HomeMy WebLinkAbout89-1025 idot - iOa5
VOLUME LIV 694
RESOLUTION
AUTHORIZING EXECUTION OF AN AGREEMENT WITH THE
ILLINOIS DEPARTMENT OF TRANSPORTATION AND THE COUNTY OF KANE
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS,
that George VanDeVoorde, Mayor, and Marie Yearman, City Clerk, be and are hereby
authorized and directed to execute an Addendum to the Joint City--County--State
Agreement on behalf of the City of Elgin with the State of Illinois Department of
Transportation and the County of Kane, for the improvement of Big Timber Road from
State Street to McLean Boulevard, a copy of which is attached hereto and made a part
hereof by reference.
s/ George VanDeVoorde
George VanDeVoorde, Mayor
Presented: October 25, 1989
Adopted: October 25 , 1989
Vote: Yeas 6 Nays p
Recorded:
Attest:
s / Marie Yearman
Marie Yearman, City Clerk
VOLUME LIV 696
RESOLUTION
APPROPRIATING FUNDS FOR BIG TIMBER ROAD IMPROVEMENT
WHEREAS, the City of Elgin has entered into an agreement with the State of
Illinois for the improvement of Big Timber Road from State Street to McLean Boulevard
(F.A.U. Route 1302, Section 83-00128-00-WR, and Project Number M-5293(9); and
WHEREAS, in compliance with the aforementioned agreement, it is necessary for
the City to appropriate funds to pay its share of the cost of said improvement.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
ELGIN, ILLINOIS, that there is hereby appropriated the sum of $311 ,250, or so much
thereof as may be necessary, to pay its share of the cost of this improvement as provided
in the agreement.
s/ George VanDeVoorde
George VanDeVoorde, Mayor
Presented: October 25, 1989
Adopted: October 25 , 1989
Vote: Yeas 6 Nays 0
Recorded:
Attest:
O
s/ Marie Yearman
Marie Yearman, City Clerk
Illinois Department of Transportation
2300 South Dirksen Parkway/ Springfield, Illinois/62764
March 9, 1990
Elgin
Section 83-00128-00-WR
Project No. BRM-M-5293(9)
Job No. C-91-198-83
Ms. Marie Yearman
City Clerk
150 Dexter Court
Elgin, IL 60120
Dear Ms. Yearman:
The joint agreement for the subject section was executed by the
Department on March 2, 1990. Your copy of the executed agreement
is attached.
Very truly yours,
William T. Sunley, P.E.
Engineer of Local Roads
and Streets
By: Darrell W. McMurray
Local Project Implementation Engineer
cc-
Melford Dahl, Dir. of Pub. Wks.
Nabi Fakroddin, Dir. of Trans., Kane Co.
Lorraine P. Sava, County Clerk, Kane Co.
J. C. Slifer Attn: F. M. Nathani
David G. Campbell Attn: Doris A. Reeve
E. J. Kehl Attn: Sandy Meyer
Dale A. Janik Attn: Robert L. Plunk
Attn: Bill Yuskus
Mun.;.cippl.it Secti
in (c) Illinois'Department ct3-00128-00-WR
' Tjwnsh;p of Transportation Fund Type
FAU & BRRP
County bane LOCAL AGENCY AGREEMENT State Contract Day Labor Local Contract RR Force
FOR FEDERAL PARTICIPATION X Account
This agreement is made and entered into between the above local agency (LA)and the State of Illinois,acting by and through its Department
of Transportation, hereinafter referred to as "STATE". The STATE and LA jointly propose to improve the designated location as shown
below.The improvement shall be constructed in accordance with plans approved by the STATE and the STATE's policies and procedures ap-
proved and/or required by the United States Federal Highway Administration hereinafter referred to as FHWA.
Big Timber Road Route FAU Loo Q �TjON Length 1. 04
Name Miles
T er mini State Street (Ill. Route 31) to Mcleanc Blvd.
PROJECT.DESCRIPTION Existing Str. No. 0 4 5-3 014
Roadway widening and reconstruction; new curb and gutter, s orm sewers; wideninc
of the structure over Tyler Creek; thermoplastic pavement markings and all
incidental work.
DIVISION OF COST (see addendum)
TYPE OF WORK FHWA % STATE LA TOTAL
Participating Construction . . . . . . . . $ ( 1$ ( )$ ( 1$
Non-Participating Construction . . . . $ ( 1$ ( 1$ ( 1$
Preliminary Engineering $ ( 1$ ( 1$ ( )$
Construction Engineering $ ( )$ ( 1$ ( 1$
Right of Way $ ( )$ ( 1$ ( )$
Railroads $ ( 1$ ( 1$ ( 1$
Utilities $ ( CS ( )$ ( 1$
Sub Total $ $ $ $
Other Funding Not Included Above $
Source of Other Funding:
Total Project Cost $
NOTE: The above costs and percentages are approximate and subject to change. The percentage(s) recorded and maintained by the
STATE,will be used in the final division of costs for billings or reimbursements.
If funding is lump sum and not a percentage of the total, place an asterisk in the space provided for the percentages. The Federal
share of construction engineering may not exceed 15%of the Federal share of the final construction cost.
w �f pp�qq ���� LOCAL AGENCY APPROPRIATION
The LA on A/0►'' �4, , 192,appropriate/by separate resolution$g ?'3 t/eVitf:2 to pay the LA's share of the cost and
will appropriate additional funds,if required to cover the LA's total cost.
METHOD OF FINANCING (STATE CONTRACT WORK ONLY) *Elgin-$ 311, 250 .
METHOD A ---Lump Sum (95-i, of LA Obligation)$ Kane County-$9 3 3 , 7 5 0 .
METHOD B --- Monthly Payments of $
METHOD C ---LA's share $ divided by estimated total cost multiplied by actual progress payment.
(See page two for details of the above methods and the financing of Day Labor and Local Contracts)
ADDENDA
Additional information and/or stipulations,if any,are hereby attached and identified below as being a part of this agreement.
Addendum See pages 2 , 3 , 4 , 5 , 6 , 7, and 8 .
(Insert NA, if not applicable) (Insert addendum numbers or letters and page numbers. if applicable)
The LA further agrees,as a condition of payment,that it accepts and will comply with the applicable provisions set forth on page two and all
addenda indicated above.
APPROVED APPROVED
F
Name See signature Sheets DEPARTMENTTE OOTRANSPIORTATION
Title By:
Chairman County Board Mayor Village President,etc Director of Mignways
Signature
Date
FOR DEPARTMENT USE ONLY
Construction Engineering Right-of-Way
Job Number Pro1ect Number Job Number Project Number Job Number Project Number
C-91-198-83 DRM-M.
Rn5293 (9 )
J
SLR 4251 .--871 iL-:9'--i'22 7
79481
DIVISION OF COST
TYPE OF WORK FHWA % COUNTY % CITY % T OTAL
Roadway & Drainage
(FAU Funds) 700,000 ( * ) 765,000** (75.00) 255,000 (25.00) 1,720,000.
Bridge over
Tyler Creek
(BRRP Funds) 280,000 80.00) 52,500 (15.00) 17,500 ( 5.00) 350,000.
Preliminary Engineering*** ( ) ( ) ( ) --
Right-of-Way**** ( ) ( ) ( ) --
Construction Engineering (00.00) 116,250 (75.00) 38,750 (25.00) 155,000.
TOTAL 980,000 933,750 311,250 2,225,000.
* Lump Sum.
** State shall pay $427,000 towards the improvement in exhange of FAS County Funds.
*** Covered under a separate agreement dated 8/26/83
**** Covered under a separate agreement dated 10/4/88
Note: State shall use up the $427,000 before billing the City on progress basis.
The amount of $765,000 County's share and $255,000 City's share is derived after $700,000 of Federal share is
substracted from the total amount of $1,720,000. The percentages apply after the deduction.
-2-
,Big Timber Road
• State St. to McLean Blvd.
Kane County
79441
ADDENDUM
AN ADDENDUM TO THE JOINT
VILLAGE-COUNTY-STATE AGREEMENT
FOR PROJECT BRM-M-5293(8) IN THE
THE CITY OF ELGIN, KANE COUNTY ILLINOIS
AND THE COUNTY OF KANE, ILLINOIS
I. DIVISION OF COST: See page 2.
II. THE CITY & COUNTY AGREES:
(1) To provide for all utility adjustments, and to regulate the use of the
right-of-way of this improvement by utilities, public and private
within its jurisdiction, in accordance with the current Utility
Accommodation Policy For Local Agency Highway and Street Systems.
(2) To comply with all applicable Executive Orders and Federal Highways
Acts pursuant to the Equal Employment Opportunity and
Non-discrimination Regulations required by the U.S. Department of
Transportation.
(3) To preserve and produce upon request of responsible STATE or FHWA
officials all records for this project for the purpose of an audit for
a period of three years after the FHWA payment of the final voucher.
(4) The failure of the CITY to comply with Federal requirements may result
in the loss (partial or total) of Federal participation as determined
by the FHWA.
(5) That upon receipt of the Contractor's first and subsequent progressive
bills for this improvement they will pay to the State, an amount equal
to each of their shares of the construction cost, divided by the
estimated total cost, multiplied by the actual progress payment.
(6) To furnish to the STATE, not later than 60 days after reporting
construction 100% complete, all construction records for documentation
review and retention for audit purposes until the close of the
calendar year during which documentation is completed, at which time
said records will be returned to the County and the City for
completion of the period of retention stipulated in Item (3).
III. THE CITY AGREES:
(1) To have in effect, prior to the award of the construction contract, an
ordinance prohibiting the discharge of sanitary and/or industrial
waste water into any storm sewer constructed as part of this
improvement.
(2) To provide for surveys and the preparation of plans for the proposed
improvement and engineering supervision during construction of the
proposed improvement, including acceptance sampling and testing of the
materials in accordance with the specifications, Project Procedures
Guide and methods prescribed by the STATE.
(3) The CITY agrees to exercise it's franchise right to cause private
utilities to be relocated at no expense to the STATE.
-3-
Big Timber Road
State St. to McLean Blvd.
Kane County
79441
(4) Upon completion of the improvement, and twenty-one (21) calendar days
after final inspection by the STATE, the CITY will assume jurisdiction
of Big Timber Road from State Street to McLean Blvd. within the
limits of this improvement.
The CITY will adopt and will put into effect prior to the STATE
advertising for the work to be performed hereunder, an appropriate
ordinance adding the portion of roadway, Big Timber Road from State
Street to McLean Blvd. within the limits of this improvement and
identified as Exhibit A(Location Map) and Exhibit B (BLR 1602) which
are attached hereto and made a part hereof, to the CITY system. A
copy of said ordinance is attached hereto as Exhibit C and made a part
hereof.
(5) The CITY agrees to have ordinances prohibiting parking in accordance
with the approved project report.
(6) The Local Agency certifies to the best of its knowledge and belief its
officials:
(a) are not presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from covered transactions
by any Federal department or agency;
(b) have not within a three-year period preceding this AGREEMENT been
convicted of or had a civil judgement rendered against them for
commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain or performing a public (Federal,
State, or local) transaction or contract under a public transaction;
violation of Federal or State antitrust statutes or commission of
embezzlement, theft, forgery, bribery, falsification or destruction of
records, making false statements, or receiving stolen property;
(c) are not presently indicted for or otherwise criminally or civilly
charged by a governmental entity (Federal, State, local) with
commission of any of the offenses enumerated in item (2) of this
certification;
(d) have not within a three-year period preceding this AGREEMENT had
one or more public transactions (Federal, State, local) terminated for
cause or default;
(e) have not been barred from signing this AGREEMENT as a result of a
violation of Sections 33E-3 and 33-4 of the Criminal Code of 1961
(Chapter 38 of the Illinois Revised Statutes) ;
(f) are not in default on an educational loan as provided in Public
Act 85-827.
IV. THE COUNTY AGREES:
(1) County will approve the plans and specifications.
IV. THE STATE AGREES:
(1) To provide independent assurance sampling, to furnish off-site material
inspection and testing, at sources normally visited by State inspectors
of steel, cement, aggregates, structural steel and other materials
customarily tested by the State, and to provide contract construction
administration and general supervision of the resident engineer.
-4-
Big Timber Road
.State St. to McLean Blvd.
• . Kane County
79441
VI. IT IS MUTUALLY AGREED:
(1) That this agreement shall be null and void in the event that the FHWA
does not approve the proposed improvement for Federal-Aid Participa-
tion and in the event the contract covering the construction work
contemplated herein is not awarded within three years of the date of
execution of this agreement.
(2) This agreement shall be binding upon the parties, their successors and
assigns.
(3) It is the policy of the U.S. Department of Transportation that
minority business enterprises, as defined in 49 CFR Part 23, shall
have the maximum opportunity to participate in the performance of
contracts financed in whole or in part with Federal funds under this
agreement. Consequently, the MBE requirements of 49 CFR Part 23 apply
to this agreement.
The STATE, COUNTY AND CITY agree to ensure that minority business
enterprises, as defined in 49 CFR Part 23, have the maximum
opportunity to participate in the performance of this agreement. In
this regard the STATE, COUNTY AND CITY shall take all necessary and
resonable steps, in accordance with 49 CFR Part 23, to ensure that
minority business enterprises have the maximum opportunity to compete
for and perform portions of contracts and subcontracts financed in
whole or in part with Federal funds provided under this agreement.
The STATE, COUNTY AND CITY shall not discriminate on the basis of
race, color, national origin, or sex in the selection and retention of
contractor or subcontractor, including procurement of materials and
leases of equipment.
The STATE, COUNTY AND CITY shall include the provisions of this
"Policy" in every contract, including procurement of materials and
leases of equipment. Failure to carry out the requirements set forth
above shall constitute a breach of this agreement and may result in
termination of the agreement or such remedy as deemed appropriate.
(4) That the authority to make changes in the County Highway System is
granted the COUNTY by Section 5-105 of the Illinois Highway Code, and
the authority to make changes in the Municipal Street System is
granted the CITY by Section 7-101 of the Illinois Highway Code.
(5) That the jurisdictional transfer shall be in accordance with BLR 1602
which is attached and made part of the agreement.
(6) That execution of this agreement constitutes the COUNTY'S and CITY'S
concurrence on the award of the construction contract to the
responsible low bidder as determined by the STATE.
(7) This agreement shall be binding upon the parties, their successors and
assigns.
-5-
Big Timber Road
State St. to McLean Blvd.
• Kane County
79441
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
in quintuplicate counterparts, each of which shall be considered as an original
by their duly authorized officers as of the dates below indicated.
Executed by the CITY, the -, CITY OF ELGIN
dayZ_
of � l 19�
ATTEST:
By:
City Clerk Mayor
-6-
Big Timber Road
State St. to McLean Blvd.
• Kane County
79441
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
in quintuplicate counterparts, each of which shall be considered as an original
by their duly authorized officers as of the dates below indicated.
EXECUTED BY COUNTY:
ATTEST:
COUNTY OF KANE
Date: /d 4 5r Date: /C
Bybraftt.-0-0,44....,‘A-61
By: 7e-30-24 OleeFlee-a-N-
County Clerk Chairman County Board
-7-
Big Timber Road
State St. to McLean Blvd.
Kane County
79441
IN WITNESS WHEREOF, the parties have caused this Agreement to be
executed in quintuplicate counterparts, each of which shall be considered as
an original by their duly authorized officers as of the dates below indicated.
APPROVED BY STATE OF ILLINOIS
DEPARTMENT OF TRANSPORTATION
BY: C . ,e14 71/44
DIRECTOR OF HIGHWAYS
DATE
-8-
(----7\
.CbU7W_9 Tom_ nut a Re. PRI
---'m--�--�� Cent In 11 i__._ _ ,1k �. - .
41/4.
, .
1.;,. i it il '!
v I L 0
r fa
Re.
I o D U N D E \ I . Rd.
ai j s tt e iiiilikl
e '�_ ; /i
R U T L A N D I {. . ,�
4
1
`�i� l
li jli iiii;
iii,. .....c.„ s
N.%
From .e. N .�,
4_ _
e07 ttt�ttttti�n .
---- zi , s \TOE ` ; I Wont Rd. , s .PEN AS ISLE
Ar
= i.
GILBERTS I r id.....
t•n
q.,,tink
;1 EA
In
1 . I IA" SLEEPY WESt I i
mil" C. I Mr HOLLOW i ND—N\fIll'''''' 1,! KtJL
It
,
ISO lel - / 1
- 1M1
I /MC QUEENS, ��' I
!Pi ,0 ,..
� F-�U ,..4.
