Loading...
Agenda 01/08/2013 Item #10S Patricia L. Morgan From: BrockMaryJo <MaryJoBrock @colliergov.net> Sent: Friday, January 04, 2013 2:44 PM To: Klatzkow, Jeff; Marcella, Jeanne; Puig, Judy;Alonso, Halley; Pochopin, Pat;Jacobs, Susan; Lehnhard, Pat; Curran,Janet; Minutes and Records Subject: FW: Executive Summary/Back Up Item 10S January 8, 2013 BCC Agenda Attachments: 4b_H&M Contract 08-5124.pdf; 2_Turrell WO 1-13CIam Pass (2).pdf; 3a_ABB Purchase Order.pdf; 3b_ABB_Proposal.pdf; 3c_ABB_WorkOrder.pdf;4a_H&M Proposal.pdf; 1 _Executive Summary (5).doc; BCC January 4 2013 Memo Add On Items to January 8 2013 Agenda.docx Importance: High FYI, thank you, MJ Mary-Jo Brock - Executive Assistant to Leo E. Ochs,Jr. - County Manager's Office maryjobrock @colliergov.net 239.252.8364 please consider the environment before printing this email From: BrockMaryJo Sent: Friday, January 04, 2013 2:37 PM To: DLCOMM; DL_BCCSEC Subject: Executive Summary/Back Up Item 10S January 8, 2013 BCC Agenda Importance: High Good afternoon, Attached please find the second of two e-mails with reference to additions to Tuesday's BCC agenda. This e-mail is in reference to Item 10S-which as indicated on the agenda index the executive summary and back-up material would be submitted as an add-on. Hard copies have been delivered to your Executive Aides. Thank you, MJ Mary-Jo Brock - Executive Assistant to Leo E. Ochs,Jr. - County Manager's Office maryjobrock@colliergov.net 239.252.8364 please consider the environment before printing this email t;nder onda(avd,o, rnmt idly: se a°{0 a..b a. e,,rd e 'f:r;a de not vt..n,}.i.ar.d €n+cd-;too rse ti 3 puh E.. cooed au lot.,r,n i is°i.:,tru l.0 n t-fl,to the entity nsrc:ni7,t,iniedt th e J fi.:'by tole pht,ari n1 in w nti,k 1 Co liter County Office of the County Manager MEMO Date: January 4, 2013 To: Board of County Commissioners From: Leo E. Ochs, Jr., County Manager Subject: January 8, 2013 Agenda Add-On Items Attached are two additions to the January 8, 2013 BCC meeting agenda: Item 10S: Recommendation to approve agreements for planning, permitting, and engineering services related to Clam Pass and approve associated budget amendments. (Commissioner Hiller) (The Executive Summary and back-up materials for this item will be submitted as an Add-On Item to the agenda, subject to Board of County Commission approval.) Item 16K4: Recommendation to authorize a representative of the County Attorney's Office to bid on eight parcels on behalf of the County at code enforcement lien foreclosure sales scheduled by the Clerk in the case stytled Board of County Commissioners of Collier County v. Henry J. Tesno, et al., now pending in the Circuit Court of the Twentieth Judicial Circuit, in and for Collier County, Florida, Case No. 11-904-CA. (County Attorney's request) Item 10S January 8, 2013 EXECUTIVE SUMMARY Recommendation to approve agreements for planning, permitting, engineering services and construction phase services related to Clam Pass and approve associated budget amendments. OBJECTIVE: To authorize the necessary agreements with consultants and budget amendments to prepare for the immediate dredging of Clam Pass once all final permits have been issued. CONSIDERATIONS: The Board of County Commissioners on January 8, 2013 (Item 10R) declared the recent closure of Clam Pass to constitute a valid public emergency requiring dredging the pass as soon as practicable. On December 11, 2012, Item 10AC, the Board directed Turrell, Hall & Associates to prepare a work order under contract 10-5571 to update the existing Clam Bay Management Plan and return to the Board at the next meeting. Staff received, reviewed and approved the attached work order from Turrell, Hall & Associates for $28,000 per Board approved contract 10-5571. Additional services related to the emergency dredging at Clam Pass, include a Pelican Bay Services Division (PBSD) staff approved purchase order for surveying services to Agnoli, Barber and Brundage for $18,400 under Competitive Consultant Negotiation Act (CCNA) competitive solicitation and contract 09-5262. Pelican Bay Services Division staff is also requesting the approval of a purchase/work order with Humiston and Moore for $76,360 to finalize permit plans, complete construction drawings and provide construction phase services for the dredging of Clam Pass. County staff and Humiston and Moore agree that the terms and hourly rates of this emergency engagement are to be consistent with those agreed to under contract 08-5124 Pursuant to Florida Statute 287.055 (3) (a) (1), the CCNA provisions for the procurement of professional services may be waived if a valid public emergency has been declared. The Board's Purchasing Policy XXI and VA 3 and 4 provides for the declaration of an emergency and the waiver of competition to procure the necessary services to respond to that emergency. FISCAL IMPACT: The quoted cost for planning, permitting, engineering services and construction phase services related to the emergency dredging of Clam Pass is $122,760. The estimate can be broken down as follows: Permit& Construction Inlet&Bay Construction Phase Firm Name Permitting Mgt. Plan , Drawings Services Surveying Total Source of Funds (195) (320) (195) (195) (195) Turrel Nall &Associates 16,000 12,000 28,000 Agnoli, Barber&Brundage 18,400 18,400 Humiston and Moore 23,650 52,710 76,360 Total 122,760 Item 10S January 8, 2013 Presently the Turrell, Hall & Associates work order in the amount of$28,000 for dredge permitting and updating the Inlet and Bay Management Plan is funded from the Pelican Bay Services Fund (320). As shown above, a portion of the work is eligible for Tourist Development Tax (TDT) funding and is proposed to be reallocated to TDC Fund (195) once sufficient budget is established. The Agnoli, Barber and Brundage and Humiston and Moore work orders for surveying and engineering and construction phase services are eligible for Tourist Development Tax funding. Staff is recommending a budget amendment be processed in TDC Beach Renourishment Fund (195) moving $110,760 plus a 5% contingency allowance from reserves into a funded program for Clam Pass Dredging and that the eligible component of the Turrell, Hall & Associates work order be moved from Pelican Bay Services Fund (320) to the newly established Clam Pass Dredging project in Fund (195). Dredging costs are not included in this executive summary. GROWTH MANAGEMENT IMPACT: None. LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney. This item is in essence a companion item to Agenda Item 10-R. Item 10-R requests that "the Board of County Commissioners declares the recent closure of Clam Pass to constitute an emergency situation, requiring dredging the pass as soon as practicable; that in furtherance of this the Board directs the County Manager to obtain pricing information for this project from at least two prospective vendors, including any potential vendors with dredges already operating off the west coast of Florida, and that the County Manager negotiate and enter into an Agreement with the apparent low bidder, subject to ratification by the Board, preferably at the next Board meeting." The services requested by this Executive Summary are necessary for the dredging requested in Item 10-R. The public announcements and qualification procedures required by the Consultant's Competitive Negotiation Act do not apply "in cases of valid public emergencies certified by the agency head." Accordingly, this item is legally sufficient provided that the Board declared the emergency as requested in Item 10-R, and requires majority support for approval. —JAK RECOMMENDATION: That in furtherance of the Board's declared emergency for the dredging of Clam Pass and in accordance with Florida Statute 287.055 (3 (a) 1) and the Board's Purchasing Policy XXI and VA 3 and 4, the Board approves the PBSD staff initiated work orders to Turrell, Hall & Associates for $28,000 per Board approved contract 10-5571 and the surveying services related to Clam Pass to Agnoli, Barber per Board approved contract 09-5262; approves the purchase/work order to Humiston and Moore to complete the planning, permitting, engineering and construction phase services related to Clam Pass consistent with the terms and rates of contract 08- 5124; and approves all associated budget amendments. SUBMITTED BY: Commissioner Georgia Hiller, District 2 Attachments: 1. Turrell, Hall & Associates Work Order 2. Executed Purchase Order, Proposal and Work Order to Agnoli, Barber and Brundage 3. Proposed Work Order for Humiston and Moore 4. Contract Terms and Rates 08-5124 WORK ORDER/PURCHASE ORDER# CONTRACT# 10-5571 CLAM PASS JOINT COASTAL PERMIT AND INLET&BAY MANAGEMENT PLAN UPDATE January 3,2013 Turrell,Hall&Associates, Inc. (THA)is pleased to provide this scope of work to Collier County via the Pelican Bays Services Division(PBSD). The purpose of this scope is to outline professional environmental permitting services to the PBSD for the dredging of Clam Pass. The work proposed will be conducted wider Contract Number 10-5571 by THA and our subcontractor,Humiston and Moore Engineers. Based on recent telephone conversations with the federal permitting agencies (USACE and FWS), our understanding is that a new permit application will need to be submitted to the USACE with