Loading...
HomeMy Public PortalAbout15-8948 RFP for the Towing and Storage of VehiclesSponsored by: Commissioner Pinder RESOLUTION NO. 15 -8948 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A REQUEST FOR PROPOSALS (RFP) FOR THE TOWING AND STORAGE OF VEHICLES; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City of Opa -locka ( "City ") is in need of a vendor to perform towing and storage of vehicles, including towing, storage and disposal of abandoned, unregistered and junked vehicles, trailers and boats at the request of the City's Police Department and Code Enforcement Department; and WHEREAS, issuance of a Request for Proposals (RFP) would allow the City to consider proposals from vendors for the towing and storage of vehicles; and WHEREAS, the City Commission of the City of Opa -locks desires to authorize the City Manager to create and issue an RFP for the towing and storage of vehicles. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa -locka hereby authorizes the City Manager to issue a Request for Proposals (RFP) for the towing and storage of vehicles within the City of Opa- locka. Section 3. The City Manager is further authorized to take all necessary and expedient action to effectuate the intent of this Resolution. Section 4. This resolution shall take effect immediately upon adoption. Resolution No. 15 -8948 PASSED AND ADOPTED this 11`x' day of Attest to: canna Flores ty Clerk 2015. Myra r. Taylor Mayor Approved as to form and legal sufficiency: Vincent T. Brown City Attorney Moved by: COMMISSIONER KELLEY Seconded by: COMMISSIONER PINDER Commissioner Vote: 4 -0 Commissioner Kelley: YES Commissioner Pinder: YES Commissioner Santiago: YES Vice Mayor Holmes: NOT PRESENT Mayor Taylor: YES Sponsored by: City Manager RESOLUTION NO. 09-7923 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA- LOCKA, FLORIDA, ACCEPTING THE PROPOSALS FROM MIDTOWN TOWING, INC., KAUFF'S OF MIAMI, INC., AND SEAY TOWING, INC. IN RESPONSE TO RFP NO. 09 -0814 FOR TOWING AND STORAGE OF VEHICLES; FURTHER AUTHORIZING THE CITY MANAGER TO ENTER INTO AND EXECUTE AGREEMENTS WITH MIDTOWN TOWING, INC., KAUFF'S OF MIAMI, INC., AND SEAY TOWING, INC. FOR TOWING AND STORAGE OF VEHICLES FOR THE CITY OF OPA- LOCKA, FLORIDA, IN A CONTRACT FORM ACCEPTABLE TO THE CITY ATTORNEY WHEREAS, the City of Opa -locka ( "City ") is in need of vendors to perform towing and storage of vehicles, including towing, storage and disposal of abandoned, unregistered and junked vehicles, trailers and boats at the request of the City's Police Department and Code Enforcement Department; and WHEREAS, the City Commission adopted Resolution 09 -7902, authorizing the City Manager to issue a Request for Proposals (RFP) for Towing and Storage of Vehicles (RFP No. 09- 0814); and WHEREAS, RFP No. 09 -08 -14 requested proposals from qualified firms to perform towing and storage of vehicles for the City; and WHEREAS, the RFP review committee evaluated the proposals submitted to the City in response to RFP No. 09 -0814 and selected Midtown Towing, Inc., Kauff's of Miami, Inc. and Seay Towing, Inc., as the most responsive proposals for towing and storage of vehicles; and WHEREAS, the City Manager is recommending that the City Commission accept the proposals from Midtown Towing, Inc., Kauff's of Miami, Inc. and Seay Towing, Inc., and further Resolution No. _ ()9-7923 authorize the City Manager to enter into and execute agreements with the aforementioned firms for performing towing and storage of vehicles for the City, in a contract form acceptable to the City Attorney. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMNIISSION OF THE CITY OF OPA- LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa -locka hereby accepts the proposals submitted by Midtown Towing, Inc., Kauff's of Miami, Inc. and Seay Towing, Inc., in response to RFP No. 09 -0814 for towing and storage of vehicles. Section 3. The City Commission of the City of Opa -locka hereby authorizes the City Manager to enter into and execute agreements with Midtown Towing, Inc., Kauff's of Miami, Inc. and Seay Towing, Inc., for performing towing and storage of vehicles for the City, in a contract form acceptable to the City Attorney. Section 4, The City Manager is further authorized to take all necessary and expedient action to effectuate the intent of this Resolution. Section 5. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 23 day of S .PTPMRFR, 2009. Resolution No. 09-7923 Attest: 15eorah S.h3, City Clerk Moved by: Seconded by: Commission Vote: Commissioner Holmes: Commissioner Johnson: Commissioner Tydus: Vice -Mayor Taylor: Mayor Kelley: JOHNSON TAYLOR 5 -0 YES YES YES YES YES Approved as to form and legal sufficiency: Burnadette Norms'- 'Weeks City Attorney October 23, 2009 Deborah S. Irby, City Clerk Office of the City Clerk RE: Seay Towing Incorporated RFP No. 09 -7923 Agreement Mrs. Irby: Attached hereto are two (2) original agreements for Seay Towing Incorporated in response to RFP No. 09 -7923. Please sign both agreements and return to me as soon as conveniently possible. Thank you. Sincerely, CLaaw jr&ew Office of the City Manager AGREEMENT THIS IS AN AGREEMENT, dated the day of , 2009, between: CITY OF OPA- LOCKA, a Florida municipal corporation, hereinafter "CITY," and KAUFF'S OF MIAMI, INC., a Florida for profit corporation, hereinafter "CONTRACTOR." WITNESSETH: In consideration of the mutual terms and condition, promises, covenants, and payments hereinafter set forth, CITY and CONTRACTOR agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 1.0 CITY is in need of an Independent Contractor to perform towing and storage of vehicles for the City. 1.1 CITY, by way of RFP No. 09 -0820 requested proposals from qualified firms to perform towing and storage of vehicles for the City. 1.2 On September 23, 2009, the City Commission of the City of Opa -locka ( "City Commission ") adopted Resolution 09 -7923, accepting the proposal from Kauff's of Miami, Inc. to perform towing and storage of vehicles for the City and authorized the proper CITY officials to enter into an agreement with CONTRACTOR to render the services more particularly described herein below. ARTICLE 2 SCOPE OF WORK 2.1 The CONTRACTOR shall perform all of the work and furnish all of the materials, tools, supplies, and labor necessary to perform all of the work described in RFP No. 09- 0820 - Towing and Storage of Vehicles attached hereto as Exhibit "A" to this Agreement, and the Proposal submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing 1 of 12 and Storage of Vehicles, dated August 20, 2009, a copy of which is attached hereto and specifically made a part of this Agreement as Exhibit "B ". 2.2 CONTRACTOR hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONTRACTOR, that CONTRACTOR has the professional expertise, experience and manpower to perform the services to be provided by CONTRACTOR pursuant to the terms of this Agreement. 2.3 CONTRACTOR assumes professional and technical responsibility for performance of its services to be provided hereunder in accordance with recognized professional standards for specified services. ARTICLE 3 TIME FOR COMPLETION 3.1 The CONTRACTOR shall commence work to be performed under this Agreement beginning November 1, 2009, and as specified in Exhibits "A" and "B" to this Agreement. 3.2 Anything to the contrary notwithstanding, minor adjustment to the timetable for completion approved by CITY in advance, in writing, will not constitute a delay by CONTRACTOR. Furthermore, a delay due to an Act of God, fire, lockout, strike or labor dispute, riot or civil commotion, act of public enemy or other cause beyond the control of CONTRACTOR shall extend this Agreement for a period equal to such delay and during this period such delay shall not constitute a delay by CONTRACTOR for which liquidated damages are due. ARTICLE 4 CONTRACT SUM 4.1 CONTRACTOR will be compensated for the faithful performance of this Agreement, for work to be completed in accordance with the "Proposal" submitted by CONTRACTOR in response to -RFP No. 09 -0820 - Towing and Storage of Vehicles. Prices for work performed by the CONTRACTOR shall be as reflected in the Proposal submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing and Storage of Vehicles, a copy of which is attached hereto and made a part hereof as Exhibit "B ". The prices charged for work by CONTRACTOR shall not exceed the prices set forth in Sections 13 -239 and 13 -240 of CITY's Code of Ordinances and as may be modified by Ordinance of the City Commission of the City of Opa- locka. 4.2 The CONTRACTOR will make payments to CITY on a monthly basis for towing and storage fees collected by CONTRACTOR for services rendered in the City of Opa- locka in the amounts set forth in the Proposal submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing and Storage of Vehicles, a copy of which is attached hereto and made a part hereof as Exhibit "B ". CONTACTOR hereby guarantees that payments to CITY shall equal no less than ten percent (10 %) of the gross value of tows in the City. 2of12 ARTICLE 5 CONTRACTOR'S LIABILITY INSURANCE 51 The CONTRACTOR shall not commence work under this contract until it has obtained all insurance required under this Article and such insurance has been approved by the CITY nor shall the CONTRACTOR allow any Subcontractor, if applicable, to commence work on a sub - contract until all similar such insurance required of the subcontractor has been obtained and approved. 5.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the City prior to the commencement of the work. These Certificates shall contain a provision that coverages afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 5.3 Financial Ratings must be no less than "A" in the latest edition of "Bests Key Rating Guide ", published by A.M. Best Guide. 5.4 Insurance shall be in force until all work required to be performed under the terms of the Contract is satisfactorily completed as evidenced by the formal acceptance by the CITY. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CONTRACTOR shall furnish, at least three (3) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period of the contract and extension thereunder is in effect. The CONTRACTOR shall not continue to work pursuant to this contract unless all required insurance remains in full force and effect. 5.5 Comprehensive General Liability insurance to cover liability bodily injury and property damage. Exposures to be covered are: premises, operations, products /completed operations, and certain contracts. Coverage must be written on an occurrence basis, with the following limits of liability: (a) General Liability Insurance - $1,000,000 per occurrence, $2,000,000 Aggregate; (b) Workers' Compensation Insurance — as required by law; (c) Employer's Liability Insurance - $1,000,000 per occurrence; (d) Automobile Liability Insurance - $1,000,000 per occurrence, $2,000,000 Aggregate. 5.6 The CONTRACTOR shall hold the CITY, its agents, and employees, harmless on account of claims for damages to persons, property or premises arising out of the operations to complete this Agreement and name the CITY as an additional insured under their policy. 5.7 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures. 3of12 ARTICLE 6 PROTECTION OF PROPERTY 6.1 At all times during the performance of this Contract, the CONTRACTOR shall protect the CITY's property and properties from all damage whatsoever, if applicable. ARTICLE 7 CONTRACTOR'S INDEMNIFICATION 7.1 The CONTRACTOR agrees to release and indemnify CITY from and against any and all liability and responsibility in connection with negligent acts of CONTRACTOR. The CONTRACTOR further agrees not to sue or seek any money or damages from CITY in connection with the above mentioned matters, with the exception of payment related to work performed. 7.2 The CONTRACTOR agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees, sustained by the CITY or any third party arising out of, or by reason of, or resulting from the CONTRACTOR' negligent acts, errors, or omissions. 7.3 If a court of competent jurisdiction holds the City liable for certain tortuous acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the City may possess. The City specifically reserves all rights as against any and all claims that may be brought. ARTICLE 8 INDEPENDENT CONTRACTOR 8.1 This Agreement does not create an employee /employer relationship between the parties. It is the intent of the parties that the CONTRACTOR is an independent contractor under this Agreement and not the CITY's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law and similar laws. The CONTRACTOR shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the CONTRACTOR's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONTRACTOR and the CITY and the CITY will not be liable for any obligation incurred by CONTRACTOR, including but not limited to unpaid minimum wages and /or overtime premiums. 4 of 12 ARTICLE 9 CONTRACT BOND 9.1 CONTRACTOR shall provide CITY with a Performance Bond in the amount of Twenty Five Thousand Dollars ($25,000.00) for the services rendered under this Agreement as provided for in RFP No. 09 -0820, attached hereto as Exhibit "A ". ARTICLE 10 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 10.1 CITY or CONTRACTOR may request changes that would increase decrease or otherwise modify the Scope of Work to be provided under this Agreement as described in Article 2 of this Agreement t. Such changes or additional services must be in accordance with the provisions of the Code of Ordinances of the CITY and must be contained in a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: PROJECT NAME PROJECT DESCRIPTION ESTIMATED PROJECT COST ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE 10.2 In no event will the CONTRACTOR be compensated for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 11 TERM AND TERMINATION 11.1 This Agreement may be terminated by either party for cause, or the CITY for convenience, upon thirty (30) days written notice by the CITY to CONTRACTOR. 11.2 This Agreement shall take effect as of the date of execution as shown herein below and continue for such time as is contemplated by the Agreement and as specified in Exhibits "A" and "B" hereto. 5 of 12 ARTICLE 12 CONTRACT DOCUMENTS 12.1 CONTRACTOR and CITY hereby agree that the following Specification and Contract Documents, which are attached hereto and made a part thereof, are fully incorporated herein and made a part of this Agreement, as if written herein word for word: This Agreement; RFP No. 09 -0820 - Towing and Storage of Vehicles as set forth in Exhibit "A "; Proposal submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing and Storage of Vehicles as set forth in Exhibit "B "; City Commission award (Resolution No: 09- 7923); Sections 13 -239 and 13 -240 of the City of Opa -locks Code of Ordinances, and any other exhibits thereto. ARTICLE 13 MISCELLANEOUS 13.1 Legal Representation. It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparing same shall not apply due to the joint contribution of both parties. 13.2 Assignments. This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered, under any circumstances, by CONTRACTOR without the prior written consent of CITY. For purposes of this Agreement, any change of ownership of CONTRACTOR shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the CITY and its successors and assigns. 13.3 Records. CONTRACTOR shall keep books and records and require any and all subcontractor to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONTRACTOR expects to be reimbursed, if applicable. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement. 13.4 Ownership of Documents. Reports, surveys, plans, studies and other data provided by CITY to CONTRACTOR in connection with this Agreement are and shall remain the property of City. 13.5 No Contingent Fees. CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to 6 of 12 terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. 13.6 Notice. Whenever any party desires to give notice unto 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 and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONTRACTOR and the CITY designate the following as the respective places for giving of notice: CITY: Bryan K. Finnie, Interim City Manager 780 Fisherman Street, 4th Floor Opa- Iocka, Florida 33054 Copy To: Burnadette Norris - Weeks, City Attorney 780 Fisherman Street, 4th Floor Opa- Iocka, Florida 33054 CONTRACTOR: Francis G Russell, President Kauffs of Miami, Inc. 2435 Ali Baba Avenue Opa- Iocka, Florida 33054 13.7 Binding Authority. Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 13.8 Exhibits. Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 13.9 Headings. Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 13.10 Severability. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 13.11 Governing Law. This Agreement shall be governed by the laws of the State of Florida with venue lying in Miami -Dade County, Florida. 7of12 13.12 Disputes. Any claim, objection, or dispute arising out of the terms of this Agreement shall be litigated in the Eleventh Judicial Circuit Court in and for Miami -Dade County. 13.13 Attorney's Fees. To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 13.14 Extent of Agreement. This Agreement together with Contract Documents, attached as an Exhibits hereto, as amended herein above represents the entire and integrated agreement between the CITY and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 13.15 Waiver. Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right therein contained, shall not be construed as a waiver or relinquishment for the future of any such provision, condition, or right, but the same shall remain in full force and effect. 13.16 Conflict. In the event of a conflict between the Proposal submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing and Storage of Vehicles, attached hereto and specifically made a part of this Agreement as Exhibit "B ", and the CITY's Code of Ordinances, the Code of Ordinances of the City of Opa -locka shall prevail. THIS SPACE IS LEFT INTENTIONALLY BLANK 8 of 12 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. ATTEST: , City Clerk APPROVED AS TO FORM: B r dette No is- Weeks, City Attorney CITY OF OPA -LOCKA 9of12 K. Finnie, Interim City Manager WITNESSES: STATE OF FLORIDA ) ) SS: COUNTY OF MIAMI -DADE) CONTRACTOR I Eed Representative of of Miami, Inc. BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgments, personally appeared E, SO SAIrvit as Pa2& [}} of l­,0U((-Soh _ ca Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of,w{«cjru&h,'_ ,x for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official seal at in the State and County aforesaid on thisQj)day of �, 2009. My Commission Expires: 5��'*17.0yy_Commiss_1on_DD74179 ry Public State of RAW hael Shulman 10 of 12 See attached document for Exhibit "A" (RFP No. 09 -0820 — Towing and Storage of Vehicles) 11 of 12 See attached document for Exhibit "B" (Response to RFP No. 09 -0820— Dated August 20, 2009) 12 of 12 AGREEMENT THIS IS AN AGREEMENT, dated the day of 2009, between: CITY OF OPA- LOCKA, a Florida municipal corporation, hereinafter "CITY," and SEAY TOWING INCORPORATED, a Florida for profit corporation, hereinafter "CONTRACTOR." WITNESSETH: In consideration of the mutual terms and condition, promises, covenants, and payments hereinafter set forth, CITY and CONTRACTOR agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 1.0 CITY is in need of an Independent Contractor to perform towing and storage of vehicles for the City. 1.1 CITY, by way of RFP No. 09 -0820 requested proposals from qualified firms to perform towing and storage of vehicles for the City. 1.2 On September 23, 2009, the City Commission of the City of Opa -locka ( "City Commission) adopted Resolution 09 -7923, accepting the proposal from Seay Towing Incorporated to perform towing and storage of vehicles for the City and authorized the proper CITY officials to enter into an agreement with CONTRACTOR to render the services more particularly described herein below. ARTICLE 2 SCOPE OF WORK 2.1 The CONTRACTOR shall perform all of the work and furnish all of the materials, tools, supplies, and labor necessary to perform all of the work described in RFP No. 09- 0820 - Towing and Storage of Vehicles attached hereto as Exhibit "A" to this Agreement, and the Proposal submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing 1 of 12 and Storage of Vehicles, dated August 20, 2009, a copy of which is attached hereto and specifically made a part of this Agreement as Exhibit "B ". 2.2 CONTRACTOR hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONTRACTOR, that CONTRACTOR has the professional expertise, experience and manpower to perform the services to be provided by CONTRACTOR pursuant to the terms of this Agreement. 2.3 CONTRACTOR assumes professional and technical responsibility for performance of its services to be provided hereunder in accordance with recognized professional standards for specified services. ARTICLE 3 TIME FOR COMPLETION 3.1 The CONTRACTOR shall commence work to be performed under this Agreement beginning November 1, 2009, and as specified in Exhibits "A" and "B" to this Agreement. 3.2 Anything to the contrary notwithstanding, minor adjustment to the timetable for completion approved by CITY in advance, in writing, will not constitute a delay by CONTRACTOR. Furthermore, a delay due to an Act of God, fire, lockout, strike or labor dispute, riot or civil commotion, act of public enemy or other cause beyond the control of CONTRACTOR shall extend this Agreement for a period equal to such delay and during this period such delay shall not constitute a delay by CONTRACTOR for which liquidated damages are due. ARTICLE 4 CONTRACT SUM 4.1 CONTRACTOR will be compensated for the faithful performance of this Agreement, for work to be completed in accordance with the "Proposal" submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing and Storage of Vehicles. Prices for work performed by the CONTRACTOR shall be as reflected in the Proposal submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing and Storage of Vehicles, a copy of which is attached hereto and made a part hereof as Exhibit "B ". The prices charged for work by CONTRACTOR shall not exceed the prices set forth in Sections 13 -239 and 13 -240 of CITY's Code of Ordinances and as may be modified by Ordinance of the City Commission of the City of Opa- locks. 4.2 The CONTRACTOR will make payments to CITY on a monthly basis for towing and storage fees collected by CONTRACTOR for services rendered in the City of Opa- locka in the amounts set forth in the Proposal submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing and Storage of Vehicles, a copy of which is attached hereto and made a part hereof as Exhibit "B ". CONTACTOR hereby guarantees that payments to CITY shall equal no less than ten percent (10 %) of the gross value of tows in the City. 2 of 12 ARTICLE 5 CONTRACTOR'S LIABILITY INSURANCE 5.1 The CONTRACTOR shall not commence work under this contract until it has obtained all insurance required under this Article and such insurance has been approved by the CITY nor shall the CONTRACTOR allow any Subcontractor, if applicable, to commence work on a sub - contract until all similar such insurance required of the subcontractor has been obtained and approved. 5.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the City prior to the commencement of the work. These Certificates shall contain a provision that coverages afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 5.3 Financial Ratings must be no less than "A" in the latest edition of "Bests Key Rating Guide ", published by A.M. Best Guide. 5.4 Insurance shall be in force until all work required to be performed under the terms of the Contract is satisfactorily completed as evidenced by the formal acceptance by the CITY. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CONTRACTOR shall furnish, at least three (3) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period of the contract and extension thereunder is in effect. The CONTRACTOR shall not continue to work pursuant to this contract unless all required insurance remains in full force and effect. 5.5 Comprehensive General Liability insurance to cover liability bodily injury and property damage. Exposures to be covered are: premises, operations, products /completed operations, and certain contracts. Coverage must be written on an occurrence basis, with the following limits of liability: (a) General Liability Insurance - $1,000,000 per occurrence, $2,000,000 Aggregate; (b) Workers' Compensation Insurance — as required by law; (c) Employer's. Liability Insurance - $1,000,000 per occurrence; (d) Automobile Liability Insurance - $1,000,000 per occurrence, $2,000,000 Aggregate. 5.6 The CONTRACTOR shall hold the CITY, its agents, and employees, harmless on account of claims for damages to persons, property or premises arising out of the operations to complete this Agreement and name the CITY as an additional insured under their policy. 5.7 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures. 3 of 12 ARTICLE 6 PROTECTION OF PROPERTY 6.1 At all times during the performance of this Contract, the CONTRACTOR shall protect the CITY's property and properties from all damage whatsoever, if applicable. ARTICLE 7 CONTRACTOR'S INDEMNIFICATION 7.1 The CONTRACTOR agrees to release and indemnify CITY from and against any and all liability and responsibility in connection with negligent acts of CONTRACTOR. The CONTRACTOR further agrees not to sue or seek any money or damages from CITY in connection with the above mentioned matters, with the exception of payment related to work performed. 7.2 The CONTRACTOR agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees, sustained by the CITY or any third party arising out of, or by reason of, or resulting from the CONTRACTORS negligent acts, errors, or omissions. 7.3 If a court of competent jurisdiction holds the City liable for certain tortuous acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the City may possess. The City specifically reserves all rights as against any and all claims that may be brought. ARTICLE 8 INDEPENDENT CONTRACTOR 8.1 This Agreement does not create an employee /employer relationship between the parties. It is the intent of the parties that the CONTRACTOR is an independent contractor under this Agreement and not the CITY's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law and similar laws. The CONTRACTOR shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the CONTRACTOR's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONTRACTOR and the CITY and the CITY will not be liable for any obligation incurred by CONTRACTOR, including but not limited to unpaid minimum wages and /or overtime premiums. 4of12 ARTICLE 9 CONTRACT BOND 9.1 CONTRACTOR shall provide CITY with a Performance Bond in the amount of Twenty Five Thousand Dollars ($25,000.00) for the services rendered under this Agreement as provided for in RFP No. 09 -0820, attached hereto as Exhibit "A ". ARTICLE 10 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 10.1 CITY or CONTRACTOR may request changes that would increase decrease or otherwise modify the Scope of Work to be provided under this Agreement as described in Article 2 of this Agreement. Such changes or additional services must be in accordance with the provisions of the Code of Ordinances of the CITY and must be contained in a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: PROJECT NAME PROJECT DESCRIPTION ESTIMATED PROJECT COST ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE 10.2 In no event will the CONTRACTOR be compensated for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 11 TERM AND TERMINATION 11.1 This Agreement may be terminated by either party for cause, or the CITY for convenience, upon thirty (30) days written notice by the CITY to CONTRACTOR. 11.2 This Agreement shall take effect as of the date of execution as shown herein below and continue for such time as is contemplated by the Agreement and as specified in Exhibits "A" and "B" hereto. 5of12 ARTICLE 12 CONTRACT DOCUMENTS 12.1 CONTRACTOR and CITY hereby agree that the following Specification and Contract Documents, which are attached hereto and made a part thereof, are fully incorporated herein and made a part of this Agreement, as if written herein word for word: This Agreement; RFP No. 09 -0820 - Towing and Storage of Vehicles as set forth in Exhibit "A "; Proposal submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing and Storage of Vehicles as set forth in Exhibit "B "; City Commission award (Resolution No: 09- 7923); Sections 13 -239 and 13 -240 of the City of Opa -locka Code of Ordinances, and any other exhibits thereto. ARTICLE 13 MISCELLANEOUS 13.1 Legal Representation. It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparing same shall not apply due to the joint contribution of both parties. 13.2 Assignments. This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered, under any circumstances, by CONTRACTOR without the prior written consent of CITY. For purposes of this Agreement, any change of ownership of CONTRACTOR shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the CITY and its successors and assigns. 13.3 Records. CONTRACTOR shall keep books and records and require any and all subcontractor to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONTRACTOR expects to be reimbursed, if applicable. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement. 13.4 Ownership of Documents. Reports, surveys, plans, studies and other data provided by CITY to CONTRACTOR in connection with this Agreement are and shall remain the property of City. 13.5 No Contingent Fees. CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to 6of12 terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. 13.6 Notice. Whenever any party desires to give notice unto 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 and the remaining parry, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONTRACTOR and the CITY designate the following as the respective places for giving of notice: CITY: Bryan K. Finnie, Interim City Manager 780 Fisherman Street, 4th Floor Opa- locka, Florida 33054 Copy To: Burnadette Norris - Weeks, City Attorney 780 Fisherman Street, 4th Floor Opa- locka, Florida 33054 CONTRACTOR: Al Colleta, President Seay Towing Incorporated 15699 W. Dixie Highway North Miami Beach, Florida 33162 13.7 Binding Authority. Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 13.8 Exhibits. Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 13.9 Headings. Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 13.10 Severability. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 13.11 Governing Law. This Agreement shall be governed by the laws of the State of Florida with venue lying in Miami -Dade County, Florida. 7of12 13.12 Disputes. Any claim, objection, or dispute arising out of the terms of this Agreement shall be litigated in the Eleventh Judicial Circuit Court in and for Miami -Dade County. 13.13 Attorney's Fees. To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 13.14 Extent of Agreement. This Agreement together with Contract Documents, attached as an Exhibits hereto, as amended herein above represents the entire and integrated agreement between the CITY and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 13.15 Waiver. Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right therein contained, shall not be construed as a waiver or relinquishment for the future of any such provision, condition, or right, but the same shall remain in full force and effect. 13.16 Conflict. In the event of a conflict between the Proposal submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing and Storage of Vehicles, attached hereto and specifically made a part of this Agreement as Exhibit "B ", and the CITY's Code of Ordinances, the Code of Ordinances of the City of Opa -locka shall prevail. THIS SPACE IS LEFT INTENTIONALLY BLANK 8of12 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. ATTEST: BY: Deborah S. Irby, City Clerk APPROVED AS TO FORM: Burnadetg Norris- Wdeks, City Attorney CITY OF OPA -LOCKA 9of12 K. Finnie, Interim City Manager CONTRACTOR WITNESSES: - - -�. Authorized Representative of Seay Towing Incorporated ATTEST: ATTEST: STATE OF FLORIDA ) ) SS: COUNTY OF MIAMI -DADE) BEFORE ME, an officer duly authorized ,,law to administer oaths and take acknowledgments, personally appeared �) o% G_ as , of , a Florida corporation, and acknowledged executed the foregoing Agreement as the proper official of , for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and official a at in the State and County aforesaid on thig) day of c-�0 :, 2009. N PUBLIC My Commission Expires: NOTARY P?'P.':.IC -STATE OF FLORIDA C " Jordan W. Leonard Commission # DD549323 hiy Co;�; ,. Fxpi:es: 05/08/2010 10 of 12 See attached document for Exhibit "A" (RFP No. 09 -0820 — Towing and Storage of Vehicles) 11 of 12 See attached document for Exhibit "B" (Response to RFP No. 09 -0820— Dated August 20, 2009) 12 of 12 AGREEMENT THIS IS AN AGREEMENT, dated the day of , 2009, between: CITY OF OPA- LOCKA, a Florida municipal corporation, hereinafter "CITY," and MIDTOWN TOWING OF MIAMI, INC., a Florida for profit corporation, hereinafter "CONTRACTOR." WITNESSETH: In consideration of the mutual terms and condition, promises, covenants, and payments hereinafter set forth, CITY and CONTRACTOR agree as follows: ARTICLE 1 PREAMBLE In order to establish the background, context and form of reference for this Agreement and to generally express the objectives, and intentions, of the respective parties herein, the following statements, representations and explanations shall be accepted as predicates for the undertakings and commitments included within the provisions which follow and may be relied upon by the parties as essential elements of the mutual considerations upon which this Agreement is based. 1.0 CITY is in need of an Independent Contractor to perform towing and storage of vehicles for the City. 1.1 CITY, by way of RFP No. 09 -0820 requested proposals from qualified firms to perform towing and storage of vehicles for the City. 1.2 On September 23, 2009, the City Commission of the City of Opa -locka ( "City Commission) adopted Resolution 09 -7923, accepting the proposal from Midtown Towing, Inc. to perform towing and storage of vehicles for the City and authorized the proper CITY officials to enter into an agreement with CONTRACTOR to render the services more particularly described herein below. ARTICLE 2 SCOPE OF WORK 2.1 The CONTRACTOR shall perform all of the work and furnish all of the materials, tools, supplies, and labor necessary to perform all of the work described in RFP No. 09- 0820 - Towing and Storage of Vehicles attached hereto as Exhibit "A" to this Agreement, and the Proposal submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing 1 of 12 and Storage of Vehicles, dated August 20, 2009, a copy of which is attached hereto and specifically made a part of this Agreement as Exhibit "B ". 2.2 CONTRACTOR hereby represents to CITY, with full knowledge that CITY is relying upon these representations when entering into this Agreement with CONTRACTOR, that CONTRACTOR has the professional expertise, experience and manpower to perform the services to be provided by CONTRACTOR pursuant to the terms of this Agreement. 2.3 CONTRACTOR assumes professional and technical responsibility for performance of its services to be provided hereunder in accordance with recognized professional standards for specified services. ARTICLE 3 TIME FOR COMPLETION 3.1 The CONTRACTOR shall commence work to be performed under this Agreement beginning November 1, 2009, and as specified in Exhibits "A" and "B" to this Agreement. 3.2 Anything to the contrary notwithstanding, minor adjustment to the timetable for completion approved by CITY in advance, in writing, will not constitute a delay by CONTRACTOR. Furthermore, a delay due to an Act of God, fire, lockout, strike or labor dispute, riot or civil commotion, act of public enemy or other cause beyond the control of CONTRACTOR shall extend this Agreement for a period equal to such delay and during this period such delay shall not constitute a delay by CONTRACTOR for which liquidated damages are due. ARTICLE 4 CONTRACT SUM 4.1 CONTRACTOR will be compensated for the faithful performance of this Agreement, for work to be completed in accordance with the "Proposal" submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing and Storage of Vehicles. Prices for work performed by the CONTRACTOR shall be as reflected in the Proposal submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing and Storage of Vehicles, a copy of which is attached hereto and made a part hereof as Exhibit "B ". The prices charged for work by CONTRACTOR shall not exceed the prices set forth in Sections 13 -239 and 13 -240 of CITY's Code of Ordinances and as may be modified by Ordinance of the City Commission of the City of Opa- locka. 4.2 The CONTRACTOR will make payments to CITY on a monthly basis for towing and storage fees collected by CONTRACTOR for services rendered in the City of Opa- locka in the amounts set forth in the Proposal submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing and Storage of Vehicles, a copy of which is attached hereto and made a part hereof as Exhibit "B ". CONTACTOR hereby guarantees that payments to CITY shall equal no less than ten percent (10 %) of the gross value of tows in the City. 2of12 ARTICLE 5 CONTRACTOR'S LIABILITY INSURANCE 5.1 The CONTRACTOR shall not commence work under this contract until it has obtained all insurance required under this Article and such insurance has been approved by the CITY nor shall the CONTRACTOR allow any Subcontractor, if applicable, to commence work on a sub - contract until all similar such insurance required of the subcontractor has been obtained and approved. 5.2 Certificates of insurance, reflecting evidence of the required insurance, shall be filed with the City prior to the commencement of the work. These Certificates shall contain a provision that coverages afforded under these policies will not be canceled until at least thirty days (30) prior written notice has been given to the CITY. Policies shall be issued by companies authorized to do business under the laws of the State of Florida. 5.3 Financial Ratings must be no less than "A" in the latest edition of "Bests Key Rating Guide ", published by A.M. Best Guide. 5.4 Insurance shall be in force until all work required to be performed under the terms of the Contract is satisfactorily completed as evidenced by the formal acceptance by the CITY. In the event the insurance certificate provided indicates that the insurance shall terminate and lapse during the period of this contract, then in that event, the CONTRACTOR shall furnish, at least three (3) days prior to the expiration of the date of such insurance, a renewed certificate of insurance as proof that equal and like coverage for the balance of the period of the contract and extension thereunder is in effect. The CONTRACTOR shall not continue to work pursuant to this contract unless all required insurance remains in full force and effect. 5.5 Comprehensive General Liability insurance to cover liability bodily injury and property damage. Exposures to be covered are: premises, operations, products /completed operations, and certain contracts. Coverage must be written on an occurrence basis, with the following limits of liability: (a) General Liability Insurance - $1,000,000 per occurrence, $2,000,000 Aggregate; (b) Workers' Compensation Insurance — as required by law; (c) Employer's Liability Insurance - $1,000,000 per occurrence; (d) Automobile Liability Insurance - $1,000,000 per occurrence, $2,000,000 Aggregate. 5.6 The CONTRACTOR shall hold the CITY, its agents, and employees, harmless on account of claims for damages to persons, property or premises arising out of the operations to complete this Agreement and name the CITY as an additional insured under their policy. 5.7 The CITY reserves the right to require any other insurance coverage it deems necessary depending upon the exposures. 3of12 ARTICLE 6 PROTECTION OF PROPERTY 6.1 At all times during the performance of this Contract, the CONTRACTOR shall protect the CITY's property and properties from all damage whatsoever, if applicable. ARTICLE 7 CONTRACTOR'S INDEMNIFICATION 7.1 The CONTRACTOR agrees to release and indemnify CITY from and against any and all liability and responsibility in connection with negligent acts of CONTRACTOR. The CONTRACTOR further agrees not to sue or seek any money or damages from CITY in connection with the above mentioned matters, with the exception of payment related to work performed. 7.2 The CONTRACTOR agrees to indemnify and hold harmless the CITY, its trustees, elected and appointed officers, agents, servants and employees, from and against any and all claims, demands, or causes of action of whatsoever kind or nature, and the resulting losses, costs, expenses, reasonable attorneys' fees, liabilities, damages, orders, judgments, or decrees, sustained by the CITY or any third party arising out of, or by reason of, or resulting from the CONTRACTOR's negligent acts, errors, or omissions. 7.3 If a court of competent jurisdiction holds the City liable for certain tortuous acts of its agents, officers, or employees, such liability shall be limited to the extent and limit provided in 768.28, Florida Statutes. This provision shall not be construed as a waiver of any right or defense that the City may possess. The City specifically reserves all rights as against any and all claims that may be brought. ARTICLE 8 INDEPENDENT CONTRACTOR 8.1 This Agreement does not create an employee /employer relationship between the parties. It is the intent of the parties that the CONTRACTOR is an independent contractor under this Agreement and not the CITY's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law and similar laws. The CONTRACTOR shall retain sole and absolute discretion in the judgment of the manner and means of carrying out the CONTRACTOR's activities and responsibilities hereunder provided. This Agreement shall not be construed as creating any joint employment relationship between the CONTRACTOR and the CITY and the CITY will not be liable for I ny obligation incurred by CONTRACTOR, including but not limited to unpaid minimum wages and /or overtime premiums. 4of12 ARTICLE 9 CONTRACT BOND 9.1 CONTRACTOR shall provide CITY with a Performance Bond in the amount of Twenty Five Thousand Dollars ($25,000.00) for the services rendered under this Agreement as provided for in RFP No. 09 -0820, attached hereto as Exhibit "A ". ARTICLE 10 CHANGES TO SCOPE OF WORK AND ADDITIONAL WORK 10.1 CITY or CONTRACTOR may request changes that would increase decrease or otherwise modify the Scope of Work to be provided under this Agreement as described in Article 2 of this Agreement. Such changes or additional services must be in accordance with the provisions of the Code of Ordinances of the CITY and must be contained in a written amendment, executed by the parties hereto, with the same formality and with equality and dignity prior to any deviation from the terms of this Agreement, including the initiation of any additional or extra work. Each amendment shall at a minimum include the following information on each project: PROJECT NAME PROJECT DESCRIPTION ESTIMATED PROJECT COST ESTIMATED COST FOR ADDITION OR CHANGE TO PROJECT CONTRACT ESTIMATED PROJECT COMPLETION DATE 10.2 In no event will the CONTRACTOR be compensated for any work which has not been described in a separate written agreement executed by the parties hereto. ARTICLE 11 TERM AND TERMINATION 11.1 This Agreement may be terminated by either party for cause, or the CITY for convenience, upon thirty (30) days written notice by the CITY to CONTRACTOR. 11.2 This Agreement shall take effect as of the date of execution as shown herein below and continue for such time as is contemplated by the Agreement and as specified in Exhibits "A" and "B" hereto. 5of12 ARTICLE 12 CONTRACT DOCUMENTS 12.1 CONTRACTOR and CITY hereby agree that the following Specification and Contract Documents, which are attached hereto and made a part thereof, are fully incorporated herein and made a part of this Agreement, as if written herein word for word: This Agreement; RFP No. 09 -0820 - Towing and Storage of Vehicles as set forth in Exhibit "A "; Proposal submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing and Storage of Vehicles as set forth in Exhibit "B "; City Commission award (Resolution No: 09- 7923); Sections 13 -239 and 13 -240 of the City of Opa -locka Code of Ordinances, and any other exhibits thereto. ARTICLE 13 MISCELLANEOUS 13.1 Lecial Representation. It is acknowledged that each party to this Agreement had the opportunity to be represented by counsel in the preparation of this Agreement and, accordingly, the rule that a contract shall be interpreted strictly against the party preparing same shall not apply due to the joint contribution of both parties. 13.2 Assignments. This Agreement, or any interest herein, shall not be assigned, transferred or otherwise encumbered, under any circumstances, by CONTRACTOR without the prior written consent of CITY. For purposes of this Agreement, any change of ownership of CONTRACTOR shall constitute an assignment which requires CITY approval. However, this Agreement shall run to the CITY and its successors and assigns. 13.3 Records. CONTRACTOR shall keep books and records and require any and all subcontractor to keep books and records as may be necessary in order to record complete and correct entries as to personnel hours charged to this engagement, and any expenses for which CONTRACTOR expects to be reimbursed, if applicable. Such books and records will be available at all reasonable times for examination and audit by CITY and shall be kept for a period of three (3) years after the completion of all work to be performed pursuant to this Agreement. 13.4 Ownership of Documents. Reports, surveys, plans, studies and other data provided by CITY to CONTRACTOR in connection with this Agreement are and shall remain the property of City. 13.5 No Contingent Fees. CONTRACTOR warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONTRACTOR, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the CITY shall have the right to 6 of 12 terminate the Agreement without liability at its discretion, to deduct from the contract price, or otherwise recover the full amount of such fee, commission, percentage, gift or consideration. 13.6 Notice. Whenever any party desires to give notice unto any other parry, 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 and the remaining party, at the places last specified, and the places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the CONTRACTOR and the CITY designate the following as the respective places for giving of notice: CITY: Bryan K. Finnie, Interim City Manager 780 Fisherman Street, 4th Floor Opa- locka, Florida 33054 Copy To: Burnadette Norris - Weeks, City Attorney 780 Fisherman Street, 4th Floor Opa- locka, Florida 33054 CONTRACTOR: Lauraine Lichtman, President Midtown Towing of Miami, Inc. 551 NW 72 Street Miami, Florida 33150 13.7 Binding Authority. Each person signing this Agreement on behalf of either party individually warrants that he or she has full legal power to execute this Agreement on behalf of the party for whom he or she is signing, and to bind and obligate such party with respect to all provisions contained in this Agreement. 13.8 Exhibits. Each Exhibit referred to in this Agreement forms an essential part of this Agreement. The exhibits if not physically attached should be treated as part of this Agreement and are incorporated herein by reference. 13.9 Headings. Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 13.10 Severability. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. 13.11 Governing Law. This Agreement shall be governed by the laws of the State of Florida with venue lying in Miami -Dade County, Florida. 7 of 12 13.12 Disputes. Any claim, objection, or dispute arising out of the terms of this Agreement shall be litigated in the Eleventh Judicial Circuit Court in and for Miami -Dade County. 13.13 Attorney's Fees. To the extent authorized by law, in the event that either party brings suit for enforcement of this Agreement, the prevailing party shall be entitled to attorney's fees and court costs in addition to any other remedy afforded by law. 13.14 Extent of Agreement. This Agreement together with Contract Documents, attached as an Exhibits hereto, as amended herein above represents the entire and integrated agreement between the CITY and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 13.15 Waiver. Failure of the CITY to insist upon strict performance of any provision or condition of this Agreement, or to execute any right therein contained, shall not be construed as a waiver or relinquishment for the future of any such provision, condition, or right, but the same shall remain in full force and effect. 13.16 Conflict. In the event of a conflict between the Proposal submitted by CONTRACTOR in response to RFP No. 09 -0820 - Towing and Storage of Vehicles, attached hereto and specifically made a part of this Agreement as Exhibit "B ", and the CITY's Code of Ordinances, the Code of Ordinances of the City of Opa -locka shall prevail. THIS SPACE IS LEFT INTENTIONALLY BLANK 8 of 12 IN WITNESS OF THE FOREGOING, the parties have set their hands and seals the day and year first written above. CITY OF OPA -LOCKA ATTEST: 4or.BY: by, City Clerk 7Bryat� innie, Interim City Manager APPROVED AS TO FORM: Burnadette Norris -We , City Attorney 9of12 CONTRACTOR WITN SES: Authorized Representative of Midtown Towing of Miami, Inc. ATTEST: ATTEST: STATE OF FLORIDA ) ) SS: COUNTY OF MIAMI -DADE) BEFORE o ice �rized by law to administer oaths and take acknowledgmen ,personally appeared' _ as of , a Florid -co WW atiorr, aid acknowledged executed the foregoing Agreement as the proper official of , for the use and purposes mentioned in it and affixed the official seal of the corporation, and that the instrument is the act and deed of that corporation. IN WITNESS OF THE FOREGOING, I have set my hand and offic' al at in the State and County aforesaid on this2) day of C4 o x2009. My Commission Expires: NOTARY PUBLIC -STATE OF FLORIDA kvJordan W. Leonard Commission # DDS49323 My Comm. Expires: 05/08./2010 IkgLW 10 of 12 J See attached document for Exhibit "A" (RFP No. 09 -0820 — Towing and Storage of Vehicles) 11 of 12 See attached document for Exhibit "B" (Response to RFP No. 09 -0820— Dated August 20, 2009) 12 of 12 Sponsored by: Commissioner Pinder RESOLUTION NO. A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA, DIRECTING THE CITY MANAGER TO ISSUE A REQUEST FOR QUALIFICATIONS TO PROVIDE AUDITING SERVICES TO THE CITY FOR FISCAL YEAR 2014 -2015, WITH OPTIONS FOR RENEWAL; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City of Opa -locka requires the services of an outside auditor to provide auditing services to the City for fiscal year 2014 -2015; and WHEREAS, the services of an outside auditor are necessary to review the City's finances; and WHEREAS, the services will be for a one year contract, with an optional one year renewal at the City's discretion. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission hereby directs the City Manager to issue an RFQ to qualified firms to provide auditing services for fiscal year 2014/201.5, with the City's one year renewal option. Section 3. This Resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this day of , 2015. Resolution No. Attest to: Joanna Flores City Clerk Moved by: Seconded by: Commissioner Vote: Commissioner Kelley: Commissioner Pinder: Commissioner Santiago: Vice Mayor Holmes: Mayor Taylor: Myra L. Taylor Mayor Approved as to form and legal sufficiency: Vincent T. Brown I i City Attorney �i I Sponsored by: City Manager and RESOLUTION NO. 13-8732 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ENTER INTO AND EXECUTE AN AMENDMENT TO THE AGREEMENT WITH HARVEY, COVINGTON, AND THOMAS FOR AUDITING SERVICES, AND TO REMAIN AS THE CITY AUDITOR, PAYABLE FROM ACCOUNT NO. 17- 513320, A BUDGETED ITEM; PROVIDING FOR INCORPORATION OF RECITALS; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Harvey, Covington, and Thomas are the current City auditors of record; WHEREAS, the prior agreement with the City's current auditors of record expired on September 30, 2011; and WHEREAS, the City exercised a one -year renewal option which expired on September 30, 2012; and WHEREAS, the prior agreement provides that additional work may be provided through amendments to the agreement; and WHEREAS, the City staff recommends approval for the City Manager to enter into and execute an amendment to the agreement with Harvey, Covington, and Thomas to provide for auditing services and to remain as the City auditor through the current fiscal year, no later than September 30, 2014. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA LOCKA, FLORIDA: Section 1. The recitals to the preamble are hereby incorporated by reference. Section 2. The City Commission of the City of Opa- locks, authorizes and approves the City manager to enter into and execute an amendment to the prior agreement with Harvey, Resolution No. 13 -8732 Covington, and Thomas to provide for auditing services and to remain as the City auditor through the current fiscal year, no later than September 30, 2014, payable from Account Number 17- 513320, a budgeted item. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 31 St day of December, 2013. to: na Flores Clerk Moved by: Seconded by: Commission Vote: Commissioner Holmes: Commissioner Johnson: Commissioner Santiago: Vice -Mayor Kelley: Mayor Taylor. MYRA T LOR MAYOR Commissioner Santiago Commissioner Johnson 5 -0 YES YES YES YES YES AGREEMENT BETWEEN THE CITY OF OPA LOCKA, FLORIDA AND HARVEYCOVINGTON AND THOMAS OF SOUTH FLORIDA, LLC FOR PROFESSIONAL AUDITING SERVICES This Agreement is entered into this J1 day of , 2014 by and between the City of Opa Locka, Florida, with its principal business address located at Opa Locka, FL , hereinafter referred to as "COL ", AND Harvey Covington and Thomas of South Florida, LLC, a Florida limited liability company with its principal business address located at 3816 Hollywood Boulevard Suite 203, Hollywood, FL33021, hereinafter referred to as "Auditor ". NOW, THEREFORE, in consideration of the mutual terms and conditions, promises, and covenants, hereinafter set forth, COL and Auditor agree as follows: SECTION 1 SCOPE OF SERVICES Auditor agrees to perform the following auditing services (the "Services ") for the COL: 1 Auditor agrees to perform audits (the "Audit ") for the COL for the Fiscal Year beginning October 1, 2012 and ending September 30, 2013, and the fiscal year beginning October 1, 2013, and ending September 30, 2014, in accordance with all applicable state and Federal auditing requirements and applicable law (the "Services "). Auditor shall express an opinion on the fair presentation of the COL's financial statements in conformity with generally accepted accounting principles. Auditor shall prepare and submit to the COL all reports ( "Reports ") required by applicable law to support the Audit. Additionally, the following basic services shall be provided as a part of the Financial Statement audit: a. An audit and report on the CITY's Comprehensive Annual Financial Report, including data collection form and the following funds and account groups of the CITY: General Fund Special Revenue Funds Enterprise Fund Debt Service Funds Capital Projects Funds Trust and Agency funds 1.2 Auditor represents and warrants to the COL that: (i) it possesses all qualifications, licenses and expertise required for the performance of the Services; (ii) all personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; and (iii) the Services will be performed in accordance with applicable law. 1.3 The Audit shall be performed in accordance with generally accepting auditing standards as set forth by the American Institute of Certified Public Accountants, the standards for financial audits set forth in the most current applicable U.S. General Accounting. Office's ( "GAO ") Government Auditing Standards, the most current applicable provisions of the Federal Single Audit Act of 1984, Chapter 6 of the Metropolitan Planning Organization Program Management Handbook and the most current applicable provisions of U.S. Office of Management and Budget ( "OMB ") Circular A -133, Audits of States, Local Governments, and Non - Profit Organizations, Audits of State and Local Governments, as well as the following additional requirements: 1. The most current applicable Codification of Governmental Accounting and Financial Reporting Standards as promulgated by the Governmental Accounting Standards Board. 2. The most current applicable Statements on Auditing Standards issued by the American Institute of Certified Public Accountants. 3. The most current applicable Government Auditing Standards published by the Comptroller General of the United States. 4. The most current applicable Audit and Accounting Guide - Audits of State and Local Governmental Units, published by the American Institute of Certified Public Accountants. 5. The most current applicable Statements and Interpretations issued by the Financial Accounting Standards Board. 6. Rules 10.550 and 10.650 of the Auditor General for the State of Florida. 7. Section 215.97, Florida Statutes, Florida Single Audit Act. 8. 31 U.S.C. 7501 -7507 regarding requirements for single audits. 9. 49 C.F.R. 18.26 regarding Non - Federal audits. 1.4 THE COMPLETION TIME FOR ALL AUDITS SHALL BE NINETY (90) DAYS AFTER NOTIFICATION BY THE FINANCE DIRECTOR OF THE AVAILABILITY F THE CITY;S FINAL TRIAL BALANCES. 1.5 Auditor agrees to furnish COL with an electronic fileable pdf copy, one bound and one unbound original of the Auditor's final Report(s) concerning the Audit. 4 1.6 Auditor shall be required to make an immediate written report of all irregularities and illegal acts or indications of illegal acts of which they become aware of, to the Executive Director. 1.7 Auditor shall make an oral presentation to the COL Commission concerning each Audit final report. SECTION 2 COMPENSATION 2.1 In consideration for the Services to be performed by Auditor, the COL agrees to pay Auditor in an amount not to exceed $69,775.00 per year and $5,000 for all quarterly unaudited financial statement discussions before the Mayor and Commission (including all out -of- pocket expenses) for the auditing services performed in accordance with the terms and conditions herein. Payments to the Auditor shall be made based on the hourly professional service rate schedule, attached as Exhibit "A ". It is acknowledged and agreed by Auditor that these amounts are the maximum p abe t limitation CO obligation to compensate Auditor payable s services related th sAgreementThis maximum amount, however, does not constitute a limitation of any sort, upon Auditor's obligation to perform all items of work required by or which can be reasonably inferred from the Services to be performed, which includes, but is not limited to, all services required to perform the COL's Fiscal Year 2012 -2013 and 2013 -14 audits in accordance with state and Federal law. 2.2 Auditor may submit an invoice for compensation no more often than on a monthly basis, but only after the services for which the invoices are submitted have been completed. Compensation due to the Auditor shall be payable within 30 calendar days following submission of a proper invoice by the Auditor to the COL. Invoices shall designate the nature of the services performed and shall also show a summary of fees and expenses with accrual of the total and credits for portions paid previously. Each statement shall show the proportion of the guaranteed maximum payment that has been expended through previous billings. 2.3 If it should become necessary for the COL to request Auditor to render any additional services to either supplement the services described herein or to perform additional work as a result of the specific recommendations included in any report issued pursuant to this Agreement, such additional work shall be performed only if set forth in an a additional work agreed to by both parties shall be performed at the rates set forth in the rate schedule attached as Exhibit "A ". 2.4 In the event of COL's termination on 4 or Section o t' 7e COL shall pay Auditor on a Agreement Term pursuant to Section pro -rata basis for the Services performed by Auditor prior to the COL's termination of this Agreement. SECTION 3 TERM OF AGREEMENT 3. The term of this Agreement shall commence upon the date of execution hereof and shall remain in effect until December 31, 2015 (the "Term "), unless terminated earlier pursuant to Section 4 of this Agreement, or by completion of the services. SECTION 4 TERMINATION OF AGREEMENT 4. COL may terminate this Agreement with cause by giving the Auditor thirty (30) days written notice. The termination of this Agreement shall not relieve either party of any liability that accrued prior to such termination and any such accrued liability shall survive the termination of this Agreement. COL may also terminate this agreement for convenience upon 10 days written notice. SECTION 5 INDEPENDENT CONTRACTOR 5. Auditor is an independent contractor under this Agreement. Services provided by Auditor shall be by employees of Auditor and subject to supervision by Auditor, and not as officers, employees or agents of the COL. Personnel policies, tax responsibilities, social security, health insurance, employee benefits, travel, per diem policy, and purchasing policies under the Agreement shall be the sole responsibility of Auditor. Auditor shall have no rights under the COL's worker's compensation, employment, insurance benefits or similar laws or benefits. SECTION 6 INDEMNIFICATION / HOLD HARMLESS CLAUSE 6.1 COL shall indemnify, defend and hold harmless the Auditor, its officials, agents, employees, and volunteers from and against any and all liability, suits, actions, damages, costs, losses and expenses, including attorneys' fees, demands and claims for personal injury, bodily injury, sickness, diseases or death or damage or destruction of tangible property or loss of use resulting there from, arising out of any errors, omissions, misconduct or negligent acts of COL, its respective officials, agents, employees or subcontractors in the performance of Services pursuant to this Agreement, whether direct or indirect and from and against any orders, judgments, or decrees which may be entered thereon and from and against all costs, damages, attorneys' fees, expenses and liabilities incurred in and about the defense of any such claim and investigation thereof. 4 6.2 Auditor shall indemnify, defend and hold harmless the COL, its officials, agents, employees, and volunteers from and against any and all liability, suits, actions, damages, costs, losses and expenses, including attorneys' fees, demands and claims for personal injury, bodily injury, sickness, diseases or death or damage or destruction of tangible property or loss of use resulting there from, arising out of any errors, omissions, misconduct or negligent acts of Auditor, its respective officials, agents, employees or subcontractors in the performance of Services pursuant to this Agreement, whether direct or indirect and from and against any orders, judgments, or decrees which may be entered thereon and from and against all costs, damages, attorneys' fees, expenses and liabilities incurred in and about the defense of any such claim and investigation thereof. 6.3 The parties acknowledge that specific consideration has been paid or will be paid under this Agreement for this hold harmless and indemnification provision. SECTION 7 NON - APPROPRIATION OF FUNDS 7. In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal year for payments due under this Agreement, then the COL, upon written notice to Auditor of such occurrence, shall have the unqualified right to terminate this Agreement without any penalty or expense to the COL. SECTION 8 INSURANCE 8. For programs that are active in nature, which shall be determined in the sole and exclusive discretion of the COL, Auditor shall maintain liability insurance in an amount acceptable to the COL and naming the COL as an additional insured. Auditor shall maintain the following required types and minimum limits of insurance coverage during the Term of this Agreement: Per Occurrence Aggregate General Liability $ 500,000 $ 500,000 Professional Liability $ 500,000 $500,000 Workers' Compensation Statutory Amount This Agreement shall not be deemed approved until the Auditor has obtained all insurance required under this section and has supplied the COL with evidence of such coverage in the form of a Certificate of Insurance and endorsement. The COL shall approve such certificates prior to the performance of any services pursuant to this Agreement. 5 Auditor's liability insurance polices shall be endorsed to add the COL as an additional insured. The Auditor's liability insurance shall be primary to any liability insurance policies that may be carried by the COL. The Auditor shall be responsible for all deductibles and self- insured retentions on their liability insurance policies. 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 cancelled, materially changed or renewal refused until at least sixty (60) calendar days written notice has been given to the COL by certified mail. SECTION 9 MISCELLANEOUS 9.1 Taxes and Licenses. Auditor shall, without additional expense to the COL, be responsible for paying any taxes, obtaining any necessary licenses and for complying with all applicable federal, state, county, and municipal laws, ordinances and regulations in connection with the performance of the Services specified herein. 9.2 Ownership of Documents. Except for the final audit report and any documents provided to the COL by the Auditor, and unless otherwise provided by law, any and all reports, surveys, and other data and documents created by the Auditor in connection with this Agreement are and shall remain the property of the Auditor. In the event of termination of this Agreement, reports, photographs, surveys and other data and documents prepared by Auditor, whether finished or unfinished, shall become the property of the Auditor, except for the final audit report and any documents provided to the COL by the Auditor. Any compensation due to Auditor may be withheld until all documents required to be provided to the COL are received as provided herein. 9.3 Certificate of Competency. The Auditor shall, at the time of executing this Agreement and throughout the Agreement Term, hold a valid certificate of competency for the Services contemplated herein, issued by the Federal, State, or County examining board qualifying said person, firm, corporation or joint venture to perform the Services proposed. If a Subcontractor(s) is employed, an applicable certificate of competency or license issued to the Subcontractor(s) shall be submitted along with the Auditor's certificate prior to performing any Services; provided, however, that the COL may, at its sole option and in its best interest, allow the Auditor to supply the certificate to the COL during the first week of Services performed by the Auditor. C� SECTION 10 AUDIT AND INSPECTION RIGHTS 10.1 The COL may, at reasonable times, and for a period of up to three (3) years following the date of final performance of Services by Auditor under this Agreement, audit, or cause to be audited, those books and records of Auditor that are related to Auditor's performance under this Agreement. Auditor agrees to maintain all such books and records at its principal place of business for a period of three (3) years after final payment is made under this Agreement. 10.2 The COL may, at reasonable times during the term hereof, perform such inspections, as the COL deems reasonably necessary, to determine whether the services required to be provided by Auditor under this Agreement conform to the terms of this Agreement. Auditor shall make available to the COL all reasonable assistance to facilitate the performance of inspections by the COL's representatives. 10.3 Auditor shall respond to the reasonable inquiries of successor auditors and allow successor auditors to review The Auditor shall be paid gorot me expended continuing accounting significance. the professional rates listed on Exhibit A. SECTION 11 AMENDMENTS AND ASSIGNMENT 11.1 This Agreement constitutes the entire agreement between Auditor and COL and all negotiations and oral understandings this parties upersede merged The terms and conditions s y and all previous agreements, promises, negotiations or representations. Any other agreements, promises, negotiations or representations not expressly set forth in this Agreement are of no force and effect. 11.2 No modification, amendment or alteration of the terms and conditions contained herein shall be effective unless contained in a written document executed with the same formality as this Agreement. 11.3 Auditor shall not transfer or assign the performance of Services called for in the Agreement without the prior written consent of the COL, which may be withheld or conditioned in the COL's sole discretion. 7 SECTION 12 GOVERNING LAW AND VENUE 12. This Agreement shall be construed in accordance with, and governed by, the laws of the State of Florida. Venue for any action arising out of, or relating to this agreement shall be in Dade County, Florida. SECTION 13 NOTICES 13. Whenever either party desires to give notice to the other, it must be given by written notice, sent by certified United States mail, return receipt requested, addressed to the party for whom it is intended, at the place last specified in writing, and the place for giving of notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice, to -wit: FOR AUDITOR: FOR COL: Roderick Harvey, CPA Harvey Covington and Thomas of South Florida, LLC 3816 Hollywood Boulevard, Suite 203 Hollywood, FL 33021 Telephone: (954) 966 -4435 Facsimile: (954) 962 -7747 Susan Liburd Finance Director City of Opa Locka, Florida Opa Locka, Florida Telephone: (305) _ Facsimile: (305) With A Copy to: , Esquire COL General Counsel Fort Lauderdale, Florida Telephone: 954 - Facsimile: 954- SECTION 14 0 NON- DISCRIMINATION 14. Auditor represents and warrants to the COL that Auditor does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Auditor's performance under this Agreement on account of race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for delivery of services. Auditor further covenants that no otherwise qualified individual shall, solely by reason of his /her race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation or any other factor which cannot be lawfully used as a basis for delivery of services, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. SECTION 15 PUBLIC RECORDS 15. Auditor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to COL contracts, subject to the provisions of Chapter 119, Florida Statutes, and agrees to allow access by the COL and the public to all documents subject to disclosure under applicable law. Auditor's failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Agreement by the COL. SECTION 16 HEADINGS, CONFLICT OF PROVISIONS WAIVER OR BREACH OF PROVISIONS 16. Headings are for convenience of reference only and shall not be considered in any interpretation of this Agreement. In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached documents, the terms in this Agreement shall prevail. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision, and no waiver shall be effective unless made in writing. SECTION 17 SEVERABILITY 17. If any provision of this Agreement or the application thereof to any person or situation shall to any extent, be held invalid or unenforceable, the remainder of this Agreement, and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable shall not be affected thereby, and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. E SECTION 18 SURVIVAL 18. All representations and other relevant provisions herein shall survive and thereby continue in full force and effect, upon termination of this Agreement. SECTION 19 ENTIRE AGREEMENT 19. This Agreement represents the entire and integrated Agreement between the COL and Auditor and supersedes all prior negotiations, representations or agreements, either written or oral. SECTION 20 JOINT PREPARATION 20. The parties hereto acknowledge that they have sought and received whatever competent advice and counsel as was necessary for them to form a full and complete understanding of all rights and obligations herein, and that the preparation of this Agreement has been a joint effort of the parties, the language has been agreed to by parties to express their mutual intent and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than the other. [THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK] 10 AGREEMENT BETWEEN THE AND THOMAS SOUTH FLORIDA,D AND HARVEY LLC COVINGTON FOR PROFESSIONAL AUDITING SERVICES IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the respective dates under each signature: COL, signing by and through its Finance Director, attested to and duly authorized to execute attested to and the dulOy authorized r to Auditor, signing by and through its execute same. CITY OF OPA WCKA, FLORIDA By By Co 1,. �rK This P, 3 day of �a�� , 2014. APPROVED AS TO FORM AND LEGAL SUFFICIENCY FOR THE USE OF AND RELIANCE BY THE COL ONLY: This 0� day of AUDITOR i u ✓I , 2014. HARVEY COVINGTON AND THOMAS OF SOUTH FLORIDA, LLC A ------7 11 M Title: /' y ip oA4ptpeA— This day of , 2014. EXHIBIT A HOURLY RATE SCHEDULE Partner Professional Rates Engagement Partner $275.00 Engagement Quality Review Partner $225.00 Engagement Audit Director $200.00 Engagement Manager $175.00 Engagement Senior Accountant $150.00 Engagement Staff Accountant $125.00 Administrative Support $45.00 12