Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2009-026Temp Reso. # 11571 February 12, 2009 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2009- o26 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE CHANGE ORDER NUMBER NO. 8 TO THE AGREEMENT BETWEEN THE CITY OF TAMARAC AND DIPOMPEO CONSTRUCTION CORPORATION FOR THE DESIGN/BUILD OF THE TAMARAC PARK RECREATION CENTER PROJECT FOR THE DESIGN AND CONSTRUCTION OF AN ADDITIONAL PARKING FACILITY TO BE LOCATED BETWEEN THE TAMARAC PARK RECREATION CENTER AND TAMARAC ELEMENTARY SCHOOL; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE A LEASE AND FUNDING AGREEMENT WITH THE SCHOOL BOARD OF BROWARD COUNTY FOR SAID PARKING FACILITY; AUTHORIZING AN ADDITIONAL EXPENDITURE IN AN AMOUNT NOT TO EXCEED $361,994.46 FOR SAID PURPOSE; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on May 23, 2007, the City Commission approved the award of RFP No. 06-22R to DiPompeo Construction Corporation for the Design/Build of the Tamarac Park Recreation Center Project through R2007-71, incorporated herein by reference and on file in the office of the City Clerk; and WHEREAS, during construction of the Tamarac Park Recreation Center Project, the City and School Board of Broward County (SBBC) agreed that there is a need for an additional parking facility for faculty and staff during school hours and Tamarac Park patrons after school hours ; and Temp Reso. # 11571 February 12, 2009 Page 2 WHEREAS, both the City and SBBC agreed to demolish the existing maintenance buildings located between the Tamarac Park Recreation Center and Tamarac Elementary School and construct a parking facility on the vacated City parcel for the use of SBBC faculty and staff and Tamarac Park patrons; and WHEREAS, SBBC and the City have enjoyed a mutually beneficial relationship over the past several years and recognize that joint use of the parking facility will be of mutual benefit to all parties; and WHEREAS, DiPompeo Construction Corporation submitted a proposal for the design and construction of said parking facility, a copy of which is attached hereto as Exhibit "A"; and WHEREAS, the cost of this change order necessitates an additional expenditure in an amount not to exceed $361,994.46, a copy of Change Order No. 8 attached hereto as Exhibit "B"; and WHEREAS, Payment for this Change Order will be reimbursed by SBBC through the "Lease and Funding Agreement for construction and Lease of Parking Facility for Tamarac Elementary School", which is being authorized for execution through this resolution and proposed to be authorized for execution by SBBC officials at the March 3, 2009, SBBC Board Meeting, a copy of said agreement attached hereto as Exhibit "C"; and WHEREAS, Execution of Change Order No. 8 by City Officials is contingent upon the SBBC's approval of the "Lease and Funding Agreement for construction and Lease of Parking Facility for Tamarac Elementary School" at the March 3, 2009 SBBC Board Meeting; and Temp Reso. # 11571 February 12, 2009 Page 3 1 1 WHEREAS, the Director of Public Works, Director of Parks and Recreation, and Purchase/Contracts Manager recommend the authorization of Change Order No. 8 to construct a parking facility between the Tamarac Park Recreation Center and Tamarac Elementary School in an amount not to exceed $361,994.46; and WHEREAS, the Director of Public Works, Director of Parks and Recreation and Purchase/Contracts Manager recommend the execution of the "Lease and Funding Agreement for Construction and Lease of Parking Facility for Tamarac Elementary School' with the SBBC to facilitate the construction of the said parking facility; 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 approve Change Order No. 8 to the Tamarac Park Recreation Center Project, authorizing an additional expenditure in an amount not to exceed $361,994.46 for said purpose and to execute the "Lease and Funding Agreement For Construction and Lease of Parking Facility For Tamarac Elementary School' with the SBBC for said purpose. 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. Temp Reso. # 11571 February 12, 2009 Page 4 SECTION 2: The appropriate City Officials are HEREBY AUTHORIZED to execute Change Order No. 8 to the contract with DiPompeo Construction Corporation for the demolition of existing maintenance buildings and the design and construction of an additional parking facility between the Tamarac Park Recreation Center and the Tamarac Elementary School. SECTION 3: An additional expenditure in an amount not to exceed $361,994.46 for this purpose is HEREBY approved. SECTION 4: The appropriate City Officials are HEREBY AUTHORIZED to execute the "Lease and Funding Agreement For construction and Lease of Parking Facility for Tamarac Elementary School" with the SBBC to provide for the demolition of existing maintenance buildings and the construction of an additional parking facility between the Tamarac Park Recreation Center and Tamarac Elementary School contingent upon the SBBC's approval of the "Lease and Funding Agreement for Construction and Lease of Parking Facility for Tamarac Elementary School" at the March 3, 2009 SBBC Board Meeting. SECTION 4: All Resolutions or parts of Resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. SECTION 5: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not effect other provisions or application, and to this end the provisions of this resolution are declared to be severable. 1 1 Temp Reso. # 11571 February 12, 2009 Page 5 I—] SECTION G: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED THIS 0,-, day of'L�� 2009. BETH FLANSBAUM-TALABISCO MAYOR ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. � *V�' -7 1 / e p SAK4UEL S. GO N CITY ATTOR EY 1 RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: COMM BUSHNELL I DIST 2: VM ATKINS-GRAD DIST 3: COMM. GLASSER l 41 DIST 4: COMM. DRESSLER f EXHIBIT "A" Dig Pompeo Construction Corporation C'GC 037741 • A Family Tr aditlon Since 1927 . _.. _ General CanlraCiors Design Build Consist cclipn Managers —^ ,_.—_—�__ January 28, 2008 City of Tamarac 6001 Nob Hill Road "Tamarac, FL 33321-2401 Attn: Alan Lem Re: Tamarac PprA redvon.cenw Dear Mr. Lam; We are submitting herewith, our RCO # 3A In the amount of ($ 361,994.46) Three Hundred 51xW OwM0vmAd.,NP-9 Elul r01 9J Qmr. P-oJIais--ancl!- .6tJQQ to change existing maintenance yard to a parking area as per attached Exhibit "A" and COT email dated 8/8107. This proposal is being submitted additionally in accordance with the following qualifications: 1. This proposal includes only the work denoted on the attached Change Order Cost Breakdown. 2. The cost of this proposal is based upon DI Pompeo Construction Corp. receiving a fully executed Change Order as soon as possible, so that this additional work can be billed since this work was completed in good faith. 3. No building, utility, surcharges, impact fees or any other related fees associated with this additional work have been Included in this change request unless specifically noted. Sincerely, Di Pompeo Construction Corp. Ellen Anderson Project Coordinator cc: John DI Pompeo Jr. �/ Owner Correspondence File J. Shambo RCO 0A File BY CITY PROJECT MANAGER 1 4M f�$ Alan Lam Date 17 PPRo V'% 4- 2301 N. N! 33' f Court, Unit #102 # Pompano Reach, Florida 33069 . Telexhone: 954) 917-.5252 • Fax: 934 974-4646 -W i. - IL 97 MEMBER 2007-03 DIPOMPEO CONSTRUCTION CORP. PROJECT NAME. Tamarac Park Recreation Center 2301 NW 33 Court Suite 102 Pompano Beach, FL 33069 Date: 1.28-08 REQUEST FOR CHANGE ORDER (RCO) NO.3A Breakdown Summary SCOPE OF WORK. Maintenance yard to parking area. This breakdown summaa is being submitted in conjunction with Di Pompeo's cover letter dated 1-28.08 ITEM REQUEST FOR CHANGE ORDER MEASURED MEASURED COST COST EXTENDED No. COST BREAKDOWN QUANTITY UNITS UNIT PRICE UNIT PRICE 1 ©CC Proposal dated 1-28-08 1 LS $310,312.00 $310,312.00 TOTAL $310,312.00 SUBCONTRACTOR COSTS: TOT WOO NOTES; 1. This proposal only includes the work specifically noted herein. SUB TOTAL $310,312,00 2. Time for this additional work is TBD and we hereby 10% OVERHEAD $31,031.20 reserve our rights to request additional direct costs as well as costs denoted in our cover letter should additional time be needed SUB TOTAL $341,343.20 3. This additional work has not yet commenced and we need a change 5% PROFIT $17,067.16 order as soon as possible. SUB TOTAL $358,410.36 1% BONG $3,584.10 TOTAL $361,994.46 TAMARAC RECREATION CENTER ADDITIONAL PARKING ESTIMATE (Based on Attached Exhibit "A" and City 818107 e-mail) DESCRIPTION TOTAL. General Conditions 29,984.00 Engineering & Design Fees, permit visit agencies 23,300.00 Builders" Risk Insurance 5,200.00 Main Office Insurance attributed to job 3,467.00 Permits & Fees - Art Fee 1% 4,181.00 Surveying/As-Builts/Final Survey 6,725.00 Asbestos Survey and Report to EPD 1,500.00 Testing 3,750.00 Project Drawings for subs1DCC supervision/ 640.00 permitting Building Demo 37,000.00 Disconnect and cap extra electric/plumbing/ 4,800.00 sanitary Concrete Slab Removal 13,650.00 Relocate City stored material 3,000.00 Dumpster Hauling (not for building demo) 6,511.00 Removal of Chain Link Fence 1,100.00 Drainage 41,645.00 Parking Striping (Paint) 990.00 Remove Existing Asphalt and dispose 9,417.00'. E DESCRIPTION TOTAL Sidewalk to Main Gate from school 2,800.00 New Curb - Type D 9,525.00 Fence Repair, Replacement and new entry 8,200.00 gates and main gate Asphalt - 1 1/2" (2 lifts) 23,336.00 Asphalt Base Lime Rock 8" (all new) 36,672.00 Asphalt Base 12" Stabilizing (new and reshape) 19,169.00 Signage 850.00 Irrigation 5,500.00 Landscaping 8,000.00 Sod Repair (Bermuda and Floratam) 4,000.00 Electric Exterior Poles (3) w/underground service 14,400.00 Photometric survey for 5BBC 2,000.00 SUBTOTAL $310,312.00 Overhead 31,031.20 Profit 17,067.16 Bond 3,584.10 TOTAL ESTIMATE $361,994.46 2 I 0 1 o►+mnY an NAvP»4o tT 1001/Aut W 2M fwmul mA. i�[4=1 ,Itut) for (err woo, �l p NRR Ar WNrRe1 M MerM and RAtoft CIM er CapyRot to Cow and Rdeur, 11�� commotk: 4coftw g A Page I of 2 Jon Shambo / From: Alan Lam (alanl@tamarac.orgj Sent: Monday, August 27, 2007 11:03'AM To: John DiPompeo Cc: Jon Shambo, Ellen Anderson; John Doherty Subject: RE: Re: Additional Parking Lot at the existing maintenance shed Hi John, As of this morning, I am not receiving any revised site plan nor the cost estimate regarding the additional parking lot at existing maintenance shed, please check with your consultant and provide these inform ation if available. Thanksl Alan Lam Civil Engineer 11 City 0/Tamarac (954) 597-3707 From: Alan Lam Sent: Wednesday, August 06, 2007 11.43 AM To: 'John DlPompeo' Cc: 'Jon Shambo'; 'Ellen Anderson'; John Doherty Subject: Re: Additional Parking Lot at the existing maintenance shed Hi John, The following is the scope of work regarding the additional parking lot at NW corner (maintenance shed) of the project, I. Demolish and disposal of existing structures and foundations, Any salvageable materials will be delivered to the City as directed. 2. Construct the parking lot in accordance with the city requirement including but not limited to install parking stalls, striping, signage, handicapped parking, curbing, replace fencing, protecting existing trees, etc. 3. Upgrade existing drainage, grading and paving to support a positive system flowing to existing structures. 4. Improve existing lighting system, 5. The entrance/exit shall be maintained at least 24' wide. 6. Apply 1 % two (2) lift of structural asphalt pavement,. 7. Replace existing fence as necessary. 8. install type "D" curb. Attached please find a conceptual plan layout for your Information, Please send me the revised plan and the cost estimate at the earliest so that I can forward to the school Board to review and comment. Thanks! Alan Lam Civil Engineer 11 City of Tamarac (954)597.3707 CHANGE ORDER EXHIBIT „B„ DATE OF ISSUANCE: February 12, 2009 CHANGE ORDER NO.: 8 OWNER: CITY OF TAMARAC PROJECT NAME: Recreation Center Parks and Recreation Dept. Renovation Project 8601 W. Commercial Blvd. Tamarac, FL 33321-2401 PO #: 101025 CONTRACTOR: Di Pompeo Construction Corporation RFP NO.: 06-22R 2301 NW 33'd Court Pompano Beach, FL 33069 IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS. DESCRIPTION: Increase contract cost in an amount not to exceed $361,994,46 and grant one hundred and eighty (180) days to complete this Change Order after execution of the Notice to Proceed letter. PURPOSE OF CHANGE ORDER: To increase the contract cost for an amount not to exceed $361,994,46 and grant one hundred and eighty (180) days in accordance with the approved agreement between Broward County School Board and City of Tamarac; demolish existing maintenance building adjacent to the Tamarac Elementary School and to construct a parking facility on the vacated parcel. This Change Order will include all necessary work as per attached Exhibit "A"; pursuant to DiPompeo Construction Corporation Request for Change Order (RCO) No. 3A dated January 28, 2008. CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME Original Contract Price Original Contract Time $3,696,000.00 0 Days Previous