Request for Qualifications ("RFQ") for

Professional Bridqe lnspection Enqineerinq Services

Requisition No. 108189

Specification No. 133527

Required for use by: CITY OF (Department of Transportation) lssued by: CITY OF CHICAGO (Department of Procu rement Services) oNE (r) oRtctNAL AND THREE (3) COptES AND ONE (1) LABELED "REDACTED" CD.ROM OF THE RESPONSE TO BE SUBMITTED

All of the responses must be addressed and returned to:

Jamie L. Rhee, Chief Procurement Officer Department of Procurement Services City Hall-Bid & Bond-Room 103 121 N. LaSalle Street Chicago, lllinois 60602

Responses must be received no later than 4:00 p.m. Central Time, on May 2,2016

Responses must be submitted in sealed envelope(s) or packages(s). The outside of the package or envelope must clearly indicate the project description, "fu.]fess|ona!- Bridqe lnspection Enqineerinq Services" the requisition number and the time and the date specified for receipt, The name and address of the Respondent must also be clearly printed on the outside of the envelope(s) or package(s)

RAHM EMANUEL JAMIE L. RHEE MAYOR CHIEF PROCUREMENT OFFICER

Edward Anderson, Senior Procurement Specialist, (3'l2l 7 44-6118 Dnprnrn¡oNT oF PnocunBrupnr SnRvtcps

CITY OF CHICAGO

Dear Vendor:

Under the leadership of Mayor Rahm Emanuel, the City continues to identify ways contractors can be good corporate citizens, enhance the City's business community, and improve small businesses' chances of being successful City contractors. The City has several bid incentives and programs designed to benefit local businesses, small businesses and utilization thereof, and reward corporate responsibility and community awareness, including bid incentives for apprentice utilization, city-based businesses, city-based manufacturers, project-area subcontractors, veteran/small business joint ventures, and the use of alternatively powered vehicles, as well as the diversity credit program. lnformation about all of the City's programs and incentives can be found at http://www.citvofchicaqo.oro/citv/en/depts/dos/provCfs/comp.html,

One program that you may not be awere of is the City's Mentor-Protégé Program ("Program"). Under this Program, a prime contractor mentor is eligible to receive an additional 0.333 percent participation credit for every one percent of the value of the contract performed by a subcontractor MBEMBE protégé, up to a maximum of five additional percentage points of utilization credit. The mentor and protégé must enter into a formal, written agreement that must be approved by the Chief Procurement Officer and that describes how the mentor-protégé relationship will develop the capacity of the MBEAIVBE protégé firm to become self-sutficient, competitive, and profitable.

The Mentor-Protégé Program thus embodies two of the City's most important goals: fostering economic development through the growth of small businesses, and connecting our communities to one another through lasting relationships that may not otherwise have formed. We encourage you to make connections at pre-bids and other networking events,'contact the assist agenciesl for vendors specializing in the area of work you are looking to subcontract, and search our MBEMBE directory online, with the hope that you will take advantage of this Program, For more information and a sample mentor-protégé agreement, see teoe102914.pdi.

Please also review the following additional reminders about bidding, contracting, and compliance. carefullv. We understand that government solicitations for bids, proposals and qualifications contain a lot of information and may have mandatory forms to complete. However, errors and omissions in your bids, proposals and qualifications cost both you and the City time and money, since non-responsive bids must be rejected. Rejected bids may result in your fírm not gettíng the contract and increase the cost of work to the City.

1 For a list of assist agencies, visit

12t NoRTH LASALLE STREET, ROOM 806, CHICAGO, TLL|NOIS 60602

1 lf vou have a question, ask us. Thetelephone numberand e-mailaddress of the individualfrom DPS who is responsible for each solicitation is stated on the cover page of that solicitation. Call or write us : we are here to assist you, However, please keep in mind that in regards to bid solicitations, we must communicate answers to anything but the most general questions to all firms in the vendor pool, This is usually done via an addendum.

disadvantaqed owned businesses, ln each bid solicitatíon, you receive a list of the City's registered assist agencies. As you plan for meeting your MBEA|úBE goals, remember to contact the assist agencies. They have members holding certification in a variety of disciplines. Please utilize them whenever you have contracting needs. ln fact, contacting these agencies well in advance of the bid opening dafe is a requirement for demonstrating good faith efforts to obtain MBEMBE participation if you request a reduction or waiver of goals.

A contractor may not make any substitution for a previously approved subcontractor unless the substitution is acceptable to the Chief Procurement Officer. All requests to substitute subcontractors must be submitted on the appropriate form.

that portion of the work from the Gitv. Failure to pay your subcontractors within the seven-day time period may subject you to fines or other penalties.

The City's Certification and Compliance Management system, C2, allows prime contractors to report MA/V/DBE utilization quickly and efficiently through a web-based format while simultaneously allowing subcontractors the ability to confirm payment activity,

EDSs must be kept up to date, Vendors are required to fill out an Economic Disclosure Statement ("EDS') prior to award of a contract. Until final completion of the project, you must provide, wíthout need for request by the Cíty, an updated EDS if there is any change in ownership or change in any other circumstance that would render the EDS then currently on file inaccurate or obsolete. Failure to provide an updated EDS when required is an event of default.

Elhiac an¿.| or rhmil aalir ranar{c arranr nr rar{ar For more information regarding this requirement, please contact the City of Chicago Board of Ethics. lnformation about the Board m ay be found at www. cítvofch icago. orq/ethics.

Check the Debarred Vendor List, Prior to submitting a bid, or for existing contracts, a request for approval of subcontractors, you must check the list of debarred vendors to make sure that you are not proposing the use of a firm that is ineligible to do business with the City, The list of vendors ineligible to do business with the City may be found at www,citvofchicaqo.org/citv/en/depts/dps/provdrs/debarred firms list.html.

Complv with prevailino waqe and minimum waqe requirements, Pursuant to the lllinois Prevailing Wage Act, (or Davis Bacon Act for federally funded contracts), contractors and subcontractors must pay laborers, workers and mechanics performing services on public works projects no less than the current "prevailing rate of wages" (hourly cash wages plus amount for fringe benefits) in the county where the work is performed and, no later than the tenth day of

2 each calendar month, file a certified payroll for the immediately preceding month with the public body in charge of the project. Additionally, pursuant to Mayoral Executive Order 2014-1, the minimum wage ($13,00/hour as of October 1,2014) must be paid to all employees regularly performing work on City property or at a City jobsite, and all employees whose regular work entails performing a service for the City under a City contract, For more information about the prevailing wage, see rates.aspx. For a copy of Mayoral Executive Order 2014-1 regarding minimum wage, see

14-1.pdf .

Administration ("OSHA") laws and requlations. Under the Occupational Safety and Health Act, employers are responsible for providing a safe and healthful workplace. OSHA's mission is to assure safe and healthful workplaces by setting and enforcing standards, and by providing training, outreach, education and assistance, Employers must comply with all applicable OSHA standards. Employers must also comply with the General Duty Glause of the OSH Act, which requires employers to keep their workplace free of serious recognized hazards. For more

i nformation, visit www. osha. o ov/law-reos. htm L

Complv with the Multi-Proiect Labor Aoreement ("PLA"). The City is a signatory to the PLA, which applies to all contractors and subcontractors of any tier performing construction work, including construction, demolition, rehabilitation, maintenance, and/or renovation of real propeñy located in Chicago. See the relevant sections of the bid specification for more information.

I also want to remind you that on December 2, 2014, the City Council of the City of Chicago passed a new chapter of the Municipal Code, 1-24, specifying a minimum wage of $10,00 per hour to be paid to all workers within the City of Chicago - not just employees of City contractors - effective July 1, 20'15. For work performed on City contracts, a Contractor must pay the highest of (1) prevailing wage/Davis-Bacon rate, if applicable; (2) minimum wage specified by Mayoral Executive Order 2014-1; (3) "Living Wage" rate specified by MCC Sect. 2-92-610; (4) Chicago Minimum Wage rate specified by MCC Chapler 1-24, or (5) the highest applicable State or Federal minimum wage.

Please take a moment to fill out the optional survey that follows this letter to help us gain a better understanding of your firm.

Thank you for your attention to these important matters, and we look fonruard to partnering with you on future City contracts.

Sincerely,

ie L. ief Procurement Officer

3 PLEASE NOTE: Do not return this survey with your bid, as it is optional and does not affect the evaluation of your bid. lf you choose to complete the suryey, please fax ¡t to 312-744-0010 or email it to dps. feed back@citvofchicaoo. oro.

Vendor Name ("Vendo/'):

Date:

(1) Does Vendor have a formal tracking and reporting system of energy/utility/waste/water usage to identify trends and unusual fluctuations and usage?

(2) Does Vendor have an awareness program for energy conservatíon that includes regular communication to employees about avoiding wasteful practices and encourages turning off lights and other devíces when not in use?

lf so, are reminder signs posted in appropriate locations?

