Loading...
17-14 Resolution No. 17-14 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH HR GREEN, INC. FOR DESIGN, ADMINISTRATION AND PLANNING ENGINEERING SERVICES IN CONNECTION WITH THE 2017 BRIDGE REHABILITATION PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard G. Kozal, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with HR Green, Inc. for design, administration and planning engineering services in connection with the 2017 Bridge Rehabilitation Project, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: February 8, 2017 Adopted: February 8, 2017 Omnibus Vote: Yeas: 8 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT THIS AGREEMENT is made and entered into this 8th day of February, 2017, by and between the CITY OF ELGIN,an Illinois municipal corporation(hereinafter referred to as"CITY") and HR Green,Inc., an Iowa corporation(hereinafter referred to as"ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the City's 2017 Bridge Rehabilitation Program(hereinafter referred to as the"PROJECT"); and WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW,THEREFORE,it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER for and in consideration of the mutual promises and covenants contained herein,the sufficiency of which is hereby acknowledged to act for and represent it in the engineering matters involved in the PROJECT as described herein,subject to the following terms and conditions and stipulations,to-wit: 1. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the City Engineer of the CITY, herein after referred to as the "CITY ENGINEER". B. This project will include construction drawings for routine maintenance such as crack repairs, concrete patching, guardrail repairs, brush removal, placement of rip rap, removal and replacement of a wearing surface & membrane, adjacent sidewalk repairs, cleaning deck drains, and cleaning and painting bearings more particularly described and listed in Attachment A and Exhibit A, attached hereto and made part hereof. Bid Phase assistance to the City(responses to bidder's questions and review of bids) is included in the scope of services. Construction phase services, starting with the preconstruction meeting are not included here in but can be added once the actual scope of construction has been determined. C. A detailed Scope of Services is attached hereto as Attachment A and Exhibit A. 2. PROGRESS REPORTS A. A project schedule for the Project is included within Attachment A,attached hereto. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in Section 2(B)below. B. The ENGINEER will submit to the CITY ENGINEER monthly a status report keyed to the project schedule. A brief narrative will be provided identifying progress, findings and outstanding issues. 3. WORK PRODUCTS All work product prepared by the ENGINEER pursuant hereto including,but not limited to, reports, plans, 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 CITY ENGINEER;provided,however,that the ENGINEER may retain copies of such work product for its records. ENGINEER'S execution of this Agreement shall constitute ENGINEER'S conveyance and assignment of all right,title and interest,including but not limited to any copyright interest,by the ENGINEER to the CITY of all such work product prepared by the ENGINEER pursuant to this Agreement. The CITY shall have the right either on its own or through such other engineers as determined by the CITY to utilize and/or amend such work product. Any such amendment to such work product shall be at the sole risk of the CITY. Such work product is 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. 4. PAYMENTS TO THE ENGINEER(Lump Sum Method) A. The CITY shall pay the ENGINEER for services under this Agreement a total not- to-exceed sum of One Hundred and Ten Thousand Seven Hundred and Ninety Eight and 79/100 Dollars ($110,798.79), regardless of actual Costs incurred by the ENGINEER unless substantial modifications to the project are authorized in writing by the CITY ENGINEER. The aforementioned total payment to the ENGINEER shall be made over a four month period as described in Section 4(B)below. B. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Full payments for each task shall not be made until the task is completed and accepted by the DIRECTOR. 5. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (Section 2(B) above)will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. 6. TERMINATION OF AGREEMENT, Notwithstanding any other provision hereof,the CITY may terminate this Agreement at any time for any reason, including but not limited to convenience, upon fifteen(15)days prior written notice to the ENGINEER. In the event that this Agreement is so terminated, the ENGINEER shall be paid only for such services as have been actually performed on a pro rata basis prior to the date of termination;provided,however,that in no event shall the total amount paid to the ENGINEER exceed the amounts provide for herein. 7. 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 6,shall be deemed concluded on the date the CITY determines that all of the ENGINEER's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any term or provision of the Agreement. 8. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY,the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the CITY ENGINEER relative to a claim submitted by the ENGINEER,all work required under this Agreement as determined by the CITY ENGINEER shall proceed without interruption. 9. 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. Notwithstanding the foregoing,or anything else to the contrary in this Agreement, with the sole exception of an action to recover the monies the CITY has agreed to pay to the ENGINEER pursuant to Paragraph 4 hereof,no action shall be commenced by the ENGINEER against the CITY for monetary damages. ENGINEER hereby further waives any and all claims or rights to interest on money claimed to be due pursuant to this Agreement,and waives any and all such rights to interest which it claims it may otherwise be entitled pursuant to law, including, but not limited to, the Local Government Prompt Payment Act (50 ILCS 501/1, et seq.), as amended, or the Illinois Interest Act(815 ILCS 205/1,et seq.),as amended. The parties hereto further agree that any action by the ENGINEER arising out of this Agreement must be filed within one year of the date the alleged cause of action arose or the same will be time-barred.The provisions of this paragraph shall survive any expiration, completion and/or termination of this Agreement. 10. INDEMNIFICATION To the fullest extent permitted by law, ENGINEER agrees to and shall indemnify and hold harmless the CITY,its officers,employees,agents,boards and commissions from and against any and all claims,suits,judgments,costs,attorneys fees,damages or other relief,including but not limited to workers compensation claims,in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligence 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 officers, employees,agents,boards or commissions,covered by the foregoing duty to indemnify and hold harmless such action shall be defended by legal counsel of the CITY's choosing. The provisions of this paragraph shall survive any expiration and/or termination of this Agreement. 11. NO PERSONAL LIABILITY No official,city engineer,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. 12. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide,pay for and maintain in effect,during the term of this Agreement,a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The ENGINEER shall deliver to the CITY ENGINEER a Certification of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty(30)days prior written notice to the CITY ENGINEER. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article 10 entitled "Indemnification" shall be provided. This 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 covering all owned,non-owned and hired motor vehicles with limits of not less than$500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a$1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineers Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $1,000,000 per occurrence. A Certificate of Insurance shall be submitted to the CITY ENGINEER as evidence of insurance protection. The policy shall not be modified or terminated without thirty(30)days prior written notice to the CITY ENGINEER. 13. 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. 14. 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. 15. 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. 16. DELEGATIONS AND SUBCONTRACTORS Any assignment,delegation or subcontracting shall be subject to all the terms,conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item,condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. Any proposed subcontractor shall require the CITY's advanced written approval. 17. 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. 18. 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. 19. 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. 20. 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. 21. 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. 22. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the CITY ENGINEER prior to said documentation becoming matters of public record. 23. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. 24. 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. 25. SEXUAL HARASSMENT As a condition of this contract,the ENGINEER shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment,utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse,investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act. A copy of the policies shall be provided by ENGINEER to the Department of Human Rights upon request 775 ILCS 5/2-105. 26. SUBSTANCE ABUSE PROGRAM As a condition of this agreement,ENGINEER shall have in place a written substance abuse prevention program which meets or exceeds the program requirements in the Substance Abuse Prevention Public Works Project Act at 820 ILCS 265/1 et seq. A copy of such policy shall be provided to the City's Assistant City Manager prior to the entry into and execution of this agreement. 27. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the CITY ENGINEER and to other participants which may affect cost or time of completion,shall be made or confirmed in writing. The CITY ENGINEER may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. 28. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail,postage prepaid, addressed as follows: A. As to CITY: Joseph Evers City Engineer City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 B. As to ENGINEER: Robert G. Davies Project Director HR Green, Inc. (Suite 100) 420 N. Front Street McHenry, IL 60050 29. COMPLIANCE WITH LAWS Notwithstanding any other provision of this Agreement it is expressly agreed and understood that in connection with the performance of this Agreement that the ENGINEER shall comply with all applicable Federal, State, City and other requirements of law, including, but not limited to, any applicable requirements regarding prevailing wages, minimum wage, workplace safety and legal status of employees. Without limiting the foregoing,ENGINEER hereby certifies,represents and warrants to the CITY that all ENGINEER'S employees and/or agents who will be providing products and/or services with respect to this Agreement shall be legal residents of the United States. ENGINEER shall also at its expense secure all permits and licenses,pay all charges and fees and give all notices necessary and incident to the due and lawful prosecution of the work, and/or the products and/or services to be provided for in this Agreement. The CITY shall have the right to audit any records in the possession or control of the ENGINEER to determine ENGINEER'S compliance with the provisions of this section. In the event the CITY proceeds with such an audit the ENGINEER shall make available to the CITY the ENGINEER'S relevant records at no cost to the CITY. ENGINEER shall pay any and all costs associated with any such audit. IN WITNESS WHEREOF,the parties hereto have entered into and executed this Agreement effective as of the date and year first written above. FOR THE CITY: FOR THE ENGINEER: By A./ By: 07 City Manager Name/Print: Ajay Jain,PE,CFM Title: Vice President AUI €f/ zei4, City Clerk Attachment A DESIGN, ADMINISTRATION & PLANNING ENGINEERING ACTIVITIES For the 2017 Bridge Rehabilitation Project 1. OVERALL 1. General: The Desgin Engineer will serve as the City of Elgin's representative for the entire design and administration of the planning for the project as assigned by the City. As such he/she will function as an extension of the City's staff and be responsible for overall implementation and management of the project. The Design Engineer shall include implementation of City policies, program administration, coordination and monitoring of consultants and contractors providing overall management control and direction to insure completion of the bidding and planning documents in accordance with the City's objectives of cost, time and quality. The Design Engineer will work closely with and report to the City Engineer or his designee. It shall be understood that the Design Engineer will act as the City Engineer on this project and shall coordinate with other City entities such as the Legal Department, City Clerk, Purchasing Director, Water Director, Sewer Director and Street Director. The Design Engineer shall be responsible for acting as the City Engineer on this project in regards to Federal, State and County issues as well. 2. Law: The Design Engineer is expected to understand all State, County and City Laws governing the implementation of the bidding and planning documents he/she will be developing on behalf of the city. 2. DESIGN 1. Preliminary Design: a. Project Location: Exhibit 1 establishes the bridges and culverts to be includes in the Design Engineer's bidding and planning documents. b. Project Kickoff: Establish lines of communication. Present a work plan for the project including schedule milestones, design criteria (utilize existing standard City contract as a base model), list of information needed to begin design. Acquire existing information including previous reports, inspections, plans of recent development and relevant site information. Collect water, sanitary and storm atlases. Interview and document same, the Sewer, Water and Street departments for their knowledge of issues within the project locations. Collect and analyze public utility records and notify utility of pending project. c. Inspection of project Location: The Design Engineer shall provide site inspection of the entire area as well as immediately adjacent area. The following shall be included; Physical inspection of all manholes, valve vaults, catchbasins, inlets. electrical vaults impacting the bridges or culverts. Video recording of existing improvements within and adjacent to the project location. Also, private property as it abuts the project. Complete geotechnical investigations where deem necessary by the Design Engineer. Signage, Lighting, Pavement Marking and Tree inventory within proximity of bridges and culverts. d. Scope of Work Refinement: Based upon the collection of the above information, the Design Engineer shall refine the scope of work, including an estimate of cost, and obtain approval from the City. The Design Engineer shall include alternatives sufficient to insure the base bid along with the alternates will be below the total budget (when considering testing, publications, inspections and other typical costs found in construction projects). e. Construction Documents: Design Engineer will