Loading...
1391 Professional Service Industries, Inc.'9 Contract/Agreement Name: Professional Service Industries Inc Approval: Financ Director 5 -z 3 - z611 Date Date Date s -a -:� -I - !5", . k/- / 4: u<� W� 1 v "? r"""� 6"l—liftiN PURCHASING DEPARTMENT TRANSMITTAL MEMORANDUM To: City Clerk and Mayor RE: Professional Service Industries Inc Contract The item(s) noted below is /are attached and forwarded to your office for the following action(s): Development Order Final Plat (original mylars) Letter of Credit Maintenance Bond Ordinance Performance Bond Resolution Once completed, plea Return original Special Instructions: ►1 Mayor's signature Recording Rendering Safe keeping (Vault) Payment Bond City Manager Signature City Clerk Signature Pleas advise if you have any questions regarding the above. Thank you... From Date TADept_ forms \City Clerk Transmittal Memo - 2009.doc &�/l ( LEGAL REVIEW: N /A. RECOMMENDATION: Staff recommends City Commission authorization to issue an RFP for redevelopment of the Old Post Office site. D) APPROVAL OFDAMAGEASSESSMENT MEMORANDUM OF UNDERSTANDING. FISCAL/STAFFING STATEMENT: There is no additional cost associated with this MOU. This agreement allows the City of Sanford to receive and provide swift assistance to neighboring jurisdictions in the event of a local disaster that overwhelms one of the effected jurisdiction's resources. BACKGROUND: Seminole County received a grant for Geocode software that will improve the process of assessing damage throughout the County. This agreement allows all jurisdictions use of the software under that license. It also provides that all jurisdictions agree to work cooperatively with all other agencies in the County to collect, validate, and produce preliminary damage assessment statistics and to request Small Business Assistance and FEMA assistance to citizens. The quicker we can identify the total damage threshold in the County, the more rapidly these federal agencies can provide assistance. LEGAL REVIEW: This agreement has been reviewed by the City Attorney. RECOMMENDATION: Staff recommends approval of this agreement. E) APPROVAL OF PIGGYBACK CONTRACT: F'ISCALISTAFFING STATEMENT: Funding for this effort is provided by the programs and p applicable. Allocations of funding will be made at the time the requested. BACKGROUND: ects to which the services are ecific services are identified and This individual action is part of the process to maintain established Master contacts with professional consultants to be immediately available to perform and support tasks and projects within the broad categories of architecture, engineering, landscaping, and surveying and mapping in compliance with the Consultants Competitive Negotiation Act, (CCNA) (Section 287.055, Florida Statutes) and procurement policy of the City. Competitive selection of the firm named in this request was performed by Seminole County. This request is to "piggyback" that process and contract for the action requested herein. LEGAL REVIEW: Legal review including contract preparation has been provided by the City Attorney. RECOMMENDATION: It is staff's recommendation that the City Commission approve the "piggyback" contract with Professional Service Industries, Inc. (PSI) for the procurement of professional services such as construction material testing, air quality inspections and evaluations and geotechnical services. F) APPROVAL OF CONSTRUCTION CONTRACT FOR FORT MELLON PARK D MAINMNANCEFACIUM. FISCAL/STAFFING STATEMENT: The total amount requested is $419,786; this includes the base bid amount of $381,623 and a 10% contingency of $38,162 to E. O. Koch Construction Co. Funds are available in the Capital Building Fund for the Parks & Grounds Division. BACKGROUND: On January 10, 2011 City Commission approved staff to contract with Billco Construction Inc. to construct a new Park II Maintenance Facility at Ft. Mellon Park. The new facility is needed to replace the existing facility located at 221 N. Palmetto Avenue (Old Post Office). The Post Office facility had to be abandoned due to mold and a leaking roof resulting from damage to the building roof by the 2004 hurricanes. Staff is currently working out of a trailer and four storage units in the old facility parking lot. A location for staging staff, equipment, and supplies is critical to the cost efficient operations needed to maintain Fort Mellon Park, RiverWalk, Veteran's Memorial Park, Downtown streetscapes, common grounds of the Civic Center, City Hall, special events and Riverwalk Phase II. On April 15, 2011 staff was notified that Billco Construction had to withdraw from the bid. Due to a delay in staff getting the St Johns River Water Management permit, their bid bond was not applicable as the event occurred after the required date of holding their bid open. Staff contacted the next lowest bidder, E. O. Koch to see if they would hold their bid prices and have negotiated their acceptance to complete the project. LEGAL REVIEW: The Assistant City Attorney has reviewed and approved the Construction Contract. m l ws / DINT X Item No. 6A9 CITY COMMISSION MEMORANDUM 11-087 MAY 23, 201 1 AGENDA TO: Honorable Mayor and Members of the City Commission PREPARED BY: Tom George, Interim City Manager SUBMITTED BY: SUBJECT: SYNOPSIS: Tom George, Interim City Manager Consent Agenda Approval of items on the consent agenda is requested. A) APPROVAL OF BLANKET PURCHASE ORDER INCREASE. FISCALISTAFFING STATEMENT: The Fire Department has funds available for increasing blanket purchase order #32221 with SS Petroleum, Inc. of $47,000 to $87,000 (increase of $40,000). BACKGROUND: There has been an increase in diesel fuel costs over the past few months. LEGAL REvIEw: N /A. RECOMMENDATION: It is staff's recommendation that the Commission approve the increase of $40,000 to the existing blanket purchase order # 32221 with SSI Petroleum, Inc. B) APPROVAL OF DONATION TO BOYS TOWN, CENTRAL FLORIDA. FISCAL/STAFFING STATEMENT: The total amount of donation will be $3,000 from the Law Enforcement Trust Fund account. City Of Sanford Agreement With Professional Service Industries, Inc. For Professional Geotechnical Services And Construction Material Testing And Inspection This Agreement made and entered into this of M , 2011 by and between the: City of Sanford, Florida City Hall 300 North Park Avenue Sanford, Florida 32771 a municipal corporation of the State of Florida, holding tax exempt status, hereinafter referred to as the "City," and: Professional Service Industries, Inc. 1748 33rd Street Orlando, Florida 32839 a Delaware corporation, authorized to do business in the State of Florida, hereinafter referred to as the "Contractor" whose local address is set forth above. The City and the Contractor are collectively referred to herein as the "parties ". Witnesseth: Whereas, the Contractor has entered an agreement to provide services to Seminole County, Florida pursuant to an Agreement which Agreement continues to be in effect (hereinafter collectively the "Seminole County Agreement "); and Whereas, the City desires to retain the Contractor for the work identified in the specifications outlined in the Seminole County Agreement and for the periods set forth in the Seminole County Agreement; and Whereas, the Seminole County Agreement is attached hereto as Exhibit "A" along with the certain other documents relating thereto to include, but are not limited to, the documents relating to procurement activities designated as PS- 1074- 06/TRJ which are incorporated herein by this reference thereto; and Whereas, the City desires to employ the Contractor for the performance to support the activities, programs, and projects of the City upon the terms and conditions hereinafter set forth and in the Seminole County Agreement, and the Contractor is desirous of performing and providing such services upon said terms and conditions; and Page 1 Whereas, the Contractor hereby warrants and represents to the City that it is competent and otherwise able to provide professional and high quality services to the City; Now, Therefore, in consideration of the mutual covenants and agreements hereinafter contained and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, it is agreed by and between the parties hereto as follows: Section 1: Extent Of Agreement /Integration /Amendment. (a). This Agreement, together with the exhibits, constitutes the entire integrated Agreement between the City and the Contractor and supersedes all prior written or oral understandings in connection therewith. This Agreement, and all the terms and provisions contained herein including, without limitation, the exhibits, constitute the full and complete agreement between the parties hereto and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements regardless of whether written or oral. (b). This Agreement may only be amended, supplemented, or modified by a formal written amendment. (c). Any alterations, amendments, deletions, or waivers of the provisions of this Agreement shall be valid only when expressed in writing and duly signed by the parties. Section 2: No General City Obligation. (a). In no event shall any obligation of the City under this Agreement be or constitute a general obligation or indebtedness of the City, a pledge of the ad valorem taxing power of the City or a general obligation or indebtedness of the City within the meaning of the Constitution of the State of Florida or any other applicable laws, but shall be payable solely from legally available revenues and funds. (b). The Contractor shall not have the right to compel the exercise of the ad valorem taxing power of the City. Section 3: General Provisions. (a). Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement and that it has the legal authority to enter into this Agreement, and to undertake all obligations imposed on it. The person(s) executing this Agreement for the Contractor certifies /certify that he /she /they is /are authorized to bind the Contractor fully to the terms of this Agreement. (b). This Agreement is for the services as described in this Agreement and the Seminole County Agreement and are to be accomplished in accordance with the controlling provisions of law and as directed by the City to include all labor and materials that may be Page 2 required. (c). The Contractor acknowledges that the City may retain other contractors to provide the same types of services for City projects. The City reserves the right to select which contractor shall provide services for City projects. (d). The Contractor acknowledges that the City has retained, or may retain, other contractors and the coordination between said contractors and the Contractor may be necessary from time -to -time for the successful completion of each Work Order. The Contractor agrees to provide such coordination as necessary. (e). The Contractor agrees to provide and ensure coordination between goods /services providers. (f). Time is of the essence of the lawful performance of the duties and obligations contained in this Agreement to include, but not be limited to, each Work Order. The parties covenant and agree that they shall diligently and expeditiously pursue their respective obligations set forth in this Agreement and each Work Order. (g). The Contractor shall maintain an adequate and competent staff and professionally qualified persons throughout the performance of this Agreement to ensure acceptable and timely completion of each Work Order. (h). Requirements for signing and sealing plans, reports and documents prepared by the Contractor shall be governed by the laws and regulations of Seminole County and State regulatory agencies. (i). No claim for services furnished by the Contractor not specifically provided for herein shall be honored by the City. Section 4: Commencement/Implementation Schedule Of Agreement. (a). The Contractor shall commence the provision of services as described in this Agreement immediately upon execution of this Agreement and a Work Order thereunder. (b). The Contractor and the City agree to make every effort to adhere to the schedules established for the various Work Orders as described in each Work Order. However, if the Contractor is delayed at any time in the provision of services by any act or omission of the City, or of any employee of the City, or by any other contractor employed by the City, or by changes ordered by the City, or by strikes, lock outs, fire, unusual delay in transportation, unavoidable casualties, or any other causes of force majeure not resulting from the inactions or actions of the Contractor and beyond the Contractor's control which would not reasonably be expected to occur in connection with or during performance or provision of the services, or by delay authorized by the City pending a decision, or by any cause which the City shall decide to justify the delay, the time of completion shall be extended for such reasonable time as the City may decide in its sole and absolute discretion. It is further Page 3 expressly understood and agreed that the Contractor shall not be entitled to any damages or compensation, of any type or nature, or be reimbursed for any losses on account of any delay or delays resulting from any of the aforesaid causes or any other cause whatsoever. Section 5: Length Of Agreement. (a). The term of this Agreement is coextensive with the term of the Seminole County Agreement. (b). The Contractor's services shall begin upon written notification to proceed by the City as set forth in a Work Order. (c). The Contractor's services shall be on a Work Order basis and may include matters such as serving as an expert witness. Section 6: Description Of Services. (a). The Contractor agrees to provide the services as outlined and described in this Agreement all of which are to be provided to the City in accordance with the controlling provisions of law as more specifically outlined in Exhibit "A" and Work Orders issued hereunder. (b). The Contractor shall diligently and in a professional and timely manner perform and provide the services outlined herein or as included in each subsequently entered Work Order. Unless modified in writing by the parties hereto, the duties of the Contractor shall not be construed to exceed the provision of the services pertaining to this Agreement. (c). The City and the Contractor agree that there may be certain additional services required to be performed by the Contractor during the performance of the Work Orders that can not be defined sufficiently at the time of execution of this Agreement. Such services shall be authorized in writing as a Change Order. The Work Orders may contain addititonal instructions or provide specifications upon certain aspects of this Agreement pertinent to the work to be undertaken. Such supplemental instructions or provisions shall not be construed as a modification of this Agreement. Section 7: Notices. (a). Whenever either party desires to give notice unto the other, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended, at the place last specified, and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. (b). For the present, the parties designate the following as the representative places for giving of notice, to -wit: Page 4 (1). For the City: City Manager City of Sanford City Hall 300 North Park Avenue Sanford, Florida 32771 With a copy to: Purchasing Manager 300 North Park Avenue Sanford, Florida 32771 (2). For the Contractor: Professional Service Industries, Inc. 1748 33rd Street Orlando, Florida 32839 (c). Written notice requirements of this Agreement shall be strictly construed and such requirements are a condition precedent to pursuing any rights or remedies hereunder. The Contractor agrees not to claim any waiver by City of such notice requirements based upon City having actual knowledge, implied, verbal or constructive notice, lack of prejudice, or any other grounds as a substitute for the failure of the Contractor to comply with the express written notice requirements herein. Computer notification (e -mails and message boards) shall not constitute proper written notice under the terms of the Agreement. Section 8: Work Orders. (a). The provision of services to be performed under this Agreement may commence immediately upon the execution of this Agreement or a Work Order as directed and determined by the City. Services to be provided by the Contractor to the City shall be negotiated between the Contractor and the City. Each Work Order shall reference this Agreement by title and date, include a detailed description of quantities, services, and a completion schedule, and will be provided on the Contractor's letterhead. Services described in said Work Order will commence upon the issuance of a City Notice -to- Proceed. (b). If the services required to be performed by a Work Order is clearly defined, the Work Order shall be issued on a "Fixed Fee" basis. The Contractor shall perform all services required by the Work Order but in no event shall the Contractor be paid more than the negotiated Fixed Fee amount stated therein. (c). The Contractor and the City agree to make every effort to adhere to the schedule established for the various Work Orders described in the Work Order. Page 5 (d). If the services are not clearly defined, the Work Order may be issued on a "Time Basis Method" and contain a Not -to- Exceed amount. If a Not -to- Exceed amount is provided, the Contractor shall perform all work required by the Work Order; but in no event shall the Contractor be paid more than the Not -to- Exceed amount specified in the applicable Work Order. (e). For Work Orders issued on a "Fixed Fee Basis," the Contractor may invoice the amount due based on the percentage of total Work Order services actually performed and completed; but in no event shall the invoice amount exceed a percentage of the Fixed Fee amount equal to a percentage of the total services actually completed. (f). For Work Orders issued on a "Time Basis Method" with a Not -to- Exceed amount, the