Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-95-011Temp. Reso. 6952 Revised 1 /17/95 Revised 1 /26/95 CITY OF TAMARAC RESOLUTION NO. R-95- ,//` A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ENTER INTO AN AGREEMENT WITH WILLIAMS, HATFIELD AND STONER, FOR THE DESIGN, BIDDING, PERMITTING AND CONSTRUCTION DOCUMENTS FOR THE REPLACEMENT OF THE 12 INCH A.C.P. WATER MAIN WITH 24 INCH D.I.P. LOCATED ON MCNAB ROAD FROM PINE ISLAND ROAD TO NOB HILL ROAD; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. 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 accept and execute Work Authorization No. 4 to the Engineering Agreement with William, Hatfield and Stoner for the design, bidding, permitting and construction documents for the installation of 5300' of 24" D.I.P. for the McNab Road water main replacement; and WHEREAS, The City of Tamarac is required to remove the existing 12" A.C.P. water main to conform with Broward County Road Paving Requirements and the McNab Road Improvements; and WHEREAS, it is the recommendation of the Utilities Director that Work Authorization No. 4 providing for the design, bidding, permitting and construction documents for the McNab Road 12 inch A.C.P. water main replacement with a 24 inch D.I.P. water main be approved and executed. 1 1 1 Temp. Reso. 6952 Revised 1 /17/95 Revised 1 /26/95 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. SECTION 2: That the appropriate City Officials are hereby authorized to accept and execute Work Authorization No. 4 (attached hereto as Exhibit 1 and shown in map form in Exhibit 2) with Williams, Hatfield and Stoner, Inc. providing for the design, bidding, permitting and construction documents for the McNab Road 12 inch A.C.P.water main replacement with 24 inch D.I.P. for an amount not to exceed $52,000 to be funded from Account No.432-363-533-6HK, "EXTENSIONS AND MODIFICATIONS". SECTION 3: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTIQjJ4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or 1 Temp. Reso. 6952 Revised 1 /17/95 Revised 1 /26/95 invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this oZ5 day o 1995. ATTEST: V OM,cz U im i, wri, • • CAROL A. EVANS, CMC CITY CLERK I HEREBY CERTIFY that I have approve�his IIESOLUTION as to fora. I 10ITCHELL S. KRAf CITY ATTORNEY RECORD OF MAYOR A DIST. 1: V ow. 2: 2 WT. 3: OW. � a VOTE 9 E 0 WORK AUTHORIZATION PURSUANT TO THE AGREEMENT FOR CONSULTING ENGINEERING SERVICES BETWEEN THE CITY OF TAMARAC AND WILLIAMS, HATFIELD & STONER, INC. DATE: S WORK AUTHORIZATION NO. 4 FOR ENGINEERING PROJECT NO. (CITY) _^4027.04 (WHS) TITLE: KcNab Road - 24 h Wate I. Project Description SERVICES - (REVISED) 12/22/94 The project will consist of providing engineering services for the design and construction of approximately 5,300 feet of new watermain between Pine Island Road and Nob Hill Road along McNab Road. The project will include appurtenant connections to existing watermains, fire hydrants, road crossings, restoration, and permitting with Broward County Engineering and Public Health Unit. Services provided by WHS shall be as described in this work authorization. II. Scope of Services The services are divided into four phases: 1) Preliminary Design, 2) Final Design, 3) Services During Advertisement and Bidding, and 4) Services During Construction. A. Preliminary Design Services shall consist of: 1. WHS shall obtain the services of a geotechnical firm to perform soil logs along the project route and make recommendations as to the soil conditions as to design and construction of the watermain. The soil logs shall consist of eight foot deep borings with soil profile identification. FA 4027-04.WA4/68P/01Q595 WHS will perform a field survey for location of existing infrastructure and topographic information along McNab Road. KA%j . It WORK AUTHORIZATION NO. 4 - REVISED Page 2 3. WHS shall prepare a preliminary layout for City and Broward County review of the watermain showing location of connections and road crossings, approximate location of the new line, and location of proposed fire hydrants. 4. WHS shall meet with City staff and then prepare a summary of agreed design criteria. WHS shall submit in the summary typical details, and a list of the type of products and, where applicable, brands WHS intends to specify in the design for City review and comment. 5. WHS will prepare a predesign preliminary construction cost estimate for City review and comment. B. Final Design Services Services shall consist of: 1. Prepare plan view base maps showing existing infrastructure location, right-of-way limits, and location of soil boring tests. 2. Using the base maps, prepare plan, and profile construction drawings of the watermain and construction details. 3. Prepare technical specifications and bid schedule. 4. Prepared contract documents meeting City requirements. 