HomeMy WebLinkAboutCity of Tamarac Resolution R-2007-135Temp. Reso. #11264
August 7, 2007
Page 1 of 4
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2007-_/
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO EXECUTE TASK
AUTHORIZATION NO. 07-06E WITH ECKLER
ENGINEERING, INC., TO PROVIDE PROFESSIONAL
SERVICES FOR THE DESIGN, PERMITTING, BIDDING, AND
CONSTRUCTION MANAGEMENT FOR THE UNIVERSITY
DRIVE WATER MAIN UPGRADE FROM NW 77TH STREET
TO SOUTHGATE BOULEVARD, IN ACCORDANCE WITH
THE CITY'S CONSULTING ENGINEERING AGREEMENT AS
AUTHORIZED BY RESOLUTION NO. R-2006-131, FOR AN
AMOUNT NOT TO EXCEED $99,600.00; APPROVING
FUNDING FROM THE APPROPRIATE BUDGETED
UTILITIES ACCOUNTS; AUTHORIZING THE APPROPRIATE
CITY OFFICIALS TO ADMINISTER THE CONTRACT;
PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, the City of Tamarac owns, operates and maintains the water supply,
treatment, and distribution systems; and
WHEREAS, Section 10-128(2)(b) of the Tamarac City Code states: " for all other
types of development other than residential, fire hydrants shall be placed on water lines
eight inches (8") or larger"; and
WHEREAS, it is necessary to provide adequate pressure and fire flow to the
hydrants and commercial properties along the east side of University Drive from NW 77tn
Street to Southgate Boulevard by replacing the 6-inch water main with a new 12-inch water
main; and
Temp. Reso. #11264
August 7, 2007
Page 2 of 4
WHEREAS, the City requires the service of a consulting firm knowledgeable in this
area and capable of providing professional services for the design, permitting, bidding
assistance, and engineering services during construction of the University Drive Water
Main Upgrade from NW 77th Street to Southgate Boulevard; and
WHEREAS, Eckler Engineering, Inc., possesses the required knowledge and
experience to provide the professional engineering services needed for the design of the
University Drive Water Main Upgrade from NW 77t" Street to Southgate Boulevard; 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, passed and adopted by the City Commission on July 12, 2006; and
WHEREAS, it is the recommendation of the Director and Assistant Director of
Utilities that Task Authorization No. 07-06E 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. 07-06E (a copy of which is attached hereto as "Exhibit A") with
Eckler Engineering, Inc., to provide services for the design, permitting, bidding assistance,
and engineering services during construction of the University Drive Water Main Upgrade
from NW 77t" Street to Southgate Boulevard for an amount not to exceed $99,600.00 and
to provide funding from the appropriate CIAC accounts.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF TAMARAC, FLORIDA, THAT:
Temp. Reso. #11264
August 7, 2007
Page 3 of 4
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.
SECTION 2: The appropriate City Officials are hereby authorized to accept
and execute Task Authorization No. 07-06E with Eckler Engineering, Inc., to provide
engineering services for the design, permitting, bidding assistance, and engineering
services during construction of the University Drive Water Main Upgrade from NW 771'
Street to Southgate Boulevard, in accordance with the City's Consulting Engineering
Agreement as authorized by Resolution No. R-2006-131, for an amount not to exceed
$99,600.00.
SECTION 3: The $99,600.00 is approved to be funded from the appropriate
budgeted CIAC accounts.
SECTION 4: The City Manager, or his designee, are 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.
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.
1
Temp. Reso. #11264
August 7, 2007
Page 4 of 4
SECTION 7: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this�� of
2007.
ATTEST:
MARION SWENSON, CMC
CITY CLERK
I HEREBY CERTIFY that
I have approved this
RESOLUTION as to form.
L:, S UEL S. GOREN
CITY ATTORNEY
000"012,11 W.2
•
1114YOV
RECORD OF COMMISSION VOTE:
MAYOR FLANSBAUM-TALA
DIST 1:
DIST 2:
DIST 3:
COMM. PORTNER
COMM. ATKINS-GR
V/M SULTANOF
DIST 4: COMM. DRESSLER
1
1
TASK AUTHORIZATION NO. 07-06E "EXHIBIT A"
SCOPE OF SERVICES TR #11264
UNIVERSITY DRIVE WATER MAIN UPGRADE
INTRODUCTION
On November 3, 2006 and July 18, 2007, Eckler Engineering met with the City of Tamarac Utilities
staff to review and discuss the water main improvement project proposed along University Drive.
