Loading...
15-121 Resolution No. 15-121 RESOLUTION AUTHORIZING EXECUTION OF AMENDMENT AGREEMENT NO. 1 WITH ENGINEERING ENTERPRISES, INC. FOR CONSTRUCTION ADMINISTRATION AND CONSTRUCTION ENGINEERING SERVICES IN CONNECTION WITH THE SOUTH STREET EXTENSION PROJECT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Sean R. Stegall, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute an amendment agreement no. 1 on behalf of the City of Elgin with Engineering Enterprises, Inc. for construction administration and construction engineering services in connection with the South Street Extension Project, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: September 9, 2015 Adopted: September 9, 2015 Vote: Yeas: 8 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AMENDMENT AGREEMENT No. 1 THIS AMENDMENT AGREEMENT No. 1 is hereby made and entered into this 9th day of September , 2015, by and between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as the "City"), and Engineering Enterprises, Inc., an Illinois corporation (hereinafter referred to as "Engineer"). WHEREAS, the City and Engineer hereto have previously entered into an agreement dated April 8, 2015 (hereinafter referred to as "ORIGINAL AGREEMENT"), wherein the City engaged the Engineer to furnish certain professional services in connection with the South Street Extension improvements (hereinafter referred to as the"Project"); and WHEREAS, the parties hereto have determined it to be in their best interest to amend Original Agreement; and WHEREAS, the City has determined that the proposed scope of the Project should be modified to include Supplemental Professional Design Services and Construction Phase Engineering Services(hereinafter referred to as "Supplemental Services"); and WHEREAS, the Original Agreement provides for a maximum payment of$305,051.00; and WHEREAS, the parties hereto have determined and agree that the total maximum payment for the Supplemental Services described in this Amendment Agreement No. 1 shall be in the amount of$ 741,329.00 ; and WHEREAS, the changes contemplated by this Amendment Agreement No. 1 are germane to the Original Agreement as signed; and this Amendment Agreement No. 1 is in the best interests of City and is authorized by law. NOW, THEREFORE, for and in consideration of the mutual promises and covenants provided for herein, and other good and valuable consideration, the sufficiency of which is hereby acknowledged,the parties hereto agree as follows: 1. The above recitals are incorporated into and made a part of this agreement as if fully recited hereby. 2. That Section 1 of the Original Agreement is hereby amended by adding the following subparagraph C thereto to read as follows: "The Engineer shall also provide Supplemental Services for the Project which includes the Supplemental Professional Design Services in accordance with Attachment A-1 and Construction Phase Engineering Services in accordance with Attachment A-2. Engineer shall furnish such Supplemental Services for the Project as outlined and detailed in Attachments A-1 and A-2," 3. That Section 2 of the Original Agreement is hereby amended by adding the following to the end of Subparagraph B: "B. Engineer shall provide the Supplemental Services provided for in Amendment Agreement No. 1 in accordance with the schedule outlined herein and detailed in Attachment B-2." ) 4. That Section 4 of the Original Agreement is hereby amended by adding the following • paragraph C and Payment Schedule to read as follows: "C. For services described in Attachments A-1, A-2 and B-2, Engineer shall be paid at an hourly rate for the classifications of personnel who perform work on this Project; provided, however, that Engineer shall be paid a total maximum fee of$ 741,329.00 for the services to be provided pursuant to this Amendment Agreement No. 1, regardless of the actual time or actual costs incurred by the Engineer unless substantial modifications and scope of work are authorized in writing by the City and approved pursuant to a further written amendment to this Agreement. The total fees to be paid to the Engineer pursuant to the Original Agreement and Amendment Agreement No. 1 now total $1,046,380.00. The detailed basis of the additional fee associated with Amendment Agreement No. 1 is included in Attachments C-1 and C-2 and is based on hourly rates of personnel utilized. The attached Standard Schedule of Charges dated January 2015 will be utilized for this Project." Payment Schedule for Supplemental Services DATE %COMPLETE OF WORK COMPLETE VALUE 9/30/2015 5% $ 66,423.35 $ 66,423.35 10/31/2015 6.5% $ 112,601.11 $ 46,177.76 11/31/2015 6.5% $ 158,778.86 $ 46,177.76 12/31/2015 6.5% $ 204,956.62 $ 46,177.76 1/31/2016 6.5% $ 251,134.37 $ 46,177.76 2/29/2016 6.5% $ 297,312.13 $ 46,177.76 3/31/2016 6.5% $ 343,489.88 $ 46,177.76 4/30/2016 6.5% $ 389,667.64 $ 46,177.76 5/31/2016 6.5% $ 435,845.39 $ 46,177.76 6/30/2016 6.5% $ 482,023.15 $ 46,177.76 7/31/2016 6.5% $ 528,200.90 $ 46,177.76 8/31/2016 6.5% $ 574,378.66 $ 46,177.76 9/30/2016 6.5% $ 620,556.41 $ 46,177.76 10/31/2016 6.5% $ 666,734.17 $ 46,177.76 11/30/2016 6.5% $ 712,911.92 $ 46,177.76 12/31/2016 4% $ 741,329.00 $ 28,417.08 Total 100% $ 741,329.00 6. That except as amended in this Amendment Agreement No. 1 the Original Agreement shall remain in full force and effect. 