HomeMy WebLinkAboutCity of Tamarac Resolution R-95-013Temp, Reso. 6%U
Revised 1/17195
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 WATER MAIN LOCATED ON PINE ISLAND ROAD
FROM N.W. 57TH STREET TO 350 FEET NORTH OF
LAGOS DE CAMPO BLVD; 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. 6 to the Engineering Agreement with William, Hatfield
and Stoner for the design, bidding, permitting and construction documents for the
installation of 2900' of 16" D.I.P. for the Pine Island 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 Pine
Island Road Improvements; and
WHEREAS, it is recommendation of the Utilities Director that Work Authorization
No. 6 providing for the design, bidding, permitting and construction documents for the
Pine Island Water Main Replacement be approved and executed.
Temp. Reso. 6953
Revised 1 /17/95
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. 6 (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 Pine Island Water Main
replacement, for an amount not to exceed $36,400 to be funded from Account No.425-
888-533-67E, "PINE ISLAND WATER MAIN REPLACEMENT".
SECTION 3: All resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 4: 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.
1
1
11
SECTION 5:
passage and adoption.
14
Temp. Reso. 6953
Revised 1 /17/95
This Resolution shall become effective immediately upon its
PASSED, ADOPTED AND APPROVED this 75 day of 61""� I
ATTEST:
CAROL A. EVANS, CMC
CITY CLERK
I HEREBY CERTIFY that I have
approved this RESOLUTION as
to .farm.
MITCHELL S. KRAFT
CITY ATTORNEY
r�Ec o 0I= COrur rSSIJI�'
MAYOR
ABRA ,AG10TZ
_
I)IST. 1:
V / M KA=7
DIST. Z
COW. .MISHKIN
DIST. 3:
COMM. SCHREIBER
DIST. 4:
4, F,14-/ '3
0
WORK AUTHORIZATION PURSUANT TO THE AGREEMENT
FOR CONSULTING ENGINEERING SERVICES BETWEEN
THE CITY OF TAMARAC
AND WILLIAMS, HATFIELD & STONER, INC.
DATE:
WORK AUTHORIZATION NO. — fL FOR ENGINEERING SERVICES
PROJECT NO. (CITY) 4027.06z (WHS)
TITLE: Pine island Road Watermain. Commercial BoulevarcL_tQ Palms_Golf_Villg
I. Project Description
The project will consist of providing engineering services for the design and
construction of approximately 3,000 feet of new 16-inch watermain between
Commercial Boulevard and the Palms Golf Villas development along Pine Island
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.
2. WHS will perform a field survey for location of existing infrastructure
and topographic information along Pine Island Road.
4027-06.WA6/68P/010995
WORK AUTHORIZATION NO. 6
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:
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
the construction contract, preparation of addenda, and participate in
4027-06.WA6/68P/010995
WORK AUTHORIZATION NO. 6
Page 3
project pre -bid conference. Provide and distribute bidding documents
and addendum. Nan -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
Serviceslshall consist of:
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
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
40 to Broward Public Health Unit and Broward County Engineering.
4027.06.wA6/68P/010995
WORK AUTHORIZATION NO. 6
Page 4
9. Resident Project Representative services for other than periodic
inspection for the Engineer to cover Items 1 through 8 are not
included in this budget.
III. Schedule
Preliminary design and final design services are expected to begin at the execution
of this WA and will be completed within 150 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 $36,400.00 outlined herein
is as follows:
0
Basic Engineering Services
Amount
Preliminary Design Services
2,500.00
Final Design Services
17,000.00
Advertisement and Bidding Services
2,500.00
Services During Construction
8,000.00
Sub -Total
30,000.00
Additional Reimbursable Services:
Geotechnical Services During Design
Surveying Services During Design
Surveying Services During Construction
2,000.00
4,000.00
400.00
Total Not To Exceed
36,400.00
4027-06.wA6/68P/010995
Cl
9
WORK AUTHORIZATION NO. 6
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.
WITNESSES:
ATTEST:
Carol A. Evans, City Clerk
[Corporate Seal]
4027-06.WA6/69P/010995
Submitted by:
WILLIAMS, HATFIELD & STONER, INC.
Anthony A. Nolan, President
this day of 1vyi 1995.
Approved by:
CITY OF TAMARAC
tmannAbramowitz, Mayor
vLA n trt-j
Robert S. Noe, Jr., City Manag
this a 5 day of 1995.
R 'ewe and app oved as to legal form'�
S. Kraft, City Attorney
° /
rm
.3,
w
S.n
(,A -
0a
w
=
z
_0
3
III
�
7
aQ
61 ST
a i¢
le -95")3
i
co
� I
i
62
> PARADISE CT
m
OD
PAR, DR
m 1 LL
4 60 ST ' b e
~PAR,
yARADiSE
�STAT�c %
EXISTING 12" DIP
WATER MAIN
P2`.. CAM�oo
ll�~ LAGOS
a
----EXISTING 10 ACP
lT^ WATER MAIN
o NW 61 STED
Ia Sy -
is � (,I
II59 PL 59 PL
���77
59 CT 59 CT
W ¢ _
Z (a anon 59 ST an ,�c ;;i L _�S 59 ST
REPLACE EXISTING 12" ACP I4 58 58 PL 58 PL
WATER MAIN WITH 16 jW a3.PL'IW
DUCTILE IRON WATER MAIN) W
�uM r7
a \
3 58 ST coo I0 c 7d
�AR . `EARL" • w cp
AI ILIDS IT s'�p
fi
ARK LN)n ¢I
,R
TEMPLE ¢ CD I n 57 PL :2�
g
BETH CINNAMON a 8741-87 7 5 CT 57 CT
TORAH TREEPLAZA ❑FC. BLD�i 57 ST
_.. x -J W
LY❑NS COMM SUB i n� IuJ < UJ
c ✓�7
u,ca i
ry J W SHELL CHEVRON D'4- 11' A w
in nm mu
COMMERCIAL BOULEVARD
*ISTING 12" ACP J EXHIBIT 2 EXISTING 12" ACP
WATER MAIN WATER MAIN
PINE ISLAND ROAD WATER MAIN REPLACEMENT
EXHIBIT 2