(3) Has a policy or practice been adopted to avoid or prohibit the use of high energy- consuming outdoor advertising (such as LED bíllboards)?

(4) Are employees instructed to shut down personal computers at the end of each work period?

Are computers set to turn off monítor, hard drive, or go on standby after 30 minutes or less of inactivity, or are networUsystem controls used to minimize energy use in idle work stations?

(5) Are supplies and cleaning products chosen based on a goal of minimizing harmful or hazardous contents?

1 (6) ls preference given whenever practicable to local suppliers and products produced locally or regionally?

(7) What percentage of Vendor's full-time employees identify as:

a. White o/o

b. Black or African-American o/o

c. Hispanic To

d. Asian o/o

e. Other o/o

(8) What percentage of Vendor's full{ime employees identify as

a. Male o/o

b. Female o/o

2 Gontents INTRODUCTION ...2 I. DETAILED PROJECT SCOPE OF SERVICES ...6 II. RFQ SUBMITTAL REQUIREMENTS .24 III. EVALUATION CRITERIA .25 lv. sELEcTtoN...... 26 V. TRANSPARENCY WEBSITE, TRADE SECRETS .27 ATTACHMENT I : ...... 28 PROFESSIONAL SERVICES INSURANCE REQUIREMENTS .30

1 INTRODUCTION

The City of Chicago ("City"), acting through its Chicago Department of Transportation ("CDOT" or "Department"), invites the submission of qualifications ("proposal" or "response") for Professional Bridge lnspection Engineering Services. A current prequalification status is required in all the applicable categories (see below). The intent of the request for qualifications ("RFQ") is to identify qualified respondents having demonstrated experience, expertise and resources to provide one or more of the services as further described in the scope of services. This RFQ is open to all qualified respondents that have been pre-qualified by the lllinois Department of Transportation ("lDoT").

Respondents must include their company's current IDOT prequalification for the following categories:

. Structures (Highway: Simple, Typical, Advanced Typical, Complex) . Structures(Railroad) . Structures (Movable) . Structures (Major)

Respondents who are not currently prequalified may respond to this RFQ by concurrently submitting a prequalification to IDOT and include evidence of their prequalification submittal to IDOT in the relevant categories in their proposal package.

lnformation regarding the IDOT prequalification program can be found here http://wmry, idot.illinois.^qov/doinq-business/procurements/enqineering-architectural- p rofess ional-services/i nd ex

"Respondent(s)" means the entities that submit proposals ,in response to this RFQ. The respondent(s) awarded an agreement pursuant to this RFQ, if any, are sometimes referred to herein as "consultant(s)." "Agreement" refers to an agreement awarded to a consultant.

Respondent(s) with demonstrated experience in providing the services identified herein, and with an interest ín making these services available to the City are invited to submit a proposal. Respondents are required to identify all resources that will be necessary to complete the services identified in the scope of services.

Proposals must be received by the Chief Procurement Officer at the address shown in the RFQ up to the date and time shown here. lt is the Respondent's sole responsibility to see that the proposal is received as stipulated. The Chief Procurement Officer may leave unopened any proposal received after the date and time set for receipt of the proposal. The time for the deadline of the proposals will be determined solely by the clock located in the Bid & Bond Room. Any such unopened proposal will be returned to the Respondent at the Respondent's expense. Respondents are responsible for the

2 timely delivery of the proposal documents. Failure by a messenger delivery service or printing service to meet the deadline does not relieve the Respondent of the deadline for submittal of the proposal. Proposal packages must be complete and contain the number of copies shown in the RFQ document. The Chief Procurement Officer reserves the right to reject any proposal, which deviates from the RFQ requirements. No additional or missing documents will be accepted after the due date and time except as may be requested by the Chief Procurement Officer.

One (1) original and three (3) copies of the response are to be submitted in a sealed envelope no later than 4:00 P.M., Central Time on May 2,2016 to:

Jamie L. Rhee, Chief Procurement Officer Department of Procurement Services Bid & Bond Section City Hall-Room 103 121 N. LaSalle Street Chicago, ll 60602 The outside of each envelope or package, as appropriate to the project(s) being submitted for, must be labeled:

Professional Bridge lnspection Engineering Services

Requisition No: 108189

Specification No: 133527

Due 4:00 p.ffi., May 2,2016

(Name of Respondent) Package _ of _

(Note: 1 of 4 must contain original authorized signatures and be marked ORIGINAL)

1. DownloadableDocuments

Respondents that download a proposal from the City of Chicago's website: www.citvofchicaqo.orq/bids, instead of picking it up in person from the City of Chicago's Bid and Bond Room, are responsible for checking the City of Chicago's website for clarifications and/or addenda. Failure to obtain clarifications and/or addenda from the City's website will not relieve the Respondent from being bound by any additional terms and/or conditions in the clarification and/or addenda. The city will not be responsible for a bidder's failure to consider additional information contained therein in preparing the proposal. lf the RFQ is downloaded from the City of Chicago's website instead of picking it up in a hard copy paper form from the City of Chicago's Bid and Bond Room, the Respondent

a J must contact the city of Chicago, Department of Procurement Services, Bid & Bond Room by email at [email protected], referencing Specification No. 133527 to register Respondent's company as an RFQ document holder, which will entitle Respondent to receive any future clarifications and/or addendum related to this RFQ.

Any harm to the Respondent resulting from such failure to obtain all necessary documents will not be valid grounds for a protest against award(s) made under this RFQ.

2. Submission of Questions or Requests for Glarifications Respondents must communicate only with the Department of Procurement Services. All questions or requests for clarification must be in writing, sent by mail or email, and directed to the attention of [email protected], Department of Procurement Services, Room 806, City Hall and must be received no later than 4:00 p.m. Central Time, on, April 13,2016. Respondents are required to submit questions one (1) week prior to the scheduled Pre-Submittal Conference. The face of each envelope or the Subject line of the email must clearly indicate that the contents are "Questions and Request for Clarification" about the RFQ, and are "Not a Submittal" and must refer to "Request for Qualifications ("RFQ") for Professional Bridge Inspection Engineering Services". No telephone calls will be accepted unless the questions are general in nature. A Respondent that deviates from any of these restrictions may be subject to ímmediate disqualification from this RFQ process.

3. Pre-SubmittalConference

The City will hold a Pre-Submittal Conference at City Hall, Department of Procurement Services, Room 1103, 121 N LaSalleSt., Chicago, lllinois 60602, at12:00 p.m. Central Time, on April 13,2016. All interested parties are invited to attend, The City will answer questions and clarify the terms of the RFQ at the Pre-Submittal Conference. The City may respond both to questions raised on the day of the conference and to questions faxed or mailed prior to the deadline for receipt of questions, lmportant Note: lf a firm is at least 50 miles from Chicago, a representative of the firm may request from Bid & Bond Room personnel that a copy is mailed to the firm. Respondents may request the Bid & Bond Room personnel to mail them a copy of the RFQ by faxing the Bid & Bond Room a completed Federal Express Air-bill or make arrangements with Bid & Bond Room personnel to have a package ready for pickup by another courier service. The City of Chicago accepts no responsibility for the timely delivery of materials, and Respondents are solely responsible for acquiring necessary information, addenda and/or materials.

The City of Chicago, Directory of Cedified Minority Business Enterprises and Women Business Enterprises and Disadvantaged Business Enterprises is available in the Bid & Bond Room, Room 103, City Hall, 121 North LaSalle Street, Chicago, lllinois 60602 or call (312) 744-9773.

4 The Chief Procurement Officer reseryes the right to reject any proposal that deviates from the proposal requirements. No additional or missing documents will be accepted after the due date and time except as may be requested by the Chief Procurement Officer.

Title Vl Solicitation Notice L The City, in accordance with the provisions of Title Vl of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. SS 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.

5 II. DETAILED PROJECT SCOPE OF SERVICES

A. General

The Chicago Depaftment of Transportation (CDOT) seeks proposals for a consultant to perform Professional Bridge lnspection Engineering Services. The project requires DBE participation. CDOT Division of Engineering will administer the project. The City of Chicago intends to award a contract to the consultant for an initial two-year cycle. The City may amend the contract once for one additional two-year cycle. The expected commencement of the contract is in the fall of 2016. The inspections are as follows:

Routine inspections Number o Movable bridges 36 . lnoperable bridges o o Fixed spans over water 43 . Viaducts 137 . Three-sided frames 13 . Pedestrian walkways 42 . Expressway overpasses (deck, sidewalks and handrails) 99 TOTAL 376

Additional inspections and monitorinq . Fracture critical inspections . Undenvaterinspections o Special inspections o Element level inspections . Electrical and mechanical inspections . On-call services . Monitoring of critical structures

The facility number and location are listed in Exhibit 1 (Structure lnventory List) on Page 17. lnspection procedures and terminology must be in accordance with the National Bridge lnspection Standards (NBIS), Federal Highway Administration (FHWA) and the relevant approved methods of the lllinois Department of Transportation (IDOT). Nomenclature and numbering must conform to these formats.

