Loading...
HomeMy WebLinkAbout2011-247 � a. CIO) L of � CONTINUING CONTRACT AGREEMENT — A q j for PROFESSIONAL SERVICES ONAL THIS CONTINUING CONTRACT AGREEMENT into a P of this SIt or " Master Agreement" ) , entered SERVICES ( " Agreement and between INDIAN RIVER COUNTY , a political day of December f Flby and (" COUNTY" ) , and CAMP DRESSER & MCKEE , subdivision of the State of l INC . , (" Consultant" ) . BACKGROUND RECITALS : A . In accordance with the Consultants' Competitive Negotiations Act , Section 28 7 . 055 , Florida Statutes , the COUNTY has selected Consultant osaloDprovid certain , professional services relating to Public Works , Solid Waste " Services" as more fully set forth in Exhibit 1 Utilities- Major and Utilities- Minor systems (" Services" ) attached to this Agreement and made a part hereof by this tilitieseMa or and Utilities M nlor the COUNTY' s operation of its Public Works , SWDD , Systems (" Project" ) . Be The Consultant is willing and able to perform the Services for the COUNTY on the terms and conditions set forth below ; and C , The COUNTY and the Consultant wish to enter into this Agreement for the Consultant' s Services for the Project . ned NOW THEREFORE , in accordance with the mutual andvsuffic sufficiency enants herein whichi 1p are and other good dnevtluable consideration , s followsrece hereby acknowle gdhe parties agree a 1 . GENERAL . 1 . 1 All professional services provided by the ,Consultant for the cost effective mannerUNTY , be identified in Work Orders and performed m a timely , applicable disciplines and in accordance with the currentpf of servssional ices standards be performed ; a statement of Work Orders shall include a description of deliverables ; proposed schedule for co d fees a schedule e task based ,sation and wore any compensation is lump sum maximum amount not t unt of he combination of the foregoing ; a budget establishing trious elemepts of ion to paid with sufficient detail so as to identify all of the vaerformed by the Consultant ; and projected schedule for completion of the work to be p an other additional instructions or provisions relating to the specific Services Y authorized pursuant to each Work Order that does not conflict with the terms of this Agreement . 1 F : \Utilities\UTILITY - Engineegract 201tility 1 \ConsultanttAgreements\CDM Contract Agreement- Rev o1 t� acing Consultant Services UCP #2020\Continuin g Cont to 1 . 2 Whenever the term "Work Order" is used herein , it is intended ' = f that formal document that is dated ; serially numbered ; and executed by bo which the COUNTY accepts COUNTY and the Consultant by Consultant' s prop �� �. e specificrform such S services and Consultant e llcif ed in this Agreement . Each ' services for the terms and under conditions specified he COUNTY prior to issuance of the related Noll ( Order must be fully executed by t { � Proceed . 1 . 3 Services related to any individual Work Order which would m ( i i , r decrease or which are otherwise outside the scope ho f Stervices r le eluol st i �i .#(i, � i � i� contemplated by a Work Order shall be Services for this Agreement . All tE r the prior written approval of the COUNTY as provided by mance of such Services must be agile d a p on the perford when properlin a written dyoauthor s ii any deviation from the terms of a Work O , amendme e Consultant and the COUNTY he sole option tf the COUNTY A separatEbecome an il lit I executed by both th Consuik Work Order or a new theo k Or ,er ,optat tof the COUNTY , be given for each phase, ` to Proceed may , services contained in any Work Order hereunder , not give rise to any Proceed andl rights until it 1 .4 Work Order shall specific Work � C foregoing requirements . Each written Notice to P addendum to this Agreement . approved by the COUNTY , shall be an containetl d in any Work Order shall conflict with the oerorat ds of t nseagh nil v�duil ' = 1t� Ck. ik terms of this Agreement shall be deemed to be in p Order as if fully set forth therein . 1 . 5 A schedule of current hourly billing rates isset forth in Exhibit 2 It � i ! , � d to this Agreement and made a part hereof by this reference . 1 . 6 It is the intent of the County to enter greemens mats with by lndi < v. 1 � " � 'tte de qualified engineering firms . No representation or guarantee County as to the minimum or maximum dollar value , volume of work , or type t rl ,r , > ; if any , that Consultant will receive during the term of thisAgreements 1 . 7 The Background Recitals are true and correct and form a matei I . It I if ( of this Agreement . 2 , COUNTY OBLIGATIONS . 2 . 