Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-0431 1 Temp. Reso. # 10044 February 18, 2003 1 Revision # 1, March 6, 2003 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2003--43 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE TASK AUTHORIZATION NO.03-01 E WITH ECKLER ENGINEERING, TO PROVIDE DESIGN, BIDDING, PERMITTING AND CONSTRUCTION DOCUMENT PREPARATION SERVICES FOR THE GRANTS PLAZA WATER RE -PUMP STATION IMPROVEMENT PROJECT, IN ACCORDANCE WITH THE CITY'S CONSULTING ENGINEERING AGREEMENT AS AUTHORIZED BY RESOLUTION #R-2001-185, IN AN AMOUNT NOT TO EXCEED $44,300.00; 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 Grants Plaza Water Re -pump Station located at 4191 West Commercial Boulevard (copies of which are attached in map form as Exhibit 1); and WHEREAS, the high service pumps and associated electrical equipment currently being utilized to re -pump water from the storage tank into the City's water distribution system were constructed in 1974; and WHEREAS, the deteriorated condition of these pumps and associated electrical equipment has reduced their operating efficiency; and WHEREAS, these pumps and associated electrical equipment are considered to be antiquated, making it increasingly more difficult to locate and purchase replacement parts necessary for repairs and normal maintenance; and Temp. Reso. # 10044 February 18, 2003 2 Revision # 1, March 6, 2003 WHEREAS, in accordance with the Utilities Department's mandate to improve, renew and rehabilitate existing water and wastewater systems to ensure a safe, reliable and adequate water supply and wastewater collection systems are provided to the residents and customers of the City, the City Commission previously approved a budget to permit the improvements associated with the Grants Plaza Water Re -Pump Station Improvement Project; and WHEREAS, the City requires the service of a consulting firm knowledgeable in this area and capable of providing professional recommendations whereby existing utilities can be improved and rehabilitated to meet the water consumption demands of the residents and customers of the City; and WHEREAS, Eckler Engineering possesses the required knowledge and experience to provide the professional engineering services associated with the Grants Plaza Water Re -Pump Station Improvement Project; and WHEREAS, Eckler Engineering 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 3); and WHEREAS, it is the recommendation of the Director of Utilities that Task Authorization No. 03-01 E from Eckler Engineering 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. 03-01 E (a copy of which is attached hereto as "Exhibit 2") with Eckler Engineering to provide Engineering Services for the Grants Plaza Water Re -Pump Station Improvement Project for a proposed amount not to exceed $44,300.00 and to provide funding from the appropriate budgeted Utilities Operational account. Temp. Reso. # 10044 February 18, 2003 3 Revision # 1, March 6, 2003 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 accept and execute Task Authorization No. 03-01 E with Eckler Engineering to provide engineering services for the Grants Plaza Water Re -Pump Station Improvement Project, in accordance with the City Consulting Engineering Agreement as authorized by Resolution No. R-2001-185 on July 11, 2001, for a proposed amount not to exceed $44,300.00. SECTION 3: The $44,300.00 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 6-156 (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. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. Temp. Reso. # 10044 February 18, 2003 4 Revision # 1, March 6, 2003 PASSED, ADOPTED AND APPROVED this 12th day of March, 2003. ►s11611*35 MARION S ENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. OMI"TCHELLS. JbL SCHREIBER MAYOR RECORD OF COMMISSION MAYOR SCHREIBER DIST 1: V/M. PORTNER DIST 2: COMM. MISHKIN _ DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS �J 1 EXHIBIT 1 TEMP. RESO. ... _._ W_... ..W -41 W W W W W W W W W W W W W W W V W W W W W W VW W A. OD W SA AL L PAM, W r. GOLF COURSE* W W\ W W W LAKESIDE W W\ W W I1 J d •y � I:I:I:I:I LAKESIDE DR SEVEN ISLAND '� AIA DINER W R WINDS CLUB. 1 6! W FIRE R.q u C: \V W �P #TA 53 S. 5�t W c�� a Lj BISHOP f9f k a� f� ak F-tX LOCATION (SUNSHINE PLAZA) W W F9�� �<<L LAND SEC. W w �9 SE 5A 3 TAMARAC ANIMAL HOSP, a W 49 CT ORAL GABLES MIDAS o=c NATIONS W BANK MOBILE � BANK W a % W Li AMOCO z7�-ORIST 49 CT ¢ w 7 a r- ¢ J© o BUDS z a Ww 49 ~ ° �`� cv a`L `, It %' � A4 /r DUNKIN' DONUT w ~ rn ao < ST d Lo qt48 49 ST 3 44 i1 a2P P�� / PLgAZA GINA'S 49 ST 49 ST, BUSINESSES CT g 1� SECR2 48 ST 1_AND DR �Pw 48 a /f IHOP S, 4r� W a / 47 CT a �a 47 CT 47 CT v N ��a 47 S7 47 ST a 47 ST 46 ST a Li ST > er > ~ 45 CT a 8 v On W GRANTS PLAZA iMG WATER STORAGE TANK IMPROVEMENT PROJECT EXHIBIT 2 TASK AUTHORIZATION NO. 03-01 E SCOPE OF SERVICES GRANTS PLAZA REPUMP STATION REHABILITATION INTRODUCTION On November 21, 2002, Eckler Engineering met with the City of Tamarac to discuss general improvements desired for the rehabilitation of the existing Grants Plaza Repump Station. This existing repump station appears to have been in service for 20-30 years. As a result, the pumping and electrical equipment have reached or surpassed their useful life or are antiquated and no longer provide the ability for service and/or parts replacement. In accordance with our November 21, 2002 site review, we have prepared the following list of recommended items to be addressed: 1. Removal and replacement of existing high service pump suction and discharge piping and valves. 2. Removal and replacement of existing horizontal split case centrifugal pumps. The new pumps shall provide a minimum capacity of 2000 GPM at 165 feet TDH (71 psi). 3. Removal of other unnecessary hydraulic piping systems located within the high service pump building. 4. Provide new variable frequency drives sized for the proposed high service pumps to provide smooth pressure control in the distribution system. 5. Provide a new main control panel including programmable logic controller, an operator interface, all of the power supplies and components necessary to properly serve the field instruments as well as provide signals to and from the variable frequency drives and to and from the City's existing telemetry system. 6. Provide new field instruments as required for the station's operation including a pressure transmitter for the distribution system, limit switches on the pump check valves, and other field instruments as necessary for a properly functioning instrumentation and control system. 7. Provide an overhead hand hoist for maintenance removal of heavy pieces of equipment from the interior of the high service pump building. (May not be possible due to height of existing building.) If overhead hand hoist is not possible, a centralized roof hatch opening shall be designed. 8. Coordinate discrete and analog interface requirements for future sodium hypochlorite disinfection system at the repump station site. Page 1 of 16 9. Provide new electrical power distribution throughout the building including a new power distribution panel. This facility will be sized for the power and voltage requirements of the new variable frequency drive systems. The existing main service switch, automatic transfer switch, and standby emergency generator shall remain as is. 10. A new stepdown transformer will be required to step down the power supply at the station from 480 volt to 120 volt. A 120 volt distribution panelboard will need to be installed to serve the lighting receptacles existing throughout the repump station building. It is recommended that the interior lighting fixtures of the pump room and exposed conduit and wire that serve these fixtures be removed and replaced. Minimal exterior lighting improvements may also be required for this site. 11. As required by the City's water treatment/distribution system operating personnel, control revisions at this site will be coordinated with the City's existing telemetry system. Necessary control and monitoring requirements will be provided to and from the proposed main control panel and the City's existing telemetry system. 12. Provide wall mount air conditioning units to cool the high service pump room equipment and electrical systems. 13. General aesthetic type of work will also be included at this site including but not limited to the following: 1. Construction of a ceiling in the high service pump room. 2. Painting of interior walls, pumps, piping, conduits, and miscellaneous items. 3. Painting of exterior walls where disturbed by the progress of the work. 14. This project will also provide the City of Tamarac with as complete a drawing set of the existing facilities as possible. The history of this project is that it was constructed by a private developer and ownership has since been transferred to the City of Tamarac. There is very limited documentation on the facilities existing at this site. As part of this project, Eckler Engineering proposes to investigate and provide as complete a set of drawings of all proposed and existing facilities as possible. The preliminary task order Opinion of Probable Construction Cost for the above referenced improvements is estimated at $285,000. 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. Page 2 of 16 Task D2 - Data Evaluation and Preliminary Design This task focuses on obtaining the necessary preliminary information required to prepare detailed engineering plans and specifications. A. Meet with appropriate City staff to discuss project requirements. B. Visit the site and review all pertinent features. C. Collect data available on existing systems, record drawings, and operations reports. D. Prepare base drawing sheets. E. Prepare scope of services, coordinate and complete surveying work. 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. A preliminary design report (memorandum) will be prepared for this project in accordance with Florida Department of Environmental Protection Rules FAC Chapter 62-555. The report shall detail all proposed modifications to the high service pumping systems of the facility. B. Preliminary design requirements for all system components to be modified or completed as part of this project will be presented as part of the Preliminary Design Report (memorandum). These improvements will include civil, structural, architectural, electrical, mechanical, and instrumentation requirements. C. The preliminary design report (memorandum) shall also include preliminary process and instrumentation drawings detailing the general design requirements for this project. 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 3 of 16 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 permit application submittals for the Florida Department of Environmental Protection (FDEP) and the Broward County Health Department (BCHD). 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 Cast 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 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. 100% Drawings and Specifications. The Engineer will incorporate the agreed -upon revisions made by the City. Page 4 of 16 A total of two (2) 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. 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 as required 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 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. Page 5 of 16 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 Develop the necessary data, notes and clarification drawings required to prepare contract modifications to reflect adjustments to the construction project. Three (3) contract modifications incorporating a total of six items, is the level of effort basis for this budget item. One of the contract modifications will be the final reconciliation contract modification prepared at the end of the project. When CITY requests additional contract modifications, the ENGINEER's fee may be adjusted accordingly based on a mutually agreed amount. 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. ENGINEER shall prepare signed and sealed record drawings based on Contractor's field data. ENGINEER shall submit final copies of record drawings to CITY. 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 with record drawings. Task C10 - Special Services The Engineer shall provide special services during construction consisting of the following items: Resident Services 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. Page 6 of 16 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 one day 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 assistance with regulatory agencies and payment of all applicable permitting fees. B. Provide Engineer with assistance in locating existing facilities, when requested. C. Provide general project review, where required. D. Provide copies of existing facility record drawings. E. Provide copies of existing SCADA system as-builts. ARTICLE 3 - TIME OF COMPLETION Table 3 provides the preliminary project schedule based on weeks from the receipt of the Authorization to Proceed. 