Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2023-052Temp. Reso. #13930 May 10, 2023 Page 1 of 5 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2023-(6®1- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING TASK AUTHORIZATION NO. 23-12D AND AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE TASK AUTHORIZATION NO. 23-12D WITH CHA CONSULTING, INC., TO PROVIDE PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN OF THE WATER TREATMENT PLANT HIGH SERVICE PUMPS AND CONSTRUCTION ADMINISTRATION IN ACCORDANCE WITH THE CITY'S CONSULTING ENGINEERING AGREEMENT AS AUTHORIZED BY RESOLUTION NO. R- 2022-138, AT A BASE CONTRACT COST NOT TO EXCEED $138,784.70, A CONTINGENCY IN THE AMOUNT OF 5% OR $6,939.24 WILL BE ADDED TO THE PROJECT ACCOUNT FOR A TOTAL PROJECT BUDGET OF $145,723.94; AUTHORIZING EXPENDITURES FROM THE APPROPRIATE ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SCRIVENER ERRORS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Public Services Department maintains the High Service Pumps to distribute treated water throughout the City's Water Distribution System; and WHEREAS, the current high service pumping system at the Water Treatment Plant located at 7803 NW 61st Street is more than seventeen (17) years old, is nearing the end of its useful life, and is impacting the efficiency of the Water Treatment Plant operations and requires replacement; and WHEREAS, per Task Authorization Number 23-12D, at a base contract cost not to exceed $138,784.70, a contingency in the amount of 5% or $6,939.24 will be added to the project account for a total project budget of $145,723.94, a copy of the Task Temp. Reso. #13930 May 10, 2023 Page 2 of 5 Authorization is attached hereto as "Exhibit 1"; and WHEREAS, funding exists in the Utilities Renewal and Replacement Capital Fund for said project; and WHEREAS, it is the recommendation of the Acting Director of Public Services, the Director of Financial Services and the Purchasing and Contracts Manager that Task Authorization No. 23-12D from CHA CONSULTING, INC., be approved and executed by the appropriate City Officials, a copy of Task Authorization No. 23-12D is attached hereto as "Exhibit 1 ", and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the business owners, residents, and visitors of the City of Tamarac to accept and execute Task Authorization No. 23-12D (a copy of which is attached hereto as "Exhibit 1") with CHA CONSULTING, INC., to provide professional engineering services for the design of the Water Treatment Plant High Service Pumps Upgrade Project, at a base contract cost not to exceed $138,784.70, a contingency in the amount of 5% or $6,939.24 will be added to the project account for a total project budget of $145,723.94. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT. - SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution Temp. Reso. #13930 May 10, 2023 Page 3 of 5 upon adoption hereof. All exhibits attached hereto are incorporated herein and made a specific part of this Resolution. SECTION 2: The City Commission HEREBY approves Task Authorization No. 23-12D and authorizes the appropriate City Officials to execute Task Authorization No. 23-12D with CHA CONSULTING, INC., to provide professional engineering services for the design of the Water Treatment Plant High Service Pumps Upgrade Project, at a base contract cost not to exceed $138,784.70, a contingency in the amount of 5% or $6,939.24 will be added to the project account for a total project budget of $145,723.94, a copy of Task Authorization No. 23-12D is attached hereto as "Exhibit 1 ". SECTION 3: The City Manager, or his designee, is hereby authorized to make changes, issue change orders in accordance with Section 6-147 of the City Code, and close the contract award including, but not limited to, making final payment within the terms and conditions of the contract and within the contract price. SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: Funding for the professional engineering services for the design of the Water Treatment Plant High Service Pumps Upgrade Project in accordance with the City's Consulting Engineering Agreement as authorized by Resolution No. R- Temp. Reso. #13930 May 10, 2023 Page 4 of 5 2022-138, at a base contract cost not to exceed $138,784.70, a contingency in the amount of 5% or $6,939.24 will be added to the project account for a total project budget of $145,723.94, is available in the Utilities Renewal and Replacement Capital Fund. SECTION 6. The City Manager or his designee is hereby authorized to approve and initiate Change Orders in amounts not to exceed $65,000.00 per Section 6- 147 of the City Code, and close the contract award, which includes but is not limited to making final payment and releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the agreement. SECTION 7: If any clause, section, other part, or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. "The remainder of this page left blank intentionally." Temp. Reso. #13930 May 10, 2023 Page 5 of 5 SECTION 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this /O?G. day of "A"�j 2023. ATTEST: Z KIMBERL DILLON, CMC CITY CLERK O MICHELLE J. G EZ MAYOR RECORD OF COMMISSION VOTE: MAYOR GOMEZ: `ice DIST 1: V/M. BOLTON DIST 2: COMM. WRIGHT_ DIST 3: COMM. VILLALOBOS DIST 4: COMM. DANIEL APPROVED AS TO FORM AND LEGAL SUFFICIENCY