Loading...
97-102 Resolution No. 97-102 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH COLLINS ENGINEERS, INC . BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Robert O. Malm, Interim City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Collins Engineers, Inc . for the Kimball Street Dam Condition Study and Preparation of Repair Contract Documents , a copy of which is attached hereto and made a part hereof by reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: April 9 , 1997 Adopted: April 9 , 1997 Omnibus Vote: Yeas 6 Nays 0 Attest : s/ Dolonna Mecum Dolonna Mecum, City Clerk `�{ OF Et-/ ` �~ Agenda Item No. e,,,, j — City of Elgin 1ND1l$ March 14 , 1997 TO: Mayor and Members of the City Council FROM: Robert 0. Malm, Interim City Manager SUBJECT: Engineering Services Agreement for Kimball Street Dam Evaluation PURPOSE The purpose of the memorandum is to provide the Mayor and members of the City Council with information to consider entering into an agreement to provide engineering services for the Kimball Street Dam. A location map is attached as Exhibit A. "� BACKGROUND F The Kimball Street Dam Evaluation Engineering Services are included in the 1997 Grand Victoria Lease Fund in the amount of $60,000 . The Kimball Street dam controls water levels on the Fox River up stream of the dam. The up-stream pool maintained by the dam is critical to the Riverside Water Treatment Plant 's water intake structure. Consequently, the condition of the dam is critical for the maintenance of water production. The engineering services agreement will provide for a follow up surface and underwater inspection of the dam. A detailed surface and under water inspection of the dam was completed in 1990 by Collins Engineering. The follow up work will verify and document any additional areas of deterioration. The structure will also be cored to provide information on the dam's construction as well as underlying foundation materials . Tests will also be performed on the cores taken from the dam to provide information on its structural integrity. Recommendations will then be made for any repairs to the dam, if identified. Detailed plans, specifications, bidding documents and cost estimates will be prepared for any recommended repairs . eft. The construction of the recommended repairs is not included in the five year financial plan. Upon completion of the construction estimate, staff will recommend adding the construction to the five year financial plan. Kimball Stret Dam Evaluation March 14 , 1997 Page 2 Proposals were received on February 21, 1997 from three firms : - Collins Engineers - Rempke-Sharpe - Teng & Associates A staff selection committee evaluation of the three proposals was conducted, which resulted in Collins Engineers being the highest rated firm. A copy of the memorandum sent to the staff selection committee, as well as the results of the selection process, are enclosed as Exhibit B. Upon selection, Collins Engineers met with staff to finalize the project scope and negotiate their fee. The fee submitted by Collins Engineers was almost $20,000 less than the $60,000 budget and approximately $20,000 less than the fee submitted by the other two firms . The opportunity exists to have Collins Engineers to expand their scope to include the preparation of estimates, plans and specifications and bidding documents for construction of the recommended repairs . The final negotiated fee, including the expanded scope, includes an additional $19,814 for preparation of contract bid documents . The total cost of the agreement increases from $39,648 to $59,426 . The tabulation of costs is eft shown in Exhibit B. A copy of the proposed agreement is shown as Exhibit C. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. FINANCIAL IMPACT This project was budgeted in the amount of $60,000 under account number 276-0000-791 .93-80 Major Repairs-Public Way, project number 339557, Kimball Dam Evaluation. Adequate moneys are available to fund the agreement. LEGAL IMPACT None. ALTERNATIVES None. eft. Kimball Stret Dam Evaluation March 14 , 1997 Page 3 elk RECOMMENDATION It is recommended that City Council authorize the City Manager to execute an agreement with Collins Engineers in the not-to-exceed amount of $59,462 . Respectfully submitted, 19.____I-C - .. 010 David L. Lawry, s Director of Publ AO ks G�� ��� _" ' ° ri(4-/c„ Robert 0. Malm Interim City Manager SP/do Attachments r • elk EXHIBIT A Location Map r KIMBALL ST. DAM e CONDITION STUDY . 3 AVE jii 2 NEL • NORTH• D ST CT 1- _ 400 ST 0*. 5S ' 0 . ce--.-.-----':.) t. . 47 dl Nk . 41;C '.„. : ,_: .::::I-..-_ ,1, -- :-:- � - _ % ' tti do. • � FAX RSV� . . : o DAM elilk 0 NOPI - x p c:iiii . . - o GQV . .� 0 �. 