Loading...
2015-25 - First Amendment FIRST AMENDMENT TO AGREEMENT THE COUNTY OF COOK LAKE COOK ROAD Raupp Boulevard to Hastings Lane VILLAGE OF BUFFALO GROVE Section: 13-A5015-02-EG This First Amendment to Agreement, is made and entered into by and between the COUNTY OF COOK, a body politic and corporate of the State of Illinois, hereinafter called "COUNTY' and the VILLAGE OF BUFFALO GROVE, a municipal corporation in the State of Illinois, hereinafter called "VILLAGE". The COUNTY and the VILLAGE are collectively referred to as the "PARTIES" WITNESSETH Whereas, the PARTIES entered into an Agreement for roadway improvements along Lake Cook Road from Raupp Boulevard to Hastings Lane(hereinafter called PROJECT),which was effective on July 17, 2013, hereinafter referred to as "AGREEMENT"; Whereas, the AGREEMENT specified the costs and obligations for Phase II design engineering forthe PROJECT, originally estimated to cost the COUNTY Three Million Three Hundred Eight Thousand Four Hundred Forty Dollars ($3,308,440.00); and Whereas, the COUNTY has requested additional design engineering services related to the PROJECT which were not included in the original AGREEMENT. The additional engineering services shall include, but are not limited to: addition of second noise wall on Lake Cook Road, addition of value engineering study participation, plan revisions and addition of Metropolitan Water Reclamation District ( ) permitting; and Whereas, the VILLAGE intends to expand the scope of work in the consultant engineering agreement to include said additional engineering services; and Whereas, the VILLAGE and COUNTY desire to amend the AGREEMENT to modify the original cost estimate to account for the additional engineering costs, and Whereas,the COUNTY's share of the additional engineering services shall be Three Hundred Twenty- Six Thousand Five Hundred Eighty-Four Dollars ($326,584.00); and Whereas, the total estimated cost to the COUNTY under the AGREEMENT is now Three Million Six Hundred Thirty-Five Thousand Twenty Four Dollars ($3,635,024.00); and Whereas, the COUNTY previously issued payments to the VILLAGE based upon the original cost estimate and these payments shall reduce the COUNTY's total payment obligation; and Now, Therefore, in consideration of the promises and mutual undertakings herein set forth, the parties agree to amend the AGREEMENT as follows: It is mutually agreed that the above Recitals are incorporated herein and made part hereof. FIRST AMENDMENT TO AGREEMENT Lake Cook Road Raupp Boulevard to Hastings Lane Section: 13-A5015-02-EG I. MODIFICATIONS TO AGREEMENT The following modification is made to SECTION 3. PROJECT FUNDS ■ Subsection 3.1 is amended to read as follows: 3.1 County's Share of the PROJECT.The County shall payfor one hundred(100%)percent of the costs of the PROJECT, including Village of Wheeling and Lake County design elements, less the costs for the Village Work as described in AGREEMENT Section 5.8. The County's total estimated cost for the PROJECT is Three Million Six Hundred Thirty- Five Thousand Twenty Four Dollars ($3,635,024.00). The following exhibit Provision is added to the AGREEMENT as follows: A Funding Breakdown is incorporated and attached hereto as Exhibit A. The Funding Breakdown is only an estimate and does not limit the financial obligations of the Parties as described herein. Ill. EFFECT OF FIRST AMENDMENT This First Amendment forms a part of and supplements the requirements of the AGREEMENT. All other provisions of the AGREEMENT not specifically addressed in this First Amendment shall remain in effect and unaltered. This First Amendment is subject to all terms and conditions applicable to the AGREEMENT except as expressly provided in this First Amendment. The COUNTY and VILLAGE agree that their respective successors and assigns shall be bound by the terms of this First Amendment. Ill. EFFECTIVE DATES OF AMENDMENT This Amendment shall be effective upon proper execution by authorized signatories of the parties and shall continue in effect until the AGREEMENT expires or is terminated. THE REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK Page 2 of 4 FIRST AMENDMENT TO AGREEMENT Lake Cook Road Raupp Boulevard to Hastings Lane Section: 13-A5015-02-EG EXHIBIT A Funding Breakdown ITEM TOTAL COST VILLAGE COUNTY COST COST Original Phase II Engineering $3,420,996.00 $112,556.00 $3,308,440.00.00 Agreement(7-17-13) Design Engineering for Revised $326,584.00 $0 $326,584.00 Scope of Project(7-1-15) TOTAL $3,747,580.00 $112,556.00 $3,635,024.00 Page 3 of 4 FIRST AMENDMENT TO AGREEMENT Lake Cook Road Raupp Boulevard to Hastings Lane Section: 13-A5015-02-EG IN WITNESS WHEREOF,the COUNTY and VILLAGE have caused this Amendment to be executed by their respective officials on the dates as shown. EXECUTED BY VILLAGE OF BUFFALO GROVE: Beverly SussmW_ Village President This _6tk day ofAij a Ij 6{— A.D. 2015. ATTES1 4L "-L lau� Village Clerk --( SEAL EXECUTED BY COUNTY: Toni Preckwinkle President Board of County Commissioners This day of A.D. 2015. ATTEST: County Clerk ( SEAL ) ------------------------------------------------------------------------- ---------------------------------------------------------- RECOMMENDED BY: APPROVED AS TO FORM: Anita Alvarez, State's Attorney By: Superintendent Assistant State's Attorney Department of Transportation and Highways 1-1:7ransportabon&Planning\Pianning\AGREEMENTS\4-INTGOVT-REIMB-LOA\A5015-02-EG Buffalo Grove PhIl—Amendl—Agrmt.doc Page 4 of 4 Local Agency Consultant Village of Buffalo Grove L llkwis DeWrbTwxt Civiltech Engineering, Inc. f 0 &of Transportaboiri C County C 0 Address Cook and Lake A N 450 E. Devon Avenue. Suite 300 Section L S city 13-AS01 5-02-FG Supplement No. I to Itasca Project No. Preliminary Engineering U State A Services Agreement L IL Job No. G I Zip Code Contact Name/Phone/E-mail Address N N Contact Name/Phone/E-mail Address Darren T.Monico,P.E. C T Jonathan R.Vana,P.E. 847.459.2523 Y 630.735.3382 THIS AGREEMENT is made and entered into this day of 'Jo, I� between the above Local Agency(LA)and Consultant(ENGINEER)and covers certain professiondl engineering services in connection with the PROJECT. Federal-aid funds allotted to the LA by the state of Illinois under the general supervision of the Illinois Department of Transportation (STATE)will be used entirely or in part to finance engineering services as described under AGREEMENT PROVISIONS- Project Description Nome Lake Cook Road Improvements Route Length 7,156 ft Structure No, 016-3111 Termini Heupp Boulevard ho Hastings Lane Description Phase || engineering services for the Lake C0okRoad improvement. This supplemental agreement includes additional engineering services required for addition of a second noise wall, Value Engineering Study participation, Value Engineering related plan revisions, K*VVRD permitting, and direct costs. Agreement Provisions 1. THE ENGINEER AGREES, 1 To perform or be responsible for the performance, in accordance with STATE approved design standards and policies,of engineering services for the LA for the proposed improvement herein described. 2 To attend any and all meetings and visit the site of the proposed improvement at any reasonable time when requested by representatives of the LAorSTATE, 2, To complete the services herein described within 550 calendar days from the date oy the Notice hu Proceed from the LA, excluding from consideration periods nf delay caused by circumstances beyond the control mf the ENGINEER. 4 The classifications of the employees used in the work should be consistent with the employee classifications and estimated man- hours shown in EXHIBIT A. If higher-salaried personnel of the firm, including the Principal Engineer, perform services that are indicated in Exhibit A to be performed by lesser-salaried personnel, the wage rate billed for such services shall be commensurate with the payroll rate for the work performed. 5 That the ENGINEER is qualified technically and is entirely conversant with the design standards and policies applicable for the PROJECT; and that the ENGINEER has sufficient properly trained, organized and experienced personnel to perform the services enumerated herein. 8. That the ENGINEER shall be responsible for the accuracy of the work and shall promptly make necessary revisions or corrections namu/Ung from the ENGINEER's errors, omissions or negligent acts without additional compensation. Acceptance of work bythe STATE will not relieve the ENGINEER of the responsibility to make subsequent correction of any such errors or omissions or for clarification of any ambiguities. 7- That all plans and other documents furnished by the ENGINEER pursuant to this AGREEMENT will be endorsed by the ENGINEER and will affix the ENGINEER's professional seal when such seal is required by law. Plans for structures tobe built aaa part ofthe improvement will be prepared under the supervision of a registered structural engineer and will affix structural engineer seal when such seal ie required bylaw. <t will be the ENGINEER's responsibility to affix the proper seal as required by the Bureau of Local Roads and Streets manual published by the STATE. 