HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-116Temp. Reso. # 10124
May 12, 2003 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2003-116
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO EXECUTE TASK
AUTHORIZATION NO. 03-08E WITH MATHEWS
CONSULTING, INC., TO PROVIDE PROFESSIONAL
SERVICES FOR THE DESIGN, PERMITTING, BIDDING AND
CONSTRUCTION ADMINISTRATION SERVICES FOR THE
WATER TREATMENT PLANT DISINFECTION SYSTEM
IMPROVEMENTS, IN ACCORDANCE WITH THE CITY'S
CONSULTING ENGINEERING AGREEMENT AS
AUTHORIZED BY RESOLUTION #R-2001-185, FOR A
LUMP SUM AMOUNT OF $121,550.00; APPROVING
FUNDING FROM THE APPROPRIATE BUDGETED
UTILITIES OPERATIONAL ACCOUNT; 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, the United States Environmental Protection Agency jUSEPA) has
mandated that water treatment facilities must reduce the amount of Trihalomethanes to
less than 80 parts per billion; and
WHEREAS, the City of Tamarac's water treatment facility needs to change the
method of disinfection of the drinking water to meet this mandate; and
1
Temp. Reso. # 10124
May 12, 2003 2
WHEREAS, the Water Treatment Optimization Study recommends that the
disinfection be changed from free chlorine to combined chloramine; 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, bidding and
construction administration services for the Water Treatment Plant disinfection system
improvements; and
WHEREAS, Mathews Consulting, Inc. possesses the required knowledge and
experience to provide the professional engineering services associated with the Water
Treatment Plant disinfection system improvements; and
WHEREAS, Mathews Consulting, Inc. has been pre -qualified as an approved
consultant for engineering services by the City of Tamarac as authorized by resolution R-
2001-185 (attached as Exhibit 1); and
WHEREAS, it is the recommendation of the Director of Utilities that Task
Authorization No. 03-08E from Mathews Consulting, 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. 03-08E (a copy of which is attached hereto as "Exhibit 2") with
Mathews Consulting, Inc. to provide Engineering Services for the Water Treatment Plant
disinfection system improvements for a proposed lump sum amount of $121,550.00 and to
provide funding from the appropriate budgeted Utilities Operational account.
1
1
1
Temp. Reso. # 10124
May 12, 2003 3
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.
SECTION 2: The appropriate City Officials are hereby authorized to a0cept
and execute Task Authorization No. 03-08E with Mathews Consulting, Inc. to provide
engineering services for the Water Treatment Plant disinfection system improvements, in
accordance with the City's Consulting Engineering Agreement as authorized by Resolution
No. R-2001-185 on July 11, 2001, for a proposed lump sum amount of $121,550.00.
SECTION 3: The $121,550.00 is approved to be funded from the appropriate
budgeted Utilities Operational accounts.
SECTION 4: The City Manager, or his designee, are hereby authorized to
make changes, issue change orders not to exceed $10,000 per Section -6-1'56 Jb) 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.
Temp. Reso. # 10124
May 12, 2003 4
SECTION 7: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this 28t" day of May, 2003.
ATTEST:
MARION SWENSON, CMC
CITY CLERK
I HEREBY CERTIFY that
have approved this
RESOLUTION as to form.
MITCHEL� . KF
CITY ATTORN
REG:aml
JOE SCHREIBER
MAYOR
RECORD OF COMMISSION VOTE:
MAYOR SCHREIBER
DIST 1: COMM. PORTNER
DIST 2: COMM. FLANSBAUM-TALABISC
DIST 3: COMM. SULTANOF
DIST 4: V/M ROBERTS
u
TRIO124 EXHIBIT 1
1
1
Temp. Reso. #9434
Page 1
June 18, 2001
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2001-185
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA, AUTHORIZING THE
APPROPRIATE OFFICIALS TO ACCEPT AND
EXECUTE AGREEMENTS WITH THE FOLLOWING
FIVE {5) CONSULTING FIRMS TO PROVIDE
ENGINEERING AND ARCHITECTURAL CONTINUING
SERVICES FOR A PERIOD OF FIVE YEARS ON AN
"AS NEEDED" BASIS: (1) CRAVEN THOMPSON &
ASSOCIATES, INC.; (2) ECKLER ENGINEERING,
INC.; (3) MATHEWS CONSULTING, INC.; (4) MILLER
LEGG AND ASSOCIATES, INC.; AND (5) WILLIAMS,
HATFIELD & STONER, INC.; PROVIDING FOR
CONFLICTS; PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the City of Tamarac is faced with the challenge of meeting the
increased demands imposed by regulatory agencies, development, infrastructure
modifications and expansions utilizing the latest technology for efficient and safe
operation; and
WHEREAS, the City of Tamarac's operations and programs over the next five
years require the utilization of specialized services from consultants to meet these
demands; and
WHEREAS, the City of Tamarac publicly advertised Request for Letters of
Interest No. 01-10L for Engineering and Architectural Continuing Services
to be utilized Citywide for a period of five years on an "as needed" basis, a copy of
which is attached hereto as "Attachment A"; and
Temp. Reso. #9434
Page 2
June 18, 2001
WHEREAS, on March 28, 2001, submittals from the following nineteen (19) firms
were received:
1. Calvin Giordano
2. Carnahan Proctor
3. Carr Smith Corradino
4. Chen & Associates
5. Craig A. Smith
6. Craven Thompson
7. Eckler Engineering
8. Geoverse
9. Hartman & Associates
10. Hazen & Sawyer
11. Lakdas/Yohalem
12. Mathews Consulting
13. Miller Legg
14. PBS&J
15. Reynolds "Smith & Hill
16. Rhon Emest-Jones
17.Tamara Peacock
18.TBE Group
19. Williams, Hatfield & Stoner
WHEREAS, after an extensive review and evaluation process which included
categorizing the firms by size, the committee consisting of Director of Utilities,
Assistant Public Works Director, Utilities Project Engineer, and Assistant City Engineer
recommend the appropriate City Officials be authorized to execute agreements for
Engineering and Architectural Continuing Services to be utilized for a period of five
years on an "as needed" basis with the following five (5) firms:
1. Eckler Engineering, Inc. (Small Firm)
2. Mathews Consulting, Inc. (Small Firm)
3. Craven Thompson & Associates, Inc. (Medium Firm)
4. Williams, Hatfield & Stoner, Inc. (Medium Firm)
5. Miller Legg and Associates, Inc. (Large Firm)
L]
1
Temp. Reso. #9434
Page 3
June 18, 2001
WHEREAS, the Public Works Director, Utilities Director and Purchasing and
Contracts Manager recommend the appropriate City Officials be authorized to execute
the five agreements for Engineering and Architectural Continuing Services; 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 authorize the
appropriate City Officials to execute and enter into agreements with Craven Thompson
& Associates, Inc., Eckler Engineering, Inc., Mathews Consulting, Inc., Miller Legg and
Associates, Inc., and Williams, Hatfield & Stoner, Inc.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA:
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. That the appropriate City Officials are hereby authorized to execute
agreements with Craven Thompson & Associates, Inc., Eckler Engineering, Inc.,
Mathews Consulting, Inc., Miller Legg and Associates, Inc., and Williams, Hatfield &
Stoner, Inc. (copies of which are attached hereto as "Attachments B -- 1, 2, 3, 4 & 5" ).
SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby
repealed to the extent of such conflict.
SECTION 4: If any clause, section or 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 potions or applications of this
Resolution.
Temp. Reso. #9434
Page 4
June 18, 2001
SECTION 5: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this 11"' day of July, 2001.
ATTEST:
MARION S ENSON, CMC
CITY CLERK
I HEREBY CERTIFY that I
have approved this
RESOLUTION as to form.
ITCHELL S. K T
CITY ATTORNEY
J7 JOE SCHREIBER
MAYOR
RECORD OF COMMISSION VOTE:
MAYOR SCHREIBER ,4 vel
DIST 1: COMM. PORTNER r4 !k
DIST 2: COMM. MISHKIN e,
DIST 3: V/M SULTANOF_Ayee,
DIST 4: COMM. ROBERTS_A-v&
fJ
1
Exhibit 1
Temp. Reso. #10124
CITY OF TAMARAC
CONTINUING ENGINEERING SERVICES
AGREEMENT
This Agreement, made and entered into and effective this day of
2001 by and between:
City of Tamarac, a municipal corporation, created pursuant to the Laws of the State of Florida,
with principal offices located at 7525 NW 88' Avenue, Tamarac, Florida, hereinafter referred to
as "City"
and
Mathews Consulting Inc., a Florida corporation with principal offices located at 1601 Belvedere
Road, Suite 215 South, West Palm Beach FL 33406, hereinafter referred to as "Consultant".
WITNESSETH:
WHEREAS, City requires professional Engineering services on a continuing basis to perform
such specific services as City may direct; and
WHEREAS, Consultant has the professional experience and expert skill and is qualified to
perform the required services; and
WHEREAS, City desires to engage Consultant upon the terms and conditions set forth below,
and Consultant is willing to accept such engagement upon such terms and conditions; and
WHEREAS, The term of this Agreement is for a period of five (5) years, beginning the first day
following execution by the City; and
WHEREAS, City in accordance with Florida Statues Section 287,055, Consultants Competitive
Negotiation Act, has selected "Consultant" to be most qualified to perform said continuing type
services as City Consulting Engineer;
NOW, THEREFORE, in consideration of the mutual promises contained herein, and intending
to be legally bound hereby, the parties agree as follows:
SCOPE OF WORK
City hereby engages Consultant as an independent contractor to perform certain
services and Consultant hereby agrees to perform said services upon the terms and
conditions hereinafter set forth_
Standards of Design for work under this Agreement shall be those of the City of
Tamarac, if available, which shall be revised as necessary by Consultant to meet the
intent of the proposed projects. Consultant shall develop standards of design not
available from City. Consultant shall perform Engineering services related to various
miscellaneous projects as needed..
Agreement - AE Services Mathews Consulting.doc
Each specific task to be performed shall be identified and described in detail by the
Consultant and approved by the appropriate City officials, and if approved by City, shall
be identified by a separate Job Number established by Consultant. The specific services
which Consultant agrees to furnish and the terms and conditions for such services are
as follows:
A. ATTENDANCE AT MEETINGS_ After City has issued a written authorization for a
specific task, attendance by Consultant at any subsequent meetings related to that
task shall be considered as part of that task. In addition, Consultant shall be
subject to such provisions as may be contained in the task authorization. However,
it is contemplated that from time to time City will desire that Consultant meet with
representatives of City and/or other organizations to discuss subjects not directly
related to an already assigned task. Such meetings will include but not be limited
to meetings at which Consultant's specialized knowledge is needed by City, or a
meeting conducted to develop or disseminate criteria that will be needed by City in
order to establish a new task, or a meeting at which Consultant is to act as a
representative of City. However, in attendance at all required meetings and
throughout the term of this Agreement, Consultant shall maintain independent
contractor status. In order to minimize administration, attendance by Consultant at
all such meetings shall be considered part of one continuing task. This Agreement
shall be deemed as the written authorization for that task.
However, Consultant shall not attend any particular meetings unless City has
issued specific oral instructions that Consultant is to attend. The scope of work for
each Job Number is defined to include not only attendance at authorized meetings
but also any work needed to prepare for and/or submit reports concerning such
meetings. All invoices for each Job Number will identify the specific meetings to
which they apply. All fees for services on each Job Number
will be compensated as defined in Section III.A. herein.
B. REVIEW OF DEVELOPMENT PLANS. When requested by the City, Consultant
shall review and comment to City on those developmental plans submitted to City
which City determines will require either more Engineering expertise or more time
than available to City's own Engineering staff-
C. OTHER SERVICES. Upon determination by City that it is in need of Engineering
services of one of the types listed below, it may issue a separate written
authorization to Consultant to perform said services. The types of service
contemplated are:
Special Reports and Studies
2. Assistance in securing, monitoring and complying with County, State, or
Federal Grants and Permits.
3. Engineering design, including preparing construction documents during
bidding and award of contract, preparing a tabulation of the bids received,
and providing a written recommendation for contract awards.
Agreement - AE Services Mathews Consulting.doc
4. Surveying property plats and descriptions.
5. Assistance with CADD.
6. Engineering services related to construction contracts, including but not
necessarily limited to: review of shop drawings, consultation and
interpretation concerning drawings and specifications, review of
construction progress estimates, site visits and/or periodic or full time
inspections, preparing construction change orders, approval of
contractor's periodic pay request, final inspection, issuing completion
certificate, and such other services as may be identified in the task
authorization.
