Loading...
Backup Documents 03/23/2021 Item #16A15 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP , A 1 5 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routinglines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s)(List in routing order) Office Initials Date 1. 2. 3. County Attorney Office County Attorney Office SRT 3/30/21 4. BCC Office Board of County PT by JH/s/ 3/30/21 Commissioners 5. Minutes and Records Clerk of Court's Office ,peUr 45—a I 3;1� PRIMARY CONTACT INFORMATION �` Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Mario Puente/Engineering and Project Contact Information 239-252-2828 Contact/Department Management Agenda Date Item was March 23,2021 Agenda Item Number 16A 15 Approved by the BCC Type of Document Change Order No.4 to Agreement No.06-4000 Number of Original 1 Attached with Jacobs Engineering Group,Inc.,(f/k/a Documents Attached CH2M Hill)in the amount of$499,810,for modifications to the Vanderbilt Beach Road Extension Project consistent with Board approved alignment. PO number or account N/A number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address; Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be MP signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the MP document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's MP signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 03/23/2021 and all changes made during MP the meeting have been incorporated in the attached document. The County Attorney's option for Office has reviewed the changes,if applicable. 4is line. 9. Initials of attorney verifying that the attached document is the version approved by the BCC I1/A is not all changes directed by the BCC have been made,and the document is ready for the it option for Chairman's signature. his line. 16A15 Ann P. Jennejohn From: Ann P. Jennejohn Sent: Monday, April 5, 2021 3:28 PM To: PuenteMario Subject: Change Order#4 w/Jacobs Engineering Group (Item #16A15 3-23-21 BCC Meeting) Attachments: Backup Documents 03_23_2021 Item #16A15.pdf Good Afternoon Mario, An executed copy of Item #16A15 from the March 23, 2021 13CC Meeting is attached for your records. Thank you! Ann Jennejohn 13MR Senior Deputy Clerk II tom. Yk.kra Clerk to the Value Adjustment Board A:r� `r•,, Office: 23 9-252-8406 Fax: 239-252-8408 (if applicable) tt CC Ann.Jevwtejohvt@CollierClerk.com r` rZS' Office of the Clerk of the Circuit Court 4.�`?K n•'` & Comptroller of Collier County 3299 Tamiami Trail, Suite #401 Naples, FL 34112-5324 www.CollierClerk.com 1 6A15 • Procurement Services Co Ter County Change Order Form ®Contract Modification ❑Work Order Modification L_i Amendment Contract MI 06-4000 Change if: 4 Purchase Order#: 4500184671 Project#: 60168.12 Contractor/Firm Name:I Cti2M—Jacobs Engineering i Contract/Project: Vanderbilt Beach Road Extension Project Manager Name: Mario A. Puente, PE-CGC Division Name: GMD• Transportation Engineering. Original Contract/Work Order Amount $ 3,901,850.00 12/12/17#11D Original BCC Approval Date; Agenda Item# Current BCC Approved Amount $ 4,787,195.00' 12/10/19 16A4 Last BCC Approval Date; Agenda Rem# Current Contract/Work Order Amount $ 4,787,195.00 1/21/2023 SAP Contract Expiration Date(Master) Dollar Amount of this Change $ 499,810.00 35.50% Total Change from Original Amount Revised Contract/Work Order Total $ 5,287,005.00 10.44% Change from Current BCC Approved Amount Cumulative Changes $ 1,385,155.00 10.44% Change from Current Amount 1 Completion Date,Description of the Task(s)Change,and Rationale for the Change Notice to Proceed 1/22/18 Original [ 1/21/23 Last Approved rN/Au Revised Date N/A Date Completion Date Date (Includes this change) #of Days Added f 0 Select Tasks ®Add new task(s) ❑ Delete task(s) M Change task(s) ❑Other(see below) Provide a response to the following: 1.)detailed and specific explanation/rationale of the requested change(s)to the task(s)and I or the additional days added(If requested); 2.)why this change was not included in the original contract;and,3.) describe the impact if this change is not processed. Attach additional information from the Design Professional and/or Contractor if needed. 