Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2019-058 Temp. Reso. #13296 July 10, 2019 Page 1 of 4 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2019 } ;-3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING VARIOUS TASK AUTHORIZATIONS WITH STANTEC CONSULTING SERVICES; AUTHORIZING A CUMULATIVE EXPENDITURE FOR SAID PURPOSE IN AN AMOUNT NOT TO EXCEED $76,645.00; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac's Continuing Engineering Services Agreement, allows the City to choose from a prequalified list of consultants, as authorized by Resolution No. R-2016-80, a copy of which is incorporated herein by reference and is on file in the office of the City Clerk; and WHEREAS, upon consideration, Public Services Staff, together with the Information Technology Department, have selected Stantec Consulting Services, Inc. for various unrelated Task Authorizations ("TA") as they are the firm which possesses the required expertise, experience, knowledge and resources for the projects outlined below; and WHEREAS, per City Ordinance and Procurement Policy, TA #19-10S was previously administratively approved, which is hereto attached as Exhibit 1, and is incorporated herein and made a specific part of this Resolution; and WHEREAS, the cumulative total of the above-mentioned Task Authorization is $19,225.00, and therefore did not require City Commission approval; and WHEREAS, one (1) additional proposed Task Authorization for consulting services for the Citywide Culvert Headwall Improvement Project Phase VI (TA#19-21 D) will result Temp. Reso. #13296 July 10, 2019 Page 2 of 4 in a cumulative total for the two (2) Task Authorizations for Stantec Consulting Services, Inc. of $76,645.00 in Fiscal Year 2019, a copy of Task Authorization #19-21 D is hereto attached as Exhibit 2, and is incorporated herein and made a specific part of this Resolution; and WHEREAS, it is the recommendation of the Director of Public Services, the Director of Financial Services and the Purchasing and Contracts Manager to authorize the above listed two (2) Task Authorizations and to approve a cumulative total expenditure not to exceed $76,645.00 for the two (2) Task Authorizations hereto attached as Exhibits 1 and 2, respectively, and are incorporated herein and made a specific part of this Resolution; 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 the said two (2) Task Authorizations and to authorize a cumulative expenditure not to exceed $76,645.00 for said purposes. 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 upon adoption hereof. All Exhibits attached hereto are incorporated herein and made a specific part hereof. Temp. Reso. #13296 July 10, 2019 Page 3 of 4 SECTION 2: The City Commission HEREBY approves the following two (2) Task Authorizations attached hereto and incorporated herein and made a specific part of this Resolution. SECTION 3: A cumulative expenditure in an amount not to exceed $76,645.00 for said purposes is hereby approved. SECTION 4: The City Manager or his designee is hereby authorized to approve and initiate Change Orders in amounts not to exceed $65,000.00 per Section 6- 147 of the City Code, and close the contract award, which includes, but is not limited to, making final payment and releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the agreement. 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. #13296 July 10, 2019 Page 4 of 4 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this gi day of , 2019. MICHELLE J. GOMEZ MAYOR ATTEST: PATRICIA TEUFEL C C CITY CLERK RECORD OF COMMISSION VOTE: MAYOR GOMEZ ' 4 DIST 1: COMM. BOLTON DIST 2: COMM. GELIN DIST 3: COMM. FISHMAN DIST 4: V/M PLACKO I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM :16 /j4 7/ SA UEL . G RVp CITY ATTORNEY/ TR 13296-Exhibit 1 Stantec Consulting Services Inc. Stantec 800 Fairway Drive Suite 195,Deerfield Beach FL 33441-1828 February 4,2019 Attention: Mr.Mustafa Albassam City Engineer Public Services Department 6011 Nob Hill Road,Second Floor Tamarac,FL 33321 Dear Mustafa, Reference: Enterprise GIS Upgrade City's Task Authorization Number: 19-10S In accordance with the terms and conditions of the consulting agreement between the City of Tamarac (hereinafter referred to as the"City" or'Client")and Stantec Consulting Services, Inc., (hereinafter referred to as"Consultant", "We"or"Stantec"), dated October 16, 2016,we are pleased to provide this proposal in support of the Enterprise GIS