HomeMy WebLinkAbout130-07 RESOLUTIONRESOLUTION NO. 130-07
A RESOLUTION APPROVING CONTRACT AMENDMENT NO. 1
TO THE CONTRACT WITH GARVER ENGINEERING, LLC IN
AN AMOUNT NOT TO EXCEED $716,850.00 FOR PRELIMINARY
AND FINAL DESIGN AND RELATED SERVICES FOR
IMPROVEMENTS TO MOUNT COMFORT ROAD FROM I-540 TO
RUPPLE ROAD.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council of the City of Fayetteville, Arkansas
hereby approves Amendment No. 1 to the Contract with Garver Engineering,
LLC in an amount not to exceed $716,850.00 for preliminary and final design and
related services for improvements to Mount Comfort Road from I-540 to Rupple
Road. A copy of Amendment No. 1, marked Exhibit "A" is attached hereto and
made a part hereof.
•0ER1/2‘1.3REq''e•o.
SG.
Y
U• • t -P
; FAYETTEVILLE;
V••' qo `' 2
ti -
%9s•. ,KANS.
• ,;NON JJJJJ
� aGTuuwn�
PASSED and APPROVED this 17th day of July, 2007.
APPROVED:
By:
DAN COODY, Mayor
ATTEST.
By: Gv
SONDRA E. SMITH, City Clerk/Treasurer
AMENDMENT TO AGREEMENT FOR
PROFESSIONAL ENGINEERING SERVICES
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
CONTRACT AMENDMENT NO. 1
Mount Comfort Road Improvements
This Contract Amendment No. 1, dated
, 2007 shall amend
the original contract between the CITY OF FAYETTEVLLE, ARKANSAS and GARVER
ENGINEERS, LLC, (Garver) dated September 19, 2006 for professional engineering services in
connection with the Mount Comfort Road Improvements Project, from Interstate 540 to Rupple Road,
(the "Project"). This Contract Amendment No. 1 adds professional engineering and surveying
services for the Design Phase Services, as described herein.
The contract is hereby modified as follows:
SECTION 2 - BASIC SERVICES OF GARVER
The following Sections supercede corresponding Sections in the original contract.
2.1 General
2.1.1.2 The Scope of Services to be furnished by GARVER during the remainder of the
Design Phase is included in Section 2.2 hereafter and in Appendix A attached hereto
and made part of this Agreement.
2.2 Design Services
2.2.1 GARVER will perform engineering and related services in order to prepare drawings and
related services as described in Appendix A.
Contract Amendment No. 1
Mount Comfort Road
1 of3 0605-1200
2.2.1.3 When requested by the CITY OF FAYETTEVILLE's City Engineer, prepare for and
attend up to two Street Committee meetings and one City Council meeting to provide
support for the project, for each submittal phase.
2.3 Bidding Phase
2.3.1 The scope of services to be furnished by GARVER during the Bidding Phase is
described in detail in Appendix A attached hereto and made part of this Agreement.
SECTION 6 — PAYMENTS TO GARVER
6.1 Compensation
CITY OF FAYETTEVILLE shall pay GARVER an amount not to exceed $1,036,900 in accordance
with the provisions described in the following paragraphs. CITY OF FAYETTEVILLE shall pay
GARVER for time spent on the project at the rates shown in attached Appendix A-2 for each
classification of GARVER's personnel In addition, reimbursable expenses, including but not limited
to printing, courier service, reproduction, and travel will be billed. For informational purposes, a
breakdown of GARVER's estimated costs is included in Appendix A-2. The rates shown in
Appendix A-2 will be increased annually with the first increase effective on or about May 1, 2008.
Underruns in any phase may be used to offset overruns in another phase as long as the overall
contract amount is not exceeded.
6.1.2 Property Surveys and Property Acquisition Documents
For Property Surveys and Property Acquisition Documents, CITY OF FAYETTEVILLE shall
pay GARVER an amount estimated to be $143,250.
