Loading...
AGREEMENT FOR PROFESSIONAL SERVICES - RFQ 34-23 (7) DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 Agreement For Professional Services RFQ #34-23 This AGREEMENT is made and entered into on the ?oth day of _T„�� 20 23 by and between the City of Clearwater, Florida(CITY) and Colliers Engineering&(CONSULTANT)with an effective date August 1, 2023. Design,Inc. 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") #34-23 and responses by the CONSULTANT to RFQ #34-23. 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 practices, by exercising the skill and ability ordinarily required of engineers performing the same or similar services, under the same or similar circumstances, in the State of Florida, and ethical standards. 2.0 PROFESSIONAL TECHNICAL SERVICES 2.1 It shall be the responsibility of the CONSULTANT to work with and for the CITY to perform an array of services for the City as set forth in RFQ #34-23, Scope of Services. 2.2 The CONSULTANT'S services under this Agreement will be provided under a project specific Work Order(s). Each Work Order will include the 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. 1 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 Total compensation for all services shall not exceed $100,000.00 unless specifically authorized by the City Council. See Work Order Template 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 and all projects, phases, tasks, or assignments related to this Agreement. The CITY further reserves the right to enter into contracts with other engineering firms for services related to such projects,phases, tasks, or assignments. The CONSULTANT will, when directed to do so by the CITY, coordinate and work with other firms retained by the CITY. 3.0 PERIOD OF SERVICES 3.1 The CONSULTANT shall begin work promptly after receipt of a fully executed Work Order. Receipt of a fully executed Work Order shall constitute written notice to proceed. 3.2 If the CONSULTANT'S services are delayed for reasons beyond the CONSULTANT'S control, the time of performance shall be adjusted as appropriate. 3.3 It is the intent of the parties hereto that this Agreement continue in force for a period not to exceed four 4 years effective August 1, 2023, subject to the provisions for termination contained herein. Assignments that are in progress at the Termination Date shall be completed by the CONSULTANT unless specifically terminated by the CITY. Should the CONSULTANT be in the progress of completing work under this Agreement at the Termination Date, this Agreement shall continue with all terms, conditions and obligations being in 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 2 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 surveying and mapping, as defined by the laws of the State of Florida. Provisions of F.S. 287.055 apply. 5.0 GENERAL CONSIDERATIONS 5.1 All documents including field books, drawings, specifications, calculations, geotechnical investigation reports, etc., used in the preparation of the work shall be supplied by the CONSULTANT and shall become the property of the CITY. The CITY acknowledges that such documents are not intended or represented to be suitable for use by the CITY or others for purposes other than those for which the documents are prepared. Any reuse of these documents without written verification or adaptation by the CONSULTANT for the specific purpose intended will be at the CITY's sole risk without liability or legal exposure to the CONSULTANT. 5.2 The CONSULTANT shall prepare preliminary construction cost estimates with each design submittal to verify the proposed design is within the City 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. A supplemental agreement will be negotiated between the CITY and the CONSULTANT describing the services desired and providing a basis for compensation to the CONSULTANT. 5.4 Upon the CONSULTANT'S written request,the CITY will furnish or cause to be furnished such reports, studies, instruments, documents, and other information as the CONSULTANT and CITY mutually deem necessary. 5.5 The CITY and the CONSULTANT each bind themselves and their successors, legal representatives, and assigns to the other party to this Agreement and to the partners, successors, legal representatives and assigns of each other party, in respect to all covenants of this Agreement; and, neither the CITY nor the CONSULTANT will assign or transfer its interest in this Agreement without written consent of the other. 5.6 To the fullest extent permitted by law, the CONSULTANT agrees to indemnify and hold harmless the CITY, and its officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the CONSULTANT and other persons employed or utilized by the CONSULTANT in the performance of this CONSULTANT under this AGREEMENT. Notwithstanding any provision herein to the contrary, this paragraph shall not be construed as a waiver of any immunity to which CITY is entitled or the extent of any limitation of liability pursuant to § 768.28, Florida Statutes. Furthermore, this provision is not intended to nor shall it be interpreted as limiting or in any way affecting any defense CITY may have under § 768.28, Florida Statutes or as 3 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 consent to be sued by third parties. The obligations under this paragraph shall expressly survive termination or expiration of this Agreement. 5.7 The CONSULTANT agrees not to engage the services of any person or persons in the employ of the CITY to an allied capacity, on either a full or part-time basis, on the date of the signing of this Agreement, or during its term. 5.8 Key personnel assigned to CITY projects by the CONSULTANT shall not be removed from the projects until alternate personnel acceptable to the CITY are approved in writing by the CITY. Key personnel are identified as: Project Manager and technical experts. 5.9 The CONSULTANT shall attach a brief status report on the projects with each requestfor payment. 5.10 Unless otherwise required by law or judicial order, the CONSULTANT agrees that it shall make no statements, press releases or other public communication concerning this Agreement or its subject matter or otherwise disclose or permit to be disclosed any of the data,technical processes, business affairs or other information obtained or furnished in the conduct of work under this Agreement without first notifying the CITY and securing its consent in writing. The CONSULTANT also agrees that it shall not publish copyright or patent any of the site-specific data or reports furnished for or resulting from work under this Agreement. This does not include materials previously or concurrently developed by the CONSULTANT for "In House" use. Only data and reports generated by the CONSULTANT under this Agreement shall be the property of the CITY. 5.11 Public Records. The CONSULTANT will be required to comply with Section 119.0701, Florida Statutes, as may be amended from time to time, specifically to: IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: 727-562-4092, Rosemarie.Call@myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. CONSULTANT shall comply with the following: a) Keep and maintain public records required by the City of Clearwater (hereinafter "public agency") to perform the service being provided by the contractor hereunder. b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. 4 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 C) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract, transfer,at no cost,to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract,the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency's contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency's request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10,Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency's contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. 5 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 i) A notice complies with subparagraph (h)2. if it is sent to the public agency's custodian of public records and to the contractor at the contractor's address listed on its contract with the public agency or to the contractor's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 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 in this Agreement(attached 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 abona fide employee working solely for the CONSULTANT to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working for the CONSULTANT any fee, commission, percentage, gift, or any other consideration, contingent upon orresulting from the award or making of this Agreement. 8.0 TERMINATION FOR CAUSE This Agreement may be terminated by either party with seven (7) days prior written notice, in the event of substantial failure to perform in accordance with the terms hereof by the other party through no fault of the terminating party. If this Agreement is terminated, the CONSULTANT shall be paid in accordance with the provisions of outstanding Work Orders for all work performed up to the date of termination. 9.0 SUSPENSION, CANCELLATION, OR ABANDONMENT If the project described in any Work Order is suspended, canceled, or abandoned by the CITY, without affecting any other Work Order or this Agreement, the CONSULTANT shall be given five (5) days prior written notice of such action and shall be compensated Vv2015.mm DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 for professional services provided up to the date of suspension, cancellation, or abandonment. 10.0 GOVERNING LAW This Agreement shall be administered and interpreted under the laws of the State of Florida. The exclusive venue for any proceeding or suit in law or equity arising from or incident to this Agreement will be in Pinellas County Florida. 11.0 TERMINATION FOR CONVENIENCE Either the CITY or the CONSULTANT may terminate the Agreement at any time by giving written notice to the other of such 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 as Exhibit C). 14.0 RFQ #34-23, TERMS AND CONDITIONS All terms and conditions as set forth in RFQ #34-23, Terms of Conditions are incorporated by reference (attached as Exhibit D). 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#34-23, Terms and Conditions; and (iii) Work Orders. 16.0 INSURANCE REQUIREMENTS Insurance Requirements are set forth in Exhibit E, which is incorporated by reference (attached as Exhibit E). . Vv2015.mm DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 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 perforin its obligations hereunder, CITY may terminate this Agreement upon thirty (30) days written notice to CONSULTANT. 18.0 E-VERIFY CONSULTANT and its Subcontractors shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees. CONSULTANT will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system. Subcontractor must provide CONSULTANT with an affidavit stating that Subcontractor does not employ, contract with, or subcontract with an unauthorized alien. CONSULTANT shall maintain a copy of such affidavit. The CITY may terminate this Agreement on the good faith belief that CONSULTANT or its Subcontractors knowingly violated Florida Statutes 448.09(1)or 448.095(2)(c). If this Agreement is terminated pursuant to Florida Statute 448.095(2)(c), CONSULTANT may not be awarded a public contract for at least 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] Vv2015.mm DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the date and year first above written. Colliers Engineering & Design, Inc. dba Maser Consulting (C nsultant ) By. Print Name: Micheal Ehrhart, PSM Title: Principal Associate WITNESS: By: Print Name: Michelle F. Eguia Countersigned: CITY OF CLEARWATER L Signed by: DocuSigned by: u, a sf �wun iFc v �biv�ic,v Brian Aungst Sr. Jenmfer�Poirrier Mayor City Manager DS Approved as to form: Attest: DocuSi ned b g Y� DocuSigned by: FP Jerrod Simpson Rosemar e Call Sr. Assistant City Attorney City Clerk Vv2015.mm DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 [Consultant Logo] BRIGHT AND BEACMFl BAY To BEACH [Consultant Name] City of Clearwater EXHIBIT CONSULTANT WORK ORDER [Supplement Number] (Identify if applicable) able) Date: ] 1. PROJECT INFORMATION: Project Title: [Project Name] City Project Number: I ity Project Number City Plan Set Number: I ity Plan Set Numberl Consultant Project Number: jConsultant Projectu r] 2. SCOPE OF SERVICES: Provide o summary pf the project and thea thoroughly outline the tasks that will be performed as part Of.the pre-design: phase, the design phrase, bidding please, etc. Include the following strate el7to "The design plans shall be compiled using the City Of Clearwater CAD standards, as attached"' I. PRE-DESIGN PHASE: Task 1.1: Task Name & Summary II. DESIGN PHASE (if applicable): Task 2.1: Task Name & Summary III. FINAL DESIGN PHASE (if applicable): Task 3.1: Task Name & Summary IV. BIDDING PHASE (if applicable): Task 4.1: Task Name & Summary V. CONSTRUCTION PHASE (if applicable): Task 5.1: Task Name & Summary Consultant Work Order Page 1 of 4 Revised:11/28/2022 DocuSign Envelope ID:94EI345C-1668-4568-9E87-531C455BA474 CONSULTANT WORK ORDER [Project Title] [Consultant Name] [City Project Number] City of Clearwater 3. PROJECT GOALS: Summarize the work products (e.g. Project Catalog), that will be developed during, and at completion 9f this prpiect. include deliverables, reports, drawings, spec�fications, #of copies, the format in which plans will be provided, meetings andlor site visits, permits, etc. 4. FEES: Include a table or an attachment that depicts the total cost per task andlor phase for these engineering services -see Attachment "'A" This price includes all labor and expenses anticipated to be incurred by _(insert consulting firm)for the completion of these tasks in accordance with Professional Services Method "A"- Hourly Rate or Method "B"- Lump Sum - Percentage of Completion by Task (choose Method "A"or "B"), for a fee not to exceed Dollars ($ Include a statement, that the permit application fees (include permit costs ita the project fees) will be paid by the consultant and invoiced to the City as a reimbursable S. SCHEDULE: Insert a discussion 9f the schedule, including milestones, and critical events The project is to be completed in [#A# months (or days) from issuance of notice-to- proceed. The project deliverables are to be phased as follows: 30% Construction Plans: [#A# calendar days 60% Construction Plans and Permit Applications: [##A calendar days 90% Construction Plans: [##A calendar days Final Construction Documents: [#A# calendar days 6. STAFF ASSIGNMENT: Insert thefirm's and the City's staff assignments to this project 7. CORRESPONDENCE/REPORTING PROCEDURES: Consultant's project correspondence shall be directed to: Insert Consultant's designated Project Manager with copies to Consultant's designated Project Director All City project correspondence shall be directed to: Insert City's designated Project Manager(others to be copied as appropriate) Consultant Work Order Page 2 of 4 Revised:11/28/2022 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 CONSULTANT WORK ORDER [Project Title] [Consultant Name] [City Project Number] City of Clearwater 8. INVOICING/FUNDING PROCEDURES: City Invoicing Code: For work performed, invoices shall be submitted monthly to: ATTN JAMIE GAUBTZ CITY OF CLEARWATER, PUBLIC WORKS DEPARTMENT/ENGINEERING PO BOX 4748 CLEARWATER, FLORIDA 33758-4748 Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. 9. INVOICING PROCEDURES: At a minimum, in addition to the invoice amount(s) the following information shall be provided on all invoices submitted on the Work Order: 1. Purchase Order, Project and Invoice Numbers and Contract Amount. 2. The time period (begin and end date) covered by the invoice. 3. A short narrative summary of activities completed in the time period. 4. Contract billing method— Lump Sum or Hourly Rate. 5. If Lump Sum, the percent completion, amount due, previous amount earned and total earned to date for all tasks (direct costs, if any, shall be included in lump sum amount). 6. If Hourly Rate, hours, hourly rates, names of individuals being billed, amount due, previous amount earned, the percent completion, total earned to date for each task and other direct costs (receipts will be required for any single item with a cost of$50 or greater or cumulative monthly expenses greater than $100). 7. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice amounts by funding code. 10. CONSIDERATIONS: Consultant acknowledges the following: 1. The Consultant named above is required to comply with Section 119.0701, Florida Statutes, where applicable. 2. All City directives shall be provided by the City Project Manager. 3. "Alternate equals" shall not be approved until City Project Manager agrees. 4. All submittals must be accompanied by evidence each has been internally checked for QA/QC before providing to City. 5. Consultants/Contractors are not permitted to use City-owned equipment (i.e. sampling equipment, etc.). 6. Documents posted on City website must ADA accessible. Consultant Work Order Page 3 of 4 Revised:11/28/2022 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 CONSULTANT WORK ORDER [Project Title] [Consultant Name] [City Project Number] 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: Inset o discussion of any other special considerations 13. SIGNATURES: PREPARED BY: APPROVED BY: [Printed Name] Tara Kivett, P.E. [Title] City Engineer [Firm] City of Clearwater Date Date Consultant Work Order Page 4 of 4 Revised:11/28/2022 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 EXHIBIT "A" CONSULTANT WORK ORDER—PROJECT FEES TABLE [Project Title] [Consultant Name] [City Project Number] City of Clearwater CONSULTANT WORK ORDER PROJECT FEES TABLE Task Description Subconsultant Labor Total Services 1.0 Pre-Design 1.1 Project Management Plan 1.2 Progress Reports 1.3 Coordination 1.4 Meetings Pre-Design Total: 2.0 Design 2.1 Ground Surveys 2.2 Geotechnical Services 2.3 Utility Locations by Vacuum Excavation Design Total: 3.0 Final Design Plans and Specifications 3.1 30% Submittal 3.2 60% Submittal 3.3 90% Submittal 3.4 Final Construction Documents Final Design Plans and Specifications Total: 4.0 Permitting Services 4.1 Permitting Permitting Services Total: 5.0 Construction Phase Services 5.1 Preconstruction Conference 5.2 Contractors RFI's 5.3 Shop Drawing Review Construction Phase Services Total: SUBTOTAL, LABOR AND SUB-CONTRACTORS: 6.0 Permit Fees 7.0 Other Direct Costs (prints, photocopies, postage, etc.) (Not applicable to lump sum Work Orders) GRAND TOTAL: Consultant Work Order—Project Fees Table Page 1 of 1 Revised:11/28/2022 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 EXHIBIT "A" (include if applicable) CONSULTANT WORK ORDER—CITY DELIVERABLES [Project Title] [Consultant Name] [City Project Number] City of Clearwater CONSULTANT WORK ORDER CITY DELIVERABLES 1. FORMAT: The design plans shall be compiled utilizing the following methods: 1. City of Clearwater CAD standards. 2. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum 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 is used, the Consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard release of Autodesk software. All block references and other references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Thomas Mahony, at (727) 562-4762 or email address Thomas.Mahoriy@myClearwater.com. All electronic files (including CAD and Specification files) must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. Consultant Work Order—City Deliverables Page 1 of 1 Revised:11/28/2022 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 Exhibit B PROVISION OF PAYMENT ENGINEER OF RECORD: Colliers Engineering & Design, Inc. BASIS FOR PAYMENT The owner shall pay ENGINEER and ENGINEER agrees to accept as full compensation for its services (as established by Work Order) compensation as computed by one of the following methods: Method "A" -Hourly Rate- Compensation in the form of burdened hourly rates. Burdened(direct+indirect) Hourly Rate+ Subconsultant Cost+ Other Direct Costs. Direct cost includes labor hourly rate. Indirect costs include fringe benefit rate, overhead, operating margin and profit. Subconsultant Costs are actual costs incurred times a factor of 1.00. Actual costs shall be based on billing rates for required labor classifications. Other Direct Costs are actual costs incurred for travel outside of Tampa Bay area, printing, copying, long distance telephone calls, etc. Method "B" - Lump Sum - Compensation in the form of"lump sum" for all work associated with a Work Order or task and shall be determined by mutual agreement between the ENGINEER and the City. The lump sum amount shall be negotiated based upon the Work Order scope of services and approved by both the City and the ENGINEER. Hourly Rates - The estimated hourly rates below represent 2023 costs and categories. Periodic changes are anticipated, and modifications may be made annually in writing to the City for review and approval. Do"u8ignEnvelope 0:s4E1a4sC'1ono-45oo*Eu7-531C45s8A474 Engineering Billing &Design l Principal 300.00 Senior Technical Director 275.00 Senior 220.00 Project Manager 200.00 Senior Project Specialist Project Specialist Technical Professional 170�00 Technical Specialist 16008 Specialist Senior Data Technician 148.00 Senior Technical Assistant 130.00 Technical Assistant 115.00 Field Technician 105.00 Data Technician 185.00 Survey[ 2 Person w/Robotic Equipment 19800 Additional Survey Crew Member 5000 SUE[rew(designating)-2 Person 22000 Additional(designating)Mem SUE Crew(locating) 2 Person 195.00 Additional(locating)Member General Expenses Cost+15% Travel Hotel,Airfare,Meals) Sub-Consultants/Sub-Contractors Cost+2O% Plotting 4.25/Each Computer M | /Color Plots 1V0OO/Each Photocopies O19/Each Color Photocopies 2OO/Each Document Binding 4OO/Each Portable Media 18O.00/Each Exhibit L i i | h Initial Digital Signature 300.00 Additional Digital Each Vacuum Excavation Truck Operational[osts(Vactor) 85.00/Hour Vacuum Excavation