Loading...
AGREEMENT FOR PROFESSIONAL SERVICES - RFQ 34-23 (16) DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F Agreement For Professional Services RFQ#34-23 This AGREEMENT is made and entered into on the 20th day of July 2023 by and between the City of Clearwater, Florida(CITY) and lteris, Inc. (CONSULTANT)with an effective date August 1, 2021 Z7 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") 434-23 and responses by the CONSULTANT to RFQ 934-23. NOW, THEREFORE, in consideration of the inutual 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 OF THIS 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 perforin 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 set-vices 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. DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F Total compensation for all services shall not exceed x;_100,000.00 unless specifically authorized by the City Council. See Work Order 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/orarchitect 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 OF 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 fit]] force and effect until such time as the work is completed. All provisions expressly intended to survive termination shall do so. 4.0 PROFESSIONAL SERVICES/CONSILLJLANJL'a!LQHELJLIJLIVL NEGOTIATION ACT(CCNA) 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: B48EE976-E9E6-4CC9-90DA-A94671D8B09F surveying and mapping, as defined by the laws of the State of Florida. Provisions of F.S. 287.055 apply. 5.0 GENERAL CONSIDERATIONS 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 prQject 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: B48EE976-E9E6-4CC9-90DA-A94671D8B09F consent to be sued by third parties. The obligations under this paragraph shall expressly ZD 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.Cal I@mycleat-water.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 perforin 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: B48EE976-E9E6-4CC9-90DA-A94671D8BO9F 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: B48EE976-E9E6-4CC9-90DA-A94671D8B09F 1) 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 Z7 in accordance with the provisions of each Work Order, upon presentation of CONSULTANT'S invoice and as provided in this Agreement. See attached 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 pet-son, 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 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 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 Vv2015.mm DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F 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 tennination 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 any 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 RFQ #34-23, TERMS AND CONDITIONS All terms and conditions as set forth in RFQ #34-23, Terms of Conditions are incorporated by reference and hereto attached as Exhibit R 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; (11) RFQ 434-23, Terms and Conditions, and (Iii) Work Orders. 16.0 INSURANCE REQUIREMENTS Insurance Requirements are set forth in Exhibit E, which is incorporated by reference and attached hereto. Vv2015.mm DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F 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 I 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: B48EE976-E9E6-4CC9-90DA-A94671D8B09F IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the date and year first above written. Iteris, Inc. (Consultant By: va"V Print Name: Anita Vandervalk Title: Regional Vice President WITNESS: By: Print Name., Carissa Nurthen Countersigned: CITY OF CLEARWATER DocuSigned by: DocuSigned by: 3 DocuSigned ' I Brian ungst S Mayor City Manager IDS Approved as to form: Attest: EDocuSigned by: DocuSigned by, tW4 silAYSM& Lau -4EBTeeFTE &F Jerrod Simpson Rosemarie Call Sr. Assistant City Attorney City Clerk Vv2015.mm DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F r [Consultant Logo] MUCH r AND BI„69a11 RM 1%)M ACII [Consultant Name] City of Clearwater EXHIBIT CONSULTANT FORK ORDER [Supplement Number] (Identify if applicable) Date: m/ /YYYYI 1. PROJECT INFORMATION: Project Title: [Projec City Project Number: [City Project Numberl City Plan Set Number: City Plan SetNumberl Numberif applicable Consultant Project Number: Consultant Proiect Number] 2. SCOPE OF SERVICES: Provide a summary of the project and then thoroughly oubine the tosks that will b performed as part of the pre-design phase, the design phrase, bidding phase, etc, Include the following statement: "The design plans shall be compiled using the City of Clearwater CAC?standards, as attached„ I. PRE-DESIGN PHASE: Task 1.1: Task Name & Summary II. DESIGN PHASE (if applicable): Task 2.1: Task Name & Summary III. FINAL DESIGN PHASE (if applicable): Task 3.1: Task Name & Summary IV. BIDDING PHASE (if applicable): Task 4.1: Task Name & Summary V. CONSTRUCTION PHASE (if applicable): Task 5.1: Task Name & Summary Consultant Work Order Page 1 of 4 Revised:11/28/2022 DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F CONSULTANT WORK ORDER [Project Title] [Consultant Name] [City Project Number] City of Clearwater 3. PROJECT GOALS: Summarize the work products (e.g. Project Catalog), that will be developed during, and at completion o'f this project. Include deliverables, reports, drawings, specifications, #of copies, the format in which plans will be provided, meetings andlor site visits, permits, etc. 4. FEES: Include a table or an attachment that depicts the total cost per task andlor phase for these engineering services—see Attachrrent "A" This price includes all labor and expenses anticipated to be incurred by (insert cons u Iting firm) for the completion of these tasks in accordance with Professional Services Method "A"— Hourly Rate or Method "B"—Lump Sum — Percentage of Completion by Task (choose Method "A"or "B"),for a fee not to exceed Dollars ($ x,,xxx.xx). Include a statement, that the permit application fees (include permit costs in the project fees) will be paid by the consultant and invoiced to the City as a reimbursable 5. SCHEDULE: Insert a discussion of the schedule, including milestones, and critical events The project is to be completed in [Y#1 months (or days) from issuance of notice-to- proceed. The project deliverables are to be phased as follows: 30% Construction Plans: [## I calendar days 60% Construction Plans and Permit Applications: [IL#1 calendar days 90% Construction Plans: [1#1 calendar days Final Construction Documents: [## calendar days 6. STAFF ASSIGNMENT: Insert the firm's and the City's staff assignments to this project 7. CORRESPONDENCE/REPORTING PROCEDURES: Consultant's project correspondence shall be directed to: Insert Consultant's designated Project Manager with copies to Consultant's designated Project Director All City project correspondence shall be directed to: Insert City's designated Project Manager(others to be copied as appropriate) Consultant Work Order Page 2 of 4 Revised:11/28/2022 DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F CONSULTANT WORK ORDER [Project Title] [Consultant Name] [City Project Number] City of Clearwater 8. INVOICING/FUNDING PROCEDURES: City Invoicing Code: For work performed, invoices shall be submitted monthly to: ATTN DIVISION CONTROLLER CITY OF CLEARWATER, PUBLIC WORKS DEPARTMENT/ENGINEERING PO BOX 4748 CLEARWATER, FLORIDA 33758-4748 Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. 9. INVOICING PROCEDURES: At a minimum, in addition to the invoice amount(s)the following information shall be provided on all invoices submitted on the Work Order: 1. Purchase Order, Project and Invoice Numbers and Contract Amount. 2. The time period (begin and end date) covered by the invoice. 3. A short narrative summary of activities completed in the time period. 4. Contract billing method— Lump Sum or Hourly Rate. 5. If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). 6. If Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, the percent completion,total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of$50 or greater or cumulative monthly expenses greater than $100). 7. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10. CONSIDERATIONS: Consultant acknowledges the following: 1. The Consultant named above is required to comply with Section 119.0701, Florida Statutes, where applicable. 2. All City directives shall be provided by the City Project Manager. 3. "Alternate equals" shall not be approved until City Project Manager agrees. 4. All submittals must be accompanied by evidence each has been internally checked for QA/QC before providing to City. 5. Consultants/Contractors are not permitted to use City-owned equipment (i.e. sampling equipment, etc.). 6. Documents posted on City website must ADA accessible. Consultant Work Order Page 3 of 4 Revised:11/28/2022 DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F CONSULTANT WORK ORDER [Project Title] [Consultant Name] [City Project NUrnber] City of Clearwater 11. ADDITIONAL CONSIDERATIONS: All work orders should include considerations for the following: 1. Sea Level Rise and Flood Resilience, as applicable. 2. Submittal of a Critical Path Method (CPM) Schedule(s). 3. Submittal of a Project Catalog with the following items, as appropriate: a. Data requests, assumptions, critical correspondence, meeting agenda, sign-in sheets, meeting minutes, document comment-response log(s), technical memorandum/reports, addenda, progress reports, regulatory correspondence, and other project-related documents. b. If construction project, also include design plans, conformed plans, change orders, field orders, RFIs, work change directives, addenda, progress reports, shop drawing and progress submittals, as-builts, record drawings, and other project-related documents such as O&M manuals and warranty information, c. At the conclusion of the project, ENGINEER will combine this information into a Project Catalog and submit to the City for review and comment. 4. Arc Flash labeling requirements: a. All electrical designs and construction shall adhere to NFPA 70 E "Standard for Electrical Safety in the Workplace". b. Updated calculations of Fault and Arc Flash, and provisions for new or updated Arc Flash equipment labeling shall be included in the contract documents. 