Loading...
89-0510 Lovell Road got-o5(0 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH CRAWFORD, MURPHY & TILLY, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that George VanDeVoorde, Mayor, and Marie Yearman, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Crawford, Murphy & Tilly, Inc. for the preparation of plans, specifications and design report for the improvement of Lovell Road, a copy of which is attached hereto and made a part hereof by reference. s/ George VanDeVoorde George VanDeVoorde, Mayor Presented: May 10, 1989 Adopted: May 10 , 198/ Vote: Yeas 7 Nays 0 Recorded: Attest: Qi Marie Yearman Marie Yearman, City Clerk May 5 , 1989 MEMORANDUM TO: Mayor and Members of the City Council FROM: City Manager SUBJECT: Lovell Road Improvement PURPOSE: This memorandum will provide the Mayor and Council with information to consider the execution of a contract for preliminary final design and construction engineering services for the subject improvements. BACKGROUND: The City Council approved the extension of Lovell Road from East Chicago Street (IL Route 19) to Summit Street (IL Route 58) . This extension will be a major north/south collector street on the east side of the City. In addition, the section of Lovell Road from Villa Street (US Route 20) to East Chicago Street (IL Route 19) needs to be reconstructed. Prior to proceeding with the extension, a preliminary plan/report should be prepared for the entire length establishing the horizon- tal and vertical roadway geometrics, plus preliminary engineering for the Poplar Creek bridge. The selected engineering firm would provide a complete design report from Villa Street to Summit Street and the final construction plans and construction engineering services for Lovell Road from Villa Street to East Chicago Street and from Longford Drive to Summit Street. The City Council at the Committee of the Whole Meeting on November 16 , 1988 selected the firm of Crawford, Murphy and Tilly, Inc. of Aurora to perform the engineering services and directed the staff to negotiate an appropriate fee. The negotiated fee covers the preliminary plan/report for the entire length of roadway and the proposed structure over Poplar Creek, soil borings and final plans and specifications for that part of Lovell Road between Villa and Chicago (Section 1) and between Longford and Summit (Section 3) . The fee for construction services was also established, but would not be expended until the construction was underway and so directed by the City Council. FINANCIAL IMPACT: Attached is a copy of a letter from Crawford, Murphy and Tilly summarizing the proposed fees and a copy of the Engineering Services Agreement for your consideration. We wanted to compare the negotiated fee with fees paid by other agencies and so we selected Kane County. They use a percentage of the construc- tion cost. A copy of one of the pages from one of their contracts is attached. The fee for this project based on a very preliminary estimated construction cost of $658, 000 for Section 1 and $171 ,000 for Section 3 is as follows: Mayor and Members of the City Council May 5 , 1989 Page 2 Section 1 $ 55 ,507 Section 3 13 ,774 Poplar Creek Bridge 20 ,400 Soil Borings 7 , 300 Preliminary Engineering 16 ,652 (between Chicago & Lovell about 30% of Section 1) $ 113 ,633* * Does not include construction inspection sevices The length of Lovell between Villa and Chicago is almost identical to the length between Chicago and Longford that is not to be improved at this time, thus the reason for the estimated 30 percent for preliminary engineering. The negotiated fee to be paid Crawford, Murphy and Tilly minus the construction inspection fee is $98 , 800 . There is $475 ,000 in the Capital Improvement Fund for this project. It should be noted that the portion of Lovell north of Longford was an add on after the Budget was prepared. RECOMMENDATION: It is recommended that the City Council authorize the execution of the Engineering Services Agreement in the amount of $98 ,800 , and for construction inspection services in the amount of $49 ,000 which will not be expended without specific and separate authorization of the City Council. 411, / d;r74 Names J. ok, City Engineer tv i PLANNING/DESIGN/CONSTRUCTION ENGINEERING SERVICES AGREEMENT LOCAL AGENCY CONSULTANT City of Elgin Crawford, Murphy & Tilly, Inc. 150 Dexter Court 600 N. Commons Dr., Suite 107 Elgin, Illinois 60120-5555 Aurora, Illinois 60504 312-695-6500 312-820-1022 THIS AGREEMENT is made and entered into this i day of I"1141 1989 between the above Local Agency (LA) and Consultant (ENGINEER) and covers certain professional engineering services in connection with the improvement of the roadways set forth below in the Project Location. Funds, allotted by the City of Elgin will be used entirely or in part to finance ENGINEER services as described under AGREEMENT PROVISIONS. Whenever the term DEPARTMENT is used herein, it shall mean the Illinois Department of Transportation. PROJECT LOCATION Name: Lovell Road Termini: Section 1: Villa St. (U.S. Rte 20) to East Chicago St. (IL Rte 19) Section 2: East Chicago St. (IL Rte 19) to Bode Road Section 3: Bode Road to Summit Street (IL Rte 58) 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) Make such detailed surveys as are necessary for the preparation of detailed roadway plans. b.(X) Make stream and flood plain hydraulic surveys and gather high water data, and flood histories for the preparation of preliminary bridge design. c.(X) Make or cause to be made such soil surveys or subsurface investigations including borings and soil profiles and analyses thereof as may be required to furnish sufficient data for the design of the proposed improvements. Such investigations are to be made in accordance with the current requirements of the DEPARTMENT. d.(X) Prepare Division of Water Resources Permit, Bridge waterway sketch, and Utility plan and locations. e.(X) Prepare Preliminary Bridge Design and Hydraulic Report, (including economic analysis of bridge or culvert types) and high water effects on roadway overflows and bridge approaches. 1 r + f.(X) Prepare Abbreviated Project Design Report g.(X) Make complete general and detailed plans, special provisions, proposals and estimate cost and furnish the LA with one (1) set of mylar reproducables of the plans sheets and five (5) blueprint copies of the plans, special provisions, proposals and estimates. Additional copies of any or all documents, if required, shall be furnished to the LA by the ENGINEER at his actual cost for reproduction. h.(X) Furnish the LA with survey and drafts in quadruplicate of all necessary right-of-way dedications, construction easements, and borrow pit and channel change agreements including prints of the corresponding plats and staking as required. Two (2) reproducable original copies of the survey plat shall be furnished the LA. i.(X) Assist the LA in the receipt and evaluation of proposals and the awarding of the construction contract. j.