Loading...
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