6.1.4 Preliminary Design
For the Preliminary Design described herein, CITY OF FAYETTEVILLE shall pay GARVER an
amount estimated to be $279,050.
6.1.5 Final Design
For the Final Design described herein, CITY OF FAYETTEVILLE shall pay GARVER an
Contract Amendment No. 1
Mount Comfort Road
2 of 3 0605-1200
amount estimated to be $280,550.
6.1.6 Bidding Services
For the Bidding Services described herein, CITY OF FAYETTEVILLE shall pay GARVER an
amount estimated to be $14,000.
IN TESTIMONY OF WHICH, this instrument has been executed on behalf of GARVER ENGINEERS,
and has been executed on behalf of the CITY OF FAYETTEVILLE, in three (3) counterparts, each of
equal force, on the day and year first above written.
CITY OF F ETTEVILL GARVER ENGINEERS, LLC
ByBy:
ael Title: Vice President
Title:
Brock Hoskins
ATTEST:
a--1 &_. aRTTEST:
,pfO 11111/111
TRs
,,:74.7,
E.V:• •
p
E 7, FAYETTEVILLE
4-7
s9'flkANS: :*\r`
ettlAG TON G0O,S
e`'
Contract Amendment No. 1
Mount Comfort Road
3 of 0605-1200
APPENDIX A — SCOPE OF SERVICES Amendment No. 1
2.2 Design Surveys, Property Surveys, and Property Acquisition Documents
2.2.2 Property Surveys
Garver will field -locate existing monumentation representing right of way and/or easements based on
record data which will be provided by the City. Garver will also provide staking and/or pinning as
requested by the City.
2.2.3 Property Acquisition Documents
The Engineer will provide mapping as required for preparing Right-of-Way/Easement acquisition
documents for the Owner's use in acquiring the property. Documentation will include a key map
showing all affected properties and an individual tract map with description of temporary and
permanent acquisition for each property. The Owner will provide a standard easement acquisition
document or "go-by" example for use by the Engineer. The fee for providing property acquisition
documentation is based on permanent right of way and temporary construction easements for no more
than 85 properties and includes utility and off-site (adjacent to the project) drainage easements.
Property acquisition document preparation will begin after receiving the Owner's comments from the
Preliminary Design review.
2.5 Preliminary Design
The preliminary design phase submittal will include preliminary typical sections, plan and profile
sheets showing horizontal and vertical geometry, signalization plans for the intersections of Porter
Road and I-540 Southbound ramp, relocated Shiloh Drive and Mount Comfort Road, Mount
Comfort Road and Salem Road, Mount Comfort Road and Rupple Road (north), cross sections,
right-of-way requirements, maintenance of traffic plans, driveways, drainage improvements, water
and sewer relocation plans, sidewalks, signing and striping plans, and an opinion of probable
construction cost. The preliminary design phase will represent approximately 60 percent of final
construction contract plans. This submittal will not include technical specifications or "front end"
contract documents. The Engineer will not begin final design until the preliminary design is
approved by the Owner in writing. The Engineer will furnish three sets of Preliminary Plans to the
Owner.
The Engineer will fumish plans to all known utility owners potentially affected by the project. The
Engineer will include the surveyed locations of the observable and marked utilities in the construction
plans.
The Engineer will fumish plans to AHTD for their review and comment. The Engineer will not be
required to produce plans and specifications in AHTD standard format.
Garver will prepare for and attend two Street Committee or City Council Meetings.
2.6 Final Design
During the final design phase of the project, the Engineer will conduct final designs to prepare
construction plans and specifications, for two construction contracts, including final construction details
and quantities, special provisions, opinion of probable construction cost. The Engineer will also make
Appendix A - Scope of Services 1 of 4 0605-1200
Mount Comfort Road Amendment No. 1
final field inspection with Owner, make any needed plan changes as a result of the final field inspection
and/or special easement acquisition considerations, and complete the construction documents as
required to advertise for bids. Unless the Owner prefers and provides a specific construction contract,
the Engineer will furnish an industry standard construction contract form for review by the City
Attorney. The Owner will furnish standard technical specifications for incorporation into the
construction contract documents.
