Loading...
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