8. That the ENGINEER will comply with applicable federal statutes, state of Illinois statutes, and local laws or ordinances of the LA. Page 1uf5 0LRUs81O(Rwv. 11/21/13) Printed on 7/15/2015 12:34:08 PM 9. The undersigned certifies neither the ENGINEER nor| havn a. employed mr retained for commission, percentage, brokerage, contingent fee or other considerations, any firm or person(other than obona fide employee working solely for me or the above ENGINEER)to solicit or secure this AGREEMENT, b. agreed, as an express or implied condition for obtaining this AGREEMENT,to employ or retain the services of any firm or person in connection with carrying out the AGREEMENT wr u. paid, or agreed to pay any firm, organization or person (other than a bona fide employee working solely for me or the above ENGINEER)any fee, contribution, donation or consideration of any kind for, or in connection with, procuring or carrying out the AGREEMENT, d. are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal department oragency, e. have not within n three-year period preceding the AGREEMENT been convicted ofor had m civil judgment rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, State or local)transaction-, violation of Federal or State antitrust statutes or commission of embezzlement,theft, forgery, bribery,falsification or destruction of records, making false statements or receiving stolen property, t are not presently indicted for or otherwise criminally or civilly charged by a government entity(Federal, State or local)with commission of any of the offenses enumerated in paragraph (e)and g. have not within a three-year period preceding this AGREEMENT had one or more public transactions(Federal, State or local) terminated for cause ordefault. 10. To pay its subconsultants for satisfactory performance no later than 30 days from receipt of each payment from the LA. 11. To submit all invoices to the LA within one year of the completion of the work called for in this AGREEMENT or any subsequent Amendment orSupplement. 12. To submit BLRD5O1S. Engineering Payment Report,tu the STATE upon completion mf the project(Exhibit 8). 13. Scope of Services tobe provided by the ENGINEER: El Make such detailed surveys as are necessary for the planning and design of the PROJECT, [] Make stream and flood plain hydraulic surveys and gather both existing bridge upstream and downstream high water data and flood flow histories. Prepare applications for U8 Army Corps of Engineers Permit, Illinois Department of Natural Resources Office of Water Resources Permit and Illinois Environmental Protection Agency Section 404 Water Quality Certification. [] Design and/or approve cofferdams and superstructure shop drawings. [] Prepare Bridge Condition Report and Preliminary Bridge Design and Hydraulic Report, (including economic analysis of bridge or culvert types and high water effects on roadway overflows and bridge approaches), [� Prepare the necessary environmental and planning documents including the Project Development Report, Environmental Class of Action Determination or Environmental Assessment, State Clearinghouse, Substate Clearinghouse and all necessary environmental clearances. Make such soil surveys or subsurface investigations including borings and soil profiles as may be required to furnish sufficient data for the design of the proposed improvement. Such investigations 8obe made in accordance with the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Administrative Policies, Federal-Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE. El Analyze and evaluate the soil surveys and structure borings to determine the roadway structural design and bridge foundation. [] Prepare preliminary roadway and drainage structure plans and meet with representatives of the LA and STATE at the site of the improvement for review of plans prior 0othe establishment of final vertical and horizontal alignment, location and size of drainage atruotureo, and compliance with applicable design requirements and policies, �] Make or cause to be made such traffic studies and counts and special intersection studies as may be required to furnish sufficient data for the design of the proposed improvement. Complete the general and detailed plans, special provisions and estimate of cost. Contract plans shall be prepared inaccordance with the guidelines contained in the Bureau of Local Roads and Streets manual. The special provisions and detailed estimate uf cost shall be furnished inquadruplicate. [] Furnish the LA with survey and drafts in quadruplicate all necessary right-of-way dedications, construction easements and borrow pit and channel change agreements including prints of the corresponding plats and staking as required. Page 2pvu a|noso1o(Rew. /1/21/1a) Printed on 7/15/2015 12:34:08 PM ` 11. THE LA AGREES, 1 To furnish the ENGINEER all presently available survey data and information 2. To pay the ENGINEER as compensation for all services rendered in accordance with this AGREEMENT,on the basis of the following compensation formulas: Cost Plus Fixed Fee CPFF= 14.5Y6[DL+ R(DL>+OH(DL)+|HDC]. or LJ CPFF= 14.8Y6[DL+ R(DL)+ 1.4(BL)+|HOC]. or [] CPFF= 14.596[(23+ R)DL+|HDC] Where: DL=Direct Labor |HDC=In House Direct Costs OM=Consultant Firm's Actual Overhead Factor R=Complexity Factor Specific Rate E] (Pay per element) Lump Sum E] 3. To pay the ENGINEER using one of the following methods as required by 49 CFR part 26 and 605 ILCS 5/5-409: [l With ReteineQe e} For the first 5096of completed work, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to 90%of the value of the partially completed work minus all previous partial payments made to the ENGINEER. b) After 50%of the work is completed, and upon receipt of monthly invoices from the ENGINEER and the approval thereof by the LA, monthly payments covering work performed ahe||be due and payable bzthe ENG|NEER, such payments to be equal to 95%of the value of the partially completed work minus all previous partial payments made to the ENGINEER. o) Final Payment—Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and the STATE, e sum of money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. VNthoutRetainaQe o) For progressive paymments—Uponneoeiptofmmnth|yinvoioemfromtheEMG|NEER and the approval thereof by the LA, monthly payments for the work performed shall be due and payable to the ENGINEER, such payments to be equal to the value of the partially completed work minus all previous partial payments made to the ENGINEER. b> Final Payment—Upon approval of the work by the LA but not later than 60 days after the work is completed and reports have been made and accepted by the LA and STATE, a sum o money equal to the basic fee as determined in this AGREEMENT less the total of the amounts of partial payments previously paid to the ENGINEER shall be due and payable to the ENGINEER. 4. The recipient shall not discriminate nnthe basis of race, color, national origin or sex in the award and performance of any DOT- assisted contramiorinthmadministoationofitaDBEpmgmmorthenaquirementeof49 CFR part 28. The recipient shall take all necessary and reasonable steps under 49 CFRpert 26 to ensure nondiscrimination in the award and administration of DOT-assisted contracts. The recipient's DBE pmgnam, as required by 49 CFR part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as violation of this agreement. Upon notification to the recipient of its failure to carry out its approved pmBem.the Department may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C, 1001 and/or the Program Fraud Civil Remedies Act of1886(31U.5.0 3801 eteeq.). |V. IT IS MUTALLY AGREED` I� That no work shall be commenced by the ENGINEER prior to issuance by the LA of a written Notice to Proceed. 2- That tracings, plans, specifications, estimates, maps and other documents prepared by the ENGINEER in accordance with this AGREEMENT shall be delivered bo and become the property of the LA and that basic survey notes,sketches, charts and other data prepared or obtained in accordance with this AGREEMENT shall be made available, upon request,to the LA or to the STATE, without restriction or limitation aoto their use. Page aofe oa*oaa1o(ne, 11/21n3) Printed on 7/15/2015 12:34:08 PM ` 3. That all reports, plane estimates and special provisions furnished by the ENGINEER shall be in accordance with the current Standard Specifications for Road and Bridge Construction, Bureau of Local Roads and Streets Administrative Policies, Federal-Aid Procedures for Local Highway Improvements or any other applicable requirements of the STATE, it being understood that all such furnished documents shall be approved by the LA and the STATE before final acceptance. During the performance ufthe engineering services herein provided for,the ENGINEER shall be responsible for any loss or damage to the documents herein enumerated while they are in the ENGINEER's possession and any such loss or damage shall be restored at the ENGINEER's expense. 4. That none of the services to be furnished by the ENGINEER shall be sublet, assigned or transferred to any other party or parties without written consent of the LA. The consent to sublet, assign or otherwise transfer any portion of the services to be furnished by the ENGINEER shall not be construed to relieve the ENGINEER of any responsibility for the fulfillment of this agreement. 5. To maintain, for a minimum of 3 years after the completion of the contract, adequate books, records and supporting documents to verify the amounts, recipients and uses of all disbursements of funds passing in conjunction with the contract;the contract and all books, records and supporting documents related to the contract shall be available for review and audit by the Auditor General and the STATE; and to provide full access to all relevant materials. Failure to maintain the books, records and supporting documents required by this section shall establish a presumption in favor of the STATE for the recovery of any funds paid by the STATE under the contract for which adequate books, records and supporting documentation are not available to support their purported disbursement. O. The payment by the LA in accordance with numbered paragraph 3 of Section 11 will be considered payment in full for all services rendered inaccordance with this AGREEMENT whether or not they be actually enumerated in this AGREEMENT. 