Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2020-050 Temp Reso. #13446 June 24, 2020 Page 1 of 4 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2020 05— A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING RFQ NO. 20-03Q TO AND APPROVING AN AGREEMENT WITH ECKLER ENGINEERING INC. FOR THE ENGINEERING DESIGN, PERMITTING AND CONSTRUCTION ADMINISTRATION SERVICES FOR THE EAST SIDE DISTRIBUTION EXPANSION PROJECT AT A CONTRACT COST OF $708,600.00, AN ALLOWANCE IN THE AMOUNT OF $376,200.00 WILL BE ADDED TO THE PROJECT ACCOUNT, FOR A TOTAL PROJECT BUDGET OF $1,084,800.00; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates and maintains the City of Tamarac Water Treatment Plant and distribution systems; and WHEREAS, currently, the City's distribution system is divided into two sections; Tamarac Utility West (TUW) extending from the western limits of the City to State Road 7 and Tamarac Utility East (TUE), extending from NW 31st Avenue to Prospect Road and NW 15th Avenue; and WHEREAS, the water servicing TUW is supplied by the City of Tamarac, while water servicing the TUE is supplied by the City of Fort Lauderdale to the City of Tamarac as a bulk purchasing customer; and WHEREAS, to better manage the quality and cost of distributing water to TUE, the City intends to connect the eastern portion of the City's existing distribution system to the City's western water supply and distribution system; and WHEREAS, a Feasibility Study of the proposed project will be done prior to any design, and will determine if the proposed expansion of the TUW supply and distribution Temp. Reso. #13446 June 24, 2020 Page 2 of 4 system to the TUE distribution system is feasible and constructible; and WHEREAS, if deemed feasible and constructible, the Design Consultant would then be authorized to proceed with design, permitting, bidding assistance, and construction administration for the Water Distribution Expansion Project; and WHEREAS, on November 6, 2019, the City published RFQ No. 20-03Q for the Design and Engineering Services for the East Side Distribution Expansion Project, incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, on November 21, 2019, the City held a Pre-Qualification Meeting; and WHEREAS, on December 11, 2019, the City received and opened six (6) submittals; and WHEREAS, an Evaluation Committee, facilitated by the City's Senior Procurement Specialist and comprised of the Public Services Director, Public Services Asst. Director/ Capital Improvement Projects Manager, Budget and Contracts Manager, Water Plant Superintendent, Utility Engineer, and Budget Manager, reviewed and evaluated the submittals; and WHEREAS, the Evaluation Committee evaluated the submittals per RFQ No. 20- 03Q and short-listed three (3)firms, Eckler Engineering, Inc., Stantec Consulting Services Inc., and Thompson and Associates, which were requested to make presentations; and WHEREAS, based upon the totality of the material and information provided by the vendors, the Evaluation Committee unanimously determined Eckler Engineering, Inc. to be the most responsive and responsible proposer, a copy of the Evaluation Summary is attached hereto as "Exhibit 1"; and WHEREAS, the Director of Public Services, Director of Financial Services, and the Purchasing and Contracts Manager recommend the City of Tamarac execute an Temp. Reso. #13446 June 24, 2020 Page 3 of 4 Agreement with Eckler Engineering, Inc.; and WHEREAS, the City Commission of the City of Tamarac deems it to be in the best interest of the citizens and residents of the City of Tamarac to execute an Agreement with Eckler Engineering, Inc. for the Design and Engineering Services for the East Side Distribution Expansion Project, at a contract cost of $708,600.00, an allowance in the amount of $376,200.00 will be added to the project account, for a total project budget of $1,084,800.00. 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, and all exhibits referenced and attached hereto are incorporated herein and made a specific part of this resolution. SECTION 2: The City Commission HEREBY awards RFQ No. 20-03Q to Eckler Engineering, Inc., and approves an Agreement between the City of Tamarac and Eckler Engineering, Inc. ("The Agreement") and the appropriate City officials are hereby authorized to execute the Agreement, hereto attached as "Exhibit 2", for the Design and Engineering Services for the East Side Distribution Expansion Project, at a contract cost of $708,600.00, an allowance in the amount of $376,200.00 will be added to the project account, for a total project budget of $1,084,800.00. SECTION 3: An expenditure in the amount of $708,600.00, an allowance Temp. Reso. #13446 June 24, 2020 Page 4 of 4 in the amount of $376,200.00 will be added to the project account, for a total project budget of$1,084,800.00 is HEREBY approved. 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 count 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. "THE REMAINDER OF THIS PAGE IS LEFT BLANK ON PURPOSE" Temp. Reso. #13446 June 24, 2020 Page 5 of 4 SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of 2020. kie MICHELLE J. MEZ MAYO ATTEST: JE NIFER OHNSON, CMC CITY CLERK RECORD OF COMMISSION VOTE: MAYOR GOMEZ DIST 1: V/M BOLTON DIST 2: COMM. GELIN —!� DIST 3: COMM. FISHMAN _iJ .�✓ DIST 4: COMM. PLACKO I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM: yo,„4 19", 6 17-112-0 SAMUEL S. GOREN CITY ATTORNEY TR 13446-Exhibit 1 Eckler Stantec Consulting Thompson and Proposer's Name: Engineering,Inc. Services Inc. Associates (Compliant/Non-Compliant) Compliant Compliant Compliant Firm Qualifications(Max 30 points) Assistant PS Director/CIP Manager 26 28 25 Public Services Director 27 30 24 Budget and Contract Manager 28 30 25 Water Plant Superintendent 25 30 25 Utility Engineer 28 29 28 Budget Manager 25 25 20 Senior Procurement Specialist 26 27 26 Project Experience(Max 25 points) Assistant PS Director/CIP Manager 24 25 20 Public Services Director 23 23 18 Budget and Contract Manager 23 24 17 Water Plant Superintendent 15 23 15 Utility Engineer 22 24 23 Budget Manager 22 22 15 Senior Procurement Specialist 21 21 19 Experience and Technical Capabilities(Max 20 points) Assistant PS Director/CIP Manager 16 19 17 Public Services Director 18 20 15 Budget and Contract Manager 17 20 16 Water Plant Superintendent 10 20 10 Utility Engineer 15 19 15 Budget Manager 20 20 20 Senior Procurement Specialist 17 19 17 Certified Minority Business Enterprise(Max 5 Points) Assistant PS Director/CIP Manager 2.5 0 2.5 Public Services Director 2.5 0 2.5 Budget and Contract Manager 2.5 0 2.5 Water Plant Superintendent 2.5 0 2.5 Utility Engineer 2.5 0 2.5 Budget Manager 2.5 0 2.5 Senior Procurement Specialist 2.5 0 2.5 Local Preference Consideration(Bonus Points Max 5 points) Assistant PS Director/CIP Manager 2.5 0 2.5 Public Services Director 2.5 0 2.5 Budget and Contract Manager 2.5 0 2.5 Water Plant Superintendent 2.5 0 2.5 Utility Engineer 2.5 0 _ 2.5 Budget Manager 2.5 0 2.5 Senior Procurement Specialist 2.5 0 2.5 Oral Presentations(If Applicable Max 20 points) Assistant PS Director/CIP Manager 20 12 15 Public Services Director 19 15 11 Budget and Contract Manager 19 14 10 Water Plant Superintendent 20 5 10 Utility Engineer 20 15 17 Budget Manager 18 15 10 Senior Procurement Specialist 18 16 11 TOTAL POINTS Assistant PS Director/CIP Manager 91 84 82 Public Services Director 92 88 73 Budget and Contract Manager 92 88 73 Water Plant Superintendent 75 78 65 Utility Engineer 90 87 88 Budget Manager 90 82 70 Senior Procurement Specialist 87 83 78 TOTAL POINTS 617 590 529 TOTAL RANKING Assistant PS Director/CIP Manager 1 2 3 Public Services Director 1 2 3 Budget and Contract Manager 1 2 3 Water Plant Superintendent 2 1 3 Utility Engineer 1 3 — 2 Budget Manager 1 2 3 Senior Procurement Specialist 1 2 3 Vendors Ranked 1 2 3 TAMARAC The City For Your life City of Tamarac Purchasing and Contracts Division AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF TAMARAC AND ECKLER ENGINEERING, INC. THIS AGREEMENT is made and entered into this u.2 day of �'""-- , 2020 by and between the City of Tamarac, a municipal corporation with princi al offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and ECKLER ENGINEERING, INC., a Flordia corporation with principal offices located at 4700 Riverside Drive Suite 110 Coral Springs, FL 33067 (the "Consultant") to provide design services for the Design and Engineering Services for the East Side Distribution Expansion Project. WHEREAS, the City intends to contract with a qualified architectural design firm to provide Architectural/Enqineerinq Services for the East Side Distribution Expansion Project; and, WHEREAS, the City requires certain professional services in connection with RFQ # 20-03Q; and, WHEREAS, the Consultant represents that it is capable and prepared to provide such services: NOW THEREFORE, in consideration of the promises contained herein, the parties hereto agree as follows: 1. TERM OF AGREEMENT AND SCHEDULE The work to be performed under this Agreement shall be commenced after City execution of the Agreement and not later than ten(10)days after the date that Consultant receives the City's Notice to Proceed. The Consultant shall work with in conjunction with the City's proposed project schedule until project completion. 