda Item No. k<
° City of Elgin
is
fir %se.
June 9, 2006
TO: Mayor and Members of the City Councils�� ( ih,s<anr,
cur cope:H.0u
FROM: Olufemi Folarin, City Manager
John Loete, Public Works Dire or
SUBJECT: Engineering Service Agreement for 2006/2007 Bridge Inspection Services
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 HNTB Corporation to provide
engineering services associated with the inspection of City bridges.
RECOMMENDATION
It is recommended that the City Council approve the engineering agreement with HNTB
Corporation totaling $23,710 and authorize staff to execute the necessary documents.
BACKGROUND
This project provides for one inspection for each of fourteen bridges over a two-year period. The
2006 budget includes funding for the inspection of eight highway bridges. In the 2007 budget
staff will request funds to inspect the six remaining bridges. The completion of the highway
bridge inspection will maintain the City's compliance with State of Illinois requirements for
biennial bridge inspection.
The schedule for the bridge inspections is shown below:
Bridge/Crossing 2006 2007
Kimball Street over Fox River X
Highland Avenue over the Fox River X
Chicago Street over the Fox River X
National Street over the Fox River X
Riverside Drive between Highland and Chicago X
Villa Street over Willow Creek X
Shales Parkway over Poplar Creek X
Bluff City Boulevard over Poplar Creek X
,
Engineering Service Agreement for 2006/2007 Bridge Inspection Services
June 9, 2006
Page 2
Bridge/Crossing(Con't) 2006 2007
Villa Street over Poplar Creek X
Royal Boulevard over Tyler Creek X
Eagle Road over Tyler Creek X
Big Timber Road over Tyler Creek X
McLean Boulevard over Tyler Creek X
Highland Avenue over Sandy Creek X
Maps showing the locations are attached as Exhibit A
Seven consulting firms were invited to submit proposals on the bridge inspection program,
including T.Y.-LIN, Lonco Inc., HLR-Hampton, Lenzini and Renwick, Inc., Collins Engineers
Inc., HNTB, H.W. Lochner Inc., and CMT-Crawford Murphy & Tilly. Staff requested proposals
for a two-year period in order to provide consistency in inspecting all of the Elgin's highway
bridges and to coincide with the State's biennial inspection requirement. A staff selection
committee evaluation of seven proposals was conducted which resulted in HNTB Corporation
being selected as the top-rated firm. A copy of the results of the selection process is attached as
Exhibit B.
Upon selection, HNTB Corporation met with staff to finalize the project scope and negotiate
their fee. The final negotiated total fee for the two year duration of the agreement is $42,020.00.
The fee per year is $23,710 for 2006 (eight bridges) and $18,310 for 2007 (six bridges). A copy
of the proposed engineering services agreement with HNTB Corporation is attached as Exhibit
C.
COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED
None
ID-
1,0KINANCIAL IMPACT
The cost of the agreement with HNTB Corporation will total $42,020. Funds for each year's
inspections will be budgeted for that year in the General Fund Budget, account number 010-
3311-752.30-03, Architectural and Engineering Contractual Services. Funds in the amount of
$25,000 have been budgeted for the 2006 inspections which will cost$23,710.00. The 2007
expenditure of$18,310.00 will be requested as part of next year's budget.
Engineering Service Agreement for 2006/2007 Bridge Inspection Services
June 9, 2006
Page 3
LEGAL IMPACT
None
ALTERNATIVES
1. Approve the agreement for contractual services with HNTB Corporation.
2. Request to negotiate an agreement with a different consultant engineering firm.
3. Do not approve agreement with possible consequences of State imposed penalties and
unchecked deterioration.
Respectfully submitted for Council consideration.
