HomeMy WebLinkAboutRESOLUTION - 46-94 - 8/23/1994 - AGRMT/TRITON CONSULTING ENGINEERSH
RESOLUTION NO. 46-94
A RESOLUTION AUTHORIZING.THE VILLAGE PRESIDENT AND VILLAGE
CLERK TO EXECUTE AN AGREEMENT BETWEEN THE VILLAGE OF ELK GROVE
VILLAGE AND TRITON CONSULTING ENGINEERS, LTD. TO PROVIDE
CONSTRUCTION SERVICES FOR INTERSECTION IMPROVEMENTS AT BIESTERFIELD
ROAD AT ARLINGTON HEIGHTS ROAD
NOW, THEREFORE, BE IT RESOLVED by the President and Board of Trustees
of the Village of Elk Grove Village, Counties of Cook and DuPage, State of
Illinois as follows:
Section 1: That the Village President be and is hereby authorized
to sign the attached documents marked:
AGREEMENT FOR CONSULTANT SERVICES
between the
VILLAGE OF ELK GROVE VILLAGE
and
TRITON CONSULTING ENGINEERS
a copy of which is attached hereto and made a part hereof as if fully set
forth and the Village Clerk is authorized to attest said documents upon the
signature of the Village President.
Section 2: That this Resolution shall be in full force and effect
from and after its passage and approval according to law.
PASSED
this
23rd
day
of
August
1994.
APPROVED
this
23rd
day
of
August
1994.
ATTEST:
Patricia S. Smith
Village Clerk
Dennis J. Gallitano
Village President
AGREEMENT FOR CONSULTANT SERVICES
between the
VILLAGE OF ELK GROVE VILLAGE
and
TRITON CONSULTING ENGINEERS
A Division of
JBM Engineers & Planners, Inc.
DESCRIPTION
Construction engineering services for improvements to
Biesterfield Road from east of Wellington Avenue to Creighton
Avenue, and Arlington Heights Road from Lonsdale Avenue to the
Elk Crossing Shopping Center entrance, a distance of
approximately 0.62 miles, in the Village of Elk Grove Village,
Cook County, Illinois.
Municipality
Name Triton Consulting Engine
Village
L
O
Illinois ��
®Of Tr OftBtiOn
-
JBM Engineers & Planners, Inc
-.ElkGlove
County
Address
Cook
C
D
830 North Meacham Road
A
Construction Engineering
N
Township
city
L
Services Agreement
S
Schaumburg
Elk Grove
A
For
Federal Participation
U
L
Section
State
91 -00035 -01 -WR
G
E
(Type of Funding)
T
A
Illinois
Project No.
N
N
Z16 Code
STPM-6003 (929)
C
Y
STPM
T
60173
Job No.
Existing
C-91-267-91
I
_
Structure No.
THIS AGREEMENT is made and entered into this day of August . 19 94 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, Departmentbf 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 Biesterfield Road Route FAU 1339 Length 0.62 Mi
Termini Wellington Avenue to Creighton Avenue
Description: Pavement widening and resurfacing to provide intersection improvements at
Arlington Heights Road including curb and gutter, enclosed drainage, traffic signals,
retaining wall and appurtenant work.
Agreement Provisions
The Engineer Agrees,
rs/
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 Con-
crete 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.
BLR 43S2 (Rev. 11/89)
!Sheet 1 of 7)
L( x) Inspect, document, , inform the resident engineer of the �quacy of the establishment and mainte-
nance 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 ac-
cordance 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 informa-
tion to permit verification of the nature and cost of changes in plans and authorized extra work.
k.( x) Preparation and submission to the LA in the required form and numberof copies, all partial and final pay-
ment estimates, change orders, records, documentation, and reports required by the LA and the STATE,
L( x) Revision of contract drawings to reflect as built conditions.
2. Engineering services shall include all equipment, instruments, supplies, transportation and personnel required
to perform the duties of the ENGINEER in connection with the AGREEMENT.
3. To furnish the services as required herein within twenty-four hours of notification by the RESIDENT ENGINEER
or authorized representative.
4. To attend conferences and visit the site of the work at any reasonable time when requested to do so by the LA or
representatives of the STATE.
5. That none of the services to be furnished by the ENGINEER shall be sublet, assigned, or transferred to any other
party or parties without the written consent of the LA. The consent to sublet, assign or otherwise transfer any
portion of the services to be furnished by the ENGINEER shall not be construed to relieve the ENGINEER of any
responsibility forthe 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 ort 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 en-
gineering completed) of the fixed fee forthe fully completed work.
7. That the engineer is qualified technically and is entirely conversant with the design standards and policies ap-
plicable to improvement of the SECTION: and that he has sufficient properly trained, organized and experienced
personnel to perform the services enumerated herein.
6. 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 orliability and assume all resti-
tution and repair costs arising from such negligence. He shall give immediate attention to any remedial changes
so there will be minimal delay to the contractor and prepare such data as necessary to effectuate corrections, in
consultation with and without further compensation from the LA.
9. That the ENGINEER will comply with applicable Federal Statutes, State of Illinois Statutes, and local laws or ordi-
nances of the LA.
aLR 4352 (Rev. t t BS
(Street 20 7)
The Engineer Further Agrees,
to comply with all applicable Equal Employment and Nondiscrimination At.LS, Executive Orders, and Regulations re-
quired 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 Nation-
al 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 underthis 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 busi-
ness enterprises have the maximum opportunity to compete for and perform portions of this AGREEMENT.
The ENGINEER shall not discriminate on the basis of race, color, national origin, or sex in the selection and
retention of subcontractors, including procurement of materials and leases of equipment.
The ENGINEER shall include the provisions of this "Policy" in every subcontract, including procurement of
materials and leases of equipment.
Failure to carry out the requirements set forth above shall constitute a breach of this AGREEMENT and may
result in termination of the AGREEMENT or such remedy as deemed appropriate.
e. 49 CFR 27, Nondiscrimination on Basis of Handicap.
The LA Agrees,
1. To furnish a RESIDENT ENGINEER to be in responsible charge of general supervision of the construction.
2. To furnish the necessary plans and specifications.
3. To notify the ENGINEER at least twenty-four 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 4 (a), (b), (c) and (d) hereof.
a. The ENGINEER shall be reimbursed for his actual costs related to the salaries of his employees for the time
directly attributable and properly 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 em-
ployee expected to work on this SECTION is as follows:
Hourly Rate Range
Classification From To
Principal Engineer
Engineer
18.10
28.25
Chief of Party
14.50
17.75
Instrument Man
13.50
16.20
Rodman
10.70
14.95
Inspectors
12.25
18.10
Clerical
9.00
14.00
BLR 4352 (Rev. 11 /89)
(Sheet 3 of 7)
ne Classl(ICanon6 of !ne elnuiuyve6 uouu u� u�c ,. u,n ouvun. �� ��,,,,,,,,�„� ...... ,
and estimated mannours shown in EXHIBIT A. If the personnel of the firm, including the Principal Engineer,
perform routine services t 'should normally be performed by les, -salaried personnel, the wage rate billed
fbr such services shall be ,mmensurate with the work performed.