_ ... °Plonk 44Ij \
p
11/ ,�� III� � 2
Wows. P L Ai T 0 ��,4 I +: � slg' k w
o
Re. ' • I ELGIN\,
��� PROJECT LOCATION , 414
a
PLATO CENTER . O , 6 01,�
Rti. `PS c„. +.r t V • _
r• Altillerill
"0
111Mill I
011VVI‘.4% .
..n Re.
E L , ,�
t.a Pd. lib
1 E
ii.
Pilint I
.:2._
N, ,........i .e,
L Weil Lmat
r_I - SOUTHpic tt. lu�'lll
ELGIN3t•nr �-
4 I,�
C A M P T O N I _� `►o.' JURISDICTIONAL TRANSFER
• LOCATION MAP
"'"' 40
-.\ BIG TIMBER ROAD
r. - \c Re_J��S �—. - rt——
r ..- s T. IMPROVEMENT
EXHIBIT "B"
Local Agency No.1 (Conveyor) Local Agency No.2 (Recipient)
. tjIllinois Department
of Transportation Municipality Municipality Elgin
LOCAL AGENCY Township/ Township/
AGREEMENT Road District Road District
FOR
JURISDICTIONAL TRANSFER County Kane County
In accordance with authority granted in Section 4-409 of the Illinois Highway Code, this ageement is made and entered into be-
tween the above Local Agency No. 1, hereinafter referred to as "CONVEYOR", and the above Local Agency No. 2, hereinafter
referred to as"RECIPIENT",to transfer the jurisdiction of the designated location from the CONVEYOR to the RECIPIENT.
Location Description
Name Big Timber Road FAH 1302& CH21 1 . 04
Route Length Miles
Termini
State Street (Illinois Route 31) to McLean Blvd.
This transfer does include Structure No. 045-3014
Include for Municipalities Only
WHEREAS,the authority to make changes to the Municipal Street System is granted to the Municipality by Section 7-101 of the
Illinois Highway Code.
NOW THEREFORE IT IS AGREED that the corporate authority of said municipality will pass an ordinance providing for the transfer
of the above location and shall attach hereto and make a part hereof a copy of the ordinance,and
Include for Counties Only
WHEREAS, the authority to make changes to the County Highway System is granted to the County by Section 5-105 of the Illinois
Highway Code.
NOW THEREFORE IT IS AGREED that the County Board of said County will pass a resolution providing for the transfer of the
above location and shall attach hereto and make a part hereof a copy of the resolution,and
Include for Township/Road Districts Only
WHEREAS, the authority to make changes to the Township/Road District System is granted to the Highway Commissioner under
Section 6-201.3 of the Illinois Highway Code.
THE CONVEYOR AGREES to prepare a map of the above location and attach a copy of such location map hereto.
IT IS MUTUALLY AGREED,that this jurisdictional transfer will become effective 21 calendar days after
field inspection by the State. .
Supplements
Additional information and/or stipulations,if any,are hereby attached and identified below as being a part of this agreement.
Supplement Exhibits A & C
(Insert supplement numbers or letters and page numbers,if applicable.)
IT IS FURTHER AGREED,that the provisions of this agreement shall be binding upon and inure to the benefit of the parties hereto,
their successors and assigns.
APPROVED BY CONVEYOR APPROVED BY RECIPIENT
Name Frank R. Miller Name George Van DeVoorde
Title Chairman County Board Title Mayor
Chairman County-Boardd//May�or/Village President/etc.t/ Chairman C my Board/Mayor/Village President/etc.
Signature /f'. )..7i��`�^�L Signature �1T
APPROVED /!- 7 l�u�l J�� 46 ��-9�
STATE OF ILLINOS By: Ci /// ���/
DEPARTMENT OF TRANSPORTATION irector of Highways Date
BLR 1602(1/88)
pIP State of Illinois
County of Kane ss Certificate of City Clerk
City of Elgin
I, Marie Yearman, DO HEREBY CERTIFY that I am the City Clerk of the City of Elgin,
Illinois, and that as such City Clerk I am the keeper and custodian of the files and records of
said City of Elgin and the seal thereof.
1 DO FURTHER CERTIFY that the attached is a full,true,and correct copy of
. . .. • ...•
•
••
7Plt •
the original of which is entrusted to my care for safe keeping.
In Witness Whereof,I have hereunto set my hand and affixed the corporate seal of the
City of Elgin at the said City in the County and State aforesaid this day of
T?Li
2ieA2AAtecLeA) , 19
City Clerk.
(SEAL)
�•' ' EXy/8/T "G"
Ordinance No. G93-89
AN ORDINANCE
PROVIDING FOR THE TRANSFER OF BIG TIMBER ROAD IN ELGIN
TO THE MUNICIPAL STREET SYSTEM
WHEREAS, the County of Kane and the City of Elgin under date of October 25,
1989, entered into an agreement for transfer of jurisdiction of Big Timber Road to the
municipal street system.
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
ELGIN, ILLINOIS:
Section I. That the improvement of Big Timber Road from State Street (Illinois
Route 31) to McLean Boulevard within the city limits be added to the municipal street
system.
Section 2. That the City Clerk is directed to forward a certified copy of this
ordinance to the State of Illinois through its District Engineer's Office at 201 West
Center Court, Schaumburg, Illinois.
s/ George VanDeVoorde
George VanDeVoorde, Mayor
Presented: October 25, 1989
Passed: October 25 , 1989
Vote: Yeas 6 Nays 0
Recorded:
Published:
Attest:
s/ Marie Yearman
Marie Yearman, City Clerk
a
r
•
695 VOLUME LIV
•
Ordinance No. G93-89
AN ORDINANCE
PROVIDING FOR THE TRANSFER OF BIG TIMBER ROAD IN ELGIN
TO THE MUNICIPAL STREET SYSTEM
WHEREAS, the County of Kane and the City of Elgin under date of October 25,
1989, entered into an agreement for transfer of jurisdiction of Big Timber Road to the
municipal street system.
NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
ELGIN, ILLINOIS: 41414
Section I. That the improve -.'' Big Timber Road from State Street (Illinois
Route 31) to McLean Boulevard within he city limits be added to the municipal street
system.
Section 2. That the City Clerk is directed to forward a certified copy of this
ordinance to the State of Illinois through its District Engineer's Office at 201 West
Center Court, Schaumburg, Illinois.
s/ George VanDeVoorde
George VanDeVoorde, Mayor
Presented: October 25, 1989
Passed: October 25 , 1989
Vote: Yeas 6 Nays 0
Recorded:
Published:
Attest:
s/ Marie Yearman
Marie Yearman, City Clerk
RESOLUTION ADOPTED APPROPRIATING FUNDS
FOR BIG TIMBER ROAD IMPROVEMENT
Councilwoman Shales made a motion, seconded by Councilwoman Popple
to adopt the aforementioned Resolution. Yeas : Councilmen Fox,
Moylan, Popple, Shales , Walters and Mayor VanDeVoorde. Nays :
None .
' _.� 4
•
Illinois Department of Transportation
Division of Highways/District 1
201 West Center Court/Schaumburg, Illinois/60196-1096
LOCAL ROADS AND STREETS
CITY MFT
Elgin
Section: 83-00128-00-WR
Kane County
Section: 83-00150-O9-WR
Engineering Agreement
April 2, 1990
Marie Yearman
City Clerk
150 Dexter Cour
Elgin, IL 60120
Dear Madam:
The agreement for engineering services dated February 14, 1990
between the City of Elgin and Hampton, Lenzini & Renwick, Inc. ,
Consulting Engineers, for engineering services to be performed
in connection with the City's motor fuel tax Construction
improvement designated as City Section 83-00128-00-WR and
County Section 83-0015 0-09-WR was approved by this Department
today. The City's file copy of the agreement is being returned
herewith.
Very truly yours,
SVeLi
James C. Slifer, P.E.
District Engineer
JCS/FN/AC/mrl
cc: William T. Sunley w/encl
Hampton, Lenzini & Renwick, Inc. , Consulting Engineers w/encl
Melford Dahl, Director of Public Works w/encl
Nabi Fakroddin, County Superintendent of Highways w/encl
97921
r
Municipality L Name Hampton, Lenzini and
Elgin 0 C Renwick, Inc.
County .0 0 Address
Kane A CONSTRUCTION ENGINEERING N 380 Shepard Drive
Township L SERVICES AGREEMENT S City
FOR U Elgin
Section A MOTOR FUEL L State
83-00128-00—WR G TAX FUNDS T Illinois
Project No. E A Zip Code
M-5293(9) N N 60123-7010
Job No. C T Existing
C-91-198-83 Y Structure No. 045-3014
ii
THIS AGREEMENT is made and entered into this _� day
of I'ai'l1,'ii rati 196Al between the above Local
Agency (LA) and Consultant (ENGINEER) and covers certain professional engineering services In connection
with the construction of the above SECTION.Motor Fuel Tax Funds allotted to the LA by the State of Illinois
under the general supervision of the State Department of Transportation, hereinafter called the "STATE",
will be used entirely or in part to finance ENGINEER services as described under AGREEMENT PROVISIONS.
WHEREVER IN THIS AGREEMENT the following terms are used, they shall be interpreted to mean:
DISTRICT ENGINEER District Engineer, Department of Transportation
RESIDENT ENGINEER LA employee directly responsible for construction of SECTION
CONTRACTOR Company or Companies to which the construction contract was awarded
PROJECT DESCRIPTION
Name Big Timber Road Route FAU 1302 Length 1.04 MI.
Termini From 200 feet east of McLean Boulevard to Illinois Route 31
Description: Total reconstruction of an existing two-lane rural type flexible base
roadway to a four-lane urban type full-depth asphalt roadway with curb
and gutter, closed drainage and bridge replacement.
AGREEMENT PROVISIONS
THE ENGINEER AGREES,
1. To perform or be responsible for the performance of the following engineering services for the LA, in
connection with the proposed improvement hereinbefore described, and checked below:
a. (X) Proportioning and testing of concrete mixtures in accordance with the '*Manual of Instructions
for Concrete Proportioning and Testing" issued by the Bureau of Materials and Physical
Research, of the STATE and promptly submit reports on forms prepared by said Bureau.
b.(X) Proportioning and testing of bituminous mixtures (Including extraction test) in accordance with
the "Manual of Instructions for Bituminous Proportioning and Testing" Issued by the Bureau of
Materials and Physical Research, of the STATE, and promptly submit reports on forms prepared by
said Bureau.
•
c. (X) All compaction tests as required by the specifications and report promptly the same on forms
prepared by the Bureau of Materials and Physical Research.
d.(X) Quality and sieve analyses on local aggregates to see that they comply with the specifications
contained In the contract.
e.(X) Inspection of all materials when inspection is not provided at the sources by the Bureau of
Materials and Physical Research, of the STATE, and s,:o-it inspection reports to the LA ano the
STATE in accordance with the policies of The said STATE.
BLR 4352 (Rev. 7-87)
Sheet 1
' ••
f.(X) Inspect, document, and inform the resident engineer of the adequacy of the establishment and
maintenance of the traffic control.
g.(X) Geometric control including all construction staking and construction layouts.
h.(X) Quality control in the construction work in progress and the enforcement of the contract
provisions in accordance with the STATE Construction Manual.
l.(X) Measurement and computation of pay items.
j.(X) Maintain a daily record of the contractor's activities throughout construction including
sufficient information to permit verification of the nature and cost of changes in plans and
authorized extra work.
k. (X) Preparation and submission to the LA In the required form and number of copies, all partial and
final payment estimates, change orders, records,documentation, and reports required by the LA
and the STATE.
I.(X) Revision of contract drawings to reflect as built conditions.
2. Engineering services shall include all equipment, instruments, supplies, transportation and personnel
required to perform the duties of the ENGINEER In connection with the AGREEMENT.
3. To furnish the services as required herein within twenty-four hours of notification by the RESIDENT
ENGINEER or authorized representative.
4. To attend conferences and visit the site of the work at any reasonable time when requested to do so by
the LA or representatives of the STATE.
5. That none of the services to be furnished by the ENGINEER shall be sublet, assigned, or transferred to
any other party or parties without the written consent of the LA. The consent to sublet, assign or
otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed
to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT.
6. That payment by the LA shall be as hereinafter provided. The ENGINEER shall submit invoices, based on
his progress reports, to the RESIDENT ENGINEER, not oftener than once per month for partial payment on
account for his work completed to date. Such Invoices shall represent the value, to the LA of the
partially completed work, based on the sum of the actual costs incurred, plus a percentage (equal to
the percentage of the construction engineering completed) of the fixed fee for the fully completed
work.
7. That the engineer is qualified technically and is entirely conversant with the design standards and
policies applicable to Improvement of the SECTION; and that he has sufficient properly trained,
organized and experienced personnel to perform the services enumerated herein.
8. That the ENGINEER shall be responsible for the accuracy of the ENGINEER'S work and correction of any
errors, omissions or ambiguities due to the ENGINEER'S negligence which ney occur either during
prosecution or after acceptance by the LA. Should any damage to persons or property result from his
error, omission or negligent act, the ENGINEER shall indemnify the LA and its employees from all
accrued claims or liability and assume all restitution and repair costs arising fran such negligence.
He shall give- Immediate attention to any remedial changes so there will be minimal delay to the
contractor and prepare such data as necessary to effectuate corrections, in consultation with and
without further compensation from the LA.
9. That the ENGINEER will comply with applicable Federal Statutes, State of Illinois Statutes, and local
laws or ordinances of the LA.
8LR 4352 (Rev. 7-87)
Sheet 2
THE ENGINEER FURTHER AGREES,
to comply with all applicable Equal Employment and Nondiscrimination Acts, Executive Orders, and
Regulations required by the U.S. Department of Transportation (DOT) including:
a. 23 USC 710.405(b), Nondiscrimination on Basis of Sex In Right-of-Way Acquisition.
b. 42 USC 2000d-1, Title VI of the Civil Rights Act of 1964 (Nondiscrimination on Basis of Race,
Color, or National Origin).
c. 49 CFR 21, Nondiscrimination in DOT Programs.
d. 49 CFR 23, Participation by MBE's in DOT Programs.
It Is the policy of the U.S. Department of Transportation that Disadvantaged Business Enterprises,
as defined In 49 CFR Part 23, shall have the maximum opportunity to participate In the performance
of contracts/agreements financed in whole or In part with Federal funds under this AGREEMENT.
The ENGINEER agrees to ensure that disadvantaged business enterprises, as defined in 49 CFR Part
23, have the maximum opportunity to participate in the performance of this agreement. In this
regard the ENGINEER shall take all necessary and reasonable steps in accordance with 49 CFR Part
23, to ensure that disadvantaged business enterprises have the maximum opportunity to compete for
and perform portions of this agreement. The ENGINEER shall not discriminate on the basis of race,
color, national origin, or sex in the selection and retention of subcontractors, including
procurement of materials and leases of equipment.
The ENGINEER shall include the provisions of this "Policy" in every subcontract, including
procurement of materials and leases of equipment.
Failure to carry out the requirements set forth above shall constitute a breach of this agreement
and may result in termination of the agreement or such remedy as deemed appropriate.
e. 49 CFR 27, Nondiscrimination on Basis of Handicap.
THE LA AGREES,
1. To furnish a RESIDENT ENGINEER to be in responsible charge of general supervision of the construction.
2. To furnish the necessary plans and specifi atlons.
3. To notify the ENGINEER at least twenty-four hours in advance of the need for personnel or services.
4. That fc,r t'ie r,..rformance by the ENGINEER of the services set forth above, the LA shall pay the
ENGINEER on the following basis of payment:
Amount of Basic Fee. The ENGINEER shall receive, as full payment for completing all work required of him
under this, AGREEMENT, a basic fee, consisting of payment for the items shown in Section 4 (a), (b), (c)
and (d) hereof.
a. The ENGINEER shall be reimbursed for his actual costs related to the salaries of his employees for
the time directly attributable and properly charvnoble to the SECTION under the terms of this
AGREEMENT, including salaries of principals of the ENGINEER for time they are productively engaged
in work necessary to fulfill the terms of this AGREEMENT. A tabulation showing the present
regular hourly salary range for each class of employee expected to work on this SECTION is as
toll�ws:
BLR 4352 (Rev. 7-87)
Sheet 3
HOURLY RATE RANGE
CLASSIFICATION FROM TO
Principal Engineer
Engineer
SEE EXHIBIT A Chief of Party
Instrument Man
Rodman
Inspectors
Clerical
The classifications of the employees used in the work sh uld be consistent with the employee
classifications and estimated manhours shown in EXHIBIT X. If the personnel of the firm,
Including the Principal Engineer, perform routine services that should normally be performed by
lesser-salaried personnel, the wage rate billed for such services shall be commensurate with the
work performed.
in the event that additional classes of employees must be utilized or if salary adjustments are
made, the above data may be modified by agreement between the ENGINEER and the LA.
