Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2000-097Temp. Reso #8965 Page 1 3/21 /00 Revision #2 — 3/29/00 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2000- q A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO AWARD LOI #L00-03 AND EXECUTE AN AGREEMENT WITH EMERGENCY SERVICES CONSULTING GROUP TO PROVIDE A FIRE STATION FEASIBILITY AND SITE STUDY FOR AN AMOUNT NOT TO EXCEED $36,700.00, AND APPROVE FUNDING IN THE AMOUNT OF $36,700.00 FROM THE APPROPRIATE FIRE RESCUE ACCOUNTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. Whereas, the City of Tamarac established a Fire Department to meet the emergency needs of our community in 1975;and Whereas, the City opened Fire Station 1 in 1978; and Whereas, Fire Station 2 was opened in 1980; and Whereas, the City population has increased in excess of 50,000 and is expected to continue to grow; and Whereas, the increased population has placed increasing demands for service on the Fire Rescue system including medical transport, fire protection, safety education Temp. Reso #8965 Page 2 3/21 /00 Revision #2 — 3/29/00 and emergency preparedness; and Whereas, the City has established and desires to maintain a high quality level of service; and Whereas, a feasibility and site study will assist in identifying the needs of the community and an appropriate site for a fire station; and Whereas, the City published Letter of Interest #L00-03 for a feasibility and site study to be performed for Fire Station 3 (Exhibit "A"); and Whereas, the City examined responses from Manuel Synalovski Architects, Inc. and Emergency Services Consulting Group, to the Letter of Interest and a Selection and Evaluation Committee consisting of Fire Chief Jim Budzinski, Building Official Paul Gioia, International Association of Firefighters, Local 3080 District Vice President Lt. Rex Van Mehren, Management and Budget Officer John Ralston and Assistant Public Works Director Mark Greenspan, determined that Emergency Services Consulting Group was best able to meet the needs of the City; and Whereas, the City has negotiated a contract with Emergency Services Consulting Group for their services at a lump sum fee of thirty six thousand seven hundred dollars ($36,700.00); and Whereas, it is the recommendation of the Fire Chief and the Purchasing/ Contracts Manager that this contract be awarded to Emergency Services Consulting Group; and Temp. Reso #8965 Page 3 3/21 /00 Revision #2 — 3/29/00 Whereas, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the City of Tamarac to award the contract to Emergency Services Consulting Group for the feasibility and site study for Fire Station 3, at a cost not to exceed thirty six thousand seven hundred dollars ($36,700.00). NOW, THEREFORE, BE IT RESOLVED BY THE 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: Emergency Services Consulting is awarded the letter of interest for the feasibility and site study for Fire Station 3 at a cost not to exceed thirty six thousand seven hundred dollars ($36,700). SECTION 3: The City Manager or his designee is hereby authorized to execute the Agreement between Emergency Services Consulting Group and the City of Tamarac to provide a feasibility and site study for Fire Station 3 (attached hereto as Exhibit B). SECTION 4: That all resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 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 effect the validity of the remaining portions or applications of this Temp. Reso #8965 Page 4 3/21 /00 Revision #2 — 3/29/00 Resolution. SECTION 6: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 16;� day of April, 2000. .002 SCHREIB MAYOR ATTEST: 1 MARION SWENsbN, INTERIM CITY CLERK I HE��k CER7;FY tllat I have avrroved this RESOLUTION as to form. MITCAVLL S. KR, CITY ATTORNEY RECORD OF COMMISSION MAYOR SCHREIBER DIST 1: COMM. PORTNER _, DIST 2: COMM. MISHKIN _.._, DIST 3: COMM. SULTANOF _ DIST 4: VIM ROBERTS • EXHIBIT A TEMP RESO # 8965 City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www.tamarac.org DATE: October 22, 1999 LOI NO. 00-L-03 REQUEST FOR LETTERS OF INTEREST ALL INTERESTED PARTIES: The City of Tamarac, Florida, hereinafter referred to as CITY, will receive sealed Letters of Interest (L.O.I.) together with the Qualifications Statement and Proposal Form included herein and any other information relative to the experience, expertise, or proficiency of the Proposer, at the office of the Purchasing and Contracts Manager, City Hall, 7525 NW 88 Avenue, Tamarac, Florida 33321-2401, (954) 724-2450, for furnishing the services described below: FIRE STATION #3 FEASIBILITY STUDY L.O.I.'s must be received and time stamped by the Purchasing Division, either by mail or hand delivery, no later than 4:00 p.m. local time on Tuesday, November 9 1999. Late submittals, additions or changes will not be accepted. CITY reserves the right to reject any or all L.O.I.'s, to waive any or all L.O.I.'s received, to re -advertise for L.O.I.'s, to award in whole or in part to one or more Proposer's, or take any other such actions that may be deemed to be in the best interest of the CITY. 4z'4- "tr Lynda S. Flurry, CPPO Purchasing/Contracts Manager Publish: 10/24/99 & 10/31/99 Equal Opportunity Employer L1 I. STATEMENT OF THE WORK Pursuant to Florida Statutes, Chapter 287.055 (Consultants Competitive Negotiations Act) and Tamarac City Code, Section 6-151(2), Professional Services, the City of Tamarac seeks to identify Engineering and/or Fire Protection Consulting Firms with substantial experience and capabilities to complete the following: Scope of project shall consist of evaluation, design and implementation of the emergency service needs of the City of Tamarac. Included shall be determining the number and type of units needed to provide emergency services; determining the ideal and practical location of the fire station; determining the required facilities within the station; and implementation of an approved expansion plan. II. QUALIFICATIONS OF PROPOSERS Proposals will be considered from qualified firms whose experience includes successful work in the industry. 0 Proposers should submit one (1) original and four (4) copies and respond to each of the following items as clearly as possible: 1. A brief but complete history of your company. 2. Anticipated approach, scope and time line to complete the proposed project. 3. Completed SF-254. 4. Completed SF-255. 5. Resumes of key personnel who will actually be assigned to the project and describing their role. Note: Tamarac expects those listed to be those who will actually perform the work. No substitutions will be permitted except in the most dire conditions. 6. A list of five (5) similar projects performed including the following information: a. Name of the entity for which the work was performed; b. Brief description of the scope of the project; C. Amount of initial contract award; d. Total number of change orders to the contract; e. Total value of change orders for the project; f. Name of contact person with the entity and current telephone number who can knowledgeably discuss your firm's role and performance in the project. 7. Provide financial statements for your company's past three (3) years of operation. 8. Any other information the firm feels is relevant to evaluating the firms qualifications. 9. Ability to complete the work products within ninety (90) days of notice to proceed. III. SUBMISSION REQUIREMENTS One (1) Original and four (4) copies of the submittals should be mailed or hand delivered to: City of Tamarac Purchasing Division 7525 N.W. 88th Ave. Tamarac, FL 33321-2401 Attn: Lynda Flurry, Purchasing and Contracts Manager The outside of the envelope shall be clearly marked "Fire Station #3 Feasibility Study - LOI No. 00-L-03". IV. SELECTION/NEGOTIATION PROCESS A Selection/Negotiation Committee has been appointed by the City Manager and will be responsible for selecting the most qualified firm then negotiating a contract. Each firm should submit documents that provide evidence of capability to provide the services required for the committee's review for short listing purposes. The short listed firms will then be contacted via telephone and a follow-up letter to prepare for a presentation to the committee so that a final firm can be selected. The committee will then attempt to negotiate an agreement which can be recommended to the Tamarac City Commission for award. V. Insurance Requirements Bidder 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 Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. The following are required _types and minimum limits of insurance coverage which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Aggregate *Commercial General Liability $1,000,000 $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 Automobile Liability $1,000,000 $1,000,000 Workers' Compensation & Employer's Liability Statutory The City reserves the right to require higher limits depending upon the scope of work under this Agreement. 4 Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the Cite with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder 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. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self - insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder 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 0 insurance. • �i All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded shall not be canceled, materially changed or renewal refused until at least thirty (30) calendar days written notice has been given to the City by certified mail. GOVERNING LAW. INTERESTED VEND 'ORS WILL AGREE THAT CONTRACTS SHALL BE GOVERNED BY THE LAWS OF THE STATE OF FLORIDA. VENUE WILL BE BROWARD COUNTY. The firm with whom a contract will be negotiated will be required to complete the following forms entitled, "Sworn Statement under Sec. 287.133(c)(a), F.S., on Public Entity Crimes", "Offeror's Qualification Statement", "Non -Collusive Affidavit" and "Drug Free Workplace Certification". VI. ADDITIONAL INFORMATION FOR ADDITIONAL INFORMATION REGARDING THE SCOPE OF THIS PROJECT CONTACT: 0 Jim Budzinski, City of Tamarac Fire Chief at (954) 724-2436 Attachments: 1. Evaluation Factors 2. Public Entity Crimes Form 3. Offeror's Qualification Statement 4. Non -Collusive Affidavit 5. Vendor Drug -Free Workplace I ATTACHMENT 1: EVALUATION FACTORS WRITTEN MATERIAL Points \ 1.0 Firm Qualifications 35 1.1 Qualifications of key staff proposed for the project 25 1.2 Stability of key staff 10 • I-] 2.0 Project Experience 30 2.1 Customer references 15 2.2 Similar types of projects 15 3.0 Experience and Technical Capabilities 10 3.1 Stability and breadth of company 10 4.0 Approach 25 4.1 Anticipated approach 20 4.2 Proposed schedule and team 5 Total 100 C ATTACHMENT 2: SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NQTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with Bid, Proposal or Contract No. to the City of Tamarac for 2. This sworn statement is submitted by and (name of entity submitting sworn statement) Federal Employer Identification Number (FEIN) (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 3. My name is and (please print name of individual signing) my relationship to the entity named above is 4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entity of a plea of guilt or nolo contenders. 6. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida I* Statutes, means: (1) A predecessor or successor of a person convicted of a public entity crime: or (2) An entity under' the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, Partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The owner by one (1) person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one (1) person controls another person. A person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. 7. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and 0 which bids or applies to bid on contracts led by a public entity or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in management of an entity. 8. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity were charged with and convicted of a public entity crime after July 1, 1989. The entity submitting this sworn statement, or one (1) or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity was charged with and convicted of a public entity crime after July 1, 1989. The entity submitting this sworn statement, or one (1) of its officers, director, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or the affiliate of the entity has been charged with 0 and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH (ONE) ABOVE, IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY (TWO) OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Date: ACKNOWLEDGMENT State of Florida County of (Signature) On this the day of 19—, before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: NOTARY PUBLIC, STATE OF FLORIDA (Name of Notary Public: Print, Stamp, or Type as Commissioned.) () Personally known to me, or ( ) Produced identification: (Type of Identification Produced) ( ) DID take an oath, or () DID NOT take an oath. OPTIONAL INFORMATION Type of Document: Number of Pages: Number of Signatures Notarized: 9 ATTACHMENT 3: OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac (Purchasing & Contracts Manager) ADDRESS: 7525 N.W. 88th Avenue Tamarac, Florida 33321 CIRCLE ONE SUBMITTED BY: Corporation NAME: Partnership ADDRESS: Individual PRINCIPAL OFFICE: Other 1. State the true, exact, correct and complete name of the partnership, corporation, trade or fictitious name under which you do business and the address of the place of business. The correct name of the Offer is: The address of the principal place of business is: 2. If Offeror is a corporation, answer the following: a. Date of Incorporation: b. State of Incorporation: c. President's Name: d. Vice President's Name: e. Secretary's Name: f. Treasurer's Name: g. Name and address of Resident Agent: 10 3. If Offeror is an individual or a partnership, answer the following: a. Date of Organization: b. Name, address, and ownership units of all partners: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? a. Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. 0 11 8. Have you ever failed to complete any work awarded to you? If so, state when, where and 0 why? 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representative of owners with the most knowledged of work which you have performed or goods you have provided, and to which you refer (government owners are preferred as references). (Name) Address (Phone number) (Name) Address (Phone number) (Name) Address (Phone number) 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary). 11. State the name of the individual who will have personal supervision of the work: THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO PERFORM UNDER THE CONTACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CANCEL AND TERMINATE THE AWARD AND/OR CONTRACT. (Signature) 0 12 �1 L..J ACKNOWLEDGMENT State of Florida County of On this the day of , 19 , before me, the undersigned Notary Public of the State of Florida, personally appeared and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC SEAL OF OFFICE: (Name of Notary Public: Print, Stamp, • Or Type as Commissioned.) O Personally known to me, or () Produced identification: (Type of Identification Produced ( ) DID take an oath, or ( ) DID NOT take an oath. OPTIONAL INFORMATION Type of Document: Number of Pages 0 13 Number of Signatures Notarized: ATTACHMENT 4: NON -COLLUSIVE AFFIDAVIT State of ) ) ss. County of ) IN being first duly sworn, deposes and says that: (1) He/she is the , (Owner, Partner, Officer, Representative or Agent) of the Bidder that has submitted the attached Bid; (2) He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, • representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which the attached Bid has been submitted; or to refrain from bidding in connection with such work; or have in any manner, directly or indirectly, sought by person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed work; (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. 0 14 Signed, sealed and delivered 40 in the presence of: Witness Witness ACKNOWLEDGMENT 0 (Printed Name) (Title) State of ) ) ss. County of ) BEFORE ME, the undersigned authority, personally appeared to me well known and known by me to be the person described herein and who executed the foregoing Affidavit and acknowledged to and before me that executed said Affidavit for the purpose therein expressed. WITNESS, my hand and official seal this day of , 19_ My Commission Expires: Notary Public State of Florida at Large OPTIONAL INFORMATION Type of Document: Number of Pages: Number of Signatures Notarized: 0 15 ATTACHMENT 5: VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement effects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two (2) or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Authorized Signature Company's Name 16 • AGREEMENT BETWEEN THE CITY OF TAMARAC owe EMERGENCY SERVICES CONSULTING GROUP THIS AGREEMENT is made and entered into this day of 2000 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321-2401 (the "City") and Emergency Services Consulting Group with principal offices located at 25200 SW Parkway Avenue, Suite 3 Wilsonville, Oregon 97070-9616 (the "Consultant") to provide for a Fire Station No. 3 Feasibility and Site Study. In consideration of the mutual promises contained in this document, the City and Consultant agree as follows: 1. The period of this agreement shall be from the date of approval by the City of Tamarac Commission to completion of the project not to exceed 120 days. 2. Consultant agrees to perform the services described in Attachment A attached hereto and incorporated herein as if set forth in full. For satisfactory performance of said services described in Attachment A, the City shall pay Consultant an amount not to exceed Thirty Six Thousand, Seven Hundred and no/100 Dollars ($36,700.00). This amount includes $27,700 for the actual project work and a not to exceed amount of $9,000 for expenses. Payment shall be made in the following manner: 33% of $27,700 upon execution of agreement; 33% of $27,700 upon delivery of draft report; balance at completion of project. Approved expenses will be billed based on actual costs and will be paid as required. Consultant shall not incur costs for performance of services under this Agreement in excess of these amounts without the prior written authorization of the City Manager or designee. 3. In performing services under this Agreement, Consultant shall be deemed an independent contractor and shall not act as nor be an agent or employee of the City. As an independent contractor, Consultant will be solely responsible for determining the means and methods for performing the professional and/or technical services described in Attachment A. This Agreement shall not be assigned by Consultant; any attempt to do so shall be void and have no effect. All of consultant's activities will be at its own risk and Consultant is hereby given notice of its responsibility for arrangements to guard against physical, financial, and other risks as appropriate. Consultant shall observe and abide by all applicable laws and regulations, including, but not limited to, those of the City of Tamarac relative to conduct on its premises. Consultant agrees to perform its services with that standard of professional care, skill, and diligence normally provided in the performance of similar services. 4. Except as specifically authorized by the City in writing, information and other data developed or acquired by or furnished to Consultant in the performance of this Agreement shall be used only in connection with the services provided the City. All drawings and specifications developed as a result of this Agreement shall become the property of the City of Tamarac. 5. Either the City or Consultant may terminate performance under this Agreement at any time by notifying the other party in writing at least thirty (30) days in advance of the effective date of termination specified in such notice. 6. Consultant shall notify the City promptly of any expected delay in performance of services. However, Consultant shall not be liable for delays in performance beyond its reasonable control. 7. The City may at any time, by issuance of a written Change Order to this Agreement by the City Manager or designee make changes, within the scope or period of performance of this Agreement. Consultant and the City Manager or designee shall negotiate an equitable adjustment, if appropriate, in the terms of this Agreement to cover any such change. No payment for additional work performed that is not provided for in this Agreement shall be made by the City unless such work is performed pursuant to a written Change Order. 8. 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 Contractor, 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 save 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: Line of Business/ Coverage Commercial General Liability Occurrence $1,000,000 2 Limits Aggregate B. MIN .JC • Including: 40 Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause 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. Policies shall be "Occurrence" form. Each carrier will give the City sixty-(60) days notice prior to cancellation. Except for Professional Liability, the Consultant's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Consultant shall be responsible for the payment of all deductibles and self -insured retentions. 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. 9. Consultant agrees to indemnify and hold harmless the City from any claim, damage, liability, injury, expense, or loss arising out of Consultant's performance under this Agreement, except for injury or damage caused by the sole negligence of the City. 3 C, 10. Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the same address. CONSULTAN Jack W. Snook, President Emergency Services Consulting Group 25200 SW Parkway Avenue, Suite 3 Wilsonville, Oregon 97070-9616 11. This Agreement constitutes the complete understanding of the parties and supersedes any other prior agreements, and shall be governed by the laws of the State of Florida as now and hereinafter in force. The venue for actions arising out of this Agreement is fixed in Broward County, Florida. .7 4 IN WITNESS WHEREOF. the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Authorized Representative and Emergency Services Consulting Group, signing by and through its President duly authorized to execute the same. ATTEST: Marion Swenson Interim City Clerk Date: i 7 ATTEST i Corporate Secretary Bruce W. Caldwell, CEO Type/Print Name of Corporate Sec. (CORPORATE SEAL) E CITY OF TAMARAC /Joe � � � .�.Schreiber, Mayor 61 Date: "�/ % Jeff L. iller, City Manager Date: '�-- /7--Z�00-Z) EMERG CY SERVICES CONSULTING GROUP Jack ivy Snook, President Ja* )N. Snook Type/Print Name of President Date: 3/14/00 err.. OREGON STATE OF INl.k'IM SS COUNTY OF CLACKAMAS: ACKNOWLEDGEMENT I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Jack W. Snook, President of Emergency Services Consulting (officer or agent and title) (name of corporation) a Pennsylvania Corporation, to me known to be the (State or place of corporation) person(s) described in and who executed the foregoing instrument and Jack W. Snook acknowledged before me that Jack_ W _Snook__ _ executed the same. WITNESS my hand and official seal this 14 day of ( X) Personally known to me or ( ) Produced Identification 2000 March 1XIMX � ►� C C C Ci �_. NdT RY PUBLIC, State mat'- Qregon Lang Janice R. Earl. (Name of Notary Public: Print, Stamp, or Type as Commissioned) Type of I.D. Produced ( x) DID take an oath, or ( ) DID NOT take an oath. n • Group 11 L ACORn CERTIFICATE OF LIABILITY INSURANCE OP /DD ID 3/14 E' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE The Glatfelter Agency HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR 183 Leader Heights Road ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW York ESA 17402 Phone: 717-741-0911 hax: 717-741-2341 INSURERS AFFORDING COVERAGE RFC P14A Insura-nce-CoEapd,n NS:'REPQ PA Manufacturers Indemnity Co A.J.Glat.felter Agency Inc., T/A Glatfelter Ins. Group u5yPEP,_ Old Republic Insurance Company P. 0. Box 2726 u+SvPER D York PA 17405 nl'upt-k 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 6E 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 SEEN REDUCED BY PAID CLAIMS. INSP LTP l FE- OF INSURANCL HOLICY NUMtlFP ri-TE Ir CFFEC TI•E �OuC'. E' •.PIPATInr+ �If pTS GATE tlA6uGq,irIATF IMavGDr, rI ,ErlERAL LLAbRJ7 r LACH OCCURRFrICE 1000000 FIRfQAMiCIEfATryOunre, f 150000 A vX COMMCPCVyVEWRALLIABILITY 82002902138 01/01/00 Ol/01/01 CLA4MS IAAGE ®VCCUR rAED EP IArr{one PersonI S 5000 PERSot+ arovv.lURr S 1000000 GENEPAL AO ,REUA7E s 2000000 I:F. N•L AGGREGATE WHIT APPLIES PER PPGOVCTS-COrnP/OP-GG i 1000000 FF- r'OLIC'r ,E T LCC AI LA.