7. That the ENGINEER shall be responsible for any and all damages to property or persons arising out of an error, omission and/or negligent act in the prosecution of the ENGINEER's work and shall indemnify and save harmless the LA,the STATE, and their officers, agents and employees from all suits, claims, actions or damages of any nature whatsoever resulting there from. These indemnities shall not be limited by the listing of any insurance policy, d. This AGREEMENT may he terminated by the L4 upon giving notice in writing 1m the ENGINEER at the ENG|NEER'e last known post office address, Upon such termination,the ENGINEER shall cause to be delivered to the LA all drawings, plats,surveys, reports, pannita, agneemento, soils and foundation ena|yoie, pmvimionm, apecifiouLiona, partial and completed estimates and data, if any from soil survey and subsurface investigation with the understanding that all such material becomes the property of the LA. The LA will be responsible for reimbursement of all eligible expenses to date of the written notice of termination. 8. This certification is required by the Drug Free Workplace Act(30/LC8 588). The Drug Free Workplace Act requires that no grantee or contractor shall receive a grant or be considered for the purpose of being awarded a contract for the procurement of any property or service from the State unless that grantee or contractor will provide a drug free workplace. False certification or violation ofthe certification may result in sanctions including, but not limited to,suspension of contract or grant payments,termination of a contract or grant and debarment of the contracting or grant opportunities with the State for at least one(1)year but no more than five(5)years. For the purpose of this certification, ''Bnsnbae^ or"contractor"means a corpomtion, partnership nr other entity with twenty-five(25)or more employees at the time of issuing the gnant, or e depertment, division or other unit thereof, directly responsible for the specific performance under a contract or grant of$5,000 or more from the State, as defined in the Act. The contractor/grantee certifies and agrees that it will provide a drug free workplace by: a. Publishing astatement: (1) Notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance, including cannabis, is prohibited in the grantee's or contractor's workplace. (2) Specifying the actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that, as a condition of employment on such contract or grant,the employee will: (m) abide by the henna of the statement; and (b) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five(5) days after such conviction. b. Establishing mdrug free awareness program to inform employees about: (1) The dangers of drug abuse in the workplace; (2) The grantee's or contractor's policy nf maintaining a drug free workplace; (3) Any available drug oounsoKn8, rehabilitation and employee assistance program; and (4) The penalties that may be imposed upon on employee for drug violations, u Providing a copy of the statement required by subparagraph(a)to each employee engaged in the performance of the contract or grant and ho post the statement ino prominent place im the workplace. d, Notifying the contracting or granting agency within ten (10)days after receiving notice under part(B)of paragraph (3)of subsection (a)above from an employee or otherwise receiving actual notice of such conviction. e. Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by, t Assisting employees inselecting a course of action in the event drug counseling,treatment and rehabilitation is required and indicating that a trained referral team is in place. g. Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act, Page*c«m eLm0001o(*e,, 11121n3) Printed on 7/15/2015 12:34:08 PM 10. The ENGINEER maubnonaultanL shall not discriminate nn the basis cf race, color, national origin or sex in the performance ofthis 'AGREEMENT The ENGINEER shall carry out applicable requirements of4QCFR part 26in the administration of DOT assisted contracts. Failure by the ENGINEER to carry out these requirements is a material breach of this AGREEMENT,which may result in the termination of this AGREEMENT or such other remedy as the LA deems appropriate. Agreement S Prime Consultant: TIN Number Aqreement Amount Civiltech Enqineerinq. Inc $328,583.62 Sub-Consultants: TIN Number Aqreement Amount Jorqensen and Associates $37,708.38 Stuedemann Environmental Consultina $22,994.00 Santacruz Land Acquisitions ($38,750.00) Frank Lorenz ($14,500.00) Sub-Consultant Total� ($1.999,62) Prime Consultant Total: $328,583.62 Total for all Work: 1 $326,584.00 Executed by the LA: Village cf Buffalo Grove ATTEST. uv:' By: ' Clerk Title. tvA (SEAL) Executed by the ENGINEER: ATTEST: CiviKeoh Engineering, Inc. 0y: By� Title: Title: VICE ?1W5/uCn47 Page a'xo e|epea|0(Rav 11/21n3) Printed on 7/15/2015 12:34:08 PM EXHIBIT A-1 PHASE 11 SCOPE OF ENGINEERING SERVICES Lake Cook Road Improvements Supplement No, 1 This supplement covers revisions pertaining to the following out-of-scope work that was not included in the original Phase 11 Engineering agreement: • Addition of a second noise wall on Lake Cook Road • Addition of Value Engineering Study participation • Addition of Value Engineering related plan revisions, including: • Maintenance of traffic modifications • Change from reconstruction to widening and resurfacing of IL Route 83 • Modification of Weiland Road Bridge over Buffalo Creek • Revisions to wall types • Addition of MWRD Permitting • Addition of direct costs associated with permitting and printing In order to reduce the supplement amount,we have also reviewed the Phase 11 Engineering agreement and determined that the following deductions can be made: • Deletion of Wall A and Wall I anticipated during the Phase I Engineering • Deletion of surplus Appraisal,Review Appraisal,and Negotiation Services Additional details regarding each of these items follows below. SCOPE OF SERVICES 1® Addition of a Second is all on Lake Cook Road The Phase 11 Design Engineering contract included the design of one noise wall, on the south side of Lake Cook Road.This noise wall was shown in the Phase I report at the time the Phase 11 Engineering Agreement was prepared.In November and December of 2013, a second public vote was taken regarding the addition of a noise wall on the north side of Lake Cook Road,west of Lexington Drive.This second vote received a positive response;therefore the noise wall was added to the Phase I report and needs to be added to the Phase 11 design. A. Supplemental Topographic Survey—This item includes obtaining additional survey at the location of the new noise wall.The original survey did not extend north of the existing fencing at the right-of-way line, 'The supplemental survey includes the area north of the fence up to the building faces in order to allow for the design of the walls and any required drainage modifications.This work will be performed by Jorgensen &r Associates.We have included manhours to coordinate with Jorgensen and Associates. B. Plat of Highway Preparation—Ms item includes additional work required on the Plat of Highways to show the additional permo-nent right-of-way and temporary easements for the noise wall construction and associated temporary grading.This work will be performed by Jorgensen&Associates.We have included manhours to coordinate the revisions to the proposed right-of-way and easements with Jorgensen and Associates. Cook County Department of Transportation and Highways and Village of Buffalo Grove I July 1,2015 OWLTECH Lake Cook Road Improvements Supplement No.1 C. Geotechnical Studies—Additional soil borings are required for use during the design of the noise wall. This work will be performed by Midland Standard Engineering&Testing.We have included manhours to coordinate the locations of the soil borings with Midland. D. Noise Abatement Wall Plans (Includes Pre-Final and Final Plans) -We will prepare pre-final and final contract plans for the additional noise wall,including: • General Plan and Elevation 0 sheets) • Noise Abatement Wall Details(I sheet) • Soil Boring Logs (6 sheets) • Cross Sections 0 sheets) • Ornamental Gate Detail(I sheet) • Noise Abatement Wall Connection to Existing Fence Details (1 sheet) The new wall requires a gated opening to replace the existing gate that will be removed.We have included the design of an ornamental gate that will be attached to the proposed wall.We have also included manhours to revise the cross sections along the wall. E. Construction Shop Drawing Reviews— The Phase 11 Engineering agreement included manhours to review shop drawings for the noise wall.Additional hours have been included to review the additional shop drawings for the new watt and ornamental gate. 2. Addition of Value Engineering Study Meeting Participation One of the commitments in the Phase I report was that a Value Engineering Study would be performed during Phase 11.The County selected Benesch to perform the study.'Ihe following work is required to be performed by Civiltech as part of the study: A eeting Attendance—Civiltech will attend four Value Engineering related meetings,including an overview of the VE study process,an initial kick-off meeting where Civiltech will present the background of the project, an interim status update meeting,and a results presentation by Benesch. B. Information Preparation—During the course of the study,we will prepare additional information regarding the Phase I and Phase II design when requested by Benesch.This item includes the manhours required to collect and submit this information. C. Response Preperration,—The results of the Value Engineering were presented to the County and Civiltech in a draft memo.The seven formal proposals included: ■ Proposal I—Maintain two lanes in each direction during construction • Proposal 2—Widen and resurface north leg of IL 83 at Lake Cook Road ■ Proposal 3—Modify alignment of Buffalo Creek(eliminate Wall D) ■ Proposal 4—Consolidate storm water detention • Proposal 5—ModifyWeiland Road bridge • Proposal 6-Modify Buff alo Grove Road bridge ■ Proposal 7—Use steel sheeting instead of"as given"wall types Cook County Department of Transportation and Highways and Village of Buffalo Grove I July 1,2015 7" Lake Cook Road Improvements Supplement o.1 The County reviewed the proposals and requested that Civiltech evaluate Proposals 1,2,5,and 7.Civiltech will review each proposal and prepare memos that discuss the proposals and whether they could be incorporated into the plans.In addition,impacts to the creek realignment for Proposals 3 and 5 will be reviewed by Stuedemann Environmental Consulting(SEC).A copy of their supplement proposal is included. 