Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-191Temp. Reso. #11061 September 11, 2006 Rev #1 10/03/06 Page 1 of 5 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006- l Q I A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE TASK AUTHORIZATION NO. 06-08E WITH MATHEWS CONSULTING, INC., TO PROVIDE PROFESSIONAL SERVICES FOR THE DESIGN, PERMITTING, AND BIDDING FOR THE MAIN STREET INFRASTRUCTURE IMPROVEMENTS - PHASE I ALONG NW 57T" STREET FROM NW 94T" AVENUE TO PINE ISLAND ROAD AND ALONG 91 ST AVENUE FROM NW 57th STREET TO COMMERCIAL BOULEVARD, IN ACCORDANCE WITH THE CITY'S CONSULTING ENGINEERING AGREEMENT AS AUTHORIZED BY RESOLUTION #R- 2006-131, FOR AN AMOUNT NOT TO EXCEED $331,846.00; APPROVING FUNDING FROM THE APPROPRIATE BUDGETED GENERAL FUND, STORMWATER FUND, AND UTILITIES OPERATIONAL AND CIAC ACCOUNTS; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates and maintains the water distribution, wastewater collection, stormwater drainage systems and roadway right -of way along NW 57th Street from NW 94th Avenue to Pine Island Road and along 91"t Avenue from NW 57th Street to Commercial Boulevard; and WHEREAS, it is necessary to provide for the design, permitting, and bidding of Main Street Infrastructure Improvements - Phase I along NW 57th Street from NW 94th Avenue to Pine Island Road and along 915t Avenue from NW 57th Street to Commercial Boulevard consisting of Roadway Streetscape Improvements, installation of a new 12-Inch DIP Water Main, Wastewater Collection Improvements, and Stormwater Improvements, (a copy of which is attached hereto in map form as "Exhibit A"); and Temp. Reso. #11061 September 11, 2006 Rev #1 10/03/06 Page 2 of 5 WHEREAS, it is necessary to provide Streetscape Improvements along NW 57th Street from NW 94th Avenue to Pine Island Road and along 91st Avenue from NW 57th Street to Commercial Boulevard in compliance with Resolution #R-2006-136 entitled "Adopting the Findings of the Tamarac Towncenter Street + Urban Design Guide", passed and adopted by the City Commission on August 23, 2006; and WHEREAS, the City requires the service of a consulting firm knowledgeable in this area and capable of providing professional services for the design, permitting, and bidding for the Main Street Infrastructure Improvements - Phase I along NW 57th Street from NW 94th Avenue to Pine Island Road and along 91st Avenue from NW 57th Street to Commercial Boulevard; and WHEREAS, Mathews Consulting, Inc., possesses the required knowledge and experience to provide the professional engineering services needed for the design of the Main Street Infrastructure Improvements - Phase I along NW 57th Street from NW 94th Avenue to Pine Island Road and along 91 st Avenue from NW 57th Street to Commercial Boulevard; and WHEREAS, Mathews Consulting, Inc., has been pre -qualified as an approved consultant for engineering services by the City of Tamarac as authorized by Resolution #R-2006-131, passed and adopted by the City Commission on July 12, 2006; and WHEREAS, it is the recommendation of the Director of Utilities that Task Authorization No. 06-08E from Mathews Consulting, Inc., be approved, executed and Temp. Reso. #11061 September 11, 2006 Rev #1 10/03/06 Page 3 of 5 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. 06-08E (a copy of which is attached hereto as "Exhibit B") with Mathews Consulting, Inc., to provide engineering services for the Main Street Infrastructure Improvements - Phase I along NW 57t" Street from NW 94th Avenue to Pine Island Road and along 91 st Avenue from NW 57t" Street to Commercial Boulevard for an amount not to exceed $331,846.00 and to provide funding from the appropriate budgeted General Fund, Stormwater Fund, and Utilities Operational and CIAC accounts. 