1 The COUNTY will provide the Consultant with a copy of any I ; i ,I 11ii if i . iry data or reports available as required in connection with the ework rightbe p-way ` � i it , I ill Aer nil this Agreement , together with all available drawings , Y 11 he other documents in the possession of the COUNTY tapprovided .lnent oThe Cr� s it is Consultant shall satisfy itself as to accuracy responsible for bringing to the COUNTY ' t that clon , for the ome to the Consultant' sO } , ; 1i , . ; 1 ', ; ". ; 'ion , material inconsistencies or errors in such data Services UCP #2020\Continuing Contract 201111ty\C nsu tanttion Permits\ IRC - Water and Wastewater Agreements\CDM Contract Agreement- Rev o1 Continuing Services UCP # 2 . 2 The COUNTY shall arrange for access to , and make provisions 1 { public and private property (where required ) as neces If Consultant to enter upon , p on the timely written request of Const lc , I � l _ ' the Consultant to perform its Services , up COUNTY . 2 , 3 The COUNTY shall promptly execute all permit applications neces the Project . 204 The COUNTY shall examine any and all studies , reports , ski i i , . . , drawings , specifications , proposals and other documents presented by the Coll and render , in writing , decisions pertaining thereto within a reasonable time . 2 . 5 Approval by the COUNTY of any of the Consultant' s work , inclt.lriff not limited to drawings , design specifications , written reports , or any work prodf l t > any nature whatsoever furnished hereunder , shall not adeqn any uacy of the relieve work heN 0 � tiCoil , + � f I 'll i Hit , of responsibility for the technical accuracy a q payment for , any of the ! , COUNTY ' s review , approval or acceptance of , or pay vy if furnished under this Jil Agreement shall be construed ion arising perate as a waiver of out of the performanct�� ii under this Agreement or of any cause of ac Agreement . The Consultant shall be and remain liable in accordance e COUNTY caused by the negligent pert with aln( IHI Consultant of a � , � td laws for all dany aof the Servicess furnished under this Agreement . 2 . 6 The COUNTY reserves the right to appoint one or more Project M , to °„ , is 51 S for the specific Services in connection with any Work Order . The ProjectMaml ( kI .i ►I> ) ( a ) act as the COUNTY ' s agent with respect to the Services rendered hereutp transmit instructions to and receive information from the Consultant ; ( c ) contf ' , } + { ; ie ies and decisions to the Consultant its dudties , respons the e the COUNTY' s policbilkftft i �. tf + d determine , initially , whether the Consultant is fulf g obligations hereundern the jar all give prowritten ofanydevelopmentth ,it Consultant f 2 . 7 The COUNTY sh . '> �+ 4 ( is the COUNTY observes or otherwise becomes the timing or delivery of the Consultant' s Servicesi negligence either tant has the Consult it , 1 { ,J, r� y in completing its Services through no fault or negl g sub-consultant , and , as a result , will be unable to perform fully and satisfactc , f fi ; � 9 9 ,. ier provisions of this Agreement , then the Consultant shall promptly ytion , and upon the n notify the l t , � f , � ( ct the p Manager . In the COUNTYoie of evidence of the causes of the delay , the Work Order shall be modified in viiiiii as set forth in this Agreement , subject to the COUNTY ' Srights h this Agreement tf f isf I ' l3 or stop any or all of the Services at any time 2 . 8 The Consultant shall not be considered indd the l for ora fatailure tcc ;lf � � f , it � nd such failure arises out of causes reasif onably bey through no fault or negligence of the Consultant . The parties acknowledge tlti a ii 1 k i se 3 Gfil Services UCP #2020\Continu ng Contract 2011111\Consu tantty tAgreements\CDM Contract Agreem nt Revion Permits\IRC - Water and Wastewater o1 doc Continuing Service en mstances of a similar I %i , it weather conditions , acts of God , or other unforeself suchuco ditions and circumst < i ° may necessitate modifications to this Agreement . do in fact occur , then the COUNTY and Consultant shall mutually agree , in wtitil1 i the modifications to be made to this Agreement . 36 RESPONSIBILITIES OF THE CONSULTANT . es to perform all necessary professional engitwi it 3 . 1 The Consultant agre . f ro ' ect design , construction phase services , and other Services in connection wll ¢ � , � � � p 1 assigned Project(s ) as set forth in the Work Orders and in this Agreemen . 3 . 2 The Consultant will endeavor not to duplicate any previous work tic � i it any Project . Before execution of a Work Order , the Consultant shall consult calif ; COUNTY to clarify and define the COUNTY ' s requirements for the Project . 3 . 3 The Consultant agrees to complete the Project within the tines iI tlo specified in the Work Order . 3 . 4 The Consultant will maintain an adequate staff of qualified personst ( � ! ith all present and future federal , stt , i 3 . 5 The Consultant will comply w ; I I local laws , rules , regulations , p olicies , codes , and guidelines applicable to the performed under this Agreement . 3 . 6 The Consultant , as a part of the consideration hereof , does11 covenant and agree that : ( 1 ) in connection with e furnishing of rnishof envlcyE',Iii � It ; the COUNTY hereunder , no person shall be excluded participation benefits of , or otherwise subjected to discriminoatii then regard of such persto the (c,, s , . t , , {s, te entperformed by Consultant under this Agreems cal disabigty , age or sex ; andI l ie color , creed , national origin , religion , phy comply with all existing requirements concerning disci in i ; i ion Consultant shall imposed by any and all applicable local , state , and federal rules , regal , ttl ; 1s or guidelines , as such rules , regulations , or guidelines may be from time to time rtl + f 3 . 7 The Consultant shall , during the entire term of this Agreement > + Ire standing an and all necessary l = = , � 1 i �, , t � s , and keep in full force , effect , and good and all other authorizations as rtt , s ti lis ed registrations , certificates , permits , and anyas b local , state , or federal law , in order for the shall alsorequire alldsubt cot r � l lti � hiii � � to Y described in this Agreement . The Consultant comply by contract with the provisions of this section . k it 3 . 8 The Consultant will prepare all necessary forches any regair � � 1 ,) t � ; rall,, application forms to accompany the COUNTY ' s applications state , or local permits . 4 F : \Utilities\UTILITY - ngineeiin Coenteact 201tility Construction 1 \ConsultantAgreements\CDM Contract Agreement Revel tdocn (I Services UCP #2020\ 3 . 9 The Consultant will cooperate fully with the a COUNTY in order phases of the work may be properly scheduled edy 3 . 10 The Consultant will cooperate and coordinate with other C01 consultants , as directed by the COUNTY . 3 . 11 The Consultant shall report the status of the Services untltki Agreement to the County Project Manager inspection ection of the Counton request dy Pro ectld ll d MMiijif ili I � 11 calculations and related work open to p his authorized agent at any time , upon reasonable request . 3 . 12 All documents , reports , tracings , plans , specifications , field books notes and information , maps , contract documents , and other data developed 1 Consultant for the purpose of this Agreement are ndtained , remain updat updated ,the d prav : : � ! roperty COUNTY . The foregoing items will be created , ma the format specified by the County . When a be ldeli eredork nto heaCounty Projected under this ttK ij , i 1 ; k I � is complete , all of the above data sh provided , however , that nothing herein shall be construed as transferring to th (� + 1 i d y ownership of the Consultant' s pre ,,, existing emain dh the Consultant s ' details , programs , etc . , ownership of which shall 3 . 13 The Consultant will confer with the COUNTY during the 110hif development of improvements for which the Consultant has provided design ( 1i a ' r services , and the Consultant will interpret plans and other documents ; correct and omissions ; and prepare any necessary plan revisions not involving a char ( It scope of the work required , at no additional cost to the COUNTY , within thli i ,y t COUNTY , or upon a determinationof s I first Coc� t , � � i sl ll ' if calendar days of notice by the the existence of such errors or omissions , whichever event sh foregoing is not intended to include construction management services provided I ; ; Consultant . 3 . 14 The Consultant agrees to maintain complete and accurate bot d , o id 11 A records (" Books" ) , in accordance with sound accounting Ag reements l s andoks shalldid � ( l I i 1 j ; gel Services , costs , and expenditures under this Ag Services rendered during each month of the Agreement have the right , e dda e and reasonable typf 4` iltd Project- related expense . The COUNTY shall through any of its designated agents or representatives ,oaninvoices The CONSULTANT r t i ; t i lin for the purpose of verifying the accuracy y the Books , and make them available to the terminationofCOUNTY Agreement , or such lont li I� ;h Ill i o -if of three ( 3 ) years after the date of term required by any federal , state , or other governmental law , regulation i int � � requirement . 3 . 15 The Consultant shall not assign or transfer any work under this Alfnt port � � � of without the prior written consent of the COUNTY . When applicable and � � � such consent from the COUNTY , the Consultant shall cause the nanw � the 5 Se F : \Uilities\UT UCPI #2020\Continuing Coontract 201 t1 \C nsultanttContinuing ements\CDM Contract Agreement- Rev 1 tdocng " I responsible for the major portions of each se . 1tt engineering and surveying firms specialty of the work to be inserted on the reports or other data . ings 3 . 16 All documents , includigbut to thisoA Iimited to reement are \related eand xclupsevely � prepared by the Consultant pursuant9 Services described herein and are not intended or represented to be suitable foo , . t by the COUNTY or others on any other project . Reuse of any document or t11 nk Tothersnsultant shall not be held liable 1 + shall be at the COUNTY ' s own ri he C modifications made to the docume by 4 . TER A ; TIME FOR COMPLETION . 4 . 1 This Agreement shall remain in effect for a term of three ( 3 ) years r terminated as provided herein . The Initial Tet w : Y ; . + l,s Term " ) , unless otherwise soone be extended by the COUNTY for a maximum of three ( 3 ) years ( " Extension Ternr I I decision to exercise an extension option for the Extension Term shall be at tl i ; discretion of the County . The Consultant shall be notified in writing of the it h . , t I , ) extend the Agreement at least ninety ( 90 ) days before the expiration of this Agra . ; I , The Extension Term , if any , is subject to sooner termination in accordance will i terms of this Agreement . 4 . 2 The time for completion of each Project shall be defined in til + Order . 5 . COMPENSATION . 5 . 1 The COUNTY shall pay to the Consultant a mutually agreed rlpt , i , sum or maximum amount nomo- exceed professional fee for each task in lhi vvi , l k Order , to be paid in monthly installments or on a deliverable basis , all as set tt } M ; II a Work Order . Duly certified invoices , in triplicate , phased as per the Work Ordh : , ll be submitted to the County Project Manager , in detail sufficient for proper pr ( 11 oIt and post payment audit . Upon submittal ofaroper thereofvhave oict beeno s t � � l q i + �; i DIY Manager will determine if the tasks portions completed . Upon a determination oadetiAllctarme tsportsenrvices shall b�� � + Is . , i� lft � Sto Manager will authorize payment to be m p Y the Consultant by the COUNTY in accordance with the Local Government s ' ItiilIlpt Payment Act , as may be amended from time to time ( Section 218 . 70 , Florida et seq . ) . 561 . 1 The Consultant shall include on the invoices any identifiable t , , I t in , meals and lodgings , taxi fares and miscellaneous travel - connected exp , i 2 for Consultant' s personnel subject to the limitations of F . S . section 112 . 061 , tie amended from time to time . Travel expenses , if any , shall not be on a direct. l ; , i t . + ; is by the COUNTY . Notwithstanding the foregoing , the Consultant acknowlc ) + i , = ted agrees that it will not be reimbursed for any travel within Indian River County .. t - , , l : s ° ter 6 Services UCP #2 20\Continuing Contract 2011 \C nsultanttAgreements\CDM Contract Agreement- Rev o1 doclny L , a Consultant arrives from outside of Indian River County , and where a Cont > c � ` l maintains an office in Indian River County . 501 . 2 The COUNTY shall make direct payment of all permit fees it regulatory agencies for approvals directly attributable to foe Services const uctd' er the r7tl i These permit fees do not include those permits required 5 . 2 The COUNTY may at any time notifythe ttheof rCOUNTY cell � .I , to the Services under an existing Work Order , and thereupon Consultant shall execute a mutually agreeable amended Work Order or a new Order . 5 . 3 The COUNTY shall have the sole Work Order eatrany time and ih w in part , any portion of the Services under anyand reason , upon written notice to the Consultant hallspecifyinge a dde for thee Services lt � li ft reduction . In such event , the Consultant shall p performed and also for the Services remainingtothis Agreementbe done s not recltr i c eliminated , upon submission of invoices as setforth 5 . 4 The COUNTY may , at any time and for any reason , direct the Cot ; � j . , iA to suspend Services , in whole or in part under this Agservices shall be reement . Such direction � ': : : ' _ � � , ; � in writing , and shall specify the period during which specified , or upon such stop [ ) ( tf s Consultant shall resume its Services upon the da as the COUNTY may thereafter specify in writing . Wheexcess ofthe Us x ( 6 ) rT10tl1i ' ` yi ' e the services under this Agreement for a period in be stlt ; s lO le compensation of Consultant for such suspended Services may by the COUh1 modification . The period during hicke of the this AgreServlementces e stopped be added to the time of pe 6 . ADDITIONAL WORK . 6 . 1 If services in addition to the Services provided hereunder are + Or desired by the County in connection with the Project , the COUNTY may , < t � Is � st , Ile of this option of the COUNTY : separately obtain same outside orb a Agreement , const i � f ' : py Ich p the Consultant to provide , either directly by the Consultant additional services by a new Work Order or by a written amendment to a spc � . ' > � �'w � � rk Order . 7 . INSURANCE AND INDEMNIFICATION . ilas 7 . 1 The Consultant shall not commencement and ork on tsuch his Agreement nsuranntcs i lien obtained all insurance County ' s Risk Managers equired under this Agree approved by the Y 7 F : AUtilities\UTIL. ITY - EngineeringAProjects - Utility Construction Permits\IRC - Water and Wastewater Continuing Services UCP #2020\Continuing Contract 2011 \Consultant Agreements\CDM Contract Agreement- Rev 1 doc 7 . 