Loading...
97-104 Resolution No . 97-104 RESOLUTION AUTHORIZING EXECUTION OF ADDENDUM #1 TO THE DESIGN ENGINEERING SERVICES AGREEMENT WITH PAVIA-MARTING & CO. 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 Addendum #1 to the Design Engineering Services Agreement on behalf of the City of Elgin with Pavia-Marting & Co . for construction engineering and inspection services for Special Assessment Area III , 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/ Do] onna Mecum Dolonna Mecum, City Clerk . y c.; ,,,I, K City of Elgin ... . . _ Mayor (.... ,e Kevin Kelly Council Members Terry Gavin March 14 , 1997 Robert Gilliam John T McKevitt Ed Schock John Walters Marie Yearman TO: Mayor and Members of the City Council FROM: Robert 0. Malm, Interim City Manager SUBJECT: Amendment No. 1 to an Agreement with Pavia-Marting & Company PURPOSE The purpose of the memorandum is to provide the Mayor and members of the City Council with information to consider Amendment No. 1 to an agreement with Pavia-Marting & Company to add construction related engineering and inspection services for the Area III Special Assessment Project. BACKGROUND At its meeting of January 25, 1995, City Council authorized an agreement in the amount of $223,709 .00 with Pavia-Marting for preparation of plans, specifications, estimates and bidding engineering services for the Area III Special Assessment project. Amendment No. 1 will add the construction engineering and inspection services to the agreement with Pavia-Marting for the subject project. Services to be provided include construction observation, project management, material testing and scheduling. Amendment No. 1 to Pavia-Marting' s agreement has been prepared and is included as Exhibit A. Pavia-Marting' s current agreement and City Council Memorandum is included as Exhibit B for your information. The construction of the Area III Special Assessment Project is on the agenda for award by the Board of Local Improvements on March 26 , 1997.. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED None. rk 150 Dexter Court • Elgin, IL 60120-5555 • Phone 847/931-6100 • Fax 847/931-5610 • TDD 847/931-5616 ® Pnmed on recycled paper Amendment No. 1 Pavia Marting & Company March 14 , 1997 Page 2 row FINANCIAL IMPACT The Amendment No. 1 is in the amount of $291, 238 and is based upon a construction period from April 1, 1997 to November 31, 1997 . Payment to the engineer will be on an hourly not-to-exceed basis . A fee calculation schedule is included in Exhibit A. The attached Exhibit C (last page) outlines the funding sources for this Amendment No. 1 as well as the entire project. To summarize the inspection costs in the contract under consideration: Special Assessment Public (60%) $145,623 . 60 Private (40%) 97, 032 . 40 Water 30,659 . 00 Sewer 17, 873. 00 Total $291,238 . 00 LEGAL IMPACT None. ALTERNATIVES None. RECOMMENDATION It is recommended that City Council authorize the City Manager to execute Amendment No. 1 to the Agreement with Pavia-Marting & Company in the not-to-exceed amount of $291,238 . Respectfully submitted, (1-11;&-/ David L. Lawry, P. . Director of Public Wo s 114-46t9i4#—Xcit° Robert 0. Malm Interim City Manager SP/do a , ADDENDUM #1 ( FOR FIELD ENGINEERING SERVICES) TO THE DESIGN ENGINEERING SERVICES AGREEMENT DATED FEBRUARY 9, 1995 FOR SPECIAL ASSESSMENT AREA NO.3 ELGIN, ILLINOIS 60120 This ADDENDUM is made and entered into this _ day of , 1997 between the CITY (OWNER) and ENGINEER and covers certain professional engineering services not covered in the initial AGREEMENT for the improvements described therein. The CITY (OWNER) and ENGINEER are defined as indicated below for purposes of this ADDENDUM. CITY (OWNER): CITY OF ELGIN ENGINEER.: PAVIA-MARTING & CO. 150 Dexter Court 910 W. Lake Street Elgin, Illinois 60120 Roselle, IL 60172 (847) 931-6100 (630) 529-8000 GENERAL DESCRIPTION OF PROJECT Name • AREA III SPECIAL ASSESSMENT STREET & SEWER IMPROVEMENT PROJECT Length..: 14,802 feet or 2.803 miles Termini...: SEE ATTACHED EXHIBIT 1 Description..: NEW STORM SEWER, SIDEWALKS, DRIVEWAY APPROACHES, WATER MAINS, ROADWAY EXCAVATION, CURB & GUTTER, ROADWAY BASE, ROADWAY BINDER COURSE, ROADWAY SURFACE COURSE, RESTORATION AND ALL OTHER APPURTENANT WORK REQUIRED FOR A COMPLETED PROJECT. CITY OF ELGIN, S.A#3-ADDENDUM#1 FOR FIELD ENGINEERING SERVICES Page 1 ADDENDUM AGREEMENT PROVISIONS SECTION A -- ENGINEER AGREES....; To perform or be responsible for the performance of the following FIELD ENGINEERING SERVICES for the CITY (OWNER) in connection with the proposed improvement herein described, and stated below: A. Furnish or cause to be furnished: (1) Proportioning and testing of concrete mixtures in accordance with the "Manual of Instructions for concrete Proportioning and Testing" issued by the Bureau of Materials and Physical Research, of the CITY (OWNER) and promptly submit reports on forms prepared by the CITY (OWNER). Eight (8) hours of time has been established for proportioning and testing services at the concrete batch plant. Two hundred ninety (290) hours has been established for a geotechnical firm to conduct field testing of concrete during concrete pours. Twenty-four (24) hours has been established for picking up of concrete cylinders. Additional time required by the CITY (OWNER) for any of the above services will be paid for the cost of the geotechnical's time plus a 5% service charge. (2) Proportioning and testing of bituminous mixtures (including extracting test) in accordance with the "Manual of Instructions for Bituminous Proportioning and Testing" issued by the Bureau of Materials and Physical Research, of the CITY (OWNER), and promptly submit reports on forms prepared by said Bureau. A total of twenty-four hours has been established for portioning and testing at the asphalt plant for the bituminous base course, bituminous concrete binder course and bituminous concrete surface course (eight hours each mix). (3) All compaction tests (to be sublet) as required by the specifications and report promptly the same on forms prepared by the Bureau of Materials and Physical Research of the CITY (OWNER). Forty hours has been established to address subgrade soil evaluations for under cuts or other questionable soils conditions. Forty-eight hours has been established for base course placement and one hundred seventy six hours for all bituminous concrete binder and surface course placement (4) Inspection of all materials when inspection is not provided at the sources by the Bureau of Materials and Physical Research, of the CITY (OWNER) and submit inspection reports to the CITY (OWNER) in accordance with the policies of the CITY (OWNER). CITY OF ELGIN, S.A#3-ADDENDUM#1 FOR FIELD ENGINEERING SERVICES Page 2 B. Furnish or cause to be furnished: (1) A resident engineer and other technical personnel to perform the following work: (The number of such resident engineers and other technical personnel required shall be subject to the approval of the CITY (OWNER).) a. Continuous observation of the work and the contractor's operations for compliance with the plans and specifications as construction proceeds, but the ENGINEER does not guarantee the performance of the contract by the contractor. b. Establishment and setting of lines and grades. c. Maintain a daily record of the contractor's activities throughout construction including sufficient information to permit verification of the nature and cost of changes in plans and authorized extra work. d. Supervision of inspectors, proportioning engineers and other technical personnel and the taking and submitting of material samples. e. Revision of contract drawings to reflect as built conditions. f. Preparation and submission to the CITY (OWNER) in the required form and number of copies, all partial and final payment estimates, change orders and reports required by the CITY (OWNER). g. Schedule and attend pre-construction and field coordination meetings with the CITY (OWNER) and the contractor during the construction of the PROJECT. h. Review and recommend approval of Shop Drawing submitted by the contractor. (2) Provide Construction Administration and Construction Activities as required in Exhibit 2 attached hereto. IV. PAYMENT TO THE ENGINEER A. Add a second paragraph to this section to