This inspection involves visual observations by experienced bridge engineers and at times requires detailed bridge condition suryeys. Material samples and uncovering of encased members must be performed on a limited basis as recommended by the consultant.

The consultant is required to obtain all necessary permits and insurances required for the performance of the work, including but not limited to the following: . Street closure permits

6 . Railroad right-of-entry permit and flagging . Railroad protective and marine liability insurance

All permits and insurance required must be coordinated and paid for by the consultant

The objectives of the inspection: . Update and submit the required State and Federal forms for bridge structures . Maintain the condition databases of the City's bridge infrastructure . Ensure that the City's bridges are safe for intended use . Develop specific short term repair or rehabilitation recommendations for each bridge based upon the results of the inspection

B. Routine inspections

The consultant must develop a schedule for the inspection of the entire bridge inventory. Approximately half of the inventory is inspected in each year. CDOT will review and approve the final schedule and reserves the right to alter the schedule to meet its needs.

Field teams must consist of either two-person or three-person crews, depending upon the type and location of the inspection work. The number of teamq must be dictated by the need to complete all the inspections within the two-year cycle.\lt is anticipated that there must be one crew, full time, for the duration of the project and one part-time crew to assist in the summer months. The field teams must be supported by full-time management support which must assure the coordination with CDOT and the timely submission of bridge reports to other agencies. lnspections must be performed using aerial bucket trucks or ladders to gain access for close, visual inspection. Poftable lighting must be used to provide necessary illumination. Portable air handling units must be utilized for all inspections of vaulted abutments. Underside inspection of bridges over water must be made from a barge or, where water is shallow, from boats. ln most cases, the barge must be outfitted with an aerial lift bucket to allow close, visual inspection of all bridge underside elements.

When required, lane closure permits must be secured by the consultant. Traffic control must be provided by the consultant, when required to protect inspection crews. lnspections at track level must be performed under railroad flagging protection. The consultant must procure all necessary rights-of-entry protective liability insurance and arrange all flagging.

Except for expressway structures, all elements and components of the bridges must be inspected. This includes but is not limited to the structures' civil, architectural, electrical and mechanical elements. Expressway overpass inspections are limited to the deck, sidewalks, fencing and hand railings. ln general, defect quantities (such as the number of deteriorated stringers or square footage of deck deterioration) must be recorded. The information must be gathered on a span-by-span basis. The numbers and types of

7 defects in each span must be recorded.

Routine inspection reports should include the following o A cover sheet and table of contents . An executive summary . Structure information and inspection documentation . lnspection results o Photographs . Relevant existing drawings . BBS BIR form (updated) . S-105 form (marked up).

G. Fracture critical inspections

There are 97 structures designated as "fracture critical" by definition of IDOT and FHWA, and they are as follows:

ó001 Adams Street Bridge 6052 Wabash Avenue Bridge 6002 Ashland Avenue (N) Bridge 6053 Washington Street Bridge 6003 Ashland Avenue (S) Bridge 6054 Bridge 6005 California Avenue (S) Bridge 6056 \ùy'estern Avenue (S) Bridge 6006 Canal Street Bridge 6057 Webster Avenue Bridge 6007 Cermak Rd Bridge 6072 Argyle Street Bridge 6008 Brldge 6076 Bridge (S Half) 6009 (S) Bridge 6081 Indiana Avenue Bridge (N Half¡ 6010 Bridge 6082 Irving Park Road Bridge 601 I Cortland Street Bridge 6084 (S) Bridge 6014 Dearborn Street Bridge 6089 13Oth Street Bridge 6015 (Canal) Bridge 6093 Vy'ilson Avenue Bridge 6016 Division Street (River) Bridge 6l0l Bridge 6017 l Sth Street Bridge 6102 Bridge 6020 Franklin - Orleans Street Bridge 6103 Viaduct - River to Slip 6021 Bridge 6t04 Lake Shore Drive 6023 (River) (N) Bridge 6105 Lake Shore Drive Viaduct - N of Slip 6024 Halsted Street (S) Bridge Lake Shore Drive - Ramp "H" - NB Exit Ramp to 6106 6025 Harrison Street Bridge St 6026 Jackson Blvd Bridge 61il Chicago Avenue - Halsted Street Viaduct 6028 Kinzie Street Bridge 6l r5 Dearborn Street - N of River 6029 Bridge 6tl6 lSth Street - E of River 6030 Lake Shore Drive (River) Bridge 6t20 Michigan Avenue - N of River 6032 LaSalle Street Bridge 612l Michigan Avenue - S of River 6033 Loomis Street Bridge 6124 (S) - N of Stevenson Expressway 6034 Bridge 6125 Pulaski Road (S) - S ofStevenson Expressway 6035 Michigan Avenue Bridge 6129 - N of River 6036 Monroe Street Bridge 6l 30 Wabash Avenue - Kinzie St to Illinois St 6037 Ewing Avenue Bridge (92nd St) 6135 Beaubien Court - Randolph St to Lake St 6038 Bridge 6138 - Michigan Ave to Randolph St

8 6042 l00th Street Bridge I I 6t42 Randolph Street - Field Blvd to Harbor Dr 6043 l06th Street Bridge I I 6143 Wacker Drive - Michigan Ave to Stetson St 6047 Bridge I I 6144 Stetson Street - Wacker Dr to South Water St 6048 State Street Bridge I I 614s Wacker Drive - Stetson St to Field Blvd 6050 Torrence Avenue Bridge I I 6148 Ilalsted Street (N) Bridge over Norlh Branch 605 I Van Buren Street Wabash Avenue - to Kinzie St

6178 Illinois Street - E of St. Clair St Lake Shore Drive - Ramp 300 - SB Entrance 6251 103rd Street - E ofStony Island Ave Lake Shore Drive - Ramp 800 - NB Ent. Ramp to 6497 6260 Adams Street - W of River Lower Level from Randolph St 6262 Harison Street - W of River I I 6500 Wacker Dr - Field Blvd to Lake Shore Drive 6265 Madison Street - W of River Lake Street - Intermediate Level - Stetson St to 650 I 6266 Monroe Street -'W of River Columbus Dr 6271 VanBuren Street - W of River I I 6507 North Water Street - Columbus Dr to N. New St 627s Orleans Street - N of River I I 6508 North Water Street - Columbus Dr to St. Clair St 6278 Halsted Street (N) over Kinzie St I I 6510 Illinois Street - St. Clair St to Michigan Ave 6333 Columbus Drive - Wacker Dr to Rando St South Water Street - Michigan Ave to Beaubien 651I 6334 Columbus Drive - Randolph St to Monroe St Ct 633s Water Street (S) - Stetson St to Columbus Dr I I 6523 Polk Street - W of River 6338 Columbus Drive - N of River I I 6s27 Damen Avenue (N) Bridge 6340 Stetson Street - Lake St to South Water St I I 6531 Bridge Lake Shore Drive - Bents I to 5 - Wacker Dr 6491 Intersection

All non-redundant, steel tension members of these structures receive a detailed inspection of conditions. Elements subject to fatigue or catastrophic failure must be non- destructively tested to determine the presence of defects. The tests must include dye- penetrants, ultra-sonic, magnetic particle or radiographic methods appropr¡ate for the items being inspected. Fracture critical documentation must be forwarded to IDOT by CDOT following these inspections.

D. Underwater inspections

The consultant must develop a schedule for the underuater inspection of the entire bridge inventory. Approximately one fifth of the inventory is inspected in each year. CDOT will review and approve the final schedule and reserves the right to alter the schedule to meet its needs.

The inspection will include visual and tactile inspection of 100 percent of unden¡uater structures (Level l), provide measurements of pitting and damage not to exceed 10 percent of each underwater structure (Level ll), provide measurements of scour and water depth around substructure units, and provide complete reports with topside and underwater photographs and diagrams necessary to adequately describe conditions and deficiencies found. The major work requ¡rements are listed in ltem 1. Upon completion of the fieldwork, detailed repofts will be prepared for each bridge. The reports will include the structure condition, the streambed evaluation and NBIS underwater inspection ratings. The reports will be signed and sealed by an lllinois reg¡stered structural engineer. The contents of the reports are listed in ltem 2.

9 The consultant will have a licensed structural engineer on staff who will supervise the diving inspection by certified divers. The persons performing the inspection will be certified divers and also be lllinois licensed structural engineers, lllinois licensed professional engineers, or otherwise qualified inspectors in accordance with the National Bridge lnspection Standards as listed in ltem 3. The diving team leader and a licensed structural engineer in the State of lllinois must be present on all underwater inspections. lfam 1: The m âtô r work irements are as follows a Mobilization of personnel and equipment a Determination of waterline elevation from established bridge elevation, average water speed (measured three (3) feet to five (5) feet below the water surface at the center of the channel), unden¡vater visibility, water temperature, weather conditions, and bank conditions at each bridge a Determination of channel bottom depths around each substructure unit located in the water at the time of inspection o Determination of presence and extent of scour and/or soft channel bottom material around each substructure unit located in the water at the time of inspection o Determination of the channel bottom depths along the upstream and downstream fascias and at 100 feet upstream and downstream of each bridge. Additional channel bottom depths upstream and downstream of each bridge may be required by the City a Visual and tactile inspection of l00percent of accessible substructure areas below the waterline at the time of inspection (Level l) o Measurements of pitting and damage of 10 percent of accessible substructure areas below the waterline at the time of inspection (Level ll) o Color photography, including unden¡vater photographs (if necessary to show areas of significant deterioration), to document existing conditions a Preparation of written reports for each bridge (hard copy and digital file).