1. Based on County plan reviews, changes to State regulatory agencies' requirements and additional infrastructure requirements, the following changes to the design scope are needed: TASK 1: Lane Configuration and Typical Section Modifications ($181,680.00): These changes include a 6-lane roadway vs. 4-lane roadway from Collier Boulevard to Wilson Boulevard (approx. 5 miles), lengthening existing and proposed turn lanes and typical section revisions to provide raised/curbed medians, 11-foot lanes and 7-foot bike lanes. The original RFP (Request for Proposal)in 2006 was based on a 6-lane roadway. Due to financial restrictions some areas were scaled down to 4 lanes in Amendment No. 1 to the contract(which happened before Surtax funds were dedicated to this Project). Due to available funds and traffic needs, the roadway design is going back to 6 lanes. TASK 2: SFWMD Boat Ramps Design/Permitting ($112,020.00): Required by SFWMD as a condition of permit approval. TASK 3: Traffic Signal Design: 8th Street NE and 16th Street NE($59,800.00): Evaluation of existing and future traffic demands determined that a signalized intersection should be constructed as opposed to a"Stop Sign" or"Roundabout" condition. TASK 4: Phase II Environmental Survey: Florida Bonneted Bat ($48,040.00): Required by the US Fish and Wildlife as part of the Army Corps of Engineers(ACOE) Permit Review Process. TASK 5: FDEP Permit Process (State 404 Program, $32,740.00). ACOE transferred the pending VBRX 404 Permit Application to the Florida Department of Environmental Protection(FDEP)for processing.This legislative change requires additional consultation and possible resubmittal of the permit application. TASK 6: Muck Probes and SPT for existing Cypress Canal ($16,920.00). Based on plan review process, it was determined that the 2-mile relocation of the Cypress Canal will require additional geotechnlcal Investigation in the area of the existing canal to determine if portions of the material within the existing Cypress Canal will need to be removed as "unsuitable"before the permanent roadway can he built upon it. Revised:10/20/2014 (Divisions who may require additional signatures may Include on separate sheet.) PROCUREMENT USE ONLY A,ImIn liP? KO ES 16A15' I TASK 7: Signal Interconnect Plans($31,570.00).As a result of Task 3, it was determined that a Signal Interconnect System is needed along VBRX to provide coordination between existing and proposed"future" signals along the new VBRX corridor. TASK B:St.Agnes Church"Egress"Design($17,040.00). Church staff expressed their concerns regarding median modifications that would limit movements at their main"egress"location.To minimize impacts and to avoid a potentially very costly condemnation of needed property for the Project from the Chruch, the County is proposing an additional egress driveway to the east of the existing parking lot. This work will be completed to compensate for the required righ-of-way. This compromise will save the County an otherwise costly litigation. 2. The scope described above was not included in the original contract as it only surfaced as the Project design efforts continued, plan reviews were completed and public input was taken into consideration, in addition to new requirements from State regulatory agencies. 3. Not processing these changes will generate additional costs due to future construction cost escalation, throw-away of redundant infrastructure, and disruption of the traveling public. Not processing these changes will also not resolve the very costly condemnation of property from St. Agnes Church and interrupt the ongoing permitting process. Prepared by : • Date Mario A. Puente, PE-CGC—GMD Transportation Engineering • Acceptance of this Change Order shall constitute a modification to contract/work order Identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above, as fully as if the same were stated In this acceptance. The adjustment,if any,to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/ Design Professional arising out of or related to the change set forth herein,Including claims for impact and delay costs. 02/19/2021 Accepted by: Date: John Maxfield, P.E.-MOP,Jacobs Engineering, • Approved by: • Date: " :0?.? .2 lay Ahmad, PE--Division Director Approved by: I t Date: p� Thaddeus Cohen—Department Head B i g e l o w Ca+h e r i n e Digitally signed by BigelowCatherine Approved by: l Date:2021.02.23 14:53:54-05'00' Date: Procurement Professional Revised: 10/28/2014 (Divisions who may require additional signatures may include on separate sheet.) PROCUREMENT USE ONLY AJmin RnC eCC ES 16A15 • ATTEST: , BOARD COUNTY COMMISSIONERS Crystalq<crkin1:1051Clerk of Courts COLLIE C TY, FLORID & C;c%mptroller • famr..;-. By: Att. ta��!!R 1' C'" • Penny Ta or,Chairperson Df •d: 11y yy_. /• ti\ App ove as to orm •' d l: lity: L___By:_ V ty ounty Attorney Seer �‘� Scott R. Teach Item* Dto da 3'n-ai Date Reed Deputy Cterf 16A15 . CH2M 5801 Pelican Bay Boulevard di 24440 Suite 505 Naples,FL 34108 Telephone: 239-596-1715 Fax:239-596-2579 ATTACHMENT A SCOPE OF SERVICES for Change Order No.4 To Professional Services Agreement: #06-4000—Amendment No. 1 "Professional Design and Related Services for the Vanderbilt Beach Road Extension from Collier Boulevard to 16th Street N.E." Project No. 60168 February 18, 2021 PART 1:OVERVIEW The CONSULTANT has been requested and retained to provide additional engineering services associated with Collier County Project No. 60168, Vanderbilt Beach Road Extension from Collier Boulevard to 16th Street N.E. Change Order No. 4 is required to provide funding for the scope of work additions requested by the Collier County Growth Management Department,Transportation Engineering Division, required to modify the Vanderbilt Beach Road Extension (VBRX) Project to conform with the various Typical Section modifications (6-Lane Roadway Vs. 4-Lane Roadway)reviewed and approved by the Collier County Board of County Commissioners (BOCC)as well as some various scope additions based on agency reviews, changing regulatory requirements and required infrastructure improvements. This Scope of Services includes the design, permitting and preparation of construction plans, quantities, estimates and specifications necessary for the construction of the associated Vanderbilt Beach Road Extension improvements. The project, including the services added as part of this Change Order No. 4 will be compiled as one (1)project for design, bidding and construction services. This Change Order provides for the CONSULTANT'S services to be modified to add the following Scope of Services to Collier County Project No. 60168. The terms of Contract 06-4000: Amendment No. 1 will govern the work. The following CONSULTANT Services are considered "Additional Services"to the original contract: 1 6 A 1 5 PART 2:SCOPE OF WORK TASK 1: Lane Configuration and Typical Section Modifications Based on County Plan Review comments, stakeholder input, and cost estimate evaluations, it was determined that certain future modifications to the ultimate design of the Vanderbilt Beach Road Extension project should be implemented with this project as opposed to retrofitting the constructed plans in the future. These changes included lane additions(6-Lane Roadway Vs. 4- Lane Roadway)from Collier Boulevard to Wilson Boulevard (Approx. 