The proposed water main upgrade is planned along the east side of University Drive from
Southgate Boulevard south to NW 77`h Street. The proposed project will upgrade the existing 6-
inch diameter water main and provide additional domestic and fire flow capabilities to the
businesses along the east side of University Drive. The general improvement proposed is the
construction of approximately 4,200 linear feet of 12-inch diameter water main with all necessary
appurtenances, valves, fittings, fire hydrants, and connections to the existing system. The most
probable alignment for this new water main is in the eastern most north bound lane of University
Drive.
The preliminary Task Order opinion of probable construction cost for the above referenced
improvements is $819,000 to $983,000. (These figures represent a budget cost range that cannot
be warranted due to market and construction cost escalation conditions.)
This proposal consists of the design of these facilities, including preparation of detailed plans and
specifications followed by permitting, bidding assistance, and engineering services during
construction.
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. Visit the site(s) and review pertinent features that may impact design and/or
construction.
B. Collect data available for the existing facilities, including field ,conditions, record
drawings, connection locations, and information on other potentially impacted
utilities.
C. Meet with appropriate CITY staff to discuss the project requirements.
D. Coordinate and complete the topographic survey of water main route.
Page 1 of 15
E. Coordinate and complete soft dig existing utility locations. This Task involves the
location and mapping of existing underground utilities in the project area that are
identified as potential conflicts. ENGINEER shall pay SUBCONSULTANT for
performing soft digs at identified potential conflict locations. Cost shall not exceed
limit indicated.
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 including 50% complete
drawings. This will include identification of available alignment based on
topographic survey and soft dig information.
C. Prepare a preliminary opinion of probable construction cost for the improvements
proposed for this project.
D. Meet with appropriate CITY staff to discuss and finalize the project design
parameters.
E. Meet with appropriate CITY Fire Department staff to discuss and finalize the project
design parameters related to Fire Hydrant locations and capacities.
F. Meet with appropriate FDOT staff to discuss and finalize the project design and
permitting parameters related to work within the FDOT Right -of-Way.
G. Meet with appropriate Broward County Engineering staff to discuss and finalize the
project design and possible permitting parameters related to work that may impact
existing traffic signalization systems.
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.
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 in Division
1 through Division 16. These specifications, utilizing the CSI format, will be
Page 2 of 15
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 water distribution system extension(s).
B. Florida Department of Transportation (FDOT) right-of-way/utility permit.
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 Final Opinion of Probable Construction Cost for all new facilities and improvements
proposed under this project.
Task D8 - Bidding Assistance Services
This task 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.
B. 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.
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
Page 3 of 15
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
Task C1 - 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, filling in any of the Contract forms to
develop a conformed set of Contract Documents, distribution of documents to the City and
Contractor , or any other task which may be required to get the Contractor started. 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.
ENGINEER will also assist CITY with preparation of documents and presentations for informing
impacted business owners of the upcoming work. ENGINEER will also attend and assist CITY with
meetings held to brief business owners local to the work.
Task C2 - Consult and Advise
Provide technical advise and assistance to City during the construction period and provide
necessary interpretations and clarifications of the Contract Documents when requested by City or
Contractor.
Task C3 - 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 fifteen
(15) submittals is the level of effort basis for this item's budget.
Task C4 - 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
Page 4 of 15
project representative, and the Engineer prior to formal submittal to City for payment. Review the
Contractor's preliminary and monthly progress schedules through completion.
Task C5 - 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 C6 - Progress Meetings
Attend five (5) 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 C7 - Contract Modifications
This Task not included.
Task C8 - Project Closeout
Review the Contractor's record drawing information which shows the work as it was constructed.
Prepare for CITY sets of record drawings showing those changes made during the construction
process based upon information provided by the Contractor.
A. ENGINEER shall prepare signed and sealed record drawings based on Contractor's
field data.
B. ENGINEER shall submit final copies of record drawings to CITY.
C. ENGINEER shall attend the final project reconciliation meetings with CITY and the
Contractor.
Task C9 - Regulatory Agency Documentation and Project Closeout Submittals
Project services in connection with preparing certification of Final Completion of Construction to
BCHD/FDEP and FDOT with record drawings.
Task C10 - Special Services
The Engineer shall provide special services during construction consisting of the following items:
Resident Services
Page 5 of 15
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.
A. Observe any tests and review the results of tests required of the Contractor by the
Contract Documents.
B. Observe the placement of reinforcing steel and all major concrete pours. Observe
the construction of all piping and equipment placement.
C. Test and check out the operation of all equipment and controls.
D. 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 conformance with the Contract
Documents.
In order to estimate the efforts of the Engineer's project representative, it is anticipated that
a person would need to be at the project site for two (2) day(s) a week, approximately 4
hours per day.
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 copies of existing record drawings for all water and wastewater facilities
impacted in the project areas.
B. Field verify existing underground piping locations as requested.
C. Provide assistance with regulatory agencies.
D. Provide all available atlas data, plat information, roadway plans and cross sections,
subdivision maps, right-of-way information, etc. as requested.
E. Prepare legal documents for the acquisition of necessary additional easements as
may be required.
F. Provide ENGINEER with copies of soil boring data and As-Builts from previous
Force Main project through the intersection of NW 82"d Street and University Drive.
ENGINEER will identify areas where easements will be required for the proper
construction of this project.
Page 6 of 15
F. Attendance at project meetings.
ARTICLE 3 - TIME OF COMPLETION
Table 3 provides the preliminary project schedule based on weeks from the receipt of the
Authorization to Proceed.
City of Tamarac shall issue the Authorization to Proceed after all required easements have been
secured.
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 $74,000.
B. Construction Phase
For services enumerated in Article 1, Tasks C through C10, the estimated not to
exceed fee of $25,600.
Engineering services during construction will be billed on an hourly rate plus direct
expenses in accordance with the attached scope of work breakdown. Eckler
Engineering 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.
These fees have been determined in accordance with the scope of work breakdowns
attached as Tables 5, and 6.
These fees do not include the provision of the following items:
Any hydrogeologic work required for the design of the dewatering systems
or to evaluate the impact of construction dewatering systems for
contamination sites within a quarter -mile radius of this project site.
2. Preparation of easement sketches/descriptions, easement acquisitions and
legal work as required.
3. Any expert witness or testimony services.
4. Landscaping and irrigation system designs.
(Remainder of this page left blank intentionally.)
Page 7 of 15
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.
ATTEST:
Marion Swenson, CIVIC
City Clerk 4
lc
Date
ATTEST:
(Corporate Secretary)
Donald A. Eckler
Type/Print Name of Corporate Secy.
(CORPORATE SEAL)
CITY OF TAMARAC
Beth Flansbaum-Talabisco, Ma or
/G 7
Date
�✓/� Jeffrey, iller, City Manager
G' C'
Date
Page 8 of 15
Approved as to form and legal
sufficie cy:
k- c2am oren, City Attorney
Date
Eckler Engineering, Inc.
Company Name
Signature of President/Owner
Donald A. Eckler, P.E.
Type/Print Name of President/Owner
7/ d
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 //7Z "i , 2007.