2 written re ort will include the followin o A cover sheet and table of contents o A brief introduction discussing the inspection scope, general description of the structure, and inspection methodology and equipment used . The next section will discuss the existing conditions at the bridge site. This discussion will include the water elevation, reference for waterline elevation, average water speed (measured three (3) feet to five (5) feet below the water surface at the center of the channel), underwater visibility, water temperature, weather conditions, bank conditions, presence and extent of scour and/or soft channel bottom material, and all detected structural deficiencies including type, size, and locations . The final section will provide an evaluation of the significance of the inspection findings, their impact on the overall structural integrity of the bridge, and recommendations for remedial actions to correct the observed deficiencies

10 a Each written repod will include drawings detailing the inspection findings, color photographs showing typical views of the existing conditions and areas of deterioration, and the IDOT underwater bridge inspection repod (BBS-BlR-UW1). The following drawings will be provided: o A sounding plan depiction of the channel bottom depths along the upstream and downstream fascias and at 100 feet upstream and downstream of the bridge (additional channel bottom depths upstream and downstream of each bridge may be required by the City). The sounding plan will broadly depict the entire bridge plan within the channel limits, both shorelines, direction of flow, and other pertinent information o Plan drawings for each substructure unit located in the water at the time of inspection depicting the channel bottom depths with detailed inspection notes depicting the location and extent of deterioration and damage detected during the inspection.

Item 3: NBIS Divinq Team Qualifications: n Team Leaders . Diving team leaders shall have successful completion of applicable FHWA- approved bridge inspection training course . Diving team leaders shall also have one of the following: o Five (5) years of bridge inspection experience o NICET certification as a Level lll or lV Bridge Safety lnspector o Bachelor's degree in engineering; must have passed EIT exam; and two (2) years of bridge inspection experience o Associate's degree in engineering or engineering technology; and four (4) years of bridge inspection experience o Registration as a professional or structural engineer in the State of lllinois Divinq Team Members . Diving team members must complete a comprehensive bridge inspection training course or FHWA-approved diver training course

E. Special lnspections

There are 29 structures designated as requiring a "special inspection" by definition of IDOT and FHWA.

The structures denoted as special inspections are as follows:

6032 LaSalle Street Bridge Element Condition 6057 Vy'ebster Avenue Bridge Element Condition 6103 Lake Shore Drive Viaduct - River to Slip Pin & Link 6104 Lake Shore Drive Pin & Link 6105 Lake Shore Drive Viaduct - North of Slip Pin & Link 6134 rùy'estern Avenue (N) Overpass - At Belmont Ave. Element Condition 6143 Wacker Drive - Michigan Avenue to Stetson Street Pin & Link

11 6144 Stetson Street - Wacker Drive to South Vy'ater Street Pin & Link 6145 Wacker Drive - Stetson Street to Field Boulevard Pin & Link 6146 Vy'ater Street (S) - Beaubien Ct. to Stetson Street Element Condition 6154 Randolph Street - Michigan Avenue to Field Blvd Pin & Link 6l s8 PWVy' over Lake Shore Dr. at North Ave. (Passerelle) Element Condition 6260 Adams Street - West of River Element Condition 6262 Hanison Street - Vy'est of River Element Condition 6269 Roosevelt Road - Vy'est of River Pin & Link 6275 Orleans Street - North of River Pin & Link 6276 Grand Avenue - Vy'est of River Pin & Link 6333 Columbus Drive - Wacker Drive to Randolph Street Pin & Link 6334 Columbus Drive - Randolph Street to Monroe Street Pin & Link 6335 Water Street (S) - Stetson Street to Columbus Drive Pin & Link 6338 Columbus Drive - North of River Pin & Link 6340 Stetson Street - Lake Street to South Water Street Pin & Link

6491 Lake Shore Drive - Bents 1 to 5 - Wacker Drive Intersection Pin & Link 6492 Lake Shore Drive - Norlhbound - South of Vy'acker Drive Pin & Link 6493 Lake Shore Drive - Southbound - South of Vy'acker Drive Pin & Link 6500 Wacker Drive - Field Boulevard to Lake Shore Drive Pin & Link 6501 Lake Street - Intermediate Level - Stetson St. to Columbus Dr Pin & Link 6s07 Vy'ater Street (N) - Columbus Drive to N. New Street Pin & Link 7928 Bicycle Ramp - East of Lake Shore Drive and South of Bridge Pin & Link

At the discretion of the Agency Program Manager, these structures receive a detailed inspection of conditions. Elements which prompt the special inspection must be non- destructively tested to determine the presence of defects. The tests must include dye- penetrants, ultra-sonic, magnetic particle or radiographic methods appropriate for the items being inspected. Special inspection documentation must be fon¡rarded to IDOT by CDOT following these inspections.

F. Element Level lnspections

Element level inspections are required for all highway bridges that are on the National Highway System (NHS), per 23 US Code 44 (d). Element level inspections do not replace the routine inspections, but may be performed at the same time as routine inspections, since routine inspections are the one inspection that covers all the bridge features (i,e., deck, superstructure, substructure). The City of Chicago is responsible for 96 structures on the NHS system requiring element level inspections. The element level inspection task will consist of the following items: o ldentification of the elements that comprise the bridge . Computation of the quantity for each element of each bridge o Assignment of condition state ratings for each bridge element . Recording of information (element number, description of element, quantities, units, and quantity of each condition state for an element) on an inspection form.

The element level inspections must be performed following guidelines and condition state information contained in IDOT's lllinois Manual for Bridge Element lnspection. At l2 the direction of the Agency Program Manager, inspecting firm must complete the BBS- ELI form for element level inspection for each bridge on NHS.

G. Electrical and Mechanical lnspections

Cedified/licensed test services consultants familiar with movable bridge mechanical and electrical systems must inspect these bridges coordinated with the structural inspections. Electrical and mechanical forms must be developed by the consultant and approved by CDOT for inspection use. Forms must include space for description of each element and component, a summary rating, measurements made (as required below), and comments. Operating movable bridges must be inspected using these forms and guidelines. The findings of these electrical and mechanical inspections must be added to the bridge reports. ln addition, a verification form must accompany each electrical and mechanical report.

Electrical lnspection includes the followinq 1. Measure and record the insulation resistance of the main bus of the main distribution switchboard 2. Measure and record the insulation resistance of the feeders and motors of the main drives, auxiliary drives, barriers, center locks, heel locks and gates 3. Record operating current of main motors opening and closing using a recording ammeter 4. Obtain sample and test insulating oil of all oil-filled transformers 5. Record elemenUcomponent ratings for each elemenUcomponent of the bridge electrical system. Make visual inspection of the following: a. Equipment mounting, enclosures and accessories, conduits and grounding system b. Check electrical contacts of control relays, protective relays, power breakers, switches, transfer switches, contactors and starters for wear, pitting and spattered metal, corrosion, and heat discoloration c. Check condition of insulation on wiring, relay coils, motor windings, and dry type transformer windings d. Check physical and electrical condition of all motors, limit switches, barriers, gates, center and heel locks, lighting fixtures, navigational lighting and the wiring and conduits to them 6. Obtain infrared survey of bus bars and operating components of main switchboard, transfer switches and of all starters and contactors; evaluate the test results and make recommendation of actions needed.

Items 3, 5d and 6 require the operation of the bridge components. This must be coordinated with the Division of Engineering.

Mechanical lnspectio n includes the followinq

13 1. Record condition of gear trains, trunnions, brakes, racks, pinions, center locks, heel locks, barriers, speed reducers, anchor columns, bearings, pumps, heat systems, plumbing systems and ventilation systems 2. Mechanical inspections must require operation of the bridge systems. This must be coordinated with the Division of Engineering 3. Mechanical systems must be inspected by qualified technicians with training in the following areas: a. Materials testing and repair b. Mechanical system tolerances c. Lubrication.

