Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2012-060Temp. Reso. # 12153 May 9, 2012 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2012 e A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AWARDING RFP NO. 11- 23R TO AND APPROVING AN AGREEMENT WITH ASSET BUILDERS, LLC FOR THE TAMARAC DESIGN/BUILD ADA RESTROOM RENOVATION PROJECT IN ACCORDANCE WITH RFP NO. 11-23R FOR A CONTRACT AMOUNT OF $71,205.38; A CONTINGENCY IN THE AMOUNT OF $10,860.00 WILL BE ADDED TO THE PROJECT ACCOUNT, FOR A TOTAL PROJECT BUDGET OF $81,885.38; AUTHORIZING AN EXPENDITURE FROM THE APPROPRIATE ACCOUNTS; AUTHORIZING BUDGET AMENDMENTS FOR PROPER ACCOUNTING PURPOSES; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, in a continued effort the improve accessibility throughout all City Facilities, the City is proposing improvements to the restroom facilities at City Hall and the Multi -Purpose Center; and WHEREAS, the proposed improvements to the restrooms will be in compliance with current ADA Standards for South Florida; and WHEREAS, two restrooms on the first floor of Tamarac City Hall located at 7525 Pine Island Road and two restrooms at the Tamarac Multi -Purpose Center located at 7535 North University Drive are in need of renovation; and WHEREAS, the City published RFP 11-23R for the Tamarac Design/Build ADA Restroom Renovation Project, incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, the City, via an Evaluation Committee, comprised of the Assistant Public Works Director / City Engineer, the Public Works Operation Manager, and the Temp. Reso. # 12153 May 9, 2012 Page 2 Public Works Superintendent, received and reviewed three (3) proposals; and WHEREAS, the Evaluation Committee evaluated and ranked the proposals and determined Asset Builders, LLC best met the needs and requirements of the City, a copy of the Evaluation Committee Worksheet is attached hereto as Exhibit 1; and WHEREAS Asset Builders, LLC possesses the required knowledge and experience for the Tamarac Design/Build ADA Restroom Renovation Project and has agreed to the Terms and Conditions, Special Conditions, and Technical Specifications of RFP No. 11-23R ; and WHEREAS, it is the recommendation of the Director of Public Services and Purchasing and Contracts Manager that the appropriate City Officials award RFP No. 11-23R and execute the agreement with Asset Builders, LLC for the Tamarac Design/Build ADA Restroom Renovation Project attached hereto as Exhibit "2", incorporated herein and made a specific part of this resolution; and WHEREAS, the City Commission of the City of Tamarac, deems it to be in the best interest of the citizens and residents of the City of Tamarac to award RFP No. 11- 23R and execute the agreement for the Tamarac Design/Build ADA Restroom Renovation Project with Asset Builders, LLC for a contract cost of $71,205.38 and a contingency in the amount of $10,860.00 will be added to the Project Account, for a total project budget of $81,885.38. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: 1 Temp. Reso. # 12153 May 9, 2012 Page 3 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 HEREBY awards RFP No. 11-23R to Asset Builders, LLC and approves an Agreement between the City of Tamarac and Asset Builders, LLC ("the Agreement') and the appropriate City Officials are hereby authorized to execute the Agreement, hereto attached as "Exhibit 2", to provide for the Tamarac Design/Build ADA Restroom Renovation Project. SECTION 3: An expenditure for a contract cost of $71,205.38 and a contingency in the amount of $10,860.00 for a total project budget of $81,885.38. for said purpose is hereby approved. SECTION 4: Funding for the Tamarac Design/Build ADA Restroom Renovation Project at Tamarac City Hall located at 7525 Pine Island Road and at the Tamarac Multi -Purpose Center located at 7535 North University Drive for a contract cost of $71,205.38 and a contingency in the amount of $10,860.00 for a total project budget of $81,885.38 is available in Project Number GP11 P and is in the General Capital Fund Adopted FY 2012 Budget. Temp. Reso. # 12153 May 9, 2012 Page 4 SECTION 5: The City Manager, or his designee, are hereby authorized to make changes, issue change orders in accordance with section 6-156(b) 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 6: All budget amendments for proper accounting purposes are hereby authorized. SECTION 7: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 8: 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 Temp. Reso. # 12153 May 9, 2012 Page 5 SECTION 9: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this*41 day of id� , 2012. l ' ATTEST: "-k Y4, R 1 . . y CITY CLERK. I/ I HEREBY CERTIFY THAT I HAVE APPROVED THIS RESOLUTION AS TO FORM. r,�AM L S. GOREN CITY ATTORNEY BEf H TALABIS6U-- MAYOR RECORD OF COMMISSION VOTE: MAYOR TALABISCO DIST 1: COMM. BUSHN LL DIST 2: COMM. GOMEZ � DIST 3: WM GLASSER ;;, :sz e- DIST 4: COMM. DRESSLE 11-23R Design/Build - Restroom Renovations Prapasr's Name MBR ASSET BUILDERS PAUL HENSEL w, :.: UGA N ! Mai.. + ant N City Engineer 10 8 7 Public Works Superintendent 8 10 6 Operations Manager, Public Works 10 10 7 a KNl�1�:EDG i;-APPRt')A {Max 'IQ°pinfo , s 711, Cit Engineer 8 8 5 Public Works Superintendent 8 10 6 Operations Manager, Public Works 8 10 5 aYYY C3SIGN/BULL IRAM: K HISTORY a ....Ilnt ..., Mf City Engineer 29 22 5 Public Works Superintendent 28 30 15 Operations Manager, Public Works 30 30 0 PROJECT COST (Formula fix#c!` er RF ) (Max 30 polrtts) City Engineer 16 17 30 Public Works Superintendent 16 17 30 Operations Manager, Public Works 16 17 30 MUTO Y p d PRa DT•.T� E IN OMP.,;: oN ax 20., ii t1tS i e City Engineer _._ 17 ....... 18 .: .....: 8 Public Works Superintendent 18 20 16 O erations Manager, Public Works 15 20 5 y TOTAL P IN ; City Engineer 80 73 55 Public Works Superintendent 78 87 73 Operations Manager, Public Works 79 87 47 TO I ` NKING. y :; City Engineer 1 2 3 Public Works Superintendent 2 1 3 Operations Manager, Public Works 2 1 3 AGREEMENT BETWEEN THE CITY OF TAMARAC AND ASSET BUILDERS, LLC THIS AGREEMENT is made and entered into this day of , 2012 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Asset Builders, LLC, a Florida corporation with principal offices located at 3600 Red Road, Suite 303, Miramar, FL 33029 (the "Contractor") for the Design/Build of Tamarac ADA Restroom Renovations. Now therefore, in consideration of the mutual covenants hereinafter set forth, the City and Contractor agree as follows: 1) The Contract Documents The Contract Documents consist of this Agreement, RFP Document No. 11-23R, including all conditions therein, (General Terms and Conditions, Special Conditions and/or Special Provisions), drawings, Technical Specifications, all addenda, the Contractor's revised proposal dated February 27, 2012 included herein, the Design Criteria Package as revised April 4, 2012; and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement as if attached to this Agreement or repeated therein. In the event that there is a conflict between 11-23R as issued by the City, and the Contractor's Proposal, 11-23R as issued by the City shall take precedence over the Contractor's Proposal. Furthermore, in the event of a conflict between this document and any other Contract Documents, this Agreement shall prevail. 2) The Work 2.1. The Contractor shall perform all work for the City required by the contract documents as set forth below: 2.1.1 Contractor shall furnish all labor, materials, and equipment necessary to complete the scope of work, as outlined in the contract documents. 2.1.2 Contractor shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. Contractor shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. Contractor shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the Contractor's expense. 2.1.3 Contractor shall provide the City with seventy-two (72) hours written notice prior to the beginning of work under this Agreement and prior A greem t Cq Of Tat7tar-ac ��i �mc�an�mn�uca Purchasing tsirtg & Contracts Division ----------- - ATTACHMENT "A" DESIGN CRITERIA PACKAGE Revised April 4, 2012 RFP 11-23R DESIGN BUILD OF THE TAMARAC ADA RESTROOM RENOVATIONS SCOPE OF SERVICES The preliminary scope of work, prepared by the City of Tamarac Public Works Department, which is incorporated into the bidding package, is the focus of the project. Successful Offeror, hereinafter referred to as the Offeror, shall enter into an Agreement with the City of Tamarac, Florida, hereinafter referred to as the CITY, for the purpose of the Design/Build of the ADA Restroom Renovations, developing cost estimates with product specifications, design plans and details and construction of the ADA Restroom Renovations in accordance with the terms, conditions, and specifications contained in this Request for Proposals (RFP). The scope of this proposal includes the following components: Offerors are requested to provide professional services, labor, equipment, materials, insurance and incidentals for the design/build of ADA Restroom Renovations, located within first floor public restrooms at Tamarac's City Hall, 7525 Pine Island Road, Tamarac, Florida and locker rooms at Tamarac's Multi Purpose Center, 7535 N. University Drive, Tamarac, Florida. • The City's budget for this project is $75,000.00. • Work shall be completed in accordance with the latest editions of all Federal, State, County, local codes and industry standards if greater than code requirements. • Work shall be completed in accordance with all applicable Federal, State, County, and City requirements, together with the Americans with Disabilities Act Accessibility Guidelines and Chapter 11 of the 2010 Florida Building Code. • Offeror shall be responsible for all permit submissions, fees, and associated costs, including the City Public Art Fee of 1 % of building construction cost. All Permit fees except the City's 1 % Public Art Fee will be reimbursed. • Offeror is responsible for all site plan submissions to the City's Development Review Process, including DRC, Planning Board and City Commission approvals. • Offeror is responsible for all boundary and interior surveys necessary for project layout and construction. • Offeror shall take all necessary precaution and safety measures to protect the health safety and welfare of City Employees and the general public that will occupy and utilize both City Hall and the Multi Purpose Center throughout the course of the construction operation. 1 r of Tamarac Purchasing & Contracts Division Tamarac City Hall • Main Men's and Women's bathrooms located on the first floor, renovations to include all work to build toilet compartments in both restrooms (see Chapter 6 of the Florida Accessibility Code in the 2010 Florida Building Code). • Fully ADA accessible. • Renovations shall include, but not limited to, stall construction, plumbing, relocating toilets/urinals, relocation of restroom amenities, access improvements, valve/plumbing guards, grab bars, required amenities/devices, safety issues, privacy wall and door improvements, water closets, lavatories and mirrors, controls and dispensers, and bathing and shower facilities. • Restoration work associated with the installation and/or relocation of amenities/devices or any appurtenances necessary to construct toilet compartments. Multi Purpose Center • Men's and Women's locker room restrooms renovations to include all work to build toilet compartments per the 2010 Florida Building Code). • Fully ADA accessible. • Renovations shall include, but not limited to, stall construction, plumbing, relocating toilets/urinals, relocation of restroom amenities, access improvements, valve/plumbing guards, grab bars, required amenities/devices, safety issues, privacy wall and door improvements, water closets, lavatories and mirrors, controls and dispensers, and bathing and shower facilities. • Restoration work associated with the installation and/or relocation of amenities/devices or any appurtenances necessary to construct toilet compartments. SPECIAL TERMS Liquidated Damages: Upon failure of Offeror to complete the work within the time specified in the Agreement (plus approved extensions, if any), Offeror shall pay the City the sum of $250 per calendar day, which includes bond interest, manpower and administration costs beyond the specified time of completion, as a fixed and agreed upon liquidated damages, and not as a penalty. City shall have the right to deduct from and retain out moneys which may be due or which may become due and payable to Offeror, the amount of such liquidated damages and if the amount retained by the City is insufficient to pay in full such liquidated damages, Offeror shall pay in full such liquidated damages. These liquidated damages will not prohibit the City from recovering ascertainable actual damages incurred as a result of the same delay to which the liquidated damages apply. Performance, Payment and Warranty Bonds: Within fifteen (15) calendar days after the contract award, but in any event pri 2 MAW City of Tamarac _ _ on I L I Qlaw I Purchasincq & Contracts Division commencing work, the Successful Bidder shall execute and furnish the CITY with a Performance Bond and Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular No. 570. The Contractor shall be required to provide acceptable, separate Performance and Payment Bond in the amount of 100% of the bid amount. The Performance Bond shall be conditioned that the Successful Bidder performs the contract in the time and manner prescribed in the contract. The Payment Bond shall be conditioned that the Successful Bidder promptly make payments to all persons who supply the Successful Bidder in the prosecution of the work provided for in the contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law and that they shall indemnify and save harmless the CITY to the extent of any and all payments in connection with the carrying out of said contract which the CITY may be required to make under the law. Such bonds shall continue in effect for one (1) year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twenty- five percent (25%) of the Contract price, or an additional bond shall be conditioned that the Successful Bidder correct any defective or faulty work or material which appear within one (1) year after final completion of the Contract, upon notification by CITY. The Warranty Bond shall cover the cost of labor as well as materials. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, it shall be the duty of the Contractor to record the aforesaid payment and performance bonds in the public records of Broward County, with the Contractor to pay all recording costs. Insurance: Offeror agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Offeror, its employees, agents, or Subcontractors, if any, with respect to the work and services described herein. Offeror shall obtain at Offeror's expense all necessary insurance in such form and amount as required by the City's Risk and Safety Officer before beginning work under this Agreement. Offeror shall maintain such insurance in full force and effect during the life of this Agreement. Offeror shall provide to the City's Risk and Safety Officer, certificates of all insurance required under this section prior to beginning any work under this Agreement. Offeror shall indemnify and save the City harmless from any damage resulting to it for failure of either Offeror or any Subcontractor to obtain or maintain such insurance. of Tamarac ""•' •,""'" __.. Purchasing & Contracts Division The following are required types and minimum limits of insurance coverage, which the Offeror agrees to maintain during the term of this contract: Line of Business/Coverage Commercial General Liability Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Commercial Automobile Liability Workers' Compensation & Employer's Liability Limits Occurrence $1,000,000 $1,000,000 Professional Liability (Errors and Commissions) $1,000,000 Insurance Aggregate $1,000,000 $1,000,000 Statutory $1,000,000 Builder's Risk Insurance: In an amount not less than THE REPLACEMENT COST for the construction of the work. Coverage shall be "All Risk" coverage for one hundred percent (100%) of the completed value with a deductible of not more than five thousand and xx/100 dollars ($5,000) per claim. The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Offeror nor any Subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Offeror will ensure that all Subcontractors will comply with the above guidelines and will maintain the necessary coverage throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. of 7amar<3c Purchasing & Contracts Division The Offeror's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured." The Offeror's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. The Offeror shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Offeror purchase a bond to cover the full amount of the deductible or self -insured retention. If the Offeror is to provide professional services under this Agreement, the Offeror must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability. The Successful Offeror agrees to perform the work under the Contract as an independent Contractor, and not as a subcontractor, agent, or employee of CITY. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its Executive Partner duly authorized to execute same. CITY OF AMARAC W Beth Talabisco, MaYO411- D-ate ATTEST: nichael C. Cernech, City Mana er -V Ax Peter Richards , CMR, CIVIC City Clerk �7 TAMA Date 0 U-I 3HED ems' 19 ATT /of r' ign trporate Secretary (Pa Angela Messam Type/Print Name of Corporate Secy. (Partner) (CORPORATE SEAL) Date Approved as to form and legal sufficiency: City Atforney SlOo Date Company am Signatur of Partner Wavne Messam Type/Print Name of Partner 3/2�Tk-,v/ Date � CORPORATE ACKNOWLEDGEMENT STATE OF ��kA }" :SS COUNTY OF /&W*tD : I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared &h-c i r 4�efgM , Inc., Partner of Asset Builders, LLC a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of gAR(�/0%! , 2012. ,r c ign ure of Notary Public ate of Florida at Large WENDY RODRIGUEZ z Notary Public - State of Florida W My Comm. Expires May 13, 201 Commission # DD 991768 Print, Type or Stamp Name of Notary Public ❑ Personally known to me or P' Produced Identification -A, //' L-- Type of I.D. Produced DID take an oai DID NOT take an All A.SSETBuil,DERS February 27, 2012 Mr. James Nicotra, CPPB Senior Procurement Specialist City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 Re: Design/Build of Tamarac ADA Restroom Renovations RFP 11-23R Subject: Design/Build Price for ADA Restroom Renovations Dear Mr. Nicotra, Asset Builders is pleased to submit our Design Build Price of $71,205.38 for the Design/Build of Tamarac ADA Restroom Renovations, based on the project requirements and our visual observation of the project sites. In accordance with the project agreement, this price includes the costs to design the renovations in accordance to applicable ADA requirements, selective demolition, plumbing and preparation of the project as per the plans that will be designed by our Designer, ACAI Associates, Inc. The scope of work is further clarified by the qualifications & clarifications contained within this Price Proposal. We look forward to working with the City of Tamarac on this project. Very truly yours, Asset Builders, LLC I Wayne M. Messam, CGC, LEED AP, BD+C Partner Broward: 3600 Red Road, Ste. 303 Miramar, FL 33025 Miami: 4960 NW 165'�' Street, Ste. B1, Miami Gardens, FL 330141 Palm Beach: 205 SE 3rd Avenue, Ste. C South Bay, FI 33493 954.430.4361 PHONE 954.430.4369 FAX info@assetbuilderslic.com www.assetbuilderslic.com I CGC1512276 0111 ASSE'TBuILD RS Design/Build of Tamarac ADA Restroom Renovations RFP 11-23R BASIS OF COSTS, QUALIFICATIONS AND CLARIFICATIONS The Scope of the services is based on the RFP requirements and our visual inspection of the project sites. Asset Builders establish the pricing based on our preliminary sketch of each site provided by our design partner ACAI Associates and our cost analysis of the proposed scope of work needed to execute the performance of the project. Qualifications and clarifications to the Design/Build Price for ADA Restroom Renovations are below. Division 01—General Requirements: 1. The Design Builder warrants, without assuming the owner's responsibilities, that the As -built provided are accurate and work installed was performed correctly. 2. Job Site Offices and Utilities — Costs associated with temporary construction trailers are not included. There will be no field offices on site but administrative support will be provided offsite at Asset Builders headquarters. 3. City of Tamarac will be responsible for the review and approval of project documents and permit fees. Asset Builders has included the 1% fee in this price proposal. 4. Bond premium has not been included due to the size of project. Division 02 — Existing Conditions: 1. The removal, disposal, handling or identification of asbestos, or other hazardous materials such as contaminated soils, buried tanks, septic systems, etc. are not included in the pricing. 2. The City of Tamarac is to remove all materials, furnishing, equipment & systems that are to be salvaged that are not a part of the scope of work outlined in the proposed layout. Asset Builders will coordinate with Owner to identify items to be removed or replaced. Division 06 — Wood, Plastics and Composites: 1. Included per the proposed layout and project drawings. Broward: 3600 Red Road, Ste. 303 Miramar, FL 33025 Miami: 4960 NW 165`h Street, Ste. B1, Miami Gardens, FL 330141 Palm Beach: 205 SE 3rd Avenue, Ste. C South Bay, FI 33493 954.430.4361 PHONE 954.430.4369 FAX info@assetbuildersllc.com www.assetbuilderslic.com I CGC1512276 0113 ASSETB ILDERS G, NF9A4 r r_?'.dl i 'JN".11 1 "�O' M'+NA Division 09 — Finishes: 1. Owner to provide product name, SKU # and manufacturer information for finished items. If not provided Design Builder will match existing products replaced as close as possible without warranty of being an exact match. 2. Epoxy flooring will be included in contract price as Alternate 1 for the Multi -Services Building Division 10 —Specialties: 1. All case work and bathroom specialty items like grab bars and partitions will be reused if in good condition. Defective material will be replaced with new, per project drawings. Division 11— Equipment: 1. Existing equipment will be adjusted to accessible height as per drawings. Division 22 — Plumbing: 1. Included per the proposed layout and project drawings. 2. Design Builders knowledge is that there are no issues with the existing sanitary and plumbing system hidden behind partition and underground but cannot warrant that defective work or plumbing issues exist prior to commencement of work. If defective plumbing issues are uncovered during selective demolition, we will advise owner immediately and make recommendation on corrective measures. Broward: 3600 Red Road, Ste. 303 Miramar, FL 33025 Miami: 4960 NW 165th Street, Ste. B1, Miami Gardens, FL 330141 Palm Beach: 205 SE 3rd Avenue, Ste. C South Bay, FI 33493 954.430.4361 PHONE 954.430.4369 FAX info@assetbuildersllc.com www.assetbuilderslic.com I CGC1512276