(X) Furnish or cause to be furnished: (1) 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 DEPARTMENT and promptly submit reports on forms prepared by said Bureau. (2) 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 DEPARTMENT, and promptly submit reports on forms prepared by said Bureau. (3) All compaction tests as required by the specifications and report promptly the same on forms prepared by the Bureau of Materials and Physical Research. (4) Quality and sieve analyses on local aggregates to see that they comply with the specifications contained in the contract. (5) Inspection of all materials when inspection is not provided at the sources by the Bureau Materials and Physical Research, of the DEPARTMENT in accordance with the policies of the said DEPARTMENT. k.(X) Furnish or cause to be furnished: (1) A resident engineer, inspectors and other technical personnel to perform the following work: (The number of such inspections and other technical personnel required shall be subject to the approval of the LA.) 2 % • a. Continuous observation of the work and the contractor's operations for compliance with the plans and specifications as construction proceeds, but the ENGINEER does not guarantee the performance of the contract by the contractor. b. Establishment and setting of lines and grades. c. 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. d. Supervision of inspectors, proportioning engineers and other technical personnel, and the taking and submitting material samples. e. Revision and submittal of mylar original contract drawings to reflect record conditions. f. Preparation and submission to the LA in the required form and number of copies, all partial and final payment estimates, change orders, records, and reports required by the LA. 2. That all reports, plans, plats, and special provisions to be furnished by the ENGINEER pursuant to this agreement will be in accordance with the current standard specifications and policies of the CITY OF ELGIN, it being understood that all such reports, plats, plans and drafts, shall before being finally accepted, be subject to approval by the LA. 3. To attend conferences at any reasonable time when requested to do so by the LA. 4. In the event plans, surveys or construction staking are found to be in error during the construction of the SECTION and revisions of the plans or survey or construction staking corrections are necessary, the ENGINEER agrees that he will perform such work without expense to the LA, even though final payment has been received by him. He shall give immediate attention to these changes so there will be a minimum delay to the contractor. 5. The basic survey notes and sketches, charts, computations and other data prepared or obtained by the ENGINEER pursuant to this agreement will be made available, upon request, to the LA without cost and without restriction or limitations as to their use. 3 • 6. To make such changes in working plans, including all necessary preliminary surveys and investigations, as may be required after the award of the construction contract and during the construction of the improvement. 7. That all plans and other documents furnished by the ENGINEER pursuant to this AGREEMENT will be endorsed by him and will show his professional seal where such is required by law. 8. To submit, upon request by the LA a list of the personnel and the equipment he proposes to use in fulfilling the requirements of this AGREEMENT. THE LOCAL AGENCY AGREES, 1. To pay the ENGINEER as compensation for all services performed as stipulated in paragraphs la thru 1k, and 2 thru 8 at the hourly rates stipulated below for personnel assigned to this project as payment in full to the ENGINEER for the actual time spent in providing these services - the hourly rates to include profit, overhead, readiness to serve, insurance, social security and retirement deductions. Traveling and other out-of-pocket expenses will be reimbursed to the ENGINEER at his actual cost. Subject to the approval of the LA, the ENGINEER may sublet all or part of the services provided under paragraphs 1c and lh. If the ENGINEER sublets all or a part of this work, the LA will pay the cost to the ENGINEER plus a five (5) percent charge. "Cost to ENGINEER" to be verified by furnishing the LA copies of invoices from the party doing the work. SCHEDULE OF HOURLY CHARGES Principal of Firm $76.00 per hour Senior Project Engineer $71.00 per hour Project Engineer $59.00 per hour Senior Engineer $53.00 per hour Engineer $45.00 per hour Planner $45.00 per hour Land Surveyor (Registered Land Surveyor) $46.00 per hour Senior Engineering Technician (Draftsman, Party Chief, Materials Technician, Inspector) $39.00 per hour Engineering Technician (Instrumentman, Jr. Draftsman, Inspector) $30.00 per hour Engineering Aide (Rodman, Tracer, Materials Assistant) $24.00 per hour 4 The hourly rates itemized above shall be effective the date the parties, here unto entering this AGREEMENT, have affixed their hands and seals and shall remain in effect until December 31 , 1989. In event the services of the ENGINEER extend beyond December 31 , 1989, the hourly rates will be adjusted yearly by addendum to this AGREEMENT to compensate for increase or decrease in the salary structure of the ENGINEER that are in effect at that time. Payment for the stipulated services shall not exceed the estimates as detailed in the Attachments to this contract without prior written approval of the LA. 2. That payment due the ENGINEER for services rendered pursuant to this AGREEMENT will be made as soon as practicable after the services have been performed, in accordance with the following schedule: a. Upon completion of reports, detailed plans, special provisions, proposals and estimate of cost - being the work required by paragraphs la through lh under THE ENGINEER AGREES - to the satisfaction of the LA, 90 percent of the fee due for services stipulated in Paragraphs la through lh, based on the above fee schedule and the approved estimate of cost. b. Upon award of the contract for the improvement by the LA, 100 percent of the fee due for services stipulated in Paragraphs la through lh, based on the above fee schedule, less any amount paid under "a" above. c. Upon completion of the construction of the improvement, 90 percent of the fee due for services stipulated in paragraphs lj and 1k, less any amounts previously paid. d. Upon completion of all final reports required by the LA and acceptance of the improvement by the LA, 100 percent of the total fees due under this agreement, less any amounts previously paid. By mutual agreement, partial payments, not to exceed 90 percent of the amount earned, may be made from time to time as the work progresses as agreed on by the LA and the ENGINEER. 