Loading...
HomeMy WebLinkAboutMBV Engineering, Inc. - Engineer Consultant-2012CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No. # CSA -10 Project Identification: Sebastian Airport Administration Building Environmental Inspection IT IS AGREED to undertake the following work in accordance with the provisions of the MBV Engineering, Inc. Master Agreement entitled NON-EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated September 4, 2012. Description of Assignment: MBV Engineering, Inc. will conduct Limited Phase I Environmental Quality & Compliance Inspection Services. The project will include: Visual Inspection of Airport Administration Building Basic In-house Biological Testing and Analysis Photographs Written Results Letter Basis of Compensation / Period of Services: The above referenced Professional Engineering Services for CSA -10 will be performed for the lump sum fee amount of $1,700. AGREED: ENGINEJUA4LNG CONSULTANT: CITY OF SEBASTIAN: ate: �l L �f /�"�' Date: Aaron eowles, P.E. roe riffi MBV Engineering, Inc. Attest: Sally A. Mai , MMC, City Clerk 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 -9 Project Identification: Tulip Drive Final Stormwater Design and Permitting Assistance IT IS AGREED to undertake the following work in accordance with the provisions of the MBV Engineering, Inc. Master Agreement entitled NON-EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated September 4, 2012. Description of Assignment: MBV Engineering, Inc. will evaluate the proposed stormwater pond's size to ensure SJRWMD and the City of Sebastian storrawater criteria are met for the Tulip Drive roadway/ parking improvements, located on Tulip Drive, west of Barber Street. The project will include: I. Stormwater analysis and pond design to meet the treatment and attenuation criteria for St. John's River Water Management District and City of Sebastian. Signing and Sealing of calculations to be provided for inclusion with the City's submittal to SJRWMD. 2. Provide plan mark-ups reflecting the proposed detention pond and drainage details, to be provided and incorporated into the City's master set of plans. 3. Assistance with responses to St. John's River Water Management District throughout the permitting process. Basis of Compensation / Period of Services: The above referenced Professional Engineering Services for CSA -9 will be performed for the lump sum fee amount of $3,500. AGREED: ENGINEERING CONSULTANT: CITY OF SEBASTIAN: 49 Date: /"'-- Date: 171148 Aaron Bowles, P.E. Joe MBV Engineering, Inc. Attest: Sally A. M' , MMC, City Clerk 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 -8 Project Identification: Topographic Survey of existing Golf Course on Brush Foot Drive IT IS AGREED to undertake the following work in accordance with the provisions of the MBV Engineering, Inc. Master Agreement entitled NON-EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated September 4, 2012. Description of Assignment: MBV Engineering, Inc. will perform a topographic survey of the existing Golf Course on Brush Foot Drive (E. Airport Road). The project will include: Task I • Set two control points with benchmark information NAVD88. • Locate parking islands and drives as depicted in attached sketch with elevations. • Locate drainage ditch depicted on east side of attached sketch with cross section elevations. • Locate approximate high and low points in parking area including elevations. • Locate the southern edge of the Club House and Maintenance Building shown on the attached sketch with Floor Elevations. • Locate all drainage structures and culverts with size, material and invert, within highlighted area on attached sketch (exhibit A). • Establish property line on southern boundary only. • Locate north edge of pavement for Brush foot Drive and drives at two entrances to parking lot with elevations and extending along the north edge of • Brush foot drive to Airport drive as specified by Engineer. • Provide CAD drawing including all of the above information. • Provide 6 certified copies of the topographic survey if requested. Task 2 • Locate sidewalk on the north side of Main Street from Fig Street to Fleming Street. • Topographic survey along Main Street right of way corridor from Fig Street to Fleming Street. • Topographic survey along Fleming Street right of way corridor from Main Street to Orange Avenue. CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No. # CSA -7 Project Identification: Survey of Sebastian Cemetery IT IS AGREED to undertake the following work in accordance with the provisions of the MBV Engineering, Inc. Master Agreement entitled NON-EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated September 4, 2012. Description of Assignment: MBV Engineering, Inc. will perform a survey of Sebastian Cemetery. The project will include: • Establish all boundaries for 9.06 Acre Cemetery • Locate all fixed improvements • Locate all roads existing roads within site • Site specific topo abutting