Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2023-063Temp. Reso. #13931 June 14, 2023 Page 1 of 6 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2023-_(2(v3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING TASK AUTHORIZATION NO. 23-13D AND AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE TASK AUTHORIZATION NO. 23-13D WITH CHA CONSULTING, INC. (FORMERLY ECKLER ENGINEERING) TO PROVIDE PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN OF THE RELOCATION OF RAW WATER SUPPLY WELL NO 1 PROJECT INCLUDING DESIGN AND CONSTRUCTION ADMINISTRATION, ATA BASE COST OF $176,678.25. A CONTINGENCY IN THE AMOUNT OF 5% OR $8,833.91 WILL BE ADDED TO THE PROJECT ACCOUNT FOR CITY APPROVED ADDITIONAL SERVICES REQUIRED TO COMPLETE THE PROJECT PER TA #23- 13D FOR A TOTAL PROJECT BUDGET NOT TO EXCEED $185,512.16; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; AUTHORIZING EXPENDITURES FROM THE APPROPRIATE ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates, and maintains a Water Treatment Plant located at 7803 NW 61 st Street; and WHEREAS, the Water Treatment Plant has nineteen (19) raw water wells that pump raw water from the Biscayne Aquifer into the Water Plant Treatment Process; and WHEREAS, Raw Well #1 is the oldest of the 19 raw wells in the city and has undergone several repairs in recent years, and can no longer be effectively or cost - efficiently repaired; and WHEREAS, new Environmental Protection Agency (EPA) regulations prohibit Temp. Reso. #13931 June 14, 2023 Page 2 of 6 replacement of the well in its present location, adjacent to the Broward County Wastewater Facility, and therefore requires replacement in a new location, several feet away from that facility, a new site has been selected and approved by the Department of Health and SFWMD and is within the new EPA guidelines; and WHEREAS, Task Authorization No. 23-13D ("TA #23-13D") with CHA Consulting, Inc. for professional engineering services including a design phase to prepare detailed plans and specifications, and construction administration including engineering services during construction, will allow the City to abandon and replace the existing comprised raw well, bringing the well facility up to current regulatory requirements and provide necessary redundancy to the City's raw water supply system; and WHEREAS, CHA Consulting, Inc. possesses the required knowledge and experience to provide professional services needed to provide professional engineering services for the design and construction administration for the relocation of Raw Water Well #1, per TA 23-13D; and WHEREAS, CHA Consulting, Inc. has been pre -qualified as an approved consultant for architectural services by the City of Tamarac as authorized by Resolution No. R-2022-138, incorporated herein by reference and on file at the Office of the City Clerk; and WHEREAS, per Task Authorization Number 23-13D, the base Contract Cost for the Design Phase in an amount not to exceed $83,339.25, including preparation of detailed plans and specifications, and not to exceed $93,339.00 for the Construction Administration Phase, including engineering services during construction, for a base cost Temp. Reso. #13931 June 14, 2023 Page 3 of 6 not to exceed $176,678.25, and a contingency in the amount of 5% or $8,833.91 will be added to the project account for a total project budget of $185,512.16, a copy of TA #23- 13D is attached hereto as "Exhibit 1" and is made a specific part of this Resolution; and WHEREAS, Funding exists in the Utility Renewal and Replacement Fund for said project; and WHEREAS, it is the recommendation of the Director of Public Services, the Director of Financial Services and the Purchasing and Contracts Manager that Task Authorization No. 23-13D from CHA Consulting, Inc. be approved and executed by the appropriate City Officials, a copy of Task Authorization No. 23-13D 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 citizens and residents of the City of Tamarac to accept and execute Task Authorization No. 23-13D (a copy of which is attached hereto as "Exhibit 1 ") with CHA Consulting, Inc. to provide professional engineering services for the design and construction administration for the relocation of Raw Water Well #1, in an amount not to exceed $83,339.25, including preparation of detailed plans and specifications, and not to exceed $93,339.00 for the Construction Administration Phase, including engineering services during construction, for total cost not to exceed $176,678.25, and a contingency in the amount of 5% or $8,833.91 will be added to the project account for a total project budget of $185,512.16. Temp. Reso. #13931 June 14, 2023 Page 4 of 6 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 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. 