Loading...
HomeMy WebLinkAbout2012 American Infrastructure Development Inc - Eng ConsultantClient #: 1053893 AMERIINF3 ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DD /YYYY) 1 12/23/2013 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: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) 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). PRODUCER USI Insurance Services, LLC, 1715 N. Westshore Blvd. Suite 700 CONTACT NAME: PHONE FAX e ,C ONE, :813 321 -7500 a /c, No ; 813 321 -7525 ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # Tampa, FL 33607 INSURER A: Old Dominion Insurance Co 140231 INSURED American Infrastructure Development Inc INSURER B: Commerce & Industry Ins CO 19410 INSURER C: Travelers Casualty & Surety Co ,31194 13000 N Dale Mabry Hwy Tampa, FL 33618 INSURER D: Catlin Insurance Company, Inc. 19518 INSURER E —� INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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 CONTRACTOR 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. LTRR TYPE OF INSURANCE ADDLSUBR WVD POLICY NUMBER MM /DID /YYYY MM /DDlYYYY LIMITS A GENERAL LIABILITY X BPG9050A 9/10/2013 09/10/201 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FxI OCCUR DAMAGE TO RENTED PREMISES Eaoccurrence $500,000 MED EXP (Anyone person) s5,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG s2,000,000 POLICY JERI 1-7 LOC $ A AUTOMOBILE LIABILITY _ BPG9050A _ 09/10/2013,09/10/2014 I COMBINED MINEDISINGLE LIMIT 1,000,000 BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED AUTOS X NON -OWNED AUTOS $ B X1 UMBRELLA LIAB X OCCUR X EBU020694676 12/1912013 121191201 EACH OCCURRENCE $1,000,000 AGGREGATE $1,000,000 EXCESS LIAB CLAIMS -MADE DED RETENTION $ _ $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y! N ANY PROPRIETOR /PARTNER /EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ N/A X UB3392T821 1/06/201401/06/201 WC STATU- OTH- X T YLIMIT 0 ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 D Professional AED6709740914 _ 9/1012013 09/10/201 $5,000,000 per claim Liability $5,000,000 annl aggr. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Professional Liability coverage is written on a claims -made basis. Project: Non Exclusive Agreement for Continuing Professional Engineering Consulting Services between the City of Sebastian and American Infrastructure Development, Inc. The City of Sebastian, a Florida municipal corporation, is an Additional Insured as respects the Commercial General Liability, including the Automobile Liability, where required by a written contract. This insurance applies on a primary basis and (See Attached Descriptions) City of Sebastian 1225 Main Street Sebastian, FL 32958 ACORD 25 (2010/05) 1 of 2 #S11456106/M11456099 t,ANL,t: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD KEBEW CliPnt#- 1053893 0kylIMI Nlla*d ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 6/25/2013 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: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) 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). PRODUCER SunCoast Insurance, div of USI 1715 N. Westshore Blvd. #700 Tampa, FL 33607 813 321 -7500 CO TACT NAME: PHONE 813 321 -7500 FAX 813 321 -7525 A/C No Ext : A/C, No E -MAIL ADDRESS: PRODUC CUSTOMER ID #: INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURER A: Old Dominion Insurance Company 40231 American Infrastructure Development Inc INSURER B: Travelers Casualty & Surety Co 31194 13000 N Dale Mabry Hwy Tampa, FL 33618 INSURER C, Catlin Insurance Co 19518 INSURER D GENERAL AGGREGATE INSURER E: GENT AGGREGATE LIMIT APPLIES PER: POLICY 7 PRO L PRODUCTS - COMP /OP AGG INSURER F: $ COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE DDL N R UBR D POLICY NUMBER POLICY EFF MM /DD/YYYY POLICY EXP MM /DDYYY IY LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 51 OCCUR BPG9050A 9110/2012 09/10/2013 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTE PREM IS Ea occur ence $500,000 MED EXP (Any one person) $5,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GENT AGGREGATE LIMIT APPLIES PER: POLICY 7 PRO L PRODUCTS - COMP /OP AGG $2,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BPG9050A 9/10/2012 09/10/2013 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ X UMBRELLA LAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ I I AGGREGATE $ DEDUCTIBLE RETENTION $ $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR /PARTNER /EXECUTIVE OFFICER /MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A UB3392T821 1/06/2013 01106/201 X I WCSTATU- OTH- QgY- L1Cs1U E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE- POLICY LIMIT $1,000,000 C Professional Liability AED6709740913 9110/2012 091101201 $2,000,000 per claim $2,000,000 annl aggr. DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Professional Liability coverage is written on a claims -made and reported basis. Project: Non Exclusive Agreement for Continuing Professional Engineering Consulting Services between the (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Sebastian 1225 Main Street SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Sebastian, FL 32958 AUTHORIIZZED REPRESENTATIVE n "'X 06- W- ©1988 -2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) 1 of 2 The ACORD name and logo are registered marks of ACORD #S10354558/M10191949 AG B EW DESCRIPTIONS (Continued from Page 1) City of Sebastian and American Infrastructure Development, Inc. The City of Sebastian, a Florida municipal corporation, is an Additional Insured as respects the Commercial General Liability, including the Automobile Liability, where required by a written contract. This insurance applies 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. Should the Professional Liability policy be canceled before the expiration date thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named herein. AMS 25.3 (2009/09) 2 of 2 #S10354558/M10191949 low WORK AUTHORIZATION FORM Work Authorization #: 01 - Sebastian Municipal Airport Maintenance Facility Project #: X2613002 IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entitled CONTINUING SERVICES AGREEMENT dated: September 4, 2012. Description of Assignment: SEE ATTACHED SCOPE OF SERVICES Basis of Compensation/Period of Services: Services shall be provided for a payment of. $37,077.28 Work will commence upon execution of this Work Authorization by the parties. Completion of the work will take no longer than 545 consecutive calendar days henceforth. AGREED as to scope of services, time schedule, and budget this 8th day of May 2013. CITY OF SEBASTIAN A Florida MW icipal Corporation American Infrastructure Development, Inc. IN City Manager )i 4Sabian AMoh:�� ?adi, �President/CECI (seal) Attest: Approved as to Form and Content for Reliance by the City Of Sebastian only: Sally A. Maio, MMC, City Clerk Robert A. Ginsburg, City Attorney Staff Approvals: /� Airport Director Finance Director to project to budget only ..JA■ AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. April 30, 2013 Mr. Joseph Griffin Airport Manager / Economic Development Manager City of Sebastian 1225 Main Street Sebastian, FL 32958 Egriffin(a)cityofsebastian.org Subject: Sebastian Municipal Airport Maintenance Facility AID Work Order No. 1 Transmittal Dear Joe, American Infrastructure Development is pleased to submit this scope and fee associated with the subject project. We understand that the project schedule is aggressive and