Loading...
HomeMy WebLinkAbout92-0311 HLR Big Timber 9a- 0-M( RESOLUTION AUTHORIZING EXECUTION OF A CONSTRUCTION ENGINEERING SERVICES AGREEMENT FOR FEDERAL PARTICIPATION WITH HAMPTON, LENZINI AND RENWICK, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that George VanDeVoorde, Mayor, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute a Construction Engineering Services Agreement for Federal Participation on behalf of the City of Elgin with Hampton, Lenzini and Renwick, Inc. for the improvement of Big Timber Road from approximately 1 , 000 feet west of Randall Road to approximately 190 feet east of McLean Boulevard, a copy of which is attached hereto and made a part hereof by reference. s/ George VanDeVoorde George VanDeVoorde, Mayor Presented: March 11 , 1992 Adopted: March 11 , 1992 Omnibus Vote: Yeas 7 Nays 0 Recorded: Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk Illinois Department of Transportation 2300 South Dirksen Parkway/Springfield, Illinois/62764 April 27, 1992 City of Elgin Section 90-00128-01 -WR Project No, M-5293(54) Job No. C-91 -447-90 Construction Engineering Agreement Ms. Dolonna Mecum City Clerk 150 Dexter Court Elgin, IL 60120 Dear Ms. Mecum: The agreement for construction engineering services, dated March 11 , 1992 with Hampton, Lenzini and Renwick, Incorporated in the corrected amount of $254,272.09 (federal share, $190,704.07) was approved by the department today. The city may authorize the consultant to proceed with the engineering work called for in the agreement. The corrected amount is based on the latest approved overhead rate of 102.46%. This rate or the latest approved overhead rate should be used when bills are submitted for payment. Your file copy of the approved engineering 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. Hampton, Lenzini and Renwick, Inc. Duane P. Carlson Attn: Feroz Nathani David G. Campbell Attn: Clarence Crowder James L. Easterly r • CONSTRUCTION ENGINEERING SERVICES AGREEMENT FOR FEDERAL PARTICIPATION TYPE OF FUNDING: F.A.U. Local Agency Consultant Municipality: Elgin Name: Hampton, Lenzini and Renwick, Inc. County: Kane Address: 380 Shepard Drive Township: Elgin City: Elgin Section: 90-00128-01-WR State: Illinois Project No. : M-5293( 54) Zip Code: 60123-7010 Job No. : C-91-447-90 THIS AGREEMENT is made and entered into this // . �_ day&Ati, , 197.2., between the above Local Agency (LA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the construction of the above SECTION. Federal-aid 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 engineering 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 2.0494 Miles Termini From approximately 1,000 feet west of Randall Road to approximately 190 feet east of McLean Boulevard Description: Total reconstruction of Big Timber Road from a rural section to an urban section including storm sewers, curb and gutter, restoration, traffic signals at Randall, Lyle and McLean, street lighting at Randall and other appurtenant construction. Sheet 1 of 10 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 submit inspection reports to the LA and the STATE in accordance with the policies of the said STATE. 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. Sheet 2 of 10 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. 1 . (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 24 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 no more than once a 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 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 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. Sheet 3 of 10 9 . That the ENGINEER will comply with applicable Federal Statutes, State of Illinois Statutes and local laws or ordinances of the LA. 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 Minority 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 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 ENGINEER shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that minority business enterprises have the maximum opportunity to complete 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. Sheet 4 of 10 2. To furnish the necessary plans and specifications. 3. To notify the ENGINEER at least 24 hours in advance of the need for personnel or services. 4. That for the performance 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 4a, 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 chargeable 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 shown on Exhibit A. The classifications of the employees used in the work should be consistent with the employee classifications and estimated manhours shown in Exhibit E. 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 Exhibits B and C of this AGREEMENT. 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 Sheet 5 of 10 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 4b 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 business practices. Such costs are included in the overhead and expense rate set forth in Exhibits B and C of this AGREEMENT. The rate shown in Exhibits B and C 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 $31,303. 