7. Other Engineering services City wishes Consultant to complete will be
defined in a written authorization. Each such written authorization shall
clearly define the services to be provided and shall be attached to this
Agreement as an Addendum. Each Addendum shall be numbered in
sequence and correlated with City's Capital Improvement project Number
and title, if applicable, date approved by City Commission, if required,
and signed by City's and Consultant's representatives. Each Addendum,
after execution by both parties to this Agreement, shall become a
supplement to and a part of this Agreement.
8. Each written authorization shall include a description of the scope of
services, time of completion and method of compensation for services.
Approval by City Commission and/or signature by authorized
representatives to City shall constitute authorization to proceed by the
Consultant for services defined by that authorization.
II. CITY FURNISHED ITEMS
A. City shall designate in writing specific individuals, by title, who will be authorized to
issue written and/or oral instructions to Consultant concerning this Agreement. In
the absence of specific designations, Consultant may assume that the City
Manager or designee shall be so authorized and Agreement shall constitute the
required written designation.
B. City shall assist Consultant in obtaining all background information necessary for
the accomplishment of assigned tasks, and shall provide reasonable access to all
existing records, data, and physical facilities.
C. City shall pay for all costs of publishing advertisements for bids; for obtaining
permits and licenses that may be required by local, State or Federal authorities;
and/or to secure the necessary land, easements, and rights -of -way. In order to
expedite processing of an application for a permit or license, City may, in some
instances, direct Consultant to act for City in paying a required fee. In such
instances, City subsequently shall reimburse Consultant for any such fees.
Agreement - AE Services Mathews Consulting.doc
Ill. FEES AND PAYMENTS
A. Each written proposal from Consultant for an individual task as required in Article 1
"Scope of Services" shall include specific information as to the type and magnitude
of fees to be paid for that task. The type of fee contemplated is:
Direct Hourly plus Direct Salary Costs and Reimbursement for Non-sa_ __lary
Costs. Salary Costs are defined to be actual direct hourly wages paid to
Consultant's employees, computed by taking the annual salary and dividing
by 2,080 hours per year plus applicable direct costs. This base hourly rate,
limited to the work classifications as listed in Exhibit "A", and attached
hereto, shall be used to calculate all times directly chargeable to any
authorized assignment.
Consultant's non -salary costs are defined as the costs incurred on or
directly for the project, other than the Direct Salary Costs (as previously
defined herein). Such non -salary costs shall be computed on the basis of
actual purchase price for items obtained from commercial sources and on
the basis of usual commercial charges for items provided by Consultant.
Non -salary costs shall include, but are not limited to, necessary
transportation costs, including mileage at City's current rate per mile when
Consultant's own automobiles are used outside Broward County; meals
and lodging outside Broward County; laboratory tests analyses; long
distance telephone and printing.
B. METHOD OF PAYMENT. Payment as prescribed for services rendered by
Consultant during the previous billing period shall be due and payable as of the
date of invoice, and shall be paid by City no later than the forty fifth (45th) day after
the date of invoice acceptance, unless some other mutually agreeable period of
required payment is established in authorization for a specific task.
Consultant shall submit monthly invoices to City through the appropriate or
designated project manager. The Director or designee will review the invoices to
insure all charges are allowable and reasonable before recommending payment of
the invoice by City. As a minimum requirement, each invoice shall indicate original
fee estimate, invoice date, amount of invoice, and estimated fees remaining. A
summary shall be submitted by Consultant indicating each employee's name,
employment classification and hours worked on the project for the invoice period.
Acceptance of the final payment by Consultant shall be considered full release of
all claims against City arising out of or by reason of the work done and materials
furnished under this Agreement.
IV. TIMES OF PERFORMANCE
It is understood that this Agreement is a continuing contract, and that all terms
contained herein shall remain in effect until changed by mutual agreement of the two
parties. However, no work shall be performed, and no payments shall be made, unless
specifically authorized by separate written communication from City to Consultant,
Agreement - AE Services Mathews Consulting.doc
V
except for oral authorizations regarding each Job Number. Each separate task
authorization shall include information as to start and completion times for that task.
MISCELLANEOUS PROVISIONS
A. RECORDS/AUDITS. The Consultant shall maintain during the term of the contract
all books, reports and records in accordance with generally accepted accounting
practices and standards for records directly related to this contract. The form of all
records and reports shall be subject to the approval of the City's Auditor. The
Consultant agrees to make available to the City's Auditor, during normal business
hours and in Broward, Dade or Palm Beach Counties, all books of account, reports
and records relating to this contract for the duration of the contract and retain them
for a minimum period of one (1) year beyond the last day of the contract term.
B. INSURANCE. Consultant agrees to, in the performance of work and services
under this Agreement, comply with all federal, state, and local laws and
regulations, now in effect or hereinafter enacted, during the term of this agreement
that are applicable to Consultant, its employees, agents, or subcontractors, if any,
with respect to the work and services described herein.
Consultant shall obtain at Consultant's expense all necessary insurance in such
form and amount as required by the City's Risk Manager before beginning work
under this Agreement. Consultant shall maintain such insurance in full force and
effect during the life of this Agreement. Consultant shall provide to the City's Risk
Manager certificates of all insurance required under this section prior to beginning
any work under this Agreement.
Consultant shall indemnify and hold the City harmless from any damage resulting
to it for failure of either Consultant or any subcontractor to obtain or maintain such
insurance.
The following are required types and minimum limits of insurance coverage, which
the Consultant agrees to maintain during the term of this contract:
Limits
Line of Business/ Coverage Occurrence
Commercial General Liability $1,000,000
Including:
Premises/Operations
Contractual Liability
Personal Injury
Explosion, Collapse, Underground Hazard
Products/Completed Operations
Broad Form Property Damage
Cross Liability and Severability of Interest Clause
Aggregate
$1,000,000
Agreement - AE Services Mathews Consulting.doc
Automobile Liability $1,000,000 $1,000,000
Workers' Compensation & Employer's Statutory
Liability
The City reserves the right to require higher limits depending upon the scope of
work under this Agreement.
Neither Consultant nor any subcontractor shall commence work under this contract
until they have obtained all insurance required under this section and have
supplied the City with evidence of such coverage in the form of an insurance
certificate and endorsement. The Consultant will ensure that all subcontractors will
comply with the above guidelines and will maintain the necessary coverages
throughout the term of this Agreement.
All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and
be licensed to do business in Florida. "Occurrence" form policies shall be required.