Costs related to salaries shall include actual withholdings and contributions by either the
employee or the ENGINEER for the approved payroll burden items set forth in Exhibit of this
Agreement. B and C
b. The ENGINEER shall be reimbursed for his direct non-salary costs which are directly attributable
and properly allocable to the Project.
(1) Direct non-salary costs paid by the ENGINEER may also include in-plant and travel expenses.
Travel expenses within the State of Illinois only, that are necessary to fulfill the terms of
this AGREEMENT, may be directly charged to the SECTION. Reimbursable travel expenses shall
include the reasonable cost of meals, lodging, incidental expenses, and transportation for
regular employees and principals of the ENGINEER only while away from their regular place of
duty and directly engaged on the SECTION. Travel expenses may be based on actual costs, or on
an agreed per diem or mileage basis, or on a combination of the two, provided the resulting
charge is reasonable. The ENGINEER will not be required to submit receipts for reimbursement
of in-plant and travel expenses, but will be required to submit a detailed listing of such
actual expenses certified by him to be direct SECTION costs that are not included in overhead.
(2) The withholding provisions contained in Section 5a and 5b of this AGREEMENT shall not apply to
costs enumerated in Section 48 above.
c. The ENGINEER shall be reimbursed for his actual overhead or indirect costs to the extent that they
are properly allocable to the SECTION. Such costs shall be established in accord with sound
accounting principles and businesds practices. Such costs are included in the ov�eread and expense
rate set forth in EXHIBIT X ofathls AGREEMENT. The rate shown in EXHIBIT isnprovisional for use
In computing partial payments. Upon completion of the SECTION, final payment for indirect costs
will be determined by audit of the ENGINEER'S accounts to establish the actual indirect costs
incurred during the period of this AGREEMENT which are properly allocable to it.
d. The ENGINEER shall be paid a fixed fee (lump sum) of $20,062.38 to cover profit only. The
maximum total amount payable, including actual costs, fixed fee, and contingencies, shall not
exceed $ 170,374.15 unless there is a substantial change In the scope, complexity, or
character of the work, or there is a substantial overrun in the time necessary for the ENGINEER to
complete the work due to causes beyond his control. Under these circumstances, adjustments in
total compensation to the ENGINEER shall be determined through negotiation between the parties of
this AGREEMENT and concurred in by the STATE.
BLR 4352 (Rev. 7-87)
Sheet 4
5. Partial Payments. The LA, for and in consideration of the rendering of the engineering services
enumerated herein, agrees to pay to the ENGINEER for rendering such services the basic fee hereinafter
established in the following manner:
a. For the first 50$ of completed work, and upon receipt of monthly invoices from the ENGINEER and
the approval thereof by the LA, monthly payments for the work performed shall be due and payable
to the ENGINEER, such payments to be equal to 90% of the value of the partially completed work
(See Section 9 of THE ENGINEER AGREES) minus all previous partial payments made to the ENGINEER.
b. After 50% of the work is completed, and upon receipt of monthly Invoices from the ENGINEER and the
approval thereof by the LA, monthly payments covering work performed shall be due and payable to
the ENGINEER, such payments to be equal to 95% of the value of the partially completed work (See
Section 9 of THE ENGINEER AGREES) minus all previous partial payments made to the ENGINEER.
c. Final Payment - Upon approval by the LA but not later than 60 days after the work is completed and
all final measurements and reports have been made and accepted by the LA, a sum of money equal to
the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments
previously paid to the ENGINEER under Section 5a and 5b of this AGREEMENTIshall be due and payable
to the ENGINEER.
IT IS MUTUALLY AGREED:
1. That the ENGINEER and his subcontractors will maintain all books, documents, papers, accounting
records and other evidence pertaining to cost incurred and to make such materials available at their
respective offices at all reasonable times during the AGREEMENT period and for three years from the
date of final payment under this AGREEMENT, for inspection by the STATE, Federal Highway Administra-
tion, or any authorized representatives of the Federal Government and copies thereof shall be
furnished if requested.
2. That all services are to be furnished as required by construction progress and as determined by the
RESIDENT ENGINEER. The ENGINEER shall complete all services specified herein within a time considered
reasonable to the LA, after the CONTRACTOR has completed the construction contract.
3. That all field notes, test records and reports shall be turned over to and become the property of the
LA and that during the performance of the engineering services herein provided for, the ENGINEER shall
be responsible for any loss or damage to the documents herein enumerated while they are In his
possession arid any such loss or damage shall be restored at his expense.
4. That this AGREEMENT may be terminated by the LA upon written notice to the ENGINEER, at his last known
post office address, with the understanding that should the AGREEMENT be terminated by the LA, the
ENGINEER shall be paid for any services completed and any services partially completed. The
percentage of the total services which have been rendered by the ENGINEER shall be mutually agreed by
the parties hereto. The fixed fee stipulated in Section 4d of THE LA AGREES shall be multiplied by
this percentage and added to the ENGINEER'S actual casts to obtain the earned value of work performed.
All field notes, test records and reports completed or partially completed at the time of termination
shall become the property of, and be delivered to, the LA.
5. That any differences between the ENGINEER and the LA concerning the interpretation of the provisions
of this AGREEMENT shall be referred to a committee of disinterested parties consisting of one member
appointed by the ENGINEER, one member appointed by the LA, and a third member appointed by the two
other members for disposition and that the committee's aecision shall be final.
6. That in the event the engineering and inspection services to be furnished and performed by the LA
(Including personnel furnished by the ENGINEER) shall, in the opinion cf the STATE be Incompetent or
inadequate, the STATE shall have the right to supplement the engineering and Inspection force or to
replace the engineers or inspectors employed on such work at the expense of the LA.
BLR 4352 (Rev. 7-87)
Sheet 5
7. That the ENGINEER has not been retained or compensated to provide design and construction review
services relating to the contractor's safety precautions, except as provided in Section if of the
ENGINEER AGREES.
SUCCESSORS AND ASSIGNS
That the LA and the ENGINEER bind themselves, their successors, executors, administrators, and assigns to
the other party of this AGREEMENT, and to the successors, executors, administrators, and assigns of such
other party in respect to all covenants of this AGREEMENT.
Executed by the LA:
City of Elgin of the
(Municipality/Township/County)
State of Illinois, acting by and
ATTEST: through it/ City Council
BY CLh;12 �, �L�l�,. i,'--CC-4L/ By
City Clerk Title: Mayo
Y
(SEAL)
Executed the ENGINEER:by Hampton, Lenzini and Renwick, Inc.
380 Shepard Drive
ATTEST: ) Elgin, Illinois 60123-7010
By ,,l By `/6 ' 4
Title: Secretary Title: President
•
•
•
BLR 4352 (Rev. 7-87)
Sheet 6
Federal Aid Project M-5293(9 )
CERTIFICATION OF THE CONSULTANT
I HEREBY CERTIFY that I am the President and duly author-
ized representative of the firm of Hampton, Lenzini and Renwick,
Inc. , whose address is 380 Shepard Drive, Elgin, Illinois, and
that neither I nor the above firm I here represent has:
a. Employed or retained for a commission, percentage,
brokerage, contingent fee or other considerations,
any firm or person (other than a bona fide employ-
ee working solely for me or the above CONSULTANT)
to solicit or secure this AGREEMENT;
b. Agreed, as an express or implied condition for
obtaining this AGREEMENT, to employ or retain the
services of any firm or person in connection with
carrying out the AGREEMENT; or
c. Paid, or agreed to pay to any firm, organization
or person (other than a bona fide employee working
solely for me or the above CONSULTANT) any fee,
contribution, donation or consideration of any
kind, or in connection with, procuring or carrying
out the AGREEMENT; except as here expressly stated
(if any) :
In addition, I and the firm I herein represent:
d. are not presently debarred, suspended, proposed
for debarment, declared ineligible or voluntarily
excluded from covered transactions by any Federal
department or agency;
e. have not within a three-year period preceding this
AGREEMENT been convicted of or had a civil judge-
ment rendered against them for commission of fraud
or a criminal offense in connection with obtain-
ing, attempting to obtain or performing a public
(Federal, State or local ) transaction or contract
under a public transaction: violation of Federal
or State antitrust statutes or commission of em-
bezzlement, theft, forgery, bribery, falsification
or destruction of records, making false statements
or receiving stolen property;
f. are not presently indicted for or otherwise crimi-
nally or civilly charged by a governmental entity
(Federal, State or local ) with commission of any
of the offenses enumerated in paragraph (e) of
this certification;
Federal Aid Project M-5293(9)
g. have not within a three-year period preceding this
AGREEMENT had one or more public transactions
( Federal, State or local ) terminated for cause or
default;
h. have not been barred from signing this AGREEMENT
as a result of a violation of Sections 33E-3 and
33E-4 of the Criminal Code of 1961 (Chapter 38 of
the Illinois Revised Statutes) ; and
i. are not in default on an educational loan as pro-
vided in Public Act 85-827.
I acknowledge that this certificate is to be furnished to
the DEPARTMENT and is subject to applicable State and Federal
laws, both criminal and civil.
/8` 19ey By :C
Date / Presid t
Federal Aid Project M-5293(9 )
CERTIFICATION OF CITY
I HEREBY CERTIFY that I am the Mayor of the City of Elgin
of the State of Illinois and that the CONSULTANT, Hampton, Len-
zini and Renwick, Inc. , or their representative has not been re-
quired directly or indirectly as an express or implied condition
in connection with obtaining or carrying out this AGREEMENT to:
a. employ or retain, or agree to employ or retain,
any firm or person; or
b. pay or agree to pay to any firm, person or organi-
zation any fee, contribution, donation or consid-
eration of any kind except as here expressly stat-
ed (if any) :
I acknowledge that this certificate is to be furnished to
the STATE and is subject to the applicable State and Federal
laws, both criminal and civil.
By iger---7.
q Mayor
e %
EXHIBIT A
RANGE OF DIRECT PAYROLL COSTS
Regular Time Overtime
Classification From To From To
Senior Engineer $20.00 $23. 50 $20.00 $23. 50
Engineer 5 19.00 22.00 19.00 22.00
Engineer 4 16.00 19.00 24.00 28. 50
Engineer 3 14.00 16.00 21.00 24.00
Engineer 2 13.00 14.00 19.50 21.00
Engineer 1 11.00 13.00 16. 50 19. 50
Engineer in Training 10.00 11.00 15.00 16. 50
Technician 5 14.00 15.50 21.00 23. 25
Technician 4 12.00 14.00 18.00 21.00
Technician 3 10.00 12.00 15.00 18.00
Technician 2 9.00 10.00 13. 50 15.00
Technician 1 7.00 9.00 10. 50 13. 50
Technician - Temporary 5.00 7.00 7. 50 10. 50
Clerical 9.00 11.00 9.00 16. 50
Clerical - Temporary 6.00 9.00 9.00 13. 50
Accountant 10.00 14.00 13. 50 21.00
EXHIBIT B
PAYROLL BURDEN AND FRINGE COSTS
% of Direct
Productive Payroll
Federal Insurance Contributions Act 10.40
State and Federal Unemployment
Compensation 0. 62
Workmen's Compensation Insurance 1.00
Paid Holidays, Vacations, Sick Leave 12.42
Employee-Established Pension Plans
and Relocated Allocations 5.30
Group Insurance and Bonus 23. 51
TOTAL PAYROLL BURDEN AND FRINGE COSTS 53.25
EXHIBIT C
OVERHEAD AND INDIRECT COSTS
% of Direct
Productive Payroll
Administration, including supervision
(excluding salaries of principals for
time they are productively engaged in
work necessary to fulfill the terms of
the Agreement) , secretarial, clerical,
bookkeeping and library 17. 65
Depreciation and Amortization 10. 64
Insurance, including accident, liability,
valuable papers 6.21
Income Tax 0.73
Travel Expense not assigned to clients 0.36
Professional Services 0.84
Miscellaneous Business Expense 27. 19
63. 62
r
AVERAGE HOURLY PROJECT RATES
(. Hampton, Lenzini and Renwick, Inc. Date:DECEMBER 7, 1989
Project:ELGIN, BIG TIMBER ROAD, SEC 83-00128-00-WR, PROJ NO. M-5293(9)
Reference Model No. 119 ; PROJ:ECT ; CONST:RUCTION ; TYPI;NG AND ; RES;IDENT
ADMINISTRATION ; GUID:ANCE ; PRI:NTING ; INSP;ECTION
( ; CLASSIFICATION SALARY ; t PART ; WGT. RATE ; t PART ; WT. RATE ; t PART ; WGT. RATE % PART ; WGT. RATE
( SENIOR ENGINEER 23.25 100.00 23.25 ; 28.04 6.52 .00 ; .00 .00 .00
ENGINEER 5 21.03 .00 .00 .00 ; .00 ' .00 .00 .00
ENGINEER 4 17.48 .00 .00 .00 .00 .00 .00 .00
( ENGINEER 3 14.94 .00 71.96 10.75 .00 .00 .00 .00
ENGINEER 2 13.75 .00 .00 .00 .00 .00 .00 .00
ENGINEER 1 13.00 .00 .00 .00 .00 .00 .00 .00
17 ENGINEER IN TRAINING 11.00 .00 .00 , .00 ; .00 .00 .00 .00
TECHNICIAN 5 15.00 .00 .00 ' .00 ' .00 .00 .00 .00
TECHNICIAN 4 14.00 .00 .00 .00 .00 .00 58.49 8.19
( TECHNICIAN 3 11.53 .00 .00 .00 .00 .0C 37.74 4.35
TECHNICIAN 2 9.41 .00 .00 .00 .00 .00 .00 .00
TECHNICIAN 1 8.00 .00 .00 .00 .00 .00 3.77 .30
( TECHNICIAN TEMPORARY 5.75 .00 .00 .00 .00 .00 .00 .00
CLERICAL 10.80 .00 .00 .00 100.00 10.80 .00 .00
CLERICAL TEMPORARY 7.55 .00 .00 .00 .00 .00 .00
( ACCOUNTING 13.55 .00 .00 .00 .00 ; .00 .00
.00 .00
AVERAGE PAYROLL RATE , 100.00 23.25 100.00 17.27 100.00 10.80 100.00 12.84
iir
EXHIBIT D
Prepared By Hampton, Lenzini and Renwick, Inc.
IC
ir
4.
L
(
(
L
I
(
Page 1
AVERAGE HOURLY PROJECT RATES
( . Hampton, Lenzini and Renwick, Inc. Date:DECEMBER 7, 1989
Project:ELGIN, BIG TIMBER ROAD, SEC 83-00128-00-WR, PROJ NO. M-5293(9)
( ; Reference Model No. STA KING ; P;AY ; DOCUM;ENTATION QUA LITY ; SH;OP
ESTIMATE ; ; CON TROL ; DRAW;INGS
C, ; CLASSIFICATION % PART WGT. RATE ; % PART ; WGT. RATE ; % PART ; WGT. RATE t PART WGT. RATE t PART ; WGT. RATE
( SENIOR ENGINEER .00 .00 ; .00 ; .00 .00 .00 .00 ; .00 ; .00 .00
ENGINEER 5 .00 .00 ; .00 ; .00 .00 .00 .00 ; .00 ; 69.23 14.56
ENGINEER 4 .00 .00 ; .00 ; .00 .00 .00 .00 ; .00 .00 .00
( ENGINEER 3 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00
ENGINEER 2 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00
ENGINEER 1 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00
( ENGINEER IN TRAINING .00 .00 .00 .00 .00 .00 .00 .00 .00 .00
TECHNICIAN 5 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00
TECHNICIAN 4 33.33 4.67 100.00 14.00 65.28 ; 9.14 28.57 4.00 7.69 1.08
( TECHNICIAN 3 .00 ; .00 .00 .00 .00 .00 .00 .00 .00
TECHNICIAN 2 33.33 3.14 .00 34.72 3.27 ; 71.43 6.72 ; 23.08 2.17
TECHNICIAN 1 33.33 ; 2.67 .00 .00 .00 ; .00 .00 .0C .0C
( TECHNICIAN TEMPORARY .00 .00 .00 .00 ; .00 ; .00 .00 .00 .00
CLERICAL .00 .00 .00 .00 •; .00 .00 .00 .00 .00
CLERICAL TEMPORARY .00 .00 ; .00 .00 .00 ; .00 .00 ; .00 .00
( ACCOUNTING .00 .00 ; .00 .00 .00 .00 .00 .00 .00
.00 ; .00 ; .00 .00
AVERAGE PAYROLL RATE 100.00 ; 10.47 100.00 14.00 100.00 12.41 1 100.00 10.72 ; 100.00 17.81
r EXHIBIT D
Prepared By Hampton, Lenzini and Renwick, Inc.