3 ril .t . . �— . _ : Ir 0 - BROOK It\ (7 DOUGLAS . . . ,• r it � = pi xi tti 1, dispr.i . , i r ( n ; Z AGREEMENT THIS AGREEMENT, made and entered into this lG &day of , 1997, by and between the CITY OF ELGIN, an Illinois municipal corporation (herei after referred to as "CITY") and Collins Engineers, Inc. (hereinafter referred to as "ENGINEER"). WHEREAS, the CITY desires to engage the ENGINEER to furnish certain professional services in connection with the Kimball Street Dam Condition Study and Preparation of Repair Contract Documents (hereinafter referred to as the "PROJECT"). AND WHEREAS, the ENGINEER represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, it is hereby agreed by and between the CITY and the ENGINEER that the CITY does hereby retain the ENGINEER to act for and represent it in all engineering matters involved in the PROJECT, subject to the following terms and conditions and stipulations, to-wit: I. SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Public Works of the CITY, herein after referred to as the "DIRECTOR". B. The work to be performed under this AGREEMENT includes providing field inspection, surveying, testing, and engineering services to evaluate the existing condition of the Kimball Street Dam and to prepare designs and contract documents for the repairs to the dam as determined from the dam evaluation. C. A detailed Scope of Services is attached hereto as Attachment A. II. PROGRESS REPORTS A. An outline project milestone schedule is provided herein under: B. A detailed project schedule for the Project is included as Attachment B, attached hereto. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in C. below. C. The Engineer will submit to the Director monthly a Status Report keyed to the Project Schedule. A brief narrative will be provided identifying progress, findings and outstanding issues. III. WORK PRODUCTS All work products prepared by the ENGINEER pursuant hereto including, but not limited to, reports, designs, calculations, work drawings, studies, photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR provided, however, that the ENGINEER may retain copies of such work products for its records. Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the ENGINEER. IV. PAYMENTS TO THE ENGINEER A. For services provided the ENGINEER shall be reimbursed at the rate of 2.90 times the direct hourly rate of personnel employed on this PROJECT, with the total fee not to exceed $59.462 regardless of the actual costs incurred by the ENGINEER unless substantial modifications to the scope of the work are authorized in writing by the DIRECTOR. B. For outside services provided by other firms or subconsultants, the CITY shall pay the ENGINEER the invoiced fee to the ENGINEER, plus 0 . C. Reimbursable expenses of the ENGINEER shall be reimbursed in accordance with the schedule in Attachment C. D. The CITY shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of invoice. Said periodic payments to the ENGINEER shall not exceed the ENGINEER'S actual costs including overhead, profit and cost of subconsultants and allowable reimbursable expenses, incurred during the payment period. Final payments shall not be made until the work is completed and accepted by the DIRECTOR. A cost estimate of services for this project is enclosed as Attachment D. -2- V. INVOICES A. The ENGINEER shall submit invoices in a format approved by the CITY. Progress reports (IIC above) will be included with all payment requests. B. The ENGINEER shall maintain records showing actual time devoted and cost incurred. The ENGINEER shall permit the authorized representative of the CITY to inspect and audit all data and records of the ENGINEER for work done under this Agreement. The ENGINEER shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement. VI. TERMINATION OF AGREEM NT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen (15) days prior written notice to the ENGINEER. In the event that this Agreement is so terminated, the ENGINEER shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under Paragraph IV above. VII. TERM This Agreement shall become effective as of the date the ENGINEER is given a written Notice to Proceed and, unless terminated for cause or pursuant to Article VI foregoing, shall expire on the date the DIRECTOR determines that all of the ENGINEER's work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any breach hereof by the ENGINEER. VIII. NOTICE OF CLAIM If the ENGINEER wishes to make a claim for additional compensation as a result of action taken by the CITY, the ENGINEER shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the ENGINEER's fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the ENGINEER. Regardless of the decision of the DIRECTOR relative to a claim submitted by the ENGINEER, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. -3- IX. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party, by reason of any default, fails within fifteen (15) days after notice thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement. X. INDEMNIFICATION The ENGINEER shall indemnify and save harmless the CITY, its officers and employees from and against any and all loss, liability and damages of whatever nature, including Workmen's Compensation claims, in any way resulting from or arising out of negligent actions or omissions of the ENGINEER in connection herewith, including negligent actions or omissions of employees or agents of the ENGINEER arising out of the performance of professional services. XI. NO PERSONAL LIABILITY No official, director, officer, agent or employee of the City shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. XII. INSURANCE A. Comprehensive Liability. The ENGINEER shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of comprehensive general liability insurance with limits of at least $1,000,000 aggregate for bodily injury and $1,000,000 aggregate for property damage. The ENGINEER shall deliver to the DIRECTOR a Certificate of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the ENGINEER under Article IX entitled "Indemnification" shall be provided. B. Comprehensive Automobile Liability. Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor -4- vehicles with limits of not less than $500,000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1,000,000 per occurrence subject to a $1,000,000 aggregate. D. Professional Liability. The ENGINEER shall carry Engineer's Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $2,000.000 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty (30) days prior written notice to the DIRECTOR. XIII. CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY The ENGINEER shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the construction, unless specifically identified in the Scope of Services. XIV. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement, there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin, marital status, of the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, national origin, age except minimum age and retirement provisions, marital status or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. -5- XV. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. XVI. DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the ENGINEER shall remain liable to the CITY with respect to each and every item condition and other provision hereof to the same extent that the ENGINEER would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. XVII. NO CO-PARTNERSHIP OR AGENCY It is understood and agreed that nothing herein contained is intended or shall be construed to, in any respect, create or establish the relationship of co-partners between the CITY and the ENGINEER, or as constituting the ENGINEER as the general representative or general agent of the CITY for any purpose whatsoever. VIII. SEVERABILITY The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. XIX. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof. XX. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties. Each party agrees that no representations or warranties shall be binding upon the other party -6- unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. XXI. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall be construed in accordance with the laws of the State of Illinois. XXII. NEWS RELEASES The ENGINEER may not issue any news releases without prior approval from the DIRECTOR, nor will the ENGINEER make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. XXIII. COOPERATION WITH OTHER CONSULTANTS The ENGINEER shall cooperate with any other consultants in the CITY's employ or any work associated with the PROJECT. XXIV. INTERFERENCE WITH PUBLIC CONTRACTING: P.A. 85-1295 The ENGINEER certifies hereby that it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Section 33E-4 of the Illinois Criminal Code. XXV. SEXUAL HARASSMENT As a condition of this contract, the ENGINEER shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C. a description of sexual harassment, utilizing examples; D. the vendor's internal complaint process including penalties; E. the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; -7- G. protection against retaliation as provided by Section 6-101 of the Human Rights Act (copy attached). A copy of the policies must be provided to the Department of Human Rights upon request. P.A. 87-1257. XXVI. WRITTEN COMMUNICATIONS All recommendations and other communications by the ENGINEER to the. DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the ENGINEER be made or confirmed in writing. XXVII. NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail, postage prepaid, addressed as follows: A. As to CITY: DAVID L. LAWRY, P.E. Director of Public Works City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 13. As to ENGINEER: Michael J. Garlich, S.E., P.E. Collins Engineers, Inc. 165 North Canal Street, Suite 975 Chicago, Illinois 60606 • -8- IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For the CITY: ATTEST: THE CITY OF ELGIN By 11_4 1_ A • By `/'. A ity er ity 'anager (SEAL) For the ENGINEER: Dated this day of , A.D., 1997. ATTEST: • ' By Secretary By President (SEAL) -10- ATTACHMENT A DETAILED SCOPE OF SERVICES The work for this project can be broken down into four major phases: Data Collection, Field Investigation, Evaluation, and Design of Repairs. The detailed description of the work for each phase is presented in the following paragraphs. Data Collection In addition to the field investigation, we will conduct a search of records and historical data in order to develop information on the dam's design and construction. The 1974 Fox River Dams Study Report prepared by the IDOT Division of Water Resources references several previous documents that may contain more detailed information on the dam's construction. We will also search the Elgin Library, local newspapers and historical organizations for information on the dam's construction. Field Assessment • The first stage of the project will be a detailed field inspection of the dam including the abutments, fish ladder, adjacent banks, and the nearby headrace intake control structure. The inspection will include an underwater inspection conducted by engineer-divers and technician divers from Collins Engineers, Inc. • Concrete and masonry will be probed and sounded to locate areas of deterioration. Cracks will be examined for location, extent and size. Areas of honeycombing, spalling, scaling, soft concrete, or other defects will be examined, and their location and size recorded. Masonry joints will be examined and probed for mortar erosion. Stone will be checked for cracks, delamination, and scaling. • Structures above the water surface will be visually inspected for cracking, spalling, seepage and overall deterioration. The results of this visual inspection will be completely documented in the report. Color photography will be used to document the conditions found during our field inspection. • Representative defects and sound areas will be documented using underwater 35mm still color photography, river conditions allowing. The inspection team will be equipped with underwater strobes and various lenses. The dive team will also be equipped with a "clear water box" for use in turbid waters. • The channel bottom will be probed around the base of the dam to check for undermining. The presence, extent, and size of riprap will also be noted. 1 • Sounding will be taken upstream and downstream using a continuous recording fathometer in combination with lead lines or sounding poles. The soundings will be taken along lines parallel to the dam at 50 ft., 100 ft., and 200 ft. upstream and downstream. Additional soundings will be acquired in areas where evidence of scour is found. • A survey of the dam will be performed to determine the alignment and elevation of the dam crest, abutments, and fish ladder. Additional measurements of the dam, abutments, fish ladder, and related structures will be made in order to develop "as-built" drawings of the dam. The survey data, soundings and water levels will be tied to a known reference point for use in future comparative surveys. • Two borings are proposed to be taken through the dam. One will be taken in the depressed area near the east abutment. The other will be taken to the west of the depression. These borings along with the existing east boring taken as part of the Walton Islands project will provide information on the dam's construction as well as underlaying foundation material. We will also evaluate records of the borings, taken on shore near the abutments, for the Walton Island Project which can be used for comparison and additional information. • Borings through the dam will be scheduled during periods of low flows when work may proceed safely. • Four concrete cores will be taken and subjected to compressive strength tests. The results of these tests will be used in the structural analysis of the dam. Evaluation • Upon completing the field investigation and related data search, drawings will be developed to depict the dam's construction. These will be as complete as available information allows, and be the basis for the subsequent structural analysis. • A structural analysis of the dam will be made to determine its stability and structural integrity