Loading...
RBF Consulting - Agreement for Santa Teresa Blvd. Widening Project - Addendum No. 1ROBERT BEIN, WILLIAM FROST & ASSOCIATES PROFESSIONAL ENGINEERS, PLANNERS & SURVEYORS JN 35- 100063.002 April 21, 2000 Revised April 28, 2000 Revised May 12, 2000 Ms. Kristi Abrams Traffic Engineer CITY OF GILROY 7351 Rosanna Street Gilroy, CA 95020 -6197 Subject: Addendum #01, Santa Teresa Boulevard i�"F1'coo �)(cI Dear Ms. Abrams: In response to your request, Robert Bein, William Frost & Associates is pleased to present this addendum to provide the final design for the improvements of Santa Teresa Boulevard from Mantelli Drive to 1000' north of Longmeadow Drive. Included in this scope of work are street, soundwall and traffic improvement plans; storm, and water utility plans; and the coordination for the relocation of the dry utilities. Enclosed for your review are the following exhibits: Scope of Services, Exhibit "A" and Proposed Compensation, Exhibit "B ". Should you have any questions, please do not hesitate to call me. Sinccerrely, John S. e mer, Vice P ident JSZ /kc cc: Garrett Gritz, RBF William Conyers, RBF H:\GRP40\PDATA\35100063\Proposal\Add0l.wpd Professional Service Since 1944 1981 NORTH BROADWAY • SUITE 235 • WALNUT CREEK, CALIFORNIA 94596 -3817 • 925.906.1460 • FAX 925.906.1465 OFFICES LOCATED THROUGHOUT CALIFORNIA, ARIZONA AND NEVADA • WEB SITE: www.rbf.com a -- - —yd d pa,Fr Robert Bein, William Frost & Associates Contract Agreement for JN 35- 100063.002 Revised May 12, 2000 Page 1 of 12 EXHIBIT "A" SCOPE OF WORK SANTA TERESA BOULEVARD WIDENING AND MANTELLI DRIVE GAP CLOSURE PROJECT ADDENDUM #1 PHASE I FINAL DESIGN PLANS, SPECIFICATIONS AND ESTIMATES TASK 1.0 FIELD TOPOGRAPHIC SURVEYS Consultant will perform field topographic surveys of the box culvert inverts and channels and concrete drainage ditch inverts north of Mantelli on the west side for final design efforts. Field surveys will also include a 10' X 10' spot elevation grid at the Longmeadow intersection to be utilized for the intersection design. Consultant will provide a topographic map file in AutoCAD, Version 14 format derived from the field survey. Mapping will be compiled at a scale of 1" =40'. TASK 1.1 STREET IMPROVEMENT PLANS Consultant shall prepare final plan and profile street improvements at a scale of 1" = 40' based upon the approved geometric plans developed under the original scope of work. Milestone submittals will be provided at 50 %, 90% and 100% level of completion for City review, comments and approval. All plans will be completed in conformance with the latest design and drafting standards of the City of Gilroy and Caltrans. The plans on Santa Teresa Boulevard will extend from approximately 450' north of Mantelli Drive to 1000' north of Longmeadow Drive. Join condition transitions will be designed east and west of Santa Teresa Boulevard on Longmeadow Drive. A detailed intersection design will be developed for the Longmeadow intersection with spot elevations shown on a 10'x 10' grid to assure proper drainage throughout the intersection. The following are the anticipated plan sheets: Plan Typical Cross Sections & Detail Sheets Intersection Detail Plan and Profile Total H: \GRP40 \PDATA \35100063 \Proposal \Add0l.wpd Estimated Number of Sheets 2 1 4 7 Robert Bein, William Frost & Associates Contract Agreement for JN 35- 100063.002 TASK 1.2 DESIGN CROSS SECTIONS Revised May 12, 2000 Page 2 of 12 Consultant will prepare design cross sections at a scale of 1" = 10' horizontal and 1" =1' vertical which will show original ground, the proposed improvements and removals. The design cross sections will not be a part of the plan set, but will be presented in a 11" x 17" booklet format for the City to verify design elements. It is anticipated that 34 sections will be provided and included in the original project cross section design booklet. TASK 1.3 STORM DRAIN IMPROVEMENT PLANS Consultant will prepare Storm Drain Improvement Plans at a scale of 1" = 40'. Plans will show any new inlets required and the relocation of catch basins with appropriate lateral plan and profile extensions. Main line storm drain improvements are excluded from this scope of work. The extension of Morey Channel #1 and #2 on the east side of the culvert will be by the utilization of Caltrans standard plan details; no separate structural calculations or details will be provided. The enclosure of the west side of Morey Channel #1 will