Loading...
301-CPH-Amendment 14 Amendment No. 14 To Agreement For Continuing Services During Construction of: Water Line Extension - Oregon Avenue/Hughy Avenue From C.R. 46-A to Towne Center Boulevard Utility Line Extensions - St. Johns Parkway East Electrical and Piping Improvements at the French Avenue Water Booster Plant Between The City of Sanford, Florida And Conkiln, Porter and Holmes-Engineers, Inc. This Agreement made on the~'~'l~ day of d/.~ly ,1994 between the CITY OF SANFORD, FLORIDA (hereinafter called the CITY) and CONKLIN, PORTER AND HOLMES-ENGINEERS, INC. (hereinafter called the ENGINEER), is mutually agreed upon and declared an authorized Amendment to an Agreement dated December 17, 1987, between the parties, herein setting forth the scope, terms and conditions of the work herein authorized. In case of any conflict between this Amendment and the aforementioned Agreement of December 17, 1987, this Amendment shall govern for the work described herein. WHEREAS, the ENGINEER has previously prepared a MasterWater Plan (1986) and done a subsequent water system analysis for the CITY and under Amendment 40 is amending, supplementing, and updating the Master Water Plan, and WHEREAS, the existing Master Water Plan calls for the extension of the CITY water system westward toward Interstate 4, and WHEREAS, the CITY is entering in Agreements with Seminole Towne Center, other developments, and Seminole County to provide water service within this westedy area and south of Sanford, and WHEREAS, the ENGINEER has performed Engineering Designs and Construction Documents for watermain extensions from the south and west to the western service areas, a reclaimed water main and force main extension from the west to Seminole Towne Center, and for providing an auxiliary power source and piping improvements at the French Avenue Booster Station, NOW THEREFORE, the CITY and the ENGINEER for the considerations named herein agree as follows: SECTION 1 PURPOSE OF AMENDMENT 1.1 General 1.1.1 This Amendment work is to generally provide for engineering services during the bidding, administration of construction, and resident project services dudng construction, and other services as herein specified for designated projects. 1.1.2 The detailed purpose of this Amendment is to provide bidding, Utility Construction Inspection, and Construction Administration Services on the water main extension along Hughy Avenue and Oregon Avenue, and utility main extensions from Central Park Drive to Rinehart Road via Coastline Drive and St. Johns Parkway East. Both of these extensions are for the purpose of serving the mall and other areas within the Seminole Towne Center Redevelopment area. This Amendment is also to provide Construction Administration Services for the improvements at the French Avenue Water Booster Plant. 1.1.2.1 It is anticipated that other professional service work not included in this Amendment will be subsequently negotiated and authorized. These subsequent authorizations would cover, but not necessarily be limited to construction inspection, and administration of water system improvements for service along south Sanford Avenue. SECTION 2 SCOPE OF CONSTRUCTION RELATED SERVICES 2.1 General Services of the ENGINEER 2.1.1 The ENGINEER agrees to perform professional services in connection with the project as hereinafier stated. 2.1.2 The ENGINEER will serve as the CITY's professional engineering representative in those phases of the project to which this Amendment applies and will meet, consult with, and provide advice to the CITY dudrig the performance of these services. The ENGINEER will perforro the services for the City Commission under the direction of the City Manager. 2.1.3 The Engineer will obtain from others the following subconsultant services: A. Construction inspection, submittal review and start-up services as necessary for the electrical work at the Booster Plant. 2.1.4 Other subconsultant services (soils, surveying, environmental scientist services, construction quality control testing, or other specialist services including real estate/right- of-way agents, project/construction management, financial/budgetary consultant, and bookkeeping/accounting services) are not included. If these services are subsequently determined advisable during the course of the work, they may be considered for authorization as an additional service under Section 3 of this Amendment or separately provided by the CITY. 2.1.5 Attached as Exhibit "A", "B" and "C" are Plans of Study which are hereby made a part of this Amendment showing the scope of work contemplated, the time estimates, and overall cost estimates for the initial scope of work generally described herein. 