Loading...
HomeMy WebLinkAboutRFQ 22-23-A21 Geotechnical Engineering and Testing Contract- Terracon Fully ExecutedGEOTECHNICAL ENGINEERING AND TESTING PROFESSIONAL SERVICES CONTINUING CONTRACT BETWEEN CLAY COUNTY UTILLITY AUTHORITY (CCUA) AND TERRACON CONSULTANTS, INC. THIS AGREEMENT for GEOTECHNICAL ENGINEERING AND TESTING PROFESSIONAL SERVICES is made and entered between Clay County Utility , an independent special district established and created pursuant to Chapter 94-491, Laws of Florida, by Special Act of 1994, 3176 Old Jennings Road, Middleburg, Florida 32068, and Terracon Consultants, Inc.., 8001 Baymeadows Way, Suite 1, Jacksonville, Florida, 32256 W I T N E S S E T H: WHEREAS, in response to a publicly advertised Request for Qualifications # 2022/2023-A21 Geotechnical Engineering and Testing Professional Services, the Consultant submitted qualifications to CCUA and was selected by CCUA as a qualified applicant in the best interest of CCUA; and WHEREAS, CCUA and the Consultant have negotiated mutually satisfactory terms for the execution of the Agreement and is incorporated by reference and made part hereof; and WHEREAS, the Consultant hereby certifies it has been granted and possesses valid, current licenses to do business in the State of Florida, issued by the respective State Board(s) responsible for regulating and licensing the professional services to be provided and performed by the Consultant pursuant to this Agreement; and WHEREAS, the selection and engagement of the Consultant has been made by CCUA in Section 287.055, Florida Statues, and NOW, THEREFORE, in consideration of the mutual covenants, terms, and provisions contained herein, and for other good and valuable consideration, the receipt and legal sufficiency of which is hereby expressly acknowledged, the parties hereto agree that, with mutual acceptance of this Agreement as indicated hereinafter by the execution of this Agreement by both parties, a legally enforceable contract shall exist between both parties consisting of: SECTION 1.SERVICES BY THE CONSULTANT. A.ASSIGNMENT OF WORK: Work to be performed by the Consultant shall be on an as needed basis as determined by CCUA. All work shall be mutually negotiated with the Consultant and CCUA by Supplemental Agreements at the request of CCUA, When requested, by CCUA, the Consultant shall prepare a detailed scope of services (hereinafter (her Page 1 of 72 work. Fees shall be based on the established contract hourly rates, feed and charges and as set forth in each Supplemental Agreement. B.COMMENCEMENT OF WORK: The Consultant shall not commence work on the Project or Supplemental Agreement without prior written Notice to Proceed (hereinafter referred authorized to commence work promptly and shall carry on all such services and work as may be required in a timely and diligent manner to completion. The Consultant hereby releases CCUA from any claim for damages or compensation, whether in contract, tort or otherwise, in the event that no NTP is issued pursuant to this Agreement. C.SCHEDULE OF WORK: All services and duties shall be conducted and performed by the Consultant diligently, completely and in accordance with professional standards of conducted and performance. The Consultant acknowledges the imp schedules and agrees to put forth its reasonable professional efforts in performing the services under this Agreement with due diligence to achieve the mutually agreed upon schedules. The Consultant agrees to employ, engage, retain and/or assign an adequate number of personnel throughout the period of this Agreement so that all Supplemental Agreement(s) and Scope(s) will be provided, performed and completed in a timely and diligent manner throughout. Should the Consultant be obstructed or delayed in the prosecution or completion of its obligations under this Agreement and its Supplemental Agreement(s) as a result of causes beyond the control of the Consultant, or its subconsultant(s) and/or subcontractor(s), and not due to its fault or neglect, the Consultant shall notify CCUA in writing, within five (5) calendar days after the commencement of an extension of time, CCUA will begin determination with the Consultant of the length of extension and legitimacy of cause. D. identified in the Supplemental Agreement Scope shall only be authorized to be performed or provided by the Consultant when agreed to in writing in advance by both parties. In any case in which the Consultant deems that additional compensation is due for its services or materials which is not expressly covered in the Supplemental Agreement, or not specifically authorized in writing by CCUA, the Consultant shall notify CCUA in writing and must receive prior written approval therefrom CCUA. If the Consultant fails to provide its written notice or does not rece r providing any Additional Services, the Consultant shall not receive and additional compensation for the same. E.QUALITY CONTROL: The Consultant shall perform Quality Control (hereinafter Consultant upon which those documents are based. The Consultant shall provide CCUA with a summary of each QC reviewed document which identifies the document reviewed and the QC review steps that were performed. The Consultant shall keep the original or copy of each QC reviewed document bearing distinguishable markings that identify the QC review steps that were performed by whom and when for the Duration of this Page 2 of 72 Agreement and in accordance with the Retention of Documents section of this Agreement. The Consultant shall provide copies of the QC documents to CCUA upon request. F.STANDARD OF CARE: The Consultant shall put forth its reasonable professional efforts to comply with applicable laws, codes, rules, and regulations in effect as of the date of the execution of this Agreement and the date of deliverables or submissions. In providing services the Consultant shall perform in a manner which, at a minimum, is consistent with that degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances at the same time and in the same or similar locality. The Consultant is responsible for the quality, accuracy, completeness, and coordination of all deliverables and other services the Consultant or it subconsultants, subcontractors, or vendors provide. G.ESTIMATES OF PROBABLE CONSTRUCTION COST: In providing estimates of probable construction cost, CCUA understands that the Consultant has no control over the cost or availability of labor, equipment, or materials, or over market conditions or a contractor's pricing, and that the Consultant's estimates of probable construction costs are made on the basis of the Consultant's professional judgment and experience. The Consultant makes no warranty, express or implied, that the bids or the negotiated cost of the work will not vary from the Consultant's estimate of probable construction cost. H.CERTIFY, CERTIFICATION: A statement of the Consultant's opinion, based on its own observation of conditions, to the best of the Consultant's professional knowledge, information, and belief. Such statement of opinion does not constitute a warranty or guarantee, either express or implied. I.PERMITS AND APPROVALS: The Consultant shall assist CCUA in preparing, coordinating, applying, and submitting for those permits, approvals and extensions required by law and rule for projects similar to the one for which the Consultant's services are being engaged. This assistance shall consist of completing and submitting forms and other supportive information necessary to the appropriate regulatory agencies provided by the Consultant and shall be included in the Scope of the Supplemental Agreement. J.LICENSES: The Consultant agrees to obtain and maintain throughout the period this Agreement is in effect, all such licenses as are required to do business in the State of Florida, including but not limited to licenses required by the respective State Board(s) and other governmental agencies responsible for regulating and licensing the professional services provided and performed by the Consultant pursuant to this Agreement and the Scope and services provided therein. K.RESPONSIBILITY TO CORRECT: In accordance with the generally accepted standards professional quality, technical adequacy and accuracy, timely completion, and the coordination of all data, studies, surveys, designs, specifications, calculations, estimates, Page 3 of 72 plans, drawings, construction documents, photographs, reports, memoranda, other documents and instruments, and other services, work and materials performed, provided and/or furnished by Consultant or by any subconsultant(s) and/or subcontractor(s) retained or engaged by the Consultant pursuant to this Agreement (hereinafter referred to revise, or have corrected or revised any errors, omissions and other deficiencies in such Work Products resulting from consultant or any subconsultant(s), vendor(s) or subcontractor(s) engaged by the Consultant. SECTION 