Loading...
HomeMy WebLinkAbout2009 - Restroom Building DesignCITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No: #CSA -44 Project Identification: Dog Park Restroom Building Design IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to prepare engineering design plans for the construction of a restroom building at the existing city's dog park. The services include the following: 1. Site survey for building pad, septic tank and leech field 2. Prepare design plans similar to Schumann Restroom 3. Prepare 90% and 100% plans for review and approval 4. Minor construction support Basis of Compensation/Period of Services: The above referenced Professional Engineering Services for CSA 44 will be performed for the lump sum fee amount of $2,500. AGREED: ENGIN�E�ERING CONSULTANT: Date: 8/21/2012 Frank Watanabe, P.E. Neel- Schaffer, Inc. A: . Sally A. Maio MC, City Clerk C�TY)�V SEBASTIAN: Date: ie Z4 v Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No: #CSA -43 Project Identification: Davis Street Topographic Survey IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to conduct topographic surveying of Davis Street from US 1 to Indian River Drive. The survey will also include side street surveys for US 1 and Central Ave as noted below. 1. Topographic survey along Davis Street from US 1 to IRD 2. Survey back of US 1 sidewalk north 200 ft 3. Survey Central Avenue north 350 ft and south 300 ft 4. Survey to meet the requirements standards per IRC Basis of Compensation/Period of Services: The above referenced Professional Engineering Services for CSA 43 will be performed for the lump sum fee amount of $5,000. AGREED: ENGINEERING CONSULTANT: Date: 7/23/2012 Frank Watanabe, P.E. Neel - Schaffer, Inc. Attest: � Sally A. Maio, C, City Clerk Date: L Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No: #CSA -42 Project Identification: Indian River Drive Parking and Survey IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to prepare engineering plans and specifications for the area adjacent to the Captain Hiram's Resort parking area. The services include the following: I . Topographic survey along Indian River Drive approx 260 ft 2. Prepare Design Plans with color rendering for City Council 3. Prepare drainage improvement plans 4. Submit 90% plans to SRJWMD for review and permit 5. Prepare construction specification 6. Minor construction support Basis of Compensation/Period of Services: The above referenced Professional Engineering Services for CSA 42 will be performed for the lump sum fee amount of $5,600. AGREED: ENGINEERING CONSULTANT: f Date: 7/16/2012 Frank Watanabe, P.E. Neel- Schaffer, Inc. Attest: Sally A. Maio, C, City Clerk OF/SEBASTIAN: City Date: -7 l r Z, Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, Cit Attorney Ffvy�t 4/293 �_, iL_ 1,10 CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No: #CSA -41 Project Identification: 2012 Sebastian Pavement Assessment IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide engineering support for the pavement assessment and preparation of plans and specifications for the 2012 Pavement Construction. The services include the following: 1. Field review streets and prepare 2012 pavement assessment map 2. Coordinate field reviews for micro - surfacing, milling, overlay and full depth reclamation 3. KSM borings, soil testing and report (12 test bores) for the following: Miller Drive -1,600 ft, Tracy Drive - 200 ft, Douglas Avenue - 800 ft and Empire Terrace - 700 ft 4. Prepare construction cost estimate within the project budget 5. Prepare aerial plans for the pavement construction 6. Prepare construction specifications Basis of Compensation/Period of Services: KSM fee: $1,600 NSI fee: $6,400 The above referenced Professional Engineering Services for CSA 41 will be performed for the lump sum fee amount of $8,000. AGREED: ENGINEERING CONSULTANT: Date: 5/3/2012 Frank Watanabe, P.E. Neel- Schaffer, Inc. Attest: Sally A. Maio, MC, City Clerk SEBASTIAN: Date: Approved as to Form and Content for Reliance by the City of Sebastian Only: obert A. Ginsburg, City Attorney h CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No: #CSA -40 Project Identification: Sebastian Storm Water Park Review IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide engineering support for the review and assessment of the Sebastian Storm Water Park and attend meetings with SJRWMD. The services include the following: 1. Review as -built plans of the storm water park 2. Review the existing system software 3. Prepare preliminary drainage calculations 4. Prepare a summary sheet of findings 5. Attend meetings with city and SJRWMD Basis of Compensation/Period of Services: The above referenced Professional Engineering Services for CSA 40 will be performed for the lump sum fee amount of $2,000. ENGINEERING CONSULTANT: Date: 3/15/2012 Frank Watanabe, P.E. Neel- Schaffer, Inc. Attest: Sally A. Maio , XMC, City Clerk Date: 27 �Z- Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City Attorney �21 -IZ CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No: #CSA -39 Project Identification: Sebastian Baseball Field Drainage Improvement IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide engineering support for the preparation of plans and specifications for the Barber Street Sport Complex Baseball Field Drainage improvements. The services include the following: 1. Field review and site assessment 2. Prepare construction cost estimate 3. Prepare drainage improvement plans 4. Prepare construction specifications 5. Minor construction support Basis of Compensation/Period of Services: -�Gl The above referenced Professional Engineering Services for CSAwill be performed for the lump sum fee amount of $3,200. AGREED: ENGINEERING CONSULTANT: Date: 3/15/2012 Frank Watanabe, P.E. Neel- Schaffer, Inc. Attest• Sally A. Mai MC, City Clerk Date: �Z /Z- Approved as to Form and Content for Reliance by the City of Sebastian Only: r' Robert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No: #CSA -38 Project Identification: Sebastian Wayfinding Signs IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide engineering support for the preparation of a Wayfinding System Sign plan and specifications for sign placements along US 1 and Indian River Drive as part of the CRA Gateway Enhancements. The services include the following: 1. Preparation of a Wayfinding Sign System plan for FDOT review 2. Preparation of one plan set of the Sign System plan for only the State Highway (US 1) 3. Preparation of sign specifications per FDOT and MUTCD: • Minimum contrast in color to background (ADA Mini) • There will be only three destinations per sign • All lettering shall be highway gothic font or other FHWA approved fonts o Letter size shall be accordance with MUTCD ( 6" Letters ) o Arrows shall be accordance with MUTCD Additional Services CSA 38 is for the lump sum of $1,000 Basis of Compensation /Period of Services: The above referenced Professional Engineering Services for CSA 38 will be performed for the lump sum fee amount of $1,000. AGREED: ENGINEERING CONSULTANT: f' ` Date: 01/5/2012 Frank Watanabe, P.E. Neel- Schaffer, Inc. Attest: (� Sally A. Maio, C, City Clerk F SEBASTIAN: City Date: ' L Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, Ci ttorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -37 Project Identification: Additional Surveying and Drainage Analysis for Washington Street, Cleveland Street and Indian River Drive. IT IS AGREED to undertake the following work in accordance with the provisions of the Neel - Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The service is to provide additional drainage analysis for piping storm water and permitting with SJRWMD for Washington Street and Cleveland Street for the engineering design plans of the Presidential Streets. In addition, the work will also include the drainage design for Indian River Drive (IRD) to connect the Presidential Street drainage systems to the two existing outflow structures on IRD. This additional work on IRD includes: new topographic surveys of the existing swale along IRD from Coolidge St. to Cleveland St. approximately 300 ft and then another 600 ft north for the drainage pipe connection with a new nutrient baffle box. In addition, this work will also include new topographic surveying of IRD at the intersection of Washington St. to approximately 325 ft south for a new drainage pipe connection with a new nutrient baffle box. The services include: 1. Topographic surveying $3,000 2. Drainage plans for Indian River Drive at Cleveland (900 ft) $7,500 3. Drainage plans for Indian River Drive at Washington (325 ft) $4,300 4. Submit Presidential Street and IRD plans for SJRWMD permit $1,200 5. Revisions per SJRWMD for permit $3,500 Total additional service $19,500 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $19,500 AGREED: EN C S Date: rank atanabe, P.E. Neel - Schaffer, Inc. Attest: Sally A. Mai C, City Clerk CI SEBASTIAN: 11/22/2011 Date: iZ " er Ci anager 4 /2 -22 -11 Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City ttorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -36 Project Identification: Schumann Park Lift Station Pump Revision IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: This service is to prepare revised engineering calculations and permit application for the IRC utility and FDEP permitting for the Schumann Park restroom lift station. The service includes: 1. Prepare the engineering calculations and permit application 2. Submit and respond to any IRC utility and DEP permit RAI's Total additional service $2,100 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $2,100 ET61 Ili a 11 ENGINEERING_CONS LTANT: Date:,:, Trank Watanabe, P.E. Neel- Schaffer, Inc. Attest• Sally A. M /9/b, MMC, City Clerk / S,,EBASTIAN: yl� Date: Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -35 Project Identification: Football Field Expansion Construction Engineering and Inspections IT IS AGREED to undertake the following work in accordance with the provisions of the Neel - Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The service is to provide construction engineering and minor site inspections service for the Barber Street Football Field Expansion project. This construction project will include; demolition of parking spaces, field expansion, paving of new parking area and driveway, pipe installation and possible lighting relocation. The service includes: 1. Attend the construction kick -off meeting — meeting minutes 2. Provide minor site inspections of the installations and paving (16 hrs x $70/hr = $2,240) 3. Take photos and notes of each site inspection 4. Prepare the final as-built plans for SRJWMD (4 hrs x $70/hr = $280) 5. Final review of as-built plans by Senior Engineer (2 hr x $140/hr = $280) Total additional service $2,240 + $560 + $280 = $2,800 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $2,800 AGREED: ENG ERIN C7,SAIL T: ' Date;_ 2j'- Frank Watanabe, P.E. Neel- Schaffer, Inc. Attest: Sally A. Mai , MMC, City Clerk TIAN: Manager Date: Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -34 Project Identification: Pavement Resurfacing Plans for Laconia, Periwinkle and S. Easy Street. IT IS AGREED to undertake the following work in accordance with the provisions of the Neel - Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide engineering support services for the preparation of pavement resurfacing street plans for the Laconia, Periwinkle and S. Easy Street. These street plans will be on aerial mapping