12. SPECIAL CONSIDERATIONS: Insert a discussion of any other special considerations 13. SIGNATURES: PREPARED BY: APPROVED BY: [Printed Name] Tara Kivett, P.E. [Title] City Engineer [Firm] City of Clearwater Date Date Consultant Work Order Page 4 of 4 Revised:11/28/2022 DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F A17ACHMENT"A" CONSULTANT WORK ORDER-PROJECT FEES TABLE [Project Title] [Consultant Name] [City Project Number] City of Clearwater CONSULTANT WORK ORDER PROJECT FEES TABLE Task Description Subconsultant Labor Total Services 1.0 Pre-Design 1.1 Project Management Plan 1.2 Progress Reports 1.3 Coordination 1.4 Meetings Pre-Design Total: 2.0 Design 2.1 Ground Surveys 2.2 Geotechnical Services 2.3 Utility Locations by Vacuum Excavation Design Total: 3.0 Final Design Plans and Specifications 3.1 30% Submittal 3.2 60% Submittal 3.3 90% Submittal 3.4 Final Construction Documents Final Design Plans and Specifications Total: 4.0 Permitting Services 4.1 Permitting I I Permitting Services Total: 5.0 Construction Phase Services 5.1 Preconstruction Conference 5.2 Contractors RFI's 5.3 Shop Drawing Review Construction Phase Services Total: SUBTOTAL, LABOR AND SUB-CONTRACTORS: 6.0 Permit Fees 7.0 Other Direct Costs (prints, photocopies, postage, etc.) (Not applicable to lump sum Work Orders) GRAND TOTAL: Consultant Work Order—Project Fees Table Page 1 of 1 Revised:11/28/2022 DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F ATTACHMENT "B" (include if applicable) CONSULTANT WORK ORDER—CITY DELIVERABLES [Project Title] [Consultant Name] [City Project Number] City of Clearwater CONSULTANT WORK ORDER CITY DELIVERABLES 1. FORMAT: The design plans shall be compiled utilizing the following methods: 1. City of Clearwater CAD standards. 2. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal).The unit of measurement shall be the United States Foot. Any deviation from this datum willl not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. 2. DELIVERABLES: The design plans shall be produced on bond material, 24" x 36" at a scale of V = 20' unless approved otherwise. Upon completion the consultant shall deliver all drawing files in digital format with all project data in Autodesk Civil 3D file format. NOTE: If approved deviation from Clearwater CAD standards is used, the Consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting.The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk software. All block references and other references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Thomas Mahony, at (727) 562-4762 or email address Thomas.Mahony_@myClearwater.com. All electronic files (including CAD and Specification files) must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. Consultant Work Order—City Deliverables Page 1 of 1 Revised:11/28/2022 DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F Exhibit B PROVISION OF PAYMENT ENGINEER OF RECORD: Iteris, 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: B48EE976-E9E6-4CC9-90DA-A94671D81309F City of Clearwater Engineer of Record 8/1/23 to 7/31/27 Engineer of Record: Iteris, Inc. Please fill out the chart below with job classification and hourly rate. Job Classification Burdened Hourly Rate Principal Engineer $390.00 Project Manager* $339.00 Chief Engineer 2 $335.00 Traffic Operations Manager* $299.00 ATMS Manager* $291.00 Engineer 2 $182.00 Transportation Data Scientist $179.00 ATMS Supervisor $148.00 Engineer 1 $138.00 Transportation Data Analyst $127.00 Senior Engineering Technician $112.00 Engineering Technician $93.00 * Indicates Key Personnel. DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F RF Q 34-23, Exhibit B ,Forms SCIRUTINIZ15'11311 CQMPANIES THAT 8QYC9 =ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BIDIPROPOSAL.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. mBoycott Israel* or uboycoft 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 fora boycott of Israel or in compliance with, or In furtherance of, calls for a boy ooft 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,subsidiary, affiliate, or owner will immediately notify the City of Clearwater ip-writinp, no later than five (5) calendar days after any of its principals are placed on the Scrutinized(.,'-,ompn �s that Boycott Israel List, or engaged in a boycott of Israel. Abf�iorlzed Signbture Steven Bradlay,PE Printed Name Reglonel Vice Pro siclent Title Itaft,Ina TATE il21 Name of Entity/Corporation SOF lt COUNTY The foregoing instrument we,s acknow edged before me by means of, physical presence or 1:1 online notarization on, hrs day of 20, by name of person whose signature is being notarized) as the -.A,; (title) of (name of corporation/entity), personally known or produced (type of identification) as identification, and who did/#id fit did/# lakez an- Noiq 'Public, Prfrited'Name My Commission Expires: NOTARY SEAL ABOVE MICHELLE LEMESTRE COMM.#2422325 ORANGE COUNTY 0 COMMz�EXPIRES�NOV '1.620261 DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F RFQ 34-23, Exhibit B_Farms ECRU-17INIZED CQMPANI S AND BUSINESS OPERA [OW IT CU AND BYRIA . 99BIlEICAIIQN EQRM IF YOUR B1 IS$1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED KITH THE BIDIFROPOSAL.