read...: For field engineering services provided, the ENGINEER shall be reimbursed at the rate of 1.588 times the direct hourly rate of personnel employed on this PROJECT, as defined in this Addendum #1 to the agreement dated February 9, 1995, with the total fee (for field engineering services) not to exceed Two Hundred ninety one thousand two hundred thirty eight ($291 ,238) dollars for 3,851.5 man-hours of service plus geotechnical services, scheduling services and printing. This cost will not be exceeded unless there are unusual delays in the progress of the project or substantial modifications to the scope of the work are authorized by the CITY (OWNER) through a change order or amendment. B. Add second paragraph to this section to read..: The only additional reimbursable expenses authorized under this addendum #1 are costs related geotechnical services, scheduling and printing during the construction phase. These reimbursable expenses are detailed in paragraph C below and are contained in the field engineering services fee of $291,238. CITY OF ELGIN, S.A#3-ADDENDUM#1 FOR FIELD ENGINEERING SERVICES Page 3 C. Add second paragraph to this section to read • The CITY (OWNER) shall make periodic payments to the ENGINEER based upon actual progress within 30 days after receipt and approval of the invoice. Said periodic payments to the ENGINEER shall not exceed the total amount shown in the following schedule. Field Engineering Services $252,238 Geotechnical Services $ 29,300 Scheduling Services $ 8,900 Printing $ 800 TOTAL FIELD ENGINEERING FEE $291,238 D. The detailed fee breakdown is included as Exhibit 3 to this Addendum #1. The fee proposed in this contract is based on construction starting April 1, 1997 and being completed by November 31, 1997. All other sections of this AGREEMENT date February 9, 1995 between the CITY (OWNER) and the ENGINEER shall remain in affect. IN WITNESS WHEREOF, the parties have caused this ADDENDUM #1 to the original AGREEMENT dated February 9, 1995 to be executed in four copies of which each shall be considered as an original by the CITY'S (OWNER'S) and ENGINEER'S duly authorized officers. FOR THE CITY (OWNER • ITY i F LGIN ATTESTED BY: eV: Yv �i►�. 11 Lam... � �--e��- •ignature) (Signature) (o / q7 City Clerk (Title - Date) SEAL For the ENGINEER; / IA- AR I .;�� C��. ATT" ' D By: i 4.WMILIA /07 I•natur-- ICWw7..nur7 dr President / Secretary (Title - Da - SEAL F:\DATA\WP\BUSDEV EL\CONTRACT\SA3ELG N 1.AM D CITY OF ELGIN, S.A#3-ADDENDUM#1 FOR FIELD ENGINEERING SERVICES Page 4 1) NORTHWEST 0-90) TOLLWAY D.z ,. -, / of NY / / ❑ CD PROPOSED TROUT BLVD. IMPROVEMENTS Q STEWART AVENUE J GLENWOOD Q a 0 �o � j --Nce PARKWAY v IN It // OAKHILL N <t , ELMA Si: OAKHILL it LUDA T. / 0 0 kJ a re Lo 2 FORD AVE. 6 HARTWEL' F / I a ilii \ 1j ________ ._______ R J- I . .I I � , EXHIBIT 2 Page 1 of 7 CONSTRUCTION ADMINISTRATION and CONSTRUCTION ENGINEERING ACTIVITIES A. CONSTRUCTION ADMINISTRATION 1 . General : The Construction Administrator will serve as the City of Elgin' s representative for the entire construction project as assigned by the City. As such he will function as an extension of the City' s staff and be responsible for overall implementation and management of the project. The Construction Administrator will provide all Level 1 management services . These services are defined as all management functions and requirements over and above the daily routine project requirements . They will include implementation of City policies, program administration, coordination and ' monitoring of consultants and contractors providing overall management control and direction to insure completion of the construction project in accordance with the City' s objectives of cost, time and quality. The Construction Administrator will work closely with and report to the Director of Public Works or his designee. 