JL/do
Attachments
EXHIBIT A
Project Location Map
'\,.., <'4 ;y\. '4ry is d '
r �
'` h 7 K S.N. 045-6301 �' r
f tr
' Kimball Street ''
r_ ` ! over Fox River --
',, S.N. 045-0059 _— . 'r 7 i pr ' n
Highland Avenue over
Fox Rive , = r,
m
F ,'�('' % 1..., '1 L 1k ,- .b 1,,
wtw .�.�
'c.A }
,,r. ''. 4 . _ - S N. 045-6307 ){
, ; \ N ,,°i. Riverside Drive between
{ `''',' 4 s`; Highland Ave. & Chicago St. i
ti.---' ,; ,, � -- , �,,: .. ,; _ J
t 1 titx ` 4 i y a E x
4. t 1 , ti.' „, i-• ,... 'ti ! . .�
_- r _r �' , '4 ', '.
_____
� r_
" .', S.N. 045-0058 �.�_ � �r� tr
�' •`.� Chicago Street over `' t
� ,1_i - " _- '\ Fox River '�; '
, n7
v 1,%&--.,...,.,...."-4"" ,'
\ 1 4 ‘sl,V ,a.k tip. tea- '..7...,,
......,1::1,-,!,,,'0'.,,,,1,,,,,,,
.+"
���� .L. -,,
_er4, .
M t � y f • ax:
T—,______Irt1....,_,„.i
` r "2r','a. S 0.,30' �f 1� '.Sa " . 1,`1 '.?1 ,l.r;! "i<,. ii -'-
°L%r, ? '� ; q '
„_;_,''
, i > rwt ,4
:-e— -fi' _ f '4 ,— ,% ,,'
lr' S.N. 045-6304 �a : s,,, ,, 11 ' N
National Street over 'i; „i '', t ,, '„'n,
t Fox River __ +{ r = K 77 ,--,
-ti
ff
s S.N. 016-0222 '
,
. Villa Street over -- -1 ' A t. S.N. 016-2523. k f
Willow Creek "'
' ,�^1 Villa Street over Ira ��
i'. + : 1 ,,, � �;'t Poplar Creek
4
I "' - L }
n :, a 4 r
�r ark `,'' �`^ '" r;
.� : _ �
r
I i� I , ' ,, ,,� T F ' ---- Iti
i,,-, ) i _ (k 9
1 k r-; 3-L-1-1 of ' ,y7..' ,
Zi
F_____
tiik `irI,.4-1.e 1elyr- ^ , t
.I
!t
t
s
iY 1 . _ I "r,-e_ t
,,f Al;',J, €s r'-- , L,-i.P"P "C `, S.N. 016-6940 �,' F
Bluff City Boulevard 1
over Poplar Creek is ,,
` _,i'r
1s
{ k-u.t ' '�,�'R 1 °'y�,{;:s "'ti ear. eye •5 „.:
n� -.:wt 0 • sM�'
t.
020,147'04 , . a Shales Parkway over :mi' °�` E;?
t
Poplar Creek
t b a " . r-�- •p, i ,k }�
'''',4.,.."9111,1X,-0,4:1111:',•"*1:'1 :: ,-,:t4611:;1,A1-1111111,;:-,.-,,,,-wrotigi,Tak.,1:4142`, 40;•''s:N, '4' 74' ir, .
p
it
k.gvIttio }
ti
ft, ,•-i-• .4'...7..,,L7,,--,- ,,w,.7.-..:,,,,,,,,.;,:i. ,t...,...r,f,6-:•_•. 0.,x.N.4.: ;.,414tkoad..,;,,;,:,. ., • . Ar
R .
... to ..,:<; v, L,i,L. 6.. ,, .., ._. .>�,a k.,..�s4 � xa• ;_ ` 94 te a,
1
c k x ?v�F�1 Dr b i� t r
AID
b
;,• ` P '' '' `j.. 44141'f ,1 rg
1 - r - xt ,,
•
yv,3 .l.�..#�'+{'�.,y.x_�.)� t �r.p,.�.L ('� - ".�'.t .• � +mow �,^'" �ik'` �, .' -'�
'T L[ J`+.'1' x..t 4Ji .14//4 Uwv=a.. SkR ry -.Ec Y lty
b
<. S.N. 045-3322 y : . n x . °,, 04.,%0'.
