Loading...
15-28 Resolution No. 15-28 RESOLUTION AUTHORIZING EXECUTION OF EIGHTH AMENDMENT AGREEMENT WITH TRANSYSTEMS CORPORATION FOR SUPPLEMENTAL DESIGN ENGINEERING SERVICES REGARDING THE 2015 ROADWAY AND STREETSCAPE IMPROVEMENTS AND FOR THE RIVERSIDE BRIDGE PROJECT IN CONNECTION WITH THE CENTRAL BUSINESS DISTRICT STREET RESURFACING AND STREETSCAPE PROGRAM 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 Eighth Amendment Agreement on behalf of the City of Elgin with TranSystems Corporation for supplemental design engineering services regarding the 2015 roadway and streetscape improvements and for the Riverside Bridge project in connection with the Central Business District Street Resurfacing and Streetscape Program,a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: February 25, 2015 Adopted: February 25, 2015 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk EIGHTH AMENDMENT AGREEMENT This Amendment Agreement No. 8 is hereby made and entered into this 25th day of February , 2015, by and between the City of Elgin, an Illinois municipal corporation (hereinafter referred to as the "City") and TranSystems Corporation, a Missouri corporation (hereinafter referred to as"Engineer"). WHEREAS, the parties hereto have previously entered into an agreement dated March 22, 2006 (hereinafter referred to as the"Original Agreement"); and WHEREAS, the parties have previously entered into seven amendments amending the Original Agreement pursuant to a First Amendment Agreement dated February 28,2007, a Second Amendment Agreement dated February 27, 2008, a Third Amendment Agreement dated April 29, 2009, a Fourth Amendment Agreement dated May 12, 2010, and a Fifth Amendment Agreement dated March 7, 2012, and a Sixth Amendment Agreement dated March 7, 2012, and a Seventh Amendment Agreement dated July 24, 2013 (such Original Agreement as amended by the seven prior amendment agreements is hereinafter collectively referred to as the"Subject Agreement");and WHEREAS, the Original Agreement provided for a maximum payment of$543,948.28; Amendment Agreement No. 1 provided for a maximum payment of$1,324,248.91; Amendment Agreement No.2 provided for a maximum payment of$2,346,802.88;Amendment Agreement No.3 provided for a maximum payment of$3,376,777.48; Amendment Agreement No. 4 provided for a maximum payment of $3,790,524.94; Amendment Agreement No. 5 provided for a maximum payment of$4,381,324.94; Amendment Agreement No. 6 provided for a maximum payment of $4,735,174.98;Amendment Agreement No. 7 provided for a maximum payment of$5,156,649.07; and WHEREAS,the parties hereto have each determined it to be in their best interest to further amend the Subject Agreement as hereinafter set forth; and WHEREAS,the City has determined that the proposed scope of the Project should be further modified to include supplemental design engineering services for the 2015 roadway and streetscape improvements and specifically for the Riverside Bridge project, for the overall Central Business District Street Resurfacing and Streetscape Program; and WHEREAS, the City has determined that the total maximum payment for the additional services described in this Eighth Amendment Agreement shall be in the amount of$281,036.57;and WHEREAS,the changes in performance contemplated by this amendment are germane to the Original Agreement as signed and this Amendment Agreement is in the best interests of City and is authorized by law. NOW, THEREFORE, for and in consideration of the mutual promises and covenants contained herein and other good and valuable consideration, the sufficiency of which is hereby mutually acknowledged, the parties hereto hereby agree as follows: 1. Section I(B) of the Subject Agreement is hereby further amended by adding the following additional text to the end thereof which reads as follows: "ENGINEER shall also perform the additional services for the PROJECT to include design engineering services for the 2014 roadway and streetscape improvements". 