2. CONTRACT DOCUMENTS AND SERVICES TO BE PERFORMED BY CONSULTANT 2.1 Consultant shall furnish all labor, materials, and equipment necessary to complete the scope of work, as outlined in the contract documents 20-03Q. 2.1.1 The Contract Documents consist of this Agreement, RFQ Document No. 20-03Q for "Design and Engineering Services for the East Side Distribution Expansion Project", issued by the City of Tamarac on November 6, 2019 including all conditions therein, (Request for Qualifications, Standard Terms and Conditions, Instructions to Proposer's), all addenda, the Contractor's RFQ response dated December 11, 2019, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. Scope of Services shall also be incorporated as part of this agreement herein known as Exhibit "A". In the event that there is a conflict between RFQ 20-03Q for "Design and Engineering Services for the East Side Distribution Expansion Project" as issued by City, Exhibit "A" and the contractor's proposal response; RFQ 20-03Q for"Design and Engineering Services for the East Side Distribution Expansion Project" as issued by City shall take precedence over the contractor's proposal response. Furthermore, in the event of a conflict between this document 20-03Q-Design and Engineering Services for the East Side Distribution Expansion Project 1 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division and any other Contract Documents, this Agreement shall prevail. 2.1.2 Consultant shall perform engineering architectural services as detailed in the STATEMENT OF WORK as approved by City. 2.1.3 Additional scope of work may be specifically designated and additionally authorized by the City. Such additional authorizations will be in the form of a Purchase Order or written Change Order. Each Purchase Order or written Change Order shall set forth a specific scope of services,the amount of compensation and the required completion date. 2.1.4 Consultant shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement,which are applicable to the Consultant, its employees, agents or sub- consultants, if any, with respect to the work and services described herein. 3. COMPENSATION The City shall pay Consultant One Million Eighty-Four Thousand Eight Hundred Dollars and Zero Cents, ($1,084,800.00), in accordance with the provisions contained in the Scope of Services, which is attached hereto as Exhibit"A", and incorporated herein as if set forth in full. 4. STANDARD OF CARE Consultant shall exercise the same degree of care, skill, and diligence in the performance of the Services as is ordinarily provided by a professional under similar circumstances and Consultant shall, at no additional cost to the City, re-perform services which fail to satisfy the foregoing standard of care. 5. GENERAL INDEMNIFICATION To the fullest extent permitted by laws and regulations, Consultant shall indemnify and hold harmless City and its officers and employees, from liabilities, damages, losses and costs including, but not limited to, reasonable attorney's fees to the extent caused by negligence, recklessness or intentional wrongful conduct of Consultant and other persons employed or utilized by Consultant in performance of this agreement. 6. NON-DISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT During the performance of the Contract, the Consultant and its sub-consultants shall not discriminate against any employee or applicant for employment because of race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, gender identity and expression, or disability if qualified. The Consultant will take affirmative action to ensure that employees and those of its sub-consultants are treated during employment, without regard to their race, color, sex including pregnancy, religion, age, national origin, marital status, political affiliation,familial status, sexual orientation, gender identity or expression, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Consultant and its sub-consultants shall agree to post in conspicuous places, available to its employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Consultant further agrees that he/she will ensure that all sub- consultants, if any, will be made aware of and will comply with this nondiscrimination clause. 7. INDEPENDENT CONTRACTOR 20-03Q-Design and Engineering Services for the East Side Distribution Expansion Project 2 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Consultant is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code,the State Worker's Compensation Act, and the State Unemployment Insurance law. The Consultant shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Consultant's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Consultant, which policies of Consultant shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Consultant's funds provided for herein. The Consultant agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Consultant and the City and the City will not be liable for any obligation incurred by Consultant, including but not limited to unpaid minimum wages and/or overtime premiums. 8. PAYMENTS 8.1 The City shall pay in full the Contract Sum to the Consultant upon completion of the work listed in Article 2 of this Agreement unless the parties agree otherwise. The City shall pay the Consultant for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 8.2 Payments shall be processed in accordance with The Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. 9. COMPLIANCE WITH LAWS In performance of the services, Consultant will comply with applicable regulatory requirements including federal, state, and local laws, rules regulations, orders, codes, criteria and standards. 10. INSURANCE 1o.1 During the performance of the services under this Agreement, Consultant shall maintain the following insurance policies, and provide originals or certified copies of all policies, and shall be written by an insurance company authorized to do business in Florida. Worker's Compensation Insurance: The Consultant shall procure ad maintain for the life of this Agreement, Workers' Compensation. Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub-consultant that does not have their own Workers' Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the City of Tamarac, executed by the insurance company. A Sixty-(60) day notice of cancellation is required and must be provided to the City of Tamarac via Certified Mail. 10.1.2 Comprehensive General Liability: The Consultant shall procure and maintain, for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent Contractors' Products and Completed Operations and Contractual Liability. This policy shall provide coverage for death, personal injury 20-03Q-Design and Engineering Services for the East Side Distribution Expansion Project 3 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division or property damage that could arise directly or indirectly from the performance of this Agreement. 10.1.3 Business Automobile Liability: The Consultant shall procure and maintain,for the life of the Agreement, Business Automobile Liability Insurance. 10.1.4 Professional Liability (Errors and Omissions) Insurance: $1,000,000. 10.2 The Minimum Limits of Coverage shall be $1,000,000 per occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. 10.3 The City must be named as an additional insured for General Liability coverage unless Owners and Consultants' Protective Coverage is also provided or required. Sixty (60) days written notice must be provided to the City via Certified Mail in the event of cancellation. 10.4 The minimum limits of coverage shall be $1,000,000 per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This coverage shall be an "Any Auto" type policy. The City must be listed as an Additional Insured under the Policy. Sixty (60) days written notice must be provided to the City via Certified Mail in the event of cancellation. 10.5 In the event that sub-consultants used by the Consultant do not have insurance, or do not meet the insurance limits, Consultant shall indemnify and hold harmless the City for any claim in excess of the sub-consultants' insurance coverage, arising out of negligent acts, errors or omissions of the sub-consultants. 1o.6 Consultant shall not commence work under this Agreement until all insurance required as stated herein has been obtained and such insurance has been approved by the City. 11. CITY'S RESPONSIBILITIES The City shall be responsible for providing access to all project sites, and for providing project- specific information. 12. TERMINATION OF AGREEMENT 12.1 Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Consultant for such termination in which event the Consultant shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Consultant abandons this Agreement or causes it to be terminated, Consultant shall indemnify the city against loss pertaining to this termination. 12.2 Default by Consultant: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Consultant neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Consultant of written notice of such neglect or failure. 13. SCRUTINIZED COMPANIES By execution of this Agreement, in accordance with the requirements of F.S. 287.135 and F.S. 215.473, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized 20-03 -Design and Engineering Servicesfor the a Agreement Q g g g Est Side Distribution Expansion Project 4 9 TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law,the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 14. NONDISCLOSURE OF PROPRIETARY INFORMATION Consultant shall consider all information provided by City and all reports,studies,calculations,and other documentation resulting from the Consultant's performance of the Services to be proprietary unless such information is available from public sources. Consultant shall not publish or disclose proprietary information for any purpose other than the performance of the services without the prior written authorization of City or in response to legal process. 15. UNCONTROLLABLE FORCES 15.1 Neither the City nor Consultant shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the nonperforming party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 15.2 Neither party shall, however, be excused from performance if nonperformance is due to forces, which are preventable, removable, or remediable, and which the nonperforming party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 16. GOVERNING LAW AND VENUE This Agreement shall be governed by the laws of the State of Florida. Any and all legal action necessary to enforce the Agreement will be held in Broward County. 17. MISCELLANEOUS 17.1 Non-waiver: A waiver by either City or Consultant of any breach of this Agreement shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. 17.2 Severability: Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the 20-03Q-Design and Engineering Services for the East Side Distribution Expansion Project 5 Agreement TAMARAC The City For"'bur Life City of Tamarac Purchasing and Contracts Division validity or enforceability of such provisions in any other jurisdiction.The non-enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 17.3 The provisions of this section shall not prevent the entire Agreement from being void should a provision, which is of the essence of the Agreement, be determined to be void. 17.4 Merger; Amendment: This Agreement constitutes the entire Agreement between the Consultant and the City, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the Consultant and the City. 17.5 No Construction Against Drafting Party: Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 18. SUCCESSORS AND ASSIGNS The City and Consultant each binds itself and its director, officers, partners, successors, executors, administrators, assigns and legal representatives to the other party to this Agreement and to the partners, successors, executors, administrators, assigns, and legal representatives. 19. CONTINGENT FEES The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 20. TRUTH-IN-NEGOTIATION CERTIFICATE 20.1 Execution of this Agreement by the Consultant shall act as the execution of a truth-in- negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Agreement are accurate, complete and current as of the date of the Agreement and no higher than those charged the Consultant's most favored customer for the same or substantially similar service. 20.2 The said rates and cost shall be adjusted to exclude any significant sums should the City determine that the rates and costs were increased due to inaccurate, incomplete or non- current wage rates or due to inaccurate representations of fees paid to outside consultants. The City shall exercise its rights under this "Certificate" within one (1) year following payment. 21. OWNERSHIP OF DOCUMENTS Consultant shall be required to work in harmony with other consultants relative to providing information requested in a timelymanner and in the specified form. Anyand all work products, q p documents, records, disks, original drawings, specifications or other information developed as a result of this Agreement shall become the property of the City upon completion for its use and distribution as may be deemed appropriate by the City. Except as specifically authorized by the City in writing, information and other data developed or acquired by or furnished to Consultant 20-034-Design and Engineering Services for the East Side Distribution Expansion Project 6 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division in the performance of this Agreement shall be used only in connection with the services provided the City. 22. FUNDING This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 23. NOTICE 23.1 Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice either delivered in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as follows: CITY City Manager City of Tamarac 7525 NW 88th Avenue Tamarac, Florida 33321-2401 With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONSULTANT: Name: ECKLER ENGINEERING, INC. Address:4700 Riverside Drive, Suite 110 Coral Springs, Florida 33067 FIN/EIN:65-0755534 Contract Licensee:CA7803 Contact: Douglas K. Hammann, P.E. Email: dhammann@ecklerengineering.com Phone: 954-510-4700 23.2 Notices shall be effective when received at the address specified above. Changes in the respective addresses to which such notice may be directed may be made from time to time by any party by written notice to the other party. Facsimile is acceptable notice effective when received, however, facsimiles received (i.e., printed) after 5:00 p.m. or on weekends or holidays, will be deemed received on the next business day. The original of the notice must additionally be mailed as required herein. 23.3 Nothing contained in this Article shall be construed to restrict the transmission of routine communications between representatives of Consultant and City. 23.4 Consultant shall be reasonably available to the City through telephone access and shall notify the City promptly of any absence or anticipated delay in the performance of services under this Agreement. 24.PUBLIC RECORDS 24.1 The CITY is a public agency subject to Chapter 119, Florida Statutes. The CONSULTANT shall comply with Florida's Public Records Law. Specifically, CONSULTANT shall: 20-03Q-Design and Engineering Services for the East Side Distribution Expansion Project 7 Agreement TAMARACK The City For Your Life City of Tamarac Purchasing and Contracts Division 24.1.1 Keep and maintain public records required by the CITY in order to perform the service. 24.1.2 Upon request from the CITY, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at no cost to the CITY. 24.1.3 Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the Agreement and any renewals thereof if CONSULTANT does not transfer the records to the CITY. 24.1.4 Upon completion of the Agreement, transfer, at no cost to the CITY, all public records in possession of CONSULTANT, or keep and maintain public records required by the CITY to perform the service. If CONSULTANT transfers all public records to the CITY upon completion of the Agreement, CONSULTANT shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONSULTANT keeps and maintains public records upon completion of the Agreement, CONSULTANT shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the CITY, upon request from the CITY's custodian of public records in a format that is compatible with the information technology systems of the CITY. 24.2 During the term of this Agreement and any renewals, CONSULTANT shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. 25. PUBLIC RECORDS CUSTODIAN IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY CLERK 7525 NW 88TH AVENUE ROOM 101 TAMARAC, FL 33321 (954) 597-3505 CITYCLERK@TAMARAC.ORG Remainder of Page Intentionally Blank 20-03Q-Design and Engineering Services for the East Side Distribution Expansion Project 8 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 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 Mayor and City Manager, and CONSULTANT, signing by and through its President, duly authorized to execute same. i�►i►iiiff CITY OF TAMARAC '�\1 Mic Ile J. Gomez, yor • 0 • �.��� ® �„�� - O 2 O • *. eV4A Ke'jr,V"O ATTES1 ,fi ;••••••••-•'�� `\.� Michael C. ernec , ity Manager J , ifer 'hn , CMC Date: ity Clerk a U Approve to form and I gal sufficiency: Date tli4- City Att rney ` regiir Date ATTEST: Eckler Engineering, Inc. Company N me hat )es Signa ure of Corporate Secretary Signature of President Douglas K. Hammann, P.E. Douglas K. Hammann, P.E. Type/Print Name of Corporate Secy. Type/Print Name of President June 15, 2020 June 15, 2020 Date Date (CORPORATE SEAL) 20-030-Design and Engineering Services far the Eost Side Distribution ExOonsion Project 9 Agreement TAMARAC The City For Your life City of Tamarac Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT 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, P.E.. , 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/she executed the same. WITNESS my hand and official seal this 15 day of June , 2020. cyyoteeet c571/eteetker-- Signature of Notary Public ;sogv`t ;, LINDAC.FRACASSO State of Florida at Large +: t MY COMMISSION#GG 073496 EXPIRES:Meyay.'=1_,2021 Linda C. Fracasso :;;;Ft0 s'. Bonded Thu Notary Public Underwriters • Print, Type or Stamp Name of Notary Public ® Personally, known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or I DID NOT take an oath. 20-030•Design and Engineering Services(or the East Side Distribution Expansion Project 10 Agreement TR 13446-EXHIBIT 2 RFQ NO. 20-03Q SCOPE OF SERVICES EAST SIDE DISTRIBUTION EXPANSION INTRODUCTION CITY staff has requested that the Tamarac Utility West (TUW) distribution system be connected to the eastern service area which is currently served by the City of Fort Lauderdale. Additionally, several other water main improvements are requested in the eastern service area to upgrade the CITY's fire flow capacity and address water quality concerns.The overall project is divided into four phases preceded by a feasibility study as follows: A. Prepare a feasibility study to determine whether the design of the project is a"GO" or "NO-GO". The study will include assessing all four phases of the project as described below. 1. Evaluate the existing Tamarac Utility East (TUE) distribution system with respect to flow and service area demand. 