Loading...
HomeMy WebLinkAboutItem III (B) Acceptance and Auth. for Mayor and City Clerk to Execute Continuing Geotechnical Contracts with a) LJ Nodarse & Associates, Inc. b) Prof. Ser. Industries, Inc Jammal & Associate Div. c) Universal Eng. Science Inc AGENDA 1-4-94 "CENTER OF GOOD LIVING-PRIDE OF WEST ORANG " Item III B OCOv..%.va■ •to NIIJGmVnirI 0 s COMM CITY OF OCOEE RUSTYJOo ON G 150 N.LAIESHORE DRIVE 1 PAUL W.FOSTER OCOEE FLORIDA 34761-2258 VERN COMBS e ?v (4� *�� JIM GLEASON 61 G000 QTY MANAGER ELLIS SHAPIRO TO: The Honorable Mayor and Board of City Commissioners FROM: Montye Beamer, Director /7'y; Administrative Services Date: December 29, 1993 RE: CONTRACTS FOR PROFESSIONAL GEOTECHNICAL ENGINEERING AND TESTING SERVICES On December 7 , 1993 the Commission voted to negotiate with the three top-ranked geotechnical engineering and testing firms : ( 1 ) L .J . Nodarse & Associates , Inc. ; ( 2 ) Professional Service Industries , Inc. /Jammal & Associates Division; ( 3 ) Universal Engineering Sciences, Inc . The contract was included as part of the request for proposal package; during presentations and further discussions , no exceptions were taken to its language . Each firm was asked to provide its hourly fee schedule which becomes Exhibit B to the respective contracts . Instead of including three individual contracts with identical language this agenda item contains a blank contract and each firm' s hourly fee schedule . Staff recommends the award for continuing geotechnical engineering and testing services to the three firms . The City Attorney prepared the contract . ACTION REQUESTED The Mayor and City Commissioners ( 1 ) award continuing service contracts for professional geotechnical engineering and testing to: (a) Nodarse & Associates , Inc. ; (b) Professional Service industries , Inc . Jammal & Associates Division; (c) Universal Engineering Sciences, Inc . and ( 2 ) authorize the Mayor and City Clerk to execute . ZAL �,�Ser T r PROFESSIONAL GEOTECHNICAL ENGINEERING AND TESTING SERVICES THIS CONTRACT made and entered into this day of , 1993, by and between the CITY COMMISSION OF OCOEE, FLORIDA, a political subdivision of the State of Florida, hereinafter referred to as "CITY", and , hereinafter referred to as "CONSULTANT" . PREMISES WHEREAS, the CITY desires to retain a professional geotechnical engineering and testing consultant to perform work on a continuing basis for the City of Ocoee, Orange County, Florida, when the need for such services may arise; and WHEREAS, the CITY desires to employ the CONSULTANT in connection with the geotechnical engineering and testing services required, upon the terms and conditions hereinafter set forth, and the CONSULTANT is desirous of obtaining such employment and of performing such services upon said terms and conditions; and WHEREAS, the CITY has given public notice of the professional services to be rendered pursuant to this Contract, a copy of which is attached hereto as Exhibit "A" and incorporated herein by reference; and WHEREAS, the selection of CONSULTANT has been made in accordance with the provisions of the Consultant's Competitive - 1 - r Negotiation Act, Section 287.055, Florida Statutes, and this Contract shall constitute a "continuing contract" as defined in that Act; NOW, THEREFORE, in consideration of the mutual covenants and agreements hereinafter contained, it is agreed by and between the parties hereto as follows: I SCOPE OF ENGINEERING SERVICES CONSULTANT hereby agrees to perform for CITY the scope of geotechnical engineering and testing services set forth in Exhibit "A", which shall include, but not be limited to, (1) subsurface groundwater mound analysis and groundwater modeling, including that related to effluent disposal; (2) subsurface investigations prior to construction projects; (3) soils testing for maximum densities and compaction for construction projects; (4) concrete cylinder and slump testing for construction projects; (5) services related to the removal of underground storage tanks and assessments of contamination; (6) installation and abandonment of water supply wells; and (7) other related services requiring geotechnical engineering or testing, as requested by the CITY through the issuance of an Addendum to this Contract. CONSULTANT shall perform such services in accordance with the terms and conditions of this Contract and with applicable regulations and requirements of all interested government agencies. It is expressly understood, however, that the CITY shall have no - 2 - obligation to authorize CONSULTANT to perform any services under this Contract, and may, in its sole discretion, retain other consultants to perform any or all of the services authorized under this Contract. All services to be performed by CONSULTANT shall be authorized by issuance of an Addendum to this Contract, or an amendment to any prior Addendum issued by the CITY (the terms "Addendum" or "Addenda" as used throughout this Contract shall include amendments to addenda, unless otherwise specified) . CONSULTANT agrees to retain the necessary qualified personnel acceptable to the CITY to perform all services for the CITY pursuant to this Contract and any Addenda hereto. All personnel, while engaged in CONSULTANT's business for the CITY, shall conduct themselves in a professional manner. CONSULTANT further agrees promptly to remove any personnel from performing services as the CITY shall request in writing (which request may be made by the CITY with or without cause) , and promptly to replace such personnel with other of CONSULTANT's personnel of comparable experience who shall be approved in writing by the CITY. CONSULTANT agrees to include a similar provision in its agreements with any and all Subconsultants. II COMPENSATION A. METHOD OF PAYMENT: For services rendered by CONSULTANT, CITY shall pay CONSULTANT by one of the following methods: (i) a lump - 3 - sum amount; or (ii) per diem or hourly rates which will be the basis, along with reimbursable expenses, for establishing a Not-to- Exceed amount. Hourly rates to be used for any Not-to-Exceed Addendum shall be those set forth in Exhibit B hereto. For Not- to-Exceed Addenda, CITY shall reimburse CONSULTANT for the cost of permissible out-of-pocket expenses (hereinafter referred to as "Reimbursable Expenses") incurred by CONSULTANT in the performance of services. A Reimbursable Expenses budget, if required, shall be included within each Addendum. Reimbursable Expenses shall include, but not be limited to, reproduction, presentation materials and supplies, photography and video, travel, postage, overnight or express mail, long distance telephone, and facsimile costs. All travel and per diem charges shall not exceed the limits as set forth in Section 112.061, Florida Statutes, as set forth in "Exhibit C", which is attached to this Contract. B. PROGRESS PAYMENTS: Progress payments shall be due and payable monthly in proportion to the services approved and accepted, in writing, by the CITY, which have been previously authorized in an Addendum. All requests for payment must identify that portion of the scope of services described in the Addenda authorizing said services for which payment is requested. Payment requests shall be submitted no later than the of the month to the City Engineer's designated representative. Ten percent of the monthly progress payments for each Addendum will be withheld from CONSULTANT as retainage until such time as one-half - 4 - of the services authorized by the applicable Addendum have been provided. At such time, one-half of the retainage associated with said Addendum will be released to the CONSULTANT if and only if CONSULTANT is properly performing its services in a timely manner. Thereafter, five percent of all future progress payments for such Addendum will be withheld until such time as CONSULTANT has achieved satisfactory completion of all services authorized by said Addendum, at which time all retainages will be released to CONSULTANT. C. SUSPENSION OF PROGRESS PAYMENTS BY CITY: In the event the CONSULTANT falls behind the project completion schedule submitted for any Addendum, no further progress payments for such Addendum will be made until the CONSULTANT brings the project back on schedule, or a revised schedule is submitted and approved, or until all work has been completed and accepted by the CITY. Falling behind on project completion for any Addendum shall be sufficient cause for the CITY to withhold progress payments on all Addenda on which CONSULTANT is working at the time. D. PAYMENT IN EVENT OF TERMINATION BY CITY: In the event this Contract is terminated or canceled prior to completion, payment shall be made in accordance with the provisions of Article V. E. CHANGES IN SCOPE; ALLOWANCE OF ADDITIONAL COMPENSATION: If instructed to do so by the CITY, the CONSULTANT shall change or - 5 - revise work that has already been performed for any Addendum authorized by this Contract, and if such work is not required as a result of error, omission or negligence of the CONSULTANT, the CONSULTANT may be entitled to additional compensation. In all disputes arising over the right to additional compensation, the CITY shall be the party to determine whether substantial acceptable work has been done on documents such that changes, revisions or preparation of additional documents will result in additional compensation to the CONSULTANT. For changes in scope for which the CONSULTANT is entitled to additional compensation, such compensation will be authorized on a not to exceed basis using estimated hours and hourly rates by classification set forth in Exhibit B, or a lump sum basis, at the discretion of the CITY. The fee shall be agreed upon before commencement of any additional work, and shall be incorporated by written amendment to the applicable Addendum to this Contract. F. REDUCED SCOPE OF SERVICES. The CITY shall have the right, by written notice to CONSULTANT, to reduce the scope of services to be rendered under any Addenda issued hereunder. In the event the scope of services are reduced by the CITY, CONSULTANT shall notify the CITY promptly after receipt of the notice and in writing of the amount by which the total compensation for that particular project should be reduced. The reduction in compensation shall be calculated on the basis of CONSULTANT's labor estimates and labor- hour costs for such services and the related Reimbursable Expenses. - 6 - CONSULTANT's notice to the CITY shall show this calculation in reasonable detail. The CITY shall have thirty (30) days after receipt of CONSULTANT's calculation of compensation reduction to notify CONSULTANT in writing of its objection to the amount of compensation reduction, together with the CITY's determination of the proper amount of compensation reduction. The parties shall promptly resolve the matter by mutual agreement. G. ADJUSTMENT TO FEES. CONSULTANT represents and warrants that all billable hourly rates furnished by CONSULTANT to the CITY shall be accurate, complete and current as of the date furnished. CONSULTANT further covenants and agrees that all billing rates and other factual unit costs furnished by CONSULTANT to the CITY to support any lump sum amount, or per diem or hourly rates, which the CITY agrees to pay for any services shall be accurate, complete and current as of the date of the Addendum to this Contract authorizing CONSULTANT to perform such services. In addition to any other rights or remedies available to the CITY, the CITY shall have the right to adjust the fee payable to CONSULTANT for any services in order to exclude any significant sums by which the CITY determines such fee was increased due to inaccurate, incomplete, or non- current billing rates and other factual unit costs, provided that such adjustment is made by the CITY within one year from the date of payment by the CITY of CONSULTANT's final monthly statement for the services to which the adjustment relates. - 7 - III CITY'S RIGHTS AND RESPONSIBILITIES The CITY shall: A. Furnish the CONSULTANT with information in its possession and control necessary or useful in connection with the performance of services authorized by Addendum to this Contract, as CONSULTANT may reasonably request. All such information shall be and remain the property of the CITY, and shall be returned to the CITY upon completion of the services to be performed by the CONSULTANT. B. Make CITY personnel available on a time-permitting basis, where required and necessary to assist the CONSULTANT in the performance of services authorized by Addenda to this Contract. The availability and necessity of said personnel to assist the CONSULTANT shall be determined solely within the discretion of the CITY. C. CITY'S APPROVAL SHALL NOT RELIEVE CONSULTANT OF RESPONSIBILITY: Approval by CITY of data, designs, specifications, calculations, estimates, plans, drawings, construction documents, photographs, reports, memoranda, other documents and instruments, and engineering work or materials furnished hereunder shall not in any way relieve CONSULTANT of responsibility for technical adequacy and accuracy of its work. Neither CITY's review, approval or acceptance of, nor payment for any of the services shall be construed to operate as a waiver of - 8 - any of CITY'S rights under this Contract, or of any cause of action it may have arising out of the performance of this Contract. IV CITY'S DESIGNATED REPRESENTATIVE It is understood and agreed that the CITY designates the CITY ENGINEER, or his designated representative, to represent the CITY in all technical matters pertaining to and arising from the work and performance of this Contract. The CITY ENGINEER, or his designated representative, shall have the following responsibilities: 1. Examination of all reports, sketches, drawings, estimates, proposals, and other documents presented by the CONSULTANT and rendering, in writing, decisions indicating the CITY's approval or disapproval within a reasonable time so as not to materially delay the work of the CONSULTANT; 2. Transmission of instruction, receipt of information, and interpretation and definition of CITY policies and decisions with respect to the matters pertinent to the work covered by this Contract; 3. Giving prompt written notice to the CONSULTANT whenever the CITY observes, or otherwise becomes aware of, any defects or changes necessary in CONSULTANT's services pursuant to this Contract; - 9 - 4. Following the CONSULTANT's preparation of any necessary applications to governmental bodies, to arrange for submission of such applications; and 5. Approval in advance of all key personnel to be used by CONSULTANT in rendering services pursuant to this Contract. V TERMINATION OF CONTRACT A. TERM OF CONTRACT: This is a continuing contract, as defined by Section 287.055 (2) (g) , Florida Statutes, and will remain in full force and effect until terminated by either party hereto. B. TERMINATION FOR CAUSE: The CITY retains the right to terminate this Contract for good cause, within fifteen (15) days of receipt by CONSULTANT of notice of the CITY's intent to terminate, if: 1. Adequate progress on any aspect of CONSULTANT's services is not being made by the CONSULTANT; 2. The quality of any work submitted by the CONSULTANT is considered to be unacceptable. In such case, the CITY's designated representative may, but is not obligated to, send a certified letter stating that the CONSULTANT show cause why the Contract should not be terminated; - 10 - 3 . The CONSULTANT or any employee or agent of the CONSULTANT is indicted or has a direct information issued against him for any crime arising out of or in conjunction with any work that has been performed by the CONSULTANT; 4. The CONSULTANT becomes involved in either voluntary or involuntary bankruptcy proceedings, or makes an assignment for the benefit of creditors; or 5. The CONSULTANT violates the Conflict of Interest provisions of Article X. CONSULTANT shall also be entitled to terminate this Contract for cause, following fifteen (15) days prior notice, in the event the CITY has substantially failed to fulfill its obligations under this Contract, through no fault of CONSULTANT, and has failed to cure or begin curing such substantial non-compliance within the fifteen (15) day notice period. In the event of termination for cause, the entire Contract, including work being performed under any previously authorized Addenda, shall be terminated. CONSULTANT's liability and obligations to the CITY arising from CONSULTANT's improper acts or omissions shall survive the termination of this Contract. B. TERMINATION FOR CONVENIENCE: The CITY shall have the right at any time to terminate this Contract, or any Addenda issued under this Contract without cause. When such termination is deemed necessary, the CITY ENGINEER shall notify the CONSULTANT of such - 11 - termination in writing, with instructions as to the effective date of termination (which shall not be less than fifteen (15) calendar days from the date of the notice) , or specify the state of work at which the Contract, or any Addenda issued hereunder, is to be terminated. C. PAYMENT IN EVENT OF TERMINATION: If this Contract, or any Addenda issued hereunder, is terminated before performance is completed, the CONSULTANT shall be paid for the work satisfactorily performed. Payment is to be on the basis of substantiated costs, not to exceed an amount which is the same percentage of the total authorized fee for the affected Addendum, as the amount of work satisfactorily completed is a percentage of the total work called for by such Addendum, qualified however, by any additional costs incurred by the CITY as a result of such termination in event of good cause. If termination for cause is effected by CITY, an equitable adjustment in the price provided for in this Contract shall be made, but no amount shall be allowed for profit for services or other work performed. If termination for cause is effected by CONSULTANT, or if termination for convenience is effected by CITY, the equitable adjustment shall include a reasonable profit for services or other work performed through the date of termination. For any termination, no amounts shall be included for anticipated profit for services or other work not performed. The equitable adjustment for any termination shall provide for payment to CONSULTANT for termination settlement costs - 12 - reasonably incurred by CONSULTANT relating to legally binding written commitments which were entered into prior to the termination. D. ACTION FOLLOWING TERMINATION AND PRIOR TO FINAL PAYMENT: 1. Upon receipt of notice of termination, the CONSULTANT shall: a. Promptly discontinue all services, unless the notice provides otherwise, and b. Deliver or otherwise make available to the CITY all reports, drawings, plans, specifications, and other data and documents that have been obtained or prepared by the CONSULTANT in performing its services under this agreement, regardless of whether the work on such documents has been completed or is in progress. 