under various loading conditions. The analysis will account for the effects of any defects found during the inspection. Concrete strengths will be based on the results of the tests on core samples taken during the field inspection. The stability analysis will include sliding and overturning calculations for normal flow conditions and maximum flow conditions. Water surface elevations and flow rates will be taken from existing DNR and Walton Island hydraulic data. Ice load conditions will also be evaluated as well as the presence of siltation upstream. • The results of the field investigation and structural analysis will be presented in an engineering report. The dam profile, alignment and elevations will also be presented in a drawing and in tabular format. 2 • The report will include a description of the dam, description of the conditions found during the field inspection, drawings and sketches indicating areas of distress, photographs of typical conditions, a summary of the structural analysis, an evaluation of the existing conditions and recommendation for repairs. Cost estimates and a prioritized list of repairs will also be included. • "As-built drawings of the existing dam will be developed based on available information and information gathered during the field investigation. Design of Repairs • Based on our evaluation of the existing conditions at the dam, we will develop detailed recommendations for repairs, modifications, or maintenance. These will be prioritized in order to ensure the most critical issues are addressed and to make the best use of scarce funds. • Based upon the previous inspection report by Collins Engineers, Inc. In 1990, it is anticipated that contract documents will be provided to repair the following areas: 1. East abutment 2. Fish ladder including east wall and undermining 3. West retaining wall 4. Hole in riverbed downstream near east end 5. Sealing of headrace intakes on west bank Other areas requiring repair will be developed based on the results of the field investigation. • Contract documents will include drawings and technical specifications for all repair work required. • Cost estimates will be prepared for the repairs. 3 Outline Activity Code Descriptions �. 1 Notice to Proceed Notice to Proceed 2 Kick-off Meeting •Kick-off Meeting 3 Data Collection Data Collection 4 Field Investigation • 'Field Investigation 4.1 Field Inspection Am Field Inspection 4.2 Survey and Documentation ilk Survey and Documentation 4.3 Geotechnical Investigation v r Geotechnical Investigation 5 Evaluation and Report • 'Evaluation and Report 5.1 Structural Analysis Structural Analysis 5.2 Evaluation of Conditons&Analysis Evaluation of Conditons&Analysis 5.3 Develop Report •DevelopReport 5.3.1 Develop Text a q Develop Text 5.3.2 Cost Estimates Am%Cost Estimates 5.3.3 Prioritize Repairs,etc. AIL Prioritize Repairs,etc. 5.3.4 Submit Report A Submit Report 6 City of Elgin Review -_City of Elgin Review 7 Review Meeting A Review Meeting 8 Contract Documents is 'Contract Documents 8.1 Prepare Contract Documents Prepare Contract Documents 8.2 City of Elgin Review Amiii■iii■_City of Elgin Review 8.3 Submit Final Contract Documents111Submit Final Contract Docu p Early start point Proposed Project Schedule • Early finish point MI Early bar Kimball Street Dam Condition Study MIN Progress bar MEI Critical bar -Summary bar • Progress point Collins Engineers, Inc. A Critical point • Summary point ATTACHMENT B • Start milestone point • Finish milestone point Attachment C Expes_sas will be billed as 9wi Travel, Lodging, and Subsistence Actual Cost Printing and Reproduction Actual Cost Long Distance Telephone and Shipping Actual Cost Equipment Rental Actual Cost Expendable Supplies Actual Cost 14 ft. Boat and Motor $60.00 per day 18 ft. Boat, Motor, and Trailer $75.00 per day 22 ft. Boat, Motor, and Trailer $150.00 per day Recording Fathometer $50.00 per day Automated Hydrographic Survey System $325.00 per day Individual Diving Equipment $25.00 per day Surface Supplied Diving Equipment $200.00 per day Mileage: Automobile $.29 per mile plus tolls Truck or Van $.30 per mile plus tolls with Boat Trailer $.35 per mile plus tolls • ; ATTACHMENT D COST ESTIMATE OF CONSULTANT SERVICES Project: Kimball Street Dam Condition Study and Repair Plans FIRM: COLLINS ENGINEERS, INC. DATE: 10-Mar-97 City of Elgin Overhead: 155.00 Complexity Factor: Estimate Prepared By: District Firm_X_ DIRECT FIXED PERCENT OF ' ITEM MANHOURS PAYROLL OVHD COSTS FEE OTHERS* TOTAL 1 GRAND TOTAL Data Collection 18 $433 $671 $144 $1,249 2% Field Investigation 120 $2,347 $3,638 $1,352 $979 $18,000 $26,315 44% Evaluation and Report 200 $4,310 $6,681 $122 $1,455 $12,568 21% Develop Contract Doc's for Repairs 264 $5,352 $8,296 78 $1,796 $15,522 26% Project Management and QA/QC 44 $1,320 $2,047 $440 $3,807 6% TOTAL I 646 $13,762 $21,3321 $1,5531 $4,8151 $18,0001 $59,4621 100% Geotechnical Investigation by Fox Drilling i KMBALDAM.WK4 03/10/97 ATTACHMENT D Project: Kimball Street Dam Condition Study and Re City of Elgin BREAKDOWN OF MANHOURS I PERSONNEL CLASSIFICATION 1 PRINCIPAL PRINCIPAL SENIOR SENIOR CADD/ CADD/ TASK ■ ENGINEER ENGINEER ENGINEER ENGINEER ENGINEER ENGINEER ENGINEER ENGINEER TECHNICIAN TECHNICIAN TECHNICIAN CLERICAL NO. TASKI SUB-TASK (E8) (g7) (E6) (E5) (E4) (E3) (E2) (El) (T3) (T2) (T1) - TOTALS 1 Data Collection 2 8 8 18 B C D IF SUBTOTAL 21 1 I I 61 61 1 I I I 18 2 Field Investigation A Field Inspection 16 16 16 48 B Survey 16 16 16 48 C As-built Documentation 8 8 8 24 E F SUBTOTAL 1 I 401 401 I I 40 I I 120 3 jj'Evaluation and Report A Structural Analysis 4 24 40 68 B Evaluation 4 12 16 32 C Develop Text and Drawings 8 16 24 • 8 56 D Cost Estimates 8 16 24 E Prioritize Repairs 4 8 8 20 F - SUBTOTAL 1 12I. ---i- __1_ _ - �- _-- 601 96 j j 24j 81 200 4I Develop Contract Doc's for Repairs 2 8 16 16 42 A Develop"As-built"drawings 4 8 16 28 B Design of Repair 4 16 56 76 C Prepare Repair Drawings 4 8 24 40 76 D Specifications 2 8 24 8 42 E F G SUBTOTAL I 12I = T.. l,__ I 441 I 1281 I F_- —721=__._ 1 81_— 264 51 Project Management and QA/QC 12 32 44 A B C D E F SUBTOTAL 12 32 _ I -_ J_ 44 - _ 6 A B C D E F SUBTOTAL I L 1 1_ I ( - I Z I [- 1_ I -I KMBALDAM.WK4 03/10/97 ATTACHMENT D AVERAGE HOURLY RATE Data Collection Field Investigation Evaluation and Report AVG. HRLY % WGTD % WGTD % WGTD CLASSIFICATION RATE HOURS PART RATE HOURS PART RATE HOURS PART RATE Principal Engineer(E8) $48.75 2 11.11% $5.42 0 0.00% $0.00 12 6.00% $2.93 Principal Engineer(E7) $48.61 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00 'Senior Engineer(E6) $39.42 0 0.00%° $0.00 0 0.00% $0.00 0 0.00% $0.00 'Senior Engineer(E5) $31.35 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00 iEngineer(E4) $22.98 8 44.44% $10.21 40 33.33% $7.66 60 30.00% $6.89 Engineer(E3) $21.20 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00 !Engineer(E2) $18.96 8 44.44% $8.43 40 33.33% $6.32 96 48.00% $9.10 Engineer(El) $16.36 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00 Technician-Draft. (T3) $23.80 0 0.00/o 0.00 ( ) ° $0.00 0 0.00% $0.00 0 0.00% $0.00 Technician-Draft. (T2) $16.73 0 0.00% $0.00 40 33.33% $5.58 24 12.00% $2.01 Technician-Draft(T1) $8.50 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00 Clerical $1.5.58 0 0.00% $0.00 0 0.00% $0.00 8 4.00% $0.62 TOTAL 18 100.00% $24.06 120 100.00% $19.56 200 100.00% $21.5. 5 *Divers are paid a premium of$40 per day when in the field in a diving capacity AVERAGE HOURLY RATE Develop Contract Doc's for Repairs Project Management and QA/QC 0 AVG. HRLY % WGTD % WGTD % WGTD (CLASSIFICATION RATE HOURS j PART RATE HOURS PART RATE HOURS PART RATE Principal Engineer(E8) $48.75 12 4.55% $2.22 12 27.27% $13.30 0 0.00% $0.00 I Principal Engineer(E7) $48.61 0 0.00%° $0.00 0 0.00% $0.00 0 0.00%i $0.00 Senior Engineer(E6) $39.42 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00 Senior Engineer(E5) $31.35 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00 1 'Engineer(E4) • $22.98 44 16.67% $3.83 32 72.73% $16.71 0 0.00% $0.00 'Engineer(E3) $21.20 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00 Engineer(E2) $18.96 128 48.48% $9.19 0 0.00% $0.00 0 0.00% $0.00 Engineer(El) $16.36 0 0.00% ° $0.00 0 0.00% $0.00 0 0.00% $0.00 Technician-Draft. (T3) $23.80 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00 Technician-Draft. (T2) $16.73 72 27.27% $4.56 0 0.00% $0.00 0 0.00% $0.00 Technician-Draft(T1) $8.50 0 0.00% $0.00 0 0.00% $0.00 0 0.00% $0.00 Clerical $15.58 8 3.03% $0.47 0 0.00% $0.00 0 0.00% $0.00 I TOTAL 264 100.00% $20.27 44 100.00% $30.01 0 0.00% $0.00 KM BALDAM.WK4 03/10/97 ATTACHMENT D DIRECT COSTS Field Inspection ITEM UNIT Mileage: QUANTITY UNIT PRICE EXTENSION Roundtrip btwn Chicago & Elgin 240 Miles $0.28 $67 Personal Dive Gear(2 divers @ 2 days) 4 Day $25.00 $100 Dive Premium for Diver& Stand-by (2 divers @ 4 days) 4 Day $120.00 $480 Boat, Trailer& Motor 3 Day $75.00 $225 Total Station 2 Day $200.00 $400 Expendable Field Supplies 1 Each $50.00 $50 Photographs: 2 Rolls $15.00 $30 Total for Field Work $1,352 Inspection Report Reproduction (6 Copies) Text 90 Sheet $0.10 $9 Drawings 36 Sheet $0.15 $5 Photograph Sheets (Color Copies) 48 Sheet $1.50 $72 As-built Drawings 12 Sheet $3.00 $36 Total for Inspection Report $122 Contract Documents Reproduction (10 sets total) Drawings (6 per set) 60 Sheet $1.00 $60 Specifications (30 pages) 180 Sheet $0.10 $18 Total for Contract Documents $78 GEOTECHNICAL INVESTIGATION Fox Drilling $18,000 KMBALDAM.WK4 03/10/97