Truck Orad |[o || 6500/Hour Ground Penetrating Radar 75oo/Day Specialty Equipment dd d Consumable Supplies i flags,lath) Mileage Reimbursement* 0.655/Per | Field Vehicle O.7O/Per Mile *Mileage reimbursement subjec mdhongebosedupon|RIstandapdmi|eogerate. DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 5439 Harding Highway Mays Landing New Jersey 08330 Main: 877 627 3772 Engineering ed.freire@colliersengineeirng.com(609-829-5255) & Design jason.veach@colliersengineering.com(609-829-5259) Geotechnical Laboratory Tests a , Price List US Army corps of Engiineers AASH10 VALIDATED A CC RE D 1 TE D Prices Effective March 1, 2023 LABORATORY Notes: - Fees are inclusive of reducing all laboratory testing data and graphical presentation of test results,as required Reduced fees for large number of tests and/or laboratory assignment can be negotiated on a perjob basis by management Colliers Engineering&Design soil/rock laboratory is certified by AASHTO and US Army Corps of Engineers Prices are for standard turn-around time. Upon agreement,expedited testing services can be provided at 1.5x(150%)the listed price See separate Turn-Around-Times(TAT)table for sample TAT,sample size requirements and other test notes Prices are for clean soil samples from sites that are non-hazardous.Contaminated/Hazardous soils will not be accepted for testing. Please contact us for other available testing options. Samples will be disposed of after 60 days of completion of the testing unless other arrangements are made prior to testing. Extended storage can be provided for an additional fee(Test No.101) -Client acknowledges,by the earlier of either the signing of this Price List/Proposal or the Client act of submitting samples to Lab for testing,receipt and acceptance of the above notes,the Price List,and all Business Terms and Conditions(BTC)located on last page or Lab website linked herein SAMPLE HANDLING, PROCESSING AND STORAGE Lab Reference Unit Test Test Price # Procedure Test Description and Details Standard 101 Sample Handling and Storage, per month $35 includes sample login,test phase storage. Return of samples not included. (Note: 1 sample consists of 1 tube, 1 bulk, or 1 box of jar samples,or equivalent. No charge for first 60 days storage for units tested.) -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1001 ---------------------------------------------- 1001 Tube Sample Extrusion $45 Note: Tube extrusion charge applied for sample extrusion without engineering tests. -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1316------------------------------- Shelby Tube X_Ray(subcontracted)-----------------------------------------------------------$320------ 1002 ASTM D7263 Total SBulkZ Unit Weight from­Intact Sam ple-(with-watercontent)--------------------------$75 1003 Laboratory Generated Test Boring Logs (Soil Samples only:Typed) ----1003.1------------------------------Test-Boring less than 52' Deep-------------------------------------------------------------------$65 - ----------- - ---------- 1003.2 Test Boring greater than 52' Deep $80 IDENTIFICATION, CLASSIFICATION AND PHYSICAL PROPERTY TESTS Lab Reference Unit Test Test Price # Procedure Test Description and Details Standard 203 Consistency Determination $25 set of determinations by Torvane and/or pocket penetrometer, including water content -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 204 Digital Photograph $13 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 205 Varve Count by photographs with selection of specimens for index $300 tests --------------------------------------------------------------------------------------------------------------------------------------------------------------------- 206 ASTM D2488 Visual Soil Description and Classification (USCS) (no charge for ASTM D2487 classification with associated tests) $22 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 207 ASTM D2216 Water Content $10 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- Page 1 of 12 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 5439 Harding Highway Mays Landing New Jersey 08330 Main: 877 627 3772 Engineering ed.freire@colliersengineeirng.com(609-829-5255) & Design jason.veach@colliersengineering.com(609-829-5259) Geotechnical Laboratory Tests a , Price List US Army corps of Engineers, AASH10 VALIDATED A CC RE D 1 TE D Prices Effective March 1, 2023 LABORATORY -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 208 Atterberg Limits (includes 207) 208.1 ASTM D4318 Liquid and Plastic Limit__multioint test ------------------------------------------------------$92$92------- ___ 208.2----ASTM D4318-------Liguid_and_Plastic_Limit__multi point test with oven drX LL for Organic_soils_______ $140 ------- -------2083----ASTM D4943-------Shrinkage Limit-------- --------- --------- --------- --------- ------------------ --------- --------$105------ -----208.4----ASTM D4943-------Plastic_Limit Only--------------------------------------------------------------------------------------$65------- 210 Particle Size Tests 210.1 ASTM D421_______ Processingadditional charge for-samples over 5_pounds---------------------------------$27------- 210.2 ______210 2 ASTM D6913 Sieve Analysis with D1140 wet wash $75 ---- ------------------ --------- --------- ------------ --- --------- --------- --------- --------- ------------------ --------- --------- -----210.3----ASTM D7928-------Hydrometer Analysis--------------------------------------------------------------------------------$120------ 210.4 ASTM Combined Sieve and Hydrometer Analysis D6913&D7928 $130 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 210.5 ASTM D1140 Percent Fines minus No_200 sieve only)__________________________________ $50 210 6 ASTM D422 Sieve Analysis with D1140 wet wash $85 ---- ------------------ -------------------------------- - ---- --------- --------- --------- --------- ------------------ --------- --------- ------------ 210.7 ASTM D422 Combined Sieve and Hydrometer Ana[sis $140 210.8 NJ 7:9A-6.3 Permeability Class Rating (with duplicate) $195 .-------------------------------------------------------------------------------------------------------------------------------------------------------------------- 210.9 NJ 7:9A-6.3 Permeability Class Rating (no duplicate) $95 .------------------------------------------------------------------------------------------------------------------------------------------------ 210.10 NJ 7:9A-6.3 Permeability Class Rating with Full Sieve& Hydro (with duplicate) $255 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 211 Specific Gravity ___ 21-1---1----ASTM D854---------Specific-Gravity of minus No_4 sieve material $57 - - -------------------------------------------------------------------------------- 211.2 ASTM C127 Specific Gravity of plus and minus No. 4 sieve material $97 &D854 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 212 Porosity(calculation only) $12 --------------------------------------------------------------------------------------------------------------------------------------------------------------------- 213 ASTM D5298 Soil Potential (Suction) $125 AGGREGATE TESTING Lab Reference Unit Test Test Price # Procedure Test Description and Details Standard 300----------------------------------NJDOT-Composition----------------------------------------------------------------------------------$55 - ---------- 301ACOE Percent Fractured Faces $90 --------------------------------------------------------------------------------------------------------------------------------------------------------------------- 302 ASTM D4791 Flat and Elongated Particles in Coarse Aggregate $90 --------------------------------------------------------------------------------------------------------------------------------------------------------------------- 303 AASHTO T19 & Bulk Density by Roding ASTM C29 $90 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 304 Fine Aggregate Angularity AASHTO T304 $120 &ASTM C1252 - - - ----------------------------------------------------------------------------------------------------------------------------------------- 305 Coarse Aggregate Angularity $240 --------------------------------------------------------------------------------------------------------------------------------------------------------------------- 306 Sand Equivalent Value of Soil and Fine Aggregate AASHTO T176 $115 &ASTM D2419 - - - ----------------------------------------------------------------------------------------------------------------------------------------- 307 AASHTO T21 & Organic Impurities in Fine Aggregate $120 ASTM C40 - ------------------------------------------------------------------------------------------------------------------------------------- 308 AASHTO T112 Clay Lumps and Friable Particles $95 &ASTM C142 - - - ----------------------------------------------------------------------------------------------------------------------------------------- 309 Lightweight Particles (Coal_and Lignite)__________________________________ $525 Page 2 of 12 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 5439 Harding Highway Mays Landing New Jersey 08330 Main: 877 627 3772 Engineering ed.freire@colliersengineeirng.com(609-829-5255) & Design jason.veach@colliersengineering.com(609-829-5259) Geotechnical Laboratory Tests a , Price List US Array corps of Engineers AASH10 VALIDATED A CC RE D 1 TE D Prices Effective March 1, 2023 LABORATORY 310 Particle Size Tests 310.1 ASTM D421 Processing_add itional_charge for samples_over 5 pounds______________________________$27 310.2 ASTM C117 Percent Fines Am [y, * -process _____________________$55 - - - -------------------------------------- -------inus--No. 200 sieve on----------------------- + rocessi - cha ) ------------ 310.3 ASTM C136_________SieveAnalysis__(Std__sieve_set, *+processing charge)-----------------------------------$80_______ 310.4 ASTM C136& Sieve Analysis with Percent Fines Determination (*+ processing charge) $125 C117 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 311 ASTM C128____ Specific Gravity of minus No._4 sieve_material______________________________________________$60_______ 312 ASTM C127 Specific Gravity ofplus No_4 sieve material $65 315 ASTM C131 or LA Abrasion Test $540 C535 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 316_________________ Mica_(subcontractedj $750 - - - - - - - - --------------------------------------------------------------------------------------------- 317 Sodium Sulfate Soundness (subcontracted) $540 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 318 Petrographic Examination of Aggregate for Concrete (subcontracted) $2,850 --------------------------------------------------------------------------------------------------------------------------------------------------------------------- 319 Potential Alkali Reactivity of Aggregates (subcontracted) $1,200 --------------------------------------------------------------------------------------------------------------------------------------------------------------------- 320 Moh's Scale of Hardness (subcontracted) $300 COMPACTION AND CBR TESTING Lab Reference Unit Test Test Price # Procedure Test Description and Details Standard 401ASTM D698/ Standard/Modified Impact Compaction Test Only -------------- 401.1 D1557-----------------Gravel/Sand_Soil with_less than (<)_50%o-fines (Silt/Clay)------------------------------- $190______ 401.2 Silt /Cla Soil with reater than > 50%fines Silt/Cla 245 401.3 Surcharge-for material reusage required due to insufficient material supplie $60 402 _ Standard/Modified Im---------------------------------------------act Comaction Test including Sieve Analysis ---- -------- --------- --------- --------- --------- ---------------- ......................... 