Loading...
R08-074 " 1 RESOLUTION NO. R08- /)11 2 3 A RESOLUTION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, APPROVING AND AUTHORIZING 5 EXECUTION OF TASK ORDER NO. U08-14-09 IN AN 6 AMOUNT NOT TO EXCEED $343,965.00 ALONG 7 WITH APPROVAL OF AN OWNER'S CONTINGENCY 8 OF 10% IN THE AMOUNT OF $34,400.00 FOR A 9 TOTAL BUDGET APPROPRIATION OF $378,365.00 10 TO MATHEWS CONSULTING, INC., TO PROVIDE 11 PROFESSIONAL ENGINEERING SERVICES FOR 12 THE ROLLING GREEN STORMWATER AND WATER 13 MAIN IMPROVEMENT PROJECT; AND PROVIDING 14 AN EFFECTIVE DATE. 15 16 17 WHEREAS, under a previous task order Mathews Consulting, Inc. provided design 18 and permitting services for this project but due to funding issues the project was put on hold 19 and the task order was cancelled; and 20 WHEREAS, with funding issues resolved, the City has requested Mathews 21 Consulting, Inc. to provide minor design modifications, minor permitting resolution, bidding 22 and construction management services for this project; and 23 WHEREAS, the City Commission of the City of Boynton Beach upon 24 recommendation of staff, deems it to be in the best interest of the citizens of the City of 25 Boynton Beach to approve and authorize execution of Task Order U08-14-09 in the amount 26 of $343,965.00 along with approval of an owner's contingency of 10% in the amount of 27 $34,400.00 for a total budget appropriation of$378,365.00 to Mathews Consulting, Inc. 28 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 29 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 30 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 31 being true and correct and are hereby made a specific part of this Resolution upon adoption 32 hereof. S\CA\RESOlAgreements\Task - Change Orders\Mathews - TO U08-14-09.doc " 1 Section 2. The City Commission of the City of Boynton Beach, Florida does 2 hereby approve and authorize execution of Task Order U08-14-09 in an amount not to 3 exceed $343,965.00 along with approval of an owner's contingency of 10% in the amount of 4 $34,400.00 for a total budget appropriation of $378,365.00 to Mathews Consulting, Inc, to 5 provide professional engineering services for the Rolling Green Stormwater and Water Main 6 Improvement Project, a copy of which is attached hereto as Exhibit "A." 7 Section 3. This Resolution shall become effective immediately upon passage. 8 PASSED AND ADOPTED this ~ day of July, 2008. 9 10 11 12 13 14 15 16 17 18 19 - 20 21 22 23 24 25 26 ATTEST: 27 28 29 30 31 32 33 S\CA\RESOlAgreementslTask - Change Orders\Mathews - TO U08-14-09.doc TASK ORDER NO. U08-14-09 DESIGN, PERMITTING, BIDDING & SERVICES DURING CONSTRUCTION- ROLLING GREEN STORMWATER & WATER MAIN IMPROVEMENT PROJECT Task Order No. U08-14-09 Design, Permitting, Bidding and Services During Construction - Rolling Green Stormwater & Water Main Improvement Project Roe -D7'-f A. Background The City of Boynton Beach (CITY) has identified the Rolling Green Stormwater & Water Main Improvement Project to be completed under the City's current c.I.P. Mathews Consulting, Inc. (CONSUL T ANT) previously provided design and permitting services for this project under Task Order #U04-14-01 (the project was canceled on October 11, 2006). The CITY has requested that CONSUL T ANT provide Minor Design, Minor Permitting, Bidding and Construction Management Services for the project. This Task Order No. U08-14-09 provides the scope of work for minor design, minor permitting, bidding, construction administration and resident inspection services for the Rolling Green Stormwater & Water Main Improvement Project. B. Scope of Services The Engineering Services of CONSULTANT shall include the following tasks: . Task I - Design . Task 2 - Permitting . Task 3 - Bidding . Task 4 - Services During Construction . Task 5 - Resident Project Representative Services The specific scope of services to be provided by CONSULTANT in this Task Order includes the following: Task 1 . Design Services The CONSULTANT will provide professional