In the event that additional classes of employees must be utilized or if salary adjustments are made, the above
data may be modified by agreement between the ENGINEER and the LA.
Costs related to salaries shall include actual withholdings and contributions by either the employee or the
ENGINEER for the approved payroll burden items set forth in Exhibit A 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 ex-
penses 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 ENGI-
NEER only while away from their regular place of duty and directly engaged on the SECTION. Travel ex-
penses 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 re-
ceipts 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 proper-
ly 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 EXHIBIT A of this
AGREEMENT. The rate shown in EXHIBIT A is provisional for use in computing partial payments. Upon com-
pletion of the SECTION, final payment for indirect costs will be determined by audit of the ENGINEER'S ac-
counts to establish the actual indirect costs incurred during the period of this AGREEMENT which are proper-
ly allocable to it.
d. The ENGINEER shall be paid a fixed fee (lump sum) of $ 18.746 to cover profit only. The maximum total
amount payable, including actual costs, fixed fee, and contingencies, shall not exceed $ 177,690
unless there is a substantial change in the scope, complexity, or character of the work, or there is a substantial
overrun in the time necessary for the ENGINEER to complete the work due to causes beyond his control.
Under these circumstances, adjustments in total compensation to the ENGINEER shall be determined
through negotiation between the parties of this AGREEMENT and concurred in by the STATE.
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 ap-
proval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGI-
NEER, 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 ap-
proval thereof by the LA, monthly payments covering work performed shall be due and payable to the ENGI-
NEER, 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 ENGI-
NEER 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.
BLR 4352 (Rev. 11/69)
(Sheet 4 of 7)
2. Thpt all services are to be it shed as required by construction prc ss and as determined by the RESIDENT
ENGINEER. The ENGINEER shall complete all services specified hercm 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 ser-
vices which have been rendered by the ENGINEER shall be mutually agreed by the parties hereto. The fixed fee
stipulated in Section 4d of THE LA AGREES shall be multiplied by this percentage and added to the ENGINEER'S
actual 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 fumished 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 1 f of the ENGINEER AGREES.
Successors and Assigns
That the LA and the ENGINEER bind themselves, their successors, executors, administrators, and assigns to the
other party of this AGREEMENT, and to the successors, executors, administrators, and assigns of such other party
in respect to all covenants of this AGREEMENT.
Executed by the LA:
ATTEST:
By Patricia S. Smith
Village Clerk
(SEAL)
Executed by the ENGINEER:
ATTEST:
Title: Vice President
Elk Grove Village of the
(Municipality/Township/County)
State of Illinois, acting by and
through its President/Board of Trustees
By Dennis J. Gallitano
Title: President
Triton Consulting Engineers,
A Division of
JBM Enci eers%& Planners Inc.
By
i
Title: Vice President
eLR 4352 (Rev 11 i89)
t-eaerai-r,ia rroleci -ik
Certification of Engineer
I hereby certify that I am the vice President and duly authorized representative
Triton Consulting Engineers
of the firm of JBM Engineers & Planners whose address is 830 North Meacham Road, Schaumburg, IL
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 con-
nection 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 exciud-
ed 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 judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempt-
ing to obtain or performing a public (Federal, State or local) transaction or contract under a public transac-
tion: 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;
Where the ENGINEER is unable to certify to any of the statements in this certification, such ENGINEER shall attach
in 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 fupds, and is ubject to applicable State and Federal laws, both crimi-
nal and civil.
August 2, 1994 (Date) (Signature)
Certification of LA
hereby certify that I am the President of Elk Grove v; 11 nqP
(County Board Chairman/Mayor/Village President. etc.) (County/Municipality/Town snip)
and that the above ENGINEER or his representative has not been required directly or indirectly as an express or im-
plied 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
participation of
civil.
8-23-94
that this certificate is to be furnished to the STATE, in connection with this AGREEMENT involving
Federal -aid highway funds, and is subject to applicable State and Federal laws, both criminal and
Dennis J. Gallitano
(Date) (Signature)
BLR 4352 (Rev. 11/69)
(Sheet 6 of 7)
L
x
LU
Aw
a
O
L O
3 a mol
C n;
N
m m m
tm 0 m.
C C 0 0
O C 5
m
R Q t�
i U C N
M Q LL
0 O a8 d
ox
m m w
4 0 a up
y ID ID m
E F G o s
LL O0 m i
a O
q
O
C
q
G)
U
0
N
m
C
R
0
0
U
CD
E
N
w
O
U
VI
co
ltl
.-
d'
T7
>
m
3
N
.a
o
o_
11
m
.-I
d
4
?
O
U
w
n
M
o
r0
u
m
—O
r
0 1
o c
4)
0
O
M
O
0
N
W
O
iO
w
N
W
C
m
M
U
m
L"1
f�
d
O
U
O O d
2J
(ALLY
q
O
C
q
G)
U
0
N
m
C
R
0
0
U
CD
E
N
w
O
U
VI
co
ltl
O
d'
w
O
m
N
d
m
—O
r
co¢
o c
00
N
0
O
M
iO
N
N
M
ri
f�
O
00
O
O
O
C
m
iM11
tO0
V
I
co
co
� N
m 0
N
r
LC
coma,
v�io�c
O w
d'
N
lfl
N
— 06 m H
c
4) N
l0
m
M
m
O
O
�D
�b•CO
M
l0
N
m
ti
O
CO
.y
LLmLLU
N
N
N
N
c1c)
HID
I
I
I
I
Q
O
O
mOm
ONNM
Go
dQQ
N
'-i
r-1
N
C=O
O
COIN
co
r
N
co
M
�a
OJ
.i
MIN
N
C
4-
W
U
C
W
U
>A
pggU
N
3
r
40
tH
W m
U
U
�
�
av
o
C
i
>
>
U
°
o
W.
aa)
>
ZT
v
1
v
c
v
a
o
m
p
a
c
c
N
N
C
G
a
41
to
H
O
O
E
k
E
N
U
W
0
1-�
U
U
U
O
rl
'O
U
Sa
04
U
U
d
>
F
N
N
Y'
Ifl
1p
Exhibit A
Sheet 2
DIRECT COST SUMMARY
A. Vehicle Expense
Resident Inspection
226 days X $20.00/day = $ 4,520
• Construction layout
15 days X $32.00/day = $ 480
• Construction Observation
32 days X $32.00/day =
$ 6,024
Date: July 28, 1994
O �
t
m
_
LU
`o
D
m
_m
c
�
m
CL
w
C j
w ~
v °a
> ° •° r°n
v
=O
m
U
O D
M
m m CC O
w 1 U C L a
O
D
Y
O
= Q
~_
a C0 D a m 2
00
0
O m O)
O O O �'
>2
m e
m
Z
� O
W
m 0,0
m
""N 0 L a0
m
0)U
0
T m
`mom
C.0 m m
mJy am
cM
am
IL
c
c 2CL « U
Cw O Z'>.�
CD
m m
p Q
m E c m
L o c
y U
m
C T s
3 v J DJ
m Q
C O
F-~
D
O m
_
m o mw3
cm p� m�m
m=+
Em
Qw
A
E" �mLm..
o, o,c �a'w
we
om
Z
wo
4
m D•U
m m C
m m.2 O p
D) N m an d
p O
V R
m LLL
d0
I U
m
o 'c E 0
a U N
m c c
m=
C
2
O w
w H
m mho.
