Loading...
Contract 2020-027ADocuSign Envelope ID: 8455CC37-17A7-44D1-8257-2AD392AC2F61 #2020-27-A AGREEMENT No. 2020-27 FOR SUPERVISORY CONTROL AND DATA ACQUISITION (SCADA) SERVICES THIS AGREEMENT, is made and entered into this day of [, 2020, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and CURRY CONTROLS COMPANY, whose address is: 4245 South Pipkin Road, Lakeland, FL 33811, (hereinafter referred to as "CONTRACTOR"). WHEREAS, Polk County BCC through the public procurement process awarded an Agreement for Supervisory Control and Data Acquisition (SCADA) systems and related subsystems, Contract Number 16-049; WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's response thereto and Agreement in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the Polk County BCC Contract Number 16-049; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I — SCOPE OF WORK The CONTRACTOR shall provide assistance with SCADA planning, designing and integration including subsystems such as electrical, instrumentation, servers, and network communications as they relate to the utility SCADA system as described in the Polk County BCC Contract Number 16-049, which is attached hereto and incorporated herein as Exhibit "A" and shall perform everything required by this Agreement and the other exhibits attached hereto. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR that is not specified in the CITY's purchase order. To the extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. ARTICLE II — THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Unit Price Schedule as set forth in Exhibit `13% attached hereto and incorporated herein. ARTICLE III — TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties, and shall remain in effect until July 4, 2021, unless terminated or renewed by the Polk County BCC. DocuSign Envelope ID: 8455CC37-17A7-44D1-8257-2AD392AC2F61 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR b) if CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon the performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. Upon mutual Agreement of the parties, this Agreement may be renewed as per Polk County BCC Contract Number 16-049 provisions. ARTICLE IV — COMMENCEMENT AND COMPLETION OF WORK The CONTRACTOR shall provide all items in the timeframe as reasonably set forth in the applicable purchase order or notice to proceed. ARTICLE V — PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of products to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted deliveries and undisputed product delivered and services provided, within thirty (30) calendar days of receipt of the invoice. ARTICLE VI — DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. 2 DocuSign Envelope ID: 8455CC37-17A7-44D1-8257-2AD392AC2F61 ARTICLE VII — INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the.Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 2. CONTRACTOR's Commercial General Liability Insurance - The Contactor shall take out and maintain during the life of this Agreement, Commercial General Liability and Business Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be minimum limits as follows: (a) CONTRACTOR's Commercial General, $1,000,000 Each, ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit; (b) Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit; (c) Miscellaneous Professional Liability, $2,000,000 Each Claim and Aggregate Limit; (d) Cyber Risk Liability, $1,000,000 Per Occurrence; (e) Employers Liability, $1,000,000 Each Accident, $1,000,000 Disease — Each Employee, $1,000,000 Disease — Policy Limit; Insurance clause for both COMMERCIAL GENERAL AND AUTOMOBILE BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. SubCONTRACTOR's Commercial General Liabilitv Insurance - The CONTRACTOR shall require each of his subCONTRACTORs to procure and maintain during the life of its subcontract, insurance of the type specified similar to above per their scope of work and what is required with their contract with CONTRACTOR. 4. Indemnification Rider 3 DocuSign Envelope ID: 8455CC37-17A7-44D1-8257-2AD392AC2F61 (a) To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY its agents and its employees from and against all claims, damages, losses and expenses, including but not limited to reasonable attorney's fees, arising out of or resulting from its performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subCONTRACTOR, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not such acts are caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article; however, this indemnification does not include sole acts of negligence, damage or losses caused by the CITY and its other contractors. (b) In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. ARTICLE VIII — NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: Curry Controls Company 4245 South Pipkin Road Lakeland, FL 33811 Attn: David L. Curry CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 4 DocuSign Envelope ID: 8455CC37-17A7-44D1-8257-2AD392AC2F61 ARTICLE IX — MISCELLANEOUS 1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 2. Waiver. The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. Severability. If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment. Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. Entire Agreement. This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 6. Assignment. Except in the event of merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 7. Venue. The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 8. Applicable Law. This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9. Public Records. Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: 5 DocuSign Envelope ID: 8455CC37-17A7-44D1-8257-2AD392AC2F61 (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. ARTICLE X — AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order/Notice to Proceed 3. All documents contained in the Polk County BCC Contract Number 16-049 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this day of .2020. 9 DocuSign Envelope ID: 8455CC37-17A7-44D1-8257-2AD392AC2F61 City of Clermont Curry Controls Company D= Signed by: By:FV bwn Danny Curry (Name Prmted or -Typed) vice president Title Attest: Corporate Secretary (Name Printed or Typed) DocuSign Envelope ID: 8455CC37-17A7-44D1-8257-2AD392AC2F61 Exhibit A Introduction Polk County, a political subdivision of the State of Florida, seeks the submittal of proposals from firms qualified in Supervisory Control and Data Acquisition (SCADA) planning, designing, and integration including subsystems such as electrical, instrumentation, servers, and network communications as they relate to the utility SCADA system. The successful firm(s) shall have experience in the water and/or wastewater industry and a proficient understanding of SCADA systems, network communications, computer and server systems, telemetry, electrical power, motor control, electrical safety, and instrumentation for a variety of platforms and manufacturers. The County reserves the right to contract with one or more Professional Services Providers, as deemed to be in the best interest of the Polk County, having full or partial capabilities in the listed areas of SCADA, and subcategories of electrical, instrumentation, server systems, and network communication in order to provide the County with a full suite of services. Proposers will be chosen based upon the expertise and experience listed as it pertains to the work described. Selection of a qualified firm under this RFP is not a guarantee of work. Work will be distributed to selected firms based on that firm's expertise as it relates to a given scope of work. In some instances multiple firms may be used to deliver separate scopes of work for the same project. All work must be performed in accordance with applicable Federal, State and Local regulations. SCOPE OF SERVICES AND SPECIFICATIONS During the term of the contract, work is performed as a series of individual work authorizations. Each work authorization, initiated by the County, is defined cooperatively by the County and professional service provider. Work Authorizations may include planning, design, installation, repair, replacement, and programming of SCADA, electrical, instrumentation, server, and network systems. These services include but are not limited to engineering, maintenance, repair, refurbishment, programming, construction, and replacement of SCADA and related assets including control panels, programmable logic controllers (PLCs), HMI software platforms, power systems, motor control equipment, instrumentation, server systems, network communication systems, and remote terminal units (RTUs). The successful Proposers shall furnish all parts, materials, equipment, subcontractors, labor, and supervision as necessary to program, maintain, furnish and install the assigned work as outlined in the agreed upon scope of work provided with each work authorization. The county's SCADA components are critical assets and as such must remain in service 24 hours per day, 7 days per week, and 52 weeks per year. Firms must be able to respond on -site or via remote VPN access for software issues within four (4) hours of being contacted by county staff to address emergency situations that may arise as a result of the work the Firm is performing and for 30 days after completion of the Firm's work. 4 Revised 05/04/15 DocuSign Envelope ID: 8455CC37-17A7-44D1-8257-2AD392AC2F61 The following lists major SCADA tasks that the selected Professional Service Provider will be expected to perform: 1. Provide engineering and technical services to smoothly integrate each project into the County's existing SCADA infrastructure. Develop logical and technically sound phasing and scheduling of individual components for all projects. 2. Provide design services for SCADA system architecture, communications networks, electrical power systems, motor control systems, lighting, grounding, and process and instrumentation diagrams. 3. Planning and integration of multiple independent SCADA systems into a unified utility -wide system best suited for the County. 4. Design, maintain, install and program remote telemetry units, programmable logic controllers, servers, network equipment, and associated electrical and instrumentation equipment associated with operation of the County's Utility systems. 5. Properly document all system changes, revisions, modifications, and improvements such that a chronological list of activities is maintained throughout the duration of each work authorization. Provide as -built documentation and Operation and Maintenance manuals for all work performed. 6. Provide as -needed services to quickly resolve problems, restore connections, and maintain network connectivity of all County SCADA systems. 7. Provide all work in accordance with County Utilities Codes, existing standards, and preferences. 8. Provide SCADA programming for new automated control processes and to modify existing automated control processes in coordination with the County's existing standards and systems. 9. Design and implement server systems in support of the County SCADA system for SCADA specific applications and general server infrastructure such as active directory, disaster recovery, routine backups, and services such as DNS and DHCP. 10. Design and implement network security rules, system routing, and network configurations for high availability and secure network communications in accordance with industry standards. 11.Support the County's electrical safety program through safe and reliable electrical installations and safety studies including short circuit current and coordination studies. 12. Install and calibrate instrumentation including but not limited to pressure transmitters, level transmitters, flow meters, and analyzers. Technical Competency Professional Service Providers must show a high level of technical competency in one or more of the following technical competency groups. SCADA Technical Competency 5 Revised 05/04/15 DocuSign Envelope ID: 8455CC37-17A7-44D1-8257-2AD392AC2F61 Provide expertise necessary to design, maintain, inspect and implement SCADA systems consisting of, but not limited to: • Design of SCADA system architectures and creation of P&IDs for process control systems. • Configuration and programming of PI -Cs specifically including the following: o Modicon PLC platforms o GE PLC platforms o Motorola Remote Terminal Units o Siemens PLC platforms o Allen Bradley PLC platforms ■ Configuration and programming of HMI systems specifically including the following: o Trihedral VTScada o Proficy iFIX and Historian • Industrial communication networks including the following: o Siemens Profibus DP/PA and Profinet communications o Modbus and Modbus TCP o DNP3 Ethernet communications o MDLC communications • Design and construction of industrial control panels o UL Certified 508A Panel Manufacturer shall construct all panels. All control panels supplied shall have UL 508A label affixed. • Cellular Modem communication • Instrumentation. • Schneider Electric/Square D power distribution, power monitoring, and motor control equipment. 2. Electrical Technical Competency Provide expertise necessary to design, maintain, inspect and implement electrical work pertaining to SCADA and related control systems consisting of, but not limited to: • Design and implementation of electrical power, grounding, lighting, and motor control systems. • Electrical and instrumentation wiring and duct bank systems. • Electrical evaluations and studies including short circuit current studies and arc flash mitigation. • Design and implementation of voice/data/video networks using fiber optic, UTP and Ethernet systems. • Familiarity with Schneider Electric/Square D power distribution and motor control equipment. 3. Instrumentation Technical Competency Provide expertise necessary to design, maintain, inspect and implement Instrumentation work pertaining to SCADA and related control systems consisting of, but not limited to: • Design of P&IDs for process control systems. 6 Revised 05/04/15 DocuSign Envelope ID: 8455CC37-17A7-44D1-8257-2AD392AC2F61 • Calibration and maintenance of instrumentation specifically including the following: o Level transmitters o Flow meters o Pressure transmitters o Online process control analyzers such as pH, ORP, Cl, etc. o Valve actuators • Design and implementation of new instrumentation systems for process control. 4. Server and Networking Technical Competency Provide expertise necessary to design, maintain, inspect and implement server and network systems related to the SCADA system consisting of, but not limited to: • Design, setup, and configuration of the following types of servers: o SCADA HMI o DNS o DHCP o AD and domain controllers o WSUS o Expertise with Microsoft Server OS. Storage Area Networks (SANs) Virtualized server systems based on VMWare. Network design and configuration including the following o Layer 2 and 3 Switches o Routers o Checkpoint firewall systems o High availability systems o Network management software 5. Professional Service Provider may be, may partner with or sub- contract the following: a. State of Florida Certified Electrical Contractor (EC) qualified to obtain permit(s) for the installation, repair, or renovation of County control panels and associated wiring modifications. b. Other firm(s) having technical competencies that the Professional Service Provider does not normally offer. AGREEMENT The term of this agreement will be five (5) years, unless otherwise terminated in accordance with the Agreement. SUBMITTAL Submittals should not contain information in excess of that requested, must be concise, and must specifically address the issues of this RFP. The responses should be in the same order as the selection and evaluation procedures. Proposals are to be printed double -sided. Unnecessarily elaborate brochures or 7 Revised 05/04/15 DocuSign Envelope ID: 8455CC37-17A7-44D1-8257-2AD392AC2F61 "EXHIBIT B" Curry Controls Company Hourly Rate Schedule Polk County Board of County Commissioners Hourly Rate Hourly Rate Hourly Rate JOB CLASSIFICATION Regular Planned Overtime Emergency Overtime Principal $225.00 N/A N/A Department Head $185.00 N/A N/A Project Manager $125.00 $187.50 $187.50 Sr. Project Engineer $150.00 $225.00 $225.00 Project Engineer $85.00 $127.50 $127.50 HMI/PLC Programmer $85.00 $127.50 $127.50 Network Enginneer $95.00 $142.50 $142.50 Instrumentation Technician $85.00 $127.50 $127.50 Fiber Optic Technician $85.00 $127.50 $127.50 CAD Designer $85.00 $127.50 $127.50 Field Superintendant $80.00 $120.00 $120.00 Journeymen Wireman $65.00 $97.50 $97.50 Apprentice Wiremen $50.00 $75.00 $75.00 Estimator $105.00 $157.50 $157.50 Accountant $100.00 $150.00 $150.00 Administrative Assistant $60.00 $90.00 $90.00 Secretary $40.00 $60.00 $60.00