3. Addition of Value Engineering Related Plan Revisions Civiltech will make revisions to the plans based on the County's review of the responses to the proposals,as follows: A. Proposal I -Maintain two lanes in each direction during construction The Maintenance of Traffic Plans in Contract I will be updated to provide additional lanes for as long as possible.In addition,IDOT released Safety Policy No.4-15 on March 1,2015.This policy will require the plans to be revised to provide additional separation between traffic and the work zone and possibly temporary concrete barrier wall.The following sheets in the Contract 1 plan set will need to be revised or updated: • Stages of Construction—Sequences and Typical sections (7 sheets) • Stages of Construction—5 stages, 1"=50' (50 sheets) • Erosion Control Plan—5 stages, 1"=W (I 5 sheets) • Cross Section Sheets(85 sheets) In addition to the plan revisions, the pre-final quantities will need to be updated. B. Proposal 2—Widen and resurface north leg of IL 83 at Lake Cook Road The preliminary plans show the reconstruction of the north leg of IL Route 83. Based on the VE study,the plans will be revised to show widening and resurfacing IL Route 83 from the Buffalo Grove Town Center to the north project limits.The following sheets in the Contract plan set will need to be revised or updated: • Existing Typical Sections (I sheet) • Proposed Typical Sections (I sheet) • Removal Plan (I sheet) • Plan and Profile (I sheet) • Intersection Grading Plan (I sheet) • Drainage and Utilities (I sheet) • Cross Sections (5 sheets) In addition to the plan revisions,the pre-final quantities will need to be updated. C. Proposal 6—Modify Weiland Road bridge The proposed Weiland Road bridge will be revised from a 3-span reinforced concrete slab bridge to a single span bridge. In order to accommodate the taller beams and meet the clearance requirements to the design water surface elevation,the Weiland Road profile will need to be raised.Revisions will need to be made to Walls A, B, and C since they are adjacent to the Weiland Road bridge and will be affected by the new bridge type and the raising of the profile. Cook County Department of Transportation and Highways and Village of Buffalo Grove I July 1,201 5 P<;qgl 3 of 6, C1 W. LTECH Lake Cook Road Improvements Supplement No.1 The Type,Size and Location (TSL) for this bridge was previously approved by IDOT during the Phase I study.The TSL for Wall C(previously named Wall D in the preliminary plans and VE Study)was approved by IDOT during Phase 11.These TSUs will be updated and resubmitted to IDOT. The following plan sheets will need to be revised: • Plan and Profile(2 sheets) • Intersection Grading Plan(1 sheet) • Drainage and Utilities(2 sheets) Cross Sections (6 sheets) Weiland Road Bridge(SN 016-3111) Plan 05 sheets) Contract I Wall A Plans(3 sheet) Contract I Wall B Plans (3 sheets) Contract I all C (SN 016-3020) Plans (6 sheets) The revised bridge opening will also require the hydraulic analysis to be updated.The IDNR Floodway permit application was previously submitted and will need to be updated with the revised plans and hydraulic analysis. Costs have also been included for plan revisions for the creek re-Alignment at the bridge opening.These plan sheets are being prepared by SEC.A copy of their proposal is included. In addition to the plan revisions,the pre-final quantities will need to be updated. D. Proposal 7—Use steel sheeting instead of"as given" all types Based on the recommendation in the Civiltech response,the wall types for Walls A and B in Contract 2 will be revised from cast-m-place"T"walls to soldier pile walls.Wall B required a Type, Size and Location (TSL) drawing,which was approved by IDOT during Phase 11.This TSL will need to be updated and resubmitted to IDOT. Wall A did not require a TSL,however General Plan and Elevation sheets were prepared for the preliminary plan submittal and will need to be revised, 4. Addition of MWIRD Permitting At the time that the Phase 11 Engineering agreement was prepared,the Metropolitan Water Reclamation District(M D) had not adopted their Watershed Management Ordinance(WO). It was discussed that this project would be included on the MWRD's Existing Development Plan list and would be grandfirthered such that a permit would not be required. Based on the conference call between Cook County, MWRD,and Civiltech on June 10, 2015, the MWIsD has taken the position that although this project was included on the Existing Development List, that list has now expired and they will require two permits under the WRIO—one for each construction contract. A. Technical Memo—We propose to review each contract to determine where the current design meets the requirements of the WMO and to determine how the current design could be revised within the currently Cook County Department of Transportation and Highways and Wage of Buffalo Grove I July 1,2015 page 4 of 6 C MITECH Lake Cook Road Improvements Supplement o.1 proposed right-of-way to meet the requirements of the O.We will prepare a memo for review by the County prior to meeting with MV or revising the plans, B. Pre-Application Meeting—Once we have come to agreement with the County on the proposed recommendations,we will have a pre-application meeting with MR WD to obtain their concurrence prior to completing plan revisions and making the formal permit application. C. Drain Tile Survey—The VVMO requires that the plans show all existing drain tiles. Previously we had anticipated including quantities in the plans to accommodate any field tiles found during construction. We will confirm with M)X'ED at the pre-application meeting if a formal drain the survey is required.We have included a cost for Hey&Associates to perform the survey if required. Hours have been included for coordination between Civiltech and the Hey&Associates D. Drainage Calculation Revisions— The drainage calculations prepared previously will need to be updated to meet the requirements of the WMO.This will likely involve revising"C"values used and analyzing the storm sewer for are where the size of the proposed pipes need to be increased,'The detention basin calculations and model will also be updated to meet the V/MO's allowable outfall rate. E. Plan Revisions—Once we have come to agreement with the County and MV IRD on the recommendations,we will revise the pre-final plans.We anticipate that the following plans will need to be revised based on the technical memo: • Drainage and Utilities(15 sheets) • Detention Basin Grading Plan(I sheet) • Detention Basin Landscaping Plan (1 sheet) E Permit Submittals(2)—We will prepare the necessary documentation for submittal of two permits—once for each contract. G. Subconsultant Coordination—The wetland and riparian portion of the permit submittals will be prepared by Stuedemann Environmental Consulting(SEC .We have included hours to coordinate with SEC. S. Addition of Direct Costs A. IDNR Permit Fees-At the time that the original agreement was approved,the IDNR did not charge fees for permit applications.As of January 15,2014,the IDNR began requiring fees in the amount of$3,060. -fhe IDNR determined that this project would require two permits,and therefore two fees,because the bridges are being constructed under separate contracts.In addition, it has been determined that a fee will be charged for the Conditional Letter of Map Revision that was not included in the original agreement, B. MWRD Permit Fees—Based on the conference call on June 10, 2015,this project will now require two permits under the MV/RD WMO.The MV/RD will charge permit review fees for each contract. C. LCSMC Permit Fees—It was originally anticipated that this project would be permitted by LCSMC under one permit aud the permit application fee was included in the original agreement.Based on recent coordination, LCSMC would now prefer to permit this as two projects,therefore an additional permit fee will be required. Cook County Department of Transportation and Highways and Village of Buffalo Grove I July 1,201 5 OWLTECH '.. Lake Cook Road Improvements Supplement No.I D. Printing Costs Phase If Design Engineering contract included costs to print various copies of the plans based on an estimated number of plan sheets (727).The number of plan sheets has increased to a new estimate of 1,300 for both contracts combined. ® Deletion of Phase I all A and Wall I The Phase 11 Design Engineering contract included the design of two retaining walls (Wall A and 1) that are no longer required based on the preliminary Phase 1I design.The exhibit included with this supplement shows the locations of these walls.Wall A was located on the east side of IL Route 83,south of Weiland Road.The wall was shown in the Phase I report to try to minimize impacts to the existing trees on this property, Based on additional survey obtained during Phase 11, it was determined that impacts to most of the trees could not be avoided even with the construction of the wall. all I was located on the north side of Lake Cook Road between IL Route 83 and Weiland Road.This wall was shown in the Phase I report to minimize the impact to an existing site detention facility. Based on the amount of detention remaining after the installation of the wall, it was determined