2. Assess providing fire flow(1500 gpm)to any given point in the TUE service area, including all four proposed phases described below,with the use of a hydraulic model. 3. Assess maintaining minimum residual system pressure of 45 psi at any given time during domestic demand and 20 psi during fire flow conditions with the use of hydraulic model. 4. Assess water quality in terms of age/turnover and not on actual chlorine residual values throughout the east distribution system. 5. Develop the most feasible construction methodology for the proposed alignments by considering the types of installation, traffic control measures and regulatory agency requirements/restrictions for the following corridors: A. Phase I - Design of approximately 5,800 feet of water main along Commercial Blvd between State Road 7 and NW 31St Avenue. B. Phase II - Design of approximately 5,400 feet of water main along West Prospect Road from Commercial Blvd to NW 15th Avenue. C. Phase III - Design of new water mains throughout the Tamarac Lakes North community to create a looped system D. Phase IV- Design of approximately 1,400 feet of water main along West Prospect Road from Commercial Blvd to NW 53rd St. 6. Evaluate whether regulatory agencies will approve the proposed project scope and define permitting requirements.Confirmation of approval and any Page 1 of 25 TR 13446-EXHIBIT 2 related supporting documentation from all agencies shall be provided in the report. 7. Determine if the SFWMD Water Use Permit No. 06-00071-W can be modified to support the additional water supply volume demand from TUE. Complete letter modification to existing permit. 8. Evaluate pumping capabilities of Grants Plaza Booster Station as it relates to supplying water and pressure to the East Distribution system. Provide recommendations as needed to upgrade the booster station. 9. Prepare overall preliminary design exhibits showing proposed distribution system layout/alignment. 10. Develop an opinion of probable construction cost (30%). 11. Determine whether the project scope is achievable provided the project requirements and provide a "GO"/"NO-GO" recommendation. 12. Prepare preliminary design/feasibility report detailing the evaluation of the above eleven items. B. Final engineering design, permitting and bidding assistance services for the above generally outlined improvements if determined to be feasible for the City of Tamarac. C. Traditional and special engineering services during construction and project closeout. This Task Authorization covers the work associated with preliminary engineering design,feasability study, 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 Feasability Study Phase Task Fl - Project Administration/Management This task focuses on the administration of the project including project setup, client interface and general project management and administration. Task F2- Coordination with CITY Staff This task focuses on obtaining the necessary preliminary information required to prepare the feasibility study report. Page 2 of 25 TR 13446-EXHIBIT 2 A. Initial project kickoff meeting with CITY staff to review overall project scope and work requirements to complete the project per this task order. B. Visit the site 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. Confirm specific alignment of all phases and any criteria or requirements by the CITY regarding pipe placement and layout. E. Confirmation that current GIS database and shape files have been provided to CONSULTANT. F. Review other information that CONSULTANT will require from CITY staff including but not limited to: 1. Total water billing volume data,for all customers and CITY accounts for the last 24 months in Excel spreadsheet format. 2. Confirmation of design fire flow requirements. 3. Confirmation of future water demand projects. 4. Confirmation of CITY project requirements to be addressed by this project. 5. Confirmation of Grants Plaza pumping data (e.g., number of pumps, pump curves, storage capacity). 6. Confirmation of Level of Service (LOS) criteria (e.g., preferred pressure range during non-fire flow condition, minimum allowable pressure fire-flow conditions,preferred maximum allowable velocity,preferred maximum head loss gradient). Task F3-Data Gathering This task consists of the gathering of data required to complete this project. General requirements of this task shall be as follows: A. CONSULTANT shall assist CITY staff with gathering of data as discussed under Task F2 above. B. CONSULTANT shall be responsible for obtaining necessary information from agencies outside of the CITY which may include but are not limited to FDOT, SFWMD, Broward County and the City of Fort Lauderdale. Page 3 of 25 TR 13446-EXHIBIT 2 Task F4 - Confirm Base Schematic of Existing East Side Distribution System This task consists of the engineering evaluation and confirmation of the adequacy of information provided by the CITY GIS system relative to water distribution system components. This task shall address the following: A. CONSULTANT shall review existing GIS database and shape files as needed for the base schematic of the existing water distribution system including water main piping components, valves, and fire hydrants, and booster station locations. B. CONSULTANT shall prepare a list of items missing or needed to finalize the water distribution system base schematic for modeling purposes. C. Based on information available from CITY, CONSULTANT shall finalize the base water distribution system schematic for modeling purposes.As part of this process, the CONSULTANT shall submit the draft schematic to the CITY staff for review and comment. The CONSULTANT will meet with the CITY staff and incorporate comments into the schematic as agreed to at the meeting. D. The base schematic shall only include the East Side Distribution System defined by the CITY's water utility network east of US 441/SR7. Task F5-Prepare and Run Hydraulic Model of Existing East Side Water Distribution System CONSULTANT will prepare the hydraulic model using Innovyze's InfoWater modeling software inclusive of coordinating all input parameters required to model the existing East Side Water Distribution System. Existing system demands shall be input into the model and distributed evenly throughout all nodes and/or service points depending on the CITY's GIS network layout. The Tamarac West Distribution System will also be incorporated into the hydraulic model. A fully functional model will be provided by the CITY in WaterCAD format. Future water system demands will be assigned within the model using a similar approach of equal distribution of overall future daily water production value based on the ratio of specific area population to overall system population. This proposed demand assignment methodology will provide reasonable results in a cost effective manner.This hydraulic model will be used to simulate the operational parameters of the existing water distribution system. CONSULTANT shall model the existing East Side Distribution System to determine the following: A. Does the system meet the LOS criteria under known existing flow condition, inclusive of: 1. Current steady state average day demand (ADD) 2. Current steady state peak hour demand (PHD) 3. Current steady state maximum daily demand (MDD) + fire flow 4. Future steady state ADD Page 4 of 25 TR 13446-EXHIBIT 2 5. Future steady state PHD 6. Future steady state MDD + fire flow B. Existing model runs (approximately 10) shall be utilized to determine if the system satisfies the LOS criteria. C. The existing hydraulic model shall only include the East Side Distribution System defined by the CITY's water utility network east of US 441/ SR7. Task F6-Prepare and Run Hydraulic Model of Proposed Improvements to East Side Water Distribution System CONSULTANT shall revise the model data to incorporate the proposed improvements to the East Side distribution System as determined in Task F2. The proposed modifications shall focus on improvement to the water distribution system related to satisfying the LOS criteria, pumping capacity, and creating a looped system. The model will be used to size the proposed water distribution system improvements based on efficient hydraulic operation and satisfying the LOS criteria. CONSULTANT shall model the proposed improvements to the East Side Distribution System to determine the following: A. Does the existing system meet the LOS criteria under known existing flow condition, inclusive of: 1. Current steady state average day demand (ADD) 2. Current steady state peak hour demand (PHD) 3. Current steady state maximum daily demand (MDD) + fire flow 4. Future steady state ADD 5. Future steady state PHD 6. Future steady state MDD + fire flow B. Existing model runs (approximately 10) shall be utilized to determine if the system satisfies the LOS criteria. C. Water quality will be evaluated based on age/turnover rate and not on actual chlorine residual values.Calculating turnover rate is considered an effective means to evaluate water quality. D. The proposed hydraulic model shall only include the East Side Distribution System defined by the CITY's water utility network east of US 441/ SR7. Page 5 of 25 TR 13446-EXHIBIT 2 E. The inclusion of the CITY's West Distribution System in the hydraulic is included in this scope as Alternate Task Al. Task F7-Evaluate Constructability of Proposed Alignments) This task consists of evaluating the specific alignment(s) as determined in Task F2 with current construction methods to determine how the project might be constructed. Such methods may include horizontal directional drilling, jack-and-bore, and open-cut. Based on the proposed alignment, multiple methods may be used in conjunction to most economically construct the project. Task F8- SFWMD Water Use Permit Letter Modification This task consists of reviewing the current SFWMD Water Use Permit No.06-00071-W withdrawal allocation against the anticipated increase in demand from TUE to determine if an allocation increase request is necessary. This task includes preparing the letter modification application to the existing permit to meet the requirements of the projected allocation increase. It is recommended to final the permit after the go/no-go decision has been completed. Task F9- Confirm Regulatory Agency Preliminary Approval This task consists of obtaining preliminary scope approval from the regulatory agencies associated with the project area. These agencies include: A. Broward County Highway Construction and Engineering Division (BCHCED) B. Broward County Traffic Engineering Division (BCTED) C. Florida Department of Transportation (FDOT) D. Florida Department of Environmental Protection (FDEP) E. South Florida Water Management District (SFWMD) F. All other required regulatory agencies CONSULTANT shall contact these agencies in an effort to determine whether the project will be approved during a formal permit submittal phase. This task does not include obtaining the necessary permits and is limited to acquiring preliminary project scope approval. Task F10-Prepare Draft Report of Results and Recommendation (GO/NO-GO) This consists of preparing a feasibility report to determine whether the CITY should move forward with the project or not. The objectives of the study will be as follows: A. Assess water demand and fire flow requirements with the hydraulics of the system using the CITY's GIS network. B. Determine if there is available right-of-way space for construction. Page 6 of 25 TR 13446-EXHIBIT 2 C. Determine if the SFWMD Water Use Permit can be modified. D. Obtain preliminary approval from all regulatory agencies for the proposed design/construction. E. This report shall follow the general outline below and is subject to change: 1. Introduction 2. Basis of Evaluation and Planning 3. Hydraulic Evaluation 4. Constructability Evaluation 5. SFWMD Water Use Permit Evaluation/Letter Modification 6. Regulatory Agency(s) Scope Approval 7. Recommendation 8. Final Go/No-Go Conclusion 9. Appendices Task F11 -Peer Review CONSULTANT shall coordinate and obtain peer review of the feasibility report and final GO/NO- GO recommendation. Peer review shall be provided by Chen Moore&Associates and shall include the following: A. Peer review/QC of the model schematic and hydraulic results. B. Peer review of pipe alignment and constructabilityevaluation. pp 9 C. Peer review of SFWMD Water Use Permit modification evaluation. D. Peer review of regulatory agency's scope approvals. E. Peer review of overall feasibility report and GO/NO-GO recommendation. Task F12- Submit and Review The CONSULTANT 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: Page 7 of 25 TR 13446-EXHIBIT 2 A. Draft Feasibility Study B. Final Feasibility Study The CONSULTANT 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. Task F13-Final Feasibility Report Preparation, Reproduction and Distribution CONSULTANT will finalize the Feasibility Study based upon review comments provided by CITY staff. After the Feasibility is finalized, CONSULTANT shall reproduce and distribute electronic copies. 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- Coordination and Preliminary Work 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 review final project requirements and design criteria. B. Revisit the site and review pertinent features that may impact design and/or construction. C. Coordinate scope and completion of work by the surveyor, geotechnical and subsurface utility engineering subconsultant(s). Task D3-Final Design Coordination This task consists of undertaking an appropriate level of engineering to analyze and finalize the design requirements for this project. A. Evaluate the data assembled under Task D2 for the establishment of the final design criteria for the proposed revisions. B. Confirm final design alignment and criteria. C. Meet with appropriate CITY staff to discuss and finalize the project design parameters. Page 8 of 25 TR 13446-EXHIBIT 2 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 in the Introduction, Part A, items. 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. CONSULTANT 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 all necessary regulatory permit application submittals, including but not limited to the following : A. Florida Department of Environmental Protection(FDEP)Notice of Intent to Use the General Permit for Construction of Water Main Extensions for PWSs (DEP Form 62-555.900(7)). B. Broward County Highway Construction and Engineering Division Application for Initial Plan Review C. Florida Department of Transportation (FDOT) Utility Permit. D. South Florida Water Management District(SFWMD)Water Use Permit Modification Task D7- Prepare Opinions of Probable Construction Cost Prepare the 60%, 90%, and final design levels of Opinion of Probable Construction Cost for new facilities and improvements proposed under this project. Page 9 of 25 TR 13446-EXHIBIT 2 Task D8- Submit and Review(Quality Control) The CONSULTANT 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. 60% Drawings and Specifications. B. 90% Drawings and Specifications. C. Permit Drawings and Specifications. D. Bid Drawings and Specifications. The CONSULTANT will incorporate the agreed-upon revisions made by the CITY. A total of three (3) meetings with the CITY is the level of effort for this Task. Task D9- Bidding Assistance Services This task shall include work necessary to assist CITY with the bidding of this project. This work may include the following: A. Assist with the coordination of the bidding documents and the advertisement for bid and respond to communication from CONTRACTORS and issue addenda information as required. Provide bid documents electronically for distribution by the CITY to potential bidders. B. Attend the pre-bid meeting. 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 CONTRACTORSs. E. Provide Bid Schedule, which will be included in the CITY's front end Contract Documents. Task D10- Bid Evaluation and Recommendation of Award Assistance The CITY will review and evaluate the bids submitted. The CONSULTANT will assist in the review and evaluation process only at the CITY's request. Page 10 of 25 TR 13446- EXHIBIT 2 ENGINEERING SERVICES DURING CONSTRUCTION The ENGINEER shall provide general engineering services, as defined herein, prior to contractor mobilization and during the estimated contract construction period of 535 calendar days to Final Completion. These services shall include the following: Task Cl - 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, CONSULTANT shall incorporate Addendum information to develop a conformed set of Contract Documents and distribute documents to the CITY and CONTRACTOR. The CITY will be responsible for reviewing insurance certificates from the CONTRACTOR.The CONSULTANT 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 all regulatory permitting agency 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 twenty(20)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 thirty (30) 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 CONSULTANT prior to formal submittal to CITY for payment. Review the CONTRACTOR's preliminary and monthly progress schedules through completion. The estimated construction time is 535 calendar days requiring 18 pay request reviews. Page 11 of 25 TR 13446-EXHIBIT 2 Task C6- Perform Periodic and Milestone Inspections CONSULTANT 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. CONSULTANT shall make one visit bi-weekly for a total of thirty-five (35) site visits at a three (3) hours per visit. 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.Twenty(20)such site visits at four(4) hour per visit are anticipated. Perform site inspections for to resolve conflict, unforseen conditions, pressure tests, tie-ins and other specific observations to verify conformance to Contract Documents as the Engineering of Record. Task C7-Progress Meetings Attend thirty-four(34)bi-weekly construction related progress meetings. The CONSULTANT shall schedule, preside over and generate and distribute minutes of these meetings. The purpose of these meetings is to formally coordinate the activities of the CONTRACTOR and CITY to resolve any conflicts and to review working procedures as required to satisfactorily complete the project. Task C8- Contract Modifications Develop the necessary data, notes and clarification drawings required to prepare contract modifications to reflect adjustments to the construction project as requested by the CITY. These modifications are intended to cover unforseen conditions or for CITY requested items. This does not cover omissions or design errors by the CONSULTANT. Ten (10) contract modifications incorporating a total of fifteen (15) 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 CONSULTANT's fee may be adjusted accordingly based on a mutually agreed amount. 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. CONSULTANT shall prepare signed and sealed record drawings based on CONTRACTOR's field data. B. CONSULTANT shall submit final copies of record drawings to CITY. C. CONSULTANT shall provide record drawings to CONTRACTOR for all required permit closeout submittals, if applicable. Page 12 of 25 TR 13446-EXHIBIT 2 D. Attend the final project reconciliation meetings with CITY and the CONTRACTOR. E. 