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 are 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 [ran 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 no* 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 Petr Ieum Sector List, or engaged in business operations in Cuba and Syria. Athorize-d'Sig Aature SW an Bradley,PE Printed Name L,rf.,41onalIVIce President Title [torts,Inc. Name of Entity/Corporation STATE OF Itq , � 41, COUNTY OR F n, 'The foregoing instrument was acknowledged before me by Means of physical presence or IJ online, notarization on, thjs �1 day of 20 by (name of person wh �Ignature is being notarized) as the 7-- ql,(t �{title)[a) of 'I," k,-,-,,, -�,/ (name of corobration/entity), personally known or produced (type of identification)as identification, and who did/0' n stake an oath. J 1/v) WW ta, PublCi Pilntid'Name My Commission Expires: NOTARY SEAL ABOVE MICHELLE LEMESTRE -ROTARY MPUBLIC-CAL2422325IFONIA O COUNTY COMM.EXPIR Ei NOV.16,2026' DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F RFQ 34-23, Exhibit B—Forms VERIFC AIIQN-QF-gMELQYMEMIELI QIBILIDLFQM PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCON TR4CTO RS MUST REGISTER WITH AND USE THE E- RI SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLYHIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED IMTH THE BIDIPROPOSAL. 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 are 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. y Si atom Steven Bradley,PE Printed Name Reolonal Vice President Title Items,Inc. Name of Entity/Corporation STATEOF COUNTY OF..,,' L) The foregoing instrument rias acknoy f - ledged before me by means physical presence or 0 online notqrtzation on, this Ll day or flkl�""',,,,,,,,,,,,,,t,,,,,,,,,,,,,"t3 20 t ' by (name of person whos signature is being notarized) as the of {title) of _(name 6orpbration/entity), personally known or produced (type of identification)as identification, and who dtd/d-r"dnb ,tak9 an oath. Nm P blfc Printed Name Expires le, d�L P My Commission Expi ........... NOTARY SEAL ABOVE f MICHELLE LEMESTRE.p COMM #2422323 Iy, NOTARY PUBLIC-CALIFORNIA 0 ORANGE COUNTY Q Oft EXPIRESOV.16,2024 DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F RFQ 34-23, Exhibit –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), Iteda, Inc. herebycertifies corftcw that wage rates, fringe rates and other factual unit costs supporting the compensation for the -Professional —_services of Iteris,Inc. .... to be provided under this Agreement, concerning __En9ineering Services 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 may legally bind the proposer attest to the accuracy of the information: Authorized Signature Steven Bradley,PE Printed Name Regional Vice President Title Mris, Inc. ............ ......................................................................................................................................... ........................................ Name of Entfty/Corporation STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of O,physical presence or 0 online notarization on, i h s day of 20 S," by g� (Warne sof j-,,p-rion whose signature is being notarized)as the(1 , f 11 ;"., k Le-.J�Z itle)0 L�, 4 y. --- (name of co rj�6ration/entity),personally known or produced (type of identification)as identification,and who,d-; 1 ltak,an oar NoirtiPublic t ---------------------- ------------ ......... - ---------------------- Printed Name My Commission Expires: NOTARY SEAL ABOVE �,,,, ,,,�,, ICHEILLE LEMESTRE COMM.#?CALIFORNIACALIFON NOTHY PUBLIC ORANGE COUNTY Q "COMM.EXPIRES NOV-26.2 oo"u3ignEnvelope ID: e4xsee7n-Enso-4CCe-9no^,An4n71ooensp RFQ #34-23, Exhibit D STANDARD TERMS AND CONDITIONS GA DEFINITIONS. Uses of the following terms are interchangeable as referenced: "vendor,contractor, oonsu|bant, supp|inr, proposer, company, persons", "purchase order, PD, contract, agreement", "City. C|wmnwmter'. ''bid. proposal, response, quotm^ S.2 INDEPENDENT CONTRACTOR. |tisexpressly understood that the relationship ofContractor to the City will bathat ofan independent contractor. Contractor and all persons employed by C0Dt[@Ct0[. either directly Or indirectly, are Contractor's employees, not City employees. Annording|y. Contractor and Contractor's employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits,enrollment in a retirement system, paid time off orother rights afforded City employees. Contractor employees will not beregarded aoCity employees or agents for any pu'poae, including the payment of unemployment or workers' compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission ofthe City. |fContractor has received authorization tosubcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Fudher, all agreements between Contractor and its subcontractors must provide that the terms and conditions ofthis Agreement beincorporated therein. 8A ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City's written consent. Any attempted asaignrnent, either inwhole or |npart, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. Q.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. G.G MOTHIRD PARTY BENEFICIARIES. This Agreement imintended for the exclusive benefit ofthe parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits,rights, or responsibilities in any third parties. G.7 NOW EXCLUSIVITY. The City, in its no|a disnrohon, reserves the right to request the materials or services sot forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. G.8 AMENDMENTS. There will be no oral changes tothis Agreement. This Agreement can only be modified in ovvriting signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advmnne, bythe City and Contractor. @.0 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties' obligations under this Agreement. Q.10 COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and |ioenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future fedoro|, state, and local |awS, ordinances, executive 0rdenS, and regulations that in any manner affect the ful0|nxuwi of this Agreement and must comply with the same at its own expanse. Contractor bears full responsibility for training, nafety, and providing D9C9sSGry equipment for all C0n1O3Ct0r penS0OOe|to achieve throughout the term of the Agreement. Upon naquomt. Contractor will demonstrate to the City's satisfaction any programm, procedures, and other activities used b»ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the Qty has adopted a policy establishing a drug-free workplace for itself and those doing business with the {}ih/ to ensure the safety and health of all persons working on City contracts and projects. Contractor will oo"u3ignEnvelope ID: e4xsee7n-Enso-4CCe-9no^,An4n71ooensp RFQ #34-23, Exhibit D STANDARD TERMS AND CONDITIONS require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified in writing by Contractor that they are prohibited from the manufacture, diVtribution, dispansahon, posaoeoiun, or unlawful use of a oun1ro||nd substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course ofperforming their duties. n. Federal and State Immigration Lmvve. Contractor agrees to comply with the Immigration Reform and Control Act of 1986(IRCA)in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records toverify such compliance as permitted by |ovv. Contractor will ensure and keep appropriate records todemonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As opp|inmb|o to Conhmotor, under this provision. Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate totheir employees (hereinafter"Contractor Immigration Warranty"). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement otthe sole discretion ofthe City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide aen/im*s under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard t0any such inspections. (iv) The City may, mtits sole discretion, conduct random verification ofthe employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty ifContractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274Aand 274Bofthe Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of raue, oo|or, na|iAion, nex, national origin, or disabi|ih/, and represents and warrants that it complies with all applicable fodona|, state, and local laws and executive orders regarding e0p|Oy0eOL Contractor and CUDt[8CtUr0 personnel will comply with applicable provisions Df Title V|| of the U.G. Civil Rights Act of 1984, as emended' Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. G.11 SALES/USE TAX,OTHER TAXES. Contractor isresponsible for the payment 0fall taxes including fnderm|, state, and |ncm| taxes related to or arising out of Contractors services under this Agreement, including byway of illustration but not |irnitahon, federal and state income tax. Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Cant/actors responsibility under this Agn»orneni Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying StGh9 and |oC8| Sa|eS/US8tGXeS and certain federal excise taxes and will furnish an exemption certificate upon request. oo"u3ignEnvelope ID: e4xsee7n-Enso-4CCe-9no^,An4n71ooensp RFQ #34-23, Exhibit D STANDARD TERMS AND CONDITIONS S.13 AMOUNTS DDE THE CITY. Contractor must be current and remain current in all obligations due tothe City during the performance ofservices under the Agreement. Payments toContractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. @.13 PUBLIC RECORDS. In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OFCHAPTER 119° FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TOPROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS' Rosemarie Cm||, Phone: 727-562-4092 or Email: ' 600 Cleveland Street, Suite 8O0. Clearwater, FL 33755. The Contractor agrees to comply with the following: e) Keep and maintain public records required by the City of Clearwater (hereinafter "public agency" in this section)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 m copy of the requested records or allow the records to be inspected or copied within m reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida @tatutus, as may be amended from time to time, orasotherwise provided by law. n) 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 tothe public agency. d) Upon completion of the contract, transfer, at no coot, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency toperform the service. |fthe contractor transfers all public records tothe public agency upon completion of the onntnyct, the contractor shall destroy any duplicate public records that are exempt o/ confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon nornp|ednn of the nontreot, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agenoy, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems ofthe public agency. e\ A request to inspect 0[copy public reCOR1S relating to8 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 onntrmnhzr must provide the records to the public agency or allow the records to he inspected orcopied 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 inaccordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may besubject topenalties under Section 11Q.1O. Florida Statutes. DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F RFQ #34-23, Exhibit D STANDARD TERMS AND CONDITIONS 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 eight(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. 