7. That in the event of any conflict between the terms of the Original Agreement, and the provisions in this Amendment Agreement No. I, the provisions of this Amendment Agreement No. 1 shall control. IN WITNESS WHEREOF, the undersigned have entered into and executed this Amendment Agreement as of the date and year first written above. CITY OF ELG I CONSULTANT By: ./ A t /.i _ // By: 4J�k r�✓�'1+MQ+4 `C2 Ci *Manager / Its Vice President Att st: Attest: f C' Y� City Clerk I . ecutive Assi tY ant ATTACHMENT A-1 SUPPLEMENTAL PROFESSIONAL DESIGN SERVICES A. Supplemental Design Engineering Services 1. Water Main: Additional professional engineering design and drafting time required to design 3,600 feet of water main added after the original Engineering Agreement was established. 2. Londonberry Drive: Additional professional engineering design and drafting time required to design improvements on Londonberry Drive that was added after the original Engineering Agreement was established. 3. U.S. Army Corps of Engineers Permits: Additional professional engineering services required to coordinate with the USACE on three (3) separate permits that were not anticipated in the original Engineering Agreement. 4. Additional Soils Analysis: Additional professional engineering time required by Engineering Enterprises,Inc. and Rubino Engineering,Inc. to perform supplemental soils analysis after the geotechnical report was completed and additional analysis was required to complete the contract documents that were not included in the original Engineering Agreement. 5. Additional Re-Design Services: Additional professional engineering design services required for the re-design of existing plans and specifications provided by the City of Elgin and prepared by Hampton,Lenzini and Renwick,Inc.and Manhard Engineering that were not anticipated in the original Engineering Agreement. ATTACHMENT A-2 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 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. Provide a pre-construction video of the entire project. b. Additional Services: When required, identifies the need for, and retains 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 Director, contractors and other project consultants, the contractual requirements for items such as insurance, bonds, and general conformance with governmental regulations,including minority compliance. d. Construction Monitoring: 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. Page 2 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 (DAILY UPDATES) of the schedule as construction progresses. Identify potential variances between scheduled and probable completion dates. Review schedule for work completed,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 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 preparation and submission with recommendation to the 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. Page 3 k. Job Meetings: Conduct periodic(weekly in general)progress meetings with all associated parties to review construction progress,procedures,scheduling,design interpretation,problem areas and overall coordination. I. Reports: Provide a daily progress report to keep the City abreast of all aspects of the project which will: a) describe work items completed; b) anticipated work; c) emphasize problem areas to the Director on a by-exception basis;and d)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 inspection and develop a pre-final punchlist for the contractor. Upon competition of the pre-final punchlist notify the Director that a final inspection is in order. Attend the final inspection with the Director and contractors. Advise the Director when all punchlist work resulting from the final inspection has been completed.Recommend,prepare,and process all final pay estimates through the Director and insure final invoice is submitted to the Director within 30 calendar days of the completion date. 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 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. Page 4 It is anticipated that there will be multiple construction engineers working at any given time on this project due to the anticipation of the contactor operating multiple crews. 2. Specific Duties and Responsibilities a. Liaison and Contract Control: Assist and provide guidance to 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 of all field and laboratory tests to determine the suitability of materials tested. Unless the consultant has incorporated the Clean Construction and Demolition Debris (CCDD) into the construction documents, he/she shall be responsible for all costs to properly meet the requirements of the law. 5) Accompany visiting inspectors representing public or other agencies having jurisdiction over the project and 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. Page 5 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. 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. Page 6 3) Keep a diary or log book, recording contractor's hours on the job site, wether 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 daily progress reports of progress of the work, anticipated work and contractor's compliance with the approved progress schedule. Written reports of the schedule of shop drawing submissions should also be provided. 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 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. ATTACHMENT B•2 PROPOSED SCHEDULE kof �"` `�"` SOUTH STREET EXTENSION CONSTRUCTION PHASE ENGINEERING SERVICES ELGIN City of Elgin,IL M m WORK Y 1015 2014 ifEN I aePlneksr Oalsksr lbeeaisr Oeowllkee NIR O IPA June *MIN aePleOlbw Oetsker pevewlbee Oseea# NO, WORK!TIN Maki 1 a a 4 1 1 a • 1 a $ 4 1 a a 4 1 1 a • 1 1 3 1 1 1 a 4 1 1 a 4 1 11 a 4 1 1 a 4 1 a 1 4 / a a 4 1 1 a 4 1 1 a e 1 1 $ 4 1 2 1 e c■I r.