402.1 Gravel/Sand Soil with less than < 50%fines Silt/Cla 235 -------------------------------------------------------------------------------------- -)----�--------- ---------y�---------------------------------------------- 402.2 Silt /Cla_Soil with reater than > 50% fines Silt/Cla 285 -----------------------------------------------y-----y-------------q--------------- -)----�--------- ---------y�---------------------------------------------- 402.3 Surchar e for material reusa a required due to insufficient material su lie 60 ------------------------------------------------------q--------------------------q-----q-----------------------------------------------per----------------------- 403--------------------------------- One-point impact_compaction---------------------------------------------------------------------$90 - ---------- 404 ASTM D4253 Maximum and Minimum Index Unit Weight 404 1 & D4254____________ Using_vibrating table_on oven-dried or wet material $300 - - ------------------------------------------------------------------------------------------- 404.2 Using_vibratinq table_on_oven_dried and wet material $350 - - - ------------------------------------------------------------- 405 ASTM D1883 CBR(single point) -Soaked or Unsoaked $250 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 405.1 Set of 3 CBR's on one sample_set_up at same time $650 - - - ------------------------------------------------------ 406 Sand Castle Test(2 specimens per test) $2,000 CHEMICAL, DISPERSION, PARTIAL SATURATION TESTS Lab Reference Unit Test Test Price # Procedure Test Description and Details Standard 501 Organic Content by burn-off(includes water content) 501.1 ASTM D2974 Organic Content by burn_off(includes water content)________________________________ $43 501 2 AASHTO T267 OrA.anic Content by burn-off(includes water content)________________ ________ ____ $54 ----- ------------------ --------- -------- -- 503 ASTM D4373 Calcium Carbonate Content of Soils $60 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- Page 3 of 12 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 5439 Harding Highway Mays Landing New Jersey 08330 Main: 877 627 3772 Engineering ed.freire@colliersengineeirng.com(609-829-5255) & Design jason.veach@colliersengineering.com(609-829-5259) Geotechnical Laboratory Tests a , Price List US Army corps of Engineers, AASH10 VALIDATED A CC RE D 1 TE D Prices Effective March 1, 2023 LABORATORY -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 504 pH on soil specimen 504.1 ASTM D4972 pH on soil specimen $30 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 504.2 AASHTO T289 pH on soil specimen $50 --------------------------------------------------------------------------------------------------------------------------------------------------------------------- 505__________ASTM G51........pH on soil specimen for corrosion $43 ---------------------------------------------------------------------------------------------- 506 pH on water/fluid specimen $25 --------------------------------------------------------------------------------------------------------------------------------------------------------------------- 507_____________ __ Conductivity on water/fluid_specimen__________________________________________________________$30 - ---------- 508 SPT 479* Soluble Salt Content of Soils $120 --------------------------------------------------------------------------------------------------------------------------------------------------------------------- 510 ASTM D4647 Pin-hole $310 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 511 ASTM D6572 Crumb (two solutions: distilled water and 0.001 N sodium hydroxide) 511.1 Performed with as-received water content onl 125 511.2 Performed with s-ecified water content onl 150 511.3 Performed with both as_received and adjusted water contents $200 511.4 Each additional solution, add: $72 --------------------------------------------------------------------------------------------------------------------------------------------------------------------- 512 ASTM D4221 Double Hydrometer(includes standard test) $270 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 513 Electrical Resistivity(Soil Box) 513.1 ASTM G57 or Electrical Resistivity(Soil Box) $97 G187 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 513.2 AASHTO T288 Electrical Resistivity(Soil Box)__________________________________________________________________$100______ 514 ASTM D5334 Thermal Conductivity/Resistivity ------514.1------------------------------Single point_on_intact soil sample----------------------------------------------------------------$92------- 514.2 Single point on specimen prepared at specified water content to specified $150 density 514.3 Multi le oint Dr out curve535 ------- -------514.4------------------------------Sinplepoint-on-intact rock-sample--------------------------------------------------------------$175------ ------514.5----IEEE-442-------------Mult!plepoint_Dry_out curve---- -----------------------------------------------------------------$715------ 515__________D6836______________Moisture Retention Curve_(Pressure Plate)________________________________________________ $540______ - - - - - - -------- 516 AWWA AWWA Corrosion Suite (pH, resistivity, redox, sulfide presence) $170 --------------------------- -------------------------------- 517 N_J_A_C_7.13 Acid Producing Soil-Evaluation-(pH-and-Sulfide-Response,standard and oxidized)______ $140 518 ASTM G200 Oxidation Reduction Potential ORP/ Redox of Soils $45 - -------- --------- --------- ------------------ ---------- ------- ---------- ------------------------------------------------------------ 519 Chemical Tests 519.15 ASTM D516 Sulfate(subcontracted) $65 - - - ----------------------------- ------------------ ----------------------------------------------------------------------------------------- ---- ------ 519.1.2S ASTM C1580 Sulfate(subcontracted) $65 -- --------------------------------------------------- ------------------ ----------------------------------------------------------------------------------------- 519.1.3S AASHTO T290 Sulfate(subcontracted) $65 ----------------------------------------------------- ------------------ ----------------------------------------------------------------------------------------- 519.1.4S ASTM D4327 Sulfate(subcontracted) $65 - --------------------------------------------------- ------------------ ----------------------------------------------------------------------------------------- 519.25 ASTM D512 Chloride (subcontracted) $65 --------------------------------------------------- ------------------ ---------------------------------------------------------------------------------------- 519.2.2S AASHTO T291 Chloride (subcontracted) $65 - ----------------------------------------------------- ------------------ ---------------------------------------------------------------------------------------- 519.2.3S ASTM D4327 Chloride (subcontracted) $65 ------------------------------------------------------- ------------------ ---------------------------------------------------------------------------------------- ------------------------------------------------------- ------ 519.5 ASTM D4658 Sulfides (subcontracted) $65 - - - ------------------------------ ------------------- ----------------------------------------------------------------------------------------- 521 ASTM D1293/ Corrosion Suite for Groundwater-pH,sulfate& chloride $185 D516/D512 (subcontracted) -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 520 Topsoil Analysis-Full Chemical $Recommendations (subcontracted) $225 Page 4 of 12 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 5439 Harding Highway Mays Landing New Jersey 08330 Main: 877 627 3772 Engineering ed.freire@colliersengineeirng.com(609-829-5255) & Design jason.veach@colliersengineering.com(609-829-5259) Geotechnical Laboratory Tests a , Price List US Army corps of Engineers AASHIO VALIDATED A CC RE D I TE D Prices Effective March 1, 2023 LABORATORY SOIL PERMEABILITY (HYDRAULIC CONDUCTIVITY) TESTING Lab Reference Unit Test Test Price # Procedure Test Description and Details Standard 1101 ASTM D5084 Standard Triaxial Permeability(Hydraulic Conductivity) $325 (standard sample type using flexible-wall permeameter and de-aired tap water with permeability between 1x10-5 cm/sec and 1x10-8 cm/sec on standard specimen and test -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1101.0 - Standard Setup standard tube sample,_includin�_tube extrusion________________ $160 1101.1 Special Setup Additional cost for compacted specimen, specimen trimmed _________________________________________to a_reduced_diameter_(tasy to trim) or-for flinch diameter. 