Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2020-049Temp. Reso. #13445 June 24, 2020 Page 1 of 4 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2020 _0 Lt rl A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING RFQ NO. 20-01Q TO AND APPROVING AN AGREEMENT WITH CPZ ARCHITECTS, INC. FOR THE DESIGN OF THE WATER TREATMENT PLANT CONTROL BUILDING AT A CONTRACT COST OF $2,014,019.00, A CONTINGENCY IN THE AMOUNT OF $201,400.00 (10% OF THE CONTRACT COST) WILL BE ADDED TO THE PROJECT ACCOUNT, FOR A TOTAL PROJECT BUDGET OF $2,215,419.00; AUTHORIZING AN ADDITIONAL APPROPRIATION IN THE AMOUNT NOT TO EXCEED $815,419.00 TO BE INCLUDED IN A FUTURE BUDGET AMENDMENT PURSUANT TO F.S. 166.241(2); PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission deems it to be in the best interest of the citizens, residents, and staff of the City of Tamarac to maintain and upgrade City water treatment and distribution; and WHEREAS, the Water Treatment Administration building was constructed in 1969 with a second -floor addition added in 1986; and the building does not meet current hurricane standards; and WHEREAS, An Engineering Investigation and Assessment performed in 2012 identified conditions that require an extensive renovation or replacement of the building in order to meet current standards; and Temp. Reso. #13445 June 24, 2020 Page 2 of 4 WHEREAS, on October 11, 2019, the City published RFQ No. 20-01 Q for the design of the Water Treatment Plant Control Building, incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, on November 13, 2019, the City received and opened four (4) 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, Utility Engineer, Water Plant Superintendent, Senior CIP Project Manager and the Finance Director, reviewed and evaluated the submittals; and WHEREAS, the Evaluation Committee evaluated the submittals per RFQ No. 20- 01 Q and short-listed all four (4) firms, CPZ Architects, Inc., Jorge A Gutierrez Architects LLC, Stantec Consulting Services Inc., and Walters Zackria Associates PLLC, 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 CPZ Architects, Inc. to be the most responsive and responsible proposer, a copy of the Evaluation Summary is attached hereto as "Exhibit 1 ", and Temp. Reso. #13445 June 24, 2020 Page 3 of 4 WHEREAS, the Director of Public Services, Director of Financial Services, and the Purchasing and Contracts Manager recommend the City of Tamarac execute an Agreement with CPZ Architects, 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 CPZ Architects, Inc. for the design of the Water Treatment Plant Control Building, at a contract cost of $2,014,019.00, a contingency in the amount of $201,400.00 (10% of the contract cost) will be added to the project account, for a total project budget of $2,215,419.00. 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. 20-01Q to CPZ Architects, Inc., and approves an Agreement between the City of Tamarac and CPZ Architects, Inc. ("The Agreement") and the appropriate City officials are hereby authorized to execute the Agreement, hereto attached as "Exhibit 2", for the design of the Water Temp. Reso. #13445 June 24, 2020 Page 4 of 4 Treatment Plant Control Building, at a contract cost of $2,014,019.00, a contingency in the amount of $201,400.00 (10% of the contract cost) will be added to the project account, for a total project budget of $2,215,419.00. SECTION 3: An expenditure in the amount of $2,014,019.00, a contingency in the amount of $201,400.00 (10% of the contract cost) will be added to the project account, for a total project budget of $2,215,419.00 is HEREBY approved. SECTION 4: Funding for the WTP Control Building Design was included in the FY 2020 Adopted Budget; the current available appropriation is $1,400,000.00 in the Utilities Renewal and Replacement Fund for said Project; and will require an additional appropriation not to exceed $815,419.00 that will be included a future Budget Amendment pursuant to F.S. 166.241(2). 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. Temp. Reso. #13445 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 lI day of _ 2020. ATTEST: JENNIFER JOHNSO t , MC CITY CLERK v MICHELLE J. G EZ MAYOR RECORD OF COMMISSION VOTE: MAYOR GOMEZ DIST 1: V/M BOLTON DIST 2: COMM. GELIN DIST 3: COMM. FISHMAN DIST 4: COMM. PLACKO I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM: SAMUEL S. GOREN CITY ATTORNEY TR 13445 Exhibit 1 January 13, 2020 Design Services for Water Treatment Plant Control Building RFP 20-01Q Committee Evaluation Totals Proposer's Name: p CPZ Architects, Inc. Jorge A Gutierrez Architect LLC Stantec Consulting Services Inc. Walters Zackria Associates, PLLC (Compliant/Non-Compliant)Compliant Compliant Compliant Compliant Firm Qualifications (Max 30 points) Assistant PS Director / CIP Manager 28 23 25 20 Public Services Director 25 20 28 20 Senior Project Manager 30 25 30 25 Water Plant Superintendent 30 30 30 25 Utility Engineer 29 28 30 27 Financial Services Director 28 27 30 27 Senior Procurement Specialist 28 27 30 27 Project Experience (Max 25 points) Assistant PS Director/ CIP Manager 25 22 25 19 Public Services Director 18 15 24 16 Senior Project Manager 20 20 20 20 Water Plant Superintendent 25 16 25 16 Utility Engineer 24 22 24 22 Financial Services Director 24 23 25 24 Senior Procurement Specialist _ 24 1 23 25 24 Experience and Technical Capabilities (Max 15 points) Assistant PS Director / CIP Manager 12 10 12 10 Public Services Director 12 11 14 10 Senior Project Manager 15 10 15 10 Water Plant Superintendent 10 10 10 10 Utility Engineer 14 13 14 12 Financial Services Director 14 13 15 13 Senior Procurement Specialist 14 13 15 13 Certified Minority Business Enterprise (Max 5 Points) Assistant PS Director / CIP Manager 2.5 5 2.5 5 Public Services Director 2.5 5 2.5 5 Senior Project Manager 2.5 5 2.5 5 Water Plant Superintendent 2.5 5 2.5 5 Utility Engineer 2.5 5 2.5 5 Financial Services Director 2.5 5 2.5 5 Senior Procurement Specialist 2.5 5 2.5 5 Local Preference Consideration (Bonus Points Max 5 points) Assistant PS Director / CIP Manager 2.5 0 0 0 Public Services Director 2.5 0 0 0 Senior Project Manager 2.5 0 0 0 Water Plant Superintendent 2.5 0 0 0 UtilityEngineer 2.5 0 0 0 Financial Services Director 2.5 0 0 0 Senior Procurement Specialist 2.5 01 0 0 Oral Presentations (If Applicable Max 20 points) Assistant PS Director/ CIP Manager 20 15 18 16 Public Services Director 17 14 19 15 Senior Project Manager 20 15 15 10 Water Plant Superintendent 20 12 15 10 Utility Engineer 19 16 20 12 Financial Services Director 18 16 19 17 Senior Procurement Specialist 17 16 20 17 TOTAL POINTS Assistant PS Director / CIP Manager 90 75 82.5 70 Public Services Director 77 65 87.5 66 Senior Project Manager 90 75 82.5 70 Water Plant Superintendent 90 73 82.5 66 Utility Engineer 91 84 90.5 78 Financial Services Director 89 84 91.5 86 Senior Procurement Specialist 88 84 92.5 1 86 615 540 609.5 522 TOTAL RANKING Assistant PS Director / CIP Manager 1 3 2 4 Public Services Director 2 4 1 3 Senior Project Manager 1 3 2 4 Water Plant Superintendent 1 3 2 4 Utility Engineer 1 3 2 4 Financial Services Director 2 4 1 3 Senior Procurement Specialist 2 4 1 3 Vendors Ranked 1 3 2 4 TAMARAC ,..,. The City For Your Life City of Tamarac and Contracts Division AGREEMENT FOR CCNA PROFESSIONAL SERVICES BETWEEN THE CITY OF TAMARAC AND CPZ ARCHITECTS, INC. THIS AGREEMENT is made and entered into this day of 2020 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and CPZ ARCHITECTS, INC., a Flordia corporation with principal offices located at 4316 W BROWARD BLVD PLANTATION, FL 33317 (the "Consultant") to provide design services for the Design Services for Water Treatment Plant Control Building. WHEREAS, the City intends to contract with a qualified architectural design firm to provide Architectural/Engineering Services for Water Treatment Plant Control Building; and, WHEREAS, the City requires certain professional services in connection with RFQ # 20-01 Q; 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 20-01Q. 2.1.1 The Contract Documents consist of this Agreement, RFQ Document No. 20-01 Q for "Design Services for Water Treatment Plant Control Building", issued by the City of Tamarac on October 11, 2019 including all conditions therein, (Request for Qualifications, Standard Terms and Conditions, Instructions to Proposer's), all addenda, the Contractor's RFQ response dated November 13, 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. Correspondence Letter Dated June 8, 2020 shall also be incorporated as part of this agreement herein known as Exhibit "A". In the event that there is a conflict between RFQ 20-01Q for "Design Services for Water Treatment Plant Control Building" as issued by City, Exhibit "A" and the contractor's proposal response; RFQ 20-01Q for "Design Services for Water Treatment Plant Control Building" as issued by City shall take precedence over the contractor's proposal response. Furthermore, in the event 20-01Q -Design Services for Woter Treatment Plant Control Building 1 Agreement TAMARA The City For Your Life City of Tamarac Purchasing and Contracts Division of a conflict between this document 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 Two Million Fourteen Thousand Nineteen Dollars and Zero Cents, ($2,014,019.00), in accordance with the provisions contained in the Correspondence Letter, 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. 20-01Q - Design Services for Water Treotment Plant Control Building 2 Agreement TAMARA The City For Your Life City of Tamarac 7. INDEPENDENT CONTRACTOR 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 10.1 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. 10.1.1 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 20-010 -Design Services for Water Treatment Plant Control Building 3 Agreement City of Tamarac TAMARA The City For Your Life Purchasing and Contracts Division Operations; Independent Contractors' Products and Completed Operations and Contractual Liability. This policy shall provide coverage for death, personal injury 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. 10.6 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 20-01Q -Design Services for Water Treatment Plant Control Building 4 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division 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 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. 20-01Q - Design Services for Water Treotment Plant Control Building 5 Agreernent TAMARAC The City For Your Life Tamarac Purchasing and Contracts Division 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 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 timely manner and in the specified form. Any and all work products, 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 20-010 - Design Services for Woter Treotment Plont Control Building 6 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Con trocts Division 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 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: CPZ ARCHITECTS, INC. Address:4316 W BROWARD BLVD PLANTATION, FL 33317 FIN/EIN:57-1140055 Contract Licensee:AA26000685 Contact: Chris Zimmerman Email: Chris@cpzarchitects.com Phone: 954-792-8525 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. 20-OJQ -Design Services for Water Treatment Plant Control Building 7 Agreement TAMARAC The City For Your Life City of Tamarac 24. PUBLIC RECORDS Purchasing and Contracts Division 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: 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 20-01Q -Design Services for Water Treatment Plant Control Building 8 Agreement City of Tamarac TAMARA The City For Your Life Remainder of Page Intentionally Blank Purchasing and Contracts Division 20-01Q -Design Services for Water Treotment Plant Control Building 9 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. Je ifer,oron(CM ty CI rk • '�L6 , a6 Date 4H zlmt4c�f4lw — Type/Print Name of Corporate Secy. Date (CORPORATE SEAL) CITY OF TAMARAC &4& Y. 66 Michelle J. Gomez, Mayor 4.,— Date: Approved as to form and legal sufficiency: City Attorney Date Chris P Zimmerman Type/Print Name of President 6 -167 , zoza Date 20-01Q - Design Services for Water Treatment Plant Control Building 10 Agreement TAMARAC The City For Your Life City of Tamarac Purchasing and Contracts Division CORPORATE ACKNOWLEDGEMENT STATE OF rLZ)121 QA COUNTY OF &1Z0VJAj1ED :SS 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 Chris P Zimmerman , of CPZ ARCHITECTS, 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 10 day of J 00E , 20 JAYSONI Commission r I Expires April eonM Thru Budget �a�sa� hh�►►11 Print, Type or Stamp Name of Notary Public 9 Personally, known to me or ❑ Produced Identification Type of I.D. Produced DID take an oath, or DID NOT take an oath. 20-OIQ - Design Services for Water Treatment Plant Control Building 11 Agreement "Designing Quality Architecture that Builds Lasting Relationships June 8, 2020 City of Tamarac Attn.: Mr. Andrew Rozwadowski, Senior Procurement Specialist, CPPB 7525 NW 88th Ave Tamarac, Florida 33321 Re: Water Treatment Plant Control Building and Improvements Dear Mr. Rozwadowski: As requested, we are pleased to offer the following fee proposal to provide Architectural/Engineering Design Services for the above referenced project. SCOPE To provide services required to facilitate the removal of the existing water treatment facility control building and the replacement with a new motor control building and administration building. In addition, the project includes providing two new pedestrian access bridges, site drainage, a new NaOCI Storage Building and a new Fluoride Building. Our services will consist of the design, permitting, bidding assistance and construction administration services for the new project improvements. General Scope: 1. Redevelopment of the existing Water Treatment Plant as shown on the attached Site Plan. 2. The project will be designed in phases as required for both continuing operation of the water plant and the existing administration building. 3. The following new buildings have been included: a. Main two-story Administration Building, approximately 12,500 sf. b. Motor Control Building, approximately 1,600sf. c. Fluoride Building approximately 400sf. d. Partially enclosed prefabricated metal NaOCI Building approximately 1,200sf 4. Sitework will include: a. Site drainage Improvements and permitting b. Paving and grading as shown on the attached Site Plan. c. Phasing plans d. Landscape and Irrigation to meet the minimum code requirements. e. Sludge Area containment wall f. Parking lot lighting g. Two overhead bridges have been included as shown on the attached site plan. i. Green leaf tank ii. Water tanks 5. All buildings will be classified as an "Essential Facility" and designed as such. 6. Administration building to be designed to meet LEED standards but shall be not certified or go through the process. 7. Solar Energy System using inverts shall be design on the roof of the administration building. 8. All new facilities will be designed to be feed from the existing Emergency Generator. It has been assumed that the existing generator is large enough to handle all loads. A new generator system has not been included in this proposal. Provide a manual disconnect switch and generator connection for the SCADA System. 9. Eckler Engineering (see attached proposal) CPZ ARCHITECTS, INC. Project #1965 4316 WEST BROWARD BOULEVARD, PLANTATION, FLORIDA 33317 Page 1 of 6 (954) 792-8525 AA #26000685 WWW CP7ARr`I4ITRCTC PANA "Designing Quality Architecture that Builds Lasting Relationships a. New concrete and CMU MCC/SCADA system building. Structural Design by WGI. b. Modifications to decant water discharge from the existing lime sludge blowdown holding lagoon. c. Relocation of reconfiguration of 3 phase power services to all existing plant facilities impacted by the proposed administration building construction. d. Relocation and reconfiguration of all single-phase power systems impacted by the proposed administration building construction. e. Relocation and reconfiguration of all SCADA network systems impacted by the proposed administration building construction. f. Evaluation and confirmation of existing emergency generator capacity. New MCC/SCADA building, SCADA system components shall have a dedicated lighting panel with manual transfer switch to allow portable generator. Inclusion of the dedicated power panel and manual transfer switch to support the SCADA equipment in the MCC/SCADA Building. This will allow a small portable "Honda" generator to power this equipment in the unlikely situation where there is no FPL or emergency power available. This will allow the SCADA to still function and monitor off site facilities via radio communications. However, without FPL or emergency power all of the controls at the WTP will be down and not communicating with SCADA. g. Relocation and incorporation of new hardwired control systems for Wells 1, 2, 3, 7, 8, 9, 12, 13, 14, 15, 18, and 19. h. PLC and network improvements for reconfiguration of plant site PLC systems to the new MCC/SCADA building. i. Identification and reconnection of existing field instruments to proposed remote 1/0 panels for PLC. J. Upgrade existing wash water recovery pump station located near the southwest corner of the sludge holding lagoon. k. Modifications to existing sodium hypochlorite system. These modifications are inclusive of elimination of current onsite sodium hypochlorite generation system and replacement with 12% bulk commercial sodium hypochlorite system. Replacement system shall include provisions to blend the 12% delivered solution to a 0.8% feed solution similar to the current operation protocol. 1. NaOCI concrete containment structure with pre-engineered, partially enclosed metal shade structure (structural design by EEI). No roof mounted solar panels. in. New fluoride and storage feed facilities. n. Addition of new sanitary duplex wastewater pump station to serve the proposed administration building. o. Design of all SCADA system components to be located on the second floor of the proposed administration building. p. Delete east plant site sanitary pump station number 2 and re-route existing golf course force main to proposed new duplex sanitary pump station. q. Evaluate existing WTP site LS-053, and if possible, eliminate and gravity flow to new duplex sanitary pump station. 10. WGI (see attached proposal) a. The Project will consist of design and construction of a new Administration and Motor Control Center (MCC) Buildings, transfer of plant controls from the existing administration building to the new administration building and MCC building, demolition of the existing administration building and design of a Master- Site Storm Water Management System Plan and implementation of the first phase of the Storm Water Master CPZ ARCHITECTS, INC. Project #1965 4316 WEST BROWARD BOULEVARD, PLANTATION, FLORIDA 33317 Page 2 of 6 (954) 792-8525 AA #26000685 WWW.CPRARCHITFCTC rni,A "Designing Quality Architecture that Builds Lasting Relationships Plan. The planning will include future impervious items the City may be planning the future, so that the drainage is accounted for. b. The new Administration and MCC buildings will be designed as hardened structures, constructed in accordance with the Sixth Edition (2017) Florida Building Code, Section 1620.2 — Risk Category IV Building and Structure: 180 MPH (Table 1604.5 Risk Category IV). The design will also incorporate ASCE 24-05 for Flood Resistant Design and Construction, which specifies new structures designated as essential facilities to have the elevation of the lowest floor to be two (2) feet above the BFE (base floor elevation) or DFE (design floor elevation). c. The structural site improvements anticipated consist of a covered walkway connecting the Administration and MCC buildings; Two elevated pedestrian bridgeways connecting the Administration building to the above ground sand filter access catwalks and the other bridgeway connecting the Administration and MCC building to the above ground clarifiers. Additionally, structural design and construction of civil site improvements consisting of water control structures, cured in place pipe replacement / Insitu pipe replacement retaining walls, site walls, and utility bins are anticipated. Lime sludge concrete knee wall on the north and east. d. Mechanical/Electrical/Plumbing in support of the Administration and MCC buildings will consist of the documentation of the HVAC, Electrical and Plumbing Engineering as required to meet the requirements of the Florida Building Codes and the requirements for essential facilities for MEP. The MEP design will include specific design systems to support areas of specific need such as the lab, chromatography and bacterial spaces. e. Site stormwater improvements will consist of development of a master plan for the Tamarac Water Treatment Plant Site. The master plan will consist of design of an overall stormwater system with accommodations for future plant improvements consisting of an additional Two (2.0) Million Gallon above ground storage tank, future unspecified buildings, reconstruction of the bulk chlorine building and new parking lot. f. Sanitary sewer, potable water and storm water drainage infrastructure is currently available within, and adjacent to, the existing project site; however, this infrastructure must be rerouted relocated, and/or extended to provide necessary services to the proposed water treatment plant building. The new lift station design is being provided by Eckler Engineering, Inc. g. The new Administration and MCC buildings, parking area and exterior Water Treatment Plant buffer will require Landscape Architecture design to meet the development standards of the City of Tamarac. These services will consist of code minimum landscape and irrigation design. It. Special Inspection Services for final certification of the Administration Building and Bridges. i. HVAC Basic Commissioning Services. 