2 Consultant shall procure and maintain , for the duration of this Agrecsi l � t the minimum insurance coverage as set forth herein . The cost of such insuranck i ii be included in the Consultant' s fee : 7 . 2 . 1 Workers ' Compensation : Workers ' Compensation as required hi State of Florida . Employers ' Liability of $ 100 , 000 each accident , $ 500 , 000 ( 11 , , policy limit , and $ 100 , 000 disease each employee . 7 . 2 . 2 General Liability : commercial general liability coverage , irtc is contractual liability and independent contractor , with a minimum combined single It , 11f $ 100 , 000 per occurrence and personal injury coverage of $ 50 , 000 7 . 2 . 3 Business Automobile Liability : owned , hired , and non -owned vehicl ,. d minimum combined singlebodilmit of $ 100 , OUO per occurrence and in ' ur and property damage for owned and � l ortd coverage of $ 50 , 000 fo Y injury vehicles . 7 . 2 . 4 Professional Liability Insurance : providing coverage for negligetil i : . errors , or omissions committed by Consultant with a limit of $ 1 , 000 , 0 ( ) ' ' ( ; t claim/annual aggregate . This insurance shall extend coverage to loss of ir, ( ' ' I ' ( earning , profit , use , and business interruption , cost of replacement power , special , indirect , and consequential damages . 7 . 3 Consultant' s insurance coverage shall be primary . 7 . 4 All required insurance policies shall be placed with insurers licenst A i business in Florida and with a Best ' s rating of A VII or better . 7 . 5 The insurance policies procured shall be occurrence forms , not SII , ti made policies with the exception of professional liability . 7 . 6 A certificate of insurance shall be provided to the County ' s Risk rJ % I1 141+ 4 for review and approval , ten ( 10 ) days prior to commencement of any work m o k ll ) , Agreement . The COUNTY shall be named as an additional insured on all i , it s except workers ' compensation and professional liability . 7 . 7 Should any of the policies be cancelled before the expiration ! 1 . ( d) notice will be delivered in accordance with the policy provisions . Engineer shAl ( > > le Notice to Owner at any time Engineer becomes aware of any cancellation or change in the above insurance policies . 7 . 8 Consultant shall include all sub-consultants as insured under its p , i ; , or shall furnish separate certificates and endorsements for each sub - consult u l II coverages for sub - consultants shall be subject to all of the requirements stated I 8 Services UCP #2 20\Cont nu ng' Contract 20111 \Conility sultanttion Permits\IRC - Water and Wastewater ng cine Agr a ents\CDM Contract Agreem nt Reu 2 doc Se 7 . 9 The COUNTY , by trough its Risk Manger reserves t1w periodically to review any and llnpoliches of insurance and aeasonaby to adltl limits of coverage required hereunder , from time to time throughout the term t Agreement . In such event , the COUNTY shall provide the Consultant with s ( : l written notice of such adjusted limits and Consultant shall comply within thirty ( 30 of receipt thereof . The failure n bultantConsultant shal provide groundsadditional to m sat on ( lri :` i constitute a default by Co Agreement by the COUNTY . 7 . 10 The Consultant shall indemnify and hold harmless the COUNTY , II , , officers and employees , from liabilities , damages , losses , and costs , including , hm III ! limited to , reasonable attorneys ' fees , to the extent caused by the necjll + I ; . recklessness , or intentionally wrongful conduct of the Consultant and other p I employed or utilized by the Consultant in the performance of this Agreement . 8 . TERMINATION . 8 . 1 This Agreement may be terminated : ( a ) by the COUNTY , for any ri l upon thirty ( 30 ) days' prior written notice to the Consultant ; or ( b ) by the Consult , 110 11 , i any reason , upon thirty ( 30 ) days ' prior written notice to the COUNTY ; or mutual Agreement of the parties ; or d ) as may otherwise be provided below li il1 event of the termination of this Agreement , any liability of one party to the other , si l , ii h j out of any Services rendered , or for any act or event occurring prior to the terrrtlr iiIt ) ! shall not be terminated or released . 8 . 2 In the event of termination by the COUNTY , the COUNTY' s sole ohli , I , Al. , I I to the Consultant shall be payment for those portions of satisfactorily completc � 1 {. previously authorized by approved Work Order . Such payment shall be determ the basis of the hours of work performed by the Consultant , or the percentage complete as estimated by the Consultant and agreed upon by the COUNTY ul , iii time of termination . In the event of such termination , the COUNTY may , without ; ; , or other obligation to the Consultant , elect to employ other persons to perform tt1 or similar services . 