Loading...
1985-06-03 - Resolution 1985-33 - APPROVING AN AGREEMENT FOR PRELIMINARY ENGINEERING SERVICES FOR THE 1986 VILLAGEWIDE CONTRACTUAL STREET MAINTENANCE PROJECTRESOLUTION NO. 85- 33 A RESOLUTION APPROVING AN AGREEMENT FOR PRELIMINARY ENGINEERING SERVICES FOR THE 1986 VILLAGEWIDE CONTRACTUAL STREET MAINTENANCE PROJECT WHEREAS, the President and Board of Trustees of the Village of Buffalo Grove desire to cause the design of the 1986 Villagewide Contractual Street Maintenance Project; and, l.lHEREAS, the approval of an agreement with a consulting engineer is required in order to proceed with the necessary engineering of the project. Not,J, THEREFoRE, BE IT RESoLVED by the President and Board of Trustees of the Village of Buffalo Grove, Lake and Cook Counties, Illinois, that the President and Clerk be, and they are hereby authorized and directed to execute the "Agreement for Preliminary Engineering Services for the Villagewide Contractual Street Maintenance (1986) Project." A copy of said contract is attached hereto and made a part thereof. 114y95. 0 - None 1 - MarlenthalABSENT: PASSED:June 3 , 1985 , 1985APPROVED: ATTEST: June 3 APPROVED: age Pres ent'I ?v. age er Prc)m AyES: 5 - OrReilly, Glover, Reid, Shlelds, Kowalskl AGREEMENT TOR PRELIMINARY ENGINEERING SERVICES FOR THE VILLAGE OF BUFEATO GROVE VILLAGE-WIDE CONTRACTUAL STREET MAINTENANCE PROJECT THIS AGREEMENT MADE AND ENTERED INTO this 3Td day of June , 1985, by and betvreen Baxter & Woodman, Inc., Environnental Engineers, of the City of Crystal Lake, County of McHenry and State of I1linois, hereinafter ca1Ied the ENGINEERS, and the village of Buffalo Grove, located in the Counties of Cook and Lake, and State of I1linois, hereinafter called the MUNICIpAL- ITY covers certain engineering services in connection with the proposed improvement designated as Section 85-00036-OO-EG, vrhich improvement will be financed entirely or in part with Motor Fuel Tax funds allotted to the MUNICIPALITY by the State of I1linois and constructed under the general supervision of the State's Department of Transportation, oivision of Itighway, hereinafter called the DMSION OF HIGHWAYS. WITNESSETH THAT, in consideration of these premises and of the mutual covenants herein set forth, the ENGINEERS agree: - 1: To perforn or be responsible for the performance of thefollowing engineering services for the MUNrcrpALrry in connectionwith the proposed improvernents heretofore described: a. Make such field surveys as are necessary for the pre_paration of plans , specifications- and detailed cost estimates forthe project which is further described in Exhibit F of this agree-ment. b. Make or cause to be made such subsurface investiga_tions and analyses thereof as may be required to furnish suffi_cient data for the design of the propo"6d impro"em.n[, -"u"t,- inrr"" -tigations to be nade in accordan". ,itt the iurrent requiiamentsof the DIVISION oF HIGHWAYS. ( I985) c. Review and analyze traffic furnished by the MUNICIPALITY for those structural pavement design. 5. To submit, upon requestsroN oF HIGHWAYS, a list of thepropose to use in fulfilling the THE MUNICIPALITY AGREES: 3. That the basic survey notes and sketches, charts, compu-tations and other data prepared or obtained by the ENGINEERS pur-suant to this Agreement will be made available, upon request, tothe MUNICIPALITY or the DMSION OF HIGIIIIVAYS wi thout co;t andwithout restriction or linitations as to their use. 4. Ttlat all plans and other documents furnished by theNEERS pursuant to this Agreement will be endorsed by thLm andshow their professional seal where such is required by l-aw. by the MUNICIPALITY or the DM-personnel and the equipment theyrequirements of thi s Agreenent. 2. stuil ies streets and counts to berequiring a d. Make completeal plans, special provisions, and esti- mates of cost. T.he plans shall be drawn to a suitable scale onstandard 36" x 22" sheets. Five (5) copies of the p1ans, specialprovisions, proposals, and estimate of cost shall be furnished tothe MUNICIPALITY. Additional copies of any or all documents, ifrequired, shall be furnished to the MUNICIPALITY by the ENGINEERSat their actual cost for reproduction. e. Attend conferences to be held at the request of the MUNICIPALITY for reviev, and evaluation of proposed improvenents. f. Provide documents for bi.dding, assist in bidreceiving, evaluate bids, nake recommendation to the MUNICIPALITy and prepare final contract documents for approval by the MUNICI-PALITY and DIVISION OF HIGHWAYS. 2. Ttrat all reports, pJ-ans, p1ats, and special provisions tobe furnished by the ENGINEERS pursuant to this Agreement wilt bein accordance with the current standard specifications and poli-cies of the DMSIoN OF HIGEWAYS, it being understood that ;IIsuch reports, plats, plans anal drafts, shall before being finallyaccepted, be subject to approval by the MUNICIPALITy and saidDIVISION OF HIGTII{AYS. ENGI -wilI t. That it wi.Il appointshal1 be in responsible chargeat aIl t imes. an employee and d i rect as Project control of Manager whothe project 2. T.ha t said Project Manager will make available ENGINEERS all available reports, naPs, traffic counts, pertaining to the proposed inprovements. 3 to the and data 1T IS FURTHER MUTUALLY AGREED: 1. The MUNICIPALITY shall pay to the ENGINEERS, and ENGINEERS agree to accept as full conpensation for their as stipulated in paragraphs la, lb, lc, Id, le, ]-f, 2,3, of the ENGINEERS agree: A lump sum of 92,524.OO for profit onlyr and the services,4, and 5 a b c d reimbursement for aI1 costs related to the alirect salaries of employees for time chargeable to theproject, and direct salaries of principals for time they are engaged in work necessary to fulfill the terms of this Agreementt and reimbursement for overhead and/or indirect costs incurred in fulfilling the terms of this Agreement, and reimbursement for payroll burden and and direct non-salary costs incurred the terms of this Agreement. fringe costs, in fulfilling 2. The Agreenent is as long as t maxrmum amou $27, 043. oo, he scope ls I nt of the total fee payment under this as determined by Exhibits A and B, and n accordance with Paragraph I of ENGI- NEERS AGREE. Shoultl the VILLAGE require changes in scope resulting in the revision or abandonment of work already per- formed by the ENGINEERS or require other elements of work not included in the original scope, then the ENGINEERS shall be compensateil in addition to the amount stipulated above for such changes or additions in accordance vrith the nethods set forthin this Agreement. 3. In the event that the work under this Contract isentirely suspended, the ENGINEERS agree that their services maylikewise be suspenaled without additional compensation for costs caused by such suspension of services. The ENGINEERS wiII bepaid for any services rendered prior to suspension in accord- ance with the terms of this Agreement. 4. A tabulation of the regul,ar hourly salary range for each classification of employee expected to be productively engaged in work necessary to fulfill the terms of this Agree- ment, is shown on Exhi.bit C of this Agreement. 5. Overhead and indirect. costs shown on Exhibit D of this Agreement, as a percent of direct productive payroll, are repre- sentative of the ENGINEERST actual overhead and indirect costs based on the ENGINEERS' records over the past one year prior to the effective date of this Agreenent. 5. Payroll burden and fringe benefit costs shown on llxhibit E of this Agreement as a percent of direct Productive payroll are representative of the ENGINEERS' actual payroll and fringe bene- fits cost based on the ENGINEERS' records over the past one year prior to the effective data of this Agreement. 7. Paynent by the MUNICIPALITY sha11 be made to the ENGI- NEERS as soon as practical each nonth, in the amount of 90t of the fee earned (invoiced). Monthly progress payments for the lump sum for profit, section la, shall be prorated based on the fee payment earned to date. The 10t retainage plus any balance due shall bepaid in ful1 upon plan and specification approval by the DMSION OF HIGHWAYS or upon final construction contract award, whichever occurs first. 8. Travel and other out.-of-pocket bursed to the ENGINEERS at their actual expenses wi 11 be reim- cost. In addition to warrant: the covenants herein made, the ENGINEERS 1. That they have not employed or retained any company orperson, other than a bona fide employee working solely for the ENGINEERS, to solicit or secure this Agreement, and that they havenot paid or agreed to pay any conpany or person, other than a bonafide employee working sole1y for the ENGINEERS, any fee, commis-sion, percentage, brokerage fee, gifts, or any other considera-tion, contingent upon or resulting from the award or making ofthis Agreement. For breach or violation of this warranty, theMUNrcrPAl'rrY shall have the right to annul this Agreement rrithoutliability, or in its discretion to deduct fron th6 Agreement priceor consideration, or otherwise recover, the fuII amoint of suchfee, commission, percentage brokerage tee, gift, oi contingent fee. 2. That they are gualified technically and are entirely con_versant,with the policies applicable to the project; una itit tt.yhave,and wirl furnish at th!- request of the llulliciper,iri, -"rtri- :i::!l-lrgperly trained and experienced personnel to periorm theservtces enumerated herein. The MUNICIpALITy rri11 pass on thequalification of a1I personnel. WARRANTIES: Person PresentLy enployed HIGHWAYS of the State of of the MUNICIPALITY OT OF HIGHWAYS. R 3. That they will not emPfoy any by the MUNICIPALITY or the DMSION OF ILIinois, without the written consent Director of Highways of said DrvIsIoN EXTRA WORK: If the ENGINEERS are of the opinion that any work they have been directed to perform is beyond the scoPe of the Agreement and constitutes extra viork, they shalJ. promptly notify the MUNICIPAL- ITY of that fact before proceeding. No extra work shall be eli- gible for payment unless it is authorized in writing in advance by the MUNICIPALITY. In the event the MUNICIPALITY deternines that such work does constitute extra htork, it shall provide extra com- pensation to the ENGINEERS upon a fair and equitable basis. IN WITNESS WHEREOF the ENGINEERS have hereunto set their hand and seal the day and date first above $rritten and the MUNICIPALITY has caused the execution of the Contract to be made by its President and attested by its Clerk pursuant to the resolution passed by the Board of Trustees, which resolution is to be con- sidered as a part of this Agreement, the same as though it were written herein. By resident ATTEST: un e k ?ro Tern FOR THE MUNICIPALITY C Munici pal Seal a_)2\ otarnlqr aNolxtei Baxter &Woodman, Inc. Seal APPRoVED AU62 6 885 BAXTER & WOODMAN, INC. Village President EXHIBIT A AVERAGE PAYROLL PATE Adnln. & Meetings FieId Surveys Evaluation Prel. Est. & Design Drafting Final P.S. & E Bid RecelvingPeraonnel Classificatlon Salarv s Part. wgt. Rate t Part - wgt. Pate t Part- wgt . Fate c Part - VrgE. Rate t Part - wgt. Rate t Part - $ Part . wgt 'Rate Principal $22. s0 67 30 6.75 11 2 .4A t2 2.'to 20 4.50 Sr. Engr.I7.30 33 5. 7r 30 5. 19 9 1. 56 80 13. 84 Engineer I3.60 40 5.44 40 5.44 30 4.08 25 3.40 Jr. Englneer r1.60 40 4.64 20 2.32 25 2.90 Engr. Tech.1r.50 20 2 .30 30 3.91 9 1.04 Draftsman 33 4. r6 Draftsman 1I.10 33 3.66 20.79 100 l-2. 38 r00 17.38 100 13.89 100 11. 73 r5.06 100 II II ( n9t 15.08 5.02 3.45 L2.60 Average SaIary Rate I0 0 100 18. 