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
•
•
•