5 I 3. That, should the improvements be abandoned at any time after the ENGINEER has performed any part of the services provided for in this agreement, and prior to the completion of such services, the LA shall reimburse the ENGINEER at the hourly rates defined in paragraph 1 for all work undertaken up to the time he is notified in writing of such abandonment. Traveling and other out-of-pocket expense will be reimbursed to the ENGINEER at his actual cost. 4. That should the LA require changes in any of the detailed plans, specifications, or estimates (except for those required pursuant to paragraph 4 of THE ENGINEER AGREES) after they have been approved by the CITY, the LA will pay the ENGINEER for such changes on the basis of hourly rates defined as in paragraph 1. It is understood that "changes" as used in this paragraph shall in no way relieve the ENGINEER of his responsibility to prepare a complete and adequate set of plans. 5. That, should the LA extend completion of the improvement beyond the time limit given in the design or construction contract, the LA will pay the ENGINEER for services performed at the hourly rates defined in paragraph 1 under the LOCAL AGENCY AGREES as amended. IT IS MUTUALLY AGREED, 1. This AGREEMENT may be terminated by the LA upon giving notice in writing to the ENGINEER at his last know post office address. Upon such termination, the ENGINEER shall cause to be delivered to the LA all drawings, specifications, partial and completed estimates, and data, if any from traffic studies and soil survey and subsurface investigations with the understanding that all such material becomes the property of the LA. The ENGINEER shall be paid for any services completed and any services partially completed in accordance with Section 3 of THE LOCAL AGENCY AGREES. 2. That if the contract for construction has not been awarded one year after the acceptance of the plans by the LA, the LA will pay the ENGINEER the balance of the planning and design engineering fee due to make 100 percent of the fee due for services stipulated in Paragraphs la through lh, due under this AGREEMENT. 3. That the ENGINEER warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the ENGINEER, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the ENGINEER, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty the LA shall have the right to annul this contract without liability. 6 IN WITNESS WHEREOF, the parties have caused this AGREEMENT to be executed in quadruplicate counterparts, each of which shall be considered as an original by their duly authorized officers. Executed by the LA: CITY OF ELGIN State of Illinois, acting by and ATTEST: throuth 'ts Mayor and City Council. BY 4(2._eutAlt-tAL--- By fie ". /te7 City Clerk Title: Mayor (SEAL) Executed by the ENGINEER: Crawford, Murphy & Tilly, Inc. 600 N. Commons Dr. , Suite 107 ATTEST: Aurora, Illinois 60504 By 7�/ r� -� i Title: ,41/7/ /„,/, Title: 6 ",ct 7"//74.1 6g 7 CITY OF ELGIN LOVELL ROAD IMPROVEMENTS PRELIMINARY DESIGN REPORT OUTLINE/CONTENT SECTION I GENERAL A. Scope of Report B. Summary of Proposed Improvements SECTION II EXISTING CONDITIONS A. Roadway Location B. Description of Existing Facilities C. Traffic Data (Furnished by City of Elgin) D. Drainage E. Adjacent Land Use & Zoning F. Right-of-Way G. Existing Pavements- 1. Structure 2. Condition 3. Geometry H. Longitudinal and Transverse Grades I. Contiguous Sections J. Utilities SECTION III TESTING A. General B. Scope, Layout and Purpose of Testing Program C. Results of Testing Program D. Discussion/Recommendations of Test Results on Project Design and Construction SECTION IV PAVEMENT DESIGN A. General B. Design Parameters C. Proposed Pavement Structure D. Pavement Geometry E. Proposed Longitudinal and Transverse Grades SECTION V DRAINAGE A. General B. Surface Drainage C. Sub-surface Drainage D. Poplar Creek Drainage Structure (Summary of Bridge Engineering Efforts) 8 • SECTION VI GENERALIZED INTERSECTION IMPROVEMENTS (Not a Full IDS) A. General B. Villa Street/U.S. Route 20 C. East Chicago Street/IL Route 19 D. Bode Road E. Summit Street/IL Route 58 F. Others SECTION VII APPURTENANT CONSTRUCTION/DESIGN FEATURES A. Right-of-Way B. Earthwork C. Turfing D. Pavement Marking E. Lighting F. Adjacent Work by Others G. Curb/Gutter H. Sidewalks , I. Utilities SECTION VII METHOD OF ACCOMPLISHMENT A. General B. Sequence of Construction C. Maintenance of Traffic D. Contractor's Operations SECTION IX PRELIMINARY ESTIMATE OF CONTRACT TIME SECTION X PRELIMINARY QUANTITIES AND ESTIMATE OF COST APPENDIX A. Soils Report B. Pavement Design C. Drainage Computations SIGNIFICANT DESIGN REPORT FEATURE As part of the design report and preliminary project design, 1"-40' plan and profile sheets of the proposed roadway will be developed for areas not covered by the 1"=20 plan and profile sheets. The plan view will be the 1973 mapping with 2-foot contours as furnished by the City of Elgin. Major new features will be field measured and superimposed on the aerials (crossroads, driveways, utilities, adjacent development, etc.). The proposed roadway centerline will be field staked and centerline elevations obtained to serve as a check on the 2-foot aerial contours. The existing and proposed roadway horizontal and vertical alignment will be shown together with existing and proposed right-of-way. Generalized drainage features will be shown as well as the preliminary Type, Size and Location (TS&L) features of the proposed Poplar Creek bridge. 9 • At 1"=40' scale, one plan and profile sheet will accommodate 1280 feet of roadway. The total improvement length of 5,200 feet which is not covered by the 1"=20' plan and profile sheets will require an estimated 5 sheets. Approximately 10 1"-20' preliminary plan and profile sheets will be utilized for all other areas. 10 CITY OF ELGIN LOVELL ROAD IMPROVEMENTS PRELIMINARY ESTIMATE OF POPLAR CREEK BRIDGE ENGINEERING EFFORTS 1. Obtain Field Hydraulic Data - Existing Poplar Creek Streambed Profile - Cross-Sections of Poplar Creek upstream and downstream from proposed bridge site - Measurements, elevations and stream cross-sections of East Chicago Street (IL Route 19) bridge over Poplar Creek (downstream) - Measurements, elevations and stream cross-sections of Rohrson Road bridge over Poplar Creek (upstream) 2. Obtain Other Hydraulic Information - Data on upstream and downstream bridges from IDOT Structure Bank - IDOT - Division of Water Resource Requirements - Federal Emergency Management Agency (FEMA): Flood Insurance Rate Maps, Flood Insurance Study, Flood Boundary and Floodway Maps. 3. Conduct Hydraulic Analysis, Stream System Analysis and Hydraulic Analysis of Waterway Opening per IDOT "Guide to the Hydraulic Design of Bridges and Culverts on Local Systems" 4. Develop Preliminary Bridge Design and Roadway Elevation including alternatives and rough costs. 