HomeMy WebLinkAboutCity of Tamarac Resolution R-2018-124C
1
F-1
Temp. Reso. 13176
September 12, 2018
Page 1 of 5
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2018 lc�Y
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, INCREASING PURCHASES
MADE AGAINST CITY OF PARKLAND CONTRACT #2017-
08 FROM THE ORIGINAL AGREEMENT AMOUNT FOR
BUILDING INSPECTION SERVICES OF $15,000
ANNUALLY TO ADD PERMIT TECHNICIAN SERVICES
FROM THE SAME AGREEMENT IN THE AMOUNT OF
$75,000 FOR AN AMENDED AMOUNT OF $90,000
ANNUALLY FOR A TERM TO RUN CONCURRENT WITH
THE CITY OF PARKLAND CONTRACT #2017-08
THROUGH MARCH 7, 2020 INCLUDING THE EXERCISING
OF ANY RENEWAL OPTIONS OR EXTENSIONS AS MAY
BE APPROVED BY THE CITY OF PARKLAND,
AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO
TAKE THE NECESSARY STEPS TO EFFECTUATE THE
APPROVED INCREASE; PROVIDING FOR CONFLICTS;
PROVIDING FOR SEVERABILITY; AND PROVIDING FOR
AN EFFECTIVE DATE.
WHEREAS, the City of Tamarac is responsible for providing permit review in
support compliance with State of Florida, Broward County and City of Tamarac Building
Codes for new construction and building improvements; and
WHEREAS, effective January 29, 2018, the City Manager of the City of Tamarac
authorized an Agreement between the City of Tamarac and Calvin Giordano and
Associates, Incorporated to adopt terms, conditions and pricing provided under City of
Parkland Contract #2017-08 effective March 7, 2017 in an amount not to exceed $15,000
annually for Building Inspection Services (attached hereto as Exhibit "1 "); and
Temp. Reso. 13176
September 12, 2018
Page 2 of 5
WHEREAS, the City of Parkland Contract #2017-08 also provides pricing for
temporary Permit Technician Services; and
WHEREAS, the term of the City of Parkland Contract #2017-08 runs through
March 7, 2020 and includes up to one (1) additional two (2) year renewal period.
WHEREAS, the Building Department is currently in need of temporary Permit
Technician Services in order to accommodate the current workload of building permits
requiring review; and
WHEREAS, Section 6-148(f) of the Tamarac Procurement Code provides that the
City may purchase goods and services from contracts awarded by other governmental or
not -for -profit entities by a formal competitive selection process; and
WHEREAS, City of Parkland Contract #2017-08 was selected through a
competitive selection process; and
WHEREAS, the original Agreement authorized by the City Manager for Building
Inspection Services fell within the City Manager's approval authority of $25,000 to
$65,000 as provided under Section 6-145 (4) of the Tamarac Procurement Code; and
WHEREAS, the addition of temporary Plan Review Technician Services under the
existing City of Parkland Agreement #2017-08 requires an increase that will exceed the
authority of City Manager, requiring approval by the City Commission, and
Temp. Reso. 13176
September 12, 2018
Page 3 of 5
WHEREAS, the estimated final annual cost of services under the City of Parkland
Contract #2017-08 for work performed by Calvin Giordano and Associate, Incorporated
is projected to be $90,000 annually; and
WHEREAS, in order to meet the current requirements for permit review by the
Building Department, additional temporary Permit Review Technician Services will be
required; and
WHEREAS, the Chief Building Official, and the Purchasing and Contracts Manager
recommend the approval of additional Temporary Permit Technician Services to be
performed by Calvin Giordano Associates, Incorporated utilizing the City of Parkland
Contract #2017-08 concurrent with the term of the City of Parkland Contract #2017-08
including any renewal options exercised by the City of Parkland; and
WHEREAS, the City Commission of the City of Tamarac deems it to be in the best
interest of the citizens and residents of the City of Tamarac to approve contracting for
additional Temporary Permit Technician Services in addition to the current Building
Inspection Services requirements to be performed by Calvin Giordano Associates,
Incorporated utilizing the City of Parkland Contract #2017-08 in an amount not to exceed
$90,000.00 annually, including the cost of Building Inspection Services in the amount of
$15,000 annually and Permit Technician Services in the amount of $75,000 annually for
a term consistent with the term of the City of Parkland Agreement #2017-08, including
any renewal options or extensions as may be exercised by the City of Parkland.
Temp. Reso. 13176
September 12, 2018
Page 4 of 5
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA THAT -
SECTION 1-. The foregoing "WHEREAS" clauses are hereby ratified and
confirmed as being true and correct and are hereby made a specific part of this Resolution
upon adoption hereof, and all exhibits referenced and attached hereto are incorporated
herein and made a specific part of this resolution.
SECTION 2- The City Commission HEREBY approves contracting for additional
Temporary Permit Technician Services in addition to the current Building Inspection
Services requirements to be performed by Calvin Giordano Associates, Incorporated
utilizing the City of Parkland Contract #2017-08 in an amount not to exceed $90,000.00
annually, including the cost of Building Inspection Services in the amount of $15,000
annually and Permit Technician Services in the amount of $75,000 annually for a term
consistent with the term of the City of Parkland Agreement #2017-08 through March 7,
2020, including any renewal options or extensions as may be exercised by the City of
Parkland
SECTION 3: All resolutions or parts of resolutions in conflict herewith are
hereby repealed to the extent of such conflict.
SECTION 4: If any clause, section, other part or application of this
Resolution is held by any count of competent jurisdiction to be unconstitutional or invalid,
in part or application, it shall not affect the validity of the remaining portions or applications
of this Resolution.
n
1
SECTION 5:
passage and adoption.
Temp. Reso. 13176
September 12, 2018
Page 5 of 5
This Resolution shall become effective immediately upon its
PASSED, ADOPTED AND APPROVED this day of , 2018.
�f �n
V
HAAKY DhESSLER, MAYOR
ATTEST:
%�/.. W �..�...
PATRICIA TEUF_E
CITY CLERK
I HEREBY CERTIFY THAT I HAVE
APPROVED THIS RESOLUTION
AS TO FORM
A UEL S. G REN
CITY ATTORNEY
MAYOR DRESSLER
DIST 1:
COMM. BOLTON
;'z'E
DIST 2:
V/M GOMEZ ,
DIST 3:
COMM. FISHMAN
I�
DIST 4:
COMM. PLACKO
CITY CLERK
City of Tamarac Purchasing and Contracts Division
AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND
CALVIN GIORDANO AND ASSOCIATES, INCORPORATED
THIS AGREEMENT is entered into on '�AXILiMVi ?- I , 20 1"1 between the
City of Tamarac, a municipal corporation with pocipal officeVocated at 7525 NW 88' Avenue,
Tamarac, Florida 33321 (City) and Calvin Giordano and Associates, Inc. a Florida corporation
with principal offices located at 1800 Eller Drive, Suite 600, Fort Lauderdale, FL 33316
(Contractor) for the purpose of providing Buildi0q,trispection Services to the City of Tamarac.
The parties hereby agree to the following terms and conditions.
1. In return for valuable consideration in an amount not to exceed Fifteen Thousand Dollars
and Zero Cents ($15,000.00) Annually, Contractor shall comply with the terms and
conditions within the City of Parkland Contract #2017-08, effective March 7, 2017
attached hereto as Exhibit A. All terms and conditions of the contract documents set
forth in Exhibit are incorporated herein as if set forth in full, and the Hourly Fee
Schedule as set forth in Exhibit B attached hereto and incorporated herein as if set forth
in full.
2. Upon execution of this Agreement, all references made to the City of Parkland Contract
#2017-08 effective March 7, 2017 included herein as Exhibit A and Exhibit b-shall be
interpreted as pertaining to the City of Tamarac, and all �s and conditions of Exhibit A
and Ekhibt B shall be deemed as having been implemented for use within the City of
Tamarac, It is understood that wherever the words "agency name" or "agency board
name" appear, they shall be read as "City of Tamarac" and "City of Tamarac
Commissioners",
9111100 "111
The term of tIft Agreement shall be concurrent with the term set forth in Exhibit A,
through March 7, 2020 effective on the date of approval of this Agreement. The City
reserves the right to renew this Agreement for up to one (1) additional two (2) year term,
in the evert that the Agreement is renewed by the City of Parkland
4. This agreement, Exhibit A and Exhibit B constitute the entire agreement between the
City and the Contractor. In the event of a conflict between these documents, this
Aoreerry , ept shall prevail, followed in precedence by Exhibit B and Exhibit A in that order.
5, Contract Sum and Payments:
The Contract Sum for the above work shall not exceed Fifteen Thousand Dollars and
Zero Cents ($15,000.00) Annually. All payments shall be governed by the Local
Government Prompt Payment Act, F.S,, Part VU, Chapter 218.
a. Contractor shall obtain at Contractor's expense all necessary Insurance in
such form and amount as specified in the original bid document or 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, Builder's Risk and all other
I HEREBY CERMY THAT DOCUMENTISATRUE
AICECT
THE ORIGINAL OF WHICH IS ON FILE. IN CITY HALL
WITNESS MY HAND AND OFFICIAL SEAL
OF TM CITY OF TAMARAC, FRIDA.
THIS,�..r DAY OF .4 ft)
CITY CLERK
City of Tamarac MM
Purchasing and Contracts Division
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.
b. 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. Insurance limits are outlined below:
Insurance Requirements
Line of Buslness/ Coverage
Occurrence Aggregate
limits
Commercial General Unhillty Indudbw.
$��'�
$��•�
PrrntsWOparations
Contractual UnbliRy
Pwsorvi btury
Expiosior% Calla pse, Underground Hazard
Produds/Completed opwatlan
Broad Form Pmpsrty Damage
Cross Uability and Severabdity of titwest clause
Automobile tiabiity
$] OOO,00mao
$11ooQ0moo
Workers' Corrrpensatlon & Employes Liability
Statutory
c. In addition, Consultant shall provide proof of coverage of Professional Liability
(Errors and Omissions) Insurance: $1,000,000
d. In the event that sub -contractors used by the Contractor do not have
insurance, or do not meet the insurance limits, Contractor shall indemnify and
hold harmless the City for any claim in excess of the sub -Contractors'
insurance coverage, arising out of negligent acts, errors or omissions of the
sub -contractors.
e. Contractor shall not commence work under this Agreement until all insurance
required as stated herein has been obtained and such insurance has been
approved by the City.
Contractor shall indemnify and hold the City harmless for any damages
resulting from failure of the Contractor to take out and maintain such
of Tamarac Purchasing and Contracts Division
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.
7. indemnification:
a. 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.
b. 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.
c. Upon completion of all services, obligations and duties provided for in this
Agreement, or in the event of termination of this Agreement for any reason, the
terms and conditions of this Article shall survive indefinitely.
d. The Contractor 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 attorneys fees (including appellate
attorneys fees) and costs.
e. The City and Contractor recognize that various provisions of this Agreement,
including but not limited to this Section, provide for indemnification by the
Contractor and requires a specific consideration be given there for. The Parties
therefore agree that the sum of Ten Dollars and 00/100 ($10.00), receipt of
which is hereby acknowledged, is the specific consideration for such
indemnities, and the providing of such indemnities is deemed to be part of the
specifications with respect to the services to be provided by Contractor.
Furthermore, the City and Contractor understand and agree that the covenants
and representations relating to this indemnification provision shall serve the
term of this Agreement and continue in full force and effect as to the City's and
the Contractor's responsibility to indemnify.
f. 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 Contractor under the indemnification agreement.
g. 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.
8. Non -Discrimination & Equal Opportunity Employment:
City of Tamarac Purchasing and Contracts Division
During the performance of the Contract, the Contractor and its subcontractors shall not
discriminate against any employee or applicant for employment because of race, color,
sex including pregnancy, religion, age, national origin, marital status, political affiliation,
familial status, sexual orientation, gender identity and expression, or disability if qualified.
The Contractor will take affirmative action to ensure that employees and those of its
subcontractors are treated during employment, without regard to their race, color, sex
including pregnancy, religion, age, national origin, marital status, political affiliation,
familial status, sexual orientation, gender identity or expression, or disability if qualified.
Such actions must include, but not be limited to, the following: employment, promotion;
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 Contractor and its subcontractors shall agree to post in
conspicuous places, available to its employees and applicants for employment, notices
to be provided by the contracting officer setting forth the provisions of this
nondiscrimination clause. The Contractor further agrees that he/she will ensure that all
subcontractors, if any, will be made aware of and will comply with this nondiscrimination
clause.
9. Independent Contractor:
This Agreement does not create an employee/employer relationship between the
Parties. It is the intent of the Parties that the Contractor is an independent contractor
under this Agreement and not the City's employee for any purposes, including but not
limited to, the application of the Fair Labor Standards Act minimum wage and overtime
payments, Federal Insurance Contribution Act, the Social Security Act, the Federal
Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's
Compensation Act, and the State Unemployment Insurance law. The Contractor shall
retain sole and absolute discretion in the judgment of the manner and means of carrying
out Contractor's activities and responsibilities hereunder provided, further that
administrative procedures applicable to services rendered under this Agreement shall be
those of Contractor, which policies of Contractor shall not conflict with City, State, or
United States policies, rules or regulations relating to the use of Contractor's funds
provided for herein. The Contractor agrees that it is a separate and independent
enterprise from the City, that it had full opportunity to find other business, that it has
made its own investment in its business, and that it will utilize a high level of skill
necessary to perform the work. This Agreement shall not be construed as creating any
joint employment relationship between the Contractor and the City and the City will not
be liable for any obligation incurred by Contractor, including but not limited to unpaid
minimum wages and/or overtime premiums.
10. 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.
11. Termination:
City of Tamarac Purchasing and Contracts Division
a. Termination for Convenience: This Agreement may be terminated by the City for
convenience, upon seven (7) days of written notice by the City to the Contractor
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.
b. Default by Contractor: In addition to all other remedies available to the City, this
Agreement shall be subject to cancellation by the City for cause, 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 thirty (30) days after receipt by Contractor of written
notice of such neglect or failure.
12. Public Records:
a. The City of Tamarac is a public agency subject to Chapter 119, Florida Statutes.
The Contractor shall comply with Florida's Public Records Law. Specifically, the
Contractor shall:
1. Keep and maintain public records required by the City in order to perform the
service;
2. Upon request from the City's custodian of public records, provide the public
agency with a copy of the requested records or allow the records to be
inspected or copied within a reasonable time at a cost that does not exceed
the cost provided in this chapter or as otherwise provided by law.
3. Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed except as
authorized by law for the duration of the contract term and following
completion of the contract if the contractor does not transfer the records to
the City.
4. Upon completion of the contract, transfer, at no cost to the City, all public
records in possession of the Contractor, or keep and maintain public records
required by the City to perform the service. If the Contractor transfers all
public records to the City upon completion of the contract, the Contractor
shall destroy any duplicate public records that are exempt or confidential and
exempt from public records disclosure requirements. If the Contractor keeps
and maintains public records upon completion of the contract, the Contractor
shall meet all applicable requirements for retaining public records. All records
stored electronically must be provided to the City, upon request from the
City's custodian of public records in a format that is compatible with the
information technology systems of the City.
b. During the term of the contract, the Contractor shall maintain all books, reports and
records in accordance with generally accepted accounting practices and standards
for records directly related to this contract. The form of all records and reports shall
be subject to the approval of the City's Auditor. The Contractor agrees to make
of Tamarac Purchasing and Contracts Division
available to the City's Auditor, during normal business hours and in Broward, Dade
or Palm Beach Counties, all books of account, reports and records relating to this
contract.
13. 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.
14. 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.
15. 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.
16. 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.
17. No Construction Against Drafting Party:
Each party to this Agreement expressly recognizes that this Agreement results from the
negotiation process in which each party was represented by counsel and contributed to
the drafting of this Agreement. Given this fact, no legal or other presumptions against the
party drafting this Agreement concerning its construction, interpretation or otherwise
accrue to the benefit of any party to the Agreement, and each party expressly waives the
right to assert such a presumption in any proceedings or disputes connected with, arising
out of, or involving this Agreement.
18. Notice:
Any notice, demand, communication, or request required or permitted hereunder shall be in
writing and delivered in person; sent by U.S. Certified Mail, U.S. Express Mail, air or ground
courier services or by messenger service, addressed to the party for whom it is intended at
the following addresses.
CITY
City Manager
City of Tamarac
7525 NW 8WI Avenue
Tamarac, FL 33321
of Tamarac IPurchasing and Contracts Division
With a copy to City Attorney at the following address:
Goren, Cherof, Doody & Ezrol, P.A.
3099 East Commercial Blvd., Suite 200
Fort Lauderdale, FL 33308
CONTRACTOR
Calvin Giordano &
Associates, Incorporated
1800 Eller Drive, Suite 600
Fort Lauderdale, FL 33316
ATTN: Dennis J. Giordano, President
CGiordano@cgasolutions.com
19, Non -disclosure of Proprietary Information:
Consultant shall consider all information provided by City and all reports, studies,
calculations, and other documentation resulting from the Consultant's performance of the
Services to be proprietary unless such information is available from public sources.
Consultant shall not publish or disclose proprietary information for any purpose other than
the performance of the services without the prior written authorization of City or in
response to legal process.
20. Contingent Fees:
The Consultant warrants that it has not employed or retained any company or person,
other than a bona fide employee working solely for the Consultant to solicit or secure this
Agreement and that it has not paid or agreed to pay any person, company, corporation,
individual or firm, other than a bona fide employee working solely for the Consultant, any
fee, commission, percentage, gift or any other consideration contingent upon or resulting
from the award or making of this Agreement.
21. Truth -In -Negotiation Certificate:
21.1 Execution of this Agreement by the Consultant shall act as the execution of a truth -
in -negotiation certificate certifying that the wage rates and costs used to determine
the compensation provided for in this Agreement are accurate, complete and
current as of the date of the Agreement and no higher than those charged the
Consultant's most favored customer for the same or substantially similar service.
21.2 The said rates and cost shall be adjusted to exclude any significant sums should
the City determine that the rates and costs were increased due to inaccurate,
incomplete or non -current wage rates or due to inaccurate representations of fees
paid to outside consultants. The City shall exercise its rights under this "Certificate"
within one (1) year following payment.
22.PUBLIC RECORDS CUSTODIAN:
City of Tamarac Purchasing and Contracts Division
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT:
CITY CLERK
7525 NW 88TH AVENUE
ROOM 101
TAMARAC, FL 33321
(954) 597-3505
CITYCLERK@TAMARAC.ORG
City of Tamarac Purchasing and Contracts Division
IN WITNESS WHEREOF, the parties have made and executed this Agreement on the
respective dates under each signature. CITY OF TAMARAC, signing by and through its
Authorized Representative and Calvin Giordano and Associates, Inc, signing by and through its
President duly authorized to execute same.
,\\\\W11111/j,
�, a r--of �- Michael Cernech, City pager
C;. Date d-t
t� Patricia A. Teufel, CIVIC! ; , ,-.
City Clerk
ite
Approvedas to form and legal sufficiency:
Ci o ney
Date
ATTEST: Calvin Giordano and Associates, Inc.
Comps ame
(Cor orate Secretary) Signs of President
Dawn Hopkins Dennis J. Giordano
Type/Print Name of Corporate Secy. Type/Print Name of President/Owner
[2 �i
(CORPORATE SEAL) Date
City of Tamarac Purchasing and Contracts Division
CORPORATE ACKNOWLEDGEMENT
STATE OF FLORIDA :
:SS
COUNTY OF&V__ :
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 Dennis
J. Giordano Associates, Inc. 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/she
executed the same.
WITNESS my hand and official seal thi;�day of De-4� , 20
ARELIS C. VALERO
Notary Public - $too of FlorMe
-
My Comm. Expires Jan 30, 2019
H�jM1N
Commission / FF 168391
Bolded though Nsdanl Notary Assn.
10
Signature of Notary Public
State of Florida at Large
V tov�
Print, Type or Stamp
Name of Notary Public
lyPersonally known to me or
:3 Produced Identification
Type of I.D. Produced
❑ DID take an oath, or
❑ DID NOT take an oath.
City of Tamarac Purchasing and Contracts Division
EXHIBIT A
19
EXHIBIT A
March 7, 2017
CITY OF PARKLAND
CITY CI,FRK'S OFFICE
6600 University Drive
Parkland, Florida 33067
Office: (954) 753-5040 • Fax: (954) 341-5161
\VWW.cityofpar r&-..
DECE�WIE
MAR 1 j 2011 1 D
Calvin, Giordano & Associates
Engineers_ Surveyors Planners
Calvin, Giordano & Associates, Inc.
Attn: Dennis Giordano
1800 Eller Drive, Suite, 600
Fort Lauderdale, FL 33316
Re: Contract for Building Plan Review & Inspections
Enclosed please find one fully executed agreement, between the City of Parkland and
Calvin, Giordano & Associates, Inc. for building Plan Review & Inspection Services.
Should you have any questions, please feel free to contact our office at 954-757-4132,
Sincerely,
f
— J 'fer Johnson
City Clerk
Enc: Resolution 2017-08
Oft
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
RESOLUTION NO.2017-08
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF PARKLAND, FLORIDA TO APPROVE THE RANKING OF
THE TOP THREE (3) FIRMS REQUEST FOR QUALIFICATION
2017-08 TO PROVIDE BUILDING PLAN REVIEW AND
INSPECTION SERVICES ON AN AS NEEDED BASIS AND TO
AUTHORIZE THE APPROPRIATE CITY OFFICIAL TO
NEGOTIATE AND EXECUTE CONTRACTS WITH THE THREE
(3) TOP RANKED FIRMS; PROVIDING FOR SEVERABILITY;
AND PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, in accordance with the City of Parkland ("City") purchasing guidelines, the
City advertised the Request for Qualification ("RFQ") #2017-08 entitled, for the purposes of
having pre -qualified firms to provide building plan examination and inspection services on an as
needed basis; and
WHEREAS, a total of three (3) proposals were received attached on "Exhibit A"; and
WHEREAS, an Evaluation Committee consisting of the Director of Development
Service/City Engineer, Director of Public Works and Interim Building Official was then
appointed to review the three (3) proposals using the criteria set forth in the RFQ, and
WHEREAS, the three (3) firms were then brought in for evaluation and ranking of the
proposals by the Evaluation Committee; and
WHEREAS, upon conclusion of the evaluation meeting, the Evaluation Committee
members ranked the firms as follows:
Company Name
1
Calvin Giordano and Associates Inc.
2
CAP Govemment Inc.
3
Bureau Veritas
WHEREAS, the City's -procurement process dictates that final ranking of RFQ is
performed by the City Commission; and
WHEREAS, after consideration of the Evaluation Committee ranking and information
provided within the RFQ, the City Commission hereby ranks the proposal as follow:
Company Name
I
Calvin Giordano and Associates Inc.
2
CAP Government Inc.
3
Bureau Veritas
WHEREAS, staff recommends that the City utilize the services of the three (3) firms for
the purposes of ensuring the City is in the best position to meet the resident's needs; and
WHEREAS, upon final ranking approval, the City Commissioner authorizes the
Appropriate City Official to negotiate and execute contracts with the top (3) ranked firms.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
OF PARKLAND, FLORIDA AS FOLLOWS:
Section 1. The foregoing "WHEREAS" clauses are confirmed and ratified as being true
and correct and are hereby incorporated herein. All exhibits attached hereto are hereby
incorporated herein.
Section 2. The City Commission hereby adopts the ranking of the top three (3) ranked
firms according to the order as outline in "Exhibit B" attached hereto.
Section 3. In the event that the City Manager and any top three (3) ranked firms are
unable to mutually agree on terms, conditions and fees, the City Manager is hereby to
discontinue negotiation with such firm.
Section 4. All agreements shall be reviewed and approved by the City Attorney prior to
the City's execution.
Section 5. This Resolution effective immediately upon adoption.
PASSED AND ADOPTED THIS 15th DAY OF February, 2017.
CITY OF PARKLAND, FLORIDA
73 ATTEST:
74 /
75
76 IF R JO ON
7 CITY CLERK
CIMSTINE fIUXSCiIOFSKY
MAYOR
Certili®a to "" s "W" and torrAkct copy
of the docum"nt on 08a
Ths O y Pi.
10
C 1 Aa
AGREEMENT BETWEEN
CITY OF PARKLAND
AND
(CALVIN, GIORDANO & ASSOCIATES, INC.)
FOR
BUILDING PLAN REVIEW AND INSPECTION SERVICES
February 2017
6600 University Drive, Parkland, Florida 33067 (954)753-5040
City of Parkland Building Department
INDEX
BUILDING PLAN REVIEW AND INSPECTION SERVICES
ARTICLE NO.
TITLE
1 DEFINITIONS AND IDENTIFICATIONS
2 PREAMBLE
3 SCOPE OF SERVICES
4 TIME FOR PERFORMANCE
5 COMPENSATION AND METHOD OF PAYMENT
6 ADDITIONAL SERVICES AND CHANGES IN
SCOPE OF SERVICES
7 CITY'S RESPONSIBILITIES
8 MISCELLANEOUS
8.1 OWNERSHIP OF DOCUMENTS
8.2 TERMINATION
8.3 RECORDS
8.4 EQUAL OPPORTUNITY EMPLOYMENT
8.5 PUBLIC ENTITY CRIMES ACT
8.6 NO CONTINGENT FEE
8.7 SUBCONSULTANTS
8.8 ASSIGNMENT
8.9 AUTHORIZED REPRESENTATIVE
8.10 INDEMNIFICATION OF CITY
8.11 INSURANCE
8.12 REPRESENTATIVE OF CITY AND
CONSULTANT
8.13 ALL PRIOR AGREEMENTS SUPERSEDED
8.14 NOTICES
8.15 TRUTH -IN -NEGOTIATION CERTIFICATE
EXECUTION PAGE
CITY
CONSULTANT
EXHIBITS
EXHIBIT "A' SCOPE OF SERVICE
EXHIBIT'B' RATE FEE SCHEDULE
Agreement Between
City of Parkland c Building Department
CITY OF PARKLAND
and
(CALVIN, GIORDANO & ASSOCIATES, INC.)
for
BUILDING PLAN REVIEW AND INSPECTION SERVICES
This is an agreement between the CITY OF PARKLAND, a municipal corporation of the State of Florida,
(hereinafter the "CITY");
AND
CALVIN, GIORDANO & ASSOCIATES, INC., its successors and assigns, (hereinafter the
"CONSULTANT-).
WITNESSETH, in consideration of the mutual terms and conditions, promises, covenants and payments
herein after set forth, CITY and CONSULTANT agree as follows:
ARTICLE 1 - DEFINITIONS AND IDENTIFICATIONS
For the purposes of this Agreement and the various covenants, conditions, terms and provisions
which follow, the definitions and identifications set forth below are assumed to be true and correct and
are agreed upon by the parties.
1.1 COMMISSION: The City Commission of the City of Parkland, which is the governing body of the
municipal government created by the Parkland City Charter.
1.2 - CONSULTANT: CALVIN, GIORDANO & ASSOCIATES.INC, is the consultant selected to perform the
services pursuant to this Agreement.
1.3 - CONTRACT ADMINISTRATOR: Hereinafter defined as The Building Official, or his/her designee. In the
administration of this Agreement, as contrasted with matters of policy, all parties may rely upon instructions or
determinations made by the Contract Administrator.
1.4 - CONSULTANT: The person, firm, corporation or other entity who enters into an agreement with CITY to
perform the construction work for the Tasks.
1.5 - CITY: City of Parkland, a municipal corporation of the State of Florida.
1.6 - NOTICE TO PROCEED: A written notice to proceed with the Tasks issued by the CONTRACT
ADMINISTRATOR.
1.7 — TASKS: On -going Building Plan Review and Inspection Services.
ARTICLE 2 - PREAMBLE
2.1 Negotiations pertaining to the services to be performed by CONSULTANT were undertaken between
CONSULTANT and CITY as authorized by the Commission, and this Agreement incorporates the
results of such negotiations.
2.2 CONSULTANT is one of three building plan review and inspection consultants the CITY may choose
for the services set forth herein and shall have no expectation or property rights in receiving any CITY
City of Parkland ,$ Building Department
artment
work.
2.3 CONSULTANT shall serve as an independent consultant and is not an employee or agent of CITY.
ARTICLE 3 - SCOPE OF SERVICES
3.1 CONSULTANT shall provide professional building plan review and inspection consulting services as
described in Exhibit "A", attached, hereto and made a part thereof.
32 CONSULTANT agrees to meet with CITY at reasonable times and with reasonable notice.
ARTICLE 4 — TERM AND TiME FOR PERFORMANCE
4.1 The term of this Agreement shall be for a period of three (3) years. The CITY may renew the
Agreement(s) for one successive two year renewal option, subject to acceptance by CONSULTANT,
and satisfactory performance and determination by CITY that renewal will be in the best interest of the
CITY. This Agreement may be terminated as set forth in Section 8.2 below.
4.2 CONSULTANT shall start to perform the services described in Exhibit "A" upon issuance of Notice to
Proceed, and services shall be completed on a task to task basis. The time of completion of each task
shall be stipulated on each work authorization based on the complexity of each assignment.
4.3 Prior to beginning the performance of any services under this Agreement, CONSULTANT must
receive a NOTICE TO PROCEED. CONSULTANT must receive written approval from the
CONTRACT ADMINISTRATOR prior to beginning the performance of services in this Agreement.
4.4.1 The decision to employ the CONSULTANT on any tasks or task shall be within the sole and absolute
discretion of the CITY.
ARTICLES - COMPENSATION AND METHOD OF PAYMENT
5.1 -GENERAL
CITY agrees to pay CONSULTANT as compensation for its all inclusive services including all reimbursable,
and miscellaneous work under the terms of this Agreement. The fee for the services to be performed by
CONSULTANT including all costs, expenses and fees, including reimbursable is to be paid on an hourly basis
for direct salary costs of personnel working on the tasks_
5.2 - BILLING COSTS
The term billing costs as used herein shall mean the hourly rate as shown on Exhibit "B", attached hereto and
made a part hereof, paid to all personnel engaged directly on the TASKS including, but not limited to,
principals, architects, engineers, draftsmen and clerks, which includes the following: 1) a fringe benefits factor
which includes sick leave, vacation, holiday, unemployment, excise and payroll taxes, contributions for social
security, unemployment compensation insurance, retirement benefits, and medical and insurance benefits; 2)
an overhead factor, and 3) an operating profit margin. Said billing costs are to be used only for time directly
attributable to the TASKS. A detailed breakdown of these costs shall be kept current and readily accessible to
CITY. All such records shall be considered public record and shall be preserved as required by Chapter 119,
Florida Statues.
The hourly rates shown on Exhibit "B" shall hold firm for the term of the Agreement. However, should CITY
and CONSULTANT choose to renew this Agreement as provided for in Section 4.1 hereof, CONSULTANT
may adjust rates based on the increase in the Consumer Price Index for the southeast region of the United
States for the previous one year period.
5.3 - METHOD OF BILLING AND PAYMENT
4
City of Parkland E Building Department
5.3.1 CONSULTANT may submit bills at the completion and approval of each task or for partial
completion of each task on a pro rata basis. However, requests for payment shall not be
made more frequently than on a monthly basis. All bills for payment shall designate the
nature of the work performed.
5.3.2 CITY shall pay CONSULTANT within thirty (30) calendar days after approval of
CONSULTANT'S correct statement by CONTRACT ADMINISTRATOR.
5.4 - PAYMENT WILL BE MADE TO CONSULTANT AT:
DENNIS GIORDANO
CALVIN, GIORDANO & ASSOCIATES, INC.
1800 ELLER DRIVE, SUITE 600
FORT LAUDERDALE, FLORIDA 33316
ARTICLE 6 — ADDITIONAL SERVICES AND CHANGES IN SCOPE OF SERVICES
6.1 CITY may request changes that would increase, decrease, or otherwise modify the Scope of Services
to be provided under this Agreement, Such changes must be made in writing prior to any deviation
from the terms of this Agreement including the initiation of any additional services. CITY shall
compensate CONSULTANT for such additional services on the basis provided for in Section 5.2
hereof.
ARTICLE 7- CITY'S RESPONSIBILITIES
7.1 CITY shall furnish to CONSULTANT available data including existing plans; property boundary,
easement, and rights -of -way sketches. CONSULTANT shall be responsible far authenticating
information and securing any additional data required for the performance of consultant services.
7.2 CITY shall arrange for access to and make all provisions for CONSULTANT to enter upon public and
private property as required for CONSULTANT to perform its services.
7.3 CITY shall examine all studies, reports, sketches, drawings, specifications, proposals and other
documents presented by CONSULTANT, and may obtain advice of an attorney, insurance counselor
and other consultants as CITY deems appropriate for such examination and render in writing decisions
pertaining thereto within a reasonable time so as not to delay the services of CONSULTANT.
7.4 CITY shall give prompt written notice to CONSULTANT whenever CITY observes or otherwise
becomes aware of any development that affects the scope or timing of CONSULTANT'S services.
ARTICLE 8 — MISCELLANEOUS
8.1 — OWNERSHIP OF DOCUMENTS
Drawings, CAD files, specifications, designs, models, photographs, reports, surveys and other data provided in
connection with this Agreement are and shall remain the property of CITY whether or not the TASKS for which
they are made is completed. In reusing documents CONSULTANT shall remove all references to the name
City of Parkland.
All documents, including but not limited to drawings, specifications and data or programs stored electronically,
prepared by the CONSULTANT are related exclusively to the services described herein. They are not
intended or represented to be suitable for partial use or reuse by the CITY or others on extensions of these
tasks or on any other tasks. Any modifications made by the CITY to any of the CONSULTANT's documents,
including without limitation the partial use of the CONSULTANT's documents, or any reuse without written
City of Parkland Building Department
verification or adaption by the CONSULTANT to specific purposes intended will be at the CITY's sole risk and
without liability or legal exposure to the CONSULTANT
8.2 — TERMINATION
This Agreement may be terminated by either party for cause upon 15 days written notice. The notice shall set
forth the grounds for cause. The City may, at any time terminate this agreement without cause for convenience
upon 20 days written notice. In the event of termination for convenience, CONSULTANT shall be paid its
compensation for services performed to termination date including costs associated with reproducing and/or
returning files, materials, and documents as requested by the CITY.
In the event that CONSULTANT abandons this Agreement or causes it to be terminated by CITY,
CONSULTANT shall indemnify CITY against any loss pertaining acts prior to termination. Additionally, in the
event of any termination of the agreement Consultant shall have the obligation to assist the City in effecting a
smooth transition to another Building Plan Review and Inspection Services Consultant. All finished or
unfinished documents, data, studies, surveys, drawings, CAD files, maps, models, photographs and reports
prepared by CONSULTANT shall become the property of CITY and shall be delivered within five (5) calendar
days by CONSULTANT to CITY after receipt of payment therefore as enumerated in Section 8.2.
8.3 — RECORDS
CONSULTANT shall comply with Chapter 119, the Public Records Act. IF THE CONTRACTOR HAS
QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT
THE CUSTODIAN OF PUBLIC RECORDS AT City Clerk, Office of the City Clerk, 0600 University Drive,
Parkland, FL 33067; (954) 757-4132; citvclerk(a)cityofparkland_org
CONSULTANT shall keep such records and accounts and require any and all consultants and sub -
consultants to keep records and accounts as may be necessary in order to record complete and correct
entries as to personnel hours charged to the TASKS and any expenses for which CONSULTANT expects to
be reimbursed.
Such books and records will be available at all reasonable times for examination and audit by CITY and shall
be kept for a period of three (3) years after the completion of all work to be performed pursuant to this
Agreement. Incomplete or incorrect entries in such books and records will be grounds for CITY'S
disallowance of any fees or expenses based upon such entries.
8.4 — EQUAL OPPORTUNITY EMPLOYMENT
CONSULTANT agrees that it will not discriminate against any employee or applicant for employment for work
under this Agreement because of race, color, religion, sex, age, national origin, disability and will take
affirmative steps to ensure that applicants are employed and employees are treated during employment
without regard to race, color, religion, sex, age, national origin or disability.. This provision shall include, but
not be limited to, the following: employment upgrading, demotion or transfer; recruitment advertising, layoff or
termination; rates of pay or other forms of compensation; and selection for training, including apprenticeships.
8.5 — PUBLIC ENTITY CRIMES ACT
In accordance with Section 287.133, Florida Statutes, CONSULTANT, through execution of this agreement,
certifies that it is not listed on the convicted vendors list maintained by the State of Florida Department of
General Services.
8.6 — NO CONTINGENT FEE
a. CONSULTANT warrants that it has not employed or retained any company or person, other than a
bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that it
has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona
City of Parkland Building Department
fide employee working solely for CONSULTANT any fee, commission, percentage, gift, or other
consideration contingent upon or resulting from the award or making of this Agreement. For the
breach or violation of this provision, CITY shall have the right to terminate the Agreement without
liability and at CITY'S sole discretion, to deduct from the contract price, or otherwise recover, the full
amount of such fee, commission, percentage, gift, or consideration.
b. Through execution of this agreement CONSULTANT agrees that it will not accept assignments from
other entities to perform work within the corporate limits of the City. Additionally, CONSULTANT will
endeavor to eliminate any situations that would create any conflicts of interest with regard to its
performance of work under this agreement.
8.7 - SUBCONSULTANT
In the event CONSULTANT, during the term of this Agreement, requires the services of any sub -consultants or
other professional associates in connection with services covered under this Agreement, CONSULTANT must
secure the prior written approval of the Contract Administrator.
8.8 - ASSIGNMENT
This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered by
CONSULTANT, under any circumstances, without the prior written consent of CITY.
8.9 — AUTHORIZED REPRESENTATIVE
CONSULTANT hereby appoints NORM BRUHN as its authorized representative.
8.10 - INDEMNIFICATION OF CITY
8.10.2 CONSULTANT shall at all times hereafter, indemnify and hold harmless and defend CITY, its
agents, officers and employees from and against liabilities, claims, causes of action, damages,
losses and costs, including but not limited to, reasonable attorneys' fees, to the extent such
were caused by the negligence, recklessness, or intentional wrongful conduct of
CONSULTANT and any other persons employed or utilized by CONSULTANT in the
performance of services under this Agreement.
8.10.2 CONSULTANT acknowledges and agrees that CITY would not enter into this contract without
this indemnification of CITY by CONSULTANT, and that CITY'S entering into this contract
shall constitute good and sufficient consideration for this indemnification, further 1% of all
payments shall be deemed compensation for this indemnity_ These provisions shall survive
the expiration or earlier termination of this Contract. Nothing in this Contract shall be
construed to affect in any way the CITY'S rights, privileges, and immunities as set forth in
Florida Statutes 768.28.
8.11 - INSURANCE
CONSULTANT shall provide, pay for and maintain in force at all times during the services to be performed,
such insurance, including Workers' Compensation Insurance, Employer's Liability Insurance, Comprehensive
General Liability Insurance and Professional Liability Insurance.
Such policy or policies shall be issued by United States Treasury approved companies authorized to do
business in the State of Florida and having agents upon whom service of process may be made in the State of
Florida. CONSULTANT shall specifically protect CITY by naming the CITY OF PARKLAND as additional
insured under the Comprehensive General Liability Insurance Policy hereinafter described. The Professional
Liability Insurance Policy or certificate shall reference these TASKS.
8.11.1 Professional Liability Insurance: The limits of liability provided by such policy shall be no less
City of ParklandBuilding Department
than One Million ($1,000,000) Dollars for single occurrence and Two Million ($2,000,000)
Dollars in the aggregate
8.11.2 Workers Compensation Insurance to apply for all employees in compliance with the Workers
Compensation Law of the State of Florida and all applicable federal laws.
Notice of Cancellation and/or Restriction: The policy(ies) must be endorsed to provide
CITY with thirty (30) days notice of cancellation and/or restriction.
8.11.3 Comprehensive General Liability Insurance with minimum limits of One Million Dollars
(1,000,000) per occurrence combined single limit for Bodily Injury Liability and Property
Damage Liability.
Coverage must be afforded on a form no more restrictive than the latest edition of the
Comprehensive General Liability Policy, without restrictive endorsements, as filed by
the Insurance Services Office, and must include:
Premises and/or Operations.
Independent CONSULTANTS.
Broad Form Property Damage.
Broad Form Contractual Coverage applicable to this specific Agreement.
Personal Injury Coverage with Employee and Contractual Exclusions removed with
minimum limits of coverage equal to those required for Bodily Injury Liability and
Property Damage Liability.
The CITY OF PARKLAND is to be named as additional insured with respect to liability arising
out of operations performed for CITY by or on behalf of CONSULTANT or acts or omissions of
CONSULTANT in connection with such operation.
Notice of Cancellation and/or Restriction. The policy(ies) must be endorsed to provide CITY
with thirty (30) days notice of cancellation and/or restriction.
8.11.4 Business Automobile Liability Insurance with minimum limits of Five Hundred Thousand
Dollars ($500,000.00) per occurrence combined single limit for Bodily Injury Liability and
Property Damage Liability. Coverage must be afforded on a form no more restrictive than the
latest edition of the Business Automobile Liability Policy, without restrictive endorsements, as
filed by the Insurance Services Office and must include:
Owned vehicles.
Hired and non -owned vehicles.
Employers' non -ownership.
Notice of Cancellation and/or Restriction: The policy(ies) must be endorsed to provide
CITY with thirty (30) days notice of cancellation and/or restriction.
8.11.5 CONSULTANT shall provide to CITY prior to the issuance of the NOTICE TO PROCEED a
Certificate of Insurance or a copy of all insurance policies required by Section 8.10 including any
subsection thereunder_ CITY reserves the right to require a certified copy of such policies upon
request. All endorsements and certificates shall state that CITY shall be given thirty (30) days notice
prior to expiration or cancellation of the policy.
8.12 - REPRESENTATIVE OF CITY AND CONSULTANT
sa
City of Parkland r Building Department
8.12.1 The parties recognize that questions in the day-to-day conduct of the TASKS will arise. The
CONTRACT ADMINISTRATOR, upon CONSULTANTS request, shall advise CONSULTANT
in writing of one (1) or more CITY employees to whom all Communications pertaining to the
day-to-day conduct of the TASKS shall be addressed.
8.12.2 CONSULTANT has informed CONTRACT ADMINISTRATOR that NORM BRUHN, will be
CONSULTANTS representative to whom matters involving the conduct of the TASKS shall be
addressed.
8.13- ALL PRIOR AGREEMENTS SUPERSEDED
This document Incorporates and includes all prior negotiations, correspondence, conversations, agreements or
understandings applicable to the matters contained herein; and the parties agree that there are no
commitments, agreements or understandings concerning the subject matter of this Agreement that are not
contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be
predicated upon any prior representations or agreements whether oral or written.
It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein
shall be effective unless contained in a written document.
8.14 - NOTICES
Whenever either party desires to give notice unto the other, such notice must be in writing, sent by registered
United States mail, return receipt requested, addressed to the party for whom it is intended at the place last
specified; and the place for giving of notice shalt remain such until it shall have been changed by written notice
in compliance with the provisions of this paragraph.
For the present, the parties designate the following as the respective places for giving of notice:
FOR CITY OF PARKLAND
WITH A COPY TO:
WILLIAM TRACY
ANDREW MAURODIS
BUILDING OFFICIAL
CITY ATTORNEY
CITY OF PARKLAND
CITY OF PARKLAND
6600 UNIVERSITY DRIVE
6600 UNIVERSITY DRIVE
PARKLAND, FL 33067
PARKLAND, FL 33067
FOR CONSULTANT:
DENNIS GIORDANO
CALVIN, GIORDANO & ASSOCIATES, INC.
1800 ELLER DRIVE, SUITE 600
FORT LAUDERDALE, FLORIDA 33316
8.15 - TRUTH -IN -NEGOTIATION CERTIFICATE
Signature of this Agreement by CONSULTANT shall act as the execution of a truth -in -negotiation certificate
stating that wage rates and other factual unit costs supporting the compensation of this Agreement are
accurate, complete, and current at the time of contracting. The original contract price and any additions
thereto shall be adjusted to exclude any significant sums by which CITY determines the contract price was
increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such
contract adjustment shall be made within one (1) year following the end of this Agreement.
City of Parkland
Building Department
IN VITNESS WHEREOF, the parties hereto have set their hands and official seals this day of
Z J . 2017.
ATTEST:
LC1*LER?J1E0yJOHNSON
CITY OF PARKLAND,
A municipal corporation
of the State of Florida
BY:
CITY MANAGER, NA4CY MORANDO
F.
ENDORSED AS TO FQRM"& LEGALITY:
CITY ATTORNEY
CONSULTANT:
(CORPORATE SEAL)
BY: igna uri
WITNESSES:
Chris Giordano
Typed Name
Treasurer
Title
SWORN TO and SUBSCRIBED before me this day of re-.iqwA*t" 2017-
Iff COMMSM # FF 178M
EXPIRES: Mamh21,2019
(Seal)
Tytrm-mission Expires: Notary Public
City of Parkland t' Building Department
EXHIBIT "A"
SCOPE OF SERVICES
The scope of services requested via the terms of solicitation for RFQ 2017-08
• Building Official
• Assistant Building Official
• Structural inspections and plan examination services
• Electrical inspections and plan examination services
• Mechanical inspections and plan examination services
• Plumbing inspections and plan examination services
• Floodplain Management
• Landscaping inspections and plan examination services
• Zoning inspections and plan examination services
• Engineering inspections and plan examination services
The City also requested a last rate item for permit technician assistance. All services reordered shall be on an
as needed basis and of Florida Statutes 468, Part XI1, and Broward County Administrative Provisions to the
5th Edition (2014) Florida Building Code.
City of Parkland Building Department
EXHIBIT "B"
RATE FEE SCHEDULE
CALVIN, GIORDANO & ASSOCIATES, INC
-•4• kisr,: LFi �k..�: : .Yi�Y��F-
_. '4.� s.. ,Le' ' _3:.
Items
Rate Per Hour
Overtime Rate Per Hour
BUILDING OFFICIAL
$110.00
$165.00
STRUCTURAL
$90.00
$135.00
ELECTRICAL
$90.00
$135.00
MECHANICAL
$90.00
$135.00
PLUMBING
$90.00
$135.00
ENGINEERING
$100.00
$145.00
LANDSCAPING
$115.00
$167.50
6.
Items
Rate Per Hour
Overtime Rate Per Hour
STRUCTURAL
$80.00
$120.00
ELECTRICAL
$80.00
$120.00
MECHANICAL
$80.00
$120.00
PLUMBING
$80.00
$120.00
ENGINEERING
$90.00
$135.00
LANDSCAPING
$105.00
$157.50
,.W IKMOWN
Items
Rate Per Hour
Overtime Rate Per Hour
PERMIT TECHNICIAN
$75.00
$112.50
FLOODPLAIN MANAGER
$110.00
$165.00
EMERGENCY MANAGEMENT
$90.00
$135.00
�.•� CALVI-2 OP ID: AY
CERTIFICATE OF LIABILITY INSURANCE DATE (otiMMIDarcYYY)
MWD13N7
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder In lieu of such endorsement(s).
PRODUCER
Brown & Brown of Florida, Inc.
1201 W Cypress Creek Rd # 130
P.O. Box 6727
Ft. Lauderdale, FL 33310-6727
Eric Martin Woodling
INSURED Calvin, Giordano & Assoc, Inc.
Attn: Dennis Giordano
1800 Eller Drive #600
Ft. Lauderdale, FL 33316
954-
INSURERA: Nat'l Fire Ins Co of Hartford _ _ '20478
INSURER B: Transportation Insurance Co. • 20494
INSURER C : Valley Forge Ins. Co. 20508
INSURER D : Continental Insurance Co. 135289
INSURER E : Landmark American Ins. Co. 133138
INSURER F
QCVICIrIW WI IMIRFI7-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY
THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
ILTR R TYPE OF INSURANCE
LT
POLICY NUMBER
MNIODNYYY M/D LIMITS
A
j X COMMERCIAL GENERAL u4aILrrY
EACH OCCURRENCE
TO RENTEIT-
s 1,000,00
CIAIWSMADE 1J OCCUR
X
iGL6045487663
DAMAGE
01/01/2017; 01/01/2018 PREMI S ' ocrurtence
$ 100,00
MED EXP (Any one erson)
$ 15,00
I
PERSONAL & ADV INJURY
$ 1,000,00
GENERAL AGGREGATE
$ 2,000,00
GEN'L AGGREGATE LIMIT APPLIES PER
POLICY � JECOT LOC
�-
PRODUCTS -COMP/OP AGG $ 2,000,00
OTHER:
Emp Ben.
$ 1,000,00
AUTOMOBILE LIABILITY
COM13INEDtSINGLE LIMIT
(EaficciB
$ 1,000,00
BODILY INJURY (Per person)
$
!`X ii ANY AUTO
C6043661816
01/01/2017
01/01/2018
BODILY INJURY (Per accident) s
ALL OWNED i!! SCHEDULED
AUTOS i' AUTOS
j
I PROPERTY DAMAGE
P eM
$
HIRED AUTOS - AUTOSWNED
is
X UMBRELLA UAB 1 X OCCUR
EACH OCCURRENCE is
10,000, 0
—
AGGREGATE 1
_
s� 10,000,00
D r — EXCESS LAB CLAIMS -MADE
CUE6043661850
01/01/2017 01101/2018
DEC) X I RETENTION $ Di
WORKERS COMPENSATIONI
PER
STATUTE I ER
C
AND EMPLOYERS' LIABILITY Y / N
ANY PROPRIEfOWARTNERIEXECLMVE
C6043661847
01/01/2017 ; 01/01/2018
E-L EACH ACCIDENT
$ 1,000,0
_
EL DISEASE -EA EMPLOYEE
$ 1,000,00
OFFICERIMEMSER EXCLUDED? EI N tA;
(Mandatory in NH) -
j
E.L. DISEASE - POLICY LIMIT
1 000,00
$ >
rc yee, desenbe under
DESCRIPTION OF OPERATIONS below i I
E Prof Liability !LHR76062
08/27l2016
08/27/2017
Occ/Aggr
2,000,00
!Claims Made RIETRO DATE 8/2711959
�Dedtictibl
200,00
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, AddRional Remarks SchedWc may be attached if roan space is required)
RE: Building Plan Review and Inspection Services
General Liability
The City of Parkland is additional insured as respects the
if required by written contract 30 days notice of cancellation applies
except 10 days for non-payment of premium.
PARICLND
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City of Parkland
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
Attn: Sowande Johnson P.E.
6600 University Drive
AUTHORIZED REPRESENTATIVE
Parkland, FL 33067
lw 77oo-LV 14 r %.vr%u
ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD
of Tamarac
12
and Contracts Division
Building Code Services
Civil Engineering / Roadway
& Highway Design
Coastal Engineering
Code Enforcement
Construction Engineering &
Inspection (CEI)
Construction Services
Data Technologies &
Development
Electrical Engineering
Engineering
Environmental Services
Facilities Management
Geographic Information
Systems (GIs)
Governmental Services
Indoor Air Quality
Landscape Architecture
Planning
Project Management
Redevelopment
& Urban Design
Surveying & Mapping
Traffic Engineering
Transportation Planning
Water / Utilities Engineering
Website Development
1800 Flier Drive
Suite 600
Fort Lauderdale, FL
33316
954.921.7781 phone
954.921.8807fax
www.cgasolugons.com
Exh ibt B
Calvin, Giordano & Associates, Inc.
E X C E P T I O N A L S O L U T I O N S-
December 20, 2017
Claudio Grande CBO CFM
Chief Building Official/Director
6011 Nob Hill Road, First Floor
Tamarac, FL 33321
RE: Building Department Professional Services:
Mr. Grande, CBO CFM:
I would like to thank you for the opportunity to continue providing Building
Department Professional Services to the City of Tamarac pursuant to our February 2017
Contract with the City of Parkland (RFQ 2017-08). Calvin, Giordano & Associates Inc.
(CGA) will honor all terms, conditions and pricing as set forth in the above mentioned
contract. Hours shown on accompanying Rate Fee Schedule.
As always, we are proud to provide service to the City. Please feel free to contact
myself or Norm Bruhn at any time to discuss our services to the City.
Sincerely,
CALVIN, GIORDANO & ASSOCIATES, INC.
Chris Giordano
Vice President
FORT LAUDEROALE MIAMI-DADE WEST PALM BEACH CLEARWATER/TAMPA ESTERO PORT ST. LUCIE
Exhibt B
City of Tamarac Building Code Services Rate Sheet 2017-2018
Inspectors:
Structural
Regular Hourly Rate
$80,00 per hour
Overtime Hourly Rate
$120.00 per hour
Electrical
Regular Hourly Rate
$80.00 per hour
Overtime Hourly Rate
$120,00 per hour
Mechanical
Regular Hourly Rate
$80.00 per hour
Overtime Hourly Rate
$120.00 per hour
Plumbing
Regular Hourly Rate
$80.00 per hour
Overtime Hourly Rate
$120.00 per hour
Engineering
Regular Hourly Rate
$90.00 per hour
Overtime Hourly Rate
$135.00 per hour
Landscaping
Regular Hourly Rate
$105,00 per hour
Overtime Hourly Rate
$157.50 per hour
Plans Examiners
Structural
Regular Hourly Rate
$90.00 per hour
Overtime Hourly Rate
$135.00 per hour
Electrical
Regular Hourly Rate
$90.00 per hour
Overtime Hourly Rate
$135.00 per hour
Mechanical
Regular Hourly Rate
$90,00 per hour
Overtime Hourly Rate
$135.00 per hour
Plumbing
Regular Hourly Rate
$90.00 per hour
Overtime Hourly Rate
$135.00 per hour
Engineering
Regular Hourly Rate
$100.00 per hour
Overtime Hourly Rate
$145.00 per hour
Landscaping
Regular Hourly Rate
$115.00 per hour
Overtime Hourly Rate
$167.50 per hour
1 of 2 2/10/2017
Exhibt B
Building Officials
Asst, Building Official
Regular Hourly Rate
$110.00 per hour
Overtime Hourly Rate
$165.00 per hour
Building Official
Regular Hourly Rate
$110,00 per hour
Overtime Hourly Rate
$165.00 per hour
Administration
Permit Processor
Regular Hourly Rate
$75.00 per hour
Overtime Hourly Rate
$112.50 per hour
Other Services
Floodplain Manager
Regular Hourly Rate
$110.00 per hour
Overtime Hourly Rate
$165.00 per hour
Emergency Management
Regular Hourly Rate
$90.00 per hour
Overtime Hourly Rate
$135.00 per hour
2 of 2 2/10/2017
CALVI-2
.A►CORl7" DATE 4W*W/YYYY)
�- CERTIFICATE OF LIABILITY INSURANCE 12J2112017
THIS CERTIFICATE 1$ ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: It the certlflcate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDIt1ONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorseme s).
PROOUCRR 954-776-2222 01 _
Brown & Brown of Florida, Inc. PHONII 954-776-2222 PAX 954-7764446
1201 W Cypress Creek Rd 0 130 • I+", 9#1 ...--
P.O. Box $727
Ft Lauderdale, FL 33310-6727
Eric Martin Woodling _ INSURfRrsIAFFORDINaCOVElV10E _...._1I�Ilcs
__ INsLITreRA ; Nat'l Fire Ins Co of Hartford 20478
WSUReo Calvin, Giordano d, e:Transportation Insurance Co. 120494
Associates, Inc. INSURERC: Continental Insurance Co. 35289
Attn: Dennis Giordano _._...._ _._.___ ...
1800 Eller Drive #600 , �, a; Valley Forge Ins. Co. 206M
Ft Lauderdale, FL 33316 INsuREa E ;landmark American Ina_ Co_ 33138
INSURM F
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
- TYPE OF INSURANCE _ POLICY WWOER .... .. ^.. �Ip
A X COrMERCIAL GENERAL UADILITY71 j CLAIMS -MADE OCCUR GL604548T663 0110IJ2017 01/01/2018
GEN'LAGGREGA
APPLIES PER;
4
ppLIMIT
POLICY I X LDO
I
I
LIASILnY
B
AUTOMOBILE
X
ANYAUTO
C6043661816
01/01/2017
0110112018;
OVlNED SCHEDULED
AyU�7�0p3 ONLY AU�TNOSyy�ED
AUTOS ONLY ----. AUTO ONLY
—
C
X
UMMLI A LIAS
X
OCCUR
-
CUE6CK3461850
01/0112017
01101/2018 i
EXCM Lila
CLAIMS -MADE
X DED RETENTIONS_
D
WOIIIQ'RSGOMPEILUlT10N
AND EMPLOY£R8' LW3ILRY
ANOPRIETORIP�UoCUVE
C"43661947
0110112017
0110112018 I
.Ls
L
�M�u�ory
µ/A
Vn NH)
i
Il yyeess des Ibs under
0 SCRlPT10N OF OPERATIONS"
_
I
Prof Liab
LHR765209
08127/2017
08127l2ii
Ded: $200,000
RETRO 812711959
OMNPTION OF OPERAT10Ns I LOCATIONS I VEHICLES (ACORO 101, Addllonel R/ Men S*sdvls, my be aftambed I MM space be requ-M
3 15,Oo0
... _ .. _._.... 1,000, 00C
1.000.000
TAMARAC
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE OF, NOTICCity of Tamarac ACCORDANCE WITH THE POLICYRPROVISIONS E WlLL BE DELIVERED IN
Building Dept
6011 Nob Hill Road, 1st Floor AUTHORRED MPRESENTATNE
Tamarac, FL 33321
�^ I
ACORD 25 (2016103) 01988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
2818 JAIV 29 AM 9: 19
CITY OF TAMARAC
RECEIVED
CITY OF TAMARAC;
CITY NAANAGFR
r�
FROM:
INTEROFFICE MEMORANDUM
BUILDING DEPARTMENT
Michael C. Cernech, City Manager
Claudio Grande, Chief Buildin
Official/Building Director 1011,
Recommendation:
DATE: January 12, 2018 9'?�,`F
`7 c�
RE: Request to Exercise an Aghnt
with Calvin Giordano and
Associates, Inc.
Execute Agreement arrangement with Calvin Giordano and Associates, Inc. and the City of
Tamarac valid through March 7, 2020 with the right to renew the Agreement for up to one (1)
additional two (2) year term.
Issue:
The Agreement arrangement between Calvin Giordano and Associates Inc. and the City of
Tamarac is for plan review and inspections services on as per needed basis.
Background:
An ongoing component of the Building Department's process to provide inspection and plan
review services to our customers, is to be able to provide these services at all times when
requested by our customers. In the past, the City of Tamarac has always entered into an
agreement with Broward County and Calvin Giordano and Associates to provide these
services on an as needed basis.
The previous Agreement with Calvin Giordano and Associates expired in December 2017,
therefore requiring the City to enter into a new agreement with Calvin Giordano to continue
providing these important services to our customers.
Due to the resent retirement of our Chief Structural Inspector and the lack of available
qualified candidates to fill in the inspector's position, it is important that we execute this
agreement with Calvin Giordano and Associates, to be able to continue using their inspection
services on an as needed basis.
In compliance with our Strategic Plan and Goal #1 of being an Inclusive Community, it is
important that we stay committed to providing programs and services that meets the needs of
an increasingly diverse community,
The City of Tamarac is attaching this Agreement to an Agreement already established by
Calvin Giordano and Associates with the City of Parkland Contract #2017-08, effective March
7, 2017 attached hereto as Exhibit A and Exhibit B.
The Contract Sum for the above work shall not exceed fifteen thousand dollars and zero
cents ($15,000`.00) annually for the services provided by Calvin Giordano of plan review and
inspection services.
Fiscal Impact:
Available funds, not to exceed fifteen thousand dollars and zero cents ($15,000) exist in the
operating budget for Professional Services account number 150-3500-524-3100.
DISAPPROVE
Attachments:
Exhibits A and B