The Engineer will prepare, submit, and coordinate approval of a Storm Water Pollution Prevention Plan
(SWPPP) with ADEQ.
Garver will prepare for and attend two Street Committee or City Council Meetings.
The Engineer will furnish plans to all known utility owners potentially affected by the project. The
Engineer will conduct coordination meetings among all known affected utility owners to enable them to
coordinate efforts for any necessary utility relocations. The Engineer will include the surveyed
locations of the observable and marked utilities in the construction plans. The Engineer will also include
proposed and/or relocated utility information in the construction plans as provided by the utility
companies.
The Engineer will furnish plans to AHTD and the Arkansas Department of Health for their review and
comment and support the City with AHTD permit acquisition. The Engineer will not be required to
produce plans and specifications in AHTD standard format. The Owner will pay the ADH review fee
outside of this agreement.
The overall project improvements will be represented by one construction contract (one set of
construction contract documents) but will likely be accomplished in two phases. The documents will
indicate a division between Phase 1 and Phase 2 at a location between Raven Lane and Alpine
Avenue, approximate conceptual design station 70+00. Phase l will be the portion of the project east
of Raven lane including the relocated Shiloh Drive and Mount Comfort Intersection and I-540 ramps.
Phase 2 will be the portion of the project east of existing Rupple Road (south) to approximately east
of Raven Lane.
2.7 Environmental Surveys, Permitting, and Coordination with COE
These services are not part of this contract.
2.8 Traffic Studies and Signalization Design
The Engineer will coordinate with the City's Traffic Division for proper phasing design of
signalization for the intersections of Porter Road and I-540 Southbound ramp, relocated Shiloh Drive
and Mount Comfort Road, Mount Comfort Road and Salem Road, Mount Comfort Road and Rupple
Road (north). Signalization design shall be incorporated into the construction plans and
specifications.
2.9 Drainage Study for Bridge
These services are not part of this contract.
Appendix A - Scope of Services 2 of 4 0605-1200
Mount Comfort Road Amendment No. 1
2.10 Bidding Services
As an alternate to the traditional design -bid -build project delivery method, the City has elected to use
the Construction Manager at Risk method. Garver will assist the City in the evaluation process by
participating in up to five interview meetings with prospective contractors, initial and final, for a total
of 10 interview meetings.
2.12 Construction Phase Services
The scope of Construction Phase Services will be added with a future amendment to this agreement.
2.13 Project Deliverables
The following will be submitted to the City of Fayetteville, or others as indicated, by Garver:
1. Three copies of the Preliminary Design with opinion of probable construction cost.
2. One copy of the Preliminary Plans to each potentially affected utility company.
3. Three copies of the Preliminary Design Plans to the AHTD.
4. Three copies of the Final Design with opinion of probable construction cost.
5. Three copies of the revised Final Design with opinion of probable construction cost.
6. One copy of the revised Final Plans to each potentially affected utility company.
7. Three copies of the Final Plans and Specifications to the AHTD.
8. Three copies of the Final Plans and Specifications to the Contractor.
9. Two copies of the right-of-way acquisition documents.
2.14 Extra Work
The following items are not included under this agreement but will be considered as extra work:
1. Construction Phase Services.
2. Redesign for the City's convenience or due to changed conditions after prior approval or
conflicting direction from the City.
3. Submittals or deliverables in addition to those listed in paragraph 2.13.
4. Environmental Assessment.
5. Wetlands identification or mitigation plans or other work related to environmentally or
historically (culturally) significant items.
6. Pavement Design beyond that fumished in the Geotechnical Report.
7. Design of any utilities relocation other than water and sewer.
8. Bridge or other significant structural design.
9. Street lighting or other electrical design beyond that required for traffic signalization.
10. Construction materials testing.
11. Coordination with FEMA and preparation/submittal of a CLOMR and/or LOMR.
Extra Work will be as directed by the City of Fayetteville in writing for an additional fee as agreed upon
by the City of Fayetteville and Garver.