23-13D and authorizes the appropriate City Officials to execute Task Authorization No. 23-13D with CHA Consulting, Inc. to provide professional engineering services for the design and construction administration for the relocation of Raw Water Well #1, for a base project cost not to exceed $176,678.25, and a contingency in the amount of 5% or $8,833.91 will be added to the project account for a total project budget of $185,512.16, a copy of Task Authorization No. 23-13D is attached hereto as "Exhibit 1 ". SECTION 3: The City Manager or 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. Temp. Reso. #13931 June 14, 2023 Page 5 of 6 SECTION 4: Funding for the professional engineering services for the design and construction administration for the relocation of Raw Water Well #1 is available in the Utility Renewal and Replacement Fund SECTION 5: An expenditure from the appropriate accounts, in an amount not to exceed $176,678.25 for the Design and Construction Administration Phases, and a contingency in the amount of 5% or $8,833.91 will be added to the project account for a total project budget of $185,512.16, is HEREBY approved. SECTION 6: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. 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 is left blank intentionally." Temp. Reso. #13931 June 14, 2023 Page 6 of 6 SECTION 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this- wfl�day of �(, e 2023. ATTEST: KIMBERLY EfILLON, CMC CITY CLERK M"J�L M CHELLE J. G EZ MAYOR RECORD OF COMMISSION VOTE MAYOR GOMEZ DIST 1: V/M BOLTON DIST 2: COMM. WRIGHT, JR. `--�� DIST 3: COMM. VILLALOBOS I F-Is_ DIST 4: COMM. DANIEL APPROVED AS TO FORM AND LEGAL SUFFICIENCY FOR THE USE AND RELIANCE OF THE CITY OF TAMARAC ONLY. S`O TINOT CITY ATTORNEY TR 13931 EXHIBIT 1 May 30, 2023 442-000. BD Mr. Earl Henry, P.E. City of Tamarac Public Services Department 10101 State Street Tamarac, FL 33321 Dear Mr. Henry: Reference: Proposal for Engineering Services Task Authorization No. 23-13D Relocation of Raw Water Supply Well No. 1 Sent via email to: Earl HPnrVatamarac ora In accordance with your request, we are pleased to submit this Task Authorization for providing engineering services for the proposed Relocation of Raw Water Supply Well No. 1 . 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. < Permitting assistance. < Bidding phase assistance. < Traditional and special engineering services during construction. The proposed scope of work for this project is attached as Task Authorization 23-13D. Our proposed lump sum fee for the design phase services required for this scope is $83,339.25. 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 $93,339.00. 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 1954.510.4700 954.755.2741 www.chacompanies.com TR 13931 EXHIBIT 1 Mr. Earl Henry, P.E.. May 30, 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. Sincerely1) , ate'`."`'—, Douglas K. Hammann, P.E. Encl. V:\Projects\CSFL122\Y\Documents\Tamarac\442-OOO.BD\Task Authorization No. XX-XXD Relocation of Raw Water Supply Well No. 1\Task Authorization TR 13931 EXHIBIT 1 TASK AUTHORIZATION NO. 23-13D SCOPE OF SERVICES RELOCATION OF RAW WATER SUPPLY WELL NO. 1 INTRODI ICTION City staff has requested that the existing Potable Raw Water Supply System be modified as follows: 1. Abandonment of existing raw water supply well no. 1. 2. Decommissioning and removal of existing well no. 1 pumping and electrical equipment. 3. Drilling and installation of replacement well no. 1. 4. New wellhead, column pipe, pump and wellhead piping, valves and accessories. 5. Raw water main extension to existing main on WTP site. (This work will be coordinated with work proposed on site by others). 6. Electrical improvements inclusive of 480-volt power feeder extension and new well control panel. (This work will be coordinated with work proposed on site by others). 