1101.2 Permeability Determination / $165 ,Average of four trials, one condition)__________________ - - - ------ ----1101 3------------------------------Perm-eabilitvvs_Time_�per day/ 1_reading/day)---------------------------------------------$70------- 1101.4 ---_ ____________----_ ___----_ _________$70------- 1101.4 Special Permeant,for each non-corrosive(to Stainless steel)special $210 permeant used -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1101.5 High Pressure Test Additional cost for each test requiring cell pressure $155 -------------------------------------------treater than 125 psi----------------------------------------------------------------------------------------------- 1102 ASTM D2434 Constant Head Permeability Reconstituted Specimen with conductivity greater than(>)1 x 10-5 cm/sec,tested in rigid-wall permeameter 1102.1-----------------------------4_inch diameter permeameter(Max_ particle size—0.5 inch) $200 ---------------------------- 1102.2 6 inch diameter permeameter Max article size—0.75 inch $240 ----- -------------------------------------- --------- --------- ------- ------------------------------------------------)-------- --------- ---------------------- 1102.3 12 inch diameter ermeameter Max article size 2 inches 595 ------------------------------------------------------------------�----------------- ----------------------- -----------I---------------------------------------- 1103 ASTM D5856 Rigid Wall Hydraulic Conductivity Reconstituted Specimen with conductivity less than(<) 1 x 10-5 cm/sec,tested in compaction mold permeameter 1103.1 4 inch diameter permeameter Max article size 0 5 inch $300 ---------------------------------------------------------------- -------------------------e--------------- -=--------� 1103.2 6 inch diameter permeameter Max article size—0.75 inch _________________ $400 ---------------------------------------------------------------- -------------------------e-----------------------------)- 1104 NJAC 7:9A-6.2/ Tube Permeameter Test(each) (K-Rating(KO to K5); max 12 hr Saturation) NJDEP BMP Note:Test is not suitable for low permeability soils(KO&K1);at max 12 hr saturation B3 with 5-10 minute trials,soils may not be fully saturated and results may not be accurate 1104.1 3 inch diameter-6 inch Ion ermeameter tube Undisturbed $120 -------------------------------------------------------------------------------- p-------------------------i----------------�------------------------------------- 1104.2 Surcharge_for Recompaction of Soil Sample in Tube $50 - - - ------- 1105 Specific Yield $135 Page 5 of 12 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 5439 Harding Highway Mays Landing New Jersey 08330 Main: 877 627 3772 Engineering ed.freire@colliersengineeirng.com(609-829-5255) & Design jason.veach@colliersengineering.com(609-829-5259) Geotechnical Laboratory Tests a , Price List US Army corps of Engineers AASH10 VALIDATED A CC RE D 1 TE D Prices Effective March 1, 2023 LABORATORY CONSOLIDATION and EXPANSION TESTING Lab Reference Unit Test Test Price # Procedure Test Description and Details Standard 1201 ASTM D2435 Incremental Consolidation (2.5 inch Diameter Specimen, up to-10 loads) $595 including graphical presentation with end of primary,Cv, Cc, Ca data calculated --------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1201.2 Non-Standard Load increments (over—10 loads, 32 tsf and/or 24+ hrs) $80 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1201.3 Non-standard diameter or height testing $270 --------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1202 ASTM D4546 Swell Pressure or collapse at one stress level reference (other stress levels charged per load increment) 1202.1 ASTM D2435 Swell method A_(4-specimens with wetting after load)___________________________________ $980______ - --------------------------------------------------- - --------------- - 1202.2 Swell method B (One specimen_with wettin after load $255 - - - -- ----------------------------------------------- 1202.3 Swell method C Method B lus_basic consolidation test $730 1203 ASTM D4829 Expansion Index Test $435 SOIL STATIC STRENGTH TESTING Note: Test data includes water content,total unit weight and graphical presentation of data unless Lab Reference Unit Test Test Price # Procedure Test Description and Details Standard 1301 ASTM D4648 Standard Laboratory Vane $55 _______________________________________includes water-----content, and_hiq_h rotation strength_values only2------------------------------------ ---------- Laboratory Vane Test Variations 1301.1 Lab Vane test providing shear stress vs. shear $205 1302 _ Fall_Cone (per determination, including water contents $65 DIRECT SHEAR AND DIRECT SIMPLE SHEAR TESTS --------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1303 ASTM D3080 Direct Shear-(2.5 inch diameter specimen] $205 1303.1 Direct Shear Series (threespecimens) 540 ---------------------------------------------------------------------- --------- - ---------- ------------------------------------------------------------ 1303.2 Direct Shear Series (one specimen,_ three stresses $475 ---------------------------------------------------------------------- ------- --------------------------------)----------------------------------------------------- 1303.3 Specimen Setup includes tube extrusion or basic reconstituted specimen pr $95 1303 4 Initial Shear Phase with graphical data presentation $130 ----- -------------------------------------- --------- -------------------- - - - - - - --------- --------- ------------ 1303.5 Consecutive Shear Phase( -- - $125 --------------------------------------------------------------- -s-ae_s ecime )--------------------------------------------------------- ------ 1304 ASTM D6528 Direct Simple Shear-DSS (Special Order Test) $1,025 (1.9,2.6 or 3.2 inch diameter specimen and constant volume by constant height) --------------------------------------------------------------------------------------------------------------------------------------------------------------------- Direct Simple Shear Test Variations 1304.1 Additional cost for preparation of undisturbed test specimen where material is very difficult to trim or specimen has to be $275 drilled for insertion of pins. -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1304.2 Additional cost for consolidation of test specimen with an $220 .------------------------------------------applied shear stress. --------------------------------------------------------------------------------------------- 1304.3 Additional cost for determination of remolded strength after initial stren th determination $350 - ---------------------------------------------------------- --------------------------------------------------------------------------------------------- ----------- 1304.4 Additional cost for loading test specimen at a high strain rate $495 (establish backbone curve- _________________________________________ ---- - -- - - - - -curv- ------------------------------------------------------------------------------------ Page 6 of 12 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 5439 Harding Highway Mays Landing New Jersey 08330 Main: 877 627 3772 Engineering ed.freire@colliersengineeirng.com(609-829-5255) & Design jason.veach@colliersengineering.com(609-829-5259) Geotechnical Laboratory Tests M11 Price List US Army corps of Engineers AASH10 VALIDATED A CC RE D 1 TE D Prices Effective March 1, 2023 LABORATORY 1310 TRIAXIAL TESTS Note: Basic prices are for a single pt./shear phase on standard 2.85"tube sample Triaxial Test Variations for tests 1311 to 1315 1310.1 Additional cost for compacted specimen, specimen trimmed to a reduced $65 _________________________________________diameter_(easy to trims or for diameter up to_4_inch inch - - - ------------------------------------------------------ 1310.2 Additional cost for preparation of test specimen in which material is very $97 difficult to trim (such as residual soils, rocky soils, tills, block samples) 1310.3 Additional cost for anisotropic consolidation of test specimen along a 45°stress path $260 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1310.4 Additional cost for Ko consolidation of test specimen $475 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1310.5 High Pressure Test Additional cost for each test requiring cell pressure greater than 125 psi $155 --------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1311 ASTM D2166 Unconfined Compression $120 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1312 ASTM D2850 UU - Unconsolidated-Undrained Triaxial $160 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1313 CIU -Consolidated-Isotropically Undrained Triaxial $285 Rapid Shear Test without saturation, no pore pressure measurement --------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1314 ASTM D4767 CIU'-Consolidated-Isotropically Undrained Triaxial $430 with backpressure and pore water pressure measurements on saturated specimen •-------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1314.0 Three standard specimen CIU'strength envelope $1,180 - ------------ -------------- 1314.1 Specimen Setup includes tube extrusion (standard tube diameter s ecimen and standard saturation and consolidation $170 --------------------------------------------p--------- ------------------------------------------------------------------------------------------------------------ 1314.2 Initial Shear Phase with raphical data presentation $305 - - - ------ 1314.3 Additional Shear Phase(same specimen)$ 345 1315 ASTM D7181 CID-Consolidated-Isotropically Drained Triaxial $485 ____________________________________ with volume chane measurements on saturated specimen__________________________________________________________ 1315.0 Three standard specimen CID strength envelope $1,355 ROCK TESTING NOTES: (As Indicated) (A) Test data includes water content and total unit weight. (B) Unit testing cost does not include cost of coring of test specimen. (See 1502) Lab Reference Unit Test Test Price # Procedure Test Description and Details Standard 1501 Moh's Hardness Determination $18 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1502 Core Rock Specimen from Block Sample ----1502.1------------------------------Standard-coring difficulty--------------------------------------------------------------------------$170------ 1502.2 Difficult to core $325 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1503Dry Unit Weight(see Notes A and B) $52 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1503.1 ISRM Unit Weight, Porosity and Specific Gravity $475 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1504 Saturated Water Content(absorption/apparentporositer)______________ $92 - -------------------- -------- 1505--------------------------------Bulk Specific_Gravity---------------------------------------------------------------------------------$67 - ------------ 1506---------ISRM---------------Porosity---------------------------------------------------------------------------------------------------$365 - - - ----------- 1507 ASTM D5873 Rebound Hardness (using "Schmidt" hammerZ____________________________________________$43_______ 1508 Total Hardness (Tabor Abrasion) $280 - ------------------ - ----------------------------------------------------------------------------- Page 7 of 12 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 5439 Harding Highway Mays Landing New Jersey 08330 Main: 877 627 3772 Engineering ed.freire@colliersengineeirng.com(609-829-5255) & Design jason.veach@colliersengineering.com(609-829-5259) Geotechnical Laboratory Tests M11 Price List US Army corps of Engineers AASH10 VALIDATED A CC RE D 1 TE D Prices Effective March 1, 2023 LABORATORY ------------------------------------------------------------------------------------------------------------------------------------------------- 1509 ASTM D5731 Point Load Strength (using Franklin Tester) 1509.1 Point Load Stren th set when possible)on re ular core sam_les $110 ------------------------------------------------------------------�---(------------- --------- ---------------------------p-------------------------------------- -----1509.2 Point_Load Strength on_block or lump samples____________________________________________ $135------- 1510 ASTM D4644 Slake Durability 1510.1 uto 3 ccles $300 --------------------------------------------- --------------------------------------------------------------------------------------------------------- ------ -----1510.2------------------------------each additional cycle-------------------------------------------------------------------------------$100------ 1511 ASTM D7012C Unconfined Strength Only $170 (NX core. oven dry or as-prepared specimen;see Notes A&B)with strain by platen to _________________________________________platen measurements ------------------------------------------------------------------------------------------------- 1511 1 Unconfined Strength with Estimated Elastic _tic Modulus $210 1512 ASTM D7012A Triaxial Strength (Special Order Tests) $460 (NX core. oven dry or as-prepared specimen;see Notes A&B)with strain by platen to platen measurements -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1513 ASTM D5607 Direct Shear Test(3 pts. on existing plane) $1,075 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1514 ASTM D3967 Brazilian Splitting Test ____________________________________________________________________ $155 1517 ASTM D7012D Static Compression Determination of Elastic Moduli (Special Order Test; $535 -------------------------------------------------------------------------------------------------------------------------------------------------------------------- 1518 ASTM D7625 CERCHAR Abrasion Index $200 BUSINESS TERMS AND CONDITIONS (BTC) 1.Submittal of samples for testing shall constitute Client acknowledgement and acceptance of these Colliers Engineering& Design("Lab") Business Terms and Conditions("BTCs"). 2. Billing for services rendered is provided monthly,accompanied by appropriate back-up data.Terms are net thirty(30) days. Payment is in no way contingent on,and shall not be delayed or excused due to,Client being paid by a third party. Lab reserves the right to assess a late charge of 1.5 percent per month for any amounts not paid within 45 days of the invoice date. If an invoice is sixty(60)days or more days past due Lab shall have the right to immediately suspend services and refuse to release Lab's deliverables until Client has paid all amounts due. Unless Lab receives written notice of Client's dispute of an invoice within 14 days of the invoice date,the invoice will be presumed correct. However, in either event, payment shall not be withheld due to any dispute. In any suit brought by Lab to collect fees due under this agreement, Client agrees to pay all Lab's collection costs, including reasonable attorney's fees. 3. Lab reserves the right to require a retainer from the Client prior to the commencement of services.While retainers are collected prior to the start of services,the retainer is held to the end of service and will be applied to the final invoices. Retainers are not applied to the beginning of the project. 4. Lab does not accept lab assignments that require 3rd party billing. 5.Testing standards are provided for reference only. Lab reserves the right to use some variations in the procedures unless otherwise agreed to. 6. Pricing is based on Lab having the necessary equipment, using existing laboratory procedures and no unusually stringent time requirement. 7. Prices are for standard turn-around time. Upon agreement,expedited testing services can be provided at 1.5x(150%)the listed price Expedited fees only guarantee that your samples will be given top priority, it does not guarantee testing results for a specific date. 8. Lab reserves the right to refuse performing any laboratory testing at the listed unit prices on nonstandard materials. 9. Unit pricing for undisturbed samples are based upon 2,2.5 and 3" diameter samples. Page 8 of 12 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 5439 Harding Highway Mays Landing New Jersey 08330 Main: 877 627 3772 Engineering ed.freire@colliersengineeirng.com(609-829-5255) & Design jason.veach@colliersengineering.com(609-829-5259) Geotechnical Laboratory Tests M11 Price List US Army corps of Engineers AASHIO VALIDATED A CC RE D I TE D Prices Effective March 1, 2023 LABORATORY 10. Unit pricing includes performing tests,general supervision, review, and result presentation in the laboratory standard form. 11.Samples and any other material will be disposed after 60 days of report completion, unless other arrangements are made in advance for an additional fee. Unit pricing includes sample handling and reasonable disposal costs but do not include any storage costs after 60 days of completing testing. 12. Unit pricing does not include sample shipping,collection, return or special disposal costs. 13.The Lab will not accept material with any type of contamination.Should contamination be suspected,the Lab has the right to refuse performing testing and client is responsible to make arrangements to remove material from Lab at no cost to 14. Price list is effective from the date on the first page and for a period of at least one(1)year from date on price list or if a new price list is issued. If the date on the price list is more than one year from current date,client must confirm pricing prior to using the price list as pricing will may not be honored. 15.A tube extraction fee will be charged if the test is canceled after extrusion due to an unusable sample for testing. 16.Client is responsible for sending only the samples that need to be tested.If more samples, boxes,jars,containers,etc. are received than are to be tested,we reserve the right to charge at a $105.00/hour rate to search for the samples to be tested and/or for storage of the extra samples. 17. Lab is not responsible for Client-estimated laboratory testing budgets for which Client uses this price list but did not request a formal proposal from us. 18.If insurance certificates or subcontract agreements are required, Lab needs to be notified in advance. 19.Testing will be performed in general accordance with the ASTM or other methods as listed on the test pages. Deviations from the test standards are noted on the deliverables. 20. Reports are issued in standard English units(psi, psf, ksf,tsf), unless directed otherwise before starting laboratory testing.Should different units be required after submission of testing results,a fee may apply to revise the testing results. 21.The price list and these BTCs constitute the entire Agreement and supersede any previous agreement or understanding. This Agreement shall be governed by the laws of the State of New Jersey.The Client shall not assign this Agreement without the written consent of the Lab.This Price List and BTCs will be considered integrated into any subsequent contract/agreement entered by Lab and Client. 22 Unless specifically noted in the quotation, fees are based on providing testing for non-contaminated material.Client must inform Lab immediately if testing will be provided on contaminated material so that we can review testing requirements and determine if we can test the samples. If Lab decides to service the project,we reserve the right to submit a revised quotation.All contaminated material will be returned to the client for disposal. Client will be responsible for arrangements to pick up the contaminated samples for disposal at our laboratory at no cost to Lab. 23. Lab has a safety manual by which all its employees are required to abide.A copy of the safety manual can be provided upon request.Should the project require any additional safety plan(s)and/or completion of forms for project specific safety purposes,additional fees may be charged and must be submitted for approval by Client prior to completing requested 24.These services are professional services and not trade services(Union).As such Lab's services are not governed by any Prevailing Wage Act and therefore no certified payrolls will be provided. 25.The technical and pricing information within this quotation is the confidential and proprietary property of Lab.Client agrees not to use or to disclose to third parties any technical or pricing information without Lab's written consent. Further, Client shall provide to Lab in writing notice of any information which it requires Lab to keep confidential. Page 9 of 12 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 5439 Harding Highway Mays Landing New Jersey 08330 Main: 877 627 3772 Engineering ed.freire@colliersengineeirng.com(609-829-5255) & Design jason.veach@colliersengineering.com(609-829-5259) Geotechnical Laboratory Tests M11 Price List US Army corps of Engineers AASH10 VALIDATED A CC RE D 1 TE D Prices Effective March 1, 2023 LABORATORY 26. Evidence of Lab's insurance can be provided upon request.Any additional coverages requested or required, if available, will be charged to Client at Lab's cost-plus fifteen percent(cost+ 15.0%).In the event of property damage or financial loss for which either the Client or Lab is covered by property,casualty or any other form of insurance, neither party shall make a claim for such damages against the other except to the extent that the damages are not covered by the applicable insurance coverage nor shall either party permit its insurance carrier to make any subrogation claim against the other to the extent of the amount paid by the carrier for the loss. UNDER NO CIRCUMSTANCES SHALL LAB BE LIABLE FOR INDIRECT, CONSEQUENTIAL, PUNITIVE,SPECIAL, OR EXEMPLARY DAMAGES,OR FOR DAMAGES CAUSED BYTHE CLIENT'S FAILURE TO PERFORM ITS OBLIGATIONS ARISING OUT OF THIS AGREEMENT.The Client also waive any claim for damages for which it is insured before,during or after the project completion. 27.Client and Lab have considered the risks and benefits associated with this proposed project as well as Lab's services. Client agrees that,to the fullest extent permitted by law, Lab's total aggregate liability(including the liability of its officers, directors,employees,agents,subcontractors and consultants)to the Client(and anyone claiming by,through or under the client)for any and all injuries, claims, losses,expenses or damages arising in any way from the work or services of this Agreement from any cause or causes is limited to six times the total fee received by Lab under this Agreement or$50,000, whichever is the greater amount. Such causes include but are not limited to: Lab's negligence,errors,omissions,strict liability or breach of contract or warranty or responsibility for contribution and/or indemnification written or otherwise to Client or any other Third Party not subject to this Agreement. In the event the Client is unable to accept the above limitation of liability, Lab agrees to increase the limitation to$1,000,000 upon its receipt, prior to performing any services of Client written agreement to pay an additional sum of not less than 10%of the total fee under this agreement or$1,000,whichever is greater. Further, it is intended by the parties to this Agreement that Lab's services shall not subject Lab's individual employees, officers,or directors to any personal legal exposure for the risks associated with this project.Therefore,the Client agrees that as the Client's sole and exclusive remedy,any claim, demand,or suit shall be directed and/or asserted only against Lab,a New Jersey corporation,and not against any of Lab's employees,officers,or directors. 