2. Section I(C) of the Subject Agreement is hereby further amended by adding the following additional text to the end thereof which reads as follows: "A detailed Scope of Services for the additional services provided by this Eighth Amendment Agreement is attached hereto as Attachment I". 3. Section IV(A) of the Subject Agreement is hereby further amended to read "For services provided by the ENGINEER as described in the Original Agreement,the First Amendment Agreement, the Second Amendment Agreement, the Third Amendment Agreement, the Fourth Amendment Agreement,the Fifth Amendment Agreement,Sixth Amendment Agreement, Seventh Amendment Agreement and the Eighth Amendment Agreement,ENGINEER shall be reimbursed at the rate of 2.9 times the direct hourly rate of personnel employed on this PROJECT as set forth in Attachment I of the Eighth Amendment Agreement, with the total fee not to exceed$5,437,685.64 regardless of the actual time expended or actual costs incurred by the ENGINEER unless substantial modifications to the Scope of Work are authorized in writing by the DIRECTOR. 4. Section IV(B) of the Subject Agreement is hereby further amended to read: "For outside services provided by other firms or subconsultants, the City shall pay the ENGINEER the invoiced fee to the ENGINEER,plus N/A. Any such invoiced fees to ENGINEER shall be included with and constructed as part of the above-referenced amount of$5,437,685.64." 5. Section IV(B)of the Subject Agreement is hereby further amended to read: "A cost estimate of consultant services for the additional services provided by the Eighth Amendment Agreement is attached hereto as Attachment I. Such consultant services fees shall be included with and construed as part of the above-referenced "not-to-exceed" amount of$5,437,685.64." 6. Except as amended by this Eighth Amendment Agreement,the Original Agreement as amended by First Amendment Agreement as Amended by Second Amendment Agreement as Amended by Third Amendment Agreement as Amended by the Fourth Amendment Agreement as Amended by the Fifth Amendment Agreement as Amended by the Sixth Amendment Agreement as Amended by the Seventh Amendment Agreement between the parties hereto shall remain in full force and effect. IN WITNESS WHEREOF the parties have entered into and executed this Eighth Amendment Agreement on the date and year first written above. CITY OF . /•or / TRANSYSTEMS CORPORATION f/ d/ /d B / By (---7,iee/ Cit y Manager g / Todd S. Bright Vice-President Atte t: Attest: af.d,* 7.)ee■(--4A 0111— City Clerk rian L. Fairwoo• Vice-President F:\Public_Works\Engineering\Capital Projects\CBD Construction\Engineering\phase 7\TranSystems-Seventh Amendment Agreement fmal.doc - 2 - Scope of Services - Amendment No. 8 CBD Street Resurfacing and Streetscape Program SCOPE OF ENGINEERING SERVICES This scope of work includes construction management/administration for the reconstruction of the Riverside Drive Bridge between Chicago Street and Highland Avenue. It also includes additional work necessary to separate the Riverside Drive Bridge Reconstruction from the Phase 6 Streetscape plans,specifications,and cost estimate as well as additional bidding assistance for the separated bid set. A. Separation of Riverside Bridge and Phase 6 Streetscape Project These are additional tasks related to the separation of the Riverside Drive Bridge Reconstruction from the Phase 6 Streetscape Project based on the City's request. 