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 record's request within eight (8) business days after the notice is sent is not liable for the reasonable costs of enforcement. 5.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5)years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor's place of business or at City offices, as determined by the City. 5.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City's information,data,or facilities in accordance with the City's current background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. 5.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. S.17 DEFAULT. a. A party will be in default if that party: (i) is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor's capability to perform under the Agreement; (ii) is the subject of a petition for involuntary bankruptcy not removed within sixty(60)calendar days; (iii) conducts business in an unethical manner or in an illegal manner; or (iv)fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. DocuSign Envelope ID: B48EE976-E9E6-4CC9-90DA-A94671D8B09F RFQ #34-23, Exhibit D STANDARD TERMS AND CONDITIONS c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30)days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety(90)days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non- defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor's intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. 5.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys' fees, and costs. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. 5.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement at its convenience, in part or in whole, upon thirty(30)calendar days' written notice. S.21 TERMINATION FOR CONFLICT OF INTEREST. The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. 5.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty(30) calendar days prior to the stated termination date. oo"u3ignEnvelope ID: e4xsee7n-Enso-4CCe-9no^,An4n71ooensp RFQ #34-23, Exhibit D STANDARD TERMS AND CONDITIONS @.28 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this AAemment. Contractor will be entitled only to payment for those services performed up to the date of tonninoUon, and any authorized expenses already incurred up to such date oftermination. The City will make hno| payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractors properly prepared final invoice. S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure urdelay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be dwwrnnd o waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. a. To the hu||out extent permitted by |avv. Contractor agrees to dafend, indanlnih/, and hold the City, its officers, agents, and employees, harmless from and against any and all |iebiUdem, demands,claims,suits, losses,damages,causes Qfaction,fines Or'Udg0e0tm. including costs, aMornwya', vvitnensea', and expert witnesses' fees, and expenses incident thereto, m*|adDg to, arising out of, or neuu|hnQ from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, onnrs, mistakes oromissions by Contractor nrContractor personnel; and (iii) Contractor or Contractor personnel's failure to comply with or fulfill the obligations established bythis Agreement. b. Contractor will update the City during the course ofthe litigation totimely notify the City ofany issues that may involve the independent negligence of the City that is not covered by this iDdOOl0ifiC@t|OD. n. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor o/any third party harmless for claims based onthis Agreement oruse ufContn*otopprovided supplies o/services. d. Nothing contained herein inintended toserve aoawaiver bythe City ofits sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida t]tatutes, or be construed msconsent bythe City to be sued by third parties. 8.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in m gond. vvorknoan-|iko. and professional manner. The City's acceptance ofservice ormaterials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of substandard or unsatisfactory manner as determined by the City. Cordmacb/r, at no additional charge tothe Cih/, will provide materials or redo such services mDd| in accordance with this Agreement and tOthe City's Fe8sOD8b|e satisfaction. Unless otherwise agreed,Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued,will be free of defects in materials and workmanship,will be provided in accordance with manufacturers standard vvamanh/ for at least one (1) year unless otherwise speCified, and will perform in accordance with manufacturer's published specifications. 