Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
AGREEMENT FOR PROFESSIONAL SERVICES - RFQ 36-18 - WTP-2 SYSTEMS IMPROVEMENTS CONSULTING SERVICES
AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN CITY OF CLEARWATER AND CAROLLO ENGINEERS, INC. RFQ #36-18 WTP-2 SYSTEMS IMPROVEMENTS CONSULTING SERVICES This AGREEMENT is made and entered into on the�;l day of July, 2019 by and between the City of Clearwater, Florida (CITY) and Carollo Engineers, Inc., (CONSULTANT). 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 the CITY selected the CONSULTANT in accordance with the competitive selection process described in Section 287.055 of the Florida Statutes, and based on information and representations given by the CONSULTANT in a proposal dated April 18, 2019. NOW, THEREFORE, in consideration of the premises and the mutual benefits which will accrue to the parties hereto in carrying out the terms of this Agreement, it is mutually understood and agreed as follows: 1.0 GENERAL SCOPE OF THIS AGREEMENT The relationship of the 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 36-18, Scope of Services. 2.2 The CONSULTANT'S services under this Agreement will be provided under project specific Work Orders. 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. Total compensation for all services shall not exceed $1,531,351.00 unless specifically authorized by the City Council. See Phase A Work Order attached hereto as Exhibit B. 1 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. 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. 3.0 PERIOD OF SERVICES 3.1 The CONSULTANT shall begin work promptly after receipt of a fully executed Agreement. Receipt of a fully executed Agreement shall constitute written notice to proceed. 3.2 If the CONSULTANT'S services called for 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 to five (5) years, subject to the provisions for termination contained herein. 4.0 PROFESSIONAL SERVICES/CONSULTANT'S COMPETITIVE NEGOTIATION ACT (CCNA) - Florida Statue 287.055 Professional Services provided under this Agreement are within the scope of the practice of architecture, landscape architecture, professional engineering, or registered land surveying, as defined by the laws of the State of Florida. Provisions of F.S. 287.055 apply. 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 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. 2 5.3 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. 5.4 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. 5.5 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 consent to be sued by third parties. The obligations under this paragraph shall expressly survive termination or expiration of this Agreement. 5.6 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. 5.7 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. 5.8 Unless otherwise required by law or judicial order, the CONSULTANT agrees that it shall make no statements, press releases or other public communication concerning the Agreement or its subject matter or otherwise disclose or permit to be disclosed any of the data, technical processes, business affairs or other information obtained or furnished in the conduct of work under this Agreement without first notifying the City and securing its consent in writing. The 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. 5.9 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: 3 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. 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. 4 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. 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. 5.10 In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for potential projects, the CONSULTANT has no control over cost or price of labor and material; unknown or latent conditions of existing equipment or structures that may affect operation and maintenance costs; competitive bidding procedures and market conditions; time or quality of performance of third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, the CONSULTANT makes no warranty that the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from the CONSULTANT's opinions, analyses, projections, or estimates, except to the extent such variances are caused by the CONSULTANT's failure to meet the standard of care as delineated herein. 5 6.0 COMPENSATION 6.1 The CONSULTANT shall be compensated for services rendered under this Agreement upon presentation of CONSULTANT'S monthly invoice, Net 30. An hourly rate schedule is included as Exhibit C. After completion of Phase A in the Exhibit B Work Order, the parties may renegotiate the hourly rates in Exhibit C, with changes subject to approval by the City Council. Should the parties fail to reach an agreement as to the hourly rates, either party may terminate this Agreement with thirty (30) days written notice. 6.2 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 persons, 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 or resulting from the award or making of this Agreement. 8.0 TERMINATION This Agreement may be terminated by either party with seven (7) days prior written notice, in the event of substantial failure to perform in accordance with the terms hereof by the other party through no fault of the terminating party. If this Agreement is terminated, the 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 for professional services provided up to the date of suspension, cancellation or abandonment. This Agreement shall be administered and interpreted under the laws of the State of Florida. 10.0 TERMINATION OF 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. 6 11.0 PUBLIC ENTITY CRIMES Pursuant to Florida Statute 287-132-133, effective July 1, 1989, the City of Clearwater, as a public entity, may not accept any proposal from, award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017, F.S., for Category Two (currently $35,000) with any person or affiliate on the convicted vendor list for a period of 36 months from the date that person or affiliate was placed on the convicted vendor list unless that person of affiliate has been removed from the list pursuant to Section 287.133 (3)(f), F.S. If you submit a proposal in response to this request, you are certifying that Florida Statute 287.132 and 287.133 does not restrict your submission. 12.0 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). 13.0 RFQ #36-18, STANDARD TERMS AND CONDITIONS All terms and conditions as set forth in RFQ #36-18, Standard Terms of Conditions are incorporated by reference and hereto attached as Exhibit A. 14.0 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 #36-18, Standard Terms and Conditions; and (iii) Work Orders. 15.0 INSURANCE REQUIREMENTS Insurance Requirements are set forth in Exhibit D, which is incorporated by reference and attached hereto. 7 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the date and year first above written. By: CAROLLO ENGINEERS, INC. e4nAVI, Print Name: ef sc�i�t i Title: v'l c Q fr* S 1A2r) WITNESS: By: ))7,14, Print Name: Dry n (\&.'t Ifav Countersigned: CITY OF CLEARWATER —c4eo(IQ tv..rt4cos George N. Cretekos William B. Horne II Mayor City Manager Approved as to form: Owen Kohler Assistant City Attorney Attest: tQ2 Rosemarie Call City Clerk 8 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM PER SECTION HI, ITEM 25, IF YOUR BID IS $1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID PROPOSAL. FAILURE TO SUBMIT THIS FORMAS 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 with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaging in business operations in Cuba and Syria; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria; and 3. Business Operations means, for purposes specifically related to Cuba or Syria, engaging in commerce in any form in Cuba or Syria, including, but not limited to, acquiring, developing, maintaining, owning, selling, possessing, leasing or operating equipment, facilities, personnel, products, services, personal property, real property, military equipment, or any other apparatus of business or commerce; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities 'n the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria. . Authorized Sign. e 54,dee : � Printed Name V►C r Name, Title t ry\)b eh9►,..Q.e"Si (✓'C. Name of Entity/Corporation STATE OF F1 or\do COUNTY OF QlraiO4 The foregoing instrument was acknowledged before me on this V(' day of 7,,, y , 201q_, by 54h p (name of person whose signature is being notarized) as the J ¢ (- S�c3, rt'� (title) of 'ea b i✓�� PS r, (. (name of corporation/entity), personally known to me as described herei Savittper A if , or produced a (type of identification) as identification, Ansi who d,'d/did not take an oath. ... ice, _ 4 4 MICHELLE RYAN Notary Public - State of Florida Commission # GG 283438 My Comm. Expires Dec 11, 2022 My Commission Expires: tee II, 211_3- NOTARY 1LZNOTARY SEAL ABOVE 9 N Lary Public 1f,M l,Le yGn Printed Name SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM PER SECTION III, ITEM 25, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID PROPOSAL. FAILURE TO SUBMIT THIS FORMAS REQUIRED, MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 5. 