Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2010-060Temp. Reso. #11789 March 8, 2010 Page 1 of 4 Revision 1 May 18, 2010 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2010- �L�;'r A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING TASK AUTHORIZATION NO. 10-02E AND AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE TASK AUTHORIZATION NO. 10-02E WITH ECKLER ENGINEERING, INC., TO PROVIDE PROFESSIONAL SERVICES FOR THE DESIGN OF A NEW FILTER BACKWASH WATER RECOVERY SYSTEM AT THE WATER TREATMENT PLANT; INCLUDING PREPARATION OF DETAILED PLANS AND SPECIFICATIONS FOLLOWED BY PERMITTING AND BIDDING ASSISTANCE, IN ACCORDANCE WITH THE CITY'S CONSULTING ENGINEERING AGREEMENT AS AUTHORIZED BY RESOLUTION NO. R-2006-131, FOR AN AMOUNT NOT TO EXCEED $93,000.00; APPROVING FUNDING FROM THE 2009 UTILITIES BOND PROCEEDS; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FORSEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates and maintains the water supply, treatment, and distribution systems; and WHEREAS, the City of Tamarac currently backwashes the Greenleaf Filter and six (6) package filters on a frequent basis and discharges approximately 300,000 gallons per day (GPD) to surface waters without recovery; and WHEREAS, the Water Treatment Plant filter backwash streams discharge into an unlined pond which is defined as surface water according to 40 CFR 141.2 and no water can be returned from this pond to our water treatment process; and Temp. Reso. #11789 March 8, 2010 Page 2 of 4 Revision 1 May 18, 2010 WHEREAS, the recovery of 300,000 GPD will provide enough water for 1200 Equivalent Residential Connections (ERC's) and delay construction of a costly reverse osmosis system; and WHEREAS, this filter backwash water recovery system project will reduce daily water withdrawal from the Biscayne Aquifer and lime chemical costs by up to five percent (5%); and WHEREAS, the City requires the service of a consulting firm knowledgeable in this area and capable of providing professional services for the design, permitting and bidding assistance of the Water Treatment Plant Filter Backwash Water Recovery System Project; and WHEREAS, Eckler Engineering, Inc., possesses the required knowledge and experience to provide the professional engineering services associated with the Water Treatment Plant Filter Backwash Water Recovery System Project; and WHEREAS, Eckler Engineering, Inc., has been pre -qualified as an approved consultant for engineering services by the City of Tamarac as authorized by Resolution No. R-2006-131 (incorporated by reference and on file in the office of the City Clerk); and WHEREAS, it is the recommendation of the Director and Assistant Director of Utilities that Task Authorization No. 10-02E from Eckler Engineering, Inc., be approved, executed and funded; 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. 10-02E (a copy of which is attached hereto as "Exhibit 1 ") with Temp. Reso. #11789 March 8, 2010 Page 3 of 4 Revision 1 May 18, 2010 Eckler Engineering, Inc., to provide engineering services for the design, permitting and bidding assistance of the Water Treatment Plant Filter Backwash Water Recovery System Project for an amount not to exceed $93,000.00 and to provide funding from the 2009 Utilities Bond proceeds. 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. The exhibit attached hereto is incorporated herein and made a specific part of this resolution. SECTION 2: The City Commission approves Task Authorization No.10-02E and authorizes the appropriate City Officials to execute Task Authorization No.10-02E with Eckler Engineering, Inc., to provide engineering services for the design, permitting and bidding assistance of the Water Treatment Plant Filter Backwash Water Recovery System Project, in accordance with the City's Consulting Engineering Agreement as authorized by Resolution No. R-2006-131 on July 12, 2006, for an amount not to exceed $9�3,000.00. SECTION 3: The $93,000.00 is approved to be funded from the 2009 Utilities Bond proceeds. SECTION 4: The City Manager, or his designee, is hereby authorized to make changes, issue change orders not to exceed $30,000.00 per Section 6-156 (b) 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. Temp. Reso. #11789 March 8, 2010 Page 4 of 4 Revision 1 May 18, 2010 SECTION 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: 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. SECTION 7: passage and adoption. 2010. This Resolution shall become effective immediately upon its PASSED, ADOPTED AND APPROVED this f11MAR1ON---SWF;NS6N, Wwr I HEREBY CERTIFY that I have approved this RESOLUTION as to form. VM#�A � SJ5�4l `0-' SAMU . GO CITY ATTORNEY CUday of , r0 BETW TALABISCO k'T FTIVI to] Record of COMMISSION VOTE: MAYOR TALABISCO DIST 1: COMM BUSHN L DIST 2: COMM ATKINS-GRA DIST 3: COMM GLASSER DIST 4: VM DRESSLER1��--� 1 F-- 7 TASK AUTHORIZATION NO. 10-02E - REVISION 2 "EXHIBIT 1" SCOPE OF SERVICES TR #11789 FILTER BACKWASH WATER RECOVERY BASIN INTRODUCTION On March 11, 2009, Eckler Engineering met with the City of Tamarac to discuss the washwater recovery basin improvements planned for the CITY's Water Treatment Plant. The general scope of this project is preliminary design, preparation of drawings and specifications and engineering services during the construction phase of this project. This project will also be coordinated with and include applicable recommendations from the CITY's Water Master Plan, dated January 22, 2009. In accordance with our project planning meeting and discussions, the following design scope is recommended and included in this project proposal: 1. New reinforced concrete filter washwater recovery basin. The anticipated design criteria for this structure shall be as follows: ► Estimated design volume of 350,000 gallons. ► Incorporate washwater recovery return pumping systems into the structure. ► Incorporate sludge collection and sludge transfer pumping into the structure. Sludge transfer pumps will discharge initially to a portion of the existing lime sludge holding pond. In the future, these pumps will discharge to proposed lime sludge thickener(s). ► Estimated washwater recovery basin detention time of 14.5 hours. ► All design parameters for the proposed washwater recovery basin will need to be finalized during the preliminary design phase of this project. 2. New washwater recovery basin return pumps. These pumps will be utilized to return decanted water from the washwater recovery basin back to the Accellator lime softening units. The capacity of these pumps will need to be finalized during the preliminary design phase of this project. 3. New lime sludge recovery pumps. These pumps will transfer settled sludge for the washwater recovery basin to either the lime sludge storage pond or future lime sludge thickeners. The capacity of these pumps will be determined during the preliminary design phase. 4. New backwash drain, washwater return, and lime sludge piping improvements to facilitate the new washwater recovery basin installation. 5. New raceways for proposed electrical loads and instrumentation needs. 6. Coordinate and provide control strategies for modifications to the CITY's existing SCADA system to incorporate the new washwater recovery basin, return pumping system revisions and lime sludge pumping revisions. Page 1 of 16 7. Newfield instruments for the revised operations including level transducer(s), floats, and other field instruments as necessary for a properly functioning instrumentation and control system. 8. Yard piping modifications and improvements to facilitate the new washwater recovery basin and pumping systems. In preparation of this scope of services the assumption has been made that washwater from the filters can be conveyed by gravity to the location of the washwater recovery basin. The scope of services does not include improvements related to pumping of wash water to the yet to be determined washwater recovery basin location. 9. Provide new electrical power distribution from new MCC-B to facilitate the proposed improvements. 10. Design of general aesthetic and site work to be included at this site including but not limited to the following: ► General site cleanup and restoration. ► Painting of exterior walls piping, conduits, and miscellaneous items that are disturbed by the progress of the work. ► Architectural improvements related to scope of work. ► Miscellaneous site work improvements inclusive of grading, sidewalks, pavement restoration and sodding. The preliminary task order Opinion of Probable Construction Cost for the above referenced improvements is estimated at $ 966,000 to $1,208,000. (These figures represent the budget cost range and cannot be warranted due to market construction cost conditions.) 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. Task D2 - Data Evaluation and Preliminary Design This task focuses on obtaining the necessary preliminary information required to prepare detailed engineering plans and specifications. A. Meet with appropriate CITY staff to discuss project requirements. B. Visit the site and review pertinent features that may impact design and/or construction. Page 2 of 16 C. Collect data available for the existing facilities, including field conditions, record drawings, connection locations, and information on other potentially impacted utilities. D. Prepare scope of services, coordinate and complete geotechnical work as may be applicable. E. Prepare scope of services, coordinate and complete additional topographic survey as may be applicable. Task D3 - Preliminary Design Report (Memorandum) This task consists of the appropriate level of engineering to analyze and prepare final design requirements for this project. A. Evaluate the data assembled under Task D2 for the establishment of the final design criteria for the proposed revisions. B. Prepare a preliminary design memorandum for this project. The preliminary design report (memorandum) will be prepared for this project in accordance with Florida Department of Environmental Protection Rules FAC Chapter 62-555. The report (memorandum) shall detail all proposed modifications at the facility. Preliminary design requirements for all system components to be modified or completed as part of this project will be presented as part of the Preliminary Design Report (memorandum). These improvements will include civil, structural, architectural, electrical, mechanical, and instrumentation requirements. C. The preliminary design memorandum shall include 50% complete drawings and specifications. D. Prepare a preliminary opinion of probable construction cost for the improvements proposed for this project. E. Meet with appropriate CITY staff to discuss and finalize the project design and parameters. 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 Table 1. Drawings will be prepared using drafting standards and standard details as developed by Eckler Engineering, Inc. Task D5 - Specification Preparation Page 3 of 16 This task consists of the preparation of specifications necessary to construct this project. A. ENGINEER shall prepare technical specifications required forthis project in Division 1 through Division 16. These specifications, utilizing the CSI format, 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 Eckler Engineering. A tentative list of specification sections to be prepared for this project is presented in Table 2. 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. Task D6 - Permit Preparation Assistance This task consists of preparing the following permit application submittals: A. Broward County Health Department (BCHD)/ Florida Department of Environmental Protection (FDEP) permit to construct minor WTP improvements. Any additional permits required beyond the above will be considered as outside the scope of this proposal. Task D7 - Final Opinion of Probable Construction Cost Prepare the 50%, 90%, 100%, and final levels of Opinion of Probable Construction Cost for new facilities and improvements proposed under this project. Task D8 - 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 and the advertisement for bid and respond to communication from contractors and issue addenda information as required. Provide up to twenty (20) sets of bid documents for distribution by the CITY to potential bidders. B. Attend the pre -bid meeting and distribute the minutes of the meeting to bidders. C. Respond to written questions by potential bidders and, if needed, assist the CITY in issuing addenda. D. Attend the bid opening and tabulate the bids as provided by interested contractors. Task D9 - 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. Page 4 of 16 Task D10 - 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. Preliminary Design Report (memorandum) and 50% 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. Construction Phase A scope of services proposal for engineering services during construction will be developed at a later date when requested by the City of Tamarac. Project Deliverables Project deliverables for the project design and construction phases shall be in accordance with Table 4, attached. ARTICLE 2 - DATA OR ASSISTANCE TO BE PROVIDED BY CITY A. Provide assistance with regulatory agencies and payment of all applicable permitting fees. B. Provide ENGINEER with assistance in locating existing facilities, when requested. C. Provide general project review, where required. D. Provide copies of existing facility record drawings. E. Provide copies of existing SCADA system as-builts. F. Attendance at project meetings. ARTICLE 3 - TIME OF COMPLETION Table 3 provides the preliminary project schedule based on days from the receipt of the Authorization to Proceed. Page 5 of 16 ARTICLE 4 - 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 lump sum fee of $ 93,000.00. These fees have been determined in accordance with the scope of work breakdown attached as Table 5. The fee does not include the provision of the following items: 1. Preparation of permit submittal applications to the City of Tamarac Building Department. 2. Any expert witness or testimony services. 3. Design of improvements to the existing emergency and primary power systems. 4. Any hydrogeologic work required for the design of dewatering systems or the evaluation of the impact on construction dewatering systems for contamination sites within a quarter mile radius of the project site. 5. Landscaping and irrigation system designs. 6. Design of washwater pumping system improvements to transfer washwater from the existing filters to the washwater recovery basin location. Should, through the course of design it be determined that the gravity option for conveyance washwater is not possible, then the design of pumping systems for conveyance of wash water will require an appropriate engineering fee adjustment for design. 7. Payment of permit fees. 8. Preparation of permit submittal applications to the City of Tamarac Building Department. 9. Services not specifically indicated in this Task Authorization. (Remainder of page left blank intentionally.) Page 6 of 16 ARTICLE 5 - 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 Mayor and City Manager, and CONSULTANT, signing by and through its President, duly authorized to execute same. ATT T: Marion Swenson, CM City Clerk J A Date ATTEST: - Douo��� (Corporate Secretary) Donald A. Eckler Type/Print Name of Corporate Secy. (CORPORATE SEAL) Page 7 of 16 CITY OF TAMARAC Beth Fla nsbau m-Ta labilgco, Mayor o o Date . Jeffi ee�L Viller, City Manager Date Approved as to form and legal suffici Sam Oren, ity orney .M?- (/d- Date Eckler Engineering, Inc. Company Name OAK Signature of President/Owner Donald A. Eckler. P.E. Type/Print Name of President/Owner .4/2-7/10 Date 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 Donald A. Eckler, of Eckler Engineering. 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 , 2010. Signature of Notary Public .......... ....uu.....uuu.uu..... State of Florida at Large LINDA C. FRACASSO Comm# DD0855027 �►� �o- Linda C. Fracasso Expires 5/1/2013 Print, Type or Stamp P %'F�F�°.