5. Prepare Preliminary Bridge Design and Hydraulic Report 6. Prepare Waterway Sketch 7. Prepare Flood plain cross-sections 8. Meetings, Reviews, and Submittals 11 CITY OF ELGIN LOVELL ROAD IMPROVEMENTS PRELIMINARY LISTING OF PLAN DRAWINGS SECTION 1 - Villa Street (Rte. 20) to Chicago Street (Rte: 19)Estimated Total Length=4800' Sheet No. Sheet Title Sheet Content 1 Cover Sheet Titles, Signatures, Summary of Quantities, Index to Sheets, Location Map(s), J.U.L.I.E. Notes 2 Project Site Plan General Project Layout, Access Routes, General Notes, Bench Marks, Limits of Construction, Street/Entrance Labeling • 3 Typical Sections Existing and Proposed Typical Roadway, Cross-Road and Driveway Sections; Miscellaneous Notes and Details 4-5 Construction Staging/ Construction Staging, Traffic Lanes, Traffic Maintenance Plan Work Areas, Driveway/Crossroad Access, Staging Notes 5-13 Roadway Plan & - Existing Topography Profile Sheets - Stationing/Horizontal Control @ 1"=20' - Roadway layout 4800'/600' per sheet= - Existing and Proposed Centerline Profile 8 Sheets - Horizontal and Vertical Geometries - Existing and Proposed Centerline Elevations - Existing and Proposed Right-of-Way/ Easements - Utilities - Pavement Marking - Drainage/Ditch Profiles/Cross-Road Drainage - Removals - Grading/Turfing Limits 12 Sheet No. Sheet Title Sheet Content 14-15 Roadway/Miscellaneous - Drainage Details Details - Driveway/Cross-Road Details - Utilities - Trenches - Sign Legend - Miscellaneous 16-23 Cross-Section - Existing Cross-Section 12 Sections/Sheet - Proposed Cross-Section 600 feet/Sheet - Existing and Proposed Elevations 4800'/600'=8 sheets - Earthwork Cuts and Fills - Drainage/Ditch Layouts and Sections 24 Driveway/Cross Road - Existing and Proposed Centerline Centerline Profiles Profile - Vertical Geometrics - Notes 25+ IDOT Standards SECTION 3 - Longford Drive to Summit Street (Rte. 58) Estimated Total Length=800'+ Sheet No. Sheet Title Sheet Content -� Sheet T4tles,-S4grta-t-ur-es;-Stixrnrary- of 4ttar it ics,-�r3t e to--&hccts;-Leeatlorr _2 13-rojest--Si-t .P-lan -Gener-al-P-rejeet-fit;-A-eeess-- and-Xypieal--Seel=ions- mutt-sr-General--Netcs,- r- Iarks;- m}ts--- i truetionr;-Ftrcct-/-- Ent-ranee-Label-ing;-Readway-ypieel- gee-t-ierh--Miseellaneeu&-Netcs -and-- Petaiis- -3-4 Roadway Plan and - Existing Topography 1-2 Profile (2 sheets - Stationing/Horizontal Control @ 1"=20') - Roadway Layout - Existing and Proposed Centerline Profiles - Storm Sewer Layout - Horizontal and Vertical Geometrics - Existing & Proposed Centerline Elevations - Existing & Proposed Right-of-Way/ Easements - Utilities - Pavement Marking - Removals - Grading/Turfing Limits 13 Sheet No. Sheet Title Sheet Content -5- Roadway/Miscellaneous - Drainage Details 3 Details - Utilities - Trenches - Miscellaneous -6-7-- Cross-Sections - Existing & Proposed Cross-Sections 4-5 (2 sheets @ 1"=20H, - Existing & Proposed Elevations 1"=2'V) - Earthwork Cuts & Fills 6+ ID-GT-Standards - NOTE: Section 1 and Section 3 to be Combined into a single set of plans. 14 SUPPORTING DOCUMENTATION FOR ENGINEERING CONTRACT CITY OF ELGIN - LOVELL ROAD IMPROVEMENTS ITEM OF WORK ESTIMATE OF MANHOURS Registered Senior Engineering Project Senior Land Engineering Technician/ Engineer Engineer Engineer Surveyor Technician Typist PROJECT START-UP AND FIELD WORK 1. Project Familiarization, Organization and 8 8 Site Visit. 2. Data Gathering and Meetings with City and 16 8 24 16 Representatives of Adjacent Developments. Obtain Subdivision and Survey Plats, Highway and Road Plans, Bridge Plans, etc. Obtain Utility Information. 3. Locate/Re-establish existing land survey and 16 - 16 Right-of-Way Monuments. 4. Establish, station and monument proposed 8 16 16 16 R.O.W. centerline. Monuments/Markers at key locations. 5. Survey and Prepare R.O.W. Plat for 70' R.O.W. 4 4 16 16 16 at north end of project (South side of Summit Street - Ill. Rte. 58). 6. Stake proposed R.O.W. Centerline @ 100' 4 16 16 16 intervals - Entire Project Length. 7. Run Level Circuit and Establish Bench Marks. 8 8 8 8. Cross-Section Existing Lovell Road/Cross 4 16 16 16 Roads - Villa Street (U.S. Route 20) to East Chicago Street (Ill. Rte. 19) @ 50' Stations (4800'+). 9. Topo Existing Lovell Road/Cross Roads 4 16 16 16 Villa Street to East Chicago Street (4800'+). SUPPORTING DOCUMENTATION FOR ENGINEERING CONTRACT CITY OF ELGIN - LOVELL ROAD IMPROVEMENTS ESTIMATE OF MAN-HOURS ITEM "OF WORK Registered Senior Engineering Project Senior Land Engineering Technician/ Engineer Engineer Engineer Surveyor Technician Typist 10. Stake & Survey Proposed Soil Borings. 8 8 8 8 Clear Utilities - Entire Project Length. 11. Profile R.O.W. Centerline @ 100' Stations 8 8 8 and Obtain Typical Cross Sections @ 200'+ Intervals - East Chicago Street (Ill. Rte. 19) to Bode Road (2800'+). 12. Profile R.O.W. Centerline @ 100' Stations 8 8 8 and Obtain Typical Cross Sections @ 200'+ Intervals - Bode Road to Longford Drive (2300'+). 13. Cross Section Proposed Lovell Road/Cross 8 8 8 Roads - Longford Drive to Summit Street (Ill. Rte. 58) @ 50' Stations (800'+). a 14. Topo Proposed Lovell Road/Cross Roads - 8 8 8 Longford Drive to Summit Street (800'+). 15. Reduce Survey Notes, Miscellaneous 4 24 16 16 16 Pick-ups and Compare Site Surveys to 2' Contour Maps. SUB-TOTAL PROJECT START-UP AND FIELD WORK 24 16 88 176 144 160 SUPPORTING DOCUMENTATION FOR ENGINEERING CONTRACT CITY OF ELGIN - LOVELL ROAD IMPROVEMENTS ITEM OF WORK ESTIMATE OF MANHOURS Registered Senior Engineering Project Senior Land Engineering Technician/ PROJECT DESIGN REPORT Engineer Engineer Engineer Surveyor Technician Typist (See Enclosed Report Outline/Narrative) I. Prepare Preliminary Design Report. 4 8 40 8 .8 8 2. Prepare Preliminary 1"=40' Plan and 4 20 16 16 Profile Sheets (5 Sheets). 3. Review Meeting with City of Elgin. 3 3 4. Prepare Final Design Report. .2 4 16 6 6 5. Prepare Final Plan and Profile Sheets 2 10 5 10 (5 Sheets). SUB-TOTAL DESIGN REPORT 9 18 89 8 35 40 SUPPORTING DOCUMENTATION FOR ENGINEERING CONTRACT CITY OF ELGIN - LOVELL ROAD IMPROVEMENTS v. ITEM OF WORK ESTIMATE OF MANHOURS Senior Registered Senior Engineering Project Engineer/ Land Engineering Technician/ Engineer Structural Engineer Surveyor Technician Typist PRELIMINARY ENGINEERING - POPLAR CREEK BRIDGE (See Enclosed Narrative) 1. Obtain Field Hydraulic Data. 8 16 16 16 2. Obtain Other Hydraulic Information. 8 8 3. Conduct Hydraulic Analyses, Stream System 4 8 80 16 Analysis and Hydraulic Analysis of Waterway Opening. 4. Develop Preliminary Bridge Design and Roadway 4 24 16 8 Elevation. 5. Prepare Preliminary Bridge Design and Hydraulic 8 16 4 Report. CO 6. Prepare Waterway Sketch. 4 8 . 4 7. Prepare Flood Plain Cross Sections. 4 16 16 8. Meetings, Reviews and Submittals. 4 16 16 4 SUB-TOTAL PRELIMINARY ENGINEERING - POPLAR CREEK BRIDGE 12 80 160 16 16 68 SUPPORTING DOCUMENTATION FOR ENGINEERING CONTRACT ' CITY OF ELGIN - LOVELL ROAD IMPROVEMENTS ITEM OF WORK ESTIMATE OF MANHOURS Registered Senior Engineering Project Senior Land Engineering Technician/ Engineer Engineer Engineer Surveyor Technician Typist PREPARATION OF PLANS. SPECIFICATIONS, QUANTITIES AND COST ESTIMATE (Section 1 - Villa Street (U.S. Rte. 20) to East Chicago Street (Ill. Rte. 19) - 4800`+ (See Enclosed Listing of Plan Drawings.) PRELIMINARY DOCUMENTS (90%+ COMPLETE) 1. Cover Sheet. 2 2 2 2. Project Site Plan. 4 2 4 3. Typical Sections. 8 2 4 4-5 Construction Staging/Traffic Maintenance 12 4 6 Plan (2 Sheets). 6-13 Roadway Plan and Profile Sheets (8 Sheets). 4 96 4 48 48 14-15 Roadway/Miscellaneous Details (2 Sheets). 