228,.Client shall make no claim (whether directly, in the form of a third-party claim or claim for indemnity)against Lab unless the Client first provides a written certification,executed by an independent design professional,specifying those acts or omissions which the independent design professional contends is a violation of generally accepted professional standards and upon which the claim will be premised.The independent design professional must be licensed to practice in the state where the Project is located and, in the discipline related to the claim. Client agrees that the independent design professional's certification is a condition precedent to the Client's right to institute anyjudicial proceeding.Client agrees to pay Lab's hourly rate if Lab or any of its employees is subpoenaed to testify as a fact or opinion(expert)witness in any court proceeding,arbitration or mediation to which the Client is a party. 29. Unless and until a court determines with finality and unappealability that Lab's services and/or Lab's failure to provide information is the primary cause for any damage,claim, loss or expense, Client shall indemnify,defend and hold harmless Lab and its officers,employees and consultants from and against all damages,claims,losses or expenses, including reasonable attorney fees and other costs of defense,arising out of this Agreement.In the event the Client is required to defend Lab under this paragraph, Lab shall have the right to select its attorneys. Client agrees that it will require,as a term or condition of any contract for construction between itself and any Contractor or Vendor,a provision that Contractor or Vendor will indemnify, hold harmless and defend Client and Lab for any harm or damage of any type whatsoever that shall occur to any person or party which arises in any way from the work,services or products provided by the ContractorNendor.Client shall also require that Contractor/Vendor have Client and Lab listed as additional insured on all applicable insurance coverages required under the contract. Lab shall not be liable to Client for delays.Client shall Page 10 of 12 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 5439 Harding Highway Mays Landing New Jersey 08330 Main: 877 627 3772 Engineering ed.freire@colliersengineeirng.com(609-829-5255) & Design jason.veach@colliersengineering.com(609-829-5259) Geotechnical Laboratory Tests M11 Price List US Army corps of Engineers AASH10 VALIDATED A CC RE D 1 TE D Prices Effective March 1, 2023 LABORATORY 30.If a dispute arises out of or relates to this contract,or the breach thereof,except for fees owed to Lab,and if the dispute cannot be settled through negotiation,the parties agree first to try in good faith to settle the dispute by mediation administered by the American Arbitration Association under its Commercial Mediation Procedures before resorting to arbitration, litigation,or some other dispute resolution procedure. 31. Lab shall not be responsible for the delays caused by factors beyond its reasonable control, including but not limited to delay due to accidents,an act of God,fire, hurricane,flood,explosions, strike, boycott or other labor dispute,failure of the Client to furnish timely information or approve or disapprove of Lab's services or work product,delays caused by faulty performance by the Client or contractors of any level,or by acts of Government,which, in the opinion of Lab, could not have been reasonably foreseen and provided for,such delay will entitle Lab to an extension of time in performing its Services.If there is any increase in the total cost of providing Services by reason of any such delay, Lab will notify Client of particulars, and Client will pay for such increase.When such delays beyond Lab's reasonable control occur,the Client agrees that Lab shall not be responsible for damages, nor shall Lab be deemed in default of this Agreement. 32. No termination of this Agreement by Client will be effective unless Client gives seven(7)days prior written notice with the reasons and details,and Lab is afforded an opportunity to respond and,where appropriate,cure.Client agrees to pay the final invoice which will include all services and direct expenses up to the effective date of termination. 33.Should Client fail to make payments when due or is otherwise in material breach of this Agreement, Lab,at their election may terminate services at any time after PROVIDING WRITTEN NOTICE TO THE CLIENT and allowing 7 days to cure. Lab shall have no liability whatsoever to the Client for any costs or damages because of such suspension and the Client agrees to indemnify and hold Lab harmless from any claim or liability resulting from such suspension. 34.In the event any of these Agreement provisions are found to be illegal or otherwise unenforceable,the unenforceable Agreement provision will be stricken.Striking such an Agreement provision shall have no effect on the enforceability of the remaining Agreement provisions and those remaining Agreement provisions shall continue in full force and effect as if the unenforceable Agreement provision were never included in the Agreement. 35.Client or their representative shall not directly or indirectly solicit any employee of Lab.Should Client or their representative directly or indirectly solicit any Lab staff member that worked on this project up to one(1)year after the completion of the project,Client agrees to pay Lab a sum equal to that employee's current annual salary as liquidated 36. Project Manager,other than Lab's Professional Engineer,will be billed at$185.00/hour for attendance at meetings either at the client office or via telephone/online(Four(4)hour minimum plus travel time if over four(4)hours for office meetings), providing additional reports, consulting,and providing any additional services when requested by the client. 37. Professional Engineering services are not included in our fees unless specifically noted.Should Professional Engineering services be required it will be billed at$210.00/hour plus travel time and expenses($0.58/mile)and tolls.This hourly rate will be charged for any requested Professional Engineer reviews,generated documents,office visits and signing and sealing of documents;(One(1) Hour Minimum). 38. Lab will perform its work in accordance with generally accepted professional level of care,skill,and standards by members of the profession currently practicing under similar conditions.THERE ARE NO OTHER WARRANTIES, EXPRESSED OR IMPLIED.This Agreement is solely for the benefit of the Client and its successors.There are no third-party beneficiaries of this Agreement unless specifically agreed to in writing. 39..This price list constitutes Lab's understanding of the project's required services and scope of work based on the Client provided information.As the project progresses,additional facts uncovered may require revisions to our services, scope of work,schedule,and fees. Page 11 of 12 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 5439 Harding Highway Mays Landing New Jersey 08330 Main: 877 627 3772 Engineering ed.freire@colliersengineeirng.com(609-829-5255) & Design jason.veach@colliersengineering.com(609-829-5259) Geotechnical Laboratory Tests a , Price List US Army corps of Engineers AASHIO VALIDATED A CC RE D I TE D Prices Effective March 1, 2023 LABORATORY 40. Lab does not represent or warrant that any services provided will be accepted by any governmental, regulatory body or licensed professional.The Client is responsible for ensuring that all requirements of any governmental, regulatory body or licensed professional are being followed and informing Lab of any such non-acceptability, if occurring. Sincerely, Colliers Engineering&Design Eduardo Freire Principal Associate/Laboratory Director Page 12 of 12 DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 RFQ 34-23, Exhibit C_Forms SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. "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 Com ni s that BP ycott Israel List, or engaged in a boycott of Israel. Ad6oriied Sidnlaiiur& Michael Ehrhart, PSM Printed Name Principal Associate Title Colliers Engineering & Design, Inc. dba Maser Consulting Name of Entity/Corporation STATE OF Florida COUNTY OF Hillsborough The foregoing instrument was acknowledged before me by means of ❑ physical presence or IF] online notarization on, this 21st day of June 1 2023 , by Michael Ehrhart (name of person whose signature is being notarized) as the Principal Associate (title) of Colliers Engineering & Design, Inc. (name of corporation/entity), personally known x , or produced (type of identification) as identification, and who did/did not take an,oath. p A t,1il Ile FLCguia I i�Gl �SGCGQ� �,NO rARY PUBLIC _ sTAI EOFFLORIDA Notary Public Cort#GG977207 Michelle F. Eguia 1'�c $.�Qi Expires 4/8/2024 Printed Name My Commission Expires: 4/8/24 NOTARY SEAL ABOVE DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 RFQ 34-23, Exhibit C_Forms SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA CERTIFICATION FORM IF YOUR BID/PROPOSAL IS$1,000,000 OR MORE, THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies 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. A ori ed S6f6atde Michael Ehrhart, PSM Printed Name Principal Associate Title Colliers Engineering & Design, Inc. dba Maser Consulting Name of Entity/Corporation STATE OF Florida COUNTY OF Hillsborough The foregoing instrument was acknowledged before me by means of ❑ physical presence or 0 online notarization on, this 21st day of June 2023 , by Michael Ehrhart, PSM (name of person whose signature is being notarized) as the Principal Associate (title) of Colliers Engineering & Design, Inc. (name of corporation/entity), personally known x , or produced (type of identification) as identification, and who did/did not take an oath. Mir-tRY le F�guia tJt PUBLIC 'STATE O FLORIDA Notary Public Gct � mtd CG77717 Michelle F. Eguia �; Expires 4/8/2024 Printed Name My Commission Expires: 4/8/24 NOTARY SEAL ABOVE DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 RFQ 34-23, Exhibit C_Forms 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 NEWLYHIRED EMPLOYEES. THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The Contractor and its Subcontractors are 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. ��IJZ;4 A thorized Signature Michael Ehrhart, PSM Printed Name Principal Associate Title Colliers Engineering & Design, Inc. dba Maser Consutling Name of Entity/Corporation STATE OF Florida COUNTY OF Hillsborough The foregoing instrument was acknowledged before me by means of ❑ physical presence or ® online notarization on, this 21st day of June 1 2023 , by Michael Ehrhart (name of person whose signature is being notarized) as the Principal Associate (title) of Colliers Engineering & Design, Inc. (name of corporation/entity), personally known x , or produced (type of identification) as identification, and who did/did not take an oath. 1,41rj"t;lle �`'Auia NOOrA Y PUBLIC rSTATE OF FLORIDA Notary Pu is Michelle F. Eguia Comm#GG977207 Bahl" Expires 4/8/2024 Printed Name My