Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-99-332Temp. Reso. #8840, November 17, 1999 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-99 33`9N A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO; EXECUTE ADDENDUM NO. 00-01 TO THE CONTRACT WITH HAZEN AND SAWYER TO PROVIDE ENGINEERING SERVICES FOR THE DESIGN, PERMITTING AND BIDDING OF PHASE I OF THE TAMARAC EAST UTILITIES UPGRADES IN AN AMOUNT NOT TO EXCEED $109,800.00 IN ACCORDANCE WITH THE CITY'S CONSULTING ENGINEERING AGREEMENT AS AUTHORIZED BY RESOLUTION R-96-163 AND APPROVE FUNDING FROM THE APPROPRIATE UTILITIES OPERATIONAL ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABLIITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, in June 1998, the City Commission approved Resolution R- 98-168 and executed an agreement with Hazen and Sawyer to prepare a water and wastewater condition and hydraulic assessment study for Tamarac East; and WHEREAS, in November 1999, Hazen and Sawyer completed a final engineering study recommending capital improvements to existing utilities in Tamarac East in conjunction with the City's seven year comprehensive street resurfacing program ; and I Temp. Reso. #8840, November 17, 1999 2 WHEREAS, the recommendation for improvements to the water and wastewater systems in Tamarac East have been prioritized in Hazen and Sawyer's report based on the roadway resurfacing program schedule; and WHEREAS, Phase I of the Tamarac East Utilities Upgrades has been scheduled for the Tamarac Lakes Sections 1 and 2 community; and WHEREAS, the scope of work for the Tamarac Lakes Sections 1 and 2 community (attached hereto in map form as "Exhibit 1") includes replacement of some existing water mains and the construction of new gravity wastewater lines to replace approximately 75 privately owned septic systems; and WHEREAS, the City of Tamarac submitted an application and received approval from Broward County for Community Development Block Grant (CDBG) funds in the amount of $210,000.00 for the extension of wastewater service to Tamarac Lakes Section 1; and WHEREAS, the City requires the service of a consulting firm knowledgeable in design and permitting of utilities upgrades and construction to meet hydraulic demands and comply with current environmental regulations; and WHEREAS, Hazen and Sawyer possesses the required knowledge and experience to undertake the design, permitting and bidding services required for the proposed utilities upgrades and reconstruction; and Temp. Reso. #8840, November 17, 1999 3 WHEREAS, Hazen and Sawyer has been prequalified as an approved consultant for engineering services by the City of Tamarac; and WHEREAS, Hazen and Sawyer has submitted Addendum No. 00-01 to the Consulting Engineering Agreement (attached hereto as Exhibit 2), to provide engineering services pertaining to existing water and wastewater systems serving Tamarac East in an amount not to exceed $109,800.00. WHEREAS, it is the recommendation of the Director of Utilities that Addendum No. 00-01 from Hazen and Sawyer 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. 00-01 to the Consulting Engineering Agreement with Hazen and Sawyer to provide engineering services pertaining to the upgrades and the reconstruction of the water and wastewater system serving Tamarac Lakes Section 1 and 2 community in Tamarac East for a proposed amount not to exceed $109,800.00, and to provide funding from the appropriate Utilities operational accounts. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: Temp. Reso. #8840, November 17, 1999 4 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: That the appropriate City officials are hereby authorized to accept and execute Addendum No. 00-01 to the Engineering Agreement with Hazen and Sawyer to provide design, permitting and bidding services for Phase I of the Tamarac East Utilities Upgrades and reconstruction for a proposed amount not to exceed $109,800.00 in accordance with the City Consulting Engineering Agreement as authorized by Resolution No. R-96-163 on July 10, 1996. SECTION 3: That $109,800.00 is approved to be funded from the appropriate budgeted Utilities operational accounts. SECTION 4: That the City Manager, or his designee, be authorized to make changes, issue change orders not to exceed $10,000.00 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. Temp. Reso. #8840, November 17, 1999 5 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 eday of 1999. ATTEST- � � AE-6� CAROL LD, CMC/AAE CITY CLERK I HEREBY CERTIFY that I have pp ovel this RESOLUTION as to formm. I . A MITCHELL S. VRAF CITY ATTORNEY Utilities/tr/tf JOE SCHREIBER MAYOR RECORD OF COMMISSION MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: V/M MISHKIN DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS Meallulm IJ • • TEMP. RESO. # 8840 Tamarac Lakes Sections 1 & 2 0 Z Section 2 Section 1 8" NW 46 ST NW 46 ST 8 6..L 8" 8„ 6" ly- a M 6„ W ca 8" cp s z z 6" NW 45 Cr 6" M Water �■ww�� Sewer TAM-E_UPGRADE,M PHASE 1 — TAMARAC EAST UTILITIES UPGRADES ffiZEN AND SAWYER Environmental Engineers & Scientists November 12, 1999 Antoine Rabbat, P.E. Utilities Engineer CITY OF TAMARAC 6001 Nob Hill Road Tamarac, Florida 33321 Dear Mr. Rabbat: Hazen and Sawyer, P.C. 4000 Hollywood Boulevard Seventh Floor, North Tower Hollywood, FL 33021 954 987-0066 Fax: 954 987.2949 Addendum No. 00-01 to the Engineering Agreement Tamarac East Utilities Upgrades — Phase I As you requested, we are pleased to submit this Task Order Authorization (Addendum No. 00-01) in accordance with our City Consulting Engineering Services Agreement to provide engineering, permitting, and bidding services for Phase I of the Tamarac East Utilities Upgrades as detailed in the attached Scope of Services. These upgrades include those proposed in the November 1999 Tamarac East Utilities Study, for the Tamarac Lakes Section 1 and 2 community. The scope of work will consist of the design, permitting and bidding services for approximately 3,300 linear feet of water main, 2,500 linear feet of new gravity sewer lines which will replace approximately 75 privately 9wned septic systems, and for approximately 25 service lateral repairs. The design will also includdmater and sewer service connections for residents adjacent to the new mains. Furthermore, the contract documents will be prepared to accommodate the S.D.B.E, and Davis -Bacon Act requirements of the Broward County Black Grant for the septic tank replacement program. Compensation for the identified services would be a lump sum of $109,800. H&S will complete the design within 150 days of the notice -to -proceed. We have assigned Job Number 8644 to the task(s) included under this Addendum. Should you have any questions regarding this proposal, please feel free to contact us. Very truly yours, HAZEN AND SAWYER, P.C. 1294-tl ) 0" it t"f - (24t4410i Richard H. Cisterna, P.E. Senior Principal Engineer Attachment c: File 8644-0.2 P. Davis Hwd.78644C002. doc New York, NY • Armonk. NY - Woodbury. NY - Upper Saddle River, NJ • Delimit, Mi - Raleigh. NC - Charlotte, NC - Fairfax. VA - Holly600d. FL - Boca Raton, FL - Fort Pierre, rL - Gainesville, FL • Sarasota, FL - Miami. FL TASK ORDER AUTHORIZATION NO. 00-01 TAMARAC EAST UTILITIES UPGRADES — PHASE Scope of Services CITY OF TAMARAC BACKGROUND This work authorization is to provide engineering assistance to the City of Tamarac for the design, Permitting, and bidding services of water and sewer upgrades for the area known as Tamarac East Utilities (TEU). Phase I of these upgrades will be completed under this Scope of Services and will include improvements in the Tamarac Lakes Section 1 and 2 community within the TEU area. TEU upgrades in other communities such as Tamarac Lakes South, lake North, and the Boulevards are to be completed in subsequent phases. The scope of work will consist of the design, permitting and bidding services for approximately 3,300 linear feet of water main, 2,500 linear feet of new gravity sewer lines which will replace approximately 75 privately owned septic systems, and for approximately 25 service lateral repairs. The design will also include water and sewer service connections for residents adjacent to the new mains. Furthermore, the contract documents will be prepared to accommodate the S.D.B.E. and Davis -Bacon Act requirements of the Broward County Block Grant for the septic tank replacement program. • SCOPE OF SERVICES rI The following provides a description of design and construction services related tasks for the Phased TEU Upgrades: Task 1 - Detailed Design / Contract Documents Preparation Hazen and Sawyer, P.C. (H&S) shall prepare contract documents (plans and specifications) for bidding / construction of the water and sewer upgrades in the TEU — Tamarac Lakes Section 1 and 2 areas. Contract documents shall be submitted for City review at the 30 percent, 60 percent, and 90 percent (permitting) completion stages. Three (3) hardcopies of the review documents will be provided to the City. The City will provide comments within 14 days of submittal. The contract documents will also undergo a QA / QC review. Contract drawings will be prepared on 22-inch by 34-inch Mylar reproducibles on AutoCAD version 14.0. Specifications shall be prepared in "Microsoft Word" format. Task 2 - Cost Estimates H&S shall provide a cost estimate at the 60 percent and 90 percent design stages. Hwd: 8644C002, doc 0 Task 3 - Design Workshops • H&S shall participate in 30 percent, 60 percent and 90 percent document review workshops with City staff (total of three (3) meetings planned). It is assumed that a general agreement can be reached concerning the horizontal pipe location at the conclusion of the 30% design workshop. Similarly, it is assumed that an agreement can be reached on the vertical alignment of the pipe of the conclusion of the 60% workshop. H&S shall prepare graphical presentations to review outstanding design issues and project status at each meeting. Task 4 - Permitting Assistance H&S shall prepare and submit construction permit applications. H&S shall also respond to agency requests for information (RFI) which result from permit applications. It is anticipated that one permit will be required from each of the following agencies: the Broward County Health Department (BCHD), the Broward County Department of Planning and Environmental Protection (BCDPEP), and the Florida Department of Environmental Protection (DEP). It is assumed that the City will pay all related permit fees. Task 5 — Document Revisions H&S shall revise documents to incorporate permitting agency requests and special conditions. H&S shall make the revisions within ten calendar days of agency's request. Task 6 — Coordinate Site Survey, Underground Utility Locations, and Geotechnical Investigation At project inception, Sunshine Utility Locating Service will be contacted to identify existing underground utilities aloeig the pipeline corridors via paint marks and/or flags. H&S shall subcontract the site survey services and shall coordinate such work with the Subconsultant. The survey will include all readily apparent aboveground improvements along pipeline corridors and throughout private residential properties, to the extents required, which will receive new water and sewer service connections. The survey will also include underground improvement markings which were previously identified by the Sunshine Service, along the pipeline corridor. (See Compensation section of this scope). Based on the results of this work, H&S shall identify critical utility crossings that will require "physical" verification of the utility's horizontal and vertical location. H&S shall subcontract these underground "physical" utility -locating services to another firm. H&S shall coordinate these locating services and shall provide an engineer on -site to supervise the work. It is anticipated that approximately twenty-four (24) utility locations will be required. The fee for subcontracted services is identified under Other Direct Costs. (See Compensation section of this scope.) H&S shall obtain subsurface data through the services of a subcontractor. Site investigations, soil borings, field-testing, laboratory testing and geotechnical engineering shall be provided. Soil borings shall be provided at 300-foot intervals along each pipeline corridor (12 borings maximum). The fee for subcontracted services is identified under Other Direct Costs. (See Compensation section of this scope.) Hwd: 8644C002. doc 2 0 Task 7 - Bidding Phase Services • H&S shall provide assistance to the City during the bidding of this project. Activities to be performed are as follows: Chair a prebid conference, reply to bidder's questions, issue necessary addenda, review the Bid Proposal form, prepare a Bid Tabulation, check contractor references of the lowest responsive bidder. It is assumed that the City will sell bidding documents to prospective bidders and distribute addenda. H&S will reproduce up to thirty sets of bidding documents for the City to sell. KEY ASSUMPTIONS • City will pay all permitting fees. ■ Value engineering, constructability review and other outside reviews (other than the three City staff reviews) are not anticipated. • City will provide a maximum of 3 design reviews. Comments will be reviewed and discussed within 14 days of submittal at the design workshops. ■ Public education / notification program is not included under this scope. ■ The City will be responsible for obtaining any required temporary construction easements, permanent easements, and associated coordination with homeowners. • Based on the City's best available information, septic tanks are located in the residences' front yard. ■ City will be; responsible for managing the Broward County Block Grant contract, including making submittals, monthly progress reports, and other requirements. H&S shall be responsible for accommodating minority participation and prevailing wage rate requirements in the Contract Documents. ■ City will obtain homeowner approval to survey private residences by the date of the notice -to -proceed. This is critical to H&S completing the project on time. • It is assumed that the City and Broward County will provide expeditious review of design submittals so as not to impact the tight project schedule. Hwd:8644C002. doc 3 • E C7 COMPENSATION The compensation for the identified services shall be a lump sum of $109,800. A cost breakdown by task, as described in the Scope of Services, is outlined below: Description Cost LABOR Task 1 - Detailed Design / Contract Document Preparation $58,700 Task 2 - Cost Estimates $ 2,000 Task 3 - Design Workshops $ 3,400 Task 4 - Permitting Assistance $ 4,200 Task 5 — Document Revisions $ 1,300 Task 6 - Coordinate Site Survey / Utility Locations / Geotech $ 2,900 Task 7 - Bidding Phase Services 2 300 SUBTOTAL LABOR $74,800 OTHER DIRECT EXPENSES (ODCs) Communications $ 500 Reproductions $ 4,000 Surveying $ 19,000 Geotechnical Investigation $ 7,000 Underground Utility Locations 4,500 SUBTOTAL ODCs AZ5.=- r} TOTAL (Lump Sum) $109,800 SCHEDULE H&S shall complete the design within 150 days of the notice -to -proceed. Hwd.8644C002. doc 4 • L' 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 - Hazen and Sawyer. P.C., signing by and through Patrick A. Davis P.E. Vice President duly authorized to execute same. ATTES : A fa' Carol Gold, CIVIC / E 0-4 '-f G+.arxk- CITY OF TAMARAC , p'e Schreiber, Mayor Date: I z 1 , k N N :;� - '%, ' • /71 a, �bfhy L. Mill r, City Manager Date: Date: f Z"L. �_ c7 _ Hwd.'8644C002. doc 5