2.COMPENSATION. A.OVERHEAD AND PROFIT RATES: Proposed overhead rates shall conform to Federal Acquisition Regulations as established by a governmental audit or certified to by a Certified Public Accountant. Fees to the Consultant shall be established based on raw hourly salary rates plus a not to exceed overhead and profit rate factor of 1.9 for a combined total hourly multiplier of 2.9 for services. Profit rates shall only be applied to direct labor plus overhead. No markup or profit shall be paid on non-labor related job costs, reimbursables, or on services provided by subconsultants, vendors or others. Any work or professional services subcontracted for by the Consultant for which CCUA has agreed to reimburse the Consultant shall not be marked-up but shall be payable by CCUA only in the exact amount reasonably incurred by the Consultant. No other such subcontracted services shall be reimbursed. B.COMPLETION: Payment of the entire fee or lump sum amount is contingent upon final completion of the Scope must be acceptable to and accepted by CCUA. Such acceptance by CCUA may not be unreasonably denied. In the event the Consultant does not complete the entire Scope, then the lump sum amount will be pro-rated using the ratio that the amount actually completed, and which is acceptable to and accepted by CCUA bears to the entire Scope. Unless otherwise set forth in this Agreement the Consultant shall be responsible for providing and performing whatever services, work, equipment, material, personnel, supplies, facilities, transportation, and administrative support that are necessary and required to complete all of the Scope and conformance with the provisions of this Agreement. C.INVOICE PROCEDURE: Invoices shall be submitted by the Consultant monthly on an basis and shall be made by CCUA in accordance with the Local Act invoice or draw request CCUA shall have the number of days provided in the Act in which to make payment. Invoices shall be in a form and containing such documentation as reasonably required by CCUA. Each such invoice shall include project name, project number, breakdown of charges, description of service(s), work provided and/or performed, supportive documentation, the amount of payment requested, the amount previously paid, the total contract value, the percent completed since the last invoice, the total percent completed to date, and any other such information as may be reasonable and necessary to secure the written approval of the invoice by CCUA. Each invoice Page 4 of 72 shall contain a statement that it is made subject to the provisions and penalty of Section 837.06, Florida Statutes. If CCUA objects to any portion of an invoice, CCUA shall so notify the Consultant. CCUA shall identify specific cause of the disagreement and the amount in dispute and request revision. Any dispute over invoiced amounts due which cannot be resolved within thirty (30) calendar days after presentation of invoice by direct negotiation between the parties shall be resolved in accordance with the Dispute Resolution provision of this Agreement. D.PROMPT PAYMENT TO SUBCONSULTANTS AND VENDORS: The Consultant as a condition precedent to progress and final payments to the Consultant, the Consultant shall provide to CCUA, with its requisition for payment, documentation that sufficiently demonstrates that the Consultant has made proper payments to its subconsultants and vendors from all prior payments that Consultant has received from CCUA. The Consultant shall not unreasonably withhold payments to subconsultants and vendors if such payments have been made to the Consultant. If the Consultant withholds payment to its subconsultants and vendors, which payment has been made by CCUA to the Consultant, the Consultant shall return said payment to CCUA to pay undisputed amounts to the subconsultants and vendors within thirty (30) business days, after the Consultant receives payment from CCUA, shall be a breach of this Agreement and may result in termination of this Agreement in the discretion of CCUA. E.PAYMENT WHEN SERVICES ARE TERMINATED AT THE CONVENIENCE OF CCUA: In the event of termination of this Agreement at the convenience of CCUA, and not due to the fault of the Consultant, CCUA shall compensate the Consultant only for: (1) all services performed prior to the effective date of termination, including the overhead and profit allocable to the services performed; (2) reimbursable expenses then due; and (3) reasonable expenses incurred by the Consultant in affecting the CCUA of drawings, plans, data, and other documents therefor. F.PAYMENT WHEN SERVICES ARE SUSPENDED: In the event CCUA suspends the art of the services required to be provided and performed by the Consultant pursuant to this Agreement, CCUA shall compensate the Consultant only for services performed prior to the effective date of suspension, including the overhead and profit allocable to the services performed, and reimbursable expenses then due and any reasonable expenses incurred or associated with, or as a result of such suspension. G.NON-ENTITLEMENT TO ANTICIPATED FEES: In the event the services required pursuant to this Agreement are terminated, eliminated, cancelled, or decreased due to: termination; suspension in whole or in part; and and/or are modified by the subsequent issuance of Supplemental Agreement(s) other than receiving the compensation set forth in Sections 2.E and 2.F above, the Consultant shall not be entitled to receive compensation for anticipated professional fees, profit, general and administrative overhead expenses or for any other anticipated income or expense which may be Page 5 of 72 associated with the services which are terminated, suspended, eliminated, cancelled or decreased. H.TRAVEL: CCUA shall not be billed or invoiced for time spent traveling to and from the Consultant's offices or other points of dispatch of its subcontractors, employees, officers, or agents in connection with the services being rendered, other than as provided for in this Agreement. If and only if travel and per diem expenses are addressed in the contract or agreement in a manner which expressly provides for CCUA to reimburse the Consultant for the same, then CCUA shall reimburse the Consultant only for those travel and per diem expenses reasonably incurred and only in accordance with the provisions of Section 112.061, Florida Statutes. In the event the Consultant has need to utilize hotel accommodations or common carrier services, CCUA shall reimburse the Consultant for its reasonable expense incurred thereby provided prior approval of the Executive Director of CCUA, or its designee, is obtained. I.REIMBURSIBLE: CCUA shall not be liable to reimburse the Consultant for any courier service, telephone, facsimile, copying expenses or postage charges incurred by the Consultant. SECTION 3.PERSONNEL A.QUALIFIED PERSONNEL: The Consultant agrees when the services to be provided and performed relate to a professional service(s) which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, to employ and/or retain only qualified personnel to be in responsible charge of all Scope to be provided pursuant to this Agreement. B. designate, in writing, a qualified and, if required by law, a licensed professional to Project Manager shall be authorized and responsible to act on behalf of the Consultant with respect to directing, coordinating and administering all aspects of the Scope to be provided and performed under this Agreement and Supplemental bind and obligate the Consultant on any matter arising under this Agreement and Supplemental Agreement(s) unless substitute arrangements have been furnished in advance to CCUA by the Consultant in writing. The Consultant agrees that the direct, supervise and manage the Scope and services provided and performed by the Consultant throughout the entire period this Agreement is in effect. SECTION 4.RETENTION OF DOCUMENTS. 1.The Consultant agrees to maintain all documents, including electronic documents, related to the Project for a period of not less than five (5) years, in a reasonably accessible manner consistent with the Consultant's internal document retention policy. Page 6 of 72 A.REASONABLY ACCESSIBLE: In order to be considered reasonably accessible, such documents must not be deleted or totally destroyed such that they cannot be reproduced or only be restored at a significant cost. B.DOCUMENT RETENTION POLICY: A written policy by which each employee, subcontractor, and subconsultant and its subcontractors or subconsultants of any tier, follows the same protocol to retain all required documents related to a project in a consistent, organized manner sufficient to allow efficient retrieval of same. SECTION 5.PUBLIC FUNDS performance of this Agreement shall be contingent upon and subject to the existence of lawfully appropriated public funds for each fiscal year (i.e., October 1 through and including the next following September 30) of CCUA. SECTION 6.EXTENT OF AGREEMENT RFQ response submittal to the RFQ, all attachments and forms, represents the final and completely integrated Agreement between the parties regarding its subject matter and supersedes all prior negotiations, representations, or agreements, either written or oral. Any pre-printed provisions of no transportation surcharges shall apply, and no policies of the Consultant available on the Cons be deemed to be part of this Agreement, unless the same is attached this Agreement, and separately signed by the duly authorized signor for CCUA. SECTION 7.PROHIBITION AGAINST CONTINGENT FEES The Consultant shall not have employed or retained any company or person, other than an 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 an employee working for the Consultant, any fee, commission percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this agreement. For the breach or violation of these provisions, CCUA shall have the right to terminate this Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such a fee, commission, percentage, gift, or consideration. SECTION 8.STATUS Any pre- does not give refusal to any renewal or for any other contract or agreement to provide other goods and/or services to the CCUA. Page 7 of 72 SECTION 9.OWNERSHIP OF INSTRUMENTS OF SERVICE CCUA shall retain ownership of all Work Products including electronic files, field data, pictures, notes and other documents and instruments prepared by the Consultant as instruments of service. The Consultant shall not be liable for any re-use of such documents for other than the specific purpose intended without the Consultant's written verification or adaptation thereof. SECTION 10.INSURANCE GENERAL LIABILITY INSURANCE The limits of this insurance shall not be less than the following limits: Each Occurrence Limit $1,000,000 Personal & Advertising Injury Limit $1,000,000 Medical Expense Limit (any one person)$ 10,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate Limit $1,000,000 on, the covered operations or professional services to be performed for CCUA by or on behalf of the additional insureds. sole expense Agreement. The Limits of this insurance shall not be less than the following limits: Part One Unlimited Statutory Benefits as provided in the Florida Statutes Part Two Bodily Injury By Accident $1,00,000 Each Bodily Injury By Disease $1,00,000 Policy Bodily Injury By Disease $1,00,000 Each . EXCESS LIABILITY INSURANCE sole expense Excess Liability (Umbrella Form) insurance coverage for the life of this Contract. The Limits of this insurance shall not be less than the following limits: Each Occurrence Limit $1,000,000 Aggregate Limit $1,000,000 Page 8 of 72 PROFESSIONAL LIABILITY (ERRORS & OMISSIONS) This additional coverage will be required for all projects involving consultants and similar exposures. The Contractor shall purchase and maintain at the Co sole expense Professional Liability insurance coverage for the life of this Agreement. The minimum amount of such insurance shall be as follows: Per Claim/Annual Aggregate $1,000,000 Professional Liability coverage will be provided on an Occurrence Form or a Claims Made Form with a retroactive date to at least the first date of this Agreement. If provided on a Claims Made Form, the coverages 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. CYBER AND DATA SECURITY LIABILITY This additional coverage will be required of Proposer for information technology services, software providers, programmers, and similar exposures. The Contractor shall purchase and sole expense Cyber and Data Security Liability insurance coverage for the life of this Contract. The minimum amount of such insurance shall be as follows: Technology Errors and Omissions Liability coverage $1,000,000/per claim Media $1,000,000/per claim Network and Data (Information) Security $1,000,000/per claim Policy coverage must include Third Party Liability coverage. CRIME/FIDELITY COVERAGE This additional coverage will be required for all service providers involving information technology services, Pension consulting and administration, and similar exposures. The Contractor sole expense Crime/Fidelity and/or Fiduciary Liability insurance coverage for the life of this Contract. The minimum amount of such insurance shall be as follows: Third Party Employee Dishonesty $1,000,000 Contractor shall require each of its subcontractors/vendors to likewise purchase and maintain at Liability coverage, Automobile Liability insurance and Excess Liability insurance coverage meeting the same limit and requirements as the Contractor/Vendors insurance. Certificates of Insurance acceptable to CCUA for the Contractor / subcontractor / v received within five (5) days of Notification of Selection and at time of signing Agreement. Certificates of Insurance and the insurance policies required for this Agreement shall contain an endorsement that coverage afforded under the policies will not be cancelled or allowed to expire until at least thirty (30) days prior written notice has been given to CCUA. Page 9 of 72 Certificates of Insurance and the insurance policies required for this Agreement will include a primary and noncontributory to any insurance maintained by the Contractor/subcontractor/vendor. CCUA must be named as an Additional Insured and endorsed onto the Commercial General Liability (CGL), Auto Liability and Excess Liability policy(ies). A copy of the endorsement(s) must be supplied to CCUA within ten (10) days following the execution of the Agreement or prior to the first date of professional services being provided, whichever comes first. The Contractor waives, and the Contractor shall all losses or damages. CCUA requires the policy to be endorsed with WC 00 03 13 Waiver of our Right to Recover from Others or equivalent. CCUA shall retain the right to review, at any time, coverage from, and amount of insurance. The procuring of required policies of insurance shall not be construed to limit the Contractor liability or to fulfill the indemnification provisions and requirements of this Agreement. The Contractor shall be solely responsible for payment of all premiums for insurance contributing to the satisfaction of this Agreement and shall be solely responsible for the payment of all deductibles and retentions to which such policies are subject, whether or not CCUA is an insured under such policy(ies). A.The CONTRACTOR shall name CCUA as a certificate holder and as additional insured, to the extent of the services to be provided hereunder, on all required insurance policies, and provide CCUA with proof of same. B.The CONTRACTOR, and any authorized subcontractor(s), shall provide CCUA Procurement Department with Certificate(s) of Insurance evidencing such coverage for the duration of this Agreement. Said Certificate(s) of Insurance shall be dated and show: 1.The name of the insured CONTRACTOR; 2.The Agreement by name and CCUA Contract or RFQ number; 3.The name of the insurer; 4.The number of the policy; 5.The effective date; 6.The termination date; and 7.A statement that the insurer will mail notice to CCUA at least thirty (30) days prior to any material changes in the provisions or cancellation of the policy. C.Receipt of certificates or other documentation of insurance or policies or copies of policies by CCUA, or by any of its representatives, which indicates less coverage than the insurance requirements specified herein. D.The CONTRACTOR shall ensure that any subcontractor(s), hired to perform any of the duties contained in the Scope of Services of this Agreement, maintain the same insurance requirements set forth herein. In addition, the CONTRACTOR shall maintain proof of same on file and made readily available upon request by CCUA. Page 10 of 72 SECTION 11.NON-RENEW Any pre- the contrary notwithstanding, the same shall not automatically renew but shall be renewed only upon subsequent written agreement of the parties. SECTION 12.TERMINATION AND SUSPENSION CCUA or the Consultant may terminate this Agreement at any time, with or without cause, by unfinished Work Products prepared by the Consultant pursuant to this Agreement, shall be provided to CCUA. In the event CCUA terminates this Agreement prior to completion without cause, Consultant may complete such analyses and records as may be necessary to place its files in order. This Agreement shall be terminated, with twenty-four (24) hour notice to the Consultant in the event that funds become unavailable to CCUA for any reason whatsoever. This Agreement, or any portion hereof, may be suspended from time to time for various periods of time or during any of the Consulta permanently, or temporarily, by action of CCUA. SECTION 13.INDEPENDENT CONTRACTOR Consultant is and shall be at all times during the term of this Agreement an independent contractor and not an employee of CCUA. Consultant agrees that it is solely responsible for the payment of taxes applicable to the services performed under this Agreement and agrees to comply with all local, state, and federal laws regarding the reporting of taxes, maintenance of insurance and records, and all other requirements and obligations imposed on the Consultant as a result of its status as an independent contractor. Consultant is responsible for providing the office space and administrative support necessary for the performance of services under this Agreement. CCUA shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance of unemployment compensation programs or otherwise assuming the duties of an employer with respect to the Consultant or any employee of consultant. SECTION 14.CONFLICT OF INTEREST The Consultant represents that to the best of its knowledge and belief it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. The Consultant further agrees that no person having any such interest shall be employed or engaged by the Consultant for said performance. If Consultant, for itself and on behalf of its subconsultants, is about to engage in representing another client, which it in good faith believes could result in a conflict of interest with the work being performed by the Consultant or such subconsultant under this Agreement, then it will promptly bring such conflict of interest to attention, in writing. CCUA will advise the Consultant, in writing, within ten (10) business days if such a conflict of interest exists. If CCUA determines that there is a conflict of interest, Consultant or such subconsultant shall decline the representation upon written notice by CCUA. If CCUA determines that there is no such conflict of interest, then Page 11 of 72 CCUA shall give its written consent to such representation. If Consultant or subconsultant accepts such a representation, without obtaining the CCUA CCUA subsequently determines that there is a conflict of interest between such representation and the work being performed by consultant or such subconsultant under this Agreement, then the Consultant or such subconsultant agrees to promptly terminate such representation. Consultant shall require each of such subconsultants to comply with the provisions of this Section. Should the Consultant fail to advise or notify CCUA as provided herein above of representation which could, or does, result in a conflict of interest, or should the Consultant fail to discontinue such representation, CCUA may consider such failure as justifiable cause to terminate this Agreement. SECTION 15. Neither review, approval, or acceptance by CCUA of services or Work Products furnished by the Consultant, or any subconsultant(s), vendor(s) or subcontractor(s) engaged by the Consultant, shall not in any way relieve Consultant of responsibility for the adequacy, completeness and accuracy of its services or Work Products or any and all of its subconsultant(s), vendor(s) and/or subcontractor(s) engaged by the Consultant to provide and perform services in connection with this Agreement. Neither the CCUA view, approval or acceptance of, nor payment for, any of CCUA performance of this Agreement. SECTION 16.CONFIDENTIALITY AND PUBLIC RECORDS COMPLIANCE The Consultant agrees, during the term of this Agreement, to comply with Chapter 119.071(3), Florida Statutes, and not to divulge, furnish or make available to any third person, firm or organization, without prior written consent, or unless incident to the proper performance where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by the Consultant or any subconsultant(s) or subcontractor(s), pursuant to this Agreement. Subject to the foregoing provisions and law applicable to confidential information, the Consultant will keep and maintain public records required by CCUA, which is a public agency, in order for the Consultant to perform the services and the work required by the Scope, and upon request from CCUA custodian of public records, Contractor shall provide CCUA with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119.07, Florida Statutes, or as otherwise provided by law. The Consultant shall require all of its employees, subconsultant(s) and subcontractor(s) to comply with provisions of this paragraph.IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT: Public Records 3176 Old Jennings Road Page 12 of 72 Middleburg, Florida 32068 (904) 272-5999 Recordsrequest@clayutility.org SECTION 17.PROPERTY DAMAGE The Consultant agrees to promptly repair and/or replace, or cause to have repaired and/or replaced, at its sole cost and expense and in a manner acceptable to and approved by CCUA, any property damage arising out of, or caused by, the willful or intentional misconduct or negligent acts of the subsection does not apply to property damage caused in whole or in part by any other consultant or contractor engaged directly by CCUA. CCUA reserves the right, should the Consultant fail to make such repairs and/or replacement within a reasonable period of time, to cause such repairs and/or replacement to be made by others and for all costs and expenses associated with having the Consultant reimbursing CCUA directly for all such costs and expenses. SECTION 18.NONDISCRIMINATION AND EQUAL OPORTUNITY The Consultant shall comply with all state and federal laws, as currently written or hereafter amended, or other applicable laws prohibiting discrimination, unless based upon a bona fide occupational qualification as provided in or as otherwise permitted by other applicable laws. Cons business enterprise as defined in Section 288.703, Florida Statutes, to count towards participation goals or requirements. The failure of the Consultant to adhere to relevant stated requirements shall subject the Consultant to any sanctions which may be imposed upon CCUA. SECTION 19.INDEMNIFICATION The Consultant shall indemnify and hold harmless CCUA, and the CCUA's officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. All indemnification provisions contained this Agreement are separate and apart from, and are in no way limited by, any insurance provided pursuant to this Agreement or otherwise. All indemnification provisions of this Agreement, relating to Indemnification shall survive the term of this Agreement, and any holdover and/or Agreement extensions thereto, whether such term expires naturally by the passage of time or is earlier terminated earlier pursuant to the provisions of this Agreement. With respect to any indemnification by CCUA provided under the contract or agreement, any such indemnification shall be subject to and within the limitations set forth in Section 768.28, Florida Statutes, and to any other limitations, restrictions and prohibitions that may be provided by law, and shall not be deemed to operate as a waiver of sovereign immunity. Page 13 of 72 SECTION 20.GOVERNING LAW CCUA and the Consultant agree that this Agreement and any legal actions concerning its validity, interpretation and performance shall be governed by the laws of Clay County, Florida without regard to any conflict of provisions, which may apply the laws of other jurisdictions. It is further agreed that any legal action between CCUA and the Consultant arising out of this Agreement, or the performance of the services shall be brought in a court of competent jurisdiction in Clay County, Florida. SECTION 21.DISPUTE RESOLUTION the Agreement, CCUA and the Consultant agree that all disputes between them arising out of or relating to this Agreement shall be submitted to nonbinding mediation. The Consultant further agrees to include a similar mediation provision in all agreements with independent subcontractors and subconsultants retained by the Consultant for this Agreement or any Supplemental Agreement(s), and to require all independent subcontractors and subconsultants also to include a similar mediation provision in all agreements with its subcontractors, subconsultants, suppliers, vendors and fabricators, thereby providing for mediation as the primary method for dispute resolution among the parties to all those agreements. CCUA shall not be bound by any provision requiring binding arbitration or binding mediation of disputes. If a dispute arises either party shall notice to the other party prior to mediation, the mediator shall be a member of the National NADN day cooling off period required, a minimum 30 days written notice shall be provided to the other party prior to filing suit in any court after the cooling off period. SECTION 22.THIRD PARTY BENEFICIARIES Nothing contained in this Agreement shall create a contractual relationship with or a cause of action in favor of a third party against either CCUA or the Consultant. The Consultant's services under this Agreement are being performed solely for benefit, and no other party or entity shall have any claim against the Consultant because of this Agreement or the performance or nonperformance of services hereunder. CCUA and Consultant agree to require a similar provision in all contracts with contractors, subcontractors, subconsultants, vendors and other entities involved in this Agreement or Supplemental Agreement(s) to carry out the intent of this provision. SECTION 23.TRUTH IN NEGOTIATION CERTIFICATION The Consultant understands and agrees that execution of this Agreement by the Consultant shall be deemed to be simultaneous execution of a truth-in-negotiation certificate under this provision to the same extent as if such certificate had been executed apart from this Agreement, such certificate being required by Section 287.055, Florida Statutes. Pursuant to such certificate, the Consultant hereby states that the wage rates and other factual unit costs supporting the compensation hereunder are accurate, complete, and current at the time of contracting. Further the Consultant agrees that the compensation hereunder shall be adjusted to exclude any significant Page 14 of 72 sums where CCUA determines the Compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs, provided that any and all such adjustments shall be made within one (1) year following the completion date of this Agreement or Supplemental Agreement(s). SECTION 24.AMENDMENTS This Agreement may be amended only by written instrument specifically referring to this Agreement and executed with the same formalities as this Agreement. SECTION 25.ASSIGNMENT Neither party to this Agreement shall transfer, sublet or assign any rights or duties under or interest in this Agreement, including but not limited to monies that are due or monies that may be due, without the prior written consent of the other party. Subcontracting to subconsultants, normally contemplated by the Consultant as a generally accepted business practice, shall not be considered an assignment for purposes of this Agreement SECTION 26. In any action involving the enforcement or interpretation of this Agreement, each party, whether CCUA or the Consultant, shall be responsible for its own respective attorneys' fees and costs. SECTION 27.WAIVER The failure of either party to exercise any of its rights is not a waiver of those rights. A party waives only those rights specified in writing and signed by the party waiving its rights. Oral modification or rescission of this Agreement by an employee or agent of either party, shall not release either party of its obligations under this Agreement, shall not be deemed a waiver of any rights of ei under this Agreement or by law, and shall not operate as a waiver of any of the provisions hereof. SECTION 28.SURVIVAL OF REMEDIES urvive the termination of this Agreement. SECTION 29.PROVISIONS SEVERABLE In the event any of the provisions of this agreement should be found to be unenforceable, it shall be stricken, and the remaining provisions shall be enforceable. SECTION 30.FINANCIAL CONSEQUENCES Should the Consultant fail to comply with any term of this Agreement, CCUA shall take one or more of the following actions, as appropriate in the circumstances: Temporarily withhold payments pending correction of the deficiency, Disallow all or part of the cost of the activity or action not in compliance, Page 15 of 72 Wholly or partially suspend or terminate this Agreement, Withhold further awards to the Consultant, and/or Take further remedies that may be legally or equitably available. SECTION 31.DOCUMENTS CONSTITUTING ENTIRE AGREEMENT The following documents are hereby incorporated and made part of this Agreement: 1.Exhibit A Scope of Services 2.Exhibit B Original Statement of Qualification (SOQ) submitted by Contractor In the event of a conflict between the covenants, terms, and/or provisions of this Agreement and SECTION 32.NOTICE The parties hereto agree and understand that written notice, mailed or delivered to the last known mailing address, shall constitute sufficient notice to CCUA and the CONTRACTOR. All notices required and/or made pursuant to this Agreement to be given to CCUA and the CONTRACTOR shall be in writing and given by way of the United States Postal Service, first class mail, postage prepaid, addressed to the following addresses of record: CCUA: Clay County Utility CCUA Attention : Angelia Wilson Procurement Manager 3176 Old Jennings Road Middleburg, Florida 32068 CONTRACTOR: Christopher McIntyre, P.E. Terracon Consultants, Inc. 8001 Baymeadows Way, Suite 1 Jacksonville, Florida 32256 SECTION 33.CLIENT SERVICE MANAGERS CCUA and the CONTRACTOR have identified individuals as Managers so called), listed below, who shall have the responsibility for managing the Scope of Services to be performed under this Agreement. The person or individual identified by the CONTRACTOR to serve as the Client Service Manager for this Agreement, or any replacement thereof, is subject to prior written approval and acceptance by CCUA. If CCUA or CONTRACTOR replace their own current Client Service Manager with another individual, an amendment to this Agreement shall not be required. CCUA will notify the CONTRACTOR, in writing, if the current CCUA Client Service Manager is replaced by another individual. A. CCUA Client Service Page 16 of 72 Paul Steinbrecher, PE Chief Engineer Clay County Utility CCUA 3176 Old Jennings Road Middleburg, Florida 32068 Phone: 904-213-2408 Email: psteinbrecher@clayutility.org B. The CONTRACTOR Client Service Christopher McIntyre, P.E. Terracon Consultants, Inc. 8001 Baymeadows Way, Suite 1 Jacksonville, Florida 32256 Phone: 904-549-7366 Email: Chris.McIntyre@terracon.com SECTION 34.COUNTERPARTS, ELECTRONIC TRANSACTION, AND ELECTRONIC SIGNATURES This Agreement may be electronically executed by the parties in counterparts up to but not exceeding the number of parties, each of which shall be deemed an original and all of which, taken together, shall constitute one agreement. Each party may deliver its executed signature page by email transmission to the other parties at the email addresses set forth herein. Delivery shall be effective and complete upon completion of such email transmission. The parties agree that electronic signatures may be use in the execution of this Agreement in accordance with Parts I and II of Chapter 668, Florida Statutes. SECTION 36. SIGNATORY. Each signatory below represents and warrants that he or she has the full power and is duly authorized, by their respective party, to enter into and perform under this Agreement. Such signatory further represents that he or she has fully reviewed and understands the terms and conditions set forth in this Agreement, including exhibits, and fully intends to abide by and comply with all of the terms and conditions set forth herein. Page 17 of 72 Project Description Work to be performed by the Consultant shall be on an as needed basis as determined by CCUA. When requested, by CCUA, the Consultant shall prepare a detailed scope of services based on the specific request. All work shall be mutually negotiated with the Consultant and CCUA by Supplemental Agreements and shall conform to the established rate schedule in the Agreement. Work shall not commence on any Project or Supplemental Agreement without prior written Notice to Proceed by CCUA. Project Scope of Services CCUA requests qualified individuals and firms with experience in all phases of geotechnical engineering design services. ) shall provide drilling, testing, drawings, details, reports, studies, investigations, engineering documents, specifications, and related services. The services will be utilized by the an as needed basis Services shall be for a variety of planning, design, and construction projects. A.rvices shall include all personnel, labor, materials, overhead, equipment, postage, printing, copying, plotting, mileage, deliveries, all costs (direct and indirect), administrative costs, reimbursables, and all things necessary to provide all research, recommendations, studies, conferences, presentations, written documents, designs, specifications, details, drawings, issuance of certificates for payment, review of documents, inspections, supervision and approval of work, preparation of addendums and field orders, change orders, respond to requests for information, work acceptance as necessary to accomplish assigned projects. B.The Authority will outline individual project requirements. Consultants shall provide detailed specific project scopes, schedules, completion dates, work hours, fees, and total not to exceed price with each individual Supplemental Agreement authorized and executed prior to commencement of any work. Consultant shall follow the authorized Supplemental Agreement(s). Consultant shall complete work according to proposed project timeline and shall provide all deliverables in a timely manner and within the total not to exceed price stated in the Supplemental Agreement. C.The Authority may request the following, but not limited to, summary of potential professional services during the term of the Agreement: a.Soil Borings, b.Geoprobs, c.Hand Augers, d.Test