Task Order 6009.b Rail with Trail Pathway DesignTASK ORDER NO. 6009.b
Pursuant to the
MASTER AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN
CITY OF MERIDIAN (OWNER) AND CTA ARCHITECTS ENGINEERS (ENGINEER)
This Task Order is made this 11th day of October, 2016 and entered into by and
between the City of Meridian, a municipal corporation organized under the laws of the
State of Idaho, hereinafter referred to as "City", and accepted by CTA ARCHITECTS
ENGINEERS, hereinafter referred to as "Engineer" pursuant to the mutual promises,
covenant and conditions contained in the Master Agreement (Category 13A) between
the above mentioned parties dated Oct 1, 2014. The Project Name for this Task Order
6009.a is as follows:
CITY OF MERIDIAN
Rail with Trail Pathway Key No. 13918 - Design Services
PROJECT UNDERSTANDING
The Rail to Trail Pathway development project includes 3200 linear feet of mixed use
pathway. To be located adjacent to the current rail line that runs in an east/west
direction, south of Broadway Street between 8th Street and Meridian Road. It is
anticipated that the project will be a complete project that encompasses all aspects of
design and will be completed in 12 months. This section of trail is intended to further
the City's commitment to implementing the City's master pathway plan.
This project is funded via the Transportation Alternatives Program (TAP) grant. The
construction portion of this project will require prevailing wages be paid. The wage
determination for this project is 'Highway'. The current wage determination is Exhibit A,
to be used in calculating Engineer's construction cost estimate.
SCOPE OF WORK.
The scope of the Rail to Trail Pathway project will include overall design and
documentation as outlined in the following scope of work. Materials Testing and
Inspections is a part of the project team under a sub agreement to ENGINEER and will
provide geotechnical services to this project. These services are intended to focus on
the 3200 linear feet of trail that comprises the pathway as previously described
Task Order 6009.b RwT Pathway Project Key No 13918 Page 1 of 12
CTA Architects Engineers
1 A Administration
1.1 Project Initiation
Engineer will set up the project files and prepare the kick-off meeting. The meeting will
include key stakeholders, and team members with the purpose of defining the project
goals, process and key milestones.
Products and Deliverable:
Kick-off meeting materials
Project Schedule
Assumptions:
• Two members of the Engineer team will attend the kick-off meeting
• Meeting will not exceed one (1) hour in duration.
1.2 Progress Meetings
Engineer's project manager will establish bi-weekly progress meetings with the City for
the duration of the project. The meeting agenda will be to discuss work performed to
date, key tasks to be completed, and identification of potential project issues.
Products and Deliverable:
Bi -weekly meetings for the duration of the project.
Assumptions:
• Twenty-four (24) meetings are assumed
• Conducted via conference call.
1.3 Project Coordination
Engineer will schedule separate coordination meetings with all stakeholders including,
Idaho Transportation Dept. (ITD), Ada County Highway District (ACHD), and the Nampa
Meridian Irrigation district (NMID) to review the project concept and ensure all
requirements for the project are met. And that related improvements are designed to the
appropriate standard and expectation of all authority's having jurisdiction.
Products and Deliverables:
• ITD Concept Report
• NMID Improvements
• ACHD Right of Way Improvements
• Secure project approval from all authority's having jurisdiction (AHD's)
Assumptions:
No more than nine meetings with be held with the AHD's. One meeting will be
held with each stakeholder at the preliminary design stage
One meeting will be held at the 59% construction drawings
A final meeting will be held at the 95% construction drawing stage.
Task Order 6009.b RVVT Pathway Project Key No. 13918 Page 2 of 12
CTA Architects Engineers
1.4 Project Management
Engineer will staff and manage a project team to provide project deliverable, prepare
invoices, monitor budget and schedule, and coordinate with the City on a regular basis.