-_ , Big Timber Road ,-� �' r,� s„ 4 �,
4 F. over Tyler Creek , - v
ilk,fix'.• � r �• , , •..,a . . °** c. - a t,,1� -, .=F,, *.,1'' d ,.1,
.'tea ! • Z'` 4.,""_ W 7W .�i ate '+ •Al r .mow .
tar � S m i'''y w "� `�>�`: � + � Yk s 3z�
41
▪ ' i, Y :sM'.: r ..1� 5 'tea`,r ,,; -p�,s � �' '-xz
� 5 8 ,, ��S a t T ft � r ," �l{ , ri ';EB's
,fig1,1'0 r ',1"x t aft 14' k�.0' i H , w, a 4 -_ %- e., , ;` g �'
.r",` i .,,,, ,rv.� .t i...,.t'r.P.rn:� �..R;`uaw.:,..' .' s....,.,. M�"'..."al ?+•«,,-.14'F,17,, v ., 4. .: ='r ,...H �.:'a.tf.,I,
•
•
n nnc in n n n r. • 1 r r . .
. t
,,i S.N. 045-6306 �L✓�j S.N. 045-6300 ' � `
Royal Boulevard rs
,= , McLean Boulevard over i, ��
47
I Over Tyler Creek i �` � i
Tyler Creek ,,
� � -- ;-.__ cad
� 1 1-` d
_ 1 rah
.1 j i
i I
}iiY�i4.1,i r I t
g k
- i n i i t ri._
'� i I
r� , �4 r : i 4 �� � f fi a
` '' ` ':E. S.N. 045-6305
� '' - Eagle Road over
d�- "� ` Tyler Creek
I
4 * r b e i ;e�,3 ,lf iFI r`+Scr
ms f. ,
fi
4 j `.':fit L Y l �'�IT^�_6F.
- -'— '_
S — `,. % ^f is ,F-
"' r' ) 1
i4• �_ I ,, 4X - ;
i'4, . --,,;4:.,...,,,, , --,-,,..„1 7 . ,- ,- x4
o
Highland Avenue ,,..4
over Sandy Creek fi 1 , i - ' �„
1
�rresiu....u..St.s.�.r3zwxk..waua-a.sxi���� :l,�'' �uE -. i .7 ,..
EXHIBIT B
Selection Results
2006/2007 BRIDGE INSPECTION
AVERAGE SCORE SHEET
CONSULTANTS
SELECTION TEAM CMT COLLINS HLR HNTB LOCHNER LONCO TYLIN
John Loete 6 4 2 5 7 1 3
Joe Evers 6 5 1 4 3 7 2
Steve Pertzborn 4 6 1 7 3 2 5
Moud Ahmad 4 6 5 7 3 2 1
4\ ,1 1, £.
Omar Santos 7 5 1 6 4 2 3
TOTAL SCORE 27 26 10 29 20 14 14
AVERAGE SCORE 3.86 3.71 1.43 4.14 2.86 2.00 2.00
Note:
Assigned scores based on the following formula: 7,--highest, 1=lowest
2006/2007 BRIDGE INSPECTION
QUALIFICATIONS RATING SHEET - SUMMARY
CONSULTANTS
CMT COLLINS I-ILR HNTB LOCHNER LONCO TY LIN
EVALUATION FACTORS WEIGHT JL JE SP MA OS JL JE SP MA OS JL JE SP MA OS JL JE SP MA OS JL JE SP MA OS JL JE SP MA OS JL JE SP MA OS
Project Manager Qualifications 0-25 21 21 19 13 20 22 20 21 20 19 21 19 17 19 16 22 21 21 23 20 22 20 19 18 21 22 21 20 18 18 21 20 20 13 20
Prjo ect Team Qualifications 0-25 22 19 21 16 20 21 17 22 20 18 21 17 19 20 15 20 18 22 21 18 22 19 21 15 18 21 19 19 16 17 21 17 21 15 16
Firm Experience 0-10 9 7 8 6 10 10 8 9 7 10 9 6 7 7 9 10 6 9 7 10 9 7 8 5 7 9 7 7 4 10 10 7 9 4 8
Scope of Services Proposed 0-25 22 19 20 25 23 21 18 16 18 21 21 18 16. 15 _20 22 19 21 20 21 24 18 21 18 22 21 21 19 18 21 22 20 22 23 23
Familiarity With Conditions 0-10 10 9 8 6 9 9 9 10 5 9 10 8 8 7 10 9 7 9 5 9 8 6 6 4 8 8 6 5 4 7 8 5 5 3 7
Technology 0-5 5 3 5 3 5 5 3 5 2 4 5 3 5 3 4 5 3 5 3 4 5 3 5 3 4 5 5 5 2 4 5 3 5 3 4
TOTALS 0-100 89 78 81 69 87 88 75 83 72 81 87 71 72 71 74 88 5 74 87 79 82 t90 73 80 63 80 86 79 75 62 77 87.5 72 82 61 78
Engineering Services Agreements
r
AGREEMENT
•
THIS AGREEMENT is hereby made and entered into this day of , 2006, by
and between the CITY OF ELGIN, Illinois, a municipal corporation(hereinafter referred to as
"CITY")and HNTB CORPORATION(hereinafter referred to as "ENGINEER").
WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional
services in connection with the routine biennial inspection of 14 highway bridges(hereinafter
referred to as the"PROJECT"); and
