Loading...
CONTRACT FOR PARK GOVERNANCE CONSULTING SERVICESCONTRACT FOR PARK GOVERNANCE CONSULTING SERVICES THIS CONTRACT, entered into this day of July, 2021, by and between the CITY OF CLEARWATER, a Florida municipal corporation (hereinafter referred to as "City"), P.O. Box 4748, Clearwater, Florida 33758 and Kathy Blaha Consulting a FL corporation (hereinafter referred to as "KBC"), 400 Alton Rd. #2403, Miami Beach, FL 33139. WHEREAS, the City seeks a qualified and experienced consultant to propose and implement a park governance structure for Coachman Park, upon completion of the City's Imagine Clearwater project; and WHEREAS, the City selected KBC based on Request for Proposal ("RFP") #38-21, Park Governance Consulting Services, and responses by KBC to RFP #38-21; and WHEREAS, KBC agrees to provide the services as outlined in RFP #38-21. NOW THEREFORE, in consideration of the mutual promises contained herein and other good and valuable consideration, the Parties agree that the above terms, recitals, and representations are true and accurate and are incorporated herein by reference, and the Parties further agree as follows: 1. SCOPE OF PROJECT. KBC agrees to propose and implement a park governance structure for Coachman Park as well as any additional related services under the terms and conditions set forth in RFP #38-21, Park Governance Consulting Services, and KBC's amended response dated June 18, 2021, and described in attached Exhibit A. 2. TIME OF PERFORMANCE. The initial Contract Term shall commence upon execution of this Contract and will be for a term of one (1) year. Page 1 of 4 3. COMPENSATION. The City will pay KBC a sum not to exceed $61,200.00 as described in attached Exhibit A, inclusive of all reasonable and necessary direct expenses. The City may, from time to time, require changes in the scope of the project of KBC to be performed hereunder. Such changes, including any increase or decrease in the amount of KBC's compensation and changes in the terms of this Contract which are mutually agreed upon by and between City and KBC shall be effective when incorporated in written amendment to this Contract. 4. METHOD OF PAYMENT. KBC's invoices shall be submitted to the City for approval for payment on a Net 30 basis. The City agrees to pay after approval under the terms of the Florida Prompt Payment Act F.S. 218.70. The City's performance and obligation to pay under this Contract is contingent upon an annual appropriation of the City's budget. 5. NOTICES AND CHANGES OF ADDRESS. Any notice required or permitted to be given by the provisions of this Contract shall be conclusively deemed to have been received by a party hereto on the date it is hand delivered to such party at the address indicated below (or at such other address as such party shall specify to the other party in writing), or if sent by registered or certified mail (postage prepaid) on the fifth (5th) business day after the day on which such notice is mailed and properly addressed. Kathy Blaha Consulting Kathy Blaha Principle 400 Alton Road #2403 Miami Beach, FL 33139 305-520-9578 City of Clearwater Jim Halios Director of Parks and Recreation P.O. Box 4748 Clearwater, Florida 33758 727-562-4823 Page 2 of 4 6. TERMINATION OF CONTRACT. Termination by the City is pursuant to RFP #38-21 Standard Terms and Conditions, which is incorporated by reference and attached herein as Exhibit B. 7. INDEMNIFICATION AND INSURANCE. KBC agrees to comply with all terms, provisions, insurance, and other requirements contained in Exhibit B. 8. INTERESTS OF PARTIES. KBC covenants that its officers, employees and shareholders have no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance and/or provision of services required under the terms and conditions of this Contract. 9. CONFORMANCE WITH LAWS. KBC agrees to comply with all applicable federal, state, and local laws during the life of this Contract. KBC shall be responsible for obtaining and maintaining any licenses, permits, documents, or other permissions necessary for the operation of KBC. 10. ATTORNEY FEES. In the event that either party seeks to enforce this Contract through attorneys at law, then the parties agree that each party shall bear its own attorney fees and costs. 11. GOVERNING LAW AND VENUE. The laws of the State of Florida shall govern this Contract, and any action brought by either party shall lie in Pinellas County, Florida. Page 3 of 4 IN WITNESS WHEREOF, the parties hereto have executed this Contract as of the date set forth above. Attest: KATHY BLAHA CONSULTING By: Print Name: c n Print N Secretary Title: Countersigned: By: Lk) 1144ftwi--T William B. Horne II City Manager CITY OF CLEARWATER, FLORIDA Approved as to form: Attest: Owen Kohler Assistant City Attorney Rosemarie Call City Clerk Page 4 of 4 expr A Kathy Blaha CONSULTING June 30, 2021 City of Clearwater James Halios, Director Parks and Recreation Department Re: Engagement Letter - Coachman Park Governance Dear Jim: This will confirm the engagement of Kathy Blaha Consulting (KBC) and sub -consultants to provide services to the City of Clearwater regarding development of a governance