1. Separation of Plans a. It is anticipated that the following sheets will be added or modified for the separation of the plans. List of Plan Sheets Title 1 Index of Sheets and General Notes 1 Plan Revisions (Existing and Proposed Plans, Maintenance of Traffic, Pavement Marking, Lighting,and Signage) 7 Total 9 b. Separation of specifications. c. QA/QC review of separated plan submittals. a. Process the separated project final contract documents for a City project letting. City boilerplate contract documents will be utilized. IDOT standard bid forms will be used as necessary or applicable to supplement the City documents. Provide thirty (30) sets of 22"x34" plans, specifications, and bid documents. b. Furnish the City with a Notice to Bidders for publication. c. Provide a CD with the final plan, specification, and estimates files in Microsoft Office, Adobe Acrobat, and Microstation v8 formats to the City. d. Attend and make the presentation at a pre-bid meeting with contractors and City personnel and present relevant information about the contract. (estimated as 1 meeting) e. Respond to contractor questions regarding bid preparation. Assist in the preparation of addenda, as required. f. Assist the City in the determination of qualified contractors. g. Attend the bid opening meeting. Prepare bid tabulations within 24 hours of the bid opening meeting and provide recommendations for contractor selection. (estimated as 1 meeting) h. Attend the pre-construction meeting. (estimated as 1 meeting) B. Construction and Material Inspection of Riverside Drive Bridge TranSystems and S.T.A.T.E. Testing, LLC will provide the resident engineer, inspectors, and other technical personnel necessary to observe, monitor, and document the contractor's progress on the project from the start of field operations to final completion. 1. Pre-Construction a. Video record and document the existing site conditions. b. Conduct the pre-construction meeting. 1 Nor Attachment "I" Tran Scope of Services -Amendment No. 8 CBD Street Resurfacing and Streetscape Program 2. Liaison and Contract Control a. Act as the City's representative with duties, responsibilities and limitations of authority as assigned in the construction contract documents, and advise and confer with City officials during construction and issue the City's authorized instructions to the contractor. b. Assist the contractor in understanding the intent of the construction contract documents. Serve as the City's liaison with other local agencies such as businesses, City's on-site representative, etc. c. Coordinate with utility companies and developers to ensure an orderly progression of work and ensure completion of any required facility relocations. 3. Public Outreach and Coordination a. Assign a dedicated public liaison to provide residents, tenants, and property owners with a single, knowledgeable, and authoritative point of contact for concerns, comments, and questions. b. Maintain an office in the CBD area to assist in the above coordination effort. Plans, photos, documents, and exhibits shall be available for public viewing. Ideally, this office would be in the same location as the engineer's field office. c. Continue to maintain the project web site and disseminate relevant information to the public through this means. d. Prepare and distribute project newsletters and/or letters to the affected properties notifying them of construction operations, staging or traffic modifications, interruptions in water or sewer service,and other pertinent information. e. Monitor public opinion and report any issues requiring attention to the City staff. 