FOR THE USE AND RELIANCE OF THE CITY OF TAMARAC ONLY. HMS OTf INOT CITY ATTORNEY TR #13930 EXHIBIT 1 April 10, 2023 442-000.BD Mr. Earl Henry, P.E. City of Tamarac Public Services Department 10101 State Street Tamarac, FL 33321 Dear Mr. Henry: Sent via email to: Earl. Hen ry(d-)tamarac.orq Reference: Proposal for Engineering Services Task Authorization No. 23-12D Upgrade of Water Treatment Plant High Service Pump Station In accordance with your request, we are pleased to submit this Task Authorization for providing engineering services for the proposed upgrade of the Water Treatment Plant High Service Pump Station. The scope of services proposal includes: > Preliminary and final design of the anticipated improvements described in the Task Authorization. > Preparation of drawings and specifications for the improvements. > Bidding phase assistance. > Traditional and special engineering services during construction. The proposed scope of work for this project is attached as Task Authorization #23-12D. Our proposed not -to -exceed fee for the design phase services required for this scope is $78,121.00. A breakdown of the design engineering fee calculation is attached at the end of the enclosed Task Authorization. Our proposed not -to -exceed estimate for engineering services required during the construction phase of this project is $60,663.70. A breakdown of the fee calculation is attached at the end of the enclosed task authorization. The engineering services for the construction phase will be billed on an hourly rate plus direct expenses basis in accordance with the attached breakdown. Any unused portion of the construction services fee will not be billed to the City. If this proposal meets with your approval, please provide us with one signed copy of the enclosed task authorization along with a City PO for this work. 4700 Riverside Drive, Suite 110, Coral Springs, FL 33067 954.510.4700 e 1954.755.2741 o www.chacompanies.com Cl 1 TR #13930 EXHIBIT 1 1 1i . Mr. Earl Henry, P.E. April 10, 2023 Page 2 CHA Consulting, Inc. looks forward to working with the City of Tamarac on this potable water supply system project. If you have any questions or require additional information pertaining to the enclosed scope of services or the project in general, please do not hesitate to contact me. Si ely, 1/7 Douglas K. Hammann, P.E. Encl. Y %Documents\Tarnarac$A42-000.BD\Task Authorization 14o. XX-XXD WTP HSP UogradelTask Authorization 4700 Riverside Drive, Suite 110, Cora{ Springs, FL 33067 1 1 954.510.4700 o f 954.755.2741 o www.chacompanies.com TR #13930 EXHIBIT 1 TASK AUTHORIZATION NO. 23-12D SCOPE OF SERVICES UPGRADE OF WATER TREATMENT PLANT HIGH SERVICE PUMP STATION INTRODUCTION City staff has requested that the existing High Service Pump Station be modified as follows: Decommissioning and removal of existing High Service Pumps located on the premise of Water Treatment Plant. 2. Decommissioning and removal of existing HSP VFDs. 3. Installation of new High Service Pumps. 4. Installation and upgrade of existing Variable Frequency Drive (VFD) electrical equipment. 5. Removal and replacement of valves and accessories. 6. Removal and replacement of field instruments and the required maintenance of instruments that are to remain per Staff. 7. Coordination with Water Treatment Plant "Bid Package B". 8. Engineer shall confirm design capacity of new High Service Pumps to be installed. 9. Civil site improvements to include access to pumps, surface restoration and existing civil demolition as applicable. This Task Authorization covers the work associated with engineering design, preparation of detailed plans and specifications, permitting, bidding/contract award assistance, and engineering services during construction. The engineering tasks associated with this project are presented below: ARTICLE 1 - SCOPE OF SERVICES Design Phase Task D1 - Project Administration/Management This task focuses on the administration of the project including project setup, client interface and general project management and administration. Page 1 of 20 TR #13930 EXHIBIT 1 Task D2 - Coordination and Preliminary Work This task focuses on obtaining the necessary preliminary information required to prepare detailed engineering plans and specifications. A. Meet with CITY project staff to discuss and confirm project requirements and design criteria. B. Visit the site and review pertinent features that may impact design and/or construction. C. Collect data available for the existing facilities, including field conditions, record drawings, connection locations, and other information that may potentially impact the project. D. Coordinate scope and completion of work by the electrical subconsultant(s). Task D3 - Preliminary Design Report (Memorandum) This Task Not Required. Task D4 - Drawings and Engineering This task consists of the engineering and the development of plans necessary to construct this project. A. Prepare detailed drawings for the proposed work discussed previously within this Exhibit. A tentative list of final design drawings to be developed for this project is presented in Attachment 1. Drawings will be prepared using drafting standards and standard details as developed by CHA Consulting, Inc. Task D5 - Specification Preparation This task consists of the preparation of specifications necessary to construct this project. A. ENGINEER shall prepare technical specifications required for this project. These specifications will be prepared and will consist of written technical descriptions and materials, equipment and construction systems, standards and workmanship required for this project as developed by CHA Consulting, Inc. B. The City of Tamarac standard bidding requirements, contract forms and miscellaneous forms/information required for this project shall be utilized. Consultant shall provide the City of Tamarac with project specific information for the preparation of bidding and contract documents required for this project. C. A tentative list of specification sections to be prepared for this project is presented in Attachment 2. Page 2 of 20 TR #13930 EXHIBIT 1 Task D6 - Prepare Opinions of Probable Construction Cost Prepare the 90%, 100%, and FINAL design levels of Opinion of Probable Construction Cost for new facilities and improvements proposed under this project. Task D7 - Submit and Review (Quality Control) The ENGINEER will make the following submittals at various completion levels of this project for the purpose of CITY's review and comment for coordination and quality control. A review meeting will be requested following each submittal to discuss and receive comments from CITY. The CITY's comments shall be incorporated into revisions prior to the next subsequent quality control submittal. Quality control submittals for this project are anticipated at the following completion levels: A. 90% Drawings and Specifications. B. 100% Drawings and Specifications. The ENGINEER will incorporate the agreed -upon revisions made by the CITY. A total of two (2) meetings with the CITY is the level of effort for this Task. Task D8 - Permit Preparation Assistance This task consists of the preparation of the following construction permit application submittals: 1. No regulatory permits are anticipated. Work required is maintenance replacement per FAC 62-555.520.(1).(c).1. Notification to the Department per Rule will be provided. Building permits (where applicable) during construction are obtained by Contractor per the contract documents. Any additional permits required beyond the above will be considered as outside the scope of this proposal. Task D9 - Bidding Assistance Services This task shall include work necessary to assist CITY with the bidding of this project. This work may include the following: A. Assist with the coordination of the bidding documents or the advertisement for bid as required. Provide bidding documents per Attachment 4, List of Project Deliverables. Page 3 of 20 TR #13930 EXHIBIT 1 B. Provide Bid Schedule, which will be included in the CITY's front end Contract Documents. C. Attend the pre -bid meeting and assist CITY with preparation of and distribution of minutes. D. Respond in written questions by potential bidders and, if needed, assist the CITY in issuing addenda. E. Attend the bid opening and tabulate the bids submitted by interested bidders. Task D10 - Bid Evaluation and Recommendation of Award Assistance This task shall consist of the review and evaluation of the bids and the recommendation of a bidder for award of contract to the CITY. ENGINEERING SERVICES DURING CONSTRUCTION The ENGINEER shall provide general engineering services, as defined herein, prior to contractor mobilization and during the estimated contract construction period of 365 calendar days to Final Completion. These services shall include the following: Task C1 - Project Administration/Management This task focuses on the administration of the project including project setup, client interface and general project management and administration. Task C2 - Preconstruction Activities Prior to Notice to Proceed After issuance of a Notice of Award by CITY, assist the CITY in the preparation and signing of the Contract Documents by reviewing insurance certificates, incorporation of Addendum information to develop a conformed Construction set of Contract Documents, distribution of documents to the CITY and Contractor. The ENGINEER will also undertake other preconstruction activities which include attending the preconstruction meeting, providing preconstruction meeting minutes to all attendees, and assisting the Contractor in finalizing any permit application issues or technical assistance with any building permit review issues or questions required for the construction of this project and by providing the required number of signed/sealed drawing sets for building permits and the sets of Contract Documents required for construction. Task C3 - Consult and Advise Provide technical advise and assistance to CITY during the construction period and provide necessary interpretations and clarifications of the Contract Documents as required by CITY or Contractor. Page 4 of 20 TR #13930 EXHIBIT 1 Review and respond to ten (10) Requests for Information (RFI) is the level of effort basis for this task. Task C4 - Review Shop Drawings Review Shop Drawings and samples, the results of tests and inspections, and other data submitted by the Contractor in accordance with the Contract Documents shall then be sent to the City for review and comment, appropriately marked and then returned to the Contractor. A total of twenty-five (25) submittals is the estimated level of effort basis for this item'sbudget. Task C5 - Review Pay Requests and Schedules Review monthly pay requests and make recommendations for payment to CITY. Monthly pay requests will be reviewed in the field and an agreement reached between the Contractor, CITY's project representative, and the ENGINEER prior to formal submittal to CITY for payment. Review the Contractor's preliminary and monthly progress schedules through completion. The estimated construction time is 365 calendar days requiring and estimated twelve (12) monthly pay request reviews. Task C6 - Perform Periodic and Milestone Inspections Engineer will make periodic site visits at intervals appropriate to the various stages of construction to observe the work, determine conformity with the contract documents and compliance with the construction permits. It is anticipated that there will be four (4) site visits. Perform inspections to determine that the project has achieved Substantial Completion and readiness for Final Acceptance and that the Work has been completed in conformance with the Contract Documents to certify completion of construction to permitting agencies. Two (2) such site visits are anticipated. Task C7 - Progress Meetings Attend four (4) monthly construction related progress meetings. The ENGINEER shall schedule, preside over and generate and distribute minutes of these meetings. The purpose of these meetings is to formally coordinate the activities of the Contractor and CITY to resolve any conflicts and to review working procedures as required to satisfactorily complete the project. Task C8 - Contract Modifications Develop the necessary data, notes and clarification drawings required to prepare contract modifications to reflect adjustments to the construction project as requested by the CITY. These modifications are intended to cover unforeseen conditions or for CITY requested items. This does not cover revisions resulting from negligent omissions or design errors by the CONSULTANT. Two (2) contract modifications is the estimate basis for this budget item. One of the contract modifications will be the final reconciliation contract modification prepared at the end of the project. When CITY requests additional contract modifications, the CONSULTANT's fee may be adjusted accordingly based on a mutually agreed amount. Task C9 - Project Closeout This task covers the following anticipated project closeout items: Page 5 of 20 TR #13930 EXHIBIT 1 A. Review the Contractor's record drawing information which shows the work as it was constructed. B. ENGINEER shall prepare signed and sealed record drawings based on Contractor's submitted field data. C. ENGINEER shall submit final copies of record drawings to CITY. D. ENGINEERshall provide signed/sealed record drawingstoCONTRACTOR for build ing permit closeout submittal. E. ENGINEER shall attend the final project reconciliation meetings with CITY and the Contractor. F. ENGINEER shall distribute to CITY all specified closeout documentation from Contractor inclusive of: O&M Manuals, warranty information, startup reports, equipment commissioning reports, well completion reports, and similar. Task C10 - Regulatory Agency Documentation and Project Closeout Submittals This task covers preparation of regulatory agency permit closeout documentation for each regulatory permit obtained for the project as follows: A. City of Tamarac Building Department B. No regulatory permits are anticipated. Work required is maintenance replacement per FAC 62-555.520.(l).(c).l. Notification to the Department per Rule will be provided. Any additional permits required beyond the above will be considered as outside the scope of this proposal. Task C11 - Special Services The ENGINEER shall, when requested, provide special services during construction consisting of the following items: A. Resident Services To monitor that project is constructed in complete conformance with the Contract Documents. Services which will be provided by the ENGINEER's resident project representative will consist of the following: Make periodic on -site field observations of the Contractor's performance. The limits of the authority of the on -site representative are as defined within the Construction Contract Documents. 2. Observe any field tests and review the results of tests required of the Contractor by the Contract Documents. Page 6 of 20 TR #13930 EXHIBIT 1 3. Assist in the development of punch lists in conjunction with the milestone inspections to determine if the project has achieved Substantial and Final Completion and that the work has been completed in general conformance with the Contract Documents. In order to estimate the efforts of the ENGINEER's project representative, it is anticipated that the resident project representative would need to make twenty-five (25) project site visits, approximately 4 hours per visit. Task C12 - Special Inspection This task not required, but can be added if requested by the City of Tamarac Building Department. ARTICLE 2 - DATA OR ASSISTANCE TO BE PROVIDED BY CITY A. Provide ENGINEER with assistance in locating existing facilities, when requested. B. Provide general project review, where required. C. Provide copies of existing facility record drawings. D. Provide copies of existing high service pump record drawings. E. Attendance at project meetings. F. Resident Project Representative Services Services which will be provided by the CITY's resident project representative will include the following: Monitor that project is being constructed in conformance with the Contract Documents. Engineer of Record is responsible for determining that the work meets the requirements of the Contract Documents. 2. Make periodic on -site field observations of the Contractor's performance. The limits of the authority of the on -site representative are as defined within the Construction Contract Documents. 3. Observe any field tests and review the results of tests required of the Contractor by the Contract Documents. 4. Assist in the development of punch lists in conjunction with the milestone inspections to determine if the project has achieved Substantial and Final Completion and that the work has been completed in general conformance with the Contract Documents. Page 7 of 20 TR #13930 EXHIBIT 1 5. Provide daily reports of construction activity to the ENGINEER on a form provided by the ENGINEER. 6. Provide photographs of the work during construction showing typical construction, conflicts with other utilities, installation of equipment, installation of buried facilities, and tine -ins to existing facilities. ARTICLE 3 - TIME OF COMPLETION Attachment 3 provides the preliminary project schedule based on days from the receipt of the Authorization to Proceed. ARTICLE 4 - PROJECT DELIVERABLES Project deliverables for the project design and construction phases shall be in accordance with Attachment 4, attached. ARTICLE 5 - PAYMENT AND COMPENSATION As consideration for providing the services enumerated in Article 1, the CITY shall pay the ENGINEER fees as described below: A. Design Phase For the services enumerated in Article 1, Tasks D1 through D10, the estimated not to exceed fee of $78,121.00. B. Construction Phase For services enumerated in Article 1, Tasks C1 through C12, the estimated not to exceed fee of $60,663.70. Engineering services during construction will be billed on an hourly rate plus direct expenses in accordance with the attached scope of work breakdown. CHA Consulting, Inc. will submit monthly invoices payable by person, hours worked, and hourly rates, plus direct expenses for these engineering services. Any unused portion of this estimated not -to -exceed fee will not be billed to the City. CHA Consulting, Inc. reserves the right to reallocate task values as needed for proper completion of the project scope. These fees have been determined in accordance with the scope of work breakdown attached as Attachments 5 and 6. The fee does not include the provision of the following items: A. Preparation of permit submittal applications to the City of Tamarac Building Department. B. Easement acquisitions and legal work as required. Page 8 of 20 rr:1E :19141WO! i �IIS C. Landscaping and irrigation system designs. D. Any expert witness or testimony services. E. Payment of permit fees. F. Special inspection services not required, but can be added. G. Services not specifically indicated in this Task Authorization. (Remainder of page left blank intentionally.) Page 9 of 20 ARTICLE 6 -AUTHORIZATION In WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its City Manager, and CONSULTANT, signing by and through+fit P, fesident, duly authorized to execute same. OF TAM Vim,•90 CTY OF TAM RAC W ;• ESTABLISHED 1963' Alp-� ATTEST: 07-, SEAL ent Suc oglu, City Manager SAIJ , 4 1, 41, �"Y� .... ' _ ?�: �2_ 3 Ki erly Dillon '�,,,++N++����� Date COV Clerk J._/0� Date - E - (Corporate Secretary) Michael A. Platt Type/Print Name of Corporate Secy. (CORPORATE SEAL) 69t4 PUL r�ti s 9T Eq 1. 9 - Page 10 of 20 CHA Consulting Inc. Com ny am Signature of Project Team Leader Douglas K. Hammann Type/Print Name Date 5-17-2oZ3 CORPORATE ACKNOWLEDGMENT STATE OF Florida SS COUNTY OF Broward I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Douglas K. Hammann, of CHA Consulting, Inc., a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he executed the same. WITNESS my hand and official seal this day of OI `I 2023. Yb JANICEBENITEZ Sig nat otary Public °tom; MY COMMISSION # HH 074877 State of Florida at Large a, EXPIRES: January 22, 2025 ''•'Fodc�°p' Bonded ThN Notary Public Underwriters Print, Type or Stamp Name of Notary Public X Personally known to me or Produced Identification Type of I.D. Produced DID take an oath, or X DID NOT take an oath Y:\Documents\Tamarac\442-OOO.BD\Task Authorization No XX-XXD WTP HSP Upgrade\Task Authorization Page 11 of 20 TR #13930 EXHIBIT 1 ATTACHMENT 1 UPGRADE OF WATER TREATMENT PLANT HIGH SERVICE PUMP STATION TENTATIVE LIST OF PROJECT DRAWINGS Drawing Sheet No. Title General G-1 Cover Sheet G-2 Index to Drawings G-3 Project Location Map and Work Area Site Plan G-4 General Notes and Legends G-5 General Symbols and Line Legends G-6 Abbreviations G-7 Mechanical Legends and Symbols G-8 Process and instrumentation Legends G-9 Design Criteria G-10 Sequence of Construction Coordination Demolition D-1 Demolition Site Plan D-2 Existing High Service Pump Demolition D-3 Miscellaneous Demolition Details Civil C-1 Overall Site Plan C-2 Paving and Grading Site Plan CD-1 Standard Details - Civil Mechanical M-1 Piping Schedule and General Mechanical Notes M-2 High Service Pump Yard Piping Key Map M-3 High Service Pump Yard Piping Modifications Plan M-4 High Service Pump Upgrade Mechanical Site Plan M-5 High