Loading...
16-36 Resolution No. 16-36 RESOLUTION AUTHORIZING EXECUTION OF AMENDMENT AGREEMENT NO. 1 WITH CIVILTECH ENGINEERING, INC. FOR CONSTRUCTION ADMINISTRATION AND CONSTRUCTION ENGINEERING SERVICES IN CONNECTION WITH THE NEIGHBORHOOD STREET REHABILITATION-EAGLE HEIGHTS 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 Amendment Agreement No. 1 on behalf of the City of Elgin with Civiltech Engineering, Inc., for construction administration and construction engineering services in connection with the Neighborhood Street Rehabilitation-Eagle Heights Project, a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain David J. Kaptain, Mayor Presented: March 16, 2016 Adopted: March 16, 2016 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AMENDMENT AGREEMENT No. 1 THIS AMENDMENT AGREEMENT is hereby made and entered into this 16 day of March , 2016, by and between the City of Elgin, Illinois, a municipal corporation (hereinafter referred to as the "City"), and Civiltech Engineering, Inc. , an Illinois professional service corporation (hereinafter referred to as "Engineer"). WHEREAS, the City and Engineer hereto have previously entered into an agreement dated May 27, 2015 wherein the City engaged the Engineer to furnish certain professional services in connection with the Neighborhood Street Rehabilitation — Eagle Heights (hereinafter referred to as "Subject Agreement" and 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 Construction Engineering Activities—Phase III Engineering Services; NOW, THEREFORE, for and in consideration of the mutual undertakings as set forth in the Subject Agreement, and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: 1. Section 1B of the Subject Agreement is hereby amended by adding the following to the end thereof: "Engineer shall furnish Inspection Services for the PROJECT as outlined herein and detailed in Attachment A-1." 2. Section 2B of the Subject Agreement is hereby amended by adding the following to the end thereof: "A detailed Project Schedule for calendar year 2016 for the Project is attached hereto as Attachment B-1. 3. Section 4 of the Subject Agreement is hereby amended by adding the following paragraph F to read as follows: "F. For services described in Attachments A-1 and B-1, which relate to the construction engineering services for the Project, Engineer shall be paid at an hourly rate for the classifications of the personnel who perform work on this Project, with a total fee for such services not to exceed $605,617, regardless of the actual time or actual costs incurred by the Engineer unless substantial modifications to the Scope of Work are authorized in writing by the City and approved by way of written amendment to this Agreement. The detailed basis of the additional fee associated with the construction engineering services provided in this Amendment Agreement No. 1 is included in Attachment C-1 and is based on hourly rates of personnel utilized. 4. The changes provided to the Subject Agreement as provided in this Amendment Agreement are germane to the original contract as signed and this Amendment Agreement is in the best interests of the City of Elgin and is authorized by law. 5. That except as amended in this Amendment Agreement the Subject Agreement shall remain in full force and effect. 