4. On-Site Review of Work a. Conduct continuous and full-time on-site observations of the work in progress to determine that the project proceeds in accordance with the construction contract documents and that completed work will conform to the requirements of the construction contract documents. b. Instruct Contractor to correct any work believed to be unsatisfactory, faulty or defective, not conforming to the requirements of the construction contract documents, or does not meet the requirements of any inspections,tests,or approval required to be made and report same to the City;and advise City of action taken or if any special testing or inspection will be required. c. Verify that tests are conducted as required by the construction contract documents and in the presence of the required personnel,and that contractors maintain and submit adequate records thereof; observe, record, and report to the City appropriate details relative to the test procedures. d. Perform Quality Assurance Testing at the manufacturer's location for the precast box beams and field inspection of the beams when delivered and installed at the project site. e. Perform all required field tests such as concrete tests and soil compaction tests and ensure such tests are conducted as specified. Analyze the results of all field and laboratory tests to determine the suitability compliance with the requirements of the construction contract documents. f. Accompany visiting inspectors representing public or other agencies having jurisdiction over the project, record the outcome of these inspections and report to the City. g. Assist the contractor with interpretation of the drawings and specifications. h. Prepare and submit detailed daily reports of construction progress. 2 Attachment "I" Trap Systems Scope of Services -Amendment No. 8 CBD Street Resurfacing and Streetscape Program Monitor the contractor's project traffic control for compliance with the contract documents as well as safety and impacts to vehicles and pedestrians. 5. Contractor Suggestions and Requests a. Consider and evaluate suggestions and requests for modifications in drawings and specifications which may be submitted by the contractor and make recommendations to the City with any time or cost implications for final decision. 6. Shop Drawings a. Develop shop drawing submittal requirements and assist contractor in development of submittal schedules. Review and monitor compliance with submittal schedules. b. 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 construction contract documents. Such review shall not be construed as relieving the contractor of the responsibility to meet requirements of the construction contract documents. Determine the acceptability of substitute materials and equipment proposed by the contractor;and receive and review (for general content as required by the specifications) maintenance and operating instructions, guarantees, bonds and certificates of inspection which are to be assembled by the contractor(s) in accordance with the construction contract documents. c. Record and maintain a shop drawing submittal and approval log and notify the contractor whenever submittals are lacking or untimely. 