L
IL
C
L
(
l
C
.
Page 2
AVERAGE HOURLY PROJECT RATES
. Hampton, Lenzini and Renwick, Inc. Date:DECEMBER 7, 1989
Project:ELGIN, BIG TIMBER ROAD, SEC 83-00128-00-WR, PROJ NO. M-5293(9)
(•
Reference Model No. ; CHANGE RECORD
ORDERS DRAWINGS
; CLASSIFICATION ; t PART ; WGT. RATE t PART ; WGT. RATE
( ;SENIOR ENGINEER .00 ; .00 .00 .00
;ENGINEER 5 .00 .00 .00 .00
ENGINEER 4 .00 .00 .00 .00
ENGINEER 3 .00 .00 .00 .00
ENGINEER 2 .00 .00 .00 .00
ENGINEER 1 .00 .00 .00 .00
( ENGINEER IN TRAINING .00 .00 .00 .00
TECHNICIAN 5 .00 .00 .00 .00
;TECHNICIAN 4 25.00 3.50 .00 .00
;TECHNICIAN 3 .00 .00 .00 .00
;TECHNICIAN 2 75.00 7.06 100.00 9.41
;TECHNICIAN 1 .00 .00 .00
( ;TECHNICIAN TEMPORARY .00 .00 .00
;CLERICAL .00 .00 .00
;CLERICAL TEMPORARY .00 .00 .00
( ;ACCOUNTING .00 .00 .00
.00
AVERAGE PAYROLL RATE 100.00 10.56 100.00 9.41
ir
EXHIBIT D
Prepared By Hampton, Lenzini and Renwick, Inc.
L'
( ,
(.
Page 3
( COST ESTIMATE OF CONSULTANT'S SERVICES
Hampton, Lenzini and Renwick, Inc. Date:DECEMBER 7, 1989
Project:ELGIN, BIG TIMBER ROAD, SEC 83-00128-001R, PROJ NO M-5293(9)
C-'
Reference Model No. ; 119 120 ESTIMATED:COST IN DOLLARS
( Current Multiplier ; 1.1687 OVERHEAD & IN-HOUSE ; SERVICES % OF
NUMBER OF PAYROLL FRINGE DIRECT ; SUBTOTAL PROFIT BY TOTAL GRAND
ITEM ; MAN HOURS BENEFITS COSTS ; OTHERS TOTAL
( (A) (8) (C) (D) (E) (F) (G) (H) (I)
( PROJ. ADMINSTRATION 20.00 465.00 543.45 1,008.45 157.44 1,165.89 .68
CONSTRUCT. GUIDANCE 535.00 9,239.45 10,798.15 20,037.60 3,128.25 (0)2,590.00 25,755.85 15.12
TYPING & PRINTING 62.00 669.60 782.56 25.00 1,477.16 230.33 1,707.49 1.00
C RESIDENT INSPECTION 2,650.00 34,026.00 39,766.19 73,792.19 11,520.35 85,312.54 50.07
STAKING 564.00 5,905.08 6,901.27 271.00 13,077.35 2,038.61 15,115.96 8.87
PAY ESTIMATES 40.00 560.00 654.47 1,214.47 189.60 1,404.07 .82
( ;DOCUMENTATION 576.00 7,148.16 8,354.05 15,502.21: 2,420.19 17,922.40 10.52
;QUALITY CONTROL 42.00 450.24 526.20 976.44: 152.44 (b)19,193.58 20,322.46 11.93
;SHOP DRAWINGS 26.00: 463.06 541.18 1,004.24; 156.78 1,161.02: .68
;CHANGE ORDERS 12.00: 126.72 148.10 274.82; 42.90 317.72: .19
;RECORD DRAWINGS 8.00; 75.28 87.98 163.26: 25.49 188.75: .11
;TOTALS 4,535.00:59,128.59 69,103.60 296.00 128,528.19: 20,062.38 21,783.58: 170,374.15: 99.99
EXHIBIT E
(a)COLLINS AND RICE, INC.
(b)PROFESSIONAL SERVICE INDUSTRIES, INC.
IL
C
L
(
•
L
(
C
Page 1
SUMMARY OF DIRECT COSTS
Stakes (600) $120 . 00
Lath (600) 126. 00
Spray Paint (1 case) 25. 00
$271. 00
Copy Paper (500 sheets) 25. 00
TOTAL $296 . 00
COLLINS I'-NO RICE, INC. Consulting Engineers
431 SOUTH GRAND AVENUE,WEST • SPRINGFIELD,ILLINOIS TELEPHONE 217/525-1030
62704-3788
December 5, 1989
Hampton, Lenzini and Renwick, Inc.
380 Shepard Drive
Elgin, Illinois 60123
Subject: Kane County
Section 83-00128-00-WR
Big Timber Road
Gentlemen:
We agree to provide the following engineering services relative to the construction
phase of the subject project.
1 . Check shop drawings.
2. Provide coordination services relative to plan interpretation and project layout.
3. Consultation services as required.
The engineering fee for this work will be our eligible actual salary costs, plus the
approved rates for payroll burden and fringe and overhead and expense costs plus a
fixed amount of $266.00 to cover profit only. The actual amount payable shall not
exceed $2,590.00 unless there is a substantial overrun in the time necessary for the
Engineer to complete the work due to causes beyond his control . We understand that
we will be governed by the various provisions of Form BLR 4352, Construction
Engineering Services Agreement for Federal Participation.
Attached is Exhibit A showing the method of arriving at the estimated engineering
fee. If you find this satisfactory, please sign one copy and return for our files.
Very truly yours,
COLLINS and RICE, Inc.
b1;ab �L
M J. Rice
MJR:d
APPROVED
DATE RECEIVED
DEC 7 \989
HI- & R. I>�C.
ROUTE: Big Timber Road EXHIBIT A , ,
SECTION: Section 83-00128-00-WR CONSTRUCTION ENGINEERING SHEET 1
PROJECT .
COUNTY: Kane County
JOB NO. Overhead and Fringe Benefit rates on file with IDOT = 127.92
: ESTIMATED COST IN DOLLARS ;
,
, , :,
: NUMBER : : OVERHEAD : IN-HOUSE : : : Ca) : :
: OF MAN : : & FRINGE : ❑IRECT : : : SERVICES : :
: HOURS : PAYROLL : BENEFITS : COSTS : SUBTOTAL : PROFIT : BY OTHERS : TOTAL :
ITEM : CA) : (B) : (C) : CO) : (E) : (F) : CG) : (H) :
, , , : : : : : :
CHECK SHOP DRAWINGS : 16 : 240 : 307 : : 547 : 72 : : 619 :
a
CONSTRUCTION COORDINATION : 24 : 456 : 583 1 : 1,039 : 137 : : 1, 176 :
, , , , a , , ,
CONSULTATION : 8 : 192 : 246 : : 438 : 57 : : 495 :
, ,
, , a
, , , : I : : : :
Travel Expense : : : : : ,
,
1,200 miles @ $0.25/mile : 1 1 : 300 : 300 : : : 300 1
: : : : :
, , ,
, , ,
, , ,
, , , , , a a
a
a
, , , , , ' '
a, , , a
a
, , , : : : : : :
Totals : 48 : 888 1 1, 136 : 300 : 2,324 : 266 : : 2,590 :
•
Ca) Describe Services -
rf Professional Service Industries, Inc.
N
December 6 , 1989
Hampton, Lenzini and Renwick, Inc .
380 Shepard Drive
Elgin, Illinois 60123-7010
Attention: Mr . Robert Lenzini
President
Re : Construction Materials Testing
and Inspection Services
Big Timber Road
FAU Route Number 1302
Section Number 83-00128-00-WR
Kane County, Illinois
PSI Number: 042-126
Gentlemen:
As per the December 5 , 1989 meeting between Mr . Robert
Lenzini of Hampton, Lenzini and Renwick, Inc . to Mr. John J .
Balun of Professional Service Industries , Inc . , PSI is pleased
to submit the following proposal for providing construction
materials testing and inspection services for the referenced
project .
PSI proposes to provide experienced, technical personnel
to perform the necessary testing and inspection services in
accordance with project specifications . It is also proposed
to accomplish the work on a unit price basis in accordance
with the attached Schedule of Services and Fees and that the
work be performed pursuant to the PSI General Conditions .
Copies of the PSI Schedule of Services and Fees and General
Conditions are enclosed herewith and incorporated into this
proposal . PSI ' s fees would be determined by the actual amount
of technical time expended for this project and the amount of
laboratory testing performed.
PSI can proceed with the work on the basis of verbal
authorization; however, please sign and return one ( 1 ) copy
of this proposal intact . When returning the proposal ,please
complete the attached Project Data Sheet so that your file can
be properly established.
RECEIVED
DEC 7 1989
HL' & R. INC.
1403 Timber Drive • Elgin, IL 60123 • Phone:312/931-7110
Pro4essional Service Industries
Hampton, Lenzini and Renwick, Inc .
December 6 , 1989
Page two of nine
PSI performs a complete range of construction materials
testing and inspection services . In addition to those listed
in the Schedule of Services and Fees , your project can be
provided with the following :
- Welder qualification observation and testing.
- Structural Steel fabrication observation and
testing, including nondestructive tests on welds .
PSI appreciates the opportunity to offer its services to
your project and looks forward to working with you during the
construction phase .
Respectf ly submitted,
PR S I• SERVICE INDUSTRIES, INC.
B lun
Senor Division M nager
41PK1 Lr"
Thor L. Moody
Elgin Division Manager
JJB/TLM: lr
Attachments : Estimate of Time & Costs
Schedule of Services and Fees
Project Data Sheet
General Conditions
Affirmative Action Statement
Certificate Regarding Debarment,
Suspension Ineligibility and
Voluntary Exclusion
AGREED TO THIS DAY OF , 1989
BY :
TITLE:
FIRM:
Professional Service Industries
Hampton, Lenzini and Renwick , Inc .
December 6 , 1989
Page four of nine
TOTAL CHARGES
COMPACTION CONTROL $ 6,174 . 00
P.C.C. CONCRETE $ 2 ,850 . 00
BITUMINOUS CONCRETE $ 6, 658 . 98
LABORATORY SERVICES $ 870 . 60
ENGINEERING SERVICES $ 1 , 900 . 00
MISCELLANEOUS CHARGES $ 740 . 00
TOTAL COST NOT TO EXCEED: $19 , 193 . 58
REMARKS
1 . Personnel rates quoted are based on an 8 hour work day,
Monday through Friday with a minimum charge of 3 hours
per day . Services performed outside of these hours and
on Saturdays , Sundays and holidays will be subject to
overtime rates . Rates are based on portal to portal
time .
2 . All rates presented in this proposal are applicable to
to your projects for the period through December 31 ,
1990 , thereafter, all rates quoted in this proposal are
subject to escalation on January 1 , 1991 .
3 . Invoices will be submitted once a month for services
rendered during the prior month.
4 . Rates quoted above include five ( 5 ) copies of reports
distributed and mailed in accordance with your
instructions . Additional copies will be billed at a rate
of $0 . 25 per sheet .
5 . A certificate of insurance will be supplied upon request .
Prolersional Service Industries
Hampton, Lenzini and Renwick , Inc .
December 6 , 1989
Page three of nine
ESTIMATE OF TIME & COSTS
COMPACTION CONTROL
Sub-Base 68 Hours
Base Course 32 Hours
Bituminous Concrete 96 Hours
196 Hours
Cost : 196 Hours x $ 31 . 50/Hour = $6 , 174 . 00
p . C . C . CONCRETE FIELD TESTING
Sidewalks , Driveways , Curb & Gutter,
and Base Course 100 Hours
Cost : 100 Hours x $28 . 50 = $2 ,850 . 00
BITUMINOUS CONCRETE SURFACE. BINDER AND BASE
Bituminous Proportioning Plant Inspection -
Per Ton 22 , 962 Tons
Cost : 22 , 962 Tons x $0 . 29 = $6 , 658 . 98
(Minimum Charge - $120 . 00 Per Day)
Where the contractor has the option, and exercises it ,
to utilize recycled materials in bituminous base course
or binder, an added fee will be necessary to cover
sampling of the bituminous stockpile and eight to
ten extractions to ascertain the composition of the
stockpile in accordance with IDOT standard procedures .
The work will be done for a lump sum fee .
Per Stockpile Evaluation: $ 500 . 00
LABORATORY SERVICES
Compressive Strength Testing of Concrete
Cylinders : 68 Cylinders
Cost : 68 Cylinders x $7 . 95 = $ 540 . 00
Moisture Density Tests (Standard) : 3 Tests
Cost : 3 Tests x $110 . 00 = $ 330 . 00
Total Lab: $ 870 . 60
ENGINEERING SERVICES :
Project Engineer 40 Hours
Cost : 40 Hours x $47 . 50 = $1 , 900 . 00
MISCELLANEOUS
2 Days - A minimum charge for
Asphalt = $ 240 . 00
Recycle Stockpile Sample Testing
1 x $500 . 00 = $ 500 . 00
}iampton, Lenzini and. Renwick, Inc.
December 6 , 1989-
.Page five of nine PROFESSIONAL SERVICE INDUSTRIES, INC.
PITTSBURGH TESTING LABORATORY/A & H FLOOD DIVISION
SCHEDULE OF SERVICES&FEES•CONSTRUCTION OUALTIY CONTROL
EFFECTIVE JANUARY 1, 1989
Laboratory Testing Services
Compression testing of concrete cylinders in accordance with ASTM procedures-
Concrete cylinder delivered to our laboratory.
Supplying molds,testing and reporting Each $ 7.95
Pick-up of test cylinders and transportation to laboratory.
Within 25 miles radius of laboratory Per Trip $ 30.00
Concrete cylinder test mold,per case of 20 Per Case $ 30.00
Density relationship of soils
ASTM D698 - AASHTO T99(Standard) Each $110.00
ASTM D1557 - AASHTO T180(Modified) Each $125.00
ASTM D-2049(Relative Density) Each $130.00
Sample preparation Each $ 20.00
Sieve Analysis
ASTM C-136(Unwashed) Each $ 40.00
ASTM C-117(Washed over No.200 Sieve) Additional $ 22.00
Services and fees for laboratory testing not listed will be quoted upon request.
Field Testing Services
Engineering Technician Services for Field Testing.
1. Concrete testing-batch plant.
2. Concrete testing-site.
3. Field density testing for compaction control.
4. Field density testing asphalt concrete.
5. Witnessing of test procedures by others.
Per Hour $ 28.50
Per Hour Overtime $ 42.00
Senior Engineering Technician Services for Field Testing
1. Shallow footing and subgrade inspection.
2. Roofing inspection.
3. Reinforcing steel inspection.
Per Hour $ 31.50
Per Hour Overtime $ 47.50
Senior Engineering Technician Services for Asphalt Plant Testing
1. Verify suitability of raw materials.
2. Control proportions and mixing formula.
3. Sample for and perform extraction analysis.
4. Perform density tests of pavement cores.
Per Hour $ 31.50
Per Hour Overtime $ 47.50
Senior Engineering Technician Services for Steel Testing
1. N D E Level II Inspector
2. Certified Welding Inspector
Per Hour $ 34.00
Per Hour Overtime $ 50.00
Equipment charges-Per Hour
Pachometer $4.00 Windsor Probe $4.00
Nuclear Density Gauge $5.00 (Probe charge$23.50/set 3)
Asbestos Testing Services
Field Personnel and Sample Analysis
1. Project Manager, Building Inspector and Air Sampling Professional.
Per Hour $ 52.50
Per Hour Overtime $ 79.00
2. Air Filter Analysis and Bulk Sample Analysis Each $ 31.50
3. TEM Analysis Each $475.00
Engineering Services
Engineering Services for test evaluation,report preparation,contract administration,
Job site meetings and consultation. (Typically one-half to one hour per technician day.)
Principal Engineer Per hour $ 80.00
Project Engineer Per hour $ 65.00
Staff Engineer Per hour $ 47.50
Field Engineer Per hour $ 42.00
Secretarial Services Per hour $ 21.00
Remarks
If applicable,a transportation charge of$0.45 per mile and per diem charge of$55.00 will be added.
All field testing services are portal to portal our facility with a minimum charge of 4 hours.
Overtime rates will apply for services performed outside 7:00 A.M.and 5:00 P.M.Monday through Friday and on
Saturdays,Sundays,holidays,and in excess of eight hours per day.
Weekly and monthly rates will be quoted upon request.