5 miles) , lengthening of existing and proposed turn lanes and typical section revisions to provide raised/curbed medians, 11-foot lanes and 7-foot bike lanes. Proceeding with these changes prior to the completion of Design and Construction will save the County costs in the future due to construction cost escalation,throw-away cost of redundant infrastructure and disruption to the traveling public. Additional Services will include the following: • Typical Section Revisions: Revise Typical Section Sheets (2)to reflect 6-Lane Vs. 4-Lane modifications and new configurations along various segments of roadway. • Drainage Map Sheet Revisions: Revise Drainage Map Sheets(10)to reflect 6-Lane Vs. 4- Lane modifications and new configurations along various segments of roadway. • Plan and Profile Sheet Revisions: Revise Plan and Profile Sheets(39)to reflect modifications and new configurations along various segments of roadway. Changes to lanes,medians, land drop/add transitions, Station offset labeling. Profile will be adjusted to reflect new Profile Grade Line (PGL) location at median edge. • Cross Section Plan Revisions: Revise Cross Section Sheets(102)to reflect 6-Lane Vs.4- Lane modifications and new configurations along various segments of roadway. Changes to cross sections to convey revised lanes,medians,transitions, etc. • Drainage Structure Sheet Plan Revisions: Revise Drainage Structure Sheets(82)Cross Sections to reflect the news configuration of roadway based on the above changes. • Signing and Marking Plan Revisions: Revise Signing and Marking Plans(39)and Details to reflect modifications and new configurations along various segments of roadway. Changes to lanes, medians, land drop/add transitions, Station offset labeling. • Quantity and Cost Estimate Revisions: Revise Quantities and Revise/Update Cost Estimates based on the above changes. Services include meetings and coordination of plans and schedule. TASK 2 - SFWMD Boat Ramp Design/Permitting(5) Based on meetings with SFWMD regarding the relocation of the Cypress Canal, installation of new Cypress Canal Water Control Structure(by SFWMD),and installation of three new Bridges-Bridge No. 1 (Curry Canal Crossing), Bridge No. 2 (Corkscrew Canal Crossing) and Bridge No. 3 (Orange Tree Canal Crossing), it was determined that Maintenance access to the Cypress, Curry, Corkscrew and Orange Tree Canals would be impeded by the new improvements. As a result,the SFWMD requested that five(5) Boat Ramps be installed to 16A15 allow staff routine and emergency maintenance access to the canals. County staff has requested that CH2M (Jacobs) staff Design the following improvements. Additional Services will include the following: • Boat Ramp 1 Design and Permitting: The Cypress 1 Boat Ramp will be located downstream of the new SFWMD Water Control Structure to provide access west and south of the new structure. Boat Ramp Plans and Detail Sheets(6), Quantities and Estimates, specific to the chosen site will be prepared along with a SFWMD ROW Permit. • Boat Ramp 2 Design and Permitting: The Cypress 2 Boat Ramp will be located upstream of the new SFWMD Water Control Structure to provide access east and north of the new structure. Boat Ramp Plans and Detail Sheets (6), Quantities and Estimates, specific to the chosen site will be prepared along with a SFWMD ROW Permit. • Boat Ramp 3 Design and Permitting: The Curry 1 Boat Ramp will be located