Upgrade. I have attached a scope and fee for your review and approval. We look forward to the opportunity of working with you on this important project. Regards, Stantec Consulting Services Inc. T r e Glunt, P.E. James Hale, GISP P Incipal GIS Manager hone: (954)481-2812 Phone: (239)649-4040 ext. 6412 Fax: (954) 841-2818 Mobile: (239)284-6485 tery.glunt@stantec.com james.hale@stantec.corn No Text TR 13296-Exhibit 1 February 4,2019 Mr.Mustafa Albassam Page 2 of 5 Reference: Enterprise GIS Upgrade City's Task Authorization Number: 19-10S February 4, 2019 Exhibit "A" Enterprise GIS Upgrade GENERAL DESCRIPTION OF PROJECT The City of Tamarac is seeking the opportunity upgrade the Enterprise GIS. The goal of this scope is to provide software updates and system best practice upgrades to City's ArcGIS Server and SQL Servers advise and implement best practices. SCOPE OF SERVICES This Proposal provides for professional engineering services for the documentation of the existing Enterprise GIS environment and the design and implementation of a new ArcGIS Server 10.6 Enterprise Environment with a Microsoft SQL Server 2016 database. The proposed scope of services and fees follow. Task 1 — Document Existing Stantec will document existing infrastructure and services: Document Existing Infrastructure and Services • Servers • Users • Security Settings • REST Services • Storage (SDE/fGDB) • Web Map Applications • Third Party Dependencies Task 2— Design Replacement Architecture p • Prepare Architecture Document and Gain Client Approval • Prepare and coordinate with client to finalize security/logins for Portal • Take into account improvements that do not break required functionality and do not take any additional time than duplicating existing settings. Assumptions for this task: Client will provide a support analyst that will assist with documentation. This will not include a multi-machine deployment with load balancing of ArcGIS Server or Portal, however the system will be set-up to handle that for future development. 1 TR 13296-Exhibit 1 February 4,2019 Mr.Mustafa Albassam Page 3 of 5 Reference: Enterprise GIS Upgrade City's Task Authorization Number: 19-10S Task 3 — Implementation and Documentation Implement New Architecture • Install new applications • Configure applications to match previous environment • Deploy replacement/ new geodatabases • Preform matching /deployment of services to storage environment • Update and organize Active Directory to be used by SQL and Portal • Set-up SQL based SDE privileges • Configure SSL Security • Test Client-Portal network connectivity (internal and external) • Update ArcGIS Online Service URLs • Update existing City Service URLs • Republish all MXDs that source a web service Documentation and Turnover • Document machine names, settings, logins, architectural diagram Assumptions for this task: Client will provide a support analyst that will perform tasks such: Active Directory updates, SQL based SDE privileges, documentation support, create virtual servers as needed Task 4— Meetings and Coordination Under this task, Stantec will conduct meetings and/or workshops with CITY staff to support the development of the new geodatabase schema. This will include: • A project kick-off meeting with CITY to discuss goals, responsibilities, timeframes, and other relevant topics (to occur within 10 business days of the receipt of the Notice to Proceed). Stantec will solicit the CITY and stakeholders for input on the geodatabase schema. • Two (2) Conference Calls with City Staff to coordinate the migration. • One (1) On-Site Knowledge Transfer Workshop • One (1) project meeting to conduct project closeout. ADDITIONAL SERVICES No Text TR 13296-Exhibit 1 February 4,2019 Mr.Mustafa Albassam Page 4 of 5 Reference: Enterprise GIS Upgrade City's Task Authorization Number: 19.10S Any services not specifically provided for in the above scope will be considered additional services and can be performed at our then current hourly rates. Additional services we can provide include, but are not limited to, the following: 1. Client machine installs/upgrades 2. Mobile Device Configuration/Testing will occur but will not deploy on individual tablets 3. External data update procedures CITY RESPONSIBILITIES The City to provide Stantec an ArcGIS Online elevated privileges account, Portal account, remote login access with elevated privileges, and an IT liaison. Signed SSL certificates. Access to MXDs that are used