Commission Expires: 4/8/24 NOTARY SEAL ABOVE DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 RFQ 34-23, Exhibit C_Forms To be completed once a task has been assigned. TRUTH-IN-NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, and The Truth in Negotiations Act (TINA), hereby certifies Contractor that wage rates, fringe rates and other factual unit costs supporting the compensation for the services of to be provided under this Agreement, concerning are accurate, complete and current as of the time of contracting. The hereby undersigned representative submits this certification that they are an authorized representative of the proposer who may legally bind the proposer attest to the accuracy of the information: Authorized Signature Printed Name Title Name of Entity/Corporation STATE OF COUNTY OF The foregoing instrument was acknowledged before me by means of❑ physical presence or ❑ online notarization on, this day of , 20 , by (name of person whose signature is being notarized) as the (title) of (name of corporation/entity), personally known , or produced (type of identification) as identification, and who did/did not take an oath. Notary Public Printed Name My Commission Expires: NOTARY SEAL ABOVE DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 RFQ#34-23, Exhibit D STANDARD TERMS AND CONDITIONS S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced:"vendor, contractor, consultant, supplier, proposer, company, persons", "purchase order, PO, contract, agreement", "City, Clearwater", "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. SA 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, executive orders, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 RFQ#34-23, Exhibit D STANDARD TERMS AND CONDITIONS require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA)in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter"Contractor Immigration Warranty"). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 2748 of the Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor's personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. S.11 SALES/USE TAX,OTHER TAXES. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor's services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City or should otherwise claim the City is liable for the payment of taxes that are Contractor's responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 RFQ#34-23, Exhibit D 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 PUBLIC RECORDS. In addition to all other contract requirements as provided by law, the Contractor executing this Agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION 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 Email: Rosemarie.Call(a-)-myclearwater.com, 600 Cleveland Street, Suite 600, Clearwater, FL 33755. The Contractor agrees to comply with the following_ a) Keep and maintain public records required by the City of Clearwater (hereinafter "public agency" in this section)to perform the service being provided by the contractor hereunder. b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency's contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. 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. DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 RFQ#34-23, Exhibit D STANDARD TERMS AND CONDITIONS h) If a civil action is filed against a contractor to compel production of public records relating to a public agency's contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight(8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency's custodian of public records and to the contractor at the contractor's address listed on its contract with the public agency or to the contractor's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery,which may be in an electronic format. A Contractor who complies with a public 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. 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 or suspended in accordance with the Clearwater Code of Ordinances Section 2.565 or if Contractor is debarred or suspended by another governmental entity. DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 RFQ#34-23, Exhibit D STANDARD TERMS AND CONDITIONS c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty(30)days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety(90)days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non- defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor's intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys' fees, and costs. c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. 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 at its convenience, in part or in whole, upon thirty (30)calendar days' written notice. S.21 TERMINATION FOR CONFLICT OF INTEREST. The City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. 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, in its sole discretion, that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 RFQ#34-23, Exhibit D STANDARD TERMS AND CONDITIONS S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor's properly prepared final invoice. S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this Agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits,losses, damages, causes of action,fines orjudgments, including costs, attorneys', witnesses', and expert witnesses' fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel's failure to comply with or fulfill the obligations established by this Agreement. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. d. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like, and professional manner. The City's acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City's reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued,will be free of defects in materials and workmanship,will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. S.27 CITY'S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City's right to recover against third parties for any loss, destruction, or damage to City property, and will at the City's request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 RFQ#34-23, Exhibit D STANDARD TERMS AND CONDITIONS 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 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. S.32 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury,or destruction will not release Contractor from any obligation hereunder. S.33 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. S.34 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.35 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. Nothing contained herein in intended to serve as a waiver by the City of its sovereign immunity, to extend the liability of the City beyond the limits set forth in Section 768.28, Florida Statutes, or be construed as consent by the City to be sued by third parties. S.36 CONTRACT ADMINISTRATION. This Agreement will be administered by the Purchasing Administrator and/or an authorized representative from the using department. All questions regarding this Agreement will be referred to the administrator for resolution. Supplements may be written to this Agreement for the addition or deletion of services. Payment will be negotiated and determined by the contract administrator(s). S.37 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 RFQ#34-23, Exhibit D STANDARD TERMS AND CONDITIONS such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery 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.38 COOPERATIVE USE OF CONTRACT. This Agreement may be extended for use by other municipalities, counties, school districts, and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. S.39 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City's Procurement Division. S.40 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 electronic mail; (iv) sent via overnight courier; or (v) 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 electronic mail, overnight courier, or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.41 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.42 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.43 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.44 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.45 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. DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 Exhibit E RFQ 34-23, EOR Consulting Services Insurance Requirements INSURANCE REQUIREMENTS. The Contractor (respondent) shall, at its own cost and expense, acquire and maintain (and 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- VIl or better. In addition, the City has the right to review the Contractor's deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Contractor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three(3)year 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 and proof of waiver is provided to the City, statutory Workers' Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer's Liability Insurance in the minimum amount of $1,000,000 (one million dollars)each employee each accident, $1,000,000 (one million dollars) each employee by disease, and$1,000,000 (one million dollars)disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen's and Harbor Worker's Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. d. If the Contractor 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 Contractor's Equipment Insurance or Property Insurance on an "All Risks" basis with replacement cost coverage for property and equipment in the care, custody and control of others is required. e. Professional Liability Insurance coverage appropriate for the type of business engaged in by the Contractor with minimum limits of$1,000,000 (one million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive date of coverage shall be no later than the inception date of claims made coverage, unless prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (ERP)of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. 6. 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 Contractor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD DocuSign Envelope ID:94E1345C-1668-4568-9E87-531C455BA474 certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an "Additional Insured." In addition, when requested in writing from the City, Contractor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Procurement Division, RFQ#34-23 P.O. Box 4748 Clearwater, FL 33758-4748 b. Contractor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Contractor's insurance as outlined above shall be primary and non-contributory coverage for Contractor's negligence. d. Contractor reserves the right to appoint legal counsel to provide for the Contractor's defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Contractor's design. equipment, or service. Contractor agrees that the City shall not be liable to reimburse Contractor for any legal fees or costs as a result of Contractor 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 Contractor's obligation to provide the insurance coverage specified.