17 to cover profit only. The total amount payable, including actual costs, fixed fee and contingencies, shall not exceed $265, 254.26 for 210 calendar days of engineering services provided under this AGREEMENT. The date of the first calendar day for this AGREEMENT shall be the date of the first day of actual construction by the PROJECT Contractor. In the event PROJECT construction is suspended as recorded on the "Report of Starting and Completion Date, " the calendar days for this AGREEMENT will also be suspended for a like amount of time. In the event the engineering services are not completed upon expiration of the stated calendar days and remaining funds are not sufficient to complete the project, adjustments in total compensation to the ENGINEER shall be determined through negotiation between the parties of this AGREEMENT and concurred in by the STATE. 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 Sheet 6 of 10 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 6 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 6 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 AGREEMENT shall 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 Administration 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 and 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 Sheet 7 of 10 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 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 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 of 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. 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 1f of The Engineer Agrees. Successors and Assigns That the LA and the ENGINEER bind themselves, their successors, executors 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 State of Illinois, acting by and through its City Council ATTEST: By �W:114/1,\--k �QiGlii w� By By City Cle k Mayor (SEAL) ************************************************************************ Executed by the ENGINEER Hampton, Lenzini and Renwick, Inc. 380 Shepard Drive ATTEST: Elgin, Illinois 60123-7010 By By Secretary P ident (SEAL ) Sheet 8 of 10 Federal-Aid Project M-5293( 54) CERTIFICATION OF ENGINEER I hereby certify that I am the President and duly authorized representative of the firm of Hampton, Lenzini and Renwick, Inc. , whose address is 380 Shepard Drive, Elgin, Illinois 60123-7010 and that neither I nor the above firm I herein represent has: ( a) employed or retained for a commission, percentage, brokerage, contingent fee or other considerations, any firm or person (other than a bona fide employee working solely for me or the above ENGINEER) 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 ENGINEER) any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT. 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 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; ( f) are not presently indicted for or otherwise criminally 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; (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; Sheet 9 of 10 • Where the ENGINEER is unable to certify to any of the statements in this certification, such ENGINEER shall attach an explanation to this AGREEMENT. I acknowledge that this certificate is to be furnished to the LA and the STATE in connection with this AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil . • By 09/.12 Pres ' nt Date ************************************************************************ CERTIFICATION OF LA I hereby certify that I am the Mayor of the City of Elgin and that the above ENGINEER or his representative has not been required directly or indirectly as an express or implied condition in connection with obtaining or carrying out this AGREEMENT to: (a) employ or retain, or agree to employ or retain, any firm or person; or (b) pay, or agree to pay, to any firm, person or organization, any fee, contribution, donation or consideration of any kind; except as herein expressly states (if any) ; I acknowledge that this certificate is to be furnished to the STATE in connection with this AGREEMENT involving participation of Federal-aid highway funds, and is subject to applicable State and Federal laws, both criminal and civil. By //l�? Mayor / Date Sheet 10 of 10 EXHIBIT A DIREC T EOF G PAYROLL COSTS Regular Time Overtime Classification From To From To Senior Engineer $25.00 $27.00 $25.00 $27.00 Engineer 5 23.00 25.00 23.00 25.00 Engineer 4 20.00 22.00 30.00 33.00 Engineer 3 18.00 20.00 27.00 30.00 Engineer 2 17.00 18.00 25. 50 27.00 Engineer 1 16.00 17.00 24.00 25. 50 Engineer in Training 13.00 16.00 19. 50 24.00 Technician 5 17.00 19.00 25. 50 28. 50 Technician 4 15.00 17.00 22.50 25. 50 Technician 3 13.00 15.00 19. 50 22. 50 Technician 2 12.00 13.00 18.00 19. 50 Technician 1 10.00 12.00 15.00 18.00 Technician - Temporary 6.00 10.00 9.00 15.00 Clerical 12.00 14.00 18.00 21 .00 Clerical - Temporary 7.00 10.00 10. 50 15.00 Accountant 11.00 12.00 16. 50 18.00 EXHIBIT B PAYROLL BURDEN AND FRINGE COSTS % of Direct Productive Payroll Federal Insurance Contributions Act 10.45 State and Federal Unemployment Compensation 0. 60 Workmen' s Compensation Insurance 1.08 Paid Holidays, Vacations, Sick Leave 11.35 Employee-Established Pension Plans and Relocated Allocations 5.83 Group Insurance and Bonus 25. 