6. That in the event of any conflict between the terms of the Subject Agreement, and the provisions in this Amendment Agreement, the provisions of this Amendment Agreement 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 ELGIN CONSULTANT By: ./ /I Ir � . By: Tty Manager / Its esident Attest: Attest: — City Clerk Its Vice P -s'•ent F:\Public_Works\Engineering\Capital Projects\2014 Street\Abbott Royal\Engineering\Engineering Amendment No 1_Civiltech_201 4 Streets Rehab 02-13-14.doc Attachment A-1 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(WEEKLY 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. k. Job Meetings: Conduct periodic(weekly in general)progress meetings with all associated parties to Page 3 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 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 Construction 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. A full sized hard copy sufficient for review and electronic format sufficient to download into the city's data base map required as final as-built drawings. 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 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, 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. 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 Page 6 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. On a daily workday basis,email the city's designee a synopsis of the day's activities and a one to two day look ahead of the contractors proposed activities. 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. Minimum Information Requirements: The city is expecting rim and invert/top of pipe (water) for existing and new structures within the project limits of all sanitary,storm and water main whether the project included or not. At a minimum the review copy must show a crossed out number for inverts with the new number shown (if no number was shown, simply write in the number). Location,type and size is required on all new structures. All third party utilities found during construction shall be identified on these as builts with stationing, offset and approximate (within 6") depth. 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 Page 7 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. Civiltech and Eagle Heights Attachments B-1 and C-1 For Water Attachment B-1 Eagle Heights Subdivision-South of Royal Blvd:Watermain City of Elgin Antic!.ated Contractor's Schedule i016 ITEM TITAL rIn16, orrnrrerrormrvrrririrrrirrrittir®e r eawr Chile*SMMM: Dand ht Boon D. T.Echols AM.RM.Enp. _._. ell _- _.-x�.� b �0{I 4e /S1{5 u' 45160 60_� 46 4 4O StI - ,45 —' 1 0 1 45 45 145 u 45 45 45 45 46.'.45150 50 46_1 46 45 rr,40 3Y� _ _ .-__, -. i.. Samuel c.Mo.e.reu awry> _ e 0 + e a i i 1 , __ _1. 4 _ ; .. . In nen Intone. 0 T.inkW 6nMn+1 Ton 0 -_. _ .. - S. en,ur Eno In.n Mutt Epr 0 _ ■ ■ w,M.O.Ewn Pm) Mpr e 2 2■ 2 2■ 2 2 2 2 f 1 r.w 1,708 oio;oo o o; o 01 axes'ee,eii6eaxieo+oolaoiazds-.oxi+ool+ouoaz'eel ae<lo'ol0 0 of ofo o o'o)o o u_o 0;-0 0 0 0'0 o ooioo;b Attachment C-1 COST ESTIMATE OF CONSTRUCTION SERVICES PHASE III ENGINEERING SERVICES Eagle Heights Subdivision-South of Royal Blvd:Watermain City of Elgin Route: Eagle Heights Subdivision-South of Royal Blvd:Watermain Local Agency: City of Elgin *Includes annual Increase for work in 2016 Contract No.: **Firm's approved Over Head rate on file with IDOT's Project No.: Bureau of Accounting and Auditing Is 133.51% Job No.: ***Labor x 0.145 x 2.3351=Fixed Fee County: Kane Complexity factor(R=0.00) Consultant:Clvltech •tnsart •,Inc. P • ad:1/25/2016 Total DOLLARS(5) Number Percent poseea,Burdens ITEM Employee of of Pgtr61 Payroll FdggBCcsts; Raid Classification Manhours Total Add* Costs Ovsrhsld&Exp,nsee Fas*"* TOTAL &Aber x 1.3351) (Libor x 0.3306) Construction Engineering: Res.Engr. 811 47.48% $ 51.50 $ 41,767 $ 55,763 $ 14,142 $ 111,672 Asst.Res.Engr. 811 47.48% $ 33.50 $ 27,169 $ 36273 $ 9,199 $ 72,641 Engr.(Inspector) 0 0.00% $ 27.00 $ - $ - $ - $ - Tech(Intern) 0 0.00% $ 17.00 S - $ - $ - $ - Surveyor 68 3.98% $ 32.00 $ 2,176 $ 2,905 S 737 S 5,818 Sr.Structural Engr. 0 0.00% $ 50.50 $ - $ - $ - $ - Proj.Mngr. 18 1.05% $ 70.00 S 1,260 $ 1,682 $ 427 $ 3,369 SUBTOTAL Direct Expenses: $ 193,500 1.)Vehicle Expense $ 8,325 (see 2 of 4) 2.)Material Testing $ 10,074 (see 3 of 4) 3.)Soils Monitoring $ 5,690 (see 4 of 4) 4.)Priming Expense $ 120 5. Phot•• .• $ 100 TOTALS 1.708 100.00°b S 72,372 $ 96,623 S 24,505 S 217,809 1.)185 Days Q$45.00/Day 2.)Material Testing(Rubino Engineering,Inc.) 3.)Soils Monitoring(True North Consultants,Inc.) 4.)Estimated printing expense for Record Drawings 5.)Estimated photography expense Page 1 of 4 Attachment C-1 Eagle Heights Subdivision - South of Royal Blvd: Watermain Summary of Direct Costs Route: Eagle Heights Subdivision-South of Royal Blvd: Watermain Local Agency: City of Elgin Contract No.: Proj. No.: Job No.: County: Kane Direct Costs: Printing Expense Assume 2 large sets for working drawings & 1 set for final "As-Builts" Bond Prints: 3 sets X 46 sheets/set X$0.86 per sheet = $118.68 Total = $118.68 Say: $120.00 Photography Expense Assume 10 sets of developed digital pictures @$10.00 ea. = $100.00 Total: $100.00 Vehicle Expense 185 vehicle days required @$45.00 per day = $8,325.00 Total: $8,325.00 Page 2 of 4 Eagle Heights South Watermain Improvements Quality Assurance Testing Services Attachment C-1 Proposal No Q16.031 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 c ee tc 3 3 11 & , m co v a 0 .to S' ? .°, m 5 3 g c 0 g 9 a M 3 3 / + m m 2016 Eagle Heights South o I ; w 0 c� _, ci m = a WATERMAIN Improvements N L' : p : c < o o • A Project ei 13 Z g .c 3 M N w EA 10, ' M a 1 r► 1 0 Quantity Unit ' a 6 °o ' ° . A , n Po p a °oo 000 oo o o° OO l o ; o °o o o Class D Patches, 2 inch 5852 SY 12 3 1.5 3 Class "D" Patch, 12" 813 SY 8 2 1 1 1 1 1 CCC&G, Type B-6.18 1242 FT 8 2 1 8 1 PCC Sidewalk, 5" 2418 SF 4 1 . 0.5 4 1 PCC Sidewalk, 6" 202 SY 4 1 0.5 , ! 4 1 Utility trench backfill observation 1358 FT 32 8 4 8 1 60 8 17 8.5 11 16 4 1 1 1 1 ! rj, EA ra to N EA EA N — EA GRAND TOTAL= $10,074.00 rn o 0 o o' 1.) rn 01 rn Yn 0 G O a O O O O O o O O PROJECT SCHEDULING Please contact Tim Dunne on his cell phone to schedule testing services: 847-343-0749 tim.dunne(c�rubinoenq.com Rubino Engineering,Inc. Page 3 of 4 T R U E NORTH CONSULTANTS 1240 Iroquois Avenue Suite 206 DATE: 1/26/2016 Naperville,Illinois 60563 Proposal# T16-030 Phone:630-717-2880 Customer ID CIVI Fax:630-689-5881 Valid Until: 3/11/2016 bmihelich@consulttruenorth.com CLIENT PROJECT