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 6. 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 7. "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 8. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. STATE OF Flbin c/ A COUNTY OF . YUS D Authorized Sign re Sclnd sey2 S(i Printed Name, V.CcIL r sic �- Ti e /c' ame of Entity/ orporation The foregoing instrument was acknowledged before me on this i day of MA , 20 1'? , by Sante ere -}-t i (name of person whose signature is' being notarized) as the Vt'to igts pn (title) of CA rof 16 6.h 9, 14., ,^S, 1 n C.. • (name of corporation/entity), personally known to me as described herein S 4'1 GCP _cc/4v ', or produced a (type of identification) as identification, an rho d•d did not take an oath. MICHELLE RYAN Notary Public - State of Florida Commission # GG 283438 My Comm. Expires Dec 11, 2022 My Commission Expires: NOTARY SEAL ABOVE 10 ot��ary Public Cif/� Printed Name RFQ 36-18, STANDARD TERMS AND CONDITIONS AGREEMENTS AND CONTRACTS S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: "vendor, contractor, supplier, proposer, company, parties, persons", "purchase order, PO, contract, agreement", "city, Clearwater, agency, requestor, parties", "bid, proposal, response, quote". S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor's employees, not City employees. Accordingly, 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 or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, 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 of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City's written consent. Any attempted assignment, either in whole or in part, 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. S.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. S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties' obligations under this Agreement. S.10 COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug -Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. 1 S.11 RFQ 36-18, STANDARD TERMS AND CONDITIONS AGREEMENTS AND CONTRACTS Specifically, all Contractor personnel who are working under this Agreement must be notified in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled 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 of performing their duties. c. Federal and State Immigration Laws. 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 to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, 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 to their 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 at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services 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 to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the 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 if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the 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 race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor's personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, 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. SALES/USE TAX, OTHER TAXES. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor's services under this Agreement, including by way of illustration but not limitation, 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 Contractor's responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. 2 RFQ 36-18, STANDARD TERMS AND CONDITIONS AGREEMENTS AND CONTRACTS S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. S.13 OPENNESS OF PROCUREMENT PROCESS. Written competitive proposals, replies, oral presentations, meetings where vendors answer questions, other submissions, correspondence, and all records made thereof, as well as negotiations or meetings where negotiation strategies are discussed, conducted pursuant to this Invitation to Bid (ITB), shall be handled in compliance with Chapters 119 and 286, Florida Statutes. Proposals or replies received by the City pursuant to this ITB are exempt from public disclosure until such time that the City provides notice of an intended decision or until 30 days after opening the proposals, whichever is earlier. If the City rejects all proposals or replies pursuant to this ITB and provides notice of its intent to reissue the ITB, then the rejected proposals or replies remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued ITB or until the City withdraws the reissued ITB. A proposal or reply shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. Oral presentations, meetings where vendors answer questions, or meetings convened by City staff to discuss negotiation strategies, if any, shall be closed to the public (and other proposers) in compliance with Chapter 286 Florida Statutes. A complete recording shall be made of such closed meeting. The recording of, and any records presented at, the exempt meeting shall be available to the public when the City provides notice of an intended decision or until 30 days after opening proposals or final replies, whichever occurs first. If the City rejects all proposals or replies pursuant to this ITB and provides notice of its intent to reissue the ITB, then the recording and any records presented at the exempt meeting remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued ITB or until the City withdraws the reissued ITB. A recording and any records presented at an exempt meeting shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. 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 OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, phone: 727-562-4092 or Rosemarie.Callamvclearwater.com, 112 S. Osceola Ave., Clearwater, FL 33756. The contractor's agreement to comply with public records law applies specifically to: 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. 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. 3 RFQ 36-18, STANDARD TERMS AND CONDITIONS AGREEMENTS AND CONTRACTS 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 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 records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. S.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. S.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 4 RFQ 36-18, STANDARD TERMS AND CONDITIONS AGREEMENTS AND CONTRACTS 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. S.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 from participating in City procurements and solicitations in accordance with the City's Purchasing Policy and Procedures Manual. 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. S.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 RFQ 36-18, STANDARD TERMS AND CONDITIONS AGREEMENTS AND CONTRACTS S.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 in part or in whole upon thirty (30) calendar days' written notice. S.21 TERMINATION FOR CONFLICT OF INTEREST Florida Statutes Section 112. Pursuant to F.S. Section 112, 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. S.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 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. S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor's 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 or delay 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 deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys', witnesses', and expert witnesses' fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel's failure to comply with or fulfill the obligations established by this Agreement. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for daims based on this Agreement or use of Contractor -provided supplies or services. S.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 a good, workman -like and professional manner. The City's acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City's reasonable satisfaction. 