Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2019-108 Temp. Reso. #13357 October 7, 2019 Page 1 of 4 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2019- / 2 J A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING REVISIONS TO TASK AUTHORIZATION NO. 17-09D AS OUTLINED IN ECKLER ENGINEERING SCOPE REVISION NO. 1 AND AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE REVISIONS TO TASK AUTHORIZATION NO. 17- 09D WITH ECKLER ENGINEERING, INC., TO INCREASE PROFESSIONAL SERVICES FEES FOR DESIGN CHANGES DURING CONSTRUCTION OF THE RAW WATER WELLS NOS. 10, 11, 12 AND 13 UPGRADE PROJECT IN THE AMOUNT OF $15,016.00, IN ACCORDANCE WITH THE CITY'S CONSULTING ENGINEERING AGREEMENT AS AUTHORIZED BY RESOLUTION NO. R-2016-80, FOR AN AMOUNT NOT TO EXCEED $15,016.00; 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 Commission approved Task Authorization No. 17- 09D with Eckler Engineering, Inc. for a total cost of$112,400.00 through Resolution No. R- 2018-29 (a copy of which is attached hereto as "Exhibit 2") on March 2, 2018 to provide professional engineering services for the Water Treatment Plant Wells 10, 11,12 and 13 Upgrade Project; and WHEREAS, the approval of Task Authorization No. 17-09D is in accordance with the City's Consulting Engineering Agreement authorized by Resolution No. R-2016-80; and WHEREAS, changes to the design occurred due to unforeseen conditions associated with the adjacent City's Water's Edge design-build project as follows: 1) Construction of a precast concrete site wall to replace the existing chain link fence near the east property line of the Park site: 2) Earthwork to revise grade elevation in the vicinity of Temp. Reso. #13357 October 7, 2019 Page 2 of 4 Wells 10 and 11 to address sanitary setbacks per Florida Administrative Code, Chapter 62- 555.312(3): 3) Discovery that the existing raw water main serving Wells 10 and 11 is actually located on the east side of Well 11, not the west side per original record drawings. The location of this raw water main impacts construction of the proposed precast concrete Water's Edge Park site wall; and WHEREAS, Eckler Engineering have submitted Engineering Scope Revision No. 1 (a copy of which is attached hereto as "Exhibit 1")which includes the work effort required to complete the tasks related to the changes as follows: 1) Addition of two new drawings, Sheets G-09 and M-12 to depict raw water main modifications: 2) Modification to Drawings C-01, C-02, C-03, C-04, C-09, M-02, M-03, M-04, M-05, E-03, and E-04 to revise the design of Wells 10, 11, and electrical service compound to facilitate the proposed Park improvements: 3) Completion of minor revision to FDEP Permit No. 0126705-160-WC to add raw water main relocation: 4) Site visits and other administrative related work as listed on the attached Engineering Scope Revision No. 1; and WHEREAS, Engineering Scope Revision No. 1 to Task Authorization No. 17-09D with Eckler Engineering, Inc., will provide the revisions to the design at an additional cost of $15,016.00 bringing the total cost to $127,416.00 for engineering services for the Water Treatment Plant Wells 10, 11, 12 and 13 Upgrades Project as shown in Change Order No. 1(a copy of which is attached hereto as "Exhibit 3"); and WHEREAS, it is the recommendation of the Director of Public Services, the Director of Financial Services and the Purchasing and Contracts Manager that Engineering Scope Revision No. 1 to Task Authorization No. 17-09D from Eckler Engineering, Inc., be approved and executed by the appropriate City Officials; 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 Engineering Scope Revision No. 1 to Task Authorization No. 17-09D with Eckler Temp. Reso. #13357 October 7, 2019 Page 3 of 4 Engineering, Inc., to increase the engineering services fees for design changes during construction of the WTP Upgrades for Wells 10, 11, 12 and 13 Project for a total amount not to exceed $15,016.00. 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 upon adoption hereof. All exhibits attached hereto are incorporated herein and made a specific part hereof. SECTION 2: The City Commission approves Engineering Scope Revision No. 1 to Task Authorization No. 17-09D and authorizes the appropriate City Officials to execute Engineering Scope Revision No. 1 to Task Authorization No. 17-09D with Eckler Engineering, Inc., to increase engineering services fees for the design changes during construction of the WTP Upgrades for Wells 10, 11, 12 and 13 Project, in accordance with the City's Consulting Engineering Agreement as authorized by Resolution No. R-2016-80 on August 24, 2016, for an amount not to exceed $15,016.00. SECTION 3: The City Manager, or his designee, is hereby authorized to approve and initiate change orders not to exceed $65,000 per Section 6-147 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 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: 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 Temp. Reso. #13357 October 7, 2019 Page 4 of 4 application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 0 3 day of 1 &174e4.2 ,2019. / 4(1./J-L:C. J610 MICHELLE J. GOMEZ, MAYOR ATTEST: (\t„..,,,_\LS,_N.c>_. ----7-?,_\:--,.-s-\i---.. LILLIAN PABON, CMC INTERIM-CITY CLERK RECORD OF COMMISSION VOTE: MAYOR GOMEZ r 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 C iekmt,.. )1 Dr ,� � — UEL S. GOREN J CITY ATTORNEY TR 13357 - Exhibit 1 ECKLER ENGINEERING, INC. August 21, 2019 442-017.03 Mr. Earl Henry, P.E. City of Tamarac 10101 State Street Tamarac, FL 33321 Dear Mr. Henry: Reference: Engineering Scope Revision No. 1 WTP Wells 10, 11, 12 and 13 Upgrades City P. O. No. 210637 Attached is Engineering Scope Revision No. 1 for the above referenced project. This revision covers project impact related to the City of Tamarac Waters Edge Park design/build project. Three specific elements with the Waters Edge Park project have impacted the well project engineering efforts as follows: 1. Construction of a precast concrete site wall to replace the existing chain link fence near the east property line of the Park site. 2. Earthwork to revise grade elevation in the vicinity of Wells 10 and 11 to address sanitary setbacks per Florida Administrative Code, Chapter 62-555.312(3). 3. Discovery that the existing raw water main serving Wells 10 and 11 is actually located on the east side of Well 11, not the west side per original record drawings. The location of this raw water main impacts construction of the proposed precast concrete Park site wall. Please review attached Engineering Scope Revision No. 1 and if this meets with your approval, please have the document executed by the appropriate City of Tamarac personnel and have our purchase order modified to reflect approval of this revision. Following approval of this revision,the status of the above referenced purchase order shall be as follows: City of Tamarac P.O.#210637 ► Original P.O.Amount (Design Phase) _ $67,000.00 (completed) ► Original P.O.Amount (SDC Phase) = $45,400.00 (current approved) ► Previous Potential P.O. Revision(s) = $0.00 ► This Potential P.O. Revision = $15,016.00 ► Estimated Revised P.O.Amount = $ 127,416.00 This revision includes engineering services required to complete the following items of work: 1. Addition of two new drawings, Sheets G-09 and M-12 to depict raw water main modifications. 2. Modification to Drawings C-01,C-02, C-03, C-04, C-09, M-02, M-03, M-04, M-05, E-03,and E- 04 to revise the design of Wells 10, 11, and electrical service compound to facilitate the proposed Park improvements. 3. Completion of minor revision to FDEP Permit No. 0126705-160-WC to add raw water main relocation. "Celebrating Service to South Florida Since 1985" 4700 RIVERSIDE DRIVE,SUITE 110 954/510.4700 CORAL SPRINGS,FL 33067 FAX 954/755-2741 TR 13357 EXHIBIT 1 Mr. Earl Henry, P.E. August 21, 2019 Page 2 4. Site visits and other administrative related work as listed on the attached Engineering Scope Revision No. 1. If you have any questions or require additional information pertaining to this Engineering Scope Revision or the project in general, please do not hesitate to contact me. Si cerely, 4 Douglas K. Hammann, P.E. Encl. \\Eckler-DC\Y-Drive\Documents\Tamarac\442-017.03 WTP Wells 10, 11, 12 and 13 - SDC\Engineering Scope Revision\Task Authorization 17-09D Revision 01\E.Henry-Scope Revision#01.wpd TR 13357 EXHIBIT 1 ENGINEERING SCOPE REVISION Project: Water Treatment Plant Wells 10, 11, Client: City of Tamarac 12, and 13 Upgrades EEI Project No: 442-017.03 Client Project No: PO#210637 Project Manager: Earl Henry, P.E. Revision No: 1 Date:August 16, 2019 Nature of Revision: This Engineering Scope Revision covers work required to modify the drawings, specifications, and permits to coordinate upgrade of Wells 10 and 11 with the Waters Edge Park Improvements by others. Specifically, the following was completed: 1. Additional project coordination meetings for Waters Edge Park held June 14, July 3, and July 25, 2019. 2. Review of drawings prepared by others for Waters Edge Park with respect to well setbacks per FAC Chapter 62-532, Water Well Permitting and Construction Requirements. All of the review recommendations were made to the Waters Edge Park project architect for revisions to swales and proposed berms for the Park that impacted the requirements of FAC 62-532. 3. Additional site visit for potholing of existing raw water main location. 4. Revision to drawing sheet G-09, C-02, C-03, C-04, C-09, M-02, M-04, M-12, E-03, E-04, E-08, and E-09 to facilitate Waters Edge Park Improvements, specifically the wall location, berms and piping. 5. Revision of FDEP Permit No. 0126705-160-WC for construction of relocated raw water main. 6. Second round of revisions to Wells 10 and 11 drawings to show impact of actual constructed precast wall location. 7. Additional site visit for observation of construction of relocated raw water main including site visit for pressure testing of relocated raw water main. 8. Prepare documentation for Change Order 1 and 2 relative to Park impact. Scope of Services: 1. Engineering services in accordance with the attached fee breakdown spreadsheet. Original Engineering Fee (Phase 0002): $ 45,400.00 Original Time: N/A Days Previous Revision: $ 0.00 Previous Revision: 0 Days This Revision: $ 15,016.00 This Revision: N/A Days Revised Fee: $ 60,416.00 Revised Time: N/A Days Pr are By:I Accepted By: Project Manager for Client n� Approval ECKLER ENGINEERING, INC. Sheet 1 of 2 TR 13357 EXHIBIT 1 ENGINEERING SCOPE REVISION Attachments: • Revision Fee Breakdown ❑ ❑ Revised Schedule All provisions,terms and conditions of the original Task Order and/or Purchase Order remain in full force and effect except to the extent modified herein. ECKLER ENGINEERING, INC. Sheet 2 of 2 TR 13357 EXHIBIT 1 CITY OF TAMARAC WTP WELLS 10,11,12 AND 13 UPGRADES TASK AUTHORIZATION NO.17-09D (ENGINEERING SCOPE REVISION NO.1) DATE: August 16,2019 L Labor PERSONNEL CO CMP C) N TASK DESCRIPTION $ `m IS S 6 65 `m_ m S U C C C 0 V :29 _ a OI .P P tG-t -5 -02 U cr. w w LE LEw` in r r 1 Project Administration/Management 3 3 Site