12 TOTAL PAYROLL BURDEN AND FRINGE COSTS 54.43 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 15.34 Depreciation and Amortization 8. 50 Insurance, including accident, liability, valuable papers 7.24 Income Tax 0.05 Travel Expense not assigned to clients 0.24 Professional Services 0. 65 Miscellaneous Business Expense 27.92 59.94 MANHOUR REQUIREMENTS PER TASK Date: JANUARY 8. 1992 Project:ELGIN, BIG TIMBER WEST, SEC 90-00128-01-WR, PROJ M-5293(54) PROJECT ; CONSTRUCTION ; TYPING AND RESIDENT ; STAKING ADMINISTRATION ; GUIDANCE ; PRINTING ; INSPECTION ; CLASSIFICATION ; HOURS ; HOURS ; HOURS HOURS ; HOURS ;SENIOR ENGINEER 175 148 ;ENGINEER 5 I I 1 1 ;ENGINEER 4 ;ENGINEER 3 471 ENGINEER 2 ENGINEER 1 ENGINEER IN TRAINING ;TECHNICIAN 5 'TECHNICIAN 4 372 ;TECHNICIAN 3 ; ; ; ; 3,714 ;TECHNICIAN 2 ; ; ; ; ; 372 ;TECHNICIAN 1 ; ; ; ; 372 ;TECHNICIAN TEMPORARY ;CLERICAL ; ; ; 88 ;CLERICAL TEMPORARY ;ACCOUNTING I 1 I I I I I 1 1 I TOTAL MANHOURS ; 175 148 ; 88 4,185 ; 1,116 Prepare in conjuction with EXHIBIT D Hampton, Lenzini and Renwick, Inc. Page 1 MANHOUR REQUIREMENTS PER TASK Date: JANUARY 8, 1992 Project:ELGIN, BIG TIMBER WEST, SEC 90-00128-01-WR, PROJ M-5293(54) � I PAY ; DOCUMENTATION ; QUAULITY SHOP ; CHANGE ESTIMATE ; CONTROL ; DRAWINGS ; ORDERS CLASSIFICATION ; HOURS ; HOURS ; HOURS ; HOURS HOURS ;SENIOR ENGINEER ;ENGINEER 5 ; 1 5 ;ENGINEER 4 ENGINEER 3 ; 24 ; 180 ; ; ; 14 ENGINEER 2 I I I I I I ENGINEER 1 ENGINEER IN TRAINING ;TECHNICIAN 5 ;TECHNICIAN 4 ;TECHNICIAN 3 ; 7 250 ;TECHNICIAN 2 ;TECHNICIAN 1 ;TECHNICIAN TEMPORARY ;CLERICAL ;CLERICAL TEMPORARY ;ACCOUNTING I I I I 1 I I I I I I I ; TOTAL MANHOURS 31 ; 430 1 5 14 Prepare in conjuction with EXHIBIT D Hampton, Lenzini and Renwick, Inc. Page 2 3, 1992 Project:ELGIN, BIG TIMBER WEST, SEC 90-00128-01-WR, PROJ M-5293(54) RECORD DRAWINGS CLASSIFICATION HOURS SENIOR ENGINEER ENGINEER 5 ENGINEER 4 ENGINEER 3 ; • ENGINEER 2 ENGINEER 1 ENGINEER IN TRAINING ;TECHNICIAN 5 ;TECHNICIAN 4 TECHNICIAN 3 TECHNICIAN 2 ; 8 TECHNICIAN 1 TECHNICIAN TEMPORARY CLERICAL CLERICAL TEMPORARY ACCOUNTING TOTAL MANHOURS 8 Prepare in conjuction with EXHIBIT D Hampton, Lenzini and Renwick, Inc. Page 3 AVERAGE HOURLY PROJECT RATES Hampton, Lenzini and Renwick, Inc. Date: JANUARY 8, 1992 Project:ELGIN, BIG TIMBER WEST, SEC 90-00128-01-WR, PROJ M-5293(54) Reference Model No. ; 154 PROJECT ; CONST RUCTION ; TYPI;NG AND ; RES IDENT ADMINISTRATION ; GUID ANCE ; PRI;NTING ; INSP ECTION CLASSIFICATION ; SALARY ; % PART ; WGT. RATE ; t PART WT. RATE ; t PART ; WGT. RATE ; t PART WGT. RATE SENIOR ENGINEER ; 26.51 ; 100.00 26.51 100.00 26.51 ; .00 .00 ; .00 .00 ENGINEER 5 ; 23.78 ; .00 .00 .00 .00 ; .00 .00 ENGINEER 4 20.79 ; .00 .00 .00 .00 .00 .00 ENGINEER 3 ; 18.78 .00 .00 ' .00 .00 11.25 ' 2.11 ENGINEER 2 17.85 .00 .00 .00 .00 .00 .00 ENGINEER 1 16.28 .00 .00 .00 .00 .00 .00 ENGINEER IN TRAINING 14.65 .00 .00 .00 .00 .00 .00 ;TECHNICIAN 5 18.04 .00 .00 .00 .00 .00 .00 ;TECHNICIAN 4 16.80 ; ; .00 .00 , .00 .00 , .00 .00 ;TECHNICIAN 3 13.65 ; ; .00 .00 ; .00 , .00 ; 88.75 12.11 ;TECHNICIAN 2 12.13 ; .00 .00 ; .00 .00 ; .00 .00 ;TECHNICIAN 1 11.18 ; .00 .00 ; .00 ; .00 ; .00 .00 ;TECHNICIAN TEMPORARY 8.96 .00 .00 .00 .00 .00 .00 ;CLERICAL 13.28 .00 ; .00 100.00 13.28 ; .00 .00 ;CLERICAL TEMPORARY ; 9.24 .00 ; .00 .00 ; .00 .00 ;ACCOUNTING 11.45 .00 ; .00 ; .00 .00 .00 1 I I I I I I .00 1 AVERAGE PAYROLL RATE ; 100.00 ; 26.51 100.00 ; 26.51 1 100.00 ; 13.28 ; 100.00 14.23 EXHIBIT D Prepared By Hampton, Lenzini and Renwick, Inc. AVERAGE HOURLY PROJECT RATES Hampton, Lenzini and Renwick, Inc. Date: JANUARY 8, 1992 Project:ELGIN, BIG TIMBER WEST, SEC 90-00128-01-WR, PROJ M-5293(54) Reference Model No. STAKING ; P;AY DOCUMENTATION ; QUAILITY ; SH;OP ESTIMATE ; ; CONTROL DRAWINGS 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 ; 100.00 ; 23.78 ; 100.00 23.78 ENGINEER 4 .00 ' .00 .00 ' .00 '.00 .00 .00 .00 , 100.00 20.79 ENGINEER 3 ; .00 ; .00 ; 77.42 ; 14.54 41.86 ' 7.86 .00 ; .00 50.00 9.39 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 ; 5.60 ; .00 ; .00 .00 ; .00 .00 ; .00 ; .00 ; .00 ;TECHNICIAN 3 .00 ; .00 22.58 ; 3.08 58.14 ; 7.94 ; .00 ; .00 ; .00 ; .00 ;TECHNICIAN 2 ; 33.33 ; 4.04 .00 ; .00 ; .00 .00 ; .00 ; .00 ; .00 ; .00 ;TECHNICIAN 1 33.33 ; 3.73 .00 ; .00 ; .00 .00 ; 100.00 11.18 .00 ; .00 ;TECHNICIAN TEMPORARY .00 .00 .00 ; .00 .00 .00 .00 ; .00 ; .00 .00 ;CLERICAL ; .00 .00 .00 ; .00 .00 .00 .00 .00 ; .00 .00 ;CLERICAL TEMPORARY ; .00 .00 .00 ; .00 .00 .00 .00 ; .00 ; .00 .00 ;ACCOUNTING ; .00 .00 ; .00 .00 .00 .00 .00 .00 ; .00 , .00 ', 1 .00 1 .00 i .00 i i .00 .00 AVERAGE PAYROLL RATE ; 100.00 ; 13.37 ; 100.00 , 17.62 100.00 , 15.80 ; 100.00 34.96 ; 100.00 , 53.96 EXHIBIT D Prepared By Hampton, Lenzini and Renwick, Inc. n,,,,, AVERAGE HOURLY PROJECT RATES liampton, Lenzini and Renwick, Inc. Date: JANUARY 8, 1992 Project:ELGIN, BIG TIMBER WEST, SEC 90-00128-01-WR, PROJ M-5293(54) Reference Model No. ; CHANGE ; RECORD ORDERS ; DRAW;INGS CLASSIFICATION ; S PART ; WGT. RATE k PART ; WGT. RATE SENIOR ENGINEER ; .00 .00 .00 ; .00 ENGINEER 5 ; .00 .00 .00 ; .00 ENGINEER 4 .00 .00 .00 .00 ENGINEER 3 100.00 18.78 .00 .00 ENGINEER 2 .00 .00 .00 ENGINEER 1 .00 .00 .00 ENGINEER IN TRAINING .00 .00 .00 TECHNICIAN 5 .00 .00 ; .00 TECHNICIAN 4 ; ; .00 .00 ; .00 TECHNICIAN 3 ; ; .00 .00 ; .00 TECHNICIAN 2 ; .00 100.00 12.13 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 ; 18.78 100.00 ; 12.13 EXHIBIT D Prepared By Hampton, Lenzini and Renwick, Inc. COST ESTIMATE OF CONSULTANT'S SERVICES Hampton, Lenzini and Renwick, Inc. Date: JANUARY 8, 1992 Project:ELGIN, BIG TIMBER WEST, SEC 90-00128-01-WR, PROJ M-5293(54) ;Reference Model No. ; 154 ; 155 ; ; ESTIMATED:COST IN DOLLARS ;Current Multiplier ; 1.1437 ; ;OVERHEAD & ; IN-HOUSE ; ; ; SERVICES ; ; t 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 ; 175.00 4,639.25 5,305.91' ; 9,945.16: 1,570.73' 11,515.89 4.34 CONSTRUCT. GUIDANCE 148.00 3,923.48 4,487.28 8,410.76' 1,328.39 9,739.15 3.67 TYPING & PRINTING ; 88.00 1,168.64 1,336.57 25.00 2,530.21 399.30 2,929.51 1.10 RESIDENT INSPECTION 4,185.00 59,552.55 68,110.25 127,662.80 20,163.00 147,825.80 55.73 STAKING ; 1,116.00 14,920.92 17,065.06 549.00 32,534.98 5,131.46 37,666.44 14.20 PAY ESTIMATES ; 31.00 546.22 624.71: 1,170.93 184.94 ; 1,355.87 .51, DOCUMENTATION ; 430.00 6,794.00 7,770.30: ; 14,564.30 2,300.28 ; 16,864.58 6.36 QUALITY CONTROL ; 1.00 34.96 39.98: 74.94, 11.84 35,707.00; 35,793.78 13.49 SHOP DRAWINGS 5.00 269.80, 308.57: ; 578.37: 91.35 669.72, .25 CHANGE ORDERS ; 14.00 262.92; 300.70 ; 563.62: 89.02 ; 652.64: .25 RECORD DRAWINGS 8.00 97.04; 110.98 ; 208.02' 32.86 ; 240.88: .09 , I1 , I , , TOTALS 6,201.00 92,209.78: 105,460.31 574.00 198,244.09 31,303.17 35,707.00, 265,254.26: 99.99 EXHIBIT E (a)Quality control by PROFESSIONAL SERVICE INDUSTRIES, INC. V h52i Professional Service Industries, Inc. October 22 , 1991 Mr. Robert Lenzini Hampton, Lenzini & Renwick, Inc . 380 Shepard Drive Elgin, Illinois 60123-7010 Re: Construction Materials Testing and Inspection Services Randall Road F.A.U. Route 1302 Section 90-00128-01-WR Kane County, Illinois PSI Number : 042-082 Gentlemen: As per the October 18, 1991 telephone conversation between Mr . Robert Lenzini of Hampton, Lenzini & Renwick, Inc . and Mr. Thor L. Moody 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 will 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. 665Tollgate Road,Unit'H • Elgin,IL 60123 • Phone:708/931-7110 • Fax:708/931-7125 Hampton, Lenzini & Renwick, Inc . October 22 , 1991 Page two of six PSI appreciates the opportunity to offer its services to your project and looks forward to working with you during the construction phase . You will be contacted within 5 days to answer any questions you may have concerning the proposal and the services that PSI can provide your project . Respectfully submitted, PROFESSIONAL SERVICE INDUSTRIES, INC. J hn J Balun I Senior Division Manager 0v/�C hor L . Moody Elgin Division Manager JJB/TLM; srb • Attachments : Schedule of Services and Fees Project Data Sheet General Conditions AGREED TO THIS 07 DAY OF(b4/14/1 , 1992 • BY : 4 • TITLE: 65Sef? FIRM: /14m /O/1/ L f/2ZJ// and /j '4 /he. I'.-amptori, 'Lerizini & Renwick , Inc . October 22 , 1991 Page three of six CONSTRUCTION SERVICES IDOT WORK SHEET ESTIMATE OF TIME & COSTS COMPACTION CONTROL Sub-Base, Base Course and Bituminous Concrete 235 Hours Cost : 235 Hours x $35 . 00/Hour = $ 8, 225 . 00 P. C. C. CONCRETE FIELD TESTING Sidewalks , Driveways , Curb & Gutter, and Base Course 110 Hours Cost : 110 Hours x $31 . 50 = $ 3 , 465 . 00 BITUMINOUS CONCRETE SURFACE, BINDER AND BASE Bituminous Proportioning Plant Inspection - Per Ton 43928 Tons Cost : 43928 Tons x $0 . 32 = $14 , 056 . 96 (Minimum Charge - $150 . 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: $ 600 . 00 LABORATORY SERVICES Compressive Strength Testing of Concrete Cylinders : 88 Cylinders Cost : 88 Cylinders x $8 . 75 = $ 770 . 00 Moisture Density Tests (Standard) : 2 Tests Cost : 2 Tests x $120 . 00 = $ 240 . 00 Extraction Test : 25 Tests Cost : 25 Tests x $70 . 00 = $ 1 , 750 . 00 Stability Tests : 25 Tests Cost : 25 Tests x $100 . 00 = $ 2 , 500 . 00 Total Lab: $ 5 , 260 . 00 ENGINEERING SERVICES : Project Engineer 74 Hours Cost : 74 Hours x $50 . 00 = $ 3 , 700 . 00 MISCELLANEOUS Recycle Stockpile Sample Testing 2 x $600 . 00 = $ 1 , 200 . 00 fi3nipLori, LCnzirii & Renwick , Inc . October 22 , 1991 Page four of six CONSTRUCTION SERVICES IDOT WORK SHEET-PAGE 2 TOTAL CHARGES COMPACTION CONTROL $ 8, 225 . 00 P.C.C. CONCRETE $ 3,465 . 00 BITUMINOUS CONCRETE $14, 056 . 96 LABORATORY SERVICES $ 5, 260 . 00 ENGINEERING SERVICES $ 3, 500 . 00 MISCELLANEOUS CHARGES $ 1 , 200 . 00 TOTAL COST NOT TO EXCEED: $35,706 . 96 REMARKS 1 . Personnel rates quoted are based on an 8 hour work day, Monday through Friday . Services performed outside of these hours and on Saturdays , Sundays and holidays will be subject to an overtime rate of 1 . 35 times the hourly or tonnage rates . Rates are based on portal to portal time . 2 . All rates presented in this proposal are applicable to your projects for the period through December 31 , 1992 , thereafter, all rates quoted in this proposal are subject to escalation on January 1 , 1993 . 3 . 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 . 