engineering services to the CITY for the replacement of existing water mains and installation of new storm water improvements (exfiltration trench), and roadway improvements within the project area. The work will include finalizing the 100% Design Drawings and Specifications to be used for bidding and construction. Subtask 1.1 Phasing Plan Preparation of construction phasing plan (Phase 1 and 2) that will be included in the 100% design drawings. A written description of the phasing plan will be included in the technical specifications. Subtask 1.2 Design Drawings Finalize the 100% design drawings for bidding (e.g. update City task order #, update the current bid date, update bid tabulation items, update approved bill of materials, etc.). 6/5/2008 1 c:2 M6~~~L~~g -INC- C Civil and En\'ir(}nm~nlll Enl!in~ers TASK ORDER NO. U08-14-09 DESIGN, PERMITTING, BIDDING & SERVICES DURING CONSTRUCTION- ROLLING GREEN STORMWATER & WATER MAIN IMPROVEMENT PROJECT Subtask 1.3 Technical Specifications Specifications are to be prepared by CONSULTANT for bidding purposes for the Rolling Green Stormwater & Water Main Improvement Project and the Front-End Contract Documents are to be prepared by the CITY. Specifications shall be submitted for CITY review at 100% stage. CONSULTANT shall meet with the CITY to discuss comments, and incorporate comments into final documents. These documents are to reflect the following: . Contract Documents will use the CITY's existing "Front-End" conditions modified by the CITY as appropriate for this project. Division 1 through 16 technical specifications will utilize the CITY's master specifications (January 2008) modified by CONSULTANT as appropriate for the project. Subtask 1.4 Construction Cost Opinion An opinion of probable construction cost will be updated for 2008 dollars for the 100% drawings and specifications. The cost estimate format will be consistent with the bid proposal tabulation sheet for the project. The cost opinion will be provided to the CITY for review. Subtask 1.5 Quality Assurance CONSULTANT shall provide internal QA/QC reviews on the updated 100% Design Documents (e.g. drawings, specifications, and cost estimates). Task 2 . Permitting Permit applications shall be completed for the Palm Beach County (work within PBC road rights-of- way) - Drawing C-3. Associated permit application fees shall be determined by CONSULTANT and paid by CITY. Services do not include preparing permit application for SFWMD construction dewatering permit (Contractor will be required to secure this permit if needed for construction). In addition to preparing the permit application for Palm Beach County, CONSULTANT shall assist 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 regulatory agencies. . Attend up to one (1) meeting with each of the regulatory agencies during review of the final permit applications. . Respond to request(s) for additional information from each regulatory agency. Subtask 2.1 Palm Beach County Permitting CONSUL T ANT shall prepare and submit Palm Beach County permit application for work within Palm Beach County right-of-ways (intersection ofNW 1 ih Avenue/Seacrest Blvd.). Task 3 . Bid Phase Services Bid phase services to be performed by the CONSULTANT will be consistent with the guidelines in the "Standard Procedures and Functions for Consultants, Procurement Services, and the Project Management Team," provided by the CITY and will include the following: 6/5/2008 2 c:2M6~I~L~~J'NC C Cillilud Environmental Engineer_ TASK ORDER NO. U08-14-09 DESIGN, PERMITTING, BIDDING & SERVICES DURING CONSTRUCTION- ROLLING GREEN STORMWATER & WATER MAIN IMPROVEMENT PROJECT Subtask 3.1 Bid Advertisement Prepare Contract Document packages (i.e. drawings and specification) for CITY advertisement and bidding purposes. Drawings to be full size (22" x 34") format. Subtask 3.2 Distribute Bid Documents Distribute copies of the Contract Documents to the prospective bidders. The cost for production of the contract documents will be borne by the