Loading...
96-221 Resolution No . 96-221 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH BURNIDGE,THESCRISPIN AND DRIVEASSOCIATES, INC. FOR PROJECT BE IT RESOLVED BY THE CITY COUNCIL THE CITY F Dolonna ILLINOIS , that Richard B. Helwig, City Manager, Mecum, City Clerk, be and on behalfe of the City authorized ofand Elg n directed with to execute an agreement o Inc . for construction Burnidge, Cassell and Associates , observation services in ion attached w beret h Crispin made a Dpart project, a copy of which hereof by reference. s/ Kevin Kelly Kevin Kelly, Mayor Presented: July 10 , 1996 Adopted: July 10 , 1996Vote: Yeas 7 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk n Agenda Item No. July 12 , 1996 TO: Mayor and Members of the City Council FROM: Richard B. Helwig, City Manager SUBJECT: Fox Bluff Corporate Center/Crispin Drive PURPOSE The purpose of this memorandum is to provide the Mayor and members of the City Council with information to consider entering into an agreement with Burnidge, Cassell & Associ- ates, Inc. , ( "BCA" ) for construction observation, monitoring and administrative services for Crispin Drive from McLean Boulevard to the proposed Bowes Road. BACKGROUND In February of 1991, BCA and the Elgin Development Corpora- tion entered into an agreement for land planning services for preparing a preliminary development plan for the "Farm Colo- ny property at the northeast intersection of Bowes Road and McLean Boulevard in Elgin. The scope of work included delin- eation of a 15 acre site for the FAA facility; preliminary site engineering; preparation of a preliminary subdivision plat for the entire property; alignment and construction plans for the Bowes Road extension and the extension of utili- ties to the FAA site and the adjacent sites . In addition, BCA coordinated the work efforts of the wetland consultant that facilitated the permitting requests with the Army Corps . of Engineers . In March of 1996 , the City Council authorized an agreement with BCA to provide all necessary documents to bid the con- struction of Crispin Drive from McLean Boulevard to Bowes Road and to ensure the completion of the wetland in accor- dance with the Army Corps . of Engineers . FBCC/Crispin Drive July 8, 1996 Page 2 The award of the Crispin Drive construction project is sched- uled for the July 10, 1996 City Council meeting. The proposed agreement with BCA is the next step in the pro- cess related to the construction of Crispin Drive. The agree- ment contains the following provisions . Project Management and Landscape Architecture Assistance in bid phase services; bid review and recommenda- tions; coordination of pre-bid meeting, if necessary; ques- tions during bidding and construction; addenda preparation, preconstruction meetings; construction observation requests; moni- toring compliance with plans; processing payment progress meetings; general project management; project close- out and punch lists; and record drawings . Wetland Plans Assistance in putting the landscape bid packet together; answering questions of potential bidders; attending a pre-bid meeting, if necessary; reviewing all bids and recommending a selection; observing construction and monitoring compliance with plans; completing a punch list and producing an as-built plan. Civil Engineering Assistance in bid phase services; bid review and recommenda- tions; coordination of pre-bid meeting; addenda preparations; preconstruction meetings; construction observation and moni- toring compliance with plans; processing payment requests; testing observation; progress meetings; site grading analysis and design; earthwork balancing; general project management; project close-out and punch lists; and record drawings . Survey Work Set benchmarks; reset front lot corners , and all corners of Lot 16 ; and locate nine soil borings . Locate all as-built locations of utilities, drainage swales, walks and curbs . All information will be put on a computer disk file. Stake grades to complete filling of Lots 20 & 21 . Soil Testing Service .., Soil testing, as needed, for road construction excavation, as well as testing of concrete in connection with concrete pav- ing curbs and gutters, and bituminous paving and base course stone. `s FBCC/Crispin Drive July 8, 1996 Page 3 Optional - Soil testing for fill on Lots 20 & 21 . The City has made contractual commitments to Harting Elektronik, Inc . and Gibson Strings and Accessories regarding access from their property to Crispin Drive. In addition, potential property purchasers for lots fronting Crispin Drive are requesting roadway access to their lots prior to the end of 1996 . Due to the requirements to begin construction immediately in order to ensure access to certain properties by the end of 1996 , and considering the fact that the scope of work for the project requires extensive use of existing engineering data that had previously been prepared by BCA for the Fox Bluff site, a contract for the construction inspection of Crispin Drive in r twell l o award the project competitive to the firm proposals . It is more appropriate that has worked on the project. The professional services agreement is on a not-to-exceed $102,463 .25 . A copy of the agreement is attached. COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED The Fox Bluff Corporate Center Board has been advised of the City' s intent to proceed with the construction of Crispin ` Drive in 1996 . FINANCIAL IMPACT Burnidge, Cassell & Associates ' fee for this project totals $102 ,463 .25 . Projected Costs : Construction $1, 136, 107 . 