Loading...
R25-027 1 RESOLUTION NO. R25-027 2 3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, AWARDING REQUEST FOR QUALIFICATIONS NO. 5 UTL24-031 FOR EAST AND WEST WATER PLANT UPGRADES AND 6 TREATMENT OPTIONS EVALUATION, PLANNING, AND DESIGN FOR 7 EMERGING CONTAMINANTS REMOVAL— ENGINEERING SERVICES TO 8 JACOBS ENGINEERING GROUP INC., AND APPROVING AN 9 AGREEMENT BETWEEN THE CITY AND JACOBS ENGINEERING GROUP 10 INC. IN THE AMOUNT NOT TO EXCEED $5,400,000; AND FOR ALL 11 OTHER PURPOSES. 12 13 WHEREAS, the City received a Florida Department of Environmental Protection State 14 Revolving Fund (FDEP SRF) loan with principal forgiveness for $5,167,179 for East and West Water 15 Treatment Plant upgrades and treatment options evaluation, planning, and design for emerging 16 contaminant removal; and 17 WHEREAS, on July 3, 2024, Request for Qualifications ("RFQ") No. UTL24-031 for East and 18 West Water Treatment Plant Upgrades and Treatment Options Evaluation, Planning and Design 19 for Emerging Contaminants Removal-Engineering Services was advertised to select a qualified 20 engineering firm to assist the East and West Water Treatment Plant upgrades and treatment 21 options evaluation, facilities plan for the State Revolving Fund (SRF) Drinking Water Program, 22 including design, bid document preparation, permitting, bidding assistance, and construction 23 management engineering services during construction projects at both plants; and 24 WHEREAS, the selection committee held a final meeting on October 28, 2024, to score 25 and rank the qualified firms. Jacobs Engineering Group Inc. ranked the highest. The Utilities 26 department completed negotiations with Jacobs Engineering Group Inc.for a contract agreement, 27 the initial scope of work, and associated costs. Work will include conducting a study, preparing a 28 report, and performing engineering services to evaluate the ability of the existing treatment 29 processes at the East Water Treatment Plant to meet the proposed Emerging Contaminants 30 regulations and consider alternatives. This study and facilities plan will also evaluate options for 31 the treatment at the West Water Treatment Plant and any upgrades needed to the treatment 32 process, electrical system, instrumentation, and control components for automation of the 33 treatment process to meet regulations for emerging contaminants or other identified future 34 regulations for potable water; and 35 WHEREAS, the study and facilities plan will include short-term and long-term 36 recommendations at both the East and the West Treatment Plants to meet treatment 37 requirements for emerging contaminants and other known future regulations for potable water. 38 The plan will address source water options and the design and permitting of additional potential 39 future groundwater wells or alternative water sources to address emerging contaminants and 40 potential treatment for emerging contaminants at individual source water wells; and 41 WHEREAS, phasing of the treatment plant upgrades during construction shall minimize 42 disruption of operations and plant shutdowns; and 43 WHEREAS, upon completion of the study and facilities plan, the Consultant will design 44 and permit improvements identified in the alternative analysis study and provide construction 45 bidding and construction management services; and 46 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 47 best interests of the city's citizens and residents to award Request for Qualifications No. UTL24- 48 031 for East and West Water Plant Upgrades and Treatment Options Evaluation, Planning, and 49 Design for Emerging Contaminants Removal — Engineering Services to Jacobs Engineering Group 50 Inc., and approve an Agreement between the City and Jacobs Engineering Group Inc. in the 51 amount not to exceed $5,400,000. 52 53 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 54 BEACH, FLORIDA, THAT: 55 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 56 being true and correct and are hereby made a specific part of this Resolution upon adoption. 57 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 58 award RFQ No. UTL24-031 for East and West Water Plant Upgrades and Treatment Options 59 Evaluation, Planning, and Design for Emerging Contaminants Removal — Engineering Services to 60 Jacobs Engineering Group Inc. ("Vendor"). 61 SECTION 3. The City Commission of the City of Boynton Beach, Florida, does hereby 62 approve an Agreement between the Vendor and the City for RFQ No. UTL24-031 for East and 63 West Water Plant Upgrades and Treatment Options Evaluation, Planning, and Design for Emerging 64 Contaminants Removal — Engineering Services in an amount not to exceed $5,400,000 (the 65 "Agreement"), in form and substance similar to that attached as Exhibit A. 66 SECTION 4. The City Commission of the City of Boynton Beach, Florida, hereby 67 authorizes the Mayor to execute the Agreement. The Mayor is further authorized to execute any 68 ancillary documents required under the Agreement or necessary to accomplish the purposes of 69 the Agreement and this Resolution. 70 SECTION 5. The City Clerk shall retain the fully executed Agreement as a public record 71 of the City. A copy of the fully executed Agreement shall be provided to Poonam Kalkat to forward 72 to the Vendor. 73 SECTION 6. This Resolution shall take effect in accordance with law. 74 [SIGNATURES ON THE FOLLOWING PAGE] 75 76 PASSED AND ADOPTED this c) day of coNtizn 2025. 77 CITY OF BOYNTON BEACH, FLORIDA 78 YEt -- NO 79 Mayor—Ty Penserga 80 81 Vice Mayor—Aimee Kelley 82 83 Commissioner—Angela Cruz 84 / 85 Commissioner—Woodrow L. Hay `/ 86 87 Commissioner—Thomas Turkin 88 89 VOTE c-0 90 AT : 91 92 CP f► 'Mr- _ ig/ z4) - 93 Maylee 0- -sus, MPA, M,/C Ty P-04rga 94 City Cler M. 'or 95 _ ,...„ 96 �O'T0/y%.‘ APPROVED AS TO FORM: i 97 (Corporate Se- I O�:GoVv"re••Fy ' 98 s!I SEAL =. \ 411,d(#42 / 99 i U: INCORPORATED' i � �7 100 44 . 1920 Shawna G. Lamb 101 �'t% •�''FIOR,O : Q ', City Attorney EAST AND WEST WATER PLANT UPGRADES AND TREATMENT OPTIONS EVALUATION, PLANNING, AND DESIGN FOR EMERGING CONTAMINANTS REMOVAL— ENGINEERING SERVICES (GRANT/LOAN FUNDED) THIS AGREEMENT("Agreement"), is entered into between the City of Boynton Beach, a municipal corporation organized and existing under the laws of Florida, with a business address of 100 East Ocean Ave., Boynton Beach, FL 33435, hereinafter referred to as "CITY", and Jacobs Engineering Group Inc., a Delaware corporation authorized to do business in the State of Florida, with a business address of 550 West Cypress Creek Road, Suite 400, Fort Lauderdale, FL 33309, hereinafter referred to as "VENDOR" each a "Party" and collectively the "Parties". In consideration of the mutual benefits, terms, and conditions hereinafter specified, the Parties agree as set forth below. WHEREAS, the CITY solicited proposals for a contract to perform Engineering Consultant Services, and WHEREAS, the CITY issued a Request for Qualification for East and West Water Plant Upgrades and Treatment Options Evaluation, Planning, and Design for Emerging Contaminants Removal — Engineering Services (Grant/Loan Funded), RFQ No. UTL24-031 ("RFQ"); and WHEREAS, the CITY determined that VENDOR was qualified for appointment to perform the scope of services set forth in the RFQ; and WHEREAS, the CITY Commission on �csn c)-1 , 2025, determined that VENDOR was qualified for appointment to perform the scope of servicc, set forth in the RFQ; and NOW, THEREFORE, in consideration of the mutual covenants expressed herein,the parties agree as follows: ARTICLE 1 — SERVICES. 1.1 VENDOR hereby agrees to perform all consulting and engineering services required for the East and West Water Plant Upgrades and Treatment Options Evaluation, Planning, and Design for Emerging Contaminants Removal — Engineering Services — (Grant/Loan Funded), including the facilities plan for State Revolving Fund (SRF) Drinking Water Program, design, bid document preparation, permitting, bidding assistance and construction administration for construction projects at both plants based on the recommended treatment option. The terms and conditions of RFQ No. UTL24-031 and the VENDOR's proposal are expressly incorporated into this Agreement by reference. Any conflict or discrepancy between the terms of this Agreement, RFQ UTL24-031, and VENDOR's proposal, shall be resolved pursuant to the following order of precedence (1) this Agreement (2) RFQ No. UTL24-031; and (3) VENDOR's Proposal. 1.2 VENDOR shall furnish all services, labor, equipment, and materials necessary and as may be required in the performance of this Agreement, except as otherwise specifically provided for herein, and all Services performed under this Agreement shall be done with the level and skill ordinarily exercised by members of the profession currently practicing under similar conditions in the same locality ("Standard of Care"). IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE ARE SPECIFICALLY EXCLUDED. 1.3 VENDOR shall complete all work in accordance with the phases of services described below, as more specifically described in the RFQ. The work will be further defined in a Task Order issued for each phase. Each Task Order will include the specific scope, fees based on established hourly rates, a schedule, and deliverables in accordance with Section 1.11 below. UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-1 1.4 Phases of Professional Services The services provided under this Agreement("Professional Services" or"Services") intended to be compensated by the Fees shall be categorized into the following phases of service, as applicable: 1. Pre-Design Analysis (or Planning/Study/Report) Phase (expected to complete within 9-12 months), attached to this agreement 2. Preliminary Design Phase and Estimated Construction Costs 3. Final Design and Construction Documents Phase and Estimated Construction Costs 4. Permitting Phase (expected to complete Phases 2, 3, 4 within 9 months) 5. Bidding and Negotiation Phase (expected to complete in 3-4 months) 6. Construction Administration and SCADA Implementation Phase (To be Determined) 7. Other requested services (To be Determined) 1.5 Pre-Design Analysis (or Planning/Study/Report) Phase 1.5.1 Scope. If the scope of Professional Services includes pre-design analysis or preparation of planning/study/report, the VENDOR shall: i) Consult with the City regarding the requirements and budget allocations for the scope of services/Project and review available data; ii) Advise the City as to the necessity of any additional services from other technical professionals; iii) Provide analyses of the City's needs, surveys, site evaluations,environmental assessments, utility locations and comparative studies of solutions; and iv) Provide a general economic analysis of the requirements applicable to various alternatives; and identify any areas of the task that can be properly value-engineered to produce a savings in the Project construction cost. 1.5.2 Deliverables: (a) If the scope of Professional Services includes design services: i. Prepare conceptual design criteria with appropriate sketches or exhibits, and identify in a clear manner the considerations involved and the alternative solutions available, as well as VENDOR's recommendations (the "Pre-Design Analysis"). The Pre-Design Analysis may include any pilot or bench scale study, shall be accompanied by VENDOR's preliminary estimate of total construction costs for the Project. Provide short term solutions to meet EPA requirements until recommended alternative treatment process construction is completed. (b) If the scope of Professional Services includes a Study or Report: Prepare a report which report shall identify in a clear manner the issue and considerations involved; VENDOR's findings; the alternative solutions available, estimated costs, as well as VENDOR's recommendations; and shall include appropriate exhibits (the "Study Report"). Will require a Facility Plan with the alternative options evaluation to meet DWSRF loan requirements. 1.5.3 Presentations. If requested by City, VENDOR shall attend meeting(s) with City Commissioners and/or City administration and may be asked to prepare and make presentation of the Study Report or Pre-Design Analysis. 