WHEREAS, the ENGINEER represents that it 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, for and in consideration of the mutual promises and covenants
contained herein, the sufficiency of which is hereby mutually acknowledged,the CITY and
ENGINEER hereby agree that the CITY hereby retains ENGINEER to act for and represent
CITY in the engineering matters involved in the Project as set forth herein, subject to the
following terms,conditions and stipulations:
I. SCOPE OF SERVICES
A. All services 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 professional services to be performed by the ENGINEER under this Agreement
include the routine field inspection, completion of State of Illinois bridge inspection
documentation, and preparation of a bridge inspection report with inspection
findings, evaluation,rehabilitation recommendations, and estimated probable
construction costs for the following CITY highway bridges:
2006 Calendar Year Bridges:
1. Highland Avenue over the Fox River
2. Chicago Street over the Fox River
3. Villa Street over Willow Creek
4. Shales Parkway over Poplar Creek
5. Bluff City Boulevard over Poplar Creek
6. Villa Street over Poplar Creek
7. Big Timber Road over Tyler Creek
8. Highland Avenue over Sandy Creek
T .
•
- 2-
2007 Calendar Year Bridges:
1. Kimball Street over the Fox River
2. NationaI Street over the Fox River
3. Riverside.Drive between Highland Avenue &Chicago Street
4. Royal Boulevard over Tyler Creek
5. Eagle Road over Tyler Creek
6. McLean Boulevard over Tyler Creek
C. The professional services to be provided by the ENGINEER under this Agreement
have been divided into the following two phases:
1. The professional services associated with the 2006 Calendar Year Bridges
as listed in paragraph I.B are funded under the cost-not-to-exceed fee
identified in paragraph IV.A and as further identified in Attachment B.
2. The professional services associated with the 2007 Calendar Year Bridges
as listed in paragraph LB. are funded under the cost-not-to-exceed fee
identified in paragraph IV.B and as further identified in Attachment B.
D. A more detailed Scope of Services is attached hereto as Attachment A.
II. PROGRESS REPORTS
•
A. ENGINEER shall comply with the project milestone outline schedule below:
• 2006 Calendar Year Bridges
Anticipated Notice to Proceed July 1, 2006
Anticipated Completion of Data Collection 2 weeks after NTP
Anticipated Completion of Bridge Inspections 5 weeks after NTP
Anticipated Submission of Inspection Documentation 9 weeks after NTP
2007 Calendar Year Bridges
Anticipated Notice to Proceed July 1,2006
• Anticipated Completion of Data Collection 2 weeks after NIP
Anticipated Completion of Bridge Inspections 5 weeks after NTP
Anticipated Submission of Inspection Documentation 9 weeks after NTP
• 1 I
-3 _
B. A detailed project schedule for the Project is included as Attachment C, 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. ENGINEER shall submit to DIRECTOR a written monthly status report recording
ENGINEER'S 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 upon payment to the ENGINEER therefor;
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 to the ENGINEER.