7. Schedules a. Review the contractor's schedule of the construction activities. A schedule of shop drawing submissions, and schedule of values shall also be prepared by the contractor and approved by the engineer. b. Work with the contractor to maintain a workable updated construction schedule that is maintained and monitored weekly as construction progresses as required by the construction contract documents. Report progress and schedule deviations and corrective measures proposed by the contractor to the City. 8. Job Meetings a. Conduct weekly progress meetings with all parties as required by the construction contract documents to review construction progress, design interpretations and overall progress. Prepare, maintain, and circulate copies of minutes thereof. Arrange a schedule of on-site job work meetings with the general contractor and subcontractors to review day-to-day operations. b. Attend public informational meetings that may occur from time to time during the construction phase. 3 Attachment "I" Tran System s�` Scope of Services -Amendment No. 8 CBD Street Resurfacing and Streetscape Program 9. Contract Administration and Records a. Handle all day-to-day contract administration and associated correspondence. Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings, and samples submissions, reproductions of original construction contract documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the construction contract documents,progress reports,and other project related documents. 10. Contractor Pay Requests and Chancre Orders a. Review the contractors requests for payments as construction work progresses,and advise the City of the amounts due and payable to the contractor in accordance with the terms of the construction contract documents. b. Perform evaluation of proposed construction contract change orders and submit recommendation for approval or denial to the City. Prepare construction contract change orders when authorized by the City. c. Obtain the proper waivers, both partial and final, required by contract for the City's progress and final payment to the contractor. 11. Final Completion and Record Drawings a. Prepare record drawings which show field measured dimensions of the completed construction work which the engineers consider significant and provide the City with one set of reproducible record drawings and all equipment operation and maintenance manuals within ninety (90) days of the project completion. b. Conduct a final inspection of the project with the City and the contractor, and prepare and give to the contractor a final punch list. Issue an opinion of satisfactory completion for acceptance of the project by the City to process the contractors final request for payment. c. Prepare a summary of quantities and final cost of construction based on approved contract unit prices and final measurements and calculations of the work performed under this construction contract. 12. Utility Permit Inspection Work a. Review permit requests submitted to the City by various utility companies for any work to be done within the CBD for any potential problems with the existing streetscape. b. After the City has issued the permit,field inspection final restoration work performed by the utility for compliance with streetcape standards. 