HomeMy WebLinkAboutCity of Tamarac Resolution R-2020-120Temp. Reso. #13528
December 9, 2020
Page 1 of 4
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2020- /,2O
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, APPROVING TASK
AUTHORIZATION NO. 21-03D AND AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO EXECUTE TASK
AUTHORIZATION NO. 21-03D WITH ECKLER
ENGINEERING, INC., TO PROVIDE PROFESSIONAL
SERVICES FOR THE DESIGN OF THE WATER
TREATMENT PLANT (WTP) FILTER REPLACEMENT
PROJECT IN THE AMOUNT OF $486,885; INCLUDING
PREPARATION OF DETAILED PLANS AND
SPECIFICATIONS FOLLOWED BY BIDDING ASSISTANCE
AND ENGINEERING SERVICES DURING CONSTRUCTION,
IN ACCORDANCE WITH THE CITY'S CONSULTING
ENGINEERING AGREEMENT AS AUTHORIZED BY
RESOLUTION NO. R-2016-80, FOR AN AMOUNT NOT TO
EXCEED $486,885; AUTHORIZING THE APPROPRIATE
CITY OFFICIALS TO ADMINISTER THE CONTRACT;
PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE
WHEREAS, the City of Tamarac owns, operates and maintains the Water
Treatment Plant located at 7803 NW 61st Street; and
WHEREAS, the City of Tamarac distributes potable drinking water to its customers
from the City's Water Treatment Plant; and
WHEREAS, filtration is a critical process within the treatment of the potable water
prior to distribution to the customers; and
WHEREAS, the existing filter package units have reached the end of their useful life
and need to be replaced; and
Temp. Reso. #13528
December 9, 2020
Page 2 of 4
WHEREAS, this projectwill replace the existing individual metal packaged filter units
with a structural concrete housed filter unit capable of providing the required filtration at a
greater capacity, and
WHEREAS, Task Authorization No. 21-03D is allowable pursuant to Florida Statute
287.055 under the City's Consulting Engineering Agreement since the construction cost is
estimated at less than $2,000,000; and
WHEREAS, Task Authorization No. 21-03D with Eckler Engineering, Inc., will
provide the design and bidding assistance along with engineering services during
construction at a cost of $486,885 to design the WTP Filter Replacement Project; and
WHEREAS, the City requires the service of a consulting firm knowledgeable in this
area and capable of providing professional services for the design and bidding assistance
along with engineering services during construction of the WTP Filter Replacement Project;
and
WHEREAS, Eckler Engineering, Inc., possesses the required knowledge and
experience to provide the professional engineering services associated with the WTP Filter
Replacement Project; and
WHEREAS, Eckler Engineering, Inc., has been pre -qualified as an approved
consultant for engineering services by the City of Tamarac as authorized by Resolution No.
R-2016-80; and
WHEREAS, the Director of Public Services, Director of Financial Services, and the
Purchasing and Contracts Manager recommend the City of Tamarac execute an
Agreement with Eckler Engineering, Inc.; and
WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in
Temp. Reso. #13528
December 9, 2020
Page 3 of 4
the best interest of the citizens and residents of the City of Tamarac to accept and execute
Task Authorization No. 21-03D (a copy of which is attached hereto as "Exhibit 1") with
Eckler Engineering, Inc., to provide engineering services for the design and bidding
assistance along with engineering services during construction of the WTP Filter
Replacement Project for a total amount not to exceed $486,885.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF TAMARAC, FLORIDA, THAT:
SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and
confirmed as being true and correct and are hereby made a specific part of this Resolution
upon adoption hereof. All exhibits attached hereto are incorporated herein and made a
specific part hereof.
SECTION 2: The City Commission approves Task Authorization No. 21-03D
and authorizes the appropriate City Officials to execute Task Authorization No. 21-03D
with Eckler Engineering, Inc., to provide engineering services for the design and bidding
assistance along with engineering services during construction of the WTP Filter
Replacement Project, in accordance with the City's Consulting Engineering Agreement as
authorized by Resolution No. R-2016-80 on August 24, 2016, for an amount not to exceed
$486, 885.
SECTION 3: The City Manager, or his designee, is hereby authorized to
approve and initiate change orders not to exceed $65,000 per Section 6-147 of the City
Code, and close the contract award including, but not limited to, making final payment
within the terms and conditions of the contract and within the contract price.
SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
Temp. Reso. #13528
December 9, 2020
Page 4 of 4
SECTION 5: If any clause, section, other part or application of this Resolution
is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or
application, it shall not affect the validity of the remaining portions or applications of this
Resolution.
SECTION 6: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this day of 11�
2020.
ATTEST:
(JE NIFER HN
Y CLER
I HEREBY CERTIFY that I
Have approved this
RESOLUTION as to form.
Yo 4dp,- ,
SAMUEL S. GOREN
CITY ATTORNEY
W" C� 6 " -
MIt HELLE J. GO Z, MAYOR
RECORD OF COMMISSION VOTE:
MAYOR GOMEZ Liei�
DIST 1: V/M BOLTON �6
DIST 2: COMM. GELIN G
DIST 3: COMM. VILLALOBOS --66
DIST 4: COMM. PLACKO
TASK AUTHORIZATION NO. 21-03D
SCOPE OF SERVICES
WTP FILTRATION SYSTEM UPGRADE
INTRODUCTION
"Exhibit 1"
TR #13528
City staff has requested that the existing WTP Filtration System be upgraded as follows:
Decommissioning and demolition of existing 4.0 MGD lime softening unit and
filters 1 and 2.
2. Proposed new 10.0 MGD filtration system/structure within footprint of former above
facilities. New filtration system shall meet the following general criteria:
• Proposed Design Capacity = 10 MGD.
• Estimated number of Filter bays = 5 bays with two cells per bay.
• Flow control = influent weir flow split to each bay.
• Filter type = dual media constant rate (Sand and Anthracite.)
• Backwash type = concurrent airtwater.
• Backwash rate air = 3.5 scfm/sf.
• Backwash rate water (Maximum) = 15 gpm/sf.
• Filter Cell dimensions=13'-4" x 15'-0" (filter cell dimensions based upon the
capacity of the existing backwash pumps). Filtration area per cell = 200 SF.
• Filtration rates = 3.47 gpm/SF(design) and4.34 gpm/sf (maximum with one
bay, two cells out of service).
• Wash troughs required = three per filter cell.
• Wash trough cant' off capacity = 1350 GPM with 2" freeboard.
• Backwash blower capacity = 700 cfm.
• Filter sand UC = 1.60
• Anthracite UC = 1.35
• All filtration equipment will be installed in new concrete basins.
• Proposed minimum operational capacity to be maintained throughout
construction = 10.0 MGD
3. Yard Piping improvements/revisions to incorporate the filtration system upgrade.
4. Electrical feeder improvements to support the power service distribution needs of
the filtration system, controls and lighting. (This work shall be coordinated with the
current WTP Administration/control building improvements).
5. WTP SCADA network improvements to support the of the filtration system controls.
(This work shall be coordinated with the current WTP Administration/Control
Building Improvements).
6. Proposed sodium Hexametaphosphate storage and feed system to control scaling
of the filtration system.
7. Civil site improvements to include access sidewalks, equipment and chemical
delivery access pavement area to filters.
Page 1 of 21
8. Modification of the upflow rate and corresponding capacity of the two existing 8.0
MGD Softening units. Proposed maximum capacity shall be 10.0 MGD per unit. This
work is based on data from the softening unit manufacturer that indicates the upflow
design capacity is x.xx gpm/sf. Intent is to maintain the current 20.0 MGD facility
permitted capacity. (No pilot testing or other system evaluation is proposed under
this Task Authorization.)
This Task Authorization covers the work associated with engineering design, preparation of
detailed plans and specifications, permitting, bidding/contract award assistance, and engineering
services during construction.
The engineering tasks associated with this project are presented below:
ARTICLE 1 - SCOPE OF SERVICES
Design Phase
Task D1- Project Administration/Management
This task focuses on the administration of the project including project setup, client interface and
general project management and administration.
Task D2 - Coordination and Preliminary Work
This task focuses on obtaining the necessary preliminary information required to prepare detailed
engineering plans and specifications.
A. Meet with CITY project staff to discuss and confine 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 structural and electrical
subconsultant(s).
E. Coordinate scope and completion of work by the CITY Provided Geotechnical
subconsultant.
F. Coordinate Scope and completion of work by Asbestos Building Survey Consultant,
Task D3 - Preliminary Design Report (Memorandum)
This Task Not Required.
Page 2 of 21
Task D4 - Drawings and Engineering
This task consists of the engineering and the development of plans necessary to construct this
project.
A. Prepare detailed drawings for the proposed work discussed previously within this
Exhibit. A tentative list of final design drawings to be developed for this project is
presented in Table 1. Drawings will be prepared using drafting standards and
standard details as developed by Eckler Engineering, Inc.