` Florida Notary Assn., Inc Name of Notary Public ;Nq,t,�� :.:.:.:::::::.:a:::::::::..............: 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\BD\WTP WashWater Recovery Basin Addition\Revision 2\Task Auth 10-02E.wpd Page 8 of 16 TABLE 1 FILTER BACKWASH WATER RECOVERY BASIN TENTATIVE LIST OF PROJECT DRAWINGS Drawing Sheet No. Title General Cover sheet G-1 Index to Drawings and Project Location Map G-2 General Notes and Abbreviations G-3 Mechanical Legends and Symbols G-4 Architectural and HVAC Legends G-5 Process and Instrumentation Legend G-6 Electrical Notes and Legends G-7 Overall Plant Flow Schematic G-8 Design Criteria (Sheet 1) G-9 Design Criteria (Sheet 2) Civil C-1 Site Survey (Sheet 1 of 3) C-2 Site Survey (Sheet 2 of 3) C-3 Site Survey (Sheet 3 of 3) C-4 Overall Site Plan and Boring Locations C-5 Paving and Grading Plan Key Map C-6 Paving and Grading Site Plan (Sheet 1) C-7 Paving and Grading Site Plan (Sheet 2) CD-1 Standard Details - Civil CD-2 Standard Details - Civil Architectural A-1 Finish Schedules Structural S-1 Washwater Recovery Basin Foundation Plan S-2 Washwater Recovery Basin Top Plan S-3 Washwater Recovery Basin Sections S-4 Washwater Recovery Basin Sections and Details SD-1 Standard Details - Structural SD-2 Standard Details - Structural Mechanical Page 9 of 16 M-1 Piping Schedule and General Mechanical Notes M-2 Hydraulic Profile M-3 Yard Piping Demolition Plan M-4 Yard Piping Key Map M-5 Yard Piping Plan (Sheet 1) M-6 Yard Piping Plan (Sheet 2) M-7 Yard Piping Details M-8 Washwater Recovery Basin Equipment Plan M-9 Washwater Recovery Basin Sections M-10 Washwater Recovery Basin Sections and Details MD-1 Standard Details - Mechanical MD-2 Standard Details - Mechanical MD-3 Standard Details - Mechanical MD-4 Standard Details - Mechanical Instrumentation 1-1 Overall Plant Process Schematic 1-2 Process and Instrumentation (Sheet 1) ID-1 Standard Details - Instrumentation and Controls Electrical E-1 Electrical Site Demolition Plan E-2 Electrical Site Installation Plan E-3 New Washwater Recovery Basin Electrical Plan E-4 New Washwater Recovery Basin Lighting and Grounding Plan E-5 Existing MCC -A Modifications E-6 Existing MCC-B Modifications E-7 PLC Arrangement Diagram E-8 Washwater Recovery Basin Control Panel E-9 Existing PLC 1/0 Modifications (Sheet 1) ED-1 Standard Details - Electrical ED-2 Standard Details - Electrical ED-3 Standard Details - Electrical (Remainder of page left blank intentionally) Page 10 of 16 TABLE 2 FILTER BACKWASH WATER RECOVERY BASIN TENTATIVE LIST OF PROJECT SPECIFICATIONS SECTION NO. TITLE 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 02072 Demolition 02200 Earthwork 02500 Restoration and Cleanup 02510 Asphaltic Pavement and Base 02630 Concrete Sidewalks, Drives and Curbs Division 3 - Concrete 03100 Formwork 03200 Concrete Reinforcement Page 11 of 16 03251 Expansion and Construction Joints 03300 Concrete 03600 Grout Division 4 - Masonry - Not Used Division 5 - Metals 05500 Fabricated Metalwork and Castings 05520 Handrails and Railings Division 6 - Wood and Plastic 06611 Fiberglass Weir Plates Division 7 - Thermal and Moisture Protection 07900 Sealants Division 8 - Doors and Windows - Not Used Division 9 - Finishes 09900 Protective Coatings Division 10 - Specialties - Not Used Division 11 - Equipment 11310 Submersible Non -Clog Pumps - General 11310-1 Submersible Non -Clog Pumps - Specific 11310-2 Submersible Non -Clog Pumps - Specific Division 12 - Not Used Division 13 - Special Construction 13700 Process Instrumentation and Controls 13710 Programmable Logic Controller 13711 Existing PLC/SCADA System Modifications 13712 Local HMI Development Division 14 - Conveying Systems - Not Used Division 15 - Mechanical 15005 Ductile Iron Pipe (Water) 15029 Testing and Disinfection (Pipelines, Structures and Equipment) 15050 Fire Hydrants Page 12 of 16 15087 Fabricated Slide Gates 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 16921 480 - Volt Motor Control Center Appendices Appendix A - Report of Geotechnical Exploration (Remainder of this page left blank intentionally.) Page 13 of 16 TABLE 3 FILTER BACKWASH WATER RECOVERY BASIN PRELIMINARY PROJECT SCHEDULE Time to Cumulative Time Activity Complete To Complete (Days) (Days) 1. Notice to Proceed 0 0 2. Site Visit/Information Gathering/Topographic Survey/Geotechnical 30 30 3. Preliminary Design Memorandum (50% Submittal) 45 75 4. Receive CITY Comments. 