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 $26,900.00. B. Construction Phase For services enumerated in Article 1, Tasks C through C10, the estimated not to exceed fee of $17,400.00. Page 7 of 16 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: Payment of permit fees. 2. Preparation of permit submittal applications to the City of Tamarac Building Department. 3. Any expert witness or testimony services. ARTICLE 5 - AUTHORIZATION In WITNESS WHEREOF, the parties herewith subscribe the same in duplicate. ECKLER ENGINEERING, INC. By: '/D::;t4�- 25� — Donald A. Eckler, P.E. Jef/Ueyd,. Miller City Manager YADocuments\Tamarac\BD\Grants Plaza Repump Sta Rehab\Task Auth 03-XX.wpd Page 8 of 16 TABLE 1 GRANTS PLAZA REPUMP STATION REHABILITATION 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 Electrical, Architectural and HVAC Legends G-5 Process and Instrumentation Legends G-6 Piping Schedule Civil C-1 Overall Site Plan (Survey) C-2 Paving and Grading Plan C-3 Standard Details - civil Arch itectu ra I/Stru ctu ra I AS-1 Repump Building Demolition/Modification Floor Plans AS-2 Repump Building Modifications Sections and Details AS-3 Repump Building Elevations AS-4 Finish, A/C Schedules AS-5 Door and Hardware Schedule AS-6 Standard Details - Architectural/Structural Mechanical M-1 Yard Piping Plan M-2 Yard Piping Details M-3 Repump Building Demolition/Modification Floor Plans M-4 Repump Building Sections and Details M-5 Standard Details - Mechanical M-6 Standard Details - Mechanical M-7 Standard Details - Mechanical Page 9 of 16 Instrumentation 1-1 Overall Plant Process Schematic 1-2 Unit Process 5 High Service Pumping (Sheet 1) 1-3 Unit Process 5 High Service Pumping (Sheet 2) 1-4 Instrumentation and Controls - Standard Details Electrical E-1 Electrical Site Plan E-2 Repump Building Electrical Equipment Plan E-3 Repump Building Lighting and Receptacle Plan E-4 Repump Building One Line Diagram - I&C E-5 Repump Building One Line Diagram - Power E-6 HSP Control Panel Schematics Sheet 1 E-7 HSP Control Panel Schematics Sheet 2 E-8 HSP Control Panel Schematics Sheet 3 E-9 HSP Control Panel Details E-10 Existing RTU Panel Modifications Sheet 1 E-11 Existing RTU Panel Modifications Sheet 2 E-12 Electrical Details Sheet 1 E-13 Standard Details - Electrical E-14 Standard Details - Electrical (Remainder of page left blank intentionally) Page 10 of 16 TABLE 2 GRANTS PLAZA REPUMP STATION REHABILITATION 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 01010 Summary of Work 01200 Project Meetings 01300 Submittals 01500 Construction Facilities and Temporary Controls 01505 Mobilization/Demobilization 01700 Project Closeout 01720 Project Record Documents 01730 Operation and Maintenance Data 01740 Warranties and Bonds Division 2 - Sitework 02072 Demolition 02200 Earthwork 02500 Restoration and Cleanup 02630 Concrete Sidewalks, Drives and Curbs Division 3 - Concrete 03300 Concrete 03600 Grout Division 4 - Masonry 04100 Mortar 04200 Concrete Unit Masonry Page 11 of 16 Division 5 - Metals 05500 Fabricated Metalwork and Castings Division 6 - Not Used Division 7 - Thermal and Moisture Protection 07900 Sealants Division 8 - Doors and Windows 08120 Aluminum Doors and Frames 08710 Finish Hardware Division 9 - Finishes 09900 Protective Coatings Division 10 - Not Used Division 11 - Equipment 11028 Horizontal Split Case Centrifugal Pumps -General 11028-1 Horizontal Split Case Centrifugal Pumps -Specific Division 12 - Not Used Division 13 - Special Construction 13700 Process Instrumentation and Controls 13710 Programmable Logic Controller 13720 Variable Frequency Drive Division 14 - Conveying Systems 14321 Hand Hoist and Monorail System Division 15 - Mechanical 15005 Ductile Iron Pipe (Water) 15029 Testing and Disinfection (Pipelines, Structures and Equipment) 15100 Manually Operated Valves 15105 Self -Contained Automatic Process Valves 15110 Power Operated Valves 15400 Plumbing Page 12 of 16 Division 16 - Electrical 16000 Electrical General Requirements 16050 Basic Materials and Methods 16110 Lightning Protection 16160 Panelboards (Remainder of this page left blank intentionally.) Page 13 of 16 TABLE 3 GRANTS PLAZA REPUMP STATION REHABILITATION PRELIMINARY PROJECT SCHEDULE Time to Cumulative Time Activity Complete To Complete (Days) (Days) 1. Notice to Proceed 0 0 2. Site Visit/information Gathering and Survey 21 21 3. Preliminary Design Memorandum (50% Submittal) 30 51 4. Receive City Comments. 