Each carrier will give the City thirty-(30) days notice prior to cancellation.
The Consultant's liability insurance policies shall be endorsed to add the City of
Tamarac as an "additional insured". The Consultant's Workers' Compensation
carrier will provide a Waiver of Subrogation to the City.
The Consultant shall be responsible for the payment of all deductibles and self -
insured retentions. The City may require that the Consultant purchase a bond to
cover the full amount of the deductible or self -insured retention.
If the Consultant is to provide professional services under this Agreement, the
Consultant must provide the City with evidence of Professional Liability insurance
with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate.
"Claims -Made" forms are acceptable for Professional Liability.
City and Consultant waive all rights against each other and any of their respective
directors, officers, agents, and employees, for damages caused by risks Covered
by property insurance during and after completion of the services. City waives
subrogation against Consultant on all property and consequential loss policies
carried by City on adjacent properties and under property and consequential loss
policies purchased for the project after its completion. If the policies of insurance
referred to in this paragraph require an endorsement to provide for continued
coverage where there is a waiver of subrogation, the owners of such policies will
cause them to be so endorsed.
Construction contractors, at the discretion of the City, may be required to provide
(or City may provide) Owners' Protective Liability Insurance naming the City as a
Named Insured and the Consultant as an additional insured, or, to endorse City
and Consultant as additional insureds on construction contractor's liability
insurance policies covering claims for bodily injuries and property damage.
Construction contractors shall be required to provide certificates evidencing such
insurance to the City and Consultant.
Agreement - AE Services Mathews Consulting.doc
C. INTERRUPTION POSTPONEMENT ABANDONMENT. In the event the work
herein, or any part thereof, shall be abandoned due to circumstances which City
considers to be in its own best interests, Consultant shall not be entitled to any
further payment for such work, or any part thereof, beyond and in excess of the
amount due at that time, and final payment shall be based on the proportionate
amount of the fee earned to such date.
D. DELAYS AND EXTENSIONS. The time of completion may be adjusted only by
written Agreement between the parties hereto for unavoidable delays resulting
from causes beyond the control of Consultant.
E. DISPUTES AND INTERPRETATION. In the event of any disputes as to the
interpretation of the terms of this Agreement, the decision of City shall be final and
may be enforced in a court of competent jurisdiction in the venue of Broward
County, except as provided herein. City shall notify Consultant in writing of any
decision City has rendered with regard to the interpretation of this Agreement. If
Consultant disagrees with the decision of City, the dispute may be decided by
arbitration at the City's discretion.
F. RIGHTS IN DATA COPYRIGHTS DISCLOSURE.
Definition. The term "data" as used in this Agreement includes written
reports, studies, drawings, or other graphic, electronic, chemical or
mechanical representation.
2. Rights in Data. City shall have the full right to use all data developed
pursuant to this Agreement for any official purpose permitted under Florida
Statutes, including making it available to the general public. Such use shall
be without any additional payment to or approval by Consultant. All data
prepared or furnished by Consultant (and Consultant's independent
professional associates and Consultants) pursuant to this Agreement are
instruments of service in respect of the project, and Consultant shall have the
ownership and property interest therein whether or not the project is
completed. City shall have unrestricted authority to publish, disclose,
distribute and otherwise use, in whole or in part, any data developed or
prepared under this Agreement. All data required to be sealed and signed by
registered Professional Engineer in the State of Florida shall not be modified,
changed, altered or used for other purposes than those intended without the
express written permission of Consultant.
G. COMPLIANCE WITH LAWS. Consultant shall fully obey and comply with laws,
ordinances and administrative regulations duly made in accordance therewith,
which are or shall become applicable to the services performed under the terms of
this Agreement.
H. SUBCONTRACTING. None of the work or services covered by this Agreement
shall be subcontracted without the prior written approval of City. Some specialty
sub -Consultant work is permissible wherein said services can be expeditiously and
economically handled by local firms provided written permission is granted by City.
Agreement - AE Services Mathews Consuning.doc
INDEPENDENT CONTRACTOR. CONTRACTOR is an independent contractor
under this Agreement. Personal services provided by the CONTRACTOR shall be
by employees of the Contractor and subject to supervision by the CONTRACTOR,
and not as officers, employees, or agents of the City. Personnel policies, tax
responsibilities, social security and health insurance, employee benefits,
purchasing policies and other similar administrative procedures applicable to
services rendered under this Agreement shall be those of the CONTRACTOR.
ASSIGNMENT. Neither this contract, nor any portion thereof, shall be assigned,
except by formal approval of the City Commission. No such approval will be
construed as making the City a part of such assignment, or subjecting the City to
liability of any kind to any assignee. No subcontract or assignment shall, under any
circumstances, relieve the Consultant of its liability and obligation under this
contract, and despite any such assignment, the City shall deal through the
Consultant only. However, if the company is sold during the life of the contract, the
buying agent must provide the City with a letter signed by an officer of the new
owner that can legally bind the company, stating that they will continue to perform
the requirements of the contract under all the terms, conditions, and specifications
so stated in the contract.
K. SITE VISITS. Visits to the construction site and observations made by Consultant
as part of the services shall not relieve the construction contractor(s) of its
obligation to conduct comprehensive inspections of the work sufficient to ensure
conformance with the intent of the Contract Documents, nor shall the contractor(s)
be relieved of responsibility for all construction means, methods, techniques,
sequences, and procedures necessary for coordinating and completing all portions
of the work under the construction contract(s) and for all safety precautions
incidental thereto. Such visits by Consultant are not to be construed as part of the
inspection duties of the on -site inspection personnel defined in other parts of this
Agreement.
ONSITE MONITORING. Consultant's resident project representatives will make
reasonable efforts to guard City against defects and deficiencies in the work of the
contractor(s) and to help determine if the provisions of the Contract Documents are
being fulfilled. Their day-to-day inspection will not, however, cause Consultant to be
responsible for those duties and responsibilities which belong to the construction
contractor(s) and which include, but are not limited to, full responsibility for the
techniques and sequences of construction and the safety precautions incidental
thereto, and for performing in accordance with the Contract Documents.
M. TIME OF PERFORMANCE. Consultant shall commence performance on each
specific task authorization upon receipt of written Notice to Proceed from City. The
work shall be completed in accordance with the schedule included in the
authorization.
N. OBLIGATIONS OF CITY TO CONSULTANT. City shall make available to
Consultant all data in its possession regarding the existing facilities. This data shall
include, but not be limited to; standards; specifications; policies; guides and
Engineering reports; maps; plans; inventories; data; etc. City shall be responsible
Agreement - AE Services Mathews Consulting.doc
for all necessary approvals from all City of Tamarac departments, and
administration of public meetings in City. Consultant shall prepare exhibits,
displays, informational handouts, notes, minutes and shall assist City in conducting
all meetings.
O. MONITORING. Consultant's work shall be subject to the inspection and direction of
City, which shall conduct periodic reviews with Consultant. Where Consultant's
work is unsatisfactory to City, Consultant shall correct it at the direction of City and
at no additional cost to City; however, it is incumbent upon City to notify Consultant
immediately of any work deemed unsatisfactory. Consultant will indemnify City for
any increased construction costs solely and proximately caused by negligence on
the part of Consultant concerning any assigned project, less any betterment to City.
P. EXTRA SERVICES. If extra services are required for satisfactory completion of the
work or any phase thereof, and Consultant thereby necessarily incurs extra costs,
Consultant may be reimbursed only upon execution of a Supplemental Agreement
between the parties. However, City shall not reimburse Consultant for any work or
services performed after interruption, postponement or abandonment, which City
deems to be in its best interest, provided City provides proper written notice to
Consultant of such interruption, postponement or abandonment of the work. In such
case, City shall pay only the costs of services rendered up to the time of such
interruption, postponement or abandonment.
Q_ CONSULTANT'S REPRESENTATIVE. Consultant will, at all times during the
normal work week, designate or appoint one or more representatives of Consultant
who are authorized to act on behalf of Consultant regarding all matters involving the
conduct of the performance pursuant to this Agreement and shall keep City
continually advised of such designation.
R. WRITTEN NOTIFICATION. Whenever either party desires to give notice to the
other pursuant to this Agreement, it must be given by written notice, hand delivered,
or sent by certified United States mail, with return receipt requested, addressed to
the party for whom it is intended, at the place last specified, and the place for giving
of notice shall remain such until it shall have been changed by written notice in
compliance with the provisions of this paragraph. For the present, the parties
designate the following as the respective places for giving notice to wit:
For City: City Manager
City of Tamarac
7525 Northwest 88th Avenue
Tamarac, Florida 33321
With copy to: City Attorney
At the same address as above
Agreement - AE services Mathews ConsuRing.doc
For Consultant Rene L. Mathews, P.E., President
Mathews Consulting, Inc.
1601 Belvedere Rd., Suite 215 South
West Palm Beach, FL 33406
S. TERMINATION OF AGREEMENT. City or Consultant may terminate this
Agreement by giving 30 days prior written notice to the other party. In such event,
City shall forthwith pay Consultant in full for all work previously authorized and
performed prior to the date upon which written notice of termination has been sent.
Consultant's right of termination shall not be construed to preclude any action by
City for damages against Consultant should Consultant not fully perform
Consultant's responsibilities and duties pursuant to this Agreement.
In no case shall City be liable for damages to Consultant as a result of City's
termination of this Agreement, in an amount in excess of actual costs incurred by
Consultant in performing work previously authorized and fully performed prior to
the date on which notice of termination is sent by City.
T. NON-EXCLUSIVE AGREEMENT. City reserves the right to contract other
Engineering firms as Consulting Engineers pursuant to the Consultant's
"Competitive Negotiation Act of Florida". Nothing in this Agreement alters or
cancels the terms and conditions or prior agreements for Engineering services
between these parties or between City and any other Engineering firms.
U. INDEMNIFICATION. Consultant, its directors, officers, stockholders, heirs, and
assigns hereby agree to indemnify and hold harmless the City of Tamarac, its
officers, elected officials, agents or employees acting within the scope of their
employment from any suit, claim, liability, loss or damage (including reasonable
attorney's fees) to the extent caused by Consultant's negligent acts, errors or
omissions associated with Consultant's duties and responsibilities pursuant to this
Agreement.
V. WARRANTIES. Consultant warrants that all specifications, documents, or drawings
prepared by Consultant, or on Consultant's behalf, are accurate, capable of being
implemented and may be relied upon by any Contractor retained by City.
W. PROFESSIONAL RESPONSIBILITIES OF CONSULTANT. Consultant will exercise
reasonable skill, care, and diligence in the performance of Consultant's services
and will carry out its responsibilities in accordance with customarily accepted
professional Engineering practices. If Consultant fails to meet the foregoing
standard, Consultant will perform at its own cost, the professional Engineering
services necessary to correct errors and omissions which are caused by
Consultant's failure to comply with this standard and which are reported to
Consultant within one year from the completion of services.
10 Agreement - AE Services Mathews Consulting.doc
X. ATTORNEYS' FEES. In the event of litigation, the prevailing party will be entitled
to reimbursement of attorney fees.
Y. CHANGES AND FORCE MAJEURE. In the event that a change in City provided
information, change in law, or event of force majeure affects the Work or increases
Consultant's costs, Consultant shall be entitled to a change to the Work and an
equitable adjustment in the contract price and time of performance, as appropriate.
Consultant shall propose in writing a change to the Work and an equitable
adjustment in the Contract Price due to any such change, and City shall accept or
dispute such proposal in writing within fifteen (15) days of receipt of Consultant's
proposal.
Z. PROHIBITION AGAINST CONTINGENT FEES. The professional Engineer
warrants that he has not employed or retained any company or person, other than a
bona fide employee working solely for the professional Engineer to solicit or secure
this agreement and that he has not paid or agreed to pay any person or company,
corporation individual, or firm, other than a bona fide employee working solely for
the professional Engineer any fee, commission, percentage, gift, or other
consideration contingent upon or resulting from the award or making of this
Agreement. For any breach or violation of this provision, the City shall have the
right to terminate the Agreement without liability and, at its discretion, to deduct
from the contract price, or otherwise recover, the full amount of such fee,
commission, percentage, gift, or consideration.
AA. MODIFICATIONS. It is further agreed that no modification, amendment or alteration
in the terms and conditions contained herein shall be effective unless contained in a
written document executed with the same formality and with equal dignity herewith.
Such modification or amendment shall be attached to, and shall thereupon become
a part of this Agreement.
BB. AUTHORIZING ACTION. This Agreement is entered into by GJ'ty pursuant to a
Resolution of the City Commission passed at a meeting held on
2001.
11 Agreement - AE Services Mathews Consulting.doc
IN WITNESS WHEREOF, the parties have duly executed this Agreement the day and
year first written above,
ATTEST:
By:
Marion Swerfson, CIVIC
City Clerk
ATTEST:
(Corporate Secretary
David L. Mathews
Type/Print Name of Corporate Secy.
(CORPORATt SEAL)
CITY OF TAMARAC
a Florida Municipal Corporation
By: 5'sl cc
e Schreiber, Mayor
Date:
By: h
Jeffrey UMiller, City Manager
Date: 7- /& -Q
Mathews Consulting, Inc.
"O+d
(A thorized Signature)
Rene L. Mathews, President
Type/Print Name and Title
Date: (j - 16 -O
12 Agreement - AE Services Mathews Gonsulting.doc
CORPORATE ACKNOWLEDGEMENT
STATE OF
COUNTY OF tr
The
foregoing instrument was acknowledged before me this day of
ILI, 2001 by Rene L. Mathews President (name of officer or agent, title of
officer or agent) of Mathews Consulting, Inc. (name of corporation acknowledging), a Florida
(state or place of incorporation) corporation, on behalf of the corporation.
Signilature of ary Public — State of rids
.• j; •,y Mani' Arms"
* * Mr COMMistion CC91447e Printed, typed/stamped name of Notary Public
'• 60r" February21, 2W4 Exactly as commissioned
Q'{ersonally known by me, or
❑ Produced identification:
(Type of identification produced)
O/Did take an oath, or ❑ Did not take an oath
13 Agreement - AE Services Mathews Consulting.doc
I, David L. Mathews the duly elected Secretary of Mathews n Iti n .
a corporation organized and existing under the laws of the State of Flodda ,
do hereby certify that the following Resolution was unanimously adopted and
passed by a quorum of the Board of Directors of the said corporation at a
meeting held in accordance with law and the by-laws of the said corporation.
IT IS HEREBY RESOLVED THAT , Rene L. MathQLAis the duly elected
eresident of Mathews Conaultina. Inc.
be and is hereby authorized to execute and submit a Bid and Bid Bond, if such
bond is required, to the City of Tamarac and such other instruments in writing as
may be necessary on behalf of the said corporation; and that the Bid, Bid Bond,
and other such instruments signed by him/her shall be binding upon the said
corporation as its own acts and deeds. The secretary shall certify the names and
signatures of those authorized to act by the foregoing resolution.
The City of Tamarac shall be fully protected in relying upon such certification of
the secretary and shall be indemnified and saved harmless from any and all
claims, demands, expenses, loss or damage resulting from or growing out of
honoring, the signature of any person so certified or for refusing to honor any
signature not so certified.
I further certify that the following are the name, titles and official signatures of
those persons authorized to act by the foregoing resolution.
NAME
Rene L. Mathews
David L. Mathews
TITLE
President
Vice President
�Alw-j Irma
. : M1//M�
Given and my hand and the Seal of the said corporation this , ( day of
20 01.
(SEAL)
Secretary
MATHE W S
CONSULTING INC
Engineers
EXHIBIT A
Billable Rate Schedule for
City of Tamarac
Direct Hourly Rates
Principal Engineer ............................................... $125.00 per hour
Senior Engineer — Level 11 ...............................—$110.00 per hour
Engineer — Level I ................................. . $85.00 per hour
Construction Inspector ......................................... $75.00 per hour
CARD Designer ................................................... $80.00 per hour
Technician............................................................ $50.00 per hour
Clerical................................................................. $45.00 per hour
i Reimbursable Expenses
Reimbursable Expenses, including printing, postage, transportation costs (including
mileage), meals/lodging, laboratory tests analysis, and long distance telephone, are billed
on a direct cost basis.
Subconsultant Costs
Subconsultant charges shall be billed on a direct cost basis plus 10% administration fec.
Mathews Consulting. Inc. • 1601 Belvedere Road, Suite 215S • West Palm Beach, FL 33406 •561-478-7961 • Fax 561-478-7964
CERTIFICATE OF INSi
ISSUE DATE (MM/DD/YY)
R:A►NCE .....;. -
6/15101
PRODUCER
THIS CERTLFICAT'B IS ISSUED AS A MATTER OF INFORMATION ONLY AND
Collinsworth, Alter, Nielson,
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOGS NOT AMEND. EXTEND OR ALTER TTIB COVERAGE AFFORDED BY THE
POLICIES BELOW
Fowler & Qowling,lnc.(WMC/DIA)
COMPANIES AFFORDING COVERAGE
5979 NW 151 Street, Suite 105
COMPANY
LE"111M A Lloyds of London
Miami Lakes, FL 33014
LrrrmANY B
INSURED
COMPANY
LETTER C
Mathews Consulting, Inc.
Attn: Rene Mathews
1601 Belvedere Road A215S
COMPANY
LETTER D
COMPANY
LETTER E
West Palm Beach FL 33406
THIS IS TO C RTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TIM POLCY PERIOD
INDICATED. NOTWITH,S7ANDING ANY REQUMESHENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BB LIM= OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SURTECP TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. L.FMCCS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
TR
TYPE OF NSURANCE
POLICY NUMBER
POLICY EFF.
DATE (MM/DD/YY)
POLICY EXP.
DATE (MM/DDIVY)
LIMITS
GENERAL LIABILITY
GENERAL AGGREGATE
COMM. GENERAI. LIABILITY
PROD-COMP/OP ACC.
CLAIMS MADE "OCC.
PERS. & ADV. INJURY
OWNER'S & CONTRACT'S PROT
EACH OCCURRENCE
FIRE DAMAGE(one Fire)
MED. EXP. (One ter)
AUTOMOBILE LIABILITY
COMBINED SINGLE
ANY AUTO
LIMIT
BODILY INJURY
ALL OWNED AUTOS
SCITEDITLED AUTOS
(Per per n)
BODILY tNTURY
HIRED AUTOS
NON -OWNED AUTOS
(Per occident)
GARAGE LIABILITY
PROPERTY DAMAGE
EXCESS LIABILITY
EACH OCCURRENCE
AGGREGATE
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
SCATI,TORY LLNIITS
WORKERS' COMPENSATION
EACH ACCIDENT
AND
DISEASE -POLICY LLNUT
F_,HPLOYER'S LIABILITY
DISk;ASE-EACH EMP.