updated project conditions and further permit coordination may be required with FWS to complete the Biological Opinion for the project. Scope of Work TASK I: PERMITTING a) Permit Drawings: THA will coordinate updated permit drawings at the direction of the Pelican. Bay Services Division (PBSD) for the dredging of Clam Pass. The permit exhibits will be based on updated hydrographic and beach profile data to be collected in January 2013 and on the most recent benthic resources surveys conducted in August 2012. b) DEP Permitting: H&M will coordinate with the staff of the DEP to update the existing DEP JCP permit(no. 0296087-001-JC)as needed with the updated exhibits. This will include filing of permit modification on behalf of Collier County and meeting with the DEP staff c) DEP Mixing Zone Variance:H&M will prepare and submit a mixing zone variance request to DEP for the proposed dredging activity. d) USACE Permitting:THA and H&M will coordinate with the staff of the USACE to complete their review of the project(No. 0296087-001-JC) as needed based on the updated exhibits. This will include filing a new permit application on behalf of Collier County, meetings with the USACE staff, and responses to commenting parties as a result of the new application. e) USFWS and NMFS Coordination: THA will provide information to and coordinate with these agencies relative to their species and habitat guidelines.We will provide a technical review of the draft Biological Opinion from the FWS including an engineering evaluation by H&M (under a separate scope) of the project design. Attendance at two meetings with these agencies is included in the scope. Turrell,Hall&Associates,Inc. The scope does not include provisions for production of detailed environmental documents such as mitigation plans,Environmental Impact Statements,or Biological Assessments that could be requested by the reviewing agencies based on the updated application. We do not anticipate these documents being requested now since they were not requested as part of the previous applications but will still need to verify this once the revised application has been submitted. TASK II: INLET AND BAY MANAGEMENT PLAN UPDATE Inlet and Bay Management Plan Update: THA and H&M will prepare the framework for an updated management plan for the Clam Pass and Bay system. • H&M will prepare exhibits and supporting documentation relative to the design configuration of Clam Pass dredging for inclusion into the Plan. • THA will coordinate stakeholder input into the plan through three efforts. An initial call for written input from stakeholders and interested parties will be used to determine goals and objectives for the Plan. A workshop will be held once the framework for the plan has been completed to collect written and oral comments. A final workshop will be held once the Plan has been drafted and prior to being finalized. • THA will prepare documentation necessary for stakeholder input including initial invitation letter to participate,Plan outline,and Plan Draft. • THA will coordinate with the State and Federal permitting and review agencies as needed during the formulation of the Plan. Baseline information already available will be incorporated into Plan elements however; additional field data collection(such as fish and bird surveys) is not included in this scope. This scope does not include services for responding to legal objections,preparing for expert testimony,or preparing for litigation associated with the project. If necessary,these services will be provided under a separate agreement with the County. Schedule The above scope is based on a 75 day schedule. Creation of the permit exhibits and submittal of the updated application to the DEP and USACE will take place within 10 days of approval to proceed. Subsequent coordination with the permitting agencies will be done as quickly as possible based on the agency's review times and comment periods. Coordination of the Management Plan will be done concurrently with the permitting. The initial invitation to participate will be sent out within 7 days of the notice to proceed. Management ,Plan outline and preliminary exhibits will be available for the first stakeholder workshop within 35 days of the invitation. Draft Plan will be available for the second stakeholder meeting within 35 days of the first stakeholder meeting. Turrell,Hall&Associates,Inc. Budget Compensation for the above scope of work will be based on charges as described in Exhibit"A"and will not exceed the amount listed without approval from PBSD. .$28,000.00 Accepted By: ,--- -- ci6.,_ 83 <71e,t3 Tim Olfy C.Hall,Vice President Date Turrell,Hall&Associates,Inc. Ay Approvpity: , ...---,,- ---2 ,./..---.....5-' Kyle Lukasz, Operations Mkiager Date Pelican Bay Services Division Turrell,Hall&Associates,Inc. WORK ORDER/PURCHASE ORDER# CONTRACT# 10-5571 CLAM PASS JOINT COASTAL PERMIT AND INLET& BAY MANAGEMENT PLAN UPDATE January 3,2013 Exhibit "A" Scope of Services: PERMITTING Task I a.—Permit Drawings $2,350.00 Task I b. —DEP Permitting $2,500.00 Task I c.—DEP Mixing Zone Variance ...$1,300.00 Task I d.—USACE Permitting $6,000.00 Task I e. —USFWS and NMFS Coordination .$3,850.00 MANAGEMENT PLAN Task II—Inlet and Bay Management Plan Update $12,000.00 Total Services ..$28,000.00 Turrell, Hall & Associates, Inc. • Send all Invoices to: Collier County Board of County Commissioners ot.i., Collier County Board of County Commissioners Purchasing Department Attn:Accounts Payable Phone:239-252-8407 • 5 3299 Tamiami Trl E Ste 700 Fax: 239-732-0844 r,. • y Naples FL 34112-5749 Tax Exempt:85-8012621830C-2 or S' OR email to:bccapclerk @collierclerk.com Purchase Order number must appear on all related correspondence,shipping papers and invoices: Vendor# 100090 Purchase order AGNOLI BARBER&BRUNDAGE INC PC Number 4500141746 Date 12/21/2012 ATTN:D BRUNDAGE 7400 TAMIAMI TRAIL N,STE 200 Contact Person Pelican Bay Div NAPLES FL 34108-2599 Telephone 239-597-1749 Fax 239-597-1749 Please deliver to: PELICAN BAY SERVICES DIVISION Delivery Date: 09/30/2013 STE 605 801 LAUREL OAK DR NAPLES FL 34108 Terms of Payment Net 30 Days Currency USD item Material Description Order Qty Unit Price Per Unit Net Value 00010 Clam Pass Annual Survey 1 each 18,400.00 18,400.00 Release order against contract 4600002829 Item 00010 the berm Total net value excl.tax USD 18,400.00 VENDOR Terms and Conditions The VENDOR agrees to comply with all Purchase Order Terms and Conditions as outlined on the Collier County Purchasing Internet site: http://www.colliergov.neUlndex.aspx?page=762(revision date 01/22/2008),including delivery and payment terms.Further the VENDOR agrees to: 1. Provide goods and services outlined in this Purchase Order with the prices,terms,delivery method and specifications listed above. 2. Notify department Immediately if order fulfillment cannot occur as specified. 3. Send all invoices to: Collier County Board of County Commissioners Attn:Accounts Payable 3299 Tamiami Trl E Ste 700 Naples FL 34112-5749 OR email to:bccapclerk @collierclerk.com The Purchase Order is authorized under direction of Collier County Board of County Commissioners by: \` r ` 'Th Joanne Markiewicz,General Services/Purchasing Director Printed 01/03/2013 @ 10:29.12 320-183800-631400-51100.1 Page 1 of 1 AGNOLT BARBER & kBRUNDAGE, INC moo Tari,x3,m ' f� N,(, r;t, s .' . � � ! h`�1) : P# 34§,)P December 20, 201.2 Mr. Kyle Lukasz Pelican bay Services Re: Clam Pass Annual Monitoring, Collier County, Florida ABB PN 12-1000-GPA/106 Dear Kyle: We are pleased to submit the following proposal for Professional Surveying Services on the above referenced project. Clam Pass Annual Monitoring: 1) We shall perform bathymetric monitoring of Cut 4 at Clam Pass from profile station 0+00 thru 18+00 forty two (42) cross sections. 2) We shall perform bathymetric monitoring of Cut 4 at Clam Pass from profile station 18+27 thru 36+00 twenty (20) cross sections. 3)We will survey beach profiles extending from 100 feet landward of the vegetation line seaward to wading depth at the four(4) DNR monuments north of the inlet and three (3) monuments south of the inlet, plus one (1) intermediate beach profile. This would include DNR reference monuments R-38 through R-44 a total of eight (8) profiles. The profiles will be taken along the same azimuth as the State DEP profiles. 4)We shall obtain profile elevations at 10'intervals ±,along Stations 0+00 through 3+64.5, from the vegetation line, south through the Staging area.This will include profile elevations at Station 3+30. (See attached drawing.) 