a S- �
Signature of No ryPublic
NOTARYPLBLjC-STATEOFFLORIDA State of Florida at Large
•"""••. Patricia A. Teufel
- j-Commission
`•' plres' AUG. 25,201t Print, Type or Stamp
BONDED MRU A9T.WnC BONDING CO., INC YP Name of Notary Public
Personally known to me or
Produced Identification
%/-DQ_ I DA- D21 ✓L'"K4 )-- (e-,L—i?/S EE
Type of I.D. Produced
DID take an oath, or
X DID NOT take an oath
Y:\Documents\Tamarac\BD\University Drive WM\Task Auth XX-XXX (Draft).wpd
Page 9 of 15
TABLE 1
UNIVERSITY DRIVE WATER MAIN UPGRADE
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
Piping Schedule and Legends
G-5
Project Key Map (Sheet 1)
G-6
General MOT and Project Phasing Requirements
Civil
C-1
University Drive Water Main Plan and Profile
C-2
University Drive Water Main Plan and Profile
C-3
University Drive Water Main Plan and Profile
C-4
University Drive Water Main Plan and Profile
C-5
University Drive Water Main Plan and Profile
C-6
University Drive Water Main Plan and Profile
C-7
University Drive Water Main Plan and Profile
C-8
University Drive Water Main Plan and Profile
C-9
University Drive Water Main Plan and Profile
C-10
Standard Details - Civil
C-11
Standard Details - Civil
C-12
Standard Details - Civil
C-13
Standard Details - Civil
(Remainder of page left blank intentionally)
Page 10 of 15
TABLE 2
UNIVERSITY DRIVE WATER MAIN UPGRADE
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
01025
Measurement and Payment
01050
Field Engineering
01200
Project Meetings
01300
Submittals
01400
Quality Control
01500
Construction Facilities and Temporary Controls
01505
Mobilization/Demobilization
01700
Project Closeout
01720
Project Record Documents
01740
Warranties and Bonds
Division 2 - Sitework
02200 Earthwork
02500 Restoration and Cleanup
02510 Asphaltic Pavement and Base
02630 Concrete Sidewalks, Drives and Curbs
Division 3 - Concrete
03300 Concrete
Division 4 - 14 - Not Used
Page 11 of 15
Division 15 - Mechanical
15005
Ductile Iron Pipe (Water)
15029
Pressure Pipeline Testing and Disinfection
15050
Fire Hydrants
15100
Manually Operated Valves
Division 16 - Not Used
(Remainder of this page left blank intentionally.)
Page 12 of 15
TABLE 3
UNIVERSITY DRIVE WATER MAIN UPGRADE
PRELIMINARY PROJECT SCHEDULE
Time to
Cumulative Time
Activity
Complete
To Complete
(Days)
(Days)
Notice to Proceed (to be issued once easements
0
0
have been secured by City.)
Site Visit/ Information Gathering, Topographic Survey,
45
45
and Soft Digs
Submit Preliminary Design Memorandum and
29
74
Drawings (50% Submittal)
Receive City Comments.
14
88
Submit 90% Plans and Specifications.
14
102
Receive City Comments
14
116
Submit 100% Plans and Specifications
7
123
Receive City Comments
7
130
Submit Final Plans and Specifications along with
7
137
permit applications and final cost opinion
Regulatory Permitting Phase
30
167
Bidding and Award Phase
60
227
Construction Phase (Final)
150
377
Project Closeout
14
391
Detailed schedule will be provided upon receipt of authorization to proceed and will include specific
submittal dates.
(Remainder of page left blank intentionally.)
Page 13 of 15
TABLE 4
UNIVERSITY DRIVE WATER MAIN UPGRADE
LIST OF PROJECT DELIVERABLES
DESIGN PHASE
A. 50% Design Submittal
• Five (5) copies of Preliminary Design Report (memorandum).
• Three (3) sets of 11" x 17" Drawings, 50% Complete
• One (1) set of Specifications, 50% Complete
• 50% Completion Estimate of Probable Construction Cost
B. 90% Design Submittal
• Project Specific Documents including drawings on 11 x 17 sheets and specifications on
8-1/2 x 11 sheets for review by CITY. Five (5) sets, 90% complete.
• 90% Completion Estimate of Probable Construction Cost.
C. 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. Fifteen (15) sets of project
documents, final completion.
• Completed permit application and exhibits for signatures by CITY officials (permit fees to
be paid by CITY). 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.
• Final estimate of probable construction cost.
BIDDING SERVICES (Part of Design Phase)
A. Pre -Bid.
• Addenda, as required to the CITY and/or Contractors.
• Bid Tabulation, 2 copies.
Page 14 of 15
• Recommendation of Award Letter. The CITY will award contract and issue Notice to
Proceed.
CONSTRUCTION PHASE
A. Pre -Construction
• Pre -Construction conference Meeting Agenda and Minutes.
B. Shop Drawings
• Copies of approved shop drawings.
C. Construction Inspection
• Site visit reports will be provided for each site visit in accordance with Task C-5 of this
Work Order.
D. Progress Meetings
• Copies of all project meeting minutes.
E. Pay Requests
• Copies of reviewed and accepted partial and final pay request applications.
F. Record Drawings and Project Closeout
• One (1) full size, signed and sealed set of record drawing prints for submittal of permit
certification documents to the regulatory agency.
• One (1) full size, signed and sealed set of prints, one (1) half size set of record drawings,
and one (1) copy of AutoCad drawing files on CD Rom for use by CITY.
• Four (4) copies of the certificate of substantial completion.
Y:\Documents\Tamarac\BD\University Drive WM\Task Auth XX-XXX (Draft).wpd
Page 15 of 15
CITY OF TAMARAC
UNIVERSITY DRIVE WATER MAIN UPGRADE
TASK AUTHORIZATION NO, 07-06E
TABLE 5
1. DESIGN
PHASE
PERSONNEL
v
v
c
TASK DESCRIPTION
a
,��,
v
,°1,
4
.U.
a
w
w
w
u7
Project Administration f Management
8
8
D1
02
Data Evaluation and Preliminary Design
12
16
4
D3
Preliminary Design Report
_.......
16
__..,
8
24
40
6
04
_
drawings and En9 lneenng
160
D5
Specification Preparation
8
40
2
8
D6
Permit Preparation Assistance
2
2
12
4
Final Opinion of Probable Construction
2
12
D7
Cast
08
Bidding Assistance Services
2
4
4
Bid Evaluation and Recommendation of
2
2
2
D9
Award Assistance
D10
Submit and Review (quality Control)
16
8
4
D11
Not Used
D12
NotUsed
Total Hours
10
68
0
0
158
0
0
162
0
D
40
Rate
$192.00
$150.00
$104.00
$92,00
$81,00
$6900
$90.00
$81,00
$69.50
$10125
$69.00
$1,920.00
$10,200.00
$0.00
$0,00
$12,798.00
$0.00
$0.00
$13,122.00
$0.00
$0.00
$2,760.00
Sub -Total Labor
TOTAL
DESIGN PHASE
LABOR
$40,800.00
ll. REIMBURSABLE EXPENSES DESIGN PHASE
GRAND TOTAL $74,000.00
Y:000UMENTS\Tans-1,442.C1 Design Scope
CITY OF TAMARAC
UNIVERSITY DRIVE WATER MAIN UPGRADE
TASK AUTHORIZATION No. 07.06E
TABLE 6
1. CONSTRUCTION PHASE
DATE: July 23, 2007
PERSONNEL
_
r
v
c
Z
=TASKPTION
a
u
cl.
W
W
W
W
H
H
F
N
Preconstruction Activittes Prior to NTP
2
12
4
2
C1
C2
Consult and Advise
8
8
2
C3
Review Shop Drawings
4
24
_ 4
4
16
C4
Peview Pay Requests and Schedules
4
Perform Periodic and Milestone
8
8
2
C5
Inspectors
C6
Progress Meetings
20
20
6
C7
Contract Modifications
C8
Project Closeout
4
8
16
4
Agency Documentation and
2
2
2
loseout Submittalservices40
Ey
Total Hours
2
62
0
0
90
0
0
16
0
40
34
$192.00
$150.00
$104,00
$92,00
$81.00
$69.00
$90,00
$81.00
$69.50
$101.25
$69.00
Rate
$384.00
$9,300.00
$0.00
$0.00
$7,290.00
$0.00
$0,00
$1,296.00
$0.00
$4,050.00
$2,348.00
Sub -Total Labor
TOTAL CONSTRUCTION PHASE LABOR $24,666.00
II RFIMBURSABLE EXPENSES CONSTRUCTION PHASE
EXPENSE
ITEM
EXPENSE TYPE
UNIT
No. OF UNITS
COST PER UNIT
TOTAL COST
REPRODUCTION
SET
12
$50,00
$600.00
2
PHOTOCOPIES
EA
500
$0.20
$100.00
PLOTTING
3
22 X 34 setup
EA
10
$15.00
$150.00
11 X 17
EA
0
$3.00
$0.00
TRAVEL
4
MILEAGE
MILE
200
$0.445
$89.00
TOLLS
EA
0
$0.00
$0.00
SUBCONSULTANTS
LS
0
$0.00
$0.00
LS
0
$0.00
$0.00
LS
0
$0.00
$0.00
WHYDROGEOLOGIC
LS
0
$0.00
$000
LS
0
$0.00
$0,00
LS
0
$0.00
$0.00
TOTAL CONSTRUCTION PHASE EXPENSES $939.00
GRAND TOTAL $25,600.00
Y.1000UMENTS1Tamarac A,12. C11 Construction Scope