$IUT'i I cor elNec Sir' ---LE UMIt ; 1000000 9 S NI:A,jTo 15002902138 01/01/00 01/01/01 Eaaccuoa+u .. BODa.+IIiIUR'r ; ALL OVYTIEO AIJTOS 5CHEgUI.Eq AUTOS Per penani 6CiGILT IW4Pr f HIRED AU r05 f401.4OvrT4EG AUTOS' IFeT Kciucnlr PPOPERY- ON-Wje i (Per aCGCerdI GARAGE LIAZiuTi AUTO CNLT - CA ACCiOENT S FAACC i -441' AUTO OTHER THAT+ ; AVTOOIA.� AGG E:: ESS UABiUT r EACH OCCURREHIE i G=CUP ❑ CuuMSGLADE AGGREC•ATE S f S DEOUC T IbL.E I � NFrFNIICIr+ i � i �i .., +Fi.tr•riGr.11-EI+'>-)lull •J 4U I .:�'ilAl,. ,�1Frti C BIPL6.EP5 LI BIuT• OMWC10739900 01/01/00 1 01/01/01 E- EALHA CI[Er+T s 100000 E ` E-EASE E ErnPv::CE 1100000 C L OISEJSE P•:w: r u+•,ir s 500000 iHHI: I i CFSCRIPTiGN uF JPE�'ATIuI45.LOC ATIulai+r EHIC LE4E•CLUFIoNS Af GEG 8+ ENGJPSEr.+Er+Y SFECm4. PR0,1SIONS Certificate Holder is named as Additional Insured per limits specified in contract with regard to agreement between Certificate Holder and ESCG. ESCG is a named insured under this policy. CERTIFICATE HOLDER Ci ty of Lynda S 7525 Nil Tamarac ACORD 25-S (7197) Y I Ai.. DTI _I+nL I115!IPEP III,I-PEPLETTCP Tamarac Flurry, CPPO 88th Ave. FL33321-2401 A TAMAR-1 CANCELLATION ,In_ILL•,v, .r-T,IEAL._.0005_PICED VGULIES CC CAdCELLEE CEF9PC THE f-+1'IR-rI,i1l ti-Tf. rHENEGF Flit: IjSURJL; RJ,:URE'R WILL ENl-k—OK'TOM L 30 ,9 +RITTFI+ r4OT ICE TO THE CEPTIY ICATE HOLDERUANIED TO THE LEFT eI=T FA,LVPE T•: C•-- 3•= $HNJ. RAP-_iE N_- i,©LI,]ATI•_N pF LAEII.IT r OF Mlr F.INC, THe q,�,,PCP ITS AGENTS GP PEPPESENTATP.t$ (Tana Bentzel ACORD CORPORATION 1988 No Text ATTACHMENT A 1' Emergency Services Consulting Group �A CITY 'OF TAMARAC 1101 ' DEPARTMENT 25200 SW Parkway Avenue • Suite 3 • Wilsonville, Oregon 97070-9616 • (503) 574,77i7Be yp,q 22 .�..'."d UU .lFirl �1�c : (AR1) § 0.i January 19, 2000 Lynda S. Flurry, CPPO Purchasing and Contracts Manager City of Tamarac 7525 N. W. 881" Avenue Tamarac, Florida 33321-2401 Dear Ms. Flurry, I would like to thank the City of Tamarac Fire Station No. 3 Feasibility Study Evaluation Committee for their continued interest in the services provided by ESCG. It is our pleasure to submit the following information regarding your particular areas of interest in our proposal. 1. In determining fire station locations, ESCG employs national industry standards such as the National Fire Protection Association (NFPA) and the Insurance • Services Organization (ISO), in a process focused on the particular needs and service desires of the individual community. Using recognized professional guidelines for station deployment and the formation of fire management areas, ESCG will facilitate a process within the community to ultimately develop community performance indicators and desired service standards, or benchmarks. Once the community has had the opportunity to examine the various costs and benefits of different service levels and adopt a standard based on their needs, ESCG will use those standards as a guide post for a spatial/temporal examination of existing workload data and a regression projection of future workload. This information is incorporated into a Geographical Information System (GIS) containing current and future estimated development information to create fire management areas and station locations that are appropriate for the adopted standard. 2. The per unit call volume will be one of a number of factors considered in a more multidimensional view of service quality maintenance. The community performance indicators and benchmarks developed in the first phase will continue to serve the community long after the initial project as an ongoing barometer of service quality. In developing and adopting specific community performance indicators, the City will ensure a continuing ability to monitor the relative "health" of its fire service. This includes the ability to predict when adjustments to the system will be necessary in order to adjust performance levels. Serving Customers Since 1976 3. Included in the workload analysis for fire management area development and station location would be an identification of types and deployment of particular units necessary to achieve and maintain the community's adopted service standards. - This would include an estimate of those units necessary to meet projected growth and development over the period of the plan. The actual times and places in which the recommended units would be deployed will ultimately be determined by the fire department's performance against the established benchmarks. This allows the City the freedom to constantly evaluate the'cost of the next incremental addition of resources against the projected benefits as measured by the performance indicators. 4. The actual space and functional needs of the proposed fire station will be largely determined through the workload analysis. This analysis would provide recommendations of the types of services and units the station would be expected to support for the duration of the plan. Space and functionality recommendations will be provided for those services and units based upon industry standards, ESCG experience, and any unique requirements of the community. 5. An implementation schedule will be provided after an analysis of the City's current service levels against its adopted standards and performance indicators. This will provide for both immediate adjustment recommendations (if necessary) and future service maintenance. The schedule will be based upon the projections of future workload, growth and development, however, as with issue #3 above, the use of community performance indicators and benchmarks will allow the City to constantly and accurately adjust the implementation schedule based upon the actual impacts of growth on the performance measures. 6. A detailed fee proposal and description of the process is attached. If I can be of any further service to the committee or provide and additional information, please feel free to contact the Project Manager Joe Parrott, or me. Sincerely, W IA, Jack W. Snook, President C` • • City of Tamarac, Florida Fire Station #3 Feasibility Study L01 00-L-03 Description of Process and Outcomes The following steps, activities, and analysis will be accomplished to produce the final report and recommendations. � Activity Cost 1. Review and evaluate documents and information relevant to this project including: a. Existing community growth management plans b. Current and proposed land use plans $3,900 c. Current comprehensive planning documents d. Town building codes and ordinances e. Local and regional census data f. Emergency incident data, service delivery practices, current service delivery objectives and targets, and other relevant information 2. Conduct interviews with and gather information from key Town personnel including: a. Town manager b. Finance function managers $4,800 c. Fire department managers and other staff d. Planning staff e. Building Official f. Others as they may contribute to this project 3. Develop, or confirm, population and development growth projections to the year 2020. This would include a review of: a. Census data $11300 b. Town developed growth projections c. Review of building permit activity and projections 4. Evaluate current emergency services workload and develop workload projections to the year 2020 for these services: a. Fire suppression (including mutual and automatic aid) b. Emergency medical services (including mutual and $3,250 automatic aid) c. Disaster preparedness, response, and recovery d. Equipment and facilities maintenance 5. Facilitate discussions with citizens and community leaders to develop consensus on: a. Service expectations and priorities b. Selection of a service delivery model $1,600 1. "Geographic -based" coverage 2. "Demand -based" coverage c. Selection of key community emergency services performance objectives and targets rrr�� 6. Identify workload mitigation opportunities for each service. i These may include technology opportunities, risk mitigation i $3,200 measures, service expectation adjustment, alternative response practices, and others- 7. Develop several options for delivery that will meet the identified performance objectives and targets. These may include options such as: a. P.Iternative deployment practices b. Facility modifications or relocations $2,900 c. Technology improvements d. Risk mitigation e. Others 8. Evaluate, and present in graphical and descriptive formats, each alternative for: a. Degree of benefit to be gained through its implementation b. Extent to which it achieves established performance $2,900 targets c. Potential negative consequences d. Impact on other services and service alternatives e. Potential impact on the community fire insurance rating 9. Facilitate discussions with key leaders concerning: A. The number and type of units needed to provide emergency services $2,250 B. The ideal and practical location of the fire station C. Space need requirements for new station D. Implementation of an expansion plan 10. Develop a report of findings and final recommendations for presentation to the City Council of Tamarac. This report will identify tools the City may use to determine when selected options should be implemented based on such criteria as: $1,600 a. Unit workload b. Staff workload c. Response time performance indicators d. Others Project Consulting Effort 1 $27,700 Expenses not to exceed 1 $9,000 TOTAL PROJECT COST 1 $36,700 I -] .X 11 ATTACHMENT 2: SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBIC OR OTHER OFFICER AUTHORIZED TdADMINISTER OATHS. 1. This sworn statement is submitted with Bid, Proposal or Contract No. LOI No. .00-z-03 to the City of Tamarac for Fire Station #3 Feasibility Stud 2. This sworn statement is submitted by Emergency services consulting Group and (name of entity submitting sworn statement) Federal Employer Identification Number (FEIN) 23--2826074 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 3. My name is Jack W. Snook (please print name of individual signing) my relationship to the entity named above is President cEo and 4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5• 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non -jury trial, or entity of a plea of guilt or nolo contendere. II 6. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida 0 Statutes, means: (1) A predecessor or successor of a person convicted of a public entity crime: or (2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The owner by one (1) person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one (1) person controls another person. A person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36) months shall be considered an affiliate. 7. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts led by a public entity or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in management of an entity. 8. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) X Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity were charged with and convicted of a public entity crime after July 1, 1989. The entity submitting this sworn statement, or one (1) or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity was charged with and convicted of a public entity crime after July 1, 1989. The entity submitting this sworn statement, or one (1) of its officers, director, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or the affiliate of the entity has been charged with 8 and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order.) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH (ONE) ABOVE, IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY (TWO) OF ANY CHANGE IN THE INFORMATIO C NT,A1NED IN THIS FORM. (Signature) Date: (No;ember 8, 1999 ACKNOWLEDGMENT State of Flohda e ti F L C:tJ County of _L j,40-K 8 i11 A 5 On this the 9EL day of kI 1 k • , 1992, before me, the undersigned Notary Public of the State of Florida, personally appeared Zrl� C- E - LJ , S tj and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand E a and official seal. NP ARY PUBLIC, STATE OF FEeR-ieA cpF—L eN NOTARY PUBLIC TA N I C E R. E L SEAL OF OFFICE. (Name of Notary Public: Print, Stamp, or Type as Commissioned.) OFFICIAL SEAL JAMCE R EARL f Personally known to me, or NOTARY PUBLIC•OREGON Produced identification: COMMISSION NO.304862 MY COMMISSION EXPIRES SEP 16 2001111111111-11111111 (Type of Identification Produced) () DID take an oath, or () DID NOT take an oath. OPTIONAL INFORMATION Type of Document: Number of Pages:_ Number of Signatures Notarized:_ Z 0 0 ATTACHMENT 3: OFFEROR'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Tamarac (Purchasing & Contracts Manager) ADDRESS: 7525 N.W. 88th Avenue Tamarac, Florida 33321 CIRCLE ONE SUBMITTED BY: Corporation NAME: EmegencyServices Consulting Group a Hers tp ADDRESS: 25200 SW Parkway Avenue, suite 3 Individual PRINCIPAL OFFICE: - 616 Other r 1J 1. State the true, exact, correct and complete name of the partnership, corporation, tad fictitious name under which you do business and the address of the place of busine* The correct name of the Offer is: TOI No. 00-L-03 Fire Station #3, Feasibility Stuc The address of the principal place of business is: 25200 SW Parkway Avenue, suite 3 Wilsonville, OR 97070-9616 2. If Offeror is a corporation, answer the following: a. Date of Incorporation: Octcber 30, 1995 b. State of Incorporation: Pennsylvania C. President's Name: Jack W. Snook d. Vice President's Name: Bruce W. Caldwell e. Secretary's Name: Ray R. Fidler f. Treasurer's Name: AnthonyP. Campisi g. Name and address of Resident Agent: Jack W. snook Hone: 3565 Riverknoll Way - West Linn, OR 97068 Work: 25200 SW Parkway Avenue, Suite 3 Wilsonville, OR 97070-9616 10 .�X 0 3. If Offeror is an individual or a partnership, answer the following: a. Date of Organization- b. Name, address, and ownership units of all partners: 4. If Offeror is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Offeror is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. 6. How many years has your organization been in business under its present business name? a. Under what other former names has your organization operated? 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. Pennsylvania Corporation residing and doing business in Oregon. 4111 comply wi state requirements for licensing. • 8. Have you ever failed to complete any work awarded to you? If so, state when, where and why? N/A - NO 9. State the names, telephone numbers and last known addresses of three (3) owners, individuals or representative of owners with the most knowledged of work which you have performed or goods you have provided, and to which you refer (government owners'are preferred as references). Rob Young, President 34 West Jackson St., Ste 4A Battle Creek Area Chamber of Commerce Battle Creek, MI 49017 (616) 962-4076 (Name) Address (Phone number) Deputy Chief Brad Cox 1514 N. Church St. Greensboro Fire Department Greensboro, NC 27045 (910) 373-2187 (Name) Address Phone number Linda Freed, Borough Mgr. 710 Mill Bay Road Kodiak Island Borough Kodiak, AK 99615 (907) 486-9301 (Name) Address Phone number 10. List the pertinent experience of the key individuals of your organization (continue on ins sheet, if necessary). Refer to resumes included in Letter of Interest 11. State the name of the individual who will have personal supervision of the work: Mr. Joe Parrott THE OFFEROR ACKNOWLEDGES AND UNDERSTANDS THAT THE INFORMATION CONTAINED IN RESPONSE TO THIS QUALIFICATIONS STATEMENT SHALL BE RELIED UPON BY OWNER IN AWARDING THE CONTRACT AND SUCH INFORMATION IS WARRANTED BY OFFEROR TO BE TRUE. THE DISCOVERY OF ANY OMISSION OR MISSTATEMENT THAT MATERIALLY AFFECTS THE OFFEROR'S QUALIFICATIONS TO PERFORM UNDER THE CONTACT SHALL CAUSE THE OWNER TO REJECT THE PROPOSAL, AND IF AFTER THE AWARD TO CAN D TERMINATE THE AWARD AND/OR CONTRACT. (Signa�uro) 12 r ACKNOWLEDGMENT State of Fleri OR C G o i'j County of i' _I AC K ►Y1 A S On this the day of ti;G _°�,rn Ote 19q9, before me, the undersigned Notary Public of CREGCN the State of fefW personally appeared Jack W. snook and (Name(s) of individual(s) who appeared before notary) whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. WITNESS my hand and official seal. NOTARY PUBLIC SEAL OF OFFICE: ------------- ............ 1111titi11�1�1� - (V n &k 1"A 0 � 1� . /-;, 4a7 N ARY PUBLIC, bTATE OEi FL A Janice R. Earl (Name of Notary Public: Print, Stamp, Or Type as Commissioned.) Personally known to me, or (/A Produced identification: QL (Type of Identification Produced ( ) DID take an oath, or ( ) DID NOT take an oath. OPTIONAL INFORMATION Type of Document: Number of Pages 13 Number of Signatures Notarized: ATTACHMENT 4: NON -COLLUSIVE AFFIDAVIT State of Oregon ) ) ss. \County of Clackamas ) Jack W. snook being first duly sworn, deposes and says that: (1) she is the officer , (Owner, Partner, 4cer, Representative or Agent) of ices Consulting Gro= the Bidder that has submitted the attached Bid; (2) (:Hehe is fully informed respecting the preparation and contents of the attached Bid ;tdof all pertinent circumstances respecting such Bid: (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners agents, p g , representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which the attached Bid has been submitted; or to refrain from bidding in connection with such work; or have in any manner, directly or indirectly, sought by person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements Of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed work; (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. 1-1 14 Signed, sealed and delivered in the presence of: ness Witness ACKNOWLEDGMENT State of - Oregon _ ) ) ss. County of Clackamas ) M Jack W. Snook (Printed Name) President/CEO (Title) BEFORE ME, the undersigned authority, personally appeared Jack W. snook _ to me well known and known by me to be the person described herein and who executed the foregoing Affidavit and acknowledged to and before me that Jack W. snook executed said Affidavit for the purpose therein expressed. WITNESS, my hand and official seal this 8th day of November , 19 99 My Commission Expires: se twller 1 zoos OPTIONAL INFORMATION Type of Document: Number of Pages 15 �� 1 Notary ublic State of arg OR E C--•CM Number of Signatures Notarized: • ATTACHMENT 5: VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement effects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Prefdrence may be given to businesses with dtig-free workplace programs. Whenever two (2) or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' polic maintaining a drug -free workplace, any available drug counseling, rehabilitation, and emplo assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contenders to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after each conviction. 5• Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the above requirements. Signature EYnergency Services Consulting Aup Company's Name 16 r­l, `—A ACORD CERTIFICATE OF LIABILITY INSURANCE °PLATE-�1 O'3'/`i'4;00 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE The Glatfelter Agency HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR 183 Leader Heights Road ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW York PA 17402 Phone: 717-741-0911 Fax. 717-741-2341 INSURERS AFFORDING COVERAGE d I••I PF(i s!NrH- PMA Insurance Co an '45uprpe PA Manufacturers Indemnity Co A.Glatfelter Ins. GrJ.Glatfelter Agency oup Inc., TA 51PEp Old Republic Insurance Company P. O. Box 2726 Ns PePc York PA 17405 INtiVPf-F' Y 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. INSR LTP r';FE OF INSURANCE- POLIC'r NVI.1tltR POUC- EFFEC Tr.E POLIO; [.'PIPATICN LR.111S peTE IMtt,DG-+ F��TE IMI.vDGrr GENERAL LIAbiL1T! F_ACHCJCCUPWE14CE S 1000000 A uetc- uaur: 82002902138 01/01/00 01/01/01 rIPEDAwvEimyone flrel f 150000 cwrashvzce 1_il ao_uR MeoewIAwfone person T f 5000 PERSOtb AAVMruVR'r f 1000000 GENERALAGGPEGATE f 2000000 GEWL AGGPEGATE 41trIT APPLIES PEF PPODUC TS- COr.IPrOP AGG S 1000000 PF'O• Ir-�� 1"OLIC'x IFCT I � L.C. ' ��!T 811-E I,JAEIUT', :C"IEINEG SIN. -LEI• tAff f 10000QQ % a mot, AI:TO 15002902138 O1/O1/00 O1/O1/O1 t:A MOM) l/ epDluYuuuP� tPef pe=nl f A" OwVNED AUTOS SCHEDULED AUTOS SOOLr IrUVPr tPer xcYlcntl f MIRED nUTOS NON.OWNEO AVTDS PROPERTT ONAAGE (Pef 3COW,11'I f - - .—RAGE LIADUT AUTO Cx+Lr - EA ACCIpENT f EA ACC DTHER TW:N f 44Y 4U10 � f AVTO Ot4Y AGG E • CESS LIA BIUT'i EACn pC bJRPENCE f roJvRE'=ATE f C'=CUR ❑ CLAIhIS NVLE f IS DEDUC11ELt f I-'ErENnoN f C '1HLhF5 CCIMI>F.Ie.+IIGu 4tU EttPLQ', EPS' Iy.EIUT r OMWC10739900 01/01/00 01/01/01 "'7.1„` � /. � �P: LmTi `.'P I _—'�^ :_ EA<nACC,CENT f 100000 E4 DISEASE EAENIPL':,EE f 100000 E L DISEASE P•CUC - 41.IIT f 500000 c rHFR ❑ESCPIPT, -�N OF ESF•CLUSIONS ADDED 8 r ENGGpSEMENY 5PFCIAL PPG ng14N5 Certificate Holder is neuped as Additional Insured per limits specified in contract with regard to agreement between Certificate Holder and ESCG. ESCG is a named insured under this policy. CtKIIhICATE HOLDER I Y I AGDITP_ItALiNSJPCG Ir14!PEPLETTCP A CANCELLATION City of Tamarac Lynda S. Flurry, CPPO 7525 NW 88th Ave. Tamarac FL 33321-2401 '�4VTSU 1SJ kIINI) T —1 , I;� �L< NJ. i .r TtIC AO,?' C DESCp10Ep PpuCICO OE Are_ELtLD EEF:P[ Tne I,44PA fk)f I D- It THL-prur rHL Ij:jVINL IN'jURtfR wit. I, OiFDEA,OR TO MAIL 30 Y 1WII TeN No NCt TO THE CLwtlrir A TF NOLQEP r1+MED TO iHI LEFT VIT Fa4L -PE T-C C•9 SC SHALL IMP95E n0 GOUT=ATir_N Gp UAf)1UT`, -_F AN'( . t* L Q-_N THE INS'. -PER ITS AvENTS DR REPPESENTATIvES A(:UKU CUKI'UKAI IVN 1yHp y �� AGREEMENT BETWEEN THE CITY OF TAMARAC AND EMERGENCY SERVICES CONSULTING GROUP THIS AGREEMENT is made and entered into this day of _ Lcx, 2000 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321-2401 (the "City") and Emergency Services Consulting Group with principal offices located at 25200 SW Parkway Avenue. Suite 3 Wilsonville, Oregon 97070-9616 (the "Consultant") to provide for a Fire Station No. 3 Feasibility and Site Study. In consideration of the mutual promises contained in this document, the City and Consultant agree as follows: 1. The period of this agreement shall be from the date of approval by the City of Tamarac is Commission to completion of the project not to exceed 120 days. 2. Consultant agrees to perform the services described in Attachment A. attached hereto and incorporated herein as if set forth in full. For satisfactory performance of said services described in Attachment A, the City shall pay Consultant an amount not to exceed Thirty Six Thousand, Seven Hundred and no/100 Dollars ($36,700.00). This amount includes $27,700 forthe actual project work and a not to exceed amount of $9,000 for expenses. Payment shall be made in the following manner: 33% of $27,700 upon execution of agreement; 33% of $27,700 upon delivery of draft report; balance at completion of project. Approved expenses will be billed based on actual costs and will be paid as required. Consultant shall not incur costs for performance of services under this Agreement in excess of these amounts without the prior written authorization of the City Manager or designee. 3. In performing services under this Agreement, Consultant shall be deemed an independent contractor and shall not act as nor be an agent or employee of the City. As an independent contractor, Consultant will be solely responsible for determining the means and methods for performing the professional and/or technical services described in Attachment A. This Agreement shall not be assigned by Consultant; any attempt to do so shall be void and have no effect. All of consultant's activities will be at its own risk and Consultant is hereby given notice of its responsibility for arrangements to guard against physical, financial, and other risks as appropriate. Consultant shall observe and abide by all applicable laws and regulations, including, but not limited to, those of the City of Tamarac relative to conduct on its premises. Consultant agrees to perform its services with that standard of professional care, skill, and • diligence normally provided in the performance of similar services. 1 4. Except as specifically authorized by the City in writing, information and other data developed or acquired by or furnished to Consultant in the performance of this Agreement shall be used only in connection with the services provided the City. All drawings and specifications developed as a result of this Agreement shall become the property of the City of Tamarac. 5. Either the City or Consultant may terminate performance under this Agreement at any time by notifying the other party in writing at least thirty (30) days in advance of the effective date of termination specified in such notice. 6. Consultant shall notify the City promptly of any expected delay in performance of services. However, Consultant shall not be liable for delays in performance beyond its reasonable control. 7. The City may at any time, by issuance of a written Change Order to this Agreement by the City Manager or designee make changes, within the scope or period of performance of this Agreement. Consultant and the City Manager or designee shall negotiate an equitable adjustment, if appropriate, in the terms of this Agreement to cover any such change. No payment for additional work performed that is not provided for in this Agreement shall be made by the City unless such work is performed pursuant to a written Change Order. 8. 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 Contractor, 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 save 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: Line_ of Business/ Coverage Commercial General Liability • Occurrence $1,000,000 6 Limits Aggregate $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard E Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause 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. Policies shall be "Occurrence" form. Each carrier will give the City sixty-(60) days notice prior to cancellation. Except for Professional Liability, the Consultant's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Consultant shall be responsible for the payment of all deductibles and self -insured retentions. 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. 9. Consultant agrees to indemnify and hold harmless the City from any claim, damage, liability, injury, expense, or loss arising out of Consultant's performance under this Agreement, except for injury or damage caused by the sole negligence of the City. C. 9 10. Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the same address. CONSULTANT Jack W. Snook, President Emergency Services Consulting Group 25200 SW Parkway Avenue, Suite 3 Wilsonville, Oregon 97070-9616 • 11. This Agreement constitutes the complete understanding of the parties and supersedes any other prior agreements, and shall be governed by the laws of the State of Florida as now and hereinafter in force. The venue for actions arising out of this Agreement is fixed in Broward County, Florida. 4 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature, CITY OF TAMARAC, through its Authorized Representative and Emergency Services Consulting Group, signing by and through its President duly authorized to execute the same. ATTEST: Marion Swenson Interim City Clerk Date: 7 ATT STi orporate Secretary Bruce W. Caldwell, CEO Type/Print Name of Corporate Sec. (CORPORATE SEAL) CITY OF TAMARAC y / Joe Schreiber, Mayor Date: "" 7 " Z a ua Jeffrey . Mi r, City Manager Date: 4-- l7 - Z40o Ap ro ed as to form legal su 1ci ncy- Mi S. Kraft, City r ey EMERgENCY SERVICES CONSULTING G WOU; J k Snook, President Jack WI Snook Type/Print Name of President Date: 3/14/00 • 9 OREGON STATE OF KMK SS COUNTY OF CLACKAMAS, ACKNOWLEDGEMENT I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Jack W. Snook, President of Emergency Services Consulting (officer or agent and title) (name of corporation) a Pennsylvania Corporation, to me known to be the (State or place of corporation) person(s) described in and who executed the foregoing instrument and Jack w. Snook acknowledged before me that Jack W. Snook executed the same. WITNESS my hand and official seal this 14 day of March U00 OFFICIAL J t, JANICE R EARL N RY PUBLIC, State of Florida at NOTARY PUBLIC-OREGON L rg COMMISSION NO.304862 MY COMMISSION EXPIRES SE 16, 2001 Janice R. Earl (X) Personally known to me or ( ) Produced Identification (Name of Notary Public: Print, Stamp, or Type as Commissioned) Type of I.D. Produced (X) DID take an oath, or ( ) DID NOT take an oath. • Grout • C� %.J AGREEMENT BETWEEN THE CITY OF TAMARAC AND EMERGENCY SERVICES CONSULTING GROUP THIS AGREEMENT is made and entered into this /-)- day of : 2000 by and between the City of Tamarac, a municipal corporation with principal office located at 7525 N.W. 88th Ave., Tamarac, FL 33321-2401 (the "City") and Emergency Services Consulting Group with principal offices located at 25200 SW Parkway Avenue, Suite 3 Wilsonville, Oregon 97070-9616 (the "Consultant") to provide for a Fire Station No. 3 Feasibility and Site Study. In consideration of the mutual promises contained in this document, the City and Consultant agree as follows: 1. The period of this agreement shall be from the date of approval by the City of Tamarac Commission to completion of the project not to exceed 120 days. 2. Consultant agrees to perform the services described in Attachment A, attached hereto and incorporated herein as if set forth in full. For satisfactory performance of said services described in Attachment A, the City shall pay Consultant an amount not to exceed Thirty Six Thousand, Seven Hundred and no/100 Dollars ($36,700.00). This amount includes $27,700 for the actual project work and a not to exceed amount of $9,000 for expenses. Payment shall be made in the following manner: 33% of $27,700 upon execution of agreement; 33% of $27,700 upon delivery of draft report; balance at completion of project. Approved expenses will be billed based on actual costs and will be paid as required. Consultant shall not incur costs for performance of services under this Agreement in excess of these amounts without the priorwritten authorization of the City Manager or designee. 3. In performing services under this Agreement, Consultant shall be deemed an independent contractor and shall not act as nor be an agent or employee of the City. As an independent contractor, Consultant will be solely responsible for determining the means and methods for performing the professional and/or technical services described in Attachment A. This Agreement shall not be assigned by Consultant; any attempt to do so shall be void and have no effect. All of consultant's activities will be at its own risk and Consultant is hereby given notice of its responsibility for arrangements to guard against physical, financial, and other risks as appropriate. Consultant shall observe and abide by all applicable laws and regulations, including, but not limited to, those of the City of Tamarac relative to conduct on its premises. Consultant agrees to perform its services with that standard of professional care, skill, and diligence normally provided in the performance of similar services. 4. Except as specifica;:� authorized by the City in writing, information and other data developed or acquired by or furs;sped to Consultant in the performance of this Agreement shall be used only in connection with 4" services provided the City. All drawings and specifications developed as a result of this AC:7eement shall become the property of the City of Tamarac. 5. Either the City or Ccnsutant may terminate performance under this Agreement at any time by notifying the other party 7� writing at least thirty (30) days in advance of the effective date of termination specified in such notice. 6. Consultant shall nctify the City promptly of any expected delay in performance of services. However, Consultant shall not be liable for delays in performance beyond its reasonable control. 7. The City may at any time, by issuance of a written Change Order to this Agreement by the City Manager or designee make changes, within the scope or period of performance of this Agreement. Consultant and the City Manager or designee shall negotiate an equitable adjustment, if appropriate, in the terms of this Agreement to cover any such change. No payment for additional work performed that is not provided for in this Agreement shall be made by the City unless such work is performed pursuant to a written Change Order. 8. Consultant agrees tc. 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 Contractor, 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 indemr:;.v and save 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 curing the term of this contract: Line of Business/ Covera Commercial General Liability r)rrriYrranr_p $1,000,000 2 Limits Aggregate $1,000,000 • • ..0c 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 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 1101 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. Policies shall be "Occurrence" form. Each carrier will give the City sixty-(60) days notice prior to cancellation. Except for Professional Liability, the Consultant's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Consultant shall be responsible for the payment of all deductibles and self -insured retentions. 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. 9. Consultant agrees to indemnify and hold harmless the City from any claim, damage, liability, injury, expense, or loss arising out of Consultant's performance under this Agreement, except for injury or damage caused by the sole negligence of the City. 3 10. Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to the City Attorney at the same address. CONSULTANT Jack W. Snook, President Emergency Services Consulting Group 25200 SW Parkway Avenue, Suite 3 Wilsonville, Oregon 97070-9616 • 11. This Agreement constitutes the complete understanding of the parties and supersedes any other prior agreements, and shall be governed by the laws of the State of Florida as now and hereinafter in force. The venue for actions arising out of this Agreement is fixed in Broward County, Florida. • 4 .'X r IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, through its Authorized Representative and Emergency Services Consulting Group, signing by and through its President duly authorized to execute the same. ATTEST: Marion Swenson Interim City Clerk Date: 411 7 1::) v A ST Gbrporate Secretary Bruce W. Caldwell, CEO Type/Print Name of Corporate Sec. (CORPORATE SEAL) I1 CITY OF TAMARAC e Schreibe , ayor IVIJ Date: `-1 7 - 2' ` 0 0 Jeffrey . Mill r, City Manager Date: ` -/ 7 7,w as to form and Mitchell S. Kraft, OWy Attorney EMERGENCY SERVICES CONSULTING GRQUP!I Jack,VV. Snook, President Snook Type/Print Name of President Date: 3/ 1 4/ 0 0 OREGON STATE OF 1CMiNg SS COUNTY OF CLACKAMAS : ACKNOWLEDGEMENT I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Jack W. Snook President of Emergency Services Consulting Grou (officer or agent and title) (name of corporation) a Pennsylvania Corporation, to me known to be the (State or place of corporation) person(s) described in and who executed the foregoing instrument and Jack W. Snook acknowledged before me that Jack W. Snook executed the same. WITNESS my hand and official seal this 14 day of March 2000 OFFICIAL SEAL N RY PUBLIC, St f MN of Oregon JANICE R EARL NOTARY PUBLIC-OREGON La COMMISSION NO.304862 MY COMMISSION EXPIRES SEP 16, 2001 Janice R. Earl (Name of Notary Public: Print, Stamp, or i Type as Commissioned) ( Y) Personally known to me or ( ) Produced Identification Type of I.D. Produced ( X� DID take an oath, or ( ) DID NOT take an oath. • • • ACORD GL CERTIFICATE OF LIABILITY INSURANCE I.ABM TFF- 1 03/14/00 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE The Glatfelter Agency HOLDER THIS CERTIFICATE DOES NOT AMEND EXTEND OR 183 Leader Heights Road ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW York PA 17402 Phone: 717-741-0911 Fax: 717-741-2341 INSURERSAFFORDING COVERAGE H uPEF'- _PMA Insurance Company Ins. Group Inc., irlsL�PCPO PA Manufacturers Indemnity Co T/A Glatfelter Ins. A.J. Glatfelter s:PEPc Old Republic Insurance Co an P. 0. Box 2726 srREUD York PA 17405 rnuPEP F 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. LTP i . "F, OF INSUPANC[ POUCr r+UmtlEA POucr EFFE[ThE Pour. E•FIPAYIOr+ urdlTS DATE - frFer r ATE r.1LvDD� r r r L•Er1ER+ LLnbl4Tr I E.K:H000URREr+CE r 1000000 FIREDAAW oNT,P hrel s 150000 A % "ON'-AC-6El@?P..ALLLABIurY 82002902138 01/01/00 01/01/01 C—S IAAOe OCCUR MED LIP Iw'w WWI S 5000 PERSOruC 1 AOV vuuRY s 1000000 GENERAL Ar­-P.65ATC s 2000000 t-,EN'L AGGPEGATE ury f .WPUCS PEP PPODUC TS -CONP, PAGG S 1000000 rt; UC' IECT"T LDC C B A ' n;r•1o61LE % LAZ,UT'r MI - 15002902138 01/01/00 01/01/01 CD eNeDsI+,LELnIIT ETacnaernr f 1000000 SOO`r ulylRl tPer pemw' S Au OWNCLI AUTOS SCHEDULED AUTOS 800LY UU4Rr tow KCWCnT1 t HIREDAUTOS NON_OVhNEO AUTOS PROPEPTY C'.vu+3E (Per accar , S - '• O:J?:.GE L�'.64JT. .WTO ONLY -CAS: CCENT S EA ACC OTHER TH:J+ S 11 AUTO S AUTODIILr „Gc, E�EESS LABIUT'r EACH GCCIRRENCE S A-3312EOATE S CCuP ❑ CLA"S NwDE S f ❑FOUCTIbLF S Rt TENTION f C •'- IF'1 EF'S_iJrdr'Frl•,.+N(jU alU EIIPLO • EP;' L4-&UT r OMWC1D739900 01/01/00 01/01/O1 I � ula c JFP E- -ACH L ENT Is 100000 E L DISEASE CA _MPL' :EE f 100000 E L C'ISEASE . P^'mac r uIAIT s 500000 I',1Hf R i EESCPIPTii rr+ JF i,PEP-TIu115LDL.�TIDNS/,ENICLESE+ELUSIOr+S AD()ED 8 r ENOORSEr.1ENT:SPFCLAL PP-D. ISIONS Certificate Holder is named as Additional Insured per limits specified in contract with regard to agreement between Certificate Holder and ESCG. ESCG is a named insured under this policy. . .... ... I I w r ,—L-INSU«cU Ir. Her LLT TLP A I;PoW:tLLAI IUN TAMAR-1 LC'MI. ;EmCAE•]ECESCPICEDP;•u'"IC7EF:A..EUL"EEP:PETHE I-+11PA f0N 0, I F TnL-REOF THE I�SUINIi IU'.:URpR WILL tI.DEA.OP TO r.WL City Of Tamarac 30 ,5 ryRIT TEN NOTlc'F. TO THE CEPTIFICA TE HOLDEP VARIED TO THE Lynda S. Flurry, CPPO 7525 NW 88 th Ave. LEFT OUT PaLPE T-_ CO 50 SFW_L Ir.TPC'5E NO C'OUGATKiN UR W61L,T a Or Tamarac FL 33321-2 401 ANT FIND VP PI THE INSyPER ITS AGENTS CA REPPESENTATr/ES AI;UKU (11y1) Tana Bentzel ACORD CORPORATION 1980 0� TA4 i i iC`tea' « .. t Cc� ORIp Jeffrey L. Miller City Manager jeffm@tamarac.org City of Tamarac 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-1230 - Facsimile (954) 724-2454 April 14, 2000 Mr. Jack Snook, President Emergency Services Consultant Group 25200 SW Parkway Avenue, Suite 3 Wilsonville, OR 97070-9616 Dear Mr. Snook: I am pleased to advise you that at its meeting on April 12, 2000, the Tamarac City Commission approved Resolution No. R-2000-97, authorizing the City Officials to execute an Agreement between the City of Tamarac and Emergency Services Consulting Group to provide a Fire Station Feasibility and Site Study for an amount not to exceed $36,700.00. A copy of this Resolution is enclosed for your records. Your contact person at the Fire Department will be Jim Budzinski, Fire Chief. Should you have any questions or concerns, please do not hesitate to contact Chief Budzinski at (954) 724-2436. However, I expect you to notify me immediately and directly should any problems of a serious consequence arise. The City looks forward to working with you. Sincerely, ffreyr Miller City Manager cc: Jim Budzinski, Fire Chief Lynda Flurry, Purchasing /Contracts Manager 40 JLM:bb Equal Opportunity Employer