34 ( EXHIBIT B COST ESTIII.IATE OF CONST,LTANT SERVICES Item Hours Payrol l Fringe Benefits overhead Subtotal Proflt Direct Cost Total Cost t Adndnistration & Ueetings 45 $ 936 $ s92 $1,063 $ 2,591 $ 281 * 2,e22 10 .8 Field Surveys 140 1,733 1, 096 1, 968 4,797 520 170r 5 ,4a7 20.3 Evaluation 60 L,O42 659 l- , 183 2.AA4 60*3 ,257 12.1 Prel. EstLmate & Deslgm 60 833 527 946 250 900*r 3 .456 12 .8 Drafting 2, I11 1, 33s 2 ,397 5,843 633 6,476 23 .9 Final P.S. & E.80 1, 205 762 1, 368 3,33s 362 40*3,737 13.8 Bld Receivl-ng 30 550 348 625 ! ,523 r65 20*1,708 6.3 Totals 595 $s,410 $s,3Ie $e, 550 i23 ,279 *2,s24 $1,240 $27 ,o41 100.0 ( ( tvehlcle Expenserrsoil BorLngs, Lf requireal $ so* 313 2, 306 180 i EXHIBIT C HOURLY RATE RANGE -ENGINEERI S REGULAR SCALE Class i f ica t, ion Principal Eng ineer Senior Engineer Engineer Junior Eng ineer Dr af t sman/Techn ic i an Cler ical Frorn $2r.00 15.00 12.30 11.00 6.20 8.20 TO $32.s0 21.00 16. 00 L2.20 L4.20 t2.20 EXHIBIT D OVERHEAD AND INDIRECT COSTS Administrative, unassignable staff t ime,recruiting, training and education, severance, negotiating new business, and office account- ing, clerical and secretarial wages and salar ies Utilities, Telephone, Electric, Gas Rental of business space and equipment Dues, tneetings, seninars, conventions, and P. E. l icenses Depreciation Business insurance including accident, liability and valuable papers Taxes except Federal Incorne Maintenance and repai rs Office supplies Professional services includingspecialists, lega1, auditing, etc. Enployees' travel expenses not assignedto c 1i ent Miscellaneous expenses TOTAL OVERHEAD Percent of Product i ve Di rec t Payrol l 7t.2L 3.38 7 .34 r.46 4.7 4 5.88 r.29 2.22 1.30 L2.49 t.25 o. 59 r13.55 I EXHIBIT E PAYROLL BURDEN AND FRINGE COSTS Federal Insurance Contributions Act Federal anal State Unemployment Conpensation workmen's compensation Insurance Paid Holidays, Vacation, Sick Leave Pens i on Group Insurance TOTAL PAYROLL BURDEN AND FRINGE COSTS Percent of Direct Productive Payrol I r0.87 1.09 1.58 14. 05 29.20 6.45 63.25 EXHIBIT F PROJECT BACKGROUND AND DESCR I PTI ON In october, 1981, a report enEitled "Pavement Management system Study" vras completed for the Viltage of Buffalo Grove by Novak, Oempiey and Asiociates, Inc. This study presented recomnendations for-oplimal 5-year street maintenance programs for several alter- nate funding and service quality Ieve1s. These alternate street maintenance programs utitized eight different maintenance and reconstruction strategies includ ing : SIurry SeaI2.0" New Surface 2.0" Bituminous Concrete Overlay 2.0" New Surface plus Fabric 2.0" Bituninous Concrete Overlay plus Eabric Reconstruct with 8.0" PAM Base + 2.5" Surface Reconstruct with 8.0" BAM Base + 2.5" Surface Reconstruct with 8.0" PAM Base plus Fabric + 2.5" Surface The study inctuded cost estimates for the various strategies uti- Iized in each recommended alternate program which were intended to include typical guantities for items such as pavement patching under surface treatments. After reviewing Ehe gualifications of a nunber of consulting engi-neers, the Vi11a9e selected the firm of Baxter & Woodman, Inc. toperform design services for the first phase improvements. Theseservices included preparation of plans, specifications, and esti-mate of cost for all streets listed with the strategy number Ithrough 5 in the Report under 1983 OpLimal Improvement Schedule(Appendix E) . In addition, the services included an evaluationand recommended strategy (revised in many instances from that pro-posed by Novak, Dempsey and Associates) ind an updated cost esii-mate for those streets risted with the strategy number 6 through gin the Report under 1983 optimar rmprovement icneaute (AppendiiE). In both cases, the list of strlets to be inprovea'eictuaeacertain streets for which Deveropers who had conitructed thestreets were still responsible for and also those streets ihatwere already under contract for rehabilitation. 1 2 3 4 5 6 7I In the spring of 1982, the Vi11a9e of Buffalo Grove elected to proceed with t.he design and construction of improvements in general accordance with the program recomnendation entitled in the Report as "optimal rmprovement Program - 70 Leveln. The improve- ments were to be Viltage-wide and were to be accomplished over a period of approximately four to five years. The extent of eachyearrs program was to be determined by the Vi11a9e on an annual bas is. 2 The Village of Buffalo Grove now desires to proceed with the fourth phase improvements. T1" e streets to be improved in this phase arelisted in the revised 1986 optimal Improvement Schedule (a copy is attacheal ) . The engineering services required at this time consist of the design and preparation of plans, specifications, and bidding documents, aswell as receiving bids and preparation of contract documents for the above described streets based on the strategies indicated on the attached Iists. This work wiIl include the design of minor amountsof needetl removal and replacement of adjacent curb and gutter, thedesign of toinor drainage improvements (problem areas not requiring extensive field investigation and/or office evaluation), anal thefield eval,uation of all drainage and utility structures found withinthe pavement cross-section (curb-to-curb) in order to determine thecondition and possible repair rnethod for each. The phrase "minor amounts of needed removal anil replacement of adjacent curb and gutter" is inplied to mean that removal and replacement wilI generally be limited to short, isolated lengthsrather than long, continuous Lengths and wiII not require any sub-stantial increase in engineering time to expand field topography andto establish existing and/or new grades. Since there are no reconstruct streets anticipated in this yearrsprogram, structural design of pavements, traffic surveys, andextensive soil exploration and testing will not be necessary. Somesoil borings may be required so as to determine the pavement andbase thickness on questionable areas. If reconstruction of anystreet is required, the additional service costs will be negotiatedwith the Village before any work is undertaken. Road Westbourn E. Ln. Springside Ln. OPTIMAL MAINTENANCE SCHEDULE 1986 StrategySection 20r19 20I53 20L64 20L99 20207 20283 00008 00011 00043 00050 00085 00087 00179 00202 00235 0033r 00341 o0422 Silve wyg atTwiIi Dornc An tho Harva Charl Middl r Roc k e Ln.ght Pas liff Ln Ln. s E. Linits Twisted Oak to Indiana Spring Checker Rd. to Farrington Dr.Farrington Dr. to Shady GroveFarrington Dr. to Woodhollov,Silver Rock to Checker Dr. Twisted Oak Vl. to Twisted Oak E. Anthony Rd. to CDS CDS to Univers ity to CDS to CDSto dead end to Carriage way. Marys Pkwy. to Apt. Entrance ratio o Fremont WayN. of Camden to Cooper Ct.East of Kent Ln. Springside Ln. to CDSBurnt Ember Ln. to CDS 4 5 2 5 5 4 5 2 2 2 1 1 2III 1 1 1 1 1I 1I ny Ct.rd Ln. OId Post Dr. Stanford tn.Lincoln Ter race OId Oak Dr. Armstrong Dr.Fairfax Ln. Fremont Way Thompson Ct. Springside Ct.Burnt Enber Ct. Beacon Ct.Asford Ct. Hawthorne Ct. Thornton Ct. Carr iage Ca r r iage Raupp BLv Tho r n ton y to CDSy to CDSto CDS . to CDS Cambridge Dr. Cambridge Dr. Millcreek Dr. es ct. esex Ct MilIcreek Dr. Bernard to St Buffalo crove Weiland to Ho Fremont way t * * * Wa Wa d. Ln *Added to Original program ,'('' Stato of llllnols OEPINIUENT tr IRANSRRT^T I O sPec IAL tRovlslol FOR rAIR EPLO'TI'E{T PRTCT ICES ln.ddltlon lo qll otho. l.bor r.q'r lr.Ents set torli ln thls ProgGal 'nd ln thc Stlndard spocl I lcatlqts for Ro.d qnd B.ldgo constructloo, .dor'tsd bt th. Degrrt ant of Tronsport.tlon, durlng lir pcrlormnca ot thls cootraqt; tha contrrct61. for ltself, lts asslgnaas, lnd Succoslors In lnf.rasf (haralnaftai retgrod to rs thc ncontractorn) agraos as tollasi r. SELECTTOi 0F t 80R Th. oontr.stor shcll c ply rlth rll llllnols stltufes port.lnlng fo tho s.lcctlon of labor. II. EQTAL OPLOYTGM OPP(NTUiI TY Durlng tho p€rtorrEnc. ol thls cootract, ih. cootrrtor cgroas rs lol la3: ) Th.t lt rlll not dlscrlolnlte.galnst.ny oiPloy* cr..pPllc.nt for €.9loyErt b€causa ol rocE, color, rgllglon, ger, natlon!l q.lgln or alcosfry; and turthor thct lt llll eE.lno ell Job cloaslflclflons io dctsr lna lf rnlnorlly perltons or rqrEl ant undorutlllzd and rlll tako approprl.te afllroatlve cctloo lo rectlfY anY such underutlllzrtlon. (2) Thct, lt lt hlrG eddltlonal qDP loYeos ln ordr lo parfam thls contrast or .ny portloi hroot, if rlll dotanr1ne tt6 rv6l llbl llty ol lrrcrltl€s E11d rocn ln the 4a(s) frq! rhlch lt fDy reasonrbly rerult.nd lt rlll hlre fcr. elch iob classltlqatloi for rhlch iployoc are hlrod ln 3rlch c rly that olnorltles ald rolFll a.e not undanrtl llzad. (5) Th.t, ln rl lsollcltrtlons q. .dErtlsqEnts lor erployo6 placod bY lt q. o.l lts bohalf, lt rlll stlte ihrt oll epllcants rlll bo .tfordad €qual opportunlty rl tho'rt dlscrl lnrtlon bcauss ol rcc9, @loi, rel lglon, sox, naflg.ral orlgln or ancqstry. (4) That lt rlll s€nd to orch lrbor dglnlzrllon or ro9!'6ent tlvi of rorkd's rlth rhlch lt hrs of ls bound by ! coll.ctlvo b.rgrlnlrE Ct. othr rgroqEnt q. un&rctandlngr. notl@ ldvl3lng such lrbor oigcnlzltloo or riprescot tlve of lhc co.tractor t 3 obl lgrtlo.ls undor th€ llllnols Fllr Enp toyrrrt Pr.st lcas Ast .nd tho Comlsslonrs Ru16 .nd RcAu lrtlo,B tor Publlc oontras,t9. lf aoy sucfi llbor orgcnlzrflqt c.. mgrGcntetlve fal ls or r€fussr to coop€rate rlth the contractor ln lf! af forts to congly rlth such Act.nd RulG rod R€gulatloo3, the cootractor rlll pro.Dtly so notlfy th. llllnols Fclr Elp loylpnt Pr.ctlcss col!'llssloo and ttt. cqrtrastlng lgoncy and rlll rscrult eloycG lrqr oth- sol,|rc6 thqr noo6sary io tultlll lts obl lgltlolls iherqrndor. (r) That lt rlll suhlt rogorts 6 rqulred by the llllnols Falr Erp loprcot Pr.stlces Cc. rlssloors Rul€s and Rogu letlons lor Publ lc Contr.cts, furnlsh all rolevatlt lnfortEtld .s illy lrdr tlrp tq tlne b. r.quost.d by tho Comlsslon tr th€ contructl.g !9.ncy, and ln rl I r€Pet: cc,np ly rlth thc llllnols Felr ErployiEnt Prrcflc€s Act and thoCo rlsslonrs Rul6 and Rogulltlolls lor Publ lc Cootrlcts. (6, That lt rlll perrlt.cc.ss to all rel.vanf bks, r-eco.ds, lccoonls and rork sltls by porsonnol ot thc contriqtlng age{tc} .nd thr llllnols F.lr Enp lormont Practlos Cotrlsslcn for purpo6os of lnt?stlgltlon to ascrtaln @llpll.ncs rlth tho llllnols F!lr E4loyEtt Pr.ctl6 Acf 6rd tha Cqmls3lonrs Rul€s and Rogu l.tloB lor Publ lc Confr.cts. (7) Th.t lt rlll lncludo verbatl m or by refreoc€ tho provlslons ot parugrcphs I through 7 otthls clsusr ln ewrl porforiEnca subcontruct rs d€flned ln S€ctlon 2. lo(b, of fha Ccfirlssloors Rulos ad Rogu lltloos for Publlc ColTtrasts so thrf such proylslons rl ll be blndlng upoo orery suqh subcontrc€tor; rnd thct lt rlll also so lncludo ths provlslons ol par.gruphs l, 5, 6 lod 7 ln evs'y srpply subcootract.s det lnod ln Srctloo 2. l0(., ot the Coltnlsslonrs Ru16s and R.gu l!floos Rogu latlons for Publlc Coitrusls so thlt 3uch provl3lons rllt b blndlng upon Erery sudsubcoolr.sto.. ln tho sa[E riannel. !s rlih oth€r lrovlslons gf thls c!.ltract, fho cootractor rlllbo llcblo lor ccnplllncr rlth appllcrblo provlslons of thls ctause by !ll lts subcontrastors; atdturthar_ lt rlll Proitpt I Y notlfY tho cootructl og cgency aod tho I I I lnols Frlr E ployD€.rt pract I c66ColEnlssloo ln the eEnt cny subcontructc lalls r rofusG io conply thersrlth. LR I2O (6-8r) STATE 0F tlltNots ) ) couNTtES 0F C00K AND LAKE ) l, JANET t{. SIRABtAN, hereby certify that I am the duly elected, qualifled and acting VILLAGE CLERK of the Village of Buffalo Grove, Counties of Cook and Lake, llllnois, and the keeper of its seal and records. I hereby further certify that the attached is a true copy of Resolution No. 85-33 adopted on the 3rd day of June , l9:, by the Village Board of the Vi age of Buffalo Grove as shotrn by the records in nry custody. lN l.rlTNESS trHERE0F, I have hereunto set my hand and affixed the seal of the Village of Buffalo Grove aforesaid, at said Village, in the County and State aforesaid, this 4th day of June , l9 8s. ag€er By Deputy clerk ,}P