Loading...
96-57 Resolution No. 96-57 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT WITH BURNIDGE, CASSELL AND ASSOCIATES, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Richard B. Helwig, City Manager, and Dolonna Mecum, City Clerk, be and are hereby authorized and directed to execute an agreement on behalf of the City of Elgin with Burnidge, Cassell and Associates, Inc. for engineering services in connection with the Crispin Drive project, a copy of which is attached hereto and made a part hereof by reference. sl Kevin Kelly Kevin Kelly, Mayor Presented: February 28, 1996 Adopted: February 28, 1996 Vote: Yeas 7 Nays 0 Attest: s/ Dolonna Mecum Dolonna Mecum, City Clerk n Q -� Agenda Item No. February 23, 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 the preparation of Plans, specifica- tions and estimates for the construction of 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 includedidelin- 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, BC coordinated the work efforts of the wetland consultant that facilitated the permitting requests with the Army Corp. of Engineers. Under the proposed agreement, BCA will provide all necessary documents to bid the construction of Crispin Drive from McLean Boulevard to Bowes Road and ensure the completion of the wetland in accordance with the Army Corp. of Engineers . The scope of services for the project will include, but may not be limited to the following activities: preparation of final plans, specifications and cost estimates for civil-infrastructure contract. topographic surveys. FBCC/Crispin Drive February 23, 1996 Page 2 . wetlands mitigation plan preparation and Army Corps of Engineers permit submission. preparation of plans, specifications and cost esti- mates for landscaping contract. project management and coordination. bid services and recommendation for contract awards . The City has made contractual commitments to Harting Elektronik, Inc. and Gibson Strings and Accessories regarding access to their property for 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 engineering work imhmediately in order to insure access to certain properties by t 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 of Crispin Drive ro not well suited for competitive proposals. It is more worked on ate to award the project to the firm that initially the project. The Public Works Department, Engineering nDive Divi- sion, has reviewed the proposal submitted by 9 , Cassell & Associates, Inc. and has compared it wi BC other was engineering projects. The proposal of submitted ar scope. found to be in line with other prof The professional services a s areeme is on not-to-exceed $78,235 .00. A copy of 9 e COMMUNITY GROUPS/INTERESTED PERSONS CONTACTED of the The Fox Bluff Corporate ceede with Board the construction Ciy' s intent to p of advised Crispin Drive in 1996 . FINANCIAL IMPACT Funds totalling $1.2 million have been budgeted for this project in the Fox andBllmprovements to Project No un 179529 270-0000-791-92.32,791-92.3 2, (Crispin Drive) . LEGAL IMPACT rr None. FBCC/Crispin Drive February 23, 1996 Page 3 RECOlW NDATION It is recommended that the City Manager be authored to exe- cute the agreement with BC in the not-to-exceed amount of ;78,235.00. espectfully u itted, James L. Kr stiansen Public Works Director Raymond H. Moller Director of Business Services and Properties Richard B. Helwig City Manager RHM/skg Attachment AGREEMENT THIS GREEMENT, is made and entered into this day of C , 1996, by and between the CITY OF ELGIN, an 1 inois 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 Engineering (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 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 documents to bid the construction of Crispin Drive from McLean Blvd. to Bowes Rd. and ensure the completion of the wetland in accordance with the Army Corp. of Engineers . The scope of services for the project will include, but may not be limited to the following activities : preparation of final plans, specifications and cost estimates for civil-infrastructure contract. topographic surveys . wetlands mitigation plan preparation and Army