Loading...
AGREEMENT FOR PROFESSIONAL SERVICES - RFQ 34-23 (8) DocuSign Envelope ID: F516CE85-ABBE-4993-9E29-FF10547EEB87 Agreement For Professional Services RFQ#34-23 This AGREEMENT is made and entered into on the 20th day of July 20 23 by and between the City of Clearwater,Florida(CITY) andheaAlm _& (CONSULTANT)with an effective date August 1, 2023. Associates,Inc. WITNESSETH: WHEREAS, the CITY desires to engage the CONSULTANT to perform certain professional services pertinent to such work in accordance with this Agreement; and WHEREAS,the CONSULTANT desires to provide such professional services in accordance with this Agreement; and WHEREAS, in accordance with the competitive selection process described in Section 287.055 of the Florida Statutes, the CITY selected the CONSULTANT based on Request for Qualifications ("RFQ") #34-23 and responses by the CONSULTANT to RFQ#34-23. NOW, THEREFORE, in consideration of the mutual promises contained herein and other good and valuable consideration,the Parties agree that the above terms,recitals, and representations are true and accurate and are incorporated herein by reference,and the Parties further agree as follows: 1.0 GENERAL SCOPE OFTHIS AGREEMENT The relationship of the CONSULTANT to the CITY will be that of a professional consultant, and the CONSULTANT will provide the professional and technical services required under this Agreement in accordance with acceptable engineering practices, by exercising the skill and ability ordinarily required of engineers performing the same or similar services, under the same or similar circumstances, in the State of Florida, and ethical standards. 2.0 PROFESSIONAL. TECHNICAL SERVICES 2.1 It shall be the responsibility of the CONSULTANT to work with and for the CITY to perform an array of services for the City as set forth in RFQ#34-23, Scope of Services. 2.2 The CONSULTANT'S services under this Agreement will be provided under a project specific Work Order(s). Each Work Order will include the services for a single project, phase, task or assignment, and will contain a mutually agreed-upon detailed scope of services, project goals, fee and schedule of performance in accordance with applicable fiscal and budgetary constraints. Work Orders will be incorporated by reference and attached hereto this Agreement. 1 DocuSign Envelope ID: F516CE85-ABBE-4993-9E29-FF10547EEB87 Total compensation for all services shall not exceed $100,000.00 unless specifically authorized by the City Council. See Work Order Template attached hereto as Exhibit A. 2.3 The CONSULTANT shall maintain an adequate and competent staff of professionally qualified personnel available to the CITY for the purpose of rendering the required engineering and/or consultant services hereunder and shall diligently execute the work to meet the completion time established in the Work Orders. The CONSULTANT shall notify the CITY by U.S. Mail addressed to the City Engineer of any changes in company contact information, including but not limited to contact phone, address, project manager, email addresses, etc. 2.4 The CITY reserves the right to enter into contracts with other engineering and/or architect firms for similar services. The CONSULTANT will, when directed to do so by the CITY, coordinate and work with other engineering and/or architectural firms retained by the CITY. 2.5 The CITY reserves the right to remove any and all projects, phases, tasks, or assignments related to this Agreement. The CITY further reserves the right to enter into contracts with other engineering firms for services related to such projects,phases,tasks, or assignments. The CONSULTANT will, when directed to do so by the CITY, coordinate and work with other firms retained by the CITY. 3.0 PERIOD-QE SERVICES 3.1 The CONSULTANT shall begin work promptly after receipt of a fully executed Work Order. Receipt of a fully executed Work Order shall constitute written notice to proceed. 3.2 If the CONSULTANT'S services are delayed for reasons beyond the CONSULTANT'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 for a period not to exceed four 4 years effective August 1, 2023, subject to the provisions for termination contained herein. Assignments that are in progress at the Termination Date shall be completed by the CONSULTANT unless specifically terminated by the CITY. Should the CONSULTANT be in the progress of completing work under this Agreement at the Termination Date, this Agreement shall continue with all terms,conditions and obligations being in full force and effect until such time as the work is completed. All provisions expressly intended to survive termination shall do so. 4.0 F a / T' _ T NEt QTIA110N ALT(C!LNA) Professional Services provided under this Agreement are within the scope of the practice of architecture, landscape architecture, professional engineering, or registered land 2 DocuSign Envelope ID: F516CE85-ABBE-4993-9E29-FF10547EEB87 surveying and mapping, as defined by the laws of the State of Florida. Provisions of F.S. 287.055 apply. 5.0 QIENER-AL CONSID,ERAIJONS 5.1 All documents including field books, drawings, specifications, calculations, geotechnical investigation reports, etc., used in the preparation of the work shall be supplied by the CONSULTANT 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 CONSULTANT for the specific purpose intended will be at the CITY's sole risk without liability or legal exposure to the CONSULTANT. 5.2 The CONSULTANT shall prepare preliminary construction cost estimates with each design submittal to verify the proposed design is within the City project budgets. The CONSULTANT 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. 5.3 The CONSULTANT 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 CONSULTANT describing the services desired and providing a basis for compensation to the CONSULTANT. 5.4 Upon the CONSULTANT'S written request,the CITY will furnish or cause to be furnished such reports, studies, instruments, documents, and other information as the CONSULTANT and CITY mutually deem necessary. 5.5 The CITY and the CONSULTANT 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 CONSULTANT will assign or transfer its interest in this Agreement without written consent of the other. 5.6 To the fullest extent permitted by law, the CONSULTANT agrees to 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 CONSULTANT and other persons employed or utilized by the CONSULTANT in the performance of this CONSULTANT under this AGREEMENT. Notwithstanding any provision herein to the contrary,this paragraph shall not be construed as a waiver of any immunity to which CITY is entitled or the extent of any limitation of liability pursuant to § 768.28, Florida Statutes. Furthermore, this provision is not intended to nor shall it be interpreted as limiting or in any way affecting any defense CITY may have under § 768.28, Florida Statutes or as 3 DocuSign Envelope ID: F516CE85-ABBE-4993-9E29-FF10547EEB87 consent to be sued by third parties. The obligations under this paragraph shall expressly survive termination or expiration of this Agreement. 5.7 The CONSULTANT 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. 5.8 Key personnel assigned to CITY projects by the CONSULTANT 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. 5.9 The CONSULTANT shall attach a brief status report on the projects with each requestfor payment. 5.10 Unless otherwise required by law or judicial order,the CONSULTANT agrees that it shall make no statements, press releases or other public communication concerning this 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 CONSULTANT 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 CONSULTANT for "In House" use. Only data and reports generated by the CONSULTANT under this Agreement shall be the property of the CITY. 5.11 Public Records. The CONSULTANT will be required to comply with Section 119.0701, Florida Statutes, as may be amended from time to time, specifically to: IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. CONSULTANT shall comply with the following: a) Keep and maintain public records required by the City of Clearwater (hereinafter "public agency") to perform the service being provided by the contractor hereunder. b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. 4 DocuSign Envelope ID: F516CE85-ABBE-4993-9E29-FF10547EEB87 C) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract,transfer,at no cost,to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract,the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract,the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency,upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency's contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency's request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10,Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency's contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if. 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. 5 DocuSign Envelope ID: F516CE85-ABBE-4993-9E29-FF10547EEB87 i) A notice complies with subparagraph (h)2. if it is sent to the public agency's custodian of public records and to the contractor at the contractor's address listed on its contract with the public agency or to the contractor's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 6.0 COMPENSATION 6.1 The CONSULTANT shall be compensated for services rendered under this Agreement in accordance with the provisions of each Work Order, upon presentation of CONSULTANT'S invoice and as provided in this Agreement(attached as Exhibit B). 6.2 Compensation for services shall be invoiced by the CONSULTANT and paid by the CITY in accordance with the Florida Local Government Prompt Payment Act, §218.70, Florida Statutes. 6.3 The CONSULTANT 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. 7.0 PROHIBITION AGAINST CONTINGENT FEES The CONSULTANT warrants that it has not employed or retained any company or person,other than a bona fide employee working solely for the CONSULTANT 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 for the CONSULTANT any fee, commission, percentage, gift, or any other consideration, contingent upon orresulting from the award or making of this Agreement. 8.0 TERMINATION ICOR 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 CONSULTANT shall be paid in accordance with the provisions of outstanding Work Orders for all work performed up to the date of termination. 9.0 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 CONSULTANT shall be given five(5)days prior written notice of such action and shall be compensated M015.mm DocuSign Envelope ID: F516CE85-ABBE-4993-9E29-FF10547EEB87 for professional services provided up to the date of suspension, cancellation, or abandonment. 10.0 GOVERNING LAW This Agreement shall be administered and interpreted under the laws of the State of Florida. The exclusive venue for any proceeding or suit in law or equity arising from or incident to this Agreement will be in Pinellas County Florida. 11.0 TERMINATION FOR CONVENIENCE Either the CITY or the CONSULTANT 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 CONSULTANT will be paid for services rendered through the date of termination. 12.0 PUBLIC ENTITY CRIMES Pursuant to Florida Statute § 287.132-133, the City of Clearwater, as a public entity, may not accept any proposal from, award any contract to, or transact ally business in excess of the threshold amount provided in § 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 § 287.133 (3)(f), F.S. By submitting a proposal, CONSULTANT is certifying that Florida Statute 287.132 and 287.133 does not restrict submission. 13.0 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS The CONSULTANT will be required to comply with Section 287.135, Florida Statues, specifically by executing the forms provided(attached as Exhibit Q. 14.0 RI:Q #34-23,TERMS AND CONDI'T'IONS All terms and conditions as set forth in RFQ #34-23, Terms of Conditions are incorporated by reference (attached as Exhibit D). 15.0 ORDER OF PRECEDENCE Any inconsistency in documents relating to this Agreement shall be resolved by giving precedence in the following order: (i)this Agreement and subsequent Amendments; (ii) RFQ #34-23, Terms and Conditions; and(iii) Work Orders. 16.0 INSURANCE REQUIREMENTS Insurance Requirements are set forth in Exhibit E_, which is incorporated by reference (attached as Exhibit E). . Vv2015.mm DocuSign Envelope ID: F516CE85-ABBE-4993-9E29-FF10547EEB87 17.0 TERMINATION FOR LACK OF FUNDING The CITY'S performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Clearwater City Council. In the event the Clearwater City Council does not appropriate funds for CITY to perform its obligations hereunder, CITY may terminate this Agreement upon thirty (30) days written notice to CONSULTANT. 18.0 E-VERIFY CONSULTANT and its Subcontractors shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees. CONSULTANT will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. Subcontractor must provide CONSULTANT with an affidavit stating that Subcontractor does not employ, contract with, or subcontract with an unauthorized alien. CONSULTANT shall maintain a copy of such affidavit. The CITY may terminate this Agreement on the good faith belief that CONSULTANT or its Subcontractors knowingly violated Florida Statutes 448.09(1)or 448.095(2)(c). If this Agreement is terminated pursuant to Florida Statute 448.095(2)(c), CONSULTANT may not be awarded a public contract for at least 1 year after the date of which this Agreement was terminated. CONSULTANT is liable for any additional costs incurred by the CITY as a result of the termination of this Agreement. See Section 448.095, Florida Statutes (2020). [Remainder of Page Intentionally Left Blank] Vv2015.mm DocuSign Envelope ID: F516CE85-ABBE-4993-9E29-FF10547EEB87 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the date and year first above written. Chen Moore &Associates,Inc (Consultant ) By: 4Primc: Title: F-5, WITNESS: By: .