bidders through purchase of the construction plan from CONSULTANT. Maintain records of the plan holders list and provide a copy of the list to the CITY on a weekly basis. Subtask 3.3 Pre-Bid Conference CONSUL T ANT shall prepare agenda and conduct pre-bid conference with interested contractors and CITY staff. CONSULTANT shall prepare and distribute meeting minutes. Subtask 3.4 Bid Clarification Respond to questions from prospective bidders and suppliers. CONSULTANT shall issue 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. Technical information for up to three addenda is assumed in the budget for Bid Phase Services. Subtask 3.5 Contract Award CONSUL T ANT shall attend the bid opening, review bid package of low bidder received, prepare bid tabulation sheet and recommend award. CONSULTANT shall only review up to two (2) bidder qualification and proposal packages. Additional bidder reviews will be considered an Additional Services Item. Task 4 - Services During Construction (SDC) The specific SDC phase services to be provided by the CONSULTANT include the following: Subtask 4.1 Pre-Construction Conference Prepare agenda and conduct pre-construction conference with selected Contractor and CITY staff in accordance with CITY's "Standard Preconstruction Forms". Prepare and issue written minutes of meeting. Subtask 4.2 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 50 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 14 days of receipt. 6/5/2008 3 c:2 M_t\THJ::_~S_ CO~"~.Yh!~,g",~~~, TASK ORDER NO. U08-14-09 DESIGN, PERMITTING, BIDDING & SERVICES DURING CONSTRUCTION- ROLLING GREEN STORMWATER & WATER MAIN IMPROVEMENT PROJECT Subtask 4.3 General Administration Provide general project administration for the duration of the project. One (I) hour a week for a total of 80 weeks is assumed in budgeting this task. Subtask 4.4 Bi-Weekly Meetings Attend construction progress meetings with the CITY and Contractor every two weeks and provide an agenda and written summary of the issues discussed. Project meetings will be conducted by the Construction Manager with the Resident Project Representative also in attendance. Following the meeting, the Construction Manager 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 Field Trailer located at the project site. Thirty-eight (38) progress meetings are included in the budget for this task. Subtask 4.5 Pay Estimate Review Review monthly payment applications (total of 20) submitted in a format acceptable to the CITY. CONSUL T ANT shall verify the quantities as represented on the pay request and make a recommendation to the CITY to proceed, with the payment as requested, or as modified based on CONSUL T ANT review. Monitor the construction schedule monthly and report to the CITY conditions which may cause delay in completion. A 20-month construction period is assumed in budgeting this task. Subtask 4.6 Construction Clarifications Respond in writing to Contractor's Request For Information (RFI) regarding the design documents. 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 Contractor within one week. Subtask 4.7 Construction Changes Prepare and negotiate Change Orders (CO) and Field Change Directives (FCD) during the 20-month construction period. For the purpose of this task order, it is assumed that up to 3 CO and 15 FCD will be prepared during the 20-month construction period. Subtask 4.8 Periodic Field Inspections CONSULTANT's Construction Manager will visit the project site an average of 8 hours a month for the actual field construction time frame of nineteen (19) months. Subtask 4.9 Certification of Construction Complete CONSULTANT shall certify to SFWMD, PBCHD, and PBC based on visible project features, CONSUL T ANT's inspections and review of testing reports that the project was constructed in accordance with the plans and specifications submitted in the permit applications. 