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. SECTION 2: The appropriate City Officials are hereby authorized to accept and execute Task Authorization No. 06-08E with Mathews Consulting, Inc., to provide engineering services for the Main Street Infrastructure Improvements - Phase I along NW 57th Street from NW 90 Avenue to Pine Island Road and along 91 st Avenue from NW 57th Street to Commercial Boulevard, in accordance with the City's Consulting Engineering Agreement as authorized by Resolution #R-2006-131 on July 12, 2006, for an amount not to exceed $331,846.00. Temp. Reso. #11061 September 11, 2006 Rev #1 10/03/06 Page 4 of 5 SECTION 3: The $331,846.00 is approved to be funded from the appropriate budgeted General Fund, Stormwater Fund, and Utilities Operational and CIAC accounts. SECTION 4: The City Manager, or his designee, are hereby authorized to make changes, issue change orders not to exceed $30,000.00 per Section 6-156 (b) 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 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: 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. Ll 1 1 Temp. Reso. #11061 September 11, 2006 Rev #1 10/03/06 Page 5 of 5 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this I A day of ocfmber , 2006. ATTEST: MARION SWE ON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. 1 WA Yr� BETH FLANSBAUM-TALABISCO " MAYOR RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: V/M PORTNER DIST 2: COMM ATKINS-GRAD DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER CO — W W O w CL u..r r xU)a WLL � I.1_ W W +w V! R 2 ''-A, f Gila �-w U N W m as .1 1 UU L �¢aLi W FQU LL I l .7. ILI ■ R � I� 11 Atl H189 MN � . 0 fN Z 1 W ldil r UU.1 Y ►....�_._ 2 Z J ... . W W O W 1 7� I CITY OF TAMARAC "EXHIBITS" Task Authorization No. 06-08E TR #11061 Engineering Services for Main Street Infrastructure Improvements — Phase I DATE: September 7, 2006 BACKGROUND This Task Order Authorization is for the performance of engineering design, permitting and bidding services by Mathews Consulting, Inc (Consultant) pursuant to the Continuing Engineering Services Agreement between Mathews Consulting, Inc. and the City of Tamarac (City), hereafter referred to as the Agreement. The work is for Infrastructure Improvements for Main Street as shown on the attached schematic. DESCRIPTION OF WORK It is assumed that the design elements will be included in one (1) bid package as follows: 1. Water and Sewer • Design a new 12-inch DIP water main (approximately 2,480 feet). - Tie in existing businesses along 57`h Street and stub service lines to new developments. - Grout and abandon a 12-inch AC pipe. • Utilize existing sanitary gravity sewer lines as much as possible. GG13 Engineering Inc. (Developer Engineer) is currently designing and installing a new gravity sanitary sewer system down the center of the west bound lane of 571h Street from 91" Avenue to the west side of 94`h Avenue (where a new MH will be installed). Mathews Consulting, Inc. will extend the new sanitary sewer east of 91" Avenue to collect wastewater from the vacant lots located between Wendy's and 91" Avenue. The length of the sanitary sewer will depend upon the invert elevation of the MH at 94`h Avenue. • Grout and abandon a 4-inch wastewater force main. 2. Stormwater • Design a new stormwater collection system from 941h Avenue to 91" Avenue and connect to the existing 40-inch stormwater system running from Walgreen's and Wendy's. This stormwater line discharges into the canal north of 57`h Street on 91" Avenue. The existing drainage system will need to be modeled to assess impacts due to the additional drainage area. • Consultant assumes the existing 40-inch stormwater pipe (located outside of our project area) that conveys stormwater to the Canal north of the project limits has sufficient capacity to handle the additional stormwater flow. 09/07/06 3. Other Utilities • Coordinate with City and FPL regarding placing the overhead electrical distribution lines underground w/ conduits, pullboxes and services. - Both BellSouth and Comcast have cable hung on the FPL concrete poles. These utilities will need to be coordinated for placing underground. - Coordinate with Sunrise Gas to relocate natural gas lines as required to eliminate any conflicts with new utilities. 4. Streetscape • Design will be based off of the Tamarac Town center Streetscape Plan developed by RMPK Group issued in June 2006. The design will be for Area 1 and shall include the following items: 105.5 foot R-O-W with 13 feet of sidewalk on both sides and 20 feet of diagonal parking on both sides and 15 feet of roadway along with 9.5 feet of center median. 13 foot wide concrete/paver sidewalk along property line on both sides of street. - Diagonal parking. - Curbed median 9.5 feet wide with irrigation. Landscaping (people and hurricane friendly design). Special light poles in theme of Main Street. Benches/planters. Blacktop roadway. - Trash Receptacles. Bike Racks. SCOPE OF WORK The services provided under this authorization will be divided into defined tasks in order to perform the required engineering services. The following is the description of the tasks to be completed by the Consultant: • Task 1 -- Schematic Design • Task 2 — Data Collection • Task 3 — Design Services • Task 4 — Public Participation • Task 5 — Permitting • Task 6 — Bidding Assistance • Task 7 — Construction Administration Authorization) Task No. 1 — Schematic Desi Subtask 1.1 Programming Services (to be provided under subsequent Task Consultant shall meet with City staff to fine-tune the program of uses and design parameters for the project. This will mainly focus on the following: lane widths, drainage approach, impacts to State and County rights -of -way, sanitary sewer, water main extensions, paving intensity, site furnishings manufacturer, pedestrian crosswalk location and materials, plaza locations and amenities, lighting types, irrigation approach, public art, custom site amenities, relocating above ground power to below ground, parking, etc. 09/07/06 1 Pa Subtask 1.2 Preliminary Technical Memorandum Consultant shall prepare a Preliminary Technical Memorandum that will provide summary of project components, refined site design schematic, typical section schematic, and site furnishings. A preliminary construction cost opinion will also be developed. Seven (7) copies shall be submitted in draft form for review by the City. One review meeting will be held with the City to discuss the Preliminary Technical Memorandum. Seven (7) copies of the finalized report shall be submitted to the City. Task No. 2 — Data Collection Subtask 2.1 Utility Coordination Coordination with utility agencies (Electric, Telephone, Gas, and Cable TV) shall be performed to collect record information. This Subtask includes reconciling apparent discrepancies between record information and existing photographic and field -verification information. This task also includes assisting the City to coordinate with FPL regarding placing overhead electrical distribution lines underground. Consultant assumes that FPL will be responsible for preparing their own design drawings. This task also includes assisting the City to coordinate with BellSouth and Comcast in placing overhead lines underground. Subtask 2.2 — Survey Verification Consultant shall furnish the services of a professional surveyor to provide aerial photography and conventional survey services consisting of field topography and horizontal locations referenced by baseline stationing for roadway and utility infrastructure design. All existing facilities and utilities within the full right-of-way of the established construction limits will be referenced by the baseline station with an offset distance (left or right) from the baseline for the project and will include the following: A. Obtain new black and white vertical photography of Project area. B. Prepare digital mapping of the Project area, elevations of well-defined planimetric features to have a vertical accuracy of +/- 0.2 feet. C. Rectify digital images to planimetric features collected on ground survey and control points. D. Provide ground survey to correct data gaps in the aerial photography. Topography survey at 50-foot intervals and at major ground elevation changes to depict existing ground profile at proposed project area. This shall be accomplished by creating a baseline in the field to collect pertinent data which shall include the following: Location of all visible fixed improvements within the right-of-way (including 15-ft. back on each side of the right-of-way) of the project limits, including physical objects, roadway pavement, driveways, sidewalks, curb, trees, signs, fences, power poles, buildings, and other encumbrances, including point of curvature and point of tangency. Location of all known above and below ground existing utilities: Electric, Telephone, Cable TV, Natural Gas, Potable Water (pipe diameter, TOP, valves, 09/07/06 fire hydrants, and meters), Force Mains (pipe diameter, TOP, and valves), Sanitary Sewer (pipe diameter, manhole inverts and direction, rim elevations, laterals, and clean -outs), Storm Sewers (pipe diameter, manhole inverts and direction, catch basins, and rim/grate elevations), and all other accessible structures. This will include coordination with Sunshine, and the City of Tamarac. Identify platted rights -of -way (including bearing and distances for centerline), ownership lines (per property tax information provided by City), and dedicated easements. d. Elevations shall be indicated every 50 feet, at a minimum, to indicate centerline grades, edge of pavement grades and shoulder grades, low points and all right-of- way lines. Intermediate grades shall be indicated at all grade breaks, driveways and sidewalks. Provide and reference benchmarks at maximum 600-foot intervals. Elevations to be referenced to an existing established City or County Benchmark. E. The above topographical survey data will be prepared in AutoCAD (Version 2005) format at a scale of I"=20'. The CAD drawing shall also include: Location of soil borings. Location of utility pot -holing. Subtask 2.3— Field Verification Consultant shall furnish the services of a professional underground services company to locate any required buried utilities at key points and utility crossings by "soft dig" methods. It is estimated that approximately thirty (30) utility locations will need to be pot -holed. Subtask 2.4 — Geotechnical Data Consultant shall furnish the services of a geotechnical firm to perform a geotechnical evaluation of the project area, and have up to ten (10) soil borings to a depth of 15 feet and two (2) pavement cores done for soil strata identification, pavement conditions and to determine the ground water level as part of the project. Task No. 3 — Final Desien Final design shall consist of preparation of Contract Specifications, Contract Drawings (plan/profile), and Final Construction Cost Opinion. Subtask 3.1— Construction Documents for Streetscape and Utility Improvements Preparation of construction documents shall include contract drawings and technical specifications. Contract drawings shall include: cover sheet, general notes, plan/profile drawings, roadway sections, signage & pavement marking plans, hardscape plans, landscape plans, irrigation plans, electrical plans and miscellaneous detail sheets. The drawing scale shall be f- inch equals 20 feet for plan view and 1-inch equals 2 feet for profile view. Consultant shall 09/07/06 prepare the engineering design elements on topographic survey information in an AutoCAD release 2005 format. Contract documents shall include: "front-end" documents and technical specifications and shall conform to the City of Tamarac Standard Details and Specifications. City's design standards will be reviewed and incorporated into the technical specifications where appropriate. Plan view only drawings (seven copies) shall be submitted to the City at the 30% design stage. The drawings shall show limits of streetscape improvements; any pipeline rerouting for water, sanitary and stormwater; and preliminary information concerning hardscape and landscape/irrigation. A table of contents for the specifications shall be provided (specifications will not be prepared until the 60% design stage). Drawings (plan/profile) and specifications (seven copies) shall be submitted for City review at 60%, 90% and 100% stages. Consultant shall meet with the City to discuss comments, and incorporate comments into final documents. Consultant shall furnish with the 100% design drawings, one set of AutoCAD Version 2005 files in electronic format on CD. Subtask 3.2 — Construction Cost Opinion Preparation of construction cost opinion at 30%, 60%, 90% and 100% design stages. The construction cost opinion shall reflect changes in general scope, extent or character of design requirements incorporated during the various design review stages. Subtask 3.3 — Design Meetings Consultant shall attend and distribute minutes for kick-off meeting and four (Preliminary, 30%, 60%, and 90%) design review meetings. It is also anticipated that an additional two coordination meetings will be required based on the complexity of the project. DELIVERABLES TASKS DELIVERABLES QUANTITY 1. Construction Document 30% Drawings & Specs 7 — Sets (22" x 34") Production 60% Drawings & Specs 7 — Sets (22" x 34") 90% Drawings & Specs 7 — Sets (22" x 34") Cost Estimate @ 30%, 60%, 90% and 100% 7 - Sets 100% Drawings & Specs 7 — Sets (22" x 34") 2. Bidding Services Bidding Sets 20- Sets (22" x 34") Addenda if required As required 3. Permitting Services Permit Applications As required 09/07/06 5 Task No. 4 — Public Participation Subtask 4.1-- Public Participation Program Consultant shall assist the City in the implementation of a public participation program during the course of the project. The public participation plan will be designed to facilitate the implementation of the improvements through a proactive communication/information program to the commercial businesses in the project area. Subtask 4.2 - Presentations Consultant shall assist the City with the development of presentation materials and attendance at public meetings (up to 2) and at 1 commission meeting. Task No. 5 — Permittin At the onset of the project, Consultant shall meet with the potential permitting agencies to determine all potential permitting requirements. Agencies anticipated to have interest in project include: SFWMD, Broward County Environmental Protection Dept., FDOT and Broward County Engineering Dept. Services do not include preparing any applications for construction dewatering activities or NPDES. • Consultant shall prepare and sign/seal permit application forms for SFWMD and submit the required documentation for the permit and address agency comments or concerns. Associated permit application fees shall be determined by Consultant and paid by City. It is assumed that the project is included within the City of Tamarac's overall surface water management permit. • Consultant shall prepare and sign/seal water and sewer permit application forms for Broward County Environmental Protection Dept. and submit the required documentation for the permit and address agency comments or concerns. Associated permit application fees shall be determined by Consultant and paid by City. Consultant shall prepare and sign/seal permit application forms for Broward County Engineering Dept. and Traffic Engineering Dept. (work within N. Pine Island Road) and submit the required documentation for the permit and address agency comments or concerns. Associated permit application fees shall be determined by Consultant and paid by City. Task No. 6 - Bidding Services City will be responsible for advertising the project and the sale and distribution of plans and specifications. Consultant shall provide Bidding Services as needed to support the City as follows: 1. Compile 20 sets of bid documents for reproduction using the project plans, technical specifications and the City front-end documents. 2. Attend pre -bid meeting. 3. Respond to written questions by potential bidders and if needed, assist the City in issuing addenda. 4. Review bids and recommend award of contract. Prepare bid tabulation for submittal to the City. 09/07/06 ASSUMPTIONS Work described herein is based upon the assumptions listed below. If conditions differ from those assumed in a manner that will affect schedule of Scope of Work, Consultant shall advise City in writing of the magnitude of the required adjustments. Changes in completion schedule or compensation to Consultant will be negotiated with City. Consultant assumes that all existing and proposed infrastructure roadway alignments are within City of Tamarac rights -of -way. 2. City will provide Consultant with available record drawings of all City utilities in the project area. 3. City personnel will assist in limited field verification of affected existing City facilities. 4. City will provide front-end documents on computer disk (PDF Format). 5. City will be responsible for any acquisition of easements (including temporary). Consultant shall provide legal description and sketches of easements required, including temporary construction easements of property required for facilities. 6. The limits of the project (curbing and sidewalk) will extend onto Pine Island Road right- of-way (Broward County). 7. The limits of the project (streetscape) will extend onto Commercial Blvd. right-of-way (City of Tamarac). 8. City of Tamarac owns segment of Commercial Blvd. in our project limits. 9. FPL will be responsible for any design regarding placing the overhead transmission lines underground w/ conduits, pullboxes and services. 10. No signalization design is included in this Task Authorization. H . The City of Tamarac has an existing City-wide stormwater permit for discharge to the C- 14 Canal. The stormwater system for the "Main Street Infrastructure Improvements" are within the boundaries of this permit and therefore, Consultant assumes Surface Water Quality requirements have been met within the existing lakes and canals of the City of Tamarac System. No exfiltration trench or dry detention is proposed. 12. Consultant assumes no dredging or filling of surface waters are anticipated. 13. A single bidding effort is assumed. Re -bidding of the project is considered an Additional Services item. 14. No traffic analysis is included in this Task Authorization. 09/07/06 7 CONTRACT PERFORMANCE Proposed schedule and fees for completion of major work tasks are summarized below. COMPLETION DATES: CONSULTANT will commence services upon receipt of written authorization. The duration of major work tasks are summarized below and detailed in Attachment A. The total project time - frame is 12 months (360 days). Tasks Task 1 — Schematic Design Task 2 — Data Collection Task 3 — Final Design 30% Design 60% Design 90% Design 100% Design Task 4 — Public Participation Task 5 — Permitting Task 6 — Bidding Approx. Duration Per Task 45 days 60 days"' 45 days 60 days 75 days 30 days On -going 60 days121 60 days Estimated, based upon non-cloudly weather conditions in order to fly the project site. Estimated, based upon usual regulatory agency review period. SUMMARY OF PROPOSED FEES: Costs associated with this Consultant Service Authorization are provided below and detailed in Attachment B. Tasks Task 1 — Schematic Design Task 2 — Data Collection Task 3 — Final Design Task 4 — Public Participation Task 5 — Permitting Task 6 — Bidding Reimbursable Expenses Total Authorized Amount Cost $26,420.00 $55,216,00 $208,591.00 $11,694.00 $11,350.00 $10,575.00 $ 8,000,00 $331,846.00(Not-to-Exceed) Additional Services - The fee for Additional Services shall be billed using the Hourly Rate Schedule contained in the General Contract, or as an agreed upon fixed fee. 09/07/06 8 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through an authorized official of the City and Mathews Consulting, Inc. signing by and through Rene L. Mathews President and David L. Mathews (Vice President) duly authorized to execute same. CITY OF TAMARAC: By. v� . C, 117c4e-" I/ Jeffre M ler, City Manager p'U/ Date: APPR D AS 0 LEGAL FORM OFF OF E C A T RNEY DATED: /P 4 d[ MATHEWS CO TING, INC. By: Rene L.#ae4s,vresident Date: I -- and B ue Y' 4��r David L. Mathews, Vice President Date: 9--?-oL ATTEST: (0� 4-�� Signature of Corporate Secretary David L. Mathews Type name of Corporate Secretary (CORPORATE SEAL) 09/07/06 9 ►1 F z W S d 0 0 z is O a d a 0 0 N 75 C 7 "7 T A 9 Qd LL C y f1 G1 A /D O N 7 O � ; Q N N T � y U T �L1 C m N $ w c i. v ; N o c a a v a w v r U 0 0) O U o a ci tE O W p _ 0 E Ci O e a o C d m o 0 o C? E F u m c M v z m 0 ii a m �9m � N S S LO ❑ N W H O N H N N N )LuN W Da'o¢ QQ 2S2525 QQ S c QQ U � y io o N M (2�S N N N W o M N H N N M H N W nioram- c Q'eAe� O _ q U C N N p N N N N 00 W W W Q (O Q N N O^ 0 Q Q m � U w m OI q � o 0 0 o O� ���pppryry 01 q g NIN'Q O Q Q N Ol rn c o m m m m m 0 a 0 O 'D io ym pp � H C W C] M H d_ p O S N W pp pp N O m 0 N OO VqOON0W l7v �jry0 H m N M N N N Y w N Y w rf Y w Q Y w m Y w F p Y w F�- o X a a o o d s a sm � H H E 0 C 0 w C c aq C Z Om w z cUC=vUni O9=Cc_ x0 o y�iV � D al C o W c )0 Z7i rn OCRE SH m 1>m U>n0 ~ 4y p y❑aLL •��c a U E �a0 L5 H m v aVE o3m m _rou1`0 2Ec �° m UU omf"� ❑2 a a[ .2 m nyc � 0 a Em SH p� �g3y�cp gc'-i lac a3c` vp 0. 0- a aw Nm�m@ ao O N N fV ['V M N/ f7 f+l f'1 Q Q Q 1° b �D w rD -O