strategy for Coachman Park. The purpose of this letter is to set forth our responsibilities and fees with respect to the proposed engagement. SCOPE OF SERVICES TASK 1: INTRODUCTION: PROJECT MANAGEMENT 1.1 Kickoff meeting: KBC will work with the City team to review project plans, work plans, timetables and deliverables, establishing communication, review and decision protocols. We will establish a schedule of regular check-in calls to discuss project status, interim work products and receive guidance and direction from the City team. We will also confirm the right balance of in- person, telephone and virtual conversations with both the City team and the proposed Community Task Force. KBC will also discuss with the City team, their efforts to implement the master plan as relevant to providing a basis of understanding for governance discussions including a confirmation of KBC's understanding of the project vision and goals. Two members of the HR&A team will participate in a client kickoff meeting to confirm the City team's vision for potential audiences and usership, and programming opportunities for the site. Travel to the site will depend upon CDC travel guidelines and COVID rates in Clearwater. 1.2 KBC will work with the City team to develop a list of stakeholders and civic leaders to interview - interviews that could be done in-person during the kick-off or subsequently by telephone. 1.3 KBC will work with the City team to create a governance task force to include City staff, CRA representatives, downtown civic leaders and other important community-based stakeholders to assist and advise in the creation of the governance structure. The goal of the task force will be to affirm general agreement on governance needs and capacity; and, to develop a mission, set of goals and a governance framework that align with master plan implementation needs. 400 Alton Road, #2403 Miami Beach, FL 33139 305.520.9578 (0) 202.256.7572 (C) wrw. kbla haconsult i ng.cam Kathy Blaha CONSULTING Deliverables: Kickoff meeting summary including final scope of services and project schedule, a list of proposed task force members for review and consideration and a list of proposed stakeholder interviews. TASK 2: REFLECTION: CURRENT CONDITIONS REVIEW 2.1 KBC will work to identify the unique qualities, demographics and history specific to the project site, understanding the current roles, capacities and capabilities of the City of Clearwater and adjacent land and business owners and any other stakeholders, organizations or civic entities working on or near the park. Our goal will be to understand the City's experience and expectations in working with private and quasi -public partners; and, to learn more about the expected dimensions of the future management and operations challenge. We will also analyze policy, leadership needs, funding opportunities/limitations and other forces at work in the City. HR&A will review relevant background materials for the planned project and existing programming assets and will use this research to prepare background information for stakeholder conversations. 2.2 KBC will conduct 12-15 interviews with key stakeholders to support gaining an understanding of the project and the community expectations for the park and its operations and management. HR&A will participate in select interviews and public meetings with City staff and various community stakeholders to gather information about stakeholder visions, principles, and goals for the site, as well as programming opportunities. 2.3 Community Task Force Meeting #1: Reflection Conduct a Reflections workshop with the Task Force. At this meeting KBC and the new Task Force will review early impressions, current planning project efforts, highlighting areas that remain relevant and any that have changed or need to be refocused. Conversations with the Task Force will be partly about developing clarity around our task elements, timing and teamwork. At this meeting KBC will work with the team to: • review interview, existing conditions findings • draft vision/mission statements • brainstorm a set of draft goals for a new entity • discuss audience, usership & programming considerations Deliverables: KBC will prepare and share a briefing book with findings from review and analysis, stakeholder interviews and the draft guiding documents as discussed by the Task Force. TASK 3: EXPLORATION: RESEARCH AND OPERATIONAL CASE STUDIES 3.1 KBC will conduct a study of innovative, best -in -class governance strategies being used by other urban park and waterfront partnerships looking at organizational, financial, and 400 Alton Road, #2403 Miami Beach, FL 33139 305.520.9578 (0) 202.256.7572 (C) www.kblahaconsulting.com Kathy Btaha CONSULTING management models that may offer lessons for Clearwater. We will work with the Task Force on research criteria for 3 case studies that focus on: governance structure; flexibility tactics that allow for innovative funding strategies (not just sources); and, operating principles and procedures that ensure sustainable collaboration and long term support for project implementation and stewardship. 3.2 Operating Revenue Framework Given the redevelopment of the Park in conjunction with the City's Imagine Clearwater project, the site will require funding greater than is typical for public spaces in Clearwater. HR&A will lead the development of a funding framework that matches revenue streams to the program and vision for the park. This operating revenue framework will explore four categories of revenue sources that the park may leverage for operations. Specifically, based upon national precedents, HR&A will assess the order -of -magnitude revenue potential for earned income, value capture, contributed income, and public contribution as a way to inform the partnerships and board structure that will be needed for the park. While not a detailed business plan for the park, this framework will provide the City with sufficient information to guide park governance decision making. 3.3 Community Task Force Meeting #2: Exploration Conduct a second workshop with the Task Force to explore options and structures. At this meeting KBC will review key findings from research, review / revise mission, goals and preliminary ideas discussed during the Task Force's first meeting. Specifically KBC will lead the Task Force to: • review and mine case studies for applicability for Coachman Park • review, consider governance options • present operating revenue framework Deliverables: KBC will prepare and share a briefing book report detailing case study research and findings and a summary of the Task Force's second meeting. HR&A will prepare a report on its park operating revenue framework. Following one set of consolidated comments, HR&A will finalize its report, approximately 2 months after project commencement. TASK 4: STRUCTURE: PREPARE OPTIONS FOR A GOVERNANCE FRAMEWORK 4.1 Prepare governance, revenue framework recommendations KBC will use research findings and Task Force discussion summaries to prepare a set of draft recommendations and discussion materials for consideration by the Task Force. 400 Alton Road, #2403 Miami Beach, FL 33139 305.520.9578 (0) 202.256.7572 (C) www.kblahaconsulting.com Kathy Blaha CONSULTING 4.2 Community Task Force Meeting #3: Framework KBC will lead the Task Force through discussions around need, purpose; capacities needed and a business strategy that can support governance, including considerations of partners and collaborators. Specifically this meeting will address: • present 2-3 governance scenarios • discuss and develop draft model; recommend a draft structure • revisit and finalize draft set of organizational goals • identify coordination/collaboration needs Deliverables: A set of draft final documents including vision, mission, structure, proposed partnerships, O&M revenue recommendations and a framework for considering park programming. TASK 5: FINAL DOCUMENTS 5.1 KBC will prepare final documents and presentation materials. 5.2 KBC will assist and work with the City team to present to Staff and Council. Deliverables: Final recommendations and presentation materials. TASK 6: IMPLEMENTATION STRATEGY KBC will prepare supporting materials in concert with City staff and the Task Force that will help to launch the new governing entity, including: 6.1 Creating an implementation task list/timeline 6.2 Preparing the Task Force for transition as the new entity takes shape 6.3 Preparing a roles & responsibilities chart 6.4 Sharing board development recommendations Deliverables: A final report including a draft mission statement, draft goals and description of a governance structure, reviewed and agreed to by the Task Force. Materials to support the recommendation on a governance structure including a description of capabilities and capacity needed to activate the new structure, a timeline and task list for activation. EXPECTATIONS FOR THE CITY TEAM • Send out meeting invitations and lead coordination with task force attendees • Coordinate with our team to select and arrange meeting sites • Provide food/beverage for meetings if desired 400 Alton Road, #2403 Miarni Beach, FL 33139 305.520.9578 (0) 202.256.7572 (C) www.kblahaconsulting.com Kathy Blaha CONSULTING • Maintain a project contact list and send out any emails as needed • Help identify contacts for existing data/reports, and act as liaison as needed to track down data • Participate in regular project coordination calls • Prepare applicable resolutions and ordinances and other documents as may be requested by the City EXPECTATIONS FOR THE KBC TEAM • Participate in regular project coordination calls • Provide clear deadlines for feedback • Develop agenda for and facilitate team and task force meetings • Provide summary notes of meetings plus notes recording key project team decisions made on conference calls ASSUMPTIONS • Under current conditions we are prepared to discuss with the City Team ways to create and implement our meetings in a way that is comfortable for all participants including a mix of in- person, virtual meetings and conference calls. During the course of the project we will likely find recommendations for best practice around convening will change. We have also seen the value and practicality of using virtual meetings for routine project conversations and data confirmation. • We will provide presentations and deliverables in digital format (not printed hard copies) unless otherwise noted. • All deliverables will be provided in English only. PROJECT TASK LIST AND TIMELINE • Attached herein COST OF CONSULTING SERVICES • Attached herein If you have any questions regarding this engagement letter, please do not hesitate to contact me. Best, � .rr Kathy Blaha President Kathy Blaha Consulting, LLC 400 Alton Road, #2403 Miami Beach, FL 33139 305.5209578 (0) 202.256.7572 (C) www.kblahaconsulting.com Kathy Blaha CONSULTING PROJECT TIMELINE Task 1: Introduction Task 1.1 Kick-off meeting/site visit/project grounding Task 1.2 Meet with stakeholders (to be refined with city) Task 1.3 Create community governance task force Task 2.1 Review existing conditions Task 2.2 Task 2.3 Task 3.1 Task 3.2 Task 3.4 Sgt_. Task 4.1 Task 4.2 Conduct additional stakeholder interviews Community Task Force Meeting #1: Reflection Task 3: Exploration Complete relevant case study research Prepare operating revenue framework Community Task Force Meeting #2: Exploration Prepare gov ernance, revenue recommendations Community Task Force Meeting:#3 Framework Task 5.1 Prepare final documents Task 5.2 Present to staff and Council Task 6: Implementation Strategy Task 6.1 Prepare implementation task list/timeine Task 6.2 Prepare task force for transition Task 6.3 Prepare roles, responsibilities chart Task 6.4 Create board development recommendations k- 2022 7 8 Jan Feb s O .c V Y N n) CD G O E u_ C C C O CS 6 w .`y CT) 0) T. 2 o E C C C% C O 1 O C2 O .O m a a m 0 ri ° o U . Q) ,N 4 rl 4) v 0af (% c aj Y ?� O O p Q) ,t3 1- H F- F. d 400 Alton Road, #2403 Miami Beach, FL 33139 305.520.9578 (0) 202.256.7572 (C) www.kbtahaconsulting.com Kathy Blaha CONSULTING COST OF CONSULTING SERVICES ..,A1F6114 Hourly Rates Tasks Total 1. Project Kickoff and Plan Review 12 $3,000 2. Current Conditions Analysis/Outreach 20 $5,000 3. Exploration and Research 20 $5,000 4. Develop Structure, Revenue Framework Governance Structure 20 $5,000 Operations Revenue Framework 5. Structure and Framework Details 35 $8,750 6. Final Plan and Presentation Materials 16 $4,000 7. Implementation Strategy Report 12 $3,000 Total Hours 135 Fee Labor Total $33,750 Travel $2,450 Kathy Blaha, Project Manager $250 Sr. Advisor, Principal, Analyst, Cary Erin Lonoff Rowan Wu Hirschstein $430 $380 $190 Total 12 $7,000 $15,500 7 26 52' $3,010 $9,880 $9,880 $23,000 $900 $900 $2,000 'Le $10,000 $5,000 $5,000 $5,000 $15,500 $8,750 $4,000 $3,000 220 . „ $56,750 $4,450 Total Budget HR&A Expenses (trips) Travel Per Diem Car Rental per person Hotel Travel cost per trip/ PP $500 $100 $100 $200 $900 $36,200 $25,000 $61,200 KBC Travel Cost Per Trip Total Air (2 trips) 5500 $1,000 Car (2 trips) $225 $450 Hotel and meals (4 days) $250/day $1,000 Total $2,450 400 Alton Road, #2403 Miami Beach, FL 33139 305.520.9578 (0) 202.256.7572 (C) www.kblahaconsulting.com RFP #38-21, Exhibit B STANDARD TERMS AND CONDITIONS S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: "vendor, contractor, consultant, 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 1 RFP #38-21, Exhibit B STANDARD TERMS AND CONDITIONS S.11 require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified in writing by Contractor that they are prohibited from the manufacture, 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 2748 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 RFP #38-21, Exhibit B STANDARD TERMS AND CONDITIONS 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.Call(aamyclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. 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 RFP #38-21, Exhibit B STANDARD TERMS AND CONDITIONS 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 eight (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. 4 RFP #38-21, Exhibit B STANDARD TERMS AND CONDITIONS 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 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. 5 RFP #38-21, Exhibit B STANDARD TERMS AND CONDITIONS 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 d. Neither party will be liable for incidental, special, or consequential damages. 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 claims based on this Agreement or use of Contractor -provided supplies or services. 6 RFP #38-21, Exhibit B STANDARD TERMS AND CONDITIONS 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. 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 7 RFP #38-21, Exhibit B STANDARD TERMS AND CONDITIONS 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, Tess reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. S.37 CONTRACT ADMINISTRATION. The agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding the agreement will be referred to the administrator for resolution. Supplements may be written to the agreement 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. 8 RFP #38-21, Exhibit B STANDARD TERMS AND CONDITIONS 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 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