4 +a► Attachment "I" Tran �4'Stl:'Ill` Payroll Escalation Table Fixed Raises New Formula FIRM NAME TranSystems DATE 01/07/15 PRIMEISUPPLEMENT Supplement 8 PTB NO. CONTRACT TERM 12 MONTHS OVERHEAD RATE 145.47% START DATE 2/2/2015 COMPLEXITY FACTOR -3 RAISE DATE 4/1/2015 %OF RAISE 5.00% ESCALATION PER YEAR 4/2/2015 - 1/28/2016 #NIA mom ` ' 1.9:3:333.3.333 1U #NIA #NIA —TPA- 16.11% 88.08% = 1.0419 The total escalation for this project would be: 4.19% Payroll Rates FIRM NAME TranSystems DATE 01107/15 PRIME/SUPPLEMENT Supplement 8 PTB NO. ESCALATION FACTOR 4.19% CLASSIFICATION CURRENT RATE ESCALATED RATE Engineer 5 $70.00 $70.00 Engineer 4 $70.00 $70.00 Engineer 3 $52.83 $55.05 Engineer 2 $39.26 $40.91 Engineer 1 $30.55 $31.83 Planner 5 $70.00 $70.00 Planner 4 $55.30 $57.62 Planner 3 $48.17 $50.19 Planner 2 $30.60 $31.88 Architect 4 $70.00 $70.00 Architect 3 $59.10 $61.58 Architect 2 $36.65 $38.19 Architect 1 $25.95 $27.04 Environmental Scientist 4 $70.00 $70.00 Industry Specialist 3 $48.78 $50.83 Surveyor 3 $33.60 $35.01 Surveyor 1 $19.90 $20.73 Technician 3 $34.60 $36.05 Technician 2 $27.55 $28.71 Technician 1 $20.33 $21.18 Administrative 3 $43.95 $45.79 Administrative 2 $29.55 $30.79 Administrative 1 $21.40 $22.30 Attachment"C" Cost Estimate of Consultant Services (Direct Labor Multiple) Firm TranSystems Date 01/07/15 Route Elgin Streetscape Section Ph 6(BRI CE) Overhead Rate 145.47% County Kane Job No. P404060020 Complexity Factor 0 PTB&Item 2.9 TIMES SERVICES %OF ITEM MANHOURS PAYROLL PAYROLL DIRECT BY TOTAL GRAND COSTS OTHERS (C+D+E) TOTAL (A) (B) (C) (D) (E) A-1 Separation of Plans 108 4,796.23 13,909.08 5,417.00 19,326.08 6.88% B-1 Pre-Construction 8 560.00 1,624.00 172.00 1,796.00 0.64% B-2 Liaison and Contract Control 8 560.00 1,624.00 195.00 1,819.00 0.65% B-3 Public Outreach and Coordinatior 30 2,100.00 6,090.00 524.00 6,614.00 2.35% B4 On-Site Review of Work 472 33,040.00 95,816.00 7,020.00 73,442.98 176,278.98 62.72% B-5 Contractor Suggestions and RFI't 20 1,400.00 4,060.00 0.00 4,060.00 1.44% B-6 Shop Drawings 84 4,149.64 12,033.97 120.00 12,153.97 4.32% B-7 Schedule 8 560.00 1,624.00 0.00 1,624.00 0.58% B-8 Job Meetings 25 1,750.00 5,075.00 0.00 5,075.00 1.81% B-9 Contract Admin&Change Order; 108 7,560.00 21,924.00 0.00 21,924.00 7.80% B-10 Contractor Pay Requests 15 1,050.00 3,045.00 0.00 3,045.00 1.08% B-11 Final Comp.&Record Drawings 80 4,900.19 14,210.54 410.00 14,620.54 5.20% B-12 Utility Permit Inspections 60 4,200.00 12,180.00 520.00 12,700.00 4.52% TOTALS 1026 66,626.06 193,215.59_ 14,378.00 73,442.98 281,036.57 100.00% Average Hourly Project Rates Route Elgin Sireetscape Section Ph 6(SRI CE) County Kane Consultant TranSystems Date 01/07/15 Job No. P404060020 PTBAtem Sheet 1 OF 3 B-2 Liaison and Contract B-3 Public Outreach and Payroll Avg Total Project Rates A-I Separation of Plana B-I Pre-Construction Control Coordination _8-4 On-Site Review of Work Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg _Part. Avg Part. Avg Part Avg Part Avg Part. Avg Engineer 5 970.00 2 0.19% 0.14 2 1.85% 1.30 _ Engineer 4 $70.00 828 80.70% 56.49 6 5.56% 3.89 8 100.00% 70.00 8 100.00%_70.00- 30 100.00% 70.00_472-100.00% 70.00 Engineer3 $55.05 64 _6.24% 3.43 30 27.78% 15.29 _ Engineer2 $40.91 72_7.02% _ 2.87 30 27.78% 11.36 _ _ Engineer 1 $31.83 20 1.95% 0.62 20 18.52% 5.89 Planner 5 $70.00_ 0 . Planner 4 $57.62 0 - _ Planner 3 $50.19 0 - Planner 2 $31.88 0 Architect4 $70.00 0 .,Architect 3 $e1.58 0 Architect 2 $3e.19 0 - Architect 1 $27.04 0 _ - Environmental Scientist 4 $70.00 0 _ Industry Specialist 3 $50.83 0 _ Surveyor 3 $35.01 20_1.95% 0.68 Surveyor 1 $20.73 0 _ ' Technician 3 _ $38.05_ 20 1.95% 0.70 20 18.52% 6.68 r Technician 2 _ $28.71 0 - - Technician 1 $21.18 0 .- Administrative 3 $45.79 0 _ Administrative 2 $30.79 0 _ Administrative 1 $22.30 0 , L - 0 0 , 0 - O TOTALS _ _1026 100% $64.94_ 108 100% $44.41 8 100% $70.00 8 100% $70.00 30 100% 570.00 472 100% _$70.00 Average Hourly Project Rates Route Elgin Streetscape Section Ph 6(BRI CE) County Kane Consultant TranSystems Date 01/07/15 Job No. P404060020 PTBlfiem Sheet 2 OF 3 B-s Contractor Suggestions - -B-o Contract Adman I Chang. Payroll Avg and RPM lid shop Mewing• B-7 Schedule Ba Job Y«erq. Oro«. 