7. Relocate existing well no 1 control panel, RTU panel and antenna update SCADA communications and HMI screens, as applicable 8. Civil site improvements to include access to well, fencing, surface restoration and existing civil demolition. 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 18 TR 13931 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 hydrogeologist and 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 18 TR 13931 EXHIBIT 1 Task D6 - Prepare Opinions of Probable Construction Cost Prepare the 60%, 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. 60% Drawings and Specifications. B. 90% Drawings and Specifications. C. 100% Drawings and Specifications The ENGINEER will incorporate the agreed -upon revisions made by the CITY. A total of three (3) meetings with the CITY is the level of effort for this Task. Task D8 - Permit Preparation Assistance This task consists of preparing the following regulatory permit application submittals: A. Florida Department of Environmental Protection (FDEP) Application for Specific Permit to Construct PWS Components (DEP Form 62-555.900(1)). B. South Florida Water Management District (SFWMD) letter modification to existing Water Use Permit Number 06-00071-W issued March 8, 2022. Scope includes all regulatory permits required to be obtained by City for completion of this project. Building permits (where applicable) during construction are obtained by Contractor per the contract documents. 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 18 TR 13931 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. CITY will tabulate submitted bids and coordinate with ENGINEER for bid evaluation review and bidder recommendation. 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. Task D11 - Hydrogeological Services During Design ENGINEER shall provide the services of a hydrogeologist to complete the tasks required during well design, per Attachment 7, Tasks 1, 2, and 3, Connect Consulting, Inc., dated September 2, 2022. 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 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 forthe 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 advice 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 18 TR 13931 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 thirty (30) submittals is the estimated level of effort basis for this item's budget. Task C5 - Review Pay Requests and Schedules This task to be completed by the CITY. 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 are 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 18 TR 13931 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. ENGINEER shall provide signed/sealed record drawingsto CONTRACTORfor building 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 Final certification of each regulatory permit obtained for the project from the following agencies: A. FDEP. B. SFWMD. C. City of Tamarac Building Department (to be submitted by project GC). Task C91- 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 18 TR 13931 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. 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 has not been included in this scope, but can be added if requested by the City of Tamarac Building Department. Task C13 - Hydrogeological Services During Construction ENGINEER shall provide the services of a hydrogeologist to complete the tasks required during well construction, per Attachment 7, Tasks 4, 5, and 6, Connect Consulting, Inc., dated September 2, 2022. 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 well no 1 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: 1. 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 18 TR 13931 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 D11, the lump sum fee of $83,339.25. B. Construction Phase For services enumerated in Article 1, Tasks C1 through C13, the estimated not to exceed fee of $93,339.00. 