1.6 Preliminary Design Phase 1.6.1 Scope. If the scope of Professional Services includes Preliminary Design, VENDOR shall address City's comments to the Pre-Design Analysis, and shall prepare the preliminary design package. The preliminary design package shall include the following: (a) preliminary design drawings (20-30%), including design criteria and sketches or exhibits, including elevations, sections, site plan and additional renderings, showing the scale and relationship of project components. (b) outline of technical specifications. (c) Estimated Construction Cost. in accordance with Section 5. (d) Location map exhibits and renderings (e) Survey and existing utilities as-builts UTL24-031 EWTP and W WTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-2 (f) Utilities coordination documentations (g) Environmental documents (if applicable) (the "Preliminary Design Package"). 1.6.2. Deliverable:The Preliminary Design Package for review and comment by the City. 1.6.3 Outreach. If requested, VENDOR shall assist the City with any public communication/information program during this phase or any other phase of the project, including neighborhood presentations. Such assistance shall include the development of presentation material and attendance at public meetings. 1.6.4. Presentations. If requested by City, VENDOR shall attend meeting(s) with City administration and/or City Commission and may be asked to prepare and make presentation of the Preliminary Design Package and Estimated Construction Cost. 1.6.5 Loan/Grant management and reporting. If requested, VENDOR shall assist the City with managing and reporting requirements for any loan (including State Revolving Fund (SRF)) or grants that may be used for funding the project/study. VENDOR will assist the City in identifying and following any procurement requirements for the particular funding mechanism used. 1.7 Final Design—Construction Documents Phase 1.7.1 Scope. If the scope of Professional Services includes design development of construction documents, then on the basis of the accepted Preliminary Design Package and Estimated Construction Cost of the project, the VENDOR shall prepare, for attachment to the forthcoming construction contract, final construction drawings identifying and describing the scope, extent and character of the work to be furnished and performed by contractor(s), which comply with all applicable building codes, laws and regulations, including loan/grant/other funding mechanism requirements(the"Final Drawings")and technical specifications of design component for construction of the Project (the "Technical Specifications") at 60%, 90% and 100% completion. The Specifications are to be prepared in conformance with the sixteen division format provided by the Construction Specifications Institute. The Technical specifications shall include a Measurement section for the bid items. 1.7.2 Schedule of bid items. Prepare, for review and acceptance by the City, a proposed schedule of bid items. 1.7.3 Estimated Construction Cost. In accordance with Article 5, modify the Estimated Construction Cost of the project necessitated by the Construction Drawings and Specifications. In the event that the Estimated Construction Cost of the Project, when combined with the total Professional Services Fee and costs; plus any Construction Contingency or allowances established by the City, exceeds the total amount budgeted for the project as established by the City, then the VENDOR shall revise and/or redesign the documents to bring the designs back within the budgeted amount, unless the City provides written approval that the Estimated Construction Cost exceeds the project budget. If the reason that the Estimated Construction Cost exceeds the budget is reasonably foreseeable at the time of performing the Professional Services, VENDOR shall provide written notification identifying the specific reason to the City immediately upon VENDOR determination that the Estimated Construction Cost may exceed the project budget, and in such case, shall await further direction from the City before proceeding further with the Professional Services. If the reason that the Estimated Construction Cost exceeds the budget was reasonably foreseeable at the time of performing the Professional Services, and the VENDOR does not notify the City and obtain written approval from the City that the Estimated Construction Cost exceeds the project budget, VENDOR shall revise and/or redesign the documents at its own cost and expense to bring the designs back within the budgeted amount. In providing opinions of cost,financial analyses, economic feasibility projections,for the project, VENDOR has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-3 bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, VENDOR makes no warranty that the City's actual project costs, financial aspects, economic feasibility, will not vary from VENDOR'S opinions, analyses, projections, or estimates and VENDOR'S shall have no liability for such variances. 1.7.4 Deliverables: (a) 60% Construction Drawings, Estimated Construction Cost and draft Technical Specifications in editable electronic format(docx,.xls, dwg, and .pdf)for the review and comments of the City; (b) 90% Construction Drawings, Estimated Construction Cost and draft Technical Specifications in editable electronic format(docx,.xls, dwg, and .pdf)for the review and comments of the City; (c) 100% Construction Drawings, Estimated Construction Cost and draft Technical Specifications in editable electronic format(docx,.xls, dwg, and .pdf)for the review and comments of the City; (d) Final signed and sealed sets of final Construction Drawings, Technical Specifications and Estimated Construction Cost in electronic format (the "Construction Drawings and Technical Specifications") along with all supporting calculations; and any associated documents; (e) Schedule of bid items; (f) Estimated Construction Costs within project budget, unless otherwise accepted in writing by the City. (g) In accepting or using any electronic format/files CITY agrees that all such electronic format/files are instruments of professional service and VENDOR shall remain the owner of electronic format/files. Copies of documents that may be relied upon by the CITY are limited to the printed copies or stamped .pdf files (also known as hard copies) provided by VENDOR. Any conclusion or information obtained or derived from such electronic format/files will be at the CITY's sole risk. In the event of a conflict between the hard copies prepared by VENDOR and the electronic format/files, the hard copies shall govern. Except as otherwise required by law, CITY agrees not to transfer these electronic format/files to others without the prior written consent of VENDOR and further agrees to waive all claims against VENDOR resulting in any way from any unauthorized alterations, modifications, and/or additions to the electronic format/files as well as reuse of the electronic format/files for any other project. 1.8 Permitting Phase 1.8.1 Scope. If the scope of Professional Services includes permitting, then in consultation with the City and on the basis of the Construction Drawings and Technical Specifications and Estimated Construction Cost of the project, VENDOR shall prepare all necessary permit applications for submission with the Construction Drawings and Technical Specifications to the regulatory agencies for appropriate permits or other approvals.VENDOR shall provide technical criteria, written descriptions and design data for the City's and VENDOR's use in filing applications for permits with or obtaining approvals of such governmental authorities as have jurisdiction to approve the design of the project. VENDOR shall respond to any comments or requests for information from permitting authorities and assist the City in consultations with appropriate authorities. 1.8.2 Permits. In the event that the Construction Drawings and Technical Specifications are not granted the necessary or appropriate permits or other approvals from the appropriate regulatory agencies due to design issues, VENDOR shall revise and/or redesign the documents at its own cost and expense to ensure the necessary permits and approvals are granted. 1.8.3 Permit Fees. Permit applications fees shall be determined by VENDOR and paid by UTL24-031 EWTP and W WTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-4 the City. 1.9 Construction Bidding and Negotiation Phase 1.9.1 Scope. If the scope of Professional Services includes the Construction Bidding and Negotiation Phase, then in consultation with City and on the basis of the Construction Drawings and Technical Specifications, VENDOR shall review price tabulation sheets and assist the City in evaluating bids or proposals and consult with and advise the City as to the acceptability of subcontractors, suppliers and other persons and organizations proposed by the prime contractor(s) for those portions of the work as to which such acceptability is required by the procurement documents. VENDOR will identify any areas of the Project that may be properly value-engineered to produce a savings in the construction cost. VENDOR may be required to assist the City's Procurement Division in the preparation of addenda or written clarifications of additional instructions, to interpret, clarify or expand the procurement documents. 1.9.2 Bidding assistance, if requested. Only if requested, VENDOR may be required to: (a) Participate in any pre-bid conferences and/or attend the bid opening; (b) Assist the City in negotiating proposals for each separate prime contract for construction, materials, equipment, and services. 1.10 Construction Administration Phase 1.10.1 Scope. If the scope of Professional Services includes the Construction Administration Phase, VENDOR shall consult with and advise the City and act as Owner's representative on the Project. VENDOR may be required to provide full time inspection staff as owner's representative to closely coordinate all activities with Plant operations on a daily to weekly basis. VENDOR will have limited authority to act on behalf of the City as specifically provided in this Agreement. (a) Site visits. VENDOR shall conduct site visits in accordance with Section 1.10.2, herein. (b) Meetings. VENDOR shall conduct weekly meetings with the City and contractor(s). VENDOR shall be responsible for preparing weekly meeting minutes and distributing them to all in attendance. (c) Interpretations. VENDOR shall issue necessary interpretations and clarifications of the Construction Drawings and Technical Specifications and may issue additional instructions, by means of drawings, minor change orders or otherwise, necessary to illustrate changes in the work. Change orders shall comply with Section 1.10.3 below. (d) Shop drawings; Samples. VENDOR shall timely review and approve or take other appropriate action with respect to shop drawings, samples, the acceptability of substitute materials and equipment proposed by contractor(s), and other data that the contractor(s) are required to submit to ascertain conformance to the Construction Drawings and Technical Specifications. VENDOR shall complete its review of submittals, shop drawings, samples and other data shall be completed so as not to delay the progression of the work or within fourteen (14) calendar days of receipt. The City shall be entitled to rely upon the approval of VENDOR that the shop drawings, product data, and samples approved by VENDOR conform with the Technical Specifications and design specified in the Construction Drawings, as may be amended. Such reviews and approvals or other action shall not extend to the means, methods, techniques, sequences or procedures of construction or to safety precautions and programs incident thereto. (e) Testing. VENDOR shall be obliged, in its role as the representative of the City on the project, to require special inspection or testing of the work, and shall receive and review all certificates of inspections, testing and approvals as required by laws, UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-5 rules, regulations, ordinances, codes, orders or the contract documents to determine that the work complies with the requirements of, and that the results certified indicate compliance with the Technical Specifications. (f) Review of payment applications. VENDOR shall review applications for payment and the accompanying data and schedules,VENDOR shall determine the amounts owing to contractor(s) and recommend in writing payments to contractor(s) in such amounts. Such recommendations of payment will constitute a representation to the City, based on such observations and review, that the work has progressed to the point indicated, and that, to the best of VENDOR's knowledge, information and belief, the work is in accordance with the Construction Drawings and Technical Specifications. Such recommendations do not represent that continuous or detailed examinations have been made by VENDOR to ascertain that the construction contractor(s) have completed the work in exact accordance with the construction documents; that the final work