Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2004-135Temp. Reso. #10454 May 13, 2004 1 Revision 1, May 25, 2004 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2004-125 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE TASK AUTHORIZATION NO. 04-15E WITH ECKLER ENGINEERING, INC., TO PROVIDE PROFESSIONAL SERVICES FOR THE CONSTRUCTION MANAGEMENT OF THE 2 MILLION GALLON WATER STORAGE TANK AND WATER TREATMENT PLANT IMPROVEMENTS PROJECT, IN ACCORDANCE WITH THE CITY'S CONSULTING ENGINEERING AGREEMENT AS AUTHORIZED BY RESOLUTION NO. R-2001-185, FOR AN AMOUNT NOT TO EXCEED $119,000.00; APPROVING FUNDING FROM THE 2004 REVENUE BOND PROCEEDS; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac owns, operates and maintains the water supply, treatment, and distribution systems; and WHEREAS, it is necessary to provide proper and adequate water pressure, volume and fire protection throughout the City; and WHEREAS, the Environmental Protection Agency (EPA) recommends that a water utility maintain water storage capacity equal to one average day water demand; and WHEREAS, the City currently owns water storage capacity of 2 million gallons less than the average daily water demand; and Temp. Reso. #10454 May 13, 2004 2 Revision 1, May 25, 2004 WHEREAS, the City needs to upgrade the high service pumping capacity at the Water Treatment Plant to meet current and future water demand; and WHEREAS, the City requires the service of a consulting firm knowledgeable in this area and capable of providing professional services for the construction management of the 2 Million Gallon Water Storage Tank and Water Treatment Plant Improvements Project; and WHEREAS, Eckler Engineering, Inc., possesses the required knowledge and experience to provide the professional engineering services associated with the 2 Million Gallon Water Storage Tank and Water Treatment Plant Improvements Project; and WHEREAS, Eckler Engineering, Inc., has been pre -qualified as an approved consultant for engineering services by the City of Tamarac as authorized by Resolution No. R-2001-185 (a copy of which is attached hereto as "Exhibit 1"); and WHEREAS, Eckler Engineering, Inc., was awarded the contract to design, permit and bid the 2 Million Gallon Water Storage Tank and WaterTreatment Plant Improvements Project under Resolution #R-2003-228 (a copy of which is attached hereto as "Exhibit 2"); and WHEREAS, it is the recommendation of the Director and Assistant Director of Utilities that Task Authorization No. 04-15E from Eckler Engineering, Inc., 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 Temp. Reso. #10454 May 13, 2004 3 Revision 1, May 25, 2004 Task Authorization No. 04-15E (a copy of which is attached hereto as "Exhibit 3") with Eckler Engineering, Inc., to provide construction engineering services for the 2 Million Gallon Water Storage Tank and Water Treatment Plant Improvements Project for an amount not to exceed $119,000.00 and to provide funding from the 2004 Revenue Bond proceeds. 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. SECTION 2: The appropriate City Officials are hereby authorized to accept and execute Task Authorization No. 04-15E with Eckler Engineering, Inc., to provide engineering services for the 2 Million Gallon Water Storage Tank and Water Treatment Plant Improvements Project, in accordance with the City's Consulting Engineering Agreement as authorized by Resolution No. R-2001-185 on July 11, 2001, for an amount not to exceed $119,000.00. SECTION 3: The $119,000.00 is approved to be funded from the 2004 Revenue Bond proceeds. SECTION 4: The City Manager, or his designee, are hereby authorized to make changes, issue change orders not to exceed $10,000.00 per 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. Temp. Reso. #10454 May 13, 2004 4 Revision 1, May 25, 2004 SECTION 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or 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 9"' d of June 2004. JOE SCHREIBER MAYOR ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABISC DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS 1 Temp. Reso. #9434 Page 1 June 18, 2001 CITY OF TAMARAC, FLORIDA "EXHIBIT 1" RESOLUTION NO. R-2001-185 TR #10454 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE OFFICIALS TO ACCEPT AND EXECUTEAGREEMENTS WITH THE FOLLOWING FIVE (5) CONSULTING FIRMS TO PROVIDE ENGINEERING AND ARCHITECTURAL CONTINUING SERVICES FOR A PERIOD OF FIVE YEARS ON AN "AS NEEDED" BASIS: (1)GRAVEN THOMPS.ON & ASSOCIATES, INC.; (2) ECKLER ENGINEERING, INC.; (3) MATHEWS CONSULTING, INC.; (4) MILLER LEGG AND ASSOCIATES, INC.; AND (5) WILLIAMS, HATFIELD & STONER; INC.; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac is faced with the challenge Qf meeting the increased demands imposed..by regulatory agencies, development, Infrastructure modifications and expansions utilizing the latest technology for efficient and safe operation; and WHEREAS, the City of Tamarac's operations and programs over the next five years require the utilization of specialized services from consultants to meet these demands; and WHEREAS, the City of Tamarac publicly advertised Request for Letters of Interest No, 01-10L for Engineering and Architectural Continuing Services to be utilized Citywide for a period of five years on an "as needed" basis, a copy of which'.is attached hereto' as "Attachment A"; and Temp. Reso. #9434 4 Page 2 June 18, 2001 WHEREAS, on March 28, 2001, submittals from the following nineteen (19) firms were received: 1. Calvin Giordano 2. Carnahan Proctor 3. Carr Smith Corradino 4. Chen & Associates 5. Craig A. Smith 6. Craven Thompson 7. Eckler Engineering 8. Geoverse U 9. Hartman & Associates 10. Hazen & Sawyer 11. Lakdas/Yohalem 12. Mathews Consulting 13. Miller Legg 14. PBS&J 15. Reynolds Smith & Hill 16. Rhon Emest-Jones 17.Tamara Peacock 18.TBE Group 19. Williams, Hatfield & Stoner WHEREAS, after an extensive review and evaluation process which included categorizing the firms by size, the committee consisting of Director of Utilities, Assistant Public Works Director, Utilities Project Engineer, and Assistant City Engineer recommend the appropriate City Officials be authorized to execute agreements for Engineering and Architectural Continuing Services to be utilized for a period of five years on an "as needed" basis with the following five (5) firms: 1. Eckler Engineering, Inc. (Small Firm) 2. Mathews Consulting, Inc. (Small Firm) 3. Craven Thompson & Associates, Inc. (Medium Firm) 4. Williams, Hatfield & Stoner, Inc. (Medium Firm) 5. Miller Legg and Associates, Inc. (Large Firm) Temp. Reso. #9434 Page 3 June 18, 2001 WHEREAS, the Public Works Director, Utilities Director and Purchasing and Contracts Manager recommend the appropriate City Officials be authorized to execute the five agreements for Engineering and Architectural Continuing Services; and WHEREAS, the City Commission of the City of Tamarac, Florida, deems it to be in the best interest of the citizens and residents of the City of Tamarac to authorize the appropriate City Officials to execute and enter into agreements with Craven Thompson & Associates, Inc., Eckler Engineering, Inc., Mathews Consulting, Inc., Miller Legg and Associates, Inc., and Williams, Hatfield & Stoner, Inc. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. SECTION-2: That the appropriate City Officials are hereby authorized to execute agreements with Craven Thompson & Associates, Inc., Eckler Engineering, Inc., Mathews Consulting, Inc., Miller Legg and Associates, Inc., and Williams, Hatfield & Stoner, Inc. (copies of which are attached hereto as "Attachments B —1, 2, 3, 4 & 5"). 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 or other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining potions or applications of this Resolution. r Temp. Reso. #9434 Page 4 June J. 2001 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 111" day of July, 2001. ATTEST: MARION S ENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. r r JIELL . K F Zt)T CITY ATTORNEY JOE SCH EIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER & DIST 1: COMM. PORTNER DIST 2: COMM. MISHKIN DIST 3: VIM SULTANOF & DIST 4: COMM. ROBERTS Aye, 1 CITY OF TAMARAC CONTINUING ENGINEERING SERVICES AGREEMENT his Agreement, made and entered into and effective this day of 2001 by and between: City of Tamarac, a municipal corporation, created pursuant to the Laws of the State of Florida, with principal offices located at 7525 NW 880 Avenue, Tamarac, Florida, hereinafter referred to as "City" and Millar Legg & Associates, Inc., a Florida corporation with principal offices located at 1800 N. Douglas Road, Suite 200, Pembroke Pines FL 33024, hereinafter referred to as "Consultant". WITNESSETH: WHEREAS, City requires professional Engineering services on a continuing basis to perform such specific services as City may direct; and WHEREAS, Consultant has the professional experience and expert skill and is qualified to perform the required services; and WHEREAS, City desires to engage Consultant upon the terms and conditions set forth below, and Consultant is willing to accept such engagement upon such terms and conditions; and WHEREAS, The term of this Agreement is for el period of five (5) years, beginning the first day following execution by the City; and WHEREAS, City in accordance with Florida Statues Section 287.055, Consultants Competitive Negotiation Act, has selected "Consultant' to be most qualified to perform said continuing type services as City Consulting Engineer, NOW, THEREFORE, in consideration of the mutual promises contained herein, and intending to be legally bound hereby, the parties agree as follows: SCOPE OF WORK City hereby engages Consultant as an independent contractor to perform certain services and Consultant hereby agrees to perform said services upon the terms and conditions hereinafter set forth. Standards of Design for work under this Agreement shall be those of the City of Tamarac, if available, which shall be revised as necessary by Consultant to meet the intent of the proposed projects. Consultant shall develop standards of design not available from City. Consultant shall perform Engineering services related to various miscellaneous projects as needed. Agreement - At? Services Miller Legg.doc Each specific task to be performed shall be identified and described in detail by the Consultant and approved by the appropriate City officials, and if approved by City, shall be identified by a separate Job Number established by Consultant. The speck services which Consultant agrees to furnish and the terns and conditions for such services are as follows: A. ATTENDANCE AT MEETINGS. After City has issued a written authorization for a specific task, attendance by Consultant at any subsequent meetings related to that task shall be considered as part of that task. In addition, Consultant shall be subject to such provisions as may be contained in the task authorization. However, it is contemplated that from time to time City will desire that Consultant meet with representatives of City and/or other organizations to discuss subjects not directly related to an already assigned task. Such meetings will include but not be limited to meetings at which Consultant's specialized knowledge. is needed by City, or a meeting conducted to develop or disseminate criteria that will be needed by City in order to establish a new task, or, a meeting at which Consultant is to act as a representative of City. However, in attendance at all required meetings and throughout the term of this Agreement, Consultant shall maintain independent contractor status. In order to minimize administration, attendance by Consultant at all such meetings shall be considered part of one continuing task. This Agreement shall be deemed as the written authorization for that task. However, Consultant shall not attend any particular meetings unless City has issued specific oral instructions that Consultant is to attend. The scope of work for each Job Number is defined to include not only attendance at authorized meetings but also any work needed to prepare for and/or submit reports concerning such meetings. All Invoices for each Job Number will identify the specific meetings to which they apply. All fees for services on each Job Number will be compensated as defined in Section III.A. herein. B. REVIEW OF DEVELOPMENT PLANS. When requested by the City, Consultant shall review and comment to City on those developmental plans submitted to City which City determines will require either more Engineering expertise or more time than available to City's own Engineering staff. C. OTHER SERVICES. Upon determination by City that it is in need of Engineering services of one of the types listed below, it may issue a separate written authorization to Consultant to perform said services. The types of service contemplated are: 1. Special Reports and Studies 2. Assistance in securing, monitoring and complying with County, State, or Federal Grants and Permits. 3. Engineering design, including preparirg construction documents during bidding and award of contract, preparing a tabulation of the bids received, and providing a written recorrmendaticn for contract awards. Agreement - AE Services Miller Legg•doc 4. Surveying property plats and descriptions. 5. Assistance with CADD. 6. Engineering services related to construction contracts, including but not necessarily limited to: review of shop drawings, consultation and interpretation concerning drawings and specifications, review of construction progress estimates, site visits and/or periodic or full time inspections, preparing construction change orders, approval of contractor's periodic pay request, final inspection, issuing completion certificate, and such other services as may be identified in the task authorization. 7. Other Engineering services City wishes Consultant to complete will be defined in a written authorization. Each such written authorization shall clearly define the services to be provided and shall be attached to this Agreement as an Addendum. Each Addendum shall be numbered in sequence and correlated with City's Capital Improvement Project Number and title, if applicable,, date approved by City Commission, if required, and signed by City's and Consultant's representatives. Each Addendum, after execution by both parties to this Agreement, shall become a supplement to and a part of this Agreement. . 8, Each written authorization shall include a description of the scope of services, time of completion and method of compensation for services. Approval by City Commission and/or signature by authorized representatives to City shall constitute authorization to proceed by the Consultant for services defined by that authorization. 11. CITY FURNISHED ITEMS A. City shall designate in writing specific individuals, by title, who will be authorized to issue written and/or oral instructions to Consultant concerning this Agreement. In the absence of specific designations, Consultant may assume that the City Manager or designee shall be so authorized and Agreement shall constitute the required written designation. B. City shall assist Consultant in obtaining all background information necessary for the accomplishment of assigned tasks, and shall provide reasonable access to all existing records, data, and physical facilities. C. City shall pay for all costs of publishing advertisements for bids; for obtaining permits and licenses that may be required by local, State or Federal authorities; and/or to secure the necessary land, easements, and rights -of -way. In order to expedite processing of an application for a permit or license, City may, in some instances, direct Consultant to act for City in paying a required fee. In such instances, City subsequently shall reimburse Consultant for any such fees. Agreement - AE Services Miller Legg•dcc III. FEES AND PAYMENTS A. Each written proposal from Consultant for an individual task as required in Article 1 "Scope of Services' shall include speck information as to the type and magnitude of fees to be paid for that task. The type of fee contemplated is: 1. Direct Hourly lus Direct Salary Costs and Reimbursement for Non-sala Costs. Salary Costs are defined to be actual direct hourly wages paid to Consultant's employees, computed by taking the annual salary and dividing by 2,080 hours per year plus applicable direct costs. This base hourly rate, limited to the work classifications as listed in Exhibit 'W', and attached hereto, shall be used to calculate all times directly chargeable to any authorized assignment. Consultant's non -salary costs are defined as the costs incurred on or directly for the project, other than the Direct Salary Costs (as previously defined herein). Such non -salary costs shall be computed on the basis of actual purchase price for items obtained from commercial sources and on the basis of usual commercial charges for items provided by Consultant. Non -salary costs shall• include, but are not limited to, necessary transportation costs, including mileage at City's current rate per mile when Consultant's own automobiles are used outside Broward County; meals and lodging outside Broward County; laboratory tests analyses; long distance telephone and printing. B. METHOD OF PAYMENT. Payment as prescribed for services rendered by Consultant during the previous billing period shall be due and payable as of the date of invoice, and shall be paid by City no later than the forty fifth (45th) day after the date of invoice acceptance, unless some other mutually agreeable period of required payment is established in authorization for a specific task. Consultant shall submit monthly invoices to City through the appropriate or designated project manager. The Director or designee will review the invoices to insure all charges are allowable and reasonable before recommending payment of the invoice by City. As a minimum requirement, each invoice shall indicate original fee estimate, invoice date, amount of invoice, and estimated fees remaining. A summary shall be submitted by Consultant indicating each employee's name, employment classification and hours worked on the project for the invoice period. Acceptance of the final payment by Consultant shall be considered full release of all claims against City arising out of or by reason of the work done and materials furnished under this Agreement. IV. TIMES OF PERFORMANCE It is understood that this Agreement is a continuing contract, and that all terms contained herein shall remain in effect until changed by mutual agreement of the two parties. However, no work shall be performed, and no payments shall be made, unless specifically authorized by separate written communication from City to Consultant, Agreement - AE services Miller Legg.dcc LVA except for oral authorizations regarding each Job Number. Each separate task authorization shall include information as to start and completion times for that task. MISCELLANEOUS PROVISIONS A. RECORDS/AUDITS. The Consultant' shall maintain during the term of the contract 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 Consultant agrees to make 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 for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day of the contract term. B. INSU N E. Consultant agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations, now in effect or hereinafter enacted, during the term of this agreement that are applicable to Consultant, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Consultant shall obtain at Consultant's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Consultant shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Consultant shall indemnify and hold the City harmless from any damage resulting to it for failure of either Consultant or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Consultant agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Commercial General Liability $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Aggregate $1,000,000 Agreement - AE Serv`:ces Miller Legg•doc Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Consultant nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have. supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Consultant will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. "Occurrence' form policies shall be required. Each carrier will give the City thirty-(30) days notice prior,to cancellation. The Consultant's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Consultant's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. The Consultant shall be responsible for the payment of all deductibles and self - insured retehtions. The City may require that the Consultant purchase a bond to cover the full amount of the deductible or self -insured retention. If the Consultant is to provide professional services under this Agreement, the Consultant must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made' forms are acceptable for Professional Liability. City and Consultant waive all rights against each other and any of their respective directors, officers, agents, and employees, for damages caused by risks covered by property insurance during and after completion of the services. City waives subrogation against Consultant on all property and consequential loss policies carried by City on adjacent properties and under property and consequential loss policies purchased for the project after its completion. If"the policies of insurance referred to in this paragraph require an endorsement to provide for continued coverage where there is a waiver of subrogation, the owners of such policies will cause them to be so endorsed. Construction contractors, at the discretion of the City, may be required to provide (or City may provide) Owners' Protective Liability Insurance naming the City as a Named Insured and the Consultant as an additional insured, or, to endorse City and Consultant as additional insureds on construction contractor's liability insurance policies covering claims for bodily injuries and property damage. Construction contractors shall be required to crovide certificates evidencing such insurance to the City and Consultant. Agreement - AE services Miller Legg.dcc C. INTERRUPTION, POSTPONEMENT, ABANDONMENT. In the event the work herein, or any part thereof, shall be abandoned due to circumstances which City considers to be in its own best interests, Consultant shall not be entitled to any further payment for such work, or any part thereof, beyond and in excess of the amount due at that time, and final payment shall be based on the proportionate amount of the fee earned to such date. D. DELAYS AND EXTENSIONS. The time of completion may be adjusted only by written Agreement between the parties hereto for unavoidable delays resulting from causes beyond the control of Consultant. E. DISPUTES AND INTERPRETATION. In the event of any disputes as to the interpretation of the terms of this Agreement, the decision of City shall be final and may be enforced in a court of competent jurisdiction in the venue of Broward County, except as provided herein. City shall notify Consultant in writing of any decision City has rendered with regard to the interpretation of this Agreement. If Consultant disagrees with the decision of City, the dispute may be decided by arbitration at the City's discretion. . F. RIGHTS IN DATA, COPYRIGHTS, DISCLOSURE. Definition. The term "data" as used in this Agreement includes written reports, studies, drawings, or other graphic, electronic, chemical or mechanical representation. 2. Rights - in Data. City shall have the full right to use all data developed pursuant to this Agreement for any official purpose permitted under Florida Statutes, including making it available to the general public. Such use shall be without any additional payment to or approval by Consultant. All data prepared or fumished by Consultant (and Consultant's independent professional associates and Consultants) pursuant to this Agreement are instruments of service in respect of the project, and Consultant shall have the ownership and property interest therein whether or not the project is completed. City shall have unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any data developed or prepared under this Agreement. All data required to be sealed and signed by registered Professional Engineer in the State of Florida shall not be modified, changed, altered or used for other purposes than those intended without the express written permission of Consultant. G. COMPLIANCE WITH LAWS. Consultant shall fully obey and comply with laws, ordinances and administrative regulations duly made in accordance therewith, which are or shall become applicable to the services performed under the terms of this Agreement. H. SUBCONTRACTING. None of the work or services covered by this Agreement shall be subcontracted without the prior written approval of City. Some specialty sub -Consultant work is permissible wherein said services can be expeditiously and economically handled by local firms provided written permission is granted by City. Agreement - AE Services Miller Legg.doc INDEPENDENT CONTRACTOR. CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the Contractor and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. �. ASSIGNMENT. Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Consultant of its liability and obligation under this contract, and despite any such assignment, the City shall deal through the Consultant only. However, if the company is sold during the life of the contract, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. K. SITE VISITS. Visits to the construction site and observations made by Consultant as part of the services shall not relieve the construction contractor(s) of its obligation to conduct comprehensive inspections of the work sufficient to ensure conformance with the intent of the Contract Documents, nor shall the contractor(s) be relieved of responsibility for all construction means, methods, techniques, sequences, and procedures necessary for coordinating and completing all portions of the work under the construction contract(s) and for all safety precautions incidental thereto. Such visits by Consultant are not to be construed as part of the inspection duties of the on -site inspection personnel defined in other parts of this Agreement. L. ONSITE MONITORING. Consultant's resident project representatives will make reasonable efforts to guard City against defects and deficiencies in the work of the contractor(s) and to help determine if the provisions of the Contract Documents are being fulfilled. Their day-to-day inspection will not, however, cause Consultant to be responsible for those duties and responsibilities which belong to the construction contractor(s) and which include, but are not limited to, full responsibility for the techniques and sequences of construction and the safety precautions incidental thereto, and for performing in accordance with the Contract Documents. M. TIME OF PERFORMANCE. Consultant shall commence performance on each specific task authorization upon receipt of written Notice to Proceed from City. The work shall be completed in accordance with the schedule included in the authorization. N. OBLIGATIONS OF CITY TO CONSULTANT, City shall make available to Consultant all data in its possession regarding the existing facilities. This data shall include, but not be limited to: standards; specifications; policies; guides and Engineering reports; maps; plans; inventories; data; etc. City shall be responsible A;regiment - AS Services Miller Legg.doc for all necessary approvals from all City of Tamarac departments, and administration of public meetings in City. Consultant shall prepare exhibits, displays, informational handouts, notes, minutes and shall assist City in conducting all meetings. O. MONITORING. Consultant's work shall be subject to the inspection and direction of City, which shall conduct periodic , reviews with Consultant. Where Consultant's work is unsatisfactory to City, Consultant shall correct it at the direction of City and at no additional cost to City; however, it is incumbent upon City to notify Consultant immediately of any work deemed unsatisfactory. Consultant will indemnify City for any increased construction costs solely and proximately caused by negligence on the part of Consultant concerning any assigned project, less any betterment to City. P. EXTRA SERVICES. If extra services are required for satisfactory completion of the work or any phase thereof, and Consultant thereby necessarily incurs extra costs, Consultant may be reimbursed only upon execution of a Supplemental Agreement between the parties. However, City shall not reimburse Consultant for any work or services performed after interruption, postponement or abandonment, which City deems to be in its best interest, provided City provides proper written notice to Consultant of such interruption,postponement or abandonment of the work. In such case, City shall pay only the costs of services rendered up tb the time of such interruption, postponement or abandonment. Q. CONSULTANT'S REPRESENTATIVE. Consultant will, at all times during the normal work week, designate or appoint one or more representatives of Consultant who are authorized to act on behalf of Consultant regarding all matters involving the conduct of the performance pursuant to this Agreement and shall keep City continually advised of such designation. R. WRITTEN NOTIFICATION. Whenever either party desires to give notice to the other pursuant to this Agreement, it must be given by written notice, hand delivered, or sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice shall 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 notice to wit: For City: City Manager City of Tamarac 7525 Northwest 88th Avenue Tamarac, Florida 33321 With copy to: City Attorney At the same address as above Agreement - AE Services Miller Legg.doc For Consultant Robert H. Miller, President Miller Legg & Associates, Inc. 1800 North Douglas Rd., Suite 200 Pembroke Pines, FL 33024 S. T_ERMINATION OF AGREEMENT. City or Consultant may terminate this Agreement by giving 30 days prior written notice to the other party. In such event, City shall forthwith pay Consultant in full for all work previously authorized and performed prior to the date upon which written notice of termination has been sent. Consultant's right of termination shall not be construed to preclude any action by City for damages against Consultant should Consultant not fully perform Consultant's responsibilities and duties pursuant to this Agreement. In no case shall City be liable for damages to Consultant as a result of City's termination of this Agreement, in an amount in excess of actual costs incurred by Consultant in performing work previously authorized and fully performed prior to the date on which notice of termination is sent by City. T.: NON-EXCLUSIVE AGREEMENT. City reserves the right ,to contract other Engineering firms as Consulting Engineers pursuant to the Consultant's "Competitive Negotiation Act of Florida". Nothing in this Agreement alters or cancels the terms and conditions or prior agreements for Engineering services between these parties or between City and any other Engineering firms. U. INDEMNIFICATION. Consultant, its directors, officers, stockholders, heirs, and assigns hereby agree to indemnify and hold harmless the City of Tamarac, its officers, elected officials, agents or employees acting within the scope of their employment from any suit, claim, liability, loss or damage (including reasonable attorney's fees) to the extent caused by Consultant's negligent acts, errors or omissions associated with Consultant's duties and responsibilities pursuant to this Agreement. V. WARRANTIES. Consultant warrants that all specifications, documents, or drawings prepared by Consultant, or on Consultant's behalf, are accurate, capable of being implemented and may be relied upon by any Contractor retained by City. W. PROFESSIONAL RESPONSIBILITIES OF CONSULTANT. Consultant will exercise reasonable skill, care, and diligence in the performance of Consultant's services and will carry out its responsibilities in accordance with customarily accepted professional Engineering practices. If Consultant fails to meet the foregoing standard, Consultant will perform at its own cost, the professional Engineering services necessary to correct errors and omissions which are caused by Consultant's failure to comply with this standard and which are reported to Consultant within one year from the completion of services. 10 Agreement • AE Services Miller Legg.doc X. ATTORNEYS' FEES. In the event of litigation, the prevailing party will be entitled to reimbursement of attorney fees. Y. CHAN ES AND FORCE MAJEURE. In the event that a change in City provided information, change in law, or event of force majeure affects the Work or increases Consultant's costs, Consultant shall be entitled to a change to the Work and an equitable adjustment in the contract price and time of performance, as appropriate. Consultant shall propose in writing a change to the Work and an equitable adjustment in the Contract Price due to any such change, and City shall accept or dispute such proposal in writing within fifteen (15) days of receipt of Consultant's proposal. Z. PROHIBITION AGAINST CONTINGENT FEES. The professional Engineer warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the professional Engineer to solicit or secure this agreement and that he has not paid or agreed to pay any person or company, corporation individual, or firm, other than a bona fide employee working solely for the professional Engineer any "fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For any breach or violation of this provision, the City shall have the : right to terminate the Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. AA. MODIFICATIONS. It is further agreed that no modification, amendment or alteration in the terms and conditions contained herein shall be effective unless contained in a written document executed with the some formality and with equal dignity herewith. Such modification or amendment shall be attached to, and shall thereupon become a part of this Agreement. BB. AUTHORIZING ACTION. This Agreement is entered into by C' pursuant to a Resolution of the City Commission passed at a meeting held on 2001. 11 Agreement - AE Services Miller Legg•doc IN WITNESS WHEREOF, the parties have duly executed this Agreement the day and year first written above. ATTEST: - By.. Marion Sw nson, CIVIC City Clerk ATTEST: ( orporate Secretary CITY OF 16MARAC a Florida Municipal Corporation By: f e Schreiber, Mayor Date: Jeffrey f.Qillef, City Manager Date: 7`I (Signature of Inc. Af Dan cretary P v;r7 r._ Joh P F.. Sr. _mice President Type/Print Name of Corporate Secy. Type[Print Name and Title Date: 06/28/2001 (CORPORATE SEAL) 12 Agreement - AE Services Miller Legg•doc CORPORATE ACKNOWLEDGEMENT STATE OF Florida COUNTY OF�n,-.1w a rA ___ The foregoing instrument was acknowledged before me this 2 e t h day of ,tune , 2001 byDavid L . John, P .,E . , (name of officer or agent, title Sr. Vice President of officer or agent) of MILLE13 LEGG & ASSOCIATES ( me of corporation acknowledging), a Florida (state or place of incorporation corporation; on behalf of the corporation. .�e- ;Zlud�� Signature of Notary Public -- State of Florida Printed, typed/stamped name of Notary Public Exactly as commissioned 9 Personally known by me, or ❑ Produced identification: (Type of identification produced) ❑ Did take an oath, or XDid not take an oath �S' lkirbaru l !'wien Cctobcr t 4" 203 13 A;reement - AE Services Miler Legg.doc !QERTIFIEL) RES9LUTION I, Dan A. Ti n t n e r , P.E. (Name), the duly elected Secretary of : i 1 l e r , >; (Corporate Title), a corporation organized and existing under the laws of the State of Florida , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THATDavid L. John, P.E.(Name)", the duly elected s.. ._u; ra A re c i d e n t _ (Title of Officer) of Miller, Lggg & A s S QQ _ Wig , _(Corporate Title) be and is hereby authorized to execute and submit a Bid and/or Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own- acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and -saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. 1 further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE MTV . .AMML*z- . - Senior__roj gct__Man_ag Given under my hand and the Seal of the said corporation this _,���, day of 2qLL_____. (SEAL) By: 1< --� -- Secretary -� Miller, Legg& Assoc. inc. w - Corporate Title `T10TE: The abo- a is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. Page 1 of 1 r ENGINEERS • SURVEYORS E MAPPERS - PLANNERS • LANDSCAPE ARCHITECT. • GIS - ENVIRONMENTAL PROFESSIONALS �R Corporate Office: 1800 North Douglas Road • Suite '200 • Pembroke Pines, FL 33024-3200 (954) 436.7000 - Fax: (954) 436.8664 • www.milledegg.com �E As> ocIATI:. INC 2001 HOURLY RATE SCHEDULE TITLE j•IOURLY RATS Administrative $ 45 Technical Assistant $ 50 CAD Technician $ 60 Field Representative $ 60 Senior Field Representative $ 70 Technician $ 70 GIS Data Processor $ 75 Senior CAD Technician/Landscape Designer ,' $ 75 Environmental Scientist/Risk Management Specialist $ 75 Director of Field Services $ 85 Project Engineer/Surveyor/Landscape Architect/Designer $ 85 Regulatory Coordinator $ 85 Survey Field Party (Portal to Portal) $ 95 GIS Specialist $ 95 Senior Project Engineer/Senior Environmental Scientist $ 95 Project Manager/Licensed Surveyor $100 Senior Project Manager/GIS Coordinator $125 Engineering/Planning/Surveying Director $140 GPS Field Party (Portal to Portal) $150 Principal $175 Senior Principal $215 NOTE: These rates are subject to change after January 1, 2002 Document2 Offices located in: Pembroke Pines, FL (9541436-7000 Wellington, FL (561) 798-9981 Ortando, FL (407; 926.4122 ENGINEERS - SURVEYORS R MAPPERS - PLANNERS - LANDSCAPE ARCHITECTS - GIS - ENVIRONMENTAL PROFES31ONALS Corporate Office' 1800 North Douglas Road • SL4te 200 - Pembroke PIrm, FL 33024-3200 (954) 436-7000 - Fax: (954) 436-86M viww.mlledeW.COM Lid • AssaCIATIZ. INC 'Cnlebroling 35 VW13' MILLER, LEGG & ASSOCIATES, INC. Standard Reimbursable Expense Rates Effective January 1, 2001 In-house Expenses Courier at cost Mileage (per mile) per city rate Copies $0.15 Blueprints $2.20 Mylars $7.00 Postage $0.34 Vellums $5.50 Fax Transmissions $1.00 official Record Docs $1.00 Offices Located In: Pembroke Pines, FL (954) 436-7000 wetlington, FL (561) 798-9981 oriondo. FL (407) 926-4122 CITY OF TAMARAC CONTINUING ENGINEERING SERVICES AGREEMENT This Agreement, made and entered into and effective this day of 2001 by and between: City of Tamarac, a municipal corporation, created pursuant to the Laws of the State of Florida, with principal offices located at 7525 NW 880' Avenue, Tamarac, Florida, hereinafter referred to as "City". and Mathews Consulting Inc., a Florida corporation with principal offices located at 1601 Belvedere Road, Suite 215 South, West Palm Beach FL 33406, hereinafter referred to as "Consultant". WITNESSETH: WHEREAS, City requires professional Engineering services on a continuing basis to perform such specific services as City may direct; and WHEREAS, Consultant has the professional experience and expert skill and is qualified to perform the required services; and WHEREAS, City desires to engage Consultant upon the terms and conditions set forth below, and Consultant is willing to accept such engagement upon such terms and conditions; and WHEREAS, The term of this Agreement is for a period of five (5) years, beginning the first day following execution by the City; and WHEREAS, City in accordance with Florida Statues Section 287.055, Consultants Competitive Negotiation Act, has selected "Consultant" to be most qualified to perform said continuing type services as City Consulting Engineer; NOW, THEREFORE, in consideration of the mutual promises contained herein, and intending to be legally bound hereby, the parties agree as follows: I. SCOPE OF WORK City hereby engages Consultant as an independent contractor to perform certain services and Consultant hereby agrees to perform said services upon the terms and conditions hereinafter set forth. Standards of Design for work under this Agreement shall be those of the City of Tamarac, if available, which shall be revised as necessary by Consultant to meet the intent of the proposed projects. Consultant shall develop standards of design not available from City. Consultant shall perform Engineering services related to various miscellaneous projects as needed. Agreement - AE Services Mathews Consulting.doc Each specific task to be performed shall be identified and described in detail by the Consultant and approved by the appropriate City officials, and if approved by City, shall be identified by a separate Job Number established by Consultant. The specific services which Consultant agrees to furnish and the terms and conditions for such services are as follows: A. ATTENDANCE AT MEETINGS. After City has issued a written authorization for a specific task, attendance by Consultant at any subsequent meetings related to that task shall be considered as part of that task. In addition, Consultant shall be subject to such provisions as may be contained in the task authorization. However, it is contemplated that from time to time City will desire that Consultant meet with representatives of City and/or other organizations to discuss subjects not directly related to an already assigned task. Such meetings will include but not be limited to meetings at which Consultant's specialized knowledge is needed by City, or a meeting conducted to develop or disseminate criteria that will be needed by City in order to establish a new task, or a meeting at which Consultant is to act as a representative of City. However, in attendance at all required meetings and throughout the term of this Agreement, Consultant shall maintain independent contractor status. In order to minimize administration, attendance by Consultant at all such meetings shall be considered part of one continuing task. This Agreement shall be deemed as the written authorization for that task. However, Consultant shall not attend any particular meetings unless City has issued specific oral instructions that Consultant is to attend. The scope of work for each Job Number is defined to include not only attendance at authorized meetings but also any work needed to prepare for and/or submit reports concerning such meetings. All invoices for each Job Number services ll Identify the eascpect icobmeeNngs to which they apply. All fees for er will be compensated as defined in Section III.A. herein. B. REVIEW OF DEVELOPMENT PLANS. When requested by the City, Consultant shall review and comment to City on those developmental plans submitted to City which City determines will require either more Engineering expertise or more time than available to City's own Engineering staff. C. OTHER SERVICES. Upon determination by City that it is in need of Engineering services of one of the types listed below, it may issue a separate written authorization to Consultant to perform said services. The types of service contemplated are: I. Special Reports and Studies 2. Assistance in securing, monitoring and complying with County, State, or Federal Grants and Permits. 3, Engineering design, including preparing construction documents during bidding and award of contract, preparing a tabulation of the bids received, and providing a written recommendation for contract awards. Agreement - AE Services Mathews Consutting.doc 4. Surveying property plats and descriptions. 5. Assistance with CADD. 6. Engineering services related to construction contracts, including but not necessarily limited to: review of shop drawings, consultation and interpretation concerning drawings and specifications, review of construction progress estimates, site visits and/or periodic or full time inspections, preparing construction change orders, approval of contractor's periodic pay request, final inspection, issuing completion certificate, and such other services as may be identified in the task authorization. 7. Other Engineering services City wishes Consultant to complete will be defined in a written authorization. Each such written authorization shall clearly define the services to be provided and shall be attached to this Agreement as an Addendum. Each Addendum shall be numbered in sequence and correlated with City's Capital Improvement Project Number and title, if applicable, ,date approved by City Commission, if required, and signed by City's and Consultant's representatives. Each Addendum, after execution by both parties to this Agreement; shall become a supplement to and a part of this Agreement. 8. Each written authorization shall include a description of the scope of services, time of completion and method of compensation for services. Approval by City Commission and/or signature by authorized representatives to City shall constitute authorization to proceed by the Consultant for services defined by that authorization. II. CITY FURNISHED ITEMS A. City shall designate in writing specific individuals, by title, who will be authorized to issue written and/or oral instructions to Consultant concerning this Agreement. In the absence of specific designations, Consultant may assume that the City Manager or designee shall be so authorized and Agreement shall constitute the required written designation. B. City shall assist Consultant in obtaining all background dnformation necessary for the accomplishment of assigned tasks, and shall provide reasonable access to all existing records, data, and physical facilities. C. City shall pay for all costs of publishing advertisements for bids; for obtaining permits and licenses that may be required by local, State or Federal authorities; and/or to secure the necessary land, easements, and rights -of -way. In order to expedite processing of an application for a permit or license, City may, in some instances, direct Consultant to act for_ City in paying a required fee. In such instances, City subsequently shall reimburse Consultant for any such fees. 3 Agreement - AE Services Mathews Consiring.doc 111. FEES AND PAYMENTS A. Each written proposal from Consultant for an individual task as required in Article 1 "Scope of Services" shall include specific information as to the type and magnitude of fees to be paid for that task. The type of fee contemplated is: Direct Hourly plus Direct Salary Costs and Reimbursement for Non -salary Costs. Salary Costs are defined to be actual direct hourly wages paid to Consultant's employees, computed by taking the annual salary and dividing by 2,080 hours per year plus applicable direct costs. This base hourly rate, limited to the work classifications as listed in Exhibit "A", and attached hereto, shall be used to calculate all times directly chargeable to any authorized assignment. Consultant's non -salary costs are defined as the costs incurred on or directly for the project, other than the Direct Salary Costs (as previously defined herein). Such non -salary costs shall be computed on the basis of actual purchase price for items obtained from commercial sources and on the basis of usual commercial charges for items provided by Consultant. Non -salary costs shall include, but are not limited to, necessary transportation costs, including mileage at City's current rate per mile when Consultant's own automobiles are used outside Broward County; meals and lodging outside Broward County; laboratory tests analyses; long distance telephone and printing. B. METHOD OF PAYMENT. Payment as prescribed for services rendered by Consultant during the previous billing period shall be due and payable as of the date of invoice, and shall be paid by City no later than the forty fifth (45th) day after the date of invoice acceptance, unless some other mutually agreeable period of required payment is established in authorization for a specific task. Consultant shall submit monthly invoices to City through the appropriate or designated project manager. The Director or designee will review the invoices to insure all charges are allowable and reasonable before recommending payment of the invoice by City. As a minimum requirement, each invoice shall indicate original fee estimate, invoice date, amount of invoice, and estimated fees remaining. A summary shall be submitted by Consultant indicating each employee's name, employment classification and hours worked on the project for the invoice period. Acceptance of the final payment by Consultant shall be considered full release of all claims against City arising out of or by reason of the work done and materials furnished under this Agreement. IV, TIMES OF PERFORMANCE It is understood that this Agreement is a continuing contract, and that all terms contained herein shall remain in effect until changed by mutual agreement of the two parties. However, no work shall be performed, and no payments shall be made, unless specifically authorized by separate written communication from City to Consultant, 4 Agreement - AE Services Mathews Consufting.doc V. except for oral authorizations regarding each Job Number. Each separate task authorization shall include Information as to start and completion times for that task. MISCELLANEOUS PROVISIONS A. RECORDS/AUDITS. The Consultant shall maintain during the term of the contract 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 Consultant agrees to make 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 for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day of the contract term. B. IN RANCE. Consultant agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations, now in effect or hereinafter enacted, during the term of this agreement that are applicable to Consultant, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. , Consultant shall obtain at Consultant's expense all necessary: insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Consultant shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Consultant shall indemnify and hold the City harmless from any damage resulting to it for failure of either Consultant or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of Insurance coverage, which the Consultant agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Commercial General Liability $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Aggregate $1,000,000 Agreement - AE Services Mathews Consutling.doc Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Consultant nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Consultant will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. "Occurrence' form policies shall be required. Each carrier will give the City thirty-(30) days notice prior, to cancellation. The Consultant's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Consultant's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. The Consultant shall be responsible for the payment of all deductibles and self - insured retentions. The City may require that the Consultant purchase a bond to cover the full amount of the deductible or self -insured retention. If the Consultant is to provide professional services under this Agreement, the Consultant must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made° forms are acceptable for Professional Liability. City and Consultant waive all rights against each other and any of their respective directors, officers, agents, and employees, for damages caused by risks covered by property insurance during and after completion of the services. City waives subrogation against Consultant on all property and consequential loss policies carried by City on adjacent properties and under property and consequential loss policies purchased for the project after its completion. If.the policies of insurance referred to in this paragraph require an endorsement to provide for continued coverage where there is a waiver of subrogation, the owners of such policies will cause them to be so endorsed. Construction contractors, at the discretion of the City, may be required to provide (or City may provide) Owners' Protective Liability Insurance naming the City as a Named Insured and the Consultant as an additional insured, or, to endorse City and Consultant as additional insureds on construction contractor's liability insurance policies covering claims for bodily injuries and property damage. Construction contractors shall be required to provide certificates evidencing such insurance to the City and Consultant. 6 Agreement - AE Services Mathews Ccnsuding.doc C. INTERRUPTION POSTPONEMENT ABANDONMENT. In the event the work herein, or any part thereof, shall be abandoned due to circumstances which City considers to be in its own best Interests, Consultant shall not be entitled to any further payment for such work, or any part thereof, beyond and in excess of the amount due at that time, and final payment shall be based on the proportionate amount of the fee earned to such date. D. DELAYS AND EXTENSIONS. The time of completion may be adjusted only by written Agreement between the parties hereto for unavoidable delays resulting from causes beyond the control of Consultant. E. DISPUTES AND INTERPRETATION. In the event of any disputes as to the interpretation of the terms of this Agreement, the decision of City shall be final and may be enforced in a court of competent jurisdiction in the venue of Broward County, except as provided herein. City shall notify Consultant in writing of any decision City has rendered with regard to the interpretation of this Agreement. If Consultant disagrees with the decision of City, the dispute may be decided by arbitration at the City's discretion. F. RIGHTS IN DATA COPYRIGHTS DISCLOSURE. Definition. The term "data" as used in this Agreement includes written reports, studies, drawings, or other graphic, electronic, chemical or mechanical representation. 2. Rights in Data. City shall have the full right to use all data developed pursuant to this Agreement for any official purpose permitted under Florida Statutes, including making it available to the general public. Such use shall be without any additional payment to or approval by Consultant. All data prepared or furnished by Consultant (and Consultant's independent professional associates and Consultants) pursuant to this Agreement are instruments of service in respect of the project, and Consultant shall have the ownership and property interest therein whether or not the project is completed. City shall have unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any data developed or prepared under this Agreement. All data required to be sealed and signed by registered Professional Engineer in the State of Florida shall not be modified, changed, altered or used for other purposes than those intended without the express written permission of Consultant. G. COMPLIANCE WITH LAWS. Consultant shall fully obey and comply with laws, ordinances and administrative regulations duly made in accordance therewith, which are or shall become applicable to the services performed under the terms of this Agreement. H. SUBCONTRACTING. None of the work or services covered by this Agreement shall be subcontracted without the prior written approval of City. Some specialty sub -Consultant work is permissible wherein said services can be expeditiously and economically handled by local firms provided written permission is granted by City. Agreement - AE Services Mathews Gonsutting.doc I. INDEPENDENT CONTRACTOR. CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the Contractor and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. J. ASSIGNMENT. Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Consultant of its liability and obligation under this contract, and despite any such assignment, the City. shall deal through the Consultant only. However, if the company is sold during the life of the contract, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. K. _ SITE VISITS. Visits to the construction site and observations made by Consultant as part of the services shall ' not relieve the construction contractor(s) of its obligation to conduct comprehensive inspections of the work sufficient to ensure conformance with the intent of the Contract Documents, nor shall the contractor($) be relieved of responsibility for all construction means, methods, techniques, sequences, and procedures necessary for coordinating and completing all portions of the work under the construction contract(s) and for all safety precautions incidental thereto, Such visits by Consultant are not to be construed as part of the inspection duties of the on -site inspection personnel defined in other parts of this Agreement. L. ONSITE MONITORING. Consultant's resident project representatives will make reasonable efforts to guard City against defects and deficiencies in the work of the contractor(s) and to help determine if the provisions of the Contract Documents are being fulfilled. Their day-to-day inspection will not, however, cause Consultant to be responsible for those duties and responsibilities which belong to the construction contractor(s) and which include, but are not limited to, full responsibility for the techniques and sequences of construction and the safety precautions incidental thereto, and for performing in accordance with the Contract Documents. M. TIME OF PERFORMANCE. Consultant shall commence performance on each specific task authorization upon receipt of written Notice to Proceed from City. The work shall be completed in accordance with the schedule included in the authorization. N. OBLIGATIONS OF CITY TO CONSULTANT. City shall make available to Consultant all data in its possession regarding the existing facilities. This data shall include, but not be limited to: standards; specifications; policies; guides and Engineering reports; maps; plans; inventories; data; etc. City shall be responsible Agreement - AE Services Mathews Consuking_doc for all necessary approvals from all City of Tamarac departments, and administration of public meetings in City. Consultant shall prepare exhibits, displays, informational handouts, notes, minutes and shall assist City in conducting all meetings. O. MONITORING. Consultant's work shall be subject to the inspection and direction of City, which shall conduct periodic 'reviews with Consultant. Where Consultant's work is unsatisfactory to City, Consultant shall correct it at the direction of City and at no additional cost to City; however, it is incumbent upon City to notify Consultant immediately of any work deemed unsatisfactory. Consultant will indemnify City for any increased construction costs solely and proximately caused by negligence on the part of Consultant concerning any assigned project, less any betterment to City. P. EXTRA SERVICES. If extra services are required for satisfactory completion of the work or any phase thereof, and Consultant thereby necessarily incurs extra costs, Consultant may be reimbursed only upon execution of a Supplemental Agreement between the parties. However, City shall not reimburse Consultant for any work or services performed after interruption, postponement or abandonment, which City deems to be in its best interest, provided City provides proper written notice to Consultant of such interruption, -postponement or abandonment of the work. In such case, City shall pay only the costs of services rendered up fo the time of such Interruption, postponement or abandonment. Q. CONSULTANTS REPRESENTATIVE. Consultant will, at all times during the normal work week, designate or appoint one or more representatives of Consultant who are authorized to act on behalf of Consultant regarding all matters involving the conduct of the performance pursuant to _this Agreement and shall keep City continually advised of such designation. R. WRITTEN NOTIFICATION. Whenever either party desires to give notice to the other pursuant to this Agreement, it must be given by written notice, hand delivered, or sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice shall 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 notice to wit: For City: City Manager City of Tamarac 7525 Northwest 88th Avenue Tamarac, Florida 33321 With copy to: City Attorney At the same address as above Agreement - AE Services Mathews Consutting.doc For Consultant Rene L. Mathews, P.E., President Mathews Consulting, Inc. 1601 Belvedere Rd., Suite 215 South West Palm Beach, FL 33406 S. TERMINATION OF AGREEMENT. City or Consultant may terminate this Agreement by giving 30 days prior written notice to the other party. In such event, City shall forthwith pay Consultant in full for all work previously authorized and performed prior to the date upon which written notice of termination has been sent. Consultant's right of termination shall not be construed to preclude any action by City for damages against Consultant should Consultant not fully perform Consultant's responsibilities and duties pursuant to this Agreement. In no case shall City be liable for damages to Consultant as a result of City's termination of this Agreement, in an amount in excess of actual costs incurred by Consultant in performing work previously authorized and fully performed prior to the date on which notice of termination Is sent by City. T.. NON-EXCLUSIVE AGREEMENT. City reserves the right -to contract other Engineering firms as Consulting Engineers pursuant to the Consultant's "Competitive Negotiation Act of Florida". Nothing in this Agreement alters or cancels the terms and conditions or prior agreements for Engineering services between these parties or between City and any other Engineering firms. U. INDEMNIFICATION. Consultant, its directors, officers, stockholders, heirs, and assigns hereby agree to indemnify and hold harmless the City of Tamarac, its officers, elected officials, agents or employees acting within the scope of their employment from any suit, claim, liability, loss or damage (including reasonable attorney's fees) to the extent caused by Consultant's negligent acts, errors or omissions associated with Consultant's duties and responsibilities pursuant to this Agreement. V. WARRANTIES. Consultant warrants that all specifications, documents, or drawings prepared by Consultant, or on Consultant's behalf, are accurate, capable of being implemented and may be relied upon by any Contractor retained by City. W. PROFESSIONAL R SPONSIBILITIES OF CONSU TANT. Consultant will exercise reasonable skill, care, and diligence in the performance of Consultant's services and will carry out its responsibilities in accordance with customarily accepted professional Engineering practices. If Consultant fails to meet the foregoing standard, Consultant will perform at its own cost, the professional Engineering services necessary to correct errors and omissions which are caused by Consultant's failure to comply with this standard and which are reported to Consultant within one year from the completion of services. 10 Agreement - AE Services Mathews Consulting.doc X. ATTORNEYS' FEES. In the event of litigation, the prevailing party will be entitled to reimbursement of attorney fees. Y. CHANGES AND FORCE MAJEURRE. In the event that a change in City provided information, change in law, or event of force majeure affects the Work or increases Consultant's costs, Consultant shall be entitled to a change to the Work and an equitable adjustment in the contract price and time of performance, as appropriate. Consultant shall propose in writing a change to the Work and an equitable adjustment in the Contract Price due to any such change, and City shall accept or dispute such proposal in writing within fifteen (15) days of receipt of Consultant's proposal. Z. PROHIBITION AGAINST CONTINQ„gNI FEES. The professional Engineer warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the professional Engineer to solicit or secure this agreement and that he has not paid or agreed to pay any person or company, corporation individual, or firm, other than a bona fide employee working solely for the professional Engineer any fee, commission, percentage, gift, or other consideration contingent upon .or resulting from the, award or making of this Agreement. For any breach or violation of this provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. AA. MODIFICATIONS. It is further agreed that no modification, amendment or alteration in the terms and conditions contained herein shall be effective unless contained in a written document executed with the same formality and with equal dignity herewith. Such modification or amendment shall be attached to, and shall thereupon become a part of this Agreement. BB, AUTHORIZING ACTION. This Agreement is entered into by Q pursuant to a Resolution of the City Commission passed at a meeting held on , 2001. 11 Agmement - A$ Services Mat' ews Consulting.doc IN WITNESS WHEREOF, the parties have duly executed this Agreement the day and year first written above. ATTEST: By: Marion Swe son, CIVIC City Clerk ATTEST: (Corporate Secretary David L. Mathews Type/print Name of Corporate Secy. (CORPORATt SEAL) CITY OF JAMARAC a Florida Municipal Corporation r By: e Schreiber, Mayor Date: 7" / 6 ""y By: A7 Jeffrey flMiffer, City Manager Date: 7; / G - C Mathews Consulting, Inc. r (A horized Signature) Rene-L. Mathews,_President__ Type/Print Name and Title Date: U -15.'D 1 12 Agreement - AE Services Mathews Consulting.doc CORPORATE ACKNOWLEDGEMENT STATE OF &It COUNTY OF .Tzk6t The foregoing instrument was acknowledged before me this day of 2001 by Rene L. Mathews. Pre$ident (name of officer or agent, title of officer or agent) of Mathews Consulting,_ Inc. (name of Corporation acknowledging), a Florida (state or place of incorporation) corporation, on behalf of the corporation. Sighbture of NVdIary Public — State of rida .00, N Nafty Arm" * * *C"WWW CCI144re Printed, typed/stamped name of Notary Public F•Ww►r21,M4 Exactly as commissioned 2156rsonally known by me, or ❑ Produced identification: (Type of identification produced) [Did take an oath, or ❑ Did not take an oath 13 Agreement -AS Services Mathews Consulting.doc I, David L. Mathews_ the duly elected Secretary of a corporation organized and existing under the laws of the State of Flori a, do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. IT IS HEREBY RESOLVED THAT Reno L. Mathowgithe duly elected president of _Mathews Consulting. Inc. be and is hereby authorized to execute and submit a Bid and Bid Bond, if such bond is required, to the City of Tamarac and such other instruments In writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME Rene L. Mathews David L. Mathews TITLE President Vice President FAA 0 rXffi" Given and my hand and the Seal of the said corporation this day of 2001 (SEAL) _ By: JyV Secretary MATHEWS `'ONSULTTNG INC j EXHIBIT .A Billable Rate Scbedule far City of Tamarac Direct Hourly Rates Principal Engineer ............................................... $123.00 per hour Senior Engineer -- Level II......'.............................$110.00 per hour Engineer — Level I ............................................... $$5.00 per hour Construction Inspector ......................................... $75.00 per hour , CADD Designer ...................................................$80.00 per hour Technician............................................................ $50.00 per hour Clerical.................................................................$45.00 per hour RejMhursable Expenses Reimbursable Expenses, including printing, postage, transportation costs (including mileage), meals/lodging, laboratory tests analysis, and long distance telephone, are billed on a direct cost basis. Subconsultant Costs Subconsultant charges shall be billed on a direct cost basis plus 10% administration fee. Mathews Consulting, Inc. • 1601 Belvedere Road, Suite 215S • West Palm Beach. FL 33406 # 561-478-7961 • Pax 561-478-7964 CERTIFICATE OF �S.IAZA 'CE _ ... �► DaI11DDmry an fsrol PRODUCER T= CIfRT1 $ TE 12ISSL= AS A MAT= OF INFORMATION ONLY AND COMM NO RR:K[S UPOFI M CEzzu CATE HOLDER. TKMS CELTIPICATS Collinsworth, Alter, N16180n, ROBS NOT AB@rD. E%TR(n OIL ALTER T= COVCRAGB AFFORDED BY 7 routes BBsow Fowler & Dowling.InC.iWMC/DIA) COMPANIES AFFORDING COVERAGE 5979 NW 151. Street, Suite 105 _ Currm A Lloyds of London Miami Lakes, FL 33014 COMPANY B LtT1'� rvs<atm COMPANY Mathews Consulting, Inc. L.st•TRR Attn: Rene Mathews COMPANY LETTn D 1601 Belvedere Road #215S West Palm Beach FL 33406 COMPANY LETT81t E TMS TO �R.SECT TIM POLICYPERIOD DN O O ICATLD.NO WTr81►RANDM ANY REQtIDt , WMM OR COHDff ANY CONTRACT DOS WrM RAWN WRtCH D7 CE nMrICATi MAY as U&IM OR MAY PRRTADL, THR Dq AW= APPOe1DaM BY THE POLLC= DBSCRDIVD ffiREIN IS SUBiECr TO ALL THE TERMS, EXCLUSIONS AND CONMIOMS OF SOCK POLt=L LD4nS Wow" MAY RAYS BEEN REDUGm BY PAID CLAINX CO TYPE Or DwtMANCR POLICY NUMBR71 lE XP. LaUTS DATEE OrDN/DDrYX) HATE ATE (MMmtuYY) � GENERAL AGGREGATE G0.13 AL LlAaLLITY COMM. CMKAL LIABILITY PROD-COMP/OP ACC - CLAIMS MADE uOCC. + PERS. a ADY. VCFt1RY EACH OCCtBtRiILLCR owNER'S A CONTRACTS MOT FIR9 DAMAGB;da. FbT) • MED. E70'. Onr AUTOMOSILS LLASILRY COPtXW= SINGLE LIMIT ANY AUTO ALL OWNED AUTOS BODILY DOURY (Pv P-SOU) SCMDt1ISD AUTOS 13MM ALTOS BODILY VQLIRY (Per �eeWentl NON -OWNED AUMS GARAGE LIABMrrY PROPERTY DAMAGR ExcEss LIAIMM EACH OCCURRENCE UMBRELLA FORM AGGREGATE OTHER THAN UMBRELLA FORM 5rA'IL70RY 11MII5 wORKERS' COMPENSATION EACH ACCIDENI• AND DISEASE -POLICY LLMrT EMPLOYER'S LIABILITY DLSEASE4 ACH EMP. A P62601 5/01101 5/01/03 oTmm 1,000,000 limits Professional each claim and Liability annual aggregate claims -made form DESCRIPtIOr4 OF OPFatATIONS/LOCATIO`W%THILIlSPECIAL ITEMS CERTTFTCATE HOLDER CANCELLATION POLICIES It CANCXu.1Xf BF,FORR THE SHOULD ANY OF THE ABOVE DESCRIBED DATE TREREOF, TKE LISLTgG COMPA'N Wal ENOZAVOR To EXMRATION CERTIFICATE HOLDER NAMto TO TILT MAIL gyp_ DAYS W81t'1EN (W'nCE TO THE LEFT, BL'r FAD.LILE TO MAIL SUCH NOTICE SHALL LMPCSE 40 OBLIGATION OR tMON THE COMPANY, PCS AGVeTS OR REFK SL--rAr1YES- City of Tamarac LLAanXtY OF ANY KIND 7525 NW 88TH Avenue AL"MORXZED Tamarac, FL 33321-2401 ACORD' (7/90) 4• R : \:/Fr: �:•�Il : V' `::I�.i(1:: 7:J:+1�5:5 : a :•] �'A /1�: :'!1.�:4+:::;; DATE IMwYG4lYYi Qr3:a•• 06 18 01 ...................................................... wioourrae ' THIS COMFICATe IS OWED AS A MATTER OF INFORMATION ONLYAND CONFERS RS NO RIGHTS UPON THE C6RTIFICAT@ AC>SC/egg HOLDER TF88 CERTIFICATE DOES NOT AMEND, EXTEND OR 800 Barka t d t. $t e. 2600 ALTER Trim COVERAGE AFFORDED BY THE POLICIES BELOW. St. Louis 90 63101-2500 COMPANIES AFFORDING COVERAGE COMPANY A Hartford insurance Company INSURED COLVANY a COMPANY C Katbows Caasniting, Xna. tpWANY D 3.601 Belvedere Road, Ste 21S 9 west Palo Beach fir 33406 RA .G .. THIS IS TO CERTIFY THAT TMi POUCVA CF iAuwwCI! L ff= i ROW NW9 W-L" 1631JED Ta TK nq M WKI) Abg4 FOR THE POLICY rfRIO0 '. Poo- Lm. HOTwRN srAwm ARTY R-oupto TIf. TRI N OR COIbITbII OF ANY CONTRACT OR OTHER DOCUMEIR WITH RSSPECT TO WHICH THIS CERTIFICATE 1AAY eE 4WD OR MAY PiTLTMIl THi INSURU CE AFFOROOD w THE P(LS. 'M' OEOCRSfED HIMIN 13 SAN= TO ALL THE TEAMS, E=LN3I0NS AND CONDITIONS OF 3UCH POKE. LAMTS SHOWN WY HAVS 6"N RWJM 3Y PAb CLASAS. LTR TYPE 0FMI8URANCE POlIL1r1NI1aER DATEl h DATTEEPA6WM 4WI'f3 GENE7IALLWSITY MINI IALAOCREGAIN $2, 000, 000 PmxxLl-a-C mPmPAGG s2,000,000 A X COMMER6ML0E1ERALLysurY 848BIG)QC599 11/01/00 11/01/01 CLANS LIADL MX OCCUR PERSONAL i AOV INJURY 51,000,000 EACHOCCl7MENNCE 21.000.500 OWNER'eiCONTRACTORS PROT FWADAM M(Aft ONAre) i t 000 000 NEOCXP(Mgwwpwsm) E 10, 000 ' A AUTq►gar,.N:LIAenrtYMY X AAUTO 84UZVLL7058 11/01/00 :, 11/01/0 COMBINED SINGLE LMAT 31,000,000 e00RY P41f1RY IN . S ALLOWNEDAVOS 8¢18O,ULEO AUTOS � eODILYEIJUf:Y ) t X HWEOAUTOS X w>wmNfiDAUTOS PROPERTY DQAWA I E I - GARAGE LWKITY AUTO ONLY • EAACCAXNY S OTHER THAN AUTO ONLY: ANY AUTO I iACH10CC10im S AGGAEGAT,) S E7CCM LIASLITY EACH OCCURRENCE S AGGREGATE S VUSMLA FORM 3 OTHER THAN UI111IRS LA POW WORKERS COMPENSATION AND X " N ELPLOVERSLMBILrtr EL EACH ACCIDENT 5100,000 iL01Si.k%- POLICY LeRT S- 500,000 A W.L THE Pq OFPICEAS ARE: EICCL 84WBVJIC6298 11/01/00 11/01/01 EL 0139ASE • EA ENAPLOYEE S 100, 000 OTHER OLWAIPTION of OPCOATK)NSILOssCAr*M&NN��ID,OCLLMSPECUt ITEMS CITY OF T XARXCORSOFC6VDXD, AS A !OR NO� COSUR=. NAIVXR OF SUBRO"TIOX ������ INCLCERTIFlCAT1: FA>:� •:`:'•':::.�:�•�:�:::::::::::�:::::•:�:�::':::::::::::::::::::':�:'':�:::::::::�C:KlVCBttArtION.;:• := :' - .. ..... ... .............. . ' TAXARRIt SHGULDANY OF THE A40VC OESCRIeEO POUCIES iE CANC£LL:O 8EFORE THE VVWTION DATE rm0kfb6T. THE ISSUING COMPANY WLL ENDEAVOR TO MAIL 3 0 GAYS WRITTEm 40T�CE TO THE rrmCCATE mowm NAMED TO THE LEFT, CITY OF TAMARAC BUT RAIWAL TO Loa S:CH NOTICE SHALL 1LPOSE NO ObL1GATIOM OR t-04L TY 7 5 2 5 NW 8 8T$ AV WZ OF ANY NNO UPON Tt% ; MIPANY, rTS AGeN TS OR RFPRESEMATIV M TAXARAC FL 33321-2801 ACORD:25 (tiT55j ' ::<::: CITY OF TAMARAC CONTINUING ENGINEERING SERVICES AGREEMENT This Agreement, made and entered into and effective this _ day of 2001 by and between: City of Tamarac, a municipal corporation, created pursuant to the Laws of the State of Florida, with principal offices located at 7525 NW 881 Avenue, Tamarac, Florida, hereinafter referred to as "City". and Eckler Engineering, Inc. a Florida corporation, with principal offices located at 9381 W. Sample Road, Coral Springs FL 33065, hereinafter referred to as "Consultant". WITNESSETH: WHEREAS, City requires professional Engineering services on a continuing basis to perform such specific services as City may direct; and WHEREAS, Consultant has the professional experience and expert skill and is qualified to perform the required services; and WHEREAS, City desires to engage Consultant upon the terms and conditions set forth below, and Consultant Is willing to accept such engagement upon such terms and conditions; and WHEREAS, The term of this Agreement is for a period of five (5) years, beginning the first day following execution by the City; and WHEREAS, City in accordance with Florida Statues Section 287.055, Consultants Competitive Negotiation Act, has selected "Consultant" to be most qualified to perform said continuing type services as City Consulting Engineer; NOW, THEREFORE, in consideration of the mutual promises contained herein, and intending to be legally bound hereby, the parties agree as follows: SCOPE OF WORK City hereby engages Consultant as an independent contractor to perform certain services and Consultant hereby agrees to perform said services upon the terms and conditions hereinafter set forth. Standards of Design for work under this Agreement shall be those of the City of Tamarac, if available, which shall be revised as necessary by Consultant to meet the intent of the proposed projects. Consultant shall develop standards of design not available from City. Consultant shall perform Engineering services related to various miscellaneous projects as needed. Agreement - AE Services Ecxler.doc W Each specific task to be performed shall be identified and described in detail by the Consultant and approved by the appropriate City officials, and if approved by City, shall be identified by a separate Job Number established by Consultant. The specific services which Consultant agrees to furnish and the terms and conditions for such services are as follows: A. ATTENDANCE AT MEETINGS. After City has issued a written authorization for a specific task, attendance by Consultant at any subsequent meetings related to that task shall be considered as part of that task. In addition, Consultant shall be subject to such provisions as may be contained in the task authorization. However, it is contemplated that from time to time City will desire that Consultant meet with representatives of City and/or other organizations to discuss subjects not directly related to an already assigned task. Such meetings will include but not be limited to meetings at which Consultant's specialized knowledge is needed by City, or a meeting conducted to develop or disseminate criteria that will be needed by City in order to establish a new task, or ,a meeting at which Consultant is to act as a representative of City. However, in attendance at all required meetings and throughout the term of this Agreement, Consultant shall maintain independent contractor status. In order to minimize administration, attendance by Consultant at all such meetings shall be considered part of one continuing task. This Agreement shall be deemed as the written authorization for that task. However, Consultant shall not attend any particular meetings unless City has issued specific oral instructions that Consultant is to attend. The scope of work for each Job Number is defined to include not only attendance at authorized meetings but also any work needed to prepare for and/or submit reports concerning such meetings. All invoices for each Job Number will Identify the specific meetings to which - they apply. All fees for services on each Job Number will be compensated as defined in Section III.A. herein. B. REVIEW OF dEVELOPMENT PLANS. When requested by the City, Consultant shall review and comment to City on those developmental plans submitted to City which City determines will require either more Engineering expertise or more time than available to City's own Engineering staff. C. OTHER SERVICES. Upon determination by City that it is in need of Engineering services of one of the types listed below, it may issue a separate written authorization to Consultant to perform said services. The types of service contemplated are: Special Reports and Studies Assistance in securing, monitoring and complying with County, State, or Federal Grants and Permits. Engineering design, including preparing construction documents during bidding and award of contract, preparing a tabulation of the bids received, and providing a written recommendation for contract awards. Agreement - AE Services ECkler.doc 4. Surveying property plats and descriptions. .5. Assistance with CADD. 6. Engineering services related to construction contracts, including but not necessarily limited to: review of shop drawings, consultation and interpretation concerning drawings and specifications, review of construction progress estimates, site visits and/or periodic or full time inspections, preparing construction change orders, approval of contractor's periodic pay request, final inspection, issuing completion certificate, and such other services as may be identified in the task authorization. 11 7. Other Engineering services City wishes Consultant to complete will be defined in a written authorization. Each such written authorization shall clearly define the services to be provided and shall be attached to this Agreement as an Addendum. Each Addendum shall be numbered in sequence and correlated with City's Capital Improvement Project Number and title, if applicable, date approved by City Commission, if required, and signed by City's and Consultant's representatives. Each Addendum, after execution by both parties to this Agreement, shall become a supplement to and a part of this Agreement. 8. Each written authorization shall include a description of the scope of services, time of completion and method of compensation for services. Approval by City Commission and/or signature by authorized representatives to City shall constitute authorization to proceed by the Consultant for services defined by that authorization. CITY FURNISHED ITEMS A. City shall designate in writing specific individuals, by title, who will be authorized to issue written and/or oral instructions to Consultant concerning this Agreement. In the absence of specific designations, Consultant may assume that the City Manager or designee shall be so authorized and Agreement shall constitute the required written designation. B. City shall assist Consultant in obtaining all background information necessary for the accomplishment of assigned tasks, and shall provide reasonable access to all existing records, data, and physical facilities. C. City shall pay for all costs of publishing advertisements for bids; for obtaining permits and licenses that may be required by local, State or Federal authorities; and/or to secure the necessary land, easements, and rights -of -way. In order to expedite processing of an application for a permit or license, City may, in some instances, direct Consultant to act for City in paying a required fee. In such instances, City subsequently shall reimburse Consultant for any such fees. a--w p-t - AG SArvicAs E.rkler.doc III. FEES AND PAYMENTS A. Each written proposal from Consultant for an individual task as required in Article 1 "Scope of Services" shall include specific information as to the type and magnitude of fees to be paid for that task. The type of fee contemplated is: Direct Hourly plus Direct Salary Casts and Reimbursement for Nan-sala Costs. Salary Costs are defined to be actual direct hourly wages paid to Consultant's employees, computed by taking the annual salary and dividing by 2,080 hours per year plus applicable direct costs. This base hourly rate, limited to the work classifications as listed in Exhibit "A", and attached hereto, shall be used to calculate all times directly chargeable to any authorized assignment. Consultant's non -salary costs are defined as the costs incurred on or directly for the project, other than the Direct Salary Costs (as previously defined herein). Such non -salary costs shall be computed on the basis of actual purchase price for items obtained from commercial sources and on the basis of usual commercial charges for items provided by Consultant. Non -salary costs shall . include, but are not limited to, necessary transportation costs, including mileage at City's current rate per mile when Consultant's own automobiles are used outside Broward. County; meals and lodging outside Broward County; laboratory tests analyses; long distance telephone and printing. B. METHOD OF PAYMENT. Payment as prescribed for services rendered by Consultant during the previous billing period shall be due and payable as of the date of invoice, and shall be paid by City no later than the forty fifth (45th) day after the date of invoice acceptance, unless some other mutually agreeable period of required payment is established in authorization for a specific task. Consultant shall submit monthly invoices to City through the appropriate or designated project manager. The Director or designee will review the invoices to insure all charges are allowable and reasonable before recommending payment of the invoice by City. As a minimum requirement, each invoice shall indicate original fee estimate, invoice date, amount of invoice, and estimated fees remaining. A summary shall be submitted by Consultant indicating each employee's name, employment classification and hours worked on the project for the invoice period. Acceptance of the final payment by Consultant shall be considered full release of all claims against City arising out of or by reason of the work done and materials furnished under this Agreement. IV. TIMES OF PERFORMANCE It is understood that this Agreement is a continuing contract, and that all terms contained herein shall remain in effect until changed by mutual agreement of the two parties. However, no work sha!I be performed, and no payments shall be made, unless specifically authorized by separate written communication from City to Consultant, Agreement - AE Services Edclendoc V. except for oral authorizations regarding each Job Number. Each separate task authorization shall include information as to start and completion times for that task. MISCELLANEOUS PROVISIONS A. E ORDS/AUDITS. The Consultant shall maintain during the term of the contract 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 Consultant agrees to make 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 for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day of the contract term. B. INSURANCE. Consultant agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations, now in effect or hereinafter enacted, during the term of this agreement that are applicable to Consultant, its employees, agents, or subcontractors, if any, with respect. to the work and services described herein. Consultant shall obtain at Consultant's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Consultant shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Consultant shall indemnify and hold the City harmless from any damage resulting to it for failure of either Consultant or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Consultant agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Commercial General Liability $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Aggregate $1,000,000 A zraament . Ae Service& Ec+!er.doC Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Consultant nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Consultant will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. "Occurrence" form policies shall be required. Each carrier will give the City thirty-(30) days notice prior to cancellation. The Consultant's liability insurance policies shall be endorsed to add the City of Tamarac as an 'additional insured". The Consultant's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. The Consultant shall be responsible for the payment of all deductibles and self - insured retentions. The City may require that the Consultant purchase a bond to cover the full amount of the deductible or self -insured retention. If the Consultant is to provide professional services under this Agreement, the Consultant must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made' forms are acceptable for Professional Liability. City and Consultant waive all rights against each other and any of their respective directors, officers, agents, and employees, for damages caused by risks covered by property insurance during and after completion of the services. City waives subrogation against Consultant on all property and consequential loss policies carried by City on adjacent properties and under property and consequential loss policies purchased for the project after its completion. If the policies of insurance referred to in this paragraph require an endorsement to provide for continued coverage where there is a waiver of subrogation, the owners of such policies will cause them to be so endorsed. Construction contractors, at the discretion of the City, may be required to provide (or City may provide) Owners' Protective Liability Insurance naming the City as a Named Insured and the Consultant as an additional insured, or, to endorse City and Consultant as additional insureds on construction contractor's liability insurance policies covering claims for bodily injuries and property damage. Construction contractors shall be required to provide certificates evidencing such insurance to the City and Consultant. Agreement - AE Servius EeWer.doc C. INTERRUPTION POSTPONEMENT ABANDONMENT. In the event the work herein, or any part thereof, shall be abandoned due to circumstances which City considers to be in its own best interests. Consultant shall not be entitled to any further payment for such work, or any part thereof, beyond and in excess of the amount due at that time, and final payment shall be based on the proportionate amount of the fee eamed to such date. D. DELAYS AND EXTENSIONS. The time of completion may be adjusted only by written Agreement between the parties hereto for unavoidable delays resulting from causes beyond the control of Consultant. E. DISPUT S AND INTERPRETATION. In the event of any disputes as to the interpretatlon'of the terms of this Agreement, the decision of City shall be final and may be enforced in a court of competent jurisdiction in the venue of Broward County, except as provided herein. City shall notify Consultant in writing of any decision City has rendered with regard to the interpretation of this Agreement. If Consultant disagrees with the decision of City, the dispute may be decided by arbitration at the City's discretion, F. RIGHTS IN DATA COPYRIGHTS DISCLOSURE. 1. Definition. The term "data" as used in this Agreement includes written reports, studies, drawings, or other graphic, electronic, chemical or mechanical representation. 2. Rights in Data. City shall have the full right to use all data developed pursuant to this Agreement for any official purpose permitted under Florida Statutes, including making it available to the general public. Such use shall be without any additional payment to or approval by Consultant. All data prepared or furnished by Consultant (and Consultant's independent professional associates and Consultants) pursuant to this Agreement are instruments of service in respect of the project, and Consultant shall have the ownership and property interest therein whether or not the project is completed. City shall have unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any data developed or prepared under this Agreement. All data required to be sealed and signed by registered Professional Engineer in the State of Florida shall not be modified, changed, altered or used for other purposes than those intended without the express written permission of Consultant. G. COMPLIANCE WITH LAWS. Consultant shall fully obey and comply with laws, ordinances and administrative regulations duly made in accordance therewith, which are or shall become applicable to the services performed under the terms of this Agreement. H. SUBCONTRACTING. Ncne of the work or services covered by this Agreement shall be subcontracted without the prior written approval of City. Some specialty sub -Consultant work is permissible wherein said services can be expeditiously and economically handled by local firms provided written permission is granted by City. - AE Slhn4CA5 Eckler.dOc INDEPENDENT CONIRACTOR. CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the Contractor and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. J. ASSIGNMENT. Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstance's, relieve the Consultant of its liability and obligation under this contract, and despite any such assignment, the City shall deal through the Consultant only. However, if the company is sold during the life of the contract, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract _under all the terms, conditions, and specifications so stated in the contract. K. SITE VISITS. Visits to the construction site and observations made by Consultant as part of the services shall not relieve the construction contractor(s) of its obligation to conduct comprehensive inspections of the work sufficient to ensure conformance with the intent of the Contract Documents, nor shall the contractor(s) be relieved of responsibility for all construction means, methods, techniques, sequences, and procedures necessary for coordinating and completing all portions of the work under the construction contract(s) and for all safety precautions incidental thereto. Such visits by Consultant are not to be construed as part of the inspection duties of the on -site inspection personnel defined in other parts of this Agreement. L. ONSITE MONITORING. Consultant's resident project representatives will make reasonable efforts to guard City against defects and deficiencies in the work of the contractor(s) and to help determine if the provisions of the Contract Documents are being fulfilled. Their day-to-day inspection will not, however, cause Consultant to be responsible for those duties and responsibilities which belong to the construction contractor(s) and which include, but are not limited to, full responsibility for the techniques and sequences of construction and the safety precautions incidental thereto, and for performing in accordance with the Contract Documents. M. TIME OF PERFORMANCE. Consultant shall commence performance on each specific task authorization upon receipt of written Notice to Proceed from City. The work shall be completed in accordance with the schedule included in the authorization. N. OBLIGATIONS OF CITY TO CONSULTANT. City shall make available to Consultant all data in its possession regarding the existing facilities. This data shall include, but not be limited to: standards; specifications; policies; guides and Engineering reports; maps; plans; inventories; data; etc. City shall be responsible Agreement . AE Services Eckler.doc for all necessary approvals from all City of Tamarac departments, and administration of public meetings in City. Consultant shall prepare exhibits, displays, informational handouts, notes, minutes and shall assist City in conducting all meetings. O. MONITORING. Consultant's work shall be subject to the inspection and direction of City, which shall conduct periodic reviews with Consultant. Where Consultant's .work is unsatisfactory to City, Consultant shall correct it at the direction, of City and at no additional cost to City; however, it is incumbent upon City to notify Consultant immediately of any work deemed unsatisfactory. Consultant will indemnify City for any increased construction costs solely and proximately caused by negligence on the part of Consultant concerning any assigned project, less any betterment to City. ti P. EXTRA SERVI ES. If extra services are required for satisfactory completion of the work or any phase thereof, and Consultant thereby necessarily incurs extra costs, Consultant may be reimbursed only upon execution of a Supplemental Agreement between the parties. However, City shall not reimburse Consultant for any work or services performed after interruption, postponement or abandonment, which City deems to be in its best interest, provided City provides proper written notice to Consultant of such interruption, postponement or abandonment of the work. In such case, City shall pay only the costs of services rendered up to the time of such interruption, postponement or abandonment. Q. CONSULTANT'S REPRESENTATIVE. Consultant will, at all times during the normal work week, designate or appoint one or more representatives of Consultant who are authorized to act on behalf of Consultant regarding all matters involving the conduct of the performance pursuant to this Agreement and shall keep City continually advised of such designation. R. WRITTEN NOTIFICATION. Whenever either party desires to give notice to the other pursuant to this Agreement, it must be given by written notice, hand delivered, or sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice shall 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 notice to wit: For City: City Manager City of Tamarac 7525 Northwest 88th Avenue Tamarac, Florida 33321 With copy to: City Attorney At the same address as above A�-•Or-wn1 • AE Services Eck!er.doc For Consultant Donald A. Eckler, P.E., President Eckler Engineering, Inc. 9381 W. Sample Road Coral Springs, FL 33065 S. TERMINATION OF AGREEMENT. City or Consultant may terminate this Agreement by giving 30 days prior written notice to the other party. In such event, City shall forthwith pay Consultant in full for all work previously authorized .and performed prior to the date upon which written notice of termination has been sent. Consultant's right of termination shall not be construed to. preclude any action by City for damages against Consultant should Consultant not fully perform Consultant's responsibilities and duties pursuant to this Agreement. In no case shall City be liable for damages to Consultant as a result of City's termination of this Agreement, in an amount in excess of actual costs incurred by Consultant in performing work previously authorized and fully performed prior to the date on which notice of termination is sent by City. T. NON-EXCLUSIVE AGREEMENT. City reserves the right to contract other Engineering firms as Consulting Engineers pursuant to the Consultant's "Competitive Negotiation Act of Florida". Nothing in this Agreement alters or cancels the terms and conditions or prior agreements for Engineering services between these parties or between City and any other Engineering firms. U. INDEMNIFICATION. Consultant, its directors, officers, stockholders, heirs, and assigns hereby agree to indemnify and hold harmless the City of Tamarac, its officers, elected officials, agents or employees acting within the scope of their employment from any suit, claim, liability, loss or damage (including reasonable attorney's fees) to the extent caused by Consultant's negligent acts, errors or omissions associated with Consultant's duties and responsibilities pursuant to this Agreement. V. WARRANTIES. Consultant warrants that all specifications, documents, or drawings prepared by Consultant, or on Consultant's behalf, are accurate, capable of being implemented and may be relied upon by any Contractor retained by City. W. PROFESSIONAL RESPONSIBILITIES OF CONSULTANT. Consultant will exercise reasonable skill, care, and diligence in the performance of Consultant's services and will carry out its responsibilities in accordance with customarily accepted professional Engineering practices. If Consultant fails to meet the foregoing standard, Consultant will perform at its own cost, the professional Engineering services necessary to correct errors and omissions which are caused by Consultant's failure to comply with this standard and which are reported to Consultant within one year from the completion of services. -. 1() • . A c c,,mnf, r- CrY47 (ACC X. ATTORNEYS' FEES. In the .event of litigation, the prevailing party will be entitled to reimbursement of attorney fees. Y. CHANGES AND FORCE MAJEURE. In the event that a change in City provided information, change in law, or event of force majeure affects the Work or increases Consultant's costs, Consultant shall be entitled to a change to the Work and an equitable adjustment in the contract price and time of performance, as appropriate. Consultant shall propose in writing a change to the Work and an equitable adjustment in the Contract Price due to any such change, and City shall accept or dispute such proposal in writing within fifteen (16) days of receipt of Consultant's proposal. Z. PROHIBITION AGAINST CONTINGENT FEES_ The. professional Engineer warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the professional Engineer to solicit or secure this agreement and that he has not paid or agreed to pay any person or company, corporation individual, or firm, other than a bona fide employee working solely for the professional Engineer any . fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For any breach or violation of this provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. AA. MODIFICATIONS. It is further agreed that no modification, amendment or alteration in the terms and conditions contained herein shall be effective unless contained in a written document executed with the same formality and with equal dignity herewith. Such modification or amendment shall be attached to, and shall thereupon become a part of this Agreement. 1313. AUTHORIZING ACTION. This Agreement is entered into by Cpursuant to a Resolution of the City Commission passed at a meeting held on 2001. 11 A^reement - AE Services Eckler.doc IN WITNESS WHEREOF, the parties have duly executed this Agreement the day and year first written above. ATTEST: - By:- M6honSw son, M City Clerk ATTEST: F (Corporate Secretary 3/tIolvd.d. �ftlr Type/Print Name of Corporate Secy. - (CORPORATE SEAL) CITY OF TAMARAC a Florida Municipal Corporation By: /J Schreiber, Mayor Date: 7 /6 -O / Jeffrey L. Milk, City Manager Date: '! - / 6 • v Eckler Engineering, Inc. (Authorized Signature) Donald A. Eckler, P.E. President Type/Print Name and Title Date: 61-71 hD / 12 Aarrnnnent - AE Serdcas Eckder.&C CORPORATE ACKNOWLEDGEMENT STATE OF—� COUNTY OF��� ---Ihe foregoing instrument was acknowledged before me this day of 2001 by Donald A. Eckier. P.E1_President (name of officer or agent, title of officer or agent) of Eckler Engineering, Inc. (name of corporation acknowledging), a Florida (state or place of incorporation) corporation, on behalf of the corporation. WI wrw► a nsic�n py C"M � �It106 to. W ONO? 1 PusanI* Woo t I a" X Sig ture o NotaDf Public — State of Florida Printed, typed/stamped name of Notary Public Exactly as commissioned Personally known by me, or Produced Identification: (Type of identification produced) ❑ Did take an oath, or $ Did not take an oath 13 Agreement - AE Services Ech.er.doc QERTIFIED RESOLUTION I, Donald A. Eckler, the duly elected Secretary of Eckler Eno!neering.In ., a corporation organized and existing under the laws of the State of Florida, do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT Qonald A. F&E er, the duly elected President of Eckler Engineering, Inc., be and is hereby authorized to execute and submit a Proposal to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Proposal and other such instruments signed by him shall be binding upon the said corporation as its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signatures of those persons authorized to act by the foregoing resolution. NAME TITLE SIGNATURE Donald A. Eckler President-r- Given under my hand and the Seal of the said corporation this 21' day of June, 2001. (SEAL) Donald A. Eckler President Corporate Title Page 1 of 1 r EXHIBIT A These hourly rates will be utilized through the five-year term of this contract. If there are extensions to the contract, these rates may be modified. PERSONNEL TE ORY HOURLY RATE Principal $ 154.00 Engineer 8 $ 145.00 Engineer 7 $129.00 Engineer 6 s $114.00 Engineer 5 $ 102.06 Engineer 4 $ 84.00 Engineer 3 $ 82.00 Engineer 2 $ 71.00 Engineer 1 $ 69.00 Technician 4 $ 95.00 Technician 3 $ 84.00 Technician 2 $ 64.00 Technician 1 $ 58.00 Secretary $ 64.00 Administrative Assistant $ 40.00 EXPENSES Expenses will be as outlined in Section III, Pees and Payments, Paragraph A.1., page 4, with the addition that subconsfiitants will be billed at cost times 1.1. f. � w-�i-��i 15:77 b S�ILi3T IMS�k;�ICE o E . A L: VHUr PRODUCER "" ::: _ KK GERTIPM:ATE 13 ISSUED AS A MATTER OFINFORMATION Surcoast Insurance Associates ONLY AND CONFERS NO rtICW$ UPON THe CERTIFICATE P.O. Box 22668 H0U*a TK3 CERTIFICATE DOES NOT AMEND, EXTEND oFt ALTER THE COVERAGE AFPORDFM BY THE POUCIE3 seLOW, Tampa, )?L 33622-2568 _ corwANICSAF Rr'� O1HGCove- - -• �cASt. Pau:. Fire & Marine wav+ico Eckler Engineering, Inc. COWAMY EBAmerican Manufacturers Mutual 9381 W. Sample Road Coral Springs, FL 33065 1 Car► I CS� ecuri.t +Ins of Hartford _ • COMPAKr D _ dry_.. -a... �..,, :-.,.i.:;:•M.,w.... : �. Yn.:..� THI$ 15 TO CERTIFY TIMAT THE POLES OF INSURANCE LISTED {FLOW HAVR UEN ISSUED TO THt INSUREO NAMED As" FOR TNL P06CY►RR10D INDICATED. NOTVNTN$TANDING ANY RRQUIRBWff, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT MMTN RESPECT TO WNCH THIS CERTIFICATE MAY EE ISSUED OR MAY MTAW, Thl INSURAWA AFFORD40 BY THE POUCIES DlSCIUBEO MIIALN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OilSUCHPOLIC10 LIMITS SHOthIN MAY NAVE aW RtOW90 BY PAIO CLAIMS. �(jqp _ LTR Twit DP imur ►ked I , rasC NUTABeK ro�eY vrcam�Pa,cr ravw�►no� DAVIIMWAON" DATtdINDDIYYI 4ft1Y>I I A caHERALLaAellrn HK00760093 '11/27/00 11/27 O1 URAl•rczecAn •0001004 � CAa.IRRCUIL[iC1A r7i Y i �00�10TlSCQMI,D/ItOG 11Q, O00, 0� CLAS117 W'Oi U OCCUR PCRSOKIIL S Am, omAy 42 , 0 0 0 , Q 0 0 �' r� OwIIER'i t Cownu CTOR's PROT I EACH OCCURRENCE nRl DAMAGE LATH me Sn` s2 0 0 Q r 0 0 s000-0002 r i I I M%jXP W4 vn► _ I110,000 _— A ALROMOW,tUA[ILTTY BX00760093 jll/27/00 11/27/01 µrtc i coMs�+EuslHaLtLs+IT s Z:>c]uaed ALL C►vNED AVIV$ � I/IOCILr lnwRY'_� is W,MD.,Lt'.o.+v IC6 , I (Pw f j i ILY RY �X I MAGD.LuraS 1: x� 11pM$MIEDALITDi i (1 •.1 — PRorERTY DA,aAcE I: GARAGE UJIMUrf I ( IAUTO O0JLY-EA ACCOfitrr- 13 M ..; ANY AUTO • CTHER TWAN ME Owy- EACHACCAENT IS A*=GATT it EXces$UlMLIY i ( IVACKOCCURRIINCE IS -- A�iGREGATt S I t;WR[1:.A rO1MAI I I 1 i OTHER THAN UMBRELLA POW 9 I WORK U COMPENSATION .CUD 7 C4612 414 0 2 i 0 5 01 / 01 ( 05101102 STATUTDNY L+AIrTS %' = _'- =::• Y " :, EACH ACCICtN7 I11 O O, 0 0 0 THErROPF4-00X,II+eL i PAIITr+ERa'uecLmvE � I I olsEwEE�CiICY Luur I3500, 000 �DICEASE•EACN MPLMN S100 000 ' CFFICERSARM lxCl C;mHSR AEB0113424 i12/02 04 12/02 01 $1,000,000 Eac Claim Drofessional I ; $2,000,000 Ann. Agg. �iability I I DE.ScitrrICH OF DPERATI01101LOCATIONSN90CLE W ICIAL rMUS Professional Liability is claims made and reported. The City of Tamarac is listed as an additional insured with respects to the policy. ysiGeneral yyyy,,Liability .�'TIFIC=A}�.. 4GR' y .... �.a : :�..:, wi.;» •,'" - ..,.. •:�`..[T1 ry CEL-CA17tIN:' - .. • K. ir:;'� '•,� ..... .. .. . . SMC= ANY Or Tf E AFGVt DCSCMBC* POUCIES St CANClUED SE)kon rwr City WE Tamarac WiRAMN DATE rutl<EC+f, THE ISSUIIO COCIrANY VA" tXCf,AvCR TO MAIL 7 5 2 5 Ng 8 8 t h Avenue ? C DAYS WAII-<v W-IC% TO THE : IT,rIcA-r1 W=ZA RAW O ro :T+K LE 'f 'q:t Lauderdale, FL 3332= r,.7t•ILUgEYowiULu:HwCn4Eswu-L.MPCU40OW-UT104CA"JA'hU'V Df Ajwv ttIMO Nam. r+•4 C.OMPANY• ITi A6ENrt OR 4EPnESE4'A�'rrFt IACORD 25-54a19�Yi Ct :w,:'�:C� �fi' 1 7F 7r =•rMfCT•" D'AGORq�RPL'F31iTTON 145C CITY OF TAMARAC CONTINUING ENGINEERING SERVICES AGREEMENT This Agreement, made and entered into and effective this day of 2001 by and between: City of Tamarac, a municipal corporation, created pursuant to the Laws of the State of Florida, with principal offices located at 7525 NW 8e Avenue, Tamarac, Florida, hereinafter referred to as "City" and Williams, Hatfield and Stoner, Inc., a Florida corporation with principal offices located at 2101 N. Andrews Avenue, Suite 300, Fort Lauderdale FL 33311, hereinafter referred to as "Consultant". WITNESSETH: WHEREAS, City requires professional Engineering services on a continuing basis to perform such specific services as City may direct; and WHEREAS, Consultant has the professional experience and expert skill and is qualified to perform the required services; and WHEREAS, City desires to engage Consultant upon the terms and conditions set forth below, and Consultant is willing to accept such engagement upon such terms and conditions; and WHEREAS, The term of this Agreement is for a period of five (5) years, beginning the first day following execution by the City; and WHEREAS, City in accordance with Florida Statues Section 287.055, Consultants Competitive Negotiation Act, has selected "Consultant" to be most qualified to perform said continuing type services as City Consulting Engineer; NOW, THEREFORE, in consideration of the mutual promises contained herein, and intending to be legally bound hereby, the parties agree as follows: I. SCOPE OF WORK City hereby engages Consultant as an independent contractor to perform certain services and Consultant hereby agrees to perform said services upon the terms and conditions hereinafter set forth. Standards of Design for work under this Agreement shall be those of the City of Tamarac, if available, which shall be revised as necessary by Consultant to meet the intent of the proposed projects. Consultant shall develop standards of design not available from City. Consultant shall perform Engineering services related to various miscellaneous projects as needed. Aoreement - AE Services Wms. Hatfield.doc Each specific task to be performed shall be identified and described in detail by the Consultant and approved by the appropriate City officials, and if approved by City, shall be identified by a separate Job Number established by Consultant. The specific services which Consultant agrees to furnish and the terms and conditions for such services are as follows: A. ATTENDANCE AT MEETINGS. After City has issued a written authorization for a specific task, attendance by Consultant at any subsequent meetings related to that task shall be considered as part of that task. In addition, Consultant shall be subject to such provisions as may be contained in the task authorization. However, it is contemplated that from time to time City will desire that Consultant meet with representativils of City and/or other organizations to discuss subjects not directly related to an already assigned task. Such meetings will include but not be limited to meetings at which Consultant's specialized knowledge is needed by City, or a meeting conducted to develop or disseminate criteria that will be needed by City In order to establish a new task, or .a meeting at which Consultant is to act as a representative of City. However, in attendance at all required meetings and throughout the term of this Agreement, Consultant shall maintain independent contractor status. In order to minimize administration, attendance by Consultant at all such meetings shall be considered part of one continuing task. This Agreement shall be deemed as the written authorization for that task. However, Consultant shall not attend any particular meetings unless City has issued speck oral instructions that Consultant is to attend. The scope of work for each Job Number is defined to include not only attendance at authorized meetings but also any work needed to prepare for and/or submit reports concerning such meetings. All invoices for each Job Number will Identify the specific meetings to which they apply. All fees for services on each Job . Number will be compensated as defined in Section III.A. herein. 13. REVIEW OF DEVELOPMENT PLANS. When requested by the City, Consultant shall review and comment to City on those developmental plans submitted to City which City determines will require either more Engineering expertise or more time than available to City's own Engineering staff. C. OTHER SERVICES. Upon determination by City that it is in need of Engineering services of one of the types listed below, it may issue a separate written authorization to Consultant to perform said services. The types of service contemplated are: 1. Special Reports and Studies 2. Assistance in securing, monitoring and complying with County, State, or Federal Grants and Permits. 3. Engineering design, including preparing construction documents during bidding and award of contract, preparing a tabulation of the bids received, and providing a written recommendation for contract awards. Agreement - AE Services Wms. Hatfield.doc 4. Surveying property plats and descriptions. 5. Assistance with CARD. 6. Engineering services related to construction contracts, including but not necessarily limited to: review of shop drawings, consultation and interpretation concerning drawings and specifications, review of construction progress estimates, site visits and/or periodic or full time inspections, preparing construction change orders, approval of contractor's periodic pay request, final inspection, issuing completion certificate, and such other services as may be identified in the task authorization. 7. Other Engineering services City wishes Consultant to complete will be defined in a written authorization. Each such written authorization shall clearly define the services to be provided and shall be attached to this Agreement as an Addendum. Each Addendum shall be numbered in sequence and correlated with City's Capital Improvement Project Number and title, if applicable, date approved by City Commission, if required, and signed by City's and Consultant's representatives. Each Addendum, after execution by both parties to this Agreement, shall become a supplement to and a part of this Agreement. 8. Each written authorization shall include a description of the scope of services, time of completion and method of compensation for services. Approval by City Commission and/or signature by authorized representatives to City shall constitute authorization to proceed by the Consultant for services defined by that authorization. if. CITY FURNISHED ITEMS A. City shall designate in writing specific individuals, by title, who will be authorized to issue written and/or oral instructions to Consultant concerning this Agreement. In the absence of specific designations, Consultant may assume that the City Manager or designee shall be so authorized and Agreement shall constitute the required written designation. B. City shall assist Consultant in obtaining all background information necessary for the accomplishment of assigned tasks, and shall provide reasonable access to all existing records, data, and physical facilities. C. City shall pay for all costs of publishing advertisements for bids; for obtaining permits and licenses that may be required by local, State or Federal authorities; and/or to secure the necessary land, easements, and rights -of -way. In order to expedite processing of an application for a permit or license, City may, in some instances, direct Consultant to act for City in paying a required fee. In such instances, City subsequently shall reimburse Consu!tant for any such fees. Agreement . AE Services Wrns. Hatfield.doc III. FEES AND PAYMENTS A. Each written proposal from Consultant for an individual task as required In Article 1 "Scope of Services" shall include specific information as to the type and magnitude of fees to be paid for that task. The type of fee contemplated is: Dire Hourly, lus Direct Salary Costs and Reimbursement for Non -salary Costs. Salary Costs are defined to be actual direct hourly wages paid to Consultant's employees, computed by taking the annual salary and dividing by 2,080 hours per year plus applicable direct costs. This base hourly rate, limited to the work classifications as listed in Exhibit "A and attached hereto, shall be used to calculate all times directly chargeable to any authorized assignment. Consultant's non -salary costs are defined as the costs incurred on or directly for the project, other than the Direct Salary Costs (as previously defined herein). Such non -salary costs shall be computed on the basis of actual purchase price for items obtained from commercial sources and on the basis of usual commercial charges for items provided by Consultant. Non -salary costs shall 'include, but are not limited to, necessary transportation costs, including mileage at City's current rate per mile when Consultant's own automobiles are used outside Broward County, meals and lodging outside Broward County; laboratory tests analyses, long distance telephone and printing. B. METHOD OF PAYMENT. Payment as prescribed for services rendered by Consultant during the previous billing period shall be due and payable as of the date of invoice, and shall be paid by City no later than the forty fifth (45th) day after the date of invoice acceptance, unless some other mutually agreeable period of required payment is established in authorization for a specific task. Consultant shall submit monthly invoices to City through the appropriate or designated project manager. The Director or designee will review the invoices to insure all charges are allowable and reasonable before recommending payment of the invoice by City. As a minimum requirement, each invoice shall indicate original fee estimate, invoice date, amount of invoice, and estimated fees remaining. A summary shall be submitted by Consultant indicating each employee's name, employment classification and hours worked on the project for the invoice period. Acceptance of the final payment by Consultant shall be considered full release of all claims against City arising out of or by reason of the work done and materials furnished under this Agreement. IV. TIMES OF PERFORMANCE It is understood that this Agreement is a continuing contract, and that all terms contained herein shall remain in effect until changed by mutual agreement of the two parties. However, no work shall be performed, and no payments shall be made, unless Specifically authorized by separate written communication from City to Consultant, Aireerrert - AE Service% Wris. Hat`e:d.dcc LTA except for oral authorizations regarding each Job Number. Each separate task authorization shall include information as to start and completion times for that task. MISCELLANEOUS PROVISIONS A. RECORDS/AUDITS. The. Consultant shall maintain during the term of the contract 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 Consultant agrees to make 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 for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day of the contract term. B. INSURANCE. Consultant agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations, now in effect or hereinafter enacted, during the term of this agreement that are applicable to Consultant,_ its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Consultant shall obtain at Consultant's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Consultant shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Consultant shall indemnify and hold the City harmless from any damage resulting to it for failure of either Consultant or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Consultant agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Commercial General Liability $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Aggregate $1,000,000 Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Consultant nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Consultant will ensure that all subcontractors will comply with 'the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated,at least A-VI1 per Best's Key Rating Guide and be licensed to do business in Florida. "Occurrence" form policies shall be required. Each carrier will give the City thirty-(30) days notice prior to cancellation. The Consultant's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Consultant's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. The Consultant shall be responsible for the payment of all deductibles and self - insured retentions. The City may require that the Consultant purchase a bond to cover the full amount of the deductible or self -insured retention. If the Consultant is to provide professional services under this Agreement, the Consultant must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability. City and Consultant waive all rights against each other and any of their respective directors, officers, agents, and employees, for damages caused by risks covered by property insurance during and after completion of the services. City waives subrogation against Consultant on all property and consequential toss policies carved by City on adjacent properties and under property and consequential loss policies purchased for the project after its completion. If the policies of insurance referred to in this paragraph require an endorsement to provide for continued coverage where there is a waiver of subrogation, the owners of such policies will cause them to be so endorsed. Construction contractors, at the discretion of the City, may be required to provide (or City may provide) Owners' Protective Liability Insurance naming the City as a Named Insured and the Consultant as an additional insured, or, to endorse City and Consultant as additional insureds on construction contractor's liability insurance policies covearg claims for bodily injuries and property damage. Construction contractors shall be required to provide certificates evidencing such insurance to the City and Consultant. 6 Agreement - AE Services Wms. Ha:`e!d.doc C. INTERRUPTION POSTPONEMENT ABANDONMENT. In the event the work herein, or any part thereof, shall be abandoned due to circumstances which City considers to be in its own best interests, Consultant shall not be entitled to any further payment for such work, or any part thereof, beyond and in excess of the amount due at that time, and final payment shall be based on the proportionate amount of the fee earned to such date. D. DELAYS AND EXTENSIONS. The time of completion may be adjusted only by written Agreement between the parties hereto for unavoidable delays resulting from causes beyond the control of Consultant. E. DISPUTES AND INTERPRETATION. In the event of any disputes as to the interpretation of the terms of this Agreement, the decision .of City shall be final and may be enforced in a court of competent jurisdiction in the venue of Broward County, except as provided herein. City shall notify Consultant in writing of any decision City has rendered with regard to the interpretation of this Agreement. If Consultant disagrees with the decision of City, the dispute may be decided by arbitration at the City's discretion. F. RIGHTS IN DATA, COPYRIGHTS, DISCLOSURE. Definition. The term "data" as used in this Agreement includes written reports, studies, drawings, or other graphic, electronic, chemical or mechanical representation. 2. Rights in Data. City shall have the full right to use all data developed pursuant to this Agreement for any official purpose permitted under Florida Statutes, including making it available to the general public. Such use shall be without any additional payment to or approval by Consultant. All data prepared or furnished by Consultant (and Consultant's independent professional associates and Consultants) pursuant to this Agreement are instruments of service in respect of the project, and Consultant shall have the ownership and property interest therein whether or not the project is completed. City shall have unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any data developed or prepared under this Agreement. All data required to be sealed and signed by registered Professional Engineer in the State of Florida shall not be modified, changed, altered or used for other purposes than those intended without the express written permission of Consultant. G. COMPLIANCE WITH LAWS. Consultant shall fully obey and comply with laws, ordinances and administrative regulations duly made in accordance therewith, which are or shall become applicable to the services performed under the terms of this Agreement. H. SUBCONTRACTING. None of the work or services covered by this Agreement shall be subcontracted without the prior written approval of City. Some specialty sub -Consultant worm is permissib'e wherein said services can be expeditiously and economically handled by local firms provided written permission is granted by City. Agreement • AE Services Wms. Harfleld.doc I. INDEPENDENT CONTRACTOR. CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the Contractor and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. J. ASSIGNMENT. Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Consultant of its liability and obligation under this contract, and despite any such assignment, the City shall deal through the Consultant only. However, if the company is sold during the life of the contract, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. K- SITE VISITS. Visits to the construction site and observations made by Consultant as part of the services shall not relieve the construction contractor(s) of its obligation to conduct comprehensive inspections of the work sufficient to ensure conformance with the intent of the Contract Documents, nor shall the contractor(s) be relieved of responsibility for all construction means, methods, techniques, sequences, and procedures necessary for coordinating and completing all portions of the work under the construction contract(s) and for all safety precautions incidental thereto. Such visits by Consultant are not to be construed as part of the inspection duties of the on -site inspection personnel defined in other parts of this Agreement. L. ONSITE MONrTORING. Consultant's resident project representatives will make reasonable efforts to guard City against defects and deficiencies in the work of the contractor(s) and to help determine if the provisions of the Contract Documents are being fulfilled. Their day-to-day inspection will not, however, cause Consultant to be responsible for those duties and responsibilities which belong to the construction contractor(s) and which include, but are not limited to, full responsibility for the techniques and sequences of construction and the safety precautions incidental thereto, and for performing in accordance with the Contract Documents. M. TIME OF PERFORMANCE. Consultant shall commence performance on each specific task authorization upon receipt of written Notice to Proceed from City. The work shall be completed in accordance with the schedule included in the authorization. N. OBLIGATIONS OF CITY TO CONSULTANT. City shall make available to Consultant all data in its possession regarding the existirg facilities. This data shall include, but not be limited to: standards; specifications; policies; guides and Engineering reports; maps; plans; inventories; data; e:c. City shall be responsible 8 AG; eerent - AE Services Wms. Hatfeld.doc for all necessary approvals from all City of Tamarac departments, and administration of public meetings in City. Consultant shall prepare exhibits, displays, informational handouts, notes, minutes and shall assist City in conducting all meetings. 0. MONITORING. Consultant's work shall be subject to the inspection and direction of City, which shall conduct periodic reviews with Consultant. Where Consultant's work is unsatisfactory to City, Consultant shall correct it at the direction of City and at no additional cost to City; however, it is incumbent upon City to notify Consultant immediately of any work deemed unsatisfactory. Consultant will indemnify City for any increased construction costs solely and proximately caused by negligence on the part of Consultant concerning any assigned project, less any betterment to City. P. EXTRA SERVICES. If extra services are required for satisfactory completion of the work or any phase thereof, and Consultant thereby necessarily incurs extra costs, Consultant may be reimbursed only upon execution of a Supplemental Agreement between the parties. However, City shall not reimburse Consultant for any work or services performed after interruption, postponement or abandonment, which City deems to be in its best interest, provided City provides proper written notice to Consultant of such interruption, postponement or abandonment of the work. In such case, City shall pay only the costs of services rendered up to the time of such interruption, postponement or abandonment. Q. CONSULTANT'S REP13ESENTATIVE. Consultant will, at all times during the normal work week, designate or appoint one or more representatives of Consultant who are authorized to act on behalf of Consultant regarding all matters involving the conduct of the performance pursuant to this Agreement and shall keep City continually advised of such designation. R. WRITTEN NOTIFICATION. Whenever either party desires to give notice to the other pursuant to this Agreement, it must be given by written notice, hand delivered, or sent by cert`rfied United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice shall 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 notice to wit: For City: City Manager City of Tamarac 7525 Northwest 88th Avenue Tamarac, Florida 33321 With copy to: City Attorney At the same address as above 0 A - a= WMA, IHa:Ud.doc For Consultant Anthony A. Nolan, President Williams, Hatfield and Stoner, Inc. 2101 N. Andrews Ave., Suite 300 Fort Lauderdale, FL 33311 S. TERMINATION OF AGREEMENT. City or Consultant may terminate this Agreement by giving 30 days prior written notice to the other party. In such event, City shall forthwith pay Consultant in full for all work previously authorized and performed prior to the date upon which written notice of termination has been sent. Consultant's right of termination shall not be construed to -preclude any action by City for damages against Consultant should Consultant not fully perform Consultant's responsibilities and duties pursuant to this Agreement. In no case shall City be liable for damages to Consultant as a result of City's termination of this Agreement, in an amount in excess of actual costs incurred by Consultant in performing work previously authorized and fully performed prior to the date on which notice of termination is sent by City. T. NON-EXCLU IVE AGREEMENT. City reserves the right to contract other Engineering firms as Consulting Engineers pursuant to the Consultant's "Competitive Negotiation Act of Florida". Nothing in this Agreement alters or cancels the terms and conditions or prior agreements for Engineering services between these parties or between City and any other Engineering firms. U. INDEMNIFICATION. Consultant, its directors, officers, stockholders, heirs, and assigns hereby agree to indemnify and hold harmless the City of Tamarac, its officers,- elected officials, agents or employees acting within the scope of their employment from any suit, claim, liability, loss or damage (including reasonable attorney's fees) to the extent caused by Consultant's negligent acts, errors or omissions associated with Consultant's duties and responsibilities pursuant to this Agreement. V. WARRANTIES. Consultant warrants that all specifications, documents, or drawings prepared by Consultant, or on Consultant's behalf, are accurate, capable of being implemented and may be relied upon by any Contractor retained by City. W. PROFESSIONAL RESPONSIBILITIES OF CONSULTANT. Consultant will exercise reasonable skill, care, and diligence in the performance of Consultant's services and will carry out its responsibilities in accordance with customarily accepted professional Engineering practices. If Consultant fails to meet the foregoing standard, Consultant will perform at its own cost, the professional Engineering services necessary to correct errors and omissions which are caused by Consultant's failure to comply with this standard and which are reported to Consultant within one year from the completion of services. 10 Anr"^nf . eP gaevie+ q Wma W2r4pr+ dnr X. ATTORNEYS' FEES. In the event of litigation, the prevailing party will be entitled to reimbursement of attorney fees. Y. CHANGES AND FORCE MAJEURE. In the event that a change in City provided information, change in law, or event of force majeure affects the Work or increases Consultant's costs, Consultant shall be entitled to a change to the Work and an equitable adjustment in the contract price and time of performance, as appropriate. Consultant shall propose in writing a change to the Work and an equitable adjustment in the Contract Price due to any such change, and City shall accept or dispute such proposal in writing within fifteen (15) days of receipt of Consultant's proposal. Z. PROHIBITION` AGAINST CONTINGENT,EEES. The .professional Engineer warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the professional Engineer to solicit or secure this agreement and that he has not paid or agreed to pay any person or company, corporation individual, or firm, other than a bona fide employee working solely for the professional Engineer any .fee, commission, percentage, gift, or other consideration. contingent upon or resulting from the award or making of this Agreement. For any breach or violation of this provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. AA. MODIFICATIONS. It is further agreed that no modification, amendment or alteration In the terms and conditions contained herein shall be effective unless contained in a written document executed with the same formality and with equal dignity herewith. Such modification or amendment shall be attached to, and shall thereupon become a part of this Agreement. BB. AUTHORIZING ACTION. This Agreement is entered into by Cit pursuant to a Resolution of the City Commission passed at a meeting held on , 2001. 11 Onr&^r mf . A= CArviroa Wmc HatfiAld.dCC IN WITNESS WHEREOF, the parties have duly executed this Agreement the day and year first written above. ATTEST: _ ^ By. "on Swenson, CMC City Clerk ApprOved/4 To /MitcMbll S. Kraft City t ► mey Date: 11-4 Q 1- ATTEST: (Corporate Secretary IDAri.� B 6XC94,A 4 Type/Prick Name of Corporate Secy. (CORPORATE -SEAL) CITY OF TAMARAC a Florida Municipal Corporation By. '00 L'V"� e Schreiber, Mayor Date: By: Jeffrey L. liiler, City Manager Date: WIIIiams, Hatfipffand Stoner, Inc. Ahorignature) Nolan, President Type/Print Name and Title. Date: 4. zz - o I CORPORATE ACKNOWLEDGEMENT STATE OF • e 4 ... �. The foregoing instrument was acknowledged before me this day of 2001 by AnthonyA. Nolan President (name of officer or agent, title of o er or agent) of Williams, Hatfield and Stoner, Inc. (name of corporation acknowledging), a Florida (state or place of incorporation) corporation, on behalf of the corporation. J. VO; ��p1A/gy • ;>�,';_ Signature of ary Public — State of Florida `: �My comm,FOres May ,s xo� Printed, typed/stamped name of Notary Public Na. 00b'67 Exactly as commissioned OF F4pQ`��.� personally known by me, or f i l W 0 ❑ Produced identification: (Type of identification produced) ❑ Did take an oath, or ❑ Did not take an oath CERTIFIED RESOLUTION I'-�G�"`I (Name), the duly elected Secretary of (Corporate Title), a corporation organized and existing under the laws of the State of , do hereby certify that the following Resolution was unanimously adopted and passed by a quorum of the Board of Directors of the said corporation at a meeting held in accordance with law and the by-laws of the said corporation. "IT IS HEREBY RESOLVED THAT (Name)", the duly elected (Title of Officer) of (Corporate Title) be and is hereby authorized to execute and submit a Bid and Bid Bond, if such bond is required, to the City of Tamarac and such other instruments in writing as may be necessary on behalf of the said corporation; and that the Bid, Bid Bond, and other such instruments signed by him/her shall be binding upon the said corporation as Its own acts and deeds. The secretary shall certify the names and signatures of those authorized to act by the foregoing resolution. The City of Tamarac shall be .fully protected in relying upon such certification of the secretary and shall be indemnified and saved harmless from any and all claims, demands, expenses, loss or damage resulting from or growing out of honoring, the signature of any person so certified or for refusing to honor any signature not so certified. I further certify that the above resolution is in force and effect and has not been revised, revoked or rescinded. I further certify that the following are the name, titles and official signires of those persons authorized to act by the foregoing resolution. ��/% AAME TITLE W:VF-O�YATURE /r Reed Given under my hand and the Seal of the said corporation this day of I (SEAL) By• Secretary NOTE: Corporate Title The above is a suggested form of the type of Corporate Resolution desired. Such form need not be followed explicitly, but the Certified Resolution submitted must clearly show to the satisfaction of the City of Tamarac that the person signing the Bid and Bid Bond for the corporation has been properly empowered by the corporation to do so in its behalf. m—, 1 ,n1 1 WILLLAMS, HATFIELD & STONER, INC. EXHIBIT "A" Consulting Engineers • Planners • Surveyors Environmental Scientists SCHEDULE OF HOURLY RATES FIVE-YEAR RATE SCHEDULE EFFECTIVE JANUARY 1, 2001 HOURLY RATES FOR PERSONNEL 1. Professionals Engineers (G), Land Surveyors (L), Planners (P), CPA (C), Environmental Scientists (S) a. Grades 1 and 2 b. Grade 3 c. Grade 4 d. Grade 5 ' e. Grade 6 f. Grade 7 g. Grade 8 h. Grade 9 2. Engineering & Surveying Technicians a. Grade 1 b. Grade 2 c. Grade 3 d. Grade 4 e. Grade 5 3. Drafters & Illustrators a. Grade I b. Grade 2 c. Grade 3 d. Grade 4 4, Resident Project Representatives a. Grade I b. Grade 2 , c. Grade 3 d. Grade 4 e. Grade 5 5. Field Survey Parties a. 2-Man Party b. 3-Man Party c. 4-Man Party 6. Word Processing Operator a. Grade 1 b. Grade 2 c. Grade 3 d. Grade 4 7. Administrative Support a. Ger oral Office b. Accountant Iand 2 c. accountant 3 $65.00/Hr. $75.00/Hr. $85,00/Hr. $ I00.004- r. $115.00/Hr. $130.00/Hr. $155.00/Hr. S200.00/Hr. $45.00/Hr. S50.00/Hr. $60.00/fir. $70.00/Hr. $80.00/Hr. S35.00/Hr. $45.00/Iir. S50.00/Hr. = 560.00/Hr. $50.001Hr. $55.00/Hr. = S65.00ft. x S75.00/Hr. S90.00/Hr. $110.00/Hr, — $125.00/Hr. $140.00/Hr. S35.00/Hr. a"45.00/11r. s $55.00/Hr. S65.00/Hr. S35.00JHr. S;S.00iHx. S55.C&Er. This schedule is reviewed annually, I WILLIAMS, HATFIELD & STONER, INC. Consulting Engineers • Planners • Surveyors Environmental Scientists SCHEDULE OF REIMBURSABLE EXPENSES FIVE-YEAR RATE SCHEDULE EFFECTIVE JANUARY 1, 2001 OTHER CHARGES I. Expert Witness Services EXHIBIT "A" a. "On -Call' Time at Courtroom and Testimony $200.00/Hr. b. Pre -Trial Consultation _ (Min.Chg• 4 HrsJDay) ? Q Hourly Rate 2. Transportation and Travel a. Transportation Fares, Lodging and Subsistence - Cost Plus 10% b. Automobile Mileage - S0.32 Per Mile 3. Reproductions a. Black -line Prints = $0.20/Sq. Ft. b. Mylar Reproducibles $2.00/Sq. Ft. c. Photocopies (Standard) a $0.10/Sheet/Side d. Photocopies (I1" x 17") $0.20/Shect/Side e. Outside Printing Service = Cost Plus 10% 4. Recording and Permits Fees Cost Plus 10% S. Services of Outside Consultants Cost Plus 10% (Electrical/Mechanical Engineering, Environmental Consultants Engineering Testing Laboratories, Photogratnmetry, Title and Abstracting Services and Other Outside Consulting Services) 6. Special Field Supplies = At Cost 7. Electronic Survey Equipn}ent a. Modular Survey System (Total Station) _ $ I0.00/Hr. b. Global Positioning System (GPS) S100.00/Hr. 8. Computer Aided Design/Drafting (CADD) A. Computer Design Systems S10.00/Hr. ** b. Computer Drafting Systems — $20.00/Hr. "* c. Geographic Information System (GIS) = S25.00/Hr. *+ 9. Delivery and Courier Services = Cost Plus 10% " Per hour of actual computer use. Charge includes in-house software library but does not include operator. CITY OF TAMARAC CONTINUING ENGINEERING SERVICES AGREEMENT This Agreement, made and entered into and effective this day of 2001 by and between: City of Tamarac, a municipal corporation, created pursuant to the Laws of the State of Florida, with principal offices located at 7525 NW 8e Avenue, Tamarac, Florida, hereinafter referred to as "City" and Craven Thompson & Associates, Inc. a Florida corporation with principal offices located at 3563 NW 5314 Street, Fort Lauderdale FL 33309, hereinafter referred to as "Consultant". WITNESSETH: WHEREAS, City requires professional Engineering services on a continuing basis to perform such specific services as City may direct; and WHEREAS, Consultant has the professional experience and expert skill and Is qualified to perform the required services; and WHEREAS, City desires to engage Consultant upon the terms and conditions set forth below, and Consultant is willing to accept such engagement upon such terms and conditions; and WHEREAS, The term of this Agreement is for a period of five (5) years, beginning the first day following execution by the City; and WHEREAS, City in accordance with Florida Statues Section 287.055, Consultants Competitive Negotiation Act, has selected "Consultant" to be most qualified to perform said continuing type services as City Consulting Engineer, NOW, THEREFORE, in consideration of the mutual promises contained herein, and intending to be legally bound hereby, the parties agree as follows: SCOPE OF WORK City hereby engages Consultant as an independent contractor to perform certain services and Consultant hereby agrees to perform said services upon the terms and conditions hereinafter set forth. Standards of Design for work under this Agreement shall be those of the City of Tamarac, if available, which shall be revised as necessary by Consultant to meet the intent of the proposed projects. Consultant shall develop standards of design not available from City. Consultant shall perform Engineering services related to various miscellaneous projects as needed. Each specific task to be performed shall be identified and described in detail by the Consultant and approved by the appropriate City officials, and if approved by City, shall be identified by a separate Job Number established by Consultant. The specific services which Consultant agrees to furnish and the terms and conditions for such services are as follows: A. ATTENDANCE AT MEETINGS. After City has issued a written authorization for a specific task, attendance by Consultant at any subsequent meetings related to that task shall be considered as part of that task. In addition, Consultant shall be subject to such provisions as may be contained in the task authorization. However, it is contemplated that from time to time City will desire that Consultant meet with representatives of City and/or other organizations to discuss subjects not directly related to an already assigned task. Such meetings will include but not be limited to meetings at which Consultant's specialized knowledge is needed by City, or a meeting conducted to develop or disseminate criteria that will be needed by City in order to establish a new task, or a meeting at which Consultant is to act as a representative of City. However, in attendance at all required meetings and throughout the term of this Agreement, Consultant shall maintain independent contractor status. In order to minimize administration, attendance by Consultant at all such meetings shall be considered part of one continuing task. This Agreement shall be deemed as the written authorization for that task. However, Consultant shall not attend any particular meetings unless City has issued specific oral instructions that Consultant is to attend. The scope of work for each Job Number is defined to include not only attendance at authorized meetings but also any work needed to prepare for and/or submit reports concerning such meetings. All invoices for each Job Number will identify the specific meetings to which' they apply. All fees for services on each Job Number will be compensated as defined in Section III.A. herein. B. REVIEW OF DEVELOPMENT PLANS. When requested by the City, Consultant shall review and comment to City on those developmental plans submitted to- City which City determines will require either more Engineering expertise or more time than available to City's own Engineering staff. C. OTHER SERVICES. Upon determination by City that it is in need of Engineering services of one of the types listed below, it may issue a separate written authorization to Consultant to perform said services. The types of service contemplated are: Special Reports and Studies 2, Assistance in securing, monitoring and complying with County, State, or Federal Grants and Permits. 3. Engineering des'gn, including preparing construction documents during bidding and awa,d of contract, preparing a tabulation of the bids received, and providing a written recommendation for contract awards. M '., 4. Surveying property plats and descriptions. 5. Assistance with CADD. 6. Engineering services related to construction contracts, including but not necessarily limited to: review of shop drawings, consultation and interpretation concerning drawings and specifications, review of construction progress estimates, site visits and/or periodic or full time inspections, preparing construction change orders, approval of contractor's periodic pay request, final inspection, issuing completion certificate, and such other services as may be identified in the task authorization. 7. Other Engineering services City wishes Consultant to complete will be defined in a written authorization. Each such written authorization shall clearly define the services to be provided and shall be attached to this Agreement as an Addendum. Each Addendum shall be numbered in sequence and correlated with City's Capital Improvement Project Number and title, if applicable,• date approved by City Commission, if required, and signed by City's and Consultant's representatives. Each Addendum, after execution by both parties to this Agreement, shall become a supplement to and a part of this Agreement. 8. Each written authorization shall include a description of the scope of services, time of completion and method of compensation for services. Approval by City Commission and/or signature by authorized representatives to City shall constitute authorization to proceed by the Consultant for services defined by that authorization. II. CITY FURNISHED ITEMS A. City shall designate in writing specific individuals, by title, who will be authorized to issue written and/or oral instructions to Consultant concerning this Agreement. In the absence of specific designations, Consultant may assume that the City Manager or designee shall be so authorized and Agreement shall constitute the required written designation. B. City shall assist Consultant in obtaining all background information necessary for the accomplishment of assigned tasks, and shall provide reasonable access to all existing records, data, and physical facilities. C. City shall pay for all costs of publishing advertisements for bids; for obtaining permits and licenses that may be required by local, State or Federal authorities; and/or to secure the necessary land, easements, and rights -of -way. In order to expedite processing of an application for a permit or license, City may, in some instances, direct Consultant to act for City in paying a required fee. In such instances, City subsequently shall reimburse Consultant for any such fees. Ill. FEES AND PAYMENTS A. Each written proposal from Consultant for an individual task as required in Article 1 "Scope of Services" shall include specific information as to the type and magnitude of fees to be paid for that task. The type of fee contemplated is: 1. Direct Hourly plus Direct Salary Costs and Reimbursement_ for _Non -salary Costs. Salary Costs are defined to be actual direct hourly wages paid to Consultant's employees, computed by taking the annual salary and dividing by 2,080 hours per year plus applicable direct costs. This base hourly rate, limited to the work classifications as listed in Exhibit "A and attached hereto, shall be used to calculate all times directly chargeable to any authorized assignment. Consultant's non -salary costs are defined as the costs incurred on or directly for the project, other than the Direct Salary Costs (as previously defined herein). Such non -salary costs shall be computed on the basis of actual purchase price for items obtained from commercial sources and on the basis of usual commercial charges for items provided by Consultant. Non -salary costs shall include, but are not limited to, necessary transportation costs, including mileage at City's current rate per mile when Consultant's own automobiles are used outside Broward County; meals and lodging outside Broward County; laboratory tests analyses; long distance telephone and printing. B. METHOD OF PAYMENT. Payment as prescribed for services rendered by Consultant during the previous billing period shall be due and payable as of the date of invoice, and shall be paid by City no later than the forty fifth (45th) day after the date of invoice acceptance, unless some other mutually agreeable period of required payment is established in authorization for a specific task. Consultant shall submit monthly invoices to City through the appropriate or designated project manager. The Director or designee will review the invoices to insure all charges are allowable and reasonable before recommending payment of the invoice by City. As a minimum requirement, each invoice shall indicate original fee estimate, invoice date, amount of invoice, and estimated fees remaining. A summary shall be submitted by Consultant indicating each employee's name, employment classification and hours worked on the project for the invoice period. Acceptance of the final payment by Consultant shall be considered full release of all claims against City arising out of or by reason of the work done and materials furnished under this Agreement. IV. TIMES OF PERFORMANCE It is understood that this Agreement is a continuing contract, and that all terms contained herein shall remain in effect until changed by mutual agreement of the two parties. However, no work shall be performed, and no payments shall be made, unless specifically authorized by separate written communication from City to Consultant, V except for oral authorizations regarding each Job Number. Each separate task authorization shall include information as to start and completion times for that task. MISCELLANEOUS PROVISIONS A. RECORDS/AUDITS. The Consultant shall maintain during the term of the contract 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 Consultant agrees to make 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 for the duration of the contract and retain them for a minimum period of one (1 ) year beyond the last day of the contract term. B. INSURANCE. Consultant agrees , to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations, now in effect or hereinafter enacted, during the term of this agreement that are applicable to Consultant, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Consultant shall obtain at Consultant's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Consultant shall maintain such insurance in full force and effect during the life of this Agreement. Consultant shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Consultant shall indemnify and hold the City harmless from any damage resulting to it for failure of either Consultant or any subcontractor to obtain or maintain such insurance. The following are required types and minimum limits of insurance coverage, which the Consultant agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Commercial General Liability $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Aggregate $1,000,000 Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Statutory Liability The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Consultant nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate an4 endorsement. The Consultant will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. "Occurrence" form policies shall be required. Each carrier will give the City thirty-(30) days notice prior to cancellation. The Consultant's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Consultant's Workers' Compensation carrier will provide a Waiver of Subrogation to the City. The Consultant shall be responsible for the payment of all deductibles and self - insured retentions. The City may require that the Consultant purchase a bond to cover the full amount of the deductible or self -insured retention. If the :Consultant is to provide professional services under this Agreement, the Consultant must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability. City and Consultant waive all rights against each other and any of their respective directors, officers, agents, and employees, for damages caused by risks covered by property insurance during and after completion of the services. City waives subrogation against Consultant on all property and consequential loss policies carried by City on adjacent properties and under property and consequential loss policies purchased for the project after its completion. If the policies of insurance referred to in this paragraph require an endorsement to provide for continued coverage where there is a waiver of subrogation, the owners of such policies will cause them to be so endorsed. Construction contractors, at the discretion of the City, may be required to provide (or City may provide) Owners' Protective Liability Insurance naming the City as a Na.—red Insured and the Consultant as an additional insured, or, to endorse City and Consultant as additional insureds on construction contractor's liability insurance policies covering claims for bodily injuries and property damage. Ccr^struction contractors shall be required to provide certificates evidencing such insurance to the City and Consultant. C. INTERRUPTION, POSTPONEMENT. ABANDONMENT. In the event the work herein, or any part thereof, shall be abandoned due to circumstances which City considers to be in its own best interests, Consultant shall not be entitled to any further payment for such work, or any part thereof, beyond and in excess of the amount due at that time, and final payment shall be based on the proportionate amount of the fee eamed to such date. D. DELAYS AND EXTENSIONS. The time of completion may be adjusted only by written Agreement between the parties hereto for unavoidable delays resulting from causes beyond the control of Consultant. E. DISPUTES AND INTERPRETATION. In the event of any disputes as to the interpretation of the terms of this Agreement, the decision of City shall be final and may be enforced in a court of competent jurisdiction in the venue of Broward County, except as provided herein. City shall notify Consultant in writing of any decision City has rendered with regard to the interpretation of this Agreement. If Consultant disagrees with the decision of City, the dispute may be decided by arbitration at the City's discretion. F. RIGHTS tN DATA COPYRIGHTS. DISCLQSURE. 1. Definition. The term "data" as used in this Agreement includes written reports, studies, drawings, or other graphic, electronic, chemical or mechanical representation. 2. Rights in Data. City shall have the full right to use all data developed pursuant to this Agreement for any official purpose permitted under Florida Statutes, including making it available to the general public. Such use shall be without any additional payment to or approval by Consultant.. All data prepared rfurnished by Consultant (and Consultant's ent a s ci tes and Consultants) pursuant to th this Agreement professionalare instruments of service in respect of the project, and Consultant shall have the ownership and property interest therein whether or not the project is completed. City shall have unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any data developed or prepared under this Agreement. All data required to be sealed and signed by registered Professional Engineer in the State of Florida shall not be modified, changed, altered or used for other purposes than those intended without the express written permission of Consultant. G. COMPLIANCE WITH LAWS. Consultant shall fully obey and comply with laws, ordinances and administrative regulations duly made in accordance therewith, which are or shall become applicable to the services performed under the terms of this Agreement. H. SUBCONTRACTING. None of the work or services covered by this Agreement shall be subcontracted without the prior written approval of City. Some specialty sub -Consultant work is permissible wherein said services can be expeditiously and economically handled by local firms provided written permission is granted by City. ...,.. . r. ,,,� r r. ,,*� Tunrnnscn.dOC INDEPENDENT CONTRACTOR. CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the Contractor and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the City. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. ASSIGNMENT. Neither this contract, nor any portion thereof, shall be assigned, except by formal approval of the City Commission. No such approval will be construed as making the City a part of such assignment, or subjecting the City to liability of any kind to any assignee. No subcontract or assignment shall, under any circumstances, relieve the Consultant of its liability and obligation under this contract, and despite any such assignment, the City shall deal through the Consultant only. However, if the company is sold during the life of the contract, the buying agent must provide the City with a letter signed by an officer of the new owner that can legally bind the company, stating that they will continue to perform the requirements of the contract under all the terms, conditions, and specifications so stated in the contract. K. SITE VISITS. Visits to the construction site and observations made by Consultant as part of the services shall not relieve the construction contractor(s) of its obligation to conduct comprehensive inspections of the work sufficient to ensure conformance with the intent of the Contract Documents, nor shall the contractor(s) be relieved of responsibility for all construction means, methods, techniques, sequences, and procedures necessary for coordinating and completing all portions of the work under the construction contract(s) and for all safety precautions incidental thereto. Such visits by Consultant are not to be construed as part of the inspection duties of the on -site inspection personnel defined in other parts of this Agreement. L. ONSITE MONITORING. Consultant's resident project representatives will make reasonable efforts to guard City against defects and deficiencies in the work of the contractor(s) and to help determine if the provisions of the Contract Documents are being fulfilled. Their day-to-day inspection will not, however, cause Consultant to be responsible for those duties and responsibilities which belong to the construction contractor(s) and which include, but are not limited to, full responsibility for the techniques and sequences of construction and the safety precautions incidental thereto, and for performing in accordance with the Contract Documents. M. TIME OF PERFORMANCE. Consultant shall commence performance on each specific task authorization upon receipt of written Notice to Proceed from City. The work shall be completed in accordance with the schedule included in the authorization. N. OBLIGATIONS OF CITY TO CONSULTANT. City shall make available to Ccrisuitant all data in its possession regarding the existing facilities. This data shall in .'ude, but not be lirrited to: standards; specifications; pclicies; guides and Eryineering reports; maps: plans; inventories; data: etc. City shall be responsible A, t-o% - o, # . AC co wir 4 r;r;-NA,% ThOMPSOn.doc for all necessary approvals from all City of Tamarac departments, and administration of public meetings in City. Consultant shall prepare exhibits, displays, informational handouts, notes, minutes and shall assist City in conducting all meetings. O. MONITORING. Consultant's work shall be subject to the inspection and direction of City, which shall conduct periodic reviews with Consultant. Where Consultant's work is unsatisfactory to City, Consultant shall correct it at the direction of City and at no additional cost to City,, however, it is incumbent upon City to notify Consultant immediately of. any work deemed unsatisfactory. Consultant will indemnify City for any increased construction costs solely and proximately caused by negligence on the part of Consultant concerning any assigned project, less any betterment to City. P. EXTRA SERVICES. If extra services are required for satisfactory completion of the work or any phase thereof, and Consultant thereby necessarily incurs extra costs, Consultant may be reimbursed only upon execution of a Supplemental Agreement between the parties. However, City shall not reimburse Consultant for any work or services performed after interruption, postponement or abandonment, which City deems to be in its best interest, provided City provides proper written notice to Consultant of such interruption, postponement or abandonment of the work. In such case, City shall pay only the costs of services rendered up to the time of such interruption, postponement or abandonment. Q. CONSULTANTS REPRESENTATIVE. Consultant will, at all times during the normal work week, designate or appoint one or more representatives of Consultant who are authorized to act on behalf of Consultant regarding all matters involving the conduct of the performance pursuant to this Agreement and shall keep City continually advised of such designation. R. WRITTEN NOTIFICATION. Whenever either party desires to give notice to the other pursuant to this Agreement, it must be given by written notice, hand delivered, or sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice shall 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 notice to wit: For City: City Manager City of Tamarac 7525 Northwest 88th Avenue Tamarac, Florida 33321 VYth copy to: City Attorney At the same address as above r .,, . , c in,emeson.doe For Consultant Robert D. Cole, III, P.E. Executive Vice President Craven Thompson & Associates, Inc. 3563 NW 531d Street Fort Lauderdale, FL 33309 S. TERMINATION OF AGREEMENT. City or Consultant may terminate this Agreement by giving 30 days prior written notice to the other party. In such event, City shall forthwith pay Consultant in full for all work previously authorized and performed prior to the date upon which written notice of termination has been sent. Consultant's night of termination shall not be construed to preclude any action by City for damages against Consultant should Consultant not fully perform Consultant's responsibilities and duties pursuant to this Agreement. In no case shall City be liable for damages to Consultant as a result of City's termination of this Agreement, in an amount in excess of actual costs incurred by Consultant in performing work previously authorized and fully performed prior to the date on which notice of termination is sent by City. T. NON-EXCLUSIVEAGREEMENT. City reserves the right to contract other Engineering firms as Consulting Engineers pursuant to the Consultant's "Competitive - Negotiation Act of Florida". Nothing in this Agreement alters or cancels the terms and conditions or prior agreements for Engineering services between these parties or between City and any other Engineering firms. U. INDEMNIFICATION. Consultant, its directors, officers, stockholders, heirs, and assigns hereby agree to indemnify and hold harmless the City of Tamarac, its officeri, elected officials, agents or employees acting within the scope of their employment from any suit, claim, liability, loss or damage (including reasonable attorney's fees) to the extent caused by Consultant's negligent acts, errors or omissions associated with Consultant's duties and responsibilities pursuant to this Agreement. V. WARRANTIES. Consultant warrants that all specifications, documents, or drawings prepared by Consultant, or on Consultant's behalf, are accurate, capable of being implemented and may be relied upon by any Contractor retained by City. W. PROFESSIONAL RESPONSIBILITIES OF CONSULTANT. Consultant will exercise reasonable skill, care, and diligence in the performance of Consultant's services and will carry out its responsibilities in accordance with customarily accepted professional Engineering practices, If Consultant fails to meet the foregoing standard, Consultant will perform at its own cost, the professional Engineering services necessary to correct errors and omissions which are caused by Consultant's failure to comply with this standard and which are reported to Consultant within one year from the completion of services. X. ATTORNEYS' FEES. In the event of litigation, the prevailing party will be entitled to reimbursement of attorney fees. Y. CHANGE AND FORCE MAJEURE. In the event that a change in City provided information, change in law, or event of force majeure affects the Work or increases Consultant's costs, Consultant shall be entitled to a change to the Work and an equitable adjustment in the contract price and time of performance, as appropriate. Consultant shall propose in writing a change to the Work and an equitable adjustment in the Contract Price due to any such change, and City shall accept or dispute such proposal in writing within fifteen (15) days of receipt of Consultant's proposal. Z. PROHIBITION A GAINST CONTINGENT_ _FEES. The- professional Engineer „ warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the professional Engineer to solicit or secure this agreement and that he has not paid or agreed to pay any person or company, corporation individual, or firm, other than a bona tide employee working solely for the professional Engineer any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For any breach or violation of this provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. AA. MODIFICATIONS. It is further agreed that no modification, amendment or alteration in the terms and conditions contained herein shall be effective unless contained in a written document executed with the same formality and with equal dignity herewith. Such modification or amendment shall be attached to, and shall thereupon become a part of this Agreement. BB. AUTHORIZING ACTION. This Agreement is entered into by C' pursuant to a Resolution of the City Commission passed at a meeting held on I 2001. IN WITNESS WHEREOF, the parties have duly executed this Agreement the day and year first written above. ATTEST:. By: Marion Twenson, CIVIC City Clerk ATTEST: F ( orporate Secretary Robert D. Cole, III Type/Print Name of Corporate Secy. (CORPORATE SEAL) CITY OF TAMARAC a Florida Municipal Corporation By. Schreiber, Mayor Date: 7- / G, - d 1 By: Je rey L. Miller, City Manager Date: Craven Thomps ssociates, Inc (Authorized Signature) Thomas M. McDonald, R4�?rLXPfIx3E'(1 President Type/Print Name and Title Date: 6 / 1 B / 01 CORPORATE ACKNOWLEDGEMENT STATE OF Florida COUNTY OF Broward The foregoing instrument was acknowledged before me this 18th day of ' Thomas M. McDonald, June , 2001 by Rnhg*0xQalexl►k ExgxAhyk = President (name of officer or agent, title of officer or agent) of Craven Thompson $ Associates, Inc. (name of corporation acknowledging), a Florida (state or place of incorporation) corporation, on behalf of the corporation, VAYM MARTMA bIGIROL..AMa :d� , COMMISSION # Cc 720285 EXPI BOHO TH2� RU N �OF? ATLA►MC BONDING CO., INC. Signature of Notary rublic — State of Florida Printed, typed/stamped name of Notary Public Exactly as commissioned �] Personally known by me, or ❑ Produced identification: (Type of identification produced) ❑ Did take an oath, or ® Did not take an oath CRAVEN THOMPSON & ASSOCIATES, INC. Corporate Resolution The Board of Craven Thompson & Associates, Inc. does hereby state that either of the following people are authorized to execute contracts on behalf of Craven Thompson & Associates, Inc. and that only one (1) signature is required: Thomas M. McDonald, President Or Robert D. Cole, III, Executive Vice President/Secretary WHEREFORE, the undersigned has executed this/ on this the 27`� day of February, 2001. M. McDONALD, President OBERT D. COLE, III, Execuuv residmn lecretary STATE OF FLORIDA [Orel "JUWALON"Di Te 'v = tY-61 Sworn to and subscribed to before me this 27`s day of February, 2001, by Thomas M. McDod and Robert D. Cole, III, both personally known to me or who have produced 0A V identification. PAT D. JOYCE Not ublic, State of Florida , Patrlda A Joyce "44m WOn 20324 �' Mard 23 2002 Banded TIM MIBIT "A" Jun-01 r" City of Tamarac CONSULTANT:Craven Thompson & Associates, Inc. OES EMPLOYEE CATEGORY Hourly Rate SENIOR COMPANY OFFICER $155.00 PROJECT MANAGER $135.00 QUALrry ASSURANCE PERSON $115.00 SENIOR ENGINEER(2) $100.00 ENGINE 2 $90.00 SENIOR DESIGNERjTECH. (2) $72•00 DESIGNER/TECH. $ •00 SENIOR 50FTER(2 $62.00 DRAFTER j47.00 SECRETARY $47.00 Rf-GISTMD LAND URVEY R $100. 3-PERSON SUR—Vff CREW $95.00 2-PERSON SURVEY CREW $83.00 SENIOR RESIDENT REP. $70.00 RESIDENT REPRESENTATIVE $60.00 (2)ALSO INCLUDES (AS APPLICABLE) LANDSCAPE ARCHI I EC I Al TAMEXA . 615 . XLS EXHIBIT "BN SCHEDULE OF EXPENSES AND OTHER CHARGES 1. Travel and Subsistence a. Out --town Transportation, Lodging and Subsistence = in Accordance with b. Automobile Mileage = F.S. 112.061 2. Reproduction and Reprographics a. Blueline Prints = .$0.21/Sq. Ft.* b. vellum and Sepia _ $.SO/Sq. Ft* c. Mylar Reproducible =' $2.00/Sq. Ft* d. Outside Printing = At Cost plus 10% e. Xerox (Standard) Copies : $0.10/Sheet I Recording and Permits Fees At Cost plus 10% 4. Services of Outside Consultant's = At Cost plus 100/c S. Special Survey Field Supplies . = At Cost plus 10% 6. Delivery and Courier Services = At Cost plus 10% * Based on 2-foot width times length of stock used. Temp. Reso. #10255 September 23, 2003 1 "EXHIBIT 2" TR #10454 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2003-Aar A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE TASK AUTHORIZATION NO. 03-11E WITH ECKLER ENGINEERING, INC., TO PROVIDE PROFESSIONAL SERVICES FOR THE DESIGN, PERMITTING, AND BIDDING FOR THE 2.0 MILLION GALLON WATER STORAGE TANK AND WATER TREATMENT PLANT IMPROVEMENTS, 4N ACCORDANCE WITH THE CITY'S CONSULTING ENGINEERING AGREEMENT AS AUTHORIZED BY RESOLUTION #R-2001-185, FOR AN AMOUNT NOT TO EXCEED $85,000.00; APPROVING FUNDING FROM THE APPROPRIATE BUDGETED UTILITIES ACCOUNT; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ADMINISTER THE CONTRACT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTI E DATE. WHEREAS, the City of Tamarac awns, operates and maintains the water supply, treatment, and distribution systems; and WHEREAS, it is necessary to provide proper and adequate water pressure, volume and fire protection throughout the City; and WHEREAS, the Environmental Protection Agency (EPA) recommends that a water utility maintain water storage capacity equal to one average day water demand; and 1 Temp. Reso. #10255 September 23, 2003 2 WHEREAS, the City currently owns water storage capacity of 2 million gallons less than the average daily water demand; and WHEREAS, the City needs to upgrade the high service pumping capacity at the Water Treatment Plant to meet current and future water demand; and WHEREAS, the City requires the service of a consulting firm knowledgeable in this area and capable of providing professional services for the design, permitting, and bidding for the 2 Million Gallon Water Storage Tank and Water Treatment Plant Improvements; and WHEREAS, Eckler Engineering, Inc. possesses the required knowledge and experience to provide the professional engineering services associated with the Tamarac East Water Main Improvements; and WHEREAS, Eckler Engineering, Inc. has been pre -qualified as an approved consultant for engineering services by the City of Tamarac as authorized by resolution R- 2001-185 (attached as Exhibit 1); and WHEREAS, it is the recommendation of the Director of Utilities that Task Authorization No. 03-11 E from Eckler Engineering, Inc. 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. 03-11 E (attached as "Exhibit 2") with Eckler Engineering, Inc. to provide Engineering Services for the 2 Million Gallon Water Storage Tank and Water Treatment Plant Improvements for an amount not to exceed $85,000.00 and to provide Temp. Reso. #10255 September 23, 2003 3 funding from the appropriate budgeted Utilities account. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: $EgTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this resolution. SECTION 2: The appropriate City Officials are hereby authorized to accept and execute Task Authorization No. 03 11 E with Eckler Engineering, Inc. to provide engineering services for the 2 Million Gallon Water Storage Tank and Water Treatment Plant Improvements, in accordance with the City's Consulting Engineering Agreement as authorized by Resolution No. R-2001-185 on July 11, 2001, for an amount not to exceed $85,000.00. SECTION 3. The $85,000.00 is approved to be funded from the appropriate budgeted Utilities accounts. SECTION 4: The City Manager, or his designee, are hereby authorized to make changes, issue change orders not to exceed $10,000.00 per Section 6-156 (b) of the City Code, and close the contract award including, but not limited to making final payment within the terms and conditions of the contract and within the contract price. SECTION 5: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any clause, section, other part or application of this Resolution Temp, Reso. #10255 September 23, 2003 4 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 8'" day of October, 2003. ' JOE SCHREIBER ATTEST: MAYOR RECORD OF MARION S ENSON, CMC MAYOR SCHREIBERSSION VOTE: CITY CLERK DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABIS DIST 3: COMM. SULTANOF DIST 4., V/M ROBERTS ._._. I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCHELL S. KRAFT CITY ATTORNEY REG:oml ECKLER ENGINEERING, INC. March 17, 2004 442.BD Mr. James Moore, P.,E. Assistant Director of Utilities City of Tamarac 6001 Nob Hill Road Tamarac, FL 33321 Dear Mr. Moore: CON N(; CIVIL ENG/NEE EXHIBIT 1N TR 10454 Reference: Proposal for Engineering Services Task Authorization No. 04-15E 2.0 MG Water Storage Tank and Water Treatment Plant Improvements Per your request of March 16, 2004, we are pleased to submit two (2) copies of the this proposal for providing the engineering services associated with the construction of the proposed finished water storage and high service pumping improvements at the City's Water Treatment Plant. The scope of services proposal includes: Traditional and special services during construction. Our proposed not -to -exceed estimate for engineering services required during the construction phase of this project is $119,000.00. A breakdown of the fee calculation is attached at the end of the enclosed task authorization. The engineering services for the construction phase will be billed on an hourly rate plus direct expenses basis in accordance with the attached breakdown. Any unused portion of the construction services fee will not be billed to the City. Estimated construction cost opinion for the facility improvements described herein is $2,000, 000.00 to $2,330,000.00. If this information meets with your approval, please provide us with the necessary City of Tamarac purchase order so that we may proceed with this project. Eckler Engineering looks forward to working with the City of Tamarac on this important Utilities project. If you have any questions or require additional information pertaining to the enclosed scope of services or the project in general, please do not hesitate to contact me. Sincerely, )/0002v- Donald A. Eckler, P.E. Encl. outh Florida 4700 RIVERSIDE DRIVE, SUITE 110 8W ID-4700 CORAL SPRINGS. FL 33087 Pr/nled on RecyaWd AWar FAX 9541755-2741 ATE �QTM CERTIFICATE OF LIABILITY INSURANCE D PRODUCER 03/19/04 7WIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Suncoast Insurance Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Box 22668 HOLDER. THIS CERTIFICATE DOE'S NOT AMEND, EXTEND OR Tampa, FL 33622.2668 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, 813 289-5200 INSURERS AFFORDING COVERAGE INSURED Eckler Engineering, Inc. INSURERA: United States Fidelity & Guaranty 4700 Riverside Dr. INSURER B: St. Paul Fire 8� Marina Suite 110 INSURER C: Coral Springs, FL 33067 INSURER b: INSURER E: COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. VSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION A GENERAL LIABILITY 8KO1260410 11/27/03 11/27/04 EACH OCCURRENCE LIMITS $2000000 X 'COMMERCIAL GENERAL LIABILITY CLAIMS MADE X OCCUR FIRE DAMAGE (Any one fire) $300 0On MfD EXP (Arty one Person) $1 n 000 PERSONAL A ADV INJURY $2 000 000 GEN L AGGREGATE LIMRAPPLIES PER: GENERALAGGREGATE S4000000 POLICY PRO" LOC PRODUCTS •COMP/OPAGG 34 nO0 Ann A AUTOMOBILE LIABILITY BKO1260410 11/27/03 11/27/04 ANY AUTO COM13INED SINGLE LIMIT(Ea accident) S2,000,000 ALL OWNED AUTOS r 4, r t E C• E! \j' L( I SCHEDULED AUTOS �' 1 T r ', I..", j f �1 BODIL'URY $ X , HIRED AUTOS _; NON OWNED AUTOS X(Peraccident) r' BODILY INJURY $ PROPERTY DAMAGE (Per accident) S GARAGE LIABILITY ANY AUTO �`i•'.� AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC S EXCESS LIABILITY ,1;. y AUTO ONLY: AGG $ _) OCCUR u CLAIMS MADE" "•' EACH OCCURRENCE S AGGREGATE S —� DEDUCTIBLE i, ;h $ RETENTION S S B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WVA7753045 05/01/04 105/01/05 s X WCSTATU- OTH• E.L. EACH ACCIDENT $1 UO 000 E.L. DISEASE - EA EMPL OYEE $100 000 OTHER QP03804531 E.L. DISEASE . POLICY LIMIT eAnn Ann rofessional 1 12/02/03 12/02/04 $1,000,000 per claim lability $2,000,000 aggregate DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLE&EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Professional Liability is claims made and reported. City of Tamarac Is listed as an additional insured With respect to the General Liability Policy. TE HOLDER I X I AD City of Tamarac 6001 Nob Hill Rd. Tamarac, FL 33321 SHOULD ANYOF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3O — DAYS WRITTEN NOTICETOTHE CERTIFICATE HOLDER NAMED TOTH E LEFT, BUTFAILURE TODOSOSHALL IMPOSE NOOBLIGATION OR LIABILITY OF ANY19ND UPON THE INSURE RJTS AGENTS OR AUTHORIZED REPRESENTATIVE ACORD 25-S (7/97)1 of 2 9M86028 KEB 0 ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certifi ?,• ran..-, t ,': °; does riot c:: ,_ r -:rant between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does It affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. r„Nw..b ACORD 25-S (7197)2 Of 2 4MB 6 02 8 TASK AUTHORIZATION NO. 04-15E SCOPE OF SERVICES 2.0 MG WATER STORAGE TANK AND WATER TREATMENT PLANT IMPROVEMENTS INTRODUCTION This scope of services will cover engineering services required during the construction phase of the project. In accordance with the CITY's request of March 16, 2004 this scope shall cover the following: Traditional engineering services during construction. 2. Special engineering services during construction. The preliminary task order Opinion of Probable Construction Cost for the above referenced improvements is estimated at $2,000,000 to $2,330,000. ARTICLE 1 - SCOPE OF SERVICES Construction Phase Task C1- Preconstruction Activities Prior to Notice to Proceed After issuance of a Notice of Award by City, assist the City in the preparation and signing of the Contract Documents by reviewing insurance certificates, filling in any of the Contract forms to develop a conformed set of Contract Documents, distribution of documents to the City and Contractor , or any other task which may be required to get the Contractor started. The ENGINEER will also undertake other preconstruction activities which include attending the preconstruction meeting, providing preconstruction meeting minutes to all attendees, and assisting the Contractor in finalizing any permit application issues or technical assistance with any building permit review issues or questions required for the construction of this project and by providing the required number of signed/sealed drawing sets for building permits and the sets of Contract Documents required for construction. Task C2 - Consult and Advise Provide technical advise and assistance to City during the construction period and provide necessary interpretations and clarifications of the Contract Documents as required by City or Contractor. Task C3 - Review Shop Drawings Review Shop Drawings and samples, the results of tests and inspections, and other data submitted by the Contractor in accordance with the Contract Documents shall then be sent to the City for review and comment, appropriately marked and then returned to the Contractor. A total of fifty (50) submittals is the estimate basis for this item's budget. Page 1 of 6 ti ~ Task C4 - Review Pay Requests and Schedules Review eight (8) monthly pay requests and make recommendations for payment to City. Monthly pay requests will be reviewed in the field and an agreement reached between the Contractor, City's project representative, and the Engineer prior to formal submittal to City for payment. Review the Contractor's preliminary and monthly progress schedules through completion. Task C5 - Perform Periodic and Milestone Inspections Engineer will make periodic site visits at intervals appropriate to the various stages of construction to observe the work, determine conformity with the contract documents and compliance with the construction permits. It is anticipated that there will be four (4) site visits. Perform inspections to determine that the project has achieved Substantial Completion and readiness for Final Acceptance and that the Work has been completed in conformance with the Contract Documents to certify completion of construction to permitting agencies. Four(4) such site visits are anticipated. Task 06 - Progress Meetings Attend eight (8) monthly construction related progress meetings. The ENGINEER shall schedule, preside over and generate and distribute minutes of these meetings. The purpose of these meetings is to formally coordinate the activities of the Contractor and CITY to resolve any conflicts and to review working procedures as required to satisfactorily complete the project. Task CT - Contract Modifications Develop the necessary data, notes and clarification drawings required to prepare contract modifications to reflect adjustments to the construction project. Three (3) contract modifications incorporating a total of six items, is the estimate basis for this budget item. One of the contract modifications will be the final reconciliation contract modification prepared at the end of the project. When CITY requests additional contract modifications, the ENGINEER's fee may be adjusted accordingly based on a mutually agreed amount. Task C8 - Project Closeout Review the Contractor's record drawing information which shows the work as it was constructed. Prepare for CITY sets of record drawings showing those changes made during the construction process based upon information provided by the Contractor. ENGINEER shall prepare signed and sealed record drawings based on Contractor's field data ENGINEER shall submit final copies of record drawings to CITY. Attend the final project reconciliation meetings with CITY and the Contractor. Page 2 of 6 Task C9 - Regulatory Agency Documentation and Project Closeout Submittals Project services in connection with preparing certification of Final Completion of Construction to BCHD/FDEP with record drawings. Task C10 - Special Services The Engineer shall provide special services during construction consisting of the following items: Resident Services Services which will be provided by the Engineer's resident project representative will consist of the following: Make periodic on -site field observations of the Contractor's performance. The limits of the authority of the on -site representative are as defined within the Construction Contract Documents. A. Observe any tests and review the results of tests required of the Contractor by the Contract Documents. B. Observe the placement of reinforcing steel and all major concrete pours. Observe the construction of all piping and equipment placement. C. Test and check out the operation of all equipment and controls. D. Assist in the development of punch lists in conjunction with the milestone inspections to determine if the project has achieved Substantial and Final Completion and that the work has been completed in conformance with the Contract Documents. In order to estimate the efforts of the Engineer's project representative, it is anticipated that a person would need to be at the project site for an average of three (3) days a week, approximately 8 hours per day. Protect Deliverables Project deliverables for the project construction phase shall be in accordance with Table 2, attached. ARTICLE 2 - DATA OR ASSISTANCE TO BE PROVIDED BY CITY A. Provide assistance with regulatory agencies and payment of all applicable permitting fees. B. Attendance at project meetings. Page 3 of 6 /_1:491014=&M W141•];K919]J,IQ114119 Table 1 provides the preliminary project schedule based on days from the receipt of the Authorization to Proceed. ARTICLE 4 - PAYMENT AND COMPENSATION As consideration for providing the services enumerated in Article 1, the City shall pay the Engineer fees as described below: A. Construction Phase For services enumerated in Article 1, Tasks C1 through C10, the estimated not to exceed fee of $119,000.00. Engineering services during construction will be billed on an hourly rate plus direct expenses in accordance with the attached scope of work breakdown. Eckler Engineering will submit monthly invoices payable by person, hours worked, and hourly rates, plus direct expenses for these engineering services. Any unused portion of this estimated not -to -exceed fee will not be billed to the City. The fee has been determined in accordance with the scope of work breakdown attached as Table 3. The fee does not include the provision of the following items: 1. Payment of permit fees. 2. Preparation of permit submittal applications to the City of Tamarac Building Department. 3. Any expert witness or testimony services. ARTICLE 5 - AUTHORIZATION In WITNESS WHEREOF, the parties herewith subscribe the same in duplicate. ECKLER ENGINEERING, INC. By:)00"00. ,,. Donald A. Eckler, P.E. YADocuments\' CITY OF TAMARAC ML Z ff ref L. Miller City Manager GST SDC\SCOPE\Task Auth 04-15E.wpd oe Schreiber Mayor Page 4 of 6 No Text ■ TABLE 1 2.0 MG WATER STORAGE TANK AND WATER TREATMENT PLANT IMPROVEMENTS PRELIMINARY PROJECT CONSTRUCTION SCHEDULE Activity Complete To Complete (Days) (Days) 1. Notice to Proceed 0 0 2. Construction Phase to Substantial Completion 210 210 3. Construction Phase to Final Completion 30 240 Detailed schedule will be provided by the project CONTRACTOR (Remainder of page left blank intentionally.) Page 5 of 6 TABLE 2 2.0 MG WATER STORAGE TANK AND WATER TREATMENT PLANT IMPROVEMENTS LIST OF PROJECT DELIVERABLES CONSTRUCTION PHASE A. Pre -Construction • Pre -Construction conference Meeting Agenda and Minutes • Four (4) sets of full size (22" x 34") signed/sealed drawings for building permit submittal by CONTRACTOR. • Three (3) Sets of full size (22" x 34") drawings and specification booklets for CONTRACTORS use through the construction phase. B. Shop Drawings • Copies of accepted and final shop drawings. C. Construction Inspection • Site visit reports will be provided for each site visit in accordance with Task C5 of this Work Order. • Daily resident project representative reports will be provided for each site visit in accordance with Task C10 of this Work Order. D. Progress Meetings • Copies of all project meeting minutes. E. Contract Modifications • Four (4) copies of all completed contract modifications. F. Pay Requests • Copies of reviewed and accepted partial and final pay request applications. G. Record Drawings and Project Closeout • One (1) full size, signed and sealed set of record drawing prints for submittal of permit certification documents to the regulatory agency. • One (1) full size, signed and sealed set of prints, one (1) half size set of record drawings, and one (1) copy of AutoCad drawing files on CD Rom for use by CITY. • Four (4) copies of the certificate of substantial completion. Page 6 of 6 . � r ..... �, -.._._