06190 Proj Mgmt

12
1 NORTHWEST PORT CHARLOTTE WATERWAYS MAINTENANCE DREDGING SCOPE OF WORK CEC FILE NO. 06.304 July 10, 2006 The Northwest Port Charlotte Waterways include Apollo, Bayshore, Cheshire, Ingersol, Markham, and Venus Channels. There are eight (8) areas delineated on the maps provided by the County that require dredging. The basic services listed herein are for these specific areas. TASK 1: FINAL DESIGN Provide the following final design services. Attend one meeting with the County staff and Stakeholders to review the scope of work. Prepare detailed construction plans including project location map; survey data, benchmarks and baselines provided by the County in accordance with state and federal hydrographic survey standards; access corridors and transport routes; disposal site plan and sections; dredge cross sections; volume requirements; and additional details. Prepare detailed construction specifications including description of work, special terms and conditions, quantity estimates, bid schedules, and technical specifications. The technical specifications shall include order of work; construction standards for dredging, excavation, fill transport, fill placement; and environmental protection. Review for consistency the County’s standard bid documents including general terms and conditions. Develop a Final Opinion of Construction Cost based on a ±10% margin of error. Construction costs shall be broken down by project feature such as mobilization and demobilization, spoil site preparation, dredge channel excavation and spoil placement, maintenance of traffic and environmental protection. Review drafts of the final design deliverables with the County to obtain their input and complete one round of edits. Based on the review, prepare and submit to the County three sets of final design documents and one electronic copy. TASK 2: CHANNEL MARKERS Using the survey data provided by the County and the channel marker plan prepared by the County for the Apollo, Cheshire and Venus outer channels recently dredged, prepare and submit the appropriate applications to the FWC and USCG for agency approval. Respond to one RAI from each agency. TASK 3: BID PROCESS Assist the County in coordinating a one-time bid process. These services will include attending one meeting as requested by the County, e.g., pre-bid meeting; assisting the County issue addenda as appropriate to interpret, clarify or expand the Bid Documents; assisting the County in obtaining bids from dredging contractors; assisting the County in evaluating the bids; and making a recommendation for award to the lowest responsive bidder.

description

*

Transcript of 06190 Proj Mgmt

Page 1: 06190 Proj Mgmt

1

NORTHWEST PORT CHARLOTTE

WATERWAYS MAINTENANCE DREDGING

SCOPE OF WORK

CEC FILE NO. 06.304

July 10, 2006

The Northwest Port Charlotte Waterways include Apollo, Bayshore, Cheshire, Ingersol,

Markham, and Venus Channels. There are eight (8) areas delineated on the maps provided by

the County that require dredging. The basic services listed herein are for these specific areas.

TASK 1: FINAL DESIGN

Provide the following final design services.

• Attend one meeting with the County staff and Stakeholders to review the scope of work.

• Prepare detailed construction plans including project location map; survey data,

benchmarks and baselines provided by the County in accordance with state and federal

hydrographic survey standards; access corridors and transport routes; disposal site plan

and sections; dredge cross sections; volume requirements; and additional details.

• Prepare detailed construction specifications including description of work, special terms and

conditions, quantity estimates, bid schedules, and technical specifications. The technical

specifications shall include order of work; construction standards for dredging, excavation,

fill transport, fill placement; and environmental protection. Review for consistency the

County’s standard bid documents including general terms and conditions.

• Develop a Final Opinion of Construction Cost based on a ±10% margin of error.

Construction costs shall be broken down by project feature such as mobilization and

demobilization, spoil site preparation, dredge channel excavation and spoil placement,

maintenance of traffic and environmental protection.

• Review drafts of the final design deliverables with the County to obtain their input and

complete one round of edits. Based on the review, prepare and submit to the County three

sets of final design documents and one electronic copy.

TASK 2: CHANNEL MARKERS

Using the survey data provided by the County and the channel marker plan prepared by the

County for the Apollo, Cheshire and Venus outer channels recently dredged, prepare and

submit the appropriate applications to the FWC and USCG for agency approval. Respond to

one RAI from each agency.

TASK 3: BID PROCESS

Assist the County in coordinating a one-time bid process. These services will include

attending one meeting as requested by the County, e.g., pre-bid meeting; assisting the County

issue addenda as appropriate to interpret, clarify or expand the Bid Documents; assisting the

County in obtaining bids from dredging contractors; assisting the County in evaluating the

bids; and making a recommendation for award to the lowest responsive bidder.

Page 2: 06190 Proj Mgmt

Northwest Pt. Charlotte Waterways

Maintenance Dredging

Scope of Work

July 10, 2006

Page 2 of 3

2 I:\DATA\2006\06304\06304NW Pt Char WaterwaysScope_Rev_20060710.doc

TASK 4: CONSTRUCTION ADMINISTRATION

Provide the following construction administration services.

• Arrange, prepare for, and attend one pre-construction meeting with the County, contractor

and appropriate stakeholders designated by the County Manager to discuss the Project

construction; develop a Project schedule; review permits, plans and specifications;

identify concerns and issues; and establish lines of communication and contact people.

• Consult with the County and contractor as reasonably required and necessary with regard

to construction of the Project, assist the County issue interpretations and clarifications

during construction, and prepare work change orders as directed by the County, if

necessary.

• Attend three meetings with County and designated stakeholders.

• Upon receiving written notice from the County that the Project is substantially complete,

conduct a one-time comprehensive review of the Project, develop a list of items needing

completion or correction, forward said list to the contractor and provide written

recommendations to County concerning the acceptability of work done and the use of the

Project

• Upon receiving written notice from the County that the Project is finally complete,

perform final site observations in conjunction with the County, and assist the County in

closing out construction contract.

• Prepare and submit to the County and agencies as required a Project Completion Report

including the required agency Final Certifications along with the weekly monitoring

reports and as-built surveys.

TASK 5: CONSTRUCTION SURVEYS AND OBSERVATIONS

Provide the following construction surveys and observations. • Make visits to the site at intervals appropriate to the various stages of construction as

deemed necessary in order to observe as an experienced and qualified design professional the progress and quality of the various aspects of contractor’s work. Based on information obtained during such visits and on such observations, endeavor to determine in general if such work is proceeding in accordance with the Contract Documents and keep the County informed of the progress of the work. Provide a weekly progress report to the County summarizing the construction completed to date. The purpose of the visits to the site will be to better carry out the duties and responsibilities assigned to and undertaken during the Construction Phase, and, in addition, by exercise of these efforts as an experienced and qualified design professional, to provide for the County a greater degree of confidence that the completed work of contractor will conform generally to the Contract Documents and that the integrity of the design concept as reflected in the Contract Documents has been implemented and preserved by the contractor. On the other hand, we shall not, during such visits or as a result of such observations of the contractor’s work in progress, supervise, direct or have control over the contractor’s work nor authority over or responsibility for the means, methods, techniques, sequences or procedures of construction selected by the contractor, for safety precautions and programs incident to the work of the contractor or for any failure of the contractor to comply with laws, rules, regulations, ordinances, codes or orders applicable to the contractor furnishing and performing their work. Accordingly, we can neither guarantee the performance of the construction contracts by the contractor nor assume responsibility for the contractor’s

Page 3: 06190 Proj Mgmt

Northwest Pt. Charlotte Waterways

Maintenance Dredging

Scope of Work

July 10, 2006

Page 3 of 3

3 I:\DATA\2006\06304\06304NW Pt Char WaterwaysScope_Rev_20060710.doc

failure to furnish and perform their work in accordance with the Contract Documents. During such visits and on the basis of such observations, disapprove of or reject the contractor’s work while it is in progress if it is believed that such work will not produce a completed Project that conforms generally to the Contract Documents or that it will preju-dice the integrity of the design concept of the Project as reflected in the Contract Documents. The budget includes 30 site visits over the anticipated 120 day Contract Window noting this window includes mobilization, demobilization, downtime for weather, etc… during which no construction observations shall be made.

• Utilizing the survey data provided by the County in accordance with state and federal

standards, prepare and submit to the County and contractor a plan view drawing of the

dredging along with a delineation of areas that do not meet the Contract Documents.

Determine the amounts owed to the contractor and recommend in writing payments to the

contractor(s) in such amounts. Such recommendations of payment will constitute a rep-

resentation to County, based on such observations and review, that the work has

progressed to the point indicated, and that, to the best of our knowledge, information and

belief, the quality of such work is generally in accordance with the Contract Documents

(subject to an evaluation of such work as a functioning whole prior to or upon Substantial

Completion, to the results of any subsequent tests called for in the Contract Documents

and to any other qualifications stated in the recommendation). By recommending any

payment, we will not thereby be deemed to have represented that exhaustive, continuous

or detailed reviews or examinations have been made to check the quality or quantity of

contractor work as it is furnished and performed beyond the responsibilities specifically

assigned in this Agreement and the Contract Documents. Our review of the contractor’s

work for the purposes of recommending payments will not impose on us the responsibility

to supervise, direct or control such work or for the means, methods, techniques,

sequences, or procedures of construction or safety precautions or programs incident

thereto or contractor compliance with laws, rules, regulations, ordinances, codes or orders

applicable to their furnishing and performing the work. It will also not impose

responsibility on us to make any examination to ascertain how or for what purposes the

contractor has used the moneys paid on account of the Contract Price, or to determine that

title to any of the work, materials or equipment has passed to the County free and clear of

any lien, claims, security interests or encumbrances, or that there may not be other matters

at issue between the County and the contractor that might affect the amount that should be

paid. The budget includes three pay request reviews.

TASK 6: CONTINGENCIES

Due to the complex nature of the work involving marine surveys and environmental

permitting, it is anticipated that additional work may be necessary such as additional field

work, stakeholders meetings, or agency coordination. Further, the dredging may be extended

to include additional shoaled in channels requiring additional construction services. A

contingency budget is recommended for these circumstances. All scopes of work under this

task must be reviewed and approved by the County prior to conducting the additional work.

Note: Meetings, site visits and professional services outside the scope of services

budgeted for can be provided as Additional Services.

Page 4: 06190 Proj Mgmt

NORTHWEST PORT CHARLOTTE WATERWAYS MAINTENANCE DREDGING

CEC File No. 06.304

Detailed Summary of Estimated FeesJuly 10, 2006

Principal Associate Associate Project Senior Construction Admin

Task Description Engineer Engineer Scientist Engineer Technician Observer Subtotal Direct Costs

$160 $140 $140 $100 $75 $65 $45 Fees Amount Desc. Total

TASK 1 FINAL DESIGN 4 12 4 16 24 0 2 $6,370 $100 Reimb. $6,470

TASK 2 CHANNEL MARKERS 2 2 8 2 4 0 2 $2,310 $100 Reimb. $2,410

TASK 3 BID PROCESS 2 8 0 8 0 0 2 $2,330 $0 Reimb. $2,330

TASK 4 CONSTRUCTION ADMINISTRATION 4 16 8 4 8 24 2 $6,650 $200 Reimb. $6,850

TASK 5 CONST SURVEYS AND OBSERVATIONS 4 24 12 12 8 120 2 $15,370 $800 Reimb. $16,170TASK 6 CONTINGENCIES 4 4 8 8 8 0 6 $3,990 $0 Reimb. $3,990

Total Hours : 20 66 40 50 52 144 16 388

Total Costs: $3,200 $9,240 $5,600 $5,000 $3,900 $9,360 $720 $37,020 $1,200 $38,220 check $38,220

Coastal Engineering Consultants

Page 5: 06190 Proj Mgmt

1

RIVER BAY DRIVE CANAL ENTRANCE

SCOPE OF WORK

DREDGING FEASIBILITY STUDY

CEC FILE NO. 06.327

JULY 17, 2006

TASK I: EVALUATE EXISTING CONDITIONS

A. Project Initiation Meeting

Arrange, prepare for, and attend one meeting with stakeholders and appropriate County

staff designated by the County Manager to discuss the Project goals, identify concerns

and issues, obtain initial input, establish lines of communication and contact people, and

identify additional stakeholders.

B. Due Diligence

Review and analyze documents provided by Charlotte County including bathymetry, past

and current aerial photographs, boat counts, water quality, natural resources,

environmental habitats, derelict vessels, etc… to attempt to ascertain if this channel

section was dredged previously.

C. Data Collection

Perform the following field studies within the Project Area and report on the existing

depths within the proposed dredge path, the presence/absence of a historic channel that

may not be evident on old aerial photographs, and the benthic communities within the

area.

• Review the bathymetric survey of the Project Area provided by the County to

determine existing water depths;

• Perform a geotechnical survey via jet probing and sediment cores to determine

subsurface characteristics within the proposed dredge areas. Probes extending to

a minimum of -7’ MLW or refusal shall be performed. Conduct laboratory

analyses to determine the grain size/character of the sediments and the

density/character of the rock to be removed. Conduct stratigraphy analysis of

sediments in accordance with DEP guidelines.

• Conduct submerged resources mapping including submerged or emergent

vegetation, oyster beds, hard or soft corals, and sponges to determine the

presence/absences of these benthic communities.

D. Existing Conditions Plan

Utilizing digital aerial photographs and CADD file of proposed channel provided by the

County, prepare a plan depicting the existing conditions of the channel extension

including the following information.

• Bathymetric contour lines

• Benthic communities

Page 6: 06190 Proj Mgmt

2

• Sub-surface conditions

• Environmental and resource protection areas, e.g., wetlands, mangroves, sea grass

beds, oyster beds

• Locations of sediment sampling

• Rock locations and extent if present

• Signage and marker locations

• Approximate shoreline

• Jurisdictional boundaries

• Adjacent property owners

TASK II: PRELIMINARY DREDGE PLAN DESIGN

A. Draft Proposed Dredge Plan

Using the Existing Conditions Plan described above as a base map, produce a Preliminary

Dredge Plan to accommodate the channel design criteria provided by the County,

specifically, a 25 foot wide channel up to 100 feet in length to a depth of -5 feet MLW,

including the following information.

• Existing Conditions Plan (including all the items prepared in Task ID.)

• Shoreline features and amenities

• Proposed limits of dredging in plan view and cross sections.

• Proposed dredge depths and volumes.

B. Preliminary Opinion of Construction Cost

Based on the proposed design, prepare a preliminary opinion of the construction cost.

TASK III: FEASIBILITY STUDY REPORT

A. Draft Report

Prepare a report presenting the findings and recommendations that includes the following

information. The report will include photographs, charts and figures to support and

explain the narrative sections. Submit five (5) copies of the draft report to County Project

Manager.

• Summary of past permit history

• Relevant findings from existing documentation

• Current and historical aerial photographs

• Existing Conditions Plan including the bathymetry, sub-surface conditions

and benthic communities in the Project Area

• Preliminary Dredge Plan including the estimated amount of material that will

need to be dredged and the engineer’s opinion of cost.

B. Client Coordination & Stakeholder Outreach

Arrange, prepare for, and attend one meeting with County to obtain input, identify

outstanding issues, and outline presentation for stakeholders. Arrange, prepare for, and

Page 7: 06190 Proj Mgmt

3

attend one meeting with stakeholders designated by County Project Manager to present

results of feasibility study. Obtain stakeholder input and together with County input,

finalize the Feasibility Study Report and distribute five (5) copies to County Project

Manager.

TASK IV: CLIENT COORDINATION AND PROJECT ADMINISTRATION

Communicate routinely with County Project Manager via telephone and emails. Prepare

Gant Chart of Project Schedule and update Gant Chart and provide County with same at

Project milestones. Provide County elections copies of all design plans and drawings.

I/data/2006/06327/06327RiverBayScopeofWork20060718.doc

Page 8: 06190 Proj Mgmt

RIVER BAY DRIVE CANAL ENTRANCE

CEC File No. 06.327

Detailed Summary of Estimated Fees

July 18, 2006

Principal Associate Managing Coastal Project Senior Admin

Task Description Engineer Engineer Scientist Modeler Scientist Technician Total Direct Costs Subtask Task

$160 $140 $130 $120 $100 $70 $40 Fees Amount Description Total Total

TASK I: EVALUATE EXISTING CONDITIONS $9,090

A. Project Initiation Meeting 2 2 2 $620 $620

B. Due Diligence 2 2 2 2 $940 $940

C. Data Collection 12 16 $3,760 $1,450 Equipment $5,210

D. Existing Conditions Plan 2 4 8 8 2 $2,320 $2,320

TASK II: PRELIMINARY DREDGE PLAN DESIGN $1,840

A. Draft Proposed Dredge Plan 2 2 8 2 $1,240 $1,240

B. Preliminary Opinion of Construction Cost 2 2 $600 $600

TASK III: FEASIBILITY STUDY REPORT $3,280

A. Draft Report 2 2 4 4 4 2 $1,880 $100 Reimbursables $1,980

B. Client Coordination & Stakeholder Outreach 2 2 4 2 $1,200 $100 Reimbursables $1,300

TASK IV: CLIENT COORDINATION & PROJECT ADMIN $780

Project Administration 2 2 2 $680 $100 Reimbursables $780

Total Hours : 14 30 28 0 12 20 14 118

Total Costs: $2,240 $4,200 $3,640 $0 $1,200 $1,400 $560 $13,240 $1,750 $14,990 $14,990

check

Total Cost of Project: $14,990

Coastal Engineering Consultants

Page 9: 06190 Proj Mgmt

1

BUENA VISTA- GRASSY POINTE

SUNRISE WATERWAY MAINTENANCE DREDGING

SCOPE OF WORK

CEC FILE NO. 06.284

JUNE 21, 2006

The Sunrise Waterway is approximately 1400 feet long with a design channel width of 50 feet

and depth of -5 feet MLW.

TASK 1: FINAL DESIGN

Provide the following final design services.

• Attend one meeting with the County staff and Stakeholders to review the scope of work.

• Prepare detailed construction plans including project location map; survey data,

benchmarks and baselines provided by the County in accordance with state and federal

hydrographic survey standards ; geotechnical data; access corridors and transport routes;

disposal site plan and sections; dredge cross sections; volume requirements; and additional

details.

• Prepare detailed construction specifications including description of work, special terms and

conditions, quantity estimates, bid schedules, and technical specifications. The technical

specifications shall include order of work; construction standards for dredging, excavation,

fill transport, fill placement; and environmental protection. Review for consistency the

County’s standard bid documents including general terms and conditions.

• Develop a Final Opinion of Construction Cost based on a ±10% margin of error.

Construction costs shall be broken down by project feature such as mobilization and

demobilization, spoil site preparation, dredge channel excavation and spoil placement,

maintenance of traffic and environmental protection.

• Review drafts of the final design deliverables with the County to obtain their input and

complete one round of edits. Based on the review, prepare and submit to the County three

sets of final design documents and one electronic copy.

TASK 2: BID PROCESS

Assist the County in coordinating a one-time bid process. These services will include

attending one meeting as requested by the County, e.g., pre-bid meeting; assisting the County

issue addenda as appropriate to interpret, clarify or expand the Bid Documents; assisting the

County in obtaining bids from dredging contractors; assisting the County in evaluating the

bids; and making a recommendation for award to the lowest responsive bidder.

TASK 3: CONSTRUCTION ADMINISTRATION

Provide the following construction administration services.

• Arrange, prepare for, and attend one pre-construction meeting with the County, contractor

and appropriate stakeholders designated by the County Manager to discuss the Project

construction; develop a Project schedule; review permits, plans and specifications;

identify concerns and issues; and establish lines of communication and contact people.

Page 10: 06190 Proj Mgmt

Buena Vista- Grassy Pointe

Sunrise Waterway Maintenance Dredging

Scope of Work

June 21, 2006

Page 2 of 3

2

• Consult with the County and contractor as reasonably required and necessary with regard

to construction of the Project, assist the County issue interpretations and clarifications

during construction, and prepare work change orders as directed by the County, if

necessary.

• Upon receiving written notice from the County that the Project is substantially complete,

conduct a one-time comprehensive review of the Project, develop a list of items needing

completion or correction, forward said list to the contractor and provide written

recommendations to County concerning the acceptability of work done and the use of the

Project

• Upon receiving written notice from the County that the Project is finally complete,

perform final site observations in conjunction with the County, and assist the County in

closing out construction contract.

• Prepare and submit to the County and agencies as required a Project Completion Report

including the required agency Final Certifications along with the weekly monitoring

reports and as-built surveys.

TASK 4: CONSTRUCTION SURVEYS AND OBSERVATIONS Provide the following construction surveys and observations. • Make visits to the site at intervals appropriate to the various stages of construction as

deemed necessary in order to observe as an experienced and qualified design professional the progress and quality of the various aspects of contractor’s work. Based on information obtained during such visits and on such observations, endeavor to determine in general if such work is proceeding in accordance with the Contract Documents and keep the County informed of the progress of the work. Provide a weekly progress report to the County summarizing the construction completed to date. The purpose of the visits to the site will be to better carry out the duties and responsibilities assigned to and undertaken during the Construction Phase, and, in addition, by exercise of these efforts as an experienced and qualified design professional, to provide for the County a greater degree of confidence that the completed work of contractor will conform generally to the Contract Documents and that the integrity of the design concept as reflected in the Contract Documents has been implemented and preserved by the contractor. On the other hand, we shall not, during such visits or as a result of such observations of the contractor’s work in progress, supervise, direct or have control over the contractor’s work nor authority over or responsibility for the means, methods, techniques, sequences or procedures of construction selected by the contractor, for safety precautions and programs incident to the work of the contractor or for any failure of the contractor to comply with laws, rules, regulations, ordinances, codes or orders applicable to the contractor furnishing and performing their work. Accordingly, we can neither guarantee the performance of the construction contracts by the contractor nor assume responsibility for the contractor’s failure to furnish and perform their work in accordance with the Contract Documents. During such visits and on the basis of such observations, disapprove of or reject the contractor’s work while it is in progress if it is believed that such work will not produce a completed Project that conforms generally to the Contract Documents or that it will preju-dice the integrity of the design concept of the Project as reflected in the Contract Documents. The budget includes 20 site visits over the anticipated 90 day Contract Window noting this window includes mobilization, demobilization, downtime for weather, etc… during which no construction observations shall be made.

Page 11: 06190 Proj Mgmt

Buena Vista- Grassy Pointe

Sunrise Waterway Maintenance Dredging

Scope of Work

June 21, 2006

Page 3 of 3

3

• Utilizing the survey data provided by the County in accordance with state and federal

standards, prepare and submit to the County and contractor a plan view drawing of the

dredging along with a delineation of areas that do not meet the Contract Documents.

Determine the amounts owed to the contractor and recommend in writing payments to the

contractor(s) in such amounts. Such recommendations of payment will constitute a rep-

resentation to County, based on such observations and review, that the work has

progressed to the point indicated, and that, to the best of our knowledge, information and

belief, the quality of such work is generally in accordance with the Contract Documents

(subject to an evaluation of such work as a functioning whole prior to or upon Substantial

Completion, to the results of any subsequent tests called for in the Contract Documents

and to any other qualifications stated in the recommendation). By recommending any

payment, we will not thereby be deemed to have represented that exhaustive, continuous

or detailed reviews or examinations have been made to check the quality or quantity of

contractor work as it is furnished and performed beyond the responsibilities specifically

assigned in this Agreement and the Contract Documents. Our review of the contractor’s

work for the purposes of recommending payments will not impose on us the responsibility

to supervise, direct or control such work or for the means, methods, techniques,

sequences, or procedures of construction or safety precautions or programs incident

thereto or contractor compliance with laws, rules, regulations, ordinances, codes or orders

applicable to their furnishing and performing the work. It will also not impose

responsibility on us to make any examination to ascertain how or for what purposes the

contractor has used the moneys paid on account of the Contract Price, or to determine that

title to any of the work, materials or equipment has passed to the County free and clear of

any lien, claims, security interests or encumbrances, or that there may not be other matters

at issue between the County and the contractor that might affect the amount that should be

paid. The budget includes three pay request reviews.

TASK 5: CONTINGENCIES

Due to the complex nature of the work involving marine surveys and environmental

permitting, it is anticipated that additional work may be necessary such as additional field

work, stakeholders meetings, or agency coordination. Further, the dredging may be extended

to include additional shoaled in channels requiring additional construction services. A

contingency budget is recommended for these circumstances. All scopes of work under this

task must be reviewed and approved by the County prior to conducting the additional work.

Note: Meetings, site visits and professional services outside the scope of services

budgeted for can be provided as Additional Services.

I/data/2006/06284/06284SunriseScopeofWork20060621.doc

Page 12: 06190 Proj Mgmt

SUNRISE WATERWAY MAINTENANCE DREDGING

CEC File No. 06.284

Detailed Summary of Estimated FeesJune 21, 2006

Principal Associate Associate Project Senior Construction Admin

Task Description Engineer Engineer Scientist Engineer Technician Observer Subtotal Direct Costs

$160 $140 $140 $100 $75 $65 $45 Fees Amount Desc. Total

TASK 1 FINAL DESIGN 4 12 4 16 24 0 2 $6,370 $100 Reimb. $6,470

TASK 2 BID PROCESS 2 8 0 8 0 0 2 $2,330 $0 Reimb. $2,330

TASK 3 CONSTRUCTION ADMINISTRATION 4 10 4 4 8 24 2 $5,250 $200 Reimb. $5,450

TASK 4 CONST SURVEYS AND OBSERVATIONS 4 24 8 8 8 80 2 $11,810 $600 Reimb. $12,410TASK 5 CONTINGENCIES 4 4 8 8 8 0 6 $3,990 $0 Reimb. $3,990

Total Hours : 18 58 24 44 48 104 14 310

Total Costs: $2,880 $8,120 $3,360 $4,400 $3,600 $6,760 $630 $29,750 $900 $30,650 check $30,650

Coastal Engineering Consultants