H. On-Call Services

The consultant and their staff must be available to meet with CDOT, as required, to verify reported conditions. ln addition, the consultant must provide 24-hour, seven-day- a-week emergency assistance to the CDOT staff to deal with bridge emergencies as they arise. This may consist of emergency inspections and engineering assistance, which could include but not be limited to the following: o Emergencyinspections . o Emergency bridge inspections after vehicle or vessel impact o Emergency underwater inspections after a flood event . Engineeringassistance o Forensic engineering o Geotechnicalengineering o Hydraulic and hydrologic investigations (including modeling) o Preparation of load rating and/or design calculations o Consultation services during construction of bridge repair projects o Assistance with the preparation of permits for temporary and permanent bridge repairs o Assistance with truck overload permit applications o Development of plans, sketches, and specifications for emergency repairs to damaged bridge elements o Coordination with various agencies during planning, design, and construction o Peer reviews on special bridge projects

The scope of services for these tasks will be directed by CDOT and be peformed on an as-needed basis under the direction of CDOT. l. Monitoring of Critical Structures

As a result of poor condition, some structures are designated "critical" and have pending repairs. Until these repairs are made, these structures require frequent visual monitoring to ensure their continued service ability. The frequency of monitoring must be every 12 months for each structure unless a more frequent inspection is recommended as being necessary by the consultant or CDOT.

t4 J. Mobilization

Plan Review Prior to commencement of the field work, the latest report of inspection information for each structure must be reviewed by the consultant. A location map, plan, and elevation of the structure must be provided to each field crew. A review must be made of the critical elements and anticipated problems that may be encountered in performing the inspection.

Site Visits Site inspection may encounter a variety of physical conditions affecting site access and inspection difficulty. Rail traffic, barge traffic and vehicular traffic will affect the scheduling and equipment needs of the inspection. All permits, insurance and/or access requirements must be procured by the consultant.

Equipment The consultant must furnish each field crew with equipment for conducting the inspection. Among these are measuring tapes, chipping hammers, hand tools, ladders, portable lights, cellular phones/pagers, auto-focus cameras with (time and date recorder), traffic vests, traffic cones, arrow boards, traffic barriers, air handling equipment for work in enclosed spaces, watercraft, barges, personnel vehicles, man lifts, bucket truck and snooper. Equipment must be acquired by the Consultant thru a lease or purchase arrangement and coordinated with CDOT at the beginning of the inspection program. All materials and equipment purchased for the purpose of this contract is the property of CDOT and must be delivered to CDOT upon completion of this contract.

Field Team Orientation Orientation meetings must be conducted by the consultant in order to train and standardize the field teams and forms.

K. Project Management

The program manager will direct the inspection program, review results for conformance to FHWA and IDOT requirements and provide program management to the City. Elements of the management program must include: o Training' mobilization and support of field crews . Development of a bridge inspection schedule and monthly updates with progress repod . Bridge assignments / team scheduling . Monthly meetings with CDOT . Major equipment coordination . Ongoing coordination with CDOT . Field reviews of inspection teams . Field inspection of critical structures

15 o lnspection forms and reports review and submittal

To insure uniformity of the inspections, the consultant must develop a QA/QC manual and safety manual. These documents must be employed by the consultant and are explained below.

Oualitv Ass uran ce/C) ualitv Control Manual The purpose of this manual is to define the responsibilities of the participants of the inspection project, describe the quality of activities to be performed and define the inspection methodology to be used in the execution of the work. The manual provides the basis by which uniformity of the inspections, ratings and identification of members and their defects is assured.

Sketches and photographs, where available, are needed to illustrate and define bridge types, elements, components and their associated defects. The manual must contain the checklists and surveillance forms that will be used by CDOT personnel to verify that the inspections meet the objectives of the City for this project,

Safetv Manual Multiple crews pedorming inspection throughout the City require a consistent safety format for the performance of the work. The safety manual establishes the minimum requirements for the performance of the work that must be expected of each team. The manual must be used to train and monitor crews performing this work. All crews must be trained in the use of the equipment required by the inspection. Safety must be the responsibility of the consultant.

L. Documentation

Bridqe lnsoection Forms The Consultant will be required to complete forms including but not limited to the following: . 5105 - lnventory Turnaround Report . BBS-BIR - Routine lnspection Report . BBS-BIR-FC1 - Fracture Critical lnspection Report . BBS-BlR-FC2 - Fracture Critical Member lnventory Report . BBS-BIR-UW1 - Undenvater lnspection Repod . BBS-S|-1 - Special lnspection Report These forms can be located at http://www.idot.illinois.gov/home/resources/Forms- Folder/b (Bridges and Structures). The City reserves the right to modify this list as required. Originals of all the forms must be submitted to the City continuously as inspections are completed.

Monthly Report A monthly progress report must be furnished to CDOT. As part of the report, an updated schedule of the remaining inspection program must be provided. Whenever the field crews encounter a critical structural defect, they must notify the CDOT Chief Bridge

I6 Engineer and the Project Manager of the condition. Verbal notification must first be made to CDOT, followed by a letter documenting the condition. Documentation should include suitable sketches, photos and suggested measures of repair.

Bridqe lnspection Reports . The consultant must submit each draft repoÍ electronically (1 pdO to CDOT for an initial review shorlly after the inspection is completed o CDOT will reply with any markups electronically o The consultant must create final reports by incorporating applicable changes or providing an explanation othenruise o Upon completion, draft and final reports must be made available to CDOT during the two year cycle via a file share program or equivalent method . At the end of the two-year cycle, one color copy and one CD of all bridge inspection reports must be submitted to CDOT with all initial comments incorporated or explanations provided.

M. Qualification Of Staff

College License / Experience Note Education Certification

Program 10 Yrs. Must be IDOT Approved B.S./BA Min lllinois P.E./S.E. Manager Related NBIS Team Leader

Must be IDOT Approved Team Leader B.S./BA Min 5 Yrs. Related lllinois P.E./S.E NBIS Team Leader lnspection High School Preferred to have NBIS Team 5 Yrs. Related N/A Diploma Min Experience Members N. Structure lnventory List

0098 Paulina Street 1 153 (55th Street) - Westbound 0136 Green Street 1154 Root Street 0168 Augusta Boulevard I 15s 43rd Street

0184 Michigan Avenue 1 1s6 47th Street 0189 69th Street tt57 5 I st Street 0262 Michigan Avenue - Interchange I 158 33rd Street

0400 Cicero Avenue 1 159 3 I st Street 0588 Jackson Boulevard I 160 35th Street 0s89 Adams Street I r65 Taylor Street 0601 Washington Street PWW under Central Avenue - South of I 650 0608 Randolph Street Grand Avenue 0659 Central Avenue 2028 Vy'entworth Avenue 0669 2029 Parnell Avenue 0744 Pulaski Road 2030 Genoa Avenue

I7 07s4 Sacramento Boulevard 2031 l07th Street 0183 Ashland Avenue 2032 Throop Street 1009 Damen Avenue 2036 Halsted Street 1049 Vy'entworth Avenue 2037 I l5th Street 1064 26th Street (Stevenson Ext.) 2038 V/ilson Avenue I 087 Harison Street (W) 2039 Forest Preserve Drive l 088 Harison Street (E) 2040 Michigan Avenue 1092 State Street 2041 State Street Frontage Road - (Stevenson Ext.) 26th to 28th 2042 1 15th Sheet - Eastbound 1 093 Streets 2043 I l5th Street - Westbound 1094 Milwaukee Avenue (Feeder) 2045 Milwaukee Avenue PWW over Kennedy Expressway at Austin 2046 Chicago Avenue 1102 Avenue 2047 - Westbound I 104 Sayre Avenue 2048 Grand Avenue I 105 Ainslie Street 2049 Ogden Avenue - Eastbound I 106 Natoma Avenue 2050 Milwaukee Avenue between Laramie and tt07 2051 Fulton Street Central I 138 Stewart Avenue 2052 Lake Street 1139 Canal Street 2053 Madison Street t14t 9 I st Street 2054 Monroe Street 1142 87th Street 2055 Van Buren Street lt43 83rd Street 2063 Austin Avenue (East Half) tt44 79th Street 2064 Laramie Avenue tt45 75th Street PWW over Eisenhower Expressway at 2065 tt46 7 I st Street Lavergne Avenue tt47 Marquette Road - 67th Street 2066 Kostner Avenue tt49 63rd Street PWVy' over Eisenhower Expressway at 2067 I 1s0 59th Street Kildare Avenue I 151 57th Street 2068 Keeler Avenue t1s2 Garheld Boulevard Eastbound

PWW over Eisenhower Expressway at 601 1 Cortland Street Bridge 2069 Springfield Avenue 6013 Damen Avenue (S) Bridge 2070 Independence Boulevard - Southbound 6014 Dearborn Street Bridge 2071 Independence Boulevard - Northbound 6015 Division Street (Canal) Bridge 2072 Central Park Avenue 6016 Division Street (River) Bridge 2073 Homan Avenue 6017 l Sth Street Bridge 2074 Kedzie Avenue 6020 Franklin - Orleans Street Bridge PWW over Eisenhower Expressway at Albany 6021 Grand Avenue Bridge 207s Avenue 6023 Halsted Street (River) (N) Bridge 2076 California Avenue 6024 Halsted Street (S) Bridge Prùy'W over Eisenhower Expressway at 6025 Harrison Street Bridge 2077 Maplewood Avenue 6026 Jackson Boulevard Bridge 2078 Oakley Boulevard 6028 Kinzie Street Bridge 2079 Leavitt Street 6029 Lake Street Bridge

18 2080 Damen Avenue 6030 Lake Shore Drive (River) Bridge 2081 Halsted Street 6032 LaSalle Street Bridge 2082 Peoria Street 6033 Loomis Street Bridge 2083 Vy'estern Avenue 6034 Madison Street Bridge 2t13 Morgan Street 6035 Michigan Avenue Bridge 2114 Loomis Street 6036 Monroe Street Bridge 2115 Racine Street 6037 Ewing Avenue Bridge (92nd Street) 2118 Halsted Street (Feeder) 603 I 95th Street Bridge 2119 Cottage Grove Avenue 6042 l00th Street Bridge 2120 Dr. Martin Luther King Jr. Drive 6043 106th Street Bridge 2124 East River Road 6045 Pulaski Road (S) Bridge 2127 l03rd Street 6047 Roosevelt Road Bridge 2600 l30th Street 6048 State Street Bridge 2686 Roosevelt Road over Metra Railroad 6050 Torrence Avenue Bridge

2688 Lake Shore Drive over Field Museum Concourse 605 1 Van Buren Street Bridge

McFetridge Drive over Southbound Lake Shore 6052 Wabash Avenue Bridge 2689 Drive 6053 Washington Street Bridge 2690 Lake Shore Drive over lTth Street Concourse 6054 Wells Street Bridge 2691 Vy'aldron Dr. over Gate O Concourse 6056 (S) Bridge 2692 Lake Shore Drive over l Sth Drive 6057 Webster Avenue Bridge \ùy'estern Lake Shore Drive (NB) over McCormick Place 6070 Avenue (N) Bridge 2693 Taxi Ramp 6011 Bridge 2850 76th Street 6072 Argyle Street Bridge

PVy'Vy' over North Branch of the Chicago River at 6073 Addison Street Bridge 4023 Cherry Avenue 6074 Bryn Mawr Avenue Bridge 6001 Adams Street Bridge 607s Central Park Avenue (N) Bridge 6002 Ashland Avenue (N) Bridge 6076 Devon Avenue Bridge (South Half) 6003 Ashland Avenue (S) Bridge 6077 Diversey Avenue Bridge 6004 Bridge 6080 Fullerton Avenue Bridge

6005 California Avenue (S) Bridge 608 1 Indiana Avenue Bridge (North Half) 6006 Canal Street Bridge 6082 Irving Park Road Bridge 6007 Bridge 6083 Kedzie Avenue (N) Bridge 6008 Chicago Avenue Bridge 6084 Kedzie Avenue (S) Bridge 6009 Cicero Avenue (S) Bridge 6085 Kimball Avenue Bridge 6010 Clark Street 6086 Lawrence Avenue

6087 Montrose Avenue Bridge Stetson Street - Wacker Drive to South Vy'ater 6144 6089 130th Street Bridge Street Vy'acker Drive - Stetson Street to Field 6092 35th Street Bridge 6145 Boulevard Vy'ater Street (S) - Beaubien Ct. to Stetson 6093 V/ilson Avenue Bridge 6146 Street

6095 Normal Avenue (N) Bridge 6147 Harbor Drive - North of Randolph St

t9 6096 Eggleston Avenue (N) Bridge Halsted Street (N) Bridge over North Branch 6148 Canal PVy'W over North Branch of the Chicago River 6097 Halsted Street (N) - North of North Branch at Albany Avenue 6149 Canal 6150 Halsted Street (N) - South of North Branch PWVy' over Nofth Branch of the Chicago River at 6098 Randolph Street - Michigan Avenue to Field Bernard Street 6154 Blvd. PWW over North Branch of the Chicago River at 61 55 PWW over Lake Shore Drive at 35th Street 6099 Ridgeway Avenue 61s6 PWW over Lake Shore Drive at 43rd Street PW'W over North Branch of the Chicago River at 61s7 PWW over Lake Shore Drive at 5 l st Street 6100 Spaulding Avenue PWW over Lake Shore Dr. at North Ave 6l s8 6101 Columbus Drive Bridge (Passerelle) Wabash Avenue - Chicago River to Kinzie 6102 Randolph Street Bridge 6160 Street 6103 Lake Shore Drive Viaduct - River to Slip 6161 Monroe Street over ICGRR 6104 Lake Shore Drive 6162 Jackson Drive over ICGRR LSD - NB Entrance Ramp from LL at Ogden 610s Lake Shore Drive Viaduct - North of Slip 6165 Slip Lake Shore Drive - Ramp "H" - NB Exit Ramp 6166 LSD - SB Exit Ramp toLL at Ogden Slip 6106 to Illinois St. 6171 Oakwood Boulevard over Lake Shore Drive Damen Avenue (S) - North of Stevenson 6172 Lake Shore Drive over 47th Street 6109 Expressway 6173 31st Street over ICGRR 6111 Chicago Avenue - Halsted Street Viaduct 6174 Oakwood Boulevard over ICGRR Damen Avenue (S) - South of Stevenson Trolley Car Tunnel under LaSalle Street - 6113 6175 Expressway South of River

61 l5 Dearbom Street - North of River 6t76 Trolley Car Tunnel under LaSalle Street - 61 16 1 Î+h Strecf - Fqcf nf R ir¡cr North of River 6117 lSth Street - West of River 6178 Illinois Street - East of St. Clair Street 6119 LaSalle Street - NoÉh of River 6179 Park Drive - N. Water Street to Illinois Street 6120 Michigan Avenue - North of River 6181 Lake Shore Drive over Bryn Mawr Avenue 6121 Michigan Avenue - South of River 6182 Lake Shore Drive over Pulaski Road (S) - North of Stevenson 6124 6t83 Lake Shore Drive over Lawrence Avenue Expressway Pulaski Road (S) - South ofStevenson 6125 6184 Lake Shore Drive over Wilson Avenue Expressway

6127 Clark Street - North Approach to Roosevelt Road 6185 Lake Shore Drive over Montrose Avenue

6t28 Clark Street - South Approach to Roosevelt Road 6186 Lake Shore Drive over Irving Park Road

6129 State Street - North of Rtver 6187 Lake Shore Drive over Belmont Avenue

6 130 Vy'abash Avenue - Kinzie Street to Illinois Street 6188 Lake Shore Drive over Fullerton Avenue

6131 Iùy'estern Avenue (S) - Near 33rd Street 6189 Lake Shore Drive over LaSalle Drive Vy'estern Avenue (N) Overpass - At Belmont 6134 6190 Simonds Drive Ave.

6135 Beaubien Court - Randolph Street to Lake Street 6191 V/ilson Drive

20 6136 Lake Street - Michigan Ave. to Stetson St. 6192 Diversey Harbor Inlet 6137 Stetson Street - Randolph St. to Lake St. 6193 Taylor Street - East of Canal Street Ìùy'acker Drive - Michigan Avenue to Randolph 6194 Columbia Drive Bridge 6r38 Street 6195 59th Street Inlet Bridge Water Street (S) - Wabash Avenue to Michigan 6196 Hayes Drive Bridge 6139 Avenue 6197 Coast Guard Drive Bridge Randolph Street - Field Boulevard to Harbor 6142 6198 Central Park Drive Bridge Drive Wacker Drive - Michigan Avenue to Stetson 6143 6199 Humboldt Boulevard Bridge Street

6211 PWW under Lake Shore Drive at 55th Street 6276 Grand Avenue - West of River PWV/ under Michigan Avenue at Van Buren 6278 Halsted Street (N) over Kinzie Street 6216 Street 6283 Canal Street at l6th Street PWW under Lake Shore Drive at Chicago 6218 Columbus Drive - Wacker Drive to Randolph Avenue 6333 Street PWV/ under Lake Shore Drive at Michigan and 6219 Oak Street Columbus Drive - Randolph Street to Monroe 6334 6220 PVy'W under Lake Shore Drive at Division Street Street

6223 PWW under Lake Shore Drive at North Avenue Water Street (S) - Stetson Street to Columbus 633s Drive 6225 Lake Shore Drive at Barry Avenue PWW under Lake Shore Drive between Roscoe 6336 DesPlaines Street - South of Kinzie Street 6226 and Aldine 6337 Clark Street - North of River Water Street (N) -'Wabash Avenue to Rush 6227 633 8 Columbus Drive - North of River Street

6228 PWV/ under Lake Shore Drive at Argyle Street 6339 Randolph Street - West of River

PWV/ under Stockton Drive - South of Dickens 6340 Stetson Street - Lake Street to South Water 6229 Drive PVy'W over North Branch of the Chicago 6387 6230 PV/W under Stockton Drive at Belden Avenue River at Carmen Street