James D.Ewers,P.E. Soil Management Consulting Director of Construction Engineering Services CCDD Soil Assessment Civiltech Engineering,Inc. Eagle Heights Subdivision Reconstruction 450 E.Devon Ave,Suite 300 I Itasca,IL 60143 Elgin,Illinois 60123 Direct: 630.735.3383 1 Fax: 630.773.3975 DESCRIPTION QUANTITY UNIT RATE AMOUNT Soil Management Consulting Sampling/Screening Labor(4hr min)(est.) 24 HR S 90.00 S 2,160.00 Sampling Equipment,Field Supplies,Vehicle 6 DAY S 300.00 S 1,800.00 Correspondence; Meetings,Project Management(est.) 8 HR S 125.00 $ 1,000.00 Additional CCDD Soil Analytical Discrete Soil VOCs(est.) 2 EA S 140.00 $ 280.00 Discrete Soil SVOCs(est.) 2 EA S 225.00 S 450.00 3 Day Rush Surcharge 50 2 Day Rush Surcharge 75 % Subtotal S 5,690.00 Comments:The above unit rates will apply to all field oversight and management consulting services for this project. True North has assumed one half day of field oversight per week for six weeks. Additional time for field oversight will be billed as needed at the above unit rates. Additionally,True North has assumed 8 hours of project management time. Additional project management time will be billed as needed at above unit rates. True North has provided unit rates for potential additional CCDD sampling that may be required due to elevated PIDs. True North has assumed two samples. Additional samples will be billed at the provided unit rates as needed. Sample analyses assumed a standard turn-around time of 5 to 7 days. The sample analyses can be expedited for the provided surcharges. TERMS AND CONDITIONS I.The attached terms and conditions shall apply to this scope of work. 2.Payment will be due upon receipt of invoicing. 3.Please fax,mail,or e-mail the signed price quote to the address above. Other I $ - Client Acceptance(sign below): TOTAL Due $ 5,690.00 x Print Name: True North appreciates the opportunity to offer this proposal for environmental consulting and testing services.If you have any questions,please contact me at 224.387.6125. Brian S.Mihelich Thank You For Your Business! Page 4 of 4 Civiltech and Eagle Heights Attachments B-1 and C-1 For Roadway Attachment B-1 Eagle Heights Subdivision-South of Royal Blvd:Roadway City of Elgin Antici•ated Contractors Schedule 2016 ITEM TOTAL NoVR; .11. 1111111 � NOVEMBER DECEMBER ® iJt.Li:i1M._: p ER s s'. N IS se ewwe 801e82: David M.8090 _Ra.Ergr. _.- 259 _- + ._ V- --L y_-- _-1 16_116 18_118 32�� 50 50 50 50 50'55 55 45 65 55 5e 50 40 40140'40 32 x_ ■ Daniel T.&oY Ant Rn.Env. 213 4 t - 1e Lie le to a2 is Sl so so so so 1 ss 55 45 ss 1�55 55 5o ao ao 40 7E_ Inspaelor 2.p.am - , 1 . 1 ; t,le2 ... _- L •- 45 451 45 45 w i Is 50 50 4 5 1 5 0 56■50 5 0,50 150 50 e5 so_150 50 50 40 40 a2-�. I 1-- T O�nl TM ego ! __ ' 1 ■40145 �� tl l b 6j 45 _ ■ ■ son-I C.MowYb awrrya - - Oe I I xa 1e a 1e� e e _1 e - e 0 0 0 0 1.. Am..D. npMx 6 0 1 0 0 45 X54�6 20 13011401122037 2 ise127 x221127:127 x051 t2�122riz2 t27,t2Jl2o l2z�122 122'1301114,74 32 0■ .w�».u.E-.n Tare 3,702 0 1 0 0 11 0 0 0 1 0 0 1 0 0 1 0 0 1 0 0 1 0 0 1 2 0 l x z z 2 x■z l x z z z i z z z 2 z z z Attachment C-1 COST ESTIMATE OF CONSTRUCTION SERVICES PHASE III ENGINEERING SERVICES Eagle Heights Subdivision-South of Royal Blvd: Roadway City of Elgin Route: Eagle Heights Subdivision-South of Royal Blvd:Roadway Local Agency: City of Elgin *Includes annual Increase for work in 2016 Contract No.: **Firm's approved Over Head rate on file with IDOT's Project No.: Bureau of Accounting and Auditing is 133.51% Job No.: ***Labor x 0.145 x 2.3351=Fixed Fee County: Kane Complexity factor(R=0.00) Consultant:Clviltech •Ineerl • Inc. Pre• •:1/25/2016 Total DOLLARS(Si Number Percent i `$ ITEM Employee of of ellytell Payroll Piing*Costs; Fixed Classification Manhours Total RMS* Casts Overhead&Exptxwes* Fee*** TOTAL (Labor x 1.3361) (Labor x 0.33561 Construction Engineering: Res.Engr. 953 25.20% $ 51.50 $ 49,080 $ 65,527 $ 16,618 $ 131,225 Asst.Res.Engr. 913 24.14% $ 33.50 $ 30,586 $ 40,835 $ 10,356 $ 81,777 Engr.(Inspector) 1,162 30.72% $ 27.00 S 31,374 $ 41,887 $ 10,623 $ 83,884 Tech(Intern) 620 16.39% $ 17.00 S 10,540 $ 14,072 $ 3,569 $ 28,181 Surveyor 96 2.54% $ 32.00 $ 3,072 $ 4,101 $ 1,040 $ 8,213 Sr.Structural Engr. 0 0.00% $ 50.50 $ - $ - $ - $ - Proj.Mngr. 38 1.00% $ 70.00 $ 2,660 $ 3,551 $ 901 $ 7,112 SUBTOTAL Direct Expenses: $ 340,392 1.)Vehicle Expense S 14,850 (see 2 of 3) 2.)Material Testing $ 32,171 (see 3 of 3) 3.)Soils Monitoring $ - 4.)Printing Expense $ 195 5. Photo.re.h $ 200 TOTALS 3.782 100.00°6 S 127.312 S 169.973 S 43,107 S 387.808 1.)330 Days @$45.00/Day 2.)Material Testing(Rubino Engineering,Inc.) 3.)Soils Monitoring(True North Consultants,Inc.) 4.)Estimated printing expense for Record Drawings 5.)Estimated photography expense Page 1 of 3 Attachment C-1 Eagle Heights Subdivision - South of Royal Blvd: Roadway Summary of Direct Costs Route: Eagle Heights Subdivision-South of Royal Blvd: Roadway Local Agency: City of Elgin Contract No.: Proj. No.: Job No.: County: Kane Direct Costs: Printing Expense Assume 2 large sets for working drawings & 1 set for final "As-Builts" Bond Prints: 3 sets X 75 sheets/set X$0.86 per sheet = $193.50 Total = $193.5 Say: $195.00 Photography Expense Assume 20 sets of developed digital pictures @ $10.00 ea. = $200.00 Total: $20000 Vehicle Expense 325 vehicle days required @ $45.00 per day = $14,625.00 Total: $14,625.00 Page 2 of 3 Eagle Heights South Street Quality Assurance Testing Services Attachment C-1 Proposal No Q16.030 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. c R.' 3 3 -u 3 W g N < rn Nx rr = = G m m c m m F ea =. .4. m 7 3 0 c CO 3 Q P 2016 Eagle Heights South 8- 0 p a s m C ; o"' v < ;Street Rehab Project F z c Xi m 4 ' a W Quantity Unit ' a ' O C O V A vt ' PI ' ONE i s G C O b b , b ' b • b o b b O O O O o 0 0 0 . 0 , 0 0 HMA Surface Course Mix "D", N50 : 4075 ' ton 20 5 2.5 5 1 1 ' 1 ! 1 HMA Binder Course, IL-19.0, N50 6959 ton 24 6 3 6 1 1 1 1 , Class D Patches, 12 inch 25 ton 4 1 0.5 1 Soil Stabilization fabric 30960 SY 20 5 2.5 CCC&G, Type 8-6.12 410 FT 4 1 0.5 4 1 CCC&G, Type 8-6.18 19219 FT 40 10 5 40 9 PCC Sidewalk, 5" 75209 SF 44 11 5.5 44 10 ' PCC Sidewalk, 6" 2448 SY 12 ' 3 1.5 12 2 Utility trench backfill observation 2221 FT 40 10 5 10 1 188 20 52 26 22 100 24 ! 2 2 2 1 4, 40 ve *ft in 61 v Ca N V W N *9 N c 0 C N GRAND TOTAL= $32,171.00 o 0 0 o o o o N OD 0 .8 G °o G C °o° o °o °o b 0 PROJECT SCHEDULING Please contact Tim Dunne on his cell phone to schedule testing services: 847-343-0749 rt tim.dunne(a�rubinoenq.com 0. Rubino Engineering,Inc. Page 3 of 3