Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-345Temp. Reso. #8845, November 30, 1999 1 1 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-99 3j� A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO; ACCEPT AND EXECUTE A FIRST ADDENDUM TO THE ENGINEERING AGREEMENT WITH CAMP, DRESSER & MCKEE, INC. TO PROVIDE ADDITIONAL ENGINEERING SERVICES RELATED TO THE IMPROVEMENTS ASSOCIATED WITH EXISTING HIGH SERVICE PUMPING SYSTEMS AT THE WATER TREATMENT PLANT FOR ADDITIONAL FEES NOT TO EXCEED $34,677.00; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABLIITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, in July 1998, the City Commission approved Resolution R-98- 194 and executed an agreement with Camp, Dresser & McKee, Inc. to provide design and construction administration services for the construction of a two million gallon water storage tank and associated necessary improvements at the Water Treatment Plant; and WHEREAS, the scope of work for the proposed two million gallon water storage tank included the design of new high service pumps at the Water Treatment Plant; and WHEREAS, as part of the design of the new high service pumps, Camp, Dresser & McKee, Inc. completed an evaluation of the City's Water Plant pumping and hydraulic system; and Temp. Reso. #8845, November 30, 1999 2 WHEREAS, based on the hydraulic evaluation, Camp, Dresser & McKee, Inc. recommended improvements to the City's existing high service pumping system associated with high service pumps, numbers 5, 6 and 7, and related valves, piping and variable frequency drives (VFD); and WHEREAS, the City Commission approved Capital Improvement Program budget in FY99 to permit the design and replacement of existing high service pumps at the Water Treatment Plant; and WHEREAS, the Utilities Department has requested Camp, Dresser and McKee, Inc. to submit an addendum to the executed agreement with the City to include the required improvements to the existing high service pumping system associated with high service pumps, numbers 5, 6 and 7 and related valves, piping and variable frequency drives; and WHEREAS, incorporating required improvements to the existing high service pumping system into the two million gallon water storage tank project will ensure that high service pumps replacement will be provided by the same manufacturer, and the project will be completed in a timely manner; and 1 Temp. Reso. #8845, November 30, 1999 3 WHEREAS, it is the recommendation of the Director of Utilities that the First Addendum to the Engineering Agreement with Camp, Dresser and McKee, Inc., shown as "Exhibit A" to provide additional engineering services for the required improvements to the existing high service pumps at the Water Treatment Plant 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 execute the First Addendum to the Engineering Agreement with Camp, Dresser & McKee, Inc. to provide additional engineering services for the required improvements to existing high service pumps for additional fees not to exceed $34,677.00, and to provide funding from the appropriate Utilities operational and CIAC accounts. 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. 1 Temp. Reso. #8845, November 30, 1999 4 1 1 1 SECTION 2: That the appropriate City officials are hereby authorized to accept and execute the First Addendum to the Engineering Agreement with Camp, Dresser & McKee, Inc. to provide additional engineering services for the required improvements to the existing high service pumps for additional fees not to exceed $34,677.00. SECTION 3: That the additional $34,677.00 is approved to be funded from the appropriate budgeted Utilities Operational and CIAC accounts. SECTION 4: That the City Manager, or his designee, be authorized to make changes, issue change orders not to exceed $10,000.00 per Section 6- 156(b) of the City Code, and close the contract award including, but not limited to making final payment within the terms and conditions of the contract and within the contract price. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. Temp. Reso. #8845, November 30, 1999 5 1 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of 1999. JOE SCHREIBER MAYOR ATTEST CAROL GOL C/AAE CITY CLERK I HEREBY CERTIFY that I have Approved this RESOLUTION as Utilities/tr/tf RECORD OF COMMISSION MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: V/M MISHKIN DIST 3: COMM. SULTANOF DIST 4: __.. COMM. ROBERTS EXHIBIT A 2.0 MG WATER STORAGE TANK AND WATER TREATMENT PLANT IMPROVEMENTS ADDENDUM NO. 1 - HIGH SERVICE PUMPING IMPROVEMENTS INTRODUCTION The City's water treatment plant currently has three high service pumps (HSP Nos. 5, 6, and 7) located outside to the south of the existing ground storage water tank. Variable frequency drives (VFD) manufactured by Eaton were installed on HSPs 5 and 6, but Eaton has since gone out of business. Thus, the City is experiencing difficulties in obtaining replacement parts and service for this equipment. The VFD for HSP 5 does not currently operate as it should and the City has by-passed the VFD such that HSP 5 operates as a constant speed pump. HSP 6 has not been able to operate within its maximum range, which may be attributed to the pump selection not being compatible with the VFD. The electric OCV check valve installed on the discharge of HSP 6 also does not operate as it should. Hydraulically, HSPs 5, 6, and 7 are designed to pump 3,000 gpm, 3,000 gpm, and 1,500 gpm, respectively. The suction of all three pumps are manifolded by a 24-inch diameter pipe. The resulting flow velocities through the 24-inch diameter line and the smaller size of HSP 7 is causing hydraulic problems by "starving" HSP 7 and preventing proper efficient operation of this pump. The OCV check valve on HSP 7 is also not operating as it should. CDM recommends the following improvements to address the above concerns: ■ The existing 24-inch diameter pump suction header is undersized. The size of this pipe will be increase to provide the desired suction velocities. ■ The VFD on HSP 5, which is currently by-passed, will be removed to provide proper operation of HSP 5 as a constant speed pump. All other equipment associated with HSP 5 will remain the same. ■ The VFD on HSP 6 will be replaced, and the pump will be replaced with a 3,000 gpm horizontal split case pump selected specifically for operation with the VFD. The electric check valve will be removed and replaced with the appropriate slant disc check valve and isolation butterfly valve combination similar to new HSP 8. All other equipment associated with HSP 6 will remain the same. A-1 0 ML0304 ■ A new VFD will be added to HSP 7, and the existing 1,500 gpm pump will be replaced with a 3,000 gpm horizontal split case pump and motor selected specifically for operation with the VFD. Suction and discharge piping size will be increased to the appropriate size for the upgraded pump. The electric check valve will be removed and replaced with the appropriate slant disc check valve and isolation butterfly valve combination similar to new HSP 8. Revisions will be made to the motor control center feeding HSP 7. The existing starter will be replaced with a circuit breaker sized to feed the new VFD. Wire sizes for feeds between the new VFD and the new higher horsepower pump will be added along with the required raceways. Wires between the new VFD and the pump will be resized to accommodate the larger pump. This may require replacement of existing raceways between the pump location and the VFD. All other equipment associated with HSP 7 will remain the same. ■ The clearwell opening where HSP 4 was previously installed will be covered by a bolted plate. Remaining HSP 4 discharge piping, valves, and fittings will be removed up to the exterior isolation valve and a blind flange added. The wall opening will be sealed. ■ A roof canopy, matching that over the new HSPs 8 and 9, will be added over existing HSPs 5, 6, and 7 as requested by the Broward County Health Department. . ■ Upon completion of the above improvements and modifications the exterior p p P , HSP 5 through 9 will be used under normal operation while HSP 1 through 3 will remain over the clearwell only for back-up operation. SCOPE OF WORK The following tasks present the proposed scope of work to be provided by the CONSULTANT to implement the above improvements as part of the 2.0 MG Storage Tank project. Design - The CONSULTANT will undertake the appropriate level of engineering to design the proposed improvements including a hydraulic analysis of the high service pumping system. A two -page technical memorandum of the design of these improvements will be prepared as an amendment to the preliminary design report. The drawings and specifications will be developed to include the existing HSP improvements. An updated cost estimate will be prepared upon completion of design. Design of improvement work other than that listed above will be considered beyond the scope of this Addendum No. 1 proposal. 