°. I I I!!T!r r.r,Jc ONE-f—:U r INIFR4iiiall=IIIIII11111111I11II11III1111111111111111IIII11111111�■--■�■ L--. ..—...—. Conmuctinn Administration Record Cawing* On-Ns Impaction Services ew,WE,OGGO.E011M Sc FMIt -Sff A s aA,.a,, IPMMed M 14A11.Me!C0 55,Mu.Eon.%I.IWSelSMNIYP?IMta.." 441 1 P>~-.am. ATTACHMENT C-1: ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST n ELGIN PROFESSIONAL ENGINEERING SERVICES c..«r ......n SOUTH STREET EXTENSION City of Elgin,IL SUPPLEMENTAL DESIGN FEES FROM 8/1/15 THROUGH CONTRACTING ORRY: SPIORADMINO SURVEYIG& DRAFTING MAIM. - WORK PIYNCMAL SIJIOP SENIOR REr COST WORK PROJECT ROLE M PROJECT LEAD PROJECT PROJECT PROJECT CAD PROJECT HOUR MIR ITEM CHARGE MANAGER 01311101MR OE1N1Bi NARAWOI INRVEYOR I TECHNICIAN MANAGER TECHNICIAN ADM ELME ITEM NO WORK REM NOOHLY RATE MIN 1/N 1117 1118 $1N 8134 StilE 1132 1188 $78 F iNJ,l F`J./NFiPI'\G 1.0 KIM TIME(&t & 14 $ 2,252 S) 14.25 1 $ 158 2.0 JAM TIME(8/1.8/51 1 1 ' 3.o CAD TIME(8/1-8/5) 025 0 S 31 4.0 Mist(Coordination,Deliveries.etc) 2 3 5 S 691 4.0 ACOE/KDSWCD Coordination 8 I 8 $ 1,264 5.0 Nlcor Coordination 6 6 $ 948 6.0 Pre Bid Meeting Outline r Meeting+Minutes 2 10 12 S 1,950 7 0 Contractor Correspondence+Addenda 8 2 10 $ 1,420 80 Plan Revisions(ACOE,Nicor,Addenda,Street Lights etc.1 6 5 11 S 1,573 90 Bld Opening 3 I 3 S 474 10.0 Bid Review.Summery.Bid Tab•Award Letter 1 4 i 2 7 5 973 110 Convecting 4 ff 2 6 $ 788 Fi nal Engineering Subtotal: 3 88 •] 9 6 8 IA $ 12,522 5 .. ._84..8 12:542. PAOJECTTOTALs .__ _a-_. _ _. IB .. _ 3 -: - _ _ - S EEI LABOR COSTS PER EXECUTED AGREEMENT= $ 221201 As of 7/31/15,there was$1500 in printing and supplies fees remaining. EEI LABOR COSTS THROUGH 7/31/15= $ 231,804 Do not anticipate exceeding the$1500. ABOVE CONTRACT LABOR COSTS AS OF 7/31/15= $ 10,603 PROJECT DESIGN FEES FROM 8/1/15 THROUGH CONTRACTING= $ 12,522 TOTAL ADDITIONAL LABOR COSTS• $ 23,125 02A ACOE/WETLAND COORDINATION THROUGH 7/31/15= $ 3234 02B DESIGN SERVICES FOR LONDONDERRY DRIVE THROUGH 7/31/15. $ 6,882 02C WATER MAIN EXTENSION THROUGH 7/31/15• $ 5,761 TOTAL ADDTIONAL SERVICE COSTS= $ 15,877 RUBINO EXTRAS. $ 1,900 ENVIRONMENTAL DIRECT EXPENSE FROM ORIGINAL AGREEMENT• S (10,000) AMENDMENT VALUE: $ 30,902 41 E"iii61PB"""'""- ATTACHMENT C-2: ESTIMATE OF LEVEL OF EFFORT AND ASSOCIATED COST It ELGIN CONSTRUCTION PHASE PROFESSIONAL ENGINEERING SERVICES SOUTH STREET EXTENSION City of Elgin,IL ENTRY: EpOMEERINO SURVEYING ORAFTIW WILL WORK PRRCR& IB10R EBSOR 6BOOR TSUI COST WORK PROJECT ROLE II PROJECT PROJECT PROJECT PROJECT PROJECT PROJECT CAD PROJECT NOUR PER REM CHARGE NMf*OER WIOEEIMI ENOE!!R NMUOlII SURVEYOR 1 TECIMSCNM 114N8001 TECl1EdM1 SDIEI. MOIL REM NO. WORN REM HOURLY RAIL 11115 11M SW 6171 $1N SIM 1126 $157 4111 $71 CANS PI IC ON F N.CNLEF WG 31 Consuueuon Admarstra00n 52 244 252 - - - 22 570 $ 84,412 32 Record DrawiclOs - 8 6 - 20 40 - • 76 S 10,520 33 On-Site Inspection Services 35 159 2,450 1,288 16 3,949 $ 529.495 • Sind Engineering Subtotal: 67 411 2,710_ 1295 20 - 40 M_ 4.594.$ 624,427 _ .. PROJECT TOTAL: 67 411 2710 1286 20_ 40' - S6 4394.3 024.427 DIRECT EXPENSES LAWN SUMMARY Valsele Coos 1566 per day)• S 22.100 Eng.nsarmm Espures• $ 613,303 Supplies 6 he .• $ 1.000 Surveying Expanses• 5 8,160, Geot.Cmicel'Rubino)• S 43.000 Orating&Wass• S Stn,clvN and UgNeq(Bmgscn)• $ 20.000 Aammmatrarrva Erpeneas• 5 2.964 TOTAL LABOR EXPENSES• $ 624,427 DIRECT EXPENSES• S 11.000 TOTAL EXPENSES• $ 710,427 Attachment D Standard Schedule of Charges 41 January 1,2015 EMPLOYEE DESIGNATION CLASSIFICATION HOURLY RATE Senior Principal E-4 $190.00 Principal E-3 $185.00 Senior Project Manager E-2 $175.00 Project Manager E-1 $158.00 Senior Project Engineer/Planner/Surveyor II P-6 $146.00 Senior Project Engineer/Planner/Surveyor I P-5 $137.00 Project Engineer/Planner/Surveyor P-4 $125.00 Senior Engineer/Planner/Surveyor P-3 $114.00 Engineer/Planner/Surveyor P-2 $105.00 Associate Engineer/Planner/Surveyor P-1 $ 94.00 Senior Project Technician II T-6 $137.00 Senior Project Technician I T-5 $125.00 Project Technician T-4 $114.00 Senior Technician T-3 $105.00 Technician T-2 $ 94.00 Associate Technician T-1 $ 82.00 Administrative Assistant A-3 $ 78.00 CREW RATES,VEHICLES AND REPROGRAPHICS 1 Man Field Crew with Standard Survey Equipment $149.00 2 Man Field Crew with Standard Survey Equipment $233.00 1 Man Field Crew with RTS or GPS* $184.00 2 Man Field Crew with RTS or GPS* $268.00 Vehicle for Construction Observation $15.00 In-House Scanning and Reproduction $0.25/Sq.Ft.(Black&White) $1.00/Sq.Ft.(Color) *RTS=Robotic Total Station/GPS=Global Positioning System SZ 1":1-ii c'H ! H-:id SUS i tt (1fu,,,-', IL(;05541 1 'it j 4t,t) i 7i ii ti I it,',i)i r N ()i)I (,ix ..\ :. t'('i.."F H in rubina ENGINEERING INC. PROPOSAL July 31, 2015 To: Julie Morrison, PE Re: Quality Assurance Testing Services Engineering Enterprises, Inc. South Street Construction 52 Wheeler Road Elgin, IL Sugar Grove, IL 60554 Phone: 630.466.6700 Rubino Proposal#Q15.246 Via email: jmorrison(a�eiweb.com Dear Ms. Morrison, Rubino Engineering, Inc. is pleased to submit the following proposal to provide QA construction materials testing and inspection services on a transportation related project in Elgin, IL. PROJECT UNDERSTANDING Rubino Engineering, Inc. received material quantities from Julie Morrison of Engineering Enterprises, Inc. on July 29, 2015(via email)and the following outlines our understanding of the requested scope of services: Proiect Name and Description South Street Extension—Elgin, IL Elgin is proposing to construct a new section of South Street to extend from Randall Road