Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (87)1 Temp. Reso. #9714 - February 19, 2002 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002 - 087 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE AND ACCEPT TASK AUTHORIZATION NO. 02-04E (MLA PROPOSAL NO. 4100) WITH MILLER LEGG & ASSOCIATES, INC., TO PROVIDE ENGINEERING SERVICES RELATED TO SITE EVALUATION AND DESIGN OF IMPROVEMENTS TO CAPORELLA PARK - PHASE II, PER THE EXISTING AGREEMENT WITH MILLER LEGG & ASSOCIATES FOR CONTINUING ENGINEERING SERVICES; AUTHORIZING AN EXPENDITURE NOT TO EXCEED $32,180; APPROVING ALL NECESSARY BUDGET TRANSFERS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Tamarac desires to provide its residents and visitors a higher level of service by enhancing and improving its outdoor recreation facilities and environment; and WHEREAS, the City of Tamarac was awarded and executed the agreement by Resolution No. R-2000-272 for a Florida Recreation Development Assistance Program grant of $102,500 with a city match of $102,500 for improvements to Caporella Park; and WHEREAS, the City of Tamarac was awarded and executed the agreement by Resolution No. R-2001-347 for a Broward County Challenge Grant in the amount of $229,424, with a City match of $102,500, for improvements to Caporella Park; and WHEREAS, certain engineering services are required for the improvements to be made to Caporella Park - Phase II; and WHEREAS, with the passage and adoption of Resolution No. R-2001-185, the Temp. Reso. #9714 - February 19, 2002 Page 2 City of Tamarac entered into agreements with five (5) consulting firms to provide engineering and architectural continuing services for a period of five years on an "as needed" basis; and WHEREAS, the firm of Miller Legg and Associates, Inc., was one of the firms approved for these professional services; and WHEREAS, the proposal/agreement received from Miller Legg & Associates for professional services in connection with the Caporella Park - Phase II project, attached hereto as "Exhibit 1" was reviewed to determine cost and responsiveness to the City's needs; and WHEREAS, it has been determined that Miller Legg & Associates, Inc., possesses the required knowledge and experience to provide the necessary services relating to the improvements to be made at Caporella Park - Phase II; and WHEREAS, based upon fee estimates provided by Miller Legg & Associates, Inc., an expenditure not to exceed $32,180, for professional services is recommended; and WHEREAS, funds are available for said purpose; and WHEREAS, it is the recommendation of the Director of Parks and Recreation and the Purchasing and Contracts Manager that the City of Tamarac approve and accept Task Authorization No. 02-04E (MLA Proposal No. 4100) with Miller Legg and Associates, Inc., for the provision of professional services relating to Caporella Park - Phase II; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the City of Tamarac to approve and accept Task Authorization Temp. Reso. #9714 - February 19, 2002 Page 3 No. 02-04E (MLA Proposal No. 4100) between the City of Tamarac and Miller Legg and Associates, Inc., for the provision of professional services, for an amount not to exceed $32,180, related to improvements to the outdoor recreation facilities and environment at Caporella Park - Phase II. 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 upon adoption hereof. SECTION 2: The appropriate City officials are hereby authorized to approve and accept Task Authorization No. 02-04E (MLA Proposal No. 4100) for professional services by Miller Legg & Associates, Inc., in an amount not to exceed $32,180, a copy of which is attached hereto as "Exhibit 1 ". SECTION 3: Funding for said project is budgeted under the Parks and Recreation Department Account entitled "Improvements Other than Building/Construction". SECTION 4: All necessary budget transfers are hereby approved. 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. Temp. Reso. #9714 - February 19, 2002 Page 4 SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED, AND APPROVED this 26th day of March, 2002. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESdUTION as to form. ITCHELL S. CITY ATTO RECORD OF COMMISSION VOTE: MAYOR SCHREIBER Aye, DIST 1: V/M. PORTNER fyg DIST 2: COMM. MISHKIN Aye, DIST 3: COMM. SULTANOF_A-ye, DIST 4: COMM. ROBERTS A el 1 1 a• � ENGINEERS • SURVEYORS & MAPPERS • PLANNERS • LANDSCAPE ARCHITECTS • GIS • ENVIRONMENTAL PROFESSIONALS �R Corporate Office: 1800 North Douglas Road • Suite 200 • Pembroke Pines, FL 33024-3200 10 1�1 GG (954) 436-7000 Fax: (954) 436-8664 • www.millerlegg.com Te►np. Reso. #9714 - Exhibit 1 Task Authorization No. 02-04E & ASSOCIATES, INC February 7, 2002 MLA Proposal No. 4100 Mr. Lance H. Moll, CPRP Parks Superintendent City of Tamarac 8601 W. Commercial Boulevard Tamarac, FL 33321-2401 Re: Addendum to Continuing Engineering Services Agreement Caporella Park — Phase II MLA Proposal No. 4100 Dear Mr. Moll: We are pleased to provide the following proposal for professional services in connection with the above -referenced project. 