Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2001-1891 1 Temp. Reso. # 9447 Page 1 July 11, 2001 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001-189 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 WILLIAMS HATFIELD & STONER, INC. TO PROVIDE ENGINEERING DESIGN SERVICES RELATED TO THE WOODLANDS DRAINAGE IMPROVEMENTS IN ACCORDANCE WITH THE CONTINUING ENGINEERING SERVICES AGREEMENT AS AUTHORIZED BY TEMPORARY RESOLUTION NO.9434 IN AN AMOUNT NOT TO EXCEED $77,325; AUTHORIZING TWO BUDGET TRANSFERS WITHIN THE STORMWATER MANAGEMENT FUND; AUTHORIZING ADMINISTRATION OF THE TASK ORDER; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on July 12, 2000, the City Commission of the City of Tamarac approved through Resolution number R-2000-189, an agreement between the City of Tamarac and Williams Hatfield and Stoner Inc. to perform a pump station feasibility study within the Woodlands Subdivision for the purpose of flood protection; and WHEREAS, The final report from Williams Hatfield and Stoner Inc. released in March 2001 indicated that due to regulatory restrictions imposed by the South Florida Water Management District, a pump station in the Woodlands area would provide only marginal flood protection benefits; and WHEREAS, The final report from Williams Hatfield and Stoner Inc. released in March 2001 further indicated that channel and control structure improvements would provide better flood protection than the construction of a pump station; and WHEREAS, the City desires to minimize the flooding problems which exist in the Temp. Reso. # 9447 Page 2 July 11, 2001 Woodlands subdivision; and WHEREAS, in accordance with the Continuing Engineering Services Agreement approved by the City Commission on July 11, 2001 through Temporary Resolution No. 9434, the City has entered into an agreement with Williams Hatfield & Stoner Inc. to provide continuing engineering services; and WHEREAS, Williams Hatfield & Stoner, Inc. has submitted a design proposal, attached hereto as Exhibit 1, Task Order Authorization No. 01-01, in the amount of $77,325; and WHEREAS, two budget transfers in amounts of $50,000 from Project No. SWOOC "Waterway Capacity Study" and $27,325 from Project. No. SW97C "Drainage Improvements City" to Project No. SW01 B "Woodlands Drainage Improvements" are necessary to provide adequate funding; and WHEREAS, it is the recommendation of the Public Works Director, the Purchasing/Contracts Manager, and the Assistant City Engineer, that the City execute Task Order Authorization No. 01-01 to the agreement with Williams Hatfield & Stoner, Inc. for engineering services in the Woodlands Subdivision, in an amount not to exceed $77,325, in accordance with the Continuing Engineering Services Agreement as authorized by Temporary Resolution No. 9434; 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 Williams Hatfield & Stoner, Inc. for engineering services in the Woodlands Subdivision, in an amount not to exceed $77,325, in accordance with the Continuing Engineering Services Agreement as Temp. Reso. # 9447 Page 3 July 11, 2001 authorized by Temporary Resolution No. 9434. 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: The appropriate City Officials are HEREBY authorized to execute Task Order Authorization 01-01 with Williams Hatfield & Stoner, Inc., attached hereto as Exhibit 1, to provide engineering design services related to the Woodlands Drainage Improvements in accordance with the Continuing Engineering Services Agreement as authorized by Temporary Resolution No. 9434, in an amount not to exceed $77,325. SECTION 4: Two budget transfers amounts in amounts of $50,000 and $27,325 respectively within the Stormwater Management Fund are 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 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. Temp. Reso. # 9447 Page 4 July 11, 2001 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. PASSED, ADOPTED AND APPROVED this 111h day of July, 2001. JOE SCHREIBER MAYOR ATTEST: RECORD OF COMMISSION VOTE: MARION S ENSON, CMC CITY CLERK MAYOR SCHREIBER A-yel DIST 1: COMM. PORTNER fl & DIST 2: COMM. MISHKIN 6-ye. I HEREBY CERTIFY that I DIST 3: VIM SULTANOF A el have approved this DIST 4: COMM. ROBERTS Aye, RESOLUTION as to form. ITCHELL $j KF CITY ATT RN 1 Exhibit 1 Temp. Reso. # 9447 Page t CITY OF TAMARAC TASK ORDER AUTHORIZATION NO.01-01 EGINEERING SERVICES WOODLANDS SUBDIVISION IMPROVEMNTS DATE: June 27, 2001 BACKGROUND This work authorization is for the performance of engineering design, permitting and construction services by Williams Hatfield and Stoner Inc. (VMS) pursuant to the Continuing Engineering Services Agreement, here after referred to as the Agreement, between Williams Hatfield and Stoner Inc and the City of Tamarac. The work is for engineering services for drainage improvements in the Woodlands Subdivision described here in. I. DESCRIPTION OF WORK The Woodlands Subdivision Drainage Study completed by Williams Hatfield and Stoner Inc. (WHS) in October 2000 recommended improvements to reduce existing bottlenecks in the drainage system, thus increasing system capacity. The improvements are in three items of work as follows: 1. Construct parallel 48 inch or larger culverts next to the first two culverts just upstream of the control structure at NW 44th Street. The lengths of these culverts will be approximately 380 feet and 80 feet respectively. 2. Make renovations of the two control structures to bring their capacity up to permitted levels of service. This work will include negotiations with Broward County and South Florida Water Management District on design configuration and to some extent confirmation of the permitted capacity. 3. Improve three other road culverts in the system that may become bottlenecks in the system when the structure capacity is improved. 11. SCOPE OF WORK This work authorization is for design, permitting and construction services for items 1, 2, & 3 as listed above. Exhibit 1 Temp. Reso. # 9447 Page 2 Task 1- Design of Improvements This task consists of design and permitting of two parallel culverts and permitable improvements to the two basin control structures as recommended in the drainage study. A. Permittable Capacity of Structures and Permitting This work shall consist of negotiating with South Florida Water Management District and Broward County to establish the allowable capacity for each of the two structures. WHS will provide calculations from the pump station feasibility report and provide additional calculations and information requested by the agencies to assist in the decision process. WHS will prepare permit applications and assist the city in obtaining permits for the construction of agreed improvements. This work shall be on an hourly rate plus expenses basis based on Exhibit A of the Agreement, limited to the maximum authorized amount; additional work requested by the city will be additional services to the work authorization. B. Design Services for Culverts WHS will prepare plan and profile drawings, construction details, construction cost estimate, survey control, and construction specifications for the two parallel culverts with head walls as recommended in the drainage study. C. Design Services for Control Structures Once the permitable capacities have been established WHS will prepare construction plans and specifications for the improvements to the two structures. Design services include review submittals of plans and specifications to the city at 60%, 90% completion and a final review. Work also includes attendance and participation at two city commission workshops to discuss the project. The final product will include a complete bid package of project plans and specifications. The City will provide their standard front-end bid documents as part of the bid package. Task 2 — Bidding and Construction Services A. Services During Bidding CITY will be responsible for advertising the project and for the sale and distribution of plans, specifications and bid documents. WHS will provide the City with 20 sets of plans and specifications for bidding. WHS bidding services Exhibit 1 Temp. Reso. # 9447 Page 3 for this bid package will include the following: • Respond to written questions by potential bidders. • As needed, assist the CITY in issuing addenda. • Attend the pre -bid meeting. • Assist the CITY in evaluating bids. • Provide the CITY with an award recommendation based on review of bid packages and contractor submittals received. B. Services During Construction WHS will provide services during construction for this work authorization during the construction period. Services to be provided will include the following: • Attend pre -construction conference. • Provide the contractor with 5 sets of project plans and specifications • Review shop -drawing submittals and Contractor pay requests. • Conduct weekly site visits by the Engineer during construction. • Respond to written Requests for Information (RFI) from the Contractor. • Review record drawings based on Contractor's record drawing submittals. • Submit permit certifications of constructed work, DPEP and SFWMD. • Submit to the City five sets of signed and sealed record drawings with record CARD files. • Assist the CITY in project close out and final payment. C. Resident Project Representative (RPR) Services for Structures WHS will provide a resident project representative, RPR, to observe the construction work in progress and report to the engineer any observed construction problems and discrepancies from the plans and specifications. The RPR will track the contractor's progress and inform the engineer if the project's construction schedule is being met. The RPR is not responsible for supervising the contractor or determining the contractors means and methods of construction. The observation is not intended to be full time but on an as needed basis. RPR services shall be on an hourly rate plus expenses basis, based on Exhibit A of the Agreement, up to the specified upper limit of services. Additional RPR work requested by the city shall be additional services to the work authorization. Task 3 Upstream Culvert_Impr_ovements A. Analysis of Upstream Culverts Once the approved capacities of the control structures have been established WHS will modify the model of the basin to determine the impact of three other existing culverts in the system. And make recommendation of whether there are needed improvements to these culverts to be designed and included in the project bid package. Exhibit 1 Temp. Reso. # 9447 Page 4 B. Upstream Culvert Design Services (Optional) Provided improvements are needed, WHS will prepare construction plans and specifications for the culvert improvements. It is assumed that these culvert improvements will be permitted and bid with the control structure improvements. III. SCHEDULE Negotiations with the permitting agencies for Task 1A-Permitable Capacity of Structures and permitting will begin upon notice to proceed from the city. Once negotiations are complete WHS will proceed with the design services to be completed in 120 days. Permitting usually takes 2 to 3 months after submittal of applications. Applications are submitted with plans at 95% complete. It is anticipated the bidding/award phase will take two months and the construction phase an additional 4 months (See Attached Bar Chart) IV. COMPENSATION AND FEES Compensation, fees and payments shall as per section III of the Agreement. The work will be performed on a lump sum basis for each individual item except items 1 A and 2C which will be based on an hourly rate plus expenses basis. Billing is summarized as follows: Task 1 -Desi Qn of fmurovements A. Permitable Capacity of Structures (Hourly) $10,000.00 B. Design Services for Culverts $11,475,00 C. Design Services for Control Structures $18,810.00 D. Geotechnical Subconsultant $2,200.00 Subtotal Task 1 Services $42,485.00 Task 2- Biddine and Construction Services A. Services During Bidding $ 3,000.00 Reproduction Costs $ 1,100.00 B. Services During Construction $12,600.00 C. Construction RPR Services (Hourly) $ 8,250.00 Subtotal Task-2 $24,950.00 Task 3-Upstrearn Culvert Improvements A. Upstream Culvert Evaluation $ 1,950.00 B. Upstream Culvert Design Services $ 7,940.00 Subtotal Task 3 $ 9,890.00 TOTAL AUTHORIZED AMOUNT $77,325.00 Exhibit 1 Temp. Reso. #9447 Page 5 I � Each lump sum item will appear as an estimated percent complete on a monthly billing. Task IA-Permitable Capacity of Structures and Task 2C-Construction RPR Services will be on an hourly rate plus expenses basis based of Exhibit A of the Agreement up to the specified upper limit. Hourly rate billings will appear under the specific item listing the grade of the individual being billed and expenses. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. The City of Tamarac Williams, HatfieldN Stoner, Inc. ''- By*Joe By. reiber, Mayor Ant ny Nolan, President Date: �� �D / Date: 1"7 -. Jeffre . Mi ler, City Manager Date: 7--/ -o 1 ATTEST:., Marion Swens n, City Clerk r pr d as to form an legal s ficiency: Mitchell S. Kraft C' A orney i►WIT41 h ltness Date: , � 12-C/,o/ -_I or Date C4 C4 z c c 1 0 0 0 Llb C) 0 C EL (D (D m a a 3 CD (D m cr 0 cn S6 a 21 0 c < cn co o T O m ............... .............. ............... ..... (0 .............. ............... .............. .............. .............. ............... O .............. (Yl ...... m ............... ............... ............... NO A c aD G) A rn ............... .............. o 00 6 0 6 0 7m m ............... ............... IE............... 0 m c rn ............... : . ............ ............... ............ ... ... z ............... . .. . ............. ............ O0) 0. 0) 0 m m .......... ....... 0 0 CD 0 0 CDm ... ... ............... ............... ............... ............... I- M ............... ............... ............... ............... ............... ............... 0 m C.) ............... ............... 0 Q 8 0 .............. ............... ............... ............... ............... ............... ............... ............... ............... ............... ............... ............... ................ ............... ............... ............... .............. ............... .............. ............... ............... ............... ............... .............. .............. ............... m ............... ............... ............... ............... ............... .... . ..... ...... IE m .... ..... .... .... .... .... .... ... V .... ..... ..... .. . . .... .... .... ..... . .... ..... IE c ............... .............. .............. ............... ............... ............... ............... ............... ............... ............... ............... ............... 42. 0 1 1 1 m ............... ............... ............... ............... ............... ............... ............... ............... rQ W O. 0 -4 A ..... ............... w -;l CD Q CD O—D > 0 c o Cf) MO :W:::: CD CD 0 CD 0 0 cm) Q C;) 0 0) h� 0) Ol Cb CD :-4 -n . . . . . . . . . . 0 0 0 0 0 0 Q T fU 9' U1 A i W i N i i O l0 co V 0) U A W N y N O LrE to 4 LLi m ow a jr a 90 90 �003'o00��c��z� (1) v cD p eD cD cD o O �D �D o oIr 3 3 3 r 7� CD rt 3 -1 tocD cD s CD p, p. p �� 0 �. 0 O CD m cl) n. Cl) 17 CD cn -1 CD p (D A) cD CD 'm y y. N y 1*11 o 0 0 M m m m a a a a c c c a a a cto m y w ...a O y y to CD. y 7C � Q a 0 y CD 0 I\ U � O N v p Cl) n A q 0 CO) C� Z3 iU W � o CD OD CD A :3 cn A 0 sp N w W 9 A Q3 (D of Z] in m rn O X cQ CO V 4�, 4 V