to publish services. SCHEDULE Stantec will provide its services in an expeditious and orderly manner to meet the formal written schedule mutually agreed to by the Client and the Consultant for the various elements of the project. Much of the schedule is dependent on the City's schedule below is an estimation. Task Task Completion Duration* Task 1.0—Document Existing 20 days* Task 2.0—Design Replacement Architecture Completion of Task 1.0 + 20 days Task 3.0—Implementation and Documentation Completion of Task 2.0 + 20 days Task 4.0—Meeting and Coordination 365 days* Task 5.0 Post Go-Live continued Support 365 days* Total Duration Estimated Completion By: December 30, 2019 * Business Days from Notice to Proceed No Text TR 13296-Exhibit 1 February 4,2019 Mr.Mustafa Albassam Page 5 of 5 Reference: Enterprise GIS Upgrade City's Task Authorization Number: 19-10S FEE AND BILLING Stantec will accomplish the services outlined in Tasks 1 through 6 for the Total Time and Materials with a Not to Exceed Budget of $19,255.00. Invoicing and payment will be in accordance with the terms and conditions of the consulting agreement between the City of Tamarac and Stantec dated October 26, 2016 and shall govern this agreement as applicable. Fees and expenses will be invoiced monthly based, as applicable, upon the percentage of services completed and expenses incurred as of the invoice date. Payment will be due within 30 days of the date on the Stantec invoice. Fees and times stated in the agreement are valid for sixty (60) days after the date of this letter. The following task items represent a breakdown of the T/M amounts for Stantec for reference: Client Service Project Senior GIS Task Manager Manager Analyst Total Fee Task 1.0- Document Existing 0 2 26 $3,982.00 Task 2.0- Design Replacement 0 Architecture 1 16 $2,411.00 Task 3.0- Implementation and 0 Documentation 2 42 $6,222.00 Task 4.0- Meetings and Coordination- Knowledge Transfer 2 8 10 $3,126.00 Task 5.0- Post Go-Live continued Support 0 4 20 $3,484.00 Total Hours 2 17 114 Hourly Rate $179.00 $171.00 $140.00 Direct Labor Cost $358.00 $2,907.00 $15,960.00 Total Fee $19,225.00 TOTAL TASK AUTHORIZATION FEE $ 19,255.00 f TR 13296-Exhibit 2 Stantec Consulting Services Inc. Stantec 800 Fairway Drive Suite 195, Deerfield Beach FL 33441-1828 June 4, 2019 City of Tamarac 6011 Nob Hill Road Tamarac, FL 33321 Attention: Mr. John Doherty, P.E. Assistant Director of Public Services Department / CIP Manager Reference: Professional Design Services for Canal Culvert Bulkhead Improvements — Phase 6 Tamarac Work Authorization No. 19-21D Dear Mr. Doherty: The firm of Stantec Consulting Services, Inc. is pleased to submit this price proposal for the above referenced project for your review and consideration. We look forward to the opportunity of working with The City of Tamarac (City). It is our understanding that the City would like to continue with another phase of improvements to specific canal pipe culvert crossings at various locations throughout the City. The improvements are necessary due to erosion along the edge of roadway at the culvert crossings that is now undermining sidewalks and creating potentially unsafe conditions along the roadway guardrail. The City also desires to perform the improvements utilizing a design that incorporates an aluminum bulkhead wall system with a short pipe culvert extension as needed. Consultant Scope Stantec proposes to provide design and plans for the following three (3) locations: Southgate Blvd. across from West C-14 Canal Pump Sta. — South Side — 80 LF Southgate Blvd. across from East C-14 Canal Pump Sta. — South Side —230 LF NW 46th St. East End —Tamarac Lakes 2 — Culvert and Embankment— 175 LF Each location will be evaluated individually with respect to geotechnical conditions, hydraulic gradient, roadway and canal bank geometrics in sufficient detail to support the design of the aluminum seawall system. Plans shall be produced for each project location showing the plan view, profiles and elevations, cut sections, notes and details for the purpose of advertising and bidding all of the projects for construction either as a package or individually. During design, plans shall be submitted to the City for review at 30%, 60%, 90% and final plan production phases. Upon completion, a final set of plans, along with a digital copy of the TR 13296-Exhibit 2 plans and technical specifications specific to each location, shall be submitted to