that it would be more cost effective to replace all of the detention in the new basin being constructed a s p art of this project. Sheets to be deleted: • Wall A • General Plan and Elevation(I sheet) • Cast-in-Place Facing Elevations(I sheet) • Typical Wall Cross Section and Wall Details(1 sheet) • Boring Logs (2 sheets) • Wall I • General Plan and Elevation (I sheet) • Cast-in-Place Facing Elevations(2 sheets) • Typical Wall Cross Section and Wall Details(2 sheets) • Boring Logs (2 sheets) 7. Deletion of Surplus Appraisal,Review Appraisal,and Negotiation Services The original Phase 11 Design Engineering contract included appraisals,second appraisals, review appraisals, and negotiation services based on an estimated number of parcels from the Phase I report. During the course of the plat preparation,the number of parcels was reduced, typically because what we originally believed to be separate parcels were able to be classified as single parcels.We are proposing to reduce the amount of fee for these items of work to the amount that will be invoiced, less$25,000 for appraisals and$25,000 for negotiations to account for any revisions that may be necessary after the approval of this supplement. Cook County Department of Transportation and Highways and Wage of Buffalo Grove I July 1,201 5 Page 6 o, | | / � FIE E > 2 E CL 0 C6 oi a; V Ln OL vo UI 0 t4 u 7 Q S Eh r w uj ui C? C C: CP tm 73 0i r as Lr ui ZT W Ci r c LU gp LU M r 00 r- w LU 0 a, r- IOD tm 0 ❑ ❑ LU -J UJ C r Im C LU uj 0 s 0 O C C: W LU J cm m CM C P� to co :E to 2! M s r pNpp C; Val) IV + .M 0 CL Q CL + M c Iq 0 -D C: 'or 0 + 0 — 0 U c c c w = 0 z L5 V uj L) 2 fo 0 ;t El 0 > IS O 0 c c 0 o Q ciUa cu 1% v Z 1! '. O �3 O CL w o E �H I-It —— ——————— - I IM I I 11H IN If L,'t A 4 tE ti Ek ru iu-,6 �Q.3 '5 is IS .1-f 331 U \} }} j£§ !!«j ;<:\§� \§) > 2!@n P 1'7 } , � � � � \ !„2 ..�e-£ � e ----------- - IL >01 Ch a ILL C: 77 7}) \ \ 12 ` \ \ ), }�� � } \\/ ! 2 \ \��: )�\\ � \ .)%. ]j !§! •'!/�)!;ljk \\}\ -f/ d tu PHI 4 CIVILTECH Lake Cook Road Improvements Supplement No.1 Exhibit A-4:Direct Costs ITEM I -Supplemental Survey Jorgensen and Associates Total Item 1 $19,119.14 ITEM 2 -Geotechnical Investigation Midland Standard Testing & Engineering Total Item 2 $5,698.00 ITEM 3- Right-of-Way Documents Jorgensen and Associates Total Item 3 $18,589.24 ITEM 4-VE Study Review Stuedemann Environmental Consulting Total Item 4 $2,198.00 ITEM 5-VE Plan Revisions Stue•emann Environmental Consulting Total Item 5 $5,863-00 ITEM 6- MWRD Permitting Stuedemann Environmental Consulting Total Item 6 $14,933-00 ITEM 7- Drain Tile Survey Hey&Associates Total Item 7 $3,150.00 ITEM 8- Permit Fees IDNR Permit Application Fee-2 x$3,060 $6,120.00 IDNR Conditional Letter of Map Revision Fee $6,500.00 MWRD Permit Application Fee (2 contracts) $15,000.00 LCSMC Permit Fee $5,000.00 Total Item 8 $32,620.00 ITEM 9 - Printing Includes Pre-Final and Final Printing for Contract I and Contract 2 Village of Buffalo Grove 20 sets X 573 sheets/set X$0.15/sheet (Half size) $1,719.00 Village of Wheeling 20 sets X 573 sheets/set X$0.15/sheet(Half size) $1,719.00 CCDCTH 40 sets X 573 sheets/set X$0.15/sheet(Half size) $3,438.00 CCDOTH 8 sets X 573 sheets/set X$0.60/sheet (Full size) $2,750.40 LCDOT 20 sets X 573 sheets/set X$0.15/sheet (Half size) $1,719.00 IDOT •0 sets X 573 sheets/set X$0.15/sheet(Half size) $5,157.00 Total Item 9 $16,502.40 ITEM 10 -RgM-of-Way Negotiations and Appraisals Appraisals -$15,700.00 Second Appraisals -$14,500.00 Review Appraisals -$18,300.00 Negotiations -$38,750.00 Total Item 10 -$87,250.00 TOTAL DIRECT COSTS: $31.422.78 Cook County Department of Transportation and Highways and Village of Buffalo Grove July 1,2015 vvv,,rvojvkechinr,com -7--- 7- OWILTECH" i Jorgensen & Associates, Inc. Cook County Department of Transportation and Highways and Village of Buffalo Grove I July 1,2015 w,,,vw.bvillechinc o JORGENSEN & ASSOCIATES, INC. LAND SURVEYORS Est. 1990 June 10, 2015 Mr. David J.Kreeger, P.E. Civiltech Engineering, Inc. 450 East Devon Avenue Suite 300 Itasca,Illinois 60143 Re: Lake-Cook Road Supplemental Survey Proposal Dear Mr. Kreeger: Enclosed,please find our proposal to prepare additional supplemental topographic survey and a supplemental statutory plat of highways with legal descriptions for the referenced project. Should you have any questions, comments or require any further information concerning our proposal,please feel ftee to call me at(847)356-3371. Respectftdly submitted, Jorgensen&Associates, Inc. Christian H. Jorg sen, L.S. President CHJ/pt Enclosures EACMWMAekLake-Cook R&Supplement#2TTR 120 PARK AVENUE, P. BOX 306 • LAKE VILLA, ILLINOIS 60046-8915• (847) 356-3371 • FAX (847)356-3488 Route: Lake-Cook Road Section: County: Cook& Lake Job No.: Exhibit "A" HOLI3-1y Rate Rall-11C - Consultant's Re(_'Ular Staff Classification From To Principal, Manager, P.L.S. 40.00 42.00 Supervisor, Project Surveyor 38.00 40.00 Cad d Supervisor, Survey Party 21.50 28.50 Chief, S.I.T., Survey Party Chief Instrument Operator, Cadd Operator, 14.00 20.00 assignable Clerical and Secretarial or E:1Civi1techUke\Lake-Cook Rd\Supp1ement#2%EXA Route: Lake-Cook Road Section: County: Cook& Lake Job No.: Exhibit"B" Payroll Burden & Fringw Costs %of Direct Productive Payroll Federal Insurance Contributions Act 11.71% State Unemployment Compensation 1.81% Federal Unemployment Compensation 0.16% Workmen's Compensation Insurance 1.88% Paid Holidays, Vacation, Sick Leave, Personal Leave 12.20% Bonus 5.05% Pension 0.87% Group Insurance 36.25% Total Payroll Burden& Fringe Costs 69.93% EACivi1tech\Lake\Lake-Cook Rd\Supp1ement#21EXB Route: Lake-Cook Road Section: County: Cook& Lake Job No.: Exhibit "C" Overhead and Indirect Costs % of Direct Productive PUL011 Business Insurance 4.70% Depreciation 14.08% Indirect wages and salaries 42.1.2% Reproductive and printing costs 0.19% Office Supplies 3.93% Computer Costs 1.27% Professional Fees 1.64% Telephone - 2.06% Fees, license &dues 1.14% Repairs and maintenance 0.50% Business space rent 5.37% Facilities - capital 0.88% Travel -Meals 0.09% Survey Supplies 3.02% Automobile/travel expense 5.39% Equipment Rental 1.00% Miscellaneous Expense 0.70% State Income Tax 0.50% Postage 0.24% Educational & Professional Registrations 0.96% Total Overhead 89.78% EACiviltech\Lake-Cook Rd\Supp1ernent#2\EXC Route: Lake-Cook Road Section: County: Cook& Lake Job No.: Exhibit"D" Classification Types & Rates Sheet I of 2 A. Principal/Officer B. Supervisor, P.L.S C. Survey Party Chief, S.I.T. D. Instrument Operator E. Cadd Supervisor Classification Rates used for Calculation of Fee A. Principal/Officer ............................................ B. Supervisor, P.L.S. .......................................... C. Survey Party Chief, S.LT. ................................ D. Instrument Operator ...................................... E. Cadd Supervisor ............................................ $ 27.50 Route: Lake-Cook Road Section: County: Cook& Lake Job No.: Exhibit"D" Average 110 U d y Rate C a I C U I at ioti Sheet 2 of 2 Principal/Officer 2 hours @ $42.00/hour = $ 84M Supervisor, P.L.S. 17 hours @ $40.00/hour = $ 680.00 Survey Party Chief, S.I.T. 101 hours @ 22. 0 our = $ 2,222.00 Instrument Operator 101 hours @ $18.25/hour = $ 1,843.25 Cad d Supervisor 56 hours @ $27.50/hour = $ 1.540.00 277 hours $ 6,369.25 Average Hourly Rate= $6,369-25 = $22.99/ our 277 EACivi1techU,akeTake-Cook Rd\Supp1ement#2\EXD LO to CN 0 CL to r" CD cli LO CN O t7x t6 Cd Ceti (N Q 00 M Lq w V) ff3 6} cn 0 m z z z 0 U) to LO -6 C4 m L co 0 00 r^ U) V -j (0 N L0 0) Q0 76 M td) I- N to In EY U) C> co m (31 ct m (0 N 0) cl V) W C> 0 0 0 C, 0 to 0 a 0 LO 0 CL U=' r-- c6 to 2 0 U') 6 6 a(n in to 0 to w a 0 LO 0) a c LL m m cli E co m �2 a) �E 0 tx as a) ca > 0 21 . 0 o -5 --3 LO C> C) a CD Ln q 9 C? (N 2 w US vi n dj U IL C) 0 Ono N r- 00 00 cv h1 E 16 z 7p E Qb amo Cal U- x m a- LL! J= Ct -0 0 E 0 0 0- .5 0 o 10: IE 0 iz 0 0 0 0 0 2� 6 w z 0 -0 (D CL 0 0 Route: Lake-Cook Road Section: County: Cook& Lake Job No.: Manhour Breakdown Supplemental Topographic Survey Estimate 1. Field—Supplemental Topographic Survey a. Measure traverse & level circuit 13 hours x 2 men= 26 MH b. Locate existing topography 72 hours x 2 men= 144 MH c. Stake wetlands 16 hours x 2 men= 32 MH Sub-total Item #1 202 MH 2. Office - Compile Field Data a. Compute traverse & level circuit 3 hours x I man= 3 MH b. Edit& compile topographic survey 18 hours x I man = 18 MH c. Input wetland points & compute stake out 6 hours x I man= 6 MH Sub-total Item #2 27 MH 3. Office - Create Existing Topography Base Sheets a. Layout and drafting 32 hours x I an= 32 MH b. Check topographic survey 6 hours x I an= 6 MH Sub-total Item #3 3 8 MH 4. Office - Create T.I.N. &Contours a. Compute contours 6 hours x I an= 6 MH b. Check contours 2 hours x I an= 2 MH Sub-total Item #4 8 MH 5. Coordination Meetings I meeting @ 2 hours — 2 MH Total All Items 277 MH (2) E\Civi1tech\Lake\Lake-Cook R&Supplement#2TOP Route: Lake-Cook Road Section: County: Cook& Lake Job No.: Manhour Breakdown By Item Item Classification Manhours 1. Field— Supplemental Survey Party Chief, S.I.T. 101 Topographic Survey Instrument Operator 101 2. Office - Compile Supervisor, P.L.S. 9 Field Data Cadd Supervisor 18 3. Office— Create Supervisor,P.L.S. 6 Existing Topography Cadd Supervisor 32 Base Sheets 4. Office - Create Supervisor,P.L.S. 2 T.I.N. and Cadd Supervisor 6 Contours 5. Coordination Principal/Officer 2 Meetings EACivi1teWLakc\Lake-Cook R&SupplemenOMBI Route: Lake-Cook Road Section: County: Cook& Lake Job No.: Breakdown of In House Direct Costs Item 1. Field -Topographic Survey a. Trips to project site - 13 ea. * 50 miles/trip x 13 trips=+ 650 miles *650 miles @$0.55/mile= $ 357.50 5. Coordination Meetings a. Meetings at Civiltech office - I ea. *70 miles/trip x I trip=+70 miles *70 miles @$0.55/mile= $ 38-50 Total All Items $ 396.00 EACivfltech\Lake\Lake-Cook Rd\Supp1ement#2\1HC Route: Lake-Cook Road Section: County: Cook& Lake Job No.: Exhibit"D" Class ificatioriTypes & Rates Sheet I of 2 A. Principal/Officer B. Supervisor, P.L.S. C. Survey Party Chief, S.I.T. D. Instrument Operator E. Cadd Supervisor Classification Rates used for Calculation of Fee A. Principal/Officer............................................ B. Supervisor,P.L.S. .......................................... C. Survey Party Chief, S.I.T. ................................ D. Instrument Operator ...................................... E. Cadd Supervisor............................................ Route: Lake-Cook Road Section: County: Cook& Lake Job No.: Exhibit"D" Average Hourly Rate Calculation: Sheet 2 of 2 Principal/Officer 2 hours @ 2. /hour = $ 84.00 Supervisor, P.L.S. 26 hours @ $40.00/hour = $ 1,040.00 Survey Party Chief, S.I.T. 74 hours @ $22.00/hour = $ 1,628.00 Instrument Operator 74 hours @ $18.25/hour = $ 1,350.50 Cadd Supervisor 73 hours @ $27.50/hour = $ 2.007.5( 249 hours $ 6,110.00 Average Hourly Rate =$6.110.00= 24.54/ our 249 EA0vi1tecMLake\Lake-Cook Rd\Supp1ement#2\1,AFXD 0- t, 0 CA N P- 0 0 0 0 1p ON CA 9 0� U� Iq Im 0 NI 0 0 �2 N CA C14 QQ C7 tri �i' (Ci A g! &h. tS7 cc AN to M 00 04 V1 14 pq u ON K 06 to ON 0 A, A; z z z z z z z 0 0 In 0 Ir P- 0 AD to c� 10 0 CIA to CA a� z 0 QA 0 tJ co of AN If ev us ea iv (L U) CA OQ QT to CC C" CA AD K 0 CA ON + o- -6 ol PC eT AN uj 1) 0 T, 5; E CD CA As CA cl CA CA CA cc ii CA CS CA Up CA p 0 CA CA AT 10 to ws ON 00 At t) E3 .5 5 o 0 As 14 t a 47 1— Ot L z < —j LL A; ON CA F di C1104 W w cs 4 CA 06 ON 0) IN am= (110, un 1, 2 0 1 z a a_ = — (A (D LL AT 0 C.) C= V5 > LL. 0 LU O CD CA CA CA CC CA CA CS CA P- Ln C3 CD CA to CA W CT CA < 6 CA W C6 L6 of ui CA U) LU rz 2 AN 9 N us W ON 4 z CL U) 43 O 0 O R 10 I) z ON 04 :A At E -6 Z Al vs us wu E lu 0 Z> CA -;a M >1 -6 c 56 O < CL �fz, IS CIO -25 Z O At a 0 0 -1 F- Route: Lake-Cook Road Section: County: Cook& Lake Job No.: Manhour Breakdown Land Acquisition Estimate Length of Project St Mary's Parkway = + 368' = + 0.070 mile Weiland Road Extension = + 805' = + 0.152 mile Short Aptakisic Road = + 960' = + O.182 mile Buffalo Grove Road = + 2,298' = + 0.435 mile Illinois Route 83 = + 2,956' = + 0.560 mile Weiland Road = + 3,528' = + 0.668 mile Lake-Cook Road = + 7,156' = + 1.355 miles Total Length = + 18,071' = + 3.422 miles I Parcel: I Fee Simple &Temporary Easement. 1. Pre-Survey Phase Research available records a. Title Co. Is. Recorder's Office C. I.D.O.T. d. Utilities e. Private Surveyors f. Land Owners Sub-total Item 1 0 MH 2. Reconnaissance Survey 2 hours x 2 men= 4 SID 3. Project Survey Plan +2,640'/sheet a. Alignment info b. Existing R.O.W. info C. Land line data d. Subdivision data Sub-total Item #3 0 MH 4. First Submittal Plat of Highways &Descriptions a. Ownership info b. Total holding boundaries C. Total holding area listing I MH d. Private survey info a. Deed calculated closures f. Layout and drafting + 350'/sht. +3 sheets 54 hours x I man—_ 54 MH Total Holding sheets 8 hrs./sheet s. 1 = 8 MH Alignment&ties eets 9. Legal descriptions 2 descriptions 2 MH Sub-total Item 44 65 MH (2) 5. Survey(Field) a. Monument& reference center line alignment St. Mary's Parkway - 368' Weiland Road Extension - 805' Short Aptakisic Road - 960' Buffalo Grove Road - 2,298' Illinois Route 83 - 2,956' Weiland Road - 3,528' Lake-Cook Road - 7,156' b. Measure existing R.O.W., property& section lines 13 hours x 2 men= 26 MH C. Appraisal topography 30 hours x 2 men= 60 MH d. Monument& reference additional proposed right of way 29 hours x 2 men = 58 MH Sub-total Its #5 144 MFI 6. Survey(Office) a. Compute traverse 2 hours x I man = 2 MH b Compute existing R.O.W.,property& section lines 8 hours x I an= 8 MH C. Compile appraisal topography 7 hours x I man= 7 MH d. Compute center line alignments a. Compute proposed right of way &temporary easements I hour x I man= I MH Sub-total Its #6 18 MH (3) 7. Final Submittal Plat of Highways & Descriptions a. Final drafting±2 sheets 2 hours x I an = 2 MH b. Final descriptions 2 descriptions I MH C. Prepare & record Monument Record- Cook County d. Prepare &record Monument Records- Lake County e. Assembly of final papers Sub-total Item#7 3 ME 8. Coordination Meetings I meeting @ 2 hours= 2 MH 9. QC/QA a. Check preliminary plats 4 sheets 10 MH b. Check preliminary legal descriptions 2 legal descriptions I MH C. Check final plats 4 sheets I MH d. Check final legal descriptions 2 legal descriptions I MH Total All Items 249 MH (4) EACivi1tech\Lake\Lakv-Cook R&SupplementQUALOP Route: Lake-Cook Road Section: County: Cook& Lake Job No,-. Manhour Breakdown By to to Classification an ours 1) Pre-Survey 2) Survey Survey Party Chief, S.I.T. 2 Reconnaissance Instrument Operator 2 3) Project Survey Plan 4) First Submittal Supervisor, P.L.S. 3 It of Highways & Cadd Supervisor 62 Descriptions 5) Survey(Field) Survey Party Chief, S.I.T. 72 Instrument Operator 72 6) Survey (Office) Supervisor, P.L.S. I I Cadd Supervisor 7 7) Final Submittal Supervisor, P.L.S. I Plat of Highway& Cadd Supervisor 2 Descriptions 8) Coordination Principal/Officer 2 Meetings 9) QC/QA Surveyor, P.L.S. II Cadd Supervisor 2 EACivi1tech\Lake\Lake-Cook Rd\Supp1ement#2TAMH1 Route: Lake-Cook Road Section: County: Cook& Lake Job No.: Breakdown of In House Direct Costs Item 4. First Submittal Plat of Highways& Descriptions a. Plat of Highways Mylars 4 sheets @ 5. /sheet= $ 40.00 5. Survey(Field) a. Trips to project site - 9 ea. * 50 miles/trip x 9 trips=+450 miles *450 miles @ $0.55/mile= $ 247.50 8. Coordination Meetings a. Meetings at Civiltech's office— I ea. * 70 miles/trip x I trip=+ 70 miles *70 miles @ $0.55/mile 39-50 Total All Items $ 326.00 EA0vfltech\Lake\Lake-Cook Rd13upp1ement#21LAfNH Route: Lake-Cook Road Section: County: Cook&Lake Job No.. Breakdown of Services By Others to 1. Pre-Survey Phase a. Commitments for Title Insurance-Lake County I Commitment @ $310.00 each= $ 310.00 EAGvi1tech\Lake\Lake-Cook R&SupplementlQ\LASBO C-MLT CH Midland Standard Engineering & Testing, Inc. Cook County Department of Transportation and Highways and Village of Buffalo Grove I July 1,2015 vvv"';"'dvihed hinccom -INISET www.mset.com MIDLAND STANDARD ENGINEERING &TESTING,INC. 558 Plate Drive,Unit 6 East Dundee,Illinois (847)844-1895 f(847)844-3875 April 10, 2014 Mr, David J. Kreeger, R E. Civiltech Engineering, Inc. 450 East Devon Avenue, Suite 300 Itasca, Illinois 60143 Re Cost for Additional Work Lake Cook Road Phase 11 Design Georechnical Extra Work Lake& Cook County,Illinois Dear Mr. Kreeger-. Please find a cost breakdown for extra geotechnical work for the referenced project. The cost amount presented herein is the amount in excess of the original budget of S 36,740.00. Scope ofExtra Woi-k The additional work consists of'. I. Additional drilling, laboratory testing, and reporting for the added north noise abatement wall. The increased drilling amount to the original is 73 lineal feet, 2. Difficult drill rig access and utility clearance conditions associated with winter snowfall events, Addidonal Cost to Bud!-7et The cost of the extra work described above is broken down on Attachment I The change to our 112912013 proposal is an increase of $ 5,698.00. Respectfully submitted, MIDLAND STANDARD ENGrNEERJNG A TESTING, INC. William J. Wyzgala, P.E. Principal Engineer WJW Enclosure: Attachment I MSET, Inc. 4/10/14 ATTACHMENT 1.1 SCHEDULE OF SERVICES AND FEES Lake Cook Road Phase 11 Design Gentechnical E Work-North Noise Abetment Wall&Snow Access Conditons Lake&Cook County,Illinois Item F.sfimated Quantity Unit cost Extention Field Services Mobilization of Drilling equipment, Truck Rig,and Personnel,lumps 1 $500.00 $500.00 Mobilization of an ATV Mounted Drill Rig, Personnel,lump sum 2 $650.00 $1,300.00 Soil boring with soil sampling,/Lf. 73 $21.00 $1,53100 Field Services Total: $39333.00 Laboratory Service Moisture Content Determinations,ea 30 $6.00 $180.00 Laboratory Services Total: $180.00 Engineering Services for Gootechnical Report Inclodino Layout Coordination Utility Clearance and Permits Field Supervision During Drilling Preparation of Soil Boring Logs Analysis and Recommendations Report Preparation and Consultation Estimated Cost $2,185.00 TOTAL: $5,698.00 PPPP� OWLTECH Stuodomann Environmental Consulting, LLC Cook County Department of Transportation and Highways and Village of Buffalo Grove I July 1,2015 vvww,cWkech;nc,corYI ENVIRONMENTAL C i s 1 T1 UNG J June 15, 2015 David J. Kreeger, P.E. Project Manager Civiltech Engineering, Inc. 450 East Devon Avenue,Suite 300 Itasca, IL 60143 SUBJECT: Supplement Proposal for Wetland Science and Stream Relocation Design Services Lake Cook Road Improvements,Raupp Boulevard to Hastings Lane Buffalo Grove and Wheeling,Lake and Cook Counties, Illinois Dear Mr. Kreeger: Stuedemann Environmental Consulting, LLC(SEC) is pleased to present Civiltech Engineering, Inc. (Civiltech) with this proposal to provide supplemental stream relocation design and permitting services for the Village of Buffalo Grove's Lake Cook Road Improvements, Raupp Boulevard to Hastings Lane Project(Lake Cook Road Project) located in the Buffalo Grove and Wheeling, Lake and Cook Counties, Illinois.Services presented herein coincide with the Phase 11 transportation engineering related services provided by Civiltech to the Village of Buffalo Grove (Buffalo Grove). Services presented in the original April 9, 2013, proposal (Original Proposal) included: wetland delineation report update;stream realignment design and plan preparation;Conditional Letter of Map Revision (CLOMR) and Letter of Map Revision (LOMB) submittal and coordination;and wetland and stream realignment related permitting.Services presented in this proposal (Supplement Proposal)are based on:the results of the Value Engineering (VE)Study completed by