11. TLC Engineering —Low Voltage a. Low Voltage Design in accordance with the Attachment `B" Technology Requirements as provide by the City of Tamarac on June 1, 2020. 12. Work shall be completed in accordance with the latest editions of all codes, including but not limited to, Florida Building Code, City of Tamarac Land Development Code, City of Tamarac Code of Ordinances, South Florida Water Management and Broward County Code of Ordinances. 13. During design, plans shall be submitted to the City for review at the following submittals a. Schematic Design b. Design Development CPZ ARCHITECTS, INC. Project #1965 4316 WEST BROWARD BOULEVARD, PLANTATION, FLORID 33317 Page 3 of 6 (954) 792-8525 AA #260006RS WWW rP7eArPTTGrTe inns "Designing Quality Architecture that Builds Lasting Relationships c. 50% Construction Documents d. 90% Construction Documents e. Final Construction Documents f. Consultant shall meet with City staff to review and discuss comments after each submittal. 14. Construction Administration Services: a. Services shall include shop drawing review, responses to RF1's during construction. b. Attendance at the pre -construction meeting. c. We have estimated an 18-month construction time frame. We have included 40 site meetings, inclusive of punch list meetings and final acceptance. A single report will be issued after every meeting with photographs of the existing conditions at that time. We have allowed 6 hours for each meeting to cover the meeting and then the follow up after with minutes. d. All pay requests will be reviewed at the site meeting. 15. Preparation of construction cost opinions at 65% Construction Documents. The construction cost opinion shall reflect changes in general scope, extent or character of design requirements incorporated during the various design review stages. 16. Consultant shall work in conjunction with the City's Purchasing Division in preparing the construction drawing for bidding this project through the City's competitive bidding process. 17. Consultant shall attend a mandatory pre -bid conference with interested potential bidders and City staff. Consultant shall provide a written response to RFI's generated during the pre -bid conference. 18. The City will handle the administration of the bidding process. 19. Provide documents for permitting. However, the City or Contractor will file for permits and administer the building department permit process. Specialty permits for the water Treatment Plant and Civil Engineering will be handled by the engineers. All fees will be paid by the City. Items Provided by the City 1. TV the existing drainage lines. 2. Provide copies of storm drainage map. 3. Geotechnical Testing 4. Asbestos and Environmental Testing 5. Building Permit submittals and permit process 6. All fees required by permitting agencies Items not included 1. Geotechnical Testing Project Schedule: We are estimating the project design schedule to be as follows. During the Design Development Phase, our office will coordinate with all the review and permitting agencies to determine time required for reviews and approvals. Based on this information the schedule and time frames maybe adjusted to reflect those review periods. Schematic Design TBD Design Development TBD Construction Drawings TBD Permitting & Bidding As required by the Permitting Agencies and the City Construction Administration 18 Months CPZ AR INC. Project #1965 4316 WEST BROWARD BOULEVARD, PLANTATION, FLORIDA 33317 Page 4 of 6 (954) 792-8525 AA#0A,MAfRf unxnvfo7nnn r.mn "Designing Quality Architecture that Builds Lasting Relationships" COMPENSATION Compensation for architectural and engineering services shall be on a stipulated basis. Water Treatment Control Building FEE PROPOSAL Phase CPZ WGI WGI ITLC En - Logy Voltage CMS Sub -Total Design Architect MEP Eng Structural Cost Est BASIC DESIGN Schemitic Desi r S 83.220.00 $ 45,630.00 S 30,677.00 $ 2,650.00 S 162,177.00 Desi tDevelopment S 100,260.00 $ 38,425.00 S 26,120.00 $ 5,300.00 S 170,105.00 Construction Documents S 165 910.00 $ 34 585.00 S 23 510.00 $ 9,275.00 S 233 280.00 Permitting S 17,840.00 $ 3,845.00 S 2,615.00 $ 1,325.00 $ 64,704.00 S 90,329.00 Budding S 16,980.00 $ 7,890.00 S 4.735.00 $ 1,325.00 S 30,930.00 Conshvction Administration S 139,850.00 $ 20,505.00 S 25,300.00 $ 6,625.00 1 S 192,280.00 Conshvction Site Mt 40 Meetings S 75,200.00 $ 10 000.00 S 13,200.00 S 98,400.00 Nwuber ofCA Site Meetings' 40) 10 (12) Sub -Total S 599,260.00 $ S 160 880.00 $ 126,157.00 S 26 500.00 $ $ 64 704.00 $ 977 501.00 ADD SERVICES SD DD CD Permit Bid CA Site Mt s Civil Engineering - WGI S 49,545.00 $ 44,000.00 $ 39,600.00 S 4,400.00 $ 4,000.00 S 16,985.00 S 158,530.00 Site Planing - CPZ S 18,225.00 $ 15,200.00 S 33 425.00 S - $ $ Landscape Architecture -WGI S 11,970.00 $ 10,395.00 $ 9,355.00 S 1,040.00 $ 1440.00 S 4,300.00 $ 38500.00 Structural Engineering 2) Bride Struclwes S 15,585.00 $ 13,270.00 $ 11,945.00 S 1,326.00 $ 2,405.00 S 17,340.00 $ 61,871.00 Eckler En - Processing & Controls S 162,863.00 $ 118,435.00 $ 38,305.00 S 15,833.00 $ 14,209.00 S 167,708M $ 91,659.00 1 $ 609,012.00 Hourly Billinj of these items $ Survey Avirom $ 11,900.00 S 11,900.00 Asbcslos Survey BY OWNER S Geotechnical 13Y OWNER S Special Inspection Bid s- 50 Visit a,$810/ Visit WGI Hourly Billing of these items $ 40,500.00 S 40 500.00 S ecial Inspection Bridges - 32 Visit aIS810/ Visii WGI Hourly Billing of these items $ 24,920.00 S 24,920.00 HVAC Convuissionin Services Basic WGI Hourly Billing of these items $ 47,860.00 S 47,860.00 Sub -Total $ 1,026 518.00 S 857,448.00 $ 213,200.00 $ 260,085.00 S 148,756.00 $ 48,554.00 S 206,333.00 $ 269,643.00 $ 2,004,019.00 Reimbursable Allowance S 10,000.00 TOTAL $ 2,014,019.00 NOTE — All Construction Administration fees indicated above will be invoiced on an hourly basis, as needed. Our estimated Construction Value for the proposed project is $10,500, 000. 00 1. Reimbursable Expenses a. Reproductions and Prints b. Fees paid to municipalities Additional Services not included in the estimate above: a. Permitting and additional information required by governing authorities not outlined above. b. Environmental Services c. Attendance at Community Meetings and Public Hearings. Compensation for additional architectural/engineering Services not included in Paragraphs I, II, III, IV, V and VI shall be computed on a per hour basis as follows: a. Project Principal $225 b. Senior Project Manager $195 c. Project Manager $150 d. Architectural Associate $135 e. Administrative Support $ 95 f. Consultants (Civil, Landscape, Structural, Mechanical, Electrical Engineers, etc.) to be reimbursed at cost billed to Architect CPZ ARCHITECTS, INC. Project #1965 4316 WEST BROWARD BOULEVARD, PLANTATION, FLORIDA 33317 Page 5 of 6 (954) 792-8525 AA #26000685 WWW.CPZARCHITECTS.COM "Designing Quality Architecture that Builds Lasting Relationships We thank you for the ODDortunity to offer you these servicPc Tf thic nrnnnsal n9PPrC 117;rll []nlll• -1--1 CPZ Architects Hourly Brreakdown Sr. Project Architectural Principle Mngr Associate Clerical $ 225.00 $ 195.00 $ 135.00 $ 95.00 Schematic Design Admin Building 10 40 80 MCC Building 10 12 40 Flouride Building 8 8 32 NaOCI Building 6 8 32 Bridges 6 16 32 Site Plan 8 40 40 Project Coordination 16 40 64 164 256 24 $ 14,400.00 $ 31,980.00 $ 34,560.00 $ 2,280.00 $ 83,220.00 Design Development Admin Building 8 60 120 MCC Building 8 24 50 Flouride Building 8 10 32 NaOCI Building 6 12 32 Bridges 6 30 48 Site Plan 8 32 40 Project Coordination 16 54 32 60 222 322 $ 13,500.00 $ 43,290.00 $ 43,470.00 $ - $ 100,260.00 Construction Documents Admin Building 12 120 155 60 MCC Building 10 24 60 Flouride Building 8 16 32 NaOCI Building 8 14 35 Bridges 8 32 40 Site Plan 16 60 90 Project Coordination 32 120 38 32 94 386 450 92 $ 21,150.00 $ 75,270.00 $ 60,750.00 $ 8,740.00 $ 165,910.00 LEED Review and Evaluation Schematic 0 0 0 0 0 0 0 $ - 0 $ - $ - $ - Design Development Permitting Permit Submittal Permit Comments and Respo Update drawings Bidding Prepare Bid Sets Pre -Bid Meeting Bid Questions and Response Consultant Coordination Bid Review Construction Administration Shop Drawings RFI's Consultant Coordination Construction Site Mtgs 40 Meetings @ 8 hours Each 0 0 0 0 0 0 0 $ - 0 $ - $ - $ - 4 6 16 16 24 16 4 6 12 20 36 44 4 $ 4,500.00 $ 7,020.00 $ 5,940.00 $ 380.00 $ 17,840.00 4 8 4 4 8 20 12 2 12 8 4 4 18 44 28 $ 4,050.00 $ 8,580.00 $ 3,780.00 $ N. 6 570.00 $ 16,980.00 24 80 100 40 40 120 220 40 98 84 104 298 404 40 $ 23,400.00 $ 58,110.00 $ 54,540.00 $ 3,800.00 $ 139,850.00 40 320 40 320 $ 9,000.00 $ 62,400.00 $ 40 0 40 - $ 3,800.00 $ 75,200.00 rE ECKLER ENGINEERING, INC. June 8, 2020 277-000.BD Mr. Chris P. Zimmerman, AIA CPZ Architects, Inc. 4310 W. Broward Boulevard Plantation, FL 33317 Dear Mr. Zimmerman: Reference: Proposal for Engineering Services - FINAL Task Authorization No. 01 Water Treatment Plant Control Building City of Tamarac In accordance with your request and per the requirements of the project described by the City of Tamarac RFQ 20-01 Q, Eckler Engineering is pleased to submit this proposal to provide engineering support services for the proposed water treatment plant control building. Our engineering support shall focus on the improvements necessary to the existing water treatment plant processes to allow for and facilitate the demolition of the existing and construction of a new water treatment plant control building. The scope of services proposal includes: Schematic engineering design. ► Design development of drawings and specifications. Preparation of construction documents consisting of drawings and specifications. ► Permitting assistance. ► Bidding phase assistance. ► Traditional and special engineering construction administration services. ► Construction site meetings. The proposed scope of work for this project is attached as Task Authorization 01. If this proposal meets with your approval, please provide us with one signed copy of the enclosed task authorization along with the Authorization to Proceed. As the overall scope of work is being approved by the City of Tamarac, Eckler Engineering and CPZ Architects, Inc. will need to prepare and finalize a Master Agreement for services in order to incorporate this Task Authorization. "Celebrating Service to South Florida Since 19&1-" 4700 RIVERSIDE DRIVE, SU17F_ 110 954.:5I0d7lNl Mr. Chris P. Zimmerman, AIA June 8, 2020 Page 2 Eckler Engineering looks forward to working with CPZ Architects and the City of Tamarac on this WTP project. If you have any questions or require additional information pertaining to the enclosed scope of services or the project in general, please do not hesitate to contact me. SincereI , Douglas K. Hammann, P.E. Encl. Y:\Documents\CPZ Architects, Inc\277-000.BD\Task Authorization 01 -Tamarac WTP Control Bulding\Task Authorization\Task Auth 01.wpd ECKLER ENGINEERING, INC. TASK AUTHORIZATION NUMBER 1 - FINAL (Agreement ) WATER TREATMENT PLANT CONTROL BUILDING CITY OF TAMARAC This Task Authorization, when executed, shall be incorporated in and become an integral part of the Agreement for Professional Services between CPZ Architects, Inc. (CPZ) and Eckler Engineering, Inc. (ECKLER) dated , 2020. INTRODUCTION ECKLER shall provide engineering services required to facilitate the removal of the existing water treatment facility control building and replacement with a new control building. The services provided by ECKLER shall focus on modifications to the water treatment plant process equipment to maintain operation during the construction of a new control building and to provide for continuous operation once the new control building has been completed. General Project Location City of Tamarac Water Plant 7803 NW 61"Street Tamarac, FL 33321 Parcel ID No. 494109310010 This Task Authorization covers the work associated with engineering design, preparation of detailed plans and specifications, permitting, bidding/contract award assistance, and engineering services during construction. The following general scope of work is included in this proposal: ECKLER shall provide the mechanical/process design, instrumentation and SCADA design, structural design (unless noted otherwise), electrical design, architectural coordination, and civil site coordination to complete the design of the following improvements to the City of Tamarac Water Treatment Plant facility: A. New concrete and CMU MCC/SCADA system building (Structural design by WGI). B. Modifications to decant water discharge from the existing lime sludge blowdown holding lagoon. C. Relocation of reconfiguration of 3 phase power services to all existing plant facilities impacted by the proposed administration building construction. D. Relocation and reconfiguration of all single phase powersystems impacted bythe proposed administration building construction. E. Relocation and reconfiguration of all SCADA network systems impacted by the proposed administration building construction. Page 1 of 21 F. Evaluation and confirmation of existing emergency generator capacity. New MCC/SCADA building, SCADA system components shall have a dedicated lighting panel with manual transfer switch to allow portable generator backup. G. Relocation and incorporation of new hardwired control systems for Wells 1, 2, 3, 7, 8, 9, 12, 13, 14, 15, 18, and 19. H. PLC and network improvements for reconfiguration of plant site PLC systems to the new MCC/SCADA building. I. Identification and reconnection of existing field instruments to proposed remote 1/0 panels for PLC. J. Upgrade existing washwater recovery pump station located near the southwest corner of the sludge holding lagoon. K. Modifications to existing sodium hypochlorite system. These modifications are inclusive of elimination of current onsite sodium hypochlorite generation system and replacement with 12% bulk commercial sodium hypochlorite system. Replacement system shall include provisions to blend the 12% delivered solution to a 0.8% feed solution similar to the current operation protocol (structural design by EEI). L. NaOCI concrete containment structure with pre-engineered, partially enclosed metal shade structure (structural design by EEI). No roof mounted solar panels. M. New fluoride and storage feed facilities (structural design by EEI). N. Addition of new sanitary duplex wastewater pump station to serve the proposed administration building. O. Design of all SCADA system components to be located on the second floor of the proposed administration building. P. Delete east plant site sanitary pump station number 2 and re-route existing golf course force main to proposed new duplex sanitary pump station. Q. Evaluate existing WTP site LS-053, and if possible, eliminate and gravity flow to new duplex sanitary pump station. ARTICLE 1 - SCOPE OF SERVICES Schematic Design Task 1- Project Administration/Management This task focuses on the administration of the project including project setup, client interface and general project management and administration. Page 2 of 21 Task 2 - Data Evaluation and Preliminary Design This task focuses on obtaining the necessary preliminary information required to prepare detailed engineering plans and specifications. A. Meet with CITY project staff to discuss and confirm project requirements and design criteria. B. Visit the 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. Coordinate scope and completion of work by the surveyor, structural engineer, and electrical engineer subconsultant(s). Task 3 - Preliminary Design Report, Drawings and Specifications This task focuses on the preparation of schematic design inclusive of the preliminary design report, 50% drawings, and 50% specifications. A. ECKLER shall prepare a preliminary design report detailing the modifications to be made to the CITY's water treatment facility. This report is a requirement of the permitting process submittal to the Florida Department of Environmental Protection (FDEP). B. ECKLER shall provide 50% preliminary drawings in accordance with the tentative list of final drawings to be developed for this project as presented in Attachment 1. C. ECKLER shall provide preliminary specifications to the 50% completion level. A tentative list of specification sections to be prepared for this project is presented in Attachment 2. D. Coordinate schematic design requirements with CPZ and Wantman Group, Inc. (WGI). E. Reproduction of 50% project deliverables in accordance with Attachment 4. F. Schematic design (50% design) review meeting with the City of Tamarac. Design Development Task 1- Project Administration/Management This task focuses on the administration of the project including project setup, client interface and general project management and administration. Task 2 - Drawings and Specifications This task consists of the engineering and the development of plans necessary to construct this project. Page 3 of 21 A. Prepare detailed drawings for the proposed work discussed previously within this Task Authorization. A tentative list of final design drawings to be developed for this project is presented in Attachment 1. Drawings will be prepared using drafting standards and standard details as developed by Eckler Engineering, Inc. B. ENGINEER shall prepare technical specifications required for this project. These specifications will be prepared and will consist of written technical descriptions and materials, equipment and construction systems, standards and workmanship required for this project as developed by Eckler Engineering. A tentative list of specification sections to be prepared for this project is presented in Attachment 2, C. This task shall develop the project drawings and specifications to the 90% completion level D. ECKLER shall attend review meeting with CPZ and the City of Tamarac to review the 90% drawings and specifications submittal. ECKLER shall incorporate the agreed -upon revisions made by CPZ and the CITY prior to the subsequent submittal. Construction Documents Task 1- Project Administration/Management This task focuses on the administration of the project including project setup, client interface and general project management and administration. Task 2 - Drawings and Specifications This task consists of the engineering and the development of plans necessary to construct this project. A. Prepare detailed drawings for the proposed work discussed previously within this Task Authorization. A tentative list of final design drawings to be developed for this project is presented in Attachment 1. Drawings will be prepared using drafting standards and standard details as developed by Eckler Engineering, Inc. B. ENGINEER shall prepare technical specifications required for this project. These specifications will be prepared and will consist of written technical descriptions and materials, equipment and construction systems, standards and workmanship required for this project as developed by Eckler Engineering. A tentative list of specification sections to be prepared for this project is presented in Attachment 2. C. This task shall develop the project drawings and specifications to the 100% completion level. D. ECKLER shall attend review meeting with CPZ and the City of Tamarac to review the 100% drawings and specifications submittal. ECKLER shall incorporate the agreed -upon revisions made by CPZ and the CITY prior to the subsequent submittal. Page 4 of 21 Permitting Task 1- Project Administration/Management This task focuses on the administration of the project including project setup, client interface and general project management and administration. Task 2 - Permit Preparation Assistance This task consists of preparing the following regulatory permit application submittals: A. Florida Department of Environmental Protection (FDEP) Application for Specific Permit to Construct PWS Components (DEP Form 62-555.900(1)). B. Broward County Environmental Protection and Growth Management Department (BCEP&GMD) modifications to existing permit associated with the modification of hazardous material storage licenses. C. Broward County Environmental Protection and Growth Management Department (BCEP&GMD) permit for the proposed duplex sanitary pump station. Any additional regulatory permits required beyond the above will be considered as outside the scope of this proposal. Building permits (where applicable) during construction are obtained by Contractor per the contract documents. Bidding/Award Phase Task 9 -Project Administration/Management This task focuses on the administration of the project including project setup, client interface and general project management and administration. Task 2 - 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. The City of Tamarac's standard bidding requirements, contract forms, and miscellaneous forms/information required for this project shall be utilized. ECKLER shall provide CPZ and the City of Tamarac with project specific information for the preparation of bidding and contract documents required for this project. B. 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. C. ECKLER shall provide CPZ with final bid documents required for this project scope. Documents shall be provided in hard copy and electronic format per project deliverables schedule, Attachment 4. Page 5 of 21 D. Attend the pre -bid meeting and assist CPZ and CITY with preparation of and distribution of minutes. E. Respond to written questions by potential bidders and, if needed, assist CPZ and the CITY in issuing addenda. Task 3 - Bid Evaluation and Recommendation of Award Assistance This task shall consist of the review and evaluation of the bids and the recommendation of a bidder for award of contract to the CITY. Construction Administration Task C1- Project Administration/Management This task focuses on the administration of the project including project setup, client interface and general project management and administration. Task C2 - Preconstruction Activities Prior to Notice to Proceed After issuance of a Notice of Award by CITY, assist CPZ and CITY in the preparation and signing of the Contract Documents by reviewing insurance certificates, incorporation of Addendum information to develop a conformed set of Contract Documents, distribution of documents to CPZ and CITY and Contractor. ECKLER will also undertake other preconstruction activities which include attending the preconstruction meeting, and assisting the Contractor in finalizing any permit application issues or technical assistance with any building permit review issues or questions required for the construction of this project and by providing the required number of signed/sealed drawing sets for building permits and the sets of Contract Documents required for construction. Task 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 sixty (60) submittals is the estimated level of effort basis for this item's budget. Task C5 - Review Pay Requests and Schedules Review monthly pay requests and make recommendations for payment to CITY. Monthly pay requests will be reviewed in the field and an agreement reached between the Contractor, CITY's project representative, and the ENGINEER prior to formal submittal to CITY for payment. Review the Contractor's preliminary and monthly progress schedules through completion. Page 6 of 21 The estimated construction time is 540 calendar days requiring eighteen (18) pay request reviews Task C6 - Perform Periodic and Milestone Inspections Engineer will make periodic site visits at intervals appropriate to the various stages of construction to observe the work, determine conformity with the contract documents and compliance with the construction permits. It is anticipated that there will be eighteen (18) site visits. Perform inspections to determine that the project has achieved Substantial Completion and readiness for Final Acceptance and that the Work has been completed in conformance with the Contract Documents to certify completion of construction to permitting agencies. Four (4) such site visits are anticipated. Task C7 - Progress Meetings Attend eighteen (18) monthly construction related progress meetings. The ENGINEER shall assist with scheduling and preparation/distribution of 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. Three (3) contract modifications incorporating a total of six items, is the estimate basis for this budget item. One of the contract modifications will be the final reconciliation contract modification prepared at the end of the project. When CITY requests additional contract modifications, ECKLER'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. ECKLER shall prepare signed and sealed record drawings based on Contractor's field data. B. ECKLER shall submit final copies of record drawings to CITY and CPZ. C. ECKLER shall provide record drawings to CONTRACTOR for building permit closeout submittal. D. Attend the final project reconciliation meetings with CITY and the Contractor. Task C10 - Regulatory Agency Documentation and Project Closeout Submittals This task covers preparation of regulatory agency permit closeout documentation for each regulatory permit obtained for the project as follows: A. FDEP Page 7 of 21 B. BCEP&GMD (2 individual permits) C. City of Tamarac Building Department Construction Site Meetings Task C11 - Special Services The ENGINEER shall, when requested, provide special services during construction consisting of the following items: A. Resident Services To monitor that project is constructed in complete conformance with the Contract Documents. Services which will be provided by the ENGINEER's resident project representative will consist of the following: 1. Make periodic on -site field observations of the Contractor's performance. The limits of the authority of the on -site representative are as defined within the Construction Contract Documents. 2. Observe any field tests and review the results of tests required of the Contractor by the Contract Documents. 3. Assist in the development of punch lists in conjunction with the milestone inspections to determine if the project has achieved Substantial and Final Completion and that the work has been completed in general conformance with the Contract Documents. In order to estimate the efforts of the ENGINEER's project representative, it is anticipated that a person would need to be at the project site two (2) day(s) per week, approximately five (5) hours per visit. Task C12 - Special Inspection This task not included, but can be added if requested by the City of Tamarac Building Department. ARTICLE 2 - DATA OR ASSISTANCE TO BE PROVIDED BY CITY OR CPZ A. Provide ECKLER 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 copies of existing BCEP&GMD permits for onsite chemical storage (Hazardous Facility License). E. Provide existing facility operation data, as requested. Page 8 of 21 F. Attendance at project meetings. ARTICLE 3 - TIME OF COMPLETION Attachment 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 Attachment 4. All deliverables to CPZ shall be electronic, .pdf format, unless noted otherwise. Paper copies are available upon request. All deliverables to CITY shall be prepared and submitted by CPZ. ARTICLE 5 - PAYMENT AND COMPENSATION As consideration for providing the services enumerated in Article 1, CPZ shall pay ECKLER fees as described below: A. Schematic Design For the services enumerated in Article 1, Schematic Design, the lump sum fee of $162,863.00. B. Design Development For the services enumerated in Article 1, Design Development, the lump sum fee of $118,435.00. C. Construction Documents For the services enumerated in Article 1, Construction Documents, the lump sum fee of $38, 305.00. D. Permitting For the services enumerated in Article 1, Permitting, the lump sum fee of $16,833.00. E. Bidding/Award Phase For the services enumerated in Article 1, Bidding/Award Phase, the lump sum fee of $14,209.00. Page 9 of 21 F. Construction Administration For the services enumerated in Article 1, Construction Administration, the estimated not -to - exceed fee of $167,708.00 G. Construction Site Meetings For the services enumerated in Article 1, Construction Site Meetings, the estimated not -to - exceed fee of $91,669.00. Engineering services during construction (Items F and G above) 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 CPZ. These fees have been determined in accordance with the scope of work breakdown attached as Attachments 5 through 11. 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. Civil sitework. G. Geotechnical engineering services. H. Architectural services. I. Stormwater management and system design. J. Services relative to the proposed administration building unless noted herein. K. Services not specifically indicated in this Task Authorization. (Remainder of page left blank intentionally.) Page 10 of 21 ARTICLE 6 - AUTHORIZATION In WITNESS WHEREOF, the parties herewith subscribe the same in duplicate. CPZ ARCHITECTS, INC. By: Signature Chris P. Zimmerman AIA President Name and Title Date: ECKLER NGINEERI'NaG, INC. Signature Name: Douglas K. Hammann P.E. Title: President Date: ('/0 ZOZ0 Y:1Documents\CPZ Architects, Inc1277-000,BD\Task Authorization 01 -Tamarac WTP Control Bulding\Task Authorization\Task Auth 01 .wpd Page 11 of 21 ATTACHMENT 1 WATER TREATMENT PLANT CONTROL BUILDING (WTP BID PACKAGE) TENTATIVE LIST OF PROJECT DRAWINGS Drawing Sheet No. Title General Cover sheet G-1 Project Location Map and Index to Drawings G-2 General Notes and Abbreviations G-3 Mechanical Legends and Symbols G-4 HVAC Legends G-5 Process and instrumentation Legends (Sheet 1) G-6 Process and instrumentation Legends (Sheet 2) G-7 Design Criteria (Sheet 1) G-8 Design Criteria (Sheet 2) G-9 Sequence of Construction Coordination Demolition D-1 Demolition Site Plan D-2 Existing Fluoride System Demolition D-3 Existing NaOCI System Demolition D-4 Miscellaneous Demolition Details D-5 Miscellaneous Demolition Details D-6 Existing Plant Site LS-2 Demolition. D-7 Existing LS-053 Demolition Civil By Others (ECKLER will provide base drawing files) Architectural By Others (ECKLER will provide base drawing files) Structural S-1 General Structural Notes and Legends S-2 Fluoride Building Foundation Plan S-3 Fluoride Building Floor Plan S-4 Fluoride Building Roof Plan S-5 Fluoride Building Sections S-6 Fluoride Building Structural Elevations S-7 NaOCI Storage Building Foundation Plan S-8 NaOCI Storage Building Floor Plan S-9 NaOCI Storage Building Roof Plan Page 12 of 21 S-10 NaOCI Storage Building Sections S-11 NaOCI Storage Building Structural Elevations SD-1 Standard Details - Structural SD-2 Standard Details - Structural SD-3 Standard Details - Structural Mechanical M-1 Piping Schedule and General Mechanical Notes M-2 Yard Piping Plan M-3 Yard Piping Details (Sheet 1) M-4 MCC/SCADA Building HVAC Plan M-5 MCC/SCADA Building HVAC Notes and Details M-6 Fluoride Building Plan and Section M-7 Fluoride Feed System Isometric M-8 Fluoride Bulk Storage Tank Installation Details M-9 Fluoride System Details (Sheet 1) M-10 Fluoride System Details (Sheet 2) M-11 Fluoride System Identification Labels and Signage M-12 Fluoride Building Domestic Plumbing Plan and Details M-13 Fluoride Building HVAC Plan, Notes, and Details M-14 NaOCI Storage Plan and Sections M-15 NaOCI Storage Tanks Schedule and Installation Details M-16 NaOCI Storage HVAC Plan, Notes, and Details M-17 Modified NaOCI Storage and Feed System Isometric M-18 NaOCI Pumping System Modification Plan M-19 NaOCI System Modification Sections and Details M-20 NaOCI Piping Modification Elevation M-21 Lime Sludge Lagoon Decant Pump Station Upgrade Plan M-22 Lime Sludge Lagoon Decant Pump Station Sections and Details M-23 Lime Sludge Lagoon Decant Pump Station Details and Gate Schedules M-24 Gravity Sanitary Sewer Profiles MD-1 Standard Details - Mechanical MD-2 Standard Details - Mechanical MD-3 Standard Details - Mechanical MD-4 Standard Details - Mechanical Instrumentation 1-1 Overall Plant Process Schematic 1-2 Fluoride Storage/Feed System (Modification) 1-3 NaOCI Storage/Feed System (Modification) ID-1 Standard Details Instrumentation and Controls Electrical E-1 Electrical Notes and Legend E-2 Overall Electrical Demo Site Plan E-3 Electrical Sequence of Installation E-4 Polymer Bldg, Treatment Units, Filters Area Demo Site Plan Page 13 of 21 E-5 Polymer Bldg, Treatment Units, Filters Area Install Site Plan E-6 Enlarged Site Plan Filters/treatment Units- Electrical and Fiber E-7 Enlarged Site Plan Western Quadrant- Electrical and Fiber E-8 Eastern Well S W7, W1, W18, W19 Electrical Power & Control Plan E-9 Western Wells W2, W3, W8, W9 Electrical Power & Control Plan E-10 Washwater Recovery Basin Power & Fiber Ductbank E-11 MCC & SCADA Building Grounding and Lightning Protection Plan E-12 MCC & SCADA Building SCADA PLC Equipment & Electrical Equipment Plan E-13 MCC & SCADA Building Lighting and Receptacle Plan E-14 MCC & SCADA Building Security Raceway Plan E-15 Sodium Hypochlorite Building Demo Plan E-16 Sodium Hypochlorite Building Equipment Plan E-17 Sodium Hypochlorite Building PLC Panels Modifications E-18 Administration Building SCADA Room Equipment Plan E-19 Administration Building SCADA Room Miscellaneous Details E-20 Existing Administration Bldg Electrical Demo Oneline. E-21 MCC & SCADA Building Electrical Oneline E-22 MCC & SCADA Building MCC Elevation & Electrical Switchboard Elevation E-23 MCC & SCADA Building MCC Elevation & Motor Control Center Elevation E-24 MCC & SCADA Building MCC Elevation & Motor Control Schematics E-25 MCC & SCADA Building Panelboard Schedules E-26 MCC & SCADA Building Wells Hardwired Controls & Details E-27 MCC & SCADA Building MCP Control Panel Details Sheet 1 E-28 MCC & SCADA Building MCP Control Panel Details Sheet 2 E-29 Fluoride Building Lightning Protection, Grounding Plan E-30 Fluoride Building Electrical Lighting and Receptacle Plan E-31 Fluoride Building Electrical Equipment Plan E-32 Fluoride Building Electrical Riser & Panelboard Schedule E-33 Polymer Building Electrical Modifications Plan E-34 Polymer Building Electrical Control I&C Riser E-35 Polymer Building Electrical PLC Control Panel Details E-36 Lime Silos, Treatment Units, Green Leaf Filter, Filters Electrical Modifications Riser E-37 Lime Silos, Treatment Units, Green Leaf Filter, Filters Control I&c Riser E-38 Lime Silos, Treatment Units, Green Leaf Filter, Filters PLC Control Panel Details E-39 Clearwell Building Electrical Oneline Modifications E-40 Clearwell Building MCC Control Schematics E-41 Clearwell Building MCC Modifications Elevation E-42 Clearwell Building PLC Equipment Modifications E-43 Grinder and New Lift Station Electrical Plan and Riser E-44 Power Ductbank & Pull Boxes Schedule E-45 Fiber Optic Ductbank & Bull Boxes Schedule E-46 Tamarac WTP Modifications Short Circuit Analysis Sheet 1 E-47 Tamarac WTP Modifications Short Circuit Analysis Sheet 2 E-48 Tamarac WTP Modifications Short Circuit Analysis Sheet 3 E-49 Tamarac WTP Modifications Short Circuit Analysis Sheet 4 E-50 Tamarac WTP Modifications Short Circuit Analysis Sheet 5 E-51 Electrical Details Sheet 1 E-52 Electrical Details Sheet 2 E-53 Electrical Details Sheet 3 E-54 Electrical Details Sheet 4 Page 14 of 21 ATTACHMENT 2 WATER TREATMENT PLANT CONTROL BUILDING (WTP BID PACKAGE) TENTATIVE LIST OF PROJECT SPECIFICATIONS SECTION NO. TITLE PART 1 BIDDING REQUIREMENTS (These documents provided by City Purchasing Division) PART 2 CONTRACT FORMS (These documents provided by City Purchasing Division) PART 3 MISCELLANEOUS FORMS/INFORMATION (These documents provided by City Purchasing Division) PART 4 SPECIFICATIONS Division 1 - General Requirements 01005 General Requirements 01010 Summary of Work 01050 Field Engineering 01200 Project Meetings 01300 Submittals 01400 Quality Control 01500 Construction Facilities and Temporary Controls 01505 Mobilization/Demobilization 01700 Contract Closeout 01720 Project Record Documents 01730 Operation and Maintenance Data 01740 Warranties and Bonds Division 2 - Sitework 02020 Existing Utility Location/Verification 02072 Demolition 02200 Earthwork 02500 Restoration and Cleanup 02510 Asphaltic Pavement and Base 02630 Concrete Sidewalks, Drives, and Curbs Division 3 - Concrete 03100 Formwork 03200 Concrete Reinforcement Page 15 of 21 03251 Expansion and Construction Joints 03300 Concrete 03410 Structural Precast Concrete Hollow Core Planks 03600 Grout Division 4 - Masonry 04100 Mortar 04220 Concrete Unit Masonry Division 5 - Metals 05500 Fabricated Metalwork and Castings 05520 Handrails and Railings Division 6 - Wood and Plastics 06621 Fiberglass Reinforced Plastic (FRP) Grating and Structural Fabrications Division 7 - Thermal and Moisture Protection 07230 Vapor Barrier 07533 Thermal Plastic Single -Ply Membrane Roof System 07650 Gutter System 07900 Sealants Division 8 - Windows and Doors 08120 Aluminum Doors and Frames 08330 Steel Rollup Doors 08710 Finish Hardware Division 9 - Protective Coatings 09201 Portland Cement Plaster (Stucco) 09900 Protective Coatings Division 10 - Specialties 10200 Aluminum Louvers 10999 Miscellaneous Building Specialties Division 11 - Equipment 11262 Chemical Feed System(s) 11265 Sodium Hypochlorite Feed System 11270 High Density Cross -Linked Polyethylene Storage Tanks 11310 Submersible Lift Stations - General 11310-1 Submersible Lift Stations - Specific 11310-2 Submersible Lift Stations - Specific Page 16 of 21 PART 5 Section 12- Not Used Division 13 - Special Construction 13700 Process Instrumentation and Controls 13710 Programmable Logic Controller 13711 Existing SCADA System Modifications 13725 Loop Functions/Programming Strategies/Protocol 13752 Computers and Accessories 13759 Modifications to Existing Field Panels, MCC's and Control Panels Division 14 - Not Used Division 15 - Mechanical 15005 Ductile Iron Pipe (Wastewater) 15029 Testing and Disinfection (Pipelines and Equipment) 15100 Manually Operated Valves 15105 Self -Contained Automatic Process Valves 15400 Plumbing 15800 Air Conditioning 15830 Roof and Wall Ventilators Division 16 - Electrical 16000 Electrical General Requirements 16001 Electrical Demolition 16050 Basic Materials and Methods 16110 Lightning Protection 16345 Short Circuit Coordination & Arc Flash 16426 Switchboards 16460 Dry Type Transformers 16470 Panelboards 16480 Motor Control Centers 16681 Variable Frequency Drives APPENDICES Appendix A - FDEP Permit Appendix B - BCEP&GMD Permit (WW) Appendix C - BCEP&GMD Permit (Hazardous Material License) (Remainder of page left blank intentionally.) Page 17 of 21 ATTACHMENT 3 WATER TREATMENT PLANT CONTROL BUILDING (WTP BID PACKAGE) PRELIMINARY PROJECT SCHEDULE Time to Cumulative Time Activity Complete To Complete (Days) (Days) 1. Notice to Proceed 0 0 2. Site Visit/Information Gathering/Surveying 30 30 3. Submit 50% Drawings and Specifications 150 180 4. Receive CPZ/CITY Review Comments 14 194 5. Submit 90% Drawings and Specifications 120 314 6. Receive CPZ/CITY Review Comments 14 328 7. Submit 100% Drawings and Specifications 90 418 8. Receive CPZ/CITY Review Comments 14 432 9. Submit Final Plans and Specifications along with 21 453 permit applications and final cost opinion 10. Permitting 60 513 11. Bidding coordination with Purchasing Division 7 520 12. Bidding and Contract Award Phase 60 580 13. Construction Phase (Final) 540 1120 14. Project Closeout 21 1141 Detailed schedule will be provided upon receipt of authorization to proceed and will include specific submittal dates. (Remainder of page left blank intentionally.) Page 18 of 21 ATTACHMENT 4 WATER TREATMENT PLANT CONTROL BUILDING (WTP BID PACKAGE) LIST OF PROJECT DELIVERABLES (ALL DELIVERABLES SHALL BE ELECTRONIC, .PDF FORMAT. PAPER COPIES AVAILABLE ON REQUEST) DESIGN PHASE A. Schematic Design Submittal One (1) set of 11" x 17" Drawings, 50% Complete 01 One (1) set of Specifications, 50% Complete 50% Preliminary Design Memorandum B. Design Development Submittal ► One (1) set of 11" x 17" Drawings, 90% Complete ► One (1) set of Specifications, 90% Complete C. Construction Documents Submittal P. One (1) set of 11" x 17" Drawings, 100% Complete ► One (1) set of Specifications, 100% Complete D. FDEP and BCEP&GMD Permit Application Submittal(s) P. One (1) set of 11" x 17" Drawings, Final. P. One (1) set of Specifications, Final. ► Completed permit applications, exhibits, and three (3) sets of signed/sealed drawings and specifications for submittal to the regulatory agencies named herein. E. Bidding Coordination Submittal ► One (1) set of 11" x 17" Drawings (Final). One (1) set of Specifications (Final). F. Pre -Bid. ► Final bid documents for CPZ's and CITY's use during bid phase. Documents will include: bid specifications, half-size bid drawings, and full-size bid drawings. All files will be in .pdf format. Page 19 of 21 ► Addenda information as required to CPZ, CITY and/or Contractors. G. Post Bid. ► Bid Tabulation, 2 copies. ► Recommendation of Award Letter. The CITY will award contract and issue Notice of Award. CONSTRUCTION ADMINISTRATION A. Pre -Construction ► Pre -Construction conference Meeting Agenda and Minutes. ► Electronic signed/sealed drawings for building permit submittal by CONTRACTOR. ► Three (3) Sets of half size (11" x 17") drawings and specification booklets for CONTRACTORS use through the construction phase. ► Three (3) sets of drawings (11" x 17") and specifications for CITY's use during construction. ► Three (3) sets of drawings (11" x 17") and specifications for sub -consultant's use during construction. B. Shop Drawings ► Copies of approved and final shop drawings. C. Construction Inspection ► Site visit reports will be provided for each site visit in accordance with Tasks C6 and C11 of this Task Authorization. D. Progress Meetings P. Copies of all project meeting minutes. E. Contract Modifications I. Four (4) copies of all completed contract modifications. F. Pay Requests P. 