Products and Deliverable:
Monthly invoices and progress reports
Assumptions:
• The project is expected to be no more than 12 months in duration
• Invoices will be sent to Parks and Recreation Pathways Project Manager: Jay
Gibbons
2.0 Alignment Surveying and Mapping
2.1 Field Survey
A field survey will be performed along the project corridor for use to prepare the design
and easements. Field surveying tasks will include the following:
Products and Deliverable:
Perform a topographic survey along the defined corridor consisting of ground
shots at the center line of the street to the right of way bounding the project. The
trail adjacent to the irrigation ditch and natural drainage will be surveyed to
include points along the top of the bank, fence/property line; to the centerline of
the adjacent natural drain including mid points between; at approximately 50 foot
intervals along the alignment. The survey will locate any bends or curves in the
proposed trail alignment, visible obstructions such as trees, landscaping,
driveways, culverts, and other improvements including utilities. Conduct property
surveys as needed to determine the existing property boundary lines and existing
easements along the corridor.
Elevations will be established at approximately 50 foot intervals, at all bends or
curves (point of curvature, point of tangency, and midpoints) along the project
alignment on permanent objects outside the construction limits. Horizontal &
vertical control points will be established at inter divisible locations.
Assumptions:
• Dig Line , Utility paint locates shall be performed
• No potholes will be required.
2.2 Base Map Development
A topographic base map from field surveys will be prepared to assist in the design of the
project. Survey points will be utilized in conjunction with aerial photography and
mapping (provided by the City) during the design stages of the project. The Engineer
will prepare a property line base map showing property boundary lines, existing
easements, and horizontal and vertical control established for future project
construction.
Task Order 6009.b RwT Pathway Project Key No. 13918 Page 3 of 12
CTA Architects Engineers
Products and Deliverable
• Property Base Map
2.3 Easements
Engineer will prepare descriptions and exhibit maps for use in preparing permanent
easement documents.
Products and Deliverable:
Pathway/recreation easement legal descriptions and exhibit maps
Assumptions:
• This scope of work does not include setting property corner monuments, center
line adjustment monumentation, or Right of Way monumentation.
No Record of Survey is to be filed for this project.
• No more than three (3) legal descriptions will be required.
3.0 Design
The pathway design will be developed as necessary to provide adequate information for
construction of the new pathway and associated features. Engineer will prepare two
design alternatives for consideration by the City.
Products and Deliverable:
Preliminary construction plans 22" x 34" (bond)
Construction Specifications
Opinion of Probable Construction Costs based on prevailing wage determination
Assumptions:
• No new or additional crossings of Nine Mile Creek. are required.
• The pathway alignment as currently depicted in the Meridian Pathway Master
Plan is located on property where the owners are agreeable with the project:
o A preliminary plan set will not exceed 35 sheets One (1) Cover Sheet
o One (1) Typical Sections and Meridian Construction Notes
• One (1) sheet for the existing survey
o Min of two (2) Detail Sheet
o Fourteen (14) Plan and Profile Sheets (1" = 20'-0" for 22 x 34 sheets)
o Flood Plain exhibit sheets
3.1 Preliminary Design Review Meeting
Engineer will attend a meeting with the City to review and discuss the preliminary
design documents. All comments from City and agencies including but not limited to
the Public Works and Parks and Recreation will be provided from the City of Meridian at
a design review meeting.
Products and Deliverable:
• Attend Design Review Meeting and document comments on preliminary design
Task Order 6009.b RWT Pathway Project Key No. 13918 Page 4 of 12
CTA Architects Engineers
3.2 Draft Final Design
Preliminary design comments will be addressed and incorporated as appropriate to
develop the draft final design. It is assumed that two submittal iterations will be required
to obtain ACHD, NMID, Parks and Recreation, and Public Works approval.
Products and Deliverable:
Draft final construction plans approx. 35 sheets 22" x 34" (bond)
Construction Specifications
Opinion of Probable Construction Costs
Assumptions:
• Authorities having jurisdiction (AHJ's) reviews will be concurrent.
• Review comments will be discussed as a part of the bi-weekly progress meeting
and not a separate review meeting.