require special design details and structural calculations. It is proposed to place two large catch basins at the sound wall to intercept the flow at these drainage outlets, then tie the catch basins to Morey Channel #1 with storm drain pipes and further enclose the front face of Morey Channel #1 with a solid concrete headwall. (See Design Memorandum and Sketch dated April 17, 2000) The following sheets are anticipated for this effort: Plan Estimated # of Sheets Extend Morey Channel #1 (East Side) 1 Extend Morey Channel #2 (East Side) 1 Enclose Morey Channel #1 (West Side) 1 Structural Details for Morey Channel #1 1 (For West Side Enclosure) S.D. Extensions & Details (Santa Teresa) 2 S.D. Extensions & Details (First Street) 1 Total 7 TASK 1.4 WATER LINE RELOCATION PLANS Consultant will utilize the utility information gathered under Phase 1 to prepare water line utility relocation plans (i. e. hydrants, meters) for the project at a scale of 1" = 40'. This task also includes the design of any new hydrants as may be required. It is anticipated that two sheets will be required for this task. H:\GRP40\PDATA\35100063\Proposal\Add0l.wpd Robert Bein, William Frost & Associates Contract Agreement for JN 35- 100063.002 TASK 1.5 DRY UTILITY NOTIFICATIONS Revised May 12, 2000 Page 3 of 12 Consultant will identify other utility owners within the sphere of the project which may be affected by the proposed improvements. Consultant will request locations for existing and proposed utilities. Consultant will provide coordination interface to establish controls for utilities that would be included within the right -of -way limits, identify agencies responsible for the design and construction or relocation of said utilities and contact each agency to determine what utilities relocation efforts are required by this project. This task excludes preparation of dry utility relocation plans which will be prepared by others, if required. Utility potholing, if required, will be by City forces or the serving utility as appropriate. Consultant will request information and notify utility at appropriate milestones as necessary. TASK 1.6 TRAFFIC SIGNING AND STRIPING PLANS Consultant will prepare Traffic Signing and Striping Plans at a scale of 1 "= 40', with plan sheets to be double loaded. Plans will be prepared in accordance with the "Caltrans Traffic Manual ", Standard Plans and Specifications and the requirements of the City of Gilroy. It is anticipated that two sheets will be required for this task. TASK 1.7 TRAFFIC SIGNAL AND STREET LIGHT PLANS Consultant will prepare a Traffic Signal Modification Plan at a scale of 1" = 20' for the Longmeadow Drive intersection on Santa Teresa Boulevard. Plans will be prepared in accordance with the requirements of Caltrans and the City of Gilroy. It is anticipated that one sheet will be required for this task. Consultant will prepare Street Light Plans at a scale of 1" = 40'. Plan sheets will be double loaded. Street light plans will be for Santa Teresa Boulevard only. Plans will show location of street lights, conduit and pull box location. Lighting wiring will be sized and appropriate wiring diagrams will be provided. It is anticipated that three sheets will be required for this task. H:\GRP40\PDATA\35100063\Proposal\Add0l.wpd Robert Bein, William Frost & Associates Contract Agreement for JN 35- 100063.002 TASK 1.7A TRAFFIC SIGNAL INTERCONNECT SYSTEM Revised May 12, 2000 Page 4 of 12 Consultant shall prepare plans for installation of traffic signal interconnect conduit and wiring along Santa Teresa Boulevard from Mantelli Drive to Longmeadow Drive The plan will also show the installation of traffic signal interconnect hardware / software at the controller cabinets. It is anticipated that one sheet will be required. (The original contract required two sheets.) TASK 1.711 TRAFFIC SIGNAL TIMING AND COORDINATION PLANS AND TIME SPACE DIAGRAMS As part of the RBF Project Team, Hartzog & Crabill Inc.(HCI), shall prepare Traffic Signal Timing Plans and Coordination Plans including Time Space Diagrams for the traffic signal at the Santa Teresa Boulevard and Longmeadow Drive location. The following services will be provided under this task: ArterialAnalysis — Signal timing parameters, travel -time data, twenty -four hour traffic counts and traffic signal plans will be collected from the City of Gilroy to analyze the project intersection. RBF will collect the peak hour traffic counts. The collected data will be analyzed for the project roadway utilizing timing optimization software. This analysis software will assist in the development of the time -space diagram and the related coordination timing plans which will include: Cycle, offset, split, and phase sequencing for each signalized location. "Free" timing parameters at the project intersection will be reviewed for recommend changes, if any, that will improve the overall operation of the traffic signal systems. Examples of free timing parameters that would be reviewed are: Walk and walk clearance intervals, minimum and maximum green times, yellow, red, extension /gap times and other programmed options. Three copies of the timing sheets will be provided for the intersection. Timing Plan Implementation - Upon approval of the timing plans by the City, County and Caltrans, the timing plans will be implemented into the local controllers for each project intersection. The implementation of the timing plans into the local controllers will involve manually entering the various timing parameters into the controllers and master controller (if existing). Timing plan information will include the following: Revised "free" timing, coordination timing (AM, Midday and PM), and any time -of -day parameters. H: \GRP40 \PDATA \35100063 \Proposal \Add0l.wpd Robert Bein, William Frost & Associates Contract Agreement for JN 35- 100063.002 Revised May 12, 2000 Page 5 of 12 Three copies of the timing sheets for the project intersection will be provided to the City. Calibration of Timing Plans — Following the implementation of the final timing parameters, HCI will drive the corridor during the periods when time -of -day plans are in operation and make final adjustments. The calibration of the system will take place over a period of three days to thoroughly observe vehicle progression and any impacts to left- turning and side street traffic. Products: 1. Traffic Signal Timing and Coordination Plans (a) Time Space Diagrams (b) Timing Sheets for Each Project Intersection TASK 1.7C INTERSECTION TURNING MOVEMENT TRAFFIC COUNTS In order to develop the signal timing and coordination plans, intersection turning movement traffic counts will be taken for the morning, mid -day and afternoon peak hours. It is estimated that the City will provide twenty -four hour traffic counts to assist in the development of the signal timing and coordination plans. Product: 1. Morning, Mid -day and Afternoon Intersection Turning Movement Traffic Counts (1 intersection) Exclusions — Any work relating to the following items are specifically excluded from the engineering services but may be added as additional services for an additional fee: A. Left Turn /Right Turn Storage Report B. Additional Traffic Engineering Reports C. Subconsultant Meeting Attendance D. Additional Peak Hour Traffic Counts E. Twenty -Four Hour Traffic Counts F. Additional Timing Sheets and Coordination Plans H:\GRP40\PDATA\35100063\Proposal\Add0l.wpd Robert Bein, William Frost & Associates Contract Agreement for JN 35- 100063.002 TASK 1.8 SOUNDWALL IMPROVEMENT PLANS Revised May 12, 2000 Page 6 of 12 Consultant will prepare soundwall plan and profile sheets at a scale of 1 " =40' horizontally, and 1" = 4' vertically for those soundwalls identified in the EIR to be removed and replaced between First Street and Longmeadow Drive. (This task was not included in the original contract). The profile will identify top of wall, back of sidewalk or finished ground surface and the retaining height of the wall. It is anticipated that 6,500 lineal feet of sound wall will be shown on the plans. No structural sections or details will be provided. It is anticipated that 5 sheets will be required. TASK 1.9 LANDSCAPE CONCEPT PLAN AND RENDERING Consultant shall prepare one (1) presentation quality landscape concept plan for the project from 1S` Street to Longmeadow Drive at a minimum scale of 1" =20'. The plans will be prepared based on site opportunities and constraints, client goals and objectives and the design requirements of the city of Gilroy. The plan shall depict landscape design concepts, plant palette and plant sizes. The plan will be rendered in color on base maps prepared by consultant under a separate task. The plan and a preliminary estimate of construction costs will be submitted to the client for review, comment and approval TASK 1.10 LANDSCAPE CONSTRUCTION DRAWINGS Consultant shall prepare