5)We shall obtain profile elevations seaward from Sta 0+00, on 50'stations, at 10' intervals, to a depth of -5.0' NAVD. (See attached drawing.) Our final deliverable will be an ASCII file containing raw x, y, and z profile data points to Humiston and Moore. Elevations will be based on NGVD29 Vertical Datum. Our final deliverable will be an ASCII file containing raw x, y, and z profile data points. Coordinates will be based on Florida State Plane 83/90 East Zone Datum. Elevations will be based on NAVD88 Datum. Our fee for providing the above services shall be a lump sum in the amount of $18,400.00. All services will be performed under the terms and conditions specified in the "County- Wide Engineering" Agreement between the Board of County Commissioners, Collier County, Florida and Agnoli, Barber & Brundage, Inc., Contract #09-5262-S. Sincerely, AGNOLI, BARBER & BRUNDAGE, INC. ca guy P. Adams, P.S.M. Vice President of Surveying WORK ORDER Agreement for "County Wide Engineering Services" Contract #09-5262-SSM BCC App 3/9/2010 10.0 This Work Order is for professional engineering services for work known as Clam Pass Annual Survey The work is specified in the proposal dated December 20, 2012,2012 which is attached hereto and made a part of this Work Order. In accordance with the Terms and Conditions of the Agreement referenced above this Work Order is assigned to Agnoli Barber and Brundage,Inc. Scope of Work: Task I I. Perform bathmetric monitoring of Cut o4 at Clam Pass at profile stations 0-00 thru 18 forty two cross sections. 2. Perform bathmetric monitoring of Cut gel at Clam Pass at profile stations 18+27 thru 36+00, twenty cross sections. 3. Survey beach profiles extending from 100 feet landward of the vegetation line seaward to wading depth at the four (4) DNR monuments north of the inlet and three (3) monuments south of the inlet, plus one (1) intermediate beach profile. This would include DNR reference monuments R-38 through R-44 a total of eight (8) profiles. 4. Obtain profile elevation at 10' intervals along Stations 0*00 through 3 64.5, from the vegetation line , south through the staging area. This shall include profile elevations at Station 3,30. 5. Obtain profile elevations seaward from Station 0-00. on 50' stations, at 10" intervals, to a depth of-5.0'NAVD. 5..elledule of Work: Complete work within 90 days from date of the Notice to Proceed authorizing start of work, c_ompensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with the negotiated lump sum or time and material amount provided in the schedule below (if a task is time and material, so indicate and use the established hourly rate(s) as enumerated in Schedule -A" of the Agreement). (List all Tasks) Task I t, 18,400.00 (Lump Sum) TOTAL FEE 18,400.00 Any change within monetary authority of this Work Order made subsequent to final department approval wilite considered an additional service and charged according to Schedule "A" of c Agreement. AUTHORIZED BY: /Kyle I..uk'asz, OpC)814\FLerati s Manager Date ACCEPTED BY: Agnoli3arber,and Brundage, Inc 2/ Author4ed Company Officer <>"' Date rq Type'or Print Name and Title HUMISTON &MOORE 5679 Strand Court 1;7' ENGINEERS 239-594-2021„Voice COASTAL 239-594-2025-Fax ENGINEERING DESIGN AND PERMITTING WORK ORDER/PURCHASE ORDER/4 January 3,2013 Humiston&Moore Engineers(H&M) is pleased to provide this scope of work to Collier County via the Pelican Bays Services Division (PBSD). The purpose of this scope is to outline professional services to be provided to the PBSD for dredging of Clam Pass (Project). The work proposed will be conducted consistent with the terms and rates of Contract Number 08-5124 by H&M. Services include the design, preparation of permit drawings,construction plans,technical specifications and construction phase services. Scope of Work TASK 1: DESIGN, PLANS AND SPECIFICATIONS a) Permit Drawings: H&M will prepare updated design and permit drawings at the direction of the Pelican Bay Services Division (PBSD) for the dredging of Clam Pass. The plans will be based on updated hydrographic and beach profile data to be collected in January 2013 and on the most recent benthic resources surveys conducted in August 2012. 1 b) Construction Plans: Based on direction from the PBSD and the ongoing permitting, H&M will prepare details construction plans for the purpose of obtaining bids and construction the Project. c) Technical Specifications: Based on the final design, regulatory permits and construction plans, H&M will prepare technical specifications for the Project which will be used in conjunction with the Construction Plans in obtaining bids for the Project. These documents will be used by PBSD along with Collier County Contract Documents as part of the contract with the selected Contractor for the Project. Task 2: CONSTRUCTION PHASE SERVICES H&M will provide the necessary support to PBSD based on a time and materials basis as needed throughout the selection of a contractor, negotiating a price for the Project, conducting a pre-construction meeting, conducting construction observation services, on- site permitting compliance monitoring for turbidity and sand QA/QC placement, review of Humiston & Moore Engineers regulatory agencies; conducting construction observation services, on-site permitting compliance monitoring for turbidity and sand QA/QC placement, review of pay requests from the Contractor, post construction certifications and prepare the required post construction report to the regulatory agencies. The costs assume a declaration of emergency order to limit bid qualification and price negotiating with one contractor Schedule The above scope is based on a 50-day construction schedule. Creation of the permit drawings is based on completion of the survey by PBSD, which is underway at this time. Permit drawings for use in coordination with Collier County, the State of Florida Department of Environmental Protection, and the U.S. Army Corps of Engineers, along with the associated state and federal resource agencies such as Florida Fish and Wildlife Conservation Commission (FWC), National Marine Fisheries Service (NMFS) and the Fish and Wildlife Service (FWS), will be prepared within 10 days of receipt of the survey. Construction Plans and Technical Specifications will be completed within 30 days of confirmation of the acceptability of the design from the PBSD, DEP, and USACE.Any subsequent plan changes as deemed necessary will be completed as quickly as possible to avoid any delays in selecting a contractor and negotiating a construction price. Budget Compensation for the above scope of work will be based on charges as described in Exhibit"A"and will not exceed the amount listed without approval from PBSD. $76,360.00, Accepted By: E' 1/3/13 Brett D. Moore, P.E. President Date Humiston & Moore Engineers Approved By: rte" ,'�%' K le Lukasz, Operations lager Date Collier County Pelican Bay Services Division Humiston& Moore Engineers WORK ORDER/PURCHASE ORDER# January 3,2013 Exhibit "A" Scope of Services: Task I: Design, Plans, Specifications (Lump Sum Costs) Task Ia.—Permit Drawings .$5,940.00 Task Ib.—Construction Plans.. $10,090.00 Task Ic. —Technical Specifications $7,620.00 Subtotal for Task I (Lump Sum) $23,650.00 Task II: Construction Phase Services (Time and Materials) Based on 50 Construction Work Days Task IIa.—Bid Review,Pre-constr.Meeting, etc $3,880.00 Task IIb.—Construction Observation,Pay Review .$39,850.00 Task IIIc.—Post Construction Report and Certification $8 980.00 Subtotal for Task II(Time and Materials) $52,710.00 Total Budget Tasks I and II: $76,360.00 Humiston&Moore Engineers WORK ORDER FEE BREAKDOWN Humiston&Moore Engineers TASK 2:Construction Observation Rate Hours Amount Budget Principle Engineer $175.00 78.00 $13,650.00 Engineer H1 $105.00 36.00 $3,780.00 Engineer I $90.00 36.00 $3,240.00 $52,710.00 Junior Tech(Field) $75.00 400.00 $30,000.00 Senior Tech(AC2) $85.00 24.00 $2,040.00 Contract#08-5124 Fixed Term Physical and Biological Monitoring Services for Collier County Coastal Zone Management Projects FIXED TERM CONTRACT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this ?IA day of Met_;.-CA 2009, by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY" or "OWNER") and Humiston & Moore Engineers, P.A., authorized to do business in the State of Florida, whose business address is 5679 Strand Court, Naples, Florida 34110 (hereinafter referred to as the "CONSULTANT"). WITNESSETH: WHEREAS, it is in the best interests of OWNER to be able to obtain professional CONSULTANT physical and biological monitoring services expeditiously when a need arises in connection with a Collier County project; and WHEREAS, Section 287.055, Florida Statutes (Consultant's Competitive Negotiation Act), makes provisions for a fixed term contract with a firm to provide professional services to a political subdivision, such as the County; and WHEREAS, OWNER has selected CONSULTANT in accordance with the provisions of Section 287.055, Florida Statutes, to provide professional physical and biological services on a fixed term basis as directed by OWNER for such projects and tasks as may be required from time to time by OWNER. 1 NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: ARTICLE 1 CONSULTANT'S RESPONSIBILITY 1.1 From time to time upon the written request or direction of OWNER as hereinafter provided, CONSULTANT shall provide to OWNER professional physical and biological monitoring services for Coastal Zone Management Projects (hereinafter the "Services") as herein set forth. The term "Services" includes all Additional Services authorized by written Amendment or Change Order as hereafter provided. 