8.27 CITY'S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will donothing toprejudice the City's right iorecover against third parties for any loss, destruction,ordamage boCity property, and will at the City's request and expenae, furnish to the City reasonable assistance and CO0pe[@UOD. including @SS|StGDC8 in the prosecution Or defense of Sud and the execution of instruments of assignment in favor ofthe City in obtaining recovery. 8.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that itinnot entitled todeliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials O[services will b8requested bythe City O0@n8S needed basis at the sole discretion of the City. Any document referencing quantities or oo"u3ignEnvelope ID: e4xsee7n-Enso-4CCe-9no^,An4n71ooensp RFQ #34-23, Exhibit D STANDARD TERMS AND CONDITIONS performance hnquen<joo represent the City's beet estimate of current requinarnonbs, but will not bind the City to punchase, accept, or pay for materials or services which exceed its actual needs. G.29 OWNERSHIP. All de|iverab|ea, sorvioos, and information provided by Contractor o/ the City pursuant to this Agreement (whether e|ortnonioo||y or manually generated) including without |imitation, reports,test plans,and survey roau|ts,grapMioa, and technical tables,originally prepared in the p8rf0[OnGDCO of this AgF8eDl8Dt. are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent ofthe City. G.31 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and m||ovved unless otherwise agreed. 8.32 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss,injury,or destruction will not release Contractor from any obligation hereunder. S.33 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility ofor inthe custody ofContractor orits employees. 3.34 WARRANTY OF RIGHTS. Contractor warrants it hos title to, or the right to allow the Qh/to use, the materials and services being provided and that the City may use name without suit, troub|e, or hindrance from Contractor orthird parties. G.35 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, atits expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent copyright, trade secrad, or other intellectual property right and must, without limitation, pay the coa|o^ damages and attorneys' fees awarded against the City in any such aotion, or pay any settlement ofsuch action or claim. Each party 8g[e8S to DOhh/ the CdU9[ promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or a8tt|enOenL If preliminary or final judgment is obtained against the City's use or operation of the items provided by Contractor hereunder o/any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item sothat it becomes non-infringing; (b) procure for the City the right tVcontinue touse the item; (c)substitute for the infringing item other ibarn(n)having at least equivalent capability; or (d) refund to the City an amount equal to the prim* paid, |ana reasonable usage,from the time of installation acceptance through cessation of use,which amount will be calculated on a useful life not less than five(5)years, plus any additional costs the City may incur to acquire substitute supplies or services. Nothing contained herein in intended to serve as 8 VVB|Ve[ by the City of its sovereign i00UOity, to extend the liability of the City beyond the limits set forth in Section 788.38. Florida Gtetutes, or be construed as consent by the City to be sued by third parties. Q.36 CONTRACT ADMINISTRATION. This Agreement will be administered by the Purchasing AdO0|D|Str8tOr 80CVOr 80 authorized representative from the using department. All questions regarding this Agreement will bereferred tnthe administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined bythe contract administnator(s). 8.37 FORCEKNAJEUFKE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of netuna, acts of the public enemy, ricts, fire, explosion, |egis|mtiun, and governmental regulation. The party whose performance is no affected will within five (S) calendar days of the unforeseeable circumstance 0Otih/ the other party of all pertinent facts and identify the force [n@]8uM} event. The party whose performance is so affected must also take all reasonable shnpn, promptly and diligently, to prevent oo"u3ignEnvelope ID: e4xsee7n-Enso-4CCe-9no^,An4n71ooensp RFQ #34-23, Exhibit D STANDARD TERMS AND CONDITIONS such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery o/ performance date will be extended for period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary toovercome the *fhacf of the de|ay, provided hcxwuver, under no circumstances will delays oeuaod by a force rna]ouru extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of task un|oan agreed upon by the parties. G.38 COOPERATIVE USE OF CONTRACT. This Agreement may be extended for use by other municipalities, counties,school districts, and government agencies with the approval of Contractor. Any such usage by other entities must he in accordance with the ota(uteo, oodas, ordinanoes, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. S.30 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City's Procurement Division. G.40 NOTICES. All notices to be given pursuant tothis Agreement must be delivered tothe parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mmi|, postage prepaid; (iii)sent via electronic rnoi|; (iv) sent via overnight courier; or (v) sant via facsimile. If provided by personal de|ivery, receipt will be deemed effective upon delivery. If sent vie certified o/registered noai|, receipt will be deemed efhauUvm three (3)calendar days after being deposited inthe United States mail. |fsent via electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) om|omdar days after the sending thereof. 8.41 GOVERNING LAW,VENUE. This Agreement imgoverned bvthe laws ofthe State CfFlorida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. G42 INTEGRATION CLAUSE. This Agnaonoent, including all attachments and exhibits hereto. supersede all prior oral 0[written agreements, ifany, between the parties and constitutes the entire agreement between the parties with respect to the work tubeperformed. G.43 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is e part ofthis Agreement asiffully stated init. S.44 SEVERABILITY. If any provision of this Agreement is declared void or unenfonceob|e, such provision will be severed from this Agreement, which will cdhon*iso remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s)of this Agreement as may be necessary to achieve the original intent nfthis AAreommn1, notwithstanding such invalidity or unenforceability. G.45 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agrenmont, all provisions vvhinh, by the terms of reasonable interpretation thenyof. Set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except oaspecifically provided in this Agreement,completion,termination,0rother expiration Dfthis Agreement will not release any party from any liability orobligation arising prior tnthe date of termination. oo"u3ignEnvelope ID: e4xsee7n-Enso-4CCe-9no^,An4n71ooensp Exhibit E RFQ 34-23, EOR Consulting Services Insurance Requirements INSURANCE REQUIREMENTS. The Contractor (respondent) shall, at its own cost and expense, acquire and maintain (and omuno any subcontractors, representatives oragents toacquire and maintain) during the term with the City' sufficient insurance to adequately protect the respective interest ofthe parties. Coverage shall baobtained with a carrier having an AM Bea( Reding ofA- V||orbetter. |naddition, the City has the right toreview the Contractor's deductible Vrself-insured retention and to require that it be reduced or eliminated. Specifically the Contractor 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!ajj�j� the termination or expiration of this Agreement. Specific work may require additional coverage on a case by case basis: m. Commercial General Liability Insurance coverage, including but not limited to, premises operations, prod uctn/nomnp!etedoperations, products liability, contractual liability, advertising injury, personal injury, death,and property damage in the minimum amount of$1,000,000(one million dollars) per occurrence and $2,000,,000 (two million dollars)general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-uwned, hired or borrowed automobile is required in the minimum amount nf $1.UOD.00O (one million dn||mrs) combined single |inniL c Unless waived by the Gbde of Florida and proof 0fwaiver is provided to the City, 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 $1,000,000 (one million dollars)each employee each accident, each employee bydisease, and (one iseasepolicy limit. Coverage should include Voluntary Compenaodon, Jones Ac[ and U.S. Longshoremen's and Harbor Worker's Act coverage vvhm/e applicable. Coverage must be applicable to employees, oontract»ro, subcontractors, and volunteers, ifany. d. If the Contractor is using its own prnpody, or the property of the City or other pnovider, in connection with the performance of its obligations under this Agreement, then Contractor's Equipment Insurance or 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. e. Professional Liability Insurance coverage appropriate for the type of business engaged in by the Contractor with minimum limits of$1,000,000 (one million dollars) per occurrence. If claims made form of coverage is provided, the retroactive date ofcoverage shall be no |@bsr 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 o 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. The above insurance limits may be achieved by o combination of primary and umbrella/excess liability p0||O|8S. 0. OTHER INSURANCE PROVISIONS. a. Prior to the execution of this Agnaurnont, and then annually upon the anniversary date(s) of the insurance policy's renewal date(s) for as long as this Agreement remains in offoot. the Contractor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORO oo""3ignEnvelope ID: e4xseo7n-Enso-4CCn-9nox+94n71omenep nmrtifioatw. SIGNED by the Issuer, and with applicable endorsements) evidencing all ofthe coverage set forth above and In addition. when requested in writing from the City. Contractor 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: Procurement Division, RFQ#34-23 P.O. Box 4748 Clearwater, IFIL 33758-4748 b. Contractor shall provide thirty (30) days written notice of any conoeUatiom, non-renavwa|, terminatinn, material change o/reduction incoverage. o. Contractor's insurance as outlined above shall be primary and non-contributory coverage for Contractor's negligence. d. Contractor reserves the right tg�=�oin�t 11gal counsel tQpLovide for the