6 RFQ 36-18, STANDARD TERMS AND CONDITIONS AGREEMENTS AND CONTRACTS 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 manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. S.27 THE CITY'S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City's right to recover against third parties for any loss, destruction, or damage to City property, and will at the City's request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, 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 of the City. S.31 PROHIBITED ACTS. Pursuant to Florida Constitution Article II Section 8, a current or former public officer or employee within the last two (2) years shall not represent another organization before the City on any matter for which the officer or employee was directly concerned and personally participated in during their service or employment or over which they had a substantial or material administrative discretion. S.32 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. S.33 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.34 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 of or in the custody of Contractor or its employees. S.35 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble or hindrance from Contractor or third parties. S.36 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City's use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without limitation, either: (a) modify the item so that it becomes non -infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable 7 RFQ 36-18, STANDARD TERMS AND CONDITIONS AGREEMENTS AND CONTRACTS 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. S.37 CONTRACT ADMINISTRATION. The contract will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding the contract will be referred to the administrator for resolution. Supplements may be written to the contract for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). S.38 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred -twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies in the State of Florida with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, 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.40 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 Purchasing Division. S.41 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via overnight courier; or (iv) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via overnight courier or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.42 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. 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. S.43 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S.44 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. S.45 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may 8 RFQ 36-18, STANDARD TERMS AND CONDITIONS AGREEMENTS AND CONTRACTS be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. S.46 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, 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 as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. 9 Engineers...Working Wonders With Water' Carollo Engineers, Inc. WORK ORDER INITIATION FORM for the CITY OF CLEARWATER Date: 6/13/19 Consultant Project Number: (TBD) City Project Number: 18 -0034 -UT City Plan Set Number: (TBD) 1. PROJECT TITLE: WTP-2 System Improvements — Phase A 2. SCOPE OF SERVICES: The WTP-2 plant was designed with three RO skids and a nameplate production capacity of 6.25 mgd. Currently, however, only one RO skid can be effectively operated at a given time reducing the actual production capacity to far less than 6.25 mgd. The overall goal of the project is to make improvements to WTP-2 to allow to process and produce more water, addressing both water quality and water quantity. Problematic water quality issues include bromate, increasing raw water TDS, and impacts from RO1 concentrate. Regarding water quantity, additional raw water supplies are needed for operation of all three RO skids and for wellfield redundancy and reliability. The RO1 concentrate use impacts both water quality and quantity. R01 concentrate was designed as a supply source for R02 plant, with the intention that it be blended with the brackish feed water. However, the use of RO1 concentrate has resulted in scaling of membranes and/or frequent replacement of cartridge filters. The WTP-2 plant does not add sulfuric acid in the RO feed. Sulfuric acid can reduce scaling potential of the membranes, and if not being currently used can be evaluated as a potential pretreatment chemical. Additionally, there are chemical system improvements, membrane replacement, and other miscellaneous issues to be addressed as discussed in further detail below via the scoped tasks. The issues and deficiencies to be addressed include: • Changes in raw water quality (total dissolved solids) • Bromate level exceedance using ozone when operating more than one RO skid • Groundwater supply shortfall • Undersized CIP system WORK ORDER INITIATION FORM 1 of 18 Revised: 11/29/2017 • Other miscellaneous deficiencies as described below The most efficient and cost-effective way for addressing this project's overall needs is a phased approach. Phase A of the project will determine improvements to allow production with a minimum of two RO skids with the existing raw water quality and quantity. Phase A will consist of reviewing and evaluating the existing RO system and ozone system/bromate formation, followed by determining the associated recommendations for improvements. A key result from the Phase A evaluation will be whether the existing ozone system can be improved to address bromate mitigation, or if a new degasifier system will instead be required. Finally, Phase A will also include coordination with the ongoing Water Supply and Treatment Master Plan study (City project 18 -0022 -UT, Master Plan) to capture its conclusions, once available, pertaining to the long-term projected TDS and water supply options. Some RO system improvement recommendations that fall more into the categories of repair or maintenance fixes could be implemented by the City at the end of Phase A. Design of improvements for the odor control system and certain other RO system improvements cannot be determined until the associated Phase A evaluations are completed, and will therefore be addressed in Phase B. Phase B of the project will be to design, permit, and construct the improvements to allow production with a minimum of two RO skids. This includes the necessary RO system improvements and, depending on the results from Phase A evaluations, either ozone system improvements (for bromate reduction) or implementation of a new degasifier system. Longer term improvements in the context of revised projected TDS and water supply options to increase production to all three RO skids and for wellfield redundancy and reliability will be addressed in Phase C of the project. Work associated with the different project phases will be authorized by the City in separate Work Orders. The scope of work for this Work Order is for Phase A of the project, and has been prepared in accordance with City requirements and is presented as follows. The design plans in Phases B and C shall be compiled using the City of Clearwater CAD standards, as attached. I. PROJECT MANAGEMENT The Engineer's project manager will manage the efforts of the project team members, make staffing assignments, review work progress, coordinate quality assurance and review procedures, and communicate meeting schedules and progress reporting. Engineer's project manager will develop and manage the information described in the following subtasks. Task 1.1— Project and Quality Management Plan Prepare a Project Management Plan including: project background and objectives; project team directory; project scope and budget; communication protocols; action item and decision log format; document standards; and change management procedures. A Quality WORK ORDER INITIATION FORM 2 of 18 Revised: 11/29/2017 Management Plan will also be developed and included as part of the Project Management Plan document. A project schedule will be prepared and the initial schedule will be included in the Project Management Plan. The Draft Project Management Plan will be prepared and submitted for review prior to the project kickoff meeting (see Task 1.4). Comments will be incorporated and a Final Project Management Plan prepared. Task 1.2 — Progress Reports and Cost Control Perform cost control and prepare brief monthly project status reports comparing work accomplished with scheduled activities and budgets. All project status reports will be submitted to the City's project manager with the monthly invoices. Task 1.3 - Project Invoicing Review and submit invoices on a monthly basis. Percent complete status will be updated and included along with the monthly invoice. Progress report will be included with the monthly invoice. Progress report will include an explanation of the work performed during the billing period. Task 1.4 — Project Meetings Coordinate, prepare, and conduct the following meetings at the City's offices. Associated agenda and meeting notes will be prepared along with pertinent decision and action log updates and submitted for each meeting. 1. Kickoff Meeting 2. Meeting to Review and Finalize List of Candidate Alternatives for Testing Bromate Mitigation 3. Review Meeting for Draft Bromate Evaluation Test Plan and Draft Data Summary Technical Memorandum (TM) for Ozone System 4. Review Meeting for Draft Results from RO1 Concentrate Projections and Recommendation Regarding Pilot Test and Draft Data Summary TM for RO System 5. Review Meeting for Draft Pilot -Scale Testing Plan for RO1 Concentrate 6. Meeting with FDEP and City to Discuss Full -Scale Testing Plan for Bromate Mitigation and Pilot -Scale and Full -Scale testing for RO1 Concentrate 7. Review Meeting for Interim Draft Results from Bromate Testing 8. Review Meeting for Interim Draft Results from RO Evaluations and RO1 Concentrate Pilot Testing 9. Review Meeting for Draft TM for Bromate Evaluation & Odor Control System Improvements 10. Review Meeting for Draft TM for RO1 Concentrate Pilot Testing 11. Review Meeting for Draft TM for RO1 Concentrate Full Scale Testing 12. Review Meeting for Draft TM for RO System Evaluation & Improvements WORK ORDER INITIATION FORM 3 of 18 Revised: 11/29/2017 Kickoff meeting will include reviewing the project management plan, project scope, and project schedule; receiving pending previous reports, discussing pending data requirements, and identifying any additional data needs; and discussing and initiating coordination activities with City staff regarding first major milestones. The review meetings noted above will include reviewing task results, current work efforts, and milestones; coordinating the progress and direction of the project; and reviewing budget, schedule, and other specific issues that may arise. Task 1.5 — Schedule and Coordination Develop the project schedule in Microsoft Project. The initial schedule will be included in the Project Management Plan and reviewed at the project kickoff meeting. The schedule will be updated and reviewed as needed. Coordinate the efforts of the sub -consultants, including review of work progress and deliverables, invoicing and payments. For the full-scale ozone testing, (Task 2.3), Carollo will coordinate and communicate with the equipment and chemical supplier(s) to accommodate equipment leasing and installation, schedules, budgets, invoicing and payments, etc., as required. Estimates of equipment and installation allowances are included in Task 2 budget. For injection points, Carollo will leverage existing taps to the full-scale piping to the extent possible, otherwise if needed City staff will install the chemical injection taps in the full-scale pipe. Laboratory analysis will be required for the full-scale ozone testing (Task 2.3) and/or other water quality analysis required to fill data gaps. Carollo will coordinate and communicate with the external analytical laboratory to accommodate sampling requirements, schedules, budgets, reporting requirements, invoicing and payments, etc., as required for the full-scale tests. All samples shipments/pickup with the external lab will be coordinated by Carollo, except bromate/bromide samples will be directly shipped by City to Eurofins lab. Task 1.6 — Compile and Submit Dossier to City with Project Documents Develop and compile a digital project "dossier" that includes the items below, as appropriate on CEI work orders: • Files of correspondence, meeting minutes, Contract documents, deliverables, and comments, as available. • At the conclusion of the project, ENGINEER will combine this information into a draft project dossier and submit to the City for review and comment. The project dossier will be submitted electronically on CD/DVD ROM. City comments on draft dossier will be received and incorporated, and a final project dossier will be developed and submitted. WORK ORDER INITIATION FORM 4 of 18 Revised: 11/29/2017 II. BROMATE EVALUATION & ODOR CONTROL SYSTEM IMPROVEMENT RECOMMENDATIONS Task 2.1— Review of Existing Data and Data Summary TM for Ozone System Request historical operational data from ozone system. Review the data from the plant relative to ozone operations including ozone dosage; raw water quality including bromide ion and H2S concentrations, temperature, and pH; and ozonated water quality including bromate ion and H2S concentrations. Based on the review, prepare and submit draft a Data Summary TM, including identification of any data gaps and recommendations for closing the gaps, along with estimated costs to fill in the data gaps. Review the draft TM with City in a meeting. Address and incorporate City's comments received on Draft Data Summary TM and submit Final Data Summary TM. A contingency has been included in the budget estimate to address recommendations to fill data gaps, upon City's approval. Task 2.2 — Perform Desktop Evaluation and Determine Alternative(s) for Full -Scale Testing Based on the review of the data in Task 2.1, develop a list of candidate alternatives and perform desktop evaluation. These alternatives could include pH reduction, ozone dosage reduction, and upstream chlorine and ammonia addition. Development of the list will be based on empirical models that have been developed for bromate ion formation to determine efficacy of candidate alternatives. Based on the desktop evaluation, up to two (2) alternatives will be selected for further evaluation through full-scale testing. Review and finalize alternatives for further evaluation with City in a meeting. Task 2.3 — Develop Test Plan Prepare and submit draft test plans for full-scale testing of ozone system related to the selected alternative(s) (up to two) identified in Task 2.2. Review the draft test plan with City in a meeting. Task 2.4 — Perform Full -Scale Short Term Testing Perform short term testing of up to two alternatives. Some testing, such as ozone dosage reduction, could be performed without modification to the ozone system. Other testing may involve the addition of chemicals on a temporary basis. Assist City in reviewing test plan with FDEP and in obtaining FDEP approval for the full-scale testing with temporary ozone system modifications. Review interim/draft results from full-scale testing with City and conduct testing of a second alternative if necessary. Carollo will coordinate and procure the necessary temporary chemicals (likely in tote tanks; with containment, if not placed into an existing containment area) and associated equipment for the full-scale testing. WORK ORDER INITIATION FORM 5 of 18 Revised: 11/29/2017 Task 2.5 — Perform Full -Scale Long Term Testing (allowance) Based on the results from the short term testing (Task 2.4), perform additional long term testing of a candidate alternative if needed. Task 2.6 — Evaluate Alternatives Evaluate the alternatives based on the results of Tasks 2.2 through 2.5. Propose a recommended alternative for bromate ion mitigation in the draft TM for Bromate Evaluation and Odor Control System Improvements. Task 2.7 — Nitrogen Boost Evaluation Evaluate the existing nitrogen boost system and make recommendations to improve performance and reliability. Include recommendations in the draft TM for Bromate Evaluation and Odor Control System Improvements. Task 2.8 — Develop and Submit Draft TM for Bromate Evaluation and Odor Control System Improvements. Develop and submit the Draft TM for Bromate Evaluation and Odor Control System Improvements, including the description, results, and recommendations from the bromate testing and evaluation, and the nitrogen boost evaluation. Include cost opinions for the recommended improvements. Review Draft TM results and recommendations in a meeting with City staff. Decide on a course of action, which could include design and construction of either ozone system improvements or of new degasifiers (if there are no viable bromate mitigation alternatives for the ozone system). Task 2.9 — Develop and Submit Final TM for Bromate Evaluation and Odor Control System Improvements. Address and incorporate City's comments received on Draft TM and submit Final TM. 111. RO SYSTEM EVALUATION AND IMPROVEMENTS Task 3.1— Review of Existing Data and Reports and Data Summary TM for RO System Review available reports from previous studies to establish and confirm the project constraints and background. A preliminary list of these reports/studies is included below; this list will be refined/finalized at the project kickoff meeting. This list does not include the additional data/reports that are specifically listed to be reviewed under certain tasks discussed subsequently. Preliminary list of reports and studies to be reviewed: • Reverse Osmosis WTP #2 System Evaluation Summary of Findings. City of Clearwater and McKim & Creed. (March 2018). WORK ORDER INITIATION FORM 6 of 18 Revised: 11/29/2017 • Reverse Osmosis WTP #2 System Evaluation Summary Report. McKim and Creed. (February 2018). • Reverse Osmosis WTP#2 Treatment Alternative Evaluation. Reiss Engineering (November 2011). • Impact Analysis Report. SDI Environmental Services, Inc. (March 2012). • SEAWAT Variable -Density Groundwater Model Developed for Reservoir 2 Reverse Osmosis Feasibility Study. SDI Environmental Services, Inc. (March 2010). Based on the review, prepare and submit draft a Data Summary TM for RO System, including identification of any data gaps and recommendations for closing the gaps, along with estimated costs to fill in the data gaps. Review the draft TM with City in a meeting. Address and incorporate City's comments received on Draft Data Summary TM and submit Final Data Summary TM. A contingency has been included in the budget estimate to address recommendations to fill data gaps, upon City's approval. Task 3.2 - RO1 Concentrate Improvements City noted that the use of RO1 concentrate in the RO feed increased SDI to about 5. Orthophosphate residual in RO1 concentrate (from antiscalant injection at WTP-1) resulted in precipitation of calcium phosphate and scaling in the second stage membranes. City staff reported that the second stage membranes on RO Skid #2 are badly scaled and are being replaced. The antiscalant was switched; however, new cartridge filters last only about six days when RO1 concentrate supply is turned on. Review previous reports from pilot testing and membrane autopsies related to RO1 concentrate. Review pertinent record drawings, specifications, and submittals to evaluate RO1 concentrate design. Review WTP-2 RO operational data with and without RO1 concentrate being used as supply. Perform RO process modeling and projections to evaluate and recommend improvements needed to allow the use of RO1 concentrate. Coordinate samples and tests with chemical/antiscalant vendor for bench -scale testing by vendor. The results will be included in TM for RO System Improvements. Based on the results of Task 3.2, recommend if pilot testing (and subsequently full-scale testing) should be undertaken as the next step, upon City's approval. Task allowances are included for RO1 concentrate pilot testing under Task IV and full-scale testing under Task V. Task 3.3 Evaluate Flow Control PLC/HMI Program & Pressure Control for RO1 Concentrate City staff reported that the RO1 concentrate flow varies widely at R02 in automatic control mode, when being blending for reuse and treatment at R02. There is no pressure control at the blending point. Review pertinent record drawings, specifications, and submittals to evaluate flow control PLC/HMI program for RO1 concentrate discharge from concentrate pump station at RO1 and subsequent blending at R02 with the raw ground water. Review PID loop and pressure control options as needed. Recommendations will be summarized in TM for RO System Improvements. WORK ORDER INITIATION FORM 7 of 18 Revised: 11/29/2017 Task 3.4 — CIP System Improvements Review pertinent record drawings, specifications, and submittals to evaluate CIP pump sizing, CIP system sizing (currently sized for only for 15 vessels), and issues with CIP fill piping layout. Determine and recommend improvements for CIP system. Recommendations will be summarized in TM for RO System Improvements. Task 3.5 — Caustic System Improvements Review pertinent record drawings, specifications, and submittals to evaluate caustic system pump sizing and injection point location. Discuss with City staff and review any available reports/data on scaling that had occurred post caustic injection. Review current location of injection point that was temporarily relocated by City to avoid precipitation issues. Determine and recommend improvements for caustic system pump sizing. Determine and recommend if current location is the best or should be changed. Recommendations will be included in TM for RO System Improvements. Task 3.6 — Ground Storage Tank Improvements Review issue with ground storage tank that causes it to not fill properly. Evaluate overflow and fill pipe elevations of both storage tanks and plant hydraulic profile and recommend improvements. Recommendations will be included in TM for RO System Improvements. Task 3.7 - Other Miscellaneous RO System Improvements • Review issue with cavitation of valves and back pressure of 180-190 psi causing stage one vessels to demonstrate cracks at tail end. Determine and recommend improvements and plan for vessel replacement. • Review clearance issue with feed pumps removal. Recommend any potential improvement(s) that might be possible for better clearance. • Review antiscalant feed pipe sizing and layout/routing. It is currently sized at 1" and is 400 feet long, resulting in long lead/dwell time to get to injection point. Evaluate and recommend improvements. • Review permeate and concentrate valves as they don't seal well with the ARV blowing off hydrogen sulfide on the offline skid(s). Evaluate and recommend improvements. • Verify RO permeate bypass line sizing. Evaluate and recommend if sizing should be changed. • Review issue with backwash flow control on iron filters (original design used butterfly valves). Evaluate and recommend improvements. Recommendations from Task 3.7 will be included in the TM for RO System Improvements. Task 3.8 — Develop and Submit Draft TM for RO System Improvements. Develop and submit the Draft TM for RO System Improvements including the descriptions and recommendations for various improvements identified in Tasks 3.2 to 3.7. Include cost WORK ORDER INITIATION FORM 8 of 18 Revised: 11/29/2017 estimates for the recommended improvements. Review Draft TM results and recommendations in a meeting with City staff. Task 3.9 — Develop and Submit Final TM for RO System Improvements. Address and incorporate City's comments received on Draft TM and submit Final TM. Task 3.10 - Coordinate with Master Plan Project Results and Team Coordinate project and team activities with the Master Plan project. Coordinate and include data as it becomes available from the Master Plan project. Review deliverables for information purposes that relate to future WTP-2 TDS levels and water supply options to allow future operation with all three RO skids. IV. PROGRAMMING ON EXISTING PLCS FOR FLOW PACING CHEMICALS FOR FULL SCALE TESTING (ALLOWANCE) Upon City's approval, coordinate the programming of existing PLC/PLCs depending on which all test have been approved. This task is required to program the existing PLC(s) for flow pacing of chemicals during the full scale testing tasks. Based on discussion with City staff, it is assumed that there is enough spare I/Os in the existing PLCs, therefore budget for new field PLCs has not been included. V. RO1 CONCENTRATE PILOT TESTING (ALLOWANCE) Upon City's approval, coordinate the procurement and installation of RO pilot skid. The pilot study will include one month for pilot equipment mobilization, installation, startup and demobilization, and three (3) months of pilot operation. This task will include the following subtasks. Task 5.1- Develop Test Plan Develop a testing plan for executing the pilot -scale test including the operational parameters and protocols for each process in the treatment train. Develop a sampling protocol to measure and establish the values for specific water quality parameters relating to the raw groundwater, RO1 concentrate, blended RO feed, and permeate waters. Develop a standard protocol that states the frequency of performance monitoring and sampling. This protocol will also specify any routine instrument calibration or verification procedures required. Develop the setup of equipment for the pilot treatment to be tested and prepare a graphical layout of necessary equipment and ancillary items for the pilot test. Task 5.2 - Coordinate, Procure, Install, and Startup Equipment Procure and install the appropriate temporary pilot equipment at R02 WTP. Coordinate with team members and equipment suppliers to accommodate equipment procurement, installation, chemical requirements, and laboratory analysis. Perform and coordinate WORK ORDER INITIATION FORM 9 of 18 Revised: 11/29/2017 training and startup. Perform bromate formation testing at Carollo's Water ARC° lab for a total of three (3) test samples/conditions. Task 5.3 - Site Visits and Sampling Perform site visits for pilot -scale operations 3 days per week, for a three (3) month operational period. Perform equipment monitoring, data collection, and coordination with laboratory. Perform selected water quality analyses in the field during the 3 visits per week, and contract with an external certified laboratory to analyze the remaining water quality parameters. Coordinate with external certified laboratory to provide sample containers and collect samples. It is assumed that the remaining 4 days per week the City staff will be available to oversee basic pilot operation and perform necessary field data collection and monitoring. Sample collection will be minimized during the days that City staff are monitoring the pilot. Task 5.4 - Data Analysis and Reporting Analyze performance data from the pilot -scale testing on a routine basis. Compile and interpret the data and document the results. Data reports updating the results from the operations to -date will be compiled twice per month for distribution. Activities completed and results generated in the month will be summarized along with the plans for the testing in the subsequent month. Task 5.5 - Develop and Submit Draft TM for RO1 Concentrate Pilot Testing. Develop and submit a Draft TM including the description and results from the pilot testing. Review Draft TM results and recommendations in a meeting with City staff. Task 5.6 - Develop and Submit Final TM for RO1 Concentrate Pilot Testing. Address and incorporate City's comments received on Draft TM and submit Final TM. VI. RO1 CONCENTRATE FULL-SCALE TESTING (ALLOWANCE) Upon City's approval, coordinate the procurement and installation of temporary equipment for full scale testing of RO1 concentrate. The testing will include one month of operation. This task will include the following elements: Task 6.1- Develop test plan Develop a testing plan for executing the full-scale test including the operational parameters and protocols for each process in the treatment train. Develop a sampling protocol to measure and establish the values for specific water quality parameters relating to the raw groundwater, RO1 concentrate, blended RO feed, and permeate waters. Develop a standard protocol that states the frequency of performance monitoring and sampling. WORK ORDER INITIATION FORM 10 of 18 Revised: 11/29/2017 Task 6.2 - Coordinate, Procure, Install, and Startup Equipment Procure and install the appropriate temporary chemical feed equipment at R02 WTP and RO1 WTP. Coordinate with team members and equipment suppliers to accommodate equipment procurement, installation, chemical requirements, and laboratory analysis. Perform and coordinate training and startup. Task 6.3 - Site Visits and Sampling Perform site visits for full-scale operations 3 days per week, for a one (1) month operational period. Perform equipment monitoring, data collection, and coordination with laboratory. Perform selected water quality analyses in the field during the 3 visits per week, and contract with an external certified laboratory to analyze the remaining water quality parameters. Coordinate with external certified laboratory to provide sample containers and collect samples. It is assumed that the remaining 4 days per week the City staff will be available to oversee basic test operation and perform necessary field data collection and monitoring. Sample collection will be minimized during the days that City staff are monitoring the full-scale test. Task 6.4 - Data Analysis and Reporting Analyze performance data from the full-scale testing on a routine basis. Compile and interpret the data and document the results. Data reports updating the results from the operations to -date will be compiled once per week for distribution. Activities completed and results generated in the week will be summarized along with the plans for the testing in the subsequent week. Task 6.5 - Develop and Submit Draft TM for RO1 Concentrate Full -Scale Testing. Develop and submit a Draft TM including the description and results from the full-scale testing. Review Draft TM results and recommendations in a meeting with City staff. Task 6.6 - Develop and Submit Final TM for RO1 Concentrate Full -Scale Testing. Address and incorporate City's comments received on Draft TM and submit Final TM. Assumptions: 1) The ENGINEER shall complete the services required hereunder in accordance with the prevailing engineering standard of care 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. 2) The CITY shall furnish the ENGINEER available studies, reports and other data pertinent to the ENGINEER 's services; obtain or authorize the ENGINEER to obtain or provide additional reports and data as required; furnish to the ENGINEER services of others required for the performance of the ENGINEER 's services hereunder, and the ENGINEER shall be entitled to WORK ORDER INITIATION FORM 11 of 18 Revised: 11/29/2017 use and rely upon all such information and services provided by the CITY or others in performing the ENGINEER 's services under this Scope of Work, in accordance with the standard of care. 3) In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for potential projects, the ENGINEER has no control over cost or price of labor and material; unknown or latent conditions of existing equipment or structures that may affect operation and maintenance costs; competitive bidding procedures and market conditions; time or quality of performance of third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, the ENGINEER makes no warranty that the City's actual project costs, financial aspects, economic feasibility, or schedules will not vary from the ENGINEER's opinions, analyses, projections, or estimates. 3. PROJECT GOALS: The following work products will be submitted during the project: • Project Management Plan o Draft: electronic PDF copy, Word file o Final: electronic PDF copy, 4 hard copies • Test Plans (as defined in Scope of Services) o Draft: electronic PDF copy, Word file o Final: electronic PDF copy, 4 hard copies • TMs (as defined in Scope of Services) o Draft: electronic PDF copy, Word file o Final: electronic PDF copy, 4 hard copies • Meeting Agendas and Notes; electronic PDF copy • Progress Reports and Invoices; electronic PDF copy • Draft and Final Project Dossier; electronic PDF copy on CD/DVD ROM 4. BUDGET: See Attachment "B". This price includes all labor and expenses anticipated to be incurred by Carollo Engineers, Inc., for the completion of these tasks in accordance with Professional Services Method "A" — Cost Times Multiplier Basis, for a fee not to exceed One Million Five Hundred and Thirty One Thousand and Three Hundred and Fifty One Dollars ($1,531,351). Permit fees are not expected in Phase A of the project. 5. SCHEDULE: We understand the urgency of completing this Phase A evaluation so that the RO2 improvements can be designed in Phase B and the second RO skid be put into operation. Phase A tasks can be completed in 58 weeks (approximately 14 months) from issuance of notice -to - proceed and receipt of all data. A breakdown of the schedule and the phasing of the project deliverables are as follows: WORK ORDER INITIATION FORM 12 of 18 Revised: 11/29/2017 Draft Test Plan for RO1 Concentrate Pilot Test 9 weeks Draft Test Plan for Full -Scale Bromate Testing 12 weeks Draft TM for Ozone Data Summary 12 weeks Draft TM for Bromate/Ozone Improvements 30 weeks Final TM for Bromate/Ozone Improvements 36 weeks Draft TM for RO1 Concentrate Pilot Test 36 weeks Draft Test Plan for RO1 Concentrate Full -Scale Test 38 weeks Draft TM for RO1 Concentrate Full Scale Test 50 weeks Draft TM for RO Improvements 56 weeks Final TM for RO Improvements 58 weeks 6. STAFF ASSIGNMENT: Engineer's Key Staff Robert Cushing, P.E. — Principal In Charge Sandeep Sethi, Ph.D., P.E. — Project Manager Jennifer Nyfennegger, Ph.D., P.E. — Project Engineer Ron Joost, P.E. — Ozone System Expert Brandon Yallaly — RO System Expert David Wiley (WSP) — Supervising Hydrogeologist Jeff Trommer (WSP) - Lead Hydrogeologist Richard Cofer (WSP) - Senior Hydrogeologist Ron Ewinski (WSP) - Senior Hydrogeologist City's Staff: Jeff Walker, PE - Project Manager John Conyers - Public Utilities Site Representative (R02 Chief Operator) Fred Hemerick - Public Utilities Liaison (Water Production Coordinator) Glenn Daniel - Public Utilities Manager Jeremy J. Brown, PE - Utilities Engineering Manager Richard G. Gardner, PE - Public Utilities Assistant Director 7. CORRESPONDENCE/REPORTING PROCEDURES: ENGINEER's project correspondence shall be directed to: Sandeep Sethi, PhD, PE with copy to Jennifer Stokke Nyfennegger, PhD, PE. WORK ORDER INITIATION FORM 13 of 18 Revised: 11/29/2017 All City project correspondence shall be directed to the Project Manager, with copies to the Utilities Engineering Manager and Public Utilities Assistant Director. ENGINEER shall provide a minimum of forty-eight (48) hours' notice prior to conducting fieldwork/site visits. ENGINEER shall provide a minimum of seven (7) days notification for site visits requiring the assistance of City Operations and Maintenance personnel. ENGINEER acknowledges that all City directives shall be provided by the City Project Manager. In addition to the original copies delivered as stated in the scope of work, all project deliverables will be submitted in electronic format on CD or other City approved device prior to approval of final invoice. 8. INVOICING/FUNDING PROCEDURES: For work performed, invoices shall be submitted monthly to the: City of Clearwater, Engineering Department Attention: Veronica Josef, Senior Staff Assistant 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. City Invoicing Code: 3217321-530100-96767 9. INVOICING PROCEEDURES At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: A. Project Name and Project Number. B. Purchase Order Number, Invoice Number, and Contract Amount. C. The time period (begin and end date) covered by the invoice. D. A descriptive summary of activities completed in the time period E. Contract billing method — Lump Sum or Cost Times Multiplier F. 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). G. If Cost Times Multiplier, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, 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), and budget remaining. H. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10. SPECIAL CONSIDERATIONS: The consultant named above is required to comply with Section 119.0701, Florida Statutes (2013) where applicable. PREPARED BY: APPROVED BY: WORK ORDER INITIATION FORM 14 of 18 Revised: 11/29/2017 Sandeep Se i Vice President Carollo Engineers, Inc. 6/2//l9 Tara Kivett, PE City Engineer City of Clearwater Date Date /V I '_ ervlia�.e� t- 6,6/ IIO 65 ,n4er3,/h f. WORK ORDER INITIATION FORM 15 of 18 Revised: 11/29/2017 Attachment "A" r lik.., BRIGUT .AND BEAU IIFL1 • B,AY CO Er ACi 1 CITY OF CLEARWATER ENGINEERING DEPARTMENT WORK ORDER INITIATION FORM 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 will 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 1" = 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. If not available Land Desktop files are still acceptable, however the City or Clearwater is currently phasing out Land Desktop. NOTE: If approved deviation from Clearwater CAD standards are 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, Inc. software. All block references and references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Tom Mahony, at (727) 562 4762 or email address Tom.Mahony@myClearwater.com. All electronic files must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. WORK ORDER INITIATION FORM 16 of 18 Revised: 11/29/2017 Attachment "B" Carollo Engineers, Inc. WTP-2 System Improvements - Phase A City Project No. 18 -0034 -UT WORK ORDER INITIATION FORM PROJECT BUDGET Task Description Subconsultant Services Labor Total _ 1.0 Project Management 1.1 Project and Quality Management Plan $0 $4,900 $4,900 1.2 Progress Reports and Cost Control $0 $14,390 $14,390 1.3 Project Invoicing $0 $5,250 $5,250 1.4 Project Meetings (up to 12) (Prepare/Attend/Develop Notes) $6,068 $87,580 $93,648 1.5 Schedule and Coordination $0 $25,770 $25,770 1.6 Compile Summary Log for City Comments (12 mtgs + 8 delv.) and Draft/Final Project Dossier $0 $46,900 $46,900 Task Subtotal $6,068 $184,790 $190,858 2.0 Bromate Evaluation & Odor Control System Improvements 2.1 Review of Existing Data and Draft/Final Data Summary TM $0 $24,530 $24,530 2.2 Perform Desktop Evaluation and Develop Alternative(s) for Full -Scale Testing $0 $12,510 $12,510 2.3 Develop Test plan) $0 $20,210 $20,210 2.4 Perform Full -Scale Short Term Testing (up to 2 alternatives over total 1 week) $0 $17,530 $17,530 2.5 Perform Full -Scale Long Term Testing (2 week allowance) $0 $30,060 $30,060 2.6 Evaluate Alternatives $0 $12,160 $12,160 2.7 Nitrogen Boost Evaluation $0 $8,150 $8,150 2.8 Develop and Submit Draft TM $0 $18,190 $18,190 2.9 Develop and Submit Final TM $0 $4,390 $4,390 Task Subtotal $0 $147,730 $147,730 3.0 RO System Evaluation and Improvements 3.1 Review of Existing Data and Reports and Drawings, and Draft/Final Data Summary TM $6,576 $31,600 $38,176 3.2 R01 Concentrate Improvements Evaluation $0 $12,700 $12,700 3.3 Evaluate Flow Control PLC/HMI Program & Pressure Control for RO1 Concentrate $0 $39,230 $39,230 3.4 CIP System Improvements $0 $9,360 $9,360 WORK ORDER INITIATION FORM 17 of 18 Revised: 11/29/2017 Attachment "B" 3.5 Caustic System Improvements $0 $8,130 $8,130 3.6 Ground Storage Tank Improvements $0 $17,050 $17,050 3.7 Other Miscellaneous RO System Improvements $0 $19,940 $19,940 3.8 Develop and Submit Draft TM $0 $19,530 $19,530 3.9 Develop and Submit Final TM $0 $6,500 $6,500 3.10 Coordinate with Master Plan Project Results and Team $17,172 $13,250 $30,422 Task Subtotal $23,748 $177,290 $201,038 4.0 Programming on Existing PLCs for Flow Pacing Chemicals for Full Scale Testing (Allowance) 4.1 Programming (on existing PLC at R02) for Flow Pacing Chemical - Ozone Testing $0 $29,740 $29,740 4.2 Programming (on existing PLC at R02) for Flow Pacing Chemical - RO1 Conc. Testing $0 $29,740 $29,740 4.3 Programming (on existing PLC at R01) for Flow Pacing Chemical - RO1 Conc. Testing $0 $29,740 $29,740 Task Subtotal $0 $89,220 $89,220 5.0 RO1 Concentrate Pilot Testing (3 month operation + 1 month install/startup/demob) (Allowance) 5.1 Develop Test Plan $0 $16,410 $16,410 5.2 Coordinate, Procure, Install, and Startup Equipment $0 $41,000 $41,000 5.3 Site visits & sampling (3 months; 3/wk field engr, 1/wk PE, 1/mo PM) $0 $77,940 $77,940 5.4 Data Analysis and Reporting $0 $37,430 $37,430 5.5 Develop and Submit Draft TM $0 $28,310 $28,310 5.6 Develop and Submit Final TM $0 $8,860 $8,860 Task Subtotal $0 $209,950 $209,950 6.0 RO1 Concentrate Full Scale Test (1 month) 6.1 Develop Test Plan $0 $10,940 $10,940 6.2 Coordinate, Procure, Install, and Startup Equipment $0 $23,660 $23,660 6.3 Site Visits & Sampling (1 month) $0 $42,710 $42,710 6.4 Data Analysis and Reporting $0 $26,080 $26,080 6.5 Develop and Submit Draft TM $0 $19,630 $19,630 6.6 Develop and Submit Final TM $0 $7,630 $7,630 Task Subtotal $0 $130,650 $130,650 Subtotal, Labor and Subcontractors $969,446 Permit Review Fees NA Contingency $171,032 Other Direct Costs (prints, photocopies, postage, out of state travel, equipment, etc.) $390,873 Grand Total $1,531,351 WORK ORDER INITIATION FORM 18 of 18 Revised: 11/29/2017 EXHIBIT C CITY OF CLEARWATER RFQ 36-18 2019 DIRECT HOURLY RATES CAROLLO ENGINEERS, INC. Job Classification Minimum Rate ($/hour) Typical Maximum Senior Vice President 82 84 88 Vice President/Officer-in-Charge 73 77 87 Senior Project Manager/Group Manager 73 77 87 Project Manager/Associate Principal 60 65 75 Construction Manager Construction Engineer Senior Engineer/Scientist 50 55 59 Engineer/Scientist (III-IV) 40 45 49 Engineer/Scientist (I-II) 30 35 39 Planner Landscape Architect Field Technician 25 28 32 SeniorDesigner 36 39 49 Drafter/CADD Operator 25 29 35 Operations Specialist Fiscal/Accounting Administrative/Clerical 23 27 35 MULTIPLIER 3.5 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN CITY OF CLEARWATER AND CAROLLO ENGINEERS, INC. RFQ #36-18 WTP-2 SYSTEMS IMPROVEMENTS CONSULTING SERVICES EXHIBIT D INSURANCE REQUIREMENTS. The CONSULTANT shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A -VII or better. In addition, the City has the right to review the CONSULTANT'S deductible or self-insured retention and to require that it be reduced or eliminated. Specifically, the CONSULTANT must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims -made basis with a minimum three (3) year tail following the termination or expiration of this Agreement. Specific work may require additional coverage on a case by case basis: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, 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 -owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Unless waived by the State of Florida, statutory Workers' Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer's Liability Insurance in the minimum amount of $100,000 (one hundred thousand dollars) each employee each accident, $100,000 (one hundred thousand dollars) each employee by disease and $500,000 (five hundred thousand dollars) aggregate by disease with benefits afforded under the laws of the State of Florida. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen's and Harbor Worker's Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. d. If the CONSULTANT is using its own property, or the property of the City or other provider, in connection with the performance of its obligations under this Agreement, then CONSULTANT'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 CONSULTANT with minimum limits of $1,000,000 (one million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (ERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. OTHER INSURANCE PROVISIONS. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy's renewal date(s) for as long as this Agreement remains in effect, the CONSULTANT will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an "Additional Insured." In addition, when requested in writing from the City, CONSULTANT 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: Purchasing, RFQ #36-18 P.O. Box 4748 Clearwater, FL 33758-4748 b. CONSULTANT shall provide thirty (30) days written notice of any cancellation, non -renewal, termination, material change or reduction in coverage. c. CONSULTANT'S insurance as outlined above shall be primary and non-contributory coverage for CONSULTANT'S negligence. d. CONSULTANT reserves the right to appoint legal counsel to provide for the CONSULTANT'S defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to CONSULTANT'S design, equipment, or service. CONSULTANT agrees that the City shall not be liable to reimburse CONSULTANT for any legal fees or costs as a result of CONSULTANT providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and failure to request evidence of this insurance shall not be construed as a waiver of CONSULTANT'S obligation to provide the insurance coverage specified. AR o® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 6/13/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 Risk Strategies Company g p y 2040 Main Street, Suite 450 Irvine, CA 92614 www.risk-strategies.com CA DOI License No. OF06675 CONTACT NAME: Risk Strategies Company PHONE FAX (AIC. No, Ext): 949-242-9240 (A/C, No): E-MAIL ADDRESS: syoung@risk-strategies.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Continental Insurance Company 35289 INSURED Carollo Engineers, Inc. 2700 Ygnacio Valley Road, #300 Walnut Creek CA 94598 INSURER B : American Casualty Company of Reading, PA 20427 INSURER c : Valley Forge Insurance Company 20508 INSURER D : Continental Casualty Company 20443 INSURER E : National Fire Insurance Co of Hartford 20478 INSURER F : / COVERAGES CERTIFICATE NUMBER: 49275100 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DDIYYYY) POLICY EXP (MM/DD/YYYY) LIMITS A ,/ COMMERCIAL GENERAL LIABILITY ✓ 6050490317 12/31/2018 12/31/2019 EACH OCCURRENCE $ $1,000,000 CLAIMS -MADE / OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ $1,000,000 MED EXP (Any one person) $ $25,000 ✓ Deductible $0 PERSONAL & ADV INJURY $ $1,000,000 GENERAL AGGREGATE $ $2,000,000 GEN'L AGGREGATE POLICY OTHER: ✓ LIMIT APPLIES J RE T PER: LOC PRODUCTS - COMP/OP AGG $ $2,000,000 $ E AUTOMOBILE / ✓ LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY ^ ✓ SCHEDULED AUTOS NON -OWNED AUTOS ONLY ✓ 6050490267 12/31/2018 12/31/2019 (Eaaaccident�INGLELIMIT $$1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ Ded: Comp/Collision $$1,000 UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ $ DED RETENTION $_ B C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPRO R1ETOREXCLUDEE?ECUTIVE OFFICER(Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N/A 6050490270 6050490298 12/31/2018 12/31/2018 12/31/2019 12/31/2019 1 STATUTE / EORH Deductible: $0 E.L. EACH ACCIDENT $ $1,000,000 E.L. DISEASE - EA EMPLOYEE $ $1,000,000 E.L. DISEASE - POLICY LIMIT $ $1,000,000 D Professional Liability Unlimited Prior Acts AEH288354410 7/4/2018 7/4/2019 Each Claim: $1,000,000 Aggregate: $1,000,000 Deductible: $400,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Projects as on file with the insured including but not limited to: New Engineer of Record Agreement, RFQ # 26-19. City of Clearwater is included as additional insured with respects to general & auto liability. CERTIFICATE HOLDER CANCELLATION City of Clearwater Engineering, RFQ #26-19 P.O. Box 478 Clearwater FL 33758-4748 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Michael Christian © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 9275100 I *18-19 GL -AL -UL -WC -PL ($1M/$1M) 1 Debbie Richie 6/13/2019 11:51:29 AM (PDT) Page 1 of 8 CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization's liability for: A. unless paragraph B. below applies, 1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured's ongoing operations as specified in such written contract; or 2. bodily injury or property damage caused in whole or in part by your work and included in the products -completed operations hazard, and only if a. the written contract requires the Named Insured to provide the additional insured such coverage; and b. this coverage part provides such coverage. B. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11-85 or 10-01 edition of CG2010 or the 10-01 edition of CG2037. II. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance CNA75079XX (1-15) Page 1 of 2 Policy No: 6050490317 Endorsement No: Effective Date: 12/31/2018 Insured Name: Carollo Engineers, Inc. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 9275100 1 *18-19 GL -AL -UL -WC -PL ($1M/$1M) 1 Debbie Richie 1 6/13/2019 11:51:29 AM (PDT) 1 Page 2 of 8 CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement is required by written contract to be primary and non-contributory, this insurance will be primary and non- contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (1-15) Page 2 of 2 Policy No: 6050490317 Endorsement No: Effective Date: 12/31/2018 Insured Name: Carollo Engineers, Inc. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 9275100 1 *18-19 GL -AL -UL -WC -PL ($1M/$1M) 1 Debbie Richie 1 6/13/2019 11:51:29 AM (PDT) 1 Page 3 of 8 CNA NOTICE OF CANCELLATION TO CERTIFICATEHOLDERS It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. City of Clearwater Engineering, RFQ #26-19 P.O. Box 4748 Clearwater FL 33758-4748 CNA68021XX (2-13) Page 1 Insured Name: Carollo Engineers, Inc. ©CNA All Rights Reserved. 9275100 1 *18-19 GL -AL -UL -WC -PL ($1M/$1M) 1 Debbie Richie 1 6/13/2019 11:51:29 AM (PDT) 1 Page 4 of 8 Policy No: 6050490317 Endorsement No: Effective Date: 12/31/2018 Named Insured: Carollo Engineers, Inc. Policy Number: 6050490267 Effective Date: 12/31/2018 CNA ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations ANY PERSON OR ORGANIZATION ON WHOSE BEHALF YOU ARE REQUIRED UNDER A WRITTEN CONTRACT OR AGREEMENT. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II — LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non- contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA 71527XX (Ed. 10/12) 9275100 1 *18-19 GL -AL -UL -WC -PL ($1M/$1M) 1 Debbie Richie 1 6/13/2019 11:51:29 AM (PDT) 1 Page 5 of 8 CNA NOTICE OF CANCELLATION TO CERTIFICATEHOLDERS It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. City of Clearwater Engineering, RFQ #26-19 P.O. Box 4748 Clearwater FL 33758-4748 CNA68021 XX (2-13) Page 1 Insured Name: Carollo Engineers, Inc. © CNA All Rights Reserved. 9275100 1 *18-19 GL -AL -UL -WC -PL ($1M/$1M) 1 Debbie Richie 1 6/13/2019 11:51:29 AM (PDT) 1 Page 6 of 8 Policy No: 6050490267 Endorsement No: Effective Date: 12/31/2018 Carollo Engineers, Inc. CNA 1 NOTICE OF CANCELLATION TO CERTIFICA EHOLDERS It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificateholders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificateholder on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon us or the Agent of Record. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: CC68021 A (02-2013) Endorsement Effective Date: 12/31/2018 Endorsement No: Underwriting Company: • American Casualty Company of Reading, PA Valley Forge Insurance Company bU5U4JU1/U Policy No:6050490298 Policy Effective Date: 12/31/2018 *CNA All Rights Reserved. Workers Compensation 9275100 I *18-19 GL -AL -UL -WC -PL ($1M/$1M) I Debbie Richie 16/13/2019 11:51:29 AM (PDT) I Page 7 of 8 CNA PROFESSIONAL LIABILITY AND POLLUTION For All the Commitments you Make INCIDENT LIABILITY INSURANCE POLICY INSURED: Carollo Engineers, Inc. Policy AEH288354410 Effective7/4/2018 NOTICE ENDORSEMENT - CANCELLATION OR NON -RENEWAL Endorsement Number We agree with you that your Policy is amended to include the following additional provisions. 1. Your Policy will not be: XX Cancelled by us until we provide at least: 10 days prior written notice if we cancel your Policy for Non-payment of Premium; 30 days prior written notice if we cancel your Policy for The following reasons: Any reason other than non-payment of premium. Non -renewed by us until at least days prior written notice is given to the person or entity named in 2. below. 2. Person or Entity: City of Clearwater Engineering, RFQ #26-19 P.O. Box 4748 Clearwater FL 33758-4748 All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy and expires concurrently with said Policy unless another effective date is shown above. By Authorized Representative James F. Willging (No signature is required if issued with the Policy or if it is effective on the Policy Effective Date) James F. Willging Countersigned by Authorized Representative 256423 (Ed. 10/05) 9275100 I *18-19 GL -AL -UL -WC -PL (51M/$1M) I Debbie Richie 16/13/2019 11(51)29 AM (PDT) I Page 8 of 8