north of the new Curry Canal Bridge to provide access to the Bridge and the Curry Canal north of the new bridge. Boat Ramp Plans and Detail Sheets (7), Quantities and Estimates, specific to the chosen site will be prepared along with a SFWMD ROW Permit. • Boat Ramp 4 Design and Permitting: The Corkscrew 1 Boat Ramp will be located north of the new Corkscrew Canal Bridge to provide access to the Bridge and the Corkscrew Canal north of the new bridge. Boat Ramp Plans and Detail Sheets (7), Quantities and Estimates, specific to the chosen site will be prepared along with a SFWMD ROW Permit. • Boat Ramp 5 Design and Permitting: The Orange Tree 1 Boat Ramp will be located north of the new Orange Tree Canal Bridge to provide access to the Bridge and the Orange Tree Canal north of the new bridge. Boat Ramp Plans and Detail Sheets(7), Quantities and Estimates, specific to the chosen site will be prepared along with a SFWMD ROW Permit. Services include Design, Survey, Geotech, Permits(5)and meetings with SFWMD staff and coordination of plans and schedule. Note: Services do not include Permit Fees. Permit Fees will be the responsibility of Collier County. TASK 3: Traffic Signal Design: 8th Street NE and 16th Street NE Based on evaluation of existing and future traffic needs, as well as a cost analysis which discussed present day cost verses future costs of upgrading intersections, it was determined that a Signalized Intersection should be constructed as opposed to a"Stop Sign" or"Roundabout" Design Intersection at these two intersections. The existing Contract provided language regarding this potential addition. Contract No. 06-4000, Contract Amendment No. 1, Section 2—Project Description, 16A15 Sub-Section 2.5 states that: "Signal:Standard Mast Arms= 4 total for Wilson Blvd. (Intersections with 8th Street N.E. and 16th Street N.E. are anticipated to be "Roundabouts"Any additional Signal Design will be considered Additional Services.". Sub-Section 2.7 states that: "This Scope of Services includes the following signalized intersections: Vanderbilt Beach Road at Collier Boulevard(CR 951) -Modem existing signal Vanderbilt Beach Road at Wilson Boulevard-New signal ...Signal Warrants and Signal Designs (in addition to those mentioned above) will be considered Additional Services. " Additional Services will include the following: The CONSULTANT shall prepare two (2) sets signalization plans in accordance with the FDOT Design Manual, for: ❖ Intersection of Vanderbilt Beach Road and 8th Street NE ❖ Intersection of Vanderbilt Beach Road and 16th Street NE*. * Configuration for 16th Street NE Intersection will reflect the"future"proposed configuration of 16th Street NE,based on configuration of recent 8th Street improvements. Plans will be prepared for each intersection which include: • General Notes/Pay Item Notes Revised • Signalization Plan Sheet—(2) Sheets • Mast Arm Tabulation Sheet-(1) Sheet • Guide Sign Sheet—(1) Sheet • Typical/Special Details - Revised • Preparation of Specifications -Revised • Tabulation of Quantity Sheet-Revised Services include meetings with traffic operations staff and coordination of plans and schedule. TASK 4: Phase II Environmental Survey: Florida Bonneted Bat As part of the ACOE Permit Review Process,the US Fish and Wildlife Service requested a Phase II Environmental Survey be performed. This was required to obtain their Biological Opinion based on the revised Consultation Key for the Florida Bonneted Bat. Therefore, a Phase II Environmental Survey was required to supplement the initial Environmental surveys performed on the Project. The existing Contract provided language regarding this potential addition. Contract No. 06-4000, Contract Amendment No. 1, Section 