6231 PWW under Stockton Drive at Deming Place LaSalle Drive between Clark Street and 6490 6233 Lake Shore Drive at Berwyn Avenue Dearborn Street PW'W under Simonds Drive at Montrose Harbor Lake Shore Drive - Bents 1 to 5 - Wacker 6234 6491 Drive Drive Intersection PWV/ under Lake Shore Drive between Lake Shore Drive - Northbound - South of 6235 6492 Vy'aveland Ave. and Addison St. Vy'acker Drive

PWW under Chicago and NorthWestern Tracks Lake Shore Drive - Southbound - South of 6236 6493 at Granville Avenue Wacker Drive

PWW under Milwaukee Road Railroad at Lake Shore Drive - Ramp 500 - NB Entrance 6231 6494 Hiawatha Avenue Ramp from Randolph St. 6239 PWW under CTA Tracks at Vy'ood Street Lake Shore Drive - Ramp 400 - SB Exit 6495 6240 PWV/ under Lake Shore Drive at Buena Avenue Ramp to Randolph Street

2l 6241 PWVy' over Dan Ryan at 93rd Street Lake Shore Drive - Ramp 300 - SB Entrance 6496 Ramp from LL & Wacker 6242 Field Blvd. - Randolph Street to Benton Blvd. 6243 Harbor Drive - South of Waterside Drive Lake Shore Drive - Ramp 800 - NB Ent. 6497 6244 Vy'aterside Drive - West of Harbor Drive Ramp to LL from Randolph St. 6245 Waterside Drive - East of Harbor Drive 6498 V/ells Street - North of River

6248 Solidarity Drive (EB) over Pedestlian Underpass Wacker Drive - Field Boulevard to Lake 6500 Solidarity Drive (WB) over Pedestrian Shore Drive 6249 Underpass 62st 103rd Street - East ofStony Island Avenue Lake Street - Intermediate Level - Stetson St. 6501 6260 Adams Street - West of River to Columbus Dr. 6261 Canal Street - Taylor Street to Harrison Street 6502 Lake Shore Drive at 6262 Harrison Street - West of River 6503 Normal Avenue (S) Bridge 6263 Jackson Boulevard - West of River 6504 Eggleston Avenue (S) Bridge 6264 Lake Street - West of River 6506 Washington Street - Canal Street to Clinton 6265 Madison Street - West of River Water Street - Columbus Drive to N 6507 Q.{) 6266 Monroe Street - West of River New Street 6269 Roosevelt Road - West of River Water Street (N) - Columbus Drive to St. 6508 6271 VanBuren Street - Vy'est of River Clair Street 6272 rùy'ashington Street - West of River 6s09 St. Clair Street - N. Water Street to Illinois 6273 Fullerton Parkway Bridge Illinois Street - St. Clair Street to Michigan 65 l0 6274 Fullerton Parkway at Lagoon Avenue 6275 Orleans Street - North of River

Vy'ater Street (S) - Michigan Avenue to Beaubien 6s44 Lake Shore Drive Underpass at 59th Street 651 l ct. 6545 Lake Shore Drive Underpass at Marquette 6st4 Canal Street - Jackson Blvd to Harrison Street 6546 Lake Shore Drive Underpass at 63rd Street 6515 Canal Street - Adams Street to Jackson Blvd 6547 Central Avenue over Armitage Avenue

6516 Canal Street - Madison Street to Adams Street 6s48 Forest Glen Avenue Bridge

6517 Roosevelt Road - Chicago River to Clark Street 6549 Central Avenue - North of Cortland Street

6518 Roosevelt Road at Clark Street 6550 3 1st Street over Lake Shore Drive 6519 Roosevelt Road - Clark Street to Plymouth Court 6552 126th Street Bridge over Old Indian Creek 6520 Roosevelt Road at Plymouth Court 6ss3 Columbus Drive Underpass at I lth Street 6521 Congress St. (S) over LC.G.R.R. 65s4 PWW over Metra Railroad at I lth Street 6522 Congress St, (N) over I.C.G.R.R. PWW over Northbound Lake Shore Drive at 6555 6s23 Polk Street - Vy'est of River 47th Street 6s24 Balbo Drive over I.C.G.R.R. 6556 PWW over Harbor Inlet at Diversey Avenue 6525 Jackson Boulevard in Garf,reld Park 6557 PWW over Metra Railroad at lSth Street Montrose Drive bet. Montrose Harbor Dr. and 6562 Busway under CN/IC Bridge at 19th Street 6526 Lake Shore Dr. 6563 Busway under Metra Railroad at 8th Street 6527 Damen Avenue (N) Bridge 6564 PWW under Busway at l8th Street 6528 Carondolet Avenue Bridge 6s65 PWW under CN/IC Bridge at l8th Street

22 6s31 North Avenue Bridge 6571 IHBRR Bridge over

6532 Laramie Avenue - at Polk Street PWW over Old Indian Creek - South of l26th 6574 St. & West of Avenue O Damen Avenue (S) over the Union Pacif,ic 6537 Wacker Drive - Randolph Street to Monroe Railroad 6653 Street Wacker Drive - Monroe Street to Van Buren 6538 Damen Avenue (S) - South of River 6654 Street

6539 Damen Avenue (S) Ramp Bicycle Ramp - East of Lake Shore Drive and 7928 Bridge 6s42 57th Street - West of Lake Shore Drive South of 6543 Lake Shore Drive at 57th Street 9704 LaSalle Drive at State Street

23 III. RFQ SUBMITTAL REQUIREMENTS

1. Format Proposals must be prepared on standard 8 %lx 11 letter size paper. Expensive paper and bindings are discouraged. The City encourages the use of materials containing recycled content.

When multiple projects are specified, each proposed project for which the firm is submitting must be separated by labeled tabs or a page dívider. (e.9. Project 1, Project 2) Proposer need only provide a Tab or Divider for the applicable Project(s) for which it is proposing.

2. Cover Letter A statement must be signed by an authorized representative of the firm committing to provide the services within the proposed RFQ schedule.

Respondents submitting a proposal in response to this RFQ must be currently prequalified in the applicable categories or must submit a prequalification submittal to IDOT prior to the proposal due date of this RFQ,

3. Executive Summary A brief narrative must delineate the general understanding of the project and the approach/methodology proposer is proposing to complete the required services. Please reference projects of comparable size, scope and magnitude where the above proposed approach/methodology were successfu lly implemented.

Details of past relevant projects should have been included in your RFQ response. ln the event that this information needs to be updated in support to this proposal, appropriate qualification information must be submitted to delineate the experience of the proposer.

4. Key Personnel & Organizational Ghart ldentify the project manager and key personnel committed to provide the services within the proposed schedule, state their role and areas of responsibility/activities on Attachment 1. Provide an organizational chart of team firms that will be performing on this Project. lnclude involvement by DBE firms. Provide resumes for the project manager and key personnel.

5. Commitment to meet DBE goal Provide a plan delineating the various anticipated categories and/or disciplines of work/services to be provided by DBE firms. Provide the names and qualifications for the prospective DBE firms that you plan to use to fulfill the minimum participation goal of 27%.

24 IV. EVALUAT¡ON CRITERIA

The Evaluation Committee will review the proposals in accordance with the following criteria:

1. Quality of the Technical Proposal

A. Accurate and full understanding of the project scale, type, unique elements and general approach to achieve the project goals

B. Demonstrated success of proposed approach/methodology in past or current similar projects

C. Availability and strength of committed personnel and organizational staffing plan to accomplish the goals and objectives of the project

D. Capacity to perform the Services within a reasonable time.

2. Commitment to meet the DBE goals.

25 IV. SELECTION

The RFQ will be reviewed by representative(s) from the Department of Transportation. The City may choose to conduct interviews, oral presentations and/or seek clarification from selected respondents. The final selection will be based on the proposal, which is most advantageous to the City. Once determined, the Commissioner will seek the Chief Procurement Officer's concurrence. The City of Chicago intends to award a contract to the consultant for a two-year cycle, The City may elect to extend the contract once for one additional two-year cycle.

Nothing in this RFQ is intended to, nor will be deemed to operate, limit or othenryise constrain the authority, powers, and discretion of the Chief Procurement Officer as set forth in the Municipal Purchasing Act for Cities of 500,000 or More in Population, 65 ILCS 5/8-10-1 et.seq., as amended, and in the Municipal Code of the City of Chicago, as amended.

The City reserves the right to terminate this procurement at any stage if the Chief Procurement Officer determines it to be in the best interest of the City. ln no event will the City be liable to proposers for any cost or damages incurred by proposers or other interested parties in connection with the procurement process, including but not limited to any and all costs of preparing the RFQ and participation in any conferences, oral presentation or negotiations.

26 V. TRANSPARENCY WEBSITE, TRADE SECRETS

Consistent with the City's practice of making available all information submitted in response to a public procurement, all responses to RFQs, any information and documentation contained therein, any additional information or documentation submitted to the City as paft of this solicitation, and any information or documentation presented to City as part of negotiation of a contract or other agreement may be made publicly available through the City's website.

However, Respondents may designate those portions of its response which contain trade secrets or other proprietary data ("Data") which Respondent desires remain confidential.

To designate portions of a response as confidential, Respondent must:

A. Mark the cover page as follows: "This response includes trade secrets or other proprietary data."

B. Mark each sheet or Data to be restricted with the following legend: "Confidential: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this bid."

C. Provide a CD-ROM with a redacted copy of the entire submission in .pdf format for posting on the City's website. Respondent is responsible for properly and adequately redacting any Data which Respondent desires remain confidential. lf entire pages or sections are removed, they must be represented by a page indicating that the page or section has been redacted. lndiscriminate labeling of material as "Confidential" may be grounds for deeming a bid as non-responsive. lndiscriminate labelinq of material as ' ntial" mav be orounds for deemino a bid as non-resþonsrve.

All responses submitted to the City are subject to the Freedom of lnformation Act. The City will make the final determination as to whether information, even if marked "confidential," will be disclosed pursuant to a request under the Freedom of lnformation act or valid subpoena. Respondent agrees not to pursue any cause of action against the City with regard to disclosure of information.

27 ATTACHMENT 1:

Outline of Full-Time Personnel, Experience, and Availability

Key Team Personnel Proposed:

LOCAL (L) DATE REFERENCED PAST OR NON. NAME OF (MO/YR) PROPOSED (AND LOCAL (NL) INDIVIDUAL/ PROJECTS AVAILABLE ROLE AT FIRM ROLE) FULL.TIME PRESENT

Other

Other

Other

Other

28 Outline of Full-Time Personnel, Experience, and Availability, continued:

Firm Proposing as Prime Consultant:

REFERENCED PREVIOUS REFERENCED PREVIOUS PROJECTS OF SIZE PROJECTS WITH CDOT OR IDOT SIMILAR TO PROPOSED AS CLIENT PROJECT(S)

PROJECT 1

PROJECT 2

PROJECT 3

FIRM'S NUMBER OF LOCAL ENGINEERS (i.e. presently located within Chicago commuting area)

FIRM'S NUMBER OF NON-LOCAL ENGINEERS

Subconsultants and DBE Commitment:

EXPECTED NAME OF PROPOSED PROPOSED ROLE IN DBE PARTICIPATION ON FIRM PROJECT(S) SUBCONSULTANT THIS PROJECT PROFESSIONAL SERVICES INSURANCE REQUIREMENTS Chicago Department of Transportation Professional Bridge lnspection Engineering Services

Consultant must provide and maintain at Consultant's own expense, during the term of the Agreement and any time period following expiration if Consultant is required to return and perform any of the Services or Additional Services under this Agreement, the insurance coverage and requirements specified below, insuring all operations related to the Agreement.

A. INSURANCE TO BE PROVIDED

1) Workers Compensation and Emplovers Liabilitv

Workers Compensation lnsurance, as prescribed by applicable law, covering all employees who are to provide a service under this Agreement and Employers Liability coverage with limits of not less than $500,000 each accident, illness or disease. Coverage must include United States Long Shore and Harbors Workers, Jones Act, when applicable

2) Commercial General Liabilitv (Primary and Umbrella)

Commercial General Liability lnsurance or equivalent with limits of not less than $2,000,000 per occurrence for bodily injury, personal injury and property damage liability. Coverages must include the following: All premises and operations, products/completed operations, separation of insureds, defense and contractual liability (not to include Endorsement CG 21 39 or equivalent).

The City of Chicago is to be named as an additional insured under the Consultant's and any subcontractor's policy. Such additional insured coverage shall be provided on ISO endorsement form CG 2010 for ongoing operations or on a similar additional insured form acceptable to the City. The additional insured coverage must not have any limiting endorsements or language under the policy such as but not limited to, Consultant's sole negligence or the additional insured's vicarious liability. Consultant's liability insurance shall be primary without right of contribution by any other insurance or self-insurance maintained by or available to the City. Consultant must ensure that the City is an additional insured on insurance required from subcontractors.

Subcontractors performing Services for Consultant must maintain limits of not less than $1,000.000 with the same terms herein.

3) Automobile Liabilitv (Primary and Umbrella)

When any motor vehicles (owned, non-owned and hired) are used in connection with Services to be performed, Consultant must provide Automobile Liability lnsurance with limits of not less than $2,000,000 per occurrence for bodily injury and property damage. The City of Chicago is to be named as an additional insured on a primary, non- contributory basis.

Subcontractors pedorming work or Services for Consultant must maintain limits of not less than $1,000,000 with the same terms herein. 4) Professional Liability

When any architect, engineers, or other professional consultants perform Services in connection with this Agreement, Professional Liability lnsurance covering acts, errors or omissions must be maintained with limits of not less than $5,000,000. When policies are renewed or replaced, the policy retroactive date must coincide with, or precede start of Services on the Agreement. A claims-made policy which is not renewed or replaced must have an extended reporting period of 2 years.

Subcontractor:s performing professional Services for Consultant must maintain limits of not less than $1,000,000 with the same terms herein.

5) Valuable Papers

When any media, data, repoús, files and other documents are produced or used under this Agreement, Valuable Papers lnsurance must be maintained in an amount to insure against any loss whatsoever, and must have limits sufficient to pay for the re-creation and reconstruction of such records.

6) Railroad Protective Liabilitv (when applicable)

When any work is to be done adjacent to or on railroad or transit property, Consultant must provide or cause to be provided with respect to the operations that Consultant or subcontractors perform, Railroad Protective Liability lnsurance in the name of railroad or transit entity. The policy must have limits of not less than the requirement of the operating railroad for losses arising out of injuries to or death of all persons, and for damage to or destruction of property, including the loss of use thereof.

7) Marine Protection & lndemn itv lwhenannl tca ble)

When Consultant undertakes any marine operation in connection with this Agreement, Consultant must provide or cause to be provided, Marine Protection & lndemnity coverage with limits of not less than $1.000,000. Coverage must include property damage and bodily injury to third parties, injuries to crew members if not provided through other insurance; damage to wharves, piers and other structures, and collision. The City of Chicago is to be named as an additional insured.

8) Propertv

The Consultant is responsible for all loss or damage to City property at full replacement cost. Consultant is responsible for all loss or damage to personal property (including materials, equipment, tools and supplies) owned, rented or used by Consultant. B. ADDITIONAL REQUIREMENTS

Consultant must furnish the City of Chicago, Department of Procurement Services, City Hall, Room 806, 121 North LaSalle Street, Chicago 1L.60602, original Certificates of lnsurance, or such similar evidence, to be in force on the date of this Agreement, and Renewal Cerlificates of lnsurance, or such similar evidence, if the coverages have an expiration or renewal date occurring during the term of this Agreement. Consultant must submit evidence of insurance on the City of Chicago lnsurance Certificate Form (copy attached as Exhibit-) or equivalent prior to execution of Agreement. The receipt of any certificate does not constitute agreement by the City that the insurance requirements in the Agreement have been fully met or that the insurance policies indicated on the certificate are in compliance with all requirements of Agreement. The failure of the City to obtain certificates or other insurance evidence from Consultant is not a waiver by the City of any requirements for the Consultant to obtain and maintain the specified coverages. Consultant must advise all insurers of the Agreement provisions regarding insurance. Non-conforming insurance does not relieve Consultant of the obligation to provide insurance as specified in this Agreement. Nonfulfillment of the insurance conditions may constitute a violation of the Agreement, and the City retains the right to suspend this Agreement until proper evidence of insurance is provided, or the Agreement may be terminated.

All Certificates lnsurance of Coverage must be signed, dated and reference the City Contract number.

The Consultant must provide for 60 days prior written notice to be given to the City in the event coverage is substantially changed, canceled or non-renewed.

Any deductibles or self-insured retentions on referenced insurance coverages must be borne by Consultant.

Consultant hereby waives and agrees to require their insurers to waive their rights of subrogation against the City of Chicago, its employees, elected officials, agents or representatives.

The coverages and limits furnished by Consultant in no way limit the Consultant's liabilities and responsibilities specified within the Agreement or by law.

Any insurance or self-insurance programs maintained by the City of Chicago do not contribute with insurance provided by Consultant under this Agreement.

The required insurance to be carried is not limited by any limitations expressed in the indemnification language in this Agreement or any limitation placed on the indemnity in this Agreement given as a matter of law.

lf the Consultant maintain higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City.

ff Consultant is a joint venture or limited liability company, the insurance policies must name the joint venture or limited liability company as a named insured. The Consultant must require all subcontractors to provide the insurance required herein, or Consultant may provide the coverages for subcontractors. All subcontractors are subject to the same insurance requirements of Consultant unless othenruise specified in this Agreement. Consultant must that ensure the City is an additional insured on Endorsement CG 2010 of the insurance req uired from subcontractors. lf Consultant or Subcontractor desire additional coverages, the party desiring the additional coverages is responsible for the acquisition and cost.

Notwithstanding any provisions in the Agreement to the contrary, the City of Chicago Risk Management Department maintains the right to modify, delete, alter or change these requirements.