9.15)Corm.ctor Pay Requests Hourly Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification _Rates Part. Avg Part. Avg Part. Avg Part. Avg Part. Avg Part Avg Engineer 5 $70.00 - - Engineer4 $70.00 20 100.00% 70.00 8 9.52% 6.67 8 100.00% 70.00 25 100.00% 70.00 108_100.00% 70.00 15 100.00% 70.00 Engineer 3 _$55.05 34 40.48% 22.28 _ Engineer 2 $40.01 _42 50.00% 20.45 _ Engineer 1 $31.83 ..Wanner 5 $70.00 f Planner 4 557.82 Planner 3 $50.19 _ Planner 2 $31.88 Architect 4 _$70.00 Architect 3 _$61.58 .. Architect 2 _$38.19 __ Architect 1 $27.04 _ Environmental Scientist 4 $70.00 Industry Specialist 3 $50.83_ J Surveyor 3 535.01 Surveyor 1 I$20.73 - Technician 3 $36.05 Technician 2 $28.71 _ Technician 1 $21.18 Administrative 3 $45.79 - - - Administrative 2 $30.79 Administrative 1 $22.30 _ h TOTALS _ 20 100% $70.00 84 100% $49.40 8 100% 570.00 25 100% $70.00 _ 108 _ 100% 570.00 15 _ 100% __570.00 Average Hourly Project Rates Route Elgin Streetscape Section Ph 6(BRI CE) County Kane Consultant TranSystems Date 01/07/15 Job No. P404060020 PTBlltem Sheet 3 OF 3 8-11 Final Comp.a R.eord Payroll Avg Drawing. B-12 uway P«mit in.p.tlen. HOUr11 HOUrs % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Classification Rates Part. Avg Part. Avg Part. Avg Part Avg Part. Avg Part Avg Engineer 5 $70.00_ Engineer 4 $70.00 60 75.00% 52.50 60 100.00% 70.00 Engineer 3 $55.05 Engineer 2 $40.91 _ Engineer 1 $31.83 - - - - _ Planner 5 $70.00 Planner 4 $57.62 Planner 3 550.19 Planner 2 _$31.88 Architect 4 $70.00 ... _ _ Architect 3 $61.58 Architect 2 $38.19 . Architect 1 $27.04 Environmental Scientist 4 370.00 Industry Specialist 3 $50.83 Surveyor 3 $35.01 20 25.00% 8.75 Surveyor 1 $20.73 _ Technician 3 $38.05 Technician 2 $28.71 Technician 1 $21.18 Administrative 3 $45.79 - _ Administrative 2 $30.79 Administrative 1 822.30 TOTALS 80 100% $61.25 60 _ 100% _$70.00 0 0% , $0.00 0 _ 0% $0.00 0 0% $0.00 0 0% $0.00 Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems A-1 Project Coordination and Data Collection Photocopies(11"x17"reduced size plans) 90 sheets @ 12 copies @ $ 0.25 /sheet $ 270 Photocopies(22"x34"full size plans) 90 sheets @ 30 copies @ $ 1.35 /sheet $ 3,645 Photocopies(8.5"x11"specifications) 300 sheets @ 30 copies @ $ 0.15 /sheet $ 1,350 Ovemight Shipping 2 packages @ $ 20.00 /package $ 40 Vehicle 200 miles @ $ 0.56 /mile $ 112 SUBTOTAL $ 5,417 B-1 Pre-Construction Company Vehicle 1 day @ $ 65.00 /day $ 65 Vehicle 100 miles @ $ 0.56 /mile $ 56 Photocopies(11"x17"reduced size plans) 41 sheets @ 5 copies @ $ 0.25 /sheet $ 51 Photocopies(22"x34"full size plans) 41 sheets @ 0 copies @ $ 1.35 /sheet $ - SUBTOTAL $ 172 B-2 Liaison and Contract Control Company Vehicle 3 days @ $ 65.00 /day $ 195 SUBTOTAL $ 195 Elgin CBD Street Resurfacing and Streetscape Program City of Elgin Direct Cost Summary TranSystems B-3 Public Outreach and Coordination Company Vehicle 1 days @ $ 65.00 /day $ 65 Vehicle 150 miles @ $ 0.56 /mile $ 84 Photocopies(8.5"x11"handouts) 250 sheets @ 10 versions @ $ 0.15 /sheet $ 375 SUBTOTAL $ 524 B-4 On-Site Review of Work Company Vehicle 108 days @ $ 65.00 /day $ 7,020 SUBTOTAL $ 7,020 B-6 Shop Drawings Overnight Shipping 6 packages @ $ 20.00 /package $ 120 SUBTOTAL $ 120 B-11 Final Completion and Record Drawings Mylar Reproductions 41 sheets @ 1 copy @ $ 10.00 /sheet $ 410 SUBTOTAL $ 410 B-12 Utility Permit Inspections Company Vehicle 8 days @ $ 65.00 /day $ 520 SUBTOTAL $ 520 TOTAL $ 14,378 OF-824-039 REV 12/04 PAYROLL