to Longcommon Parkway. General Scope of Services • Perform field density and moisture content tests for pavement natural ground and fill areas. • Observe proof-rolling operations of pavement subgrade prior to aggregate base placement • Perform laboratory Proctor testing of proposed fill soils. • Perform Soil Stabilization mix design using contractor-provided additive • QA Field testing of uncured concrete—Slump, air,temperature, and casting of cylinders • QA Laboratory testing of cured concrete—Strength • QA Field testing of hot mix asphalt(HMA)—Density by the nuclear method • QA Laboratory testing of HMA—Bulk SG, Max SG,and Loss on Ignition Extras • Re-inspection for failed tests • Work areas not ready for inspection at the time scheduled • Delays by the contractor • Cancellations • Overtime Rubino Engineering, Inc. proposes to provide experienced,technical personnel to perform the requested testing in general accordance with the client-provided project specifications. If any of the above information is incorrect, please notify us or change it on the signed copy of the proposal. FEES The work will be accomplished on a unit price basis in accordance with the Rubino Engineering, Inc. Schedule of Services and Fees, and will be performed pursuant to the attached General Conditions. Copies of our Schedule of Services and Fees and General Conditions are enclosed herewith and incorporated into this proposal. Rubino Engineering,Inc.•665 Tollgate Rd.•Unit H•Elgin,IL 60123•(847)931-1555•(847)931-1560 fax South Street,Elgin-Quality Assurance Testing Services July 31,2015 Proposal No:Q15.146 Rubino Engineering, Inc.'s fees will be determined by the actual amount of technical time expended for this project and the amount of laboratory testing performed by the client's request. The fees charged under this agreement are subject to change 6 months from the date of the proposal. Rubino Engineering, Inc. will proceed with the planned work only after receiving a signed copy of this proposal. Please complete the attached Project Data Sheet before returning the proposal to enable your file to be properly established. z r" o 3 3 'D F m ED y rn 01 TO m e •D+ 0 d y K a Ft Q c p N 3 N o = g ei m _? 1. 0 3 ac = g N a t- - 3 3 a a It a3 g + eo m m 10 CD 4 1 t) -I El 3 0 tl Fir tS" oai m o a `- m 0 0 t(o » 3 Q Item Description — ^' —` -' m i < > v v d "Z . = 0) a 7 •∎ ego ^ A • N - N 1 C N to Quantity Unit o a o lh to o 0 o o it O N o o 0 0 0 0 0 o 0 0 0 0 0 Earthwork 96 16 8 16 2 1 3 HMA Surface 2,600 TON 24 6 3 6 1 1 1 1 HMA Binder 4,000 TON 24 6 3 6 1 1 1 HMA Base Course(4.5") 24,000 SYD 24 6 3 6 1 1 1 1 PCC Splash Pad (Median) 9,000 SF 20 5 2.5 20 3 PCC Curb 21,700 FT 60 15 7.5 60 1 10 PCC Sidewalk 33,700 SF 32 8 4 32 1 6 184 96 62 31 34 112 6 22 3 3 1 3 VI 1611 69 69 69 N fA 69 6 69 Eij CO GRAND TOTAL=$42,676.00 `O ° -(6)) `O 1.1 lei a' o ) CO o 00 0 • 0 0 • 0 o 0 0 0 0 0 o O O b O PROJECT SCHEDULING Please contact Tim Dunne on his cell phone to schedule testing services: 847-343-0749 tim.dunneCc�rubinoena.com CLOSING Rubino appreciates the opportunity to offer our services for this project and we look forward to working with your company. Please contact me with questions pertaining to this proposal or requests for additional services. Rubino Engineering,Inc Page 2 of 7 ' South Street,Elgin-Quality Assurance Testing Services July 31.2015 Proposal No Q15.246 Respectfully submitted, RUBINO ENGINEERING,INC. RUBINO ENGINEERING,INC.IS: f /41111$ - 4 - AN AASHTO-ACCREDITED LABORATORY Michel a A. Lipi , -E IDOT PREQUALIFIED President IDOT DBE-CERTIFIED(100%WOMAN-OWNED) michelle.lipinski( rubinoenq.com Rubino Engineering,Inc. Page 3 of 7 South Street,Elgin-Quality Assurance Testing Services July 31.2015 Proposal No:Q15.246 AUTHORIZATION AND PROPOSAL ACCEPTANCE If this proposal is acceptable to you, Rubino Engineering, Inc.will perform the work in accordance with the attached General Conditions that are incorporated into and made a part of this proposal. Please sign below as notice to proceed and return one copy of this proposal intact to our office. We will proceed with the work upon receipt of signed authorization. AGREED TO, THIS DAY OF , 20 . BY(please print): TITLE: COMPANY: SIGNATURE: PROJECT INFORMATION: 1. Project Name: 2. Project Location: 3. Your Job No: Purchase Order No.: 4. Project Manager: Telephone No.: 5. Site Contact: Telephone No.: 6. Number and Distribution of Reports: ( ) Copies To: ( ) Copies To: Attn: Attn: Email: Email: IDOT Section No.: IDOT Contract No.: IDOT Route No.: County: IDOT Job No.: IDOT Project No.: City: QC Plan(s) Attached: n 7. Invoicing Address: Attn: Email: 8. Other Pertinent Information Or Previous Subsurface Information Available: Rubino Engineering.Inc. Page 4 of 7 ' South Street,Elgin-Quality Assurance Testing Services July 31.2015 Proposal No:Q15.246 Rubino Engineering,Inc. Schedule of Construction Materials Testing Services&Fees through March 1,2016(Illinois Prevailing Wage) LABORATORY TESTING SERVICES Compression testing of concrete cylinders by ASTM procedures Per Cylinder $ 17.00 Pick-up of samples and transportation to lab(Does not include vehicle charge) Per hour $ 87.00 Asphalt Maximum Theoretical Specific Gravity Each $ 115.00 Bulk Specific Gravity Each $ 95.00 Ignition Oven Test/Reflux Extraction+Sieve Analysis Each $ 126.00 Core Densities Each $ 40.00 Soils-Density relationship ASTM D698-AASHTO T99(Standard Proctor) Each $ 195.00 ASTM D1557-AASHTO T180(Modified Proctor) Each $ 215.00 Sample preparation for the above tests(clay samples) Each $ 40.00 MATERIAL TESTER-1 -Hand coring and drilling for testing of materials;field inspection of uncured concrete and asphalt. Per Hour $ 89.00 Per Hour Overtime(before 8am, after 5pm and Saturdays) $ 133.50 Per Hour Overtime Sundays and Holidays $ 169.10 MATERIAL TESTER-2-Field inspection of welds, structural steel, fireproofing, masonry,soil, facade, reinforcing steel, formwork, cured concrete, and concrete and asphalt batch plants; adjusting proportions of bituminous mixtures. Per Hour $ 93.00 Per Hour Overtime(before 8am,after 5pm and Saturdays) $ 139.50 Per Hour Overtime Sundays and Holidays $ 176.70 EQUIPMENT CHARGES Vehicle Charge-Round Trip Per Day $ 45.00 Nuclear Density Gage Per Day $ 40.00 GPR Meter Rental Per Day $ 250.00 CORING SERVICES P.C.Concrete or Bituminous Concrete Coring-Personnel&Equipment Per Hour $ 225.00 Diamond Bit Charge,per inch diameter,per inch depth Per Inch $ 3.25 ENGINEERING SERVICES Chief Engineer Per Hour $ 185.00 Project Engineer/Manager Per Hour $ 100.00 Administrative Assistant Per Hour $ 65.00 Report Review Each $ 50.00 REMARKS 1) All fees and services are provided in accordance with the attached Rubino Engineering,Inc.General Conditions. 2) Unit prices/rates are in effect for 6 months from the date of this proposal and are subject to change without notice thereafter. 3) Overtime rates are applicable for services performed in excess of 8 hours per day portal to portal,Monday through Friday,before 7:00 AM or after 3:00 PM,and for all hours worked on Saturdays,Sundays and holidays.The overtime rate is 1.5 times the applicable hourly rate. 4) All rates are billed on a portal-to-portal basis. 5) Standby time due to delays beyond our control will be charged at the applicable hourly rate. 6) Transportation and per diem are charged at the applicable rates per trip. 7) Rates involving mileage(including transportation,mobilization,vehicle and trip charges)are subject to change based upon increases in the national average gasoline price. 8) A minimum charge of 4 hours applies to field testing and observation services. 9) Scheduling or cancellation of field testing and observation services is required no less than the working day prior to the date the services are to be performed.Services cancelled without advance and/or inadequate notice will be assessed a minimum 4-hour charge. Rubino Engineering,Inc. Page 5 of 7 ' South Street,Elgin-Quality Assurance Testing Services July 31.2015 Proposal No:Q15.246 10) For all Rubino Engineering,Inc.services,a project management/engineering review charge will be billed for all reports issued for the scheduling/supervision of personnel and the evaluation/review of data and reports. 11) The minimum billing Increment for time is a half hour. 12) A project set-up charge of a minimum of two hours applies to all projects. 13) Professional Services rates are exclusive of expert deposition or testimony time. This proposal is based on Rubino Engineering,Inc.being scheduled on an on-call basis and letters of certification will not be provided 14) unless Rubino Engineering,Inc.is notified in advance and Rubino Engineering,Inc.is scheduled for full time inspection and testing of the area or item to be certified. 15) If special inspections are required by the city where the construction is to take place,it must be brought to the attention of Rubino Engineering,Inc.prior to the start of construction as additional charges will apply. 16) Prevailing wage fees are subject to change based on the Illinois Department of Labor. 17) Services and fees not listed on this schedule may be quoted on request. Rubino Engineering,Inc. Page 6 of 7 South Street,Elgin-Quality Assurance Testing Services July 31,2015 Proposal No:Q15.246 GENERAL CONDITIONS 1.PARTIES AND SCOPE OF WORK: Rubino Engineering, Inc shall include said company or its particular division, subsidiary or affiliate performing lie work Work-means the specific geotechnical,analytical, testing or other service to be performed by Rubino Engineering,Inc as set forth in Rubino Engineering,Inc's proposal.Client's acceptance hereof and these General Conditions Additional work ordered by Client shall also be subject to these General Conditions "Clienr refers to the person or business entity ordering the work to be done by Rubino Engineering, Inc If Client is ordering the work on behalf of another.Client represents and warrants that it is the duly authorized agent of said parry for the purpose or ordering and directing said work Unless otherwise stated in writing,Client assumes sole responsibility for determtring whether the quantity and the nature of the work ordered by the client Is adequate and sufficient for Client's intended purpose Chant shall communicate these General Conditions to each and every third party to whom Client Transmits any part of Rubino Engineering,Inc's work Rubino Engineering.Inc shall have no duty or obligation to any third party greater than that set forth in Rubino Engineering,Inc's proposal.Client's acceptance thereof and these General Conditions The ordering of work from Rubino Engineering,Inc,or the reliance on any of Rubino Engineering,Inc's work,shall constitute acceptance of the terms of Rubino Engineering,Inc's proposal and these General Conditions,regardless of the terms of any subsequently issued document 2.TESTS AND INSPECTIONS: Client shall cause all tests and inspection of the site,materials and work performed by Rubino Engineering,Inc or others to be timely and properly performed in accordance with the plans,specifications and contract documents and Rubino Engineering,Inc's recommendations No claims for loss,damage