Contractor may invoice the amount due for actual work hours performed; but in no event shall the invoice amount exceed a percentage of the Not -to- Exceed amount equal to a percentage of the total services actually completed. (g). Each Work Order issued on a "Fixed Fee Basis" or "Time Basis Method" with a Not - to- Exceed amount shall be treated separately for retainage purposes. If the City determines that work is substantially complete and the amount retained, if any, is considered to be in excess, the City may, at its sole and absolute discretion, release the retainage or any portion thereof. (h). For Work Orders issued on a "Time Basis Method" with a Limitation of Funds amount, the Contractor may invoice the amount due for services actually performed and completed. The City shall pay the Contractor one hundred percent (100 %) of the approved amount on Work Orders issued on a "Time Basis Method" with a Limitation of Funds amount. Section 9: Change Orders. (a). The City may revise the description of services set forth in any particular Work Order. (b). Revisions to any Work Order shall be authorized in writing by the City as a Change Order. Each Change Order shall include a schedule of completion for the services authorized. Change Orders shall identify this Agreement and the appropriate Work Order number. The Change Orders may contain additional instructions or provisions specific upon certain aspects of this Agreement pertinent to the services to be provided. Such supplemental instructions or provisions shall not be construed as a modification of this Agreement. An agreement between the parties on and execution of any Change Order shall constitute a final settlement and a full accord and satisfaction of all matters relating to the change of work and /or services and to the impact of the change on unchanged goods and /or work including, but not limited to, all direct and indirect costs of whatever nature and all adjustments to the Contractor's schedule. Page 6 (c). If instructed by the City, the Contractor shall change or revise work that has been performed, and if such work is not required as a result of error, omission or negligence of the Contractor, the Contractor may be entitled to additional compensation. The Contractor must submit for City approval a revised proposal with a revised fee quotation. Additional compensation, if any, shall be agreed upon before commencement of any such additional work and shall be incorporated into the work by Change Order to the Work Order. Page 7 Section 10: Compensation. (a). Compensation to the Contractor for the services performed on each Work Order shall be as set forth the Work Order /Change Order or as set forth in the Seminole County Agreement which enumerates rates and charges of the Contractor. (b). The City shall not pay for reimbursable items such as gas, tolls, mileage, meals, etc. and other items not directly attritbutable to items produced for each Work Order. (c). Work performed by the Contractor without written approval by the City's designated representative shall not be compensated. Any work performed by the Contractor without approval by the City is performed at the Contractor's own election. (d). In the event the City fails to provide compensation underthe terms and conditions of this Agreement, the Contractor shall notify the City's designated representative in order that the City may take remedial action. Section 11: Invoice Process. (a). Payments shall be made by the City to the Contractor when requested as work progresses for services furnished, but not more than once monthly. Each Work Order shall be invoiced separately. The Contractor shall render to the City, at the close of each calendar month, an itemized invoice properly dated, describing all services rendered, the cost of the services, the name and address of the Contractor, Work Order Number, Contract Number and all other information required by this Agreement. (b). Invoices which are in an acceptable form to the City and without disputable items will be processed for payment within thirty (30) days of receipt by the City. (c). The Contractor will be notified of any disputable items contained in invoices submitted by the Contractor within fifteen (15) days of receipt by the City with an explanation of the deficiencies. (d). The City and the Contractor will make every effort to resolve all disputable items contained in the Contractor's invoices. (e). Each invoice shall reference this Agreement, the appropriate Work Order and Change Order if applicable, the billing period, and include the Project Status Report for the period being billed. (f). The Florida Prompt Payment Act shall apply when applicable. Page 8 (g). Invoices are to be forwarded directly to: Finance Director City Hall City of Sanford 300 North Park Avenue Sanford, Florida 32771 Section 12: Severability /Construction. (a). If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision, and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. (b). All provisions of this Agreement shall be read and applied in pari materia with all other provisions hereof. (c). Violation of this Agreement by the Contractor is recognized by the parties to constitute irreparable harm to the City. (d). Venue for any lawsuit arising under this Agreement shall be in the Circuit Court in and for Seminole County, Florida, with regard to State actions, and in the United States District Court for the Middle District of Florida (Orlando) with regard to Federal actions. Section 13: Indemnity. (a). To the fullest extent permitted by law, the Contractor shall indemnify, hold harmless, and defend the City, its agents, servants, officers, officials, and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorneys fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or part by the error, omission, negligent act, failure to act, malfeasance, misfeasance, conduct, or misconduct of the Contractor, its agents, servants, officers, officials, employees, or subcontractors. The City does not waive its right to assert consquential damages against the Contractor. (b). In accordance with Section 725.06, Florida Statutes, adequate consideration has been provided to the Contractor for this obligation, the receipt and sufficiency of which is hereby specifically acknowledged. (c). Nothing herein shall be deemed to affect the rights, privileges, and immunities of the City as set forth in Section 768.28, Florida Statutes. Page 9 (d). In claims against any person or entity indemnified under this Section by an employee of the Contractor or its agents or subcontractors, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Section shall not be limited by a limitation on amount or type of damages, compensation, or benefits payable by or for the Contractor or its agents or subcontractors, under workers compensation acts, disability benefits acts, or other employee benefit acts. (e). The execution of this Agreement by the Contractor shall obligate the Contractor to comply with the indemnification provision in this Agreement; provided, however, that the Contractor shall also comply with the provisions of this Agreement relating to insurance coverages. Section 14: Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. In Witness Whereof, the parties hereto have made and executed this Agreement on the respective dates under each signature with the City acting through its City Commission and the Contractor signing by and through its duly authorized corporate officer having the full and complete authority to execute same. SIGNATURE PAGE FOLLOWS Page 10 Attest: * dry ept Manager �tke:& kdk Second Witness Printed Name. IG�1 Attest: anet Dougherty, Cit Clerk A vnlnl rC b"v AAA Professional Service Industries, Inc. By: 0 e Pulsifer cutive Vice President 5 Date Page 10 For use and reliance of the Sanford City Commission only. LETTER OF TRANSMITTAL Seminole County Purchasing and Contacts Division 1101 E. 1 st Street, Sanford, Florida 32771 Phone: 407 -665 -7120 Fax: 407-665-7956 TO: PROFESSIONAL SERVICE INDUSTRIES, DATE: 215/2007 INC 1748 33 ST ORLANDO, FL 32839 PS4074.061TRJ Agreement ATTENTION: VICE- PRESIDENT ❑ BID No. ❑ Change Order No. ❑ Amendment No. ❑ Contract No. ❑ Work Order No. ITEM NO. DESCRIPTION 1 CERTIFIED COPY FOR YOUR FILES THESE ARE TRANSMITTED as checked below: • For your information ❑ For your signature 0 For your files • For approval ❑ Approved as submitted ❑ Resubmit copies for approval • For your use ❑ Approved as noted ❑ For your review & comment • As requested ❑ Returned for corrections ❑ Please return to my attention • For your action ❑ ❑ Please respond by , COMMENTS: FOR YOUR FILES. IF YOU HAVE ANY QUESTIONS OR NEED FURTHER ASSISTANCE, PLEASE CONTACT ME AT EXTENSION 7120. THANK YOU. TO FINANCE LEGAL A. Khoury A. Sundvall L. Coleman PROJECT FILE SIGNED: u Diane Reed, CPPB, FCC Sr Contracts Analyst URTMED 60PX' RARY M(R59 CtEkV CIRCUIT'COURf SE OLE COUNTY, FLORIDA Y, � S CONSULTANT SERVICES AARBMUMT (PS- 1074- 06 /TRJ) flEfUTY C LERK PROFESSIONAL OEOTECHNICAL SERVICES AND CONSTRUCTION MATERIAL TESTING AND INSPECTION THIS AGREEMENT is made and entered into this day of 206 by and between PROFESSIONAL SERVICE INDUSTRIES, INC., duly authorized to conduct business in the State of Florida, whose address is 1748 33r Street, Orlando, FL 32839, hereinaf- ter called the "CONSULTANT", and SEXINOLE COUNTY, a political subdivi- sion of the State of Florida, whose address is Seminole County Services Building, 1101 East First Street, Sanford, Florida 32771, hereinafter called the "COUNTY ". W I T N E S S E T H: WHEREAS, the COUNTY desires to retain the services of a competent and qualified consultant to provide professional geotechnical services and construction material testing and inspection in Seminole County; and WHEREAS, the COUNTY has requested and received expressions of interest for the retention of services of consultants; and WHEREAS, the CONSULTANT is competent and qualified to furnish professional services to the COUNTY and desires to provide services according to the terms and conditions stated herein, NOW, THEREFORE, in consideration of the mutual understandings and covenants set forth herein, the COUNTY and the CONSULTANT agree as follows: SECTION 1. SERVICES. The COUNTY does hereby. retain the CONSULTANT to furnish professional services and perform those tasks as further described in the Scope of Services attached hereto as Exhibit "A" and made a part hereof. Required services shall be specifically enumerated, described, and depicted in the Work Orders authorizing performance of the specific project, task, or study. This Agreement standing alone does not authorize the performance of any work or require 1 the COUNTY to place any orders for work. SECTION 2. TERM. This Agreement shall take effect on the date of its execution by the COUNTY and shall run for a period of two (2) years and, at the sole option of COUNTY, may be renewed for three (3) succes- sive periods not to exceed one (1) year each. Expiration of the term of this Agreement shall have no effect upon Work Orders issued pursuant to this Agreement and prior to the expiration date. Obligations entered therein by both parties shall remain in effect until completion of the work authorized by the Work Order. SECTION 3. AUTHORIZATION FOR SERVICES. Authorization for per- formance of professional services by the CONSULTANT under this Agreement shall be in the form of written Work Orders issued and executed by the COUNTY and signed by the CONSULTANT. A sample Work Order is attached hereto as Exhibit "B." Each Work Order shall describe the services required, state the dates for commencement and completion of work and establish the amount and method of payment. The Work Orders will be issued under and shall incorporate the terms of this Agreement. The COUNTY makes no covenant or promise as to the number of available projects nor that the CONSULTANT will perform any project for the COUNTY during the life of this Agreement. The COUNTY reserves the right to contract with other parties for the services contemplated by this Agree- ment when it is determined by the COUNTY to be in the best interest of the COUNTY to do so. SECTION 4. TIME FOR COMPLETION. The services to be rendered by the CONSULTANT shall be commenced, as specified in such Work Orders as may be issued hereunder and shall be completed within the time specified therein. In the event the COUNTY determines that significant benefits would accrue from expediting an otherwise established time schedule for completion of services under a given Work Order, that Work Order may 2 include a negotiated schedule of incentives based on time savings. SECTION 5. COMPENSATION. The' COUNTY agrees to compensate the CONSULTANT for the professional services called for under this Agreement on either a "Fixed Fee Basis" or on a "Time Basis Method." If a Work Order is issued under a "Time Basis Method," then CONSULTANT shall be compensated in accordance with the rate schedule attached as Exhibit "C." If a Work Order is issued for a "Fixed Fee Basis ", then the applicable Work Order Fixed Fee amount shall include any and all reimbursable expenses. SECTION 6. RE 331M EXPENSES. If a Work Order is issued on a "Time Basis Method," then reimbursable expenses are in addition to the hourly rates. Reimbursable expenses are subject to the applicable "Not - to- Exceed" or "Limitation of Funds" amount set forth in the Work Order. Reimbursable expenses may include actual expenditures made by the CONSULTANT, his employees, or his professional associates in the interest of the Project for the expenses listed in the following paragraphs: (a) Expenses of transportation, when traveling in connection with the Project, based on Sections 122.061(7) and (8), Florida, Statutes, or their successor; long distance calls and telegrams; and fees, paid for securing approval of authorities having jurisdiction over the Project. (b) Expense of reproductions, postage, and handling of drawings and specifications. (c) If authorized in writing in advance by the COUNTY, the cost of other expenditures made by the CONSULTANT in'the interest of the Project. SECTION 7. PAYMENT AND BILLING. (a) If the Scope of Services required to be performed by a Work Order is clearly defined, the Work Order shall be issued on a "Fixed Fee 3 Basis." The CONSULTANT shall perform all work required by the Work Order but, in no event, shall the CONSULTANT be paid more than the negotiated Fixed Fee amount stated therein. (b) If the Scope of Services is not clearly defined, the Work Order may be issued on a "Time Basis Method" and contain a Not -to Exceed amount. If a Not -to- Exceed amount is provided, the CONSULTANT shall perform all work required by the Work Order; but, in no event, shall the CONSULTANT be paid more than the Not -to- Exceed amount specified in the applicable Work Order. (c) If the Scope of Services is not clearly defined, the Work Order may be issued on a "Time Basis Method" and contain a Limitation of Funds amount. The CONSULTANT is not authorized to exceed that amount without the prior written approval of the COUNTY. Said approval, if given by the COUNTY, shall indicate a new Limitation of Funds amount. The CONSULTANT shall advise the COUNTY whenever the CONSULTANT has incurred expenses on any Work Order that equals or exceeds eighty percent (80 %) of the Limitation of Funds amount. (d) For Work Orders issued on a "Fixed Fee Basis," the CONSULTANT may invoice the amount due based on the percentage of total Work Order services actually performed and completed; but, in no event, shall the invoice amount exceed a percentage of the Fixed Fee amount equal to a percentage of the total services actually completed. The COUNTY shall pay the CONSULTANT ninety percent (90 %) of the approved amount on Work Orders issued on a "Fixed Fee Basis." (e) For Work Orders issued on a "Time Basis Method" with a Not - to- Exceed amount, the CONSULTANT may invoice the amount due for actual work hours performed; but, in no event, shall the invoice amount exceed a percentage of the Not -to- Exceed amount equal to a percentage of the total services actually completed. The COUNTY shall pay the CONSULTANT 4 ninety percent (90 %) of the approved amount on Work Orders issued on a "Time Basis Method" with a Not -to- Exceed amount. (f) Each Work Order issued on a "Fixed Fee Basis" or "Time Basis Method" with a Not -to- Exceed amount shall be treated separately for retainage purposes. If the COUN'T'Y determines that work is substantially complete and the amount retained is considered to be in excess, the COUNTY may, at its sole and absolute discretion, release the retainage or any portion thereof. (g) For Work Orders issued on a "Time Basis Method" with a Limitation of Funds amount, the CONSULTANT may invoice. the amount due for services actually performed and completed. The COUNTY shall pay the CONSULTANT one hundred percent (100 %) of the approved amount on Work Orders issued on a "Time Basis Method" with a Limitation of Funds amount. (h) Payments shall be made by the COUNTY to the CONSULTANT when requested as work progresses for services furnished, but not more -than once monthly. Each Work Order shall be invoiced separately. CONSULTANT shall render to COUNTY, at the close of each calendar month, an itemized invoice properly dated, describing any services rendered, the cost of the services, the name and address of the CONSULTANT, Work Order Number, Contract Number, and all other information required by this Agreement. The original invoice and one (1) copy shall be sent to: Director of County Finance Seminole County Board of County Commissioners Post Office Box 8080 Sanford, Florida 32772 Two (2) duplicate copies of the invoice shall be sent to: Seminole County Engineering Division 520 W. Lake Mary Boulevard, Suite 200 Sanford, Florida 32773 (i) Payment shall be made after review and approval by COUNTY within thirty (30) days of receipt of a proper invoice from the 5 CONSULTANT. SECTION S. GENERAL TERMS OF PAYMENT AND BILLING. (a) Upon satisfactory completion of work required hereunder, and upon acceptance of the work by the COUNTY, the CONSULTANT may invoice the COUNTY for the full amount of compensation provided for under the terms of this Agreement including any retainage and less any amount already paid by the COUNTY. The COUNTY shall pay the CONSULTANT within thirty (30) days of receipt of proper invoice. (b) The COUNTY may perform or have performed an audit of the records of the CONSULTANT after final payment to support final payment hereunder. This audit would be performed at a time mutually agreeable to the CONSULTANT and the COUNTY subsequent to the close of the final fiscal period in which the last work is performed. Total compensation to the CONSULTANT may be determined subsequent to an audit as provided - for in subsections (b) and (c) of this Section, and the total compensa- tion so determined shall be used to calculate final payment to the CONSULTANT. Conduct of this audit shall not delay final payment as provided by subsection (a) of this Section. (c) In addition to the above, if federal funds are used for any work under the Agreement, the Department of Housing and Urban Develop- ment, the Comptroller General of the United States, or any of their duly authorized representatives, shall have access to any books, documents, papers, and records of the CONSULTANT which are directly pertinent to work performed under this Agreement for purposes of making audit, examination, excerpts, and transcriptions. (d) The CONSULTANT agrees to maintain all books, documents, papers, accounting records, and other evidences pertaining to work performed under this Agreement in such a manner as will readily conform to the terms of this Agreement and to make such materials available at 0 the CONSULTANT Is office at all reasonable times during the Agreement period and for five (5) years from the date of final payment under the contract for audit or inspection as provided for in subsections (b) and (c) of this Section. (e) In the event any audit or inspection conducted after final payment, but within the period provided in paragraph (d) of this Section, reveals any overpayment by the COUNTY under the terms of the Agreement, the CONSULTANT shall refund such overpayment to the COUNTY within thirty (30) days of notice by the COUNTY. SECTION 9. RESPONSIBILITIES OF THE CONSULTANT. (a) The CONSULTANT shall be responsible for the professional quality, technical accuracy, competence, methodology, accuracy, and the coordination of all of the following which are listed for illustration purposes and not as a limitation: documents, analysis, reports, data, plans, plats, maps, surveys, specifications, and any and all other services of whatever type or nature furnished by the CONSULTANT under this Agreement. The CONSULTANT shall, without additional compensation, correct or revise any errors, or deficiencies in his plans, analysis, data, reports, designs, drawings, specifications, and any and all other services of whatever type or nature. (b) Neither the COUNTY's review, approval, or acceptance of, nor payment for, any of the services required shall be construed to operate as a waiver of any rights under this Agreement nor of any cause of action arising out of the performance of this Agreement and the CONSULTANT shall be and always remain liable to the COUNTY in accordance with applicable law for any and all damages to the COUNTY caused by the CONSULTANT's negligent or wrongful performance of any of the services furnished under this Agreement. 7 SECTION 10. OWNERSHIP OF DOCUMENTS. A11 deliverable analysis, reference data, survey data, plans and reports, or any other form of written instrument or document that may result from the CONSULTANT's services or have been created during the course of the CONSULTANT's performance under this Agreement shall become the property of the COUNTY after final payment is made to the CONSULTANT. SECTION 11. TERMINATION. (a) The COUNTY may, by written notice to the CONSULTANT, termi- nate this Agreement or any Work Order issued hereunder, in whole or in part, at any time, either for the COUNTY's convenience or because of the failure of the CONSULTANT to fulfill its Agreement obligations. Upon receipt of such notice, the CONSULTANT shall: (1) immediately discontinue all services affected unless the notice directs otherwise, and (2) deliver to the COUNTY all data, drawings, specifica- tions, reports, estimates, summaries, and any and all such other information and materials of whatever type or nature as may have been accumulated by the CONSULTANT in performing this Agreement, whether completed or in process. (b) If the termination is for the convenience of the COUNTY, the CONSULTANT shall be paid compensation for services performed to the date of termination. If this Agreement calls for the payment based on a Fixed Fee amount, the CONSULTANT shall be paid no more than a percentage of the Fixed Fee amount equivalent to the percentage of the completion of work, as determined solely and conclusively by the COUNTY, contem- plated by this Agreement. (c) If the termination is due to the failure of the CONSULTANT to fulfill its Agreement obligations, the COUNTY may take over the work and prosecute the same to completion by other Agreements or otherwise. In 8 such case, the CONSULTANT shall be liable to the COUNTY for all reason- able additional costs occasioned to the COUNTY thereby. The CONSULTANT shall not be liable for such additional costs if the failure to perform the Agreement arises without any fault or negligence of the CONSULTANT; provided, however, that the CONSULTANT shall be responsible and liable for the actions of its subcontractors, agents, employees, and persons and entities of a similar type or nature. .Such causes may include acts of God or of the public enemy, acts of the COUNTY in either its sover- eign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; but, in every case, the failure to perform must be beyond the control and without any fault or negligence of the CONSULTANT. (d) If, after notice of termination for failure to fulfill its Agreement obligations, it is determined that the CONSULTANT had not so failed, the termination shall be conclusively deemed to have been effected for the convenience of the COUNTY. In such event, adjustment in the Agreement price shall be made as provided in subsection (b) of this Section. (e) The rights and remedies of the COUNTY provided for in this Section are in addition and supplemental to any and all other rights and remedies provided by law or under this Agreement. SECTION 12. AGREEMEENT AND wORK ORDER IN CONFLICT. Whenever the terms of this Agreement conflict with any Work Order issued pursuant to it, the Agreement shall prevail. SECTION 13. EQUAL OPPORTUNITY EXPLOYNPM . The CONSULTANT agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement, because, of race, color, religion, sex, age, disability, or national origin and will take steps to ensure that applicants are employed and employees are treated during 9 employment without regard to race, color, religion, sex, age, disabil- ity, or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including appren- ticeship. SECTION 14. NO CONTINGENT FEES. The CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the CONSULTANT, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from award or making of this Agreement. For the breach or violation of this provision, the COUNTY shall have the right to terminate the Agreement at its sole discretion, without liability and to deduct from the Agreement price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. SECTION 15. CONFLICT OF INTEREST. (a) The CONSULTANT agrees that it will not contract for or accept employment for the performance of any work or service with any individ- ual, business, corporation, or government unit that would create a conflict of interest in the performance of its obligations pursuant to this Agreement with the COUNTY. (b) The CONSULTANT agrees that it will neither take any action nor engage in any conduct that would cause any COUNTY employee to violate the provisions of Chapter 112, Florida Statutes, relating to ethics in government. 10 (c) In the event that CONSULTANT causes or in any way promotes or encourages a COUNTY officer, employee, or agent to violate Chapter 112, Florida Statutes, the COUNTY shall have the right to terminate this Agreement. SECTION 16. ASSIGIOUM. This Agreement, or any interest herein, shall not be assigned, transferred, or otherwise encumbered under any circumstances by the parties hereto without prior written consent of the other party and in such cases only by a document of equal dignity herewith. SECTION 17. SUBCONTRACTORS. In the event that the CONSULTANT, during the course of the work under this Agreement, requires the services of any subcontractors or other professional associates in connection with services covered by this Agreement, the CONSULTANT must first secure the prior express written approval of the COUNTY. If subcontractors or other professional associates are required in connec- tion with the services covered by this Agreement, CONSULTANT shall remain fully responsible for the services of subcontractors or other professional associates. SECTION 18. INDEMNIFICATION OF COUNTY. The CONSULTANT agrees to hold harmless, replace, and indemnify the COUNTY, its commissioners, officers, employees, and agents against any and all claim, losses, damages, or lawsuits for damages arising from the negligent, reckless, or intentionally wrongful provision of services hereunder by the CONSULTANT, whether caused by the CONSULTANT or otherwise. SECTION 19. INSDRANCE. (a) GENERAL The CONSULTANT shall at the CONSULTANT's own cost, procure the insurance required under this Section. (1) The CONSULTANT shall furnish the COUNTY with a Certifi- cate of Insurance signed by an authorized representative of the insurer 11 evidencing the insurance required by this Section (Professional Liabil- ity, Workers' Compensation/ Employer Is Liability and Commercial General Liability). The COUNTY, its officials, officers, and employees shall be named additional insured under the Commercial General Liability policy. The Certificate of Insurance shall provide that the COUNTY shall be given not less than thirty (30) days written notice prior to the cancellation or restriction of coverage. Until such time as the insurance is no longer required to be maintained by the CONSULTANT, the CONSULTANT shall provide the COUNTY with a renewal or replacement Certificate of Insurance not less than thirty (30) days before expira- tion or replacement of the insurance for which a previous certificate has been provided. (2) The Certificate shall contain a statement that it is being provided in accordance with the Agreement and that the insurance is in full compliance with the requirements of the Agreement. In lieu of the statement on the Certificate, the CONSULTANT shall, at the option of the COUNTY submit a sworn, notarized statement from an authorized representative of the insurer that the Certificate is being provided in accordance with the Agreement and that the insurance is in full compli- ance with the requirements of the Agreement. The Certificate shall have this Agreement number clearly marked on its face. (3) In addition to providing the Certificate of Insurance, if required by the COUNTY, the CONSULTANT shall, within thirty (30) days after receipt of the request, provide the COUNTY with a certified copy of each of the policies of insurance providing the coverage required by this Section. (4) Neither approval by the COUNTY nor failure to disap- prove the insurance furnished by a CONSULTANT shall relieve the CONSULTANT of the CONSULTANT's full responsibility for performance of 12 any obligation including CONSULTANT indemnification of COUNTY under this Agreement. (b) INSURANCE COMPANY REQUIREMENTS Insurance companies provid- ing the insurance under this Agreement must meet the following require- ments: (1) Companies issuing policies other than Workers' Compen- sation, must be authorized to conduct business in the State of Florida and prove same by maintaining Certificates of Authority issued to the companies by the Department of Insurance of the State of Florida. Policies for Workers' Compensation may be issued by companies authorized as a group self- insurer by Section 440.57, Florida Statutes. (2) In addition, such companies other than those authorized by Section 440.57, Florida Statutes, shall have and maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to A.M. Best Company. (3) If, during the period which an insurance company is providing the insurance coverage required by this Agreement, an insur- ance company shall: 1) lose its Certificate of Authority, 2) no longer comply with Section 440.57, Florida Statutes, or 3) fail to maintain the requisite Best's Rating and Financial Size Category, the CONSULTANT shall, as soon as the CONSULTANT has knowledge of any such circumstance, immediately notify the COUNTY and immediately replace the insurance coverage provided by the insurance company with "a different insurance company meeting the requirements of this Agreement. Until such time as the CONSULTANT has replaced the unacceptable insurer with an insurer acceptable to the COUNTY the CONSULTANT shall be deemed to be in default of this Agreement. (c) SPECIFICATIONS Without limiting any of the other obliga- tions or liability of the CONSULTANT, the CONSULTANT shall, at the 13 CONSULTANT's sole expense, procure, maintain and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this subsection. Except as otherwise specified in the Agreement, the insurance shall become effective prior to the commencement of work by the CONSULTANT and shall be maintained in force until the Agreement completion date. The amounts and types of insurance shall conform to the following minimum requirements. (1) Workers' Compensation /Employer's Liability (A) The CONSULTANT's insurance shall cover the CONSULTANT for liability which would be covered by the latest edition of the standard Workers' Compensation Policy, as filed for use in Florida by the National Council on Compensation Insurance, without restrictive endorsements. The CONSULTANT will also be responsible for procuring proper proof of coverage from its subcontractors of every tier for liability which is a result of a Workers' Compensation injury to the subcontractor's employees. The minimum required limits to be provided by both the CONSULTANT and its subcontractors are outlined in subsection (c) below. In addition to coverage for the Florida Workers' Compensa- tion Act, where appropriate, coverage is to be included for the United States Longshoremen and Harbor Workers' Compensation Act, Federal Employers' Liability Act and any other applicable federal or state law. (B) Subject to the restrictions of coverage found in the standard Workers' Compensation Policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Workers' Compensation Act, the United States Longshoremen's and Harbor Workers' Compensation Act, or any other coverage customarily insured under Part One of the standard Workers' Compensation Policy. (C) The minimum amount of coverage under Part Two of the standard Workers' Compensation Policy shall be: 14 $ 500,000.00 (Each Accident) $1,000,000.00 (Disease - Policy Limit) $ 500,000.00 (Disease -Each Employee) (2) Commercial General Liability. (A) The CONSULTANT's insurance shall cover the CONSULTANT for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) , as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements other than the elimination of Coverage C, Medical Payment and the elimination of coverage for Fire Damage Legal Liability. (B) The minimum limits to be maintained by the CONSULTANT (inclusive of any amounts provided by an Umbrella or Excess policy) shall be as follows: General Aggregate LIMITS $Three (3) Times the Each Occurrence Limit Personal & Advertising $1,000,000.00 Injury Limit Each Occurrence Limit $1,000,000.00 (3) Professional Liability Insurance The CONSULTANT shall carry limits of not less than ONE MILLION AND N01100 DOLLARS ($1,000,000.00). (d) COVERAGE The insurance provided by CONSULTANT pursuant to this Agreement shall apply on a primary basis and any other insurance or self - insurance maintained by the COUNTY or the COUNTY's officials, officers, or employees shall be excess of and not contributing with the insurance provided by or on behalf of the CONSULTANT. (e) OCCURRENCE BASIS The Workers' Compensation Policy and the Commercial General Liability required by this Agreement shall be provided on an occurrence rather than a claims -made basis. The Profes- 15 sional Liability insurance policy must either be on an occurrence basis, or, if a claims -made basis, the coverage must respond to all claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis. (f) OBLIGATIONS Compliance with the foregoing insurance requirements shall not relieve the CONSULTANT, its employees or agents of liability from any obligation under a Section or any other portions of this Agreement. SECTION 20. ALTERWATIVE DISPUTE RESOLUTION. (a) In the event of a dispute related to any performance or payment obligation arising under this Agreement, the parties agree to exhaust COUNTY protest procedures prior to filing suit or otherwise pursuing legal remedies. COUNTY procedures for proper invoice and payment disputes are set forth in Section 22.15, "Prompt Payment Procedures," Seminole County Administrative Code. (b) CONSULTANT agrees that it will file no suit or otherwise pursue legal remedies based on facts or evidentiary materials that were not presented for consideration in the COUNTY protest procedures set forth in subsection (a) above of which the CONSULTANT had knowledge and failed to present during the COUNTY protest procedures. (c) In the event that COUNTY protest procedures are exhausted and a suit is filed or legal remedies are otherwise pursued, the parties shall exercise best efforts to resolve disputes through voluntary mediation. Mediator selection and the procedures to be employed in voluntary mediation shall be mutually acceptable to the parties. Costs of voluntary mediation shall be shared equally among the parties participating in the mediation. 16 SECTION 21. REPRESENTATIVES OF THE COUNTY AND THE CONSULTANT. (a) It is recognized that questions in the day -to -day conduct of performance pursuant to this Agreement will arise. The COUNTY, upon request by the CONSULTANT, shall designate in writing and shall advise the CONSULTANT in writing of one (1) or more of its employees to whom all communications pertaining to the day =to -day conduct of this Agree- ment shall be addressed. The designated representative shall have the authority to transmit instructions, receive information and interpret and define the COUNTY's policy and decisions pertinent to the work covered by this Agreement. (b) The CONSULTANT shall, at all times during the normal work week, designate or appoint one or more representatives of the CONSULTANT who are authorized to act in behalf of and bind the CONSULTANT regarding all matters involving the conduct of the performance pursuant to this Agreement and shall keep the COUNTY continually and effectively advised of such designation. SECTION 22. ALL PRIOR AGREEMENTS SUPERSEDED. This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained or referred to in this document. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral . or written. SECTION 23. MODIFICATIONS, AMENDMENTS OR ALTERATIONS. No modifi- cation, amendment, or alteration *in the terms or conditions contained herein 'shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 17 SECTION 24. INDEPENDENT CONTRACTOR. It is agreed that nothing herein contained is intended or should be construed as in any manner creating or establishing a relationship of co- partners between the parties, or as constituting the CONSULTANT (including its officers, employees, and agents) the agent, representative, or employee of the COUNTY for any purpose, or in any manner, whatsoever. The CONSULTANT is to be and shall remain forever an independent contractor with respect to all services performed under this Agreement. SECTION 25. EMPLOYEE STATUS. Persons employed by the CONSULTANT in the performance of services and functions pursuant to this Agreement shall have no claim to pension, workers' compensation, unemployment com- pensation, civil service, or other employee rights or privileges granted to the COUNTY's officers and employees either by operation of law or by the COUNTY. SECTION 26. SERVICES NOT PROVIDED FOR. No claim for services furnished by the CONSULTANT not specifically provided for herein shall be honored by the COUNTY. SECTION 27. PUBLIC RECORDS LAW. CONSULTANT acknowledges COUNTY's obligations under Article I, Section 24, Florida Constitution and Chapter 119, Florida Statutes to release public records to members of the public upon request. CONSULTANT acknowledges that COUNTY is required to comply with Article I, Section 24, Florida Constitution and Chapter 119, Florida Statutes in the handling of the materials created under this Agreement and that said statute controls over the terms of this Agreement. SECTION 28. COMPLIANCE WITH LAWS AND REGULATIONS. In providing all services pursuant to this Agreement, the CONSULTANT shall abide by all statutes, ordinances, rules, and regulations pertaining to, or regulating the provisions of, such services, including those now in 18 effect and hereafter adopted. Any violation of said statutes, ordi- nances, rules, or regulations shall constitute a material breach of this Agreement, and shall entitle the COUNTY to terminate this Agreement immediately upon delivery of written notice of termination to the CONSULTANT. SECTION 29. NOTICES. Whenever either party desires to give notice unto the other, it must be given by written notice, sent by registered or certified United States mail, with return receipt request- ed, addressed to the party for whom it is intended at the place last specified and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Section. For the present, the parties designate the following as the respective places for giving of notice, to -wit: For COUNTY: Seminole County Engineering Division 520 W. Lake Mary Boulevard, Suite 200 Sanford, Florida 32773 For CONSULTANT: Professional Services Industries,,Inc. 1748 33r Street Orlando, FL 32839 SECTION 30. RIGHTS AT LAW RETAINED. The rights and remedies of the COUNTY, provided for under this Agreement, are in addition and supplemental to any other rights and remedies provided by law. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the date below written for execution by the COUNTY. ATTEST: S Secretary PROFESSIONAL SERVICE INDUSTRIES, INC. By: H. P ent EGOVICH Vi r esi Date �,ypo'7 19 ATTEST C1 k o the Board o-f County Commi psc i oncarc : of Seminole County, Florida. BOARD OF COUNTY COMMISSIONERS 7-lat OLE COUNTY, F •RIDA By: CARLTON HENLEY, Chaff Date. 0 For use and reliance As authorized for execution by of Seminole County only. the Board. f Counts Commissioners at their ec,, 20 d b Approved as to form and regular meeting. legal Co Attorney / AC /jjr [` 11/15/06 P: \Users \jroyal \Purchasing- 2006 \PS - 1074- 06- Nodarse & Associates.doc Attachments: Exhibit "A" - Scope of Services Exhibit "B" - Sample Work Order Exhibit "C" - Rate Schedule 20 FEE SCHEDULE Labor Category Raw Fringe and Fringe and Loaded Profit Profit Billing Hourly Overhead % Overhead Hourly % Amount Rate Rate Amount Rate Principal Engineer $41.50 61.79% $67.14 $108.64 10.5% $11.41 $120.05 Registered Senior Engineer $36.50 61.79% $59.05 $95.55 10.5% $10.03 $105.58 Project Engineer $33.50 61.79% $54.20 $87.70 10.5% $9.21 $96.91 Staff Engineer $30.00 61.79% $48.54 $78.54 10.5% $8.25 $86.79 Engineering Associate $23.50 61.79% $38.02 $61.52 10.5% $6.46 $67.98 Senior Engineering Technician $16.00 61.79% $25.89 $41.89 10.5% $4.40 $46.29 Engineering Technician $15.00 61.79% $24.27 $39.27 10.5% $4.21 $43.39 Draftsman $15.00 61.79% $24.27 $39.27 10.5% $4.21 $43.39 Technical Secretary $13.50 61.79% $21.84 $35.34 10.5% $3.71 $39.05 Note: Rounded all billing rates up or down to match those listed under the Professional Technical Services Hourly Rates. Scope of Services Professional Engineering Services for Soil and Materials Testing Price Schedule Specific services shall include, but not limited to sampling and testing of soils, concrete, asphalt and various other constructions materials. # Item Cost per Unit 1 In -Place density tests $ 25.00 2 Standard or modified proctors $ 85.00 3 Limerock Bearing Ratio tests 3 points) $ 290.00 4 Compressive strength of concrete cylinders (4 per set ) $ 85.00 5 Compressive strength of soil- cement pills (4 per set ) $ 68.00 6 Asphalt extraction, gradation, & Marshall stability tests $ 225.00 7 Core drilling & soils analysis $ 200.00 IPM1 Professional & Technical Services Hourly Rates Classification Hourly Rates 1 Principal Engineer/Scientist $ 120.00 2 Registered Senior Engineer/Scientist $ 105.50 3 Project Engineer/Scientist 11 $ 97.00 4 Pro ect Engineer/Scientist 1 $ 97.00 5 Staff Engineer/Scientist $ 87.00 6 Engineering/Scientific Associate $ 68.00 7 Senior Engineering Technician $ 46.25 8 Engineering Technician $ 43.50 9 Draftsman $ 43.50 10 Technical Secretary $ 39.00 Steel Inspection Inspection Price per Unit 1 Inspection of Welds & Bolt Torquing A) At Plant $ 66.001hour B) At Job Site 1. One (1) Man Inspection Crew $ 66,00/hour 2. Two (2) Men Inspection Crew $ 132.00/hour 2 Reinforcing Steel Inspection $ 48.00 3 Nondestructive Testing of Steel & Connections $ 80.00 Geotechnical Investigations & Soil Testing # Item Price per Unit Unit 1 Standard Penetration Test Borings (ASTM D -1586) (minimum 50 feet per job) A) 0 -50 foot depth interval B) 50 -100 foot depth interval C) 100 -125 foot depth interval D) 125 -150 foot depth interval $9.00 $10.50 $28.00 $28.00 lineal foot 2 Auger Borings minimum 100 feet per job) $9.00 lineal foot 3 Manual Auger Borings $38.00 hour 4 Drill Service from Floating Platform negotiated 5 Rock Coring $65.00 lineal foot 6 Installation of Steel Casing (temporary) $6.00 foot 7 Ground Penetrating Radar $2,000.00 da 8 Cone Penetrometer Soundings $15.00 foot 9 Dilatometer Soundings $120.00 each 10 Atterberg Limits A) Liquid Limit (LL) - Plastic Limit (PL) B) Shrinkage Limit (SL) $75.00 $75.00 each 11 California Bearing Ratio $290.00 each 12 Consolidation A Consolidation with Reload $600.00 each 13 Corrosion Resistance H and R $100.00 each 14 Field Density Tests (minimum 3 tests per trip) $25.00 each 15 Florida Bearing Value FBCV $30.00 each 16 Florida Bearing Value Determination of Blend Proportions $50.00 each 17 Grain Size: A) Hydro Analysis B Sieve Analysis Wash No. 200 Sieve $135.00 $40.00 each 18 Ground Penetrating Radar $2,000.00 day 19 Limerock Bearing Ratio LBR 3 point) $290.00 