2—Project Description, Sub-Section 2.4 states that: cAU 16A15 "Phase II Surveys (Environmental) and Specific Species (T&E) Surveys will be considered Additional Services.". Additional Services will include the following(See Sub-Consultant(Johnson) Scope for Details): • 4.1 -Florida Bonneted Bat Acoustical Survey • 4.2-Florida Bonneted Bat Roost Survey • 4.3 -Florida Bonneted Bat Emergence Survey Consultant will perform requested Phase II Surveys, coordinate with County and USFWS staff, and prepare necessary modifications to Permit. TASK 5: FDEP Permit Process(State 404 Program) Construction of the Vanderbilt Beach Extension Project requires approval for Permitting Agencies. The South Florida Water Management District(SFWMD) and the U.S. Army Corps of Engineers (ACOE). Both Permit s have been prepared, submitted and the SFWMD Permit has been obtained. However, on December 17, 2020, the Environmental Protection Agency approved the State of Florida's request to assume administration of a portion of the Clean Water Act Section 404 program. State Assumption became effective as of December 22,2020. Therefore,the U.S.Army Corps of Engineers(Corps)transferred the pending VBRX 404 Permit Application to the Florida Department of Environmental Protection (FDEP) for processing. As a result, a New Permit Application will need to be prepared and submitted to the FDEP for Review and Approval. Additional Services will include the following: Consultant will perform surveys,coordinate with County, FDEP, ACOE and USFWS staff, and prepare necessary modifications to Permit, Submit Permit, Respond to RAI's. Note: Services do not include Permit Fees. Permit Fees will be the responsibility of Collier County. TASK 6: Muck Probes and SPT for existing Cypress Canal Based on County Plan Review comments, it has been determined that the 2-mile relocation of the Cypress Canal will require additional geotechnical investigation in the area of the existing canal to determine if portions of the material within the existing Cypress Canal will need to be removed as "unsuitable"prior to filling the existing canal void with suitable fill material. Additional Services will include the following: • Field Reviews and Coordination • Geotechnical Investigations • Geotechnical Report Services include field reviews,recommendations for quantity adjustments(if necessary), meetings and coordination of field investigations. 1 6A1 5 TASK 7: Signal Interconnect Plans Based on County Plan Review comments, it was determined that a Signal Interconnect System should be installed along the Vanderbilt Beach Road Extension corridor to provide coordination between the existing,proposed and"future" Signals along the roadway from Collier Boulevard to 16th Street N.E. The existing Contract provided language regarding this potential addition. Contract No. 06-4000, Contract Amendment No. 1, Section 21 —Signalization Analysis, Sub-Section 21.6 states that: "Reference and Master Interconnect Communication Design File There are no Signal Interconnect Plans anticipated for this project. " Sub-Section 22.6 states that: "There are no Signal Interconnect Plans anticipated for this project. The addition of a Signal Interconnect System will be considered an Additional Service." Additional Services will include the following: The CONSULTANT shall prepare Signal Interconnect Plans for the existing, proposed and "future" Signal infrastructure from Collier Boulevard to 16th Street N.E. Plans will be prepared for each intersection which include: • General Notes/Pay Item Notes—Revised • Tabulation of Quantity Sheet—Revised • Signal Interconnect Plan Sheets—(54) Sheets • Typical/Special Details—(2) Sheets • Preparation of Specifications -Revised Services