4 . A certificate of insurance will be supplied upon request . CONSTRUCTION ENGINEERING NEGOTIATION MEETING PROJECT: -Big Timber Road West MEETING DATE: January 7, 1992 IN ATTENDANCE: Melford Dahl City of Elgin Ralph Ridley City of Elgin • Richard Hampton HLR Doug Paulus HLR Robert Lenzini HLR 1 . Calendar Days Services are to be Provided: 7 Months x 30 = 210 Days 2. Work Days: Total Days 210 Minus Sundays 30 Minus Saturdays 30 Weekdays 150 Each Saturdays 20 Each 3. Hours Required Per Day: Weekdays 8 Regular + 2 Overtime = 10 Use 11 Hours to account for overtime pay Saturdays 8 Overtime Use 12 Hours to account for overtime 4. Number of Construction Observers to be Provided - 2 Full Time 5. Resident Engineering to be Provided - 3 Hours/Day 6. Project Principal - Provide 2 Hours/Week 7. Provide Construction Staking - 3 Man Crew 8. Documentation Requirements: Daily 1 Hour Payment Estimates 1 Hour/Month Change Orders 2 Hours/Month 9 . Closing Documentation Requirements: Payment Estimate 24 Hours Other Documents 180 Hours in y °F EL, , Agenda Item No . February 20, 1992 MEMORANDUM TO: Mayor and Member of the City Council FROM: Larry L. Rice, City Manager SUBJECT: Big Timber Road Improvement Construction Engineering Services PURPOSE: This memorandum will provide the Mayor and Council with information to consider the execution of the Construction Engineering Services Agreement with Hampton, Lenzini and Renwick, Inc. for the subject project, a copy of which is attached for your review. BACKGROUND: The City of Elgin has entered into several agreements for the improvement of Big Timber Road between Randall Road and State Street, the most recent being the three-party (City, Kane, IDOT) agreement for the improvement between Randall and McLean. The City Council authorized execution of that agreement on October 23, 1991 which covers the financial responsibilities of each party for the construction and construction engineering costs for this improvement. The cost of the construction engineering services will be shared with FAU paying 75 percent, Kane County 18.75 percent and Elgin 6 .25 percent. Kane County had agreed to pay a larger share because Elgin would be assuming the responsibility for the roadway upon completion of the project. FINANCIAL IMPACT: The City's share of the $265,254 .26 cost of the construction engineering services will be $16,578.39 . There is in the Budget under 392-982-9905 for Big Timber $375,060 for the City's share of the cost of the improvements. Mayor and Members of the City Council February 20, 1992 Page 2 RECOMMENDATION: It is recommended that the City Council authorize the execution of the Construction Engineering Services Agreement for Federal Participation and direct the staff to prepare the necessary resolution. After execution, the agreement will be sent to IDOT for approval . Lar . Rice, C'ty Manager do Attachment Illinois Department of Transportation • Office of the Secretary 2300 South Dirksen Parkway/Springfield, Illinois/62764 Telephone 217/782-5597 MAY 2 2 1992 } SUBJECT: Item N. 10 Contrac No. 43283 Kane County (Elgin) Section 90-00128-01-WR Project M-5293(54) Federal-aid Urban Route 1302 District 1 Palumbo Bros. , Inc. 321 S. Center St. Hillside, Illinois 60162-1814 Gentlemen: At the letting held by the Department of Transportation in Springfield on May 1 , 1992, your bid in the amount of $2,673,588.04 was the low bid submitted on the above designated section. You are hereby awarded the contract for this work at your bid price. Contract and bond forms will be sent to you under separate 40 cover. Your attention is called to Article 107.11 of the Standard Specifications for Road and Bridge Construction, adopted July 1 , • 1988, relative to insurance requirements. It will be necessary that insurance policies meeting these requirements be filed with this department and approved by the Railroad Company before any work may be undertaken on or near the railroad right of way which will jeopardize railroad property or traffic in any way. Your attention is called to Article 103.05 of the Standard Specifications for Road and Bridge Construction, adopted July 1 , 1988, which provides that the Contract shall be executed by the successful bidder and returned together with the Contract Bond within 15 days after the contract has been mailed to the bidder. Before starting any work, please arrange to discuss your plans for prosecuting this work with Mr. Duane Carlson, District Engineer, 201 West Center Court, Schaumburg, Illinois. Sincerely, Kirk Brown Secretary cc- Duane P. Carlson Attn: Loca oads Engineer Dolonna Mecum, City Clerk File 46 4 Elm � OfEfC Agenda Item No . ' t7. + o ,1„ o �p��glfD fE610 March 11, 1991 MEMORANDUM TO: ;, and Members of the City Council FROM: City Manager SUBJECT: Big Timber and Randall Roads Temporary Signals PURPOSE: This memorandum will provide- the Mayor and Council with information to consider the execution of a Letter of Understanding for the subject project. BACKGROUND: The City entered into an intergovernmental agreement with Kane County January 9, 1991. That agreement was drawn up quickly by the County and did not include the standard provisions for maintenance of the signals. The agreement for the signals at Randall Road and Royal Boulevard