2.15 Schedule
Garver will begin work under this Agreement within ten (10) days of a Notice to Proceed and will
complete the work in accordance with the schedule below:
Appendix A - Scope of Services 3 of 4 0605-1200
Mount Comfort Road Amendment No. 1
Phase Description
Preliminary Design -
Preliminary Design —
Signalization Design
Signalization Design
Property Acquisition
Phase 1
Property Acquisition
Phase 2
Final Design - Phase
Final Design - Phase
Phase 1
Phase 2
- Phase 1
- Phase 2
Documents
Documents
1
2
Appendix A - Scope of Services
Calendar Days
75 days from approval of Conceptual Design
135 days from approval of Conceptual Design
30 days from approval of Preliminary Design
30 days from approval of Preliminary Design
30 days from approval of Preliminary Design- Phase 1
60 days from approval of Preliminary Design — Phase 2
60 days from approval of Preliminary Design - Phase 1
90 days from Approval of Preliminary Design - Phase 2
4 of 0605-1200
Mount Comfort Road Amendment No. 1
Appendix A-2
Garver Engineers Hourly Rate Schedule
Classification Rates
Senior Project Manager
Project Manager
Aviation Planner
Automation/Controls Specialist
Senior Project Engineer
Operations Specialist
Project Engineer
Senior Design Engineer
Sr. Construction Engineer
Construction Engineer
Design Engineer/Designer
Sr. Environmental Scientist
Environmental Scientist
CADD Administrator
Senior CADD Technician
CADD Technician
Senior Construction Observer
Construction Observer
Senior Project Surveyor
Project Surveyor
Party Chief
Instrument Man
Rodman
Administration
Clerical 1
Clerical 11
2 -Man Crew (Survey)
3 -Man Crew (Survey)
2 -Man Crew (GPS Survey)
3 -Man Crew (GPS Survey)
$ 194.00
$ 162.00
$ 103.00
$ 125.00
$ 127.00
$ 114.00
$ 110.00
$ 94.00
$ 92.00
$ 78.00
$ 78.00
$ 102.00
$ 55.00
$ 98.00
$ 97.00
$ 68.00
$ 92.00
$ 73.00
$ 108.00
$ 79.00
$ 75.00
$ 50.00
$ 42.00
$ 85.00
$ 64.00
$ 48.00
$ 148.00
$ 193.00
$ 198.00
$ 243.00
APPENDIX A-2
CITY OF FAYETTEVILLE
MOUNT COMFORT ROAD IMPROVEMENTS
FEE SUMMARY
Traffic Studies
Schematic Study
Signalization Design
Surveys - Design
Surveys - Property
Drainage Study
Environmental Handling and Documentation
Conceptual Design
Preliminary Design
Final Design
Property Acquisition Documents
Contractor Procurement Assistance Service:
Construction Support Services
Original Contract
$29,080
$49,500
$0
$97,100
$0
$0
$0
$104,020
$0
$0
$0
$0
$0
Amendment No. 1
$0
$0
$37,500
$0
$42,300
$0
$0
$0
$260,300
$261,800
$100,950
$14,000
$0
Total
$29,080
$49,500
$37,500
$97,100
$42,300
$0
$0
$104,020
$260,300
$261,800
$100,950
$14,000
$0
Subtotal NTE Fee
Subcontracted Services
Geotechnical Services
Record Research
ARKUPS - Utility Locates
Estimated Subcontract Fees
Total NTE Fee
$279,700
$22,750
$0
$17,600
$716,850 $996,550
$40,350
$0
$0
$0
so
$22,750
$0
$17,600
$40,350
$320,050 $716,850 $1,036,900
APPENDIX A-2
0.
0
—I2
§Ce§
(.9400.0o
Surveys - Property
s
r0
1
8
0
0
Const
Engineer
Lu
{
CA
S1e600
.
00
_
.
,
Tecnl
Draftsman
0)-
0
0
0
24
88880,
0
!/
$108.00
,
e,o
c,20
Design
Engineer
Sono
Design
Engineer
8
Project Engineer
I hr
!
.- ,
.
.
Senior
Protect
Manager
WORK TASK DESCRIPTION
11. Surwp - Property (55 Maximum)
Oa
|I
!;
!1
02
§i
1!
E
8
t
r PQM Ties to recovered Controlling comers and Property comers
\
!
Properly Line and Existing RIghtmilwayylEasement Delineation
Subtotal • Survrys Property
a
0
0
0
0
16.00 313,15600 5000
0
0
!
8888888888
l;S.l;l.a;
§
TOTAL COST:
TOTAL COST VAIN ESCALATION:
8
s
0 2
a
3
8
s
b.
SUBTOTAL SALARIES
8
47.
8888888888
88»»»»»»h8
E
2 ctti
m r d c U U
a1 _ E E i
O S A7.80. U' O F F-
10 VIPo
SUBCONSULTANTS
TOTAL COST:
TOTAL COST WITH ESCALATION:
/
[_
0
,
0
0
/)}
hr
<
0
,
.
,
Const
Engineer
8
hr
.
0
.
0
/\}
hr
.
0
.
.
;!
},
.
.
.
0
\
|
21
go,
0
,
)/
S=
.
,.;._;_
ga
_,
„
0
,
,
_
A
24 I
0
0
.2 c«
-2
hr
•
0
0
.
.
/
f,
,
.
,
,
Senior Project
Surveyor
8
!
hr
0
0
0
0
°'
8P.
hr
24
,
..
_.�
.�
...,.
.,
.,
,
0
0
.
!|_
hr
8
co
aa
tno _
co_
8
4
,
co_,
4
.
!
_,
.
.
0
Project Engineer
OOOL LE
hr
\(
hr
,
8
,
8
4
8
8
S
,
CO
8
8
OD
p
„
0.,
B
30
OD
E
.
1
C.I.
0
0
Project
Manager
00
�l hr
55
I\
8
hr
,
.
,
,
0
0
0
0
WORK TASK DESCRIPTION
I1. Civil Englneerng
a
_
1 Address Preliminary Plan Review Comments
1 Plan & Profile Sheets
1 Typical Sections
el!
)|
Intersecting Street Plans
-
5
0
1 Drainage Improvements - Streets
1 Drainage Improvements - Outlets and Ofslte
-
,
1 Pavement Design
1 MOT/Sequence of Construction
Sidewalks and Trails
cm
,
Water Improvements
Sanitary Sewer Improvements
Stormwater and Erosion Control Plans
.
1 Front End Specifications
Technical Specifications
1 Revisions/Additions due to Property Acquisitions
-
,
1 Opinion of Probable Construction Costs
1 Estimate of Construction Time
Coordination with Geotechnical Subconsultant
1 Meetings/Coordination with City Staff
1 MeetingslCoordiaatbn with City Street Committee or Council
1 Meetings/Coordination with Public
1 Utility Companies Coordination
!
8
1 Final ReviewNlalkthrough with City
1 Health Department Coordination
Subtotal - Civil Engineering
12. Structural Engineering
1 Retaining Wall LayoulElevatbns
}
,
Subtotal- Structural Engineering __
0
5
|
Subtolel- Mechanical Engineering
fie. Electrical Engineering
Subtotal- Electrical Engineering
8
S
g
8
•
n x
Y
8
s
$1940.00 $10,368.00 $38,31090
a
u°
S M
8
zt
2
SUBTOTAL -S
8
888888888
SUBCONSULTANTS
S
IT
TOTAL COST:
TOTAL COST WITH ESCALATION:
s
}
co
.
.
!!)
cc
.
.
.
LU
hr
Senor
Coned
Engineer
$
I hr
.
.
.
}!
\
hr
.
.
0
/
|`
N.
.
,
0
.
Tech /
Draftsman
/
hr
,,:,._.,
CO
40
03
_
,
24
,
!
<
24 I
co
c
!!)
|
hr
,
.
.
Project
Surveyor
hr j
Senior Project
Surveyor
8
,
hr
.
.
.
Design
Engineer
I E78 o0
Senior
Design
Engineer
8co
hr
.
_
cc_
_00.,.
4
,
„co
.
!
,
co.
.
Project Engineer
Senor
Project
Engineer
$127 00
12 I
4
4
e I
I I
I 2 I
1
1
1
MI
1
ra
e 1
Project
Manager
8o
40
hr
or.,
,.,,.,NNNN
N
,
0
,.
a
0
0
!ƒ
\ "
hr
,
,
4 1
,
c,
.
WORK TASK DESCRIPTION
It. Civil Engineering
.
Final Plans
IAddress Preliminary Plan Review Comments
.
1 Typical Sections
Cross Sections (Roadway, Sideroads, Onveways, Cross Drainage)
IIntersecting Street Plans
/
Drainage Improvements -Streets
1
Drainage Improvements - Outlets and Offsite
1 Pavement Design
MOT/Sequence of Construction
Sidewalks and Trails
1 Striping and Signage Plans
I Water Improvements
|
-
III
Z
AHTD Design within AHTD ROW
rStormwater and Erosion Control Plans
,
Front End Specifications
))
}i
|
/
E.
_
}\\
!
§
4
Estimate of Construction Time
1
Coordination wish Geotechnical Subconsultant
,
!
-
\
)
}
1 Meetings/Coordinaton with AHTD
1 Meetings/Coordination with City Street Committee Of Council
1 Meetings/Coordination with Public
1utility companies Coordination
\
1 Final Reviewflalkthrough with City
c
)
§
{
Subtotal - Civil Engineering
12. Structural Engineering
1 Retaining Wall Layout/Elevabons
|
j
I Subtotal - Structural Engineering
13. Mechanical Engineering
I Subtotal - Mechanical Engineering
4. Electrical Engineering
8
8
8 8 8 8 8 8 8 8 8
tri 60000C•I VI PA N » » » 0» 8to
2
8
SUBCONSULTANTS
TOTAL. COST:
8
TOTAL COST WITH ESCALATION:
APPENDIX A-2
Preliminary Design - Phase 2
UQ
8a
w
a
o
a
Senior
Constr
Observer
8
hr
tO
U
LID
I $7800
hr
o
e
e
e
Senior
Constr
Engineer
8
br
NU
8
w
hr
o
e
e
e
9
U$
hr
v
N
n
e
0
0
0
Tech. /
Draftsman
8
hr
n
N
I 40 I
N
--
CO CO
v
H
$
0
0
0
Senior Tech./
Draftsman
8
hr
0
n
a
,.
a
e
Project
Surveyor
8
ra
Senior Project
Surveyor
8
8
hr
0
a
e
e
Design
Engineer
8
_
12
N„
8
I 40 I
N
_
8
_
I __8
.
N
a
__
0
0
Senior
Design
Engineer
8
g
hr
I OZl
L 120
g
_
_
a
0
0
Project Engineer
$110.00
`g
01 O. w
a
a
a.
I S I
.
aa
a
a
a
g
g
18 1
.e
a
e
..
2411__ I
_e
;0_
aa
a
a
a
-"
nE
aa 8
.u;
.
.
.
rvn
N
N
N
N
N
CO
e
.
X
0
a
o
Senior
Project
Manager
8
$
=
N
N
N.
N
.
a
a
o
WORK TASK DESCRIPTION
F. Civil Engineering
L`
E
1
Address Conceptual Plan Review Comments
` Plan & Profile Sheets
•-
yy
a
~
Cross Sections (Roadway. Slderoads, Driveways) Cross Drainage)
a
!
w
b%
S-
E
a
Drainage Improvements - Street
1 Drainage Improvements - Outlets and Oftslte
9>
due
15
S
o
MOT/Sequence of Construction
1 Sidewalks and Trails
1 Sbiping and Sgnage Plans
1 Water Improvement
wqga
6
2
01
t;
N
c.
w
a
m
eel
Opinion of Probable Construction Cost
9
3
ay
_
3
-C
o
V
4
c
3
f
1 Meetings/Coordination with City Street Committee Or Council
1 meetings/Coordination with Public
1 USW Companies Coordination
3
:'
Ire
O
a
$S
w`
Up
9
A
8
a
W
Ti
2
N
Retaining Wall Design
1 Special Structures
1 Subtotal - Structural Engineering
13. Mechanical Engineering
ISubtotal -Mechanical Engineering
14. Electrical Engineering
Subtotal - Electrical Engineering
a 8
s
8
a a
•
gr
8
N
ea
na
el
SUBTOTAL -SALARIES
k
8888888888
!l;;;;a;s.;
ss
3
SUBCONSULTANTS
k §
TOTAL COST:
TOTAL COST WITH ESCALATION:
SR
00
8
VI
0
0
0
0
.!
A 2«
8
0
0
0
0
Ufa
W
!
a
a
0
0
Senior
Constr
Engineer
0
0
D0
$
a
hr
a
a
a
a
U
$
w
hr
v
v
N
N
a
o
a
0
8
hr
$
a
I ao
m
y
8
a
s
v
co
a
a
a%e
Saner Tern /
Draftsman
0
0
CD
hr
Profetl
Surveyor
o
r.
hr
&t
3 Z
cN
on
8
$
a
hr
0
0
0
0
owN.
hr
CO
120
N
�
.a
8
CO
cp
8
.
8
._
8
a
„_
s
a
a
Senior
Design
Engineer
a
a
as
m_m
I-
to
ata
co
a
s
Project Engineer
8
I hr
Senior
Project
Engineer
8
I 12 1
.
a
a
v
a
v
0
v
a
v
R
a
te
..
v
v
a
v
_
R
„_
$
a
a
Project
Manager
8
Sv
a»
8
2 I
r
r.
N
21
e
n
a
o
0
WORK TASK DESCRIPTION
a
w`
L
U
a
o
m
0.
Address Conceptual Pian Review Comments
Plan & Profile Sheets
1 typical sections
"'
$
e
0
Intersecting Street Plans
>
0`
Drainage Improvements - Streets
1 Drainage Improvements- Outlets and Offsite
9
8
1 Pavement Design
cn
2
o
3F)
n
a
�
m
Striping and Signage Plans
1 Water Improvements
E
3
co
t
rR
AHTD Design within AUTO ROW
1 Stamwater and Erosion Control Plans
0
=
m
0
Opinion of Probable Construction Costs
ECoordination with Geotenical Subconsullant
th
Meetings/Coordination with City Staff
Meetings/Coordlnatlon with Cly Street Committee or Council
0
3
0
a
c
$
2
Meetings/Coordinetion with Pudic
1 Utility Companies Coordination
I
>
x
0
Subtotal Civil Engineering
lg. Structural Engineering
1 Retaining Wall Design
I Special Structures
I Subrotal • Structural Engineering
13. Mechanical Engineering
1 Subtotal - Mechanical Engineering
c
3
c
0
8
0w
1.
2
-
p
4
APPENDIX A-2
0
a.
}\
U.
[B
Signalization Design - Phase 2
j
).
\
0
0
0
0
i0
8
0
0
.
,
-
/,!,
.
.
.
.
it
/
|,
..
.
.
.
\
0
8
r
•
•
.
,
.
Senior Tech.l
Draftsman
Pcia
En
113
hr
{
a.
[
M
„,:
0
0
,
{|)n
2B
.,
.
0
.
0o
z
0
.
WORK TASK DESCRIPTION
C
1
f(|
.
1
12. Structural Engineering
'8
a
b. Mechanical Engineering
Eg|-
I!{
f
t
bJ
-
•
o
•
8
■
$
,,,!!!!!!4
!laasa=;;.
SUBCONSULTANTS
TOTAL COST:
TOTAL COST WITH ESCALATION: