HomeMy WebLinkAboutCity of Tamarac Resolution R-99-004Temp. Reso. #8489, December 15, 1998 1
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-99
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA, AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO EXECUTE
ADDENDUM NUMBER 99-01 WITH CRAIG A. SMITH &
ASSOCIATES TO PROVIDE ENGINEERING DESIGN,
PERMITTING, BIDDING SERVICES AND
RECOMMENDATION FOR CONTRACT AWARD FOR THE
INSTALLATION OF A FORCE MAIN PHASE II ON N.W.
70TH STREET, FROM PINE ISLAND ROAD TO N.W. 80TH
AVENUE, FOR A PROPOSED AMOUNT NOT TO
EXCEED $52,150.00 IN ACCORDANCE WITH THE CITY
CONSULTING ENGINEERING AGREEMENT AS
AUTHORIZED BY RESOLUTION NO. R-96-163 AND
APPROVE FUNDING IN THE AMOUNT OF $52,150.00
FROM THE APPROPRIATE UTILITIES OPERATING AND
CONTRIBUTION IN AID OF CONSTRUCTION (CIAC)
ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING
FOR SEVERABILITY; AND PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the Broward County Engineering Division is planning to widen
sections of McNab Road and Pine Island Road; and
WHEREAS, Broward County has advised that asbestos cement pipes
within those sections of the roadways being widened are required to be replaced
in accordance with Broward County road construction standards; and
WHEREAS, the existing City of Tamarac wastewater force main in McNab
Road is asbestos cement pipe and lies within the construction boundaries of
Broward County's McNab Road; and
WHEREAS, due to time constraints to complete the construction of this
project to meet the County road widening schedule, only Phase I of this project
was constructed in FY98; and
Temp. Reso. #8489, December 15, 1998 2
WHEREAS, Phase I of the project included the construction of a 24" force
main along McNab Road/N.W. 80th Avenue/Pine Island Road; and
WHEREAS, Phase II of the project includes the construction of a 24" force
main along 70th Street from N.W. 80th Avenue to Pine Island Road; and
WHEREAS, the Phase II Design of 70th Street Force Main was budgeted
in the FY98 Utilities Capital Improvement Projects and was approved by the City
Commission; and
WHEREAS, the Phase II of 70th Street Force Main must be designed and
bid so the construction can be completed before the commencement of City of
Tamarac pavement program proposed for 70th Street; and
WHEREAS, the Utilities Department has requested Craig A. Smith &
Associates, one of the City's Consulting Engineers, to present proposals to
provide the engineering design, permitting, bidding services and
recommendation for contract award in accordance with the City Consulting
Engineering Agreement as authorized by the City on July 10, 1996, Resolution
No. R-96-163; and
WHEREAS, Craig A. Smith & Associates has submitted the following
proposal:
Description Compensation
Addendum No. 99-01, 24 inch Force Main on $52,150.00
N.W. 70th Street, (engineering design, permitting,
bidding services and recommendation for contract
award) (Attached hereto as "Exhibit 1 ")
Utilities Project No. US98B)
TOTAL COMPENSATION $52,150.00; and
Temp. Reso. #8489, December 15, 1998 3
WHEREAS, the costs of engineering services for the 70t" Street force
main are available and will be funded from the appropriate Utilities Operational
and CIAC accounts; and
WHEREAS, it is the recommendation of the Director of Utilities that
Addendum No. 99-01 from Craig A. Smith & Associates to provide engineering
design, permitting, bidding services and recommendation for contract award for
Phase II design of the70t" Street Force Main, (attached hereto as "Exhibit 2") be
approved, executed and 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
execute Addendum No. 99-01 to the Engineering Agreement with Craig A. Smith
& Associates to provide engineering design, permitting, bidding services and
recommendation for contract award for the Phase II design of 70th Street Force
Main Project for a proposed amount not to exceed $52,150.00 and to provide for
funding in the amount of $52,150.00 from the appropriate Utilities Operational
and CIAC accounts.
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.
Temp. Reso. #8489, December 15, 1998 4
SECTION 2: That the appropriate City officials are hereby
authorized to accept and execute Addendum No. 99-01 (attached hereto as
"Exhibit 1") for $52,150.00 to the Engineering Agreement with Craig A. Smith &
Associates to provide engineering design, permitting, bidding services and
recommendation for contract award for the Phase II design associated with the
70t" Street Force Main Project for a proposed total amount not to exceed
$52,150.00 in accordance with the City Consulting Engineering Agreement as
authorized by Resolution No. R-96-163 on July 10, 1996.
SECTION 3: That $52,150.00 is approved to be funded from the
appropriate Utilities Operational and CIAC accounts.
SECTION 4: That the City Manager or his designee be authorized
to make changes, issue change orders 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 and releasing bonds 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.
1
Temp. Reso. #8489, December 15, 1998 5
1
1
A
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.
SECTION 7: This Resolution shall become effective immediately
upon its passage and adoption.
PASSED, ADOPTED AND APPROVED this ,day of
1999.
I
JOE SCHREIBER
MAYOR
IN/., .
(►�GOLD,. .
CLERV.
I HEREBY CERTIFY that I have
appr d this RESOLUTION as
to f rm.
, j�&
MITCHELL S./t5XFT
CITY ATTORNEY
TR/gw/tk
RECORD OF COMMISSION
MAYOR—SQH"REIBER
DIST 1: nr6lVf, McKAYE
DIST 2:. V/M MISHKIN
DIST 3: COMM. SULTANOF
DIST 4: COMM. ROBERTq
Exhibit 1
L�
•
CITY OF TAMARAC
24 INCH FORCEMAIN ON N.W. 70T" STREET
PROPOSAL FOR ENGINEERING SERVICES
November 23, 1998
CRAIG A. SMITH & ASSOCIATES
1000 W. McNab Road, Suite 200
Pompano Beach, Florida 33069
(954) 782-8222
ADDENDUM NO. 99-01 TO THE ENGINEERING AGREEMENT TO PROVIDE
*I CONSULTING ENGINEERING SERVICES
Introduction •
In their continued effort to upgrade their wastewater transmission system, the City of
Tamarac (COT) is currently constructing a 24 inch wastewater forcemain from the
intersection of McNab Road and University Drive to the intersection of NW 70th Street and
NW 80th Avenue, The City intends to construct a 24 inch extension of this forcemain from
the termination of the current construction at the NW 70th Street/NW 80th Avenue
intersection along the north side of NW 70th Street to Pine Island Road and inter
connecting with the 24 inch forcemain on Pine Island Road. Due to prior meetings with the
City, it has been determined that the north side of the right-of-way would be the most
feasible route.
This proposal is for Craig A. Smith & Associates (CAS) to provide engineering and
permitting for the design of this forcemain. The project includes preparing a Preliminary
Engineering Report detailing the recommended alignment and preliminary cost; preparing
detailed specifications, bidding documents and final cost estimates; obtaining the
necessary pre -construction permits, reviewing the bids and making recommendation for
contract award. Additional services during construction will be provided if required by the
City.
In preparing the proposal we have assumed that there are maps or asbuilts of existing
sewers, storm sewers and that these are sufficiegtly detailed to provide information on
size, location, depth, gradients and manhole locations. We are also providing, as a part
of our proposal, a cost for "Pot Holing" to obtain information regarding existing utility
locations.
The tasks listed hereafter are work which must be done to complete designing, permitting
and constructing the project.
Task 1: Project Initiation Meeting with City of Tamarac
A meeting with COT's Project Manager and the CAS project team will be held immediately
after the authorization to commence the project. This meeting will discuss any modification
to the proposal, discuss and finalize the schedule for each major &-tivity, design criteria,
standard requirement of the City and budget constraint. The City should also inform CAS
in this meeting if there are planned developments or additional utilities that would influence
the final design.
Task 2: Field Survey
A field survey of the north side of NW 70th Street between NW 80th Avenue and Pine
Island Road will be done by CAS's Survey Department. The Survey Department is
managed by Frederick E. Conrod, III, Vice President, and there are approximately 30 •
surveyors and assistants within the Department. The field survey is a prerequisite for
1
developing base sheets for design and preparation of construction plans. The survey will
provide locations of other utilities, the extent of asphalt paving, details of the canal and
existing sidewalk on the north side.
Prior to the detailed field work the Survey Department will have the utilities marked in the
field. At this stage CAS's Project Manager will visit the site and make a preliminary
assessment of the north and south sides of NW 70th Street for final alignment of the
forcemain. If there are no major and obvious problems or existing utilities to prevent
installation of the forcemain on the north side then the proposed route will be surveyed. In
the event it is determined that the north side alignment would not be feasible, we would
then survey the south side alignment after approval from the City at an agreed upon
additional fee. We are also providing in this proposal the services of a utility locating firm
to perform "Pot Holing" at various locations to more accurately determine horizontal and
vertical location of utilities.
The following details will be included on the plan and profile to be prepared by the Survey
Department:
(a)
Storm sewers with location of inlets and manholes.
(b)
Sanitary sewers and forcemains with manholes and other associated structures.
(c)
Gas mains.
• (d)
(e)
Water transmission and distribution mains..
Telephone cables.
(f)
Fiber optic cables.
(g)
Overhead electric cables.
(h)
Underground electric cables.
(1)
Cable television.
(j)
Details of the canal and the canal crossing.
(k)
Details of asphalt pavement.
(1)
Details of sidewalk.
We propose using a vertical scale of 1 inch to 4 feet vertical and a inch to 40 feet horizontal
scale for the drawings.
AW
Task 3: Prepare Plan and Profile
CAS will prepare base sheets and plan and profile sheets for design purposes and review
by the City.
Task 4: Joint CAS/COT Review of the Completed Survey Drawings
CAS will review the completed survey drawings jointly with the City of Tamarac to ensure
the format, details and layout are acceptable to the City.
• 2
Task 5: Preliminary Engineering Report
A preliminary engineering report will be prepared by CAS. The report will provide
preliminary engineering drawings (30% completion) showing the location of the existing
utilities, proposed improvements and provide preliminary estimates of the probable cost
of construction. The alternatives for crossing the canal will also be discussed in the report.
Alternatives that will be studied are-
(1) Routing the forcemain under the connecting culvert.
(II) An elevated crossing.
(III) Routing the forcemain over the culvert i.e., between the crown of the culvert and the
pavement.
Task 6: Discussion of Report With City of Tamarac
CAS Project Manager will discuss the recommendations of the report with COT's Project
Manager. If modification to the recommended alternative is necessary it will be made
during this meeting and the report amended accordingly. The budget for the project will
also be established during this meeting.
•
Task T: Preparation and Review of Detailed Design Drawings and Specifications 0
Detailed design and preparation of the final bidding drawings will be prepared in this task.
The alignment, elevation and details of fittings and appurtenances will be incorporated on
the approved survey drawings. In designing the forcemain, special attention will be given
to minimizing head loss and the need for thrust restraint. Where possible we will avoid
using 90 degree bends and thrust blocks. The drawings will include construction notes to
the Contractor, City of Tamarac standard details, and road restoration details. If the final
alignment is in the roadway CAS will estimate the respective cost of restoring the trench
width only vis-a-vis restoring the full width of the lane and prepare the bid schedule
accordingly.
The specifications and bidding documents will also be prepared urter this task. CAS will
utilize the experience gained from the `Commercial Boulevard to Grants Plaza' project in
preparing the 'front end' specifications. These specifications will be reviewed and modified
to conform to the project and the City's requirements.
Task 8: Preparation of Quantities and Preliminary Cost Estimate
An accurate quantities take -off and estimate of the construction cost will be performed
under this task. The quantities will be incorporated in the bid schedule section of the
bidding document. A preliminary cost estimate will be prepared based on these quantities. •
3
Task 9: Discussion of COT's Review Comments and Preparation of Final Design
and Bidding Document
CAS will submit the design drawings, specifications, quantities and detailed cost estimate
to COT for their review and comments. These documents will be reviewed by all the
necessary departments and individuals within the City. One (1) set of comments and
marked up drawings will be returned to CAS. These comments will be jointly discussed
by the Project Manager from City of Tamarac and CAS. The final agreed comments will
be incorporated in the drawings and specifications and if necessary the cost will be revised
accordingly. These modified drawings and specifications will be the final bidding
documents and is not expected to be reviewed again by the City before bid distribution.
It is therefore important that the City of Tamarac makes a thorough and comprehensive
review and include all their comments before returning the comments to CAS.
Task 10: Permits
CAS will prepare and submit permit applications to the regulatory departments and
agencies. We will also modify the drawings and specification to conform to any comments
these agencies might have. Among others, we expect to submit permit applications to:
• (a) Department of Health
(b) Department of Environmental Protection
•
Task 11: Pre -bid Meeting and Prepare Addendum
We expect the City of Tamarac will directly manage the distribution of the drawings and
documents to potential bidders. We also expect and encourage a pre -bid meeting be held
at least eight (8) days before the scheduled bid closing. CAS will actively participate in this
pre -bid meeting. Our activities during the meeting will include providing technical and
contractual interpretation of the project, compiling meeting notes, providing answers to the
potential bidders questions. CAS will prepare minutes of the prebid meeting, any changes
to the drawings and specifications which become necessary after the meeting and will
distribute them as an Addendum to the companies who purchasord bidding documents.
The addendum will be in three (3) parts:
(1) Changes to the Drawings
(11) Changes to the Document and Specification
(III) Questions from and answers to Potential Bidders
If there is a change in the bid opening date it will be included in this Addendum.
4
Task 12: Bid Analysis and Contract Recommendation is
We expect the bid closing procedure to be directly managed by the City of Tamarac.
However, should it become necessary, CAS's Project Manager will perform this function.
At the bid opening the sealed bids will be opened, checked for conformance and bid bond;
and the bid amount read aloud. Thereafter the individual bids will be checked for arithmetic
errors. CAS will prepare a bid tabulation for all the bids outlining the respective unit or
lump sum amount submitted for each item in the bid schedule. A more detailed analysis
and comparison of the three (3) lowest bids will be made in a Bid Analysis Report CAS will
prepare. The report will include a bid tabulation of all bids submitted, comparison of the
bid amount with the Engineers estimate, comparison of the individual unit prices with each
other and with the Engineers estimate. CAS will also check the references of the low
bidder and include a summary in the report. Finally, a recommendation for contract award
will be made based on our assessment and review of the bid prices and contractors
reputation and responsiveness.
Task 12a: Additional Services If Required
Additional services during construction will be provided by Consultant if required by City.
A.
5
•
40
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 CRAIG
A. SMITH & ASSOCIATES, Signing by and through its President, duly authorized to
executed same.
ATTES
Carol Gold, C /AAE
City Clerk
Date: / - :0 1- 4 i
C
A S:
Corporate Secretary
Stephen C. Smith, P.E.
Type name of Corporate Secr.
(CORPORATE SEAL)
•
n
CITY OF TAMARAC l
By: /
o Schreiber, Mayor
Date:
bert S. Noe, Jr.
ity Manager `
Date: d�
as to form
II S. Draft/qty Attorney
CRAIG A. SMITH & ASSOCIATES
r
Gene R. Schriner, P.E.
Type name of President
Date: 11-23-98
M:\MUNIC\PROPOSAL\tamarac001.doc
d
C?
a
0
d
CD�
d
d
a
Ca
C]
�
a
Ca
d
C?
d
C?
d
C?
a
a
a
d
�
d
C?
_
0
d
CD
CDd
4
CZ)LO
6
N
CO
N
O
O
�
C7
c0
O
O
rN
d
cD
d
�`
lD
M
eY
C7
a
ui
CO
Ct7
_
(A
_
�
I�
6
69
69
6'i
69.
64
G7
t�l
co
co
M
~
Y)
coc
N
N
ul
M
4C1
O
H
00
•a
6
r
0
N
N
00
1*
ao
co
_
CM
U
6-k
o`
d
a
CL
o
W
u>
�
c
L
❑ o
a
Cp
N
4
M
�
N
or)
co
U Or- L
6'%
L
CD
CD
co
co
N
10
00
coN
CD
p 0)6CD
v
a0
.-
N
0 W
6f}
p CT
d C
0
N
N
N
N
�
d
coN
co
acu
np0
69.
Y
�
d
N
N
CO
N
�
N
r
N
N
CL
W
r
'c
VJ Cn
�
y
p
N
c
N
_T
m
2!
fn
(D
E
c
�
a
p
U
v,
a
ca
0
CD:-
CD
W
a
v
m
N
.LD
>
0
iz
Cc
O
cCC
O
0
UCN
Cl)
7
�!,
c
H w
O p
CU
V
W
Oc
d
U caa»
Cp
'
U-
a¢
c
°
o cC
i
°wZ
c p
c
c
N
cA
tE
cca
o
°°
aa
•�4)-oU)
ha
z
r
N
M
V
�•�i
CO
ti
00
W
T
r
fII
S
0
z
•
w
w
w
J
N
0
O
w
rn
O
IL it 0
O
a