meetings of 6-14-19,7-3-19,and 7- 2 25-19 9 3 3 3 Review Park documents and pprepare 3 2 recommendations to meet FAC 62-532 _ 4 Site Visit to pothole RWM locations 3 3 5 Drawings and Engineering to raise 2 wells 10,11 and electrical compound _ 44 6 Revise permit FDEP 0128705-160- 1 1 1 WC 7 2nd Round of Drawing revisions,after 2 8 1 completion of precast wall installation _ - 8 Additional Site visits for RWM 3 3 12 relocation including pressure test _ Prepare documentation for change 9 orders 1 and 2 relative to park impacts, 3 3 - 10 Not Used 11 Not Used 12 Not Used Total Hours 3 20 7 3 0 6 54 0 0 12 11 Rate $225.00 $204.00 $130.00 $99.00 $85.00 $75.00 $100.00 $93.00 $78.00 $108.00 $79.50 Sub-Total Labor $675.00 $4,080.00 $910.00 $297.00 $0.00 $450.00 $5,400.00 $0.00 $0.00 $1,296.00 $874.50 TOTAL LABOR $13,982.50 II. REIMBURSABLE EXPENSES DESIGN PHASE EXPENSE EXPENSE TYPE UNIT No.OF UNITS COST PER UNIT TOTAL COST ITEM 1 REPRODUCTION Half Size drawings(11'x17") EA 0 $25.00 $0.00 Full Size drawings(221x34C) EA 0 $58.00 $0.00 Specification Booklets EA 0 $50.00 $0.00 2 PHOTOCOPIES EA 0 $0.20 $0.00 PLOTTING 3 22 X 34(SET UP) EA 0 $3.00 $0.00 11 X 17(SET UP) FA 11 $3.00 $33.00 TRAVEL 4 MILEAGE MILE 0 $0.585 $0.00 TOLLS EA 0 $0.00 $0.00 SUBCONSULTANTS SURVEY LS 0 $0.00 $0.00 ELECTRICAL/10 LS 1 $1,000.00 $1,000.00 STRUCTURAL LS 0 $0.00 $0.00 5 GEOTECHNICAL LS 0 $0.00 $0.00 HYDROGEOLOGIC LS 0 $0.00 $0.00 RADIO SURVEY/LICENSING LS 0 $0.00 $0.00 HVAC LS 0 $0.00 $0.00 TOTAL EXPENSES $1,033.00 GRAND TOTAL $15,016.00 USE $15,016.00 Y:\DOCUMENTS\Temera=W42.Di Design Scope TR 13357 - Exhibit 2 Temp. Reso. #13077 March 28, 2018 Page 1 of 5 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2018- 1 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING TASK AUTHORIZATION NO. 17-09D AND AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE TASK AUTHORIZATION NO. 17-09D WITH ECKLER ENGINEERING, INC., TO PROVIDE PROFESSIONAL SERVICES FOR THE DESIGN OF THE RAW WATER WELLS NOS. 10, 11, 12 AND 13 UPGRADE PROJECT IN THE AMOUNT OF$112,400; INCLUDING PREPARATION OF DETAILED PLANS AND SPECIFICATIONS FOLLOWED BY BIDDING ASSISTANCE AND ENGINEERING SERVICES DURING CONSTRUCTION, IN ACCORDANCE WITH THE CITY'S CONSULTING ENGINEERING AGREEMENT AS AUTHORIZED BY RESOLUTION NO. R-2016-80, FOR AN AMOUNT NOT TO EXCEED $112,400; 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 City of Tamarac Water Treatment Plant has 19 raw water wells and began the program of upgrading the wells in 2014; and WHEREAS, Raw water well nos. 10 and 11 were installed in 1983 while well nos. 12 and 13 were installed in 1986. All four(4) wells were installed below ground level; and TR 13357-EXHIBIT 2 Temp. Reso. #13077 March 28, 2018 Page 2 of 5 WHEREAS, this project will modify all four (4) wells by reconfiguring all well equipment from underground vaults to above grade equipment, convert well pumps from vertical turbine to submersible pumps, replace all mechanical, electrical and control equipment, install all appurtenances required by the public drinking water standards; and WHEREAS,the cost to construct the upgrades for all four(4)wells will be provided as an Engineers Estimate as part of this Task Authorization; and WHEREAS, Task Authorization No. 17-09D is allowable pursuant to Florida Statute 287.055 under the City's Consulting Engineering Agreement since the construction cost is less than $2,000,000; and. WHEREAS, Task Authorization No. 17-09D with Eckler Engineering, Inc., will provide the design and bidding assistance along with engineering services during construction at a cost of$112,400 to design the WTP Upgrades for Wells 10, 11, 12 and 13; and WHEREAS, the City requires the service of a consulting firm knowledgeable in this area and capable of providing professional services for the design and bidding assistance along with engineering services during construction of the WTP Upgrades for Wells 10, 11, 12 and 13 Project; and WHEREAS, Eckler Engineering, Inc., possesses the required knowledge and experience to provide the professional engineering services associated with the WTP Upgrades for Wells 10, 11, 12 and 13 Project; and TR 13357-EXHIBIT 2 Temp. Reso. #13077 March 28, 2018 Page 3 of 5 WHEREAS, Eckler Engineering, Inc., has been pre-qualified as an approved consultant for engineering services by the City of Tamarac as authorized by Resolution No. R-2016-80; and WHEREAS, it is the recommendation of the Director of Public Services that Task Authorization No. 17-09D from Eckler Engineering, Inc., be approved and executed by the appropriate City Officials; 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 Cityof Tamarac to accept and execute P Task Authorization No. 17-09D (a copy of which is attached hereto as "Exhibit 1") with Eckler Engineering, Inc., to provide engineering services for the design and bidding assistance along with engineering services during construction of the WTP Upgrades for Wells 10, 11, 12 and 13 Project fora total amount not to exceed $112,400. 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 upon adoption hereof. All exhibits attached hereto are incorporated herein and made a specific part hereof. TR 13357-EXHIBIT 2 Temp. Reso. #13077 March 28, 2018 Page 4 of 5 SECTION 2: The City Commission approves Task Authorization No. 17-09D and authorizes the appropriate City Officials to execute Task Authorization No. 17-09D with Eckler Engineering, Inc., to provide engineering services for the design and bidding assistance along with engineering services during construction of the WTP Upgrades for Wells 10, 11, 12 and 13 Project, in accordance with the City's Consulting Engineering Agreement as authorized by Resolution No. R-2016-80 on August 24,2016,for an amount not to exceed $112,400. SECTION 3: The City Manager, or his designee, is hereby authorized to approve and initiate change orders not to exceed $65,000 per Section 6-147 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 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: 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. TR 13357-EXHIBIT 2 Temp. Reso. #13077 March 28, 2018 Page 5 of 5 SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 422 o day of k 2018_ f HAR Y R LER, MAYOR ATTEST: 1CIATPCMC CITY CLERK RECORD OF COMMISSION VOTE: MAYOR DRESSLER DIST 1: COMM. BOLTON DIST 2: V/M GOMEZ DIST 3: COMM_ FISHMAN DIST 4: COMM. PLACKO I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM SAM 1_41 N CITY ATTORNE TR 13357-EXHIBIT 2 s TR 13077-EXHIBIT 1 ECKLER ENGINEERING, INC. March 2,2018 442-000.BD Mr. Earl Henry, P.E., Utility Engineer City of Tamarac Public Services Department 10101 State Street Tamarac,FL 33321 Dear Mr. Henry: Reference: Proposal for Engineering Services Task Authorization No. 17-09D WTP Wells 10, 11, 12, and 13 Upgrades In accordance with your request,we are pleased to submit this proposal for providing engineering services for the proposed WTP Wells 10, 11, 12, and 13 Upgrades. The scope of services proposal includes: ► Preliminary and final design of the anticipated improvements described herein, ► Preparation of drawings and specifications for the improvements. ► Bidding Phase Assistance. ► Traditional and special engineering services during construction. The proposed scope of work for this project is attached as Task Authorization 17-09D. Our proposed lump sum fee for the design phase services required for this scope is $67,000. A breakdown of the design engineering fee calculation is attached at the end of the enclosed Task Authorization. Our proposed not-to-exceed estimate for engineering services required during the construction phase of this project is$45,400. A breakdown of the fee calculation is attached at the end of the enclosed task authorization. The engineering services for the construction phase will be billed on an hourly rate plus direct expenses basis in accordance with the attached breakdown. Any unused portion of the construction services fee will not be billed to the City. If this proposal meets with your approval, please provide us with one signed copy of the enclosed task authorization along with a City PO for this work, "Celebrating Service to South Florida Since 1985" 4700 RIVERSIDE DRIVE,SUITE 110 954,5104700 CORAL SPRINGS,FL 33057 FAX 954/755-2741 TR 13357-EXHIBIT 2 i TR 13077-EXHIBIT 1 Mr. Earl Henry, P.E. March 2,2018 Page 2 Eckler Engineering looks forward to working with the City of Tamarac on this raw water supply project. If you have any questions or require additional information pertaining to the enclosed scope of services or the project in general, please do not hesitate to contact me. Sincerely Douglas K. Hammann, P.E. End. Y:\Documents\TamaraclBO\Task Authorization No.17-0901Task Authorization\Task Auth 17-09D.wpd TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 TASK AUTHORIZATION NO. 17-09D SCOPE OF SERVICES WTP WELLS 10, 11, 12, AND 13 UPGRADES INTRODUCTION City staff has requested that existing Wells 10, 11, 12, and 13 be modified as follows: A. Reconfiguration of well equipment from underground vaults to above grade equipment. B. All well mechanical, electrical and control equipment shall be replaced. This Task Authorization covers the work associated with engineering design, preparation of detailed plans and specifications,permitting, bidding/contract award assistance, and engineering services during construction. The engineering tasks associated with this project are presented below: ARTICLE 1 -SCOPE OF SERVICES Design Phase Task D1-Project Administration/Management This task focuses on the administration of the project including project setup, client interface and general project management and administration. Task D2-Data Evaluation and Preliminary Design This task focuses on obtaining the necessary preliminary information required to prepare detailed engineering plans and specifications. A. Meet with CITY project staff to discuss and confirm project requirements and design criteria. B. Visit the sites and review pertinent features that may impact design and/or construction. C. Collect data available for the existing facilities, including field conditions, record drawings, connection locations, and other information that may potentially impact the project. D. Coordinate scope and completion of work by the surveyor and electrical subconsultant. Task D3-Preliminary Design Report(Memorandum) This task not required. Page 1 of 18 TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 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, Inc. 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. These specifications will be 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. 