ESCALATION TABLE FIXED RAISES FIRM NAME S.T.A.T.E.Testing LLC DATE 01/07/15 PRIME/SUPPLEMENT Prime PTB NO. CONTRACT TERM 6 MONTHS OVERHEAD RATE 147.11% START DATE 4/1/2015 COMPLEXITY FACTOR 0 RAISE DATE 1/112016 %OF RAISE 3.00% ESCALATION PER YEAR 1 4/1/2015 - 9/30/20151 6 6 100.00% 1.0000 The total escalation for this project would be: 0.00% Bureau of Design and Environment Printed 1/7/2015 5:12 PM DF-824-039 REV 12/04 PAYROLL RATES FIRM NAME S.T.A.T.E.Testing LLC DATE 01/07/15 PRIME/SUPPLEMENT Prime PSB NO. ESCALATION FACTOR 0.00% CLASSIFICATION CURRENT RATE CALCULATED RAT Principal $ 105.38 $105.38 Associate Engineer/PM $ 75.00 $75.00 Professional Engineer $ 53.99 $53.99 Civil Engineer $ 33.50 $33.50 Materials Coordinator $ 41.84 $41.84 Laboratory Manager $ 42.30 $42.30 Quality Assurance Manager $ 37.38 $37.38 Staff Accountant $ 33.50 $33.50 Administrative Assistant II $ 22.00 $22.00 Engineering Technician $ 29,83 $29.83 CWI $ 42.09 $42.09 Level Ill Technician $ 40.19 $40.19 Level II Technician $ 38.72 $38.72 Level I Technician $ - $0.00 Laboratory Technician II $ 25.63 $25.63 Laboratory Technician $ 15.92 $15.92 Material Tester 1 $ 40.36 $40.36 Material Tester 2 $ 40.36 $40.36 Senior Engineer $ 56.00 $56.00 Apprentice $ 20.10 $20.10 $0.00 $0.00 $0.00 $0.00 PREPARED BY THE AGREEMENTS UNIT Printed 1/7/2015 5:12 PM COST PLUS FIXED FEE DF-824-039 COST ESTIMATE OF CONSULTANT SERVICES REV 12/04 FIRM S.T.A.T.E.Testing LLC DATE 01/07/15 PSB OVERHEAD RATE 1.4711 PRIME/SUPPLEMENT Prime COMPLEXITY FACTOR 0 OVERHEAD IN-HOUSE Outside SERVICES %OF ITEM MANHOURS PAYROLL & DIRECT FIXED Direct BY DBE TOTAL GRAND FRINGE BENF COSTS FEE Costs OTHERS TOTAL TOTAL (A) (B) (C) (D) (E) (F) (G) (H) (B-G) Prestressed Conc. Insp. 420 17,512.20 25,762.20 6,479.51 4,499.10 54,253.01 73.87% QA Materials Testing 146 6,120.70 9,004.16 2,264.66 1,800.45 _ 19,189.97 26.13% Subconsultant DL 0.00 0.00 0.00% TOTALS 566 23,632.90' 34,766.36 0.00 8,744.17 6,299.55' 0.00 0.00 73,442.98 100.00% DBE 0.00% PREPARED BY THE AGREEMENTS UNIT Printed 1/7/2015 5:12 PM DF-824-039 REV 12/04 AVERAGE HOURLY PROJECT RATES FIRM S.T.A.T.E.Testing LLC PSB DATE 01107115 PRIME/SUPPLEMENT Prime SHEET 1 OF 5 PAYROLL AVG TOTAL PROJECT RATES Prestressed Conc.Insp. QA Materials Testing HOURLY Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd Hours % Wgtd CLASSIFICATION RATES Part. Avg Part. Avg - Part. Avg Part. Avg Part. Avg Part. Avg Principal 105.38 0 Associate Engineer/PA 75.00 0 _ Professional Engineer 53.99 0 Civil Engineer 33.50 0 _ _ _ , Materials Coordinator 41.84 0 _ Laboratory Manager 42.30 0 _ Quality Assurance Mar 37.38 0 _ . Staff Accountant 33.50 0 _ _ Administrative Assistar 22.00 0 _ , Engineering Technicia 29.83 0 . . CWI 42.09 0 Level III Technician 40.19 510 90.11% 36.21 380 90.48% 36.36 130 89.04% 35.79_ Level II Technician 38.72 0 , Level I Technician 0 _ . Laboratory Technician 25.63 0 Laboratory Technician 15.92 0 Material Tester 1 40.36 0 . Material Tester 2 40.36 0 . Senior Engineer 56.00 56 9.89% 5.54 40 9.52% 5.33 16 10.96% 6.14 Apprentice 20.10 0 0 . 0 . . 0 0 0 0 . 0 TOTALS 566 100% $41.75 420 100.00% $41.70 146 100% $41.92 0 0% $0.00 0 0% $0.00 0 0% $0.00 PREPARED BY THE AGREEMENTS UNIT Printed 1/7/2015 5:12 PM OUTSIDE DIRECT COST BREAKDOWN ODC ITEM Descr. Unit Cost Quant. Cost Prestressed Conc. Insp. Vehicle Days $ 65.00 30 $ 1,950.00 Overnight Per Diem $ 98.00 15 $ 1,470.00 OT(LIII Tech.) $ 20.10 53.7 $ 1,079.10 ITEM TOTAL $ 4,499.10 QA Materials Testing Vehicle Days $ 65.00 18 $ 1,170.00 OT(LIII Tech.) $ 20.10 24.5 $ 492.45 PCC Cylinder Breaks $ 23.00 6 $ 138.00 ITEM TOTAL $ 1,800.45