Loading...
Item 8CAGENDA ITEM # 8C NOVEMBER 24, 2008 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Engineering Services for Design of Royal Palms Drainage Improvements (PW0808) SUBMITTED BY: Rick Carper, P.E., Public Works Director/2~ DATE: November 14, 2008 BACKGROUND: In October, the Commission approved Staff's recommendation of Eisman & Russo for Final Design Services for the Royal Palms Drainage Improvement Project and authorized staff to negotiate scope and fees for these services. Staff, in consultation with the City Manager, has reached agreement on the Scope of Services and Fee proposal attached to this staff report. The Scope of Services includes project design, survey, geotechnical and environmental services, as well and permitting and Public Awareness assistance. The consultant proposes to have design completed to support a planned bid date of May/June 2009. The Base Fee proposal is $248,180.44, with an additional $82,743.85 in Limiting Amount Fees (services performed as needed) and $3,076.25 in reimbursible expenses (travel, printing costs and WMD permit fee). The total fee is $334,000.54. BUDGET: The Public Works Stormwater Account, 470-0000-538-6300, includes $400,000 budgeted for design services for project PW0808. RECOMMENDATION: Staff recommends the Commission approve the Scope of Services and Fee Proposal for Design of Royal Palms Drainage Improvements and authorize the City Manager to sign the contract with Eisman & Russo. ATTACHMENTS: A. Scope of Services for Final Design of Royal Palms Drainage Improvements B. Contract Fee Summary REVIEWED BY CITY MANAGER: November 24"', 2008 Regular Meeting AGENDA ITEM # 8C NOVEMBER 24, 2008 Exhibit "A" Scope of Services Consulting Engineering Services Royal Palms Subdivision Drainage System Rehabilitation City of Atlantic Beach GENERAL The scope of Consulting Engineering Services proposed by the Consultant, Eisman & Russo (hereinafter referred to as "E&R"), to the City of Atlantic Beach (hereinafter referred to as "the City") is as follows: The proposed professional engineering and surveying services are those required for the design of stormwater drainage improvements required to rehabilitate the deteriorating system within the Royal Palms Subdivision in Atlantic Beach, Florida. Generally, these services include: professional land surveying; geotechnical engineering investigation; video-inspection of existing drainage pipes; drainage engineering design; environmental resource investigation related to possible permitting of potential wetland impacts (if required); design services related to the roadway, utility, and other improvements necessitated by the proposed drainage improvements; the development of traffic control plans; bidding and negotiation support services; and limited post-design services during the construction phase. The engineering design services shall result in the production of plans, specifications, and contract documents required for the successful bidding, contracting, completion, certification, and acceptance of construction of a new and/or rehabilitated stormwater drainage system serving the Royal Palms Subdivision. The proposed services are divided into three phases, as described below. Work by E&R on each subsequent phase shall proceed as authorized by the City following the successful completion, review and acceptance of the deliverable products for the prior phase. Construction Administration services (Phase 4) are not included in this proposal, but a description of construction administration services available by separate agreement is provided herein under "Phase 4 -Construction Administration." The phases included in this project scope are as follows: PHASE 1 -CONCEPTUAL DESIGN The services provided by E&R under Phase 1 include efforts related to the conceptual design of the proposed drainage improvements and collection of data required for further development of the design and construction documents, as follows: Available Data Collection E8~R will collect all available data relevant to the project. Efforts will include: 1) Collection, review, analysis, and verification of relevant available information, including but not limited to: topographic maps, flood maps, soil maps and data, design plans, survey data, as-built plans, permit records, engineering studies, and pipe inspection video records. 2) Field inspection, measurement, photographic and video recording, and written documentation of condition of project area and existing drainage system, including inlets, manholes, pipe end conditions, ditches, and gutters. Pipe Inspection Services E&R will contract with Florida Pipe Tec for pipe inspection services, including video inspection, as required, to obtain information on those drainage pipes not already fully inspected during the study phase and which are probable candidates for rehabilitation. Included are efforts required to carry out the inspections, including but not limited to the cleaning and removal of debris and silt and the bypassing of flow or installation of temporary plugs required to reduce or eliminate groundwater intrusion or other flow that would prevent full inspection of sections. Land Surveying Services 14-Nov-2008 Page 1 of 6 AGENDA ITEM # SC NOVEMBER 24, 2008 E&R will provide, through subcontract with the surveying subconsultant, L. D. Bradley Land Surveyors, Inc. (LDB), the services required to obtain Phase 1 survey information within the "Task 1" survey limits described on the sketch included as Exhibit "C." The survey information to be obtained as part of the Phase 1 effort is as follows: 1) Full topographic information on surface features is required within the rights-of-way and drainage easements indicated within the aforementioned "Task 1" limits, including but not limited to: pavement, curb & gutter, sidewalk, driveways, shrubs and trees, valve boxes & covers, hydrants, meter boxes, utility pedestals, manholes, inlets, mailboxes, fences, utility/light poles and guy anchors, signs, and drainage structures. 2) Cross-section information as follows: a) Within roadway rights-of-way at 300-ft intervals, or at intersections and mid-block points, as necessary to adequately describe existing topography within project areas. b) Within the lot line drainage easements only as needed to establish topography and potential utility conflicts. c) Within the Skate Road Ditch (2250 ft): at approximate 250' intervals, at six (6) existing pipe outtall points and intermediate points (for a total of 10, more or less). 3) Full gravity sanitary sewer and drainage information within project areas indicated, including elevations of all frames, covers, inlet grates, inlet slots, and connecting pipe inverts, as well as the sizes, types, and orientations of all connecting pipes. 4) General Survey Requirements: the survey services include the following efforts and meet the following requirements: d) Elevations will be relative to NAVD88 datum. e) Horizontal control will be in NAD 1983 Florida East State Plane Coordinates. f) The surveyor will establish baselines and stationing along roadway rights-of-way and drainage easements g) Surveyor will locate and identify right-of-way lines, property lines, and public easements. h) Surveyor will provide location and grade elevations at soil borings (coordinated with geotechnical engineer) 5) Efforts described in the surveyor subconsultant proposal attached to the Fee Estimate included as Exhibit "B." Geotechnical Investigation E&R will provide, through subcontract with the geotechnical subconsultant, Civil Services Inc. (CSI), soil investigation services required to complete the Phase 1 preliminary design efforts and proceed with Phase 2 final design efforts, as authorized by the City. The geotechnical investigation efforts to be pertormed during Phase 1 are within the limits designated as "Task 1" on the sketch included as Exhibit "C." The work includes: performing soil borings in the field at approximate spacing of 300 to 400 feet along the expected drainage construction routes; laboratory testing necessary to determine soil properties and classifications for each strata; related engineering and office support required to develop soil boring logs and geotechnical report needed to identify unsuitable subgrade materials and complete the design efforts; and coordination efforts with surveying subconsultant to ensure timely location of soil boring locations and grades (reference the geotechnical subconsultant proposal attached to the Fee Estimate included as Exhibit "B"). Preliminary Environmental Investigation E&R will provide, through subcontract with the environmental subconsultant, Environmental Resource Solutions (ERS), to provide preliminary environmental investigation services to identify (and locate, if necessary) any wetlands or surface waters within the project limits, particularly within the Skate Road Ditch, and to initiate the critical-path permitting process through the U.S. Army Corps of Engineers for any necessary impacts to tidal wetlands. Services include: initial map research and site review to determine presence of wetlands and surface waters within the project limits; development of a wetland impact and permitting report; and initiation of required permit coordination and application processes (reference the environmental subconsultant proposal attached to the Fee Estimate included as Exhibit "B"). Analysis ~ Conceptual Design During this phase, E&R will develop a 30% Conceptual Design for improvement and rehabilitation of the Royal Palms Subdivision stormwater drainage system. Effort will require: early investigation of permitting requirements and early 14-Nov-2008 Page 2 of 6 AGENDA ITEM # 8C NOVEMBER 24, 2008 initiation of permitting processes; hydraulic analysis to support a storm drainage system design based upon a 5-year return rainfall event (standard for subdivision drainage systems); early and aggressive initiation of utility coordination efforts to identify potential utility conflicts to be resolved; and development of plans and details for complete project improvements in sufficient detail to support a detailed Engineer's Estimate of Construction Cost for the 30% Conceptual Design. During the conceptual design process, E&R shall: 1. Develop a design that replaces or rehabilitates all deteriorating and failed drainage pipes and structures, thereby eliminating the significant point-repair expenses that would surely increase over time, and focuses on the City's stated desire to eliminate all corrugated metal pipe (CMP) within the project area and eliminate all drainage pipe within side lot easements, instead locating them within the road right-of-way areas. 2. Focus on meeting project objectives and staying within the projected construction budget by eliminating elements that are not essential to the core objectives. To provide the City with budgetary flexibility, E&R will produce an Engineer's Estimate of Construction Cost for the 30% Conceptual Design that utilizes prioritized "additive alternate" pay items, thereby providing a vehicle for staying within budget as the project cost develops during the design process. 3. Avoid unnecessary wetland or other impacts that would impact project cost or schedule. 4. Produce a Conceptual Design Report for the recommended drainage system improvements, for review and approval by the City. 5. Develop Conceptual Plan drawings that shall include adequate grading, paving, drainage, and utility information (in plan, profile, and detail drawings) adequate to serve as a basis for the drainage hydraulic analysis and 30% conceptual cost estimate. PHASE 2 -DESIGN 8~ PERMITTING The specific design and permitting services to be provided by E&R (including any supplemental surveying, geotechnical, and environmental services identified as necessary during Phase 1) are as follows: Supplemental Surveying Services E&R will provide, through subcontract with the surveying subconsultant, L. D. Bradley Surveyors, Inc. (LDB) supplemental surveying services within the "Task 2" areas identified on Exhibit "C" that were determined necessary during Phase 1. These services will be provided on a Limiting Amount basis in accordance with the rates and costs described in Exhibit "B"and are to be performed only as specifically authorized by the City. These services will be in accordance with the same general requirements as those provided under Phase 1 and are identified as follows (reference the surveyor subconsultant proposal attached to the Fee Estimate included as Exhibit "B"): 1) Topographic Survey: obtain survey within the "Task 2" supplemental areas indicated on Exhibit "C" (Task 2A). 2) Right-of-Way Mapping: develop right-of-way parcel sketches or maps and legal descriptions needed for the City's acquisition of up to eight (8) Temporary Construction Easement (TCE) parcels as required. Include efforts to coordinate efforts with the City of Atlantic Beach. Provide manhours and costs to produce sketches and descriptions for acquisition of eight (8) property parcels (Task 26). 3) Wetland Line Surveying: if required and authorized, this effort requires field surveying of flagged wetland lines and coordination with environmental consultant. Includes field and office-support efforts for surveying a length of wetland lines not to exceed 500 feet (Task 2C). 4) Miscellaneous Surveying Efforts: include 3 crew days and typical office support time for miscellaneous surveying services as may be needed during the project (Task 2D). Supplemental Geotechnical Services E&R will provide, by subcontract with the geotechnical subconsultant, Civil Services Inc. (CSI), supplemental geotechnical investigation services within the "Task 2"areas ident~ed on Exhibit "C"that were determined necessary during Phase 1. These services will be provided on a Limiting Amount basis in accordance with the rates and costs described in Exhibit "B" and are to be performed only as specifically authorized by the City (reference the geotechnical subconsultant proposal attached to the Fee Estimate included as Exhibit "B"). Supplemental Environmental Investigation E&R will continue, by subcontract with the environmental subconsultant, Environmental Resource Solutions (ERS), the environmental investigation and permitting services determined as necessary during Phase 1. These services will 14-Nov-2008 Page 3 of 6 AGENDA ITEM # 8C NOVEMBER 24, 2008 be provided on a Limiting Amount basis in accordance with the rates and costs described in Exhibit "B"and are to be performed only as specifically authorized by the City. These permitting services include: flagging of wetland limits as required (up to a maximum line length of 500 feet) and related coordination with surveying subconsultant to ensure timely location of flagged lines; coordination and preparation of U.S. Army Corps of Engineers and SJRWMD permit applications (if required) and associated meetings and efforts to expedite the permit processes (reference the environmental subconsultant proposal attached to the Fee Estimate included as Exhibit "B"). Final Design Services 1. E&R will develop and submit to the City a Project Design & Permitting Schedule, which shall include: plan and permit application submittal dates, projected permit issue dates, proposed dates for Pre-Bid meetings, prequalification deadlines, advertisement and bid opening dates, and the date of tentative award, as coordinated with the City. 2. E8~R will produce all necessary engineering specifications and drawings required for the successful design, permitting, bidding, and construction of the project, including all plan, profile, cross-section, and detail drawings as required for: drainage improvements; stormwater management or treatment drawings; pipe and drainage structure rehabilitation; roadway and pavement repair and improvements; utility adjustments, relocations, and other improvements; erosion control and stormwater pollution prevention plans (SWPPP) and notes; and traffic control plans, details, and notes. 3. E&R shall provide full permitting services to apply for, expedite, and acquire the permits required for this project, including but not limited to: a St. Johns River Water Management District (SJRWMD) Environmental Resource Permit, a U.S. Army Corps of Engineers (USACOE) ERP, and a Florida Department of Environmental Protection (FDEP) NPDES permit (as delegated by the EPA). E&R shall pursue all permits aggressively and respond expeditiously to agency requests for additional information and coordinate closely with City Staff during the permitting process. 4. E&R's design will provide design capacity fora 5-year storm event while seeking to: eliminate all corrugated metal pipe (CMP) from the project limits, replace or rehabilitate all deteriorating and failed drainage pipes and structures, and remove from service all City-maintained drainage pipe within side lot easements. E&R will produce a Drainage Improvements Design and Permitting Report both for design documentation and as may be required for permit application submittals. 5. E8~R will prepare a Construction Cost Estimate for the 60% and 100% review submissions and a Final Engineer's Estimate of Construction Cost to accompany the Bid Documents submittal. The cost estimates will utilize prioritized "additive alternate" pay items, thereby providing a vehicle for staying within budget as the project cost develops during the design process. 6. E&R will initiate and aggressively pursue early utility coordination and resolution conflicts with existing underground and overhead utilities within the project area and through early identification of potential conflicts E&R will endeavor to eliminate as many conflicts as possible, thereby minimizing possible delays or cost impacts to the project caused by unnecessary or unforeseen utility relocations. 7. During design, E&R will endeavor to eliminate right-of--way, easement, and temporary construction easement parcels that must be acquired to complete the project construction. 8. E&R will research the failure modes of various drainage pipes and structures, investigate alternative rehabilitation methods for these items, and develop recommended solutions for the City's consideration and approval. The various failures to be investigate include: corrugated metal pipes with large holes and corresponding large voids in the surrounding soils; concrete pipes with failures at the lifting holes, concrete pipes with large gaps between the joints; concrete pipe with offset joints; and masonry structures that are structurally sound but leaky. 9. E&R will investigate the construction and cost-feasibility of various trenchless pipe rehabilitation methods, including Cure-in-Place-Pipe (CIPP) processes that utilize Low-Styrene Emission (LSE) resins that can significantly reduce the discharge of this a harmful pollutant to groundwater and off-site surface waters; in addition, E&R will make recommendations tothe City regarding implementing these methods on this project. 10. Public Awareness: E&R will assist the City in implementing a public awareness program to advise those citizens and businesses that will be affected by the proposed stormwater improvement project. For this project, this program will involve two public meetings and development of aCity-approved Public Awareness Letter to be used to provide relevant project information to interested parties. At the public meetings, E&R will prepare exhibits, attend, make presentations, and answer questions as requested by the City. The first public meeting will be held soon after the 60% Design Review submittal and the second meeting will be held 14-Nov-2008 Page 4 of 6 AGENDA ITEM # 8C NOVEMBER 24, 2008 sometime near the Bid Advertisement date. 11. Bidding and negotiation services, including: respond to requests for information, prepare addenda, attend a pre-bid meeting and bid opening, and review bids to make a recommendation identifying the lowest apparent qualified bidder. PHASE 3 -LIMITED POST-DESIGN SERVICES The services to be provided under Phase 3, if authorized by the City, include the following specific, limited post- design services: 1) Review and approval of all required shop drawings and distribution of same to City and Contractor. 2) Answer Contractor questions regarding intent of contract documents. 3) Limited Periodic inspections of the work in progress, particularly during critical stages of construction. 4) Project certification to jurisdictional agencies. 5) Coordination of "As-Built" Plans delivery to the City. This effort includes: providing electronic drawing plans to Contractor for use in developing As-Built Plans; reviewing As-Built Plans and coordinating necessary changes and/or additions to plans; and delivery of approved, certified As-Built Plans to the City. The services under this phase will be provided on a Limiting Amount basis in accordance with the Fee Estimate included as Exhibit "B." PHASE 4 -CONSTRUCTION ADMINISTRATION If authorized by the City by separate negotiation, E&R may provide the following construction administration services: 1) Review and approval of Contractor Pay Requests. 2) Processing of any required Change Order Requests. 3) Attendance at and production of minutes for required coordination meetings. 4) Coordination of pressure-testing and disinfection of water mains. 5) Review results of all testing performed during the course of construction. 6) Resolution of conflicts between the City, Contractor and/or Permitting Agencies. 7) Final walk-through and project closeout. PROJECT DELIVERABLES 1) The City shall be the Owner of final documents. 2) All plan sheets shall be 11" x 17" in size. 3) 30% (Conceptual Design) Submittal: E&R shall submit the following to the City for review and comment: Five (5) sets of Conceptual Design Plans, three (3) copies of the Preliminary Drainage Report, and three (3) copies of the 30% Engineer's Construction Cost Estimate. 4) 60% Review Submittal: E&R shall submit the following to the City for review and comment: Five (5) sets of Engineering Plans, three (3) copies of the Drainage Calculations Report, three (3) copies of the project specifications, and three (3) copies of the 60% Engineer's Construction Cost Estimate. 5) At the 100% Design stage, E&R shall submit the following for review and comment by City staff: Five (5) sets of Engineering Plans, five (5) copies of written responses to the 60% review comments, three (3) copies of the Drainage Calculations Report, five (5) copies of the project specifications, three (3) copies of the 100% Engineer's Construction Cost Estimate, and three (3) copies of the Quantities Computation Book. 14-Nov-2008 Page 5 of 6 AGENDA ITEM # 8C NOVEMBER 24, 2008 6) For the Final Bid Documents Submittal, E&R shall provide the following: Twenty-five (25) sets of Engineering Plans and Specifications, three (3) copies of the Final Engineer's Construction Cost Estimate, three (3) copies of the Final Quantities Computation Book, and two (2) disks containing the following electronic files: project drawing files in AutoCAD format, aPDF-format copy of the plan set drawing sheets for plotting purposes, aPDF-format copy of the project specifications for printing purposes, and an Excel-format spreadsheet file containing the project Bid Item list (with the formulas deleted), for Contractors to use in developing their bid item lists. PROJECT SCHEDULE E&R acknowledges the City's stated goal to award the construction contract to the chosen bidder before June 1, 2009. To that end, E&R shall endeavor to meet the following milestone schedule: 1) 30% Conceptual Design Submittal: 4 weeks after Notice to Proceed. 2) Determine wetland permitting required for project and, if required, submit a wetland permitting (ERP) application to the U. S. Army Corps of Engineers (USACOE) within 5 weeks after Notice to Proceed 3) Hold apre-application meeting with SJRWMD staff prior to the 60% Design Review submittal. 4) Hold a Public Meeting within 3 weeks after the 60% Design Review submittal. 5) 60% Design Review Submittal: 6 weeks after City's Approval of 30% Conceptual Design. 6) 100% Design Review Submittal: 6 weeks after receipt of City's 60% Review Comments. 7) Final Bid Package Submittal: 5 weeks after receipt of City's 100% Review Comments. CITY OF ATLANTIC BEACH CONTACT For this project, the primary contact for the City of Atlantic Beach shall be the Public Works Director /City Engineer, Rick Carper, P.E. E&R shall maintain contact and correspond with this contact as appropriate via telephone, meetings, mail, facsimile, and email. E&R shall provide the City with Meeting Notes for all project design and review meetings as soon as practical after each meeting. The City shall notify E&R in writing regarding changes to the project that will require modification to E&R's work. EXCLUSIONS 1) The recommended design scheme shall be established by the 30% submittal and review. Efforts related to project redesign or design reevaluation requested or otherwise initiated by the City subsequent to the 30% review are deemed beyond the scope of this agreement. 2) The scope of work does not include the development of any signing and pavement marking plans. 3) Environmental permitting services required for wetland mitigation are not anticipated for this project and are thereby excluded from the scope of work. 4) Florida Department of Transportation permitting is not anticipated and therefore is excluded from this scope. 5) It is not anticipated that the SJRWMD permit will require stormwater treatment for this project and therefore stormwater treatment design is excluded from this scope. FEE SUMMARY Our fee for the above Scope of Services is $$$$$$$$$ as outlined in the attached Fee Schedule. 14-Nov-2008 Page 6 of 6 ,- AGENDA ITEM # 8C NOVEMBER 24, 2008 Palms Drainage Rehabiatation Labor Rates ate Level erect abor'', 'incl. H''& raft Pro ect Mana er $34.50 $94.88 Desi n En ineer $31.40 $86.35 Desi nerffech. 25.00 $69.75 CADD Tech. $23.50 $64.63 Field Ins ector 20.DD 55.00 Clerical 14.50 39.98 ~erhead Rate 150% Profit 10°/0 Prime Consultant Fees (LurrQ Sum) Manhours TASK ~ rn c a, m ~ ~ I D ~ ,~ ° m .Total o a ~, m ° w II ~ ~ ~ v ~~ ~ a `~ c ~, Total Labor Cast Comments ~ Q Phased -Analysis & Conceptual Design Develo Pro ect Schedules 4 2 2 6 $631.99 Data Collection 9 16 16 40 $3,240.64 Field Investi ations 2 visits, 2 staff 9 B 16 $1 240.90 Permit Coord., SJRWMD pre-app mtg B 12 9 2 30 , $2,425.00 30% Util Coordination Contacts 4 4 $379.52 Prelimina H rauliCModelin 9 29 36 72 $5 651.94 30% Conceptual Desi n Plans Plan hours below , ,_ Desi n Justification Report 2 20 16 4 42 $3,275.29 Pretircpna Cost Estimate 4 4 B B 24 $1 ,791.96 En ineerin Plans & Details Cover Sheet 1 sheet 1 1 2 4 $284 36 Draina a Ma s 2 sheets 1 9 12 6 27 . $1,998.46 General Notes 1 sheet 2 4 6 6 16 $1,335.44 Plan & Profile Drawings 32 sheets 56 198 192 446 694 $63,701.32 Ditch Plan & Profile Drawin s 4 sheets 6 16 24 36 64 $6,10D.26 Draina e & Pavin Details 4 sheets 6 16 20 26 72 $5,325.26 Ditch Cross-Section Sheets 2 sheets 4 6 12 16 40 $2,929.40 Erosion Control Plan & SWPPP 4 sheets 2 6 6 16 $1,110.46 Utili Ad ustment Plans & Details 32 sheets 16 46 56 72 192 $14,166.24 Traffic Control Plans, Notes, Details 4 sheets 4 16 24 40 64 $5,996.32 Field Inspections Phase 2 2 visits, 2 staff 16 16 32 $2 461.60 Permit Submittal & Coordination 6 16 16 4 2 46 , $3,576.92 Review Submittals: meetin s & responses 30%, 60%, 100°h 16 24 32 72 $5,656.64 Utili Coordination B 12 12 4 36 $2,779.76 Develop Pro ect S ecifications wf Special Tech. 12 24 12 4 52 $4,195.46 Drainage Model, Calculations & Report Perrrtits & Final 16 96 96 24 232 $17,956.60 Cost Estimates & Quantit Computations 9 12 24 24 69 $5,091.24 Ri ht-of-Wa &TCECoordination 4 B 10 16 2 4D $2,671.66 Public Meetin s attendance & re .) 2 meetings 6 10 4 4 24 $1 966.30 Bid & Negotiation Services 12 6 6 4 32 , $2,637.66 Contract & Subsconsultant Administration 12 12 4 2B $2,449.76 Quali Control Reviews 24 20 12 56 $4,829.12 Client Pro ress M eetin s 2 staff 4 mt s. 12 12 24 $1,661.20 Totals 224 b79 681 788 12 2184 5179,944.94 sub-consultant Fees (Lump Sum) Ex e rases DESCRIPTI C71*1 N ~°-- ~ ~ .a ~ ~ n N E ... m E ~ ~ ~ Y ~ ~ L° ~ ° ';Unit ota Expenses and ~ ~ F ~ : ~ ~° ~ a' ~ ~ - ~ F Cast Limiting Subconsultant Work ° Amounts Surveying (Task 1) (L.D. Bradley) 1 $58,263.00 $56,263.D0 Geotechnical Task 1 (Civil Services 1 $9,972.50 $9,972.50 Total Expenses 588 23b.60 & Limiting Amounts , t.t3iZ1CL1l. r~t~s~c~ Total Lump Sum Fee = $248,180.44 AGENDA ITEM # 8C NOVEMBER 24, 2008 Palms Rehabilitation Date: 1 111 Item Post-Desi n Services ~immng w Consultant Ei & R nOUn[ Fees Comment Qry. Unit Umt Costa Llmtting Amount Fees. Subconsultant Work sman usso 1 1 $7,000.00 $7,000.00 Surve 'n Task 2A Surve 'n ask 26 L. D. Bradley Task 2 Area Survey EA 1 $31,431.85 $31,431.85 Surve n ask 2C) L. D. Bradle L. D. Bradle ROW Ma pin Wetland Fl i EA 1 $2,600.00 $2,600.00 Surve 'n ask 2D L. D. Bradley a n Miscellaneous Survey EA EA 1 $1,732.25 1 $4 894 25 $1,732.25 $4 894 25 Geotechnical Task 2) Environmental (Task 1 Civil Services, Inc. Task 2 Areas EA , . 1 $2,955.50 , . $2,955.50 Environmental ask 2) Env. Resource Solutions E Initial WetlandAssessmt EA 1 $700.OD $700.00 Pipe Ins ection Services nv. Resource Solutions Florida Pipe Tec Wetland Permittin EA 1 $11,430.00 $11,430.00 LF 4000 $5.00 $20,000.00 Total Limiting Amount Fees $,743.85 r~wn wulaau ro C7[ @ nSBS DESCRIP71'OIU " F- ~ g F- S m ~ ~ # E ~° ai ~ o~ ~ c # m `'m ~ o L ~ ~ o c Unit- Expenses a* ~ r ~ U U' ' O F- rn ~- ~ Cost Travel Expenses SJRWMD Meetings 2 15 30 Client Meetings 4 40 160 3D $0.40 $12.00 FieldVlsits 4 40 160 160 $0.40 $64.00 Printin Costs - 160 $0.40 $64.D0 Project Plans (11 x 17) Specifications (8.5 x 11) 5 5 86 2150 2150 $0.50 $1,075.00 Stormwater Draina a CalcsrReport (8 5 x 11) 2 3 5 200 2000 2000 $0.25 $500.OD . Quant Computations & Cost Est. 8.5 x 11) 1 5 4 75 1 125 1125 $0.25 $281.25 SJRWMDPermitApplicationFee BO 320 320 $D.25 $80.OD 1 $1,000.00 $1,000.00 Total R eimbursable Expenses 53,07825 Prime Consultant Fee (Lump Sum) . $179,94494 Sub-Consultant Fee (Lump Sumy . $88,235 50 Total Lump Sum Fee Amount = $248,180.44 E1SI~lc~.Zl r~ussc CV MiV 2.7A1C CNCtMCCUB Total Lurr>~ Sum Fee Amount = $248,180.44 Total Lirrrting Amount Sum Fees = $82,743.85 Total Reimbursable Expenses = $3,076.25 Grand Total Fee Amount = $334,000..54