Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-96-282Temp. Reso. #7585 Rev.#1 - 10/16/96 Rev.#2 - 12/2/96 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-96- �21 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO ACCEPT AND EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH CARR SMITH ASSOCIATES FOR A FACILITIES UTILIZATION STUDY; AUTHORIZING FUNDING IN AN AMOUNT NOT TO EXCEED $18,340; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, deficiencies in office space at certain City facilities have prompted the need for a comprehensive study of space allocations in order to determine the efficiency of current utilization; and WHEREAS, Resolution 96-62 (Exhibit 1) authorized the execution of an agreement with six consulting firms to provide continuing engineering and other professional services on an as -needed basis; and WHEREAS, Carr Smith Associates was selected as one of the firms qualified to perform professional services for the City; and WHEREAS, it is the recommendation of the Public Works Director and Public Works Operations Manager to execute an agreement with Carr Smith Associates for a professional study of Facility Space Utilization; and Temp. Reso. #7585 Rev.#1 - 10/16/96 Rev.#2 - 12/2/96 WHEREAS, funding is budgeted and available for this purpose in an amount not to exceed $18, 340; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the citizens and residents of the City of Tamarac to retain Carr Smith Associates to provide professional services; and 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 is hereby made a specific part of this Resolution. SECTION 2: That the appropriate City Officials are hereby authorized to execute an agreement with Carr Smith Associates to provide professional architectural services to the City, a copy of said agreement being hereto attached as Exhibit "2". SEQTION 3.. That funding in an amount of $18,340 is hereby carried forward from the FY 1996 Budget to the FY 1997 Budget and authorized for this purpose. SECTION 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SCTI.QN 5- 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. Temp. Reso. #7585 Rev.#1 - 10/16/96 Rev.#2 - 12/2/96 SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of 1J2.C&w ber 1996. LARR MISHKIN VICE MAYOFI- ATTEST: CAROL A. EVANS CITY CLERK I HEREBY CERTIFY that I hav approved this O UTION as to kv fo ! RECORD OF COMMISSION VOTE i MAYOR , ( DIST 1: M CHELL S. RAT DIST 2: M mt 'UN CITY ATTORNEY DIST I DIST 4: (MG -Commission Mtg. 10/23/96) fl G( Temp. Reso. #7328 Revision #1 3113/96 Revision #2 3/22/96 Top. jRao. No, CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-96 �12 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AGREEMENTS WITH SIX (6) CONSULTING FIRMS TO PROVIDE ENGINEERING SERVICES TO THE CITY ON AN "AS -NEEDED" BASIS; PROVIDING FOR CONFLICT; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac publicly advertised Expression of Interest No. -0 95-21 for Professional Engineering Services in the Fort Lauderdale News/Sun Sentinel on October 22 and 29, 1995; and WHEREAS, on November 28, 1995, the submittals from the following seventeen (17) firms were opened: 1. Carr Smith Associates 2. Craig A. Smith & Associates 3. Professional Services Industries, Inc.. 4. Bermello-Ajamil P & Partners, Inc. 5. Camahan-Proctor and Associates, Inc. 6. Hartman & Associates, Inc. 7. Keith and Schnars, P.A. 8. De Rose & Slopey Consulting Engineers, Inc. TEMP.RESO. No. Temp. Reso. #7328 Revision #1 3/13/96 Revision #2 3/22/96 9. Bailey Engineering Consultants, Inc. 10. Gee & Jenson, Engineers -Architects -Planners Inc. 11. LakdasNohalem Engineering, Inc. 12. Consul -Tech Engineering, Inc. 13. Miller, Legg & Associates, Inc. 14. Kimley-Horn and Associates, Inc. 15. Kisinger Campo and Associates, Corp. 16. Post, Buckley, Schuh & Jernigan, Inc. 17. Quentin L. Hampton Associates, Inc., Consulting Engineers; and WHEREAS, the Public Works Director, City Engineer, and Stormwater Utility Engineer have reviewed the seventeen (17) submittals and recommend the appropriate City Officials be authorized to execute agreements for professional engineering services on as "as -needed" basis with the following six (6) firms: 1. LakdasNohalem Engineering, Inc. 2. Quentin L. Hampton Associates., Inc. 3. Carnahan -Proctor and Associates, Inc. 4. Carr Smith Associates 5. Miller Legg Associates, Inc. 6. Professional Service Industries, Inc; and • 2 TEMP. -RESO. NO. 1 • Temp. Reso. #7328 Revision #1 3113/96 Revision #2 3/22/96 WHEREAS, the City Commission of the City of Tamarac, Florida deems it in the best interest of the citizens and residents of the City of Tamarac to authorize the appropriate City Officials to execute and enter the City into an agreement with the six (6) firms listed above. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA: Section 1: That the foregoing ,WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution. Sectign_1 That the appropriate City Officials are hereby authorized to execute agreements with the six (6) firms listed above, copies of which are attached hereto as "Composite Exhibit "A". Section: That if any clause, section, or part of 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 portion or application of this Resolution. 3 i lmrmup. RRESQ. No. L-6 • Temp. Reso. #7328 Revision #1 3/13/96 Revision #2 3/22196 Section 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. S-ectiglL This resolution shall become effective immediately upon its passage and adoption. 14 PASSED, ADOPTED AND APPROVED this � day of , 1996. C� ATTEST: , A. EVANS CLERK MITCHELL S. KRAFT CITY ATTORNEY ges/bl 3127/96 mtg. • RECORD' OF COMMISSION VOTE MAYOR &URAMOWU DIST.1: COMM. MCKAYE DIST.2: COMM. MISHKIN DIST.3: COMM. SCHREIBER a DIST.4: V/M MACHEK 2 TEMR -RESO. No. 0 CITY OF TAMARAC CITY CONSULTING ENGINEERING SERVICES This Agreement, made and entered into and effective this day of —.A.0 r I' 1996 by and between: THE CITY OF TAMARAC, a municipal corporation, created pursuant to the laws of the State of Florida, hereinafter called "CITY" and CARR SMITH ASSOCIATES, hereinafter called "CONSULTANT" WHEREAS, CITY requires professional engineering services on a continuing basis to perform such specific services as CITY may, from time to time, 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, CITY in accordance with Florida Statutes Section 287.055, Consultants competitive Negotiation Act, has selected "CONSULTANT" as one of the top six ranked firms determined by CITY to be most qualified to perform said continuing type Engineering 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: 1. 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 proposed intent of the proposed projects. Standards of Design not available from CITY shall be developed by CONSULTANT. CONSULTANT shall perform engineering services related to various miscellaneous projects, including but not limited to services as Consulting TEMP. RESO. No. 7 Engineer with respect to roadway and traffic engineering services. Each specific task to be performed shall be identified and described in detail by a separate written authorization by CITY, and 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 as follows: A. A,'_'j,'ENDANCE Al 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 authorized task -- such as a meeting at which CONSULTANT's specialized knowledge is needed by CITY, or a meeting conducted so as to develop or disseminate criteria or data that will be needed by CITY in order to establish a new task, or a meeting at which CONSULTANT will act as a representative of CITY. In order to minimize administration, attendance by CONSULTANT at all such meetings shall be considered as part of one continuing task. This Agreement shall be deemed as the written authorization for that task, and CONSULTANT's Job Number for that task hereby is established as 1457. However, CONSULTANT shall not attend any particular meeting unless CITY has issued specific oral instructions that CONSULTANT is to attend. The scope of work for Job Number 1457 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 Job Number 1457 will identify the specific meetings to which they apply. All fees for services on Job Number 1457 will be compensated as defined in Section M.A. herein. B. 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 is available to CITY's own engineering staff. C. O3MR SERVICES. Upon determination by CITY that it is in need of engineering services of one of the type listed below, it may issue a separate written authorization for 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. ►A TEMPAES4. No, 7 3. Engineering Design, including preparation of construction documents, assistance during bidding and award of contract, preparing a tabulation of the bids received, and provide a written recommendation for contract awards. 4. Surveys, property plats, and descriptions. 5. 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. 6. Other Engineering Services CITY wishes CONSULTANT to complete will be defined in a Task Order. Each Task Order shall be clearly defined in writing and attached to this Agreement as an Addendum. Each Addendum shall be numbered in sequence, and correlated to CITY's Capital Improvement Project Number and title if applicable, dated, 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. Each Task Order 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 of CITY shall constitute authorization to proceed by the CONSULTANT for services defined by that Task Order. H. 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 contrary designations, CONSULTANT may assume that the Director of Public Works and the City Manager each shall be so authorized, and this Agreement shall constitute the required written designation. B. CITY shall assist CONSULTANT in obtaining all background information necessary to the accomplishment of assigned tasks, and shall provide reasonable access to all existing records, data:, and physical facilities. In addition, CITY shall forward to CONSULTANT, on 'a -continuing basis copies of all recurring reports related to the physical and financial status of its utilities, and all correspondence related thereto. 3 TEMP. -RESO. No. C. CTTYshall pay for all costs of publishing advertisements for bids and for obtaining permits and licenses that may be required by local, State or Federal authorities and shall secure the necessary land. easements. and rights -of -way. In order to expedite the processing of an application for a permit or license, CM 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 fees, Without regard to the types of fees applicable to the project involved. III. FEES AND PAYMENTS (see Exhibit A attached) A. Each written authorization for an individual task 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. Actual Dirga Salary Cost -Plus a Eerccnt of Actual Directsaluy_Costs Plus Non -Sal= Cgsts. Salary costs are defined to be actual direct hourly wages paid to CONSULTANT's employees, computed by taking the annual salary and dividing by 2,340 hours per year. This base hourly rate, limited to the work classifications as listed in Exhibit "A", are attached hereto, shall be used to calculate all times directly chargeable to any authorized assignment. The percent of actual direct hourly wages for CONSULTANT's office staff employees shall be 200 percent of actual hourly wages 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 defined heareinbefore). 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 the CONSULTANT. Non -salary costs shall include, but not limited to necessary transportation costs, include mileage at CM's current rate per mile when CONSULTANT's own automobiles are used outside Broward County, laboratory tests, and analyses, computer services, use of computers for CADD and word processing, automatic typing equipment, long distance telephone, printing, binding, and reprographic charges. When technical or professional services have been furnished by outside services, as requested or approved by CITY, an additional ten percent (10%) of the cost of these services shall be added for CONSULTANT's administrative and continuing PROJECT responsibilities for outside services less than $10,000.00 When outside services exceed $10,000.00, the percentage shall be reduced to seven percent (y%). - 4 �i TEMP. RESO. No. 0 2. Under certain conditions. CITY may accept: a, provided CONSULTANT can substantiate his costs and profit. margin, and CITY determines its reasonableness. b. Cost Pluse provided CONSULTANT can substantiate his costs and the fixed fee margin is accepted by CITY as reasonable. 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, unless some other mutually agreeable period of required payment is established in the authorization for a specific task. It is understood than an invoice cannot be paid until it has been approved by City Commission, which normally holds scheduled meetings on the second and fourth Wednesdays of each month. However, each year the Commission is in recess during the month of August. Therefore, if the agreed period of required payment for any invoice should end during the period from the eighth day before the fourth Wednesday in July through the sixth day after the second Wednesday in September, inclusive, then it is agreed that the period of required payment for that invoice shall be extended so as to end on • the third Wednesday in September. CONSULTANTshall submit monthly invoices to CITY through the Public Works Director. The Director will review the invoices to insure all charges are allowable and reasonable before recommending payment of the invoice by the CITY. As a minimum requirement, each Task Order 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. 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, except for oral authorizations regarding Job Number 1457, as noted herein before. Each separate task authorization shall include information as to start and completion times for that task. V. MISCELLANEOUS PROVISIONS A. BOOKS OF ACCOUNT. CONSULTANT will maintain local records of payroll is costs, travel, subsistence, field and incidental expenses applicable to assigned tasks. • is TEMP. RESO. No. Said records will be made available for examination by CITY at CONSULTANT's offices located at 3313 West Commercial Boulevard, Suite 110, Ft. Lauderdale, Florida 33309. Official Books and Accounts of CONSULTANT are usually kept and maintained at the CONSULTANT's Miami office located at 4055 NW 97 Avenue, Miami, Florida 33178. B. INSUALICE. Prior to beginning of any work or program covered by this Agreement, CONSULTANT shall deliver to CITY certificates of insurance duly executed by the officers or authorized representatives of a responsible and nonassessable insurance company, evidencing the following minimum coverages and specifically identifying CITY as an additional insured, which insurance shall be noncancellable, except upon ten (10) days' prior written notice to CITY. Individual Qccurrence Aggregate Public Liability Bodily Injury, Including Death $1,000,000 $2,000,000 Property Damage 100,000 300,000 Automobile Liability Bodily Injury Including Death 1,000,000 1,000,000 Property Damage Professional Liability $2,000,000 C. WD S' ,COMPENSATION CONSULTANT hereby certifies that it has accepted the provisions of the workers' compensation laws of Florida, insofar as the work covered by this Agreement is concerned, and that it has insured its liability thereunder in accordance with the terms of said Acts, as evidenced by the certificate of insurance which is attached to this agreement. D. In the event the work herein contemplated, or any part thereof, shall be abandoned due to circumstances which CITY considers to be to its own best interests, CONSULTANT shall not be entitled to any further payment, for such work or 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. C E TEMP. RESO. No. E. U"YS 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. F. DISE=S AND N ERPRETAT (LEI. In the event of any disputes as to interpretation of the terms of this Agreement, the decision of CITY shall be final and enforceable in a court of competent jurisdiction in the venue of Sroward 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 in accordance with the rules of the American Arbitration Association then obtaining, should both parties consent to participate in arbitration. Acceptance of the f nal 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. 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. All data developed pursuant to this Agreement shall be the property of CITY and CITY shall have the fiill right to use such data 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. 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 a registered Professional Engineer in the State of Florida shall not be modified, changed or altered without the express written permission of CONSULTANT. CITY shall indemnify and hold CONSULTANT harmless for any loss or expense for any damages arising out of the modification or use for other projects of CONSULTANT's data and plans, without the specific adaptation by and consent of CONSULTANT. 3. Copyrights. No data developed or prepared in whole or in part under this Agreement shall be subject to copyright in the United States of America or any other country. CONSULTANT hereby relinquishes or shall cause to be relinquished any and all copyrights and/or privileges to data developed or V/ TEMP. RESO. No. prepared under this Agreement without any additional payment to CONSULTANT therefore, CONSULTANT shall not include in the data any copyrighted matter unless CONSULTANT obtains the written approval of the City Manager and provides said City Manager with written permission of the copyright owner for CONSULTANT to use such copyrights matter in the manner provided herein. H. C=LIANCE WITH LAWS. CONSULTANT shall fully obey and comply with all 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. I. AbM-DISCRIMINATION. CONSULTANT agrees that in the performance of this Agreement, that it will not discriminate or permit discrimination in its hiring practices or in the performance of this Agreement against any person on the basis of race, sex, religion, political affiliation, handicap or national origin. J. SUBCONTRAC=G. None of the work or services covered by this Agreement shall be subcontracted without the prior written approval of CITY. Some specialty subconsultant work is permissible wherein said services can be expeditiously and economically handled by local firms provided written permission is granted by is CITY. K. ASSIGNMENT. CONSULTANT shall not assign this Agreement or any right to monies to be paid hereunder without the prior written consent of CITY. L. CONSTRUCTION ESTIMATES. Estimates of cost for any facilities considered and designed under this Agreement are prepared by ENGINEER through exercise of its experience and judgment in applying presently available cost data, but it is recognized that CONSULTANT has no control over cost of labor and materials, or over the Contractor's methods of determining prices, or over competitive bidding procedures, market conditions, and unknown field conditions so that it cannot and does not guarantee that proposals, bids or the project construction costs will not vary from its cost estimates. M. SITE VISITS. Visits to the construction site and observations made by CONSULTANT as part of his services shall not relieve the construction contractor(s) of his obligation to conduct comprehensive inspections of the work sufficient to insure conformance with the intent of the Contract Documents, and shall not relieve the construction contractor(s) of his full 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 8 TEMP. RESO. No. �.. construed as part of the inspection duties of the on -site inspection personnel defined in other parts of this Agreement. N. ON -SITE MONITORING. The resident observation personnel 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 all construction work in accordance with the Contract Documents. O. TIME OF PERFORMANCE. CONSULTANT shall commence performance on each specific Task Order upon receipt of written Notice to Proceed from CITY. The work shall be completed in accordance with the schedule included in the Task Order. P. oBLIGA11Qh1s OF clTy ][o CODiSULTANT, 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 for all necessary approvals from all City of Tamarac departments and administration of public meetings in CM. CONSULTANT shall prepare exhibits and displays, information handouts, notes and minutes and assist CITY in conducting all meetings. Q. MONITORING. CONSULTANT's work shall be subject to the inspection and direction of the CITY which shall conduct periodic reviews with CONSULTANT. Where CONSULTANT's work is unsatisfactory to CITY, it shall be corrected by CONSULTANT 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 and failure to do so shall allow such corrective action as necessary to be billable to CITY. CONSULTANT will indemnify CITY for an increased construction costs solely and proximately caused by negligence on the part of CONSULTANT concerning any assigned project. R F„XTR A SERN ES, If extra services are required for satisfactory completion of the work or any phase thereof, and extra costs are thereby necessarily incurred by CONSULTANT. CONSULTANT may be reimbursed only upon execution of a Supplemental Agreement between the parties. However, CITY shall not reimburse CONSULTANT for any extra 'services occasioned by interruption, postponement or abandonment of the work because of circumstances which CITY deems to be in its best interest, provided CITY provides proper written notice to CONSULTANT 0 of such interruption, postponement or abandonment of the work. In such case, CITY 6 TEMP. -RESO. No. 75' • shall pay only the costs of services rendered up to the time of such interruption, postponement, or abandonment. S. CMSIITANT'S REPRESaTAIIYE. 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. T. WRIZM 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 of notice to wit: Fgr CITY With Col2y to Robert S. Noe, Jr. Mitchell Kraft City Manager City Attorney • City of Tamarac City of Tamarac 7525 Northwest S$th Avenue 7525 Northwest $Sth Avenue Tamarac, Florida 33321 Tamarac, Florida 33321 For CONSULTANT Robert J. Behar, F.E. Principal Carr Smith Associates 3313 West Commercial Boulevard Suite 110 Ft Lauderdale, Florida 33309 U. 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 frilly 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 0 CITY's termination of this Agreement, in an amount in excess of actual costs 10 L (� TEMP. RES0. No. r� incurred b CONSULTANT in performing work previously authorized and fully Y performed prior to the date on which notice of termination is sent by CITY. V. NM -EXCLUSIVE AGREEMENT. CITY reserves the right to contract other engineering firms as Consultant Engineers pursuant to the "Consultants Competitive Negotiation Act". Nothing in this agreement alters or cancels the terms and conditions or prior agreements for engineering services between these parties or between CITY. W. MEMNIFICATIQN. CONSULTANT, its directors, officers, stockholders, heirs, and assigns hereby agree to indemnify, hold harmless and defend the City of Tamarac and/or its officers, agents, or employees acting within the scope of their employment, from any suit, claim, liability, loss or damage arising out of or in connection with CONSULTANT's failure to reasonably perform CONSULTANT's duties and responsibilities pursuant to this Agreement, including attorney fees. X. 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 CM. Y. ATTORNEYS FEES. Should CITY successfully bring any manner of legal action against CONSULTANT, or successfully defend against any suit brought by CONSULTANT's, arising out of or in connection with disagreement, CONSULTANT agrees to pay all reasonable attorneys' fees as well as costs incurred by CITY in bringing or defending such an action. Z. MODIFICATIONS. It is further agreed that no modification, amendment or alteration in the terms of 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. AA. AUTHORIZING ACTION. This Agreement is entered into by CITY purm t to a MotionlResolution of the City Commission passed at a meeting held on .ttJi �'� 1996. 11 IN WITNESS first above write 0 Yresit - Brian J. Mirson Atte5 By: TEMP. RESO. No..�.,�. �`�.. the parties have duly executed this Agreement the day and year By: 4"" tayMorg&-WNVPkMAN ADRAM& i rz (70> r\� By: ] 'f� Q.,A City Manager - RovsvAr S. `oEi JA. 12 ATTEST: 2-zi--Z Sy: City Clerk - CAkcL A. EJR)Js to Form: Attorney for thelity of Tamarac CARR SMITH SSOCJATES TEMP. -RESO. No. 75� City of Tamarac October 8, 1996 CITY OF TAMARAC FACILITIES UTILIZATION STUDY / FEE PROPOSAL 10/7/96 $eope_of Work The scope of work shall include a complete "Facilities Utilization Study" of the following public buildings for the city of Tamarac: Utilities / Engineering Building Public Works (2 floors) Multipurpose Center Recreation Center Water Treatment Plant Municipal Complex - offices (2 floors) Broward Sheriff's Office Fire Station No. 1 Fire Station No. 2 The purpose of the study is to analyze the city's existing space allocation, provide a prototype comparison in order to decipher any deficiencies and provide a schematic solution to meet the space requirement needs including expansion over the next 10 years. The fee -. estimate enclosed, provides a concise breakdown of the tasks involved in completing this study. Deliverables Carr Smith shall provide a summary of the study in a report format including a prototype comparison list, questionnaire data, adjacency matrix, cost estimate and graphic illustrations of existing conditions, proposed reallocation and furniture layouts. If the study determines - +�-- the need for new construction, Carr Smith can provide a fee estimate for design and construction documents at that time. Fee Estimate The total fee for the scope of work described above is a lump sum of $18,340.00. Following is a breakdown of this estimate: W--.-.... ■ 0 (.ARR_.SM1TH.L,*1SS0.(UTES TEMP. RES4. No. 7.� City of Tamarac October 8, 1996 L RESEARCH / COORDINATION OF EXISTING DATA $5,940.00 The coordination and verification of existing data is critical to the successful analysis of the city's facilities. This phase of the project shall include the following: I) Verifj4ation of Existing Plans / Furniture The as -built / construction document floor plans provided by the city need to be verified via a staff member from the architects office through on -site inspections. In addition, the existing furniture, phones, and computer stations shall be tabulate and located graphically for use in developing cost estimates and schematic solutions. 2) Preparation and Induction of Space Allocation Questionnaire Carr Smith shall prepare a formal questionnaire targeting departmental needs, adjacency requirements and description of function. The data from this questionnaire shall be used in defining the adjacency matrix and conceptual solutions. IL -U=ATION ANALYSIS2 400.0 The utilization analysis of existing and proposed conditions is commonly accomplished p through the two-step process described below: 1) Prototype Comparison List One of the first steps in analyzing the existing space conditions is the preparation of a prototype comparison list. This list depicts a standard s.f. requirement from which the existing facilities shall be compared. Standards - �- - -- such as "Timesaver Standards", government minimums and programming guides shall be averaged as a basis for comparison. This list shall set the s.f. limit for all occupied spaces, delineating the difference in office space for example between a department head, assistant, administration, etc. This list shall be broken down into 3 columns: 1) prototype s.f., 2) existing s.f., and 3) resulting deficiency, and shall subsequently be utilized in determining the overall deficiency in space. 2) Adjacency Matrix An adjacency matrix shall be coordinated through the use of data derived from the questionnaire. This matrix illustrates essential departmental adjacencies critical to the efficient function of each department. The matrix is a tool used in preparing the bubble diagram / conceptual layout. ■ CARR S ITH ',"SSOCIATES TEMP. RESO. No...,, �J 0 City of Tamarac October 8, 1996 III. GRAPHIC SOLUTIONS /_COST ESTIMATES $12,000.00 The final phase of the analysis provides the deliverables of the analysis: schematic floor plans and a detailed cost estimate: il Schematic Floor „Plans The first step in graphically programming the new reallocation of space per the results of the utilization study is the production of conceptual bubble diagrams. These diagrams, aptly named, prioritized functional relationships through graphic representation of critical, moderately important and not necessary adjacencies. These diagrams are used as communication tools in the process of defining the reallocated space. The schematic design plans shall include the furniture layout, and electrical needs so an accurate cost estimate for the renovation / addition can be provided. These plans shall be scaled drawings illustrating a proposed solution in plan to the space needs for all of the buildings stated. If the space utilization study determines that a new building should be built, only the square footage requirements and suggested departments shall be tabulated. Additional services shall be requested for schematic designs of a new building or exterior additions to an existing building if the need is determined since this is an unknown quantity at this time. 2) Corresponding Cost Estimate A detailed cost estimate, broken down into the standard 16 CSI division format shall be provided. The cost estimate can be broken down into strategic groupings of work so the city can use to phase the project it' needed. TOTAL FEE $189340.00 ■ CARR SMITH .SSO(�ITES TEMR-RES0. No.Z • 10— E City of Tamarac October 8, 1996 Time Schedule The complete product can be delivered to the City within 4 months of the Notice to Proceed for this proposal. CARR SMITH ASSOCIATES ana Gold , RA Project Manager Dated: /0 • of - I &O CITY OF TAMARAC '3- S. 0 Signature of Approval Title: C i. , -1 q,nLiq Print Namur S. peg'Tr. Dated: 19114 Larry Misr in, Vice Mayor Dated: / le�✓ 3 A Y cc So Ci Z a ME W W 1 1 a m W LL. co CD • z a • w a � w w m LL o w � w a • c W Z U • W � C7D 2 LL O h�- U � W m O • w o z z a e I Q o� d oz a o i5 w _ 3 Wo �- _ Q _ LL.ID 3 3 a U 0 t- w w w w a z w d g GC w x w x w a o U o Q La" c? 'RE p O c� U 4 a 0 U m m x U co o° _, ti c i o U d z U- d m U O LU Li NOIIVNIOa00O SISAIVNV 31VWI1S3 1S0o / HOEIV3SM '1 NOIIVZIIiin *n / SNOunioS OIHdVaJ I