one (1) set of Landscape Construction Drawings including plans, specifications and estimates in sufficient form and detail to publically bid and construct landscape improvements. The plans will be prepared in AutoCADD 14 at a minimum scale of 1" = 20' on base sheets prepared by Consultant under a separate task. The plans will be prepared based on the approved Landscape Concept Plan. The plans shall include two (2) irrigation plan sheets, and two (2) planting plan sheets. TASK 1.11 CONSTRUCTION STAGING / TRAFFIC CONTROL PLANS Consultant will prepare a two phase staged construction plan for this project. Plans will be developed at a scale of 1" = 40' double loaded. Plans will be prepared in accordance with the "Standard Plans" and the "Manual of Traffic Control for Construction and Maintenance Work Zones" published by Caltrans. Typical phasing details will be provided. It is anticipated that six (6) sheets will be required for this task. H:\GRP40\PDATA\35100063\Proposal\Add0l.wpd Robert Bein, William Frost & Associates Revised May 12, 2000 Contract Agreement for JN 35- 100063.002 Page 7 of 12 TASK 1.12 FINAL QUANTITY AND COST ESTIMATES Consultant will prepare final quantity take off and cost estimates for each plan submittal at 90% and 100 %. One composite quantity and cost estimate will be provided. The final quantity take off will utilized in the preparation of the bid schedule. TASK 1.13 SPECIFICATIONS Consultant will prepare contract documents in accordance with the requirements of the City of Gilroy. The City will provide its current `boilerplate" contract forms, general conditions, and general provisions on a diskette in Word format. TASK 1.14 CONSTRUCTION EASEMENTS Consultant shall prepare up to 80 temporary construction easement legal descriptions and plat maps for the removal and replacement of the soundwalls. TASK 1.15 MEETING ATTENDANCE Consultant will attend up to four (4) coordination meetings with the City and other agencies during the implementation of this additional work. Consultant will arrange meetings, provide discussion materials and agendas and develop and distribute meeting notes. TASK 1.16 PROJECT MANAGEMENT Consultant will provide project management, liaison with affected entities, progress monitoring and maintenance of project files. Consultant will supervise, coordinate, monitor and review design for conformance with City standards, policies and procedures. Consultant will prepare an action item matrix, document all project decision and distribute correspondence copies. TASK 1.17 GOVERNMENT PROCESSING (NORMAL) Consultant will prepare encroachment permits for the City for submittal to the County of Santa Clara and Santa Clara Water District. Consultant shall coordinate, provide review and obtain County approval for these permits. H:\GRP40\PDATA\35100063\Proposal\Add0l.wpd Robert Bein, William Frost & Associates Contract Agreement for JN 35- 100063.002 TASK 1.18 REGULATORY PERMITS Revised May 12, 2000 Page 8of12 A. Conduct Delineation of Waters of the US, Including Wetlands Consultant will conduct a wetland delineation of South and North Morey Creeks near their intersection with Santa Teresa Boulevard. The delineation will be conducted for the creek areas potentially affected by roadway improvements. The delineation will be conducted as per current protocol of the Corps of Engineers (ACOE) (1987 Manual). The delineation will be based on the existing condition. Using field data collection, aerial photo review, maps and other information the location and extent of Waters of the US, including wetlands, will be determined for the project area(s). During the field surveys data will be collected on soils, hydrology and vegetation as per current ACOE guidelines (3- parameter approach). Field data will be recorded onto Routine Delineation Data Sheets. A delineation report, including applicable maps and other graphics, will be prepared for submittal to the City of Gilroy and, if necessary, the ACOE. The report will include the field data sheets in an appendix. The text and graphics will demarcate the extent of areas meeting the wetland definition under the ACOE protocol. The scope of services assumes the Client will supply a topographic base map suitable for the delineation of mapping work. A draft report will be submitted to the City for review and comment. Following receipt of comments, a final delineation report will be prepared. B. Preparation of Permit Applications and Consultation with Regulatory Agency Personnel Section 404 Nationwide Permit. Consultant will prepare the applicable pre- construction notification for the City's submittal to the ACOE (Eight (8) copies of notification and supporting documents.) Consultant will also attend a field meeting with the ACOE to review the site and facilitate permitting. As necessary, Consultant will consult with ACOE personnel on regulatory issues relating to the erosion repair project and the applicable nationwide permit for the project. The scope of work assumes that the project will qualify for a Nationwide Permit # 14, Linear Transportation Projects, which require a pre- construction notification. H:\GRP40\PDATA\35100063\Proposal\Add0l.wpd Robert Bein, William Frost & Associates Contract Agreement for JN 35- 100063.002 Revised May 12, 2000 Page 9 of 12 Section 401 Water Quality Certification Application: Consultant will prepare the City's application for the RWQCB's Section 401 Water Quality Certification (or waiver). Applicable supporting documents will be included with the application, including a copy of the ACOE submittals (2 copies). The scope of services assumes that the City will pay all applicable permit fees that accompany the submittal. Measures to be utilized to minimize sediment transport from the project work area will be included in the regional board submittal. Consultant will attend a field meeting with the RWQCB to review the site and facilitate permitting. CDFG StreambedAlterationAgreement: Consultant will prepare the City's application for a CDFG 1601 Streambed Alteration Agreement. Applicable supporting documents will be included with the application, including a copy of the ACOE submittals and reduced size project plans (2 copies). The scope of services assumes that the City will pay all applicable permit fees that accompany the CDFG submittal. Consultant will also attend a field meeting with the CDFG to review the site and facilitate permitting. PHASE II CONSTRUCTION SUPPORT SERVICES TASK 2.1 CONSTRUCTION SUPPORT SERVICES Consultant will provide services during the construction phase of the project by responding to questions, preparing plan revisions as required and the review of any shop drawings. Services will be provided on a time and material basis within the budget established under the fee section. TASK 2.2 AS -BUILT RECORD DRAWINGS Consultant will prepare one set of duplicate mylars "As- Builts" record plans based on markings provided by Contractor during construction. H:\GRP40\PDATA\35100063\Proposal\Add0l.wpd Robert Bein, William Frost & Associates Contract Agreement for JN 35- 100063.002 EXCLUSIONS Revised May 12, 2000 Page 10 of 12 The following are excluded from this additional scope of work as part of this addendum: 1. Formal drainage studies, with the exception of drainage calculations as necessary to support any proposed drainage system modification to be designed in Phase I. 2. Geotechnical and pavement analysis and or reports. As discussed with City staff, any updating of the existing data and /or supplemental studies (if required) can be contracted directly by the City with the existing Geotechnical Consultants. 3. Utility Relocation Plans other than water relocation plans. 4. Storm Water Pollution Prevention Plan /Notice of Intent. 5. Construction staking, inspection, administration, construction quantity calculations and management. 6. Soundwall and retaining wall structural design and permitting. 7. Legal Descriptions and Exhibits except as provided in Task 1.14 8. Any item not specifically identified above. H:\GRP40\PDATA\35100063\Proposal\Add0l.wpd Robert Bein, William Frost & Associates Contract Agreement for JN 35- 100063.002 EXHIBIT "B" "PAYMENT SCHEDULE" SANTA TERESA BOULEVARD WIDENING AND MANTELLI DRIVE GAP CLOSURE PROJECT ADDENDUM #01 Revised May 12, 2000 Page 11 of 12 The total payment to CONSULTANT for all work, service, material, equipment and incidentals necessary for performing and completing the Tasks set forth in this agreement, shall be for the sum of $177,410.00. CITY shall compensate CONSULTANT in proportion to the services performed and invoiced to the CITY as outlined below, subject to Article 4 of this agreement. PHASE I FINAL DESIGN PLANS, SPECIFICATIONS AND ESTIMATES TASK DESCRIPTION FEE Task 1.0 Field Survey $7,750.00 Task1.1 Street Improvement Plans $26,375.00 Task 1.2 Design Cross Sections $5,640.00 Task 1.3 Storm Drain Improvement Plans $28,580.00 Task 1.4 Water Line Relocation Plans $3,060.00 Task 1.5 Dry Utility Notifications $2,510.00 Task 1.6 Traffic Signing and Striping Plans $4,900.00 Task 1.7 Traffic Signal and Street Light Plans $9,230.00 Taskl.7a Traffic Signal Interconnect System $2,530.00 Task 1.7b Traffic Signal Timing and Coordination Plans $2,080.00 Task 1.7c Intersection Turning Movement Traffic Counts $380.00 Task 1.8 Soundwall Improvement Plans $9,020.00 Task 1.9 Landscape Concept Plan and Rendering $2,950.00 Task 1.10 Landscape Construction Drawings $7,500.00 Task 1.11 Construction Staging / Traffic Control Plans $13,270.00 H:\GRP40\PDATA\35100063\Proposal\Add0l.wpd Robert Bein, William Frost & Associates Contract Agreement for JN 35- 100063.002 Revised May 12, 2000 Page 12 of 12 Task 1.12 Final Quantity and Cost Estimates $4,050.00 Task 1.13 Specifications $2,630.00 Task 1.14 Construction Easement $11,520.00 Task 1.15 Meeting Attendance $4,640.00 Task 1.16 Project Management $2,490.00 Task 1.17 Government Processing $2,660.00 Task 1.18 Regulatory Permit $5,990.00 Phase I Subtotal $159,755.00 PHASE II CONSTRUCTION SUPPORT SERVICES TASK DESCRIPTION FEE Task 2.1 Construction Support Services $3,800.00 Task 2.2 As -Built Record Drawings $2,490.00 Phase II Subtotal $6,290.00 Subtotal Professional Fee $166,045.00 Reimbursable Expenses $10,000.00 Total Professional Fee $176,045.00 Blueprinting, reproduction, messenger service and other direct expenses will be charged as additional costs plus a fifteen percent (15 %) handling fee. A Subconsultant Management Fee of fifteen percent (15 %) has be added to the direct cost of any subconsultant services to provide for the costs of administration, subconsultant consultation and insurance. The fees proposed herein shall apply until December 31, 2000. Due to ever - changing costs, Consultant will increase those portions of the contract fee for which work must still be completed after December 31, 2000, by ten - percent (10 %). H:\GRP40\PDATA\35100063\Proposal\Add0l.wpd Santa Teresa Boulevard Widening and Mantelli Drive Gap Addendum #1 ROBERT BEIN, WILLIAM FROST AND ASSOCIATES Prepared for: City of Gilroy Job No: 35- 100063.002 Revised: 05/12/2000 Prepared By: William Conyers Page 1 h: \grp40 \pdata \35100063 \office\xls\ Project Project Design CADD Principal Manager Engineer Engineer Tech. Clerical Survey Final Hours Final Fee Hours Hours Hours Hours Hours Hours Crew Hours Total Total PHASE 1 Final Plans, Specifications and Estimates Task 1.0 Field Survey 0 0 10 16 0 0 32 58 $7,750.00 1.1 Street Improvement Plans 0 8 50 132 165 0 0 355 $26,375.00 1.2 Design Cross Sections 0 0 12 60 0 0 0 72 $5,640.00 1.3 Storm Drain Improvement Plans 4 16 48 160 144 0 0 372 $28,580.00 1.4 Waterline Relocation Plans 0 4 8 24 0 0 0 36 $3,060.00 1.5 Dry Utility Notifications 0 2 20 0 0 8 0 30 $2,510.00 1.6 Traffic Signing and Striping Plans 0 8 8 28 16 0 0 60 $4,900.00 1.7 Traffic Signal and Street Light Plans 2 12 30 26 40 0 0 110 $9,230.00 1.7a Traffic Signal Interconnect System 0 2 0 20 12 0 0 34 $2,530.00 1.7b Traffic Signal Timing and Coordination Plans 0 4 5 0 17 0 0 26 $2,080.00 1.7c Intersection Turning Movement Traffic Counts 0 0 4 0 0 0 0 4 $380.00 1.8 Soundwall Plan & Profile 0 8 12 64 32 0 0 116 $9,020.00 1.9 Landscape Concept Plan and Rendering 0 2 0 36 0 0 0 38 $2,950.00 1.1 Landscape Construction Drawings 0 12 0 80 0 0 0 92 $7,500.00 1.11 Construction Staging /Traffic Control Plans 2 16 52 80 0 0 0 150 $13,270.00 1.12 Final Quantity and Cost Estimates 2 4 8 28 0 8 0 50 $4,050.00 1.13 Specifications 0 6 16 0 0 8 0 30 $2,630.00 1.14 Construction Easements 0 8 56 0 80 0 0 144 $11,520.00 1.15 Meeting Attendance 16 16 0 0 0 0 0 32 $4,640.00 1.16 Project Management 6 12 0 0 0 0 0 18 $2,490.00 1.17 Government Processing 0 4 0 24 0 8 0 36 $2,660.00 1.18 Regulatory Permits 2 12 40 8 $5,990.00 Subtotal - PHASE 1 34 156 379 778 506 40 32 1925 $159,755.00 PHASE 2 Construction Support Services Task 2.1 Construction Support Services 4 16 12 0 0 0 0 32 $3,800.00 2.2 As -Built Record Drawings 2 8 4 0 12 0 0 26 $2,490.00 $6,290.00 Subtotal - PHASE 2 6 24 16 0 12 0 0 58 HOURS TOTAL 40 180 395 778 518 40 32 1983 $166,045.00 Hourly Rate 165.00 125.00 95.00 75.00 65.00 45.00 175.00 Fee Total $6,600.00 $22,500.00 $37,525.00 $58,350.00 $33,670.00 $1,800.00 $5,600.00 $166,045.00 Reimbursable Budget $10,000.00 Total $176,045.00 Page 1 h: \grp40 \pdata \35100063 \office\xls\