each 20 Limerock Bearing Ratio (LBR) (5 point) $300.00 each 21 Moisture Content $15.00 each 22 Moisture Density Test Standard or Modified Proctor $85.00 each 23 Monitor Well Installation - 2" or 4" PVC $35.00 foot' fiNNNNOwnwe MAY 24 Muck Probing: 2 Man Crew 3 Man Crew $600.00 $900.00 da 25 Organic Content Determination $40.00 each 26 pH $42.00 each 27 Permeability Tests - Field (15', 2 depths) (Excluding auger borings & vertical permeability) $350.00 each 28 Permeability Tests - Laboratory Granular Soil Cohesive Soli $160.00 $320.00 each 29 Soil- Cement, Field Testing & Observation $48.00 hour 30 Soil- Cement Laboratory Design Mixes (FOB Laboratory) short cut method) $1,500.00 $3,000.00 each w/freeze thaw 31 Soil Plate Load Test (ASTM) $1,100.00 each 32 Sepcific Grav $60.00 each 33 Double Ring Inf ltometer Test $450.00 each 34 Relative Density Test $140.00 each 35 Triaxial Compression Test (CU) (3 points) Additional points $350.00 per point 36 Unconfined Compression Tests $85.00 each 37 Undisturbed Thin - Walled Tube Sampling $130.00 0' -50' each 38 Unit Weight $60.00 each �0 Asphaltic Concrete Inspection Services # item Price per Unit Unit 1 Asphaltic Concrete Paving Plant Inspection $54.00 hour 2 Asphaltic Concrete Extraction & Hubbard -Field Stabili FOB Lab $300.00 each 3 lAsphaltic Concrete Extraction Gradation $120.00 each 4 Asphaltic Concrete Extraction /Gradation & Marshall Stability FOB Lab $210.00 each 5 Asphalt Marshall Stability $106.00 each 6 Asphaltic Concrete Paving Design Mix, Stability Test, Job Mix Formula, Aggregate Test and Trail Batches $2,600.00 each 7 Hubbard -Field SUabifity $180.00 each 8 Marshall Stability (including void analysis & family of curves) $210.00 each 9 Marshall Stability ail F.A.A. requirements) $210.00 each 10 Modified Marshall Stability (for use with emulsified asphalt's) $210.00 each 11 Coring Pavement for Density and /or Thickness $26.00 each 12 Asphalt Core Density (core provided by others) $15.00 1 each MOSM, Concrete Testing Concrete Aggregate Tests FOB Lab Price per Unit Unit 1 Sieve Analysis, Fine or Coarse $ 50.00 each 2 Absorption $ 15.00 each 3 Specific Gravity $ 60.00 each 4 Unit Weight $ 35.00 each 5 Material Finer than No. 200 Sieve $ 35.00 each 6 Organic Color metric ASTM C-40 $ 45.00 each 7 Salt Content $ 100.00 each 8 Los Angeles Abrasion $ 300.00 each 9 Soundness (5 cycle sodium sulfate) 5 cycle magnesium sulfate $ 110.00 each 10 Masonry Mortar Strength Comparative, Sand or Water $ 1,000.00 each Concrete Beams 11 Flexural Strength, Making & Testing 3 Tests per set) $ 150.00 set 12 Compressive Strength, ASTM CA 40, 5 Specimens $ 250.00 set 13 Absorption & Moisture Content, ASTM C -150, 5 Specimens $ 75.00 set 14 Compressive Strength Testing of Hollow Masonry Prisms ASTM E-477 (FOB) $ 75.00 each 15 Compressive Strength Testing of Hollow Masonry Prisms with Grouted Cells, ASTM E-477 $ 110.00 each 16 Molding, Curing & Testing of 2" x 2" Masonry Mortar Cubes set of 3 cubes $ 85.00 set 17 Concrete Masonry Units, ASTM Test (5 Compression & 5 Absorption Tests) $ 300.00 set Concrete Corin 18 Securing Structural or Pavement Cores, Compression Tests & Thickness $ 90.00 core 19 Coring Site Accessible - Does not include mobilization charge, staging and /or scaffolding, (4" diameter or smaller, 6" thickness or less) Compressive Strength of Concrete Cores (cores provided by others ) $ 65.00 core Grout Cubes 20 Making &, Compression Tests of 2" Cubes from Job Site set of 3 $ 85.00 set Concrete Cylinders 21 Making & Compression Tests of 6" x 12" Cylinders (Slump Test included) $ 85.00 set of 4 22 Compression Tests of 6" x 12" Cylinders $ 22.00 each 23 Extra Slump Tests $ 15.00 each 24 Air Content Tests $ 15.00 each Concrete Design Mixes 25 . Concrete Design Mixes (including standard aggregate tests & one trial batch with 6 compression test cylinders) $ 1,900.00 each 26 Brush/Loss (for soil cement basis) ASTM Durarock & pug mix $ 1,400.00 each 27 Linear Shrinkage Tests of Concrete Block (ASTM 426) $ 700.00 each Concrete Ready Mix Plant or Job Inspection $ 66.00 hour Pre - Fabricated Panel Tests, ASTM or FHA $ 66.00 hour !' Board of County Commissioners WORK ORDER SEMINOLE COUNTY, FLORIDA Work Ord Number: Master Agreement No.: Dated: Contract Title: Proj ect T it l e: _ -- - - -- Consultant: Address: ATTACHMENTS TO THIS WORK ORDER: METHOD OF COMPENSATION: [ ] drawings /plans /specifications (] fixed fee basis [ ] scope of services [) time basis- not -to- exceed [ ] special conditions [) time basis - limitation of funds TIME FOR COMPLETION: The services to be provided by the CONTRACTOR shall commence upon execution of this Agreement by the parties and shall be completed within ' (days, months, yars) of the effective date of this agreement. Failure to meet the completion date may be grounds for Termination for Default. Work Order Amount: DOLLARS ($ ) IN WITNESS WHEREOF, the parties hereto have made and executed this Work Order on this day of 20 for the purposes stated herein. ffMSOCTMToBECOMPUMBYflECOl1NrY) By: Secretary , President (CORPORATE SEAL) Date: BOARD OF COUNTY COMMISSIONERS SEMINOLE COUNTY, FLORIDA WITNESSES: By: (contracts An*st, profit name) , Contracts Supervisor Date: (Contracts Analyst, print name) As authorized by Section 330.3, Seminole County Administrative Code. Work Order — Contracts, Rev 2 11/10/03 Page 1 of 3 County Attorney WORK ORDER TERMS AND CONDITIONS EXHIBIT `B" a) Execution of this Work Order by the COUNTY shall serve as authorization for the CONSULTANT to provide, for the stated project, professional services as set out in the Scope of Services attached as Exhibit "A" to the Master Agreement cited on the face of this Work Order and as further delineated In the attachments listed on this Work Order. b) Term: This work order shall take effect on the date of Its execution by the County and expires upon final delivery, Inspection, acceptance and payment unless terminated earlier In accordance with the Termination provisions herein. c) The CONSULTANT shall provide said services pursuant to this Work Order, its Attachments, and the cited Master Agreement (as amended, if applicable) which is incorporated herein by reference as if it had been set out in its entirety. d) Whenever the Work Order conflicts with the cited Master Agreement, the Master Agreement shall prevail. e) METHOD OF COMPENSATION - If the compensation Is based on a: (i) FD(ED FEE BASIS, then the Work Order Amount becomes the Fixed Fee Amount and the CONSULTANT shall perform ail work required by this Work Order for the Fixed Fee Amount. The Fixed Fee Is an all- incluslve Firm Fixed Price binding the CONSULTANT to complete the work for the Fixed Fee Amount regardless of the costs of performance. In no event shall the CONSULTANT be paid more than the Fixed Fee Amount. (ii) TIME BASIS WITH A NOT-TO-EXCEED AMOUNT, then the Work Order Amount becomes the Not -to- Exceed Amount and the CONSULTANT shall perform all the work required by this Work Order for a sum not exceeding the Not -to- Exceed Amount. In no event is the CONSULTANT authorized to Incur expenses exceeding the not -to- exceed amount without the express written. consent of the COUNTY. Such consent will normally be in the form of an amendment to this Work Order. The CONSULTANTS compensation shall be based on the actual work required by this Work Order and the Labor Hour states established in the Master Agreement. (iii) TIME BASIS WITH A LIMTfATION OF FUNDS AMOUNT, then the Work Order Amount becomes the Limitation of Funds amount and the CONSULTANT Is not authorized to exceed the Limitation of Funds amount without prior written approval of the COUNTY. Such approval, if given by the COUNTY, shall indicate a new Limitation of Funds amount. The CONSULTANT shall advise the COUNTY whenever the CONSULTANT has incurred expenses on this Work Order that equals or exceeds eighty percent (80%) of the Limitation of Funds amount. The CONSULTANT's compensation shall be based on the actual work required by this Work Order and the Labor Hour !fates established in the Master Agreement. f) Payment to the CONSULTANT shall be made by the COUNTY in strict accordance with the payment terms of the referenced Master Agreement. g) It is expressly understood by the CONSULTANT that this Work Order, until executed by the COUNTY, does not authorize the performance of any services by the CONSULTANT and that the COUNT(, prior to its execution of the Work Order, reserves the right to authorize a party other than the CONSULTANT to perform the services called for under this Work Order; If it is determined that to do so is in the best Interest of the COUNT(. Work Order — contracts, Rev 2 11/10(03 Page 2 of 3 EXHIBIT "B h) The CONSULTANT shall sign the Work Order first and the COUNTY second. This Work Order becomes effective and binding upon execution by the COUNTY and not until then. A copy of this Work Order will be forwarded to the CONSULTANT upon execution by the COUNTY. Work Order — Contracts, Rev 2 11/10/03 Page 3 of 3