55 79, 000 . 00 Design 102 ,463 . 25 Inspection 691 . 51 Miscellaneous Total $1, 318,626 . 31 The budget for this project is $1,200, 000 (Account No. 270-0000-791 . 92-32 - Fox Bluff Corporate Center Land Improve- ments, Project No. 179529) . Additional budgeted dollars are available in Account No. 270-0000-791 . 84-01 , Contingencies, to make up the $118,262 . 31 difference. LEGAL IMPACT op", None. � 4 FBCC/Crispin Drive July 5, 1996 Page 4 RECOMMENDATION It is recommended that the City Manager be authorized to execute the agreement with the BCA in the not-to-exceed amount of $102 ,463 . 25 . Res_pectfu ly submitted, David L. Lawry, P.E • Director of Public Wo Raymond H. Moller Director of Business Services and Properties OJ Ric an d d B. Helwig ( City Manager RHM/skg AGREEMENT THIS AGREEMENT, is made and entered into this olJ� Y1ay of _JL, ( V , 1996, by and between the CITY OF ELGIN, an Illinoie municipal corporation (hereinafter referred to as "CITY" ) and Burnidge, Cassell and Associates, Inc . (hereinafter referred to as "CONSULTANT" ) . WHEREAS, the CITY desires to engage the CONSULTANT to furnish certain professional services in connection with Crispin Drive construction observation, monitoring and administrative services (hereinafter referred to as the "PROJECT" ) . AND WHEREAS, the CONSULTANT represents that he is in compliance with Illinois Statutes relating to professional registration of individuals and has the necessary expertise and experience to furnish such services upon the terms and conditions set forth herein below. NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged it is hereby agreed by and between the CITY and the CONSULTANT that the CITY does hereby retain the CONSULTANT to act for and represent it in all engineering, construction observation, monitoring and administration matters involved in the PROJECT, subject to the following terms and conditions and stipulations, to-wit: I . SCOPE OF SERVICES A. All work hereunder shall be performed under the direction of the Director of Business Services and City Properties of the CITY, herein after referred to as the "DIRECTOR" . B. The consultant will provide all necessary construction observation, monitoring and administrative services for the construction of Crispin Drive from McLean Blvd. to Bowes Rd. and ensure that the project is built according to the published specifications . The scope of services for the project will include, but may not be limited to the following activities : Project Management and Landscape Architecture Bid review and recommendations, if necessary; questions during bidding and construction; addenda preparation, preconstruction meetings ; construction observation and monitoring compliance with plans ; processing payment requests; progress meetings ; general project management; project close-out and punch lists; records drawings . -2- Wetland Plans Assistance in putting the landscape bid packet together; answering questions of potential bidders; attending a pre bid meeting, if necessary; reviewing all bids and recommending a selection; observing construction and monitoring compliance with plans ; completing a punch list and producing an as-built plan. Civil Engineering Bid review and recommendations; addenda preparations; preconstruction meetings; construction observation and monitoring compliance with plans; processing payment requests; testing observation; progress meetings; site grading analysis and design; earthwork balancing; general project management; project close-out and punch lists; record drawings . Survey Work Locate all as-built locations of utilities, drainage swales, walks and curbs . All information will be put on a computer ACAD disk dwg. File. Stake grades to complete filling of Lots 20 & 21 . Testing Service Soil Testing as needed for road construction excavation, as well as, testing of concrete in connection with concrete paving curbs and gutters , and bituminous paving and base course stone. Soil Testing for fill on Lots 20 & 21 . C. A detailed scope of services is attached here to as Attachment A II . PROGRESS REPORTS A. An outline project milestone schedule is provided herein under: Notice to Proceed : July 11, 1996 Substantial Roadway Completion : October 18, 1996 Substantial Landscape Completion : May 11, 1997 B. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in C. below. -3- C. The CONSULTANT will submit to the DIRECTOR monthly a Status Report keyed to the Project Schedule. A brief narrative will be provided identifying progress, findings and outstanding issues . III . WORK PRODUCTS All work products prepared by the CONSULTANT pursuant hereto including, but not limited to, reports, designs, calculations , work drawings, studies , photographs, models and recommendations shall be the property of the CITY and shall be delivered to the CITY upon request of the DIRECTOR provided, however, that the CONSULTANT may retain copies of such work products for its records . Such work products are not intended or represented to be suitable for reuse by the CITY on any extension to the PROJECT or on any other project, and such reuse shall be at the sole risk of the CITY without liability or legal exposure to the CONSULTANT. IV. PAYMENTS TO THE CONSULTANT A. For services provided the CONSULTANT shall be reimbursed at the hourly rate of personnel employed on this PROJECT, with the total fee not to exceed $ 102,463 . 25 regardless of the actual cost incurred by the CONSULTANT unless substantial modifications to the scope of the work are authorized by CITY through a change order or amendment. B. For outside services provided by other firms or subconsultants, the CITY shall pay the CONSULTANT the invoiced fee to the CONSULTANT without mark-up. Copies of invoice shall be submitted to the City. C . For the following listed reimbursables authorized under this agreement, an allowance has been established in the amount of $750 . 00 Dollars (printing, travel, telephone) . D. The total obligation of the CITY under this agreement shall not exceed $102,463 . 25 Dollars unless an amendment or change order to this agreement is approved by the CITY. E . The CITY shall make periodic payments to the CONSULTANT based upon actual progress within 30 days after receipt and approval of an invoice. F. A detailed fee estimate is attached hereto as Attachment B. -4- V. INVOICES A. The CONSULTANT shall submit invoices in a format approved by the CITY. Progress reports ( IIC above) will be included with all payment requests . B. The CONSULTANT shall maintain records showing actual time devoted and cost incurred. The CONSULTANT shall permit the authorized representative of the CITY to inspect and audit all data and records of the CONSULTANT for work done under this Agreement. The CONSULTANT shall make these records available at reasonable times during the Agreement period, and for a year after termination of this Agreement . VI . TERMINATION OF AGREEMENT Notwithstanding any other provision hereof, the CITY may terminate this Agreement at any time upon fifteen ( 15 ) days prior written notice to the CONSULTANT. In the event that this Agreement is so terminated, the CONSULTANT shall be paid for services actually performed and reimbursable expenses actually incurred prior to termination, except that reimbursement shall not exceed the task amounts set forth under Paragraph IV above. VII . TERM This Agreement shall become effective as of the date the CONSULTANT is given a written Notice to Proceed following approval of CITY' S corporate authorities and, unless terminated for cause or pursuant to Article VI foregoing, shall expire on the date the DIRECTOR determines that all of the CONSULTANT' S work under this Agreement is completed. A determination of completion shall not constitute a waiver of any rights or claims which the CITY may have or thereafter acquire with respect to any breach hereof by the CONSULTANT. VIII . NOTICE OF CLAIM If the CONSULTANT wishes to make a claim for additional compensation as a result of action taken by the CITY, the CONSULTANT shall give written notice of his claim within 15 days after occurrence of such action. No claim for additional compensation shall be valid unless so made. Any changes in the CONSULTANT' S fee shall be valid only to the extent that such changes are included in writing signed by the CITY and the CONSULTANT. Regardless of the decision of the DIRECTOR relative to a claim submitted by the CONSULTANT, all work required under this Agreement as determined by the DIRECTOR shall proceed without interruption. -5- IX. BREACH OF CONTRACT If either party violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the other party has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach; and, in addition, if either party, by reason of any default, fails within fifteen ( 15) days after notice thereof by the other party to comply with the conditions of the Agreement, the other party may terminate this Agreement . X. INDEMNIFICATION The CONSULTANT shall indemnify and save harmless the CITY, its officers and employees from and against any and all loss, liability and damages of whatever nature, including but not limited to Workmen' s Compensation claims, in any way resulting from or arising out of negligent actions or omissions of the CONSULTANT in connection herewith, including but not limited to negligent actions or omissions of employees or agents of the CONSULTANT arising out of the performance of professional services . XI . NO PERSONAL LIABILITY No official, director, officer, agent or employee of the City shall be charged personally or held contractually liable under any term or provision of this Agreement or because of their execution, approval or attempted execution of this Agreement. XII . INSURANCE A. Comprehensive Liability. The CONSULTANT shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of Comprehensive General Liability Insurance with limits of at least $1,000, 000 aggregate for bodily injury and $1, 000 , 000 aggregate for property damage. The CONSULTANT shall deliver to the DIRECTOR a Certificate of Insurance naming the CITY as additional insured. The policy shall not be modified or terminated without thirty ( 30) days prior written notice to the DIRECTOR. The Certificate of Insurance which shall include Contractual obligation assumed by the CONSULTANT under Article X entitled "Indemnification" shall be provided. -6- B. Comprehensive Automobile Liability. The CONSULTANT shall provide, pay for and maintain in effect, during the term of this Agreement, a policy of Comprehensive Automobile Liability Insurance covering all owned, non-owned and hired motor vehicles with limits of not less than $500 , 000 per occurrence for damage to property. C. Combined Single Limit Policy. The requirements for insurance coverage for the general liability and auto exposures may be met with a combined single limit of $1, 000, 000 per occurrence subject to a $1, 000, 000 aggregate. D. Professional Liability. The CONSULTANT shall carry Consultant ' s Professional Liability Insurance Covering claims resulting from error, omissions or negligent acts with a combined single limit of not less than $ 1,000,000 . 00 per occurrence. A Certificate of Insurance shall be submitted to the DIRECTOR as evidence of insurance protection. The policy shall not be modified or terminated without thirty ( 30) days prior written notice to the DIRECTOR. XIII . CONSTRUCTION MEANS, METHODS, TECHNIQUES, SEQUENCES, PROCEDURES AND SAFETY The CONSULTANT shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the construction, unless specifically identified in the Scope of Services . XIV. NONDISCRIMINATION In all hiring or employment made possible or resulting from this Agreement, there shall be no discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin, marital status, of the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, national origin, age except minimum age and retirement provisions , marital status or the presence of any sensory, mental or physical handicap. Any violation of this provision shall be considered a violation -7- of a material provision of this Agreement and shall be grounds for cancellation, termination or suspension, in whole or in part, of the Agreement by the CITY. XV. ASSIGNMENT AND SUCCESSORS This Agreement and each and every portion thereof shall be binding upon the successors and the assigns of the parties hereto; provided, however, that no assignment shall be made without the prior written consent of the CITY. XVI . DELEGATIONS AND SUBCONTRACTORS Any assignment, delegation or subcontracting shall be subject to all the terms, conditions and other provisions of this Agreement and the CONSULTANT shall remain liable to the CITY with respect to each and every item condition and other provision hereof to the same extent that the CONSULTANT would have been obligated if it had done the work itself and no assignment, delegation or subcontract had been made. XVII . NO CO-PARTNERSHIP OR AGENCY It is understood and agreed that nothing herein contained is intended or shall be construed to, in any respect, create or establish the relationship of co- partners between the CITY and the CONSULTANT, or as constituting the CONSULTANT as the general representative or general agent of the CITY for any purpose whatsoever or to constitute an employment .relationship between the parties hereto . XVIII . SEVERABILITY The parties intend and agreed that, if any paragraph, sub-paragraph, phrase, clause or other provision of this Agreement, or any portion thereof, shall be held to be void or otherwise unenforceable, all other portions of this Agreement shall remain in full force and effect. XIX. HEADINGS The headings of the several paragraphs of this Agreement are inserted only as a matter of convenience and for reference and in no way are they intended to define, limit or describe the scope of intent of any provision of this Agreement, nor shall they be construed to affect in any manner the terms and provisions hereof or the interpretation or construction thereof . -8- X8. MODIFICATION OR AMENDMENT This Agreement and its attachments constitutes the entire Agreement of the parties on the subject matter hereof and may not be changed, modified, discharged or extended except by written amendment duly executed by the parties . Each party agrees that no representations or warranties shall be binding upon the other party unless expressed in writing herein or in a duly executed amendment hereof, or change order as herein provided. XXI. APPLICABLE LAW This Agreement shall be deemed to have been made in, and shall be construed in accordance with the laws of the State of Illinois . XXII . NEWS RELEASES The CONSULTANT may not issue any news releases without prior approval from the DIRECTOR, nor will the CONSULTANT make public proposals developed under this Agreement without prior written approval from the DIRECTOR prior to said documentation becoming matters of public record. XXIII . COOPERATION WITH OTHER CONSULTANTS The CONSULTANT shall cooperate with any other consultants in the CITY' S employ or any work associated with the PROJECT. XXIV. INTERFERENCE WITH PUBLIC CONTRACTING: P.A. 85-1295 The CONSULTANT certifies hereby that it is not barred from bidding on this contract as a result of violations of either Section 33E-3 or Section 33E-4 of the Illinois Criminal Code. XXV. SEXUAL HARASSMENT As a condition of this contract, the CONSULTANT shall have written sexual harassment policies that include, at a minimum, the following information: A. the illegality of sexual harassment; B. the definition of sexual harassment under state law; C . a description of sexual harassment, utilizing examples; D. the vendor' s internal complaint process including penalties; -9- E. the legal recourse, investigative and complaint process available through the Illinois Department' of Human Rights, and the Illinois Human Rights Commission; F. directions on how to contact the department and commission; G. protection against retaliation as provided by Section 6-101 of the Human Rights Act (copy attached) . A copy of the policies must be provided to the Department of Human Rights upon request. P.A. 87-1257 . XXVI . WRITTEN COMMUNICATIONS All recommendations and other communications by the CONSULTANT to the DIRECTOR and to other participants which may affect cost or time of completion, shall be made or confirmed in writing. The DIRECTOR may also require other recommendations and communications by the CONSULTANT be made or confirmed in writing. XXVII . NOTICES All notices, reports and documents required under this Agreement shall be in writing and shall be mailed by First Class Mail , postage prepaid, addressed as follows : A. As to CITY: RAYMOND MOLLER Business Services & City Properties Director City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 Ph. 847-931-6749 B. As to CONSULTANT: CHARLES BURNIDGE, AIA Burnidge, Cassell and Associates , Inc . 2425 Royal Blvd. Elgin, IL 60123 Ph. 847-695-5840 -10- IN WITNESS WHEREOF, the undersigned have placed their hands and seals upon and executed this Agreement in triplicate as though each copy hereof was an original and that there are no other oral agreements that have not been reduced to writing in this statement. For the CITY: ATTEST: THE CITY OF ELGIN By �it/ v� c�� By IS. A—t i Dolonna Mecum Richard B. Hel g City Clerk City Manager ( SEAL) For the CONSULTANT: Dated this a��day of VUIGJ A.D. , 1996 . ATTEST: By B Secretary President (SEAL) Burnidge Cassell A s s o c i a t e s FOX BLUFF CORPORATE CENTER CRISPIN DRIVE CONSTRUCTION SERVICES Burnidge, Cassell and Associates - Proiect Management and Landscape Architecture Assistance in bid phase services; bid review and recommendations; coordination of prebid meeting, if necessary; questions during bidding and construction; addenda preparation, preconstruction meetings; construction observation and monitoring compliance with plans; processing payment requests; progress meetings; general project management; project close-out and punch lists; record drawings. $11,000.00 The S/E Group - Wetland Plans Assistance in putting the landscape bid packet together; answering questions of potential bidders; attending a pre bid meeting, if necessary; reviewing all bids and recommending a selection; observing construction and monitoring compliance with plans; completing a punch list and producing an as-built plan. $ 4,000.00 Civil Design Group - Civil Engineering Assistance in bid phase services; bid review and recommendations; coordination of prebid meeting; addend preparations; preconstruction meetings; construction observation and monitoring compliance with plans; processing payment requests; testing observation; progress meetings; site grading analysis and design; earthwork balancing; general project management; project close-out and punch lists; record drawings. $70,000.00 Architecture Land Planninsa Landscape Architecture Architectural Interiors 2425 Royal Boulevard Elgin, Illinois 60123 Telephone:847.695.5840 Fax:847.695.6579 J.T. Burnidge Locate all as-built locations of utilities, drainage swales, walks and curbs. All information will be put on a computer ACAD disk dwg. File. $ 6,150.00 Stake grades to complete filling of Lots 20 & 21 $ 680.00 TSC Soil Testing Service • Soil Testing as needed for road construction excavation, and Lots 21 & 21, as well as, testing of concrete in connection with concrete paving curbs and gutters, and bituminous paving and base course stone $ 9,883.25 TOTAL $101,713.25 96013 1consrvcs Burnidge Cassell A s s o c i a t e s Function Principal Project Landscape Items Total Description in- Manager Architect Charge Construction Services • Preconstruction Meetings 6.25 6.25 • Progress Meetings 5 5 • Contractor Coordination 4 4 • Construction Site Visits 22.5 22.5 • Questions during construction 4 4 • Change Order Processing 4 4 • Processing Payment requests 4 4 • Project Close Out& Punch List 10 10 • Record Drawings 4 4 63.75 63.75 Sub-Totals Construction Services Civil Design Group $ 70,000.00 J.T. Burnidge Surveyors $ 6,830.00 Environmental S/E- $ 4,000.00 Wetland Consultant Bumidge, Cassell&Assoc.