8 . 3 The obligation to provide services under this Agreement w iv I > <' terminated by either party upon seven ( 7 ) days pa�cordatnce with the terrrl � , ft � �illls substantial failure by the other party to perform Agreement through no fault of the terminating party . 8 . 4 In the event that the Consultant merges with another company , ► > > 1I s { s a subsidiary of , or makes any other substantial change in structure , the C ' r .► i Y reserves the right to terminate this Agreement in accordance with its terms . 8 . 5 In the event of termination of this Agreement , the Consultant , � to surrender any and all documents prepared by the Consultant for the CC? t H, i I ' ' in connection with this Agreement . 9 lices UCP #2020\Cont suing Contract utility Construction Continuing act 2011 \C nsultantAgree ents\CDM Contract Agreement- Rev 2 doc Services C. 8 . 6 The COUNTY may terminate this Agreement for refusal by the Coil . ; w ; to allow public access to all documents , papers , letters , or other material subject ; ; i „ provisions of Chapter 119 Florida Statutes and made or received by the Consult , d conjunction with this Agreement . 8 . 7 The COUNTY may terminate this Agreement in whole or in part Consultant submits a false invoice to the COUNTY . 9 . TRUTH -IN - NEGOTIATION CERTIFICATE • CONTINGENCY FEES . 9 . 1 Execution of this Agreement by the Consultant shall act as the e ( ( of a truth - in - negotiation certificate certifying that the wage rates and costs tl determine the compensation provided for in this Agreement are accurate , comp ) + ' a l current as of the date of the Agreement and no higher than those chard ( , t I mer for the same or substantially similar servi ( : ( � Consultant' s most favored custo costs shall be adjusted to exclude any significant sums she � ui ; t s i it wage rates and COUNTY determine that the wage rates and costs were increased due to inae < _ � , t , incomplete or noncurrent wage rates or due to inaccurate representations of ft t l i � t to outside consultants . The COUNTY shall exercise its rights under this " Certir , 3 df within one ( 1 ) year following final payment . COUNTY has the authority and ilii it 1 audit Consultant' s records under this provision . The COUNTY does not hereby4 . oi ; , any other right it may have pursuant to Section 287 . 055 , Florida Statutes , as it It € ; from time-to-time amended . 9 . 2 Pursuant to the Consultants ' Competitive Negotiations Act , F . S tit It 287 . 055 , the Consultant warrants that it has not employed or retained any coral ) , it ! %Vf person other than a bona fide employee working solely for the Consultant to � ; _ , ii , it1 ; r secure this Agreement and that it has not paid or agreed to pay any company of i i I t other than a bona fide employee working solely for the Consultant any fee , con ill percentage fee , gifts or any other considerations , contingent upon or resulting It 2i is it award or making of this contract . For breach of violation of this provision , the C ( 1 � ! shall have the right to terminate this Agreement without liability and , at its disc . deduct from the contract price , or otherwise recover , the full amount of lAo it t , commission , percentage , gift , or consideration . 10 . MISCELLANOUS PROVISIONS . 10 . 1 Independent Contractor . It is specifically understood and ackrlov . I ' , ; t t ° d by the parties hereto that the Consultant or employees or subconsultantk , tie Consultant are in no way to be considered employees of the COUNTY , independent contractors performing solely under the terms of the Agreemel } t i I , , ,t otherwise . 10 . 2 Merger Modification . This Agreement incorporates and include and contemporaneous cable gotthe matters contained ed herein anrd the E partes , tl�� ii � + tt ' � � , It understandings app 10 Services UCP #2 20 Cont suing Contract 20111 \Consultantility tAgr ements\CDM ContContinuing Coll Contract Agreement Re 1 doc Se vc there are no commitments , agreements , or understandings of any nature what t concerning the subject matter of the Agreement that are not contained in this dot i it Accordingly , it is agreed that no deviation from the terms hereof shall be predl ( lit { � upon any prior or contemporaneous representations or agreements , whether I < < written . No alteration , change , or modification of the terms of this Agreement valid unless made in writing and signed by the Consultant and the COUNTY . 10 . 3 Governing La) This Agreement , including all attachments I1 { shall be construed according to the laws of the State of Florida . Venue for any 1 1 ... .: t i1 brought by either party against the other party or otherwise arising out of this Agrf � i 1' t== 1 shall be in Indian River County , Florida , or , in the event of federal jurisdiction ; 11 United States District Court for the Southern District of Florida . 