A
oT mit
P62601
5/01101
5/01 /03
Professional
1,000,000 limits
Liability
each claim and
claims made form
annual aggregate
DESCRIPTION OF OPERATIONS/LOCATiO`)S/VEHICL.ESISPECIAI, ITEMS
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO IILE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL. IMPOSE NO OBLIGATION OR
City of Tamarac
LIABrL1iY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVFS.
7625 NW 68TH Avenue
AUTHORIZED RE
Tamarac, FL 33321-2401
ACORD 25- (7/90) A- an
A,.
PRODUCER T
CERTIFICATE OF LIAB.
ACEC/MARSH
800 Market St, Ste. 2600
St. Louis NO 63101-2500
Phone-.800-338-1391 Fax:888-621-3173
MiUKLU
LITY INSURANC�,,T1, SR SL=DATE�QZ
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS �AFFORD�INGVERAGE
INSURERA Hartford Iom an
INSURER B:
INSURER C:
INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR TYPE OF INSURANCE POLICY NUMBER rTajCvTxvjMjM
Mathews Consulting, Inc.
1601 Belvedere Road Ste 215 S
West Palm Beach FL 13406
DATE MWDD
DATE MM/DD/YY
LIMITS
GENERALLUU3ILITY
EACH OCCURRENCE
$ 1 000,000
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE [X] OCCUR
84SBVLB7335
11/01/02
11/01/03
FIRE DAMAGE (Anyone fire),
$ 1,000,000
MED EXP (Any one person)T
$ 10,000
$ 1 000, 000
PERSONAL & ADV INJURY
GENERAL AGGREGATE
,
$2,000,000
GEN1
AGGREGATE LIMIT APPLIES PER:
POLICY X J 0. LOC
PRODUCTS - COMP/OP AGG
$2 0 0 0 0 0 0
, ,
AUTOMOBILE
LIABILITY
A
ANY AUTO
84UEGLL7958
11/01/02
11/01/03
COMB(Ea accident) NGLEUMIr
dent)
$1, ,000 , 000
X
INJURY
(Per person)
S
ALL OWNED AUTOS
SCHEDULED AUTOS
VendorBODILY
X
HIRED AUTOS
bate
NON -OWNED AUTOS
of Revie
4+ePtabl1
k7
1
% fir
_
D
/ w
BODY I
(Perr acciden )RY
$ --a
X
PROPERTY DAMAGE
(Per accident)
C7 C7
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
S =y C)
ANY AUTO
`�'6/I�1pAnl�S ���
O
OTHER THAN EA AC
AUTO ONLY: AGG.
.-� �1
EXCESS LIABILITY
OCCUR ❑CLAIMS MADE
EACH OCCURRENCE
AGGREGATE
ed Signature
S -
-DEDUCTIBLE
RETENTION $
S
A
WORKERS COMPENSATION AND
EMPLOYERS' LUABILfIY
84WBGGJ0270
11/01/02
11/01/03
X TORY LIMITS ER
E.L. EACH ACCIDENT
S 100,000
E.L.DISEASE - EA EMPLOYEE
$1G0,000
E.L. DISEASE - POLICYLIMII
$500,000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIO!
CITY OF TAMARAC IS INCLUDED AS ADDITIONAL INSURED. WAIVER
INCLUDED IN FAVOR OF CERT HOLDER FOR WORK COMP..
CERTIFICATE HOLDER
ADDITIONAL INSURED; INSURER LETTER:
TAMARRR
CITY OF TAMARAC
7525 NW 88TH AVENUE
TAMARAC FL 33321-2401
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL _3_0�__ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
lokl-� Q- PA
ACORD 25-S (7197) Oc ACdRD CORPORATION 1988
Exhibit 2
Temp. Reso. #10124
CITY OF TAMARAC
Task Order Authorization No. 03-08E
Engineering Services for
Water Treatment Plant Disinfection System Improvements
DATE: April 21, 2003
PROJECT I)ESCRIPTION
The City of Tamarac has requested Mathews Consulting, Inc. (CONSULTANT) to provide
professional services for the design, permitting, bidding and construction administration services
for the Water Treatment Plant (WTP) disinfection system improvements. The improvements
shall consist of replacing the existing gas chlorination system with a new on -site sodium
hypochlorite generation (OSHG) system and ammoniation system.
SCOPE OF WORK
The services provided under this authorization will be divided into defined tasks in order to
perform the required engineering services. The following is the description of the tasks to be
completed by the CONSULTANT:
Task No. 1 - Design
I. CONSULTANT shall provide engineering design services for a new on -site hypochlorite
generation (OSHG) system and new ammoniation system at the City of Tamarac WTP.
Engineering services shall include civil, mechanical (process piping), structural, electrical
and instrumentation/process control disciplines.
2. The system will consist ofa. maximum 900 lb/day system with brine tank, hypochlorite
solution storage tanks, chemical metering pumps, and associated piping, structural and
electrical appurtenances. The generation equipment and storage tanks will be located in
the existing Chlorine Building, with the exception of the hypochlorite storage and brine
tanks which will be located adjacent to the Chlorine Storage Building on concrete pads.
The ammonia tank will also be located adjacent to the Chlorine Storage Building on a
concrete pad. The existing chlorine feed injection points will be modified to accept
hypochlorite solution.
3. Process Components will include the following:
a. One (1) - 900 lb/day on -site hypochlorite generation system with touchscreen
PLC' at the Chlorine Building
b. One (1) - 47-ton Bryneer fiberglass brine storage tank with automated make-up
water level control.
c. Two (2) - 12,000-gallon horizontal fiberglass hypochlorite storage tanks.
05/15/03
d. Eight (8) — Positive displacement chemical feed hose pumps with VFDs, all
located in the Chlorine Room, to supply hypochlorite to seven (7) dosing points.
e. Two (2) — Dual vessel water softeners.
f. Two (2) — Centrifugal hydrogen dilution blowers for the two storage tanks.
g. One (1) 500-gallon anhydrous ammonia storage tank.
h. Two (2) 100 lb/day direct feed ammoniators.
4. Structural Components will include the following:
a. Concrete pads for equipment and tanks, as necessary.
b. Injection vaults for new ammonia feed locations, if required.
C. Protective CMU block wall around ammonia tank.
d. It is assumed concrete containment of the storage tanks is not required for this
project.
5. Electrical/Instrumentation Components will include the following:
a. A new electrical service will be provided for the existing Chlorine Building to
serve the new disinfection system loads.
b. Control panels and instrumentation will be provided as required for control of the
new system. Controls will be integrated with the WTP existing control system.
