HomeMy WebLinkAboutCity of Tamarac Resolution R-2008-065Temp. Reso. 11404
Page 1 of 4
4/30/08
Revision #1 — 5/6/2008
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2008-�
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF
TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY
OFFICIALS TO EXECUTE AN INTERLOCAL AGREEMENT
BETWEEN THE CITY OF TAMARAC AND BROWARD COUNTY
FOR DESIGN AND CONSTRUCTION OF A COVERED
WALKWAY AT TAMARAC BRANCH OF THE BROWARD
LIBRARY, 8701 WEST COMMERCIAL BOULEVARD IN AN
AMOUNT NOT TO EXCEED TWO HUNDRED SIXTY THOUSAND
FIVE HUNDRED DOLLARS ($260,500.00) FROM APPROPRIATE
ACCOUNTS; AUTHORIZING BUDGET AMENDMENTS AS
NEEDED FOR PROPER ACCOUNTING PURPOSES;
PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, Broward County and the City of Tamarac agree that it is in
their mutual best interest and those of the residents to provide for a construction
of a covered pedestrian walkway along the northern side of the lake between
Tamarac's Community Center on Commercial Boulevard progressing west and
end at the north (back) door of the Broward County Tamarac Branch Library; and
WHEREAS, Broward County and the City of Tamarac has determined that
construction of the covered pedestrian walkway will preserve the environment by
encouraging patrons of the community center and library facilities to rely less on
the use of automobiles as a means of ingress and egress to and from the jointly
used facilities; and
WHEREAS, City of Tamarac has determined to proceed with the design,
development, and construction of the covered pedestrian walkway project; and
Temp. Reso. 11404
Page 2 of 4
4/30/08
Revision #1 — 5/6/2008
WHEREAS, the proposed location of the walkway will provide reasonable
access to the Library and Community Center for the residents of City of Tamarac
and Broward County, and for the sharing of facilities and programs offered; and
WHEREAS, Broward County has committed to funding the extension of
the walkway in an amount not to exceed Two Hundred Sixty Thousand Five
Hundred Dollars ($260,500.00) for the construction to the County's Library; and
WHEREAS, Broward County represents to the City of Tamarac that it has
the authority to execute any and all documents necessary to effectuate and to
implement the terms of this Agreement; and
WHEREAS, Broward County and the City of Tamarac have agreed to all
terms and conditions of the agreement for design and construction of a covered
pedestrian walkway at Tamarac Branch of the Broward Library, 8701 West
Commercial Boulevard attached hereto as Exhibit 1; and
WHEREAS, in consideration of the mutual benefits, the Director of Public
Works recommends the City of Tamarac execute the Agreement with Broward
County for design and construction of a covered pedestrian walkway at Tamarac
Branch of the Broward Library, 8701 West Commercial Boulevard; 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
execute the Agreement with Broward County for the design and construction of a
covered walkway at the Tamarac Branch of the Broward Library, 8701 West
Commercial Boulevard.
Temp. Reso. 11404
Page 3 of 4
4/30/08
Revision #1 — 6/6/2008
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.
SECTION 2: The appropriate City Officials are HEREBY authorized to
execute the Agreement for design and construction of a covered pedestrian
walkway at Tamarac Branch of the Broward Library, 8701 West Commercial
Boulevard and to amend the existing design build construction contract for
pedestrian covered walkway (R-2007-13) to include the aforementioned
additional scope of work not to exceed Two Hundred Sixty Thousand Five
Hundred dollars ($260,500.00).
SECTION 3: All budget amendments for proper accounting purposes are
hereby authorized.
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 affect other
provisions or applications of this Resolution that can be given effect without the
invalid provision or application, and to this end the provisions of this Resolution
are declared to be severable.
SECTION 6: This Resolution shall become effective immediately upon its
passage and adoption.
Temp. Reso. 11404
Page 4 of 4
4/30/08
Revision #1 — 5/6/2008
PASSED, ADOPTED AND APPROVED this / 7 day of , 2008.
ATTEST:
i
1;
NCARION SWENSON, CMC
CTTY CLERK
I HEREBY CERTIFY that
I have approved this
RESOLUTION as to form.
lr
UEL S. G'OREN
CITY ATTORNEY
OWN
• „ • . ."-
RECORD OF COMMISSION VOTE:
MAYOR FLANSBAUM-TALABI C
DIST 1: COMM PORTNER
DIST 2: COMM ATKINS-GRAD
DIST 3: V/M SULTANOF
DIST 4: COMM. DRESSLER
F�
1
INTERLOCAL AGREEMENT
Between
BROWARD COUNTY
and
CITY OF TAMARAC, FLORIDA
for
DESIGN AND CONSTRUCTION OF A COVERED PEDESTRIAN WALKWAY AT
TAMARAC BRANCH OF THE BROWARD LIBRARY, 8701 WEST COMMERCIAL
BOULEVARD, TAMARAC, FLORIDA 33351
INTERLOCAL AGREEMENT
Between
BROWARD COUNTY
and
CITY OF TAMARAC, FLORIDA
for
DESIGN AND CONSTRUCTION OF A COVERED PEDESTRIAN WALKWAY AT
TAMARAC BRANCH OF THE BROWARD LIBRARY, 8701 WEST COMMERCIAL
BOULEVARD, TAMARAC, FLORIDA 33351
This is an Interlocal Agreement, made and entered into by and between
BROWARD COUNTY, a political subdivision of the state of Florida, acting by and
through its Board of County Commissioners (hereinafter referred to as "COUNTY");
and
CITY OF TAMARAC, FLORIDA, a municipal corporation created and existing
under the laws of the state of Florida, acting by and through its City Commission
(hereinafter referred to as "CITY"), collectively referred to as "the Parties."
WHEREAS, the Parties agree that it is in their mutual best interest and those of
the residents of the CITY and the COUNTY to provide for a construction of a covered
pedestrian walkway along the northern side of the lake between the City's Community
Center on Commercial Boulevard progressing west and end at the north (back) door of
the County's Tamarac Branch Library (the "Library"); and
WHEREAS, COUNTY and the CITY has determined that construction of the
covered pedestrian walkway will preserve the environment by encouraging patrons of
the community center and library facilities to rely less on the use of automobiles as a
means of ingress and egress to and from the jointly used facilities; and
WHEREAS, CITY has determined to proceed with the design, development, and
construction of the covered pedestrian walkway project; and
WHEREAS, the proposed location of the walkway will provide reasonable access
to the Library and Community Center for the residents of CITY and COUNTY, and for
the sharing of facilities and programs offered; and
WHEREAS, CITY and COUNTY have agreed to enter into this Agreement to
provide COUNTY funding for the extension of the proposed covered walkway leading
up to the Library; and
WHEREAS, CITY will be responsible for selecting and contracting with the
appropriate design build firm for the construction of the walkway; and
WHEREAS, COUNTY has committed to funding the extension of the walkway in
an amount not to exceed Two Hundred Sixty Thousand Five Hundred Dollars
($260,500.00) for the construction to the County's Library; and
WHEREAS, CITY represents to COUNTY that it has the authority to execute any
and all documents necessary to effectuate and to implement the terms of this
Agreement; and
WHEREAS, COUNTY represents to CITY that it has the authority to execute any
and all documents necessary to effectuate and to implement the terms of this
Agreement; NOW, THEREFORE,
IN CONSIDERATION of the mutual terms, conditions, promises, covenants and
payments hereinafter set forth, COUNTY and CITY agree as follows:
ARTU'.I F 1
DESIGN BUILD FIRM
1.1 CITY's Obligation
The CITY shall:
a) Obtain a qualified firm or person(s) to design and construct the proposed
walkway facility. The walkway shall be substantially in the form attached
hereto and incorporated herein by this reference as Composite Exhibit "A"
consisting of Pages 1 of 3, Scope of Work, Pages 2 of 3, Location
Drawing and Page 3 of 3, Schedule of Values;
b) Contract with the design build firm, and thereafter be responsible for the
administration of the design, development and construction of the
walkway, subject to the COUNTY's rights and obligations set forth herein.
Such administration shall include coordination with the COUNTY's
Construction Management Division and Libraries Division;
c) Pay for the services of the design build firm, subject to the COUNTY's
contribution as provided herein; and
d) Authorize the proper CITY officials to execute any documents necessary
to proceed with the transactions contemplated herein.
-2-
1.2 COUNTY's Obligation
The COUNTY shall:
a) Authorize the Director of Construction Management and Purchasing
Director, as authorized by the County's Procurement Code, to execute any
documents necessary to proceed with the transactions contemplated
herein;
b) Provide funding for the construction of covered pedestrian walkway in an
amount not to exceed Two Hundred Forty Eight Thousand Eight Hundred
Sixty -Three Dollars and Twenty Cents ($248,863.20). Such amount shall
be paid by COUNTY to CITY within thirty (30) days of CITY's invoice
therefore, which invoices shall be rendered only after CITY has received
an invoice from the design build firm for services rendered; and
c) Authorize its Construction Management Division and Libraries Division to
assist and coordinate with the CITY's staff in order to assist CITY in the
completion of the walkway. The Construction Management Director or his
or her designee is hereby delegated as the COUNTY's Contract
Administrator for purposes of this Agreement.
ARTICLE 2
TERM
2.1 This Agreement shall be non -terminable and non -cancelable for the duration of
services provided relative to the construction of the covered pedestrian walkway.
The Parties otherwise covenant and agree that this Agreement provides a unique
opportunity for COUNTY and CITY to engage in a long-term relationship to
promote the best interests, welfare and education of the residents of CITY and
COUNTY, and to provide a mechanism of financing and project development.
ARTICLE 3
3.1 JOINT PREPARATION:
The preparation of this Agreement has been a joint effort of the Parties 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.
3.2 MERGER:
- 3 -
This Agreement incorporates and includes all prior negotiations, correspondence,
agreements or understandings applicable to the matter 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. It is further agreed that no change, amendment,
alteration or modification in the terms and conditions contained herein shall be
effective unless contained in a written document executed with the same
formality and of equal dignity herewith by all Parties to this Agreement.
3.3 ASSIGNMENT:
The respective obligations of the Parties set forth in this Agreement shall not be
assigned, in whole or in part, without the written consent of the other party.
3.4 RECORDATION/FILING:
The County Administrator as the Ex-officio Clerk of the Broward County Board of
County Commissioners is hereby authorized and directed after approval of the
Agreement by the governing body of the CITY and the COUNTY and the
execution thereof by the duly qualified and authorized officers of each of the
Parties hereto to file this Agreement with the Clerk of Broward County, Florida,
as required by Section 163.01(11), Florida Statutes.
3.5 NOTICES:
Whenever either party desires to give notice to the other, such notice must be in
writing and sent by United States mail, return receipt requested, courier
evidenced by a delivery receipt, facsimile evidenced by a delivery receipt, or by
an overnight express delivery service evidenced by a delivery receipt, addressed
to the party for whom it is intended at the place last specified; and the place for
giving of notice shall remain such until it shall have been 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 of notice.
Notice shall be effective upon delivery as evidenced by a delivery receipt.
FOR COUNTY:
County Administrator
Broward County Governmental Center
115 South Andrews Avenue
Fort Lauderdale, Florida 33301
With a copy to.-
Broward County Attorney's Office
Suite 423, Governmental Center
-4-
115 South Andrews Avenue
Fort Lauderdale, Florida 33301
Edmond Maurice, Director
Construction Management Division
115 S. Andrews Avenue
Fort Lauderdale, Florida 33301
Robert E. Cannon, Director
Libraries Division
100 South Andrews Avenue
Fort Lauderdale, Florida 33301
FOR CITY:
City Manager
City of Tamarac
7525 N.W. 88th Avenue
Tamarac, Florida 33321
Sam Goren, City Attorney
City of Tamarac
7525 NW 88th Avenue
Tamarac, Florida 33321
3.6 GOVERINING LAW AND VENUE:
This Agreement shall be interpreted and construed in accordance with and
governed by the laws of the state of Florida. Any controversies or 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, the
venue situs, and shall be governed by the laws of the state of Florida. To
encourage prompt and equitable resolution of any litigation that may arise
hereunder, each party hereby waives any rights it may have to a trial by jury of
any such litigation.
3.7 SEVERABILITY:
In the event a portion of this Agreement is found by a court of competent
jurisdiction to be invalid, the remaining provisions shall continue to be effective
unless the CITY or the COUNTY elect to terminate this Agreement. An election
to terminate this Agreement based upon this provision shall be made within
seven (7) calendar days after the court's determination becomes final. For the
-5-
purposes of this section, "final" shall mean the expiration of time within which to
file an appeal or the conclusion of any appellate proceeding and the granting of
an order. In such event, the Parties agree to cooperate fully with the other to
effectuate a smooth transition of services.
3.8 AMENDMENTS:
Except as expressly authorized in this Agreement, 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 the Parties.
3.9 THIRD PARTY BENEFICIARIES:
Neither CITY nor COUNTY intends that any person shall have cause of action
against either of them as a third party beneficiary under this Agreement.
Therefore, 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 either
of them based upon this Agreement. The Parties expressly acknowledge that it
is not their intent to create any rights or obligations in any third person or entity
under this Agreement.
3.10 METHOD OF BILLING:
COUNTY shall pay CITY within thirty (30) calendar days from receipt of CITY's
proper statement, as defined by COUNTY Prompt Payment Ordinance, one -
hundred percent (100%) of the total shown to be due on such statement.
COUNTY agrees to pay CITY the Lump Sum Compensation as compensation for
performance of all services required under the terms of this Agreement. It is
understood that the method of compensation is that of Lump Sum which means
that CITY shall perform all services set forth herein for total compensation in the
amount stated above. CITY acknowledges and agrees that the Lump Sum
compensation includes any and all reimbursable expenses. COUNTY shall not
pay CITY any additional sum for reimbursable expenses, if any.
3.11 CHANGE ORDERS:
Any costs associated with delay caused solely by COUNTY or change orders
requested by COUNTY, which are not related to actions of CITY, and/or its
Design and Construction Team shall be the sole responsibility of the COUNTY.
3.11.1 CITY shall be responsible for the design and construction of
improvements limited to those described in further detail below and as
illustrated on Composite Exhibit 1. The Contract Administrator may
request changes that would increase, decrease, or otherwise modify the
Scope of CITY's improvements under this Agreement. CITY's
authorization for such services shall be accomplished by a Work
'loom
Authorization, executed by the parties in accordance with Section 3.11.2
below.
3.11.2 CITY may, at the COUNTY's Contract Administrator's discretion, be
authorized to perform Additional Services as required by the Contract
Administrator to increase, decrease, or otherwise modify CITY's Scope
under this Agreement. Any Additional Services to be performed by the
CITY pursuant to the terms of this Agreement shall first be authorized by
the Contract Administrator in writing by a "Work Authorization" as provided
by the County Staff and Broward County Purchase Order in accordance
with this Article.
A. Be fore any Additional Service is commenced pursuant to a Work
Authorization, the CITY shall supply the Contract Administrator with an
estimate for all charges expected to be incurred for such Additional Service,
which estimate shall be reviewed by the Contract Administrator and a final
amount for CITY's compensation shall be approved as follows:
1. Any Work Authorization that will cost COUNTY Thirty Thousand Dollars
($30,000.00) or less shall be signed by Contract Administrator and CITY,
using the Work Authorization Form as provided by the Contract
Administrator.
2. Any Work Authorization that will cost COUNTY more than Thirty Thousand
Dollars ($30,000.00) shall be signed by COUNTY's Purchasing Director or
Board, and CITY. Work Authorizations within the Purchasing Director's
delegated authority shall be prepared using the Work Authorization Form
provided by County Staff. Work Authorizations that require approval by
Board shall be prepared using the appropriate Work Authorization Form.
3. All Work Authorizations shall be prepared on forms as provided by the
Contract Administrator.
4. Subsequent to Contract Administrator issuing a Work Authorization
pursuant to this article, the Contract Administrator will issue a Notice to
Proceed (NTP) for those authorized Additional Services. CITY shall not
commence such work until after receipt of the Contract Administrator's
Work Authorization, NTP, and Purchase Order.
B. Any charges in excess of the amount approved in the original Work
Authorization shall require a modification thereto approved by Contract
Administrator, Purchasing Director, or Board as follows: Contract
Administrator shall sign in instances where the cumulative total of the
modifications (the amount approved in the original Work Authorization plus
the modifications thereto) does not exceed Thirty Thousand Dollars
($30,000.00). COUNTY's Purchasing Director shall sign in instances where
-7-
the cumulative total of the modifications does not exceed the Purchasing
Director's approval authority delegated by Board. Board shall sign in those
instances where the cumulative total of the modifications exceeds the
Purchasing Director's approval authority. Notwithstanding anything contained
in this subsection, CITY's compensation shall not exceed the amount
approved in the Work Authorization unless such additional amount received
the prior written approval as outlined above.
3.11.3 All work authorizations issued by the Contract Administrator shall contain,
as a minimum, the following information and requirements:
A. A description of the work to be undertaken, a reference to this Agreement
pursuant to which the work is to be undertaken is authorized, and a statement
of the method of compensation.
B. A budget establishing the amount of compensation, which amount shall
constitute a guaranteed maximum and shall not be exceeded unless prior
written approval of the COUNTY is obtained. In the event the COUNTY does
not approve an increase in the guaranteed maximum amount, and the need
for such action is not the fault of the CITY, the authorization shall be
terminated, and CITY shall be paid in full for all work completed to that point,
but shall in no case exceed the guaranteed maximum amount. The
information contained in the budget shall be in sufficient detail so as to
identify the various elements of costs.
C. A time established for completion of the work or services undertaken by CITY
or for the submission to COUNTY of documents, reports, and other
information pursuant to this Agreement.
D. Any other additional instructions or provision relating to the work authorized
pursuant to this Agreement.
E. Auth orizations shall be dated, serially numbered, and signed.
3.11.4 CITY is responsible for the cost of design and construction limited to the
scope of services outlined below. Costs of additional services identified
and authorized by the Contract Administrator during the design and
construction of CITY's scope as defined by this agreement will be
compensated on an hourly basis, or an agreed upon lump sum and a
mutually acceptable adjustment of the project schedule.
3.11.5 CITY shall not undertake and COUNTY shall not be responsible for any
additional costs for improvements or expansion of the Premises without
Contract Administrator's execution of a Work Authorization as described
above.
3.12 NONDISCRIMINATION:
The decision of the Parties hereto regarding the delivery of services under this
Agreement shall be made without regard to or consideration of the basis of race,
religion, age, color, sex, national origin, political affiliation, familial status,
disability, pregnancy, sexual orientation, gender identity or expression (Broward
County Code, Chapter 16Y/2) or any other factor which cannot be lawfully used as
a basis for service delivery.
3.13 GENDER:
Whenever any words are used in this Agreement in the masculine gender, they
shall be construed as though they were also used in the feminine or neuter
gender in all situations where they would so apply, and whenever any words are
used in this Agreement in the singular form, they shall be construed as though
they were also used in the plural form in all situations where they would so apply.
3.14 The Parties shall not engage in or commit any discriminatory practice in violation
of the Broward County Human Rights Act (Broward County Code, Chapter 16'/2) in
performing any services pursuant to this Agreement.
3.15 INSUARANCE:
The CITY is a state agency as defined and amended by Section 768.28, Florida
Statutes. The CITY shall furnish the COUNTY with written verification of liability
protection in accordance with state law prior to final execution of this Agreement.
Additionally, if the CITY elects to purchase excess liability coverage, the CITY
agrees that COUNTY will be included as an additional named insured on the
certificate.
The CITY shall not allow any contractor to commence work on construction of the
walkway and modification to the landscaping and parking spaces until such
contractor has provided CITY with evidence of insurance coverage consistent
with customary CITY requirements.
3.16 BONDING:
CITY shall require that its general contractor obtain separate performance and
payment bonds in a form allowed by Section 255.05, Florida Statutes, each
bonding at least one hundred percent (100%) of the project's construction cost.
(The Remainder of Page Intentionally Left Blank)
IN WITNESS WHEREOF, the parties hereto have made and executed this
Agreement on the respective dates under each signature: BROWARD COUNTY
through its BOARD OF COUNTY COMMISSIONERS, signing by and through its
Mayor or Vice -Mayor, authorized to execute same by Board action on the day of
, 2008; and the CITY OF TAMARAC, signing by and through its Mayor, duly
authorized to execute same.
COUNTY
ATTEST:
Broward County Administrator, as
Ex-Officio Clerk of the Broward County
Board of County Commissioners
Insurance requirements
approved by Broward County
Risk Management
BROWARD COUNTY, by and through
its Board of County Commissioners
By:
Lois Wexler, Mayor
day of , 2008
Approved as to form by
Office of the County Attorney
for Broward County, Florida
JEFFREY J. NEWTON, County Attorney
Governmental Center, Suite 423
115 South Andrews Avenue
Fort Lauderdale, Florida 33301
Telephone: (954) 357-7600
Telecopier: (954) 357-7641
George G. Lewis
Assistant County Attorney
CITY OF TAMARAC,
a Florida Municipal Corporation
ATTEST:
City Clerk Beth lansbaum-Talabisco, Mayor
Jeffrey L. ill r, City Manager
APPROVED FOR FORM
AND CORRECTNESS:
Ci Attorney
GGL:hb
ILA Tamarac Library.doc
08-085.01
2/07/08
-11-
Composite Exhibit 1, page 1/3
P L O R! D A
CONSTRUCTION MANAGEMENT DIVISION
115 S. Andrews Avenue, Room A-550 • Fort Lauderdale, Florida 33301 • 954-357-6419 • FAX 954-357-6411
MEMORANDUM
DATE: March 3, 2008
TO: File
FROM: Daniel Ayers, Project Manager IV
Construction Management Division
SUBJECT: Scope of Work
Tamarac Library Covered Walkway Project
The following is excerpted from an email to Michael Mendez of GBF Inc.
Per our phone conversation, attached is a site plan showing the library staff and architect consensus for
the best route for the covered walkway and entrance to the library. The thinking for this scheme is based
on building security issues as well as preservation of the building design intent.
The scope of work for the Design Builder would include:
Removal of landscaping (trees and shrubs) as required.
Walkway removal, replacement and extension to north entrance (7 feet wide walkway?).
Walkway lighting and connection to electrical panel board.
Handicap Automatic door hardware (electric eye activated may be simpler than paddle and may work as
well).
Add door push pull hardware.
Add flush electrical junction box in floor for checkpoint system and circuit to electrical panel board.
Permit for work.
Work to be done by the Broward Library (BCL to price and complete these items separately) would
include:
Security camera at door connected to monitoring system.
Relocation of furniture and shelving to create an entrance/exit corridor separating circulation from
children's area to the east.
Checkpoint book security system.
Broward County Board of County Commissioners
Josephus Eggelletion, Jr • Sue Gunzburger • Kristin D. Jacobs • Ken Keechl • Ilene Lieberman • Stacy Ritter • John E. Rodstrom, Jr • Diana
Wasserman -Rubin • Lois Wexler
www.broward.org
-12-
Exhibit 1 page 2/3 Location Drawing
I �
�
t y
i� asps} o •(;
i
(
•��
1 i
t ,� /
{
i _
� o
-
i
4E p f a5 5 �q
! f
F3 r f ,lri a
>V
i
q�' ¢ I g
yip§. $;
5Fe 6f 51 d�' �}�39,nA"
a'qq ,
�
;
t) �
� �'
n�fEl�y k?•: kF 35u�d6�q f$;1¢�RSS
3
�ifYi. yDA' �
r 5`
x z•e'
� _.
�'z �d xcS�}g�g i
t'�5��
�
I A
k�
n�
ntC..�s�31y1
_ib3?til
3.
- 13 -
Exhibit 1 page 3/3
Schedule of Values
GBF Engineering, Inc.
Heeawc nHo corsr crwx n..+...,uc cHT
Engineer's Opinion of Probable Cost
Broward County Walkway
Tamarac, Broward County. Fionds
GBF RFP07-29R
ESTIMATED By S.J.
CHECKED By M.M.
DATE
Price Proposal for Broward County Library -Approximately 220 LF Covered Roof System
Item No.
Description
Quantity
unit
Unit Cost
Estimated Total Cost
Roof System
1
DGI Series 3000 16 mm BPC Sloped /Ridge Canopy Roof System
(Furnished and Installed!)
1
LS
$95,000,00
$95,000,00
Total Roof System Cost IFuirdshed and Installed!
$95,000.0
Steel Support Structure
2
Includes Fou ndations,Column s, Base Plates,Heacier Beams,Gross
Beams,Ridge Beems and Rafters for Structure supporting Roof System
and Electrostatic Painting of System
1
LS
$60,500,00
1 $60500.00
Total Steel Cost (Fumished and installed)
$60,500.0
Add- On Items
3
Includes Concrete Recast O✓eday, GrillWok and Flashing
1
LS
18,800.00
$18.600.00
Total Cost (Furnished and Installed)
$18,600.0
Walkwa Li htin Its em
4
ay g ng nc u es ins a on o ummane o an
Electrical work
1
LS
$8,620.00
$R620.00
Total LlgtRing Cost(Fumished and Installed)
$8,620.0
Construction Items
5
Sidewalk Construction end Restoration
1
LS
$6,000.00
$6,000,00
Total Cost
$6,000.0
Door and Entrance Items
6
Door Retrofitting Indudes Adding Automatic Door Feature, add pu WVpull
feature to door and electrical work for system, electrical junction box for
Checkpoint System
1
LS
$4,607,50
$4607.50
Total Door and Entrance items Cost
$4,607.5
GBF Engineering
7
esign an construction hase
1
F.0
.0
QOl10.00
Total Engineering Cost
$20,000.0
Miscellaneous
B
Anticipated Pernithng Fees
1
2,000.00
SZ000.00
Total Anticipated Permitting Fees
$2,000.0
General Items
9
Clearing end Grubbriq
LS
$6,500.00
$6.500.00
10
Mobilization+Restoration
1
LS
$16+955,00
$16955.00
i
Maintenance df TraMc
1
LS
$4,000,00
.000,00
12
Testing and Miscelleenous
1
LS
$6,080,70
Q090.70
Subtotal
$33,535.7
GRAND TOTAL=
$248,863.20
C, w -u,acc-ered [o 13114 G-11 Lb ary\.,5'CWWG .NJP ' Id t...1—.;210 I's
-14-
F L 0 iR D. A
CONSTRUCTION MANAGEMENT DIVISION
115 S. Andrews Avenue, Room A-550 • Fort Lauderdale, Florida 33301 •954-357-6419 • FAX 954-357-6411
Notice to Proceed
July 17, 2008
r—
�
N
To: Mr. Jack Strain, Public Works Director
4
City of Tamarac
��,
Imo,
6011 Nob Hill Road
c,a
Tamarac, FI 33321
�.
Re: Notice to Proceed
Project Title: Covered Walkway, Tamarac Library
Project Location: Tamarac, Florida
Dear Mr. Strain,
I have enclosed a copy of the Interlocal Agreement between Broward County and the City of Tamarac Florida and
the Purchase Order Number SC 124 CM071608*46 for the Agreement. This Memorandum and its attachments
constitute your Notice to Proceed (NTP).
The funding for the construction of a covered walkway at the Tamarac Branch Library all services delineated in
your agreement with the County is established as a lump sum of $248,863.20 for the expected services. You will
invoice monthly to this maximum fee. The County does not anticipate additional fees being required for this
project.
If you have any questions concerning this Notice to Proceed, please contact me at (954) 357-5638. Thank you for
your continuing assistance.
Sincerely,
Daniel Ayers, Project Ma ger IV
Construction Managemen Division
Attachments:
® Executed Interiocal Agreement Between Broward County and City of Tamarac, FL
® Purchase Order dated 7/16/08
Broward County Board of County Commissioners
Josephus Eggelletion. Jr • Ben Graber • Sue Gunzburger • Kristin D. Jacobs • Ilene Lieberman • John E Rodstrom. Jr • Jim Scott • Diana Wasserman -Rubin • Lois Wexler
www.broward.org
Copies:
® Edmond M. Maurice, Director, Construction Management Division
® Steve Hammond, County Architect, Construction Management Division
® Sharon Nix, Contract/Grants Administrator III, Construction Management Division
® Project File
;MR
Mail proper invoice and copy of purchase
order to; Balling Location:
I`ACC,OUNTING DIVISION
SERVICE CONTRACT SC 124 CM071608000000000046
Version I
BOARD OF COUNTY COMMISSIONERS The above number must be shown
Broward County, Florida on all Invoices and References
. www.broward.org
Date: 07/16/08 PO Box 14740
Lort Lauderdale, FL 33302-4740
VC0000020919
CITY OF TAMARAC
7525 NW 88TH AVE
TAMARAC, FL 33321
Vendor Lynda Flurry
Contact: 954-724-2452
Ship To:
7 rCONSTRUCTION MANAGEMENT
115 S ANDREWS AVENUE
GOVT CENTER ANNEX -A 550
LORT LAUDERDALE, FL 33301
Delivery Due Date:
Contact:
Dan Ayers
954-357-5638
dayers@broward.org
3010-124-7544-8101, Project 47544
This purchase order is isssued to effect the Interlocal Agreement between Broward County and the City of Tamarac, FL for Design
Build services forTamarac Library Covered Walkway.
ine
Quantity
Unit Commodity Code/Description
Unit Price
Extended Price
1
90625
260,500.00
Design Build Svcs
In accordance with the Interlocal Agreement for Design and
Constrcution of a Covered Pedestrian Walkway at Tamarac
Branch of the Broward Library, approved by the Board on
6/24/08, Agenda Item 3.13.
Project:
Pedestrian Walkway at Tamarac Branch Library, 8701 W.,
Commercial Blvd, Tamarac, FL
Scope of Work:
Obtain qualified firm to design and construct walkway facility
between the City's Community Center and the Broward County
Tamarac Branch Library and provide administration of design,
development and construction.
Total construction costs not to exceed: $248,863.20
Amount approved by Board action: $260,500.00
rioricna Sales lax bxemption Number- h5-8013924140C-7 IMPORTANT: NO C.O.D.'S OR COLLECT SHIPMENTS WILL BE ACCEPTED.
Federal Tax Exemption Number - 59-6000531
APPROVED !y'. rtrW.�� Ei - --- c:k-L—
.AT:1 HORIZU-) Sl('TN 4Tl,'RF DATF
Paf,
F L K R 1 A
SERVICE CONTRACT
Version 1
BOARD OF COUNTY COMMISSIONERS
Broward County, Florida
www.broward.org
SC 124 CM071608000000000046
The above number must be shown
on all Invoices and References
ine
Quantity
Unit Commodity Code/Description
Unit PriceExtended
F-Price
Balance of Board approve funds for contingencies: $11,636.80
Additonal work requiring funds above the approved construction
costs shall require Work Authorizations approved in accordance
with Section 3.11 of the Agreement.
Term of the agreement shall be for the duration of the
construction services.
Contract Administrator is Edmond Maurice, (954) 357-6417.
Purchasing Agent: Randy Plunkett, Unit M, 954-357-6630
RQS 124 CM071408000000000077
Procurement Folder # 655303
1 Contract #
Total Cost
260,500.00
For inquiry regarding payment please call the froward County Accounting Division 954-357-7193. To help expedite payment please include a copy of this purchase
order with your invoice,
PROPER INVOICE
The Florida Prompt Payment Act provides that the County may set forth the requirements for an invoice to be a proper invoice. The requirements of a proper invoice
shall be as set forth in the agreement or contract. governing the purchase; however, in addition, no invoice submitted bey a vendor shall be considered a proper invoice
unless the invoice is an on tnal invoice, is delivered to the County in accordance with the purchase order, and sets forth the following and additional information: a)
The invoice shall set forth the County purchase order number, and the invoice shall correlate to the County purchase order number under which the purchase was made;
and b) The invoice shall set forth the name of the business organization that is recited in the County purchase order; and c) The invoice shall set forth the date of its
preparation; and d) The invoice shall set forth an identifying number to facilitate identification of the invoice; and e) The invoice shall set forth the vendor's federal
identification number; and f) The invoice shall set forth a description of the goods or services or property provided to the County; and g) The invoice shall set forth the
County's part or item number for each item or part delivered; and h) The invoice shall set forth the delivery terms set forth within the County purchase order; and i)
The invoice shall set forth .the location and date of delivery of the goods or services or property to the County; and j)The invoice shall set forth the quantity of the goods
or services or property provided to the County; and k) The invoice shall set forth the unit price of the goods or services or property provided to the Counttyy and 0 The
invoice shall set forth the extended total price of the goods or services or property provided to the County; and m) The invoice shall set forth applicable dscounts.
Florida Sales Tax Exemption Number - 85-801392414OC-7 IMPORTANT: NO C.O.D.'S OR COLLECT SHIPMENTS WILL BE ACCEPTED.
Federal Tax Exemption Number - 59-6000531
APPROVED
A1.'Ti lOR1 y.I7 SIGN A TL R.L � DATE
J .
F(.)RN1 NO. 10' 4 IRE V = 0�,1 Page
INTERLOCAL AGREEMENT
Between
BROWARD COUNTY
and
CITY OF TAMARAC, FLORIDA
for
DESIGN AND CONSTRUCTION OF A COVERED PEDESTRIAN WALKWAY AT
TAMARAC BRANCH OF THE BROWARD LIBRARY, 8701 WEST COMMERCIAL
BOULEVARD, TAMARAC, FLORIDA 33351
INTERLOCAL AGREEMENT
Between
BROWARD COUNTY
and
CITY OF TAMARAC, FLORIDA
for
DESIGN AND CONSTRUCTION OF A COVERED PEDESTRIAN WALKWAY AT
TAMARAC BRANCH OF THE BROWARD LIBRARY, 8701 WEST COMMERCIAL
BOULEVARD, TAMARAC, FLORIDA 33351
This is an Interlocal Agreement, made and entered into by and between
BROWARD COUNTY, a political subdivision of the state of Florida, acting by and
through its Board of County Commissioners (hereinafter referred to as "COUNTY");
and
CITY OF TAMARAC, FLORIDA, a municipal corporation created and existing
under the laws of the state of Florida, acting by and through its City Commission
(hereinafter referred to as "CITY"), collectively referred to as "the Parties."
WHEREAS, the Parties agree that it is in their mutual best interest and those of
the residents of the CITY and the COUNTY to provide for a construction of a covered
pedestrian walkway along the northern side of the lake between the City's Community
Center on Commercial Boulevard progressing west and end at the north (back) door of
the County's Tamarac Branch Library (the "Library"); and
WHEREAS, COUNTY and the CITY has determined that construction of the
covered pedestrian walkway will preserve the environment by encouraging patrons of
the community center and library facilities to rely less on the use of automobiles as a
means of ingress and egress to and from the jointly used facilities; and
WHEREAS, CITY has determined to proceed with the design, development, and
construction of the covered pedestrian walkway project; and
WHEREAS, the proposed location of the walkway will provide reasonable access
to the Library and Community Center for the residents of CITY and COUNTY, and for
the sharing of facilities and programs offered; and
WHEREAS, CITY and COUNTY have agreed to enter into this Agreement to
provide COUNTY funding for the extension of the proposed covered walkway leading
up to the Library; and
WHEREAS, CITY will be responsible for selecting and contracting with the
appropriate design build firm for the construction of the walkway; and
WHEREAS, COUNTY has committed to funding the extension of the walkway in
an amount not to exceed Two Hundred Sixty Thousand Five Hundred Dollars
($260,500.00) for the construction to the County's Library; and
WHEREAS, CITY represents to COUNTY that it has the authority to execute any
and all documents necessary to effectuate and to implement the terms of this
Agreement; and
WHEREAS, COUNTY represents to CITY that it has the authority to execute any
and all documents necessary to effectuate and to implement the terms of this
Agreement; NOW, THEREFORE,
IN CONSIDERATION of the mutual terms, conditions, promises, covenants and
payments hereinafter set forth, COUNTY and CITY agree as follows:
ARTICLE 1
DESIGN BUILD FIRM
1.1 CITY's Obligation
The CITY shall:
a) Obtain a qualified firm or person(s) to design and construct the proposed
walkway facility. The walkway shall be substantially in the form attached
hereto and incorporated herein by this reference as Composite Exhibit "A"
consisting of Pages 1 of 3, Scope of Work, Pages 2 of 3, Location
Drawing and Page 3 of 3, Schedule of Values;
b) Contract with the design build firm, and thereafter be responsible for the
administration of the design, development and construction of the
walkway, subject to the COUNTY's rights and obligations set forth herein.
Such administration shall include coordination with the COUNTY's
Construction Management Division and Libraries Division;
c) Pay for the services of the design build firm, subject to the COUNTY's
contribution as provided herein; and
d) Authorize the proper CITY officials to execute any documents necessary
to proceed with the transactions contemplated herein.
-2-
1.2 COUNTY's Obligation
The COUNTY shall:
a) Authorize the Director of Construction Management and Purchasing
Director, as authorized by the County's Procurement Code, to execute any
documents necessary to proceed with the transactions contemplated
herein;
b) Provide funding for the construction of covered pedestrian walkway in an
amount not to exceed Two Hundred Forty Eight Thousand Eight Hundred
Sixty -Three Dollars and Twenty Cents ($248,863.20). Such amount shall
be paid by COUNTY to CITY within thirty (30) days of CITY's invoice
therefore, which invoices shall be rendered only after CITY has received
an invoice from the design build firm for services rendered; and
c) Authorize its Construction Management Division and Libraries Division to
assist and coordinate with the CITY's staff in order to assist CITY in the
completion of the walkway. The Construction Management Director or his
or her designee is hereby delegated as the COUNTY's Contract
Administrator for purposes of this Agreement.
ARTICLE 2
TERM
2.1 This Agreement shall be non -terminable and non -cancelable for the duration of
services provided relative to the construction of the covered pedestrian walkway.
The Parties otherwise covenant and agree that this Agreement provides a unique
opportunity for COUNTY and CITY to engage in a long-term relationship to
promote the best interests, welfare and education of the residents of CITY and
COUNTY, and to provide a mechanism of financing and project development.
ARTICLE 3
3.1 JOINT PREPARATION:
The preparation of this Agreement has been a joint effort of the Parties 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.
�WM8101:010110
-3-
This Agreement incorporates and includes all prior negotiations, correspondence,
agreements or understandings applicable to the matter 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. It is further agreed that no change, amendment,
alteration or modification in the terms and conditions contained herein shall be
effective unless contained in a written document executed with the same
formality and of equal dignity herewith by all Parties to this Agreement.
3.3 ASSIGNMENT:
The respective obligations of the Parties set forth in this Agreement shall not be
assigned, in whole or in part, without the written consent of the other party.
3.4 RECORDATION/FILING:
The County Administrator as the Ex-officio Clerk of the Broward County Board of
County Commissioners is hereby authorized and directed after approval of the
Agreement by the governing body of the CITY and the COUNTY and the
execution thereof by the duly qualified and authorized officers of each of the
Parties hereto to file this Agreement with the Clerk of Broward County, Florida,
as required by Section 163.01(11), Florida Statutes.
3.5 NOTICES:
Whenever either party desires to give notice to the other, such notice must be in
writing and sent by United States mail, return receipt requested, courier
evidenced by a delivery receipt, facsimile evidenced by a delivery receipt, or by
an overnight express delivery service evidenced by a delivery receipt, addressed
to the party for whom it is intended at the place last specified; and the place for
giving of notice shall remain such until it shall have been 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 of notice.
Notice shall be effective upon delivery as evidenced by a delivery receipt.
FOR COUNTY:
County Administrator
Broward County Governmental Center
115 South Andrews Avenue
Fort Lauderdale, Florida 33301
With a copy to:
Broward County Attorney's Office
Suite 423, Governmental Center
ME
115 South Andrews Avenue
Fort Lauderdale, Florida 33301
Edmond Maurice, Director
Construction Management Division
115 S. Andrews Avenue
Fort Lauderdale, Florida 33301
Robert E. Cannon, Director
Libraries Division
100 South Andrews Avenue
Fort Lauderdale, Florida 33301
FOR CITY:
City Manager
City of Tamarac
7525 N.W. 88th Avenue
Tamarac, Florida 33321
Sam Goren, City Attorney
City of Tamarac
7525 NW 88th Avenue
Tamarac, Florida 33321
3.6 GOVERINING LAW AND VENUE:
This Agreement shall be interpreted and construed in accordance with and
governed by the laws of the state of Florida. Any controversies or 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, the
venue situs, and shall be governed by the laws of the state of Florida. To
encourage prompt and equitable resolution of any litigation that may arise
hereunder, each party hereby waives any rights it may have to a trial by jury of
any such litigation.
3.7 SEVERABILITY:
In the event a portion of this Agreement is found by a court of competent
jurisdiction to be invalid, the remaining provisions shall continue to be effective
unless the CITY or the COUNTY elect to terminate this Agreement. An election
to terminate this Agreement based upon this provision shall be made within
seven (7) calendar days after the court's determination becomes final. For the
-5-
purposes of this section, "final" shall mean the expiration of time within which to
file an appeal or the conclusion of any appellate proceeding and the granting of
an order. In such event, the Parties agree to cooperate fully with the other to
effectuate a smooth transition of services.
3.8 AMENDMENTS:
Except as expressly authorized in this Agreement, 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 the Parties.
3.9 THIRD PARTY BENEFICIARIES:
Neither CITY nor COUNTY intends that any person shall have cause of action
against either of them as a third party beneficiary under this Agreement.
Therefore, 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 either
of them based upon this Agreement. The Parties expressly acknowledge that it
is not their intent to create any rights or obligations in any third person or entity
under this Agreement.
3.10 METHOD OF BILLING:
COUNTY shall pay CITY within thirty (30) calendar days from receipt of CITY's
proper statement, as defined by COUNTY Prompt Payment Ordinance, one -
hundred percent (100%) of the total shown to be due on such statement.
COUNTY agrees to pay CITY the Lump Sum Compensation as compensation for
performance of all services required under the terms of this Agreement. It is
understood that the method of compensation is that of Lump Sum which means
that CITY shall perform all services set forth herein for total compensation in the
amount stated above. CITY acknowledges and agrees that the Lump Sum
compensation includes any and all reimbursable expenses. COUNTY shall not
pay CITY any additional sum for reimbursable expenses, if any.
3.11 CHANGE ORDERS:
Any costs associated with delay caused solely by COUNTY or change orders
requested by COUNTY, which are not related to actions of CITY, and/or its
Design and Construction Team shall be the sole responsibility of the COUNTY.
3.11.1 CITY shall be responsible for the design and construction of
improvements limited to those described in further detail below and as
illustrated on Composite Exhibit 1. The Contract Administrator may
request changes that would increase, decrease, or otherwise modify the
Scope of CITY's improvements under this Agreement. CITY's
authorization for such services shall be accomplished by a Work
9M,
Authorization, executed by the parties in accordance with Section 3.11.2
below.
3.11.2 CITY may, at the COUNTY's Contract Administrator's discretion, be
authorized to perform Additional Services as required by the Contract
Administrator to increase, decrease, or otherwise modify CITY's Scope
under this Agreement. Any Additional Services to be performed by the
CITY pursuant to the terms of this Agreement shall first be authorized by
the Contract Administrator in writing by a "Work Authorization" as provided
by the County Staff and Broward County Purchase Order in accordance
with this Article.
A. Be fore any Additional Service is commenced pursuant to a Work
Authorization, the CITY shall supply the Contract Administrator with an
estimate for all charges expected to be incurred for such Additional Service,
which estimate shall be reviewed by the Contract Administrator and a final
amount for CITY's compensation shall be approved as follows:
1. Any Work Authorization that will cost COUNTY Thirty Thousand Dollars
($30,000.00) or less shall be signed by Contract Administrator and CITY,
using the Work Authorization Form as provided by the Contract
Administrator.
2. Any Work Authorization that will cost COUNTY more than Thirty Thousand
Dollars ($30,000.00) shall be signed by COUNTY's Purchasing Director or
Board, and CITY. Work Authorizations within the Purchasing Director's
delegated authority shall be prepared using the Work Authorization Form
provided by County Staff. Work Authorizations that require approval by
Board shall be prepared using the appropriate Work Authorization Form.
3. All Work Authorizations shall be prepared on forms as provided by the
Contract Administrator.
4. Subsequent to Contract Administrator issuing a Work Authorization
pursuant to this article, the Contract Administrator will issue a Notice to
Proceed (NTP) for those authorized Additional Services. CITY shall not
commence such work until after receipt of the Contract Administrator's
Work Authorization, NTP, and Purchase Order.
B. Any charges in excess of the amount approved in the original Work
Authorization shall require a modification thereto approved by Contract
Administrator, Purchasing Director, or Board as follows: Contract
Administrator shall sign in instances where the cumulative total of the
modifications (the amount approved in the original Work Authorization plus
the modifications thereto) does not exceed Thirty Thousand Dollars
($30,000.00). COUNTY's Purchasing Director shall sign in instances where
111111VA
the cumulative total of the modifications does not exceed the Purchasing
Director's approval authority delegated by Board. Board shall sign in those
instances where the cumulative total of the modifications exceeds the
Purchasing Director's approval authority. Notwithstanding anything contained
in this subsection, CITY's compensation shall not exceed the amount
approved in the Work Authorization unless such additional amount received
the prior written approval as outlined above.
3.11.3 All work authorizations issued by the Contract Administrator shall contain,
as a minimum, the following information and requirements:
A. A description of the work to be undertaken, a reference to this Agreement
pursuant to which the work is to be undertaken is authorized, and a statement
of the method of compensation.
B. A budget establishing the amount of compensation, which amount shall
constitute a guaranteed maximum and shall not be exceeded unless prior
written approval of the COUNTY is obtained. In the event the COUNTY does
not approve an increase in the guaranteed maximum amount, and the need
for such action is not the fault of the CITY, the authorization shall be
terminated, and CITY shall be paid in full for all work completed to that point,
but shall in no case exceed the guaranteed maximum amount. The
information contained in the budget shall be in sufficient detail so as to
identify the various elements of costs.
C. A time established for completion of the work or services undertaken by CITY
or for the submission to COUNTY of documents, reports, and other
information pursuant to this Agreement.
D. Any other additional instructions or provision relating to the work authorized
pursuant to this Agreement.
E. Auth orizations shall be dated, serially numbered, and signed.
3.11.4 CITY is responsible for the cost of design and construction limited to the
scope of services outlined below. Costs of additional services identified
and authorized by the Contract Administrator during the design and
construction of CITY's scope as defined by this agreement will be
compensated on an hourly basis, or an agreed upon lump sum and a
mutually acceptable adjustment of the project schedule.
3.11.5 CITY shall not undertake and COUNTY shall not be responsible for any
additional costs for improvements or expansion of the Premises without
Contract Administrator's execution of a Work Authorization as described
above.
3.12 NONDISCRIMINATION:
The decision of the Parties hereto regarding the delivery of services under this
Agreement shall be made without regard to or consideration of the basis of race,
religion, age, color, sex, national origin, political affiliation, familial status,
disability, pregnancy, sexual orientation, gender identity or expression (Broward
County Code, Chapter 16'/z) or any other factor which cannot be lawfully used as
a basis for service delivery.
3.13 GENDER:
Whenever any words are used in this Agreement in the masculine gender, they
shall be construed as though they were also used in the feminine or neuter
gender in all situations where they would so apply, and whenever any words are
used in this Agreement in the singular form, they shall be construed as though
they were also used in the plural form in all situations where they would so apply.
3.14 The Parties shall not engage in or commit any discriminatory practice in violation
of the Broward County Human Rights Act (Broward County Code, Chapter 16'/z) in
performing any services pursuant to this Agreement.
3.15 INSUARANCE:
The CITY is a state agency as defined and amended by Section 768.28, Florida
Statutes. The CITY shall furnish the COUNTY with written verification of liability
protection in accordance with state law prior to final execution of this Agreement.
Additionally, if the CITY elects to purchase excess liability coverage, the CITY
agrees that COUNTY will be included as an additional named insured on the
certificate.
The CITY shall not allow any contractor to commence work on construction of the
walkway and modification to the landscaping and parking spaces until such
contractor has provided CITY with evidence of insurance coverage consistent
with customary CITY requirements.
3.16 BONDING:
CITY shall require that its general contractor obtain separate performance and
payment bonds in a form allowed by Section 255.05, Florida Statutes, each
bonding at least one hundred percent (100%) of the project's construction cost.
(The Remainder of Page Intentionally Left Blank)
IN WITNESS WHEREOF, the parties hereto have made and executed this
Agreement on the respective dates under each signature: BROWARD COUNTY
through its BOARD OF COUNTY COMMISSIONERS, signing by and through its
Mayor or Vice -Mayor, authorized to execute same by Board action on thea46'day of
Uri , 2008; and the CITY OF TAMARAC, signing by and through its Mayor, duly
authorized to execute same.
COUNTY
(./Broward aunty Administrator, as
Ex-Officio Clerk of the Broward County
Board of CountCommissioners
�, a4+-- day of 12008
Insurance requirements"
approved by Broward County
Risk Ma ag anent
r
I
BROWARD COUNTY, by and through
its Board of County Commissioners
Lois Wexler, Mayor
Approved as to form by
Office of the County Attorney
for Broward County, Florida
JEFFREY J. NEWTON, County Attorney
Governmental Center, Suite 423
115 South Andrews Avenue
Fort Lauderdale, Florida 33301
Telephone: 357-7600
Teleco : (954) 57-7641
Z 2,��
George G. Lewis
Assistant County Attorney
-10-
ATTEST:
City Clerk
APPROVED FOR FORM
AND CORRECTNESS:
City A torney
GGL:hb
ILA Tamarac Library.doc
08-085.01
2/07/08
CITY OF TAMARAC,
a Florida Municipal Corporation
Beth Flansbaum-Talabisco, Mayor
effrey L. iller, City Manager
Sam
Composite Exhibit 1, page 1/3
CONSTRUCTION MANAGEMENT DIVISION
115 S. Andrews Avenue, Room A-550 • Fort Lauderdale, Florida 33301 • 954-357-6419 - FAX 954-357-6411
MEMORANDUM
DATE: March 3, 2008
TO: File
FROM: Daniel Ayers, Project Manager IV
Construction Management Division
SUBJECT: Scope of Work
Tamarac Library Covered Walkway Project
The following is excerpted from an email to Michael Mendez of GBF Inc.
Per our phone conversation, attached is a site plan showing the library staff and architect consensus for
the best route for the covered walkway and entrance to the library. The thinking for this scheme is based
on building security issues as well as preservation of the building design intent.
The scope of work for the Design Builder would include:
Removal of landscaping (trees and shrubs) as required.
Walkway removal, replacement and extension to north entrance (7 feet wide walkway?).
Walkway lighting and connection to electrical panel board.
Handicap Automatic door hardware (electric eye activated may be simpler than paddle and may work as
well).
Add door push pull hardware.
Add flush electrical junction box in floor for checkpoint system and circuit to electrical panel board.
Permit for work.
Work to be done by the Broward Library (BCL to price and complete these items separately) would
include:
Security camera at door connected to monitoring system.
Relocation of furniture and shelving to create an entrance/exit corridor separating circulation from
children's area to the east.
Checkpoint book security system.
Broward County Board of County Commissioners
Josephus Eggelletion, Jr. • Sue Gunzburger • Kristin D. Jacobs • Ken Keechl • Ilene Lieberman • Stacy Ritter • John E. Rodstrom, Jr. • Diana
Wasserman -Rubin • Lois Wexler
www.broward.org
mpa
Exhibit 1 page 2/3 Location Drawing
L
r Va�xa7d ri�lNt�a, � L.._�� .6a...,u tw�eiva�ro ZOO
L '�� . ants ��.✓bx'if�{Y9. I,��h4 17:fr
AN1'BfCd C H) dt"tifi ,3 8"lhb l NvIld WAS
�...,- .�f ice•__ �� e,�,_ ,,� C!i "
—13
Exhibit 1 page 3/3
Schedule of Values
rM
GBF Engineering, 7.nc.
'•!i - � G rl w 81'r 4 MA n •V''M
Engineer's opinion of Probable Cast
Brmard County Walkway
Tamarac, Broward County, Florida
GBF RFP07-20R
ESTIMATED BY S.j.
CHECKED BY M.M.
DATE
Price Proposal for Broward County Library -Approximately 220 LF Covered Roof System
Item No.
Description
Quantity
Unit
Unit Cost
Estimated Totel Cast
Roof S tem
1
DGI Series 3000 16 mm BPC Sloped /Ridge Canopy Roof System
(Furnished and Installed)
1
LS
$95,000.00
595, 000,00
Total Roof Cystem Coat (Furnished and Imtaffedf
$961000.0
Steel Support Structure
2
Includes Fcu ndations,Column s, Base Pletes,Header Beams,Gross
Beams,114go Beams and Rafters For Structure supporting Roof System
and Electrostatic Painting of System
1
tS
$60,500.00
$4 500.00
Total Steel Cost (Furnished and Installed)
$60,500.0
Add. On Items
S
Includes Coricrata Precast Overlay i,'HlAAbk and Flashing
1
LS
18,600,00
1 600.00
Total Cast (Furnished and Installed)
$t 600,0
Walkuva Li htin Items
d
aY q nq no a es ns a ono ummalre o - an
1 0ectricei work
1
LS
$8,620,00
$8,620.00
Total LlgMing Cost(Furnished and Installed)
Construction Items
5
Sidewalk Construction and Restoration
1
LS
,000.00
$6,000.66
Total Cost
8 000.0
Door and Entrance Items
6
Door Retrofitting Indudas Adding Automatic Door Feature, add pushlpull
feature to door and electrical work for system, electrical junction hex for
Checkpoint System
1
LS
1 $4,W7.50
54607.50
Total Door and Entrance Items Cost
$4,607.50
GBF Engineering
esr en 'onstruceon hasp
Total Engineering Cost
$20,000.00
Miscellaneous
B
Arriicipeted Permitting Faes
1
LS
2A00. 00
Total Antl0pated Permtung Fees
2 DtlO,tl
General Items
0
Cieann and Grubtrn
1
LS
500,00
S 5 10.00
10
Mot>iliz! +Restoration
1
LS
$16956.00
Si 055.00
1
aintenan" of Traffic
000.00
1
Testing and iscal eenous
1
L'
$6 080.70
08R70
Subtotal
$33 535.7
GRAND T TAL-
2413, 83.20
'.isV'roiectmOe[ari\'Acti,e',CO2,Lc+fl Go'--t."j.CM\City of I yid,_]k Iu Grwry a Iwlat�euilsd tsbn to 025IIH.•.Is
-14-