the Cook County Department of Transportation and Highways (CCDOTH); and the expiration of the Metropolitan Water Reclamation District of Greater Chicago (MWRD), Existing Development Plans List.Services proposed in this Supplement Proposal include: modifications to the stream relocation design, plan set, and special provisions; preparation of MWRD Watershed Management Ordinance(WMO) reports; and MWRD Watershed Management Permit(WMP)submittals for Contract I and Contract 2 of the Lake Cook Road Project.SEC presents this Supplement Proposal in the following sections: project understanding,scope of work, project team, project schedule, project costs, and proposal acceptance. PROJECT UNDERSTANDING SEC understands that Buffalo Grove has retained Civiltech to perform Phase 11 transportation engineering services for the Lake Cook Road Project. Proposed improvements include: widening of Weiland Road from Woodstone Drive to Lake Cook Road; realignment of Weiland Road from Lake Cook Road to IL Route 83; extension of Weiland Road from IL Route 83 southwest to Buffalo Grove Road; widening of Lake Cook Road from Raupp Boulevard to Hastings Lane;widening of Buffalo Grove Road from St. Mary's Parkway to Church Road; and widening of IL Route 83 from Old Checker Road to ON41 1)Taylor Drive,Geneva,IL 6013 4 1 131-588-1805 1 Mc, I)avid/. Kxcm8er P,E, Lake Cook Road project - Supplement Proposal Buffalo Grove, Lake arid Cook Couotir . [L Weiland Road. The Project Corridor for the Lake Cook Road Project consists of all right-of-way(ROW) within these roadway limits, including an additional 100 feet beyond the ROW per Lake County Watershed Development Ordinance (L[VVDD)and per the K4VVRDVV%AOrequirements. SEC understands that findings from the CCDOTH VE Study include modifications to the proposed Weiland Road Bridge over Buffalo Creek. SEC understands these modifications, herein referred tooaVE Study Modifications,to include a revised bridge opening over Buffalo Creek and modifications tw Wall 0 at the Weiland Road intersection with |L Route 83. SEC understands that the K4VVR0's Existing Development Plans List has expired, and that the Lake Cook Road project is now subject to regulatory requirements under the WMO.SEC understands that the Lake Cook Road Project is being submitted to the &4VVR0under two separate submittals according to the limits defined by Contract l and Contract 2. In preparing this Supplement Proposal,SEC has made the following additional assumptions: 1. Buffalo Creek relocation work is located in Cook County and is not regulated under the LCWDO; Z. There are no anticipated regulated isolated wetlands within oradjacent to the Project Corridor; 3. The MWRD does not regulate buffers on non-isolated wetlands, and therefore, a wetland buffer submittal is not required; 4. Hydrologic modeling,survey,and other engineering documents prepared by Civiltech will be available to SEC for reference and use regarding wetland, riparian,and stream restoration submittals; 5. Permitting fees are not included inthis Supplement Proposal; and 6. Conditions and assumptions presented im the Original Proposal apply tothis Supplement Proposal. SCOPE OF WORK SEC proposes to complete the scope of work presented inthis Supplement Proposal in four tasks. Each task is subsequent to the tasks presented in the Original Proposal. Task 6—Buffalo Creek Relocation Supplement Workltem6.1: VEStudV Review and Response SEC's review and responses regarding proposed alternatives presented in the VE Study are included under this work item. Scope mf work includes an assessment mf required design and cost modification pertaining to the alternatives presented in the VE Study. Work Item 6.2: Desjgn Mopykations SEC's design modifications as a result of the VE Study Modifications are included under this work item. Scope of work includes modifications tm calculations pertaining tm grading, cross sections, bankfu||volumes, and landscaping. Work Item 6.3: Plan Set Modifications SEC's plan set modifications as a result of the VE Study Modifications are included under this work item. Scope of work includes modifications to plan set drawings such aa the plan and profiles, compensatory storage, planting plans, construction sequencing, cross sections,details, and wetland drawings. June 15, 2015 Page 2 of 5 Mr. David J. Kcmxgcz, P.E, Lake Cook Road Project-Supplement Proposal 8uffa|oOzorc' Lnkcuml Cook Couuticm` l1, Work Item 6.4: Special Provisions and Quantities Modificapon SEC's special provisions and quantities modifications oae result of the VE Study Modifications are included under this work item.Scope of work includes modifications to the special provisions, re-calculation of modified quantities,and re-calculations of estimated costs. Task 7—MWRD WMO Riparian Environment Memorandum SEC proposes toprepare a Riparian Environment Memorandum for all areas within the Project Corridor per the MWRD WMO requirements. SEC proposes to coordinate with the Civiltech and the MWRD as needed to ensure that the requirements of the VYK8Q are met in the preparation mfthe Riparian Environment Memorandum. As part of this task, SEC will conduct an on-site investigation to:field verify the ordinary high water mark(OHWM)along Buffalo Creek, as provided by Civiltech and the surveyors; conduct a floristic quality assessment(FQA) of the riparian environments along Buffalo Creek;and complete m functional analysis mf the pertaining Buffalo Creek riparian environments. SEC's Professional Wetland Scientist will conduct all on-site investigation activities. SEC will summarize all findings from this investigation in a Riparian Environment Memorandum. SEC will provide a draft of this report tm[ivi|temh in Adobe PDF file format for review and comment. SEC will finalize this report upon receipt ofCivi|tach's comments and will provide mn Adobe P0F file Riparian Environmental Memorandum tmOvi|techfor distribution and use. Task 8-MWRD WMO Permitting,Contract 1 This task includes a pre-application meeting, an on-site meeting, and coordination with the MVVRQ, CCDOTH, and Civiltech as needed with regard to the WMO WIMP Wetland Submittal and the Riparian Environment Submittal for Contract 1.This task also includes preparation of documentation for the Buffalo Creek Relocation submittal tmVNVVAD. SEC will ensure that all documents, including wetland and riparian related narratives, plan sheets, maintenance, monitoring, and mitigation documents, are complete for the WMO permit submittal to the MWRD. Riparian environment vegetation planning and coordination is included under this task, however, wetland and riparian environment mitigation design is not included. SEC will continue coordination with the K4VVRD until the VVR4Piscomplete. Task 9—MWRD WMO Permitting,Contract 2 This task includes a pre-application meeting, an on-site meeting,and coordination with the K4VVRD, CCDOTN, and C|vi|techas needed with regard tm the VVM0VVMPWetland Submittal and the Riparian Environment Submittal for Contract 2.SEC will ensure that all documents, including wetland and riparian related narratives, plan sheets, maintenance, monitoring, and mitigation documents, are complete for the WMCI permit submittal to the MWRD. Riparian environment vegetation planning is included under this task, however,wetland and riparian environment mitigation design is not included. SEC will continue coordination with the MVVRD until the VVMPiscomplete. PROJECT TEAM SEC proposes to manage this project out uf Geneva, Illinois, with mm experienced support network of scientists and engineers who have conducted wetland science services and stream relocation design ���«� Mr. David J. Kreeger, P.E. Lake Cook Road Project - Supplement Proposal Buffalo Grove, Hake and Cook Counties, IL services in Lake and Cook Counties. Mr. Barry Stuedemann, P.E., PWS,will serve as Project Manager, Design Engineer, and Professional Wetland Scientist. PROJECT SCHEDULE SEC will proceed with the scope of work presented in this proposal immediately upon authorization from Civiltech.Specific schedules for each work item will be coordinated with Civiltech throughout the duration of the Lake Cook Road Project.The schedule to complete each work item is influenced by the responses, concerns,and requests of Civiltech and the pertaining agencies. PROJECT COSTS SEC estimates the cost to complete the tasks outlined in this Supplement Proposal to be a maximum "not-to-exceed"fee of$22,994.An itemization of these costs is presented in Table 1, Cost Estimate for Consulting Services. The following is a summary of the Supplement Proposal costs: SCOPE OF WORK SUPPLEMENT COSTS Task 6—Buffalo Creek Relocation Supplement Work Item 6.1: VE Study Review and Response $2,198 Work Item 6.2: Design Modifications $733 Work Item 6.3: Plan Set Modifications $3,664 Work Item 6.4: Special Provisions and Quantities Modifications $1,466 Task 7—MWRD WMO Riparian Environment Memorandum $4,932 Task 8—MWRD WO Permitting,Contract 1 $6,466 Task 9—MWRD WMO Permitting,Contract 2 $3,535 TOTAL: $22,994 June t5, 20 15 Page 4 of 5 Mr.David Kreeger, P.E. Lake Cook Road Project -Supplement Proposal Buffalo Grove, Lake and Cook Counties, IL PROPOSAL ACCEPTANCE To indicate your acceptance of this proposal, please notify me by mail or e-mail. SEC will assume the mail or e-mail correspondence to be your signature and date for our authorization to proceed. SEC appreciates this opportunity to present wetland and stream relocation services to Civiltech. If you have any questions, please do not hesitate to contact me at your convenience. Sincerely, Baron H. Stuedemann, P.E., P.W.S. Technical Director I Managing Member Stuedemann Environmental Consulting, LLC Mobile: 630-664-4550 E- ail: bstuedemann@stuedenv.com June 15, 2015 Page 5 of 5 -2, i2 IMU — — — a 0 0 0 0 QN W .-i'ymj} QOt yr} N' m' .-i a a a O 'r Tat 4 0 Z > UA %n Z E5 z 0 m a w d 0 In na vs a o ul Z a r- 43 a x q = _ C4 WC, t ww 9 SO ww o vy` ;m o 0 as co co n s t to E z< Lu z % E zo Lu 0> m j% o 3 3d CL Ln w T. 0 CL -T- 14 CL > Z .E In Z 190 o !9 Eo O-Z H Q E O-Z -0 4 Ix 4 t U E E CC OW .2 c vt u 0 Y H® 3 u u 0 he 0'm Y E 4 Z O;c S A oz 4 s! he z im o 0 0 0 o o 0 .. a E . - 3: 3: ap to co to z 1 cr w w S E E E Ni ................lip CTWLTECH, Irmo Hey and Associates, Inc. Cook County Department of Transportation and Highways and Village of Buffalo Grove I July l,2015 wwv,(.dvi1te(Nn(:.com fie t, a n d A ss o cia tes, Inc. '0 eemm) �7c�:d'cp amiLaild ar­-'Aidiiertwc. su 26,575 IV, Covilu,lzcl"Dcl vr S'olrl'60" A A /L'I" W"S(C. s'ol'o" 1RAGO, r'L' June 22, 2015 Mr. David Kreeger Civiltech Engineering,Inc. 450 F. Devon Ave,Suite 300 Itasca,IL 60143 Proposal No.: 15-0238 a Re: Proposal for Drainage Investigation Services Weiland Road Extension located at between Lake Cook Road and Buffalo Grove Road Cook County, Illinois Dear Mr. Kreeger: Hey and Associates, Inc. (Hey) is pleased to submit this proposal for drainage investigation services pertaining to the Weiland Road Extension located between Lake Cook Road and Buffalo Grove in Cook County (site) within the areas highlighted in red on the sketch you provided to us (study area). Scope of Services We have visited the site to become familiar-with study area and identify potential constraints. We observed a small grain crop located within the study area as well as standard right-of-way vegetation and utilities.We propose the following scope of services: PHASE I SUBSURFACE DRAINAGE INVENTORY We will locate and document existing farm and storm drainage tiles that are encountered during our work for the referenced site within the study area. as 1: Field Reconnaissance During this task we wilk a. Review existing topography,aerial photography and other data for the site. b. Perform a field reconnaissance focusing on tile blowouts and outlets to determine likely locations for drain tiles. c. Perform investigative trenching following the field reconnaissance at key locations to determine the presence or absence of drain tiles. & Repair drain the damaged during the investigation. e. Backfill trenches with the material excavated from the trench. Mr.David Kreeger 15-0238 June 22,2015 Page 2 f. Record location, size, material, condition, percentage of flow, percentage of siltation and depth of cover of tiles at points of exposure. g. Flag the locations at regular intervals. E Stake tile locations at points of ingress, egress and other useful locations. We will diligently attempt to locate all drain tiles within the proposed study area. However, any drain the not located during the investigative trenching procedure-eall necessarily remain unknown. If we are instructed to proceed in areas where desirable vegetation has been established, such as the observed small grain crop, it is your responsibility to arrange for any compensation or replacement resulting from damage or destroyed vegetation. Excessively tall vegetation such as mature corn or naturalized vegetation and shrubs may hinder or prevent a thorough investigation. Task 2: Report Preparation During this task we will: a. Prepare a summary report(*) presenting the findings of the field reconnaissance. b. Provide to you the following report data when complete: three (3) firll-size (22x34) hard copies of the report one (1) electronic (PDF) copy of the report one (1) electronic (Z WG or SHP) copy of the tile and trench linework The report will consist of an exhibit depicting the location of investigative trenches as well as any encountered tiles and their approximate location, size and extent overlaid on an aerial and client provided weland, topography and other pertinent site information, The report will be constructed from derived GPS data points as well as topographical observation and interpretation. Cost Summary The following services will be performed on a lump sum basis: SERVICE Cost PI I"'�Sr"I SUBSI-JRFAIcr Dt,"A'NA(,Fi-'INS ',N'I'ORY $3,150 ToTAL PHASE 1 $3,150 Any supplemental work would be in addition to the above amount or by separate proposal. Our Standard Terms and Conditions are attached. Mr.David Kreeger 15-0238 June 22,2015 Page 3 Summary We look forward to assisting you with this work. If this agreement is acceptable, please sign below and return this proposal to out office. Upon receipt, we will sign and return a fully executed copy for your records. Should you have any questions, please contact Kevin Kleinjan (847-740-0888) at our Volo office, Hey and Associates,Inc. Civiltech Engineering,Inc. Attest Attest Date Date Please return this proposal in the return envelope provided. EXHIBIT A—ATTACHMENT STANDARD TERMS AND CONDITIONS Hey and Associates,Inc. COMPENSATION Hourly Billing Rate BILLING Principal $175-195 billings shall be on a nor aWy basis and are payable upon nowipt.An additional charge of VA-_percent per month per serious)shall be applied to any balance unpaid Engineering more than 30 days,beyond date of invoice. Client shall pay any attorneys Foci,court Senior Civil licioncer 5150 cost,,or other expenses incurred collecting delinquent accounts, Cool Erightecr 1 to V 590-135 Fin gnoccring Designer $90-125 1 fey and Associates Inc, il ley),with seven days written notice,reserves the right to I?nginccrinp Technician $80-91) siceperal or terminate work under dusagwernent on any accounit thal is past<,Inc. Ecological Services The'luait's obligation to few for the work contracted is at no way dependent upon the Wedands and Ecology Ownt'r ability to obtain financing, zoning, permit approval by governmental or senior project Sweruivi $1110 regulatory agencies,or upon are Clicru's succteslul completion of the project. Frurionsmental Services Iclana - Set S 115 Senior Water Resources Planner 595 'I'lic rates presercred her emare effective for the period January 1,2015 throng lijantrary rEtivironmental Sciecres,I to 111 $70-90 31,2016 and shall!be ,object to modification on Februtary 1,20116. Native Landscape Restoration I icological Restoration Slanagei 51 15 LIMITATION OF COSTS FInvironmental Scientist f to If] 570-90 p',ricn,ourrental Tritern, $40 Hus will not be obligated to continue performance or incur costs beyond the estiffyined costs unhas the Giant agrees in wJ611.9 to a revised cost estimate, Landscape Architecture Senior Landscape Architect $150 CLIENT'S RESPONSIBILITIES Landscape Architect 5100-125 I and-scapc Designer S80 Client sh ell arrenaec for access to and make all provisions for Hey to enter upon private Erosion Control arid public prop er:y as required for Hey to perform services under tills Agnsoncise 'Seneir Erosion and Sediment Control Specialist $145 Client shelf provide Hey with Al existing avadable in forrys,tion regarding this project as Soil Rrosion arid Sedintenr Control Species en S75 required, Hen shall be entitled to rely upon information and documentation provided Surveying byte Ghent or consultants retained by the C'Ucm in relation to this project,however I CY professional!.arid Surveyor $105 ley asournes no resporecibilrp,or liability Inc their completeness or accura Subsurface Drainage Services COST OPINIONS Subsurface Drainage Services Manager $1_5 Fri ginet ring Technician 580_95 Any cost opinions or project economic evs1reltions provided by I ley will be on the basis of experience and judgment, best, because I-Icy has no control over market Design Support c0odhicars or brddirrg procedure.,,,we cannot warrant that Side,construction sort,or CAL)Technicy,n 590 project economics will not van,from these op tons. Administration STANDARD OF CARE Scrcior Achrunistouce: 5100 Administrative Assistant $55 The services provided by 1 ley under this A�7,wancm will be performed as reasonably Expert Testimony required in accordance with generidly accepted standards fier services as offered in the proposal[or dais project at the time and the place where the services are perform td. Rates to be determined oil per-prmccr basis REIMBURAABLF EXPENSES INSURANCE Throughout the duration of the project,FIcy will procure and maintain the Following Itearribursoble experrow shall be reimbursed at cost plus an 8%achninisLranve service insurance: charge. Such expenses shall include, but are not necessarily limited to travel, reproduction,alcippirig/delis ery scroll phorogrcrfylw�phone and other communication charges o ,cu and subcontractor fires,equipment and supply costs related to the Liability Lorrits of Liability execution of the project.Fixed rounbunrible expense costs areas follows: and Employer's Liabiliry S 50(),000 crehimadera Travel S 65/m4c Comp richensi-ve General Liability $2,000,000 Copy es S '20/1-yage professional Liability S 1()(),000 So forerm/Diotal Resource Charge Automobile Liabihiv S I poojmo S100,001proiect A-V usage $40,001hour ATV Discm&herbicide Sprang,lJoesira; S 45,001hour Witien the limits of this insurance,fley agrees to hold the Client harmless frorn and Bear Usage 5 T-WO/hour agn cab mai kea;, day rage, injury or I ifi-iy arising directly from the negligent sets or Char Saw Usa ge S 2C1.00/lscrr OrraqviOns oe employees,agents or-u1scontracrive oFT-Icy. Additional Pluttiniy S&W S '90/sq.It. Additional Plotting,Color 5 2.75/sq.to Client will limit any and at' liability, chime for darnages, losses, cost of defense, or Additional Plooing,i\,.'ylar S 4_50/sq,rL, expenses to be levied against Hey oil account of army desir_dichect,error,oa-iiscion,or Flow bider 5 50M'/day professional negligence to a sum not to exceed the amount of I ley's ftic under this GPS Rover $350.00/day agroulawnt.Sbould the Client reqUire,other type",of insurance rove r,gee!trials in excess Total Sett; n S100.010/dry of the above limits, and/or cer6ficates panting ar I,y other(s) thary the Chore, as additional insured fernes,lien's cost of obtaining such coverage,1 l&,or cc fwnsw 'uni re a shill be riarribumald,by the Client. Fe,bruary 111,2015