Corps of Engineers permit submission. -2- preparation of plans, specifications and cost estimates for landscaping contract. ' project management and coordination. bid services and recommendation for contract awards . C. A detailed Scope of Services is attached hereto as Attachment A. II. PROGRESS REPORTS A. An outline project milestone schedule is provided herein under: • Notice to Proceed March 01, 1996 • Preliminary Engineering March 22, 1996 • Final Engineering and Bid Documents May 31, 1996 B. Progress will be recorded on the project schedule and submitted monthly as a component of the Status Report described in C. below. 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 $ 78,235 .00 regardless of the actual cost incurred by the CONSULTANT unless substantial modifications to the -3- scope of the work are authorized by CITY through a change order or amendment. B. For outside services provided by other i CONSULTANT the subconsultants, the CITY shall pay 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 $ 765.00 Dollars . 1) Landscape Plans and Spec. $120 . 00, 2) Engineering Document $600 . 00, 3) Wetland Plans $20 .00, 4) Topo Survey $25 .00 . D. The total obligation of the CITY under this agreement shall not exceed $ 79,000 .00 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. G. The compensation set forth above does not include any construction engineering services . For construction related professional services, a fee shall be negotiated at the discretion of the CITY, and this agreement modified by an amendment or change order. 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 _4_ 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. 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 -5- 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 oAgreement or because of their execution, approval 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. 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 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 -7- 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. %VII. 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. XX. 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; 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) . -9- 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 l� By 1---t . ta" Dolonna Mecum Richard B. Helwig City Clerk City Manager (SEAL) For the CONSULTANT: Dated this_p -day of , A.D. , 1996 . ATTEST: By By Secretary President (SEAL) Burnidge Cassell A s s o c I a t e s January 291996 Mr. Ray Moller City of Elgin 150 Dexter Court Elgin, IL 60120 Re: Revised Proposal for all planning, surveying, civil engineering; landscape architecture and wetland consultant services required for the completion of Crispin Drive in the Fox Bluff Corporate Center. Dear Ray: Enclosed is a revised proposal addressing all of the comments raised in last weeks meeting. Please review all line items and call either Paul or me with any questions. i We look forward to beginning our work as soon as you authorize us to do so. Sincerely, BURNIDGE, CASSELL AND ASSOCIATES, INC. Charles H. Burnidge, AIA CHB/dld 91009/1-0124961 Architecture Land Planning Landscape Architecture Architectural Interiors 2425 Royal Boulevard Elgin. Illinois 60123 Telephone:847.695.5840 Fax:847.695.6579 FOX BLUFF CORPORATE CENTER COMPLETION OF CRISPIN DRIVE AND RELATED ISSUES (1126195) DESIGN FEES Civil Design Group -avi{ En ineerin Final Engineering Required civil engineering services to complete the following: storm water management, utility locations, site grading, field work, roadway design and details, quantity estimates, coordination with surveyor and wetland consultant, interface with planner, coordination with City, and preparation of bid documents. Civil Design Group $60.000.00 J T Burnidge and Associates -Surveying Surveying Additional topographic survey information 100' from center line of proposed Crispin Drive along the north edge of the Elgin Corrugated Box parcel, plus additional topo on Lot 17, along the proposed Crispin Drive alignment J.T. Bumidge and Associates $720.00 Burnidge Cassell A 8 3 0 c I a t 0 8 Environmental SIE -Wetland Wetland