- $ 11,000.00 Planners&Landscape Architect TSC Testing Service 9 883.25 Construction Services Total $101,713.25 Reimbursable Costs 750.00 GRAND TOTAL $102,463.25 960131bca Burnidge Cassell A s s o c i a t e s PROPOSAL FOR CRISPIN DRIVE COMPLETION WITHIN THE FOX BLUFF CORPORATE CENTER-CONSTRUCTION SERVICES ENVIRONMENTAL S/E (Wetlands Consultant) Hours 7 16 30 5 58 Billing $85 $70 $70 $35 $58 Rates Cost $595.00 $1,120 $2,100 $175.00 $3,990.00 Function Principal Sr. Env. Sr. Soil Clerical Items Total Description Scientist Scientist Scientist • Bid Coordination 4 2 8 3 17 • On Site Construction Meeting 0 12 20 0 32 • Project Close-Out 3 2 2 2 9 96013/environ Burnidge Cassell A s s o c i a t e s PROPOSAL FOR CRISPIN DRIVE COMPLETION WITHIN THE FOX BLUFF CORPORATE CENTER-CONSTRUCTION SERVICES BURNIDGE, CASSELL AND ASSOCIATES(Project Coordination, Landscape Design) Hours 6.5 49.5 63.75 119.75 Billing $125 $90 $90 Rates Cost $812.50 $4,455 $5,737.50 $11,000.00 Function Principal Project Landscape Items Total Description in- Manager Architect Charge Proiect Management • Meetings w/Owner 2.0 4.0 6 • Meetings w/other property 4.0 4 owners in FBCC • Meeting w/Consultant 3.5 3.5 • Meeting w/BCA staff 2.0 2.0 4 • Project Programming 1.0 1 • Project Start-Up 3.0 3 • Project Written Communications 3.0 3 • Project Phone Communications 4.0 4 • Project Administration Coordination 2.0 2 • Project Budgeting Coordination 3.0 3 • Project Review 2.5 4.0 6.5 6.5 34.5 Sub-Totals $812.50 $3,105 41 • Proiect Bidding • Bid Phase 6.0 6 • Addenda Preparations 3.0 3 • Bid Review& Recommendation 6.0 6 Sub-Totals $1,350 15 Burnidge Cassell A s s o c i a t e s Ji-IL-E72-1996 17:11 =ROM Z 101 DE3I3N 3RDUP, I`4C. TO 5355579 0.211 13th P..Elgir Tower Building CIVIL.DESIGN GROM INC. ioo E.ChlcugcStreet s A Consultln 9 Engineers 708.6 95.795 2 FA 708,696.8077 PROPOSAL FOR FOX SLUFF CRISM DRIVE-BID AND CONSTRUCTION PHASE SERVICES ES•TIMAM COST OF.El+IVIN MUNG SERVICES CATEGORY TOTALS: Hour 70 192 682 240 Project Totals: Rifling Rate 105 88 63 381 1,01141 70,0321 64.61 Cost 73W 18696 38866 9120 %of Hours 6.5 17.7 53.7 22.1 100 119tH C41L Avg- FUNCTION DESCRIPTION P1 E3 E2 T1 Totals Dollars Rate PROJECT MANAGEMENT 100_Maetings with Owner . 4 4 8 672 8400 101 Meetlnps w1 Outside Project Marnper 4 4 8 672 84.00 103. Meetings with Repulrttry Personnel' 4 4 8 672 84.00 104 Meetings with CDG Staff 4 4 4 12 756 6100 106 Pubk Presentations . 4 4 420 105.00 107 Prepam Meethtg Presentation Materials 2 2 76 38,00 108 Project Programinil0 4 4 420 105.00 111 Project Staitup 2 2 4 202 50.50 112 Project Written Communlcetions 4 4 420 105.00 'j i,3 Project Pt we.Communications 4 4 420 105.00 114 Project Administration 2 2 4. 386 96:50 Subtotals 1 621 S 116 82 52 ENOMIEERIM FIELD WORK 124.Subsurface t%lo Won CoordlnaWrt 2 2 4 302 73.30 125 field Survey Coordirtatiort 2 2 4 302 75.50 126 Wetland Coordination 2 2 4 302 75,50 128 Private Uri y Coordination 2 2 4 252 83.00 Subtotals: r 167 Tisal 72,38 SM GRADING 140 Me.Cka ft General Analysis 2 2 176 88.00 1A1 SbGraft Detailed Design 6 6 378 63.00 142 Site Grading Drawing Preparation 6 6 228 38.00 144 Erosion and Sediment Controt 2 4 2 8 504 83.00 147 Earthwork Balancing 2 4 6 12 958 $4.67 Subtotals: L -34 1,942 57.12 PROJECT MANUAL AND BIDDING 266 Bid Passe swiWes 4 8 8 20 1,628 91.40 267 Addends Ompsrstlon 4 12 16 1,108 6925 268 Bid RiMew&Ra mwwdaiions 4 12 16 1,176 7350 Subtotals: 21 3,912 CONSTRUCTION SERVICES 270::Preconaftuctim.Meetings 4 4 8 604 75.50 271 Progress Meatitgs 16 16 1,408 88.00 Z72 Constiruction Cwnrnunications 4 8 , 20 8 40 2,688 97.20 273 Utility Coordiratlon 4 8 12 SW 71.33 274 Contracisor Coordindw 12 12 1,056 88.00 275 Review-Stpp Orewbtgs 2 4 4 10 580 58.00 277 Construction SlWVtsits 16 64 80 7,312 91.40 278 ConsbucNon Observation 420 180 600 33,300 55.50 280 Questions During Constriction 8 12 20 1.896 94.80 281 Tasting Observation 16 16 1,408 88.00 282 Change Order.Pr+oeesslrtp 4 8 12 24 1,8W 78.33 283 Procesektg Psrnsert Regtxsts 8 24 32 2.216 119.25 266 PmJect clot.*-Out 3 Punch Ltd 2 a 10 680 6800 267 Record Drawings 4 12 24 40 2,020 . 50.50 Subtatals: 1 9201 , 57,904�.94�] TOTRL P.01 John T. Burnidge & Associates. Inc. PROFESSIONAL LAND SURVEYORS BURNIDGE, CASSELL & ASSOC. ATTN. : PAUL BEDNAR 2425 ROYAL BLVD. ELGIN, IL 60123 RE: FOX BLUFF CORPORATE CENTER (CRISPIN DRIVE) JUNE 7, 1996 DEAR PAUL: AS BUILT• UTILITIES• LOCATION OF STORM AND SANITARY SEWER, WATER HYDRANTS AND VALVES AND LIGHT BASES RIM AND INVERTS ON STORM AND SANITARY SEWER AND RIM AND TOP OF PIPE ON WATER (NO SIZES) SWALES• CROSS SECTION AT 100 FOOT STATIONS ALONG THE NORTH LINE OF LOTS 22 THROUGH 27 AND BETWEEN LOTS 20 AND 21 WALKS: LOCATION OF BACK OF WALK AT PC AND PT CURBS: LOCATION OF BACK OF CURB AT PC AND PT THE ABOVE LOCATION WILL BE ON A 3 1/2 DISH ACAD DWG FILE ALONG WITH A COPY OF THE FIELD NOTES 2295 Valley Creek Drive Elgin, Illinois 60123 847-888-2610 Fax 847-888-2629 John T. Burnidae & Associates. Inc. PROFESSIONAL LAND SURVEYORS STAKING GREAD REAR OF LOTS 20 AND 21 FOR THE ABOVE PROPOSAL OUR FEE IS $6, 150. 00. A CERTIFICATE OF INSURANCE WILL BE FURNISHED UPON REQUEST. THANK YOU FOR THE OPPORTUNITY TO SUBMIT THIS PROPOSAL. IF YOU SHOULD HAVE ANY QUESTIONS, PLEASE FEEL FREE TO CALL. JOHN T. BURNIDGE ,AND ASSOCIATES, INC. JOHN T. BURNIDG PRESIDENT IF ACCEPTED, PLEASE RETURN ONE SIGNED COPY. BY: DATED: 2295 Valley Creek Drive Elgin, Illinois 60123 847-888-2610 Fax 847-888-2629 PROPOSAL FOR CRISPIN DRIVE COMPLETION WITHIN THE FOX BLUFF CORPORATE CENTER-CONSTRUCTION SERVICES JOHN T. BURNIDGE AND ASSOCIATES(Surveying) Category Totals Hours 78.5 4 82.5 Billing $85 $40 Rates Cost $6,672.50 $160 $6,830 Function Principal Survey Senior Items Description in- Crews Technicians Total Charge • Provide survey services to establish as built 70.5 4 conditions. • Stake grades to complete filling of Lots 20&21 8 8 Sub-Totals 910091JOHNT From:Krtstyna Wojcik Testing Service Corporation Fax:708-663-2988 Voice:'08162.26'10 To:Mr Charles Burnidge Page 2 07 Wednesday,July 03,1995 9:39:00.4M Gectechnical Engineering Environmental Services Construction Materials Engineering&Testing Laboratory Testing of Soils&Materials TESTING SERVICE CORPORATION Subsurface Exploration Carol Stream, Illinois July 3, 1996 Mr. Charles Burnigde Burnidge Cassell &Associates 2425 Royal Boulevard Elgin, Illinois 60123 RE: P.N. 16,089 (Revised) Fax Bluff Corporate Center NEC Crispin Drive&McLean Boulevard Elgin, Illinois Dear Mr. Burnidge: Testing Service Corporation(TSC)is pleased to submit this proposal to provide the Construction Materials Engineering Services for the referenced project. The objectives of our services are to conduct and interpret tests,and to report our findings as directed by personnel appointed by Burnidge Cassell . Based on the information provided, TSC understands that the following material testing services will be required for the Fox Bluff Corporate Center as it progresses: • Soil in connection with site grading • Soil in connection with excavating for paving, curbs and gutters • Concrete in connection with concrete paving, curbs and gutters • Bituminous paving and base course stone TSC is staffed and equipped to provide any of the following supplemental items that may be ordered by you. • Soil in connection with excavating for caissons • Utility trench backfill • Soil in connection with excavating for foundations • Reinforcing steel (rebar) • Concrete in connection with caissons • Concrete in connection with foundation and superstructure • Bolted and welded structural steel connections • Fireproofing Mortar for masonry work • Roofing materials and installation CkRCL jTP_awt I,rM 8 24'2 5906 T^lLEY PARK.IL 60477-1755 457E 6uNDERTEN D. /E Fv,IL Our I 2976 3,NH 6007 10 8 pAK PARK�,ENUE 2911 L',TR_c_T _I ITE E'+E Ar1D 57RE_T 9T e0^RI✓E�DE DRIVt Pi:7 "'7 T 39;T (309)662-22- ,,;a?i -�`' G 1053_�25 Ax13n0i 661 2,1 'S47'Fac',47'510-0527 =aX�7n�.)J� OS4d From:Krystyna Wojcik Testing Service--orocration Fax:708-653.2988 Voice:709462 16,30 To:Mr Charhs EU;nidg. Page 3 of T Wednesday,Jutf 03.1996 9:09.58 111,. Burnidge Cassell & Associates P.N. 16,089 (Revised) -July 3, 1996 Supervision of the testing, observation and reporting is provided by a Registered Professional Engineer. Reports will generally be issued on a weekly basis as work progresses. Invoices will be issued monthly, subsequent to the reporting period. A budget amount of nine thousand seven hundred dollars ($9,700.0Q) is recommended for your project. This estimate is based on a review of plans and specifications and prior experience on similar projects. TSC's itemized estimate is included in the"Assumptions and Estimated Fee"portion of this proposal. Factors such as weather, contractor efficiency and deviations from minimum testing and observation requirements may significantly impact the CME budget. TSC's fees include TSC's services being performed subject to the attached General Conditions which are incorporated herein. Unless we receive written instructions to the contrary, invoices will be sent to: Mr.Charles Burnigde Burnidge Cassell&Associates 2425 Royal Boulevard Elgin, Illinois 60123 When completing the attached project data form, kindly indicate who is to receive copies of TSC's report and other project data. Your consideration of our proposal is appreciated. We look forward to being of service to you on this project. Respectfully Submitted, TESTING SERVICE CORPORATION Prepared by, 4i.n 2cu l . R. HLf zdlezl Allen L. DuBose Robert C. HundIey President Estimator ALD:RCH:kw Approved and accepted for (NAME) (TITLE) (DATE) -2- From:Krystyra'Nojcik Testing Service Coroaration Fax:708-6632988 Voice:703462-2600 To:Mr Charles BurnidCe Pape 4 of7 Wednesday,July 03.19959AC:51 AM Burnidge Cassell &Associates P.N. 16,089(Revised) -July 3 1996 SCHEDULE OF CHARGES ITEM I FIELD SERVICES A. Construction Materials Engineering (CME) Technician Per Hour: $ 35.75 B. Caisson/Mass Grading Technician Per Hour: $ 37.50 C. Structural Steel Level II Technician Per Hour: S 42.00 D. Transportation, Light Vehicle Per Mile: $ 0.40 -he time is portal-to-portal from the office servicing the project. Increase hourly rate by 1 3 for over 8.0 hours per day, Saturday andror Sunday work. Hoiiday work is 1.5 times standard rate. The minimum trip charge is three(3)hours. Engireerirg services for summary reoort preparation are invoiced at the Grad-:ate Engineer Rate E. Use of Nuclear Moisture/Density Gauge Per Day: S 35.00 F. Pickup Concrete Test Samples Per Trip: $ 37.50 G. Structural Steel Test Equipment 1. Ultrasonic Flaw Detector Per Day: $ 50.00 2. Magnetic Particle Yoke Per Day: S 35.00 H. Fire-Proofing 1. Cohesion Test Supplies Per Day: S 50.00 2. Density Test Each: $ 30.00 ITEM II LABORATORY SERVICES A. Soils 1- Compaction Curve to establish the maximum dry unit weight and optimum water content a. Modified (AASHTO T180, ASTM D1557) Each: $ 130.00 b. Standard(AASHTO T99,ASTM D698) Each: S 110.00 c. Add for Methods B, C, or D Each: $ 15.00 2. Thin-Walled Tube Samples a. Combined Water Content& Dry Unit Each: S 11.50 Weight Determination b. Unconfined Compressive Strength Each: S 11.00 -3- From:Krystyna Wojcik Testing Service Caroeration Fax:708663.2988 Voice:TOS-462.2600 To:Mr Charles Burnidge Pape S ot7 Wednesday,July 03.1996 9.11:II3 AM Burnidge Cassell &Associates P.N. 16,089(Revised) -July 3 1996 B. Portland Cement Concrete/Aggregates 1. Concrete Cylinders a. Compressive Strength Each: $ 9.25 b. Spares!Handling Charge Each: $ 9.25 c. Trim End of Specimen When Necessary Each: $ 15.00 2. Mortar Cubes a. Compressive Strength Each: $ 9.25 b. 2"Cube Mold Per Day: S 6.50 3. Evaluation of Mortars for Plain & Reinforced Masonry a. Pre-Construction Each: $ 300.00 b. CemenVAggregate Ratio Each: $ 50.00 4. Block Prisms Each: S 30.00 5. Sieve Analysis a. Unwashed w 1200 sieve Each: $ 55.00 b. Washed Each: S 40.00 C. Bituminous Concrete 1. Extraction Analysis Each: S 95.00 2. Stability, Flow and Bulk Density(Marshall Method) a. Set of 3 Specimens Per Test: S 125,00 b. With Percent Voids&Theoretical Maximum Density Add: $ 50.00 3. Density of Core Specimen Each: $ 20.00 ITEM III CONSULTATION AND REPORT PREPARATION A. Dr. Lawrence A. DuBose, P.E., S.E. Per Hour: $ 125.00 B. Registered Professional Engineer, Principal Per Hour: $ 95.00 C. Registered Professional Engineer Per Hour: S 80.00 D. Graduate Civil Engineer Per Hour: $ 70.00 E. Transportation 1. Light Vehicle Per Mile: S 0.40 2. Public Transportation Cost+ 10% The above rates are valid through March 31, 1997 -4- From:Krystyna No)clk Testing Service Conacratlon Fax:70a-653-2988 voice:-084s2$6o0 ro:Mr.Charles 6umidpe Page 6 of 7 Wednesday,July 03.1996 9:12:32 AM Burnidge Cassell & Associates P.N. 16,089(Revised) -July 3, 1996 ASSUMPTIONS & ESTIMATED FEE The folIcAAAng estimate is based on the roadway, Crispin Drive,for subgrade stabilization, stone base, BAM, binder and surface using IDOT on site procedures. The curb and gutter concrete is field tested and cylinder molds prepared for compression testing. Lots 20,21 and the area adjacent to the wetlands on Lot 19 are included based on an average depth of approximately 2.5 feet to be compacted with soils borrowed from the designated wetlands. The lot pad build-out is based on relatively dry soils on the lots. Earthwork& Backfill Fg;;ri ITEMS Unit Quantity ; Unit Amount Price Hour 54.0 35.75 $ 1,930.5C 2 Travel, CME Technician (7 trips) Hour 11.0 35.75 S 393.25 3 Travel, Light Vehicle Mile 250 0.40 $ 100.00 L[ENIeat oisture Density Gauge Day 5 35.00 3 175.CC r Content and Dry Unit'Weight Determinaticn Each 10 11.510 $ 115.100 Compaction Curve. Soil Each 1 130.100 $ 130.00 Sub-Total: $ 2,843.75 Estimate Basis-This estimate s based on 7 trios of 3,0 7 hours o7 site after the Lots and 21 have 0een stripped of topsoil Testing procedures include a proof-roll of the lots and full time CNE inspection of the soil compaction. Pavement Item ITEMS knit Quantity Unit ,Amount No Price 1 CME Technician Hour 63.0 35.75 $ 2,252.25 2 Travel, CME Technician (15 tops) Hour 23 0 35.75 $ 82225 3 Travel, Light Vehicle Mil= 530 0.4C $ 212.CC 4 Nuclear Moisture Density Gauge Day 13 35.00 S 455.0C Soils, Water Content& Dry Uni Weigh*. Determination Each 50 11.50 $ 575.CC Laboratory Compaction Curve, Soil Each 2 130.100 $ 260.100 Laboratory Compaction Curve, Stone Each 1 145.CC S 145.CC 9 Bituminous Concrete Extract.cn Analysis Each 7 95-CC �5,38650 Sub-Totai: ji: -5- Flom:Krystyna Wojcik Testing Service Coroeratlon Fax:708653.2988 Voice.70?162.2600 To:Mr Charles Burnidge Pagel 01`7 Wednesday,July 03.5998 9:12:34 AM Burnidge Cassell St Associates P.N. 16,089(Revised) -July 3, 1996 Estimate Basis-This estimate is based on 15 trips of 3 to 8 hours on site proof-rolling the roadway: defining any undercut areas after the roadway has been cut to grade. A density check of fill to bring the roadway to grade will be checked or'a full time basis of 3 days. Also to have density checked wit be thestone base, BAPA,binder and surface. The BAN, binder and surface will each have one rollirg pattern established and a density check of I hours each paving day plus an extraclior test for each 1,50C tons. Sor samples w ll be taken from each lane to def,ne the soil type, moisture and weight Site Concrete kl ITEMS U Unit .Amount No Price an Hour 16.0 35.75 $ 572.CC 2 Travel, CME Technician (traps) Hoar 3.0 35.75 $ 107.25 3 Travel, Licht Vehicle Mile 70 0.4C $ 26.CC 4 Pickup Test Samples Each 2 37.50 $ 75.00 5 Concrete Test Samples Each 32 9.25 $ 296.CC Sub-Total, $ 1,078.25 Estimate Basis-This estimate is based on 2 trips of 8 hours on site to field test the concrete and prepare cylinder molds for compression strength testing. The corstruction time is based on a curb machine working fuil time for approximately two days. Tests will be prepared with 4 cylinders being made for each 50 cubic yards or portion thereof. Project Coordination & Report Preparation Item !?EPr1S Unit Quantity U No 1 Project Engineer Hour 5.0 70.0C �, 350.00 2 Secretary N1C $ 0.cc :1 Sub-Totals $ 350.00 TSC's base fee schedule includes up to three copies of each report Estimated Total: $ 9.658.50 RECOMMENDED BUDGET: $ 9,700.00 -6-