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 18 TR 13931 EXHIBIT 1 C. Landscaping and irrigation system designs. D. Any expert witness or testimony services. E. Payment of permit fees. F. Special inspection services not requested but can be added. G. Surveying. (Survey completed for WTP Administration project will be incorporated into this project.) H. Services not specifically indicated in this Task Authorization. (Remainder of page left blank intentionally.) Page 9 of 18 TR 13931 EXHIBIT 1 ATTACHMENT 1 RELOCATION OF RAW WATER SUPPLY WELL NO. 1 TENTATIVE LIST OF PROJECT DRAWINGS Drawing Sheet No. Title_ General Cover sheet G-1 Project Location Map and Index to Drawings G-2 General Notes and Legends G-3 Abbreviations G-4 Mechanical Legends and Symbols G-5 Process and instrumentation Legends (Sheet 1) G-6 Process and instrumentation Legends (Sheet 2) G-7 Design Criteria (Sheet 1) G-8 Design Criteria (Sheet 2) G-9 Sequence of Construction Coordination Demolition D-1 Demolition Site Plan D-2 Existing Well No. 1 Demolition D-3 Miscellaneous Demolition Details Civil C-1 Project Key Map C-2 Replacement Well Location (Well No. 1) C-3 Replacement Well No. 1 Detail C-4 Well Details C-5 Civil Site Plan (Well No. 1) CD-1 Standard Details - Civil Mechanical M-1 Piping Schedule and General Mechanical Notes M-2 Yard Piping Key Map M-3 Yard Piping Modifications Plan (Sheet 1) M-4 Mechanical Site Plan (Well No. 1) M-5 Well Equipment Section (Well No. 1) M-6 Miscellaneous Well Details MD-1, 3 Standard Details - Mechanical Instrumentation Page 10 of 18 TR 13931 EXHIBIT 1 1-1 Process and Instrumentation Diagram (Sheet 1) 1-2 Existing Well RTU (Sheet 1) 1-3 Existing Well RTU (Sheet 2) I-4 Existing Well RTU (Sheet 3) 1-5 Existing Well RTU (Sheet 4) ID-1 Standard Details - Instrumentation and Controls Electrical E-1 Electrical Notes and Legends E-2 Electrical Site Demolition Plan (Well No. 1) E-3 Electrical Site Plan E-4 Electrical Plan (Well No. 1) E-5 One- Line Diagrams Power and I&C (Well No. 1) E-6 Partial SCADA Network Diagram E-7 Specific Electrical Details ED-1 Standard Details - Electrical ED-2 Standard Details - Electrical (Remainder of page left blank intentionally) Page 11 of 18 TR 13931 EXHIBIT 1 ATTACHMENT 2 RELOCATION OF RAW WATER SUPPLY WELL NO. 1 TENTATIVE LIST OF PROJECT SPECIFICATIONS PART 1 BIDDING REQUIREMENTS (These documents provided by City Purchasing Division) PART 2 CONTRACT FORMS (These documents provided by City Purchasing Division) PART 3 MISCELLANEOUS FORMS/INFORMATION (These documents provided by City Purchasing Division) PART 4 SPECIFICATIONS Division 1 - General Requirements 01005 General Requirements 01010 Summary of Work 01050 Field Engineering 01200 Project Meetings 01300 Submittals 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 02510 Asphaltic Pavement and Base 02630 Concrete Sidewalks, Drives, and Curbs Division 3 - Concrete 03300 Concrete 03600 Grout Page 12 of 18 TR 13931 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 07230 Vapor Barrier 07900 Sealants Division 8 - Not Used Division 9 - Protective Coatings 09900 Protective Coatings Division 10 - Not Used Division 11 -Equipment 11065 Submersible Turbine Pumps - General 11065-1 Vertical Turbine Pumps - Specific Section 12 - Not Used Section 13 - Special Construction 13700 Process Instrumentation and Controls Section 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 16110 Lightning Protection Page 13 of 18 TR 13931 EXHIBIT 1 PART 5 APPENDICES Appendix A - FDEP Permit Appendix B - SFWMD Letter Modification Permit (Remainder of page left blank intentionally.) Page 14 of 18 TR 13931 EXHIBIT 1 ATTACHMENT 3 RELOCATION OF RAW WATER SUPPLY WELL NO. 1 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 60% Drawings and Specifications 60 74 6. Receive CITY Review Comments 21 95 7. Submit 90% Drawings and Specifications 30 125 8. Receive CITY Review Comments 21 146 9. Submit 100% Drawings and Specifications 30 176 10. Receive CITY Review Comments 14 190 11. Submit Final Plans and Specifications along with 14 204 permit applications and final cost opinion 12. Permitting 60 264 13. Bidding coordination with Purchasing Division 7 271 14. Bidding and Contract Award Phase 60 331 15. Construction Phase (Final) 365 696 16. Project Closeout 21 717 Detailed schedule will be provided upon receipt of authorization to proceed and will include specific submittal dates. (Remainder of page left blank intentionally.) Page 15 of 18 TR 13931 EXHIBIT 1 ATTACHMENT 4 RELOCATION OF RAW WATER SUPPLY WELL NO. 1 LIST OF PROJECT DELIVERABLES DESIGN PHASE A. 60% Design Submittal < One (1) electronic (PDF) set of 11" x 17" Drawings, 60% Complete. < One (1) electronic (PDF) set of Specifications, 60% Complete. < One (1) electronic (PDF) Opinion of Probable Construction Cost, 60% Complete. B. 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. C. 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. D. 