'd
mmy °o
cmu
ow
Z
0 m
rn_, mom° m
m
o=
�V
m w
C,pm
O
`
LC
v m .5—
MO-_
L.a
c o o m
Vmm,c
m
O C
m o
¢wZ
O' C
m
E
O1 vi C
m
` a O c
c
w e
L
LL O O
LL F --CL
w
Lm.. ro
m U
tP WT
M
c
m
¢V
ZQ
w
F
°cma
'
a�c
paO
w
mm m
F
ME
000
—
mc
�mMwa0
�
i
mw0.
w
0FFay-�
CO Q
°
C
°Z
(n
Uoc
OLLw
v
m
Z
N
¢z
—D
z
m
u m
w=
o w
LL
Q w
m
Os
00
h
FW
CC
OCD
m
W
N N^
m m E
LL
-
m c
�D o
O1
v
m° m c D
m
c
O Z.oammE`om
m
16m`m�
m
cz
oU
o
c
0
ro w w m
�—
m c 0 a 0 c C
w L
c m _.�
J
D
C Y
.- o
N
m
2 N
¢�mc�cmi- C
m 0-°
EEIa
i0
.=
5
�'
m
E
=mnmgmMco
�`o`mm
.o
Dm`N
a
�'
oc'o0M=
o'nL�
o
mno
m
E
Q m C C _� LL C
m- C
a
J J l0
m m m m c m D O m
C m 0 0
mm
m
c
a M
2 c
u'o
xaUm mc
mcmU
0¢s
$ 'd
m0-
0oc'Ec
cL
0
:O
omom
0—
E
03:.2goCL
cc0
mmwc
y�mm —m yUttl
C3
a m m m
m
M
m2m
_3.
m=mm
Emrn
n
mmrn3Noomc'Ec
u
J
3o
m °a Ea
p
co
cw
5mU
°
a=
0LL0 romm°
''mDE
0
m°S
cm,n
=E
D7 0 m m a c
U m` m p
m
y C D
m L
m
OM
-00 O m m p m M p
m 0
m
m Na
mm
a
>m.
0Q°m
0 O m
m m
mm
mLw
U
Cm
0 MO"aLa
on O
JO
imV m
w
m
^O
LOE
O
O1 m C
m m m
c cv m o
C N °) ? N U p p m
Cam
O C C L
m
C_ w
O N C a E O 0 O° L
i0 O
0' O. vJi O m
0 z CI
'�` d C
O
d N
0
C
O O
m
U A L O m U C Q
w
O- c- m �9
`p
C n w
w
Z D V
Q_.
(q >
Z 0
0 p O O C
c c OE E
m
m 0 70 05
O m
I� y umi t m
N N
c t
0-
LL EL
m=
a0 E 14
aE
m N
F -s a.
P U m a- 65 w D D
0 L m` 0
3
O �
t
m
_
`o
D
m
_m
c
�
m
CL
o,
o z
a
PROPOSAL TO FURNISH
PROFESSIONAL ENGINEERING SERVICES
FOR THE
IMPROVEMENT OF
BIESTERFIELD ROAD
AND
ARLINGTON HEIGHTS ROAD
VILLAGE OF ELK GROVE VILLAGE
JULY 1994
TRITON CONSULTING ENGINEERS,
A Division of
JBM Engineers & Planners, Inc.
830 NORTH MEACHAM ROAD
SCHAUMBURG, IL 60173
I. DESCRIPTION OF FIRM
The principals of Triton Consulting Engineers, A Division of
JBM Engineers & Planners, Inc. represent over sixty-five
years of experience as professional consulting engineers in
the field of municipal, urban transportation, and site
development. Engineering services performed by the firm
include complete transportation studies and design;
pedestrian and parking investigations; design and land
acquisition surveys; storm water drainage and hydraulic
design, utility systems design; pavement analysis and
design; traffic signal and lighting design; structural
designs; and construction layout, inspection and material
testing. It is our practice to maintain a close liaison
with our clients during the course of the project. We would
provide extensive coordination with the village and area
residents to obtain a successful completion of the project.
The firm has a staff of 30 individuals which include
registered professional engineers, registered structural
engineers, surveyors, design engineers, field technicians
and draftsmen. The offices for Triton Consulting Engineers,
A Division of JBM Engineers & Planners, Inc. are located at
830 North Meacham Road in Schaumburg, Illinois.
II. EXPERIENCE OF FIRM
The staff of JBM/Triton has extensive experience in
providing each of the following three engineering phases for
IDOT, counties, and municipalities; development of design
and planning reports (Phase I); preparation of contract
plans, specifications and documents (Phase II); and
construction engineering and resident inspection (Phase
III).
Construction engineering services include construction
layout, full time on-site construction observation,
material inspection, quantity documentation and record
keeping, and project coordination with the Village,
State and area residents. We have provided full
construction engineering services for numerous State
and municipal projects.
III. PROJECT STAFF
We feel that the timely and successful completion of an
engineering assignment is dependent upon the continuity of
our design staff and their familiarity with the project.
The professional engineers, surveyors, engineering
technicians and administrative staff at JBM/Triton have been
carefully chosen for their expertise and specialization in
the many fields of engineering and for their capabilities to
apply their diversified knowledge, as a team, to new and
challenging problems. Therefore, we propose the following
personnel assignments for the proposed improvements:
Principal -In -Charge - George T. March, P.E.
Senior Project Manager - Vito P. Sammarco, P.E.
Construction Manager - Gordon L. Burseth, P.E.
Resident Inspector - Daniel J. Jermano, P.E.
Survey Party Chief - Jeffrey R. Conrad
Design Coordination - Charles J. Stenzel, P.E.
Mr. Sammarco was assigned as Senior Project Manager based on
his experience in all phases of County, State, and municipal
roadway improvements and knowledge of the project. For this
project he will provide project review and coordination for
any administrative items required by the Village as well as
coordination with area businesses/residents.
Mr. Burseth would serve as Construction Manager for the
project. He was formerly the F.A.U.S. Construction Engineer
for IDOT for municipal projects. He has extensive
experience with roadway and bridge construction and is
knowledgeable in IDOT policies and standards. He has served
as construction manager on numerous State and local
contracts as well as the North-South Tollway construction.
Project experience includes widening and rehabilitation,
roadway reconstruction, drainage, roadway lighting, and
appurtenant items.
Mr. Jermano would serve as Resident Inspector for the
improvement. He has experience in the supervision of IDOT
and municipal roadway rehabilitation projects. He has
recently worked on the Potter Road and Elmhurst Road
F.A.U.S. projects and is familiar with IDOT policies and
procedures. He served as resident inspector on these
projects and closely coordinated construction operations
with the Village, area businesses and residents.