will work towards the goal of the Federal Aviation Administration's grant schedule. We at American Infrastructure Development, Inc. are pleased and excited to begin working with the City of Sebastian on this important Airport project. Please contact me at (407) 992 -6171 if you have any questions or require additional information regarding the project. Sincerely, American Infrastructure Development, Inc. (Viark C. Jansen, P.E., LEED BD +C Senior Consultant American Infrastructure Development, Inc. Phone 407 - 992 -6171 Fax (813) 374 -8905 618 E. South Street, Suite 500 (GAI Building) Orlando, Florida, 32801 -2986 ■ AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. WORK ORDER NUMBER 1 AIRPORT MAINTENANCE FACILITY SEBASTIAN MUNICIPAL AIRPORT Exhibit A —Scope of Work This Exhibit A sets forth the general requirements for the performance of the various services for the project described herein. The work will be in general accordance with AID'S master agreement effective September 4, 2012. General Scope The City of Sebastian is undertaking the construction of an airport maintenance facility. American Infrastructure Development, Inc. (ENGINEER CONSULTANT) will provide the following basic and special services for this project: + Management of the project from program verification to the award of the construction contract + Survey and Geotechnical services by specialized subconsultant on the Team + Preparation of minutes of meetings + Program verification and site investigation + Design and preparation of the construction documents and technical specifications + Preparation of the Engineer's Report and construction cost estimate + Bidding and award assistance + FDOT Grant assistance. Airport Maintenance Facility The City of Sebastian, Florida desires to construct a maintenance building and related site improvements to house the Airport's golf course maintenance equipment, personnel, and chemicals at the Sebastian Municipal Airport (X26). This portion of the project consists of the preparation of a design -build RFP package to be given to Contractors who will then provide proposals, final construction documents, materials and labor to construct this facility. The construction will also encompass site work, utilities, parking, drainage and roadway (s). The scope will contain following elements: + 3,400 SF enclosed 3 -bay maintenance building with the one enclosed restroom (unisex) + 3 vehicle bays with roll -up doors + 2,600 SF covered maintenance area Page 1 of 6 March 2013 ,0004 • AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. + 225 SF (15'xl5') separate chemical storage building with power, lighting, eye wash, roll -up door, containment curb, driveway, and water. + A washrack used to clean golf equipment (mowers, fertilizer distributors) will be investigated and designed if feasible. + Two 30'x 30' concrete pads for storage of golf course sand and mulch + Location and specifications for dumpster pad. + Location for diesel fuel tank (existing tank provided by CITY) + New roadway construction, drainage and lighting in the vicinity of the new Airport Golf Maintenance Facility. + Minimum employee parking + Municipal water supply + Force main sewer system connected to lift station + Road and associated drainage system required for SJRWMD + Conduit for underground power lines in accordance with FPL standards + Conduit for communications lines in accordance with City of Sebastian standards. City of Sebastian building and development codes will be outlined in the criteria package, as well as applicable state building codes. The project site is southeast of Hangar A, currently occupied by LoPresti Speed Merchants. The scope of this part of the project is divided into the following tasks: + Define the program of improvements; + Document the intent of the program in a Request for Proposals to interested design - build entities. + Assist in obtaining preliminary building permit review. + Complete additional site design and assist in obtaining site plan approval and St. John's River Water Management District Environmental Resource Permit. + Assist the City of Sebastian in evaluation and selection of the design -build entity. The RFP package will contain general requirements and technical specifications for the design of the project. City of Sebastian building and development codes will be outlined in the specifications, as well as applicable state building codes. PROGRAMMING AND CONCEPTUAL DESIGN Inventory of Existing Facilities ENGINEER CONSULTANT will obtain the available information from the CITY and the Airport records on existing conditions that may affect the project. Available drawings, aerial photos, planning studies, utility maps, GIS files, etc. will be obtained and reviewed. Programining The CITY desires to replicate the existing Airport Maintenance and Storage Facility consisting of 80' x 40' (3,200 SF) enclosed space and 20' x 60' and 20' x 80' (approx. 2,600 SF) overhang with paved concrete surface beneath the overhang. Page 2 of 6 March 2013 ■ AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. ENGINEER CONSULTANT will define site program parameters such as: review of current airport planning and master planning issues affecting the site; local zoning setbacks, height, and buffer requirements; site access; parking and loading requirements; handicap accessibility; landscape / tree ordinance; fire protection requirements; and utilities availability and requirements. Assumptions: • A meeting will be held with the CITY to discuss and refine the program requirements and issues. • Mechanical, Electrical, Plumbing design will not be completed for the project. Only floor plans and elevations in sufficient detail to convey the intent of the project to the building department as well as Design -Build Proposers will be produced by ENGINEER CONSULTANT. • Existing Airport Maintenance Building will be replicated and no significant deviations will be proposed by the CITY. Deliverables: • Schematic plan and elevation view of the building. • Technical Specifications — ENGINEER CONSULTANT will prepare Technical Specifications for the construction. + RFP Criteria Package Plans will consist of: Cover Sheet + Project Layout Plans + MOT and Safety Plans + Grading, and Drainage Plans + Basic Floor Plan and Elevation + "rteeha iea , Electrical, Plumbing mans (Design and plans will be provided by design -build entity). + Site Paving and Grading Details and necessary sections. ENGINEER CONSULTANT will provide five (5) half -size sets of Plans, Specifications, and the Engineer's Report to the CITY and regulatory agencies for review at 60% and 100% completion. Geotechnical Investigations (Subconsultant): borings and soil testing to support the design and construction of the building areas and drainage ponds will be conducted. Conceptual Site Design This task will include preparation of general requirements for the building site, including parking, roads, utilities, including requirements package for water, sanitary sewer, site lighting, or other utilities identified. Deliverables: Page 3 of 6 March 2013 ,,ADAMERICAN INFRASTRUCTURE DEVELOPMENT, INC. • Document describing the minimum requirements for site development. • Detailed Site plan sufficient for Planning and Zoning approval and constructible by design -build contractor. SJRWMD Permit: + SJRWMD environmental resource permit will be obtained for the project. Deliverable: + SJRWMD permit application, responses to up to two RFI's, and Site Permit. DESIGN -BUILD RFP PREPARATION AND EVALUATION An advertisement to solicit the interest of design -build entities will be prepared. Criteria for the design -build entity response and selection will be defined. This will include determining the form of agreement and general conditions for the contract, and requesting information relating to the qualifications, experience, key personnel, and proposed project schedule of the design -build entity (design firm(s), general contractor, and principal subcontractors). Qualifications will be used as part of the criteria to select the design -build entity. The package and methods used to procure the existing Maintenance Building will be relied upon heavily for guidance and replication. A package of information to document the minimum design requirements will be developed in conjunction with the Owner. This will describe the minimum requirements for Architectural (Materials and Finishes), Structural, Mechanical, Plumbing, Electrical, Communications & Information Technology, and Site Work. A proposal for the cost of design and construction will be used as part of the criteria to select the design -build entity. Definition of Allowance Items Cost allowances will be established for furnishings, equipment, and landscaping and signage for the building as required by the Owner. Allowance costs may include estimates of materials testing, field surveys, geotechnical investigations, and other non - construction costs directly attributable to the project. Procurement Phase Services A pre - proposal conference will be held to brief interested parties on the requirements of the project. If required, addenda will be issued to all interested parties to clarify the requirements of the RFP. A meeting to review and evaluate the proposals received from design -build entities will be held with the CITY representative and other interested parties. An evaluation criteria scoring sheet will be developed to compare the proposals, and to select the preferred proposal. Assumptions: Page 4 of 6 March 2013 '404 ■ AMERICAN INFRASTRUCTURE DEVELOPMENT. INC. + A meeting will be held with the CITY to discuss the evaluation criteria and budgetary allowances + A pre - proposal conference will be held to present the project requirements to interested design -build entities. + A meeting will be held with the CITY to evaluate the proposals received and select the preferred respondent. Deliverables: + Advertisement for Request for Proposals (RFP). + Information package for proposers. + Addenda to clarify requirements or answer questions from proposers. + Proposal evaluation matrix. Construction Phase Services The ENGINEER CONSULTANT will review preliminary and final drawings and documents (maximum of two submittals) and provide the CITY with comments relating to the indicated design's conformance with the information stated in the RFP minimum criteria. A meeting to review information received from design -build entity will be held with the CITY. Comments will be provided in written form with reproducible drawing markups if necessary to clearly indicate the scope of the comments. ENGINEER CONSULTANT will make one site visit for the pre- construction meeting and three site visits during construction, one of which will be the punchlist inspection. Assumptions: • A meeting will be held with the CITY and the design build entity to review the preliminary documents. • No meeting is assumed at the completion of final documents. Deliverables: + Narrative comments. • Reproducible drawing markups if needed. • Record drawings of site improvements (building record drawings to be provided by D -B Entity). + Punchlist Additional Services During the preliminary design phase, a geotechnical investigation consisting of borings and soil testing will be conducted to provide data for the design and construction of the building foundations. Page 5 of 6 March 2013 ,ao4■ AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. Period of Services The following is a tentative schedule for this work. It is assumed that the ENGINEER CONSULTANT will continue with the design while the CITY is performing its review of each submittal to expedite the design process. Task Duration Start Finish Notice to Proceed 0 days Fri 5/10/13 Wed 4/3/13 Design Development (30 %) 15 days Fri 5/10/13 Sat 5/18/13 Contract Documents (90 %) 30 days Sat 5/18/13 Mon 6/17/13 Contract Documents (100 %) 15 days Mon 6/17/13 Tue 7/2/13 Permitting Phase 45 days Fri 5/3/13 Mon 6/17/13 Bidding 30 days Mon 6/17/13 Wed 7/17/13 Submit FAA Grant 5 days Wed 7/17/13 Mon 7/22/13 NTP for Construction 40 days Mon 7/22/13 Sat 8/31/13 Construction 180 days Sat 8/31/13 Thu 2/27/14 Page 6 of 6 March 2013 Golf Course Maintnenace Facility Sebastian Municipal Airport FEE SUMMARY ooda• AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. TASK Totals Basic Services Topographic Surveys (MMR) Phase 1A - Airport Maintenance Facility Design, RFP Preparation $16,944.00 Phase 1B - Program Verification $0.00 Phase 2 - Design Development (30 %) $0.00 Phase 3A - Contract Documents (60 %) $0.00 Phase 3B - Contract Documents (90 %) $0.00 Phase 3C - Contract Documents (100 %) $0.00 Phase 4 - RFP Evaluation $4,262.00 Sub Subconsultant- Electrical Design Meeting with the FDOT Phase 5 - Construction Administration Services $9,608.00 $456.00 Total Basic Services: $30,814.00 Special Services 1 Topographic Surveys (MMR) $2,000.00 2 Geotechnical Investigations $2,000.00 3 Quality Assurance Testing $0.00 4 Aerial Photography /Mapping $0.00 5 Resident Project Representative $0.00 6 Stormwater Permitting (Included in Road Project) $0.00 7 Prepare Environmental Documentation $0.00 8 Update the ALP $154.00 9 Meeting with the FDOT $0.00 10 Grant Services (Application /Closeout) $456.00 11 Prepare Record Drawings $616.00 Total Special Services: $5,226.00 Expenses Travel $540.00 Reproduction $497.28 Permits $0.00 Total Expenses: $1,037.28 Total Fees: $37,077.28 4/16/2013 Page 1 of 3 Golf Course Maintnenace Facility Sebastian Municipal Airport AIRPORT MAINTENANCE FACILITY Project Project Senior Engineer I Senior I I Senior Clerical Field Verify As- Builts TASK Principal Manager Engineer 1 5 Designer Technician Drainage & Permitting Totals Construction Phase Services $178.00 $169.00 $156.00 1 $114.00 1 $91.00 1 $67.00 1 $59.00 Total Labor Hours: AIRPORT MAINTENANCE FACILITY Phase 1A - Airport Maintenance Facility Design, F 1 Inventory of Existing Facilties 2 Programming 3 Field Verify As- Builts 4 Conceptual Site Design 5 Drainage, Grading & Plans Preparation 5 Design -Build RFP Preparation 6 Drainage & Permitting 7 Construction Phase Services 8 Meetings 8 Quality Reviews 9 General Coordination with Owner -------------- ;- - - - - -- -- ---- --- ------- t t t t I I -------------- ± --------------- F-------------- a-------- - - - - -4 F-------------- �- -------------- }-- -- ---- --- - - - -I Total Labor Hours: Total Labor Costs: Phase 4 - RFP Evaluation 1 Coordinate with Owner 2 Distribute RFP Documents 3 Prepare for and Attend RFP Conference 4 Answers to Proposers/ Issue Addenda 5 Attend RFP Opening 6 Assist City with RFP Review 7 Certified Bid Tabs /Award Contract 8 Conformed Contract Preparation 4 0 0 0 Total Labor Hours: $0.00 Total Labor Costs: Phase 5 - Construction Administration Services 1 Coordinate with Owner 2 Prepare a Construction Management Plan 3 Prepare for and Attend Pre - Construction Cot 4 Review Shop Drawings /Submittals 5 Periodic Site Visits (1 per month) 6 Weekly Progress Meetings (Teleconference) 7 Prepare Change Orders 8 Review Test Results 9 Review Periodic Payment Requests 10 Perform Final Inspection /Prepare Punchlist 11 Verify Punchlist Items are Completed Total Labor Hours: Total Labor Costs: Total Fees (Lump Sum): $712.00 $3,042.00 $1,248.00 $4,560.00 $4,550.00 $0.00 $2,832.00 $16,944.00 $0.00 $3,380.00 $0.00 $228.00 $182.00 $0.00 $472.00 $4,262.00 -------------- +-------- - - - - -- E ---------- - - -i -- ------------ f-------------- t------- --- --- -t---------------I C t------------------- 1- • � O --- - - - if4; ---------- ----- - -- - -- --- - - - - -- -------------- t -------------- -------------- - -- - — -------------- �-------- ----------------- - - - - -- 4 r ------------ I ------ �- 1-------------- i--------------- E- ----- - - - - -- 6a--------------- ; F-- ----- ---- ---t------- -- - - - -- f ---------- - - - --4 i '--------------- •-- 16 -------------- '-------------- -�- - 8; -------------- t -------------- -- -- --- - -- - -� - - -- -- ---- -- -- - - - - - -- 8 -------------- ;- - - - - -- -- ---- --- ------- t t t t I I -------------- ± --------------- F-------------- a-------- - - - - -4 F-------------- �- -------------- }-- -- ---- --- - - - -I 0 , 4 I 61 6 6a-------------- 6 -------- - - - - -- -------- - - - - -- - --- - - - - -- - - -- ----- - - - - -- --- ---- - - - - -- --------- -- - - -; - -2. 2 0 8 50 4 0 0 0 62 $0.00 $1,352.00 $7,800.00 $456.00 $0.00 $0.00 $0.00 $9,608.00 $30,814.00 /CDAMERICAN INFRASTRUCTURE DEVELOPMENT. INC. 4/16/2013 Page 2 of 3 Golf Course Maintnenace Facility Sebastian Municipal Airport 601daD AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. TASK Project Principal Project Manager Engineer Designer Technician Clerical Total Total Dollars 5 Resident Project Representative ____21 - - - - -; 0 $0.00 10 Grant Services (Application /Closeout) -------------- T ----------------------------- - - - - -- 2; Hours 4 $456.00 ---- - - - - -- - - - - - -- I 1 $178.00 $169.00 $114.00 $77.00 $61.00 $59.00 Special Services 1 Topographic Surveys (MMR) 2 Geotechnical Investigations 3 Quality Assurance Testing 4 Aerial Photography /Mapping 5 Resident Project Representative A Stormwater Permitting (Included in Road a Attend Pre - Application Meeting b Prepare Permit Application c Submit Permit Application d Respond to RAI's e Resubmit Permit Application Total Stormwater Permitting: 0 Days At 1 Hrs /Day at 1 Per Hour $2,000.00 $2,000.00 $0.00 $0.00 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 0 $0.00 7 Prepare Environmental Documentation 11 -T � -T 1 1 1 I--------------- 1-------------- - - - - - 0 $0.00 8 Update the ALP -------------- I-------------- L-------------- I---------- ; 2 $154.00 9 Meeting with the FDOT r ____21 - - - - -; 0 $0.00 10 Grant Services (Application /Closeout) -------------- T ----------------------------- - - - - -- 2; __ _______ - - - - - -; -------- - - - - -- --- ; 21 4 $456.00 ---- - - - - -- - - - - - -- I 1 I 1 0 $0.00 11 Independent Cost EstimatingI 1 t--------- - - - - -- --------------+-------------- - -------------- +-------- - - - - -- t---------- - - - - -1 12 Prepare Record Drawings ; ; ; ; 8; ; L-------------- 1---------- ��- 1------------- 1--- ���-- ��---- L------- ���---- J---------- - - - - -1 8 $616.00 Total Fees: $5,226.00 4/16/2013 Page 3 of 3 s WORK AUTHORIZATION FORM Work Authorization #: 02 - Sebastian Municipal Airport — Airport Drive East Improvements Project #: X2613001 IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entitled CONTINUING SERVICES AGREEMENT dated: September 4, 2012. Description of Assignment: SEE ATTACHED SCOPE OF SERVICES Basis of Compensation/Period of Services: Services shall be provided for a payment of. $87,124,48 Work will commence upon execution of this Work Authorization by the parties. Completion of the work will take no longer than 365 consecutive calendar days henceforth. AGREED as to scope of services, time schedule, and budget this 8th day of May 2013. CITY OF SEBASTIAN A Florida Munijipal Corporation American Infrastructure Development, Inc. 'l/ 01002, (seal) Attest: Approved as to Form and Content for Reliance by the City Of Sebastian only: Sally A. Maio, Staff Approva Airport Director City Clerk ��as to project Robert A. Ginsburg, City ttorney v Finance Director as to budget only -A • AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. April 30, 2013 Mr. Joseph Griffin Airport Manager / Economic Development Manager City of Sebastian 1225 Main Street Sebastian, FL 32958 * griffin ',.cityofsebastian.org Subject: Sebastian Municipal Airport — Airport Drive East Improvements AID Work Order No. 2 Transmittal Dear Joe, American Infrastructure Development is pleased to submit this scope and fee associated with the subject project. We understand that the project schedule is aggressive and will work towards the Florida Department of Transportation grant deadline schedule. On behalf of American Infrastructure Development, Inc., we thank you for the opportunity to serve the City of Sebastian. Please contact me at (407) 992 -6171 if you have any questions or require additional information regarding the project. Sincerely, America,, Infrastructure Development, Inc. Mark C Jansen, P.E., LEED BD +C Senior Consultant American Infrastructure Development, Inc. Phone 407 - 992 -6171 Fax (813) 374 -8905 618 E. South Street, Suite 500 (GAI Building) Orlando, Florida, 32801 -2986 '404■ AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. WORK ORDER NUMBER 2 AIRPORT DRIVE EAST IMPROVEMENTS SEBASTIAN MUNICIPAL AIRPORT Exhibit A —Scope of Work This Exhibit A sets forth the general requirements for the performance of the various services for the project described herein. The work will be in general accordance with AID's master agreement effective September 4, 2012. General Scope The City of Sebastian is undertaking improvements to Airport Drive East and adjacent parcel(s). American Infrastructure Development, Inc. (ENGINEER CONSULTANT) will provide the following basic and special services for this project: + Management of the project from program verification to the award of the construction contract • Survey and Geotechnical services by specialized subconsultant on the Team • Preparation of minutes of meetings • Program verification and site investigation • Design and preparation of the construction documents and technical specifications • Preparation of the Engineer's Report and construction cost estimate • Bidding and award assistance • FAA Grant application assistance. Airport Drive East Improvements The CITY desires to improve Airport Drive East (ADE) from the intersection of Main Street to the Administration Compound. The project will be bid as a conventional design- bid -build project. The improvements will generally consist of the following items: • Resurfacing of ADE • Cost estimating and design of curb and gutter if within the project budget. • Geometric improvements to the intersection of ADE and Main Street • Geometric improvements to the intersection of ADE and Brushfoot Drive. • Improvements to the golf course cart path(s), including construction of one double - wide cart path and removal of old paths. Re- alignment and consolidation of several paths to increase safety and increase leasable land area. • Improvements to the pedestrian and golf course vehicle path crossing ADE, including traffic control devices and /or traffic calming devices near the crossing. Page 1 of 7 March 2013 ,oz■ AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. + Design of roadway lighting on the east side of the ADE to match existing fixtures in the vicinity of Hangar A ( "Whatley" fixtures). Lighting will be bid as an add alternate. + Pond at the northwest corner of ADE and Brushfoot Drive. + Relocation or construction of new fencing as necessary. + Landscaping plan for the airport entrance. The City of Sebastian will provide the following in -kind services, which will require design plans. • Demolition of the existing golf course maintenance building and appurtenances • Relocation of fill dirt east of Airport Drive (approximately 20,000 CY). + General site grading. + Preparation of the "shovel- ready" parcels with grading and drainage improvements. + Golf course pond excavation and construction. + Ditch and drainage work. + Filling and re- directing the flow of the airport east canal. + Various drainage improvements and pipe installations (City of Sebastian provided materials). • Clearing and grubbing of heavily vegetated areas. • Grading of golf course pond ditches and cart paths to facilitate maintenance vehicle access to golf course. + Rough grading of developable parcels along ADE + Improve left turn from Main Street to ADE westbound Planning: The proposed paved roadway section shall be a ditch section with a 24' paved surface, a 4.0' shoulder at 48:1, and a ditch slope no steeper than 3:1 (exact dimensions to be determined). The pavement section shall be 5" of Type 1 asphaltic concrete over 8" of coquina shell base. ENGINEER CONSULTANT shall adhere to road design standards as set forth by the Florida Department of Transportation, City of Sebastian, Indian River County, and AASHTO. Vertical profiles shall be set to adhere to drainage requirements and pavement tie ins. Consideration shall be given to excessive cut and fill slopes. Pre - Design Phase Services to be provided by ENGINEER CONSULTANT Field Surveys (Subconsultant): Control (vertical and horizontal) will be run to control all survey work. Horizontal control and elevations will be tied to available on -site benchmarks. Control points shall be set for future use in Contractor's layout. These points shall be published on the final plan set with the coordinate system and elevation. A topographic survey will be performed at a 100 -foot width in the areas necessary for the Project, or 50' to either side of the alignment. Ground features will be located including Page 2 of 7 March 2013 ,6o4' AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. grade changes and ditches. Pavement edges, driveways, curb lines and existing drainage features shall also be encompassed in this survey. Above- ground utilities shall be surveyed, along with buried utilities, as available by the locator service or utility company. Topography shall be provided for a width of 200' at the pavement tie -ins. Ditches and outfall pipes shall be surveyed for a length of 100' to either side of the alignment. Top of bank and/or jurisdictional surface water flags will be surveyed as necessary. An allowance has been established for this work and will be used once existing data has been evaluated and the extents of the project has been determined. Geotechnical Investigations ( Subconsultant): borings and soil testing to support the design and construction of the roadway areas and drainage ponds will be conducted. Environmental Analysis ( Subconsultant): delineation of other surface water boundaries and other documentation of other environmental concerns will be performed by a special environmental subconsultant. Special Services In addition to the Basic Services described above, the ENGINEER CONSULTANT will provide the following special services required under this contract. Grant Services - The ENGINEER CONSULTANT will provide Pre - Application and Grant Application assistance, including the preparation of project narratives, cost estimates and the CATEX form and FAA forms, per the ADO'S prescribed guidelines, to help the Airport acquire funding for the design and construction of this project. Two meetings with the Airport are anticipated for the preparation of these documents. OE /AAA Submittal - An Airspace Checklist will be prepared and submitted to the FAA via OE /AAA. This will include the submittal of the CSPP. Permitting- A Pre - Application Meeting will be held after the preliminary plan submittal with St. John's Water Management District to discuss the project and permitting requirements. The ENGINEER CONSULTANT will attend this meeting and furnish pertinent information to SJWMD for consideration. Program Verification The ENGINEER CONSULTANT will perform the following tasks under this phase: 1. Compile and review existing available information including as -built drawings, geotechnical reports, and review existing facility and its operation. . 2. Meet and coordinate with the survey and geotechnical consultant. 3. Meet and coordinate with the CITY on project issues such as design alternatives, project phasing, construction staging, budget, and schedule. One meeting is anticipated. Page 3 of 7 March 2013 ­1ADAMERICAN INFRASTRUCTURE DEVELOPMENT, INC. 4. Meet and coordinate with the FAA ADO to review the project and confirm the scope of work. This may be in the form of a teleconference. 5. Prepare a construction cost estimate and a construction schedule taking into account phasing of the project. 6. Identify any additional information that will be required from field investigations or other agencies. 7. Meet and coordinate with all the stakeholders to review the scope and schedule of the project and receive input prior to the start of the design phase. This will be considered a Pre - Design meeting as required by the FAA. Deliverables: ENGINEER CONSULTANT will provide a Project Narrative Report which will include the results of the site inspections, preliminary recommendations, and minutes of the predesign meetings with the CITY and other stakeholders. Cost estimates will be included. Design Development (30 %) Following the Program Verification phase and the receipt and review of survey and geotechnical data, the ENGINEER CONSULTANT will proceed with the 30% level design and plans production. ENGINEER CONSULTANT members will visit the site to field verify the survey information and address any comments received during the Program Verification phase. One meeting is anticipated with the CITY during this phase. Specifically, the following tasks will be performed under this phase: 1. Preliminary stormwater modeling and evaluation. 2. Preliminary pavement design 3. Preliminary phasing analysis 4. Prepare 30% drawings 5. Update the construction cost estimate 6. Update the construction schedule 7. Prepare the Preliminary Engineer's Report 8. Identify any modifications to FAA standards 9. Prepare an outline of technical specifications Deliverables: The ENGINEER CONSULTANT will submit three (3) copies each of the 30% drawings in size 11 "17" and the Preliminary Engineer's Report to the Ciry for review. Upon receipt of review comments from the CITY, the ENGINEER CONSULTANT will proceed with the 90% level contract documents. Contract Documents (90 %) The ENGINEER CONSULTANT will proceed with final design of this project. Construction documents will be prepared in this phase, including finalizing the construction phasing plan. At this stage, the construction cost estimate and construction schedule will be updated and finalized and the Engineer's Report will be completed. The Project Manual, which will contain front -end documents provided by the City of Sebastian (Instructions to Bidders, Bid Forms, and Special Conditions) plus FAA General Provisions, Technical Specifications, and Page 4 of 7 March 2013 ,004 • AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. the geotechnical report, will also be completed. In addition, 90% construction drawings will be prepared including: + Cover Sheet + Project Site /Layout Plan + Project Survey Control Plan • Geotechnical /Boring Location Plan • Project Safety Plan (including Staging and Access Plans) • Project Phasing /Construction Sequencing Plan + General/Safety Notes Plan + Project Key Sheet + Typical Sections + Staking and Demolition Plans + Paving and Grading Plans + Pavement Marking Plans + Electrical Plans and Details Deliverables: The ENGINEER CONSULTANT will submit three (3) copies of the 90% contract documents to the CITY, two (2) copies to the FAA, and one (1) copy to FDOT for their review. The ENGINEER CONSULTANT will attend one meeting with the CITY and other stakeholders to address any final comments regarding the construction of this project. Contract Documents (100 %) Upon receipt of final comments from the CITY, FAA and other stakeholders, the ENGINEER CONSULTANT will proceed with the preparation of the bidding documents. One meeting is anticipated during this Phase. This effort includes incorporating comments by updating the construction drawings, project manual (FAA general provisions, and technical specifications), Engineer's Report, construction cost estimate, and construction schedule. The ENGINEER CONSULTANT will submit two (2) signed and sealed copies of the 100% contract documents to the CITY and provide the CITY with PDF copies of the contract documents to be used by the City of Sebastian Purchasing Department for advertising and distributing the bid and RFP packages. Bidding and Award Services This phase will include the effort necessary to receive bids from contractors and to review the bids and make a recommendation of award to the CITY and the FAA. Specifically, the following tasks will be performed by the ENGINEER CONSULTANT during this phase: + Prepare for and attend the Pre -Bid Conference by providing agenda items and making a presentation on the project scope, phasing, and schedule. • Address questions from bidders • Make revisions to contract documents and issue Addenda + Attend the Bid opening Page 5 of 7 March 2013 '404• AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. + Review all bids for responsiveness and accuracy + Prepare Bid Tabulation Sheet(s) + Provide engineer's certified recommendation for the award of the contract + Prepare conformed construction plans and technical specifications incorporating all addenda and clarifications for delivery to County. Construction Phase Services ENGINEER CONSULTANT will provide limited Construction Administration services, including the following tasks: + Conduct site visits for progress reporting + Review and approve all submittals and shop drawings and respond to Contractor's requests for information + Review and approve Contractor's monthly pay requests + Prepare record drawings in CADD based on contractor's mark -ups and provide Engineer's Final Certifications of Completion to the SJRWMD, FDEP, and other various agencies. + Attend a final walk- through for punch list development and follow -up meeting upon completion A 180 Calendar day construction period is assumed. For project duration that is greater than this time, additional services will be negotiated. No daily on -site Owner's Authorized Representative (OAR) services will be provided unless negotiated under a separate agreement. Additional Provisions • ENGINEER CONSULTANT will provide technical specifications and special terms and conditions. Bid Documents and Contract Documents will be generated by the City of Sebastian. The City of Sebastian will reproduce and distribute the bid documents as necessary. • The CITY will provide ENGINEER CONSULTANT access to the site and all available information pertinent to this project. • Existing topography will be used. A minor amount of survey control or additional topography may be conducted for this project, as a not -to exceed amount has been identified in ENGINEER CONSULTANT's fee. Period of Services The following is a tentative schedule for this work. It is assumed that the ENGINEER CONSULTANT will continue with the design while the CITY is performing its review of each submittal to expedite the design process. Page 6 of 7 March 2013 '0004■ AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. Task Duration Start Finish Notice to Proceed 0 days 5/3/13 5/3/13 Design Development (30 %) 15 days Fri 5/3/13 Sat 5/18/13 Contract Documents (90 %) 30 days Sat 5/18/13 Mon 6/17/13 Contract Documents (100 %) 15 days Mon 6/17/13 Tue 7/2/13 Permitting Phase 45 days Fri 5/3/13 Mon 6/17/13 Bidding 30 days Mon 6/17/13 Wed 7/17/13 Submit FAA Grant 5 days Wed 7/17/13 Mon 7/22/13 NTP for Construction 40 days Mon 7/22/13 Sat 8/31/13 Construction 180 days Sat 8/31/13 Thu 2/27/14 Page 7 of 7 March 2013 Airport Drive East Improvements Sebastian Municipal Airport AIRPORT DRIVE EAST FEE SUMMARY • AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. TASK Totals Basic Services Phase 1B - Program Verification $5,116.00 Phase 2 - Design Development (30 %) $11,753.00 Phase 3A - Contract Documents (60 %) $0.00 Phase 3B - Contract Documents (90 %) $9,171.00 Phase 3C - Contract Documents (100 %) $2,998.00 Phase 4 - Bidding and Award Services $4,958.00 Phase 5 - Construction Administration Services $14,332.00 Sub Subconsultant- Roadway Lighting Design (Hillers) $5,400.00 Total Basic Services: $48,328.00 Special Services 1 Topographic Surveys (MMR) $7,800.00 2 Geotechnical Investigations $4,000.00 3 Quality Assurance Testing $5,000.00 4 Aerial Photography /Mapping $0.00 5 Resident Project Representative $0.00 6 Stormwater Permitting $8,900.00 7 Prepare Environmental Documentation $1,248.00 8 Update the ALP $308.00 9 Meeting with the FAA $308.00 10 Grant Services (App /Quarterly /Closeout) $6,668.00 11 Prepare Record Drawings $1,292.00 Total Special Services: $35,524.00 Expenses Travel $810.00 Reproduction $1,052.48 Permits $1,410.00 Total Expenses: $3,272.48 Total Fees: $87,124.48 4/16/2013 Page 1 of 6 Airport Drive East Improvements Sebastian Municipal Airport • AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. AIRPORT DRIVE EAST IMPROVEMENTS Project Project Senior Engineer Senior Senior Clerical Prepare Schematic Drawings TASK Principal Manager Engineer 7 Designer Technician d Utilities Plan Totals e Safety Plan 48 $178.00 $169.00 $156.00 $114.00 $91.00 $67.00 $59.00 AIRPORT DRIVE EAST IMPROVEMENTS Phase 1B Program Verification 1 Prepare a Construction Schedule 2 Perform Schematic Design Studies 3 Prepare Schematic Drawings 5 a Grading Plan 6 b Paving Plan 7 c Drainage Plan d Utilities Plan 81 24: e Safety Plan 48 f Phasing Plan 4 Prepare and submit the Schematic Design Report 5 Quality Review 6 Review Meeting with Owner --------------- 1 --------------------------------------------------------------------------------------------- 1 i 1 1 I 1 1 1 1 1 21 1 1 1 I I 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 -------- - - - - -- 1 1 21 I ------- - - - -41 1 1 2 6 Total Labor Hours: 2 0 15 0 24 Total Labor Costs: $356.00 $0.00 $2,340.00 $0.00 $2,184.00 Phase 2 - Design Development (30 %) 1 Horizontal and Vertical Geometric Design 2 Identify Limits of Construction 3 Evaluate New Drainage System 4 Evaluate Existing and Proposed Utilities 5 Preliminary Grading Design 6 Preliminary Paving Design 7 Prepare 30% Drawings a Cover Sheet 81 24: b Project Site /Layout Plan 48 c Project Key Sheet y ---------------- d Existing Utilities Plan _- __--- _______y --------------- 1 e Typical Sections 1 f Staking /Demolition Plans 1 1 1 g Grading /Drainage Plans 2 h Paving Plans 5--------------- i Utilities Plans 0 4 45 $0.00 $236.00 $5,116.00 •----------------------------------------------------------------------------------------------------- 21 - - - - -- 8; i 10 r-------------- r -------------- r---------------I --------------- r -------------- r -------------- ---------- - - - - -I 1 1 1 1 1 1 1 I I 1 1 1 1 1 1 1 0 81 24: 16: 48 -------------- y ---------------- r__-_---_-_____ y______________ Y.