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. C. A tentative list of specification sections to be prepared for this project is presented in Table 2. Task D6-Permit Preparation Assistance This task consists of preparing the following regulatory permit application submittals: A. Broward County Health Department(BCHD)/Florida Department of Environmental Protection (FDEP)Application for Specific Permit to Construct PWS Components (DEP Form 62-555.900(1)). Any additional regulatory permits required beyond the above will be considered as outside the scope of this proposal. Building permits(where applicable)during construction are obtained by Contractor per the contract documents. Task D7-Prepare Opinions of Probable Construction Cost Prepare the 90%, 100%, and final design levels of Opinion of Probable Construction Cost for new facilities and improvements proposed under this project. Task 08-Bidding Assistance Services This task shall include work necessary to assist CITY with the bidding of this project. This work may include the following: Page 2 of 18 TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 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. Provide up to twenty(20) sets of bid documents(on CD)for distribution by the CITY to potential bidders. B. Attend the pre-bid meeting and assist City with preparation of and distribution of minutes. C. Respond to written questions by potential bidders and, if needed, assist the CITY in issuing addenda. D. 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. 90% Drawings and Specifications, B. 100% Drawings and Specifications. The ENGINEER will incorporate the agreed-upon revisions made by the CITY. A total of two(2) meetings with the CITY is the level of effort for this Task. Construction Phase Task C1-Project Administration/Management This task focuses on the administration of the project including project setup, client interface and general project management and administration. Task C2-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, incorporation of Addendum information to develop a conformed set of Contract Documents, distribution of documents to the City and Contractor. 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 Page 3 of 18 TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 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 C3-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. Review and respond to five(5) Requests for Information (RFI)is the level of effort basis for this task. Task C4-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 twenty(20)submittals Is the estimated level of effort basis for this item's budget. Task C5-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 C6-Perform Periodic and Milestone Inspections Engineer will make periodic site visits at intervals appropriate to the various stages of construction to observe the work, determine conformity with the contract documents and compliance with the construction permits. It is anticipated that there will be four(4)site visits. Perform inspections to determine that the project has achieved Substantial Completion and readiness for Final Acceptance and that the Work has been completed in conformance with the Contract Documents to certify completion of construction to permitting agencies. Two (2)such site visits are anticipated. Task C7-Progress Meetings This task not required. Task C8-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 estimate 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. Page 4 of 18 • TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 Task C9-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 progress based upon information provided by the Contractor. A. ENGINEER shall prepare signed'and sealed record drawings based on Contractor's field data. B. ENGINEER shall submit final copies of record drawings to CITY. C. ENGINEER shall provide record drawings to CONTRACTOR for building permit closeout submittal. D. Attend the final project reconciliation meetings with CITY and the Contractor. Task C10-Regulatory Agency Documentation and Project Closeout Submittals This task covers preparation of regulatory agency permit closeout documentation for each regulatory permit obtained for the project as follows: A. BCHD • B. City of Tamarac Building Department Task C11-Special Services The ENGINEER shall,when requested,provide special services during construction consisting of the following items: A. Resident Services To monitor that project is constructed in complete conformance with the Contract Documents. Services which will be provided by the ENGINEER's resident project representative will consist of the following: 1. 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. 2.' Observe any field tests and review the results of tests required of the Contractor by the Contract Documents. 3. 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 general conformance with the Contract Documents. • Page 5 of 18 TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 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 1 day(s) every other week, approximately 3 hours per visit. Task C12-Special Inspection This task not required. ARTICLE 2 -DATA OR ASSISTANCE TO BE PROVIDED BY CITY A. Provide ENGINEER with assistance in locating existing facilities, when requested. B. Provide general project review, where required. C. Provide copies of existing facility record drawings. D. Provide existing facility operation data, as available. E. Attendance at project meetings. ARTICLE 3 -TIME OF COMPLETION Table 3 provides the preliminary project schedule based on days from the receipt of the Authorization to Proceed. ARTICLE 4-PROJECT DELIVERABLES Project deliverables for the project design and construction phases shall be in accordance with Table 4, attached. ARTICLE 5-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$67,000. B. Construction Phase For services enumerated in Article 1, Tasks C1 through C12, the estimated not to exceed fee of$45,400. 