HomeMy WebLinkAboutCity of Tamarac Resolution R-2021-075Temp. Reso. #13635
July 14, 2021
Page 1 of 5
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2021- t7'
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, APPROVING TASK
AUTHORIZATION NO. 21-05D AND AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO EXECUTE TASK
AUTHORIZATION NO. 21-05D WITH WALTERS ZACKRIA
ASSOCIATES, PLLC, TO PROVIDE PROFESSIONAL
SERVICES TO PREPARE THE DESIGN OF THE CITY HALL
ROOF REPLACEMENT PROJECT IN ACCORDANCE WITH
THE CITY'S CONSULTING ENGINEERING AGREEMENT
AS AUTHORIZED BY RESOLUTION NO. R-2016-80, AT A
BASE CONTRACT COST NOT TO EXCEED $68,100.00,
OPTIONAL SERVICE OS5 AND OPTIONAL SERVICE OS6
SHALL BE ADDED FOR COMBINED COST NOT TO
EXCEED $55,130.00 A CONTINGENCY IN THE AMOUNT
OF 10% OR $12,323.00 WILL BE ADDED TO THE PROJECT
ACCOUNT FOR A TOTAL PROJECT BUDGET OF
$135,553.00; AUTHORIZING THE APPROPRIATE CITY
OFFICIALS TO ADMINISTER THE CONTRACT;
AUTHORIZING A FUTURE BUDGET AMENDMENT, FOR
PROPER ACCOUNTING PURPOSES, IN AN AMOUNT NOT
TO EXCEED $135,553.00, PURSUANT TO F.S. 166.241(2);
PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, the City of Tamarac strives to keep its public facilities and buildings
maintained in a high level for its residents, citizens, and employees; and
WHEREAS, the roof of City Hall located at 7525 NW 88th Avenue, is in need of
replacement due to normal deterioration resulting from time and weather; and
Temp. Reso. #13635
July 14, 2021
Page 2 of 5
WHEREAS, the replacement of the roof at City Hall is important for the long-term
care and maintenance of the building and will prevent costlier and more complex repairs
in the future; and
WHEREAS, Walters Zackria Associates, PLLC, possesses the required
knowledge and experience to provide professional services needed to prepare the Design
of The City Hall Roof Replacement Project; and
WHEREAS, Walters Zackria Associates, PLLC, has been pre -qualified as an
approved consultant for architectural services by the City of Tamarac as authorized by
Resolution No. R-2016-80, incorporated herein by reference and on file at the Office of
the City Clerk; and
WHEREAS, per Task Authorization Number 21-05D, the base Contract Cost is not
to exceed $68,100.00, and City Staff recommend utilizing Optional Service OS5: Optional
Shop Drawings at a cost not to exceed $10,450.00, and Optional Service OS& Optional
Limited Construction Administration at a cost not to exceed $44,680.00, to aid in the
overall management of the project from design to construction, and a contingency in the
amount of 10% or $12,323.00 will be added to the project account for a total project
budget of $135,553.00, a copy of Task Authorization is attached hereto as "Exhibit 1 ";
and
WHEREAS, Funding exists in the General Capital Project Fund for said project; a
budget amendment may be required to consolidate available funding into the appropriate
account(s); therefore, if required, a budget amendment not to exceed the total Project
Cost of $135,553.00 would be included in a future Budget Amendment pursuant to F.S.
166.241(2); and
WHEREAS, it is the recommendation of the Director of Public Services, the
Director of Financial Services and the Purchasing and Contracts Manager that Task
Authorization No. 21-05D from Walters Zackria Associates, PLLC, be approved and
Temp. Reso. #13635
July 14, 2021
Page 3 of 5
executed by the appropriate City Officials, a copy of Task Authorization No. 21-05D is
attached hereto as "Exhibit 1 "; and
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 Task Authorization No. 21-05D (a copy of which is attached hereto as "Exhibit
1") with Walters Zackria Associates, PLLC, to provide professional services to prepare
the Design of The City Hall Roof Replacement Project at a base contract cost not to
exceed $68,100.00, Optional Service OS5 and Optional Service OS6 shall be added at a
combined cost not to exceed $55,130, and a contingency in the amount of 10% or
$12,323.00 will be added to the project account for a total project budget of $135,553.00.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF
THE CITY OF TAMARAC, FLORIDA, THAT:
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
upon adoption hereof. All exhibits attached hereto are incorporated herein and made a
specific part of this Resolution.
SECTION 2: The City Commission approves Task Authorization No. 21-
05D and authorizes the appropriate City Officials to execute Task Authorization No. 21-
05D with Walters Zackria Associates, PLLC, to provide architectural services to prepare
Design of The City Hall Roof Replacement Project, in accordance with the City's
Consulting Engineering Agreement as authorized by Resolution No. R-2016-80 on
August 24, 2016, at a base contract cost not to exceed $68,100.00, Optional Service OS5
and Optional Service OS6 shall be added at a combined cost not to exceed $55,130, and
Temp. Reso. #13635
July 14, 2021
Page 4 of 5
a contingency in the amount of 10% or $12,323.00 will be added to the project account
for a total project budget of $135,553.00, a copy of Task Authorization No. 21-05D is
attached hereto as "Exhibit 1 "; and
SECTION 3: The City Manager, or his designee, is hereby authorized to
make changes, issue change orders in accordance with Section 6-147 of the City Code,
and close the contract award including, but not limited to, making final payment within the
terms and conditions of the contract and within the contract price.
SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 5: Funding for the Design of The City Hall Roof Replacement
Project, at a base contract cost not to exceed $68,100.00, Optional Service OS5 and
Optional Service OS6 shall be added at a combined cost not to exceed $55,130, and a
contingency in the amount of 10% or $12,323.00 will be added to the project account for
a total project budget of $135,553.00, is available in the Capital Projects Funds, a Budget
Amendment in an amount not to exceed the total project cost of $135,553.00 may be
required for proper accounting purposes, pursuant to F.S. 166.241(2), and is HEREBY
authorized and approved.
SECTION 6: 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.
Temp. Reso. #13635
July 14, 2021
Page 5 of 5
SECTION 7- This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this 1 `i %y of �L`_'� 2021.
ICHELLE J. OMEZ
MAYOR
ATTEST:
a ,c ter- _. _...__
JEN IFER JO NSON, CMC
CITY CL RK
RECORD OF COMMISSION VOTE:
MAYOR GOMEZ
DIST 1:
COMM. BOLTON
DIST 2:
COMM. GELIN
DIST 3:
V/M VILLALOBOS �6
DIST 4:
COMM. PLACKO
I HEREBY CERTIFY that I have
approved this RESOLUTION as
EX , I
Task Authorization 21-05D—City Hall Skylight Covering
The services rendered pursuant to this Task Authorization No 21-05D are in accordance with the terms and
conditions of the Agreement for professional service between the City of Tamarac and Walters Zackria
Associates,PLLC,Originally dated October 26,2016 and in accordance with RFQ No. 16-23Q.
Task Authorization No.21-05D—City Hall Skylight Covering
A. Background
The City of Tamarac (CITY) requires design and construction phase services for covering over the existing
Kalwall Skylight and wall system. Walters Zackria Associates, PLLC (CONSULTANT) prepared an evaluation
report for the City under Task Authorization 17-16S—City Hall Skylight Evaluation. City has decided to proceed
with option#4 as outlined in the evaluation report.
As an optional service, City may elect to have the Consultant provide conceptual design services with renderings
attend presentations to City staff and City Commission.
As an optional service, City may elect to have Consultant provide design services to replace the existing building
storefront,windows and doors.
As an optional service, City may elect to have the Consultant provide construction phase services, including shop
drawing reviews and Construction Administration.
The end result of this Task Authorization will include CAD drawings, Construction Documents for permit and
construction.
This Task Authorization, when executed, shall authorize to perform design services related to City Hall Skylight
Covering at City Hall, located at 7525 NW 88th Ave, Tamarac, FL 33321, as requested by the City of Tamarac
(City).
B. Scope of Services
The firm of Walters Zackria Associates, PLLC proposes the following scope of work and fee schedule for the
above-mentioned project. The architectural scope of work will include:
This project basic services will include the following:
• Site Measurements and CAD Drawings
• Construction Documents
• Budget Estimate
• Permitting Assistance
• Bidding Assistance
Basic Services to Include:
1. Site Measurements and CAD Drawings: Consultant will review and document existing site
conditions. Since no CAD drawings are available for the building, Consultant's staff will field
measure the building and prepare CAD drawings.
2. Construction Documents: Consultant will prepare construction documents.
a. Basic Services—Drawings and Specifications:
i. New Skylight Covering — Design for new metal roof with insulation over the
existing skylight over the atrium and the front covered entry area.
ii. New Lobby Lighting—Replace all existing interior and exterior lighting fixtures to
provide sufficient lighting within the atrium and the front covered entry area.
iii. Atrium Landscape - Removal of existing atrium plants and replacement with floor
covering.
iv. Miscellaneous Repairs-Patching and Painting all disturbed areas.
v. Construction phasing and isolation details to protect public and staff.
vi. Includes Electrical and Structural Engineering Services.
City of Tamarac Page 1
Task Authorization 21-05D—City Hall Skylight Covering
3. Budget Estimate: Consultant will prepare budget estimate for the construction of the Skylight
covering,new lighting,and associated work.
4. Permitting Assistance: Consultant will submit the project to City's building department and BCEPD,
and respond to comments.
5. Bidding Assistance: Consultant shall give assistance to the City during the bidding and award phase
of the construction contract. Bid services shall be for one-four week bid period. This assistance shall
consist of attending a pre-bid meeting, issuance of addenda for clarification as necessary, and
assistance with the evaluation of bids and providing recommendation for award.
D. Additional Services
Services performed under this task will be on as-directed basis in accordance with a written Notice-to-Proceed
from the City's Project Manager. The Notice-to-Proceed issued shall contain the following information and
requirements.
A detailed description of the work to be undertaken.
A budget establishing the amount of the fee to be paid in accordance with the Agreement. A time
established for completion of the work
All additional services requested by the City shall be billed at the firm's contracted hourly rates. See standard
hourly rates listed below. Additional services may include:
o Major redesign effort due to change in overall project scope, budget, or programming
criteria.
o City directed revisions to the project scope.
o Site Plan review submittal,mailings,neighborhood meetings,DRC,P&Z reviews
o Testing Services.
E. Obligations of the City
1. Consolidate and provide review comments to Consultant in a timely fashion.
2. City will provide Consultant available record drawings of existing facilities within the project
area prior to the NTP date.
3. City personnel will assist Consultant in field verification of the existing building.
4. City will provide current CAD surveys for all parcels with all easements and other restrictions
documented.
F. Compensation
Compensation by the City to the Consultant for all tasks will be on an lumpsum basis in accordance with the terms
and conditions of the Agreement for Professional Services between the City of Tamarac and Walters Zackria
Associates, PLLC, dated October 26, 2016 and in accordance with RFQ No. 16-23Q. The estimated
compensation for the services described in this Task Authorization is $68,100.00 as shown below and Refer to
Attachment A.
TABLE 1:LABOR AND EXPENSE SUMMARY.
Basic Services
Task 1 -Site Measurements and CAD Drawings $ 7,050.00
Task 2-Construction Documents $47,800.00
Task 3 -Budget Estimate $ 3,750.00
Task 4-Permitting Assistance $ 3,750.00
Task 5 - Bidding Assistance $ 3,750.00
Project Total Lumpsum Fees $66,100.00
Recommended Reimbursable Expense Budget $ 2,000.00
Project Total $68,100.00
Note: See Optional Service Scope and Fees on Pages 4 and 5
City of Tamarac Page 2
Task Authorization 21-05D—City Hall Skylight Covering
G. Reimbursable
Reimbursable items shall include blueprinting, photography, copying, plotting, color rendering boards, material
boards,etc. These will be billed as direct expenses.
H. Schedule
The completion dates for this work will be as follows(starting at time that CONSULTANT receives the hardcopy
of the executed Contract).
Time Time per Phase Cumulative
Task 1 —Site Measurements and CAD Drawings 4 weeks 4 weeks
Task 2—Construction Documents 12 weeks 16 weeks
Task 3—Budget Estimate 2 weeks 18 weeks
City Review* 3 weeks 21 weeks
Task 4—Permitting Assistance 4 week 25 weeks
Task 5—Bidding Assistance 8 week 33 weeks
*City Review Periods are allowances—actual number of days will vary and are out of Consultant's control.
See Optional Design Services Schedule
I. Deliverables
TASKS DELIVERABLES QUANTITY
Task 1 -CAD Drawings Existing Plans Electronic Copy
Task 2-Construction Documents Draft and Final Plans Electronic Copy
Task 3 -Budget Estimate Draft and Final Budget Electronic Copy
Task 4-Permitting Assistance Signed and Sealed Plans Electronic Copy
Task 5-Bidding Assistance Bid Set Electronic Copy
City of Tamarac Page 3
Task Authorization 21-05D—City Hall Skylight Covering
J. Optional Service
OS 1. Conceptual Building Design: Consultant will provide concepts for the proposed atrium to show the
proposed lighting schemes for City staff and City Commission review and approval.Concepts will include up to
(3)renderings.
0S2. City Staff Presentation: Consultant will prepare a PowerPoint presentation and present to City Staff for
their review and comments.
OS3. City Commission Presentation: Consultant will prepare a PowerPoint presentation and present the
project concept plan and renderings to the City Commission.
0S4. Optional Construction Documents: Consultant will provide Drawings and Specifications for the
proposed storefront,windows and doors.
• Replace Existing exterior Fenestration Systems.
• Determine code required wind pressures and loads.
• Perform a Site Inspection for existing conditions.
• Evaluate existing opening configurations and proposal alternates where necessary to meet NOA
requirements.
• NOTE: Some of the Gable end and arched openings will need to be modified from the existing to
comply with current Code.
• Engineer new Storefront Window Wall from an NOA approved system. Storefront systems to be used
where possible.
• Engineer new Curtainwall system from an NOA approved system. Tall span areas will need
Curtainwall.
• Engineer entry doors from an NOA approved system.
• Specify materials,paint coatings and sealants.
• Prepare AutoCAD shop drawings of selected systems for permit.
• Drawings will be sent to Architect for review prior to sign and seal.
• Detail substrates,bucking and sealant details.
• Prepare wind load calculations and glazing engineering package.
• Prepare sealed permit submittal package with highlighted product approvals as required by the
Building Dept.
• Permits must be obtained prior to system fabrication since permit approval cannot be guaranteed.
System may have to change based on permit comments.
OS5. Optional Shop Drawing Review: Consultant will review shop drawing submittals from the Contractor.
OS6. Optional Limited Construction Administration: During the construction phase of the project,
Consultant shall provide Optional Construction Administration services for the City and awarded
contractor on an as-needed basis. Optional Construction Administration services are based on an hourly
allowance of 200 hours for 8-month construction duration.
Note: It is assumed that proposed storefront, windows, and doors replacement will occur at the same time as
the Skylight Covering project; therefore, the following services have been excluded from the Optional
Services scope:
• Permitting Assistance
• Bidding Assistance
If storefront, windows and doors replacement occurs after the Skylight Covering project, additional services
will be required.
City of Tamarac Page 4
Task Authorization 21-05D—City Hall Skylight Covering
Optional Service Fees(see hourly breakdown for details):
OS 1 -Conceptual Building Design $22,000.00
OS2-City Staff Presentation $ 7,120.00
0S3 -City Commission Presentation $ 3,660.00
OS4.Optional Construction Documents $52,720.00
OS5.Optional Shop Drawing Review $10,450.00
0S6. Optional Construction Administration $44,680.00
Optional Services Schedule
OS1 —Conceptual Building Design ** 6 weeks 6 weeks
City Review* 1 week 7 weeks
OS2—City Staff Presentation** 3 weeks 10 weeks
0S3—City Commission Presentation** 3 weeks 13 weeks
0S4—Construction Documents 12 weeks 25 weeks
City Review* 3 weeks 28 weeks
OS5—Shop Drawing Review(w/CA) 0 week 0 weeks
OS6—Limited Construction Administration 32 week 60 weeks
*City Review Periods are allowances—actual number of days will vary and are out of Consultant's control.
** Construction Documents will be delayed by 13 weeks if Optional Design Services 1,2,and 3 are authorized.
Presentation Durations are allowances—actual number of days will vary and are out of Consultant's control.
City of Tamarac Page 5
Task Authorization 21-05D—City Hall Skylight Covering
"ARCHITECT"
Witnesses: / Walters Zackria Associates,PLLC.
//////�� 4 By:
Y
Signat e
n-16 frft Abbas Zackria
Printed Name Name Printed
V Mc
1� Title: President
uC-1 A-1-103
Printed Name •
(SEAL)
"CITY":
CITY OF TAMARAC
elf
uA L,
Name n /� �/
Titlei / V L L���fZ-�1
Attest:
(SEAL)
City Clerk ("Zit it c am- Je X
City of Tamarac Page 6