N. Central Avenue to first row of headstones (see attached aerial) • Locate all fixed improvements within specified area • Locate all visible above ground utilities within specified area with elevations if applicable • Locate desirable trees as requested, within specified area • Establish right of way line for N. Central Avenue abutting site • Provide 6 certified copies including all of the above • Provide CAD File upon request Basis of Compensation/ Period of Services: The above referenced Professional Engineering Services for CSA -7 will be performed for the lump sum fee amount of $10,500. AGREED: ENGINEERING CONSULTANT: 6"��e Date: z s Aaron Bowles, P.E. MBV Engineering, Inc. Attest: Sally A. Maio C, City Clerk CITY OF SEBASTIAN: / Date: Joe Griffin City Manager Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City Attorney Basis of Compensation / Period of Services: The above referenced Professional Engineering Services for CSA -8 will be performed for the lump sum fee amount of $5,500. AGREED: ENGI ERING CONSULTANT: ( /1' ��O�Date: Aaron Bowles, P.E. MBV Engineering, Inc. Attest: Sally A. Maio, C, City Clerk CITY OF EBASTIAN: Date: Joe ffin 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 -J( lk� Project Identification: CavCorp Parking Lot Dry Stormwater Design and Analysis IT IS AGREED to undertake the following work in accordance with the provisions of the MBV Engineering, Inc. Master Agreement entitled NON-EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated September 4, 2012. Description of Assignment: MBV Engineering, Inc. will evaluate the proposed dry stormwater pond's size to ensure SJRWMD and the City of Sebastian stormwater criteria are met for CavCorp Parking Lot, located on the northwest corner of Sebastian Blvd and Indian River Drive. The project will include: 1. Stormwater analysis and pond design to meet the treatment and attenuation criteria for St. John's River Water Management District and City of Sebastian. Signing and Sealing of calculations to be provided for inclusion with the City's submittal to SJRWMD. 2. Provide plan mark-ups reflecting the proposed dry retention/ detention pond and drainage details, to be provided and incorporated into the City's master set of plans. 3. Assistance with responses to St. John's River Water Management District throughout the permitting process. Basis of Compensation / Period of Services: The above referenced Professional Engineering Services for CSA -4A will be performed for the lump sum fee amount of $2,500. AGREED: ENG ERING CONSULTANT: 6A7__Z_Date: � 4 15 Aaron Bowles, P.E. MBV Engineering, Inc. Attest: Sally A. M '0, City Clerk CITY OF SEBASTIAN: V Date: / a 'd./L/ fA Joe Gralm City Manager Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, Ci Attomey CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No. # CSA -5 Project Identification: Main Street Railroad Survey IT IS AGREED to undertake the following work in accordance with the provisions of the MBV Engineering, Inc. Master Agreement entitled NON-EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated September 4, 2012. Description of Assignment: MBV Engineering, Inc. will provide survey services for the FEC / Main Street / Louisiana Avenue for the existing sidewalk connections. The project will include: 1. Topographic survey only at the intersection of FEC Railway and Main Street, including all visible above ground improvements within apparent route along both sides of Main Street including and extending 25 feet beyond existing sidewalks, east and west of FEC. 2. Provide (2) cross sections at existing sidewalks. Including sidewalk, centerline and edge of pavement. 3. Additional cross sections along apparent route, including pavement, existing ground and any visible obstructions at stations not to exceed 50 feet. 4. Provide CAD drawing of topographic survey. 5. Provide electronic CAD file upon request. Basis of Compensation / Period of Services: The above referenced Professional Engineering Services for CSA -5 will be performed for the lump sum fee amount of $1,000. AGREED: E _G, INEEPING_G, CONSULTANT: Date: Rodolfo Vi lamizar, P.E. MBV Engineering, Inc. Attest: Sally A. Mai , MMC, City Clerk CITY OF SEBASTIAN: Date: Joe Griffin City Manager Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City ttorney 01OW -533300 CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No. # CSA -4 Project Identification: CavCorp Parking Lot Stormwater Pond Drainage Sizing IT IS AGREED to undertake the following work in accordance with the provisions of the MBV Engineering, Inc. Master Agreement entitled NON-EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated September 4, 2012. Description of Assignment: MBV Engineering, Inc. will evaluate the proposed stormwater pond's size to ensure SJRWMD and the City of Sebastian stormwater criteria are met for the CavCorp Lots. The proiect will include: 1, Stormwater modeling, analysis and pond design to meet the treatment and attenuation criteria for St. John's River Water Management District and City of Sebastian. Basis of Compensation / Period of Services: The above referenced Professional Engineering Services for CSA -4 will be performed for the lump sum fee amount of $2,000. AGREED: ENGI EERIN ONSULTANT: 014 G Date: Rodolfo Ville z , P.E. MBV Engineering, Inc. Attest: Sally A. M 'o, MMC, City Clerk CITY OF EBASTIAN: �--- Date: J oe Griffi City Manager Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City A omey 311 - 60&g05 41532 - IN CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No. 4 CSA -3A Project Identification: Culvert Survey Along Autumn Terrace, Carnation Drive and Vine Avenue. IT IS AGREED to undertake the following work in accordance with the provisions of the MBV Engineering, Inc. Master Agreement entitled NON-EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated September 4, 2012. Description of Assignment: MBV Engineering, Inc. will have a survey prepared for a drainage study. The project will include: 1. Collect type, size and invert of all driveway culverts along both sides of Carnation Drive from Autumn Terrace to Vine Avenue. 2. Collect type, size and invert of all crossover drainage pipes at the intersection of Autumn Terrace and Carnation Drive and extending to the structure on the east side of George Street at the front of lot 27, Block 181. 3. Collect type, size and invert of all driveway culverts along the south side of Autumn Terrace from Carnation Drive to Crown Street. 4. Collect type, size and invert of all crossover drainage pipes crossing Crown Street along the south side of Autumn Terrace. 5. Collect type, size and invert of all crossover drainage pipes at the North side of the intersection of Carnation Drive and Vine Avenue. 6. Collect elevations along the edge of pavement coinciding with each culvert invert measured. 7. Provide data sheet in the form of an aerial view depicting address, culvert and crossover pipe approximate location, invert, type and size of pipe and coinciding pavement elevations. Basis of Compensation / Period of Services: The above referenced Professional Engineering Services for CSA -3A will be performed for the lump sum fee amount of $1,500. AGREED: ENGINEERING CONSULTANT: 7 2 -all 02---L. Date: Aaron Bowles, P.E. MBV Engineering, Inc. Attest: Sally A. M#' , MMC, City Clerk CITY OF SEBASTIAN: L. Date: Joe'Gritfin City Manager Approved as to Form and Content for Reliance by the City of Sebastian Only: , � &,,-, I , _ Robert A. Ginsburg, City ttorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No. # CSA -2 Project Identification: Tulip Lane Stormwater Analysis IT IS AGREED to undertake the following work in accordance with the provisions of the MBV Engineering, Inc. Master Agreement entitled NON—EXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated July 8, 2014. Description of Assignment: MBV Engineering, Inc. will evaluate the proposed stormwater pond's size to ensure SJRWMD and the City of Sebastian stormwater criteria are met. The project will include: 1. Provide stormwater analysis of the collection system and pond's treatment / attenuation to meet local and state criteria. 2. Stormwater calculations and plan mark-ups to be provided. Basis of Compensation / Period of Services: The above referenced Professional Engineering Services for CSA -2 will be performed for the lump sum fee amount of $2,900. AGREED: ENG ERING CONSULTANT: CITY OF SEBASTIAN: ENG 7 ��`^ Date: Aaron Bowles, P.E. Joe Griffin MBV Engineering, Inc. City Manager Attest: Sally A. Mai , MMC, City Clerk Approved as to Form and Content for Reliance by the City of Sebastian Only: %ll Robert A. Ginsburg, City Attorney CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM CONSULTANT SERVICE AGREEMENT (CSA) Work Authorization No. # CSA -1 Project Identification: Washington Street Stormwater Analysis IT IS AGREED to undertake the following work in accordance with the provisions of the MBV Engineering, Inc. Master Agreement entitled NONEXCLUSIVE CONTINUING PROFESSIONAL SERVICES AGREEMENT FOR ENGINEERING dated June 26, 2014. Description of Assignment: MBV Engineering, Inc. will evaluate the proposed stormwater pond's size to ensure SJRWMD and the City of Sebastian stormwater criteria are met. The project will include: 1. Provide stormwater analysis of the collection system and pond's treatment / attenuation to meet local and state criteria. 2. Stormwater calculations and plan mark-ups to be provided. Basis of Compensation / Period of Services: The above referenced Professional Engineering Services for CSA -1 will be performed for the lump sum fee amount of $3,000. AGREED: ENGINEERING CONSULTANT: CITY OF SEBASTIAN: fv Z(o /,w./� Date: Date. Aaron Bowles, P.E. Joe Griffin MBV Engineering, Inc. City Manager Attest: c Sally A. Ma' , MMC, City Clerk Approved as to Form and Content for Reliance by the City of Sebastian Only: Robert A. Ginsburg, City ttorney v 06 NON-EXCLUSIVE AGREEMENT for CONTINUING PROFESSIONAL ENGINEERING CONSULTING SERVICES THIS AGREEMENT, entered into this 'f day of , 2012 by and between CITY OF SEBASTIAN, a Florida municipal corporation, hereinafter referred to as the "CITY", and MBV ENGINEERING, INC., 1835 20TH Street, 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 project. 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, draft person(s), and other employees and/or sub consultants 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: Minimum limits of $1,000,000 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Premises and Operations. Independent Contractors 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. 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: Minimum limits of $1,000,000 per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Owner Vehicles 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. W TNESS WHEREOF the parties hereto have executed these presents this d14—day of 2012. AT ST SEAL): THE IVFSEBASTL4,N _"_� d BySal yA. Maio CMC Anager City Clerl Approved as to form and legality for reliance by the City of Sebastian only: Robert A. Ginsburg, City ttorney FOR ENGINEER CONSULTANT: MBV Engineering, Inc. Attest: (seal) By: Title: ,�' DRUG-FREE WORKPLACE FORM The undersigned Contractor, in accordance with Florida Statute 287.087 hereby certifies that MBV Engineering, Inc. does: 1. Publish a statement notifying employeeis that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug free workplace, any available drug counseling, rehabilitation, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Paragraph 1. 4. In the statement specified in Paragraph 1, notify the employees that, as a condition of working on the commodities or contractual services that the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to any violation of Chapter 1893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug free workplace through implementation of Paragraph 1 through 5. As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements. Date:— )( 2 Signature PUBLIC ENTITY CRIMES FORM Any person submitting a quote, bid, or proposal in response to this invitation or Agreement, must execute the enclosed form sworn statement under section 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES, including proper check(s), in the space(s) provided, and enclose it with his quote, bid, or proposal. If you are submitting a quote, bid or proposal on behalf of dealers or suppliers who will ship commodities and receive payment from the resulting Agreement, it is your responsibility to see that copy(ies) of the form are executed by them and are included with your quote, bid, or proposal. Corrections to the form will not be allowed after the quote, bid, or proposal opening time and date. Failure to complete this form in every detail and submit it with your quote, bid, or proposal may result in immediate disqualification of your bid or proposal. The 1989 Florida Legislature passed Senate Bill 458 creating Sections 287.132 - 133, Florida Statutes, effective July 1, 1989. Section 287.132(3)(d), Florida Statutes, requires the Florida Department of General Services to maintain and make available to other political entities a "convicted vendor" list consisting of persons and affiliates who are disqualified from public and purchasing process because they have been found guilty of a public entity crime. A public entity crime is described by Section 287.133, Florida Statutes, as a violation of any State or Federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or Agreement for goods or services to be provided to any public entity or with an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. By law no public entity shall accept any bid from, award any Agreement to, or transact any business in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two (currently $10,000) with any person or affiliate on the convicted vendor list for a period of 36 months from the date that person or affiliate was placed on the convicted vendor list unless that person or affiliate has been removed from the list pursuant to Section 287.133(3)(f), Florida Statutes. Therefore, effective October 1, 1990, prior to entering into an Agreement (formal Agreement or purchase order) in excess of the threshold amount for category two, to provide goods or services to THE CITY OF SEBASTIAN, a person shall file a sworn statement with the Contract/Agreement officer or Purchasing Director, as applicable. The attached statement or affidavit will be the form to be utilized and must be properly signed in the presence of a notary public or other officer authorized to administer oaths and properly executed. SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with Bid, Proposal or Agreement No. RFO 12-06 for THE CITY OF SEBASTIAN. 2. This sworn statement Is submitted by MBV Engineering, Inc. (name of entity submitting sworn statement) whose business address is 1835 20th Street; Vero Beach, FL 32960 and (if applicable) its Federal Employer Identification (FEIN) is 592309095 (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 3. My name is Aaron J. Bowles, P.E. (please print name of individual signing) and my relationship to the entity named above is Vice President 4. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or Agreement for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 6. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: (1) A predecessor or successor of a person convicted of a public entity crime; or (2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding Agreement and which bids or applies to bid on Agreements for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please Indicate which statement applies.) X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (Please indicate which additional statement applies.) There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order.) X The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department o7!z�- (Signature) Services Date: - 12 STATE OF FLORIDA COUNTY OF Indian River The foregoing instrument was acknowledged before me this 8th day of Jules_ , 2012 by Aaron J. Bowles, P.E. Vice President (title) on behalf of MBV Englneerin-, nc. (name of partnership), a partnership. He/she is personally know to me or has produced as identification and did N did not ( ) take an oath. JESSICA HAWKINS MY COMMISSION # EE 003307 EXPIRES: October 22, 2014 Bonded Thru Notary Public Underwriters Nime: �SI (C My Commission Expires: Commission Number. Page 1 of 1 Jean Tarbell From: Aaron Bowles [aaronb@mbveng.com] Sent: Wednesday, August 08, 2012 9:41 AM To: Jean Tarbell Cc: 'Joan Barcus'; 'Todd Howder' Subject: MBV rates Jean, As per our discussion, please see below for our hourly rates. Should you have any questions, please let me know. Principal / Sr. Engineer II Sr. Engineer I Jr. Engineer Sr. Technician/ Sr. Inspector Jr. Technician/ Jr. Inspector Administrative II Administrative I Thank you. Aaron Aaron Bowles, P.E. Vice President I MBV Engineering, Inc. 1835 20th Street I Vero Beach, Florida 32960 P: 772.569.0035 xl 13 F: 772.778.3617 aaronb@mbveng.com www.mbveng.com Ini M13V ENGINEERING, INC Florida Environmentral Consulting, Inc. 8/8/2012 j INDIAN RIVI-Ai SURVI'v, INC. Oki r` $150 Per Hour $135 Per Hour $120 Per Hour $105 Per Hour $ 80 Per Hour $ 70 Per Hour $ 55 Per Hour /Ata R 7 CERTIFICATE OF LIABILITY INSURANCE DATE (MWDl �CERTIFICATE 8/3/20121 THIS 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: if the certificate holder is an ADDITIONAL INSURED, the poilcy(les) must be endorsed. 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). PRODUCERE T Rebekah Swann Closson Insurance Agency, LLC PHONE (407)89B-2211 FAX taoT)ese-lase, P.O. Box 547275 ADDREg:rswann@clossoninsurance.com INSURE S AFFORDING COVERAGE NAIC M Orlando FL 32854-7275 INSURERA:Landmark American 33138 INSURED INSURER B.Brid efield Employers 10701 MBV Engineering, Inc.,Indian River Survey Inc. INSURERC: Lloyds of London. Florida Environmental Consulting, Inc. INSURER D: 1835 20th Street INSURER E: Vero Beach FL 32960 INSURER F: COVERAGES C;tRT IFICATE NLIMBER:2U1Z-2013 Master REVISION Nt IIIIIRGb• THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWTHSTANDING 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLSUBR AUTHORIZED REPRESENTATIVE POLICY NUMBER POLICY EFF MMIDDNYYY) POLICY EXP fMMfDDIYYYn LIMITS GENERAL LIABILITY EACH OCCURRENCE g 1,000,000 X CED OMMERCIAL GENERAL LIABILITY DAMAGE TO PREM oNT e c $ 100, 000 A CLAIMS -MADE OCCUR BA171438 6/14/2012 6/14/2013 MED EXP(Any one son) $ 5,000 PERSONAL&ADV INJURY E 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG t 2,000,000 X POLICY JFQT PRO- LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ee accident) ANY AUTO BODILY INJURY (Par person) E ALL OWNED SCHEDULED BODILY INJURY Per accident S ( ) AUTOS AUTOS NON -OWNED HIRED AUTOS AUTOS(Per PROPERTY DAMAGE S acciden1 S UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS -MADE AGGREGATE $ DED RETENTI N $ $ B WORKERS COMPENSATION VJCSTATU- OTH- X AND EMPLOYERS' LIABILITY YIN Y LIMIT,ER E.L. EACH ACCIDENT $ 100,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N I A (Mandatory In NH) 30-42309 6/14/2012 6/14/2013 E.L. DISEASE - EA EMPLOYE $ 100,000 It yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1 E 500,000 C Professional Liability PGIARKOIBB200 04/16/2012 4/16/2013 Each Claim $1,000,000 Aggregate $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, it more space is required) /�C�TILI/�I�TG IJAI t��ef -------, � i VUU-2010 ACORD CORPORATION. All rights reserved. INS02F omni,) m Tho Ar.nRn name, anrt Inn^ aro r -1—}—A mark, of Arnpn vl-,1 � V G.LLM 1 1 V fY City of Sebastian SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1225 Main Street Sebastian, FL 32958 AUTHORIZED REPRESENTATIVE Lenise Zika/RLSit'- ACnPn 95 19n1 n1rim _ -------, � i VUU-2010 ACORD CORPORATION. All rights reserved. INS02F omni,) m Tho Ar.nRn name, anrt Inn^ aro r -1—}—A mark, of Arnpn