Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2001-148Temp. Reso. # 9406 Page 1 June 13, 2001 Revision #2: 6/4/01 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001-14S A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE TASK ORDER AUTHORIZATION NO. 01-01 WITH GLATTING, JACKSON, KERCHER, ANGLIN, LOPEZ, RINEHART, INC. TO PROVIDE LANDSCAPE, ARCHITECTURAL AND ENGINEERING SERVICES RELATED TO THE MEDIAN IMPROVEMENTS IDENTIFIED IN THE PHASE IV AND V WORKPLAN OF THE COMPREHENSIVE STREET IMPROVEMENT PROGRAM IN ACCORDANCE WITH THE CITY CONSULTING ENGINEERING SERVICES AGREEMENT AS AUTHORIZED BY TEMPORARY RESOLUTION NO.9380; AUTHORIZING AN EXPENDITURE IN AN AMOUNT NOT TO EXCEED $446,160; PROVIDING FOR ADMINISTRATION OF THE TASK ORDER AUTHORIZATION; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on July 22, 1998, the City Commission of the City of Tamarac approved the Comprehensive Street Improvement Program through Resolution No. R97-247; and WHEREAS, Phase IV and Phase V of the Comprehensive Street Improvement Program allows for median improvements to include landscaping, irrigation and curbing on portions of City streets; and WHEREAS, the City is desirous of beautifying 18.96 miles of medians as a part of the Phase IV and V Landscape Design; and WHEREAS, in accordance with the City Landscape Architectural Continuing Services Agreement approved by the City Commission on June 13, 2001 through Temporary Resolution No. 9380, the Public Works Department requested three consultants Temp. Reso. # 9406 Page 2 June 13, 2001 Revision #2: 6/4/01 to provide proposals for performing landscape, architectural and engineering services related to the above -mentioned median improvement project; and WHEREAS, the following three (3) proposals were received and reviewed to determine cost and respnsiveness to the City's specifications: Proposer Cost $ Glatting, Jackson, Kercher, Anglin, Lopez, Rinehart, Inc. $405,600 The RMPK Group, Inc. $417,000 Miller Legg and Associates, Inc. $494,760 ;and WHEREAS, Glatting, Jackson, Kercher, Anglin, Lopez, Rinehart, Inc. submitted the lowest responsive proposal at $405,600; and WHEREAS, Glatting, Jackson, Kerger, Anglin, Lopez, Rinehart, Inc. possesses the required knowledge and experience to undertake the design of landscaping, irrigation, and curbing required for the proposed median enhancements in Phase IV and Phase V of the Comprehensive Street Improvement Program; and WHEREAS, a project budget is recommended to be established in an amount not to exceed $446,160 based upon a design cost estimate of $405,600 provided by Glatting, Jackson, Kerger, Anglin, Lopen, Rinehart, Inc., and a project contingency established for additional design or construction administration services which may arise in the course of the project in an amount of $40,560, representing 10% of the estimated cost; and WHEREAS, available funds exist in the Streets Improvement Project budget for said purpose; and I 1 1 1 Temp. Reso. # 9406 Page 3 June 13, 2001 Revision #2: 6/4/01 WHEREAS, it is the recommendation of the Public Works Director, and Purchasing/Contracts Manager that the City approve and execute Task Order Authorization No. 01-01 to the agreement with Glatting, Jackson, Kercher, Anglin, Lopez, Rinehart, Inc. for the provision of landscape, architectural and engineering services; 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 execute Task Order Authorization No. 01-01 between the City of Tamarac and Glatting, Jackson, Kercher, Anglin, Lopez, Rinehart, Inc. for the provision of landscape, architectural and engineering services related to Phase IV and V of the Comprehensive Street Improvement Program in an amount not to exceed $405,600, in accordance with the City Consulting Engineering Agreement as authorized by Temporary Resolution No. 9380. 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 upon adoption hereof. SECTION 2: That the appropriate City Officials are HEREBY authorized to accept and execute Task Order Authorization 01-01 to the Engineering Agreement with Glatting, Jackson, Kercher, Anglin, Lopen, Rinehart, Inc. for provision of landscape architectural and engineering services in an amount not to exceed $405,600 attached hereto as Exhibit 1. Temp. Reso. # 9406 Page 4 June 13, 2001 Revision #2: 6/4/01 SECTION 3: A total allocation for this task order in an amount not to exceed $446,160 (a task order amount of $405,600 plus a 10% contingency of $40,560) is hereby authorized. SECTION 4: The City Manager is HEREBY authorized to approve change orders in the amount not to exceed $10,000 per section 6-156 (b) of the City Code, and close the contract award including but not limited to making final payment when the work has been successfully completed within the terms and conditions of the Jcontract 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 provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. 1 Ll Temp. Reso. # 9406 Page 5 June 13, 2001 Revision #2: 6/4/01 PASSED, ADOPTED AND APPROVED this_j of 2001. 7 JOE SCHREIBER MAYOR ATTEST: MARION SWLNSON, CMC RECORD OF COMMISSION V TE: CITY CLERK MAYOR SCHRIEBER DIST 1: COMM. PORTNER I HEREBY CERTIFY that I have DIST 2: COMM. MISHKIN approve OR as DIST 3: V/M SULTANOF to for A / DIST 4: COMM. ROBERTS rf N HELL S.I L I CITY ATTORN 1 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and Glatting Jackson Kercher Anglin Lopez Rinehart, Inc. signing by and through David L. Barth (Vice President) and William C. Kercher, Jr., (President) duly authorized to execute same. The City of Tamarac Glatting Jackson Kercher Anglin Lopez Rinehart, Inc. By: 'w" ` By: Joe Schreiber, Mayor avid L. VBa �7�h, Vice President Date: � —/3 0 Date: 5 ~ 22 —0 and � VA 4 . �..�_ By: Jeffr4A. N01ler, City Manager Date: 6 '"i3"V ATTEST: Marion Swenson, City Clerk Date: IC C 0, Or ATTEST: �w Z� - Signature of Co brat ecretary william J. �1hG1ir� Type name of Corporate Secretary (CORPORATE SEAL) Glatting Jackson Kercher Anglin Lopez Rinehart, Inc. IC Project Name: City of Tamarac -Continuing LA Services Project Number: 15726 GLATTING JACKSON KERCHER ANGLIN LOPEZ RINEHART, INC. HOURLY RATE SCHEDULE Principal 3 $200 Ecologist 3 $105 Principal 2 $175 Ecologist 2 $85 Principal 1 $150 Ecologist 1 $65 Planner 4 $125 Landscape Architect 4 $125 Planner 3 $105 Landscape Architect 3 $105 Planner 2 $85 Landscape Architect 2 $85 Planner 1 $65 Landscape Designer $65 Transportation Engineer 4 $150 GIS Specialist 2 $85 Transportation Planner 4 $125 GIS Specialist 1 $65 Transportation Planner 3 $105 Graphic Artist 2 $85 Transportation Planner 2 $85 Graphic Artist 1 $65 Transportation Planner 1 $65 Administrative Assistant $50 Ecologist 4 $125 Technician $50 Other Direct Costs —Other direct costs incurred in completing the scope of services shall be billed to the Client at a multiple of 1.15 times cost. These costs are in addition to the fees for each part of the Scope of Services detailed in the Agreement. Other direct costs may include, but are not limited to, costs for reproduction, printing, photocopying, photography, courier services, automobile mileage and other expenses. Personal automobile mileage shall be charged at a rate of $0.315 per mile. Field vehicle mileage shall be charged at a rate of $0.50 per mile. Application Pees — All application, filing, and permit fees, including, without limitation, all fees to local, regional and state governments and agencies. shall be paid by the Client directly to the appropriate agency at the required time. Client Initials Glatting Jackson Initials Glatting Jackson Kercher Anglin Lopez Rinehart. Inc. rev. February 2001 CITY OF TAMARAC TASK ORDER AUTHORIZATION No. 01-01 ROAD RESURFACING PROGRAM — PHASE IV and V DESIGN SCOPE OF SERVICES BACKGROUND This work authorization is to provide landscape architectural/civil engineering design services to the City of Tamarac for the design, permitting and bidding for Phase IV and V of the City's Road Resurfacing Program. The Phase IV and V work plans include resurfacing and median beautification for approximately 19 miles of City roadways. 1.0 PROJECT DESCRIPTION 1.1 The project will consist of the design, permitting and bidding services for the Phase IV and V Resurfacing Work Plans. The City is the owner of the property. 1.2 Glatting Jackson will serve as the design consultant for this scope of work. Additional Professionals working on the project include R. J Behar & Co., Civil Engineers; and P. Wayne Kiser & Associates, Irrigation Design; who are subconsultants to Glatting Jackson. 2.0 PROJECT SCHEDULE Glatting Jackson shall complete the project design (Tasks 1 through Tasks 4) as described below within 180 days of the notice to proceed. 3.0 SCOPE OF SERVICES The following provides a description of design and construction services related tasks: DESIGN AND CONSTRUCTION ADMINISTRATION Task 1 — Pre -Design Project Management -- In addition to the specific services detailed below, Glatting Jackson shall provide services for management of the project including coordination with the City's representative, monitoring the project schedule as it relates to this scope, and timely invoicing and reporting of project progress. 2. Coordination of the Work of Subconsultants to Glatting Jackson — The City hereby acknowledges and agrees that Glatting Jackson will assume responsibility for the coordination of work produced by any subconsultants to Glatting Jackson as Project Manager for the project. All professional firms working on the project shall bear separate responsibility and liability for the work prepared by them. Glatting Jackson Kercher Anglin Lopez Rinehart, Inc. 3. Existing Data — The City will provide Glatting Jackson with the following data: boundary, topography, roadway surveys including location of existing curbs, drainage structures and all utilities for each roadway corridor that Glatting Jackson will incorporate into the development of base plans prior to beginning design work. The City shall also provide approved specifications, construction details and approved plant lists to Glatting Jackson. Glatting Jackson shall confirm and incorporate into the construction documents the general locations of underground facilities including electric, cable, phone and signalization services as provided by Sunshine State One -Call and Broward County where necessary. Glatting Jackson will consider all information supplied by the Client as accurate and correct. Additional work required due to inaccurate, incorrect, or incomplete information supplied by the City shall be completed as an Additional Service. 4. Tree Survey — Glatting Jackson shall prepare a tree survey for each of the roadway corridors. The tree survey shall meet City and County requirements for permitting purposes. The tree survey shall augment the base maps as provided by the City. Site Analysis — Glatting Jackson will visit each roadway corridor one (1) time in order to develop an understanding of opportunities and constraints. Each corridor will be documented through field notes and photographs as to potential opportunities and constraints of each roadway. Design Intent - Glatting Jackson will attend a meeting with the City to develop a shared vision for the project. The purpose of this exercise is to develop an image of the project based on the development program and themes discussed. The meeting will define the image and design vocabulary for the project that will be used by the City and the design team to measure the appropriateness of future design decisions. At this time, a final construction budget (supplied by the City) will be verified by the City. Public Meeting Number One — Glatting Jackson shall facilitate a public meeting to solicit public input into the design process. The City shall be responsible for public notices advertising the meeting and securing a meeting location. Glatting Jackson shall prepare all materials for presentation to the public, including sections illustrating proposed landscape improvements based upon the preliminary construction budget as provided by the City. Glatting Jackson shall produce and submit meeting minutes to the City. Deliverables - As a result of these tasks, Glatting Jackson shall provide: - Design Intent Memorandum - Public Meeting Minutes Task 2 — Schematic Design Schematic Design (30% Construction Documents) -- Glatting Jackson will prepare a schematic design package for the proposed improvements. The following will constitute the scope of Glatting Jackson's work: Glatting Jackson Kercher Anglin Lopez Rinehart, Inc. • Overall landscape plan identifying proposed plant massing and theming. • Preliminary horizontal layout of proposed median and curbing improvements. • Order of magnitude opinion of probable cost. 2. Client Review — Glatting Jackson will submit the schematic design package for City review. The City shall provide Glatting Jackson with written comments regarding the schematic design package. Glatting Jackson shall attend one meeting with the City to discuss the written comments. Upon review and approval of the schematic landscape plans and opinion of probable construction cost, Glatting Jackson shall proceed with the preparation of the Design Development phase of the work, incorporating revisions suggested during the City review. Deliverables — As a result of these tasks, Glatting Jackson shall deliver three (3) half-size and one (1) full size sets of the Schematic Design Package that shall include the following: • Cover sheet and key sheet • Preliminary notes and specs • Overall landscape plans at 1" = 30'; identifying proposed plant massings and theming • Preliminary median improvements horizontal layout plan identifying proposed median and curbing improvements (including required transition and stacking distances) • Preliminary landscape details • Preliminary median and curbing details • One (1) copy of the order of magnitude estimate of probable cost Task 3 — Design Development Documents 1. Design Development Documents (60% Construction Documents) — Based on the approved schematic landscape plan and preliminary estimate of probable cost, Glatting Jackson will prepare design development documents. These documents will further refine and articulate the project elements established in the schematic design phase. 2. Estimated of Probable Cost - Glatting Jackson will prepare an estimate of probable cost based upon the design development documents. 3. Public Meeting Number Two — Glatting Jackson shall facilitate a public meeting to solicit public comments regarding the design development documents. The City shall be responsible for public notices advertising the meeting and securing a meeting location. Glatting Jackson shall prepare all materials for presentation to the public. Glatting Jackson shall produce and submit meeting minutes to the City. Glatting Jackson shall incorporate minor revisions into the design development documents based upon public comments as approved by the City. 4. Client Review - Glatting Jackson will submit the design development documents for City review. The City shall provide Glatting Jackson with written comments regarding the design development documents. Glatting Jackson shall attend one meeting with the Glatting Jackson Kerchcr Anglin Lopez Rinehart, Inc. City to discuss the written comments. Minor revisions will be incorporated into the documents based on review comments. Major revisions shall be considered Additional Services. Upon review and approval of the design development documents and the estimate of probable construction cost, Glatting Jackson shall proceed with the preparation of the Construction Document phase of the work, incorporating revisions suggested during the City review. Glatting Jackson understands that the City may desire to separate the Design Development package into separate packages based upon timeline constraints for purposes of bidding. Deliverables — As a result of these tasks, Glatting Jackson shall deliver three (3) half- size and one (1) full size sets of the Design Development Package that shall include the following: Cover sheet and key sheet - Refined notes and specs - Overall landscape plans at 1" = 30'; identifying preliminary proposed planting design, including proposed plant list - Refined median improvements horizontal layout plan identifying proposed median and curbing improvements - Preliminary roadway striping plans and details - Refined landscape details - Refined median and curbing details - Mainline irrigation layout - Preliminary irrigation details - One (1) copy of the order of magnitude estimate of probable cost - Public meeting minutes Task 4 — Construction Documents Construction Documents (90% Construction Documents)— Based on the approved design development documents, Glatting Jackson shall prepare construction documents for the development of the landscape, medians, curbing and appropriate irrigation, as well as: ■ Construction details, including details, elevations, and sections provided as necessary to communicate the design intent and construction materials; ■ Technical specifications that define materials and methods appropriate for construction. 2. Estimate of Probable Cost - Glatting Jackson shall prepare a final estimate of probable cost for all elements detailed in the Construction Documents. Client Review - Glatting Jackson will submit the construction documents for City review. The City shall provide Glatting Jackson with written comments regarding the construction documents. Glatting Jackson shall attend one meeting with the City to discuss the written comments. Minor revisions will be incorporated into the documents based on review comments. Major revisions shall be considered Additional Services. Upon review and approval of the construction documents and the estimate of probable Glatting Jackson Kercher Anglin Lopez Rinehart, Inc. construction cost, Glatting Jackson shall finalize and submit the final construction documents to the City as required for plans packaging. The City shall direct Glatting Jackson as to the composition of the plans packaging for bidding purposes. Deliverables — As a result of these tasks, Glatting Jackson shall deliver ten (10) half- size and one (1) full size sets of the Construction Documents that shall include the following: - Cover sheet and key sheet - Final notes and specs - Overall landscape plans at 1" = 30' - Median and curb improvements horizontal layout plan - Roadway striping plans and details - Landscape details - Median and curbing details - Irrigation layout, including head placement and pipe sizing at 1" — 20' - Irrigation details - Final technical specifications - One (1) copy of the order of magnitude estimate of probable cost 4. Permitting Assistance — Glatting Jackson shall prepare permits for the construction of the project to appropriate agencies. Permits may include, but are not limited to tree relocation/removal permits. The preparation of the roadway striping plans shall be coordinated with Broward County Traffic Engineering as required for approval of the construction documents. The City is responsible for permit submittal and the payment of any and all permitting fees. Task S — Construction Observation 1. Bidding Assistance — Glatting Jackson will prepare unit price bid forms, issue documents for bidding to bidders approved by the City, receive and review bids, prepare a comparative bid analysis and recommend selection of a contractor. Recommendations will be based upon past experience of the contractor, price, and availability to perform the work within the anticipated schedule. 2. Construction Observation — Glatting Jackson will visit the site as needed at intervals appropriate to the stage of construction to become familiar with the progress and quality of work and to determine if the work is generally proceeding in accordance with the construction documents. Each site visit will be accompanied by a detailed report of any work Glatting Jackson determines to be in non-conformance with the contract documents. Glatting Jackson will review and comment on shop drawings and submittals. Final substantial completion inspections are included. The total number of visits allotted for this task is a maximum of sixty (60), including thirty (30) for Glatting Jackson and thirty (30) for the Civil Engineer. PART II — ADDITIONAL SERVICES Task 6 — Additional Services 1. Additional Services — Glatting Jackson will provide Additional Services as mutually agreed upon between Glatting Jackson and the Client. Additional Services may include Glatting Jackson Kercher Anglin Lopez Rinehart, lnc. any service that is requested that is not specifically outlined within the Scope of Services. call)u 19 DIef.Yr Y 0)►I Glatting Jackson shall bill the City a fixed fee for each Part of the Scope of Services as listed below. Direct expenses are included in the fee, as further detailed on the Hourly Rate Schedule attached to the Continuing Services Agreement. The City agrees that Glatting Jackson shall not be required to provide detailed backup, in the form of hourly detail of any kind, in support of invoicing for fixed fee or lump sum fee projects. If backup is required the City agrees to pay Glatting Jackson, on an hourly basis, for the cost of providing such additional information. Task 1 Pre -Design $42,500 Task 2 Schematic Design $59,200 Task 3 Design Development Docs $112,700 Task 4 Construction Doc. Development$148,200 Total — Tasks 1-4 $362,600 Task 5 — The fee for Task 5, Construction Administration, shall be shall be billed on an hourly basis using the attached Hourly Rate Schedule, plus direct costs, not to exceed $43,000 without written authorization from the Client. Task 6 -- The fee for Task 6, Additional Services, shall be billed using the attached Hourly Rate Schedule, or as an agreed upon fixed fee. Hourly Rate Schedule / Other Direct Costs — Please refer to the attached Hourly Rate Schedule for hourly rate charges and for information concerning other direct costs. Subconsultant Fees — Fees for subconsultants working on this project under direct contract with Glatting Jackson are included in the fees for each part of the scope of services detailed above (Tasks 1-4). R.J. Behar & Company: $141,070, P. Wayne Kiser & Associates: $ 48,000. Retainer - No retainer will be required. Glatting Jackson Kercher Anglin Lopez Rinehart, Inc. LISTING OF TEAM MEMBERS David L. Barth, ASLA, AICP Principal in Charge (2) Richard E. Durr, Jr., ASLA Project Manager/Landscape Architect (4) Landscape Architecture Richard E. Durr, Jr., ASLA, Senior Landscape Architect Kirk Olney, ASLA, Landscape Architect Chad Atkins, Landscape Designer Sarah Wilkinson, Landscape Designer Median Design / Civil Engineering Robert Behar, RJ Behar and Associates Juan Vasquez, Vice President, Civil Engineer Francisco Leon, E.I. Roadway Engineer Paola Cardenas, Technician Irrigation Design Wayne Kiser, P. Wayne Kiser & Associates Glatting Jackson Kercher Anglin Lopez Rinehart, Inc. No Text