will be acceptable in all respects; that VENDOR has made an examination to ascertain how or for what purpose the construction contractor(s) have used the moneys paid; that title to any of the work, materials, or equipment has passed to the City free and clear of liens, claims, security interests, or encumbrances; or that there are not other matters at issue between the City and the construction contractors that affect the amount that should be paid. (g) Documentation review. VENDOR shall receive and review maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection, tests and approvals, which will be assembled by contractor(s) in accordance with the construction contract. Such review shall be limited to a determination by VENDOR that the content of said documents and instruments complies with the design intent of construction contract. In the case of certificates of inspection,tests and approvals, such review shall be limited to a determination that the results certified indicate compliance with, the design intent of construction contract. VENDOR shall thereafter transmit said documents and instruments to the City with written comments and, if applicable, recommendations regarding same, prior to determination of substantial completion. (h) Substantial Completion Inspection. VENDOR shall conduct substantial completion inspection(s)to develop the"punchlist" and to determine if the work is substantially complete; such inspection to be scheduled within three (3) days of notice of substantial completion. Said punch list shall be prepared and signed by VENDOR and the City and delivered to contractor not later than three(3) calendar days after the walkthrough. If necessary,VENDOR shall assist in any mediation between City and contractor to develop an agreed punch list. (i) Final Inspection. VENDOR shall conduct a final inspection to determine if the completed work is in compliance with the punch list, "as-built" drawings" and the Construction Drawings, Technical Specifications, and construction contract documents. Within three (3) business days following such determination of compliance by VENDOR, VENDOR shall recommend in writing final payment to contractor(s) and shall give written notice to City and contractor(s)that the work is acceptable, subject to any conditions expressed in such recommendation. 1.10.2 Site visits. VENDOR shall visit the construction site at intervals appropriate to the various stages of construction as VENDOR deems necessary or as the City requests in order to enable VENDOR to observe as an experienced and qualified design professional the progress and quality of the various aspects of contractor(s)' work is in accordance with Construction Drawings and Technical Specifications. Based on information obtained during such visits and on such observations, VENDOR shall advise City whether (i) the work is proceeding in accordance with the Construction Drawings and Technical Specifications,and(ii)the integrity of the design concepts have been implemented and preserved by the contractor(s).VENDOR shall keep the City informed of the progress of the work in the manner and frequency requested by the City. During such visits and on the basis of such observations,VENDOR may disapprove of or reject contractor(s)' work while it is in progress if VENDOR believes that such work will not produce a completed project that conforms generally to the design intent of contract documents UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-6 or that it will prejudice the integrity of the design of the project as reflected in the Construction Drawings and Technical Specifications. VENDOR shall notify the City within twenty-four (24) hours of the discovery of such conditions that stoppage of the work may be necessary to support the proper execution of the Construction Drawings and Technical Specifications or to protect the public and/or property. VENDOR shall sign any Stop Work Notice issued by the City. VENDOR shall also have authority to reject all work, materials and equipment which do not conform to the Construction Drawings and Technical Specifications and to decide questions raised by contractor which arise in the execution of the work. 1.10.3 Change orders.VENDOR shall prepare work change directives and change orders as required or requested by the City. VENDOR will provide a response to the contractor and City with respect to a request for change order within a reasonable amount of time after receipt of contractor's notice and all necessary backup information required by VENDOR to formulate a response. VENDOR will have authority to make minor changes in the work which: (1) do not result in extra cost; and (2) do not extend the timeline for completion of the project, and (3) are not inconsistent with the purpose of the work. VENDOR is not authorized to bind the City to changes in contract price or time. 1.10.4 Contractor claims. VENDOR will make decisions in writing on all claims of the contractor(s), and on all other matters relating to the execution and progress of the work or the interpretation of the Construction Drawings and Technical Specifications and contract documents.All such decisions of VENDOR shall be final. In the event of any unresolved dispute between City and its contractor(s),VENDOR may mediate a meeting with City and contractor(s) to resolve the dispute. Notwithstanding the foregoing, VENDOR will not be an arbitrator of disputes between City and its contractor(s). 1.10.5 No contractor supervision. VENDOR will not, either during site visits oras a result of observations of contractor(s)' work in progress, supervise, direct or have control over contractor(s)' work. Nor shall VENDOR have authority over or responsibility for the means, methods, techniques, sequences or procedures of construction selected by contractor(s), for safety precautions incident to the work of contractor(s) or for any failure of contractor(s) to comply with laws, rules, regulations, ordinances, codes or orders applicable to contractor(s) furnishing and performing their work. Accordingly, it is understood that VENDOR can neither guarantee the performance of the construction contracts by contractor(s) nor assume responsibility for contractor(s)' failure to furnish and perform their work in accordance with the contract documents. VENDOR shall not be required to make any examination to ascertain how or for what purpose any contractor has used the monies paid on account of the contract price, or to determine that title to any of the work, materials or equipment has passed to City free and clear of any lien, claims, security interests or encumbrances, or that there may not be other matters at issue between City and contractor that might affect the amount that should be paid. The limitations in this section shall not limit the responsibility of VENDOR otherwise set forth in this Agreement. VENDOR is NOT authorized to do the following: a. Expedite the work for the contractor(s). b. Advise the contractor(s)on building techniques or scheduling. c. Get involved in disputes or problems between contractor(s) and subcontractor(s). 1.10.6 Deliverables. (a)Weekly project meeting minutes; (b) Recommendations regarding payment applications; (c)Transmittal of maintenance and operating instructions, schedules, guarantees, bonds and certificates and inspection, tests and approvals (assembled by contractor(s)) with written comments and, if applicable, recommendations regarding same; (d) Punch list of items to be completed by contractor after substantial completion; (e)Recommendation of final payment to the contractor(s)and written notice to City that the work is complete and reasonably conforms with the Construction Drawings and Technical Specifications. UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-7 1.10.7 Presentation. If requested by City,VENDOR shall attend additional City meeting(s) and may be asked to make presentation of the project status or any issues or concerns. 1.11 Task Orders. Each Task Order issued pursuant to this Agreement shall include: (a) a scope of services in accordance with the applicable phases of Professional Services described above. (b) a detailed estimate of fees and costs based on the hourly rates established in this Agreement; (c) a task/deliverable schedule; and (d) a payment schedule based on deliverables Upon mutual agreement of the scope of services, fees, and costs, task/deliverable schedule, and payment schedule, a written Task Order for the applicable phase, in a form substantially similar to that attached hereto as Exhibit A, shall be executed by VENDOR and City. 1.12 Requirement for Drawings and Plans. Unless otherwise set forth in the scope of services, plans shall be based on the North American Datum of 1983, 1190 Adjustment, and the North American Vertical Datum of 1988. All drawings and plans shall be accurate, legible, complete in design, drawn to scale, and suitable for bidding purposes. 1.13 VENDOR assumes responsibility for performance of its services to be provided hereunder in accordance with the Standard of Care. If within one year following completion of its services,such services fail to meet the Standard of Care (as defined in Article 1.2), and the CITY promptly advises VENDOR thereof in writing, VENDOR agrees to re-perform such deficient services without charge to the CITY. 1.14 The relationship between CITY and VENDOR created hereunder and the services to be provided by VENDOR pursuant to this Agreement are non-exclusive. CITY shall be free to pursue and engage similar relationships with other contractors to perform the same or similar services performed by VENDOR hereunder, so long as no other consultant shall be engaged to perform the specific project(s) assigned to VENDOR while VENDOR is so engaged without first terminating such assignment. VENDOR shall be free to pursue relationships with other parties to perform the same or similar services, whether or not such relationships are for services to be performed within the CITY, so long as no such relationship shall result in a conflict of interest, ethical or otherwise, with the CITY's interests in the services provided by VENDOR hereunder. 1.15 VENDOR shall not utilize the services of any sub-consultant without the prior written approval of CITY. 1.16 The CITY's Representative during the performance of this Agreement shall be Bryan Heller. 1.17 The VENDOR'S Representative during the performance of the Agreement shall be GJ Schers. ARTICLE 2 -COMPLETION SCHEDULE. 2.1 Term and Time For Performance. The Term of this Agreement shall commence upon the complete execution of this Agreement by both parties and the Issuance of a Purchase Order by the CITY to the VENDOR, and continue until completion of the project. VENDOR shall perform all services and provide all work products and deliverables required in accordance with the schedule set forth below and the project schedule established in each specific Task Order, based upon the stipulations of the grant award. All Planning and Design Activities shall be completed no later than the date set forth below: a. Invoices submitted for work performed on or after November 8, 2023, may be eligible for reimbursement. b. Completion of all Planning and Design Activities for all Project facilities proposed for loan funding shall be completed no later than February 15, 2026. 2.2 Delay. UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-8 2.2.1 VENDOR's Professional Services shall be timely performed in compliance with the Project schedule or as amended in a writing executed by both parties. If VENDOR is delayed at any time in the progress of its Professional Services by any act, failure to act or neglect of the City, or any separate consultant or contractor hired directly by the City, or by occurrences beyond the control and without any fault or negligence of VENDOR, VENDOR shall provide to the City, within five (5) working days of the date the delay began, written notice of the delay. Provided VENDOR has timely notified the City of such delay,the City shall amend the schedule in writing,for the time delay actually caused by such occurrence, as determined by the City in its sole discretion. This extension of time shall be VENDOR's sole and exclusive remedy attributed to such delay. 2.2.2 Subject to Article 2.2.1, VENDOR acknowledges responsibility for any delay suffered by the City as a result of VENDOR's negligent, reckless, or intentional wrongful actions or inactions. In the event that the City suffers delay to the extent caused by VENDOR aforesaid actions or inactions, the City, in its sole discretion, said discretion to be exercised reasonably and in good faith, shall have the right and be entitled to terminate this Agreement if VENDOR fails to cure such delay upon five (5) day's written notice and such termination shall not be construed to constitute a breach of this Agreement by the City. ARTICLE 3— PROFESSIONAL SERVICES FEE& EXPENSES. 