10A Remedies ; No Waiver . All remedies provided in this Agreement sl E . 111 I it deemed cumulative and additional , and not in lieu or exclusive of each other or 11 other remedy available to either party , at law or in equity . Each right , pow ( ; t i remedy of the parties provided for in this Agreement shall be cumulative and coat and shall be in addition to every other right , power or remedy provided for , , ; 1111 Agreement or now or hereafter existing at law or in equity or by statute or othc 1 �,- ,; t , The failure of either party to insist upon compliance by the other party with 11if obligation , or exercise any remedy , does not waive the right to so in the ev ( iw : I ; + continuing or subsequent delinquency or default . A party ' s waver of one Oi defaults does not constitute a waver of any other delinquency or default . If (emir ; ii action or other proceeding is brought for the enforcement of this Agreement or hi r „ i of an alleged dispute , breach , default or misrepresentation in connection will , Illy provisions of this Agreement , each party shall bear its own costs . 10 . 5 Severability . If any term or provision of this Agreement or the apijhl . : 11I ) rt thereof to any person or circumstance shall , to any extent , be held ir1v , t . . i jr unenforceable for the remainder of this Agreement , then the application of such f r provision to persons or circumstances other than those as to which it is held it i o I tr unenforceable shall not be affected , and every other term and provision tri ! iw ; Agreement shall be deemed valid and enforceable to the extent permitted by law 10 . 6 Availability of Funds . The obligations of the COUNTY orris i11c > Agreement are subject to the availability of funds lawfully appropriated for its poll i Y the Board of County Commissioners of Indian River County . 10 . 7 No Pledge of Credit . The Consultant shall not pledge the Cot i1 1 I Y s credit or make it a guarantor of payment or surety for any contract , debt , cit i judgment , lien or any form of indebtedness . 10 . 8 Public Records . The Consultant shall comply with the prove , , , , i , ' . < �f Chapter 119 , Florida Statutes ( Public Records Law ) in connection with this Agri # i , 1i 111 11 Services UCP #2 20\Continuing Contract 1Constructioncts - Utility act 2011 \Consu tantAgreements\CDM Contract Agreement R vot tdoc' ng C, ; , 10 . 9 Notices : Any notice , request , demand , consent , approval , or communication required or permitted by this Agreement shall be given or nl ; writing and shall be served , as elected by the party giving such notice , by any ; i following methods : ( a ) Hand delivery to the other party ; ( b ) Delivery by conutl overnight courier service ; or ( c ) Mailed by registered or certified mail ( postage pI ( , I return receipt requested at the addresses of the parties shown below : County : Indian River County Attn : Attn : Michael Hotchkiss , P . E . 1801 27th Street Vero Beach , FL 32960- 3365 Facsimile : ( 772 ) 770 - 5143 Consultant : Camp Dresser & McKee , Inc . Attn : Eric Grotke , P . E . 1701 Highway A- 1 -A , Suite 301 Vero Beach , FL 32963 Notices shall be effective when received at the address as specified Facsimile transmission is acceptable notice effective when received , provided , llovvi ,J , � i that facsimile transmissions received ( i . e . , printed ) after 5 : 00 p . m . or on weeks holidays , will be deemed received on the next day that is not a weekend d ( k.li . holiday . The original of the notice must additionally be mailed . Either party may c i ,: its address , for the purposes of this section , by written notice to the other party ii , Ji 11 itl accordance with the provisions of this section . 10 . 10 Survival . Except as otherwise expressly provided herein , each ohl1 i itli d I in this Agreement to be performed by Consultant shall survive the termin , , ili d ; Iii expiration of this Agreement . 10 . 11 Construction . The headings of the sections of this Agreement are purpose of convenience only , and shall not be deemed to expand , limit , or mc41 i1i . provisions contained in such Sections . All pronouns and any variations thereon , i 1 . i i , t deemed to refer to the masculine , feminine or neuter , singular or plural , as the ii i , . 1 it fly of the party or parties may require . The parties hereby acknowledge and agit _ 0I each was properly represented by counsel and this Agreement was negoti (ellikii drafted at arm ' s- length so that the judicial rule of construction to the effect th . 11 1 . 11 document shall be construed against the draftsperson shall be inapplicablf Agreement 10 . 12 Counterparts , This Agreement may be executed in one i counterparts , each of which shall be deemed to be an original copy and all i i ; i 11 shall constitute but one and the same instrument . 