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. Task C10- Regulatory Agency Documentation and Project Closeout Submittals This task covers preparation of all necessary regulatory agency permit closeout documentation for each regulatory permit obtained for the project, including to but not limited to the following: A. Florida Department of Environmental Protection (FDEP) B. Broward County Highway Construction and Engineering Division (BCHCED) C. Florida Department of Transporation FDOT Task C11 - Special Services This task not required, but can be added if requested by the CITY. Task C12- Special Inspection This task not required, but can be added if requested by the CITY. ARTICLE 2 - DATA OR ASSISTANCE TO BE PROVIDED BY CITY A. Provide CONSULTANT 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 copy of existing GIS network. E. Provide existing facility operation data, as available. F. Attendance at project meetings. G. Resident Project Representative Services Services which will be provided by the CITY's resident project representative will include the following: 1. Monitor that project is being constructed in conformance with the Contract Documents. Engineer of Record is responsible for determining that the work meets the requirements of the Contract Documents. Page 13 of 25 TR 13446-EXHIBIT 2 2. 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. 3. Observe any field tests and review the results of tests required of the Contractor by the Contract Documents. 4. 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. 5. Provide daily reports of construction activity to the ENGINEER on a form provided by the ENGINEER. 6. Provide photographs of the work during construction showing typical construction, conflicts with other utilities, installation of equipment, installation of buried facilities, and tine-ins to existing facilities. 7. On-site presence as required or requested by regulatory agencies. If the FOR is required to be on-site by any regulatory agency the labor for this shall be covered by Alternate Task A6. 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 CONSULTANT fees as described below: A. Feasibility Phase For the services enumerated in Article 1, Tasks F1 through F13, the lump sum fee of$122,000. B. Design Phase For the services enumerated in Article 1, Tasks D1 through D10, the lump sum fee of$398,000. C. Engineering Services During Construction Page 14 of 25 TR 13446-EXHIBIT 2 For services enumerated in Article 1, Tasks C1 through C12, the estimated not to exceed fee of$188,600. Engineering services during construction will be billed on an hourly rate plus direct expenses in accordance with the attached scope of work breakdown. Eckler Engineering will submit monthly invoices payable by person, hours worked, and hourly rates, plus direct expenses for these engineering services. Any unused portion of this estimated not-to-exceed fee will not be billed to the CITY. These fees have been determined in accordance with the scope of work breakdown attached as Table 5, 6 and 7. 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. ALTERNATE ITEMS OF WORK Below are alternate work task items that may become necessary for the proper execution of the work.These items are not included in the above indicated fees and will not be incorporated without approval from the CITY. Alternate Task Al -Grants Plaza Upgrade Should the above requested distribution system improvements require modifications/upgrades to Grants Plaza Booster Station pumping capacity, then additional engineering scope and labor will be required. Cost for additional engineering services to upgrade pumping capacity is $100,000. Alternate Task A2 -Obtaining Easements Should the above requested distribution system improvements require obtaining easements for the pipe alignment, then additional labor will be required to secure the permits. Cost for obtaining up to ten (10) easements is $25,000. Page 15 of 25 TR 13446-EXHIBIT 2 Alternate Task A3 -Test Holes Should the above requested distribution system improvements require test holes to determine underground utilities, then additional labor will be required to complete the work. Cost for 100 test holes is $46,000. Alternate Task A4 - Hydrogeologist Should the above requested distribution system improvements require additional modeling related to the SFWMD Water Use Permit,then additional labor and the assistance of a hydrogeologist will be required to secure the permit. Cost for a additional model runs is $16,000. Alternate Task A5 - Public Relations Should the CITY request the presence of a public relations liaison , then additional labor will be required during the construction phase of the project. Cost for public relations liaison is $22,660. Alternate Task A6 - Full-Time Resident Inspector Should the CITY request the presence of a full-time resident inspector or the presence of the FOR be required by any regulatory agency,then additional labor will be required during the construction phase of the project. The services of the resident inspector shall include: A. Resident Services To monitor that project is constructed in complete conformance with the Contract Documents. Services which will be provided by the CONSULTANT'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. On-site observations/inspections as required by any regulatory agency. The cost for a resident inspector is$166,500 which is comprised of a four hour site visit, five days a week for seventy weeks at a rate of$108/hr. (Remainder of page left blank intentionally.) Page 16 of 25 TR 13446-EXHIBIT 2 TABLE 1 EAST SIDE DISTRIBUTION EXPANSION TENTATIVE LIST OF PROJECT DRAWINGS Drawing Sheet No. Title General Cover sheet G-01 Project Location Map and Index to Drawings G-02 General Notes and Abbreviations G-03 Mechanical Legends and Symbols G-04 Piping Schedule and Design Criteria and Test Hole Table G-05 General BCTED Requirements G-06 General FDOT MOT Requirements G-07 General FDOT MOT Requirements G-08 Sequence of Construction G-09 Project Coordination/Phase Map G-10 Project Coordination/Phase Map Civil C-01 to C-12 Phase I - Commercial Blvd Water Main Plan and Profile C-13 to C-24 Phase II -W Prospect Road (South of Commercial) Water Main Plan and Profile C-25 to C-32 Phase III - Tamarac Lakes Water Main Plan and Profile C-33 to C-36 Phase IV-W Prospect Road (North of Commercial)Water Main Plan and Profile C-37 to C-43 Phase I - Commercial Blvd Roadway Restoration C-44 to C-50 Phase II -W Prospect Road (South of Commercial) Roadway Restoration C-51 to C-55 Phase III - Tamarac Lakes Roadway Restoration C-56 to C-57 Phase IV- W Prospect Road (North of Commercial) Roadway Restoration C-58 to C-64 Phase I - Commercial Blvd Pavement Markings and Signage C-65 to C-71 Phase II - W Prospect Road (South of Commercial) Pavement Markings and Signage C-72 to C-76 Phase III - Tamarac Lakes Pavement Markings and Signage C-77 to C-78 Phase IV - W Prospect Road (North of Commercial) Pavement Markings and Signage CD-01 Standard Details - Civil - Mechanical CD-02 Standard Details - Civil - Mechanical CD-03 Standard Details - Civil - Mechanical CD-04 Standard Details - BCTED CD-05 Standard Details - BCTED CD-06 Standard Details - BCTED CD-07 FDOT Standard Index Details CD-08 FDOT Standard Index Details (Remainder of page left blank intentionally) Page 19 of 25 TR 13446-EXHIBIT 2 TABLE 2 EAST SIDE DISTRIBUTION EXPANSION 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 01025 Measurement and Payment 01050 Field Engineering 01200 Project Meetings 01300 Submittals 01400 Quality Control 01500 Construction Facilities and Temporary Controls 01700 Contract Closeout 01720 Project Record Documents 01740 Warranties and Bonds Division 2 -Sitework 02021 Existing Utility Location/Verification 02200 Earthwork 02500 Restoration and Cleanup 02510 Asphaltic Pavement and Base 02630 Concrete Sidewalks, Drives, and Curbs 02999 Water Distribution System Components Division 3 -Concrete 03300 Concrete 03600 Grout Division 6 - 16 - Not Used Page 20 of 25 TR 13446- EXHIBIT 2 PART 5 APPENDICES Appendix A- FDEP Permit Appendix B - FDOT Permit Appendix C - BCTED Permit (Remainder of page left blank intentionally.) Page 21 of 25 TR 13446-EXHIBIT 2 TABLE 3 EAST SIDE DISTRIBUTION EXPANSION PRELIMINARY PROJECT SCHEDULE Time to Cumulative Time Activity Complete To Complete (Days) (Days) 1. Notice to Proceed 0 0 (Start SFWMD Permit Modification as concurrent task) 2. Site Visit/Information Gathering 30 30 3. Submit Draft Feasibility Study 45 75 4. Receive CITY Review Comments 14 89 5. Submit Final Feasibility Study 14 103 6. Topographic Survey/Soft-Digs/Data Gathering 60 163 7. Submit 60% Drawings and Specifications 60 223 8. Receive CITY Review Comments 30 253 9. Submit 90% Drawings and Specifications 60 313 10. Receive CITY Review Comments 14 327 11. Submit Final Plans and Specifications along with 21 348 permit applications and final cost opinion 12. Permitting 60 408 13. Bidding coordination with Purchasing Division 30 438 14. Bidding and Contract Award Phase 45 483 15. Construction Phase (Final) 535 1,018 16. Project Closeout 30 1,048 Detailed schedule will be provided upon receipt of authorization to proceed and will include specific submittal dates. Page 22 of 25 TR 13446- EXHIBIT 2 TABLE 4 EAST SIDE DISTRIBUTION EXPANSION LIST OF PROJECT DELIVERABLES FEASIBILITY PHASE A. Draft Feasibility Study ► One (1) electronic copy of Draft Feasibility Study B. Final Feasibility Study ► One (1) electronic copy of Final Feasibility