Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (232)Temp. Reso. #9860 August 29, 2002 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R2002 - 232 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AMENDING THE ANNUAL BUDGET OF ESTIMATED REVENUES AND EXPENDITURES; AUTHORIZING THE AWARD OF RFP NO. 02-11 R, ENTITLED "DESIGN/BUILD OF FIRE STATION, DEVELOPMENT SERVICES BUILDING AND PUBLIC WORKS STORAGE BUILDING" TO MILLER CONSTRUCTION COMPANY; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT FOR A GUARANTEED MAXIMUM PRICE OF $6,371,441; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Commission of the City of Tamarac intends to provide staff, residents and visitors a higher level of service through the addition of a new Fire Station, a Development Services Building incorporating the existing services offered by the Building and Public Works Department in a more cohesive fashion, and providing additional Public Works storage space for vehicles and equipment; and WHEREAS, the City publicly advertised RFP 02-11 R entitled "Design/Build of Fire Station, Development Services Building and Public Works Storage Building" in the Sun Sentinel, a copy of said RFP attached hereto as "Exhibit A" of "Attachment 1 "; and WHEREAS, proposals were solicited from thirty-six (36) firms and 5 proposals were received from The Haskell Company, Miller Construction Company, Roepnack Corporation, James B. Pirtle Construction, and PBS&J; and Temp. Reso. #9860 August 29, 2002 Page 2 WHEREAS, PBS&J did not submit all required and mandatory documents and were deemed to be non -responsive; and WHEREAS, four (4) proposals were reviewed and evaluated by a Selection and Evaluation Committee consisting of the Director of Utilities, Assistant Director of Utilities, Fire Chief, Director of Community Development, Purchasing and Contracts Manager, Lieutenant/Firefighter and Chief Electrical Inspector and each of the four firms meeting the mandatory requirements made presentations on July 15, 2002; and WHEREAS, based upon the proposals and presentations, Miller Construction Company was determined to be the most responsive, responsible proposer; and WHEREAS, funding is available for said purposes; and WHEREAS, it is the recommendation of the Director of Utilities and Purchasing and Contracts Manager that RFP 02-11 R entitled "Design/Build of Fire Station, Development Services Building and Public Works Storage Building be awarded to and an agreement executed with Miller Construction Company; 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 authorize the award of RFP 02-11 R entitled "Design/Build of Fire Station, Development Services Building and Public Works Storage Building" to Miller Construction Company and to Temp. Reso. #9860 August 29, 2002 Page 3 execute an agreement, attached hereto as "Attachment 1" which consists of the Agreement, all portions of the RFP #02-11 R ("Exhibit A"), the proposal from Miller Construction Company ("Exhibit B"), and Clarifications and Qualifications ("Exhibit C), for a Guaranteed Maximum Price of $6,371,441. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: 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. SECTION 2: That RFP 02-11 R entitled "Design/Build of Fire Station, Development Services Building and Public Works Storage Building" is hereby awarded to Miller Construction Company for a Guaranteed Maximum Price of $6,371,441. SECTION 3: That the appropriate City officials are hereby authorized to execute an Agreement with Miller Construction Company for the Design/Build of Fire Station, Development Services Building and Public Works Storage Building for a Guaranteed Maximum Price of $6,371,441. SECTION 4: Budget amendments within the General Fund and the Capital Projects Fund for proper accounting purposes are hereby authorized. SECTION 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or Temp. Reso. #9860 August 29, 2002 Page 4 application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 11th day of September, 2002. ATTEST: MARION SWEN80N, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. 'CHELL S. N ITY ATTOR REGIF:aml JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER AYE DIST 1: V/M. PORTNER AYE DIST 2: COMM. MISHKIN AYE DIST 3: COMM. SULTANOF AYE DIST 4: COMM. ROBERTS AYE 1.1 1 AGREEMENT BETWEEN THE CITY OF TAMARAC AND MILLER CONSTRUCTION COMPANY rk THIS AGREEMENT is made and entered into this // day of , 2002 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, Florida 33321 (the "CITY") and Miller Construction Company, a Florida corporation with principal offices located at 614 S. Federal Highway, Fort Lauderdale, Florida 33301(the "Contractor") to provide for design/build of the City of Tamarac Fire Station, Development Services Building and Public Works Storage Building. Now therefore, in consideration of the mutual covenants hereinafter set forth, the CITY and CONTRACTOR agree as follows: 1) The Contract Documents The contract documents shall consist of this Agreement, conditions of Request for Proposal RFP 02-11 R, general, supplementary and other conditions, design criteria, all addenda issued prior to, and as detailed in the Special Conditions to the project, attached hereto and incorporated herein as Exhibit "A"; Bid Proposal executed and submitted by the Contractor, specifications, bond(s), and insurance certificate(s), attached hereto and incorporated herein as Exhibit "B"; clarifications, qualifications and alternates, attached hereto and incorporated herein as Exhibit "C"; and the City Resolution awarding the project; and all modifications issued after execution of this Agreement. These documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2) The Work The contractor shall perform all work for the City required by the contract documents as set forth below: a) Contractor shall furnish all labor, materials, and equipment necessary to provide services for design build of the Fire Station, Development Services Building and Public Works Building as described in the RFP 02-11 R and the Contract Documents, with all required minimum standards for construction required by the design criteria. b) Contractor shall perform work pursuant to the proposal submitted by Contractor and as modified and approved in final plans and specifications. c) Contractor shall clean up and remove each day all debris and material created by the work at the contractor's expense. d) CONTRACTOR shall supervise the work force to ensure that all workers conduct themselves and perform their work in a safe and professional manner. CONTRACTOR shall comply with all OSHA safety rules and regulations in the operation of equipment and in the performance of the work. CONTRACTOR shall at all times have a competent field supervisor on the job site to enforce these policies and procedures at the CONTRACTOR's expense. d) All equipment must be stored in a safe manner when not in operation. The CITY shall not be responsible for damage to any equipment or personal injuries caused by the CONTRACTOR's failure to safely store equipment. e) CONTRACTOR shall provide the CITY with seventy --two (72) hours written notice prior to the beginning of work under this Agreement and prior to any schedule change with the exception of changes caused by inclement weather. f) CONTRACTOR shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the CONTRACTOR, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The work to be performed under this Agreement shall be commenced after execution of the Agreement, recording of the Owner's Notice of Commencement and after Contractor receives City's Notice to Proceed and Purchase Order. The work shall be substantially completed no later than March 31, 2004. P 5) Contract Sum The Contract Sum for all services under this Agreement shall be for a Guaranteed Maximum Price not to exceed Six Million, Three Hundred Seventy One Thousand, Four Hundred Forty One Dollars and no/100 cents ($6,371,441.00). If the total cost for all services is less than the Guaranteed Maximum Price, then one hundred percent (100%) of the savings will accrue and/or be reimbursed to City. If the total cost for services exceeds the Guaranteed Maximum Price, no payment will be made to Contractor by City unless said overage has been approved by City through a Change Order. 6) Payments Payment will be made monthly for work that has been completed, inspected and properly invoiced. A retainage of 5% will be deducted from monthly payment. Retainage monies will be released upon satisfactory completion and final inspection of this project. Invoices must bear the project name, project number, bid number, purchase order number and shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the application for payment. The City has up to thirty-(30) days to review, approve and pay all invoices after receipt. The Contractor shall invoice the City for final payment and provide a written request to the City to commence the one-year warranty period. All necessary Release of Liens and Affidavits shall be processed before the warranty period. 7) Change Orders Without invalidating the contract, without any monetary compensation, and without notice to any surety, the City reserves and shall have the right to make increases, decreases or other changes to the work as may be considered necessary or desirable to complete the proposed construction in a satisfactory manner. The Contractor shall not start work pursuant to the change order until a change order setting forth the adjustments is approved by the City, and executed by the City and Contractor. Once the change order is so approved, the Contractor shall promptly proceed with the work. The Contract Price constitutes the total compensation (subject to authorized adjustments, if applicable) payable to the Contractor for performing the work. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price or Time except as approved in writing by the City. The Contract Price and/or Time may only be changed by a Change Order. A fully executed change order for any extra work must exist before such extra work is begun. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party promptly (but in no event later than 15 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. The amount of the claim with supporting data shall be delivered (unless the City allows an additional period of ti OF T�,� R CpS time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts to which the claimant is entitled as a result of the occurrence of said event. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph. The Contract Time may only be changed by a Change Order. A fully executed change order must exist prior to extension of the contract time. Any claim for an extension of the Contract Time shall be based on written notice delivered by the party making the claim to the other party at least fifteen (15) days prior to the substantial completion date of the project. Notice of the extent of the claim shall be delivered with supporting data and stating the general nature of the claim. Contractor hereby agrees to waive rights to recover any lost time or incurred costs from delays unless Contractor has given the notice and the supporting data required by this Paragraph. Extensions of time shall be considered and will be based solely upon the effect of delays to the work as a whole. Extensions of time shall not be granted for delays to the work, unless the Contractor can clearly demonstrate that such delays did or will, in fact, delay the progress of work as a whole. Time extensions shall not be allowed for delays to parts of the work that are not on the critical path of the project schedule. Time extensions shall not be granted until all float or contingency time, at the time of delay, available to absorb specific delays and associated impacts is used. In the event satisfactory adjustment cannot be reached by the City and the Contractor for any item requiring a change in the contract, and a change order has not been issued, the City reserves the right at its sole option to terminate the contract as it applies to these items in question and make such arrangements as the City deems necessary to complete the work. The cost of any work covered by a change order for an increase or decrease in the contract price shall be determined by mutual acceptance of a Guaranteed Maximum Price by the City and Contractor. If notice of any change in the contract or contract time is required to be given to a surety by the provisions of the bond, the giving of such notice shall be the Contractor's responsibility, and the amount of each applicable bond shall be adjusted accordingly. The Contractor shall furnish proof of such adjustment to the CITY. Failure of the Contractor to obtain such approval from the Surety may be a basis for termination of this Contract by the CITY. 8) Waiver of Liens Prior to Final Payment of the Contract Sum, a final waiver of lien shall be submitted by all suppliers, subcontractors, and/or Contractors who worked on the project that is subject of the Agreement. Payment of the invoice and acceptance of such payment by the Contractor shall release the CITY from all claims of liability to the Contractor in connection with the Agreement. 9) Warranty Contractor warrants the design/build project consisting of Fire Station, Development Services Building and Public Work Storage Building against defect for a period of five years from the date of substantial completion of work. In the event that defect occurs during this time, Contractor shall perform such steps as required to remedy the defects appropriately. Contractor shall be responsible for any damages caused by defect to affected area or to interior and exterior structure. 10) Indemnification The CONTRACTOR shall indemnify and hold harmless the CITY, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the CONTRACTOR or its officers, employees, agents, subcontractors, or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the CITY or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 11) Non -Discrimination The CONTRACTOR agrees that it shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The CONTRACTOR further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 12) Independent Contractor CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the Contractor and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the CITY. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. 13) Assignment and Subcontracting Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 14) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Scott A. Weik Vice President Miller Construction Company 614 S. Federal Highway Fort Lauderdale, FL 33301 15) Termination This Agreement may be terminated by City or Contractor for cause or by the City for convenience, upon fourteen (14) days of written notice by the terminating party to the other party for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. Default by CONTRACTOR: In addition to all other remedies available to the CITY, this Agreement shall be subject to cancellation by the CITY should the CONTRACTOR neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of fourteen (14) days after receipt by CONTRACTOR of written notice of such neglect or failure. R 16) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 17) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 18) Signatory Authority The CONTRACTOR shall provide the CITY with copies of requisite documentation evidencing that the signatory for CONTRACTOR has the authority to enter into this Agreement. 19) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non- enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 20) Merger; Amendment This Agreement constitutes the entire Agreement between the CONTRACTOR and the CITY, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the CONTRACTOR and the CITY. IN! ti U (� m< op IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and Miller Construction Company, signing by and through its Vice President, duly authorized o execute same. ATTEST: Marion SweRgon, CMC City Clerk A/ Date. C CITY OF TAMARAC - _,e-c ,doh Schreiber, Mayor Date: Jeffrey L. i ler, ity Manager Date: / / �""% G' L . r' 4prov d s t form an gal �uffici n Mitchell S. Kraft, i Attorney ATTEST: ��� � U rgin I. Miller Corporate Secretary (C,.)R�IORATE SEAL) STATE OF FLORIDA COUNTY OF wA MILLER CONSTRUCTION COMPANY Q� _... Scott A. Weik, Vice President H rley . Mille , Preg dent Date: ?) / 20 ( �_C)o 2-_ CORPORATE ACKNOWLEDGEMENT SS I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Scott A. Weik, Vice President of Miller Construction Company a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he executed the same. WITNESS my hand and official seal this. day of .20 0; iz 'U wOFFIGIAIW NOTARY SEAL, h,�EATHFRKTOpq:OMMISSION L1:0� NUM9FRDPI w9so Va-MMISSIONEXPIRES JIJNE 11.2006 S'gnature o Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or [� DID NOT take an oath. City of Tamarac "Committed to Excellence... Always" Purchasing Division DATE: April 29, 2002 REQUEST FOR PROPOSALS ALL QUALIFIED PROPOSERS: EXHIBIT mA" RFP NO. 02-11 R The City of Tamarac, Florida, hereinafter referred to as CITY, will receive sealed Proposals at the office of the Purchasing and Contracts Manager, City Hall, 7525 NW 88th Avenue, Tamarac, Florida 33321, for furnishing the services described below: DESIGN/BUILD OF FIRE STATION, DEVELOPMENT SERVICES BUILDING AND PUBLIC WORKS STORAGE BUILDING Sealed Proposals must be received and time stamped in by the Purchasing Office, either by mail or hand delivery, no later than 2:00 p.m. local time on Wednesday, June 26 2002. Any Proposals received after 2:00 p.m. local time on said date will not be accepted under any circumstances. Any uncertainty regarding the time a Proposal is received will be resolved against the Offeror. A Pre -Proposal Conference will be held on Ma24, 2002 at 10:00 a.m. at the City of Tamarac, Commission Chambers, 7525 NW 88t Avenue, Tamarac, Florida 33321. The purpose of the Pre -Proposal Conference is to discuss the contents of the Request for Proposals and Offerors' inquiries. CITY reserves the right to reject any or all Proposals, to waive any informalities or irregularities in any Proposals received, to re -advertise for Proposals, to award in whole or in part to one or more Offerors, or take any other such actions that may be deemed to be in the best interests of the CITY. For inquiries, or to request a Proposal package, contact the Purchasing Office at (954) 724-2450. Lynda S. Flurry, CPPO Purchasing and Contracts Manager Sun Sentinel Run 3 times: 05/05, 5/12, 5/19 7525 NW 88th Avenue . Tamarac, Florida 33321-2401 (954) 724-2450 Fax (954) 724-2408 www.tomarac.org Equal Opportunity Employer I. STATEMENT OF THE WORK Design/Build Services Objective: The City desires the best possible combination of design and building construction services for this project. City staff has developed the building program, adjacency relationships, and space standards. The successful team will be responsible for ALL disciplines required for the design, engineering, cost estimating, and construction services necessary for completion of the project from conceptual design through project close-out. The successful team will be responsible for meeting all state and local licensing requirements in the design and construction of the facilities. The standards referenced and included in this RFP are intended to establish the expectations the City has for this project regarding quality of materials and workmanship. It is the intent of the City to have the successful team furnish and install all equipment, conduit and cabling for the telecommunications system. Telecommunications equipment, conduit and cabling shall meet or exceed the City's telecommunication requirements. The successful team will be working closely with the City's Information Technology Department to ensure equipment purchases meet the City's building, equipment, and installation standards. The City will purchase and install exercise equipment. The Design -Builder will coordinate with the Owner to provide utilities to the equipment as needed. The City will NOT be purchasing office furniture as a part of this contract. II. SCOPE OF SERVICES See Attachment "A", Desig.n _Criteria Package. A Fire Rescue Station Location Analysis and Preliminary Design and Engineering Study have been developed and will be available to Proposers for review upon request. III. PROPOSAL REQUIREMENTS 1. Technical_ Proposal Clearly describe all aspects of the project proposed. Include details of your approach and work plans. A brief statement must be included which explains why your proposal would be the most effective and beneficial to the City of Tamarac. Offerors shall submit, as part of their proposals, complete descriptions and layouts of the proposed improvements including but not limited to the terms listed in Attachment "A", Design Criteria Package. Offerors must also submit a statement listing those agencies that the Offeror has consulted concerning the proposal. The proposal must address a commitment to and timetable for the completion of the project. Page 2 J 2. Firm Qualifications Teams that do not have the requisite experience and qualifications are not encouraged to submit proposals. The Proposal must give a description of the firm including the size, range of activities, abilities and experience of the firms' professional personnel, capabilities of the firm to meet the time and budget requirements of the City, past performance of the firm on similar projects, recent, current and projected workload of the firm, ability to meet the City's bonding and insurance requirements, financial strength and stability of the firm, availability and access to the firms' top level management personnel. Particular emphasis should be given as to how the firm -wide experience and expertise in the area of design/build capabilities for similar facilities will be brought to bear on the proposed work. Provision of Federal Government Forms #254 and #255 should accompany proposal. Identify the contact person and supervisory personnel who will work on the project. Resumes of each person should be provided with emphasis on their experience with similar work. If resumes are not available at the time the proposal is submitted, provide a listing of the qualifications including education, experience, etc., that will be required. Offerors must also submit copies of Contractor License, Architects' and Engineers' Registration and Certificate of Incorporation and/or Corporate Registration in the State of Florida. A listing should be provided of all sub -contractors and additional qualification information should be provided as to the experience of the firm that will construct the facilities. Proposers must have the financial capacity to absorb project start-up costs, as well as to maintain the day-to-day working financial aspects of the organizational structure. Provide the following information: • Bonding capacity • Project financial arrangements • Any pending or outstanding claims or judgments • References from banking and credit institutions with whom business has been conducted • Insurance coverage maintained Provide a brief project description and history for design -build projects, similar in scope to this project, completed in the last 5 years. Include the following information: • Project description that includes the project name, firms that comprised the design -build team, occupancy type, construction type, gross square footage, major structural system(s), and HVAC system. • Project history that includes the original schedule agreed upon at time of signing the contract, the actual duration of design and construction, and any special characteristics of the project. Page 3 • Names, addresses and telephone numbers of project owners. Proposers must have strong project team leadership capability and relevant management experience, for both the design and the construction sequences. Provide information on: • Recent (within the past 5 years) examples of management of projects that required similar management organization, skills, and expertise, to that required of this project. Describe the management techniques used during the both the design and construction phases. • Record of environmental violations on construction projects • Safety record on construction projects Describe any unique capabilities/experience the proposed key staff will bring to this project. How will their experience benefit this project? 3. Project Funding_and Price Proposal The City has obtained and appropriated funding for the design and construction of the project, including on -site improvements, and any off -site improvements required by the development review process as follows: Fire Station $4,299,52Q Development Services Building $ 902,000 Public Works Storage Building $, 364,050 Total Budget $6 565,57Q No proposal over the total budget will be considered. Thep proposal shall clearly illustrate how the City will receive the most value.for the proposed price. Submit your signed, firm, fixed fee performance -based price proposal for providing all professional design services, labor, materials, equipment and other services and supplies necessary and incidental to construction with your design/build proposal. 4. Proposal_ Copies One (1) Original and six (6) copies in two (2) sealed envelopes marked (A) and (B), bound together shall be submitted by each Proposer to the City of Tamarac, City Hall, 7525 NW 88th Avenue, Tamarac, Florida 33321, to the attention of Lynda S. Flurry, CPPO, Purchasing and Contracts Manager. The first sealed envelope (A) shall contain the Proposer's qualifications, reference and technical proposal. The second sealed envelope (B) shall contain the Proposer's prices for their proposed design and construction services. Page 4 5. Addenda, Additional Information Any addenda or answers to written questions supplied by the City to participating Offeror's become part of this Request for Proposal and the resulting contract. This Proposal form shall be signed by an authorized company representative, dated and returned with the Proposal. No negotiations, decisions or actions shall be initiated or executed by the Offeror as a result of any discussions with any City employee. Only those communications that are in writing from the Purchasing and Contracts Manager or designee may be considered as a duly authorized expression. Also, only communications from Offerors that are signed and in writing will be recognized by the City as duly authorized expressions on behalf of the Offeror. IV. EVALUATION OF PROPOSALS 1. Selection Process: A. The Selection/Negotiating Committee will first evaluate all Offeror qualifications, references and technical submittals as contained in envelope (A). The Committee will then select and short list not less than three (3) qualified design/build firms. B. Envelope (B) containing the price proposals of the short listed firms will be opened only after completion of the short -listing process set forth in paragraph A above. Envelope (B) of the firms not short-listed will be returned unopened by the City. C. The Committee's evaluation process will include presentations by the short listed firms and consideration of price proposals. The Committee will then schedule interviews with the short listed firms to further evaluate the proposals. D. The Committee will negotiate a final agreement with the best -evaluated Offeror. E. Upon completion of successful negotiations, a recommendation of award will be submitted to the Tamarac City Commission. 2. Evaluation Method and Criteria: Proposals will be evaluated in accordance with criteria listed below: POINT RANGE Technical Proposal 0 - 40 Firms Qualifications and References 0 - 30 Project Cost Q.. -_30 TOTAL 100 Page 5 J The contract shall be awarded to the responsible Offeror whose proposal is determined to be the most advantageous to City, taking into consideration the aforesaid evaluation criteria. As the best interest of the City may require, the right is reserved to reject any and all proposals or waive any minor irregularity or technicality in proposals received. Proposers are cautioned to make no assumptions unless their proposal has been evaluated as being responsive. These weighted criteria are provided to assist the Proposers in the allocation of their time and efforts during the submission process. The criteria also guides the Evaluation Committee during the short -listing and final ranking of Proposers by establishing a general frame work for those deliberations. Short listed proposals will be selected for an interview prior to a recommendation being presented to the City Commission. As the best interest of the City may require, the right is reserved to reject any and all proposals or waive any minor irregularity or technicality in proposals received. Proposers are cautioned to make no assumptions unless their proposal has been evaluated as being responsive. The successful proposer shall be required to execute a City contract covering the scope of services to be provided and setting forth the duties, rights and responsibilities of the parties. This contract must be executed by the successful proposer prior to recommendation of award and presentation to the City Commission. 3. Clarification: The City reserves the right to ask questions or clarification of any or all Offerors as part of its evaluation. As part of this process, the Offeror shall have officials of the appropriate management level present and representing the firm. The project manager should be available. The Offeror shall be prepared to present an overall briefing regarding the manner in which the contractual obligations will be accomplished. V. SCHEDULE OF EVENTS The schedule of events, relative to the procurement shall be as follows: FvPnt Date (on or by) 1. Issuance of Request for Proposals 05/06/02 2. Pre -Proposal Conference 05/24/02 3. Opening of Proposals 06/26/02 4. Proposal Evaluations 06/27/02 — 07/12/02 5. Presentations 07/19/02 6. Contract Negotiations 07/22/02 — 08/09/02 7. Award of Contract 08/28/02 8. Certificate of Occupancy March, 2004 ® Dates are tentative. The City reserves the right to delay or change scheduled dates. Page 6 J INSTRUCTIONS TO OFFERORS STANDARD TERMS AND CONDITIONS DESIGN/BUILD OF FIRE STATION, DEVELOPMENT SERVICES BUILDING AND PUBLIC WORKS STORAGE BUILDING RFP 02-11 R 1. DEFINED TERMS 1.1 Terms used in these Instructions to Offerors are defined and have the meaning assigned to them. The term "Offeror" means one who submits a Proposal directly to CITY as distinct from a Sub -Offeror, who submits a Proposal to the Offeror. The term "Successful Offeror" means the qualified, responsible and responsive Offeror to whom CITY (on the basis of CITY'S evaluation as hereinafter provided) makes an award. The term "CITY" refers to the City of Tamarac, a municipal corporation of the State of Florida. The term "Proposal Documents" includes the Request for Proposals, Instructions to Offerors, Proposal, Qualifications Statement, Non -Collusive Affidavit and Public Entity Crime Statement, Corporate Resolution or Letter of Transmittal, Proposal Security and Specifications, if any, and the proposed Contract Documents, if any, (including all Addenda issued prior to receipt of Proposals). The term "CONSULTANT" shall mean the individual(s) or firm(s) to whom the award is made and who executes the Contract Documents. 2. SPECIAL CONDITIONS 2.1 Any and all Special Conditions that may vary from the General Conditions shall have precedence. 3. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 3.1 Before submitting a Proposal, each Offeror must (a) visit the site to familiarize themselves with the facilities and equipment that may in any manner affect cost, or performance of the work; (b) consider federal, state and local laws, ordinances, grants, rules and regulations that may in any manner affect cost, or performance of the work, (c) study and carefully correlate the Offeror's observations with the Proposal Documents; and (d) notify the Purchasing and Contracts Manager or designee of all conflicts, errors and discrepancies, if any, in the Proposal Documents. 3.2 The Offeror, by and through the submission of a Proposal, agrees that they shall be held responsible for having examined the facilities and site; familiarized themselves with the nature and extent of the work and any local conditions that may affect the work to be done and the equipment, materials, parts and labor required. Page 7 4. INTERPRETATIONS AND ADDENDA 4.1 If the Offeror should be in doubt as to the meaning of any of the Proposal Documents, is of the opinion that the Conditions and Specifications contain errors or contradictions or reflect omissions, or has any question concerning the conditions and specifications, they shall submit a written request directed to the Purchasing and Contracts Manager or designee for interpretation or clarification. Such request must reference the date of Proposal opening and Proposal number and should be received by the Purchasing and Contracts Manager or designee at least ten (10) calendar days before the date of the formal opening of the Proposals. Questions received less than ten (10) calendar days prior to the Proposal opening shall not be answered. Interpretations or clarifications in response to such questions will be issued in the form of written addenda by certified mail, return receipt requested, mailed to all parties recorded by CITY'S Purchasing and Contracts Manager or designee as having received the Proposal Documents. The issuance of a written addendum shall be the only official method whereby such an interpretation or clarification will be made. 5. PRICES PROPOSED 5.1 Prices shall be shown in both unit amounts and extensions whenever applicable. In the event of discrepancies existing between unit amounts and extensions or totals, unit amounts shall govern. 5.2 All prices shall remain firm and fixed for acceptance for ninet - 90 calendar days after the day of the Proposal opening. 5.3 The Proposal Price proposed shall include all professional design fees, permit fees, royalties, license fees and other costs arising from the use by the design, equipment and/or materials in any way involved in the work as well as all costs of packaging, transporting and delivery of any materials and equipment to the designated location within the City of Tamarac. 6. NON -COLLUSIVE AFFIDAVIT 6.1 Each Offeror shall complete the Non -Collusive Affidavit Form and shall submit the form with the Proposal. CITY considers the failure of the Offeror to submit this document to be a major irregularity and may be cause for rejection of the Proposal. Page 8 7. PUBLIC ENTITY CRIMES INFORMATION STATEMENT 7.1 A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 8. CONFLICT OF INTEREST 8.1 The award of any contract hereunder is subject to the provisions of Chapter 112, Florida Statutes. Offerors must disclose with their Proposal the name of any officer, director, partner, proprietor, associate or agent who is also an officer or employee of CITY or any of its agencies. Further, all Offerors must disclose the name of any officer or employee of CITY who owns, directly or indirectly, an interest of five percent (5%) or more in the Offeror's firm or any of its branches or affiliate companies. 9. PROPOSAL SECURITY, PAYMENT AND PERFORMANCE BONDS, INSURANCE 9.1 Proposal security and proof of insurance, when required by the Special Conditions, shall be submitted with the proposal as specified in the Special Conditions. After acceptance of the proposal, the Successful Offeror, when required by the Special Conditions, shall submit payment and/or performance bonds, certificates and/or policies of insurance in the manner, form and amount(s) specified in the Special Conditions. 10. SUMMARY OF DOCUMENTS TO BE SUBMITTED WITH PROPOSALS 10.1 The following is a summary of documents, which MUST be submitted by the Offerors: (a) Proposal and Offeror's Certification (b) Non -Collusive Affidavit (c) Certified Resolution or other document evidencing authority to sign the Proposal, Contract and other documents, which bind the Offeror. (d) Qualifications Statement, if required by the Special Conditions to the Instruction to Offerors (e) Proposal Security (f) Offeror's Corporate Statement (g) Certificates of Insurance Page 9 J rfi 11. SUBMISSION OF PROPOSALS 11.1 Proposals must be typed or printed in ink. Use of erasable ink is not permitted. All corrections to prices made by the Offeror must be initialed. 11.2 Proposals must contain a manual signature of the authorized representative of the Offeror. Proposals shall contain an acknowledgment of receipt of all Addenda. The address and telephone number for communications regarding the Proposal must be shown. 11.3 Proposals by corporations must be executed in the corporate name by the President or other corporate officer accompanied by evidence of authority to sign. The corporate address and state of incorporation must be shown below the signature. 11.4 Proposals by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature. 11.5 Proposals shall be submitted at or before the time and at the place indicated in the Request for Proposals and shall be submitted in a sealed envelope (faxed proposals will not be accepted under any circumstances). The envelope shall be clearly marked on the exterior "RFP 02-11 R, DESIGN/BUILD OF FIRE STATION, DEVELOPMENT SERVICES BUILDING AND PUBLIC WORKS STORAGE BUILDING, OPENING JUNE 26, 2002" and shall state the name and address of the Offeror and shall be accompanied by any other required documents. No responsibility will attach to the Purchasing Office for the premature opening of a Proposal not properly addressed and identified. 11.6 In accordance with Chapter 119 of the Florida Statutes (Public Records Law), and except as may be provided by other applicable state and federal law, the Request for Proposal and the responses thereto are in the public domain. However, the Offerors are requested to identify specifically any information contained in their Proposals which they consider confidential and/or proprietary and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. 11.7 All Proposals received from Offerors in response to the Request for Proposal will become the property of CITY and will not be returned to the Offerors. In the event of Contract award, all documentation produced as part of the Contract shall become the exclusive property of CITY. Page 10 12. MODIFICATION AND WITHDRAWAL OF PROPOSALS 12.1 Proposals may be modified or withdrawn by an appropriate document duly executed (in the manner that a Proposal must be executed) and delivered to the place where Proposals are to be submitted at any time prior to the deadline for submitting Proposals. A request for withdrawal or a modification must be in writing and signed by a person duly authorized to do so. Evidence of such authority must accompany the request for withdrawal or modification. Withdrawal of a Proposal will not prejudice the rights of an Offeror to submit a new Proposal prior to the Proposal opening date and time. After expiration of the period for receiving Proposals, no Proposal may be withdrawn or modified. 12.2 If, within twenty-four (24) hours after Proposals are opened, any Offeror files a duly signed, written notice with CITY and within five (5) calendar days thereafter demonstrates to the reasonable satisfaction of CITY by clear and convincing evidence there was a material and substantial mistake in the preparation of its Proposal, or that the mistake is clearly evident on the face of the Proposal but the intended correct Proposal is not similarly evident, then Offeror may withdraw its Proposal and the Bid Security will be returned. Thereafter, the Offeror will be disqualified from further bidding on the subject Contract. 13. REJECTION OF PROPOSALS 13.1 To the extent permitted by applicable state and federal laws and regulations, CITY reserves the right to reject any and all Proposals, to waive any and all informalities not involving price, time or changes in the work with the Successful Offeror, and the right to disregard all nonconforming, non -responsive, unbalanced or conditional Proposals. Proposal will be considered irregular and may be rejected, if they show serious omissions, alterations in form, additions not called for, conditions or unauthorized alterations, or irregularities of any kind. 13.2 CITY reserves the right to reject the Proposal of any Offeror if CITY believes that it would not be in the best interest of the CITY to make an award to that Offeror, whether because the Proposal is not responsive or the Offeror is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by CITY. 14. AWARD OF CONTRACT PT` 14.1 The Contract shall be awarded by CITY's Commission to the responsible Offeror whose Proposal is determined in writing, to be the most advantageous to CITY, taking into consideration the evaluation factors and criteria set forth in the Instructions to Offerors. Page 11 _; 14.2 The Offeror to whom award is made shall execute a written contract upon notification by the Purchasing and Contracts Manager of intent to recommend the award of contract to the City Commission. If the Offeror to whom the first award is made fails to enter into a contract as herein provided, the award may be annulled and the contract left to another Offeror who is responsible and responsive in the opinion of CITY. Such Offeror shall fulfill every stipulation embraced herein as if he were the original party to whom the award was made. SPECIAL CONDITIONS TO INSTRUCTIONS TO OFFERORS 15. QUALIFICATIONS OF OFFERORS 15.1 Each Offeror shall complete the Qualifications Statement and have previous submitted said statement with his Request for Qualifications Proposal. Failure to submit the Qualifications Statement and any documents required thereunder with the Proposal may constitute grounds for rejection of the Proposal. 15.2 As a part of the Proposal evaluation process, CITY may conduct a background investigation, including a record check by the Broward Sheriff's Office of Offeror. Offeror's submission of a Proposal constitutes acknowledgement of the process and consent to such investigation. 15.3 No proposal shall be accepted from, nor will any contract be awarded to, any person, who is in arrears to CITY, upon any debt or contract, or who is a defaulter, as surety or otherwise, upon any obligation to CITY, or who is deemed irresponsible or unreliable by CITY. 16. ENVIRONMENTAL REGULATIONS 16.1 CITY reserves the right to consider Offeror's history of citations and/or violations of environmental regulations in determining an Offeror's responsibility, and further reserves the right to declare an Offeror not responsible if the history of violations warrant such determination. Offeror shall submit with the Proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non -submission of any such documentation shall be deemed to be an affirmation by the Offeror that there are no citations or violations. Offeror shall notify CITY immediately of notice of any citation or violation, which Offeror may receive after the Proposal opening date and during the time of performance of any contract awarded to Offerors. Page 12 I ME 17. PROPOSAL SECURITY 17.1 Each Proposal must be accompanied by a certified or cashiers check or by a Bond made payable to the City of Tamarac on an approved form, duly executed by the Offeror as principal and having as surety thereon a surety company acceptable to CITY and authorized to write such Bond under the laws of the State of Florida, in an amount not less than five percent (5%) of the amount of the base Proposal price. 17.2 The Proposal Security of the Successful Offeror will be retained until such Offeror has executed the Contract and furnished the required insurance, payment and performance bonds, whereupon the Proposal Security will be returned. If the Successful Offeror fails to execute and deliver the Contract and furnish the required insurance and bonds within fifteen (15) calendar days of the Notice of Award, CITY may annul the Notice of Award and the entire sum of the Proposal Security shall be forfeited. The Proposal Security of the three (3) lowest Offerors will be returned within seven (7) calendar days after CITY and the Successful Offeror have executed the written Contract or if no such written Contract is executed within ninety (90) calendar days after the date of the Proposal opening, upon the demand of any Offeror at anytime thereafter, provided that he has not been notified of the acceptance of his Proposal. Proposal Security of all other Offerors will be returned within seven (7) calendar days after the proposal opening. The agent or attorney in fact or other officer who signs a Bid Bond for a surety company must file with such bond a certified copy of his power of attorney authorizing him to do so. 18. LIQUIDATED DAMAGES FOR FAILURE TO ENTER INTO CONTRACT 18.1 The Proposal Security filed with and as a part of the Proposal shall be forfeited in its entirety to CITY as liquidated damages if the Offeror to whom the Contract is awarded fails to execute the Contract Documents within fifteen (15) calendar days following the notification by the Purchasing Administrator of intent to recommend the contract award to the City Commission. Page 13 19. PERFORMANCE, PAYMENT AND WARRANTY BONDS 19.1 Within fifteen (15) calendar days after the contract award, but in any event prior to commencing work, the Successful Bidder shall execute and furnish the CITY a Performance Bond and Payment Bond, each written by a corporate surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. The surety shall hold a current certificate of authority from the Secretary of Treasury of the United States as an acceptable surety on federal bonds in accordance with United States Department of Treasury Circular No. 570. The Contractor shall be required to provide acceptable, separate Performance and Payment Bonds in the amount of 100% of the bid amount. The Performance Bond shall be conditioned that the Successful Bidder performs the contract in the time and manner prescribed in the contract. The Payment Bond shall be conditioned that the Successful Bidder promptly make payments to all persons who supply the Successful Bidder in the prosecution of the work provided for in the contract and shall provide that the surety shall pay the same in the amount not exceeding the sum provided in such bonds, together with interest at the maximum rate allowed by law and that they shall indemnify and save harmless the CITY to the extent of any and all payments in connection with the carrying out of said contract which the CITY may be required to make under the law. 19.2 Such bonds shall continue in effect for one (1) year after final payment becomes due except as otherwise provided by law or regulation or by the Contract Documents with the final sum of said bonds reduced after final payment to an amount equal to twenty five percent (25%) of the Contract price, or an additional bond shall be conditioned that the Successful Bidder correct any defective or faulty work or material which appear within one (1) year after final completion of the Contract, upon notification by CITY. The Warranty Bond shall cover the cost of labor as well as materials. 19.3 Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, it shall be the duty of the Contractor to record the aforesaid payment and performance bonds in the public records of Broward County, with the Contractor to pay all recording costs. 20. INSURANCE 20.1 Offeror agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Offeror, its employees, agents, or Subcontractors, if any, with respect to the work and services described herein. Page 14 Offeror shall obtain at Offeror's expense all necessary insurance in such form and amount as required by the City's Risk and Safety Officer before beginning work under this Agreement. Offeror shall maintain such insurance in full force and effect during the life of this Agreement. Offeror shall provide to the City's Risk and Safety Officer certificates of all insurance required under this section prior to beginning any work under this Agreement. Offeror shall indemnify and save the City harmless from any damage resulting to it for failure of either Offeror or any Subcontractor to obtain or maintain such insurance. 20.2 The following are required types and minimum limits of insurance coverage, which the Offeror agrees to maintain during the term of this contract: Limits $1,000,000 $1,000,000 Line -of Business/ Coverage Occurrence Aggregate Commercial General Liability $1,000,000 Including- Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Commercial Automobile Liability $1,000,000 Workers' Compensation & Employer's Statutory Liability Professional Liability (Errors and Ommissions) $1,000,000 Insurance Builder's Risk Insurance: in an amount not less than THE REPLACEMENT COST for the construction of the work. Coverage shall be "All Risk" coverage for one hundred percent (100%) of the completed value with a deductible of not more than five thousand and xx/100 dollars ($5,000) per claim. The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Page 15 CM] 20.3 Neither Offeror nor any Subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Offeror will ensure that all Subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. 20.4 All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty-(60) days notice prior to cancellation. The Offeror's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Offeror's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. The Offeror shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Offeror purchase a bond to cover the full amount of the deductible or self -insured retention. If the Offeror is to provide professional services under this Agreement, the Offeror must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability. 20.5 The Successful Offeror agrees to perform the work under the Contract as an independent Contractor, and not as a subcontractor, agent or employee of CITY. 21. INDEMNIFICATION 21.1 GENERAL INDEMNIFICATION: To the fullest extent permitted by laws and regulations, Successful Offeror shall indemnify, defend, save and hold harmless the CITY, its officers, elected officials, agents and employees, harmless from any and all claims, damages, losses, liabilities and expenses, direct, indirect, consequential or inconsequential arising out of or alleged to have arisen out of the products, goods or services furnished by or operations of the Successful Offeror or their subcontractors, agents, officers, employees or independent Contractor pursuant to the Contract, specifically including but not limited to those caused by or arising out of (a) any act, omission or default of the Successful Offeror and/or their subcontractors, agents, servants or employees in the provision of the goods and/or services under the Contract; (b) any and all bodily injuries, sickness, disease or death; (c) injury to or destruction of tangible property, including the loss of use resulting there from; (d) the use of any improper materials; Page 16 J (e) a defective condition in any goods provided pursuant to the Contract, whether patent or latent; (f) the violation of any federal, state, county or municipal laws, ordinances or regulations by Successful Offeror, their subcontractors, agents, servants, independent Contractor or employees; (g) the breach or alleged breach by Successful Offeror of any term, warranty or guarantee of the Contract. 21.2 The Successful Offeror shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. 21.3 CITY reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Successful Offeror under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive CITY's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 22. CONTRACT TIME 23 SM-11 22.1 By virtue of the submission of his Proposal, Offeror agrees and fully understands that the completion time of the work of the Contract is an essential and material condition of the Contract and that time is of the essence. The Successful Offeror agrees that all work shall be prosecuted regularly, diligently and uninterrupted at such rate of progress as will ensure full completion thereof within the time specified. Failure to complete the work within the time period specified shall be considered a default. LIQUIDATED DAMAGES FOR BREACH OF CONTRACT 23.1 The Successful Offeror agrees that, if the work, or any part thereof, is not completed within the time specified or any extension thereof, the Successful Offeror shall be liable to the CITY in the amount of One Thousand One Hundred Eighty-two dollars ($1,182.00) for each and every calendar day the completion of the work is delayed beyond the time provided in the contract, as fixed and agreed upon liquidated damages and not as a penalty. CITY shall have the right to deduct from and retain out of moneys that may be then due or which may become due and payable to the Successful Offeror, the amount as such liquidated damages. Page 17 W� 24. NONDISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT 24.1 During the performance of the Contract, the Successful Offeror shall not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin. The Successful Offeror will take affirmative action to ensure that employees are treated during employment, without regard to their handicap, race, creed, color, or national original. Such action must include, but not be limited to, the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation, and selection for training, including apprenticeship. The Successful Offeror(s) shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. 25. PERMITS, FEES AND NOTICES 25.1 Successful Offeror shall secure and pay for all permits and fees, licenses and charges necessary for the proper execution and completion of the work. The costs of all permits, fees, licenses and charges shall be included in the price Proposal, except where expressly noted in the specifications requirement. 26. TERMINATION FOR CAUSE AND DEFAULT 26.1 In the event Successful Offeror shall default in any of the terms, obligations, restrictions or conditions in any of the Proposal documents, CITY shall give written notice by certified mail, return receipt requested to Successful Offeror of the default and that such default shall be corrected or actions taken to correct such default shall be commenced within ten calendar days thereof. In the event Successful Offeror has failed to correct the conditions of default or the default is not remedied to the satisfaction and approval of CITY, CITY shall have all legal remedies available to it, including, but not limited to termination of the Contract in which case Successful Offeror shall be liable for all procurement and reprocurement costs and any and all damages permitted by law arising from the default and breach of the Contract. Page 18 27. TERMINATION FOR CONVENIENCE OF CITY 27,1 Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to Successful Offeror, CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for CITY's convenience whenever CITY determines that such termination is in the best interests of CITY. Where the agreement is terminated for the convenience of CITY, the notice of termination to Successful Offeror must state that the Contract is being terminated for the convenience of CITY under the termination clause and the extent of termination, Upon receipt of the notice of termination for convenience, Successful Offeror shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding subcontractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and subcontracts except as they may be necessary, and complete any continued portions of the work. 28. CANCELLATION FOR UNAPPROPRIATED FUNDS 28.1 The obligation of the City for payment to a Contractor is limited to the availability of funds appropriated in current fiscal period, and continuation of the contract into a subsequent fiscal period is subject to appropriation of funds, unless otherwise authorized by law. 29. AUDIT RIGHTS 29.1 CITY reserves the right to audit the records relating to this contract of Successful Offeror at any time during the performance and term of the Contract and for a period of three (3) years after completion and acceptance by CITY. If required by CITY, Successful Offeror shall agree to submit to an audit by an independent certified public accountant selected by CITY. Successful Offeror shall allow CITY to inspect, examine and review the records of Successful Offeror at any and all times during normal business hours during the term of the Contract. 30. ASSIGNMENT 30.1 Successful Offeror shall not assign, transfer or subject the Contract or its rights, title or interests or obligations therein without CITY'S prior written approval. 30,2 Violation of the terms of this paragraph shall constitute a breach of the Contract by Successful Offeror and CITY may, at its discretion, cancel the Contract and all rights, title and interest of Successful Offeror shall thereupon cease and terminate. Page 19 EXHIBIT A" M ATTACHMENT "A" DESIGN CRITERIA PACKAGE RFP 02-11 R DESIGN/BUILD OF FIRE STATION DEVELOPMENT SERVICES BUILDING AND PUBLIC WORKS STORAGE BUILDING The preliminary design prepared by Mathews Engineering, which is available for review in the Purchasing and Contracts Office, focused on locating the three new facilities at the Public Services Administrative Complex (PSAC) in areas that would have the least impact on the functions of the existing City facilities. A feasibility study and location analysis conducted by Emergency Services Consulting Group pertaining to the necessity of constructing a third fire station in the City of Tamarac is also available. Fire Station/Fire Administration The Fire Station requirements are as follows: • Building Area • Number of Employees • Number of Visitors • Vehicle Requirements = 18,621 sq. ft. (two story) = 10 (24 hr. shifts) & 15 employees M — F = 20 — 30 people during training = < 12 at one time = Fire Trucks (40 ft. long max.) Facility Requirements o Fire Station Area - Dormitories to accommodate x personnel, proper storage for supplies, kitchen facilities, day room, sufficient shower & bath room facilities o Fire Administration Area o Material Storage Area o Stand-by Emergency Generator a Above Ground Fuel Storage Tank o Emergency Operations Center Development Services Building The Development Services Building requirements are as follows: Building Area = 10,000 sq. ft. (two story) o Development Services Department (1ST Floor): ❑ Number of Employees for Development = 18 • Number of Visitors = 60 per day w/ approx. 6 at one time ❑ Vehicle Requirements = 12 City Vehicles Page 1 of 7 o Public Works Department (2"d Floor) ❑ Number of Employees for Public Works = 61 • Number of Visitors = 20 per day w/ approx. 6 at one time ❑ Vehicle Requirements = 76 City Vehicles, 30 Oversized spaces ci ADA Compliant passenger elevator and walk way connection to link proposed Development Services Building and existing Public Works Building. Equipment Storage Facility The Public Works Equipment Storage Building is located in an area behind the existing Public Works Building. The Public Works Building requirements are as follows: + Building Area = 4,000 sq. ft. (40 ft. x 100 ft.) + Pre-engineered metal building + Optional drive through equipment wash Fa ade Improvements Fapade Improvements to Existing Utilities and Public Works Building — in order to have unity of design between new and existing facilities it is intended that the facades of the existing facilities be modified so that a common architectural theme is achieved between all buildings. — - -_ s p _ Description of Facilities and Proposed Structure locations The following subsections describe the existing and proposed facilities for the PSAC. Existing Site Plan The major site components provided in the preliminary design report, which is available for review in the Purchasing Office, consists of the following: + Public Works Building + Utilities Engineering Building + Storage Facilities + Temporary Trailers + City Vehicle Parking + Heavy Equipment Parking + Storage Areas for Construction Equipment + Storage Areas for Construction Materials + Storage Areas for Construction Debris + Underground Utilities (e.g. water mains, sanitary sewer, and electrical linep) + Stormwater Management System + Wetlands (approx. 2.22 acres) + Ditch Area (approx. 0.62 acres) y.l ; Page 2 of 7 1111;1;11�1�1 Design Considerations There are several key issues that must be addressed in the site planning for the Public Services Administration Complex. These items are listed below: + The site must have adequate ingress and egress for all vehicles accessing the site, including: visitors, employees, maintenance vehicles, delivery trucks, and construction equipment vehicles. It is preferable from a safety standpoint to focus visitor traffic to the front of the site, and to focus maintenance and construction vehicle traffic to the rear of the site. + Turning radiuses must be properly designed throughout the site to ensure over -sized delivery vehicles (e.g. 18-wheelers) can properly maneuver around buildings and parking spaces. + It is preferable to provide a direct access from the new Fire Station to a public roadway so that fire rescue vehicles are not blocked or restricted by other site vehicles. + The impacts to the wetlands should be minimized to reduce costs associated with wetland mitigation. + The existing laydown areas for construction debris, materials and heavy equipment storage should be maintained. Approved Conceptual Site Plan The approved conceptual site plan is shown in Figure 2.2. The new Fire Station is proposed to be located on the west side of the site adjacent to Hiatus Road. In order to locate the facilities in this area, a portion of the existing wetlands will be filled and an equal area of wetlands will be recreated for mitigation. (Refer to Page 5 for environmental impacts). This location was selected in order to give the fire rescue vehicles direct access to a public roadway. The new Development Services Building is proposed to be located directly east of the existing Public Works Building. This will allow the Public Works administration offices to be adjacent to the other Public Works facilities and maintenance areas. The City currently has funds budgeted to install an elevator in the existing Public Works Building. Locating the proposed Development Services Building next to the Public Works Building will allow the elevator to serve a dual purpose by providing access to both two-story buildings. The new Public Works Equipment Storage Building is proposed to be located adjacent to the existing Public Works storage sheds and dumpsters. This location will allow vehicles easy access to the washdown facility proposed for the building. Page 3 of 7 M Parking Needs Assessment One of the key components in designing the proposed site plan consists of providing adequate parking for the existing and proposed facilities. Currently, the existing facility does not provide adequate parking to meet the needs of employees and visitors. The facility parking requirements are listed in table below. Building Area s.f. Parking Required er Code* Parking Needs 100 Reg. Vehicles Utilities (exist.) 7,942 53 21 Oversized Vehicles 143 Reg. Vehicles Public Works (exist.) 2,828 19 30 Oversized Vehicles Development Services (new) ---------- 10,000 ----- ----------- ------- 67 --------- ---------- -------- 36 Re Vehicles Fire Station -------------------------------------------- 18,000 -------- ------ ------------------------ --- --------------------- -------------- ---------g-- - - 20 Reg. Vehicles Storage (new) 4,000 ---- ------------ 4 --------------------------- ___ 299 Reg. Vehicles Total: 143 51 Oversized Vehicles Existing Parking Option 1 Option 2 Parking Provided 180 Reg, Vehicles 51 Oversized Vehicles 301 Reg. Vehicles 51 Oversized Vehicles 299 Reg. Vehicles 51 Oversized Vehicles * Per code, one handicap space shall be provided for every 25 regular spaces. Provide for 121 additional parking spaces in the Utilities/Public Works area. Provide adequate number of spaces to meet the existing and future parking needs of the facilities. Environmental Impacts The existing Public Services Administration Complex includes approximately 2.22 acres of wetland area delineated by the Broward County Department of Planning and Environmental Protection (DPEP). Any alteration or construction within the wetl,,?nd,I.,, area requires prior approval and permitting through DPEP. An initial investig�'ki conducted by DPEP on September 25, 1997, in which they confirmed tom: y✓t}ar�i' ,4 '�, delineation area on the site. Page 4 of 7 10 i;)I11111.� P On September 14, 2001, the City's consultant requested that a formal determination be made by DPEP regarding the site's Wetland Benefit Index (WBI) in accordance with Broward County's "Aquatic and Wetland Resource Protection" Regulation, Article XI; Section 27-331 through Section 27-341, The purpose of the WBI was to quantify the wetland value and function for subsequent use in determining the amount and quality of wetland mitigation to be performed. DPEP conducted a site investigation on October 25, 2001 and provided a Wetland Benefit Index evaluation as documented in a letter dated October 30, 2001. DPEP determined that the WBI for the herbaceous wetland community on the subject property is 0.41 acres, which will result in an on -site wetland mitigation ratio of 1:1 or less. The site plan presented assumes a 1:1 on -site mitigation for any altered wetlands. There are no known environmentally hazardous conditions located on the site. Subsurface Investigation Others have done all subsurface investigation, and preliminary design information pertaining to soil conditions is not warranted by the City. Fire Station/Hiatus Road Location A preliminary geotechnical exploration at the proposed fire station location was conducted by Nutting Engineers. The purpose of the exploration was to obtain general information concerning the site and subsurface conditions. The subsurface investigation consisted of taking approximately twenty (20) hand augers/muck probes and one (1) standard penetration test boring. Initially, five (5) borings were proposed, however, much of the site was inaccessible due to the wooded conditions and approximately one foot of standing water. The soils data collected showed dark gray and brown organic soils from the ground surface to depths ranging less than one foot to approximately two feet; and below the organic soils, hard tan limestone with some sand was encountered. The Geotechnical Report is available in the Purchasing and Contracts Office. The Geotechnical Report showed that the proposed Fire Station can be constructed on a shallow foundation system once the site is cleared, and approximately four to five feet of compacted structural fill is added to the site. Utilities/Public Works Location A preliminary geotechnical exploration at the proposed Development Services Building location was also conducted by Nutting Engineers. The subsurface investigation consisted of taking ten (10) borings at the proposed building locations and two (2) borings at proposed roadway locations. The soils data collected showed approximately one inch of asphalt, underlain by dense brown to tan sand and limestone fragments (fill) to depths of approximately four to six feet. Below the fill, soft to very hard tan sandy limestoi�q,,yyas encountered to fifteen feet (the maximum depth explored). The Geotechoillal eport is available in the Purchasing and Contracts Office. The Geote`„tti'n R showed that the proposed Development Services Buildingcan be 6 ' sport / c�ns�ruc�gd On a •, ' shallow foundation system designed for an allowable soil bearing pfessur bf : ,000 t, pounds per square foot. 9 • . �) N: Page 5 of 7 F Utility_ Services Water Service The existing site is currently served potable water via an 8-inch water distribution main that is connected to a 16-inch water main located along Nab Hill Road. The proposed buildings (Development Services Building and Public Works Equipment Storage Building) will be supplied potable water by extending both 4-inch water lines and 2 '/2 - inch water services from the existing 8-inch water main to these facilities. The proposed Fire Station will be supplied potable water by constructing a new 8- inch water main and connecting it to an existing water main along Hiatus Road. The proposed water distribution system improvements for the new facilities are shown on documentation available in the Purchasing and Contracts Office. Wastewater Service The existing site collects wastewater from each building and conveys it by gravity (e.g. 8-inch sanitary sewer and manholes) to an on -site lift station. The lift station has two (2) submersible pumps rated at 50 gpm (ADF) and 70 gpm (PHF). The lift station pumps the wastewater via a 12-inch force main that ties into the City's forcemain transmission system on Nob Hill Road. The proposed buildings (Fire Station and Development Services Building) will be served by installing 6-inch service laterals, with necessary clean -outs that will connect to the existing gravity collection system on -site. It is not anticipated that the Public Works Equipment Storage Building will need to be provided sanitary service. The proposed wastewater service improvements for the new facilities are shown on documentation available in the Purchasing and Contracts Office. The existing lift station has sufficient capacity to handle the additional wastewater flows from the proposed facilities. Stormwater Management The existing site is currently served by an on -site stormwater management system comprised of swales, catch basins, dry retention areas and control structure with discharge to an adjacent canal. The proposed site modifications will require additional stormwater facilities to provide on -site management of the storm runoff from the new facilities. The proposed stormwater facilities consist of additional swales, catch basins and dry retention areas as shown on documentation available in the Purchasing and Contracts Office and provides for full water quality and flood routing management to be provided on -site prior to discharge through the control structure. To meet flood plain requirements, it is recommended building finished floor elevations be a minimum elevation of 11.5 in order to be higher than the 100-year flood plain elevation of 11.0. Roads should be designed at a minimum elevation of 10.0 to match existing design criteria. The canal located to the north of the site (Canal 2B) is proposed to be extended to the west by a developer in the near future. It is recommended that all improvements be coordinated with the proposed extension through t,11`G,t5' Engineering Department. Page 6 of 7'^ 'r . Electrical Service The electrical service to the existing electric room at the Engineering building is 570 amps, 480 volt, 3-phase. Based on initial investigations and coordination with FPL, the existing service should be adequate for the proposed addition of the Development Services Building and the Storage Building. Please note this is on the normal FPL service and not on the existing emergency generator service. The existing PSAC emergency generator has capacity to serve the Utilities Engineering Building only. The successful bidder shall thoroughly review the preliminary design and existing electrical service to independently validate these assumptions. Communications Systems Telecommunications All voice/data and other telecommunications components shall be located in their own closet in each facility. Fiber Optic lines Redundant single mode FDDI and multimode fiber optic lines shall be installed in their own conduit between the Utilities Building and the proposed facilities. Wiring closet to each one of the proposed facilities. Fibers shall be terminated in an enclosure with SC type connectors. Telecommunications Wiring All offices and other work areas shall be wired for voice lines terminated in dual jack, flush mount wall receptacles. Video Wiring Designated offices and other areas shall be wired for cable TV/video reception terminated in flush mount wall receptacles. Data Wiring All offices and other designated work areas shall be wired with category 5 data lines terminated in dual jack, flush mounted wall receptacles. Page 7 of 7 Purchasing Division EXHIBIT "A" City of Tamarac "Committed to Excellence... Always" ADDENDUM NUMBER 1 May 24, 2002 RFP NO. 02-11 R DESIGN/BUILD OF FIRE STATION, DEVELOPMENT SERVICES BUILDING AND PUBLIC WORKS STORAGE BUILDING The attached information responds to questions posed during the pre -proposal meeting and is being distributed to all plan holders. 1. The RFP mentions the City will NOT be purchasing office furniture as part of this contract. Will there be a proposed layout to enable us to be accurate with plans for power, data and communications? We are relying on the design team to propose layout for our review. 2. Are any utilities required for the exercise equipment to be furnished by the City? Yes, standard household electrical. 3. On page 3 of the RFP, regarding firm qualifications, you ask for a listing of all subcontractors. We are assuming you are referring to official consultants or partners on the design/build team, not the individual subcontractors. Is this correct? The official consultants or partners are the principals on the design/build team. We are asking for the sub -contractors or sub - consultants other than the "official team". 4. The "0-30" point scoring for price seems to make price subjective. Is there a formula to score price? No 5. There are no visible requirements within the RFP for minority participation. Is this correct? Yes 6. Are any additional soil borings other than the October 15t Nutting Engineers Report available or planned? No 7. Can the site plans and forms provided with the RFP be provided electronically? Yes 8. Can the City provide as -built drawings of the existing buildings? The City will provide any available drawings to existing building to the selected firm. 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tamorac.org Equal Opportunity Employer Purchasing Division IW City of Tamarac "Committed to Excellence... Always" 9. Contact with personnel/officials of the City of Tamarac other than the Purchasing and Contracts Manager or designated representative regarding this Request for Proposals may be ground for elimination from the selection process. 10. After extensive discussion and consideration, the decision has been made to leave the RFP requirements related to envelope A & B as distributed. 11. The evaluation criteria is modified as follows: Firms Qualifications and References 0 — 40 Points Technical Proposal 0 — 50 Points Project Cost 0 — 10 Points 12. Since there are three different buildings, how many C.O.'s are required? Three separate permits, inspection processes and C.O.'s will be required. However, the project completion date does not change. 13. Are the required permit fees waived? The specific requirements regarding permit fees will be forthcoming in a future addendum. 14. Page 2 of 4 of the Proposal Form shall be replaced with the attached revised form. _ . addendumproposal. Please sign below and submit this with your If you have any questions regarding this addendum, please call (954) 724-2450. k-�� �.j " Lynda S. Flurry, CPPO Purchasing and Contracts Manager c: Evaluation Committee Company Name Authorized Signature Date 7525 N.W. 88th Avenue ■ Famarac, Florida 33321-2401 ■ (954) 724-1230 ■ Fax (954) 724-2454 ■ jeffm,nDtamarac.org Fgocl Opportunity Employer EXHIBIT "A" Purchasing Division go City of Tamarac "Committed to Excellence ... Alway5" ADDENDUM NUMBER 2 June 3, 2002 RFP NO. 02-11 R DESIGN/BUILD OF FIRE STATION, DEVELOPMENT SERVICES BUILDING AND PUBLIC WORKS STORAGE BUILDING The attached information responds to questions posed by several recipients of the proposal documents: 1. Please interpret the meaning of Item 5), Payments, which is indicated on page 3 of the Sample Agreement between the City of Tamarac and the Contractor: is it the City's intent to make a single payment to the Contractor upon completion of the work? No — the agreement included with the proposal documents is for sample purposes only. 2. Does the City desire making a single payment at the completion of the project? No. 3. Are monthly progress payments based on the value of completed work less retainage an option? Yes. 4. Do we have access to the other plans in the Preliminary Design and Engineering Study? Yes 5. Is there an existing site plan that shows the wetlands? No 6. Are you leaving it to the judgment of each team or are you looking for any of the following documents in particular: • Site Plan with landscape • Engineering and utility site plan • Floor plans with furniture • Wall sections and finish schedule • Building elevations • Overall rendering of site • Interior rendering or site model with building The proposal is up to the judgment of each team. 7. Who is the selection committee? The selection committee has not yet been appointed by the City Manager. 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 ■ (954) 724-2450 ■ Fax (954) 724-2408 ■ www.famarac.org Equal Opportunity Employer Page 2 Addendum #2, RFP 02-11 R June 3, 2002 8. The RFP states that the site plan is conceptually approved. What agency, committee, or group has approved the plan thus far? The Preliminary Design and Engineering Study has been conceptually approved by the Facilities Task Force, and has been presented to the City Commission. 9. Figure 2.2 depicts a Nextel Cell Tower lease parcel next to the fire station. What is the lease deal? Constraints on relocation? The plan depicts a future lease deal. The tower site can be reserved anywhere on the fire station site. There are currently no lease constraints. 10. Is there a formal jurisdictional wetland survey of the 2.2 acres of wet property at the site of the proposed fire station? Limits of jurisdictional areas? Mitigation plan? No. Attachment C of the Preliminary Design Report contains a letter from DPEP. 11. Is the property designated for this project under ownership and control of the City of Tamarac? Is it platted? Are there plan notes? Yes, the City owns and controls the property. The property is platted (1987, Plat Book 143, Page 28), and may require a delegation request. 12. Is there a topographical survey for the site available? No. 13. Are there covenants and restrictions on adjacent properties that would create requirements for this project (above and beyond normal zoning requirements)? Not that we are aware of. 14. Are all known easements depicted on RFP does Figures 2.1 —2.6? Yes. Please sign below and submit this addendum with your proposal. If you have any questions regarding this addendum, please call (954) 724-2450. b Lynda S. Flurry, CPPO Purchasing and Contracts Manager c: Evaluation Committee Company Name Authorized Signature Date Rru EXHIBIT "A" Purchasing Division City of Tamarac "Committed to Excellence... Always" ADDENDUM NUMBER 3 June 7, 2002 RFP NO. 02-11 R DESIGN/BUILD OF FIRE STATION, DEVELOPMENT SERVICES BUILDING AND PUBLIC WORKS STORAGE BUILDING The attached information responds to questions posed by recipients of the proposal documents: 1. As of this date, a Survey of the proposed site with all grades and existing conditions has not been provided. Please advise when this information will be available. We also request this information be provided in electronic format. No survey exists. 2. Page 2 of the proposal form raises many questions: a. Please clarify what the purpose of this breakdown is. If the intent is to use the listed subcategories for adjustments to the contract amount, or other purposes other than "informational", we must have a detailed description of each item. The breakdown is provided for informational purposes. b. Fire Station — Item E — Fueling Station: Please confirm that this item is actually referring to the fuel tank for the emergency generator referenced in Attachment A. If it is not, please provide details of the requirements. No, includes generator and vehicle fueling. c. Fire Station — Item F — EOC Allowance: There is no information in the RFP about the requirements for the EOC. Typically all allowances are set by the Owner. Please advise the actual requirements of the EOC or provide the allowance amount to be entered into this item. This is a line item, not an allowance. d. Fire Station — Item D — Indicates the Fire Station to be 18,000 SF, however the program indicates it is 18,621 SF -- please clarify which is correct. To be proposed by designer. All square footages are estimates only. e. Fire Station — Item G — Please clarify that the electrical service refers to the service entrance by the utility department up to and including the transformer only. To be determined by proposer. f. Development Services Building — Please identify which item the professional service fees and insurance and bond are to be included in, and confirm that those fees for this building are not included with the fire station. To be determined by proposer. Page 2 Addendum #3, RFP 02-11 R June 3, 2002 g. Requested Alternate — Please define the scope of work under the alternate for future traffic preemption. Preparations required for the traffic controllers include conduit installed at each bay door to accommodate controller for traffic signal on Hiatus Rd. Underground conduit should be provided to accept wiring to the traffic signals without having to cut pavement at drive. Installation is expected within 12 months of building completion. Actual controllers and preemption equipment to be determined. 3. How long should the emergency generator in the Fire Station be designed to run after loss of normal power? 72 hours. 4. Are the square footage numbers identified in Attachment A program spaces or overall building size, including exterior walls? The square footages shown are estimates only. 5. Please clarify the number of fire trucks to be housed in the Fire Station. 4 bays. 6. Does the City have an agreement with FP&L to provide all service to the new buildings, including the transformers, and will these costs be paid by the City? No. 7. Attachment A — Page 2 indicates that Public Works will have 61 employees working on the 2nd floor. Is this number correct, and if so, please identify the type of office separation (permanent walls or cubicles), along with requirements for power, phone and data. To be determined by proposer. 8. Attachment A — Page 2 indicates an optional drive-thru equipment wash in the Equipment Storage Building. Please clarify if this is to be included in the proposal, and if so, what are the specific requirements? This item is not part of this project. 9. Attachment A — Page 2 indicates very little information about the Equipment Storage Building. Please advise the overall height of the building, number and size of garage doors, and any other special requirements. Please also clarify what will be stored in this building so the correct method of fire protection, ventilation, fire walls, etc. can be determined. This shed will be similar to the existing shed on the Utilities Department side. 10. At the pre -proposal conference, a copy of the "Preliminary Design & Engineering Study" prepared by Mathews Consulting, Inc. was handed out. This document was not issued as part of the Addendum; please clarify if this document is considered an official part of the RFP to be relied upon in preparing our proposal. No. 11. Drawing C-2 of the Geotechnical report was copied in a "folded" condition and as a result the actual location of the borings cannot be seen. Please provide a complete copy of this drawing. Hard copies of the drawings contained in the Geotechnical report are available in Purchasing. 12. Page 2 of the RFP states that the Design Builder is responsible for installation of a complete telecommunications system including all equipment. There is, however, no specific information available in the RFP package on the City requirements of this system. Since this work is typically Owner -furnished, and the DI Page 3 Addendum #3, RFP 02-11 R June 3, 2002 requirements can vary greatly, we request the City provide a complete list of equipment and detailed specifications in order for the Design Builders to provide a complete system that meets the needs of the City. Page 7 of 7, of Attachment "A", outlines the telecommunication requirements. 13. Attachment A — Page 1 -- Fire Station — Under Fire Station Area, it states the number of dormitories to be provided as "X"; please provide the actual number of dormitories required. The dormitory should be designed to accommodate up to 16 people. 14. Attachment A — Page 2 — Equipment Storage Facility --- indicates that the building should be a pre-engineered metal building. Is the City open to other building types should the design team feel there is a benefit? Yes. 15. Attachment A — Page 3 — states that the "City currently has funds budgeted to install an elevator in the existing Public Works Building". Please clarify if the elevator is to be installed under this contract or will be installed under a separate contract. The elevator is an integral part of this project. 16. Page 2 of the RFP, "Statement of the Work", indicates in the first paragraph that the "City staff has developed the building program, adjacency relationships, and space standards". This information was not included in any of the information provided to date. Please provide all documented information concerning the program, adjacency relationships, and space standards as soon as possible. The prepared information is contained in the Preliminary Design and Engineering Study, and the Tamarac Fire Rescue Station Location Analysis Report. Copies can be obtained by calling Purchasing and requesting the number of sets you require. 17. Page 2 of the RFP, "Statement of the Work", indicates in the first paragraph that "The standards referenced and included in this RFP are intended to establish the expectations the City has for this project regarding quality of materials and workmanship". This information was not included in any of the information provided to date. Please provide all documented information concerning the City expectations as soon as possible. The prepared information is contained in the Preliminary Design and Engineering Study, and the Tamarac Fire Rescue Station Location Analysis Report. Copies can be obtained by calling Purchasing and requesting the number of sets you require. 18. Page 1 of the "Sample Agreement" lists "Contract Documents" which include General, Supplementary and other Conditions, Drawings and Specifications. None of these items have been identified as such within the RFP. Are we to assume that the contract documents consist of only the RFP and all Addenda? If not, please provide all contract documents. The sample agreement is included only as an example of our Standard Agreement. Contract documents will be developed in negotiation with the successful team. 19. Please define the warranty period as identified in Article 8 of the "Sample tp Agreement'. The sample agreement is included only as an example of our Standard Agreement. Contract documents will be developed in negotiation with the successful team. J Page 4 Addendum #3, RFP 02-11 R June 3, 2002 20. Attachment A — Page 7 indicates that "designated offices" and "other designated work areas" are to receive video and data wiring accordingly. Please provide a specific list of the areas that will require these components so we can accurately prepare our proposal. Internal layouts are to be developed by proposer. 21. Special Conditions to Instructions to Offerors, Page 12, 15.1 — Qualifications of Offerors states that "Each Offeror shall complete the Qualifications Statement". Please provide this form, as it was not included in the RFP. See attached. Please sicin below and submit this addendum with your proposal. If you have any questions regarding this addendum, please call (954) 724-2450. C ix,& CAAj— Lynda S. Flurry, CPPO Purchasing and Contracts Manager c: Evaluation Committee Company Name Authorized Signature Date 1'J Page 5 Addendum #3, RFP 02-11 R June 3, 2002 OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager ADDRESS: 7525 NW 881" Avenue Tamarac, Florida 33321 Submitted By: Name: Address: Principal Office: Telephone No. Fax No. Check One ❑ Corporation ❑ Partnership ❑ Individual ❑ Other 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. 2 �l The correct name of the Offeror is: The address of the principal place of business is: If Offeror is a corporation, answer the following: a) Date of Incorporation: b) State of Incorporation: c) d) e) President's name: Vice President's name: Secretary's name: f) Treasurer's name: g) Name and address of Resident Agent: Page 1 of 5 OfFeror's Qualification Statement Page 6 Addendum #3, RFP 02-11 R June 3, 2002 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: b) Name, address and ownership units of all partners: c) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? d) Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. 8. Have you personally inspected the site of the proposed work? ❑ YES ❑ NO 9. Do you have a complete set of documents, including drawings and addenda? []YES ❑ NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? 11 ` ❑ YES ❑ NO 40 J Page 7 Addendum #3, RFP 02-11 R June 3, 2002 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why: 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Telephone 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 14. State the name of the individual who will have personal supervision of the work: 15. State the name and address of attorney, if any, for the business of the Offeror: 16. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: Page 8 Addendum #3, RFP 02-11 R June 3, 2002 18. State the name of Surety Company which will be providing the bond, and name and address of agent: 19. Bank References: Bank Address Telephone 20. Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: a) ' Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings): 21. State the name of the firm preparing the financial statement and date thereof: 22. Is this financial statement for the identical organization named on page one? 0 YES ❑ NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). M Page 9 Addendum #3, RFP 02-11 R June 3, 2002 THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO PERFORM UNDER THE CONTRACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) ACKNOWLEDGEMENT OFFEROR'S QUALIFICATION STATEMENT State of Florida County of On this the day of , 2002, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand And official seal. NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: (Name of Notary Public: Print, Stamp, or Type as Commissioned) ❑ Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath W EXHIBIT "A" City of Tamarac "Committed to Excellence... Always" Purchasing Division ADDENDUM NUMBER 4 June 7, 2002 RFP NO. 02-11 R DESIGN/BUILD OF FIRE STATION, DEVELOPMENT SERVICES BUILDING AND PUBLIC WORKS STORAGE BUILDING Attention all Proposers: Tuesday, June 11, 2002 is the last date that addenda may be issued. Therefore, all questions or requests for clarification must be submitted by 5:00 pm, Monday, June 10, 2002. Further clarification has been requested regarding the subcontractor/subconsultant issue. It is not anticipated that you will have 100% of your subs assigned at the time of your submittal. Please include a list of those you have selected thus far. All other requirements remain the same as contained in the original RFP documents, including any addenda. Please sign below and submit this addendum with your proposal. If you have any questions regarding this addendum, please call (954) 724-2450. Lynda S. Flurry, CPPO Purchasing and Contracts Manager c: Evaluation Committee Company Name Authorized Signature Date FRY Purchasing Division City of Tamarac "Committed to Excellence... Always" ADDENDUM NUMBER 5 June 13, 2002 RFP NO. 02-11 R EXHIBIT "A" DESIGN/BUILD OF FIRE STATION, DEVELOPMENT SERVICES BUILDING AND PUBLIC WORKS STORAGE BUILDING Attention all Proposers: The following question and answer was originally included in Addendum #1, as item number 13, as follows: 13. Are the required permit fees waived? The specific requirements regarding permit fees will be forthcoming in a future addendum. This question is now answered below. Are the required permit fees waived? All City permit and impact fees will be waived except the Utility Contribution -In -Aide -of -Construction (CIAC) and the City fee which is collected for the Broward County Board of Rules and Appeals. All other requirements remain the same as contained in the original RFP documents, including any addenda. Please sign below and submit this addendum with your proposal. If you have any questions regarding this addendum, please call (954) 724-2450. Lynda S. Flurry, CPPO Purchasing and Contracts Manager c: Evaluation Committee Company Name Authorized Signature Date 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 m (954) 724-2450 ■ Fax (954) 724-2408 ■ www.tamarac.org Equal Opportunity Employer Purchasing Division City of Tamarac "Committed to Excellence... Always" ADDENDUM NUMBER 6 June 14, 2002 RFP NO. 02-11 R EXHIBIT xV DESIGN/BUILD OF FIRE STATION, DEVELOPMENT SERVICES BUILDING AND PUBLIC WORKS STORAGE BUILDING After further discussion and consideration, the City is including the following item, which is issued to either add to, modify, and/or clarify the proposal requirements. �. Please include a commercial grade kitchen with appropriate commercial appliances to the fire station facility. All other requirements remain the same as contained in the original RFP documents, including any addenda. Please sign below and submit this addendum with your proposal. If you have any questions regarding this addendum, please call (954) 724-2450. Lynda S.- Flurry, CPPO Purchasing and Contracts Manager c: Evaluation Committee Company Name Authorized Signature Date 7525 NW 88th Avenue ■ Tamarac, Florida 33321-2401 M (954) 724-2450 ■ Fax (954) 724-2408 ■ www,tamarac.org Equal Opportunity Employer EXHIBIT "B" PROPOSALFORM FOR DESIGN/BUILD OF FIRE STATION, DEVELOPMENT SERVICES BUILDING AND PUBLIC WORKS STORAGE BUILDING RFP 02-11 R SUBMITTED TO: City of Tamarac Purchasing & Contracts Manager 7525 NW 88`� Avenue Tamarac, Florida 33321 1. The undersigned Offeror proposes and agrees, if this Proposal is accepted, to enter into an Agreement with CITY to perform and furnish all work as specified or indicated in the Proposal and Contract Documents for the Contract price and within the Contract time indicated in the Proposal and in accordance with the other terms and conditions of the Proposal and Contract Documents. 2, Offeror accepts and hereby incorporates by reference in this Proposal Form all of the terms and conditions of the Request for Proposal and Instructions to Offerors, including without limitation those pertaining to the disposition of Proposal Security. 3. The Offeror has become fully informed concerning the local conditions, and nature and extent of work, and has examined all Contract Documents. 4. Offeror has given the Purchasing and Contracts Manager or designee written notice of all conflicts, errors or discrepancies that it has discovered in the Contract and/or Proposal documents -and the written resolution thereof by the Purchasing and Contracts Manager or designee is acceptable to Offeror. 5, Offeror proposes to furnish all labor, materials, equipment, machinery, tools, transportation, supplies, services, and supervision for the work described as follows: DESIGN/BUILD OF FIRE STATION, DEVELOPMENT SERVICES BUILDING AND PUBLIC WORKS STORAGE BUILDING NOTE: OFFERORS MUST DELINEATE DETAILED COST BREAK-OUTS ON ATTACHED SHEETS AND MAY ADD ITEMS PROVIDED THAT MINIMUM REQUIREMENTS AS SET OUT BELOW ARE INCLUDED. ® Page 1 of 4 m li0111►yi A B C D E F. G H 1. Offeror will provide services to the public for the following costs: DESCRIPTION -- FIRE STATION Site Preparation Create Wetland Mitigation Area Paving/ Grading/.Sodding Building (23,100 sf - two story) Fueling Station EOC_Allowance Electrical Service Professional Design Services Insurance and Bonds Wei re N 91 *41cil! rx*]► &I1:i1101 [*]► [91*13I ITEM DESCRIPTION — DEVELOPMENT SVCS BLDG A. Building_( 0 000 sf - two story) B. _Electrical Service C. Utility Building Facade TOTAL DESIGN/CONSTRUCTION COST ITEM DESCRIPTION — PUBLIC WORKS STORAGE BLDG A. Building (4,000 sf - one sto B. Electrical Service fire] IFA06144lei?V00]k,h11:11101C*7TK9191:31 REQUESTED ALTERNATES: A. Provisions for future trafficre-emption B. City Contingency C. All Other Scope Modifications Beyond Ori.ginal_Proposal TOTAL REQUESTED ALTERNATE(S) COST RFP 02-11 R Proposal Form Revised Page 2 of 4 6 TOTAL COST $ 467,398 $ 73,736 $ 90,093 $ 2,913,161 $ 3,989 $ 19,750 $ 20,000 $ 280,211 $ 87 896 $ 3,956,234 TOTAL COST $ 1,575,534 $ 12,000 $ 1-08�223 $ 1,695 757 TOTAL COST $ 336,776 $ 23,600 $ 360,,376 $ 1500 $ 100,000 $ 257,574 $ 359,074 Revision Date: 05/24/02 J M 7. Acknowledgement is hereby made of the following Addenda (identified by number) received since issuance of the Request for Proposal: Addendum No. 1 Date May 24 2002 Addendum No. 2 Date June 3. 2002 Addendum No. 3 Date June 7 2002 Addendum No. 4 Date June 7, 2002 Addendum No. 5 Date June 13,-2002 Addendum No. 6 Date June 14, 20.02 8, The following documents are attached to and made as a condition to this Proposal: (a) Proposal and Offeror's Certification (b) Certified Resolution (c) Offeror's Foreign (Non -Florida) Corporate Statement — (Not Applicable) (d) Certificate(s) of Insurance 9. PLEASE HAVE YOUR INSURANCE REPRESENTATIVE CAREFULLY REVIEW ANY INSURANCE COVERAGES AND CONDITIONS PRIOR TO SUBMITTING YOUR PROPOSAL TO ENSURE COMAPLIANCE WITH THE INSURANCE REQUIREMENTS OF THE INSTRUCTIONS TO OFFERORS. 10. The CITY reserves the right to award this contract on the basis of any combination of the above items, or all items, in which the CITY deems in its best interests. 11. The correct legal name of the Offeror is: Miller Construction Compan 614 South Federal Highway, Fort Lauderdale, Florida 33301 954-764-6550 Social Security No. or Federal I.D. No.: 59-145-2979 12. Communications concerning this Proposal shall be addressed to: Coty Fournier, Senior Vice President at the following address: 614 South Federal Highway, Fort Lauderdale Florida 33301 Submitted on June 26, 2002_ Proposers Name: C:� �-- �.r Page 3 of 4 s� NOTE: Proposal submittals without the manual signature of an authorized agent of the Proposer shall be deemed non -responsive and ineligible for award. TERMS: N/A % DAYS: N/A Delivery/completion: 368 calendar days after receipt of Purchase Order. NOTE: To be considered eligible for award, one (1) ORIGINAL AND SIX (6) COPIES OF THIS PROPOSAL FORM must be submitted with the Proposal. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Proposal is not being submitted at this time. Return the Proposal Form to avoid removal of Proposer from the City of Tamarac's vendor listing. Not applicable M Page 4 of 4 Ix OFFEROR'S CERTIFICATION WHEN OFFEROR IS A CORPORATION IN WITNESS WHEREOF, the Offeror hereto has executed this Proposal Form this day of axx� _, 20 0 2 I1-.Ce54 CvAJ577?UGTl0A/ 60NPIWY Printed Name of Corporation Printed State of Incorporation By: Signature o resi en or other authorized officer (CORPORATE SEAL) oT 4. FoU�,'J/f�— ATTEST: y , ,V Sec etary Printed Name of President or other authorized officer Address of Corporation 30 1 City/State;-'Zip Business Phone Number On this the 2G day of 20 0?., before me, the undersigned Notary Public of the State of dou , the foregoing instrument was acknowledged by of corporate officer(s) and hisiher/their corporate title(s)1 of ration and _ on rp (Name of coostate or place_�of incorporation behalf of the corporation. n WITNESS my hand and official seal. NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: PAMELA D. SHINE o MY COMMISSION K 1)0014)451 FXPI0.F5; Mach 13.219.K 1-E1C7(}1NCI 1'A{iV FL N ,Ty SelVI- & fiIXldN InC. rm (Name of Notary Public: Print, Stamp, or Type as Commissioned.) Personally known to me, or ❑ Produced identification: (Type of Identification Produced ❑ D I D take an oath, or ❑ DID NOT take an oath. Page 4 of 4 �I CERTIFIED RESOLUTION --� (Name), the duly elected Secretary of >-a�(Corporate Title'), a corporation organized and existing under the laws of the State of _ , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of - - _ _.,(Corporate Title) be and is hereby authorized to execute and submit a Bid andio Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid. Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further cerify that the following are the name, titles and official signatures of those persons authorized ro act by the foregoing resolution. NAME Give under my hand and the Seal of the said corporation this ( day of 1 20 (SEAL" ._ ec rG ta ry- Corporate(Title NOTE: The above is a suggested form of the type of Corporate Resolution desired, Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. �! �TITLE ,Q Page 1 of 1 Certificate of Insurance 5 ?DTI^iCAi= 'S rA,S A PAA`ER CF INFCn," 1P•TICN ONLY AVp CCNF n5 NC .R,.G i`a U?C;; YrL `a- C?Z'IFiCn HQLC ?_ IFiC?Tc !SNOT Qc7 NO-ATAENQ, EX-?NQ, CR r c? 7-HEViH?CUCIES L!STWD BELV4,LYAANO: This is tO Certify that MILLER CC,USTRUCTICN CC. 614 S. FE-DRRA.L HIGI jVIAY Namie a.d 7. LAUD`R�A,L�, , _ �a �-- Gd� ��� �r i .7RF.R"lY_= m u I uf ��'; V/QV,= Is, at :he issue date c= .nis ca 'nCate insured �y :he Ccr722ny under the pcii lies its:e '_ insurancw a: Crded J thE i_t__ :ne,, is sut all the:, :en~s, exc.,siC�s End Corditicns and is nc: ;i:v.M vy G^y r=cuireme,^,:, tsnm Cr a,cy c ...1 t or c:h. ce e may 'ce asu TYPE CF POLICY EXP. pA PCL'CY PiUM �R UP11 CF LI =I �//^^ � SA INN ' i I II G7'1E7AL LIABIL!TY MACE i Rc-�.v D�.7TE I � i AU I C'MC,fL_ LIAFILI I `( C'7r01!2C'-2 j X �" CGI i iCNPL CC`.ti�1E`JTS I �1-,.. •-�GCCaCr--�, ./ 1 .A�L:I( W2.rr,;•�C.. i sPg'-,.. car'rlca:.. =_xclrsdcn aa:e ....cr,;;,�ce',.s or e:aarlced ;e:-r,• you '.v:i; t•? nctriec „ CCve:�gaC- AL NCTiCc, CHIC: .,NY P[gdCN `V=O. 'JJITFJ INTENT TC OE==RUC 4R 1NCVJIPIG AN A?P! ;CATiC,`J OR =1L=3 - CLAi�v' `J'.IINING A ?ALS= C.q'Cc: —_,- iVE S"„ EMENT , '�C;�.'T.�Tirle-�.AUO A3A1NST A,V i^JaUrcE.'�. SIJ ::.11Tj ^;, -�. __... •-_ ?� �UILT'(C �NSUFArJOy=RA!iC I�dPCRT:;`JT NOTICE TC FLCR�OA PCLiC',, HCLCcRS AND CER EFICAT= IN T = _JE`JT'(CU HAVE,',NY_Q--S7!CNS C= - = :NF,7RI,!;,7:CN RECUT T; i5 OEi- FiCATE ='�R AN'( ==ASCN =: cE - I c ---'" _ NE_0 -4 C:'NTAC, vCI.R L^C:AL S:.LE- r-CDUC=R. '.VHCSE NA,�1E ;,;JC "" --HCtJE VU`AHE.R .lP��=RS IN TH=' ^',v=_R :FIuHT HA;JC CCRNER C. THIS CDRT1FiCA7E_ THE APFRCFR.:.-'E ! C A - -- - C L SPLE3 aF=iCC MAILING :.OaF_a5 MAY ALSO NOTICc OF :ANC2LLa-ON: (NOT APFLiCA, L`_ UNLESS A NUmsE= CF wAYS's c^JTE.REC EE'_tiw.) EE; ':,R= -RESTATEDE(PIRAT;ONCATE �E0,'MPA.YY4VIL:.,VCTCAN C-L'C,9.REDUCE-:HEiNS'JP,:,"IC=_AF=ORCE'] UNDER T'HE A?CVE POUCIca" UNTIL AT Laa.ST XX CAYs— ,NCTICE OF 3UCH CANCELLATION HAS 9E°N MAILED TO: 1 f__ City cf Tarnarac Cc ATE 1 525 N.W. 88_h Avenue HQL�,A K7 r/ ! ,tames R. F =! J y Al T:iO?I<ED RE:.=EZcN7A-INc nn -ter ] ] ''') .'�. Laud�rd4le. rL (8CQ) 5d2'JC..... C6/LF/'^!A ., .a. Tamarac, FL 33JZ1 C�.�Cc P!-CiNE NUMEE.7 CA 7 a .;SZUEr � 1 i nts cwr i;icy[e is-xecuted by USED i ( ML1 JAL INZURANCE � RCU?- as r espac:s suc insurance as is arcrded by T hcse J ACORo CERTIFICATE OF ! DATE (MM10C.-rY) � LIABILITY INSURNC�7.CPO° i 02/0s/02 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION UCER ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLLER. THIS CFRTIFICATc DOES NOT AMEND, EXTEND OR eway-asurar,cp cer.� r FGa ALTER THE, COVERAGE AFFORDED SY TnE POLICIES BE: OW,t 0 Fi . Oak' a = = a_:[ BI VG • Laude__4a�a � 33311 INSURERS AFFORCING COVERAGE 954-735-33CC 7a:c:55ti-735 28 2 I lNSUR=•C y !NSURER� e'aSSOCZaCEC-:1Gl�SCr 1 lNSL;Rc.R E: C__^_EZ SINSURER now �S E14 S. _ e^b=al wa-v NsuRER O. - �c La car�-1e "333D� I NSUREP COVERAGES C lN3JR�C; Sc-C'i✓HAVE C=-N ISSUc7 70 E INSUri _ _ CVc F']R TH==OLic•,' oE_.IGC L`.C!c:.-ECG. r;C�PJIT"5 .�NCI^JG rIE ?CL'.C:ES _'S-?7 REC'UIP,?`AE^!-..??,"d O ...�NCIT.CN v^F AN`.` =NTFA,-_ C_R C . ,R DCCUr.tE�t_.PA'c: n�v==�.. TD wH.!Cr. CC?.�.''C. nN`! -.5 lAAY ?EzT:+IN r'c N3L `ICE L-C 3Y Y;+ zCL'C'ES 'CESCF:5=D HE?; `i .. 'C _-'. ' <�S G Is C CC^ICI7CNS JC:a ;:EEN RE]UCEC Evr- .r TYPE CP INSuR;,rrCE PCL!G'! NUM SFR �CA,E'M.`r1ICC�, ..TE iirilA;G7/Y•'1 GENE:�AL L!A2!L!7Y �I CCr,irnERCIAL G� ,EF.>'� i' I 11 " — EN'LAG�RE�'7c'_...„ AN" ALTO ..OWN,E:1 A'JTCS AU72S . .�.EC 4UTCS N0N-.C'n'r;E I i GARAG='_!AF1'_'7Y E:.tCZSS LiAE117( 1 i WCRKERS CC%IPcNSAT:CV AN'J -.. L!AE1Lt720Cw323270 CTHER F!n= _.. PdACc '.Any cr'e'ir3, a � _ I NJUR`( .I 9CC L, :NJJ�" 03/01/02 G3jC�!C -c:., c:U�V- =000:0 - .Clscu.3E- EVP_C _ s V00000 CESCRIP ; RCN OF uPGR.4T1C`:S:LCC:+T1CNSr'VEIICLE:.IE:SCwU51CNS .AuCEC P.'."_*ICGRSE!dE!JT/Si'ECIAL ?RCV131CN5 CERTIFiCATE HOLDER N I ADDITIONAL!NSUR2C; INSURER LE' wR! CANCEI LA T ION I SHOULD ANY OF: 7HE?.9CVE CE��•�IP�7 POLICES SE CANCZLLcO 5EPCRE THE vYF`C .RtiT! T,a G-Q1 DATE THEREOF, E ISSUING INSURER',VILL EIdCEAVCR TO MAP DAYS'WRI`c)! TH :NCTICE TO THEE C-=R7FICA7E HCLCER NAMED TO 7HE LEFT. 3U7 FAILURE 7C CO SC SHA'_'. C-mv OF m kCLAC IMPOSE NO GEL;GAnCN OR LIA'IL:'v CF ANY KIND UPCN THE INSURER, ITS AGENTS ZIR Es✓�' 7525 N- v. 98 .]TJ� REPRE3FN7A7VES. 23321 AUTHORIZ7R£PRFSE1, V TACCRd CORPGRATION 1°88 ACORD 25-S (7197) 5"7 1 MILLER Q11`iw7:i -;_ari. FA03 STATE OF FLORIDA) Miami -Dade County ) ss: COUNTY OF BROWARD) Miller Construction KNOW ALL MEN BY THESE PRESENTS, that we, Cam��nv _, as Principal, and Lumbermens :Mutual Casualty .Comoany as Surety, are held and firmly bound unto the City of Tamarac, a municipal corporation of the State of Florida in the penal sum of: Five Percent of Amount Bid------- Dollars (S 5i, ) lawful money on the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying Bid, dated June 26 , 2002 for: Design/Build of Fire Station, Development Services Building and Public Works Storage Buildin- 110111 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate (b) If said Bid shall be accepted and the Principal shall properly execute and deliver to said City the appropriate Contract Documents, and shall in all respects fulfill all terms and conditions attributable to the acceptance of said Bid, then this obligation shall be void: otherwise, it shall remain in force and effect, it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall in no event exceed the amount of this obligation as herein stated. The Surety, for value received, hereby agrees that the obligations of the said Surety and its bond shall be in no way impaired or affected by any extension of time within which said CITY may accept such Bid; and said Surety does hereby waive notice of any extension. Page 1 of 2 S5 -EP or 71f 1 1'7� I �7 1�• 4'�,'�� r it rr•j r'A(�C e`-: Signed and sealed this 24th IN PRESENCE OF: (AFFIX SEAL) day of June , 2002. Miller Construction Comnanv__ _-..--.. Principal 614 S Federal Highway Business Address Fort Lauderdale, FL 33301 City/State/Zip 954-764-6550 ATTEST: Easiness Phone as per attached Power of Attorney Lumbermens Mutual Casualty Company Secretary Surety" ATTEST: By / AJ114 Mary C. Aceves, Attorney -in -Fact Secretary Title Attorney -In -Fact' e� �By Mar C. Aceves, Attorney -in -Fact 'Impress Corporate Seal Page 2 of 2 J POWER OF ATTORNEY Know All Men By These Presents: That the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, corporations organized and existing under the laws of the State of Illinois, having their principal office in Long Grove, Illinois (hereinafter collectively referred to as the "Company") do hereby appoint Mary C. Aceves , Warren M. Alter , Charles D. Nielson , Charles J. Nielson and Laura Clymer of Miami Lakes , FL (EACH) their true and lawful agent(s) and Attorneys) -in -Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as their act and deed: M Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or underta;lking which guarantees the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein - This appointment may be revoked at any time by the Companv. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal office in Long Grove, Illinois. This Power of Attorney is executed by authority of resolutions adopted by the Executive Committees of the Boards of Directors of the Company on February 23, 1988 at Chicago, Illinois, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attornevs-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company therFto, bonds and undertakings, recognizances, contracts of indemnity -and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Pov; er of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adapted by the Executive Committee of the Boards of Directors of the Company at a meeting duly called an•j held on the 23rd day of February, 1988: "VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company." FK 09 75 (Ed. 09 01) Page 1 of 2 Printed in U.S.A. M In Testimony Whereof, the Company has caused this instrument to be signed and their corporate seals to be affixed by their authorized officers, this January 17, 2002. Lumbermens Mutual Casualty Company Attested and Certified: American Motorists Insurance Company American Manufacturers Mutual Insurance Company z !.A InRi ,y3 ca+oF� F and uno s y ` y 5'AL 2 Ccvcp.rwX Y R ta� K. Conway, Corpor e Secretary Gary J. ly, nior Vice Pre s t STATE OF ILLINOIS SS COUNTY OF LAKE SS I, Maria I. Omon, a Notary Public, do hereby certify that Gary J. Tully and John K. Conway personally known to me to be the same persons whose names are respectively as Senior Vice President and Corporate Secretary of the Lumbermens %lutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, Corporations organized and existing under the laws of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seals and delivered the said instrument as the free and voluntary act of said corporations and as their own free and voluntary acts for the uses and purposes therein set forth. "TF�I��L S�At " � ,. Cti10R: ,rt,eLC.Sra(cC� U.!iJOIS CERTIFICATION Maria I. Cmori, Notary Public My commission expires 9-1 7-03 I, J. K. Conway, Corporate Secretary of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company, do hereby certify that the attached Power of Attorney dated January 17, 2002 an behalf of the persons) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Gary J. Tully, who executed the Power of Attorney as Senior Vice President, was on the date of execution of the attached Power of Attorney the duly elected Senior Vice President of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Lumbermens Mutual Casualty Company, the American Motorists Insurance Company, and the American Manufacturers Mutual Insurance Company on this 24t:h day of June 20 02 `•III(1 ^r'y� `^CCa'CF ATE l an llL'n015 ^a C :CRf ❑n •'IQX 3 s-1L i F John K. onw ay. Corporate cretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. Home Office: Long Grove, IL 60049 1% O'9 75 (Ed. 09 01) Page 2 of 2 0 Printed in U.S.A. NON -COLLUSIVE AFFIDAVIT State of ) )ss. County of ) deposes ,i id says tlfi'at: being first duly sworn, 1. He/he is the� Yc�.c C2�,t��� (Owner_, Partner, Officer Representative or Agent) of the Offeror that has submitted the attached Proposal; 2. He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; 1 Such Proposal is genuine and is not a collusive or sham Proposal; 4. Neither the said Offeror nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Offeror, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Offeror, firm, or person to fix the price or prices in the attached Proposal or of any other Offeror, or to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Offeror, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; 5. The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Offeror or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and_ -delivered in the presence of itn ss il I I Ii ess OR Page 1 of 2 i �MMMA rinted Name Title M. J State of Florida County of L On this the -�- & day of u-4,-e- , 2002, before me, the undersigned Notary Public of the State of Florida, p onally appeared C20?� z . 001e.,v/ Coe--� and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are subscribed to within the instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: PAMELA D. SHINE MYCI.)MMI1ti11.)!. At {)f)(NAStI L.X PI R FS- M2rCh 13- 2ift OF I -WO SNOTAAY FL Notary Savlca & E3anUtnq, InC. NO"LIC, STATE OF FLORIDA Al-�r-m r l C- �- ,qh n 2 (Name of Notary Public: Print, Stamp, or Type as Commissioned) X Personally known to me, or ❑ Produced identification: (Type of Identification Produced) ❑ DID take an oath, or ❑ DID NOT take an oath Page 2 of 2 MM Page 5 Addendum #3, RFP 02-11 R June 3, 2002 OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac Purchasing and Contracts Manager ADDRESS: 7525 NW 88'h Avenue Tamarac, Florida 33321 Check One Submitted By: Miler Construction Company X Corporation Name. Coty L. Fournier Partnership Address: 614 South Federal Highway Individual Principal Office: same as above Other Telephone No. 954-764-6550 Fax No: 954-764-5418 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offeror is: Miller Construction C The address of the principal place of business is: 614 South Federal Hiqhwav, Fort Lauderdale, FL 33301 2. If the Offeror is a corporation, answer the following: a) Date of Incorporation: March 29 1973 — amended October 15 1992 b) State of Incorporation: Florida c) President's name: Harley W. Miller d) Vice President's name: Coty Fournier/Senior Vice President Ed Cox/ Senior Vice President Michelle Snow/ Senior Vice President e) Secretary's name: Virginia I. Miller f) Treasurer's name: Harley_W. Miller _ g) Name and address of Resident Agent: Thomas J. Miller a Page 6 Addendum #3, RFP 02-11 R June 3, 2002 3. If Offeror is an individual or a partnership, answer the following: a) Date of organization: b) Name, address and ownership units of all partners: c) State whether general or limited partnership: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? Twenty 20 ears d) Under what other former names has your organization operated? _Associated Construction Services, Inc. March 1973 — June 30, 1982 d/b/a Miller Construction Company July1982 — October 12, 1992 Miller Construction Company, a Florida Corporation October 12, 1992 to present 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this bid. Please attach certificate of competency and/or state registration. State of Florida - General Contractor Thomas J. Miller GC — C001348 Harley W. Miller GC — C010840 8. Have you personally inspected the site of the proposed work? X YES NO 9. Do you have a complete set of documents, including drawings and addenda? X YES NO 10. Did you attend the Pre -Proposal Conference if any such conference was held? X YES NO r� N Page 7 Addendum #3, RFP 02-11 R June 3, 2002 11. Have you ever failed to complete any work awarded to you? If so, state when, where and why: No 12. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representatives of owners with the most knowledge of work which you have performed and to which you refer (government owners are preferred as references). Name Address Telephones__ _will Trower NBHD 303 SE 171Street_ Ft. Lauderdale, FL 33316 _ 954-355-5978 Jerry Goddard. U,SPS 4000 DeKalb Technology Parkway Atlanta, GA 30340 770-454-0608 Diane Butchelder CDTC 417 S. Andrews Ave., Ft._Lauderdale, FL_33301 9544-7281040 Ernie Ladich, NBHD 303 SE 17` Street, Ft. Lauderdale FL 33316 954-355-5978 13. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). Please refer to attachment "Pertinent Experience of Key Individuals_ in Miller Company" on following page. 14. State the name of the individual who will have personal supervision of the work: Tom Livera. Proiect Manaaer 15. State the name and address of attorney, if any, for the business of the Offeror: Akerman & Senterfitt 350 Past Las Olas Boulevard. Suite 1600 Fort Lauderdale, FL 33301 16. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Offeror's business and indicate the percentage owned of each such business and/or individual: Tom Miller - 1809 SF 7`h Street, Fort Lauderdale, FL 33316 Harley Miller - 2501 SF 8`h Street, Pompano Beach, FL 33062 17. State the names, addresses and the type of business of all firms that are partially or wholly owned by Offeror: Miller Estate Homes Miller Properties 614 South Federal Highway614 South Federal Highway Fort Lauderdale. FL 33301 Fort Lauderdale, FL 33301 no Page 8 Addendum #3, RFP 02-11 R June 3, 2002 18. State the name of Surety Company which will be providing the bond, and name and address of agent: Nielson Alter & Associates Charles J. Nielson 5979 NW 151 Street. Suite 105 Miami Lakes Florida 33014 19. Bank References: Bank Address Telephone Bank of America One Financial Plaza, 10"' FI. 954-765-2047 Greaory Milford Fort Lauderdale. FL 33394 20. Attach a financial statement including Proposer's latest balance sheet and income statement showing the following items: a) Current Assets (e.g. cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials, real estate, stocks and bonds, equipment, furniture and fixtures, inventory and prepaid expenses): b) Net Fixed Assets c) Other Assets d) Current Liabilities (e.g. accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, real estate encumbrances and accrued payroll taxes). e) Other Liabilities (E.G. capital, capital stock, authorized and outstanding shares per values, earned surplus, and retained earnings). 21. State the name of the firm preparing the financial statement and date thereof: Madsen. Sano. Mena. Rodriguez & Co.. PA 22. Is this financial statement for the identical organization named on page one? X YES NO 23. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g. parent -subsidiary). ME EXHIBIT "B" V o T Z C M �z�cc V W CDS�( Ot�i ZCdN� Q� O d m F^ S c a�pa [A N m V v S crvox sn.1 vlH G aU r�: FXNIRIT `W no new riru aumun EXTERIOR WALL CONSTRUCTION Um The exterior foundation consists of poured in place concrete pad/spread footings and foundation wall. The primary structural frame shall be tilt -up concrete exterior load bearing walls and PSI concrete floor slabs, roof slabs and concrete interior columns. A stucco and "Texcote" finish is proposed on all vertical masonry and concrete surfaces, painted to develop and be consistent with the complex scheme. The colonnades shall be poured -in -place concrete with conventionally framed sloped roofs. The roofing system shall be clay tile. EXTERIOR WALL / INTERIOR SKIN The interior skin of the exterior wall system features metal studs with R-5 rigid insulation covered with 5/8" gypsum board. All interior spaces will be finished in accordance with the City of Tamarac's guidelines and finishes will be selected in accordance with sustainable design principles, where appropriate. EXTERIOR WINDOWS The exterior glazing system shall consist of tinted, impact resistant vision glass (9/16" thick low - emissive glazing) on natural aluminum anodized mullions. The building windows shall express the building's structure and articulate the governing architectural style. Where appropriate, spandrel glass panels are used. These panels will have a black opaque finish and will conceal interior structure, ceiling cavities, and mechanical elements. EXTERIOR DOORS Exterior Entrance Doors - The main entries are swing -type aluminum doors (with glazing) in a storefront system, with doors, sub -frames, transoms, adjoining sidelights, adjoining window wall system, trim and other accessories as shown on the drawings. The glass entry systems will be rated/tested impact resistant assemblies. The aluminum framing will have a natural anodized finish. Hardware for these doors shall be hard aluminum or stainless steel. Exterior Utility Doors - Exterior utility doors consist of doors that are NOT main entry locations. Exterior utility doors are to be swing -type hollow metal doors with 2" hollow metal frames and flush detailing at the openings. Miller Construction Company Y IV' TP+.'0 _.w, aF�. �� �,�,�� �-�� ��.�',; rr i.y�,a "1r s '`' � v '�� �_�• �'"k`i �lMa+. s-w}.�... EXTERIOR SECTIONAL DOORS Exterior sectional garage doors shall be pre -finished steel and shall include all tracks and operating devices. The doors shall be electrically operated. Each door shall be designed to accommodate the requirements of the current code regarding impact resistance and wind loading. ROOF COVERINGS Sloped roofing shall consist of Cement "S" tiles fastened to metal channels over 90 lb. mineral surfaced felts on 30 lb. felts installed over 3/4" thick nailable roof substrate. This system shall be installed over 1-1/2" 22 gauge metal roofing on prefabricated wood roof trusses. The sloped roof feature shall be consistent with the new complex architecture in both profile/slope and finish. This roofing system shall comply with FM.120 requirements. LOW SLOPED MEMBRANE ROOFS Low sloped roofing is to be a modified bitumen (SBS) roof system composed of 3-ply modified bituminous membrane over lightweight insulated concrete on 4-3/4" thick structural concrete deck, and having a 10-year No Dollar Limit Warranty. Drainage will be through internal roof drains and supported by emergency overflow drains. Insulation value of roofing is to be R-20. This roofing system shall comply with FM.120 requirements. INTERIOR CONSTRUCTION Interior Fixed Partitions - Interior partition walls are constructed of 5/8" thick gypsum wallboard on metal studs, and water-resistant wallboard on metal studs, as indicated on plans. All interior partition walls to be finished with ceramic tile shall be constructed with 112" thick cementitious board. Training Rooms, selected offices, conference rooms, and toilet rooms are to have full - height walls with acoustical batts for privacy. Interior Windows - Interior windows occur in areas where views to adjoining rooms are necessary. These windows shall have tempered glazing in hollow metal frames at sizes shown on drawings. Interior Doors - Interior doors include hollow metal doors. All hollow metal interior doors will have 2" hollow metal frames and be 7 feet in height. Door frames are to be hollow metal, non -galvanized and painted. Fire -rated door assemblies are provided in fire -rated wall assemblies indicated on drawings and are constructed to resist the passage of fire and smoke. 0 Miller Construction Company SPECIALTIES Visual Display Boards - Fixed marker boards with marker rails will be provided in all Training Rooms, and Conference Rooms. Flagpoles - Flagpoles (2) shall be 30" h. prefinished aluminum. Provide one state and one U.S. Flag. Lockers - Locker facilities are located in the Sleeping Quarters and Locker Rooms. These lockers are to be full height prefinshed metal lockers 14" wide. Kitchen Equipment - All kitchen cooking equipment shall commercial grade equipment. Provide all necessary hoods and fire suppression systems. Toilet, Bath, Locker and Laundry Accessories - All toilet rooms shall have provided: Bobrick or equal, soap dispensers, mirrors, toilet paper dispensers, folded paper towel dispensers, grab bars, paper towel receptacle, garment hook and metal shelf. In women's water closet stalls sanitary napkin disposers will be provided. Accessories will be semi -recessed. Each toilet room will have one full-length mirror, and each lavatory counter will have one large frameless mirror. At each wall - hung lavatory, a 2436-framed mirror will be provided. Janitor's closets shall have mop racks and shelves. Accessories finish will be stainless steel with a satin finish unless otherwise noted. Toilet partitions are to be plastic laminate, floor mounted overhead braced, and wall hung with corrosion resistant fasteners and brackets. MILLWORK Countertops at restrooms and kitchen are to be plastic laminate. INTERIOR STAIR CONSTRUCTION & FINISHES Interior stairs will be steel stairs with concrete pan treads, closed risers, and painted pipe handrails at required heights. Interior stairs are to be exposed concrete. INTERIOR FINISHES Gypsum Board Assemblies - As indicated on plans, gypsum board panels, water-resistant gypsum board panels, cementitious backer board, and gypsum panels for walls, ceilings and soffits will be Miller Construction Company Y provided for non -loading bearing interior partitions. These panels will be installed over light -gauge metal framing and have tapered edges. Ceramic Tile - In toilets, shower rooms, and shower stalls, ceramic the shall be used on the walls and floors. Ceramic tiles (4"x4" wall) (8"x8" floor) shall be installed as a base and as a wet wall surface. Ceramic the walls will be backed by cementitious backer board as required and will be full height of shower walls. All other walls are to be epoxy paint, except as required by code. Lobby and first floor areas shall be 12"x12" tile with base. All bases and edge pieces shall be factory bullnose. Interior Wall Painting - Final interior paint colors and finish shall be selected. Paint materials shall be by Porter or Benjamin Moore. Wall Trim and Decoration - Rubber base trim at 4" in height is standard throughout the facility in carpeted or VCT areas. FLOOR FINISHES Concrete Floor Finishes - Concrete floors in the apparatus bays, support and apparatus storage areas shall be painted with polyurethane enamel and slip resistant textured finish. Resilient Flooring - Resilient flooring includes vinyl composition in "back of house" areas. Vinyl composition flooring shall include a rubber base. Carpet Flooring - Carpet flooring includes direct glue, loop pile carpet. Carpeting shall be the primary floor finish in all administrative areas, unless otherwise indicated. CEILING FINISHES Gypsum Board Ceiling Finishes - Painted water-resistant gypsum board will be used on ceilings at wet locations such as showers and toilet areas. Painted gypsum board soffits occur at transition areas where acoustical ceiling tile grids meet. Access panels are to be painted to match gypsum board ceiling. All penetrations are to be caulked. Acoustical Ceiling Treatment - Acoustical ceiling tiles are provided throughout the new facility. These tiles shall be 24"x48°x5/8° Second Look (scored to 24" x 24") standard face finish and all areas except toilet/shower area. All toilet/shower shall have mylar faced coated panels and have superior sag and humidity resistance. Tiles are to be suspended on channel moldings and shall Miller Construction Company H have a standard square edge profile. Tiles will be coordinated with all supporting work and penetrations including light fixtures, HVAC equipment, etc. CONVEYING SYSTEMS We will provide one passenger elevator with painted enamel steel doors and frames, to accommodate vertical circulation through the Fire Station Building. This elevator will be provided with plastic laminate interior panels. Elevator cabs will have ceramic tile flooring to match corridors. MECHANICAL All mechanical work shall be performed in accordance with the latest version of the following standards and codes; NFPA, ASHRAE, SMACNA, and Florida Building Code. The following general assumptions and engineering analyses have been incorporated into our outline specifications and conceptual design as applicable for each building usage. Design Conditions Summer: Outside: 911 F dry bulb, 7811 wet bulb Inside: Occupied Areas: 750 F dry bulb, 50% humidity Mechanical/Electrical: 800 F dry bulb Winter; Outside: 470 F dry bulb Inside: 700 F dry bulb Building Envelope • Roof U Value: 0.05 BTU/Hr./SF/°F. Built-up roofing on rigid insulation on concrete deck. • Wall U Value: 0.10 BTU/Hr./SF/° F. Insulated tilt -up and/or insulated block wall • New Glass: 1/4" single glazing with low E coating, U Value: 1.0, Shading Coefficient: 0.60 • Venetian blinds, normally open Internal Loads People: (16 firefighters, 100 square feet per person in admin. Areas) Lights: Fire Station (Fire Engine Room 0.7 Watts psf, Bedroom 1.1 Watts psf) Miller Construction Company 111 Floor - Indoor central station air handling unit with a 'changeover -bypass VAV' control system (similar to VariTrac or approved equal), located in a first floor mechanical equipment room. This unit will be coupled to a remote mounted compressor/condenser unit, located on the roof, VAV terminal zone dampers will be provided for room/zone control to cool and heat the spaces. Electric heaters will be provided in selected zones to offset exterior wall and roof losses. The HVAC system shall provide a minimum pressure of 5% of the total supply air to the space. Estimated total cooling load: 30 tons. 2nd Floor - Indoor central station air handling unit with a `changeover -bypass VAV' control system (similar to VariTrac or approved equal), located in a second floor mechanical equipment room. This unit will be coupled to a remote mounted compressor/condenser unit, located on the roof. VAV terminal zone dampers will be provided for room/zone control to cool and heat the spaces. Electric heaters will be provided in selected zones to offset exterior wall and roof losses. The HVAC system shall provide a minimum pressure of 5% of the total supply air to the space. Estimated total cooling load: 35 tons. Stand -By HVAC System - An additive alternate price will be submitted for providing a dedicated split DX system (approximately 3.5 tons), with associated ductwork, piping and controls, serving the Meeting & Training room and its associated office. This room has been designed to operate as an EOC (operations center in case of an emergency) and this stand-by HVAC system will be connected to the emergency generator; only operating in the event of the loss of primary power or the second floor HVAC system (described above). Air Distribution Systems - Primary supply ductwork (between the air handling units and the VAV terminal zone dampers) will be galvanized steel, medium pressure ductwork, and will be constructed to a +4"w.g. SMACNA standard with all transverse joints and longitudinal seams sealed. Ductwork downstream of terminal units will be low pressure ductwork, constructed of rigid fiberglass board, constructed to a 1 "w.g. SMACNA standard with all transverse joints and longitudinal seams sealed with pressure sensitive tape. The space above the ceiling will be used as a return air plenum, with ductwork from the plenum to the air -handling unit. The mechanical room shall not be used as a return air or outdoor air plenum. Ventilation - Outdoor air for this facility will be provided to the HVAC units at a constant rate of 20 CFM per person, or as required to make-up shower/restroom and kitchen exhaust, whichever is greater. Kitchen - The first floor kitchen serving the firefighters will be equipped with a commercial cooking hood with a packaged supply/exhaust fan system. Miller Construction Company • Sinks located in lounges and break rooms shall be stainless steel, counter -top style. Hot water heater tanks shall be provided at these locations. Faucets shall be ADA compliant, chrome plated with swivel gooseneck spout. • Mop sinks shall be molded stone 24x24x10 with chrome plated dual -wheel faucet. Sanitary Waste and Vent — as follows: • Individual waste and vent stacks at each fixture group extending vertically down to below floor, then collecting and extending 5'-0" outside building. • Three-inch outlet floor drains shall be provided in all mechanical rooms and toilet rooms. • All floor drains shall be vented and provided with trap primers. • Vents shall be collected and extended through the roof in multiple locations. • Below Grade: Piping material shall be schedule 40 PVC. • Above Grade: Piping material shall be U.S. manufactured no -hub cast iron or schedule 40 PVC, type DWV, ASTM D1785 (PVC pipe shall not be used in areas with return air plenums). For Apparatus Bay Floor Drains Only - Floor drains from the apparatus bays will be routed through an oil/water separator prior to connection to the sanitary sewer system. Domestic Cold Water — as follows: • A system of domestic cold water shall be supplied to all plumbing fixtures and to all equipment requiring domestic cold water. Distribution piping will run in the ceilings with branch lines feeding the areas. Shut off valves shall be provided at each major branch line, at each major fixture group and at each piece of equipment. Entire system is provided from city water pressure. • Insulation: Hot water mains and risers, and horizontal roof drainage piping shall be insulated with one -inch thick fiberglass preformed insulation with all -service jacket and PVC fitting covers. • Below Grade; Piping material shall be U.S. manufactured type "K" copper with wrought sweat fittings. • Above Grade: Piping material shall be U.S. manufactured hand drawn type 1" copper with wrought sweat fittings and 95-5 solder. • Hose bibbs shall be chrome plated with 3/4-inch hose connection, vacuum breaker and loose key tee handle. Provide hose bibbs in the maintenance bay areas, all mechanical rooms, and group toilet rooms. Exterior (flush mounted) wall hydrants shall be located ® along the building perimeter at 150-foot intervals. r, Apparatus Bays - The Apparatus bays will be ventilated by means of an exhaust system(s) and make-up air louvers providing between 6-8 air changes per hour. Fans will be roof mounted centrifugal exhausters, with make-up air drawn through wall louvers. An additive alternate price will be submitted to provide an emergency vehicle exhaust handling system; which will permit operation of the trucks within the bays by safely removing the vehicle exhaust fumes. System shall be similar to the Ventaire EVE system. It shall be roughed into the slab, and it shall include exhaust hose sections, and an electromagnetic adapter. Support Areas - The support and storage areas located along the south side of the apparatus bays will be ventilated/exhausted at a rate between 6-8 air changes per hour, divided into three zones from east to west. Each zone will have a separate fan (in -line or roof mounted) and associated ductwork. The hose tower, hose storage, generator room and site maintenance storage will comprise one zone. The large apparatus equipment and maintenance area will comprise the second zone and will include a two speed exhaust fan; permitting an increase in airflow (12-16 air changes) to help mitigate the smoke odor upon a return from a fire. The last zone will include the turn out, decontamination, oxygen storage, tools and laundry areas. PLUMBING Plumbing systems shall include domestic water, hot water heaters with tanks, sanitary waste and vent, storm drainage and HVAG condensate drainage. All utilities will extend to 54" outside of the building, with the Division 02 contractor continuing utility lines and making final connections to building services. • Plumbing fixtures shall be standard commercial type fixtures; and where required fixtures shall meet all ADA requirements. • Water closets shall be white vitreous china, elongated bowl, floor mounted, siphon jet type, 1.6 gpf, with open front seat and lever handle type flush valve. • Urinals shall be white vitreous china, wall hung, siphon jet type, low flow, with suitable carrier and lever handle type flush valve. • Lavatories shall be white vitreous china, counter -top style with dual handle chrome -plated faucet and chrome plated p-trap. • ADA lavatories shall be white vitreous china, wall hung with carrier, with sensor operated "hands -free" chrome plated faucet and chrome plated P-trap. • Electric drinking fountains shall be ADA compliant, wall mounted, dual height style. Miller Construction Company h =' Storm Sewer — as follows: • A system of roof drains shall be provided on flat roofs, and shall extend and collect into vertical leaders and extend to 5'-0" outside the building. Provide auxiliary drainage system for emergency overflow drainage. Terminate overflow storm drainage above grade in a manner that will be observed by building personnel. All roof drain bodies and all horizontal storm drain piping along the ceilings shall be insulated. Storm drain piping and fittings shall be the same as sanitary system. • Storm drainage from sloped roofs shall be accommodated by the architect and civil engineer, using gutters and downspouts, with collection below. Re -Fueling Tank and Emergency Generator Storage Tank Systems — as follows: • Provide 1000 gallon above ground, double wall, (steel) diesel re -fueling storage tank (similar to Fireguard), with associated support, piping, fittings, and controls including, but not limited to: side mounted diesel fuel dispenser, safety valve and tank mounted pump, level indicator and monitor, valves, leak monitoring and alarm, fill, vent and supply connections. • Plumbing contractor shall coordinate with Electrical Contractor for fuel piping associated with diesel fuel storage tank for the emergency generator. Tank (500 gal.) provided by Electrical Contractor, see Electrical Narrative, Compressed Air System — as follows: • Submit Additive Alternate price to provide a packaged compressed air system for compressed air needs in the apparatus bay areas, (tire inflation, small air tools, etc.). System will be complete and include: 2 HP electric compressor (tank mounted); 30 gallon stationary ASME air tank with safety valve, tank drain, pressure gauge, filter and water separator, and tank shutoff valve; adjustable setting pressure switch in NEMA 1 enclosure, motor starter and disconnect. • Provide distribution piping from compressor to outlets in the apparatus bay (located on columns between overhead bay doors). Piping shall be galvanized steel or copper with quick disconnects at the bay outlets. Valve off each outlet. Miller Construction Company "-�•nm-.� gin` FIRE PROTECTION Alternate: Submit Additive Alternate price to provide complete automatic wet -pipe sprinkler system, designed in accordance with NFPA-13, National Fire Prevention Code and the local codes throughout new Fire Station. Provide wall -mounted fire extinguishers, where required, throughout new fire station. Fire Suppression Piping: Below grade = Ductile iron Above grade = as follows: • Standard weight steel pipe, schedule 40 through 6-inch, schedule 30 for 8-inch and larger. Pipe ends may be welded, threaded or cut -grooved. • Thin wall steel pipe, schedule 10 through 5-inch, 0.134-inch wall thickness for 6-inch and larger. Pipe ends shall be roll -grooved or welded. • Threaded light wall pipe shall not be used. System requirements — as follows: Office space: Equipment rooms: Vehicle apparatus areas ELECTRICAL Light hazard, 0.14 gpm/sf over 1500 sf Ordinary hazard, 0.285 gpm/sf Ordinary hazard, 0.2 gpm/sf Power Distribution Design Criteria: Electrical Service — 800A, 277/480 Volt, 3 Phase, 4 Wire from a new FPL pad mounted transformer. Service Lateral — Two sets of 4-600 KCMIL each in 4" PVC conduit, with 2" minimum concrete encasement. Conductors shall be stranded copper, type THHW insulation. Main Distribution Panel — 277/480V, 3 PH, 4W, 35 KAIC, copper bus with 800A, 3P solid state trip main circuit breaker, and thermal magnetic trip branch circuit breakers. Provide 1 OOKA TVSS unit. Miller Construction Company Panelboards (Normal Power) — as follows: • Each Floor: One 250 Amp, 277/480V, 3PH, 4W, 35 KAIC, main lug only, 42 poles with bolt -on branch circuit breakers (1 per floor, total of 2). • Each Floor: One 250 Amp, 120/208V, 3PH, 4W, 22 KAIC, main circuit breaker, 42 poles, bolt -on branch circuit breakers with 250A feed-thru lugs (1 per floor, total of 2). Provide 80 KA TVSS unit at each panel. • Each Floor: One 225 Amp, 120/208V, 3PH, 4W, 22 KAIC main lug only, 42 poles, bolt -on branch circuit breakers fed via feed-thru lugs (1 per floor, total of 2). Panelboards (Emergency Power) — as follows: • One 125A, 277/480V, 3PH, 4W, 35 KAIC, main circuit breaker, 42 poles with bolt -on branch circuit breakers (total of 1). • One 150A, 120/208V, 3PH, 4W, 22 KAIC, main circuit breaker, 42 poles with bolt -on branch circuit breakers (total of 1). Provide 80 KA TVSS unit. Transformers (Normal Power) — Each Floor: One 75 KVA, 480V primary, 208Y/120V secondary, NEMA 250 Type 1 ventilated housing mounted on vibration isolators, and 4" thick reinforced concrete pad (1 per floor, total of 2). Transformers (Emergency Power) -- One 45 KVA, 480V primary, 208Y/120V secondary, NEMA 250, Type 1 ventilated housing mounted on vibration isolators and 4" thick reinforced concrete pad (total of 1). Emergency System — as follows: • One 80 KW, 277/480V, 3PH, 60Hz standby diesel generator with 125A output shunt -trip circuit breaker, controller, integral radiator, critical grade exhaust muffler, microprocessor controller, remote annunciator, battery charger, block heater, EPO switch and 25 gallon day tank. • Provide 500 gallon above ground, double wall (steel) diesel fuel storage tank (similar to Fireguard), with all associated supports, piping, fittings, and controls including, but not limited to: double wall fuel piping, valves, level indicator and monitor, leak monitoring and alarm, fill, vent and supply connections. Coordinate with plumbing contractor for installation • One 150A, 480V, 4 pole (switched -neutral), 65K close -on rated, automatic transfer switch in NEMA 1 enclosure. Miller Construction Company a ^."f"+�` ✓-fit ry < ':" ,� ?'x �; Ar .�:r � �. �'�� , frt�`<a4�.r� .� �=T��:_� �-�.,�9 � �'t^�c�. �. .� 1,,�i��+�^'� �F�s T �'f'-``sxa. =►w ._ FN Wiring Devices — All general use receptacles shall be NEMA 5-20R, 20 Amp, 125 Volt, 2 Pole, 3 Wire, heavy duty, specification grade, grounding type mounted in a single -gang steel box. Receptacles connected to normal power shall be ivory with an ivory thermoplastic wall plate. Receptacles connected to emergency power shall be red with a red thermoplastic wall plate. Not more than six (6) general use receptacles shall be connected to one circuit. Not more than three (3) computer receptacles shall be connected to one circuit, and each circuit shall have a dedicated neutral conductor. We will provide receptacles as follows: • Corridors — One receptacle every 30 linear foot of wall. • Offices — One receptacle for computer only, and one outlet on each of the remaining walls. • Office Equipment -- One receptacle for each piece of equipment on a dedicated branch circuit. • Sleeping Rooms — One receptacle on headwall and one additional outlet on an adjacent wall. • Conference Room -- One receptacle per wall. • EOC/Meeting Room, Day Room and Dining — One receptacle every 12 linear feet of wall. In addition, provide fifteen (15) floor outlets in EOC/Meeting Room, coordinate locations with proposed layout of tables. • Gym — One receptacle every 12 linear feet of wall, each on a dedicated branch circuit. • Kitchen -- One receptacle every 3 linear feet of countertop, plus dedicated branch circuits for a refrigerator, range, dishwasher, disposal, microwave and coffee maker. Receptacles with 6'-0" of water shall be GFI type. • Small Storage, Electrical, Mechanical, Telephone Rooms — One receptacle adjacent to entry door. • Large Storage -- One receptacle per wall. • Gang Toilets — One GFI receptacle at each end of sink and one receptacle at H/C sink. • Single Toilets — One GFI receptacle at sink. • Exterior — One GFI/WP receptacle at each entry door around the building perimeter. One GFI/WP receptacle within 25 feet of all mechanical equipment around building perimeter and on roof. • Apparatus Bay — One receptacle every 12 linear feet of wall. Miller Construction Company All receptacles located in the EOC/Meeting room to be powered from the emergency system. Selected receptacles located in the following rooms will also be powered from the emergency system: Apparatus Bay, apparatus equipment storage and support rooms, electrical rooms, generator room, kitchen and data rooms. Equipment — Appropriate normal and emergency power will be provided for all equipment including: HVAC equipment, kitchen appliances, kitchen hood, vehicle exhaust, roll -up doors, etc. as required. Lighting levels will comply with the Illumination Engineering Society (IES) requirements for each occupancy use. Interior Lighting — as follows: • Corridors - 2'x2' recessed parabolic fixtures with (2) U lamps, 277 Volt electronic ballast. 3" deep aluminum louvers, a cell. 12' on center. • Offices — Two 2'x4' recessed parabolic fixture with 3-32 watt T8 lamps, 277 Volt electronic ballast, 3" deep aluminum louvers. 18 cell. 6' spacing. • EOC/Training Room — 2'x4' recessed parabolic fixture 3-32 watt T8 lamps, 277 Volt electronic ballast, 3" deep aluminum louvers. 18 cell. 8' spacing, • Apparatus Bay -- Industrial high bay HID fixture with 1-400 Watt metal halide lamp, 480 Volt ballast, open aluminum reflector, 12' on center. One-half of the fixtures to have 120V emergency quartz restrike. Supplemental lighting to include wall mounted and pendant mounted industrial fluorescent fixture with 32 Watt T8 lamps, 277 Volt electronic ballast. • Single Toilets, Storage Rooms with Ceiling and Misc, — 2'x4' recessed prismatic acrylic lens troffer with 2-32 Watt t* lamps, 277 Volt electronic ballast. 8' spacing. • Storage Rooms, No Ceiling — 4' long industrial fixture with 2-32 watt T8 lamps, 277 Volt electronic ballast, wire guard. 8' spacing. • Elevator Lobby & Reception — 8" round recessed compact fluorescent downlight with 2-26 watt triple lamps, 277 Volt electronic ballast. 8' spacing. • Gang Toilets — Perimeter fluorescent lighting system with parabolic baffle, 32 watt T8 lamps, 277 Volt electronic ballast located over countertops. Supplemental lighting to include compact fluorescent shower lights and downlights with 26 watt triple tube lamps, 277 Volt electronic ballasts. • Sleeping Rooms -- 4' long fluorescent fixture with night light and pull chain at headwall, 2-32 watt T8 lamps, 277 volt electronic ballast, one per room. MCI; M • Emergency Lighting - In corridors every third fixture be connected to the life safety portion of the emergency system. In elevator lobbies and reception areas one half of the fluorescent downlights will be connected to the life safety portion of the emergency system. In common use areas at least one light fixture will be connected to the life safety portion of the emergency system. In apparatus bay, all high bay quartz restrikes shall be connected to the emergency generator system. • Exit Signs — Universal mount, LED type with polycarbonate housing marking all required emergency egress paths of exit. Exterior Lighting — as follows: • Exterior Covered Entries — Recessed compact fluorescent downlights with 2-26 Watt triple tube lamps, 277 Volt electronic ballast. 8' spacing. • Exterior Building Perimeter — Wall mounted rectilinear cutoff die cast aluminum metal halide fixture with 1-100 Watt lamp, multi -tap ballast, located at each entry and 35' spacing. • Exterior Site Lighting — Tenon mounted semi -cutoff square shoe -box with high performance segmented reflector, 1-400 Watt metal halide lamp, multi -tap ballast, mounted 35' above grade to a direct buried concrete pole. 100' spacing. Lighting Controls — as follows: • Apparatus Bays — Single pole, single throw switches for normal power lights and single pole, single throw switches for emergency lights. Each switch to control a lighting contactor that turns multiple circuits on at the same time. A minimum of four switch locations will be provided. • Corridors -- Single pole, single throw and three-way switches provided at multiple locations. • Offices, etc. with Multiple Fixtures — Two single pole, single throw switches located adjacent to the entry door. Each switch will control a separate fixture or row of fixtures. • Rooms with One Fixture — One single pole, single throw switch located adjacent to the entry door. • Emergency Switch override -- Each room that contains a life safety emergency egress light fixture will be provided with a light switch override relay and contactor that ensures emergency lights will illuminate regardless of switch position. • Exterior Lighting — All exterior lighting will be connected to a time clock and photocell, via lighting contactors, for on/off control. Miller Construction Company r '� IY ay fi w aP K .4 r a r s 7�u xiy aF v5w r. • Night Lights — Select emergency lights located at the main entries will be designated as night lights. These lights will not be connected to the local light switches resulting in 24/7 operation. Fire Alarm System - The system will be a non -coded, analog -addressable system with automatic sensitivity control of dual technology smoke detectors and multiplexed signal transmission dedicated to the system. The system will be designed and installed in accordance with The Florida Building Code, NFPA, and all requirements of the Local Authority Having Jurisdiction. Fire Alarm Control Panel — Modular power limited design with battery backup, electronic modules, printer, and addressable initiation devices and addressable control circuits. Manual Pull Stations — Double -action type with clear plastic protective shield. One pull station will be located at every egress exit. Combination Horn/Strobe Notification Appliances -- Electric -vibration audio device with 75-candela minimum, clear xenon visual device. Combination devices will be located mainly in the corridors. One appliance will be located within 15'-0" of the end of each corridor. In corridors less than 30'- 0" long, one appliance will be located at the midpoint. A combination device will also be located in the apparatus bay, in each gang toilet, the main lobby, the reception area, and as required to meet audio requirements. Strobe Notification Appliances — A 75-candela minimum, clear xenon visual device will be located in all areas of common use not covered by a combination device, These areas include- meeting rooms, conference rooms, day room, dining room, sleeping rooms, single toilets, showers/locker areas, handicap -accessible toilets, etc. Smoke Detectors — Addressable, dual technology smoke detectors will be located in electric rooms, data rooms, above the FACP, and in emergency egress corridors should the building not be fully protected by a sprinkler system. Heat Detectors — A combination of addressable rate of rise and fixed temperature heat detectors will be located in unoccupied areas where the use of smoke detectors is not preferred due to nuisance tripping. Heat detectors will also be utilized to accomplish elevator shut -down. However, elevator shut -down will not be linked to the FACP. Remote Annunicator Panel — An annunciator panel with alphanumeric display will be provided at a location designated by the Owner. Miller Construction Company E Autodialer — A communicator will be located in the telephone room for transmission to the Owner's remote monitoring station. Input Modules — Input modules for kitchen hood supply fan shut -down, air handler shut -down with remote test stations, tamper switch monitoring, flow switch monitoring, etc. will be included as required. Wire and Raceway -- Wiring will generally be twisted shielded pair sized as recommended by the manufacturer. All wiring will be routed in 3/4" conduit minimum. COMMUNICATIONS Voice and Data Cabling - All voice and data will comply with BICSI and EIA/TIA design and installation standards as a minimum. A voice service provider's demarc will be located on the First Floor, as well as punch down blocks. Voice punch down blocks will also be located on the Second Floor. A main distribution frame will be located on the Second Floor for service to the entire building. The rack will include; a switch, a UPS, and patch panels. The voice and data backbone will be fiber optic cable. All horizontal cabling will be UTP Cat. 5, plenurn rated. Voice and data outlets will share a common 2-gang, deep steel outlet box with one 3/4" concealed conduit stubbed up 12" above the accessible ceiling of the room being served. In the ceiling plenum, bridle rings will support the horizontal cabling. Each active outlet will contain two RJ-type jacks, one voice and one data, under a common wall plate. All wall plates will be labeled. Each inactive combination voice/data outlet will include the outlet box, the 3/4" conduit stub up, nylon bushings, pull strings, and a blank wall plate. A single -gang box will be used where only telephone is required. Combination voice/data and telephone outlets will be provided as follows: • Offices — One active outlet and one inactive outlet on opposite walls. • EOC/Meeting Room -- Two active outlets on short walls and three active outlets on long walls. In addition, provide fifteen (15) floor outlets, coordinate spacing with proposed table layout. • Conference Room — One active outlet and one inactive outlet on opposite walls. • Day Room — Two active outlets grouped together and two inactive outlets on two adjacent walls. • Dining — One active telephone outlet. • Gym — One active telephone outlet. • Sleeping Rooms — One active telephone outlet on headwall. • Reception — One active outlet and one inactive outlet in millwork. • Elevator Equipment Room — One active telephone outlet. Miller Construction Corn r] KIN-M-11 • Elec. Room and Data Room — Active voice outlets for fire alarm and security systems. • Apparatus Bay — One active telephone outlet and one inactive outlet on each long wall. CATV Provide CATV outlets in the following spaces in the Fire Station: Day Room — 1 outlet Dining = 1 outlet Gym = 1 outlet EOC/Meeting _ 6 outlets Conference room = 1 outlet SECURITY The security system will consist of all components necessary to ensure a well -protected building and site in accordance with the Owner's most current requirements. Cameras will be located to record activities around the building perimeter. Two cameras will be located at each corner of the building, mounted as high as possible. Additionally, cameras will be placed in all exterior blind spots, in the main lobby, and at any other public access points. Video monitors in two locations will provide views from each camera, and each feed will be recorded. Fire station personnel will gain access via a card reader system located at each exterior door. Pole mounted card readers will also be provided at each rolling fence gate located throughout the site. The public will be granted access to the building thru the main lobby via a two-way intercom. Fire station personnel will have access to the intercom and can activate the door release pushbuttons at two strategic interior locations. The security panel will have the added capabilities of logging card reader access by fire station personnel, as well as initiating a local or remote alarm. Miller Construction Company �r M z N w ti �O v Rt LL O � U � m a �dC `\ ❑ m_, m e'� a x O G. z�L �� o ��� �, �o� ����� � Cl .� ti � � '� '� ^� NLL DLL n NL NO � 2 n � N M � � � 11 `1 (D U" 1 �' � �� � m mO� a o coy v` ��� r 0. J =--4 , 5.1 wK 13 4-4- 13 03 13 m PM a UZI CL L51- E 0 0 Qi CU L) E cl) U) L) 0 > ILI .r• i z0 M chi .—. ���mw� z Q�tl[� now CJ N p� V ..., _ o� E^� > 9O~ 4 ` N y'v - - -- - j y,r ., G}��',. Jti� r,4,1 `�,s,• 4.., Sr �SY• +fxi rA ex rrsr�.� �"x,�� n, r. t 2..`es 7 Development Services Addition to the Existing Public Works Building EXTERIOR WALL CONSTRUCTION The exterior foundation consists of poured -in -place concrete pad/spread footings and foundation wall. The primary structural frame shall be reinforced masonry exterior load bearing walls and PSI concrete floor slabs, roof slabs and concrete interior columns. A stucco finish is proposed on all vertical masonry and concrete surfaces, painted to develop and be consistent with the complex scheme. The colonnades shall be poured -in -place concrete with conventionally framed sloped roofs. The roofing system shall be clay tile. EXTERIOR WALL SKIN The interior skin of the exterior wall system features metal studs with R-5 rigid insulation covered with 5/8" gypsum board. All interior spaces will be finished in accordance with the City of Tamarac's guidelines, and finishes will be selected in accordance with sustainable design principles, where appropriate. EXTERIOR WINDOWS The exterior glazing system shall consist of tinted, impact resistant vision glass (9/16" thick low - emissive glazing) on natural aluminum anodized mullions. The building windows shall express the building's structure and articulate the governing architectural style. Where appropriate, spandrel glass panels are used. These panels will have a black opaque finish and will conceal interior structure, ceiling cavities, and mechanical elements. EXTERIOR DOORS Exterior Entrance Doors - The main entries are swing -type aluminum doors (with glazing in a storefront system) with doors, sub -frames, transoms, adjoining sidelights, adjoining window wall system, trim and other accessories as shown on the drawings. The glass entry systems will be rated/tested impact resistant assemblies. The aluminum framing will have a natural anodized finish. Hardware for these doors shall be hard aluminum or stainless steel. Miller Construction Compan COR Exterior Utility Doors - Exterior utility doors consist of doors that are NOT main entry locations. Exterior utility doors are to be swing -type hollow metal doors with 2" hollow metal frames and flush detailing at the openings. ROOF COVERINGS Sloped roofing shall consist of Cement °S" tiles fastened to metal channels over 90 lb. mineral surfaced felts on 30 lb. felts installed over 3/4" thick nailable roof substrate. This system shall be installed over 1-1/2" 22 gauge metal roofing on prefabricated wood roof trusses. The sloped roof feature shall be consistent with the new complex architecture in profile, slope and finish. This roofing system shall comply with FM.120 requirements. LOW SLOPED MEMBRANE ROOFS Low sloped roofing is to be a modified bitumen (SBS) roof system composed of 3-ply modified bituminous membrane over lightweight insulated concrete on 4-3/4" thick structural concrete deck, and having a 10-year No Dollar Limit Warranty. Drainage will be through internal roof drains and supported by emergency overflow drains. Insulation value of roofing is to be R-20. This roofing system shall comply with FM.120 requirements. INTERIOR CONSTRUCTION Interior Fixed Partitions - Interior partition walls are constructed of 5/8" thick gypsum wallboard on metal studs, and water-resistant wallboard on metal studs as indicated on plans. All interior partition walls to be finished with ceramic the shall be constructed with 112" thick cementitious board. Training Rooms, selected offices, conference rooms, and toilet rooms are to have full - height walls with acoustical batts for privacy. Interior Windows - Interior windows occur in areas where views to adjoining rooms are necessary. These windows shall have tempered glazing in hollow metal frames at sizes shown on drawings. Interior Doors - Interior doors are to be hollow metal. All hollow metal interior doors will have 2" hollow metal frames and be 7 feet in height. Doorframes are to be hollow metal, non -galvanized, painted. Fire rated door assemblies are provided in fire rated wall assemblies indicated on drawings and are constructed to resist the passage of fire and smoke. Miller Construction Company SPECIALTIES Toilet Accessories - All toilet rooms shall have provided: Bobrick or equal, soap dispensers, mirrors, toilet paper dispensers, folded paper towel dispensers, grab bars, paper towel receptacle, In women's water closet stalls sanitary napkin disposers will be provided. Accessories will be semi -recessed. Each toilet room will have one full-length mirror, and each lavatory counter will have one large frameless mirror. At each lavatory, a 2436-framed mirror will be provided. Janitor's closets shall have mop racks and shelves. Accessories finish will be stainless steel with a satin finish unless otherwise noted. Toilet partitions are to be plastic laminate, floor mounted overhead braced, and wall hung with corrosion resistant fasteners and brackets. MILLWORK Countertops at restrooms and coffee areas are to be plastic laminate. INTERIOR STAIR CONSTRUCTION & FINISHES Interior stairs will be steel stairs with concrete pan treads, closed risers, and painted pipe handrails at required heights. Interior stairs are to be painted concrete with non -slip rubber treads. INTERIOR FINISHES Gypsum Board Assemblies - As indicated on plans, gypsum board panels, water-resistant gypsum board panels, cementitious backer board, and gypsum panels for walls, ceilings and soffits will be provided for non -loading bearing interior partitions. These panels will be installed over light -gauge metal framing and have tapered edges. Ceramic Tile - In toilets ceramic the shall be used on the walls and floors. Ceramic tiles (4"x4,, wall) (8"x8" floor) shall be installed as a base and as a wet wall surface. Water resistant board as required will back ceramic the walls. All other walls are to be epoxy paint, except as required by code. Lobby areas shall be 12"x12" tile with base. All bases and edge pieces shall be factory bullnose. Interior Wall Painting - Final interior paint colors and finish shall be selected. Paint materials shall be by Porter or Benjamin Moore. Wall Trim and Decoration - Rubber base trim at 4" in height is standard throughout the facility in finished areas with carpet and VCT. Miller Construction Company r W FLOOR FINISHES Resilient Flooring - Resilient flooring includes vinyl composition in "back of house" areas. Vinyl composition flooring shall have rubber base at carpeted and VCT areas. CERAMIC TILE Lobby areas shall 12" x 12" ceramic tile and bullnose base. CARPET FLOORING Carpet flooring includes direct glue, loop pile carpet. Carpeting shall be the primary floor finish and provided unless otherwise indicated. CEILING FINISHES Gypsum Board Ceiling Finishes - Painted water-resistant gypsum board will be used on ceilings at wet locations such as showers and toilet areas. Painted gypsum board soffits occur at transition areas where acoustical ceiling tile grids meet. Access panels are to have rubber seals and be painted to match gypsum board ceiling. All penetrations are to be caulked. Acoustical Ceiling Treatment - Acoustical ceiling tiles are provided throughout the new facility. These tiles shall be 24"x48"x5/8" Second Look (scored to 24" x 24") standard face finish. Tiles are to be suspended on channel moldings and shall have a standard square edge profile. Tiles will be coordinated with all supporting work and penetrations including light fixtures, HVAC equipment, etc. CONVEYING SYSTEMS Provide one passenger elevator with painted enamel steel doors and frames, to accommodate vertical circulation through the Development Services Building. This elevator will be provided with plastic laminate interior panels. Elevator cabs will have ceramic tile flooring to match corridors. MECHANICAL V Floor - Indoor central station air handling unit with a 'changeover -bypass VAV' control system (similar to VariTrac or approved equal), located in a first floor mechanical equipment room. This unit will be coupled to a remote mounted compressor/condenser unit, located at ground level. VAV Miller Construction Company jot[ t `�4 1 �, � `{,.. O� r�M {r � i.� h ' �m� i tg � xL t�y'• .Y ?r.'�S� � tr a �F. � w Y i1M1 I� • .+' t terminal zone dampers will be provided for room/zone control to cool and heat the spaces. Electric heaters will be provided in selected zones to offset exterior wall and roof losses. The HVAC system shall provide a minimum pressure of 5% of the total supply air to the space. Estimated total cooling load: 15 tons. 2" Floor - Rooftop package unit with a 'changeover -bypass VAV control system (similar to VariTrac or approved equal). VAV terminal zone dampers will be provided for room/zone control to cool and heat the spaces. Electric heaters will be provided in selected zones offset exterior wall and roof losses. The HVAC system shall provide a minimum pressure of 5% of the total supply air to the space. Estimated total cooling load: 20 tons. (Note: As an alternate, contractor may utilize a split DX VAV system, similar to that specified for the first floor. Air Distribution Systems - Primary supply ductwork (between the air handling units and the VAV terminal zone dampers) will be galvanized steel, medium pressure ductwork, and will be constructed to a +4"w.g. SMACNA standard with all transverse joints and longitudinal seams sealed. Ductwork downstream of terminal units will be low pressure ductwork, constructed of rigid fiberglass board, constructed to a 1 "w.g. SMACNA standard with all transverse joints and longitudinal seams sealed with pressure sensitive tape. The space above the ceiling will be used as a return air plenum, with ductwork from the plenum to the air -handling unit. The mechanical room shall not be used as a return air or outdoor air plenum. None of the ductwork on the project will receive internal duct liner, except for return air boots on top of return air grilles. All sheet metal ductwork will be insulated with 1-1/2" or 2" fiberglass ductwork wrap. The blanket insulation will have an aluminum foil facing reinforced with fiberglass scrim laminated to UL rated kraft. The insulation shall have a W factor of 0.28 at 75 F mean temperature. Air Handling Unit —1 st Floor The air -handling unit will be central station, modular type construction. The unit will have the following components: Filter/mixing box, DX cooling coil, housed supply fan, remote mounted compressor/condenser and 'change -over bypass' VAV (VariTrac) controls. The unit will have the following estimated capacity: AHU-1 — First Floor 6,000 CFM *Note that the final equipment size will be determined upon the final design of the project. 40 Outside air will be provided through a wall louver and ductwork to the AHU. Miller Construction Corn F Air handling unit modules upstream of the cooling coil will be single wall construction with 1-inch, 3 lb. insulation, while the cooling coil and fan modules shall be double wall. The casing access panels and doors will be designed for the pressures required. Panels and doors will be easily removable for maintenance and replacement of equipment. Roofton Unit — Second Floor The rooftop unit will be single package type construction. The unit will have the following components: Filter/mixing box, DX cooling coil, housed supply fan, compressor/condensers, roof curb and 'change -over bypass' VAV (VariTrac) controls. The unit will have the following estimated capacity: RTU-1 — Second Floor 8,000 CFM *Note that the final equipment size will be determined upon the final design of the project. Outside air will be provided through the unit mounted outdoor air intake hood with damper controls. Unit cabinet shall be double wall construction with 0.75 inch, 1.5 lb. insulation. The casing access panels and doors will be designed for the pressures required. Panels and doors will be easily removable for maintenance and replacement of equipment. Ventilation - Outdoor air for this facility will be provided to the HVAC units at a constant rate of 20 CFM per person, or as required to make-up toilet room exhaust, whichever is greater. Return Air - Space above the suspended ceiling shall be used a return air plenum. However, the mechanical rooms shall not be used as return air or outdoor air plenums. Return air shall be ducted from the mechanical room wall to the air -handling unit. Each return air grille shall have a sound attenuator. Exhaust Air System - General and restroom exhaust shall be accomplished with aluminum roof ventilator type exhaust fans. Exhaust fans shall be interlocked with HVAC units to prevent negative pressurization of the building. o M . ter P��.��wxai '.•W �� PLUMBING Plumbing systems shall include domestic water, hot water heaters with tanks, sanitary waste and vent, storm drainage and HVAC condensate drainage. All utilities will extend to 5'-0" outside of the building, with the Division 02 contractor continuing utility lines and making final connections to building services. • Plumbing fixtures shall be standard commercial type fixtures; and where required fixtures shall meet all ADA requirements. • Water closets shall be white vitreous china, elongated bowl, floor mounted, siphon jet type, 1.6 gpf, with open front seat and lever handle type flush valve. • Urinals shall be white vitreous china, wall hung, siphon jet type, low flow, with suitable carrier and lever handle type flush valve. • Lavatories shall be white vitreous china, counter -top style with dual handle chrome -plated faucet and chrome plated p-trap. • ADA lavatories shall be white vitreous china, wall hung with carrier, with lever operated chrome plated faucet and chrome plated P-trap. • Electric drinking fountains shall be ADA compliant, wall mounted, dual height style. • Sinks located in lounges and break rooms shall be stainless steel, counter -top style. Hot water heater tanks shall be provided at these locations. Faucets shall be ADA compliant, chrome plated with swivel gooseneck spout. • Mop sinks shall be molded stone 242410 with chrome plated dual -wheel faucet. Sanitary Waste and Vent — as follows: • Individual waste and vent stacks at each fixture group extending vertically down to below floor, then collecting and extending 5'-0" outside building. • Three-inch outlet floor drains shall be provided in all mechanical rooms and toilet rooms. • All floor drains shall be vented and provided with trap primers. • Vents shall be collected and extended through the roof in multiple locations. • Below Grade: Piping material shall be schedule 40 PVC. • Above Grade: Piping material shall be U.S. manufactured no -hub cast iron or schedule 40 PVC, type DWV, ASTM D1785 (PVC pipe shall not be used in areas with return air plenums). Miller Construction Compan %w �M Domestic Cold Water - as follows: • A system of domestic cold water shall be supplied to all plumbing fixtures and to all equipment requiring domestic cold water. Distribution piping will run in the ceilings with branch lines feeding the areas. Shut off valves shall be provided at each major branch line, at each major fixture group and at each piece of equipment. Entire system is provided from city water pressure. • Insulation: Hot water mains and risers, and horizontal roof drainage piping shall be insulated with one -inch thick fiberglass preformed insulation with all -service jacket and PVC fitting covers. • Below Grade: Piping material shall be U.S. manufactured type "K" copper with wrought sweat fittings. • Above Grade: Piping material shall be U.S. manufactured hand drawn type 1" copper with wrought sweat fittings and 95-5 solder. • Hose bibbs shall be chrome plated with 3/4-inch hose connection, vacuum breaker and loose key tee handle. Provide hose bibbs in the maintenance bay areas, all mechanical rooms, and group toilet rooms. Exterior (flush mounted) wall hydrants shall be located along the building perimeter at 150-foot intervals. Storm Sewer — as follows: • A system of roof drains shall be provided on flat roofs, and shall extend and collect into vertical leaders and extend to 5'-0" outside the building. Provide auxiliary drainage system for emergency overflow drainage. Terminate overflow storm drainage above grade in a manner that will be observed by building personnel. All roof drain bodies and all horizontal storm drain piping along the ceilings shall be insulated. Storm drain piping and fittings shall be the same as sanitary system. • Storm drainage from sloped roofs shall be accommodated by the architect and civil engineer, using gutters and downspouts, with collection below. • Plumbing contractor shall coordinate with Electrical Contractor for fuel piping associated with diesel fuel storage tank for the emergency generator. Tank (500 gal.) provided by Electrical Contractor, see Electrical Narrative. Miller Construction Cornoan FIRE PROTECTION We shall provide a complete automatic wet -pipe sprinkler system, designed in accordance with NFPA-13, National Fire Prevention Code and the local codes. A post indicator OS&Y gate valve, double detector check assembly and fire department Siamese connection shall be provided at the location shown on the civil drawings. Wall -mounted fire extinguishers will be provided, where required, throughout the new addition to the building. ELECTRICAL Power Distribution — as follows: Electrical Service — New 800A, 277/480 volt, 3 phase, 4 wire from a new FP&L pad mounted transformer. Service Lateral -- Two sets of 4-600KCMIL each in 4" PVC conduit with 2" minimum concrete encasement. Conductors shall be stranded copper, type THHW insulation. Main Distribution Panel -- 277/480V, 3PH, 4W, 35KAIC, copper bus with 800A, 3P solid state trip main circuit breaker, and thermal magnetic trip branch circuit breakers. Provide 100KA TVSS unit. New MDP panel shall back feed existing portion of building. Existing underground feeder conductors routed from existing Engineering Building to existing portion of building will be removed. Existing underground raceway to be abandoned in place. Panelboards --- Each Floor: One 250 amp, 277/480V, 3PH, 4W, 35KAIC, main lug only, 42 poles with bolt -on branch circuit breakers (1 per floor, total of 2). • Each Floor: One 150 amp, 120/208V, 3PH, 4W, 22KAIC, main circuit breaker, 42 poles, bolt -on branch circuit breakers with 100A feed-thru lugs (1 per floor, total of 2). Provide 80KA TVSS unit at each panel. • Each Floor: One 100 amp, 120/208V, 3PH, 4W, 22KAIC, main circuit breaker, 42 poles, bolt -on branch circuit breakers fed via feed-thru lugs (1 per floor, total of 2). Transformers — Each Floor: One 45KVA, 480V primary, 208Y/120V secondary, NEMA 250, Type 1 ventilated housing mounted on vibration isolators and 4" thick reinforced concrete pad (1 per floor, total of 2). Miller Construction Company Lj Wiring Devices - All general use receptacles shall be NEMA 5-20R, 20 amp, 125 volt, 2 pole, 3 wire, heavy duty, specification grade, grounding type mounted in a single -gang steel box. Receptacles shall be ivory with an ivory thermoplastic wall plate. Not more than six general use receptacles shall be connected to one circuit. Not more than three computer receptacles shall be connected to one circuit, and each computer receptacle circuit shall have a dedicated neutral conductor. Provide receptacles as follows. - Corridors — One receptacle every 30 linear feet of wall. • Single Occupant Offices — One receptacle for computer only, and one receptacle on each of the remaining walls. • Large Open Plan Offices — Modular furniture will be 8-wire type (3 ph, 3 neutrals, 1 EG, 1 IG) fed overhead via power pole provided with furniture. Circuiting criteria will be one circuit for every two cubicles, with a maximum of six cubicles per power pole. • Office Equipment — One receptacle for each piece of equipment on a dedicated circuit. • Conference Rooms — One receptacle per wall. • Small Storage, Elec., Mech., Jan. Rooms — One receptacle adjacent to entry door. • Large Storage — Two receptacles on opposite walls. • Gang Toilets — One GFI receptacle at sinks. • Exterior -- One GFI/WP receptacle at each entry door around the building perimeter. One GFI/WP receptacle within 25 feet of all mechanical equipment around the building perimeter and on root. Equipment — Appropriate power will be provided for all equipment including- HVAC equipment, elevator lobby and reception, kitchen appliances, exhaust fans, copiers, fax machines, large laser printers, blue printers, etc. as required. Interior Lighting — as follows.- • Corridors -- - 2'x2' recessed parabolic fixtures with (2) ulamps, 277 Volt electronic ballast. 3" deep aluminum louvers, a cell. 12' on center. • Small Offices — Two 2'x4' recessed parabolic fixture with 3-32 watt T8 lamps, 277 Volt electronic ballast, 3" deep aluminum louvers. 18 cell. 6' spacing. • Large Open Plan Offices — Two 2'x4' recessed parabolic fixture with 3-32 watt T8 lamps, 277 Volt electronic ballast, 3" deep aluminum louvers. 18 cell. 8' spacing. • Single Toilets, Storage Rooms, & Misc. Rooms with Ceilings — 2'x4' recessed prismatic acrylic lens troffer with 2-32 Watt T8 lamps, 277 Volt electronic ballast. 8' spacing. Miller Construction Company . t tip:,. • Storage & Misc. Rooms, no ceilings — 4' long industrial fixture with 2-32 Watt T8 lamps, 277 Volt electronic ballast. Wire guard. 8' spacing. • Elevator Lobby & Reception — 8" round recessed compact fluorescent downlight with 2-26 Watt triple tube lamps, 277 Volt electronic ballast. 8' spacing. • Gang Toilets — Perimeter fluorescent lighting system with parabolic baffle, 32 watt, T8 lamps, 277 volt electronic ballasts located over countertops. Supplemental lighting to include recessed compact fluorescent downlights with 2-26 watt triple tube lamps, 277 volt, electronic ballasts. • Emergency Egress Lighting -- In corridors every third fixture will have an 1100 lumen battery powered emergency ballasts. In elevator lobbies and reception areas one half of the fluorescent downlights will have a 600 lumen battery powered emergency ballasts. In common use areas at least one light fixture will have an 1100 lumen battery powered emergency ballast. In electrical rooms a wall mounted battery powered emergency lighting unit will be provided. • Exit Signs — Battery powered Universal mount, LED type with polycarbonate housing marking all required emergency egress paths of exit. Exterior Lighting — as follows: • Exterior Covered Entries — Recessed compact fluorescent downlights with 2-26 Watt triple tube lamps, 277 Volt electronic ballast. 8' spacing. • Exterior Building Perimeter — Match existing building standard. • Exterior Site Lighting — Relocate existing pole mounted lights and add new as required. New pole mounted lights to match existing, and located approximately 100' spacing. Lighting Controls — as follows: • Corridors — Single pole, single throw and three-way switches provided at multiple locations. • Offices, etc. with Multiple Fixtures -- Two single pole, single throw switches located adjacent to the entry door. Each switch will control a separate fixture or row of fixtures. • Rooms with One Fixture — One single pole, single throw switch located adjacent to the entry door. • Emergency Switch override — Each room that contains a life safety emergency ® egress light fixture will be provided with a light switch override relay and contactor that ensures emergency lights will illuminate regardless of switch Ao-Qion_ Miller Construction Company ftr� av+rl,.yzF i x a r ,�+ r � s arc%, ?� � r ,� . 1t n '�-�. • `'� r ',« �x � °.,.- r � '� :. ' � fir.• a, t � .t� � � �'`�"�' '�� u°- 4 • Exterior Lighting — All exterior lighting will be connected to a time clock and photocell, via lighting contactors, for on/off control. • Night Lights -- Select battery powered emergency lights located at the main entries will be designated as night lights. These lights will not be connected to the local light switches resulting in 24/7 operation. Fire Alarm System - The fire alarm located in the building addition will be compatible with the existing building's fire alarm system. The system will be designed and installed in accordance with The Florida Building Code, NFPA, and all requirements of the Local Authority Having Jurisdiction. Fire Alarm Control Panel — All additional components, controllers, zone addressable modules, wiring, programming, etc required to expand the panel to accommodate the building expansion will be provided. Manual Pull Stations — One pull station will be located at every egress exit. Combination Horn/Strobe Notification Appliances — Electric -vibration audio device with 75-candela minimum, clear xenon visual device. Combination devices will be located mainly in the corridors. One appliance will be located within 15'-0" of the end of each corridor. In corridors less than 30'- 0" long, one appliance will be located at the midpoint. A combination device will also be located in the in each gang toilet, the main lobby, the reception area, and as required to meet audio requirements. Strobe Notification Appliances — A 75-candela minimum, clear xenon visual device will be located in all areas of common use not covered by a combination device. These areas include- meeting rooms, conference rooms, lounges, single toilets, handicap -accessible toilets, etc. Smoke Detectors — Smoke detectors will be located in electric rooms, data rooms, and in emergency egress corridors should the building not be fully protected by a sprinkler system. Heat Detectors — A combination of rate of rise and fixed temperature heat detectors will be located in unoccupied areas where the use of smoke detectors is not preferred due to nuisance tripping. Heat detectors will also be utilized to accomplish elevator shut -down, However, elevator shut- down will not be linked to the FACP. Input Modules --- Input modules for air handler shut -down with remote test stations, tamper switch monitoring, flow switch monitoring, etc. will be included as required. Miller Construction Company he Tc 1 �34- ' x� '� �-+��•` nvii„ F t t t`f u� 'iq e rxM" �+.� � ��Y• � �'" t g i x �i..r,s � — � �..'� ..+s ,'�.�%�; 'x � i�f� d.�-a z'�s�•..},+d�,�r� .,,�q� �"`'xc �.��`,: ;. y^"'` �� `+yc"�', • r.� t Wire and Raceway — Wiring will generally be twisted shielded pair sized as recommended by the manufacturer. All wiring will be routed in 114" conduit minimum. COMMUNICATIONS Voice and Data Cabling - All voice and data will comply with BICSI and EIA/TIA design and installation standards as a minimum. The voice system will utilize the existing building's service. A new data rack will be located on the First Floor for service to the building expansion. The rack will include: patch panels, etc. The data backbone will be fiber optic cable tied to the existing main distribution frame. All horizontal cabling will be UTP Cat. 5, plenum rated. Voice and data outlets will share a common 2-gang, deep steel outlet box with one 114" concealed conduit stubbed up 12" above the accessible ceiling of the room being served. In the ceiling plenum, bridle rings will support the horizontal cabling. Each active outlet will contain two RJ-type jacks, one voice and one data, under a common wall plate. All wall plates will be labeled. Each inactive combination voice/data outlet will include the outlet box, the 114" conduit stub up, nylon bushings, pull strings, and a blank wall plate. A single -gang box will be used where only telephone is required. Combination voice/data and telephone outlets will be provided as follows: • Offices — One active outlet and one inactive outlet on opposite walls. • Modular Furniture — One active outlet for every cubicle fed via separate channel in power pole provided with furniture. • Conference Room — One active outlet and one inactive outlet on opposite walls. • Reception — One active outlet and one inactive outlet in millwork. • Elevator Equipment Room -- One active telephone outlet. • Employee Lounge — One active telephone outlet. CATV — as follows: Provide CATV outlets in the Development Services Building (exact locations to be determined): First Floor = 2 outlets Second Floor = 2 outlets SECURITY The security system located in the building addition will be compatible with the existing building's ® security system. Pole mounted card readers will also be provided at each rolling fence gate located throughout the site. 0 All rc a A r"I x E O U Cr) r O m N_ cn ._ '� Z3 a a cn °�© > > 0CL0 n� Ar0 IM LJ Z $ O 7 r�� e t'+l 1J m Q] U y- \ C 9 E n maOv O m N N F T � a � n o� m `o U U y LLn LL� � Fol rME E 0 U = o m N cn ._ E cn Em 6-c� —°� o C �= ❑ d U �� Facade Enhancements to the Existing Utilities Building EXTERIOR WALL CONSTRUCTION KA The exterior foundation consists of poured in place concrete pad/spread footings and foundation wall. The colonnades shall be poured -in -place concrete with conventionally framed sloped roofs. The roofing system shall be clay tile. EXTERIOR WALL FINISH The concrete colonnade shall be stucco and paint finished. ROOF COVERINGS Sloped roofing shall consist of Cement "S" tiles fastened to metal channels over 90 lb. mineral surfaced felts on 30 lb. felts installed over 3/4" thick nailable roof substrate. This system shall be installed over 1-1/2" 22 gauge metal roofing on prefabricated wood roof trusses. The sloped roof feature shall be consistent with the new complex architecture in both profile/slope and finish. This roofing system shall comply with FM.120 requirements. Miller Construction Company ME Z �r o o� Q �NLL a � c x Q E 0 U c 0 4" cLa .E 2� '� E mcn � 0 0 = d U I I I I I I F- DCP HDCP HDCP I Fey u a o _ M K w U � m �v y co a O � J � m A] M-P New Public Works Storage Building EXTERIOR WALL CONSTRUCTION Structure - The exterior foundation consists of a metal, pre-engineered building. Exterior Utility Doors - Exterior utility doors consist of doors that are NOT main entry locations. Exterior utility doors are to be swing -type hollow metal doors with 2" hollow metal frames with flush detailing at the openings. ROOF COVERINGS The roof shall be metal standing seam, as provided by the pre-engineered metal building supplier. ELECTRICAL Power Distribution — as follows: Panelboard — One 100 amp, 120/208V, 3PH, 4W, 10KAIC, main circuit breaker, 24 poles, bolt -on branch circuit breakers, NEMA 3R enclosure, fed underground from Public Services Building addition. Wiring Devices — Four NEMA 5-20R, 20 amp, 125 volt, 2 pole, 3 wire, heavy duty, specification grade, GFI, grounding type mounted in a single -gang, surface cast iron box with WP cover. Connect two receptacles to one circuit for a total of two circuits. Lighting Design -- as follows: Exterior Lighting — 4' long surface mounted industrial fluorescent fixture with fiberglass housing, impact resistant polycarbonate lens, non-metallic latches, U.L. wet location listing, 2-32 watt T8 lamps, 120 volt electronic ballast. 10' spacing. Exterior Lighting Controls — Single pole, single throw switch in surface cast iron outlet box with weatherproof cover. Miller Construction Company EXHIBIT "C" CLARIFICATIONS AND QUALIFICATIONS CONTRACT BETWEEN: CITY OF TAMARAC. City and MILLER CONSTRUCTION COMPANY, Contractor DATED: September 11, 2002 The following clarifications, qualifications, Contract terms, specific inclusions, and specific exclusions, etc., are a part of the Agreement. 1. The City understands and acknowledges that it is very important for City to have a Notice of Com- mencement recorded (prior to commencement of work) in the Public Records in the county in which the Project is situated, and to forward a copy of all "Notice To Owner" forms they receive to the Con- tractor (whether or not a copy is indicated as going to the Contractor). Failure to do so may result in City being liable for double payment to certain potential lienors. 2. The Contract Amount is based on the attached Preliminary Schematic Drawings and Outline Specifica- tions (Exhibit °B"), as it defines the Scope of Work and pricing included in this Contract. 3. The following Items are specifically included in the Contract Amount: a) Requirements of the Contract Documents modified from the original Proposal as listed below. i) Additional parking spaces at Fire Station — 60 spaces total including 2 handicap spaces. ii) Add a fire hydrant toward the east side of the Fire Station and extend water main through middle of property for loop. iii) Combine fuel tanks for the emergency generator and fire truck refueling and increase size to 4,000 gallons. iv) Add vehicle exhaust system to Fire Station apparatus bays (not Neederman). v) Small compressed air system to be available for the apparatus bays closest to the parts/tool areas. Quick connect at 4 bays and a 200 lb. storage tank. vi) Add fire protection system to Fire Station_ vii) Upsize emergency generator to run entire Fire Station. viii) Deduct dedicated A/C unit for the EOC room. ix) Enclose sleeping quarters with partitions extending to ceiling and fixed swing -type doors be aware of concerns regarding egress, A/C, ventilation, lighting, fire alarm, PA sys- tems, etc. — Partitions to extend to ceiling, A/C drops and 2'-6"x 6'-8" pre -hung door. x) Rework large gang bathrooms to be more flexible with the mix of gender of firefighters; it may not be necessary to have gender specific shower facilities. xi) Replace the windows along the east elevation of the Utilities Building to be impact resis- tant and remove shutters. xii) Relocate existing CCTV pole mounted camera homerun from office trailers into Devel- opment Services Building. xiii) Add conduits for future traffic pre-emption at Fire Station. xiv) Demolish, relocate, and reconstruct existing dumpster area adjacent to Public Works Building and create thirty (30) additional parking spaces. xv) Building identification signage for Fire Station. Page 1 of 7 4. The following items are not included in the Contract Amount: a) Unsuitable and/or contaminated soils removal and replacement, if encountered, beyond those that can be reasonably expected from the geotechnical data provided in the Request For Pro- posal. b) All signage, except site handicap signs and on -site traffic type signs as shown on Plans. c) Furniture and other traditional City provided Furnishings, Fixtures and Equipment. d) Dewatering, if necessary. e) Watchman services. f) Florida Power & Light and BellSouth relocation, connection, and service fees or charges. (Costs for temporary facilities during construction are included in the Contract Amount). g) Impact fees and/or assessments. h) Building Permit Fees. i) Soil borings, test results, and geotechnical reports as required by the structural engineer for proper design analysis. j) Threshold and special inspection services and fees. k) Easement plans (if required) for FPL, BellSouth or other utilities. 1) Maintenance and five (5) year monitoring agreement for wetlands. m) Preliminary boundary, easement and as -built surveys. n) Asbestos survey and abatement (if any). o) Concurrency requirements and offsite improvements. p) Any modifications to the existing facilities beyond those described in the Contract Documents. 5. The following cost allowances are included in the Contract Amount. (The fees for these allowances are included in the Contract Amount and will not be adjusted unless there is a substantial difference be- tween the actual cost and the allowance.): a) City's Contingency - $100,000.00. (To be used at its sole discretion) 6. The following qualifications are incorporated into this Contract: a) All Pricing and Scope of Work derived from the information provided in the Request For Pro- posal #02_11 R dated April 29, 2002, Addenda, and other documents as listed below: i) Addendum #1 dated May 24, 2002_ ii) Addendum #2 dated June 3, 2002. 40 iii) Addendum #3 dated June 7,2002. Page 2 of 7 iv) Addendum #4 dated June 7, 2002. v) Addendum #5 dated June 13, 2002. vi) Addendum #6 dated June _14, 2002. vii) Tamarac Fire Rescue Station Location Analysis dated November, 2000 as prepared by Emergency Services Consulting Group. viii) Preliminary Design and Engineering Study for Tamarac Public Services Administration Complex dated January, 2002 as prepared by Mathews Consulting, Inc. No other as -built documents or information was provided by the City and thus any findings outside of the documents listed above that cannot reasonably derived are excluded from the Scope of this Contract. b) Site visits and visual inspections of the site have been conducted. However, no detailed site surveys of existing conditions have yet been conducted due to the limitations of time and ac- cess to the site. Therefore, unforeseen and hidden conditions that cannot be reasonably de- rived from the visits conducted to date are excluded from the Scope of this Contract. c) Detailed programming and end user interviews have not yet been conducted. The schematic design has been derived from what can be reasonably inferred from a project of this size and scope and the information that is contained within the Request For Proposal. Any Scope added as a result of program changes derived from end user input is excluded from this contract. 7. Miller Construction Company will furnish a five (5) year written Contractor's Warranty covering both labor and materials to the City from the date of Substantial Completion. 8. The City understands that issuance of the building permit does not preclude the possibility that changes to the Plans may be required because they contain code violations that were inadvertently overlooked by the governmental authority's plan examiner or because the governmental authority changes its interpretation of code requirements, causing approved plans to not be in compliance. The Contractor shall make the City aware of Contract Document changes the governmental authorities may require by issuing a request that a "Change Directive" be approved. The "Change Directive" will address any proposed adjustments to the Contract Sum or Contract Time as a result of required changes. 9. It is agreed that all requests for significant changes to the Contract Documents (whether or not they involve Contract Sum and/or Contract Time) shall be initiated by Change Directive and finalized by a formal Change Order to the Contract. A Change Directive may be initiated by the Contractor; however, it must be approved by the City be- fore the Contractor is authorized to make the changes. All approved Change Directives shall be incorporated into the Contract by a formal Change Order if the Guaranteed Maximum Price cost is exceeded due to the work authorized by Change Directive. NOTE: Minor changes to the Contract Documents (i.e.: changes not affecting time or cost of the Work such as some dimensional error corrections, moving a light switch, changing the swing of a door, etc.) shall not require a formal Change Order to the Contract but shall be confirmed in a letter between the Page 3 of 7 parties agreeing to the changes or by proper notation on the jobsite record set of drawings indicating the date of the change and who agreed/authorized the change. 10. All due diligence will be taken to minimize floor slab cracking utilizing state-of-the-art construction tech- niques; however, some cracking is inherent and should be expected and is not necessarily detrimental to the integrity of the structural properties of the slab. 11. The City gives Miller Construction Company permission to photograph the project and furthermore use both interior and exterior photographs for marketing and promotional purposes. 12. Payment Terms: The Contractor shall submit an Application for Payment on the last day of each month. The following Payment Terms shall be incorporated into this Agreement as follows: a) Each Application shall include, starting with the second payment application, lien wavers from all suppliers and subcontractors who have furnished Notices to Owner to demonstrate that cash disbursements already made by the City to the Contractor equal or exceed the amount of the previous progress payment less: (1) that portion of the payments attributable to the Contrac- tor's Fee; less (2) payrolls for the period covered. b) Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: i) Take that portion of the Contract Sum properly allocable to completed Work as deter- mined by multiplying the percentage completion of each portion of the Work by the share of total Contract Sum allocated to that portion of the Work in the Schedule of Val- ues, less retainage of five percent (5%). ii) Add that portion of the Contract Sum properly allocable to materials and equipment de- livered and suitably stored at the site for subsequent incorporation in the completed construction, (or, if approved in advance by the City, suitably stored off the site at a location agreed upon in writing), less retainage of five percent (5%). iii) Add the portion of the Contractor's fixed fee earned by multiplying the total aggregate percentage completion of all of the other scheduled values by the full amount of the Contractor's fixed fee less retainage of five percent (5%). Note that the fixed fee earned on the final payment shall equal one hundred percent (100%) no matter what the aggre- gate percentage completion of all of the other scheduled values are in case there are savings realized below the Guaranteed Maximum Price. iv) Subtract the aggregate of previous payments made by the City. c) Retainages at Substantial Completion. Contractor shall be entitled to final payment without re- gard to existing "punch list" items, minor incomplete items and finishing detail, which matters the Contractor is obligated to complete. The City shall have the right to determine whether any- thing constitutes a punch list item, minor incomplete item or finishing detail, and final payment shall still be made although a retainage shall be established and withheld from final payment as follows: The amount retained shall be an amount equal to one hundred fifty percent (150%) of the actual value for completing any incomplete item, punch list item or finishing detail, and an amount from final payment shall be placed in escrow by City, fairly allocated among several items where retainage covers more than one item. As Contractor completes each item, the 40 amount retained to cover the cost therefore shall be disbursed and paid to Contractor. Page 4 of 7 d) It is agreed that all Project personnel assigned by the Contractor, listed below shall be charged to the Work at the standard rates shown. These rates are all inclusive of direct payroll salaries and wages and including the cost of such taxes, insurance, contribution, assessments and benefits required by law or collective bargaining agreements and, for personnel not covered by such agreements, customary benefits such as sick leave, medical and health benefits, holidays, vacation and pensions, provided such costs are based on salaries and wages included in the Cost of the Work. PROJECT PERSONNEL STANDARD HOURLY RATES Salaried Personnel Rate Burden Standard Rate Vice President $110,00 $15.00 $125.00 Project Executive..._. $86.00 $12.00 $ 98.00 Senior PM/Superintendent $73.00 $14.00 $ 87.00 Senior Superintendent $63.00 $12.00 $ 75.00 Superintendent Category 11 $55.00 $11.00 $ 66.00 Superintendent Category 1 $45.00 __$10.00 $ 55.00 Senior Foreman $46-00 $17.00 $ 63.00 Foreman .................... $_38.00 $14.00 _ $ 52.00 Senior Proiect Manager $61.00 $10.00 $ 71.00 Project Manager Category II $55.00 _... $9,00 .__ ._ $ 64.00 Project Manager Category I $46-00 $8.00 $ 54.00 Project Engineer $42.00 $8.00 $ 50.00 Project Administrator $34.00 $7-00 $ 41.00 Senior Pre -Construction Manager $60.00 $10.00 $ 70.00 Pre -Construction Mana er_ $50.00 _ $10.00 $ 60.00 Pre -Construction Administrator $33.00 $7.00 $ 40.00 Chief_ Estimator $67.00 $11.00 $ 78.00 Senior Estimator _ $56.00 $10.00 $ 66.00 Estimator Category II $50.00 $10.00 $ 60.00 Estimator Category I - _- $31.00 $7.00 $ 38.00 Operations Expeditor $26.00 $5.00 - $ 31.00 Hourly Personnel - Commercial Div. Rate Burden Laborer - Regular Rate $19.OQ $8.00 Laborer - Overtime $25.00 $9.00 Carpenter --Regular Rate $25.00 $11.00 Carpenter - Overtime $35.00 $12.00 Foreman - Regular Rate $29.00 $13_.00 Foreman - Overtime $41.00 $14.00 Senior Foreman - Regular Rate_ $34.00 $15-00 Senior Foreman - Overtime $49-00 $15.00 Monthly Jobsite._Allocation 13. Compensation Terms Standard Rate $ 27.00 $ 34.00 $ .36,00 $ 47.00 $ 42.00 $ 55.00 $ 49-00 $ 64.00 $688.00/month a) For the Contractor's performance of the Work, as described in Item 2 of this Agreement, the City shall pay the Contractor in current funds the Contract Sum as follows: i) The sum of the Cost of the Work and the Contractor's Fixed Fee is guaranteed not to exceed Six million three hundred seventy-one thousand four hundred forty-one dollars and zero cents ($6,371,441.00), subject to additions and deductions by Change Order Page 5 of 7 as provided in the Contract Documents. The total sum of the Cost of the Work shall be established as follows: Design & Construction Cost $5,616,448 City Contigency $100,000 Contractor's Fixed Fee $654,993 Total Guaranteed Maximum Price $6,371,441 The aggregate contract savings shall be computed after completion of the Project and after settlement of all materialmen and subcontractor final costs. The net savings for the Project shall accrue one hundred percent (100%) to the City. Costs to be reimbursed: a) The term "Cost of the Work" shall mean costs necessarily incurred by the Con- tractor in the performance of the Work. Such costs shall be at rates not higher than the standard paid at the place of the Project except with prior consent of the City. The Cost of the Work shall include only the items set forth in this para- graph. b) Standard Rate salaries of personnel directly employed by the Contractor to per- form the construction of the Work. See Item 12, Sub item D. c) Standard Rate salaries of personnel directly employed by the Contractor to su- pervise and administer the construction work. See Item 12, Sub item D. d) Standard Rate salaries of personnel directly employed by the Contractor to per- form all pre -construction, design, and permitting work. See Item 12, Sub item D e) All costs associated with pre -construction activities incurred prior to the execu- tion of this agreement at the Standard Rate salaries listed in Item 12, Sub item D f) Costs, including transportation of materials and equipment incorporated, or to be incorporated, in the completed construction. All discounts for cash or prompt payment shall accrue to the Contractor. g) Payments made by the Contractor to Subcontractors in accordance with the re- quirements of the subcontracts. h) Cost of all materials, temporary facilities, equipment and hand tools not custom- arily owned by the construction workers, which are provided by the Contractor at the site and fully consumed in the performance of the Work. i) Reasonable rental costs for necessary temporary facilities, machinery, equip- ment, and hand tools used at the site of the Work, whether rented from the Con- tractor or others. Rates and quantities of equipment rented shall be subject to the Owner's prior approval. j) That portion directly attributable to this Contract of premiums for insurance and bonds. Page 6 of 7 k) Losses and expenses, not compensated by insurance or otherwise, sustained by the Contractor in connection with the Work, provided they have resulted from causes other than the fault or neglect of the Contractor. 1) Costs of removal of debris from the site. m) Costs incurred in taking action to prevent threatened damage, injury or loss in case of an emergency affecting the safety of persons and property. n) Other costs incurred in the performance of the Work, if and to the extent ap- proved, in advance, in writing by the City. iv) Costs not to be reimbursed: The Cost of the Work shall not include: a) Expenses of the Contractor's principal office and offices other than the site office. b) The Contractor's capital expenses, including interest on the Contractor's capital employed for the Work. c) Costs due to the fault or negligence of the Contractor, Subcontractors, anyone directly or indirectly employed by any of them, or for whose acts any of them may be liable, including, but not limited to, costs for the correction of damaged, defective or non -conforming Work, disposal and replacement of materials and equipment incorrectly ordered or supplied, and making good damage to property not forming part of the Work. d) Any cost not specifically and expressly described in Item 13,a,iii. ("Costs To Be Reimbursed") above. e) Costs which would cause the Guaranteed Maximum Price, if any, to be ex- ceeded. Page 7 of 7