}
IV. PAYMENTS TO THE ENGINEER(Not To Exceed Method)
A. For services provided for the 2006 Calendar Year Bridges,the ENGINEER shall be
paid at the rate of 3.0 times the direct hourly rate of personnel employed on this
PROJECT,with the total fee for this portion of the project not to exceed Twenty-
Three Thousand, Seven Hundred, Ten dollars ($23,710)regardless of the actual costs
incurred by the ENGINEER unless substantial modifications to the scope of the
services are authorized by the CITY through a change order or amendment to the
maximum payment provided for herein.
B. For services provided for the 2007 Calendar Year Bridges,the ENGINEER shall be
paid at the rate of 3.0 times the direct hourly rate of personnel employed on this
PROJECT,with the total fee not to exceed Eighteen Thousand, Three Hundred, Ten
dollars($18,310)regardless of the actual costs incurred by the ENGINEER unless
substantial modifications to the scope of the services are authorized by the CITY
through a change order or amendment to the maximum payment provided for herein.
The ENGINEER shall not begin work on the 2007 Calendar Year Bridges nor invoice
the CITY for services related to the 2007 Calendar Year Bridges until a funding
appropriation for the 2007 Calendar Year Bridge work has been enacted by the CITY,
and the ENGINEER has received a Notice-to-Proceed for this work.
C. A summary of the ENGINEER fee calculation, including a description and estimate
•
•
-4-
of the various reimbursable expenses is attached hereto as Attachment B. The
ENGINEER shall be paid at the rate of 1.0 times the direct cost of the reimbursable
expenses incurred on this PROJECT.
D. 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 B, and full
payments for each task shall not be made until th.e 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 (Paragraph II.0 above)will he 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 services
performed 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 or ENGINEER may terminate
this Agreement at any time upon fifteen(15) days prior written notice to the other
party. 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; provided, however, that such payment shall not exceed the total
fee maximum or task amounts set forth under Article IV above.
VII. TERM
• This Agreement shall become effective as of the date the ENGINEER is given a
notice to proceed and,unless terminated for cause or pursuant to Article VI or IX,
shall be deemed concluded on the date that all of the ENGINEER's services under
this agreement are completed. Completion shall not constitute a waiver of any rights
or claims which either party may have or thereafter acquire with respect to any term
or provision of the Agreement.
Neither the CITY nor ENGINEER shall be considered in default of this Agreement
for delays in performance caused by circumstances beyond the reasonable control of.
. ;
_5 _
the nonperforming party. For purposes of this Agreement, such circumstances
included, but are not limited to, abnormal weather conditions; floods; earthquakes;
fire; epidemics; war,riots, and other civil disturbances; strikes, lockouts, work
slowdowns, and other labor disturbances; sabotage;judicial restraint; and delay in or
inability to procure permits, licenses;or authorizations from any local, state or federal
agency for any of the supplies,materials, accesses, or services required to be provided
by either CITY or ENGINEER under this Agreement. ENGINEER shall be granted a
reasonable extension of time for any delay in its performance caused by any such
circumstances.
Should such circumstances occur,the nonperforming party shall, within a reasonable
time of being prevented from performing, give written notice to the other party
describing the circumstances preventing continued performance and the efforts being
made to resume performance of this Agreement.
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 its
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.
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
To the fullest extent permitted by law, ENGINEER agrees to and shall indemnify and
hold harmless the CITY, its officers, employees,boards and commissions from and
against judgments, costs, attorney's fees, and damages, including but not limited to
workers' compensation claims,to the extent caused by the negligent acts or omissions
of the ENGINEER in connection herewith, including negligent acts or omissions of
employees or agents of the ENGINEER arising out of the performance of this
Agreement. The provisions of this paragraph shall survive any termination or
expiration of this agreement. ;
1
- 6-
XL 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 written in occurrence form 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
cancelled or non-renewed without thirty(30)days prior written.notice to the
DIRECTOR.