`_.......... Print Countersigned: CITY OF CLEARWATER LB "Jenni gned by: rianungs Sr. r oirrier Mayor City Manager DS Approved as to form: Attest: DocuSi ned b ' DocuSigned by: g Y:eel� - L-S� Jerrod Simpson RosemarieZall Sr. Assistant City Attorney City Clerk Vv2015.mm DocuSign Envelope ID: F516CE85-ABBE-4993-9E29-FF10547EEB87 AC R CERTIFICATE OF LIABILITY INSURANCE 7TE(MM/DD/YYYY) 04/06/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND 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 have ADDITIONAL INSURED provisions or 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 CONTACT Wendy Tyree NAME: LassiterWare LLC PHONEExt: (800)845-8437 (AAic No (888)883-8680 1300 N.Westshore Blvd. E-MAL wendyt@lassiterware.com ADDRESS: Suite 110 INSURER(S)AFFORDING COVERAGE NAIC# Tampa FL 33607 INSURER A: Crum&Forster Specialty Insurance Co 44520 INSURED INSURER B: Travelers Cas Ins Co of Amer 19046 Chen Moore&Associates,Inc.d/b/a CMS INSURER C: Travelers Casualty&Surety Co 19038 500 W.Cypress Creek Road INSURER D: Suite 630 INSURER E: Fort Lauderdale FL 33309 INSURER F: COVERAGES CERTIFICATE NUMBER: 23-24 Cert REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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. INSR ADDL UBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICYNUMBER MM/DD/YYYY MM/DDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1'000'000 CLAIMS-MADE DAMAGE TO RENTED X OCCUR PREMISES Ea occurrence $ 300,000 X ContractorsPollution Liability MED EXP(Any one erson $ 5,000 A Y Y EPK142287 01/01/2023 01/01/2024 PERSONAL&ADV INJURY $ 1,000,000 P'LAGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 2,000,000 POLICY[g PRO F—]LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident IANYAUTO BODILY INJURY(Per person) $ OWNEDSCHEDULED Y Y BA2W1500872247G 12/16/2022 12/16/2023 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED �/ NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY /� AUTOS ONLY Per accident PIP-Basic $ 10,000 UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 A X EXCESS LIAB CLAIMS-MADE EFX121958 01/01/2023 01/01/2024 AGGREGATE $ 5,000,000 DED I I RETENTION$ $ WORKERS COMPENSATIONPER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER 1,000,000 C ANY PROPRIETORIPARTNERIEXECUTIVE NIA Y UB2W148891 12/16/2022 12/16/2023 E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Professional Liability(Claims-Made) A Limits included with General Liability EPK142287 01/01/2023 01/01/2024 Each Claim $1,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:#34-23 City of Clearwater is an additional insured under the terms and conditions of the General Liability and Automobile Liability policies,on a primary and non-contributory basis,with respect to work performed by the named insured as required by written contract.Blanket Waiver of Subrogation is included as part of the General Liability,Automobile Liability and Workers'Compensation policies and applies when required by written contract,provided the contract is executed prior to any loss.Cancellation:Thirty(30)days'notice except for Ten(10)days'notice for non-payment of premium. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Clearwater Attn:Procurement Division ACCORDANCE WITH THE POLICY PROVISIONS. P.O.Box 4748 AUTHORIZED REPRESENTATIVE Clearwater FL 33758 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 7-10 DocuSign Envelope ID: F516CE85-ABBE-4993-9E29-FF10547EEB87 Exhibit B PROVISION OF PAYMENT ENGINEER OF RECORD: Chen Moore and Associates,Inc. BASIS FOR PAYMENT The owner shall pay ENGINEER and ENGINEER 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" -Hourly Rate- Compensation in the form of burdened hourly rates. Burdened(direct+indirect) Hourly Rate+ Subconsultant Cost+ Other Direct Costs. Direct cost includes labor hourly rate. Indirect costs include fringe benefit rate, overhead, operating margin and profit. 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. 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 ENGINEER 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 ENGINEER. Hourly Rates - The estimated hourly rates below represent 2023 costs and categories. Periodic changes are anticipated, and modifications may be made annually in writing to the City for review and approval. DocuSign Envelope ID: F516CE85-ABBE-4993-9E29-FF10547EEB87 CITY OF CLEARWATER ENGINEER OF RECORD 8/1/23 to 7/31/27 ENGINEER OF RECORD: Chen Moore and Associates,Inc. Please fill out the chart below with job classification and hourly rate. Job Classification Burdened Hourly-Rate President $450 Principal $350 Principal Engineer $240 Senior Engineer $200 Project Engineer $140 Associate Engineer $120 Engineer $110 Principal Landscape Architect $220 Senior Landscape Architect $150 Project Landscape Architect $120 Associate Landscape Architect $110 Landscape Designer $110 Principal Planner $230 Senior Planner $120 Project Planner $90 Associate Planner $75 Senior Environmental Scientist $150 Senior Designer $150 Designer $110 Senior Technician $100 Technician $95 Senior Construction Specialist $140 Construction Specialist $95 Administrative Staff $85 Intern $65 DocuSign Envelope ID: F516CE85-ABBE-4993-9E29-FF10547EEB87 RFQ 34-23, Exhibit B_Forms SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. 