HomeMy WebLinkAboutItem 04 Approval to Extend RFQ #1707 Continuing Contract for Transportation Planning Consulting Services for One (1) YearrVErTzavifiLb #
Background Summary:
The contracts for RFQ ##1707 Continuing Contracts for Transportation Manning Consulting Services expire this
month ( / i 0 )„ however, r, there is an optional 1-year renewal which would extend the contracts until
12119/2023. The City Commission_ can approve a 1-year optional renewal. The continuing contracts are with
Kimley-Horn and Associates, Inc., and M , Inc.
Issue:
Should the City, Commission approve a ono -year renewal option for RFQ #1707 Continuing Contracts for
Transportation Planning Consulting rvices
Recommendations:
Staff recommends the City Commission approve a one-year renewal option for RFQ #1707 Continuing Contracts
for Transportation Planning Consulting Services:
Attachments:
2017 Contract with I irnl y-Horn and Associates, Inc.
017 Contract with S M , Inc.
Financial Impact:
There is no financial impact at this time,
Type of Its (please mark with an "Y)
(public Heaiing
Ordinance First Reading
Ordinance second reading
Resolution
_ Commission Approval
Discussion & Direction
Fret° Irir_ t_t
X ConsentAgenda
Public Tearing
w� Regular Agenda`
tVj t..h'P'ULIVJr',Y iky "C;fn
Original t ocurnontJ ontract Held by Department for Execution
Reviewed by City Attorney , N/A
Reviewed by Finance t __ N/A
I ta rw V Us go M allmn lo U 101MEN DWI t4VA
This contract made and entered into the/ A'y of P&ernbel, 2017 by and between the:
City of Ocoee
150 N. Lakeshore Drive
Ocoee, FL 34761
hereinafter referred to as the "CITY" and:
Kimley-Horn and Associates, Inc.
3660 Maguire Blvd., Ste. 200
Orlando, FL 32803
hereinafter referred to as the "PLANNER".
PREMISES
WHEREAS, the CITY desires to retain PLANNER to perform continuing professional
transportation planning services; and
WHEREAS, the PLANNER desires to perform the continuing professional transportation
planning services upon the terms and conditions hereinafter set forth;
NOW, THEREFORE, in consideration of the mutual covenants and agreements hereinafter
contained, it is agreed by and between the parties hereto as follows:
gnu=
GENERAL
1.1 This Contract is for continuing professional transportation planning services for CITY
projects. It is also anticipated that other supporting technical services may be required
(such as mapping, drainage, utilities, survey, structural, general civil, etc.) and that
separate projects in the form of Work Orders will be issued to the PLANNER during the
term of this Contract.
1.2 "PLANNER" shall be defined herein to include all principals of the firm including full
time employees, professional or otherwise, and all other, agents, employees and/or
subconsultants retained by the PLANNER to perform its obligations hereunder.
1.3 Prior to the start of any work under this contract, the PLANNER has submitted to the
CITY detailed resumes of key professional personnel who will be involved in performing
all activities described in the Scope of Services. At any time hereafter that the PLANNER
desires to change the key professional personnel in an active assigm-nent, it shall submit
the qualifications of the new professional personnel to the CITY for prior approval. Key
professional personnel shall include principals -in -charge and project managers. Subject to
CITY approval, the PLANNER may enter into subcontracts with other professional
RFQ #1707 Continuing Transportation Planning Consulting Services Page 1
consultants to provide technical services required by the CITY, that are otherwise outside
the area of expertise of the PLANNER.
1.4 The PLANNER acknowledges that this is not an exclusive contract and that the CITY, at
the CITY's option, may request proposals from other consultants to provide
transportation planning services for the CITY, The CITY reserves the right to hire any
such other consultants to provide such services for City Projects.
1.5 The PLANNER acknowledges that the CITY has retained other consultants, and that the
PLANNER may need to coordinate the work of these consultants with the work that it is
performing from time to time for the successful completion of work assignments. The
PLANNER agrees to provide such coordination as necessary within the Scope of
Services as provided in this Agreement.
1.6 The PLANNER will maintain an adequate and competent staff of professionally qualified
persons throughout the performance of this Contract to ensure acceptable and timely
completion of work authorized by this Contract and such other work as may be
authorized by the issuance of a Work Order.
1.7 Requirements for signing and sealing all plans, reports and documents prepared by the
PLANNER shall be performed to comply with all applicable federal, state and local laws
and regulations.
SECTION 11
The PLANNER shall diligently and in a professional and timely manner perform the services
described in Paragraph 2.1 and such other services as may be authorized by issuance of a Work
Order.
11 GENERAL PLANNING SERVICES
The PLANNER agrees to perform professional transportation planning services for the
CITY as directed by the City's Designated Representative in accordance with budgetary
amounts approved by the Ocoee City Commission, Examples of the services include, but
are not limited to:
A. Assisting City staff in updating a financially feasible Master Transportation Plan;
B. Assisting City staff in periodic updates to the Comprehensive Plan, land Development
Code and Capital Improvements Plan;
C. Performing and/or reviewing individual traffic analyses of private development projects
for concurrency management and operational issues;
D. Assisting City staff in updating and maintaining a socio-economic database;
RFQ #1707 Continuing Transportation Planning Consulting Services Page 2
E. Performing traffic modeling in conjunction with road impact fee updates and
Comprehensive Plan Amendments;
F. Providing annual traffic counts and other counts for special studies and traffic operations
analyses;
G. Assisting City staff with roadway conceptual analysis and concept design;
H. Assisting City staff in the identification and qualification for various Federal and state
grants, etc.
1. Providing assistance working with other governmental agencies on transportation related
issues;
J. Performing intersection analyses and other studies involving traffic operations;
K. Reviewing traffic studies submitted through the concurrency process or for alternative road
impact fees;
L. Developing access management plans for roads in the City;
M. Developing plans for bicycle, pedestrian, and transit ways in conjunction with
transportation planning; and
N. Other related services requiring transportation planning,
O. Providing transportation modeling in conjunction with mobility fee development,
alternatives analysis, and establishment; and
P. Assisting City staff with CRA administration relative to transportation related issues; and
Q. Provide transportation analysis as it may relate to architecture, landscape architecture,
urban design, form based code; and
R. Performing periodic reports as required by the Comprehensive Plan on the status of the
Multi -Modal Transportation District.
2.2 SPECIAL PLANNING SERVICES
In addition to the services authorized by Paragraph 2.1 the PLANNER shall perform such
other professional transportation planning services as may be authorized by a written
Work Order by the CITY. Such services shall be authorized in writing as Work Orders in
accordance with Section 11, Paragraph 2.3. The Work Orders may contain additional
instructions or provisions specific upon certain aspects of this Contract pertinent to the
work to be undertaken. Such supplemental instructions or provisions shall be construed
as being issued pursuant to this Contract.
NEEMMM -
RFQ #1707 Continuing Transportation Planning Consulting Services Page 3
Services to be performed by the PLANNER shall be identified in a written Work Order
by the CITY. Each Work Order shall include a Detailed Project Description with an
anticipated completion schedule. The PLANNER shall review each Work Order and
notify the CITY in writing of any matters that require clarification or correction before
submitting to the CITY a "Proposal" for the Work Order, The PLANNER Proposal shall
include a Detailed "Scope of Services for the Work Order", Method(s) of Compensation,
PLANNER Schedule to complete the Work Order, and a listing of special Reimbursable
Expenses.
23.1 It shall be the responsibility of the PLANNER to provide a Detailed "Scope of
Services for the Work Order" so that the CITY's expectations can be achieved.
Said "Scope of Services for the Work Order" shall be all inclusive and shall incur
all work required to complete the task of the Work Order.
23,2 The CITY shall review and provide comments concerning the PLANNER
Proposal and shall then issue a final Work Order for the Work that incorporates
the Proposal and all comments.
2.4 CHANGE ORDERS
The CITY shall be authorized to make changes to this Agreement or any Work Order
under this Agreement by written Change Order. Each Change Order shall include: a
schedule of completion for the work authorized, compensation and methods of
compensation, The Change Orders may contain additional instructions or provisions
specific upon certain aspects of this Contract pertinent to the work to be undertaken.
� 04180191 I I
The CITY shall:
3.1 Shall identify a CITY Designated Representative to administer, review and coordinate all
work undertaken by the PLANNER in accordance with this Contract.
12 Furnish the PLANNER with existing data, records, maps, plans, specifications, reports,
fiscal data, and other Planning information for the performance of the Work. All such
documents conveyed by the CITY shall be and remain the property of the CITY and shall
be returned to the CITY upon completion of the Work.
3.3 Make CITY personnel available where required and necessary to assist the PLANNER.
The availability and necessity of said personnel to assist the PLANNER shall be
determined solely at the discretion of the CITY.
3A Provide access to, and make provisions for, the PLANNER to enter upon public and
private lands as required for the PLANNER, within a reasonable time, to perform work as
necessary to complete the Work Order.
RFQ #1707 Continuing Transportation Planning Consulting Services Page 4
3.5 Examine all reports, sketches, drawings, estimates, proposals, and other documents
presented by the PLANNER and render decisions, in writing, indicating the CITY's
approval or disapproval within a reasonable time so as not to materially delay the work of
the PLANNER.
3.6 Transmit instructions, relevant information, and provide interpretation and definition of
CITY policies and decisions with respect to design materials, and other matters pertinent
to the work covered by this Contract,
3.7 Give prompt written notice to the PLANNER whenever the CITY observes, or otherwise
becomes aware of, any development that affects the scope of, timing of the PLANNER's
services, or becomes aware of any defect or changes necessary in the work of the
PLANNER,
3.8 In the event the CITY fails to comply with the terms and conditions of this Section, the
PLANNER shall notify the CITY's designated representative in writing so that the CITY
may take remedial action. The failure to provide such notice shall constitute a waiver of
any default of the CITY under this Section.
SECTION IV
COMPENSATION
4.1 GENERAL
Compensation to the PLANNER for services performed shall be in accordance with one
of the following methods of compensation, as defined and indicated herein:
a. Lump Sum or Fixed Price Method
b. Closed End Hourly with a Guaranteed Maximum Price
The type and amount of compensation for services requiring a Work Order shall be
described on the Work Order. The type and amount of compensation for services
described in paragraph 2.1 shall be Closed End Hourly with a specified not -to -exceed
Guaranteed Maximum Price in cases where the CITY deems it appropriate.
4.2 LUMP SUM METHOD
4.2.1 Lump sum compensation shall be the total fixed price amount payable under the
Lump Sum Method (including all payroll costs, overhead costs, other direct costs,
fees, subconsultants' and specialist costs for the services to be provided in the
Work Order unless there is a change in the scope of work, or other conditions
stipulated in any Change Order, and the Work Order is modified by such Change
Order.
4.2.2 Payment to the PLANNER for services performed for a Work Order under the
Lump Sum Method shall be monthly in proportion to the percentage of work
RFQ #1707 Continuing Transportation Planning Consulting Services Page 5
completed during the month as documented by the PLANNER on a progress
report, subject to acceptance by the CITY.
43 CLOSED END HOURLY/GUARANTEED MAXIMUM PRICE
4.3,1 Compensation for services performed under the Closed End Hourly method shall be
based on the hours worked by PLANNER directly on the Work. Attached "Exhibit A"
Professional Hourly Rate Schedule for professional, technical, planning and other
personnel of the PLANNER shall be used for hourly rates. Rates in Exhibit "A" shall
include all Salary Costs, Benefit Costs, Benefit Costs, General and Administrative
Overhead Costs and PLANNER's markup.
4.3.2 Total Compensation for any specific Work shall not exceed the approved Work Order
Guaranteed Maximum Price without written approval from the CITY.
4.3.3 Reimbursable Expenses for a Work Order under the Closed End Hourly method shall be
submitted for approval with the Work Order. No additional Expenses shall be accepted,
unless approved in writing by the CITY.
4.3.4 Payment to the PLANNER for services performed and Reimbursable Expenses for
continuing work assignments under the Closed End Hourly Guaranteed Maximum Price
method shall be for actual hours worked and expenses incurred during the month as
documented by PLANNER and accepted by the CITY.
4.4 INVOICE PROCESS
Invoices, which are in an acceptable form and without disputable items that are received by the
CITY will be processed for payment within thirty (30) days of receipt by the CITY. The
PLANNER will be notified of any disputable items contained in invoices submitted by the
PLANNER within fifteen (15) days of receipt by the CITY with an explanation of the
deficiencies, The CITY and the PLANNER will make every effort to resolve all disputable items
contained in the PLANNER's invoices. Revised invoices received by the CITY will be processed
for payment within thirty (30) days of receipt by the CITY. Each invoice shall reference the
appropriate Work Order and Change Order if applicable.
City of Ocoee
150 N. Lakeshore Drive
Ocoee, FL 34761
Attention: Accounts Payable
4.5 PAYMENT IN THE EVENT OF CONTRACT TERMINATION OR SUSPENSION
In the event that a Work Order or this Contract is terminated or canceled, or the PLANNER's
services are suspended on a Change Order issued to a Work Order prior to completion of the
Work Order, then the Planner shall proceed as required in paragraph 8.4.2.
RFQ #1707 Continuing Transportation Planning Consulting Services Page 6
If instructed to do so by the CITY, the PLANNER shall change or revise work that has
been performed and if such work is not required as a result of error, omission or
negligence of the PLANNER, the PLANNER may be entitled to additional
compensation. The PLANNER must submit for CITY approval a revised proposal with a
revised fee quotation. Additional compensation, if any, shall be agreed upon before
commencement of any such additional work and shall be incorporated into the Work by
Change Order to the Work Order.
FMOMM
In the event the CITY fails to provide compensation under the terms and conditions of
this contract, the PLANNER shall notify the CITY's designated representative in order
that the CITY may take remedial action.
SECTION V
SCHE DULE/LENGTH OF CONTRACT
5.1 WORK COMMENCEMENT
The PLANNER shall commence work order not later than ten (10) days after receipt by
the PLANNER of a written notice -to -proceed from the CITY's Designated
Representative. If the PLANNER fails to commence work within the ten (10) day period
for a Work Order, then the CITY shall have the right to seek other firms for the services
required.
5.2 IMPLEMENTATION SCHEDULE
The PLANNER shall adhere to the schedule established for any general planting services
assignment and for services described in each Work Order. In the event the work of the
PLANNER is delayed, due to no fault of the PLANNER, which delays the completion of
any Work Order, the PLANNER shall be entitled to an appropriate extension of the
contract time for the specific Work Order. Additional compensation to the PLANNER
will be negotiated by mutual agreement of the CITY and the PLANNER in the event
such delay causes any Work Order's costs to increase for reasons beyond the
PLANNER's control.
This Agreement shall continue in full force for a period of five (5) separate one year
terms. Each one year term shall automatically be renewable for the next succeeding one
year term with the condition that the CITY'S obligation to pay under this Agreement for
each year is contingent upon the CITY in its good faith judgment having sufficient funds
to make an annual appropriation for the Services to be provided under this Agreement,
The Agreement shall continue in full force and effect from the date first written above or
RFQ #1707 Continuing Transportation Planning Consulting Services Page 7
until terminated in accordance with this Agreement. The CITY shall have the option of
extending the term an additional one (1) year. The above time periods may be extended
to complete Services being rendered under a Project that has already been identified in a
Work Orders issued prior to the expiration of the Agreement.
6.1 GENERAL
The City Manager may act as the Designated Representative to represent the CITY in all
matters pertaining to and arising from the work and performance of this Contract. The
City Manager may designate an alternate representative. The Designated Representative
or the alternate Designated Representative is authorized to perform the following
activities:
6.1.1 Examination of all reports, sketches, drawings, estimates, proposals and other
documents presented by the PLANNER and rendering, in writing, decisions
indicating the CITY's approval or disapproval within a reasonable time so as not
to materially delay the work of the PLANNER;
6.1.2 Transmission of instructions, receipt of information, and interpretation and
definition of CITY's policies and decisions with respect to design, materials, and
other matters pertinent to the work covered by this Contract;
6.1.3 Giving written notice to the PLANNER whenever the CITY observes, or
otherwise becomes aware of, any defects or changes necessary in the project; and
6.1.4 Following the PLANNER's preparation of any necessary applications to
governmental bodies, to arrange for submission of such applications.
The alternate Designated Representative for this Contract shall be:
Michael Rumer
City Planner
City of Ocoee
150 N. Lakeshore Drive
Ocoee, Florida 34761
Phone: (407) 905 -3 100, extension 1018
7.1 The CITY may also order changes in the Scope of Services of a Work Order. Such
changes, including any increase or decrease in the amount of PLANNER's compensation for any
RFQ #1707 Continuing Transportation Planning Consulting Services Page 8
Work Order pursuant to Section IV- Compensation which are mutually agreed upon by and
between the CITY and the PLANNER, shall be incorporated by Change Order to the Work
Order.
The City may terminate this Contract or any Work Order issued under this Contract for
Cause for any one or more of the following reasons:
8.1.1 If adequate progress on any phase of work is not being made by the PLANNER as
a direct result of the PLANNER's failure to perform; or
8.1.2 The quality of the services performed by the PLANNER is not in conformance
with commonly accepted design codes and standards, standards of the CITY, and
the requirements of Federal and/or State regulatory agencies, and the PLANNER
has not corrected such deficiencies in a timely manner following notice from the
CITY, and the particular services involved are considered by the CITY to be
essential to the proper completion of any work assignment; or
8.1.3 The PLANNER or any employee or agent of the PLANNER is indicted or has a
direct charge issued against him for any crime arising out of or in conjunction
with any work that has been performed by the PLANNER; or
8.1.4 The PLANNER becomes involved in either voluntary or involuntary bankruptcy
proceedings or makes an assignment for the benefit of creditors; or
8.1.5 The PLANNER violates the Standards of Conduct provisions of Section XIII
herein.
8.1.6 In the event of any of the causes described in paragraph 8.1, the Designated
Representative may send a certified letter to the PLANNER requesting that the
PLANNER show cause why the Contract or any Work Order should not be
terminated. If adequate assurance or acceptable reasons are not given to the CITY
within fifteen (15) days of the receipt by the PLANNER of said notice, the CITY
may consider the PLANNER to be in default and may then immediately terminate
this Contract or any Work Order in progress under this Contract. In the event of
termination for cause, the CITY may adjust any payment due and owing to the
PLANNER to take into account any additional costs or damages incurred by the
CITY due to such default.
8.1.7 In the event that the CITY terminates this contract or any Work Order issued
under this Contract for cause, then the CITY may recover any and all costs or
damages expended or incurred by the CITY that were proximately caused by the
causes of default.
RFQ #1707 Continuing Transportation Planning Consulting Services Page 9
The PLANNER may cancel this Contract if:
8,2.1 The CITY fails to meet its obligations and responsibilities as contained in Section
III - City's Rights and Responsibilities; or
8,2.2 The CITY fails to pay the PLANNER in accordance with Section IV -
Compensation:
8.2.3 In the event of either of the causes described in paragraph 8.2, the PLANNER
shall send a certified letter requesting that the CITY show cause why the contract
should not be terminated. If adequate assurances are not given to the PLANNER
within fifteen (15) days of the receipt by the CITY of said notice, then the
PLANNER may consider the CITY to be in default and may immediately
terminate this Contract.
8.3 TERMINATION BY CITY FOR CONVENIENCE
Notwithstanding any other provision of this Contract, the CITY shall have the right at
any time to terminate this Contract or any Work Order issued under this Contract for
convenience and without cause, provided that thirty (30) days prior written notice is
given to the PLANNER of the CITY's intent to so terminate for convenience. In the
event that this contract is terminated for convenience, the CITY shall identify any
specific Work Orders being terminated and the specific Work Order(s) to be continued to
completion (if any) pursuant to the provisions of this Contract. In the event this Contract
or any Work Order is terminated for convenience, the CITY shall pay the PLANNER for
the services rendered to the date of termination and all reasonable costs necessarily
incurred by the PLANNER by reason of the termination for convenience. No amount
shall be paid for anticipated profit on unperformed services or other work,
8.4 ACTION FOLLOWING TERMINATION
8.4.1 Upon receipt of notice of termination given by either party, the terminated party
shall promptly discontinue all services and other work unless the notice provides
otherwise.
8.4.2 In the case of the CITY terminating the PLANNER, the PLANNER shall within
ten (10) days, or any extensions as approved by the CITY, deliver to the CITY all
reports, drawings, plans, specifications, and other data and documents that have
been obtained or prepared by the PLANNER in performing the services under this
Contract regardless of whether the work on such documents has been completed
or is in progress.
8,5 SUSPENSION
8.5.1 The performance of the PLANNER's service for any work under this Contract
may be suspended by the CITY at any time. In the event the CITY suspends the
performance of the PLANNER's services hereunder, the CITY shall so notify the
RFQ #1707 Continuing Transportation Planning Consulting Services Page 10
PLANNER in writing, such suspension becoming effective upon the date of its
receipt by the PLANNER, and the CITY shall promptly pay to the PLANNER all
compensation which has become due to and payable to the PLANNER to the
effective date of such suspension. The CITY shall thereafter have no further
obligation for payment to the PLANNER for the suspended services unless and
until the CITY notifies the PLANNER that the services of the PLANNER called
for hereunder are to be resumed.
Upon receipt of written notice from the CITY that the PLANNER's services
hereunder are to be resumed, the PLANNER shall complete the services of the
PLANNER called for in the original work assignment or Work Order, and the
PLANNER may, in that event, be -entitled to payment of the remaining unpaid
compensation subject to the terns and conditions of the Work Order and this
Contract.
8.5.2 If the aggregate time of the CITY's suspension or suspensions of the
PLANNER's services exceeds ninety (90) days, then the PLANNER and the
CITY shall, upon written request of the PLANNER, meet to assess the services
performed hereunder up to the time of such meeting, the services remaining to be
performed, and the total compensation paid to the PLANNER hereunder. During
such meeting, the parties shall have the option of negotiating a change in
compensation to be paid to the PLANNER for the balance of the services to be
performed hereunder. No increase in compensation to the PLANNER shall be
allowed unless it is based upon clear and convincing evidence of an increase in
the PLANNER's costs attributable to the aforesaid suspensions.
SECTION IX
CLAIMS AND DISPUTES/REMEDIES
9.1 CLAIMS AND DISPUTES
The PLANNER shall provide the CITY within written notice of any claims, disputes,
and/or matters in question including claims for extra compensation not later than forty-
five (45) days of its occurrence. The failure to provide such written notice shall
constitute a waiver of such claim.
10.1 GENERAL
If any claims are made against the CITY, including its agents and/or employees, or if the
CITY is sued or held liable in any manner whatsoever as a result of, or by reason of,
negligent actions or omissions, breach of contract or negligent violations of any
applicable law, rule or regulation by the PLANNER in connection with the rendering of
services to the CITY under this Contract, then the PLANNER will indemnify, defend and
RFQ #1707 Continuing Transportation Planning Consulting services Page 11
save the CITY and its agents and/or employees harmless from and against any and all
liability for damages, compensations, suits, judgments, loss, costs, charges and expenses
whatsoever, including reasonable attorney's fees, expert witness' fees, and court costs,
which they shall or may at any time sustain, resulting from any such negligent act, error
or omission.
The PLANNER shall not commence any work in connection with an Agreement until all
of the following types of insurance have been obtained and such insurance has been
approved by the City, nor shall the PLANNER allow any Subcontractor to commence
work on a subcontract until all similar insurance required of the subcontractor has been so
obtained and approved. Policies other than Workers' Compensation shall be issued only
by companies authorized by subsisting certificates of authority issued to the companies
by the Department of Insurance of Florida which maintain a Best's Rating of "A" or
better and a Financial Size Category of "VII" or better according to the A.M. Best
Company. Policies for Workers' Compensation may be issued by companies authorized
as a group self -insurer by Section 440.57, Florida Statutes.
a. Loss Deductible Clause: The City shall be exempt from, and in no way liable for,
any sums of money which may represent a deductible in any insurance policy.
The payment of such deductible shall be the sole responsibility of the General
PLANNER and/or subcontractor providing such insurance.
b. Workers' Compensation Insurance: The PLANNER shall obtain during the life
of this Agreement, Worker's Compensation Insurance with Employer's Liability
Limits of $500,000/$500,000/$500,000 for all the Contractor's employees
connected with the work of this project and, in the event any work is sublet, the
PLANNER shall require the subcontractor similarly to provide Workers'
Compensation Insurance for all of the latter's employees unless such employees
are covered by the protection afforded by the Contractor. Such insurance shall
comply fully with the Florida Workers' Compensation Law. In case any class of
employees engaged in hazardous work under this contract for the City is not
protected under the Workers' Compensation statute, the PLANNER shall provide,
and cause each subcontractor to provide adequate insurance, satisfactory to the
City, for the protection of the Contractor's employees not otherwise protected.
• Include Waiver of Subrogation in favor of the City of Ocoee
C. Contractor's Public Liability and Property Damage Insurance: The PLANNER
shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE
COVERAGE, this policy should name the City of Ocoee as an additional insured,
and shall protect the PLANNER and the City from claims for damage for personal
injury, including accidental death, as well as claims for property damages which
may arise from operations under this Agreement whether such operations be by
the PLANNER or by anyone directly or indirectly employed by the Contractor,
and the amounts of such insurance shall be the minimum limits as follows:
RFQ #1707 Continuing Transportation Planning Consulting Services Page 12
1) Automobile Bodily Injury Liability & Property Damage Liability
$ 1,000,000 Combined single limit per occurrence (each person,
each accident)
All covered automobile will be covered via symbol I
Liability coverage will include hired & non -owned automobile
liability
o Include Waiver of Subrogation in favor of The City of Ocoee
2) Comprehensive General Liability (Occurrence Form) - this policy should
name the City of Ocoee as an additional insured and should indicate that
the insurance of the PLANNER is primary and non-contributory.
0 $2,000,000 GENERAL AGGREGATE
0 $2,000,000 PRODUCTS -COMPLETED OPERATIONS
AGGREGATE
a $1,000,000 PER OCCURRENCE
0 $1,000,000 PERSONAL & ADVERTISING INJURY
0 Include Waiver of Subrogation in favor of the City of Ocoee
3) Subcontractor's Comprehensive General Liability_, Automobile Liability
and Worker's Compensation Insurance: The PLANNER shall require
each subcontractor to procure and maintain during the life of this
subcontract, insurance of the type specified above or insure the activities
of these subcontractors in the Contractor's policy, as specified above.
4) Contractual Liability: If the project is not bonded, the Contractor's
insurance shall also include contractual liability coverage to insure the
fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE
AND AUTOMOBILE = LIABILITY INSURANCE, THE CITY
SHALL BE NAMED AS ADDITIONAL INSURED.
$1,000,000 PER OCCURRENCE
$2,000,000 AGGREGATE
5) Commercial Umbrella:
$1,000,000 PER OCCURRENCE
• $2,000,000 Aggregate
Including Employer's Liability and Contractual Liability
6) Professional Liability/Errors and Omissions Insurance:
The PLANNER shall also purchase, maintain, and keep in full force,
effect, and good standing, a professional liability/errors and omissions
insurance policy having minimum limits of $1,000,000.00, with a
RFQ #1707 Continuing Transportation Planning Consulting Services Page 13
maximum deductible of $100,000.00 or, the PLANNER shall provide the
CITY with policy coverage wherein the insurer agrees to pay claims (up to
the limits of coverage), and will thereafter recover the deductible from the
insured -PLANNER. The errors and omissions policy shall be in effect
and shall insure the Planner's performance on CITY projects.
7) Certificates of Insurance: Certificate of Insurance Form (see sample
attached), naming the City of Ocoee as an additional insured will be
furnished by the PLANNER upon notice of award. These shall be
completed by the authorized Resident Agent and returned to the Office of
the Purchasing Agent, This certificate shall be dated and show:
a) The name of the Insured contractor, the specific job by name and
job number, the name of the insurer, the number of the policy, its
effective date, its termination date.
b) Should any of the above described policies be cancelled before the
expiration date thereof, notice will be delivered in accordance with
the policy provisions.
11.1 The PLANNER hereby certifies, covenants and warrants that wage rates and other cost
data supporting the compensation provided for in this Contract are accurate, complete and
current as of the date of negotiation of the Compensation terms contained in this Contract. It is
further agreed that the PLANNER's compensation under this Contract may be adjusted to
exclude any significant sums where the City determines the PLANNER's compensation was
increased due to inaccurate or incomplete wage rates and other factual unit costs. All such price
adjustments shall be made prior to the end of this Contract. Records of cost incurred under the
terms of this Contract shall be maintained and made available to the CITY during the period of
this Contract and for three (3) years after final payment is made. Copies of these documents and
records shall be furnished upon request to the CITY at no cost.
12.1 It is understood and agreed that all Documents, including the detailed reports, plans,
original drawings, survey field notebooks, and all other data other than working papers, prepared
or obtained by the PLANNER in connection with its services hereunder, are the property of the
CITY. All computer generated information shall be provided to the CITY on media that is
acceptable to the CITY, The PLANNER may retain copies of all Documents for its files. All
Documents, including drawings prepared by the PLANNER pursuant to this Contract, are
instruments of service in respect to the services described in the Work Order. They are not
RFQ #1707 Continuing Transportation Planning Consulting Services Page 14
intended or represented to be suitable for reuse by the CITY or others on extensions of the
services performed under this Contract or on any other project. Any reuse without written
verification or adoption by the PLANNER for the specific purpose intended will be at the
CITY's sole risk and without liability or legal exposure to the PLANNER. Any documents
given to or prepared or assembled by the PLANNER and its subcontractors under this Contract
shall be kept solely as property of the CITY and shall not be made available to any individuals or
organizations without the prior written approval of the CITY except to the extent required by
Public Records Acts. The PLANNER may retain copies of all work performed under this
Contract for the CITY.
SECTION XIII
6
13.1 The PLANNER warrants that it has not employed or retained any company or person,
other than a bonafide employee working solely for the PLANNER, to solicit or secure
this Contract and that the PLANNER has not paid or agreed to pay any person, company,
corporation, individual or firm other than a bonafide employee working solely for the
PLANNER, any fee, commission, percentage, gift, or any other consideration, contingent
upon or resulting from the award of making this Contract.
13.2 The PLANNER shall not discriminate on the grounds of race, color, religion, sex, or
national origin in the performance of work under this Contract.
13.3 The PLANNER hereby certifies that no undisclosed conflict of interest exists with
respect to the present Contract, including any conflicts that may be due to representation
of other clients, other contractual relationships of the PLANNER, or any interest in
property which the PLANNER may have. The PLANNER further certifies that any
apparent conflict of interest that arises during the term of this contract will be
immediately disclosed in writing to the CITY. The PLANNER shall immediately notify
the CITY in writing, prior to entering into any contract or performing any work for
Orange County or the City of Winter Garden. The CITY shall determine whether such
contract or work will constitute a conflict of interest with respect to this Contract.
Violation of this Section will be considered as justification for immediate termination of
this Contract.
13 A If the CITY determines that any employee or representative of the PLANNER is not
satisfactorily performing his assigned duties or is demonstrating improper conduct
pursuant to any assignment under this Contract, the CITY shall so notify the PLANNER
in writing. The PLANNER shall immediately remove such employee or representative of
the PLANNER from such assignment.
13.5 The PLANNER shall not publish any documents or release information to the media
without prior approval of the CITY.
1111111111 Ili 11 111� 1� 1,111 1
RFQ #1707 Continuing Transportation Planning Consulting Services Page 15
F.Mfe) WIRV 01 IN _014D) Oki
14.1 The PLANNER shall maintain books, records, documents, time and cost accounts and
other evidence directly related to its performance of services under this Contract. All time
records and cost data shall be maintained in accordance with generally accepted
accounting principles. The PLANNER shall also maintain the financial information and
data necessary to determine overhead rates in accordance with the requirement of Federal
and State regulatory agencies and this Contract. The CITY, or any of its duly authorized
representatives, shall have access within twenty-four (24) hours notice to such books,
records, documents, and other evidence for inspection, audit and copying. Copying of the
PLANNER's books, records, documents, time records and cost accounts and other
evidence shall be at the PLANNER's expense.
14.2 The PLANNER shall maintain and allow access to the records required under this
Section for a period of three (3) years after the completion of the services provided under
this Contract and date of final payment for said services, or date of termination of this
Contract.
15.1 All the services to be performed by the PLANNER shall comport with the standards of
professional transportation planning ordinarily exercised by reputable members of consultant's
profession. All work product shall conform to applicable building codes and standards,
ordinances of the CITY, applicable federal and/or state and/or regulations.
15.2 The PLANNER shall be responsible for producing work that complies with current or changing
codes or regulations which must be applied to the work assignments and Work Orders to be
performed under this Contract. Any new codes or regulations becoming effective subsequent to
the effective date of a Work Order shall be the subject of negotiation for an increase in scope and
compensation by Change Order to the Work Order.
The PLANNER shall not sublet, assign or transfer any interest in this Contract, except for claims for the
money due or to become due, which may be assigned to a bank, trust company, or other financial
institution without CITY approval, Notice of such assignment or transfer shall be furnished promptly to
the CITY.
This Contract shall be interpreted and governed by the laws of the State of Florida without reference to its
conflicts of laws principles.
RFQ #1707 Continuing Transportation Planning Consulting Services Page 16
Neither parry shall be considered in default in performance of its obligations hereunder to the extent that
performance of such obligations, or any of them, is delayed or prevented by Force Majeure. Force
Majeure shall include, but not be limited to, hostility, revolution, civil commotion, strike, epidemic, fire,
flood, wind, earthquake, hurricane, explosion, or any act of God; provided that the cause is beyond the
control and without the fault or negligence of the party seeking relief under this Section.
19.1 This Contract, together with the Exhibits hereinafter identified and listed in paragraph
19.2, shall constitute the entire Agreement between the CITY and the PLANNER and
supersede all prior written or oral understandings in connection therewith. This Contract may
only be amended, supplemented or modified by a formal amendment.
19.2 The Exhibits made part of this Contract are as follows:
Exhibit A - Professional Hourly Rate Schedule
SECTION XX
DISPUTE RESOLUTION
20.1 As a condition precedent to the filing of any suit or other legal proceeding, the parties
shall endeavor to resolve claims, disputes or other matters in question by mediation.
Mediation shall be initiated by any party by serving a written request for same on the
other party, The parties shall, by mutual agreement, select a mediator within fifteen (15)
days of the date of the request for mediation. If the parties cannot agree on the selection
of a mediator, then the City shall select the mediator who, if selected solely by the City,
shall be a mediator certified by the Supreme Court of Florida. No suit or other legal
proceeding shall be filed until the mediator declares an impasse, which declaration, in
any event, shall be issued by the mediator not later than sixty (60) days after the initial
mediation conference. The sole and exclusive venue for any mediation shall be in
Orange County, Florida. Any legal proceeding of any nature brought by either party
against the other to enforce any right or obligation under this Contract, or any Work
the work to be performed hereunder, shall be submitted for trial, without a jury, before
the Circuit Court of the Ninth Judicial Circuit, in and for Orange County, Florida. The
parties consent and submit to the jurisdiction of such court and agree to accept service of
process outside the State of Florida in any matter to be submitted to any such court
pursuant hereto. The City and PLANNER expressly waive all rights to trial by jury
RFQ#1707 Continuing Transportation Planning Consulting Services Page 17
regarding any legal proceeding of any nature brought by either party against the other
to enforce any right or obligation under this Agreement, or any Work Order issued
under this Agreement, or arising out of any matter pertaining to this contract or the work
to be performed hereunder. As noted herein, the sole and exclusive venue for any
litigation or other legal proceeding between the parties shall be the Circuit Court of the
Ninth Judicial Circuit in and for Orange County, Florida.
IN WITNESS WHEREOF, the CITY and the PLANNER have executed this Contract to
become effective on the day and year first written above.
(SEAL)
ATTEST:
APPROVED:
KIMLEY-HORN AND ASSOCIATES
INC.
aA A A
BY:
PRINT NAME:
TITLE: .9(.
APPROVED:
T
Melanie Sibbitt, City Clerk Rusty Johns yor
(SEAL)
FOR USE AND jAKLIAT1CLW*T1LTBT-
THE CITY OF OCOEE, FLORIDA
APPROVED AS TO FORM AND
LEGALITY this j'r day of ]�W
2017.
SHUFFIELD, LOWMAN & WILSON, P.A.
I=
13v= VH
F-01go
ITEM NO. F.7.
RFQ #1707 Continuing Transportation Planning Consulting Services Page 18
I X#-VQ11JQW*T11i!ff Mwoul I
6120 1 W-NNIN C��q a I IgErm Q1 "ITA r9i ok-2 tu
This contract made and entered into the// day of/9,al4e(2017 by and between the:
City of Ocoee
150 N. Lakeshore Drive
Ocoee, FL 34761
hereinafter referred to as the "CITY" and:
SE, Inc.
1615 Edgewater Drive, Suite 200
Orlando, FL 32804
hereinafter referred to as the "PLANNER".
PREMISES
WHEREAS, the CITY desires to retain PLANNER to perform continuing professional
transportation planning services; and
WHEREAS, the PLANNER desires to perform the continuing professional transportation
planning services upon the terms and conditions hereinafter set forth;
NOW, THEREFORE, in consideration of the mutual covenants and agreements hereinafter
contained, it is agreed by and between the parties hereto as follows:
froxy
GENERAL
1.1 This Contract is for continuing professional transportation planning services for CITY
projects. It is also anticipated that other supporting technical services may be required
(such as mapping, drainage, utilities, survey, structural, general civil, etc.) and that
separate projects in the form of Work Orders will be issued to the PLANNER during the
term of this Contract,
1.2 "PLANNER" shall be defined herein to include all principals of the firm including full
time employees, professional or otherwise, and all other, agents, employees and/or
subconsultants retained by the PLANNER to perform its obligations hereunder.
1.3 Prior to the start of any work under this contract, the PLANNER has submitted to the
CITY detailed resumes of key professional personnel who will be involved in performing
all activities described in the Scope of Services. At any time hereafter that the PLANNER
desires to change the key professional personnel in an active assignment, it shall submit
the qualifications of the new professional personnel to the CITY for prior approval. Key
professional personnel shall include principals -in -charge and project managers. Subject to
CITY approval, the PLANNER may enter into subcontracts with other professional
RFQ #1707 Continuing Transportation Planning Consulting Services Page 1
consultants to provide technical services required by the CITY, that are otherwise outside
the area of expertise of the PLANNER.
1.4 The PLANNER acknowledges that this is not an exclusive contract and that the CITY, at
the CITY's option, may request proposals from other consultants to provide
transportation planning services for the CITY. The CITY reserves the right to hire any
such other consultants to provide such services for City Projects.
1.5 The PLANNER acknowledges that the CITY has retained other consultants, and that the
PLANNER may need to coordinate the work of these consultants with the work that it is
performing from time to time for the successful completion of work assignments. The
PLANNER agrees to provide such coordination as necessary within the Scope of
Services as provided in this Agreement.
1.6 The PLANNER will maintain an adequate and competent staff of professionally qualified
persons throughout the performance of this Contract to ensure acceptable and timely
completion of work authorized by this Contract and such other work as may be
authorized by the issuance of a Work Order,
1.7 Requirements for signing and sealing all plans, reports and documents prepared by the
PLANNER shall be performed to comply with all applicable federal, state and local laws
and regulations.
6=9093ml
The PLANNER shall diligently and in a professional and timely manner perform the services
described in Paragraph 2.1 and such other services as may be authorized by issuance of a Work
Order.
11 GENERAL PLANNING SERVICES
The PLANNER agrees to perform professional transportation planning services for the
CITY as directed by the City's Designated Representative in accordance with budgetary
amounts approved by the Ocoee City Commission. Examples of the services include, but
are not limited to:
A. Assisting City staff in updating a financially feasible Master Transportation Plan;
B. Assisting City staff in periodic updates to the Comprehensive Plan, land Development
Code and Capital Improvements Plan;
C. Performing and/or reviewing individual traffic analyses of private development projects
for concurrency management and operational issues;
D. Assisting City staff in updating and maintaining a socio-economic database;
RFQ #1707 Continuing Transportation Planning Consulting Services Page 2
E. Performing traffic modeling in conjunction with road impact fee updates and
Comprehensive Plan Amendments;
F. Providing annual traffic counts and other counts for special studies and traffic operations
analyses;
G. Assisting City staff with roadway conceptual analysis and concept design;
H. Assisting City staff in the identification and qualification for various Federal and state
grants, etc.
1. Providing assistance working with other governmental agencies on transportation related
issues;
J. Performing intersection analyses and other studies involving traffic operations;
K. Reviewing traffic studies submitted through the concurrency process or for alternative road
impact fees;
L. Developing access management plans for roads in the City;
M. Developing plans for bicycle, pedestrian, and transit ways in conjunction with
transportation planning; and
N. Other related services requiring transportation planning,
O. Providing transportation modeling in conjunction with mobility fee development,
alternatives analysis, and establishment; and
P. Assisting City staff with CRA administration relative to transportation related issues; and
Q, Provide transportation analysis as it may relate to architecture, landscape architecture,
urban design, form based code; and
R. Performing periodic reports as required by the Comprehensive Plan on the status of the
Multi -Modal Transportation District.
In addition to the services authorized by Paragraph 2,1 the PLANNER shall perform such
other professional transportation planning services as may be authorized by a written
Work Order by the CITY. Such services shall be authorized in writing as Work Orders in
accordance with Section 11, Paragraph 23. The Work Orders may contain additional
instructions or provisions specific upon certain aspects of this Contract pertinent to the
work to be undertaken. Such supplemental instructions or provisions shall be construed
as being issued pursuant to this Contract.
RFQ #170 7 Continuing Transportation Planning Consulting Services Page 3
Services to be performed by the PLANNER shall be identified in a written Work Order
by the CITY. Each Work Order shall include a Detailed Project Description with an
anticipated completion schedule. The PLANNER shall review each Work Order and
notify the CITY in writing of any matters that require clarification or correction before
submitting to the CITY a "Proposal" for the Work Order. The PLANNER Proposal shall
include a Detailed "Scope of Services for the Work Order", Method(s) of Compensation,
PLANNER Schedule to complete the Work Order, and a listing of special Reimbursable
Expenses.
2.3,1 It shall be the responsibility of the PLANNER to provide a Detailed "Scope of
Services for the Work Order" so that the CITY's expectations can be achieved,
Said "Scope of Services for the Work Order" shall be all inclusive and shall incur
all work required to complete the task of the Work Order,
23,2 The CITY shall review and provide comments concerning the PLANNER
Proposal and shall then issue a final Work Order for the Work that incorporates
the Proposal and all comments.
The CITY shall be authorized to make changes to this Agreement or any Work Order
under this Agreement by written Change Order. Each Change Order shall include: a
schedule of completion for the work authorized, compensation and methods of
compensation, The Change Orders may contain additional instructions or provisions
specific upon certain aspects of this Contract pertinent to the work to be undertaken.
The CITY shall:
3.1 Shall identify a CITY Designated Representative to administer, review and coordinate all
work undertaken by the PLANNER in accordance with this Contract.
3.2 Furnish the PLANNER with existing data, records, maps, plans, specifications, reports,
fiscal data, and other Planning information for the performance of the Work. All such
documents conveyed by the CITY shall be and remain the property of the CITY and shall
be returned to the CITY upon completion of the Work.
3.3 Make CITY personnel available where required and necessary to assist the PLANNER.
The availability and necessity of said personnel to assist the PLANNER shall be
determined solely at the discretion of the CITY,
3.4 Provide access to, and make provisions for, the PLANNER to enter upon public and
private lands as required for the PLANNER, within a reasonable time, to perform work as
necessary to complete the Work Order.
RFQ #1707 Continuing Transportation Planning Consulting Services Page 4
3.5 Examine all reports, sketches, drawings, estimates, proposals, and other documents
presented by the PLANNER and render decisions, in writing, indicating the CITY's
approval or disapproval within a reasonable time so as not to materially delay the work of
the PLANNER.
3.6 Transmit instructions, relevant information, and provide interpretation and definition of
CITY policies and decisions with respect to design materials, and other matters pertinent
to the work covered by this Contract,
3.7 Give prompt written notice to the PLANNER whenever the CITY observes, or otherwise
becomes aware of, any development that affects the scope of, timing of the PLANNER'S
services, or becomes aware of any defect or changes necessary in the work of the
PLANNER.
3.8 In the event the CITY fails to comply with the terms and conditions of this Section, the
PLANNER shall notify the CITY's designated representative in writing so that the CITY
may take remedial action. The failure to provide such notice shall constitute a waiver of
any default of the CITY under this Section.
SECTION IV
COMPENSATION
Compensation to the PLANNER for services performed shall be in accordance with one
of the following methods of compensation, as defined and indicated herein:
a. Lump Sum or Fixed Price Method
b. Closed End Hourly with a Guaranteed Maximum Price
The type and amount of compensation for services requiring a Work Order shall be
described on the Work Order. The type and amount of compensation for services
described in paragraph 2,1 shall be Closed End Hourly with a specified not -to -exceed
Guaranteed Maximum Price in cases where the CITY deems it appropriate.
4.2.1 Lump sum compensation shall be the total fixed price amount payable under the
Lump Sum Method (including all payroll costs, overhead costs, other direct costs,
fees, subconsultants' and specialist costs for the services to be provided in the
Work Order unless there is a change in the scope of work, or other conditions
stipulated in any Change Order, and the Work Order is modified by such Change
Order.
4.2.2 Payment to the PLANNER for services performed for a Work Order under the
Lump Sum Method shall be monthly in proportion to the percentage of work
RFQ #1707 Continuing Transportation Planning Consulting Services Page 5
completed during the month as documented by the PLANNER on a progress
report, subject to acceptance by the CITY,
4.3 CLOSED END HOURLY/GUARANTEED MAXIMUM PRICE
4.3.1 Compensation for services performed under the Closed End Hourly method shall be
based on the hours worked by PLANNER directly on the Work. Attached "Exhibit A"
Professional Hourly Rate Schedule for professional, technical, planning and other
personnel of the PLANNER shall be used for hourly rates. Rates in Exhibit "A" shall
include all Salary Costs, Benefit Costs, Benefit Costs, General and Administrative
Overhead Costs and PLANNER's markup.
4.3.2 Total Compensation for any specific Work shall not exceed the approved Work Order
Guaranteed Maximum Price without written approval from the CITY,
4.33 Reimbursable Expenses for a Work Order under the Closed End Hourly method shall be
submitted for approval with the Work Order. No additional Expenses shall be accepted,
unless approved in writing by the CITY.
4.3.4 Payment to the PLANNER for services performed and Reimbursable Expenses for
continuing work assignments under the Closed End Hourly Guaranteed Maximum Price
method shall be for actual hours worked and expenses incurred during the month as
documented by PLANNER and accepted by the CITY.
4.4 INVOICE PROCESS
Invoices, which are in an acceptable form and without disputable items that are received by the
CITY will be processed for payment within thirty (30) days of receipt by the CITY. The
PLANNER will be notified of any disputable items contained in invoices submitted by the
PLANNER within fifteen (15) days of receipt by the CITY with an explanation of the
deficiencies. The CITY and the PLANNER will make every effort to resolve all disputable items
contained in the PLANNER's invoices. Revised invoices received by the CITY will be processed
for payment within thirty (30) days of receipt by the CITY. Each invoice shall reference the
appropriate Work Order and Change Order if applicable,
INVOICES ARE TO BE FORWARDED DIRECTLY TO:
City of Ocoee
150 N. Lakeshore Drive
Ocoee, FL 34761
Attention: Accounts Payable
4.5 PAYMENT IN THE EVENT OF CONTRACT TERMINATION OR SUSPENSION
In the event that a Work Order or this Contract is terminated or canceled, or the PLANNER's
services are suspended on a Change Order issued to a Work Order prior to completion of the
Work Order, then the Planner shall proceed as required in paragraph 8.4.2.
RFQ #1707 Continuing Transportation Planning Consulting Services Page 6
If instructed to do so by the CITY, the PLANNER shall change or revise work that has
been performed and if such work is not required as a result of error, omission or
negligence of the PLANNER, the PLANNER may be entitled to additional
compensation. The PLANNER must submit for CITY approval a revised proposal with a
revised fee quotation. Additional compensation, if any, shall be agreed upon before
commencement of any such additional work and shall be incorporated into the Work by
Change Order to the Work Order.
4.7 NON-PAYMENT BY CITY
In the event the CITY fails to provide compensation under the terms and conditions of
this contract, the PLANNER shall notify the CITY's designated representative in order
that the CITY may take remedial action.
SE+C'TION iT
WORK COMMENCEMENT/IMPLEMENTATION
SCHE E OF f •
5.1 WORK COMMENCEMENT
The PLANNER shall commence work order not later than ten (10) days after receipt by
the PLANNER of a written notice -to -proceed from the CITY's Designated
Representative. If the PLANNER fails to commence work within the ten (10) day period
for a Work Order, then the CITY shall have the right to seek other firms for the services
required.
5.2 IMPLEMENTATION SCHEDULE I
The PLANNER shall adhere to the schedule established for any general planting services
assignment and for services described in each Work Order. In the event the work of the
PLANNER is delayed, due to no fault of the PLANNER, which delays the completion of
any Work Order, the PLANNER shall be entitled to an appropriate extension of the
contract time for the specific Work Order. Additional compensation to the PLANNER
will be negotiated by mutual agreement of the CITY and the PLANNER in the event
such delay causes any Work Order's costs to increase for reasons beyond the
PLANNER's control.
5.3 LENGTH OF CONTINUING CONTRACT
This Agreement shall continue in full force for a period of five (5) separate one year
terms. Each one year term shall automatically be renewable for the next succeeding one
year term with the condition that the CITY' S obligation to pay under this Agreement for
each year is contingent upon the CITY in its good faith judgment having sufficient funds
to make an annual appropriation for the Services to be provided under this Agreement.
The Agreement shall continue in full force and effect from the date first written above or
ONNINIM
RFQ#1707 Continuing Transportation Planning Consulting Services Page 7
until terminated in accordance with this Agreement. The CITY shall have the option of
extending the term an additional one (1) year. The above time periods may be extended
to complete Services being rendered under a Project that has already been identified in a
Work Orders issued prior to the expiration of the Agreement.
6.1 GENERAL
The City Manager may act as the Designated Representative to represent the CITY in all
matters pertaining to and arising from the work and performance of this Contract. The
City Manager may designate an alternate representative. The Designated Representative
or the alternate Designated Representative is authorized to perform the following
activities:
6.1.1 Examination of all reports, sketches, drawings, estimates, proposals and other
documents presented by the PLANNER and rendering, in writing, decisions
indicating the CITY's approval or disapproval within a reasonable time so as not
to materially delay the work of the PLANNER;
6.1.2 Transmission of instructions, receipt of information, and interpretation and
definition of CITY's policies and decisions with respect to design, materials, and
other matters pertinent to the work covered by this Contract;
6,13 Giving written notice to the PLANNER whenever the CITY observes, or
otherwise becomes aware of, any defects or changes necessary in the project; and
6.1.4 Following the PLANNER's preparation of any necessary applications to
governmental bodies, to arrange for submission of such applications.
The alternate Designated Representative for this Contract shall be:
Michael Rumer
City Planner
City of Ocoee
150 N. Lakeshore Drive
Ocoee, Florida 34761
Phone: (407) 905-3 100, extension 1018
7.1 The CITY may also order changes in the Scope of Services of a Work Order. Such
changes, including any increase or decrease in the amount of PLANNER's compensation for any
RFQ #1707 Continuing Transportation Planning Consulting Services Page 8
Work Order pursuant to Section IV- Compensation which are mutually agreed upon by and
between the CITY and the PLANNER, shall be incorporated by Change Order to the Work
Order.
r-AMEEK"111 M511
The City may terminate this Contract or any Work Order issued under this Contract for
Cause for any one or more of the following reasons:
8. Ll If adequate progress on any phase of work is not being made by the PLANNER as
a direct result of the PLANNER's failure to perform; or
8.12 The quality of the services performed by the PLANNER is not in conformance
with commonly accepted design codes and standards, standards of the CITY, and
the requirements of Federal and/or State regulatory agencies, and the PLANNER
has not corrected such deficiencies in a timely manner following notice from the
CITY, and the particular services involved are considered by the CITY to be
essential to the proper completion of any work assignment; or
8.1.3 The PLANNER or any employee or agent of the PLANNER is indicted or has a
direct charge issued against him for any crime arising out of or in conjunction
with any work that has been performed by the PLANNER; or
8.1.4 The PLANNER becomes involved in either voluntary or involuntary bankruptcy
proceedings or makes an assignment for the benefit of creditors; or
8.1.5 The PLANNER violates the Standards of Conduct provisions of Section XIII
herein.
8. L6 In the event of any of the causes described in paragraph 8.1, the Designated
Representative may send a certified letter to the PLANNER requesting that the
PLANNER show cause why the Contract or any Work Order should not be
terminated. If adequate assurance or acceptable reasons are not given to the CITY
within fifteen (15) days of the receipt by the PLANNER of said notice, the CITY
may consider the PLANNER to be in default and may then immediately terminate
this Contract or any Work Order in progress under this Contract. In the event of
termination for cause, the CITY may adjust any payment due and owing to the
PLANNER to take into account any additional costs or damages incurred by the
CITY due to such default.
8.1.7 In the event that the CITY terminates this contract or any Work Order issued
under this Contract for cause, then the CITY may recover any and all costs or
damages expended or incurred by the CITY that were proximately caused by the
causes of default.
RFQ #1707 Continuing Transportation Planning Consulting Services Page 9
M MA 102 ky, 21020111102
The PLANNER may cancel this Contract if:
8,2,1 The CITY fails to meet its obligations and responsibilities as contained in Section
III - City's Rights and Responsibilities; or
8.2,2 The CITY fails to pay the PLANNER in accordance with Section IV -
Compensation:
8.2.3 In the event of either of the causes described in paragraph 8.2, the PLANNER
shall send a certified letter requesting that the CITY show cause why the contract
should not be terminated. If adequate assurances are not given to the PLANNER
within fifteen (15) days of the receipt by the CITY of said notice, then the
PLANNER may consider the CITY to be in default and may immediately
terminate this Contract.
Notwithstanding any other provision of this Contract, the CITY shall have the right at
any time to terminate this Contract or any Work Order issued under this Contract for
convenience and without cause, provided that thirty (30) days prior written notice is
given to the PLANNER of the CITY's intent to so terminate for convenience. In the
event that this contract is terminated for convenience, the CITY shall identify any
specific Work Orders being terminated and the specific Work Order(s) to be continued to
completion (if any) pursuant to the provisions of this Contract. In the event this Contract
or any Work Order is terminated for convenience, the CITY shall pay the PLANNER for
the services rendered to the date of termination and all reasonable costs necessarily
incurred by the PLANNER by reason of the termination for convenience. No amount
shall be paid for anticipated profit on unperformed services or other work.
8.4.1 Upon receipt of notice of termination given by either party, the terminated party
shall promptly discontinue all services and other work unless the notice provides
otherwise.
8,42 In the case of the CITY terminating the PLANNER, the PLANNER shall within
ten (10) days, or any extensions as approved by the CITY, deliver to the CITY all
reports, drawings, plans, specifications, and other data and documents that have
been obtained or prepared by the PLANNER in performing the services under this
Contract regardless of whether the work on such documents has been completed
or is in progress.
8.5.1 The performance of the PLANNER's service for any work under this Contract
may be suspended by the CITY at any time. In the event the CITY suspends the
performance of the PLANNER's services hereunder, the CITY shall so notify the
MEMMORNMEMERM
RFQ #1707 Continuing Transportation Planning Consulting Services Page 10
PLANNER in writing, such suspension becoming effective upon the date of its
receipt by the PLANNER, and the CITY shall promptly pay to the PLANNER all
compensation which has become due to and payable to the PLANNER to the
effective date of such suspension, The CITY shall thereafter have no further
obligation for payment to the PLANNER for the suspended services unless and
until the CITY notifies the PLANNER that the services of the PLANNER called
for hereunder are to be resumed.
Upon receipt of written notice from the CITY that the PLANNER's services
hereunder are to be resumed, the PLANNER shall complete the services of the
PLANNER called for in the original work assignment or Work Order, and the
PLANNER may, in that event, be entitled to payment of the remaining unpaid
compensation subject to the terns and conditions of the Work Order and this
Contract.
8.5.2 If the aggregate time of the CITY's suspension or suspensions of the
PLANNER's services exceeds ninety (90) days, then the PLANNER and the
CITY shall, upon written request of the PLANNER, meet to assess the services
performed hereunder up to the time of such meeting, the services remaining to be
performed, and the total compensation paid to the PLANNER hereunder. During
such meeting, the parties shall have the option of negotiating a change in
compensation to be paid to the PLANNER for the balance of the services to be
performed hereunder. No increase in compensation to the PLANNER shall be
allowed unless it is based upon clear and convincing evidence of an increase in
the PLANNER's costs attributable to the aforesaid suspensions.
SECTION IX
CLAIMS AND DISPUTES/REMEDIES
9.1 CLAIMS AND DISPUTES
The PLANNER shall provide the CITY within written notice of any claims, disputes,
and/or matters in question including claims for extra compensation not later than forty-
five (45) days of its occurrence. The failure to provide such written notice shall
constitute a waiver of such claim.
10.1 GENERAL
If any claims are made against the CITY, including its agents and/or employees, or if the
CITY is sued or held liable in any manner whatsoever as a result of, or by reason of,
negligent actions or omissions, breach of contract or negligent violations of any
applicable law, rule or regulation by the PLANNER in connection with the rendering of
services to the CITY under this Contract, then the PLANNER will indemnify, defend and
RFQ #1707 Continuing Transportation Planning Consulting Services Page 11
save the CITY and its agents and/or employees harmless from and against any and all
liability for damages, compensations, suits, judgments, loss, costs, charges and expenses
whatsoever, including reasonable attorney's fees, expert witness' fees, and court costs,
which they shall or may at any time sustain, resulting from any such negligent act, error
or omission,
The PLANNER shall not commence any work in connection with an Agreement until all
of the following types of insurance have been obtained and such insurance has been
approved by the City, nor shall the PLANNER allow any Subcontractor to commence
work on a subcontract until all similar insurance required of the subcontractor has been so
obtained and approved. Policies other than Workers' Compensation shall be issued only
by companies authorized by subsisting certificates of authority issued to the companies
by the Department of Insurance of Florida which maintain a Best's Rating of "A" or
better and a Financial Size Category of "VII" or better according to the A.M. Best
Company. Policies for Workers' Compensation may be issued by companies authorized
as a group self -insurer by Section 440.57, Florida Statutes,
a. Loss Deductible Clause: The City shall be exempt from, and in no way liable for,
any sums of money which may represent a deductible in any insurance policy.
The payment of such deductible shall be the sole responsibility of the General
PLANNER and/or subcontractor providing such insurance,
b. Workers' Compensation Insurance: The PLANNER shall obtain during the life
of this Agreement, Worker's Compensation Insurance with Employer's Liability
Limits of $500,0001$500,0001$500,000 for all the Contractor's employees
connected with the work of this project and, in the event any work is sublet, the
PLANNER shall require the subcontractor similarly to provide Workers'
Compensation Insurance for all of the latter's employees unless such employees
are covered by the protection afforded by the Contractor. Such insurance shall
comply fully with the Florida Workers' Compensation Law. In case any class of
employees engaged in hazardous work under this contract for the City is not
protected under the Workers' Compensation statute, the PLANNER shall provide,
and cause each subcontractor to provide adequate insurance, satisfactory to the
City, for the protection of the Contractor's employees not otherwise protected.
Include Waiver of Subrogation in favor of the City of Ocoee
C. Contractor's Public Liability and Property Damage Insurance: The PLANNER
shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE
COVERAGE, this policy should name the City of Ocoee as an additional insured,
and shall protect the PLANNER and the City from claims for damage for personal
injury, including accidental death, as well as claims for property damages which
may arise from operations under this Agreement whether such operations be by
the PLANNER or by anyone directly or indirectly employed by the Contractor,
and the amounts of such insurance shall be the minimum limits as follows:
RFQ #1707 Continuing Transportation Planning Consulting Services Page 12
1) Automobile Bodily Injury Liability & Property Damage Liability
$ 1,000,000 Combined single limit per occurrence (each person,
each accident)
All covered automobile will be covered via symbol I
• Liability coverage will include hired & non -owned automobile
liability
• Include Waiver of Subrogation in favor of The City of Ocoee
2) Comprehensive General Liability (Occurrence Form) - this policy should
name the City of Ocoee as an additional insured and should indicate that
the insurance of the PLANNER is primary and non-contributory.
$2,000,000 GENERAL AGGREGATE
0 $2,000,000 PRODUCTS -COMPLETED OPERATIONS
AGGREGATE
0 $1,000,000 PER OCCURRENCE
0 $1,000,000 PERSONAL & ADVERTISING INJURY
0 Include Waiver of Subrogation in favor of the City of Ocoee
3) Subcontractor's Comprehensive General Liability, Automobile Liability
and Worker's Compensation Insurance: The PLANNER shall require
each subcontractor to procure and maintain during the life of this
subcontract, insurance of the type specified above or insure the activities
of these subcontractors in the Contractor's policy, as specified above.
4) Contractual Liability: If the project is not bonded, the Contractor's
insurance shall also include contractual liability coverage to insure the
fulfillment of the contract, NOTE: PUBLIC LIABILITY INSURANCE
AND AUTOMOBILE LIABILITY INSURANCE, THE CITY
SHALL BE NAMED AS ADDITIONAL INSURED.
® $1,000,000 PER OCCURRENCE
® $2,000,000 AGGREGATE
5) Commercial Umbrella:
$1,000,000 PER OCCURRENCE
$2,000,000 Aggregate
Including Employer's Liability and Contractual Liability
6) Professional Liability/Errors and Omissions Insurance:
The PLANNER shall also purchase, maintain, and keep in full force,
effect, and good standing, a professional liability/errors and omissions
insurance policy having minimum limits of $1,000,000.00, with a
RFQ#1707 Continuing Transportation Planning Consulting Services Page 13
maximum deductible of $100,000.00 or, the PLANNER shall provide the
CITY with policy coverage wherein the insurer agrees to pay claims (up to
the limits of coverage), and will thereafter recover the deductible from the
insured -PLANNER. The errors and omissions policy shall be in effect
and shall insure the Planner's performance on CITY projects.
7) Certificates of Insurance: Certificate of Insurance Form (see sample
attached), naming the City of Ocoee as an additional insured will be
furnished by the PLANNER upon notice of award. These shall be
completed by the authorized Resident Agent and returned to the Office of
the Purchasing Agent, This certificate shall be dated and show:
a) The name of the Insured contractor, the specific job by name and
job number, the name of the insurer, the number of the policy, its
effective date, its termination date.
b) Should any of the above described policies be cancelled before the
expiration date thereof, notice will be delivered in accordance with
the policy provisions.
MMILUS M
11.1 The PLANNER hereby certifies, covenants and warrants that wage rates and other cost
data supporting the compensation provided for in this Contract are accurate, complete and
current as of the date of negotiation of the Compensation terms contained in this Contract. It is
further agreed that the PLANNER's compensation under this Contract may be adjusted to
exclude any significant sums where the City determines the PLANNER's compensation was
increased due to inaccurate or incomplete wage rates and other factual unit costs. All such price
adjustments shall be made prior to the end of this Contract. Records of cost incurred under the
terms of this Contract shall be maintained and made available to the CITY during the period of
this Contract and for three- (3) years after final payment is made. Copies of these documents and
records shall be furnished upon request to the CITY at no cost.
12.1 It is understood and agreed that all Documents, including the detailed reports, plans,
original drawings, survey field notebooks, and all other data other than working papers, prepared
or obtained by the PLANNER in connection with its services hereunder, are the property of the
CITY. All computer generated information shall be provided to the CITY on media that is
acceptable to the CITY. The PLANNER may retain copies of all Documents for its files. All
Documents, including drawings prepared by the PLANNER pursuant to this Contract, are
instruments of service in respect to the services described in the Work Order. They are not
RFQ#1707 Continuing Transportation Planning Consulting Services Page 14
intended or represented to be suitable for reuse by the CITY or others on extensions of the
services performed under this Contract or on any other project. Any reuse without written
verification or adoption by the PLANNER for the specific purpose intended will be at the
CITY's sole risk and without liability or legal exposure to the PLANNER. Any documents
given to or prepared or assembled by the PLANNER and its subcontractors under this Contract
shall be kept solely as property of the CITY and shall not be made available to any individuals or
organizations without the prior written approval of the CITY except to the extent required by
Public Records Acts. The PLANNER may retain copies of all work performed under this
Contract for the CITY.
ff-5M--fffl 7k,5-
X-M
13.1 The PLANNER warrants that it has not employed or retained any company or person,
other than a bonafide employee working solely for the PLANNER, to solicit or secure
this Contract and that the PLANNER has not paid or agreed to pay any person, company,
corporation, individual or firm other than a bonafide employee working solely for the
PLANNER, any fee, commission, percentage, gift, or any other consideration, contingent
upon or resulting from the award of making this Contract.
13.2 The PLANNER shall not discriminate on the grounds of race, color, religion, sex, or
national origin in the performance of work under this Contract.
13.3 The PLANNER hereby certifies that no undisclosed conflict of interest exists with
respect to the present Contract, including any conflicts that may be due to representation
of other clients, other contractual relationships of the PLANNER, or any interest in
property which the PLANNER may have. The PLANNER further certifies that any
apparent conflict of interest that arises during the term of this contract will be
immediately disclosed in writing to the CITY. The PLANNER shall immediately notify
the CITY in writing, prior to entering into any contract or performing any work for
Orange County or the City of Winter Garden. The CITY shall determine whether such
contract or work will constitute a conflict of interest with respect to this Contract.
Violation of this Section will be considered as justification for immediate termination of
this Contract,
13.4 If the CITY determines that any employee or representative of the PLANNER is not
satisfactorily performing his assigned duties or is demonstrating improper conduct
pursuant to any assignment under this Contract, the CITY shall so notify the PLANNER
in writing. The PLANNER shall immediately remove such employee or representative of
the PLANNER from such assignment,
13.5 The PLANNER shall not publish any documents or release information to the media
without prior approval of the CITY.
RFQ#1707 Continuing Transportation Planning Consulting Services Page 15
14.1 The PLANNER shall maintain books, records, documents, time and cost accounts and
other evidence directly related to its performance of services under this Contract. All time
records and cost data shall be maintained in accordance with generally accepted
accounting principles. The PLANNER shall also maintain the financial information and
data necessary to determine overhead rates in accordance with the requirement of Federal
and State regulatory agencies and this Contract, The CITY, or any of its duly authorized
representatives, shall have access within twenty-four (24) hours notice to such books,
records, documents, and other evidence for inspection, audit and copying. Copying of the
PLANNER's books, records, documents, time records and cost accounts and other
evidence shall be at the PLANNER's expense.
14.2 The PLANNER shall maintain and allow access to the records required under this
Section for a period of three (3) years after the completion of the services provided under
this Contract and date of final payment for said services, or date of termination of this
Contract.
15.1 All the services to be performed by the PLANNER shall comport with the standards of
professional transportation planning ordinarily exercised by reputable members of consultant's
profession. All work product shall conform to applicable building codes and standards,
ordinances of the CITY, applicable federal and/or state and/or regulations.
15.2 The PLANNER shall be responsible for producing work that complies with current or changing
codes or regulations which must be applied to the work assignments and Work Orders to be
performed under this Contract. Any new codes or regulations becoming effective subsequent to
the effective date of a Work Order shall be the subject of negotiation for an increase in scope and
compensation by Change Order to the Work Order,
The PLANNER shall not sublet, assign or transfer any interest in this Contract, except for claims for the
money due or to become due, which may be assigned to a bank, trust company, or other financial
institution without CITY approval. Notice of such assignment or transfer shall be furnished promptly to
the CITY.
N �IK ���42
This Contract shall be interpreted and governed by the laws of the State of Florida without reference to its
conflicts of laws principles.
RFQ #1707 Continuing Transportation Planning Consulting Services Page 16
UNZAAM20MM
Neither party shall be considered in default in perfortnance of its obligations hereunder to the extent that
performance of such obligations, or any of them, is delayed or prevented by Force Majeure. Force
Majeure shall include, but not be limited to, hostility, revolution, civil commotion, strike, epidemic, fire,
flood, wind, earthquake, hurricane, explosion, or any act of God; provided that the cause is beyond the
control and without the fault or negligence of the party seeking relief under this Section.
19.1 This Contract, together with the Exhibits hereinafter identified and listed in paragraph
19.2, shall constitute the entire Agreement between the CITY and the PLANNER and
supersede all prior written or oral understandings in connection therewith, This Contract may
only be amended, supplemented or modified by a formal amendment.
19.2 The Exhibits made part of this Contract are as follows:
Exhibit A - Professional Hourly Rate Schedule
MM—T-MMI'M
20.1 As a condition precedent to the filing of any suit or other legal proceeding, the parties
shall endeavor to resolve claims, disputes or other matters in question by mediation.
Mediation shall be initiated by any party by serving a written request for same on the
other party. The parties shall, by mutual agreement, select a mediator within fifteen (15)
days of the date of the request for mediation. If the parties cannot agree on the selection
of a mediator, then the City shall select the mediator who, if selected solely by the City,
shall be a mediator certified by the Supreme Court of Florida, No suit or other legal
proceeding shall be filed until the mediator declares an impasse, which declaration, in
any event, shall be issued by the mediator not later than sixty (60) days after the initial
mediation conference. The sole and exclusive venue for any mediation shall be in
Orange County, Florida, Any legal proceeding of any nature brought by either party
against the other to enforce any right or obligation under this Contract, or any Work
the work to be performed hereunder, shall be submitted for trial, without a jury, before
the Circuit Court of the Ninth Judicial Circuit, in and for Orange County, Florida. The
parties consent and submit to the jurisdiction of such court and agree to accept service of
process outside the State of Florida in any matter to be submitted to any such court
pursuant hereto. The City and PLANNER expressly waive all rights to trial by jury
RFQ #1707 Continuing Transportation Planning Consulting Services Page 17
regarding any legal proceeding of any nature brought by either party against the other
to enforce any right or obligation under this Agreement, or any Work Order issued
under this Agreement, or arising out of any matter pertaining to this contract or the work
to be performed hereunder. As noted herein, the sole and exclusive venue for any
litigation or other legal proceeding between the parties shall be the Circuit Court of the
Ninth Judicial Circuit in and for Orange County, Florida.
IN WITNESS WHEREOF, the CITY and the PLANNER have executed this Contract to
become effective on the day and year first written above.
ATTEST:
(SEAL)
ATTEST:
S&ME, I C
BY:
PRINT NAME: L=" A. Q.
TITLE: \A ue-
APPROVED:
I T I �14 0At, V L14,
Melanie Sibbitt, City Clerk Rusty Johns , yor
(SEAL)
FOR USE AND RELIANCE ONLY BY APPROVED BY THE OCOEE CITT
THE CITY OF OCOEE, FLORIDA COMMISSION AT A MEETING HEL
APPROVED AS TO FORM AND ON November 7,2017 UNDER AGEND
LEGALITY this 6Vt day of ITEM NO. F.7.
2017. 1
SRUFFIELD, LOWMAN & WILSQN, P.A.
F-*.W
url M1
RFQ #1707 Continuing Transportation Planning Consulting Services Page 18