The prices listed above include up to 4 copies of the report distributed and mailed in accordance with your Instructions.
Additional copies will be billed at the rate of$0.30 per sheet,plus secretarial time.
The above rates are applicable for calendar year 1989.
HEJL189
• .Hampton, Lenzini and Renwick, Inc .
December 6 , 198..9
Page six of nine
PROFESSIONAL SERVICE INDUSTRIES, INC.
PROJECT DATA SHEET
CONSTRUCTION MATERIALS TESTING AND INSPECTION SERVICES
1. Project Name:
2. Project Location:
3. Your Job No.: Purchase Order No.:
4. Project Manager: Telephone No.:
5. Number and Distribution of Reports:
( ) Copies To: ( ) Copies To:
Attn: Attn:
( ) Copies To: ( ) Copies To:
Attn• Attn-
6. Invoicing Address:
Attn:
7. Site Contact: Telephone No.•
8. Other Pertinent Information:
•
PSI B-900-13(1)
• 'Hampton, Lenzini and Renwick , Inc .
December 6 , 1989
Page seven of nine GENERAL CONDITIONS
1.PARTIES AND SCOPE OF WORK:Professional Service Industries,Inc.(hereinafter referred to as"P.S.I.")shall include said company,or its particular
division, subsidiary or affiliate performing the work. "Work" means the specific geotechnical, analytical, testing or other service to be performed by
P.S.I. as set forth in P.S.I.'s proposal, the clients' acceptance thereof and these General Conditions. "Client" refers to the person or business entity
ordering the work to be done by P.S.I. If the client is ordering the work on behalf of another, the client represents and warrants that the client is the
duly authorized agent of said party for the purpose of ordering and directing said work. Unless otherwise stated in writing, the client assumes sole
responsibility for determining whether the quantity and the nature of the work ordered by the client is adequate and sufficient for the clients'intended
purpose. Client shall communicate these General Conditions to each and every third party to whom the client transmits any part of P.S.I.'s work. P.S.I.
shall have no duty or obligation to any third party greater than that set forth in P.S.I.'s proposal,client's acceptance thereof and these General Conditions.
The ordering of work from P.S.I shall constitute acceptance of the terms of P.S.I.'s proposal and these General Conditions.
2. TESTS AND INSPECTIONS: Client shall cause all tests and inspections of the site, materials and work performed by P.S.I. or others to be timely
and properly performed in accordance with the plans, specifications and contract documents, and P.S.I.'s recommendations. No claims for loss,
damage or injury shall be brought against P.S.I. by client or any third party unless all tests and inspections have been so performed and unless P.S.I.'s
recommendations have been followed.6iie rees to indemnify, defend and hold P.S.I., its officers, employees and agents harmless fro rrd
all claims, suits, losses, costs and expenses, inc u • ited to, court costs and reasonable attorney's fees in a i such tests
and inspections are not so performed or P.S.I.'s recommendations are except to the exten re is the result of the negligence,
willful or wanton act or omission of P.S.I., its officers, agents or employees. P.S.I. ma o a roof investigation, perform roof cuts ("cuts")
as part of the investigation. Client agrees to provide a roof contrac oice to make suc ye samples as directed by P. I.
personnel; and to promptly make necessary repair at a roof contractor is not so provided by client, clien P.S.I. may
and remove such cuts as PSI de in the course of the investigation.Roof cut areas will be temporarily patched by P.S.I. perso
agrees to pay f , materials and labor needed for any and all temporary patches and will hold P.S.I. harmless for any and all dama
ems and the building and its.contents which may arise from removal and repairing of roof cuts.
3. SCHEDULING OF WORK: The services set forth in P.S.I.'s proposal and client's acceptance will be accomplished in a timely, workmanlike and
professional manner by P.S.I. personnel at the prices quoted. If P.S.I. is required to delay commencement of the work or if, upon embarking upon its
work, P.S.I. is required to stop or interrupt the progress of its work as a result of changes in the scope of the work requested by the client, to fulfill the
requirements of third parties, interruptions in the progress of construction, or other causes beyond the direct reasonable control of P.S.I., additional
charges will be applicable and payable by client.
4.ACCESS TO SITE: Client will arrange and provide such access to the site as is necessary for P.S.I.to perform the work.P.S.I.shall take reasonable
measures and precautions to minimize damage to the site and any improvements located thereon as the result of its work or the use of its equipment;
however, P.S.I. has not included in its fee the cost of restoration of damage which may occur. If client desires or requires P.S.I. to restore the site to
its former condition,upon written request P.S.I.will perform such additional work as is necessary to do so and client agrees to pay to P.S.I.the cost thereof.
ADE OBJECTS: Unless P.S.I. has assumed in writing the responsibility of locating subsurface or . -• ••-•
client agrees to indemnify and saveP.S.I. harmie . . : - • - costs and exoen - • •: - • •• • • orneys'tees as a
of personal injury, death or property damage occurring with re •- • • - F- • • ••• •': - •• Ilia • urface or latent con
or damage to subsurface • . -•• . • - , Ines or conduits where the actual or potential presence and location t ereo t. • •• •_ •�'
6.RESPONSIBILITY:P.S.I.'s work shall not include determining,supervising or implementing the means,methods,techniques,sequences or procedures
of construction. P.S.I. shall not be responsible for evaluating, reporting or affecting job conditions concerning health, safety or welfare. P.S.I.'s work or
failure to perform same shall not in any way excuse any contractor, subcontractor or supplier from performance of its work in accordance with the
contract documents.
7. SAMPLE DISPOSAL: Unless otherwise agreed, test specimens or samples will be disposed immediately upon completion of the test. All drilling
samples or specimens will be disposed sixty(60)days after submission of P.S.I.'s report.
8. PAYMENT: Client shall be invoiced once each month for work performed during the preceding period. Client agrees to pay each invoice within
thirty (30) days of its receipt. The client further agrees to pay interest on all amounts invoiced and not paid or objected to for valid cause within said
thirty (30) day period at the rate of eighteen (18) percent per annum (or the maximum interest rate permitted under applicable law, whichever is the
lesser)until paid. Client agrees to pay P.S.I.'s cost of collection of all amounts due and unpaid atter sixty(60)days,including court costs and reasonable
attorney's fees.
9.TERMINATION: This Agreement may be terminated by either party upon seven day's prior written notice. In the event of termination, P.S.I. shall be
compensated by client for all services performed up to and including the termination date, including reimbursable expenses, and for the completion
of such services and records as are necessary to place P.S.I.'s files in order and/or protect its professional reputation.
10.WARRANTY:P.S.I.'s services will be performed, its findings obtained and its reports prepared in accordance with its proposal,client's acceptance
thereof, these General Conditions, and wrtn generally accepted principals and practices. In performing its professional services, P.S.I. will use that
degree of care and skill ordinarily exercised under similar circumstances by members of its profession. This warranty is in lieu of all other warranties
or representations, either express or implied. Statements made in PSI reports are opinions based upon engineering judgement and are not to be
construed as representations of fact.
• • • ' . • •r•fessional employees be found to have been negligent in the performing of professional services or • , • . •- - ;,
and breached any express or Imps ea w. . , - . - - • • . •-• - - ••• le
- - • • a i pans claiming to h
any way relied upon P.S I 's -• : s - aggregate amount o e 1•. • • . . ., •• :: . -••- • -- :•• •••l"•�
CfPfe Tuie.l ill ou,UU' . ' or the total amount of the fee paid to P.S.I.for its work performed with respect to the project whichever amount is greater. 1,
In the event client is unwilling or unable to limit P.S.I.'s liability in accordance with the provisions set forth in this paragraph, client may, upon written
request of client received within five days of client's acceptance hereof, increase the limit of P.S.I.'s liability to$500,000.00 or the amount of P.S.I.'s fee
whichever is the greater, by agreeing to pay P.S.I. a sum equivalent to an additional amount of 5%of the total fee to be charged for P.S.I.'s services.
This charge is not to be construed as being a charge for insurance of any type, but is increased consideration for the greater liability involved.
a • ce.t to the extent specifically addressed in paragraph 10,client agrees to indemnify,defend and hold P.S.I.,its offic- -••• -
agents and rndependen • - . : • - •. .n and all claims, suits, losses,costs and expense • •- :- . -• to court costs and
reasonable attorneys' fees arising or alleging to have arise •• • ,?.:• ••-• • • • • . n the event that client or client's principal
bring any suit,cause of action,claim or counter . .. .- : • . e extent that P.S.I.s a • •.• •=- - • •f action,claim or counter, 1 .1
/
the party initiatin. ^• ^ -• • , ••y 0 . .1. the costs and expenses incurred by P.S.I. to answer and/or defend suc sui , -• - . --
- aim, including reasonable attorney's fees, court costs, witness fees and other related expenses.
12. ARBITRATION: Anything contained in any other contract documents notwithstanding, P.S.I. shall not be bound by any provision or agreement
requiring or providing for arbitration of disputes or controversies arising out of P.S.I.'s work or these General Conditions or any provision wherein P.S.I.
waives its rights to a mechanic's hen.
PSI 13-900-11(3)
,.,Hampton, Lenzini and Renwick, Inc.
December 6 , 19R9
Page eight of nine S.O.N. ffF-118
Revision 0
ADMINISTRATIVE OFrlcFs Page 1 of 1
SUITE 34 1100 JORII BLV7).
OAF: BROOK.ILLINOIS 6U521
TELEPHONE 1: 321 79-.
STANDARD OPERATING PROCEDURE
May 24, 1985
SUBJECT: Affirmative Action
Professional Service Industries, Inc. is committed to taking such
affirmative acts, as are necessary to insure compliance with all
applicable equal employment opportunity requirements of Municipal,
State and Federal Laws. This statement represents management policy.
P.S.I. unequivocally prohibits discrimination against any employee
or applicant for employment, because of race, color, sex, creed,
handicap, age, national origin, or any condition unrelated to skill
or competence.
P.S.I. will recruit new employees by contacting sources representing
the total community, including sources of minority group personnel.
This policy also applies to such matters as promotion, upgrading,
transfers, termination, rates of pay and other benefits.
LL/jh
Hatripton, Lenzini and Renwick, Inc .
December 6 , 1989
Page nine of nine Federal Aid Project M-5293( 9 )
4
Certification Regarding Debarment, Suspension
Ineligibility and Voluntary Exclusion - Lower
Tier Covered Transaction
( 1 ) The Contractor/Material Supplier/Engineer certifies to the
best of its knowledge and belief that it and its principals
are not presently debarred, suspended, proposed for debar-
ment, declared ineligible, or voluntarily excluded from
covered transactions by any Federal department or agency.
( 2 ) Where the Contractor/Material Supplier/Engineer is unable
to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to
this contract/agreement.
Date P _ be 6 , 19 89
By 4- - John J. Ralnn
Title enior ivi si on Manager
Company PROFESSIONAL SFRVTCF INDUSTRIES, INC.
Address Ron Roundabout, Suite F
West Dundee_ I11inois 60118
I .
1
Municipality L Name Hampton, Lenzini and
Elgin 0 C Renwick, Inc.
County C 0 Address
Kane A CONSTRUCTION ENGINEERING N 380 Shepard Drive
Township L SERVICES AGREEMENT S City
FOR U Elgin
Section A MOTOR FUEL L State
83-00128-00-WR G TAX FUNDS T Illinois
Project No. E A Zip Code
M-5293(9) N N 60123-7010
Job No. C T Existing
C-91-198-83 y Structure No. 045-3014
THIS AGREEMENT Is made and entered into this 17 day of ( IL( , 19Tbetween the above Local
Agency (LA) and Consultant (ENGINEER) and covers certain professional engineering services In connection
with the construction of the above SECTION.Motor Fuel Tax Funds allotted to the LA by the State of Illinois
under the general supervision of the State Department of Transportation, hereinafter called the "STATE",
will be used entirely or in part to finance ENGINEER services as described under AGREEMENT PROVISIONS.
WHEREVER IN THIS AGREEMENT the following terms are used, they shall be Interpreted to mean:
DISTRICT ENGINEER District Engineer, Department of Transportation
RESIDENT ENGINEER LA employee directly responsible for construction of SECTION
CONTRACTOR Company or Companies to which the construction contract was awarded
PROJECT DESCRIPTION
Name Big Timber Road Route FAU 1302 Length 1.04 MI.
Termini From 200 feet east of McLean Boulevard to Illinois Route 31
Description: Total reconstruction of an existing two-lane rural type flexible base
roadway to a four-lane urban type full-depth asphalt roadway with curb
and gutter, closed drainage and bridge replacement.
AGREEMENT PROVISIONS
THE ENGINEER AGREES,
1. To perform or be responsible for the performance of the following engineering services for the LA, in
connection with the proposed improvement hereinbefore described, and checked below:
a. (X) Proportioning and testing of concrete mixtures in accordance with the 'Manual of Instructions
for Concrete Proportioning and Testing" issued by the Bureau of Materials and Physical
Research, of the STATE and promptly submit reports on forms prepared by said Bureau.
b.(X) Proportioning and testing of bituminous mixtures (including extraction test) in accordance with
the 'Manual of Instructions for Bituminous Proportioning and Testing" issued by the Bureau of
Materials and Physical Research, of the STATE, and promptly submit reports on forms prepared by
said Bureau.
c.(X) All compaction tests as required by the specifications and report promptly the same on forms
prepared by the Bureau of Materials and Physical Research.
d.(X) Quality and sieve analyses on local aggregates to see that they comply with the specifications
contained in the contract.
e.(X) lnspection of all materials when inspection is not provided at the sources by the Bureau of
Materials and Physical Research, of the STATE, and s..or-at inspection reports to the LA ora the
STATE In accordance with the pclicies of the said SlATE.
BLR 4352 (Rev. 7-87)
Sheet 1
•
.
•
f.(X) Inspect, document, and inform the resident engineer of the adequacy of the establishment and
maintenance of the traffic control.
g.(X) Geometric control including all construction staking and construction layouts.
h.(X) Quality control in the construction work In progress and the enforcement of the contract
provisions in accordance with the STATE Construction Manual.
i.(X) Measurement and computation of pay items.
j.(X) Maintain a daily record of the contractor's activities throughout construction including
sufficient information to permit verification of the nature and cost of changes In plans and
authorized extra work.
k. (X) Preparation and submission to the LA In the required form and number of copies, all partial and
final payment estimates, change orders, records,documentation, and reports required by the LA
and the STATE.
I.(X) Revision of contract drawings to reflect as built conditions.
2. Engineering services shall include all equipment, instruments, supplies, transportation and personnel
required to perform the duties of the ENGINEER in connection with the AGREEMENT.
3. To furnish the services as required herein within twenty-four hours of notification by the RESIDENT
ENGINEER or authorized representative.
4. To attend conferences and visit the site of the work at any reasonable time when requested to do so by
the LA or representatives of the STATE.
5. That none of the services to be furnished by the ENGINEER shall be sublet, assigned, or transferred to
any other party or parties without the written consent of the LA. The consent to sublet, assign or
otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed
to relieve the ENGINEER of any responsibility for the fulfillment of this AGREEMENT.
6. That payment by the LA shall be as hereinafter provided. The ENGINEER shall submit invoices, based on
his progress reports, to the RESIDENT ENGINEER, not oftener than once per month for partial payment on
account for his work completed to date. Such invoices shall represent the value, to the LA of the
partially completed work, based on the sum of the actual costs incurred, plus a percentage (equal to
the percentage of the construction engineering completed) of the fixed fee for the fully completed
work.
7. That the engineer is qualified technically and is entirely conversant with the design standards and
policies applicable to improvement of the SECTION; and that he has sufficient properly trained,
organized and experienced personnel to perform the services enumerated herein.
8. That the ENGINEER shall be responsible for the accuracy of the ENGINEER'S work and correction of any
errors, omissions or ambiguities due to the ENGINEER'S negligence which may occur either during
prosecution or atter acceptance by the LA. Should any damage to persons or property result from his
error, omission or negligent act, the ENGINEER shall indemnify the LA and its employees from all
accrued claims or liability and assume all restitution and repair costs arising from such negligence.
He shall give immediate attention to any remedial changes so there will be minimal delay to the
contractor and prepare such data as necessary to effectuate corrections, in consultation with and
without further compensation from the LA.
9. That the ENGINEER will comply with applicable Federal Statutes, State of Illinois Statutes, and local
laws or ordinances of the LA.
