HomeMy WebLinkAboutCity of Tamarac Resolution R-2012-075Temp. Reso. # 12212
May 29, 2012
Page 1 of 5
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2012-
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, APPROVING EXECUTION OF
TASK AUTHORIZATION NO. 012-06E WITH MATHEWS
CONSULTING, INC. TO PROVIDE PROFESSIONAL
ENGINEERING SERVICES FOR THE DESIGN AND
PERMITTING OF THE 108T" TERR/80T" ST DRAINAGE AND
RESURFACING IMPROVEMENT PROJECT, IN
ACCORDANCE WITH THE CITY'S CONTINUING SERVICE
AGREEMENT AS AUTHORIZED BY RESOLUTION R-2011-
87; AUTHORIZING AN EXPENDITURE FOR SAID PURPOSE
IN AN AMOUNT NOT TO EXCEED $91,546.00;
AUTHORIZING BUDGET AMENDMENTS AS NEEDED FOR
PROPER ACCOUNTING PURPOSES; PROVIDING FOR
CONFLICT; PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the City of Tamarac desires to provide its residents with safe high
quality roadways and drainage systems throughout the City; and
WHEREAS, portions of the asphalt on 108th Terrace/80th Street between McNab
Road and Nob Hill Road have become delaminated from the baserock along a majority of
the roadway and is in need of repair; and
WHEREAS, the delamination appears to be due to a natural condition of extremely
poor percolation that exists in the area which has resulted in stormwater runoff settling in
the large grassed medians, ultimately causing ground water to seep from behind the curb
into the roadway baserock and under the asphalt, adversely affecting the roadway surface;
and
Temp. Reso. # 12212
May 29, 2012
Page 2 of 5
WHEREAS, a median drainage system is necessary to convey stormwater runoff
from the large grassed medians to the existing perimeter drainage system located outside
the roadway asphalt surface; and
WHEREAS, the City requires the services of a consulting firm knowledgeable in the
area of roadway and drainage system designs and permitting; and
WHEREAS, Mathews Consulting, Inc. possesses the required knowledge and
experience to provide professional engineering services for the design and permitting of
the 108th Terrace/80th Street Drainage and Resurfacing Improvement Project and has
submitted a detailed proposal in an amount not to exceed $91,546.00, attached hereto as
Exhibit "1 ", incorporated herein and made a specific part of this resolution; and
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, Mathews Consulting, 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
Temp. Reso. # 12212
May 29, 2012
Page 3 of 5
WHEREAS, adequate funding exists for this work in the Stormwater Capital
Improvement Project Budget; and
WHEREAS, it is the recommendation of the Director of Public Services and the
Purchasing Contracts Manager that Task Authorization No. 12-06E from Mathews
Consulting, 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. 12-06E with Mathews Consulting, Inc. to provide professional
engineering services for the design and permitting of the 108th Terrace/80th Street Drainage
and Resurfacing Improvement Project in an amount not to exceed $91,546.00 and to
provide funding from the appropriate budgeted Public Works Stormwater 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. All exhibits attached hereto are incorporated herein and made a
specific part of this resolution.
Temp. Reso. # 12212
May 29, 2012
Page 4 of 5
SECTION 2: The City Commission HEREBY approves execution of Task
Authorization No. 012-06E with Mathews Consulting, Inc. in an amount not to exceed
$91,546.00, and the appropriate City Officials are hereby authorized to execute Task
Authorization No. 012-06E 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. 012-06E in an amount not to
exceed $91,546.00 is available in the Stormwater Capital Projects Fund.
1
SECTION 4: The appropriate City Officials are hereby authorized to expend
an amount not to exceed $91,546.00 for said purpose.
SECTION 5: All resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 6: 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.
E
Temp. Reso. # 12212
May 29, 2012
Page 5 of 5
SECTION 7: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this day of , 2012.
