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.