with scaled stationing and the sections of pavement to be resurfaced. Our services will include: 1. Prepare aerial street plans (7 sheets x $200) $1,400 Total cost of this additional service is $1,400 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $1,400 AGREED: EN EERING CO 3TjTL ANT: Date: f Frank Watanabe, P.E. Neel - Schaffer, Inc. Attest: Sally A. Maio, MC, City Clerk Date: Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, ity Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -33 Project Identification: Preparation of the Final Collier Canal QAPP IT IS AGREED to undertake the following work in accordance with the provisions of the Neel - Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide engineering support services for the preparation of the final QAPP for the Collier Canal project. The engineering work will include; review of quarterly test results, review the summary of findings with staff and the preparation of the final QAPP document. Our services will include the following: 1. Review quarter test results with staff $1,000 2. Prepare the final QAPP report $1,000 Total cost of this additional service is $2, 000 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $2,000 04 AGREED: ENGINERING CONSULT ANT: C Vner STIAN: Date: `' ; Date: S 13 a Frank Watanabe, P.E. Neel- Scha ffer, Inc. L Attest:j Approved as to Form and Content for Reliance by the City of Sebastian Only: .i Sally A. Maio MC, City Clerk1,/ r Robert A. Ginsburg, Ci torney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: 4CSA -32 Project Identification: Barber Street Sport Complex — Football Field Expansion Additional work for parking and drainage modifications IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call engineering support services for the preparation of the engineering plans and permitting for the football field expansion. This engineering work will include the preparation of the SJRWMD permit application, plan submittal and any revisions to the plans per comments received from SJRWMD. If topographic survey is needed, it will be considered an additional service to the engineering. Our services will include the following: 1. Parking and Drainage Design (20 hrs x $70 /hr = $1,400) 2. Prepare engineering plans (20 hrs x $70 /hr = $1,400) 3. Revise original CAD plans and QC (4 hrs x $70 /hr = $280) Total cost of this additional service is $3,080 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $3,080 AGREED: ENGINEERING CONSULTANT: Date: Frank Watanabe, P.E. Neel- Schaffer, Inc. Attest: Sally A. Maio, MC, City Clerk CI OF EBASTIAN: L Date: Al iner Cit anager Approved as to Form and Content for Reliance by the City of Sebastian Only: r 40/ : Robert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -31 Project Identification: Street Design and Specifications for Washington, Martin and Cleveland Streets. IT IS AGREED to undertake the following work in accordance with the provisions of the Neel - Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call engineering support services for the preparation of street design plans and specifications for the three streets of Cleveland, Martin and Washington. The design work will include: topographic survey, geotechnical pavement testing, street design for curb and gutter, bulb -outs, stamp concrete pavement, parking, ADA ramps and striping. Our services will include the following: 1. Topographic surveying $3,000 2. Geotechnical bore testing of pavement $1,500 3. SJRWMD Permit Review $1,000 4. Prepare engineering design plans $6,000 5. Prepare street and pavement specifications $2,000 Total cost of this additional service is $13,500 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $13,500 AGREED: ENGINEERING CONSULTANT: Date: 3/15/11 Frank Watanabe, P.E. Neel - Schaffer, Inc. Attest: Cam, Sally A. Maio MC, City Clerk 41n BASTIAN: L_. Date: Z N Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -30 Project Identification: Seahouse Rear Drainage As -built Plans IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call engineering support services for the preparation of engineering As -Built plans for the SJRWMD permitting. This engineering work will include the preparation of the SJRWMD permit application, as -built plan submittal and any revisions to the plans per comments received from SJRWMD. If topographic survey is needed, it will be considered an additional service to the engineering. Our services will include the following: 1. Prepare engineering plans (20 hrs x $70/hr = $1,400) 2. Prepare the SJRWMD permit application form (2 hrs x $70 /hr = $140) 3. Respond to any review comments (2 hrs x senior $140 /hrs = $280) 4. Revisions to CAD plans (4 hrs x staff $70 /hr = $280) Total cost of this additional service is $2,100 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $2,100 AGREED: ENGERING CONSULTANT: Date: rank W, atanabe, P.E. Neel- Schaffer, Inc. Atte t 1 Sally A. Ma' , MMC, City Clerk SEBASTIAN: Date: 2 a A nner Ci Manager Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -29 Project Identification: Potomac Drainage Construction Engineering and Inspections IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The service is to provide construction engineering and minor site inspections service for the Potomac Drainage Improvement project. This construction project will include street paving, pipe installation, junction boxes and a baffle box installation. The service includes: 1. Attend the construction kick -off meeting — meeting minutes 2. Provide minor site inspections of the installations and paving (60 hrs x $70/hr = $4,200) 3. Take photos and notes of each site inspection 4. Review shop drawings and respond to any technical questions (6 hrs x$140/hr = $840) 5. Handle SJRWMD construction forms and close out forms (8 hrs x $70/hr = $560) 6. Prepare the final as-built plans (8 hrs x $70/hr = $560) 7. Final review of as-built plans by Senior Engineer (2 hrs x $140/hr = $280) Total additional service $4,200 + $840 + $560 + $560 + $280 = $6,440 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $6,440 I:C : _ 1 EN91rAbEERING CONSULTANT: Date: Frank Watanabe, P.E. Neel- Schaffer, Inc. CIT OF BASTIAN: Date: A i er City anager Attest: Approved as to Form and Content for Reliance by the City of Sebastian Only: c Sally A. M '4i4, MMC, City Clerk Robert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: 4CSA -28 Project Identification: Barber Street Sport Complex — Football Field Expansion IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call engineering support services for the preparation of the engineering plans and permitting for the football field expansion. This engineering work will include the preparation of the SJRWMD permit application, plan submittal and any revisions to the plans per comments received from SJRWMD. If topographic survey is needed, it will be considered an additional service to the engineering. Our services will include the following: 1. Prepare engineering plans (24 hrs x $70/hr = $1,680) 2. Prepare the SJRWMD permit application form (6 hrs x $70/hr = $420) 3. Respond to any review comments (6 hrs x senior $140/hrs = $840) 4. Revisions to CAD plans (10 hrs x staff $70/hr = $700) Total cost of this additional service is $3,640 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $3,640 AGREED: ENGINEERING CONSU.T T: Date: Frank Watanabe, P.E. Neel - Schaffer, Inc. Date: Attes : Approved as to Form and Content for j Reliance by the City of Sebastian Only: Sally A. M 'o, MMC, City Clerk Ro ert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -27 Project Identification: Storm Water Master Plan Update IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call engineering support services for the preparation of storm water master plan update. This engineering assessment will include; data collection, review of drainage network, drainage analysis and master plan updated report and presentation. The services and fees are the following: 1. Data collection and network map $3,000 2. Listing of storm water improvements $4,000 3. Drainage analysis (ICPR modeling) $16,000 4. List of future improvement projects $2,000 5. Report and presentation $2,500 Total cost for this project is $27,500 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $27,500 ENGINEERING CONSULTANT: Date: 12/7/2010 Frank Watanabe, P.E. Neel - Schaffer, Inc. Atte Sally A. Ma' 11 MMC, City Clerk *Manager TIAN: Date: + Z' Approved as to Form and Content for Reliance by the City of Sebastian Only: Fo� Robert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -26 Project Identification: Schumann Park Restroom Design – PO 6231 -00 FY2010 Feb 2, 2010 Additional Service for the Lift Station CAD/FDEP Application IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call engineering support services for the preparation of the FDEP and Indian River County applications for the Schumann Park Sewer Lift Stations. This engineering work will be in coordination with the Indian River County Utility review and approval of the design plans. The services include the following: 1. CAD lift station and design details per County approval (8 hrs x $70/hr = $560) 2. Prepare the FDEP application form (6 hrs x $70/hr = $420) 3. Prepare the utility engineering analysis (6 hrs x senior 140/hr = $840) 4. Respond to any DEP review comments (4 hrs x senior $140/hrs = $560) 5. Revisions to CAD plans and analysis (8 hrs x staff $70/hr = $560) Total cost of this additional service is $2,940 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $2,940 AGREED: ENGI.N ! 1 7_,�Date: �' � Frank Watd' nabe, P.E. ` Neel- Schaffer, Inc. CI Y O E�BA–S–T� IAN: Date: Att Approved as to Form and Content for Reliance by the City of Sebastian Only: SIA y –A— 'o, MMC, City Clerk Robert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -25 Project Identification: Indian River Drive Drainage Easement IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to prepare an engineering survey sketch and property description for a proposed 10 foot easement along the south side of the parcel at the address of 806 Indian River Drive. For our services, we will use David Jones Surveying as a sub - consultants for the preparation of the easement sketch and description. Total cost of this support service is $400 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $400.00 AGREED: ENGINEERING CONSUETANT: Date: Frank atanabe, P.E. Neel - Schaffer, Inc. Att est: Sally A. Mai MMC, City Clerk tY CI4SEBASTIAN: Date: r Ci Manager Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City A rney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -24 Project Identification: Construction and Engineering Support for the Sebastian Airport Design/Build Hangar Project IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call construction and engineering support services for the proposed Design - Build Hangar at the Sebastian Municipal Airport. Our construction and engineering support services will include the following: 1. Review and respond to any technical comments on the bid specifications and plans 2. Review of design plans and specifications (60%,90% and 100% submittals) 3. Minor inspections of the site construction, foundation and structural 4. Sign off as the "Engineer of Records" on any required forms As part of the above services and fee, we will include any additional sub - consultants needed for the field inspection and review of the foundation and structural construction. In addition, this contract includes the extra copies of the RFP packages and CD's. Total cost of this construction support service is $3,900 Total cost for 25 RFP copies and the 25 CD's is $300.00 Total sum fee for this contract is $4.200 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $4,200 AGREED: ENC�,�ERIN�N ' '�' Date: Frank Watanabe, P.E. Neel- Schaffer, Inc. Attest: Sally A. M ,ad, MMC,'City Clerk Cl OF ASTIAN: Date: " L ►O 1 ii e City . anager Approved as to Form and Content for Reliance by the City of Sebastian Only: 1" » -6;� -1a Robert A. Ginsburg, City h6omey CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No: #CSA -23 Project Identification: Barber St Skate Park Construction Permitting Requirement per SJRWMD IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide engineering service to complete the requirements identified in the SJRWMD permit for the Skate Park Building Construction. The services include the following: I . As Built certification 2. Stormwater as -built certification by professional engineer 3. Stormwater inspection report by professional engineer 4. Statement of inspection report 5. Prepare and submit the No.40C Notice of commencement 6. Prepare as -built plans for submittal to SJRWMD Additional Services CSA 23 is for the lump sum of $2,000 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services for CSA 22 will be performed for the lump sum fee amount of $2,000. AGREED: ENGINEERING CON ,SULTAIT: *CiMoanager BAtSTIAN: Date: � v `'; Date: L Frank Watanabe, P.E. Neel- Schaffer, Inc. Attest: Sally A. Maio C, City Clerk Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City Atforney A tJ CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No: #CSA -22 Project Identification: Sebastian CRA Trail Blazer and Riverview Park Gateway Design IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide engineering design for the preparation of eight trail blazer signs along US 1 and Indian River Drive as part of the CRA gateway enhancements. In addition to the directional signs, the preparation of a new entrance gateway signage at Riverview Park to replace the two existing signs. The services include the following: 1. Prepare engineering design plans (site map and details) for the trail blazer sign installation 2. Prepare engineering design plans for the new gateway entrance sign with landscaping to replace the two existing Riverview Park signs Additional Services CSA 22 is for the lump sum of $2,000 Basis of Compensation /Period of Services: The above referenced Professional Engineering Services for CSA 22 will be performed for the lump sum fee amount of $2,000. AGREED: ENGINEERING CONSULTANT: CITY OF SEBASTIAN: Date: Frank Watanabe, P.E. Neel- Schaffer, Inc. Attest: Sally A. Maio, MMC, City Clerk Date: Al Minner City Manager Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No: #CSA -18 and CSA -19 Additional Service for Engineering and Surveying Project Identification: Review of the FEMA Flood Insurance Rate Maps (FIRM) IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The work task is to provide engineering support services for the review and analysis of the City's 2010 FEMA Flood Insurance Rate Maps (FIRM). City has received the preliminary FIRM for initial comments within the 30 day review. Task I will include the review of the preliminary FIRM (10 panel sheets) and technical report. Task 2 will provide engineering support and technical assistance on the review of the Final FIRM and any FEMA comments. The reviews will include the following: CSA -18 — Review of the Preliminary FIRM - (Estimate Senior En g. review of 4 hrs) • Review and provide comments on the FIRM panels and technical report • Check panels for special flood hazard areas, zones, flood boundaries and elevations • Identify issues; such as, elevations, boundaries, streets, storm drainage and zones CSA -19 — Review and technical support of the Final FIRM - (Estimate Senior En g. review of 20 hrs) • Review and provide comments on the final FIRM panels • Provide engineering analysis for elevations and discrepancies • Provide technical support regarding FEMA comments Engineering Services for CSA 18 is for: $560 (Completed) Engineering Services for CSA 19 is for: $2,800 Additional Engineering and Surveying of FIRM maps for: $3,000 Total Contract for #18 and #19 $6,360 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services for CSA 18 will be for the lump sum fee amount of $560. CSA 19 will be for the lump sum fee of $2,800. The additional service is for $3,000. Total for CSA #18 and #19 is $6,360. AGREED: ENGINEERING CONSU TANT: Date: 41,./l Frank Watanabe, P.E. ` Neel - Schaffer, Inc. Attes . __ L �- Sally A. Mai MMC, City Clerk 2:4, OF ASTIAN: Date: A i City anager Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, CK Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -21 Project Identification: Engineering Support for the Sebastian Airport Design/Build Hanger Project IT IS AGREED to undertake the following work in accordance with the provisions of the Neel - Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call engineering support services for the preparation of preliminary engineering plans and specifications for a proposed Design -Build Hanger at the Sebastian Municipal Airport. This service will include; preliminary site layout, design plans, city specifications and engineering estimate for the City to advertise this project for a design build contract. As part of this proposal, the city will provide the pervious AutoCAD design plans of the airport hanger and any additional information on the previous specifications and site survey data. 1. Preliminary topographic surveying for control, elevations and grade. 2. Prepare preliminary plans of the hanger for the Design/Build RFP. 3. Prepare engineering specifications and cost estimates for the Design /Build RFP. 4. Assistance in the preliminary review by SJRWMD for permitting Total cost of this additional service is $4,500 Basis of Compensation /Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $4,500 AGREED: rEERING,C SI�,Y�,TANT: f Date4-/ 'G Frank Watanabe, P.E. Neel- Schaffer, Inc. Attest: 1 �^ Sally A. Mai MC, City Clerk BASTIAN: Manager Date: 6 4440_1145 Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City A4eKey Page 1 of 1 Joseph Griffin To: Frank Watanabe Cc: Alfred Minner Subject: RE: Fee proposal Frank - - -We are going w /your proposal. I have sent notice to LPA for bid docs from Hanger A bid. Joe G. From: Frank Watanabe [mailto:frank.watanabe @neel- schaffer.com] Sent: Thursday, August 19, 2010 7:02 PM To: Joseph Griffin Subject: Fee proposal Joe, Attached is the fee proposal (CSA 21) for our services to assist you on the Design /Build Hanger RFP. As per our conversation, the fee proposal covers preliminary surveying, plans, specifications and assistance on the initial review by SRJMWD for permitting. Let me know if you have any questions or changes. As discussed, our fee is $4,500. Thanks Frank Watanabe Neel- Schaffer, Inc. (772) 770 -4707 8/20/2010 CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA- QCG�C- Project Identification: Schumann Park Restroom Design —PO 6231 -00 FY2010 Feb 2,20-1 Additional Service for Lift Station Calculations and Detail Plans IT IS AGREED to undertake the following work in accordance with the provisions of the Neel - Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call engineering support services for the preparation of engineering design plans for the Schumann Park Restrooms. This additional service is for work to prepare calculations for the lift station and detail plans for the sewer connection with Indian River County Utility for permit approval. The services include the following: 1. Prepare the lift station analysis (6 hrs x senior 140/hr = $560) 2. Prepare detail plans and submit to Indian River County (20 hrs x staff $75/hr = $1,500) Total cost of this additional service is $2,340 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $2,340 AGREED: ENS. G,1 WERING CONSULT T: ! f L Date: ` ��r` l� Frank Watanabe, P.E. Neel - Schaffer, Inc. 4A4piEBASTL ,N: Date: er A ttest: Approved as to Form and Content for Reliance by the City of Sebastian Only: Sally A. Mai , MC, City Clerk Robert A. Ginsburg, City Attorney Page 1 of 1 Debbie Krueger From: Frank Watanabe [frank.watanabe @neel - schaffer.com] Sent: Wednesday, June 23, 2010 4:01 PM To: Debbie Krueger Cc: Jerry Converse Subject: CSA #20 for Schumann Restroom Lift Station Calc. Debbie, Got your call and yes, please change CSA #19 into #20. 1 forgot we used #19 as part of #18. 1 am so glad you are there to double check these. Thanks Frank Watanabe Neel- Schaffer, Inc. (772) 770 -4707 6/23/2010 CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No: #CSA -18 and CSA -19 Project Identification: Review of the FEMA Flood Insurance Rate Maps (FIRM) IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The work task is to provide engineering support services for the review and analysis of the City's 2010 FEMA Flood Insurance Rate Maps (FIRM). City has received the preliminary FIRM for initial comments within the 30 day review. Task 1 will include the review of the preliminary FIRM (10 panel sheets) and technical report. Task 2 will provide engineering support and technical assistance on the review of the Final FIRM and any FEMA comments. The reviews will include the following: CSA -18 — Review of the Preliminary FIRM - (Estimate Senior Eng. review of 4 hrs) • Review and provide comments on the FIRM panels and technical report • Check panels for special flood hazard areas, zones, flood boundaries and elevations • Identify issues; such as, elevations, boundaries, streets, storm drainage and zones CSA -19 — Review and technical support of the Final FIRM - (Estimate Senior Eng. review of 20 hrs) • Review and provide comments on the final FIRM panels Provide engineering analysis for elevations and discrepancies Provide technical support regarding FEMA comments Engineering Services for CSA 18 is for the fee of $560 Engineering Services for CSA 19 is for the fee of $2,800 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services for CSA 18 will be performed for the lump sum fee amount of $560. The Services for CSA 19 will be for the lump sum fee of $2,800 AGREED: ENGINEERING CONSrULTANT: Date: Frank Watanabe, P.E. Neel- Schaffer, Inc. Attu Sally A. o, MMC, City Clerk C Y EBASTIAN: ---- 7 Date: Z iG 1 r Ci Manager Approved as to Form and Content for Reliance by the City of Sebastian Only: obert A. Ginsburg, City Attorney "5P - I` . 4 omg- c ro p cpNw1l) CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No: #CSA -16 Project Identification: Sebastian Community Redevelopment Agency (CRA) Gateway Concept Renderings IT IS AGREED to undertake the following work in accordance with the provisions of the Neel - Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call engineering support services for meeting with City Council members for input and preparing conceptual gateway renderings. The services include the following: 1. Meetings with each of the Council members to get input 2. Prepare conceptual renderings of entrance gateways 3. Respond to any comments Additional Services CSA 16 is for the lump sum of $2,000 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services for CSA 16 will be performed for the lump sum fee amount of $2,000. AGREED: E FERING CON T: Date: 1 'F610 Frank Watana e, P.E. Neel- Schaffer, Inc. Cl YO BASTIAN: Date: M r Ci - anager Attest ; _ Approved as to Form and Content for Reliance by the City of Sebastian Only: "� fie">q Sally A. Mai , MMC, City Clerk Robert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No: #CSA -15 Project Identification: Sebastian Skate Park Design- St John's River Water Management District Permit Application IT IS AGREED to undertake the following work in accordance with the provisions of the Neel - Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call engineering support services for preparing a site plan and the St John's River Water Management District permit modification application. The services include the following: 1. Prepare site plans (8 hrs x $70/hr = $560) 2. Prepare SJRWMD application (2 hrs x $70/hr = $140) 3. Respond to any SJRWMD comments (4 hrs x $70/hr = $280) Additional Services CSA 15 is for the lump sum of $1,000 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services for CSA 15 will be performed for the lump sum fee amount of $1,000. AGREED: ENGINEERING CONSULTANT: Date:? 