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 that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. "Boycott Israel' or "boycott of Israel' means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract(or Agreement),the vendor, company, individual, principal, s bsidiary, affiliate, or owner will immediately notify the City of Clearwater in ing, no later tha , e (5) calendar days after any of its principals are placed on the Scrutinized anies that Bgycott Israel List, or engaged in a boycott of Israel. Aut or' gnature Print d N me Peter Moore Title Chen Moore and Associates,Inc Name of Entity/Corporation STATE OF FLORIDA COUNTY OF BROWARD The foregoing instrument was acknowledged before me by means of H physical presence or ❑ online notarization on, this 20 day of June , 2023 , by Peter Moore (name of person whose signature is being notarized) as the President (title) of Chen Moore and A sooiates, Inc (name of corporation/entity), ersonall known or produced (type of identification) as identification, and� o did/did not take an oath JOHANNAZONA Notary Pu is * W COMMISSION#HH 213916 Johanna Zona �� nom° EXPIRES:January 24,2026 Printed Name My C - NOTARY SEAL ABOVE oouuGignEnvelope ID: F51 1U54rEEB8r RFQ 34-23, Exhibit B FO0OG SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICALION-FORM IF YOUR BID0PROPOSALJS$1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BIDIPR0PO8AL' FANLURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, byvirtue ofthe 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 inbusiness operations inCuba and Syria; and 2. The vendor, company, individua|, prinoipo|, auboidiary, afU|iate, orowner io 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 Liot, or engaged in business operations inCuba and Syria; and 3. Business Operations means,for purposes specifically related to Cuba or Syr a, engaging in commerce in any form in Cuba or Syria, ino|udin0, but not limited to, ouquiring, deve|opin0, maintoining, mvvning, selling, possessing, leasing or operating aquipment, fooi|iUeo, peroonna|, pnuduoto, oan/ioao, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. |fawandadthaControut(owrA0noemanU.thavendor. 00mpany. individua|. prinnipa|. uuboidiory. affi|iate. or owner will immediately notify the City of Clearwater in writing, no later than fixe (5) calendar days after any wfits principals are placed on the Scrutinized Ci with Activities in Sudan List, the Scrutinized Companies with Activities in the | Petrol i opaotionoinCuba and Gyha. 6ec'or Lis' Author ed ature Peter Moore Printed am e' Preside Chen Moore and Associates,Inc Name of Entity/Corporation STATE OF FLORIDA COUNTY OF anomwno The foregoing instrument was acknowledged before ma by means of physical presence or [] online notarization on. this 20_ day of June . 2023 . by Peter Moore (name of person whose signature is being notarized) as the _'�re�IdenF (title) of Chen Moore and Associates.In.c .........-_(name f corporation/entity), personally known _, or produced (type of identification) as identification, and who did/did not take an oath. n oath. Notary Public JOHANNAZONA MY COMMISSION#HH 2113916 Johanna Zona ;g: EXPIRES:January 24,2026 Printed Name yWyCommission Expires: January 24,2026 NOTARY SEAL ABOVE DocuSign Envelope ID: F516CE85-ABBE-4993-9E29-FF10547EEB87 RFQ 34-23, Exhibit B—Farms VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095. 2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees. 3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. 4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien. 5. The Contractor must maintain a copy of such affidavit. 6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1)or 448.095(2)(c). 