Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2005-227Temp Reso. # 10861 December 2, 2005 Page 1 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2005-� A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE CHANGE ORDER NUMBER 6 TO THE AGREEMENT BETWEEN THE CITY OF TAMARAC AND WHARTOW SMITH, INC. FOR THE ADDITIONAL COST AND TIME INCURRED FOR THE ADDITION OF SECURITY ENHANCEMENTS FOR PERIMETER FENCES FOR WEST, CENTRAL AND EAST PUMP STATIONS; AUTHORIZING AN ADDITIONAL EXPENDITURE IN AN AMOUNT NOT TO EXCEED $90,811.00 FOR SAID PURPOSE; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on April 28, 2004 the City Commission approved the award of Bid No. 04-05B to Wharton -Smith, Inc. for the Stormwater Pump Station Rehabilitation Project through Resolution R-2004-88, and WHEREAS, upon completion of the west pump station and perimeter fence the south wall was defaced by graffiti; and WHEREAS, said graffiti was painted over and subsequently the west wall was defaced by graffiti; and WHEREAS, in order to prevent this from occurring again, additional preventative measures were proposed for fence security features at all three (3) sites; and WHEREAS, per our request, Wharton -Smith, Inc. submitted a proposal for additional cost for the addition of security features to chain link perimeter fence to mitigate the graffiti problem, a copy of Proposal #021 attached hereto as part of "Exhibit 1 "; and 1 Temp Reso. # 10861 December 2, 2005 Page 2 WHEREAS, Public Works staff has reviewed said proposal and has determined that the pricing is competitive and acceptable; and WHEREAS, the cost of additional fence security features attributed to this change order necessitates an additional expenditure in an amount not to exceed $90,811 .00, a copy of said Change Order attached hereto as "Exhibit 1 "; and WHEREAS, available funding exists in the Stormwater Pump Station Rehabilitation Project budget for said purpose; and WHEREAS, the Director of Public Works recommends the authorization of Change Order No. 6 to the Stormwater Pump Station Rehabilitation Project in an amount not to exceed $90,811 .00; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the Citizens and residents of the City of Tamarac to approve Change Order No. 6 to the Stormwater Pump Station Rehabilitation Project and authorize an additional expenditure in an amount not to exceed $90,811.00 for said purpose. 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. SECTION 2: The appropriate City Officials are HEREBY AUTHORIZED to execute Change Order No. 6 to the contract with Wharton -Smith, Inc. for the satisfaction of additional cost regarding the addition of security features to west, central and east pump stations perimeter fence to mitigate the possibility of future defacing of City Property. J F� Temp Reso. # 10861 December 2, 2005 Page 3 SECTION 3: An additional expenditure in an amount not to exceed $90,811.00 for this purpose is HEREBY approved. SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. SECTION 5: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not effect other provisions or application, and to this end the provisions of this resolution are declared to be severable. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED THIS fbay ofDfCfnq b-d 2005. JOE SCHREIBER MAYOR ATTEST- MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. 4SkM`ULU'1EL !��_GbREN CITY ATTORNEY RECORD OF COMMISSION VOTE: MAYOR SCHREIBER Aje- DIST 1: COMM. PORTNER Afe DIST 2: V/M TALABISCO A Ie- DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS CHANGE ORDER DATE OF ISSUANCE: December 02, 2005 OWNER: CITY OF TAMARAC Public Works Department 7525 NW 881h Avenue Tamarac, FL 33321-2401 CHANGE ORDER NO.: 006 PROJECT NAME/PO#: STORMWATER PUMP STATION REHABILITATION PROJECT Z PO #: 071174 5 2* CONTRACTOR: WHARTON-SMITH, INC. BID NO.: 04-05B 3547 SW CORPORATE PARKWAY PALM CITY, FL 34990 IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS. DESCRIPTION: INSTALL FOUR (4) STRANDS BARBED WIRE AND 24" RAZOR COIL TO CHAIN LINK FENCE AT WEST, CENTRAL AND EAST PUMP STATION PLJRPOSE OF CHANGE ORDER: THE INSTALLATION OF THE BARBED WIRE AND RAZOR COIL AROUND THE CHAIN LINK FENCE IS TO PREVENT ANY DAMAGE AND REPAIR WORK DUE TO UNAUTHORISED PERSONNEL AND TREPASSING ACTIVITY INSIDE THE THREE NEWLY BUILT PUMP STATIONS. CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME Original Contract Price Original Contract Time $ 4,832,000.00 365 DAYS Original Contraci Price (Less �o—ntingency) $4,352,000.00 Previous Change Orders and/or Amendments Net change from previous change orders $ 114,199.00 85DAYS Contract Price prior to this Change Order Contract Time Prior to this Change Order (Less Contingency) 450 DAYS $ 4,466,199.00 Net (Increase) of this Change Order not to exceed Net (increase) of this Change Order $90,811.00 0 DAYS (Time extension to be included in Change Order #007) — Contract Price with all approved Change Orders Contract Time with all approved Change Orders (Less Contingency) 450 DAYS $ 4,557,010.00 -- a Date_0�1.-C, Z_ zcx�;& f APPROVED 13Y,/� 1 - /"' W44- Jefffe(y L.'Miller City Manager Date i'rl- NE V 'E Oi' T'' �ip r DATF-P,- os FA,,P PRO TE D a 11'73111�k_ . . . . . . . . . . . . . . W-Al-IT gets igmi" Date CHANGE ORDER DATE OF ISSUANCE: December 02, 2005 OWNER: CITY OF TAMARAC Public Works Department 7525 NW 88 th Avenue Tamarac, FL 33321-2401 CHANGE ORDER NO.: 006 PROJECT NAME/PO#: STORMWATER PUMP STATION REHABILITATION PROJECT PO #: 071174 CONTRACTOR: WHARTON-SMITH, INC. BID NO.; 04-05B 3547 SW CORPORATE PARKWAY PALM CITY, FIL 34990 IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS. DESCRIPTION: INSTALL FOUR (4) STRANDS BARBED WIRE AND 24" RAZOR COIL TO CHAIN LINK FENCE AT WEST, CENTRAL AND EAST PUMP STATION PURPOSE OF CHANGE ORDER: THE INSTALLATION OF THE BARBED WIRE AND RAZOR COIL AROUND THE CHAIN LINK FENCE IS TO PREVENT ANY DAMAGE AND REPAIR WORK DUE TO UNAUTHORISED PERSONNEL AND TREPASSING ACTIVITY INSIDE THE THREE NEWLY BUILT PUMP STATIONS. CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME Original Contract Price Original Contract Time $ 4,832,000.00 365 DAYS -(Trig—i6bl-C�6-nf-ra—cfP-r-ice- ess Contingency) $4,352,000.00 Previous Change Orders and/or Amendments Net change from previous change orders $ 114,199.00 85DAYS Contract Price prior to this Change Order Contract Time Prior to this Change Order (Less Contingency) 450 DAYS $ 4,466,199.00 Net (Increase) of this Change Order not to exceed Net (increase) of this Change Order $90,811.00 0 DAYS (Time extension to be included in Change Order #007)4.— Contract Price with all approved Change Orders Contract Time with all approved Change Orders (Less Contingency) $ 4,557,010.00 450 DAYS RE B y Date Qr�.C_' z1_z01::1S APPROVED Ely 7 _tffft (. /17 W.C� Jef66y ff Miller City Manager Date APPF;, -'�`VD AS TO LEGAL FORN1 -iC FTI-CUTY T !�NEY DATED: APPROVED BY Date No Text W/S WHARTON SMITH INCORPORATED CHANCE 3547 S,W.CORPORATE PARKWAY PROPOSAL PALM CITY, FLORI DA34990 SUMMARY CIVIL COMMERCIAL INDUSTRIAL NO.:. 21 =Wqw-. low=-MR11=11a PROJECT NAME: City of Tamarac Stormwater Pump Stations, East, Central & West Renovations PROJECT NO 04-024 DATE: 11/21/05 LOCATION: Tamarac, Florida DRAWINGNO N/A OWNER: City of Tamarac SPEC.SEC. N/A OTHER: REFERENC RFINO.; WORK DIRECTIVE NO.: FIELD ORDER NO.: DESCRIPTION: Provide and install barbed wire with 24" razor coil as requested by Alan Lam at all (3) Pump Stations. This Proposal includes a price to install the types and options directed by Alan Lam's e-mail dated 11/16105. P R I Q I I N FAQ R M A T 10 N SKILL/TRADE MANHOURS, RATE COST 1. DIRECT LABOR Laborer MH $ 25.00 $ 1,A PRODUCTLABOR: Mechanical MH $ 30.00 $ Operator MH $ 40.00 $ Foreman MH $ 40.00 $ 1,13[ FOREMANI SUPERINDENT Superintendent MH $ 70.00 $ Project Engineer MH $ 65.00 $ 1.0 FIELD ENGINEERING: Project Manager MH 1$ 110.00 $ 220.00 1.0 EXPENSES r - SUBTOTAL (1) $ 220,00 2. MATERIALS AND EQUIPMENT DESCRIPTION QUANTITY UNIT PRICE COST 2,A INCORPORATED IN WORK: 0 0 0 0 $ 0 $ 0 $ 0 $ 0 $ 2.8 CONSUMED IN PERFOR: 0 $ 2.0 EQUIPMENT: 0 $ 0 $ 2.1) DIRECT COSTS: 0 $ 2.E SALES TAX 6% SUBTOTAL (2� $ 3. SUBCONTOCTORS NAM E WRIPTION OF WORK TE 7OST 3.A DIRECT: Tr Barbed Wire with 24" Razor Coil 8,119,0 3.13 LOWER TIER: SUBTOTAL(3) 78,119.00 4.'CONSULTANTS N AM E DE S C RIP TION OF W ORK COST SUBTOTAL (4) t'F'EM'b6%RE A. Contractor COST PERCENT FEE 1. Direct Labor.- Wharton Smith $ 220.00 15 $ 33.00 2. Material and Equipment: $ - 15 $ B. Subcontractors: $ 78,119.00 15 $ 11,717.85 $ 0 $ $ 0 $ SUBTOTAL (6) $ 11,750.85 SUBTO . TAL (1 -5) $ 90,08915 C. Bonds and Insurance .8% $ 720.72 TOTAL COST OF THIS CHANGE PROPOSAL (All deductions shown in parentheses): TOTAL, --j $ 90,811 ;._WAt=h�WZ1;W a"Wu- =5 — , :ONTRACT I.M.E: As part of this Change Proposal, the Contractor requests an extension of Contract Time of —53-_days. A46 Justification: The (63) days associated with this Proposal are to order, delivery and install these mat;riais, ;uw RECQ9D DOCUME N 1 5, As part of this Change Proposal, the Contractor shall provide applicable record drawing Information affected by this change, Signed: ATAW Title: JiffFfy'5_. E5 Etura, Project Manager Date: Contractor: Wharton -Smith, Inc. 1st!!T4'w' 41#-�M M."N(" . ma�� M W.Q -_ =.A .1 'n , , M' - - RE OM M EDA ION bY ENGI N E E R: (Forward to Owner for Review) Signature of Engineer: Date: AGURTANCE BY QYV_ ( return to engini sing) =eer for processing) Signature of Owner's Authorized Representative: Date: -Engineer to prepare necessary change order Engineer to Re -negotiate change proposal as noted above -Other as above OWNEP. City of Tamarac CONTRACTOR: - Wharton- Smith, Inc. 4-024 FIELD: David U7quhart, superintendent NO.: 021 ENGINEE : raig A. Smith & Associates OTHER: Brian Ha erIch, VP IDATE: 11/21/05 MUM Tr -Fence, Inc. TL onlyfence company you'll ever need 401FIA 1864 N.W, 21 Street, Ponipan.) Beach, F1 33069 Voice: 954-978-1250 F-ix: 954-960-1432 Email: troj�jcfencea, ieljj�-net MATERIAL L,1,131F TROPIC FENCC PROPOSESTO FURNISH & IN! -TALL; 1) EAST PUMP STATION 680 L�F a) ADD 3 STRANDS OF VINYL COATED BAR.3 WIRE TO 6'FENCE & GATES 11NIT- S 8.60 IILF 'TOTAL: !, 5,848.00 b) ADD 4STRANDS OF BARD WIRE wl 24" "ZOR COIL TO 6'FENCE & GATES UNIT: S 22.60 PLF TOTAL- !, 15,368AG 2) CENTRAL PUMP STATION 1300 L/F a) ADD 3 STRANDS OF VINYL COATED BARD WIRE TO CFENCE & GATE IINIT: S 8.60 PLF TOTAL: !, 11,180.00 h) ADD 4 STRANDS OF BARB WIRE wl 24" RAZOR COIL TO UPENCE & GATES 11 Nrr� S 22,60 PLF TOTAL: S. 29,380.M NOTE: ITEMS I & 2 TOTAL COSTS ARE PREDICATED ON INSTALLING BARB WIRE PRIOR TO TOP RAIL MTALLATION ON FENCE. 3) WEST PUNIP STATION 1300 LIF a) REMOVE EXISTING TOP RAIL & LOOP CAPS & TNSTALL 3 STRANDS BARB WIRE TO EXTSTIN40 FENCE. REINSTALL TOP RAIL UNIT: S 11.10 PLF TOTAL: 5 15,210.00 b) REMOVE EXISTING TOP RAIL & LOOP CAPS & INSTALL 4 STRANDS BARB WIRE & 24" RkZOR COIL TO EXISTTNG FENCE. RETNSTAI,L'rQP RAIL, UNIT: S 25.67 TOTALi 133,371.00 DATE: Navember2.1, 2005 CONTRACTOR: WHARTON-SMITH INC, Address City, State, Zip Job Nikme CJTV OF TAMAPLAC Street STORMNVATER PUMP STA. city, state, zip Phone: 1-772-283-2944 ATTN-JLFF Fax #; 1-772-283-3121 XOSTURA SPECIFICATIONS Style fence ToralHgt. Fabric Ngt, Fabric Type Gauge mesh Selvage BIW Type Top Rail o.d. Line Posts 0-d. Spaced End Posts o.d. Corn. Posts o.d. Walk Gate Posts o-d- Drive Gate Posts o,d, Fratne Coating Gatcrt4tries: Single o,d, Double o.d, Swing 90' 180' - Cantilever - Svving - Corners Welded - Rol. Concrete Footings: Line Posts Terminal Posts Gate Posu GRAND TOTALS: all, bl, c I $32,238.00 S 78,119.00 dl*=W TROPIC FENCE IS A CERTIFIED MINORITT' COMPANY We hereby propose to furnish all labor, trucks, concre e, equipment and insur=e necessary to install the above described materials as per ground plan herewith. NOTE- 1, Labor furnizibed to be non -union umlcss otherwise stated herein. '2. ALL FENCE LINES TO BE CLEARED, FMSH GRADED AND STAKED By CLISTOMER PRTOR TO ARRTVAL OF INSTALLATION CREW AND EQI JIPMENT 3. CUSTOMER ASSUMES FULL RESPONSIBILITY FOR ANY AND ALL DAMAGE TO UNDE RGROUND LINES, PIPES, INIRE, ETC. THAT A RE NOT CLEARLY MAPWED. 4. Interest of 1 1/2% per montli will be cl-uged on accounts PAST DUE TOTAL COST INSTALLED: SIEE ABOVE DELIVERY: 6 - 8 WEEKS XRO & AffER FERKIT APPROVAL TERMS: NE 7 ON BILLING + PERMITS/PROCESSING COSTS, if applicable. PPJCES SUBJECT TO CHANGE WITHOUT NOTICE. PRICES GOOD FOR 30 DAYS. TROPIC FENCE IS A CERTrFIED MINORTTY COMPANY. I Title tothe above property shall remain in the narne of he seller, Tropic Fence. Inc., until payment in full is received pursumit tothe terms hereof Intheevenithernoney due hereunder, or any portlon thereof, has in be collecltd on demand of an attorney or by suit, the purchaser agrees to pay all --osts of collection includir-g interest at the highest legal rate and i reasonabic attorney's fee- THI S IS A RETAIN TITLE CONTIRACT. TROPIC FENCE, INC. ACCEPTM BY., ROBERT C. TILL . EY -M 106) BY - TITLE: MGROFOPERA71ONS Novemluer2l,2005 TITLE: DATE: ACORD. C Lq, I FJ9AT..E OF INSURANCE ISSUE DATE 03131/2005 PRODUCER CITY OF TArA-MiA&1ificate MCGRIFF, SEIBELS & WILLIAMS OF GEORGIA, INC. 5605 Glenridge Drive - Suite 300 Atlanta, GA 30342 05 APR -4 N is issued as a matter of information only and confers no rights upon the Certificate Holder. This Certificate does not amend, extend or alter the covera e afforded by the policies below. COMPANIES AFFORDING COVERAGE PL'-,K VIANAGI 1pany National Union Fire Ins. Co A A44- INSURED Wharton -Smith, Inc. Company Charter Oak Fire Ins Co B A-+ LA P.O. Box 471028 Lake Monroe, FIL 32747 Company n �, Travelers Prop Cas Ins Co C Company D Company E This is to certify that the policies of insurance described herein have been issued to the Insured named herein for the policy period indicated. Notwithstanding any requirement, term or condition of contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, conditions and exclusions of such policies. Limits shown may have been reduced by paid claims. CO LT TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EXPIRATION LIMITS OF LIABILITY C GENERAL LIABILITY [9 Commercial General Liability 0 Claims Made ER Occurrence VTC2JCO-5787B091TILO 5 04/01/2005 04101/2006 EACH OCCURRENCE $ 1,000,000 TIRE DAMAGE $ 500,12100 MEDICAL EXPENSE $ 10,000 0 Owners'and Contractors' Protection PERS. AND ADVERT ISING INJURY $ 1,000,000 I I r_1 General Aggregate Limit applies per: OPolicy R1 Project 0 Location GENERAL AGGREGATE $ 2,000,000 PRODUCTS AND COMP. OPER. AGG. 1 $ 2,000,000 C AUTOMOBILE LIABILITY Q Any Automobile CJ All Owned Automobiles 0 Scheduled Automobiles N Hired Automobiles VTJCAP5787BI09TIL05 $1k Comp/Coll Deds - PPT & Light $3k Comp/$5k Coll.Deds - 04/01/2005 04/01/2006 COMBINED SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) 2) Non -owned Automobiles R) $50,000 Hired Physical Damage Heavy COMPREHENSIVE COLLISION 8 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY VTC20UB5787B08ACOF -05 04/01/2005 04/01/2006 WC Statutory Limit I x I Other EL EACH ACCIDENT $ 500,000 EL DISEASE (Each em"O ee) $ 00,000 EL DISEASE (Policy Limit) $ 5 00,000 A EXCESS LIABILITY Moccurrence C] Claims Made BE5684115 0470-112005 04/01/2006 EACH OCCURRENCE $ 20,000,000 AGGREGATE $ 20.000,000 Re: WS Job #04/024 - Stormwater Pump Stations East, Central & West Renovations. Certificate Holder is Additional Insured for General Liability, as required by written contract subject to policy terms, conditions and exclusions, CERTIFICATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT A FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE ISSUER, COMPANY, ITS AGENTS OR REPRESENTATIVES. Authorized Representative City of Tamarac 7525 NW 88th Ave. Tamarac, FIL 33321-2401 Certificate ID: R1 M3-040 ADDITIONAL INFORMATION ISSUEDATE p3/31l20052005 PRODUCER I CERTIFICATE HOLDER MCGRIFF, SEIBELS & WILLIAMS OF GEORGIA, INC 5605 Glenridge Drive - Suite 300 Atlanta. GA 30342 I INSURED Wharton -Smith, Inc. P.O. Box 471028 Lake Monroe, FL 32747 ITEXT COVERAGE: Builders Risk City of Tamarac 7525 NW 88th Ave. Tamarac, FL 33321-2401 COMPANY: Travelers Property Casualty Company EFFECTIVE DATE: EXPIRATION DATE: 4/l/2005 4/l/2006 POLICY #: LIMITS: OT6609284AI45 $25,000,000 Per Location $30,000,000 Per Disaster $ 500,000 Temporary Storage $ 500,000 Transit Coverage excludes Professional Liability for Certificate Holder, Engineers, Architects and Consultants. 2 of 3. 03/31 /2005 Certificate ID: R1 M3-040 No Text