2 . No payment in event of termination shall be made by the CITY until CONSULTANT's fulfillment of the above conditions precedent. 3. Whether the Contract or any Addendum hereunder is terminated for cause or for convenience, the CITY may take over the services which were being performed by the CONSULTANT under some or all of the Addenda issued under this Contract and may perform such services to completion by agreement with another party or otherwise. In so doing, the CITY shall not waive any rights it may - 13 - have against CONSULTANT arising out of CONSULTANT's performance hereunder. VI INDEMNITY AND INSURANCE REQUIREMENTS A. INDEMNIFICATION: If there are any claims for damages directly attributable to the negligence, errors or omissions of the CONSULTANT, its agents, subconsultants or employees, or anyone for whose acts they may be liable, while providing the services called for herein, it is understood and agreed the CONSULTANT shall indemnify and hold harmless the CITY, and its members (including City Commission members) , officers, employees, independent contractors and agents from any and all losses, costs, liability, damages and expenses arising, growing out of or in any way connected with such claims or litigation asserted as a result thereof, regardless of any negligence on the part of one or more parties indemnified hereunder. However, the CONSULTANT's indemnification obligations to the CITY, its members, officers, employees, independent contractors or agents in the event of joint negligence shall be limited to the CONSULTANT'S proportional share of the total amount of damages, losses and expenses equal to its relative degree of fault. The CITY agrees to give the CONSULTANT reasonable notice of any suit or claim for which indemnification will be sought hereunder, in order to allow the CONSULTANT or its insurer to compromise and defend the same to the extent of its - 14 - interests, and to reasonably cooperate with the CONSULTANT's defense of any such suit or claim. It is agreed and acknowledged that CONSULTANT has received from the CITY the sum of TEN AND NO/100 DOLLARS ($10.00) , together with other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged by CONSULTANT, which has been paid by the CITY to the CONSULTANT for each of the indemnification provisions set forth herein and/or the remaining indemnification provisions of this Contract. In any and all claims against the CITY, or any of its members, officers, employees, independent contractors or agents by any employee of the CONSULTANT, any Subconsultant, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligations under this Section shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefit payable by or for the employing or responsible party under Workers' Compensation Acts, disability benefit acts or other employee benefit acts. The indemnification provisions of this Section shall survive the expiration or termination of this Contract with respect to any acts or omissions occurring during the term of the Contract. The indemnification obligations set forth herein shall bind the CONSULTANT'S successors and assigns and all of the provisions of this Section shall survive termination of the CONTRACT. The representations and indemnifications made in this Section have been relied upon by the CITY in entering into this Contract, and shall - 15 - not, in any way, be affected or reduced by any information with which the CITY has been provided or may otherwise obtain in the future. B. INSURANCE REOUIREMENTS: The CONSULTANT will obtain or possess the following insurance coverage, and will provide Certificates of Insurance to the CITY prior to commencing operations under the Contract to verify such coverage. The CONSULTANT agrees that the CITY will be included as an additional insured on all such policies provided pursuant to this Contract. The insurance coverage shall contain a provision which forbids any changes or material alterations in the coverage without providing thirty (30) days prior notice to the CITY. 1. Workers' Compensation - The CONSULTANT will provide Workers' Compensation for all employees at the site location, and, in case any work is subcontracted, will require the Subcontractor to provide Workers' Compensation for all his employees. The limits will be statutory for Workers' Compensation and $100, 000 for Employers' Liability. 2 . Comprehensive General Liability - The CONSULTANT will provide coverage for all operations including, but not limited to, Contractual, Products and completed Operations, and Personal Injury. The limits will be not less than $2, 000,000 Combined Single Limit or its equivalent. - 16 - 3. Comprehensive Automobile Liability - The CONSULTANT will provide coverage for all owned and non-owned vehicles for limits of not less than $500,000 Combined Single Limit or its equivalent. 4. Professional Liability - The CONSULTANT shall maintain professional liability insurance in the amount of $1, 000,000 (deductible permitted not in excess of $50,000) , providing all sums which the CONSULTANT shall be legally obligated to pay as damages for claims arising out of the services performed by the CONSULTANT or any person employed by him in conjunction with this Contract. 5. Proof of Insurance - The CONSULTANT will furnish Certificates of Insurance to the CITY ENGINEER. The certificates shall clearly indicate that the CONSULTANT has obtained insurance of the type, amount and classification required by these provisions. No material change or cancellation of the insurance shall be effective without a thirty (30) day prior written notice to and approved by the CITY. VII TRUTH IN NEGOTIATION CERTIFICATE The CONSULTANT hereby certifies, covenants and warrants that wage rates and other factual unit costs supporting the compensation provided for in this Contract are accurate, complete and current as of the date of negotiation. It is further agreed that the contract - 17 - price shall be adjusted to exclude any significant sums where the CITY determines the contract price was increased due to inaccurate, incomplete or non-current wage rates and other factual unit costs. All such contract adjustments shall be made within one year following the end of the Contract. For the purpose of this paragraph, the end of the Contract shall be deemed to be the date of final acceptance of any work authorized hereunder by the CITY. Records of costs incurred under terms of this Contract shall be maintained and made available to the CITY to examine, audit, and make transcripts therefrom or copies thereof, during the period of this Contract and for one year after final payment is made. VIII OWNERSHIP OF DOCUMENTS It is understood and agreed that all documents, including detailed reports, plans, original drawings, survey field notebooks, and all other data prepared or obtained by the CONSULTANT in connection with its services hereunder, shall be delivered to and shall become the property of the CITY prior to final payment to the CONSULTANT. All documents including any final reports prepared by the CONSULTANT pursuant to this Contract are intended or represented to be suitable for reuse by the CITY or others. - 18 - IB WORK COMMENCEMENT/PROGRESS/DELAYS A. COMMENCEMENT AND TERM OF JOBS: The services to be rendered by the CONSULTANT under any authorized Addendum shall be commenced subsequent to the execution of such Addendum and upon written notice to proceed from the CITY ENGINEER. Services shall be completed within any performance periods specified in the Addenda. Failure to promptly proceed with authorized work, or to complete authorized work in a timely fashion, shall be cause for termination of this Contract and any and all Addenda issued hereunder. B. MONITORING PERIOD DEADLINES: Monitor period schedules may be utilized in authorized Addenda approved by the CITY. The purpose of said monitor period schedules is to: 1. Provide monitoring reporting deadlines for the CONSULTANT upon which the CITY may rely; 2 . Provide guidance for the CITY in honoring the CONSULTANT'S monthly invoices for progress payments called for in Article II (B) hereof; and 3. Provide a framework against which the CITY may suspend progress payments as provided in Article II(C) hereof. C. CONFERENCES: The CITY will be entitled at all times to be advised, at its request, as to the status of work being done by the CONSULTANT and of the details thereof. Coordination shall be maintained by the CONSULTANT with representatives of the CITY, or - 19 - of other agencies interested in the survey on behalf of the CITY. Either party to the Contract may request and be granted conference. D. DELAYS NOT FAULT OF CONSULTANT; DISCRETIONARY EXTENSIONS OF COMPLETION TIME BY CITY: In the event there are delays on the part of the CITY as to the approval of any of the materials submitted by the CONSULTANT under any Addenda issued hereunder, or if there are delays occasioned by circumstance beyond the control of the CONSULTANT which delay the completion date of any Addenda issued hereunder, the CITY ENGINEER may grant to the CONSULTANT, by "Letter of Approval of Contract Schedule", an extension of the time or revision to the Project Schedule, equal to the aforementioned delays, provided there are no changes in compensation or scope of work for such Addenda. It shall be the responsibility of the CONSULTANT to ensure at all times that sufficient contract time remains within which to complete services on any project authorized by an Addendum hereto. In the event there have been delays on any project authorized hereunder which would affect the project completion date, the CONSULTANT shall submit a written request to the CITY which identifies the reason(s) for the delay and the amount of time related to each reason. The CITY will review the request and make a determination as to granting all or part of the requested extension for the affected project. E. SUSPENSION OF WORK BY CITY: - 20 - 1. RIGHT OF CITY TO SUSPEND WORK AND ORDER RESUMPTION. The performance of CONSULTANT's services on any or all Addenda authorized hereunder may be suspended by the CITY at any time. However, in the event the CITY suspends the performance of CONSULTANT's services hereunder, it shall so notify the CONSULTANT in writing, such suspension becoming effective upon the date of its receipt by CONSULTANT. The CITY shall promptly pay to the CONSULTANT all fees which have become due and payable to the CONSULTANT prior to the effective date of such suspension. CITY shall thereafter have no further obligation for payment to the CONSULTANT unless and until the CITY notifies the CONSULTANT that the services of the CONSULTANT called for hereunder are to be resumed. Upon receipt of written notice from the CITY that the CONSULTANT's services hereunder are to be resumed, CONSULTANT shall, in that event, be entitled to payment of the remaining unpaid compensation which becomes payable to him under this Contract, same to be payable in the manner specified herein. In no event will the compensation or any part thereof become due or payable to CONSULTANT under this Contract unless and until CONSULTANT has attained that stage or work where the same would be due and payable to CONSULTANT under the provision of this Contract. 2 . RENEGOTIATION BY CONSULTANT: RIGHT TO TERMINATE: If the aggregate time of the CITY's suspension or suspension of CONSULTANT's services on any single Addendum authorized hereunder - 21 - exceed one hundred-twenty (120) days, then CONSULTANT and CITY shall, upon request of CONSULTANT, meet to assess the services remaining to be performed for such Addendum and the total fees paid to CONSULTANT hereunder. The parties shall then have the opportunity of negotiating a change in fees for such Addendum to be paid to the CONSULTANT for the balance of the services to be performed hereunder. No increase in fees to the CONSULTANT shall be allowed unless it is based upon clear and convincing evidence of an increase in CONSULTANT's costs for the work authorized by said Addendum attributable to the aforesaid suspensions. If an increase in the CONSULTANT's cost is demonstrated by clear and convincing evidence and the CITY refuses to increase said fees, CONSULTANT may terminate such Addendum by delivering without notice thereof the CITY within ten (10) days after the CITY has given notice of its refusal to increase said fees. STANDARDS OF CONDUCT A. Solicitation and Fee Splitting. The CONSULTANT warrants that he 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 Contract and that he 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 any other consideration, contingent upon or resulting from the award of this Contract. - 22 - B. Compliance With Applicable Law and Regulations. T h e CONSULTANT shall comply with all Federal, State and local laws and ordinances in effect on the date of this Contract and applicable to the work or payment for work thereof, and shall not discriminate on the grounds of race, color, religion, sex or national origin in the performance of work under this Contract. CONSULTANT shall procure and keep in force during the term of this Contract all necessary licenses, registrations, certificates, permits and other authorizations as are required by law in order for CONSULTANT to render its services hereunder. CONSULTANT shall also require all of its Subconsultants to comply with the provisions of this paragraph. C. Conflicts of Interest. The CONSULTANT hereby certifies that no undisclosed conflict of interest exists with respect to the present Contract, including any conflicts that may be due to representation of other clients, other contractual relationships of the CONSULTANT, or any interest in property which the CONSULTANT may have. The CONSULTANT further certifies that any apparent conflict of interest that arises during the term of this Contract will be immediately disclosed in writing to the CITY. Violation of this section will be considered as justification for immediate termination of this Contract under the provisions of Article V. D. CONSULTANT's Best Efforts and Standard of Performance. CONSULTANT agrees to use its best efforts to perform all services - 23 - in such sequence, and in accordance with such reasonable time requirements and reasonable written instructions as may be requested or provided by CITY, and CONSULTANT agrees to perform all such services in accordance with generally accepted standards of the engineering, geotechnical consulting, or other applicable professions, and in accordance with the terms of this Contract. E. CONSULTANT Is Not the CITY's Agent. CONSULTANT is not authorized to act as CITY's agent hereunder and shall have no authority, express or implied, to act for or bind CITY hereunder, either in CONSULTANT's relations with Sub-consultants or in any other manner whatsoever. F. CONSULTANT's Liability. CONSULTANT shall be and remain liable in accordance with applicable law for all damages to the CITY caused by the improper acts or omissions of CONSULTANT or by any Subconsultants in performing any services hereunder. All provisions of this Contract or any Addenda issued hereunder specifying CONSULTANT's obligations and duties in performing services shall apply equally to Subconsultant's services. G. CONSULTANT's Obligation to Correct Errors or Omissions. CONSULTANT agrees to be responsible for the professional quality, technical adequacy and accuracy, timely completion, and coordination of all data, designs, specifications, calculations, estimates, plans, drawings, construction documents, - 24 - construction/remediation activities, photographs, reports, memoranda, other documents and instruments, and other services furnished by CONSULTANT hereunder. CONSULTANT shall, without additional cost or expense to the CITY, correct or revise any errors, omissions, or other deficiencies in the services performed by CONSULTANT, resulting from the improper acts or omissions of CONSULTANT. H. CONSULTANT's Obligation to Repair Damaged Property. CONSULTANT agrees to promptly repair, at its sole cost and expense and in a manner acceptable to the CITY, any damage caused by the improper acts or omissions of CONSULTANT to facilities operated or controlled by CITY or any third party to which the CITY is accountable, or any improvements or property located thereon. If any damage is caused partially by improper acts or omissions of the CITY, or a third party for whom the CONSULTANT is not responsible, all parties shall bear their proportional share of the repair costs based upon the parties' relative degree of fault. I. Maintenance of Records. CONSULTANT shall maintain complete and accurate records relating to services rendered pursuant to this Contract. Records shall be kept in accordance with generally- accepted accounting principles and practices consistently applied and in a form reasonably acceptable to the CITY. Records and invoices for services shall include all of the information required in order to determine CONSULTANT's monthly hours for each employee - 25 - rendering any services hereunder, and shall identify the services rendered by each employee in a manner acceptable to the CITY. Records for Reimbursable Expenses shall identify the nature and amount of each expense, the date on which it was incurred, and the engineering task to which the expense relates. XI ASSIGNABILITY: EMPLOYMENT OF SPECIALISTS A. Subconsultants. CONSULTANT shall have the right, with CITY's prior written consent, which shall not unreasonably be withheld, to employ other firms to serve as Subconsultants to CONSULTANT in connection with CONSULTANT's performance of the services hereunder. CONSULTANT agrees, at CITY's written request (which may be made by CITY with or without cause) , promptly to terminate the services of any such Subconsultant and promptly to replace each such terminated firm with a person or firm of comparable experience approved by CITY in writing. CONSULTANT further agrees promptly to cause Subconsultants to remove any employees from the Project as CITY shall request in writing, and promptly to replace each such employee with another employee of comparable experience acceptable to CITY. CONSULTANT agrees to include insurance and indemnity requirements as set forth herein in any agreement with any such Subconsultant for services to be rendered in connection with CONSULTANT's performance of services. CONSULTANT agrees to pay such Subconsultants for their services within fifteen (15) days - 26 - after CONSULTANT'S receipt of payments from CITY for work performed by such Sub-consultants. B. The CONSULTANT shall be responsible for the integration of all Sub-consultants or outside engineers' work into the documents and for all payments to such Sub-consultants or outside engineers from the not to exceed fee heretofore stated. Services