3.3 Final Design
Draft final design comments will be addressed and incorporated as appropriate to
develop the final design. The final design plans will be submitted to ACHD for formal
approval for items within ACHD's right of way. The ACHD stamped approved plans will
be submitted to the City for formal Public Works approval.
Products and Deliverable:
Final construction plans approx. 30 sheets signed and sealed.
Construction Specifications
Opinion of Probable Construction Costs
Assumptions:
• Authorities having jurisdiction (AHJ's) reviews will be concurrent.
• Review comments will be discussed as a part of the bi-weekly progress meeting
and not a separate review meeting.
3.4 Storm Water Pollution Prevention Plan (SWPPP)
No SWPPP plan will be prepared.
4_0 Permits
The necessary permits for this project are anticipated to be the floodplain development
permit, the no rise certification, and the EPA Notice of Intent. Engineer will prepare
these permits as a part of this scope of services. The City will also need to obtain a
license agreement with the Nampa/Meridian Irrigation District. Engineer will prepare a
letter and plan documents for submittal to the City for review and transmittal to NMID.
Products and Deliverable:
• Floodplain Development Permit
• No -Rise Certification
• EPA NOI (filed electronically via the NOI website)
• Letter and plan package for City's submittal to NMID
Task Order 6009.b RWT Pathway Project Key No. 13918 Page 5 of 12
CTA Architects Engineers
Assumptions:
• HEC -RAS modeling and floodplain map revisions will not be required.
• Clean Water Act Section 404 and 401 permits will not be required.
5.0 Geotechnical Services
As a sub Engineer to ENGINEER, Materials Testing and Inspection (MTI) will provide
geotechnical services to this project. MTI will conduct field explorations, laboratory
testing, and prepare a report to provide information regarding the anticipated thickness
of pavement section necessary for the pathway (pedestrian traffic and occasional light
duty pickups.)
Laboratory testing will be performed on a collected soil sample to determine an
appropriate section based on the R -Value or the materials tested. MTI will prepare a
report presenting the geotechnical analysis findings and conclusions.
Products and Deliverable:
• Geotechnical Report
Assumptions:
• Authorities having jurisdiction (AHD's) will provide approval to conduct field
explorations.
6.0 Bid/Construction Assistance (Not Included)
Engineer is available to provide assistance to the city throughout the bidding and
construction process on an on-call basis under a supplemental agreement when
construction is commenced on the project.
TIME OF COMPLETION and COMPENSATION SCHEDULE
The following schedule is based on a Notice to Proceed (NTP) from the City by
OCTOBER 2016 and resulting in Final Design being completed by SEPTEMBER 2017.
A NTP issued on a different date will change the schedule accordingly.
COMPENSATION AND COMPLETION SCHEDULE
Task
Description
Due Date
Compensation
1
Project Management/Coordination and
■ September 2017
Progress Meetings
$10,000.00
2
Alignment Survey/Mapping
■ October 2016
$10,500.00
3
Design (Includes: Preliminary Design;
� September 2017
Construction Specifications, Probable
Costs, Draft Final
$50,000.00
Documents, and Final Construction and
Specification Documents
4
Environmental Assessment I Permitting
September 2017
$5,000.00
5
Geotechnical Services
October 2016
$2,100.00
TASK ORDER
TOTAL: $77,600.00
Task order 6009.b RwT Pathway Project Key No. 13918 Page 6 of 12
CTA Architects Engineers
The Not -To -Exceed amount to complete all services listed above for this Task Order
No. 6009.a is Seventy -Seven Thousand Six Hundred dollars ($77,600.00). No
compensation will be paid over the Not -to -Exceed amount without prior written approval
by the City in the form of a Change Order. Any and all travel will only be reimbursed if
pre -approved by the Project Manager, and only per the City of Meridian Travel Policy.
Reimbursable expenses will be paid at cost and only if pre -approved by the Project
Manager. Any travel and/or reimbursables paid will be paid as part of the Not -To -
Exceed Task Order Total per the Compensation and Completion Schedule above.
