Loading...
Contract 2024-021ADocuSign Envelope ID: 97F8DAD5-61E5-47E7-BF1D-B1A8DDB43709 AGREEMENT No. 2024-021 DISASTER AND NON -DISASTER RESTORATION OF OPERATIONAL SERVICES THIS AGREEMENT is made and entered into this 4th day of April 2024, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and BELFOR USA GROUP, INC., whose address is: 185 Oakland Avenue, Suite 150, Birmingham, MI 48009, (hereinafter referred to as "CONTRACTOR"). WHEREAS, OMNIA Partners through the public procurement process awarded an Agreement for, Disaster and Non -Disaster Restoration of Operational Services Contract Number RI91601; WHEREAS, CITY desires to utilize the above -referenced awarded bid, CONTRACTOR's response thereto and Agreement in accordance with CITY's procurement policy; and WHEREAS, CONTRACTOR desires to enter into a contract with CITY based on the terms and conditions of the OMNIA Partners Contract Number R191601; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: SCOPE OF WORK The CONTRACTOR shall furnish disaster and non -disaster restoration of operational services as described in the OMNIA Partners Contract Number R191601, which is attached hereto and incorporated herein as Exhibit "A" and shall perform everything required by this Agreement and the other exhibits attached hereto. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR that is not specified in the CITY's purchase order. To the extent of a conflict between this Agreement and Exhibit "A", the terms and conditions of this Agreement shall prevail and govern. In all instances the CITY purchasing policy, resolutions and ordinances shall apply. 2. THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement documents and the Price Schedule as set forth in Exhibit "A". 3. TERM AND TERMINATION A. This Agreement is to become effective upon execution by both parties, and shall remain in effect until Wednesday, April 30, 2025 unless terminated or renewed by OMNIA Partners. B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR b) if CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general DocuSign Envelope ID: 97F8DAD5-61E5-47E7-BF1D-B1A8DDB43709 Piggyback Agreement Disaster and Non -Disaster Restoration of Operational Services assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon the performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. 4. PROVISION OF SERVICES AND COMPLETION OF WORK A. The CONTRACTOR shall only provide to CITY the services contained under the Scope of Work upon receipt of an authorized order from CITY and shall provide the requested items in the timeframe and as set forth in OMNIA Partners Contract Number R191601 or in the specific purchase order or authorized order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of product from CONTRACTOR or create an exclusive purchase agreement between CITY and CONTRACTOR. CITY shall not be obligated or required to pay for any items received until such time as CITY has accepted the items in accordance with the order provided to CONTRACTOR. B. CONTRACTOR, upon receipt of an order hereunder, shall immediately notify CITY if it has an issue or question related to the fulfillment of the order or whether there will be any delay in providing the items requested. C. It is expressly understood and agreed that the passing, approval, and/or acceptance of any gasoline, diesel, kerosene, LP gas, and bio-diesel herein by CITY or by any agent or representative as in compliance with the terms of this Contract shall not operate as a waiver by the CITY of strict compliance with the terms of this Contract and the CITY may require the CONTRACTOR replace the accepted gasoline, diesel, kerosene, LP gas, and bio-diesel so as to comply with the warranties and specifications hereof. D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. 5. PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of products to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted deliveries and undisputed product delivered and services provided, within thirty (30) calendar days of receipt of the invoice. 1 DocuSign Envelope ID: 97F8DAD5-61E5-47E7-BF1D-B1A8DDB43709 Piggyback Agreement Disaster and Non -Disaster Restoration of Operational Services 6. DISPUTE RESOLUTION - MEDIATION A. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. C. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. 