complete plan sheets as necessary, construction estimates, construction specifications, bid and contract documents utilizing a City format. Any alterations or additions to the City format shall be highlighted and fully explained to the City Engineer or his/her designee. Plan sheets shall be provided for significant improvements. e. Scheduling: For this agreement, the Design Engineer shall develop a schedule for all steps from execution of this agreement to contract award. The schedule shall be updated at a miniumum of every two weeks and submitted to the City Engineer or his designee. f. Surveying: The Design Engineer shall be responsible to provide any topographic survey necessary to successfully complete improvements at each bridge or culvert. The survey shall also pick up existing underground improvements that the City is not improving if the City does not have as constructed drawing for same. Base plan sheets will be developed from this survey at a scale of l"=50'. Page 3 g. Construction Estimate: The Design Engineer shall prepare several estimates related to the work the City desires to have completed under this project. Separate estimates are required for each of the structures should the project include multiple locations. In addition, the Design Engineer shall set the project estimates up to allow for alternates to insure a project may be bid and awarded as close to the budget as possible. h. Agency coordination: At a minimum, the Design Engineer shall schedule meetings with the City and any other interested agency, at about the midway point in their plan and specification development to insure they are meeting the expectations of the City. A second meeting shall be held with the City at approximately 95% completion to finalize the bid, specifications and planning documents. The Design Engineer shall prepare any and all necessary permits and documents required by the Illinois Environmental Protection Agency, Illinois Department of Transportation, Army Corp of Engineers, U.S. Fish and Wildlife, Illinois Department of Natural Resources or any other governmental agency that has a regulatory interest in the project. The Design Engineer shall coordinate with all public utility companies including verification of the soundness of their structures and any potential relocations/delays. Open House: The city does not anticipate an open house for bridge or culvert work, however, if necessary, the Design Engineer shall locate, schedule and hold an open house for the properties abutting the project location especially areas of commercial interest. The Design Engineer shall hand deliver or U.S. Mail to each abutting property a notice of this open house a minimum of seven calendar days in advance. 3. BIDDING 1. Prepare bid forms, notices and addendum as necessary for bidders. 2. Coordinate with the local newspaper(or the city's Purchasing Department) to insure the notice is published I 0 days in advance of the bid opening. 3. Provide(25) sets of drawings and specifications to he issued by the City to prospective bidders. 4. Attend pre-bid meeting with prospective bidders to provide clarification for issues and concerns from bidders. The Engineer will also distribute minutes from pre- hid meeting to the City and all meeting attendees with written answers to concerns/questions from the meeting. Page 4 5. The selected Engineer will receive bidder questions and requests for clarification. Based on these questions and requests, the selected Engineer will prepare addenda as necessary to respond to the questions presented. Addenda will be issued to the City(via Purchasing Department) for distribution to the bidders. 6. Attend the bid opening and evaluate the bids and bidders to determine if the bids were submitted in accordance with the contract documents and if the bidders are qualified to perform the work. Following this review, a recommendation will be presented to the City for award of the construction contracts. 7. Prepare tabulation of bids for distribution to City agencies and interested bidders. 8. Assist the City in the preparation of six (6) copies of final contracts for execution by the successful bidder and the City. EXHIBIT A SCOPE OF SERVICES and SCHEDULE 2017 BRIDGE REHABILITATION PROGRAM PROJECT DESCRIPTION and SCOPE This project will include preparation of plans and specification to allow the CITY to bid repair work for some or all of the routine bridge maintenance activities outlined below on and adjacent to the CITY's existing bridges. ENGINEER will review prior inspection reports, visit the site, prepare a site plan indicating type and extent of the recommended maintenance work, pay items, and quantities. Details and will be included where needed to show a recommended repair technique and photographs will be included to document conditions when plans were prepared. A set of project specifications using CITY's format, an opinion of probable cost(per bridge site) and assistance during the bid phase is also included. Bid Phase assistance will consist of answering bidder's technical questions and review of bids prior to award (CITY will advertise the project, distribute plans and open the bids). The plans will be arranged in such a way as to allow the CITY to deduct portions of the work to fit within available budget. Five (5) meetings are included. The anticipated meetings consist of a project kick off meeting, two (2) plan review meetings, one(1)prebid meeting and one(1)bid opening/bid review meeting. The above services include 24 hours and $2,000 in direct costs to cover anticipated permit fees and coordination with IDNR and ACOE in regard to the recommended placement of rip rap at Villa Street over Poplar Creek, Villa Street over Willow Creek, Bluff City Blvd over Poplar Creek, Chicago Street over the Fox River, Highland Avenue over the Fox River and National Street over the Fox River. The extent of permitting effort required for the placement of rip rap will be determined as design proceeds and CITY understands it may be necessary to defer or eliminate some of this work in order to bid the project in the Spring of 2017. Two days of pickup survey (two man crew) and office time are included for the possibility more detailed information is required at up to six (6) bridge sites to bid and construct repairs for up to six (6)of the locations. Video records noted in Attachment A will consist of the photographs taken of each site including those made a part of the bid plans. Utility coordination will include coordination with City and private utilities immediately adjacent to each bridge site. Physical inspection of manholes and valve vaults noted in Attachment A will be limited to those structures that are integral to bridge elements to be repaired. Tree and brush removal will be paid for as a lump sum for each area delineated on the plans; therefore, a tree survey is not included. All tree and brush removal will be limited to City owned Right of Way. ENGINEER will provide a progress set to the City for review. We have included two (2)meetings with CITY staff to clarify the scope and respond to CITY's comments. The drawing set is anticipated to include 50 to 52 sheets including key plans for each location, details, photographs, General Notes, Summary of Quantities divided by site and a cover sheet. ENGINEER will furnish five (5) sets of printed plans and specifications for letting as well 10 CDs flash drives containing the same information to the City Purchasing Department for distribution to prospective bidders. Attachment A City of Elgin-2017 Bridge Rehabilitation Program HR Green Job No. 160322 Page 3 of 3 Bid Phase assistance to the City (responses to bidder's questions and review of bids) is included in the scope of services. Upon request, ENGINEER will provide a supplement to this agreement to cover construction phase services after CITY determines which portions of the project it intends to award to the successful bidder. Construction of the repairs and rehabilitation work is planned for summer and autumn of 2017. The above services exclude scour analyses, review of the original design, construction and any comparison of the design and construction to current standards. Special inspections are not included. Estimates of cost offered as a part of the summary will be based on available unit process from bid tabulations or similar recent projects. The following anticipated rehabilitation and repair work is included: Structure HRG recommended repairs Villa St over Poplar Creek Replace riprap.Clear deck drains.Clear vegetation Villa St over Willow Creek Clear deck drains.Repair sidewalk.Protect water main Bluff City Blvd over Poplar Creek Repair ruptured storm sewer.Repair sidewalk.Remove debris from stream. Clear vegetation.Add rip rap bank protection. Shales Parkway over Poplar Creek Clean deck joints.Clear vegetation.Repair or replace one(1)light pole. Clean and paint beam ends.Fill void under approach slab. McLean Blvd over Tyler Creek Seal cracks in pavement.Clear vegetation Seal cracks in wearing surface.Replace lagging.Fill voids behind Eagle St over Tyler Creek abutment with CLSM.Remove debris from stream.Install Hazard • markers. Royal Blvd over Tyler Creek Vegetation Removal Chicago St over the Fox River Clean and Paint Bearings.Seal CL crack.Extend Drains.Replace Rip Rap.Clean drains. Highland Ave over the Fox Clean and Paint Bearings.Seal CL crack.Extend Drains.Replace Rip Rap.Clean drains National St over the Fox River Clean and Paint Bearings.Seal CL crack.Patch LMC wearing surface. Clean drains. Replace Rip Rap Highland Ave over Pingree Creek Replace Bit.WS and membrane. Clean and prime exp.Rebar. Big Timber Rd.over Tyler Creek Patch approach.Guardrail repairs • Bowes Creek Blvd.over ICRR Overlay and membrane and settled curb removed and replaced.Parapet and railing repairs Kimball St over the Fox River Clean drains.Seal cracks in deck. Summit Pedestrian Tunnel Concrete patching.Epoxy crack injection McLean Pedestrian Tunnel Rail post repairs. Sidewalk repairs Damisch over Tyler Creek Guardrail Term&debris removal Airlite Street over Sandy Creek Clean and Remove Vegetation Crawford Rd over Bowes Creek Crack Seal and Vegetation removal Garden Crescent over Tyler Creek Vegetation Removal.Replace Guardrail in kind(no analysis) Reserve Dr over Otter Creek Vegetation Removal. Bent St over Willow Creek Vegetation Removal. • Laurel St over Willow Creek Vegetation Removal. Varsity Dr over Poplar Creek Vegetation Removal.