Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
AGREEMENT FOR PROFESSIONAL SERVICES (77)
AGREEMENT FOR PROFESSIONAL SERVICES This AGREEMENT is made and entered into on the day of lk ,(& , 2014 by and between the City of Clearwater, Florida (CITY) and L NG & ASSOCIATES ARCHITECTS/ENGINEERS, INC. (ARCHITECT). WITNESSETH: WHEREAS the CITY desires to engage the ARCHITECT to perform certain professional services pertinent to such work in accordance with this Agreement; and WHEREAS the ARCHITECT desires to provide such professional services in accordance with this Agreement; and WHEREAS the CITY selected the ARCHITECT in accordance with the competitive selection process described in Section 287.055 of the Florida Statutes, and based on information and representations given by the ARCHITECT in a submittal to RFQ #11 -14, dated April 11, 2014: NOW, THEREFORE, in consideration of the premises and the mutual benefits which will accrue to the parties hereto in carrying out the terms of this Agreement, it is mutually understood and agreed as follows: 1.0 GENERAL SCOPE OF THIS AGREEMENT The relationship of the ARCHITECT to the CITY will be that of a professional consultant, and the ARCHITECT will provide the professional and technical services required under this Agreement in accordance with acceptable engineering practices and ethical standards. 2.0 PROFESSIONAL TECHNICAL SERVICES 2.1 It shall be the responsibility of the ARCHITECT to work with and for the CITY toward solutions to architectural problems and the approach or technique to be used toward accomplishment of the CITY's objective for each project or assignment. The ARCHITECT'S services shall include, but not be limited to planning, analysis, design, preparation of construction plans and details, regulatory permitting, preparation of technical specifications, preparation of bid and contract documents, and construction management for potential City project areas listed below: (a) Parks & Recreational facility improvements, including expansion or improvements to existing facilities as well as development of new facilities. (b) Fire Department facility improvements, including expansion or improvements to existing facilities as well as development of new facilities. (c) Police Department facility improvements, including expansion or improvements to existing facilities as well as development of new facilities. (d) Marine & Aviation facility improvements, including expansion or improvements to existing facilities as well as development of new facilities. 1 (e) Library facility improvements, including expansion or improvements to existing facilities as well as development of new facilities. (f) Parking facility improvements, including expansion or improvements to existing facilities as well as development of new facilities. (g) General Services /Solid Waste facility improvements, including expansion or improvements to existing facilities as well as development of new facilities. (h) Any other City of Clearwater department facility improvements, including expansion or improvements to existing facilities as well as development of new facilities. 2.2 The following lists other work assignments that may be reasonably required under the general scope of this professional agreement: (a) Land surveys, right -of -way surveys, preparation of right -of -way control surveys, preparation of right -of -way mapping/parcel descriptions /parcel sketches. (b) Review and assessment of the applicability of design/build contracts for various City improvements. (c) Development/preparation of grant applications for City projects. (d) Preparation and implementation of public involvement programs, including graphics PowerPoint presentations, slides, handouts, etc. 2.3 The ARCHITECT'S services under this Agreement will be provided under Work Orders. Generally, each Work Order will include the services for a single project or assignment, and it will contain a mutually agreed -upon detailed scope of work, fee, and schedule of performance in accordance with applicable fiscal and budgetary constraints. Total compensation for all services shall not exceed $100,000 per Work Order unless specifically authorized by the City Council. 2.4 The ARCHITECT shall maintain an adequate and competent staff of professionally qualified personnel available to the CITY for the purpose of rendering the required architect services hereunder, and shall diligently execute the work to meet the completion time established in Work Order. The ARCHITECT shall notify the CITY by U.S. Mail addressed to the City Engineer of any changes in company contact information. This includes: contact phone, address, project manager, email addresses, etc. 2.5 The CITY reserves the right to enter into contracts with other architect firms for similar services. The ARCHITECT will, when directed to do so by the CITY, coordinate and work with other engineering and/or architectural Firms retained by the CITY. 3.0 PERIOD OF SERVICES 3.1 The ARCHITECT shall begin work promptly after receipt of a fully executed copy of each Work Order, in accordance with Paragraph 2.3, above. Receipt of a fully executed Work Order shall constitute written notice to proceed. 3.2 If the ARCHITECT'S services called for under any Work Order are delayed for reasons beyond the ARCHITECT'S control, the time of performance shall be adjusted as appropriate. 2 3.3 It is the intent of the parties hereto that this Agreement continue in force until five (5) years from the date of initiation, June 20, 2014, subject to the provisions for termination contained herein. The City retains the right to exercise an option to extend the contract for two (2) years at its sole discretion. Assignments that are in progress at the Contract termination date will be completed by the ARCHITECT unless specifically terminated by the CITY. 4.0 INSURANCE REQUIREMENTS See Exhibit "A" attached. 5.0 PROFESSIONAL SERVICES /CONSULTANT'S COMPETITIVE NEGOTIATION ACT (CCNA) - Florida Statute 287.055 Professional Services provided under this Agreement are within the scope of the practice of architecture, landscape architecture, professional engineering, or registered land surveying, as defined by the laws of the State of Florida. Provisions of F.S. 287.055 apply. 6.0 GENERAL CONSIDERATIONS 6.1 All documents including field books, drawings, specifications, calculations, geotechnical investigation reports, etc., used in the preparation of the work shall be supplied by the ARCHITECT and shall become the property of the CITY. The CITY acknowledges that such documents are not intended or represented to be suitable for use by the CITY or others for purposes other than those for which the documents are prepared. Any reuse of these documents without written verification or adaptation by the ARCHITECT for the specific purpose intended will be at the CITY's sole risk without liability or legal exposure to the ARCHITECT. 6.2 The ARCHITECT shall prepare preliminary construction cost estimates with each design submittal to verify the proposed design is within the City project budgets. The ARCHITECT shall prepare a final estimate of probable construction costs, following CITY approval of the bid documents and other pre -bid activities. The CITY hereby acknowledges that estimates of probable construction costs cannot be guaranteed, and such estimates are not to be construed as a promise that designed facilities will not exceed a cost limitation. Should the lowest, responsible and acceptable bid price received by the CITY within three (3) months from the date of the CITY's approval of the bid documents exceed the ARCHITECT'S final cost estimate by more than ten percent (10 %), the ARCHITECT shall perform a detailed evaluation of the low bid. The evaluation will review the bid prices on a line item basis, identifying areas of disagreement and providing a rationale for the difference. 6.3 The ARCHITECT will provide expert witnesses, if required, to testify in connection with any suit at law. A supplemental agreement will be negotiated between the CITY and the ARCHITECT describing the services desired and providing a basis for compensation to the ARCHITECT. 3 6.4 Upon the ARCHITECT'S written request, the CITY will furnish or cause to be furnished such reports, studies, instruments, documents, and other information as the ARCHITECT and CITY mutually deem necessary. 6.5 The CITY and the ARCHITECT each bind themselves and their successors, legal representatives and assigns to the other party to this Agreement and to the partners, successors, legal representatives and assigns of each other party, in respect to all covenants of this Agreement; and, neither the CITY nor the ARCHITECT will assign or transfer its interest in this Agreement without written consent of the other. 6.6 The ARCHITECT shall indemnify and hold harmless the CITY, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ARCHITECT and other persons employed or utilized by the ARCHITECT in the performance of this ARCHITECT and any Work Orders issued under this AGREEMENT. 6.7 The ARCHITECT agrees not to engage the services of any person or persons in the employ of the CITY to an allied capacity, on either a full or part-time basis, on the date of the signing of this Agreement, or during its term. 6.8 Key personnel assigned to CITY projects by the ARCHITECT shall not be removed from the projects until alternate personnel acceptable to the CITY are approved in writing by the CITY. Key personnel are identified as: Project Manager and technical experts. 6.9 The ARCHITECT shall attach a brief status report on the project(s) with each request for payment. 6.10 Unless otherwise required by law or judicial order, the ARCHITECT agrees that it shall make no statements, press releases or other public communication concerning the Agreement or its subject matter or otherwise disclose or permit to be disclosed any of the data, technical processes, business affairs or other information obtained or furnished in the conduct of work under this Agreement without first notifying the City and securing its consent in writing. The ARCHITECT also agrees that it shall not publish, copyright or patent any of the site specific data or reports furnished for or resulting from work under this Agreement. This does not include materials previously or concurrently developed by the ARCHITECT for "In House" use. Only data and reports generated by the ARCHITECT under this Agreement shall be the property of the City. 6.11 The ARCHITECT will be required to comply with Section 119.0701, Florida Statutes (2013), specifically to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the City of Clearwater in order to perform the service; (b) Provide the public with access to public records on the same terms and conditions that the City of Clearwater would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and 4 (d) Meet all requirements for retaining public records and transfer, at no cost, to the City of Clearwater all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the City of Clearwater. 7.0 COMPENSATION 7.1 The ARCHITECT shall be compensated for all services rendered under this Agreement in accordance with the provisions of each Work Order, upon presentation of ARCHITECT'S invoice. An hourly rate schedule and typical methods of compensation are attached hereto as Exhibit `B ". 7.2 Except as may be addressed in the initiating Work Order, the compensation for services shall be invoiced by the ARCHITECT and paid by the CITY once each month. Such invoices shall be due and payable upon receipt. 7.3 The ARCHITECT agrees to allow full and open inspection of payroll records and expenditures in connection with hourly rate and cost plus fixed fee work assignments upon request of the CITY. 8.0 PROHIBITION AGAINST CONTINGENT FEES The ARCHITECT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the ARCHITECT to solicit or secure this Agreement and that it has not paid or agreed to pay any persons, company, corporation, individual or Firm, other than a bona fide employee working for the ARCHITECT any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 9.0 TERMINATION This Agreement may be terminated by either party with seven (7) days prior written notice, in the event of substantial failure to perform in accordance with the terms hereof by the other party through no fault of the terminating party. If this Agreement is terminated, the ARCHITECT shall be paid in accordance with the provisions of outstanding Work Orders for all work performed up to the date of termination. 10.0 SUSPENSION, CANCELLATION OR ABANDONMENT If the project described in any Work Order is suspended, canceled, or abandoned by the CITY, without affecting any other Work Order or this Agreement, the ARCHITECT shall be given five (5) days prior written notice of such action and shall be compensated for professional services provided up to the date of suspension, cancellation or abandonment. This Agreement shall be administered and interpreted under the laws of the State of Florida. 5 11.0 TERMINATION OF CONVENIENCE Either the CITY or the ARCHITECT may terminate the Agreement at any time by giving written notice to the other of such termination and specifying the effective date of such termination at least thirty (30) days before said termination date. If the Agreement is terminated by the CITY as provided herein, the ARCHITECT will be paid for services rendered through the date of termination. 12.0 PUBLIC ENTITY CRIMES Pursuant to Florida Statute 287 - 132 -133, effective July 1, 1989, the City of Clearwater, as a public entity, may not accept any proposal from, award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017, F.S., for Category Two (currently $35,000) with any person or affiliate on the convicted vendor list for a period of 36 months from the date that person or affiliate was placed on the convicted vendor list unless that person of affiliate has been removed from the list pursuant to Section 287.133 (3)(f), F.S. If you submit a proposal in response to this request, you are certifying that Florida Statute 287.132 and 287.133 does not restrict your submission. 13.0 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA The ARCHITECT will be required to comply with Section 287.135, Florida Statutes, specifically to the following, attached hereto as Exhibit "C ": (a) The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and (b) The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and (c) Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and (d) If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engages in business operations in Cuba and Syria. 6 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the date and year first above written. Countersigned: cepkenert tiGo; George N. Cretekos Mayor Approv correc o fo m and Camilo Soto Assistant City Attorney LONG & ASSOCIATES ARCHITECTS/E .� INE '1 NC. (ARCHTECT) / i 44 44. TAIIIIIIVE i•e President By: Print Title: WITNESS: By: Print Name' Paul W. Portal xander M. Lon CITY OF CLEARWATER By: w to 4 4 William B. Horne, II City Manager ATTEST: By: }L kiiL CoLik_ Rosemarie Call City Clerk 7 EXHIBIT "A" INSURANCE REQUIREMENTS FOR AGREEMENTS AND CONTRACTS In addition to any other insurance required by the RFP, or bid documents, the Respondent shall, at its own cost and expense, acquire and maintain (and cause any contractors and/or subcontractors to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A -VII or better. In addition, the City has the right to review the Respondent's deductible or self - insured retention and require that it be reduced or eliminated. Specifically the Respondent must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims -made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: 1. Commercial General Liability Insurance coverage in the minimum amount of $1,000,000 per occurrence and $2,000,000 general aggregate. 2. Commercial Automobile Liability Insurance coverage for any owned, non - owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 combined single limit. 3. Unless waived by the State of Florida, statutory Workers' Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer's Liability Insurance in the minimum amount of $100,000 each employee each accident, $100,000 each employee by disease and $500,000 aggregate by disease with benefits afforded under the laws of the State of Florida. Coverage should include Voluntary Compensation and U.S. Longshoremen's and Harbor Worker's Act coverage where applicable. Coverage must be applicable to employees, contractors, and subcontractors, if any. 4. Professional Liability/Malpractice /Errors or Omissions Insurance coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $1,000,000 per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (ERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. 5. If the Respondent is using its own property or the property of City in connection with the performance of its obligations under this Agreement, then Property Insurance on an "All Risks" basis with replacement cost coverage for property and equipment in the care, custody and control of others is required. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions: 1. The City is to be specifically included as an "Additional insured" on the Commercial Liability Insurance and Commercial Auto Liability, and named as a "Loss Payee" on Respondent's Property Insurance policy. 2. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy's renewal date(s), the Respondent will furnish the City 8 with a Certificate of Insurance evidencing the coverage set forth above and naming the City as an "Additional Insured." In addition when requested in writing from the City, Respondent will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Karen Maldonado Engineering Department P.O. Box 4748 Clearwater, FL 33758 -4748 3. Respondent shall provide thirty (30) days written notice of any cancellation, non - renewal, termination, material change or reduction in coverage. 4. Respondent's insurance as outlined above shall be primary and non - contributory coverage for Respondent's negligence. 5. Respondent shall defend, indemnify, save and hold the City harmless from any and all claims, suits, judgments and liability for death, personal injury, bodily injury, or property damage arising directly or indirectly including legal fees, court costs, or other legal expenses. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and failure to request evidence of this insurance shall not be construed as a waiver of Respondent's obligation to provide the insurance coverage specified. 9 VIIenM. iUY.7cvJ ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD /YYYY) 12/05/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER USI Insurance Services, LLC 1715 N. Westshore Blvd. Suite 700 Tampa, FL 33607 CONTACT NAME: (A/CO3 N Ext): 813 321 -7500 FAX No): 813 321 -7525 , E -MAIL ADDRESS: INSURERS) AFFORDING COVERAGE NAIC # INSURER A : Phoenix Insurance Company 25623 INSURED Long & Associates Architects /Engineers, Inc. 4525 S Manhattan Ave Tampa, FL 33611 INSURER B : XL Specialty Insurance Company 37885 INSURER C 06/24/2014 INSURER D $ 1,000,000 $1,000,000 $10,000 $ 1,000,000 $2,000,000 INSURER E : MED EXP (Any one person) INSURER F : • EVISION NUMBER: .....,1,1,0‘...c., v�,�... •vr..r ,.v...... .. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MI UL POLICY IMM /DDD/YYEYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X X 6604528L957 06/24/2013 06/24/2014 EACH OCCURRENCE $ 1,000,000 $1,000,000 $10,000 $ 1,000,000 $2,000,000 PREMISES (Ea occur ence) MED EXP (Any one person) CLAIMS -MADE X OCCUR PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP /OP AGG $ 2,000,000 GEN'L AGGREGATE 7 POLICY X LIMIT APPLIES JECT PER: LOC $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS _ SCHEDULED AUTOS NON-OWNED COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB _ OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED RETENT ON $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY AIPRO EMBER EXRTNER/ ECUTIVE (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A WC STATU- TORY LIMITS OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ B Professional Liability DPR9711710 09/15/2013 09/15/2014 $2,000,000 per claim $2,000,000 annl aggr. DESCRIPTION OF OPERATIONS / LOCATIONS./ VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Professional Liability coverage is written on a claims -made basis. Achitect of Record Agreement CERTIFICATE HOLDER CANCELLATION City of Clearwater 100 S. Myrtle Avenue Clearwater, FL 33756 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 04-5- 't. 049—cu.. .Q. ACORD 25 (2010/05) 1 of 1 #S11386200/M10920327 © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD MRLEW JAN -03 -2014 16:24 From:Charles D Ta11e,JR i31Sb4sy55b I0:b,37°+blD rayc•L L- I PATE {NMIDOM YY) ACORNS,- CERTIFICATE OF LIABILITY INSURANCE 12/05/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsemen 4 s . oDNT CHARLES D. TALLEY, JR. PRODUCER NAME: PHONE 813- 685.9393 CHARLES D. TALLEY, JR. INSURANCE, INC. 1335 OAKFIELD DR. BRANDON, FL 33511 IHSUIIED LONG AND ASSOCIATES ARCHITECTS ENGINEER, INC. 4525 5. MANHATTAN AVE. TAMPA, FL 33611 -2305 AD aoR s: chuck(§ctalleyinsurance.com AX Nol: 813- 643.9556 INSURERS) AFFORDING COsSRAGE mum A: SENTINEL INSURANCE COMPANY INSURER e : NATIONWIDE INSURANCE NAIC it INSURER C : INSURER INSURER E IIEURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. SUBR POLICY EPP PDLOEY EtP LTR.. TYPE OP INSURANCE POLICY NUMBER IBAND MM OCITYTY GENERAL LIABILITY COMMERCIAL GENERAL- LIABaITY CLAIMS -MADE n OCCUR GEM. AGGREGATE LIMIT APPUES PER: POUCY �I spa FLOC AUTOMOaILR IJABIuVi X ANY AUTO ALL OWNED — AUTOS HIRED AUTOS UMBRELLA LIAB EXCESS LIAB SCHEDULED AUTOS NN0N-01NHED AUTOS 33UEC VG0284 SA 07/08/2013 07/08/2014 UNITS EACH OCCURRENCE " 11MlAGE TO RE NI ED PREMISES (Ea occurrema) MEP ow (Anyone paleOf) PERSONAL S ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP /OP AGG COMBINED SINGLE LIB (Ea aetiten) BODILY INJURY (Par email BODILY INJURY (Par sodden!) PROPERTYPAMAGE _Gip accident) OCCUR CLAIM? -MADE DEO I I mistifON 3 WORKERS cOMPEMSATION ANO EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNEWEXECUTIvE °MN:ER/MEMBER CXOWSED9 Mandatory In NH) N yyeBs. describe undm DESCRIPTON OP OP RATIONS below YIN DN1A ACP WCP 5914978651 08/24/2013 06/24/2014 EACH OCCURRENCE AGGREGATE we 5TAMI 1 IOTA LL. EACH ACCIDENT EL. DISEASE EA EMPLOYEE E.L. DISEASE POLICY UNIT E $ E S i $ 1,000,000 S $ S f S f f $ 100.000 $ 100,000 s 500,000 DESCRIPTION OF OPERATIONS I LOCATIONS !VEHICLES (Attach ACORD 101, Additional Remarks SeseduM, if more BPacs's required) SPECIAL CONDITIONS /OTHER COVERAGES= ARCHITECT OF RECORD AGREEMENT CERTIFICATE HOLDER CANCELLATION CITY OF CLEARWATER ENGINEERING DEPT. 100 S. MYRTLE AVE. CLEARWATER, FL 33756 ACORD 25 (2010105) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL Be DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED R - RESENT THE ®19884010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD EXHIBIT "B" PROVISION OF PAYMENT BASIS FOR PAYMENT The owner shall pay ARCHITECT and agrees to accept as full compensation for its services (as established by Work Order) compensation as computed by one of the following methods: Method "A" — Costs Times Multiplier Basis — Compensation in the form of actual costs times a multiplier as determined by the following formula: Actual raw Salary Cost (Hourly Rate) x Multiplier + Subconsultant Cost + Other Direct Costs. Multiplier 3.0 includes fringe benefit rate, overhead, operating margin and profit and is subject to annual review. Subconsultant Costs are actual costs incurred times a factor of 1.00. Actual costs shall be based on billing rates for required labor classifications. Other Direct Costs are actual costs incurred for travel outside of Tampa Bay area, printing, copying, long distance telephone calls, etc., times a factor of 1.00. Method "B" — Lump Sum — Compensation in the form of "lump sum" for all work associated with a Work Order or task and shall be determined by mutual agreement between the ARCHITECT and the City. The lump sum amount shall be negotiated based upon the Work Order scope of services and approved by both the City and the ARCHITECT. Hourly Rates - The estimated hourly rates below represent 2014 costs and categories. Periodic changes are anticipated and modification can be made annually upon City and ARCHITECT review. (Note: All rates are hourly salary.) 10 CITY OF CLEARWATER ARCHITECT OF RECORD (RFQ #11 -14) LONG & ASSOCIATES ARCHITECTS/ENGINEERS, INC. 2014 DIRECT HOURLY RATES Job Classification Minimum Rate ($ / hour) Typical Maximum President 57.00 Vice- President/Officer -in- Charge 45.00 50.00 55.00 Project Manager /Associate Principal 45.00 50.00 55.00 Senior Architect 40.00 45.00 50.00 Architect 35.00 37.00 40.00 Landscape Architect 40.00 45.00 50.00 Field Technician 22.00 25.00 28.00 Senior Designer 27.00 30.00 35.00 Drafter /CADD Operator 22.00 25.00 28.00 Field Technician 22.00 25.00 28.00 Fiscal /Accounting 15.00 18.50 20.00 Administrative /Clerical 15.00 18.50 20.00 Operations Specialist 22.00 25.00 28.00 MULTIPLIER: 3.0 11 EXHIBIT "C" SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Cle : ater in writing, no later than five (5) calendar days after any of its principals/. e pl Companies with Activities in Sudan List, the Scrutinized a smp`�s: Iran Petroleum Sector List, or engages in business operatic in �i'r. /40/fr A Alexa der on the Scrutinized ith Activities in the and Syria. ture Long Printed Name Vice President Title Long & Associates Architects /Engineers Inc. Name of Entity /Corporation STATE OF Florida COUNTY OF Hillsborough The foregoing instrument was acknowledged before me on this 20th day of May , 2014, by Alexander M. Lon. (name of person whose signature is being notarized) as the Vice President (title) of Long & Associates Architects /Engineers, Inc. (name of corporation/entity), personally known to me as described herein X , or produced a (type of identification) ag,jijgoa,tiilf y who did /did not take p Bath. ,/fi'b EMILY RAMEY N ?�/ MY COMMISSION • PP060763 EXPIRES: hoary OS. 2011 My Commission Expires: January 05, 2018 NOTARY SEAL ABOVE Notary Public Emily Ramey Printed Name 12