1.2 All Services to be performed by CONSULTANT pursuant to this Agreement shall be in conformance with the scope of services, which shall be described in a Work Order issued pursuant to the procedures described herein. The form of the Work Order is set forth in attached Schedule A. Reference to the term 'Work Order" herein, with respect to authorization of Services, includes all written Amendments or Change Orders to any particular Work Order. CONSULTANT acknowledges and agrees that each individual Work Order shall not exceed $200,000 unless otherwise approved in writing by the Board of County Commissioners, and that the total initial compensation for all Work Orders issued under this Agreement shall not exceed $750,000 annually, unless otherwise approved in writing by the Board of County Commissioners of Collier County. 1.2.1 All Services must be authorized in writing by OWNER in the form of a Work Order. CONSULTANT shall not provide any Services to OWNER unless and to the extent they are required in a written Work Order. Any Services provided by CONSULTANT without a written Work Order shall be at CONSULTANT'S own risk and OWNER shall have no liability for such Services. 2 1.2.2 As OWNER identifies certain Services it wishes CONSULTANT to provide pursuant to the terms of this Agreement, OWNER shall request a proposal from CONSULTANT for such Services, said proposal to be in compliance with the terms of this Agreement. If the parties reach an agreement with respect to such Services, including, but not limited to the scope, compensation and schedule for performance of those Services, a Work Order shall be prepared which incorporates the terms of the understanding reached by the parties with respect to such Services and if both parties are in agreement therewith, they shall jointly execute the Work Order. 1.2.3 Upon execution of a Work Order as aforesaid, CONSULTANT agrees to promptly provide the Services required thereby, in accordance with the terms of this Agreement and the subject Work Order. 1.2.4 It is mutually understood and agreed that the nature, amount and frequency of the Services shall be determined solely by OWNER and that OWNER does not represent or guarantee unto CONSULTANT that any specific amount of Services will be requested or required of CONSULTANT pursuant to this Agreement. 1.2.5 CONSULTANT shall have no authority to act as the agent of OWNER under this Agreement or any Work Order, or to obligate OWNER in any manner or way. 1.2.6 All duly executed Work Orders (including all written Amendments or Change Orders thereto) are hereby incorporated into and made a part of this Agreement by reference. 1.3 The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other 3 governmental agencies responsible for regulating and licensing the professional Services to be provided and performed by the CONSULTANT pursuant to this Agreement. 1.4 The CONSULTANT agrees that, when the Services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such Services, it shall employ and/or retain only qualified personnel to provide such Services to OWNER. 1.5 CONSULTANT hereby designates Kenneth K. Humiston, P.E. as its Principal in Charge (hereinafter referred to as the "Principal in Charge") with full authority to bind and obligate CONSULTANT on all matters arising out of or relating to this Agreement. In each Work Order CONSULTANT will designate a qualified licensed professional to serve as CONSULTANT'S project coordinator for the Services to be provided under that Work Order (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing,coordinating and administering all aspects of the Services to be provided and performed under the Work Order. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to the Work Order. The CONSULTANT agrees that the Principal in Charge and the Project Coordinators shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT under the Work Order. CONSULTANT further agrees that the Principal in Charge and Project Coordinators shall not be removed by CONSULTANT without OWNER'S prior written approval, and if so removed must be immediately replaced with a person acceptable to OWNER. 1.6 CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from OWNER to promptly remove and replace the Principal in Charge or any Project Coordinator, or any 4 other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform any of the Services pursuant to the requirements of this Agreement or any applicable Work Order, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to OWNER. 1.7 The CONSULTANT represents to the OWNER that it has expertise and experience in the type of professional physical and biological monitoring services for Coastal Zone Management projects that will be required under this Agreement. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the OWNER'S review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, ordinances, codes, rules, regulations and requirements of any governmental agencies, including the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder. In the event of any conflicts in these requirements, the CONSULTANT shall notify the OWNER of such conflict and utilize its best professional judgment to advise OWNER regarding resolution of each such conflict. OWNER'S approval of any design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful completion of the Services required under the subject Work Order. 1.7.1 The County reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to Consultant's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the County reserves the right to make sole 5 determination regarding deductions. After notification of deficiency, if the Consultant fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the Consultant. The County may also deduct or charge the Consultant for services and/or items necessary to correct the deficiencies directly related to the Consultant's non-performance whether or not the County obtained substitute performance. 1.8 CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without OWNER'S prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the Services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. CONSULTANT shall provide OWNER prompt written notice of any such subpoenas. 1.9 As directed by OWNER, all plans and drawings referencing a specific geographic area must be submitted in an AutoCad Digital Exchange File (DXF) format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK (Real-Time Kinematic) GPS Network as provided by OWNER. Information layers shall have common naming conventions (i.e. right-of-way - ROW, centerlines- CL, edge-of-pavement- EOP, etc), and adhere to industry standard CAD specifications. 6 ARTICLE 2 ADDITIONAL SERVICES OF CONSULTANT 2.1 If authorized in writing by Owner through an Amendment or Change Order to a Work Order, CONSULTANT shall furnish or obtain from others Additional Services beyond those Services originally authorized in the Work Order. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Amendment or Change Order authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in OWNER'S Purchasing Policy and Administrative Procedures in effect at the time such services are authorized. Except in an emergency endangering life or property, any Additional Services must be approved in writing via an Amendment or Change Order to the subject Work Order prior to starting such services. OWNER will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of the Services originally required of CONSULTANT under the subject Work Order. 2.2 If OWNER determines that a change in a Work Order is required because of the action taken by CONSULTANT in response to an emergency, an Amendment or Change Order shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to OWNER of the emergency within forty-eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT'S right it otherwise may have had to seek an adjustment to its compensation or time of performance under the subject Work Order. 7 ARTICLE 3 OWNER'S RESPONSIBILITIES 3.1 As OWNER identifies certain Services it wishes CONSULTANTS, awarded under this agreement, to provide pursuant to the terms of this Agreement, OWNER shall request proposals from the awarded CONSULTANTS contracted under this agreement for such Services. Proposals will be submitted in the form of a written narrative, including a resource loaded spreadsheet, and a proposed schedule of work, said proposal to be in compliance with the terms of this Agreement. An informal selection committee of no less than three (3) staff members will review the proposals. Consideration will be given to proposals that responsibly maximize the net economic benefit to the County over the term of the project in order to meet budgetary requirements. Multiple projects can be reviewed simultaneously. The firm submitting the selected proposal(s) will be required to submit a cost loaded spreadsheet(s). If the parties reach an agreement with respect to such Services, including, but not limited to, the scope, compensation and schedule for performance of those Services, a Work Order shall be prepared which incorporates the terms of the understanding reached by the parties with respect to such Services. Should the County be unable to negotiate a satisfactory Work Order with the selected firm, the County shall continue negotiations in accordance with F.S. 287.055, with the second firm. Work Orders may be assigned on a zone by zone basis, and may include multiple projects. 3.2 For each Work Order, OWNER shall designate in writing a project manager to act as OWNER'S representative with respect to the Services to be rendered under the Work Order (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to 8 transmit instructions, receive information, interpret and define OWNER'S policies and decisions with respect to CONSULTANT'S Services under the Work Order. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: (a) The scope of Services to be provided and performed by the CONSULTANT as set forth in the Work Order; (b) The time the CONSULTANT is obligated to commence and complete all such Services as set forth in the Work Order; or (c) The amount of compensation the OWNER is obligated or committed to pay the CONSULTANT as set forth in the Work Order. 3.3 The Project Manager shall: (a) Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; (b) Provide all criteria and information requested by CONSULTANT as to OWNER'S requirements for the Services specified in the Work Order, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; (c) Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT'S disposal all available information in the OWNER'S possession pertinent to the Services specified in the Work Order, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the subject Work Order; 9 (d) Arrange for access to and make all provisions for CONSULTANT to enter the site (if any) set forth in the Work Order to perform the Services to be provided by CONSULTANT under the subject Work Order; and (e) Provide notice to CONSULTANT of any deficiencies or defects discovered by the OWNER with respect to the Services to be rendered by CONSULTANT hereunder. ARTICLE 4 TIME 4.1 Each Work Order will have a time schedule ("Schedule") for the performance of the Services required under the subject Work Order. Said Schedule shall be in a form and content satisfactory to OWNER. Services to be rendered by CONSULTANT shall be commenced, performed and completed in accordance with the Work Order and the Schedule. Time is of the essence with respect to the performance of the Services under each Work Order. 4.2 Should CONSULTANT be obstructed or delayed in the prosecution or completion of the Services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the OWNER, fires, floods, epidemics, quarantine regulations, strikes or lock-outs, then CONSULTANT shall notify OWNER in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific delay. 4.3 Unless otherwise expressly provided in the Work Order, no interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT'S Services from any cause whatsoever, including those for which OWNER may be responsible in whole or in 10 part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONSULTANT'S sole remedy against OWNER will be the right to seek an extension of time to the Schedule; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. 4.4 Should the CONSULTANT fail to commence, provide, perform or complete any of the Services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the OWNER hereunder, the OWNER at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT under this Agreement (including any and all Work Orders) until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the OWNER'S satisfaction that the CONSULTANT'S performance is or will shortly be back on schedule. 4.5 In no event shall any approval by OWNER authorizing CONSULTANT to continue performing Work under any particular Work Order or any payment issued by OWNER to CONSULTANT be deemed a waiver of any right or claim OWNER may have against CONSULTANT for delay or any other damages hereunder. 4.6 The period of service shall be from the date of execution of this Agreement for a period of twenty four (24) months from that date, or until such time as all outstanding Work Orders issued prior to the expiration of the Agreement period have been completed. This Agreement may be renewed for two additional terms of twelve (12) months, renewable annually. Any such annual renewal shall be agreed to, in writing, by both parties. 11 ARTICLE 5 COMPENSATION 5.1 Compensation and the manner of payment of such compensation by the OWNER for Services rendered hereunder by CONSULTANT shall be as prescribed in each Work Order. CONSULTANT agrees to furnish to OWNER, after the end of each calendar month, or as specified in the Work Order, a comprehensive and itemized statement of charges for the Services performed and rendered by CONSULTANT during that time period, and for any OWNER authorized reimbursable expenses as herein below defined, incurred and/or paid by CONSULTANT during that time period. The monthly statement shall be in such form and supported by such documentation as may be required by OWNER. All such statements shall be on CONSULTANT'S letterhead and shall indicate the Agreement Number, Work Order Number, Purchase Order Number and Project Site description (if any). 5.2 The compensation (whether based upon a negotiated lump sum, time and materials, hourly with a cap or some other agreed to format) contained in each separate Work Order shall be based on the hourly rates as set forth and identified in Schedule B which is attached hereto, for the time reasonably expended by CONSULTANT'S personnel in performing the Services. The Rate Schedule may be updated by mutual agreement on an annual basis, in conjunction with the annual renewal of this Agreement provided for in paragraph 4.6 above, as directed by OWNER. 5.2.1 OWNER agrees to reimburse CONSULTANT for all necessary and reasonable reimbursable expenses incurred or paid by CONSULTANT in connection with CONSULTANT'S performance of the Services, at its direct cost with no markup, to the extent such reimbursement is permitted in the Work Order and in accordance with Section 112.061, F.S., or as set forth below. 12 5.2.2 Reimbursable expenses shall be invoiced for the expenditures incurred by the CONSULTANT as follows: 5.2.2.1. Expenses of transportation and living when traveling in connection with each Work Order, except for local travel within Collier or Lee Counties, as provided in Section 112.061, F.S., and all Contract-related mileage for trips that are from/to destinations outside of Collier or Lee Counties approved by OWNER. 5.2.2.2 Expenses for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications, including duplicate sets at the completion of each Work Order for the OWNER'S review and approval. 5.2.2.3. Expense of overtime work requiring higher than regular rates approved in advance and in writing by OWNER. 5.2.2.4. Expense of models for the OWNER'S use. 5.2.2.5 Fees paid for securing approval of authorities having jurisdiction over the Work Order required under the applicable Work Order. 5.2.2.6 Other items on request and approved in writing by the OWNER. 5.2.3 CONSULTANT shall obtain the prior written approval of OWNER before incurring any of the aforesaid reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. 5.3 CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. 13 5.4 Prior to issuing any Work Order pursuant to this Agreement, OWNER may request that CONSULTANT in writing advise OWNER of(i) the estimated time of CONSULTANT'S personnel and the estimated fees thereof for the proposed work to be specified in the Work Order; and (ii) the estimated charge to OWNER for the reimbursable expenses applicable to the contemplated Services to be performed by CONSULTANT under the proposed Work Order. CONSULTANT shall promptly supply such estimate to OWNER based on CONSULTANT'S good faith analysis. 5.5 CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT on any particular Work Order, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. 5.6 Payments for Basic Services and Additional Basic Services as set forth herein or the Work Order shall be made upon presentation of the CONSULTANT'S itemized invoice approved by OWNER. 5.7 Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. ARTICLE 6 OWNERSHIP OF DOCUMENTS 6.1 Upon the completion or termination of each Work Order, as directed by OWNER, CONSULTANT shall deliver to OWNER copies or originals of all records, documents, drawings, notes, tracings, plans, Auto CADD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under the applicable Work Order ("Project Documents"). OWNER shall specify whether the originals or copies of such 14 Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to OWNER the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2 Notwithstanding anything in this Agreement to the contrary and without requiring OWNER to pay any additional compensation, CONSULTANT hereby grants to OWNER a nonexclusive, irrevocable license in all of the Project Documents for OWNER'S use with respect to the applicable authorized project or task. CONSULTANT warrants to OWNER that it has full right and authority to grant this license to OWNER. Further, CONSULTANT consents to OWNER'S use of the Project Documents to complete the subject project or task following CONSULTANT'S termination for any reason or to perform additions to or remodeling, replacement or renovations of the subject project or task. CONSULTANT also acknowledges OWNER may be making Project Documents available for review and information to various third parties and hereby consents to such use by OWNER. ARTICLE 7 MAINTENANCE OF RECORDS 7.1 CONSULTANT will keep adequate records and supporting documentation which concern or reflect the Services hereunder. The records and documentation will be retained by CONSULTANT for a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the Work Order is completed, whichever is later, or such later date as may be required by law. OWNER, or any duly authorized agents or representatives of OWNER, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as 15 may be required by law; provided, however, such activity shall be conducted only during normal business hours. 