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. E. SFWMD Permit Letter Modification < One (1) copy of permit modification letter submittal to SFWMD. < One (1) copy of all other permit related correspondence. < Copies will be electronic (pdf). Page 16 of 18 TR 13931 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 DropBox link with final bid documents for CITY's use during bid phase. The flash -drive or Dropbox link will contain: bid specifications, half-size (11" 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. CITY will 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 17 of 18 TR 13931 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. J. Well Completion Report(s) < Per Attachment 7, Hydrogeological scope. < Two (2) signed/sealed hard copies. < Signed/sealed electronic copies Adobe (pdf) format for distribution. (Remainder of page left blank intentionally.) F:\Task Authorization No. XX-XXD Relocation of Raw Water Supply Well No. 1\Task Authorization\Task Auth 23-XXD.wpd Page 18 of 18 ATTACHMENT 7 CC1 4 Connect 6 Consulting, Inc. Water Resource Consultants September 2, 2022 Mr. Doug Hammann, P.E. Eckler Engineering, Inc. 4700 Riverside Drive, Suite 110 Coral Springs, FL 33067 TR 13931 EXHIBIT 1 South Florida Office 1907 Commerce Lane Suite 104 Jupiter, FL 33458 Tel: 561-758-2475 E-Mail: jandersen@cciwater.com Re: Proposal for Professional Hydrogeological Services City of Tamarac — Replacement Well (Well 1R) and Plug and Abandon Well 1 Dear Doug: Connect Consulting, Inc. (CCI) is pleased to have the opportunity to provide hydrogeologic consulting services to Eckler Engineering, Inc., (Eckler) for the City of Tamarac (City) for the replacement of Well 1. The new well, Well 1R, will tap the Biscayne aquifer and be located at the Tamarac Utilities West Water Treatment Plant in Tamarac. Our proposed scope of work includes the development of well construction drawings, permitting, bidding assistance, and services during construction of the new Well 1R and plugging and abandonment of Well 1. SCOPE OF SERVICES The following tasks and associated costs are included within our proposed scope of work for your consideration. Task 1— Well Construction Design and Drawings CCI will develop a conceptual design for the construction and testing of Well 113 based on the construction details of the existing wells in the vicinity of the water treatment plant including Wells 1, 3, and 7. Task 1.1 Well 1R (60% Design Specifications and Project Drawing) — CCI will prepare and submit a 60% conceptual well design and construction drawing(s) for Well 1R to Eckler. Eckler shall review the 60% specifications and provide comments. CCI will review and respond to the comments and utilize the agreed upon changes for the 90% design. Wellhead and piping to be designed by others. Task 1.2 Well 1R (90% Design Specifications and Project Drawing) - Following completion of the Eckler review 60% design work, CCI will prepare and submit to Eckler 90% well design specifications and construction drawing(s) for Well 1R. It is our understanding these plans will be reviewed by Eckler, the City, and sent to the appropriate regulatory agencies for comment. CCI will review and respond to the comments and utilize the agreed upon changes for the 100% design. Central Florida Office - 1210 Emmel Rd - Lake Helen, Florida 32744 . 386-473-7766 North Florida Office - 19505 N.W. 1841 Terrace - High Springs, Florida 32643 - 561-479-8031 South Florida Office - 1907 Commerce Ln, Ste 104 - Jupiter, Florida 33458 - 561-758-2475 1 TR 13931 EXHIBIT 1 Task 1.3 Well 1R (100% Design Specifications and Protect Drawing) - Following completion of the 90% design review, CCI will prepare and submit to Eckler 100% well design phase specifications and construction drawing(s) for Well 1R. Eckler shall review the 100% specifications and provide comments. CCI will review and respond to the comments and utilize the agreed upon changes for the conformed design (bid set). Task 2 — Permitting Based on a conversation with Mr. John Lockwood of the SFWMD, it is anticipated that the replacement of Well 1 with the new Well 111 and the change from secondary to primary status will require a letter modification of the City of Tamarac's (City) existing SFWMD water use permit (#06-00071-W) as the relocation of the well a relatively short distance away and change in well status should have minimal impact on surrounding existing legal users, wetlands, resources, or impact regional groundwater availability. CCI will prepare and submit a letter modification of the permit on behalf of the City. It is not anticipated that modification of the permit will require an application fee. If permitting requires the submittal of an analytical model, we anticipate an additional cost of approximately $5,000. Modeling will only be undertaken with prior written authorization from Eckler Engineering. Task 3 — Bidding Assistance CCI will prepare a conformed set of bid documents to assist Eckler with the bidding and award of the construction contract for the project. CCI will provide written responses for up to three contractor requests for information to be issued as addenda. CCI will review submitted contractor bids and prepare a written award recommendation to Eckler. Task 4 — Hydrogeologic Services during Test Well Construction CCI will provide hydrogeologic observation services and hydrogeologic direction during construction of a Biscayne aquifer test well to be drilled in the immediate vicinity of the proposed replacement Well 1R. CCI hydrogeologist staff will collect lithologic and water quality data during test well drilling that will be used to determine the new well construction details. Task 5 — Hydrogeologic Services during Well Construction and Abandonment CCI will provide hydrogeologic observation services, hydrogeologic direction, and well design/construction expertise during construction of Biscayne aquifer replacement Well 1R and the abandonment of Well 1. CCI hydrogeologist staff will be present during critical phases of well construction including pilot hole drilling, geophysical logging, casing installation and cement grouting, completion interval drilling, water quality testing, development, step drawdown testing, and well video observation. CCI will recommend constructed depths of bore holes, casings, and open intervals. CCI will direct step- drawdown testing, perform water level measurements, specific capacity analysis, and water quality testing. This task will include providing lithologic logs, well construction daily field logs, water quality data, and copies of the geophysical logs provided by the contractor. Digital photos will be taken of significant activities during the construction of Well 111 and the abandonment of Well 1. Central Florida Office - 1210 Emmel Rd - Lake Helen, Florida 32744 - 386-473-7766 North Florida Office - 19505 N.W. 1841h Terrace - High Springs, Florida 32643 - 561-479-8031 South Florida Office - 1907 Commerce Ln, Ste 104 - Jupiter, Florida 33458 - 561-758-2475 2 TR 13931 EXHIBIT 1 Task 6 - Well Completion Report CCI will prepare a well completion report documenting well construction (Well 1R) and abandonment (Well 1) including photographic documentation of these activities. Included for Well 1R will be materials used, a lithologic log, geophysical log analysis, water quality field data, performance testing results, sand and SDI measurements, and recommendations for ongoing maintenance and monitoring of the well. For Well 1, the type and quantity of cement used to plug the well will be recorded. Cost of Services CCI will invoice on a lump sum basis, invoicing monthly on a % complete basis. Table 1 lists our fees for each task listed above. Table 1- Cost of Services Summa Task No. I Description Fee ($) 1 Well Construction Design and Drawings 6,770.00 2 Permitting 1,450.00 3 Bidding Assistance 7,230.00 4 Hydrogeologic Services during Test Well Construction 8,330.00 5 Hydrogeologic Services during Well Construction and Abandonment 18,570.00 6 Well Completion Report 5,600.00 Total $47,950.00 Notes/Assumptions • On -site services for Task 5 assume three weeks of construction, testing, and abandonment • CCI has estimated 100 hours of oversight based on three weeks of construction, testing, and well abandonment. • On -site services are based on the assumption that the water well contractor and drilling crew selected for this project are competent and capable of completing the project as designed and that the project will be completed under a typical schedule for these services. • If additional on site time beyond our estimate is required, services will be invoiced at $120/hr. Thank you for the opportunity to serve Eckler and the City. Please don't hesitate to contact me if