BLR 4352 (Rev. 7-87)
Sheet 2
►
THE ENGINEER FURTHER AGREES,
to comply with all applicable Equal Employment and Nondiscrimination Acts, Executive Orders, and
Regulations required by the U.S. Department of Transportation (DOT) including:
a. 23 USC 710.405(b), Nondiscrimination on Basis of Sex In Right-of-Way Acquisition.
b. 42 USC 2000d-1, Title VI of the Civil Rights Act of 1964 (Nondiscrimination on Basis of Race,
Color, or National Origin).
c. 49 CFR 21, Nondiscrimination In DOT Programs.
d. 49 CFR 23, Participation by MBE's in DOT Programs.
It is the policy of the U.S. Department of Transportation that Disadvantaged Business Enterprises,
as defined in 49 CFR Part 23, shall have the maximum opportunity to participate In the performance
of contracts/agreements financed in whole or in part with Federal funds under this AGREEMENT.
The ENGINEER agrees to ensure that disadvantaged business enterprises, as defined in 49 CFR Part
23, have the maximum opportunity to participate in the performance of this agreement. In this
regard the ENGINEER shall take all necessary and reasonable steps In accordance with 49 CFR Part
23, to ensure that disadvantaged business enterprises have the maximum opportunity to compete for
and perform portions of this agreement. The ENGINEER shall not discriminate on the basis of race,
color, national origin, or sex in the selection and retention of subcontractors, including
procurement of materials and leases of equipment.
The ENGINEER shall include the provisions of this "Policy" in every subcontract, including
procurement of materials and leases of equipment.
Failure to carry out the requirements set forth above shall constitute a breach of this agreement
and may result in termination of the agreement or such remedy as deemed appropriate.
e. 49 CFR 27, Nondiscrimination on Basis of Handicap.
THE LA AGREES,
1. To furnish a RESIDENT ENGINEER to be in responsible charge of general supervision of the construction.
2. To furnish the necessary plans and specifications.
3. To notify the ENGINEER at least twenty-tour hours in advance of the need for personnel or services.
4. That fur the performance Dy the ENGINEER of the services set forth above, the LA shall pay the
ENGINEER on the following basis of payment:
Amount of Basic Fee. The ENGINEER shall receive, as full payment for completing all work required of him
under this AGREEMENT, a basic fee, consisting of payment for the items shown in Section 4 (a), (b), (c)
and (d) hereof.
a. The ENGINEER shall be reimbursed for his actual costs related to the salaries of his employees for
the t,mo directly attributable and properly charof,acle to the SECTION under the te-ms OT this
AGREEMENT, including salaries of principals of the ENGINEER for time they are productively engaged
in work necessary to fulfill t'le terms of this AGREEMENT. A tabulation showing the present
regular hourly salary range for each class of employee Exacted to work on this SECTION is as
toll�w�:
BLR 4352 (Rev. 7-87)
Sheet 3
HOURLY RATE RANGE
CLASSIFICATION FROM TO
Principal Engineer
Engineer
SEE EXHIBIT A Chief of Party
Instrument Man
Rodman _
Inspectors
Clerical
The classifications of the employees used in the work sh uld be consistent with the employee
classifications and estimated manhours shown in EXHIBIT A. If the personnel of the firm,
Including the Principal Engineer, perform routine services that should normally be performed by
lesser-salaried personnel, the wage rate billed for such services shall be commensurate with the
work performed.
In the event that additional classes of employees must be utilized or if salary adjustments are
made, the above data may be modified by agreement between the ENGINEER and the LA.
Costs related to salaries shall include actual withholdings and contributions by either the
employee or the ENGINEER for the approved payroll burden items set forth in Exhibit of this
Agreement. B and C
b. The ENGINEER shall be reimbursed for his direct non-salary oasts which are directly attributable
and properly allocable to the Project.
(1) Direct non-salary costs paid by the ENGINEER may also include in-plant and travel expenses.
Travel expenses within the State of Illinois only, that are necessary to fulfill the terms of
this AGREEMENT, may be directly charged to the SECTION. Reimbursable travel expenses shall
include the reasonable cost of meals, lodging, incidental expenses, and transportation for
regular employees and principals of the ENGINEER only while away from their regular place of
duty and directly engaged on the SECTION. Travel expenses may be based on actual costs, or on
an agreed per diem or mileage basis, or on a combination of the two, provided the resulting
charge is reasonable. The ENGINEER will not be required to submit receipts for reimbursement
of in-plant and travel expenses, but will be required to submit a detailed listing of such
actual expenses certified by him to be direct SECTION costs that are not included in overhead.
(2) The withholding provisions contained in Section 5a and 5b of this AGREEMENT shall not apply to
costs enumerated in Section 48 above.
•
c. The ENGINEER shall be reimbursed for his actual overhead or indirect costs to the extent that they
are properly allocable to the SECTION. Such costs shall be established in accord with sound
accounting principles and buislnes$ practices. Such costs are included in he ovder6ead and expense
rate set forth In EXHIBIT AtofatnhClisCAGREEMENT. The rate shown in EXHIBIT A' is provisional for use
in computing partial payments. Upon completion of the SECTION, final payment for indirect costs
will be determined by audit of the ENGINEER'S accounts to establish the actual indirect costs
Incurred during the period of this AGREEMENT which are properly allocable to it.
d. The ENGINEER shall be paid a fixed fee (lump sum) of $20,062.38 to cover profit only. The
maximum total amount payable, including actual oasts, fixed fee, and contingencies, shall not
exceed S 170,374.15 unless there is a substantial change in the scope, complexity, or
character of the work, or there is a substantial overrun in the time necessary for the ENGINEER to
complete the work due to causes beyond his control. Under these circumstances, adjustments in
total compensation to the ENGINEER shall be determined through negotiation between the parties of
this AGREEMENT and concurred in by the STATE.
BLR 4352 (Rev. 7-87)
Sheet 4
5. Partial Payments. The LA, for and in consideration of the rendering of the engineering services
enumerated herein, agrees to pay to the ENGINEER for rendering such services the basic fee hereinafter
established in the following manner:
a. For the first 50% of completed work, and upon receipt of monthly Invoices from the ENGINEER and
the approval thereof by the LA, monthly payments for the work performed shall be due and payable
to the ENGINEER, such payments to be equal to 90% of the value of the partially completed work
(See Section 9 of THE ENGINEER AGREES) minus all previous partial payments made to the ENGINEER.
b. After 50% of the work Is completed, and upon receipt of monthly Invoices from the ENGINEER and the
approval thereof by the LA, monthly payments covering work performed shall be due and payable to
the ENGINEER, such payments to be equal to 95% of the value of the partially completed work (See
Section 9 of THE ENGINEER AGREES) minus all previous partial payments made to the ENGINEER.
c. Final Payment - Upon approval by the LA but not later than 60 days after the work is completed and
all final measurements and reports have been made and accepted by the LA, a sum of money equal to
the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments
previously paid to the ENGINEER under Section 5a and 5b of this AGREEMENT1shall be due and payable
to the ENGINEER.
IT IS MUTUALLY AGREED:
1. That the ENGINEER and his subcontractors will maintain all books, documents, papers, accounting
records and other evidence pertaining to cost incurred and to make such materials available at their
respective offices at all reasonable times during the AGREEMENT period and for three years from the
date of final payment under this AGREEMENT, for inspection by the STATE, Federal Highway Administra-
tion, or any authorized representatives of the Federal Government and copies thereof shall be
furnished if requested.
2. That all services are to be furnished as required by construction progress and as determined by the
RESIDENT ENGINEER. The ENGINEER shall complete all services specified herein within a time considered
reasonable to the LA, after the CONTRACTOR has completed the construction contract.
3. That all field notes, test records and reports shall be turned over to and become the property of the
LA and that during the performance of the engineering services herein provided for, the ENGINEER shall
be responsible for any loss or damage to the documents herein enumerated while they are In his
possession ar.d any such loss or damage shall be restored at his expense.
4. That this AGREEMENT may be terminated by the LA upon written notice to the ENGINEER, at his last known
post office address, with the understanding that should the AGREEMENT be terminated by the LA, the
ENGINEER shall be paid for any services completed and any services partially completed. The
percentage of the total services which have been rendered by the ENGINEEq shall be mutually agreed by
the parties hereto. The fixed fee stipulated in Section 4d of THE LA AGREES shall be multiplied by
this percentage and added to the ENGINEER'S actual costs to obtain the earned value of work performed.
All field notes, test records and reports completed or partially completed at the time of termination
stall become the property of, and be delivered to, the LA.
5. That any differences between the ENGINEER and the LA concerning the irtercretation of the provisions
of this AGREEMENT shall be referred to a committee of disinterested parties consisting of one member
appointed by the ENGINEER, one member appointed by the LA, and a third member appointed by the two
other members for disposition and that the committee's decision shall be final.
6. That in the event the engineering and inspection services to be furnished and performed by the LA
(Including personnel furnished by the ENGINEER) shall, In the opinion cf The STATE oe Incompetent or
inadequate, the STATE shall have the right to supplement the engineering and Inspection force or to
replace the engineers or Inspectors employed on such work at the expense of the LA.
bLR 4352 (Re,. 7-87)
Sheet 5
7. That the ENGINEER has not been retained or compensated to provide design and construction review
services relating to the contractor's safety precautions, except as provided in Section if of the
ENGINEER AGREES.
SUCCESSORS AND ASSIGNS
That the LA and the ENGINEER bind themselves, their successors, executors, administrators, and assigns to
the other party of this AGREEMENT, and to the successors, executors, administrators, and assigns of such
other party in respect to alI covenants of this AGREEMENT.
Executed by the LA:
City of Elgin of the
(Municipality/Township/County)
State of Illinois, acting by and
ATTEST: through its City Council
BY L4cXS,-�.Z--%24
BY i� w7G'tfZ'22
City Clerk Title: Mayor
(SEAL)
Executed by the ENGINEER: Hampton, Lenzini and Renwick, Inc.
380 Shepard Drive
ATTEST: Elgin, Illinois 60123-7010
By Sf3 �� By JC . r
Title: Secretary Title: President
BLR 4352 (Rev. 7-87)
Sheet 6
r
Federal Aid Project M-5293( 9 )
CERTIFICATION OF THE CONSULTANT
I HEREBY CERTIFY that I am the President and duly author-
ized representative of the firm of Hampton, Lenzini and Renwick,
Inc. , whose address is 380 Shepard Drive, Elgin, Illinois, and
that neither I nor the above firm I here represent has:
a. Employed or retained for a commission, percentage,
brokerage, contingent fee or other considerations,
any firm or person (other than a bona fide employ-
ee working solely for me or the above CONSULTANT)
to solicit or secure this AGREEMENT;
b. Agreed, as an express or implied condition for
obtaining this AGREEMENT, to employ or retain the
services of any firm or person in connection with
carrying out the AGREEMENT; or
c. Paid, or agreed to pay to any firm, organization
or person (other than a bona fide employee working
solely for me or the above CONSULTANT) any fee,
contribution, donation or consideration of any
kind, or in connection with, procuring or carrying
out the AGREEMENT; except as here expressly stated
( if any) :
In addition, I and the firm I herein represent:
d. are not presently debarred, suspended, proposed
for debarment, declared ineligible or voluntarily
excluded from covered transactions by any Federal
department or agency;
e. have not within a three-year period preceding this
AGREEMENT been convicted of or had a civil judge-
ment rendered against them for commission of fraud
or a criminal offense in connection with obtain-
ing, attempting to obtain or performing a public
( Federal, State or local ) transaction or contract
under a public transaction: violation of Federal
or State antitrust statutes or commission of em-
bezzlement, theft, forgery, bribery, falsification
or destruction of records, making false statements
or receiving stolen property;
f. are not presently indicted for or otherwise crimi-
nally or civilly charged by a governmental entity
( Federal, State or local ) with commission of any
of the offenses enumerated in paragraph (e) of
this certification;
Federal Aid Project M-5293(9 )
g. have not within a three-year period preceding this
AGREEMENT had one or more public transactions
( Federal, State or local ) terminated for cause or
default;
h. have not been barred from signing this AGREEMENT
as a result of a violation of Sections 33E-3 and
33E-4 of the Criminal Code of 1961 (Chapter 38 of
the Illinois Revised Statutes) ; and
i. are not in default on an educational loan as pro-
vided in Public Act 85-827.
I acknowledge that this certificate is to be furnished to
the DEPARTMENT and is subject to applicable State and Federal
laws, both criminal and civil .
/0 M / ,9 By
Date Presid t
Federal Aid Project M-5293(9 )
CERTIFICATION OF CITY
I HEREBY CERTIFY that I am the Mayor of the City of Elgin
of the State of Illinois and that the CONSULTANT, Hampton, Len-
zini and Renwick, Inc. , or their representative has not been re-
quired directly or indirectly as an express or implied condition
in connection with obtaining or carrying out this AGREEMENT to:
a. employ or retain, or agree to employ or retain,
any firm or person; or
b. pay or agree to pay to any firm, person or organi-
zation any fee, contribution, donation or consid-
eration of any kind except as here expressly stat-
ed ( if any) :
I acknowledge that this certificate is to be furnished to
the STATE and is subject to the applicable State and Federal
laws, both criminal and civil.
-S44'/d' / / 740 By ��' ' ' '
l g ate Mayor
*
EXHIBIT A
RANGE OF DIRECT PAYROLL COSTS
Regular Time Overtime
Classification From To From To
Senior Engineer $20.00 $23. 50 $20.00 $23. 50
Engineer 5 19.00 22.00 19 .00 22.00
Engineer 4 16.00 19 .00 24.00 28. 50
Engineer 3 14.00 16.00 21.00 24.00
Engineer 2 13.00 14.00 19. 50 21.00
Engineer 1 11.00 13.00 16. 50 19. 50
Engineer in Training 10.00 11.00 15.00 16. 50
Technician 5 14.00 15. 50 21.00 23.25
Technician 4 12.00 14.00 18.00 21.00
Technician 3 10.00 12.00 15.00 18.00
Technician 2 9.00 10.00 13. 50 15.00
Technician 1 7.00 9.00 10. 50 13. 50
Technician - Temporary 5.00 7.00 7. 50 10. 50
Clerical 9.00 11.00 9.00 16. 50
Clerical - Temporary 6.00 9.00 9.00 13. 50
Accountant 10.00 14.00 13. 50 21 .00
EXHIBIT B
PAYROLL BURDEN AND FRINGE COSTS
% of Direct
Productive Payroll
Federal Insurance Contributions Act 10.40
State and Federal Unemployment
Compensation 0. 62
Workmen' s Compensation Insurance 1 .00
Paid Holidays, Vacations, Sick Leave 12.42
Employee-Established Pension Plans
and Relocated Allocations 5.30
Group Insurance and Bonus 23. 51
TOTAL PAYROLL BURDEN AND FRINGE COSTS 53. 25
EXHIBIT C
OVERHEAD AND INDIRECT COSTS
% of Direct
Productive Payroll
Administration, including supervision
(excluding salaries of principals for
time they are productively engaged in
work necessary to fulfill the terms of
the Agreement) , secretarial, clerical,
bookkeeping and library 17.65
Depreciation and Amortization 10. 64
Insurance, including accident, liability,
valuable papers 6.21
Income Tax 0.73
Travel Expense not assigned to clients 0.36
Professional Services 0.84
Miscellaneous Business Expense 27. 19
63. 62
AVERAGE HOURLY PROJECT RATES
( Hampton, Lenzini and Renwick, Inc. Date:DECEMBER 7, 1989
Project:ELGIN, BIG TIMBER ROAD, SEC 83-00128-00-WR, PROJ NO. M-5293(9)
Reference Model No. 119 PROJ ECT ; CONST;RUCTION ; TYPI;NG AND RES IDENT
ADMINIS TRATION ; GUID;ANCE ; PRI:NTING INSP ECTION
{{ CLASSIFICATION SALARY t PART WGT. RATE % PART WT. RATE t PART ; WGT. RATE ; t PART WGT. RATE
( SENIOR ENGINEER ; 23.25 100.00 23.25 ; 28.04 6.52 ' .00 .00 .00 .00
ENGINEER 5 21.03 .00 ; .00 .00 .00 .00 .00 .00
ENGINEER 4 17.48 .00 ' .00 .00 .00 .00 .00 .00
( ENGINEER 3 14.94 .00 71.96 10.75 .00 .00 .00 .00
ENGINEER 2 13.75 .00 .00 .00 .00 .00 .00 .00
ENGINEER 1 13.00 .00 .00 .00 .00 .00 .00 .00
( ;ENGINEER IN TRAINING 11.00 .00 .00 .00 .00 .00 .00 .00
;TECHNICIAN 5 15.00 .00 .00 .00 .00 .00 .00 .00
TECHNICIAN 4 ; 14.00 .00 .00 .00 .00 .00 58.49 8.19
( TECHNICIAN 3 ; 11.53 .00 .00 .00 .00 .00 37.74 4.35
TECHNICIAN 2 9.41 .00 .00 .00 .00 .00 .00 .00
TECHNICIAN 1 8.00 .00 .00 .00 .00 .00 3.77 .30
( TECHNICIAN TEMPORARY 5.75 ; .00 .00 .00 .00 ; .00 .00 .00
CLERICAL 10.80 .00 .00 .00 100.00 10.80 .00 .00
CLERICAL TEMPORARY 7.55 .00 .00 .00 .00 ; .00 .00
( ACCOUNTING 13.55 .00 .00 .00 .00 .00 .00
.00 .00
AVERAGE PAYROLL RATE 100.00 23.25 100.00 17.27 ; 100.00 10.80 100.00 12.84
ir
EXHIBIT D
Prepared By Hampton, Lenzini and Renwick, Inc.
