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]