Jeffrey R. Conrad will provide the construction layout for
the alignment, storm sewer system, curb and gutter, and
pavements. Mr. Conrad provides the firm with expertise in
design and construction surveys.
The construction engineering staff will be especially
sensitive to maintenance of traffic, construction staging,
and impacts to adjacent properties. The staff will be a
source of public relations to the businesses and residences
for the Village. We will assist the Village in the
preparation of informational newsletters to inform the
businesses and residents of construction operations as
required. The staff will also ensure that
businesses/residents are notified well in advance of any
temporary driveway or access closures.
The professional engineers, surveyors, engineering
technicians and administrative staff at JBM/Triton have been
carefully chosen for their expertise and specialization in
the many fields of engineering and for their capabilities to
apply their diversified knowledge, as a team, to new and
challenging problems. For this engineering project the
senior project manager will be responsible for applying the
appropriate specialized services available from within our
organization. The needs and desires of the Village will be
discussed with the Village staff throughout the duration of
the contract.
IV. SCOPE OF ENGINEERING SERVICES
We propose to provide full-time construction engineering,
material testing and documentation services. The scope of
services to be provided include:
1. Full-time daily observation of construction work for
compliance with contract plans and Village standards.
2. Construction staking and layout for alignment,
drainage, pavements, and appurtenant other items.
3. Coordinate on-site and plant material testing.
4. Quantity documentation and record keeping.
S. Coordinate with Village and area businesses/residents.
6. Review of pay estimates and recommendation for payouts.
7. Final inspection and recommendation for final
acceptance of project.
8. Preparation of record drawings.
JBM/Triton will update the Village of the contractor's
performance during all phases of construction and conduct
weekly meetings with the Village, and contractor. The
Village will be notified in advance of any required
modifications to the contract documents due to field
conditions.
Resumes for key personnel proposed for assignment on the
project are included in Appendix A. Our current staff of 30
individuals in our office guarantees sufficient personnel
for assignment to the project assuring timely completion of
the project. We would be doing all work in-house, with the
exception of material testing services which we propose to
subcontract. Our staff are experienced and certified in
material testing and would monitor the testing operations.
Triton Consulting Engineers
. A Division of
JBM Engineers & Planners, Inc.
Resume
Name: George T. March, P.E.
Title: Principal
Education: B.S.C.E. - 1955 - University of Illinois
Registration: Professional Engineer - 1962 - Illinois
Experience: 38 years of professional experience in design,
administration, and construction supervision of
urban facilities and civil work projects.
Experience has included the following:
• Highways of all types
• Preliminary Planning
• Environmental Studies
• Location and Site Plans
• Community Participation
• Public Hearings
• Engineering Management Services
• Construction Supervision
• Storm Water Management Projects
• Downtown Redevelopment Projects
Offers knowledge and experience from many years of
activities in inter -governmental agencies
coordination on major transportation projects.
Has organized and managed many public and private
sector cooperative efforts in accomplishing
significant public works improvements. Has
intimate knowledge of Chicago Metropolitan Area
governmental relationships and particular
expertise in analyzing broad scope transportation
activities.
Triton Consulting Engineers
A Division of
JBM Engineers & Planners, Inc.
Resume
Name: Vito P. Sammarco, P.E.
Title: Senior Project Manager
Education: B.S.C.E. - 1975 - Illinois
Registration: Professional Engineer - 1979 - Illinois
Experience: 18 years of professional experience in the
preparation of environmental studies,
location/design studies and contract plans for
various municipal, County, State, Toll Highway and
Federal Urban Highway improvements.
Experience has included the following:
• Location Design Studies
• Environmental Assessments
• Project Development Reports
• Location Drainage Studies
• Traffic Safety Studies
• Traffic Impact Studies
• Interchange and Intersection Design Studies
• Contract Plans and Documents
• Roadway Reconstruction and Rehabilitation
• Structure Replacement and Rehabilitation
• Traffic Signal Design
• Highway Lighting Design
• Parking Lot Design
• Wetland Mitigation
• Public Hearings and Community Development
Extensive experience in the implementation of all
types of urban highway improvements for various
governmental agencies. Project experience
includes development of feasibility studies,
detailed design and environmental reports, as well
as contract plans and documents.
Triton Consulting Engineers
A Division of
JBM Engineers & Planners, Inc.
Resume
Name: Gordon L. Burseth, P.E.
Title: Construction Manager
Education: B.S.C.E. - 1953 - Chicago Technical College
Registration: Professional Engineer - Illinois
Experience: 38 years professional experience in construction
engineering and management of expressway and urban
highway projects.
Experience has included the following:
• Expressway Resurfacing Projects
• Construction of Relocated Expressway
• Construction of Continuously Reinforced
Concrete Pavements
• Bridge Construction
• Field Check of Plans
• Supervision of Project and Coordination
with Local Agencies, Public and Press
Responsible for the management of construction
engineering and supervision of numerous civil
engineering improvements.
Triton Consulting Engineers
A Division of
JBM Engineers & Planners, Inc.
Resume
Name: Daniel J. Jermano, P.E.
Title: Resident Inspector
Education: B.S.C.E. - 1957 - Indiana Institute of Technology
Registration: Professional Engineer - Illinois
Experience: 35 years experience as a highway, bridge, and site
construction engineer involving the project
layout, inspection and documentation, material
testing and inspection, for both State and
municipal projects including storm and sanitary
sewer installation, parking lots, project lighting
and traffic signal work.
Experience has included the following:
• State and urban highway widening projects
• Expressway rehabilitation projects
• Bridge construction or widening using steel
or concrete girders
• Utilities, roadway, traffic signals,
parking lots guardrail, and lighting
layout and inspection
• Project documentation, partial payments,
weekly reports, quantity verification
and project close-out
Responsible for resident engineering and
supervision of numerous civil engineering
improvements.
Triton Consulting Engineers
A Division of
JBM Engineers & Planners,
Resume
Name: Jeffrey R. Conrad
Title: Survey Chief
Experience: 8 years experience in highway
surveying, construction layout
inspection.
Project experience includes:
Inc.
and civil related
and construction
. Roadway Reconstruction
. Roadway Rehabilitation and Resurfacing
• Interchange Reconstruction
. Bridge Rehabilitation and Construction
. Drainage Systems
. Traffic Signals and Roadway Lighting
. As -built Condition Verification
Certifications:
. P.C. Concrete Proportioning
. Documentation
Triton Consulting Engineers
A Division of
JEM Engineers & Planners, Inc.
Resume
Name: Charles J. Stenzel, P.E.
Title: Senior Project Engineer
Education: B.S.C.E. - 1984 - University of Illinois
M.S.C.E. - 1985 - University of Illinois
Registration: Professional Engineer - 1989 - Illinois
Experience: 9 years of professional experience in
transportation projects including design and
environmental studies, horizontal and vertical
geometrics, intersection design studies, traffic
analysis, and contract plans and documents.