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, FDEP and BCEP&GMD. ► 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. Page 20 of 21 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\CPZ Architects, Inc\277-OOO.BD\Task Authorization 01 -Tamarac WTP Control Bulding\Task Authorization\Task Auth 01 .wpd Page 21 of 21 CPZ ARCHITECTS WTP CONTROL AND ADMINISTRATION BUILDING, CITY OF TAMARAC TASK AUTHORIZATION NO.01 ATTACHMENT 5 SCHEMATIC DESIGN DATE: Juno 8, 2020 TASK DESCRIPTION PERSONNEL 8 tp uJ YI N O r t- r9 C N � i- p 1 Project Administration I Management 0 25 to 2 Data Evaluation and Preliminary Design40 32 32 -77�40 14 3A Preliminary Design Memorandum 12 20 20 8 38 60% Drawings 32 95 95 95 2 3C 60% Specifications 13 13 13 0 0 0 3D Project Review meeting e 9 2 Not Used Not Used Not Used Not Used Not Used Total Hours Rate Sub -Total Labor 0 130 0 52 188 20 95 95 0 0 49 $225.00 $204.00 $155.00 $130.00 $111.00 $75.00 $100.00 $93.00 $78.00 $108.00 $79.60 $0.00 $26,520.00 $0.00 $6,760.00 $20.866.00 $1,500.00 $9,600.00 $8,835.00 $0.00 $0.00 $3,895.60 TOTAL LABOR $77,078.50 ,EIMBURSAIXE EXPENSES cXPENSE REM EXPENSE TYPE UNIT NO. UNITS COST PER UNIT TOTAL COST REPRODUCTION Heir Size drawings (11'X17`) EA 4 $31.60 $i28.00 A Full Sire drawings (22x341 EA 0 $73.08 $0.00 Specification BooNets EA 4 $30.00 $120.00 Prepare CD's (Bid Documents) EA 0 $10,00 2 PHOTOCOPIES EA 600 $0,20 $100.00 PLOTTING 3 22 X 34 (SET UP) EA 83 $3.00 $18g.00 11 X 17 (SETUP) EA 1 63 $3.00 $169.00 TRAVEL 4 MILEAGE MILE 0 $0.585 $0.00 TOLLS EA 0 $3.30 $0.00 SUBCONSULTANTS SURVEY LS 0 $0.00 $0.00 ELECTRICAL LS 1 $74,910.00 $74,910.00 STRUCTURAL LS 1 $9,360.00 $9,350.00 5 GEOTECHNICAL LS 0 $0.00 $0.00 HYDROGEOLOGIC LS 0 $0.00 $0.00 PERMIT FEES LS 0 S0.00 $0.00 SOFT DIGS LS 0 $0.00 S0•� TOTAL EXPENSES $84,984.00 GRAND TOTAL $162,862.60 USE $162,863.00 $5.895,00 $16.985.00 $11,624.00 $35.567.00 $5,128.50 $0.00 $2,679.00 $0.00 $0.00 $0.00 $0.00 $0,00 $77,878.50 Y:Oocumenls\CPZ Arch88cts, lne\277•000.BMTask Authoriration 0I • Tamarac WTP Control Bukfing\Task Authoriration\Schematic Design Scopexla CPZ ARCHITECTS WTP CONTROL AND ADMINISTRATION BUILDING, CITY OF TAMARAC TASK AUTHORIZATION NO.01 ATTACHMENT 6 DESIGN Development DATE: June 8, 2020 TASK DESCRIPTION PERSONNEL n W $ u7 tS e ¢ E 1 Project Administration I Management 0 14 0 2A 90% Drawings 16 63 95 95 2 2B 90% Specifications 13 13 13 0 0 0 2C 90% Project Review meeting 0 0 2 Not Used Not Used Not Used Not Used Not Used Total Hours Rate Sub -Total Labor 0 51 0 0 84 0 95 95 0 0 25 $225.00 $204.00 $155.00 $130.00 $111.00 $75.00 $100.00 $93.00 $78.00 $108.00 $7g.50 $0.00 $10,404.DO $0.00 $0.00 $9,324.00 $0.00 $9,500.00 $0,835.00 $0.00 $0.00 $1.987.60 TOTAL LABOR $40.050.50 'EIMBURSABLE EXPENSES EXPENSE ITEM EXPENSE TYPE UNIT NO. OF UNITS COST PER UNIT TOTAL COST REPRODUCTION Hell Size drawings (11'x171 EA 4 $31.50 $126.00 A Full Size drawings (22'x34•) EA 0 $73.08 $0.00 Specification Bookiels EA 4 $30.00 $120.00 Prepare CD's (Did Documents) EA 0 $10.00 $0.00 2 PHOTOCOPIES EA 600 $0.20 $100.00 PLOTTING 3 22 X 34 (SET UP) EA 63 $3.00 $189.00 11 X 17 (SET UP) EA 63 $3.00 $189.00 TRAVEL 4 MILEAGE MILE 0 $0.685 $0.00 TOLLS EA 0 $3,30 $0.00 SUSCONSULTANTS SURVEY LS 0 $0.00 $0.00 ELECTRICAL LS 1 $74,910.00 $74.910,00 5 STRUCTURAL LS 1 $2,750.00 $2,750,00 GEOTECHNICAL LS 0 $0.00 $O.DO HYDROGEOLOGIC LS 0 $0.00 $0.00 PERMIT FEES LS 0 $0.00 $0,00 SOFT DIGS LS 0 $0.00 $0.00 TOTALEXPENSES $78.384.00 GRAND TOTAL $118,434.50 USE $118,435.00 $3,492.00 $0.00 $0.00 $28,751.o0 $5,128.60 $0.00 $2,679.00 $0.00 $0.00 $0.00 $0.00 $0,00 $40.050,50 Y:\DoeumentslCP2 Archileds, lnc1277.00O.BD1Task Authodzagon 01 . Tamarac WTP Control Bulding\Task Authorizalion0asign Development Scops.xfs CPZ ARCHITECTS WTP CONTROL AND ADMINISTRATION BUILDING, CITY OF TAMARAC TASK AUTHORIZATION NO.01 ATTACHMENT 7 CONSTUCT/ON DOCUMENTS DATE: June 8, 2020 TASK DESCRIPTION PERSONNEL a0 o N a e ev m � .E 1 Project Administration / Management 0 11 6 2A 100% Drawings 16 63 63 63 2 28 100% Specifications 13 13 13 0 a 0 2C 100% Project Review meeting 8 6 2 Not Used Not Used Not Used Not Used Not Used Total Hours Rate Sub -Total Labor 0 48 0 0 84 0 63 63 0 0 23 $226.00 $204.00 $165.00 $130.00 $111.00 $76.00 $100.00 $93.00 1 $78.00 $108.00 $79.50 $0.00 $9,792,00 $0.00 $0.00 $9.324.00 $0.00 $6,300.00 $5.859.00 $0.00 $0.00 $1,828.60 TOTAL LABOR $33.103.50 REIMBURSABLE EXPENSES .:XPENSE ITEM EXPENSE TYPE UNIT NO. OF UNITS COST PER UNIT TOTAL COST REPRODUCTION Hail Size drawings (I I "xi 71 EA 4 $31.50 $126.00 A Full Size drawings (22'X34') EA 0 $73.08 $0.00 Specification Booldets EA 4 $30.00 $120.00 Prepare CD's (Bid Documents) EA 0 $10.00 $0.00 2 PHOTOCOPIES EA 5W $0.20 4100.00 PLOTTING 3 22 X 34 (SET UP) EA 63 $3,00 $189.00 I X17(SET UP) EA 63 $3.00 $189.00 TRAVEL 4 MILEAGE MILE 0 $0.ti85 $0.00 TOLLS EA 0 $3.30 $0.00 SUBCONSULTANTS SURVEY LS 0 $0.00 $0.00 ELECTRICAL LS 1 $3.707.00 $3.707.00 s STRUCTURAL LS 1 $770,00 $770.00 OEOTECHNICAL LS 0 $0.00 $0.00 HYDROGEOLOGIC LS 0 $0.00 $0.00 PERMIT FEES LS 0 $0.00 $0.00 SOFT DIGS LS 0 $0.00 $0.00 TOTAL EXPENSES $5,201.00 GRAND TOTAL $38.304.50 USE $38,305.00 $2,721.00 $0,00 $0.00 $22,675.00 $5.128.50 $O.00 $2,679.00 $0,00 $0.00 40.00 $0.00 $0.00 $33,103.50 Y:1DocumentslCPZ Architects, Inc\277-000.813\Tesk Authorization 01 . Temerac WTP Control Bulding\Task Authorization\Construetion Documents Scopexls CPZ ARCHITECTS WTP CONTROL AND ADMINISTRATION BUILDING, CITY OF TAMARAC TASK AUTHORIZATION NO.01 ATTACHMENT 8 PERMITTING DATE: June 8, 2020 TASK DESCRIPTION PERSONNEL ui u'1 1r7 u� w O 3 N F N $ ¢ E 1 Project Administration I Management 0 7 4 2A FDEP 4 16 4 4 4 2B BCEP&GMD • HAZ. MATERIAL 4 8 4 4 4 2C BCEP&GMD-WASTEWATER 4 8 4 2 4 Not Used Not Used Not Used Not Used Not Used Not Used Total Hours Rate Sub -Total Labor 0 19 0 0 32 0 121 10 01 0 16 $225.00 $204.00 $155.00 $130.00 $11 t.00 $75.00 $100.00 $93.00 $78.00 $108.00 $79.60 $0.00 $3,876.00 $0.00 $0.00 $3,552,00 $0.00 $1,200.00 $930.00 $0,00 $0.00 $1,272.00 TOTAL LABOR $10,830.00 REIMBURSABLE EXPENSES .XPENSE ITEM EXPENSE TYPE UNIT NO. OF UNITS COST PER UNIT TOTAL COST REPRODUCTION Hall Size drawings (I Vxl71 EA 4 $58,60 $234.00 A Full Size drawings Wx3.41 EA 4 $135.72 $542.88 Specification Booklets EA 0 $30.00 $0.00 Prepare CD's (Bid Documents) EA 0 $10.00 $o.00 2 PHOTOCOPIES EA 100 $020 $20.00 PLOTTING 3 22 X 34 (SET UP) EA 117 33.00 $351.00 11 X 17 (SET UP) EA 0 $3.00 $0.00 TRAVEL 4 MILEAGE MILE 0 $0.565 $0,00 TOLLS EA 0 53.30 So.00 SUBCONSULTANTS SURVEY LS 0 $0.00 $0.00 ELECTRICAL LS 1 $3.305,60 $3.305,60 5 STRUCTURAL LS 1 $550.00 $550.00 GEOTECHNICAL LS 0 $0 o $000 HYDROGEOLOGIC LS 0 $0.00 $0.00 PERMIT FEES LS 0 $0.00 $0,00 SOFT DIGS LS 0 $0.00 1$0.00 TOTAL EXPENSES $6,003,38 GRAND TOTAL $15,833.38 USE $15,83300 $1,746.00 S0.00 $0.00 $3.682.00 $2.794.00 $2,608.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $10,830.00 Y:\Documenta%CPZ ArchBects, Inc12774000.8D\Task Authorization 01 - Tamarac WTP Control Suldmq\Task Authodzatlon\PermBting Scopexis CPZ ARCHITECTS WfP CONTROL AND ADMINISTRATION BUILDING, CITY OF TAMARAC TASK AUTHORIZATION NO.01 ATTACHMENT 9 SIDDINC7/AWARD DATE: June 8, 2020 TASK DESCRIPTION PERSONNEL $ ui w w w r a e 1 Project Administration l Management 0 7 4 2 Bidding Assistance Services 14 16 8 10 3 Bid Evaluation and Recommendation of Award Services 4 16 4 Not Used Not Used Not Used Not Used Not used Not Used Not used Not Used Not Used Total Hours Rate Sub -Total Labor 0 25 0 0 32 0 8 0 0 0 18 4225.00 $204,00 $155.00 $130.00 $111.00 $75.00 $100.00 $93.00 $78.00 $108.00 $78.50 $0.00 $5,100.00 $0.00 $0.00 $3,552.00 $0.00 $800.00 $0.00 Woo $0.00 $1.431.00 TOTAL LABOR $10,883.00 4EIMBURSABLE EXPENSES _XPENSE ITEM EXPENSE TYPE UNIT NO. OF UNITS COST PER UNIT TOTAL COST REPRODUCTION Hall Sitedrawings (11'Xt7J EA 4 $0.DO $0.00 A Full Size drevAngs (22'x341 EA 4 $0.00 $0.00 Specification Booldets EA 0 $30.00 $0.00 Prepare CM (Bid Documents) EA 0 $10.00 $0.00 2 PHOTOCOPIES EA 100 $0.20 $20.00 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 $0,585 $0.00 TOLLS EA 0 $3.30 $0.00 SUBCONSULTANTS SURVEY LS 0 $0.00 $0.00 ELECTRICAL LS 1 $3.306.00 $3,308.o0 6 STRUCTURAL LS 0 $O.DO $0.00 GEOTECHNICAL LS 0 $0.00 $0.00 HYDROGEOLOWC LS 0 $o.00 $0.00 PERMIT FEES LS 0 $0.00 $0.00 SOFT DIGS LS 0 $0.00 $0.00 TOTAL EXPENSES $3,326.00 GRAND TOTAL $14,209.00 USE $14,209.00 $1,746,00 $6,227.00 $2,910.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 $0.00 $10,883.00 Y:lpocuMbnts\CPZ ArCNlecu, Inc1277.000.BD�Task Authori7atlon Ot -Tamarac WTP Control Bulding\Task AulhodmbonlBidding Axmrd Scopexis CPZ ARCHITECTS WTP CONTROL AND ADMINISTRATION BUILDINO, CITY OF TAMARAC TASK AUTHORIZATION NO.01 ATTACHMENT 10 CONSTRUCTION ADMINISTRATION DATE: June 8, 2020 TASK DESCRIPTION PERSONNEL m t5 m ,g¢r; to a w a 32 Cl Project Adminie8atkxVMenagement 36 36 C2 Frecoriwucdon ARPWRI-or-to-Wo-we to Proceed 6 4 a 2 0 2 C3 Consult and Advise 20 40 12 0 40 10 C4 Review Shop Drawings 30 30 12D 30 C5 Review Pay Requests and Schedules /8 18 36 g C6 Perform Periodic and Milestone nors 56 110 11 C7 Progress Meetings 72 72 18 C8 Contract Modifications 15 15 t6 15 g C9 Project Closeout 2 8 8 29 C10 Regulabrly Agency Doc meniaWn and Prolect Closeout Submfeals 41 2 4 Total Hours Rate Sub -Total Labor 0 259 0 297 0 199 0 46 42 0 128 $225.00 $204.00 $155,00 $111.00 $99.00 $75.00 $100.00 $93.00 $78.00 $108.00 S79.50 $0.00 $52,836.00 $0.00 $32,967.00 $0.00 $14,825.00 $0.00 $4.278.00 $3.276.00 $0.00 $10.176.00 TOTAL LABOR $118,458,00 D. REIMBURSABLE EXPENSES EXPENSE REM EXPENSETYPE UNIT No. OF UNITS COST PER UNIT TOTAL COST 1 REPRODUCTION Hall Size Drawings (I i* x 1 T) EA 4 $58.60 $234.00 Full Size Drawings (22' x34') EA 8 $135.72 $814.32 Specification Booflets EA 6 $30.00 $180.00 Record Document We EA 2 $1000 $2000 2 PHOTOCOPIES EA 500 $0.26 $125.00 PLOTTING 3 22 X34(SETUP) EA 117 $15.00 $1,765.00 11 X 17 (SET UP) EA 117 $3.00 $351.00 TRAVEL 4 MILEAGE MILE 375 $0.586 $219.38 TOLLS EA 0 $3.30 $0.00 SUBCONSULTANTS SURVEY LS 0 $0.00 $0.00 ELECTRICAL LS i $41.151,00 $41.151.00 6 STRUCTURAL LS 1 $4.400.00 $4 400 00 GEOTECHNICAL LS 0 $000 $000 ARCHITECTURAL LS 0 S0.00 50.00 HVAC LS 0 $0.00 $0.00 TOTAL EXPENSES $49,250.00 GRANDTOTAL $167.708.00 USE $167.708.00 $10.206 00 $2,613.00 $13,335.00 $20.836.00 $9.085,60 $24,508,50 324.111.00 $7.722.00 $4.752.00 $1,290.00 $0.00 $0.00 $118,458,00 Y-ADmenutCPZArMiw.n,tnc1217-000.80tTmkAuftdunon0l •Tamarac WTPConooi BukMglTmk AWhwkMionWonet.Admit. SCOPE.da CPZ ARCHITECTS WTP CONTROL AND ADMINISTRATION BUILDING, CITY OF TAMARAC TASK AUTHORIZATION NO. 01 ATTACHMENT 11 CONSTRUCTION SITE MEETINGS DATE. June B. 2020 TASK DESCRIPTIONA. PERSONNEL 15 w` 8 C11 Special Semites 770 77 Not Used Total Hours Rate Sub -Total Labor 0 0 0 0 0 0 0 0 0 770 77 $225.00 $204.00 $155.00 $130.OD $99.0O $75.00 5100,00 $93.00 $78.00 $,o,, $79.50 $0.00 $O,00 50.00 SO.00 $0.00 $0.00 $0.00 $0.00 $0.00 San ,Ian .on 58,12150 _. TOTAL LABOR $0928150 11, REIMBURSABLE EXPENSES �"ENSE REM EXPENSE TYPE UNIT No. OF UNITS COST PEER TOTAL COST 1 REPRDDUCTIDN Half Size Drawings It v x 1 T) EA 1 $ oo Full Size Drawings (22-x340 EA t So.oO �,� SpecMesdon Booklets EA 1 SO.00 So,Oo Record Document CD'a EA 0 510.00 i0,00 2 PHOTOCOPIES EA Soo $025 $125.00 PLOTTING e 22 X 34 (SETUP) EA 0 $15.00 $0.00 11 X 17 (SET UP) EA 0 $3.00 SO.00 TRAVEL. 4 MILEAGE MILE 3,850 $D.585 $2,252.25 TOLLS EA 154 $0.00 50.00 SUBCONSUITANTB SURVEY LS 0 $0.00 $0.00 ELECTRICAL LS 1 $0.00 $000 5 STRUCTURAL LS 1 $0.00 $0.00 GEOTECHNICAL LS 0 $000 $0.00ARCHITECTURALLS 0 Woo $0.00 HVAC LS 0 $0.00 50.00 TOTAL EXPENSES 52,377.00 $0.00 $0.00 $0.00 $0,00 SO.00 $0.00 $O.00 $0.00 $0.00 $0.00 $89.281.60 $0.00 ' 589,281.60 GRAND TOTAL $91,658.50 USE $91,859.00 Y'O'w d$%CPZ ArMxOM. Inc%277.000,MTask ALAhvka8on 0I • Tamarac WTP Control Buting%Tmk AuNorkedon\ConsL Ske momhg_ s @WG[ April 15, 2020 (Revised 4/16) March 2, 2020 Chris Zimmerman, President CPZ Architects, Inc. 4316 West Broward Boulevard Plantation, Florida 33317 Chris Zimmerman chris(c cpzarchitects.com Re: Tamarac Water Treatment Plant Master Drainage and Control Building Dear Chris, WGI, Inc. (WGI) is pleased to provide this proposal to CPZ Architects, Inc. (CLIENT) for professional services on the above -referenced project. Our scope of services and corresponding fees are detailed below. In addition, it is agreed that WGI's services will be performed pursuant to WGI's "Agreement Provisions," which are enclosed and incorporated into this proposal. PROJECT UNDERSTANDING The City of Tamarac Water Treatment Plant Administrative Building services will consist of the design, permitting, bidding assistance and construction administration services for a new administrative building. WGI will provide Civil, Structural, Mechanical, Electrical and Plumbing, and Landscape Architecture services related to the New Administrative, Motor Control Center (MCC) Buildings and Storm Water Master Plan. The Project will consist of design and construction of a new Administration and Motor Control Center (MCC) Buildings, transfer of plant controls from the existing administration building to the new administration building and MCC building, demolition of the existing administration building and design of a Master Site Storm Water Management System Plan and implementation of the first phase of the Storm Water Master Plan. The Master Plan will provide for possible future paved, building and equipment areas, to the extent these are available from Tamarac Utilities, to account for future impervious areas within the facility. The new Administration and MCC buildings will be designed as hardened structures, constructed in accordance with the Sixth Edition (2017) Florida Building Code, Section 1620.2 — Risk Category IV Building and Structure: 180 MPH (Table 1604.5 Risk Category IV). The design will also incorporate ASCE 24-05 for Flood Resistant Design and Construction, which specifies new structures designated as essential facilities to have the elevation of the lowest floor to be two (2) feet above the BFE (base floor elevation) or DFE (design floor elevation). The structural site improvements anticipated consist of a covered walkway connecting the Administration and MCC buildings; Two elevated pedestrian bridgeways connecting the Administration building to the above ground sand filter access catwalks and the other bridgeway connecting the Administration and MCC building to the above ground clarifiers. Additionally, structural design and construction of civil site improvements consisting of water control structures, cured in place pipe replacement/ Insitu pipe replacement retaining walls, site walls, and utility bins are anticipated. 2035 Vista Parkway, West Palm Beach, FL 33411 t: 561.687.2220 f: 561.687.1110 WGlnc.com CPZ Architects, Inc. April 15, 2020 Page 2 of 23 Mechanical/Electrical/Plumbing in support of the Administration and MCC buildings will consist of the documentation of the HVAC, Electrical and Plumbing Engineering as required to meet the requirements of the Florida Building Codes and the requirements for essential facilities for MEP. The MEP design will include specific design systems to support areas of specific need such as the lab, chromatography and bacterial spaces. Site stormwater improvements will consist of development of a master plan for the Tamarac Water Treatment Plant Site. The master plan will consist of design of an overall stormwater system with accommodations for future plant improvements consisting of an additional Two (2.0) Million Gallon above ground storage tank, future unspecified buildings, reconstruction of the bulk chlorine building and new parking lot. Sanitary sewer, potable water and storm water drainage infrastructure is currently available within, and adjacent to, the existing project site; however, this infrastructure must be rerouted, relocated, and/or extended to provide necessary services to the proposed water treatment plant building. The new lift station design is being provided by Eckler Engineering, Inc. The new Administration and MCC buildings, parking area and exterior Water Treatment Plant buffer will require Landscape Architecture design to meet the development standards of the City of Tamarac. These services will consist of code minimum landscape and irrigation design. DESIGN AND BIDDING PHASE SCOPE OF SERVICES I. CIVIL ENGINEERING $141,545.00 A. Engineering Due Diligence Service 1. Process a Design Ticket with Sunshine One Call; 2. Prepare and submit utility service availability and as -built plan request letters with utility providers; 3. Research and initial coordination with Broward County Water Control and Environmental Engineering Staff; 4. Research and initial coordination with City of Tamarac for Utility (water and sanitary sewer) as-builts; and 5. Site Plan Development Coordination, Preliminary Design Set-up and Base Plan Layout. B. Engineering Design Services 1. Develop a Pond Routing Model (ICPR) and perform a site Drainage Analysis for the jurisdictional and code required design storm(s); 2. Develop a comprehensive Drainage Master Plan to identify stormwater management system deficiencies and provide system improvements (50year design life) design / upgrades. 3. Design and prepare on -site paving and drainage plans including drainage system details; 4. Design and prepare onsite potable water distribution and sanitary sewer collection / transmission plans including details. Based on the existing City of Tamarac Utilities Department facilities adjacent to the site; 5. Prepare a Utility Plan (showing existing and proposed utility locations); 6. Prepare Stormwater Pollution Prevention Plans (SWPPP) including details; 7. Submit Schematic Design Engineering Plans to CLIENT; @WGI. WGlnr..rnm CPZ Architects, Inc. April 15, 2020 Page 3 of 23 8. Prepare surface water management calculations for permitting including the incorporation of the existing onsite detention pond and off -site outfall areas; 9. Prepare a final surface water management report for permitting including the incorporation of the existing onsite detention pond and off -site outfall area; 10. Prepare a Final Engineer's Opinion of Cost for construction; and 11. Submit Engineering Plans Schematic Design (SD), Design Development (DD), 50% and 90% Construction Documents (CD) and Final to CLIENT. C. Regulatory Agency Permitting Services WGI will prepare and submit permit applications along with the required associated design documents for the proposed improvements. All permit fees will be paid by the CLIENT. We anticipate submitting applications and documents to the following agencies: 1. City of Tamarac Public Works; 2. City of Tamarac Design Review Committee (DRC). 3. City of Tamarac Fire Rescue— Fire Marshal Approval. 4. Broward County Public Works. 5. Broward County Surface Water License (Broward Environmental Engineering and Permitting) — Drainage Permit. 6. South Florida Water Management District (SFWMD) — Environmental Resource Permit; and 7. Florida Department of Environmental Protection — Wastewater Collection Transmission System. D. Bidding Assistance During the bidding phase, WGI will provide the following services: 1. Attend pre -bid meeting. 2. Prepare Responses to Requests for Information; and 3. Evaluate and Prepare Bid Tabulation for Civil related items. II. STRUCTURAL ENGINEERING $132,188.00 A. Administration Building The Administration building consists of a two story, approximately 12,500 square foot building with exterior second floor balconies on the north side of the building. The structure will be designed as an essential facility, Risk Category IV. The structure is anticipated to be constructed with concrete precast/cast-in-place roof and second floor, masonry or concrete walls, concrete gravity and lateral load resisting frame, first floor slab on grade and shallow continuous and isolated foundations. Structural Design will consist of: a. Roof Design b. Second Floor Design c. Gravity and Lateral Load Analysis and Design d. Wall Design e. Exterior Balcony Design @WGI. wren#, Pnm CPZ Architects, Inc. April 15, 2020 Page 4 of 23 2. Construction Documents will consist of: a. Submissions for the CLIENT and Owner will consist of Schematic Design (SD), Design Development (DD), 50% and 90% Construction Documents (CD) and Final. b. Structural Notes as required by the Florida Building Code (6th Edition); c. Typical Details for reinforced masonry walls, and concrete reinforcing criteria; d. Foundation, Second Floor and Roof Framing plans; e. Structural Details for the Foundation, Second Floor and Roof Structural Systems. B. Motor Control Center (MCC) Building The MCC building consists of a one story, approximately 1,600 square foot building. The structure will be designed as an essential facility, Risk Category IV. The structure is anticipated to be constructed with concrete precast/cast-in-place roof, masonry or concrete walls, concrete gravity and lateral load resisting frame, first floor slab on grade and shallow continuous and isolated foundations. 1. Structural Design will consist of: a. Roof Design b. Gravity and Lateral Load Analysis and Design c. Wall Design 2. Construction Documents will be produced in REVIT and consist of: a. Submissions for the CLIENT and Owner will consist of Schematic Design (SD), Design Development (DD), 50% and 90% Construction Documents (CD) and Final b. Structural Notes as required by the Florida Building Code (61h Edition); c. Typical Details for reinforced masonry walls, and concrete reinforcing criteria; d. Foundation, Second Floor and Roof Framing plans; e. Structural Details for the Foundation, Second Floor and Roof Structural Systems. C. Pedestrian Access Bridgeway Administration- Sand Filter The Access Bridgeway consists of a 75 to 90-foot bridgeway which will provide access from the Administration building to the above ground sand filter catwalks. The bridgeway will span over the new parking area to the extent possible. The bridgeway will be designed independently from the Administration building and the sand filters. It is anticipated the bridgeway will be a steel or aluminum truss with integrated handrailing. Structural Design will consist of: a. Truss Design (open — not covered) b. Bridgeway Floor Design c. Gravity and Lateral Load Analysis and Design d. Column and End Abutment Design 2. Construction Documents be produced in REVIT and will consist of: a. Submissions for the CLIENT and Owner will consist of Schematic Design (SD), Design Development (DD), 50% and 90% Construction Documents (CD) and Final b. Structural Notes as required by the Florida Building Code (61h Edition); c. Typical Details for prestressed girder or steel truss, and concrete reinforcing criteria. @WGI. WGInc,com CPZ Architects, Inc. April 15, 2020 Page 5 of 23 d. Foundation and Bridgeway Framing plans. e. Structural Details for the Foundation and Bridgeway Structural Systems. D. Pedestrian Access Bridgeway Administration- Clarifier and Breezeway. The Access Bridgeway and Breezeway consists of a 75 to 90-foot bridgeway which will provide access from the Administration building to the above ground greenleaf catwalks and integrate an at grade breezeway to the MCC building. The bridge/breezeway will span over the existing walkway and at grade sidewalks to the extent possible. The bridge/breezeway will be designed independently from the Administration and MCC buildings and the clarifier. It is anticipated the bridgeway will be a steel or aluminum truss with integrated handrailing. 1. Structural Design will consist of: a. Truss Design (open — not covered) b. Bridge/breezeway Floor Design c. Gravity and Lateral Load Analysis and Design d. Column and End Abutment Design 2. Construction Documents will be produced in REVIT and consist of: a. Submissions for the CLIENT and Owner will consist of Schematic Design (SD), Design Development (DD), 50% and 90% Construction Documents (CD) and Final b. Structural Notes as required by the Florida Building Code (61h Edition); a. Typical Details for prestressed girder or steel truss, and concrete reinforcing criteria; b. Foundation, Second Floor and Roof Framing plans; c. Structural Details for the Foundation and Bridgeway Structural Systems. E. Specifications Book Specifications a. Engineer will prepare project specifications using standard CSI (Construction Specifications Institute) format for 32 Divisions: 1. Division 02 - Existing Conditions 2. Division 03 - Concrete 3. Division 04 - Masonry 4. Division 05 - Metals 5. Division 06 - Woods and Plastics 6. Division 13 - Special Construction 7. Division 31 - Earthwork b. WGI will work to match architectural headers and footers and general formatting to the extent possible within the project time allotted. F. Bidding Assistance During the bidding phase, WGI will provide the following services: 1. Attend pre -bid meeting; 2. Prepare Responses to Requests for Information; and 3. Evaluate and Prepare Bid Tabulation for Structural related items. @WGI. WGInc.com CPZ Architects, Inc. April 15, 2020 Page 6 of 23 III. MECHANICAL/ELECTRICAL/PLUMBING $130,375.00 A. Schematic Design 1. Consult with the Client to determine requirements and budget for the project. 2. Assist in identifying and sizing space requirements for MEP equipment and systems. 3. If applicable, conduct a site survey of the existing building and MEP systems to determine what systems can be reused, existing MEP distribution systems (duct, pipe, wire, etc.) and existing infrastructure information such as existing electrical service size, plumbing water and wastewater services, natural gas service, and other public or private utilities serving the project. 4. Prepare a schematic MEP systems narrative describing equipment types, equipment sizes, materials and other verbiage to assist in scope identification and verification, as well as for schematic contractor pricing. 5. A meeting to discuss the schematic design narrative with the client and to clarify and coordinate any outstanding project scope items. B. Design Development 1. Consult with the Client to coordinate and refine project requirements 2. Prepare design development documents that for the following: a. Mechanical 1. Mechanical cover sheet with symbols, abbreviations and general notes. 2. HVAC system zoning and equipment capacities. 3. Major HVAC duct routing and sizes. 4. Areas requiring 24 hour air conditioning or other special cooling, heating or ventilation requirements. 5. Basic controls diagrams or notes giving direction to how mechanical equipment will be monitored and controlled. 6. Specifications detailing materials to be used for items such as ductwork, insulation, equipment, piping, hangers and supports. b. Electrical (Power and Lighting) 1. Electrical cover sheet with symbols, abbreviations and general notes. 2. Electrical riser diagram detailing new and existing power equipment 3. Distribution boards, transformers and electrical panel locations located on plans 4. Reflected ceiling plan as received from architect with a schematic light fixture schedule. Scheduling of utility light fixtures for rooms such as electrical/mechanical rooms, stairwells, IT closets, etc. 5. Schematic lighting control specifications and basic description of switching, sensors, control items and other items. 6. Fire alarm performance specification. c. Plumbing 1. Plumbing utility connection location and sizes coordinated with Civil Engineer. 2. Plumbing main pipe routing and sizes. 3. Preliminary Plumbing fixture and equipment schedules 4. Plumbing fixtures highlighted or hatched on plan for ease of locating. 5. Equipment requiring power, venting, and other services shown on plans for coordination with other trades @WG[ WGInc.com CPZ Architects, Inc. April 15, 2020 Page 7 of 23 d. Fire Protection 1. Basic performance specifications of wet fire protection systems. 2. Specifications for special fire protection and suppression systems such as dry systems, dry agent systems and high hazard systems. C. Construction Documents (50% and 90% Design) 1. Prepare Mechanical contract documents depicting the following: a. Air supply, return and exhaust outlet types, locations and air quantities. b. Ductwork routing and sizes. c. Thermostat locations and specifications. d. Air handling equipment locations and schedules detailing capacities, weights and electrical requirements. e. Approximate location of existing ductwork, piping and mechanical equipment. f. ComCheck Energy Code Calculations. 2. Prepare Electrical contract documents depicting the following: a. Power 1. Locations of telephone outlets, data outlets, electrical equipment outlets, general receptacle outlets and floor outlets. Client shall provide specific outlet locations where needed. 2. Circuiting of general-purpose outlets. 3. Equipment power requirements. 4. Special electrical requirements. 5. Electric service entrance and utility company coordination. 6. Electrical riser diagram. 7. Panelboard schedules. b. Lighting 1. Approximate location of light fixtures primarily using the architectural reflected ceiling plan. 2. Designation of light fixture types. Specialty light fixtures to be selected by Client. 3. Circuiting of light fixtures. 4. Switching and control of light fixtures. Client to provide marked plan indicating any special switching requirements in specific areas. 5. Lighting fixture schedule. 6. ComCheck Lighting Calculations. c. Fire Alarm System 1. Performance Specification. 3. Prepare Plumbing contract documents depicting the following: a. Plumbing fixture locations and identification. b. Plumbing pipe routing and sizes to a point 5'-0" beyond building edge. c. Plumbing fixture and equipment schedules. d. Plumbing Riser Diagrams for Sanitary Sewer, Domestic Water, Natural Gas and Storm Water systems. e. Interceptor specification and permitting assistance as applicable for sand/oil separators, grease traps, and similar items. f. Material specifications for plumbing systems. These specifications will have joint types and means of installation. @WGI. WGInc.com CPZ Architects, Inc. April 15, 2020 Page 8 of 23 4. Prepare Fire Protection contract documents depicting the following: a. Fire Sprinkler water entrance location(s) b. Performance specification and basic design criteria for fire sprinkler systems. Actual design of the fire sprinkler system will be performed by the installing contractor. c. If applicable, fire pump, fire pump controller, jockey and jockey pump controller sizing and specifications. The sizing of these items are only for power and water supply coordination purposes only. Any hydraulic calculations and final sizing of any fire protection equipment are to be the responsibility of the installing contractor. D. Construction Documents (Final) 1. Issuance of (1) Issue for Construction Set. 2. Design Finalization based on comments received from jurisdiction or coordination with other consultants. 3. Value Engineering exercises (if required). E. Specifications Book Specifications a. Engineer will prepare project specifications using standard CSI (Construction Specifications Institute) format for Divisions: 1. Division 21 - Fire Protection 2. Division 22 - Plumbing 3. Division 23 - Heating, Ventilating and Air Conditioning 4. Division 26 - Electrical 5. Division 28 - Electronic Safety and Security b. WGI will work to match architectural headers and footers and general formatting to the extent possible within the project time allotted. F. Production Software Revit (BIM) a. BIM modeling will be produced and issued in Revit format. b. Incoming models from the Architect and outgoing models issued by WGI will be in .RVT format. c. WGI can provide coordination models to the design team as requested, but not exceeding one MEP model posting per week. d. LOD (Level of Development) — LOD levels addressed within this proposal are defined by AIA Document E202-2008. e. The following details the items to be modeled by discipline and trade: 1. Mechanical (LOD 300) for the content listed below: a. Mechanical Equipment such as air handlers, VAV boxes, FCUs, fan powered boxes, etc. b. Main duct, branch ducts and major duct accessories (not every accessory will be modeled) c. Hydronic and condensate piping size 2" and larger @WGI. WGInc,com CPZ Architects, Inc. April 15, 2020 Page 9 of 23 2. Electrical (LOD 300) for the content listed below: a. Electrical equipment, panels, switchboards, transformers and other related large equipment b. Service and distribution conduit 2" and larger (no branch conduit will be modeled) c. Lighting fixture specified by WGI (interiors fixtures will be modeled by the Architect or Interior Designer) d. Cable tray (if applicable) 3. Plumbing (LOD 300) for the content listed below: a. Plumbing equipment b. Plumbing waste, vent and storm piping c. Domestic cold and hot water piping size 1" and larger (3/4" and smaller may be LOD 100 to 200 — schematic in nature and not in 3D) d. Natural gas piping 1. Plumbing fixtures will be modeled by the Architect (WGI to schedule fixtures if applicable and will pipe to services) 4. Other systems and equipment a. Process piping, fire alarm devices, security devices, telecommunications devices, and other related devices and system components will not be modeled within the scope of this proposal, but may be modeled at the discretion of WGI. G. Bidding Assistance 1. Response and drawing update to jurisdictional review comments. 2. Review Contractor Bid Documents and comment on pricing qualifications. 3. Respond to pre -bid RFI's. IV. LANDSCAPE ARCHITECTURE SERVICES $34,200.00 A. Code Minimum Landscape Plan Preparation of code minimum landscape plan for Schematic Design (SD), Design Development (DD), 50% and 90% Construction Documents (CD) and Final submittals. Landscape plans will be developed using Florida Friendly compatible plant concepts and will consist of location, botanic and common plant name, size, quantities and specific requirements for proposed planting materials. Plans will include written specifications and planting details associated with the proposed landscape design. B. Irrigation Construction Documents Preparation of irrigation plan and constructions documents. Irrigation plan set will include irrigation plan sheets, details and specifications for head locations, valves, piping, sleeving, etc. as required addressing the site specific irrigation requirements. C. Bidding Assistance During the bidding phase, WGI will provide the following services: 1. Attend pre -bid meeting; and 2. Prepare Bid Tabulation for of Landscape and Irrigation related items. @WGI. WGInc.com CPZ Architects, Inc. April 15, 2020 Page 10 of 23 V. CONSTRUCTION PHASE SERVICES $107,630.00 Construction services are highly dependent on the Contractor selected to perform the work. The services indicated below do not anticipate multiple reviews or observations of the same work, scheduled inspections of incomplete sections of the work, or structural design and re - engineering to correct poor construction workmanship. Any construction work observed to be substandard will be brought to the CLIENT's attention and associated services will be invoiced on a time and material basis. The construction observation services provided are dependent on notification by the Contractor for work which will be covered such as underground foundations, reinforcing within concrete forms to be cast, driven or cast piles, or structural steel covered by finishes or other substrates. The engineer cannot provide certifications of components beyond those specifically observed during the duration of our site visit. The construction services will consist of; A. Sign and seal a minimum of two (2) sets of plans for the contractor's use in obtaining the building permit. If the WGI structural documents are included as a part of a larger set of construction documents, the plans are to be provided by THE CLIENT. B. Attend preconstruction meeting and up to eighteen (18) monthly progress meetings. The meetings will be attended up to 60 hours per discipline. Attendance for each discipline is dependent on the phase of construction. C. Review shop drawings, O&M manuals, test reports, and other relevant submittal data. Shop drawings and other submittal data for the design work will be reviewed a maximum of two times. If a submittal is reviewed more than two times, the contractor, through the owner, will be charged at the standard hourly rates as listed in the attached professional services agreement. 1. Shop drawings are anticipated to consist of; a) Landscape products and materials b) Storm drainage structures, pipes, and fittings c) Sanitary sewer structures, pipes, and fittings d) Road subgrade, Base Course, asphaltic concrete e) Geotextile products f) Concrete mix designs g) Masonry materials and accessories h) steel reinforcement i) structural steel, steel deck, SJI steel joist review j) Door and window NOA review and verification that required design pressures are met. k) Fire Protection 1) Plumbing m) Heating, Ventilating and Air Conditioning n) Electrical @WGI. WGIncam CPZ Architects, Inc. April 15, 2020 Page 11 of 23 o) Electronic Safety and Security D. Provide interpretation of plans and specifications. Assist with review of contractor's proposals for any changes of work; E. Provide field observations of work progress. Provide observation reports to THE CLIENT for each field visit. Level of effort shall be that required to provide certification of project completion and conformance with plans and specifications as they relate to the structural design elements; 1. Civil Engineering has programmed up to six (6) site visits a) Perform periodic inspections of the drainage system construction work. Based upon the anticipated construction schedule, we have included four (4) site visits during the construction phase, including inspections to verify that structures and pipes are set to true line, grade and plumb. This will include line lamping inspections. b) Participate in one (1) pavement pre -placement meeting with the Contractor and appropriate Subcontractors, (prior to the construction of the regraded surfaces), including the material supplier, contractor / installer, and testing agency. 2. Structural Engineering has programmed up to twelve (12) site visits 3. MEP Engineering has programmed up to six (6) site visits. These site visits are generally allocated for: under slab and overhead/in-wall review for Main Control and MCC buildings, specialty equipment reviews for Laboratory Space and Bac-T/Chrom. spaces. 4. Landscape Architecture has programmed up to Three (3) site visits F. Resident Engineer/Special Inspections Services will be provided as an additional Service under separate cover. G. Commissioning Services for HVAC will be provided as an additional Service under separate cover. H. Participate in Substantial Completion and Final Completion walk-through inspections for the project. Provide THE CLIENT assistance in generating Punch List items for the project; and I. Provide project certifications of the observed portions and components of the work;(and) J. Prepare Record Drawings for the project based on red -lined drawings provided by the Contractor. One (1) hard copy and one (1) electronic copy (PDF and Autocad/REVIT versions) of Record Drawings shall be provided to the CLIENT. VI. SPECIAL INSPECTION / RESIDENT ENGINEER (SURE) SERVICES $65,420.00 Administration, MCC Buildings and Two (2) Pedestrian Bridges Construction services are highly dependent on the Contractor selected to perform the work. The services indicated below do not anticipate multiple reviews or observations of the same work, or scheduled inspections of incomplete sections of the work, Any construction work observed to be substandard will be brought to the CLIENT's attention and associated services will be invoiced on a time and material basis. The construction observation services provided are dependent on notification by the Contractor for work which will be covered such as underground foundations, reinforcing within concrete forms to be cast, driven or cast piles, or structural steel covered by finishes or other substrates. The SIRE cannot provide certifications of components beyond those specifically observed during the duration of our site visit. CPZ Architects, Inc. April 15, 2020 Page 12 of 23 The SI/RE services will consist of; A. Provide field observations of work progress. Provide observation reports to THE CLIENT, OWNER and Tamarac Building Official for each field visit. Level of effort shall be that required to provide permit certification of project completion and conformance with plans and specifications as they relate to the structural design elements. 1. Structural Engineering has programmed up to fifty (50) site visits for the Administrative and MCC Building. 2. Structural Engineering has programmed up to thirty-two (32) site visits for the Pedestrian Bridges. B. Specifically, Components which will be observed consist of: FOUNDATION/SLAB ON GRADE a) Excavation/sub-surface preparation/bearing capacity/densification/compaction testing agency b) Slab thickness, slopes, steps, recesses, construction joints, sawcut control joints. c) Installation of vapor retarder d) Clean forms e) Placement and sizes of welded wire fabric, fibrous reinforcing, anchor bolts, rebar, dowels, grade of steel, lap splice and embedment f) Concrete Cover g) Moisture protection (dewatering) h) Refer to reinforced concrete section for additional requirements including concrete placement 2. REINFORCED CONCRETE 1) REBAR (a) Condition — damage and/or excessive rust (b) Size/grade/bending/length/quantity/configuration (c) Placement and clearances (d) Sufficient wire ties (e) Length and splices/laps/hooked bars/embedment's (f) Clean before pour — free of rest or other coating that may prevent concrete bond to rebar (g) Additional reinforcement around openings 2) EMBEDDED ITEMS (a) Anchor bolts, bolt clusters, bearing plates, welded plates — In place and secure (b) Pipe sleeves (c) Frames (d) Inserts (e) Interference with rebar (f) Edge distance 3) PLACEMENT AND FINISHING OPERATIONS (g) General monitor of concrete pour (h) Check concrete truck tickets: concrete mix, mix number, placement, batch and time. @WGI. WGInc.com CPZ Architects, Inc. April 15, 2020 Page 13 of 23 (i) Independent testing lab taking cylinders for testing 0) Slump — Water added at jobsite? (k) General conformance of formwork per shop drawing (1) Wet formwork and reinforcing (m)lnternal vibrators and consolidation (n) Construction and contraction joints — pre -approved (o) Curing Methods (p) Maximum vertical drop height (q) Clean forms and equipment prior to placement (r) Disruption of rebar (s) Honeycombing, voids and repair (t) Properly space conduit in slab to ensure integrity of slab 4) PRECAST PRE -STRESSED CONCRETE (a) Compliance with structural contract documents and approved shop drawings (b) Condition after transport and erection (c) Width, depth and length (d) Bearing length (e) Flush Bearing (f) Unauthorized field modifications (g) Connections and special hangers (h) Expansion joints and construction joints (i) Inserts and block -outs 0) Special items, bolts, teflon plates, panels etc. 3. MASONRY (a) Compliance with structural contract documents (b) Thickness, size, strength and weight of block units (c) Mortar and grout type/mixing/placement (d) Bond Pattern (e) Tie -In at intersecting walls (f) Condition of block units after placement (g) Tie beam and tie columns — spacing, size and location (h) Control Joints (i) Horizontal joint reinforcing Q) Grouted cells (k) Lintels and bond beams (1) Steel placement, lap lengths, location of poured in vertical steel in same cell as dowel (m)Dovetails (n) Grouted vertical bar embedment in tie beam (o) Verification of filled cells/observation holes at base coarse/grout consolidated @WGI. WGInc.com CPZ Architects, Inc. April 15, 2020 Page 14 of 23 4. STRUCTURAL STEEL (a) Compliance with structural contract documents (b) Size and location of all steel components — quality, quantity, steel grade, finishes, straightness and camber (c) Plumbness/alignment and conformance to erection plan (d) Connections — welded and bolted / type and size / column bases - levelness and grout (e) Bolt tightening — Calibrated impact wrench (f) Unauthorized field modifications 5. CERTIFICATION AT COMPLETION OF PROJECT Upon completion of the project and prior to the issuance of a Certificate of Occupancy, the Special Inspector will file a signed and sealed statement with the Building Official, Architect, Engineer of Record and Contractor. VII. HVAC Commissioning (Cx) SERVICES $47,860.00 Administration and MCC Buildings WGI will provide Commissioning (Cx) Services for the project. The objective of commissioning is to provide documented confirmation that a facility fulfills the functional and performance requirements of OWNER, occupants, and operators. To reach this goal, it is necessary for the commissioning process to establish and document OWNER's Project Requirements, which are criteria for system function, performance, and maintainability (design intent); and to also verify and document compliance with these criteria throughout design, construction, start-up, and the initial period of operation. In addition, complete operation, and maintenance (O&M) manuals, as well as training on system operation, shall be provided to the building operators to ensure the building continues to operate as intended. The Cx shall be involved throughout the project from design development through the warranty phase. The primary role of the Cx during the overall Design Stage is to review the design to ensure it meets OWNER's objectives and develop detailed commissioning specifications. During construction, the Cx coordinates the execution of a testing plan, which includes observing and documenting all systems' performance to ensure that the systems are functioning in accordance with the Owner's Project Requirements and the contract documents. The Cx is not responsible for design or general construction scheduling, cost estimating, or construction management. The Cx scope consists of the following systems: Heating and Cooling Systems, Airside Distribution, HVAC Controls, Lighting and Domestic Hot Water The Cx Deliverables and Tasks are as follows: (a) Prepare Commissioning Plan (b) Monitor Construction/Equipment Install (Single Day Site Visit is programmed) (c) Review Testing Reports qDWGI. WGlnc,com CPZ Architects, Inc. April 15, 2020 Page 15 of 23 (d) Prepare Pre -Functional Checklists (e) Prepare Functional Performance Testing (f) Perform Functional Performance Testing (2 Days of Testing Onsite is Programmed) (g) Prepare Preliminary Commissioning Report (h) Prepare Final Commissioning Report (i) Coordinate/Review O&M Manuals BASIS OF THIS PROPOSAL This proposal is based on the following: 1. WGI shall be entitled to rely on the completeness and accuracy of all information provided by CLIENT. Information requested by WGI during the project will include, but may not be limited to, the building floor plans; plumbing, utilities, and roof drain plans; environmental assessments; geotechnical reports; and survey (with CAD file); 2. Engineering specifications and details will be included in the construction plans; 3. Significant site plan modifications will require an amendment to this contract. WGI will submit a separate proposal for those services; 4. Additional submittals and coordination with permitting agencies not due to WGI's work will be invoiced on an hourly basis; 5. Coordination and design of proposed electrical, telephone, television, and gas utilities shall be completed by others. WGI will exchange drawings with these utilities for coordination purposes and to incorporate their existing and proposed features into our plans for conflict resolution and informational purposes; 6. The project will be design and permitted under one phase; 7. Construction phase shall not exceed eighteen months; 8. Services not included: Architectural, Lighting, Traffic, Environmental, and Geotechnical. INFORMATION REQUIRED The following additional information will be required to begin design services on this project: 1. AutoCAD/REVIT and PDF files of proposed site, building plans/ base maps; and 2. CAD files of existing boundary and Topographic survey of the subject property. Any additional optional services requested by CLIENT will be provided in accordance with WGI's hourly fee schedule in effect at the time of service, or a fixed fee to be negotiated once a scope of service is defined. PROPOSAL ACCEPTANCE We appreciate the opportunity to be of service to CPZ Architects, Inc. Upon acceptance of this proposal, along with the attached Agreement Provisions and our current Fee Schedule, please sign and return an executed copy to this office. Please note that the Agreement Provisions are an integral part of this contract, are hereby incorporated by reference, and are controlling unless both parties expressly waive them in writing prior to commencement of work. By executing this Proposal, CLIENT expressly agrees to be bound by the Agreement Provisions and the enclosed Fee Schedule. Further, and whether this proposal is executed or not, the ordering of, acceptance of, or reliance on services performed by WGI constitutes acceptance of the attached Agreement Provisions. @WGI. WGInc,com CPZ Architects, Inc. April 15, 2020 Page 16 of 23 Respectfully submitted, WGI, Inc. Mario Echagarrua, PE Executive Vice President Jeffrey Bergmann, PE Structural Solutions @WGI. WGInc.com CPZ Architects, Inc. April 15, 2020 Page 17 of 23 CLIENT'S CORPORATE ATTESTATION: If signing this Proposal on behalf of a corporate entity, I hereby affirm that such entity is correctly identified above, and is legally valid, active, and duly licensed and authorized to conduct business in the State of Florida. I also affirm that I am duly authorized and have legal capacity to execute this Proposal and bind the corporate entity. Corporate Representative: Name (Printed) This Proposal accepted this day of 2020 By Name (Signature) CPZ Architects, Inc. Please provide the following billing information: Name / Company Name Billing Address City Contact Name Phone Number State Zip Email Address Fax Number Enc.: WGI, Inc. Agreement Provisions, Fee Schedule @WGI. WGlnc.com CPZ Architects, Inc. April 15, 2020 Page 18 of 23 WGI, INC. AGREEMENT PROVISIONS FEBRUARY 2019 1. Performance: WGI, Inc.'s (WGI) services pursuant to this Agreement ("Services") will be performed in a manner consistent with that degree of skill and care ordinarily exercised by members of the same profession currently practicing under similar circumstances in the same geographic area. No other warranties, expressed or implied, are made with respect to WGI's performance of Services. WGI is not a guarantor of the Project for which its Services are directed, and its responsibility is limited to work performed for the Client. WGI is not responsible for acts or omissions of the Client, nor third parties not under its direct control. Client's acceptance of WGI's Services constitutes acceptance of these Terms and Conditions. Billing/Payments: Invoices for WGI's Services and reimbursable expenses shall be submitted on a monthly basis. Payment shall be due on the date each invoice is received and shall be deemed delinquent 30 calendar days after issuance. Delinquent invoices shall accrue interest on the balance due at a rate of 18% per annum, or the highest interest rate allowable by law. Outstanding invoices delinquent beyond 45 calendar days may at WGI's election be deemed a notice to stop performance under this contract, and WGI may in that event suspend its Services until the invoice is paid, with no liability to WGI. Client shall make payment in full at or before delivery to Client of any reports, plans, record drawing, or certifications prepared under this Agreement. All attorneys' fees, court costs and/or expenses associated with collection of past due invoices will be paid by Client, whether or not suit is filed. Client's failure to timely pay any WGI invoice within 45 calendar days of issuance shall constitute a waiver of any and all claims against WGI. Retainers shall be credited on WGI's final invoice. 3. Fees: WGI's fees for its Services are set forth in WGI's Fee Schedule, which is attached as a separate exhibit to this Agreement or has otherwise been provided to Client. WGI's fees reflected in this Agreement exclude testing, permit fees, reproduction costs, and any service not reflected in this Agreement. All fees for Services are based on a one-time performance only. Additional Services and/or changes in service, whether field or office, shall be performed only after authorization by Client. Fees for changes and/or additional services are not included in this Agreement and shall be invoiced at the hourly rates quoted on WGI's then -current Fee Schedule. 4. Reimbursable Expenses: Direct costs including, without limitation, prints, copies, long distance phone calls, mileage, airfare, per diem, delivery service, etc., are not included in the above fees but shall be billed as Reimbursable Expenses at the rates set forth in WGI's then -current Fee Schedule. 5. Cost Estimates: Client hereby acknowledges that WGI has no control over the cost of labor or materials, contractors' methods of determining bid prices, or control over competitive bidding, market, or negotiating conditions. Thus, WGI cannot and does not warrant that estimates of probable construction or operating costs prepared or provided by WGI will not vary from actual costs incurred by Client. Client expressly agrees that WGI shall have no liability for any failure of bids or actual construction or operating costs to comply with Client's budget or WGI's cost estimates. 6. Storage: Material samples not consumed in the performance of WGI's Services may be discarded 30 days after submission of the test report unless Client requests other disposition. After notification to Client, WGI may charge Client for extended storage of materials, records, or equipment. 7. Indemnification: Client shall defend, indemnify, and hold harmless WGI, its employees, officers, directors, professionals, and subconsultants from and against any and all claims, damages, losses, and expenses (including reasonable attorney's fees) arising out of or resulting from the performance of the Services, except to the extent that any such claim, damage, loss, or expense is caused by the negligent act, omission, and/or strict liability of WGI. 8. Consequential Damages: Notwithstanding any other provision of this Agreement, and to the fullest extent permitted by law, neither Client nor WGI, their respective officers, directors, partners, employees, contractors or subconsultants shall be liable to the other or shall make any claim for any incidental, indirect or consequential damages arising out of or connected in any way to the Project, WGI's Services, or this Agreement. This mutual waiver of consequential damages shall include, but is not limited to, loss of use, loss of profit, loss of financing, loss of business, loss of income, loss of reputation, interest expenses, and any other consequential damages that either party may have incurred from any cause of action including negligence, strict liability, breach of contract and breach of strict or implied warranty. Both Client and WGI shall require similar waivers of consequential damages protecting all the entities or persons named herein in all contracts and subcontracts with others involved in this Project. 9. Hazardous Materials: Unless specifically and expressly set forth in WGI's scope of services under this Agreement, and only to the extent set forth therein, WGI shall have no responsibility for the discovery, presence, handling, removal or disposal of or exposure of persons to hazardous materials in any form at the Project site, including but not limited to asbestos, asbestos products, polychlorinated biphenyl (PCB) or other toxic substances. WGI's Services expressly exclude any Services for Client involving or related in any manner to hazardous substances, and Client shall defend, indemnify, and hold harmless WGI, its employees, officers, directors, professionals, and subconsultants from and against any and all claims, damages, losses, and expenses (including @WGI. WGInc,com CPZ Architects, Inc. April 15, 2020 Page 19 of 23 reasonable attorney's fees) arising out of or in any way related to the presence, discharge, release, or escape or contaminants or hazardous substance of any kind, or environmental liability of any nature, in any manner related to WGI's Services under this Agreement. 10. LIMITATION OF LIABILITY: To the fullest extent permitted by law, should WGI or any of its employees (professional or otherwise) be found to have been negligent in the performance of the Services, or to have made or breached any express or implied warranty, representation, or obligation under this Agreement, Client, all parties claiming through Client and all parties claiming to have in any way relied upon WGI's Services or the representations of the employees and agents of WGI agree that the maximum aggregate amount of the liability of WGI, its officers, employees and agents shall be limited to $50,000.00 or the total amount of the fee actually paid to WGI for its Services performed with respect to the Project, whichever is greater. In the event Client is unwilling or unable to limit WGI's liability in accordance with the provisions set forth in this subsection, Client may, upon written request of Client received within five days of Client's acceptance hereof, increase the limit of WGI's liability to a maximum of $1,000,000.00 by agreeing to pay WGI a sum equivalent to an additional amount of 10% of the total fee, or $10,000.00, whichever is greater, to be charged for WGI's Services. In the event professional fees increase during the Project, Client agrees to pay an additional 10% of said increase for the aforementioned higher limits on professional liability. This charge is not to be construed as being a charge for insurance of any type but is increased consideration for the greater liability involved. In any event, attorney's fees expended by WGI in connection with any claim shall reduce the amount available and only one such amount will apply to any Project. If any of the above provisions of this paragraph is/are deemed invalid or unenforceable for any reason, WGI's liability shall not exceed the available policy limits of any insurance policy providing coverage for WGI's Services on the Project. The provisions of this paragraph shall inure to the benefit of WGI's agents, representatives, consultants, officers, directors, and employees. WGI's agents, representatives, consultants, officers, directors, and employees shall be considered third -party beneficiaries for the purposes of this paragraph. The provisions of this paragraph shall survive the termination of this Agreement. 11. Termination of Services: Except in situations involving default for non-payment by Client to WGI, in the event of any default arising under this Agreement, the defaulting party shall be entitled to receive written notice specifying the default and the actions to be taken to cure the default. The party receiving the notice of default shall have 7 business days from the date of receipt of the notice to cure the specified default. In the event that the party fails to cure the specified default, the adverse party may declare a breach of this Agreement and terminate this Agreement upon serving a written notice of termination. In the event of such termination, Client shall pay WGI in full for all Services rendered up to the time of termination. 