Task D5 - Specif adon Preparation
This task consists of the preparation of specifications necessary to construct this project.
A. ENGINEER shall prepare technical specifications required for this project. These
spepifoaiions will be prepared and will consist of written technical descriptions and
rrraferials, equipment and construction systems, standards and workmanship
req Ire foe this project as developed by Eckler Engineering.
B. The 04 of Tamarac standard bidding requirements, contract forms and
rnlsoeNaneous forms/information required for this project shall be utilized.
Consultant shall provide the City of Tamarac with project specific information for the
pre
llon of bidding and contract documents required for this project.
C. A tentative list of specification sections to be prepared for this project is presented
in Table I
Task DB - Prepare Opinions of Probable Construction Cost
Prepare the W/o, 90%, 1W/o, and FINAL design levels of Opinion of Probable Construction Cost
for new facilities and improvements proposed under this project.
Task D7 - Submit and Review (Quality Control)
The_FNG iaE"JII make -the following submittals at various completion levels of this project for
the purpose of CITY's review and comment for coordination and quality control. A review meeting
will be requested following each submittal to discuss and receive comments from CITY. The
CITY's comments shall be incorporated into revisions prior to the next subsequent quality control
submittal. Quality control submittals for this project are anticipated at the following completion
levels:
A. 50% Drawings and Specifications.
B. 90% Drawings and Specifications.
C. 100% Drawings and Specifications.
Page 3 of 21
The ENGINEER will incorporate the agreed -upon revisions made by the CITY.
A total of three (3) meetings with the CITY is the level of effort for this Task.
Task D8 - Permit Preparation Assistance
This task consists of preparing the following regulatory permit application submittals:
A. Florida Department. of Environmental Protection (FDEP) Application for Speck
Permit to Construct .PWS Compoi erits (DEP Form 62-555.900(1)).
B. Broward County Environmental Protection and Growth Management Department
modifications to a*sting Hazardous Faculty MaterialStorage License associated
with the sodium Hexamotaiphospk ate system addition'.
Any additional regulatory permits required, beyond the above will be considered as outside the
scope of this prowl.
Building permits (where applicable) during coristruotlon are obtained ay-Contraotor per the contract
documents.
Task D9 - BiddingAssistanee &ervi4"
This task shalt Include work necessary to assist CITY with the bidding of this project. This work
may include the follovArV.
A. Assist with the coordination of the k idding documents and the advertisement for bid
and respond to corrimuraoation from Bidders and issue addenda information as
required. Provide bidding documents per TWO 4, List of Project Deliverables.
B. Attend the pre -bid meeting and assist CITY with preparation of and distribution of
minutes.
C. Respond to written questions by potential bidders and, if needed, assist the CITY
in issuing addenda.
D. Attend the bid opening and tabulate the bids as provided by interested Bidders.
E. Provide Bid Schedule, which will be included in the CITY's front end Confract
Documents.
Task D10 - 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.
Page 4 of 21
ENGINEERING SERVICES DURING CONSTRUCTION
The ENGINEER shall provide general engineering services, as defined herein, prior to contractor
mobilization and during the estimated contract construction period of 365 calendar days to Final
Completion. These services shall include the following:
Task C9 - Project Administration/Management
This task focuses on the administration of the project including project setup, client interface and
general project management and administration.
Task C2 - Preconstruction Activities Prior to Notice to Proceed
After issuance of a Notice of Award by CITY, assist the CITY in the preparation and signing of the
Contract Documents by reviewing insurance certificates, incorporation of Addendum information to
develop a conformed Construction set of Contract Documents, distribution of documents to the CITY
and Contractor. The :ENGINEER will also undertake other preconstruction activities which include
attendingthepreconsttue0on':meeting, providing preconstruction meeting minutes to all attendees, and
assistitV the Contractor in finalizing any permit application issues or technical assistance with any
builditt permi# revteW Issues or questions required for the construction of this project and by providing
the requiredt number, of Signed/sealed drawing sets for building permits and the sets of Contract
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 ten (10) Requests for Information (RFI) is the level of effort basis for this task.
Task Ca - 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 forty (40) 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.
The estimated construction time is 365 calendar days requiring 12 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 eight (8) site visits.
Page 5 of 21
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.
1
Task .C7- Progress Meetings
Attend twelve (12) monthly construction related progress meetings. The ENGINEER shall schedule,
preside over and generate and distribute minutes of these meetirgs. 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 Ce - Conboct Moditics.#i'+ons
Devsipp the ineoe"01 data, rttit$s and c1 1 € twrz.4rdMoo required to ,prepare Contract
modiflotions to reflept adjustments`to tie: aonetr #lan : � i >a rerlUe 3 ci [ y Che. CtfiY, These
Task C9 - Project Closeout
Review the Contractor's record drawing Information which shows the work as It was constructed.
Prepare for CITY sets of record drawings: showing those changes made during the construction
progress based upon Information provided by the Contractor..
A. ENGINEER shall prepare signed and sealed record drawings based on Contractor's
field data.
B. ENGINEER shall submit final copies of record drawings to CITY.
C. ENGINEER shall provide record drawings to CONTRACTOR for building permit
closeout submittal.
D. Attend the final project reconciliation meetings with CITY and the Contractor.
E. ENGINEER shall distribute to CITY all specified closeout documentation from
Contractor inclusive of: O&M Manuals, warranty information, startup reports, equipment
commissioning reports, and similar.
Task C1 D - 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:
r
Page 6 of 21
B. BCEP&GMD
C. City of Tamarac Building Department
Task C11- Special Services
The ENGINEER shall, when requested, provide special services during construction consisting of
the following items:
A. Resident Services
To monitor that project is constructed in complete conformance with the Contract
Documents.
Services which will be provided by the ENGINEER's resident project representative
will consist of the following:
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 3 day(s) per week,
approximately 4 hours per visit.
Task C12 - Special Inspection
This task not required, but can be added if requested by the City of Tamarac Building Department.
ARTICLE 2 - DATA OR ASSISTANCE TO BE PROVIDED BY CITY
A. Provide ENGINEER with assistance in locating existing facilities, when requested.
B. Provide general project review, where required.
C. Provide copies of existing facility record drawings.
D. Provide copies of existing BCEP&GMD permits for hazard materials storage..
E. Provide existing facility operation data, as available.
Page 7 of 21
F. Provide geotechnical engineering services.
G. Attendance at project meetings.
H. Resident Project Representative Services
Services which will be provided by the CITY's resident project representative will
include the following:
1. Monitor that project is being constructed in conformance with the Contract
Documents. Engineerof Record is responsible for determining thatthework
meets the requirements of the Contract Documents.
2. Make periodic on -site field observations of the Contractor's performance.
The limits of the authority of the on -site representative are as defined within
the Construction Contract Documents.
3. Observe any field tests and review the results of tests required of the
Contractor by the Contract Documents,
4. Assist in the development of punch lists in conjunction with the milestone
inspections to determine if the project has achieved Substantial and Final
Completion and that the work has been completed in general conformance
with the Contract Documents.
5. Provide daily reports of construction activity to the ENGINEER on a form
provided by the ENGINEER.
6_ Provide photographs of the work during construction showing typical
construction, conflicts with other utilities, installation of equipment,
installation of buried facilities, and tine -ins to existing facilities.
ARTICLE 3 - TIME OF COMPLETION
Table 3 provides the preliminary project schedule based on days from the receipt of the
Authorization to Proceed.
ARTICLE 4 - PROJECT DELIVERABLES
Project deliverables for the project design and construction phases shall be in accordance with
Table 4, attached.
(Remainder of page left blank intentionally.)
Page 8 of 21
ARTICLE 5 - PAYMENT AND COMPENSATION
As consideration for providing the services enumerated in Article 1, the CITY shall pay the
ENGINEER fees as described below:
A. Design Phase
For the services enumerated in Article 1, Tasks D1 through D10, the lump sum fee
of $270,786.00.
B. Construction Phase
For services enumerated in Article 1, Tasks C1 through C12, the estimated not to
exceed fee of $216,100.00.
Engineering services during construction will be billed on an hourly rate plus direct
expenses in accordance with the attached scope of work breakdown. Eckler
Engineering will submit monthly invoices payable by person, hours worked, and hourly
rates, plus direct expenses for these engineering services. Any unused portion of this
estimated not -to -exceed fee will not be billed to the City. Eckler Engineering reserves
the right to reallocate task values as needed for proper completion of the project
scope.
These fees have been determined in accordance with the scope of work breakdown
attached as Table 5 and 6.
The fee does not include the provision of the following items:
A. Preparation of permit submittal applications to the City of Tamarac Building
Department.
B. Easement acquisitions and legal work as required.
C. Landscaping and irrigation system designs.
D. Any expert witness or testimony services.
E. Payment of permit fees.
F. Geotechnical Engineering Services.
G. Surveying. (Survey completed for WTP Administration project will be incorporated
into this project.)
H. Services not specifically indicated in this Task Authorization.
(Remainder of page left blank intentionally.)
Page 9 of 21
ARTICLE 6 - AUTHORIZATION
In WITNESS WHEREOF, the parties have made and executed this Agreement on the respective
dates under each signature. CITY OF TAMARAC, signing by and through its City Manager, and
CONSULTANT, signing by and through its President, duly authorized to execute same.
.( OF..TAtii
ATTEST: :,� LSTASr_I HED
Ole
Je-rAifer Joh c.,
Clerk 's, O G; .......; ' <<
Date
ATTEST:
(Corporate Secretary)
Douglas K. Hammann
Type/Print Name of Corporate Secy.
(CORPORATE SEAL)
Page 10 of 21
CITY OF TAMARAC
Michael C. Cernech, City N anager
Date
Eckler Engineering Inc
CoUm
Signature of President/Owner
Douglas K. Hammann P.E.
Type/Print Name of President/Owner
Date
1I-Z1-Zozo
CORPORATE ACKNOWLEDGMENT
STATE OF Florida
SS
COUNTY OF Broward
I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid
and inthe Countyaforesaid to take acknowledgments, personally appeared Douglas K. Hammann,
of Eckler Engineering, inc., a Florida Corporation, to me known to be the person(s) described in
and who executed the foregoing instrument and acknowledged before me that he executed the
same.
WITNESS my hand and official seal this day of d 4ye hel- a 3 12020.
UNOAG fR64 O --o � Signature of Notary Public
MYC0MM991W$GG073496 State of Florida at Large
LXMFj5& 1, 2021
Bondad ltuu Itldeiy PubMo Underwntew
Linda C. Fracasso
Print, Type or Stamp
Name of Notary Public
X Personally known to me or
Produced Identification
Type of I.D. Produced
DID take an oath, or
X DID NOT take an oath
Y:\Documents\Tamarac\442-OOO.BD\Task Authorization No. 21-03D WTP Filters Replacement\Task Authorization\Task Auth
21-030.wpd
Page 11 of 21
TABLE 1
WTP FILTRATION SYSTEM UPGRADE
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 Legends
G-3
Abbreviations
G4
Mechanical Legends and Symbols
G-5
Architectural and HVAC Legends
G-6
Process and instrumentation Legends (Sheet 1)
G-7
Process and instrumentation Legends (Sheet 2)
G-8
Design Criteria (Sheet 1)
G-9
Design Criteria (Sheet 2)
G-10
Sequence of Construction Coordination
G-11
Overall Plant Flow Schematic
G-12
Hydraulic Profile
Demolition
D-1
Demolition Site Plan
D-2
Existing 4.0 MGD Treatment Unit Demolition Plan
D-3
Existing 4.0 MGD Treatment Unit Demolition Section and Details
D-4
Existing Filters 1 and 2 Demolition Plan
D-5
Existing Filters 1 and 2 Section and Details
D-6
Existing Aerial Walkway and Piping Demolition
D-7
Yard Piping Demolition
D-8
Miscellaneous Demolition Details
Dew
C-1
Overall Site Plan and Soil Borings
C-2
Paving and Grading Site Plan
C-3
Civil Details - Specific
CD-1
Standard Details - Civil
Architectural
A-1
Filter -Gallery Floor Plan
A-2
Filter Upper Deck Floor Plan
A-3
Filter Exterior Elevations
A-4
Facilities Painting Plan
A-5
Finish Schedules
Page 12 of 21
A-6 Door and Hardware and Louver Schedules
AD-1 Standard Details - Architectural
Structural
S-1
Filters Foundation Plan
S-2
Filters intermediate Plan
S-3
Filters Top Plan
S-4
Filters Sections
S-5
Filters Sections
S-6
Fitters Sections
S-7
Filters Details
S-8
Filters Details
..........................
S-9
Filters Structural Elevations
S-10
FiltersStitictural Elevations
S-11
fi4stino Aerial Walkways and Stairs Modifications Plan
S-12
Existing Aerial Walkways and Stairs Modifications Details
S-13
Miscettaneous Structural Details
SD-1,2,3
Standard 'Oetails - Structural
Mechanical
M-1
Piping Schedule and General Mechanical Notes
M-2
Yard Piping Key Map
M-3
Yard Piping Modifications Plan (Sheet 1)
M-4
Yard :Piping Modifications Plan (Sheet 2)
M-5
Yard Pn' Details
M-6
Flters Top Plan
M-7
Filters intermediate Plan
M-8
Filters` lower Plan
M-9
Filters Sections
M-10
Finer Gallery Elevation East
M-11
Filter Gallery Elevation West
M-12
Filter Gallery Specific Elevation
M-12
Filter Sections and Details
M-13
Filter Building Domestic Plumbing Plan and Riser Diagram
M-14
Filter Building HVAC Plan
M--15
Filter Buildino_HVAC Notes and Details
M-16
Sodium Hexametaphosphate Isometric, Schedules and Details
MD-1
Standard Details - Mechanical
MD-2
Standard Details - Mechanical
MD-3
Standard Details - Mechanical
MD-4
Standard Details - Mechanical
Instrumentation
1-1 Process and Instrumentation Diagram (Sheet 1)
1-2 Process and Instrumentation Diagram (Sheet 2)
1-3 Process and Instrumentation Diagram (Sheet 3)
ID-1 Standard Details - Instrumentation and Controls
Page 13 of 21
Electrical
E-1
Electrical Notes and Legends
E-2
Electrical Site Demolition Plan
E-3
Electrical Demolition Details
E-4
Electrical Site Plan
E-5
Filters - Lower level Electrical Plan
E-6
Filters - Upper Level Electrical Plan
E-7
Filter Gallery East - Electrical Riser Diagram
E-8
Filter Gallery West - Electrical Riser Diagram
E-9
Filters - Upper Level Lighting and Receptacle Plan
E-10
Filters - Lower Level Lighting and Receptacle Plan
E-11
Filters Grounding and Lightning Protection Plan
E-12
Existing Clearwell MCC Building Modifications
E-13
Proposed One -Line Power Diagram Modifications
E-14
Existing MCCA Modification One -Line Diagram
E-15
Backwash Pumps VFD Schematic
E-16
I&C One -Line Diagram
E-17
Partial SCADA Network Diagram
E-18
Filters ACP (Sheet 1)
E-19
Filters ACP (Sheet 2)
E-20
Panelboard Schedules
E-21
Specific Electrical Details
ED-1
Standard Details - Electrical
ED-2
Standard Details - Electrical
ED-3
Standard Details - Electrical
(Remainder of page left blank intentionally)
Page 14 of 21
TABLE 2
WTP FILTRATION SYSTEM UPGRADE
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 LocationNerification
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
03251 Expansion and Construction Joints
Page 15 of 21
03300 Concrete
03600 Grout
Division 4 - Masonry - Not Used
Division 5 - Metals
05500 Fabricated Metalwork and Castings
05520 Handrails and Railings
Division 6 - Wood and Plastics
06611 Fiberglass Weir Plates
06621 Fiberglass Reinforced Plastic (FRP) Grating and Structural
Fabrications.
Division 7 - Thermal and Moisture Protection
07230 Vapor Barrier
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
---- Divtston41 ---- Equipment
11037 Vertical Turbine Pumps - General
11037-1 Vertical Turbine Pumps - Specific
11264 Sodium Hexametaphosphate Feed System
11375 Positive Displacement Blowers and Accessories - General
11375-1 Positive Displacement Blowers and Accessories - Specific
11380 Filtration System
Section 12 - Not Used
Section 13 - Special Construction
13112 Pre -Engineered Metal Canopy System
Page 16 of 21
PART 5
13700
Process Instrumentation and Controls
13710
Programmable Logic Controller
13711
Existing SCADA System Modifications
13720
Variable Frequency Drive
13725
Loop Functions/Programming Strategies/Protocol
Section 14 - Not Used
Division 15 - Mechanical
15005 Ductile Iron Pipe (Water)
15007 Stainless Steel Pipe and Fittings
15029 Testing and Disinfection (Pipelines, Structures and Equipment)
15100 Manually Operated Valves
15105 Self -Contained Automatic Process Valves
15110 Power Actuated Valves
15110-A Power Actuated Valves Schedule
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
16160
Panelboards
16426
Switchboards
16460
Dry Type Transformers
13921
480-Volt Motor Control Centers
APPENDICES
Appendix A - FDEP Permit
Appendix B - BCEP&GMD Permit
Appendix C - Geotechnical Report
Appendix D - Pre -Demolition Asbestos Survey.
(Remainder of page left blank intentionally.)
Page 17 of 21
TABLE 3
WTP FILTRATION SYSTEM
UPGRADE
PRELIMINARY PROJECT SCHEDULE
Time to
Cumulative Time
Activity
Complete
To Complete
(Days)
(Days)
1.
Notice to Proceed
0
0
2.
Site Visit/Information Gathering
14
14
3.
Submit 50% Drawings and Specifications
76
90
4.
Receive CITY Review Comments
14
104
5.
Submit 90% Drawings and Specifications
60
164
6.
Receive CITY Review Comments
14
178
7.
Submit 100% Drawings and Specifications
30
208
8.
Receive CITY Review Comments
14
222
9.
Submit Final Plans and Specifications along with
30
252
permit applications and final cost opinion
10.
Permitting
30
282
11.
Bidding coordination with Purchasing Division
7
289
12.
Bidding and Contract Award Phase
60
349
13.
Construction Phase (Final)
365
714
14.
Project Closeout
21
735
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
TABLE 4
WTP FILTRATION SYSTEM UPGRADE
LIST OF PROJECT DELIVERABLES
DESIGN PHASE
A. 50% Design Submittal
► One (1) electronic (PDF) set of 11" x 17" Drawings, 50% Complete.
► One (1) electronic (PDF) set of Specifications, 50% Complete.
► One (1) electronic (PDF) Opinion of Probable Construction Cost, 50% complete.
B. 90% Design Submittal
► One (1) electronic (PDF) set of 11" x 17" Drawings, 90% Complete.
► One (1) electronic (PDF) set of Specifications, 90% Complete.
► One (1) electronic (PDF) Opinion of Probable Construction Cost, 90% complete.
C. 100% Design Submittal
► One (1) electronic (PDF) set of 11" x 17" Drawings, 100% Complete.
► One (1) electronic (PDF) set of Specifications, 100% Complete.
► One (1) electronic (PDF) Opinion of Probable Construction Cost, 100% complete.
D. Final Design/Permit Application Submittal
► One (1) electronic(PDF) set of 11" x 17' Drawings, Final.
► One (1) electronic(PDF) set of Specifications, Final.
• Completed permit applications, exhibits, and three (3) sets of 11"x17" signed/sealed.
drawings and specifications for submittal to the regulatory agencies named herein.
► One (1) electronic(PDF) final opinion of probable construction cost.
BIDDING SERVICES (Part of Design Phase)
A. Bidding Coordination Submittal
B. One (1) electronic(PDF) set of 11" x 17" Drawings (Final)
C. One (1) electronic (PDF) set of 22" x 34" Drawings (Final).
D. One (1) electronic(PDF) set of Specifications (Final).
Page 19 of 21
E. One (1) electronic(PDF) Final Completion Opinion of Probable Construction Cost.
B. Pre -Bid.
► One (1) flash -drive or DropBox link with final bid documents for CITY's use during bid
phase. The flash -drive or Dropbox link will contain: bid specifications, half-size (11"x17")
bid drawings, and full-size (22" x 34") bid drawings. All files will be in .pdf format.
► Project Final Documents including drawings on 22" x 34" and 11" x 17" sheets and project
specifications on 8-1/2" x 11" sheets for use by CITY ( CITY, CONSULTANT). Two (2)
sets of project documents, final completion.
► Addenda information as required by the CITY and/or CONTRACTORS. CITY Will publish
and distribute all addenda.
C. Post Bid.
P. Recommendation of Award Letter. CITY will award contract and issue Notice of Award.
CONSTRUCTION PHASE
A. Pre -Construction
► Pre -Construction conference Meeting Agenda and Minutes.
► Where applicable, electronic signed/sealed drawings for building permit submittal by
CONTRACTOR. CITY Building Department requires verified electronic signature
certification for signed and sealed documents.
► Three (3) Sets of half size (11" x 17") and full size (22' x 34") 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
0. 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
► Copies of all project meeting minutes.
E. Contract Modifications
Page 20 of 21
D. Four (4) copies of all completed contract modifications.
F. Pay Requests
► Copies of reviewed and accepted partial and final pay request applications.
G. Record Drawings and Project Closeout
► One (1) half size, signed and sealed set of record drawing prints for submittal of permit
certification documents to the Building Department, if applicable.
► One (1) half size, signed and sealed set of prints, one (1) half size set of record drawings,
and one (1) copy of AutoCad and .pdf drawing files on CD for use by CITY.
► Four (4) copies of the certificate of substantial completion and punch lists.
H. Special Inspection
• Not applicable.
I. Commissioning and Startup Reports
P. Two (2) Copies of Final manufacturer's reports per specifications.
(Remainder of page left blank intentionally.)
Y:\Documents\Tamarac\442-OOO.BD\Task Authorization No. 21-03D WTP Filters Replacement\Task Authorization\Task Auth
21-03D.wpd
Page 21 of 21
CITY OF TAMARAC
WTP FILTRATION SYSTEM UPGRADE
TASK AUTHORIZATION NO. 21-030
TABLE 6
I. DESIGN PHASE
DATE: November 23, 2020
PERSONNEL
TASK DESCRIPTION
g
B
E
N
_
•`�
-`�
a
ee
w
O1
Project Administration I Management
a
12
12
0
0
35
02
Coordination and Prellmimary work
18
18
0
03
Not Used
E0456
04
Drawings and Engineering
0
84
0
72
0
604
0
0
24
D5
Specification Pmpredion
0
15
0
66
0
15
DO
Prepare Opinions al'Probable
ConstrucBon Cost
0
3
0
12
0
12
3
D7
Submit and Review(Quality Control)
0
12
12
0
0
0
6
D8
Permft preparedon Assistance
2
2
8
0
01
24
8
D9
Bidding Assistance Services
4
S
4
D10
Bid Evaluation and Recommendation of
Award
12
0
3
D11
Not Used
D12
Not Used
Totsl Hours
a
162
50
ISO
0
176
450
504
0
0
106
Rate
$226.00
$204.00
$150.00
$126.00
$106.00
$90.00
$120.00
$100.00
$75.00
$90.00
$75.00
Sub -Total Labor
$1.800-00
$33,04800
$7,500.00
St 8,900.00
E0.00
$15,840.00
S54,720.00
1 $50.400.00
$0.00
$0.00
$7.950.00
TOTAL DESIGN PHASE LABOR $190,158.00
II. REIMBURSABLE EXPENSES DESIGN PHASE
EXPENSE
ITEM
EXPENSE TYPE
UNIT
NO, OF UNITS
COST PER UNIT
TOTAL COST
REPRODUCTION
Half Size dmWngs(I t"x171
EA
4
$48.00
$192.00
1
Full Size drawings(22"X34')
EA
3
$120.00
$360.00
Speclficatlon Booklets
EA
0
$60.00
$0.00
Prepare CO's (Bid Documents)
EA
10
$10.00
5100.00
2
PHOTOCOPIES
EA
100
$0.20
520.00
PLOTTING
3
22 X 34 (SET UP)
EA
96
$3.00
8288.00
11 X 17 (SET UP)
EA
288
$3.00
SW4,00
TRAVEL
4
MILEAGE
MILE
90
$0.585
$52.66
TOLLS
FA
3
$0.00
$0.00
SUBCONSULTANT6
SURVEY
LS
0
$0.00
$0.00
" --
-ELECTRICAL- ---"---------
-LS"
1
$42,000.00
$42,000.00
STRUCTURAL
LS
1
$38,750.00
$36,750.00
5
GEOTECHNICAL
LS
0
$0.00
60.00
18 C PROGRAMMER
LS
0
$0.00
$0.00
PERMIT FEES
LS
0
$0.00
$0.00
Asbest
LS
0
$525.00
$0.00
TOTAL DESIGN PHASE EXPENSES $80,626.65
GRAND TOTAL $270,784.65
USE $270.785.00
Y:\Documents\Tamama W42-000.BD\Task Authorization No. 21-03O WTP Fillers Replacement\Task AuthoszalioMDeslgn Scopa.xls
$8,223.00
58,972.00
$0.00
t33 128.00
$24,391.00
$3,429.00
$4.698.00
$4.818.00
$1,836.00
$2.673.00
50.00
$0.00
490.158.00
CITY OF TAMARAC
WTP FILTRATION SYSTEM UPGRADE
TASK AUTHORIZATION NO. 21-03D
TABLES
I. ENGINEERING SERVICES DURWG CONSTRUCTION
DATE. November 23, 2020
TASK DESCRIPTION
PERSONNEL
�
r
AlC2
C1
Project AdmYetrallonlManagemeld
6
13
0
0
0
0
Precoruhueiw AetlAtIes Prior tc NeSe
to Precaed
8
8
2
C3
Conultand AdNa.
0
to
30
0
0
20
0
0
6
0
0
C4
Rerlew Slap D-hil.
0
20
80
0
80
0
0
0
20
0
0
C5
Ravlew Pay Requal. and S.K.W..
0
3
48
0
48
0
0
0
12
0
0
C6
Perim 11,1to end Mleaerte
0
24
32
0
0
0
0
0
12
0
0
C7
Noti Meeting.
0
48
48
0
0
0
0
0
12
0
0
Ca
Contact Modica8ons
0
1
2
0
0
2
0
0
2
0
0
C9
PraJed Closeout
2
8
48
2
Cto
PR=.yAmhtffonand
Clo
2
4
2
2
Cif
Special Saldcee
624
78
C12
Not Used
Total He
Rate
Sub -Total Labor
a
131
248
20
129
22
0
46
671
624
97
3225.00
$204.00
5150.o0
$126.00
$105.00
390.00
$120.00
$100.00
$75.00
$90.00
$76.00
31,350.00
$28.724.00
$37.200.00
S2,52000
$13,440.00
$1,980.00
$0.00
$4,800.00
$5,025.00
S56,160.00 I
S7,275.00
TOTAL LABOR $158,474.00
IL REIMBURSABLEEXPENSES
EXPENSE
REM
EXPENSE TYPE
UNIT
No, OF UNIT$
COST PER UNIT
TOTAL COST
1
REPRODUCTION
Flail She Dravinga(11*x 17')
EA
0
$41110
$0.00
Full 51.0nwNga (22'x 34'
EA
0
$111.36
$0.00
SpatlBc.ian SooMeh
EA
0
$40.00
$0.00
Reeord Document ON
EA
0
310.00
$0.00
2
JPHOTOCGPIES
FA
0
5025
$0,00
PLOTTING
3
22 X 34 (SET UP) -
EA
96
315.00
11,411.10
11 X 17 (SETUP)
EA
96
$3.00
$288.00
TRAVEL
4
MILEAGE
MILE
4,890
$0.585
$2,860.65
TOLLS
EA
163
50.00
$0.00
SUBCONSULTANTS
SURVEY
LS
0
$0.00
$0.00
ELECTRICAL
LS
1
$10,000.00
$10000.00
5
STRUCTURAL
LS
1
$45,000.00
$45,000.00
GEOTEC1NICAL
LS
0
$0.00
$0.00
-ARCHITECTURAL_..._____-- _
__ .. LS
0
3000
$0.00
I6 C PROGRAMMER
LS
0
$0.00
$0.00
TOTAL EXPENSES $59,588.65
GRAND TOTAL $216,062.65
USE $216.100.00
Y:Meameele\Tamerecl442.000.BMTeek A,dt i ,don No.21-030WTPFAert ReptxemeMTalk Pu U.donlSDC_SCOPE.tls
$4.977.00
34,140.00
38,715.00
$25,960.00
$13.752.00
$10,596,00
317,892.00
5634.00
$6,366.00
31,212.00
362,010.00
$0.00
$158 474.00
No Text
"Exhibit 1"
TR #13528
TASK AUTHORIZATION NO. 21-03D
SCOPE OF SERVICES
WTP FILTRATION SYSTEM UPGRADE
City staff has requested that the existing WTP Filtration System be upgraded as follows:
Decommissioning and demolition of existing 4.0 MGD lime softening unit and
filters 1 and 2.
2. Proposed new 10.0 MGD filtration system/structure within footprint of former above
facilities. New filtration system shall meet the following general criteria:
• Proposed Design Capacity = 10 MGD.
• Estimated number of Filter bays = 5 bays with two cells per bay.
• Flow control = influent weir flow split to each bay,
• Filter type = dual media constant rate (Sand and Anthracite.)
• Backwash type = concurrent air/water.
• Backwash rate air = 3.5 scfm/sf.
• Backwash rate water (Maximum) = 15 gpm/sf.
• Filter Cell dimensions=13'-4" x 16-0" (filter cell dimensions based upon the
capacity of the existing backwash pumps). Filtration area per cell = 200 SF.
• Filtration rates = 3.47 gpm/SF(design) and 4.34 gpm/sf (maximum with one
bay, two cells out of service).
• Wash troughs required = three per filter cell.
• Wash trough carry off capacity = 1350 GPM with 2" freeboard.
• Backwash blower capacity = 700 cfm.
• Filter sand UC = 1.60
• Anthracite UC = 1.35
• All filtration equipment will be installed in new concrete basins.
• Proposed minimum operational capacity to be maintained throughout
construction = 10.0 MGD
3. Yard Piping improvements/revisions to incorporate the filtration system upgrade.
4. Electrical feeder improvements to support the power service distribution needs of
the filtration system, controls and lighting. (This work shall be coordinated with the
current WTP Administration/control building improvements).
5. WTP SCADA network improvements to support the of the filtration system controls.
(This work shall be coordinated with the current WTP Administration/Control
Building Improvements).
6. Proposed sodium Hexametaphosphate storage and feed system to control scaling
of the filtration system.
7. Civil site improvements to include access sidewalks, equipment and chemical
delivery access pavement area to filters.
Page 1 of 21
8. Modification of the upflow rate and corresponding capacity of the two existing 8.0
MGD Softening units. Proposed maximum capacity shall be 10.0 MGD per unit. This
work is based on data from the softening unit manufacturer that indicates the upflow
design capacity is x.xx gpm/sf. Intent is to maintain the current 20.0 MGD facility
permitted capacity. (No pilot testing or other system evaluation is proposed under
this Task Authorization.)
This Task Authorization covers the work associated with engineering design, preparation of
detailed plans and specifications, permitting, bidding/contract award assistance, and engineering
services during construction.
The engineering tasks associated with this project are presented below:
ARTICLE 1 - SCOPE OF SERVICES
Design Phase
Task D1- Project Administration/Management
This task focuses on the administration of the project including project setup, client interface and
general project management and administration.
Task D2 - Coordination and Preliminary Work
This task focuses on obtaining the necessary preliminary information required to prepare detailed
engineering plans and specifications.
A. Meet with CITY project staff to discuss and 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 structural and electrical
subconsultant(s).
E. Coordinate scope and completion of work by the CITY Provided Geotechnical
subconsultant.
F. Coordinate Scope and completion of work by Asbestos Building Survey Consultant,
Task D3 - Preliminary Design Report (Memorandum)
This Task Not Required.
Page 2 of 21 �_.-
Task D4 - Drawings and Engineering
This task consists of the engineering and the development of plans necessary to construct this
project.
A. Prepare detailed drawings for the proposed work discussed previously within this
Exhibit. A tentative list of final design drawings to be developed for this project is
presented in Table 1. Drawings will be prepared using drafting standards and
standard details as developed by Eckler Engineering, Inc.
Task D5 - Specification Preparation
This task consists of the preparation of specifications necessary to construct this project.
A. ENGINEER shall prepare technical specifications required for this project. These
specifipations'will be prepared and will consist of written technical descriptions and
materials, equipment and construction systems, standards and workmanship
required tot this project as developed by Eckler Engineering.
B. The City of Tamarac standard bidding requirements, contract forms and
miscellaneous forms/information required for this project shall be utilized.
Consultant shall provide the City of Tamarac with project specific information for the
preparation of bidding and contract documents required for this project.
C. A tentative fist of specification sections to be prepared for this project is presented
in Table 2.
Task D6 - Prepare Opinions of Probable Construction Cost
Prepare the 5011r6, 90%, 100°l0, and FINAL design levels of Opinion of Probable Construction Cost
for new facilities and improvements proposed under this project.
Task D7 - Submit and Review (Quality Control)
The __ENCzINEER_wII _ma-ke_the following submittals at various completion levels of this project for
the purpose of CITY's review and comment for coordination and quality control. A review meeting
will be requested following each submittal to discuss and receive comments from CITY. The
CITY's comments shall be incorporated into revisions prior to the next subsequent quality control
submittal. Quality control submittals for this project are anticipated at the following completion
levels:
A. 50% Drawings and Specifications.
B. 90% Drawings and Specifications.
C. 100% Drawings and Specifications.
Page 3 of 21
The ENGINEER will incorporate the agreed -upon revisions made by the CITY.
A total of three (3) meetings with the CITY is the level of effort for this Task.
Task D8 - 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 (REP Form 62-555.9000)).
B. Broward County Environmental Protection and Growth Management Department
modifications to existing Hazardous Facility Material Storage License associated
with the sodium Hexamotaphosphate system addition.
Any additional regulatory permits required beyond the above will be considered as outside the
scope of this proposal.
Building permits (where applicable) during construction are obtained by Contractor per the contract
documents.
Task D9 - Bidding Assistance Services
This task shall include work necessary to assist CITY with the. bidding of this project. This work
may include the following.:
A. Assist with the coordination of the bidding documents and the advertisement forbid
and respond to communication from Bidders and Issue addenda information as
required. Provide bidding documents per Table 4, t_ist of Project Deliverables.
B. Attend the pre -bid meeting and assist CITY with preparation of and distribution of
minutes,
C. Respond to written questions by potential bidders and, if needed, assist the CITY
in issuing addenda.
D. Attend the bid opening and tabulate the bids as provided by interested Bidders.
E. Provide Bid' Schedule, which will be included 1n the CITY's 11 front end Contract
Documents.
Task D10 - 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.