12 4 8 16-23 Cross-Section (8 Sheets). 32 32 32 24. Driveway/Crossroad Profiles. 8 4 4 25+ IDOT Standards. 8 8 8 Preliminary Special Provisions 16 8 Preliminary Quantities 2 8 16 8 Preliminary Estimate of Cost 2 4 8 4 Review Meeting with City of Elgin 4 4 SUB-TOTAL 90% 6 10 218 4 122 136 SUPPORTING DOCUMENTATION FOR ENGINEERING CONTRACT CITY OF ELGIN - LOVELL ROAD IMPROVEMENTS ITEM OF WORK ESTIMATE OF MANHOURS Registered Senior Engineering Project Senior Land Engineering Technician/ Engineer Engineer Engineer Surveyor Technician Typist FINAL DOCUMENTS (100% COMPLETE) 1. Cover Sheet, 1 1 2 2. Project Site Plan. 2 2 2 3. Typical Sections. 4 2 2 4-5 Construction Staging/Traffic Maintenance 8 4 4 Plan (2 Sheets). 6-13 Roadway Plan and Profile Sheets (8 Sheets). 2 4 32 16 16 14-15 Roadway/Miscellaneous Details (2 Sheets). 4 2 2 N 16-23 Cross Sections (8 Sheets). 8 8 8 0 24. Driveway/Crossroad Profiles. 2 2 2 25+ IDOT Standards. 4 4 4 Final Special Provisions 8 8 Final Quantities 8 8 4 Final Estimate of Cost 2 2 8 4 Review Meeting with City of Elgin 4 4 Bidding Documents 2 2 8 8 Pre-Bid Meeting 4 Bid Evaluation 1 2 8 4 SUB-TOTAL 100% 11 10 113 - 49 70 TOTAL 17 20 331 4 171 206 • SUPPORTING DOCUMENTATION FOR ENGINEERING CONTRACT CITY OF ELGIN - LOVELL ROAD IMPROVEMENTS ITEM OF WORK ESTIMATE OF MANHOURS Registered Senior Engineering Project Senior Land Engineering Technician/ Engineer Engineer Engineer Surveyor Technician Typist PREPARATION OF PLANS, SPECIFICATIONS. QUANTITIES AND COST ESTIMATE (Section 3 - Longfield Drive to Summit Street (Ill. Rte. 58) - 800'+) (See Enclosed Listing of Plan Drawings.) PRELIMINARY DOCUMENTS (90%+ COMPLETE) 1-2 Roadway Plan and Profile Sheets (2 Sheets). 24 4 8 8 3. Roadway/Miscellaneous Details. 4 2 2 4-5 Cross-Sections (2 Sheets). 4 4 4 Preliminary Special Provisions 4 2 Preliminary Quantities 1 4 16 8 Preliminary Estimate of Cost 4 SUB-TOTAL 90% 1 1 44 4 30 24 • SUPPORTING DOCUMENTATION FOR ENGINEERING CONTRACT CITY OF ELGIN - LOVELL ROAD IMPROVEMENTS ITEM OF WORK ESTIMATE OF MANHOURS Registered Senior Engineering Project Senior Land Engineering Technician/ Engineer Engineer Engineer Surveyor Technician Typist FINAL DOCUMENTS (100% COMPLETE) 1-2 Roadway Plan & Profile (2 Sheets). 8 4 4 3. Roadway/Miscellaneous Details. 2 2 2 4-5 Cross Sections (2 Sheets). 2 2 2 Final Special Provisions 4 2 Final Quantities 4 8 2 Final Estimate of Cost 2 SUB-TOTAL 100% 0 0 22 - 16 12 N) TOTAL 1 1 66 4 46 36 fV SUPPORTING DOCUMENTATION FOR CITY OF ELGIN - • LOVELL ROAD IMPROVEMENTS ENGINEERING CONTRACT ESTIMATE OF PLANNING AND DESIGN ENGINEERING COSTS PROJECT START-UP AND FIELD WORK TOTAL ESTIMATED HOURLY MANPOWER CLASSIFICATION MANHOURS RATE AMOUNT Project Engineer 24 $59.00 $ 1,416.00 Senior Engineer _ 16 $53.00 $ 848.00 Engineer 88 $45.00 $ 3,960.00 Registered Land Surveyor 176 $46.00 $ 8,096.00 Senior Engineering Technician 144 $39.00 $ 5,616.00 Engineering Technician/Typist 160 $30.00 $ 4,800.00 SUBTOTAL: 608 $24,736.00 Travel & Subsistence 32 Trips @ 50 miles/trip @ $0.24/mile = $ 384.00 60 Meals @ $5.00/meal = $ 300.00 Blueprints, Copies & Photographs = $ 280.00 Roadway Soil Borings (Sub-consultant) = $ 7 , 300.00(E) TOTAL: $33,000.00 USE NOT-TO-EXCEED: $33,000.00 23 i ,PRELIMINARY ENGINEERING - POPLAR CREEK BRIDGE TOTAL ESTIMATED HOURLY MANPOWER CLASSIFICATION MANHOURS RATE AMOUNT Project Engineer 12 $59.00 $ 708.00 Senior/Structural Engineer 80 $53.00 $ 4,240.00 Engineer 160 $45.00 $ 7,200.00 Registered Land Surveyor 16 $46.00 $ 736 .00 Senior Engineering Technician 16 $39.00 $ 624.00 Engineering Technician/Typist 68 $30.00 $ 2,040.00 SUBTOTAL: 352 $15,548.00 Travel & Subsistence 10 Trips @ 50 miles/trip @ $0.24/mile = $ 120.00 12 Meals @ $5.00/meal = $ 60.00 Blueprints, copies & photographs = $ 172.00 Structure Soil Borings (Subconsultant) = $ 4,500.00(E) TOTAL: $20,400.00 USE NOT-TO-EXCEED: $20, 400.00 24 ` 1 •PROJECT DESIGN REPORT TOTAL ESTIMATED HOURLY MANPOWER CLASSIFICATION MANHOURS RATE AMOUNT Project Engineer 9 $59.00 $ 531.00 Senior Engineer 18 $53.00 $ 954.00 Engineer 89 $45.00 $ 4,005.00 Registered Land Surveyor 8 $46.00 $ 368.00 Senior Engineering Technician 35 $39.00 $ 1,365.00 Engineering Technician/Typist 40 $30.00 $ 1,200.00 SUBTOTAL: $ 8,423.00 Travel & Subsistence 4 Trips @ 50 miles/trip @ $0.24/mile $ 48.00 Blueprints, copies & photographs = $ 200.00 TOTAL: $ 8, 671.00 USE NOT-TO-EXCEED: $ 8, 700.00 25 PLANS, SPECIFICATIONS, QUANTITIES AND COST ESTIMATE - SECTION 1 TOTAL ESTIMATED HOURLY MANPOWER CLASSIFICATION MANHOURS RATE AMOUNT Project Engineer 17 $59.00 $ 1,003.00 Senior Engineer 20 $53.00 $ 1,060.00 Engineer 331 $45.00 $14,895.00 Registered Land Surveyor 4 $46.00 $ 184.00 Senior Engineering Technician 171 $39.00 $ 6,669.00 Engineering Technician/Typist 206 $30.00 $ 6,180.00 SUBTOTAL: 749 $29,991.00 Travel & Subsistence 8 Trips @ 50 miles/trip @ $0.24/mile $ 96.00 Blueprints, copies & photographs = $ 300.00 TOTAL: $30,387.00 USE NOT-TO-EXCEED: $30,400.00 26 PLANS, SPECIFICATIONS, QUANTITIES AND COST ESTIMATE - SECTION 3 TOTAL ESTIMATED HOURLY MANPOWER CLASSIFICATION MANHOURS RATE AMOUNT Project Engineer 1 $59.00 $ 59.00 Senior Engineer 1 $53.00 $ 53.00 Engineer 66 $45.00 $ 2,970.00 Registered Land Surveyor 4 $46.00 $ 184.00 Senior Engineering Technician 46 $39.00 $ 1,794.00 Engineering Technician/Typist 36 $30.00 $ 1,080.00 SUBTOTAL: $ 6,140.00 Travel & Subsistence 4 Trips @ 50 miles/trip @ $0.24/mile $ 48.00 Blueprints, copies & photographs = $ 100.00 TOTAL: $ 6,288.00 USE NOT-TO-EXCEED: $ 6,300.00 27 SUPPORTING DOCUMENTATION FOR ENGINEERING CONTRACT CITY OF ELGIN - LOVELL ROAD IMPROVEMENTS ESTIMATE OF CONSTRUCTION ENGINEERING COSTS SECTION 1 - Villa Street to East Chicago Street ESTIMATED CONSTRUCTION PARAMETERS - Assumed Contract Time 90 Calendar Days - Estimated Construction Cost $658,000 ESTIMATED MANHOURS Resident Engineer 12 wks X 5 days/wk X 8 hrs/day = 480 hrs 480 hrs @ $39.00/hr = $18,720.00 Engineering Technician 6 wks X 5 days/wk X 8 hrs/day = 240 hrs 240 hrs @ $30.00/hr = $ 7,200.00 Engineering Aide 5 wks X 5 days/wk X 8 hrs/day = 200 hrs 200 hrs @ $24.00/hr = $ 4,800.00 Engineer (For General Supervision) 12 wks X 2 hrs/wk = 24 hrs 24 hrs @ $45.00/hr= $ 1,080.00 SUB-TOTAL MANHOUR COSTS = $31,800.00 ESTIMATED DIRECT COSTS Asphalt Plant Inspection (Sub-Consultant) 8 days X 4 hrs/day X $39.00 /hr = $ 1,248.00 inspector mileage (@ $0.30/mile) _ $ 150.00 Field Density Testing 12 days X 4 hrs/day X $30.00 /hr = $ 1,440.00 inspector mileage (@ $0.30/mile) = $ 180.00 CMT Travel & Subsistence 60 miles/day X $0.24/mile = $14.40/day Resident Engineer - 60 days Engineering Technician - 30 days Aide - 30 days Engineer - 6 days 126 days @ $14.40/day= $ 1,814.40 Supplies, Photos and Miscellaneous $ 167.60 SUB-TOTAL DIRECT COSTS: $ 5,000.00 TOTAL ESTIMATED CONSTRUCTION ENGINEERING COSTS: $36,800.00 USE NOT-TO-EXCEED: $37,000.00 28 SUPPORTING DOCUMENTATION FOR ENGINEERING CONTRACT CITY OF ELGIN - LOVELL ROAD IMPROVEMENTS . 1 ESTIMATE OF CONSTRUCTION ENGINEERING COSTS SECTION 3 - Longford Drive to Summit Street ESTIMATED CONSTRUCTION PARAMETERS - Assumed Contract Time 45 Calendar Days* - Estimated Construction Cost $171,000 * Overlap with Section 1 ESTIMATED MANHOURS Resident Engineer 4 wks X 5 days/wk X 8 hrs/day = 160 hrs 160 hrs @ $39.00/hr = $ 6,240.00 Engineering Technician 2 wks X 5 days/wk X 8 hrs/day = 80 hrs 80 hrs @ $30.00/hr = $ 2,400.00 Engineering Aide 1 wks X 5 days/wk X 8 hrs/day = 40 hrs 40 hrs @ $24.00/hr = $ 960.00 Engineer (For General Supervision) 4 wks X 2 hrs/wk = 8 hrs 8 hrs @ $45.00/hr= $ 360.00 SUB-TOTAL MANHOUR COSTS = $ 9,960.00 ESTIMATED DIRECT COSTS Asphalt Plant Inspection (Sub-Consultant) 1 days X 4 hrs/day X $39.00/hr = $ 156.00 inspector mileage (@ $0.30/mile) = $ 15.00 Concrete Plant Inspection (Sub-Consultant) 2 days X 4 hrs/day X $39.00/hr = $ 312.00 inspector mileage (@ $0.30/mile) = $ 30.00 Field Density Testing 4 days X 4 hrs/day X $30.00/hr = $ 480.00 inspector mileage (@ $0.30/mile) = $ 60.00 CMT Travel & Subsistence 60 miles/day X $0.24/mile = $14.40/day Resident Engineer - 20 days Senior Technician - 10 days Aide - 5 days Senior Engineer - 4 days 39 days @ $14.40/day= $ 561.60 Supplies, Photos and Miscellaneous $ 125.40 SUB-TOTAL DIRECT COSTS: $ 1,740.00 TOTAL ESTIMATED CONSTRUCTION ENGINEERING COSTS: $11,700.00 USE NOT-TO-EXCEED: $12,000.00 29 r tt reik:fi" Professional Service Industries, Inc. ti/Q November 30, 1988 Crawford, Murphy & Tilly, Inc. 600 North Commons Drive, Suite 107 Aurora , Illinois 60505 Attention: Mr. Steven Maul ton Re: Proposal for Soil Survey Lovell Road Elgin, Illinois PSI Proposal Number: 042-089 Gentlemen: As per your request during our meeting of November 29, 1988, we are pleased to have the opportunity to submit the following proposal for the performance of a soil survey for the proposed improvements on the above project. Professional Service Industries, Inc . is fully equipped for soils testing. Field exploration programs are conducted with our own drill ing equipment. Field and laboratory testing is performed by trained, qualified technicians in compliance with the applicable specifications under the supervision of professional engineers. SCOPE It is our understanding that the scope of work for this project would include widening approximately 4,500 lineal feet of roadway between Route 20 and Route 19, construction of approximately 5 ,900 lineal feet of new roadway between Route 19 and Route 58 and construction of a bridge crossing Poplar Creek along this improvement. 1403 Timber Drive • Elgin, IL 60120 • Phone: 312/931-7110 ' '^ Professional Service Industries Crawford, Murphy & Tilly, Inc . November 30, 1988 Page two of six The soil survey will be performed in general compliance with the State of Illinois Specifications for Highway Soil Survey revised by the Northeast Region, April 26, 1974. a) . Soil borings will be extended to a depth of approximately 10.0 feet below grade with sampling at 30-inch intervals or more frequently if required to sample all soil strata. b) . Laboratory testing will include moisture content determinations, consistency (penetrometer value) determination on cohesive soil samples and classification tests as required to identify major soil types and Illinois Bearing Ratio of proposed subgrade soil . c) . Structure borings will include standard split-barrel sampling every thirty (30) inches, visual classification, standard penetration test, unconfined compression tests, and natural moisture content tests. For this particular project, we propose to survey the subgrade soils by performing auger profile borings, spaced at approximately 300 foot intervals along the proposed route . It is understood that the proposed grade will not be significantly different from the existing grades. We also propose to perform structural borings for the proposal Poplar Creek crossing. The results of our field exploration and laboratory testing would be utilized in our analysis and formulation of our recommendations. Recommenda- tions regarding earthwork , treatment of in-place soils and pavement design will be presented in a written report prepared by a Registered Professional Engineer. PSI is thoroughly acquainted with the local subsurface conditions and have participated in the planning, development, execution of highway soil surveys in this area . Recommendations have been provided regarding design criteria and construction considerations for projects similar to this one. , r -~ Professional Service Industries Y t Crawford, Murphy & Tilly, Inc . November 30, 1988 Page three of six FEE It is proposed that our fee be determined on a unit cost basis in accordance with the attached Schedule of Fees. Based on the outlined program, it is estimated that the total cost of services will be approximately $14,500.00. If this proposal is satisfactory, it would be greatly appreciated if you would sign the enclosed copy and return it to us for our files. PSI will issue the report of our findings and recommendations only after receipt of a signed copy of this proposal intact. Thank you for this opportunity to offer our services. We look forward to working w' h you on this project. Very my ou , PROF S $ . /SIRVICE INDUSTRIES, INC. Ji n J . Ba un :usine %s Development Manager David A. Dunn, P.E. Vice President JJB/be Attachments: Schedule of Services and Fees Project Data Sheet General Conditions AGREED TO THIS DAY OF , BY: TITLE: FIRM: ' I } Professional Service Industries r Crawford, Murphy & Tilly, Inc. November 30, 1988 Page four of six SCHEDULE OF SERVICES AND FEES QUANTITY UNIT PRICE AMOUNT PROJECT PREPARATION AND TRAVEL EXPENSES Mobilization-Personnel & Equipment - Lump Sum 1 $ 245.00 $ 245.00 FIELD TESTING Soil Augering - Per Foot 350 5.95 2,082.50 Soil Drilling and Sampling - Per Foot 0-25' 100 7.85 785.00 25-50' 100 9.45 945.00 Peat Probes - Per Foot 80 5.00 400.00 Additional Split Barrel or Liner Samples - Each 40 10.50 420.00 LABORATORY TESTING Atterberg Limits Determination - Each 20 29.00 580.00 Bearing Ratio Test - Each 2 250.00 500.00 Grain Size Analysis-Mechanical - Each 20 45.00 900.00 Moisture Content Determination - Each 260 2. 60 676.00 Organic Content - Each 5 29.00 145.00 Unconfined Compressive Strength - Each 28 10.00 280.00 ENGINEERING AND TECHNICAL SERVICES Preliminary Reconnaissance , Utility Clearance, Engineering, Report, Analysis, Recommendations, and Consultations Services of Principal Engineer - Per Hour 4 75.00 300.00 Services of Project Engineer - Per Hour 50 45.00 2,250.00 Services of Staff Engineer - Per Hour 30 39.00 1 ,170.00 Services of Field Engineer - Per Hour 60 39.00 2,340.00 Services of Draftsman - Per Hour 10 29.00 290.00 Secretarial Services - Per Hour 6 20.00 120.00 ESTIMATE OF TOTAL COST: $14,428.50 F + ) . .