2 . Specific Duties and Responsibilities : a. Project Control : Establish and maintain lines of communication, authority,and procedures for coordination among the City, Director, Design Engineer, contractors, and Construction Engineer as needed to carry out the project construction requirements . b. Additional Services : When required, identifies the need for, and assists the City in selecting and retaining professional services of a surveyor, testing laboratories and other special consultants, and coordinates these services during their performance. c . Contract Requirements : Administrates and monitors for the Project Director, contractors and other project consultants, the contractual requirements for items such as insurance, bonds, and general conformance with governmental regulations, including minority compliance . EXHIBIT 2 d. Construction Monitoring: Page 2 of 7 Monitors the work of contractors and construction engineer to insure adequate quality control of the construction work and compliance ' with the design drawings, specifications and other required regulations . e. Scheduling: Works with the contractor and Construction Engineer to insure that a workable construction schedule is developed and agreed to by all parties . Provide for continuous monitoring of the schedule as construction progresses . Identify potential variances between scheduled and probable completion dates . Review schedule for work not started or incomplete and recommend to the Director, Construction Engineer and contractors, adjustments in the schedule to meet the probable competition date. Provide summary reports of each monitoring and document all changes in schedule. Together with the Construction Engineer determine the adequacy of the contractor ' s personnel and equipment and the availability of materials and supplies to meet the schedule. Recommend courses of action to the Director when requirements of a contract are not being met. f. Shop Drawings : Monitor the submittal of all shop drawings, catalog cuts and material selections by the contractors and coordinate timely approval of the same by the Design Engineer. Review and monitor on a continuing basis the delivery status of critical material and equipment so as to prevent unnecessary delays . g. Administration: Handle all project administrative correspondence including preparation of all written documents and correspondence requiring the City' s and Director' s signature and authorization. Maintain a file on all project correspondence and records to include daily construction reports prepared by the Design Engineer' s field Construction Engineer. h. Contractor' s Payment: Review and process for payment, though the Director, all applications by contractors and design consultants for progress and final payments . i . Change Orders : Recommend necessary or desirable changes to the Director and the Design Engineer, review requests for changes, and handle all administrative aspects to include contractor negotiations, formal -2- EXHIBIT 2 Page 3 of 7 preparation and submission with recommendation to the Project Director. j . Cost Control : Monitors all project costs and revises and refines the initially approved changes as they occur, and develop cash flow reports and forecasts as needed. Identifies variances between actual and budgeted or estimated costs and advise Director whenever projected cost exceeds budgets or estimates . k. Job Meetings : Conduct periodic (biweekly in general) progress meetings with all associated parties to review construction progress, procedures, scheduling, design interpretation, problem areas and overall coordination. 1 . Reports : Provide a timely weekly status reporting system to keep the City abreast of all aspects of the project which will : a) emphasize problem areas to the Director on a by-exception basis; and b) present solutions for the problems which will enable management to make decisions on a go-or-no- go basis . m. Public Information: Provides advance and current information to the public as necessary and appropriate. Works with citizens directly impacted by contractor to protect citizen' s interests . n. Final Completion: Together with the Design Engineer and Construction Engineer conduct a pre-final inspection and develop a pre-final punchlist for the contractor. Upon competition of the pre-final punchlist notify the Project Director that a final inspection is in order. Attend