MAYOR
PETER M. J. RICrDSON, CRM, CMC
CITY CLERK
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM
GV V
�SAMUEL LS. GOREN
CITY ATTORNEY
W11 24 1 ME"
BETH •
RECORD OF COMMISSION VOTE:
MAYOR TALABISCO L
DIST 1: COMM. BUSHNN
DIST 2: COMM GOMEZ_
DIST 3: WM GLASSER_
DIST 4: COMM. DRESSL
DATE: May 1, 2012
CITY OF TAMARAC
Task Authorization No. 12-06E
Engineering Services for
108th Terrace Drainage Improvements
BACKGROUND
This Task Order Authorization is for the performance of data collection, engineering design,
permitting, bidding and construction administration 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 Drainage and Roadway Improvements for 108 Terrace from Nob Hill Road to W.
McNab Road.
DESCRIPTION OF WORK
The City has requested that the Consultant provide a scope of work proposal for the engineering
design, bidding and construction administration services for the 1081h Terrace Drainage
Improvements project. The existing four -lane, median divided City roadway is approximately 1.8
miles long and extends from McNab Road to Nob Hill Road in the City of Tamarac. The asphalt
on the roadway has shown signs of becoming delaminated from the baserock along a majority of
the roadway, especially near the center median. Based upon field testing by the City, the problem
appears to be runoff from the grassed median seeping from behind the curb into the baserock and
under the asphalt. The City completed a pilot program where perforated drainage pipe was
installed at the back of curb and connected to a nearby drainage inlet to collect and re -direct the
runoff to an outfall point. The City has contracted with the Consultant to prepare the design
drawings, specifications and permit application for the drainage improvements based upon the
pilot program design, for the remainder of the alignment described above.
It is assumed that the design elements will be included in two (2) bid packages as follows:
Drainage Improvement Work (Contract 1):
• Drainage improvements within each center median with a positive outfall connection to the
nearest existing drainage system.
• Review the pilot study design and operation and prepare a letter memorandum of findings
and recommendation.
• The proposed drainage system shall consist of perforated PE drainage pipe connected to PE
drainage basins.
• Provision will be made for the installation of root barrier between non -palm trees in the
median and the proposed drainage system.
• A Pollution Prevention Plan meeting the requirements of the City's NPDES permit and
Broward County will be prepared and included in the construction drawings.
05/02/12
Pavement Replacement Work (Contract 2):
• Review and provide recommendations for the use of a mill and recycled asphalt material
option for the asphalt replacement on the adjacent roadway.
• A pavement marking plan will be prepared for replacement "in kind" of the existing
pavement markings.
• A Pollution Prevention Plan meeting the requirements of the City's NPDES permit and
Broward County will be prepared and included in the construction drawings.
Following review and approval of the design documents by the City and the permitting agencies,
Consultant will assist the City by providing bidding and construction services.
SCOPE OF WORK
The services provided under this authorization will be divided into defined tasks in order to
perform the required engineering services. The following is the description of the tasks to be
completed by the Consultant:
• Task 1 — Data Collection
• Task 2 — Design Services
• Task 3 — Permitting
• Task 4 — Bidding Assistance
• Task 5 — Construction Administration Services
• Task 6 — Certification of Construction Services
Task No. 1— Data Collection
Subtask 1.1— GIS Drawing Verification/Corridor Analysis
Consultant shall "ground truth" through field verification, the existing GIS drawings prepared by
the City of Tamarac. These drawings will be used as the Base Drawings for the project.
Photograph log walk-through will also be included.
If it is determined that additional survey data needs to be collected, then the City will have their
Survey Company obtain the information and provide to Consultant in a timely manner.
Subtask 1.2 — Utility Coordination
Coordination with utility agencies [Electric, Telephone, Gas, Cable TV, City (water, sewer &
drainage)] shall be performed to collect record information. Consultant shall forward hard copies
of the Base Drawings to the Utility Companies and ask them to "red -line" their known utilities
onto the Base Drawings. The information will be incorporated by the 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.
Subtask 1.3 — Geotechnical Data
Consultant shall furnish the services of a geotechnical firm to perform a geotechnical evaluation
of the project area, and have twelve (12) pavement cores done in order to determine the condition
of the existing baserock and to determine the average thickness of the existing baserock and
asphalt; six (6) soil borings done for soil strata identification and to determine the ground water
05/02/12
level and three (3) field permeability tests to determine a representative soil percolation rate.