4.
(
(
I
c '
(
•
I
c
Page 1
r
AVERAGE HOURLY PROJECT RATES
( Hampton, Lenzini and Renwick, Inc. Date:DECEMBER 7, 1989
Project:ELGIN, BIG TIMBER ROAD, SEC 83-00128-00-WR, PROJ NO. M-5293(9)
(
Reference Model No. STA KING ; PAY ; DOCUM;ENTATION QUA LITY ; SH OP
ESTIMATE ; CON TROL ; DRAW INGS
( , CLASSIFICATION t PART WGT. RATE ; % PART ; WGT. RATE ; % PART ; WGT. RATE t PART WGT. RATE t PART WGT. RATE
( SENIOR ENGINEER .00 .00 .00 .00 .00 ; .00 .00 .00 .00 .00
ENGINEER 5 .00 .00 .00 .00 .00 ; .00 .00 ' .00 69.23 14.56
ENGINEER 4 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00
( ENGINEER 3 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00
ENGINEER 2 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00
ENGINEER 1 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00
( ENGINEER IN TRAINING .00 .00 .00 .00 .00 .00 .00 .00 ; .00 .00
TECHNICIAN 5 .00 .00 .00 .00 .00 .00 .00 .00 .00 .00
TECHNICIAN 4 33.33 4.67 100.00 14.00 65.28 9.14 28.57 4.00 7.69 1.08
( TECHNICIAN 3 .00 .00 .00 .00 .00 .00 .00 .00 .00
TECHNICIAN 2 33.33 3.14 .00 34.72 3.27 71.43 6.72 23.08 2.17
TECHNICIAN 1 33.33 2.67 .00 .00 .00 .00 .00 .00 .0C
( ;TECHNICIAN TEMPORARY .00 .00 .00 .00 .00 .00 .00 .00 .00
;CLERICAL .00 .00 .00 .00 .00 .00 ' .00 .00 .00
;CLERICAL TEMPORARY .00 ; .00 .00 .00 .00 .00 .00 .00 .00
( ;ACCOUNTING .00 ; .00 .00 .00 .00 .00 .00 .00 .00
.00 ; .00 .00 .00
AVERAGE PAYROLL RATE 100.00 ; 10.47 100.00 14.00 100.00 12.41 100.00 ; 10.72 100.00 17.81
(
EXHIBIT D
Prepared By Hampton, Lenzini and Renwick, Inc.
(
(
(
4,
(
(
C
C(
L Page 2
AVERAGE HOURLY PROJECT RATES
( Hampton, Lenzini and Renwick, Inc. Date:DECEMBER 7, 1989
Project:ELGIN, BIG TIMBER ROAD, SEC 83-00128-00-WR, PROJ NO. M-5293(9)
Reference Model No. CHANGE RECORD
ORDERS DRAWINGS
( ; CLASSIFICATION 2 PART ; WGT. RATE S PART ; WGT. RATE
;SENIOR ENGINEER .00 ; .00 .00 ; .00
;ENGINEER 5 .00 ; .00 .00 ; .00
ENGINEER 4 .00 .00 .00 .00
( ENGINEER 3 .00 .00 .00 .00
ENGINEER 2 .00 .00 .00 .00
ENGINEER 1 .00 .00 .00 .00
( ENGINEER IN TRAINING .00 .00 .00 .00
TECHNICIAN 5 .00 .00 .00 .00
TECHNICIAN 4 25.00 3.50 .00 .00
TECHNICIAN 3 .00 .00 .00 .00
TECHNICIAN 2 75.00 7.06 100.00 9.41
TECHNICIAN 1 .00 .00 .00
( TECHNICIAN TEMPORARY .00 .00 .00
CLERICAL .00 .00 .00
CLERICAL TEMPORARY .00 .00 .00
ACCOUNTING ; .00 .00 .00
.00
AVERAGE PAYROLL RATE ; 100.00 10.56 100.00 ; 9.41
EXHIBIT D
Prepared By Hampton, Lenzini and Renwick, Inc.
C
(
l
•
Page 3
( COST ESTIMATE OF CONSULTANT'S SERVICES
Hampton, Lenzini and Renwick, Inc. Date:DECEMBER 7, 1989
Project:ELGIN, BIG TIMBER ROAD, SEC 83-00128-00-WR, PROJ NO M-5293(9)
(
Reference Model No. ; 119 120 ; ESTIMATED:COST IN DOLLARS
( Current Multiplier 1.1687 OVERHEAD b IN-HOUSE SERVICES Y OF
NUMBER OF PAYROLL FRINGE DIRECT SUBTOTAL PROFIT BY TOTAL GRAND
ITEM MAN HOURS , BENEFITS ; COSTS OTHERS , TOTAL
( (A) ; (B) (C) ; (D) (E) (F) (G) (H) (I)
( PROJ. ADMINSTRATION 20.00 465.00 543.45 1,008.45 157.44 1,165.89 .68
CONSTRUCT. GUIDANCE 535.00 9,239.45 10,798.15 20,037.60 3,128.25 (0)2,590.00 25,755.85 15.12
TYPING & PRINTING 62.00 669.60 782.56 25.00 1,477.16 230.33 1,707.49 1.00
( RESIDENT INSPECTION 2,650.00 34,026.00 39,766.19 73,792.19 11,520.35 85,312.54 50.07
STAKING 564.00 5,905.08 6,901.27 271.00 13,077.35 2,038.61 15,115.96 8.87
PAY ESTIMATES 40.00 560.00 654.47 1,214.47 189.60 1,404.07 .82
( DOCUMENTATION 576.00 7,148.16 8,354.05 15,502.21: 2,420.19 17,922.40 10.52
QUALITY CONTROL 42.00; 450.24 526.20 976.44: 152.44 (b)19,193.58 20,322.46 11.93
SHOP DRAWINGS 26.00 463.06 541.18 1,004.24: 156.78 1,161.02 .68
( CHANGE ORDERS 12.00 126.72 148.10 274.82: 42.90 317.72 .19
RECORD DRAWINGS 8.00 75.28 87.98 163.26: 25.49 188.75 .11
(
TOTALS 4,535.00 59,128.59 69,103.60: 296.00, 128,528.19 20,062.38 21,783.58: 170,374.15 99.99, l
r
EXHIBIT E
(a)COLLINS AND RICE, INC.
( (b)PROFESSIONAL SERVICE INDUSTRIES, INC.
I.
IL
IL
IL
Page 1
,
COLLINS RICE, svc Consulting Engineers
431 SOUTH GRAND AVENUE,WEST • SPRINGFIELD,ILLINOIS TELEPHONE 217/525-1030
62704-3788
December 5, 1989
•
Hampton, Lenzini and Renwick, Inc.
380 Shepard Drive
Elgin, Illinois 60123
Subject: Kane County
Section 83-00128-00-WR
Big Timber Road
Gentlemen:
We agree to provide the following engineering services relative to the construction
phase of the subject project.
1 . Check shop drawings.
2. Provide coordination services relative to plan interpretation and project layout.
3. Consultation services as required.
The engineering fee for this work will be our eligible actual salary costs, plus the
approved rates for payroll burden and fringe and overhead and expense costs plus a
fixed amount of $266.00 to cover profit only. The actual amount payable shall not
exceed $2,590.00 unless there is a substantial overrun in the time necessary for the
Engineer to complete the work due to causes beyond his control . We understand that
we will be governed by the various provisions of Form BLR 4352, Construction
Engineering Services Agreement for Federal Participation.
Attached is Exhibit A showing the method of arriving at the estimated engineering
fee. If you find this satisfactory, please sign one copy and return for our files.
Very truly yours,
COLLINS and RICE, Inc.
111(CO )
1/1/J. Rice
MJR:d
APPROVED
DATE RECEIV ED
t) .C I 1989
R. 1TuC.
ROUTE: Big Timber Road EXHIBIT A
SECTION: Section 83-00128-00-WR CONSTRUCTION ENGINEERING SHEET 1
PROJECT •
COUNTY: Kane County
JOB NO. Overhead and Fringe Benefit rates on file with IDOT = 127.92
: : ESTIMATED COST IN DOLLARS :
, , ,
NUMBER ; OVERHEAD ; IN-HOUSE ; : : (a) : :
: OF MAN : : & FRINGE : DIRECT : : : SERVICES : :
: HOURS : PAYROLL : BENEFITS : COSTS : SUBTOTAL : PROFIT : BY OTHERS : TOTAL :
ITEM : (A) : (B) : (C) : (D) : (E) : (F) : (G) : (H) :
CHECK SHOP DRAWINGS : 16 : 240 : 307 : : 547 : 72 : : 619 :
, , , , , , , ,
CONSTRUCTION COORDINATION : 24 : 456 : 583 : : 1,039 : 137 : : 1, 176 :
CONSULTATION : 8 : 192 : 246 : : 438 : 57 : : 495 :
, , , , , , , ,
•
Travel Expense : : : : ; : : : :
1,200 miles @ $0.25/mile : : : : 300 : 300 : : : 300 :
, , , , , , , ,
Totals : 48 : 888 : 1, 136 : 300 ; 2,324 : 266 : : 2,590 :
(a) Describe Services -
114.25! Professional Service Industries, Inc.
December 6, 1989
Hampton, Lenzini and Renwick, Inc .
380 Shepard Drive
Elgin, Illinois 60123-7010
Attention: Mr. Robert Lenzini
President
Re: Construction Materials Testing
and Inspection Services
Big Timber Road
FAU Route Number 1302
Section Number 83-00128-00-WR
Kane County, Illinois
PSI Number: 042-126
Gentlemen:
As per the December 5, 1989 meeting between Mr. Robert
Lenzini of Hampton, Lenzini and Renwick, Inc . to Mr. John J.
Balun of Professional Service Industries, Inc. , PSI is pleased
to submit the following proposal for providing construction
materials testing and inspection services for the referenced
project .
PSI proposes to provide experienced, technical personnel
to perform the necessary testing and inspection services in
accordance with project specifications . It is also proposed
to accomplish the work on a unit price basis in accordance
with the attached Schedule of Services and Fees and that the
work be performed pursuant to the PSI General Conditions .
Copies of the PSI Schedule of Services and Fees and General
Conditions are enclosed herewith and incorporated into this
proposal . PSI ' s fees would be determined by the actual amount
of technical time expended for this project and the amount of
laboratory testing performed.
PSI can proceed with the work on the basis of verbal
authorization; however, please sign and return one ( 1) copy
of this proposal intact. When returning the proposal,please
complete the attached Project Data Sheet so that your file can
be properly established.
RECEIVED
DEC 7 1989
HL' & R INC,
1403 Timber Drive • Elgin, IL 60123 • Phone:312/931-7110
Professional Service Industries
Hampton, Lenzini and Renwick , Inc .
December 6 , 1989
Page two of nine
PSI performs a complete range of construction materials
testing and inspection services . In addition to those listed
in the Schedule of Services and Fees , your project can be
provided with the following:
- Welder qualification observation and testing.
- Structural Steel fabrication observation and
testing, including nondestructive tests on welds .
PSI appreciates the opportunity to offer its services to
your project and looks forward to working with you during the
construction phase .
Respectf aly submitted,
PR ,I N SERVICE INDUSTRIES, INC.
n
oGr
B, unl
--\-- -----
Senor Division Manager
� G L � f1
Thor L. Moody
Elgin Division Manager
JJB/TLM: lr
Attachments : Estimate of Time & Costs
Schedule of Services and Fees
Project Data Sheet
General Conditions
Affirmative Action Statement
Certificate Regarding Debarment,
Suspension Ineligibility and
Voluntary Exclusion
AGREED TO THIS DAY OF , 1989
BY :
TITLE:
FIRM:
Professional Service Industries -
Hampton, Lenzini and Renwick, Inc .
December 6 , 1989
Page four of nine
TOTAL CHARGES
COMPACTION CONTROL $ 6, 174 . 00
P. C.C. CONCRETE $ 2 ,850 . 00
BITUMINOUS CONCRETE $ 6, 658 . 98
LABORATORY SERVICES $ 870 . 60
ENGINEERING SERVICES $ 1 , 900 . 00
MISCELLANEOUS CHARGES $ 740 . 00
TOTAL COST NOT TO EXCEED: $19, 193 . 58
REMARKS
1 . Personnel rates quoted are based on an 8 hour work day,
Monday through Friday with a minimum charge of 3 hours
per day . Services performed outside of these hours and
on Saturdays , Sundays and holidays will be subject to
overtime rates . Rates are based on portal to portal
time .
2 . All rates presented in this proposal are applicable to
to your projects for the period through December 31 ,
1990 , thereafter, all rates quoted in this proposal are
subject to escalation on January 1 , 1991 .
3 . Invoices will be submitted once a month for services
rendered during the prior month.
4 . Rates quoted above include five ( 5 ) copies of reports
distributed and mailed in accordance with your
instructions . Additional copies will be billed at a rate
of $0 . 25 per sheet .
5 . A certificate of insurance will be supplied upon request .
Professional Service Industries
Hampton, Lenzini and Renwick, Inc .
December 6 , 1989
Page three of nine
ESTIMATE OF TIME & COSTS
COMPACTION CONTROL
Sub-Base 68 Hours
Base Course 32 Hours
Bituminous Concrete 96 Hours
196 Hours
Cost : 196 Hours x $31 . 50/Hour = $6 , 174 . 00
p . C . C . CONCRETE FIELD TESTING
Sidewalks , Driveways , Curb & Gutter,
and Base Course 100 Hours
Cost : 100 Hours x $28 . 50 = $2 , 850 . 00
BITUMINOUS CONCRETE SURFACE, BINDER AND BASE
Bituminous Proportioning Plant Inspection -
Per Ton 22 , 962 Tons
Cost : 22 , 962 Tons x $0 . 29 = $6 , 658 . 98
(Minimum Charge - $120 . 00 Per Day)
Where the contractor has the option, and exercises it,
to utilize recycled materials in bituminous base course
or binder, an added fee will be necessary to cover
sampling of the bituminous stockpile and eight to
ten extractions to ascertain the composition of the
stockpile in accordance with IDOT standard procedures .
The work will be done for a lump sum fee .
Per Stockpile Evaluation: $ 500 . 00
LABORATORY SERVICES
Compressive Strength Testing of Concrete
Cylinders : 68 Cylinders
Cost : 68 Cylinders x $7 . 95 = $ 540 . 00
Moisture Density Tests ( Standard) : 3 Tests
Cost : 3 Tests x $110 . 00 = $ 330 . 00
Total Lab: $ 870 . 60
ENGINEERING SERVICES :
Project Engineer 40 Hours
Cost : 40 Hours x $47 . 50 = $1 , 900 . 00
MISCELLANEOUS
2 Days - A minimum charge for
Asphalt = $ 240 . 00
Recycle Stockpile Sample Testing
1 x $500 . 00 = $ 500 . 00
HaMpton, Lenzini and Renwick , Inc .
December 6 , 1989
Page five of nine PROFESSIONAL SERVICE INDUSTRIES, INC.
PITTSBURGH TESTING LABORATORY/A & H FLOOD DIVISION
SCHEDULE OF SERVICES& FEES•CONSTRUCTION OUALTIY CONTROL
EFFECTIVE JANUARY 1,1989
Laboratory Testing Services
Compression testing of concrete cylinders in accordance with ASTM procedures-
Concrete cylinder delivered to our laboratory.
Supplying molds,testing and reporting Each $ 7.95
Pick-up of test cylinders and transportation to laboratory.
Within 25 miles radius of laboratory Per Trip $ 30.00
Concrete cylinder test mold,per case of 20 Per Case $ 30.00
Density relationship of soils Each $110.00
ASTM D698 - AASHTO T99(Standard)
ASTM D1557 - AASHTO T180(Modified) Each $125.00
ASTM D-2049(Relative Density) Each $130.00
Sample preparation Each $ 20.00
Sieve Analysis
ASTM C-136(Unwashed) Each $ 40.00
ASTM C-117(Washed over No.200 Sieve) Additional $ 22.00
Services and fees for laboratory testing not listed will be quoted upon request.
