Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2018-002Temp. Reso. # 13054 January 10, 2018 Page 1 of 6 CITY OF TAMARAC, FLORIDA �J RESOLUTION NO. R- 2018 0 C7 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING EXECUTION OF TASK AUTHORIZATION NO. 18-07D WITH MCMAHON ASSOCIATES, INC. TO PROVIDE TRANSPORTATION ENGINEERING SERVICES FOR THE PINE ISLAND PEDESTRIAN/GOLF CART CROSSINGS DESIGN, IN ACCORDANCE WITH THE CITY'S CONTINUING SERVICE AGREEMENT AS AUTHORIZED BY RESOLUTION R-2016- 80; AUTHORIZING AN EXPENDITURE FOR SAID PURPOSE IN AN AMOUNT NOT TO EXCEED $71,820.00 PER THE TASK AUTHORIZATION NO. 18-07D, A CONTINGENCY IN THE AMOUNT OF $14,364.00 (20%) WILL BE ADDED TO THE ACCOUNT FOR A PROJECT TOTAL OF $86,184.00; PROVIDING FOR CONFLICT; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, as part of the City's ongoing projects to enhance multi -modal transportation, wellness and recreational opportunities throughout Tamarac; and WHEREAS, to provide a safe crossing for pedestrians at 57th Street and Pine Island Road connecting Tamarac Village with the Broward County Library, Tamarac Community Center, and shopping and dining; and WHEREAS, to provide a safe crossing for pedestrians and golf carts on Pine Island Road -land WHEREAS, the City of Tamarac will install two (2) Pedestrian Midblock Crosswalks along Pine Island Road between Commercial Boulevard and McNab Road, Temp. Reso. # 13054 January 10, 2018 Page 2 of 6 the crossings will be located at Pine Island Road at NW 57th Street and Pine Island and NW 67th Court; and WHEREAS, the crossings will be located at Pine Island Road at NW 57th Street and Pine Island and NW 67th Court; and WHEREAS, the project stages include Initial Design Phase (30%), Constructability Plans (100%), Production Plans, meetings and coordination with FDOT, Construction Phase Services, and Final Project Closeout; and WHEREAS, the City requires the services of a consulting firm knowledgeable in transportation engineering services; and WHEREAS, McMahon Associates, Inc. has submitted a detailed proposal in an amount not to exceed $71,820.00, attached hereto as Exhibit 1 ", incorporated herein and made a specific part of this Resolution; and WHEREAS, the proposal for this work describes all tasks to be performed in accordance with Article I, "Scope of Work", of the City of Tamarac Continuing Engineering Services Agreement as authorized by Resolution R-2016-80 dated August 24, 2016, incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, McMahon Associates Services, Inc. has been pre -qualified to provide Temp. Reso. # 13054 January 10, 2018 Page 3 of 6 professional engineering services by the City of Tamarac as authorized by Resolution R- 2016-80 and the associated Continuing Engineering Services Agreement dated October 16, 2016; and WHEREAS, it is the recommendation of the Director of Public Services, the Director of Financial Services and the Purchasing and Contracts Manager that Task Authorization No. 18-07D from McMahon Associates, Inc. be approved, executed and funded; 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 accept and execute Task Authorization No. 18-07D with McMahon Associates, Inc. to provide Transportation Engineering Services for the Pine Island Pedestrian/Golf Cart Crossings Design in an amount not to exceed $71,820.00 per the Task Authorization No. 18-07D, a contingency in the amount of $14,364.00 (20%) will be added to the account for a project total of $86,184.00, and to provide funding from the appropriate budgeted accounts. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and Temp. Reso. # 13054 January 10, 2018 Page 4 of 6 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 HEREBY approves execution of Task Authorization No. 18-07D with McMahon Associates, Inc. in an amount not to exceed $71,820.00 per the Task Authorization No. 18-07D, a contingency in the amount of $14,364.00 (20%) will be added to the account for a project total of $86,184.00, and the appropriate City Officials are hereby authorized to execute Task Authorization No. 18- 07D per the proposal, attached hereto as Exhibit "'I", incorporated herein and made a specific part of this Resolution. SECTION 3: Funding for Task Authorization No. 18-04D in an amount not to exceed $71,820.00 per the Task Authorization No. 18-07D, a contingency in the amount of $14,364.00 (20%) will be added to the account for a project total of $86,184.00 is available in Project Number PW10B in the General Capital Project Fund. SECTION 4: An expenditure in an amount not to exceed $71,820.00 per the Task Authorization No. 18-07D, a contingency in the amount of $14,364.00 (20%) will be added to the account for a project total of $86,184.00for said purpose is hereby Temp. Reso. # 13054 January 10, 2018 Page 5 of 6 approved. SECTION 5: The City Manager or his designee is hereby authorized to approve and initiate Change Orders in amounts not to exceed $65,000.00 per Section 6- 147 of the City Code, and close the contract award, which includes, but is not limited to, making final payment and releasing bonds per Section 6-149 of the City Code, when the work has been successfully completed within the terms, conditions and pricing of the agreement. SECTION 6: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 7: 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. Temp. Reso. # 13054 January 10, 2018 Page 6 of 6 SECTION 8: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of , 2018. HA RY DRESSLER MAYOR ATTEST: PATRICIA TEUFEL, CMC CITY CLERK RECORD OF COMMISSION VOTE: MAYOR DRESSLER DIST 1: COMM. BOLTON DIST 2: V/M GOMEZ L DIST 3: COMM. FISHMAN DIST 4: COMM. PLACKO 1 HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM 4-wisil MUEL S. GO EN IT ATTORNEY TR 13054 - Exhibit 1 CITY OF TAMARAC CONTINUING SERVICES AGREEMENT FOR TRANSPORTATION ENGINEERING SERVICES MCMAHON ASSOCIATES, INC. DECEMBER 7, 2017 TASK AUTHORIZATION NUMBER 18-07D SCOPE OF PROFESSIONAL SERVICES FOR WORK AUTHORIZATION 1 FOR: PINE ISLAND PEDESTRIAN/GOLF CART CROSSINGS DESIGN McMahon Associates, Inc. (McMahon) is pleased to provide transportation engineering services associated with the request to install two (2) Pedestrian Midblock Crosswalks along Pine Island Road between Commercial Boulevard and McNab Road for the City of Tamarac (City). The pedestrian midblock crosswalks are proposed at the following locations: • Pine Island Road at NW 57t" Street • Pine Island Road at NW 67t" Court McMahon understands that the State funding requires this to be a Local Agency Program (LAP) project and meet the Florida Department of Transportation (FDOT) guidelines for LAP projects. The following services will be provided by the City or others designated by the City and, therefore, are NOT included in this scope of services: 1. The City will coordinate the necessary environmental assessment/categorical exclusion directly with FDOT and provide to McMahon for submittal to FDOT. 2. Subsurface Utility Engineering/Investigation will be the responsibility of the Contractor or the City. Subsurface investigation is NOT included in this scope of services. However, McMahon will call for a design Ticket and the construction plans prepared by McMahon will indicate the location of utilities based on the utility coordination described below. 3. Construction Engineering Inspection services will be conducted by the City. Construction Engineering Inspection services are NOT included in this scope of services. 4. The City will provide Geotechnical Engineering, including a soil report with thickness, soil weight, and friction angle for each layer of soil. Geotechnical Engineering services are NOT included in this scope of services. Lighting Justification Report is not required for "Off State Highway System' facilities, and, therefore, should not be required. As such, Lighting Analysis is NOT included in the scope of services. McMahon will make submittals to satisfy the LAP Checklists for Initial, Constructability, and Production phases for an "Off State Highway System". This scope of services assumes that all items required for Preliminary Phase Submittal were previously submitted; however, McMahon will coordinate with FDOT to verify the submittal was acceptable. TR 13054 - Exhibit 1 CITY OF TAMARAC CONTINUING SERVICES AGREEMENT FOR TRANSPORTATION ENGINEERING SERVICES MCMAHON ASSOCIATES, INC. DECEMBER 7, 2017 TASK AUTHORIZATION NUMBER 18-07D TASK 1- INTIAL (30%) PHASE Initial plans will include preparation of base plans using survey to be provided by the City. Plan sets will be prepared for both locations. The governing design standards will be the Florida Greenbook and the Manual on Uniform Traffic Control Devices. FDOT Design Standards will be the basis for structures and foundations such as mast arm or cantilevered sign structures and their respective foundations. The initial plans will be prepared using AutoCAD software. The plans will be drawn to a scale of 1" = 40' on 11" x 17" sheets. The Initial Plan Set will be delivered electronically in .pdf format. The Initial Plan Set will include a Key Sheet with a location map, Notes (including applicable Broward County standard notes), Roadway Modifications (median and curb work), and Signing and Pavement Marking (including sign structures). The Initial Design Phase will also include utility coordination. McMahon will submit for a Sunshine 811 design ticket. Subsequently, McMahon will send each utility owner a base plan for their use to provide input regarding their respective utilities in the vicinity of the project locations. Design of utility relocation is NOT included in this scope of services. An updated Preliminary Engineer's Estimate will be included with the Preliminary Phase Submittal. Plans will be prepared in accordance with all Federal, State, and Local requirements, meet the LAP guidelines, and consider requirements of relevant permitting agencies. TASK 2 - CONSTRUCTABILITY (100%) PLANS McMahon will prepare 100% Construction Plans, Tabulated Project Quantities, and an engineer's cost estimate for submission to the City. Upon the City's approval, McMahon will submit the plans and any pertinent documents/applications to all applicable agencies for project permitting to obtain all required permits for the project construction (including, but not limited to, Broward County Traffic Engineering Division [BCTED], Broward County Highway Construction and Engineering Division [BCHCED], Broward County Environmental Protection and Growth Management Division [BCEPGM], and FDOT). The scope of services assumes that a standard mast arm support and associated standard foundation will be adequate for the overhead sign/beacons. McMahon will complete a structural analysis of the supports using MathCAD/Mastarm software to verify the standard support is adequate for the proposed loading. Because the supports will be located within the sidewalk (to be within existing right- 2 TR 13054 - Exhibit 1 CITY OF TAMARAC CONTINUING SERVICES AGREEMENT FOR TRANSPORTATION ENGINEERING SERVICES MCMAHON ASSOCIATES, INC. DECEMBER 7, 2017 TASK AUTHORIZATION NUMBER 18-07D of -way), the standard drilled shaft foundation may not allow for adequate ADA clearances. In the case that a special structure and/or foundation is required, McMahon will provide the structural design services as optional services. A separate scope and fee will be provided for the City's consideration. All construction and final location of signing, pavement marking and equipment will be within existing right-of-way. Accordingly, City staff will obtain, complete, and submit the "LAP/FDOT No Additional Right of Way Certification Form". McMahon will provide documentation of utility coordination. McMahon will assist the City to obtain the Utility Clear and Rail Clear letters, as requested. The letter will be executed by the City and submitted by McMahon. McMahon will prepare Technical Specifications for inclusion in the Bid/Contract Document. McMahon will assist the City in providing the Signed Federal Requirements LAP Checklist for Construction Contracts as the certified LAP applicant. TASK 3 — PRODUCTION SUBMITTAL Production Plans will be prepared in response to County and FDOT comments. McMahon will provide all required plan sets (signed and sealed) and documents required by each separate agency that requires permitting and/or project review. Additionally, delivery requirements shall be met per the individual agency's requirements (Hardcopies/Electronic/ AutoCAD files). McMahon will be responsible for all FDOT (LAP) and County submittals in a form acceptable to each agency. TASK 4 — MEETINGS/LAP COORDINATION McMahon will attend meetings with the City and FDOT to review plans and submittals. McMahon will review comments in the FDOT ERC system and make submittals using LAPIT. The City will provide McMahon with the access and permissions necessary to submit and review on their behalf. TASK 5 — CONSTRUCTION PHASE SERVICES During the construction phase of the site improvements, McMahon will provide the scope of services outlined below as required to certify the project's completion. We believe this level of service to be the minimum necessary to obtain the essential information to prepare certifications. 3 TR 13054 - Exhibit 1 CITY OF TAMARAC CONTINUING SERVICES AGREEMENT FOR TRANSPORTATION ENGINEERING SERVICES MCMAHON ASSOCIATES, INC. DECEMBER 7, 2017 TASK AUTHORIZATION NUMBER 18-07D A. Permit: As described in Tasks 1 through 3, McMahon will obtain or assist the City with obtaining approvals from each applicable permitting agency. Furthermore, McMahon will obtain all final approvals, certifications, and all close out documents associated with the applicable permit. B. Construction Administration Assistance: 1. Shop Drawing Review: McMahon shall review and approve (or take other appropriate action in respect of) Shop Drawings (as defined in the General Conditions of each construction contract) and samples and other data that each Contractor is required to submit, but only for conformance with the design concept of the Project and compliance with the information given in the Contract Documents (such review and approval, or other action, shall not extend to the means, methods, sequences, techniques, or procedures of construction or safety precautions and programs incident hereto). 2. Response to Requests for Information (RFI) by the Contractor: McMahon will provide interpretations of the plans and specifications developed in Tasks 1 through 3 and provide responses to the requests for information from the contractor during construction. McMahon will advise the City if a response to the RFI cannot be made based on a reasonable interpretation of the plans and specifications. McMahon shall consult with and advise the City as to the acceptability of substitute materials and equipment that are proposed by the Contractor(s). C. Construction Observations 1. Site Civil Periodic Visits: McMahon will conduct periodic site visits during the construction phase of the project to observe the work for general conformance to the plans, specifications and permit conditions. McMahon shall not be responsible for the means, methods, techniques, sequences, or procedures of construction selected by the Contractor(s) or the safety precautions and programs incident to the work of Contractor(s). McMahon's efforts will be directed toward providing the City with a greater degree of confidence that the completed work of Contractor(s) will conform to the Contract Documents. During such visits and on the basis of on -site observations, McMahon shall keep the City informed of the progress of the work, shall endeavor to protect the City against defects and deficiencies in such work, and may disapprove or reject work if it fails to conform to the Contract Documents. McMahon will provide a bullet format field report for each visit. The report will summarize project observations as they relate to general conformance with the construction documents. 4 TR 13054 - Exhibit 1 CITY OF TAMARAC CONTINUING SERVICES AGREEMENT FOR TRANSPORTATION ENGINEERING SERVICES MCMAHON ASSOCIATES, INC. DECEMBER 7, 2017 TASK AUTHORIZATION NUMBER 18-07D 2. McMahon will attend construction progress meetings at the request of the City for the successful administration, management, and technical execution of the Scope of Services. The agenda for each progress meeting will be determined by the City. Meetings will be planned to last approximately one (1) hour. 3. Substantial Completion: Upon request of the City, McMahon will conduct one (1) site visit (in addition to those described above) to review the construction site work for substantial completion and general compliance with the plans, specification, and permit conditions. Based on the substantial completion site visit, McMahon will prepare one (1) "punch list" listing any additional work to be completed for the site work. D. Final Project Close Out: 1. Final Completion: Upon request of the City, and confirmation by the contractor that the "punch list" items have been completed, McMahon will conduct one (1) site visit (in addition to those described above) to review the construction site work for final completion and general compliance with the plans, specifications, and permit conditions (subject to any conditions therein expressed). McMahon will prepare a memorandum notifying the City that the work has been completed. McMahon shall not be responsible for the acts or omissions of any Contractor or Subcontractor, or any other persons (except McMahon's own employees and agents) at the site or otherwise performing any of the Contractor(s) work. 2. Construction Certification of Completeness to Permitting Agencies: Upon satisfactory completion of the work and submittal of satisfactory as -built drawings, inspection reports, tests, approvals, shop drawing, and other data by the Contractor, McMahon will notify the permitting agencies that the project has been completed and that based on our periodic site observations and information provided by the Contractor, the project has been constructed in general compliance with the plans, specifications, and permit conditions. McMahon will note any significant deviations from the plans, specifications, and permit conditions. Fee for Basic Services: $64,940.00 Fee for Optional Structures Design: $6,880.00 F: \ FL\ 16467L_Tamarac_ContinuingServices \ 16467L_01 \ Admin\ Authorizations \ WorkAuth_scope_ 120717.doc 5 TR 13054 - Exhibit 1 McMahon Project No. L16467.01 STAFF HOUR/COST ESTIMATE 121712017 CITY OF TAMARAC - WORK AUTHORIZATION NO. 1 TASK AUTHORIZATION NUMBER 18-07D MAN HOUR COSTS Work Task - Basic Services McMahon Associates Principal Senior Engineer Project Manager Project Engineer Senior Designer Engineer/ Planner Drafting Technician Clerical Subtotal Hours Fee PEDESTRIAN/GOLF CART CROSSINGS DESIGN 1 Intial 30% Plans 8.0 8.0 S1,280.00 Roadway 1.0 4.0 40.0 45.0 S4,240.00 S&PM(including signal equipment) 1.0 1.0 16.0 18.0 $1,720.00 Other Sheets (Key, Notes) 1.0 1.0 12.0 14.0 $1,380.00 Utility coordination 12.0 16.0 28.0 $3,280.00 2 Constructability (100%) Plans Roadway 1.0 2.0 16.0 19.0 $1,880.00 S&PM including signal equipment) 1.0 &0 9.0 $840.00 Other Sheets 1.0 4.0 5.0 S500.00 Structures - Mathcad, verification 4.0 24.0 28.0 $2,680.00 Specs/Bid Docs 1.0 24.0 40.0 8.0 24.0 97.0 $12,160.00 3 Production 4.0 8.0 8.0 36.0 8.0 64.0 $6,820.00 4 Meetings/ LAP Coordination 24.0 48.0 72.0 $12,480.00 5 Construction Phase Services B. Construction Administration Assistance 2.0 28.0 30.0 S4,880.00 C. Construction Observations 4.0 48.0 52.0 S8,480.00 D. Final Project Close Out 10.0 2.0 TOTAL HOURS 0.0 49.01 192.0 48.0 0.0 180.0 0.0 32.0 489.0 HOURLY RATES $240-00 $200.00 $160.00 $150.00 $140.00 $85.00 $70.00 $60,00 MAN-HOUR COSTS $0.00 $9,800.00 $30,720.00 $7,200.00 $0.00 $16,'100.00 $0.00 $1,920.00 $64,940.00 REIMBURSABLES Reproductions Postage Vehicle mileage Unit Cost $0A 5 $0.535 Units $0, 00 $0.00 $0.00 TOTAL REIMBUSABLES $0.00 TOTAL COST - BASIC SERVICES $64,940.00 OPTIONAL SERVICES Special structure/foundation design 4 8 32 $6,880.00 TOTAL COST - WITH OPTIONAL SERVICES $71,820.00 F:\FL\16467L_Tamarac_ContinuingServices\16467L_01WdminWuthorizations\StaffHrEst_120717.xls