AGREEMENT FOR PROFESSIONAL SERVICES (113)AGREEMENT
FOR
PROFESSIONAL SERVICES
This AGREEMENT is made and entered into on the U41 day oto of S vi.,,.} , 20 l y
by and between the City of Clearwater, Florida (CITY) and STANTEC CONSULTING
SERVICES INC., 777 S. Harbour Island Boulevard, Suite 600, Tampa, FL 33602, ENGINEER.
WITNESSETH:
WHEREAS the CITY desires to engage the ENGINEER to perform certain professional services
pertinent to Imagine Clearwater Master Plan - Design and Construction Consulting Services: City
Project Number 17 -0031 -EN, in accordance with this Agreement; and
WHEREAS the ENGINEER desires to provide such professional services in accordance with this
Agreement; and
WHEREAS the CITY selected the ENGINEER in accordance with the competitive selection
process described in Section 287.055 of the Florida Statutes, and based on information,
representations, and response provided by the ENGINEER in Request For Qualifications (RFQ)
#13-17 dated July 19, 2017; and
WHEREAS, such RFQ is incorporated herein by reference; and
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
1.1 The recitals above are incorporated herein by reference. The relationship of the
ENGINEER to the CITY will be that of a professional consultant, and the ENGINEER
will provide the professional and technical services required under this Agreement in
accordance with acceptable engineering practices and ethical standards.
1.2 In the event of conflicting or ambiguous provisions among the various documents related
to this Agreement, the conflict or ambiguity should be resolved with deference to the
documents in the following order: 1) this Agreement, 2) the Work Order(s), 3) the
aforementioned RFQ and related addenda/documents, and then 4) the Engineer's response
to the RFQ. Where this Agreement is afforded the most deference in resolving the conflict
or ambiguity and the deferential value decreases as listed.
[A04-01313 /21582111]
2.0 PROFESSIONAL TECHNICAL SERVICES
2.1 It shall be the responsibility of the ENGINEER to work with and for the CITY toward
solutions to the assigned engineering matters associated with the CITY's project objectives
related to the scope of the aforementioned RFQ.
2.2 The ENGINEER's services under this Agreement will be provided under Work Orders.
Generally, each Work Order will include a mutually agreed-upon detailed scope of
services, project goals, fee, and schedule of performance in accordance with applicable
fiscal and budgetary constraints. Each Work Order shall be properly authorized with
regard to the cumulative cost of all Work Orders issued under this Agreement and with
regard to the most recently authorized Work Order amount.
2.3 The ENGINEER agrees to perform the services with the reasonable skill and diligence
required by customarily accepted professional practices and procedures normally provided
in the performance of the services at the time when and the location in which the services
were performed. This standard of care is the sole and exclusive standard of care that will
be applied to measure the ENGINEER's performance.
2.4 The ENGINEER shall maintain an adequate and competent staff of professionally qualified
personnel available to the CITY for the purpose of rendering the required services
hereunder, and shall diligently execute the work to meet the completion time established
in Work Order.
2.5 The CITY reserves the right to enter into contracts with other engineering and/or architect
firms for complimentary services. The ENGINEER will, when directed to do so by the
CITY, coordinate and work with other engineering and/or architectural firms retained by
the CITY. Notwithstanding the foregoing, in no event shall the ENGINEER be responsible
for quality assurance of the work of such other engineering and/or architect firms, nor shall
the ENGINEER be liable for any errors or omissions in such work.
3.0 PERIOD OF SERVICE
3.1 The ENGINEER shall begin work promptly after receipt of a fully executed copy of each
Work Order, in accordance with Paragraph 2.2, above. Receipt of a fully executed Work
Order shall constitute written notice to proceed.
3.2 If the ENGINEER'S services called for under any Work Order are delayed for reasons
beyond the ENGINEER' s control, the time of performance shall be adjusted as appropriate.
3.3 It is the intent of the parties hereto that this Agreement continue in force until the
completion of work delineated in the aforementioned RFQ timeline, subject to the
provisions for termination contained herein. Assignments that are in progress at the
Contract termination date will be completed by the ENGINEER, unless specifically
terminated by the CITY.
[A04-01313 /215821/1]
4.0 INSURANCE REQUIREMENTS
See Exhibit "A" attached.
5.0 PROFESSIONAL SERVICES/CONSULTANT'S COMPETITIVE
NEGOTIATION ACT (CCNA) - Florida Statue 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
ENGINEER and shall become the property of the CITY upon full payment of all monies
owed to the ENGINEER for that specific work. 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 ENGINEER for the specific
purpose other than intended will be at the CITY's sole risk, without liability or legal
exposure to the ENGINEER.
6.2 The ENGINEER shall prepare preliminary construction cost estimates with each design
submittal to verify the proposed design is within the City project budgets. The ENGINEER
shall prepare a final estimate of probable construction costs, following CITY approval of
the bid documents and other prebid 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, responsive 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 provided
final estimates, then ENGINEER 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 ENGINEER will provide expert witnesses, if required, to testify in connection with
any lawsuit relating to the services rendered under this AGREEMENT, except to the extent
a conflict of interest exists that would prevent the ENGINEER from providing expert
witness services. A supplemental agreement will be negotiated between the CITY and the
ENGINEER describing the services desired and providing a basis for compensation to the
ENGINEER.
6.4 Upon the ENGINEER's written request, the CITY will furnish or cause to be furnished
such reports, studies, instruments, documents, and other information as the ENGINEER
and CITY mutually deem necessary.
[A04-01313 /215821/1]
6.5 The CITY and the ENGINEER 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 ENGINEER will assign or transfer its
interest in this Agreement without written consent of the other.
6.6 The ENGINEER 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 ENGINEER and other persons employed or utilized
by the ENGINEER in the performance of this AGREEMENT and any WORK ORDERS
issued under this AGREEMENT.
6.7 The ENGINEER 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 ENGINEER 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 ENGINEER 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 ENGINEER 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 ENGINEER 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
ENGINEER for "In House" use. Only data and reports generated by the ENGINEER under
this Agreement shall be the property of the CITY.
6.11 PUBLIC RECORDS
The successful bidder/contractor will be required to comply with Section 119.0701, Florida
Statues , 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;
[A04-01313 /215821/1]
(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
(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 City of Clearwater in a format that is
compatible with the information technology systems of the City of Clearwater.
IF ENGINEER HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES OR THE ENGINEER'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT,
CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call at
(727)562-4092, Rosemarie.Call @ myclearwater,com, or 112 S. Osceola Ave.,
Clearwater, FL 33756.
7.0 COMPENSATION
7.1 The ENGINEER shall be compensated for all services rendered under this Agreement in
accordance with the provisions of each Work Order, upon presentation of ENGINEER's
invoice. Rate schedule and typical methods of compensation will be evaluated on a per
Work Order basis, and the CITY's commitment to pay for services proposed by a particular
Work Order shall be at the CITY's sole discretion. ENGINEER understands that there is
no minimum amount of work that the CITY is committing to pursuant to this Agreement
or the aforementioned RFQ.
7.2 Except as may be addressed in the initiating Work Order, the compensation for services
shall be invoiced by the ENGINEER and paid by the CITY once each month. Such
invoices shall be due and payable upon receipt.
7.3 The ENGINEER agrees to allow full and open inspection of payroll records and
expenditures in connection with hourly rate and cost plus fixed fee work assignments
associated with each Work Order, upon request of the CITY. Notwithstanding the
foregoing, the CITY's right to inspect, copy and audit shall not extend to the composition
of the ENGINEER's rates and fees, percentage mark-ups or multipliers but shall apply only
to their application to the applicable units.
8.0 PROHIBITION AGAINST CONTINGENT FEES
The ENGINEER warrants that it has not employed or retained any company or person,
other than a bonafide employee working solely for the ENGINEER 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 ENGINEER any fee,
commission, percentage, gift, or any other consideration, contingent upon or resulting from
the award or making of this Agreement.
[A04-01313 /215821/1]
9.0 TERMINATION FOR CAUSE
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
ENGINEER 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 ENGINEER 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.
11.0 TERMINATION FOR CONVENIENCE
Either the CITY or the ENGINEER 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 ENGINEER 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.
13.0 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND
SYRIA
The ENGINEER will be required to comply with Section 287.135, Florida Statutes,
specifically to the following, attached hereto as Exhibit "B":
(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
[A04-01313 /215821/1]
(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) 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.
14.0 LIMITATION OF INDIVIDUAL LIABILITY AND WAIVER OF
CONSEQUENTIAL DAMAGES
14.1 Neither the CITY nor the ENGINEER shall be liable to the other or shall make any claim
for any incidental, indirect or consequential damages arising out of or connected to this
Agreement or the performance of the services on this Project. This mutual waiver
includes, but is not limited to, damages related to loss of use, loss of profits, loss of
income, unrealized energy savings, diminution of property value or loss of
reimbursement or credits from governmental or other agencies.
14.2 PURSUANT TO FLORIDA STATUTES CHAPTER
558.0035 AN INDIVIDUAL EMPLOYEE OR AGENT MAY
NOT BE HELD INDIVIDUALLY LIABLE FOR DAMAGES
RESULTING FROM NEGLIGENCE.
[A04-01313 /215821/1]
IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the date
and year first above written.
Countersigned:
George N. Cretekos
Mayor
ed : to fo
ctness:
Assistant City Attorney
[A04-01313 /215821/1]
B
Sta tec Con,ul 'na Services Inc.
id A. Kempe P.E
enior Principal
WITNESS:
By:
Hamid Sahebkar, P.E.
Principal
CITY OF CLEARWATER
By: ��.Q �. LtiIE
William B. Horne II
City Manager
ATTEST:
By: (4-tW t e..
Rosemarie Call
City Clerk
EXHIBIT "A"
INSURANCE REQUIREMENTS
FOR
AGREEMENTS AND CONTRACTS
In addition to any other insurance required by the RFQ, 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-V 1 l 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:
a. Commercial General Liability Insurance coverage in the minimum amount of
$1,000,000 per occurrence and $2,000,000 general aggregate.
b. Commercial Automobile Liability Insurance coverage for any owned, non -owned,
hired or borrowed automobile is required in the minimum amount of $1,000,000 (one
million dollars) combined single limit.
c. 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, Jones Act, and U.S. Longshoremen's and Harbor Worker's Act
coverage where applicable. Coverage must be applicable to employees, contractors,
subcontractors, and volunteers, if any.
d. 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 claim. 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.
e. If the Respondent is using its own property or the property of City in connection with
the performance of its obligations under this Agreement, the 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.
[A04-01313 /215821/1]
The above insurance limits may be achieved by a combination of primary and umbrella/excess
liability policies.
OTHER INSURANCE PROVISIONS:
a. 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.
b. 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
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
Engineering Department
P.O. Box 4748
Clearwater, FL 33758-4748
c. Respondent shall provide thirty (30) days written notice of any cancellation, non-
renewal, termination, material change or reduction in coverage.
d. Respondent' s insurance as outlined above shall be primary and non-contributory
coverage for Respondent's negligence.
e. 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.
[A04-01313 /215821/1]
EXHIBIT "B"
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 Clearwater in writing, no later than five (5)
calendar days after any of its principals are placed on the Scrutin. ed Companies with Activities in
Sudan List, the Scrutinized Companies with A tivities in the Iran 'etroleum Sector List, or engages
in business operations in Cuba and Syria.
00111 tool*
: is (Ajy`�iii
:•4c >>44
_• xoo tt9trts
• i
*`
• �6Nc ua� .•'���
am
STATE OF VI Ow -i1 PI-
COUNTY OF�ibofouo%
The foregoing instru ent was acknowledged before
ern
rized Signature
David A. Kemper, P.E.
Printed Name
Senior Principal
Title
Stantec Consulting Services Inc.
Name of Entity/Corporation
me on this 83i day of3ANU..od9 , 20 1 S , by
me of p rson w ose signature is being notarized) as the
i ; %. Time of corporation/entity),
d a NA (type of
(title) of
ersonally known to me as described herein SeLF , or produc
idents lcation) as identification, and who did/did not take an oath.
My Commission Expires: O60t•oef U 00,DI
NOTARY SEAL ABOVE
[A04-01313 /215821/1]
NotaryPublic9. 0‘)
1br, S. LAW
Printed Name