Experience has included the following:
• Location Design Studies
• Environmental Assessments
. Project Development Reports
. Location Drainage Studies
. Traffic Studies
• Interchange and Intersection Design Studies
. Geometric Design
. Contract Plans and Documents
• Parking Lot Design and Layout
. Pavement Design and Analysis
. Highway Lighting Design
. Traffic Signal Design
. Computer Modeling for Highway Projects
. Public Hearings and Community Meetings
TESTING SERVICE CORPORATION
Carol Stream, Illinois
July 19, 1994
Mr. Chuck Stenzel
Triton Consulting Engineers
A Division of JMB Engineers & Planners, Inc.
830 North Meacham Road
Schaumburg, Illinois 60173
RE: P.N. 12,761
Arlington Heights Road and Biesterfield Road
Intersection Improvement
Elk Grove Village, Illinois
Dear Stenzel:
Geotechnical Enolneer.ng
Environmental Services
Construction Materials Encmeenna & Testing
Laboratory Tesono of Soils 3 M.alerials
Subsurtace EYoterauon
Per your request, Testing Service Corporation (TSC) is pleased to submit this proposal to provide the
Construction Materials Engineering Services that will be requested by you for the above referenced
project. The broad objectives of our work will be to conduct and interpret tests and report our
findings as directed by Triton Consulting Engineers and/or project specifications.
TSC is staffed and equipped to provide any of the following services that may be ordered by you:
• Field Quality Control Services
-Observe proof -rolling operations.
-Recommend amount of undercut using IDOT cone penetrometer procedure.
-Perform in-place density tests on engineered fill/backfill and granular base course
-Test plastic concrete for slump, air content, temperature, unit weight and cast test cylinders.
-Establish rolling pattern for bituminous concrete pavement mix with nuclear density gauge.
-Pickup samples in the field for laboratory tests.
Bituminous Concrete Batch Plant Quality Control Services
-Daily hot bin and extraction analysis.
-Sampling and testing of stockpile materials.
-Check and adjust mixing formulas, as necessary.
-Check temperatures of bitumen, drum and final mix.
-Mold Marshall samples and check for stability and flow.
-Other tests as required by current IDOT procedures guide.
• Portland Cement Concrete Batch Plant Quality Control Services
-Verify that current IDOT mix design is being used.
-Check moisture content of fine aggregate.
-Perform sieve analysis on stockpiled materials, as required by IDOT criteria.
-Check the slump, air and temperature of final mix.
-Other tests, as required by current IDOT procedure guide.
CARD- S -REAM, IL 60168-2492 BLD@A NGTCN IL 61704 8141 GARY IL 60013 2978 GURNEE. !L 63031 5906 TINLEY FORK I; E0477-1755
457 E 3dIDERSEN DRIVE 2911 GILL STREET SUITE A 209 CLEVELAND STREET '2 JIT C 401 RIVERSIDE DRIVE, UNIT 10 16646 S DAR PARK AVENUE
17,31 653-3920 (309) 6622215 (7081 516-0505 1708) 249-6040 1708) 4292080
FAX ;7,8) 653-2726 FAX 13091 662-2138 FAX (70 81 51 6-0 52 7 FAX (708) 249-6042 FN( (7081 429-2144
Triton Consulting Engineers - Schaumburg, Illinois
P.N. No. - 12,761 - July 19, 1994
Laboratory
-Perform laboratory compaction curve for each soil type used.
-Determine density and thickness for core samples submitted by contractor.
-Aggregate gradation and soundness analysis.
-Perform compressive and flexural strength tests for concrete cylinders and beams.
-Other tests, as required.
Specific project assumptions are included in the "Assumptions and Estimated Fees" portion of this
proposal. Based on these, a budget amount of Twelve Thousand Five Hundred Dollars ($12,500.00)
is recommended for your project. This estimate is based on a review of material quantities provided
by Triton Consulting Engineers and prior experience on similar projects. Factors such as weather,
contractor efficiency and deviations from minimum testing and observation requirements may
significantly impact the CME budget. Our invoice(s) will be based on the actual units of work
provided and the attached General Conditions which are incorporated into and made a part of this
proposal for your acceptance. This proposal is not applicable after December 31, 1994. Certificates
of insurance will be furnished upon request.
TSC is an independent professional firm that offers Geotechnical Engineering; Environmental Services;
Construction Materials Engineering; and Subsurface Drilling and Sampling Services. Our company
has been active in northeast Illinois for over thirty-five years. We currently provide services from five
collar county offices and have a staff of over 160 people including 35 engineers and geologists. At
the core of the Construction Materials Engineering Group are 60 technicians supervised by a portion
of our engineering staff who are responsible only to this department.
If this proposal meets with your approval, please indicate your acceptance by
returning it to our Carol Stream, Illinois office. So that your project's file c
please complete the Project Data Form that is an attachment to this proposal.
-2-
signing one copy and
an be correctly set up
Triton Consulting Engineers - Schaumburg, Illinois
P.N. No. - 12,761 - July 19, 1994
Thank you for the opportunity to submit this proposal. We are eager to put our skills and knowledge
to work for you. Feel free to callus if there are any questions concerning this proposal or the services
that TSC can provide.
Respectfully Submitted,
TESTING SERVICE CORPORATION
Allen L. DuBose
President
ALD:pI
Approved and accepted for the Village of Elk Grove Village by:
Dennis J. Gallitano
President (NAME)
August 23, 1qE)
(DATE)
-3-
Triton Consulting Engineers - Schaumburg, Illinois
P.N. No. - 12,761 - July 19, 1994
SCHEDULE OF CHARGES
ITEM I FIELD SERVICES
A. Construction Materials Engineering (CME) Technician
B. IDOT Certified Technician
C. Transportation, Light Vehicle
Per Hour: $ 33.50
Per Hour: $ 34.75
Per Mile: $ 0.40
The time is portal-to-portal from the office servicing the project. Increase hourly rate by 1.3 for over
8.0 hours per day, Saturday and/or Sunday work. Holiday work is 1.5 times standard rate. The
minimum trip charge is three (3) hours.
Engineering services for summary report preparation and project administration are invoiced at the
Graduate Engineer Rate.
D. Use of Nuclear Moisture/Density Gauge
E. Pickup Concrete Test Samples
ITEM II LABORATORY SERVICES
A. Soils
1. Compaction Curve to establish the maximum
dry unit weight and optimum water content
a. Modified (AASHTO T180, ASTM D1557)
b. Standard(AASHTO T99, ASTM D698)
c. Add for Methods B, C, or D
2. Thin -Walled Tube Samples
a. Combined Water Content & Dry Unit
Weight Determination
b. Unconfined Compressive Strength
B. Portland Cement Concrete/Aggregates
1. Concrete Cylinders
a. Compressive Strength
b. Spares/Handling Charge
c. Trim End of Specimen When Necessary
d. Field Curing Box
-4-
Per Day: $ 35.00
Per Trip: $ 36.75
Each: $ 130.00
Each: $ 110.00
Each: $ 15.00
Each: $ 10.50
Each: $ 11.00
Each:
$
8.75
Each:
$
8.75
Each:
$
15.00
Per Month:
S
45.00
Triton Consulting Engineers - Schaumburg, Illinois
P.N. No. - 12,761 - July 19, 1994
-5-
2. Mortar Cubes
a. Compressive Strength
Each:
$
9.00
b. 2" Cube Mold
Per Day:
$
6.50
3. Sieve Analysis, Unwashed
Each:
$
40.00
C.
Bituminous Concrete
1. Extraction Analysis
Each:
$
90.00
2. Stability Flow and Bulk Density (Marshall Method)
a. 3 Specimens per Mix
Per Test:
$
125.00
b. With Percent Voids and
Theoretical Maximum Density
Additional:
$
50.00
3. Density of Core Specimen
Each:
$
20.00
ITEM III CONSULTATION AND REPORT PREPARATION
A.
Dr. Lawrence A. DuBose, P.E., S.E.
Per Hour:
$
115.00
B.
Mr. Thomas J. Morris, P.E.
Per Hour:
$
85.00
C.
Mr. Scott B. Stueland, P.E.
Per Hour:
$
77.50
D.
Mr. Jack D. Kinsman, P.E.
Per Hour:
$
77.50
E.
Registered Professional Engineer
Per Hour:
$
75.00
F.
Graduate Civil Engineer
Per Hour:
$
65.00
G.
Transportation
1. Light Vehicle Per Mile:
$
0.40
2. Public Transportation
Cost + 10%
The above rates are valid through December 31, 1995
-5-
Triton Consulting Engineers - Schaumburg, Illinois
P.N. No. - 12,761 - July 19, 1994
ASSUMPTIONS & ESTIMATED FEE
The following estimate is based on a review of materials quantities provided by Triton Consulting
Engineers. At the time the proposal was submitted, TSC did not have access to the contractor's
construction schedule.
Aggregate Base Course
• CME Technician, estimate 6 hours @ $33.50/hour:
$
201.00
• Travel
-CME Technician, estimate 2.0 hours @ $33.50/hour:
$
67.00
-Light Vehicle, estimate 40 miles @ $0.40/mile:
$
16.00
• Nuclear Moisture Density Gauge, estimate 2 days @ $35.00/day:
$
70.00
• Laboratory Tests
-Water Content & Dry Unit Weights, estimate -0- @ $10.50/each:
$
0.00
-Laboratory Compaction Curves, estimate 1 @ $125.00/each:
$ 125.00
Sub -Total:
$
479.00
Estimate Basis
Estimate Base: Aggregate Base Course, Two 3 hour trips.
Bituminous Concrete/Plant
• [DOT Technician, estimate 56 hours @ $34.75/hour:
$
1,946.00
• Travel
-]DOT Technician, estimate 7 hours/trips @ $34.75/hour/trip:
$
243.25
-Light Vehicle, estimate 140 miles @ $0.40/mile:
$'
56.00
• Laboratory Tests
-Bituminous Concrete Extraction Analysis, estimate 7 @ $90.00/each:
$
630.00
-Marshall Determination (Set of 3), estimate 4 @ $125.00/each:
$
500.00
-Density of Core Specimen, estimate -0- @ $15.00/each
$
0.00
• Pickup Test Samples, estimate -0-trip @ $36.75/trip:
$
0.00
Sub -Total:
$
3,375.25
Estimate Basis
Estimate Basis; Bituminous Aggregate Mixture, one 8 hour day; leveling binder, one 8 -hour day; Binder
Three 8 -hour days, surface, two 8 -hour days.
lit
Triton Consulting Engineers - Schaumburg, Illinois
P.N. No. - 12,761 - July 19, 1994
Portland Concrete/Field
• IDOT Technician, estimate -0- hours @ $34.75/hour: $ 0.00
• Travel
-IDOT Technician, estimate -0- hours/trips @ $34.75/hour/trip: $ 0.00
-Light Vehicle, estimate -0- miles @ $0.40/mile: $ 0.00
• Concrete Test Cylinders, estimate 168 @ $8.75/each $ 1,470.00
• Pickup Test Samples, estimate 25 trips @ $36.75/trip: $ 918.75
Sub -Total: $ 2,388.75
Estimate Basis
Estimate Basis: TSC understands that all field work will be performed by Triton Consulting Engineers.
TSC will be responsible for picking up, curing and running compressive strength tests on cylinders cast
by Triton Consulting Engineers.
Portland Cement Concrete/Plant
• IDOT Technician, estimate 90 hours @ $34.75/hour: $ 3,127.50
• Travel
-IDOT Technician, estimate 18 hours @ $34.75/hour: $ 625.50
-Light Vehicle, estimate 360 miles @ $0.40/mile: $ 144.00
• Laboratory Tests
-Sieve Analysis (Unwashed), estimate 18 @ $40.00/each: $ 720.00
• Concrete Test Cylinders, estimate -0- @ $8.75/each: $ 0.00
Sub -Total: $ 4,617.00
Estimate Basis
Estimate Basis: Portland Cement Concrete Base Course & Widening, Six 5 -hour trip; Class X concrete,
six 5 -hour trips; Concrete Curb, one 5 hour trip; Combinations Curb and Gutter two 5 -hour trips,
Concrete Medians, one 5 -hour trip; Driveway one 5 -hour trip. Sidewalk, one 5 -hour trip.
Bituminous Concrete/Field
• IDOT Technician, estimate 12 hours @ $34.75/hour:
• Travel
-IDOT Technician, estimate 4 hours @ $34.75/hour:
-Light Vehicle, estimate 80 miles @ $0.40/mile:
Laboratory Tests
-Bituminous Concrete E.draction Analysis, estimate -0- @ $90.00/each
-Marshall Determination (Set of 3), estimate -0- @ $125.00/each
-Density of Core Specimen, estimate 24 @ $15.00/each
Pickup Test Samples, estimate 3 trips @ $36.75/trip:
Sub -Total:
ata Basis
$ 417.00
$ 139.00
$ 32.00
$ 0.00
$ 0.00
$ 360.00
$ 110.25
$ 1,058.25
Estimate Basis: Bituminous Aggregate Mixture, one 3 -hour trip; Leveling Binder, one 3 -hour trip;
Binder, one 3 hour trip: Surface one 3 -hour trip. All on site time wll be established by the rolling
pattern. For the purposes of this proposal, it is assumed that the contractor will be required to take the
core samples.
-7-
Triton Consulting Engineers - Schaumburg, Illinois
P.N. No. - 12,761 - July 19, 1994
Project Coordination & Report Preparation
• Project Engineer, estimate 8 hours @ $60.00/hour: $ 480.00
• Secretary, N/C: $ 0.00
• Photocopies and mailing, N/C: $ 0.00
Sub -Total: $ 480.00
TSC's base fee schedule includes up to three copies of each report.