Pits, e.Testing (verification testing and quality assurance), f.Laboratory Testing, g.Seasonal high groundwater table determinations (iron oxide lens staining), h.Encountered groundwater table, i.Evaluation of the subsurface conditions, j.Evaluation of on-site soil for use as structural fill/backfill material, Page 19 of 72 k.Unsuitable soil expectations (silts, clays, or other deleterious materials), l.Interpret and review the subsurface soil conditions, m.Foundation preparation recommendations, n.Provide foundation support (i.e. piles or engineered soils stabilization) installation instructions, o.Provide foundation support (i.e. piles or engineered soils stabilization) testing program and specifications during construction, p.Perform vertical and lateral pile analysis per the loading criteria provided by the structural engineer, q.Provide recommended installation quality control plan (i.e. piles or engineered soil stabilization), r.Site earthwork recommendations and site preparation, s.Flag boring and test pit locations for inclusion into the site survey, t.Boring and test pit logs, u.Boring and test pit map, v.Geotechnical engineering report, w.Phase I Environmental Site Assessment report (ASTM E1527-13, Standard Practice for Environmental Site Assessments). D.Consultants shall use its past experiences to give professional guidance and judgement that produces a reasonable outcome that will benefit the Authority. The Consultant shall develop deliverables that reduce risk over the Project including: an in-depth review and examination of the existing site, identify issues that would pose a risk of change order early that can be addressed during the design phase, evaluation of design related decisions and alternatives, and QA/QC of deliverables. Services to be provided may include but are not limited to the following: a.Conceptual Design Services These are services necessary to clearly define a program or provide further investigation of need. This may include an existing conditions survey, reports and master planning. When conceptual services, including studies and reports, are requested the Consultant shall evaluate the program, the existing conditions and the design parameters. The Consultant shall prepare as many studies as may reasonably be required in order to develop a detailed Scope for the project. Studies shall be accompanied by associated cost estimates and any additional items of work as defined within the specific requirements for the Scope. Deliverables shall be specified within the Scope as applicable. b.Preliminary Design Services most often comprised of two sub-phases, schematic design and design development. During the schematic design alternative spatial solutions to the defined Scope are explored, priced and presented with the aid of site plans or maps. At the end of the schematic design one set of alternatives is selected for the design development phase. During the design development the selected scheme is developed in detail to establish the validity and constructability of the schematic design. Drawings or deliverables will be reviewed at a predetermined percentage of completion and may include developed site plans, maps, outline specifications, reports, and a cost estimate. At the end of the design development phase, all design decisions are finalized. A presentation meeting Page 20 of 72 subconsultants as necessary. The Consultant shall resolve any discrepancies arising from the design review process. Deliverables (see Section J herein) shall be specified within the Scope as applicable. c.Final Design Services Final construction documents, including drawings, reports, specifications, and project manual are prepared during this phase. For regulatory approval and public bidding, construction documents have to be completely coordinated, checked and cross-checked. Keeping construction change orders to a minimum is a primary responsibility of the Consultant. A detailed final cost estimate is required. Comprehensiveness and constructability are key to the Authority for construction. Deliverables (see Section J herein) shall be specified d.Bid and Advertising Support Services the Consultant shall provide progressive collaboration with other consultants during this phase. Activities during the solicitation period issued to the public by the Authority. The Consultant may be contacted to interpret plans and specifications, prepare and issue amendments related to drawings and reports, attend Pre-Bid Meetings; and develop necessary addenda drawings, specifications, and reports as required by Consultant related questions and requests for information. e.Construction Administrative Services when requested by the Authority, the Consultant may perform construction phase services during the project. The Consultant may be contracted to perform periodic site visits, attend monthly site meetings, prepare and distribute minutes from those meetings, review shop drawings, samples, submittals and submittal logs, mock ups, review and perform detailed cost estimates, review contractor and subcontrator qualifications and coordination documents and adherence to the construction schedule, review and participate in the preparation of a punch list. Deliverables (see Section J herein) shall be specified within the Scope as applicable. f.Investigation Services - when requested by the Authority, the Consultant may perform investi conditions. Inspections shall identify the root causes, issues and the specific items needed for the repair and replacement of the deficient items, and the Consultant shall prepare a report outlining its findings and recommend solutions and may be further incorporated into the design process. E.The Consultant shall provide documentation of performance measurements for each project. Documentation will be delivered to the Authority in accordance with the schedule agreed to by both parties and may include a checklist for project coordination and project meeting review, and conformance to assigned schedules. F.The Consultant and Authority shall mutually agree to a schedule for Progress reporting for each project. Progress reporting shall include, but is not limited to, critical path schedule with defined milestones, meeting minutes, with assigned action items, telephone log of significant calls, transmittal and submittal logs, site inspection reports, field directives, and punch list. G. Page 21 of 72 Each authorized project will be assigned a point of contact under the direction of the Authority for the duration of each project. H.All submissions to the Authority, dependent upon the requirements of each specific project deliverable, including all sketches, presentation products, and drawings and written product and performance specifications will include both hard copy and electronic format (PDF and DWG AutoCAD format files). The Authority shall determine the number of hard copies to be provided by the Consultant on a project by project basis. Bound reports and other similar work products may be required. I.rk shall comply with the standards set forth by the applicable building codes and laws, professional licensing organizations, and authorities having jurisdiction. The Consultant shall be responsible for accuracy and completeness of its work products and design as based upon the requested deliverable. J.Deliverables - upon completion of tasks, the recipient will submit final copies of the documents listed below along with any necessary supporting documentation signed and sealed in accordance with 61G15-23.001 F.A.C: Engineering services will generally include the following items: Conceptual, Planning, and Design Phase: Borings for the tanks, (Appendix A from ACI 372 as the guidelines) Borings for buildings and pavement, Borings for horizontal direction drill projects, Borings, Geo-probs, Hand Augers, Test pits, Laboratory testing, Site earthwork recommendations and site preparation, Seasonal high groundwater table, Encountered groundwater table, Evaluation of the subsurface conditions, Foundation evaluation and recommendations, Settlement potential analysis, Bearing capacity and allowable bearing pressure of the native soils, Evaluation of on-site soil for use as structural sill/backfill material, Unsuitable soil expectations (silts, clays, or other deleterious materials), Flag boring and test pit locations for inclusion into the site survey, Boring and test pit logs, Boring and test pit map, Geotechnical engineering report and recommendations, Review the proposed site locations, structures, and all provided materials or information, Provide reports identifying any defects at the proposed site location, structures, and provided materials or information, Recommend proposed solutions or mitigation plans for identified material findings, Meeting Notes, Progress summary memos, Page 22 of 72 Respond to all permit requests for additional information, Summary of each Quality Control reviewed document for each deliverable. Construction Administration Phase: Kick-off Meeting\Pre-construction meeting, Site visits, Periodic progress meetings, Requests for Information (RFI) responses, Shop Drawing reviews, Field Orders, Field Order Log, Change Orders, Change Order Log, Final inspections, Punch lists. Page 23 of 72 EXHIBIT 'B; Page 24 of 72 Page 25 of 72 Page 26 of 72 Page 27 of 72 Page 28 of 72 Page 29 of 72 Page 30 of 72 Page 31 of 72 Page 32 of 72 Page 33 of 72 Page 34 of 72 Page 35 of 72 Page 36 of 72 Page 37 of 72 Page 38 of 72 Page 39 of 72 Page 40 of 72 Page 41 of 72 Page 42 of 72 Page 43 of 72 Page 44 of 72 Page 45 of 72 Page 46 of 72 Page 47 of 72 Page 48 of 72 Page 49 of 72 Page 50 of 72 Page 51 of 72 Page 52 of 72 Page 53 of 72 Page 54 of 72 Page 55 of 72 Page 56 of 72 Page 57 of 72 Page 58 of 72 Page 59 of 72 Page 60 of 72 This addendum is a part of the above noted solicitation. Acknowledgement of this addendum must be included on the Acknowledgement form with the submittal response. Date:June 9, 2023 _______________________________________________ Darrin G. Parker Contract & Procurement Specialist CLAY COUNTY UTILITY AUTHORITY 3176 Old Jennings Road Middleburg, Florida 32068 RFQ No:2022/2023-A21 Title:Geotechnical Engineering and Testing Professional Services Submission Due Date & Time:Thursday, June 29, 2023, 2:00 P.M. (EDT) Addendum #:One (1) This addendum is for the purpose of: 1. Pre-Submission Sign-In Sheet has been added to the CCUA Bonfire Portal. 2. Pre-Submission Recording has been added to the CCUA Bonfire Portal. 3. Pre-Submission Agenda (PowerPoint) has been added to the CCUA Bonfire Portal. Page 61 of 72 This addendum is a part of the above noted proposal. Acknowledgement of this addendum must be included on the Acknowledgement form with the bid response. CLAY COUNTY UTILITY AUTHORITY 3176 Old Jennings Road Middleburg, Florida 32068 RFQ No:2022/2023-A21 Title:Geotechnical Engineering and Testing Professional Services Submission Due Date & Time:Thursday, June 29, 2023, 2:00 PM EST Addendum #:Two (2) This addendum is for the purpose of: 1.The response to questions has been added to the CCUA Bonfire Portal and attached to this notice. Date:June 22, 2023 _______________________________________________ Angelia Wilson Procurement Manager Page 62 of 72 QUESTIONS RESPONSES Will you revise your agreement terms to State of Florida Standards? There is some disagreement in the required key personnel throughout the RFQ. Is it truly Page 24 Item C.b.1 key personnel does not match the Team Members table on pages 27-28. Section 6.9.D (page 20-21) seems to identify engineering design services. Is this the intent of this contract? Page 26 of the solicitation indicates responses shall be signed by a representative to specify that person. Our firm is aware that several forms must be included with the qualifications response, but they are not mentioned in the Preparation and Submission Instructions. Please clarify or elsewhere (e.g. in an appendix)? The evaluation criteria (p.27 of the solicitation) and Mandatory Requirements (section C b.1, p24) identify different roles for key personnel. Please clarify which set of roles should be highlighted in the proposal response. Does the 25 total pages include, resumes, license, certifications and required forms. However, only one of the roles specifically requested for this response, is a ProfessionalGeologist. Please clarify: is it required that all team members be PGs (ProfessionalGeologists)? Or is the text meant to indicate Professional Engineer (PE) registration? RFQu# 22/23-A21 Geotechnical Engineering and Testing Professional Response to Questions Page 63 of 72 Page 64 of 72 Engineer:Owner: Clay County Utility Authority Date:[Insert Date] Item Description of Services Provide Geotechnical Engineering and Testing Professional Services as requested and identified in the attached scope of services and fee proposal dated xxxxx Task 1 [Insert Description]$ XX.00 Total Cost Plus Expenses Not To Exceed Without Prior Authorization $XX.00 All tasks are to be completed no later than ___ weeks after the Notice to Proceed has been issued. This document, along with the attached scope and fee request and the ________ _, 2023 Fee Proposal, shall become an amendment to the RFQ Agreement 2022/2023-A21 and all provisions of the Agreement will apply hereto. Accepted by:Date: Engineer: [Insert Name of Firm] Accepted by:Date: Owner: Jeremy Johnson, Executive Director Clay County Utility Authority SUPPLEMENTAL AGREEMENT TEMPLATE Supplemental Agreement No. X to Geotechnical Engineering and Testing Professional Service RFQ Agreement 2022/2023-A21 to provide Professional Geotechnical Engineering and Testin services for the [Insert the Name of the Project]. Page 65 of 72 ITEM MEASURE 2023 RATE 102-Aggregate Org. Impurities S& for Concrete AASHTO T21 Test 82.50$ 104-Aggregate Sieve Anlsys of Fine & Coarse AASHTO T27 Test 120.00$ 106-Aggregate Specific Gravity/Absorption Coarse AASHTO T85 Test 125.00$ 107-Aggregate Total Moisture Content by Drying AASHTO T255 Test 110.00$ 108-Aggregate Unit Mass & Voids AASHTO T19 Test 137.50$ 109-Aggregate Specific Gravity/Absorption Fine AASHTO T84 Test 165.00$ 200-Asphalt Bulk Specific Gravity FM 1-T166 Test 110.00$ 201-Asphalt Content FM 5-563 Test 231.00$ 202-Asphalt Friction Panel Test 275.00$ 203-Asphalt Gradation & Content FM 1-T030 & FM 5-563 Test 275.00$ 204-Asphalt Gradation FM 1-T030 Test 137.50$ 205-Asphalt Gyratory Compaction 3 Specimens AASHTO T312 Test 220.00$ 206-Asphalt Los Angeles (LA) Abrasion Coarse Agg FM 3-C535 Test 600.00$ 207-Asphalt Los Angeles (LA) Abrasion Small Agg FM 1-T096 Test 600.00$ 208-Asphalt Max Specific Gravity FM 1-T209 Test 220.00$ 209-Asphalt Pavement Coring - 4" dia with Base Depth Check Each 357.50$ 210-Asphalt Pvmt. Coring - 4" dia without Base Depth Check Each 247.50$ 211-Asphalt Pavement Coring - 6" dia with Base Depth Check Each 412.50$ 212-Asphalt Pvmnt Coring - 6" dia without Base Depth Check Each 275.00$ 213-Asphalt Structural Panel (See Long Description) Test 687.50$ 300-Concrete Beam Flexural Testing ASTM C78 Test 71.50$ 301-Concrete Compressive Strength of Grout\Mortar ASTM C109 Test 44.00$ 302-Concrete Cylinder Curing, Capping & Breaking ASTM C39 Test 50.00$ 303-Concrete Drilled Cores & Sawed Beams ASTM C42 Test 77.00$ 304-Concrete Masonry Unit Sampling & Testing ASTM C140 Test 275.00$ 305-Concrete Pavement Coring - 4" Dia Each 357.50$ 306-Concrete Pavement Coring - 6" Dia Each 412.50$ 401-Geo Auger Borings-H& & Truck/Mud Bug LF 16.50$ 402-Geo Auger Borings-Track LF 22.00$ 407-Geo Chainsaw (Owned) Day 150.00$ 408-Geo Concrete Pad & Cover for Monitoring Wells Each 440.00$ 409-Geo CPT Truck/Mud Bug 0-50 Ft LF 18.70$ 410-Geo CPT Truck/Mud Bug 50-100 Ft LF 20.35$ 411-Geo CPT Truck/Mud Bug 100-150 Ft LF 22.00$ 412-Geo CPT Truck/Mud Bug 150-200 Ft LF 27.50$ 413-Geo Crosshole Sonic Logging (CSL) Day 220.00$ 414-Geo Dilatometer Sounding Hour 440.00$ 415-Geo Double Ring Infiltration ASTM D3385 Each 825.00$ 418-Geo Drill Crew Support Vehicle Day 300.00$ 421-Geo Dynamic Pile Testing/Pile Driving Analysis Day 600.00$ TERRACON CONSULTANTS, INC. 2023 JACKSONVILLE FEE SCHEDULE Page 66 of 72 ITEM MEASURE 2023 RATE TERRACON CONSULTANTS, INC. 2023 JACKSONVILLE FEE SCHEDULE 422-Geo Extra SPT Samples-Barge/Track/Amphibious 0-50 Ft Each 90.00$ 423-Geo Extra SPT Samples-Barge/Track/Amphibious 50-100 Ft Each 110.00$ 424-Geo Extra SPT Samples-Barge/Track/Amphibious 100-150 Ft Each 165.00$ 425-Geo Extra SPT Samples-Barge/Track/Amphibious 150-200 Ft Each 220.00$ 426-Geo Extra SPT Samples-Barge/Track/Amphibious 200-250 Ft Each 330.00$ 427-Geo Extra SPT Samples-Truck/Mud Bug 0-50 Ft Each 75.00$ 428-Geo Extra SPT Samples-Truck/Mud Bug 50-100 Ft Each 90.00$ 429-Geo Extra SPT Samples-Truck/Mud Bug 100-150 Ft Each 110.00$ 430-Geo Extra SPT Samples-Truck/Mud Bug 150-200 Ft Each 143.00$ 431-Geo Extra SPT Samples-Truck/Mud Bug 200-250 Ft Each 192.50$ 432-Geo Field Permeability 0-10 Ft Open-End Borehole Method Each 440.00$ 433-Geo Field Permeability 10-25 Ft Open-End Borehole Method Each 550.00$ 434-Geo Ground Penetrating Radar (GPR) Hour 495.00$ 435-Geo Grout Boreholes- Barge/Track/Amphibious 0-50 Ft LF 11.00$ 436-Geo Grout Boreholes- Barge/Track/Amphibious 50-100 Ft LF 13.75$ 437-Geo Grout Boreholes- Barge/Track/Amphibious 100-150 Ft LF 16.50$ 438-Geo Grout Boreholes- Barge/Track/Amphibious 150-200 Ft LF 20.90$ 439-Geo Grout Boreholes- Barge/Track/Amphibious 200-250 Ft LF 24.75$ 440-Geo Grout Boreholes- Truck/Mud Bug 0-50 Ft LF 8.80$ 441-Geo Grout Boreholes- Truck/Mud Bug 50-100 Ft LF 10.45$ 442-Geo Grout Boreholes- Truck/Mud Bug 100-150 Ft LF 14.00$ 443-Geo Grout Boreholes- Truck/Mud Bug 150-200 Ft LF 18.00$ 444-Geo Grout Boreholes- Truck/Mud Bug 200-250 Ft LF 21.00$ 445-Geo Grouted Monitor Well 2" 0-50 Ft LF 44.00$ 446-Geo H& Auger with DCP (0-50 ft) ASTM D1452 LF 38.50$ 447-Geo H& Auger with SCP (0-50 ft) ASTM D1453 LF 33.00$ 448-Geo Mini Shaft Inspection Hour 500.00$ 449-Geo Noise Monitoring Hour 440.00$ 450-Geo Piezometer 2" 0-50 Ft LF 60.50$ 451-Geo Pile Integrity Testing Day 212.30$ 452-Geo Rock Coring Brg/Track/Amph 0-50 Ft 4" ID & over LF 110.00$ 453-Geo Rock Coring Brg/Track/Amph 0-50 Ft less than 4" ID LF 82.50$ 454-Geo Rock Coring Brg/Track/Amph 50-100 Ft 4" ID & over LF 132.00$ 455-Geo Rock Coring Brg/Track/Amph 50-100 Ft less than 4" ID LF 93.50$ 456-Geo Rock Coring Brg/Track/Amph 100-150 Ft 4" ID & over LF 170.50$ 457-Geo Rock Corg Brg/Track/Amph 100-150 Ft less than 4" ID LF 104.50$ 458-Geo Rock Corg Brg/Track/Amph 150-200 Ft 4" ID & over LF 220.00$ 459-Geo Rock Corg Brg/Track/Amph 150-200 Ft less than 4" ID LF 132.00$ 460-Geo Rock Corg Brg/Track/Amph 200-250 Ft 4" ID & over LF 275.00$ 461-Geo Rock Corg Brg/Track/Amph 200-250 Ft less than 4" ID LF 154.00$ Page 67 of 72 ITEM MEASURE 2023 RATE TERRACON CONSULTANTS, INC. 2023 JACKSONVILLE FEE SCHEDULE 462-Geo Rock Coring Truck/Mud Bug 0-50 Ft 4" ID & over LF 99.00$ 463-Geo Rock Coring Truck/Mud Bug 0-50 Ft less than 4" ID LF 55.00$ 464-Geo Rock Coring Truck/Mud Bug 50-100 Ft 4" ID over LF 110.00$ 465-Geo Rock Coring Truck/Mud Bug 50-100 Ft less than 4" ID LF 60.50$ 466-Geo Rock Coring Truck/Mud Bug 100-150 Ft 4" ID & over LF 126.50$ 467-Geo Rock Coring Truck/Mud Bug 100-150 Ft less than 4" ID LF 71.50$ 468-Geo Rock Coring Truck/Mud Bug 150-200 Ft 4" ID & over LF 137.50$ 469-Geo Rock Coring Truck/Mud Bug 150-200 Ft less than 4" ID LF 88.00$ 470-Geo Rock Coring Truck/Mud Bug 200-250 Ft 4" ID & over LF 181.50$ 471-Geo Rock Coring Truck/Mud Bug 200-250 Ft less than 4" ID LF 104.50$ 472-Geo Saximeter Testing Hour 250.00$ 473-Geo SPT Barge/Track/Amphibious 0-50 Ft LF 33.00$ 474-Geo SPT Barge/Track/Amphibious 50-100 Ft LF 44.00$ 475-Geo SPT Barge/Track/Amphibious 100-150 Ft LF 60.50$ 476-Geo SPT Barge/Track/Amphibious 150-200 Ft LF 82.50$ 477-Geo SPT Barge/Track/Amphibious 200-250 Ft LF 99.00$ 478-Geo SPT Truck/Mud Bug 0-50 Ft LF 24.20$ 479-Geo SPT Truck/Mud Bug 50-100 Ft LF 27.50$ 480-Geo SPT Truck/Mud Bug 100-150 Ft LF 44.00$ 481-Geo SPT Truck/Mud Bug 150-200 Ft LF 60.50$ 482-Geo SPT Truck/Mud Bug 200-250 Ft LF 71.50$ 483-Geo Temp Casing 3" Barge/Track/Amphibious 0-50 Ft LF 19.80$ 484-Geo Temp Casing 3" Barge/Track/Amphibious 50-100 Ft LF 24.20$ 485-Geo Temp Casing 3" Barge/Track/Amphibious 100-150 Ft LF 27.50$ 486-Geo Temp Casing 3" Barge/Track/Amphibious 150-200 Ft LF 38.50$ 487-Geo Temp Casing 3" Barge/Track/Amphibious 200-250 Ft LF 50.00$ 488-Geo Temp Casing 3" Truck/Mud Bug 0-50 Ft LF 13.75$ 489-Geo Temp Casing 3" Truck/Mud Bug 50-100 Ft LF 16.50$ 490-Geo Temp Casing 3" Truck/Mud Bug 100-150 Ft LF 22.00$ 491-Geo Temp Casing 3" Truck/Mud Bug 150-200 Ft LF 27.50$ 492-Geo Temp Casing 3" Truck/Mud Bug 200-250 Ft LF 30.25$ 493-Geo Temp Casing 4" Barge/Track/Amphibious 0-50 Ft LF 24.75$ 494-Geo Temp Casing 4" Barge/Track/Amphibious 50-100 Ft LF 27.50$ 495-Geo Temp Casing 4" Barge/Track/Amphibious 100-150 Ft LF 33.00$ 496-Geo Temp Casing 4" Barge/Track/Amphibious 150-200 Ft LF 38.50$ 497-Geo Temp Casing 4" Barge/Track/Amphibious 200-250 Ft LF 44.00$ 498-Geo Temp Casing 4" Truck/Mud Bug 0-50 Ft LF 16.50$ 499-Geo Temp Casing 4" Truck/Mud Bug 50-100 Ft LF 19.80$ 500-Geo Temp Casing 4" Truck/Mud Bug 100-150 Ft LF 22.00$ 501-Geo Temp Casing 4" Truck/Mud Bug 150-200 Ft LF 25.30$ Page 68 of 72 ITEM MEASURE 2023 RATE TERRACON CONSULTANTS, INC. 2023 JACKSONVILLE FEE SCHEDULE 502-Geo Temp Casing 4" Truck/Mud Bug 200-250 Ft LF 27.50$ 503-Geo Temp Casing 6" Barge/Track/Amphibious 150-200 Ft LF 55.00$ 504-Geo Temp Casing 6" Barge/Track/Amphibious 200-250 Ft LF 71.50$ 505-Geo Temp Casing 6" Barge/Track/Amphibious 0-50 Ft LF 27.50$ 506-Geo Temp Casing 6" Barge/Track/Amphibious 50-100 Ft LF 33.00$ 507-Geo Temp Casing 6" Barge/Track/Amphibious 100-150 Ft LF 38.50$ 508-Geo Temp Casing 6" Truck/Mud Bug 0-50 Ft LF 19.80$ 509-Geo Temp Casing 6" Truck/Mud Bug 50-100 Ft LF 22.00$ 510-Geo Temp Casing 6" Truck/Mud Bug 100-150 Ft LF 25.30$ 511-Geo Temp Casing 6" Truck/Mud Bug 150-200 Ft LF 29.70$ 512-Geo Temp Casing 6" Truck/Mud Bug 200-250 Ft LF 36.30$ 513-Geo Thermal Integrity Tester (TI) Day 412.50$ 514-Geo Truck/Mud Bug Mobil (30 miles straightline distance) Each 935.00$ 515-Geo Undisturbed Samples Barge/Track/Amphibious 0-50 Ft Each 330.00$ 516-Geo Undisturbed Samples Barge/Track/Amphibious 50-100 Ft Each 412.50$ 517-Geo Undisturbed Samples Brg/Track/Amph 100-150 Ft Each 522.50$ 518-Geo Undisturbed Samples Brg/Track/Amph 150-200 Ft Each 632.50$ 519-Geo Undisturbed Samples Truck/Mud Bug 0-50 Ft Each 220.00$ 520-Geo Undisturbed Samples Truck/Mud Bug 50-100 Ft Each 275.00$ 521-Geo Undisturbed Samples Truck/Mud Bug 100-150 Ft Each 357.50$ 522-Geo Undisturbed Samples Truck/Mud Bug 150-200 Ft Each 412.50$ 523-Geo Vibration & Noise Monitoring Day 100.00$ 524-Geo Vibration Monitoring Day 100.00$ 525-Geo Well Development Hour 247.50$ 531-Geo Truck/Mudbug Drill Rig and Crew (2-person) Hour 300.00$ 532-Geo Truck/Mudbug Drill Rig and Crew (3-person) Hour 412.50$ 533-Geo Track/Barge Drill Rig and Crew (2-person) Hour 330.00$ 534-Geo Track/Barge Drill Rig and Crew (3-person) Hour 440.00$ 539-Geo Wash Boring 0-50 Ft LF 16.50$ 540-Geo Wash Boring 50-100 Ft LF 20.00$ 541-Geo Wash Boring 100-150 Ft LF 24.00$ 542-Geo Wash Boring 150-200 Ft LF 27.50$ 543-Geo Wash Boring 200-250 Ft LF 33.00$ 600-Mobilization - Crosshole Sonic Logging (CSL) Equipment Each 600.00$ 602-Mobilization - Vibration Monitoring Equipment Each 440.00$ 603-Mobilization Asphalt Coring Equipment Each 825.00$ 606-Mobilization Concrete Coring Each 825.00$ 607-Mobilization Cone Penetrometer Test Rig Each 3,437.50$ 610-Mobilization Drill Rig Track Mount Each 4,125.00$ 611-Mobilization Drill Rig Trailer Mount Each 1,100.00$ Page 69 of 72 ITEM MEASURE 2023 RATE TERRACON CONSULTANTS, INC. 2023 JACKSONVILLE FEE SCHEDULE 612-Mobilization Drill Rig Truck Mount Each 935.00$ 613-Mobilization Mini-Shaft Inspection Device Each 3,800.00$ 614-Mobilization Mudbug/All Terrain Vehicle Each 1,045.00$ 618-Mobilization Support Boat Each 825.00$ 619-Mobilization Tri-Pod Each 3,437.50$ 703-MOT Light Tower Each 220.00$ 705-MOT Portable Lighting Each 220.00$ 708-MOT Provide Channelizing Devices – Cone Each 16.50$ 800-Soils Chloride Soil or Water FM 5-552 Test 115.00$ 801-Soils Consol-Addtl Incrmnts AASHTO T216 (13 to 24 Loads) Each 110.00$ 802-Soils Consol-Addtl Incrmnts AASHTO T216 (up to 12 Loads) Each 1,100.00$ 804-Soils Consol-Extend Load Incrmnts AASHTO T216 Day 220.00$ 805-Soils Corrosion Series FM 5-550 through 5-553 Test 300.00$ 806-Soils Direct Shear Consolid Drained/ Point AASHTO T236 Test 495.00$ 807-Soils Field Vane Shear Test ASTM D2573 Test 550.00$ 808-Soils Flexible Wall Permeability ASTM D5084 Test 825.00$ 809-Soils Hydrometer Only AASHTO T88 Test 275.00$ 810-Soils Limerock Bearing Ratio (LBR) FM 5-515 Test 550.00$ 811-Soils Liquid Limit AASHTO T89 Test 82.50$ 812-Soils Materials Finer than 200 Sieve FM 1-T011 Test 104.50$ 813-Soils Maximum Density ASTM D4254 Test 275.00$ 815-Soils Minimum Density ASTM D4253 Test 275.00$ 817-Soils Moisture Content Laboratory AASHTO T265 Test 27.50$ 819-Soils Organic Content Ignition FM 1 T-267 Test 82.50$ 821-Soils Particle Size Anlys AASHTO T88 (Incl. Hydrometer) Test 330.00$ 822-Soils Particle Size Anlys AASHTO T88 (No Hydrometer) Test 137.50$ 823-Soils Permeability Constant Head AASHTO T215 Test 484.00$ 824-Soils Permeability Falling Head FM 5-513 Test 484.00$ 825-Soils pH Soil or Water FM 5-550 Test 71.50$ 826-Soils Plastic Limit & Plasticity Index AASHTO T90 Test 82.50$ 827-Soils Proctor Modified FM 1-T180 Test 192.50$ 828-Soils Proctor Standard AASHTO T99 Test 192.50$ 829-Soils Resistivity Soil or Water FM 5-551 Test 75.00$ 830-Soils Shrinkage Factor AASHTO T92 Test 137.50$ 831-Soils Specific Gravity AASHTO T100 Test 104.50$ 832-Soils Split Tensile Strgth of Rock Cores ASTM D3967 Test 275.00$ 833-Soils Sulfate Soil or Water FM 5-553 Test 93.50$ 834-Soils Swell Potential ASTM D4546 Test 687.50$ 835-Soils Triaxl Consl-Drain (CD) Per Point\Cell ASTM D7181 Test 825.00$ 836-Soils Tri Cnsl-Undrn (CU) Pt\Cell AASHTO T297/ASTM D4767 Test 715.00$ Page 70 of 72 ITEM MEASURE 2023 RATE TERRACON CONSULTANTS, INC. 2023 JACKSONVILLE FEE SCHEDULE 837-Soil Tri Uncsl-Undrn (UU) Pt\Cell AASHTO T296/ASTM D2850 Test $ 495.00 838-Soils Unconfined Compression - Rock ASTM D7012, Method C Test $ 385.00 839-Soils Unconfined Compress - Soil AASHTO T208/ASTM D2166 Test $ 275.00 Page 71 of 72 Principal in Charge $295 Project Manager $250 Lead Geotechnical Engineer $240 Lead Materials Engineer $240 Environmental Lead $220 Project Geotechnical Engineer $185 Staff Geotechnical Engineer $125 Lead Environmental Scientist $125 Lead Materials Technician $125 Senior Staff Geotechnical Engineer $155 Geotechnical Technician $85 Engineering Technician $85 Environmental Field Technician $85 Field Manager $100 CADD $120 Page 72 of 72