(.raw.uru, Murphy & lilly, Inc . Novembe' 30, 1988 Page five of six PROFESSIONAL SERVICE INDUSTRIES, INC. PROJECT DATA SHEET SUBSURFACE EXPLORATION 1. Project Name: 2. Project Location: 3. Your Job No.: Purchase Order No.: 4. Project Manager: Telephone No. : 5. Number and Distribution of Reports: ( )Copies To: ( )Copies To: Attn.: Attn.: 6. Invoicing Address: Attn.: 7. Type of Structure: Number of Floors: 8. Special Equipment or Installation: 9. Interior Column Spacing: Exterior Column Spacing: 10. Exterior Column Load: Live: Dead: 11. Interior Column Load: Live: Dead: 12. Floor Slab Load: Slab on Grade: Basement/Depth: 13. Will elevation of site be raised by filling: How Much: 14. Septic Tank: Storm Water Drainage: 15. Pavement Type: Traffic Load: Traffic Type: 16. Other pertinent information: 17. Is there any previous subsurface information available: PSI 8-90012(I) ev 0•Ci'a for , Murphy & Tilly, Inc . NoyefnbeN 30 , 1988 GENERAL CONDITIONS Page six of six 1.PARTIES AND SCOPE OF WORK:Professional Service Industries,Inc.(hereinafter referred to as"P.S.I.")shall include said company,or its particular division, subsidiary or affiliate performing the work. "Work" means the specific geotechnical, analytical, testing or other service to be performed b P.S.I. as set forth in P.S.I.'s proposal, the clients' acceptance thereof and these General Conditions. "Client" refers to the person or business e ordering the work to be done by P.S.I. If the client is ordering the work on behalf of another, the client represents and warrants that the client is ! duly authorized agent of said party for the purpose of ordering and directing said work. -- --- : -- -'-- - - -- .- - • - tL re pori ibiiity for r1 ' .- - - . •. :• - •_ •?...- • •.• _ _ _ -- - '- - - •T+1, -{purpose. Client shall communicate these General Conditions to each and every third party to whom the client transmits any part of P.S.I.'s work. P.S. shall have no duty or obligation to any third party greater than that set forth in P.S.I.'s proposal,client's acceptance thereof and these General Conditi The ordering of work from P.S.I shall constitute acceptance of the terms of P.S.I.'s proposal and these General Conditions. ` TS AND INSPECTIONS: Client shall cause all tests and inspections of the site, materials and work performed byP.S.I. or others to b • pr and prop mod in accordance with the plans, specifications and contract documents, and P.S.I.'s recommedations •• . s for lobiI' • ddamage or injury shat reugbt?gainst P.S.I. by client or any third party unless all tests and inspections have bee • :- armed and unless P.S.I.' recommendations have been followe8'-Stie rees to indemnify, defend and hold P.S.I., its officers -••- :•--s and agents harmless from any and all claims, suits, losses, costs and expenses, inc u ' ,-but_ of limited to, court costs an. ---. .•e attorney's fees in the event that all such tests and inspections are not so performed or P.S.I.'s recommendations neLso f. . • -: - rept to the extent that such failure is the result of the negligence, willful or wanton act or omission of P.S.I., its officers, agents or -••- .•--s. •.-. . ay,..i tthe course of a roof investigation, perform roof cuts ("cuts") as part of the investigation. Client agrees to provi.- . .• contractor of clients choice to7Tr1 a cuts to remove samples as directed by P.S.I. personnel; and to promptly make nec- . • - airs. In the event that a roof contractor is not so provide 6y- tient agrees that P.S.I. may make and remove such cuts a • •-- ns necessary in the course of the investigation. Roof cut areas will be temporarily patc -. : • I. •ersonnel.Client agrees to •- : • costs of materials and labor needed for any and all temporary patches and will hold P.S.I. harmless for any . .:—-•-•es to •: .• systems and the building and its contents which may arise from removal and repairing of roof cuts. 3. SCHEDULING OF WORK: The services set forth in P.S.I.'s proposal and client's acceptance will be accomplished in a timely, workmanlike and professional manner by P.S.I. personnel at the prices quoted. If P.S.I. is required to delay commencement of the work or if, upon embarking upon its work, P.S.I. is required to stop or interrupt the progress of its work as a result of changes in the scope of the work requested by the client,to fulfill the requirements of third parties, interruptions in the progress of construction, or other causes beyond the direct reasonable control of P.S.I., additional charges will be applicable and payable by client. 4.ACCESS TO SITE:Client will arrange and provide such access to the site as is necessary for P.S.I. to perform the work.P.S.I.shall take reasona•e measures and precautions to minimize damage to the site and any improvements located thereon as the result of its work or the use of its equipm• however, P.S.I. has not included in its fee the cost of restoration of damage which may occur. If client desires or requires P.S.I. to restore the si - •� , its former condition,upon written request P.S.I.will perform such additional work as is necessary to do so and client agrees to pay to P.S.I.the cost there• it TO EXISTING MAN-MADE OBJECTS: Unless P.S.I. has assumed in writing the responsibility of locating subsurface or lata• •••••,.,„•.t client agrees to in omni _ss from all claims, suits, losses, costs and exppe—nses ince .'•e .. - • orneys'fees as a r �f of personal injury, death or property damage occurring With res ..:.•.S ' twork and arising from subsurface or latent conditio or damage to subsurface or . -• •.•:ste--structure ones or conduits where the actual or po ' n thereof was not revealed 6.RESPONSIBILITY:P.S.I.'s work shall not include determining,supervising or implementing the means,methods,techniques,sequences or procedures of construction. P.S.I. shall not be responsible for evaluating, reporting or affecting job conditions concerning health, safety or welfare. P.S.I.'s work or failure to perform same shall not in any way excuse any contractor, subcontractor or supplier from performance of its work in accordance with the contract documents. 7. SAMPLE DISPOSAL: Unless otherwise agreed, test specimens or samples will be disposed immediately upon completion of the test. All drilling samples or specimens will be disposed sixty(60)days after submission of P.S.I.'s report. 8. PAYMENT: Client shall be invoiced once each month for work performed during the preceding period. Client agrees to pay each invoice within thirty (30) days of its receipt. The client further agrees to pay interest on all amounts invoiced and not paid or objected to for valid cause within said thirty (30) day period at the rate of eighteen (18) percent per annum (or the maximum interest rate permitted under applicable law, whichever is the lesser)until paid.Client agrees to pay P.S.I.'s cost of collection of all amounts due and unpaid after sixty(60)days,including court costs and reasonable attorney's fees. 9.TERMINATION:This Agreement may be terminated by either party upon seven day's prior written notice. In the event of termination, P.S.I. shall be compensated by client for all services performed up to and including the termination date, including reimbursable expenses, and for the completion of such services and records as are necessary to place P.S.I.'s files in order and/or protect its professional reputation. 