Such Certificate of Insurance shall include,but not be limited to, coverage for the
obligations assumed by ENGINEER pursuant to Article X herein entitled
"Indemnification".
Such above-referenced insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the CITY. There shall
be no endorsement or modification of this insurance to make it excess over other
available insurance, alternatively, if the insurance states that it is excess or
prorated, it shall be endorsed to be primary with respect to the CITY.
B. Comprehensive Automobile Liability. Comprehensive Automobile
Liability Insurance written in occurrence form 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 Polley. 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 to the extent caused by the
negligent error, omissions or acts with a limit of not less than$1,000,000 per
claim. A Certificate of Insurance shall be submitted to the DIRECTOR as
evidence of insurance protection. The policy shall not be cancelled or non-
renewed without thirty(30)days prior written notice to the DIRECTOR.
•
- 7 _
XIII. CONSTRUCTION MEANS,METHODS,TECHNIQUES,SEQUENCES.,
PROCEDURES AND SAFETY
The ENGINEER shall not ha a 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 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 or
ENGINEER; provided, however, ENGINEER may assign its rights to payment with
CITY'S consent.
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
•
- 8-
hereof to the same extent that the ENGINEER would have been obligated if it had
• done the services itself and no assignment, delegation or subcontract had been made.
Any proposed subcontractor shall be agreed to in writing by the CITY and
ENGINEER.
XVII. NO CO-PARTNERSHIP OR AGENCY
This agreement shall not be construed so as to create a partnership,joint venture,
employment or other agency relationship between the parties hereto, except to such
extent as may be specifically provided for herein.
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. The parties further agree to amend this Agreement to replace
any stricken provision with a valid provision that comes as close as possible to the
intent of the stricken provision. The provisions of this Article shall not prevent this
entire.Agreement from being void should a provision which is of the essence of this
Agreement be determined void.
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 an.y 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.
-9-
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.Venue for the resolution of any
disputes or the enforcement of any rights pursuant to this agreement shall be in the
Circuit Court of Kane County, Illinois.
•
XXII. NEWS RELEASES
The ENGINEER may not issue any news releases without prior consent from the
DIRECTOR,nor will the ENGINEER make public proposals developed under this
Agreement without prior written consent 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
The ENGINEER certifies hereby that it is not barred from bidding on this
contract as a result of a violation of 720 ILCS 5133E et seq. Or any similar state or
federal statute regarding bid rigging.
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
• � i
- 10-
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 775 ILCS 5/2-105.
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:
JOHN LOETE,P.E.
Director of Public Works
City of Elgin
150 Dexter Court •
Elgin, Illinois 60120-5555
B. As to ENGINEER:
•
CRAIG HETUE, S.E.;P.E.
HNTB CORPORATION
III North Canal Street
Suite 1250
Chicago, Illinois 60606-7252
- I1 -
XXVIII. INFORMATION.FROM CITY
ENGINEER shall not be responsible for verifying or ensuring the accuracy of any
information or content supplied by CITY or any other Project participant,nor
ensuring that such information or content does not violate or infringe any law or other
third party rights. CITY shall indemnify ENGINEER for any infringement claims
resulting from ENGINEER's use of such content,materials,or documents.
XXIX. INSPECTION SERVICES
ENGINEER's inspections shall be limited to accessible areas of a structure and shall
be for structural evaluation only based upon readily available information and
observation of existing conditions. When making inspections of a structure, it is
required that certain assumptions be made regarding the existing conditions,
subsurface conditions or concealed elements of a structure. Due to these limitations,
ENGINEER cannot discover all actual conditions or structural weaknesses and will
base its recommendations upon its professional experience and opinions.
XX. DISPUTES
In the event of a dispute between CITY and ENGINEER arising out of or related to
this Agreement, the aggrieved party shall notify the other party of the dispute within a
reasonable time after such dispute arises. If the parties cannot thereafter resolve the
dispute,each party shall nominate a senior officer of its management to meet to
resolve the dispute by direct negotiation or mediation.
Should such negotiation or mediation fail to resolve the dispute, either party may
pursue resolution of the dispute by arbitration in accordance with the Construction
Industry Arbitration Rules of the American Arbitration Association;provided,
however, in the event the parties are unable to reach agreement to arbitrate under
terms reasonably acceptable to both parties, either party may pursue resolution in any
court having jurisdiction.
During the pendency of any dispute, the parties shall continue diligently to fulfill their
respective obligations hereunder.
XXI. STANDARD OF CARE
The same degree of care, skill, and diligence shall be exercised in the performance of
the Services as is ordinarily possessed and exercised by a member of the same
•
M t
- 12 -
profession, currently practicing, under similar circumstances. No other warranty,
express or implied, is included in this Agreement or in any drawing, specification,
report, opinion, or other instrument of service, in any form on media,produced in
connection with the Services.
•
•
•
•
{ I
a
- 13 -
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 By
City Clerk City Manager
(SEAL)
For the ENGINEER:
Dated this c / day of ///7 i Y A.D., 2006
ATTEST:
By -0.4 f By
Secretary Vice resident
•
(SEAL) °s ..OFFICIAL SEAL" +
PAMELA A. WAFFORD
+ Notary Public,State of Illinois e
My Commission Expires 10/12/09
ATTACHMENT A
SCOPE OF SERVICES
ATTACHMENT A
SCOPE OF SERVICES
I. PROJECT DESCRIPTION
This project consists of the inspection and evaluation of the CITY's existing bridges, update
and submittal of the required Illinois Department of Transportation(DOT)inspection forms
and documentation, and the preparation of bridge inspection reports detailing the inspection
findings,summarizing the necessary repairs, and providing an estimate of probable
construction cost.
HNTB will perform the following services pertaining to the project.
I.I. SCOPE OF SERVICES
A. Data Collection
HNTB will collect and assemble the data, information, and equipment necessary to
perform the bridge inspections,complete the DOT documentation,and prepare 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 from the CITY for use during
the inspection;
3. Organize inspection gear and equipment,and arrange for a boat to be used for the
visual inspection of the accessible underside elements at the structures over the
Fox River;
4. Contact IDOT-District I to obtain current copies of the IDOT inspection forms to
be completed in accordance with LOOT guidelines.
B. Bridge Inspection& Evaluation
HNTB will perform one(1)routine field inspection and evaluation of the following
fourteen(14)bridges located in the City of Elgin.
During the 2006 calendar year, the following eight(8)bridges will be inspected and
evaluated:
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 Road over Tyler Creek
7. Highland Avenue over Sandy Creek
8. Shales Parkway over Poplar Creek
A-1
r .
ATTACHMENT A
SCOPE OF SERVI
CES
During the 2007 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 Ave and Chicago Street
4. Eagle Road over Tyler Creek
5. Royal Boulevard over Tyler Creek
6. North McLean Boulevard over Tyler Creek
HNTB will perform the routine bridge inspections in accordance with the"Bridge
Inspector's Training Manual"published by the USDOTIFHWA,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 on the Big Timber Road and Shales Parkway structures, and the
corrugated metal at the McLean Boulevard structure will be visually inspected for
rusting, pitting, and section loss. The accessible concrete beams, girders, and arch
elements used on the other structures will be visually inspected for cracks, leaching,
spalling, and other deterioration.
Concrete substructure members above the waterline will be visually inspected and
randomly sounded to locate deteriorated areas. Abutments will be measured for
plumbness. The surface and underside of the bridge deck and sidewalks will be visually
inspected for cracking, heaving, leaching, spalling and other deterioration.
Bridge railings will be inspected for soundness, loose or missing rail sections, and losse
or missing anchor bolts securing the railing posts to the bridge structure. The approach
roadways and guide rails will be visually inspected for deterioration and anchorage to the
bridge structure.
Deficiencies and deterioration will be measured, digitally photographed, and recorded on
sketches for inclusion in the reports. The degree of deterioration will be compared with
the deterioration noted in the previous inspection reports to determine the recommended
course of action. All notes and deficiencies will be recorded in English units.
Detailed underwater inspection and diving,hydraulic analysis and inspection,scour
analysis,non-destructive testing methods such as magnetic particle, ultrasound, or dye-
penetrant, material testing, pavement cores,paint adhesion testing, and geotechnical
investigations are not anticipated to be required for these biennial inspections, and have
not bee included in this scope of services.
A-2
ATTACHMENT A
SCOPE OF SERVICES
C. 1DOT Forms and Documentation
Within 2 months of the field inspection, 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. Key Turnaround Route Report(RIS-Rl 11)
4. Bridge Inspection Report form BIR-1 (MI)
HNTB will obtain copies of these documents from IDOT-District I based on previous
inspections 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 DOT and FHWA policies,procedures,.and standards.
The Bridge Record Report(form BLR 06310)is not required to be submitted to IDOT
District 1 as part of the biennial inspection,but will be included in the inspection report
for the City's reference. The Master Report(RIS-S 107)is automatically generated from
information provided from the first three reports listed above. Since the Master Report
contains no new information,it will not be included in the final report.
D. Inspection Reports
HNTB will prepare an inspection report for each structure. This report will include an
executive summary,description of the structure,results from the field investigation,
evaluation of the inspection findings,recommendations for structure rehabilitation, and
an estimate of probable construction costs. Appendices to each report will contain a
location map,inspection photographs, revised MOT forms, and inspection notes or
sketches as applicable.
The reports will be prepared using Microsoft Word software while estimates of probable
construction cost will be prepared using Microsoft Excel software. The City of Elgin will
receive two(2)printed copies of each inspection reports as well as an electronic copy of
each inspection report.
Each report will be printed on 8-1/2 by 11 inch paper,and either stapled or bound with a
plastic coil. HNTB will submit two 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 two copies of the final inspection report for each bridge.
A-3
•
ATTACHMENT B
FEE
< r
ATTACHMENT C
PROJECT SCHEDULE
ATTACHMENT C
CITY OF ELGIN
2006-2007 BRIDGE INSPECTION PROGRAM
ANTICIPATED SCHEDULE
ESTIMATED 2006
2006 Bridge Inspection Program HOURS JULY AUGUST
PROJECT MANAGEMENT 10 2400140010,,s;, `.thy *.''..:3'`''iU:x`
DATA COLLECTION
Acquire/Review previous bridge inspection reports and data 4
Acquire previous IDOT inspection forms/prepare for new inspection 4
BRIDGE INSPECTIONS&EVALUATION
Highland Ave and Chicago St over the Fox River 24 `vz
OtI >r r t g
�R,= ;,
6 Structures over various creeks 48 6
•BRIDGE REPORTS&IDOT DOCUMENTATION 72 5 t�'T r , .i, ,k,
��;�,,,,,�„t,,: City Review ��r
QUALITY ASSURANCE/QUALITY CONTROL REVIEW 8 • s'`s'y
170
ESTIMATED 2007
2007 Bridge Inspection Program HOURS JULY AUGUST
PROJECT MANAGEMENT 8t , aTM , >,� ,r}, �;,
,ri�.tr fi.n..£ :v�'.T,.3,w"�:4�.�� ,,�.s,>. Y ;,.��#::-�'�^.3�F 3,r:�\� aH.`r�
DATA COLLECTION
Acquire/Review previous bridge inspection reports and data 3 }
(1 k Acquire previous IDOT inspection forms/prepare for new inspection 3 ,
BRIDGE INSPECTIONS&EVALUATION
Kimball St and National over the Fox River 24 sc y .� .
3 Structures over various creeks and Riverside Drive 32 lattat
BRIDGE REPORTS&IDOT DOCUMENTATION 54 mois`t City Review 10
QUALITY ASSURANCE/QUALITY CONTROL REVIEW 6 t.
130
Sheet Cl of 1