the final inspection with the City Engineer and contractors . Advise the Project Director when all punchlist work resulting from the final inspection has been completed. Recommend, prepare, and process all final pay estimates through the Project Director. o. As-built Drawings : Review as-built drawings prepared by the Design Engineer to insure adequate information has been given to facilitate on-going maintenance work by the City. Coordinate distribution of copies to the City Engineering, Public Works Operations and Water Divisions as appropriate. B. CONSTRUCTION ENGINEER 1 . General : The Design Engineer may serve as the City' s -3- EXHIBIT 2 Page 4 of 7 on-site construction representative for the construction project as the Construction Engineer. He will be responsible for the general control and field inspection of the construction project and will provide all Level 2 management services . These services are defined as all management functions required for day to day control of the project. They will include field inspection, design interpretation, contract administration and general coordination and control of the day to day construction activities of the contractor to insure timely completion and quality construction in strict compliance with contract drawings and specifications . The Construction Engineer will work closely with and report to the Construction Administrator. 2 . Specific Duties and Responsibilities a. Liaison and Contract Control : Assist the contractors in understanding the intent of the contract documents . Serve as the City' s representative with the contractors working principally through the contractor' s project engineer and on-site superintendent. Serve as the City' s liaison with other local agencies, utility companies, state agencies, businesses, etc . keeping them advised of day to day activities . b. Review of Work, Rejection of Defective Work, Inspection and Testing: 1) Conduct on-site observations of the work in progress to determine that the project is proceeding in accordance with the contract documents and that completed work will conform to the requirements of the contract documents . 2 ) Instruct contractor to correct any work believed to be unsatisfactory, faulty or defective or does not conform to the requirements of the contract documents, or does not meet the requirements of any inspections, tests or approval required to be made; and advise Construction Administrator of action taken and if any special testing or inspection will be required. 3) Verify that tests are conducted as required by the contract documents and in presence of the required personnel, and that contractors maintain adequate record thereof; observe, record and report to Construction Administrator appropriate details relative to the test procedures . 4 ) Perform or cause to have performed as applicable, all required field tests such as concrete tests, soil compaction tests and insure such tests are made by as may be specified. Analyze the results -4- EXHIBIT 2 Page 5 of 7 of all field and laboratory tests to determine the suitability of materials tested. 5) Accompany visiting inspectors representing public or other agencies having jurisdiction over the project, record the outcome of these inspections and report to Construction Administrator. c. Contractors Suggestions and Requests : Consider and evaluate suggestions and requests for modifications in drawings and specifications which may be submitted by the contractor and make recommendations to the Construction Administrator with any time and cost implications for final decision. d. Shop Drawings : 1) Review and approve shop drawings and samples, the results of tests and inspections and other data which any contractor is required to submit, but only for conformance with the design concept of the project and compliance with the information given in the contract documents; determine the acceptability of substitute materials and equipment proposed by contractor(s) ; and receive and review ( for general content as required by the specifications) maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection which are to be assembled by contractor(s) in accordance with the contract documents . 