The first step will be to draft a letter to A.C.O.E. asking for a schedule extension. An additional step may be required, if preliminary engineering suggests that grading within the Wetland should be revised. Services then would include: an analysis of the previous mitigation plan and preparation of a revised plan, submission of such plan to the AC.O.E. and interfacing with the engineer and planner. Environmental WE $500 - $2.500 Bumidne Cassell and Associates Land Planners Landscape Plans Landscape planting plans required for the street trees in R.O.W., the landscaped island, an entry sign and planting at Bowes Road, and the screening buffer along the Elgin Corrugated Box Company property. Coordination with the neighboring property owners, and preparation of the bid documents for all landscape issues including the wetland. $9,800 Proiect Coordination Planning Issues Planning decisions regarding the location of the new road within the R.O.W., the size of the R.O.W., the location of the new road within the R.O.W., and the size of the any landscape islands within the R.O.W. Resolution of engineering issues. $4,500 Bumidge Cassell A 3 3 0 c 1 0 t e 3 Wetland Coordination X200-$700 Total of Combined Services 75,720 -$78,220 Bidding Including bid phase services, and construction phase services (including o site observation) CDG 4% of the Final Engineers Opinion of probable Con ction Costs ($50,000 estimated) BCA 5-8°x6 of the landscape constructio sts, depending upon size of project ($5,250 estimated) Environmental S/E 5-8% of wetland struction costs, depending upon size of project ($1,600 esti d) Total Estim d Bidding and Construction Services: -- 6 91'009/1-0124961 Burnidge Cassell A s s o c i a t e s PROPOSAL FOR CRISPEN DRIVE DESIGN ESTIMATED COST OF ENGINEERING SERVICES CATEGORY TOTALS: Hours 42 204 362 204 112 924 Billing Rate 105 88 63 53 36 Cost 4410 17952 22806 10812 4032 f0 012 %of Hours 4.5 22.1 39.2 22.1 12.1 100 Principal Project Project Senior Junior In-Charge Manager Engineer Technician Technician Item FUNCTION DESCRIPTION P1 E5 E2 T3 T7 Totals PROJECT MANAGEMENT 100 Meetings with Owner 4 6 10 101 Meetings w/Outside Project Manager 4 6 10 102 Meetings wl Other Project Consultants 4 4 8 103 Meetings with Regulatory Personnel 4 4 8 104 Meetings with CDG Staff 4 4 4 4 16 105 Meetings for Project Managment 2 2 2 2 8 108 Project Programming 4 4 8 109 Ordinance and Zoning Research 2 2 111 Project Startup 2 2 4 112 Project Written Communications 4 4 4 12 113 Project Phone Communications 4 4 4 12 114 Project Administration 4 4 115 Project Budgeting 2 2 118 Project Review-Plans&Details 2 2 4 Subtotals: 108 ENGINEERING FIELD WORK 120 Site Visits 2 2 2 2 8 121 Rework Site Data into COG Systems 4 4 8 125 Feld Survey Coordination 2 4 6 126 Weiland Coordination 2 2 4 Subtotals: 26 STORMWATER MANAGEMENT 130 Watershed Analysis and Plan 12 6 18 131 Drainage Calculations 2 6 24 32 132 Stormwater Collection System 2 6 24 20 20 72 133 Drainage Reports 8 16 24 134 Detention/Retention System B 20 12 40 135 Drainage Overlay 2 2 138 Off R.O.W.Storrs Sewer Profiles 4 8 8 20 Subtotals: 208 SITE GRADING 140 Site Grading General Analysis 4 8 40 52 141 Site Grading Detailed Design 20 60 80 142 Site Grading Drawing Preparation 30 24 54 144 Erosion and Sediment Control 2 4 6 12 147 Earthwork Balancing 2 4 6 16 28 149 Grading Permits(NPDES) 2 2 4 Subtotals: 230 SANITARY SEWERS 150 Sanitary d Septic Serv.Area Analysis 2 4 6 151 Sanitary Collection System 4 8 8 4 24 157 Sanitary Reports and Calculations 2 2 4 158 Off R.O.W.Sanitary Sewer Profiles 4 4 8 159 Sanitary Sewer Permits QEPA,MWRD) 6 2 8 Subtotals: WATER DISTRIBUTION 161 Water Distribution System 2 4 4 10 169 Water Distribution Permits QEPA) 4 2 6 Subtotals: 16 ROADWAYS 171 Alignment Geometrics-Horizontal 2 2 2 6 172 Alignment Geometrics-Vertical 6 20 14 4 44 174 Sidewalks and Walkways 2 4 6 175 Lighting 4 2 6 176 Pavement Markings 2 4 6 177 Roadway Reports d Calculations 2 4 6 Subtotals: 74 PROPOSAL FOR CRISPEN DRIVE DESIGN ESTIMATED COST OF ENGINEERING SERVICES Principal Project Project Senior Junior In-Charge Manager Engineer Technician Technician Rem FUNCTION DESCRIPTION