Loading...
89-1011 Midwest Consulting Engineers r C:LE,e IL f V AGREEMENT FOR CONSULTANT'S SERVICES between THE CITY OF ELGIN, ILLINOIS KANE COUN'T'Y and MIDWEST CONSULTING ENGINEERS, INC. 5151 North Harlem Avenue Chicago, Illinois 60656 PROJECT DESCRIPTION The replacement of the Wing Park Bridges over Tyler Creek located in Elgin, Illinois. AGREEMENT FOR CONSULTANT SERVICES for Replacement of Wing Park Bridges over Tyler Creek Elgin, Illinois THIS AGREEIT, entered into this Ij day ofd, 1989, by and between the City, hereinafter referred to as the City, and MIDWEST CONSULTING ENGINEERS, INC. , a firm of consulting engineers whose address is 5151 N. Harlem Avenue, Chicago, Illinois 60656, hereinafter referred to as the CONSULTANT. WHEREAS, the City proposes to engage the CONSULTANT to render profes- sional services in connection with the proposed improvement: The replacement of the Wing Park Bridges over Tyler Creek, hereinafter referred to as the PROJECT. This AGREEMENT contains all the terms and conditions of the agreement between the CITY and the CONSULTANT and any changes in this AGREEMENT shall have no effect unless they are made in writing, signed by both parties, and incorporated as an amendment to this AGREEMENT. No other written or oral understandings, representations or agreements, other than those herein, have been made by and between the parties hereto. In consideration or these premises, the parties hereto agree as set forth in the following pages numbered 1 thru 10 inclusive. Executed by the City of Elgin, State of Illinois, acting by and through its City Council. ATTEST: CITY CLERK ►• ► muff ff Executed by MIDWEST CONSULTING ENGINEERS, INC. ATTEST: NMA/41)144"--1-"--°L SECRETARY PRESIDENT rtE037/6 -1- Wing Park Bridge Replacements CERTIFICATION OF THE CONSULTANT I hereby certify that I am the President and duly authorized representative of the firm of MIDWEST CONSULTING ENGINEERS, INC. whose address is 5151 North Harlem Avenue, Chicago, Illinois 60656, and that neither I nor the above firm I herein represent has: (a) Employed or retained for a commission, percentage, brokerage, contingent fee or other considerations, any tirm or person (other than a bona fide employee working solely for me or the above consul- tant) to solicit or secure this contract; (b) Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any tirm or person in connection with carrying out the contract; or (c) Paid, or agreed to pay, to any firm, organization or person (other than a bona fide employee working solely for me or the above consul- tant) any fee, contribution, donation or consideration of any kind, or in connection with, procuring carrying out the contract; except as herein expressly stated (if any) : I acknowledge that this certificate is furnished to the CITY OF ELGIN, Illinois in connection with this contract and is subject to applicable State and Federal Laws, both criminal and civil. DATE 477)1°/CY )441404- PRESIDENT NE037/6 -2- Wing Park Bridge Replacement CERTIFICATE OF THE CITY I hereby certify that I am the CITY ENGINEER of The City of Elgin, State of Illinois, and that the CONSULTANT, MIDWEST CONSULTING ENGINEERS, INC., or their representative, has not been required directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: (a) Employ or retain, or agreed to employ or retain, any firm or person; or (b) Pay or agree to pay, to any firm, person or organization any fee, contribution, donation or consideration of any kind; except as herein expressly stated (if any) . I acknowledge that this certificate is furnished in connection with this AGREEMENT and is subject to applicable State and Federal Laws both criminal and civil. DATE CITY ENGINEER CITY OF ELGIN MCE037/6 -3- DELETION AND AMENDMENTS TO THE ILLINOIS DEPARTMENT OF TRANSPORTATION'S STANDARD AGREEMENT PROVISIONS FOR CONSULTANT SERVICES, DATED 1977 1. Incorporation by Reference The Illinois Department of Transportation's "Standard Agreement Provi- sions for Consultant Services", dated 1977 hereinafter referred to as the "STANDARD PROVISIONS", are incorporated and made a part of the AGREEMENT except as deleted or amended hereinafter. (STANDARD PROVISIONS' section references are shown in parenthesis) : 1.1(SP 1) Definitions pertaining to the project shall be as set forth in Section 1 of the STANDARD PROVISIONS, amended to add the following: 1.11 (SP 1.18) Wherever the word DEPARTMENT is used, it shall be construed to mean the CITY OF ELGIN, except the word DEPART- MENT shall also include the Illinois Department of Transporta- tion in Sections 1.0, 2.24 and 2.32 of the said STANDARD ,PROVISIONS. 1.12(SP; 1.20) Wherever the term Director is used, it shall be construed to mean The Director of Public Works of The City of Elgin, 'Illinois who is in charge of the work under the AGREEMENT. 1.2 (SP 2.41) The CONSULTANT shall invoice the CITY, not the Liaison Engineer as provided in Section 2.41 of the STANDARD PROVISIONS, in a format mutually agreed to by the CITY and the CONSULTANT. MCE037/6 -4- 2. Scope of Work 2.10 Phase II Engineering The CONSULTANT shall complete the tollowing work: 1. Bring U.S.G.S. benchmark to site, run level circuit. 2. Perform topographic survey and cross sections at each bridge location. 3. Perform stream survey consisting of stream cross sections and profiles for each bridge. 4. Measure water way openings of each bridge. 5. Perform hydraulic study of channel at each bridge location. 6. Develop permit correspondence for Corps of Engineers permits, utilities and 1DOT Division of Water Resources Permits. 7. ; Meet with client concerning hydraulic study and recommended bridge structures. 8. ' Retain a subconsultant to provide soil borings for each abutment location (see attached subconsultant proposal) . 9. Develop final plans, specifications and estimates for both bridges (see attached location map) . Current funding will not allow construction of both bridges concurrently. Additionally, the City has indicated a desire to replace Bridge B prior to June 1, 1990. MCE037/6 -5- As a result of these concerns, two sets of contract plans will be developed as follows: Bridge A is expected to consist of the tollowing plan sheets: - General Plan and Elevation - Abutments and Wingwalls - Superstructure - Railings - General Approach Plan and Elevations - Cross Sections - Miscellaneous Details Total 7 sheets Bridge B is expected to consist of the tollawing plan sheets: - General Plan and Elevation - Abutments and Wingwalls - Superstructure - Miscellaneous Details - Cross Sections Total 5 sheets 10. Develop rernuirect special provisions for the contract. 11. Develop final estimate of cost. MrE037/6 -6- 12. Develop bid documents which are expected to consist of the following: - Bid Notice - Bid Proposal Forms - Special Provisions - Contract - Contract Bond 13. Assist the City in the bidding process. 14. Attend the bid opening and prepare a recommendation for award of a contract. 15. Prepare construction contracts for submission to the City and Contractor. Consultant will prepare contract plans in accordance with Section 6 of the STANDARD PROVISIONS, except as modified below: 2.11 (SP 2.31b) Delete the words "or wrongful". 2.12 (SP 6.42) The CONSULTANT not the DEPARTMENT shall pertorm and furnish all work under this item. 2.13 (SP 6.46) This Section is modified to read the CONSULTANT will enter unit prices and accumulate costs. MCE0.37/6 -7- 2.14 The CONSULTANT shall furnish the CITY the following documents and plans. Copies will be provided as needed: A. Final contract plans: 36" x 22" Mylar Reproducibles B. Special provisions: Original typed on 8}" x 11" white bond paper C. Estimate of Cost: Original with prices and one copy without prices typed on form (8}" x 11") D. Upon 50% completion of the final design, the CONSULTANT shall reevaluate his preliminary construction cost estimate. Any varia- tion in the estimate shall be reported to the CITY for appropriate action. 