HomeMy WebLinkAboutCity of Tamarac Resolution R-2020-105 Temporary Resolution No. TR13523
October 14, 2020
Page 1 of 4
CITY OF TAMARAC, FLORIDA
RESOLUTION R-2020 - I'/6
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, APPROVING TASK
AUTHORIZATION NO. 21-03D AND AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO EXECUTE TASK
AUTHORIZATION NO. 21-03D WITH STANTEC
CONSULTING SERVICES, INC. TO PROVIDE
PROFESSIONAL DESIGN, PERMITTING AND
CONSTRUCTION PHASE RELATED SERVICES,
ATTACHED HERETO AS EXHIBIT "A", FOR THE
UNIVERSITY DRIVE OVERPASS PUBLIC ART PROJECT
IN ACCORDANCE WITH THE CITY'S CONSULTING
ENGINEERING AGREEMENT AS AUTHORIZED BY
RESOLUTION NO. R-2016-80, FOR AN AMOUNT NOT TO
EXCEED $75,030.00; PROVIDING FOR CONFLICTS;
PROVIDING FOR SEVERABILITY; AND PROVIDING FOR
AN EFFECTIVE DATE.
WHEREAS, the City of Tamarac desires to encourage and promote public art
within the City; and
WHEREAS, the Public Art Committee has identified the University Drive
Overpass Bridge as an ideal location to install public art as a gateway welcome monument
in the City; and
WHEREAS, the Overpass Bridge on University Drive is a major structure in need
of enhanced aesthetics; and
WHEREAS, the Cityrequires the services of a consultingfirm knowledgeable in
q 9
the design and permitting through the Florida Department of Transportation (FDOT) of
ground mounted sign support structures for the University Drive Overpass Bridge Artwork
("Project") as further described in Exhibit "A"; and
WHEREAS, Stantec Consulting Services Inc. has been pre-qualified as an
approved consultant for engineering services by the City of Tamarac as authorized by
Temporary Resolution No. TR13523
October 14, 2020
Page 2 of 4
Resolution No. R-2016-80, incorporated herein by reference and on file at the Office of
the City Clerk; and
WHEREAS, it is the recommendation of the Public Art Committee and the
Directors of Community Development and Public Services that Task Authorization No.
21-03D for Stantec Consulting Services be approved, executed and funded, attached
hereto as "Exhibit A" and incorporated herein and made a specific part of this Resolution;
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 accept and
execute the Task Authorization No. 21-03D with Stantec Consulting Services, Inc. to
provide professional services to design, permit and provide construction phase related
services for the Project in an amount not to exceed $75,030.00.
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; all exhibits attached hereto are incorporated herein and made a specific part
of this Resolution.
SECTION 2: The City Commission approves Task Authorization No.21-
03D and authorizes the appropriate City Officials to execute Task Authorization No. 21-
03D with Stantec Consulting Services, Inc. to provide professional services to provide
Temporary Resolution No. TR13523
October 14, 2020
Page 3 of 4
design, permitting and construction phase related services for the Project, in accordance
with the City's Consulting Engineering Agreement as authorized by Resolution No. R-
2016-80, for an amount not to exceed $75,030.00.
SECTION 3: An appropriation in the amount of $75,030.00 is hereby
authorized and will be included in a budget amendment prior to November 30, 2021.
SECTION 4: The City Manager, or his designee, are hereby authorized to
make changes, issue change orders in accordance with Section 6-156(b) of the City
Code, and close the contract award including, but not limited to making final payment
within the terms and conditions of the contract and within the contract price.
SECTION 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 in 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
adoption.
Temporary Resolution No. TR13523
October 14, 2020
Page 4 of 4
11041-
PASSED, ADOPTED AND APPROVED this Di' day of o , 2020.
MaU• ei.1\, '
MICHELLE C. GOMEZ,
MAYOR
ATTEST:
J IFE JOHN N
-CITY CLERK RECORD OF COMMISSION VOTE:
MAYOR GOMEZ __
DIST 1: V/M BOLTON , :-
DIST 2: COMM.GELIN 7/`
DIST 3: COMM. FISHMAN
DIST 4: COMM. PLACKOt
I HEREBY CERTIFY that I
have approved this
RESOLUTION as to form.
r r z.End
S' MUEL . N,
CITY ATTORN
4k Cr4 e i �= aa' .- Stantec Consulting Services Inc.
800 Fairway Drive Suite 195, Deerfield Beach FL 33441-1828
October 15, 2020
File: Pedestrian Bridge Overpass Artwork at University Drive
Attention: Mr. John E. Doherty, P.E.
Assistant Director of Public Works/City Engineer
Public Services Department
6011 Nob Hill Road, Second Floor
Tamarac FL
33321
Dear John,
Reference: University Drive Artwork Project UPDATED
City's Task Authorization Number: 21-03D
In accordance with the terms and conditions of the consulting agreement between the
City of Tamarac (hereinafter referred to as the "City" or 'Client") and Stantec Consulting
Services, Inc., (hereinafter referred to as "Consultant", "We" or "Stantec"), dated October
16, 2016, we are pleased to provide this proposal in support of the Pedestrian Bridge
Overpass Artwork at University Drive.
I have attached a scope and fee for your review and approval. We look forward to the
opportunity of working with you on this important project.
Cordially,
STANTEC CONSULTING SERVICES INC.
91/t1A'C-11
Jeffrey Crews, PE, LEED AP Te ranee Glunt, P.E.
Principal Prirticipal
Phone: (954) 481-2812 Ext.235 Phone: (954) 481-2812
Fax: (954) 481-2818 fax: (954) 841-2818
jeff.crews@stantec.com tery.glunt@stantec.com
Design with community in mina
October 15, 2020
Mr.John E. Doherty, P.E. :
Page 2 of 8
Reference: University Drive Artwork Project UPDATED
Exhibit "A"
University Drive Artwork Project
Task Authorization No. 21 -03D
GENERAL DESCRIPTION OF PROJECT
In an earlier project, the proposed Tamarac aesthetic feature signs had been planned for
mounting to the Elementary Pedestrian Bridge (FDOT Bridge #869005). Through an
extended permitting process with the Florida Department of Transportation, the project as
envisioned was deemed to be non-feasible due to unknowns in the existing bridge
structure. The City has decided to proceed with the project with similar signage mounted
to ground mounted sign support structures.
The general scope of work for this project shall consist of the design and permitting services
associated with the aesthetic artwork and support structures. Services include the
preparation of support structure analysis and plan (including artwork attachment design
and details) for the support structure and permitting thru FDOT's Permit Office for a
Community Aesthetic Feature (CAF) Agreement. This proposal includes submittal of the
permit with appropriate documentation, addressing permit comments and expending all
reasonable efforts towards the goal of permit approval. In the event of a permit approval
impasse, at the request of the City, the Consultant will cease further work associated with
the proposed work and invoice the City accordingly for work completed to date.
Task 1 - Data Collection
1. The Consultant will hire a surveyor to provide a special purpose survey in the vicinity
of the bridge.
2. The Consultant will hire a geotechnical testing company to provide borings and
analysis for the ground mounted sign foundations.
3. The Consultant will Conduct Utility Sunshine Onecall design tickets for potential
utility conflicts. No underground utility locates utilizing softdig or GPR techniques
are included in this scope. Should it be determined that these services be
required, they can be supplied as additional services.
4. The Consultant will provide site visits as necessary to verify existing conditions, identify
conflicting elements and potential layouts.
Design with comm ty irk mi;ci
5
October 15, 2020
Mr. John E. Doherty, P.E. :
Page 3 of 8
Reference: University Drive Artwork Project UPDATED
Task 2 - Preparation of Construction Documents
1. The Consultant will analyze clearance and visibility impacts to ensure safety and
visibility for the sign structures.
2. The Consultant shall design a single FDOT style cantilever sign support structure to
be utilized in two places within the project limits. Signs are anticipated to be within
the median of University Drive.
3. The Consultant shall design a single foundation support system to be utilized for both
sign locations.
4. The Consultant will calculate and design the artwork attachment for securing the
art to the structure.
5. The Consultant shall assemble a set of construction plans for the sign structures to
include
a. Structural Plans and Details
b. Artwork Attachment and Details
c. Foundation Plans and Details
d. Roadway plans for any adjustments or replacements for curbs, guardrails,
etc.
e. Landscaping Plans for removal, mitigation and/or replacement of existing
irrigation and trees within the footprint of the proposed signs.
f. Electrical plans for lighting of signs and provisions of electrical service.
6. The Consultant will prepare specifications with references to FDOT specs
supplemented as needed for bidding by the City.
Task 3 - FDOT Community Aesthetic Feature Agreement
1. The Consultant shall assemble and submit the permit package to FDOT and will work
to resolve permit review comments with the Department.
2. The Consultant shall meet with FDOT and City staff to coordinate permit review
comments. A maximum of two such meetings are anticipated with each agency.
3. The Consultant shall meet with the City's sign vendor/contractor to coordinate
permit review commends and attachment details.
4. The Consultant will address FDOT comments and resubmit documentation.
5. The Consultant will work with the City's Sign Vendor/Contractor to adjust and adapt
the artwork design in meeting FDOT's requirements.
Task 4 - Additional Permitting
October 15, 2020
Mr.John E. Doherty, P.E. :
Page 4 of 8
Reference: University Drive Artwork Project UPDATED
1. The Consultant will provide permitting services to process the project through the
Tamarac Building Department and Engineering Department
2. The Consultant will provide permitting services to process the project through the
Broward County Tree Removal permit and all other Governmental Agencies as
applicable
Task 5 - Bidding Assistance
The consultant will attend one (1) pre-bid meeting and issue as many as three (3)
addendums in response to contractor questions. Once bids are received, the consultant
will review the bids, prepare a bid tabulation sheet and check references of the three (3)
lowest bidders to determine the most responsive and responsible bidder. The consultant
will provide the City with a letter of recommendation based upon its findings. Alternately,
the work may be performed by the sign vendor under direct contract with the City. In this
event, the Consultant will coordinate with the sign vendor as needed.
Task 5 - Construction Phase Services
1. The Consultant will review and approve shop drawings by the designated
Contractor as needed
2. The Consultant will provide field visits during the construction to verify the installation
of the artwork according to the approved drawings. Site Visits are limited to 8 visits.
3. The Consultant will respond to RFI questions during construction. Limited to 3 primary
questions.
4. The Consultant will attend pre-construction and progress meeting for the project.
5. The Consultant will provide a Substantial Completion inspection and produce a
punch list of issues to be corrected.
6. The Consultant will provide a Final Completion Inspection and issue final
certifications for the project.
ADDITIONAL SERVICES
1n wi`n,cornmunity in min,:
October 15, 2020
Mr. John E. Doherty, P.E. :
Page 5 of 8
Reference: University Drive Artwork Project UPDATED
Any services not specifically provided for in the above scope will be considered additional
services and can be performed at our then current hourly rates. Additional services we
can provide include, but are not limited to, the following:
1. Services required by additional governmental regulations, which might be put into
effect after the date of this agreement.
2. Structural design beyond those identified.
3. Signs are anticipated to be in the median in the vicinity of the pedestrian bridge. Any
relocations to the shoulders or other areas could result in additional services due to
differing impacts.
4. Design for irregular shaped artwork is not included. Artwork is anticipated to be
rectangular and will not have cutout shapes around art.
5. Relocation of any utility conflicts
6. Responses to agency comments beyond those outlined in this scope.
7. Any services not specifically identified and described in the above Scope of Services.
TO BE PROVIDED BY CLIENT
The following items are to be provided to Stantec by the Client or the Client's Consultants:
1) Architectural Enhancement Artwork Design
2) Authorization to represent the Client on permit applications.
3) Access to the site.
4) Permit application fees and plan review fees. Alternately, the consultant will pay
permit fees to be reimbursed at cost
5) Any other existing information related to the project that may influence the scope
of services noted above including but not limited to, budget, aesthetics and
associated modifications or revisions.
SCHEDULE
Stantec will provide its services within 120 days of a Notice to Proceed. Review times from
FDOT and response times from the artwork designers may have impacts to the schedule
beyond the control of Stantec.
October 15, 2020
Mr. John E. Doherty, P.E. :
Page 6 of 8
Reference: University Drive Artwork Project UPDATED
FEE AND BILLING
Stantec will accomplish the services outlined in Tasks 1 through 6 for the Total Lump Sum
Budget of $89,503.00. However, funds are remaining from the original project efforts
amounting to $14,473.00 plus $3,000.00 in expenses. We propose to rollover those funds
and request $75,030.00 in new funding to complete the project. Furthermore, we propose
to allocate the existing funding to proceed immediately with Survey and Geotechnical in
order to move forward with the project while additional funding is approved.
None of the reimbursable fees shall be invoiced without prior consent of use and proper
substantiating backup. Invoicing and payment will be in accordance with the terms and
conditions of the consulting agreement between the City of Tamarac and Stantec dated
October 26, 2016 and shall govern this agreement as applicable.
When possible, all permitting, application, and similar project fees will be paid directly by
the Client. Reimbursable expenses shall only be used when needed to expedite processes
as directed by the Owner. Expenses are in addition to the labor amount.
Fees and expenses will be invoiced monthly based, as applicable, upon the percentage
of services completed and expenses incurred as of the invoice date. Payment will be due
within 30 days of the date on the Stantec invoice.
Fees and times stated in the agreement are valid for sixty (60) days after the date of this
letter. The following task items represent a breakdown of the lump sum amounts for
Stantec for reference:
LUMP SUM FEES
Sub-Consultant
Task Description Labor Fee Fee
1 Data Collection $ 3,706.00 $ 14,250.00
2 Preparation of Construction Documents $51,250.00 N/A
3 FDOT CAF Agreement $ 7,494.00 N/A
4 Additional Permitting $ 2,740.00 N/A
5 Bid Assistance $ 1,699.00 N/A
6 Construction Phase Services $ 8,364.00 N/A
Design, Permitting and CA Fees $ 75,253.00 $ 14,250.00
i'=s;gn v;i`Yt corn,— yin rn
October 15, 2020
Mr. John E. Doherty, P.E. :
Page 7 of 8
Reference: University Drive Artwork Project UPDATED
REIMBURSABLE FEES
Reimbursable Fees, Permits, Etc. Included in
previous
contract
SUBCONSULTANT FEE BREAKDOWN
Surveying Services. $5,750.00
Geotechnical Services $4,000.00
Geotechnical Services (MOT Control) $4,500.00
Subconsulting Fees $ 14,250.00
Note: MOT is listed separately if the City would prefer to assist with this effort.
TOTAL CURRENT TASK AUTHORIZATION FEE $ 89,503.00
APPLY REMAINING FEE FROM PREVIOUS TASKS -$ 14,473.00
NEW TASK AUTHORIZATION FEE $75,030.00
CLOSURE
If you concur with the foregoing and wish to direct us to proceed with the aforementioned
services, please execute the enclosed copy of this letter agreement in the space provided
and return. Fees and time stated in this agreement are valid for sixty (60) days after the
date of agreement by Stantec Consulting Services, Inc.
Des.an wi+r-,comm:ir u1 ml�c;
5
October 15, 2020
Mr.John E. Doherty, P.E. :
Page 8 of 8
Reference: University Drive Artwork Project UPDATED
Stantec Consulting Services, Inc. appreciates the opportunity to submit this letter
agreement. Please contact Jeff Crews at (954) 481-2812x 235 if you have any questions.
Respectfully Submitted,
STANTEC CONSULTING SERVICES, INC.
„,„‘__ ___-___ _____
Jeffrey S. Crews, P.E.
Principal
Cc: file
Agreed to this ' day of 17•C p.2.( , 2020
ITY OF TAMARAC
�, Munic'
% , City Manager
Michael C. Cernech, City Manager
(Print or Type Name)
Atte : /vr , Witness
ent, et, ek ,_
(Print or Type Name yp
Official Seal:
,c,,TA,F, .�p;•1 � Via':
F r IV1 ;0
❑r sIg.n.wilt community in mind. r k•�w\
%dill Sid
MANHOUR ESTLMATES
Stantec Consulting Services,Inc. Project No.:Stantec TBD
Sta n ee c
cei
Engineers-Architects-PlannersName: University Drive Artwork Project
800 Fairway Drive,Suite 195 ('try of Tamarac,Florida-Task Authorization No 21-03D
Deerfield Beach FL US 33441-1828 Date 10/15/2020
954)481-2812(Phone)-(954)481-2818(Fax) Principal Project Project Staff
in Charge Manager Engineer Engineer Technician Clerical TOTAL
Manhours Manhours Manhours Manhours Manhours Manhours Hours Cost For Running
S207.00 $179.00 $140.00 5113.00 $90.00 $61.00 Activity Total
Task 1.00 Data Collections
3 3,706.00
1.0 Data Collection
-1.2.1 Site Visits-Initial&Follow Up 4 S 716.00
V 2.1.2 Coordinate Survey and Geotectnical 4 4 S 716.00
2.1.2 Utility Investigations 2 6 4 12 $ 1,558.00
1.2.2 Coordination with City(kick-off,new design) 4 4 $ 716.00
SL'BTOT4LS 0 14 6 0 4 0 24 $ 3.706.00
Task 2.00 Preparation or Construction Documents
S 54,956J,-
2.0 Design Analysis
2.0.0 Analyze Clearance and Visibility Impacts 2 2 4 S 638.00
2.0.1 Sign Structure 2 16 24 42 $ 5,310.00
-
2.0.2 Sign Foundation ? 16 24 42 $ 5,310.00
2.0.3 Artwork Attachment/Attachments Details&Design _ _ 8 16 26 $ 3,286.00
2.0.4 Lighting Design _ 8 16 26 $ 3,286.00
2.0.5 Electrical Design 2 4 8 14 $ 1,822.00
2.1 Construction Plans -
2.1.1 Sign Structure 2 4 16 24 46 $ 4,886.00
2.1.2 Sign Foundation 2 4 16 16 38 $ 4,166.00
2.1.2 Roadway Plans 2 4 16 24 46 S 4,886.00
2.1.3 Landscaping Plans 2 8 24 24 58 $ 6,350.00
2.1.4 Lighting Plans _ 4 16 16 38 $ 4,166.00
2.1.5 Electrical Plans _ 8 8 16 34 $ 3,822.00
2.1.6 Specifications Package 4 8 4 16 $ 2,080.00
2.1.7 Quality Control 6 6 $ 1,242.00
SUBTOTALS 6 28 94 184 120 4 436 $ 51,250.00
Task 3.00 FDOT CAFAgreement
$ 62,450.00
3.1.1 Meet with City/FDOT 1 4 $ 716.00
-
2.1.2 Prepare Submittal Package - 12 14 $ 2,038.00
2.1.3 Address Comments _ 8 8 16 34 $ 3,822.00
2.1.4 Prepare Resubmittal _ 4 6 $ 918.00
SL'BTOT.4LS 0 10 24 N 16 0 58 $7,494.00
Task 4.00 Additional Permitting —
$ 65,190.00
5.1 Additional Permitting
5.1.1 Broward County Tree Removal 2 4 4 10 $ 1,370.00
5.1.1 Building Department&Engineering Approval 2 4 4 30 $ 1,370.00
SUBTOTALS 0 4 8 8 0 0 20 $ 2,740.00
Task 5.00 Bid Assistance
$ 66,889.00
5.1 Bid Assistance
-
5.1.1 Attend Pre-Bid Meeting 3 3 $ 537.00
5.1.1 RFI and Addendum _ 4 4 10 $ 1,162.00
SUBTOTALS 0 5 4 0 0 4 13 $ 1,699.00
Task 6.00 Construction Phase Services
$ 75,253.00
6.1 Construction Phase Services -
6.1.1 Shop Drawing Approvals I 4 4 9 $ 1,191.00
6.1.1 RFI Requests 17 4 9 5 1,191.00
6.1.1 Pay Application Review(By City) 0 $ -
6.1.2 Site Visits 6 6 18 5 2,592.00
6.13 Meetings n _ 6 S 1,074.00
2.1.2 Substantial/Final Certifications 6 i, 2 16 S 2,316.00
SUBTOTALS 0 20 __ 14 0 2 58 $ 8.364.00
Hourly Totals 6 81 158 214 140 10 609
LABOR COST,TOTAL $ 75,253.00
SUBCONSULTANT FEES-SURVEY $ 5,750.00
SUBCONSULTANT FEES-GEOTECH $ 8,500.00
REIMBURSABLE ALLOWANCE(permit fees) Already in Contract
TOTAL PROPOSED COMPENSATION $ 89,503.00
Original Fee(minus expenses) 5 31,930.00
Original Fee Billed to date 5 (17,457.00)
Original Fee Not Utilized(minus expenses) $ 14,473.00
Net New Fee $ 75,030.00
Temp. Reso. #12836
Page 1
August 3, 2016
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2016- giO
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO SELECT, APPROVE
AWARD, AND EXECUTE AGREEMENTS WITH QUALIFIED
CONSULTING FIRMS TO PROVIDE PROFESSIONAL
SERVICES FOR A PERIOD OF THREE (3) YEARS WITH AN
OPTION TO RENEW FOR AN ADDITIONAL TWO (2) YEAR
PERIOD ON AN "AS NEEDED" BASIS TO QUALIFIED FIRMS
THAT RESPONDED TO REQUEST FOR QUALIFICATIONS
#16-23Q FOR PROFESSIONAL SERVICES CONTINUING
SERVICES AGREEMENTS, WHICH WAS COMPETITIVELY
SOLICITED, FOR ARCHITECTURAL, ENGINEERING,
SURVEYING AND LANDSCAPE ARCHITECTURAL
SERVICES AS DEFINED IN FLORIDA STATUTES CHAPTER
287.055, THE CONSULTANTS' COMPETITIVE
NEGOTIATION ACT (CCNA) FOR VARIOUS
PROFESSIONAL SERVICES DISCIPLINES AS
DETERMINED BY THE EVALUATION OF THE SELECTION
ADVISORY COMMITTEE IN THE BEST INTEREST OF THE
CITY; EFFECTIVE UPON APPROVAL; AUTHORIZING THE
CITY MANAGER TO EXECUTE THE SUBSEQUENT TWO (2)
YEAR RENEWAL OPTION; PROVIDING FOR CONFLICTS;
PROVIDING FOR SEVERABILITY; AND PROVIDING FOR
AN EFFECTIVE DATE.
WHEREAS, the City of Tamarac is faced with the challenge of meeting the
increased demands imposed by regulatory agencies, development, infrastructure
modifications and expansions utilizing the latest technology for efficient and safe operation;
and
WHEREAS, the City of Tamarac's operations and programs over the next three to
five years require the utilization of specialized services from consultants to meet these
demands; and
Temp. Reso. #12836
Page 2
August 3, 2016
WHEREAS, the City of Tamarac publicly advertised Request for Qualifications
No. 16-23Q for Continuing Services Agreement for Architectural, Engineering,
Landscape Architect, and Surveying Services to be utilized Citywide for a period of up to
five years on an "as needed" basis, a copy of which is on file with the City Clerk; and
WHEREAS, Continuing Services Agreements will be utilized to provide
Architectural, Engineering, Landscape Architect and Surveying services for a number of
City capital projects and engineering studies on an "As Needed" basis for services to
accommodate various projects which may include, but not be limited to the project list
shown in Exhibit "A" , included herein.
WHEREAS, on August 1, 2016, submittals from the following twenty-one (21)
qualified firms:
Avirom &Associates, Inc.
Bermella, Ajamil & Partners, Inc.
Calvin Giordano &Associates, Inc.
Cardno, Inc.
CPZ Architects, Inc.
Craven Thompson & Associates, Inc.
David & Gerchar, Inc.
DMRP, Inc.
Eckler Engineering, Inc.
FICE International Consulting Engineering Design, Inc.
HSQ Group, Inc.
Mathews Consulting
Temp. Reso. #12836
Page 3
August 3, 2016
McLaughlin Engineering Co.
McMahon Transportation Engineers & Planners
Miller Legg
R. J. Behar & Co., Inc.
Saltz Michelson Architects
Stantec Consulting Services, Inc.
Synalovski Roman & Saye
Tamara Peacock Co., Architects
Walters Zackria Associates
; and
WHEREAS, the Continuing Services Agreement process was established
pursuant to the requirements of Florida Statutes Chapter 287.055, the Consultants'
Competitive Negotiation Act (CCNA); and,
WHEREAS, Section 6-146 (b) of the Tamarac Procurement Code provides for the
establishment of a Selection AdvisoryCommittee (SAC) for the evaluation of proposals and
qualifications which are solicited pursuant to the CCNA statutes which is composed of the following
individuals or their designcc : the City Manager, the Assistant City Manager, the Director of Public
Services, the Director of Financial Services, the Director of Community Development, the City
Engineer, and the Purchasing and Contracts Manager who shall have voting privileges and facilitate
the process; and,
WHEREAS, the following individuals were designated to serve on the SAC by the
staff whose titles are enumerated in Section 6-146 (b) of the Tamarac Procurement Code: The
Assistant Director of Public Services for Utilities on behalf of the City Manager, the Assistant City
Temp. Reso. #12836
Page 4
August 3, 2016
Engineer on behalf of the Assistant City Manager, the Director of Public Services, the Assistant
Director of Community Development on behalf of the Director of Community Development, the
Grants Administ,dtorBudget Analyst on behalf of the Director of Financial Services, the City
Engineer, and the Purchasing and Contracts Manager,and,
WHEREAS, the SAC will be charged to recommend the award of the
appropriate consulting firms for the various disciplines enumerated within the Request for
Qualifications; and,
WHEREAS, the Director of Public Services and the Purchasing and
Contracts Manager recommend that the SAC be authorized to select, approve and
award contracts to the appropriate firms to receive continuing services agreements if
appropriate according to the firms' professional expertise and qualifications, for the
various disciplines established in RFQ 16-23Q from the pool of qualified firms who
responded to RFQ 16-23Q; and,
WHEREAS, the Director of Public Services and the Purchasing and
Contracts Manager recommend that the City Manager be authorized to execute
agreements for Professional Service Contracts and to authorize any contract renewals
on an "As Needed" basis; 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
SAC to select, approve and award contracts to the appropriate firms to receive
continuing services agreements according to the firms' professional expertise and
qualifications, for the various disciplines established in RFQ 16-23Q from the pool of
qualified firms who responded to RFQ 16-23Q; and,
Temp. Reso. #12836
Page 5
August 3, 2016
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
City Manager to execute agreements for Professional Service Contracts as needed and
to authorize any contract renewals on an "As Needed" basis.
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
upon adoption hereof and all exhibits referenced and attached hereto are incorporated
herein and made a specific part of this resolution.
SECTION 2: That the SAC is authorized to select, approve and award contracts
to the appropriate firms to receive continuing services agreements according to the firms'
professional expertise and qualifications, for the various disciplines established in RFQ
16-23Q from the pool of qualified firms who responded to RFQ 16-23Q.
SECTION 3: The City Manager is authorized to execute agreements for
Professional Service Contracts and to authorize any contract renewals on an "As
Needed" basis.
SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby
repealed to the extent of such conflict.
SECTION 5: If any clause, section or other part or application of this Resolution is
held by any court of competent jurisdiction to be unconstitutional or invalid, in part or
application, it shall not affect the validity of the remaining potions or applications of this
Resolution.
Temp. Reso. #12836
Page 6
August 3, 2016
SECTION 6: This Resolution shall become effective immediately upon its passage
and adoption.
PASSED, ADOPTED AND APPROVED this .9/-4/ day of , 2016.
( 11/14/
H' ' 'Y DRESSLER, MAYOR
ATTEST:
PrOft
TRICIA A. TEUF L, C RECORD OF COMMISSION VOTE:
CITY CLERK
MAYOR DRESSLER
DIST 1: COMM. BUSHNELL
DIST 2: COMM. GOMEZ
DIST 3: V/M GLASSER
DIST 4: COMM. PLACKO
I HEREBY CERTIFY that I
Have approved this
RESOLUTION as to form.
Ora er4 gT2 f'
MUEL S. GO EN
CITY ATTORNE
..11 CITY OF TAMARAC ft
PURCHASING AND CONTRACTS DIVISION
TAMARAC
7525 NW 88T"AVENUE
The city For Your Life TAMARAC, FL 33321
"Committed to Excellence...Always
ATTACHMENT A Revised July 27, 2016
LIST OF CAPITAL IMPROVEMENT PROJECTS OR STUDIES SCHEDULED WITHIN THE NEXT (5)
YEARS*
*The City may potentially require the use of one or more Continuing Services Contractors for the following
projects scheduled during the next 5 years.
COMMUNITY DEVELOPMENT
-Corridor Buffer Walls
Phase 1. Tamarac Lakes South GP14K
Phase 2A. Mainlands 7 GP15G
Phase 2B. Woodlands GP15I
Phase 2B. Woodlands GP15I
Phase 3. Westwood 3, 4, & 7 GP16B
Phase 4. Woodmont- Southgate & Pine Island Road
Phase 4. Woodmont- Southgate & Pine Island Road Phase 5.
Phase 5. Mainlands 8,9,11 & 12
-Comprehensive Signage Program PW16B
-Neighborhood Signage Program GP12B
-Bus Benches (21) GP17A
-Decorative Hardscape
-Architectural Plan Review(s) for submitted Site Plans (Term Agreement)
-Ongoing Traffic studies—Annual Needs
-Housing Specification Writer and Construction Administrator
INFORMATION TECHNOLOGY
-Security System Improvements GP15F
PUBLIC WORKS
-Colony West Club House PW16E
-Colony West Golf Course — Rehabilitation or upgrade of current golf course and property as may be
needed.
-Pine Island Pedestrian Crossing PW1OB
-Fire Station #36: University Drive FR16A
-Fire Station #36: University Drive FR16A
-Fire Station #36: University Drive FR16A
-Fire Station #48 EMS Sub-Station
-Firehouse Garage Door Replacements (16 and 41)
-Bikeways Path Phase 4 PW16G
-Waters Edge Park PW17A
-Caporella Aquatic Center Main Pool & Sprayground Resurfacing PW17B
-Caporella Aquatic Center Large Slide Replacement PW17C
-Caporella Aquatics Center Pump Room Renovations PW17D
-Sports Field Sod at Tamarac Park PW17E
-Material Storage Bins - TSC & Rec Center PW17F
-Tamarac Park Playground Project
-Waterview Park
-Tamarac Sports Complex Concession Bldg/Site Improvement
16-23Q- Continuing Services Agreement For
Architectural/Engineering, Landscape Architect&Surveying Services Addendum No. 2
Page 2 of 4
CITY OF TAMARAC •
PURCHASING AND CONTRACTS DIVISION
TAMARAC
7525 NW 88T"AVENUE
The Crfy For Your Life TAMARAC, FL 33321
"Committed to Excellence...Always
-Tamarac Sports Field #4 Renovation Project
-Bikeways Path Phase 5
-Bikeways Path Phase 6
-Tephford Park
-Sabal Palm Parcel
-Swim Central Annex
-Tamarac Village - Park
-Caporella Park Improvements
-NW 77th Street Multi-Purpose Trail
-Tamarac Village programming consulting as needed including but not limited to build-out, infrastructure,
landscaping, streetscape or related services
-Reroof of the Tamarac Community Center
PUBLIC SERVICES - STORMWATER
-Citywide Culvert & Headwall Improvements
-Preparing the Annual Reports and meeting the requirements of the City's NPDES Phase I MS4 Permit,
including but not limited to:
• Meeting TMDL requirements of the City's NPDES Phase I MS4 Permit
• Water Quality Monitoring
• Report writing/preparation assistance
• Develop a BPCP in accordance with FDEP
• Mapping Services
• Stormwater BMP retrofit design (e.g., for existing systems without water quality treatment,
or for which additional treatment or new technologies could be applied)
• Stormwater facilities inspections
UTILITIES
-Wastewater Pump Station Renewal UT16S
-WTP Stormwater Improvements UT16R
-SCADA Upgr.for Water Plant Wells & Wastewater PS UT16J
-Tamarac Lakes South WM Replacement UT16K
-WTP Well Upgrade Project WTP Renewal/Replacement UT16G Electrical/Mechanical -Pump Station
Renewal UT16F Irrigation Replacement UT16H Tamarac West System --Rehabilitation UT16E Water
Distribution System Upgrade WTP
-Building Envelope Improvements/Stucco UT17M
-Shaker Village Paving Project after Pipe Bursting UT17N
-Replace Greenleaf Filter Media/Sandblast/Paint UT17A
-Install Mixers in Grant's Plaza&Tr 27 Water Tanks UT170
-Sewer Main Rehabilitation (I & I) UT17D
-Rehab Accelators - Internals UT16Q Grants/TAM Sq, WM Replacement UT18B
-Replace Tr 27 pumps with VFd's and New MCC UT18C
-Relocate Backyard Water Mains - Tamarac East UT17C
-Tract 27 Generator &ATS Replacement UT18D
-Water Master Plan Study N/A
-Replace WTP Package Filter Media - Filters 3 &4
-Grants Shopping Center Generator Replacement UT18F Utilities Capital Fund 441
-Replace Wastewater Force Mains UT18A Utilities Capital Fund 441
-Replace Lime Silos and Slaker Systems
16-23Q- Continuing Services Agreement For
Architectural/Engineering,Landscape Architect&Surveying Services Addendum No. 2
Page 3 of 4
CITY OF TAMARAC
PURCHASING AND CONTRACTS DIVISION
TAMARAC 7525 NW 88T"AVENUE
The City For Your LffP TAMARAC, FL 33321
"Committed to Excellence...Always
-Rate Study
-MIEX @ Pretreatment System
-McNab Force Main, 92nd Ave/Nob Hill Rd. (US03E)
-Wastewater System Master Plan (Study)
-Tamarac Village Utilities Infrastructure Consulting as needed
-Replace Package Filters 1-2 (Remove 4MG Accelator)
-Water Quality Report(s) —Annual
16-23Q- Continuing Services Agreement For
ArchitecturaVEngineering,Landscape Architect&Surveying Services Addendum No.2
Page 4 of 4