7 58 5. Submit 100% Plans and Specifications. 45 103 6. Receive City Comments 7 110 7. Submit Final Plans and Specifications along with 7 117 permit applications and final cost opinion 8. Regulatory Permitting Phase 30 147 9. Bidding and Award Phase 60 207 10. Construction Phase (Final) 150 357 Detailed schedule will be provided upon receipt of authorization to proceed and will include specific submittal dates. (Remainder of page left blank intentionally.) Page 14 of 16 TABLE 4 GRANTS PLAZA REPUMP STATION REHABILITATION 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. 100% 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 and BCOES. Five (5) sets, 100% complete. • 100% 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. B. Post Bid. • Bid Tabulation, 2 copies. Page 15 of 16 • 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. • Four (4) sets of full size (22" x 24") signed/sealed drawings for building permit submittal by CONTRACTOR. B. Shop Drawings • Copies of accepted and final 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. • Daily resident project representative reports will be provided for each site visit in accordance with Task C-10 of this Work Order. D. Progress Meetings • Copies of all project meeting minutes. E. Contract Modifications • Four (4) copies of all completed contract modifications. F. Pay Requests • Copies of reviewed and accepted partial and final pay request applications. G. Record Drawings and Project Closeout • One (1) 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\Grants Plaza Repump 5ta Rehab\Task Auth 03-XX.wpd Page 16 of 16 CITY OF TAMARAC GRANTS PLAZA REPUMP STATION REHABILITATION TASK AUTHORIZATION No. 03-01 E TABLE 5 I, DESIGN PHASE TASK DESCRIPTION a` 4 w` D1 Project Administration I Management D2 Data Evaluation and Preliminary Design D3 Preliminary Design Report D4 Drawings and Engineering 05 Specification Preparation 05 Permit Preparation Assistance Final Opinion of Probable Construction D7 Cast 08 Bidding Assistance Services Bid Evaluation and Recommendation of D9 Award Assistance D10 Submit and Review (Quality Control) D11 Not Used 012 Not Used Total Hoursr$6516'..0000 Rate $12 Sub -Total Labor $3,22 u PFIMR11PSA9LE EXPENSES DESIGN PHASE Y 00CUMENTakTs..(W442.C1 D-Inn scope DATE: January 15, 2003 PERSONNEL _ v n z w` T.- Lu r 4 4 4 12 4 _ 60 1 4 2 2 a 5 0 0 0 64 D 0 18 2y 0 62 1.00 $84,00 $82.00 $71.00 $59,00 $95.00 $84.00 $64D0 $0.00 $6A.00 i.00 $0,00 $5,084.00 $0.00 $OAO $0.00 $5,378.00 $000 $OA0 $1.152.00 TOTAL DESIGN PHASE LABOR $15,453.00 GRAND TOTAL $26,900.00 CITY OF TAMARAC GRANTS PLAZA REPUMP STATION REHABILITATION TASK AUTHORIZATION No. 03-01E TABLE 6 I. CONSTRUCTION PHASE DATE: January 15, 2003 PERSONNEL TASK DESCRIPTION 0. ¢ {S, w LU w` g y C9 Cl Preconstruction Activities Prior to NTP 4 2 C2 Consult and Advise 2 2 C3 Review Shop Drawings 4 16 4 C4 Peview Pay Requests and Schedules 12 1 C5 Perform Periodic and Milestone Inspections $ 8 2 C6 Progress Meetings 12 12 C7 Contract Modifications 4 4 C8 Project Closeout 2 4 16 C9 Regulatory Agency Documentation and Project Closeout Submittals 1 2 1 C70 Special Services 40 3 C11 Not Used C12 Not Used Total Hours 0 37 0 58 0 0 0 16 0 40 15 Rate $154.00 $129.00 $84.00 $82.00 $71.00 $69,00 $95.00 $84.00 $64.00 $84.00 $64.00 Sub -Total Labor $0.00 $4.77300 $0.00 $4.766.00 $0.00 $0,00 $0.00 $1,344.00 $0.00 $3.360.00 $960.00 TOTAL CONSTRUCTION PHASE LABOR $15,193.00 IL REIMBURSABLE EXPENSES CONSTRUCTION PHASE EXPENSE ITEM EXPENSE TYPE UNIT No. OF UNITS COST PER UNIT TOTAL COST 1 REPRODUCTION SET 3 $20.50 $61.50 2 PHOTOCOPIES EA 300 $0.20 $60,00 PLOTTING 3 22 X 34 MYLAR EA 0 $15.00 1$0,00 11 X 17 EA 0 $3,00 $0,00 TRAVEL 4 MILEAGE MILE 180 $0.345 $62.10 TOLLS EA 0 $0.00 $0,00 SUBCONTRACTORS SURVEY LS 0 $0.00 $0.00 ELECTRICAL LS 1 $2,000.00 $2,000.00 5 STRUCTURAL LS 0 $0.00 $0,00 GEOTECHNICAL LS 0 $0.00 $0.00 HYDROGEOLOGIC LS 0 $0.00 $0.00 OTHER LS 0 $0.00 $0.00 TOTAL CONSTRUCTION PHASE EXPENSES $2,183.60 GRAND TOTAL $17,400,00 Y:IDOCUMENTS1Tamarac1442.C11 Construction Scope