2) Record and maintain a shop drawing submittal and approval log and notify contractor whenever submittals are lacking or untimely. e. Schedules : Review construction schedule, schedule of shop drawing submissions and schedule of values prepared by the contractor. Be alert to the construction schedule and to the conditions which may cause delay in completion and report same to the contractor and the Construction Administrator in sufficient time to make adjustments . f . Conferences : 1) Attend periodic progress meetings scheduled by the Construction Administrator with all associated parties to review the overall project status and problems . 2 ) Arrange a schedule of on-site job work meetings with the general contractor and sub-contractors to review day to day requirements and problems . Maintain and circulate copies of minutes thereof . -5- • EXHIBIT 2 Page 6 of 7 g. Contract Administration and Records : 1) Handle all day to day contract administration and associated correspondence in accordance with the established procedures . 2) Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings and sample submissions, reproductions of original contract documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the contract documents, progress reports, and other project related documents . 3) Keep a diary or log book, recording contractor' s hours on the job site, weather conditions, data relative to questions of extras or deductions, list of visiting officials, daily activities, decisions, observations in general and specific observations in more detail as in the case of observing test procedures . 4 ) Record names, addresses and telephone numbers of all contractors, sub-contractors and major suppliers of equipment and materials . h. Reports : Furnish Construction Administrator written reports as required of progress of the work and contractor' s compliance with the approved progress schedule and schedule of shop drawing submissions . i . Contractors Payment Requisition: Review applications for payment with contractor for compliance with the established procedure for their submission and forward them with recommendations to Construction. Administrator, noting particularly their relation to the schedule of values , work completed and materials and equipment delivered to the site. j . Governmental Policies : Review contractor EEO policies and other governmental mandated programs to insure contractor compliance with the governing regulations . k. Change Orders : Perform initial evaluation of change orders and submit same to Construction Administrator with recommendation and cost estimate breakdown for final approval and processing. 1 . As-built Drawings : Maintain an accurate record of all field -6- EXHIBIT 2 Page 7 of 7 conditions and upon completion of the project insure that the design drawings are revised to show the true as-built condition. m. Final-Completion: 1) Together with the Construction Administrator conduct a pre-final inspection and prepare and give to the contractor a pre-final punchlist. Thereafter insure that the contractor completes same in an expeditious fashion. Notify the Construction Administrator in writing when all work is completed and ready for final payment. 2) Together with the Construction Administrator conduct a final inspection with the City Engineer, Public Works Operations, and Water Division as appropriate, Project Manager and the general contractor. Prepare a final punchlist and thereafter insure that the contractor completes same in an expeditious fashion. Notify the Construction Administrator in writing when all work is completed and ready for final payment. • -7- EXHIBIT 3- ESTIMATED HOURS, PROPOSED FEES & EXPENSES PROJECT..: CITY OF ELGIN STREET IMPROVEMENTS UNDER SPECIAL ASSESSMENT#3. DATE and TIME 27-Jan-97 AT 09:13:06 AM To PRINT-Use,«LS", File Name/Sheet Name Fir,2@RORo4EEGmg=WK "FEES _e7 RUN'&_m OVERHEAD RATE 1.5880 Times Salary -AS-FEET.then use PROFIT 15.00% on all Overhead/Wages imam__a_ 15.00% on all Ovemed & Non-Labor Direct Expenses { SUBCONSUL ANT ADM. CHARGE 5.00% on Subcons| a! ntsChame CONSTRUCTION ENGINEERING SERVICES - PHASE 3 (CS) 1 MEETINGS (Include 1pre-construction meeting and 18 field meetings with Contractor, Owner and Field II Engineer. -- CS) $ EST PH-TASK DISCIPLINE HOURS CODE /RESIDENT ENGINEER 20.00 CS 03 i m PROJECT ENGINEER 2150 CS-03 ME PRINCIPAL ENGINEER, P E ƒSub-Totals 41.501 2 FIELD LAYOUT (Include Travel Time and Expenses. -- CS) EST PH-TASK DISCIPLINE HOURS CODE ƒFIELDMAN 177.00 1 CS-10 q FIELD PARTY CHIEF 17:0 I CS-10 /DESIGN ENGINEER 20.00 CS-05 Bli TRAFFIC ENGINEER 20.00 CS05 I iiiiiai:iii:PROJECT ENGINEER 4200 CS-05 PRINCIPAL ENGINEER, P.E. , \Sub-T%b I 441.00 1 I 3 FIELD OBSERVATION, SUPERVISION OF SUBCONSULTANTS & QUANTITY MEASUREMENTS (Includes Travel Time and Expenses. -- CS) . .. EST PH-TASK f DISCIPLINE HOURS CODE 1 g RESIDENT ENGINEER £5500 CS-05 ƒASSIST RESIDENT ENGINEER 1,0000 CS-05 1�/PROJECT ENGINEER 37.0 CS-05 `k PRINCIPAL ENGINEER, P E (Sub-Totals I 2,920.00 PAVIA-MARTING & CO. Page 1 D«ez02/229 EXHIBIT 3 - ESTIMATED HOURS, PROPOSED FEES & EXPENSES 4 PREPARATION, REVIEW AND APPROVAL OF PAYOUT REQUESTS AND CHANGE ORDERS (Include Travel Time and Expenses. -- CS ƒ EST PH-TASK DISCIPLINE HOURS �y . CODE AE RESIDENT ENGINEER 2500' CS-05 %PROJECT ENGINEER 2.0. CS-05 %CLERICAL 250 CS-06 milikSub-T Sub-Totals 77.00_.00_ 5 REVISIONS TO EXISTING BID DOCUMENTS DUE TO INABILITY TO SECURE EASEMENTS (Revise storm sewer sy#em in the vicinityof Glenwood, Sherwood and Trout Park Blvd. -- CS) ƒ EST PH-TASK DISCIPLINE I HOURS CODE ' FIELDMAN I 800 CS-09 2 FIELD PARTY CHIEF 10.00 CS-09 iiiNil PROJECT DRAFTSMAN 24.00 CS01 ;iggilii PROJECT ENGINEER 26.00 CSO miEq PRINCIPAL ENGINEER, P E &0 CS-02 7 CLERICAL 10 CS-06 \SubT%§ 72.00 SCOLLECTION OF FIELD DATA AND PREPARATION OF "RECORD DRAWINGS" (CS EST PH-TASK / DISCIPLINE 1 HOURS CODE ƒFIELDMAN 4.0 CS-10 :FIELD PARTY CHIEF 400 CS10 PROJECT DRAFTSMAN 400 CS01 RESIDENT ENGINEER 400 CS05 iiiIii/PROJECT ENGINEER 200 CS-05q CLERICAL 100 CS-06 &Sub-Totals 190.00 7 PROJECT ADMINISTRATION AND COORDINATION - CONSTRUCTION PHASE (CS , ... , 7 EST PH-TASK / DISCIPLINE . HOURS CODE /PRINCIPAL ENGINEER, P.E. 7.00 CS-04 , 7 CLERICAL 40.00 CSO lSub-Total | 110.00 P4gA MARTING & CO. Page 2 DBe202/2 @7 • EXHIBIT 3 - ESTIMATED HOURS, PROPOSED FEES & EXPENSES SUMMATION OF HOURS EST. % of DISCIPLINE HOURS TOTALS HRS. FIELDMAN 225.00 5.84% FIELD PARTY CHIEF 227.00 5.89% REGISTERED LAND SURVEYOR 0.00 0.00% DRAFTSMAN 0.00 0.00% PROJECT DRAFTSMAN 64.00 1.66% TECHNICAL ENGINEER 0.00 0.00% ARCHITECT 0.00 0.00% LANDSCAPE ARCHITECT 0.00 0.00% ASSIST. RESIDENT ENGINEER 1,000.00 25.96% RESIDENT ENGINEER 1,635.00 42.45% TRAFFIC ENGINEER 20.00 0.52% DESIGN ENGINEER 20.00 0.52% PROJECT ENGINEER 511.50 13.28% PROJECT MANAGER 0.00 0.00% STRUCTURAL ENGINEER, S.E. 0.00 0.00% OPERATIONS MANAGER 0.00 0.00% PRINCIPAL ENGINEER, P.E. 73.00 1.90% CLERICAL 76.00 1.97% TOTAL, 3,851.50 100.00% RECAP OF FEES TOTAL HOURS 3,851.50 TOTAL SALARY COST $84,078.00 PAYROLL BURDEN, FRINGE, OVER- HEAD, INDIRECT AND FACILITY COST OF MONEY $133,516.00 SERVICES BY OTHERS $38,200.00 <-SEE APPENDIX DIRECT NON-LABOR EXPENSES $778.00 <-SEE APPENDIX SUBCONSULTANT ADM. CHARGES $1,910.00 FIXED FEE PROFIT $32,756.00 TOTAL PROPOSED FEE I $291,238.00 AVERAGE HOURLY LABOR COST $21.83 /HOUR AVERAGE HOURLY INVUIC1NG RATE (Including all Payroll Burden, Fringe, Overhead Costs and Profit. Direct Non-Labor Expenses listed separately above.) $64.97 /HOUR PAVIA-MARTING & CO. Page 3 Date..:02/20/97 EXHIBIT 3-ESTIMATED HOURS, PROPOSED FEES & EXPENSES APPENDIX DIRECT NON-LABOR EXPENSES AND SERVICE BY OTHERS Date • 27-Jan-97 Time • 09:13:06 AM (PROJECT..: CITY OF ELGIN STREET IMPROVEMENTS UNDER SPECIAL ASSESSMENT#3. Tem-Use-TOOLS-, File Name F:\DATA\123\PROPOSAL\ELGNSA3C.WK4 MACRO',RIM&select Sheet Name "APPENDIX" A S-APP8Ix.the,us@ PREVIEW/PRINT Icons IIMILEAGE CHARGED at > $0.290 /Mile Average PHASE No. of Miles/ Total CODE Item Rnd.Trips Rnd.Trips Miles Amount (PS,DS,CS) Data Collection I 1 L $0.00 ---- ------------- ----- ------- ---- ------- Topographic Surveys M N 1 I $0.00 Meetings(Final Design) _—_I C 1 N $0.00 