7. INSURANCE AND INDEMNIFICATION RIDER 7.1. Worker's Compensation Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 7.2. CONTRACTOR's Commercial General Liability Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows: A. CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit B. Automobile Liability Coverages, $1,000,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit The insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. DocuSign Envelope ID: 97F8DAD5-61E5-47E7-BF1D-B1A8DDB43709 Piggyback Agreement Disaster and Non -Disaster Restoration of Operational Services 7.3. Indemnification Rider A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses and expenses, including reasonable attorney's fees, arising out of or resulting from its performance of the Work, but only to the extent that any such claim, damage, loss or expense (1) is attributable to bodily injury, death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. B. Notwithstanding anything else contained in the Agreement, under no circumstances will either party be liable to the other party for, and each party agrees to release the other party from (a) any consequential damages, including, without limitation, loss of profits, loss or inability to use the property or equipment, business interruption, and (b) exemplary, punitive, special, incidental, or indirect damages. C. The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. 8. NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. A. CONTRACTOR: Belfor USA Group, Inc. Attn: Legal Department 185 Oakland Avenue, Suite 150, Birmingham, MI 48009 A. OWNER: City of Clermont Attn: Brian Bulthuis, City Manager 685 W. Montrose Street, Clermont, FL 34711 DocuSign Envelope ID: 97F8DAD5-61E5-47E7-BF1D-B1A8DDB43709 Piggyback Agreement Disaster and Non -Disaster Restoration of Operational Services 9. MISCELLANEOUS 9.1. Attorneys' Fees In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 9.2. Waiver The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 9.3. Severability If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 9.4. Amendment Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 9.5. Entire Agreement This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 9.6. Assignment Except in the event of a merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 9.7. Venue The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 9.8. Applicable Law This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 4 DocuSign Envelope ID: 97F8DAD5-61E5-47E7-BF1D-B1A8DDB43709 Piggyback Agreement Disaster and Non -Disaster Restoration of Operational Services 9.9. Public Records Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: A. Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. B. Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. D. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. E. IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352) 241-7331. 10. AGREEMENT DOCUMENTS The Agreement Documents, as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: A. This Agreement B. Purchase Order / Notice To Proceed C. An applicable Contractor Quote or Statement of Work D. All documents contained in the OMNIA Partners Contract Number R191601. DocuSign Envelope ID: 97F8DAD5-61E5-47E7-BF1D-B1A8DDB43709 Piggyback Agreement Disaster and Non -Disaster Restoration of Operational Services IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 4th day of April 2024. CITY OF CLERMONT Tim Murry, Mayor DS ATTEST: ,e—DocuSigned by: T %4cy &44,ayX Root — AD-7-F34-905B-a44T"\... Tracy Ackroyd Howe, City Clerk 0 DocuSign Envelope ID: 97F8DAD5-61E5-47E7-BF1D-B1A8DDB43709 BELFOR USA GROUP, INC By: rDocuSigned by: Ct,V'tS ( 1gnaiur-e700 SHu4b04ub... Print Name: Chris Tones Title: CFO Date: 4/4/2024 DocuSign Envelope ID: 97F8DAD5-61E5-47E7-BF1D-B1A8DDB43709 RATE AND MATERIALS SCHEDULE FOR INVOICING (Exhibit B) BELFOR t401 Effective Date: January 2022 P RO PERTTRCSTORAiIOk RATES AND INVOICE CONDITIONS §I. CODE ITEMIZED SCHEDULED LABOR CLASSIFICATIONS REGULAR RATE / HR PROJECT MANAGEMENT:1'3 APM Assistant Project Manager $ 80.00 PM Project Manager $ 119.00 PE Project Estimator $ 129.00 SPM Senior Project Manager $ 146.00 PC Project Coordinator $ 178.00 GENERAL CLASSIFICATIONS:1,2,3 GL General Labor $ 43.50 AA Administrative Assistant $ 44.00 LF Labor Foreman $ 45.00 MS Mobilization Support $ 48.00 TD Truck Driver $ 57.00 DMT Demolition Technician $ 57.00 RCO Resource Coordinator (Supply Technician) $ 59.00 PA Project Auditor (Documentation clerk) $ 65.00 EO Equipment Operator $ 68.00 HSO Health & Safety Officer $ 101.00 RESTORATION SERVICES (General):1,2,3 RT Restoration Technician $ 59.00 IRS Restoration Supervisor $ 65.00 DT Dehumidification Technician $ 77.00 MT Mold Technician (Remediation Technician or Supervisor) $ 77.00 RECONSTRUCTION SERVICES:1,2,3 PT Painter $ 74.00 DP Drywall Installer/Finisher $ 80.00 CR Carpenter (Framer/Finish) $ 86.00 TF Trade Foreman (Commercial Supervision) $ 89.00 TECHNICAL SERVICES:1'2'3 (Dehumidification, Documents/Media, Electronics, HVAC, Machinery, Mold) TN Technician $ 83.00 TS Technical Specialist $ 91.00 TL Team Leader $ 105.00 TMR Technician, Machinery Rebuild $ 112.00 SEMICONDUCTOR SERVICES:1,2,3 DTA Decon Technician Assistant $ 77.00 DC Decon Technician $ 91.00 DTL Decon Team Leader $ 105.00 DE Decon Engineer $ 181.00 ENVIRONMENTAL SERVICES:1,2,3 HT Hazmat/Asbestos Technician $ 77.00 HLT Hazmat/Asbestos Lead Technician $ 86.00 HEO Hazmat/Asbestos Equipment Operator $ 91.00 HS Hazmat/Asbestos Supervisor $ 100.00 HPM Hazmat/Asbestos Project Manager $ 119.00 CONSULTING SERVICES: CVP President & Vice President $ 275.00 CSC Senior Consultant $ 225.00 CCE Consultant / Consulting Estimator $ 195.00 CWP Clerk of the Works -Production Person $ 120.00 CAD Administrative $ 75.00 COC Outside Consultants Actual Billing + 10% CLG Deposition, Legal Work, & Court Testimony see section I.Iv Consulting Expenses $ 400.00 CFE Appraisal & Umpire fees $ 350.00 1 In New York City, Cape Cod, Martha's Vineyard, Nantuckett, AK, HI, Latin America, and the Caribbean, a multiplier of 1.35 will be applied to the regular hourly rate. Note: The NYC rate applies to a seventy five mile radius from the borough of Manhattan and all of Long Island. 2 In the states of CA and WA a multiplier of 1.25 will be applied to the regular hourly rate. 3 Work performed in the Washington D.C. Metropolitan area is entitled to an additional 5010 markup that will be applied to the total of all scheduled labor, scheduled equipment scheduled consumables and 5010 will be added to the markup for all vendors, unscheduled equipment, unscheduled material invoices. § I.II LABOR CALCULATION POLICY The guidelines for labor invoicing are as follows: The first eight hours worked on any scheduled shift Monday through Friday will be charged at the regular hourly rate. Any hours worked in excess of eight hours on any scheduled shift Monday through Friday will be charged at 1.5 times the regular hourly rate. All hours worked on Saturday and Sunday will be at 1.5 times the regular hourly rate. All hours worked on Holidays (see §I.III Item 4 for recognized holidays) will be charged at 2 times the regular hourly rate. OT applies to all labor classifications regardless if salary or hourly. After Hours Emergency Services: In the event that BELFOR personnel are required for emergency services after normal BELFOR business hours (Weekdays 5:00 p.m.-7:00 a.m.), 1.5 times the regular hourly rate will be charged. v1-1 Rate and Materials (Standard) Page 1 of 4 BELFOR Initial: Customer Initial: DocuSign Envelope ID: 97F8DAD5-61E5-47E7-BF1D-B1A8DD1343709 RATE AND MATERIALS SCHEDULE FOR INVOICING (Exhibit B) BELFOR (0) Effective Date: January 2022 PROPERTYRE$TORRTIOR §I. RATES AND INVOICE CONDITIONS § imi LABOR CONSIDERATIONS 1). Work performed under a particular contract that is subject to Federal and State wage and hour laws, prevailing wages, and/or collective bargaining agreements may require negotiated changes to the above stated rates. If necessary, adjustments will be made to the hourly rates and other labor provisions. 2). When circumstances beyond our control require BELFOR personnel to stand-by at the job site, a minimum stand-by charge of 6 hours at the regular hourly rate (no overtime) will be charged. 3). National holidays recognized by BELFOR for rate (not payroll) purposes are New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving, and Christmas. 4). The hourly Scheduled Labor rates will be charged portal to portal for all BELFOR personnel, labor subcontractors, and subcontractors fulfilling any Labor Classifications. 