Loading...
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