the City for reproduction during the bidding process. A written engineer's cost estimate shall also be provided upon completion. In addition, Stantec shall attend a pre-bid meeting scheduled by the City for this project. Stantec shall provide the geotechnical data for each location through a geotechnical sub- consultant, Nutting Engineers of Florida, Inc. Stantec shall also be responsible for providing the topographic survey needed to produce the base sheets and geometry for the plans and shall perform the necessary utility locates so that all utility lines can be shown in sufficient detail on the plan sheets. David & Gerchar, Inc. shall provide the topographic survey data for two of the three project locations as well as the bathymetric data for use in the project design. The survey for the easternmost pump station location along Southgate Boulevard shall be provided to us by the City as part of another project that is being performed in that area. Stantec shall provide any permitting services that may be required as part of the design process. The projects should require a Broward County Tree Removal permit (where applicable), Broward County Environmental Resources (Surface Water) permit and a City of Tamarac Engineering and Public Works permit. It is not anticipated that any other services such as electrical design, landscape architecture design or environmental studies / audits will be needed for this work. The subconsultant proposals are included for your consideration. It should be noted that the City has a pending storm water improvement project planned for Southgate Boulevard near the East C-14 Canal Pump Station that requires an outfall into the same canal in which the bulkhead improvements are being designed. As such, Stantec shall incorporate some minor storm water design elements from that project into our design. We have been informed that it will include only the outfall portion of pipe through our bulkhead wall from the City's new proposed control structure on Southgate Boulevard, the proximity of which should be very close to the existing "P" top inlet on the south side of the road. The intent of the new outfall pipe is to extend it through the new bulkhead wall during construction of this project to avoid damage to the wall during the subsequent storm water project. As such, it is not anticipated that connection to the inlet will be involved. To accommodate these design elements, the specific purpose survey for that portion of the Canal Culvert Bulkhead project shall be provided to us by the City, since they already have survey data acquisition included as part of that project. The files shall be provided to us in CADD format and shall include data for both the roadway and drainage elements as well as the canal data including both bathymetric and topographic surveys as indicated in the scope. Since the drainage design for the roadway project is being performed by others and is therefore unknown at this time, the design elements including pipe material, size and invert elevation shall be supplied to the Consultant by the City to incorporate into the design. However, any geotechnical data and survey geometry developed by us in the process of this design development shall be turned over to the City for use in their drainage project design. TR 13296-Exhibit 2 Stantec shall provide construction administration services on a limited basis to assist the City during construction. These services shall include shop drawing review, response to RFI's during bidding and construction, attending a pre-construction meeting, minimal site inspections during construction (typically two to three per site), and a final inspection upon completion. Logs for shop drawings and RFI's shall be maintained as part of these services. The City shall be responsible for all correspondence to and from the Contractor but Stantec shall provide the necessary responses and technical support to the City for issue regarding RFI's and such. Stantec shall review, and accept, the final as-built drawings submitted by the Contractor, provide a punch list inspection report for each project and issue a letter of substantial conformance upon completion. Fees The fees for our services will consist of a not to exceed contract amount of Fifty Seven Thousand Four Hundred Twenty Dollars ($57,420.00) broken down as follows. Field Data Collection $ 14,530.00 Design, Plan Production and Permitting $ 29,280.00 Construction Administration $ 12,010.00 Reimbursable Expenses (Permit Fee Allowance) $ 1,600.00 TOTAL FEE $ 57,420.00 We will bill you monthly for the percentage of services or hours of service rendered and for any Reimbursable expenses. Any request for printing above the indicated amount will be billed as a reimbursable expense as allowed in the contract. It is not anticipated that any permits shall be required beyond the mandatory City and County permits needed for construction, but should permitting fees be required, the City of Tamarac shall provide all costs associated with the permit fees. Deliverables and Schedule Stantec will deliver 60% complete plans to the City to review within 45 days of Notice to Proceed. 90% plans and specifications will be delivered to the City to review after 30 days of the City's approval of 60% plans at which time Stantec will have addressed 60% review comments. The 100% plans and specifications will be delivered to the City to review after 21 days of the City's approval of 90% plans at which time Stantec will have addressed 90% review comments. The 60% and 90% will include three (3) copies. Upon the City's approval of the 100% plans, four (4) sets of full size plans and two (2) sets of half size plans will be signed and sealed and submitted to the City. In addition, an electronic file of the plans will be presented in pdf format for the City's use as needed. TR 13296-Exhibit 2 We look forward to the opportunity of working with the City of Tamarac. Should you have any questions, please feel free to contact me at (954) 481-2812 or by e-mail at terv.gluntAstantec.com. Respectfully Submitted Stantec Consulting Services, Inc. errance N. Glunt, P.E. Principal CC: file TR 13296-Exhibit 2 GENERAL CONDITIONS 1. Standards: STANTEC performs Environmental Audit services following practices and procedures commonly accepted by the professional community and financial institutions. It is understood by STANTEC and the CLIENT that Environmental Audit services are generally required as a result of federal legislation (TSCA, RCRA, CERCLA, etc.) but that no code of standards or procedures has yet been established by law. Also, at this time there exists no complementary body of legal precedent, but only the need to reduce risk of liability in land transactions. 2. Warranty: No real or implied warranty or certification of conditions is offered by STANTEC. In the performance of Phase I Environmental Audits, STANTEC will diligently apply the commonly accepted standards of practice to reveal possible issues of environmental concern. 3. Right of Entry and Right to Proceed: CLIENT grants a right of entry to the subject property to STANTEC, its agents, staff, consultants, contractors and subcontractors, for the purpose of performing, and with the right to perform, all acts, studies and evaluations pursuant to the services provided hereunder. 4. Excluded Hazardous Materials: Nothing in this agreement shall impose liability on STANTEC for claims, lawsuits, expenses or damages arising from or in any manner related to the exposure to, or the handling, manufacture or disposal of asbestos, asbestos products, or hazardous waste in any of its various forms, as defined by the Environmental Protection Agency, including specifically, polychlorinated biphenyls (PCB's), radon, methane gas and petroleum products. 5. Discovery of Unanticipated Hazardous Materials: Hazardous materials may exist where there is no reason to believe they could or should be present. STANTEC and the CLIENT agree that the discovery of unanticipated hazardous materials constitutes a changed condition mandating a renegotiation of the scope of work or termination of services. STANTEC and the CLIENT also agree that the discovery of unanticipated hazardous materials may make it necessary for STANTEC to take immediate measures to protect human health and safety, and/or the environment. STANTEC agrees to notify the CLIENT as soon as practically possible should unanticipated hazardous materials or suspected hazardous materials be encountered. The CLIENT encourages STANTEC to take any and all measures that in STANTEC's professional opinion are justified to preserve and protect the health and safety of STANTEC's personnel and the public, and/or the environment, and the CLIENT agrees to compensate STANTEC for the additional cost of such work. In addition. the CLIENT waives any claim against STANTEC, and agrees to indemnify, defend and hold STANTEC harmless from any claim or liability for injury or loss arising from STANTEC's encountering unanticipated hazardous materials or suspected hazardous materials. The CLIENT agrees to promptly notify STANTEC of any hazardous substance and any special risk to human health, the environment or equipment on the site of which the CLIENT is or becomes aware. 6. Public Responsibility: The CLIENT recognizes that he owes a duty of care to the public that requires him to conform to applicable codes, standards, regulations and ordinances, principally to protect public health and safety. STANTEC likewise owes a duty of care to the public, in that the public, through its professional registration laws, has granted to STANTEC an exclusive license to perform certain functions, to protect public health and safety. STANTEC will at all times endeavor to perform in a faithful and trustworthy manner and, do TR 13296-Exhibit 2 his or her best to alert the CLIENT to any matter of which STANTEC becomes aware and believes requires the CLIENT's immediate attention to help protect public health and safety, or which STANTEC believes requires the CLIENT to issue a notice or report to certain public officials, or to otherwise conform with applicable codes, standards, regulations or ordinances. If the CLIENT for any reason decides to disregard STANTEC's recommendations in these respects, STANTEC shall employ its best judgment in deciding whether or not it shall notify public officials. The CLIENT agrees that such decisions are STANTEC's to make, in light of STANTEC's public responsibilities as STANTEC perceives them and, in any event, STANTEC should not be held liable in any respect for failing to report conditions which were the CLIENT's responsibility to report. Accordingly, the CLIENT waives any claim against STANTEC, and agrees to defend, indemnify and hold STANTEC harmless from any claim or liability for injury or loss allegedly arising from STANTEC notifying or not notifying public officials about conditions found to exist at the project site. 7. Confidentiality: STANTEC agrees to keep confidential and not to disclose to any person or entity, other than STANTEC employees and subcontractors, without the prior consent of the CLIENT, all data and information not previously known to and generated by STANTEC, or furnished to STANTEC and marked CONFIDENTIAL by the CLIENT in the course of STANTEC performance hereunder; provided, however, that this provision shall not apply to data which are in the public domain, or were previously known to STANTEC or which were acquired by STANTEC independently from third parties not under any obligation to the CLIENT to keep said data and information confidential. These provisions shall not apply to information in whatever form,that comes into the public domain through no fault of STANTEC, nor shall they be interpreted to in any way restrict STANTEC from complying with an order to provide information or data when such order is issued by a court, administrative agency or other authority with proper jurisdiction. The CLIENT agrees that STANTEC may use and publish the CLIENT's name and a general description of STANTEC services with respect to the project in describing STANTEC's experience and qualifications to other clients and prospective clients. T.15 13296-Exhib112 m MANHOUR ESTIMATES ProName' No.CBD Sta ntee Name: Citywide Canal Culvert Improvements-Phase 6 City of Tamarac,Florida Date 6/4/2019 S00 Fairway Drive,Suite 195 Principal Client Sr Project Proj Engr Deerfield Beach.Florida 33441 Designet Manager Manager Inspector Technician Clerical -[QTAL, (954)481-2/112(Phone)-(954)481-2818(Fax) Manhours Manhours Manhours Manhours Manhours Manhours Hours Cost For Running 11151r) $13;,011 $135.O0 $'314.50 S6500 S1500 Acti,a Total Task I,tlit Data Cttlll'etlona ' °[ND .a13 T Eli t AA SG DS i ,,, ,- $ 14,530.40 1.1 Initial Meetings 4 4 8 $ 1,020.00 1.2 Data Collection 1.2..1 Site Visits-Initial&Follow tip 4 , 8 $ 1.020,60 1.2.2 Staff Meetings-Ionia'&Follow Up _ _ 4 $ $10.00 1.2.3 Review of As-Butts/Surscy Data Culvert Inspection Reports _ 4 6 $10.00 1.3 Field Test1n sMUilyLocates 1.3.1 Geotechnical Coordination - 2 4 $ 510.00 1.3.2 Surveying Coordination-Specific Purpose and Topographic Suns' 2 2 4 $ 510.00 1.3,3 Utility Locate Coordination _ _ 4 5: '110.00 1,3,4 Specific Purpose Survey(David and Gerchar) $ 5.750.00 1.3,5 Geotechnical Investigation(Nutting Engines-s of Florida,Inn-; v $ 2 750.00 1.4 Analysis of Collected Data 1.4.1 Geotechnical and Structural Anahws 4 6 1. $ 1.440110 1 SUBTOTALS j? f, 0 _f, 0 0 Jh' </4_5 if,170 Task.2,011 Plans Productions t $2).2801 2.1 Preliminary Design 2 i.I Design Analysis 4 8 5 20 $ 2,520.0U 2.1.2 Plan Production Canal Culverts 4 6 24 43 . 84 $ 7,320.00 2 1,3 Coordination with Southgate Blvd Drainage Proieci 2 2 4 $ 400.00 2.2 Review and Comment -I 4 1. 0 1,560,00 2.3 Final Design 2.3.1 Plan Production C'ana'l Culverts 4 S 24 44 64 $ 7,320.00 2.3.2 Coordination with Southgate Bird 172inagc _. _ 4 1 400.00 2.4 Quality Control/Quality Assurance 2,4.1 Final Staff Rie evw 4 , 4 $ 60000 2.4.2 Modifications .. 5 it, 28 $ 2.420.00 2.5 Submit Final Plans 4 S S 20 $ 1,960,00 2.6 Permitting 2.6.1 Broward County Tree Removal permil 2 _ 2 4 1 14 $ 1,'180.00 2.6,2 Broward County SWM Permits-Canals 4 8 12 8 4 36 $ 3,600.00 t SUBTOTALS 30 4fi 0 0,1 t ir, a , 3',."g{,rc Task 3.00 Construction Services $ 12.010,00 3.1 Construction Administration rt 1 I Bidding Assislancu-RPI's.Ado(nida-Prehid meeting 14 $ 1,980.110 i 1.2 Site Inspections s of 68 $ 7.500.00 3.1,3 Administrative Support 4 n 4 16 $ 1,580.00 3.1.4 Final Certification 4 4 10 $ 950,00' __...... SUBTOTALS 2,1 3 0 RS U I Hourir Twat+ 74 54 t; 136 136 16 4nn LawncOST.TOTAL S 55.820,1U1 SCBCONSULTANT FEES(David and Gerchar Surveyors)-See Above $ - SCBCONSUI,TANT FF.FS(Nutting Geotechnical Services(-See Above S.- REIMBURSABLE ALLOWANCE(permit fees) S L001)Il l TOTAL PROPOSED COMPENSATION $ 57,421).00 TR 13296-Exhibit 2 larAVID & ERCHAR, INC. SURVEYORS AND MAPPERS 12075 N.W.40th Street,Bay 1 Coral Springs Florida 33065 (954)340-4025 ted{adevidandgerchar.com February 20, 2019 Attention: Tery Glunt, P.E., S.I. Principal Stantec 800 Fairway Drive Suite 195 Deerfield Beach, Florida 33441-1828 RE: Tamarac Canal Culvert Projects phase 6 Mr. Glunt, In response to your recent request, the firm of David & Gerchar, Inc. (hereinafter referred to as"Surveyor") is pleased to provide Stantec (hereinafter referred to as "Gent")with this proposal for Professional Land Surveying services for the above referenced site. Prepare two (2) Map of Topographic Surveys suitable for engineer's design, of the areas depicted in the e-mail received on February 18, 2019 not including the area across from the easternmost pump station. In accordance with Rule 61G17-6.002(8)(d) of the Florida Administrative Code, pursuant to Chapter 472.027 Florida Statutes and D.E.P. Chapter 62B-33.0081 Survey Requirements including but not limited to the following: 1. Show all platted easements and right-of-ways. 2. Topo and locations that extend out into the water 50' from the waters edge and along the canal bank and roadway identifying all above ground features (trees, guardrail, fencing, curb, irrigation, etc,) and changes in grade such as top of bank, edge of water. 3. Storm water facilities rim elevations, pipe inverts, pipe diameters, type of pipe and main metal culverts Lump sum fee: $5,750.00 TR 13296-Exhibit 2 Work outside the scope of this proposal will be performed on an hourly fee basis in accordance with the following rates: ➢ Conventional survey crew $135.00/hr ➢ GPS survey crew $155.00/hr ➢ Computations, research, drafting $100.00/hr ➢ Prints $0.50/sq.ft. PROVISIONS: It is understood that the site will be open and clean in order for the survey crews to be able to perform their duties in an unobstructed manner when crews are ordered to the site less normal traffic. These fees do not include the cost of any governmental agency submittal fee, hard cost for reproduction, printing or any construction supervision. Representation will be done at the applicable hourly rates stated above. This agreement consisting of three (3) pages represents the entire understanding between David & Gerchar, Inc. and the Stantec with respect to the project and may only be modified in writing signed by all parties. Vertical Elevations shall be referenced to the North American Vertical Datum of 1988 (NAVD88). Deliverables will be four (4) signed and sealed copies in addition to a Cad file of the approved survey. Sincerely, David & Gerchar, Inc. Theodore J. David, P.S.M. President TR 13296-Exhibit 2 BAVID & ERCHAR., INC. SURVEYORS AND MAPPERS 12075 N.W.40th Street,Bay 1 Cand Sritip,Florio 33065 (954)3404025 ted@dividentigether.com VI'/P Tamarac Canal Culvert Prof Ate- ) (1 • I/We hereby accept yc c4Avti/4,1-4 Is for your job Tamarac Canal Culvert. Tcnnualy V, ZU 19. BY; FIRM: TITLE: DATE: