Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-95-026Temp. Reso. #6978 Rev. #1 - 2/7/95 Rev. # 2 - 2/7/95 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-95--2L A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO APPROVE A BUDGET TRANSFER OF $169,501 FROM PARKS AND RECREATION CAPITAL IMPROVEMENTS PROGRAM, ACCOUNT NO. 142- 888-572-99C, TO DRIVEWAY, PARKING, ETC., TRACT 27, ACCOUNT NO. 142-888-572-63A; ACCEPT AND EXECUTE A BID PROPOSAL, AWARDING TRACT 27 SPORTS COMPLEX DRAINAGE IMPROVEMENTS WORK TO UNITED UNDERGROUND CONTRACTOR CORPORATION OF HOLLYWOOD, FLORIDA FOR $182,246; APPROVE CHANGE ORDER NO. 1 FOR $116,020 TO REGRADE TWO (2) SOCCER FIELDS AND CONSTRUCT A NEW PRACTICE FIELD; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVD_12ATE. 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 approve a budget transfer of $169,501 from Parks and Recreation Capital Improvements Program, Account No. 142-888-572-99C, to Driveway, Parking, Etc., Tract 27, Account 142-888-572-63A, to accept and execute a Bid Proposal, a copy attached hereto as "Exhibit 1", awarding Tract 27 Sports Complex Drainage Improvements work to United Underground Contractor Corporation of Hollywood, Florida, for $182,246 and approve Change Order No. 1 for $116,020, attached hereto as Exhibit "2", to regrade two soccer fields and construct a new practice field. 1 Temp. Reso. #6978 Rev. #1 - 2/7/95 Rev, #2 - 2/7/95 WHEREAS, in the FY 95 Budget, funds were included for certain drainage improvements to Tract 27 Sports Complex. Five bids were submitted as follows: United Underground Contractor Corporation - $182,246; McKay Contracting - $186,111; Sullivan Brothers - $215,576; Ocean Bay Construction - $265,172.80; Foster Marine Contractors - $282,326, and the low bidder was United Underground Contractor Corporation with a bid of $182,246. WHEREAS, at the Commission Workshop on January 23, 1995, staff discussed the need to do additional work at the Sports Complex, which includes removal and replacement of certain soils and the necessary grading. Commission discussed the desirability of accomplishing both projects simultaneously with the same contractor. WHEREAS, the staff was directed to attempt to accomplish this. Negotiations were undertaken with United Underground Contractor Corporation who submitted a bid that was ultimately negotiated down to $116,020 for the grading and filling and installation of new sod, as preferred by the City. WHEREAS, although this results in a change order of significant proportions at the very beginning of the project, the City Attorney has concluded that it is legal and it is the recommendation of the City Engineer, Director of Public Works and the City Manager that we proceed with the negotiated change order with the low bidder, awarding both projects to United Underground Contractor Corporation for Tract 27 Sports Complex Drainage Improvements work. 2 Temp. Reso. #6978 Rev. #1 - 2/7/95 Rev. # 2 - 2/7/95 WHEREAS, it is the recommendation of the Public Works Director that the budget transfer be approved, the Bid Proposal be awarded to United Underground Contractor Corporation. WHEREAS, four (4) other similar projects have been successfully completed for the City by United Underground Contractor Corporation within the last three (3) years. NOW, THEREFORE, BE IT RESOLVED BY THE 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 approve a budget transfer of $169,501 from Parks and Recreation Capital Improvements Program, Account No. 142-888-572-99C to Driveway, Parking, Etc., Tract 27, Account No. 142-888-572-63A and execute a Bid Proposal, a copy attached hereto as "Exhibit 1", awarding Tract 27 Sports Complex Drainage Improvements work to United Underground Contractor Corporation of Hollywood, Florida, and approve "Change Order No. 1 ", attached hereto as "Exhibit 2', to regrade two soccer fields and construct a new practice field. $EQIIQN 3: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. 3 1 1 L4 11 Temp. Reso. # 6978 Rev. #1 - 2/7/95 Rev. # 2-2/7/95 ,?FCTION 4: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portion or applications of this Resolution. SECTION 5: This resolution shall become effective immediately upon adoption. PASSED, ADOPTED AND APPROVED this ay of , 1 5. AA NORMAN ABRAMOWITZ CAROL A. EVANS, CMC 11aIrL�7 I HEREBY CERTIFY that I have approved this Resolution as CITY ATTORNEY 2/8/95 MAYOR RECORD OF MAYOR ABRAMOWITZ DIST. 1: V / M KATZ DIST. 2. COMM. MISHKI DIST. 3: COMM. SCHRE DIST. 4: CO AM_ UM44c rH VOTE 0 �J BID PROPOSAL TRACT 27 SP TS COMPLEX D.-RAINAGE IMP13OVEMEM CITY OF TAMARAC, FLORIDA PUBLIC WORKS DEPARTMENT NOTICE TO ALL BIDDERS Bidder agrees that any unit price listed is to be multiplied by the approximate quantity requirements in order to arrive at the total. In the event of latent multiplication or addition errors, the Bidder recognizes that these are clerical errors and may be corrected by the Owner. For each payment item, Bidder agrees to furnish all labor, materials, tools and equipment necessary to properly perform the work described herein and on the project drawings. PAY ESTIMATED ITEM QUANTITY . DESCRIPTION PAVING, GRADING, DRAINAGE RELATED WORK 1160 L.F. Furnish and install 15" diameter steel CMP; including 15" coupling bands, concrete grout, saw - cutting of pavement, asphalt pavement restoration, trench excavation and restoration, and all appurtenances at the unit price per linear foot of: Dollars and cents ($ L— -,G O /L.F.) 2. 540 L.F. Furnish and install 24" diameter steel CMP; including 24" coupling bands, concrete grout, trench excavation and all appurtenances at the unit price per linear foot of: $3C /60 Dollars and cents ($3 2 3. 100 L.F. Furnish and install 15" diameter RCP; including concrete grout, restoration of sidewalk, restoration of sidewalk, trench excavation and restoration, and all appurtenances at the unit price per linear foot of: _ Dollars and 1 cents ($ ' U ° /L. F.) $_ U E TRACT U SPORTS COMPLEX. DRAINAGE IMPROVEMENTS PAY ESTIMATED ITEM QUANTITY DESCRIPTION TQTAL 4. 1 EA Core existing inlet in Nob Hill Road (County R.O.W.) to install 15"RCP outfall, including grout and all ap urtenances at t e unit price f: Dollars and cents ($ 8�' 0 1� /EA) 5. 1 EA Furnish and install inlet #15, FDOT Index 231 Type "B", Ditch Bottom Inlet with 24" asphalt apron, around existing 36" RCP storm sewer, including all appurtenances at the unit price of: �r�'< { _^� •- Dollars and —� cents ($ ?,'' /EA) $ �' 6. 15 EA Furnish and install FDOT Index 230 Type "A" Ditch Bottom Inlets with 24" asphalt aprons, including all appurtenances at the unit price of: . Dollars and cents ($ 1, /EA) $ 5e4 7. 3100 S.Y. Furnish and install 1" Type III HMAC in parking and driveway areas, including pavement markings and concrete car stops, and all appurtenances at the unit price of: Dollars and '-� cents ($ 3/'P-S /S.Y.) 8. 3300 S.Y. Furnish and install 6" Limerock base, compacted to 98% at the unit price of: ��- Dollars and cents ($_ /S.Y.) $ �� A2 4. TRACT 27 SPORTS COMPLEXDRAINAGE IMPROVEMENTS PAY ESTIMATED LTFM QUANTITY DESCRIPTION TOTAL 9. 3300 S.Y. Furnish and install 12" subgrade, compacted to 98% at the unit price of: i ,Wo _ Dollars and cents ($_ �' /S.Y.) $ 10. 1800 L.F. Furnish and install 5' wide concrete sidewalk, as shown on construction plans, 4" minimum thickness, over 6" stabilized subgrade compacted to 95%, to comply with ADA Sections 4.3 and 4.8, including all appurtenances at the unit price of: • Dollars and /J r�z> cents ($(z• o' L.F.) $ �7/ �f��D z� • 11. 50 C.Y. Furnish and install four 6" thick concrete pads, as shown on construction plans, on 12" stabilized subgrade compacted to 98%, including all appurtenances at the unit price of: Dollars and cents e2<1 /C.Y.) $.._ 12. 6000 L.F. Furnish and install 20' wide swale, and grade to drain to inlets, as shown on construction plans, including all appurtenances at the unit price of: -� -e- Dollars and /- cents ($ /'� r� /L.F.) $_ S-r Z5 13. 13,000 S.Y. Furnish and install sod on swales and all areas disturbed by grading, including all appurtenances at the unit price of: Dollars and ` ' - cents ($ /S.Y.) $� LO/ 00e) A3 �e _ ��-,�2 (,, ' TRACT 27 SPORTSCOMPLEX DRAINAGE IMPROVEMENTS PAY ESTIMATED . jTEM QUANTITY DESCRIPTION TOTAL MISCELLANEOUS 14. 1 L.S. Provide safe maintenance of traffic along Nob Hill Road and within Sports Complex; including all labor, equipment and appurtenances necessary at the lump sum price of: Gam_ Dollars and cents ($ '7 /L.S.) $ �d�' • r; 15. 1 L.S. Bond Premiums for bonds relevant to Drainage Improvements and traffic maintenance at the lump sum price of: T"n Dollars and p cents • INDEMNIFICATION 0 16. 1 L.S. Consideration to indemnification for all Drainage Improvements for Tract 27 Sports Complex at the lump sum price of: ONE _ D211n and NO cents ($_ Asillk /L.S.) 1q4 (. A4 $ 1.00_ �S 'C�j (.v TRACT 27 SPORTS COMPLEX DRAINAGE IMPROVEMENTS . SUMMARY OF PROPOSAL PAVING, GRADING AND DRAINAGE WORK r Items 1 through 13 $' MISCELLANEOUS Items 14 and 15 $_^_ INDEMNIFICATION Item 16 $ GRAND TOTAL BID FOR ALL WORK GRAND TOTAL BID (WRITTEN) FUNDING FOR THIS PROJECT WILL BE FROM ACCOUNT NO. 142-888-572-63A TITLED "DRIVEWAY, PARKING, ETC., TRACT 27." THE ENTIRE WORK SHALL BE P�OMPLETEDMITHIN 90 CALENDAR DAYS FROM THE DATE OF "NOTICE TO PROCEED." THE FOLLOWING IS THE PROPOSED SCHEDULE FOR THE PROJECT: 1. BID ADVERTISEMENT IN SUN SENTINEL ON SUNDAY, DECEMBER 18,1994 AND SUNDAY, DECEMBER 25,1994. 2. BID OPENING ON FRIDAY, JANUARY 13,1995. 3. CITY COMMISSION APPROVAL OF AWARD OF BID ON WEDNESDAY, FEBRUARY 8,1995. 4. ISSUE "NOTICE TO PROCEED" LETTER ON FEBRUARY 9, 1995, WITH CONSTRUCTION TO COMMENCE ON MONDAY, FEBRUARY 27,1995. 5. COMPLETE CONSTRUCTION ON/OR BEFORE SUNDAY, MAY 28,1995. GES:MF REV.PAGE 12MgM4 Fu_E: Simopi mpo 0 FiR 4 - s (�" CHANGE ORDER EXHIBIT 2 P-j DATE OF ISSUANCE: Egbwalx 1190 NO. 1 OWNER: CITY OF TAMARAC PROJECT NAME: Public Works Department Tract 27 Sports Complex 6011 Nob Hill Road Drainage Improvements Tamarac, FL 33321 CONTRACTOR: UNITED UNDERGROUND BID NO. 94-14 CONTRACTOR CORP. 600 N. 71 st Avenue Hollywood, FL 33024 You are directed to make the following changes in the Contract Documents. DESCRIPTION: Item 12.20' Wide Swale. Grading This item will be expanded to include regrading the two existing soccer fields and construction of a new practice field to the elevations proposed on the plans. Use of only clean and non -muck type onsite fill from construction, and an existing mound on the north side of the complex is encouraged. Additional fill shall be clean and non -muck type and material shall be free from organics or other deleterious materials that would impair structural stability or the growth of the turf needed for such facilities. The top 4" of sod is to be removed and stock -piled onsite to be mixed with onsite and offsite additional fill, re -spread, compacted and regraded to desired grades. Change the unit price from $3.00/L.F. to $12.42IL.F. to include the additional work. Fumish and InjUll Sod Change estimated quantity from 13,000 S.Y. to 43,625 S.Y. to place sod on playing fields disturbed by grading. PURPOSE OF CHANGE ORDER: To complete the scheduled grading of Tract 27 to correct poor drainage and minimize the down time of the Sports Complex during construction of proposed improvements. CHANGE IN CONTRACT PRICE Original Contract Price $ CHANGE IN CONTRACT TIME Original Contract Time alendar Days Previous Change Order No. to No. Net change from previous change orders Contract Price prior to this Change Order $ 182,246.00 _ Contract Time Prior to this Change Order 90 Da Net (Increase) of this Change Order $ 11U20,00 Net (Increase) of this Change Order 0 Days Contract Price with all approved Change Orders $ 298 266.0q Contract Time with all approved Change Orders 1 90 Da RECOMMENDED APPRO E APPRO D BY RAJ VE P. W. Director Date 99S !)00�BY B ROBERTS. NOE, JR. RTHA CAMBUCCIA City Manager Corporate Secretary UNITED UNDERGROUND CONTRACTOR CO . D 99� Date `� B NORMAN ABRAMOWITZ Mayor GES:mf-4/ M Date 9S C (d � 0 1L1 7 11J 0 n a m 0 0 aV 0 a 0) r T /ti LL N 0U Q o m Q a Q 0 n 6s u4 aQo S g � � n G_ � N in N 0)tO co d9 ff) O O CR N O ti tV r� N fh co N N 69� co (9 fA C 4 O b v uO to to g g g g 0 0 r 1p O I�p fA r' r ti fA 00 0 O m al m c 0 a c N M T H Oi N to c J N 2 I Cky of Twmr#A Fl- CAPITAL IMPROVEMENT PROJECT DRIVEWAY, PARKING AND DRAINAGE IMPROVEMENTS FOR TRACT 27 Prolec W'.. SPORTS COMPLEX - �tclsp- ,Coln This project will provide for the construction of additional paved parking spaces and badly needed drainage facilities to alleviate flooding at Tract 27. Presently about two-thirds of the grassed parking spaces are unusable after a moderate rainfall or irrigation. Regrading in conjunction with new storm sewer facilities will correct the problem. M 335 0 e a p a S pp o S b pQ o o Q b O P o m m QQ O O q a O v O P S S p O O I p I O Q C yW) S O 1 S h I q! O O vq] 1ary S O O S hp O Iry q O b S O I S 6 O O O o p O o I P7 A O I� v] ram-- en v ED M M O q O tti ti Q O P fV /p N 7 I IA c 'may 69 W u] � 1� 4] O N M u o'] W w N N N N M W) 4 cri 6 �Grlll y w N fN9 w w {�9 K w y fmA Nf w W {9 y y F•, w ? w y y w N N w N w p w q co i I H fOA 5Q� K K pp O O H S O d S O S $ N $ w w c oy H N enn Qy q y p I� w Q I LO O try O Y] O (O� 1p pb ch O S h Ln N N W N W N N I c v a Ny VW y y y w y y y v w w w q N N I pppp��1 O o O O P O a P n P o p O a p b p q W vi w y w y oQ C oa w Po o P O a Q o P n ti w p Q y Q y N w Qy qy o O W Ln o Iry O o O Q t• {v p G y y y b Q ai C m N (p N N O W S (Wp N N cl of N N NVf y y y y w y N N y iff y M w w r► I o Q O a I O p y N y O o 4 w S .tqY O �oY] O O y S co f�0 y N o " Q f09 N 409 W {o? O o O O O i� y w y N y Vi K W N N N N r w Y 7 y N w y y N & N w N I ��ppII I pp b O b Q O 4 O 6 609 p r w b y 6 q w O O S S S S O O a Q O O Q O O o P O O p o O O O o o In q Lr o P O of S y 4 w S b O y N O y a w o n S F LQ N, N CQ'Y m N N N vT ti 7 Y Q V V O O K1 W w N wly y y N N y w y W w •A► y' w M N N A O n N y y M y N N y M I I a O Sa O a b I P b O p O O q O e M eo O I O q O Q o C b O O y O o O O pp O O S O O q y c co co O i O a O O y N O O O G b O 4 0 0 O O. p O O Y] O SSS777 1fi 1n y7 �A y� O C O. µry O q p N o O NO O O O O O Y] M ty9 S N N M1 N o O N I� O O V ea pPj A l'7 m try M N O N l7 fV y N y l y y w N N y y N N K M K y y N N N N y 7 A y y N I I N A N E � A C N Lu 06 E ~ = IN m 0. $tt 1`; ME" E c a m d 9 m g to c N` n 7 m m E� G o, U m E o ID co n Sj w a'i a m a i G� L° 0 1 2 v E IL m m 8 C` m mLm W v �s m I� m gggIx co ao a xK A m ig v� LL ii O U v� Q m v� U a z a I- �n O ri C! y I © 9 m r N Pf r w N P] In 1 A W b O r N M r N l7 7 I 7 1 N m ur m I � L o � a $ n 3 a � 3➢ a 3 a .n � I i � � , � � � � -� a iL lLL ILL F I -6 ; awe I m ewe ego w m y m m C G c G C C m m m m m m m m m m m dri m m t t Zc 0 0 C7 A A A(7 CA t9 � N y y cn (n v) 4 aAm a a N e7 V N I M A m rn 6 N o V 4] W A W rn o in ri e•, in a v I v v M M M M M M cn I ri n•> M M i mu] I M 320 ,