Study ► Hydraulic model in InfoWater and WaterCAD format. DESIGN PHASE A. 60% Design Submittal (includes Phase I through IV) ► One (1) electronic (PDF) set of 11" x 17" Drawings, 60% Complete ► One (1) electronic (PDF) set of Specifications, 60% Complete ► One (1) electronic(PDF) Estimate of Probable Construction Cost, 60% Complete B. 90% Design Submittal (includes Phase I through IV) ► One (1) electronic (PDF) set of 11" x 17" Drawings, 90% Complete ► One (1) electronic (PDF) set of Specifications, 90% Complete ► One (1) electronic(PDF) Estimate of Probable Construction Cost, 90% Complete D. Final Design/Permit Application Submittal (includes Phase I through IV) • One (1) electronic(PDF) set of 11" x 17" Drawings, Final. ► One (1) electronic(PDF) set of Specifications, Final. ► Completed permit applications, exhibits, and three (3) sets of 11"x17" signed/sealed drawings and specifications for submittal to the regulatory agencies named herein. ► One (1) electronic(PDF)final estimate of probable construction cost. BIDDING SERVICES (Part of Design Phase) A. Bidding Coordination Submittal ► One (1) electronic(PDF) set of 11" x 17" Drawings (Final) Page 23 of 25 TR 13446-EXHIBIT 2 • One (1) electronic (PDF) set of 24" x 36" Drawings (Final). ► One (1) electronic(PDF) set of Specifications (Final). ► One(1)electronic(PDF)Final Completion Estimate of Probable Construction Cost. B. Pre-Bid. ► One (1) flash-drive or Dropbox link with final bid documents for CITY's use during bid phase. The flash-drive or Dropbox link will contain: bid specifications, half-size(11"x17") bid drawings, and full-size (24" x 36") bid drawings. All files will be in .pdf format. ► Project Final Documents including drawings on 24"x 36"and 11"x 17"sheets and project specifications on 8-1/2" x 11" sheets for use by CITY ( CITY, CONSULTANT). Two (2) sets of project documents, final completion. ► Addenda information as required to the CITY and/or CONTRACTORS. C. Post Bid. ► 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. ► Where applicable, electronic signed/sealed drawings for building permit submittal by CONTRACTOR. CITY Building Department requires verified electronic certification for signed and sealed documents. ► Three (3) Sets of half size (11" x 17")and full size (24' x 36") 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. Page 24 of 25 TR 13446-EXHIBIT 2 D. Progress Meetings ► Copies of all project meeting minutes. E. Contract Modifications ► Four (4) copies of all completed contract modifications. F. Pay Requests ► Copies of reviewed and accepted partial and final pay request applications. G. Record Drawings and Project Closeout ► One (1) half size, signed and sealed set of record drawing prints for submittal of permit certification documents to the Building Department, if applicable. ► 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\442-000.BD\Task Authorization 20-XXX East Side Distribution Expansion\Task Authorization\Task Auth 20-XXX.wpd Page 25 of 25 TR 13446- EXHIBIT 2 CITY OF TAMARAC EAST SIDE DISTRIBUTION EXPANSION RFQ NO.20-03Q TABLE 5 DATE: June 10,2020 I. FEASIBILITY PHASE LABOR PERSONNEL _ 17 C 2 TASK DESCRIPTION S e 11 m m m 5 m .I i .� m m m m m _ _ _ B .g E 1 w` w` w` LT, L F1 Project Administration/Management 10 8 12 F2 Coordination with CITY Staff 8 4 16 6 4 F3 Data Gathering 8 26 16 8 24 Confirm Base Schematic of Existing East F4 Side Distribution System 6 26 10 12 F5 Prepare and Run Hydraulic Model of Existing East Side Distribution System 8 48 22 Prepare and Run Hydraulic Model of F6 Proposed East Side Distribution System 22 66 20 Evaluate Constructability of Proposed Alignment(s) 10 24 FB SFWMD Water Use Permit Letter 12 40 10 Modifcation Confirm Regulatory Agency Preliminary F9 Approval 6 16 12 F10 Prepare Draft Report of Results and 18 40 20 80 16 Recommendation(Go/No-Go) F11 Peer Review 4 8 Fit Submit and Review 12 18 12 Ft Final Report Preparation,Reproduction and Distribution 8 4 2 6 12 Total Hours 18 118 0 342 112 0 112 0 0 0 80 Rate $225.00 $204.00 $130.00 $111.00 $85.00 $75.00 $100.00 $93.00 $78.00 $108.00 $79.50 Sub-Total Labor $4,050.00 $24,072.00 $0.00 $37,962.00 $9,520.00 $0.00 $11,200.00 $0.00 $0.00 $0.00 $6,360.00 TOTAL LABOR $93,164.00 II. REIMBURSABLE EXPENSES DESIGN PHASE EXPENSE EXPENSE TYPE UNIT No.OF UNITS COST PER UNIT TOTAL COST ITEM 1 REPRODUCTION Report EA 0 $20.00 $0.00 Half Size drawings(11'x171 EA 0 $31.50 $0.00 Full Size drawings(22')(34') EA 0 $73.08 $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) EA 0 $3.00 $0.00 TRAVEL 4 MILEAGE MILE 0 $0,545 $0.00 TOLLS EA 0 $0.00 $0.00 SUBCONSULTANTS PEER REVIEW(Chen Moore) LS 1 $29,000.00 $29,000.00 NOT USED LS 1 $0.00 $0.00 NOT USED LS 1 $0.00 $0.00 5 _ NOT USED LS 1 $0.00 $0.00 NOT USED LS 0 $0.00 $0.00 NOT USED LS 0 $0.00 $0.00 - NOT USED LS 0 $0.00 $0.00 TOTAL EXPENSES $29,000.00 GRAND TOTAL $122,164.00 USE $122,000.00 YIDOCUMENTS\Tamarac\e<2.C1 Design Scope TR 13446-EXHIBIT 2 CITY OF TAMARAC EAST SIDE DISTRIBUTION EXPANSION RFQ NO.20-03Q TABLE 6 DATE: June 10,2020 I. DESIGN PHASE LABOR PERSONNEL n a ry a ry i TASK DESCRIPTION 6 6 `m m m m_ m m _ _ 4 a u` w` w L` L` 12 A' cc 01 Project Administration/Management 12 16 D2 Coordination and Preliminary Work 24 40 20 4 D3 Final Design Coordination 12 24 20 20 6 D4 Drawings and Engineering 72 384 100 1152 D5 Specification Preparation 20 40 20 24 D6 Permit Preparation Assistance 20 45 40 24 16 Prepare Opinions of Probable D7 Construction Cost 10 25 20 D8 Submit and Review((Duality Control) 12 20 16 4 D9 Bidding Assistance Services 8 12 12 10 Bid Evaluation and Recommendation of 010 Award Assistance 8 12 12 8 011 Not Used 012 Not Used Total Hours ' 40 158 0 602 260 0 1196 0 0 0 90 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 $9,000.00 $32,232.00 $0.00 $59,598.00 $22,100.00 $0.00 $119,600.00 $0.00 $0.00 $0.00 $7,155.00 TOTAL LABOR $249,685.00 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 5 $31.50 $157.50 Full Size drawings(22 x34') EA 5 $73.08 $365.40 Specification Booklets EA 5 $50.00 $250.00 2 PHOTOCOPIES EA 0 $0.20 $0.00 PLOTTING 3 22 X34(SET UP) EA 5 $3.00 $15.00 11 X17(SETUP) EA 5 $3.00 $15.00 TRAVEL 4 MILEAGE MILE 0 $0.575 $0.00 TOLLS EA 0 $0.00 $0.00 SUBCONSULTANTS PEER REVIEW(Chen Moore) LS 1 $38,675.00 $38,675.00 SURVEY(Avirom) LS 1 $88,200.00 $88,200.00 GEOTECHNICAL(Nutting) EA 10 $2,100.00 $21,000.00 5 - TEST HOLES(See A4) EA 0 $0.00 $0.00 HYDROGEOLOGY(See A5) LS 0 $0.00 $0.00 PERMIT FEE LS 0 $0.00 $0.00 - NOT USED LS 0 $0.00 $0.00 TOTAL EXPENSES $148,677.90 GRAND TOTAL $398,363.00 USE $398,000.00 Y:\DOCUMENTS\Tamarac\ae2.C1 Design Scope TR 13446-EXHIBIT 2 CITY OF TAMARAC EAST SIDE DISTRIBUTION EXPANSION RFQ NO.20-03Q TABLE 7 I1. ENGINEERING SDC LABOR DATE: June 10,2020 i { PERSONNEL m n a n a a w v °' TASK DESCRIPTION a co 'Siiii ra_ `m `m_ V. a LS w` w` w w H H H ¢ v Cl Project Administration/Management 8 36 C2 .Preconstruction Activities Prior to NTP 8 6 24 C3 Consult and Advise 25 40 C4 Review Shop Drawings 10 40 30 C5 Peview Pay Requests and Schedules 18 54 22 72 C6 Perform Periodic and Milestone 35 185 300 Inspections _ C7 Progress meetings 51 102 C8 Contract Modifications 15 30 24 C9 Project Closeout 24 60 20 60 C1 o Regulatorty Agency Documentation 16 40 20 24 and Project Closeout Submittals C11 Special Services C12 Special Inspection Total Hours 16 200 611 0 0 92 108 0 0 372 0 Rate $225.00 $204.00 $130.00 $111.00 $99.00 $85.00 $100.00 $93.00 $78.00 $108.00 $79.50 Sub-Total Labor $3,600.00 $40,800.00 $79,430.00 $0.00 $0.00 $7,820.00 $10,800.00 $0.00 $0.00 $40,176.00 $0.00 TOTAL LABOR $182,626.00 II. REIMBURSABLE EXPENSES EXPENSE EXPENSE TYPE UNIT No.OF UNITS COST PER UNIT TOTAL COST ' ITEM 1 REPRODUCTION • Half Size Drawings(11"x 17°) EA 9 $31.50 $283.50 Full Size Drawings (24"x 36") EA 3 $79.38 $238.14 Specification Booklets EA 9 $50.00 $450.00 2 PHOTOCOPIES EA 0 $0.20 $0.00 PLOTTING 3 22 X 34(SET UP) EA 0 $15.00 $0.00 11 X 17(SETUP) EA 0 $3.00 $0.00 • TRAVEL 4 MILEAGE MILE 0 $0.575 $0.00 TOLLS EA 0 $0.00 $0.00 • SUBCONSULTANTS CHEN MOORE LS 1 $5,000.00 $5,000.00 PUBLIC RELATIONS LS 0 $0.00 $0.00 5 NOT USED LS 0 $0.00 $0.00 NOT USED LS 0 $0.00 $0.00 • NOT USED LS 0 $0.00 $0.00 - NOT USED LS 0 $0.00 $0.00 TOTAL EXPENSES $5,971.64 GRAND TOTAL $188,598.00 USE $188,600.00 V-Documents\Tamarac\442-000.BD\Task Authorization 20-XXX East Side Distribution Expansion\Task Authorization\SDC Scope.xls TR 13446-EXHIBIT 2 CITY OF TAMARAC EAST SIDE DISTRIBUTION EXPANSION RFC)NO.20-030 ALTERNATIVE 1-GRANTS PLAZA UPGRADE DATE: June 10,2020 ALTERNATIVE 1-GRANTS PLAZA UPGRADE PERSONNEL a P TASK DESCRIPTION a d lit ` m m `a `el 'II d w` w` w` CD w` w` ¢ -0 a Al Project Administration/Management 8 12 A2 Data Evaluation 12 12 4 A3 Preliminary Design Memorandum A4 Drawings and Engineering 16 50 40 200 A5 Specification Preparation 18 24 12 18 A6 Permit Preparation Assitance 8 4 16 4 A7 Opinion of Probable Construction Cost 4 A8 Submit and Review((Duality Control) 8 6 A9 Bidding Assistance Services 4 2 A10 Bid Evaluation and Recommendation of Award Assistance 4 4 All NOT USED Al2 NOT USED Total Hours 6 74 0 90 0 72 200 0 0 0 46 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 $1,800.00 $15,096.00 $0.00 $8,910.00 $0.00 $5,400.00 $20,000.00 $0.00 $0.00 $0.00 $3,657.00 TOTAL LABOR $54,863.00 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 5 $31.50 $157.50 • Full Size drawings(22"x34") EA 5 $73.08 $365.40 Specification Booklets EA 5 $50.00 $250.00 • 2 PHOTOCOPIES EA 0 $0,20 $0.00 PLOTTING 3 22 X34(SET UP) EA 5 $3.00 $15.00 11 X 17(SETUP) EA 5 $3.00 $15.00 TRAVEL 4 MILEAGE MILE 0 $0.575 $0.00 TOLLS EA 0 $0.00 $0.00 SUBCONSULTANTS SURVEY LS 1 $10,000.00 $10,000.00 ELECTRICALJI&C LS 1 $25,000.00 $25,000.00 STRUCTURAL LS 1 $7,000.00 $7,000.00 5 • GEOTECHNICAL LS 1 $2,000.00 $2,000.00 HYDROGEOLOGIC LS 1 $0.00 $0.00 NOT USED LS 0 $0.00 $0.00 NOT USED LS 0 $0.00 $0.00 TOTAL EXPENSES $44,802.90 • • GRAND TOTAL $99,666.00 USE $100,000.00 V1DOCUMENTS\Tamarac\442.C1 Design Scope • TR 13446-EXHIBIT 2 CITY OF TAMARAC EAST SIDE DISTRIBUTION EXPANSION RFO NO.20-030 ALTERNATIVE 2-OBTAINING EASEMENTS DATE: June 10,2020 ALTERNATIVE 2-OBTAINING EASEMENTS PERSONNEL N a, TASK DESCRIPTION ,. B B B `w m `m- m `m m m m m ro - -_ 15 o- L` L` w L` w -5 F - cc E Al Project Administration/Management 2.5 A2 Data Gathering 5 20 20 A3 Permittng Easements 15 40 20 10 A4 NOT USED A5 NOT USED A6 NOT USED A7 NOT USED A8 NOT USED A9 NOT USED Al NOT USED All NOT USED Al2 NOT USED Total Hours 22.5 0 0 60 0 40 0 0 0 0 10 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 $5,062.50 $0.00 $0.00 $5,940.00 $0.00 $3,000.00 $0.00 $0.00 $0.00 $0.00 $795.00 TOTAL LABOR $14,797.50 II. REIMBURSABLE EXPENSES DESIGN PHASE EXPENSE EXPENSE TYPE UNIT No.OF UNITS COST PER UNIT TOTAL COST ITEM - 1 REPRODUCTION Hatt Size drawings(11'x17') EA 0 $31.50 $0.00 Full Size drawings(225:341 EA 0 J $73.08 $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) EA 0 $3.00 $0.00 TRAVEL 4 MILEAGE MILE 0 $0.575 $0.00 TOLLS EA 0 $0.00 $0.00 SUBCONSULTANTS SURVEY LS 1 $10,000.00 $10,000.00 ELECTRICAL/IBC LS 0 $0.00 $0.00 STRUCTURAL LS 0 $0.00 $0.00 5 GEOTECHNICAL LS 0 $0.00 $0.00 HYDROGEOLOGIC LS 0 $0.00 $0.00 NOT USED LS 0 $0.00 $0.00 - NOT USED LS 0 $0.00 $0.00 TOTAL EXPENSES $10,000.00 GRAND TOTAL $24,798.00 USE $25,000.00 Y:\DOCUMENTS\Tamarac\442.C1 Design Scope TR 13446-EXHIBIT 2 CITY OF TAMARAC EAST SIDE DISTRIBUTION EXPANSION RFQ NO.20-03Q ALTERNATIVE 3-TEST HOLES DATE: June 10,2020 ALTERNATIVE 3-TEST HOLES PERSONNEL CON TASK DESCRIPTION a Zr, o Zr, 03 `m- m m d v - 8 a w` w` w` w` w` F= A' ccc Al Drawings and Engineering 10 50 A2 NOT USED A3 NOT USED A4 NOT USED A5 NOT USED A6 NOT USED A7 NOT USED A8 NOT USED A9 NOT USED Ala NOT USED All NOT USED Al2 NOT USED Total Hours o o 0 10 0 0 50 0 0 0 0 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 $o.00 $o.00 $o.00 $990.00 $0.00 $o.00 $5,000.00 Sots) $o.00 $o.00 $o.00 TOTAL LABOR $5,990.00 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 $31.50 $0.00 Full Size drawings(22-x34') EA 0 $73.08 $0.00 i 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) EA o $3.00 $0.00 TRAVEL 4 MILEAGE MILE 0 $0.575 $0.00 TOLLS EA 0 $0.00 $0.00 SUBCONSULTANTS SURVEY LS 0 $0.00 $0.00 ELECTRICAUIBC LS 0 $0.00 $0.00 STRUCTURAL LS 0 $0.00 $0.00 5 GEOTECHNICAL LS 0 $0.00 $0.00 • HYDROGEOLOGIC LS 0 $0.00 $0.00 - TEST HOLES(FR Aleman) EA 100 $400.00 $40,000.00 NOT USED LS 0 $0.00 $0.00 TOTAL EXPENSES $40,000.00 GRAND TOTAL $45,990.00 USE $46,000.00 Y:\DOCUMENTS\Temerec\442.C1 Design Scope TR 13446-EXHIBIT 2 CITY OF TAMARAC EAST SIDE DISTRIBUTION EXPANSION RFC)NO.20-030 ALTERNATIVE 4-HYDROGEOLOGIST DATE: June 10,2020 ALTERNATIVE 4-HYDROGEOLOGIST PERSONNEL 3. m o a ru a w a TASK DESCRIPTION ToZr. `v .6 `m `m_ m 2d - C.B :I 72 - a w` w Ie:w` w w` u L ¢ E Al Project Administration/Management 2 4 2 A2 Data Gathering/Assistance 4 4 8 A3 Coordination 4 9 A4 Report Review 4 8 A5 NOT USED A6 NOT USED A7 NOT USED A8 NOT USED A9 NOT USED Ala NOT USED All NOT USED Al2 NOT USED Total Hours 10 4 0 22 0 e 0 0 0 0 4 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 $2,250.00 $816.00 $0.00 $2,178.00 $0.00 $600.00 $0.00 $0.00 $0.00 $0.00 $318.00 TOTAL LABOR $6,162.00 II. REIMBURSABLE EXPENSES DESIGN PHASE EXPENSE EXPENSE TYPE UNIT No.OF UNITS COST PER UNIT TOTAL COST ITEM 1 REPRODUCTION • Half Size drawings(115,17") EA 0 $31.50 $0.00 Full Size drawings(22"x34') EA 0 $73.08 $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) EA 0 $3.00 $0.00 TRAVEL 4 MILEAGE MILE 0 $0.575 $0.00 TOLLS EA 0 $0.00 $0.00 SUBCONSULTANTS SURVEY LS 0 $0.00 $0.00 ELECTRICAL/IBC LS 0 $0.00 $0.00 STRUCTURAL LS 0 $0.00 $0.00 5 GEOTECHNICAL LS 0 $0.00 $0.00 HYDROGEOLOGIC LS 1 $10,000.00 $10,000.00 TEST HOLES EA 0 $0.00 $0.00 NOT USED LS 0 $0.00 $0.00 TOTAL EXPENSES $10,000.00 GRAND TOTAL $16,162.00 USE $16,000.00 Y:\DOCUMENTS\Tamarac\442.C1 Design Scope TR 13446-EXHIBIT 2 CITY OF TAMARAC EAST SIDE DISTRIBUTION EXPANSION RFO NO.20-030 ALTERNATIVE 5-PUBLIC RELATIONS ALTERNATIVE 5-PUBLIC RELATIONS DATE: June 10,2020 PERSONNEL a ro - ` _ TASK DESCRIPTION $ mY .2 _ :2 - Ea w w w w w F A' it?' cc C1 Project Administration/Management C2 Preconstruction Activities Prior to NW C3 Consult and Advise C4 Review Shop Drawings C5 Peview Pay Requests and Schedules C6 Perform Periodic and Milestone Inspections C7 Progress meetings C8 Contract Modifications `C9 Project Closeout C10 Regulatorty Agency Documentation and Project Closeout Submittals C11 Special Services C12 Special Inspection Total Hours o 0 0 0 0 0 0 0 0 0 0 Rate $225.00 $204.00 $130.00 $111.00 $99.00 $85.00 $100.00 $93.00 $78.00 $108.00 $79.50 Sub-Total Labor $o.00 $o.00 $o.00 so.00 $o.00 $o.00 Woo $0.00 sacra $o.00 $o.00 • TOTAL LABOR $0.00 • II. REIMBURSABLE EXPENSES EXPENSE EXPENSE TYPE UNIT No.OF UNITS COST PER UNIT TOTAL COST ITEM 1 REPRODUCTION Half Size Drawings(11"x 17") EA 0 $31.50 $0.00 Full Size Drawings(24"x 36") EA 0 $79.38 $0.00 Specification Booklets EA 0 $50.00 $0.00 2 PHOTOCOPIES EA 0 $0.20 $0.00 PLOTTING 3 22 X34(SET UP) EA 0 $15.00 $0.00 11 X 17(SET UP) EA 0 $3.00 $0.00 TRAVEL 4 MILEAGE MILE 0 $0.575 $0.00 TOLLS EA 0 $0.00 $0.00 SUBCONSULTANTS • CHEN MOORE LS 0 $0.00 $0.00 PUBLIC RELATIONS LS 1 $22,660.00 $22,660.00 1 5 NOT USED LS 0 $0.00 $0.00 NOT USED LS 0 $0.00 $0.00 NOT USED LS 0 $0.00 $0.00 - NOT USED LS 0 $0.00 $0.00 • TOTAL EXPENSES $22,660.00 GRAND TOTAL $22,660.00 USE $22,700.00 Y:\Documents\Tamarac\442-000.BD\Task Authorization 20-XXX East Side Distribution Expansion\Task Authorization\SDC Scope.rds TR 13446- EXHIBIT 2 CITY OF TAMARAC EAST SIDE DISTRIBUTION EXPANSION RFO NO.20-030 ALTERNATIVE 6-FULL-TIME RESIDENT INSPECTOR ALTERNATIVE 6-FULL-TIME RESIDENT INSPECTOR DATE: June 10,2020 PERSONNEL m TASK DESCRIPTION I. m m `m_ `m `m m s u = a tt w` w w w - - rm Q E C1 Project Administration/Management C2 Preconstruction Activities Prior to NW C3 Consult and Advise C4 Review Shop Drawings C5 Peview Pay Requests and Schedules C6 Perform Periodic and Milestone Inspections C7 Progress meetings CB Contract Modifications C9 Project Closeout C10 Regulatory Agency Docu mentation and Project Closeout Submittals C11 Special Services 1400 C12 Special Inspection ` Total Hours o 0 0 o 0 0 0 0 0 1400 0 Rate $225.00 $204.00 $130.00 $111.00 $99.00 $85.00 $100.00 $93.00 $78.00 $108.00 $79.50 Sub-Total Labor $o.00 so.00 Saco $o.00 $0.00 $o.00 $o.00 $o.00 $0.00 $151,200.00 $0.00 TOTAL LABOR $151,200.00 II. REIMBURSABLE EXPENSES EXPENSE EXPENSE TYPE UNIT No.OF UNITS COST PER UNIT TOTAL COST REM 1 REPRODUCTION Half Size Drawings(11"x 17") EA 0 $31.50 $0.00 • Full Size Drawings(24"x 36") EA 0 $79.38 $0.00 Specification Booklets EA 0 $50.00 $0.00 • 2 PHOTOCOPIES EA 0 $0.20 $0.00 PLOTTING 3 22 X 34(SETUP) EA 0 $15.00 $0.00 11 X 17(SET UP) EA 0 $3.00 $0.00 • TRAVEL 4 MILEAGE MILE 0 $0.575 $0.00 TOLLS EA 0 $0.00 $0.00 SUBCONSULTANTS CHEN MOORE LS 1 $15,260.00 $15,260.00 NOT USED LS 0 $0.00 $0.00 5 NOT USED LS 0 $0.00 $0.00 NOT USED LS 0 $0.00 $0.00 NOT USED LS 0 $0.00 $0.00 NOT USED LS 0 $0.00 $0.00 TOTAL EXPENSES $15,260.00 GRAND TOTAL $166,460.00 USE $166,500.00 V:\Documents\Tamarac\442-000.BD\Task Authorization 20-XXX East Side Distribution Expansion\Task Authorization\SDC Scope.xis Client#: 1048604 ECKLEENG ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYI)3/13/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT USI Insurance Services, LLC PHONE FAX (A/c,No,at):813 321-7500 (A/c,No): 2502 N Rocky Point Drive E-MAIL SUlte 400 ADDRESS: Tampa, FL 33607 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Old Dominion insurance Co 40231 INSURED 19038 INSURER B:Travelers Casualty and Surety Company Eckler Engineering,Inc. INSURER C:XL Specialty Insurance Company 37885 4700 Riverside Dr. Suite 110 INSURERD: Coral Springs, FL 33067 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP LIMITS LTRINSR WVD. POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYY`n A X COMMERCIAL GENERAL LIABIUTY X X BPG1074A 11/27/2019 11/27/2020 EACH OCCURRENCE $1,000,000 PREMISES(Ea CLAIMS-MADE X OCCUR occurrence) $500,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY JECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY X X BPG1074A 11/27/2019 11/27/2020 EaaBcideDtSINGLELIMIT $1,000,000 ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY (Per accident) $ A X UMBRELLA UAB X OCCUR X X CUG1074A 11/27/2019 11/27/2020 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED RETENTION$ $ B WORKERS COMPENSATION X UB4K822131 05/01/2020 05/01/2021 X STATUTE ORH AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Professional DPR9954082 01/01/2020 01/01/2021 $2,000,000 per claim Liability $2,000,000 annl aggr. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Professional Liability coverage is written on a claims-made basis. City of Tamarac is listed as additional insured with respect to the General,Auto and Excess Liability policies. CERTIFICATE HOLDER CANCELLATION City of Tamarac:Purchasing Department, Room 108 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 7525 NW 88th Avenue ACCORDANCE WITH THE POLICY PROVISIONS. Tamarac, FL 33321-2401 AUTHORIZED REPRESENTATIVE Oi l fit. O6L to,�..�--�.• ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #528198419/M28198347 MYPZP