1 21010 Frank Watanabe, P.E. Neel- Schaffer, Inc. Attest,_ Sally A. Ma' , MMC, City Clerk SEBASTIAN: Date:4 Manager Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City A rney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No: #CSA -14 Project Identification: Collier Canal — On -call Engineering Services — Additional work IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on-call engineering support services for the completion of the Collier Canal Construction project. These services may include the following: Original approved CSA 3 1. Attend staff meetings as needed (4 hrs x $140/hr = $560) for 2 -3 months 2. Review any final as-built drawings (4 hrs x $140/hr = $560) 3. Site visits/respond to technical questions (2 hrs x $140/hr = $280) 4. Final walk thru final punch list (2 hrs x $140/hr = $280) 5. Review and sign plans as Eng of Record (2 hrs x $140/hr = $280) 6. Review and sign any agency permits (2 hrs x $140/hr = $280) 7. As needed reviews, meetings or site visits at $140/hr Total cost of services not to exceed = $3, 000 Additional Services CSA 14 • Preparation of as -built plans $2,000 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services for CSA 14 will be performed for the lump sum fee amount of $2,000. AGREED: ENG E RING CO S Date: - :Fz��F�016 Frank Watanabe, P.E. Neel- Schaffer, Inc. Attest: Sally A. Maio, C, City Clerk Date: 3 24 to Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City ttorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No: #CSA -13 Project Identification: Engineering Review of the Sebastian River Landing Phase II Subdivision IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call engineering review of the Sebastian River Landing Phase II Subdivision development plans for the city's planning development review process. The engineering review included the following: For the hourly fee rates: ($75/hr staff engineer and $140/hr senior engineer) Medium Plan Reviews 0 5 hours of staff engineer on the initial plan review 5 hrs x$75 = $375 0 1 hour review senior engineer review 1 hr x $140 = $140 0 3 hours of review on response comments 3 hrs x $75 = $225 o Attend meeting with developer consultant on comments 1 hr x $75 = $75 0 1 hour for second review 1 hr x $75 = $75 o Final review by senior engineer 1 hr x $140 = $140 Total Review Fee $1,070 All reviews will include plan sheet mark -ups, review comment memo and a meeting with city staff, if needed. Any additional meetings to attend a Planning and Zoning Commission meeting is on an hour rate of $140/hr. The above referenced engineering services for CSA 13 to review the above development subdivision plans will be performed for the lump sum fee amount of $1,070 AGREED: ENG ERING CO SIVLT Date:,��� ZO /� rank Watanabe, P.E. Neel- Schaffer, Inc. Attest: �►� Sally A. Mai , C, City Clerk Date: 3 Z4 LO Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -12 Project Identification: Sebastian Skate Park Building IT IS AGREED to undertake the following work in accordance with the provisions of the Neel - Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call engineering support services for the preparation of engineering design plans for the Sebastian Skate Park Building. The services include the following: 1. Prepare engineering design plan for the Skate Park Facility Building $2,500 Total cost of services not to exceed = $2,500 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $2,500. AGREED: ENG JNEERING UL ANT: Dater rank Watanabe, P.E. Neel- Schaffer, Inc. CI Y O BASTIAN: -� Date: Z CC r C1 pager CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -11 Project Identification: Citywide Pavement Management Review IT IS AGREED to undertake the following work in accordance with the provisions of the Neel - Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to conduct a field review of the city streets and then prepare a pavement management report for the city's annual pavement overlay construction. The services include the following: 1. Field review and prepare pavement management report $3,000 Total cost of services not to exceed = $3, 000 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $3,000 AGREED: ENGlERING_ CONS YL TANT: CI Y SEBASTIAN: i' Date:G ��� Date: ? z t U rank Watanabe, P.E. er Neel - Schaffer, Inc. C V nager CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -10 Project Identification: Schumann Park Restroom Design Plans IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call engineering support services for the preparation of engineering design plans for the Schumann Park Restrooms. The services include the following: 1. Prepare engineering design plans for the Schumann Park Restrooms $2,500 Total cost of services not to exceed = $2,500 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $2,500. AGREED: ;EN 71COXS T: D ate °Id Frank Watanabe, P.E. Neel- Schaffer, Inc. 320/5/ 606R3D C0921 V,�,�L'4�I 23782 CIT O BASTIAN: Date: Z l� l0 A Ci anager CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -8 Project Identification: Construction Pavement Overlay Specifications IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call engineering support services for the preparation of the engineering specifications for the city's pavement overlay construction project. The services include the following: 1. Preparation Specifications for pavement overlay $2,000 Total cost of services not to exceed = $2, 000 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $2,000 AGREED: EN G CO S Date: Frank Watanabe, P.E. Neel- Schaffer, Inc. 4C* Vanager IAN: Date: 2 w to CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -7 Project Identification: Collier Canal — On -call Engineering Services IT IS AGREED to undertake the following work in accordance with the provisions of the Neel - Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call engineering support services for the completion of the Collier Canal Construction project. These services may include the following: 1. Attend staff meetings as needed (4 hrs x $140/hr = $560) for 2 -3 months 2. Review any final as -built drawings (4 hrs x $140/hr = $560) 3. Site visits /respond to technical questions (2 hrs x $140/hr = $280) 4. Final walk thru final punch list (2 hrs x $140/hr = $280) 5. Review and sign plans as Eng of Record (2 hrs x $140/hr = $280) 6. Review and sign any agency permits (2 hrs x $140/hr = $280) 7. As needed reviews, meetings or site visits at $140/hr Total cost of services not to exceed = $3, 000 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $3,000 AGREED: EN RII ON UL Date: �a ran nabe, P. E. Neel- Schaffer, Inc. m60 V,P 4 -�) Jk 237020 Date: 1-26- 140 CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -6 Project Identification: George St Drainage — Construction Engineering Services IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide limited construction engineering service for the construction of the George St Drainage Improvement project. The services include: 1. Kick -off meeting, minutes and St John's (2 hrs x $140/hr = $280) 2. Construction surveying — 3 control points f David Jones — 001 3. Review and approve shop drawings (4 hrs x $140/hr = $560) 4. Site visits/respond to technical questions (12 hrs x $70/hr = $840) 5. Final walk thru final punch list (3 hrs x $140/hr = $420) 6. Prepare as -built plans/QC review (6 hrs x $70/hr + $140/hr = $560) 7. Prepare St John's closure application (6 hrs x$70/hr + $140/hr = $560) Total cost of service $3220 NSI + $400 survey = $3,620 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $3,620 AGREED: ENG G SEBASTIAN: Date: _�,� Date: rank Watanabe, P.E. Neel- Schaffer, Inc. Aner A „map, CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -5 Project Identification: Potomac Drainage — Baffle Box Design and Surveying IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide engineering design service for the preparation of baffle box design plans for Potomac Drainage project. The service includes: 1. Revise plans with baffle box design (4 hrs x $70/hr = $280) 2. Prepare detail plan of baffle box design (14 hrs x $70/hr = $980) 3. Recheck drainage analysis with baffle box ($12 hrs x $70/hr =$840) 4. Final review of plans by Senior Engineer (4 hrs x $140/hr = $560) 5. Additional survey of ditch alignment to the River (David Jones $3,200) Total additional service $280 + $980 + $840 + $560 + $3,200 = $5,860 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $5,860 AGREED: ENGINEERING CONSULTANT: Date: Frank Watanabe, P.E. Neel- Schaffer, Inc. Att Sally A. >4o, CMC, City Clerk SEBASTIAN: Date: Ia 3o d� Ckyl Manager Approved as to Form and Content for Reliance by the City of Sebastian Only: / elf Robert A. Ginsburg, City Att y CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -5 Project Identification: Potomac Drainage — Baffle Box Design and Surveying IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON-EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide engineering design service for the preparation of bale box design plans for Potomac Drainage project. The service includes: 1. Revise plans with baffle box design (4 hrs x $70/hr= $280) 2. Prepare detail plan of baffle box design (14 hrs x $70/hr = $980) 3. Recheck drainage analysis with baffle box ($12 hrs x $70/hr =$840) 4. Final review of plans by Senior Engineer (4 hrs x $140/br = $560) 5. Additional survey of ditch alignment to the River (David Jones $3,200) Total additional service $280 + $980 + $840 + $560 + $3,200 = $5,860 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $5,860 AGREED: E E - G C NS SEBASTIAN: Date:1d nk a Date: l0 3p Q Frail Watanabe, P.E. s er Neel- Schaffer, Inc. 0 Manager Attest: Sally A. Maio, CMC, City Clerk Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA4 Project Identification: Schumann Park — Final Construction Engineering Service IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide final construction engineering service for the construction and close out of the Schumann Park Tennis/Basketball project. The service includes: 1. Field visits of grading/asphalt pavement (2 hrs x $140/hr = $280) 2. Final site visit and walk thru punch list (2 hrs x $140/hr = $280) 3. Prepared as -built plans/QC review (2 hr x $70/hr +$140/hr = $280) 4. Prepared St John's closure application (4 hrs x$70/hr = $280) Total additional service $280 + $280 + $280 + $280 = $1,120 Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $1,120 AGREED: EN ERIN O F SEBASTIAN: Date:w Date: iQ L Frank NVafimiibe, P.E. er Neel- Schaffer, Inc. qty Manager CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -1 Project Identification: George Street Drainage — Construction Engineering Services IT IS AGREED to undertake the following work in accordance with the provisions of the Neel - Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide construction engineering service for the construction of the George Street Drainage project. The service includes: • Prepare the bid package and notification to contractor • Prepare specifications for construction • Produce signed and sealed plans for distribution • Review shop drawings Work will include the preparation of bid package, engineering specifications and review of shop drawings for the George Street Drainage Construction. Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the lump sum fee amount of $2,400. AGREED: EN E G C ,N ANT: Date: A_z6q rank Watanabe, P.E. Neel- Schaffer, Inc. C O EBASTIAN: Date: -7 1O Ci Manager Attest: Approved as to Form and Content for Reliance by the City of Sebastian Only: Sally A. M ' , CMC, City Clerk Robert A. Ginsburg, City orney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #CSA -3 Project Identification: Plan Review for Fischer Lake Island Replat IT IS AGREED to undertake the following work in accordance with the provisions of the Neel- Schaffer, Inc. Master Agreement entitled NON - EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated May 27, 2009. Description of Assignment: The project is to provide on -call engineering review of development plans for the city's planning development review process. For this initial review, we are submitting a fee rate of the following: For the hourly fee rates: ($75/hr staff engineer and $140/hr senior engineer) o Small reviews — 2 hrs of staff and 1 hr of senior $290 All reviews will include plan sheet mark -ups, review comment memo and a meeting with city staff, if needed. Any additional meetings to attend a Planning and Zoning Commission meeting is on an hour rate of $140/hr. Basis of Compensation/Period of Services: The above referenced Professional Engineering Services will be performed for the fee rate of $290 as shown above. AGREED: ENOWERING C TANT: G%C Date /A Frank Watanabe, P.E. Neel - Schaffer, Inc. Attest: Sally A. Maio MC, City Clerk SEBASTIAN: Date: 7 9 Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City Attorney NON - EXCLUSIVE AGREEMENT for CONTINUING PROFESSIONAL ENGINEERING CONSULTING SERVICES THIS AGREEMENT, entered into this ,�% day of A2_, 2009 by and between CITY OF SEBASTIAN, a Florida municipal corporation, hereinafter referred to as the "CITY ", and NEEL- SCHAFFER, INC., 1202 19`h Place, Suite A -100, Vero Beach, FL 32960 hereinafter referred to as the "ENGINEER CONSULTANT" and also known herein as one of the "Continuing Consulting Services Firms ". WITNESSETH That the CITY and the ENGINEER CONSULTANT, in consideration of their mutual covenants, herein agree with respect to the performance of professional engineering services by the ENGINEER CONSULTANT, and the payment for those services by the CITY, as set forth below and in individual Work Orders. This agreement shall be referred to as the "MASTER AGREEMENT" under which future Work Orders will apply. The ENGINEER CONSULTANT shall provide the CITY with professional engineering services and such other related services as defined in specific Work Orders, in all phases of each project unless specified otherwise. The ENGINEER CONSULTANT shall serve as the CITY'S professional representative for the project(s) as set forth in each Work Order, and shall give professional advice to the CITY during the performance of the services to be rendered and as to the fulfillment of project requirements. The ENGINEER CONSULTANT is retained by the CITY to perform these consulting services under this non - exclusive continuing contract with the CITY. SECTION I — SCOPE OF SERVICES The Scope of Services shall be identified in individual Work Orders prepared by the ENGINEER CONSULTANT and approved by the CITY. Each Work Order will be sequentially numbered and initiation of work thereunder shall be subject to a Notice -to- Proceed being issued by CITY. Basic services required of the ENGINEER CONSULTANT for the project will be described in other appropriate sections of this Agreement and in individual Work Orders. SECTION II - CITY OBLIGATIONS The CITY agrees to provide the following material, data, or services as required in connection with the work to be performed under this Agreement: A. Provide the ENGINEER CONSULTANT with a copy of any pertinent preliminary data or reports available to the CITY. B. Provide the ENGINEER CONSULTANT with all available drawings, surveys, right -of -way maps, and other documents in the possession of the CITY that are pertinent to the proj ect. C. The CITY shall be responsible for obtaining only those permits delineated in the individual Work Orders, or those required to complete the project only if such permit requirements are made into law and established by regulatory agencies after the effective date of the Work Order. D. The CITY shall make all provisions for the ENGINEER CONSULTANT to enter upon public or private property as reasonably required for the ENGINEER CONSULTANT to perform its services. E. The CITY will promptly execute all completed permit applications necessary to expedite the acquisition of any local, state or federal permits made necessary by the project. SECTION III - CITY'S ALLOTMENT OF PROJECT WORKLOAD TO THE SELECTED CONTINUING CONSULTING SERVICE FIRMS The CITY shall, in its sole discretion, distribute the project workload among the selected Continuing Consulting Services Firms as the CITY sees fit. The CITY'S decision may be based on project type, project continuity, available man -hours assigned to CITY projects by the selected Continuing Consulting Services Firms, and /or special expertise or knowledge possessed by one of the Continuing Consulting Services Firm that may be pertinent to the particular project, inter alia. ENGINEER CONSULTANT shall have no right to appeal or challenge the CITY'S decision(s) regarding distribution of work. SECTION IV - SCOPE OF SERVICES The ENGINEER CONSULTANT agrees to perform all necessary professional engineering services, project design services, construction phase services, design -build services, and /or other services in connection with the assigned project(s) as required and as set forth in the following: A. General 1. The ENGINEER CONSULTANT will endeavor not to duplicate any previous work done on any project. Before issuance of a Work Order and written authorization to proceed, the ENGINEER CONSULTANT shall consult with the CITY to clarify and define the CITY'S requirements for the project(s) and review all available data. 2. The ENGINEER CONSULTANT shall attend conferences with the CITY and its representatives, upon request. 3. In order to accomplish the work described under this Agreement under the time frames and conditions set forth in this Agreement, the ENGINEER CONSULTANT shall observe the following requirements: a. The ENGINEER CONSULTANT shall complete its work on the project(s) within the time allowed by maintaining an adequate staff of registered engineers, certified operators, draftpersons, and other employees and /or subconsultants on the work at all times. b. The ENGINEER CONSULTANT shall comply with all federal, state, and local laws applicable to the project(s). The ENGINEER CONSULTANT'S work product shall conform with all applicable federal, state and local laws applicable to the project(s). C. The ENGINEER CONSULTANT shall prepare and complete all necessary sketches, permit application drawings, calculations, and application forms to accompany the CITY'S applications for any required federal, state, or local permits. The ENGINEER CONSULTANT shall reply to all permitting agency's requests for additional information related to a permit application. d. The ENGINEER CONSULTANT shall cooperate fully with the CITY in order that all phases of the work may be properly scheduled and coordinated. e. The ENGINEER CONSULTANT shall provide the appropriate quantities of complete preliminary sets of construction plans to any city, county, state or federal regulatory agency from which a permit or other approval is required, prior to final approval of the design by the CITY MANAGER or his /her designate, and shall coordinate the project design with all agencies. f. The ENGINEER CONSULTANT shall contact all utility companies having installations in the vicinity of the proposed work to determine accurate locations and consider relocation of utilities, if necessary. The ENGINEER CONSULTANT shall provide the CITY with all known information relative to any required utility adjustments, relocations and installations, and shall show all known above and below ground utilities on the final design plans. g. The ENGINEER CONSULTANT shall report the status of the project(s) to the CITY MANAGER or his /her designee upon request and hold all drawings, calculations, and related work open to the inspection of the CITY MANAGER or his /her authorized agent at any time, upon reasonable request. h. Unless otherwise specified, the ENGINEER CONSULTANT shall be considered the Engineer -of- Record for the project(s) in accordance with all legal and administrative requirements and criteria 4. The ENGINEER CONSULTANT shall furnish additional copies of reports, drawings, specifications, bidding and construction contract documents, and other pertinent items as required by federal, state and local agencies from which approval of the project(s) must be obtained, prospective bidders, material suppliers, and other interested parties, but may charge only for the actual cost of providing such copies. The ENGINEER CONSULTANT shall furnish to the CITY the necessary number of sets of the drawings, bidding and construction contract documents, specifications, reports, and other pertinent items as set forth in individual Work Orders. The cost of these sets of documents are not included in the basic compensation paid to the ENGINEER CONSULTANT, but will be paid as a direct expense. All original documents, survey notes, field books, tracings, and the like, including all items furnished to the ENGINEER CONSULTANT by the CITY pursuant to this Agreement, are and shall remain the property of the CITY, and shall be delivered to the CITY upon completion of the work or at any time upon request. All items prepared by the ENGINEER shall be created, maintained, updated, and provided in the format as specified by the CITY. 5. All construction drawings prepared by the ENGINEER CONSULTANT shall be of sufficient detail to permit the actual location of the proposed improvements on the ground by a third party (i.e. the third party shall be able to accurately locate the proposed improvements on the ground using only the information contained in the ENGINEER CONSULTANT'S drawings). 6. The ENGINEER CONSULTANT acknowledges that preparation of all applicable permits for the CITY'S submittal to governmental regulatory agencies, and the ENGINEER CONSULTANT'S written responses to all regulatory agencies' questions, are included within the scope of basic compensation in each particular Work Order. Any additional work required by regulatory agencies which establish such regulations after the effective date of the particular Work Order, shall be an additional service, and the CITY shall compensate the ENGINEER CONSULTANT in accordance with Section VII - "Additional Work," of this Agreement, and in accordance with the fee schedule in an approved Work Order. Approval by the CITY shall be required prior to commencement of any additional work. 7. If the CITY proposes to construct the improvements in a phased manner, the ENGINEER CONSULTANT shall prepare detailed master plan drawings as required by the applicable Work Order. 8. Compensation to the ENGINEER CONSULTANT for basic services shall be in accordance with each Work Order, as mutually agreed upon by the ENGINEER CONSULTANT and the CITY. A schedule of approved hourly billing rates is included in "Exhibit A" attached, and will be included as part of each Work Order when approved. SECTION V - TIME FOR COMPLETION The time for completion of each project shall be defined in the Work Order. SECTION VI — COMPENSATION The CITY agrees to pay, and the ENGINEER CONSULTANT agrees to accept, for services rendered pursuant to this Agreement, fees in accordance with the following: A. Professional Services Fee The basic compensation shall be mutually agreed upon by the ENGINEER CONSULTANT and the CITY prior to issuance of each Work Order and the amount shall be included in the Work Order to be formally approved by the CITY. B. Direct Payment for Additional Services The CITY agrees to pay on a direct basis for services or goods provided by others working in conjunction with the ENGINEER CONSULTANT, as follows: 1. Printing and Reproduction. The CITY shall make direct payment to the ENGINEER CONSULTANT for the cost of printing project plan sheets required for utility coordination. The maximum cost allowed per blueprint, mylar, sepia, and /or other media utilized for this purpose shall be set forth in the Work Order, 2. CITY does not foresee nor intend paying ENGINEER CONSULTANT any travel expenses under this Agreement. Any such payment shall not be made except as specifically authorized in extraordinary circumstances by prior approval of the CITY and, in any such case, bills for any travel expenses shall be submitted in accordance with the CITY travel policy as adopted by Resolution. SECTION VII - ADDITIONAL WORK Additional work occurs when the CITY requests changes after it has formally approved a Work Order. Additional work shall not commence until a further Work Order for the additional work has been formally issued by the CITY, and the additional work shall be performed in accordance with the fee schedule set forth in that Work Order. SECTION VIII — PAYMENTS The CITY shall make monthly partial payments to the ENGINEER CONSULTANT as provided for in the Work Order. Unless otherwise stated in the Work Order, the ENGINEER CONSULTANT shall submit duly certified monthly invoices to the CITY MANAGER or his /her designee or such City Staff or City Representative as designated by the CITY MANAGER . The Agreement shall be divided into units of deliverables, which shall include, but not be limited to, reports, findings, drawings, and drafts, that must be received and accepted by the CITY MANAGER or his /her designee prior to payment. SECTION IX - RIGHT OF DECISIONS All services shall be performed by the ENGINEER CONSULTANT to the satisfaction of the CITY MANAGER or his /her designee who shall decide all questions, difficulties, and disputes of whatever nature which may arise under or by reason of this Agreement, according to the prosecution and fulfillment of the service hereunder, and the character, quality, amount and value thereof. The CITY MANAGER or his /her designee's decision upon all claims, questions, and disputes shall be final, conclusive, and binding. Adjustments of compensation and contract time because of any major changes in the work that might become necessary or be deemed desirable as the work progresses shall be reviewed by the CITY MANAGER or his /her designee, and require that a Change Order (a further Work Order) be processed in accordance with the CITY'S legal and administrative procedures. If the ENGINEER CONSULTANT does not concur in the judgment of the CITY MANAGER or his/her designee as to any decisions made by him /her, it shall present written objections to the City Manager, who shall make a decision, and the ENGINEER CONSULTANT shall abide by the City Manager's decision. SECTION X - OWNERSHIP AND REUSE OF DOCUMENTS A. Ownership and Copyright Ownership and copyright of all reports, tracings, plans, specifications, field books, survey information, maps, contract documents, and other data developed by the ENGINEER CONSULTANT pursuant to this Agreement, shall be vested in the CITY. Said materials shall be made available by the ENGINEER CONSULTANT at any time upon request of the CITY. On or before the tenth day after all work contemplated under a Work Order is complete, all of the above materials shall be delivered to the CITY MANAGER or his /her designee. B. Reuse of Documents All documents, including but not limited to reports, drawings and specifications, prepared by the ENGINEER CONSULTANT pursuant to this Agreement, are related exclusively to the services described herein. They are not intended or represented to be suitable for reuse by the CITY or others on extensions of this project or on any other project. The CITY'S reuse of any document or drawing shall be at the CITY'S own risk. SECTION XI - NOTICES Any notices, reports or other written communications from the ENGINEER CONSULTANT to the CITY shall be considered delivered when posted by certified mail or delivered in person to the CITY MANAGER or his /her designee. Any notices, reports or other communications from the CITY to the ENGINEER CONSULTANT, shall be considered delivered when posted by certified mail to the ENGINEER CONSULTANT at the last address left on file with the CITY or delivered in- person to said ENGINEER CONSULTANT or its authorized representative. Any notices in either direction made by email transmittal shall be considered delivered as of the time of transmittal upon confirmation of the receipt of such email transmittal. SECTION XII — TERMINATION Either party may terminate this agreement upon seven (7) days' written notice to the other party, except that in the event ENGINEER CONSULTANT terminates this agreement such termination shall not be effective, absent the CITY'S consent, until ENGINEER CONSULTANT'S completion, to the CITY'S satisfaction, of any pending Work Order. SECTION XIII - AUDIT RIGHTS The CITY reserves the right to audit the records of the ENGINEER CONSULTANT related to this Agreement at any time during the prosecution of the work included herein and for a period of three years after final payment is made. SECTION XIV — SUBLETTING / OUTSOURCING / TRANSFER The ENGINEER CONSULTANT shall not sublet, assign, outsource or transfer any work under this Agreement without the written consent of the CITY. When applicable and upon receipt of such consent in writing, the ENGINEER CONSULTANT shall cause the names of the engineering and /or surveying firms responsible for the major portions of each separate specialty of the work to be inserted on the reports or other data. Any such assignment / outsourcing shall not release the ENGINEER CONSULTANT from its role, duties, responsibilities, and obligations as Engineer -of- Record for the project work performed. SETION XV — WARRANTY The ENGINEER CONSULTANT warrants that it has not employed or retained any company or person other than a bona fide employee working solely for the ENGINEER CONSULTANT, to solicit or secure this Agreement, and that it has not paid or agreed to pay any company or person other than a bona fide employee working solely for the ENGINEER CONSULTANT any fee, commission, percentage fee, gift(s) or any other consideration(s), contingent upon or resulting from the award or making of this Agreement. For the ENGINEER CONSULTANT'S breach / violation of this warranty, the CITY shall have the right to annul this Agreement without liability. SECTION XVI - DURATION OF AGREEMENT This Agreement shall remain in full force and effect for a period of three years after the date of execution thereof, or until completion of all project phases as defined by the CITY MANAGER or his/her designee, whichever occurs first, or unless otherwise terminated by mutual consent of the parties hereto, or terminated pursuant to Section XII. This Agreement may be extended for a period of two additional years at the discretion of the CITY. SECTION XVII — INSURANCE At least ten days prior to commencement of the first work authorization, ENGINEER CONSULTANT shall provide the CITY with a certificate of insurance from a company rated A+ VII or better, per the Best's Key Rating Guide for the following: 1) Worker's Compensation — Coverage to apply to all employees for Statutory Limits in compliance with the applicable state and federal laws. In addition, the policy must include Employer's liability with a limit of $1,000,000 each accident and disease. 2) Commercial General Liability — Coverage must be afforded on a form no more restrictive than the latest edition of the Commercial General Liability Policy, on an occurrence basis, filed by the Insurance Services Office and must include: a. Minimum limits of $1,000,000 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. b. Premises and Operations. c. Independent Contractors d. Products and completed Operations — Consultant shall maintain in force until at least five (5) years after completion of all services required under the Contract, coverage for products and completed operation. e. Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and /or indemnification agreement. 3) Business Auto Policy — Coverage must be afforded on a form no more restrictive than the latest edition of the Business Auto Policy filed by the Insurance Services Office and must include: a. Minimum limits of $1,000,000 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. b. Owner Vehicles c. Hired and Non -Owned Vehicles. 4) Professional Liability — The Consultant shall maintain a professional liability insurance policy in the amount $1,000,000 during the term of this Contract. Such coverage shall be maintained for a period of five (5) years following completion and acceptance of any work performed under this agreement. In the event the Consultant fails to secure and maintain such coverage, Consultant shall be deemed the insurer of such professional liability insurance and shall be responsible for all damages suffered by the City as a result thereof, including attorney's fees and costs. In the event an atypical large -scale project is proposed, the individual work order for the project may designate that a higher liability policy be obtained. 5) Additional Insured - The City is to be specifically included as an additional insured. Consultant's insurance including that applicable to the City as an Additional Insured shall apply on a primary basis and any other insurance maintained by the City shall be in excess of and shall not contribute with Consultant's insurance. Consultant's insurance shall contain a severability of interest provision, providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured in the same manner as if separate policies had been issued to each. 6) Notice of Cancellation and /or Restriction — Each policy must be endorsed to provide the City with a minimum of forty -five (45) days notice of cancellation and /or restriction. 7) Certificates of Insurance — Certificates of insurance evidencing the Insurance coverage specified in this section shall be filled with the City before operations are begun. The required certificates of insurance shall name the types of policies provided. If the initial insurance expires prior to the completion of the work, renewal certificates of insurance and required copies of policies shall be furnished thirty (30) days prior to the date of their expiration. SECTION XVIII — INDEMNIFICATION The ENGINEER CONSULTANT shall Indemnify and hold harmless the CITY, and the CITY'S officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ENGINEER CONSULTANT and other persons employed or utilized by the ENGINEER CONSULTANT in the performance of this contract agreement. The CITY shall Indemnify and hold harmless the ENGINEER CONSULTANT, and the ENGINEER CONSULTANT'S officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the active negligence, recklessness, or intentionally wrongful conduct of the CITY and other persons employed or utilized by the CITY in the performance of this contract. SECTION XIX — SAFETY The ENGINEER CONSULTANT is responsible for safety training for the ENGINEER CONSULTANT'S employees and their activities on the CITY'S property and construction sites. However, in accordance with generally accepted practices, the ENGINEER CONSULTANT may report any observed job site safety violations to the CITY. SECTION XX - CHOICE OF LAW AND VENUE This Agreement shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract Agreement shall be in Indian River County, Florida, or in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. The parties hereto specifically waive any and all rights to trial by jury. SECTION XXI - ENTIRETY OF AGREEMENT This writing embodies the entire Agreement and understanding between the parties hereto, and there are no other Agreements and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. No alteration, change, or modification of the terms of this Agreement shall be valid unless made in writing and signed by both parties hereto. SECTION XXII — SEVERABILITY In the event any provision, section, or paragraph of this agreement is determined by a court of competent jurisdiction to be void, illegal, or unenforceable, the remaining portions not found to be void, illegal, or unenforceable, shall remain in full force and effect. WITNESS WHEREOF the parties hereto have executed these presents this_- ,bWday of , 2009. ATTEST (SEAL): THE CI_TY OF ✓ Sally A. Ma' , CMC kn, y Manager City Clerk Approved as to form and legality for reliance by the City of Sebastian only: Robert A. Ginsburg, City Attorney FOR ENGINEER CONSULTANT: Neel- Schaffer, Inc. Attest:,r2'� -C� By _ (seal) t Title: �NN•�N.w/ i ' ao�r�MM1 lb�ld� I�bIryA�1/ 1� Neel-Schaffer, Inc. Staff Classification /Billing Rates Classification Title Billing Rate /Hour P1 Engineer 70.00 P2 Staff Engineer 75.00 P3 Project En ineer 90.00 P4 Senior Project 110.00 P5 Project Manager 140.00 P6 Senior Project Manager 155.00 P7 Project Director 180.00 P8 Officer 190.00 P9 Division Director 200.00 P10 Principal 220.00 T1 Designer 65.00 T2 Designer 70.00 T3 Project Desi ner 80.00 T4 Senior Project Designer 95.00 T5 CADD Manager 110.00 T1 Technician 65.00 T2 Technician 70.00 T3 Project Technician 80.00 T4 Senior Project Technician 95.00 T5 Technician Manager 110.00 Al Receptionist 40.00 A2 Administrative Assistant 50.00 A3 Administrative Assistant 55.00 A4 Administrative Assistant 60.00 A5 Administrative Supervisor 65.00 (1) Rates effective through December 31, 2009 Y: \Controller \Worksheets \Billing Rate Schedules RX Date /Time 04/01/2011 14,46 601 936 3854 Apr. 1. 2011 1:57PM Nowell Agency Flowood P.001 No. 0414 P. 1 l 1 ACORO' CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDMYn 03/30/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OP INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER. IMPORTANT: If the Certificate holder Is an ADDITIONAL INSURED, the policy(iea) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions or the policy, certain pollciee may require an endorsement. A statement on this certificate dogs not confer rights to the certificate holder In lieu of such andorsement(s). PRODUCER CONTAOY KATHY B TAYLOR KATHY 0 TAYLOR THE NOWELL AGENCY INC. P40K 1,1,AK Ac No Evil: &MAIL 105 KATHERINE DR.. BLDG. A FLOWOOD MS 39232 PRODUCER 11712 INSURERIS) AFFORDING COVERAGE NAIC0 OAMAOETORENTEO INSURED NEEL- SCHAFFER, INC. ET AL wsuaeaA Nationwide Insurance Company S 10,000 PERSONAL BADVINJURY S 11000,000 P.O. BOX 22626 INSURER GENERAL AGGREGATE INSURER GENLAGGREGATEUMITAPPUESPER POLICY PRO- X LOC ] JACKSON MS 30225 INSURPA 0: S INSURER E AUTOMOBILE LIABIUTY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON•OWNED AUTOS 04WA P BAKS604886691 04/01/11 CKeJ.'L�:�_ici �14.�11�[N_tl�:ltll( -1�: K :tATi6YIeMI LINIM14 : THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALLTHE TERMS, CLUSIONS AND, QQNQITIQN.1; OF SUCH P WITS SHOWN MAY HAVE BEEN RFf Q1 AIMS INSR LTR TYPE OF INSURANCE ADM BURR pDLICYNUMeER POLICY EPP POLIOYEXP LIMITS A OENERAL UASIL" X COMMERCIAL OENERALLIABILITY CLAIMS-MADE I X J OCCUR RPOK5604680691 GLK06804886691 04/01111 04101/11 04101/12 04/01112 EACH OCCURRENCE s 1,000,000 OAMAOETORENTEO $ 600,000 IUEO. EXP (Anyone person) S 10,000 PERSONAL BADVINJURY S 11000,000 GENERAL AGGREGATE S 2,000,000 GENLAGGREGATEUMITAPPUESPER POLICY PRO- X LOC ] PRODUCTS - COMPIOPAGG S 2,000,000 S A AUTOMOBILE LIABIUTY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON•OWNED AUTOS BAKS604886691 04/01/11 04101H2 COMBINED SINGLE LIMIT (Ea acweriq S 1,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) S PROPERTY DAMAGE (PorwAdenp $ E $ X UMBRELLA LIA'S EXCESS WAD OCCUR EACH OCCURRENCE HCLAW-MADE AGGREGATE S DEDUCTIBLE RETENTION S S $ WORKERB COMPENBATSON AND EMPLOYERS' LABILITY YIN ANY PROPRIETORIPARTNERMXECUTNE OFFIOERIMEMBER EXCLUDE09 (Mandatory In NH) Ityes'eenaieaunaer DSSCRIPYION OF OPERATIONS eelw, NIA WC STAT11 OTri TARY I SUITS: PA S E.L. EACH ACCIDENT E.L. DISEASE -EA EMPLOYEE S E.L.DISEASE•POLICYLIMfT S Ftl DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES (Attach ACORD 181, Additional Remarks Schedule. If more apace le required) SEE SUPPLEMENTAL CERTIFICATE INFORMATION OERTIFIGATE HULULK GANCELLATION SHOULD ANY Or THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Sebastian THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1225 Main Street Sebastian FL 32966 1 AUTHORIZEO REPRESEWATNE Attantlon: Jean Fax: 772-681-0149 I Ii} r ylOt Agenl.6 ORD 25 (2009/09) Q 1988-2009 ACORD CORPORATION. All rig is reserved. The ACORD name and logo are reglstered marks of ACORD RX Date /Time 0410112011 14:46 601 936 3854 P,002 Apr, 1, 2011 1:57PM Nowell Agency Flowood No,0414 P. 2 SUPPLEMENT TO CERTIFICATE OF LIABILITY INS ##42349 M R302011 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS City of Sebastian are added additional Insureds. Should any of the above described policies be cancelled before the expiration date thereof, the Issuing Insurer will endeaver to mall 30 days written notice to the certificate holder named below, but failure to do so shall Impose no obligation or liability of any kind upon the Insurer, Its agents or representatives. Corthlcato # 42349 RX Date /Time 04101/2011 14,46 601 936 3854 P,003 Apr, 1. 2011 1:57PM Nowell Agency Flowood No.0414 P. 3 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 -5 (2001106) Certificate #42349 RX Date /Time 09102/2010 16:09 6017094444 P1001 Sep. 2. 2010 3:11PM nowell agency brandon No. 0072 P. 1 �,...1 ACORO' CERTIFICATE OF LIABILITY INSURANCE DATE t"'"" 00102/2010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER. IMPORTANT: It the cerilficats holder is an ADDITIONAL INSURED, the policy(fes) must be endorsed, If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain polldos may roquIrs an endorsement. A statement on this ceruncale does not confer rights to the cerURcole holder In lieu of such endorsomont(s). PRODUCER Phone: (601) 992-4444 Fu: (801) 7084444 CONTADr The Nowell Agency, Inc. THE NOWELL AGENCY INC. Pk" (601) 372 -6664 PAX (601) 372 -5590 1500 OLD FANNIN RD. csmlth(jPlnowejlagency.com BRANDON MS 39047 ADDREed !RO.011" ._. 11712 INSURED NEEL- SCHAFFER, INC. P.O. BOX 22625 JACKSON MS 38225 COVERAGES CFRTIFICA7K NI1U0913• 1791:70 INSURER 0 : INDUReA C : E : Nallonw(de Insurance THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, INSR ..LYR. A TYPEOFINSURANCE ADDI X BURR POLICY NUMBER POLICYEFF POLICYEXP LIMITS GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY !i / f3. TBylbf. A9ZRtL✓ 63PRO20088 -3001 04/01110 04101111111 EACH OCCURRENCE s 1,000,000 DAMAGE TO RENTED i $00,000 MED. EXP (Any one person) : 10,000 CLAIMS-NwDE I� OCCUR PERSONAL aADV INJURY S 1,000,000 GENERAL AGGREGATE s 2,000,000 GENL AGGREGATE LIMIT APPLIES PEN POLICY X PRE LOC X 63BA020066 -3003 04101/10 04f01111 PRODUCTS - COMP/OPAGG S 21000,000 COMBINED SINGLE LIMIT (Eeeccidonl) S ti 1,000,000 A AUYOMOBILE LIABILITY ANY AUTO X BODILY INJURY (Par person) $ ALL OWNED AUTOS BODILY INJURY (Per cidem) ao S SCHEDULED AUTOS PROPERTY DAMAGE PerKddeni) $ HIREDAUY05 NON -OWNED AUTOS i s A vMeaeLlA Luc X OCCUR X 6300020060 -3004 04101/10 04101111 EACH DCCuRRENCE 2,000,000 EXCE SS LIAe CLAIMS•MADE AGGREGATE S 2,000,000 DEDUCTIBLE RETENTION S WOR KEAS COMPENSATION AND EMPLOYERS' LABILITY Vim ANY PROPRIETORIPARTNER/EXeCUTIVB OFFVERIMEMEER EXCLUDED? IMSnuriuy In we U yes, alsrnb! w14M DESCRIPTION OF OPERATWNaeelaT s S N/A NC BTAN• OTN Ez E.L. EACH ACCIDENT E.L. DISEASE.BA EMPLOYEE $ E.LDI$EASE- POL(CYLIMIT $ DESCRIPTION OF OPERATIONS! LOCATIONS /VEHICLES 14110th ACORD 101, Addidonai Remorks Schedule, It more apace Is required) SEE SUPPLEMENTAL CERTIFICATE INFORMATION CERTIFICATE Hnt nRR .�..... v---r VnPST /Vn. %I$ TIVIIt8rC3VUVVU. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Sebastian THE EXPIRATION DATE THEREOF, NOTICE YVILL BE DELIVERED IN 1225 Main Street ACCORDANCE WITH THE POLICY PROVISIONS. Sebastian FL 32958 AUTHORIZED RO%"ENTATIVE Attention: Jean Fax: 772-681.0149 !i / f3. TBylbf. A9ZRtL✓ ACORD 26 200 „___ ._!��1 v---r VnPST /Vn. %I$ TIVIIt8rC3VUVVU. The ACORD name and logo are registered marks of ACORD RX Date /Time 09/02/2010 IF—Se-p. 2. 2010_ 3:11 PM_ nowe l l 16 :09 6017094444 agency brandon No.0072_P. SUPPLEMENT TO CERTIFICATE OF LIABILITY INS #37679 DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAL ITEMS City of Sebastian are added additional insureds. P.002 DATE SEP 2 2010 Should any of the above described policies be cancelled before the eXplration date thereof, the Issuing Insurer Will endeavor to mail 30 days written notice to the certificate holder named below, but failure to do so shall Impose no obligation or liability of any kind upon the Insurer, Its agents or representatives. CertlOcale 9 37679 RX Date /Time 09/02/2010 13 :26 9/2/2010 13:37 Remote ID Imprint ID P. 002 D 2/3 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDNYYI� o9 /oa /aolo PRODUCER 1 -601- 956 -5810 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Arthur J. Gallagher Risk Management Services, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Drawer 16447 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Jackson, MS 39236 -6447 INSURED Neel- Schaffer, Inc. Maptech, Inc., SoilTech Consultants, Inc., Premier Emergency Management,LLC P. O. Box 22625 Jackson, MS 39202 COVERAGES INSURERS AFFORDING COVERAGE I NA # INSURERA:WAUSAU UNDERWRITERS INS CO 26042 C: D: ANY REQUIREMENT, TERM OR CONDITION &'-' F ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH CH THIS CERTIFICATE MAY BE ISSUED IOR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. p —. GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE FI OCCUR LIMIT APPLIES PER AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY IANY AUTO EXCESS /UMBRELLA LIABILITY OCCUR 1-1 CLAIMS MADE DEDUCTIBLE A wuructK5 COMPENSATION AND EMPLOYERS'LIASILITY WCJZ91454190010 04/01/10 04/01/11 ANY PROPRIETORIPARTNER/EXECUTIVE Y/N OFFICER/MEMBER EXCLUDED? Q (Mandatory In NH) It yes, descrbe under SPECIAL PROVISIONS bebw OTHER DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS to Day Notice' of Cancellation for Non - Payment of premium/ 30 day notice for cancella TE FA(:H nrrl,00r- 1 . PR MISES Ea oamence $ $ MED EXP (Any one person) PERSONAL a ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGO $ COMBINED seddEm) WGLE LIMIT $ BODILY INJURY (Par person) $ BODILY INJURY (Par accident) $ PROPERTY DAMAGE (PeracddenQ $ AUTO ONLY - EA ACCIDENT $ OTHER THAN EAACC AUTO ONLY: AGO $ $ EACH OCCURRENCE $ AGGREGATE $ s $ X WC STATU- OTH- $ E.L EACH ACCIDENT $ 1,000,000 E.L. DISEASE -EA EMPLOYE $ 1, 000,000 E.L. DISEASE - POLICY LIMIT $ 11000,000 tion for any other reason SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City Of Sebastian DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN Attn: Jean NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL 1225 Main Street IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. Sebastian, FL 32958 AUTHORIZED REPRESENTATIVE USA L- ACORD 25 beepick 17274 s62 0 1988 -2009 ACORD CORPORATION. All rights reserved. 7z7a6z The ACORD name and logo are registered marks of ACORD RX Date /Time 09/02/2010 13 :26 9/2/2010 13:37 Remote ID Imprint ID IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the cerf cate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009/01) P.003 D 3/3 ACORD, CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/--) 06/12/09 PRODUCER 1- 601 - 956 -5810 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Arthur J. Gallagher Risk Management services, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1225 Main Street HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Drawer 16447 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # Jackson, MS 39236 -6447 Chris F. Brantley INSURED Neel- Schaffer, Inc. Maptech, Inc., SoilTech INSURERA: SEABRIGHT INS CO 15563 INSURERS: LIMITS Consultants, Inc. INSURER C: GENERAL LIABILITY P. O. Box 22625 INSURER D: Jackson, MS 39202 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDI 1225 Main Street IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR POLICY EFFECTIVE POLICY EXPIRATION AUTHORIZED REPRESENTATIVE LTR NSR TYPED INSURANCE POLICY NUMBER DATE MMIDD/YY DATE MMIDDIY`/ LIMITS GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE T RENTED COMMERCIAL GENERAL LIABILITY PREMISES Ea occurence $ CLAIMS MADE 71 OCCUR MED EXP (Any one person) $ PERSONAL& ADV INJURY $ GENERAL AGGREGATE $ GEN'IAGGREGATE LIMIT APP LIES PER: PRODUCTS - COMP /OP AGG $ - POLICY PRO LOC JECT - AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO - (Ea accident) $ BODILY INJURY ALL OWNED AUTOS SCHEDULED AUTOS - (Per person) $ BODILY INJURY HIREDAUTOS NON- OWNEDAUTOS _ (Per accident) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHERTHAN EAACC $ ANYAUTO _ $ AUTO ONLY: AGG EXCESS /UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ A WORKERS COMPENSATION AND BB1092658 04/01/09 04/01/10 X T R WCY LIMIT E ESTATU- ', R E.L. EACH ACCIDENT $1,000,000 EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYEE $1,000,000 OFFICER /MEMBER EXCLUDED? It yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION ACORD 25 (2001/08) betpick © ACORD CORPORATION 1988 12215301 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Sebastian DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL 1225 Main Street IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Sebastian, FL 32958 USA ACORD 25 (2001/08) betpick © ACORD CORPORATION 1988 12215301 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AI:VKU Zb (ZUUI /US) ACORD,M CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD /YYYY) MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH 06/12/09 PRODUCER 1- 601 - 956 -5810 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Arthur J. Gallagher Risk Management Services, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Drawer 16447 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. LIMITS AUTHORIZED REPRESENTATIVE Jackson, MS 39236 -6447 Chris Brantley INSURERS AFFORDING COVERAGE NAIC # INSURED Neel- Schaffer, Inc., Maptech, Inc., WCG /Neel- Schaffer, INSURERA: Lexington Ins Co 19437 INSURERS: Inc., SoilTech Consultants, Inc. 125 South Congress Street, Suite 1100 INSURERC: INSURER D: $ Jackson, MS 39201 INSURER E: L111,111TIg2#_lei:61 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADD'L INSRC TYPECIFINSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MMIDDIYY POLICY EXPIRATION DATE (MMIDDIYYI LIMITS AUTHORIZED REPRESENTATIVE USA GENERAL LIABILITY EACHOCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMA T RENTED PREMISES Es occurence $ MED EXP (Any one person) $ CLAIMS MADE 1-1 OCCUR PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ POLICY PRO LOC JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ OTHERTHAN EAACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS /UMBRELLA LIABILITY EACH OCCURRENCE $ AGGREGATE $ OCCUR ❑ CLAIMS MADE DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND T W U OTH- STAMIT - EMPLOYERS' LIABILITY T CRY LIC ER E.L EACH ACCIDENT - – $ ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER /MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $ SPECIAL PROVISIONS below OTHER A Architects & Engineers 021234544 11/15/08 11/15/09 Each Claim 2,000,000 Professional Liab and ggregate 4,000,000 Contractors PollutionLiab eductible Per Cl 200,000 DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS GERIIFICAIEHOLDER rAAIrGI I ATIr%KI M%'%jr%U ca tcuu IIU0j ©ACORD CORPORATION 1988 12215122 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Sebastian DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL 1225 Main Street IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. Sebastian, FL 32958 AUTHORIZED REPRESENTATIVE USA M%'%jr%U ca tcuu IIU0j ©ACORD CORPORATION 1988 12215122 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AGUKU Zo (YUUI /Utf) —Jun-12. 2009— 2;07PM ---- Nowell Agency Byram 601 - 372 -5590 No, 9774 P _loD,Y a`�-- umiTm. CERTIFICATE OF LIABILITY INSURANCE 0611212009 PRODUCER Plwrw: 601 -37: 5554 Fax: 601- 372 -5590 THIS CERTIFICATE 19 ISSUED AS A MATTER OF INFORMATION THE NOWELL AGENC' INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 7116 SIWELL RD, HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR BYRAM MS 39272 Q TFR POLICIES BELOW. INSURED NEEL- SCHAFFER, INC ET AL P.O. BOX 22625 JACKSON MS 39225 COVERAGES INSURERS AFFORDING COVERAGE INSURER A-- Nationwide In9urance Com INSURER B: INSURER C: INSURER D: INSURER E: NAIC # 37877 THE POLICIES OF INSURAN(c LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICYPERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM (R CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE. MAY BE ISSUED OR MAY PERTAIN, THE INSURAF 'E AFFORDED BY THE POLICIES DESCRIBED NEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SU :H POLICIES. AGGREGATE LIMIT ; SHOWN MAY HAVE BEEN REDUCED BY PAID CLAW. NSR LTR ADO INSR TYPE OF INSUFU VCE POLICY NUMBER POUCY CFFfiCTNE DATE PHMDNYI POLICY EXPIRATION LIMITS Attention: FAX: 7'2-589-6570 GENERAL LlABRIT 63PRO20068- 3001 04/01/09 04/01/10 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS I ADEa OCCUR MWAGETO RENTED PREMISES Ea omrwcvl $ 6 ",000 MED. EXP (Any one person) S 10,000 PERSONAL &ADVINJURY $ 1,000,000 A GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE ,/MIT APPLIES PER POLICY J( PRO LOC JrCT PRODUCTS-COMP /OP AGO. S 2,000,000 a AUTOMOBILE LIAR M X ANY AUTO 63BA0200684003 04/01/09 04/01/10 COMBINED SINGLE LIMIT (Ea accident) S 1,000,000 ALL OWNED i UTOS BODILY INJURY SCHEDULED ,UTOS (Per Person) $ A BODILY INJURY (Per%Wdent) $ HIRED AUTO: NON -OWNED 4UT03 PROPERTY DAMAGE (Per aodtlent) S -� GARAGE LIABILITY AUTO ONLY, FA ACCIDENT 6 OTHER THAN EA ACC $ ANY AUTO S AUTO ONLY: AGO EXCESS I UMBREL A LABILITY 63CU020068 -3004 04/01/09 04/01/10 EACH OCCURRENCE $ 10,000,000 X OCCUR [ CLAIMS MADE AGGREGATE $ 10,000,000 S A $ DEDUCTIBLE RETENTION 1 $ WORKERS t:OMPENBATN WAND EMPLOYERS' LIABILITY ANY PROPBJETORlPAR1IIFJ(1 XECUrIVE Z ITATIJ TORY oT+aER E. L, EACH ACCICOL DENT $ E.L. DISPASE-EA EMPLOYEE S OFFICERMEMBEREXCLUDE[ r If m, *mdbe under SPECIAL PROVISIONS below E,L, DISEASE. POLICY LIMIT Is OTHER: DESCRIPTION OF OPE RATIONS /LOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS r`5=QTIFIr`ATF unl nwi 1 [`Ahle r-I 1 ATInLI ACORD 25 (2001 /08) Certificate # 26154 0 ACORD CORPORATION 1988 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF SEBAS7IA V EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE L _FT, BUT FAILURE TO 1225 MAIN STREET DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS SEBASTIAN, FL 32 1'58 AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Attention: FAX: 7'2-589-6570 An a. a, Agent ACORD 25 (2001 /08) Certificate # 26154 0 ACORD CORPORATION 1988 RX Date /Time 09/02/2010 13;23 9/2/2010 13:34 Remote ID Imprint ID P,002 2/3 ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE (M TO WHICH THIS CERTIFICATE MAY BE ISSUED 09/02/2010 /2010 PRODUCER 1 -601- 956 -5810 Arthur J. Gallagher Risk Management Services, Inc. P.O. Drawer 16447 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. LTR N Jackson, MS 39236 -6447 Chris Brantley INSURERS AFFORDING COVERAGE NAIC# INSURED Neel- Schaffer, Inc., Maptech, Inc., WCG /Neel- Sehafler,Inc, SoilTech Consultants, Inc. Premier Emergency ManagementLLC 125 South Congress Street, Suite 1100 INSURERA:Lexington Ins Co 19437 INSURERS: INSURER C: T MM /YY Jackson, MS 39201 INSURERD: COVFRA(;FR INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DO'L LTR N YP F N N POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION IYY T MM /YY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY PREMISES Ee occurena3 $ CLAIMS MADE OCCUR MEDEXP(Anyonepemon) $ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ PRO POLICY LOC AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMB $ (Eaacddenl) ALL OWNED AUTOS SCHEOULEDAUTOS BODILY INJURY (Par person) $ HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ ANY AUTO OTHERTHAN EAACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND $ WC STATU• OTH- EMPLOYERS'LIABILITY TORY LIMITS I I EIR ANY PROPRIETOR/PARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? E.L. EACH ACCIDENT $ If es, descdbe under E.L. DISEASE - EA EMPLOYEE $ SPECIAL PROVISIONS Delow '. OTHER i E.L. DISEASE -POLICY LIMIT $ A Architects & Engineers 014273595 11/15/09 Professional Liab and 11/15/10 Each Claim 2,000,000 Contractors PollutionLiab Aggregate 4,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES/ EXCLUSIONS Retention Per Cl 200,000 ADDED BY ENDORSEMENT/ SP CIAL PROVISIONS 10 Day Notice of Cancellation for Non Payment - of premium/ 30 day notice for cancellation for any other reason CERTIFICATE HOLDER City of Sebastian 1225 Main Street Sebastian, FL 32958 ACORD 25 (2001/08) betpick 17274510 TION LO ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN E TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL iE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE USA 0ACORD CORPORATION 1988 RX Date /Time 09/02/2010 13;23 9/2/2010 13:34 Remote ID Imprint ID IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The. Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25 P.003 D 3/3