0 A-2 ML0304 Permitting/Bidding/Construction - CONSULTANT services during the permitting, bidding and construction phases are not anticipated to result in any significant additional level of effort if the proposed improvements are undertaken as one construction project. It is assumed that the construction period duration will remain the same. A contingency allowance for services during construction has been included in this proposal to be used at the City's discretion. DATA AND ASSISTANCE TO BE PROVIDED BY CITY The CITY will provide CONSULTANT with available information associated with the existing equipment not already on file with CONSULTANT. The CITY will review the updated 90% design documents and will meet with CONSULTANT to discuss the CITY's review comments. TIME OF COMPLETION The CONSULTANT will undertake the design work and incorporate the proposed improvements into the current 90% design documents within 60 calendar days of authorization to proceed with Addendum No. 1. All other time frames will remain the same as in the original scope of work for the 2.0 MG Storage Tank Project. 0 PAYMENT AND COMPENSATION The total not to exceed fee for this proposed Addendum No. 1 work, based on the level of effort presented in Attachments A and B, is $34,677. This fee includes a lump sum of $925 for non -salary other direct costs. Monthly invoices will be prepared based on actual labor hours times the prevailing hourly rate plus non -salary other direct costs and outside professional services. A-3 isML0304 0 Approved By: THE CITY OF TAMARAC, FLORIDA By: Dated this ,� -� day of )&TXm4999 For: CAMP DRESSER & MCKEE INC. By: 1 c= A-(ZAJ�U T2 • Joy c. A-4 ML.0304 r� u • C� Cq 00 �CD N C O ��ppV ^O d � 3 CL d 00 o 00 C 0 w «� N k O N •r r w L a L r' O O C N Cq W Cn p G4 a •[ r r� cv cv CD Rai d ai V o CV N 9 .Yi N a era C N yv � CL o I* 10 I* PROJECT PROJECT DESCRIPTION: CONTRACT REFERENCE: I:-11016INS Labor Category Officer Principal/Associate Senior Professional Professional I1 Professional I Senior Staff Support Staff Support Services Project Administration TOTAL LABOR ATTACHMENT B PROJECT BUDGET 2.0 MG Water Storage Tank & Water Treatment Plant Improvements Addendum No. 1 -- High Service Pumping (HSP) Improvements Preparation of design, detailed engineering plans, specifications, and contract documents. Agreement between the City of Tamarac and Camp Dresser & McKee Inc. Estimated Hours OUTSIDE PROFESSIONALS: Navigant (RMI) (Electrical & Instrumentation) TOTAL OUTSIDE PROFESSIONALS 10 44 70 48 8 80 24 288 OTHER DIRECT COSTS Printing, Reproduction, Communications PC, Word Processing, Mileage, Travel TOTAL OTHER DIRECT COSTS (LUMP SUM) CONTINGENCY ALLOWANCE (SERVICES DURING CONSTRUCTION) TOTAL NOT -TO -EXCEED BUDGET Hourly Rate $150 130 115 90 70 75 50 43 $6,500 Labor cost $ 600 1,300 5,060 6,300 3,360 600 4,000 1.032 $22,252 $6,500 $ 925 $5,000 34 b7 ML0315 11/18/99 r. C� arrq_ d 0 c+ 4 .F O Q O p N Gw .E 'O O o 00 a k CL o av o 00 a n d w d 0 wp ~ NM. 00 Nr G W a ''� ►-� n �4 O 'Ir N N O r- A, o � O Qa � y rV N H a d u O �++L^ V 2 d U l I* I* 10 PROJECT PROJECT DESCRIPTION CONTRACT REFERENCE BUDGET: LaQr Category Officer Principal/Associate Senior Professional Professional II Professional I Senior Staff Support Staff Support Services Project Administration TOTAL LABOR ATTACHMENT B PROJECT BUDGET 2.0 MG Water Storage Tank & Water Treatment Plant Improvements Addendum No. 1 -- High Service Pumping (HSP) Improvements Preparation of design, detailed engineering plans, specifications, and contract documents. Agreement between the City of Tamarac and Camp Dresser & McKee Inc. Estimated Hourly Labor Hours Rate Cost 4 $150 $ 600 10 130 1,300 44 115 5,060 70 90 6,300 48 70 3,360 8 75 600 80 50 4,000 -2 43 1.032 OUTSIDE PROFESSIONALS: Navigant (RMI) (Electrical & Instrumentation) TOTAL, OUTSIDE PROFESSIONALS 288 OTHER DIRECT COSTS Printing, Reproduction, Communications PC, Word Processing, Mileage, Travel TOTAL OTHER DIRECT COSTS (LUMP SUM) CONTINGENCY ALLOWANCE (SERVICES DURING CONSTRUCTION) TOTAL NOT -TO -EXCEED BUDGET $6,500 $22,252 $6,500 $ 925 $5,000 Mr,o3is 11/18/99