Loading...
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: