MASTER AGREEMENT - RFQ #01-21 SCADA SYSTEM MASTER PLANMASTER AGREEMENT BETWEEN
CITY OF CLEARWATER AND MCKIM & CREED
RFQ #01-21
SCADA SYSTEM MASTER PLAN
This AGREEMENT is made and entered into on the 17 day o 2022 by and between
the City of Clearwater, Florida (CITY) and McKim & Creed, Inc. (CONS LTANT).
WITNESSETH:
WHEREAS, the CITY desires to engage the CONSULTANT to perform certain professional services
pertinent to such work in accordance with this Agreement; and
WHEREAS, the CONSULTANT desires to provide such professional services in accordance with this
Agreement; and
WHEREAS, in accordance with the competitive selection process described in Section 287.055 of the
Florida Statutes, the CITY selected the CONSULTANT based on Request For Qualifications ("RFQ")
#01-21 and responses by the CONSULTANT to RFQ #01-21.
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:
1.0 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 or architectural practices, by exercising
the skill, care, and ability ordinarily required of such consultants performing the same or similar
services, under the same or similar circumstances, in the State of Florida, and consistent with
State of Florida professional 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 #01-21, Scope of Services.
2.2 The CONSULTANT'S services under this Agreement will be provided under a project specific
Work Order(s). Each Work Order will include the services for a single project, phase, task, or
assignment, and will contain a mutually agreed-upon detailed scope of services, project goals,
fee, and schedule of performance in accordance with applicable fiscal and budgetary
constraints. Work Orders will be incorporated by reference and attached hereto this Agreement.
Total compensation for all services shall not exceed S732.715.00 (Seven Hundred Thirty -Two
Thousand Seven Hundred Fifteen Dollars and Zero Cents) unless specifically authorized by the
1
City Council.
See Work Order attached hereto as Exhibit A.
2.3 The CONSULTANT shall maintain an adequate and competent staff of professionally qualified
personnel available to the CITY for the purpose of rendering the required engineering and/or
consultant services hereunder, and shall diligently execute the work to meet the completion time
established in the Work Orders. The CONSULTANT shall notify the CITY by U.S. Mail
addressed to the City Engineer of any changes in company contact information, including but
not limited to contact phone, address, project manager, email addresses, etc.
2.4 The CITY reserves the right to enter into contracts with other engineering and/or architect firms
for similar services. The CONSULTANT will, when directed to do so by the CITY, coordinate
and work with other engineering and/or architectural firms retained by the CITY.
2.5 The CITY reserves the right to remove any or all projects, phases, tasks, or assignments related
to this Agreement. The CITY further reserves the right to enter into contracts with other firms
for services related to such projects, phases, tasks, or assignments. The CONSULTANT will,
when directed to do so by the CITY, coordinate and work with other firms retained by the CITY.
3.0 PERIOD OF SERVICES
3.1 The CONSULTANT shall begin work promptly after receipt of a fully executed Work Order.
Receipt of a fully executed Work Order shall constitute written notice to proceed.
3.2 If the CONSULTANT'S services are delayed for reasons beyond the CONSULTANT'S
control, the time of performance shall be adjusted as appropriate.
3.3 It is the intent of the parties hereto that this Agreement continue in force for a period not to
exceed to five (5) years, subject to the provisions for termination contained herein. Assignments
that are in progress at the Termination Date shall be completed by the CONSULTANT unless
specifically terminated by the CITY. Should the CONSULTANT be in the progress of
completing work under this Agreement at the Termination Date, this Agreement shall continue
with all terms, conditions and obligations being in full force and effect until such time as the
work is completed. All provisions expressly intended to survive termination shall do so.
4.0 PROFESSIONAL SERVICES/CONSULTANT'S COMPETITIVE
NEGOTIATION ACT (CCNA)
Professional Services provided under this Agreement are within the scope of the practice of
architecture, landscape architecture, professional engineering, or registered land surveying and
mapping, as defined by the laws of the State of Florida. Provisions of F.S. 287.055 apply.
5.0 GENERAL CONSIDERATIONS
5.1 All documents including field books, drawings, specifications, calculations, geotechnical
investigation reports, etc., used in the preparation of the work shall be supplied by the
CONSULTANT and shall become the property of the CITY. The CITY acknowledges that such
2
documents are not intended or represented to be suitable for use by the CITY or others for
purposes other than those for which the documents are prepared. Any reuse of these documents
without written verification or adaptation by the CONSULTANT for the specific purpose
intended will be at the CITY's sole risk without liability or legal exposure to the
CONSULTANT.
5.2 The CONSULTANT shall prepare preliminary construction cost estimates with each design
submittal to verify the proposed design is within the City project budgets. The CONSULTANT
shall prepare a final estimate of probable construction costs, following CITY approval of the
bid documents and other pre-bid activities. The CITY hereby acknowledges that estimates of
probable construction costs cannot be guaranteed, and such estimates are not to be construed as
a promise that designed facilities will not exceed a cost limitation.
5.3 The CONSULTANT will provide expert witnesses, if required, to testify in connection with
any suit at law; subject to a supplemental agreement being negotiated between the CITY and
the CONSULTANT describing the services desired and providing a basis for compensation to
the CONSULTANT.
5.4 Upon the CONSULTANT'S written request, the CITY will furnish or cause to be furnished such
reports, studies, instruments, documents, and other information as the CONSULTANT and
CITY mutually deem necessary.
5.5 The CITY and the CONSULTANT each bind themselves and their successors, legal
representatives and assigns to the other party to this Agreement and to the partners, successors,
legal representatives and assigns of each other party, in respect to all covenants of this
Agreement; and, neither the CITY nor the CONSULTANT will assign or transfer its interest in
this Agreement without written consent of the other.