7.2 The records specified above in paragraph 7.1 include accurate time records, which CONSULTANT agrees to keep and maintain, from day to day, showing the time expended by each principal and employee of CONSULTANT in performing the Services and therein specifying the services performed by each, with all such time records to be kept within one-half of an hour. At the request of OWNER, or as specified in the Work Order, CONSULTANT shall furnish to OWNER any of the aforesaid time records, as well as invoices or proofs showing CONSULTANT'S incurrence and/or payment of any reimbursable expenses. ARTICLE 8 INDEMNIFICATION 8.1 To the maximum extent permitted by law, CONSULTANT shall indemnify and hold harmless OWNER, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph 8.1. 16 ARTICLE 9 INSURANCE 9.1 CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts described herein and further set forth in Schedule C to this Agreement. 9.2 All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3 All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1 All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this Agreement shall name Collier County Board of County Commissioners, Collier County, Florida, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests provisions. 9.3.2 Companies issuing the insurance policy or policies shall have no recourse against OWNER for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3 All insurance coverages of CONSULTANT shall be primary to any insurance or self- insurance program carried by OWNER, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by OWNER. 17 9.3.4 The Certificates of Insurance, which are to be provided in an Occurrence Form patterned after the current I.S.O. form with no limiting endorsements, must reference and identify this Agreement. 9.3.5 All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 9.4 CONSULTANT, its subconsultants and OWNER shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by OWNER, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5 All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1 The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2 The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. ARTICLE 10 SERVICES BY CONSULTANT'S OWN STAFF 10.1 The Services to be performed hereunder shall be performed by CONSULTANT'S own staff, unless otherwise authorized in writing by the OWNER. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the OWNER. No provision of this Agreement shall, 18 however, be construed as constituting an agreement between the OWNER and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the OWNER beyond such as may then otherwise exist without regard to this Agreement. 10.2 Attached to each Work Order shall be a Schedule that lists all of the key personnel CONSULTANT intends to assign to perform the Services required under that Work Order. Such personnel shall be committed to the project or task specified in the Work Order in accordance with the percentages noted in the attached Schedule. CONSULTANT shall also identify in that Schedule each subconsultant and subcontractor it intends to utilize with respect to the subject Work Order. All personnel, subconsultants and subcontractors identified in the Schedule shall not be removed or replaced without OWNER'S prior written consent. 10.3 CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement and any subsequently issued Work Order, and to assume toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement and any subsequently issued Work Order, assumes toward the OWNER. Each subconsultant or subcontract agreement shall preserve and protect the rights of the OWNER under this Agreement, and any subsequently issued Work Order, with respect to the Services to be performed by the subconsultant or subcontractor so that the subconsulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub- subconsultants or sub-subcontractors. 19 10.4 CONSULTANT acknowledges and agrees that OWNER is a third party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between OWNER and any subconsultant or subcontractor. ARTICLE 11 WAIVER OF CLAIMS 11.1 CONSULTANT'S acceptance of final payment for Services provide under any Work Order shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against OWNER arising out of the Work Order or otherwise related to those Services, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT in its final invoice for the subject Work Order as unsettled. Neither the acceptance of CONSULTANT'S Services nor payment by OWNER shall be deemed to be a waiver of any of OWNER'S rights against CONSULTANT. ARTICLE 12 TERMINATION OR SUSPENSION 12.1 This Agreement is a fixed term contract for the professional services of CONSULTANT. It is agreed that either party hereto shall at any and all times have the right and option to terminate this Agreement by giving to the other party not less than thirty (30) days prior written notice of such termination. Upon this Agreement being so terminated by either party hereto, neither party hereto shall have any further rights or obligations under this Agreement subsequent to the date of termination, except that Services specified to be performed under a previously issued Work Order, shall proceed to completion under the terms of this Agreement. 20 12.2 CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for OWNER to terminate this Agreement and any Work Orders in effect, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT'S failure to begin Services under any particular Work Order within the times specified under that Work Order, or (b) CONSULTANT'S failure to properly and timely perform the Services to be provided hereunder or as directed by OWNER, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT'S principals, officers or directors, or (d) CONSULTANT'S failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT'S failure to perform or abide by the terms and conditions of this Agreement and any Work Orders in effect, or (f) for any other just cause. The OWNER may so terminate this Agreement and any Work Orders in effect, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.3 If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that OWNER otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.2, then the notice of termination given pursuant to paragraph 12.2 shall be deemed to be the notice of termination provided for in paragraph 12.4, below, and CONSULTANT'S remedies against OWNER shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.4 below. 12.4 Notwithstanding anything herein to the contrary (including the provisions of paragraph 12.1 above), OWNER shall have the right to terminate this Agreement and any Work Orders in effect, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against OWNER shall be 21 limited to that portion of the fee earned through the date of termination, for any Work Orders so cancelled, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against OWNER, including, but not limited to, anticipated fees or profits on Services not required to be performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably possible. 12.5 Upon termination and as directed by OWNER, the CONSULTANT shall deliver to the OWNER all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Section 6, that are in CONSULTANT'S possession or under its control arising out of or relating to this Agreement or any Work Orders. 12.6 The OWNER shall have the power to suspend all or any portions of the Services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of such suspension. If all or any portion of the Services to be rendered hereunder are so suspended, the CONSULTANT'S sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.7 In the event (i) OWNER fails to make any undisputed payment to CONSULTANT within forty- five (45) days after such payment is due as set forth in the Work Order or such other time as required by Florida's Prompt Payment Act or (ii) OWNER otherwise persistently fails to fulfill some material obligation owed by OWNER to CONSULTANT under this Agreement or subsequently issued Work Order, and (ii) OWNER has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under the subject Work Order until such default is cured, after giving OWNER a second fourteen (14) days written 22 notice of CONSULTANT'S intention to stop performance under the applicable Work Order. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may terminate the subject Work Order by giving written notice to OWNER of CONSULTANT'S intent to terminate that Work Order. If OWNER does not cure its default within fourteen (14) days after receipt of CONSULTANT'S written notice, CONSULTANT may, upon fourteen (14) additional days' written notice to the OWNER, terminate the subject Work Order and recover from the Owner payment for Services performed through the termination date, but in no event shall CONSULTANT be entitled to payment for Services not performed or any other damages from Owner. ARTICLE 13 TRUTH IN NEGOTIATION REPRESENTATIONS 13.1 CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement or any subsequent Work Order. 