Loading...
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