rendered by the CONSULTANT in connection with the coordination of the services of the aforementioned personnel shall be considered within the scope of the basic Contract and no additional fee will be due the CONSULTANT for such work. The CITY shall have no obligation to reimburse CONSULTANT for the services rendered by Subconsultants in connection with CONSULTANT's performance of services unless the CITY has given prior written approval of the compensation to be paid Subconsultants by the CONSULTANT. C. All final plans and documents prepared by the CONSULTANT must bear the endorsement of a person in the full employ of the CONSULTANT and duly registered as a Professional Engineer in the State of Florida. D. The CONSULTANT shall not assign any interest in this Contract, and shall not transfer any interest in the same without prior written approval of the CITY, provided that claims for the money due or to become due the CONSULTANT from the CITY under this Contract may be assigned to a bank, trust company, or other financial institution without such approval. Notice of any such assignment or transfer shall be furnished promptly to the CITY. - 27 - XII NOTICES All notices required to be given to the CONSULTANT hereunder shall be in writing and shall be given by United States Mail, postage prepaid, addressed to: All notices required to be given to CITY hereunder shall be in writing and shall be given either by manual delivery to the City Engineer or CITY or by United States Mail, postage prepaid, addressed to: City Engineer City of Ocoee 150 North Lakeshore Drive Ocoee, FL 34761 Any party may change its address for purposes of this paragraph by written notice to the other party given in accordance with the requirements of this paragraph. XIII REMEDIES: ATTORNEYS' FEES AND COSTS All remedies provided in this Contract shall be deemed cumulative and additional and not in lieu of or exclusive of each other or of any other remedy available to any party at law or in equity. In the event one party shall prevail in any action (including appellate proceedings) , at law or in equity arising hereunder, the losing party will pay all costs, expenses, - 28 - reasonable attorneys' fees and all other actual expenses incurred in the defense and/or prosecution of any legal proceeding, including, but not limited to those for paralegal, investigative, legal support and expert witness testimony and analysis incurred by the prevailing party referable thereto. In the event each party shall partially prevail in such action, such costs, expenses, reasonable attorneys' fees and other actual expenses incurred shall be equitably apportioned between the parties by the court. Any claim, dispute or other matter in question arising out of or relating to this Contract or the breach thereof, except for claims which have been waived pursuant to this Contract, shall be brought only in the Circuit Court of the Ninth Judicial District in and for Orange County, Florida, Orlando Division. Such claims, disputes or other matters shall not be subject to arbitration without the prior written consent of both CITY and CONSULTANT. The parties hereby agree that process may be served on CONSULTANT and CITY in the manner described in Section IX herein for giving notices. - 29 - XIV WAIVER OF CLAIMS A. CONSULTANT and CITY hereby mutually waive any claim against each other, their members, officers, agents and employees for damages (including damages for loss of anticipated profits) caused by any suit or proceedings brought by any third party directly or indirectly attacking the validity of this Contract or any part thereof, or any addendum hereto, or arising out of any judgment or award in any suit or proceeding declaring this Contract or any addendum hereto null, void, or voidable or delaying the same, or any part thereof, from being carried out; provided, however, that this waiver shall not prevent CONSULTANT from seeking to recover the reasonable value of the services rendered by CONSULTANT prior to the entry of such judgment or award. B. Waiver of Provisions. The nonenforcement of any provision by either party shall not constitute a waiver of that provision, nor shall it affect the enforceability of that provision or the remainder of the Contract. XV MEMBER PROTECTION: WAIVER No recourse under or upon any obligation, covenant or agreement contained in this Contract, or any other agreements or documents pertaining to the services of CONSULTANT or any Subconsultant hereunder, as such may from time to time be altered - 30 - or amended in accordance with the provisions hereof, or under any judgment obtained against CITY, or by the enforcement of any assessment or by any legal or equitable proceeding by virtue of any statute or otherwise, under or independent of this Contract, shall be had against any member (including City Commission members) , officer, employee or agent, as such, past, present or future of CITY, either directly or through CITY or otherwise, for any claim arising out of this Contract or the services rendered pursuant to it, or for any sum that may be due and unpaid by CITY. Any and all personal liability of every nature, whether at common law or in equity, or by statute or by constitution or otherwise, of any CITY member, officer, employee or agent as such, to respond by reason of any act or omission on his or her part or otherwise for any claim arising out of this Contract or the services rendered pursuant to it, or for the payment for or to the CITY, or any receiver therefore or otherwise, of any sum that may remain due and unpaid by CITY, is hereby expressly waived and released as a condition of and as consideration for the execution of this Contract. BVI HEADINGS The headings of the sections of this Contract are for the purpose of convenience only and shall not be deemed to expand or limit the provisions contained in such sections. - 31 - XVII ENTIRE AGREEMENT This Contract, including the Exhibits hereto, constitutes the entire agreement between the parties and shall supersede and replace all prior agreements or understandings, written or oral, relating to the matters set forth herein. XVIII AMENDMENT This Contract shall not be amended or modified other than in writing signed by the parties hereto. XIX VALIDITY The validity, interpretation, construction and effect of this Contract shall be in accordance with and be governed by the laws of the State of Florida. In the event any provision hereof shall be finally determined to be unenforceable, or invalid, such unenforceability or invalidity shall not effect the remaining provisions of this Contract which shall remain in full force and effect. - 32 - a a IN WITNESS WHEREOF, the parties hereto, by their duly authorized officers, have caused this Contract to be executed and their corporate seals to be affixed hereto, effective as of the day and year first above written. By: Its: (CORPORATE SEAL) APPROVED: ATTEST: CITY OF OCOEE, FLORIDA Jean Grafton, City Clerk S. Scott Vandergrift, Mayor (SEAL) FOR USE AND RELIANCE ONLY BY APPROVED BY THE OCOEE CITY THE CITY OF OCOEE, FLORIDA COMMISSION AT A MEETING APPROVED AS TO FORM AND LEGALITY HELD ON , 1993 this day of , 1993 . UNDER AGENDA ITEM NO. FOLEY & LARDNER By: City Attorney - 33 - EXHIBIT A REQUEST FOR PROPOSAL FOR GEOTECHNICAL ENGINEERING AND TESTING SERVICES FOR CITY OF OCOEE, FLORIDA Sealed Expressions of Interest for Geotechnical Engineering and Testing Services will be accepted by Montye Beamer , Director of Administrative Services, for the City of Ocoee at Ocoee City Hall until 10 : 00 A.M. , local time , October 21 , 1993 . Six ( 6 ) copies should be submitted. Expressions of Interest received after the specified time and date shall be returned unopened. MAIL AND DELIVERY ADDRESS : City of Ocoee 150 N. Lakeshore Drive Ocoee , Florida 34761 EXPRESSIONS OF INTEREST MUST BE RECEIVED AT THE OCOEE CITY HALL, 150 N. LAKESHORE DRIVE , OCOEE , FLORIDA, NO LATER THAN 10 : 00 A.M. LOCAL TIME, ON DAY OF OPENING. EXPRESSIONS OF INTEREST RECEIVED AFTER THAT TIME WILL NOT BE ACCEPTED. NO EXCEPTIONS WILL BE MADE . NO FACSIMILE OR TELEGRAPHIC SUBMISSIONS WILL BE ACCEPTED. SCOPE OF SERVICES: Geotechnical Engineering and Testing Services, including, but not limited to, the following : 1 . Subsurface groundwater mound analysis and groundwater modeling; including that related to effluent disposal; 2 . Subsurface investigations prior to construction projects; 3 . Soils testing for maximum densities and compaction for construction projects; 4 . Concrete cylinder and slump testing for construction projects; 5 . Services related to the removal of underground storage tanks and assessments of contamination; 6 . Installation and abandonment of water supply wells; and 7 . Other related services requiring geotechnical engineering. The anticipated contract will be a "continuing contract" as defined by Section 287 . 055( 2 ) (g) , Florida Statutes . FOR FURTHER INFORMATION CONTACT : MONTYE BEAMER, DIRECTOR OF ADMINISTRATIVE SERVICES, AT ( 407 ) 656-2322 , EXT. 125 . THIS PACKAGE IS AVAILABLE IN THE ADMINISTRATIVE SERVICES DEPARTMENT AT NO CHARGE . NOTE : ALL PROSPECTIVE OFFERORS ARE HEREBY CAUTIONED NOT TO CONTACT ANY MEMBER OF THE CITY OF OCOEE BOARD OF CITY COMMISSIONERS REGARDING THIS PROJECT. SUCH CONTACTS SHALL BE CAUSE FOR DISQUALIFICATION. ALL CONTACTS MUST BE CHANNELED THROUGH THE ADMINISTRATIVE SERVICES DEPARTMENT. The City reserves the right to reject any or all offers, with or without cause , to waive technicalities , or to accept the offer which in its best judgement best serves the interest of the City. Cost of submittal of this offer is considered an operational cost of the offeror and shall not be passed on to, or borne by, the City. In accordance with Section 287 . 055( 11 ) , notice is hereby given that any plans, documents , and work papers submitted in response to this solicitation or under any contract awarded pursuant to this solicitation are subject to re-use by the City of Ocoee . Montye Beamer Director of Administrative Services 150 N. Lakehore Drive Ocoee, Florida 34761 I EXHIBIT B ll Geotechnical, ' Environmental & Materials Engineers 1993 FEE SCHEDULE GEOTECHNICAL ENGINEERING AND CONSTRUCTION MATERIALS R ENGINEERING AND TESTING SERVICES I. PROFESSIONAL AND TECHNICAL SERVICES A. Professional Services The following hourly rates will be applicable for time spent by Professionals for project coordination, direction, management, consultations, evaluations of field and laboratory data, preparation of engineering reports, conferences and inspections relative to Geotechnical &Hydrogeologic Engineering, and Construction Materials Inspection and Testing Services. 1. Principal $100.00 Per Hour 2. Senior Project Manager $85.00 Per Hour 3. Senior Hydrogeologist $80.00 Per Hour 4. Senior Geotechnical Engineer $80.00 Per Hour 5. Senior Project Engineer $65.00 Per Hour 6. Project Engineer/Scientist $55.00 Per Hour 7. Assistant Project Engineer/Scientist $45.00 Per Hour B. Technical Services The following hourly rates will be applicable to all general site or plant visits as may be requested for the purpose of sampling materials, conducting inspections, providing continuous control and services which do not involve on-site testing or for testing or services that are not charged on a unit fee basis. 1. Senior Engineering Technician $40.00 Per Hour 2. Certified Engineering Technician $35.00 Per Hour 2. Engineering Technician $30.00 Per Hour 807 South Orlando Avenue•Suite A•Winter Park,Florida 32789•Telephone 407.740.6110♦Facsimile 407.740.6112 C. Word Processing and Drafting Services 1. Drafting Services $30.00 Per Hour 2. Word Processing Services $30.00 Per Hour II. GEOTECHNICAL AND HYDROGEOLOGICAL SERVICES A. Field Investigation 1. Preliminary Site Reconnaissance and Utility Location/Coordination $35.00/hour 2. Premium drilling rates for work performed prior to 6:00 a.m., after 7:00 p.m., weekends, holidays, hours in excess of 40 hours/week or when specialized barge or bombardier 50 Percent Premium equipment is used. to Rates Below 3. Unusual Land Features Requiring Per Project Special Considerations Per Hour Basis 4. Sub-Surface Soil Investigation: a. Mobilization of Drilling $200.00 Min./Crew Equipment Difficult access quoted on per project basis b. Standby Time - for circumstances beyond the control of Drilling Crew $125.00 Per Hour c. Mileage for Support Vehicles $0.50/mile d. Per Diem per day $50.00/man/day e. Soil Borings: i. Shallow manual or power auger borings $7.00 Per L.F. -2- ii. Standard Penetration Test Borings in Soil: 0 - 50' Depths $8.00 Per L.F. 50 - 100' Depths $10.00 Per L.F. 100 - 150' Depths $17.50 Per L.F. 150 200' Depths $27.50 Per L.F. 200 - 250' Depths $32.50 Per L.F. 250 - 300' Depths $37.50 Per L.F. iii. Rock Coring: NX Size 0 - 50' Depths $20.00 Per L.F. 50 - 100' Depths $25.00 Per L.F. 100 150' Depths $30.00 Per L.F. 150 - 200' Depths $35.00 Per L.F. 200 - 250' Depths $45.00 Per L.F. 250 - 300' Depths $50.00 Per L.F. iv. Install Casing: 0 - 50' Depths $5.50 Per L.F. 50 - 100' Depths $6.50 Per L.F. 100 - 150' Depths $7.50 Per L.F. 150 - 200' Depths $8.50 Per L.F. 200 - 250' Depths $9.50 Per L.F. 250 - 300' Depths $10.50 Per L.F. v. Seal Bore Holes with Cement/Bentonite 0 - 50' Depths $3.00 Per L.F. 50 - 100' Depths $4.00 Per L.F. 100 - 150' Depths $6.00 Per L.F. 150 - 200' Depths $8.00 Per L.F. 200 - 250' Depths $11.00 Per L.F. 250 - 300' Depths $12.00 Per L.F. g. Cone Penetrometer/Sounding 0 - 100' Depths $7.50 Per L.F. 100 - 200' Depths $9.00 Per L.F. -3- h. Grouted Piezometers (2" Diameter)* 0 - 25' Depths $22.50/L.F. 25 - 50' Depths $25.00/L.F. 50 - 75' Depths $32.50/L.F. 75 - 100' Depths $45.00/L.F.. i. Locking Protection Assembly Riser $250.00 j. Clear/Develop Wells for Sampling $100.00 Per Hour k. Push Wells (1" Diameter) 0 - 50' Depth $19.00/L.F. 1. Sampling of Wells/Deliver to Water Quality Laboratory $60.00 Per Hour m. Muck Survey or (2 Man Party) $500.00 Per Day Wash Borings (3 Man Party) $600.00 Per Day n. Extra Split Spoon Samples $22.50/Each o. Undisturbed (Shelby) Samples 0 - 50' Depths $125.00 Each 50 - 100' Depths $175.00 Each p. Collection of Shallow Depth Vertical Permeability Samples $50.00 Each q. Percolation Tests $175.00 Each r. Field Bore Hole Permeability 0 - 5' Depths $225.00 Each 5-10' $325.00 Each s. Piezometer Permeability* 0 - 25' Depths $225.00 Each 50 - 50' Depths $325.00 Each * Does not include piezometer installation. t. Concentric Ring Infiltrometer Tests $375.00 Each u. Pavement Coring i. Mobilization of Crew $150.00 min/quoted per project ii. Traffic Control Signage Quoted per project iii. Crew $180.00/Hour iv. Coring Equipment Rental $175.00/Day -4- B. Laboratory Soil Investigation 1. Identification and Classification a. Natural Moisture Content, ASTM D-2216 $5.00 b. Unit weight and moisture content from (Undisturbed Sample) $25.00 c. Liquid and Plastic Limits, ASTM D-423 and D-424 $60.00 d. Specific Gravity, ASTM D-854 $25.00 e. Grain Size Determinations i. Full Grain Size (8 sieve sizes) $50.00 ii. Wash Through #200 or #270 $25.00 iii. Hydrometer Analysis $75.00 f. Organic Content by Dry Weight $30.00 g. Soil Resistivity Laboratory $25.00/Sample Field Survey Quoted Per Project h. Soil Corrosivity (pH, sulfate, chloride, resistivity) $100.00/Sample i. Soil pH $25.00/Sample 2. Consolidation a. Consolidation test of undisturbed sample, including loading to overburden pressure, unloading and loading $400.00 3. Shear Strength a. Unconfined compression test on Shelby Tube Sample $125.00 b. Direct Shear Test $225.00 c. Triaxial Compression Test - CD/point $250.00/Pt. d. Triaxial Compression Test - UU/point $200.00/Pt. 4. Laboratory Permeability (Collection of Soil Sample Not Included) On Undisturbed Shelby Tube $150.00 On Re-Molded Sample $200.00 5. Laboratory CBR or LBR including Modified Proctor Test $250.00 -5- III. CONSTRUCTION MATERIALS INSPECTION AND TESTING SERVICES A. Soil Testi 1. Compaction and Stabilization a. Moisture-Density Relation i. Standard or Modified Proctor on Soil (AASHTO T-99 or T-180 4" Mold) $75.00 ii. Modified Proctor on Limerock (AASHTO T-180, 6" Mold) $75.00 b. Laboratory LBR or CBR including Modified Proctor Test $250.00 c. Florida Bearing Value $25.00 2. Compaction Tests* a. Calibrated Drive Sleeve Method $20.00 b. Sand Cone Method $20.00 c. Nuclear Gauge Method $20.00 * Minimum $50.00/Trip B. Concrete Ouality Control. Inspection and Testing 1. Inspections of ready mix plants, pre-stressed yards, concrete product plants, construction sites and concrete structures shall be charged at the Basic Engineering and/or Engineering Technician Service rate. 2. Mold, transport, cure and test all cylinders or beams including one slump test. a. Set of 3 or 4 cylinders $65.00/Set b. Additional cylinders per set $12.50/Each c. Set of 3 beams $75.00/Set d. Waiting beyond one hour of arrival at site $27.50/Hour e. Extra slump test (ASTM C-143) $7.50 f. Air content-Volumetric Method (ASTM C-231) $15.00 g. Unit weight and relative yield of fresh concrete $15.00 3. Concrete cylinders molded and delivered to L.J. Nodarse & Associates laboratory by others, cured, tested and reported. $30.00/Set 4. Concrete cylinders molded by others, picked up, cured, tested and reported by L.J. Nodarse & Associates -6- a. Concrete Cylinders $30.00/Set b. Pick-Up Charge for Travel $27.50/Hour 5. Evaluation of In-Place Hardened Concrete a. Obtaining and Testing Hardened-Concrete Cores i. Set-up Charge $75.00 ii. Compressive Strength Testing (ASTM C-42) $60.00/Core iii. Length Evaluation (ASTM C-174) $30.00/Core iv. Petrographic Examination (ASTM C-856) Quoted on Per Project Bases v. Difficult Coring Locations Quoted on Per Project Basis b. Windsor Probe Testing i. Set-up Charge $50.00 ii. In-Place Testing $30.00/Hour + Probes c. Swiss Hammer Testing $30.00/Hour 6. Concrete Material Testing for Design Purposes or Verification Testing a. Sieve analysis, dry, ASTM C-136 Incl. finer than #200 Sieve, ASTM C-177 $60.00 b. Specific Gravity, ASTM C-127 or C-128 Coarse $50.00 Fine $50.00 c. Absorption, ASTM C-127 or C-128 Coarse $50.00 Fine $50.00 d. Unit Weight, ASTM C-29 $25.00 e. Organic Impurities (Colorimetric ASTM C-40) $20.00 f. Effects of Organic Impurities ASTM C-87` $150.00 g. Clay lumps in aggregates AASHTO T-112 $20.00 h. Soft particles, ASTM C-142 $50.00 i. Friable particles, ASTM C-142 $50.00 j. Abrasion Lost Angles, ASTM C-131 Preparation of sample, if uncrushed (75.00-150.00) Per Project 7. Mix Design or Verification a. Initial mix, including test of fine sand and coarse aggregate and 9 confirmatory cylinders, per mix $450.00 -7- b. Additional mixes, same aggregate, 6 confirmatory cylinders per mix $250.00 c. Flexural strength mix, 6 test beams including tests of aggregate, per mix $500.00 d. Additional mixes,.6 test beams, same aggregate per mix $250.00 e. Light weight aggregate mixes $600.00 f. Mix design reviews $150.00 8. Concrete Masonry Units a. Compressive Strength, ASTM C-140 $50.00 Each b. Absorption and moisture content, ASTM C-150 $25.00 Each c. Linear drying, Shrinkage, ASTM C-341 $50.00 9. Clay Brick (ASTM C-67) Clay Tile (ASTM C-112) a. Compressive strength, 5 specimens $40.00 Each b. Flexural strength, 5 specimens $40.00 Each c. Absorption, 24 hour specimen, 5 specimens 5 hour boiling, 5 specimens each $40.00 Each 10. Concrete (ASTM, Clay Pipe (ASTM C-301) a. Absorption tests, 5 hour boiling per sample $50.00 b. Crushing strength, 5 edge bearing 18" max. per test $75.00 11. Testing and Evaluation of Lightweight Insulating Concrete a. Obtaining and testing samples of lightweight insulating concrete during construction (ASTM C-495) i. Set of 3 compressive strength and dry unit weight cylinders $65.00/Set ii. Wet unit weight tests of plastic insulating concrete $15.00/Each b. Obtaining and testing samples of hardened in-place lightweight insulating concrete (ASTM C-513)* Quoted on Project Requirements *NOTE: Roofing cuts and patching to be done by roofing contractor and this cost is not included in test and evaluation. C. Soil-Cement Design and Construction Monitoring 1. Laboratory determination of optimum cement content to produce a structurally sound soil-cement base for road construction. Standard Proctor Test (AASHTO T-134) and preparing, curing and testing two specimens each at 3 varying cement contents, in accordance with a Modified version of P.C.A.'s "Short Cut Procedures for Sandy Soils". $250.00 -8- 2. Soil-Cement Design, using Wet/Dry-Freeze/Thaw Test Methods as prescribed by Portland Cement Association $1500.00 3. Construction monitoring including resident inspection during application and processing of soil-cement. .08/Sq. Yd. or $27.50/Hour D. Asphalt Mixtures 1. Bitumen Extractions $60.00 2. Graduations of Extracted Aggregates $25.00 3. Marshall Stability (includes density, flow and stability of 3 specimens) $100.00 4. Items 1, 2 and 3 above $185.00 5. Field density and thickness determination $25.00 6. Mix Designs a. Marshall Stability Design Method, includes absorption specific gravity and gradation of the various aggregates; theoretical blending of aggregates to meet gradation requirements of project specifications; molding, curing and testing of 2 specimens each at 4 liquid asphalt contents for Unit Weight, % Air Voids, % Voids in Mineral Aggregate (V.M.A.), Marshall Stability and Flow; and Preparation of Engineering Report $900.00 E. Structural Steel Inspection and Testing 1. Visual inspection on structural steel weldments and monitoring of welding processes in accordance with A.W.S. D1.1. $35.00/Hour 2. Mechanical testing of A-325 of A-490 high strength bolted connections in accordance with AISC Standards $35.00/Hour 3. Magnetic particle, dye penetrant, and radiographic examination of weldments Price Based on Evaluation of Requirements & Conditions of Each Project -9- 4. Inspection and thickness checks of fire proofing material applied to structural steel $35.00/Hour 5. Special scaffolding, high lifts, etc., if required will be furnished by us on a cost plus basis. Cost + 15% 6. Visual inspection of reinforcing steel to verify the size, number, spacing, securement, grade and placement conform to the project plans and specifications. $35.00/Hour 7. Observation of placement and securement of post-tension tendons and/or tensioning operations, including measurements of elongations and monitoring jacking force to each tendon $35.00/Hour -10- 1 EXHIBIT B Profes Tonal Service Industries, Inc. UNIT FEE ammal & Associates Division SCHEDULE I. PROFESSIONAL AND TECHNICAL SERVICES A. PROFESSIONAL SERVICES The following hourly rates will be applicable for time spent by Professionals for project coordination,direction, management,consultations,evaluations of field and laboratory data,preparation of engineering reports, conferences and inspections relative to geotechnical engineering and testing services 1. Principal Engineer $105.00/hour 2. Senior Project Manager $90.00/hour 3. Senior Project Engineer $70.00/hour 4. Project/Field Engineer $50.00/hour 5. Soil Scientist/Senior Engineering Technician $40.00/hour 6. Engineering Technician $30.00/hour B. SECRETARIAL AND DRAFTING SERVICES 1. CADD Graphics $30.00/hour 2. Word Processing Services $25.00/hour II. GEOTECHNICAL AND HYDROGEOLOGICAL SERVICES A. FIELD INVESTIGATION 1. Preliminary Site Reconnaissance and Utility Location/Coordination $35.00/hour 2. Premium drilling rates for work performed prior to 6:00 am, after 7:00 pm,weekends, holidays, hours in excess of 40 hours/week or when 50 percent Premium to specialized barge or bombardier equipment is Rates below used Unit Fee Schedule Page 2 3. Sub-Surface soil investigation a. Mobilization of truck mounted drilling $3.00/mile equipment(beyond 50 mile radius) $150.00 min/crew b. Mobilization of ATV, Bombardier or Barge Quoted per project c. Mileage for support vehicles $0.35/mile d. Stand-by time for circumstances beyond the control of Drilling Crew $90.00/hour e. Per Diem per day (Sites greater than 50 miles from assigned office) $50.00/person f. Soil Borings i. Shallow manual of power auger borings $6.50/1.f. ii. Standard Penetration Test Borings in soil: 0- 50' depths $7.50/l.f. 50- 100'depths $9.50/l.f. 100- 150' depths $17.50/l.f. 150- 200' depths $27.50/l.f. 200- 250'depths $32.50/l.f. iii. Seal Bore Holes with Cement/Bentonite $100.00/hour iv. Install casing: 0- 50'depths $4.00/1.f. 50- 100'depths $5.00/l.f. 100- 150'depths $6.50/l.f. 150- 200' depths $9.00/l.f. g. Cone Penetrometer/Sounding 0- 100'depths $8.50/1.f. 100- 200'depths $9.50/l.f. h. Dilatometer Testing $2,500.00/day i. Grouted Piezometers (2"Diameter)* 0- 25'depths $15.00/l.f. 25 - 50'depths $18.00/l.f. 50- 75' depths $22.50/l.f. 75 - 100' depths $28.00/l.f. * Does not include soil classification boring, steel protective casing or locking devices.Larger diameter wells quoted on a project basis Unit Fee Schedule Page 3 j. Clear/develop wells for sampling $65.00/hour k. Sampling of wells/deliver to water quality laboratory $25.00/hour 1. Muck Survey or Wash Borings 2 Man Party $600.00/day 3 Man Party $800.00/day m. Extra split spoon samples 0- 50' depths $20.0O/l.f. 50- 100'depths $25.00/1.f. n. Undisturbed (Shelby) samples 0- 50'depths $75.00/each 50- 100' depths $100.00/each o. Collection of shallow depth vertical permeability samples $25.00/each p. Percolation tests Quoted per project q. Field bore hole permeability 0- 10'depths $210.00/l.f. r. Piezometer Permeability (does not include piezometer installation) 0- 25'depths $175.00/l.f. 25 - 50' depths s. Concentric Ring Infiltrometer Tests $325.00 t. Rotary wash borings in rock with penetration Quoted per project at 10'Intervals u. Rock corings: NX Size 0- 50' depths $17.50/l.f. 50- 100' depths $25.00/1.f. 100- 150' depths $35.00/l.f. 150- 200' depths $45.00/1.f. 200- 250' depths $60.00/l.f. B. LABORATORY SOIL INVESTIGATION 1. Identification and Classification a. Natural moisture content,ASTM D-2216 $5.00/each b. Unit weight and moisture content from (Undisturbed Sample) $25.00/each Unit Fee Schedule Page 4 c. Liquid and Plastic Limits,ASTM D-4318 $60.00/each (Includes sample collection by CS) d. Specific Gravity,ASTM D-854 $25.00/each e. Grain Size Determinations i. Full Grain Size (8 sieve sizes) $45.00/each ii. Wash Through#200 or#270 $30.00/each iii. Hydrometer Analysis,ASTM D-422 $75.00/each f. Organic content by dry weight, ASTM D- $25.0/each 2974 g. Soil Resistivity Laboratory $15.00/sample Field Survey . Quoted per project h. Soil Corrosivity(pH,sulfate,chloride, resistivity) $125.00/sample 1. Soil pH $10.00/sample 2. Consolidation Consolidation test of undisturbed sample,including loading to overburden pressure, unloading and loading $325.00/each 3. Shear Strength a. Unconfined compression test on Shelby $75.00/each Tube sample b. Direct Shear Test $175.00/each c. Triaxial compression test CD/point $300.00/point uu/point $250.00/point 4. Laboratory Permeability (collection of soil sample not included) a. On Undisturbed Shelby Tube (Sand) $175.00/each b. In Triaxial Machine(Natural Clay) $275.00/each c. In Triaxial Machine(Landfill Liner) $325.00/each d. Remolding of Samples $75.00/each Unit Fee Schedule Page 5 5. Compaction and Stabilization a. Laboratory Limerock Bearing Ratio(LBR) or California Bearing Ratio (CBR) including Modified Proctor Test $225.00/each III. SOIL AND CONSTRUCTION MATERIALS TESTING A. SOIL COMPACTION AND STABILITY 1. Standard or Modified Proctor Test $50.00/each 2. In-Place Field Density Tests(minimum 4 per trip) $15.00/each 3. Soil Stability (FBV)Test(minimum 3 per trip) $17.50/each 4. Limerock Bearing Ratio Tests(LBR) (including Modified Proctor Test) $150.00/each 5. Soil Sampling for Proctors,FBVs,LBRs, etc. (when no other tests performed) $25.00/each B. CONCRETE TESTS 1. Sampling concrete performing slump test, temperature,cylinder molding,returning to project site to pick up cylinders,curing,testing and reporting compressive strength test results Set of 3 or 4 cylinders $55.00/set 2. Additional Cylinders $7.50/each 3. Air Content $10.00/each 4. Extra Slump Test $10.00/each or $25.00/hour 5. Laboratory testing of cylinders molded by resident technician $25.00/set 6. Stand-by time due to delays in pours and/or canceled pours not under control (only in excess of 2 hours per month) $25.00/hour Unit Fee Schedule Page 6 C. STRUCTURAL STEEL 1. Visual weld observations and tension (torque) $27.50/hour testing of bolts (minimum 3 hours per trip) D. SOIL-CEMENT 1. Construction testing(density, thickness & molding strength specimens) $25.00/hour 2. Compressive Strength (sets of up to 3 specimens) $20.00/set E. ASPHALT TESTS 1. Bitumen Extraction/Gradation $80.00/each 2. Marshall Stability (includes laboratory density and stability) $80.00/each 3. Density and thickness tests of cores (including sampling) $20.00/each 4. Coring equipment charge $75.00/trip F. MISCELLANEOUS LABORATORY TESTS 1. Organic Content $30.00/each 2. Atterburg Limits $60.00/each 3. Percent Passing 200 Sieve (wet method) $25.00/each 4. Grain Size Analysis(soil) $25.00/each 5. Grain Size Analysis(aggregate) $40.00/each EXHIBIT B FEE SCHEDULE BETWEEN CITY OF OCOEE AND UNIVERSAL ENGINEERING SCIENCES PROFESSIONAL &TECHNICAL SERVICES Principal Engineer / Scientist $100.00 per hour Registered Senior Engineer / Scientist $80.00 per hour Project Engineer / Scientist II $60.00 per hour Project Engineer / Scientist I $55.00 per hour Staff Engineer / Scientist $50.00 per hour Field Service Manager $48.00 per hour Remediation Technician $45.00 per hour Engineering Technician II $35.00 per hour Engineering Technician I $25.00 per hour Senior Draftsman / CAD $35.00 per hour Draftsman $30.00 per hour Technical Secretary $27.00 per hour Mileage Allowance $00.25 per mile D Il .. NG SERVICES,: Mobilization No Charge Standard Penetration Test Borings (ASTM D-1586) 0 - 50 foot depth interval $7.75 per foot 51 - 100 foot depth interval $9.75 per foot 101 - 150 foot depth interval $12.75 per foot Grouting SPT Boreholes $2.00 per foot Installation of Steel Casing (0 to 100 feet) $5.00 per foot Undisturbed Thin-Walled Tube Sampling $65.00 per tube Auger Boring, minimum 100 feet per job $5.50 per foot Manual Auger Borings $35.00 per hour Muck Probing 2 Man Crew ($ 300.00 minimum) $65.00 per hour 3 Man Crew ($ 450.00 minimum) $95.00 per hour Cone Penetrometer $6.00 per foot Dilatometer Soundings $20.00 per foot plus technician Field Instrumentation Equipment $15.00 per day Permeability Tests - Field $350.00 each Soil Plate Load Tests (ASTM), 2 minimum $250.00 per sample Double Ring Infiltrometer Test ($ 250.00 minimum) $50.00 per hour Drill Service from Floating Platform Price on Request Rock Coring Price on Request Price on Request Ground Penetrating Radar MONITOR 2-inch PVC Temporary Well $18.00 per foot 1-inch Soil Gas Well $8.00 per foot Monitor Well Installation - EPA Protocol, Compliance (includes decontamination and development) 2-inch PVC $45.00 per foot 4-inch PVC $52.00 per foot Above Ground Locking Well Covers $100.00 each Flush Surface Well Covers $125.00 each Well Decontamination Protocol $50.00 per hour Well Development Crew $35.00 per hour Well Abandonment (2-inch or 4-inch, 0 to 100 feet) $5.00 per foot LASOFIATORY TESTING Atterberg Limits $60.00 per sample Shrinkage Umit $30.00 per sample Grain Size Distribution $30.00 per sample Percent Fines (wash #200 sieve) $20.00 per sample Hydrometer Analysis $65.00 per sample Organic Content Determination $30.00 per sample Moisture Content $5.00 per sample Unit Weight $15.00 per sample Specific Gravity $40.00 per sample pH $15.00 per sample Consolidation $375.00 per sample with Hysteresis Loop $75.00 per loop Corrosion Resistance (pH, R, CI, Su) $130.00 per sample Permeability Tests - Laboratory Granular Soil $80.00 per sample Cohesive Soil (triaxial, backpressure $175.00 per sample saturated) Triaxial Compression Test (R,S,T), 3 points $335.00 each Additional test points $115.00 per point With pore pressure measurements, add $50.00 per point Unconfined Compression Tests $60.00 per sample ................................................................................................................................................................................................................................................................ ................................................................................................................................................................................................................................................................ ................................................................................................................................................................................................................................................................ ................................................................................................................................................................................................................................................................ ................................................................................................................................................................................................................................................................ SOILS<>TBSTLN Field Density Tests (minimum 4 tests per trip) $19.00 each Florida Bearing Value (FBV) $20.00 per sample Florida Bearing Value Determination of Blend Proportions $150.00 per sample Limerock Bearing Ratio (LBR), 5 point $225.00 per sample Standard or Modified Proctor $65.00 per sample Soil-Cement, Field Inspection and Testing $0.10 per square (min. $ 250.00 per day) yard Soil-Cement Laboratory Design Mixes $500.00 per mix (F.O.B. Laboratory, FDOT Method) Soil-Cement Laboratory Design Mix $225.00 per mix (F.O.B. Laboratory, PCA Short Cut Method) Soil Cement Compressive Strength Pills $40.00 per set Soil Cement Field Proctor $35.00 each Relative Density Test (minimum - maximum) $150.00 each California Bearing Ratio $250.00 per sample Sample Preparation $10.00 per sample CONCRETE TESTING SERVICES Concrete Cylinders Making & Testing cylinders, including slump $55.00 per set test (3 cylinders or less per set) Compression Tests of 6 inch x 12 inch $40.00 per set cylinders, F.O.B. laboratory Additional cylinders $7.00 each Extra Slump Tests $10.00 each Air Content Tests $10.00 each Making & Testing Flexural Beams, $90.00 per set 3 tests per beam Concrete Coring Mobilization for coring $75.00 per trip Obtaining and testing concrete cores $70.00 each Concrete Design Mixes $500.00 per mix Concrete Ready Mix Plant or Job Inspection $35.00 per hour Pre-Fabricated Panel Test, ASTM or FHA Price on request Concrete Aggregate Tests (F.O.B. Laboratory) Sieve Analysis, Fine or Coarse $35.00 per sample Absorption $30.00 per sample Specific Gravity $30.00 per sample Unit Weight $20.00 per sample Material Finer than No. 200 Sieve $35.00 per sample Organic (Colormetric ASTM C-40) $35.00 per sample Salt Content $35.00 per sample Los Angeles Abrasion $200.00 per sample Soundness (5 cycle sodium sulphate) $175.00 per sample Soundness (5 cycle magnesium sulphate) $275.00 per sample MASONRY TESTING' SERVICES Concrete Masonry Units or Prisms Compressive Strength, ASTM C-140 $25.00 each Absorption & Moisture Content, ASTM C-150 $25.00 each Compressive Strength of Hollow Masonry $30.00 per prism Prisms, ASTM E-477 Compressive Strength of Grouted Hollow $40.00 per prism Masonry Prisms Molding & Testing 2 inch x 2 inch Masonry $40.00 per set Mortar Cubes, set of 3 Concrete Masonry Units, 5 compression $150.00 per set & 5 absorption tests Linear Shrinkage Tests of Concrete Block $400.00 per set (ASTM 426) Making and Testing 3-1/2" x 3-1/2" x 7" $60.00 per set Grout Prisms, (set of 3) • STEEL INSPECTION Inspection of Welds and Bolt Torquing 1-Man inspection crew ($ 200.00 minimum) $35.00 per hour • 2-Man inspection crew ($ 300.00 minimum) $60.00 per hour Reinforcing Steel Inspection - James R. Meter $35.00 per hour ($ 200.00 minimum) Nondestructive Testing of Welded Connections $67.00 per hour Mileage $0.03 per mile Per Diem $65.00 per man- night ASPHALTIC CONCRETE TESTING SERVICES Asphaltic Concrete Plant Inspection $250.00 per day Extraction & Hubbard-Field Stability $75.00 per sample (F.O.B. laboratory) Extraction and Gradation $125.00 per sample Marshall Stability (F.O.B. laboratory) $40.00 per sample Hubbard-Field Stability $50.00 per hour Mix Design, Marshall Stability $700.00 per mix (including void analysis & family of curves) Marshall Stability (all F.A.A. requirements) $700.00 per mix Coring Pavement for Density and Thickness $35.00 per sample (Min. fee $ 100.00) ENVIRONMENTAL SERVICE EQUIPMENT USEAGE FATES. Organic Vapor Analyzer (FID/PID) $100.00 per day Soil Gas Sampler $75.00 per day KV Flow Meter $25.00 per day Conductivity Meter $10.00 per day pH Meter $10.00 per day Oxygen/Combustible Gas Meter $25.00 per day Detector Tube Sampling Pump $20.00 per day Kemmerer Sampler $10.00 per day Bucket Auger $10.00 per day Data Logger $100.00 per day Pressure Transducer $25.00 per day each Weather Station $100.00 per day Full-Face Respirator $5.00 per day Sampling Pumps $15.00 per day Microcomputers $10.00 per hour Product Recovery Unit - Trailer $50.00 per day Metal Detector $10.00 per day NOTES: Unit prices are good until December 31, 1994. This fee schedule is confidential and only applies to the City of Ocoee. All unit fees are for normal work hours, Monday through Friday from 6:30 am to 4:30 pm daily. Saturday, Sunday and holidays will be invoiced at the standard rate x 1.35. A minimum of four (4) In-Place Density Tests per trip is required. All hourly work requires a minimum four (4) hour call-out per trip. Subcontractors, expenses, and other direct cost will be invoiced at cost plus 15%