12. Events of Default: Client shall be in default under this Agreement if it (i) fails to pay in full any invoice from WGI on the due date or fails to make any other payment due to WGI under this Agreement, (ii) fails to observe or perform any other term, condition or covenant under this Agreement, (iii) breaches any warranty or representation made under this Agreement, (iv) dissolves, terminates or liquidates its business, or its business fails or its legal existence is terminated or suspected, (v) commences any voluntary or involuntary bankruptcy, reorganization, insolvency receivership, or other similar proceeding is commenced by or against Client, (vi) fails to work with WGI in good faith and fair dealing under this Agreement, or (vii) becomes insolvent, makes an assignment for the benefit of creditors, or coveys substantially all of its assets. 13. Suspension of Services: If the Project is suspended for more than thirty (30) calendar days in the aggregate, WGI shall be compensated for Services performed and charges incurred prior to such suspension and, upon resumption of services, WGI shall be entitled to an equitable adjustment in fees to accommodate the resulting demobilization and re -mobilization costs. In addition, WGI shall be entitled to an equitable adjustment in the Project schedule based on the delay caused by the suspension. If the Project is suspended for more than ninety (90) calendar days in the aggregate, WGI may, at its option, terminate this Agreement upon giving notice in writing to Client. 14. Ownership of Instruments of Service: All plans, data, reports, drawings, specifications, maps, surveys, ideas, scripts, sketches, designs, CAD files, field data, notes, and other documents and instruments prepared by WGI or its subconsultants, whether such work product is tangible or intangible ("Instruments of Service") shall remain the sole and exclusive property of WGI until such time as Client makes full and final payment to WGI pursuant to the terms set forth in this Agreement, and until such time, Client shall not use, deliver, solicit, transmit, or otherwise employ the Instruments of Service, whether directly or indirectly, by any means or manner. Client understands that changes or modifications to the documents made by anyone other than WGI may result in adverse consequences which WGI can neither predict nor control. Therefore, Client agrees, to the fullest extent permitted by law, to defend, indemnify, and hold harmless WGI from and against all claims, liabilities, losses, damages, and costs (including reasonable attorney's fees) arising out of or in any way connected with the modification, misinterpretation, misuse, or reuse by Client or others of the documents provided by WGI under this Agreement. If documents are provided to Client, Client's contractor, or Client's other consultants by WGI in electronic media, such as CAD files or other native format, Client agrees that this is solely as a convenience, and may not be relied on in the same manner as the signed, qDWGI. WGinc.com CPZ Architects, Inc. April 15, 2020 Page 20 of 23 sealed documents; nor are such electronic files represented to be accurate and faithful representations of the signed, sealed documents. WGI makes no representations or warranties regarding the accuracy, completeness, or readability of information contained in electronic media files. 15. Electronic Files: Any electronic files provided are non -certified recordings of printed documents prepared by WGI. These files are provided only for the convenience of Client, or other Receiving Party, and are intended solely for the exclusive use by that party for the purposes expressly authorized. In accordance with standard industry practice, only printed copies of documents conveyed by WGI may be relied upon. Under no circumstances shall these files be used for construction or staking. Any use of the information obtained or derived from these electronic files will be at Client's, or other Receiving Party's, sole risk. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data's creator, Client, or other Receiving Party, agrees that it has 30 days to perform acceptance tests, after which it shall be deemed to have accepted the data thus transferred. 16. Successors and Assigns: Client shall not assign, sublet, or transfer any rights under or interest in this Agreement without the prior written consent of WGI. Except where specifically stated otherwise in this Agreement, nothing herein shall be construed to give any rights or benefits hereunder to anyone other than Client or WGI. 17. Third Parties: Except as expressly provided herein, nothing in this Agreement shall confer any right, remedy or claim upon any person or entity not a signatory to this Agreement. 18. Corporate Protection: WGI's performance of Services under this Agreement shall not subject WGI's individual employees, officers or directors to any personal legal exposure for the risks associated with this Project. Therefore, and notwithstanding anything to the contrary contained herein, Client agrees that as Client's sole and exclusive remedy, any claim, demand or suit shall be directed and/or asserted only against WGI, and not against any of WGI's employees, shareholders, officers, or directors. 19. Severability and Survival: If any term of this Agreement is to any extent held to be invalid or unenforceable, then such term shall be excluded to the extent of such invalidity or unenforceability, and all other terms hereof shall remain in full force and effect. All obligations arising prior to the termination of this Agreement and all provisions of this Agreement allocating responsibility or liability between Client and WGI shall survive the completion of WGI's Services hereunder and the termination of this Agreement. 20. Merger and Amendment: This Agreement constitutes the entire agreement between WGI and Client, and all 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 WGI and Client. 21. Applicable Law and Venue: Unless otherwise specified, this Agreement shall be governed by the laws of the State of Florida. Venue for all disputes between the Parties arising from or relating to this Agreement shall lie exclusively in a court of competent jurisdiction in Palm Beach County, Florida. 22. Mediation: All disputes between the Parties arising out of or relating to this Agreement shall be submitted to non -binding mediation as a condition precedent to litigation, unless the Parties mutually agree otherwise in writing. 23. Statute of Limitations and Repose: Any applicable statute of limitations or repose shall commence to run, and any cause of action shall be deemed to have accrued on the date WGI's drawings are sealed, but in any event not later than the date of substantial completion of the project for which WGI's services are provided. 24. PURSUANT TO FLORIDA STATUTES § 558.0035 (2013) AN INDIVIDUAL EMPLOYEE OR AGENT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE. THE FOLLOWING TERMS AND CONDITIONS SHALL ALSO APPLY FOR ALL PROJECTS INVOLVING CONSTRUCTION -RELATED SERVICES 25. Construction Administration: WGI's responsibility to provide Basic Services for the Construction Phase under this Agreement commences with the award of the initial Contract for Construction and terminates at the earlier of the issuance to the Client of the final Certificate for Payment or 60 days after the date of Substantial Completion of the Work. WGI shall provide administration of the Contract for Construction as set forth below and in the General Conditions of the Contract for Construction. 26. Construction Observation: WGI, as a representative of the Client, shall visit the site at intervals appropriate to the stage of the Contractor's operations, (1) to become generally familiar with and to keep the Client informed about the progress and quality of the portion of the work relating to WGI's scope, (2) to endeavor to advise Client of defects and deficiencies in such work, and (3) to qDWGI. WGInc.com CPZ Architects, Inc. April 15, 2020 Page 21 of 23 determine in general if the work is being performed in a manner indicating that the Work, when fully completed, will be in accordance with the Contract Documents. However, WGI shall not be required to make exhaustive or continuous on -site observations to check the quality or quantity of the work. WGI shall not be responsible for inspecting the Contractor's work, does not have the right to stop Contractor's work, and shall not be liable for construction defects or deficiencies. 27. General Contractor's Responsibilities for Construction and Jobsite Safety: Neither the professional activities of WGI, nor the presence of WGI or its employees and subconsultants at a construction/Project site, shall impose any duty on WGI, nor relieve the Contractor of its obligations, duties and responsibilities including, but not limited to, construction means, methods, sequence, techniques or procedures necessary for performing, supervising, and coordinating the Work in accordance with the Contract Documents and any health or safety precautions required by any regulatory agencies. WGI and its personnel have no authority to exercise any control over any construction contractor or its employees in connection with their work or any health or safety programs or procedures. Client agrees that the Contractor shall be solely responsible for jobsite and worker safety and agrees that this intent shall be carried out in the Client's contract with the Contractor. Client also agrees that the Contractor shall defend and indemnify the Client, WGI and WGI's subconsultants from and against any and all claims, damages, losses, and expenses (including reasonable attorney's fees) arising out of or relating to construction and jobsite safety. Client also agrees that Client, WGI and WGI's subconsultants shall be made additional insureds under the Contractor's policies of general liability insurance. 28. Property Insurance: Client agrees to procure, or cause to be procured, property insurance written on a builder's risk "all-risk" or equivalent policy form in the amount of the construction costs, comprising total value for the entire project at the site on a replacement cost basis without optional deductibles. Such property insurance shall be maintained until final completion of the project, or until no person or entity other than Client has an insurable interest in the project, whichever is later. This policy shall name WGI as an additional insured. Client further agrees to waive all rights against WGI for damages that are, or could have been, covered by property insurance and such waiver of subrogation shall be effective notwithstanding any duty of indemnity, contractual or otherwise. 29. Deviations from Contract Documents: WGI shall report to the Client known deviations from the Contract Documents by the Contractor. However, WGI shall not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. WGI shall not have control over or charge of and shall not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or of any other persons or entities performing portions of the Work. 'q. Certificates for Payment: WGI shall review and certify the amounts due to Contractor and shall issue certificates for such amounts. Such certification for payment shall constitute a representation to the Client, based on WGI's evaluation of the Work and on the data comprising the Contractor's Application for Payment, that the Work has progressed to the point indicated and that, to the best of WGI's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents. The foregoing representations are subject (1) to an evaluation of the Work for conformance with the Contract documents upon Substantial Completion, (2) to results of subsequent tests and observations, (3) to correction of minor deviations from the Contract Documents prior to completion, and (4) to specific qualifications expressed by WGI. The issuance of a Certificate of Payment shall not be a representation that WGI has (1) made exhaustive or continuous on -site observations to check the quality or quantity of the Work, (2) reviewed construction means, methods, techniques, sequences or procedures, (3) reviewed copies of requisitions received from Subcontractors and material suppliers and other data requested by the Client to substantiate the Contractor's right to payment, or (4) ascertained how or for what purpose the Contractor has used money previously paid on account of the Contract Sum. 31. Rejection of Work: WGI shall have authority to reject Work that does not conform to the Contract Documents. Whenever WGI considers it necessary or advisable, WGI shall have authority to require observation or testing of the Work in accordance with the provisions of the Contract Documents, whether or not such Work is fabricated, installed or completed. However, neither this authority of WGI nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to any duty or responsibility of WGI to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees or other persons or entities performing portions of the Work. 32. Submittals: WGI shall review and approve or take other appropriate action upon the Contractor's submittals such as shop drawings, product data and samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. WGI's action shall be taken with such reasonable promptness as to cause no unreasonable delay in the Work or in the activities of the Client, Contractor or separate contractors, while allowing sufficient time in WGI's professional judgment to permit adequate review. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the sole responsibility of the Contractor as required by the Contract Documents. WGI's review shall not constitute approval of safety precautions or, unless otherwise specifically stated in writing by WGI, of any construction means, methods, techniques, sequences or procedures. WGI's approval of a specific item shall not indicate approval of an assembly of which the item is a component. Z. Contractor's Design Professionals: If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of the Contractor by the Contract Documents, WGI shall specify appropriate performance and design criteria that such services must satisfy. Shop drawings and other submittals related to the Work designed qDWGI. WGInc.com CPZ Architects, Inc. April 15, 2020 Page 22 of 23 or certified by the design professional retained by the Contractor shall bear such professional's written approval when submitted to WGI. WGI shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals. 34. Change Orders: WGI shall prepare Change Orders and Construction Change Directives, with supporting documentation and data if deemed necessary by WGI for the Client's approval and execution in accordance with the Contract Documents, and may authorize minor changes in the Work not involving an adjustment in the Contract sum or an extension of the Contract Time which are consistent with the intent of the Contract Documents. 35. Submittals and Final Completion: WGI shall conduct observations to determine the date or dates of Substantial Completion and the date of final completion, shall receive from the Contractor and forward to the Client, for the Client's review and records, written warranties and related documents required by the Contract Documents and assembled by the Contractor, and shall issue a final Certificate for Payment based upon a final observation indicating that the Work complies with the requirements of the Contract Documents. 36. Interpretations and Decisions: Interpretations and decisions of WGI shall be consistent with the intent of and reasonably inferable from the Contract Documents and shall be in writing or in the form of drawings. When making such interpretations and initial decisions, WGI shall endeavor to secure faithful performance by both Client and Contractor, shall not show partiality to either, and shall not be liable for results of interpretations or decisions so rendered in good faith. qDWGI. WGinc,com CPZ Architects, Inc. April 15, 2020 Page 23 of 23 WGI, INC. FEE SCHEDULE EFFECTIVE DATE - FEBRUARY 25, 2019 ENGINEERING SERVICES Hourly Rate Executive Engineer S275.00 Chief Engineer S250.00 Senior Project Minayer 5210.00 Principal Engineer 5230.00 Project Manage r 5185.00 Senior Engineer 5170.00 Senior Project Engineer 5160.00 Project Engineer 5150.00 Senior Designer 5145.00 Engineer S140.00 Senior Engineer Intern S130.00 Engineer Intern S100.00 Chief Designer S165.00 Designer S100.00 Field Engineer 6150.00 Field Inspector S110.00 SURVEYING SERVICES Principal Surveyor S250.00 Senior Project Manager S200.00 Project Mianager S185.00 Senior Professional Surveyor S170.00 Photograrmmetrist S150.00 Professional Su rveyor S140.00 Survey Intern S100.00 Senior Survey Technician S140.00 Survey Technici an S100.00 SUE Technician S100.00 2 Person Field Surrey Crew S140.00 3 Person Field Surrey Crew S180.00 4 Person Field Survey Crew S210.00 5 Person Field Survey Crew S285.00 2 Person SUE Cre%v S150.00 3 Person SUE Crew S200.00 4 Person SUE Crew S250.00 5 Person SUE Crew S300.00 Chief Utility Coordinator 5210.00 Senior Utility Coordinator 5150.00 Utility Coordinator S130.00 Laser Scan Grew 5250.00 HydrographiclBalhymetric Grow 5325.00 PLANNING SERVICES Hourly Rate Principal Planner S225.00 Senior Project Manager S180.00 Project Potanager 5150.00 Senior Planner S130.00 Planner 5100.00 Entry Level PI nner 585.00 LANDSCAPE ARCHITECTURE SERVICES Principal Landscape Architect S200.00 Senior Project Manager 5150.00 Project Manager S150.00 Senior Designer S130.00 Designer S100.00 Entry Level Designer S85.00 ENVIRONMENTAL SERVICES Principal Environmental Scientist 9200.00 Senior Environmental Scientist S180.00 Project Manager S135.00 Environmental Scientist S120.00 Environmental Technician S90.00 ARCHITECTURAL SERVICES, Project latanager S185.00 Senior Architect S260.00 Project Architect S180 ,00 Architect S145.00 Architect Intern S100.00 OTHER PROFESSIONAL SERVICES Expert Witness 5350.U0 GIS Technician S100.00 Administrative Assistant S75.00 REIMBURSABLE EXPENSES Copies, Black , V.1hite (each) S 0.30 Copies; Color (each) S 1.00 Plots, Black & White (each) S 2.H Plots, Color (each) S15.00 Mylars (each) S70.00 Foam Core Presentation boards (each) 57,50 All Third -Party Expenses Cost + 15% Expenses: In addition to labor, WGI, Inc. bills for the following project related costs at a contractually agreed markup: printing; conference calling charges; document review, permit or recording fees paid on behalf of CLIENT; shipping; bid advertisement; specialty materials, software or equipment rental; sub -consultant fees; costs of project related employee travel including meals, lodging, airfare and miscellaneous travel costs such as lolls, parking, etc.; mileage for all company -owned vehicles (trucks) will be charged at S0.85/mile; employee owned vehicles used for transportation related to the Project will be charged at the prevailing federal mileage rate allowed by the IRS at the time the travel occurs. WGI, Inc. also bills for the cost of internal reproduction i the use of specialized equipment related to subsmtace utility vacuum excavation, mobile scanning (LIDAR), and hydrographic surveying. @WG[ WGInc,com ,Ah1TLC ENGINEERING S O L U T I O N S June 3, 2020 Chris P. Zimmerman, AIA President CPZ ARCHITECTS, INC. 4316 West Broward Boulevard, Plantation, Florida 33317 201 North Elmar Drive, Suite 201, Jensen Beach, FL 34957 D: (954) 328-2276 E: chris@cpzarchitects.com Re: City of Tamarac - Water Control Building Professional Engineering Services Proposal Dear Chris: It is our pleasure to submit our proposal regarding the City of Tamarac - Water Control Building project and we look forward to working with the CPZ ARCHITECTS, INC. (CLIENT) design team on this project. As we discussed, TLC Engineering Solutions, Inc. (TLC) proposes to provide Technology engineering services for the project, with proposed scope and fee as outlined below. PROJECT SCOPE We understand the project is to consist of a new two story building of approximately 13,236 sf to be located at 7803 NW 61st St, Tamarac, FL 33321. TLC's proposal is based on information provided in the word document Attachment "B" Technology Requirements received on June 2, 2020. BASIC SCOPE OF SERVICES Basic Scope of Services shall be as outlined in AIA Document B101 — 2017 Edition — Standard Form of Agreement Between Owner and Architect, Article 3. TLC shall provide professional engineering and design services for: a. Communications/Technology Systems Engineering, including voice/data, audio/visual, and security systems as defined in ATTACHMENT C. The BIM Modeling platform TLC will utilize for this project is Revit. Refer to ATTACHMENT F for level of design, model deliverables and TLC's role in the coordination process. TLC will support the use of Autodesk BIM 360, but expects that architectural model to be frozen a reasonable time before submission of deliverables. City of Tamarac - Water Control Building Professional Engineering Services Proposal Page 2 TLC anticipates submittals at the following design stages: ➢ Schematic Design ➢ Design Development ➢ 50% Construction Documents ➢ 100% Construction Documents ➢ Permitting ➢ Bidding ➢ Construction Administration Up to four (8) design review conference calls are included in TLC's proposed work scope. TLC Design modifications may occur during the design and construction process, because it is impossible to foresee or anticipate every design issue until the design work is completed. Modifications can result in increases or decreases in actual construction cost. Therefore, it is important that a reasonable allowance or contingency be included in the bid to accommodate any changes in design as developed for this proposal. CONSTRUCTION PHASE SERVICES Construction Phase Services provided for this project shall include: 1. Response to bidder questions. 2. Response to local permitting official's comments. 3. Response to Contractor's Request for Information (RFI) during the construction period. 4. A total of three (8) construction site visits including four (4) punch lists to become generally familiar with the progress and quality of the construction work in order to determine if the work is being performed in general accordance with the construction documents. Substantial completion and final inspection, if requested, would each constitute a site visit. INFORMATION TO BE FURNISHED BY THE OWNER In addition to Owner's Responsibilities defined in AIA Document B101 — 2007 Edition — Standard Form of Agreement Between Owner and Architect, Article 5, specific information and material that impacts the design shall be provided to TLC as shown in ATTACHMENT A. ADDITIONAL SERVICES Additional services, when requested in writing, shall be performed for additional compensation. Additional Services are as defined in AIA Document B101— 2007 Edition —Standard Form of Agreement Between Owner and Architect, Article 4. Additional Services also include those items shown in ATTACHMENT B. TLC shall submit the estimated additional services cost for approval and authorization prior to proceeding with a design. City of Tamarac - Water Control Building Professional Engineering Services Proposal Page 3 FEE Design Phase • Schematic Design • Design Development • Construction Documents • Permit • Bidding • Construction Administration TOTAL Technology Fee $ 2,650 $ 5,300 $ 9,275 $ 1,325 $ 1,325 $ 6,625 $ 26,500 AIT LC Fees are inclusive of conventional reimbursable expenses. Conventional reimbursable expenses include routine local travel, photography, and plotting required for in-house coordination only. Non - conventional expenses, including unanticipated travel related cost, airfare, mileage, meals, lodging, reproduction expenses for submittals shall be reimbursable at 1.0 times direct cost. Billing will be monthly, based upon percent of services completed and reimbursable expenses. Payment is due within 60 days of OWNER's receipt of invoice. If this proposal is acceptable, your signature below will confirm TLC's authorization to proceed. Retain one copy and return one copy to TLC Engineering Solutions, Inc. at the address on page 1 of this proposal. This authorization constitutes OWNER's commitment to pay the fee and reimbursable expenses. Alternatively, TLC can enter into a contract agreement with OWNER using AIA Document 13101 — 2007 Edition — Standard Form of Agreement Between Owner and Architect. Please refer to ATTACHMENT D for Special Conditions to the Agreement. We look forward to your favorable selection of TLC and the opportunity to assist your team for this and future projects. Please give me a call with any questions or comments. Yours truly, TLC ENGINEERING SOLUTIONS, INC. Juan Car os erez Associate/Project Manager CPZ ARCHITECTS, INC. Print Name and Title Taw North, RCDD, LEED AP Division Director Date City of Tamarac - Water Control Building Professional Engineering Services Proposal TLC Page 4 ATTACHMENT A INFORMATION TO BE FURNISHED BY THE OWNER Professional Engineering Services Proposal June 3, 2020 1. Updated, CAD -generated pre -bordered base sheets, site plans, life safety plans, elevations, building sections, reflected ceiling plans and architectural floor plan backgrounds, complete with room names, numbers and rated or special wall construction, will be provided by the Architect during the course of the design (TLC standard is Revit MEP 2020). 2. Room data sheets for each area, indicating equipment and furniture locations, quantity of each type of outlet, receptacle and connection for services as part of the TLC design. 3. Civil, site drawings and surveys, indicating all underground and overhead mechanical, plumbing and electrical site utilities, which may affect design. 4. Catalog cut sheets for OWNER -furnished equipment requiring network connections. 5. Reliable and accurate existing drawings. Extensive field verification or development of as -built documentation of existing systems is not anticipated or included in proposed work scope. Spotify IT Design Professional Engineering Services Proposal ,OTLC Page 5 ATTACHMENT B ADDITIONAL SERVICES Professional Engineering Services Proposal June 3, 2020 AIA Document B101 — 2007 Edition — Abbreviated Standard Form of Agreement Between Owner and Architect, Article 4. 2. Construction site visits or attendance at design review meetings, as requested by the OWNER, in excess of the number of site visits defined in this proposal. 3. Value Engineering meetings and subsequent engineering or design revisions to incorporate accepted value engineering items, including changes to system design after construction documents have been completed. 4. Significant revisions to the program, design philosophy or Architectural plans after Design Development approval, or to systems selected following schematic phase, and which result in redesign expenses. 5. BIM Modeling level of detail, Model deliverables and TLC's role in the coordination process beyond the scope identified in ATTACHMENT F. 6. Detailed project phasing, preparation of multiple phasing plans, or preparation of multiple sets of construction documents or document packages. 7. Change in applicable code, resulting in redesign effort or expenses. 8. Currently unidentified specialty electrical, lighting or communication systems, including voice/data, audio/visual, security, or other low voltage electronic systems. 9. Acoustical consulting. 10. Active Network Electronics (Network Switches, Routers, Firewalls, Etc.) 11. Personal computers, copiers, printers, tablets or laptops 12. Cable TV or Satellite headend systems 13. Overhead paging 14. Intrusion Detection 15. Phone systems and phone handsets. 16. Document reproduction beyond those required for in-house coordination and submittals as outlined above. 17. Design of site features and amenities outside of building footprint and not directly attached to the building. 18. Development of "as -built" or record drawings. 19. Detailed cost estimating services. Spotify IT Design Professional Engineering Services Proposal Page 6 ATTACHMENT C COMMUNICATIONS & TECHNOLOGY DETAILED SCOPE OF WORK Professional Engineering Services Proposal June 3, 2020 VOICE AND DATA DESIGN SERVICES %%TLC 1. TLC will work with the client and discuss what connectivity the client would like in each space. 2. TLC will provide complete floor plan layouts, wiring diagrams, installation details, and full Architectural Specifications. 3. TLC will provide complete coordination with all of the systems being designed in the spaces including HVAC, plumbing, fire protection, electrical, architectural, structural, and furniture systems. Our proposal includes complete Voice/Data design of the facility, and can encompass the following scope as to match the owner's preference: • Information Transport systems to be design in compliance with BICSI and TIA cabling standards. • Distribution, sizing, and layout of IT rooms, interfacing with the Architect for space considerations. • Voice distribution system to accommodate voice over internet protocol (VOIP) phone switch and owner selected property management system. • Wireless network design using WiFi modeling software. Design to be coordinated with Owner's IT department to ensure equipment standards are maintained. • Develop a cabling standard for the project with client input. Voice/Data Horizontal Structured Cabling System cabling to common areas. • Provide and coordinate power needs to devices throughout the buildings to Electrical Engineer to service data wired and wireless equipment. • Outside Plant Infrastructure to connect new building to Service Provider's Network and existing buildings at the Water Treatment Plant. • Distributed Antenna System design for amplification of Public Safety radio network to be provided by others. TLC will provide performance based specifications identifying all system requirements. Spotify IT Design Professional Engineering Services Proposal Page 7 AUDIO VIDEO DESIGN SERVICES ,1ITLC 1. TLC will work with the client and discuss what functionality the client would like in each space. TLC will make recommendations based on that functionality, and develop a system that is within the client's budget. 2. TLC will provide complete functionality narratives, floor plan layouts, signal flow diagrams, installation details, and full Architectural Specifications. 3. TLC will provide complete coordination with all of the systems being designed in the spaces including HVAC, plumbing, fire protection, electrical, architectural, structural, and furniture systems. Our proposal includes the following AV systems: • Meeting Spaces Audio/Video Systems - stand alone, contained in each space SECURITY DESIGN SERVICES 1. TLC will work with the client and discuss the goals of the security system as a whole, and how the budget impacts the design choices we establish. TLC will prioritize the desires to allow as much system functionality as required, but maintain the budget. 2. TLC shall provide an IP based Access Control System design. TLC will work with the client to provide a safe and secure environment with code compliant access control equipment. Design services shall include biddable documents with complete floor plan layouts, Access Control system selection and recommendation, door hardware coordination, card reader and card creation hardware if required, door hardware and equipment coordination matrix, door installation details, and full Architectural Specifications. 3. TLC shall provide an IP based Closed Circuit Camera System design. Design services shall include biddable documents with complete floor plan layouts, Video Management System (VMS), camera selection, network attached storage equipment, bandwidth/storage calculations, coverage areas, installation details, and full Architectural Specifications. 4. TLC shall provide intercom and Emergency Phone system design as required. Design services shall include biddable documents with device locations, product selection, and full Architectural Specifications. 5. TLC will provide complete coordination with all of the systems being designed in the spaces including HVAC, plumbing, fire protection, electrical, architectural, structural, and furniture systems. Spotify IT Design Professional Engineering Services Proposal "TLC Page 8 ATTACHMENT D SPECIAL CONDITIONS TO THE AGREEMENT Professional Engineering Services Proposal June 3, 2020 Energy and Water Estimates: Since TLC has no control over building and equipment operation, climatic conditions or utility rate changes, TLC cannot and does not guarantee that actual building or system energy usage, water usage, or operating costs will not vary from any estimates, calculations, or models prepared by TLC. Dispute Resolution: Any claims or disputes made during design, construction, or post -construction between the OWNER and TLC shall be submitted to non -binding mediation. The OWNER and TLC agree to include a similar mediation agreement with all contractors, subcontractors, subconsultants, suppliers and fabricators, thereby providing for mediation as the primary method for dispute resolution between all parties. Billing/Payments: All invoices shall be paid within 15 days of OWNER's receipt of invoice. If an invoice is not paid within 60 days, TLC may, without waiving any claim or right against the OWNER, and without liability whatsoever to the OWNER, terminate the performance of these services. Accounts unpaid 60 days after the invoice date may be subject to a monthly service charge of 1.5% (or the legal rate) on the then unpaid balance. In the event any portion or all of an account remains unpaid 90 days after billing, the OWNER shall pay all costs of collection, including reasonable attorney's fees. Indemnification: The OWNER shall, to the fullest extent permitted by law, indemnify and hold harmless TLC, its officers, directors, employees, agents and subconsultants from and against all damage, liability and cost, including reasonable attorney's fees and defense costs, arising out of or in any way connected with the performance by any of the parties above named of the services under this agreement, excepting only those damages, liabilities or costs attributable to the sole negligence or willful misconduct of TLC. Any such liabilities attributable to TLC are limited to a maximum dollar amount equal to the total of TLC's fee for the project. Certifications: TLC shall not be required to execute any document that would result in its certifying, guaranteeing or warranting the existence of conditions whose existence TLC cannot ascertain. This includes, but is not limited to existing building conditions that cannot be known or verified without demolition or destructive investigation. Ownership of Documents: All documents (including electronic files) produced by TLC under this agreement shall remain the property of TLC and may not be used by the OWNER or any of the OWNER's other consultants, contractors, etc., for any other endeavor without the written consent of TLC. Consequential Damages: Notwithstanding any other provision of this Agreement, neither party shall be liable to the other for any consequential damages incurred due to the fault of the other party, regardless of the nature of this fault or whether it was committed by the OWNER or by TLC, their employees, agents, subconsultants or subcontractors. Consequential damages include, but are not limited to, loss of use and loss of profit. Delays: TLC is not responsible for delays caused by factors beyond TLC's reasonable control, including but not limited to delays because of strikes, lockouts, work slowdowns or stoppages, accidents, acts of God, failure of any governmental or other regulatory authority to act in a timely manner, failure of the OWNER to furnish timely information or approve or disapprove of TLC's services or work product promptly, or delays caused by faulty performance by the OWNER or by contractors of any level. When such delays beyond TLC's reasonable control occur, the OWNER agrees TLC is not responsible for damages, nor shall TLC be deemed to be in default of this Agreement. Spotify IT Design Professional Engineering Services Proposal Page 9 ATTACHMENT E BILLING RATES TLC Engineering Solutions, Inc. (TLC) BILLING FACTOR DESIGNATION 6 Director 5 Senior Engineer, Manager 4 Project Engineer, Manager 3 Engineer, Specialist 2 Graduate Engineer, Designer, Administrative Secretary 1 Technician, Secretary, Intern, Clerical Rates subject to change with 30 days prior notice. Special Consulting - 1.5 to 2.0 times normal billing rate. Rev. 7/8/2015 "TLC BILLING RATES $ 205 175 150 120 95 70 Spotify IT Design Professional Engineering Services Proposal ALITLIC, Page 10 ATTACHMENT F BIM EXECUTION PLAN Professional Engineering Services Proposal The following are expectations for Revit BIM Modeling of the project: BIM Modeling platform for this project is Revit. The version of Revit will not change after 100% Design Development documents. 2. General a. TLC anticipates that models outside of TLC control are completed to a certain point prior to TLC commencing their work. An example is floor plan layout should be relatively agreed with the end user, prior to TLC populating the model with devices. 3. Authorized uses of TLC Revit Models a. Permit: Model will include sheets which will be used to produce 2-dimensional permit plans. b. Bidding: Model will include sheets which will be used for bidding purposes. C. Construction: Model is suitable for hand off to Subcontractors to start Shop/Fabrication Drawing production. d. Coordination: Model is suitable for use to start the coordination process, which will be based upon shop fabrication drawings produced by the Contractor, who shall be responsible for coordination of the building. The Design model is intended to be the correct quantity, approximate dimensions, and locations, but is not a substitute for contractor shop drawings or fabrication drawings. CONSTRUCTION MANAGEMENT SERVICES, INC. 10 Fairway Drive • Suite 301 • Deerfield Beach, Florida 33441 •954-481-1611 • FAX 954-427-3142 April 16, 2020 Mr. Chris Zimmerman CPZ Architects, Inc. 4316 W. Broward Blvd. Plantation, Florida 33317 Re: City of "Tamarac — Water Treatment Plant Improvements REVISED PROPOSAL Dear Chris: Pursuant to your request, CMS, Inc. is very pleased to provide Professional Estimating services on the above -captioned project. The scope of work includes, but is not limited to the following: 1) Administration Building 2) MCC Building 3) Storage Building 4) Fluoride Building 5) EXTENSIVE SITE IMPROVEMENTS The fees to provide these estimating services are as follows: 1) 65% Construction Documents Detailed Estimate for a lump sum fee in the amount of $64,704.00 Should you agree to the above terms, please sign in the space provided below and return an executed copy to this office. CMS-CONST_P,UCTION MANAGEMENT SERVICES' INC. Keith Emery, President Date: April 16, 2020 Chris Zimmerman, Principal CPZ Architects, Inc. Date: KE/em Ouantity Survevors / Cost Consultants / Construction Managers Client#: 1050588 CPZARC1 AC:UHUTM CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 10/21 /2019 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 r'-''RESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. JRTANT: 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 USI Insurance Services, LLC 2502 N Rock Point Di y nDrive Suite 400 CONTACT PHONE 813 321-7500 FAX No, Ed): A/C, "° ; -M E-MAIL ADDRESS: INSURERS) AFFORDING COVERAGE NAIC # Tampa, FL 33607 INSURER A : Travelers Indemnity Company of CT INSURER B : Travelers Indemnity Company 25682 INSURED CPZ Architects, Inc. 25658 INSURER C : Travelers Casualty and Surety company 19038 4316 West Broward Blvd. INSURER D ;Argonaut Insurance Company 19801 Plantation, FL 33317 INSURER E : INSURER F : --- --- --- ---•-•--. .. RCVIOIUN INUMtSLK: 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 CONTRACTOR 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 ADDLSUBR LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MM/DDY� MM/DD YYXYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR X X 6801 H881909 10/16/2019 10/16/2020 EACH OCCURRENCE $1,000,000 PREMISES ERENTED occurrence)$1,000,000 MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRO- n POLICY _ JECT I LOC GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $2,000,000 OTHER: $ �1 1TOMOBILE X LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY X AUTOS ONLY X X 6801 H881909 10/16/2019 10/16/2020 Oa aBINEDtSINGLE LIMIT $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ B C D X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X N / A X X CUP6G403954 UB7J181936 121AE015797400 10/16/2019 10/16/2019 10/16/2019 10/16/202 10/16/202 10/16/2020 EACH OCCURRENCE s3,000,000 AGGREGATE $3 OOO OOO DED X RETENTION $1 OOOO WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/" EXCLUDED? ❑ Mandatory in If yes, describe under DESCRIPTION OF OPERATIONS below Professional Liability X PER STA UTE EORH E.L.OFFICER/MEMBER EACH ACCIDENT $1,000000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 $2,000,000 per Claim $2,000,000 Ann[ 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 an additional insured with respect to General Liability as required by written contract. r`CoTIGIr`ATc U^1 - City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) 1 of 1 #S26928606/M26925168 U 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD cGc7D