Construction documents will require Contractor to perform necessary
Intellution® programming and eontrol screen modifications to reflect
incorporation of the new hypochlorite system and deletion of chlorine gas
system.
C. harmonics protection will be provided either internally or externally to the
OSHG system panel.
(. CONSULTANT shall perform field inspection of the existing above ground structures
and equipment in the Chlorine Building and pertinent site area. The information will be
used to establish a base floor plan for layout of the new OSHG and ammonia systems. It
is assumed as -built drawings of the site and pertinent site areas (preferably in electronic
format) will be provided by the City.
7. Field verification of pipe locations and elevations may be required. It is assumed that the
City will provide potholing services so that. CONSULTANT may verify horizontal and
vertical locations.
8. CONSULTANT shall provide drawings and specifications for the proposed
improvements. The following deliverables will be provided at the 50, 90, and 100
percent design intervals.
05/07/03 2
♦ 50-Percent Design Interval
— 50-Percent Engineering Drawings
— 50-Percent Technical Specifications
♦ 90-Percent Design Interval
— 90-Percent Engineering Drawings
— 90-Percent Technical Specifications
— 90-Percent Front End Contract Documents
— Construction Cost Estimate
♦ 100-Percent DesigLi Interval
— Final construction bid documents (drawings and specifications)
9. CONSULTANT shall provide up to (10) hard copies of the documents for use by the
project team and the City. CONSULTANT shall also provide up to ten (10) signed and
sealed hard copies of the documents to the Contractor for permitting purposes.
10. Services include up to four (4) project meetings with the project team and/or the City.
DELIVERABLES
TASKS
DELIVERABLES
QUANTITY
1. Construction Document
50% Drawings & Specs
4 — Sets (11" x 17")
Production
90% Drawings & Specs
4 — Sets (11" x 17")
Cost Estimate (� 90`%
4 -Sets
100% Drawings & Specs _
4 — Sets (22" x 34")
2. Bidding Services
Bidding Sets
20- Sets (22" x 34")
Addenda if required
As required
3. Permitting Services
Permit Applications
4 — Sets
4. Construction Services
Complimentary Sets (City, Bid Exch.)
6 Sets (22" x 34")
Construction Sets
8 — Sets (22" x 34")
Record Drawings
3 — Sets (22" x 34")
Task No. 2 - Biddinp_ Services
CONSULTANT shall provide Bidding Services to support the City as follows:
♦ Respond to bidders' questions prior to submission of bids.
♦ Prepare information for inclusion in addenda to contract documents, if required,
based on the questions and findings of prospective bidders.
♦ Attend pre -bid meeting at the project site if requested.
♦ Review bids and recommend award of contract. Prepare bid tabulation for
submittal to the City.
Task No. 3 - Permitting
CONSULTANT shall prepare and signs/seal permit application(s) for regulatory agencies
having jurisdiction over the project, including Broward County Ucalth Department and
Froward County DPEP. CONSULTANT shall provide brief project description and
05/07/0? 3
design data for inclusion in permit application package. CONSULTANT shall respond to
any RFI's issued for the project. All permit fees shall be verified by CONSULTANT and
paid directly by the City.
Task No. 4 — Construction Observation
CONSULTANT shall review shop drawings of equipment items (e.g. mechanical,
structural, electrical, instrumentation) before submittal to the City.
2. CONSULTANT shall perform periodic site inspections during construction of the
project. Eight (8) hours a week for an estimated 5 month construction period shall be
provided for periodic inspection services. Special inspections for project certification
will be required during the following events:
a. Inspection of rebar placement prior to concrete pour.
b. Piping installation and pressure testing.
C. Equipment installation.
d. Hydraulic testing of tanks.
3. CONSULTANT shall provide observation during equipment startup and witness
performance testing.
4. CONSULTANT shall prepare Record Drawings (AutoCad version 2000) of the
completed installation based upon the Contractor's as -built markups.
5. CONSULTANT shall provide final certification of the project for permitting completion.
CONSULTANT shall also submit documentation to EPA/State of Florida Department of
Community Affairs that the facility is no longer utilizing chlorine gas and is no longer
subject to RMP requirements.
6. CONSULTANT shall provide one (1) hard copy and one (1) electronic copy of Record
Drawings to the City upon completion of the project.
ASSUMPTIONS
Work described herein is based upon the assumptions listed below. if conditions differ from
those assumed in a manner that will affect schedule of Scope of Work, Consultant shall advise
City in writing of the magnitude of the required adjustments. Changes in completion schedule or
compensation to Consultant will be negotiated with City.
City will provide to Consultant all available pertinent information including previous
reports, financial statements, budgets, costs estimates, customer data, and any other data
relative to performance of the services listed above.
05/07/03 4
CONTRACT PERFORMANCE
Proposed schedule and fees for completion of major work tasks are summarized below.
COMPLETION DATES:
CONSULTANT will commence services upon receipt of written authorization and is proposing
the following schedule for this project:
Tasks Approximate Duration _,
1. Construction Document Production 16 weeks from Engineer's NTP
2. Biddiniz Services 6 weeks from acre tancc of 100% design
3. Permitting Services Concurrent with Task 2
4. Construction Services 20 weeks from issuance of NTP to construction contractor.
SUMMARY OF PROPOSED FEES:
Costs associated with this Consultant Service Authorization are provided below.
Task Cost
1. Construction Document Production $63,475.00
2. Bidding Services $5,750.00
3. Penmitting Services $4,175.00
4. Construction Services $48,150.00
Total: $121,550.00
Additional Services - The fee for Additional Services shall be billed using the Hourly Rate
Schedule contained in the General Contract, or as an agreed upon fixed fee.
05/07/0 5
IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective
dates under each signature. CITY OF TAMARAC, through an authorized official of the City and
Mathews Consulting, Inc. signing by and through Rene L. Mathews President and David L.
Mathews (Vice President duly authorized to execute same.
CITY OF TAMARAC:
By:
ov"
Jeffr ler, City Manager
i
Date: I'Z, 9/
ATTEST:
fitness /
MATHEWS C NS . TIN INC.
I' M�
By:
Rene . M thews, President
Date:
and
By:
David L. Mathews, Vice President
Date:
ATTEST:
Signature of Corporate Secretary
David L. Mathews
Type name of Corporate Secretary
(CORPORATF. SEAL)
05/07/0_1 0