13.2 In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONSULTANT agrees to execute the required Truth-In-Negotiation Certificate, attached hereto and incorporated herein as Schedule D, certifying that wage rates and other factual unit costs supporting the 23 compensation for CONSULTANT'S services to be provided under this Agreement and each subsequent Work Order issued hereafter, if any, are accurate, complete and current at the time of the Agreement or such subsequent Work Order. The CONSULTANT agrees that the original price as set forth in each subsequent issued Work Order, if any, and any additions thereto shall be adjusted to exclude any significant sums by which the OWNER determines the price as set forth in the Work Order was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of the subject Work Order. ARTICLE 14 CONFLICT OF INTEREST 14.1 CONSULTANT represents that 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. CONSULTANT further represents that no persons having any such interest shall be employed to perform those Services. ARTICLE 15 MODIFICATION 15.1 No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. 24 ARTICLE 16 NOTICES AND ADDRESS OF RECORD 16.1 All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the OWNER shall be in writing and shall be delivered by hand, by fax, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following OWNER'S address of record: Board of County Commissioners, Collier County Florida Purchasing Department, Purchasing Building 3301 Tamiami Trail East Naples, Fl. 34112 Attention: Stephen Y. Carnell, Purchasing/GS Director Fax: 239-732-0844 16.2 All notices required or made pursuant to this Agreement to be given by the OWNER to the CONSULTANT shall be made in writing and shall be delivered by hand, by fax or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT'S address of record: Humiston & Moore Engineers, P.A. 5679 Strand Court Naples, Florida 34110 Telephone: 239-594-2021 Fax: 239-594-2025 Attn: Kenneth K. Humiston, P.E., President 16.3 Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. 25 ARTICLE 17 MISCELLANEOUS 17.1 CONSULTANT, in representing OWNER, shall promote the best interests of OWNER and assume towards OWNER a duty of the highest trust, confidence, and fair dealing. 17.2 No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3 This Agreement is not assignable, or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of OWNER. 17.4 Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 17.5 The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 17.6 This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7 Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 26 17.8 This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9 The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A WORK ORDER FORM Schedule B RATE SCHEDULE Schedule C INSURANCE COVERAGE Schedule D TRUTH IN NEGOTIATION CERTIFICATE ARTICLE 18 APPLICABLE LAW 18.1 This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to Services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE 19 SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1 CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, 27 individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. At the time this Agreement is executed, CONSULTANT shall sign and deliver to OWNER the Truth-In-Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule D. CONSULTANT'S compensation as set forth in each subsequently issued Work Order, if any, shall be adjusted to exclude any sums by which OWNER determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2 By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by OWNER of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." ARTICLE 20 DISPUTE RESOLUTION 20.1 Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full 28 decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2 Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE 21 IMMIGRATION LAW COMPLIANCE 21.1 By executing and entering into this agreement, the Consultant is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Consultant to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 29 IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement for Fixed Term Physical and Biological Monitoring Services for Collier County Coastal Zone Management Projects the day and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS FOR ` ,� �. COLLIER COUNTY, FLORIDA, D ggt,E rOC t e '7 Date?' .'it B �• � '.y y: t .LQ�,C -�. Don ala, Chairman Appr ed as to form and le I suffi ienc - ■ I )0/ Ase�nt-County Attorney Ae Humiston & Moore Engineers, P.A. By: , !4• L Witness Celia M.Fellows Kenneth K. H„misrnn, P_E_ Typed Name and Title Typed Name and Title Witness Kelli DeFedericis Typed Name and Title 30 SCHEDULE A WORK ORDER Agreement for Fixed Term Physical and Biological Monitoring Services for Collier County Coastal Zone Management Projects, Dated: , 20 (RFP 08-5124) This Work Order is for professional describe services for work known as: Project Name: Project No: The work is specified in the proposal dated , 20 which is attached hereto and made a part of this Work Order. In accordance with Terms and Cor ditidns of the Agreement referenced above, this Work Order is assigned to: name of firm. Scope of Work: As detailed in the attached proposal and the following: * Task I - * Task II ' - . * Task III Schedule of Work: Complete work within days from receipt of the Notice to Proceed which is accompanying this Work Order. Compensation: In accordance with Article Five of the Agreement, the County will compensate the Firm in accordance with the following method(s): Negotiated Lump Sum Lump Sum Plus Reimbursable Costs Time & Material (established hourly rate—Schedule A) Cost Plus Fixed Fee, as provided in the attached proposal. (define which method will be used for which tasks) Task I $ Task II $ Task III $ TOTAL FEE $ Any change made subsequent to final department approval will be considered an additional service and charged according to Schedule"A"of the original Contract Agreement. PREPARED BY: name and title Date APPROVED BY: Department Director, Department Name Date APPROVED BY: Division Administrator, Division Date ACCEPTED BY: Company name Signature of Authorized Company Officer Date Type or Print Name and Title A-1 I SCHEDULE B Contract No. 08-5124, Physical and Biological Monitoring Services for Coastal Zone Management Projects RATE SCHEDULE Principal Engineer $175.00/hr. Senior Engineer/Senior Analyst $145.00/hr. Project Director/Project Manager/Project Coordinator $125.00/hr. Engineer III/Engineering Production/QC $105.00/hr. Engineer II/Coastal Monitor $ 95.00/hr. Engineer I $ 90.00/hr. Senior Technician $ 85.00/hr. Environmental Science Technician $ 75.00/hr. Junior Technician/GIS Technician $ 75.00/hr. Microsoft Project Technician $ 70.00/hr. Administration/Clerical $ 55.00/hr. Clerical $ 40.00/hr. This list is not intended to be all inclusive. Hourly rate fees for other categories of professional, support, and other services shall be mutually negotiated by the County and the firm on a project-by-project basis as needed. B-1 SCHEDULE C INSURANCE COVERAGE (1) The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONSULTANT'S sole responsibility. (2) The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. (3) Coverages shall be maintained without interruption from the date of commencement of the Services until the date of completion of all Services required hereunder or as specified in this Agreement, whichever is longer. (4) Simultaneously with the execution and delivery of this Agreement by CONSULTANT, CONSULTANT has delivered properly executed Certificates of insurance (3 copies) acceptable to the OWNER evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance polices required shall be provided to OWNER, on a timely basis, if requested by OWNER. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or c-i allowed to expire until at least thirty (30) days prior written notice has been given to the OWNER. CONSULTANT shall also notify OWNER, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. (5) All insurance coverages of the CONSULTANT shall be primary to any insurance or self insurance program carried by the OWNER applicable to this Agreement. (6) The acceptance by OWNER of any Certificate of Insurance pursuant to the terms of this Agreement does not constitute approval or agreement by the OWNER that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. (7) CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the OWNER. (8) Should at any time the CONSULTANT not maintain the insurance coverages required herein, the OWNER may terminate the Agreement and any Work Orders issued pursuant to the Agreement or at its sole discretion shall be authorized to C-2 purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse OWNER for such costs within thirty (30) days after demand, OWNER has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between OWNER and CONSULTANT. The OWNER shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the OWNER to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. (9) If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the Services required hereunder or termination of the Agreement or any Work Order, the CONSULTANT shall furnish to the OWNER, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the OWNER with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and OWNER may terminate the Agreement or any subsequently issued Work Order for cause. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY Required by this Agreement? X Yes No (1) Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: C-3 a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability (check one) $100,000 Each Accident $500,000 Disease Aggregate $100,000 Disease Each Employee / X $1,000,000 Each Accident $1,000,000 Disease Aggregate $1,000,000 Disease Each Employee (2) The insurance company shall waive all claims rights against the OWNER and the policy shall be so endorsed. (3) United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. X Applicable Not Applicable (4) Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. X Applicable Not Applicable COMMERCIAL GENERAL LIABILITY Required by this Agreement? X Yes No (1) Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed C-4 Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the OWNER of the work under this Agreement. Limits of Liability shall not be less than the following: General Aggregate $300,000 Products/Completed Operations Aggregate $300,000 Personal and Advertising Injury $300,000 Each Occurrence $300,000 Fire Damage $ 50,000 General Aggregate $500,000 Products/Completed Operations Aggregate $500,000 Personal and Advertising Injury $500,000 Each Occurrence $500,000 Fire Damage $ 50,000 X General Aggregate $2,000,000 Products/Completed Operations Aggregate $2,000,000 Personal and Advertising Injury $2,000,000 Each Occurrence $2,000,000 Fire Damage $ 50,000 (2) The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self-insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self-insured retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or its designee. C-5 (3) The OWNER shall be named as an Additional Insured and the policy shall be endorsed that such coverage shall be primary to any similar coverage carried by the OWNER. (4) Coverage shall be included for explosion, collapse or underground property damage claims. (5) Watercraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than the Commercial General Liability limit shown in subparagraph (1) above if applicable to the completion of the Services under this Agreement. X Applicable Not Applicable (6) Aircraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. Applicable X Not Applicable AUTOMOBILE LIABILITY INSURANCE Required by this Agreement? X Yes No (1) Automobile Liability Insurance shall be maintained by the CONSULTANT for the ownership, maintenance or use of any owned, non-owned or hired vehicle with limits of not less than: Bodily Injury & Property Damage - $ 500,000 C-6 X Bodily Injury& Property Damage - $1,000,000 UMBRELLA LIABILITY (1) Umbrella Liability may be maintained as part of the liability insurance of the CONSULTANT and, if so, such policy shall be excess of the Employers' Liability, Commercial General Liability, and Automobile Liability coverages required herein and shall include all coverages on a "following form" basis. (2) The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying limit due to the payment of claims, the Umbrella policy will "drop down" to apply as primary insurance. PROFESSIONAL LIABILITY INSURANCE • Required by this Agreement? X Yes No (1) Professional Liability Insurance shall be maintained by the CONSULTANT to insure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recover against OWNER as to any claims under this insurance. Such insurance shall have limits of not less than: $ 500,000 each claim and in the aggregate $1,000,000 each claim and in the aggregate X $2,000,000 each claim and in the aggregate $5,000,000 each claim and in the aggregate C-7 (2) Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the OWNER. (3) The CONSULTANT shall continue this coverage for a period of not less than five (5) years following completion of all Services authorized under this Agreement. (4) The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or OWNER under this Agreement, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Insurance providing for an unqualified written notice to OWNER of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify OWNER by certified mail, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by OWNER. VALUABLE PAPERS INSURANCE (1) In the sole discretion of the County, on a work order by work order basis, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed C-s documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. PROJECT PROFESSIONAL LIABILITY (1) If OWNER notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with OWNER and OWNER'S insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT'S professional liability policy. If no credit is available from CONSULTANT'S current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to OWNER. Should no credit accrue to OWNER, OWNER and CONSULTANT, agree to negotiate in good faith a credit on behalf of OWNER for the provision of project-specific professional liability insurance policy in consideration for a reduction in CONSULTANT'S self-insured retention and the risk of uninsured or underinsured consultants. (2) CONSULTANT agrees to provide the following information when requested by, OWNER or OWNER'S Project Manager: a. The date the professional liability insurance renews. b. Current policy limits. c. Current deductibles/self-insured retention. d. Current underwriter. C-9 e. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. f. Cost of professional insurance as a percent of revenue. g. Affirmation that the design firm will complete a timely project errors and omissions application. (3) If OWNER elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and OWNER will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. c-io Client#:2510 HUMIM003 ACORD., CERTIFICATE OF LIABILITY INSURANCE 4/23/091 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Suncoast Insurance Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P.O.Box 22668 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Tampa,FL 33622-2668 813 289-5200 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Phoenix Insurance Company 25623 Humiston&Moore Engineers,P.A. INSURER B: Travelers Indemnity Company 25658 5679 Strand Court INSURER C: Travelers Casualty and Surety Co 19038 Naples,FL 34110 INSURER D: Beazley Insurance Company,Inc. 37540 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADM. DE POLICY LTR NSRI G TYPE OF INSURANCE POLICY NUMBER POLICY ATE(MMID �) AT (Mro YY) LIMITS EACH OCCURRENCE $1,000,000 A GENERAL LIABILITY 6808148L927 02/06/09 02/06/10 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES(Fe occurrencel $1,000,000 CLAIMS MADE ©OCCUR MED EXP(Any one person) $10,000 PERSONAL&AOV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 7 POLICY n PE4 n LOG B AUTOMOBILE LIABILITY BA9146L446 04/28/09 04/28/10 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) X ANY AUTO — ALL OWNED AUTOS BODILY INJURY $ (Per person) SCHEDULED AUTOS '- X HIRED AUTOS BODILY INJURY $ (Per accident) X NON-OWNED AUTOS '—' PROPERTY DAMAGE $ (Per accident) GARAGE UABILflY -AUTO ONLY-EA ACCIDENT $ 1ANYAUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ B EXCESS/UMBRELLA UABILITY CUP8412Y90A 02/06/09 02/06/10 EACH OCCURRENCE $1,000,000 71 OCCUR n CLAIMS MADE AGGREGATE s1,000,000 DEDUCTIBLE 3 X RETENTION $10000 $ WC C WORKERS COMPENSATION AND U B5826Y585 05/01/09 05/01/10 X I TORY STA I IMITS TU-I OT FR H- EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $500,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $500,000 If yes,describe under E.L.DISEASE-POLICY LIMIT $500,000 SPECIAL PROVISIONS below D OTHER Professional V15SLZO9PNPA 04/16/09 04/16/10 $2,000,000 per claim Liability $2,000,000 annl aggr. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Professional liability is written on a claims made and reported basis. RE:Contract 08-5124 (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION ,SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Collier County Board of County Commissioners DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN Purchasing Building NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 3301 East Tamiami Trail IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Naples,FL 34112 REPRESENTATIVES. A RIZED REPRESENTATIVE ACORD 25(2001/08)1 of 3 #S185804/M184514 BPK s ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer,and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S(2001/08) 2 of 3 #S185804/M184514 The Certificate Holder is an Additional Insured with respects to the General Liability.Workers Compensation includes USL&H coverage. AMS 25.3(2001/08) 3 of 3 #S185804/M184514 SCHEDULE D TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, Humiston & Moore Engineers, P.A. hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning Fixed Term Physical and Biological Monitoring Services for Collier County Coastal Zone Management Projects are accurate, complete and current as of the time of contracting. Humiston & Moore Engineers, P.A. BY: TITLE: DATE: D-1