5. Submit Broward County Public Health Unit/DEP permit application for watermain construction and apply for Broward County Engineering Construction Permit. Permit fees will be paid by the City. 6. Submit four copies of completed plans and specifications for CITY review and approval. C. Advertisement and Bidding Services shall consist of: 1. Assist the CITY in advertising, obtaining, and evaluating bid proposals for the construction contract and awarding thereof. Provide assistance to the CITY in responding to bidder inquiries during advertisement of ithe construction contract, preparation of addenda, and participate in 4027.04.WA4/68P/010595 WORK AUTHORIZATION NO. 4 - REVISED . Page 3 project pre -bid conference. Provide and distribute bidding documents and addendum. Non -refunded bid deposits shall remain the property of WHS to cover administrative, printing, and handling costs. 2. Assist the CITY in reviewing the bids for completeness and accuracy. Check references of low bidder. Develop bid tabulations and submit a written recommendation of contract award to the CITY along with five (5) copies of the bid tabulations. D. Services During Construction Services shall consist of: 1. Provide the successful bidder with three (3) sets of contract specifications for execution and the insertion of required insurance certificates. Provide the successful bidder with five (5) sets of contract documents for construction purposes. 2. Assist the CITY in conducting a pre -construction conference with the contractor by notifying utilities, governmental agencies, and other is interested parties and answer questions at the conference. 3. Provide an engineering survey to establish vertical and horizontal control points for the contractor to perform construction staking of the project. 4. Provide a project manager to make field decisions and coordinate work with the CITY. Evaluate contractor proposals, assist the CITY in preparing change orders, field orders, respond to contractors requests for information, review contractor pay requests, make recommendations to the CITY. 5. Review for approval contractor submittals and shop drawings. 6. On -site review to determine if the project is substantially complete and prepare contractor punch list. 7. Attend a final on -site review to determine if the project is complete and assist the CITY in project closeout, release of liens, warranties from the contractor, review contractor's record drawing submittals, etc. 8. Submit a letter of permit certification and required backup test data ito Broward Public Health Unit and Broward County Engineering. 4027-04.WA4/68P/010593 jC—%D /I 9 WORK AUTHORIZATION NO. 4 - REVISED Page 4 III. Schedule Preliminary design and final design services are expected to begin at the execution of this WA and will be completed within 120 calendar days after the date of execution. Services during advertisement and bidding will start shortly after the final design has been approved by the CITY. The bidding and construction phase is expected to last 6 months. IV. Compensation Payment of services is authorized by Section III, Fees and Payments for Services of the above referenced Agreement. The cost of performing the scope of services shall be paid on an hourly rate basis plus reimbursable expenses. Rates and reimbursable expenses are as defined in the Agreement. The authorized upper limit for the work is $52,000.00 outlined herein is as follows: Basic Engineering Services Amount Preliminary Design Services 3,000.00 Final Design Services 29,000.00 Advertisement and Bidding Services 3,000.00 Services During Construction 8,000.00 Sub -Total 43,000.00 Additional Reimbursable Services: Geotechnical Services During Design Surveying Services During Design Surveying Services During Construction 2,600.00 6,000.00 400.00 Total Not To Exceed 52,000.00 4027-04. WA4/68P/010595 �J 0 WORK AUTHORIZATION NO. 4 - REVISED Page 5 Except as expressly modified herein all terms and conditions of the Agreement for Professional Services by and between Williams, Hatfield & Stoner, Inc. and the City of Tamarac ("The Agreement") continue to be held in full operative force and effect. i ATTEST: Submitted by: WILLIAMS, HATFIF,,W& STONER, INC. 7 olZ1995. r day of Approved by: CITY OF TAMA.RAC rman Abramowitz, Mayor V� \ � (�- 3�: Robert S. Noe, Jr., City Manag Carol A. Evans, City Clerk this .25 day of 1995. [Corporate Seal] % Reviewed and approved. -as to gal form: �--- N itcS. Kraft, City Attorney 4027-04.WA4/68P/010595 a I vdvwHljo r--7 vri v��pOO p 3dd❑HSI 3 =a �...._...,, A I SV-- U31HDI -J_ � C3 tiIV Q J QNd-ISI Li I ¢ v~i - 831S3H3iS3M w ¢ J31i i w 3 ,D tl y a a 88j i a ~ - 5 nd68 !¢z w Cu /' W Q 1 AV ! i w4 `� ! ! 06 I— / M ¢ w (^ TI6) � wo iSSflhl�Nl a w ! ! 3 3 ~ w v Q, I b J as N / � _ —— tid g pq 3 Q^ 6� M'�JI 1S2tI1W'�� xv 16 ay = 3 nd 16 r W P4 g QD C , t — . — . — r- i CL 0 X :r n d1Q❑❑M39 M w cy 2131 I6 I / /b� 4 b r _ AdM ib! ! co 2 I i 1 2 cu d IJ ti ~M 26 �.._.._.._.._...._ n 66 41ci� � ry p��� 3 5 ro w a a F-�� 0Mw O t va I �n dny a r 4: J 2131 26 v,a j \ \ r b Al PO -f�� \ I Q £6 ON 831 E6 u, ~ ~ o nd E6 cu �3I3 cu 3 n I 76 1(16Vaw❑j Li. FnV bn6 '��✓l ' \ bb°ico3 W H$Qd21$: I\ Y �-�i ...... . b U A r LLJ ¢ Z r j.��/ w ¢ \ al as J d31 S6 i 2131 a¢w / a a I i�� J : w S6 L 2131 96 F- a' o- 7 _ i w 3 v~i A I I i '3 ;wn"ld H❑N3a3 H-n %0 © 1 o l..A Sl3Jl.... r _ ¢z `` woo ^� 3� i �' �wN I a y p 4 i<�3J ,� o z of 1 0 a: AV pq r16 0. .4 �. Ao w d31 86 86 cD__ a ? �: L3: Qw �Av 9`� PJ ,n .o z z N 3 cn U ........... a �' J dM 6b (AV 001) r— z a d npZ 40 (IN TIN ElON i .. i W U Q¢ J r J — I CL CY w (w1 I I a J ! ! M > a Q I I w I 1 4 W 0 Q d I I z w I I V1 U n J ~ I I 0 w i EXHIBIT 2