5). If a meeting is requested by the client that involves travel BELFOR will bill for travel expenses at documented cost plus 15%. Labor hours will be charged at the applicable Rate Classification § my CONSULTING EXPENSES 1). Reproduction of actual drawings at $4.50 per SF 2). Automobile mileage at IRS approved rate 3). Tolls at cost with receipts over $25.00 4). Photocopies at $0.15 per page 5). Color copying at $1.50 per page or actual cost if Kinko's or other service 6). Airfare, hotels, rental car rates and other travel expenses are billed at cost + 15% 7). Daily per diem rate at $65.00 a day/based on (8) hour day Note: *Fees for deposition and trial appearances are for a minimum four hours @ $400/hr for all consultants § II. SCHEDULED EQUIPMENT CHARGES (see § II.I Itemized Scheduled Equipment) 1). The Daily Rental Rate is charged for each calendar day equipment is utilized on a project, whether a partial day or complete day. 2). Small Tools Charge: Items such as shovels, ladders, demolition carts, extension cords, small hand tools, etc..., which are provided by BELFOR but are not included in the Scheduled Equipment list will be charged at 3% of total labor charges for all hands-on personnel (ED, GL, LF, RT, RS, DTA, DC, DTL, DMT, DT, MT, PT, DP, CR, TN, TS, HT, HLT, HEO). Any specialty items purchased for a project may be charged as per Section IV. 3). The Safety Equipment Packages (Personal Protection Equipment - PPE, Personal Fall Protection - PFP, and Personal Respiratory Protection - PRP) are inclusive of the reusable components of each package as well as any training, medical, or certification expenses related to their use. They do not include the disposable items within the Scheduled Consumables list. 4). During the course of performance of the work BELFOR may add additional equipment to the schedule. § III. SCHEDULED CONSUMABLES (see § III.I Itemized Scheduled Consumables) 1). Any scheduled consumables purchased locally where the unit price exceeds 80% of the rate, the item will be invoiced at documented cost plus Contractor's 10% Overhead / 10% Profit (21%). 2). During the course of performance of the work BELFOR may add additional consumables to the Rate Schedule. 3). BELFOR reserves the right to change the unit rate of scheduled consumables affected by market conditions. 4). Scheduled consumables are charged on a "per unit" basis whether consumed by the unit or not. § Iv. VENDORS, UNSCHEDULED MATERIALS & UNSCHEDULED EQUIPMENT 1). Contractor's 10% overhead plus 10% profit (21%) will be added to the total of all documented costs for Unscheduled Materials, Unscheduled Equipment, and Subcontractors / Vendors (including DUCTZ HVAC and BELFOR Environmental Services) who are not fulfilling a scheduled Labor Classification. §v. REIMBURSABLES 1). Contractor's 15% mark-up will be added to the total of all reimbursables. 2). Standard per diem rates are $55 per person per day (2019 GSA base rate). The 1.35 multiplier will be applied for NYC, Cape Cod, Martha's Vineyard, Nantucket, AK, HI, Latin America, and the Caribbean ($74.25). The 1.25 multiplier will be applied for CA and WA ($68.75). Per Diem will be charged for all traveling personnel in § I. Itemized Scheduled Labor Classification. BELFOR charges this daily rate whether the per diem is paid directly to the person, is charged to BELFOR as a separate charge, or is included with other compensation considerations. For multiple jobs on a single day, per diem will be prorated accordingly. 3). Per Diem reimbursement is subject to certain limitations regarding deductibility governed by the Internal Revenue Service, Code of 1986, Section 274(n)(1). Please consult your tax advisor on the appropriate treatment of these costs on your project as it is our policy that any deductibility limitation for income tax purposes is the responsibility of the customer. 4). BELFOR shall be reimbursed for travel expenses (airfare, lodging, rental cars, per diem) for personnel at documented costs plus markup (see item 1). 5). Lodging will be charged in accordance with the published GSA lodging allowance in effect at the time of the stay (https://www.gsa.gov/travel/plan- book/per-diem-rates/) plus applicable fees and taxes. As is the case with the Federal Travel Regulations, actual expense reimbursement is allowed when the lodging allowance is insufficient to meet the necessary expenses. 6). An optional methodology for lodging charges is to apply a lodging allowance as follows: Lodging may be charged at the average nightly rate of up to three hotels that house project personnel (BELFOR and/or subcontractors). The full average nightly rate will be charged for single occupancy and 50% of the average nightly rate per person will be charged for double occupancy. §vI. DOCUMENT DRYING AND RECOVERY SERVICES Freeze drying charges will range from $45 to $85 per cubic foot based on the volume of documents to be dried, the type of document (bound or loose paper), and the moisture saturation. The above rates represent the charges for freeze drying only. Labor, equipment, materials and other document treatments performed will be billed in accordance with the rates herein and any project specific quotations. Other recovery service charges will be determined per job, based on the following relevant factors: * Nature of Damage * Degree of soot/char * Intended Use of Document * Moisture Saturation * Mold Contamination * Odor Because the type and level of contamination may vary so greatly and thus affect the resultant recovery protocol required, these additional services will be quoted after examining a sample of the affected documents. § vII. CAT CONSIDERATIONS (Based on Property Claim Services assigning a CAT Serial Number) 1). A 6% fee will be added to the total of each invoice. This fee will cover all of the indirect charges that must be allocated to each job in the CAT. Examples of these charges would be CAT management, CAT office, admin support, warehousing, etc... § viii. BILLING AND PAYMENT 1). Invoices generated in accordance with the BELFOR Rate and Materials Schedule will be submitted periodically for work that has been performed. As such, all invoices are due and payable upon receipt and will be considered late 30 days after receipt of the invoice. If there are any disputed charges on any invoice these should be clearly identified in writing within 30 days and an additional 30 days will be allowed to resolve disputed charges. Interest charges will begin to accrue after 30 days for undisputed charges and after 60 days for the disputed charges at the rate of: 1) 1% per month or 2) as specified in the terms and conditions of the applicable contract. The rates contained in this exhibit are exclusive of federal, state and local sales or use taxes and the costs associated with any applicable federal, state or local approvals, consents, permits, licenses and orders incident to performance of the work. v1-1 Rate and Materials (Standard) Page 2 of 4 BELFOR Initial: Customer Initial: DocuSign Envelope ID: 97F8DAD5-61E5-47E7-BF1D-B1A8DDB43709 RATE AND MATERIALS SCHEDULE FOR INVOICING (Exhibit B) BELFOR t/) Effective Date: January 2022 PROPERTY RESTORATION §II.I ITEMIZED SCHEDULED EQUIPMENT 3 EQUIPMENT DESCRIPTION UNIT RATE-11 EQUIPMENT DESCRIPTION UNIT = RATE AIR MOVERS/COMPRESSORS/ACCESSORIES TRUCKS. VEHICLES. TRAILERS (rate does not include fuel) Air compressor, aas/electric Ea / Day $ 45.00 BELFOR Command Center Ea / Day $ 605.00 Air Comore sor, tow behind Ea / Day $ 143.00 Mobile Office Ea / Day $ 79.00 Air movers/carnet blowers Ea / Day $ 36.00 Mobile Warehouse (Trailer Only) Ea / Day $ 188.00 Octidry Baa or Direct it In (attachment) Ea / Day $ 36.00 Trailer, Freezer Ea / Day $ 182.00 Iniectidry Unit Ea / Day $ 158.00 Truck, DumD Service (Pickup Truck) Ea / Day $ 116.00 Manometer Ea / Day $ 100.00 Truck, DumD-TriD Charae Ea / Day $ 182.00 Truck, Moving/Box/Board LID Ea / Day $ 188.00 BLAST/POWER WASH UNITS Truck (Cab) or Trailer (Flatbed, Transfer, etc) Ea / Day $ 151.00 Blastina Unit, Aari/Soda Ea / Day $ 784.00 Vehicle, PickuD, SUV or Car Ea / Day $ 84.00 Dry Ice Blaster w/Accessories Ea / Day $ 1,178.00 Vehicle, Truck 1 Ton 4x4 Lift sate Ea / Day $ 200.00 Soda Blaster Ea / Day $ 1,169.00 Vehicle, Van (1 Der 10 Passel or Cal Ea / Day $ 136.00 Washer, Hiah Pressure (cold) Ea / Day $ 121.00 Washer, Hiah Pressure (hot) Ea / Day $ 151.00 DUMPSTERS & STORAGE DumDster, 20 vd (max weiaht 4 Tons) Per Load $ 666.00 CLEANING/VACUUMS/EXTRACTION DumDster, 30 vd (max weiaht 6 Tons) Per Load $ 847.00 Buffer, Floor Ea / Day $ 45.00 DumDster, 40 vd (max weiaht 8 Tons) Per Load $ 1,029.00 Carnet Cleanina Machine Ea / Day $ 91.00 BELFOR Pods 8'xT 12' x 7' Per Month $ 285.00 Dry Cleanina Unit (Dortable) Ea / Day $ 173.00 BELFOR Pods (set uD & breakdown) Per Pod $ 363.00 Extraction Unit (Dortable) Ea / Day $ 188.00 Storaae Vaults Per Month $ 152.00 Extraction Unit (Truck or Trailer mount) Ea / Day $ 680.00 Floor Cleanina system (walk behind) Ea / Day $ 287.00 ELECTRONICS / MECHANICAL HEPA Filtration Unit / Air Scrubber Ea / Day $ 172.00 Cart, Electronic Decontp ina ion Ea / Day $ 76.00 Ion Air Cleanina Svstem Ea / Day $ 57.00 Cleanina Room, HEPA filtered Ea / Day $ 1,184.00 Steam Cleaner (Trailer) Ea / Day $ 294.00 Crane, A -Frame (1 ton) Ea / Day $ 168.00 UDholstery Machine/Ladv Vac (steam cleaner) Ea / Day $ 76.00 Crane, Overhead (2 Ton, monorail 38 feet) Ea / Day $ 935.00 Vacuum, HEPA Ea / Day $ 110.00 Decon Room Per Project $ 624.00 Vacuum, Insulation Machine Ea / Day $ 109.00 DI Water Svstem Ea / Day $ 48.00 Vacuum, UDriaht, Wet/Dry or Canister Ea / Day $ 42.00 Documentation Kit (diaital camera/Dhoto Drinter) Ea / Day $ 84.00 ZiD Poles, Set of 6 Ea / Day $ 33.00 Electrical Distribution (120 AMD Panel) Ea / Day $ 227.00 Electrical Test Eauipment (Meager, Hi -Pot, Grounding Cables) Ea / Day $ 498.00 LIGHT Electronic Dehumidification Unit/Heatina (KHT) Ea / Day $ 272.00 Light, Balloon Ea / Day $ 133.00 Gas Detector, ATI PortaSens II Ea / Day $ 371.00 Light, Tower Mobile (400 wT diesel) Ea / Day $ 188.00 HEPA Filtered Hood Ea / Day $ 187.00 Light, Wobble (37 inches) Ea / Day $ 53.00 HEPA Water Displacement Unit Ea / Day $ 113.00 Oven, Convection Drvina (uLT) Ea / Day $ 529.00 MISC. Oven, Vacuum Drvina Ea / Day $ 754.00 Heat Gun, Shrink WraD Ea / Day $ 91.00 Oualitv Control Kit, (scientific instruments) Ea / Day $ 227.00 Ride on Floorina Striooer (includes blades) Ea / Day $ 1,452.00 Reflectoauant Test Device Ea / Day $ 124.00 Saw, Demo Ea / Day $ 129.00 Sealer, Vacuum Ea / Day $ 330.00 Saw, Kett Ea / Day $ 43.00 SDrav Booth with 2 sinks (Dortable) Ea / Day $ 227.00 X-Rav Dryer Ea / Day $ 188.00 SDraver, Airless H.P. (wanner) Ea / Day $ 99.00 X-Rav Separation Tank Ea / Day $ 565.00 Tool Handlina Charae Per Project $ 561.00 Ultrasonic Bath, Portable Ea / Day $ 393.00 ODOR CONTROL/DISINFECTION Ultrasonic Bath, Bench ToD Ea / Day $ 227.00 Foaaer, Commercial Ea / Day $ 136.00 Ultrasonic DiD Line, Industrial Multi -step Ea / Day $ 4,072.00 Foaaer, ULV / Thermal (electric) Ea / Day $ 48.00 Vacuum, Clean Room Ea / Day $ 187.00 Ozone Generator Ea / Day $ 151.00 Wet Bench (Dortable) Ea / Day $ 228.00 Smoke Machines (small) Ea / Day $ 121.00 Workstation (table, chair, lichts, ESD) Ea / Day $ 30.00 Vapor Shark Ea / Day $ 48.00 ENVIRONMENTAL P WER Cascade Breathina Air Svstem Ea / Day $ 206.00 Electrical Distribution (solder Box) Ea / Day $ 91.00 Chemical Hose, Hazmat Ea / Day $ 274.00 Generator (Dortable) Ea / Day $ 151.00 Confined Space Entry Svstem Ea / Day $ 250.00 Decontamination Shower/Filter Ea / Day $ 175.00 PUMPS Jerome Mercury Vapor Analvzer Ea / Day $ 306.00 PumD, SumD / Flood Ea / Day $ 42.00 Mini -Rae (PID) Ea / Day $ 218.00 PumD, Trash with Hose, 2" Ea / Day $ 168.00 MSA PassDort (02, LEL, CO. 1­12S) Ea / Day $ 250.00 Personal Sample PumD Ea / Day $ 35.00 DRYING/TEMP/HUMIDITY CONTROL PumD, DiaDhraam 1", Hazmat Ea / Day $ 250.00 Moisture Meter Ea / Day $ 25.00 PumD, Diaghraam 2", Hazmat Ea / Day $ 374.00 Camera, IR Ea / Day $ 28.00 Self -Contained Breathina Apparatuses (sCBA-30Min) Ea / Day $ 175.00 Dehumidification, Dehumidifier -100 to 140 AHAM Pints Ea / Day $ 165.00 Self -Contained Breathina Apparatuses (sCBA-5Min) Ea / Day $ 138.00 Dehumidification, Desiccant-500/600 cfm Ea / Day $ 491.00 Trailer, Emeraencv Response, Hazmat Ea / Day $ 374.00 Dehumidification, Desiccant-2000/2250 cfm Ea / Day $ 690.00 Dehumidification, Desiccant -3500 cfm Ea / Day $ 1,216.00 HVAC Dehumidification, Desiccant-5000-6000 cfm Ea / Day $ 1,647.00 HVAC, High Volume Tornado System Ea / Day $ 116.00 Dehumidification, Desiccant -10000 / 12000 cfm Ea / Day $ 2,587.00 HVAC, Mobile Resource Unit Ea / Day $ 188.00 Dehumidification, Desiccant -15000 cfm Ea / Day $ 4,440.00 HVAC, Power and Manual Hand Tools PP/Day $ 31.00 Dehumidification, Desiccant -25000 cfm Ea / Day $ 7,027.00 HVAC, Rotary Brush Duct Cleaning System Ea / Day $ 55.00 Dehumidification/Coolina - I Ton soot Cooler Ea / Day $ 196.00 HVAC, Service Vehicle / Trailer Combo Ea / Day $ 151.00 Dehumidification/Coolina - DX unit -20 / 30 ton Ea / Day $ 1,568.00 HVAC, High CFM HEPA Vacuum Collection System Ea / Day $ 237.00 Dehumidification/Coolina - DX unit -60 / 70 Ton Ea / Day $ 2,471.00 HVAC Video / Tool Robotic Inspection System Ea / Day $ 611.00 Dehumidification/Coolina - Chiller 100 to 400 Ton Ton / Day $ 32.00 HVAC, Viper Duct Cleaning System Ea / Day $ 55.00 Dehumidification, Heater -20 Kw Ea / Day $ 194.00 Dehumidification, Heater -50 Kw Ea / Day $ 432.00 SAFETY Dehumidification, Heater -100 Kw Ea / Day $ 589.00 Personal Fall Protection (PFP) PP / Day $ 10.00 Dehumidification, Heater -150 Kw Ea / Day $ 705.00 Personal Protection Equipment (PPE) PP / Day $ 6.00 Dehumidification, Heater, Indirect Fired uD to 500,000btu + fuel Ea / Day $ 1,137.00 Personal Respiratory Protection (PRP) PP / Day $ 10.00 Heater, Electric -1500 watt Ea / Day $ 19.00 Respirator, PAPR Ea / Day $ 100.00 Heater, Propane/Torpedo-direct fired + fuel Ea / Day $ 67.00 Electrostatic SDraver Ea / Day $ 165.00 The rates contained in this exhibit are exclusive of federal, state and local sales or use taxes and the costs associated with any applicable federal, state or local approvals, consents, permits, licenses and orders incident to performance of the work. v1-1 Rate and Materials (Standard) Page 3 of 4 BELFOR Initial: Customer Initial: DocuSign Envelope ID: 97F8DAD5-61E5-47E7-BF1D-B1A8DD1343709 RATE AND MATERIALS SCHEDULE FOR INVOICING (Exhibit B) Effective Date: January 2022 BELFOR 1M1 P R O P ERTT REST• R✓<TION 5 nx.tl, ITEMIZED SCHEDULED CONSUMABLES 3 CONSUMABLE DESCRIPTION UNIT RATE CONSUMABLE DESCRIPTION UNIT RATE BAGS Baas, Environmental Trash Baas Ea. $ 3.60 Baas, Insulation Machine (vacuum) Ea. $ 37.00 Baas. Trash (each) 3 mil $ 1.00 6 mil $ 2.00 CLEANING -GENERAL Disinfectant-Bioesaue Gal $ 50.00 BELFOR-All Natural Citrus Solvent Cleaner Gal $ 41.00 BELFOR-All Purpose Cleaner Gal $ 13.00 BELFOR-All Purpose Spotter Gal $ 28.00 BELFOR-Carpet Rinse & Neutralizer 43.5 $ 22.00 BELFOR-CIF Citrofix Lemon Scent Ounce $ 1.20 BELFOR-Concentrated Odor Counteractant & Smoke Elim. Gal $ 37.00 BELFOR-Extra Duty, Cleaner Degreaser Gal $ 21.00 BELFOR-Glass Cleaner Gal $ 10.00 BELFOR-Hand Cleaninq Wipes Tub $ 50.00 BELFOR-Multi-Enzyme Spotter-Deodorizor-Protector Gal $ 37.00 BELFOR-Multi-Purpose Restroom Cleaner Gal $ 17.00 BELFOR-Oil Preserver Gal $ 56.00 BELFOR-Ouarry & Hard Tile Cleaner Gal $ 21.00 BELFOR-Ruq & Upholstery / Traffic & Bonnet Cleaner Gal $ 31.00 Adhesive, Remover Can $ 18.00 Alcohol, Isopropyl Gal $ 96.00 Blocks, Odor Counteractant Ea. $ 9.00 Boot Covers, Latex Per Pair $ 13.00 Brush. Scrub Ea. $ 14.00 Brushes, Pipe Ea. $ 37.00 Brushes, Wire Small $ 5.50 Large $ 9.00 Cleaner, Stainless Steel Can $ 19.00 Disinfectant, Antmicrpllial Gal $ 62.00 Foaaer. Thermo Deodorizer Gal $ 43.00 MOD Heads Ea. $ 17.00 Pad, Floor Buffer Ea. $ 15.00 Pad, Foam Scrubbina Pak $ 63.00 Sponae. Particulate Removal (1.5"x3"x6") Ea. $ 4.80 Sponae, Particulate Removal (3/4"x3"x6") Ea. $ 2.40 Steel wool Ea. $ 1.30 Thinner, Paint/Mineral Spirits Gal $ 28.00 Vapor Shark Membrane Ea. $ 64.00 Wipes, Cotton Cloth/Workshop Racis Lb. $ 6.60 Wipes, Wipe All Pak $ 15.00 CONTENTS/PACK-OUT/STORAGE BELFOR-Fabric Protector Gal $ 48.00 BELFOR-Lemon Oil Furniture Polish Gal $ 6.60 BELFOR-Liquid Laundry Detergent Gal $ 21.00 BELFOR-Premium Dish Detergent Quart $ 7.70 Boxes, Book Ea. $ 6.60 Boxes, Dish Pack Ea. $ 7.70 Boxes, Slip Covers Ea. $ 3.60 Boxes, Wardrobe/SDecialty Ea. $ 43.00 Cloths, Masslinn Ea. $ 1.70 Foam Blocks Ea. $ 1.70 Inventory Taos Ea. $ 1.70 Tape. Poly Box Roll $ 3.60 Wrap, Bubble/Anti Static Roll $ 102.00 Wrap, Stretch Roll $ 72.00 FILTERS Filter. Charcoal (Carbon Activated) Ea. $ 79.00 Filter, HEPA Ea. $ 279.00 Filter, Pleated Ea. $ 25.00 Filter, Poly (secondary) Ea. $ 8.80 SHEETING/ P_A,TICIFLO R PROTECTION Duct. Lav F at 500 ) wit hog rings Roll $ 565.00 Plastic Sheetina, 1.5 mil (24 x 200) Roll $ 53.00 Plastic Sheetina, 3 mil (20 x 100) Roll $ 66.00 Plastic Sheetina, 6 mil (20 x 100) Roll $ 99.00 Plastic Sheetina, 6 mil -Fire Retardant / Anti Static (20 x log) Roll $ 386.00 Plastic Sheetina, 6 mil -Fire Retardant -Black (20 x 100) Roll $ 479.00 Plastic Sheetina, Carpet Protector Roll $ 99.00 Ram Board, (38" X 100') Roll $ 185.00 Red Rosin Paper (200 ft. roll) Roll $ 30.00 Scrim -Fire Rated (60'x100') Roll $ 2,988.00 Stickv Mat (26"x32") Ea. $ 108.00 SHRINK WRAP Stra DDina, Woven HD LF $ 0.15 Tape. Heat Shrink 2" Roll $ 20.00 Tape. Heat Shrink 4" Roll $ 40.00 Tape. Heat Shrink 6" Roll $ 59.00 Wrap, Shrink, 7 mil (45' x 145") Roll $ 987.00 Wrap, Shrink, 12 mil (32' x 180") Roll $ 1,834.00 TAPE/ADHESIVE Adhesive, SDrav Can $ 9.00 Tape, 2-way (2" x 60') Roll $ 36.00 Tape, Barricade -Banner Guard (Caution, Danger, etc...) Roll $ 34.00 Tape, Duct (2"x 60') Roll $ 9.00 Tape, Global Roll $ 30.00 Tape, Painters-blue/red Roll $ 10.00 MISC Disposable Decontamination Unit Ea. $ 504.00 Encapsulant, Antifungicidal Gal $ 99.00 Encapsulant, Antimicrobial (Zinsser) Gal $ 91.00 Encapsulant, Soot Gal $ 53.00 Fasteners. Misc / Lock & Hasp Ea. $ 36.00 Floor Dry (40#) Baq $ 19.00 Lock Box Ea. $ 55.00 Soda. Soda Blaster Material Baq $ 43.00 Zipper (containment) Ea. $ 14.00 ELECTRONICS / MECHANICAL BELFOR-AC 14 Alkaline Cleaner 14 Gal $ 41.00 BELFOR-AC 12 Alkaline Cleaner 12 Gal $ 56.00 BELFOR-CD 04-C Complex Deruster 04 C Gal $ 88.00 BELFOR-CD 13 Complex Deruster 13 Gal $ 139.00 BELFOR-EC 12 Electronics Cleaner Gal $ 36.00 BELFOR-ESL Label Protection Lacauer Ounce $ 21.00 BELFOR-FC 10 Eneraized Cleaner Gal $ 999.00 BELFOR-GC General Cleaner Gal $ 34.00 BELFOR-HD 01 Hand Deruster 01 Gal $ 47.00 BELFOR-LP 40 Light Preserver 40 Gal $ 88.00 BELFOR-MPP Metal Polishina Paste ounce $ 19.00 BELFOR-NC CR Neutral Cleaner CR Gal $ 149.00 BELFOR-NK One Step Cleaner and Preserver (electrical) Pint $ 15.00 BELFOR-OC24 Organic Cleaner 24 Gal $ 56.00 BELFOR-OC62 Organic Cleaner 62 Gal $ 39.00 BELFOR-O-SW Oil Black (Elect. Contacts only) Ounce $ 41.00 BELFOR-PM Polish Milk ounce $ 6.60 BELFOR-SD 02 Sulfide Defroster Gal $ 64.00 BELFOR-WP Wax Preserver Gal $ 95.00 Nitric Acid. Ultra Pure Quart $ 187.00 Apron, Chemical Ea. $ 6.60 Arm Sleeves, Chemical Ea. $ 4.80 Arsenic Test Kit Per Test $ 6.60 Baas. Anti Static Ea. $ 4.80 Brady Cards Ea. $ 8.80 Brush. Dispersion (Each) Small $ 5.50 Larqe $ 17.00 Brush. Non Conduct Ea. $ 13.00 Chloride Quick Test Strips Ea. $ 1.50 Cleanina / Decon Sticks Ea. $ 1.70 Non -Conduct Scrubbers. Green (#7447) Box $ 34.00 Non -Conduct Scrubbers. Maroon (#96) Box $ 95.00 Non -Conduct Scrubbers. White (#98) Box $ 57.00 Tape. Clean Room Roll $ 30.00 Wipes, Lint Free Pak $ 43.00 Wipes, Presaturated IPA/DI Pak $ 25.00 Wipes, Standard Clean Room Pak $ 35.00 Wipes, Ultra Clean Room Pak $ 75.00 EN IRONME TAL AS estos G ove Baa Ea. $ 41.00 Breathina Air, Type K Bottle Ea. $ 67.00 Cartridge. MSA Combination Ea. $ 20.00 Protective Suits (Acid) Ea. $ 102.00 Protective Suits (Level A, fully encapsulatinq) Ea. $ 1,901.00 Protective Stilts (PolvProAsbestos) Ea. $ 10.00 Protective Suits (saranex Chemical) Ea. $ 37.00 Sorbent Boom Ea. $ 81.00 Sorbent Pad Ea. $ 11.50 Bale $ 122.00 Sorbent Pillows Ea. $ 31.00 DRUMS 15g 30Q 55q Drum, PON Closed Too Ea. $ 51.00 $ 60.00 $ 85.00 Drum, Poly Open TOD Ea. $ 55.00 $ 65.00 $ 92.00 Drum, Steel Closed Top Ea. $ 40.00 $ 48.00 $ 67.00 Drum, Steel Open TOD Ea. $ 44.00 $ 57.00 $ 81.00 Drum, Steel Salvaae, 85 Gallon Ea. $ 185.00 Drum, PON Overpack, 95 Gallon Ea. $ 283.00 Drum, Steel Overpack, 110 Gallon Ea. $ 555.00 HVAC HVAC Air Blast Nozzle, Replacement Ea. $ 61.00 HVAC Air Whip, Multi Head, Replacement Ea. $ 79.00 HVAC BBJ Freshduct / Microbiocide 150Z $ 61.00 HVAC Cleaner Deareaser Gal $ 21.00 HVAC Closed Cell Foam Insulation Tape 1/8"x2"x30' Roll $ 30.00 HVAC Coil Cleaner Gal $ 58.00 HVAC Collection Machine Filters (Pleated & Baq) Ea. $ 70.00 HVAC Collection Machine HEPA Filter Ea. $ 411.00 HVAC Duct Liner 1" - Tx100' Roll $ 484.00 HVAC Duct Mastic Gal $ 35.00 HVAC EncaDsulant, Antimicrobial (roster) Gal $ 99.00 HVAC Fiberlock Gal $ 87.00 HVAC HEPA Vac Collection Baa & Filter Protector Ea. $ 12.00 HVAC HEPA Vac Filters (Dacron Filter Baq & Impaction) Ea. $ 73.00 HVAC HEPA Vac HEPA Filter Ea. $ 345.00 HVAC Propane Fill Charae Cylinder $ 55.00 HVAC Rotary Brush Head, Replacement Ea. $ 139.00 HVAC Rotary Brush Svstem. Replacement Core Ea. $ 48.00 HVAC Sheetmetal Blank Ea. $ 21.00 HVAC Sheetmetal Screw Box 100 $ 26.00 HVAC SDrav Adhesive Can $ 29.00 HVAC Unibit Ea. $ 99.00 HVAC Vacuum Brush Head - Replacement Ea. $ 29.00 SAFETY Boots, Chemical PVC Per Pair $ 55.00 Dust Mask Ea. $ 2.40 Gloves, Cotton (includes liners) Per Pair $ 2.80 Gloves. Latex (sumican Box 100 $ 50.00 Gloves, Leather Per Pair $ 9.90 Gloves. Nitrile Per Pair $ 9.40 Gloves, Nylon Inspection Per Pair $ 0.60 Protective Suits (Tvvek) Ea. $ 33.00 Respirator, N95 Ea. $ 13.00 Respirator, P100 Ea. $ 13.00 Respirator, HEPA + Particulate Replacement Filter Ea. $ 44.00 Respirator, HEPA Replacement Pancake Filter Ea. $ 10.00 The rates contained in this exhibit are exclusive of federal, state and local sales or use taxes and the costs associated with any applicable federal, state or local approvals, consents, permits, licenses and orders incident to performance of the work. vt-1 Rate and Materials (Standard) Page 4 of 4 BELFOR Initial: Customer Initial: