Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2016-044Temp. Reso. #12778 April 25, 2016 Page 1 of 4 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2016-_ I/J/ A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING TASK AUTHORIZATION NO. 16-17S AND AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE TASK AUTHORIZATION NO. 16-17S WITH MATHEWS CONSULTING SERVICES, INC., TO PROVIDE PROFESSIONAL SERVICES FOR THE DESIGN OF THE TAMARAC LAKES SOUTH WATER MAIN IMPROVEMENT PROJECT; INCLUDING PREPARATION OF DETAILED PLANS AND SPECIFICATIONS FOLLOWED BY PERMITTING, BIDDING ASSISTANCE AND LIMITED CONSTRUCTION ADMINISTRATION SUPPORT, IN ACCORDANCE WITH THE CITY'S CONSULTING ENGINEERING AGREEMENT AS AUTHORIZED BY RESOLUTION NO. R-2011-87, FOR AN AMOUNT NOT TO EXCEED $159,179; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates and maintains the water supply, treatment, and distribution systems; and WHEREAS, the existing water mains are undersized (2-Inch through 6-Inch) and are constructed of cast iron and galvanized steel which are subject to internal corrosion which leads to water quality issues; and WHEREAS, many of these undersized water mains are located in backyards making water meter reading and water main repairs difficult; and Temp. Reso. #12778 April 25, 2016 Page 2 of 4 WHEREAS, this project will consist of installing new water mains in the road right-of- way, eliminating backyard water mains, reconnecting customers to new mains, and replacing low -quality mains with pipe material that meets today's standards; and WHEREAS, the construction of this project will provide new water mains which will lead to improved water quality and improved fire flow at hydrants; and WHEREAS, Task Authorization No 16-17S with Mathews Consulting Services, Inc., will provide the design, permitting and bidding assistance along with limited construction administration support at a cost of $159,179 to design the Tamarac Lakes South Water Main Improvement Project; and WHEREAS, the City requires the service of a consulting firm knowledgeable in this area and capable of providing professional services for the design, permitting and bidding assistance along with limited construction administration support of the Tamarac Lakes South Water Main Improvement Project; and WHEREAS, Mathews Consulting Services, Inc., possesses the required knowledge and experience to provide the professional engineering services associated with the Tamarac Lakes South Water Main Improvement Project; and WHEREAS, Mathews Consulting Services, Inc., has been pre -qualified as an approved consultant for engineering services by the City of Tamarac as authorized by Resolution No. R-2011-87; and WHEREAS, it is the recommendation of the Director of Public Services that Task Authorization No. 16-17S from Mathews Consulting Services, Inc., be approved and executed by the appropriate City Officials; and Temp. Reso. #12778 April 25, 2016 Page 3 of 4 WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to accept and execute Task Authorization No. 16-17S (a copy of which is attached hereto as "Exhibit 1 ") with Mathews Consulting Services, Inc., to provide engineering services for the design, permitting, and bidding assistance along with limited construction administration support of the Tamarac Lakes South Water Main Improvement Project for a total amount not to exceed $159,179. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution. All exhibits attached hereto are incorporated herein and made a specific part hereof. SECTION 2: The City Commission approves Task Authorization No. 16-17S and authorizes the appropriate City Officials to execute Task Authorization No. 16-17S with Mathews Consulting Services, Inc., to provide engineering services for the design, permitting and bidding assistance along with limited construction administration support of the Tamarac Lakes South Water Main Improvement Project, in accordance with the City's Consulting Engineering Agreement as authorized by Resolution No. R-2011-87 on August 24, 2011, for an amount not to exceed $159,179. SECTION 3: The City Manager, or his designee, is hereby authorized to approve and initiate change orders not to exceed $65,000.00 per Section 6-147 of the City Code, and close the contract award including, but not limited to making final payment within the terms and conditions of the contract and within the contract price. Temp. Reso. #12778 April 25, 2016 Page 4 of 4 SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. /f PASSED, ADOPTED AND APPROVED this�/ "day of l , 2016. HAR Y DRESSLER MAYOR ATTEST: PATRICIA TEUFE W CMC CITY CLERK RECORD OF COMMISSION VOTE: MAYOR DRESSLER DIST 1: COMM. BUSHNELL DIST 2: COMM. GOMEZ DIST 3: VICE MAYOR GLASSER DIST 4: COMM. PLACKO -�--r I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM SAftEL S4,EEN CI ATTORNEY CITY OF TAMARAC"EXHIBIT 1" Task Authorization No. 16-17S TR #12778 April 21, 2016 Engineering Services for Tamarac Lakes South Water Main Improvements Background This Task Order Authorization is for the performance of engineering design, data collection, permitting, bidding and construction services by Mathews Consulting, Inc (Consultant) pursuant to the Continuing Engineering Services Agreement between Mathews Consulting, Inc. and the City of Tamarac (City), hereafter referred to as the Agreement. The work is for water system improvements in Tamarac Utilities Service Area described herein. Description of Work Refer to Exhibit 1 for location map of the project area. The existing water mains (2" thru 6") are undersized and have reached the end of their useful life. Also, some of the water mains are located in the back of the properties. This project will replace all of the existing water mains in the project area with 8" PVC C900 (DR18) piping and all of the water services will be located in the front of the properties. The specific project components are as follows: • 8" PVC C900 (DR18) Piping (approx. 11,600 LF) to be installed in the pavement w/ trench repair. • The City roadways will be 1" milled & resurfaced ( I" of S-3). • Fire Hydrants will be replaced as required (300 ft. radius spacing for FH). • Gate valves will be located a maximum of 1,500 ft. • All water services (single and double) will be located in front of the properties. All existing backyard water services will be transferred to the front of the property. • The City will provide the Contractor with the meter box and meter. • Decommission existing 4" & 6" water mains (grout). Water mains less than 4" will be abandoned in place (cut and cap). • Connect to existing water mains within the project area. Scope of Services Engineering services consist of. meetings, data collection, final design, permitting, bidding services, and minimal construction administration support. Certain assumptions have been made in preparing this scope of services. To the extent possible, they are stated herein and are reflected in the budget estimates included in this scope of services. The Scope of Services consists of the following six (6) tasks: �a •ate Ea .,„� '� � �f {p �nv�tsfr�m�nr� _ ,,�•, f�Y• � �' � 5! f ,«1M-•...'1 f .1 � f V 41 V _ _' m '± � �... ,. _ ,,,. of � 4 .. •, p _.._ 4' Mf 1 f� IL ff —:JCi o. -Jp E AL x jr dirt nr�M r F ■..a ♦ f 1, �: nFY is '. L { no _ - CL! Page 2 Task Authorization No. 16-17S April 21, 2016 • Task 1 - Client Workshops/Meeting • Task 2 - Data Collection • Task 3 - Final Design • Task 4 - Permitting • Task 5 - Bidding • Task 6 - Construction Administration Task 1: Client Workshops/Meetings Up to four (4) client workshops/meetings shall be attended by Consultant and City staff. Consultant shall provide a written summary of the issues discussed at the workshop meetings. These include review meetings for the following: Item 1.1 Kickoff Meeting for the purpose of verifying the City's goals, objectives and design standards for the project. Lines of communication for the project will also be established. Item 1.2 50% Design Review Meeting. Item 1.3 75% Design Review Meeting. Item 1.4 100% Design Review Meeting. Task 2: Data Collection Item 2.1 Survey Verification CONSULTANT shall furnish the services of a professional surveyor to provide survey services consisting of field topography and horizontal locations referenced by baseline stationing. All existing facilities and utilities within the full right-of-way of the design limits will be referenced by baseline station with an offset distance (left or right) from the baseline for the project and will include the following: 1. Topography survey at 100-foot intervals (vertical control will be NAVD 88) and at major ground elevation changes to depict existing ground profile at proposed project area. This shall be accomplished by creating a baseline in the field to collect pertinent data which shall include the following: a. Location of all visible fixed improvements within the right-of-way of the project limits, including physical objects, roadway pavement, driveways, sidewalks, curb, trees, signs, fences, power poles, buildings, and other encumbrances, including point of curvature and point of tangency. b. Location of all known above and below ground existing utilities: FP&L, ATT, Cable TV, Natural Gas, Potable Water (pipe diameter, TOP, valves, fire hydrants, and meters), Force Mains (pipe diameter, TOP, and valves), Sanitary Sewer (pipe diameter, manhole inverts and direction, rim elevations, laterals, and clean -outs), 5/19/2016 MATHEWS CONSULTING Page 3 Task Authorization No. 16-17S April 21, 2016 Storm Sewers (pipe diameter, manhole inverts and direction, catch basins, and rim/grate elevations), and all other accessible structures. This will include coordination with Sunshine One -Call and City of Tamarac. C. Identify platted rights -of -way (including bearing and distances for centerline), lot numbers, house address, ownership lines (per property tax information provided by City), block numbers and dedicated easements. d. Elevations shall be indicated every 100 feet, at a minimum, to indicate centerline grades, edge of pavement grades and shoulder grades, low points and all right-of- way lines. Intermediate grades shall be indicated at all grade breaks, driveways and sidewalks. e. Provide and reference benchmarks at maximum 600-foot intervals. Elevations to be referenced to an existing established City or County Benchmark. 2. The above topographical survey data will be prepared in AutoCAD (Version 2013) format at a scale of 1 "=20' . Item 2.2 Geotechnical CONSULTANT shall use the services of a professional geotechnical engineer to provide subsurface investigations of the project area that will include: Perform up to twelve (12) standard penetration test (SPT) borings to an average depth of ten (10) feet. Evaluate field data collected and provide geotechnical engineering evaluation report. The soil boring locations will be shown on the design drawings and the geotechnical report will be included in the contract specifications. Item 2.3 Field Verification CONSULTANT shall furnish the services of a professional underground services company to provide underground field locations (i.e. soft -digs) of affected existing utilities. The work shall consist of measuring and recording the approximate horizontal, vertical, width and depth data of affected utilities within the project limits. The soft -digs cost $300 each. Consultant has budgeted $15,000 (50 soft -digs) for the project. Consultant shall determine the number of field locations required after the 50% design has been completed. Item 2.4 Water Meter Study Consultant shall field review the existing water meter box locations and the size of the meters. A spreadsheet shall be developed that will provide street name, house address, and meter size. 5/19/2016 MATHEWS CONSULTING r Page 4 Task Authorization No. 16-17S April 21, 2016 Consultant shall also review locations for any new water service locations (e.g. service and meter box) for services that will be transferred from the back yard to the front yard. City shall assist / accompany Consultant in the field during this subtask. A technical memorandum (pdf format) shall be prepared and provided to the City that will document the findings of this subtask. Task 3 Final Design Item 3.1 Pipeline Corridor Anal Field reconnaissance of the proposed pipeline corridor shall be performed. Photograph log walk- through will be included. In addition, potential underground existing utility conflicts will be identified. Item 3.2 Utility Coordination Coordination with utility agencies [electric (FPL), phone (AT&T), gas (Teco), and cable TV (Comcast)] shall be performed to collect record information. Consultant shall forward copies of the survey information to the Utility Companies and ask them to "red -line" their known utilities onto the survey drawings. The information will be incorporated by Consultant into the design drawings. If coordination with any Utility Company proves to be problematic, the City will be notified. This Subtask includes reconciling apparent discrepancies between record information and existing photographic and field -verification information. Item 3.3, 3.4, & 3.5 Construction Documents Preparation of construction documents shall include contract drawings and technical specifications. Contract drawings shall include: cover sheet, general notes, plan/profile drawings, and miscellaneous detail sheets. The drawing scale shall be 1-inch equals 20 feet for pipeline plan and 1-inch equals 2 feet for pipeline profile. Consultant shall prepare the engineering design elements on topographic survey information in an AutoCAD release 2013 format. Contract documents shall include: "front-end" documents and technical specifications. Drawings and specifications (four copies) shall be submitted for City review at 50% (plan view only), 75% (plan/profile), and 100% (plan/profile) stages. Consultant shall meet with the City to discuss comments, and incorporate comments into final documents. Consultant shall furnish with the 100% design drawings, one (1) set of AutoCAD Version 2013 files in electronic format on CD. Item 3.6 Construction Cost Opinion Preparation of construction cost opinion at 50%, 75% and 100% design stages. The construction cost opinion shall reflect changes in general scope, extent or character of design requirements incorporated during the various design review stages. 5/19/2016 MATHEWS CONSULTING Page 5 Task Authorization No. 16-17S April 21, 2016 Item 3.7 Quality Assurance Consultant shall provide internal QA/QC reviews on the 50%, 75% and 100% Design Documents (e.g. drawings, specifications and cost opinions). Task 4 Permitting During the Final Design Phase, Consultant shall meet with the potential permitting and other interested agencies to determine all potential permitting requirements. Agencies anticipated to have interest in the project include: FDOT and Broward County Health Department (BCHD). Permit applications shall be completed as required for FDOT: ■ Utility Permit Permit applications shall be completed as required for BCHD: ■ Potable Water Main Associated permit application fees shall be determined by Consultant and paid by City. In addition to preparing the permit applications for appropriate regulatory agencies, Consultant shall assist the City in consultations with the appropriate authorities. Consultation services shall include the following: ■ Attend up to one (1) pre -application meeting with the staff of each of the regulatory agencies ■ Respond to request(s) for additional information from each regulatory agency. Task 5 Bidding Item 5.1 Bid Advertisement Consultant shall assist City in advertising for and obtaining bids or negotiating proposals for construction (including materials, equipment and labor). It is anticipated that work shall be awarded under a single construction contract. City shall sell the bidding documents and shall maintain a record of prospective bidders to whom bidding documents have been issued. The City shall also post the bid documents on Demand Star. Item 5.2 Pre -Bid Conference Consultant shall prepare agenda and conduct a mandatory pre -bid conference with interested potential bidders and City staff. Consultant shall provide a written summary of issues discussed. 5/19/2016 MATHEWS CONSULTING Page 6 Task Authorization No. 16-17S April 21, 2016 Item 5.3 Bid Clarification Consultant shall assist City in issuing addenda and shall provide supplemental information or clarification, as appropriate, to interpret, clarify, or expand the bidding documents to all prospective bidders during the bid period. Item 5.4 Contract Award Consultant shall attend the bid opening, prepare bid tabulation sheet and assist City in evaluating bids and proposals, and in assembling and awarding contract for construction. Consultant shall submit to City written recommendation concerning contract award. Task 6 Construction Administration Item 6.1 Conformed Construction Documents Consultant shall prepare conformed Contract Documents for use by the Contractor and City during construction. Item 6.2 Pre -Construction Conference Prepare agenda and conduct pre -construction conference with selected Contractor and City staff. Prepare and issue written minutes of meeting. Item 6.3 Submittal Review Receive, log, and review Shop Drawing and Product submittals for general conformance with the design intent and provisions of the Contract Documents. Review of up to 30 submittals (total, which includes submittals and re -submittals, if required) is included in the budget for SDC phase services. CONSULTANT will review and return submittals to City and Contractor within 7 to10 days of receipt. Item 6.4 Monthly Meetings Attend construction progress meetings with the City and Contractor every month and provide an agenda and written summary of the issues discussed. Project meetings will be conducted by the City Construction Manager with the City Resident Project Representative also in attendance. Following the meeting, the Consultant will prepare and distribute meeting minutes (within 24 to 36 hours after meeting) to the City and other attendees. Meetings will be held at the City facilities. Eight (8) progress meetings are included in the budget for this task. 5/19/2016 MATHEWS CONSULTING Page 7 Task Authorization No. 16-17S April 21, 2016 Item 6.5 Construction Clarifications Respond in writing to Contractor's Request For Information (RFI) regarding the design documents. A total of fifteen (15) RFI responses have been included in this task. CONSULTANT shall issue interpretations and clarifications of the Contract Documents, along with associated support materials, as requested by the Contractor. These interpretations will be rendered and a response prepared and submitted to the City. Item 6.6 Periodic Field Visits Consultant shall visit the project site after each of the monthly project meetings and as needed by the City for any field conflicts or changes during the 8-month construction period. Consultant shall fill out an inspection report each time we visit the site. A total of 50 hours have been budgeted for this subtask. Assumptions Work described herein is based upon the assumptions listed below. If conditions differ from those assumed in a manner that will affect schedule of Scope of Work, Consultant shall advise City in writing of the magnitude of the required adjustments. Changes in completion schedule or compensation to Consultant will be negotiated with City. Services to be provided by the City and other related key assumptions include: 1. City will provide Consultant record drawings of all available existing facilities and proposed facilities, which shall serve as the basis of design in this project. The information will be provided to Consultant within 5 calendars of NTP. Consultant will add this information to the design drawings in plan view only. 2. City personnel will assist in field verification of affected existing City facilities. This includes painting the locations of water mains and services, force mains, and sanitary sewers and laterals in the field for the surveyor in a timely manner. The City shall also have the sewer mains in the project area televised and the Sewer TV logs shall be provided to Consultant within 30 calendar days of NTP. 3. CONSULTANT can assume that all existing and proposed water mains are within City and FDOT rights -of -way or easements. Commercial Boulevard is a State Road. 4. City will also be responsible for preparation of any descriptions, sketches and acquisition of easements (including temporary construction easements) that may be required. Consultant will identify the location and dimensions of any easements or temporary construction easements required for use of the City to prepare the easement descriptions and deeds. 5. The Contract Documents will be prepared as a single bidding contract. No pre -purchase of materials and/or equipment is presumed. A single bidding effort is assumed. Re- 5/19/2016 MATHEWS CONSULTING Page 8 Task Authorization No. 16-17S April 21, 2016 bidding of the project is considered an Additional Services item not currently included in this Scope of Work. 6. The design is to be based on the federal, state and local codes and standards in effect at the beginning of the project. Revisions required for compliance with any subsequent changes to those regulations is considered an Additional Services Item not currently included in this Scope of Work. 7. Contractor will be required to secure any SFWMD dewatering permits. 8. Consultant assumes that there are no contaminated soils or groundwater in the project area. Deliverables TASKS DELIVERABLES QUANTITY 1. Client Workshops/ Meetings Review Notes/Comments 1 — Set per Meeting 2. Data Collection Survey 1 — Survey Drawings 1 — Set of Electronic Files Geotechnical Report 1 — Report Soft Digs 1 — Report 3. Construction Documents 50% Drawings & Specs 4 — Sets (22" x 34") 75% Drawings & Specs 4 — Sets (22" x 34") 100% Drawings & Specs 4 — Sets (22" x 34") 4. Permitting Permit Applications 1 — Set each Permit 5. Bidding Bid Sets 15 — Sets (22" x 34") 5/19/2016 MATHEWS CONSULTING Page 9 Task Authorization No. 16-17S April 21, 2016 Project Schedule The duration and completion times of all tasks are as indicated in the project schedule shown in Attachment "A" as follows: ATTACHMENT A ReplacementTamarac Lakes Water Main •Schedule Project 2016 2017 Jun Jul AugSep Oct Nov Dec Jan Feb Mar Apr May Jun Jul AugSep Oct NTP (June 1, 2016) Kick -Off Meeting Topographical Survey (60 days) Utility Targeting (16 days) Utility Coordination (30 days) Soil Borings (30 days) Soft Digs (30 days) Final Design 50% Design (30 days) City Review (7 days) 75% Design (45 days) City Review (7 days) 100% Design (30 days) City Review (7 days) Permitting (45 days) Bidding and Award (60 days) Construction (8 months) MATHEWS CONSULTING C IV I L E N G IN E E R S 5/19/2016 MATHEWS CONSULTING Page 10 Task Authorization No. 16-17S April 21, 2016 Compensation For