Page 4 of 21
ENGINEERING SERVICES DURING CONSTRUCTION
The ENGINEER shall provide general engineering services, as defined herein, prior to contractor
mobilization and during the estimated contract construction period of 365 calendar days to Final
Completion. These services shall include the following:
Task C1- Project Administration/Management
This task focuses on the administration of the project including project setup, client interface and
general project management and administration.
Task C2 - Preconstruction Activities Prior to Notice to Proceed
After Issuance of a Notice of Award by CITY, assist the CITY in the preparation and signing of the
Contract Documents by reviewing insurance certificates, incorporation of Addendum information to
develop a conformed Construction set of Contract Documents, distribution of documents to the CITY
and Contractor. The ENGINEER will also undertake other preconstruction activities which include
attending the preconstruction meeting, providing preconstruction meeting minutes to all attendees, and
assisfirgIffie 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 df sigried/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 ten (10) 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 forty (40) 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.
The estimated construction time is 365 calendar days requiring 12 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 eight (8) site visits.
Page 5 of 21
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 twelve (12) monthly construction related progress meetings. The ENGINEER shall schedule,
preside over and generate and distribute minutes of these meetings. The purpose of thesemeetings
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 Modiffcations
Develop the ne€*ssary data, notes and olaril c ftibh drawings required to prepare contract
modifications to reflect adjustments to .theconstriort proot.as regtteateci by tha CITY, These
Y-
Items. Thtiedoos
modlific-4ons At* Intended to cover 00fo :w T '
ditions vr� f, fou6sted A
'by-the CONSULTANT. Ten
W. n ' not cover reviajohore n,�-fr'om� no91J*6,t.6m'o$Jon-s -desig wrore
(1 0)contract modjficatlorttInaptPor06Motal ofAfteen (15)46ms, is thoestimate basis fQrthis recoWltatilon contract. modification
budget item One of the; don -ra -odif a Will beffiet
prepwod at the end the Or
When CITY requests addWonal contract modifications, the CONSULTANT's fee may be adjusted
accordingly based on a mutually agreed amount.
Task C9 - Project Closeout
Review the Contractor's record drawing Information which shows the work as It was constructed.
Prepare for CITY sets of record drawings showing those changes made during the construction
progress based upon information provided by the Contractor.
A. ENGINEER shall prepare signed and sealed record drawings based on Contractor's
field data.
B. ENGINEER shall submit final copies of record drawings to CITY.
C. ENGINEER shall provide record drawings to CONTRACTOR for building permit
closeout submittal.
D. Attend the final project reconciliation meetings with CITY and the Contractor.
E. ENGINEER shall distribute to CITY all specified closeout documentation from
Contractor inclusive of O&M Manuals, warranty information, startup reports, equipment
commissioning reports, and similar.
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:
Page 6 of 21
B. BCEP&GMD
C. City of Tamarac Building Department
Task C11- Special Services
The ENGINEER shall, when requested, provide special services during construction consisting of
the following items:
A. Resident Services
To monitor that project is constructed in complete conformance with the Contract
Documents.
Services which will be provided by the ENGINEER's resident project representative
will consist of the following:
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 3 day(s) per week,
approximately 4 hours per visit.
Task C12 - Special Inspection
This task not required, but can be added if requested by the City of Tamarac Building Department.
ARTICLE 2 - DATA OR ASSISTANCE TO BE PROVIDED BY CITY
A. Provide ENGINEER with assistance in locating existing facilities, when requested.
B. Provide general project review, where required.
C. Provide copies of existing facility record drawings.
D. Provide copies of existing BCEP&GMD permits for hazard materials storage..
E. Provide existing facility operation data, as available.
Page 7 of 21
F. Provide geotechnical engineering services.
G. Attendance at project meetings.
H. Resident Project Representative Services
Services which will be provided by the CITY's resident project representative will
include the following:
Monitor that project is being constructed in conformance with the Contract
Documents. Engineer of Record is responsible for determining that the work
meets the requirements of the Contract Documents.
2. Make periodic on -site field observations of the Contractor's performance.
The limits of the authority of the on -site representative are as defined within
the Construction Contract Documents.
3. Observe any field tests and review the results of tests required of the
Contractor by the Contract Documents.
4. Assist in the development of punch lists in conjunction with the milestone
inspections to determine if the project has achieved Substantial and Final
Completion and that the work has been completed in general conformance
with the Contract Documents.
5. Provide daily reports of construction activity to the ENGINEER on a form
provided by the ENGINEER.
6. Provide photographs of the work during construction showing typical
construction, conflicts with other utilities, installation of equipment,
installation of buried facilities, and tine -ins to existing facilities.
ARTICLE 3 - TIME OF COMPLETION
Table 3 provides the preliminary project schedule based on days from the receipt of the
Authorization to Proceed.
ARTICLE 4 - PROJECT DELIVERABLES
Project deliverables for the project design and construction phases shall be in accordance with
Table 4, attached.
(Remainder of page left blank intentionally.)
Page 8 of 21 `�_=
ARTICLE 5 - PAYMENT AND COMPENSATION
As consideration for providing the services enumerated in Article 1, the CITY shall pay the
ENGINEER fees as described below:
A. Design Phase
For the services enumerated in Article 1, Tasks D1 through D10, the lump sum fee
of $270,785.00.
B. Construction Phase
For services enumerated in Article 1, Tasks C1 through C12, the estimated not to
exceed fee of $216,100.00.
Engineering services during construction will be billed on an hourly rate plus direct
expenses in accordance with the attached scope of work breakdown. Eckler
Engineering will submit monthly invoices payable by person, hours worked, and hourly
rates, plus direct expenses for these engineering services. Any unused portion of this
estimated not -to -exceed fee will not be billed to the City. Eckler Engineering reserves
the right to reallocate task values as needed for proper completion of the project
scope.
These fees have been determined in accordance with the scope of work breakdown
attached as Table 5 and 6.
The fee does not include the provision of the following items:
A. Preparation of permit submittal applications to the City of Tamarac Building
Department.
B. Easement acquisitions and legal work as required.
C. Landscaping and irrigation system designs.
D. Any expert witness or testimony services.
E. Payment of permit fees.
F. Geotechnical Engineering Services.
G. Surveying. (Survey completed for WTP Administration project will be incorporated
into this project.)
N. Services not specifically indicated in this Task Authorization.
(Remainder of page left blank intentionally.)
Page 9 of 21
ARTICLE 6 - AUTHORIZATION
In WITNESS WHEREOF, the parties have made and executed this Agreement on the respective
dates under each signature. CITY OF TAMARAC, signing by and through its City Manager, and
CONSULTANT, signing by and through its President, duly authorized to execute same.
ST:
ES AB : ,�in
;f Johnsd
Gi!Hterk --
Date
ATTEST:
(Corporate Secretary)
Douglas K. Hammann
Type/Print Name of Corporate Secy.
(CORPORATE SEAL)
Page 10 of 21
CI
Michael C. Cernech, City Manager
Date
Eckler Engineering Inc
CoUm%(
Signature of President/Owner
Douglas K. Hammann, P.E.
Type/Print Name of President/Owner
Date
CORPORATE ACKNOWLEDGMENT
STATE OF Florida
SS
COUNTY OF Broward
I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid
and in the County aforesaid to take acknowledgments, personally appeared Douglas K. Hammann,
of Eckler Engineering, Inc., a Florida Corporation, to me known to be the person(s) described in
and who executed the foregoing instrument and acknowledged before me that he executed the
same.
WITNESS my hand and official seal this day of /24l1tMhj!5r a 3 , 2020.
LtiNDAC.PRACASSo —� Signature of Notary Public
t„= WcoWS81014003073496 State of Florida at Large
FXPMS: May 1, 2021
�+f' BandodllauMotetY►'ubMoUndawMers
Linda C. Fracasso
Print, Type or Stamp
Name of Notary Public
X Personally known to me or
Produced Identification
Type of I.D. Produced
DID take an oath, or
X DID NOT take an oath
Y:\Documents\Tamarac\442-OOO.BD\Task Authorization No. 21-03D WTP Filters Replacement\Task Authorization\Task Auth
21-03D.wpd
Page 11 of 21
TABLE 1
WTP FILTRATION SYSTEM UPGRADE
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 Legends
G-3
Abbreviations
G-4
Mechanical Legends and Symbols
G-5
Architectural and HVAC Legends
G-6
Process and instrumentation Legends (Sheet 1)
G-7
Process and instrumentation Legends (Sheet 2)
G-8
Design Criteria (Sheet 1)
G-9
Design Criteria (Sheet 2)
G-10
Sequence of Construction Coordination
G-11
Overall Plant Flow Schematic
G-12
Hydraulic Profile
Demolition
D-1
Demolition Site Plan
D-2
Existing 4.0 MGD Treatment Unit Demolition Plan
D-3
Existing 4.0 MGD Treatment Unit Demolition Section and Details
D-4
Existing Filters 1 and 2 Demolition Plan
D-5
Existing Filters 1 and 2 Section and Details
D-6
Existing Aerial Walkway and Piping Demolition
D-7
Yard Piping Demolition
D-8
Miscellaneous Demolition Details
Civil
C-1
Overall Site Plan and Soil Borings
C-2
Paving and Grading Site Plan
C-3
Civil Details - Specific
CD-1
Standard Details - Civil
Architectural
A-1
Filter�Gallery Floor Plan
A-2
Filter Upper Deck Floor Plan
A-3
Filter Exterior Elevations
A-4
Facilities Painting Plan
A-5
Finish Schedules
Page 12 of 21
A-6 Door and Hardware and Louver Schedules
AD-1 Standard Details - Architectural
Structural
S-1
Filters Foundation Plan
S-2
Filters Intermediate Plan
S-3
Filters Top Plan
S-4
Filters Sections
S-5
Filters Sections
S-6
Filters Sections
S-7
Fifters Details
S-8
Filters Details
S-9
Filters Structural Elevations
S-10
Filters: Structural Elevations
S-11
Existing Aerial Walkways and Stairs Modifications Plan
S-12
Existing Aerial Walkways and Stairs Modifications Details
S-13
Miscellaneous Structural Details
SD-1,2,3
Standard Details - Structural
Mechanical
M-1
Piping Schedule and General Mechanical Notes
M-2
Yard Piping Key Map
M-3
Yard Piping Modifications Plan (Sheet 1)
M-4
Yard Piping Modifications Plan (Sheet 2)
M-5
Yard .Piping Details
M-6
Filters Top Plan
M-7
Filters intermediate Plan
M-8
Filters Lower Plan
M-9
Filters Sections
M-10
Fitter Gallery Elevation East
M-11
Filter Gallery Elevation West
M-12
Filter Gallery Specific Elevation
M-12
Filter Sections and Details
M-13
Filter Building Domestic Plumbing Plan and Riser Diagram
M-14
Filter Building HVAC Plan
Fitter Building-HVAC Notes and Details
M-16
Sodium Hexametaphosphate Isometric, Schedules and Details
MD-1
Standard Details - Mechanical
MD-2
Standard Details - Mechanical
MD-3
Standard Details - Mechanical
MD-4
Standard Details - Mechanical
Instrumentation
1-1 Process and Instrumentation Diagram (Sheet 1)
1-2 Process and Instrumentation Diagram (Sheet 2)
1-3 Process and Instrumentation Diagram (Sheet 3)
ID-1 Standard Details - Instrumentation and Controls
Page 13 of 21
Electrical
E-1
Electrical Notes and Legends
E-2
Electrical Site Demolition Plan
E-3
Electrical Demolition Details
E-4
Electrical Site Plan
E-5
Filters - Lower level Electrical Plan
E-6
Filters - Upper Level Electrical Plan
E-7
Filter Gallery East - Electrical Riser Diagram
E-8
Filter Gallery West - Electrical Riser Diagram
E-9
Filters - Upper Level Lighting and Receptacle Plan
E-10
Filters - Lower Level Lighting and Receptacle Plan
E-11
Filters Grounding and Lightning Protection Plan
E-12
Existing Clearwell MCC Building Modifications
E-13
Proposed One -Line Power Diagram Modifications
E-14
Existing MCCA Modification One -Line Diagram
E-15
Backwash Pumps VFD Schematic
E-16
I&C One -Line Diagram
E-17
Partial SCADA Network Diagram
E-18
Filters ACP (Sheet 1)
E-19
Filters ACP (Sheet 2)
E-20
Panelboard Schedules
E-21
Speck Electrical Details
ED-1
Standard Details - Electrical
ED-2
Standard Details - Electrical
ED-3
Standard Details - Electrical
(Remainder of page left blank intentionally)
Page 14 of 21
TABLE 2
WTP FILTRATION SYSTEM UPGRADE
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
03251 Expansion and Construction Joints
Page 15 of 21
03300 Concrete
03600 Grout
Division 4 - Masonry - Not Used
Division 5 - Metals
05500 Fabricated Metalwork and Castings
05520 Handrails and Railings
Division 6 - Wood and Plastics
06611 Fiberglass Weir Plates
06621 Fiberglass Reinforced Plastic (FRP) Grating and Structural
Fabrications.
Division 7 -Thermal and Moisture Protection
07230 Vapor Barrier
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
Divisional Equipment
11037 Vertical Turbine Pumps - General
11037-1 Vertical Turbine Pumps - Specific
11264 Sodium Hexameta phosphate Feed System
11375 Positive Displacement Blowers and Accessories - General
11375-1 Positive Displacement Blowers and Accessories - Specific
11380 Filtration System
Section 12 - Not Used
Section 13 - Special Construction
13112 Pre -Engineered Metal Canopy System
Page 16 of 21
PART 5
13700
Process Instrumentation and Controls
13710
Programmable Logic Controller
13711
Existing SCADA System Modifications
13720
Variable Frequency Drive
13725
Loop Functions/Programming Strategies/Protocol
Section 14 - Not Used
Division 15 - Mechanical
15005 Ductile Iron Pipe (Water)
15007 Stainless Steel Pipe and Fittings
15029 Testing and Disinfection (Pipelines, Structures and Equipment)
15100 Manually Operated Valves
15105 Self -Contained Automatic Process Valves
15110 Power Actuated Valves
15110-A Power Actuated Valves Schedule
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
16160
Panelboards
16426
Switchboards
16460
Dry Type Transformers
13921
480-Volt Motor Control Centers
APPENDICES
Appendix A - FDEP Permit
Appendix B - BCEP&GMD Permit
Appendix C - Geotechnical Report
Appendix D - Pre -Demolition Asbestos Survey.
(Remainder of page left blank intentionally.)
Page 17 of 21
TABLE 3
WTP FILTRATION SYSTEM
UPGRADE
PRELIMINARY PROJECT SCHEDULE
Time to
Cumulative Time
Activity
Complete
To Complete
(Days)
(Days)
1.
Notice to Proceed
0
0
2.
Site Visit/information Gathering
14
14
3.
Submit 50% Drawings and Specifications
76
90
4.
Receive CITY Review Comments
14
104
5.
Submit 90% Drawings and Specifications
60
164
6.
Receive CITY Review Comments
14
178
7.
Submit 100% Drawings and Specifications
30
208
8.
Receive CITY Review Comments
14
222
9.
Submit Final Plans and Specifications along with
30
252
permit applications and final cost opinion
10.
Permitting
30
282
11.
Bidding coordination with Purchasing Division
7
289
12.
Bidding and Contract Award Phase
60
349
13.
Construction Phase (Final)
365
714
14.
Project Closeout
21
735
Detailed schedule will be provided upon receipt of authorization tc proceed and will include specific
submittal dates.
(Remainder of page left blank intentionally.)
Page 18 of 21
TABLE 4
WTP FILTRATION SYSTEM UPGRADE
LIST OF PROJECT DELIVERABLES
DESIGN PHASE
A. 50% Design Submittal
► One (1) electronic (PDF) set of 11" x 17" Drawings, 50% Complete.
► One (1) electronic (PDF) set of Specifications, 50% Complete.
► One (1) electronic (PDF) Opinion of Probable Construction Cost, 50% complete.
B. 90% Design Submittal
► One (1) electronic (PDF) set of 11" x 17" Drawings, 90% Complete.
► One (1) electronic (PDF) set of Specifications, 90% Complete.
► One (1) electronic (PDF) Opinion of Probable Construction Cost, 90% complete.
C. 100% Design Submittal
► One (1) electronic (PDF) set of 11" x 17" Drawings, 100% Complete.
► One (1) electronic (PDF) set of Specifications, 100% Complete.
► One (1) electronic (PDF) Opinion of Probable Construction Cost, 100% complete.
D. Final Design/Permit Application Submittal
► One (1) electronic(PDF) set of 11" x 17" Drawings, Final.
► One (1) electronic(PDF) set of Specifications, Final.
► Completed permit applications, exhibits, and three (3) sets of 11"x17" signed/sealed
drawings and specifications for submittal to the regulatory agencies named herein.
► One (1) electronic(PDF) final opinion of probable construction cost.
BIDDING SERVICES (Part of Design Phase)
A. Bidding Coordination Submittal
B. One (1) electronic(PDF) set of 11" x 17" Drawings (Final)
C. One (1) electronic (PDF) set of 22" x 34" Drawings (Final).
D. One (1) electronic(PDF) set of Specifications (Final).
Page 19 of 21
E. One (1) electronic(PDF) Final Completion Opinion of Probable Construction Cost.
B. Pre -Bid.
► One (1) flash -drive or DropBox link with final bid documents for CITY's use during bid
phase. The flash -drive or Dropbox link will contain: bid specifications, half-size (11"x17")
bid drawings, and full-size (22" x 34") bid drawings. All files will be in .pdf format.
► Project Final Documents including drawings on 22" x 34" and 11" x 17" sheets and project
specifications on 8-1/2" x 11" sheets for use by CITY ( CITY, CONSULTANT). Two (2)
sets of project documents, final completion.
► Addenda information as required bythe CITY and/or CONTRACTORS. CITY Will publish
and distribute all addenda.
C. Post Bid.
I. Recommendation of Award Letter. CITY will award contract and issue Notice of Award.
CONSTRUCTION PHASE
A. Pre -Construction
► Pre -Construction conference Meeting Agenda and Minutes.
► Where applicable, electronic signed/sealed drawings for building permit submittal by
CONTRACTOR. CITY Building Department requires verified electronic signature
certification for signed and sealed documents.
► Three (3) Sets of half size (11" x 17") and full size (22' x 34") 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
P. 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
I. Copies of all project meeting minutes.
E. Contract Modifications
Page 20 of 21
Four (4) copies of all completed contract modifications.
F. Pay Requests
► Copies of reviewed and accepted partial and final pay request applications.
G. Record Drawings and Project Closeout
► One (1) half size, signed and sealed set of record drawing prints for submittal of permit
certification documents to the Building Department, if applicable.
► One (1) half size, signed and sealed set of prints, one (1) half size set of record drawings,
and one (1) copy of AutoCad and .pdf drawing files on CD for use by CITY.
► Four (4) copies of the certificate of substantial completion and punch lists.
H. Special Inspection
• Not applicable.
I. Commissioning and Startup Reports
► Two (2) Copies of Final manufacturer's reports per specifications.
(Remainder of page left blank intentionally.)
Y:\Documents\Tamarac\442-000-BD\Task Authorization No. 21-03D WTP Filters Replacement\Task Authorization\Task Auth
21-03D.wpd
Page 21 of 21
CITY OF TAMARAC
WTP FILTRATION SYSTEM UPGRADE !
TASK AUTHORIZATION NO.21-03D
TABLE 6
DATE: November 23, 2020
1. DESIGN PHASE
PERSONNEL
TASK DESCRIPTION
g
R
N
<
N
E
Z
�
cc
a
W
W
W
W
W
t=
r
y=.
D1
Pm)ect Ad.W tretion I Management
6
12
12
0
9
0
35
D2
Coordination and Preliminary Work
18
18
8
03
Not Used
D4
Cravings and Engineering
0
84
0
72
0
0
466
504
0
0
24
05
Specification Preparadlon
0
15
0
66
0
132
15
Prepare Opinions of Probable
0
3
0
12
0
12
3
DS
Cenatructim Cosl
D7
Submit and Review(Ouagry Control)
0
12
12
0
0
0
8
08
Permit preparation Assistance
2
2
8
0
0
24
8
D9
Bidding Assistance Services
4
8
4
Bid Evaluation and Recommenda0on of
12
g
3
D10
Award
D11
Not Used
012
Not Used
Total Hours
a
162
50
150
0
t$54.720.00
504
0
0
106
Rate
S225.00
$204.00
$150.00
$126.00
$106.00
$
$100.00
$75.00
$90.00
$75.00
Sub -Total Labor
$1.900.00
$33,048.00
$7,500.00
$18,900.00
$0.00
$15,8
$50.400.00
$0.00
$0.00
$7.950.00
TOTAL DESIGN PHASE LABOR $190,158.00
ll. REIMBURSABLE EXPENSES DESIGN PHASE
EXPENSE
ITEM
EXPENSE TYPE
UNIT
NO. OF UNITS
COST PER UMT
TOTAL COST
REPRODUCTION
Half Site drawings (11"WT
EA
4
$48.00
$192.00
1
Full Sim drawings(22"s34')
EA
3
$120.00
$360.00
Spa.111-Non Booklets
EA
0
$60.00
$0.00
Prepare CO's(Bid Docummts)
EA
10
$lo.00
Et00.fX1
2
PHOTOCOPIES
EA
100
$0.20
$20.00
PLOTTING
3
22 X 34 (SET UP)
EA
96
$3.00
$268.00
11 X 17 (SETUP)
EA
288
$3.00
$864.00
TRAVEL
4
MILEAGE
MILE
90
$0.586
$52.66
TOILS
EA
3
$0.00
SO.00
SUBCONSULTANTS
SURVEY
LS
0
$0.00
$0.00
ELECTRICAL- -
-ES ....
1
$42,000.00
$42,000.00
STRUCTURAL
LS
1
$38,750.00
$36,750.00
5
GEOTECHNICAL
LS
0
$0.00
$0.00
18 C PROGRAMMER
LS
0
$0.00
$0.00
PERMIT FEES
LS
0
$0.00
$0.00
Asbest
LS
0
$525.00
$0.00
TOTAL DESIGN PHASE EXPENSES 580,626.65
GRAND TOTAL $270,784.65
USE $270,7B5.00
Y:%DocumentsITamaraCl442-000.BD\Task Authorization No. 21-03D WTP Fillers ReplacementlTask AUthodzation\Design Scopexls
$8,223.00
58,972.00
$0.00
133,128.00
$24.301.00
$3,429.00
$4,698.00
$4,013.00
$1,836.00
$2.673.00
$0.00
$0.00
,190,158,00
CITY OF TAMARAC
WTP FILTRATION SYSTEM UPGRADE
TASK AUTHORIZATION NO. 21-03D
TABLE 6
1. ENGINEERING SERVICES DURING CONSTRUCTION
DATE. November 23, 2020
TASK DESCRIPTION
PERSONNEL
F
.W
45
,a
r=
r-
$
rc
Ct
Project AdmYdstratianNAgragement
6
13
0
0
0
0
13
C2
Prece shw6on Acildlin Prior to No5c4
to Proceed
8
8
8
2
2
C3
Coas141and A&W
0
10
30
0
0
20
0
0
6
0
0
C4
Revlew Shop Omwta9c
0
20
60
0
8o
0
0
0
20
0
0
05
R-1- PayRaquaR god Schedha
0
3
48
0
48
0
0
0
12
0
0
C6
Perfo rlodlo end Mledorro
0
24
32
0
0
0
0
0
12
0
0
C7
Prepa.a Meafrpc
0
48
48
0
0
0
0
0
12
0
0
CS
Contact Modflic.9 s
0
1
2
0
0
2
0
a
2
0
0
C9
Proj ct Cl.-A
2
8
48
2
CIO
RepW-A-" Ooamenleeon end
Pra sd Cbs, 9W..
2
4
2
2
C11
'de S.*..
624
78
C12
Not Used
Total Hours
Rate
Sub -Total Labor
8
131
248
20
128
22
0
48
67
624
97
s225.00
$204.00
S15o.00
4126.00
$105.00
490.00
$120.00
$100.00
$76.00
$90.00
$75.00
$1.350.00
52 8,724.00
$37,200.00 1
$2,520.00
$13,440.00
$1,980.00
$0.00
S4,800.00
$5,025.00
f56,160.00
$7,275.00
TOTAL LABOR $156,474.00
Il. REIAdBURSABLEEXPENSES
EXPENSE
ITEM
EXPENSE TYPE
UNIT
No, OF UNITS
COST PER UNIT
TOTAL COST
1
REPRODUCTION
tWr Sin Drav&p (11'. 17'7
EA
0
348.Da
$0.00
Full Size Or-fts (22'. 34")
EA
0
3111.36
$0.00
Sped80sfon Booklets
EA
0
340.00
$0.00
Record Occurrent CO's
Ell
0
310.00
$0.00
2
PHOTOCOPIES
FA
0
$0.25
$0,00
PLOTTING
3
22 X 34 (SETUP) ,
EA
96
315.00
i1 ,440,00
11 X 17 (SET UP)
EA
96
$3.00
$288.00
TRAVEL
4
MILEAGE
MILE
4.890
$0.585
$2,660.65
TOLLS
EA
163
$0,00
$0.00
SUSCONSULTANTS
SURVEY
L6
0
30.00
30.00
ELECTRICAL
LS
1
$10,000.00
S0000,00
5
STRUCTURAL
LS
1
$45,000.00
$45,000.00
GEOTECHNICAL
LS
0
$0.00
Sox
._._.
-ARCHITECTURAL_.....-_----_.._
_. LS
0
$0.00
$000
16 C PROGRAMMER
LS
0
$0.00
$0.00
TOTAL EXPENSES 359,5S8.65
GRAND TOTAL $216,062.65
USE $216,100.00
Y:lOacumenlATemv.cN1200a.BD\Taak Au6nrrsaaen No. 21-03D`MP Fa.rc ReplxemaMTa.k AWhoruatlon\60G_SCOPE.d,
$4,977.00
$4.140.00
$8,715.00
425,980.00
$13,752.00
$10.596.00
317,892.00
$834.00
$6,366.00
$1,212.00
$62,010.00
$0.00
$156.474.00