Loading...
HomeMy WebLinkAbout2000 Kimley Horn-Eng ConsultantCITY OF SEBASTIAN~ FLORIDA WORK AUTHORIZATION FORM Work Authorization No: ~1~ Project Identification: Independent Fee Review for the Design, Bidding, Conslxactiorh and Inspection services for the Rehabilitation of Taxiwa¥ "A" and Construction of Aircraft Parking Apron. IT IS AGREED to undertake fl~e following work in accordance with the provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGP~EMENT dated November 30, 2000: Description of Assignment: Perform and Independent Fee Review for the Design, Bidding, Construction, and Inspection services for the Rehabilitation of Taxiway "A" and Construction of Aircraft Parking Apron. Basis of Compensation/Period of Services: Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place no later than seven (7) consecutive calendar days henceforth. AGREED as to scope of services, time schedule, & budget this /O day of ,2004: CITY OF SEBASTIAN KIMLEY-HORN AND ASSOCIATES, INC. A Florida,.n'sunicipal corpoyafion By: ~~~: Terrence~,9~ ~ity Manager (Seal) Attest: (~ ~ Sally A. Ms CMC, City Clerk Approved as to Form and Content for Reliance by the City of Sebastian Only: Rich Stringer, City Attorf~y Staff Approvals: Airport Director as to project Finance Director - to budget only General Services Administrator sing & contract admin. OFFICE OF GENERAL SERVICES ADMINISTRATOR 1225 MAIN STREET, SEBASTIAN, FLORIDA 32958 TELEPHONE (772) 388-8241 - FAX (772) 581'0149 EXTENSION OF AGREEMENT CONTINUING PROFESSIONAL SERVICES Date: March, 12, 2004 To: Mr. JeffMullis Kimlev-Horn and Associates, Inc. 601 21st Street, Suite 400 Veto Beach, Florida 32960 RE: Agreement dated November 30, 2000. As per our telephone conversation, both Kimlev-Horn and Associates, Inc., and City of Sebastian desire to extend the above referenced Agreement for one additional year as provided for in the existing Agreement. On March 10, 2004 the City of Sebastian City Council approved a one (1) year extension of said Agreement. All terms and conditions as set forth in the existing agreement shall be in full force during the one year extension. AGREED: :-~1~_)v- - ~' 7 :Kic.:~ tlorh. ~ti'd Associates ~aliy ~:~i~e City Clerk P'aul W~ne~or Ci ~f Sebastian Rich Stri~dr~it/ Attorney WORK AUTHORIZATION FORM CITY OF SEBASTIAN~ FLORIDA Work Authorization No: 11 Project Identification: Main Street Improvements IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGREEMENT dated NOVEMBER 30, 2000: Description of Assignment: SEE ATTACHED EXHIBIT 'A' entitled Scope of Services, "B" entitled Fee, and "C" entitled Schedule Basis of Compensation/Period of Services: Basis of compensation will be on an hourly basis with a not to exceed amount of $23,800. provided for in the Master Agreement. Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place as expeditiously as possible. AGREED as to scope of services, time schedule, and budget this 2003. day of July, CIT~)~OF SEBASTIan, KIMLEY HORN AND ASSOCIATES, INC. ~.~'h~I~'~/,~'ity Man~gr~ ~: ~f~[[vlullis Vic~ President Attest. ~ ,~ ~)~\ ., Sall~'~. Ma~MC, City Clerk Approved as to Form and Content for Reliance by the City of Sebastian Only: Staff Approvals: City Engineer ~~, ~ Finance Director ~ General Services Admiinstrator ~ as to budget only Kimley-Horn and Associates, Inc. August 5, 2003 David Fisher, P.E. City Engineer City of Sebastian 1225 Mffm Street Sebastian, FL 32958 RE: Mare Street Sebastian Dear Mr. Fisher: Kimley-Hom and Associates, Inc. is pleased to submit this scope and fee proposal for general engineermg services related to the study and analysis of opportunities for enhancements and improvements to Main Street in Sebastian. The scope of sermces, fee and schedule for this work order are provided in the attached Exhibit "A" through Exhibit "C". Any additional services beyond those described in Exhibit A that we may be able to assist you with can be handled in an additional work order. We appreciate this opportumty to work with the City of Sebastian. Should you have any queshons or wish to discuss please contact me at 772/794-4058. Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. JeffB. Mullis, P.E. Vice-President cc: David Woodward Su~ 400 601 21st ~eet Veto Beach, Rorida 32960 Mr. David Fish,r, August 5, 2003 Pg. 2 EXHIBIT "A" SCOPE OF WORK The objective of our work will be to understand the existing uses of Main Street as it relates to capacity, use, future use and oppoxtunities. The scope of work for this project will consist of three major tasks: · Traffic Analysis and Project/ms · Data Collection ,, Conceptual Design Task 1 - Traffic Analysis and Projections We will review existing City, County end FDOT traffic count data to understand the traffic volumes utilizing Main Street. In addition, we will formulate projections for future demands on Mare Street such that highway capacity issues and dmnands cen be identified. The object of this investigation and analysis will be to determine the number of lanes that are needed in the future, on this stretch of roadway. Task 2 - Data Collection We will collect elements of existing data on Mare Street to understand existing uses and issues. These will include investigation of drainage patterns, issues and deficiencies as well as access issues for local businesses or residences, future improvements that are planned such as improvements along Louisiena Avenue and other relative data that is needed to understand the use, need and opportunity for this stretch of roadway. At this time, we are not proposing to collect survey data of the roadway. Should be find that this is pertinent to the enalysis, that request will be made to the City as an additional sennce request. Task 3 - Conceptual Design Once we have deterrmned the number of lanes needed from the traffic analysis and have an idea of the issues and existing conditiens along the roadway, we will begin developing typical sections end conceptual ideas that can be presented at a City staff workshop. The workshop will be used to help understand the City's desires end give the opportunity for the expression of idea and opportunities for this street. Mr. David Fisher, August 5, 2003 Pg. 3 Given the future improvement of the City adrrfmistrative parcel and their future administrative building and complex, there may be an opportunity to potentially link the City complex to the riverfront and develop and/or exthance Main Street. These are the type of concepts that we will inveshgate as well as what other opportunities we see from a transportation planning and land use plarafmg as well as look at potential streetscape opportunities. The ideas will be formulated and used as a catalyst at the City workshop. Once the workshop has been completed, we will finalize our report and deliver to the City. The document is expected to be in a report format that describes our collection, analysis, workshop and opportunities for the City. Upon your request, we will present the study to your City Council. Mr. David Fisher, August 5, 2003 Pg. 4 EXHIBIT "B" Fee KHA will provide the services described m Task 1 through 3 as indicated below, inclusive of expenses. Task Labor Budget Task l - Traffic Analysis and Projections Task 2 - Data Collection Task 3 - Conceptual Design $5,400 $4,2OO $14,200 Total Fee $23,800 Mr. David Fisher, August 5, 2003 Pg. 5 EXHIBIT "C" SCHEDULE The schedule for the work as described in Tasks 1 through 3 is anticipated to be completed w/thin 120 days from the time the Notice to Proceed is given. Kimley-Horn and Associates, Inc. '03 flOG 25 Rf'i 11 03 CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #10 Project Identification: Rivcrview Piers Construction IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGREEMENT dated NOVEMBER 30, 2000: Description of Assignment: SEE ATTACHED EXHIBIT 'A' entitled Scope of Services, "B" entitled Fee, and "C" entitled Schedule Basis of Compensation/Period of Services: Basis of compensation will be on an hourly basis with a not to exceed amount of $23,000. provided for in the Master Agreement. Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place as expeditiously as possible. AGREED as to scope of services, time schedule, and budget this ~ day of July, 2003. CITY OF SEBASTIAN, By: ~ / ,~4'"~e~ ~~' TeX~ce o~ (~ity Manager (Seal) Sally A. Ma~MC, ' y KIMLEY HORN AND ASSOCIATES, INC. By: ' ~K~e~er, Vice President ' Approved as to Form and Content for Reliance by the City of Sebastian Only: Rich Slringer, A~omey Staff Approvals: City Engineer ~ Finance Director ~ as to budget only General Services Administrator ~ Kimley-Horn and Associates, Inc. EXHIBIT "A" SCOPE OF SERVICES Task 1 - Construction Phase Services a. Pre-construction meeting. We will attend a pre-construction meeting with you and the contractor to coordinate the requirements and schedule for the construction. We will review the permit requirements with the contractor to confirm his intent on compliance. b. We will provide guidance to the City's staff, such that the City can perform daily inspections to observe the progress of the work. c. We will conduct periodic site inspections to observe the progress and quality of work for permit and plan compliance. We have assumed that site visits will be conducted of an average of two times a week for the duration of construction, and that site visits will consist of two hours each. d. We will provide weekly status reports to the client, and we will report promptly, discrepancies fi.om the permit, if observed. e. We will provide final certifications to FDEP and the COE if required. f. We will submit a request to the FDEP and COE for the authorization to build 4 platforms as previously design. We will coordinate with both the FDEP and COE for the issuance. This scope does not include formal responses to additional agency questions, because no further coordination should be necessary. Task 2 Survey Construction Stake-Out Using the approved submerged Land Lease Survey and Boundary survey, KHA will establish three (3) coutrol points for each pier for the contractor's use in horizontal and vertical control. Task 3 Record Drawings KHA will locate the newly constructed piers in relationship with the submerged Land Lease Survey, and provide two (2) sets of record drawings for the client's use. S:\041\041046 Seb Marina\Work Auth 10 Exhibit A.doc Kimley-Horn and Associates, Inc. EXHIBIT "B" FEE KHA will provide the services described below, inclusive of expenses. Task Labor Budget Pier Construction Survey Construction Record Drawings $14,000.00 $ 4,000.00 $ 5,000.00 Total Fee $23,000.00 S:~041\041046 Seb Marina\Work Auth 10 Exhibit A.doc Kimley-Horn and Associates, Inc. EXHIBIT "C" SCHEDULE The schedule for the work as described will be completed in an expeditious and orderly manner, as mutually agreed upon with the Client. S:\041~041046 Seb Marina\Work Auth 10 Exhibit A.doc CITY OF SEBASTIAN~ FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #9 Project Identification: Rivcrview Piers and Permitting IT IS AGREED to undertake thc following work in accordance with the provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGREEMENT dated NOVEMBER 30, 2000: Description of Assignment: SEE ATTACHED EXHIBIT 'A' entitled Scope of Services, "B" entitled Fee, and "C" entitled Schedule Basis of Compansation/Period of Services: Basis of compensation will be on an hourly basis with a not to exceed mount of $3,850. provided for in the Master Agreement. Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place as exped/tiously as possible. AGREED as to scope of services, time schedule, and budget this day of July, 2003. CITY OF SEBASTIAN, A Florida rmmicipal corporation kT'~rrence~l[6'ore, City Manager (Seal) KIMLEY HORN AND ASSOCIATES, INC. By: ullis, Vi~e'P/e~ident Sally X. M~o~MC, City dlerk Approved as to Form and Content for Reliance by the.2~ty c3f Sebastian Only: Staff Approvals: City Engineer Finance Director General Services Administrator as to budget only 07/07/03 15:14 FAX I §61 286 61a~8. KIMLEY BORN ~002 anti Associates, Inc. 1) 2) SCOPE OF SERVICES The consultant will attend a meeting with staff and prepare plan revisions for the docking facility as directed on Sune 194' in the client meeting. These tensions xvill l'eflect the south pier's original permitted design and eliminate the finger piers on the north pier. The plans w~ll provide for l~ghting on the piers with eormection to a power panel north of the site. The consultant will prov:de fifteen (15) sets for the Client's use. and Associates, Inc, ~ ~IT ~B' FEE Task Draw:ng Modifications KHA will pro¥ide thc set'rices described below, inclusive of expenses. $3,850.00 Total Fee $3,850.00 $:\041X041046 Sol0 Marina\Work A.ith 10 Exh~bi~ A.doc __. 0~d}~./03 15~15 FAX 1 561 286 0138 KIMLEY HORN ~004 Kimley-Horn a~d Assocates, l~c, EXHIBIT "C" SC~rI~,IDULE The schedule for the work as descnbed will be completed in approximately 15 days from nofiae to proceed. CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM 0 .oo7 Work Authorization NO: #8 Project Identification: Engineering Services for Riverview Park Expansion, Piers Revisions IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGREEMENT dated NOVEMBER 30, 2000: Description of Assignment: SEE ATTACHED EXHIBIT 'A' entitled Scope of Services, "B" entitled Fee, and "C" entitled Schedule Basis of Compensation/Period of Services: Basis of compensation will be for a lump sum amount of $2,600, based on rates as provided for in the Master Agreement. Period of Services, work will commence upon execution of this Work Authorization by the parties, and completion of the work will take place in approximately 15 consecutive calendar days henceforth. AGREED as to scope of services, time schedule, & budget this I "1 day of ~"c,~n ~ ,2003: CITY OF SEBASTIAN, KIMLEY HORN AND ASSOCIATES, INC. g Flori~ municipporpo~ti~" /'~A x5 / ~/// BY: ~~~-''''''''~''~y: ~a~el E. miefer, jr., Vico ~;:side TErr en~5.~lglool~, City Man ager '' ''//( ~ nt (Seal) "~-3~1~ Api~, OMC, 0ity Clerk Approved as to Form and Content for Reliance Rich Stringer, ~i~ Attorney Staff Approvals: City Engineer Finance Director General Services Administrator a~to budget only 06/09/03 09:18 FAX 1 ~61 280 0138 KI~LEY HORN ~003/005 an~ Ass~ aras, hc. 1) EXIa~IBIT "A" SCOPE OF SERVICES The consultant xwI1 prepare plan revisions for thc docking facility. 'i}~ese rcvision~ will reflect the original permitted design. The consultant will pro~4de fifteen (15) sets fro' the Client's use. The consultant will attend a workshop with Council to disouss this project, We are prepared to proceed upon your dixeotion. 06/~9/03 09:19 F.~ ! ~O] 256 01~8 KI~I.E¥ HORN ~004/U0B K ml~'-Hom Associates, Inc. EXHIBIT FEE KHA a411 provide fne services described below, inclusive of expenses. Task Labor B..u, dget 12~'awing Modifications S2,600.00 TotalFee 06/0~/03 09:19 FAX 1 561 208 0138 KI~LEY HORN ~005/005 Kimle¥-Horn ~ad ^ssociates, Inc, EX~HBIT "C" SCHEDUqLE The schedule for the work as described will be completed in approximately 15 days from notice t¢ proceed, CITY OF SEBASTIAN~ FLORIDA Work Authorization for Professional Services Project Identification: Permitting Serv/ces for Riverview Plaza Work Authorization No.: ~ IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement for Professional Services dated November 30, 2000: Description of Assimmaent: See EXHIBIT "A", "B", and "C" Scope of Services, attached, three pages. Basis of Conmensation/Period of Services Basis of Compensation will be for a lump sum amount of $3,000, as provided for in the Master Agreement. Period of Services, work will commence upon execution of this Work Order by the parties, and completion of the work will take approximately 90 days. CITY OF SEBASTIAN, A FJe, rida municipal corporation City M/~iger (Seal) Attest: City Clerk"'- (Seal) Staff Approvals: City Engineer Public Works Director GSAFinance Director KIMLEY HORN AND ASSOCIATES, INC. Its: Mike Kiefer Vice-President Approved as to Form and Content for Reliance by the City of Sebastian Only: Rich Stri~4er, C~ Attorney SA041~041046 Seb MarinakWork Atrth for Prof Serv/ees 5.doc EXHllllT SCOPE OF SER¥-ICES As requested, we are prepared to respond to a request for information from the Florida Department of Environmental Protection. As authorized by you, we requested that the existing Corps of Engineer's (COE) and Florida Depm ~ent of Environmental Protection (FDEP) permits be extended. In the process the COE permit Modffieafion #I to 199704988 (n~-IS) was issued to extend the permit and also allow the construction of two, of the four requested, six foot by ten foot platforms for compliance with the Florida's accessibility code. The FDEP extended the existing permit and has requested additional information regarding the applicatiom AS directed, we will respond to the FDEP by requesting that the permit be modified to two, fixed pier structures, five feet above mean high water. Both piers will include lavo platforms along the main access pier for compliance with Florida's accessibility code. The southern pier will allow a ramp down to an elevation of approximately three and a half feet above mean high water for some of the finger piers with the terminal platform again located at approximately five feet above mean high water. This was negotiated and agreed upon in concept form with Tammy Dabu (FDEP). The remaining questions, while they need to be answered, do not appear to jeopardize the issuance of the modificatiom If the COE or the FDEP request additional information, these services will be provided as an additional service. Once accepted, the submerged land lease sketch could be modified accordingly to reduce the submerged land lease urea. This survey is not included in the scope of this addendum. Another request to ~he COE will be made to accommodate these modifications to the permit Once issued, we will modify the construction drawings accordingly. The documentation emu be prepared for submittal within 2 weeks after notice to proceed. The FDEP and COE should respond within 30 days after their receipt of the documentation. KHA's labor fee to prepare and submit the requested (FDEP) documentation, and submittal to the COE, exclusive of the survey, would be provided for $3,000. The application fee for modification will be dependent upon how FDEP feels about the application. We are prepared to proceed upon your dircctiom EXHIBIT "B" FEE KHA will provide the services described below, inclusive of expenses. Task Permit Modifications Labor Budget $3,000.00 Total Fee 53,000.00 C:~OCUM~- l'~agnet~LOCAL S-- 1 ~Temp\Work Au~ #5 l~it A. doc EXi:rrRIT "C- SCHEDULE The schedule for the work as described will be completed in approximately 90 days from notice to proceed. C;%DO CUMF-~I kowagner~LOCAL~'l\Temp\Work A~h #5 Exla'bit A.doc CITY OF SEBASTIAN~ FLORIDA Work Authorization for Professional Services Project Identification: Engineering Services for Construction Phase Services of Alleyway Improvements(certain pre-bid, pre-construction, & project mgmt.) Work Authorization No.: //6 IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement for Professional Services dated November 30, 2000: Description of Assignment: See EXHIBIT "A" Scope of Services, attached Basis of Compensation/Period of Services Basis of Compensation will be on an hourly basis with a not to exceed amount of $15,000, hourly rates as provided for in the Master Agreement. Period of Services, work will commence upon execution of this Work Order by the parties, and services will take place concurrent with construction. q~) AGREED as to scope of services, time schedule, and budget this /~'~y of //-g.4~.t/~, ,2002. CITY OF SEBASTIAN, r (Seal) KIMLEY HORN AND ASSOCIATES, INC. Its: (~1~ Mulli~, ~ice President Attest: Sally A. Mai~tCMC City Clerk Approved as to Form and Content for Reliance by the City of Sebastian Only: StaffApprovals:~ ~ CilyEngineer ¢- ~ asto~mgira~nn§ Finance Director (~a3 to budget only GSA ~ as to purchasing/contract administration ~2imiey-Hom and Ass~c~es, inc, ~CO?~ OP Bidding artd Consrruc~on Phase Services We ~ ~r~nd ~he Pre-Bid meeting a[ont ~Ych the City. Tkis will ~ ~ m~y que~ ~ ~e bid~ may h~e ~ reg~d We will participate in ~e pre Constraction Meeting upon selection of a commetor. For that me, ming we will be prtrpsmd tn discuss the project, p~mfits, specific m~eas of interest, schedule and answer que~ons from the When ,masts'action tins been complemd we w~ p~cipate ~ a ~ ~t ~ wl~ ~e Ci~ ~ ~e~ pinch lira it~ md note de~, ~ v~e ~om ~ ~m~ of ~ dcsi~ ~d pl~. We ~d~ ~a ~ ~e ~[os~ o~ Kimley. Hom ~nd ~socia~ss, Inc. F2g/;lIBIT =B" Task Labor Task 1 -Bidding a~t Construction Pha~e Sez~ic~s $15,000 Tota~ F~ 515,000 Kiml~¥-Hom ScP.:nULE The schedule far the woxk ss des=ibed/n Tasks I is based on a con~ra~mr's constn~an sahedu~e ofg0 days md an additional 30 days ~oj~t closeout~ November ?, 2002 Da~4d Fish:r, P Ciq, 1225 iVlcia Street Seba~tla~ FL 32938 S¢SasdanI-Iigbl~s Alleyway Congcu~on Ph~, Services D~r NCr. Fish,r: Thc scape of scn4c¢~, fcc and s°hec~ule for fnis ~o~k order ~rc provided in the ,~tmched Exhibit "A' th~ouF:h Exhibit "C". Any atilt[anal scn4ccs b~rond those descSbed in Exhib/t A tl~t we may be able to assdst you with can be hand[ed/n an ~dditioual wurk order. We ¢ppreeiate this oppartuniW ~o work w~tk ~he City of Sebasti~. Sho,.f.d you have auy questions or wish to discuss please eonmat me at 772/794- 4.058. ~-HOKN AND ASSOCIATES, INC. jeff~/~ullis,~,lvi P.E. cc: JeffPaknquis% ~T. @'Ji~ 4gg · City of Sebastian, Florida Subject: Kimley Horn &Associates ProJect Management - Sebastian Alleyway Project Ap~rove~for Sub.m..ittal by: Agenda No. Dept. Head: Finance: Procurement: Date Submitted: 11/07/02 ForAgenda of: 11/13/02 Exhibits Proposal EXPENDITURE REQUIRED: $15,000 BUDGET AVAILABLE: $15,000 APPROPRIATION REQUIRED: $0 Backqround Construction' of the Sebastian Alleyway thon the south side of Sebastian Boulevard is scheduled to begin on November 18, 2002. The Engineering Department.is requesting that Kimley-Hom & Associates, Inc., provide project engineering services during the construction phase. SUMMARY Move to approve a sum not to exceed $15;000 for the firm of Kimley Horn & Associates, Inc. to provide engineering services as engineers of record for the Sebastian Alleyway construction project that is scheduled to begin on the 18~ of November. GENERAL SERVICES ADMINISTRATOR 1225 MAIN STREET - SEBASTIAN, FLORIDA 32958 TELEPHONE (772) 388- 8241 FAX (772-581-0149 NOTICE TO PROCEED Survey Services For Sebastian Cemetery DATE: July 26, 2002 TO: Jeff B. Mullis, V.P Kimley Horn and Associates, Inc. 601 21~ Street, Suite 400 Vero Beach, Florida 32960 You are hereby notified to commence work upon execution of Work Authorization #5, in the amount of not to exceed $19,000.00. The agreement warrants completion time of 90 consecutive calendar days from the commencement date stated herein. The Project Manager is Ms. Sally Maio, City Clerk. All substantial communication pertaining to this project should be directed to her. She can be contacted by phone at 388-8214. We look forward to working with you on this project. ~rvices Administrator Paul Wag CITY OF SEBASTIAN~ FLORIDA Work Authorization for Professional Services Project Identification: Survey services for Sebastian Cemetery Work Authorization No.: #5 IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement for Professional Services dated November 30, 2000: Description of Assienment: Sec EXHIBIT "A" Scope of Services, attached Basis of Compensation/Period of Services Basis of Compensation will be on an hourly basis with a not to exceed amount of $19,000, as provided for in the Master Agrecment. Period of Services, work will commence upon execution of this Work Order by the parties, and completion of the work will take place no later than ninety (90) consecutive calendar days henceforth. AGREED as to scope of services, time schedule, and budget this ~ I day of ~al ,,/ ,2002. / CITY OF SEBASTIAN, A Florida municipal corporation ~l'~'~en~/t~r [,~2 ity Manager Its: KIMLEY HORN AND ASSOCIATES, INC. (Seal) Attest: Staff Approvals: City Engineer Public Works Director Approved as to Form and Content for Reliance by the City of Sebastian Only: Rich Sffihger, City Attorne~ City Clerk ~ Finance Director as to budget only General Services Administrator EXHIBIT "A' PRO~ECT UNDERSTANDING We understand that you ~xluire an As-Built survey of select improvements within thc Sebastian Cemetery for use in the City's Pontem Professional Cemetery Management SCOPE OF SERVICES Preparation of the As-Built Survey This task will include the preparation of an As-Built Survey in accordance with the intent of the Florida Minimum Technical Standards set forth by the Florida Board of Processional Land Surveyors in Chapter 61G17-6, Florida Administrative Code, pursuant to Section 472.027, Florida Statutes. The As-Built Survey will delineate the existing improvements lying within the plat of "Sebastian Cemetery" as recorded in Plat Book 6, page 42 and Plat Book 11, page 38 of the public records of Indian River County, Florida. This task includes the field location of all paved drives, buildings, fences and the existing monumentation marking the block comers and the platted boundary lines. The block lines and individual lot lines will be shown on this survey. DELIVERABLES PROVIDED TO THE CLIENT The final deliverable for this task will be 5 copies of the signed/sealed As-Built Survey (1" = 20') and a digital copy of the survey in bitmap file format (.BMP). INFORMATION SUPPLIED BY THE CLIENT The following information, upon which the Consultant may rely, will be provided to Kimley-Hom and Associates, Inc. by the Client or its representatives; and/or performed by the Client. Recovery and exposure of the block comer monuments to be field located within the Sebastian Cemetery. CITY OF SEBASTIAN, FLORIDA Work Authorization for Professional Services Project Identification: Engineering Services for Design of Alleyway Improvements Work Authorization No.: //4 IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement for Professional Services dated November 30, 2000: Description of Assignment: See EXHIBIT "A" Scope of Services, attached Basis of Compensation/Period of Services Basis of Compensation will be on an hourly basis with a not to exceed amount of $28,000, as provided for in the Master Agreement. Period of Services, work will commence upon execution of this Work Order by the parties, and completion of the work will take place no later than ninety (90) consecutive calendar days henceforth. .~~~AGREED as to scope of services, time schedule, ,2002. CITY OF SEBASTIAN, A Florida municipal corporation and budget this ~day of KIMLEY HORN AND ASSOCIATES, INC. Paul Wagner', Gene[,a4rS~rvices Administrator/Asst. to City Mgr. (Seal) By: Its: Attest: City Clerk (Seal) Approved as to Form and Content for Reliance by the City of Sebastian Only: Rich Stri/~ger, City Attorn~ I~'~ Kimley-Horn and Associates, Inc. January 31, 2002 Mr. Paul Wagner Purchasing and Contract Administrator City of Sebastian 1225 Main Street Sebastian, FL 32958 Exhibit "A" which Includes the Attached 4 Pages~ RE: CR512 Alleyway Dear Mr. Wagner: Kimley-Hom and Associates, Inc. is pleased to submit this scope and fee proposal for general engineering services related to the development of construction plans for the improvement to the 20 ft. alley running parallel to CR512 between laconia Street and the terminus just east of Wimhrow Street. The approximate length is 2 miles. The scope of services, fee and schedule for this work order are provided in the attached Exhibit "A" through Exhibit "C". Any additional services such as additional analysis, perrmtting or conslxuction assistance that we may be able to assist you with can be handled in an additional work order. We appreciate this opportunity to work with the City of Sebastian. Should you have any questions or wish to discuss please contact me at 561/562-7981. Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. Vice-President cc: Terrence Moore Tom Yonge Surge 469 631 21st Stree~ Veto Beach, Florida 32960 EXrlI6IT "A" SCOPE OF SERVICES Task I - Survey We will obtain a topographical survey of existing conditions for the alleyway. It will include: Establish horizontal and vertical control along the project area. Topographical cross-sections at one hundred feet intervals. · Additional survey data delineating grade breaks and drainage patterns to include picking up any drainage pipe and/or structures in the area with their perspective outfails. · Obtain topographical data of alleyway to include utilities (water valves, fire hydrants, power poles etc.) and existing pavement. This information will be compiled into a base map for use in the design. Task 2 - Engineering and Design Construction plans will be prepared to propose paving an eleven (1 I) feet wide lane in the alleyway. These improvements will include horizontal and vertical control of the lane such that private property is avoided and existing drainage patterns are considered. The construction plans will allow for the following information suitable for public bidding: Development of a Key sheet delineating the project. Provide General Notes and Quantities. · Development a Typical Section with pavement design. · Construction plan sheets depicting the alleyway improvements. · Plans will be produced in English units at a 1"=40' scale on 11" x 17" sheets. · Plans will be submitted to the City for review and comment at the conceptual, pen'mt and final design stages. · Upon completion of construction of the project and receipt of the AsBuilt drawings from the contractor, we will make any necessary certifications to the perrmtfing agencies. Task 3 - Drainage/Permitting Stormwater runoff is currently being conveyed in roadside swales. It is anticipated that it will be handled in the same manner in this design. Hydraulic analysis and evaluations will be performed to ensure that current drainage patterns are retained and problematic areas addressed. This may require designing the installation of drainage collection and outfall systems along the corridor. Stormwater perrmtting will be coordinated through the local governing agencies to include St. John's River Water Management District (SJRWMD). If permitting is required by SJRWMD, applications will be prepared by Kimley-Hom with the City of Sebastian as the applicant. EXHIBIT "B" FEE We will accomplish the service outlined in Tasks ! through 3 for the lump sum of $28,000. All fees will be inclusive of expenses. EXHIBIT "C' SC~D~E The schedule for the work as described in Tasks 1 and 2 will be completed in approximately 90 days. Subsequently the permit application under Task 3 will promptly be submitted. 11/07/02 17:03 FAX 561 562 9669 KHA URG VER0 ~002 Associates, I~c. November 7, 2002 David Fisher, P.E. City E~gineer City of Sebastian 1225 Main Su, eet Sebastian, FL 32958 Sebastian Highlands Alleyway Conzlruetion Phase Services Dear ,Mr. Fisher: Kimley-Horn and Associates, ]hc. is pleased ~o submit this scope end fee p~oposa] for general engineering services related lo the bidding and construction of~e Sebastian H/ghla~ds Alleyway. Thc scope of services, fee and schedule for this work order we provided in the attached E~ibi! "A" -&tough Exhibit "C'. Any additional services beyond those described in Exhibit A fl~at we may be able to assist you with can be handled in an additional work order_ We appreciate this opportuniW to work ~4th the City of Sebastian. Should you have m~y que~mas or w~sh to discuss please contact me at 772/794- 4058. Sincerely, KI]vrLEY-HOP~ AND AS$OCIATIiS, [NC, Jeff,. Mullis~ Vice-President Ieffpalmquist, EIT- · 11/07/02 17:04 FAX 561 562 9659 KHA URG VER0 ~003 Kimley-Horn and Associates, Inc, YJ' DaSd Fisher. No'~'r~bet ? 2002, P~, 2 E XI-I.I~IT "A" SCOPE OF SERVICES Task 1 - Bidding and Construction Phase Services We will attend the Pre-Bid meeting along with the Ciw. This will include preparation and attendance of r_he meeting with prospective bidders. We will answer any questions teat the bidders may have in regard to the technical aspects of the plans. We will participate in the Pre Consuraction Meeting upon selection of a conu:actor. For that meeting we will be prepared to diset~ss the project, permits, specific areas of iatexest, schedule and answer questions from the contractor. Upon eommet~cement of eonsumcfion we will provide construction phase a~sisUmce to the City. It is understood that the City will provide the day to day observation of the project and ~at we will provide assis:anee as requested by the City. Th_is is expected to include; addressing issues as they arise, review of strop drawing and certifioafioa submittals, respond to RFI's, periodic field reviews and clarification of design where and if required. For estimation purposes, this level of assistance is estimated at l0 hours per week on average. When const~uction has been completed we will participate ~n a final walk through with the City to idemify ptmch list item mad no~e deviations or variance flora the intent of the design and plans. We ,aSll also review the eons'a'uction A~-Builts as provided by the Contractor and final project close out, K,mley-Horn and Associates, 1nc. Mr. Dasd F/~hor. Next,tuber 7. 2002, EXHII~IT K/lA will provide tl~ senrice$ das~ril>¢d ha Task 1 as indicated below, inclusive of expenses. The fees will b® on an hourly basis w/th a nol to exceed mount as indicated below: Task Labor Budget Task 1 - Bidding and Construction P'h~¢ Services$15,000 Tohal Fee 17:04 FAX ~61 $6Z 96~9 KHA URG %~R0 ~ 005 and A~socistes, 1nc, EXHIBIT '~C" SCHEDULE TM schedule for the work ~ de~cxibcd in Tasks 1 is based on a contractor's consUuct~on sahcdule of 90 days and an additional 30 d~ys projact clos~out. Project Identification: Engineering Services for Marine Resource Investigation Work Authorization No.: #3 IT IS AGREED to tmdertake the following work in accordance with the provisions of our Master Agreement for Professional Services dated November 30, 2000: Deseription of Assignment: See EXHIBIT "A" Scope of Services, attached Basis of Compensation/Period of Services Basis of Compensation will be for a lump sum amount of $1,800, as provided for in the Master Agreement. Period of Services, work will commence upon execution of this Work Order by the parties, and completion of the work will take as expeditiously as possible. AGREED as to scope of services, time schedule, and budget this ~2 day of ,~,,-o.'P- ,2002. CITY OF SEBASTIAN, A Florida municipal corporation Pa'ui Wa-gnSr~ Ge~l Services Administrator/Asst. to City Mgr. (Seal) KIMLEY HORN AND ASSOCIA~ES, 1NC. Vice-President Attest: (Seal) Approved as to Form and Content for Reliance by the City of Sebastian Only: Rich Stringer, City Attom~ 08/,18/02 09:20 FAX 1 561 286 0188 KI~L~¥ HORN ~002 Augustl2,2002 Mr. Paul Wagner Purchasing and Conlract Admin~' trator Cily of Sebastian 1225 Main Strut Sebastian, FL 32958 Re: Marine Resource Investigation As requested, wc submit this scopc and fcc proposal for a scagrass survey for the Riverview Park rccrcational piers in accordance with our continuing services agreement with the City. The scopc of services, fec and schedule for this work order are provided in thc attached Exhibit "A" through Bxhibit "C". Any additional service~ such as additional analysis, pcn'n/tting or additional construction assistance that we may be able to assist you with can bc handed in an additional work order. We appreciate this oppommity to work with the City of Sebastian. Should you have any questions or wish to discuss please contact me at (772)562-7981. 24~ 8.£ Fedml S~uar~ Florida Cc: Tcrrance Moore David Fisher, P.E. S;~-'vl-con~cpos al~OOI~I~B Scb~ion ~aFass survey,doc 08/13/02 00:20 FAX 1 561 286 0138 KIMLEY HORN [~]003 and As~ocMes, Inc. E]t.; x(T "A" S VI Based on recent convc~afions with thc Corps of Bngineers (COB), we understand that you would li~ us to proceed with a sea~rass survey to determine the presence and limits of asa~eses snd o~er poten0al benthic rna~e reso~ces in the proximity of thc projcc~ Task 1.0 - Benthic Resources l~vesfiga~on ~ Consultsnt will identify ~nd document benthic marine reso~ccs within thc projcc~ mca that nmy impact thc potential permit modification of the p,~oscd Task 2.0 - Technical Memorandum Preparation Thc Consultant will prepare a technical memorandum docmuenfiug the prcsence and abundance of thc benthic marine resources. The repor~ will include the following items: · Submerged aquatic vegetation (SAV) · Shcll fish beds · Other resources as encmmt~'red. The memo will include a description of methodologies used, narrative de~-fiptious of thc natural rcsourccs, and au ophzion as how these resources may Task 3.0 - Additional Services Con_sultant will provide addiQonal serviccs as required and authorized by the Client. Thc services will include, but arc not limited to, responding to requests for ad&~ional information, agency coordination and additional relevant Client services. 08/13/02 09:21 FAX 1 501 286 0138 KIMLEY HORN ~004 and Associates, Inc. EXHIBIT FEE KHA will provide thc services described in Task 1 and 2 as indicated below for a lump sum fee of $1,800.00. This fee is inclusive of expenses. Fees are payable monlhly based upon the percent complete of the lump sum mount completed at invoice date. Billing will be due and payable within twenty-five (25) days. CITY OF SEBASTIAN CHANGE ORDER FORM CHANGE ORDER #: (Riverview Expansion) #1 PROJECT NAME: Work Authorization #3 PURCHASE ORDER # UNK PROJECT #: N/A CONTRACTOR: Kimle¥-Horn-& Assoc. Inc. PHONE #: 562-1222 ADDRESS: 601 21st Street~ Suite 400 Vero Beach~ Florida 32960 CONTRACT NAME: Continuing Professional Services CONTACT DATE: November 30~ 2000 By the signature affixed below, both the City and the Contractor agree to the changes as stipulated herein. Upon proper execution of this document, the Contractor is hereby notified to commence work. All changes stated below are hereby incorporated and made a part of the Contract identified above, and all the terms and conditions of said Contract are enjoined and in full force while executing the change(s) stipulated as follows: Consultant was asked to prepare and submit drainage calculations and applications to apply for a Florida Department of Transportation (FDOT) Drainage Connection Permit with the City as the permittee. Note: This is Change Order gl to [Fork Authorization #3 under Master Agreement dated November 30, 2000. See Attached Pages. ^) CONTRACT PmCEeRIORTOTHISC~E $ ~2,S00.00 NET INCREASE (DECREASE) RESULTING FROM THIS CHANGE $ S350.00 NEW CONTRACT PRICE INCLUDING THIS CHANGE ORDER $ 16~050.00 B) CONTRACT TIME PRIOR TO THIS CHANGE (NUMBER OF DAYS) 12__~0 NET INCREASE (DECREASE) RESULTING FROM THIS CHANGE (NUMBER OF DAYS) ~0 NEW COMPLETION DATE INCLUDING THIS CHANGE MO. __ DAY __ YR 15.~0 ,~A~ho rind ~.~ature r Approvals By City of Sebastian: City Engineer '~ .~, IIl~o-~.~ as to engineering Finance Director ~ as to budget City Attorney ~ ~.~ as to legal General Services Admin. ~ as to contracl/procurement Date: ATI'EST: Sally A. aM~o, CMC, City Clerk Kimley-Horn and Associates, Inc. Mt. David Fisher, Scplcmber 24. 2002. Pg 2 EXHIBIT "A" SCOPE OF SERVICES Tasl~ I - Florida Department of Transportation Drainage Connection Permit We will prepare and submit drainage calculations and applications to apply for a Florida Department of Transportation (FDOT) Drainage Connection Permit with the City as the permittee. We will provide the normal coordination and responses to requests for clarification of information required during the review and approval of the permits. Applications will be prepared by Kimley-Hom with the City of Sebastim~ as the applicant. Any permit application fee will be the borne by the City. Kimley-Horn and Associales, Inc. M~ David Fisher. Scplember 24, 2002, Pg ~ EXHIBIT "B" Fee KHA will provide the additional services described in Task 1 as indicated below, inclusive of expenses. The lees ,3,'ill be on an hourly basis ~vith a not to exceed amount as indicated below: Task Task I - FDOT Drainage Connection Permit Labor Budget $ 3,550 Kimley-Horn and Associates, Inc. M~ David FishcL Seplembcr 24, 2002, EXHIBIT "C" SCHEDULE The schedule for the additional work as described in Tasks I will be completed in approximately 30 days from Notice to Proceed. CITY OF SEBASTIAN, FLORIDA WORK AUTHORIZATION FORM Work Authorization No: #._~3 Project Identification: Engineering Services for Riverview Park Expansion IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement entitled PROFESSIONAL SERVICES AGREEMENT dated NOVEMBER 30, 2000: Description of Assignment: SEE ATTACHED EXI-IIBIT 'A' entitled Scope of Services, "B' entitled Fee, and "C" entitled Schedule Basis of Compensation/Period of Services: Basis of compensation will be on an hourly basis with a not to exceed amount of $12,500, as provided for in the Master Agreement. Period of Services, work will commence upon execution &this Work Authorization by the parties, and completion of the work will take place no later than one hundred twenty (120) consecutive calendar days henceforth. AGREED as to scope of services, time schedule, & budget this ~t/o ~ day of ,2002: CITY OF SEBASTIAN, A F~al corporation x'.-~l*erren e~e, City Manager KIMLEY HORN AND ASSOCIATES, INC. By: ~ '~ ' ~J~ (Seal) Attest~'~ '~-S~ity A.~o, CMC, ~ity Clerk Approved as to Form and Content for Reliance by the Ci~ Se.basti~O~nly: ' Rich Stringer, City ~ey Staff Approvals: City Engineer ~,#t.~l,i,,~ Finance Director .j~j~t___ as to budget ~y General Services Administrator ~ Mr. David Fisher. April 15, 2002. Pg. 2 EXHIBIT "A' SCOPE OF SERVICES Task 1 - Preliminary Engineering and Design Prelim/nary Construction plans will be prepared to a level sufficient enough to address and satisfy St. Johns River Water Management District (SJRWMD) permitting criteria: · Development of a Key sheet delineating the project. Provide General Notes · Paving, Grading and Drainage Plan depicting the site improvements. ,, Plans will be produced in English units at a 1"=20, scale on 24" x 36" sheets. · Plans will be submitted to the City for review pr/or to submitting to SYRWMI) for review and comment. · Upon completion of consmaction of the project and receipt of the As Built drawings from the contractor, we will make any necessary certifications to the permitting agencies. Task 2 - Drainage Design and Permitting 'l~e Consultant will prepare and submit stom~ water calculations and applications for the SJRWMD Environmental Resource Stormwater Permit 40C~42 F.A.C. The Consultant will meet with SJ1LMWD representatives for the purpose of determining the extent of stormwater permitting that will be required for the new facilities. We will also coordinate with the geotechnical engineer to identify the locations for the permeability test and auger borings. We will provide the normal coordination and responses to requests for clarification of information required dunng the review and approval of the permits. Applications will be prepared by Kimley-Hom with the City of Sebastian as the applicant. All permit application fees will be the responsibility of the City. Task 3 - Geotechnical Investigation The scope of work for the geotechincal parameters required for the SJRWMD permit is as follows: I. Field Work A. Mobilization of Drilling Rig aud Crew Mr. David Fisher, April 15, 2002, Pg. 3 B. 6 auger borings ~ 6' deep each; C. 2 field permeability tests II. Laboratory Work Soil review/classification by a geotechnical engineer and allowance for index property tests (i.e. percent fines, organic content, moisture content) III. Engineering Evaluation & Letter Report Please note, it is assumed that the field permeability test locations are accessible to our ~ruck-mounted drilling rig without the need for cleanng or other assistance thai may be required because of poor trafficability. Mr. David Fisher, April 15, 2002, Pg. 4 EXHIBIT "B" Fee KHA will provide the services described in Task 1 through 3 as indicated below, inclusive of expenses. The fees will be on an hourly basis with a not to exceed amount as indicated below: Task Labor Budget Task I - Preliminary Engineering and Design Task 2 - Drainage Design and Permitting Task 3 - Geotechnical Investigation $ 5,750 $ 4,5OO $ 2,250 Total Fee $I2,500 Mr David Fisher, April 15, 2002, Pg. 5 EXItlBIT "C' SC]t]EDULE The schedule for the work as described in Tasks 1 through 3 will be completed in approximately 120 days. This schedule includes a 7 day review time for the City prior to submitting to SJRWMD. HO~ O~F ?ELICA~ City of Sebastian, Florida Subject: Engineering Services for Riverview Park Expansion Approved for Submittal by: Terrence Moore, City Manager Agenda No. Department ~ ~.~ngineering Dept. H earl .~'-'-~_ ~-~(~,.~_ Finance: Procurement: Date Submitted: 04/18/02 For Agenda of: 04~24~02 Exhibits: Work Authorization #3 EXPENDITURE BUDGET AVAILABLE: APPROPRIATION REQUIRED: $12,500 $211,950 REQUIRED: SUMMARY Kimley Horn & Associates, Inc., consulting engineering firm for the City of Sebastian was asked to give us a proposal for preliminary construction plans to satisfy St. John's Water Management permitting criteria on the Riverview Park Expansion. This proposal will have a not to exceed amount of $12,500 as provided for in the Master Agreement. Services will commence after approval of Work Authorization #3. RECOMMENDED ACTION Move to approve Work Authorization 3, to Kimley Horn & Associates not to exceed $12,500. CITY OF SEBASTIAN, FLORIDA Work Authorization for Professional Services Project Identification: Engineering Services for Restroom Inspections Work Authorization No.: #3 IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement for Professional Services dated November 30, 2000: Description of Assignment: See EXHIBIT "A" Scope of Services, attached Basis of Compensation/Period of Services Basis of Compensation will be on an hourly basis with a not to exceed amount as provided for in the Master Agreement. Period of Services, work will commence within approximately t4~days after execution of this Work Order by the parties, and completion of the work will take place no later than fourteen (14) consecutive calendar days henceforth. AGREED as to scope of services, time schedule, and budget this ~ ~/~y of ~~..~, 2002. CITY OF SEBASTIAN, A Florida municipal corporation KIMLEY HORN AND A-SSOCI~TES, INC. Pa[tl Wa~neE Gen~l 'S~rvices Administrator/Asst. to City Mgr. (Seal) By: Its: ! Mull s I Xx..J Vice-President Attest: aio,.CMC City (Seal) Approved as to Form and Content for Reliance by the City of Sebastian Only: Rich Stringer, City' m~ey Kimley-Horn and Associates, Inc. January 30, 2002 Mr. Terrence R. Moore City Manager City of Sebastian 1225 Main Street Sebastian, Florida 32958 EXHIBIT "A" RE: Park Restroom Inspections Dear Mr. Moore: Kimley-Hom and Associates, Inc. is pleased to submit this proposal to assist the City in inspections of three restrooms at the following locations: Sebastian Yacht Club Hardee Park Barber Street Sports Complex The inspections are of an architectural nature and will be conducted by our subconsultant, Holemen-Suman Architects. The effort will consist of review of the construction plans, a visual inspection of each of the three restrooms by the construction inspector, and the development of a list of issues/concerns gathered from the walk through. A licensed architect will review the noted items and the findings will be documented for the City. This work will be undertaken with a budget not to exceed $1,200. Should you have any questions or wish to discuss further please contact me at 561/562-7981. We understand that your schedule is of foremost importance and look forward to your notification to proceed. I may add that you may wish to assemble the construction plans used for the project such that we may transmit those to the inspector in advance. Very truly yours, KIMLEY-HORN AND ASSOCIATES, 1NC. JeffB. Mullis, P.E. Vice-President Suite 400 601 21st Street Veto Beach, Rodda 32960 cc: Paul Wagner TEL 561 562 7981 FAX 561 562 9689 CITY OF SEBASTIAN CHANGE ORDER FORM CHANGE ORDER #: 02_ PROJECT NAME: Work Authorization #2 (Pier Proiect) PURCHASE ORDER # UNK PROJECT #: N/A CONTRACTOR: Kimle¥-Horn-& Assoc.~ Inc. PHONE #: 562-1222 ADDRESS: 601 21,t Street~ Suite 400 Vero Beach~ Florida 32960 CONTRACT NAME: Continuing Professional Services CONTACT DATE: November 30, 2000 By the signature affixed below, both the City and the Contractor agree to the changes as stipulated herein. Upon proper execution of this document, the Contractor is hereby notified to commence work. All changes stated below are hereby incorporated and made a part of the Con~act identified above, and all the terms and conditions of said Contract are enjoined and in full force while executing the change(s) stipulated as follows: Consultant was asked to attend a City of Sebastian Work-Shop at City Hall pertaining to the Pier Proiect. Under Kimley-Horn Invoice 0986577, $438.35 reflects Preparation & participation fee for said work-sliop. Note: This is Change Order 82 to Work Authorization 02 under Master Agreement dated November 30, 2000. A) CONTRACT PRICE PRIOR TO THIS CHANGE NET INCREASE (DECREASE) RESULTING FROM THIS CHANGE NEW CONTRACT PRICE INCLUDING THIS CHANGE ORDER $ 38.050.00 $ 43835 $38,48835 B) CONTRACT TIME PRIOR TO THIS CHANGE (NUMBEROF DAYS) 1~2 NET INCREASE (DECREASE) RESULTING FROM THIS CHANGE (NUMBER OF DAYS) -0- NEW COMPLETION DATE INCLUDING THIS CHANGE __ MO. DAY YR No Change AGREED: CONSULTANT: A~d Signat~ura Date: Aut~o~Cit/fManager Approvals Bv City of Sebastian Staff: City Engineer ~'~X~as to engineering General Services Admin. ~ as to contract/procurement ATTEST: Sally A. MalCo, CMC, City Clerk CITY OF SEBASTIAN CHANGE ORDER FORM CHANGE ORDER #: #1 PROJECT NAME: Work Authorization #2 (Pier Project) PURCHASE ORDER # UNK PROJECT #: N/A CONTRACTOR: Kimle¥-Horn-& Assoc, Inc. PHONE #: 562-1222 ADDRESS: 601 21~t Street, Suite 400 Vero Beach, Florida 32960 CONTRACT NAME: CONTACT DATE: Continuing Professional Services November 30, 2000 By the signature affixed below, both the City and the Contractor agree to the changes as stipulated herein. Upon proper execution of this document, the Contractor is hereby notified to commence work. All changes stated below are hereby incorporated and made a part of the Contract identified above, and all the terms and conditions of said Contract are enjoined and in full force while executing the change(s) stipulated as follows: SEE ATTACHED EXHIBIT "A" CONSISTING OF SIX (6) PAGES. Note: This is a Change Order to Work .4 uthorization #2 under Master .4greement dated November 30, 2000. A) CONTRACT PRICE PRIOR TO THIS CHANGE NET INCREASE (DECREASE) RESULTING FROM THIS CHANGE NEW CONTRACT PRICE INCLUDING THIS CHANGE ORDER $ 38,050 B) CONTRACT TIME PRIOR TO THIS CHANGE (HUMBER OF DAYS) 9__~0 NET INCREASE (DECREASE) RESULTING FROM THIS CHANGE (NUMBER OF DAYS) 4.~2 NEW COMPLETION TIME INCLUDING THIS CHANGE ORDER (NUMBER OF DAYS) 13.~2 AGREED: CONTRACTOR: Ant h~)i~hlt.~ig n at u re x'~--~uth~e~ C'it~Manager Approvals By City of Sebastian: Finance Director ~ City Attorney General Services ATTEST: Sally A. Mai#, CMC, City Clerk Date ~//~0/ Kimley-Horn and Associates, Inc, EXHIBIT "A" WHICH INCLUDES SIX (6) PAGES INCI3JDING THIS PAGE. February28,2002 Mr. Paul Wagner Purchasing and Contract Administrator City of Sebastian 1225 Main Street Sebastian, FL 32958 Subject: Riverview Park Expansion Marine Market Research Dear Mr. Wagner: Kimley-Hom and Associates, Inc. is pleased to submit this scope and fee proposal for a marine market research study of the Riverview Park Expansion. Brandy Marine, Inc. has been subcontracted to conduct this effort. The scope o£services, fee and schedule for this work order are provided in the attached Exhibit "A" through Exhibit "C". Any additional services such as additional analysis, permitt'mg or planning that we may be able to assist you with can be handled in an additional work order. We appreciate this opportunity to work with the City of Sebastian. Should you have any questions or wish to discuss please contact me at 772/562-7981. Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. Vice President Suite 400 601 21 st Street Veto Beach, Florida 32960 cc: Mike Kiefer Brace Blomgren TEL 561 562 7981 FAX 561 562 9689 Mr. Paul Wagner, February 28, 2002, Pg. 2 Kimley-Horn and Associates, Inc. EXHIBIT "A' SCOPE OF SERVICES Task 1- Market Study See Exhibit 1 (Brandy Marine Scope of Services) at~ached Task 2- Design Coordination We will coordinate with the research team to provide input and evaluate the recommendations of the subeonsultant for incorporation into design of two boat docks at Riverview Park. 2 o' Mr. Paul Wagner, February 28, 2002, Pg. 3 Kimley-Horn and Associates, inc. EXH~I~IT "B" FEE KI-IA will provide the services described in Task 1 and 2 as indicated below. The fees are inclusive of expenses. Task Task 1 - Market Study Task 2 - Design Coordination Labor Budget $9,850 $ 700 Total Fee $10,550 3 Mr. Paul Wagner, February 28, 2002, Pg. 4 Kimley-Horn and Associates, Inc. EXHIBIT "C" SCH~EDULE The schedule for the work as described in Tasks 1 through 2 will be completed in approximately 4 weeks from notice to proceed. We request that 6 weeks (42 days) be added to Work Authorization #2 for Engineering Services for Boat Docking & Pier/Mooring Facilities extending the schedule from 90 days to 132 days to allow the study to be conducted. Brandy Marine, Inc. Kimley-Horn Consulting Agreement EXgilBIT 1 SCOPE OF SERVICES-Kimley-Horn Page 1 of 2 This Exhibit 1 is a part of that certain agreement by and between BRANDY MARINE, INC. and Kim!ey-Horn, for the project referred to as the City of Sebastian Marina Site Market Study Project. This proposal relates to an initial request for professional support in the area of a comprehensive marina feasibility study, proposed facility program elements and profit centers which may be driven from either a market or developer standpoint (e.g. dockage, charters, rentals, retail). The following tasks are outlined below. Site visit/Scope of Services > Review of any and all existing client provided plans, designs, reports, aerial photography, permits, etc., for proposed marina. Site inspection and review of existing facilities and area for proposed marina. Conduct an area market research study to include but not be limited by: ,/ What is the market for this location at its general size/design? -/ Who will come to use/visit/passive/active? · / Initial site visit and travel within the region for fact finding · / Research prevailing weather and water conditions ~/Research recreational use statistics ,/Gather preliminary transient migration travel routes and use patterns by boat size, season and length of stay. ,/Assess vacationer water use patterns by selective research in area. ,/Conduct a comparative rate analysis for wet storage, lransient stays, fuel and related retail services (as a ratio to dockage occupancy). ,/Study area and city boaters who would be likely target for dockage, qualify and quantify data. '/Research any known or perceive prejudices with regard to area, transient routes, water conditions, other, etc. -/Assess second home owner/vacationer water use patterns by selective research at competition, realtors, travel offices, rental companies, hotel/resorts and boat dealer/brokers, delivery and yacht captains). ,/Determine use factors in the area for both wet and dry storage, as well as to determine a reasonable factor of pent up demand and/or extrapolation of storage needs for the next 5 years. SCOPE OF SERVICES-Kimley-Horn Page 2 of 2 ~' Determine appropriate size of wet slips based upon market factors including existing transient, likely new transient draw, and local use needs, and appropriate planned size for future use/expansion. · " Determine pricing levels for service/security of vessel. · / Study and report on all marine/water club activity in the region. ~' Qualify area charier businesses, load factors, cost and variety and potential for new ventures. ~' Likely profit centers that will be appropriate at this location by description and user. · / What would a likely development plan be over five years? ~' What will sustain the project as a financial stand alone in years 1-57 (This is not a full operational proforma, but a schedule of uses that should alleviate city supplemem. ,/Propose management alternatives for the various phases outlined. ~' Interface and coordinate with client's team of related professionals - planners, architects, engineers, general contractors, etc. Time to complete: The above tasks can be completed in no more than three weeks from the date Otis agreement is signed by the Client. Cost: FIXED FEE cost for listed Scope of Services including expenses is $9,850 (Nine Thousand Eight Hundred and Fifty Dollars) (US), inclusive of all labor, executive time and out of pocket costs as referenced in Fees, Paragraph D within the agreement. The breakdown is as follows: $8,700 in labor and executive time and $1,150 allocated for out of pocket travel and production/research expenses. Consultant maintains the right to progress bill on the Project but in no case will costs exceed those quoted for the work specified herein. Any changes in the Scope of Work may affect pricing and must be made in writing between the parties. 6 Kimley-Horn and Associates, Inc, December 19, 2001 Mr. Paul Wagner Purchasing and Contract Adnfmistrator City of Sebastian 1225 Main Street Sebastian, FL 32958 Subject: Riverview Park Expansion Dear Mr. Wagner: Kimley-Hom and Associates, Inc. is pleased to submit this scope and fee proposal for structural design services related to the construction of the two boat docks in the Riverview Park Expansion. The scope of services, fee and schedule for this work order are provided in the attached Exhibit "A" through Exhibit "C". Any additional services such as additional analysis, permitting or additional construction assistance that we may be able to assist you with can be handled in an additional work order. We appreciate this opportunity to work with the City of Sebastian. Should you have any questions or wish to discuss please contact me at 561/562-7981. Sincerely, KIMLEY-HORN AND ASSOCIATES, 1NC. ~ff~BB M~:is,~P.E.~'° Vice President EXHIBIT "A" Work Authorization on #2 Scope of Services Page 1 of 5 Suite 400 601 21st Street Vero Beach, Rorida 32960 cc: Marcus Staley EL 561 562 7981 FAX 561 562 9689 CITY OF SEBASTIAN, FLORIDA Work Authorization for Professional Services Project Identification: Engineering Services for Boat Docking & Pier/Mooring Facility Work Authorization No.: #2 IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement for Professional Services dated November 30, 2000: Description of Assignment: See EXHIBIT "A" Scope of Services, attached Basis of Compensation/Period of Services Basis of Compensation will be on an hourly basis with a not to exceed amount of $27,500, as provided for in the Master Agreement. Period of Services, work will commence upon execution of this Work Order by the parties, and completion of the work will take place no later than ffmety (90) consecutive calendar days henceforth. AGREED as to scope of services, time schedule, and budget this ~t~ay of ~e.3J~w~ ,2002. CITY OF SEBASTIAN, A Florida municipal corporation KIMLEY HORN AND ASSOCIATES, 1NC. Paul Wagn'e-r, G~I Services Administrator/gSsst. to City Mgr. (Seal) '"---Vfcc-President Attest: ~ Sally A. M~i~;-CMC City Clerk (Seal) Approved as to Form and Content for Reliance by the City of Sebastian Only: Rich S~nger, City Attgl~ne~ Mr. Paul Wagner, December 19, Pg, 2 EXHIBIT "A" SCOPE OF SERVICES Task 1- Preliminary Design We will perform a review of the construction plans as prepared by the City of Sebastian for the two docks (sheets lA through 6A). This plan will be used as a conceptual plan with the understanding that this footprint and layout is the general intent of the city with regard to length, location and style. Within this task the review of the plan sheets and other preliminary analysis will include: · Preliminary Design · Geotechnical Coordination · Review of geotechnical report · Review proposed dock layout and design · Review applicable building codes and requirements · Determine applicable design loads · Check Main Pier proposed structural components · Check Finger Pier proposed structural components · Check Fishing Pier proposed structural components Check proposed handrail structural components · Check proposed connections/details · Design dock lateral bracing · Design additional or inadequate connection details · Review proposed technical specifications · Add additional technical specification as needed Task 2- Geotechnical Investigation We will subcontract to Dunkelburger Engineering to conduct a subsurface investigation of the site. This will include two land side borings 30 feet in depth. This depth will provide soil data approximately 20 feet below the end of dock river bottom elevation. In addition, 10 probes for each dock will be obtained via boat. After data has been obtainedl an engineering report will be provided with recommendations for pile embedment and bearing capacity. Mr. Paul Wagner, December 19, Pg. 3 Task3- Final Design~Plan Preparation Upon completion of the preliminary analysis we will prepare final construction documents that will be suitable for bidding and construction. Our preparation of final design plans for construction of the docks will include the follow efforts: · Prepare cover page · Prepare site layout and control points · Prepare plan views of (2) 500' docks w/finger piers · Indicate pile locations and sizes · Indicate mooring piles · Indicate typical bent spacing and bracing · Indicate typical pier and finger pier dimensions · Indicate handrail locations · Prepare typical main pier plan and sections · Indicate typical stringer layout and size · Indicate typical decking layout and size · Indicate handrail components · Indicate connection details · Prepare typical finger pier plan and sections · Indicate typical stringer layout and size · Indicate typical decking layout and size · Indicate connection details · Prepare typical and pier plan and sections · Indicate typical stringer layout and size · Indicate typical decking layout and size · Indicate handrail components · Indicate connection details · Prepare special connection details · Prepare bracing details · Prepare technical specificahons to include general specifications (dimensions), wood specifications (grade, pressure treating), connection specifications, piling specifications and special construction specifications (such as turbidity control) Mr. Paul Wagner, December 19, Pg. 4 EXHIBIT "B" FEE KHA will provide the services described in Task 1 and 2 as indicated below. The fees are inclusive of expenses. Task Labor Budget Task 1 - Preliminary Design Task 2 - Geotechnical Investigation Task 3 - Final Design/Plan Preparation $8,000 $3,000 $16,500 Total Fee $27,$00 Mr. Paul Wagner, December 19, Pg. 5 EXItIBIT "C" SCHEDULE The schedule for the work as described in Tasks 1 through 3 will be completed in approximately 90 days from notice to proceed. AGREEMENT FOR CONTINUING PROFESSIONAL SERVICES BETWEEN CITY OF SEBASTIAN, FLORIDA AND KIMLEY-HORN AND ASSOCIATES, INC. THIS AGREEMENT is made and entered into this,;~E~_ day of November, 2000, by and between the City of Sebastian, Florida (hereinafter referred to as the OWNER), and KIMLEY- HORN AND ASSOCIATES, INC. (hereinafter referred to as the CONSULTANT). WITNESSETH WHEREAS, the OWNER intends to initiate, maintain and renovate various public projects and improvements over the next three years, each of which will be described in future Work Authorizations; and, WHEREAS, the OWNER may require general engineering consulting services in the conduct of its business over the period of this AGREEMENT, which will be described in future Work Authorizations; and, WHEREAS, the CONSULTANT has represented to the OW2qER that it is qualified to perform the various described tasks and work of the projects and, based upon CONSULTANT's representations, the OWNER desires to retain the services of the CONSULTANT to perform the work described herein. NOW THEREFORE, for and in consideration of their mutual benefit, the parties hereto agree as follows: The CONSULTANT shall, upon receipt of each duly executed Work Authorization, perform the work described in the Work Authorization in accordance with the attached Exhibits "A" and "B", as may be required in said Work Authorizations. The OWNER, in consideration of the performance of the CONSULTANT's undertakings under this AGREEMENT, pursuant to Work Authorizations fully executed by the OWNER and CONSULTANT, shall pay the CONSULTANT the consideration deternfined in each Work Authorization; which consideration shall constitute complete payment for all services furnished in connection with the work required to be performed under the Work Authorization, each of which shall constitute a separate supplemental agreement. The following Exhibits are attached to and made part of this AGREEMENT. "General Provisions for Engineering Services" "Duties, Responsibilities, and Limitations of Authority of Resident Project Representative" "Payments and Miscellaneous Provisions" "Sample Work Authorization Form" "Hourly Fee Schedule" This AGREEMENT shall apply to all projects for which Owner issues a Work Authorization within three years after the effective date of the first Work Authorization, and may be extended by mutual consent on a year-to-year basis for an additional three years thereafter. This AGREEMENT, together with the Exhibits identified above and subsequent Work Authorizations, shall constitute the entire agreement between the OWNER and the CONSULTANT and supersede all prior written or oral understandings. This AGREEMENT and said Exhibits may only be amended, supplemented, modified, or canceled by a duly executed written instrument. This AGREEMENT and said Exhibits shall be hereafter referred to as the MASTER AGREEMENT. IN WITNESS WHEREOF, the parties hereto have made and executed this AGREEMENT as of the date first above written. CITY OF SEBASTIAN, a Florida municipal corporafi0n Terrence R. 101'6ore, City Manager (Seal) Attest: City Clerk (seal) KIMLEY-HORN AND ASSOCIATES, INC. Its: Pr ipal Approved as to Form and Content for Reliance by the City of Sebastian Only: EX'Fil~IT A GENERAL PROVISIONS FOR ENGINEERING SERVICES This is an exhibit attached to and made a part of the AGREEMENT between the OWNER and the CONSULTANT for professional consulting services. For primarily engineering projects, the CONSULTANT shall perform professional services as hereinafter described, which shall include customary civil, structural and mechanical engineering services, in accordance with acceptable engineering practices. These General Provisions set forth the general requirements for the performance of the various services for projects required under this AGREEMENT. The CONSULTANT under each duly executed Work Authorization shall perform work required to accomplish the intent of such work authorization, and unless otherwise specifically prescribed therein, shall perform the required services in accordance with the following requirements. SECTION I - BASIC SERVICES Basic Engineering Services will generally be completed in three (3) phases: 1. Preliminary design phase; 2. Final design phase; and 3. Bidding phase; The general types of services to be performed in each phase are described herein. However, typical services may be changed or deleted as required for each project. Additional services may be added as mutually agreed upon between OWNER and CONSULTANT. Such additions, changes, or deletions will be outlined in each Work Authorization. 1. Preliminary Design Phase This phase involves those activities required for defining the scope of a project and establisking preliminary requirements. Items of work for this phase of a project include: Conferring with the OWNER on project requirements, finances, schedules, early phases of the PROJECT, and other pertinent matters; and meeting with concerned agencies and parties on matters affecting the PROJECT; Advising OWNER as to the necessity of providing, or obtaining from others, data or services of the types described in Section II such as, but not limited to field surveys, soil borings, aerial mapping and laboratory testing. At OWNER's option, services may be provided by the OWNER through direct contracts with other professionals or may be provided by the CONSULTANT in accordance with Exhibit "F", Payments and Miscellaneous Provisions, Section 1.2; and, Developing design schematics, sketches, project recommendations, and preliminary layouts and cost estimates. 2. Final Design Phase After authorization to proceed with the Final Design Phase, CONSULTANT shall, on the basis of the accepted Prelim/nary Design documents and the construction budget authorized by OWNER: a. Prepare necessary engineering reposes and recommendations; b. Prepare detailed plans, specifications, and cost estimates; Print and provide necessary copies for in-house production of engineering drawings and contract specifications; Advise OWNER of any adjustments to the preliminary estimate of probable construction costs caused by changes in general scope, extent or character or design requirements of the PROJECT, or market conditions. Furnish to OWNER a revised opinion of probable construction costs based on the Final Drawings and Specifications; Prepare for review and approval by OWNER, its legal counsel and other advisors, necessary bidding information, and special Conditions of the Contract between the OWNER and Contractor; and, Distribute documents for approvals to OWNER, state and other regulatory agencies. 3. Bidding Phase After authorization to proceed with the Bidding Phase, CONSULTANT shall: Upon request, assist the OWNER in advertising for and obtaining bids for each separate prime contract for construction, materials, equipment and services; Assist the OWNER in conducting a prebid conference for each separate prime contract to share pertinent bidding and technical information and requirements with prospective bidders. c. Issue addenda as appropriate to interpret, clarify or expand the Bidding Documents. Upon request, attend the bid opemg, prepare bid tabulation sheets, and assist OWNER in evaluating bids or proposals and in assembling and awarding contracts for construction, materials, equipment and services. SECTION II. Construction Consultation By Work Authorization Owner may request consultation services for the Construction Phase ora project under this AGREEMENT within the parameters set forth herein: Said work shall commence with the award of a contract for construction and terminate at the earlier of the issuance by the OWNER of the final Certificate for Payment or 30 days after the date of Substantial Completion of the Work, but if so stated by Work Authorization, may be extended under the terms of Section III. "Special Services"; 2. CONSULTANT shall attend and administer the preconstruction conference; Visits to Site and Observation of Construction: In connection with ~)bservations of the work of Contractor(s) while it is in progress: CONSULTANT shall make visits to the site at intervals appropriate to the various stages of construction as CONSULTANT deems necessary in order to observe as an experienced and qualified design professional the progress of the various aspects of Contractor(s)' work. Based on information obtained during such visits and on such observations, CONSULTANT shall endeavor to determine in general if such work is proceeding in accordance with the Contract Documents and CONSULTANT shall keep OWNER informed of the progress of the work; b If OWNER requests more extensive site representation than is described in 3 a above, CONSULTANT will provide a Resident Project Representative(s) as a Special Service; CONSULTANT shall not during such visits or as a result of such observations of Contractor(s)' work in progress, supervise, direct or have control over Contractor(s)' work nor shall CONSULTANT have authority over or responsibility for the means, methods, techniques, sequences or procedures of construction selected by Contractor(s), for safety precautions and programs incident to the work of Contractor(s), or for any failure of Contractor(s) to comply with laws, rules, regulations, ordinances, codes or orders applicable to Contractor(s) furnishing and 10. performing thek work. Accordingly, CONSULTANT can neither guarantee the performance of the construction contracts by Contractor(s) nor assume responsibility for Contractor(s)' failure to furnish and perform their work in accordance with the Contract Documents; Defective Work: During such visits and on the basis of such observations, CONSULTANT may disapprove of or reject Contractor(s)' work while it is in progress if CONSULTANT believes that such work will not produce a completed PROJECT that conforms generally to the Contract Documents or that it will prejudice the integrity of the design concept of the PROJECT as reflected in the Contract Documents. Interpretations and Clarifications: CONSULTANT shall issue necessary interpretations and clarifications of the Contract Documents and in connection therewith prepare work directive changes and change orders as required; Shop Drawings: CONSULTANT shall review and approve (or take other appropriate action in respect of) shop drawings, samples and other data which Contractor(s) are required to submit, but only for conformance with the design concept of the PROJECT. Such reviews and approvals or other action shall not extend to means, methods, techniques, sequences or procedures of construction or to safety precautions and programs incident thereto; Substitutes: CONSULTANT shall evaluate and determine the acceptability of substitute materials and equipment proposed by Contractor(s); Inspections and Tests: CONSULTANT shall have authority, as OWNER's representative, to require special inspection or testing of the work, and shall receive and review all certificates of inspections, testings and approvals required by laws, rules, regulations, ordinances, codes, orders or the Contract Documents (but only to determine generally that their content complies with the requirements of, and the results certified indicate compliance with, the Contract Documents); Disputes between OWNER and Contractor: CONSULTANT shall act as initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the work thereunder and make decisions on all claims of OWNER and Contractor(s) relating to the acceptability of the work or the interpretation of the requ'~rements of the Contract Documents pet-timing to the execution and progress of the work. CONSULTANT shall not be liable for the results of any such interpretations or decisions rendered in good faith; Applications for Payment: Based on CONSULTANT's on-site observations as an experienced and qualified design professional, on information provided by the Resident Project Representative, and on review of applications for payment and the accompanying data and schedules: 11. CONSULTANT shall determine the amounts owing to Contractor(s) and recommend in wrifmg payments to Contractor(s) in such amounts. Such recommendations of payment will constitute a representation to OWNER, based on such observations and review, that the work has progressed to the point indicated, and that, to the best of CONSULTANT's knowledge, information and belief, the quality of such work is generally in accordance with the Contract Documents (subject to an evaluation of such work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents and to any other qualifications stated in the recommendation). In the case of unit price work, CONSULTANT's recommendations of payment will include determinations of quantities and classifications of such work, subject to any subsequent adjustments allowed by the Contract Documents; By recommending any payment, CONSULTANT will not thereby be deemed to have represented that exhaustive, cont'muous or detailed reviews or examinations have been made by CONSULTANT to check the quality or quantity of Contractor(s)' work as it is furnished and performed beyond the responsibilities specifically assigned to CONSULTANT in this AGREEMENT and the Contract Documents. CONSULTANT's review of Contractor(s)' work for the purposes of recommending payments will not impose on CONSULTANT responsibility to supervise, direct or control such work or for the means, methods, techniques, sequences, or procedures of construction or safety precautions or programs incident thereto or Contractor(s) compliance with laws, roles, regulations, ordinances, codes or orders applicable to their furnishing and performing the work. It will also not impose responsibility on CONSULTANT to make any examination to ascertain how or for what purposes any Contractor has used the moneys paid on account of the Contract Price, or to determine that title to any of the work, materials or equipment has passed to OWNER free and clear of any lien, clams, security interests or encumbrances, or that there may not be other matters at issue between OWNER and Contractor that might affect the amount that should be paid. Contractor(s)' Completion Documents: CONSULTANT shall receive and review maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection, tests and approvals which are to be assembled by Contractor(s) in accordance with the Contract Documents but such review will only be to determine that their content complies with the requirements of, and in the case of certificates of inspection, tests and approvals the results certified indicate compliance with, the Contract Documents; and shall transmit them to OWNER with written comments; 12. Inspections: CONSULTANT shall conduct an inspection to determine if the work is substantially complete and a final inspection to determine if the completed work is acceptable to OWNER, and regulatory agencies so that CONSULTANT may recommend, in writing, final payment to Contractor(s) and may give written notice to OWNER and the Contractor(s) that the work is acceptable (subject to any conditions therein expressed); and, 13. Limitation of Responsibilities: CONSULTANT shall not be responsible for the act or omissions of any Contractor, or of any subcontractor or supplier, or any of the Contractor(s)' or subcontractor's or supplier's agents or employees or any other persons (except CONSULTANT's own employees and agents) at the site or otherwise furnishing or performing any of the Contractor(s)' work; however, nothing contained herein shall be construed to release CONSULTANT from liability for failure to properly perform duties and responsibil/ties assumed by CONSULTANT in the Contract Documents. SECTION III - SPECIAL SERVICES Services Requiting Authorization in Advance If authorized in writing by OWNER, CONSULTANT shall accomplish such special services of the following types which are not considered normal or customary Basic Services except where specifically provided for otherwise in the Work Authorizations. At OWNER's option, services may be provided by the OWNER through direct contracts with other professionals or may be provided by the CONSULTANT. When the CONSULTANT is requested to provide special services, such services may be provided by the CONSULTANT's own forces or through subcontracts with other professionals; however, contracts with other professionals for special services must have the approval of the OWNER before the work is initiated (OWNER approval of CONSULTANT's Work Authorization listing subconsultants and subconsultant fees will be considered approval of subconsukant's contract.) Special services will be paid for by OWNER as indicated in each Work Authorization in addition to the compensation for Basic Services described herein. Preparation of applications and supporting documents for governmental grants, loans or advances in connection with the PROJECT; preparation or review of environmental assessments and impact statements; review and evaluation of the effect on the design requirements of the PROJECT of any such statements and documents prepared by others; and assistance in obtaining approvals of authorities having jurisdiction over the anticipated environmental impact of the PROJECT. Services to make measured drawings of or to investigate existing conditions or facilities, or to verify the accuracy of drawings or other information furnished by OWNER; commonly referred to as A/E survey. 10. 11. 12, 13. 14. Services resulting fi'om significant changes in the general scope, extent or character of the PROJECT or its design including, but not limited to, changes in size, complexity, OWNER'S schedule, character of construction or method of financing; and revising previously accepted studies, reports, design documents or Contract Documents when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to the preparation of such studies, reports or documents, or are due to causes beyond CONSULTANT's control. Providing renderings or models for OWNER's use. Preparing to serve or serving as a consultant or witness for OWNER in any litigation, public hearing or other legal or administrative proceeding involving the PROJECT (except as agreed to under Basic Services). Soils and material investigations including test borings, laboratory testing of soils and materials, related analyses and recommendations. Quahty assurance testing during construction. Cost accounting services, grant administration, and grant closeout. Reproduction and postage of reports, contract documents and specifications to OWNER, Contractor, regulatory agencies, prospective bidders, and designated others. Services in connection with work directive changes and change orders to reflect changes requested by OWNER if the resulting change in compensation for Basic Services is not commensurate with the additional services rendered. Services in making revisions to Drawings and Specifications occasioned by the acceptance of substitutions proposed by Contractor(s); and services after the award of each contract in evaluating and determining the acceptability of an unreasonable or excessive number of substitutions proposed by Contractor. Services resulting from delays beyond the control of CONSULTANT. Additional or extended services during construction made necessary by (1) work damaged by fire or other cause during construction, (2) a significant amount of defective or negligent work of any Contractor, (3) acceleration of the progress schedule involving services beyond normal working hours, (4) del'auk by any Contractor, or (5) other causes beyond CONSULTANT's control. Evaluating an unreasonable or extensive number of claims submitted by Contractor(s) or others in connection with the work. 15. Services after issuance to the OWNER of final certificate for payment or in the absence of such certificate, more than 30 days after the date of Substantial Completion of the Work. 16. Provide assistance in the closing of any financial or related transaction for the PROJECT. 17. Provide assistance in connection with the refitting and adjusting of any equipment or system. 18. Preparation of a set of reproducible record prims of Drawings showing those changes made during the construction process, based on the marked-up prints, drawings and other data furnished by Contractor(s) to CONSULTANT and which CONSULTANT considers significant. Operational Phase Services: Assist OWNER in developing systems and procedures for control of the operation and maintenance of and record keeping for the PROJECT. b. Assist OWNER in training OWNER's staffto operate and maintain the PROJECT. Advise the Contractor or its superintendent mediately of the commencement of any work requiring a shop drawing or sample submission, or if such submission has not been approved by the OWNER. Review of Work, Reiection of Defective Work, Inspection and Tests: Conduct onsite observations of the work in progress to assist OWNER in determining if the work is proceeding in accordance with the contract documents and that completed work will conform to the contract documents. Report to the OWNER whenever RPR believes that any work is unsatisfactory, faulty, or defective or does not conform to the contract documents or does not meet the requirements of any inspections, tests, or approval required to be made, or has been damaged prior to final payment, and advise the OWNER when he believes work should be corrected or rejected or should be uncovered for observation or requires special testing, inspection, or approval. Verify that tests, equipment, and systems startups and operating and maintenance training are conducted as required by the contract documents and in presence of the appropriate personnel, and that Contractor maintains adequate records thereof; observe, record, and report to the OWNER appropriate details relative to test procedures and startups. Accompany visiting inspectors representing public or other agencies having jurisdiction over the PROJECT, record the results of these inspections, and report to OWNER. Interpretation of Contract Documents: Transmit to Contractor, OWNER's clarifications and interpretations of the contract documents. Modifications: Consider mad evaluate Contractors suggestions for modifications in drawings or specifications and report them with RPR's recommendations to OWNER. Transmit to Contractor decisions as issued by OWNER. Records: Maintain at the job site orderly files for correspondence, reports of job conferences, shop drawings and samples submissions, reproductions of original contract documents including all addenda, change orders, field orders, additional drawings issued subsequent to the execution of the contract, clarifications and interpretations of the contract documents, progress reports and other project related documents. 10. 11. 12. Keep a diary or log book, recording hours on the job site, weather conditions, data relative to Contractor's questions or extras or deductions, quantities of materials installed on the PROJECT, list of visiting officials and representatives of manufacturers, fabricators, suppliers, and distributors, daily activities, decisions, observations in general and spec'fflc observations in more detail as in the case of the observing test procedures. Send copies to the OWNER. Record names, addresses, and telephone numbers of all contractors, subcontractors, and major suppliers of materials and equipment. Reports: Furnish to OWNER, and required regulatory agencies periodic reports as required of the progress of the work and Contractor's compliance with the approved progress schedule and schedule of shop drawing submissions. Consult with the OWNER in advance of scheduled major tests, inspections, or start of important phases of the work. c. Report immediately to the OWNER upon the occurrence of any accident. Review and certify Contractor's payroll submittals for compliance with Federal law pertaining to classification and wage rates. Payment Requests: Review applications for payment with Contractor for compliance with the established procedure for their submission and forward them with recommendations to the OWNER, noting particularly their relation to the schedule of values, work completed, and material and equipment delivered at the site but not incorporated in the work. Certificates, Ma'mtenance and Operation Manuals: During the course of the work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furn/shed by Contractor are applicable to the items actually installed; and deliver this material to the OWNER for his review prior to final acceptance of the work. Completion: Before the OWNER issues a Certificate of Substantial Completion, submit to Contractor a list of observed items requiring completion or correction. Conduct final inspection in the company of OWNER and Contractor and prepare a final list of items to be completed or corrected. Verify that all items on final list have been completed or corrected and make recommendations to the OWNER concerning acceptance. Limitations of Resident Project Representative's Authority: Except upon written instructions of the OWNER, RPR: Shall not authorize any deviation from the contract documents or approve any substitute materials or equipment. Shall not exceed iirdtations of the CONSULTANT's authority as set forth in the contract documents. Shall not undertake any of the responsibilities of Contractor, subcontractors, or Contractor's superintendent, or expedite the work. Shall not advise on or issue directions relative to any aspect of the means, methods, techniques, sequences, or procedures of construction unless such is specifically called for in the contract documents. 5. Shall not issue directions as to safety programs in connection with the work. Shall not accept Shop Drawing or sample submittals from anyone other than Contractor. Shall not participate in specialized field or laboratory tests, or inspections conducted by others except as specifically authorized by OWNER. EXHIBIT B DUT[ES~ RESPONSIBILITIES~ AND LIMITATIONS OF AUTHORITY OF RESIDENT PROJECT REPRESENTATIVE This is an exhibit attached to and made a part of the AGREEMENT between the OWNER and the CONSULTANT for Professional Consulting Services. Upon issuance of an appropriate Work Authorization for any PROJECT described in the referenced AGREEMENT, the CONSULTANT shall perform Resident Project Representative services in accordance with the following: General: Resident Project Representative (RPR) will be the OWNER's agent at the site, will act as directed by and under the supervision of OWNER, and will confer with OWNER regarding RPR actions. RPR's dealings in matters pertaining to the onsite work shall in general be only with the OWNER and Contractor, and dealings with subcontractors shall only be through or with the full knowledge of Contractor. B. Duties and Responsibilities of RPR: Schedules: Review the progress schedule, schedule of shop drawing submissions, and schedule of values prepared by Contractor and consuk with the OWNER concerning acceptability. Conferences and Meetings: Attend meetings with Contractor such as preconstruction conferences, progress meetings and other conferences as required in consultation with OWNER and notify those expected to attend in advance. Prepare and circulate copies of minutes thereo£ 3. Liaison: Serve as the OWNER's liaison with Contractor, working principally through Contractor's superintendent and assist him in understanding the intent of the contract documents. 'As requested by the Contractor, assist in obtaining from the OWNER additional details or information, when required at the job site for proper execution of the work. 4. Shop Drawings and Samples: Record date of receipt of shop drawings and samples, receive samples which are furnished at the site by Contractor, and notify the CONSULTANT of their availabihty for examination. EXHIBIT C PAYMENTS AND MISCELLANEOUS PROVISIONS This is an exhibit attached to and made a part of the AGREEMENT between the OWNER and the CONSULTANT for professional consulting services. SECTION I - PAYMENTS TO THE CONSULTANT The OWNER agrees to compensate the CONSULTANT for services performed in accordance with one of the following methods as hereinafter set forth. It is further agreed that such compensation includes both direct and indirect costs chargeable to the PROJECT under generally accepted accounting principles. The method of payment and the amount of payment for spec'tried services shall be detailed in each Work Authorization. The receipt of an approved Work Authorization will constitute the CONSULTANT's Notice-to-Proceed. Unless otherwise approved in writing, the CONSULTANT is not to undertake any work prior to the receipt of an approved Work Authorization executed by the OWNER. A. Cost plus Fixed Fee Under this method of payment, the CONSULTANT's compensation will be equal to direct hourly cost times a factor to cover overhead plus direct non-salary expense and a fixed fee to cover profit. The cost may be more or less than estimated, but the fixed fee will neither increase nor decrease, unless there is a change in the scope, complexity, or duration of the work. In that event, the fixed fee would be subject to re-negotiation. Should the total cost be more than the estimated budget in an approved Work Authorization, a supplemental Work Authorization covering the additional costs of the particular task in question will be prepared by the CONSULTANT and submitted to the OWN-ER for review and approval. B. Hourly Fee Schedule and Subconsultants Under this method of payment, the CONSULTANT's compensation will be based on actual hours worked, by discipline, times the fee schedule attached hereto as Exhibit "E", plus direct non-salary expenses, including the direct costs of subconsultants plus a lump sum administrative fee. A maximum total fee may be negotiated and included as part of the Work Authorization. C. Lump Sum For work that can be defined and delineated in advance, payment to the CONSULTANT will be made on the basis of a lump sum. The agreed lump sum shall represent full payment for all payroll, overhead, profit, and other direct non-salary expenses as hereinafter described. The lump sum will not increase nor decrease unless there is a change in the scope, complexity, or duration of the work. In that event, the lump sum would be subject to re-negotiation, and CONSULTANT will prepare and submit a supplemental Work Authorization for OWNER approval. D. General Payments to the CONSULTANT on account of the above fees are payable upon receipt and are past due forty-five (45) days after the date of invoices. Amounts not paid within 45 days of invoice date are delinquent and OWNER agrees to pay a late payment fee in the amount of 1% per month or the maximum late payment fee permitted by applicable law (whichever is less) on any unpaid amount for each month, or fraction thereof, that such payment is delinquent unless a written dispute of said invoice is delivered to CONSULTANT. Invoices shall be submitted periodically for the amount of work carried out in that period. The OWNER shall not retain any amounts due from the CONSULTANT's invoices except for any portion disputed as set forth above. 2. The following definitions will apply to the pa3nnents for services. Salar~ Cost - For purposes of this AGREEMENT, direct salary cost is defined as the current actual cost of salaries of personnel for the time directly chargeable to the PROJECT. Overhead - For the purpose of this AGREEMENT, overhead shall be billed in accordance with standard and customary practices of the industty. For billing under the cost plus fixed fee method of payment, overhead as defined herein shall be direct salary cost times the current overhead rate of the CONSULTANT when the Work Authorization is signed. Direct Non-salary Expenses - These generally include items of expense directly chargeable to the PROJECT and substantiated by appropriate documentation. Typical items may include the cost of subconsultants, living and traveling expenses of employees outside of Indian River County, Florida, communications expense, postage, reproduction, identifiable supplies and other items that can be identified with the PROJECT. SECTION II - MISCELLANEOUS PROVISIONS A. Estimates: Since the CONSULTANT has no control over the cost of labor and materials or over competitive bidding and market conditions, the estimates of construction cost provided for herein are to be made on the basis of his experience and qualifications, but the CONSULTANT does not guarantee the accuracy of such estimates as compared to the Contractor' s bids or the PROJECT construction cost. B. Extra Work: It is mutually understood and agreed that the OWNER will compensate the CONSULTANT for services resulting from significant changes in general scope of the PROJECT or its design, but not necessarily limited to, changes in size, complexity, project schedules, character of construction, revisions to previously accepted studies, reports, design documents for contract documents and for preparation of documents for separate bids, when such revisions are due to causes beyond the CONSULTANT's control and when requested and authorized by the OWNER. Compensation for such extra work when authorized by the OWNER shall be established in each Work Authorization. CONSULTANT shall promptly notify OWNER in writing of all extra work or cost variations on the PROJECT prior to undertaking said work. C. Reuse of Documents: All documents including drawings and specifications prepared by the CONSULTANT pursuant to this AGREEMENT are instruments of service with respect to the PROJECT. They are not intended or represented to be suitable for reuse by OWNER or others on extensions of the PROJECT or on any other PROJECT. Any reuse without written verification of suitability or adaptation by CONSULTANT will be at OWNER's sole risk and with no liability or legal exposure to CONSULTANT. Any such verification or adaptation will entitle CONSULTANT to further compensation at rates to be agreed upon by OWNER and CONSULTANT. Notwithstanding these provisions the OWNER shall be provided upon request a reproducible copy of any drawing produced under this AGREEMENT at the cost of reproduction, and will be permitted full use of such documents subject to the limitations set forth herein. D. Responsibility of the CONSULTANT: The CONSULTANT shall be responsible for the professional quality, technical accuracy, timely completion, and the coordination of all designs, drawings, specifications, reports, and other services furnished by the CONSULTANT under this AGREEMENT. Approval by the OWNER and other agencies of drawings, designs, specifications, reports~ and incidental engineering work or materials furnished hereunder shall not in any way relieve the CONSULTANT of his responsibility for the technical adequacy of his work except as to matters involving peculiar conditions or uses of the property known to the OWNER or other agencies but not to the CONSULTANT. The CONSULTANT shall not be responsible for any time delays in the PROJECT caused by the loss or destruction of any portion of the PROJECT including but not limited to, fire, theft, smoke, storm, vandalism, sudden or accidental damage from irregularities in electrical current, or any other circumstance beyond the CONSULTANT'S control. Responsibility of OWNER: As a pm to this AGREEMENT, the OWNER shall: Make available for the CONSULTANT's use all record drawings, maps, information as to unusual conditions or practices affecting the CONSULTANT's services, soil data, etc., that are readily available to the OWNER. Designate a person to act with authority on the OWNER's behalf and respond in a timely manner to submissions by the CONSULTANT providing approvals and authorizations as appropriate so that work may continue at a normal pace. Pay all costs associated with special services authorized by the OWNER and all costs associated with obtaining bids from Contractors, including but not limited to cost of printing, postage and public notice advertisement. Furnish such accounting, insurance and legal counseling services as OWNER may require for this PROJECT. Obtain advice of an attorney, insurance counselor or other consultants as OWNER deems appropriate for examination of the Contract Documents prepared by CONSULTANT. Pay all costs incidental to compliance with requirements of these paragraphs 1 through 4. Termination: This AGREEMENT may be terminated in whole or in part in wrifmg by either patty in the event of substantial failure by the other party to fulfill its obligations under this AGREEMENT through no fault of the terminating party provided that no such termination may be effected unless the other party is given: a. Not less than 10 calendar days written notice of intent to terminate; and, An opportunity for consultation with the terminating party prior to termination. This AGREEMENT may be terminated in whole or in part in writing by either party without cause on sixty (60) days written notice. Upon receipt of a termination notice, the CONSULTANT shall promptly discontinue all services affected (unless the notice directs otherwise) and deliver or otherwise make available to the OWNER all data, drawings, spec'rficafions, reports, estimates, summaries, and such other information and materials as may have been accumulated by the CONSULTANT in performing this AGREEMENT whether completed or in process. If this AGREEMENT is terminated by either party, the CONSULTANT shall be paid for services rendered pursuant to this AGREEMENT. If termination of the AGREEMENT occurs at the conclusion of one phase and prior to authorization of the OWNER to begin the next phase, payment by the OWNER of the completed phase shall be considered full compensation due the CONSULTANT. G. Audit: Access to Records 1. The CONSULTANT shall maintain books, records, documents, and other evidence directly pert'ment to the work under this AGREEMENT in accordance with generally accepted accounfmg principles and practices. The OWNER or any regulatory agency with an interest in the work shall have access to any books, documents, papers, records, and other evidence for the purpose of examination, audit, excerpts, and transcriptions. Records described above shall be maintained and made available during the performance under this AGREEMENT and for a period of three years after the OWNER makes final payment and all other pending matters are closed. H. Headings The headings of the Exhibits, Sections, Schedules, and Attachments as contained in this AGREEMENT are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Exhibits, Sections, Schedules, and Attachments. I. Assignment CONSULTANT acknowledges that its services are unique and personal and its rights under this AGREEMENT may not be assigned or its duties or obligations delegated without the express written consent of OWNER. J. Nondiscrimination: The CONSULTANT, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin or sex in the selection and retention of subcontractors, including procurement of materials and of leases of equipment. The CONSULTANT shall not participate either directly or indirectly in the discrimination prohibited by law, including employment practices. In all solicitations either by competitive bidding or negotiation made by the CONSULTANT for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the CONSULTANT of the CONSULTANT's obligations under this contract relative to non-discrimination on the grounds of race, color, or national origin. Sanctions for Noncompliance: In the event of the CONSULTANT's noncompliance with the nondiscrimination provisions of this contract, the OWNER shall impose such contract sanctions as it may determine to be appropriate, including, but not limited to: Withholding of payments to the CONSULTANT under the contract until the CONSULTANT complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in parc. Incorporation of Provisions: The CONSULTANT shall include the provisions of this subsection in every subcontract, including procurements of materials and leases of equipment, unless exempt by law. The CONSULTANT shall take such action with respect to any subcontract or procurement as the OWNER may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a CONSULTANT becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the CONSULTANT may request the OWNER to enter into such litigation to protect the interests of the OWNER. EXHIBIT D SAMPLE WORK AUTHORIZATION FORM CITY OF SEBASTIAN, FLORIDA Work Authorization for Professional Services Project Identification: Work Authorization No. IT IS AGREED to undertake the following work in accordance with the provisions of our Master Agreement for Professional Services dated November ,2000: Description of Assignment: Basis of Compensation/Period of Services (Attachment - Supporting Data for Budget): AGREED as to scope of services, time schedule, and budget this __ ,2001: day of CITY OF SEBASTIAN, a Florida municipal corporation KIMLEY-HORN AND ASSOCIATES, 1NC. By: By:. Its: Terrence R. Moore, City Manager (Seal) Attest: Approved as to Form and Content for Reliance by the City of Sebastian Only: Sally A. Maio, CMC City Clerk (Seal) Rich Stringer, City Attorney ~[0~,65/00. TUE 12:52 F.a~ .56[ $62 9689 KE~ URG "v'E'RO ~0rJ3 arid Associates, inc. P. ATI5 $CHBDULE FOR THI~ ~t'~'~' OF ~q~RA~qTIAN ClAsSIFICATION P, AT~ Principal lSngiu~er (P.E.) .............................................................................. 150.00 Project Managc~r ............................................................................................ 120.00 l~j¢ct Engineer (P.E.) ................................................................................. 100.00 ?roj~l Eugin~r ....................... : ..................................................................... 85 lt~gist~r~d ~ Surveyor ............................................................................ 100.00 Bialo~ist ......................................................................................................... 85.00 F_m~ T~chnician - CAI)I) ................................................................... 75,00 Su~'v~y Field C~w .......................................................................................... 4~,00 Survey T~clmiaian CADD .............................................................................. '/~.00 Ar~rni~istI'tfli¥~ Pe. rsmm~l Clerical .................................................................. IDATE ACORD CERTIFICATE OF LIABILITY INSURANCE 09/01/2003 PRODUCER ABERCROMBIE INSURANCE AGENCY, INC. P. O. BOX 5857 J~CW.~ONVI LLE FL 32247-5857 INSURED KIMLEY-HORN AND ASSOCIATES, INC P. O. BOX 33068 THIS CERTIFICATE IS ISSUED AS A MA~ I=~[ OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE iNSURERkTI~VET.~.~ ~ROPERTY CASUALTY INS COMPAN~ INSURERB: A.M. BEST RATING "A++" INSURER C: INSURER D: ~AT.m IGH NC 27636-3068 INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY EXPIRATION HER TYPE OF INSURANCE POMCY NUMBER DATE {MM/DO/YY~ DATE IM MIDD,n(Y) LIMITS LTE A GENERALLIABIMTY P-630-315X3476-TIL-03 09/01/2003 09/01/2004 EACH OCCURRENCE $ 1,000,000 I I CLAIMS MADE r~ occur / / / / MED EXP (Any ~e p~son) $ 5,000 / / / / GENERAL AGGREGATE $ 2,000,000 XlPoLIOYF- 'ECTI----) OC / / / / A AUTOMOBILELiABILI~( P-810-171L6115-TIL-03 39/01/2003 09/01/2004 COMBINED SINGLE LIMIT X ANY AUTO (Es accid~l) $ 1,000,000 ALL OW"EDAUTOS / / ./ / EOD,LY,"JURY X HIRED AUTOS / / / / BODILY INJURY / / / / PROPERW DAMAGE  ANY AUTO / / / / OTHER THAN EAACC $ A EXCESSMABILITY CUP-171L6115-TIL-03 39/01/2003 09/01/2004 EACH OCCURRENCE 4,000,000 ~ OCCUR [] CLAIMS N1ADE AGGREOATE ) 4,000,000  DEDUCTIBLE / / / / A WORKERSCOMPENSATIONAND 836G878-3-03 09/01/2002 09/01/2004 X ITORYUMITEI EL EACH ACCIDENT 500,000 / / / / E L DISEASE - EA EMPLOYEE 500,000 / / / / CERTIFICATE HOLDER I I ADDITIONALINSURED;INSURERLE~FrER: CITY OF SEBASTION OFFICE OF CITY CLERK 1225 MAIN STREET SEBASTION FL ACORD 25-S (7/97) ~- INS025S (9910).Ol CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE T~E EXPIRATION DATE '~EREOF~ THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 0 DAYS WRITTEN NOTICE TO I~IE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION LIABIETY OF ANY KIND UPON iNSURER, ITS AGEN S OR REPRESENTATIVES. AUTHORIZED REP NTATIVE X,. / © ACOI~D C'~,~PORATION 1 ELECTRONIC LASER FORMS, iNC. - ( B00~-27-0545 Page I of 2 Client#: 660269 80KIMLEHOR1 ACORD CERTIFICATE OF LIABILITY INSURANCE I PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION BB&T Insurance Services, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. TH~S CERTIFICATE DOES NOT AMEND, EXTEND OR 7823 National Service Road ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 2nd Floor Greensboro, NC 27419 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA: Lexington Insurance Co. 24902 Kimley-Horn and Associates, Inc. INSURER S: 3001 Weston Parkway INSURERC: PO Box 33068 INSURER D: Raleigh, NC 27636 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE iNSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I CLA,MS MADS ~ OCCUR MED EX~ (^.~,c~, p~o~) P~RSONAL & AOV ,"JURY IOCCUR [] CLAIMS MADE AGGREGATE $ WORKERS COMPENSATION AND J TORY LIMITS i A O~HER Professional 097-4972 12/09104 12/09105 $1,000,000 each claim Liability $1,000,000 aggregate DE$CRIP~ON OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Florida Licensed Structural Engineer RFP No. 001 98 CERTIFICATE HOLDER CANCELLATION City of Sebastian Office of City Clerk 1225 Main Street Sebastian, FL 32958 ~HOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION rATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRt'FrEN NOTICE TO THE CER~rlFICATE HO[DER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OSLIGAllON OR LIAB EJTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. ACORD 25 (200t/08) 1 of 2 #M1364077 AHR e ACORD CORPORATION t9b~ AGOI~U 25-S (20011u8} ~ r~f 2 #M1364077 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed. Astatement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s), If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 2{~-S (200'1/08) 2 of 2 #M 1364077 ACORD,. CERTIFICATE OF LIABILITY INSURANCE o9/o oo3 PRODUCER ABERCROMBIE INSURANCE AGENCY, INC. P. O. BOX 5857 JACKSONVILLE FL 32247-5857 INSURED KIMLEY-HOP, N AND ASSOCIATES, INC P. O. BOX 33068 RALEIGH NC 27636-3068 THIS CERTIFICATE IS ISSUED AS A MAH~K OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE iNSURERA TRAVET.~.RS PROPERTY CASUALTY INS COMPANY INSURERB: A.M. BEST RATING "A++" INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT W1TH RESPECT TO WHICH THiS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN iS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POLICY EFFECTIVE POLICY EXPIRATION IHSRLTR TYPE OF INSURANCE POLICY NUMBER DATE {MMIDD/YY) DATE {M MIDD/Y~ LIMIT~ A GENERAL LIABILITY P-630-315X3476-TIL-03 39/01/2003 09/01/2004 EACH OCCURRENCE ~- COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) 500,00(] I CLAIMS MADE ~] OCCUR / / / / MED EXP PERSONAL & ADVINJURY i r 000; 000! -- / / / / GENERAL AGGREGATE 2,000,000! GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/DP AGG 2,000,000 PRO- POL,cyl JECT LOC // A A~UTOMOBILELIABILITY p-810-171L6115-TIL-03 O9/01/2003 09/01/2004 COMBINED SINGLE LIMIT X ANY AUTO -Za ac~cident ) 1~000~000 ALL OWI'IE D AUTOS / / / / BODILY INJURY SCHEDULED AUTOS (Per person) x HrREDAUTOS / / / / SOD~LY~N:URY ~ NON~)WNED AUTOS (Per accident) / / / / PROPERTY DAMAGE IPer ac~pent) GARAGE LIABILITY AUTO ONLY- EA ACCIDENT  ANY AUTO / / / / )THER THAN EAACC AUTO ONLY: AGG A EXCESSUABILITY CUP-171L6115-TIL-03 09/01/2003 09/01/2004 EACH OCCURRENCE 1,000,000 ~'~ OCCUR [] CLAIMS MADE AGGREGATE 1,000,000  DEDUCTIBLE / / / / RETENTION $10,000 $ WC STATU- , A WORKERSCOMPENSATIONANO 836Gs7e-3-03 09/01/2003 09/01/2004 x ITORYUM'TSl IOE1RH- EMPLOYERS' UABILITY EL EACH ACCIDENT $ 500,000 / / / / EL DISEASE- EA EMPLOYEE $ 500,000 E.L DISEASE-POMCYLIMIT $ 500,000 OTHER / / / / DESCRIPTION OF OpE RA~ON BILOCATIONSNEHICL EBIEXC LU SION S ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CERTIFICATE HOLDER I X I ADDITIONAL INSURED; INSURER LETTER: CITY OF SEBASTIAN ATTN: PAUL WAGNER 1225 MAIN STREET SEBASTIAN CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES DE CANCELLED BEFORE 11'1E ,URE rURE TO SO;LA: IMPE ERO O' TlOR OR LIABILITY DP ANY .ND UPON ,,E /'I~EN SO REPR~E~ AU~'H~IIR~N T-a~E ~ / ], ~ ~ ~COR~ORPO~TION 19~6 FL 32958- ACORD 25-S (7/97) '~. ELECTRONIC LASER FORMS, INC - (800)327-0545 INS025S (9910).01