Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2015-104Temp. Reso. # 12706 October 28, 2015 Page 1 of 6 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R- 2015 IJ '/- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING EXECUTION OF TASK AUTHORIZATION NO. 16-02E WITH STANTEC CONSULTING SERVICES INC. TO PROVIDE PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN AND PERMITTING OF THE CITYWIDE BUFFER WALL PROJECT, PHASE 1113, WHICH IS GENERALLY LOCATED ALONG COMMERCIAL BOULEVARD BETWEEN ROCK ISLAND ROAD AND NW 64TH AVENUE, IN ACCORDANCE WITH THE CITY'S CONTINUING SERVICE AGREEMENT AS AUTHORIZED BY RESOLUTION R-2011-871 AUTHORIZING AN EXPENDITURE FOR SAID PURPOSE IN AN AMOUNT NOT TO EXCEED $145,597.50; AUTHORIZING AN APPROPRIATION OF $145,597.50; PROVIDING FOR CONFLICT; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, as part of the recently completed Major Arterial Corridor Study it was determined that the City will move forward with the Buffer Wall component of the Study, which includes the design and construction of neighborhood buffer wall treatments for various parts of the City, and WHEREAS, the Citywide Buffer Wall Project along Commercial Boulevard between Rock Island Road and NW 64th Avenue is considered Phase IIB of this program; and u Temp. Reso. # 12706 October 28, 2015 Page 2 of 6 WHEREAS, the City of Tamarac desires to develop detailed engineering plans for the Citywide Buffer Wall Project, Phase IIB which is generally located along Commercial Boulevard between Rock Island Road and NW 64th Avenue; and WHEREAS, the Citywide Buffer Wall Project, Phase IIB consists of approximately 5,000 Linear Feet of a precast system buffer wall, together with associated landscaping and irrigation improvements; and WHEREAS, the design element for Task Authorization No. 16-02E include; concrete foundations, retaining walls, concrete columns and precast wall panels, together with associated landscaping, hardscape and irrigation improvements; and WHEREAS, the City requires the services of a consulting firm knowledgeable in buffer wall and landscaping design and permitting; and WHEREAS, Stantec Consulting Services, Inc. has submitted a detailed proposal in an amount not to exceed $145,597.50, attached hereto as Exhibit "1", incorporated herein and made a specific part of this resolution; and Temp. Reso. # 12706 October 28, 2015 Page 3 of 6 WHEREAS, the proposal for this work describes all tasks to be performed in accordance with Article I, "Scope of Work", of the City of Tamarac Continuing Engineering Services Agreement as authorized by Resolution R-2011-87 dated August 24, 2011, incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, Stantec Consulting Services, Inc. has been pre -qualified to provide professional engineering services by the City of Tamarac as authorized by Resolution R-2011-87 and the associated Continuing Engineering Services Agreement dated August 24, 2011; and E WHEREAS, it is the recommendation of the Director of Public Services, the Director of Financial Services and the Purchasing and Contracts Manager that Task Authorization No. 16-02E from Stantec Consulting Services, Inc. be approved, executed and funded; and 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. 16-02E with Stantec Consulting Services, Inc. to provide professional engineering services for the design and permitting of the Citywide C Temp. Reso. # 12706 October 28, 2015 Page 4 of 6 Buffer Wall Project, Phase IIB in an amount not to exceed $145,597.50 and to provide funding from the appropriate budgeted accounts. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, 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 upon adoption hereof and all exhibits referenced and attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: The City Commission HEREBY approves execution of Task Authorization No. 16-02E with Stantec Consulting Services, Inc. in an amount not to exceed $145,597.50, and the appropriate City Officials are hereby authorized to execute Task Authorization No. 16-02E per the proposal, attached hereto as Exhibit "1 ", incorporated herein and made a specific part of this resolution. SECTION 3: Funding for Task Authorization No. 16-02E in an amount not to exceed $145,597.50 is available in the FY15 Capital Improvement Budget, Project C Temp. Reso. # 12706 October 28, 2015 Page 5 of 6 Number GP151. SECTION 