Services Compensation by the City to Consultant for the services described in this Task Order will be in accordance with the Not -to -Exceed method of payment, which means Consultant shall only be compensated for services rendered. The Not -to -Exceed amount without written prior approval of $159,179 (refer to Attachment B for detailed break -down) is comprised of the following: Task Labor ($) Subconsult. ($) Subtotal ($) 1. Client Workshops/Meetings 3,752 3,752 2. Data Collection 5,920 66,110 72,030 3. Final Design 49,273 49,273 4. Permitting 5,624 5,624 5. Bidding 4,083 4,083 6. Construction Administration 22,417 22,417 Reimbursables 2,000 2,000 Total 159,179 Additional Provisions • The services described herein will be provided in accordance with the current generally accepted standards of the engineering profession. Reasonable material changes between work tasks, or level of effort actually required and those budgeted, may serve as a basis for modifying this scope and budget, as mutually agreed to between Consultant and the City. • Consultant is entitled to rely upon the accuracy of historical and existing data and information provided by the City and others without independent review and verification. Consultant is not responsible for the means, methods, sequences, techniques or procedures of City and vendor operations or for safety precautions and programs. • Any Opinion of the Construction Cost prepared by Consultant represents its judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual costs to the City. Consultant shall retain all ownership rights in information transmitted electronically. 5/19/2016 MATHEWS CONSULTING Page 11 Task Authorization No. 16-17S April 21, 2016 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through an authorized official of the City and Mathews Consulting, Inc. signing by and through Rene L. Mathews (President) and David L. Mathews Vice President) duly authorized to execute same. CITY OF TAMARAC: MATHEW SULTING, INC. 7�440e By: caelC. Crnech, City Manager Rene L. 4thews, President Date: � � ! Date: and APRRO D LEGAL FORM By: (01 (,Q David L. Mathews, Vice President F E H ITY ATTORNEY rTED:75Zjo'� _. Date: ATTEST: Witness ``� 11 i i i ► ► i ��� I AMAA ///, OF 9C' � s A ATTEST: ( 0 j q-4u= Signature of Corporate Secretary David L. Mathews Type name of Corporate Secretary (CORPORATE SEAL) 5/19/2016 MAT14EWS CONSULTING 0 12p U ATTACHMENT B City of Tamarac - Tamarac Lakes South Water Main Replacement Budget Summary Task No. Item Description Labor Classification and Hourly Rates Principal Engineer (Project Mgr) $165.00 Senior Engineer $142.00 Engineer I $125.00 Senior Eng. Technician $110.00 Senior Construction Inspector $118.00 Construction Inspector $95.00 Clerical $68.00 Total Labor Sub - Consultant Services 1 Client Workshops/Meetings 1.1 Kick -Off Meeting 3 3 1 $938 1.2 50% Design Review Meeting 3 _ 3 1 $938 1.3 75% Design Review Meeting 3 3 1 $938 1.4 100% Design Review Meeting 3 3 1 $938 Subtotal 12 0 12 0 0 0 4 $3,752 2 Data Collection 2.1 Survey Verification 1 9 $1,290 $40,600.00 2.2 Geotechnical 2 $330 $4,500.00 2.3 Field Verification (Allowance) 2 3 $705 $15,000.00 2.4 Water Meter Study 1 18 10 $3,595 Subtotal 6 0 30 0 10 0 0 $5,920 3 Final Design 3.1 Pipeline Corridor Analysis 2 8 $1,330 3.2 Utility Coordination 2 8 12 $2,650 3.3 50 % Design Drawings & Technical Specifications 8 35 70 8 $13,939 3.4 75% Design Drawings & Technical Specifications 8 50 90 8 $18,014 3.5 100% Design Drawings & Technical Specifications 8 15 40 8 $8,139 3.6 Construction Cost Opinion 4 25 $3,785 3.7 Quality Assurance 12 $1,416 Subtotal 32 0 141 212 12 0 24 $49,273 4 Permitting 4.1 Broward County Health Department Permit 8 8 2 4 $2,812 4.2 FDOT Utility Permit 8 8 2 4 $2,812 Subtotal 16 0 16 4 0 0 8 $6,624 5 Bidding 5.1 Bid Advertisement 2 _ 2 2 $686 5.2 Pre -Bid Conference 3 2 1 $813 5.3 Bid Clarification 3 2 2 2 $1,101 5.4 Contract Award 5 5 1 $1,483 Subtotal 13 0 4 4 6 0 6 $4,083 6 Services During Construction 6.1 Conformed Construction Drawings 4 6 2 $1,456 6.2 Pre -Construction Conference 3 4 1 $1,035 6.3 Submittal Review 4 40 25 $7,080 6.4 Monthly Meetings (total of 7) 28 14 $4,256 6.5 Construction Clarifications 2 20 $2,690 6.6 Field Visits 50 $5,900 Subtotal 13 0 0 6 142 0 42 $22,417 Labor Subtotal Hours 92 0 203 226 169 0 84 $91,069 $60,100 Labor Subtotal Costs $15,180 $0 $25,375 $24,860 $19,942 $0 $5,712 Labor Total Costs $91,069 Subconsultant Costs Total $60,100 Subconsultant Multiplier 1.1 Subconsultant Total $66,110 Reimbursable Expenses $2,000 _ Project Total $159,179 Mathews Consulting, Inc.