Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-98-3461 Temp. Reso. #8463 11 /19/98 Rev. #1 — 11/20/98 Rev. #2 - 11 /20/98 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-98-.4. 4 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE CHANGE ORDER NO. 2 TO THE CITY'S CONTRACT WITH SMITH AND COMPANY, INC., IN THE AMOUNT OF $108,693.10 TO ACCOMMODATE THE UNDERGROUNDING OF POWERLINES ALONG HIATUS ROAD AND REVISIONS TO THE IRRIGATION DESIGN, TO ADDRESS THE INCREASE IN EARTHWORK QUANTITIES DUE TO SOIL CONDITIONS, TO ADDRESS INCREASE AND DECREASE IN CERTAIN MISCELLANEOUS BID ITEMS, TO EXTEND THE CONTRACT DATE FOR SUBSTANTIAL COMPLETION TO JANUARY 29, 1999, AND TO AUTHORIZE CONSTRUCTION ACTIVITIES ON THIS PROJECT BETWEEN 7:00 A.M. AND 6:00 P.M. EVERYDAY OF THE WEEK UNTIL FINAL COMPLETION OF THE PROJECT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, through Resolution R-98-40 the City Commission awarded the construction of Hiatus Road between Westpoint property and McNab Road to Smith and Company, Inc. FOR $2,048,760.85; and WHEREAS, through Resolution R98-249 the City Commission authorized Florida Power and Light (FPL) to underground all power lines along Hiatus Road; and 1 OJ Temp. Reso. #8463 11 /19/98 Rev. #1—11/20/98 Rev. #2 - 11 /20/98 WHEREAS, some of this underground construction within the Hiatus Road right-of-way (ROW) must be done by Smith and Company resulting in change in the underground conduit quantities; and WHEREAS, the irrigation system designed for the medians within this project was not consistent with the rest of the irrigation system within the City; and WHEREAS, modifying this irrigation system to the City's standard is a change in the contract with Smith and Company, Inc.; and WHEREAS, due to soil conditions, extra excavation and fill material for embankment became necessary; and WHEREAS, miscellaneous quantity adjustments of sanitary sewer, water valves, sod, silt fence, and clearing and grubbing bid items also became necessary during the course of construction; and WHEREAS, these changes as well as inclement weather justify extension of Contract time to January 29, 1999 for substantial completion of the project; and WHEREAS, in order to meet this schedule, the Contractor has requested permission to work from 7:00 A.M. to 6:00 P.M. every day of the week until final completion of the project; and 3 Temp. Reso. #8463 11/19/98 Rev. #1 — 11/20/98 Rev. #2 - 11 /20/98 WHEREAS, Carr Smith Corradino as both the engineer of record and the project manager for this project recommends approval of this Change Order No. 2, attached hereto as Exhibit 1; and WHEREAS, through an agreement between the City of Tamarac and Broward County, this project is being jointly funded by the County and City at a rate of 62.5% and 37.5% respectively with maximum County share limited to $1,777,000.00; and WHEREAS, funds for Change Order No. 2 are available under "Contingency" item, of the Agreement with Broward County in the amount of $221,165.00 WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the citizens and residents of the City of Tamarac to authorize the appropriate City Officials to execute Change Order No. 2 to the City's contract with Smith and Company, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: 11 4 Temp. Reso. #8463 11 /19/98 Rev. #1 — 11/20/98 Rev. #2 - 11 /20/98 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: The appropriate City Officials are hereby authorized to execute Change Order No. 2 to the Contract with Smith and Company, Inc. in the amount of $108,693.10 and extend the substantial completion date to January 29, 1999. SECTION 3: The Contractor is hereby authorized to work from 7:00 A.M. to 6:00 P.M. every day of the week until final completion of the project. SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 5: If any provision of this Resolution on 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. 5 Temp. Reso. #8463 11 /19/98 Rev. #1—11/20/98 Rev. #2 - 11 /20/98 SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this d9rday of +4*1--J , 1998. ATTEST: CAROL m cmc/AAL City Clerk I tjEREBY CERTIFY that I hav p joved JKIWRESOLUTIO as to form. HELL S. Attorney JOE SCHREIBER MAYOR RECORD OF'COMMISSION VOTE MAYOR SCHREIBER Od—_ DIST 1: COIVM'. M°KAYE DIST 2- __vier' DIST 3: C�(�i�.i +=.._.'( L. ^tNOF DIST 4: COMNi. ROBERTS (C\USERDATA\AGENDA\8463-RES-HIATUS RD CHANGE ORDER NO 2) Exhibit 1 CHANGE ORDER Temp Reso #8463 DATE OF ISSUANCE; 1/16/1998 N0. 2 101 OWNER: CITY OF TAMARAC PROJECT NAME: Hiatus Road Public Works Department 6011 Nob Hill Road Tamarac, FL 33321-2401 CONTRACTOR: BID NO. 96-12 & 97-23 19 IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS. DESCRIPTION: Sanitary sewer, FP&L, Irrigation, Earthwork, Canal Excavation, Miscellaneous PURPOSE OF CHANCE ORDER; See attached letter of recommendation CHANGE IN CONTRACT PRICE Original Contract Price $ 2 048 760.85 Previous Change Order No. 1 to No. � 9 98.QQ Contract Price prior to this Change Order S 2,058756.85 Net (Increase) of this Change Order S 108 693.10 CHANGE IN CONTRACT TIME Original Contract Time 180 days Net change from previous change orders 3 days Contract Time Prior to this Change Order 183 days _.�,..,.,.. Net (Increase) of this Change Order 121 days Contract Price with all approved Change Orders I Contract Time with all approved Change Orders S 2 167 45 304 days of P.W. Date I+ !q g E3Y ' `j M1 ROBERT . NOE, JR. City Manager Date (Contractor) Date �'l-to--`lIF, 11CSA-FTLISYS%PR0JECTS1146 ACONSTR UMC0#2ezita. n 16.doc CARR SMITH CORRADINO ENGINEERS ARCHITECTS PLANNERS November 17, 1998 Mr. Raj Verma, PE Director of Public Works City of Tamarac 6011 Nab Hill Road Tamarac, Florida 33321 RE: HIATUS ROAD LETTER OF RECOMMENDATION CHANGE ORDER NO.2 Dear Mr. Verma: CONSTRUCTORS P%ECE1VE 9 u NOV 19 r. 0: 5 6 .y .;C 11 rl ICI t\f\J C-fT i~ Of T A MRAG ARCH. LIC. NO. AA0002957 Exhibit 1 Temp Reso #8463 Attached, please find Change Order No. 2 with a separate sheet depicting the breakdown. Below is our recommendation for Change Order No. 2. PART A SANITARY SEWER The sanitary sewer system was built per contract plans; quantities are adjusted to reflect actual material quantities installed. PART B FP&L • To better enhance this project, the City of Tamarac desires to place streetlight power service underground. Additional conduit will be required to do this work. PART C IRRIGATION The contract plans depict two different types of irrigation for the swales and medians. The City of Tamarac decided to keep the system consistent throughout the project. The irrigation for the medians will be the some type as specified for the swales along Hiatus Road. PART D EARTHWORK AND CANAL/EXCAVATION The lateral canal excavation, as depicted on the contract plans, was not incorporated into the contract quantities. Additional subsoil excavation is needed to perform this work. Unforeseen muck pockets and unsuitable material was encountered during the construction of Hiatus Road. Additional fill material was needed to construct the road. PART E MISCELLANEOUS a) Additional clearing and grubbing is needed to perform the work of lateral canals. Staked silt fence will be needed to complete this work as a requirement of the permitting agency. b) A 16" gate valve for the water main, as shown on the contract plans, was not needed. . Therefore, a credit for this item will be incorporated into this change order. 3313 W COMMERCIAL BLVD * SUITE 110 FORT LAUDERDALE, FLORIDA 33309 TEL 954.777.0044 • FAX 954.777.5157 WWW.CORRADINO.COM Exhibit 1 Temp Reso # 8463 Ms. Anita Behmardi, PE Change Order No. 2 17 November, 1998 Page 2 c) As depicted on the contract plans, a 20'-wide strip of sod was estimated to be installed on the backslopes of Hiatus Road to prevent erosion. The actual average backslope width will be no greater than 10'. Therefore, half of this item will not be needed to complete the work and is deleted. PART F TIME EXTENSION a) During the earthwork stage of construction, unforeseen muck pockets and unsuitable material was encountered in the Hiatus Road right-of-way template. Additional material had to be hauled in to complete the earthwork. Extra FP&L conduits are needed to go underground with electric; additionally, inclement weather caused more delays. b) In order to complete the project, a time extension for substantial and final completion is justifiable and recommended due to the above constraints. The substantial completion time is being extended to January 28, 1999, representing 64 days, and the final completion is being extended to March 26, 1999, representing 121 days. c) Substantial completion is defined as the completion of utilities, drawings, roadway base, curb and gutter, and the first lift of asphaltic concrete. It is requested that the contractor be permitted to work extended hours from 7:00 a.m. to 6:00 p.m. and seven (7) days a week, as necessary, to meet the deadline of substantial and final completion dates mentioned above. There will be no allowance for further delays. • Should you have any questions, please do not hesitate to contact me. Sincerely, CARR Smt/T�CORRADINO V' hair Enclosures C. Tom Muzicka/Corradino G:\PROJECTS\ 1467\CONSTRUC\8lhehmco2.n 16.doc r]