include meetings with traffic operations staff and coordination of plans and schedule. TASK 8: St. Agnes Church "Egress" Design Based on a review of the VBRX 60% Plan Submittal, The St.Agnes Church staff met with County and Consultant staff to express their concerns regarding the median modifications across from their main"egress' location. The proposed roadway improvements would eliminate the ability for vehicles to exit the facility and cross VBRX to access Weber Street and/or make a left turn to head eastbound on VBRX. The median was required to be modified from an open median to a directional eastbound left turn/u-turn lane due to safety concerns of an open median on a 6-lane facility. To minimize the impacts to their parishioners and provide a safe access management. The County proposed allowing/providing an additional egress driveway to the east end of the existing parking lot. This would allow vehicles to make a right turn out onto VBRX and change lanes to make either a left turn/u-turn at Webber Street, or provide additional distance to change lanes before Collier Boulevard. 1 6A1 5 Additional Services will include the following: • Preparation of Site Plan Sheets and Details—(5) Sheets o Preparation of Driveway Typical Section o Preparation of Driveway Profile o Drainage Design (Pipe, MES, Ditch modification etc.,) o Details for Parking Spot/Lot Modifications o Pathway modifications(Vertical Profile) • Survey • Quantity and Cost Estimate Services include meetings and coordination of plans and schedule. PART 3: PROJECT SCHEDULE: Overall Project Schedule: • Services included as part of Change Order No. 4 will be delivered in conjunction with the overall project schedule for Project No. 60168 PART 4: EXCLUSIONS: The following tasks are not included in the Scope of Work for this Change Order: 1) Services other than those specifically listed above. 2) Services requiring more effort than that listed in the Fee Schedule. PART 5: COMPENSATION: The COUNTY will compensate the CONSULTANT a fee of$499,810.00 for Change Order No. 4 Task(s) 1 thru 8 on a LUMP SUM basis per the Fee Schedule agreed upon under Contract#06-4000 1 6 A 1 5 CT42M HILL(!.00hs SnEb0m Ml) CONTRACT 886.440 ATTACHMENT A-MANHOUR AND COST SUMMARY ESTIMATE Vade0Bt Beach Rood Eamadon CHANGE ORDER NQ 4 2//8/2821 SUMMARY FEE SHEET PRINCIPAL CHEF PROJECT LEAD PROJECT SENIOR ADMIN TASKS ENGINEER/ MANAGER ENGINEER/ ENOTNEER DESIGNER ENGINEER ASSISTANT TOTAL TOTAL Mat-I Hourly Mo Hourly Ms.- Hourly Man- Healy Mu. Hourly Mae- Hourly Mat- Hanrly Man Handy HRS LABOR hours Rate Ian Rote boom Rate boors Rem hours Rate hours Rate horn Rate hau Ram Tads I-lee Co4A8valr r Typical Seeds ModMeatlaru Typical Scotian Revisions-(1)Shess 2 S180 4 $160 8 S140 IO 1130 0 SI15 0 SI15 0 S85 0 S55 24 S3,420 Drainage Map Sheet Revisons-(10)Meets 0 $180 0 S160 4 $140 20 Sib 0 5115 0 $115 0 885 0 $55 24 S3,160 Plan and Profile Sheet Re,ieians-(39)Sheea 16 I1110 24 $160 80 S140 180 $130 III $115 185 $115 88 S85 10 $55 774 $92,590 Cross Section Sheet Revisions-(102)Sheets,262 Simians 4 $180 8 SIM 36 S140 0 $130 100 S115 100 SI15 0 S85 0 S55 248 S30,040 Drainage Simon Sheet 2 S180 4 SIM 6 $140 34 S130 36 $115 0 S115 0 $85 0 S55 82 $10,400 Sigingasd Marking Sheet Ravines.(39)Sheets 4 $180 8 $160 24 $140 64 5130 62 $115 72 $115 0 $85 0 $55 234 $29,090 Quantity and CoalFtimam Rmisiae $ SI80 8 $160 24 SIIO 44. 