does include a provision for the City to own and maintain. The County has, therefore, prepared a Letter of Understanding which provides for the City to own and maintain the temporary signals at the intersection of Randall and Big Timber Roads. A copy of the agreement is attached for your consideration. FINANCIAL IMPACT: The cost to maintain these signals will be minimal as the equipment is new and will be replaced at the time of the permanent installation. RECOMMENDATION: It is recommended that the City Council authorize the City Manager and City Clerk to execute the Letter of Understanding with Kane County for the ownership and maintenance of the Temporary Signals at Big Timber and Randall Roads . La L. Ri e, City Manager Attachment KANE COUNTY DIVISION of TRANSPORTATION •Ia ORG RHIjE ••'�x ���: 4".16.1816: z : Nabi R. Fakroddin, Director '\ • Superintendent.of Highways February 25, 1991 Mr. Ralph L. Ridley Air r City of Elgin 150 Dexter Court {{ Elgin, IL 60120-5555 / Ti b LETTER OF UNDERSTANDING TEMPORARY SIGNALS INTERSECTION RANDALL ROAD AND BIG TIMBER ROAD Dear Sir: I understand that upon completion of the temporary signal installation at Randall Road and Big Timber Road. The City will accept the responsibility for maintenance and electrical energy for operating the signals. In return, upon the installation of permanent traffic signals the temporary signal equipment shall become the property of the City. The Kane County Division of Transportation will keep the right to control the sequence and timing of the signals. If you agree with this letter of understanding, please sign in the place provided and return the original to this office. The copy is for your files. Yours very truly, � � David D. Grupe Chief, Construction Section CITY OF ELGIN BY: Date: 41 W 011 Burlington Road, St. Charles, Illinois 60175 - (708) 584-1170 • Fax No. (708) 584-5265 • Elm n c" Agenda Item No . to. November 21, 1991 MEMORANDU M TO: Mayor and Members of the City Council FROM: Larry L. Rice, City Manager SUBJECT:. Big Timber Road Improvements - Randall to McLean Design Engineering Amendment PURPOSE: This memorandum will provide the Mayor and Council with information to consider the approval and authorization to execute the subject amendment. BACKGROUND: The Big Timber Road improvement from Randall to State Street was designed as one project. However, due to the shortage and uncertainty of Federal Aid Urban (FAU) funds, the project was split. The McLean to State Street section was constructed in 1990 and completed in early 1991. The section between Randall and McLean is scheduled to be bid December 6, 1991 and awarded in early 1992 . The design of the improvements began in August 1983 when IDOT approved the engineering contract with Hampton, Lenzini and Renwick, Inc. Because of the time involved, complexity and additions to the project, several changes to the plans were necessary, all of which were with the consent of IDOT. FINANCIAL IMPACT: The changes in the plans and specifications were made by Hampton, Lenzini and Renwick, Inc. Attached for your consideration is a copy of Amendment No. 1 to the Engineering Agreement which is in the amount of $40,634 . 12 for a new contract amount not to exceed $257,658 . 64 . One-half of the addition ($20,317 . 06) will be paid by Kane County per our existing agreement. There is proposed in the 1992 Budget $375,000 (392-982-9905) to cover the City' s portion of the cost of the improvement. The City Council on October 23, 1991 authorized an agreement with IDOT and Kane County for the construction of the improvement with the City' s share at $186, 874 . Mayor and Members of the City Council November 21, 1991 Page 2 RECOMMENDATION: It is recommended that the City Council approve Amendment No. 1 and direct the staff to prepare the necessary resolution authorizing execution of the amendment. The amendment will be submitted to IDOT for approval . Of� Larry L. R' % ity Manager do Attachment RESOLUTION AUTHORIZING EXECUTION OF AN AMENDMENT TO AN AGREEMENT WITH HAMPTON, LENZINI AND RENWICK, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that George VanDeVoorde, Mayor, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an amendment to an agreement on behalf of the City of Elgin with Hampton, Lenzini and Renwick, Inc. for engineering services for the Big Timber Road improvements, a copy of which is attached hereto and made a part hereof by reference. s/ George VanDeVoorde George VanDeVoorde, Mayor Presented: January 8, 1992 Adopted: January 8, 1992 Omnibus Vote: Yeas 5 Nays 0 Recorded: Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk . , . 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: 89-00128-00-WR Kane County Engineering Agreement April 9, 1992 Dolonna Mecum City Clerk 150 Dexter Ct. Elgin, IL 60120 Dear Madam: The Amendment to the Phase II agreement for engineering services dated January 9, 1992 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 Section 89-00128-00-WR was approved by this Department on April 9, 1992. The City's file copy of the agreement is being returned herewith. Very truly yours, ..1.2.0ede /f:P. .41:4-‘&40.04-. Duane P. Carlson, P.E. District Engineer AC/rh cc: William T. Sunley w/encl. Hampton, Lenzini & Renwick, Inc. w/encl. Mel Dahl City Engineer 47711 . 7 • Route: Big Timber Road FAU 1258 Project: M-5293( 8 ) Job No. : P-91-198-83 Section: 89-00128-00-WR Original Contract Value: $217, 024. 52 Adjusted Contract Value: $257, 658. 64 AMENDMENT NO. 1 WHEREAS, The City of Elgin heretofore entered into an agreement dated August 12, 1987 with Hampton, Lenzini and Renwick, Inc. ; and WHEREAS, The City of Elgin requests the scope of work be expanded to include the following additional services: 1 . Prepare intersection design studies for the Randall Road and Lyle Avenue intersections with Big Timber Road. Submit the necessary amendments to the approved Environmental Assessment Report. 2. Redesign the Randall Road/Big Timber Road intersection to meet the approved intersection design study. 3. Design new traffic signals at the Randall Road and Lyle Avenue intersections with Big Timber Road. 4. Redesign the traffic signals at the McLean Boulevard intersection with Big Timber Road. 5 . Design new street lighting at the Randall Road/Big Timber Road intersection. 6. Redesign the horizontal and vertical alignment of Big Timber Road at the Harig Products plant. 7. Redesign the bridge over Tyler Creek to accommodate a bike path beneath it. 8. Provide land surveying services for seven ( 7 ) additional parcels of property. 1 and, WHEREAS, the foregoing additional services were not anticipated and were not included in the original scope of work; and WHEREAS, the added services will exceed the original estimated contract value by not more than $40, 634. 12. NOW, THEREFORE, the parties hereto do mutually agree to changes as follows: 1 . Page 1 of the AGREEMENT FOR CONSULTANT SERVICES, Paragraph b of "The City of Elgin agrees to: - Change $217, 024. 52 to read $257, 658. 64. 2. Page 8, Paragraph 5. 1 of the "DELETIONS AND AMENDMENTS TO THE ILLINOIS DEPARTMENT OF TRANSPORTATION' S STANDARD AGREEMENT PROVISIONS FOR CONSULTANT SERVICES DATED 1977" - Change the paragraph to read as follows: 5. 1 Phase II - Design. Subject to an Upper Limit of Compensation of $257, 658. 64, the CONSULTANT shall receive, as full payment for completing the Phase II work required of him under this AGREEMENT, reimbursement of his eligible actual costs in accordance with Section 2.45 of the STANDARD PROVISIONS, plus a Fixed Amount of $26, 244. 66. The retainage provisions contained in Section 2.42 of the STANDARD PROVISIONS shall not apply to Direct Non- Salary Costs. 2 • Save as to these provisions, all other terms and conditions of said contract are to remain in full force and effect. IN WITNESS WHEREOF, the parties have executed this Amendment on this y day of , 1991— ATTEST: .)1A"311 By a) , �' ��t, By 1, - �(/ 4ls City Clerk Mayor ( SEAL ) ******************************************************************* For Hampton, Lenzini and Renwick, Inc. ATTEST: By a � By .� Secreta y Presid ( SEAL ) 3 COST ESTIMATE OF CONSULTANT'S SERVICES Hampton, Lenzini and Renwick, Inc. Date: NOVEMBER 6. 1991 Project: ELGIN, BIG TIMBER ROAD, SEC. 83-00128-00-WR, PROJECT M-5293(8) ;Reference Model No. ; 68 69 ; ESTIMATED:COST IN DOL:LARS ;Current Multiplier ; 1.3927 ; ;OVERHEAD & IN-HOUSE ; ; SERVICES % OF ;MUL ; 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 ADMIN & CONSUL ; 238.00 4,902.80; 6,828.13 11,730.93: 1,470.84 13,201.77 5.12; ;CLERCIAL & ACCOUNT ; 142.00 1,391.60: 1,938.08 15.00 3,344.68',: 419.73 3,764.41 1.46: ;ROUTE SURVEYING ; 636.00 5,946.60 8,281.83 20.00 14,248.43: 1,786.98 16,035.41 6.22 ;PLOT TOPO & XSECT ; 824.00 7,391.28 10,293.84 1,450.00 19,135.12 2,434.88 21,570.00 8.37 ;ROADWAY & UG DESIGN ; 1,136.00 17,448.96 24,301.17 41,750.13 5,234.69 (a)12806.00 59,790.82 23.21 ;PLAN & XSECT DRAFT ; 636.00 5,444.16 7,582.08 13,026.24 1,633.25 14,659.49 5.69 ;QUANT CR SHT & GNOTE; 506.00 6,497.04 9,048.43 15,545.47 1,949.11 17,494.58 6.79 SPECS & ESTIMATE ; 212.00 3,447.12 4,800.80 8,247.92 1,034.14 9,282.06 3.60 OFFICE REVIEW ; 144.00 3,009.60 4,191.47 7,201.07 902.88 8,103.95 3.15 TRAF SIG DESGN-DRAFT: 312.00 4,773.60 6,648.19 11,421.79 1,432.08 12,853.87 4.99 LAND SURVEY & DRAFT ; 560.00 5,499.20 7,658.74, 90.00 13,247.94 1,663.26 14,911.20 5.79 CALC & LEGAL DESCRIP; 244.00 3,769.80 5,250..20; 9,020.00 1,130.94 (b) 5200.00 15,350.94 5.96 EA REPORT ADDENDUM ; 96.00 1,918.08 2,671.31: 4,589.39 575.42 5,164.81 2.00 INTER DESIGN STUDY ; 130.00 1,797.90 2,503.94: 4,301.84 539.37 4,841.21 1.88 IDS & EA REVISIONS : 68.00 1,183.20 1,647.84 2,831.04 354.96 3,186.00 1.24 INTERSECT REVISIONS ; 108.00 1,627.80 2,267.04 ; 3,894.84 488.34 4,383.18 1.70 14 NEW TRAFFIC SIGNALS ; 188.00 3,565.40 4,965.53 ; 8,530.93 1,069.62 9,600.55 3.73 REDESIGN TRAF SIGNAL; 70.00 1,322.70 1,842.12 ; 3,164.82 396.81 3,561.63 1.38 C STREET LIGHTING ; 106.00 1,571.60 2,188.76 ; 3,760.36 471.48 4,231.84 1.64 BRIDGE REVISIONS ; (a) 2033.10 2,033.10 .79 ADD LAND SURVEYS : 282.00 4,186.25 5,830.19 10,016.44 1,255.88 (b) 2365.50 13,637.82 5.29 ;TOTALS ; 6,638.00 86,694.69 120,739.69: 1,575.00 209,009.38 26,244.66 22,404.60 257,658.64 100.00 EXHIBIT E (a)COLLINS AND RICE, INC., BRIDGE SUBCONSULTANT (b)CHICAGO TITLE INSURANCE CO., TITLE SEARCHES v • Route: Big Timber Road FAU 1258 Project: M-5293( 8 ) Job No. : P-91-198-83 Section: 89-00128-00-WR Original Contract Value: $217,024. 52 Adjusted Contract Value: $257, 658. 64 AMENDMENT NO. 1 WHEREAS, The City of Elgin heretofore entered into an agreement dated August 12, 1987 with Hampton, Lenzini and Renwick, Inc. ; and WHEREAS, The City of Elgin requests the scope of work be expanded to include the following additional services: 1 . Prepare intersection design studies for the Randall Road and Lyle Avenue intersections with Big Timber Road. Submit the necessary amendments to the approved Environmental Assessment Report. 2. Redesign the Randall Road/Big Timber Road intersection to meet the approved intersection design study. 3. Design new traffic signals at the Randall Road and Lyle Avenue intersections with Big Timber Road. 4. Redesign the traffic signals at the McLean Boulevard intersection with Big Timber Road. 5. Design new street lighting at the Randall Road/Big Timber Road intersection. 6. Redesign the horizontal and vertical alignment of Big Timber Road at the Harig Products plant. 7. Redesign the bridge over Tyler Creek to accommodate a bike path beneath it. 8. Provide land surveying services for seven ( 7 ) additional parcels of property. 1 Ma and, WHEREAS, the foregoing additional services were not anticipated and were not included in the original scope of work; and WHEREAS, the added services will exceed the original estimated contract value by not more than $40, 634. 12. NOW, THEREFORE, the parties hereto do mutually agree to changes as follows: 1 . Page 1 of the AGREEMENT FOR CONSULTANT SERVICES, Paragraph b of "The City of Elgin agrees to: - Change $217,024. 52 to read $257, 658. 64. 2. Page 8, Paragraph 5. 1 of the "DELETIONS AND AMENDMENTS TO THE ILLINOIS DEPARTMENT OF TRANSPORTATION'S STANDARD AGREEMENT PROVISIONS FOR CONSULTANT SERVICES DATED 1977" - Change the paragraph to read as follows: 5. 1 Phase II - Design. Subject to an Upper Limit of Compensation of $257, 658. 64, the CONSULTANT shall receive, as full payment for completing the Phase II work required of him under this AGREEMENT, reimbursement of his eligible actual costs in accordance with Section 2.45 of the STANDARD PROVISIONS, plus a Fixed Amount of $26, 244. 66. The retainage provisions contained in Section 2.42 of the STANDARD PROVISIONS shall not apply to Direct Non- Salary Costs. 2 Save as to these provisions, all other terms and conditions of said contract are to remain in full force and effect. IN WITNESS WHEREOF, the parties have executed this Amendment on this 9*- day of ��.c L�� c , 199 ATTEST: By CP'Y7,,,<44 By d-Z-7/1/44-',1-201.474._ City Cle k Mayor ( SEAL ) ******************************************************************* For Hampton, Lenzini and Renwick, Inc. ATTEST: By By S. Secretary Presi nt ( SEAL ) 3 -4. , r , COST ESTIMATE OF CONSULTANT'S SERVICES Hampton, Lentini and Renwick, Inc. Date: NOVEMBER 6. 1991 Project: ELGIN, BIG TIMBER ROAD, SEC. 83-00128-00-WR, PROJECT M-5293(8) ;Reference Model No. 68 69 1 ESTIMATED:COST IN DOLILARS 1 ;Current Multiplier 1.3927 1 :OVERHEAD & 1 IN-HOUSE ; ; ; SERVICES ' 1 Y OF IMUL NUMBER OF PAYROLL 1 FRINGE DIRECT SUBTOTAL ; PROFIT BY TOTAL GRAND 1 ITEM MAN HOURS 1 BENEFITS COSTS ; OTHERS ; TOTAL 1 (A) ; (B) 1 (C) ; (D) 1 (E) ; (F) 1 (G) (H) 1 (I) PROJ ADMIN & CONSUL 238.00 4,902.801 6,828.13 11,730.93: 1,470.841 ; 13,201.77 5.12 CLERCIAL & ACCOUNT ; 142.00 1,391.60: 1,938.08 15.001 3,344.68;: 419.73: ; 3,764.41 1.46 ROUTE SURVEYING ; 636.00 5,946.601 8,281.83 20.001 14,248.43 1,786.98 16,035.41 6.22 PLOT TOPO & XSECT Aor_824.00 7,391.281 10,293.84 1,450.001 19,135.12 2,434.88 21,570.00 8.37 ROADWAY & UG DESIGN 1 1, 00 17,448.961 24,301.17 1 41,750.13 5,234.69 (3)12806.00 59,790.82 23.21 PLAN & XSECT DRAFT L 636.00 5,444.161 7,582.08 1 13,026.24 1,633.25 14,659.49 5.69 AVANT CR SHT & GNOTE 406.00 6,497.04 9,048.43 15,545.47 1,949.11 17,494.58 6.79 SPECS & ESTIMATE 212.00 3,447.12 4,800.80 8,247.92 1,034.14 9,282.06 3.60 OFFICE REVIEW 144.00 3,009.60 4,191.47 7,201.07 902.88 8,103.95 3.15 TRAF SIG DESGN-DRAFT 312.00 4,773.60 6,648.19 11,421.79 1,432.08 12,853.87 4.99 LAND SURVEY & DRAFT 560.00 5,499.20 7,658.74 90.00 13,247.94 1,663.26 14,911.20 5.79 CALC & LEGAL DESCRIP 244.00 3,769.80 5,250.20 9,020.00 1,130.94 (b) 5200.00 15,350.94 5.96 EA REPORT ADDENDUM 96.00 1,918.08 2,671.31, 4,589.39 575.42 5,164.81 2.00 INTER DESIGN STUDY 1 130.00 1,797.90 2,503.94: 4,301.84 539.37 4,841.21 1.88 IDS & EA REVISIONS 1 68.00 1,183.20 1,647.84` 2,831.04 354.96 3,186.00 1.24 INTERSECT REVISIONS 1 106.00 1,627.80 2,267.04 3,894.84 488.34 4,383.18 1.70 14 NEW TRAFFIC SIGNALS 188.00 3,565.40 4,965.53 8,530.93 1,069.62 9,600.55 3.73 �j REDESIGN TRAF SIGNAL 70.00 1,322.70 1,842.12 3,164.82 396.81 3,561.63 1.38 C STREET LIGHTING 106.00 1,571.60 2,188.76 3,160.36 471.48 4,231.84 1.64 BRIDGE REVISIONS I (a) 2033.10 2,033.10 .79 ADD LAND SURVEYS 282.00 4,186.251 5,830.19 10,016.44 1,255.88 (b) 2365.50 13,637.82 5.29 ;TOTALS 1 6,638.00 86,694.69; 120,739.69 1,575.00 209,009.38 26,244.66 22,404.60 257,658.64 100.00 EXHIBIT E (a)COLLINS AND RICE, INC., BRIDGE SUBCONSULTANT (b)CHICAGO TITLE INSURANCE CO., TITLE SEARCHES • • •