5.6 To the fullest extent permitted by law, the CONSULTANT agrees to indemnify and hold
harmless the CITY, and its officers and employees, from liabilities, damages, losses, and costs,
including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence,
recklessness, or intentionally wrongful conduct of the CONSULTANT and other persons
employed or utilized by the CONSULTANT in the performance of this CONSULTANT under
this AGREEMENT. Notwithstanding any provision herein to the contrary, this paragraph shall
not be construed as a waiver of any immunity to which CITY is entitled or the extent of any
limitation of liability pursuant to § 768.28, Florida Statutes. Furthermore, this provision is not
intended to nor shall it be interpreted as limiting or in any way affecting any defense CITY
may have under § 768.28, Florida Statutes or as consent to be sued by third parties. The
obligations under this paragraph shall expressly survive termination or expiration of this
Agreement.
PURSUANT TO SECTION 558.0035, FLORIDA STATUTES, THE CONSULTANT'S
INDIVIDUAL EMPLOYEES OR AGENTS MAY NOT BE HELD INDIVIDUALLY
LIABLE FOR NEGLIGENCE.
Neither CITY nor CONSULTANT shall be liable to the other for any special, incidental,
indirect, or consequential damages whatsoever arising out of or relating to this Agreement.
3
5.7 The CONSULTANT agrees not to engage the services of any person or persons in the employ
of the CITY to an allied capacity, on either a full or part-time basis, on the date of the signing
of this Agreement, or during its term.
5.8 Key personnel assigned to CITY projects by the CONSULTANT shall not be removed from
the projects until alternate personnel acceptable to the CITY are approved in writing by the
CITY. Key personnel are identified as: Project Manager and technical experts.
5.9 The CONSULTANT shall attach a brief status report on the projects with each request for
payment.
5.10 Unless otherwise required by law or judicial order, the CONSULTANT agrees that it shall make
no statements, press releases or other public communication concerning this Agreement or its
subject matter or otherwise disclose or permit to be disclosed any of the data, technical
processes, business affairs or other information obtained or furnished in the conduct of work
under this Agreement without first notifying the CITY and securing its consent in writing. The
CONSULTANT also agrees that it shall not publish copyright or patent any of the site-specific
data or reports furnished for or resulting from work under this Agreement. This does not include
materials previously or concurrently developed by the CONSULTANT for "In House" use.
Only data and reports generated by the CONSULTANT under this Agreement shall be the
property of the CITY.
5.11 Public Records. The CONSULTANT will be required to comply with Section 119.0701, Florida
Statutes, as may be amended from time to time, specifically to:
IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT: 727-562-4092, Rosemarie.Call@myclearwater.com, 600
Cleveland Street, Suite 600, Clearwater, FL 33755.
CONSULTANT ("contractor" only in this section 5.11) 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.
4
d) Upon completion of the contract, transfer, at no cost, to the public agency all public
records in possession of the contractor or keep and maintain public records required by
the public agency to perform the service. If the contractor transfers all public records
to the public agency upon completion of the contract, the contractor shall destroy any
duplicate public records that are exempt or confidential and exempt from public records
disclosure requirements. If the contractor keeps and maintains public records upon
completion of the contract, the contractor shall meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the public
agency, upon request from the public agency's custodian of public records, in a format
that is compatible with the information technology systems of the public agency.
e) A request to inspect or copy public records relating to a public agency's contract for
services must be made directly to the public agency. If the public agency does not
possess the requested records, the public agency shall immediately notify the contractor
of the request and the contractor must provide the records to the public agency or allow
the records to be inspected or copied within a reasonable time.
f) The contractor hereby acknowledges and agrees that if the contractor does not
comply with the public agency's request for records, the public agency shall enforce
the contract provisions in accordance with the contract.
g) A contractor who fails to provide the public records to the public agency within a
reasonable time may be subject to penalties under Section 119.10, Florida Statutes.
h) If a civil action is filed against a contractor to compel production of public records
relating to a public agency's contract for services, the court shall assess and award
against the contractor the reasonable costs of enforcement, including reasonable
attorney fees, if:
1. The court determines that the contractor unlawfully refused to comply with the
public records request within a reasonable time; and
2. At least 8 business days before filing the action, the plaintiff provided written notice
of the public records request, including a statement that the contractor has not
complied with the request, to the public agency and to the contractor.
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
5
after the notice is sent is not liable for the reasonable costs of enforcement.
6.0 COMPENSATION
6.1 The CONSULTANT shall be compensated for services rendered under this Agreement in
accordance with the provisions of each Work Order, upon presentation of CONSULTANT'S
invoice and as provided for below.
An hourly rate schedule is attached hereto as Exhibit B.
6.2 Compensation for services shall be invoiced by the CONSULTANT and paid by the CITY in
accordance with the Florida Local Government Prompt Payment Act, § 218.70, Florida
Statutes.
6.3 The CONSULTANT agrees to allow full and open inspection of payroll records and
expenditures in connection with hourly rate and cost-plus fixed fee work assignments upon
request of the CITY.
7.0 PROHIBITION AGAINST CONTINGENT FEES
The CONSULTANT warrants that it has not employed or retained any company or person, other
than a bona fide employee working solely for the CONSULTANT to solicit or secure this
Agreement and that it has not paid or agreed to pay any 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 FOR CAUSE
This Agreement may be terminated by either party with seven (7) days prior written notice, in
the event of substantial failure to perform in accordance with the terms hereof by the other party
through no fault of the terminating party. If this Agreement is terminated, the CONSULTANT
shall be paid in accordance with the provisions of outstanding Work Orders for all work
performed up to the date of termination.
9.0 ,SUSPENSION. CANCELLATION OR ABANDONMENT
If the project described in any Work Order is suspended, canceled, or abandoned by the CITY,
without affecting any other Work Order or this Agreement, the CONSULTANT shall be given
five (5) days prior written notice of such action and shall be compensated for professional
services provided up to the date of suspension, cancellation, or abandonment.
10.0 GOVERNING LAW
This Agreement shall be administered and interpreted under the laws of the State of Florida. The
exclusive venue for any proceeding or suit in law or equity arising from or incident to this
Agreement will be in Pinellas County Florida.
6
11.0 TERMINATION FOR CONVENIENCE
Either the CITY or the CONSULTANT may terminate the Agreement at any time by giving
written notice to the other of such termination and specifying the effective date of such termination
at least thirty (30) days before said termination date. If the Agreement is terminated by the CITY
as provided herein, the CONSULTANT will be paid for services rendered through the date of
termination.
12.0 PUBLIC ENTITY CRIMES
Pursuant to Florida Statute § 287.132-133, the City of Clearwater, as a public entity, may not
accept any proposal from, award any contract to, or transact any business in excess of the threshold
amount provided in § 287.017, F.S., for Category Two (currently $35,000) with any person or
affiliate on the convicted vendor list for a period of 36 months from the date that person or affiliate
was placed on the convicted vendor list unless that person of affiliate has been removed from the
list pursuant to § 287.133 (3)(f), F.S. By submitting a proposal, CONSULTANT is certifying that
Florida Statute 287.132 and 287.133 does not restrict submission.
13.0 SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS
The CONSULTANT will be required to comply with Section 287.135, Florida Statues, specifically
by executing the forms provided (attached).
14.0 RFO #01-21. STANDARD_TERMS AND CONDITIONS
All terms and conditions as set forth in RFQ #01-21, Standard Terms of Conditions are
incorporated by reference and hereto attached as Exhibit C.
15.0 ORDER OF PRECEDENCE
Any inconsistency in documents relating to this Agreement shall be resolved by giving precedence
in the following order: (i) this Agreement and subsequent Amendments; (ii) RFQ #01-21, Standard
Terms and Conditions; and (iii) Work Orders.
16.0 INSURANCE REOUIREMENTS
Insurance Requirements are set forth in Exhibit D, which is incorporated by reference and attached
hereto.
17.0 TERMINATION FOR LACK OF FUNDING
The CITY'S performance and obligation to pay under this Agreement is contingent upon an annual
appropriation by the Clearwater City Council. In the event the Clearwater City Council does not
appropriate funds for CITY to perform its obligations hereunder, CITY may terminate this
Agreement upon thirty (30) days written notice to CONSULTANT. CONSULTANT will be paid
7
for all work performed to the date of termination.
18.0 F, -VERIFY
CONSULTANT and its Subcontractors shall register with and use the E -Verify system to verify
the work authorization status of all newly hired employees. CONSULTANT will not enter into a
contract with any Subcontractor unless each party to the contract registers with and uses the E -
Verify system. Subcontractor must provide CONSULTANT with an affidavit stating that
Subcontractor does not employ, contract with, or subcontract with an unauthorized alien.
CONSULTANT shall maintain a copy of such affidavit.
The CITY may terminate this Agreement on the good faith belief that CONSULTANT or its
Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c). If this Agreement
is terminated pursuant to Florida Statute 448.095(2)(c), CONSULTANT may not be awarded a
public contract for at least 1 year after the date of which this Agreement was terminated.
CONSULTANT is liable for any additional costs incurred by the CITY as a result of the
termination of this Agreement.
See Section 448.095, Florida Statutes (2020).
[Remainder of Page Intentionally Left Blank]
8
IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the date and
year first above written.
MCKIM & CREED
By:
Print Name: 14(c& J _ ,
Title: V (C rz (90 -LS i u,
WITNESS:
By:
Print Name:
Countersigned: CITY OF CLEARWATER
7C/416-41( ffe"..1.17- VAe
Frank Hibbard Jon Jennings
Mayor City Manager
Approved as to form: Attest:
kc.A.
Owen Kohler
Assistant City Attorney
)e.,LAulkez,4_,q__* a
Rosemarie Call
City Clerk
9
SCRIJTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CIJRA AND SYRIA
CERTIFICATION FORM
PER SECTION III, 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 in the Iran Petroleum Sector List, or engaged in business operations in Cuba and Syria.
STATE OF /foe d6
COUNTY OF Vin 6 I 1 A,
Th foregoing
day of
notarized) as the
corporation/entity),
identification and w
Authorized Signature
Acy-,
Printed Name
CC, rar4d-
Title
r(ire.eJ
Name of Entity/Corporation
acknowledged before me by means of 0 physical presence or 0 online notarization on, this
l
2022, by
ersonally known
4F•F ; DIANE T. ACHINELLI
,,; MY COMMISSION # GG 178575
•• ��� .o.: EXPIRES: April 1, 2022
''f gee, :' Bonded Thru Notary Pu Underwriters
M sm 1 sion xpires:
NOTARY SEAL ABOVE
oath.
(me of person whole signature is being
14`,/(name of
(title) of /726 /17)
, or produced (type of identification) as
Notary Public
%/9T/k
Printed Name
10
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:
1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section
287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged
in a boycott of Israel; and
2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this
solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of
Israel; and
3. "Boycott Israel" or "boycott of Israel" means refusing to deal, terminating business activities, or taking other
actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli -
controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of
Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in
furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a
boycott of Israel; and
4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, 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 rip r / U
COUNTY OF LP if)
Th foregoing i
day of
notarized) as
corp
oration/entity),
id
Authorized Signature
/4(..eS'-4n0
Printed Name
t
J ( c
Title
Name of Entity/Corporation
ment was acknowledged before me by means of G7/physical presence or 0 online notarization on, this
022, by r;')/ na a of erson whose signature is being
the (title) of /�!/ (L! (name of
, or produced (type of identification) as
9 - rsonall o I
o,. '(+•.
�. ,.� ,: MY COMMISSION # GG 178575
*' EXPIRES: April 1, 2022
oath.
My Commission Expires:
NOTARY SEAL ABOVE
Vu lic �-
iPI • ��'' / ��L /
Printed Name
11
VERIFICATION OF EMPLOYMENT ELIGIBILITY FORM
PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND
USE THE E -VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY
HIRED EMPLOYEES.
THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT
THIS FORMAS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE.
The affiant, by virtue of the signature below, certifies that:
1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095.
2. The Contractor and its Subcontractors are registered with and using the E -Verify system to verify the work
authorization status of newly hired employees.
3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with
and uses the E -Verify system.
4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ,
contract with, or subcontract with unauthorized alien.
5. The Contractor must maintain a copy of such affidavit.
6. The City may terminate this Contract on the good faith belief that the Contractor
or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c).
7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public
contract for at least 1 year after the date on which this Contract was terminated.
8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract.
Authorized Signature
A' t-_� s 1
Printed Name
U c evaleS i i:(2 (!
Title
/(n- C Veer"
Name of Entity/Corporation
STATE OF riCef 40-
COUNTY
10-
COUNTY OF q),-)wo,...)
T foregoing i tru
day of ent was acknowledged before me by Tans of L�1 physical presence or ❑online notarization on, this
1 022, by r (wine of person wh s signature is being
notarized) as the ,/ i i[:1ti7L " 4— t, (title) of 91� LW 6* c � — (name of
corporation/entity), personally known , or produced (type of identification) as
identification, and n oath.
;','►,'i , DIANET.ACHINELU
• r _ MY COMMISSION # GG 178575
:•• .� o`, EXPIRES: April 1, 2022
� fh°p' Bonded Thou Notary P 1
NOTARY SEAL ABOVE
Notary Public
c‘D /67/-1/ti-1 ELL I
Printed Name
12
F () /3 / 4
`v McKIM&CREED
ENGINEERS SURVEYORS PLANNERS
CLEARWATER
BRIGHT MMD BEAUTIFUL • BAY TO BEACH
City of Clearwater
CONSULTANT WORK ORDER
Date:
02/01/2022
1. PROJECT INFORMATION:
Project Title:
SCADA System Master Plan
City Project Number:
20 -0016 -UT
City Plan Set Number:
N/A
Consultant Project Number:
171541
2. SCOPE OF SERVICES:
The City of Clearwater manages its water, wastewater and reclaimed water systems
utilizing computerized SCADA systems at all the treatment facilities and remotely
monitored sites, with access for monitoring through system computers in various
locations. This scope of work by McKim & Creed (ENGINEER) will be to develop a
Master Plan and implementation strategy for its SCADA systems to ensure customers
are served, infrastructure is sustained, and compliance obligations are met. The
independent review and evaluation will consider best practices and industry standards,
identify recommendations for upgrades and/or improvements, and will be used as a
guide for budgeting and planning for future SCADA system additions and enhancements.
The following key components of the existing SCADA infrastructure are:
• Citect SCADA, Citect Historian, Dream Reports and Hach WIMs
• Allen-Bradley (ControlLogix, CompactLogix, SLC, MicroLogix) family of PLC and
Operator Interface products
• Data Flow Systems RTU/TCUs
• Microsoft Windows and Server Operating systems
• Fiber, copper, and radio networks communications
• Desktop, tablet, and smartphone access
The sites, locations, and stations identified that are to be included in the scope of SCADA
Master Planning are:
Consultant Work Order Page 1 of 15 Revised: 10/27/2021
ENGINEERScKIM&CREED
SURV
CONSULTANT WORK ORDER
SCADA System Master Plan
20 -0016 -UT
City of Clearwater
• Raw Water Supply Wells (44)
• Pinellas County Interconnects (6)
• Water Treatment Plants (WTPs)
o Reverse Osmosis (RO) Plant -1
o RO-2
o RO-3
o WTP-3
o GWR
• Pressure regulating station (Main Library)
• Lift stations (78 total; 59 telemetered)
• Water Reclamation Facilities (WRFs)
o Marshall St.
o East
o Northeast
o Wastewater service connections (3)
• Reclaimed Water Booster Pump Stations and remote sites
o Drew St. Booster Pump Station
o Union St. Booster Pump Station
o Skycrest Storage Tank and Booster Pump Station
o Pinellas County/Oldsmar Reclaimed Interconnect and Storage Tank
o Water bodies at Golf Courses/Driving ranges (6)
I. PROJECT MANAGEMENT:
Task 1: Project Management
1.1 Provide project management for the duration of the project. This
will include project setup, coordination, meetings, invoicing,
subcontractor management and scheduling as well as QA/QC for
project deliverables.
1.2 Conduct a project kick-off meeting with the City to review the scope
and schedule of the project and establish the project goals. A
meeting agenda will be provided prior to the meeting and minutes
will be prepared and distributed after the meeting.
1.3 Conduct monthly project status update meetings through the
duration of the project to review the current project status and
maintain a positive project execution. Meeting agendas will be
provided prior to the meeting and minutes will be prepared and
developed after the meeting. This is estimated as eleven (11) status
meetings.
Consultant Work Order
Page 2 of 15 Revised: 10/27/2021
-,kir ENGINEERS McK1M&CREED
CONSULTANT WORK ORDER
SCADA System Master Plan
20 -0016 -UT
City of Clearwater
1.4 Monthly invoicing will include a status report summarizing the work
completed during the invoice period and a look ahead for work
planned for the upcoming period.
II. DATA COLLECTION & FIELD INVESTIGATIONS:
Task 2: Data Collection & Field Investigations
2.1 Develop a data collection form/checklist for site and station visits.
2.2 Review the 2013 SCADA Master Plan. Evaluate the
recommendations listed in the plan and identify which have been
implemented. Of those that have not been implemented,
determine their current viability.
2.3 Perform field investigations at the City's primary facilities as
identified above and a representative sample of up to thirty (30) lift
stations. It is assumed each lift station site visit will be conducted by
a single McKim & Creed I&C Specialist and take approximately 60
minutes not including driving time between sites. Visits will include
at least one site that is not currently telemetered to document
required provisions to add remote monitoring. Sites in addition to
the 30 identified will require additional funding of $250 per site.
2.4 Collect and document information from field equipment,
installations, projects currently under design, and designs under
construction. Items investigated and documented will be:
2.4.1 Existing SCADA networks and automation system
installations. For sites with no SCADA provisions,
documentation will be made to the availability of
space and upgrades that would be required to add
SCADA and telemetry.
2.4.2 PLC and RTU hardware and firmware revisions
2.4.3 Control network protocols and parameters
2.4.4 Communication devices such as routers, radios,
modems
Consultant Work Order Page 3 of 15 Revised: 10/27/2021
MV ENGINSURVEYORSREEED
CONSULTANT WORK ORDER
SCADA System Master Plan
20 -0016 -UT
City of Clearwater
2.4.5 Software versions, service packs and licenses
2.4.6 General condition of installed automation equipment.
This will include a cursory observation of the state of
the automation equipment including panels and
components for corrosion, wear, moisture,
organization, etc.
2.5 Collect and review any City documentation pertinent to the SCADA
and communication systems. This will include system architecture
drawings, Standard Operating Procedures, Management of Change
documents and cybersecurity policies.
2.6 Assemble the collected information in a draft technical
memorandum (TM) and present to the City for review and
comment. The TM will be organized by site for easy distribution.
2.7 Modify the draft TM per agreed upon comments and distribute a
final TM to the City.
III. WORKSHOPS:
Task 3: Workshops
3.1 Conduct eight (8) workshops with City staff to review collected
information, interview staff to establish vision, goals, preferences,
and concerns. Workshops will be topic focused to maximize the
information collected while minimizing City time. The following
workshops will be conducted:
• Director and senior staff goals, vision, growth plans and staffing
needs
• SCADA and Historian software
• PLC and RTU Hardware
• Communications (telemetry and internal plant control
networks)
• Ancillary System integration (CMMS/OWAM, Hach WIMS, LIMS,
GIS, etc.)
• Cybersecurity — to be performed by Crimson Resolve
(subconsultant)
• Technology evaluation and selection -1
Consultant Work Order Page 4 of 15 Revised: 10/27/2021
UIVI&\/ ENGINEERS REED
CONSULTANT WORK ORDER
SCADA System Master Plan
20 -0016 -UT
City of Clearwater
• Technology evaluation and selection - 2
• Technology evaluation and selection - 3
3.2 Prior to each workshop, prepare and distribute an agenda of
discussion topics so all attendees can be prepared. After completion
of each workshop, prepare and distribute workshop notes to the
workshop attendees and project management for review and
comment.
3.3 Modify the draft workshop notes per agreed upon comments and
distribute final notes to the City.
IV. SCADA CYBERSECURITY AUDIT:
Task 4: Cybersecurity Audit — to be performed by Crimson Resolve
(subconsultant)
4.1 Review all information that is relevant to performing the
assessment, including but not limited to network diagrams,
hardware, software, configuration management, and patch
management assets.
4.2 Perform a comprehensive vulnerability assessment. Vulnerability
and network scans will not include the City's enterprise network and
will not include any IP addresses outside of the SCADA network. The
assessment will be comprised of the following activities:
4.3 Infrastructure Audit: Facilitate an evaluation of the City's current
security posture using the most effective of the following tools
available (DHS, EPA, AWWA, etc.) based on the City's infrastructure
and apply the information collected to the risk scoring exercise.
4.4 Network Diagram Analysis and On-site Survey: Review the network
architecture and validate the drawings accurately depict the
physically installed systems. Any unexpected devices found during
the survey (especially WAN or RF transmitting) will be immediately
communicated to City personnel. Information will include IP
addresses for unexpected devices.
Consultant Work Order Page 5 of 15 Revised: 10/27/2021
V ENGINE CREED
CONSULTANT WORK ORDER
SCADA System Master Plan
20 -0016 -UT
City of Clearwater
4.5 Interviews: Interview system operators, SCADA support personnel
and IT network administrators to better understand how the
systems are operated, maintained, and accessed both internally and
externally.
4.5.1 Passive Network Traffic Scan: Mirror network ports on
switches that are accessible and passively capture
network traffic. For further analysis, use offline tools
such as the NSA's GrassMarlin to better visualize the
nodes that make up the active devices on the network,
scrutinizing industrial control systems protocol traffic
for any anomalies.
4.6 SCADA System Cybersecurity Report
4.6.1 Prepare a draft stand-alone report that will serve as a
comprehensive document and guide for City
stakeholders to improve their cybersecurity maturity
that will include the following items:
Risk Score, Threat Environment, and Maturity Model:
All of the data collected through the audit and
interview process will be analyzed and scored using
industry standard methods. The threat environment
will be quantified based on active intelligence
gathering and compared to the cyber risk. The
maturity model will be designed to provide a holistic
view of the City's security posture compared to the
industry in general using the Cybersecurity Capability
Maturity Model (C2M2).
Recommendations: Prepare and propose immediate
and Tong -term recommendations to improve the risk
posture and reduce vulnerabilities resulting in an
improvement of the risk score and maturity status over
time.
4.6.2 Modify the draft report per agreed upon comments
and distribute a final report to the City.
Consultant Work Order Page 6 of 15 Revised: 10/27/2021
V ENGi�+E� SCREES D
CONSULTANT WORK ORDER
SCADA System Master Plan
20 -0016 -UT
City of Clearwater
V. SYSTEM ANALYSIS AND RECOMMENDATIONS:
Task 5: System Analysis and Recommendations
5.1 Review the collected information and the results of the workshops
to determine the current system deficiencies, outdated system
technologies, opportunities for improvement to improve capabilities
and ability to perform a disaster recovery. Include City staff's ability
to support and maintain the system as an evaluation criteria. The
technical memorandum (TM) to document staffing (TM -6, see
Subtask 5.7) will include recommendations on staff positions
required to support SCADA.
5.2 Perform industry and market research to identify technologies and
processes that can be implemented to improve the capability,
stability, security, and resiliency of the system. Areas researched
will be redundancy of power, hardware, software and
communications, security enhancements such as cameras and two -
factor authentication, introduction of IIoT devices, and artificial
intelligence.
5.3 Analyze the vulnerability of the SCADA systems at each facility and
each remote station to changes in sea level. Using the physical
addresses of each location, as provided by the City, evaluate the
vulnerability of the SCADA system components and their
relationship to the 100 -year flood level. Base flood elevations, also
known as the 100 -year flood elevation and the 1% annual chance
flood, will be based on Federal Emergency Management Agency
(FEMA) Flood Insurance Rate Map (FIRM) approved at the time of
design for the specific project site area. A list of vulnerable
components will be provided with an identification of the
vulnerability and potential corrections.