2.1.6 Biddin~l Phase Prepare draft or review advertisements for bids (separately for the Hughy-Oregon; St. Johns Parkway East; and French Avenue Water Booster Plant projects) for placement in appropdate publications by CITY for initial construction contracts. To generate contractor interest in the project work and in an effort to enhance competition, ENGINEER will send copies of the Advertisement to potential bidders to notify them of the bid letting(s). 2.1.6.1 Prepare and distribute up to 30 copies of the Contract Documents and keep records of the distribution of Documents to bidders and suppliers for the contract for each of the three projects. 2.1.6.2 Answer questions of bidders and suppliers. No interpretations of the Documents will be made other than through issuance of Addenda to the Documents. 2.1.6.3 Coordinate with CITY on possible changes required and issue addenda to the Documents as required for the contract. 2.1.6.4 Prepare for and attend the bid opening and follow-up. 2.1.6.5 Summarize, tabulate, and evaluate the bids, investigate bidders' qualifications and assist the CITY in their selection of the construction contractor for the three projects. 2.1.6.6 Prepare for CITY attorney review, a conformed set of draft Documents consisting of Construction Proposal and Contract, bonds, insurance certificates, construction schedules and other portions of the contract in order to assist the CITY in their determination as to whether to issue a Notice to Proceed to each contractor of each of the three contracts. 2.2 Construction Administration and Ins0ection Services For each project: Water Line Extensions - Hughy and Oregon Avenues, Utility Extensions - St. Johns Parkway East, and the French Avenue Water Booster Plant Improvements, the CITY will provide the ENGINEER with a written authorization to proceed. 2.2.1 Construction Administration Services The construction period for these activities will commence with the award of construction contract by the CITY and will terminate upon wr~en approval of final payment by the CITY for that contract. During the construction pedod, the ENGINEER will: 2.2.1.1 Advise and consult with the CITY concerning the construction activities and will act as the CITY's representative as provided in the General Conditions of the Contract Document concerning construction administrative matters as hereinafter described. 2.2.1.2 Attend and represent the CITY at preconstruction, progress and project closeout meetings with the Contractor and construction quality control testing personnel. 2.2.1.3 Make periodic visits to the work site to observe the prograss and report to the CITY as to the amount of work complete, the overall quality of executed work, and observed impediments to the successful contract completion. ENGINEER will not be required to make exhaustive or continuous on-site observations as to the quality or quantity of completed work; he will not be responsible for the construction means, methods, techniques, sequences, or procedures or the safety precautions incidental thereto; his efforts will be directed toward providing assurance to the CITY that the completed projects will substantially canform to the contract, plans, and specifications, but he will not be responsible for the CONTRACTOR's failure to perform the construction work in accordance with said documents; based on such on-site observation as an experienced and qualified design professional, he will keep the CITY informed as to the progress of the work, will endeavor to guard the CITY against defects and discrepancies and will coordinate with the CITY and the CONTRACTOR as to disapproving or rejecting work failing to meet the project plans, specifications or other Contract Documents. 2.2.1.4 Check and approve shop drawings, catalog data, diagrams, illustrations, schedules, samples, test and inspection results and other data the Contractor is required to submit, but only as to conformance with the overall design concept of the project and compliance with the Plans, Specifications, and other Contract Documents as well as CITY of Sanford requirements. 2.2.1.5 Issue all instructions of the CITY to the Contractors; prepare routine Change Orders as required; he may, as the CITY's representative, require special inspection or testing of the work (whether or not fabricated, installed or completed); he will act as interpreter of the terms and conditions of the Contract Documents and judge of the performance thereunder by the CITY and the Contractors and will make decisions on all claims of the CITY and the Contractors relating to the execution and progress of the work and all other matters and questions related thereto; but the ENGINEER shall not be liable for the results of any such interpretations or decisions rendered by him in good faith. 2.2.1.6 Based on his on-site observations as an experienced and qualified design professional and on his review of the Contractor's applications for payment, supporting data, and information received from the CITY, determine the amount owing to the Contractors and recommend approval in wdting payment to the Contractors in such amounts; such recommendations to constitute a representation to the CITY, that is an expression of the ENGINEER's opinion, based on such observations and review, that the work has substantially progressed to the point indicated and that, to the best of his knowledge, information and belief, the quality of the work is in accordance with the Contract Documents (subject to an evaluation of the work as a functioning project upon Substantial Completion and to the results of any subsequent tests called for in the Contract Documents and to any qualifications stated in his approval), but by recommending an application for payment, the ENGINEER shall not be deemed to have represented that he has made any examination to determine how and for what purposes the Contractors have used the monies paid on account of the Contract Pdce, or that title to any of the Contractors' work, materials, or equipment has passed to the CITY free and clear of any liens, claims, security interests or encumbrances. Such representations shall at no time be considered as a legal obligation of the ENGINEER, 2.2.1.7 The ENGINEER will, in conjunction with other CITY representatives conduct punchlist and final inspections of the in-place work to determine if the work is completed substantially in accordance with the plans, specifications and other contract documents. These inspections shall form the basis for the ENGINEER's review and recommendation for payment on the CONTRACTOR's final pay request. 2.2.1.8 The ENGINEER shall not be responsible for the acts or omissions of the Contractors or of any the Contractors, Sub-Contractors, Agents, Employees, or other persons performing any of the work under the construction contracts, or of others. 2.2.2 Construction Inspection Services The construction period for these activities will commence with the award of the construction contract by the CITY and will terminate upon written approval of final payment by the CITY for that contract. During this construction pedod, the ENGINEER will: 2.2.2.1 Provide Resident Project Services including on-site observation and inspection of installed work and work in progress. Verify Contractor compliance with plans, specifications, change orders and field directives. Inspect work during execution to observe construction methods and techniques. Inspect delivered materials on-site or at their source (not including materials testing to be provided by others) as to compliance with the Contract Documents. For purposes of this contract, Resident Project Services shall consist of unscheduled and scheduled site visits totalling approximately 6.0 hours per week for the Hughy/Oregon project; 8.0 hours per week for the St. Johns Parkway East project; and 5.0 hours per week for the French Avenue Booster Plant project. These site visits will be on a continuing basis for construction inspection (in addition to construction administration services separately enumerated in 2.2.1 and following paragraphs). Neither full-time observation at any work site nor observation of all work sites while Contractor is working is anticipated as necessary. Actual time spent inspecting shall be dependent on observed on-site conditions and events but it is estimated to be approximately between 19% and 23% time for one project representative, for each project, as noted above. If it is determined that, due to construction progress (or lack thereof) or other related matters that additional time and cost or other changes than enumerated in this scope of services or in the attached Plan of Study are required to adequately address the construction inspection or administration items; the ENGINEER is obligated to bring this situation to the CITY's attention and to furnish services as may be agreed upon and to negotiate a change in the authorized fee. 2.2.2.2 Through on-site observations of the work in progress and field checks of installed work, materials and equipment, the ENGINEER will endeavor to provide further protection for the CiTY against defects and deficiencies in the work, but this inspection and observation work shall not make the ENGINEER responsible to find or note all discrepancies in the work nor for the Contractor's failure to perform the construction work in accordance with the plans, specifications or other contract documents. Note that the construction inspection observation and inspections are to be supplementary to those provided under the Construction Administration Services described in paragraph 2.2.1. 2.2.2.3 For the French Avenue Water Booster Plant work, the ENGINEER will coordinate with the electrical sub-consultant the electrical construction inspection, electrical submittals, and start-up services of the electrical equipment. 2.2.2.4 Provide a record of the Contractor's activities throughout the construction, including notations on the nature and cost of any extra work or changes ordered during construction; however, the ENGINEER is not responsible for the performance of the construction contracts by the Contractor. 2.2.2.5 The ENGINEER shall coordinate his inspection services with the CITY'S soils and materials testing firm representatives and with other CITY personnel that may from time to time provide inspection of the work. The ENGINEER shall attend project progress meetings, representing the CITY at such meetings and address items of CITY concern to the other parties involved in the overall project. 2.2.2.6 Soils and materials test results furnished by the CITY'S testing firm shall be reviewed by the ENGINEER to help determine if installed fill and other materials or substitutions meet the project requirements. The ENGINEER shall maintain a file of provided copies of test results and during the construction process and pdor to approval of the Contractor's final pay request, review the plans and test results to determine whether all required testing is on hand and that all tests reported acceptable matedais, compaction, etc. 2.2.2.7 Review Contractor provided record drawings/surveys and other as-built data for installed facilities and bring any apparent discrepancies between the as-built conditions and the design conditions to the attention of the CITY. Coordinate with the Contractor regarding provision of the construction record drawings pdor to final on-site inspections and punchlist preparation. Prepare and furnish to the CITY a reproducible set of record drawings for each of the three projects showing those changes made dudng the construction based on the data noted above. SECTION 3 ADDITIONAL SERVICES OF THE ENGINEER 3.1 If authodzed by the CITY, the ENGINEER shall furnish or obtain from others the following additional services, or the CITY may provide these services separately or directly with the provider. Such additional services will be paid for by the CITY as outlined in Section 5. 3.1.1 Additional services due to significant changes in the scope of the project or its design including, but not limited to, changes in size, complexity, character of construction or due to time delays in initiating or completion of the work as described herein. 3.1.2 Provide through subconsultants, surveys, soils, environmental scientist (jurisdictional and permitting) services, construction quality control testing, or other specialist services including real estate/right-of-way agents, project/construction management, financial/budgetary consultant, and bookkeeping/accounting services. If these services are subsequently determined advisable dudng the course of the work, they may be considered for authorization as an additional service under this Section or separately provided by the CITY. 3.1.3 Except as otherwise provided herein, services or additional costs associated with revising previously accepted studies, reports, or other documents prepared by the ENGINEER when such revisions are due to causes beyond the ENGINEER's control. 3.1.4 Additional services resulting from public protests. administrative hearings, or similar matters. 3.1,5 Preparing to serve and/or serving as an Expert Witness for the CITY in any litigation, public hearing, condemnation proceeding, right-of-way or easement acquisition or negotiation, or other legal / administrative proceeding. 3.1.6 Furnishing additional sets of pdnts of drawings and other Documents beyond those designated in Section 2. 3.1,7 Additional engineering services required by revisions to regulations (after the date of this Amendment) as applicable to the Florida Department of Environmental Protection, the St. Johns River Water Management District, Corps of Engineers, Seminole County, FDOT, or other regulatory agency requirements. 3.1.8 Additional services in connection with the project including services normally furnished by the CITY as described in Section 4 herein and services not otheRvise provided for in this Agreement, SECTION 4 CITY RESPONSIBILITIES 4.1 The CITY will: 4.1.2 Advise the ENGINEER of his requirements for the project and designate a person to act as the CITY's representative with respect to the work to be performed under this Amendment, and such person shall have complete authority to transmit instructions, receive information, interpret and define the CITY's policies and decisions pertinent to the work coverod by this Amendment. 4.1.3 Obtain and provide data requested that is reasonably available on the project along with operational and maintenance requirements and easement and right-of-way requirements. 4.1.4 Guarantee access to and make all provisions for the ENGINEER to enter upon public and pdvate lands as required for the ENGINEER to perform his work under this Amendment. 4.1.5 Make facilities accessible for inspection. 4.1.6 Examine all studies, reports, sketches, schedules, and other documents presented by the ENGINEER and render decisions pertaining thereto within a reasonable time so as not to delay the work of the ENGINEER. 4.1.7 Assist in obtaining approval of all govemmental authorities having jurisdiction over the project, and such approvals and consents from such other individuals or bodies as may be necessary for completion of the Project. 4.1.8 Furnish or direct the ENGINEER in writing to provide at the CITY's expense, any subconsultant services not designated in Section 2, if advised by the ENGINEER and CITY concurs that they are necessary. 4.1.9 Furnish, or direct the ENGINEER in writing to provide at the CITY's expense, necessary additional services as stipulated in Section 3 of this Amendment, or other services as required. 4.1.10 Provide such legal, accounting, financial and insurance counseling services as may be required for the project, and such auditing services as the CITY may require. 4.1.1 1 Give prompt written notice to the ENGINEER whenever the CITY observes or otheRvise becomes aware of any defect in the Project. SECTION 5 PAYMENT 5.1 Payment Payment for services and expenses of the ENGINEER to be as set forth below: 5.1.1 Principals and Employees of the ENGINEER. 5.1.2 Compensation paid ENGINEER for services described heroin and rendered by principals and employees assigned to the Project will be computed by multiplying Direct Personnel Expense (defined in paragraph 5.2.3 herein) times a factor of 1.95 plus all reimbursable expenses. The fee for the engineering services for the Service described in Section 2, plus out of pocket expenses as described in 5.2.1 below at actual cost thereof shall not exceed $47,639.69. The total cost consists of $10,034.00 for the Water Line Extensions - Hughy and Oregon Avenues; $17,938.61 for Utility Line Extensions - St. Johns Parkway East; and $19,667.08 for the French Avenue Water Booster Plant Improvements. 5.2 Reimbursed Expenses 5.2.1 Expenses for items not specifically valued herein are to be reimbursed to the ENGINEER at the actual cost thereof. Said expenses shall include transportation and subsistence of principals and employees, when traveling in connection with the project, toll telephone calls, telegrams, pdnts, photocopies, and similar project-related items. Monies collected from plan holders in the form of "non-refundable bid deposits" for Contract Document purchase, will be deposited in Engineer's account and at the conclusion of the bidding process, a check for total bid deposits received will be issued to the CITY. 5.2.2 The CITY will make prompt monthly payments in response to ENGINEER's monthly statements without retention for all categories of services rendered under this Agreement and for reimbursable expenses incurred. 5.2.3 Direct Personnel Expense used as a basis for payment shall mean the salades and wages paid to principals and employees of all classifications engaged directly on the Project, plus the cost of fdnge benefits including but not limited to, social security contributions, worker's compensation, health and retirement beneffis, bonuses, sick leave, vacation and holiday pay applicable thereto. For purposes of this Amendment, Direct Personnel Expense shall be considered an amount equal to 1.48 times applicable salaries and wages. 5.2.4 Charges for the services rendered by principals and employees as witnesses in any litigation, headng or proceeding will be computed at a rate of $600.00 per day or any portion thereof (but compensation for time spent in preparing to appear in any such litigation, hearing or proceeding will be computed in accordance with the payment method as set forth in Paragraphs 5.1.2 and 5.2.1 herein). 5.2.5 If this Agreement is terminated during prosecution of the services prior to completion of the services of Section 2, payments to be made in accordance with Paragraph 5.1.2 and 5.2.1 on account of that and all prior work under this Amendment shall be due and payable, and shall constitute total payment for services rendered. In addition, upon termination, the ENGINEER shall be paid for any additional services authorized and rendered under Section 3. 5.2.6 Services provided by outside subconsultants will be billed at the direct cost without increase. SECTION 6 GENERAL CONDITIONS 6.1 Since the ENGINEER has no control over the cost of labor, materials, or equipment or over any constraction Contractor's method of determining pdces, any opinion of probable construction cost which may be provided in the services of this Amendment are made on the basis of his experience and qualifications and represent his best judgment as a design professional familiar with the construction industry, but the ENGINEER cannot and does not guarantee that bids or the construction cost will not vary from opinions of probable cost prepared by him. Similar limitations apply to construction schedules reviewed or prepared by the ENGINEER. 6.2 The CITY and the ENGINEER each binds himself and his partners, successors, executors, administrators and assigns to the other party of this Agreement and to partners, successors, executors, administrators, and assigns of such other party in respect to all covenants of this Amendment. Nothing herein shall be construed as creating any personal liability on the part of any officer or agency of any public body which may be a party hereto, nor shall it be construed as giving any dghts or benefits hereunder to anyone other than the CITY and the ENGINEER. 6.3 The ENGINEER agrees to initiate work promptly upon receipt of authorization to proceed and to prosecute the work in an expeditious and timely manner until the Project is completed based on timely performance by the developer and his Engineers, construction Contractors and others involved. IN WITNESS WHEREOF, the pa~ies hereto have made and executed this Amendment the day and year first above written. CITY: ATTEST & SEAL i o an , od a /tk/ Conklin, Porter & Holmes - Engineers, Inc. A &S L Date: ~/~, /~'~/ EXHIBIT A PLAN OF STUDY BID PHASE, CONSTRUCTION ADMINISTRATION, AND INSPECTION WATER LINE EXTENSION - HUGHY AND OREGON AVENUES TIME IN MANHOURS DESCRIPTION OF TASK P E T/| D S EXPENSES 2.1.6 Bid Phase Services 2.1.6.1 Prepare bid advertisement; thru 2.1.6.4 prepare and distribute contract documents to bidders; answer bidder/supplier questions; attend bid opening. 1.5 10.0 2.0 12.0 $ 750.00 2.1.6.5 Evaluate bids; investigate bidders' qualifications, assist City in selection of Contractor. 1,5 5.0 6.0 3.0 1.0 2.1.6.6 Obtain bonds, insurance certificates from Contractor; prepared conformed documents; assist City in determination as to issuance of Notice to Proceed. 1.5 2.0 4.0 3.0 2.2 and Construction 2.3 Administration and Inspection Inspection (Assumed Duration of 13 weeks) 4.0 78.0 $400.00 Administration (Assumed Duration of 13 weeks) 4.0 8.0 26 12.0 $ 75.00 Preparation of Record Drawings 0,5 2.0 8.0 $ 25.00 TOTAL 13.0 25.0 118.0 11.0 28.0 $1,250.00 Salary Cost = $ 3,043.66 Bid Phase Services Construction Admin. x 1.48 x 1.95 = $ 8,784.00 &Inspection Out-of-Pocket Expenses = $1,250.00 $3,046.19 $6,987.81 Total Estimated Fee $10,034,00 90'199'6 ~-$ ee_-I pelecu!ls=l lelol ~9'99/.'9L~ ZS'006'S¢ 00'006'£ $ = sesuedx:~ le~Jood-to-lnO uo!lDedsul ,g, 90'/_9/.'S I-$ = 96'L x 9t,'L x 'u!tupV uo!lorulsuoO seoiAJeS eseqcl P!a 0S'S91,'9 ~ = lsoO 00'006'¢S O't't O'l,I, O'/.I,g 0'/.~ O'¢g '1V101 00'9~ $ 0'9 0'1~ 0' ~ SBU!MeJO pa0oe~l Jo uo!leJedeJd 00'9/.1,~ $ 0'~ 91- 0't, uo!loedsul '9 'u!tuPV 'lsuoO leo.u~oel=l 00'09 L$ 0'9~ ~9 0'6 0'9~ (s~taaM 9~ ~o uo!leJnCl paLUnSSV) uollBJls{ugup~' 00'09~$ 0'0S L (s~taaM 9~ to uo!lmnCI petunssV) uo!loadsul uo{l:)adsul pul~ uo!lP. Jls!u!tupV IFg uo!13mlsuoO pus g'~ 0'S 0'1~ 0'~ 0'~ 'peeoojd ol eo!loN ,to eouBnss! ol sB uo!lBulaualep u!/il!O ISISSB '.sluaLunoop paLuJoluoo peJBdeJd '.JoloBJluoO LuojJ salso~J!lJao eouBjnsu! 'spuoq u!BlqO 9'9' ~,'~ 0' L 0'£ 0'9 0'9 0'~ 'JoloBJluoO to uo!loalas u! ~l!.O ls!ssB 'suo!lBosJ!lBnb ,sJapp{q alBfi!lSaAU{ '.Sp!q alBnlBA3 9'9' 00'000L $ 0'~L 0'9 0'/.I, 0'1~ 'llu!uado P!q puallB '.suogsenb Ja!lddns/Jappiq JaMsuB tsJapp!q ol sluauJnoop lOBJIUOO alnq!Jls!p pub aJBdeJd t,'9' {-'~ n~ql '.lueLuas!lJeApB p{q aJBdaJd ~,'9' sao!AJaS essqd P!8 9' ~ '~ S=ISN:IdX9 S (3 I// =1 d HSV/-IO NOI/dI~IOS~t(I St(fiOHNVI/~ NI SlN=IIAI:IAOIidl/~I/NV'Id ~]:l/SOOft ~I=I/VNt 9FIN=IAV H~)N:i~I-I NOU.~)=IdSNI (INV 'NOI/V'd/SINII/~(IV NOI/OfitHSNO:) '=ISVHd 131El A(Ifi/S -IO NV'Id 9/181HX=1 EXHIBIT C PLAN OF STUDY BID PHASE, CONSTRUCTION ADMINISTRATION, AND INSPECTION UTILITY LINE EXTENSIONS - ST. JOHNS PARKSNAY EAST TIME IN MANHOURS DESCRIPTION OF TASK P E T/I D S EXPENSES 2.1.6 Bid Phase Services 2.1.6.1 Prepare bid advertisement; thru 2.1.6.4 prepare and distribute contract documents to bidders; answer bidder/supplier questions; attend bid opening. 2.0 12.0 2.0 12.0 $ 750.00 2.1.6.5 Evaluate bids; investigate bidders' qualifications, assist City in selection of Contractor. 2.0 6.0 6.0 4.0 1.0 2.1,6.6 Obtain bonds, insurance certificates from Contractor; prepared conformed documents; assist City in determination as to issuance of Notice to Proceed. 2,0 4.0 4.0 3,0 2.2 and Construction 2.3 Administration and Inspection Inspection (Assumed Duration of 21 weeks) 168.0 $650.00 Administration (Assumed Duration of 21 weeks) 21.0 12.0 63 21.0 $125.00 Preparation of Record Drawings 1.0 2.0 8.0 $ 25.00 TOTAL 28.0 34.0 245.0 12.0 37.0 $1,550.00 Salary Cost = $ 5,678.66 Bid Phase Services Construction Admin. x 1.48 x 1.95 = $16,388.61 &Inspection Out-of-Pocket Expenses = $1,550.00 $3,448.00 $14,490.61 Total Estimated Fee $17,938.61