P1 E5 E2 T3 T1 Totals GENERAL PROJECT ENGINEERING 191 Project Details Design 6 6 192 Analyze&Respond to Review Comments 2 4 6 194 Plan Special Provisions 10 2 4 16 195 Cost Estimates 16 16 196 Plan Review Markups 10 10 20 Subtotals: GENERAL PROJECT TECHNICAL 200 Initial Drawing Setup 4 4 8 201 Project Details Technical 8 4 10 202 Cover Sheet 4 4 8 203 Coordinates,Dimensions,&Annotation 4 8 4 14 204 Plotting Drawings 2 4 6 205 Quantity Estimates 8 12 20 206 Project Base Sheets or Data for Others 4 4 208 Wiseeilaneous Drawing Corrections 4 4 8 209 Deliveries 4 4 Subtotals: 82 PROJECT MANUAL AND BIDDING 262 Contract&Bid Schedule Preparation 4 4 6 263 General&Supplementary Conditions 24 12 36 264 Technical Specifications 8 8 16 265 Document Revisions 6 6 Subtotals: 66 0% Contingency 0 0 0 0 0 0 PROPOSAL FOR CRISPIN DRIVE COMPLETION WITHIN THE FOX BLUFF CORPORATE CENTER JOHN T. BURNIDGE AND ASSOCIATES(Surveying) Category Totals Hours 8 1 9 Billing $85 $40 Rates Cost $680 $40 $720 Function Principal Survey Senior Items Description in-Charge Crews Technicians Total • Provide topographic survey services from center line of 7 1/2 7-1/2 Crispin Drive 100'south along Elgin Corrugated Box property. • Provide additional topographic survey data on 1 1/2 1-1/2 Lot 17 along Crispin Drive. • Supply data to Civil Design Group Sub-Totals 9 91009\JOHNT PROPOSAL FOR CRISPIN DRIVE COMPLETION WITHIN THE FOX BLUFF CORPORATE CENTER ENVIRONMENTAL S/E(Wetlands Consultant) Category Totals Hours 5 5 16 4 2-5 7-35 Billing $85 $85 $70 $70 $35 Rates Cost $425 $425 $1,120 $280 $70-175 $500-2000 Function Principal Principal Sr. Env. Sr. Soil Clerical Items Total Description Scientist Scientist Scientist • Draft letter to the Army 5 2 7 Corps of Engineers (ACOE)requesting schedule extension • If civil engineering drainage plans require grading within the Wetland to be revised,then the following would be required. 1. Analysis of previous mitigation plan 5 16 4 3 28 2. Preparation of revised plan. 3. Submission of revised plan to Army Corps of Engineer and ACOE approval. Sub-Totals 7-35 91009\ENVSE PROPOSAL FOR CRISPIN DRIVE COMPLETION WITHIN THE FOX BLUFF CORPORATE CENTER BURNIDGE, CASSELL AND ASSOCIATES(Project Coordination, Landscape Design) Category Totals Hours 225 110 16 148.50 Billing $115 $85 $85 Rates Cost $2,587.50 $9,350 $1,360 $13,297.50 Function Principal Project Landscape Senior Items Total Description in-Charge Manager Architect Technicians Proiect Management • Meetings w/Owner 6.0 6.0 12 • Meetings w/other property owners in FBCC 4.0 4.0 8 • Meeting w/Consultants 2.0 4.0 6 • Meeting w/BCA staff 2.0 2.0 4 • Project Programming 2.0 3.0 5 • Project Start-Up 3 0 3 • Project Written Communications 3.0 3 • Project Phone 4.0 4 Communications • Project Administration Coordination 2.0 2 • Project Budgeting Coordination 6.0 6 • Project Review 2.5 4.0 6.5 Sub Totals 59.5 Landscape Architecture • Design of Crispin Drive Landscape including: 1. Islands 2. Screening 4.0 63 10 77 Corrugated Box Parcel 3. Entrance on McLean Blvd. 4. Special Features • Preparation of Bid 6 6 12 Documents Sub-Totals 89 Category Totals Hours 24.5 121.50- 16 162-168 127.50 Billing $115 $85 $85 Rates Cost $2,587.50 $10,327.50 $1,360 $14,505 -10,837.50 -15,015 Function Principal Project Landscape Senior Items Description in-Charge Manager Architect Technicians Total Wetland Coordination • Coordination of 2.8 Environmental S/E. Wetland Consultant Sub-Totals 2-8 Survey Coordination • Coordination of John T. 2 Bumidge and Associates for Surveying Services Sub Totals 2 Civil Engineering Coordination • Coordination of Crispin 2 7.5 Drive Engineering, Site Grading and Storm Water Detention within overall project scope of Civil Design Group services Sub Totals 9.5 Subtotal Design Fee Costs Civil Design Group $60,000 J.T. Bumidge Surveyors $720.00 Environmental S/E-Wetland $500- Consultant $2,500 Bumidge, Cassell and Associates Planners and $14,505- Landscape Architects $15,015 Total Design Fees $75,725- $78,235 Reimbursable/Printing Costs Landscape Plan&Specs $120.00 Engineering Documents $600.00 Wetland Plans $20.00 Topo Survey $25.00 Total Reimbursables Costs $765.00