CITY OF MERIDIAN
BY:
TAMMY de WE MAYOR
Dated:
Approved by Council /0
Attest:
C.JAY CO`LES, CITY CLERK
Purchasing Approval
BY:
KEITHWATTS, Purchasing Manager
City Project Manager
Jay Gibbons
CTA ARCHITECTS ENGINEERS
AN
Angela M. Hansen, PLA
Dated:
,,—IED AU
Ql`,UST
= City of w
&I(A IDIAN,�—
IOAMO
Vr SEAL )
Departmept A proval
STEV' SID OWA , P rks & Rec ' ector
Dated:-//?, q J
Task Order 6009.b RwT Pathway Project Key No. 13918 Page 7 of 12
CTA Architects Engineers
EXHIBIT A
General Decision Number: ID160090 03/18/2016 ID90
Superseded General Decision Number: ID20150090
State: Idaho
Construction Type: Highway
County: Ada County in Idaho.
HIGHWAY CONSTRUCTION PROJECTS
Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for
calendar year 2016 applies to all contracts subject to the Davis -Bacon Act
for which the solicitation was issued on or after January 1, 2015. If this
contract is covered by the EO, the contractor must pay all workers in any
classification listed on this wage determination at least $10.15 (or the
applicable wage rate listed on this wage determination, if it is higher) for
all hours spent performing on the contract in calendar year 2016. The EO
minimum wage rate will be adjusted annually. Additional information on
contractor requirements and worker protections under the EO is available
at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/08/2016
1 03/18/2016
* ENGI0370-014 01/01/2016
Rates Fringes
POWER EQUIPMENT OPERATOR:
Bulldozer
GROUP 8 ....................$ 28.98 11.25
ZONE PAY:
Zone 1 0 - 30 miles: free
Zone 2 30 - 60 miles: $25.00/per day
Zone 3 More than 60 miles: $30.00/per day.
If a project is located in more than one zone the lower zone rate shall apply
ZONES SHALL BE MEASURED FROM THE THE FOLLOWING U.S. POST
OFFICES:
BOISE: 304 N. 8TH STREET
TWIN FALLS: 253 2ND AVE. WEST
POCATELLO: CLARK STREET
IDAHO FALLS: 875 NORTH CAPITAL AVE.
----------------------------- -----------------------------------
LAB00238-035 06/01/2014
Rates Fringes
LABORER: Pipelayer..............$ 24.62 10.95
Zone Differential (Add to Zone 1 rates): Zone 2 - $2.00
Task Order 6009.b RWT Pathway Project Key No. 13918 Page 8 of 12
OTA Architects Engineers
BASE POINTS: Pasco
Zone 1: 0-45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office
----------_-----------------------------------------------
SUID2013-018 06/17/2013
Rates
Fringes
CARPENTER (Form Work Only) .......
$ 26.24
9.48
CARPENTER, Excludes Form Work ....
$ 23.92
9.75
CEMENT MASON/CONCRETE FINISHER ...
$ 16.00
5.41
ELECTRICIAN ......................$
26.97
12.10
HIGHWAY/PARKING LOT STRIPING:
Painter .........................$
25.47
9.52
LABORER: Asphalt, Includes
Raker, Shoveler, Spreader and
Distributor ......................$
21.57
8.61
LABORER: Common or General ......
$ 17.31
4.66
LABORER: Grade Checker ..........
$ 15.95
3.86
LABORER: Mason Tender -
Cement/Concrete..................$
15.50
5.41
OPERATOR:
Backhoe/Excavator/Trackhoe.......
$ 20.82
5.88
OPERATOR: Bobcat/Skid
Steer/Skid Loader ................$
21.15
8.20
OPERATOR: Broom/Sweeper .........
$ 19.58
6.67
OPERATOR: Crane .................$
23.34
9.45
OPERATOR: Forklift ..............$
23.13
9.17
OPERATOR: Grader/Blade ..........
$ 22.36
6.26
OPERATOR: Loader ................$
23.45
6.62
OPERATOR: Mechanic ..............$
23.55
8.54
OPERATOR: Oiler .................$
22.51
5.83
OPERATOR: Paver (Asphalt,
Aggregate, and Concrete) .........
$ 20.46
3.86
OPERATOR: Roller (Subgrade).....
$ 19.99
7.99
OPERATOR: Roller ................$
19.94
6.46
Task Order 6009.b RWT Pathway Project Key No 13918 Page 9 of 12
CTA Architects Engineers
OPERATOR: Rotomill..............$ 28.05 10.00
OPERATOR: Screed ................$ 20.52 6.77
TRAFFIC CONTROL: Flagger....... $ 14.02 4.66
TRAFFIC CONTROL:
Laborer -Cones/
Barricades/Barrels -
Setter/Mover/Sweeper.............$ 16.17 4.66
TRUCK DRIVER: Dump Truck ........ $ 20.56 10.35
TRUCK DRIVER: Lowboy Truck ...... $ 26.61 13.21
TRUCK DRIVER: Oil
Distributor Truck ................$ 23.93 11.27
TRUCK DRIVER: Water Truck ....... $ 22.33 9.40
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
-----------------
Unlisted classifications needed for work not included within the scope of the
classifications listed may be added after award only as provided in the labor
standards contract clauses (29CFR 5.5 (a) (1) (ii)).
----------------------------------------------------------------
The body of each wage determination lists the classification and wage rates
that have been found to be prevailing for the cited type(s) of construction
in the area covered by the wage determination. The classifications are listed
in alphabetical order of "identifiers" that indicate whether the particular
rate is a union rate (current union negotiated rate for local), a survey rate
(weighted average rate) or a union average rate (weighted union average
rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed in dotted lines
beginning with characters other than "SU" or "UAVG" denotes that the union
classification and rate were prevailing for that classification in the
survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier
of the union which prevailed in the survey for this classification, which in
this example would be Plumbers. 0198 indicates the local union number or
district council number where applicable, i.e., Plumbers Local 0198. The next
number, 005 in the example, is an internal number used in processing the wage
determination. 07/01/2014 is the effective date of the most current
negotiated rate, which in this example is July 1,2014.
Union prevailing wage rates are updated to reflect all rate changes in the
collective bargaining agreement (CBA) governing this classification and rate.
Task Order 6009.b RWT Pathway Project Key No, 13918 Page 10 of 12
CTA Architects Engineers
Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that no one rate
prevailed for this classification in the survey and the published rate is
derived by computing a weighted average rate based on all the rates reported
in the survey for that classification. As this weighted average rate
includes all rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/1.3/2014. SU indicates the rates are
survey rates based on a weighted average calculation of rates and are not
majority rates. LA indicates the State of Louisiana. 2012 is the year of
survey on which these classifications and rates are based. The next number,
007 in the example, is an internal number used in producing the wage
determination. 5/13/2014 indicates the survey completion date for the
classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a new survey is
conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate that no single
majority rate prevailed for those classifications; however, 100% of the data
reported for the classifications was union data. EXAMPLE: UAVG-OH-CCIC
08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH
indicates the state. The next number, 0010 in the example, is an internal
number used in producing the wage determination. 08/29/2014 indicates the
survey completion date for the classifications and rates under that
identifier.
A UAVG rate will be updated once a year, usually in January of each year, to
reflect a weighted average of the current negotiated/CBA rate of the union
locals from which the rate is based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on a wage
determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests for summaries
of surveys, should be with the Wage and Hour Regional Office for the area in
which the survey was conducted because those Regional Offices have
responsibility for the Davis -Bacon survey program. If the response from this
initial contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal process described
here, initial contact should be with the Branch of Construction Wage
Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
Task Order 6009 b RWT Pathway Project Key No. 13918 Page 11 of 12
CTA Architects Engineers
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an interested party
(those affected by the action) can request review and reconsideration from
the Wage and Hour Administrator (See 29 CER Part 1.8 and 29 CFR Part 7).
Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the interested
party's position and by any information (wage payment data, project
description, area practice material, etc.) that the requestor considers
relevant to the issue.
3.) If the decision of the Administrator is not favorable, an interested
party may appeal directly to the Administrative Review Board (formerly the
Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
Task Order 6009.b RWT Pathway Project Key No. 13918 Page 12 of 12
CTA Architects Engineers
CONTRACT CHECKLIST
I.
PROJECT INFORMATION
Date: 8/29/2016
REQUESTING DEPARTMENT Parks and Recreation
Project Name:
Rail with Trail Pathway Key No. 13918 Construction Documents
Project Manager: Jay Gibbons
Contract Amount: $77,600
Contractor/Consultant/Design Engineer:
CTA Architects Engineers
Is this a change order? Yes ❑ No Change Order No.
II. BUDGET INFORMATION
(Project Manager to Complete)
III. Contract Type
Fund: 1
Budget Available (Purchasing attach report):
Department 5200
Yes 0 No ❑
Construction ❑
GL Account 93401
FY Budget: 2016
Task Order
Project Number: 6009.b
Enhancement: Yes ❑ No ❑
Professional Service ❑
Equipment ❑
Will the project cross fiscal years? Yes ❑
No ❑
Grant ❑
IV. GRANT INFORMATION - to be completed only on Grant funded projects
Grant #: Wage Determination Received
Wage Verification 10 Days prior to bid due date Debarment Status (Federal Funded)
N/A N/A
N/A N/A
Print and Attach the determination Print, attach and amend bid by addendum (if changed) www.sam.gov Print and attach
V.
BASIS OF AWARD
BID
RFP / RFQ TASK ORDER
Award based on Low Bid
Highest Ranked Vendor Selected Master Agreement Category 13A
(Bid Results Attached) Yes ❑ NO ❑
(Ratings Attached) Yes ❑ No Date MSA Roster Approved: 1 -Oct -14
Typical Award Yes 0 No ❑
If no please state circumstances and conclusion:
Date Award Posted: N/A
7 day protest period ends: N/A
VI.
CONTRACTOR / CONSULTANT REQUIRED INFORMATION
PW License N/A
Expiration Date: N/A Corporation Status Current
Insurance Certificates Received (Date):
6/9/2016 Expiration Date: 6/1/2017 Rating:
Payment and Performance Bonds Received (Date):
N/A Rating: N/A
Builders Risk Ins. Req'd: Yes ❑
No ❑' If yes, has policy been purchased? N/A
(Only applicabale for projects above $1,000,000)
VII. TASK ORDER SELECTION (Project Manager to Complete)
Reason Consultant Selected 1 Performance on past projects
Check all that apply M Qua Iity of work ❑ On Budget
D On Time ❑ Accuracy of Construction Est
2 Qualified Personnel
❑Q 3 Availability of personnel
1/14 Local of personnel
cription of negotiation process and fee evaluation:
Master Agreement #13A, a fee proposal was provided based on a scope of work prepared for and agreed upon by consultant and City staff. Award of project was based on
nous City pathway work, knowledge of specific project requirements, and consultant's availability to meet project timelines.
ame
VIII. AWARD INFORMATION
Date Submitted to Clerk for Agenda: October 5, 2016 Approval Date By:
Purchase Order No.: Date Issued: WH5 submitted
(Only for PW Construction Projects)
Date
Contract Request Checklist.5.24.2016.Final
Memo
To: C. Jay Coles, City Clerk,
From: Keith Watts, Purchasing Manager
CC: Jay Gibbons
Date: 10/3/16
Re: October 11`h City Council Meeting Agenda Item
The Purchasing Department respectfully requests that the following item be placed on the
October 11th City Council Consent Agenda for Council's consideration.
Approval of Task Order 6009.a to CTA Architects for the "Rail with Trail Pathway
Design" for a Not -To -Exceed amount of $77,600.00.
Recommended Council Action: Award of Task Order 6009.a to CTA Architects
for the Not -To -Exceed amount of $ 77,600.00
Thank you for your consideration.
• Page 1