Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2007-047C Temp. Reso. #11175 April 10, 2007 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2007 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE CHANGE ORDER NO. 1 TO THE CONTRACT WITH TETRA TECH, INC., FOR ADDITIONAL COSTS TO PROVIDE CONSTRUCTION ADMINISTRATION SERVICES DURING THE CONSTRUCTION PHASE OF THE SOUTHGATE LINEAR PARK PROJECT; AUTHORIZING AN ADDITIONAL EXPENDITURE IN THE AMOUNT NOT TO EXCEED $69,943.00; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on October 13, 2004, the City Commission approved the award of LOI No. 04-15L to Tetra Tech, Inc., for the design of the Southgate Linear Park Project; and WHEREAS, the original scope of work included in LOI No. 04-15L was limited to the design services for the Southgate Linear Park Project; and WHEREAS, the City's Public Works and Parks and Recreation Departments deem it necessary to retain Tetra Tech, Inc., for construction administration services and permitting certification through outside jurisdictional agencies during the construction phase of the Southgate Linear Park Project; and Temp. Reso. #11175 April 10, 2007 Page 2 WHEREAS, per the City's request, Tetra Tech, Inc., has submitted a proposal for construction administration services for the Southgate Linear Park Project, a copy of said proposal is attached hereto as "Exhibit 1"; and WHEREAS, the Public Works and Parks and Recreation staff has reviewed said proposal and has determined that the pricing is competitive and acceptable; and WHEREAS, the cost of additional services attributed to this change order necessitates an additional expenditure in an amount not to exceed $69,943.00, a copy of said Change Order No. 1 is attached hereto as "Exhibit 2"; and WHEREAS, available funding for this change exists in Account No. 310-7002- 572-3100 (Project #GP03B); and WHEREAS, the Director of Public Works and the Director of Parks and Recreation recommend the authorization of Change Order No. 1 to the contract in the amount not to exceed $69,943.00 for the Southgate Linear Park Project; and 1 Temp. Reso. #11175 April 10, 2007 Page 3 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. 1 for the Southgate Linear Park Project and authorize an additional expenditure in the amount not to exceed $69,943.00 for said purpose. 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 confirmed as being true and correct and are HEREBY made a specific part of this Resolution. SECTION 2: The appropriate City Officials are hereby authorized to execute Change Order No. 1 to the contract with Tetra Tech, Inc., for construction administration services and permitting certification through outside jurisdictional agencies during the construction phase of the Southgate Linear Park Project. SECTION 3: An additional expenditure in an amount not to exceed $69,943.00 for this purpose is hereby approved. 1 Temp. Reso. #11175 April 10, 2007 Page 4 SECTION 4: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. SECTION 5: If any clause, section, other part or application of this Resolution is held by any 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 adoption. PASSED, ADOPTED AND APPROVED this A5 day of AWn 2007 ATTEST: r t MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. F WUEL REIN CITY A . RNEY RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: COMM. PORTNER DIST 2: COMM. ATKINS-GRAD _ DIST 3: V/M SULTANOF DIST 4: COMM. DRESSLER • 1 C 1 f "Exhibit 1" OTETRA TECH April 4, 2007 Mr. Dave Moore Project Manager Public Works Department City of Tamarac 6011 Nob Hill Road, 2"d Floor Tamarac, Florida 33321-6200 Subject: Proposal for Construction Administration Services Southgate Boulevard Linear Park Project — Tt No. 8178.00 Tetra Tech is pleased to submit this Scope of Work and Not -to -Exceed fee for professional services for the Southgate Boulevard Linear Park Project in the City of Tamarac. The Tetra Tech Team will provide Construction Administration Services during the construction of the Park and the certification afterwards. Please see Exhibit A — "Scope of Services" for a detailed description of the services that will be provided by Tetra Tech, Inc. Tetra Tech respectfully requests a Not -to -Exceed compensation package of $69,943.00. This cost includes Tetra Tech's services, electrical Subconsultant services, and minimal landscape Subconsultant services. Tetra Tech Team is prepared to execute the proposed services with an amendment to the existing contract to add the proposed Construction Services Administration. Sincerely, Tetra T P.E. Project M 201 East Pine Street, Suite 1000, Orlando, FL 32801 Tel 407,839.3955 Fax 407.839.3790 www.tetratech.com EXHIBIT "A" SCOPE OF SERVICES April 4, 2007 Southgate Boulevard Linear Park — Construction Administration Tt Project No. 8178.00 PROJECT DESCRIPTION The Southgate Boulevard Linear Park project consists of design and construction of a park in the parcel of land owned by the City of Tamarac, Florida between Canal C-14 (Cypress Creek Canal) and Southgate Boulevard and extends from Sawgrass Expressway to Nob Hill Road. Design was completed by Tetra Tech (Tt) permitting is nearing completion, and the project has been awarded for construction. Construction Administration Services including bidding and award was included in the original design contract between the City and Tt as optional work. Since bidding and award is complete and several years have elapsed since contract inception, Tt is pleased to submit this scope and Not -to -Exceed fee proposal for Construction Administration Services per the City of Tamarac's request. This fee proposal for specific services listed and described below completely renders Part V —Bidding and Construction Observation Services (Optional), of the original contract null and void. Duration of construction services is anticipated at 365 calendar days from NTP date approved by the City. Item 1.0 Monthly Site Visits Tt staff will visit the site on a monthly basis (one visit per month) to observe construction activities and attend a job coordination meeting with the City staff and the Contractor. The first meeting will be the pre -construction meeting at a location indicated by the City. A maximum of 12 meetings are included in the Not -to -Exceed price. Meetings will be either at the City Engineering offices in Tamarac or at the construction site. Tt staff will be available for up to a maximum of 6 hours per visit. A minimum of 72-hours notification is required for site visits. Additional on -call meetings or site visits requested by the City will be billed at an hourly rate (under "other costs" Item 7.0) with a minimum of two hours travel time per request, in addition to the hours spent at the meeting/site visit to the nearest quarter hour (15 minutes). Item 2.0 Review and comment on Shop Drawings and RAI Tt staff will review Contractor's shop drawings against design documents and submit comments to the Contractor. All hard copies of shop drawings (4 originals + 1 copy) shall be submitted by the Contractor to the City of Tamarac which will in turn forward the documents as deemed necessary to the Tt Engineer of Record at the Orlando office at 201 East Pine Street, Suite 1000, Orlando, Florida 32801 address via U.S. mail, fedex, UPS, etc. for comments. Shop drawings (4 originals) will be returned to the City. Each original shop drawing submittal shall be reviewed by the Contractor and signed and dated prior to mailing. Shop drawings shall include a transmittal form listing the documents enclosed and their quantities. Tt will review the shop drawings and return comments to the City within two weeks of receipt of the document. The maximum number of shop drawings that will be reviewed under this scope is 30. Additional shop drawings will be reviewed under "Other Costs" — Item 7.0. Request for additional information (RAI) shall be prepared by the Contractor on a standard form approved by the City. RAIs shall be submitted by the Contractor to the City of Tamarac which will in turn forward the documents as deemed necessary to the Tt Engineer of Record at the Orlando office at 201 East Pine Street, Suite 1000, Orlando, Florida 32801 address via U.S. mail, fedex, UPS, etc. for clarification. One original submittal shall suffice. RAIs shall include a transmittal form listing the documents enclosed and their quantities. Tt will review the RAI and return clarifications to the City within one week of receipt of the document. Additional time required to re -designing the project due to insufficient information, alternate Contractor's preferred method of construction, or the City's alternate preferred method of construction is not included in the lump sum price. The maximum number of RAIs that will be reviewed and responded to under this scope is 20. Additional RAIs will be reviewed under "Other Costs" — Item 7.0. Item 3.0 Substantial Completion Site Visit Tt staff will visit the site and perform a substantial completion inspection. The intent of the inspection is to inspect if construction is done in accordance with project documents and substantially complete. Tt staff will be available for a maximum of 6 hours for the substantial completion inspection. A minimum of 72-hour notification is required prior to the inspection date. Upon completion of site inspections, Tt staff will prepare a substantial completion punch -list listing all the items that are deficient and outstanding, within two working days of the inspection and submit the list to the Contractor with a copy to the City. Punch -list will be a composite list containing findings by Tt and City staff. Item 4.0 Final Completion Site Visit Tt will visit the site to perform a final completion inspection. The intent of the inspection is to review if the items listed in the substantial completion checklist have been completed to the satisfaction of the City and project documents. Tt staff will be available for a maximum of 6 hours for the final completion inspection. A minimum of 72-hour notification is required prior to the inspection date. Tt staff will be available at the site visit to sign City documentation, if required, documenting that the construction has been completed is accordance with project documents. Item 5.0 Jurisdictional Agency Close-out Tt will prepare all applications necessary to submit to the various agencies to certify and close-out the project. Record drawings for agency close-out and Engineer's certification will be prepared under Item 6.0 — Engineers Certification. A copy of all certification applications and permits will be submitted to the City. The Not -to -Exceed price does not include any tests or fees necessary for certification. The City shall bear all costs associated with testing necessary for jurisdictional agency close-out. Item 6.0 En2ineer's Certification Tt's Engineer of Record will certify the project complete and constructed in accordance with project plans and documents and jurisdictional regulatory agency requirements once the project is completed, as-builts produced by a licensed surveyor are complete to the satisfaction of the Engineer, and all testing results are in and accepted. Tt staff will prepare record drawings and incorporate as -built information provided by a licensed surveyor. The Not -to -Exceed price does not include surveying services. Cost does not include mylars of record drawings. Item 7.0 Other costs Other costs shall include services such as additional meetings or site visits required by the City, drawings and specification changes requested by the City, and additional shop drawing reviews and RAIs requested by the City and will be billed once the Not -to - Exceed fees in each task is exceeded. Work to be billed under this item (Other Costs) will not be initiated by Tt unless prior written approval is obtained from the City of Tamarac. The City and Tt will agree on the time/hours necessary to complete the task, in writing, prior to commencement of work to be billed under this pay item. Travel costs will be billed based on actual costs incurred using receipts. The costs associated with tasks to be executed under this pay item will be billed on an hourly basis at the rate included in Table A. All costs under this Item 7.0 will be substantiated by time charges and receipts. The Not -to -Exceed amount for this task and other tasks is included in the attached Table B. As the Not -to -Exceed value for task No.7 (Other Costs) gets depleted, Tt and The City of Tamarac will negotiate additional compensation. Note: Time cards and receipts will be provided as back-up for time charges. The City of Tamarac will be invoiced monthly based on accrued time charges and other expenses. 41 � ++ c r 00 NNIp1`N N wwwuaw N N W)0r- Cp 1- 000000 �fiGtoO4u7 Q! 40).4444444040%. 01 to co 1- M W � dt C ro at Q1 Q d AC y d d W ` J E-4 U)c C y C ar O O C y C LL: 'N C G1 w+ )waacp "00UUa E 0 aHHHHH �. +..r .r �. � mILU)CL � 4) co _UU +ro+ O W O ••'r ... L(fQ1O0)0co0qt r w 40cm 0 CD r W M {qN P� 1 t CM 1- 1% co W N N r w cz O 47 WP cn 01 8 w 0. .. Y C CL ` m ro ... c Z 0CL C O O C U) U) O C 7 O C r+ O O .. 0 d� C CD R H N ti H E E O R 0c.i_d cU m tL7 � Con0U W 3 E. OID U C1 OU� m a r m a C'a� 00 �,_v ro �'cm d H U:::2w0 Cho WON- of Tafnarac and Contracts Division DATE OF ISSUANCE: OWNER: CHANGE ORDER 04/06/2007 CITY OF TAMARAC 7525 NW 881" Avenue Tamarac, FL 33321-2401 LOI No. 04-15L CHANGE ORDER NO. 1 PROJECT NAME: Design of Southgate Linear Park Project Tt No. 8178.00 PROJECT NO. GP03B CONTRACTOR Tetra Tech, Inc. P.O. NUMBER 80418 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: Construction Administration Services for the Southgate Linear Park Project PURPOSE OF CHANGE ORDER: To provide the City with Professional Construction Administration Services for the construction phase of the Southgate Linear Park Project. CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME Original Contract Price Original Contract Time $ 167,485.00 Previous Change Order No. to No. Net change from previous change orders Contract Price prior to this Change Order Contract Time prior to this Change Order $ 167,485.00 Net (Increase) of this Change Order Net (Increase) of this Change Order $ 69,943.00 Contract Price with all approved Change Orders Contract Time with all approved Change Orders $ 237,428.00 M TENDED Pam!(€D V D BY BY � BY erector ity Manager A17 tor Date Y I ?, I Dl Date �� to� Date