10.WARRANTY:P.S.I.'s services will be performed, its findings obtained and its reports prepared in accordance with its proposal,client's accept. thereof, these General Conditions, and with generally accepted principals and practices. In performing its professional services, P.S.I. will use i degree of care and skill ordinarily exercised under similar circumstances by members of its profession. :- - '- "-. . - - 4k or reprcoontationc, oithor oxproes or implied. Statements made in PSI reports are opinions based upon engineering judgement and are not to a: construed as representations of fact. P.S.I.,or any of its professional employees be found to have been negligent in the performing of professional services or work• • •- - • i and breache a • • ant representation or contract, client ail r - - :--- . • . par ies claiming to hat-t4! any way relied upon P.S.I.'s services • •.k nor to amount of the liability of P.S.I., its officers, employees and ag:f --• •. . .; .,•••.•8 ort e total amount of the fee paid to P.S.I.for its work performe wi • ver amount is greater. In the event client is unwilling or unable to limit P.S.I.'s liability in accordance with the provisions set forth in this paragraph, client may, upon written request of client received within five days of client's acceptance hereof, increase the limit of P.S.I.'s liability to$500,000.00 or the amount of P.S.I.'s fe- whichever is the greater, by agreeing to pay P.S.I. a sum equivalent to an additional amount of 5%of the total fee to be charged for P.S.I.'s servi •s. r This charge is not to be construed as being a charge for insurance of any type, but is increased consideration for the greater liability involved. ___e'tT-tNB •Exce t to the extent specifically addressed in paragraph 10,client agrees to indemnify,defend and hold P.S.I.,its officers,em•I•. -- agents and indepen en rttraefefs taacmle. s�from any and all claims, suits, losses, costs and expenses, includin. • •• •--• . • • r costs 1 ' reasonable attorneys' fees arising or alleging to a� v ris - eneet-oftbe erformance of • • -vent that client or client's principal s :I bring any suit,cause of action,claim or counterclaim wain • . -- - in such suit,cause of action,claim or counterclaim the party initiating such actio •. e costs and expenses incurred by P.S.I. to answer anause of action, claim a . • , • •ing reasonable attorney's fees, court costs, witness fees and other related expenses. 12. ARBITRATION: Anything contained in any other contract documents notwithstanding, P.S.I. shall not be bound by any provision or agreement requiring or providing for arbitration of disputes or controversies arising out of P.S.I.'s work or these General Conditions or any provision wherein F.S.I. waives its rights to a mechanic's lien. PSI 8-900-11(3) t CERTIFICATION OF GOOD STANDING Chapter 38, Section 33E-11 The firm of Crawford, Murphy & Tilly, Inc. does hereby affirmatively state and certify that: 1) It has not been convicted of bid rigging, in violation of Illinois Revised Statutes, Chapter 38, Section 33E-3 within the five (5) years previous to the date of its bid; 2) It has never been convicted of bid rotating in violation of Chapter 38, Section 33E-4; and there exists no statutory bar to its bidding on or entering into this public contract with the City of Elgin. Crawford, Murphy & Tilly, Inc. CMT CRAWFORD,MURPHY&TILLY.INC. IrgSaVIE CONSULTING ENGINEERS 600 NORTH COMMONS DRIVE SUITE 107 AURORA, ILLINOIS 60504 (312)820-1022 FAX(312)820-0350 APR 19 1989 CITY OF ELGIN . ENGINEERING DEPT. April 19, 1989 Mr. Mel Dahl Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 Re: 8884-10 City of Elgin Lovell Road Improvements Dear Mel: Enclosed herewith for your review and use are two (2) copies of our Agreement for Engineering Services for the referenced project. This document and the proposed work scope have been revised per our discussions on April 11 to reduce the project costs as follows: Previous This Item of Work Submittal Submittal - Project Start-Up, Field Surveys and Soil Testing $ 36,000 $ 33,000 - Preliminary Engineering - Poplar Creek Bridge $ 21,000 $ 20,400 - Project Design Report $ 14,000 $ 8,700 - Plans and Specs - Section 1 $ 31,000 $ 30,400 - Plans and Specs - Section 3 $ 7,000 $ 6,300 - Construction - Section 1 $ 37,000 $ 37,000 - Construction - Section 3 $ 12,000 $ 12,000 TOTAL $158,000 $147,800 We are also enclosing a copy of the Executed Certification of Good Standing. If you have any questions regarding the submittal or require any additional information, please call. We await a notice to proceed and look forward to working with the City on this project. Sincerely, CRAWFORD, MURPHY, & T LY, INC. 1(;47.2'4•4-- e .-7 Stephen W. Moulton SWM/dcm Encls. cc: Don Thompson - CMT Spfld. prints of 'Me corresponding plats and staking as raqu re•. I.(X) Assist the LA in the tabulation and Interpretation of the contractor's proposals. 2. That all reports, plans, plats and special provisions to be furnished by the ENGINEER, pursuant to this AGREEMENT, will be in accordance with current standard specifications and policies of the DEPARTMENT. It is being understood that alI such reports, plats, plans and drafts shall, before being finally accepted, be subject to approval by the LA and the DEPARTMENT. 3. To attend conferences at any reasonable time when requested to do so by representatives o` the LA or the DEPARTMENT. 4. in the event plans or surveys are found to be in error during construction of the SECTION and revisions of the plans or survey corrections are necessary, the ENGINEER agrees that he will perform such work without expense to the LA, even though final payment has been received by him. He shall give immediate attention to these changes so there wilt be a minimum delay to the Contractor. 5. That basic survey notes and sketches, charts, computations and other data prepared or obtained by the ENGINEER pursuant to this AGREEMENT will be made available, upon request, to the LA or the DEPARTMENT without cost and without restriction or limitations as to /heir use. 6. That all plans and other documents furnished by the ENGINEER pursuant to this AGREEMENT will be endorsed by him and will show his professional seal where such Is required by law. THE LA AGREES, . 1. To pay the ENGINEER as compensation for all services performed pis stipulated in paragraphs la, lg, lj, 2, 3, 5, and 6 in accordance with one of the following methods indicated by a check mark: a. ( ) A sum of money equal to percent of the awarded contract cost of the proposed improvement as approved by the DEPARTMENT. b. (X) A sum of money equal to the percentage of the awarded contract cost for the proposed Improvement as approved by the DEPARTMENT based on the following schedule: SCHEDULE FOR PERCENTAGES BASED CN AWARDED CONTRACT COST Awarded Cost Percentage Fees Under 150,000 (see note) First 550,000 10.0 1 Next 150,000 7. 75 Next $100,000 6.90 Next 1200,000 6.00 Next 1200,000 5.50 Next 1400,000 5. 10 1 Next 11,000,000 1 Next 12,000,000 Next 16,000,000 Note: Not necessarily a percentage. Could use per diem, cost-plus or lump sum. BLR 4301 (Rev. 7-67) Page 2 of 4