HomeMy WebLinkAboutCamp Dresser & McKee, Inc. Engineering Consulting Services Agreement -2008 02 20ENGINEERING CONSULTING SERVICES AGREEMENT
THIS ENGINEERING CONSULTING SERVICES AGREEMENT ("Agreement") is
entered into this 20t~'` day of F ~0 c , 2008, by and between CAMP DRESSER &
MCKEE INC., a foreign corporation auth •ized to transact business in the State of Florida
("Consultant"),whose principle mailing address is 50 Hampshire Street, Cambridge, Massachusetts
02139, and THE CITY OF WINTER SPRINGS, a Florida municipal corporation ("City")whose
address is 1126 East State Road 434, Winter Springs, Florida 32708.
WITNESSETH:
WHEREAS, Request for Qualifications ("RFQ") for Consultant Services was issued in
October of 2007; and
WHEREAS, staff evaluated the eleven (11) submittals that were received by the November
2, 2007 deadline and ranked the top four (4) consultants; and
WHEREAS, after evaluating the proposals of the top four (4) ranked firms, the staff chose
Consultant to provide professional engineering services for the development of a Total Maximum
Daily Load ("TMDL") Master Plan for Lake Jesup; and
WHEREAS, on January 14, 2008, the City Commission authorized staff to enter into a
contractual agreement with Consultant to prepare the TMDL Master Plan; and
WHEREAS, the City and Consultant desire to memorialize the City's RFQ and Consultant's
proposal in response to same through the terms and conditions set forth in this Agreement; and
IN CONSIDERATION of the mutual covenants and provisions hereof, and other good and
valuable consideration, the receipt and sufficiency all of which is hereby acknowledged, the parties
desiring to be legally bound do hereby agree as follows:
1.0 Recitals. The foregoing recitals are true and correct and are hereby incorporated herein by
this reference.
2.0 Definitions. For purposes of this Agreement, the following terms and words shall have the
meaning ascribed to them, unless the context clearly indicates otherwise.
Agreement shall mean this Engineering Consulting Service Agreement, as may be modified,
which shall constitute authorization for the Consultant to provide the Services stated herein
to the City.
City means the City of Winter Springs, a Florida municipal corporation.
ENGINEERING CONSULTING SERVICE AGREEMENT
City of Winter Springs /Camp Dresser & McKee Inc.
Page 1 of 9
Consultant shall mean Camp Dresser & McKee Inc., a foreign corporation authorized to
transact business in the State of Florida, its agents, employees and contractors thereof.
Effective date shall be the date on which the last signatory hereto shall execute this
Agreement, and it shall be the date on which this Agreement shall go into effect.
Public Record is as described in section 119.011(11), Florida Statutes.
Services shall mean the performance of the Services outlined in Section 5.0 of this
Agreement.
3.0 En~a~ement. The City hereby engages the Consultant and the Consultant agrees to perform
the Services outlined in this Agreement for the stated fee arrangement. No prior or present
agreements or representations related to the subj ect matter of this Agreement shall be binding upon
any party hereto unless incorporated in this Agreement.
4.0 Term; Termination.
4.1 Term. This Agreement shall become effective upon execution by both parties hereto
and shall remain in effect until Consultant completes the Services outlined herein in Section
5.0 to the satisfaction of the City.
4.2 Termination.
4.2.1 For convenience. The City, in whole or in part, may terminate the
performance of the Services under this Agreement whenever the City determines that
termination is in the City's best interest. Any such termination shall be effected by
the delivery to the Consultant of a written notice of termination at least fifteen (15)
days prior to the date of termination. The City shall pay all reasonable costs incurred
by Consultant up to the date of termination. Consultant will not be reimbursed for
any anticipatory profits that have not been earned to the date of termination. All
finished or unfinished work provided by Consultant shall, at the City's option,
become the City's property.
4.2.2 For cause. If Consultant fails to fulfill its obligations under this Agreement
properly and on time, or otherwise violates any provision of this Agreement, the City
may terminate this Agreement by written notice to Consultant. The notice shall
specify the acts or omissions relied upon as cause for termination. All finished or
unfinished work provided by Consultant shall, at the City's option, become the City's
property. The City shall pay Consultant fair and equitable compensation for
satisfactory performance prior to receipt of Notice of Termination less the amount
of damages caused by Consultant's breach. If the damages are more than the
ENGINEERING CONSULTING SERVICE AGREEMENT
City of Winter Springs /Camp Dresser & McKee Inc.
Page 2 of 9
compensation payable to Consultant, Consultant will remain liable after termination
and the City may pursue said damages in accordance with law.
5.0 Scope of Services: Time Frames. Pursuant to Consultant's final proposal dated December
20, 2007, submitted in response to the City's RFQ, and negotiated thereafter by the City and
Consultant, the City and Consultant agree as follows:
5.1 Scope of Services. Consultant agrees to provide the Services outlined in the attached
"Scope of Work," attached hereto as "Exhibit A," and fully incorporated herein by
this reference.
5.2 Time Frames. Consultant agrees to complete the Services, specifically, Tasks 1
through 6, set forth in "Exhibit A", "Scope of Work," within ten (10) months of the
effective date of this agreement.
6.0 Compensation. For the performance and full completion of the Services specified herein,
the City and Consultant agree that Consultant shall be paid a lump sum total of Fifty Seven
Thousand Six Hundred and no/100 Dollars ($57,600.00), inclusive of all Services, materials, and
expenses directly related to the Services.
There shall be no other compensation due Consultant for the Services provided under this
Agreement, unless specifically agreed to by the City in writing.
Payment shall be made by the City on a periodic basis based on work performed in
accordance with the scope of Services. Consultant agrees to submit periodic invoices with
documentation substantiating the work performed and invoiced. Upon acceptance by the
City of a proper invoice the City shall make payment within thirty (30) days of said
acceptance.
7.0 Professionalism; Standard of Care. The Consultant shall perform and carry out in a
professional manner all Services required to be performed by this Agreement. The standard of care
applicable to Consultant's services will be the degree of skill and diligence normally employed by
professional engineers or consultants performing similar services at the same time, in the same
locale, and under similar circumstances.
S.0 Warranty of Professional Services. The Consultant hereby warrants unto the City that
it has sufficient experience to properly complete the Services specified herein or as may be
performed pursuant to this Agreement. In pursuit of any Services, the Consultant shall supervise
and direct the Services, using its skill and attention and shall enforce strict discipline and good order
among its employees and agents. The Consultant shall comply with all laws, ordinances, rules,
regulations, and lawful orders of any public authority bearing on performance of the Services. The
Consultant shall pay all taxes, fees, license fees required by law, including but not limited to
ENGINEERING CONSULTING SERVICE AGREEMENT
City of Winter Springs /Camp Dresser & McKee Inc.
Page 3 of 9
occupational fees and withholding taxes and assume all costs incident to the Services, except as
provided herein.
9.0 Services is a Private Undertaking. With regard to any and all Services performed
hereunder, it is specifically understood and agreed to by and between the parties hereto that the
contractual relationship between the City and Consultant is such that the Consultant is an
independent Consultant and is neither an agent nor employee of the City. Nothing in this Agreement
shall be interpreted to establish any relationship other than that of an independent Consultant,
between the City, on one hand, and the Consultant, on the other hand, during or after the
performance of the Services under this Agreement.
10.0 Protection of Persons and Property: Insurance.
10.1 Coverage requirements. Upon the Effective Date of this Agreement, Consultant shall
provide proof of the following:
10.1.1 Worker's compensation insurance in accordance with the applicable
provisions of Florida law.
10.1.2 Professional liability insurance with a minimum combined single limit of
$1,000,000 per claim and $1,000,000 in the aggregate.
10.1.3 Commercial general liability insurance with a minimum combined single
limit of $1,000,000 for each occurrence and $1,000,000 in the aggregate.
10.1.4 Automobile liability insurance in a minimum amount not less than
$1,000,000 for injuries to any one (1) person, $1,000,000 on account of any one (1)
accident, and in an amount of not less than $1,000,0000 for property damages.
10.2 General requirements. Consultant is solely responsible for procuring and
maintaining the insurance coverage required by this Section at its own expense and with
insurance companies authorized to do business in the State of Florida and as long as
reasonably available in the standard marketplace. The insurance coverage required by this
Section shall include the liability and coverage provided herein, or as required by law,
whatever requirements afford greater coverage. All such insurance shall remain in effect
until final payment is made under this Agreement. Upon the City's request, Consultant shall
provide the City with copies of all insurance policies required hereunder.
11.0 Indemnification and Hold Harmless. For all Services performed pursuant to this
Agreement, Consultant agrees, to the fullest extent permitted by law, to indemnify and hold harmless
the City and its employees, officers, and attorneys from and against all claims, losses, damages,
personal injuries (including but not limited to death) or liability (including reasonable attorney's
ENGINEERING CONSULTING SERVICE AGREEMENT
City of Winter Springs /Camp Dresser & McKee Inc.
Page 4 of 9
fees), directlyor indirectly arising from the negligent acts, errors, omissions, intentional or otherwise,
resulting from Consultant's performance of any Services provided pursuant to this Agreement. This
paragraph shall survive termination of this Agreement.
12.0 Governing Law; Venue. This Agreement shall be governed by the laws of the State of
Florida. Venue of all disputes shall be properly placed in Seminole County, Florida. The parties
agree that the Agreement was consummated in Seminole County, and the site of the Services is
Seminole County. If any dispute concerning this Contract arises under Federal law, the venue will
be Orlando, Florida.
13.0 Designated Representatives. The Consultant and the City shall each designate an
individual to act as a representative for each party under this Agreement with the authority to
transmit instructions, receive information, and make or interpret the parties' decisions. This person
shall be the Consultant's and the City's contract administrator. The parties may, from time to time,
designate other individuals or delete individuals with the authority to act for the parties under this
Agreement. All deletions or designation of individuals to serve as a representative shall be provided
in a written notice pursuant to Section 14.0 of this Agreement. The City's contract administrator
shall be the City Engineer, Brian Fields.
14.0 Notices. All projects hereunder, all notices, demands, requests, instructions, approvals, and
claims shall be in writing. All notices of any type hereunder shall be given by U.S. mail or by hand
delivery to an individual authorized to receive mail for the below listed individuals, all to the
following individuals at the following locations:
TO THE City:
Mr. Ronald McLemore, City Manager
City of Winter Springs
1126 East State Rd. 434
Winter Springs, Florida 32708
(407) 327-5957 (Phone)
(407) 327-6686 (Fax)
w/copy to:
Anthony A. Garganese, City Attorney
Brown, Garganese, Weiss, & D'Agresta, P.A.
P.O. Box 2873
Orlando, FL 32802-2873
(407) 425-9566 (Phone)
(407) 425-9596 (Fax)
TO THE Consultant:
Brian W. Mack, P.E.
ENGINEERING CONSULTING SERVICE AGREEMENT
City of Winter Springs /Camp Dresser & McKee Inc.
Page 5 of 9
Camp Dresser & McKee Inc.
2301 Maitland Center Parkway, Suite 300
Maitland, Florida 32751
(407) 660-2552 (Phone)
(407) 875-1161 (Fax)
Notice shall be deemed to have been given and received on the date the notice is physically received
if given by hand delivery, or if notice is given by first class U.S. mail, postage prepaid, then notice
shall be deemed to have been given upon the date said notice was deposited in the U.S. Mail
addressed in the manner set forth above. Any party hereto by giving notice in the manner set forth
herein may unilaterally change the name of the person to whom notice is to be given or the address
at which notice is to be received.
15.0 Public Record. It is hereby specifically agreed that any record, document, computerized,
information and program, audio or video tape, photograph, or other writing of the Consultant related,
directly or indirectly, to this Agreement and the Services provided hereunder, maybe deemed to be
a Public Record whether in the possession or control of the City or the Consultant. Said record,
document, computerized information and program, audio or video tape, photograph, or other writing
of the Consultant is subject to the provisions of Chapter 119, Florida Statutes, and may not be
destroyed without the specific written approval of the City. Upon request by the City, the Consultant
shall promptly supply copies of said public records to the City. All books, cards, registers, receipts,
documents, and other papers in connection with this Agreement shall at any and all reasonable times
during the normal working hours of the Consultant be open and freely exhibited to the City the
purpose of examination and/or audit.
16.0 Interpretation. Both the City and the Consultant have participated in the drafting of all
parts of this Agreement. As a result, it is the intent of the parties that no portion of this Agreement
shall be interpreted more harshly against either of the parties as the drafter.
17.0 Modification of Agreement. This Agreement shall not be modified or amended except by
written agreement duly executed by both parties hereto (or their successors or assigns) and approved
by the City.
18.0 Severability. If a word, sentence, phrase, clause or paragraph herein shall be declared
illegal, unenforceable, or unconstitutional, the said word, sentence, phrase, clause or paragraph shall
be severed from this Contract, and this Contract shall be read as if said illegal, unenforceable, or
unconstitutional word, sentence, phrase, clause or paragraph did not exist.
19.0 Additional Assurances. The Consultant certifies that:
19.1 No principal (which includes officers, directors, or executive) or individual holding
a professional license and performing Services under this Agreement is presently debarred,
ENGINEERING CONSULTING SERVICE AGREEMENT
City of Winter Springs /Camp Dresser & McKee Inc.
Page 6 of 9
suspended, proposed for debarment, declared ineligible or voluntarily excluded from
participation in any Services required by this Agreement by any Federal, State, or local
governmental commission, department, corporation, subdivision, or agency;
19.2 No principal (which includes officers, directors, or executive) or individual holding
a professional license and performing Services under this Agreement, employee, or agent has
employed or otherwise provided compensation to, any employee or officer of the City; and
19.3 No principal (which includes officers, directors, or executive) or individual holding
a professional license and performing Services under this Agreement, employee or agent has
willfully offered an employee or officer of the City any pecuniary or other benefit with the
intent to influence the employee or officer's official action or judgment.
20.0 Attorney's Fees. Should any litigation arise concerning this Agreement between the parties
hereto, the parties agree to bear their own costs and attorney's fees unless otherwise provided herein.
21.0 Entire Agreement. This Agreement represents the entire and integrated Agreement
between the parties and supersedes all prior negotiations, representations, or Agreements, either oral
or written, and all such matters shall be deemed merged into this Agreement.
22.0 Sovereign Immunity. Notwithstanding any other provision set forth in this Agreement,
nothing contained in this Agreement shall be construed as a waiver of the City's right to sovereign
immunity under section 768.28, Florida Statutes, or other limitations imposed on the City's potential
liability under state or federal law. As such, the City shall not be liable under this Agreement for
punitive damages or interest for the period before judgment. Further, the City shall not be liable for
any claim or judgment, or portion thereof, to any one person for more than one hundred thousand
dollars ($100,000.00), or any claim or judgment, or portion thereof, which, when totaled with all
other claims or judgments paid by the State or its agencies and subdivisions arising out of the same
incident or occurrence, exceeds the sum of two hundred thousand dollars ($200,000.00). This
paragraph shall survive termination of this Agreement.
23.0 Use of Documents. Any documents, reports, or presentation materials, in written or
electronic form, created and furnished to, or on behalf of the City, shall be the property of the City
and can be used by the City for any municipal purpose.
24.0 Conflicts. In the event the City issues a purchase order in conjunction with this Agreement,
the provisions of this Agreement shall prevail in the event of a conflict with the provisions of a
purchase order.
25.0 Assignment. Neither party hereto may assign, convey, or otherwise transfer any of its rights,
obligations or interest herein without the prior written consent of the other party.
ENGINEERING CONSULTING SERVICE AGREEMENT
City of Winter Springs /Camp Dresser & McKee Inc.
Page 7 of 9
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed
by their duly authorized representatives as of the date first written above.
CONSULTANT:
ITNESSES:
Print Name:
S
P nt N me: or ~ ~ Wer
CAMP DRESSER & MCKEE INC.,
A foreign corporation authorized to transact
business in Florida.
By: ~~ ~ /
Print Name: ~~~ MAr~-~=
Title: ~sso~--e~t;-~
ENGINEERING CONSULTING SERVICE AGREEMENT
City of Winter Springs /Camp Dresser & McKee Inc.
Page 8 of 9
CITY:
CITY OF WINTER SPRINGS,
A Florida municipal corporation.
Ronald McLemore, City Manager
ENGINEERING CONSULTING SERVICE AGREEMENT
City of Winter Springs /Camp Dresser & McKee Inc.
Page 9 of 9
EXHIBIT
SCOPE OF SERVICES
CITY OF WINTER SPRINGS
TOTAL MAXIMUM DAILY LOAD (TMDL)
MASTER PLAN
DECEMBER 2007
I. PURPOSE
Camp Dresser & McKee Inc. (ENGINEER) has been selected by the City of Winter
Springs Public Works Department (CITY) to provide consulting services for the
development of a Total Maximum Daily Load (TMDL) Master Plan for the CITY. The
Florida Depaztment of Environmental Protection (FDEP) adopted a TMDL for Lake
Jesup in 2006 which requires reduction of nutrient loading sources for total
phosphorous (TP) and total nitrogen (TN) by 34 and 50 percent, respectively, to meet
water quality standards within the Lake Jesup Basin.
The Lake Jesup Basin Stakeholders are currently preparing a Basin Management
Action Plan (BMAP) to identify activities to reduce the amount of nutrients contained
within nonpoint sources that ultimately reach the lake. Therefore, the CITY has
requested assistance with preparation the TMDL Master Plan which will evaluate the
available pollutant loading reduction strategies, including the implementation of local
projects, participation in regional projects, or the expansion of existing pollutant
loading reduction activities. The intent of the master plan is to use the best available
information from the BMAP and develop the most cost effective strategy for the City
to meet its TMDL obligations.
II. ENGINEER'S SERVICES
The ENGINEER's services will include data collection, review and identification of
conceptual load reduction activities, both structural and non-structural, that can be
implemented within the CITY limits as well as a prioritization of recommended
projects. The CTTY's jurisdictional azea within the Lake Jesup Planning Unit is shown
in Figure 1. The ENGINEER shall supply the personnel, essential equipment, and
facilities to accomplish the tasks identified in this work order.
III. GENERAL SCOPE OF SERVICES
The CTTY's Scope of Services is provided below:
Task 1 City stormwater System Review -The ENGINEER will review data either
already obtained by the ENGINEER or made available by the CITY that will include:
1. CITY stormwater master plan;
2. CITY stormwater system infrastructure maps and inventory;
3. Existing BMPs within the CITY;
~r~
swoaa~ewn+r+e~mnerswno+~ove wo~cto.aa
"~ ~~ State Flwv 46A
_ G
°F~A
Jy~
~~~c
I
- ~ _ -
._ ~ _ ._
~. ~\ J
,~ Legend
Major Roads
0 4,500 9,000 18,000 ~~ '--; WINTER SPRINGS
Feet
Water Bodies
City of Winter Springs ~ Lake Jesup Planning Unit
TMDL Master Plan
CDM Figure
4. Field review of major City stormwater system components;
5. Sanitary sewer and septic tank system information;
6. Reclaimed water system information;
CTTY's National Pollutant Discharge Elimination System (NPDES) annual
reports;
8. CITY Code and Comprehensive Plan policies related to stormwater quality;
and
9. Current CITY stormwater funding sources.
Task 2 TMDL Data Collection and Review -The ENGINEER will review data either
already obtained by the ENGINEER or made available by the CITY related to the
Lake Jesup TMDL. Data items to be collected and reviewed by the ENGINEER
include:
1. Lake Jesup TMDL report as well as supporting information and water quality
data presented throughout the BMAP process;
2. Relevant water quality data and/or studies for the CITY's municipal separate
storm sewer system (MS4);
3. Projects completed in the CITY after the TMDL was adopted that the CITY
may receive credit for;
4. CTTY reclaimed water quality data; and
5. Adopted or anticipated pollutant loading sources and reduction requirements
for the CTTY.
The ENGINEER will provide a memorandum to the CITY summarizing the findings
of Tasks 1 and 2. It is intended that this memorandum will become a section of the
final report.
Task 3 Identification of Pollutant Load Reduction Strategies -Based on the data
reviewed in Tasks 1 and 2, the ENGINEER will recommend up to fifteen (15) general
types of activities and/or projects that may be implemented to help achieve pollutant
load reductions to Lake Jesup. These can be of either a structural and/or non-
structural nature and may include regional projects, retrofits, expansion or
modification of existing stormwater treatment facilities, implementation of new
technologies, or other projects as appropriate. The recommendations made under this
task will be conceptual in nature and will not include hydraulic/hydrologic and/or
water quality modeling performed as pazt of this scope of services. The ENGINEER
will submit the list of recommended projects and activities to the CTTY for review
~r~
S.'100001BWMNB~WiNer SprlnpttScopa 07Dect0.tlx
prior to performing any pollutant load reduction calculations (Task 5) or further
analysis as described in the following paragraphs.
For each recommended project, the ENGINEER will provide a conceptual drawing
and project description using the geographic information systems (GIS) software
Arcview Version 9.2. The ENGINEER will also provide an Engineer's Opinion of the
Probable Construction Cost for each recommended project and will include the
estimated probable cost of construction, engineering, permitting and appropriate
contingencies.
The ENGINEER will work with the CITY to develop a prioritization scoring system
for the recommended projects in order to develop an implementable capital
improvement projects (CIP) list for nutrient load reductions to Lake Jesup. Using the
prioritization scoring system, the ENGINEER will rank the recommended projects
from highest to lowest.
The ENGINEER will provide a memorandum to the CITY summarizing the findings
of this task. It is intended that this memorandum will become a section of the final
report.
Task 4 Pollutant Loading Model Update -The ENGINEER will estimate the associated
pollutant loading reduction capability for each project where published information
on removal efficiencies is available. To estimate load reductions, the ENGINEER will
update the existing pollutant load model (Watershed Management Model) originally
developed for the Lake Jesup Basin Engineering Study and Drainage Inventory
(CDM, 2001) to include the CITY's land area. The ENGINEER will run the pollutant
load model for the CITY's jurisdictional area using land use and event mean
concentration data that are consistent with those data used by FDEP for the
development of the Lake Jesup TMDL. The ENGINEER will evaluate the loadings for
nutrients (nitrogen and phosphorus) within the CITY as well as the estimated
reductions associated with the projects recommended under Task 3 and tabulate the
results.
The ENGINEER will provide a memorandum to the CITY summarizing the findings
of this task. It is intended that this memorandum will become a section of the final
report.
Task 5 Report -The ENGINEER will summarize the findings of Tasks 1 through 4 in a
report. The ENGINEER will submit a draft copy of the report (in electronic format) to
the CITY for review and comment. Once the CTTY's review comments are received by
the ENGINEER, the ENGINEER will prepare the final report. Two (2) hard copies
and one (1) electronic copy of the final report will be submitted to the CITY.
C~
3:1000003WMNS~Wnter Sprimyel3cope 07Daot0.doo
Task 6 Meetings and Coordination
Subtask 6.1 Progress Meetings The ENGINEER will attend one (1) project kickoff
meeting and three (3) progress meetings with the CITY. The ENGINEER will prepare
minutes for each of these progress meetings. It is assumed that each meeting will last
2 hours and that two of the ENGINEER'S staff will attend. The ENGINEER will also
coordinate with the CITY to discuss the status and/or problems during this work
authorization and contact the CITY weekly via telephone or a-mail regarding the
status of the project.
Subtask 6.2 City Commission and BMAP Meetings The ENGINEER will prepare a
PowerPoint®presentation of the findings of the TMDL Master Plan and present it to
the CITY Commission. The ENGINEER will submit a draft presentation to the CITY
for review prior to the Commission meeting. The ENGINEER will also present the
same presentation to the Lake Jesup, Crane Strand, Long Branch Technical Working
Group BMAP.
SUMMARY OF DELIVERABLES
^ Memorandum summarizing Tasks 1 and 2 findings in electronic format.
^ Memorandum summarizing Task 3 findings in electronic format.
^ Memorandum summazizing Task 4 findings in electronic format.
^ Draft Letter Report in electronic format
^ Final Letter Report (2 hard copies and 1 electronic copy).
IV. SCHEDULF.fDURATION
The completion of Tasks 1 through 6 will be completed within ten (10) months of
issuance of the notice to proceed by the CITY. Compensation for these services will
be a lump sum of $57,600.
C~
sboomsmM+s+w~u~sp:~oa+soo~ o~o.o~o.a«
Table 1
City of Winlcr Springs, Florida
TMDL Master Plan
Cost Buildup
December 2007
Task O1lleer
in-charge
5780 PrlnclpaU
Associate
5180 Senior
Prot.
5130 Pro/.
ll
5115 Pro%
ll
5100 Sr. Support
Services
5110 Staff SuppoR
Services
S75 Protect
Admin.
S70
Activity
Total
Total
Labor
ODC's
OP's
No. Descrl Non hours hours Hrs Hrs Hrs Hrs Hrs Hrs Mrs S S S
1 Ci Slonnwater S stem Review 0 2 4 12 14 0 4 8 42 $ 4,340 z~.
S 150 $ -
2 TMDL Data Collection and Review 0 4 8 12 18 0 4 8 54 $ 5,720 $ 150 S
3 Identification of Poqutanl Load Reduction Strat ies 4 B 32 28 24 2 12 8 118 S 13,460 $ 400 $
4 Pollutant Loadi Model U ate 2 8 16 48 24 0 2 4 102 S 11,84D $ 400 $
5 Re rt 4 6 12 24 40 2 8 24 120 $ 12,500 $ 500 $
6 Meetin sand Coordination - "
,:
6.1 Pr Tess Meetin s 2 4 8 6 4 0 0 8 32 S 3,690 $ 150 $
6.2 Ci Commission and BMAP Presentation 2 4 12 4 4 0 4 4 34 $ 4,000 $ 300 $ -
i - 3$!U, iv~1~;: r ." -<: ,!„ , : - `" ,r 14 38 92 132 128 4 34 62 502 $ 55,550 $ 2,050 $ -
-
P 'ect Totals i 4 36 92 132 128 4 34 62 502 3 55,550 5 2 050 ~
_- _- - -
_ ,
'.
- " ~ ' ' y ~ ~ P,f Totals=
Labor Cost
Direct Cost
Outside Prof. Cost $ 55,550
$ 2,050
$ -
oral Cost S 57,600