Loading...
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-