or injury shale by brought against Rubino Engineering, Inc by Client or any third party unless all tests and inspections have been so performed and unless Rubino Engineering,Inc's recommendations have been followed Client agrees to indemnify, defend and had RUBINO ENGINEERING,INC,its officers,employees and agents harmless from any and all claims.suits,losses,costs and expenses,inducting,but not limited to,court costs and reasonable attorney's fees in the event that all such tests and inspections are not so performed or Rubino Engineering,Inc's recommendations are riot so followed except to the extent that such failure is the result of the negligence,willful or wanton act of omission of Rubino Engineering,Inc,its officers,agents or employees,subject to the limitation contained in paragraph 9 3.SCHEDULING OF WORK: The services set forth in Rubino Engineering,Inca proposal and Client's acceptance will be accomplished in a timely,workmanlike and professional manner by RUBINO ENGINEERING,INC personnel at the prices quoted If Rubino Engineering,Inc is required to delay commencement of the work or if,upon embarking upon its work.Rubino Engineering,Inc is required to stop or interrupt the progress of its work as a result of charges in the scope of the work requested by Client,to fulfil'.the requirements of third parties,interruptions in the progress of construction,or other causes beyond the direct reasonable control of Rubino Engineering,Inc,additional charges will be applicable and payable by Client 4.ACCESS TO SITE: Client will arrange and provide such access to the site as is necessary for Rubino Engineering,Inc to perform the work Rubino Engineering.Inc shall take reasonable measures and precautions to minimize damage to the site and any improvements located thereon as the result of its work or the use of its equipment;however,Rubino Engineering.Inc has not included in its fee the cost of restoration of damage which may occur If Client desires or requires Rubino Engineering,Inc to restore the site to its former condition,upon Witten request Rubino Engineering,Inc will perform such additional work as is necessary to do so and Client agrees to pay Rubino Engineering,Inc for the cost 5.CLIENT'S DUTY TO NOTIFY ENGINEER: Client represents and warrants that it has advised Rubino Engineering,Inc of any known or suspected hazardous materials,utility lines and pollutants at any site at which Rubino Engineering,Inc is to do work hereunder,and unless Rubino Engineering,Inc has assumed In writing the responsibility of locating subsurface objects.structures,lines or conduits Client agrees to defend,indemnify and save Rubino Engineering,Inc.harmless tom all claims,suits,loses costs and expenses,including reasonable attorney's fees as a result of personal injury,death or property damage occurring with respect to Rubino Engineering,Inc's performance of its work and resulting to or caused by contact with subsurface of latent objects,structures,lines or conduits where the actual or potential presence and location thereof were not revealed to Rubino Engineering,Inc by Client 6.RESPONSIBILITY: Rubino Engineering,Inc's work shall not include determining supervising or implementing the means.methods,techniques,sequences or procedures of construction Rubino Engineering,Inc shall not be responsible for evaluating,reporting or affecting job conditions concerning health,safety or welfare Rubino Engineenng,Inc's work or failure to perform same shall not in any way excuse any contractor,subcontractor or supplier from performance of its work in accordance with the contract documents Rubino Engineering,Inc has no nght or duty to stop Inc contractors work 7.SAMPLE DISPOSAL: Unless otherwise agreed in writing,test specimens or samples will be disposed immediately upon completion of the test All drilling samples or specimens will be disposed sixty(60)days after submission of Rubino Engineering,Inc's report 8.PAYMENT: Client shall be invoiced once each month for work performed during the preceding period Client agrees to pay each invoice within thirty(30)days of its receipt Client further agrees to pay interest on all amounts invoiced and not paid or objected to for valid cause in writing with said thirty(30)day period at the rate of eighteen(18)percent per annum(or the maximum interest rale permitted under applicable law),until paid Client agrees to pay Rubino Engineering,Inc's cost of collection of all amounts due and unpaid after sixty(60)days,including court costs and reasonable attorney's fees Rubino Engineering,Inc shall not be bound by any provision or agreement requiring or providing for arbitration or disputes or controversies arising out of this agreement.any provision wherein Rubino Engineering,Inc waives any rights to a mechanics'lien,or any provision conditioning Rubino Engineering,Inc's right to receive payment for its work upon payment to Client by any third party These General Conditions are notice,where required,that Rubino Engineering,Inc shall file a lien whenever necessary to collect past due amounts Failure to make payment within thirty (30)days of invoice shall constitute a release of Rubino Engineering,Inc from any and all claims which Client may have,whether in tort,contract or otherwise and whether known or unknown at the time 9.WARRANTY: RUBINO ENGINEERING.INC'S SERVICES WILL BE PERFORMED. ITS FINDINGS OBTAINED AND ITS REPORTS PREPARED IN ACCORDANCE WITH ITS PROPOSAL. CLIENT'S ACCEPTANCE THEREOF THESE GENERAL CONDITIONS AND WITH GENERALLY ACCEPTED PRINCIPLES AND PRACTICES IN PERFORMING ITS PROFESSIONAL SERVICES, RUBINO ENGINEERING,INC WILL USE THAT DEGREE OF CARE AND SKILL ORDINARILY EXERCISED UNDER SIMILAR CIRCUMSTANCES BY MEMBERS OF ITS PROFESSION THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTIES OR REPRESENTATIONS,EITHER EXPRESSED OR IMPLIED STATEMENTS MADE IN RUB--NO ENGINEERING.INC REPORTS ARE OPINIONS BASED UPON ENGINEERING JUDGMENT AND ARE NOT TO BE CONSTRUED AS REPRESENTATIONS OF FACT SHOULD RUBINO ENGINEERING,INC OR ANY OF ITS PROFESSIONAL EMPLOYEES BE FOUND TO HAVE BEEN NEGLIGENT iN THE PERFORMANCE OF ITS WORK,OR TO HAVE MADE AND BREACHED ANY EXPRESSED OR IMPLIED WARRANTY,REPRESENTATION OR CONTRACT,CLIENT,ALL PARTIES CLAIMING THROUGH CLIENT AND ALL PARTIES CLAIMING TO HAVE IN ANY WAY RELIED UPON RUBINO ENGINEERING.INC'S WORK,AGREE THAT THE MAXIMUM AGGREGATE AMOUNT OF THE LIABILITY OF RUBINO ENGINEERING.INC.ITS OFFICERS EMPLOYEES AND AGENTS SHALL BE LIMITED TO$10,00000 OR THE TOTAL AMOUNT OF THE FEE PAID TO RUBINO ENGINEERING,INC FOR ITS WORK PERFORMED WITH RESPECT TO THE PROJECT,WHICHEVER AMOUNT IS GREATER NO ACTION OR CLAIM,WHETHER IN TORT, CONTRACT OR OTHERWISE, MAY BE BROUGHT AGAINST RUBINO ENGINEERING, INC.ARISING FROM OR RELATED TO RUBINO ENGINEERING,INC'S WORK,MORE THAN TWO(2)YEARS AFTER THE CESSATION OF RUBINO ENGINEERING,INC'S WORK HEREUNDER 10.INDEMNITY: Subject to the foregoing limitations,Rubino Engineering,Inc agrees to indemnify and hold Client harmless from and against any and all claims,suits,costs and expenses including reasonable attorney's fees and court costs arising out of Rubino Engineering.Inc's negligence to the extent of RUBINO ENGINEERING,INC's negligence Client shall provide the same protection to the extent of its negligence In the event that Client or Client's principal shall bring any suit,cause of action,claim or counterdaim against Rubino Engineering,Inc,the party initiating such action shall pay to Rubinc Engineering,Inc the costs and expenses incurred by Rubino Engineering,Inc to investigate,answer and defend it,including reasonable attorney's and witness fees and tout costs to the extent that Rubino Engineering,Inc shall prevail in such suit 11.TERMINATION: This Agreement may be terminated by either party upon seven(7)days'prior written notice In tie event of termination,Rubino Engineering.Inc shall be compensated by Client for all services performed up to and including the termination date,including reimbursable expenses and for the completion of such services and records as are necessary to place Rubino Engineering, Inc's files in order and/or protect its professional reputation 12.EMPLOYEES/WITNESS FEES: Rubino Engineering,Inc's employees shad not be retained as expert witnesses except by separate written agreement Client agrees to pay Rubino Engineering. Inc's legal expenses,administrative costs and fees pursuant to Rubino Engineering.Inc's then current tee schedule for Rubino Engineering,Inc to respond to any subpoena Client agrees not to him Rubino Engineering.Inc's employees except through Rubino Engineering.Inc In the event Client fires a Rubino Engineering.Inc employee Client shall pay Rubino Engineering.Inc an amount equal to one-hall d the employee's annualized eatery.with Rubino Engineenng.Inc.waiving other remedies if may have 13.HAZARDOUS MATERIALS: Nothing contained within OMs agreement shall be construed or interpreted as requiring Rubino Engineering.Inc to assure the status of an owner operator. generator.stoner,transporter,treater or disposal facility as those terms appear within RCRA of within any Federal or Stale statute or regulation governing the generation,transportation.treatment. storage and disposal of pollutants Client assumes full responsibility for compliance with the provisions of RCRA and any other Federal or State statute Or regulation governing the nandlirg,treatment storage and disposal of pollutants 14.PROVISIONS SEVERABLE: The parties have entered into this agreement in good faith and it is me specific intent of the parties that the terms of the General Conditions be enforced as written In the event any of the provisions of these General Conditions should be found to be unenforceable.Il slat!be stricken and the remaining provisions shall be enforceable 16.ENTIRE AGREEMENT: This agreement constitutes the entire understanding of the panles,and here are no representations,warranties or undertakings made other man as set forth herein This agreement may be amended.modified or terminated only in writing.signed by each of the parties hereto Rubino Engineering,Inc. Page 7 of 7 d be n e$c h Michigan Benesch, Company 205 North Michigan Avenue,Suite 2400 engin�srs scientists planners Chicago,IL 60601-5927 www.benesch.com 312-565-0450 312-565-2497 August 5,2015 Ms.Julie Morrison, PE Project Manager Engineering Enterprises, Inc. 52 Wheeler Road Sugar Grove,IL 60554 Subject: South Street Extension for the City of Elgin,Illinois Dear Julie: Alfred Benesch&Company(Benesch)is pleased to submit this supplemental agreement to provide Phase III structural and lighting engineering services for the South Street Extension project in Elgin, Illinois(City). Benesch will continue to serve as a subconsultant to Engineering Enterprises,Inc.