Service Pump Section M-6 Miscellaneous Details MD-1, 3 Standard Details - Mechanical Instrumentation 1-1 Process and Instrumentation Diagram ID-1 Standard Details - Instrumentation and Controls Page 12 of 20 TR #13930 EXHIBIT 1 Electrical E-1 Electrical Notes and Legends E-2 Electrical Site Demolition Plan (High Service Pump) E-3 Electrical Site Plan E-4 Electrical Plan (High Service Pump) E-5 One- Line Diagrams Power and I&C (High Service Pump) E-6 Partial SCADA Network Diagram E-7 High Service Pump VFD Details (Sheet 1) E-8 High Service Pump VFD Details (Sheet 2) E-9 Specific Electrical Details ED-1 Standard Details - Electrical ED-2 Standard Details - Electrical (Remainder of page left blank intentionally) Page 13 of 20 TR #13930 EXHIBIT 1 SECTION NO. PART 1 9_\G4i'a PART 3 PART 4 ATTACHMENT 2 UPGRADE OF WATER TREATMENT PLANT HIGH SERVICE PUMP STATION TENTATIVE LIST OF PROJECT SPECIFICATIONS TITLE BIDDING REQUIREMENTS (These documents provided by City Purchasing Division) CONTRACT FORMS (These documents provided by City Purchasing Division) MISCELLANEOUS FORMS/INFORMATION (These documents provided by City Purchasing Division) SPECIFICATIONS Division 1 - General Requirements 01005 General Requirements 01010 Summary of Work 01050 Field Engineering 01200 Project Meetings 01300 Suhmittals 01400 Quality Control 01500 Construction Facilities and Temporary Controls 01505 Mobilization/Demobilization 01700 Contract Closeout 01720 Project Record Documents 01730 Operation and Maintenance Data 01740 Warranties and Bonds Division 2 - Sitework 02020 Existing Utility Location/Verification 02072 Demolition 02200 Earthwork 02500 Restoration and Cleanup 02630 Concrete Sidewalks, Drives, and Curbs Division 3 - Concrete 03300 Concrete 03600 Grout Page 14 of 20 TR #13930 EXHIBIT 1 Division 4 - Masonry - Not Used Division 5 - Metals 05500 Fabricated Metalwork and Castings Division 6 - Not Used Division 7 - Thermal and Moisture Protection 07900 Sealants Division 8 - Not Used Division 9 - Protective Coatings 09900 Protective Coatings Division 10 - Not Used Division 11 - Equipment 11037 Vertical Turbine Pumps - General 11037-1 Vertical Turbine Pumps - Specific Division 12 - Not Used Division 13 - Special Construction 13700 Process Instrumentation and Controls Division 14 - Not Used Division 15 — Mechanical 15005 Ductile Iron Pipe (Water) 15007 Stainless Steel Pipe and Fittings 15029 Testing and Disinfection (Pipelines, Wells and Equipment) 15100 Manually Operated Valves 15105 Self -Contained Automatic Process Valves 15400 Plumbing Division 16 - Electrical 16000 Electrical General Requirements 16001 Electrical Demolition 16050 Basic Materials and Methods 16681 Variable Frequency Drives Page 15 of 20 TR #13930 EXHIBIT 1 PART 5 APPENDICES Appendix A - TBD (Remainder of page left blank intentionally.) Page 16 of 20 TR #13930 EXHIBIT 1 ATTACHMENT 3 UPGRADE OF WATER TREATMENT PLANT HIGH SERVICE PUMP STATION PRELIMINARY PROJECT SCHEDULE Time to Cumulative Time Activity Complete To Complete (Days) (Days) 1. Notice to Proceed 0 0 2. Site Visit/Information Gathering 14 14 3. Submit 90% Drawings and Specifications 90 104 4. Receive CITY Review Comments 21 125 5. Submit 100% Drawings and Specifications 30 155 6. Receive CITY Review Comments 14 183 7. Submit Final Plans and Specifications along with 14 197 permit applications and final cost opinion 8. Permitting 0 197 9. Bidding coordination with Purchasing Division 21 218 10. Bidding and Contract Award Phase 60 278 11. Construction Phase (Final) 365 643 12. Project Closeout 21 664 Detailed schedule will be provided upon receipt of authorization to proceed and will include specific submittal dates. (Remainder of page left blank intentionally.) Page 17 of 20 TR #13930 EXHIBIT 1 ATTACHMENT 4 UPGRADE OF WATER TREATMENT PLANT HIGH SERVICE PUMP STATION LIST OF PROJECT DELIVERABLES DESIGN PHASE A. 90% Design Submittal > One (1) electronic (PDF) set of 11" x 17" Drawings, 90% Complete. > One (1) electronic (PDF) set of Specifications, 90% Complete. > One (1) electronic (PDF) Opinion of Probable Construction Cost, 90% complete. B. 100% Design Submittal > One (1) electronic (PDF) set of 11" x 17" Drawings, 100% Complete. > One (1) electronic (PDF) set of Specifications, 100% Complete. > One (1) electronic (PDF) Opinion of Probable Construction Cost, 100% complete. C. Final Design/Permit Application Submittal > One (1) electronic (PDF) set of 11" x 17" Drawings, Final. > One (1) electronic (PDF) set of Specifications, Final. > Completed permit applications, exhibits, and three (3) sets of 11"x17" signed/sealed drawings and specifications for submittal to the regulatory agencies named herein. > One (1) electronic (PDF) final opinion of probable construction cost. Page 18 of 20 TR #13930 EXHIBIT 1 BIDDING SERVICES (Part of Design Phase) A. Bidding Coordination Submittal B. One (1) electronic (PDF) set of 11" x 17" Drawings (Final) C. One (1) electronic (PDF) set of 22" x 34" Drawings (Final). D. One (1) electronic (PDF) set of Specifications (Final). E. One (1) electronic (PDF) Final Completion Opinion of Probable Construction Cost. B. Pre -Bid. > One (1) flash -drive or share file link with final bid documents for CITY's use during bid phase. The flash -drive or share file link will contain: bid specifications, half-size (1 V' x17") bid drawings, and full-size (22" x 