Estimated Total:
RECOMMENDED BUDGET:
M
$12,398.25
$12.500.00
GEOTECHNICAL At CONSTRUCTION SERVICES
"tut
TESTING SERVICE CORPORATION
1. PARTIES AND SCOPE OF WORN: 'Thor agreement" CplBm of Tesmg Swipe Corporami
('TSC") proccu. TSC'S Schedulew Fars aria Shw cremYomenattaOWlN mere0t. taarped by
TSC. aria mese General Cawnam The tame hmmred in trove Garel Calaaats M aaenceO to pre-
vae aver any oanNnng term in ma 27mw a.'Cflem' rears TO ON peach or eNry ardemlg the wore
to N sane or plpft$ W serves to oe mmem 0y TSC (Capt ware mmtm a necwdi mhar
ware or aalrsalal ginaxs are repented to ad'SWCW ho a). O sat a orfs" Me Berm i mos
halt of 2rlCtnef. ems redaerm pow worsens Then Clam a ale dory aunurosd agent a WO party lar the
mom of OMKM and erecmlg saw Sa "(15. and in sum ate me f -dolt" sham aW name as
pronsw for wham me sermpia are Deng defamed. Prces MONO pow mapped by TSC for To srwata
are pfealaed m tae NIle00m am tle alap®ed of mkt and 000pa0 aprlSted in mese gore
andwwa Urlles mCwue meed in WMM. dem assumes sae m=amba" off detemmalq wNOa
Me glamay am the TiNTo at mag wrmca ordered the dem are adehme aro =valent for deraff n
tended Pumasn Client Mae ammuncito more Geni Conamm to each aria every Mad party to
worn The mi mamma any report pmpared by TSC. lapel Marriage taor dowy seamed an wrmp, .
TSC shag have w am oro m third party am M w Oman anal TSC hen m wm duty or obhgman race
aures and obegaam WMMSIV $et fare m that aryemem. Ocemg sermwes tram TSC Nam aM=b
awnpaalN of MI; thmi l and than General Condtiwa
L TESTS AND INSPECTIONS: Gent Mau auae as tees and MMof the sue MMMS and wah
ro be time" and proem Derlarmea M admaawe nm the dans MedfiCah . r a act MMM
aro TSCY reanrlendapad, No =M far loss Waage a rpm Nag be brOugm agaum TSC meas all
tem and mspeaom rice NOT w pertwlnea and mast TSC I; =Mmahave Nge foomam.
1 ROOF CUTS: TSC my. in the course at root a game. Nmonm mat am 1"cuti Gent agrees=
prime a roofmq conNcmr of semY mora fa nota sum Cts. to remove samore as erected My TSC
peoomel am to pmmom noon necetary repalre. In me award a at a ma carmimor a nor w pmMded
by Mall. aero agree mat TSC may make am mens Sum ods as TSC dans neeeitary In me aYrne
Of me waetgama and =wt aswmee al mss of damage ro me toot system am me oewplg Which may
arae as a heart Margit.
e. SCNEDUUNG OF SERVICES: The servge set form in ams agmwem we N =mDWed in a
gene" aro wawtaaae manner. If TSC a resigned to away any am of is Samoa ad acamnwoae the
mum of reOm m at amt. reg=ory agmen or mum Da in ee to am ace Nyam a
leasanwe mend. man agnea to Pay war adeaana aWryes. it ally, as may be aaprade
S ACCESS TO SITL' Gent wil arrage and prime wen a its; ro me she as of oeassury lar TSC to
perform is wnhNa TSC sled tae reasonaoe nea4na aro preCwOod to mnmant damage to me we
and a" nllPrmtlMla aWSm ttlereall m i sen a la seMNe w me tae at la eallwllenl: hommer.
TSC � not Clawed in la; tee the aL at aama0m of dailage'MaN say o dc.. Th atm nestles of ho-
gWres TSC to aefale me Se to Is 10rme Mr , ore Wnden rearm TSC We DWMMM snarl ai
abRA wpra e a nwmszry m N an anti ca=t agree ro my To TSC ten coat ttamr, Iotas TSCY menta
maaup for pmrad afro pm
tt. TERMINATION: The Agreement may 0e terminated W enter party apart aevel dayY poor wmen no,
nee. In me event a temmaam. TSC arae N alnptlltited by Oam iw L serv¢a PMamem up to and
mapping me nomination Pate molcom renduhsat a eaplmal
12. WARlU UTY: TSCY pradeSsmL urmaxa ofd be perfomed. as ramps Ntaned am m repals ore -
031114 M waroawe With more agreement and wenM Nadi attested amgNd am pndan
Lt. In derlwr
Ing la Proeeswne eeNlNc TSC Wla use mat Peor CLe aro see "w* dmasee latae Omar
aNmLanLt OY menwas at m prgte . In perfamdmg onyep wad n plasm of Is watassbna Rr.
Image, TSC vee dm mat down at Care am awe WW" NCd IMC Amar Latummwec The won"
ism Wool al wrier waname w reaeena0oss moria ewrem a meted. Stmmala ride in TSC w
Porn are ODw NOW upon agneerng A49n M and M mat ro N aadmnm az Toaegeoamm of
tact.
w any a a2 emaoyeea N found to nave peen negeaent n Pafamnp wNGmnw�fppKN
Or to nave mare ecam�ry Owes; or 1=wmram .. "If ant. aP pa.
pia dLmnq ffrdugn c4an dna as o�lleela�ro oaten Jp� m uNn TSCY SOVATes a ware
agree that me m u num aggregate an Mmt6glfflwa .LSC,ffi otncas emuoyea aro agena
slue N hide a M1 .War Ina IOaI iaawalm a Ina M pad ro urepaces nerrorllmt
Jra r Me pngtw vrtwnewr antrum d mamer
L GENTS DITTY TO NOTIFY ENGINEER Care vamTN m and m mets that mart and, abided TSC A
any enwm a aWe rated rainmola maerda may Ines and unoagraum SmwNfe at am we a w1erA
TSC a to perrom savwe um ma reenan. }{oweve� TSG shot (/ b2
response b+f. {or }laud veear i cafr o'j o } : fs g ri nss,
T. DISCOVERY OF POLLUTANTS iSLY menage srtae had ,We mw4bgadan for hamaora maims
az Nnnea m pe RIMOL a CorWrvaPon Reentry Aro. 42 USC.§ 6961, at. Sm, a ameilea("RCRA")
or ay ami spm a Feeara stature or regnapon. in in cent That naanam nlaani6 are aWwered pow
IEamfed oy TSC. TSC's sae mry row be to wary atm.
L MONffmma. If ala agreement mWbm teswl9 onmmomma imams a Nsermang a" sweat of
eoamuam a ImarWllllenR rSC w,a ¢afro as let meeWa aro NeaWNm a5 arOre weaeuy an
farm eaewlleR n tm agreement. TSCY earmois Sulam not mama aeamnng or mlpwlerllenlnq Me
mens mmlgdt, teau. M Of wC(aNre9 a woe done m me ar=m ars) dap froamred ar WmIee
work a Deng tetea. TSCY snots wap for Minutia me almmry to attest ar refea woa or w in am
molnar =canoe ma oma a m conh'ac Mar
snvrss a s ro NMm same Lae ata n m
way scare w CWC! m a'p'IWI m nam me NefOaNrwe of m was n am UIW wen la CmlPaw.
'Camwtor' az Ig'ed neran snafu mode =aamTowals, w0pgaa achmca, engMaars war Can50uC•
tan managars
9. SAMPLE DISPOSAL Unless wherwae awei tat spedmms or samaea war be e=oseb Imllle'e•
deny mom aarowwm of the teL. Al Making bmagge a w rngcm M be dt=mEU may (EO) Wk's afar
sudrr®m of TSCs mart.
10. PAYMENT. Llan Lu j N mvecm Nrob plry tar Sento P MM*d. Gem wren M on ear n-
nax:e omen mm (71) pays a1 is recaa, Cem fanner arree ;a day now an a aneemd Inmornam and,
nm paw or ooecep M M wnnnq tar vaw W W unarm sad tnim 130) Oar peva at me Torr, of epmeen
Narcarn (16%) per annum or me mmm,m momeL rate aennmed olds aNwaOe Int wMalae 6 me
lessen ulr pad. (Jere wins To pay MCC rem w the w a amara pun Lb unima; arta Yi"
(60) rays. mduap sup add and reasonwe impmtysCee
In the event tiger a unwment; w unable To elm me samara far wM1rn TSC nay be Lada in attardaNe
Wm the provmana set tamh in M MVMOM pasgram. upol w=en reautL at Gent removed wenn puri
days of Cberi aYPamwe of TSCY pro0aar, ha9emor me p]WNnn a an apapma as of, ten amazed N
5% of TSCY Mw M post far To servals Iro N adWM ro 5% of the arm awualy NO by TSC ger
IM servants an the Prdecl at pre at anmedml. the amt ar awaga Lae be awreym m 5250.000 or
me amount of TSCY req wtWmae to me gleaet This sande a oat to be rnamed a ben" a ansae tar
wuanca at any type. 0111 a increased Cwd,aenoan for me Beam tapoade to bbd" moaned.
13. UAIRATIONS OF PROCEDURES. EQUIPMENT AND TESTS infomNm opened from aboard, N.
wmwms am ma"n of sande nmersd Lae N reooma an pooag ors. Such n w a ansp.
mea evwence. but an yderema or anomer, Palm mertN at Ncesareµ an 0yan and NOT, an
engmeealq Imgmarrt and Mora hat N cansouea as a reoreenaoan as taw. Supsmbce dMlawa may
not be nemm mlarmul all a are we and gmurm MIN eves may nUCNam pd, TO amid, aro offer
nratlallc ConsPucwn nmams may vary Imre the wmae3 akar. Unee mamma , Carte in whip,
the PrpcEduM eMDV/W by TSC M not aesgned m OeIM narmmA tmCTy or nagmprammnsin
of tato Try amore.
le. INOFMNrty: Gan. aro t sent a atop u an adopt for a anixend n amemq wenn nom TSC. men
also saw pnrasoal. agrees) ro enemy and Ina TSC. Ia MiNs, empmyee aro a0mte hammat foam
ell agaeat am cont ad, expend, nmmp On ger em Mt to o)urt — reaaaaoe allwn rp fed,
mmlma tea and me ane as a roam of Cry dams or hats umnq of aegea m nave amen sat at me pen
famlel[e Of TSCY Sey'we pow MM n wme w n para ay say nepnem, wumY a warproml pow w Orna-
9m a welt ormolu to stay R Cry ma di omen arca f toren an
Omer tray N each MAlalq, out
hat matedrotd, TSCla Woe all tem amxL=pre to setformnpAaawri2 m No omperaea Anwar
mefairemnein of %
GiviawCianwialauwero eddyTSC aSur! riot Srpmmrese
from n Naaapn 6 opo Mese fiaNral Camoran exNa ro me ewe= vat sYll dam a sora a tae redo
Of Was; or samara Was= by td, negligent act or arms= ot TSC a am ad, tar wtme std of urtmaons
TSC may be wide In am Malt atm Chan or means brnmoal Las wap Any eat. CLW a a)m. Claim at
amaromm aqw% TSC to the stem mat TSC Slue areae m poen M. Glare at ari dam or sari
DUCWm trio Marty nUMM awn w00r1 Sham pay TO TSC to ata alp aameea vaned by TSC to an,
saver arrear aeew Such set. Case at action. dam Or Cganemam, wlWdmg reasonae4 aMpmey,
im aprr CDM calmest lea aro sedum =atm areemd,
BnmdOnee Mae wl N refilmed az aNrt vnmean
1M agreement GEm dgrtes m 0 n °' eaue ami TSC emppp
party a an octzmanc, wines as a h
tt OTHER AGREEMENTS: TSL Nam wt be World or m Or msaal a ogre reoruoag or arvvmag
tar aroltra0m or dewula or communism awn at at and poleement a any prmBpn vmemn TSC
mmra any ngns a a madame' men. or any Prdnmcn conmgen TSCY Toprt to rename mannan, ger is
ee1NCe uam DMro sent DY m mm Nary. Then Genera Caleabla are !mote ware re0urefl.
Mut TSC Lae No a goon wnenever picas y to acct = aue arnun¢ Tho amement cmmm me
entire baro mrwng dormant me Da aCem aOMMed=out TO re%tSdMWn mrM renes unea-
taFOlge w Nromea hofs oma rime oma mw and Oil M TO aam" cmaalm nems. The ma4
lo2edv" or MmHadi of am pmmenn a owns0115 Las wl raaer m oma women or Marmaa
ulanmrdewe a invalid. Ths agreement NAI be oradmued and eudNd n a2aWme ream me laws o1
me Sme w Ipecac The partes neeo coNm to Weidman war mase n an apomame loom sad
Court In aro Iro that L'Gmaty 0f Ou aaam Whopmm, lwwa or Me aatKY Ql=ln Court far me Normann Da,
ban of 11gp2 PaiOada matins ore lw CCMaraarru mH and SW rot to Caamum az trrnmg the
Meanelg w n , or mBane amlmGd M mese G9eal Cmdbora
WIM2
1930613
GEOTECHNICAL A. J CONSTRUCTION SERVICES
TESTING SERVICE CORPORATION
PROJECT NAME:
PROJECT ADDRESS:
CITY / ST. / ZIP:
PROJECT MANAGER:
TELEPHONE NO.:
SITE CONTACT:
FAX NO.:
TELEPHONE NO.: FAX NO.:
NAME: NAME:
COMPANY:
ADDRESS:
CITY/ST. /ZIP:
HOW MANY COPIES?
NAME:
COMPANY:
ADDRESS:
CITY/ST. /ZIP:
HOW MANY COPIES?
COMPANY:
ADDRESS:
CITY / ST. /ZIP:
ATTENTION:
COMPANY:
ADDRESS:
CITY/ST./ZIP-
HOW
ITY/ST./ZIP:
HOW MANY COPIES?
NAME:
COMPANY:
ADDRESS:
CITY / ST. / ZIP:
HOW MANY COPIES?
SEVD:INVGICE[TC - 1 ' -' IMFaRTAN=NQ7EEM
PURCHASE ORDER NO.:
SIGNATURE: NAME: DATE
930972