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. Page 6of18 TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 These fees have been determined in accordance with the scope of work breakdown attached as Table 5 and 6. The fee does not include the provision of the following items: A. Preparation of permit submittal applications to the City of Tamarac Building Department. B. Easement acquisitions and legal work as required. C. Landscaping and irrigation system designs. D. Any expert witness or testimony services, E. Payment of permit fees. F. Services not specifically indicated in this Task Authorization. (Remainder of page left blank intentionally.) Page 7 of 18 TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 ARTICLE 6-AUTHORIZATION In WITNESS WHEREOF,the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its City Manager, and CONSULTANT, signing by and through Its President, duly authorized to execute same. \````IIII,IIIl/' CITY , //i dv,,•:w4 ,.....,,, 1 < - ' ATT S - \u� ;• u.- Michael C. Cernech, Ci anager • �v �7' 'F-• 3', �-Q(-8 Pat Teufel - ��... Gj co : Date City Clerk v ..<v .•'0 ,, 3/01"?A ....-••• 43' .'OW P:0)\\\\ Date Irlllll\A ATTEST: Eckler Engineering, Inc. C mpa Name i\t,P,A ki a", (Corporate Secretary) Signat re of President/Owner Douglas K. Hammann Douglas K. Hammann, P.E. Type/Print Name of Corporate Secy. Type/Print Name of President/Owner -Z-/0 (CORPORATE SEAL) Date Page 8 of 18 i TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 CORPORATE ACKNOWLEDGMENT STATE OF Florida • : SS COUNTY OF Broward : I HEREBY CERTIFY that on this day, before me,an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments,personally appeared Douglas K.Hammann, of Eckler Engineering, Inc., a Florida Corporation, to me known to be the person(s)described in and who executed the foregoing instrument and acknowledged before me that he executed the same. WITNESS my hand and official seal this day of / 6 1Cf) A , 2018. &1 Signature of Notary Public State of Florida at Large 'r LINDAC.5RACASSo Linda Fracasso `4" � MY COMMISSION#GG 073496 Print, Type or Stamp ;w EXPIRES:May 1,2021 Name of Notary Public -fo Bonded Nu Notary Unaamtt� X Personally known to me or Produced Identification Type of I.D. Produced DID take an oath, or X DID NOT take an oath Y.\Documents\Tamarac\BD\Task Authorization No. 17-09D1Task Authorization\Task Auth 17-09D.wpd Page 9 of 18 TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 TABLE 1 WTP WELLS 10, 11, 12,AND 13 UPGRADES TENTATIVE LIST OF PROJECT DRAWINGS Drawing Sheet No. Title General Cover sheet G-1 Project Location Map and Index to Drawings G-2 General Notes and Abbreviations G-3 Mechanical Legends and Symbols G-4 Process and instrumentation Legends (Sheet 1) G-5 Process and instrumentation Legends (Sheet 2) G-6 Design Criteria G-7 Sequence of Construction Coordination G-8 Well Locations Map Civil C-1 Existing Well 10 Demolition C-2 Civil Site Plan (Well 10) C-3 Existing Well 11 Demolition C-4 Civil Site Plan (Well 11) C-5 Existing Well 12 Demolition C-6 Civil Site Plan (Well 12) C-7 Existing Well 13 Demolition C-8 Civil Site Plan (Well 13) CD-1 Standard Details - Civil Mechanical M-1 Piping Schedule and General Mechanical Notes M-2 Mechanical Site Plan(Well 10) M-3 Well Equipment Plan(Well 10) M-4 Well Equipment Sections (Well 10) M-5 Mechanical Site Plan(Well 11) M-6 Well Equipment Plan (Well 11) M-7 Well Equipment Sections (Well 11) M-8 Mechanical Site Plan (Well 12) M-9 Well Equipment Plan (Well 12) M-10 Well Equipment Sections (Well 12) M-11 Mechanical Site Plan (Well 13) M-12 Well Equipment Plan (Well 13) M-13 Well Equipment Sections (Well 13) M-14 Miscellaneous Well Details MD-01 Standard Details - Mechanical MD-02 Standard Details -Mechanical Page 10 of 18 TR 13357-EXHIBIT 2 • TR 13077-EXHIBIT 1 MD-03 Standard Details - Mechanical Instrumentation I-1 Process and Instrumentation Diagram ID-1 Standard Details Instrumentation and Controls Electrical E-1 Electrical Notes and Legends E-2 Electrical Site Plan (Well 10) E-3 Oneline Diagram Power and I & C (Well 10) E-4 Electrical Site Plan (Well 11) E-5 Oneline Diagram Power and I &C (Well 11) E-6 Electrical Site Plan (Well 12) E-7 Oneline Diagram Power and I &C(Well 12) E-8 Electrical Site Plan (Well 13) E-9 Oneline Diagram Power and I & C(Well 13) E-1 0 Control Panel Details E-11 Control Panel Details ED-1 Standard Details - Electrical ED-2 Standard Details - Electrical (Remainder of page left blank intentionally) Page 11 of 18 TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 TABLE 2 WTP WELLS 10, 11, 12, AND 13 UPGRADES TENTATIVE LIST OF PROJECT SPECIFICATIONS SECTION NO. TITLE PART 1 BIDDING REQUIREMENTS (These documents provided by City Purchasing Division) PART 2 CONTRACT FORMS (These documents provided by City Purchasing Division) PART 3 MISCELLANEOUS FORMS/INFORMATION (These documents provided by City Purchasing Division) PART 4 SPECIFICATIONS Division 1 -General Requirements 01005 General Requirements 01010 Summary of Work 01050 Field Engineering 01200 Project Meetings 01300 Submittals 01400 Quality Control 01500 Construction Facilities and Temporary Controls 01720 Project Record Documents 01730 Operation and Maintenance Data 01740 Warranties and Bonds Division 2 -Sitework 02020 Existing Utility LocationNerification 02072 Demolition 02200 Earthwork 02630 Concrete Sidewalks, Drives, and Curbs 02631 Chain Link Fences and Gates Division 3 -Concrete 03300 Concrete 03600 Grout Division 4-Not Used Page 12 of 18 111 TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 Division 5-Metals 05500 Fabricated Metalwork and Castings Division 6-Not Used Division 7-Thermal and Moisture Protection 07900 Sealants Division 8 -Not Used Division 9-Protective Coatings 09900 Protective Coatings Division 10-Not Used Division 11 -Equipment 11065 Submersible Turbine Pumps - General 11065-1 Submersible Turbine Pumps- Specific 11065-2 Submersible Turbine Pumps- Specific 11065-3 Submersible Turbine Pumps-Specific 11065-4 Submersible Turbine Pumps-Specific Section 12-Not Used Section 13 -Special Construction 13700 Process Instrumentation and Controls 13751 RTU Subsystem Section 14 - Not Used Division 15 - Mechanical 15005 Ductile Iron Pipe (Water) 15007 Stainless Steel Pipe and Fittings 15029 Testing and Disinfection (Pipelines, Wells and Equipment) 15100 Manually Operated Valves 15105 Self-Contained Automatic Process Valves 15400 Plumbing Division 16 - Electrical 16000 Electrical General Requirements 16001 Electrical Demolition 16050 Basic Materials and Methods Page 13 of 18 TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 PART 5 APPENDICES Appendix A- BCHD Permit (Remainder of page left blank intentionally.) Page 14 of 18 TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 TABLE 3 WTP WELLS 10, 11, 12, AND 13 UPGRADES PRELIMINARY PROJECT SCHEDULE Time to Cumulative Time Activity Complete To Complete (Days) (Days) 1. Notice to Proceed 0 0 2. Site Visit/Information Gathering/ Topographic Survey 30 30 3. Submit 90%Drawings and Specifications 45 75 4. Receive CITY Review Comments 14 89 5. Submit 100% Drawings and Specifications 14 103 6. Receive CITY Review Comments 14 117 7. Submit Final Plans and Specifications along with 14 131 permit applications and final cost opinion 8. Permitting 45 176 9. Bidding coordination with Purchasing Division 7 183 10. Bidding and Award Phase 60 243 11. Construction Phase (Final) 240 483 12. Project Closeout 14 497 Detailed schedule will be provided upon receipt of authorization to proceed and will include specific submittal dates. (Remainder of page left blank intentionally.) Page 15 of 18 TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 TABLE 4 WTP WELLS 10, 11, 12, AND 13 UPGRADES LIST OF PROJECT DELIVERABLES DESIGN PHASE A. 90% Design Submittal • One (1)set of 11"x 17"Drawings, 90%Complete ► One (1) set of Specifications, 90% Complete • 90%Completion Estimate of Probable Construction Cost B. 100% Design Submittal ► One(1)set of 11"x 17" Drawings, 100% Complete ► One (1)set of Specifications, 100% Complete ► 100% Completion Estimate of Probable Construction Cost C. Final Design/Permit Application Submittal ► One (1)set of 11"x 17" Drawings, Final. ► One (1)set of Specifications, Final. ► Completed permit applications, exhibits, and three (3) sets of signed/sealed drawings and specifications for submittal to the BCHD. ► Final estimate of probable construction cost. BIDDING SERVICES (Part of Design Phase) A. Bidding Coordination Submittal • One(1) set of 11"x 17"Drawings (Final). ► One(1) set of Specifications (Final). I. One(1) Final Completion Estimate of Probable Construction Cost. B. Pre-Bid. ► Twenty (20)CD's with final bid documents for CITY's use during bid phase. Each CD will contain: bid specifications,half-size bid drawings,and full-size bid drawings. All files will be in .pdf format. Page 16 of 18 TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 • Project Final Documents including drawings on 22"x 34"or 11"x 17"sheets and project specifications on 8-1/2"x 11"sheets for use by CITY(City, Engineer), Two(2)sets of project documents, final completion. • Addenda information as required to the CITY and/or Contractors. C. Post Bid. • Bid Tabulation, 2 copies. • Recommendation of Award Letter. The CITY will award contract and issue Notice of Award. CONSTRUCTION PHASE A. Pre-Construction ▪ Pre-Construction conference Meeting Agenda and Minutes. ▪ Four(4)sets of half size(11"x 17")signed/sealed drawings for building permit submittal by CONTRACTOR. ▪ Three (3) Sets of half size (11" x 17") drawings and specification booklets for CONTRACTORS use through the construction phase. • Three(3) sets of drawings(11"x 17")and specifications for CITY's use during construction. ► Three (3) sets of drawings (11" x 17") and specifications for sub-consultant's use during construction. B. Shop Drawings • Copies of approved and final shop drawings. C. Construction Inspection ► Site visit reports will be provided for each site visit in accordance with Tasks C6 and C11 of this Task Authorization. D. Progress Meetings • Not applicable. 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. Page 17of18 TR 13357-EXHIBIT 2 TR 13077-EXHIBIT 1 a Record Drawings and Project Closeout ► One (1) half size, signed and sealed set of record drawing prints for submittal of permit certification documents to the Building Department. • One(1)half 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 for use by CITY. • Four(4)copies of the certificate of substantial completion and punch lists. H. Special Inspection • Not applicable. (Remainder of page left blank intentionally.) Y:\Documents\Tamarac\BD\Task Authorization No.17-09D\Task Authorization\Task Auth 17-09D.wpd i Page 18 of 18 TR 13357-EXHIBIT 2 TR 14L177 FYI-IIRIT 1 I CITY OF TAMARAC WIP WELLS 10,11,12 AND 13 UPGRADES TASK AUTHORIZATION NO.17-09D TABLE 0 DATE: March 2,2018 I.DESIGN PHASE PERSONNEL TASK DESCRIPTION 0 I . Fal i DI PrNeel AdminNtra0on/Marw4amenl 8 e 02 Oils Evaluailon and Pmlatnery Design 6 4 2 03 Preliminary Design Memorandum 04 Drawings and Engineering 12.5 60 158 05 Specification Preparation 15 18 I8 06 Pawn!!Praparo4on Montan. 2 8 2 D7 Proper*Opinions al Probable 1 e Construction Coat DB Bidding Asslstence Services 6 8 7 Sld Evaluation and Racanmenda9an of OB Award Asalaldncs 2 2 010 Submit and Revlow,(0ud0y ControQ 8 4 011 Not Used D12 Not Used Total Hours 8 65.5 0 0 94 0 0 156 0 0 43 Rats 3225.00 3204.00 3130.00 $00.00 386.00 $76.00 3100.00 393.00 378.00 0308.00 379.50 Sub-Total Labor 31.600.00 $11.32200 80,00 $0.00 $7,990.00 $0.00 30.00 314,694.00 30.00 $0.00 33,410.50 TOTAL LABOR 539,224.50 II. REIMBURSABLE EXPENSES DESIGN PHASE --, EXPENSE EXPENSE TYPE UNIT No.OF UNITS COST PER UNIT TOTAL COST ITEM tt 1 REPRODUCTION E Hallett*drowinga(11'a17) EA 8 425.00 $203.00 Fug Boa drawings(22134') EA 0 358.00 $0.00 -_ Spadllcallon Do0NN1s EA 4 350.00 $300.00 2 PHOTOCOPIES PA 300 30.20 360.00 PLOTTING 3 22 X 34(SETUP) EA 50 $3.00 3150.00 11 X 17(SET UP) EA 100 53.00 3300.00 TRAVEL 4 MILEAGE MILE 0 50.545 30.00 T0118 EA 0 30.00 $0.00 SUSCONSULTANTS SURVEY LB I $7,040.00 37,040.00 ELECTRICAL/MC LB 1 $19,636.10 319,630,10 STRUCTURAL LS 0 $0.00 $0.00 5 - OEOTECHNICAL LS 0 30.00 $0.00 HYOROOEOLOGIC LB 0 $0.00 S0.00 RADIO SURVEYILICENSING LS 0 60.00 30.00 HVAC LS 0 30.00 $0.00 TOTAL EXPENSES 327,5135.10 IGRAND TOTAL $66.811.00 [ USE $67,000.00 I ',DONNE NT51Taawava1 CI Coup,step. TR 13357-EXHIBIT 2 TR 3471 I CITY OF TAMARAC ' � ; WTP WELLS 10,11,12 AND 13 UPGRADES TASK AUTHORIZATION NO. 17-090 TABLE 6 1 CONSTRAC7ION PHASE DATE: March 2,2018 PERSONNEL TASK DESCRIPTION I E 5 1,1 7 1 n w u7 u3 w E Y '7 C I Ptaleol Mminh6ason/Mammorn0A1 8 t tt CO PlecansouclIon AdMYea Pdar to NIP 8 4 2 C3 Consult and Adolsa S 0 10 C4 Raviaw Shop Ormonos 10 40 20 C5 PSNewPay Raquaslo Iod Scnadulaa 4.3 18 10 CB Podann PeHoaN and MOaalene a 12 8 Inspection! C7 Program meemo-N/A _ - CS Contras ModIBoallons a 2 2 CO Proj.d Closeout 7 7 8.75 2 Ct0 Rapsalwty Apency Ooramlmsa9on 4 e 3 d Poject CbwrW 8utre*tab C11 Special 1.mleaa 51 17 J C12 Special lnspeOSn-NIA Total HCVrs 8 46.5 0 0 90 0 0 20.75 0 51 73 Rate 4226.00 $204.00 $148.00 1111.00- 899.00 $86.00 S100.00 $03.00 8711.00 3108.03 $79,60 Sub-Total Labor $1,800.00 S9.486.00 $0.00 10.00- $8.910,00 10.00 10.00 $1,820.75 $0.00 $6,508.03 $6,803.50 TOTAL LABOR 633,437.26 0.REIMBURSABLE EXPENSES EXPENSE EXPENSE TYPE UNIT No.OF UNITS cool-PER UNIT TOTAL COST 1T6 M I REPRODUCTION Hall Size Dnwrops(1 ra 17) EA 5 $25.00 312500 Full Elsa Oraw81p4(22"x34') EA 4 $68.09 $22200 opeslc.Ion BooUNs EA 6 S44.22 1221.10 2 PHOTOCOPIES EA 200 $020 $40.00 PLOTTING 3 22 X34(SET UP) EA 0 $15.00 10.00 II X 17(SET UP) FA 0 $3.00 S0.00 TRAVEL 4 MILEAGE MILE 0 10.533 10.00 TOLLS EA I o - $0.00 $0.00 BUSCON8ULTANTS - SURVEY LS 0 10.00 30.00 ELECTRICAL LS 1 111,389.40 011,380.40 5 STRUCTURAL LS 0 $0.00 $0.00 OEOTEChNICAL LS 0 80.00 30.00 HYOROGEOLOOIC LS 0 10.00 60.00 PERMIT'FEES LS 0 10.00 30.00 TOTAL EXPENSES S12,007.50 GRAND TOTAL $45,445.00 USE 645,400 00 r:dlacumcnwiamarac0501task Auuwr0alian No.17.090Uatk Aulhothmion160C_9CCPEON TAMARAC TR 13357-Exhibit 3 The City For Your Lile City of Tamarac Purchasing and Contracts Division CHANGE ORDER DATE OF ISSUANCE: October 7, 2019 CHANGE ORDER NO. 1 OWNER: CITY OF TAMARAC PROJECT NAME: WTP Wells 10, 11, 12 and 13 7525 NW 88th Avenue Tamarac, FL 33321-2401 BID NO./TASK AUTHORIZATION NO.: 17-09D VENDOR: ECKLER ENGINEERING, INC. PROJECT NO.: UT18A P.O. NUMBER:210637 IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT,THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES,ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS: DESCRIPTION:This Change Order is for additional services provided by Eckler Engineering as follows: 1. Additional project coordination meetings for Waters Edge Park held June 14,July 3,and July 25,2019. 2. Review of drawings prepared by others for Waters Edge Park with respect to well setbacks per FAC Chapter 62-532,Water Well Permitting and Construction Requirements. All of the review recommendations were made to the Waters Edge Park project architect for revisions to swales and proposed berms for the Park that impacted the requirements of FAC 62-532. 3. Additional site visit for potholing of existing raw water main location. 4. Revision to drawing sheets G-09, C-02,C-03,C-04,C-09, M-02,M-04, M-12, E-03,E-04, E-08,and E-09 to facilitate Waters Edge Park Improvements,specifically the wall location,berms and piping. 5. Revision of FDEP Permit No.0126705-160-WC for construction of relocated raw water main. 6. Second round of revisions to Wells 10 and 11 drawings to show impact of actual constructed precast wall location. 7. Additional site visit for observation of construction of relocated raw water main including site visit for pressure testing of relocated raw water main. 8. Prepare documentation for Change Order 1 and 2 relative to Park impact. PURPOSE OF CHANGE ORDER:The purpose of this Change Order is to account for additional costs due to changes to the design caused from impacts stated in the above description. CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME Original Contract Price Original Contract Time $ 112,400.00 N/A Previous Change Orders and/or Amendments Net Change From Previous Change Orders $0 N/A Contract Price Prior To This Change Order Contract Time Prior To This Change Order $ 112,400.00 N/A Net(Increase) Of This Change Order Net(Increase) Of This Change Order $ 15,016.00 N/A Contract Price With All Approved Change Orders Contract Time With All Approved Change Orders $ 127,416.00 N/A fy,m7DED AP ROVED • rector City Manage Contractor Date I DI "2. I ct Date (U (CI Date ID -7-(1