4: The appropriate City Officials are hereby authorized to expend an amount not to exceed $145,597.50 for said purpose. SECTION 5: The City Manager or his designee is hereby authorized to approve and initiate Change Orders in amounts not to exceed $65,000.00 per Section 6-147 of the City Code, and close the contract award, which includes but is not limited to making final payment and releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the agreement. SECTION 6: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 7: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, Temp. Reso. # 12706 October 28, 2015 Page 6 of 6 in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. CG(`T10K1 R passage ana aaoption. This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this ATTEST: CITY CLERK l�Mc I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM -87AMUEL S. GOREN CITY ATTORNEY �z d _ day of � �'� , 2015. HARRY DRESSLER MAYOR RECORD OF COMMISSION VOTE: MAYOR DRESSLER ' DIST 1: VICE MAYOR BUSHNELL t DIST 2: COMM. GOMEZ DIST 3: COMM. GLASSER DIST 4: COMM. PLACKO C 1 TR 12706 Exhibit 1 Stantec Consulting Services Inc, 21301 €xowerlino Road Svito 311, Doco Rattan FL334334105 September 29, 20 15 r. John E. Doherty, RE. Assistant Director of Public Works/City Engineer Public Services Department 6011 Nob Hill Road, Second Floor Tamarac, EL 33321 Re: Commercial Boulevard Buffer Walls - Phase IM City's Task Authorization Number-, 16-02E Dear John:', In accordance with the terms and conditions of the consulting agreement between the City of Tamarac (hereinafter referred to as the 'City" or `Client") and Stantec Consulting Services; Inc., (Ifereirtafferreferred to. as `4Consultant7, "We" or "Stantm") dated August 24, 2011, we are pleased to provide this proposal in support of the Commercial Boulevard Buffer Walls — Phase IIB project; I have attached a scope and fee for your review and approval. We look forward to the opportunity ofworking with you on this important project. Cordially, Stantec Consulting Services, Inc. F-nolosures Re: Commercial Boulevard Buffer Walls — Phase 11B City's Tgsk AuthoriMion Numbea� 16-02F Page 2 TR 12706 Exhibit I Exhibit "A" Commercial Boulevard Buffer Walls — Phase UB Task Authorization No. 16-02E 331= Services are required for the design and -construction of a buffer wall along the north and south side of Commercial Blvd. On the North Side, the proposed wall will be located between N W 64"' Avenue and Rock Island Road. The wall is intended to be located on the north side of Commercial Boulevard from Rock Island Road west to 300' west of Woodlands Boulevard and on the south side from NW 64"' Avenue east to just past Guava Drive, On the south side of Commercial Boulevard, the wall will generally ran along the separator between Commercial Blvd and the frontage road with openings for the intersecting cross streets, The City has indicated that the selected wall design will be a PRECAST SYSTEM with THRLJ- COLOR DESIGN as shown in the "Major Arterial Corridor Study report" dated December 10"' 2013. Due to the limitations of precast designs and the need for retaining wall functionality, the design may vary slightly from that shown in the original corridor study, SCOPE OF SERVICES This Proposal provides for professional engineering services for the preparation of contract documents for various segments of Precast Concrete Wall along the corridor. This proposal provides the outline of the Consultants scope of services as well as the fee structure for providing services, The proposed scope of services and fees follow. Task I — Data Collection I. The Consultant will coordinate with the City to provide survey parameters and scope for the City to hire surveying services under separate contract. 2. The Consultant will work with provided surveys or electronic plans to establish base sheets for roadway corridors. 3. The Consultant will Conduct Utility Sunshine Onecall design, tickets for potential utility conflicts 4. The Consultant will provide site visits as necessary to verify existing conditions, identify conflicting elements and potential layouts. 5. GEOTECHNICAL is too be provided by the Client and shall include at a minimum three (3) standard penetration test boring to -a depth of 15 feet throughout the length of the corridor. An engineering report will be provided and will include the results of testing with recommendations for wall foundations and supporting structural elements. Task 2 — Project Concept Design Because of the nature of this corridor, a concept design will be developed illustrating how and where the wall can be installed. Specifically, the, area between Water Oak Place and Guava Drive contains a City maintained Right of Way that has an extremely tight area between the, FDOT R/W Re: Commereial Boulevard Buffer Walls — Phase IJB TR 12706 Exhibit 1 City's Task AuthorizAlion Number:1"2E Page 3 and the edge of roadway that will present concerns for installation of the wall. It appears that drainage from both the City and MOT R/W's empty into the same drainage system in the landscape area where the Wall is to be located. At this time, we are not sure if the wall can be installed without necessitating the modification to this drainage system or the adjacent City roadway. Therefore, this concept phase is intended to establish the geometry to allow the City to determine the best schematic design to move forward with the project. See Project Overview attached, Task 3 — Project Design and Construction Documents Once the concept deign is completed, the Consultant will prepare construction plans, calculations and specifications for the project consisting of: 1. Concrete f6undations, retaining walls, precast wall columns, precast, wall panels as necessary for a complete wall design at the subject location. 2. Technical Specifications in Construction Specification Institute (CSI), Division 2, through 16, 8 V2" x I I" format as, applicable. 3. Opinion of Probable Costs (QJPC J organized by pay item. The Consultant will submit documents for review to the City at the following stages: * 60% plans and §pVcification outline 0 90% plans, specifications and CPC 0 Final -ol ns, specifications and QPC Task 4 — Government Agency Approval Assistance The Consultant, shall, prepare and process permit applications, pans an any associateI d docurnelitationin accordance with all pernutting, agency requirements, including, but not limited to, electronic permitting when -applicable, These shall include but not be limited to the following agencies. • City of TamaracBuilding and/or EggineLnng Department. • Florida DMrtment of Transportation (Potential Drain= and Access Management) • Broward Count aree Removal. Surface Water and/or Pav't Markings - as Leguired) Re: Commercial Boult-vard BuSer Walls — Pbase 1113 CiTy's Task Awhorizatioti Number 16-02E Page 4 TR 12706 Exhibit 1 The consultantwill respond to as many as three (3) roupds, of reasonable requests for additional information from each of the above referenced agencies regarding the application submittal packages. Any significant plan revisions caused by changing agency criteria after our initial design is reviewed with each appropriate agency and similar factors outside the Consultant's control, additional meetings or coordination will be considered as Additional Services. Task 5 — Bidding Assistance The consultant will attend one (1) pre -bid meeting and issue as many as three (3) addendums; in ,response to contractor questions. Once bids arereceived, The consultant will review the bids, prepare a bid tabulation sheet and check .references of the three (3) lowest bidders to determine the most responsive- and responsible bidder, The consultant will provide the City with a letter, of recommendation based upon its findings. Task 6 - Construction Phase Senrices A. Building & Engineering Permit Assistance 1. The Consultant will provide up to five, (5) signed and sealed sets of the construction documents per agency, ,as developed in Tasks listed above for the Client's designated contractor to submit for agency permits, 2. The Consultant will make minor revisions to the construction documents -and respond to as many as three (3) rounds.. of reasonable requests for information based on the comments received from Broward County and the City's Engineering and Building Departments. Plans shall be revised as necessary to obtain permits. Minor revision B. Construction Administration Assistance 1. Shop drawing review: The Consultant shall review and approve for take other appropriate action in respect of) Shop Drawings (as that term is defined in the General Conditions of each construction contract) and samples and other data that each Contractor is required to submit but only for conformance with the design concept of the Project and compliance with the information, given in the Contract Documents (such review and approval, or other action, shall not extend to means, methods, sequences, techniques or procedure,% of construction, or safety precautions and programs incident hereto), 2. Response to Requests for Information (RFI) by the Contractor The Consultant will provide interpretations (up to four- engineering, person hours) of the plans and ,specifications developed in Tasks listed above, and Provide responses, to the requests for information from the contractor during construction. The Consultant will advise Re: Commer6ul Boulevard Buffer Walls — Pbase IIS City's Task Authorization Number. 16-02E Page 5 TR 12706 Exhibit I the Client if a response to the RFI cannot be made based on a reasonable interpretation of the plans and specifications. The Consultant shall consult with and advise the Client as to the acceptability of substitute materials, and equipment that are proposed by the contractor(s). C. Construction Observations 1. Site Civil Periodic Site Visits; The Consultant will conduct ten (10) site visits (4 hour per visit) during the construction phase of the project to observe the work for general conformance to the plans, specifications and permit conditions. The Consultant shall not be responsible for the means, methods, techniques, sequences, or procedures of construction selected by Contractor(s or the safety precautions and programs incident to the work of Contractor(s). The Consultant's efforts will be directed toward providing the Client with a greater degree of confidence that the completed work of Contractor(s) will conform to the Contract Documents. During such visits and on the basis of on -site observations, the Consultant shall keep the Client informed of the progress of the work, shall endeavor to protect the Client against defects and deficiencies in such work, and may disapprove or reject work if it fails to conform to the Contract Documents. The Consultant will provide abullet format field report for each project visit. The report will summarize project observations as they relate to general conformance with the construction documents. 0 approximately one (1) hour. 3. Substantial Completion: Upon request of the Client; the Consultant will provide one (1) site visit (in addition to those described above) to review the construction site work for substantial completion and general compliance with the plans specifications and permit conditions. Based on the substantial completion site visit the Consultant will prepare one "punch -list' listing any additional work to be completed for the site work. D. Final Project Close Out I . Final Completiow. Upon request of the Client, and confirmation by the contractor that the "punch list" items have been completed, the Consultant will provide one (1) site visit (in addition to those, described above) to review the construction site work for final completion and general compliance with the plans specifications and permit conditions (subject to any conditions therein expressed). The Consultant will prepare a memo notifying the Client that the work has been completed. The Consultant shall not be responsible for the acts or omissions of any Contractor or -subcontractor, any of the Contractor(s)' or subcontractor(s)' agents or employees, or any other persons (,except the Consultant's own employees and agents) at the site or otherwise performing any of the Cootractor(s)' work. 2. Construction Certification of Completeness to Permitting Agencies: Upon satisfactory completion of the work and submittal of satisfactory as -built drawings, satisfactory inspection reports; tests, V ovals, sh9D drawigg, and other data by the contractor pr the Consultant will notify the permitting Agencies that the project has been TR 12706 Exhibit 1 Pc: Commer6al Boulevard Buffer Walls Phase 11B City's Task Authorization Number: 16-02E Page fi completed and that based on our periodic site observations and iaxf'Ormation provided by the contractor that the project has been constructed in general compliance with the plans, specifications and permit conditions;. The Consultant will note any significant deviations from the plazas, specifications and permit conditions. Task 6 — Reimbursable Expenses Direct reimbursable expenses such as express delivery services, travel, outside reproduction and duplication are included in this task. Mass reproduction for submittals and construction are not included. Out of state travel; is not included. All permitting, application, and similar project fees will be paid directly by the Client. The fee for this task is meant to be an allowance. Backup documentation Will be submitted with each invoice. The Client will be notified if additional fee is required to accommodate additional expenses above and beyond the fee specified in this task. ADDITIONAL SERVICES Any services not specifically provided for in the above scope will be considered additional services and can be performed at our then current hourly rates. Additional services we can provide include, but are not limited to, the following I . Attendance at public hearings;. ?. Permit applications, processing or, expedition except as noted herein. 3. Services required by additional governmental regulations, which Haight be put into effect after the date of this agreement. 4. Construction documents for elements outside of the identified project limits 5. Structural design beyond those identified. 6 Environmental services beyond those identified. T Landscape and Irrigation Design 8. Responses to agency comments beyond those outlined in this scope. 9. Threatened or Endangered species coordination: or specific prYotected species "surveys. 103 Any services not specifically identified and described in the above Scope of Services. 11® irrigation services ;for wells, meters or timer clocks if irrigation systems are not existing or adequate. TO BE PROVIDED I3Y CLIENT The following items are to be provided to Stantec by the Client or the Client's Consultants: 11 As -built (record) drawings tafall existing utilities within the project limits: 2) Underground utility location services to verify locations and depths of underground utilities 3) All required geotechnical reports and recommendations. 4) All survey work, easement work and title searches, etc. will be performed by the City's Surveyors. Permit work other than that mentioned in the Scope of Services is trot included. Additional work to relocate utilities or miscellaneous structures is not -included in this proposal. This proposal assumes that a field survey will be provided to us in. AutoCad format to utilize as a base sheet for the construction docurnents.- 5) Coordination with residents and approvals for ,property rights (ie easements) will be handled by the City. 6) Authorization to represent the Client on permit applications., 7) .Access to the site. Re: Commercial Boulevard Buffer Walls — Phase IIB City's'J'ask Authorizalion Number: 16-02E Page 7 TR 12706 Exhibit 1 8) Proof of Ownership documentation needed for permitting. 9) Permit application fees and plan review fees, 10) Any other existing information related to the project that may influence the scope of services !acted above including but not limited to, budget, aesthetics and associated modifications or revisions. SCHEDULE Stantec Will provide its services in an expeditious and orderly manner to meet the formal written schedule~ mutually agreed to by the Client and the Consultant for the various elements of the project. Ananticipated schedule of deliverables is included herein, FEE AND BILLING Stantec will accomplish the services outlined in Tasks I through 6 for the Total Project Not -To - Exceed Budget of $144,097.50. Additionally, a reimbursable task for permit fees, etc. shall be established with a budget not to exceed of $1,500.00. None of the reimbursable fees shall be invoiced without prior consent of use and proper substantiating back-up. Invoicing and payment will be in accordance with the terms and conditions of the consulting agreement between the City of Tamarac and Stantec, dated August 24, 2011 and shall g9vem this agreement as applicable. When possible, all permitting, application, and similar project fees will be paid directly by the Client. R6mbursable expenses shall only be used whenneeded to expedite processes as directed by the Owner. Expenses are in addition to the labor amount. Fees and expenses will be invoiced monthly based, as applicable, upon the percentage of services completed and expenses incurred as of the invoice date. Payment will be due within 30 days of the date on the Stantec invoice, Fees and times stated in the agreement are valid for sixty (60) days after the date of