3.1 Compensation. The professional services Fee and administrative reimbursements to be paid by the City to VENDOR, for all Professional Services of both VENDOR and any of its subcontractors under this Agreement for attached Task Order 1 shall not exceed: seven hundred and seventy thousand dollars ($770,000). This compensation amount shall be the sole amount paid to VENDOR. The compensation may be adjusted, if necessary, by a written amendment, duly approved and executed by VENDOR and City, provided the City's budget includes, or is adjusted to include, the entire Fee. 3.2 Fee Schedule. A detailed Fee Schedule, tied to the deliverables shall be attached as Exhibit B. The Fee Schedule shall detail the hourly rates, number of hours and a payment schedule that shall not be front-loaded. 3.2.1 Rates. VENDOR's hourly rates for every position or level of profession or staff for whom time will be invoiced under this Agreement shall be included in the Fee Schedule attached as Exhibit B and incorporated into this Agreement. All such rates shall be effective for the term of this Agreement. The fixed hourly costs for all positions will be applicable to both in-house professional engineering services and professional engineering services at the VENDOR firm's place of business. 3.2.2 Expenses. The Fee Schedule shall include all administrative out-of-pocket expenses to be reimbursed under this Agreement. 3.2.3 Supporting Documents. VENDOR shall maintain complete and orderly documentation underlying all of its invoiced out of pocket expenses, including copies of paid receipts, invoices, or other documentation acceptable to the City. Such documentation shall be sufficient to establish that the expenses were actually incurred and necessary in the performance of the Professional Services. 3.2.4 Mark-Up. Any out-of-pocket costs shall not be marked up more than three percent (3%). 3.2.5 Travel Expenses. Any agreed travel, per diem, mileage, meals, or lodging expenses, the cost of which are subject to the City's prior written approval, shall be paid in accordance with the rates and conditions established by the City's Travel Policy, a copy of which has been provided to VENDOR, or the applicable law or ordinance. 3.3 Subcontracts. VENDOR may invoice for Professional Services related to the sub-contractual services at the established hourly rates in the Fee Schedule. ARTICLE 4—INVOICES AND PAYMENT. The VENDOR shall be paid by the CITY for completed work and for services rendered in accordance with the Fee Schedule as follows: UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-9 a. Payment as provided in this section by the CITY shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment, and incidentals necessary to complete the work. b. The VENDOR may submit invoices to the CITY a maximum of once per month during the progress of the work for partial payment. Such invoices will be reviewed by the CITY to determine if services have been rendered in conformity with this Agreement, and upon approval thereof, payment will be made to the VENDOR in the amount approved. c. Invoices must identify the PO number and contract number. d. Invoices shall be submitted to: Bryan Heller. And shall be concurrently e-mailed to the City's Representative. e. Invoices requesting reimbursement of expenses shall include copies of all documentation of the expenses, to the satisfaction of the CITY. f. Final payment of any balance due to the VENDOR of the total contract price earned will be made promptly upon its ascertainment and verification by the CITY after the completion of the work under this Agreement and its acceptance by the CITY. g. Prior to final payment of the amount due under the terms of this Agreement, to the extent permitted by law, a final waiver of lien shall be required to be submitted by the VENDOR, as well as all suppliers and subcontractors whom worked on the project that is the subject of this Agreement. Payment of the invoice and acceptance of such payment by VENDOR shall release CITY from all claims of liability by VENDOR in connection with this Agreement. h. Final Invoice: In order for both parties herein to close their books and records, the VENDOR will clearly state"Final Invoice"on the VENDOR's final/last billing to the CITY. The Final Invoice shall be submitted to the CITY no later than four(4) months after completion of all Professional Services. The Final Invoice certifies that all services have been properly performed and all charges and costs owed in connection with this Agreement have been invoiced to the CITY. Since this account will thereupon be closed, any other further charges if not properly included on the Final Invoice are considered waived by the VENDOR. i. The VENDOR's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the CITY and State for a period of five (5) years after the termination of the Agreement. Copies shall be made available upon request. j. All payments shall be governed by the Local Government Prompt Payment Act, as set forth in Part VII, Chapter 218, Florida Statutes. ARTICLE 5— ESTIMATED CONSTRUCTION COSTS 5.1 Included in Estimated Construction Cost The Estimated Construction Cost of a project shall include the total cost to City of all elements of the entire project designed and specified by VENDOR; including an itemization of each of the following: a. Cost of construction including all labor, materials and equipment required; including but not limited to, an estimated statement of proposed hourly rates and labor costs by job classification; general conditions, bonds and insurance, etc.; b. Allowance for construction cost contingencies; c. Regulatory permit fees; d. Allowance for other necessary services, such as materials testing, to be provided by others for the City; e. Traffic Control, when applicable; f. Sheet and shoring, when applicable; UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A,10 g. By-pass plumbing, when applicable; h. Pressure Testing, when applicable; i. Video Taping Inspections, when applicable; j. Mobilization and De-mobilizations. 5.2 Excluded in Estimated Construction Cost The Estimated Construction Cost shall exclude VENDOR's Fee. 5.3 Adjustment to Estimated Construction Cost VENDOR acknowledges that the Estimated Construction Costs shall be prepared by VENDOR in accordance with the Standard of Care. VENDOR further represents that it has the necessary resources and expertise, including a cost analyst for Estimating Construction Costs based on the best information available. In the event that the bidding phase has not commenced within three (3) months after VENDOR submits the Construction Drawings and Technical Specifications and Estimated Construction Cost of the project to the City, the Estimated Construction Cost of the project may be adjusted by VENDOR to reflect any documented change in the general level of prices in the construction industry between the date of submission of the Estimated Construction Costs to the City and the date on which the construction procurement solicitation is ultimately advertised. 5.4 Bidding Phase and Estimated Construction Cost In the event that a least two (2) responsive and responsible bids are received, and the lowest"best value" bid, as such term is used in the City of Boynton Beach Procurement Code, excluding any alternate bid items ("base bid"), exceeds the Estimated Construction Cost for a project by more than ten percent (10%), the VENDOR shall analyze in writing, the reasons why the bids or proposals may have exceeded the ten percent (10%)factor following the analysis of all base bids. In such a circumstance,the City may at its sole discretion, exercise any one or more of the following options: (1) VENDOR shall revise the Construction Drawings and Technical Specifications along with the Estimated Construction Cost, to enable the project to conform to ten percent (10%) above the Estimated Construction Costs of the project and the City's project budget with such amendments subject to the written final acceptance and approval of the City; (2) VENDOR shall assist the City with, re-bidding services and related items(including costs associated with regulatory review and approval of revised documents) as many times as requested by the City until the base bid of at least one "best value" bid falls within the factor of ten percent (10%) of the Estimated Construction Cost of the project; (3) City may grant approval of an increase in the Estimated Construction Cost of project; (4)City may abandon the project and terminate this Agreement; or(5) City may select as many deductive alternatives as may be necessary to bring the award within ten percent (10%) of the Estimated Construction Costs of the project. Notwithstanding the foregoing, VENDOR shall be compensated for any additional effort pursuant to this Section 5.4 except where VENDOR failed to conform to the Standard of Care. ARTICLE 6—MODIFICATIONS TO THE SCOPE Notwithstanding the foregoing provisions, the City reserves the right to make changes to a project or the scope of Professional Services at any time, including alterations, reductions or additions thereto. Upon receipt by VENDOR of City's notification of a contemplated change, VENDOR shall in writing: (i) provide a detailed estimate for the increase or decrease in VENDOR's Fee and other design costs that would result from the contemplated change; (ii) provide a detailed estimate for the increase or decrease in Estimated Construction Costs that would result from the contemplated change; (iii) notify the City of any estimated change in the completion date; and (iv) advise the City how the contemplated change shall affect the VENDOR's ability to meet the completion dates or schedules. If the City so instructs in writing, VENDOR shall suspend work on the portion of the scope of services affected by a contemplated change, pending the City's decision to proceed with the change. If the City elects to make the change, the parties shall execute a written amendment to this Agreement and VENDOR shall not commence work on any such change until such amendment is signed by the parties. It is further acknowledged and agreed that changes to Deliverables, or revisions of studies, that do not increase or change the overall estimate of time under the schedule shall be considered mere substitution of work for scope of work ("Substituted Services") already included in the Fee. Substituted Services shall not in any circumstances be considered compensable as other expenses, and, to the extent that the event of Substituted Services causes an overall reduction in the UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-11 amount of time for services considered in the Fee Schedule, such shall result in pro-rata reduction of the Fee. ARTICLE 7—OWNERSHIP AND USE OF DOCUMENTS. Excluding VENDOR's pre-existing intellectual property, all plans, drawings, calculation, construction documents, technical specifications, sketches, photographs, videos, illustrations, tracings, PowerPoint presentations,specifications, maps, computer files and/or studies or reports prepared or obtained under this Agreement, as well as all data collected,together with summaries and charts derived therefrom, regardless of form or format, will be considered works made for hire and, upon payment by the City of the Fee for same, will become the exclusive property of the City without restriction or limitation on their use and will be made available, upon request, to the City upon request and/or upon completion or termination of this Agreement. City shall not be required to pay any additional charges for the City's documents and records. Documents can be provided to the City electronically. Upon delivery to the City of said document(s), the City will become the custodian thereof in accordance with Chapter 119, Florida Statutes. Vendor will not copyright any material and products or patent any invention developed under this Agreement. Vendor specifically waives and releases all rights which Vendor may have in the materials, products or invention pursuant to 17 U.S.C. §§106A and 113(d). Vendor acknowledges and affirms that pursuant to 17 U.S.C. §106A1 such waiver and release shall be effective as to any and all uses foreseeable and unforeseeable for which such materials, products or invention might be subject. Vendor waives and assigns to City all copyrights under 17 U.S.C. §101, et seq., and all other rights in the materials, products, invention and any work produced. Any reuse of Vendor's prepared documents by the City, except for the specific purpose intended under this Agreement,will be at City's sole risk and without liability or legal exposure to Vendor or its sub-consultants. a. Obligation to Furnish Documents to the City. Vendor shall deliver to the City for approval and acceptance, and before being eligible for final payment of any amounts due under this Agreement, all documents and materials prepared for the City in connection with this Agreement. All such documents and records shall be provided within a reasonable time at no additional cost. Such documents may be provided electronically. b. Vendor's Records. Notwithstanding any other provision in this Section, Vendor shall be entitled to retain a copy of all plans, drawings, calculation, construction documents, technical specifications, sketches, photographs,videos, illustrations,tracings, PowerPoint presentations, specifications, maps, computer files and/or studies or reports prepared or obtained under this Agreement,as well as all data collected,together with summaries and charts derived therefrom, for Vendor's records only as is necessary for VENDOR to document its professional services. Vendor acknowledges that plans, drawings, documents, and records related to the physical security of City facilities or security systems are exempt or confidential records and shall not be disclosed by Vendor, except as authorized by law and specifically authorized by City. ARTICLE 8—GENERAL TERMS a. Fundinq. This Agreement shall remain in full force and effect only as long as the expenditures provided in the Agreement have been appropriated by the CITY in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. b. Representations. VENDOR represents to the CITY that it is competent to engage in the scope of services contemplated under this Agreement and that it will retain and assign qualified professionals to all assigned projects during the term of this Agreement. VENDOR's Services shall meet the Standard of Care. In submitting its response to the RFQ, VENDOR has represented to CITY that certain individuals employed by VENDOR shall provide services to CITY pursuant to this Agreement. CITY has relied upon such representations. Therefore, VENDOR shall not change the designated Project Management consultant for any project without the advance written approval of the CITY, which consent will not be unreasonably withheld by the CITY. c. Licensed. VENDOR represents that it is duly licensed in Florida to perform the Professional Services under this Agreement and that it will continue to maintain all licenses and approvals required to conduct its business. UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-12 d. Design and Constructability. Subject to Article 1.2,VENDOR hereby represents to City that where Professional Services includes development of Construction Drawings and Technical Specifications, such project: (i) is and shall be designed with no material defects in design, determined in accordance with sound architectural and engineering principles, as applicable, and generally accepted industry standards; (ii) is and shall be designed in accordance with generally accepted architectural and engineering standards, as applicable, and (iii) is constructible. Without waiver of City's other rights and remedies, City may require VENDOR to perform again, at VENDOR's sole cost and expense, any design services which were not performed in accordance with the requirements and standards set forth in this Agreement. VENDOR hereby waives any claims which it may have or assert against the City with respect to this section, except and unless and failure of VENDOR to perform, in whole or in part, is due to the action or inaction of the City. Without limiting any other remedy available to City, the VENDOR shall furnish at its own expense any redesign or revisions to the Construction Documents and Technical Specifications necessary to correct any material errors, omissions, failures or deficiencies in such documents, and shall, at its sole cost and expense, correct any work performed in accordance with deficient documents. The City's review or approval of, or payment for, any Professional Services or deliverables under this Agreement shall not be construed as a waiver of any rights under this Agreement or any cause of action arising out of performance under this Agreement. This section shall survive the expiration or termination of this Agreement. e. Indemnification. The VENDOR shall indemnify and hold harmless the CITY, its officers, employees, and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, through the conclusion of any appeals, which the CITY or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to and resulting from the performance of this Agreement by the VENDOR, its employees, agents, partners, principals or subcontractors but only to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of VENDOR or other persons employed or utilized by VENDOR in the performance of this Agreement. The VENDOR shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the CITY,where applicable,including appellate proceedings, and shall pay all costs, judgments, and attorneys' fees which may issue thereon. Neither party to this Agreement shall be liable to any third party claiming directly or through the other respective party, for any special, incidental, indirect, or consequential damages of any kind, including but not limited to lost profits or use that may result from this Agreement or out of the services or goods furnished hereunder. PURSUANT TO F.S. SEC. 558.0035, AN INDIVIDUAL EMPLOYEE OR AGENT MAY NOT BE HELD LIABLE FOR NEGLIGENCE. VENDOR obligations hereunder shall not apply to the extent caused by the negligence of any Indemnities. To the extent considered necessary by the City, any sums due VENDOR under this Agreement may be retained by City until all of City's claims for indemnification have been resolved, and any amount withheld shall not be subject to the payment of interest by City. This indemnification agreement is separate and apart from, and in no way limited by, any insurance provided pursuant to this Agreement or otherwise. The parties understand and agree that the covenants and representations relating to this indemnification provision shall survive the term of this Agreement and continue in full force and effect as to the party's responsibility to indemnify. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or §768.28, Fla. Stat., as may be amended from time to time. The limitations and exclusions of liability set forth in this subsection shall apply regardless of the type of claim, fault, breach of contract, tort (including negligence), strict liability, or otherwise of either party, its employees, or subconsultants. f. Insurance. During the performance of the services under this Agreement, VENDOR shall maintain the following insurance limits. All policies shall be written by an insurance company authorized to do business in Florida. VENDOR shall be required to obtain all applicable insurance coverage, as indicated below, prior to commencing any service pursuant to this Agreement: UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-13 i. Worker's Compensation Insurance: The VENDOR shall procure and maintain for the life of this Agreement, Worker's Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any subcontractor that does not have their own Worker's Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. ii. Commercial General Liability: The VENDOR shall procure and maintain for the life of this Agreement, Commercial General Liability Insurance. This coverage shall be on an"Occurrence"basis. Coverage shall include Premises and Operations; Independent consultants, Products-Completed Operations and Contractual Liability. This policy shall provide coverage for death, personal injury, or property damage that could arise directly or indirectly from the performance of this Agreement. VENDOR shall maintain a coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty (30) days prior written notice to the CITY. iii. Business Automobile Liability: The VENDOR shall procure and maintain, for the life of this Agreement, Business Automobile Liability Insurance. The VENDOR shall maintain an amount of$1,000,000 combined single limit for bodily injury and property damage liability to protect the VENDOR from claims for damage for bodily and personal injury,including death,as well as from claims for property damage,which may arise from the ownership, use of maintenance of owned and non-owned automobile, included rented automobiles,whether such operations be by the VENDOR or by anyone directly or indirectly employed by the VENDOR. iv. Professional Liability (Errors and Omissions) Insurance: The VENDOR shall procure and maintain for the life of this Agreement in the amount of $4,000,000 per claim and in aggregate. v. Umbrella/Excess Liability Insurance: in the amount of$1,000,000.00 as determined appropriate by the CITY depending on the type of job and exposures contemplated. Coverage must follow the form of the General Liability, Auto Liability and Employer's Liability. This coverage shall be maintained for a period of no less than the later of three (3) years after the delivery of goods/services or final payment pursuant to the Agreement. VENDOR shall provide the CITY with all Certificates of Insurance required under this section prior to beginning performance under this Agreement. Failure to maintain the required insurance will be considered a default of the Agreement. The CITY shall be included as an additional insured, except on the Worker's Compensation and Professional Liability policies. The coverage shall contain no limitations on the scope of protection afforded the CITY, its officers, officials, and employees. A current valid insurance policy meeting the requirements herein identified shall be maintained during the duration of this Agreement, and shall be endorsed to state that coverage shall not be suspended, voided or canceled by either party, reduced in coverage in limits except after thirty (30) days prior written notice by either certified mail, return receipt requested, has been given to the CITY. The CITY reserves the right to reasonably require any additional insurance coverage or increased limits as determined necessary by the Director of Human Resources and Risk Management. The CITY reserves the right to review, modify, reject, or accept any required limits, coverage, or endorsements throughout the term of the Agreement. Increased limits shall be agreed to by both parties. g. Independent Contractor. The VENDOR and the CITY agree that the VENDOR is an UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-14 independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither VENDOR nor any employee of VENDOR shall be entitled to any benefits accorded CITY employees by virtue of the services provided under this Agreement. The CITY shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to VENDOR, or any employee of VENDOR. h. Covenant Against Contingent Fees. The VENDOR represents that he has not employed or retained any company or person, other than a bona fide employee working solely for the VENDOR, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the VENDOR any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the CITY shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. i. Consultant's Competitive Negotiation Act. The parties confirm that the procurement of the professional services under this Agreement was the subject of the competitive selection and negotiation processes mandated by Section 287.055, Florida Statutes, unless specifically exempted therefrom. j. Truth-In-Negotiation Certificate. a. Execution of this Agreement by the VENDOR shall act as the execution of a truth-in- negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Agreement is accurate, complete, and current as of the date of the Agreement and no higher than those charged the VENDOR's most favored customer for the same or substantially similar service. b. The said rates and cost shall be adjusted to exclude any significant sums should the CITY determine that the rates and costs were increased due to inaccurate, incomplete, or non-current wage rates or due to inaccurate representations of fees paid to outside VENDORs. The CITY shall exercise its rights under this "Certificate" within one (1) year following payment. k. Discrimination Prohibited. The VENDOR, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, gender, disability, marital status, political affiliation, pregnancy, gender identity, and expression, sex or the presence of any physical or sensory handicap in the selection and retention of employees, procurement of materials, supplies, or in performance of any Work pursuant to this Agreement. I. Non-Waiver. Any waiver by either party of any one or more of the covenants, conditions, or provisions of this Agreement, shall not be construed to be a waiver of any subsequent or other breach of the same or any covenant, condition or provision of this Agreement. Nothing in this Agreement shall be interpreted to constitute a release of the responsibility and liability of VENDOR, its employees, sub-contractors, agents, and sub-consultants for the accuracy and competency of their designs, working drawings, Construction Documents, Technical Specifications or other documents and works, nor shall any approval by the City be deemed to be an assumption of such responsibility by the City for a defect or omission in designs, Construction Documents, Technical Specifications or other documents prepared by VENDOR, its employees, agents, or subcontractors. m. Termination. a. Termination for Convenience. This Agreement may be terminated by the CITY for convenience, upon fourteen (14) calendar days after written notice by the City to the VENDOR for such termination in which event the VENDOR shall be paid its UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-15 compensation for work performed through to the termination date, including services reasonably related to termination. In the event that the VENDOR abandons the Agreement or causes it to be terminated, the VENDOR shall indemnify the CITY against loss pertaining to this termination. b. Termination for Cause. This Agreement may be terminated for cause by the aggrieved party if the party in breach has not corrected the breach within thirty (30) calendar days after receipt of written notice from the aggrieved party identifying the breach. This Agreement may be terminated for cause by CITY for, VENDOR's failure to perform the Services as per the terms of this Agreement, or repeated submission (whether negligent or intentional)for payment of false or incorrect bills or invoices. c. In the event of the death of a member, partner, or officer of the VENDOR, or any of its supervisory personnel assigned to the project,the surviving members of the VENDOR hereby agree to complete the work under the terms of this Agreement, if requested to do so by the CITY. This section shall not be a bar to renegotiations of this Agreement between surviving members of the VENDOR and the CITY, if the CITY so chooses. d. Notice of termination shall be provided in accordance with the"Notices" section of this Agreement. e. Upon termination, VENDOR shall immediately assemble and deliver all documents, drawings, signed and sealed drawings, Construction Documents, Technical Specifications, CADD files, calculations, specifications, correspondence, testing and materials information, warranties, manuals, written information, electronic data and all other materials in its possession concerning the Professional Services under this Agreement and City projects to the City. f. In the event of termination, VENDOR, upon receipt of the notice of such termination, shall: (1) stop the performance of the Professional Services on the date and to the extent specified in the notice of termination; (2)place no further orders or subcontracts except as may be necessary for completion of any portion(s) of the Professional Services not terminated and as authorized by the written notice; (3)terminate all orders and subcontracts to the extent that they relate to the performance of the Professional Services terminated by the notice of termination; (4) transfer title to the City (to the extent that title has not already been transferred)and deliver according to the manner, at the times, and to the extent directed by the City, all property purchased under this Agreement and reimbursed as direct items of cost and not required for completion of the services not terminated; (5) promptly assemble and deliver as provided above all documents related to this Agreement; (6) promptly complete performance of any Professional Services not terminated by the notice of termination and/or cooperate in transition of its consulting duties to appropriate parties at the direction of the City. g. In the event of termination, the City shall compensate VENDOR for all authorized Professional Services satisfactorily performed through the termination date as per the terms of this Agreement, and for costs incurred, under the payment terms contained in this Agreement. In the event of Termination for Cause, no payments to VENDOR shall be made (1) for Professional Services not satisfactorily performed and cured as per the terms of this Agreement and (2) for assembly of and submittal of documents as required under this Agreement. In no event shall City be obligated to compensate VENDOR for lost profits, or any resulting or consequential damages. h. In addition to any termination rights stated in this Agreement, CITY shall be entitled to seek any and all available contractual or other remedies available at law or in equity including recovery of actual costs incurred by CITY due to VENDOR's failure to comply with any term(s) of this Agreement. i. Surviving Provisions. It is agreed that the indemnity provisions, insurance provisions, the right to audit, governing law, and litigation, and all covenants, agreements, and representations made in this Agreement or otherwise made in writing by VENDOR, including but not limited to any representations made relating to disclosure or UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-16 ownership of documents, shall survive the expiration or termination of this Agreement. n. Default of Contract& Remedies. a. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction exclusively in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. b. Correction of Work. Subject to Article 1.2, if, in the judgment of CITY,work provided by VENDOR does not conform to the requirements of this Agreement, or if the work exhibits poor workmanship, CITY reserves the right to require that VENDOR correct all deficiencies in the work to bring the work into conformance without additional cost to CITY, and/or replace any personnel who fail to perform in accordance with the requirements of this Agreement. CITY shall be the sole judge of non-conformance and the quality of workmanship. c. Default of Contract. The occurrence of any one or more of the following events shall constitute a default and breach of this Agreement by VENDOR : d. The abandonment of the project by VENDOR for a period of more than seven (7) business days. e. The abandonment, unnecessary delay, refusal of, or failure to comply with any of the terms of this Agreement or neglect, or refusal to comply with the instructions of the CITY's designee. f. The failure by VENDOR to observe or perform any of the terms, covenants, or conditions of this Agreement to be observed or performed by VENDOR, where such failure shall continue for a period of seven (7)days after written notice thereof by CITY to VENDOR; provided, however, that if the nature of VENDOR 's default is such that more than seven (7)days are reasonably required for its cure,then VENDOR shall not be deemed to be in default if VENDOR commences such cure within said seven (7) day period and thereafter diligently prosecutes such cure to completion. g. The assignment and/or transfer of this Agreement or execution or attachment thereon by VENDOR or any other party in a manner not expressly permitted hereunder. h. The making by VENDOR of any general assignment or general arrangement for the benefit of creditors, or the filing by or against VENDOR of a petition to have VENDOR adjudged a bankruptcy, or a petition for reorganization or arrangement under any law relating to bankruptcy(unless,in the case of a petition filed against VENDOR,the same is dismissed within sixty (60) calendar days); or the appointment of a trustee or a receiver to take possession of substantially all of VENDOR's assets,or for VENDOR's interest in this Agreement, where possession is not restored to VENDOR within thirty (30) calendar days; for attachment, execution or other judicial seizure of substantially all of VENDOR 's assets, or for VENDOR 's interest in this Agreement, where such seizure is not discharged within thirty (30) calendar days. i. Remedies in Default. In case of default by VENDOR, CITY shall notify VENDOR, in writing, of such abandonment, delay, refusal, failure, neglect, or default and direct VENDOR to comply with all provisions of the Agreement. If the abandonment, delay, refusal, failure, neglect, or default is not cured within seven (7) business days of when notice was sent by CITY, CITY may declare a default of the Agreement and notify VENDOR of such declaration of default and terminate the Agreement in accordance with the Termination section set forth above. o. Uncontrollable Forces. a. Neither the CITY nor VENDOR shall be considered to be in default of this Agreement UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-17 if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the non-performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. b. Neither party shall, however, be excused from performance if non-performance is due to forces which are preventable, removable, or remediable, and which the non- performing party could have, with the exercise of reasonable diligence, prevented, removed,or remedied with reasonable dispatch. The non-performing party shall,within a reasonable time of being prevented or delayed from performance by an uncontrollable force,give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. p. Notices. All written notices, demands, and other communications required or provided for under this Agreement shall be sent by certified mail, return receipt requested, postage prepaid, in the case of mailing, or by overnight or same day courier, or by electronic transmission producing a written record, or hand delivered to the appropriate parties at the addresses(es) listed below. Notices to the CITY shall be sent to the following address: Daniel Dugger, City Manager City of Boynton Beach 100 E. Ocean Avenue Boynton Beach, FL 33435 Telephone No. (561)742-6000 Notices to VENDOR shall be sent to the following address: ATTN: Didier Menard, GJ Schers, Raul Alfaro Jacobs Engineering Group, Inc. Address: 550 West Cypress Creek Road Suite 400 Fort Lauderdale, FL 33309 Phone: 407-496-1938, 239-404-0245, 786-709-1119 Email: didier.menard(a�iacobs.com, iacobs.com, raul.alfaro( iacobs.com q. Public Records. The Vendor shall comply with Florida's Public records Law. Specifically, the VENDOR shall: a. Keep and maintain public records required by the CITY to perform the service; b. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla.Stat. or as otherwise provided by law; c. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and,following completion of the contract,VENDOR shall maintain in a secured manner all copies of such confidential and exempt records remaining in its possession once the VENDOR transfers the records in its possession to the CITY; and UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-18 d. Upon completion of the contract, VENDOR shall transfer to the CITY, at no cost to the CITY, all public records in VENDOR'S possession. All records stored electronically by VENDOR must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. IF THE VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE VENDOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CITY CLERK 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 TELEPHONE: 561-742-6060 CityClerk(dbbfl.us r. Time of Essence.Time shall be of the essence for each and every provision of this Agreement. s. E-Verify. VENDOR is used interchangeably with CONTRACTOR throughout this Section. VENDOR certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statutes, as may be amended from time to time and briefly described herein below. A. Definitions for this Section: i. "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary,wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or consultant. ii. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. iii. "E-Verify system" means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. B. Registration Requirement; Termination. Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021, Contractors, shall register with and use the E-Verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E-Verify System to verify the employment eligibility of: i. All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-19 ii. All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Contractor to perform work pursuant to the contract with the CITY of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E-Verify System during the term of the contract is a condition of the contract with the CITY of Boynton Beach; and iii. The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility,"as amended from time to time.This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately.Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty(20)calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of one (1)year after the date of termination. t. Public Entity Crime Act 287.133. VENDOR represents that the execution of this Agreement will not violate Section 287.133, Florida Statutes and certifies that VENDOR and any parent corporations, affiliates, subsidiaries, members, shareholders, partners, officers, directors or executives, and any sub-consultants have not been placed on the Convicted Vendor List maintained by the State of Florida within 36 months prior to the submittal of the Proposal to under this RFQ.Violation of this section may result in termination of this Agreement and recovery of all monies paid hereto, and may result in debarment from City's competitive procurement activities. u. Scrutinized Companies 287.135 and 215.473. Vendor certifies that vendor is not participating in a boycott of Israel. Vendor further certifies that vendor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,or has Vendor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Vendor of the City's determination concerning the false certification. Vendor shall have five(5)days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Vendor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Vendor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. v. Sovereign Immunity.The CITY is a political subdivision of the State of Florida. Nothing in this Agreement is intended, nor shall be construed or interpreted, to waiver or modify the immunities and limitations on liability provided for in Section 768.28, Florida statute, as may be amended from time to time, or any successor statute thereof. To the contrary, all terms and provisions contained in the Agreement, or any disagreement or dispute concerning it, shall be construed or resolved so as to ensure CITY of the limitation from liability provided to any successor statute thereof. w. Assignment. No assignment by a party hereto of any rights under or interests in this Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-20 any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. x. Binding Authority. CITY and VENDOR represent that they have the full power and authority to enter into and fully perform their obligations under this Agreement, and each bind itself, their partners, successors, assigns, and legal representatives to the other party hereto, their partners, successors, assigns, and legal representatives in respect of all covenants, agreements, and obligations contained in this Agreement. y. Attorney's Fees and Costs. In the event that either party brings suit for enforcement of this Agreement, each party shall bear its own attorney's fees and court costs, except as otherwise provided under the indemnification provisions set forth herein above. z. Performance of Government Functions. Notwithstanding anything in this Agreement to the contrary, nothing contained in this Agreement shall in any way stop, limit or impair the City of Boynton Beach from exercising or performing any regulatory, policing, legislative, governmental, or other powers or functions with respect to any project. aa. Compliance with Laws. It shall be the VENDOR's responsibility to be aware of and comply with all statutes,ordinances, rules, orders, regulations, and requirements of all local,city, state, and federal agencies as applicable to the Professional Services. bb. No Third-Party Beneficiaries. No provision of this Agreement is intended to, or shall be construed to, create any third-party beneficiary or to provide any rights to any person or entity, not a party to the agreement/contract, including but not limited to any citizen or employees of the City and/or Vendor. cc. Severability. In the event that any term or provision of this Agreement shall to any extent be held invalid or unenforceable, it is agreed that the remainder of this Agreement, or the application of such terms or provision to persons or circumstances other than those as to which it is held invalid or unenforceable, shall not be affected and every other term and provision of this Agreement shall be deemed valid and enforceable to the maximum extent permitted by law. dd. Litigation; Governing Law; Venue. This Agreement shall be construed and interpreted, and the rights of the parties hereto determined, in accordance with Florida law without regard to conflicts of law provisions. The City and VENDOR submit to the jurisdiction of Florida courts and federal courts located in Florida. The parties agree that proper venue for any suit concerning this Agreement shall be exclusively in Palm Beach County, Florida, or the Federal Southern District of Florida. VENDOR agrees to waive all defenses to any suit filed in Florida based upon improper venue or forum nonconveniens. ee. Integrated Agreement. This Agreement represents the entire and integrated agreement between CITY and VENDOR and supersedes all prior negotiations, representations, or agreements, either written or oral. This Agreement is intended by the parties hereto to be the final expression of this Agreement, and it constitutes the full and entire understanding between the parties with respect to the subject hereof, notwithstanding any representations,statements, or agreements to the contrary heretofore made. In the event of a conflict between this Agreement,the solicitation, and the VENDOR's bid proposal, this Agreement shall govern then the solicitation, and then the bid proposal. This Agreement may be amended only by written instrument signed by both CITY and VENDOR. ff. Effective Date and Execution. This Agreement will take effect on the Effective Date. This Agreement may be executed by hand or electronically in multiple originals or counterparts,each of which shall be deemed to be an original and together shall constitute one and the same agreement. Execution and delivery of this Agreement by the Parties shall be legally binding, UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-21 valid,and effective upon delivery of the executed documents to the other party through facsimile transmission, email, or other electronic delivery. gg. Limitation of Liability.The total aggregate liability arising out of performance or breach of this Agreement shall not exceed 2 times the compensation paid to VENDOR under each applicable Task Order. ARTICLE 9 -FEDERAL REQUIREMENTS. Notwithstanding anything to the contrary set forth herein, VENDOR shall comply with all applicable federally required standard provisions whether set forth herein below, in 2 CFR Part 200, or otherwise. Any reference made to VENDOR in this section shall also apply to any subcontractor under the terms of this Agreement. 9.1 Equal Employment Opportunity. During the performance of this contract,VENDOR agrees as follows: A. VENDOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin.VENDOR will take affirmative action to ensure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation;and selection for training, including apprenticeship. VENDOR agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. B. VENDOR will, in all solicitations or advertisements for employees placed by or on behalf of VENDOR, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. C. VENDOR will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with VENDOR 's legal duty to furnish information. D. VENDOR will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding,a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of VENDOR 's commitments under section 202 of Executive Order 11246 of September 24, 1965,and shall post copies of the notice in conspicuous places available to employees and applicants for employment. E. VENDOR will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. F. VENDOR will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-22 G. In the event of VENDOR 's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders,this Agreement may be canceled, terminated or suspended in whole or in part and VENDOR may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965,or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. H. VENDOR will include the provisions of paragraphs (A)through (H) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor.VENDOR will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event VENDOR becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, VENDOR may request the United States to enter into such litigation to protect the interests of the United States. The CITY further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided,that if the CITY so participating is a state or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The CITY further agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The CITY further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the CITY agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel,terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the CITY under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such CITY; and refer the case to the Department of Justice for appropriate legal proceedings. 9.2 Davis-Bacon Act. VENDOR shall comply with the Davis-Bacon Act(40 U.S.C. 276a to 276a-7) as supplemented by Department of Labor Regulations (29 CFR Part 5). In accordance with the statute,VENDOR must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, VENDOR must be required to pay wages not less than once a week. 9.3 Copeland "Anti-Kickback"Act.VENDOR shall comply with the Copeland"Anti-Kickback"Act, (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). VENDOR must be prohibited from inducing, by any means,any person employed in the construction,completion, or repair of public work,to give up any part of the compensation to which he or she is otherwise entitled. CITY must report all suspected or reported violations to the Federal awarding agency. UTL24-031 EWTP and W WTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-23 9.4 Contract Work Hours and Safety Standards Act (40 U.S.C. 3701- 3708). Where applicable, pursuant to 40 U.S.C. 3702 and 3704,as supplemented by Department of Labor regulations(29 CFR Part 5)VENDOR must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. A. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. B Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph(A)of this section the VENDOR and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia or a territory,to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (A) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (A)of this section. C. Withholding for unpaid wages and liquidated damages. CITY shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld,from any moneys payable on account of work performed by VENDOR or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph(26.4.2)of this section. D. Subcontracts. VENDOR or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (A) through (D) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (A)through (D) of this section. 9.5 VENDOR agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act(42 U.S.C. 7401-7671q)and the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251- 1387). CITY will report violations to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). A. Clean Air Act.VENDOR agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended,42 U.S.C. §7401 et seq.VENDOR agrees to report each violation to CITY and understands and agrees that the CITY will, in turn, report each violation as required to assure notification to the State, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office.VENDOR agrees to include these requirements in each subcontract exceeding$150,000 financed in whole or in part UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-24 with Federal assistance. B. Federal Water Pollution Control Act. VENDOR agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq.VENDOR agrees to report each violation to the CITY and understands and agrees that the CITY will, in turn, report each violation as required to assure notification to the State, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. VENDOR agrees to include these requirements in each subcontract exceeding one hundred fifty thousand dollars ($150,000) financed in whole or in part with Federal assistance. 9.6 Suspension and Debarment.This Agreement is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000, as such VENDOR is required to verify that none of the Vendor's agents, principals(defined at 2 C.F.R. § 180.995),or affiliates (defined at 2 C.F.R. § 180.905)are excluded(defined at 2 C.F.R.§ 180.940)or disqualified(defined at 2 C.F.R.§ 180.935). A. VENDOR must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. This certification is a material representation of fact relied upon by CITY. If it is later determined that Vendor did not comply with 2 C.F.R. pt. 180,subpart C and 2 C.F.R. pt. 3000,subpart C, in addition to remedies available to State and CITY, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. B. The Vendor or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer.The Vendor or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 9.7 Byrd Anti-Lobbying Amendment, as amended (31 U.S.C. § 1352). VENDOR shall file the required certification pursuant to 31 U.S.C. 1352. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress,or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. 9.8 Compliance with State Energy Policy and Conservation Act. VENDOR shall comply with all mandatory standards and policies relating to energy efficiency contained in the State energy conservation plan issued in compliance with the Energy Policy and Conservation Act(Pub. L. 94- 163, 89 Stat. 871). 9.9 Procurement of Recovered Materials. The CITY and VENDOR must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency(EPA)at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery;and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 9.10 Reporting. Pursuant to 44 CFR 13.36(i)(7),VENDOR shall comply with federal requirements and regulations pertaining to reporting, including but not limited to those set forth at 44 CFR 40 and 41, if applicable. Furthermore, both parties shall provide the FEMA Administrator, U.S. DOT UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-25 Administrator, the Comptroller General of the United States, or any of their authorized representative access to any books, documents, papers, and records of VENDOR which are directly pertinent to this contract for the purpose of making audits, examinations, excerpts, and transcriptions. Also, both Parties agree to provide FEMA Administrator or his authorized representative access to construction or other work sites pertaining to the work being completed under the Agreement. 9.11 Rights to Inventions. VENDOR agrees that if this Agreement results in any copyrightable materials or inventions, the Federal Government reserves a royalty-free, nonexclusive and irrevocable license to reproduce, publish or otherwise use the copyright of said materials or inventions for Federal Government purposes. 9.12 No Obligation by the Federal Government. The federal government is not a party to this contract and is not subject to any obligations or liabilities to the non-federal entity, contractor, or any other party pertaining to any matter resulting from the contract. 9.13 Department of Homeland Security (DHS) Seal, Logo, and Flags. VENDOR shall not use DHS(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific federal pre-approval. 9.14 Compliance with Federal Law, Regulations, and Executive Orders. This is an acknowledgement that federal financial assistance will be used to fund the Agreement only. VENDOR will comply with all applicable federal law, regulations, executive orders, policies, procedures, and directives. 9.15 Fraudulent Statements. VENDOR acknowledges that 31 U.S.C. Chap. 38 applies to VENDOR's actions pertaining to this Agreement. 9.16 Prohibition on Contracting for Covered Telecommunications Equipment or Services. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services (Interim), as used in this clause. A. Prohibitions. i. Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232, and 2 C.F.R. §200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. ii. Unless an exception in paragraph (B) of this clause applies, the VENDOR and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: a. Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; b. Enter into, extend,or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; c. Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-26 component of any system, or as critical technology as part of any system;or d. Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. B Exceptions. i. This clause does not prohibit VENDOR from providing: (a)A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or(b)Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. ii. By necessary implication and regulation, the prohibitions also do not apply to: (a) Covered telecommunications equipment or services that: i. Are not used as a substantial or essential component of any system;and ii.Are not used as critical technology of any system. (b) Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. C.Reporting requirement. i. In the event VENDOR identifies covered telecommunications equipment or services used as a substantial or essential component of any system,or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (ii) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. ii. The VENDOR shall report the following information pursuant to this section: (i)Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code(if known); brand; model number(original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii)Within ten(10)business days of submitting the information required by this Section: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. The VENDOR shall insert the substance of this clause, including this in all subcontracts and other contractual instruments. 9.17 Domestic Preference for Procurements.As appropriate,and to the extent consistent with law, the VENDOR should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products,or materials produced in the United States.This includes, but is not limited to iron, aluminum,steel, cement, and other manufactured products. For purposes of this clause: Produced in the United States means, for iron and steel products, that all manufacturing processes,from the initial melting stage through the application of coatings,occurred in the United States. Manufactured products mean items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-27 9.18 Affirmative Socioeconomic Steps. If subcontracts are to be let,VENDOR is required to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure that small and minority businesses,women's business enterprises, and labor surplus area firms are used when possible. 9.19 License and Delivery of Works Subject to Copyright and Data Rights. If applicable, the VENDOR grants to CITY,a paid-up, royalty-free, nonexclusive, irrevocable,worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works,distribute copies to the public,and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, VENDOR will identify such data and grant to the CITY or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data,as used herein, shall include any work subject to copyright under 17 U.S.C.§ 102,for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract,VENDOR will deliver to the VENDOR data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by VENDOR. (SIGNATURES ON FOLLOWING PAGE) UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-28 IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. DATED this p2P day of J QYII � , 20 CITY OF BOYNTON BEACH T '- '- ayor (Authorized Official Name), (Vendor) David Ashman Print Name of Authorized Official Vice President Title r�GxsEERN h� 1/4,,•' $00,gq•.C,QOI� "ea,' L lir'. 10 i L : (Corporate Seal) ; EXHIBIT A TASK ORDER TEMPLATE rr, CITY OF BOYNTON BEACH Services Task Order Task Order No. Consultant: Contract No. 1. Task/Project Phase. (Insert title and brief description) 2. Detailed Scope of Professional Services. A detailed scope of services under this Task Order, in accordance with the phases of service detailed in the Agreement, is attached as Exhibit 3. Deliverables and Schedule. Consultant shall deliver to the City the deliverables specified at the time indicated on the attached Exhibit 4. Compensation. The total Fee to be paid to Consultant under this Task Order shall not exceed based on the hourly rates currently in effect under the Agreement. A detailed fee schedule is attached as Exhibit The payment schedule(based on deliverables) is attached as Exhibit 5. Agreement Reference. This Task Order shall be performed under the terms and conditions described within the Agreement, dated ,20 ,by and between the City of Boynton Beach and ("Consultant"), Contract No. 6. Insurance. Consultant shall maintain insurance coverages in accordance with the Agreement and hereby confirms that Certificate(s) of Insurance evidencing current policies meeting the requirements of the Agreement are on file with the City as of the date of this Task Order. 7. Exhibits. All attached Exhibits are incorporated fully into this Task Order and the Agreement. 8. Notice to Proceed. ❑ If checked, Consultant's receipt of a fully-executed copy of this Task Order shall serve as the Notice to Proceed under this Task Order, effective as of the date the fully-executed Task Order was emailed to the Consultant. ❑ If checked, Consultant shall commence Services under this Task Order as specified in a forthcoming Notice to Proceed. UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-30 CONSULTANT: CITY OF BOYNTON BEACH By: By: Ty Penserga, Mayor Print Name: Date: , 20_ Date: , 20_ Attest: City Clerk City Attorney's Office Approved as to form and legality By: UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A 31 EXHIBIT B FEE SCHEDULE PERSONNEL CLASSIFICATIONS HOURLY RATE Principal $290 Senior Project Manager $265 Project Manager $225 Senior Engineer $250 Process Engineer $150 Sr. Electrical Engineer $240 Electrical Engineer $150 Process Control/Inst. Engineer $150 Sr. Mechanical Engineer $240 Mechanical Engineer $150 Engineering Technician $125 Engineer $140 Staff Engineer $130 Architect $150 Senior Architect $225 Landscape Architect $185 Environmental Specialist $185 Inspector(Zoning & Landscape) $150 Inspector(Transportation) $150 Senior Landscape Architect $195 Senior Surveyor/Mapper $150 Surveyor/Field Survey Chief $165 Designer $130 Senior Designer $150 Urban Designer $165 Chief Designer $185 Hydrogeologist $140 Principal Hydrogeologist $225 Planning Technician $150 GIS Specialist $130 Senior Structural Engineer $240 Structural Engineer $150 CADD/Technician $130 Architectural CADD/Technician $130 Planner $150 Senior Planner $195 Transportation Planner $149 Transportation Planning Technician $130 Public Relations Specialist $200 Senior Construction Inspector $175 Construction Inspector $140 Rate Analyst $220 Senior Rate Analyst $250 Grant Analyst $175 Grant Specialist $200 Project Assistant $125 Clerical/Administrative $95 Reimbursable Expenses: Direct costs such as postage, prints, and delivery services will be billed at cost. Mark-up % Sub-Consultants Fee: 0% UTL24-031 EWTP and W WTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A 32 City of Boynton Beach Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as"Certificate Holder"and"The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of"B+"or higher. (NOTE: An insurance contract or binder may be accepted as proof of insurance if Certificate is provided upon selection of vendor.)The following is a list of types of insurance required of contractors, lessees,etc., and the limits required by the City:(NOTE:This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits,based upon identified risk.) TYPE (Occurrence Based Only) LIMITS REQUIRED General Liability General Aggregate $ 1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners &Contractor's Protective (OCP) Personal &Adv. Injury $ 1,000,000.00 Asbestos Abatement Each Occurrence $ 1,000,000.00 Lead Abatement Fire Damage(any one fire) $ 50,000.00 Broad Form Vendors Med. Expense(any one person) $ 5,000.00 Premises Operations Underground Explosion&Collapse Products Completed Operations Contractual Independent Contractors Fire Legal Liability Professional Liability Aggregate $1,000,000.00 Automobile Liability Combined Single Limit $ 1,000,000.00 Any Auto All Owned Autos Hired Autos Non-Owned Autos Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 1,000,000.00 Disease, Policy Limit $ 1,000,000.00 Disease Each Employe $ 1,000,000.00 Property: Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost Installation Floater Limits based on Project Cost Other-As Risk Identified to be determined INSURANCEADVISORYFORM Revised 04/2021 UTL24-031 EWTP and WWTP Upgrades and Treatment Options Evaluation,Planning,and Design for Emerging Contaminants Removal—Engineering Services(Grant/Loan Funded) A-33 J