12 F : \Utilities\UTILITY Engineering\Projects - Utility Construction Permits\IRC - Water and Wastewater Continuing Cons . Services UCP #2020\Continuing Contract 2011 \Consultant Agreements\CDM Contract Agreement- Rev 1 . doc IN WITNESS WHEREOF the parties hereto have executed this Agreemcttl the date first written above . Consultant : ( insert name ) INDIAN RIVER COUNTY By its Board of County Commission ( 41 By By Misfe " s •.. • � Gary C . W eler . Chairman /�yF9; Printed nam : i r' � ,�•, Title : 6900 ice- � * Date Approved by BCC : 1 2 / 06 / lxi't: _ Date _ t 8 1 t ° ,r Attest : K rton , C00 0000 wo y - Deputy Cler Approved : tproved ird nistrator to form and legal sufficiency : ACanP ackwich Count mey 13 F : \Utilities\UTILITY - Engineering\Projects - Utility Construction Permits\IRC - Water and Wastewater Continuing Con l Services UCP #2020\Continuing Contract 2011 \Consultant Agreements\CDM Contract Agreement- Rev 1 doc Exhibit 1 List of potential Public Works , SWDD , Utilities- Major and Utilities- Minor project categori ( i � Capital Improvement Projects ( CIP ) . • Operating and Maintenance Projects ( O & M ) . • Miscellaneous General Plant- related and Landfill - related Engineering Servi ( Budgetary and process/operating cost analysis projects . Hydraulic & Sewer/Water Quality Modeling . Permitting and Regulatory Assistance . • Grant Writing & Funding Analysis . • Subsurface Soils Exploration in Conjunction with Engineering Design Prol ( ' i • Surveying , Mapping , GIS and GPS Services in Conjunction with Engiiwl , l if a Design Projects . Survey Construction Layout . Sketch and Legal Descriptions , Site Work including Stormwater Design . • Structural , Mechanical , Electrical and Instrumentation Services Wastewater and RO Water Design and Distribution Capital Estimates Environmental Impact Assessments • Biological Survey • Archaeological Survey • Solid Waste Class 1 Landfill Design , Construction and Operation t' Closure Permits . • Solid Waste Groundwater Monitoring Permits , Contamination Asses Biennial Reports , Groundwater Contour Mapping , and Remedial Action PI , , I i • Solid Waste Stormwater Management Permits to include any Required Wt 11 a s Studies or Mitigation Determinations . • Solid Waste Annual Financial Reports Enhancement Projects ( Sidewalks , Landscaping and Irrigation , etc . ) . Roadway Design and Permitting . • Roadway Intersection Improvement Design and Permitting . Traffic Signage and Pavement Marking Design . Traffic Signal Design . Maintenance of Traffic ( MOT ) Plans . Stormwater Improvement Design and Stormwater Drainage Calculations And other Engineering Tasks as Directed by the Director of Utility St l ; g ; Director of Public Works and Director of Solid Waste . Bridge Design . The work on the foregoing projects may occur at any time within the five ( 5 ) yeiii Jipjj Capital Improvement Program , including but not limited to the following referent ( : , , . l 14 F ' \Utilities\UTILITY - Engineering\Projects - Utility Construction Permits\IRC - Water and Wastewater Continuing Cons , n . Services UCP #2020\Continuing Contract 2011 \Consultant Agreements\CDM Contract Agreement- Rev 1 . doc • Capital Project List of 2011 ( or latest . ) for Utilities , Solid Waste and Public; Departments . • Capital Projects as outlined in the Utility Master Plan prepared by Post , Bill ; Shuh and Jernigan ( PBS &J ) Inc . dated December 2004 . • Capital Project as outlined in the Solid Waste Disposal District prepared h Schafer & Associates ( NS &A ) Inc . dated 2007 . Water , Wastewater Treatment Facilities , Solid Waste Treatment Facilities . Works Capital Projects , Renewal & Replacement ( R & R ) Projects with anti ( i , construction costs in excess of two million dollars . • Water & Wastewater Treatment Facilities Capacity Enhancement Project m . rii anticipated construction costs in excess of two million dollars . Waster Distribution / Wastewater Collection R & R projects with anti , i . ) . , , ; : i constructions costs in excess of two million dollars . And other projects as approved by the Board of County Commissioners , 15 F : \ Utilities\UTILITY - Engineering\Projects - Utility Construction Permits\IRC - Water and Wastewater Continuing Con !. In Services UCP #2020\Continuing Contract 2011 \Consultant Agreements\CDM Contract Agreement- Rev 1 . doc CDM Exhibit 2 SCHEDULE OF HOURLY BILLING RATES CATEGORIES PROFESSIONAL SERVICES Senior Officer $ 210 Officer $ 200 Associate $ 190 Principal $ 180 Senior Professional $ 150 Professional II $ 130 Professional 1 $ 100 PROFESSIONAL SUPPORT SERVICES Senior Support Services : $ 120 Staff Support Services $ 85 FIELD SERVICES Senior Professional $ 105 Professional $ 80 PROJECT SUPPORT SERVICES Project Administration $ 85 All subconsultant and other project related expenses are subject to a minimum handling/ administrative charge of 10 percent . RATES EFFECTIVE THROUGH DECEMBER 31 , 2012 16