Geotechnical firm shall evaluate field data collected and provide geotechnical engineering
evaluation report.
Task No. 2 — Final Design
Final design shall consist of preparation of Contract Specifications, Contract Drawings (plan view
only and detail sheets), and Final Construction Cost Opinion.
Subtask 2.1— Letter Memorandums
The City has designed and installed a pilot project utilizing Advanced Drainage Systems, Inc.
(ADS) Advenedge polyethylene pipe and Nyloplast drainage structures at a representative
location along 108'b Terrace. The City has requested that the Consultant review the pilot project
design concept, observe the testing and offer an opinion regarding the project as a solution to the
road pavement failure. The Consultant shall prepare a letter memorandum with observations and
recommendations. Two (2) draft copies shall be submitted for review and comment.
The Consultant shall also review the options of utilizing a milling and recycled pavement
placement method for replacement of the existing asphalt. Possible options include a single -pass
hot -in -place recycled asphalt paving; or a full depth reclamation process. CONSULTANT shall
prepare a letter memorandum with recommendations. Two (2) draft copies shall be submitted for
review and comment.
Consultant shall attend one (1) meeting with City staff to discuss both Letter Memorandums and
receive comments. The Final Letter Memorandums will incorporate City comments and two (2)
copies of each Letter Memorandum shall be submitted.
Subtask 2.2 — Construction Documents for Drainage/Roadway Improvements
Preparation of construction documents shall include contract drawings and technical
specifications. Contract drawings shall include: cover sheet, general notes, plan drawings,
roadway sections, pavement marking plans, and miscellaneous detail sheets. The drawing scale
shall be 1-inch equals 20 feet for plan view. Consultant shall prepare the engineering design
elements on GIS survey information (provided by the City) in an AutoCAD release 2012 format.
Contract documents shall include: "front-end" documents and technical specifications and shall
conform to the City of Tamarac Standard Details and Specifications. City's design standards will
be reviewed and incorporated into the technical specifications where appropriate.
Drawings (plan view only) and specifications (two copies) shall be submitted for City review at
50%, 75% and 100% 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 set of AutoCAD Version 2012 files in electronic format on CD.
Subtask 2.3 — 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.
05/02/12
Subtask 2.4 — Design Meetings
Consultant shall attend and distribute minutes for the kick-off meeting and three (50%, 75%, and
100%) design review meetings.
Subtask 2.5 — Quality Assurance
The Consultant shall provide internal QA/QC reviews on the Product Option Review
Memorandums and the 50%, 75% and 100% Design Documents (i.e. drawings, specifications and
cost estimates.)
Task No. 3 — Permittin
At the onset of the project, Consultant shall meet with the potential permitting agencies to
determine all potential permitting requirements. Agencies anticipated to have interest in project
include: Broward County Environmental Protection & Growth Management (EP&GM) and the
City of Tamarac. Services do not include preparing any applications for construction dewatering
activities or preparation and submittal of the NPDES NOI and NOT applications.
Consultant shall prepare and sign/seal permit application forms for Broward County EP&GM and
the City of Tamarac and submit the required documentation for the permit and address agency
comments or concerns. Associated permit application fees shall be determined by Consultant and
paid by City.
Anticipated permits include:
• Broward County Surface Water Management Permit
• SFWMD Water Use Permit Modification for additional irrigation withdrawal (by Contractor)
• NPDES Permit, NOI, NOT (by Contractor)
Task No. 4 - Bidding Services
City will be responsible for advertising the project and the sale and distribution of plans and
specifications. Consultant shall provide Bidding Services as needed to support the City as
follows:
Subtask 4.1— Bid Advertisement
Consultant shall assist City in advertising for and obtaining bids for construction (including
materials, equipment and labor). It is anticipated that work shall be advertised, bid and awarded
under two separate construction contracts. Contract 1 will be for the drainage improvement work
and Contract 2 will be for the pavement replacement work. The same plans shall be utilized for
both bids. The "front end" contract document language shall be modified to be specific to either
the drainage or the paving work.
05/02/12 4
Subtask 4.2 — Pre -Bid Conference
Consultant shall attend a pre -bid conference for each of two bid projects with representatives of
City and provide a written summary of issues discussed.
Subtask 4.3 — Bid Clarifications/Addendums
Consultant shall provide supplemental information or clarification and answer bidders' questions
as appropriate, during each of the two bidding periods. All addendums will be provided to the
City for distribution to the plan holders.
Subtask 4.4 — Contract Award Recommendation
Consultant shall provide services for each of the two bids including attendance at the bid opening,
preparation of the bid tabulation and assistance to the City in evaluating bids. Consultant shall
submit to the City a written recommendation concerning each of the two contract awards.
Task No. 5 — Construction Administration
Subtask 5.1— Conformed Contract Documents
After Contract Award, Consultant shall furnish As -Bid construction drawings for each of the two
contracts; City (3 sets) and the Contactor (4 sets). Consultant shall also provide the City and each
of the two Contractors, one (1) set of AutoCAD (Version 2012) files and one (1) set of .pdf files
in electronic format on CD.
Subtask 5.2 — Preconstruction Conference
Consultant shall prepare agenda and conduct a preconstruction conference for each of the two
contracts with representatives of City and Contractor for the construction contract. Consultant
shall prepare, in writing, minutes of conference.
Subtask 5.3 — Submittal (Shop Drawing) Review
Consultant shall review and process shop drawings, samples, schedules, certifications and any
other data which the construction contractors are required to submit. The review will be for
conformance with the design concept and compliance with the construction contract documents.
Consultant will submit reviewed shop drawings/submittals to City for their records.
Subtask 5.4 — Project Meetings
Consultant shall conduct monthly construction project meetings (estimated 4 meetings) to be held
at the City Public Works Building and provide a written summary of the issues discussed. It is
assumed that a single combined monthly meeting shall be held for both contracts.
Subtask 5.5 — Construction Clarifications
Consultant shall respond in writing to Contractor's Request for Information (RFI) regarding the
design documents. Six (6) hours have been assumed for this task. The RFI responses shall be
submitted to the Contractor within three (3) working days.
05/02/12 5
Task No. 6 — Certification of Construction Completion
Subtask 6.1— Periodic Certification Inspections
Consultant shall certify to Broward County and the City based on the visible project features,
Consultant's minimal periodic inspections, and review of the City's Construction Manager's
project records, that the projects are constructed in accordance with the plans and specifications
submitted in the Broward County permit applications with the following exceptions: field
changes and modifications to systems.
The minimal periodic inspections by our construction inspector shall consist of visiting the site
for 20 hours/month assuming a 5-month construction timeframe (upper limit of 100 hours). The
level of effort for the certifying Professional Engineer is 27 hours. This equals a total of 127
hours.
Subtask 6.2 — Substantial & Final Completion Inspections
In conjunction with City staff, Consultant shall complete substantial and final completion
inspections for each construction contract and prepare a Contractor "punch list" to achieve
Substantial Completion. Consultant shall review completion of identified punch list items to
assist in the determination that Substantial Completion and Final Completion has been achieved
by the Contractors.
DELIVERABLES
TASKS
DELIVERABLES
QUANTITY
Review Memorandums
Memorandum — Pilot Project Review
2 copies (8 '/2" x 11 ")
Memorandum — Recycled Asphalt Options
2 copies (8 '/2" x 11 ")
Construction Document
50% Drawings & Specs
2 — Sets (I I" x 17")
Production
75% Drawings & Specs
2 — Sets (I I" x 17")
100% Drawings & Specs
2 — Sets (I I" x 17")
Cost Estimate @ 50%, 75% and 100%
2 — Sets
Bidding Services
Bidding Sets (for City)
2 - Sets (I I" x 17")
Bidding Sets (for distribution to
1 — CD Drainage Plans
Contractors)
& Specs (pdf format)
1 - CD Paving Plans &
Specs (pdf format)
Addenda if required
As re uired
Permitting Services
Permit Applications
As re uired
Construction Services
City Sets
3 — Sets (I I" x 17") &
CD (Autocad & pdf)
Construction Sets (Contract 1)
4 — Sets (I I" x 17") &
CD (Autocad & pdf)
Construction Sets (Contract 2)
4 - Sets (I I" x 17") &
CD (Autocad &pdf)
05/02/12
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.
Consultant assumes that all existing and proposed infrastructure drainage improvements
and roadway alignments are within City of Tamarac rights -of -way.
2. City will provide Consultant with available record drawings of all City utilities in the
project area including the stormwater system atlas for the area, as-builts for the existing
drainage and sanitary sewer system and for the culvert crossings. It is understood that
irrigation as-builts are not available.
City shall provide a copy of the results from previously taken percolation tests, the
contact information for the ADS representative and a copy of the approval from Broward
County for the pilot project.
4. Surveying services are not included. Topographic information will not be provided on
the construction drawings. Any required survey information will be provided by the
City's surveyor on staff. This includes any design survey required to determine depths of
existing forcemain, watermain and other pressure pipe conflicts and at locations where
as -built information is not available for existing gravity systems.
City personnel will assist in field verification (i.e. pot -holing) of affected existing City
facilities.
6. City will provide front-end documents on computer disk (latest edition of WORD).
City will be responsible for any acquisition of easements (including temporary).
8. Contractor shall be responsible for providing Record Drawings in AutoCAD format.
City will be responsible for full-time construction inspection services for the duration of
the project, including documentation through field inspection reports and project photos.
10. City shall review and approve all Contractor Pay Requests and verify Pay Item quantities.
11. City shall coordinate all required construction testing with the Contractor and review all
construction testing results.
12. The limits of the project will not extend into Nob Hill Road right-of-way, McNab Road
right-of-way or any side streets.
13. Re -design of the roadway (alignment, cross-section, longitudinal slope) is not included.
The slope of the roadway will not be modified in order to improve overland drainage.
14. Attendance at public meetings is not included.
05/02/12
15. Modifications to existing drainage, water, sanitary sewer, sidewalk, etc. systems only as
required to resolve conflicts between the existing and proposed drainage system are
included in the design effort.
16. The existing irrigation system in the median will be relocated by the Contractor if in
conflict with the proposed improvements. No irrigation design or landscape
improvements are included.
17. No improvements are required or will be provided for the existing brick median nose or
the median curbing.
18. Re -bidding of the project beyond the first bid process for drainage and for paving is
considered an additional service item.
05/02/ 12 8
CONTRACT PERFORMANCE
Proposed schedule and fees for completion of major work tasks are summarized below.
COMPLETION DATES:
CONSULTANT will commence services upon receipt of written authorization. The duration of
major work tasks are summarized below and detailed in Attachment A. The total project time -
frame is 12.5 months (375 days).
Tasks
Task 1 — Data Collection
Task 2 — Memorandums
Final Design
50% Design
75% Design
100% Design
Task 3 — Permitting
Task 4 — Bidding
Task 5 — Construction Administration Services
Task 6 — Certification of Construction Services
(') Estimated, based upon usual regulatory agency review period.
SUMMARY OF PROPOSED FEES:
Approx. Duration for each Task
21 days
28 days
30 days
30 days
15 days
45 days')
60 days
150 days
150 days
Costs associated with this Consultant Service Authorization are provided below and detailed in
Attachment B.
Tasks
Task 1
— Data Collection
Task 2 —
Final Design
Task 3 —
Permitting
Task 4 —
Bidding*
Task 5 —
Construction Administration*
Task 6 —
Certification of Construction Completion*
Reimbursable Expenses * *
Total Authorized Amount
Cost
$ 9,010.00
$ 43,415.00
$ 2,961.00
$ 6,836.00
$ 11,334.00
$ 15,490.00
$ 2,500.00
$91,546.00(Not-to-Exceed)
*Task 4, 5, and 6 will only be completed if authorized by City.
* * Postage, mileage, reproduction
Additional Services - The fee for Additional Services shall be billed using the Hourly Rate
Schedule contained in the General Contract, or as an agreed upon fixed fee.
05/02/12
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:
C. Cernech, City Manager
Date:
i
ATTEST:
Witness0% IF,
n�
TAMAyq%,
OF c
.SSCC
O;
MATHEWS CONSPAJING, INC.
Rene L. MAthevd`s, President
Date:
and
By:
ch4a-
David L. Mathews, Vice President
Date: S—Z "ti,
ATTEST:
I op�-
Signature of Corporate Secretary
David L. Mathews
Type name of Corporate Secretary
(CORPORATE SEAL)
05/02/12 10
City of Tamarac
108th Terrace Drainage Improvements
Mathews Consulting Fee Table
April 30, 2012
Task No.
Task Description
Labor Classification and Hourly Rates
Principal
Engineer
$150
Principal
Engineer
$150
Project
Engineer
$135
Construction
Inspector
$100
Cadd
Designer
$99
Clerical
$60
Total
Labor
Sub -
Consultant
Services
1
DATA COLLECTION
1.1
GIS Drawing Verification/Corridor Analysis
6
2
$1,020
1.2
Utility Coordination
2
2
$420
1.3
Geotechnical Data
2
2
$420
$6,500
Subtotal Task 1
2
8
0
0
0
6
$1,860
$6,600
2
FINAL DESIGN
2.1
Letter Memorandums
1
20
10
4
$4,740
2.2
Construction Documents for Drainage/Roadway
2.2a
50% Drawings/Specifications
6
30
12
40
12
$11,700
2.2b
75% Drawings/Specifications
6
30
12
40
8
$11,460
2.2c
100% Drawings/Specifications
5
15
7
30
6
$7,275
2.3
Construction Cost Opinion (50%, 75%, 100%)
3
15
$2,700
2.4
Design Meetings
2
12
8
6
$3,540
2.5
Quality Assurance
8
8
$2,000
Subtotal Task 2
31
122
49
8
110
36
$43,416
$0
3
PERMITTING (Broward County)
3.1
Surface Water Management License Application
1
10
5
4
4
$2,961
Subtotal Task 3
1
10
5
0
4
4
$2,961
$0
4
BIDDING SERVICES (2 Contracts)
4.1
Bid Advertisement
4
4
$840
4.2
Pre -Bid Conference
4
8
4
$2,040
4.3
Bid Clarification/Addendums
4
6
4
4
$2.136
4.4
Contract Recommendation
4
2
8
2
$1,820
Subtotal Task 4
16
16
0
8
4
14
$6,836
$0
5
CONSTRUCTION ADMINISTRATION
5.1
Provide Conformed Contract Documents
4
6
6
$1,554
5.2
Preconstruction Conference
8
8
4
$2,240
5.2
Submittal/Shop Drawing Review
8
20
20
$4,400
_
5.3
Project Meetings
12
2
$1,920
5.4
Construction Clarifications
6
2
2
$1,220
Subtotal Task 5
4
34
0
30
6
34
$11,334
$0
6
CERTIFICATION OF CONSTRUCTION COMPLETION
6.1
Periodic Certification Inspections
15
100
4
$12,490
6.2
Substantial & Final Inspection
20
$3,000
Subtotal Task 6
0
35
0
100
0
4
$16,490
$0
Labor Subtotal Hours
54
225
54
146
124
98
Labor Subtotal Costs
$8,100
$33,750
$7,290
$14,600
$12,276
$5,880
$81,896
$6,500
Labor Total Costs
$81,896
Subconsultant Costs Total
$6,500
Subconsultant Multiplier
1.1
_
Subconsultant Total
$7,160
Reimbursable Expenses
$2,600
Project Total
$91,646
Attachment Mathews Consulting, Inc.
Cf
Q
0
w
u- E
0
U
�
M
O
N
L
a
Q
L
C�
L
d
�
a
~ z
m
G
0
z
0
a
d
N
U)
T-
O
N
C1
Q
7
7
C
7
AL
A
m
>
N
Y
>LO
.Q
a)O
co
-p
co
co
>
to
'a
CM
to
T
`p
V
C
3
Y
�
0
'C
00
v L
O
C:
O
>
N
>
N
g
Im
C
�
O �
N
L
o+
f0
i
V o
>
o
>,
o
_�
o
o
N
CL
w 0
D
a=
�
Lac)
ti
v�
m m
�
o
z
13
U.
a
m
y
z
O
U