Field Testing Services
Engineering Technician Services for Field Testing.
1. Concrete testing-batch plant.
2. Concrete testing-site.
3. Field density testing for compaction control.
4. Field density testing asphalt concrete.
5. Witnessing of test procedures by others.
Per Hour $ 28.50
Per Hour Overtime $ 42.00
Senior Engineering Technician Services for Field Testing
1. Shallow footing and subgrade inspection.
2. Roofing inspection.
3. Reinforcing steel inspection.
Per Hour $ 31.50
Per Hour Overtime $ 47.50
Senior Engineering Technician Services for Asphalt Plant Testing
1. Verity suitability of raw materials.
2. Control proportions and mixing formula.
3. Sample for and perform extraction analysis.
4. Perform density tests of pavement cores.
Per Hour $ 31.50
Per Hour Overtime $ 47.50
Senior Engineering technician Services for Steel Testing
1. NDE Level II Inspector
2. Certified Welding Inspector
Per Hour $ 34.00
Per Hour Overtime $ 50.00
Equipment charges-Per Hour
Pachometer $4.00 Windsor Probe $4.00
Nuclear Density Gauge $5.00 (Probe charge$23.50/set 3)
Asbestos Testing Services
Field Personnel and Sample Analysis
1. Project Manager,Building Inspector and Air Sampling Professional.
Per Hour $ 52.50
Per Hour Overtime $ 79.00
2. Air Filter Analysis and Bulk Sample Analysis Each $ 31.50
3. TEM Analysis Each $475.00
Engineering Services
Engineering Services for test evaluation,report preparation,contract administration,
job site meetings and consultation. (Typically one-half to one hour per technician day)
Principal Engineer Per hour $ 80.00
Project Engineer Per hour $ 65.00
Staff Engineer Per hour $ 47.50
Field Engineer Per hour $ 42.00
Secretarial Services Per hour $ 21.00
Remarks
If applicable,a transportation charge of$0.45 per mile and per diem charge of$55.00 will be added.
All field testing services are portal to portal our facility with a minimum charge of 4 hours.
Overtime rates will apply for services performed outside 7:00 A.M.and 5:00 P.M.Monday through Friday and on
Saturdays,Sundays,holidays,and in excess of eight hours per day.
Weekly and monthly rates will be quoted upon request.
The prices listed above include up to 4 copies of the report distributed and mailed in accordance with your instructions.
Additional copies will be billed at the rate of$0.30 per sheet,plus secretarial time.
The above rates are applicable for calendar year 1989.
HEJL189
• Hampton, Lenzini and Renwick, Inc .
December 6 , 1989
Page six of nine
PROFESSIONAL SERVICE INDUSTRIES, INC.
PROJECT DATA SHEET
CONSTRUCTION MATERIALS TESTING AND INSPECTION SERVICES
1. Project Name:
2. Project Location:
3. Your Job No.: Purchase Order No.:
4. Project Manager: Telephone No.:
5. Number and Distribution of Reports:
( ) Copies To: ( ) Copies To:
Attn: Attn:
( ) Copies To: ( ) Copies To:
Attn: Attn:
6. Invoicing Address:
Attn:
7. Site Contact: Telephone No.:
8. Other Pertinent Information:
•
PSI B-900-13(1)
'. • ' Hampton, Lenzini and Renwick, Inc .
December 6 , 1989
Page seven of nine
GENERAL CONDITIONS
1.PARTIES AND SCOPE OF WORK:Professional Service Industries,Inc.(hereinafter referred to as"P.S.I.")shall include said company,or its particular
division, subsidiary or affiliate performing the work. "Work" means the specific geotechnical, analytical, testing or other service to be performed by
P.S.I. as set forth in P.S.I.'s proposal, the clients' acceptance thereof and these General Conditions. "Client" refers to the person or business entity
ordering the work to be done by P.S.I. If the client is ordering the work on behalf of another,the client represents and warrants that the client is the
duly authorized agent of said party for the purpose of ordering and directing said work. Unless otherwise stated in writing, the client assumes sole
responsibility for determining whether the quantity and the nature of the work ordered by the client is adequate and sufficient for the clients'intended
purpose. Client shall communicate these General Conditions to each and every third party to whom the client transmits any part of P.S.I.'s work. P.S.I.
shall have no duty or obligation to any third party greater than that set forth in P.S.I.'s proposal,client's acceptance thereof and these General Conditions.
The ordering of work from P.S.I shall constitute acceptance of the terms of P.S.I.'s proposal and these General Conditions.
2.TESTS AND INSPECTIONS: Client shall cause all tests and inspections of the site, materials and work performed by P.S.I. or others to be timely
and properly performed in accordance with the plans, specifications and contract documents, and P.S.I.'s recommendations. No claims for loss,
damage or injury shall be brought against P.S.I. by client or any third party unless all tests and inspections have been so performed and unless P.S.I.'s
recommendations have been followed. rees to indemnify, defend and hold P.S.I., its officers,employees and agents harmless fro
all claims, suits, losses, costs and expenses, inc u I . • ited to, court costs and reasonable attorney's fees in a I such tests
and inspections are not so performed or P.S.I.'s recommendations are except to the exten re is the result of the negligence,
willful or wanton act or omission of P.S.I., its officers, agents or employees. P.S.I. ma' o a roof investigation, perform roof cuts("cuts")
as part of the investigation. Client agrees to provide a roof contrac oice to make suc ve samples as directed by P. I.
personnel; and to promptly make necessary re air at a roof contractor is not so provided by client, clien .S.I. may
and remove such cuts as PSI de in the course of the investigation.Roof cut areas will be temporarily patched by P.S.I.pers
agrees to pa materials and labor needed for any and all temporary patches and will hold P.S.I. harmless for any and all dama
ems and the building and its.contents which may arise from removal and repairing of roof cuts.
3. SCHEDULING OF WORK: The services set forth in P.S.I.'s proposal and client's acceptance will be accomplished in a timely, workmanlike and
professional manner by P.S.I. personnel at the prices quoted. If P.S.I. is required to delay commencement of the work or if, upon embarking upon its
work, P.S.I. is required to stop or interrupt the progress of its work as a result of changes in the scope of the work requested by the client,to fulfill the
requirements of third parties, interruptions in the progress of construction, or other causes beyond the direct reasonable control of P.S.I., additional
charges will be applicable and payable by client.
4.ACCESS TO SITE:Client will arrange and provide such access to the site as is necessary for P.S.I.to perform the work.P.S.I.shall take reasonable
measures and precautions to minimize damage to the site and any improvements located thereon as the result of its work or the use of its equipment;
however, P.S.I. has not included in its fee the cost of restoration of damage which may occur. If client desires or requires P.S.I. to restore the site to
its former condition,upon written request P.S.I.wilt perform such additional work as is necessary to do so and client agrees to pay to P.S.I.the cost thereof.
ADE OBJECTS: Unless P.S.I. has assumed in writing the responsibility of locating subsurface or . -• ••
client agrees to indemnify and saveP.S.I. harms- . . : = • - costs and ex•en - '• . • .• - . orneys'fees as a
of personal injury,death or property damage occurring with re • ' = - ^- _ - •• ••� • urface or latent con
or damage to subsurface • • -- - • - , Ines or conduits where the actual or potential presence and location t ereo •-
6.RESPONSIBILITY:P.S.I.'s work shall not include determining,supervising or implementing the means,methods,techniques,sequences or procedures
of construction. P.S.I. shall not be responsible for evaluating, reporting or affecting job conditions concerning health, safety or welfare. P.S.I.'s work or
failure to perform same shall not in any way excuse any contractor, subcontractor or supplier from performance of its work in accordance with the
contract documents.
7. SAMPLE DISPOSAL: Unless otherwise agreed, test specimens or samples will be disposed immediately upon completion of the test. All drilling
samples or specimens will be disposed sixty(60)days after submission of P.S.I.'s report.
8. PAYMENT: Client shall be invoiced once each month for work performed during the preceding period. Client agrees to pay each invoice within
thirty (30)days of its receipt.The client further agrees to pay interest on all amounts invoiced and not paid or objected to for valid cause within said
thirty (30) day period at the rate of eighteen (18) percent per annum(or the maximum interest rate permitted under applicable law,whichever is the
lesser)until paid.Client agrees to pay P.S.I.'s cost of collection of all amounts due and unpaid after sixty(60)days,including court costs and reasonable
attorney's fees.
9.TERMINATION:This Agreement may be terminated by either party upon seven day's prior written notice. In the event of termination,P.S.I.shall be
compensated by client for all services performed up to and including the termination date, including reimbursable expenses, and for the completion
of such services and records as are necessary to place P.S.I.'s files in order and/or protect its professional reputation.
10.WARRANTY:P.S.I.'s services will be performed,its findings obtained and its reports prepared in accordance with its proposal,client's acceptance
thereof, these General Conditions, and with generally accepted principals and practices. In performing its professional services, P.S.I. will use that
degree of care and skill ordinarily exercised under similar circumstances by members of its profession.This warranty is in lieu of all other warranties
or representations, either express or implied. Statements made in PSI reports are opinions based upon engineering judgement and are not to be
construed as representations of fact.
• • ' • • •r•fessional employees be found to have been negligent in the performing of professional services or
and breached any express or imp Ie• w- , - - = - -• - ••• - — •� - - • - parties claiming to h pee
any way relied upon P.S.I.'s -. - • • • _ : . - .• • -1 aggregate amount o e i.•W•1•• . . =. ••• • -- -•• =•Z',1,„„
it 0 tO 4>Su.000.UU or the total amount o the fee paid to P.S.I.for its work performed with respect to the project whichever amount is greater. ,
In the event client is unwilling or unable to limit P.S.I.'s liability in accordance with the provisions set forth in this paragraph, client may, upon written
request of client received within five days of client's acceptance hereof,increase the limit of P.S.I.'s liability to$500,000.00 or the amount of P.S.I.'s fee
whichever is the greater, by agreeing to pay P.S.I. a sum equivalent to an additional amount of 5%of the total fee to be charged for P.S.I.'s services.
This charge is not to be construed as being a charge for insurance of any type, but is increased consideration for the greater liability involved.
. • • • • ce it to the extent specifically addressed in paragraph 10,client agrees to indemnify,defend and hold P.S.I.,its offi eyees
agents and independen • . . -• - •• .n and all claims• suits, losses,costs and expenses inns' • o court costs and
reasonable attorneys' fees arising or alleging to have arise •• • :::.=••-• ' - . • . n the event that client or client's principal
bring any suit,cause of action,claim or counter - .. -- -: - • • e extent that P.S.I.s a • -•-. -=- - - •f action,claim or counter`—'
/
the party initiatin. =- •.• • •. .1. the costs and expenses incurred by P.S.I.to answer and/or defend suc sui, -• - - --
• - aim, including reasonable attorney's fees,court costs,witness fees and other related expenses.
12. ARBITRATION: Anything contained in any other contract documents notwithstanding, P.S.I. shall not be bound by any provision or agreement
requiring or providing for arbitration of disputes or controversies arising out of P.S.I.'s work or these General Conditions or any provision wherein P.S.I.
waives its rights to a mechanic's lien.
PSI B-900-11(3)
Hampton, Lenzini and Renwick, Inc.
December 6, 1989
Page eight of nine S.O.P. ffF-118
Revision 0
AL)\IINISTRATLVL:OPFICEs Page 1 of 1
SUITE 34 I IMN1 JORIL BM)
OAK BROOK.ILLINOIS 60521
TELEPHONE 312 32!•/9
STANDARD OPERATING PROCEDURE
May 24, 1985
SUBJECT: Affirmative Action
Professional Service Industries, Inc. is committed to taking such
affirmative acts, as are necessary to insure compliance with all
applicable equal employment opportunity requirements of Municipal,
State and Federal Laws. This statement represents management policy.
P.S.I. unequivocally prohibits discrimination against any employee
or applicant for employment, because of race, color, sex, creed,
handicap, age, national origin, or any condition unrelated to skill
or competence.
P.S.I. will recruit new employees by contacting sources representing
the total community, including sources of minority group personnel.
This policy also applies to such matters as promotion, upgrading,
transfers, termination, rates of pay and other benefits.
LL/jh
it mpton, Lenzini and Renwick, Inc ,
December 6 , 1989
Page nine of nine Federal Aid Project M-5293( 9 )
Certification Regarding Debarment, Suspension
Ineligibility and Voluntary Exclusion - Lower
Tier Covered Transaction
( 1 ) The Contractor/Material Supplier/Engineer certifies to the
best of its knowledge and belief that it and its principals
are not presently debarred, suspended, proposed for debar-
ment, declared ineligible, or voluntarily excluded from
covered transactions by any Federal department or agency.
( 2 ) Where the Contractor/Material Supplier/Engineer is unable
to certify to any of the statements in this certification,
such prospective participant shall attach an explanation to
this contract/agreement.
Date ie. el be 6 , 19 89
By 4 John J._Balun
Title , enior ivision Manager
Company PROFRSSTONAT. SFRVTCF TNT)TTSTRTFS, TNC
Address gpn Roundah nut, Suite F
West Dundee. Illinois 60118
Irr ,
AMENDED MEMORANDUM OF AGREEMENT
BIG TIMBER ROAD - RANDALL TO ROUTE 31
BETWEEN CITY OF ELGIN AND COUNTY OF KANE
This amended Memora dum of Agreement made and entered into
this day of_ �G� F'" , A.D. , 1989 by and between the
City-df Elgin, Kane County , Illinois, hereinafter referred to as
the "CITY" and Kane County, Illinois, hereinafter referred to as
the "COUNTY" .
WITNESSETH
WHEREAS, the CITY, in order to facilitate the east-west traffic
flow on Big Timber Road (County Highway 21 ) from the intersection
of Randall Road (County Highway 34) east to the intersection of
Illinois Route 31 (State Street ) following generally the existing
alignment , wishes to increase the number of through lanes from two
to four ; and ,
WHEREAS, the CITY and COUNTY are desirous of causing said improve-
ments to be made in that same will be of immediate benefit to the
residents of the CITY and COUNTY and permanent in nature.
NOW THEREFORE, in consideration of the mutual covenants contained
herein, the parties hereto agree as follows:
( 1 ) The CITY agrees to cause the plans, specifications and
estimates for such construction to be prepared and shall
submit same to the COUNTY and to the Department of
Transportation, Division of Highways , State of Illinois
for review and approval .
(2) The CITY agrees to solicit and receive bids for con-
struction of the improvements following approval of
the plans and specifications by the COUNTY and the
Department of Transportation and upon approval by
the COUNTY and the STATE, award the contract , furn-
ish engineering inspection during construction, and
cause the improvement to be built in accordance with
the plans, specifications, and contract .
(3) The CITY and COUNTY agree to pass resolutions
appropriating sufficient funds from Motor Fuel Tax
Funds or other local funds to pay their respective
shares of the cost of this improvement and to provide
certified copies thereof to each other upon passage .
r
BIG TIMBER ROAD - RANDALL TO ROUTE 31
BETWEEN CITY OF ELGIN AND COUNTY OF KANE Page 2
The COUNTY shall monthly issue warrants payable to the CITY, for
amounts equal to the payments requested on monthly payment esti-
mates, supported by necessary documentation, as submitted by the
CITY to cover the COUNTY ' S share of the cost for right-of-way ,
construction and necessary engineering services . Upon completion
of the construction and approval by the CO ' Y and STATE , the
COUNTY shall issue warrants payable to the I\ Y for the balance of
its share of the total project .
(4 ) It is mutually agreed that the cost of the improvement
shall be borne equally between the CITY and the COUNTY
on a 50-50 basis for right of way costs and acquisition,
construction and engineering costs and costs incidental
thereto , for that portion of the project not funded with
Federal Aid Funds.
(5) The COUNTY agrees that all maintenance and any future
improvements to this segment of highway shall be the
responsibility of the COUNTY, unless specifically agreed
to by the CITY.
(6) This amended agreement and the covenants contained herein
shall be null and void in the event the contract covering
the construction work contemplated herein is not awarded
by January 1 , 1995 .
(7) This agreement shall be binding upon and inure to the
benefit of the parties hereto , their successors , and
assigns.
ATTEST: CITY OF LGIN
-_ ��- -- — By:-City Cle k i YM-n 9-er
---
Elgin, Illinois Elgin, Il inois
ATTEST' COUNTY OF KANE
By:
County Clerk L'hairman, Coun y Board
Kane County, Illinois Kane County , Illinois
d'
l .t