Change Orders and/or Amendments Net change from previous change orders $64,504.43 0 Days Contract Price prior to this Change Order Contract Time Prior to this Change Order $3,669,604.43 180 Days Net Increase of this Change Order not to exceed Net (Increase) of this Change Order $361,994.46 180 Days Contract Price with all approved Change Orders Contract Time with all approved Change Orders $4,021,498.89 180 Days RECOMMENDED BY: Greg Warner Director of Parks and Recreation ►lJ�:�M1�1��1a'� Jeffrey L. Miller City Manager Di Pompeo Construction Corporation Date Date Date Revised 9/1198 EXHIBIT "C" LEASE AND FUNDING AGREEMENT FOR CONSTRUCTION AND LEASE OF PARKING FACILITY FOR TAMARAC ELEMENTARY SCHOOL THIS AGREEMENT is made and entered into as of this _ day of 2009, by and between THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA (hereinafter referred to as "SBBC"), a body corporate and political subdivision of the State of Florida, whose principal place of business is 600 Southeast Third Avenue, Fort Lauderdale, Florida 33301 and CITY OF TAMARAC (hereinafter referred to as "CITY"), a municipal corporation operating and existing under the Laws of the State of Florida, whose principal place of business is 7525 NW 88 Avenue, Tamarac, FL 33321 CITY and SBBC may be collectively referred to as the "Parties' WHEREAS, the CITY and SBBC agree that there is a need for additional parking for faculty, parents and students during school hours and patrons of Tamarac Park and Community Center after school hours; and WHEREAS, the CITY identified a maintenance building excess to its needs on CITY owned park property adjacent to the School and desires to demolish the building; and WHEREAS, SBBC and CITY are desirous of working together to demolish the building and construct a parking lot on the vacated CITY parcel for the use of SBBC and Tamarac Park patrons; and WHEREAS, SBBC and the CITY have enjoyed a mutually beneficial relationship over the past several years and recognize that joint use of the parking lot will be of mutual benefit to all parties and will serve a public need and benefit the citizens of the CITY and will foster community support for CITY and SBBC programs. NOW THEREFORE, in consideration of the premises and of the mutual covenants contained herein and the sum of Ten Dollars ($10.00) and other good and 1 valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the Parties hereby agree as follows: ARTICLE 1- RECITALS 1.01 Recitals. The Parties agree that the foregoing recitals are true and correct and that such recitals are incorporated herein by reference. ARTICLE 2 - PRO ECT AND SBBC FUNDING 2.01 Project. The CITY, as the Construction Manager, will make, or cause to be made, Parking Improvements, more fully described in Exhibit B, hereinafter referred to as the Project to the Parking Lot, on CITY property more fully illustrated in Exhibit A, which is attached hereto and incorporated herein by reference. 2.02 Project Funding. The estimated costs, furnished by the CITY's contractor are attached hereto as Exhibit C (hereinafter referred to as "scope of work" or "project." The improvements to the Parking Lot shall be funded as follows. (a) SBBC. SBBC shall fund certain improvements as described in Exhibit B, attached hereto and incorporated herein by reference ("Parking Improvements"). In no event shall SBBC be obligated to spend any public funds in excess of Three Hundred Sixty -One Thousand Nine Hundred Ninety Four Dollars and 46/100 ($361,994.46). The SBBC funding shall be paid to the CITY in accordance with Section 2.04 of the Agreement. In the event that estimated construction costs exceed SBBC funding, SBBC may appropriate additional funding for improvements through amendment to this agreement. (b) CITY. CITY shall serve as Project Construction Manager. CITY shall construct, or cause to be constructed, the Parking Improvements in conformance with all applicable building codes, except that the Parties further agree that the Parking Improvements shall not be constructed under the State Requirements for Educational Facilities ("SREF") but shall be constructed under the Florida Building Code. 2.03 Plans. CITY, through its design -build contractor, will prepare, or cause to be prepared, the construction plans for the project (the "Plans"). The Plans will be submitted to SBBC's Deputy Superintendent for Facilities and Construction Management or his designee for review and approval, which approval, or reasons for disapproval, shall be given to CITY within 60 days of submission of the Plans by CITY. Plans for the project shall meet Florida Building Code (2007), but shall not be designed and constructed under SREF. SBBC shall provide the CITY any design criteria or other standards that must be adhered to for the project. The Plans for the project shall be submitted to SBBC and approved by SBBC's Deputy Superintendent of Facilities and Construction Management or his designee for review and approval at each stage of plan N development as well as to the final construction plans. In no event shall the cost of the Plans as required by SBBC exceed the funding allocated by SBBC as set forth in Section 2.02 above. 2.04 Invoicing and Payments. During the construction of the Parking Improvements, the CITY shall periodically submit copies of invoices for services rendered and materials obtained by CITY with regard to the Parking Improvements to SBBC's Deputy Superintendent for Facilities and Construction Management or his designee for approval and payment. SBBC shall make payment to CITY within thirty (30) days of submission of an invoice. 2.05 Change Orders for SBBC Improvements. Any change orders for additional funding, additional time, or for claims concerning the Parking Improvements shall be submitted by the CITY to SBBC's Deputy Superintendent of Facilities and Construction Management or his designee for his review and approval. No change order shall be approved unless sufficient monies are available to fund the change order. It shall be solely within SBBC's discretion to determine whether sufficient moneys are available to fund a change order and such determination shall not be subject to dispute by CITY. Any change order for SBBC improvements in excess of $1,500.00 shall require written approval by SBBC's Deputy Superintendent of Facilities and Construction Management or his designee. 2.06 Inspections. The CITY shall conduct its own building inspections and agrees to coordinate and cooperate with SBBC UB1 inspectors for the purpose of ensuring compliance with specifications. 2.07 Project Audits. The CITY's Project Records shall be open to inspection and subject to audit and/or reproduction, during normal working hours, by SBBC's agent(s) or authorized representative(s) to the extent necessary to adequately permit the evaluation and verification of any statements for payment, invoices, descriptions of construction improvements or claims submitted by the CITY or any of its payees pursuant to this Agreement. For the purposes of this Agreement, the term Project Records shall include, but not be limited to, accounting records, payroll time sheets, audited and un-audited financial statements to substantiate overhead rates, written policies and procedures, contractor and sub -contractor files (including proposals of successful and unsuccessful subcontractors), original estimates, estimating worksheets, computer records, disks and software, videos, photography, correspondence, change order files (including documentation covering negotiated settlements), and any other supporting evidence necessary to substantiate charges related to this Agreement. The CITY shall be responsible for compliance with any public documents requests made by third persons regarding the Project Records and for any costs and attorney's fees associated with such requests. Records specifically made privileged by state law shall remain privileged notwithstanding the provisions of this Agreement. Cl 2.08 Auditor Access. For the purpose of audits, inspections, examinations and evaluations conducted under this Agreement, SBSC's agent(s) or authorized representative(s) shall have access to Project Records from the effective date of this Agreement, for the duration of the work on the project, and until five (5) years after the date of final payment by SBBC to the CITY pursuant to this Agreement. 2.09 Auditor Work Space. SBBC's agent(s) or its authorized representative(s) shall have access to all necessary CITY records and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with this Agreement SBBC's agent(s) or its authorized representative(s) shall give the CITY reasonable advance notice of intended audits. 2.10 Audit Expense, If an audit inspection or examination conducted in accordance with this Agreement discloses overcharges of any nature by the CITY to SBBC, the actual cost of the overcharges shall be repaid by the CITY in full. The CITY shall have the right to contest overcharges claimed by SBBC. 2.11 Reimbursement of Overcharges. All costs for which the CITY is unable to provide support or documentation to substantiate that such costs were incurred as represented by the original breakdown of cost or found not to be in compliance with the provisions of this Agreement shall be disallowed. The CITY shall reimburse SBBC for any disallowed amounts that were already paid by SBBC. The CITY shall have the right to dispute a disallowance, and the opportunity to provide support or documentation to SBBC for the payment of any amounts disallowed_ 2.12 Contractor Audits. The CITY shall require its contractor and subcontractor to comply with the audit provisions of this Agreement by insertion of these requirements in any written contract. Failure to obtain such written contracts that include such provisions shall constitute good and sufficient grounds for SBSC to disallow some or all of the related costs from amounts payable to the CITY pursuant to this Agreement. The CITY shall have the right to dispute a disallowance and the opportunity to provide support or documentation to SBBC for payment of any amounts disallowed. 2.13 Bond. Before commencement of any of the improvements, the CITY shall request its contractor to furnish a surety bond pursuant to Section 255.05, Florida Statutes, that guarantees the completion of the project and the performance of the work necessary to complete the project, as well as full payment of all suppliers, materialmen, laborers or subcontractors employed to provide services to complete the Project. The CITY agrees to deliver a copy of the surety bond to SBBC in advance of making any improvements to the CITY's property. Such bond shall remain in effect for one (1) year after completion of the Project. In the event of the discovery of any item of defective 4 work and materials, the CITY shall be responsible to make a claim against the contractor or subcontractor(s), with notice to the surety. 2.14 Background Screening. In the event that access to or from the Parking Site cannot be adequately blocked off from the school during construction, CITY agrees that its contractor shall be required to comply with all requirements of Sections 1012.32 and 1012.465, Florida Statutes, and the CITY and all of its personnel who (1) are to be permitted access to school grounds when students are present, (2) will have direct contact with students, or (3) have access or control of school funds will successfully complete the background screening required by the referenced statutes and meet the standards established by the statutes. This background screening will be conducted by SBBC at SBBC's sole cost and expense in advance of CITY's contractor's personnel providing any services under the conditions described in the previous sentence. The Parties agree that the failure of CITY's contractor to perform any of the duties described in this section shall constitute a material breach of this Agreement entitling SBBC to terminate immediately with no further responsibilities or duties to perform under this Agreement. ARTICLE 3 - SPECIAL CONDITIONS 3.01 Leased Premises. Upon completion and final acceptance of improvements, CITY sloes hereby lease to the SBBC a parking lot consisting of 17 spaces including two (2) handicap spaces (hereinafter referred to as "Leased Premises") pursuant to the restrictions set forth herein below (see sketch). 3.02 Lease Term and Rate. The term of this Agreement is ninety-nine (99) years from the date of the Project's completion. The SBBC shall pay the CITY an annual rental fee of One Dollar ($1.00), payable in advance to the CITY. The CITY hereby acknowledges the receipt of Ninety -Nine Dollars ($99.00) as payment in advance for the full term of this lease. It is specifically understood and agreed by the parties hereto that the term of this Agreement may be shortened or extended, subject to the provisions of Sections 3.08 and 3.09. 3.03 Use of Leased Premises. The SBBC may utilize the Leased Premises for parking during school hours, and CITY may utilize the Leased Premises during non - school hours, subject to the limitations contained in this Agreement. The CITY's use of the Leased Premises shall not conflict in any way with SBBC's use of its school site. The Parties use of the Leased Premises shall at all times be in compliance with the laws of the State of Florida concerning the use of school property. 3.04 Advertising. The Parties may not erect advertising on the Leased Premises without obtaining the prior written consent of the Tamarac Elementary School principal or the Tamarac Park director. 67 EXHIBIT B SCOPE DE WORK 1. Demolish and disposal of existing structures and foundations at NW Corner (maintenance Shed). Any salvageable materials will be delivered to the City as directed. 2. Construct the parking lot in accordance with the city requirement including but not limited to install parking stalls, striping, signage, handicapped parking, curbing, replace fencing, protecting existing trees, etc. 3. Upgrade existing drainage, grading and paving to support a positive system flowing to existing structures. 4. Improve existing lighting system. 5. The Entrance/Exit shall be maintained at least 24' wide. 6. Apply 11Y two (2) lift of structural asphalt pavement. 7. Replace existing fence as necessary. 8. Install type "D" curbs. 15 Di Pompeo Construction Col poration CGC 03714I . A Fa nd);- l owdidon Sulu 1917 T General Cunhv.*F s -Design Build - C-Insil ichon lVn1r[ 9 5_.— January 2e, 2008 City of Tamarac 6001 Nob Hill Road Tamarac, FL 33321-2401 Alin: Alan Lam Re: TAnrarAQ- r , Rgo�p.a-tipa Centsr DeAr Mr- Lam: We are submitting herewith, cur RCO N 3A in the amount of (3 361,994.46) Three Hundr�TJ_$IxtS[ 4A�Th9 ild-dJtle }lyndrod Ninety Eour Dollars and 48flo4 to change existing maintenance yard to a parking area as per alteched ExnlW 'A' and COT email dated 818107, This proposal is being sutxnilted addilionAlly In accordance with the folloWing qualifeelions: 1. This proposal lydudes only Ihn work denoted on the attached Change Drdar Cost Breakdown. 2. The cost of lhi8 proposal is posed upon [N Pompon Construction Corp, roceiviny a fully executed Chanro Order as soon as possible, so that this addillonal work can be billed sInce this work was completed in good fallh. 3, No buildN, u:iliy, surcharges, lmpwt foes or any other related fees associated w1h this add4ronal work have been included in this change request unless specifically noted. Sincerely, pt Pampeo Construction Corp. Ellen Anderson Project Coardinalor cc: John Di Pampea Jr. r` owner Corresponcence File J. Shambo ROO A3A File "&BY CITY PROJECT MANAGER 9 vas' Alan Lain Dare P'S' THIS PRv�sAc wiLc f PW6A',D To A PP1P0 VA I— _ 2301 N.W. 33 d Daut. Llrir A101Porn rune Ready, flnridu 33069 - D-10, 10ne: (9JO P17-3231 - FRT: "W4� �70$ 4 ... M1 DipOMPEO CQN3TRU TI C 2007 03 PROJECT NAME: Tamarac Park RoerFallvn Center 2301 W 33 CourtFSuit e10 Pamp 69 Data: 1-28.09 REQUEST FOR CHANGE ORDER (RCO) NO, 3A Breakdown Summary SCOPF OF WORK: 4laintenance yard to parking 0W. This breakdown summary Is being submitled in con f n t with Di Pomvav's over iGtlor dated t-2B 8 COST -XTfND'p iTEN nr4L`EST FOR CHANGE OROFA MEASURCP QUAN nTY MEASURSO =AST UMTS UNIT PrU UNIT PRICE No. COST BAMCDOWN 1 L$ $310,312.00 $310.312.00 1 DCC Proposal Men 1-28-08 TOTAL 5310,312.00 SU13GONTRACTOR COSTS! NOTES: 1. This proposal only includes she work speciri ally celed herein- SUB TOTAL $310.312-00 2 Time for this addil''crtal Work is TSD one we hereby 10% OVERHEAD $31,031.20 reserve our rights to request additional direct costs as Weil as SUB TOTAL $341.343.'lC costs denoted In our cover let10r ah0�t'd additional lithe be needed 3. This additional work has not yet Ccmr `enmbc and we need a cherTge 5% PROFIT $17,087.16 order as save, as posstb:e. SUB TOTAL. $358,410.38 14A BOND $3,564,14 TOTAL $361,994.46 17 TAMARAC RECREATION CENTER ADDITIONAL PARKING ESTIMATE (Based on Attached Exhibit "A' and City 818107 a -mail) General Conditions 29,084.001 Engineering & Design Fees, permit visit agencies 23,300.00I Builders' Risk insurance 51200,00' _Main Office Insurance attributed to job 3,467.00� Permits & Fees - Art Fee 10k 4,181,00 9urveyinglAs-Buiits/Final Survey 6,725.00 Asbestos Survey and fRaport to EPD 1,500,00 Testing 3,750,00 Project Drawings for subslDCC supervision/ 640,00 pormitling Building Demo 37,000.OD Disconnect and cap extra afeclriclplumbingl 4,89D,00 sanitary Concrete Slab Removal 13,050.00 Relocate City stored material 3,000.00 Dumpster Hauling (not for building demo) 6,511.00 Removal of Chain Link Fence 1,100.00 Drainage 41, 645.00 Parking Striping (polnt) 990.00 Remove Existing Asphalt and dispose 9,417.00 18 Sidewalk to Main Gate from school 2,800.00 New Curb - Type 0 9.525.00 Fence Repair, Replacement and new entry 8,200.00 gates and mein gate Asphalt - 1 112" (2 lifts) 23,336.00 Asphalt Rase Lime Rock 8" (ail now) 36,672.00 Asphalt Base 12" Stabilizing (new and reshape) 10,169,00 Stgnage 850,00 irrigation 5,600.00 Landscaping 8.000.00 Sad Repair (Bermuda and Floratam) 4,000.00 Electric Exterior Poles (3) wfunderground service 14,400.00 Photometric survey for 5138C 2,000.00 SUBTOTAL $310,312.00 Overhead 31,031.20 Profit 17,067.16 Band 3,584,10 TOTAL ESTIMATE '$361,004.46 19 3.05 Operation and Control. The Leased Premises are for the sole use and control of the SBBC during the regular school hours Tamarac Elementary is in session as determined by the academic calendar published by SBBC. During non -school hours, the CITY shall have sole use of the Leased Premises. During the hours that the Leased Premises are under the control of each respective party, that party shall provide regular supervision of the Leased Premises by its own personnel at that party's sole cost and expense. 3.06 Clean-up. It shall be the responsibility of SBBC to keep the Leased Premises clean, sanitary, and free from trash and debris. Notwithstanding any of the provisions of this section, the parties agree that each party will clean up the Leased Premises at that party's sole cost and expense after their use to ready the Leased Premises for the use by the other party. In the event that it becomes necessary for either party to clean the Leased Premises following the use of the Leased Premises by the other party, each party agrees to pay the other party the contractual hourly rate applicable for custodial service personnel to clean up the Leased Premises in order to prepare the Leased Premises for use by the other party. 3.07 Maintenance. The regular upkeep and maintenance of the Leased Premises shall be borne by the CITY, and CITY agrees at all times to keep the Leased Premises properly maintained. SBBC shall be responsible for the costs of repair associated with any damage that may occur during SBBC's use of the Leased Premises. SBBC shall notify CITY immediately upon becoming aware of any damage to the Leased Premises. Each party is responsible for repairing or replacing any equipment, fixtures, improvements or grounds upon the Leased Premises that are damaged as a result of its use. 3.08 Termination by CITY. CITY may terminate this Agreement or terminate the SBBC's right to use any portion of the Leased Premises, without cause and for any reason, upon provision to the SBBC of one hundred and eighty (180) days written notice of such termination. In the event of such termination, CITY shall reimburse the SBBC for the then remaining value of the Parking Improvements as determined pursuant to the depreciation method set forth in Section 3.10 herein below. In the event that CITY terminates the SBBC's right to use any portion of the Leased Premises and any additional CITY approved improvements made on the Leased Premises, CITY shall reimburse the SBBC for the then remaining value of the original improvements and any additional improvements located upon that portion of the Leased Premises in accordance with the valuation measures described in Section 3.10 of this Agreement. 3.09 Termination by SBBC. The SBBC may terminate this Agreement, upon giving the CITY, with or without cause, written notice of one hundred eighty (180) days. The lease shall be considered terminated by SBBC if SBBC ceases using the Leased Premises for school purposes. Subject to CITY's purchase option described 6 herein, the SBBC may remove any and all additional CITY approved improvements from the Leased Premises upon termination of the Agreement, however, the SBBC may not remove sod, landscaping, paving, sand or earth placed upon the Leased Premises (except as incidental to removal of other fixtures and/or additional improvements) or otherwise disrupt the grade of the Leased Premises without reestablishing it to its condition prior to the SBBC's first entry upon same. CITY may, at its sole election, purchase the additional improvements from the SBBC upon termination by paying for same in accordance with the valuation measures described in Section 3.10 of this Agreement. 3.10 Valuation of Improvements. In the event that the SBBC's or CITY's exercise of authority under Sections 3.08 or 3.09 necessitates the valuation of Parking Improvements or any additional improvements added by SBBC, such value shall be determined by using the straight-line depreciation method (based on a 20 year useful life). 3.11 Liabili Both parties are state agencies as defined in Chapter 768.28, Florida Statutes, and agree to be fully responsible for its own negligent acts and omissions of its agents or employees to the extent permitted by law. 3.12 Indemnification. Each party agrees to be fully responsible for its acts of negligence or its agent's acts of negligence when acting within the scope of their employment and agrees to be liable for any damages resulting from said negligence. ARTICLE 4 - GENERAL CONDITIONS 4.01 No Waiver of Sovereign Immune Nothing contained in this Agreement is intended to serve as a waiver of sovereign immunity by any agency to which sovereign immunity may be applicable. 4.02 No Third Party Beneficiaries. The parties expressly acknowledge that it is not their intent to create or confer any rights or obligations in or upon any third person or entity under this Agreement. None of the parties intend to directly or substantially benefit a third party by this Agreement. The parties agree that there are no third party beneficiaries to this Agreement and that no third party shall be entitled to assert a claim against any of the parties based upon this Agreement. Nothing herein shall be construed as consent by an agency or political subdivision of the State of Florida to be sued by third parties in any manner arising out of any contract. 4.03 Non -Discrimination. The parties shall not discriminate against any employee or participant in the performance of the duties, responsibilities and obligations under this Agreement because of race, age, religion, color, gender, national origin, marital status, disability or sexual orientation. 7 4.04 Records. Each party shall maintain its own respective records and documents associated with this Agreement in accordance with the records retention requirements applicable to public records. Each party shall be responsible for compliance with any public documents request served upon it pursuant to Section 119.07, Florida Statutes, and any resultant award of attorney's fees for non-compliance with that law. 4.05 Entire_ Agreement. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. 4.06 Amendments. No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Agreement and executed by each party hereto. 4.07 Preparation of Agreement. The parties acknowledge that they have sought and obtained whatever competent advice and counsel as was necessary for them to form a full and complete understanding of all rights and obligations herein and that the preparation of this Agreement has been their joint effort. The language agreed to herein expresses their mutual intent and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than the other. 4.08 Waiver. The parties agree that each requirement, duty and obligation set forth herein is substantial and important to the formation of this Agreement and, therefore, is a material term hereof. Any party's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 4.09 Compliance with Laws. Each party shall comply with all applicable federal and state laws, codes, rules and regulations in performing its duties, responsibilities and obligations pursuant to this Agreement. 4.10 Governing Law. This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. Any controversies or 8 legal problems arising out of this Agreement and any action involving the enforcement or interpretation of any rights hereunder shall be submitted to the jurisdiction of the State courts of the Seventeenth Judicial Circuit of Broward County, Florida. 4.11 Binding Effect. This Agreement shall be binding upon and inure to the benefit of the parties hereto and their respective successors and assigns. 4.12 Assignment. Neither this Agreement nor any interest herein may be assigned, transferred or encumbered by any party without the prior written consent of the other party. There shall be no partial assignments of this Agreement including, without limitation, the partial assignment of any right to receive payments from SBBC. 4.13 Force Majeure. Neither party shall be obligated to perform any duty, requirement or obligation under this Agreement if such performance is prevented by fire, hurricane, earthquake, explosion, wars, sabotage, accident, flood, acts of God, strikes, or other labor disputes, riot or civil commotion, or by reason of any other matter or condition beyond the control of either party, and which cannot be overcome by reasonable diligence and without unusual expense ("Force Majeure"). In no event shall a lack of funds on the part of either party be deemed Force Majeure. 4.14 Place of Performance. All obligations of SBBC under the terms of this Agreement are reasonably susceptible of being performed in Broward County, Florida and shall be payable and performable in Broward County, Florida. 4.15 Severability. In case anyone or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal, unlawful, unenforceable or void in any respect, the invalidity, illegality, unenforceability or unlawful or void nature of that provision shall not affect any other provision and this Agreement shall be considered as if such invalid, illegal, unlawful, unenforceable or void provision had never been included herein. 4.16 Notice. When any of the parties desire to give notice to the other, such notice must be in writing, sent by U.S. Mail, postage prepaid, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain such until it is changed by written notice in compliance with the provisions of this paragraph. For the present, the Parties designate the following as the respective places for giving notice: To SBBC: Superintendent of Schools The School Board of Broward County, Florida 600 Southeast Third Avenue Fort Lauderdale, Florida 33301 7 Fax: 754 321-2701 With a Copy to: Executive Director Facility Management, Planning & Site Acquisition 600 Southeast Third Avenue, Eighth Floor Fort Lauderdale, Florida 33301 Fax: 754 321-2179 To CITY: City Manager City of Tamarac 7525 NW 88 Avenue Tamarac, FL 33321 Fax: 954 597-3508 With a Copy to: City Attorney City of Tamarac 7525 NW 88 Avenue Tamarac, FL 33321 Fax: 954 597-3528 4.17 Captions. The captions, section numbers, article numbers. title and headings appearing in this Agreement are inserted only as a matter of convenience and in no way define, limit, construe or describe the scope or intent of such articles or sections of this Agreement, nor in any way effect this Agreement and shall not be construed to create a conflict with the provisions of this Agreement. 4.18 Authority. Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 4.19 Dispute Resolution. In the event a dispute arises between the parties regarding matters pertaining to this agreement, the parties agree to participate in non- binding mediation in an attempt to resolve such dispute and in an effort to do so in a cost-effective manner. Each party agrees to participate in the mediation process in good faith. In order to determine the mediator who shall preside at the mediation, each party shall select a Florida Supreme Court certified mediator. The two mediators so selected shall select a third Florida Supreme Court certified mediator and the third mediator shall preside at the mediation. The decision of the two mediators in selecting the third mediator shall be binding upon the parties. 10 (THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK) 11 LEASE AND FUNDING AGREEMENT FOR CONSTRUCTION AND LEASE OF PARKING FACILITY FOR TAMARAC ELEMENTARY SCHOOL FOR THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA IN WITNESS WHEREOF, the Parties hereto have made and executed this Agreement on the date first above written. THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA (Corporate Seal) Maureen S. Dinnen, Chair ATTEST: James F. Notter, Superintendent of Schools Approved as to form and legal content: School Board Attorney 12 LEASE AND FUNDING AGREEMENT FOR CONSTRUCTION AND LEASE OF PARKING FACILITY FOR TAMARAC ELEMENTARY SCHOOL FO�_CITY OF TAMARAC CITY OF TAMARAC, through its City Commission (City Seal) Beth Talabisco, Mayor ATTEST: ,may, Approved ps 19/fgrrn and legal content: STATE OF FLORIDA COUNTY OF BROWARD The foregoing instrument was acknowledged before me this ;:2�, day 2009 by Beth Talabisco, as Mayor of the City of Tamarac, Florida, a municipal corporation, on behalf of the municipal corporation, who is personally known to me. NOTARY SEAL NOTARY PUBLIC -STATE OF FLORIDA Tina M. Wheatley ---kv -� Commission # DD581925 Expires: AUG. 06, 2010 BONDED T HRU AnAh CIC BONDING CO., INC. 7 i NOTARY PUBLIC,' STATE OF FLOR A f (Name of acknowledger typed, printed or Stamped) 13 EXHIBIT A PROJECT SITE Parking Lot Site at Tamarac Park Adjacent to Tamarac Elementary School � r ti t f � � r� fir~ wrrwwr w..r •.�. w.. rwr.w.J..w. i 14 CHANGE ORDER DATE OF ISSUANCE: February12, 2009 OWNER: CITY OF TAMARAC Parks and Recreation Dept. 8601 W. Commercial Blvd. Tamarac, FL 33321-2401 CHANGE ORDER NO.: 8 PROJECT NAME: Recreation Center Renovation Project PO #: 101025 CONTRACTOR: Di Pompeo Construction Corporation RFP NO.: 06-22R 2301 NW 33`d Court Pompano Beach, FL 33069 IN COMPLIANCE WITH SPECIFICATIONS IN THE ABOVE REFERENCED CONTRACT, THE CONTRACTOR AND THE CITY DO BOTH HEREBY AGREE THAT THE CONTRACTOR SHALL MAKE THE FOLLOWING CHANGES, ADDITIONS OR DELETIONS TO THE WORK SPECIFIED IN THE PLANS AND SPECIFICATIONS. DESCRIPTION: Increase contract cost in an amount not to exceed $361,994.46 and grant one hundred and eighty (180) days to complete this Change Order after execution of the Notice to Proceed letter for this Change Order only. PURPOSE OF CHANGE ORDER: To increase the contract cost for an amount not to exceed $361,994.46 and grant one hundred and eighty (180) days in accordance with the approved agreement between Broward County School Board and City of Tamarac; demolish existing maintenance building adjacent to the Tamarac Elementary School and to construct a parking facility on the vacated parcel. This Change Order will include all necessary work as per attached Exhibit "A"; pursuant to DiPompeo Construction Corporation Request for Change Order (RCO) No. 3A dated January 28, 2008. CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME Original Contract Price Original Contract Time $3,595,000.00 *N/A Previous Change Orders and/or Amendments Net change from previous change orders $64,504.43 /A Contract Price prior to this Change Order Contract Time Prior to this Change Order $3,659,504.43 * N/A Net Increase of this Change Order not to exceed Net (Increase) of this Change Order $361,994.46 180 Days Contract Price with all approved Change Orders Contract Time with all approved Change Orders $4,021,498.89 180 Days (From Notice to Proceed Date) RECOMMENDED BY: Lleg )rgyner Director of Parks and Recreation Date 0 APPROVE BY: * 0v� - JeffreW. Millerv�` City Manager Date Date *The original contract time/schedule shall not be affected by this Change Order. However, it is understood by the City and DiPompeo Construction Corp. that the final drainage certification will be contingent on final completion of this Change Order. Revised 9/1/98 EXHIBIT "A" ------ Di Pompeo Construction Corporation CGC 037741 • A Family Tradition Since 1927 _ General Contractors • Design .build • Construction Managers January 28, 2008 City of Tamarac 6001 Nob Hill Road Tamarac, FL 33321-2401 Attn: Alan Lam Re; jamarac Park Recreation Center Dear Mr. Lam: We are submitting herewith, our RCO # 3A in the amount of ($ 361,994A6) ! . 1j tt d r 1typur DQI(ars ard61aQ0 to change existing maintenance yard to a parking area as per attached Exhibit "A" and COT email dated 8/8107. This proposal is being submitted additionally in accordance with the following qualifications: 1. This proposal includes only the work denoted on the attached Change Order Cost Breakdown. 2. The cost of this proposal is based upon Di Pompeo Construction Corp. receiving a fully executed Change Order as soon as possible, so that this additional work can be billed since this work was completed in good faith. 3. No building, utility, surcharges, impact fees or any other related fees associated with this additional work have been Included in this change request unless specifically noted. Sincerely, Di Pompeo Construction Corp. Ellen Anderson Project Coordinator cc: John Di Pompeo Jr. �/ Owner Correspondence 1=ile J. Shambo RCO #3A File R 961 AIM�IMI! BY CITY PROJECT MANAGER rrt • i � �dr�$ , Alan Lam Date P PPP0 vA L- . 2301 N.W, 33'd Court, Unit #102 • Pornro Beach, Florida 33069 • Telephone; 934) 917-5252 • Far: (9S4) 974-464d W' `� of 7 r.+en�ewR 2007.03 DIPOMPEO CONSTRUCTION CORP. PROJECT NAME: Tamarac Park Recreation Center 2301 NW 33 Court Suite 102 Pompano Beach, FL 33069 Date: 1-28-08 REQUEST FOR CHANGE ORDER (RCO) NO. 3A Breakdown Summary SCOPE OF WORK: Maintenance yard to parking area. This breakdown summary is being submitted in conjunction with Di Pompeo's cover letter dated 1-28.08 ITEM REQUEST FOR CHANGE ORDER MEASURED MEASURED COST COST EXTENDED No. COST BREAKDOWN QUANTITY UNITS UNIT PRICE UNIT PRICE 1 DCC Proposal dated 1-28-08 1 LS $310,312.00 $310,312.00 TOTAL $310,312.00 SUBCONTRACTOR COSTS: NOTES: 1. This proposal only includes the work specifically noted herein. SUB TOTAL $310,312.00 2. Time for this additional work is TBD and we hereby 10% OVERHEAD $31,031,20 reserve our rights to request additional direct costs as well as costs denoted in our cover letter should additional time be needed SUB TOTAL $341,343.20 3. This additional work has not yet commenced and we need a change 5% PROFIT $17.067.16 order as soon as possible. SUB TOTAL $358,410.36 1 % BOND $3,584.10 TOTAL $361.994.4fi '--�bF7 9p TAMARAC RECREATION CENTER ADDITIONAL PARKING ESTIMATE (Based on Attached Exhibit "A" and City 8/8107 e-mail) DESCRIPTION General Conditions Engineering & Design Fees, permit visit agencies Builders' Risk Insurance Main Office Insurance attributed to job Permits & Fees - Art Fee 1% Surveying/As-Builts/Final Survey Asbestos Survey and Report to EPD Testing Project Drawings for subs/DCC supervision! permitting Building Demo Disconnect and cap extra electric/plumbing/ sanitary Concrete Slab Removal Relocate City stored material Dumpster Hauling (not for building demo) Removal of Chain Link Fence Drainage Parking Striping (Paint) Remove Existing Asphalt and dispose 1 TOTAL 29,984.00 23,300.00 5,200.00 3,467.00 4,181.00 6,725.00 1,500,00 3,750.00 640.00 37,000.00 4,800.00 13,650.00 3,000.00 6, 511.00 1,100.00 41,645.00 990.00 9,417.00 DESCRIPTION TOTAL Sidewalk to Main Gate from school 2,800.00 New !Curb , 'Type D 9,525.00 Fence Repair, Replacement and new entry 8,200.00 gates and main gate Asphalt - 1 1/2" (2 lifts) 23,336.00 Asphalt Base Lime Rock 8" (all new) 36,672,00 Asphalt Base 12" Stabilizing (new and reshape) 19,169.00 Signage 850.00 Irrigation 5,500.00 Landscaping 8,000.00 Sod Repair (Bermuda and Floratam) 4,000.00 Electric Exterior Poles (3) w/underground service 14,400.00 Photometric survey for SBBC 2,000.00 SUBTOTAL. $310,312.00 Overhead 31,031.20 Profit 17,067.16 Bond 3,584.10 TOTAL ESTIMATE $361,994.46 2 U I ',q A 4 6panN on AtdaG4 LT 200{/A�deG� 2004 Termat mg, Repa�»cal)n4[�i„edHTlwwh�) Ter [tmadelQ, O MRR ar Ifewdal W Mdw and Rvtata. CAR o+ CepYRet tq Capp and Rotgh, Cenwww *Couam Page 1 of 2 Jon Shambo From: Alan tram [alanl@tamarac.org] Sent: Monday, August 27, 2007 11:03 AM To: John DiPompeo Cc: Jon Shambo; Ellen Anderson; John Doherty Subject: RE: Re: Additional Parking Lot at the existing maintenance shed Hi John, As of this morning, I am not receiving any revised site plan nor the cost estimate regarding the additional parking lot at existing maintenance shed. Please check with your consultant and provide these information if available. Thanks! Alan Lam Civil Engineer II City ojTamnracA/A (954)597.3707 From., Alan Lam Sent; Wednesday, August 08, 2007 11:43 AM To: 'John DiPompeo' Cc: 'Jan Shambo'; 'Ellen Anderson'; John Doherty Subject: Re: Additional Parking Lot at the existing maintenance shed Hi John, The following is the scope of work regarding the additional parking lot at NW corner (maintenance shed) of the project, 1. Demolish and disposal of existing structures and foundations. Any salvageable materials will be delivered to the City as directed. 2. Construct the parking lot in accordance with the city requirement including but not limited to install parking stalls, striping, signage, handicapped parking, curbing, replace fencing, protecting existing trees, etc. 3. Upgrade existing drainage, grading and paving to support a positive system flowing to existing structures. 4. Improve existing fighting system. 5. The entrance/exit shall be maintained at least 24' wide. d. Apply 1 Y," two (2) lift of structural asphalt pavement. 7. Replace existing fence as necessary, 8. Install type "D" curb. Attached please find a conceptual plan layout for your Information. Please send me the revised plan and the cost estimate at the earliest so that 1 can forward to the school Board to review and comment. Thanksl Alan Lam Civil Engineer II City of Tamarac (954) 597.3707 �' W7 9S