34") bid drawings. All files will be in .pdf format. > Project Final Documents including drawings on 22" x 34" and 11" x 17" sheets and project specifications on 8-1/2" x 11" sheets for use by CITY (CITY, CONSULTANT). Two (2) sets of project documents, final completion. > Addenda information as required by the CITY and/or CONTRACTORS. CITY Will publish and distribute all addenda. C. Post Bid. > Recommendation of Award Letter. CITYwill award contract and issue Notice of Award. CONSTRUCTION PHASE A. Pre -Construction > Pre -Construction conference Meeting Agenda and Minutes. > Where applicable, electronic signed/sealed drawings for building permit submittal by CONTRACTOR. CITY Building Department requires verified electronic signature certification for signed and sealed documents. > Three (3) Sets of half size (11" x 17") and full size (22' x 34") drawings and specification booklets for CONTRACTORS use through the construction phase. > Three (3) sets of drawings (11" x 17") and specifications for CITY's use during construction. > Three (3) sets of drawings (11" x 17") and specifications for sub -consultant's use during construction. B. Shop Drawings > Copies of approved and final shop drawings. Page 19 of 20 TR #13930 EXHIBIT 1 C. Construction Inspection > Site visit reports will be provided for each site visit in accordance with Tasks C6 and C11 of this Task Authorization. D. Progress Meetings > Copies of all project meeting minutes. E. Contract Modifications > Four (4) copies of all completed contract modifications. F. Pay Requests > Copies of reviewed and accepted partial and final pay request applications. G. Record Drawings and Project Closeout > One (1) half size, signed and sealed set of record drawing prints for submittal of permit certification documents to the Building Department, if applicable. > One (1) half size, signed and sealed set of prints, one (1) half size set of record drawings, and one (1) copy of AutoCad and .pdf drawing files on CD for use by CITY. > Four (4) copies of the certificate of substantial completion and punch lists. H. Special Inspection • Not applicable. I. Commissioning and Startup Reports > Two (2) Copies of All Final manufacture's startup reports per specifications. (Remainder of page left blank intentionally.) Y:\Documents\Tamarac\442-OOO.BD\Task Authorization No. XX-XXD WTP HSP Upgrade\Task Authorization Page 20 of 20 CITY OF TAMARAC UPGRADE OF WATER TREATMENT PLANT HIGH SERVICE PUMP STATION TASK AUTHORIZATION NO. TR13930 TABLE 5 I. DESIGN PHASE DATE: March 6, 2023 TASK DESCRIPTION PERSONNEL n `v y d `y y m m _ o D1 Project Administration I Management 5 0 9 28 0 0 37 D2 Coordination and Preliminary Work 9 9 7 9 D3 Not Used D4 Drawings and Engineering 0 0 32 35 0 0 193 0 0 0 0 D5 Specification Preparartion 0 0 9 35 0 0 0 9 D6 Prepare Opinions of Probable Construction Cost 0 0 2 6 0 0 0 2 D7 Submit and Review (Quality Control) 0 0 6 8 0 0 0 4 D8 Permit preparation Assistance 0 0 0 0 0 0 0 0 D9 Bidding Assistance Services 8 4 8 4 D10 Bid Evaluation and Recommendation of Award 1 0 1 2 0 2 D11 Not Used D12 Not Used Total Hours Rate Sub -Total Labor 23 0 63 131 0 0 200 0 0 0 67 $233.00 $213.00 $168.00 $130.00 $114.00 $98.00 $130.00 $109.00 $82.00 $98.00 $82.00 $5,359.00 $0.00 $10,584.00 $17,030.00 $0.00 $0.00 $26,000.00 $0.00 $0.00 $0.00 $5,494.00 TOTAL DESIGN PHASE LABOR $64,467.00 Il. REIMBURSABLE EXPENSES DESIGN PHASE EXPENSE ITEM EXPENSE TYPE UNIT NO. OF UNITS COST PER UNIT TOTAL COST REPRODUCTION Half Size drawings (11"x17") SET 4 $19.00 $76.00 1 Full Size drawings (22"x34") SET 1 $47.50 $47.50 Specification Booklets BOOKLET 0 $26.25 $0.00 Prepare CD's (Bid Documents) EA 1 $10.00 $10.00 2 PHOTOCOPIES EA 100 $0.20 $20.00 PLOTTING 3 22 X 34 (SET UP) EA 38 $3.00 $0.00 11 X 17 (SET UP) EA 76 $3.00 $0.00 TRAVEL 4 MILEAGE MILE 0 $0.585 $0.00 TOLLS EA 0 $0.00 $0.00 SUBCONSULTANTS SURVEY LS 0 $0.00 $0.00 ELECTRICAL LS 1 $13,500.00 $13,500.00 5 STRUCTURAL LS 0 $0.00 $0.00 GEOTECHNICAL LS 0 $0.00 $0.00 1 & C PROGRAMMER LS 0 $0.00 $0.00 PERMIT FEES LS 0 $0.00 $0.00 Asbesl LS 0 $0.00 $0.00 TOTAL DESIGN PHASE EXPENSES $13,653.50 GRAND TOTAL $78,120.50 USE $78,121.00 $9,351.00 $4,915.00 $0.00 $35.016.00 $6,800.00 $1,280.00 $2,376.00 $0.00 $3.904.00 $825.00 $0.00 $0.00 $64,467.00 V:\Projects\CSFL122\Y\Documents\TamaracW42-OOO.BD\Task Authorization No. XX-XXD WTP HSP Upgrade\Task Authorization\Design Scope_REV. 1 CITY OF TAMARAC UPGRADE OF WATER TREATMENT PLANT HIGH SERVICE PUMP STATION TASK AUTHORIZATION NO. TR13930 ATTACHMENT 1. ENGINEERING SERVICES DURING CONSTRUCTION DATE: March 6, 2023 TASK DESCRIPTION PERSONNEL iO a _ _ m _ E C1 Project Administration/Management 6 0 6 10 0 0 0 0 0 13 C2 Preconstruction AcMes Prior to Notice to Proceed 8 0 8 2 C3 Consult and Advise 0 0 5 20 0 0 26 0 0 5 C4 Review Shop Drawings 0 0 34 50 0 0 0 0 0 13 C5 Review Pay Requests and Schedules 0 0 3 24 0 0 0 0 0 12 C6 Perform Periodic and Milestone Inspections 0 0 4 16 0 0 0 0 0 6 C7 Progress Meetings 0 0 0 16 0 0 0 0 0 4 C8 Contract Modifications 0 0 2 4 0 0 4 0 0 4 C9 Project Closeout 2 8 0 2 C10 Regulatory Agency Documentation ro ect Closeout Submittals and Project 1 2 1 C11 Special Services 100 0 C12 Not Used Total Hours Rate Sub -Total Labor 17 0 54 158 0 0 30 0 0 100 62 $233.00 $213.00 $168.00 $130.00 $114.00 $98.00 $130.00 $109.00 $82.00 $98.00 $82.00 $3,961.00 $0.00 $9,072.00 $20,540.00 $0.00 $0.00 $3,900.00 $0.00 $0.00 $9,800.00 $5,043.00 TOTAL LABOR $52,316.00 11. REIMBURSABLE EXPENSES EXPENSE ITEM EXPENSE TYPE UNIT No. OF UNITS COST PER UNIT TOTAL COST 1 REPRODUCTION Half Size Drawings (11" x 17") SET 9 $22.80 $205.20 Full Size Drawings (22" x 34") SET 3 $47.50 $142.50 Specification Booklets BOOKLET 0 $26.25 $0.00 Record Document CD's EA 0 $10.00 $0.00 2 PHOTOCOPIES EA0 $0.25 $0.00 PLOTTING 3 22 X 34 (SET UP) EA 38 $15.00 $0.00 11 X 17 (SET UP) EA 38 $3.00 $0.00 TRAVEL 4 MILEAGE MILE 0 $0.585 $0.00 TOLLS EA 0 $0.00 $0.00 SUBCONSULTANTS SURVEY LS 0 $0.00 $0.00 ELECTRICAL LS 1 $8,000.00 $8,000.00 5 STRUCTURAL LS 0 $0.00 $0.00 GEOTECHNICAL LS 0 $0.00 $0.00 ARCHITECTURAL LS 0 $0.00 $0.00 HYDROGEOLOGIST LS 0 $0.00 $0.00 TOTAL EXPENSES $8,347.70 GRAND TOTAL $60,663.70 USE $60,663.70 S4,772.00 $3,068.00 $7,230.00 $13.237.00 $4,608.00 $3,244.00 $2,408.00 $1,704.00 $1,670.00 $575.D0 $9,800.00 $0.00 $0.00 $52,316.00 V:\Projects\CSFL122\Y\Documents\Tamarac\442-OOO.BD\Task Authorization No. )0(-XXD WTP HSP Upgrade\Task Authorization\SDC_SCOPE_REV.1 r►uaci n nci It i TR #13930 EXHIBIT 1 C & W engineering Inc. Consulting Engineers — Electrical • HVAC • Plumbing 6903 Vista Parkway North, #10 West Palm Beach, FL 33411 (561) 642-5333 February 27, 2023 Ms. Stephanie Bortz, E.I. Cha Engineering, Inc. 4700 Riverside Drive, Suite 110 Coral Springs, FL 33067 Subject: City of Tamarac WTP High Service Pumps and VFD Replacement Electrical Engineering Proposal Rev#1 C&W Ref. 235701 Dear Stephanie: I am pleased to submit this proposal to provide Eitjctrical Engineering Design Services, Bidding and Construction Services for the above referenced project. My understanding of the work is as follows: We will provide Electrical Engineering Design Services for replacement of five 150HP high Service pump motors, their check valve limit switches, and existing VFD equipment, at the existing HSP pump area and building. The goal is to reuse the existing power wiring from the switchboard to the VFD equipment, and from the VFD equipment to the pump's j-box. Replace the existing check valve limit switches with flow switches. Replace the existing control wires for discrete and analog signals, city staff prefers to use individual discrete and analog wires as opposed to TCP/IP Ethernet communications. We will show new wiring for discrete and analog signals between the VFD equipment and the HSP PLC system being installed inside the HSP building under package B improvements. We will provide add alternate notes for contractor to replace feeders from VFD to Pumps and megger testing. If existing feeders are in good condition then they will not be replaced. We will reuse the existing flow meters (recently replaced) and the existing pressure transmitters field instruments. New taps will be required for the new flow switches that will replace the check valve limit switches. TR #13930 EXHIBIT 1 C&W Ref. 235701 DESIGN SERVICES Coordination Cha Engineering, Inc., VFD Vendors Owner Engineering Load Calculations Sizing of Equipment Ratings Field investigate condition of existing Power and control wires, Reuse existing raceways. Layout of new VFD equipment onto existing housekeeping pads. Terminate control wiring to new PLC 1/0 at HSP room (per B package) Provide Electrical drawings for review and comments at 90% & 100%. Provide Electrical specifications for raceways, wires. VFD equipment and flow switches. Anticipated Drawings based on existing equipment replacement (Electrical drawing set up to be done by Cha's office.) E-01 Electrical Notes and Legends. E-02 High Service Pump Exterior Demolition plan. E-03 High Service Pump Interior Demolition Equipment Plan. E-04 High Service Pump Exterior Install Equipment Plan. E-05 High Service Pump Room Electrical Equipment Plan. E-06 Electrical Oneline Diagram Demolition Plan E-07 Electrical Oneline Diagram New Work Plan E-08 VFD Control Schematic, including heaters and thermal motor protection. E-09 VFD Enclosure Elevation Details E-10 VFD Network Communications plan E-11 Standard Details — Electrical E-12 Standard Details - Electrical Electrical Division 16 specifications as required. Electrical and Grounding Drawing Details. SCADA System Elements per City of Tamarac for the status of the VFD equipment and pump equipment. Final Coordination Meeting at the City Provide 90% & 100% design documents, prepare an opinion of construction costs TR #13930 EXHIBIT 1 C&W Ref. 235701 BIDDING SERVICES Provide final Documents for Bidding Respond to Contractor Questions Provide Addendum if needed CONSTRUCTION SERVICES Electronically sign drawings for Permitting. (Single sheet PDF's will be made by Cha) Provide conformed drawings and specifications for construction Respond to Contractor's RFI Questions Provide Shop Drawing review, including O&M manuals Provide two field inspections during Construction Provide one substantial Punch list visit during startup FEE SUMMARY Design Phase Services: $ 12,000.00 Lump Sum Bidding Services $ 1,500.00 Lump Sum Total design fee: $ 13,500.00 Lump Sum Construction & Permitting Services $ 8,000.00 Hourly Not to Exceed I trust the above is in agreement with your needs and expectations. If you have questions or comments regarding the above, please contact us. Very truly yours, C&W Engineering, Inc. Michael Guida, P.E. JLR/NL/File