r---------------------- ----- -- ---- ------- ----- ------------- -- ---------------- Soil Survey Coord. L L I $0.00 ----------- ----------------------- — - - ------- Bid Opening E U I F $0.00 Pre-Construction Meeting A D 1 l E $0.00 Construction Layout G E I E $0.00 Field Observation E DI $0.00 - -------- -- --------------- Meetings(Construction) I $0.00 MILEAGE TOTALS I $0.00 OTHER DIRECT NON-LABOR EXPENSES Number of Sheets or Prints per set of Plans > 91 I<— ENTER "NO." HERE AND PRESS "F9" No. of Sets No of Sheets or 'Cost per Sheet or PHASE CODE Item Required Prints per Set � Print Amount (PS,DS,CS) 1 *BLUE LINE PRINTS (for In-Office use) 6 91 i $1.00 $546.00 I CS 1 I i`BLUE LINE PRINTS (for Submittals to the IEPA) 0 91 $1.00 $0.00 I *BLUE LINE PRINTS (for Submittals Ito Utility Companys) 0 91 I $1.00 $0.00 I *BLUE LINE PRINTS (for Submittal jto OWNER) 0 91 $1.00 $0.00 i"MYLARS (photo mylars for 50% 1 Reductions) 0 91 $25.00 $0.00 DIRECT NON-LABOR EXPENSES (Continued next page ) PAVIA-MARTING &CO. Page 4 Date..:02/20/97 • EXHIBIT 3-ESTIMATED HOURS, PROPOSED FEES & EXPENSES DIRECT NON-LABOR EXPENSES (Continued ....) No. of Sets No of Sheets or Cost per Sheet or PHASE CODE Item Required Prints per Set Print Amount (PS,DS,CS) BLUE LINE PRINTS (Reduced size blue line prints for submittal to OWNER) 0 91 $1.00 $0.00 *XEROX COPIES (Re-production of letters, Special Provisions, Opinions of Prbable Cost,Permit Applications and file documentation during 'planning and design phase work) 0 1 $0.10 $0.00 ;*XEROX COPIES (Re-production of ;letters, payouts, reports and other 'documentation generated during the (field or construction phase) 500 1 $0.10 $50.00 CS "BLUE LINE PRINTS (for"Record Drawings"to OWNER and other i 'agencies) 2 91 $1.00 $182.00 CS TOTAL(Non-Labor Direct Expenses) $778.00 PHASE CODE SERVICES BY OTHER • (PS,DS,CS) SURVEYING (Suveying Subconsultant) $0.00 SOIL BORINGS (Geotechnical Subconsultant) $0.00 ELECTRICAL- DESIGN (Elec. Subconsultant) $0.00 STRUCTURAL- DESIGN (Str_Subconsultant) $0.00 MECHANICAL- DESIGN (Mech. Subconsultant) $0.00 MATERIAL TESTING (Geo. Subconsultant) $29,300.00 CS ELECTRICAL-CONSTR. (Elec. Subconsultant) $0.00 STRUCTURAL-CONSTR. (Str_Subconsultant)---- $0.00 MECHANICAL-CONSTR. (Mech. Subconsultant) $0.00 MISCELLANEOUSQuali Control Consultant)------------------------- MISCELLANEOUS (Quality--------------- ---------------- $0.00 MISCELLANEOUS (Scheduling of Construction Activitiest) $8,900.00 CS TOTAL(Services by Others) $38,200.00 PAVIA-MARTING &CO. Page 5 Date..:02/20/97 EXHIBIT 3-ESTIMATED HOURS, PROPOSED FEES & EXPENSES EXPLAINATION OF"PHASE-TASK"CODES PHASE CODES— DS-DESIGN SERVICES CS-CONSTRUCTION SERVICES PS-PLANNING SERVICES TASK CODES 01 - DRAFTING 02-ENGINEERING 03-MEETINGS 04-ADMINISTRATION 05-CONSTRUCTION ENGINEERING 06-CLERICAL 07-BID OPENING/BID TABS 08-DATA COLLECTION 09-TOPO 10-CONSTRUCTION STAKING 11 -PROPERTY SURVEYING 12-TRAVEL PAVIA-MARTING & CO. Page 6 Date..:02/20/97 EXHIBIT 4 RANGE OF REGULAR HOURLY INVOICING RATES CONSTRUCTION SERVICES -- S.A #3 Elgin, Illinois RANGE OF HOURLY INVOICING RATES DISCIPLINES (incl. Sal., Overhead, Expenses & Profit) PRINCIPAL ENGINEERS, P.E. $107.00 - $144.00 PROJECT MANAGERS/PROJECT ENGINEERS, P.E. $59.00 - $96.00 DESIGN ENGINEER $53.00 - $74.00 TRAFFIC ENGINEERS $75.00 - $90.00 TECHNICAL ENGINEER $53.00 - $61.00 PROJECT DRAFTSMAN $56.00 - $71.00 DRAFTSMAN i $22.00 - $46.00 REGISTERED LAND SURVEYOR $66.00 - $96.00 FIELD PARTY CHIEF $50.00 - $61.00 FIELDMAN/INSTRUMENT MAN $31.00 - $58.00 RESIDENT ENGINEERS $52.00 - $76.00 ASSIST. RESIDENT ENGINEERS j $44.00 - $68.00 STRUCTURAL ENGINEERS, S.E. $28.00 - $112.00 ( ARCHITECTS $53.00 - $81.00 CLERICAL $21.00 - $39.00 Mileage, mylars and profit has been included in the above hourly rates. The range of hourly rates for each discipline is based on the variation in experience and compensation for the respective employee being utilized on the PROJECT. The invoicing process will indicate the hourly invoicing rate for the respective employee consistent with the above rate schedule. File Name-F.\DATA\123\PROPOSAL\MAST-PROWRLYRATE.Wk4;Sheet->HRLYRAT3 PAVIA-MARTING & CO. Page 1 02/20/97 at 02:19 PM