(EEI)on this project.This supplement outlines the scope and additional cost required to successfully complete the project.Your signature at the end of this supplemental agreement constitutes an acceptance of the terms of this proposal and a notice to proceed with the work. SCOPE OF WORK: 1.0 Phase III Structural and Lighting On-site Services Benesch will conduct periodic on-site visits, perform shop drawing reviews,provide interpretation of contract plans and specifications and consultation on the structural and lighting elements of the project as requested.The anticipated assistance is estimated to be a total 40 hours for the duration of construction plus the applicable shop drawing reviews.Our services will not include any QC material testing,verification of quantities,survey work, contractor coordination,daily documentation,daily logs,field orders,voucher preparation, Maintenance of Traffic(MOT)inspection,change orders,environmental inspection,schedule review or any non-structural and non-lighting elements of the project. The shop drawing reviews included in this proposal are for the: • Box Culvert • Ornamental Metal Fence at two locations • Architectural Form Liner for two wingwalls,two headwalls and two retaining walls • Lighting:light poles, luminaires,foundation,decorative base,electric cable and controllers Ms.Julie Morrison,PE August 5,2015 benesch Page 12 2.0 Quality Control • Benesch will adhere to their Quality Control Plan developed for Illinois Department of Transportation(IDOT) project work 3.0 Administration and Coordination • Coordination meetings and discussions will be held via conference call,e-mail and face-to- face as required • Normal accounting and reporting procedures will be conducted SCHEDULE All tasks will be coordinated with the City and EEI based on the letting and completion dates. COST Benesch shall be compensated based on the Cost Plus Fixed Fee method for the tasks associated with this project. The cost is not to exceed$18,993.96 of which$475.00 are in direct cost as detailed in the attached exhibits.Additional services or modifications to the agreement,including associated costs,shall be in writing and signed by both parties prior to beginning the work. Please refer to the prime agreement for Benesch's Standard Terms and Conditions for Professional Services. If this scope,schedule,cost and conditions are acceptable to Engineering Enterprises,Inc., please sign and return one copy for our records.We thank you for the opportunity to work again with Engineering Enterprises,Inc.,and the City of Elgin on this assignment. If you have any questions or if we can be of further assistance,please do not hesitate to call. Very truly yours, //z..„,w David J.Morrill,PE,SE Senior Vice President DJM:mrb Attachments: Completed CECS forms Summary of Direct Cost Ms.Julie Morrison,PE August 5,2015 benesch Page 13 ACCEPTED Engineering Enterprises,Inc. By: Title: Date: z:110500&.1050900\pmp�auntirKlemendments\eel south street extension phase IY proposal doss OF 824-039 Rev 12/04 PAYROLL ESCALATION TABLE FIXED RAISES FIRM NAME Alfred Benesch&Company DATE 08105/18 PRIME/SUPPLEMENT Prime PM NO. CONTRACT TERM 12 MONTHS OVERHEAD RATE 159.70% START DATE 9/1/2010 COMPLE%RY FACTOR 0 RAISE DATE 1/1/2016 %OF RAISE 3.00% ESCALATION PER YEAR 9/1/2015 - 1/1/201 112/2016 • 9/1/2018 4 8 12 12 • 33 33% 66 67% • 1 0200 The total escalation for this project would be: z00% DF-824-039 Rev 12/04 PAYROLL RATES FIRM NAME Alfred Benesch&Comp DATE 08/05/15 PRIME/SUPPLEMENT Prime PSB NO. ESCALATION FACTOR 2.00% CLASSIFICATION CURRENT RATE CALCULATED RATE Project Principal $70 00 $70.00 Sr Resident Project Manager $57.25 $58.40 Project Manager I $48.80 $49.78 Sr. Constr. Representative $45 18 $46.08 Constr Representative II $31.98 $32.62 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 ■ DF-824-039 Rev 12/04 COST PLUS FIXED FEE COST ESTIMATE OF CONSULTANT SERVICES FIRM Alfred Benesch&Company DATE 08105115 PSB OVERHEAD RATE 1.5978 PRIME/SUPPLEMENT Prime COMPLEXITY FACTOR 0 DBE OVERHEAD IN.HOUSE Outside SERVICES %OF DROP ITEM MANHOURS PAYROLL A DIRECT FIXED Direct BY DBE TOTAL GRAND BOX FRINGE SERF COSTS FEE Costs OTHERS TOTAL TOTAL (Al I8) 1C1 ID) 1E1 19 101 )H) (54) •..c . ,_...... 128 5,667 57 9.055 64 r(! 2.203 74 17,401.95 91829 s•1,.- 10 53522 85518 20161 1.59201 838% Subconsultant DL 0.00, 000 000% TOTALS 138 620279 9.910.82 475.00_ 2.405.35- 000 000 0.00_ 18,993.96_ 100.00% DBE 0.00% DBE DF-824-039 Rev 12104 AVERAGE HOURLY PROJECT RATES FIRM Alfred Senesch&Company PSB DATE 05%05615 - PRIME/SUPPLEMENT Prime SHEET 1 OF 6 PAYROLL AVG TOTAL PROJECT RATES Plume W SarNCaa ONOC IS A hoin. HOURLY Hours % weld Hours % Wgtd Hours % Wald Noun % WgIti Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part, Avg Part Avg Part Avg Part Avg Part. Avg Per Avg Project Pnnclpat 70 00 I 0 72% Uhl IS a1% 700 Sr Resident Project Manager 5040 10 725% 423 52544 365 2000%. Ira! _ , prnip,.r}Manager I 4978 49 3551% 1767 3281% 1633 - 7000% 3454 , Sr Constr Representative 4608 42 3443% 1403 - 3381% I612 , Constr Representative II 32 62 , 36 7600% 8 51 2513% o II 0 O _ 0 0 O _ , 0 0 O , 0 0 0 O _ 0 0 0 , 0 0 0 0 0 0 .. 0 TOTALS 1136 100% f44 9`_ 128 100 03% $44 20 10 100% 15,52 C _ 0% SO 00 0 _ 40 SO 00 0 0r. 50 0U City of Elgin South Street Extension Phase III Staff-hours (Shop Drawings) BREAKDOWN FOR STRUCTURAL SHOP DRAWINGS REVIEW I HOURS 1.0 Box Culvert 32 2.0 Ornamental Metal Fence(two locations) 12 3.0 Architectural Form Liner(two wingwalls,two headwalls and two retaining walls) 12 TOTAL ! 56 BREAKDOWN FOR LIGHTING SHOP DRAWINGS REVIEW I HOURS 1.0 Lighting:light poles,luminaires,foundation,decorative base,electric cable and controllers J 32 TOTAL ' 32 X-1105005110509 001PMP\Aceoun ing\Amendments\RE'South Street Review Staffhours Phasa III As 8/5/2015 City of Elgin South Street Extension Phase HI Summary of Direct Cost Direct Cost Quantity Unit Cost Cost Vehicle Days 5 $ 65.00 $ 325.00 Mailing _ 6 $ 25.00 _ $ 150.00 (Total Direct Cost $ 475.00]