you have any questions. Sincerely, CONN,FCT CONSULTING, INC. Ja L. Andersen, P.G. Principal Hydrogeologist Central Florida Office - 1210 Emmel Rd - Lake Helen, Florida 32744 - 386-473-7766 North Florida Office • 19505 N.W. 1841 Terrace • High Springs, Florida 32643 • 561-479-8031 South Florida Office - 1907 Commerce Ln, Ste 104 - Jupiter, Florida 33458 - 561-758-2475 3 TR 13931 EXHIBIT 1 AUTHORIZATION: Eckler Engineering, Inc. Authorized Agent (Print Name) Signature WITNESS: Printed Name Signature Date Date Central Florida Office - 1210 Emmel Rd - Lake Helen, Florida 32744 - 386-473-7766 North Florida Office - 19505 N. W. 1841h Terrace - High Springs, Florida 32643 - 561-479-8031 South Florida Office - 1907 Commerce Ln, Ste 104 � Jupiter, Florida 33458 - 561-758-2475 4 ATTACHMENT 8 TR 13931 EXHIBIT 1 C & W engineering Inc. Consulting Engineers — Electrical • HVAC • Plumbing 6903 Vista Parkway North, #10 West Palm Beach, FL 33411 (561) 642-5333 September 13, 2022 Doug Hammann, PE Eckler Engineering, Inc. 4700 Riverside Drive, Suite 110 Coral Springs, FL 33067 Subject: City of Tamarac WTP Well#1 Replacement Electrical Design Proposal C&W Ref. 225702P Dear Doug: I am pleased to submit this proposal for the City of Tamarac well#1 relocation project outlined above. Proiect Understanding: 1. Include design, permitting, bidding documents, and limited construction services and support for the replacement of existing well 1 to a new well site along the west side of the water plant; proposed site is approximately less than one hundred feet away from existing well 8 location. We anticipate to use the MCC bucket for the existing well 1 480V power service to provide power to the new well 1. We anticipate the same 30HP submersible pump motor at the new well site. 2. We will relocate existing well 1 RTU control panel with a local PLC and radio - based telemetry to new location. 3. We will reuse existing pump starter at the MCC and manual controls related to well 1. 4. We will extend existing well electrical feeder to new well location. We will confirm if feeder needs to be increased based on voltage drop calculations. Replacement of entire feeder may be required. 5. We will provide design for all the power, grounding, and signal wiring and conduit from each of the field instruments to the relocated well RTU panel, the monitored signals will be well flow, pressure, and level. TR 13931 EXHIBIT 1 C&W Ref. 225702P 6. Provide assistance during permitting and bidding phase. 7. Design phase is based on 90% and 100% bid documents to include specifications and opinion of construction costs. 8. Coordination/review meetings with Eckler Engineering and the Owner at percent completion levels are NOT included. 9. Construction phase services are included with this proposal. DESIGN SERVICES Coordination Eckler Engineering, Inc. Owner Vendors Field Investigation Engineering Anticipated Drawings 1. Overall Electrical Site Plan, showing existing and proposed new well site, nearby utilities. 2. Enlarged Electrical well 1 equipment plan. 3. Well 1 grounding plan. 4. Power Oneline diagram or power riser showing proposed well 1 electrical equipment and miscellaneous electrical equipment/details. 5. Design electrical circuits to meet voltage drop requirements from MCC to well. 6. Control schematics based on existing starter bucket at MCCA, and wiring to well backup control panel- show existing and new. 7. Riser diagrams 8. Typical Electrical Details & I&C Details Typical Electrical and I&C Specifications Provide documents for Review and Approval at the 90%, and 100% completion level. We will not attend the 90% and final review meetings, and based on review comments we will implement Owner comments into next submittal. Prepare Opinion of Costs at the 90%, and 100% completion level. Permitting Assistance, Response to Contractor Questions during bidding. TR 13931 EXHIBIT 1 C&W Ref. 225702P Engineering services during construction will cover the following tasks: a. Review of shop drawings b. Respond up to two (2) contractor RFIs C. Attend one meeting; provide some assistance and field coordination. d. Provide two field observations visits, one during substantial completion one during final startup and testing walkthrough and punch list. WELL 1 ELECTRICAL DESIGN FEE: $ 9,000.00 lump sum BIDDING & PERMITTING: $ 1,000.00 lump sum CONSTRUCTION SERVICES: $ 4,000.00 