5.4 Evaluate the remote lift station's DFS system for long term viability
and solutions to combine it with the facility SCADA system.
5.5 Conduct a workshop with City staff to discuss SCADA system goals
and determine evaluation criteria. Anticipated criteria include:
Consultant Work Order Page 7 of 15 Revised: 10/27/2021
VENGINEERS SURVEYORSREED
CONSULTANT WORK ORDER
SCADA System Master Plan
20 -0016 -UT
City of Clearwater
• Cost
• Scalability
• Support
• Functionality
• Ease of Use
• Cybersecurity
• Data interoperability
5.6 Evaluate Citect SCADA and up to three (3) other vendor SCADA
packages based on the criteria developed in the workshop. Prepare
a technical memorandum detailing the evaluation and
recommendations for the purpose of satisfying sole source
procurement.
5.7 Develop conceptual control room layouts for all treatment plant
facilities. Layouts will be scaled sketches and will not include
architectural drawings or renderings.
5.8 Recommend corrections, modifications, removal, and additions to
the system to achieve the goals identified in the workshops through
methods determined in the system analysis.
5.9 Prepare draft TMs detailing the findings of the field investigation,
results of the analysis and recommendations. Prior to issuing the
final TMs, a meeting to review and discuss the contents will be held
and agreed upon comments will be incorporated into the final TM
version issued to the City. These TMs will be the beginning of the
final master plan report development. Six (6) TMs will be developed
to cover the various areas of the study. They are:
• TM -1: SCADA System
• TM -2: PLCs and RTUs
• TM -3: Communications
• TM -4: Ancillary Systems
• TM -5: Cybersecurity
• TM -6: Staffing
VI. SCADA MASTER PLAN REPORT:
Task 6: SCADA Master Plan Report
Consultant Work Order Page 8 of 15 Revised: 10/27/2021
E cKIMINEERS CREED
CONSULTANT WORK ORDER
SCADA System Master Plan
20 -0016 -UT
City of Clearwater
6.1 Using the six TMs developed in Task 5.1.7 as a guide and resource,
develop a draft master plan report to summarize the field
investigations, workshops, analysis, and recommendations.
Included in the report will be a description of the process, the vision
and goals of the City, the deficiencies found in the existing system,
the recommendations to fix those deficiencies, and opportunities for
improvement and enhancement. The report will include an
Executive Summary which will provide a management level
summary of system recommendations. The report will be provided
to the City for review and comment.
6.2 As part of the master plan report, a draft prioritized list of projects
will be developed to assist the City with budget planning and
prioritization to achieve the goals identified for the SCADA system.
Projects will be detailed with a summarized scope, budget,
estimated implementation timeframe and implementation year.
6.3 Review the report contents with project management and City staff
team members and receive City comments. Modify the draft report
and project list per agreed upon comments and distribute the final
report.
6.4 Upon completion and acceptance of the final report, ENGINEER will
prepare a presentation for City staff. The presentation will review
the project and describe the findings, recommendations, and
projects to achieve the goals and vision of the City.
VII. SYSTEM DOCUMENTATION:
Task 7: System Documentation
7.1 Perform a gap analysis between the existing P&ID's and what is
observed as installed in each facility and remote station. Perform
site visits to each plant and all remote stations (pump stations, lift
stations, wells and interconnects) and compare the P&ID provided
by the City to the current installation. Prepare a technical memo
itemizing either by P&ID or by plant, what is different between the
P&IDs and the current installation. Differences identified will be
limited to large vessels, instruments, and motors.
Consultant Work Order Page 9 of 15 Revised: 10/27/2021
V ENGIUEgIVREED
CONSULTANT WORK ORDER
SCADA System Master Plan
20 -0016 -UT
City of Clearwater
3. PROJECT GOALS:
• Review and documentation of the existing SCADA system, PLC hardware and
communications systems
• Comprehensive SCADA system cybersecurity audit.
• Evaluation and identification of improvements to the SCADA system focused on
product lifecycle, ease of migration, maintainability, expandability, flexibility,
redundancy, resiliency, and usability.
• A list of prioritized projects to aid in capital planning.
• Gap analysis of the current P&IDs to existing plants
Project deliverables will include*:
Meeting minutes (electronic issue)
Field Investigation and Data Collection Technical Memorandum (electronic issue)
Workshop minutes (electronic issue)
SCADA Cybersecurity Report (electronic issue)
SCADA System Analysis Technical Memorandum (electronic issue)
PLCs and RTUs Analysis Technical Memorandum (electronic issue)
Communications Analysis Technical Memorandum (electronic issue)
Ancillary Systems Analysis Technical Memorandum (electronic issue)
Cybersecurity Analysis Technical Memorandum (electronic issue)
Staffing Analysis Technical Memorandum (electronic issue)
SCADA Master Plan Report (electronic and one (1) printed copy issue)
SCADA Master Plan PowerPoint Presentation (electronic issue)
P&ID Gap Analysis Technical Memorandum (electronic issue)
*AII deliverables will be submitted as a Draft version, then a Final version after
incorporation of City comments.
4. FEES:
This price includes all labor and expenses anticipated to be incurred by McKim & Creed
for the completion of these tasks in accordance with Professional Services Method "A" —
Hourly Rate, for a fee not to exceed Seven Hundred Thirty -Two Thousand, Seven
Hundred Fifteen Dollars and Zero Cents ($732,715.00).
Consultant Work Order Page 10 of 15 Revised: 10/27/2021
4 MCKIM&CREEORS D
ENGINEERS
CONSULTANT WORK ORDER
SCADA System Master Plan
20 -0016 -UT
City of Clearwater
Fees do not include permits or permit fees.
See Attachment "A" for a breakdown of the total cost per task and/or phase for these
engineering services.
5. SCHEDULE:
The project is to be completed in 14 months from issuance of notice -to -proceed. The
project deliverables are to be phased as follows:
Project Kick-off Meeting: 10 calendar days
Field Research: 350 calendar days
Workshops: 108 calendar days
SCADA Cybersecurity Audit: 169 calendar days
System Assessments and Recommendations: 195 calendar days
Project Scope and Budget Development 259 calendar days
SCADA Master Plan Report 351 calendar days
SCADA Master Plan Presentation 366 calendar days
P&ID Gap Analysis 400 calendar days
Project Close-out 420 calendar days
6. STAFF ASSIGNMENT:
Consultant Work Order
Page 11 of 15
Revised: 10/27/2021
Rich Gardner
City of Clearwater
Public Utilities Director
Jeremy Brown
City of Clearwater
Engineering Manager, Utilities
David Ojeda
City of Clearwater
Engineering Specialist, Stormwater
Fred Hemerick
City of Clearwater
Public Utilities Water Quality and
Production Assistant Manager
Kervin St. Aimie
City of Clearwater
Public Utilities Infrastructure Maintenance
Assistant Manager
Mike Gilliam
City of Clearwater
Public Utilities Infrastructure Maintenance
Manager
Consultant Work Order
Page 11 of 15
Revised: 10/27/2021
e McKIM&VECREED
CONSULTANT WORK ORDER
SCADA System Master Plan
20 -0016 -UT
City of Clearwater
Christina
Goodrich
City of Clearwater
Public Utilities Wastewater Environmental
Technologies Manager
Travis Teuber
City of Clearwater
Public Utilities Wastewater Environmental
Technologies Assistant Manager
Michael Flanigan
City of Clearwater
Public Utilities Assistant Director
Tara Kivett
City of Clearwater
Engineering Director / City Engineer
Elliot Shoberg
City of Clearwater
Engineering Assistant Director
Glenn Daniel
City of Clearwater
Public Utilities Water, Reclaimed, &
Wastewater Collections Manager
Sabrina Schute
City of Clearwater
Information Technology Manager (Network
Tech)
Dan Mayer
City of Clearwater
Information Technology Director
Laurie Kusmaul
Black & Veatch
Project Manager
Rebecca Oliva
Black & Veatch
Project Controls & Administration
Julie Inman
Black & Veatch
Technical Advisor
Mike Tweedel
ENGINEER
Project Manager
Mike Stoup
ENGINEER
Principal
Flavio Velecela
ENGINEER
Technical Lead
Eric Brown
ENGINEER
Project Manager I
Ian Ott
ENGINEER
l&C Specialist
Doug Johnson
ENGINEER
Senior I&C Specialist
Chris Anderson
ENGINEER
Senior Designer
Crimson Resolve
ENGINEER
Cybersecurity Subconsultant
7. CORRESPONDENCE/REPORTING PROCEDURES:
Consultant's project correspondence shall be directed to:
Mike Tweedel with copies to Mike Stoup.
All City project correspondence shall be directed to:
Laurie Kusmaul with copies to Rebecca Oliva, Richard Gardner, Jeremy Brown and
others as appropriate.
Consultant Work Order
Page 12 of 15 Revised: 10/27/2021
ENGI vEo CREED
CONSULTANT WORK ORDER
SCADA System Master Plan
20 -0016 -UT
City of Clearwater
8. INVOICING/FUNDING PROCEDURES:
City Invoicing Code: Jell/7-U/ 5-3°00 416 702/
For work performed, invoices shall be submitted monthly to:
ATTN ACCOUNTANT
CITY OF CLEARWATER, ENGINEERING DEPARTMENT
PO BOX 4748
CLEARWATER, FLORIDA 33758-4748
Contingency services will be billed as incurred only after written authorization provided
by the City to proceed with those services.
9. INVOICING PROCEDURES:
At a minimum, in addition to the invoice amount(s) the following information shall be
provided on all invoices submitted on the Work Order:
1. Purchase Order, Project and Invoice Numbers and Contract Amount.
2. The time period (begin and end date) covered by the invoice.
3. A short narrative summary of activities completed in the time period.
4. Contract billing method — Hourly Rate.
5. Hours, hourly rates, names of individuals being billed, amount due, previous
amount earned, the percent completion, total earned to date for each task and
other direct costs (receipts will be required for any single item with a cost of $50
or greater or cumulative monthly expenses greater than $100).
6. If the Work Order is funded by multiple funding codes, an itemization of tasks
and invoice amounts by funding code.
10. CONSIDERATIONS:
Consultant acknowledges the following:
1. The Consultant named above is required to comply with Section 119.0701,
Florida Statutes, where applicable.
2. All City directives shall be provided by the City Project Manager.
3. "Alternate equals" shall not be approved until City Project Manager agrees.
4. All submittals must be accompanied by evidence each has been internally
checked for QA/QC before providing to City.
5. Consultants/Contractors are not permitted to use City -owned equipment (i.e.
sampling equipment, etc.).
6. Documents posted on City website must ADA accessible.
Consultant Work Order Page 13 of 15 Revised: 10/27/2021
ENGINEERS SURVEYREED
CONSULTANT WORK ORDER
SCADA System Master Plan
20 -0016 -UT
City of Clearwater
11. ADDITIONAL CONSIDERATIONS:
All work orders should include considerations for the following:
1. Sea Level Rise and Flood Resilience, as applicable.
2. Submittal of a Critical Path Method (CPM) Schedule(s).
3. Submittal of a Project Catalog with the following items, as appropriate:
a. Data requests, assumptions, critical correspondence, meeting agenda,
sign -in sheets, meeting minutes, document comment -response log(s),
technical memorandum/reports, addenda, progress reports, regulatory
correspondence, and other project -related documents.
b. If construction project, also include design plans, conformed plans,
change orders, field orders, RFIs, work change directives, addenda,
progress reports, shop drawing and progress submittals, as-builts, record
drawings, and other project -related documents such as O&M manuals
and warranty information.
c. At the conclusion of the project, ENGINEER will combine this information
into a Project Catalog and submit to the City for review and comment.