1.0 OVERVIEW - The Project is generally described as follows: Provide improvements as outlined below to the existing City of Tamarac Park located at Prospect Road and Commercial Boulevard, Section 17, Township 49, Range 42, Broward County, Florida. Proposed improvements include facilitating the following: 1.1 Water and sewer service to a proposed prefabricated restroom. 1.2 Coordinate electrical service to the parking area expansion. 1.3 Coordinate the removal of an existing pedestrian bridge and the installation of a new prefabricated bridge within the City property. 1.4 Enlarging and reconfiguring the existing parking lot from 11 parking spaces to approximately 25 parking spaces. 2.0 ASSUMPTIONS - LIST OF BASIC ASSUMPTIONS 2.1 Site plan shall be reviewed as a minor development and will incorporate a prefabricated restroom, prefabricated bridge and parking expansion. Only proposed improvements will meet current code requirements. Variances or modifications to existing conditions other than those listed above, will not be required. 2.2 A South Florida Water Management District permit modification is not required. 2.3 Architectural, structural, electrical and mechanical consulting services are to be contracted separately by the Client. Offices Located In: Pembroke Pines, FL (954) 436-7000 Wellington, FL (561) 798-9981 Orlando, FL (407) 926-4122 Proposal No. 4100 2.4 Building permits for the prefabricated restroom and prefabricated bridge will be obtained by the Contractor. 2.5 An ALTA Survey is not required. 2.6 Bid and construction specifications and product recommendations will require input from the City, including obtaining front-end documents and coordination with the City's Purchasing Department. 2.7 Consultant shall provide services for an irrigation plan as requested by the Client as an additional service. 3.0 INFORMATION TO BE PROVIDED BY CLIENT 3.1 Soil boring information for the construction of the building, the bridge and any under -drain drainage systems. 3.2 Building floor plans and elevations for inclusion in the site plan package. 3.3 Bridge elevations, plans and architectural renderings as required for the site plan package. 4.0 SCOPE OF BASIC SERVICES AND FEE The scope of services to be provided by Consultant shall be divided into 13 phases as follows: Phase 1 Minor Site Development Plan A. Design — Consultant shall prepare a conceptual site plan meeting the development requirements of the Project. Consultant shall review development codes, zoning, existing utilities information and existing site conditions. Upon review and approval of a concept by the Client, Consultant shall proceed in preparation of the minor site plan package for approval with the City of Tamarac. Consultant shall coordinate and attend up to three (3) meetings. FEE: Lump Sum of $3,000. B. Additional Revisions — Subsequent revisions to the minor development plan shall be provided as an additional service and shall be invoiced on an hourly basis. The fee for this phase is estimated not to exceed $1,200 without prior authorization from Client. FEE: Hourly per the attached Hourly Rate Schedule. Phase 2 Final Site Plan Preparation and Processing 2 Proposal No. 4100 A. Preparation and Processing - Consultant shall prepare a final site plan based on the conceptual site plan. Consultant shall coordinate the submittal of the site plan package to the City of Tamarac including the minor development site plan, landscape plan, lighting plan, preliminary engineering plan and application. FEE: Lump Sum of $1,800. B. Additional Revisions - Subsequent revisions or revisions required by concept changes shall be provided as additional services and shall be invoiced on an hourly basis. The fee for this phase is estimated not to exceed $800.00 without prior authorization from Client. FEE: Hourly per the attached Hourly Rate Schedule. Phase 3 Public Notification Process for Public Hearing - Consultant shall research and prepare a list of all property owners within a 300' radius of the Project site and any contiguous land under the same ownership, using the latest Broward County tax rolls. Consultant shall prepare labels, notifications, a map, a certified letter, and provide the notices as required by the City of Tamarac. (Consultant shall also coordinate signs to be posted on -site prior to the public hearing. The cost of the signs shall be charged as a reimbursable and is not included in this fee.) FEE: Lump Sum of $750 per notification. Phase 4 Color Rendering - Consultant shall prepare a color rendering of the Project site plan. Rendering shall be a board -mounted plan view depicting the buildings, paving, and landscaping for presentation at public hearings. FEE: Lump Sum of $1,200 per rendering. Phase 5 Planting Design - Consultant shall develop planting designs for the proposed restroom shelter, bridge and parking lot. These planting designs will include plans that will meet the basic code requirements of the City of Tamarac and will be submitted to the City as part of the site plan package. The plans will include all applicable details, quantities, notes and size specifications for the installation of the proposed landscaping. Revisions required by each reviewing agency upon review of the initial submittal are included in this fee. Subsequent revisions or revisions required by concept, architectural, site plan, or utility changes shall be provided as additional services and shall be invoiced on an hourly basis per the attached Hourly Rate Schedule. 3 Proposal No. 4100 FEE: Lump Sum of $1,300. Phase 6 Tree Removal/Relocation Permitting — Consultant shall prepare a tree removal permit application and support documentation that includes plans, location maps and mitigation tables as required for permitting existing non-invasive trees on the Project site that are proposed for removal or relocation. Consultant shall then submit the tree removal permit application and support documents to the Broward County Department of Planning and Environmental Protection for removal/relocation activities associated with the existing trees on site. The fee below does not include the application fee required for tree removal/relocation. FEE: Lump Sum of $1,000. Phase 7 Preliminary Engineering A. Preparation - Consultant shall prepare conceptual plans for the drainage, water and sewer systems for the Project. These plans shall be submitted to the City as part of the site plan package. FEE: Lump Sum of $1,500. B. Additional Revisions - Revisions required by each reviewing agency upon review of the initial submittal shall be included in this fee. Subsequent revisions or revisions required by concept changes shall be provided as additional services and shall be invoiced on an hourly basis. The fee for this phase is estimated not to exceed $680 without prior authorization from Client. FEE: Hourly per the attached Hourly Rate Schedule. Phase 8 Conceptual Water Management Plan - Consultant shall prepare a conceptual water management plan for the Project. Engineering permit applications, plans, and support data shall be submitted to the Broward County Department of Planning and Environmental Protection, Surface Water Division (DPEP), and the City of Tamarac for approval and/or informational purposes as appropriate. FEE: Lump Sum of $750. NOTE: The fee for this phase does not include environmental services associated with the permitting process. These services shall be provided under a separate phase entitled "Environmental Permitting". Phase 9 Site Lighting Plan - Consultant shall prepare engineering plans and specifications for site lighting as required by the City of Tamarac for site plan approval. The plans shall indicate pole locations and fixture lumens 4 Proposal No. 4100 and shall include details of lighting fixtures (foundations) and poles (and an isofootcandle drawing). Plans and specifications shall be submitted to the City of Tamarac for approval and to Florida Power & Light (FPL) so that FPL can coordinate its distribution system with Consultant's lighting plan. FEE: Lump sum of $1,200. Phase 10 On -site Engineering Plan - Consultant shall prepare engineering plans and specifications for on -site improvements including roadway (and parking lot) paving, grading, signing and marking, and storm drainage system; water distribution system; and gravity sewage collection system including a lift station and force main as required for development of the Project. Consultant shall coordinate electrical services from qualified firms as required for the lift station design. Engineering permit applications, plans, and support data shall be submitted to the Broward County Engineering Division, Public Health Department, Department of Planning and Environmental Protection (DPEP) Surface Water Division and Wastewater Section, and the City of Tamarac's Engineering and Utility Departments for approval. FEE: Lump Sum of $4,750. Phase 11 Engineering Construction Services A. Bidding Assistance/Contract Administration - Consultant shall assist Client in bidding the site development work and in the preparation, negotiation and execution of contracts for the site development work on the Project. FEE: Lump Sum of $1,000. B. Preconstruction - Consultant shall attend preconstruction conference, review material shop drawings, and assist contractor prior to commencement of construction. FEE: Lump Sum of $1,500. C. Construction Observation - Shall include general observation of the work, review of contractor pay requests and verification of system testing. The fee for this phase is based on $750 per week during the construction period for the site development work. It is estimated that construction will last approximately eight (8) weeks. FEE: Not to Exceed $6,000. D. Statements of Work Completion - Shall include statement of work completion, review and submittal of "as -built" drawings prepared by a Proposal No. 4100 registered land surveyor and assistance in conveying utility systems to the City of Tamarac. FEE: Lump Sum of $2,000. Phase 12 Coordination Services Topographic Survey and Geotechnical Report - Consultant shall coordinate additional topographic and geotechnical survey services as specifically required for parking lot improvement, restroom location and bridge pier location. FEE: Lump Sum of $750. Phase 13 Reimbursable Expenses — Consultant shall be paid reimbursable expenses, which are estimated not to exceed $1,000 without prior authorization from Client. This fee is for customary costs, travel only in the tri-county region and excluding subconsultants. FEE: Not to Exceed $1,000. Upon your review and approval of this proposal, please issue a notice to proceed and a purchase order in accordance with the terms and conditions of the Continuing Engineering Services Agreement, dated July 11, 2001 and the attached Special Provisions. Sincerely, � &W� - -k4 A /M Gary A. Tenn Senior Project Manager GT/wr/bh Att. V ATwp-Rng-Sec\49-42-17\4100\Docs\Contracts\Proposals\2ENcaporella201.doc 0 Proposal No. 4100 Project Name: Caporella Park — Phase II Proposal No: 4100 Date: February 7, 2002 SPECIAL PROVISIONS Section 1 Additional Services 1.1 In addition to additional services identified in Section 2 of the General Provisions, Consultant may provide any of the following services on an hourly basis per the attached Hourly Rate Schedule and upon receipt of authorization by Client: studies, meeting attendance; surveying easement descriptions; phasing agreements; ALTA/ASCM surveys; all agreements related to platting; plat note amendments; reports or alternate designs not included in the Scope of Basic Services; earthwork calculations; cost estimates; traffic engineering; off -site improvement design; and other services agreed upon by Client and Consultant. 1.2 The method of payment for additional services requiring authorization in advance shall be agreed upon by Client and Consultant prior to commencement of said services. Section 2 - Payments to Consultant 2.1 A retainer will not be required for this Project. 2.2 Consultant shall discuss with Client the process for review and payment of invoices and schedule of payments for services under this Contract. Client shall assist Consultant in expediting payment of invoices in order to maintain uninterrupted services on Project. 2.3 Lump sum services shall be invoiced based on the percent of work complete at the time of the submittal of the invoice. 2.4 Hourly services shall be invoiced as rendered. Hourly rates shall be as noted on the attached Hourly Rate Schedule. Proposal No. 4100 2.5 The attached Hourly Rate Schedule will remain in effect through the current calendar year. On January 1 of each year that this contract is in effect, a new hourly rate will be instituted. 2.6 Consultant reserves the right to renegotiate fixed fees on an annual basis to reflect changes in price indices and pay scales applicable to the period when services are, in fact, being rendered. 2.7 One hundred percent of the fee for design phase services shall be due upon submittal of applications to government agencies for approval. 2.8 Consultant may require direct payment by Client of any government fee greater than $200.00. 2.9 Client shall have a fourteen (14) day review time to request clarification or additional information. If no request has been made, it is expected that payment will be made in the amount of the invoice. 2.10 If Client fails to make any payment due Consultant for services and expenses within thirty days after receipt of Consultant's invoice, the amounts due Consultant shall include a charge at the rate of 1-1/2% per month from said thirtieth day. 2.11 If Client is to receive funding for Consultant's services from another source, Client shall advise Consultant of these circumstances and shall expedite processing of Consultant's invoices in order to meet the previous requirements. 2.12 If Consultant incurs legal fees or collection charges to collect past - due accounts from Client, then such costs shall be included in amounts due and payable to Consultant. 2.13 (A) If the Project subject to this proposal is delayed and/or put on hold for a period longer than thirty (30) days for any reason, Client shall pay Consultant to re-establish and/or re -activate the Project. (B) If construction is begun more than six (6) months after receipt of government approvals, Client shall pay Consultant for additional services as required to update or extend previous approvals. Section 3 Schedule 3.1 Consultant shall commence Phase 1 services upon Client's authorization and receipt of this signed agreement and receipt of the retainer. 8 Proposal No. 4100 3.2 Consultant anticipates submittal of the engineering plans and specifications described in Phase 11 to the governing authorities within six (6) weeks of an executed notice to proceed. Proposal No. 4100 2002 HOURLY RATE SCHEDULE TITLE HOURLY RATE Administrative $ 45 Technical Assistant $ 50 CAD Technician $ 60 Field Representative $ 60 Technician $ 70 Senior Field Representative $ 75 GIS Data Processor $ 75 Senior CAD Technician/Landscape Designer $ 75 Environmental Scientist/Risk Management Specialist $ 75 Project Engineer/Surveyor/Landscape Architect/Designer $ 85 Regulatory Coordinator $ 85 Survey Field Party (Portal to Portal) $ 95 GIS Specialist $ 95 Licensed Surveyor/Senior Project Engineer $100 Project Manager $105 Senior Project Manager/GIS Coordinator $125 Engineering/Planning/Surveying Director $150 GPS Field Party (Portal to Portal) $150 Principal $180 Senior Principal $215 NOTE: These rates are subject to change after January 1, 2003 10