14 89 5. Submit 90% Drawings and Specifications 30 119 6. Receive CITY Review Comments 14 133 7. Submit 100% Drawings and Specifications 21 154 8. Receive CITY Review Comments 14 168 9. Submit Final Plans and Specifications along with 21 189 permit applications and final cost opinion 10. Regulatory Permitting Phase 30 219 11. Bidding and Award Phase 60 279 12. Construction Phase (Final) 240 519 13. Project Closeout 30 549 Detailed schedule will be provided upon receipt of authorization to proceed and will include specific submittal dates. (Remainder of page left blank intentionally.) Page 14 of 16 TABLE 4 FILTER BACKWASH WATER RECOVERY BASIN LIST OF PROJECT DELIVERABLES DESIGN PHASE A. 50% Design Submittal • Three (3) copies of Preliminary Design Report (memorandum). • Three (3) sets of 11" x 17" Drawings, 50% Complete • Three (3) set of Specifications, 50% Complete • 50% Completion Estimate of Probable Construction Cost B. 90% Design Submittal • Three (3) copies of Preliminary Design Report (memorandum). • Three (3) sets of 11" x 17" Drawings, 90% Complete • Three (3) set of Specifications, 90% Complete • 90% Completion Estimate of Probable Construction Cost C. 100% Design Submittal • Three (3) copies of Preliminary Design Report (memorandum). • Three (3) sets of 11" x 17" Drawings, 100% Complete • Three (3) set of Specifications, 100% Complete • 100% Completion Estimate of Probable Construction Cost D. Final Design Submittal • Project Final Documents including drawings on 22" x 34" sheets and project specifications on 8-1/2" x 11" sheets for use and distribution by CITY. Twenty (20) sets of project documents, final completion. • Completed permit application and exhibits for signatures by CITY officials (permit fees to be paid by ENGINEER). Signed and sealed drawings for permit submittal shall be provided by ENGINEER. • Specific bid information including a line item unit breakdown for the project for use by the CITY's Purchasing Division for preparation of bid documents. Page 15 of 16 • Final estimate of probable construction cost. BIDDING SERVICES (Part of Design Phase) A. Pre -Bid. • Addenda, as required to the CITY and/or Contractors. B. Post Bid. • Bid Tabulation, 2 copies. • Recommendation of Award Letter. The CITY will award contract and issue Notice of Award. (Remainder of page left blank intentionally.) YADocuments\Tamarac\BD\WTP WashWater Recovery Basin Addition\Revision 2\Task Auth 10-02E.wpd Page 16 of 16 CITY OF TAMARAC FILTER BACKWASH WATER RECOVERY BASIN TASK AUTHORIZATION NO. 10-02E (REVISION 2) TABLE 5 1. DESIGN PHASE DATE: April 27, 2010 TASK DESCRIPTION PERSONNEL n 'V C o_ 07 c N .� w N d 4l Or w` (h m N C Ce w` N N E w` NU C a w V �L F t�J U L � N U _ L C 1.N m `l D1 Project Administration / Management 9 9 D2 Data Evaluation and Preliminary Design 8 8 2 D3 Preliminary Design Report 7 24 9 D4 Drawings and Engineering 24 20 225 D5 Specification Preparation 24 18 16 D6 Permit Preparation Assistance 4 4 4 D7 Final Opinion of Probable Construction Cost 2 4 D8 Bidding Assistance Services 2 2 4 D9 Bid Evaluation and Recommendation of Award Assistance 2 2 2 Submit and Review (Quality Control) 8 8 4 LD10 D11 Not Used D12 Not Used Total Hours Rate Sub -Total Labor 9 81 0 0 90 0 2251 01 0 0 50 $216.00 $186.00 $0.00 $93.00 $87.00 $73.00 $87.00 $0.00 $75.00 $105.00 $79.50 $1,944.00 $15,066.00 $0.00 $0.00 $7,830.00 $0.00 $19,575.00 $0.00 $0.00 $0.00 $3,975.00 TOTAL DESIGN PHASE LABOR $48,390.00 11. REIMBURSABLE EXPENSES DESIGN PHASE EXPENSE ITEM EXPENSE TYPE UNIT No. OF UNITS COST PER UNIT TOTAL COST 1 REPRODUCTION SET 20 $75.00 $1,500.00 2 PHOTOCOPIES EA 1,000 $0.20 $200.00 PLOTTING 3 22 X 34 (SET UP) EA 58 $15.00 $870.00 11 X 17 (SET UP) EA 116 $3.00 $348.00 TRAVEL 4 MILEAGE MILE 210 $0.55 $115.50 TOLLS EA 0 $0.00 $0.00 SUBCONSULTANTS SURVEY LS 1 $4,400.00 $4,400.00 ELECTRICAL LS 1 $22,000.00 $22,000.00 5 STRUCTURAL LS 1 $10,450.00 $10,450.00 GEOTECHNICAL LS 1 $5,005.00 $5,005.00 HYDROGEOLOGIC LS 0 $0.00 $0.00 PERMIT FEES LS 0 $0.00 $0.00 HVAC LS 0 $0.00 $0.00 TOTAL DESIGN PHASE EXPENSES $44,888.50 GRAND TOTAL $93,000.00 Y:\D000MENTS\Tamarsc\442.C1 Design Scope