lump sum TOTAL FEE: $ 14,000.00 lump sum I trust the above scope is in agreement with your needs and expectations. If you have questions or comments regarding the above, please feel free to call. Very truly yours, C & W Engineering Inc. Michael Guida, P.E. CC: JLR/nl CITY OF TAMARAC RELOCATION OF RAW WATER SUPPLY WELL NO. 1 TASK AUTHORIZATION NO. TR13931 ATTACHMENT 5 1. DESIGN PHASE DATE: May 30, 2023 TASK DESCRIPTION PERSONNEL 1iiki w` w` u, w w a 01 Project Administration/Management 5 11 11 0 0 0 32 D2 Coordination and Preliminary Work 12 8 8 D3 Not Used D4 Drawings and Engineering 0 13 39 0 0 60 111 0 0 0 0 D5 Specification Preparartion 0 8 0 4 0 36 8 06 Prepare Opinions of Probable Construction Cost 0 3 0 12 0 12 3 D7 Submit and Review (Quality Control) 0 9 9 0 0 0 6 US Permit preparation Assistance 1 1 0 0 0 12 4 D9 Bidding Assistance Services 4 8 4 D10 Bid Evaluation and Recommendation of Award 0 0 3 D11 Hydrogeological Services During Design D12 j Not Used Total Hours Rate Sub -Total Labor 6 61 67 16 0 128 111 0 0 0 68 $225.00 $204.00 $168.00 $126.00 5105.00 $90.00 $120.00 $100,00 $75.00 $90.00 $75.00 51,350.00 $12,444.00 1 $11,256.00 $2,016.00 $0.00 $11,520.00 $13.320.00 $0.00 $0.00 $0.00 $5,100,00 TOTAL DESIGN PHASE LABOR $57,006.00 ll. REIMBURSABLE EXPENSES DESIGN PHASE EXPENSE ITEM EXPENSE TYPE UNIT NO. OF UNITS COST PER UNIT TOTAL COST REPRODUCTION Half Size drawings (11'M T') EA 4 $21.50 $86.00 1 Full Size drawings (22"z34") EA 3 $53.75 $161.25 Specification Booklets EA 0 $60.00 50.00 Prepare CD's (Bid Documents) EA 10 $10.00 5100.00 2 PHOTOCOPIES EA 100 50.20 520.00 PLOTTING 3 22 X 34 (SET UP) EA 43 $3.00 $129.00 11 X 17 (SET UP) EA 129 $3.00 $387.00 TRAVEL 4 MILEAGE MILE 0 50.585 $0.00 TOLLS EA 0 50.00 $0.00 SUBCONSULTANTS SURVEY LS 0 $0.00 $0.00 ELECTRICAL LS 1 $10,000.00 510,000.00 5 STRUCTURAL LS 1 $0.00 $0.00 GEOTECHNICAL LS 0 $0.00 $0.00 8 C PROGRAMMER LS 0 50.00 $0.00 PERMIT FEES LS 0 $0.00 $0.00 HYDROGEOLOGIST LS 1 $15,450.00 $15,450.00 TOTAL DESIGN PHASE EXPENSES $26,333.25 GRAND TOTAL $83,339.25 USE $83,339.25 Y:\Documents\Tamarac\442-OOO.BD\Task Authorization No. XX-XXD Relocation of Raw Water Supply Well No. 1\Task AuthonzatiomDesign Scope 57,617.00 54,392.00 So.00 527,924.00 $5,976.00 $3,429.00 $3,798.00 51,809.00 S1,836.00 $225.00 50.00 50.00 $57,006.00 CITY OF TAMARAC RELOCATION OF RAW WATER SUPPLY WELL NO. 1 TASK AUTHORIZATION NO. TR13931 ATTACHMENT 1. ENGINEERING SERVICES DURING CONSTRUCTION DATE. May 30, 2023 TASK DESCRIPTION59 PERSONNEL t `E C1 Project Administration/Management 6 6 6 0 0 0 13 C2 Precanslruclbn Activities Prior to Notice to Proceed 8 8 0 2 C3 Consult and Advise 0 5 20 0 0 20 0 0 0 0 C4 Review Shop Drawings 0 7S 60 0 60 0 0 0 0 0 C5 Review Pay Requests and Schedules 0 0 0 0 0 0 0 0 0 0 C6 Perform Periodic and Milestone Ins actions 0 8 28 0 0 0 0 0 0 0 C7 Progress Meetings 0 0 16 0 0 0 0 0 0 0 C8 Contract Modifications 0 2 4 0 0 4 0 0 0 0 C9 Project Closeout 2 8 22 2 C70 Regulatory Agency Documentation and Project Closeout Submittals 2 4 2 C11 Special Services 100 0 C12 Not Used C13 H yd rogeological Services during Construction Total Hours Rate Sub -Total Labor 6 40S 142 12 60 24 0 22 0 100 19 $225.00 $204.00 $168.00 S126.00 $105,00 S90.00 $120.00 $100.00 $75,00 $90.00 $75.00 S1,350.00 $8.262.00 $23,856,00 $1,512,00 S6,300.00 S2,160.00 $0.00 $2,200.00 $0,00 $9,000.00 S1.425.00 TOTAL LABOR S56,065OO ll. REIMBURSABLE EXPENSES EXPENSE ITEM EXPENSE TYPE UNIT No. OF UNITS COST PER UNIT TOTAL COST 1 REPRODUCTION Half Size Drawings It 1"x 17") EA 0 $25,80 50.00 Full Size Drawings (22" x 34") EA 0 $53,75 S000 Specification Booklets EA 0 $43.50 $0,00 Record Document CD's EA 0 $10.00 $0.00 2 PHOTOCOPIES EA 0 $0.25 $0,00 PLOTTING 3 22 X 34 (SET UP) EA 43 S15.00 $645.00 11 X 17 (SET UP) EA 43 $3.00 $129,00 TRAVEL 4 MILEAGE MILE 0 $0,585 $0.00 TOLLS EA 0 $0.00 50.00 SUBCONSULTANTS SURVEY LS 0 $0.00 $0.00 ELECTRICAL LS 1 S4,000W $4,000.00 5 STRUCTURAL LS 0 $0,00 $0.00 GEOTECHNICAL LS 0 $0,00 $0.00 ARCHITECTURAL LS 0 $0.00 $0,00 HYDROGEOLOGIST LS 1 $32,500.00 S32,500.00 TOTAL EXPENSES $37,274.00 GRAND TOTAL $93,339.00 USE $93,339.00 Y:\Documents\TamawA42-000.BMTask Authorization No. XX-XXD Relocation of Raw Water Supply Well No. 1\Task Author¢atbn\SDC_SCOPE S4,557.00 $3.126,00 $6,180.00 $17,910.00 S0.00 S6,336.00 S2,688.00 S1,440.00 S3,766.00 $1,062.00 $9,000,00 $0.00 S0.00 $56,065.00