3. The CITY agrees to furnish the following items: A. All presently available survey data and information including standard details and standard specifications adopted by the CITY and other available data useful to the work being done by the CONSUL- TANT. r E037/6 -8- 4. Project Schedule The CONSULTANT shall commence work on Phase II within five (5) calendar days after date ot authority to proceed. The work will be completed and delivered to the CITY within the following period: Bridge A Bridge B Completion Completion Activity Date Date Notice To Proceed, Data Collection 09/29/89 09/29/89 Complete Field Survey 10/20/89 10/20/89 Complete Hydraulic Study, Meet with City 11/10/89 11/10/89 Complete Preliminary Plans 12/15/89 11/24/89 Complete Pre-Final PS&E (Submit for Agency Review) 01/12/90 12/08/89 Complete Final PS&E 02/09/90 12/29/89 Advertise For Bids 03/02/90 01/05/90 5. Prime Compensation 5.1 Phase II - Design and Preparation of Contract Plans Subject to an Upper Limit of Compensation the CONSULTANT shall receive $29,684.00 as full payment for completing the Phase II work required of him under this AGREEMENT, which includes reimbursement of his eligible actual costs in accordance with Section 2.45 of the STANDARD PROVISIONS, plus a Fixed Amount of $2,884.00. For services rendered by any subconsultant retained by the CONSULTANT, the CONSULTANT will be reimbursed for the actual amount invoiced to the CONSULTANT. Any such subcontracted tees are included in the Upper Limit of Compensation. The attached Exhibit A, B, and C are to be used as set forth in Section 2.42 of the Standard Provisions. Invoices shall be prepared in accordance with Section 2.41. MCE037/6 -9- 5.2 Phase III The fee for Phase III work shall be negotiated after the CITY'S approval of Phase II Engineering. 5.3 The Prime Compensation may be increased or decreased by subsequent agreement between the contractual and approving parties if there is a major change in the scope, character or complexity of the work. The fee may be adjusted in accordance with Section 2.21 of the STANDARD PROVISIONS if the duration of the work extends more than six (6) months beyond the date of completion stated in Section 4 ot this AGREEMENT due to no fault of the CONSULTANT. 5.4 In the event the CONSULTANT, upon written order from the CITY, is required to perform extra work he shall, in addition to the Prime Canpensation, receive payment for such extra work on the following basis: The CONSULTANT'S actual costs will be reimbursed in the same manner as set forth in Section 5.1, plus a negotiated fixed amount based on the estimated cost of the work, subject to a pre-agreed Upper Limit ot Canpensation for each item of work. 5.5 Retainage - No Retainage will be required on this contract. MCE037/6 -10- -..--" . ...„-- - . //, \ ' 7 0 t , , . .01 p ( ) 0 u 0 kl ,to, d • S ‘‘• .300 '0 4 . I . ' Or . \ , , 1 72 ' \ 3, ( N• ds/2// 4 ) / EXHIBIT A HOURLY RATE RANGE CONSULTANT'S REGULAR STAFF CLASSIFICATION FROM TO Principal Engineer $25.00 $35.00 Project Manager 18.50 30.00 Resident Engineer 11.50 21.50 Structural Engineer 15.00 27.00 • Survey Chief , . 11.00 17.50 Senior Project Engineer 16.00 25.00 Project Engineer 14.00 21.00 Design Engineer 11.00 16.50 Construction Engineer 11.00 18.50 Technician/Survey & Construction 7.00 14.50 Senior Draftsman/Technician 11.00 17.00 Drafter6.00 13.50 Clerical/Word Processor 6.00 15.00 `' • Source: SEFC Date: February 1, 1988 SEFC/11 • EXHIBIT B PAYROLL BURDEN & FRINGE COSTS % of Direct Productive Payroll Federal Insurance Contributions Act 9.96 State Unemployment Compensation 3.71 Federal Unemployment Compensation 0.70 Workmen's Compensation Insurance 0.80 Paid Holidays, Vacation, Sick Leave 13.75 Bonus and Incentive Payments 7.62 Qualified Deferred Retirement Benefits 10.38 Gkoup.Insurance 7.57 TOTAL PAYROLL BURDEN & FRINGE COSTS 54.49% • S • i - \ i • • { f r 1• , SEFC/13 ST/0314S ' 1 f � %09'08 0V310118A0 7V101 96'0 sash leg40 ZO'T SuoT zrabl aeboTdW3 95'9 wea a'T33O ECT aouvuequTew pus seT4TIT4.0 . (TT3old 8Z'T � pue:T o u 3 ) 'SuoT4e5TT9nd 'sena 'saSU ' 's-ad Z Z•o; *•'asuacbq •1 es-ucr Teuo?42onpa Puu 5uTu rely 8L'O. esu dxa uopeoorea pue burps • Lb'T ahgpsod pue euo(jd9Ta►L £L'OT sesuadxd 43P74uo3-e pee sseuTsng 'TaneaL sealtotdata, ) £8'T . buTpimoow pee Tsbel btrcpnpouT saoTnias TeuoTssa;oad OL'0 butssaooard equa ' 08'Z saTiddna eoT33O • 17S•T SpsoO bu} ui1d pile uar4onpozdaaa OZ'LE ... .uorpeonpg Teuorsse;oad We 'emTs ;3124S eTgeu5TSse40 'sem 'suoT•peT406aN 's4oear4uo0 'arabuessayi • 'T?T Tepaa0es 'anr1eZI STUTU1P 1 - saT.SI S 431"P'ur Z0'P uorpeToazdea, 69'L waded a-men y pue A4TTTgeTT 'IuaPTooe burpnTouT 'aoueansui sseuTsng ZT'0 sexey emooul eTe4S TToulied anr. npaad 4-' Ta ;o % SISQr 1.02HIQMI Hm1d QE+'.3F383A0 0 SISDD A: s:,,,...e....:7 : s5:.4 - s!....DE 'S ", ,: : ::: "- i",', :,E; ) GC.C1C,: tOS63 : ;366 : V3OZ ! '91.63: : 06E C;(... G. uat .::r1N101. . . . t . , : I t , • . 1 . • t • I i . . i , • . . ' . • . . . • . • . ' srft • iv thc, , .noc , :!.., , UGo d. L'il:. C.Ctl I Ci. P.a0a>.... i sSLI.,c6 „os,, : . .. . ., ... ,. : . LCi Di Di:C. . D.. C/C C:• U. E'...Z.C..:..:,: ..:4.:5.....S...0: s . , , r . , ,c , , , : 99i 9-6.8 Si : l'St : ;CZ : 3: . .... , . , . 3;6 :”s..,- . ,,,.. •., , , ' Z',Z1i,Z ' .4:•;,-.. ' 32,, : , ...- gp..; ..,. , . . . C. 3; .96t ' 9. i: . .t,6 : s. ,,;; , I . . . . . , S;;;LG 1 1 vb,,,. . :: 0.1.. 1 itA, uk,21, . ' ;38 . .CD • YI t A:n:,s, .7.i.iniJpAil! . . -,- . . . wb , 0 cg. ' Z7 I .G : Z . s!,:...:scic, s u .nspaw : ... .:,. , .... -, ,:. 3; ' MP. : L SE:•;:, S :ed01. 1 . . . • . • ' f-• ' ' % ' ' % I ' ' I i,v% 1 f.0, I /4, I • VI, C.,, ,1", %zi 1 'UI , ‘,// , kar .E...S : • ......;-„: 7::. c: ! CE: let, I,p::_-cnE; ::s...-. ' ;.,.., !„.:JApa: .: . ! V.:7. • .:' I.. ..:: ;: i ', E--.-.... '..-:- E!.....F. ; • ...z. ,":....:: : . SCHLEEDE-HAMPTON ASSOCIATES, INC. • CONSULTING ENGINEERS CIVIL • GEOTECHNICAL • CONSTRUCTION MATERIALS 1601 N.BOND STREET•SUITE 108 •NAPERVILLE, ILLINOIS 60540.312/369-0710 September 1 , 1989 RECEWED Midwest Consulting Engineers S F P 1 1 1989 5151 North Harlem Avenue Chicago, Illinois 60656 MIDWEST CONSULTING Attention: Mr. Otto Hatlestad ENGINEERS, INC. Re: Proposal for Soil Exploration and Analysis Two Proposed Bridges over Tyler Creek in Wing Park Elgin, Illinois Gentlemen: We are pleased to submit this proposal for the performance of a soils exploration and analysis for your bridge projects in Elgin, Illinois. The purpose of the geotechnical exploration, testing and analysis will be to provide information for use in planning,designing and constructing the proposed bridge. The work will be conducted in general compliance with IDOT and City of Elgin requirements. Scone of Work The exploration,testing,and analysis will include: Determination of the engineering characteristics of the subsurface materials encountered. Determination of the type of types of foundations suitable for the support of the proposed structure. Provide data required for the design of suitable foundations systems and groundwater control. Provide recommendations regarding earthwork, including excavations, backfilling and compaction, the treatment of in-place soils for support of pavement and other pertinent design information. It is proposed to explore the subsurface soil and groundwater conditions on the site by drilling exploratory test holes. • SCHLEEDE-HAMPTON ASSOCIATES, INC. CONSULTING ENGINEERS The boring program outlined is proposed taking into consideration: the desire to obtain sufficient information,while not expending more money than needed;and the fact that access to one side of Bridge B will be possible with only a lightweight drill rig. Further, we are anticipating that conditions will be favorable for founding the new bridges on a spread footing type foundation. If conditions dictate that piles are necessary, then deeper borings will be needed to verify subsurface conditions and allow for pile length estimates. The basic program proposed for each bridge: a) One(1)forty foot deep boring at one abutment and b) One( 1)twenty-five foot deep boring at the other abutment. If poor conditions indicate piles may be necessary, then the first boring at each bridge will be extended up to a sixty(60) foot depth and the second will be drilled to forty(40)feet. Method of Performance We propose to mobilize a drill rig to the site after notice to proceed and boring layout. We propose to provide a Field Engineer at the site during the drilling to observe the exploration, perform field tests and measurements and prepare field reports. Our testing program will include laboratory tests to determine the classification, strength,water content,density,and other physical properties of the soils. The results of the field exploration and lab tests will be used in the engineering analysis and the formulation of our recommendations. The results of our work will be presented in a written report, prepared by a Registered Professional Engineer. Five (5) copies of the report will be provided. Ega It is proposed that our fee be determined on a unit rate basis in accordance with the items listed below and as shown on our attached Schedule of Fees and General Conditions. The scope of work outlined below will not be exceeded without prior discussion and authorization from the cl ient. SCHLEEDE-HAMPTON ASSOCIATES, INC. CONSULTING ENGINEERS Schedule of Services and Fees- Basic Program L2 • 90'. 2 ! 20.) 1t.m. Estimated Quantity Unit Cost Extension Mobilization of Drilling Rig, Personnel and Equipment, Lump Sum 1 $ 250.00 $ 250.00 Additional Mobilization of Lightweight Rig 1 $ 200.00 $ 200.00 Soil Drilling and Sampling, including Standard Penetration Tests, Split.Spoon Sampling, per lineal foot 130 12.75 $1,657.50 Field Engineering Services as required for supervision of drill crew, field tests, coordination and liason: Field Engineer,per hour 12 $ 43.00 $ 516.00 Laboratory Moisture Contents, ASTM D-2216, ea. 40 3.00 $ 120.00 Unconfined Compression Tests, ea. 15 8.00 $ 120.00 Grain Size Analysis, including hydrometer, ea. 2 40.00 $ 80.00 Atterberg Limit, ea. 2 40.00 $ 80.00 SCHLEEDE-HAMPTON ASSOCIATES, INC. CONSULTING ENGINEERS Engineerina-Analvsis and Report Engineering services required for data review, analysis, design, preparation of report,recommendations and consultation: Principal Engineer,per hour 75.00 Project Engineer,per hour 55.00 Staff Engineer,per hour 43.00 Draftsman, per hour 27.50 Estimated Cost $800.00 Estimated Total — Basic Program $3.023.50 If conditions dictate piles and the deeper program is necessary, the additional drilling and field time will increase the budget by an additional $1.536.50 Estimated TOTAL Major Program $5.360.00 Closure Thank you for the opportunity to offer our services and we look forward to working with you on this project. If the proposal is satisfactory, would you please execute the agreement and return it to us for our files. We are ready to begin the project immediately after notice to proceed. If you have any questions concerning this proposal, please do not hesitate to call. Very truly 'u- , SCHLEE 0r-, TON ASSOCIATES, INC. ill S •h n . Schleede, P.E. Principal SCS/dla Attachments: General Conditions Fee and Rate Schedule SCHLEEDE-HAMPTON ASSOCIATES, INC. CONSUL TING ENGINEERS AGREED TO THIS DAY OF Jig FIRM: BY: TITLE: SCHLEEDE-HAMPTON ASSOCIATES, INC. CIVIL • GEOTECHNICAL • CONSTRUCTION MATERIALS FEE AND RATE SCHEDULE GENERAL CONDITIONS ENGINEERING AND ASSOCIATED SERVICES INVOICES Fees for our services will be based upon the time worked on Progress invoices will be submitted to the client monthly the project at the following rates: and a final bill will be submitted upon completion of the services.Invoices will show charges for different personnel Principal or Consulting Engineer and expense classifications. A more detailed separation of Project Engineer or Project Geologist charges and backup data will be provided at client's Senior Engineer,Senior Designer, o request,but each invoice is due on presentation and is past or Senior Resident p due thirty(30)days from invoice date.Client agrees to pay a Staff Engineer or d finance charge of 11% per month, or the maximum rate Senior Engineering Technician i allowed by law,on past due accounts. Draftsman or Engineering Technician rW The client's obligation to pay for the work contracted is in Secretarial Services ! no way dependent upon the client's ability to obtain financing,zoning,approval of governmental or regulatory agents, or upon the client's successful completion of the REIMBURSABLE EXPENSES project. The following items are reimbursable to the extent of actual expenses: WE RESERVE THE RIGHT TO SUSPEND OR TERMINATE 1. Transportation,lodging and subsistence for out of town WORK UNDER OUR AGREEMENT UPON FAILURE OF THE travel. CLIENT TO PAY INVOICES AS DUE: 2. Long distance telephone,telegraph and cable charges. INSURANCE 3. Special mailings and shipping charges. We maintain Workman's Compensation Insurance and 4. Special materials and equipment unique to the project. Employer's Liability Insurance in conformance with state S. Automobile travel on projects. law. In addition, we maintain Comprehensive General 6. Computer charges. Liability Insurance and Automobile Liability Insurance with bodily injury(limit$1,000,000.each occurrence,$1,000,000. TEST BORINGS AND FIELD INVESTIGATIONS aggregate), and property damage (limit $1,000,000. each occurrence,$1,000,000.aggregate). On projects requiring test borings, test pits, or other Within the limits of said insurance, we agree to hold the explorations, we may obtain the services of reputable client harmless from and against loss, damage, injury or subcontractors to perform such work. liability arising directly from the negligent acts or omissions of ourselves, our employees, agents, subcontractors and their employees and agents. If the client places greater SPECIAL RATES responsibilities upon us or requires further insurance Per diem or other special rates can be established for coverage, we, if specifically so directed, will take out specific projects when conditions indicate the desirability additional insurance (if procurable) to protect us, at the of such rates. client's expense. But we shall not be responsible for property damage from any cause, including fire and explosion, beyond the amounts and coverage of our INCREASES insurance. Fee schedule increases made by our firm on an over-all client basis will be applied to work on all projects as they LIMITATION OF PROFESSIONAL LIABILITY become effective. At least 30 days advance notice of such The Client recognizes the inherent risks connected with increases will be given. construction. In performing our professional services,we will use that degree of care and skill ordinarily exercised, under similar circumstances,by reputable members of our ACCESS TO SITES profession practicing in the same or similar locality. No Unless otherwise agreed, the Client will furnish us with other warranty,express or Implied,Is made or intended by right-of-access to the site In order to conduct the planned the proposal for consulting services or by furnishing oral exploration. We will take responsible precautions to or written reports of the findings made.It is agreed that the minimize damage to the site due to our operations, but Client will limit any and all liability,claim for damages,cost have not included in the fee the cost of restoration of any of defense,or expenses to be levied against us on account damage resulting from the operations.If the Client desires, of any design defect, error, omission, or professional we will restore any damage to the site and add the cost of negligence to a sum not to exceed$50,000.,or the amount restoration to the fee. of our fee,whichever Is greater. REQUIRED AFFIRMATIVE ACTION CONTRACTOR/VENDOR SUBMITTALS AND CERTIFICATIONS Persuant to the attached "Affirmative Action - City Contracts" provisions the following information and certifications are required : A. Number of Employees S 6 r B. If your bid is more than $10,000 And your number of employees is 15 or more, the following should be submitted with your bid : 1 . Completion of the attached "BIDDER' S EMPLOYEE UTILIZATION FORM" . 2. A written statement of your Company ' s commitment to provide equal employment opportunity or a copy of your Company ' s current "Affirmative Action Program" . a . What have you done and what will you do to recruit minority employees? b . Do you have a training program for minority employees? The contractor/vendor will not discriminate against any employee or applicant for employment because of race, color , religion, sex , ancestry, national origin, place of birth , age or physical handicap which would not interfere with the efficient performance of the job in question. The contractor/vendor will take affirmative action to comply with the provisions of this ordinance and will require any subcontractor to submit to the City of Elgin a written commitment to comply to those provisions. The contractor/vendor will distribute copies of this commitment to all persons who participate in recruitment , screening , referral and selection of job applicants, prospective Job applicants, members or prospective subcontractors. The contractor/vendor agrees that the provisions of Chapter 3. 12 of the Elgin Municipal Code , 1976, is hereby incorporated by reference, as if set out verbatim . SIGNED lfh144;)44agti"‘"""e---------_ TITLE E SEAL DATE---14-141? Subscribed and sworn to before me this Z-C --. day of"Se SEAL Not r Public "OFFICIAL SEAL" THOMAS J. HIETTER Notary Public, State of Illinois My Commission Expires 9/01/91 'REQUIRED CONTRACTOR CERTIFICATIONS Persuant to the State of Illinois Public Act Na . 85-1295 the following certification must be signed . The undersigned firm certifies that it is not barred from bidding on this contract as a result of a conviction for the violation of State laws prohibiting bid- riggingcor bid-rotating . SIGNED _ TITLE_ _19/1 SEAL DATE___ w1 7Z Subscribed and sworn to before me this 2-0 day c\e_ SEAL No - y ublic •OFFICIAL SEAL" THOMAS J. HIETTER Notary Public, State of Illinois My Commission Empires 9/01/91 i • r AFFIRMATIVE ACTION POLICY Midwest Consulting Engineers, Inc. will not discriminate against any employee or applicant for employment due to race, religion, color, national origin, age, sex or handicap. We will employ and develop the best people we can find, basing our judgment on the job-related qualifications. We will direct our employment and personnel practices toward insuring equal opportunity for everyone. Therefore, we intend that all matters related to recruiting, hiring, training, bene- fits, compensation, promotion or other employee programs, and all treatment on the job, be free of discriminatory practices. I • r BOARD OF DIRECTORS IMIDWEST CONSULTING ENGINEERS, INC. r r I r IL SEFC/30 -2- AMI a a a a a a Al a a ii a JII Mt JII , 111 , 2! • . - .. PERSONNEL . 9. List number of employees (by classification) you have on your present payroll. Direct Spanish American Asian Non- Salary Range Classification Black American Indian American Minority Total (Hourly Range) M F M F M F M F M F M F ($) Principal Engineer 2 2 25 .00-35.00 Project Manager 1 8 9 18. 50-32.00 Resident Engineer 8 8 14 .00-22.00 Structural Engineer ., . 2 2 15.00-27.00 Survey Party Chief 2 2 11.00-17.50 Senior Project • • Engineer " ` 2 218.00-28.00 Project Engineer 5 5 14 .00-20.00 Design Engineer/ Senior Technician 2 4 6 11 .00-16.50 Construction Engineer 4 4 12.00-18. 50 Technician/Survey & Construction 1 9 10 7 .00-14 .50 Senior Draftsman/ . - Technician 1 1 2 11 .00-17.00 Drafters 1 2 1 2 4 2 5.75-12.00 Clerical/Word Processors 3 3 6 .00-15.00 j Totals 1 4 3 48 5 56 5 (Final total must agree with total firm personnel on page #4 . ) SEFC/38 mos BRIDGE CONDITION REPORT BRIDGE A BRIDGE B WING PARK ELGIN, ILLINOIS Prepared For: City of Elgin Prepared By: Midwest Consulting Engineers, Inc. 5151 North Harlem Avenue • Chicago, Illinois 60656 TABLE OF CONTENTS BRIDGE A ITEM PAGE Description of Bridge 1 Existing Bridge Condition 2 Recommendations 3 Description of Proposed Structure 3 Cost Data Table 4 APPENDIX A - PHOTO LOG 5 thru 9 APPENDIX B - SKETCHES 10 thru 15 BRIDGE B Description of Bridge 16 Existing Bridge Condition 17 Recommendations 18 Description of Proposed Structure 18 Cost Data Table 19 APPENDIX A - PHOTO LOG 20 thru 25 APPENDIX B - SKETCHES 26 thru 32 OJH-07 Bridge A over Tyler Creek Wing Park • Elgin, Illinois Bridge Description Bridge A provides park or city vehicles access to the Wing Park swimming pool. The date of bridge construction is not known. It is estimated that the bridge is 50 to 60 years old and was most likely designed for a live load less than the current HS-20 design live load. The abutments and wingwalls are concrete with • spread footings on an apparent rock surface. The superstructure is a 6" reinforced concrete slab supported by cast-in-place, 24" deep reinforced concrete beams. The structure is one span, 42 ' -8" long, with a 19 ' -4i " clear roadway width and a 4 ' -7" clear width sidewalk on each side of the structure. The total width of the structure is 32 ' -0" . • OJH-07 -1- Existing Bridge Condition 11.1 Abutments The west abutment is in good condition. The northwest and • southwest wings each have open cracks and the northwest wing has an open construction joint. See Figure 3 . The east abutment is in generally good condition, however, a poorly built construction joint is located near the bottom of the abutment. The northeast wing has separated from the main abut- ment. No reinforcing steel was found in the wingwall. See q i Figure 4 and photographs 7 and 8 . Beams The concrete beams are in fair condition. The original con- struction was of very poor quality with honeycombed concrete and no cover over some steel stirrup bars. Some longitudinal open cracks located 2" from the bottom of the beam were found in several locations. See Figure 2 and photographs 5 and 6 . • Concrete Slab The concrete slab is in poor condition. The quality of the • original construction was poor with numerous lateral bars exposed on the bottom of the slab due to little or no concrete cover. Some cracks with leaching deposits were located on the bottom of the slab. See Figure 2 . Lateral cracks were also found on the • top of the slab. The sidewalk slab is in very poor condition with a li " deep spall located along the entire length of the north walk and in certain locations on the south walk. Steel Railing The railing along the north walk is securely fastened, has some rust spots, but is not plumb. The railing along the south walk is loose at the east end of the bridge. • OJH-07 -2- Recommendations �* Due to the deterioration of certain areas of the bridge, poor quality original construction, the apparent lack of reinforcing steel in the abutment and wingwall and the age of the bridge, we recommend that the structure be completely removed and replaced with a new structure. We recommend replacement with a precast prestressed concrete deck beam bridge bearing on concrete abut- ments. See Figures 5 and 6 . Description of Proposed Structure The recommended structure would have a single span length of 40 feet, a roadway width of 22 feet and a 5 foot wide sidewalk on each side for a total width of approximately 36 feet. The structure would be built to a 15 degree skew to keep it on the same alignment as the present structure. It should be designed for HS-20 loading. q• The superstructure would be 21 inch deep prestressed concrete deck beams protected with a waterproofing membrane system and +w overlayed with a 2 inch thick bituminous concrete overlay. The sidewalk and parapet would be cast-in-place concrete construction (See Figure 5) . The proposed superstructure depth is 6" shallower than the existing structure and will therefore increase the waterway opening. A hydraulic study should be performed prior to beginning final design. The substructure would be a cast-in-place reinforced concrete abutment with concrete wingwalls. The concrete footings would bear on an apparent bedrock surface below the streambed. Two foundation borings should be taken prior to final design. (See Figure 6 for proposed abutment details) . The preliminary estimated cost of constructing the recommended structure is $123 , 000 . Steel Beam Alternate Also studied was a rolled steel beam span with a 7} inch thick concrete slab. The substructure would be cast-in-place rein- forced concrete similar to the prestressed concrete deck beam alternate. The preliminary estimated cost of this alternate was $157 ,000 . q• OJH-07 -3- COST DATA TABLE Item Cost Removal of Existing Structure $ 10 ,000 Relocate Water Line 5 ,000 Structure Excavation 3 ,000 Rock Excavation 3 , 000 Reinforcing Steel 8 ,000 Class X Concrete 36 ,000 Prestressed Concrete Deck Beams 36 ,300 • Waterproofing Membrane System 4 , 200 Bridge Railing 6 ,720 Bridge Approach Work 10 ,000 • Bituminous Concrete Overlay 780 Preliminary Estimated Cost of Construction $123 , 000 UP • OJH-07 -4- N I 1O NO IN 1111 APPENDIX A N O N I IN IN N N Identification of Photographs N 1. Looking west at Bridge A. 2 . Unsound concrete on the north sidewalk. 3. Looking at the south side of the bridge. mm 4 . Looking at the east abutment and the southeast wingwall. Note the pipe line attached to the superstructure. 5 . The underside of the concrete deck showing cracks with leaching and a deck drain. 6 . Looking at the side of a 24 inch deep concrete beam. Note the exposed reinforcement bars . 7 . A large break between the northeast wingwall and the east abutment. Note the absence of reinforcement bars. 8 . An open longitudinal construction joint in the east abutment located about one foot above the water line. N N mom N imp w N w mm '� OJH-07 -5- M M ,h. ti• F 't 't 'I 4\ i x. y�4 .i.1111 :. .4,7. , liroik , „.. : ...„. . .. ., . •.. ... ,„ ♦: , • 4 t FT 4 •fi ; .4, r ' "� _ Mt ,mss i i ♦I1'SIT fr A ; k �� .., , its 14 •'�a `►'... '• K; r , • 4 i ! I ! I 1 I I 1 I I I I I I 1 1 rir—rrircL—Almoilim- —t__,_ ► _ i . 'r , L '..'• • • 'I i jti+ fir`` 4 i 1 _` y .. 4 ' � • 1 •i u� � ' ; ' . rrrl` . e 7. •� i y fir .t. [ .6,rte• • A. • • I ; w { i-''' yrs, .-0)t( , ` * :-s .\ 0111 M N MI IIIII MIL 1 1 1 1 I i I 1 i 1 It '4 S6 Ar44:-) . I" i i tilt* APOor . 4 .. - • .11011011144111404 It; .' 0 0 14 0 0 0 0 aNt s Y-1(1°a 0 I I I I I I I z, I I I ,: I I I I I I ' I ' I I N 42 ' - 8 " 3O'-O'� I34" 0 DECK DRAINS r In 14) • " AliNI 47 ir IF Artf:vii \ t N- 3 6 \ cw To `' TIGHT \\ - \ CRACKS \ — $'\! • . _ (4- \ DECK SOUNDING \ N \ NOT GOOD -Cr `!\ WALKWAY SOUNDED !\ _1 2. ! POOR ENTIRE END OF PARAPET IS 'G ! �' SPALLED , co '*7/' \ Vo II- 0" " , s o a o a o N • 1 1 61 )( 4 ' SPALL in `r RAILING IS LOOSE HAS SOME RUST SPOTS TOP OF SLAB SURVEY BRIDGE - A FIGURE - I = 1 1 I I , I . I I i. I 1 ', 11 1 ; I . A ' 1 t II I i—III - II i N 5'-OPEN CRACK 0 SOUTH FACE ' I Tin , . , . IS"- OPEN CRACK i N. FACE OF BEAM , , , , , , , , , • , N:\\\•14 CRACK W/LEACHING % % 1 % 1 s ... EXPOSED STIRRUPS lf - . _ M IN SIDE OF BEA , , , , , v , , ' , , , f i EXPOSED REBARS , ,-;—:,-----...---,.. \‘, , . . • • S .• AS DUE TO NO COVER . . TIGHT CRACKS it 'Ili „,,....... ....0.... \ W/LEACHING DEPOSITS r- 0" 0 '` .. In 2'-2" OPEN CRACK SOUTH FACE BOTTOM CRACK SURVEY BRIDGE -A FIGURE - 2 ! ! A ! I I f l ! i ; 1 / 1 - 1 I1 1 7 1 , I I'-4" THICK WINGWALL COMPLETELY SEPARATED L PIPE SUPPORT W/ FROM THE ABUTMENT, NO REBAR 5' - 712" �7'4'- 0" I'- 0" 434" O.D. IRON PIPE CONSTRUCTION JOINT i , , , \-- J-- GOOD CONDITION --5 j-- N VERY POOR CONST. JOINT ' 1 NOTE: NO EVIDENCE OF UNDERMINING SHORT LEDGE = TOP OF FOOTING EAST ABUTMENT BRIDGE - A FIGURE - 3 I I I , I • I ,- i , 11 Al ; 1 ,, 1 1 1 IRON PIPE 1 5' - 0" .... 15TIGHT CRACK /f " CONSTRUCTION 6'- 3" Le IO' - 3" , o FAIR H I_ 771/ .. / ‘,. ., 1 GOOD 8" TIGHT CRACK 1 \ , CONDITION —.--1 OPEN CONST. JOINT .... , • / 132" TIGHT CRACK . WEST ABUTMENT BRIDGE - A FIGURE — 4 5 3 .1(15/..7/ 'V 3 `: (1 aIg CI.7 500/9U0/ • a-y GlO/.,c7a,j -c/ 9 a-4n6./.7, •-aa• r /VV.77 ` � Q ts \ 1;1 \\ \ 1. \lc I-121 a 4.r.".91 3' / \ \\ 007Zk \\ \\ z \\ _.........,. \\ _ - ___ _ k - - -- -- - - '\- //CO/4(f Gins/)(./ �_ Q J \ \ *I.-C/ ‘uy_,.SI" lI I PasodOd _ I l /1(1/�� -+q p�sod a,� ' 1114 , 1111 a a . 1111 a a a 11 . 1 - a - a 3 ' I " t=o" 1, " ..!0" IL • /1 /20" a 11Iii 74( h )US C 0 Y1 t-et a overlay Over Waree'pl.'007e/r%. Wlembl"ane Sy.174kni. NUM.in-Jw1 rad,n5. am=rial 11111111011111111111E/11.1011111111111111 Comcfreti co a He e pa - aper 2./ H pr.e. s-tr.e.ssi?d Cot-Ice-47'e barn . SECT/ON 4-A II .1111111772- / allEz Aef, PROPOSE/2' W/N6WALL pRoPOSE1) A13)l/rAYNT PROPOSED BR I 1)(,- E A WE 6 1111 w IP BRIDGE B w 411 w 14 OP ove Bridge B over Tyler Creek Wing Park Elgin, Illinois Description of Structure Bridge B over Tyler Creek provides pedestrians access to the Wing Park swimming pool area. At one time it provided access for both 441 vehicles and pedestrians. Vehicles are now prevented from using the structure. Plans are not available for the structure and the date of construction is unknown. The concrete abutments and in wingwalls appear to be supported on spread footings, and the concrete pier appears to be supported on spread footings. The superstructure consists of a 6 inch reinforced concrete slab and 5 inch thick reinforced concrete walkway supported on 24 inch deep reinforced cast-in-place concrete beams. The top of the s bridge slab is covered with a bituminous overlay. The structure is a two span bridge, total length is 59 feet with a total width of 32 feet. The bridge provides a 19 ' -4" clear 44 width between concrete parapets and a 4 ' -7" clear width sidewalk between the concrete parapet and the pedestrian railing. 4411 441 444 441 OJH-07 -16- Bridge Condition Superstructure Concrete Slab The reinforced concrete slab is in poor condition. A poor quality original construction left many bottom lateral rein- forcing bars exposed due to improper cover. Spalls are located • on the bottom of the slab where the lateral bars have only a small amount of cover. The sidewalk slab is very poor with li " deep top surface spalls throughout much of the walkway and numerous lateral cracks found on the bottom of the walkway slab. See Figures 1 and 2 for locations of spalls and cracks. The concrete parapet between the roadway and the walkway is also in poor condition. Concrete Beams Triginf=t=onarr:sulitenn7hOnre= cOrrZenndcirila of proper cover over the reinforcing steel. Open vertical web cracks are found over the pier and also throughout the span. Also, open longitudinal cracks located approximately 2" up from the bottom of the beam were found on every beam. Steel Pedestrian Railing The steel railing is partially missing on the west side and almost entirely missing on the east side. This loss of railing and posts is due to unsound concrete support for the steel posts. Substructure South Abutment The south abutment is in poor condition. Numerous open vertical and longitudinal cracks were found. Hammer sounding of the bottom of the abutment found the concrete is of very poor quality. The southeast and southwest wingwalls are in fair condition. North Abutment The north abutment is in poor condition. Numerous open cracks were found in the abutment wall. Very poor concrete was found just above the waterline. The northwest and northeast wingwalls are in fair condition. Pier The concrete pier is in fair to good condition. An open vertical crack is located on the south face. It appears that the stream current is beginning to undermine the pier footing. OJH-07 -17- Recommendations The superstructure is obviously beyond repair and should be removed. Also, after a detailed inspection of both abutments, it is recommended that they also are not salvable. A new structure should be a one span bridge spanning from bank to bank, so therefore, the concrete pier can also be removed. Description of Proposed Structure The recommended pedestrian structure would be a one span bridge with a span length of 56 feet and a clear width of 10 feet. The recommended design live load is 60 pounds per square foot plus a concentrated live load of 10 , 000 pounds. m The superstructure would be a pre-fabricated steel truss struc- ture made of high strength self weathering steel. A proposed 5" thick concrete slab would be supported by steel stringers and floorbeams. This type of structure is commonly found on bike- paths and on golf courses. See Figure 6 . This structure would provide more waterway opening than the existing structure. A hydraulic study should be performed prior to final design. The substructure would be a reinforced concrete abutment with concrete wingwalls. The concrete footing should be founded on the apparent bedrock surface. Two foundation borings should be obtained prior to beginning the phase two design. (See Figure 7 for proposed abutment details . ) The preliminary estimated cost of constructing the recommended structure is $76 ,000 . Open Abutment Structure Alternate This alternate bridge type would have a span length of 90 feet. The increased span length allows a smaller abutment to be constructed and also eliminates wingwalls. However, a stream slope protection system such as stone riprap is required. The preliminary estimated cost of this alternate is $78 ,000 . 1411 OJH-07 -18- COST DATA TABLE Item Cost Remove Existing Structure $15 ,000 Structure Excavation 3 , 800 Rock Excavation 1 ,100 Class X Concrete (Substructure) 19 ,550 Reinforcing Steel 4 , 110 Furnish and Erect Steel Truss Span 20 ,000 Superstructure Concrete 4 ,500 Epoxy Coated Reinforcing Steel 1 ,250 Porous Granular Backfill 1 ,625 Miscellaneous Approach Work 5 ,000 Preliminary Estimated Cost of Construction $76 ,000 air OJH-07 -19- r Os So VO Os al rr 0 Identification of Photographs 1. Looking west (upstream) at Bridge B. 2 . Looking south at Bridge B. 3 . West parapet and railing. 4 . Poor concrete on the south sidewalk. 5. Exposed reinforcement bar and spalls on the bottom of the 24 inch deep beam. 6 . Showing exposed reinforcement on the bottom of the slab and a vertical crack in the beam. 7 . Exposed reinforcement in the bottom of the top slab and a poorly made construction joint in the beam. 8 . Edge of east walkway slab. 9 . Very poor concrete at the bottom of the north abutment. 10. Very poor concrete at the bottom of the south abutment. ** OJH-07 -20- Emil A IIIM MI =I MI MII MI MI MI =I MI =I IIMI MIMI 11111 NINE IIIE IIIII , . 1 I' , • i 4 ' b . r 1 1 till tr . , P1' i , _ , ,. • .... . air- - .. ,.,. , , .,,t. .• .... (4 , , , ,.I • • • `s• )1 'ill I I'li,4'.' 'II INN Idli . k .-- , •• •- , , . . i ,I . i • tvi •i : 'e 01 ila , - '.' .,-:. ' f * • 1' 1; ./ ::' ,,: : , . . , 4 _ et , ,( 4 - .,, ,•.,. , . , .,..t.1 't 1,1 ft, • , Y 'A% " ' ' I.1' 1.; . -`• 1 ILIILb r t. • . . . . — • . '. ., •• , • • v .; , ,,.. I .# ,.1', il .i • , • I / AV• 4f . -:'• t •'rir. 'at- „...._-, _ ,, ,_ ,• le,.. 1 ..., , • l e ' . I‘•' ;), .. I i ,„ . / t `. • 10111 11111 MN NE 11111 11111 IIIII 11111 NEI MIN NMI =I I= 11111 11111 IIIMI IIII1 MINI MIMI r ,,, ,g 1 ••••,, 4, ... A t. 4f •,,- „II ,2 t . • ' 1 1 i‘ s , , 4. „ ,..,,,....„ *' • 4.. . • '01 / - MO 4 -A\ )il., . s. Ir 1 t'. i'' 'e •- \ If ( - ' ' — liiYit l'Aifi-i: .' • . ; ‘ :i.,:;..11,:,.., ..;• • r • 1 ,.,) 0::,; „ , •$44 1 II A • t4 1.! ) . . . yk' /3/4 ' I 6., ,,,,,•. , . , A,., 61 .' - • i , :” slit .,. t , N 14 . . • ,, • i ,,, ii i , . • . , . I ,ft . 4-' ;- - * ii: r'''. _-.1,. • .1 . i , .. r , ... ., , • - ' r ,.. If : k .` .1, f . ; , -, , *•4, .a, -- , 1 A . 4i' • -- ,. . . . .. , .4 '5•• .:49 - . .,. ... I ..., !..i,s • . ,,, . . ...- —• . .44 1 ili4t • ...• „.. ' i -i 'V• . • N. , \ , '- lit•IT,,,1.‘ ) , 14), ' 1. • 1 f - lAtt . , , 1 :tx • -,11-7; , . . . . ...,,i, . ..,, -111 •• -: , .4_, . . . ._ ,i, . ..". t ..„ • ‘ • i 44 tI , 1 t I:Pilibt V . N M N I I I NM NNI NINI N N MN -- ,,EI • •-' (r.% ' s. 401 4 i & I L i i i x i s i s i . 1 t i t i a _ A 'it. ; ., ii., ..\, - ‘1,,, ri K 1 At .- a (' Nw 'l' y v T Y rt. 1 k'• ..."00.'" KS1 , ,,,tip I • . . . . , . 4Ir t • . A • • 4k:7 . ...•..0'_ 'i ;4r. . r . . t i• r.' .• ....? 6-1 1i1 .e .,. •• "14 . 1 7At zi 4f4"1It,7 6,.•. • • . 0. . 1 l 4 • .1r. • t . $ . .. . , . . S. . .,• ,,. . •. .16. e . - . .. • ; 401111111" A . a I...i.'" pa x H. ca z w p4 a 4 11-4 I , I i I '• 1 '--' I ' I I I I -i I I I I 4. I 4: '.', II , I I 11 -: I . 1 -.. 1 I 1 11 1 1 1 II ': 1 1 'i I '' 1 !?' ' 1 I311111110"•••-- z 1 STEEL RAILING IS MISSING \/- 7 ra .0eiA {77/i" 0 al 01: e4 • r N ' SPALL ON SIDE OF PARAPET ---\ . II - ) , i ) i "87ff/Av A. STEEL RAILING IS MISSING / LEGEND CO CONCRETE SURFACE S PALL TOP OF SLAB SURVEY BRIDGE -13 FIGURE - I 1 - I 1 1 - 1 1 1 1 , I 1 1 - 1 -: 1 : 1 - I 1 l ! t i SPALLS a EXPOSED STEEL AT POSTS \ 1 MINIIImm--- z OPEN CRACKS IN WEB 5 - OPEN CRACKS ,7' OPEN CRACK EQUALLY SPACED p .i \i h ,;1 } 1 i , 1 it ! ! li I I 1 , , 1 . 1 11 1 • , i , 1 i 1 1 1 1 1 i i 1 i 1 i1 Nt 1 I CONCRETE 1 : 1 ; ; ; ; ; ; .' 1 • • I- I 1 . 1 1 !`•••• I dilliMia i • I , I t i I • I I , i • S ,. . ; .. I I I 1 I I I 1 a I , , , 1 I I N.I I 'ah:-. , I t ( 1 1 I I , 5 t ', , 1(��1 ,� i I 1 1 1 1 1 1 1 I ► 1 1 1 1 1 - II �,^1 I, 1 Io 1 I i i i i 1 1 t i 1 I i t ,: a _) aI % 1 I I i 1 a a • I . 1 1 SPALLS DUE TO tea, i s *) " N LACK OF COVER ; 1 ; I " + i - } y/ , I 1 I I 1� , 1 i v 1 / 1 i I I 1 i L i 1 1 110 . • I 1 1 i 1 1 1 T • r I , • . I / • �. I t 1 1 I I I I I • 1 1 , 1 I • 1 1 1 1 6 i 1 , l 1 / \� r5;X€3" IN( 3 1 -,:. 1 ,---/- 3i-6"X5" - 1 • o ,i OPEN CRACKS IN BEAM WEBStt AT APPROX. 30H CTS. THROUGH 4' OPEN CRACK ENTIRE BEAM. LEGEND q7/4) CONCRETE SURFACE SPALL OPEN CRACK TIGHT CRACK BOTTOM CRACK SURVEY REBAR EXPOSED HONEYCOMBED CONCRETE •.:;t GOUGES i BRIDGE - B FIGURE — 2 18"OPEN CRACK OPEN CRACK TIGHT CRACKS SOUNDS GOOD 11,- i4„ 28,_O ' ± I I' - ?„ \ 11111111 1111 I I I I WAWA r / I VERY POOR CONCRETE NOTE: RECOMMEND ABUTMENT REMOVAL, BASED ON CONCRETE HAMMER SOUNDINGS ABOVE THE GROUND LINE. SOUNDED WITH HAMMER/ NOT BAD SOUTH ABUTMENT BRIDGE - B FIGURE - 3 t ♦1 OPEN CRACK 0 icy N STREAM IS TRYING TO UNDERMINE FOOTING ON THE NORTH SIDE SIE CONDITION OF PIER IS FROM FAIR TO GOOD PIER (LOOKING NORTH) BRIDGE - B FIGURE - 4 If 1 1 I 1 1 1 1 1 ,11 1 - 1 1 1 II 1 U ,r"I 6'- OPEN CRACK STONE WALL TIGHT CRACKS 0010410 •Akcela 1 ) ! . I.s� Ii II - 9 28 -0 # II - 6 "%In 1 V. / . 11('..(4)„4,4\_.._______j - Wi 0 2I 1 N 0 POOR CONC. --"'"Ir a , �5,-61, SOUNDED W/HAMMER / APPROX. 5" DEEP LOSS OF CONDITION IS POOR CONCRETE , AND REMAINING CONCRETE IS VERY POOR NORTH ABUTMENT BRIDGE - B FIGURE - 5 I fo----1 \ Propose ci s 711--Lic... tu r--,e_— L —, --I- I I 601-0° I 4 0 ---4 Ir 7 Appr-oa cA timber ft)arJ I • s — — ' - • 11 rad, typ. II 1 _ / . 4 I f 11) I 6 [ — — -- — '- I I PLAN .. z— peed esiriavi 4)--,d,-.Q - e- -. - I 1 T-- i 1 -1- I r 1,. See. 749:u r, 7 fo, 5 tc- A- A. lil i 1 1 i 1 1 I I L_____ _ ...______ _ _____i i____ _____ — I L—:.1 .::::=1 . II 111 .ELEVA-T/ON it0 O5 EL) BR I I I I 1 1I 1 I I - 1 te-11 CtrOC 74U r a / tube , 75v. 141 A r/- ,,I ather st-e /. inLo" dear I - Cc") cee-/e 5C7/ON /1-11- t4 0.7 • • 11=111 r-P7'71- t j • .1 AB(JriviENr 1)ETA,1 W/A.1GWALL PROPaSED SRI IX;E. Fla E 7 4 BRIDGE CONDITION REPORT NATIONAL STREET BRIDGE ELGIN, ILLINOIS July, 1989 ewe owe owe Prepared For: City of Elgin Prepared By: Midwest Consulting Engineers, Inco 5151 North Harlem Avenue Chicago, Illinois 60656 TABLE OF CONTENTS ITEM PAGE Bridge Description 1 Past Maintenance and Repair 1 Existing Bridge Condition 2 , 3 Recommendations for Repair and Maintenance 4 , 5 Alternative Bridge Deck Overlay System 5 Longitudinal Joint Closure 6 Cost Data Table 7 APPENDIX A Identification of Photographs 8 Photographs 9-17 e� APPENDIX B FIGURE 1 18 FIGURE 2 19 FIGURE 3 20 FIGURE 4 21 wr FIGURE 5 22 FIGURE 6 23 FIGURE 7 24 FIGURE 8 25 FIGURE 9 26 FIGURE 10 27 APPENDIX C BRIDGE DECK CORE REPORT IN OJH-06 -i- National Street over Fox River Elgin, Illinois Bridge Description Structure No. 045-6304 carries National Street over the Fox River in Elgin, Illinois. The bridge was constructed in 1948 . The substructure consists of reinforced concrete abutments supported on timber piles and reinforced concrete piers supported on timber piles. The superstructure consists of a 6" thick reinforced concrete deck slab supported by cast-in-place reinforced con- s' crete, haunched girders. The concrete deck is overlayed with an approximately 1i" thick bituminous concrete overlay. The bridge is a four span structure that carries one traffic lane in each direction and also has a parking lane on each side of the struc- ture. There also are 9 ' wide sidewalks on each side of the structure. The bridge is not posted. See Figure 1 for structure dimensions. Past Maintenance and Repair In 1974, the following maintenance or repair items were done on the bridge. 1 . Concrete slab partial depth and full depth repair. 2. Application of waterproofing membrane system to the top of deck. 3 . Overlay of the deck with 1k " bituminous concrete surface course. 4 . Installation of a neoprene expansion joint at both abut- " ments. 5 . Sidewalk repair. 6 . Cleaning and painting steel bearings. OJH-06 -1- Existing Bridge Condition �* Abutments West Abutment The west abutment is in good condition. Three areas with spalls were located during the inspection. Bird droppings have accu- mulated on top of the beam seat. The southwest wingwall is in fair condition. A concrete spall was found along the entire length of the original top of wall. Numerous hairline cracks were also found. The northwest wingwall is in good condition. East Abutment The concrete abutment is in generally fair to good condition. See Figure 8 for the location of two large deteriorated concrete areas. Some open cracks were found in the abutment backwall. Dirt has accumulated on the beam seat. Both wingwalls are in good condition. A concrete spall is located at the end of the southeast wingwall. Piers Pier 1 , 2 & 3 Piers 1 , 2 and 3 are in good condition. A full height 1/8" vertical crack was found at each pier and is located 5 ft± south of the centerline of bridge on each pier. This crack is appa- rently a concrete shrinkage crack and is a full depth crack. Bird droppings have accumulated on the top of each pier. No evidence of streambed scour was found during the inspection. Concrete Deck Visual inspection from below and inspection of four deck cores indicates that the concrete deck is in fair condition. The bottom of the concrete sidewalk support slab shows evidence of leaching through the slab. The top of the concrete sidewalk has approximately 20 percent either spalled areas or old concrete patch areas. See Figures 3 and 4 for the spall areas and also for locations of open cracks and tight cracks in the sidewalk. The traffic curb edge of the concrete sidewalk has numerous spalls with reinforcement bars exposed. The roadway support slab _ shows no evidence of leaching completely through the deck. An estimated 1% of the slab will require full depth repair and approximately 15% of the area will require partial depth repair. See Appendix C for the concrete core data and report. Concrete cores Cl and C were intentionally taken in deck surface distressd areas.6 A 1/2" wide open longitudinal joint runs the entire length of the structure. A previous attempt to overlay this joint with bituminous concrete was not successful. OJH-06 -2- xim Girders .. The reinforced concrete girders are generally in good condition. At the abutment expansion bearings the bottom, back corner of the beam has cracked and in some cases fallen off. See Figure 10 . On some girders, the concrete in front of the steel embedded plate has also spalled off. No repair on the end of beams will be required at this time. Bituminous Wearing Surface The approximately 1k " thick bituminous wearing surface is in poor condition with numerous lateral and longitudinal cracks. The wearing surface in the traveled lanes is in poorer condition than the wearing surface in the parking lanes . Bridge Approach Pavement The west approach concrete pavement and bituminous overlay is in very poor condition. Numerous potholes occur in the area adja- cent to the railroad track and are less numerous towards the west abutment. The bituminous wearing surface is missing in some areas. See Figure 2 and photograph 2 for an indication of the condition of the approach pavement. Surface water ponding occurs at both the northwest and southwest corner of the bridge due to the absence of stormwater inlets. The east approach concrete pavement is in good condition. The east end of the bridge approach pavement has recently been reconstructed. See photo 9 . Bridge Railing The iron bridge railing is in good condition. Rust areas occur on the bottom railing and near the bottom of the post. Expansion Joints w The joints at each abutment were reconstructed in 1974 and are in fair to good condition. The type of joint is the WABO SR 2A. Drainage The bridge deck is drained by curb drains located at about 15 ' centers. The drains provide an opening of 6" x 3" and allow the stormwater or snow melt to drop directly into the Fox River. The metal drains are very rusty. Storm water inlets are located on the east approach pavement, however, none are located on the west approach pavement. OJH-06 -3- Recommendations for Repair and Maintenance Abutments and Wingwalls 1 . Repair deteriorated concrete with formed concrete repair or pneumatically applied mortar. 2 . Repair open cracks with epoxy crack repair. 3 . Blast clean the bridge seat and apply sealer. Piers opo 1 . Blast clean the top of pier and apply sealer. Steel Bearings 1 . Blast clean and paint all steel bearings . Concrete Deck and Sidewalk 1 . Remove the bituminous wearing surface on the deck. 2. Scarify the deck to a depth of k" . 3 . Repair the concrete slab with partial depth and full depth repair. 4 . Overlay the scarified slab with a 1 3/4" bridge deck con- '. crete overlay. 5 . Remove the entire top portion of the concrete sidewalk to a depth of 1i " and replace it with a 1k " concrete overlay. ' 6 . Deteriorated concrete located at the curb/sidewalk interface will be repaired with the sidewalk repair operations. Iron Bridge Railing 1 . Blast clean and paint the iron railing. Expansion Joint 1 . Remove the existing expansion joint at both abutments and replace them with a neoprene expansion joint. Bridge Approach Pavement 1 . Remove and reconstruct the concrete slab from the railroad .� track to 30 ft. west of the west abutment. (See Figure 9) 2 . Remove the bituminous overlay on the remainder of the west approach pavement. OJH-06 -4- 3 . Overlay the entire west approach slab with a bituminous overlay. 4 . Remove and replace the bituminous overlay on a 10 ft. wide strip adjacent to the east abutment. ow Drainage 1 . Construct storm water catch basins with outlet pipes at the northwest and southwest corner of the bridge. Alternative Bridge Deck Overlay System Two bridge deck overlay systems were considered. One system is a 2" bituminous concrete overlay over a waterproofing membrane. This system has been widely used in the past by Villages and the Illinois Department of Transportation. The estimated life is approximately 10 years. The second system is a 1 3/4" thick rigid concrete overlay over a i" scarified bridge deck. This overlay has been used by the Illinois Tollway for many years and is now also favored by District 1 , IDOT over the bituminous overlay. The estimated life is approximately 20 years. We recommend the rigid concrete overlay for the National Street bridge. COST DATA WATERPROOFING MEMBRANE SYSTEM AND BITUMINOUS CONCRETE OVERLAY Item Cost Waterproofing Membrane System $27 , 080 Bituminous Concrete Overlay, Class I 5 ,285 Total Preliminary Estimated Cost = $32,365 w RIGID CONCRETE OVERLAY Item Cost Scarification (1" ) $ 6 ,430 s Rigid Concrete Overlay 40 ,650 Total Preliminary Estimated Cost = $47 , 080 OJH-06 -5- Longitudinal Joint Closure The structure was constructed with a i " open longitudinal slab joint at the centerline. Attempts to overlay across this joint have not been successful (see photograph 16) . Under present Illinois Department of Transportation criteria a longitudinal separation joint is only required for a bridge wider than approx- imately 95 feet. We recommend that this open joint be closed with concrete . See Cost Table and detail below. el COST DATA RECONSTRUCT LONGITUDINAL JOINT Item Cost Concrete Removal $ 3 ,500 Class X Concrete 4 ,200 Epoxy Coated Reinforcing Steel 770 Total Preliminary Estimated Cost = $8 , 470 — C/ s. X Conce-4te c1777.(2.te tnov / *I qo 2-- (///:74V EP L „ OW LONG/Tab/AIN. JOINT bETAIL OJH-06 -6- g COST DATA TABLE Preliminary Estimated Cost of Repair and Maintenance U Item Cost Bituminous Concrete Overlay Removal $ 8 ,750 Concrete Approach Pavement Removal 16 ,800 Sidewalk Slab Removal (Top 1k") 6 , 160 Concrete Repair 6 ,600 Epoxy Crack Repair 1 , 700 Deck Slab Repair (Full Depth) 4 ,000 Deck Slab Repair (Partial Depth) 28 ,500 Bridge Slab Scarification in 6 ,430 Bridge Deck Concrete Overlay, 1 3/4" 40 ,650 Concrete Sidewalk Repair 5 ,550 Bituminous Concrete Surface Course, Mixture D, Class I, Type 2 1 ,500 Concrete Pavement, 10" 21 ,000 Neoprene Expansion Joint 24 ,800 Clean and Paint Iron Railing 10,000 Clean and Paint Steel Bearings 5 ,525 Reconstruct Longitudinal Joint 8 ,470 Catch Basins 2,000 Storm Sewer 2 , 100 Concrete Headwall 3 ,000 Bridge Seal Sealer 2,500 Traffic Control and Protection 20 ,000 Miscellaneous, Striping, Etc. 10 , 000 yes Preliminary Estimated Cost of Construction $236 ,035 ■s OJH-06 -7- PP MP APPENDIX A IP N IP E P 111111 Identification of Photographs 1 . Looking east at railroad tracks, the west approach pavement and the National Street Bridge. 2. Looking at the southwest part of the west approach pavement. 3. The northwest part of the west approach pavement. 4 . Potholes in the west approach pavement. 5 . Old concrete repair areas on the south sidewalk. 6 . Concrete spalls and hairline cracks on the south sidewalk. 7 . East abutment expansion joint. 8 . Northeast corner of the bridge. 9 . Looking west at the bridge. 10. Looking southwest. 11 . East side of pier 3 . 12 . Utilities attached to the north side of the structure. 13 . Concrete spall on east abutment wall. 14 . Deteriorated concrete on the south edge of the concrete sidewalk slab. 15. Unsound concrete and exposed reinforcement bar located at the top of the southeast wingwall. 16 . Bituminous concrete over a in open longitudinal joint. 17 . Spalls and old repair areas on the north sidewalk. 18 . Expansion joint at the west abutment. • OJH-06 -8- "'I 111111 alll M1111 UN 1 N E r O ' . ti I: '! ' I 1 i I It".! . , 1• )' i ,i i : k [ 1 i 1 -W -7.. .:, ` • 02 ' " i .. \:.;4 . • u. I I e. . _:,:, 44 __, 11 1AS/ .' 4 k ' : ' 1 1, 1.‘ I I t i i 1 f. 111 li. . . ' . : I 1 C "•11 PIN al1111 PIE BIN A I ��rI 1 f� • i,• 1 I 1 pt • I C. . , 1! 1+r __ `, .do.: ., ) —t 111' +�� 1 ,1:1)::: • , , 4 11 f I ate 0 of . , . . I 0 j.. • a • 4 e n \ \ 1 • • I .; A ..41.110°,. f 1 r 1 , i . 1 si.(r). .i 0 ' ,-.• A I 1 .Id 1i, t 1 r it. 1,4 / (t) 1 / _. w •,i♦. • . qtr Q.4.41 1 ,:.. " 1 I . «�! a i, a• . . Ifs . ;7r. II '4 —I u— I 1 I 1 y . • ......1C1 .-- \ .. ar _ 9,,. } _ s. I l'411. 1- t- w ! 9 „_. 1 , :, __ .,, __ .,.... 041,41 , i . ‘ • ., . IE III 11 P - ••• • . I 1 = 111110 I r if _ . I it it , ._ . . _ i . - . 4 .4pr i0 'Fie. ...sl. I I #1 I I I t , I,i 4 tu- 1 , t I I - T . II Mil AIli ll .'i P ,0I II I I It I I f I `',... '1I I I I . I I .. I • I I 5/ I I • • • I I I 14 . - I 141I c • a.P i 1 1 1 I I I I I i I I I \`' X / �•� 'N,4N4Iiiiii\ t I P `' 1 Y I. ii ; t. I 1 w • j 1111/T1117 ll• i I . A i r r r r r 0 0 41. 0 0 r XzaIA3aa' I' 0/1 .)..Zs 5SVY) .7 7T k,.1 r 9 y_ 1 (" I 1► 11 k\ j ET. ,_...7 1 ,)_11 ‘N. /) 1 /, N. 4 j 1±---1 1--.7.1.---I , Lly r Q d v-z z "�.. P Alti i kl 7d 031 `jC/ ig .._17211.15 7tfAOl1 VN C01. N N I -----,A I - _ lx) -'r N 4-- -G "1 F' "aid -- j 7 -"'d , / .i "d Q; a9 .... -cit 49 ; SI "9 -8 .1 a— o1 II I I I Ili F4 I i I t , I 1 I I I f I p ' [ f ; I 1 1 1 I114 I i I b1M � 1 1 6.4'51111 Pi -ci I cr I i i ,d :y .� ;.:fit; , \ \\ \ _ ohaf r n a • .T \ \ N s� fir'df \ sr. „w 0 tloi-P'ldf ,451 , 1 ` ,.-- Itia 0 00 le h 17 \ , $ L�� 51761ri \ \ \ VI " -rho)¢ co \ • Fu -- vRri P \ \ opo �r \ k \ t _iffl, . . OP or . _mit:, 0 • \ . , �, � j il q, ► 7.o \{`'\, I I I I I i i I I I I I I I _ \f via!! 4�'9 �r a - ----- i, � �1 �. 30 VVI l LL Y: , cpNcRJ U g 1)V A Ce :� tpmf...� cpAcx ?� �r flAG A NA f IN lit L STRo s a I • I i i I i l 1 ► s¢a-t CONS*. fullbZ, �lt1t' r 122V°slj COICL/7!1 c ntrAt NATI- q.j •'1 I I i 0101°111000-•*, I 1 i 1 1 1 i � P,t✓ S 1 & 3 i,016,5 west D PO', cgAcr rIGHr sTfirci NorioNAL h t I 1 I 1 1 1 1 ► `X u,ati � 6a o�,�rlk �ra� aT v\-k-- 1,n S 4,. -II Sall ro o , Ya rn " SYS ��� iviENT tIN EAsr A°Ijr cgACK Orel' f ,ACK srfRea ✓,j���1�t7 — — i JN3WJA Vol H0VOU&V 1 s. 1V[ , N ct S44. cla t �4597 JO POSodo.I/ II . 2/ II • /VA 74 so ' N ,�aaDt-.to7 roau,iu4(2/1 N 4 II z ' \ aPir!'ig ;S- I I N " leuoveN I I 7 , 97 1 N I I i N e. .. I /� I I SEG' V/ y3LeJ pas06111 I I I T I ClI , s s 0/;?/ (asodQ,rd _ b, — .q%s -��a.r wos I r / ep 44 re - 1oyA1y y09 ip d 6,,41 s i x3 7 Pe. 0-4 1.1e.v ,---e" 4/. 0-4 SPA-Lis ATT GlITDER EXPAN5ION_ . EA RINGS. IMP - riK.tipr 16 OP • • • • • • • • • • • OP • • ilagSa Si is • • • ow • SCI11LEDE-HAMPTON ASSOC/MIS. INC. _ CONSULTING LNGINFFRS MP The cores were drilled using a thin walled diamond drill bit to a depth �* of about one ( 1 ) inch from the bottom of the deck. The cores were broken off at that point and retained for inspection. The core was not taken completely through the deck so that the core sample could be retained and the hole could be patched. All core holes were patched with concrete Immediately after the coring operation. Core Core Depth Material No. Material Depth (In) Condition C- 1 6.8 Bit. Surface Course 0.0-1.6 Good, small amount of air voids. i• Seal Coat wi Pavement 1.6-1.8 Good Fabric PCC Bridge Deck 1.8-6.8 Good. Core broke at top of lower rebar mat. C-2 4.0 PCC Bridge Deck 0.0-40 Vertical Crack from depth 3.0" to bottom of core direct- ly below re- inforcing bar .* - SCHLFEUC-IIAM!'ToN ASSOC L4ItS, INC. CQNSL'L!!,'YG FNGI,tiLLhS Cone Core Deptn Material No. (JO Matertl Depth (in) uncut= C-3 7.0 Bit. Surface Course Good �* Seal Coat w/Pavement 1.7-2.2 Well bonded Fabric to PCC deck and AC surf- ace PCC Bridge Deck 2.2-7.0 Horizontal crack at depth 2.T. Upper 0.5" of PCC In very poor condi- - tion C-4 3.9 PCC Bridge Deck 0.0-3.9 Poor. Hori- zontal cracks throughout core. Cored through Intersection of reinf or- ting steel. C-5 7.0 Bit. Surface Course 0.0-2.3 Good SealCoat w/Pavement 2.3-2.5 Good bond Fabric PCC Surface PCC Bridge Deck - 2.5-7,0 Good. Core .. broke lower rebar mat. Rebar '- not bonded to PCC — • • SCNLE£D£-HAMPTON ASSOC IA7h1, INC. CU1v5t-if.NGtNictis w Core Core Deptn Material (in ) Material Deptb (in) Condition gin C-6 8.3 Bit. Surface Course 0.0-2.0 Poor, Hori- zontal and vertical crack thru AC section, Seal Coat w/Pavement 2.0-2.3 Good bond to PCC deck PCC Bridge Deck 2.3-8.3 Continuous (reinforced) horizontal crack at "' depth 2.8". Below 2.8" the PCC is intact & in good condi- - tion. The core samples have been boxed and will be shipped to MCE for their " inspection and final disposition. If further testing or evaluation of the core samples becomes necessary, or if you have any questions regarding this data, do not hesitate to call us. Thank you for the opportunity to be of continuing service. .. Very truly yours, SCHLEEDE-HAMPTON ASSOCIATES, INC. LCA . G - William J. Wyzga l , P.E. Project Engineer WJW/dla