4. Arc Flash labeling requirements:
a. All electrical designs and construction shall adhere to NFPA 70 E
"Standard for Electrical Safety in the Workplace".
b. Updated calculations of Fault and Arc Flash, and provisions for new or
updated Arc Flash equipment labeling shall be included in the contract
documents.
12. SPECIAL CONSIDERATIONS:
12.1 Collection and documentation of specific part numbers of equipment are not
included.
12.2 Collection of instrumentation information is not included.
12.3 Correction of system documentation (as -built quality) or the research to
completely identify all deficiencies therein is not included.
12.4 Items not included in the P&ID Gap Analysis include:
Piping research
Process research
Research of items not reasonably accessible
12.5 Correction of system documentation (as -built quality) or the research to
completely identify all deficiencies therein is not included.
Consultant Work Order Page 14 of 15 Revised: 10/27/2021
V ENGINEERS SURVEYREED
CONSULTANT WORK ORDER
SCADA System Master Plan
20 -0016 -UT
City of Clearwater
12.6 A single review cycle of three (3) weeks for most documents is assumed and
reflected in the prepared fee and schedule. Some more detailed or lengthy
deliverables may have a review cycle of 4 weeks which will be discussed during
monthly project status update meetings and decided upon by the group. The City
is requested to assemble all comments into a single file for more efficient review
and application.
SIGNATURES:
PREPARED BY:
Mike Stoup, P.E.
Vice President
McKim & Creed
Z(2
APPROVED BY:
Tara Kivett, P.E.
City Engineer
City of Clearwater
Date Date
Consultant Work Order Page 15 of 15 Revised: 10/27/2021
4 MNcENG&CREED
ATTACHMENT "A"
CONSULTANT WORK ORDER — PROJECT FEES TABLE
SCADA System Master Plan
20 -0016 -UT
City of Clearwater
CONSULTANT WORK ORDER
PROJECT FEES TABLE
Task
Description
Subconsultant
Services
Labor
Total
1
Project Management
$0
$58,300
$58,300
2
Data Collection & Field Investigations
$0
$100,700
$100,700
3
Workshops
$8,000
$37,440
$45,440
4
Cybersecurity Audit
$98,000
$22,120
$120,120
5
System Analysis and Recommendations
$0
$152,930
$152,930
6
SCADA Master Plan Report
$0
$70,860
$70,860
7
P&ID Gap Analysis
$0
$117,300
$117,300
SUBTOTAL
$106,000
$559,650
$665,650
8
Contingency (10%)
$0
$0
$66,565
9
Other Direct Costs (prints, photocopies, postage, etc.)
$500
GRAND TOTAL:
$732,715
Consultant Work Order — Project Fees Table
Page 1 of 1 Revised: 10/27/2021
ATTACHMENT "B"
CONSULTANT WORK ORDER — CITY DELIVERABLES
vV MCIQM&CREED SCADA System Master Plan
ENGINEERS SURVEYORS PLANNERS 20 -0016 -UT
City of Clearwater
CONSULTANT WORK ORDER
CITY DELIVERABLES
1. FORMAT:
The design plans shall be compiled utilizing the following methods:
1. City of Clearwater CAD standards.
2. Datum: Horizontal and Vertical datum shall be referenced to North American
Vertical Datum of 1988 (vertical) and North American Datum of 1983/90
(horizontal). The unit of measurement shall be the United States Foot. Any
deviation from this datum 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.
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 (including CAD and Specification files) must be delivered upon
completion of project or with 100% plan submittal to City of Clearwater.
Consultant Work Order — City Deliverables
Page 1 of 1 Revised: 10/27/2021
Attachment "B"
00.0.# MCKEM&CREED
City of Clearwater SCADA Master Plan Schedule of Hourly Rates
Employee Classification (Role) (Rate/Hour)
Vice President (Principal) $270.00
Engineering Manger $260.00
Senior Project Manager (Project Manager III) $225.00
Project Manager (Project Manager II) $196.00
Scientist IV (Technical Lead) $175.00
Scientist III (Senior I&C Specialist) $160.00
Scientist I $140.00
I&C Specialist $133.00
Engineer Intern $128.00
Senior Designer $150.00
Designer I $105.00
Sr. Project Administrator $100.00
Administrative/Clerical $86.00
Subconsultant
Subconsultant costs are actual incurred times a factor of 1.00. Actual costs shall be based on
billing rates for required labor classifications.
Other Direct Costs
Other direct costs are actual costs incurred for travel outside of the Tampa Bay area, printing, copying,
long distance phone calls, etc.
RFQ #01-21, Exhibit C
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, Ccntractor 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
RFQ #01-21, Exhibit C
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
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 Iiahle 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 #01-21, Exhibit C
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(e1mvclearwater.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
RFQ #01-21, Exhibit C
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
RFQ #01-21, Exhibit C
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 (ifapplicable); 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
RFQ #01-21, Exhibit C
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 it.
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 [OMITTED]
S.26 WARRANTY. Contractor warrants that the services and materials will be performed in a manner
consistent with that degree of care and skill ordinarily exercised by members of the same profession
practicing in the State of Florida. Nothing in this Agreement is intended to create, nor shall it be
construed to create, a fiduciary owed by either party to the other. 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.
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
6
RFQ #01-21, Exhibit C
STANDARD TERMS AND CONDITIONS
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
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
7
RFQ #01-21, Exhibit C
STANDARD TERMS AND CONDITIONS
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 govemment
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 ovemight 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
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.
8
MASTER AGREEMENT BETWEEN
CITY OF CLEARWATER AND MCKIM & CREED
RFQ #01-21
SCADA SYSTEM MASTER PLAN
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. 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
*he 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" except for Workers'
Compensation and Professional Liability Insurance. 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 #01-21
P.O. Box 4748
Clearwater, FL 33758-4748
b. CONSULTANT shall provide thirty (30) days written notice of any cancellation, non -renewal,
termination, 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.