6/5/2008 4 c:2M6tI~L~~JINC C Civil and Euvirnnmenlal Engin.:.:r., TASK ORDER NO. U08-14-09 DESIGN, PERMITTING, BIDDING & SERVICES DURING CONSTRUCTION- ROLLING GREEN STORMWATER & WATER MAIN IMPROVEMENT PROJECT Certification will include that water services were properly pressure tested and bacteriologically sampled to allow a "request for release of facilities to be placed into service" to be filed with the PBCHD. It is assumed that up to 12 partial releases and one final release will be prepared for PBCHD. Subtask 4.10 Substantial and Final Inspection In conjunction with CITY staff, make preliminary and final inspections (for each Phase) and assist in the preparation of a Contractor "punch list" to achieve Substantial Completion. Review completion of identified punch list items to assist in the determination that Substantial Completion has been achieved by the Contractor. Advise the CITY that Final Acceptance of each Phase of the project has been reached in accordance with the Contract Documents. Task 5 - Resident Project Representative Services The Resident Project Representative Phase services to be provided by the CONSULTANT include the following: Subtask 5.1 Inspections Provide a full-time (40 hours/week) Resident Project Representative (RPR) during the construction of the work in a total period of not-to-exceed 418 working days (for a total of 3,344 hours) for the construction contract. Activities performed under this task consist of furnishing an RPR during the construction of the project, to observe the quality of the construction work, and to determine, in general, if the construction is proceeding in accordance with the contract documents so that an engineering certification can be made regarding the construction of the proposed improvements. The RPR shall: . Serve as CONSULTANT's liaison with construction contractor, working principally through the contractor's superintendent and assisting him in understanding the intent of the contract documents. . Conduct on-site observations of the work in progress to assist in determining if the work is proceeding in accordance with the contract documents and that completed work conforms to the contract documents. Report, in writing to the CITY, whenever CONSULTANT believes that work is unsatisfactory, faulty or defective, or does not conform to the contract documents, or does not meet the requirements of inspections, tests or approval required to be made, or has been damaged prior to final payment. . Accompany visiting inspectors representing public or regulatory agencies having jurisdiction over the project. Record, in writing, the outcome of these inspections and report same to CITY. . Consider and evaluate construction contractor's suggestions for modifications in drawings or specifications and report them to the CITY, in writing. CONSULTANT shall make recommendation for action by the CITY. . Review Contractor As-Built information on a monthly basis to confirm proper updates are being made. . Observe all flushing and pressure testing of the piping. 6/5/2008 5 c:2 M6~I~L~~J INC C Civil.ndEn\'ironmo:ntalEn@.in(o:rs TASK ORDER NO. U08-14-09 DESIGN, PERMITTING, BIDDING & SERVICES DURING CONSTRUCTION- ROLLING GREEN STORMWATER & WATER MAIN IMPROVEMENT PROJECT . Assist the Contractor in coordinating all required density testing, etc. as required by the Construction Documents. . CONSULTANT shall provide to the CITY the RPR's daily inspection report (handwritten) and digital photos (paper copy & electronic copy). The reports and digital photos will be provided on a weekly basis. . RPR shall work with the Contractor and develop a Daily Quantity Sheet (based on the approved Schedule of Values) to be reviewed and accepted each day agreeing to the quantities of Schedule of Value items installed. LIMITATIONS OF AUTHORITY Except upon written instructions of CONSULTANT, Resident Project Representative: 1. Shall not authorize any deviation from the Contract Documents or approve any substitute materials or equipment. 2. Shall not exceed limitations on CONSULTANT's authority as set forth in the Contract Documents. 3. Shall not undertake any of the responsibilities of Contractor, Subcontractors or Construction Manager, or expedite the Work. 4. Shall not advise on or issue directions relative to any aspect of the means, methods, techniques, sequences or procedures of construction unless such is specifically called for in the Contract Documents. 5. Shall not authorize Owner to occupy the Project in whole or in part. 6. Shall not participate in specialized field or laboratory tests. C. Assumptions In addition to the work items discussed above, the following assumptions were made in establishing the scope of this Task Order and associated fee. Changes and/ or modifications in the above work items or these assumptions are considered an Additional Services Item under the terms of the contract. Assumptions include: 1. CITY shall provide CONSULTANT an electronic version of "front end" contract documents in MICROSOFT "WORD" version format. 2. Surveying and legal work necessary to prepare document for and to secure easements (temporary for construction and/or permanent) required for the installation of the piping and improvements is the responsibility of the CITY. 3. Deviations from the Final Design Drawings will be compiled by the Contractor and electronically incorporated onto the drawing files. Two sets of signed and sealed RECORD drawings by Florida Registered Surveyor will then be submitted by the Contractor to the CITY. Two sets of RECORD drawings will be provided to CONSULTANT for each submittal to PBCHD, SFWMD and PBC. 4. The construction man-hours are based on the following: . Construction duration (NTP issued to Contractor) = 600 calendar days (440 working days) . SDC Services (NTP to Final Payment) = 630 calendar days (462 working days) 6/5/2008 6 c:2~tI~L~~J-iNC C Civil and Envirllnmenlml En!!-ineer~ TASK ORDER NO. U08-14-09 DESIGN, PERMITTING, BIDDING & SERVICES DURING CONSTRUCTlON- ROLLING GREEN STORMWATER & WATER MAIN IMPROVEMENT PROJECT . RPR Services (would start 30 days after NTP issued) = 570 calendar days (418 working days) which equates to 3,344 inspection hours (Monday through Friday) at 8 hours per day. Weekend work and/or night-time work is not included in this scope and budget. If SDC or RPR is extended beyond above, then an Amendment to this Task Order will be executed for the additional work. 5. The CITY is responsible for all costs of public notification in local newspapers. 6. A single bidding effort is assumed. Re-bidding of the project is considered an Additional Services Item. 7. The design is based on federal, state and local codes and standards in effect at the beginning of the original project. Revisions required for compliance with any subsequent changes to those regulations is considered an Additional Services Item. 8. Contractor will be required to secure any dewatering permits. 9. The project will consist of two (2) construction phases (Phase 1 and 2). 10. The CITY is responsible for all permit fees, including PBCHD fees for reviewing partial & final water certifications. D. Contract Reference This Task Order shall be performed under the terms and conditions described within the Agreement for General Engineering Consulting Services dated November 18, 2003 between the City of Boynton Beach and Mathews Consulting, Inc. E. Additional Services The following are examples of some specific Additional Services Items that may be required, but are not included within this Amendment. Generally, a condition contrary to the work description in Section B or assumptions of Section C (upon which the construction management fee is based) is considered an Additional Services Item. Examples include: 1. Additional supervision or construction observation in excess of that specified in this Task Order. 2. Assisting the CITY in the settlement of construction contract claims will be an additional service. These and other services can be provided, if desired by the CITY, under separate Task Order(s) or by an amendment to this Task Order. Services performed will be on an as- directed basis in accordance with a written Notice to Proceed from the CITY. F. Obligations of the CITY 1. The CITY shall review all drawings and other documents presented by CONSULTANT; obtain advice of an attorney, insurance counselor, and others as CITY deems appropriate for such review and render decisions pertaining thereto within reasonable time so as not to delay the services of CONSULTANT. 6/5/2008 7 c:2 Mt\IB E~ S............... CO~~.YkI~5L~~~. TASK ORDER NO. U08-14-09 DESIGN, PERMITTING, BIDDING & SERVICES DURING CONSTRUCTION- ROLLING GREEN STORMWATER & WATER MAIN IMPROVEMENT PROJECT G. Compensation Compensation by the CITY to the CONSULTANT for all tasks will be on a Not-to-Exceed (time utilized) basis in accordance with the above mentioned Agreement. The estimated compensation for the services described in this Task Order is $343.965.00 as shown in Table 1 below and detailed in Attachment 1. TABLE 1: LABOR AND EXPENSE SUMMARY Labor Labor Expenses Total Cost Hours Cost Task 1 - Design 66 $ 7,195 $ 50 $ 7,245 Task 2 - Permitting 14 $ 1,3 14 $ 200 $ 1,514 Task 3 - Bidding 74 $ 7,029 $ 2,500 $ 9,529 Task 4 - Services During Construction 697 $ 67,815 $ 1,900 $69,715 Task 5 - Resident Project 3,344 $ 250,962 $ 5,000 $ 255,962 Representative (RPR) Totals 4,465 $ 334,315 $ 9,650 $ 343,965 H. Schedule The completion dates for this work will be as follows (starting at time that Contractor is issued award of the Construction Contract). En~ineerin~ Services Time per Phase Task 1 - Design 15 working days Task 2 - Permitting 44 working days Task 3 - Bidding 66 working days Task 4 - Services During Construction 462 working days Task 5 - RPR 418 working days 6/5/2008 8 c:2 ~tI-lJt~~g INC C Civil and EnvirllnmdnlRI Enj!ineers TASK ORDER NO. U06-14-09 DESIGN, PERMITTING, BIDDING & SERVICES DURING CONSTRUCTION- ROLLING GREEN STORMWATER & WATER MAIN IMPROVEMENT PROJECT APPROVED BY: CITY OF BOYNTON BEACH, FLORIDA By: ~ Kurt Bressner City Manager Dated this e day of <J.J7 ,2008. SUBMITTED BY: Mathews Consulting, Inc. By: Rene L. Mathews, P .E. President Dated this ~rday of ~ ,2008. 6/5/2008 9 c:2 M6~I~&~g INC C Civil and Envir"nmenl.l Engine.:rs City of Boynton Beach Task Order No. U08-14-09 Rolling Green Stormwater & Water Main Improvement Project - Permitting, Bidding and Services During Construction Proiect Summary Fees Labor Classification and Hou~v Rates Senior Principal Senior Field Resident Senior Cadd Admin. Sub- Engineer Engineer Repres. Inspector Eng. Tech Designer Support Total Consultant Reimbursable Task No. Task Description $135 $125 $100 $75 $90 $82 $54 Labor Services Expenses -...--- ------ --. f--- --.- 1 ~~-_._- __ 0..__-- . _____ --._----_.~ ------- - ---- - - ----- n .. . - -...---- -- - - 1.1 Develop Phasing Plan 7 1~=-3 ~~-= 2 $1,299 ---- ---- ~-- -.----- _n____ ___ _____ $1,426 . - -- 1.2 Design Drawin9s (100%) 2 4 ---- ----- ----.ll.._ 1.3 Technical Specifications (100%) 10 8 $1,782 $50 gonstruction Cost OP!Qi~J11l0.o/~1. .___.. . . ._. ._. 12... ---- ---- --- -- --- - - - - .. $1. 60S" -- 1.4 1---- .. .-..- .. .... ---..---- - -- ----- 2 __ --.--- --- 1.5 Quality Assurance _.__.___.___ 1---8...... -.. . - ------------- -- --- . $1.080 --.- - .-- Subtotal 27 16 ___ I---Q. -- o .. _.._0..._.. ~,195. - -=,-_$5..0 _--= -.------ __11__ ~-- ______n____ 2 Permitting .....- 1-- --- ----- ------- -- .-- -.---. c.... - -. ._-- ___00__ I. .--- 2.1 Palm Beach County Permitting---- 2 4 --- --- .-- 4 4 ~c314 _ __~2()Q.__ .. ---- - ---- --- --------- -- --------- --- --. - --.- --- - ---.~ I-"':=~ ::=-'(= f----. . -. =- [)=-- ----- 4....- -::..s1,314 _ ----- =::}200 .. __..!lubtotal c----9- -- 0 4 ----.----...--....-- ..- :\- --------- -------- ----- --..---- --. I... 1---- - - ----- __n__ .------- ------- I -- -.---- ----- -- ~--_..._- __moo. .--- -- I... - ----...-- - ------- ------------ -.-- ----- __!648 ----------- ---- ... 3.1 Bid Advertisement .__ u_.... 4 -.- -.- ---- ---- ----- --- 2 -.----- 3.2 Distribute Bid Documents 4 _2.9 .... .$1,620._ ~,~Q. -------- ------- --.-..--- c.... -. .... _.___n. ...__ ------ --- 00 3.3 Pre-Bid Conference ____ _ __ .__ ___ _ .___.__ 6 - --------- .--.---- 2 _ $918 3.4 Bid Clarification . ___ .. 4 _ _ 8 _.00 7 4 $2,330 -- - --- -- 3.5 Contract Award I---~--- 8 2 . $1 ,!i1:l. -------.--- ._~ __.n_ ----- 1----- Subtotal 16-- 1---- -. _.n $7.0~u .- -- 21 0 0 ... 0 7 30 ---~ ~,50~ 4 ServlcesDui1,igCOiistructlonn 00__. -"----- I__mm --.- ---- -- - _u__._ ---- ----- -. --- ----- ----.- -- .- ---- 4.1 Pre-Construction Conference 9 4 1 $1,254 .. -- $50 - __n.n_____._.__._.____ -- 4.2 Submittal Review I---...!l._- f--_45._ -----so- -.--.-- ---.---- 50 $9,405 _...1.500 - 4.3 General Administration ~ThrsiWk (total0f80 weeks)-- __n __._ --------- 1--$8,000 $1!jQ .00. 4.4 Bi-Monthlv Meetinas (every 2 weeks)---.. . ?- 1m m____ I--..B> --- 38 $9,652 ~ 4.5 Pay Estimate Review $2,000 .. - -.------ --.------ .-.- 20 ----- ------- -~- 4.6 Construction Clarifications- _______n 1_1.5. 40 moo __ $5,875 $150 ---- - --- -- -------- .J1~0 . .... 4.7 Construction Changes -- I--...J..!i-- 40 ---..-- ---.-- --.---- 10 $6,~~ _ ------. -- ---.----- .!-ll._ Periodic Fieid Inspections 1---_. ~- ...--- $16,000 -------- 4.9 Certificate of ConstructioiiCompletiOri 10 40 --.- ---- - --- 8 . $6,782 ---.!600 4.10 Substantial/Finallnspections - Prepare "p;:inch-ii!r~=~_- --...-- .----.-- ____n__ -:J.2.~:Jz --- 1_. .-.- __...lD._ --- 8 --- -------.------------.- Subtotal 18 ~-- . .-.--- 115 ... 167,815 _ ---- _Ii,~Clcl -- -- - - ---.--.-- 445 _ _4 ..... 0 1--...9- ... - --.---- - -. 5 ~esl(I.......tl'rc>ject Rep",s.en.!ative Services -- -- . -- --- --- --1.- ------.-- -.--.- ...----- 5.1 L~~E~~JQ!!.s__ f---- -.- 3344 --.- --- I----cn -. . ~2~if~_ - ___$?,OO_O_~ __.__..n._n_ ___n__.____ -- ----- 3 .~- -. Subtotal 0 0 -- 0 . 3,344 ..~ .- 0 0 .]2.5:0J962::- ---- - $5,0:00== ---- -- 3 __ n> __ _u ----- -- - --- --- Labor Subtotal Hours - 68 151 ----- 445 3,348 0 _.- 164- 1---- .- - 22 Labor Subtotal Costs $9,180 $18,875 $44~50Q._ -= $2siJQIL_ ~Q.-- $1,804 .$8:856- -$334,31L --.. _ . ~~,650_ Labor Total Costs $.3_34,~!5 - -...!Q.- - -.-- --- --_._- In- -.-- ------ -- ----- --- .-. .- _v. _.u___ ----- _1_. -.-- ----- . ----_._-----~_..- ~-- --~ ---- .-- ... --. -- 1---- ... ---- Subconsultant Costs Total ~~~consultant_Multipli~___ ___n___ ----.- 1.1 --.--.- ___00 _v. __m_u n ---- -- ---- --.---.- - _.n._ .. Subconsultant Total $0 --- .- -.-.- 1----- -.--- ----.......,.---. - --.----- -..-. _.. .. - - --- --- ---- __u____ --.--.--- Reimbursable Expenses $9,650 Project Total $343,965 Attachment 2 Mathews Consulting, Inc. . o m ~ ~ z _0 ~ ~ c 0 ~ ~ o~ ~ CDj Q, 3 CD 0 CD j CDDl ~ tntn tn j n <-_ ~~ j a ~ tn ~ ~ CDO L 3c ~ - j ~ ~ ~ ~CD C Dl n Dl j C n CD ~ tn j -~ j ~ ~ n Dl _ ~. CD CDO Q, - 0 ~ - 0 ~j _ Q,j Q)", 0 en 0 ~ ~ -- )> 0 :;lIIr j ~ ~! N I\) ~ Q, tn CD 0 v. 0 o Dl Dl ~ 0 n 0 j 0 3 a. ~ .g ~ ~ m ~ s ~ 0_- - n - ~ a j ~ ~ 0 a ~ ~ ~ :T 0 m ~ o' j j ~ tn Q, _ _ j C _ _ - Dl ~ ~ tn "' W ~ ~ 0 _ Dl ~ ~ j w ~ CD W ~ j CD <. CD ~ :;lIIr < CD tn tn CD:;lIIr - CD tn :;lIIr - tn - L C )> C ~ en CD I\) ~ 0 og n z _ -t ~ Z o < o CD n L Dl j ~ CD C' ~ Dl "' )> ~ "' ~ Dl ~ L C j I\) o o L~ C )> C ~ en CD ~ o n - Z o < C CD n L Dl j ~ CD C' ~ ~ "' n~ )> o~ ~I\) 0Z> ~ ~r.n ~ ~ 0 ;~~ ~ ~.~ mOL " ~ 0 c ~ 3 ~ j - a - ~I""\ rl\ _ ::s ~~Jv~ ~~ L ;" - Cr c " z _ _ ~ 0 oJ )> C ~ CITY CLERK'S OFFICE MEMORANDUM TO: Barb Conboy Utilities Manager FROM: Janet M. Prainito City Clerk DATE: July 9, 2008 RE: R08-074 Task Order No. U08 14-09 Design, Permitting, Bidding and Services During construction - Rolling Green Stormwater Be. Water Main Improvement Project Attached for your information and use are two originals of the above mentioned Task Order. Since the documents have been fully executed, I have retained one original for Central File. Please contact me if there are any questions. Thank you. ~Yn. ~~t~ Attachments cc: Central File S:ICCIWPIAFTER COMMISSIONIDepartmental Transmittals\20081Barb Conboy _ R08-074.doc