0 SI30 60 S115 0 SIIS 0 SM 0 555 100 $l2,980 M/H ARE MN ARE M/H Ann MR ARE M/H Aid. MM Amt. MAI Amt. MI ARE Tadt I:Stab-T40ls 36 S6480 56 51,960 1/12 525.480 301 140.040 446 S51290 360 S41,400 88 S7,480 10 $550 5181,608 Task2-SFWMD Bst Ramp D0440/P4A0401 8(5) Boat Ramp l DosigOPmmit(Cypressss 1)-(6)Sbeecs 8 $180 2$ $160 20 S140 40 $130 0 $115 40 $115 0 S85 4 $55 132 S17,460 But Ramp Desig✓Permit(Cyposs 2)-(6)Sheets 8 SI80 20 $160 20 $140 40 $130 0 $IIS 40 SI15 0 S85 4 555 132 S17,460 Bat Ramp 3 Design/Permit(Curry 1)-(7)Shccts 8 $180 20 S160 20 S140 60 $130 0 $115 48 S115 0 $85 8 $55 164 S21,200 Boat Ramp Desig✓Permit(Corkscrew Canal l)-(7)Shaab 8 SI80 20 S160 20 $140 60 $130 0 $115 48 $115 0 $85 8 $55 164 S21200 But Ramp Design/Permit(Omgelree Crud l)-(7)Sbeets 8 $180 20 $160 20 S140 60 SI30 0 S115 48 $IIS 0 $85 8 S55 164 S21200 Gememhniul(Aroma)-(4)Hand Angers/EA(20 TOW) •Serviw Performed by Sub-Consallant.Miriam $7,500 Survey('RWA)(5)Boat Ramp'Casal Locations •Services Perfornmd by SobConmllmt,RWA 56.000 M/H Amt. MR Ara MII Amu. MM And. M/H Amt. MM ARE M/H Amt. WH Amt. Task 2:Sub-To006 40 S7200 100 $16,000 1110 014000 260 S33.800 0 S0 224 $25,760 0 SO 32 S1,760 5112,20 Turk 3-To.Mo Owl Dedgm 8W Street NE and 16D Street NE Simal Pim Mot-(2)Sheeb 8 $180 16 $160 16 $140 40 $130 64 $115 64 SI15 40 $85 0 S55 248 S29,560 Mom Arm Tabulation Skeet-(1)Sheet 2 $180 8 $160 4 $110 12 $130 8 $115 8 $115 4 S85 0 S55 46 $5.940 Tabulation ofQuetitir Revision(I)Sheet 2 $110 1 $I60 4 $140 8 $130 8 S115 4 S115 2 SOS 0 555 32 $4,150 Guide Sign Wok Sheet-(I)Shot 2 S110 4 $160 4 $140 8 S130 8 $115 0 SI15 2 $85 0 S55 32 $4,150 Center-boreal(Ardmore)-(8)SPTs for gipal Foundation 'Services Performed by Sub-Consulted:Manna S16.000 WIT Amon MEI Aral M/H Ain MR Amt. MM As. Mill Aura M/N And. M/H And Twit 3:SabTauls 14 12,530 32 55,120 28 S3,920 68 S8.840 88 510,120 80 19200 48 14.050 0 SO $09,118 Task -Phase H Pmisewtal Sony:Baaamd M Field Survey.Coordination.Permit Modification 4 SIM 0 5160 8 S140 0 $130 40 $115 0 SI15 0 $85 4 $55 56 $6,660 Environmental Suney(s).Field and Acoustical 12 $180 II $160 l40 $140 48 $130 48 S115 0 $115 64 $85 12 $55 335 $41,380 MM Aid M/H Amt. 14/H ARE MM Asa MM Amt kW AIL M/H Amt. MAI Ant To*4:Bab-Totals 16 S2,180 II S1,760 III $20,720 48 $6.240 88 S10.120 0 S0 64 S5,440 16 S580 $48,40 Tat 5.ODE?Paalt Promo(Seem 444 norm) Prepare FDFP Permit-New State 404 Program 8 $180 21 $160 60 $140 48 S130 60 S115 40 $IIS 0 S85 24 $55 264 S32,740 Mill ARE N/H And. M/H Aral. MH Amt. II/H A.I.r MM ARE MM Ant MR4 Ant Task 5:Sib-Totals $ $1.440 24 S3,140 60 WOO 48 56240 60 S6.900 40 14,600 0 50 24 $1320 S32,741 Tat 6-Mask Probes and SPT for existing Cypress Carl Field Review.00otech Caordirtia,Report 0 $180 0 $160 0 $140 48 $130 0 $115 4 $115 0 $85 4 S55 56 $6,920 Cmomohnicel(Ardemm) •Servioes Performed by Sub-Consultant Ardamr $10,000 MM As. MH Amt. SIM ARE M/H Aid. Mill As. MM Amt. Nth Amt. M/H Amt. Task 6:RdrTotals 0 S0 0 $0 0 SO 1/ 56240 0 S0 4 S460 0 SO 4 $220 516,921 Task 7-Hpel k401 .4(Calm to 1646 rime N9 Signal Interconnect Phan-(54)Sheen / $180 20 S160 60 S140 64 S130 0 S115 56 $115 0 $85 4 S55 212 $28,020 SiBmal Interconnect Derails-(2)Sheets 0 S180 2 $160 6 $140 6 $130 0 $115 14 SI15 0 $85 0 555 28 S3,550 MM Amt. h1M And. Mill ARE MM Amt. MRI Amt. MN As. MM Amt SNi Amt. Task7:Rib-Totals I S1.440 22 $3,520 66 S9.240 70 S9.100 0 SO 70 58,050 0 S0 4 $220 S31,571 Task 1-St Aga Chard"Emma.Dodge Siteplsn Sheets(Han Pmfok,Parking Lot)-(2)Sbets 4 $180 4 S160 10 $140 20 130 0 $115 20 S115 0 85 2 S55 60 S7.770 Detail Sheets(Gradingl)rawge,Signing.Marking,Site)-(3 Shseb) 4 SIM 4 S160 10, $140 20 130 0 SI15 20 $115 0 85 2 155 60 S7,770 Sunray(•RWA)Egos Arm Sunny •Sarno.Performed by Sob Coosltmt RWA S1,500 M/H Amt. !NH Ant M/H AM. MH ARE MM ARE MM Ant MAI Aa. MN Ann. Task*:Bab-TabY 8 $1,440 I S1.280 20 S2.800 40 $5.200 0 S0 40 $4.600 0 S0 4 $220 $17,188 TOTAL(S) I U8 1523,411I 253 I SM,4w I6N J 584.861 1880 I S1i5,748 1682 I$78,4341 I Ill 1591,070 I211 I S17,0001 94($9,178 I I 1499,/10 TOTAL CHANGE ORDER NO 4(LUMP SUM) $499,/11