HomeMy WebLinkAboutCity of Tamarac Resolution R-2008-1371
Temp. Reso# 11478
September 10, 2008
Page 1 of 4
CITY OF TAMARAC, FLORIDA
RESOLUTION NO. R-2008-
A RESOLUTION OF THE CITY COMMISSION OF THE CITY
OF TAMARAC, FLORIDA, AUTHORIZING THE
APPROPRIATE CITY OFFICIALS TO EXECUTE TASK
AUTHORIZATION NO. # 08-03E WITH CORZO CASTELLA
CARBALLO THOMPSON SALMAN, P.A.(C3TS) TO
PROVIDE PROFESSIONAL ENGINEERING SERVICES
FOR THE DESIGN OF PHASE II OF THE CITYWIDE
CANAL CULVERT IMPROVEMENT PROJECT, IN
ACCORDANCE WITH THE CITY'S CONTINUING SERVICE
AGREEMENT AS AUTHORIZED BY RESOLUTION #R-
2006-131; AUTHORIZING AN EXPENDITURE FOR SAID
PURPOSE IN AN AMOUNT NOT TO EXCEED $41,800.00;
AUTHORIZING BUDGET AMENDMENTS AS NEEDED FOR
PROPER ACCOUNTING PURPOSES; PROVIDING FOR
CONFLICTS , PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the City of Tamarac desires to provide its residents a better
stormwater drainage system throughout the City; and
WHEREAS, City personnel has examined various canal crossing locations
throughout the City and determine four (4) locations that require immediate restoration
by utilizing a design that incorporates an aluminum headwall system with possible
culvert pipe extension; and
WHEREAS, the improvements are necessary due to excessive erosion and
undermining of sidewalks along the edge of the roadway at the canal crossings which
has created unsafe conditions for residents and pedestrians; and
WHEREAS, the City requires the services of a consultant firm knowledgeable in
Temp. Reso# 11478
September 10, 2008
Page 2 of 4
the area of aluminum headwall system design; and
WHEREAS, Corzo Castella Carballo Thompson Salman, P.A. possesses the
required knowledge and experience to provide professional engineering services for
the design of Phase II of the Citywide Canal Culvert Improvement Project and has
submitted detailed proposal in the amount of not to exceed $41,800.00 (attached
hereto as Exhibit 1); and
WHEREAS, the proposal for this work describes all tasks to be performed in
accordance with Article I, "Scope of Work", of the City of Tamarac Continuing
Engineering Services Agreement as authorized by Resolution R-2006-131 dated July
12, 2006, a copy of which is on file in the office of the City Clerk ; and
WHEREAS, Corzo Castella Carballo Thompson Salman, P.A., has been pre -
qualified to provide professional engineering services by the City of Tamarac as
authorized by Resolution R-2006-131 and the associated Continuing Engineering
Services Agreement dated July 12, 2006; and
WHEREAS, adequate funding exists for this work in the Stormwater Capital
Improvement Project Budget; and
WHEREAS, it is the recommendation of the Director of Public Works and the
Purchasing Contracts Manager that Task Authorization No. 08-03E from Corzo Castella
Carballo Thompson Salman, P.A. be approved, executed and funded; and
WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be
in the best interest of the citizens and residents of the City of Tamarac to accept and
execute Task Authorization No. 08-03E with Corzo Castella Carballo Thompson
Salman, P.A., to provide professional engineering services for the design of Phase 11 of
Temp. Reso# 11478
September 10, 2008
Page 3 of 4
the Citywide Canal Culvert Improvement Project for a proposed amount not to exceed
$41,800.00 and to provide funding from the appropriate budgeted Public Works
account.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF TAMARAC, FLORIDA, THAT:
SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and
confirmed as being true and correct and are hereby made a specific part of this
Resolution upon adoption hereof.
SECTION 2: The appropriate City Officials are hereby authorized to
accept and execute Task Authorization No. 08-03E with Corzo Castella Carballo
Thompson Salman, P.A. (Attached hereto as Exhibit 2) to provide professional
engineering services for the design of Phase II of the Citywide Canal Culvert
Improvement Project in accordance with the City Consultant Engineering Agreement as
authorized by Resolution R-2006-131 on July 12, 2006.
SECTION 3: An expenditure in an amount not to exceed $41,800.00 for
said purpose is hereby approved.
SECTION 4: The City Manager, or his designee, are hereby authorized to
make changes, issue change orders in accordance with section 6-156 (b) of the City
Code, and close the contract award including, but not limited to making final payment
within the terms and conditions of the contract and within the contract price.
SECTION 5: All budget amendments for proper accounting purposes are
hereby approved
SECTION 6: If any clause, section, other part or application of this
Temp. Reso# 11478
September 10, 2008
Page 4of4
Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid,
in part or application, it shall not affect the validity of the remaining portions or
applications of this Resolution.
SECTION 7: This Resolution shall become effective immediately upon its
passage and adoption.
PASSED, ADOPTED AND APPROVED this day of ,
ATTEST:
MARION SWENSON, CMC
CITY CLERK
I HEREBY CERTIFY that
I have approved this
RESOLUTION as to form.
BETH FLANSBAUM-TALABISCO
MAYOR
RECORD OF COMMISSION VOTE:
MAYOR FLANSBAUM-TALABISCO
DIST 1: COMM PORTNER
DIST 2: COMM ATKINS-G
DIST 3: V/M SULTANOF
DIST 4: COMM. DRESSLER
1
1
1�1
City of Tamarac
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE CITY OF TAMARAC
and Contracts Division
CORZO CASTELLA CARBALLO THOMPSON JALMAN, P.A.
THIS AGREEMENT made and entered into this �2 �I_ day of , 20LK, by
and between the City of Tamarac, a municipal corporation of the State of Florida,
hereinafter referred to as "City", and
Corzo Castella Carballo Thompson Salman P.A. (C3TS), a Florida Corporation, with
principal offices located at 901 Ponce De Leon Blvd., Suite 900, Coral Gables, FL 33134,
hereinafter referred to as "Consultant":
WHEREAS, the City requires certain professional services in connection with
Professional Design Services for Canal Culvert Bulkhead Improvements under
Task Authorization No. 08-03E; and,
WHEREAS, the Consultant represents that it is capable and prepared to provide
such services:
NOW THEREFORE, in consideration of the promises contained herein, the parties
hereto agree as follows:
ARTICLE 1 - EFFECTIVE DATE
The effective date of this Agreement shall be after appropriate City approval and
after Purchase Order and Notice to Proceed issuance.
ARTICLE 2 - SERVICE TO BE PERFORMED BY CONSULTANT
The Consultant shall perform the services in accordance with the provisions
contained in Consultant's Proposal to the City dated July 31, 2008, attached hereto as
Exhibit "A", and incorporated herein as if set forth in full and in accordance with
Continuing Services Agreement, 06-06R, R-2006-131, attached as Exhibit "B", approved
by the Commission on July 13, 2006. Additional scope of work may be specifically
designated and additionally authorized by the City. Such additional authorizations will be
in the form of a Purchase Order or written Change Order. Each Purchase Order or
written Change Order shall set forth a specific scope of services, the amount of
compensation and the required completion date.
ARTICLE 3 - COMPENSATION
The City shall pay Consultant a not to exceed amount of Forty One Thousand
Eight Hundred Dollars and no cents, ($41,800.00), in accordance with the provisions
contained in the which is attached hereto as Exhibit "A", and incorporated herein as if set
forth in full.
of Tamarac I Purchasing and Contracts Division
ARTICLE 4 - STANDARD OF CARE
Consultant shall exercise the same degree of care, skill, and diligence in the
performance of the Services as is ordinarily provided by a professional under similar
circumstances and Consultant shall, at no additional cost to the City, re -perform services
which fail to satisfy the foregoing standard of care.
ARTICLE 5 - INDEMNIFICATION
5.1. Consultant shall, in addition to any other obligation to indemnify the City and
to the fullest extent permitted by law, protect, defend, indemnify and hold
harmless the City, its agents, elected officials and employees from and
against all claims, actions, liabilities, losses (including economic losses),
costs arising out of any actual or alleged: a). Bodily injury, sickness, disease
or death, or injury to or destruction of tangible property including the loss of
use resulting therefrom, or any other damage or loss arising out of or
resulting, or claimed to have resulted in whole or in part from any actual or
alleged act or omission of the Consultant, any sub -consultant, anyone
directly or indirectly employed by any of them, or anyone for whose acts any
of them may be liable in the performance of the Work; or b). violation of law,
statute, ordinance, governmental administration order, rule, regulation, or
infringement of patent rights by Consultant in the performance of the Work;
or c). liens, claims or actions made by the Consultant or any sub -consultant
under workers compensation acts; disability benefit acts, other employee
benefit acts or any statutory bar. Any cost of expenses, including attorney's
fees, incurred by the City to enforce this agreement shall be borne by the
Consultant.
5.2. 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.
5.3. The Consultant shall pay all claims, losses, liens, settlements or judgments
of any nature whatsoever in connection with the foregoing indemnifications
including, but not limited to, reasonable attorney's fees (including appellate
attorney's fees) and costs.
5.4. 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 Consultant under the
indemnification agreement.
5.5. 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.
City of Tamarac I Purchasing and Contracts Division
ARTICLE 6 — NON-DISCRIMINATION AND EQUAL OPPORTUNITY EMPLOYMENT
During the performance of the Contract, the Consultant shall not discriminate
against any employee or applicant for employment because of race, color, sex, religion,
age, national origin, marital status, political affiliation, familial status, sexual orientation,
or disability if qualified. The Consultant will take affirmative action to ensure that
employees are treated during employment, without regard to their race, color, sex,
religion, age, national origin, marital status, political affiliation, familial status, sexual
orientation, 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 Consultant shall agree to post in
conspicuous places, available to employees and applicants for employment, notices to
be provided by the contracting officer setting forth the provisions of this
nondiscrimination clause. The Consultant further agrees that he/she will ensure that
Sub -consultants, if any, will be made aware of and will comply with this
nondiscrimination clause.
ARTICLE 7 - INDEPENDENT CONTRACTOR
This Agreement does not create an employee/employer relationship between the
Parties. It is the intent of the Parties that the Consultant 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
Consultant shall retain sole and absolute discretion in the judgment of the manner and
means of carrying out Consultant's activities and responsibilities hereunder provided,
further that administrative procedures applicable to services rendered under this
Agreement shall be those of Consultant, which policies of Consultant shall not conflict
with City, State, or United States policies, rules or regulations relating to the use of
Consultant's funds provided for herein. The Consultant 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 Consultant and the City and the City will
not be liable for any obligation incurred by Consultant, including but not limited to unpaid
minimum wages and/or overtime premiums.
ARTICLE 8 PAYMENTS
8.1 The City shall pay in full the Contract Sum to the Consultant upon
completion of the work listed in Article 2 of this Agreement unless the
parties agree otherwise. The City shall pay the Consultant for work
3
of Tamarac I Purchasina and Contracts Division
performed subject to the specifications of the job and subject to any
additions and deductions by subsequent change order provided in the
contract documents.
8.2 Payments shall be processed in accordance with The Local Government
Prompt Payment Act, F.S., Part VII, Chapter 218,
ARTICLE 9 - COMPLIANCE WITH LAWS
In performance of the services, Consultant will comply with applicable regulatory
requirements including federal, state, and local laws, rules regulations, orders, codes,
criteria and standards.
ARTICLE 10 —INSURANCE
10.1 During the performance of the services under this Agreement, Consultant
shall maintain the following insurance polices, and provide originals or
certified copies of all policies, and shall be written by an insurance company
authorized to do business in Florida.
10.1.1 Worker's Compensation Insurance: The Consultant shall procure ad
maintain for the life of this Agreement, Workers' Compensation.
Insurance covering all employees with limits meeting all applicable
state and federal laws. This coverage shall include Employer's
Liability with limits meeting all applicable state and federal laws. This
coverage must extend to any sub -consultant that does not have their
own Workers' Compensation and Employer's Liability Insurance. The
policy must contain a waiver of subrogation in favor of the City of
Tamarac, executed by the insurance company. Sixty-(60) days
notice of cancellation is required and must be provided to the City of
Tamarac via Certified Mail.
10.1.2 Comprehensive General Liability: The Consultant shall procure and
maintain, for the life of this Agreement, Comprehensive General
Liability Insurance. This coverage shall be on an "Occurrence" basis.
Coverage shall include Premises and Operations; Independent
Contractors' Products and Completed Operations and Contractual
Liability with specific reference of Article 5 of this Agreement. This
policy shall provide coverage for death, personal injury or property
damage that could arise directly or indirectly from the performance of
this Agreement.
10.1.3 Business Automobile Liability: The Consultant shall procure and
maintain, for the life of the Agreement, Business Automobile
Liability Insurance.
10.1.4 Professional Liability (Errors and Omissions) Insurance: $1,000,000.
of Tamarac
and Contracts Division
10.2 The Minimum Limits of Coverage shall be $1,000,000 per occurrence,
Combined Single Limit for Bodily Injury Liability and Property Damage
Liability.
10.3 The City must be named as an additional insured unless Owners and
Consultants' Protective Coverage is also provided, or required. Sixty (60)
days written notice must be provided to the City via Certified Mail in the
event of cancellation.
10.4 The minimum limits of coverage shall be $1,000,000 per Occurrence,
Combined Single Limit for Bodily Injury Liability and Property Damage
Liability. This coverage shall be an "Any Auto" type policy. The City must be
listed as an Additional Insured under the Policy. Sixty (60) days written
notice must be provided to the City via Certified Mail in the event of
cancellation.
10.5 In the event that sub -consultants used by the Consultant do not have
insurance, or do not meet the insurance limits, Consultant shall indemnify
and hold harmless the City for any claim in excess of the sub -consultants'
insurance coverage, arising out of negligent acts, errors or omissions of the
sub -consultants.
10.6 Consultant 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.
ARTICLE 11 - CITY'S RESPONSIBILITIES
The City shall be responsible for providing access to all project sites, and for
providing project -specific information.
ARTICLE 12 - TERMINATION OF AGREEMENT
12.1 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 Consultant for such termination in which event the Consultant shall
be paid its compensation for services performed to termination date,
including services reasonably related to termination. In the event that the
Consultant abandons this Agreement or causes it to be terminated,
Consultant shall indemnify the city against loss pertaining to this
termination.
12.2 Default by Consultant: In addition to all other remedies available to the
City, this Agreement shall be subject to cancellation by the City for cause,
should the Consultant neglect or fail to perform or observe any of the
terms, provisions, conditions, or requirements herein contained, if such
5
City of Tamarac IPurchasing and Contracts Division
neglect or failure shall continue for a period of thirty (30) days after receipt
by Consultant of written notice of such neglect or failure.
ARTICLE 13 - NONDISCLOSURE 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.
ARTICLE 14 - UNCONTROLLABLE FORCES
14.1 Neither the City nor Consultant shall be considered to be in default of this
Agreement if delays in or failure of performance shall be due to
Uncontrollable Forces, the effect of which, by the exercise of reasonable
diligence, the non -performing party could not avoid. The term
"Uncontrollable Forces" shall mean any event which results in the
prevention or delay of performance by a party of its obligations under this
Agreement and which is beyond the reasonable control of the
nonperforming party. It includes, but is not limited to fire, flood, earthquakes,
storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and
governmental actions.
14.2 Neither party shall, however, be excused from performance if
nonperformance is due to forces, which are preventable, removable, or
remediable, and which the nonperforming party could have, with the
exercise of reasonable diligence, prevented, removed, or remedied with
reasonable dispatch. The nonperforming party shall, within a reasonable
time of being prevented or delayed from performance by an uncontrollable
force, give written notice to the other party describing the circumstances
and uncontrollable forces preventing continued performance of the
obligations of this Agreement.
ARTICLE 1S -GOVERNING LAW AND VENUE
This Agreement shall be governed by the laws of the State of Florida. Any and all
legal action necessary to enforce the Agreement will be held in Broward County.
ARTICLE 16 - MISCELLANEOUS
16.1 Non -waiver: A waiver by either City or Consultant of any breach of this
Agreement shall not be binding upon the waiving party unless such waiver
is in writing. In the event of a written waiver, such a waiver shall not affect
of Tamarac
Purchasing and Contracts Division
the waiving party's rights with respect to any other or further breach. The
making or acceptance of a payment by either party with knowledge of the
existence of a default or breach shall not operate or be construed to operate
as a waiver of any subsequent default or breach.
16.2 Severability: 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.
16.3 The provisions of this section shall not prevent the entire Agreement from
being void should a provision, which is of the essence of the Agreement, be
determined to be void.
16.4 Merger; Amendment: This Agreement constitutes the entire Agreement
between the Consultant and the City, and negotiations and oral
understandings between the parties are merged herein. This Agreement
can be supplemented and/or amended only by a written document
executed by both the Consultant and the City.
16.5 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.
ARTICLE 17 - SUCCESSORS AND ASSIGNS
The City and Consultant each binds itself and its director, officers, partners,
successors, executors, administrators, assigns and legal representatives to the other
party to this Agreement and to the partners, successors, executors, administrators,
assigns, and legal representatives.
ARTICLE 18 - 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.
7
of Tamarac I Purchasing and Contracts Division
ARTICLE 19 - TRUTH -IN -NEGOTIATION CERTIFICATE
19.1 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.
19.2 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.
ARTICLE 20 - OWNERSHIP OF DOCUMENTS
Consultant shall be required to work in harmony with other consultants relative to
providing information requested in a timely manner and in the specified form. Any and all
work products, documents, records, disks, original drawings, specifications or other
information developed as a result of this Agreement shall become the property of the City
upon completion for its use and distribution as may be deemed appropriate by the City.
Except as specifically authorized by the City in writing, information and other data
developed or acquired by or furnished to Consultant in the performance of this
Agreement shall be used only in connection with the services provided the City.
ARTICLE 21 - 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.
ARTICLE 22 - NOTICE
22.1 Whenever either party desires or is required under this Agreement to give
notice to any other party, it must be given by written notice either delivered
in person, sent by U.S. Certified Mail, U.S. Express Mail, air or ground
courier services, or by messenger service, as follows:
16311'1
City Manager
City of Tamarac
7525 NW 88th Avenue
Tamarac, Florida 33321-2401
With a copy to City_Attorney at the following address:
of Tamarac
Goren, Cherof, Doody & Ezrol, P.A.
3099 East Commercial Blvd., Suite 200
Fort Lauderdale, FL 33308
CONSULTANT:
Corzo Castella Carballo Thompson Salman, P.A.
901 Ponce De Leon Blvd.
Suite 900
Coral Gables, FL 33134
Purchasing and Contracts Division
22.2 Notices shall be effective when received at the address specified above.
Changes in the respective addresses to which such notice may be directed
may be made from time to time by any party by written notice to the other
party. Facsimile is acceptable notice effective when received, however,
facsimiles received (i.e.; printed) after 5:00 p.m. or on weekends or
holidays, will be deemed received on the next business day. The original of
the notice must additionally be mailed as required herein.
22.3 Nothing contained in this Article shall be construed to restrict the
transmission of routine communications between representatives of
Consultant and City.
22.4 Consultant shall be reasonably available to the City through telephone
access and shall notify the City promptly of any absence or anticipated
delay in the performance of services under this Agreement.
Remainder of Page Intentionally Blank
of Tamarac
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 Mayor and City Manager, and CONSULTANT, signing by and through its
Vice President, duly authorized to execute same.
CITY OF TAMARAC
Aa&o(*�t - r4m-
Beth lansbaum-Talabisco, Mayo
Date
ATTEST: _ I rey . Mi er, City Manager
I Le.e 11
Marion Swenson, �Cl
City Clerk
Date
ATTEST:
01,
Signat re of Corpo to Secreta
J v%eR 54In,gn
Type/Print Name of Corporate Secy.
q . 41 c5b
Date
(CORPORATE- SEAL)
Date:
Approv a of and legal sufficiency:
City Att ney
Date
Corzo Castella
Salman, P.A.
Company Name
.y
Carballo Thompson
Signature of Vice President
Ramon Castella, Vice President
Type/Print Name cif President/Owner
6
Date
10
City of Tamarac Purchasing and Contracts Division
CORPORATE ACKNOWLEDGEMENT
STATE OF
:SS
COUNTY OFP116-41/- 0.4MC- :
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
Ramon Castella, Vice President of Corzo Castella Carbello Thompson Salman, P.A.
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 this day 46Lt , 2021
Signature of Notary Pultv
State of F(.0-,1-,(VA- at Large
. rGA •; AURQRA ELENA ROORIGUEZ
r . 0 66G5G9
Expif�°�to �N0'r,*mp
F
blic
Personally known to me or
❑ Produced Identification
Type of I.D. Produced
❑ DID take an oath, or
❑ DID NOT take an oath.
11
EXHIBIT A
July 31, 2008
City of Tamarac
6011 Nob Hill Road
Tamarac, FL 33321
Fnylneers Attention: Mr. John Doherty, P.E.
ec P I a n ners s; City Engineer
Pan
Reference: Professional Design Services for
Canal Culvert Bulkhead Improvements
C3TS Proposal No. 2008-140
Dear Mr. Doherty:
The firm of Corso Castella Carballo Thompson Salman, P.A. (C3TS) is pleased to
submit this price proposal for the above referenced project for your review and
consideration. We look forward to the opportunity of working with The City of Tamarac
E80005022 (City). It is our understanding that the City would like to perform improvements to canal
AAC0021 42 pipe culvert crossings at various locations throughout the City. The improvements are
necessary due to erosion along the edge of roadway at the culvert crossings that is now
undermining sidewalks and creating potentially unsafe conditions along the roadway
guardrail. The City also desires to perform the improvements utilizing a design that
Incorporates an aluminum bulkhead wall system with a small pipe culvert extension.
Consultant Scope
C3TS proposes to provide design and plans for the following four (4) locations:
NW 780 Street just west of University Drive — south side — Canal 5S
NW 77th Street just east of Nob Hill Road — north side — Canal 3F
NW 77 h Street just east of Nab Hill Road — south side — Canal 3G
NW 801h Street just west of Nob Hill Road — north side --- Canal 1 B
Each location will be evaluated individually with respect to geotechnical conditions,
hydraulic gradient, roadway and canal bank geometrics in sufficient detail to support the
design of the aluminum seawall system. Plans shall be produced for each project location
showing the plan view, profiles and elevations, cut sections, notes and details for the
purpose of advertising and bidding all of the projects for construction either as a package
or individually. During design, plans shall be submitted to the City for review at 30%, 60%,
90% and final plan production phases. Upon completion, a final set of plans, along with a
digital copy of the plans and technical specifications specific to each location, shall be
submitted to the City for reproduction during the bidding process. A written engineer's cost
estimate shall also be provided upon completion.
It is understood that the City shall provide the geotechnical data for each location through a
geotechnical consultant contracted directly to the City. C3TS shall be responsible for
providing the survey needed to produce the base sheets and geometry for the plans and
21301 Powerilne Rood. Suite 311, Boca Raton. Floada 33433 561.487.3379 Facsimile 561.487.3466
web Site: www.c3ts.com Equal Opportunity Employer
Professional Design Services for
Canal Culvert Bulkhead Improvements
July 31, 2008
Page 2 of 3
shall perform the necessary utility locates so that all utility lines can be shown in sufficient
detail on the plan sheets. C3TS shall also provide any permitting services that may be
required as part of the design process. It is not anticipated that any other services such as
electrical design, soft dig utility locates or landscape architecture will be needed for this
work.
C3TS shall provide construction administration services on a limited basis to assist the City
during construction. These services shall include shop drawing review, response to RR's
during bidding and construction, minimal site inspections during construction (typically one
to two), and a final inspection upon completion. Logs for shop drawings and RFI's shall be
maintained as part of these services. The City shall be responsible for all correspondence
to and from the Contractor but C3TS shall provide the necessary responses and technical
support to the City for issue regarding RFI's and such. C3TS shall review the final as -built
drawings submitted by the Contractor, provide a punch list inspection report for each
project and issue a letter of substantial conformance upon completion.
Fees
The fees for our services will consist of a not to exceed contract amount of Forty One
Thousand Eight Hundred Dollars ($41,800.00) broken down as follows.
Field Data Collection (Survey) $ 5,800.00
Design and Plan Production $ 28,000.00
Construction Administration $ 6,000.00
R imbursabl Ex enses (Allowance) 2 0.00
TOTAL FEE $ 41,800.00
We will bill you monthly for the percentage of services or hours of service rendered and for
any Reimbursable expenses. Any request for printing above the indicated amount will be
billed as a reimbursable expense as allowed in the contract. It is not anticipated that any
Permits shall be required beyond the mandatory City and County permits needed for
construction, but should permitting fees be required, the City of Tamarac shall provide all
costs associated with the permit fees.
Deliverables and Schedule
C3TS will deliver 60% complete plans to the City to review within 45 days of Notice to
Proceed. 90% plans and specifications will be delivered to the City to review after 30 days
of the City's approval of 60% plans at which time C3TS will have addressed 60% review
comments. The 100% plans and specifications will be delivered to the City to review after
21 days of the City's approval of 90% plans at which time C3TS will have addressed 90%
review comments. The 60% and 90% will include three (3) copies. Upon the City's approval
of the 100% plans, six (6) original sets of plans will be signed and sealed and submitted to
the City.
Corzo Castella Carballo Thompson Salman, P.A. (C3TS)
Engineers `Architects * Planners *
Acceptance of Proposal
The above fees, terms, conditions and specifications are satisfactory and are hereby
accepted. You are authorized to do the work as specified. Payment will be made as
outlined.
Corzo Castella Carballo Thompson Salman, P.A. City of Tamarac
Name & Title
Date
Corzo Castella Carballo Thompson Salman, P.A. (C3TS) 3996 NW a Avenue, Ft. Lauderdale, FL 33309
Tel (054) 566-2113 FAX (954) 567-4079 wwwc3ts.com
No Text
EXHIBIT B
of Tamarac
Purchasing & Contracts Division
N
AGREEMENT
BETWEEN THE CITY OF TAMARAC
AND, ,
CORZO CASTELLA CARBALLO THOMPSON ikLMAN, P.A. 'I
THIS AGREEMENT is made and entered into this UNay of
20.0_� by and between the City of Tamarac, a municipal corporation with princi al offices
located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "City") and Corzo Castella
Carballo Thompson Salman, P.A., a Florida corporation with principal offices located at 901
Ponce De Leon Blvd., Suite 900, Coral Gables, FL 33134 (the "Consultant') to provide "as
needed" project task engineering services under this continuing services agreement.
Now therefore, in consideration of the mutual covenants hereinafter set forth, the
City and Consultant agree as follows:
1) The Contract Documents
The contract documents shall consist of this Agreement, Document No. 06-06R,
including all conditions therein, (including any General Terms and Conditions,
Supplementary Conditions, Statement of Work or any other provisions contained within the
document), any and all addenda, Proposal executed and submitted by: the Consultant,
specifications, bond(s), (if applicable), and insurance certificate(s), the City Resolution
awarding the project, and all modifications issued after execution of this Agreement. These
documents form the Agreement, and all are as fully a.part of the Agreement as if attached
to this Agreement or repeated therein. In the event of 6 conflict between this document and
any other contract documents, this Agreement shall prevail.
2) The Work
2.1. The Consultant shall perform all work for the City required by the contract
documents as set forth below:
2.1.1 Consultant shall furnish all labor, materials, and equipment necessary
to provide various "as needed", engineering project task services.
Each project task required by the City shall be identified and
described in detail by Consultant and approved in writing by the
appropriate award authority of the City.
2.1.2 Consultant shall perform engineering services as detailed in the
specific task authorization agreement as approved by City.
2.1.3 Consultant shall supervise the work force to ensure that all workers
conduct themselves and perform their work in a safe and professional
manner. Consultant shall comply with all OSHA safety rules and
regulations in the operation of equipment and in the performance of
the work. Consultant shall at all times have a competent field
City of Tamarac
Purchasing & Contracts Division
supervisor on the job site to enforce these policied and procedures at
the Consultant's expense.
2.1.4 Consultant shall provide the City with seventy-two (72) hours written
notice prior to the beginning of work under this Agreement anq prior to
any schedule change with the excepti8n of. charges ce sed by
inclement weather.
2.1.5 Consultant shall comply with any and all Federal, State, and local laws
and regulations now in effect, or hereinafter enacted during the term
of this Agreement, which are applicable to the Consultant, its
employees, agents or sub -consultants, if any, with respect to the work .
and services described herein.
3) Insurance
3.1. Consultant shall obtain at Consultant's expense all necessary insurance in
such form and amount as specified in the original bid or proposal 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, and all other insurance as required by the City,
including Professional Liability when appropriate. Consultant shall maintain
such Insurance in full force and effect during the life of this Agreement.
Consultant shall provide to the City's Risk and Safety Manager certificates of
all insurances required under this section prior to beginningiany work.under
this Agreement. The Consultant will ensVre that all subcontractors comply
with the above guidelines and will retain all necessary insurance In force
throughout the term of this agreement.
3.2. Consultant shall indemnify and hold the City harmless for; any damages
resulting from failure of the Consultant to take out and any
such
insurance. Consultant's Liability Insurance policies shall be endorsed to add
the City as an additional insured. Consultant shall be responsible for
payment of all deductibles and self-insurance retentions on Consultant's
Liability Insurance policies.
4) Schedule
It is understood that this Agreement is a term contract for three (3) years from date
of execution by City. The City may renew this contract for an additional two (2) year term,
subject to Consultant acceptance and satisfactory performance. No work shall be
performed unless a specific task authorization is provided in writing to Consultant by
appropriate City award authority. Each task authorization shall include information as to
start and completion times for that task.
5) Contract Sum
The Contract Sum for all work awarded shall be detailed in writing for each
separate task authorization.
of Tamarac Purchasing & Contracts Division
6) Payments '
The City shall pay in full the Contract Sum to the Consultant upon completion of the
work listed in Paragraph 2 of this Agreement unless the parties agree otherwise. The City
shall pay the Consultant for work performed subject to the specifications of the )ob and
subject to any additions and deductions by subsequent chgpge order provigeo in the
contract documents. All payments shall be governed by the Local 0overnment Prompt
Payment Act, F.S., Part VII, Chapter 218.
7) Indemnification
7.1. GENERAL. INDEMNIFICATION; Consultant shall, in addition to any other
obligation to indemnify the City and to the fullest extent permitted by law,
protect, defend, Indemnify and hold harmless the City, their agents, elected
officials and employees from and against all claims, actions, liabilities, losses
(including economic losses), costs arising out of any actual or alleged: a).
Bodily injury, sickness, disease or death, or injury to or destruction of tangible
property including the loss of use resulting therefrom, or any other damage or
loss arising out of or resulting, or claimed to have resulted in whole or in part
from any actual or alleged act or omission of the Consultant, any sub -
Consultant, anyone directly or indirectly employed by any of them, or anyone
for whose acts any of them may be liable in the performance of the Work; or
b). violation of law, statute, ordinance, governmental administration order,
rule, regulation, or infringement of patent rights by Consultant in the
performance of the Work; or c). liens, claims or actions made by the
Consultant or any sub -consultant under workers compensation acts; disability
benefit acts, other employee benefit acts or any statutory bar. Any cost of
expenses, including attorney's fees, incurred by the City to enforce this
agreement shall be borne by the Consultant.
7.2. 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.
7.3. The Consultant shall pay all claims, losses, liens, settlements or judgments of
any nature whatsoever in connection with the foregoing indemnifications
including, but not limited to, reasonable attorney's fees (including appellate
attorney's fees) and costs.
7.4. 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 Consultant under the indemnification agreement. Nothing
contained herein is intended nor shall it be construed to waive City's rights and
immunities under the common law or Florida Statute 768.28 as amended from
time to time.
8) Non -Discrimination & Equal Opportunity Employment
During the performance of the Contract, the Consultant shall not discriminate
against any employee or applicant for employment because of race, religion, color,
City of Tamarac Purchasing & Contracts Division
gender, national origin, sex, age, marital status, political affiliation, farilial status, sexual
orientation, or disability if qualified. The Consultant will take affirmative action to ensure
that employees are treated during employment, without regard to their race, religion,
color, gender, national origin, sex, age, marital status, political affiliation, familial status,
sexual orientation, or disability if qualified. Such actions mustf include, but not beylimited
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 Consultant shall
agree to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the contracting officer setting forth the provisions
of this nondiscrimination clause. The Consultant further agrees that he/she will ensure
that Sub -consultants, 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 Consultant 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 Consultant shall retain sole and
absolute discretion in the judgment of the manner and means of carrying out Consultant's
activities and responsibilities hereunder provided, further that administrative procedures
applicable to services rendered under this Agreement shall be those of Consultant, which
policies of Consultant shall not conflict with City, State, or United States policies, rules or
regulations relating to the use of Consultant's funds provided for herein. The Consultant
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 iti 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 Consultant and
the City and the City will not be liable for any obligation incurred by Consultant, including
but not limited to unpaid minimum wages and/or overtime premiums.
10) Assignment and Subcontracting
Consultant 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) Notice
Whenever either party desires or is required under this Agreement to give notice to
any other party, it must be given by written notice either delivered in person, sent by U.S.
Certified Mail, U.S. Express Mail, air or ground courier services, or by messenger service, as
follows:
4
of Tamarac
I
City Manager
City of Tamarac
7525 N.W. 88th Avenue
Tamarac, FL 33321
With a copy to City_Att-orney at the following address:
Goren, Cherof, Doody & Ezrol, P.A.
3099 East Commercial Blvd., Suite 200
Fort Lauderdale, FL 33308
KO,L`RAL`
Corzo Castella Carballo Thompson Salman, P.A.
901 Ponce De Leon Blvd.
Suite 900
Coral Gables, FL 33134
(954) 565-2113
12) Termination
i & Contracts Division
12.1 Termination for Convenience: This Agreement may be terminated by the
City for convenience, upon seven (7) days of written notice by the terminating
party to the other party for such termination in which event the Consultant
shall be paid its compensation for services performed to termination date,
including services reasonably related to termination. In the event that the
Consultant abandons this Agreement or causes it to be terminated,
Consultant shall indemnify the city against loss pertaining to this termination.
il
12.2 Default by Consultant: In addition to all other remedies available to the City,
this Agreement shall be subject to cancellation by the City for cause, should
the Consultant 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
Consultant of written notice of such neglect or failure.
13) Uncontrollable Forces
13.1 Neither the City nor Consultant shall be considered to be in default of this
Agreement if delays in or failure of performance shall be due to Uncontrollable
Forces, the effect of which, by the exercise of reasonable diligence, the non-
performing party could not avoid. The term "Uncontrollable Forces" shall mean
any event which results In the prevention or delay of performance by a party of
its obligations under this Agreement and which is beyond the reasonable
control of the nonperforming party. It includes, but is not limited to fire, flood,
earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage,
and governmental actions.
of Tamarac Purchasing & Contracts Division
13.2 Neither party shall, however, be excused from performance if nonperformance
Is due to forces, which are preventable, removable, or remediable, and which
the nonperforming party could have, with the exercise of reasonable diligence,
prevented, removed, or remedied with reasonable dispatch. The
nonperforming party shall, within a reasonable time of being prevented or
delayed from performance by an uncontrollable force, glVe written notice to the
other party describing the circumstances and uncontrollable forces preventing
continued performance of the obligations of this Agreement.
14) 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.
15) 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.
16) Signatory Authority
The Consultant shall provide the City with copies of requisite .documentation
evidencing that the signatory for Consultant has the authority to enter into this Agreement.
17) 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.
18) Merger; Amendment
This Agreement constitutes the entire Agreement between -the Consultant and the
City, and negotiations and oral understandings between the parties are merged herein.
This Agreement can be supplemented and/or amended only by a written document
executed by both the Consultant and the City.
19) 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
of Tamarac
involving this Agreement.
Purchasing & Contracts Division
9
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 Mayor and City Manager, and CONSULTANT, signing by and through its
President, duly authorized to execute same.
ATTEST:
i
Marion Swenson, MC
City Clerk
_ -1h -) G
Date
CITY OF TAMA C
�.
Beth Flansbaum-Talabisco, Mayor
D to
Jeffrey . Miller, City Manager
D te:
as to form and legal sufficiency:
ATTEST: Corzo Castella Carballo Thompson
Salman P.A.
Company Name
(�:l
(Corpor a Skr'etdry5 Signature of Vice Presi nt/owner
T. Carballo
ype/Print Name of Corporate Secy
Ramon Castella Vice President
Type/Print Name of President/Owner
.1v1 r I t 2Aro(O
(CORPORATE SEAL) Date
AML
City of Tamarac Purchasing & Contracts Division
CORPORATE ACKNOWLEDGEMENT
STATE OF a41 --
:SS r
COUNTY OFRUWARJ.: '
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
Ramon Castella, Vice President, of Corzo Castella Carballo Thompson Salman, P.A., 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 this, day of f Q±jU Pe- , 20
Sig re of Notary Public
State of Florida at Large
No" ft* - State of Fbft
• IN commbdon Who JW V. M
cortmb*nIDO455353
Print, Type or Stamp
. .. •'' 8=W Br NaWfWNaWryAaan.
Name of Notary Public
Personally known to me or
❑ Produced Identification
Type of I.D. Produced
DID take an oath, or
❑ DID NOT take an oath.
8
City of Tamarac
141111 "91.210 NJITIT-ITS]
AGREEMENT CHECKLIST
and Contracts Division
❑ 1. Print out two (2) documents for execution by authorized signer.
(usually an officer of the corporation or an agent of the company who is
authorized to bind the company in contractual matters as evidenced by a
Corporate Resolution). A fully executed original will be returned to you for your
files.
❑ 2. Leave date on Page 1 blank. The date is entered upon City's execution.
❑ 3. Make sure the company's Corporate Secretary of record signs, dates and seals
(with corporate seal, if available) in the spaces provided on the signature page.
The City checks corporate information on-line via the State of Florida Division of
Corporations at www.sunbiz.org.
❑ 4. Carefully review the Corporate Acknowledgement and make sure it is notarized
and dated on the same day that the actual Agreement was signed. A
discrepancy between the date of notarization and the agreement execution date
may cause delays in processing.
❑ 5. The deadline to return executed documents for this Agreement is September 8.
Return two copies of the executed documents to the attention of the Senior
Procurement Specialist, 7525 NW 88th Avenue, Room 108, Tamarac Florida
33321. For telephone inquiries, contact the Purchasing Office at 954-597-3570.
Email inquiries can be sent to 'imn tamarac.or or to keith tamarac.or .
❑ 6. Make sure executed documents are returned on or before the above deadline,
preferably by a shipment method that allows tracking, i.e. US Postal Service
Express Mail or Priority Mail with delivery confirmation, Fed Ex, UPS or
DHL/Airborne.
Failure to follow the above guidelines may require the City
to return the documents for re-signing.
C:Oocuments and SettingslTeryGlLocal SettingslTemporary Internet FilesIOLKBOGREEMENT CHECKLIST 0902081.doc 912120