this, letter. The following task items represent a breakdown of the lump sum amounts for Stantec for reference: NOT -TO -EXCEED FEES Task Description I Data Collection 2 Project Concept Design 3 Project Design and Construction Documents 4 Government Agency Approval Assistance 5 'Bidding Assistance 6 Construction Phase Services DesiM Permitting and CA Fees 6 Reimbursable Fees, Permits, Etc. Labor Fee Sub -Consultant Fee $ 12,105.00 N/A $ 11,420,00 N/A $ 83,930.00 N/A $ 10,220M N/A $ 4,792.50 N/A $ 21,630M N/A $ 144,997.50 $ 1,500.00 TOTAL TASK AUTHQRIZATION FEE $145,597.50 Re: CoTmuercial Boulevard Buller walls — Phase 118 C'.ity's Task Authorization Number: 16602E TR 12706 Exhibit 1 Page 8 CLOSURE If you concur with the foregoing and wish to direct us to proceed with the aforementioned services, please execute the enclosed copy of this letter agreement in the space provided; and return. Fees and time stated in this agreement are valid for sixty (60) days after the date of agreement byatantecConsulting Services, Inc. Stantec Consulting Services, Inc. appreciates the opportunity to submit this letter agreement. Please contact Terrance {Aunt at (561) 48 7-3379 x 231 if you have any questions. Respectfully Submitted, STANTEC CONSULTING SERVICES, INC,. N. Glunt, P.E. 'Principal Cc: fie Agreed to this day of 2015 CITY OF TAVIARAC A Municipality By. Michael C. Cernech, City Manager (Print or Type Dame)' Attest.' (Print or Type flame) Official Seal: , City Manager Witness L'. l sf rbiicti ss tleteetr rsr:t9 Tn�tia�x� t`at i_r,n u.i Ntit!' WiJIS'Co nnwiCu i 43lvd WDIT!i,d TR 12706 Exhibit SNnitx Canwitinf Si`rVFCk5, IM, St'.clt tee En¢aneats-Arrhittwva- Plunncrs 2LMI Pcavcrl'nte Road Bova Raton, Fk+rWA 33433 S6114S7-33,75 (Phom:l -(561) 487-34dt (Ft.) M!iNNOUB :ESTIMA'1'h:5' Procievt RowwrTBI) Name Tamarac Buffer W.16 --Phase fIB CAin tl TBR1.1, Pknioa Ta-L Ai,baenlont No l( V2C Lw 9292015 PtiudW in Charge Man ra Client ManaPCr Manhoan Sr Proie:et ManaWr Manhou Pr w Mahal aahouos Terhnit*m Msnhours Clerical Maahaurs TOTAL .Rtummg `total Hours Cosl For ,A,ctitii 15Q.60 S13A00 5135-. 105dai $55:00 35100 i5 rolr'aitimf@ d7 -.. s' w1 ': y ., . -,A--07 SM&MINIA..i ._� T $ l2,105:7H7 - hiaati = 2 4 S 570b0 1.2 ataCatlr;cti :n 12.1 Sfte kIW16Initial&FORcm-Up_ 4 4 :..8 $ 960:00 1.2.2 Staff Merlin ]nitiai,P Fcflle+w Up 3 ;. is $ 720A 1,13 ReviewofAs-Bu0ts!Sg Dots 4 4 8 $ 960110 12. Ptekl TsAC tilt we4�s 131.Geotecnai4al Ciwrdinaltan 3 3 5 $ 720:00 1.12. Survcymj Qxrdination - Specific Purpow and Topographic Survey 4 Y; )0 S 1,:170A 1-3.3 udillyLucatcCtxjrdtnatann 9 7"N 19... 7 63 $ 6,705-00 1.3.4 :3..3.5 S• cirw Purra3;e Survey . N`4 t>eatethnua3 loves tfan-N:°A 4� +' T .-�. � lar"Wo .,.. _� 7 , i uiYi .R - a' s IO 4 ; . F411 I' . 1.411 Oe,mechniml A4vi 's 2 2 5 30000 %iCi- AIJEM.9,11 4 'M"Y �W8 c1_am00. 19 x09 2 83 Cnx t Rgim R 24 46 11,420.M -� . i 5,� mo:SS 77 i, 5255+ :.6r(0 73,,, 45i 3.1 11.1 Deli Anlr 2 24 " 41) 32,t14 3:3,2 Plan oductior 2 3 0 40 44 13P 14w)O 3. 4 4 S 60fi.00 3.3 flul2we 3.3.1 Plan Prydnctton o. f24 40 40 '4o 146. $ 13,74{)dXi A0:2 i'efhn3cal S =crzicalfons 16 It, 1S 52: S 5.250.00 33,3 D mimofProhaMe Cost 4 :{;.. t; 8 28. S 3,280A0 3.4 jAg6M& JK!d Iffjiggilan •. Not I.dwsd 348 Plan Pmdtictlud. ., �S '� "`__ - .s _ ' 3A2 Techmentl Specifications 3:43 P nion of Pro l atk Cost -.. .3:5 Quality.Contrnl2!!tH(yAasueana: - 3.SY Final Slaff:Rawicu 4 4. S. 6tM1:gy .4.52 Modiffeationn A. R N .0 49 S 4.560,00 3,4 Suh t Ffnai P(aa,' 4 ifi 16 36. $ 3,260.60. 152. F44 f2ti 14 X`1 5 83.9319.00 l,.av 43,1 Cnnrdinatinn with F..:. g. N 8.. fi 32 $ 3'640.00 43.2 B,ov-d Camni3Trec and ERP permits, City' Ea 'nwi : twit 2S. 24 i6 9 $9 :. $ 6 58).00 4 1 W ` ,ihu 84 33h s1214 O.T26.GOIIEOMM IN S T 46150 $.l.i I11d¢i Aasiaande '4c 9 9 9 32 $ 3,42O.M S.t3 13id E'aluatum 9.: 4,5 14 $:. L372,50 _SrjzMrA4> XN. f . 13.5 S '. 4 tea o 4.1:i 5ha Drau+in a A 8 ;s 28 S 2740 €0 tii:1f Q.1.3 - •In i s 1d 43 16 ?2 :4 40d)ff 4.3-4 Pr t Mttitn s 4 34- 25 .S 3,540;90: b:1t AdmimstratiVe Sa )rt ,C ,S ti.. 24 $ 2,2UQ110 6:1;6 ):tna}Y:enzficaffor.. 4 : 4 :- 70 S 7,tl3fi:.0Q . 4 1 644 1 56 1 40 1 0 1 18 -t n 1: srl 1 cmm: 1 wr. J. a04 1 "1 .1 3771 1 :BO C ::. 144147, SUISGONSULTAS-:SURVEYINGNONE-Sea An- $ _ :SUBCONSULTANT 7'Ti 5'. ((*WTEC31N1GLSEXWCFS NONEfi- Set Above. $ REIMBURSABLE ALLOWANCE (yenuit reax) S 1,SIXi.IX! TOTAL PROPOSED COAiPIrI'fSAT1ON ; 145,597.50