______________* _- __--- _______y --------------- 1 1 1 1 1 1 21 1 1 2 --------------- 5--------------- F--------------f----------------------------- F-------------- i---------- - - - - -I 21 2 1 L-------------- 1 J'--------------- 1 1 1 L'-------------- J--------------+-------------- 1 1 L-------------- J---------- - - - - -1 1 1 I 1 I 1 1 21 2 1-------------- 1--------------- '--------------- '-------- - - - - -- 1------------- '-------------- '---------- - - - - -' 1 --------------- 1 ------------------------------ 1 - 1 1 --------------- - ------------------------------ 1 --------------- 1 1 1 1 1 I 1 11 1 1 1 I I 1 1 1 1 1 1 1 1 1 1 1 11 1 1 1 1 1 I I 1 11 1 1 L______________ 1 1 J_______________ 1 I L -------------- J______________ 1______________ 1 1 1 1 1 1 L _____ --------- J --------------- 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 i i i i 1 2i i i 2 f-------------- 1 i--------------- 1 F-------------- i----------------------------- 1 1 1 t-------------- i---------- - - - - - I 31 I 1 3 1 1 1 1 1 I 1 I 1 I 1 1 1 I 1 1 1 1 1 I 1 61 1 1 6 1 1 1 1 1 1 1 1 I 1 1 I 1 1 1 1 1 1 11 I 1 1 1 1 1 1 1 1 I 1 1 I 1 1 1 I I I 1 1 1 1 1 4/16/2013 Page 2 of 6 Airport Drive East Improvements Sebastian Municipal Airport ■ AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. j Lighting and Signage Plans k Misc. Details 8 Update Construction Cost Estimate 9 Update Construction Schedule 10 Prepare Engineer's Report 11 Quality Review 12 Submit 30% Documents 13 Review Meeting with Owner Total Labor Hours: 2 Total Labor Costs: $356.00 Phase 3B Contract Documents (90 %) Project Project Senior Engineer Senior Senior Clerical d TASK Principal Manager Engineer Boring Logs Designer Technician h Totals i Grading and Drainage Plans $178.00 $169.00 $156.00 $114.00 $91.00 $67.00 $59.00 j Lighting and Signage Plans k Misc. Details 8 Update Construction Cost Estimate 9 Update Construction Schedule 10 Prepare Engineer's Report 11 Quality Review 12 Submit 30% Documents 13 Review Meeting with Owner Total Labor Hours: 2 Total Labor Costs: $356.00 Phase 3B Contract Documents (90 %) 1 Prepare 90% Drawings a Cover Sheet b Project Site /Layout Plan c Project Phasing and Safety Plan d General Notes Plan e Project Key Sheet f Boring Logs g Typical Sections h Staking and Demolition Plans i Grading and Drainage Plans j Drainage Details k Profile Sheets I Paving Plans m Paving Details n Pavement Marking Plans o Marking Details p Erosion Control Plans q Utilities Plans r Lighting Plans s Signage Plans t Electrical Details u Misc. Details v Cross Sections 0 19 28 55 0 4 108 $0.00 $2,964.00 $3,192.00 $5,005.00 $0.00 $236.00 $11,753.00 r-------------- 1--------------- r-------------- T-------------- r-------------- r --------------1---------- - - - - -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r_____ I I 1 1 1 3 I 1 ___ ______ F------------------------------------------ - - - - -I 1--------------- 1 1 1 1 31 f------------------------ 31 1 1 L-------------- 1 1 J--°--°--°--- 1 1 L-------------- J-°°°----_-- y---------_---- 1 1 1 1 21 1 L'-- ------------ J---------- - - - - -1 1 1 21 1 I 1 1 1 1 1 1 1 1 1 1 ; I 1 11 11 I 1 -------------- i--------------- F-------------- 4 -------------- �--------------}-------------- 11 i---------- - - - - -I 11 1 I 1 1 I 1 1 1 1 1 1 1 11 1 1 1 ; 1 ; I 1 i 1 1 1 1 I 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I I I 1 11 21 I 1 i-------------- - -------------- E-------------- j-----------------------------±-------------- ---------- - - - - -I 1 1 1 1 1 11 1 1 L-------------- 1 J--------------- 1 L'-------------- J-------------- y-------------- 1 1 1 L ______-------- J---------- - - - - -i 1 I 1 1 I 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 1 21 11 1 1 f-------------- i --------------- F -------------- i-------------- - -------------- f -------------- i --------------- I 1 ; ; 1 1 1 1 1 1 1 1 I 1 1 1 1 21 I 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 21 1 1 1 1 I 4/16/2013 Page 3 of 6 Airport Drive East Improvements Sebastian Municipal Airport ■ AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. TASK Project Principal Project Manager Senior Engineer Engineer Senior Designer Senior Technician Clerical Totals $178.00 $169.00 $156.00 $114.00 $91.00 $67.00 $59.00 5 finalize construction Cost Estimate 6 Finalize Construction Schedule 7 Finalize Engineer's Report 8 Complete Technical Specifications 9 Complete Front -End Documents 11 Quality Review 12 Submit 90% Documents 13 Review Meeting with Owner Total Labor Hours: Total Labor Costs: Phase 3C Contract Documents (100%) 1 Incorporate Final Review Comments 2 Prepare Final Bid Documents Total Labor Hours: Total Labor Costs: Phase 4 - Bidding and Award Services 1 Coordinate with Owner 2 Distribute Bidding Documents 3 Prepare for and Attend Pre -Bid Conference 4 Answers to Bidders /Issue Addenda 5 Attend Bid Opening 6 Review Bids for Responsiveness 7 Certified Bid Tabs /Award Contract 8 Conformed Contract Preparation Total Labor Hours: Total Labor Costs: Phase 5 - Construction Administration Services 1 Coordinate with Owner 2 Prepare a Construction Management Plan 3 Prepare for and Attend Pre - Construction Conf 4 Review Shop Drawings /Submittals 5 Periodic Site Visits (1 per month) 6 Weekly Progress Meetings (Teleconference) 7 Prepare Change Orders 4 0 11 25 35 0 12 87 $712.00 $0.00 $1,716.00 $2,850.00 $3,185.00 $0.00 $708.00 $9,171.00 0 4 0 6 18 $0.00 $676.00 $0.00 $684.00 $1,638.00 l l 18 - - - - - -- -------- - - - - -- 1 1 10 0 0 28 $0.00 $0.00 $2,998.00 0 18 4 4 4 0 8 38 $0.00 $3,042.00 $624.00 $456.00 $364.00 $0.00 $472.00 $4,958.00 r-------------- 1--------------- r-------------- r------------- T-------------- r-------------- 1---- ------ - - - - -I 1 1 1 1 8 1 1 1 1 1 1 1 1 1 1 I 1 C.7 8 4; 41 8 -------------- t-------------- r-------------- 1 ------- - - - -°- --------------- -------------- 4---------- - - - - -1 1 1 1 81 1 I 1 1 8 -------- - - - - -- --------------- F -------------- i -------------- ------------------------------ 81 I---------- - - - - -f 81 16 1 1 -------------- + 1 1 -------------- L--------------- -------------- +-------- 1 1 - - - - -- -------------- 4---------- - - - - -1 161 16 r-------------- r-------------- T -------------- T-------------- r -------------- 1 --------------- 1 1 1 1 1 1 8I1 1 1 1 1 1 1 1 1 1 1 8 U 1 1 I 1 81 81 16 ' -------- - - - - -- -------------- --------- - - - - -- ! -------------- !-------- - - - - -- --------- - - - - -- 4/16/2013 Page 4 of 6 Airport Drive East Improvements Sebastian Municipal Airport ■ AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. 8 Review 1 est Results 9 Review Periodic Payment Requests 10 Perform Final Inspection /Prepare Punchlist 11 Verify Punchlist Items are Completed Total Labor Hours Total Labor Costs Total Fees (Lump Sum): 0 12 52 24 16 0 0 104 $0.00 $2,028.00 $8,112.00 $2,736.00 $1,456.00 $0.00 $0.00 $14,332.00 $48,328.00 4/16/2013 Page 5 of 6 Project Project Senior Engineer Senior Senior Clerical TASK Principal Manager Engineer Designer Technician Totals $178.00 $169.00 $156.00 $114.00 $91.00 $67.00 $59.00 8 Review 1 est Results 9 Review Periodic Payment Requests 10 Perform Final Inspection /Prepare Punchlist 11 Verify Punchlist Items are Completed Total Labor Hours Total Labor Costs Total Fees (Lump Sum): 0 12 52 24 16 0 0 104 $0.00 $2,028.00 $8,112.00 $2,736.00 $1,456.00 $0.00 $0.00 $14,332.00 $48,328.00 4/16/2013 Page 5 of 6 Airport Drive East Improvements Sebastian Municipal Airport ■ AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. TASK Project Principal Project Manager Senior Engineer Engineer Designer Technician Clerical Total Total Dollars I--------------- 1 a--------------- 1 I--------------- a---------- - - - - -I 1 1 1 ' 24 $2,956.00 c Submit Permit Application i ---------------*'--------------*--------------- Hours 811 I 8; ---------__- _- +---------------� 16 $1,384.00 d Respond to RAI's $178.00 $169.00 $156.00 $114.00 $77.00 $61.00 $59.00 Special Services 1 Topographic Surveys (MMR) $7,800.00 2 Environmental Surveys (Ditch) $5,500.00 2 Geotechnical Investigations $4,000.00 3 Quality Assurance Testing $5,000.00 4 Aerial Photography /Mapping $0.00 5 Resident Project Representative 0 Days At 1 Hrs /Day at 1 Per Hour $0.00 6 Stormwater Permitting a Attend Pre - Application Meeting 1 1 41 1 1 1 1 I 4 $676.00 b Prepare Permit Application --------------- I r--------------+--------------- I 4 1 I--------------- 1 a--------------- 1 I--------------- a---------- - - - - -I 1 1 1 ' 24 $2,956.00 c Submit Permit Application i ---------------*'--------------*--------------- r----'---------+---------------- 811 I 8; ---------__- _- +---------------� 16 $1,384.00 d Respond to RAI's I -------------- I - -------------- 41 I + -------------- - I- 161 I I I -------------- 4 --------------- F -------------- a ------------- -- I 20 $2,500.00 e Resubmit Permit Application I I I I 1 1 1 81 16 $1,384.00 Total Stormwater Permitting: 80 $8,900.00 7 Prepare Environmental Documentation - - - -- I --------------- I r --------------- I r ------------------------------ r ------------------------------ 1 81 I I I I - - - - -I 8 $1,248.00 8 Update the ALP i --------------- I---------------±--------------- 1 F-------------- 1 1 1--------------- L-------------- 4--------------- 1 1--------------- F-------------- 4---------- 41 1 1 L-------------- 1---------- 4 $308.00 9 Meeting with the FAA L-------------- I 1 - L --------------- I 1 I I 1 1 - - - - -1 I 411 11 11 1 4 $308.00 10 Grant Services (App /Quarterly /Closeout) 11 11 1211 1211 1611 11 I 1611 56 $6,668.00 11 Independent Cost Estimating -------- - - - - -- 1 1 --------------;----------------------------;---------------;-------------- 1 1 1 1 1 1 1---------- - - - - -1 1 1 1 1 1 1 1 1 0 $0.00 12 Prepare Record Drawings 11 11- ----------------------------------------------------------- 411 i 811 i -- i ----------------- 12 $1,292.00 Total Fees: $41,024.00 4/16/2013 Page 6 of 6 NON - EXCLUSIVE AGREEMENT for CONTINUING PROFESSIONAL ENGINEERING CONSULTING SERVICES THIS AGREEMENT, entered into this ay of 2012 by and between CITY OF SEBASTIAN, a Florida municipal corporation, hereinafter referred to as the "CITY ", and AMERICAN INFRASTRUCTURE DEVELOPMENT, INC., 13000 N. Dale Mabry Highway, Tampa, FL 33618 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. TION 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. WI ESS WHEREOF the parties hereto have executed these presents this 4 day of •, 2012. ATT ST (SEAL): THE CATY SEBASTIAN Sally A. Ma' , CMC A4 n i er, City Manager City Cler Approved as to form and legality for reliance the City of Sebastian only: w Robert A. Ginsburg, City At orney FOR ENGINEER CONSULTANT: American Infrastructure Development, Inc. Attesty�� mover By: L (seal) P� 2-7,1Z Title: <,C--1e21-1- e� e ,,1x Notary Public State of Florida Kirk A Charlton My Commission DD90E499 Expires 09/07/2014 AMERICAN INFRASTRUCTURE DEVELOPMENT, INC. (AID) 2012 LABOR RATES CLASSIFICATION LOADED RATE Project Principal $178.00 Project Manager $169.00 Senior Planning Consultant $169.00 Senior Engineer $156.00 Engineer $114.00 Sr. Designer $93.00 Designer $77.00 Sr. Technician $67.00 Technician $61.00 Clerical $59.00 Notes: 1) Rates will be adjusted in January 2013. 2) Multiplier: 2.90 1/22/2012 crPrltit -13nIn AMFRINF3 ACORD.. CERTIFICATE OF LIABILITY INSURANCE °8/02/2012 Y' 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: if the certificate holder is an ADDITIONAL INSURED, the policy(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). PRODUCER ISU Suncoast Insurance Assoc NAME: PHONE 813 289 -5200 e/C No): 813 289 -4561 A/C No. Ext P.O. Box 22668 Tampa, FL 33622 -2668 813 289 -5200 ADDRESS: USTOMER ID #: INSURER(3) AFFORDING COVERAGE NAIC # INSURED INSURER A: Old Dominion Insurance Company 40231 American Infrastructure Development Inc 13000 N Dale Mabry Hwy INSURER B: Travelers Casualty & Surety Co 31194 INSURER C: XL Specialty Insurance Company 37885 Tampa, FL 33618 INSURER D: $2,000,000 INSURER E: PRODUCTS- INSURER F: $ A COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TYPE OF INSURANCE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN POLICY NUMBER MMIOD EFF MMIDY EXP LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE a OCCUR a __ {7� -X/ "')L U&W- BPG9050A 9/10/2011 09110/201 EACH OCCURRENCE $11,000, 000 PREMISES Ea occurrence $500,000 MED EXP (Any one person) $5,000 PERSONAL d ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GE N L AGGREGATE LIMIT APPLIES PER: POLICY 7 PRO. LOC PRODUCTS- $ A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BPG9050A 9110/2011 091101201 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) t $ X X S $ UMBRELLA LIAR EXCESS LIAa OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DEDUCTIBLE RETENTION $ $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORMARTNER/EXECUTIVE YIN N OFFICER/MEMBER EXCLUDED? FN (Mandatory In NH) M es. describe under DESCRIPTION OF OPERATIONS below NIA UB3392T82 1/06/2012 01/061201 X 1WC STATU- OTH. E.L. EACH ACCIDENT $500,000 E.L. DISEASE - EA EMPLOYEE $500,000 E.L. DISEASE - POLICY LIMIT $500,000 C IProfessional Liability DPS9697260 9/10/2011 09/10/2012 $2,000,000 per claim $2,000,000 anni aggr. DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, It more space Is required) Professional Liability coverage Is written on a claims -made and reported basis. Project: Continuing Engineering Services that may be required by the city on an as- needed basis. CERTIFICATE HOLDER CANCELLATInN City of Sebastian SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 1225 Main Street THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Sebastian, FL 32958 AUTHORIZED REPRESENTATIVE a __ {7� -X/ "')L U&W- 01988 -2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009109) 1 of 1 The ACORD name and logo are registered marks of ACORD #S398524/M359679 JMB