7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated. 8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract. Authoriz d n re Peter Moar Printed N President Title Chen Moore and Associates,Inc Name of Entity/Corporation STATE OF FLORIDA COUNTY OF BROWARD The foregoing instrument was acknowledged before me by means of ® physical presence or ❑ online notarization on, this 20 day Of June 1 2023 , by Peter Moore (name of person whose signature is being notarized) as the President (title) Of Chen Moore and Associates,Inc —(name O corporation/entity), personally known , or produced (type of identification) as idelTIT11111119, MMMo did/did not take an oath. " JOHANNAZONA Notary Pu lic r�i = MY COMMISSION#HH 213916 �* K Johanna Zo a Q " EXPIRES:January 24,2026 printed Name My Commission Expires: January 24,2026 NOTARY SEAL ABOVE DocuSign Envelope ID: F516CE85-ABBE-4993-9E29-FF10547EEB87 RFQ 34-23, Exhibit B_Forms TRUTH-IN-NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, and The Truth in Negotiations Act (TINA), hereby certifies Contractor that wage rates, fringe rates and other factual unit costs supporting the compensation for the services of to be provided under this Agreement, concerning are accurate, complete and current as of the time of contracting. The hereby undersigned representative submits this certification that they are an authorized representative of the proposer;who$maygally bind the proposer attest tothe accuracy of the information: Authorized Signature Printed Name President Title Chen Moore and Associates, Inc Name of Entity/Corporation STATE OF FLORIDA COUNTY OF BROWARD The foregoing instrument was acknowledged before me by means of® physical presence or 0 online notarization on, this 20 day of_ June > 20 23 , by Peter Moore (name of person whose signature is being notarized) as the President (title) of Chen Moore and Associates, Inc (name of corporation/entity), personally known M m, or produce (type of identification) as i enti icat'on, and who did/did not t e an oath. E / Notary Pub is JOHANNAZONAJohanna Zona 1. MY COMMISSION#HH 213918 EXPIRES:January 24,202G Printed Name My Commission Expires: �anuaW41i6 NOTARY SEAL ABOVE DocuSign Envelope ID: F516CE85-ABBE-4993-9E29-FF10547EEB87 AC R CERTIFICATE OF LIABILITY INSURANCE 7TE(MM/DD/YYYY) 04/06/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND 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 have ADDITIONAL INSURED provisions or 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 CONTACT Wendy Tyree NAME: LassiterWare LLC PHONEExt: (800)845-8437 (AAic No (888)883-8680 1300 N.Westshore Blvd. E-MAL wendyt@lassiterware.com ADDRESS: Suite 110 INSURER(S)AFFORDING COVERAGE NAIC# Tampa FL 33607 INSURER A: Crum&Forster Specialty Insurance Co 44520 INSURED INSURER B: Travelers Cas Ins Co of Amer 19046 Chen Moore&Associates,Inc.d/b/a CMS INSURER C: Travelers Casualty&Surety Co 19038 500 W.Cypress Creek Road INSURER D: Suite 630 INSURER E: Fort Lauderdale FL 33309 INSURER F: COVERAGES CERTIFICATE NUMBER: 23-24 Cert REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDABOVE 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. INSR ADDL UBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICYNUMBER (MM/DD/YYYY) (MM/DDIYYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1'000'000 CLAIMS-MADE DAMAGE TO RENTED X OCCUR PREMISES Ea occurrence $ 300,000 X ContractorsPollution Liability MED EXP(Any one person) $ 5,000 A Y Y EPK142287 01/01/2023 01/01/2024 PERSONAL&ADV INJURY $ 1,000,000 P'LAGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 2,000,000 POLICY[g PRO F—]LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident XANYAUTO BODILY INJURY(Per person) $SC B OWNED HEDULED Y Y BA2W1500872247G 12/16/2022 12/16/2023 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED �/ NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY /� AUTOS ONLY Per accident PIP-Basic $ 10,000 UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 A X EXCESS LIAB CLAIMS-MADE EFX121958 01/01/2023 01/01/2024 AGGREGATE $ 5,000,000 DED I I RETENTION$ $ WORKERS COMPENSATIONPER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER 1,000,000 C ANY PROPRIETORIPARTNERIEXECUTIVE NIA Y UB2W148891 12/16/2022 12/16/2023 E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? El (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Professional Liability(Claims-Made) A Limits included with General Liability EPK142287 01/01/2023 01/01/2024 Each Claim $1,000,000 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:#34-23 City of Clearwater is an additional insured under the terms and conditions of the General Liability and Automobile Liability policies,on a primary and non-contributory basis,with respect to work performed by the named insured as required by written contract.Blanket Waiver of Subrogation is included as part of the General Liability,Automobile Liability and Workers'Compensation policies and applies when required by written contract,provided the contract is executed prior to any loss.Cancellation:Thirty(30)days'notice except for Ten(10)days'notice for non-payment of premium. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Clearwater Attn:Procurement Division ACCORDANCE WITH THE POLICY PROVISIONS. P.O.Box 4748 AUTHORIZED REPRESENTATIVE Clearwater FL 33758 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 7-10