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