Loading...
HomeMy WebLinkAbout2006-030mood- INDIAN RIVER COUNTY PARKS MAINTENANCE COMPLEX PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES DESIGN CONTRACT THIS CONTRACT, entered into this 24thday of January, 2006 and between INDIAN RIVER COUNTY, a Political subdivision of the State of Florida, 1840 25th Street, Vero Beach, FL. 32960, hereinafter referred to as the COUNTY, and EDLUND, DRITENBAS, BINKLEY ARCHITECTS & ASSOCIATES, P.A., 65 Royal Palm Pointe, Suite -D, Vero Beach, Florida 32960, hereinafter referred to as the DESIGNER. Architect's Project Number 050605VB WITNESSETH The COUNTY and the DESIGNER, in consideration of their mutual covenants, herein agree with respect to the performance of professional architectural, structural engineering, electrical engineering, mechanical engineering, construction budgeting, and related services by the DESIGNER, and the payment for those services by the COUNTY, as set forth below. This agreement shall be referred to as the "DESIGN CONTRACT". Subsequent amendments to the DESIGN contract shall be issued after the Preliminary Site Plan Development Phase (Section IV, B.) is complete and accepted by the County Public Works Director. The DESIGNER shall provide professional architectural, structural engineering, electrical engineering, mechanical engineering, construction budgeting and related services to the COUNTY in those phases of the project described below as the INDIAN RIVER COUNTY PARKS MAINTENANCE COMPLEX located at 5350 77t" street, serve as the COUNTY's professional representative for the project as set forth herein, and any related or similar project as the COUNTY may deem necessary; and shall give professional architectural, structural engineering, electrical engineering, mechanical engineering, construction budgeting, and related advice to the COUNTY during the performance of the services to be rendered. SECTION I - PROJECT LIMITS AND DESCRIPTION The project limits shall include the County owned tract of land within the Parks Maintenance Complex located at 5350 77" Street, which occupies approximately 2.93 acres of an 85 -acre parcel of land on the north side of 77th Street, east of 58`x' Avenue. Consultant services are required for the preparation of architectural, structural engineering, mechanical and electrical engineering design, preparation of working drawings, contract documents, an updated opinion of probable cost at the end of the Design Development Phase, field inspections and reports, and related construction administration services for an office building of approximately 3,500 s.f. to accommodate indoor administrative functions, an equipment repair/storage building of approximately 1,250 s.f. to house equipment and workshops, a covered patio of approximately 625 s.f., a garage building of approximately 2,500 s.f. to house equipment and trailers and covered walkways of approximately 352 s.f. Basic services required of the DESIGNER are described in Section IV Scope of Services. SECTION II - GENERAL RESPONSIBILITIES A. Design services required by the Agreement shall be performed by qualified registered Florida architects, engineers and other design professionals. The contractual obligations of such professional persons or entities are undertaken and performed in the interest of the DESIGNER. B. The agreements between the DESIGNER and the persons or entities identified in this Agreement, and any subsequent modifications, shall be in writing. These agreements, including financial arrangements with respect to this Project, shall be promptly and fully disclosed to the COUNTY upon request. C. An Opinion of Probable Cost shall be prepared by the DESIGNER and the Owner's Representative based on the established Program and Scope to be used in establishing a fixed fee for Architectural Services. This Opinion of Probable Cost will be updated by the DESIGNER for his portion of the project following the completion of the Design Development Phase. D. If the DESIGNER believes or is advised by other design professionals retained to provide services on the Project that implementation of any instruction received from the COUNTY would cause a violation of any applicable law, the DESIGNER shall notify the COUNTY in writing. The DESIGNER shall not be obligated to perform any act which he believes will violate any applicable law. SECTION III - COUNTY OBLIGATIONS The COUNTY agrees to provide the following material, data, or services as required in connection with the work to be performed under this Agreement: A. Provide the DESIGNER with all available drawings, and other documents in the possession of the COUNTY pertinent to the project. 2 B. The COUNTY shall be responsible for acquiring all right-of-ways, easements and other rights in land as necessary to complete the project. C. The COUNTY shall be responsible for obtaining those pen -nits required to perform the work to complete the project only if such permit requirements are established by regulatory agencies after the date of this Agreement. D. The COUNTY shall make provisions for the DESIGNER to enter upon public or private property as required for the DESIGNER to perform his services. E. The COUNTY will promptly prepare and execute all pen -nit applications necessary to expedite the acquisition of any local, state or federal permits made necessary by the project. F. The COUNTY designates the Public Works Director, or his designee, as Project Manager for the Project. G. The COUNTY shall provide the necessary surveys, topographic data, tree locations, utility locations, and environmental studies. H. The COUNTY shall provide a site plan to the DESIGNER depicting curb cuts, driveways, circulation and parking, sidewalks, site data and site calculations. The format for this documentation will be AUTO CAD 2004 or 2006, and shall clearly show the area for placement of the three buildings required in the program data. I. The COUNTY will provide a site plan conforming to FBC 2004 accessibility requirements including site lighting, light pole locations, selected fixture manufacturer's photometric site overlay, accessible route to public R.O.W., and accessible route to all buildings and required entries and exits. J. The COUNTY shall prepare all site structure designs, including but not limited to, flag pole foundation, dumpster enclosure, grade level walkways, dunnage bins, curbing, wheelstops, bollards, culverts, transformert pad, headwalls, monument signage, lot striping, and detectable warning devices. All site structures shall comply with the wind pressure requirements in FBC 2004 Edition for high velocity wind zones. K. The COUNTY shall prepare the Instructions to Bidders, Invitation to Bid, and Specification Sections for all work under their auspices. L. The COUNTY shall execute and submit all permit applications, plan review applications, and attend all meetings with agencies having jurisdiction and approval authority for this proj ect. M. The COUNTY shall prepare complete utility drawings for water, sewer, electric, phone, data and stonnwater management requirements. All co-ordination with utility providers, design, relocation or routing, and scheduling shall be by the COUNTY. N. The COUNTY shall provide environmental studies and reports, traffic statements, or traffic studies as required by agencies having jurisdiction on this project. K O. The COUNTY will be responsible for scheduling the design team meetings and co- ordinating the construction documents generated by their sub -contractors involved in this project. The COUNTY shall designate an individual for quality control checking of the final production documents from their selected disciplines to identify conflicts of systems, routes, clearances, specifications, completeness, conformity with Building and Life Safety Codes, and local zoning ordinances. P. The COUNTY shall designate individuals to perform periodic inspections for work designed by their sub -contractors and approve that portion of the work by way of applications for payment submitted monthly by the General Contractor. Q. The COUNTY shall provide Landscape and Irrigation Designs conforming to local ordinances and co-ordinate all underground chases, routes and clearances below walks and drives. R. The COUNTY shall provide geo-teclmical testing and reports for stormwater design by others and the building foundation sizing by the DESIGNER. S. The COUNTY shall select final colors for the interior and exterior finishes selected by the DESIGNER. T. The COUNTY shall maintain the As -Built drawings with the General Contractor awarded the project. SECTION IV - SCOPE OF SERVICES The DESIGNER agrees to perform professional services in connection with the project as required and as set forth in the following: A. General 1 . The DESIGNER will endeavor not to duplicate any previous work done on the project. After written authorization to proceed, the DESIGNER shall consult with the COUNTY staff to clarify and define the COUNTY'S requirements for the project and review all available data, after which, a meeting with the DESIGNER and County will be held. 2. The DESIGNER will attend conferences with the COUNTY and its representatives upon the request of COUNTY. 3. In order to accomplish the work described under this Agreement in the time frames set forth in this Agreement, the DESIGNER will maintain an adequate staff of registered Architects, Engineers, draftsmen, , and other employees on the work at all times. 4. By executing this Contract, the DESIGNER represents to the COUNTY that the DESIGNER is professionally qualified to act as the architect for the project and is licensed to practice architecture by all public entities having jurisdiction over the I DESIGNER and the project. The DESIGNER further represents to the COUNTY that the DESIGNER will maintain all necessary licenses, permits or other authorizations necessary to act as architect for the Project until DESIGNER's remaining duties hereunder have been satisfied. The DESIGNER assumes full responsibility to the COUNTY for the improper acts and omissions of its consultants or others employed or retained by the DESIGNER in connection with the Project. 5. The professional services are to be provided in accordance with generally accepted professional architectural and engineering practices. 6. Nothing contained in this agreement shall create a contractual relationship with or a cause of action in favor of a third party against either the COUNTY or the DESIGNER. 7. Execution of this Contract by the DESIGNER constitutes a representation that the DESIGNER has become familiar with the Project site and the local conditions under which the Project is to be implemented. 8. The DESIGNER will endeavor to comply with all federal, state, and local laws applicable to this project. The DESIGNER will endeavor to design the project in such a manner as to be in conformance with all current applicable federal, state and local laws, including current accessibility guidelines at the signing of this agreement. 9. The DESIGNER will prepare all necessary sketches to accompany the COUNTY'S applications for any required federal, state, or local permits. 10. The DESIGNER will cooperate fully with the COUNTY in order that all phases of the work may be properly scheduled and coordinated. 11. The DESIGNER will submit a preliminary set of his portion of the construction plans to any city, district, county, state or federal regulatory agency from which a permit or other approval is required prior to final approval of the design by the Director of the Public Works Department. 12. The DESIGNER shall report the status of this project to the Director of the Public Works Department upon request and hold all drawings, calculations and related work open to the inspection of the Director or his authorized agent at any time, upon reasonable request. 13. The DESIGNER, at his expense, will furnish one hard copy and one digital copy of their portion of the construction drawings and specifications for each registered bidder who is a licensed General Contractor. The cost of additional copies, as required for compiling a bid, shall be borne by the registered bidders. The DESIGNER, at his expense, will furnish copies of the drawings, specifications and contract documents, for their portion of the work, as required by the COUNTY for 5 federal, state and local agencies from whom approval of the project must be obtained. Upon award of the contract, the DESIGNER, at his expense, will furnish: five (5) sets of the drawings and specifications for his portion of the work to the COUNTY and four (4) sets of same signed and sealed to the local Building Department. All original documents, tracings and the like, including all items furnished to the DESIGNER by the COUNTY pursuant to this Agreement, are and shall remain the property of the COUNTY, and shall be delivered to the COUNTY upon completion of the work. 14. The drawings prepared by the DESIGNER will be of sufficient detail to permit the actual location of the proposed building improvements on the ground. 15. Any additional work required by regulatory agencies pursuant to regulations established after the date of this Agreement shall be an additional service, and the COUNTY shall compensate the DESIGNER in accordance with SECTION VII - Additional Work, of this Agreement and in an approved amendment to this Contract. 16, The DESIGNER agrees that all hiring must follow all applicable labor laws as follows: a. The DESIGNER and his sub -contractors shall maintain such insurance as will protect it from claims by employees under the Worker's Compensation Act and from claims by employees for bodily injury or death which may arise from the performance of its services under this contract. b. The DESIGNER and his sub -contractors will assure compliance with Title VI of the Civil Rights Act of 1964 (P.L. 88-352) as amended, (S42USC2000d) and the requirements imposed by the regulations of the Department of Commerce (I5CFRPart8) issued pursuant to that Title. In accordance therewith no person in the United States shall, on the grounds of race, be subjected to discrimination under any program or activity for which Indian River County receives state financial assistance. C. The work will be conducted in compliance with the Americans With Disabilities Act of 1990, 42 U.S.C. 12101 et. seq. and the Regulations adopted pursuant to that act, to the extent required by the law. d. In accordance with Section 616.255(2), Florida Statutes, the COUNTY encourages the DESIGNER to the greatest extent possible, to give consideration to increasing the number of contractors/vendors that are minority businesses. 17. The DESIGNER shall depict stub -outs for utility connections at 5 feet outside the footprint of each building along the south elevation walls. 6 B. Preliminary Site Plan Development 1. Currently, the Indian River County Parks Maintenance Complex site, located at 5350 77`l' Street, which occupies approximately 2.5 acres of an 85 -acre parcel of land on the north side of 77th Street, east of 58t" Avenue, is in need of an office building of approximately 3,500 s.L to accommodate indoor administrative functions, an equipment repair/storage building of approximately 1,250 s.f. to house equipment and workshops, a covered patio of approximately 625 s.L, a garage building of approximately 2,500 s.L to house equipment and trailers, and a covered walkway of approximately 352 s.L . 2. The DESIGNER'S portion of the Parks Maintenance Complex should take into account the following. (1) Location to be mutually agreed upon by County staff and Design Build Team. (2) Exterior and interior finishes. (3) Location of existing facilities and structures (4) Views (5) Prevailing winds (6) Separation from vehicular spaces, separation from adjacent residential districts (7) Flood zones, Wind Resistance, Building Codes, and life safety issues 3. The office building to accommodate indoor administrative functions shall include one approximate 3,500 s.f. masonry/steel building designed in accordance with the 2004 Florida Building Code including the following rooms: �� ❑ i --.5 iso, -1 �'tiC, N;� NA[ SI, 11211Jry aSSM2i_ iL'X3C N d \..I N' E� �LL:EP''GN �V X E , 4. The equipment repair building used to house equipment and workshops shall include one approximate 1,250 s.f masonry/steel building designed in accordance with -1.rDZ\r ; NA[ SI, 11211Jry aSSM2i_ iL'X3C N d \..I N' E� �LL:EP''GN �V X E , 4. The equipment repair building used to house equipment and workshops shall include one approximate 1,250 s.f masonry/steel building designed in accordance with the 2004 Florida Building Code including a workshop, men's restroom with showers, women's restroom with showers, a mechanical room, and an electrical room. In addition, a covered patio of approximately 25' x 25' shall be connected to the workshop building and a covered walkway of approximately 352 s.f. shall connect the office building to the equipment repair building. 5. The garage building shall include one approximate 2,500 s.f masonry/steel building designed in accordance with the 2004 Florida Building Code including five bays for vehicles to pull in and pass through. 6. DESIGNER shall submit to the COUNTY preliminary Design Documents consisting of design development drawings, outline specifications and other documents sufficient to establish the size, quality and character of the architectural, structural, mechanical and electrical systems, and other such elements of the project as may be appropriate. In addition an Opinion of Probable Construction Cost will be updated at the end of the Design Development Phase. Deviations from the COUNTY'S program shall be disclosed in the Proposal. C. Final Design and PermittingPhase 1. In general, the DESIGNER will perform all necessary architectural, mechanical and electrical engineering and structural design, and incidental work for the Buildings. More specifically, the work will include the following. a. Design and prepare a complete set of construction plans for the three buildings suitable for obtaining County Site Plan Approval, Building Permits, and Health Department permits, and other permits required for the work. These plans shall include: 1) Plans, specifications and special provisions for the three buildings, the covered patio and the covered walkway structure. The design shall be in accordance with the 2004 Florida Building Code and current Life Safety Code. b. Prepare Construction Documents. C. Prepare Technical Specifications Sections for the building components. D. Pre -Construction Phase 1. In general, the DESIGNER will assist the COUNTY with bid procurement including a competitive public bid, or construction management at risk delivery system. 2. The COUNTY shall prepare the agreement for construction with the General E0 Contractor following the award of the bid. E. Construction Phase I . Once the bid is awarded the DESIGNER will provide Construction Administration for their portion of the work. More specifically, the work will include the following. a. Inspection prior to all concrete pours. b. Inspections from DESIGNER'S consultants. C. A minimum of once a week inspection, which would be documented with digital photos and inspection report. d. Overseeing changes in the work and certificates of payment each month for their portion of the work. SECTION V - TIME FOR COMPLETION A. The time for completion of each project phase shall be as follows: 1. Agreement between the DESIGNER and the COUNTY 2. Design Development Plans 3. Construction Plans and Specifications 4. Commence Construction Phase 5. Occupy Facility 24 Feb 2006 20 April 2006 24 May 2006 20 July 2006 Mid Feb 2007 B. Commencement dates shall be established in a "Notice to Proceed" from the COUNTY for each phase. SECTION VI - COMPENSATION The COUNTY agrees to pay and the DESIGNER agrees to accept for services rendered pursuant to this Agreement fees in accordance with the following: A. Design Services Fees and Reimbursable Expenses For the DESIGNER'S services compensation shall be computed as follows: Compensation shall be a fixed stipulated sum of $56,588.00 combined with $3,025.00 in reimbursable expenses in the attached Opinion of Probable Cost 41 for a total of $59,613.00. SCHEMATIC DESIGN PHASE DESIGN DEVELOPMENT PHASE WORKING DRAWINGS BIDDING & NEGOTIATIONS PHASE 9 20% $111922.60 20% $111922.60 40% $239845.20 05% $ 21980.65 CONSTRUCTION ADMINISTRATION PHASE 15% 100% S 8,941.95 $59,613.00 B. Additional Services Fee The COUNTY agrees to pay for additional services that are outside or beyond the lump sum scope of services identified above in accordance with the approved hourly rate schedule. (Copy of 2006 Rate Schedule is attached for EDB Architects). In the event additional services are provided beyond the time of completion outlined above, the rate schedule shall be subject to reasonable increase in accordance with the Consumer Price Index. SECTION VII - ADDITIONAL WORK A. In the event changes are requested by the COUNTY to the contract plans after said plans have been approved and accepted by the COUNTY and upon the issuance of an amendment to this Contract for said additional work by the Board of County Commissioners, said additional work may commence upon receipt of a Notice to Proceed. B. Compensation for Additional Services work shall be at a price to be negotiated between the DESIGNER and the COUNTY. C. Reimbursable expenses are invoiced based on actual costs times a factor of 1.10. Refer to the attached Opinion of Probable Cost for a listing of anticipated Reimbursable Expenses. Reimbursable Expenses are included in the design fees listed in Article VI, A. SECTION VIII - PARTIAL PAYMENTS A. The COUNTY shall make monthly partial payments to the DESIGNER. B. The DESIGNER shall submit duly certified invoices to the Director of the Public Works Department. A 10% retainage will be withheld by the COUNTY until receipt of final design documents. The DESIGNER can apply for all retainage held to date after the final design documents have been presented to the COUNTY. A retainage of 2% will apply to services provided in the remaining Bidding and Negotiations and Construction Administration Phases until satisfactory completion of the DESIGNER'S portion of the project. SECTION IX - EXTRA WORK In the event extra work is necessary by the DESIGNER due to a change in scope of the project, such work shall be the subject of a supplemental Work Order approved by the Board of County Commissioners. The work shall be completed in accordance with the following rate schedule: 10 See the Attached Hourly rate schedule for the DESIGNER. SECTION X - RIGHT OF DECISIONS A. All services shall be performed by the DESIGNER to the satisfaction of the Director of the Public Works Department who shall decide all questions, difficulties, and disputes of whatever nature which may arise under or by reason of this Agreement and according to the prosecution and fulfillment of the service hereunder, and the character, quality, amount and value thereof, and the Director's decision upon all claims questions and disputes shall be final conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. B. Adjustments of compensation and contract time because of any major changes in the work that might become necessary or be deemed desirable as the work progresses shall be reviewed by the Director of the Public Works Department. In the event that the DESIGNER does not concur in the judgment of the Director of the Public Works Department as to any decisions made by him, he shall present his written objections to the County Administrator; and the Public Works Director and the DESIGNER shall abide by the decision of the County Administrator of Indian River County, unless the decision is clearly arbitrary or unreasonable. The DESIGNER may appeal the decision to the Board of County Commissioners. SECTION XI - OWNERSHIP AND REUSE OF DOCUMENTS A. Ownership All reports, tracings, plans, specifications, contract documents, and other data developed by the DESIGNER for the purpose of this Agreement shall become the property of the COUNTY and shall be made available by the DESIGNER at any time upon request of the COUNTY. When all work contemplated under this Agreement is complete, all of the above data shall be delivered to the Director of the Public Works Department. B. Reuse of Documents All documents, including but not limited to drawings and specifications, prepared by the DESIGNER pursuant to this Agreement are related exclusively to the services described herein. They are not intended or represented to be suitable for reuse by the COUNTY or others on extensions of this project or on any other project. Any such utilization or adaptation will entitle the DESIGNER to further compensation at rates to be agreed upon by 11 the COUNTY and the DESIGNER. The DESIGNER shall not be held liable for any reuse of the documents and shall not be held liable for any modifications made to the documents by others. SECTION XII - NOTICES Any notices, reports or other written communications from the DESIGNER to the COUNTY shall be considered delivered when posted by certified mail or delivered in person to the Director of the Public Works Department. Any notices, reports or other communications from the COUNTY to the DESIGNER shall be considered delivered when posted by certified mail to the DESIGNER at the last address left on file with the COUNTY or delivered in person to said DESIGNER or his authorized representative. Such in person deliveries shall be evidenced by signed receipts. SECTION XIII - TERMINATION The obligation to provide further services under this Agreement may be tenninated by either party upon seven (7) days written notice in the event of substantial failure by the other parry to perforin in accordance with the terms hereof through no fault of the terminating party or if the COUNTY determines it not in the public interest to continue this Agreement. In the event of any terminations, the DESIGNER will be paid for all services rendered to the date of tennination, all expenses subject to reimbursement hereunder, and other reasonable expenses incurred by the DESIGNER as a result of such termination. The DESIGNER will deliver to the COUNTY all work performed prior to termination of the Agreement. SECTION XIV - AUDITS The COUNTY reserves the right to audit the records of the DESIGNER related to this Agreement at any time during the execution of the work included herein and for a period of one year after final payment is made. SECTION XV - SUBLETTING The DESIGNER shall not sublet, assign, or transfer any work under this Agreement without the written consent of the COUNTY. When applicable and upon receipt of such consent in writing, the DESIGNER shall cause the names of the architectural firm or engineering firms, responsible for the major portions of each separate specialty of the work to be inserted on reports or other data. SECTION XVI - WARRANTY The DESIGNER warrants that he has not employed or retained any company or person other than bona fide employees working solely for the DESIGNER to solicit or secure this contract and that he has not 12 paid or agreed to pay any company or person other than a bona fide employee working solely for the DESIGNER any fee, commission, percentage fee, gifts or any other considerations, contingent upon or resulting from the award or making of this contract. For breach violation of this warranty, the COUNTY shall have the right to annul this contract without liability. SECTION XVII - DURATION OF CONTRACT This Agreement shall remain in full force and effect for a period of two (2) years after the date of execution thereof or until completion of all project phases as specified by the Public Works Director, whichever occurs first, or unless otherwise tenninated pursuant to Section XIII of this contract. SECTION XVIII - INSURANCE AND INDEMNIFICATION During the performance of the work covered by this Agreement, the DESIGNER shall provide the COUNTY with evidence that the DESIGNER has obtained and maintains the insurance listed in the Agreement. A. DESIGNER shall procure and maintain for the duration of the contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the DESIGNER, his agents, representatives, employees or sub -contractors. The cost of such insurance shall be included in the DESIGNER's Basic Compensation. Architects and Engineers under subcontract with the DESIGNER shall have their own Professional Liability Insurance. B. Minimum Scope of Insurance I . Worker's Compensation as required by the State of Florida. Employers Liability of $100,000 each accident, $500,000 disease policy limit, and $100,000 disease each employee. 2. General Liability $1,000,000 combined single limit per accident for bodily injury and property damage. COUNTY shall be an additional insured. Auto Liability $1,000,000 combined single limit per accident for bodily injury and property damage for owned and non -owned vehicles. COUNTY shall be an additional insured. 3. Auto Liability $1,000,000 combined single limit per accident for bodily injury and property damage for owned and non -owned vehicles. COUNTY shall be an additional insured. 4. Professional Liability Insurance providing coverage for negligent acts, errors, or omissions committed or alleged to have been committed by DESIGNER with a limit of $500,000 per claim/annual aggregate. There shall be no more than $10,000 deductible per claim amount unless the DESIGNER provides a Certified Copy of a 13 financial report which has been approved by the County Risk Manager. This insurance shall extend coverage to loss of interest, earning, profit, use and business interruption, cost of replacement power, and other special, indirect and consequential damages. C. Any deductibles or self insured retentions greater than $10,000 must be approved by the Risk Manager for Indian River County with the ultimate responsibility for same going to the DESIGNER. D. DESIGNER'S insurance coverage shall be primary. E. All above insurance policies shall be placed with insurers with a Best's rating of no less that A. The insurer chosen shall also be licensed to do business in Florida. F. The insurance policies procured shall be "Claims Made" policies or as generally available on the open insurance market. G. The Insurance Carriers shall supply Certificates of Insurance evidencing such coverage to the Indian River County Risk Management Department prior to the execution of this Contract. H. The insurance companies selected shall send written verification to the Indian River County Risk Management Department that they will provide 30 days written notice to the Indian River County Department of Risk Management of its intent to cancel or tenninate said policies of insurance. I. DESIGNER shall include all sub -contractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for sub- contractors shall be subject to all of the requirements stated herein. J. DESIGNER hereby agrees to indemnify Indian River County and Representatives thereof from all claims arising solely from negligent acts, errors or omissions of the DESIGNER or DESIGNER'S REPRESENTATIVES in the performance of Professional Services under this agreement and for which DESIGNER is legally liable. SECTION XIX - ENTIRETY OF CONTRACT A. This writing embodies the entire Agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. B. No alteration, change, or modification of the terms of this Agreement shall be valid unless made in writing and signed by both parties hereto. C. This Agreement, regardless of where executed, shall be governed by and construed in accordance with the laws of the State of Florida. 1921 IN WITNESS WHEREOF the parties hereto have executed these presents this 24tt�yofJanuary 2006. OWNER BOARD OF COUNTY COMMONERS INDIAN RIVER COUNTY, FLORIDA ignature) Ar hur 14 (Printed r"hnr""""{ (Printed name and title) Approved�byBCC 01-24-06 ATTEST°:Y�'°Al ARCHITECT AS DESIGNER EDLUND, DRITENBAS, BINKLEY ARCHITECTS 6 ASSOC, P.A. Court Witnessed by: ; Deputy;C?eTrk (Printed name) William G. Collins'll, County Attorney I seph A. Baird, County Administrator yu 15 Indian River County Approve d Date Administration 1 I Budget Legal 9 Risk Management at-ra-on Public Works 1 17 w Capital Projects Project Engineer PREPARED: BY: PROJECT: 1, SITE COSTS OPINION OF PROBABLE COST 95 12 JANUARY 2006 COMM# 050605VB EDLUND, DRITENBAS, BINKLEY ARCHITECTS, P.A. IRC PARKS MAINTENANCE COMPLEX Above data based on: 2.93 acre site 3 Buildings totaling 7,875 S.F. 6 paved parking spaces 36 stabilized parking spaces On-site stormwater management tract Utility connections at property frontage 16 Sub -total = $2719108.76 10% Contingencies= 27,110.87 SUB -TOTAL "1" $2989219.63 Description Units Quantity Unit Cost Total Cost A. Mobilization/Temporary Fences L.S. 1 $ 71000.00 $ 77000.00 B. Erosion Controls L.F. 1,440 $ 2.49 $ 31585.60 C. Construction Staking (layout) L.S. 1 $ 2,000.00 $ 2,000.00 D. Site Clearing Acre 2.93 $ 1,942.50 $ 51691.53 E. Fill & Compaction Ton 2,500 $ 8.00 $ 20,000.00 F. Finish Grading L.S. 1 $ 61000.00 $ 61000.00 G. Concrete Sidewalk S.F, 1,897 $ 4.75 S 9,009.33 H. 1.5" Type S-1 Asphalt S.Y. 4,892 $ 7.00 $ 34,244.00 J. 12" Compacted Subgrade S.Y. 51903 $ 3.80 $ 22,431.40 K. 8" Coquina Base S.Y. 51903 $ 9.50 S 56,078.50 L. Prime Coat S.Y. 4,892 $ 0.80 $ 3.913.60 M. Striping & Signs L.S. 1 $ 3,150.00 $ 3,150.00 N. Concrete Wheel Stops Ea. 12 $ 21.50 $ 258.00 P. Curbing, Concrete L.F. 787 $ 8.00 $ 61296.80 Q. Type "C" Inlet Ea. 4 $ 910.00 $ 3,640.00 R. Mitered End Section Ea. 4 $ 787.50 $ 31150.00 S. 24" RCP L.F. 96 $ 27.50 $ 2,640.00 T. 12" Poly Pipe L.F. 400 $ 18.00 $ 71200.00 U. 6" Poly Pipe L.F. 600 $ 13.00 $ 71800.00 V. Cleanouts (6"pipes) Ea. 12 $ 185.00 $ 2,220.00 W. Fencing, 8', Chain Link L.F. 930 $ 10.00 $ 9,300.00 X. Utility Conduits (Electric, phone, fiber) L.F. 600 $ 6.00 $ 300.00 Y. Lift Station & Force Main Connection Ea. 1 $4000.00 $ 40,000.00 Z. Water Service Connection Ea. i $ 1,900.00 $ 1,900.00 AA. Transformer and Conduit Ea. 1 $10,000.00 $10,000.00 Above data based on: 2.93 acre site 3 Buildings totaling 7,875 S.F. 6 paved parking spaces 36 stabilized parking spaces On-site stormwater management tract Utility connections at property frontage 16 Sub -total = $2719108.76 10% Contingencies= 27,110.87 SUB -TOTAL "1" $2989219.63 PREPARED: BY: PROJECT: 1, SITE COSTS OPINION OF PROBABLE COST 95 12 JANUARY 2006 COMM# 050605VB EDLUND, DRITENBAS, BINKLEY ARCHITECTS, P.A. IRC PARKS MAINTENANCE COMPLEX Above data based on: 2.93 acre site 3 Buildings totaling 7,875 S.F. 6 paved parking spaces 36 stabilized parking spaces On-site stormwater management tract Utility connections at property frontage 16 Sub -total = $2719108.76 10% Contingencies= 27,110.87 SUB -TOTAL "1" $2989219.63 Description Units Quantity Unit Cost Total Cost A. Mobilization/Temporary Fences L.S. 1 $ 71000.00 $ 77000.00 B. Erosion Controls L.F. 1,440 $ 2.49 $ 31585.60 C. Construction Staking (layout) L.S. 1 $ 2,000.00 $ 2,000.00 D. Site Clearing Acre 2.93 $ 1,942.50 $ 51691.53 E. Fill & Compaction Ton 2,500 $ 8.00 $ 20,000.00 F. Finish Grading L.S. 1 $ 61000.00 $ 61000.00 G. Concrete Sidewalk S.F, 1,897 $ 4.75 S 9,009.33 H. 1.5" Type S-1 Asphalt S.Y. 4,892 $ 7.00 $ 34,244.00 J. 12" Compacted Subgrade S.Y. 51903 $ 3.80 $ 22,431.40 K. 8" Coquina Base S.Y. 51903 $ 9.50 S 56,078.50 L. Prime Coat S.Y. 4,892 $ 0.80 $ 3.913.60 M. Striping & Signs L.S. 1 $ 3,150.00 $ 3,150.00 N. Concrete Wheel Stops Ea. 12 $ 21.50 $ 258.00 P. Curbing, Concrete L.F. 787 $ 8.00 $ 61296.80 Q. Type "C" Inlet Ea. 4 $ 910.00 $ 3,640.00 R. Mitered End Section Ea. 4 $ 787.50 $ 31150.00 S. 24" RCP L.F. 96 $ 27.50 $ 2,640.00 T. 12" Poly Pipe L.F. 400 $ 18.00 $ 71200.00 U. 6" Poly Pipe L.F. 600 $ 13.00 $ 71800.00 V. Cleanouts (6"pipes) Ea. 12 $ 185.00 $ 2,220.00 W. Fencing, 8', Chain Link L.F. 930 $ 10.00 $ 9,300.00 X. Utility Conduits (Electric, phone, fiber) L.F. 600 $ 6.00 $ 300.00 Y. Lift Station & Force Main Connection Ea. 1 $4000.00 $ 40,000.00 Z. Water Service Connection Ea. i $ 1,900.00 $ 1,900.00 AA. Transformer and Conduit Ea. 1 $10,000.00 $10,000.00 Above data based on: 2.93 acre site 3 Buildings totaling 7,875 S.F. 6 paved parking spaces 36 stabilized parking spaces On-site stormwater management tract Utility connections at property frontage 16 Sub -total = $2719108.76 10% Contingencies= 27,110.87 SUB -TOTAL "1" $2989219.63 II. ADDITIONAL SITE AMMENITIES A. Site Lighting Ea. 8 S 1,300.00 $ 10,400.00 $ 56,588.00 B. Dumpster Enclosure and Gate Ea. 1 $ 4,500.00 $ 1,980.00 $ 4,500.00 C. 30 foot flagpole Ea. I $ 3,000.00 $ 3,000.00 D. Dunage Bins for Sand, Mulch, Clay, etc. Ea. 4 $ 21000.00 $ 81000.00 E. Monumental Signage at Streetfront Ea. 1 $ 6,000.00 $ 65000.00 F. Landscape, Sod, Irrigation System Ea. l $25,000.00 $ 25,000.00 IV A. B. C. D. E. F. G. H. J. K. L. M. SUB -TOTAL "II"= BUILDING COSTS OFFICE BUILDING 3,500 S.F. @ $135.00/S.F. EQUIP. REPAIR / STOR. BLDG. 1,250 S.F. @ $I 10.00/S.F. GARAGE BUILDING 2,500 S.F. X $60.00 COVERED PATIO 625 S.F. X $38.00/S.F. COVERED WALKWAY 8'W X 44' L @ $25.00/ S.F. CONTINGENCY @ 5% SUB -TOTAL "III" TOTALS I, H, III OTHER COSTS PERMITTING, APPLICATION, TESTING FEES (Paid by Owner) WATER, SEWER & ELECTRIC IMPACT FEES (Paid by Owner) PLAN REVIEW FEES (Paid by Owner) CONNECTION FEES (Paid by Owner) ARCHITECTURAL / STRUCTURAL & MEP ENGINEERING FEES @ 6.68% OF $832,177.00 GEOTECHNICAL TESTING & REPORTS SURVEYING ENVIRONMENTAL INVESTIGATION PRELIMINARY ENGINEERING DESIGN SITE PLANNING FINAL DESIGN AND PERMITTING CONSTRUCTION PHASE SERVICES BY CIVIL ENGINEER 17 $ 56,900.00 $472,500.00 $1371500.00 $1505000.00 $ 23,750.00 $ 8,800.00 $ 39,627.00 $832,177.00 $1,187,296.63 TBD TBD TBD TBD $ 56,588.00 $ 2,000.00 $ 15,625.00 $ 1,980.00 $ 5,500.00 $ 4,500.00 $ 121500.00 $ 2,000.00 II. ADDITIONAL SITE AMMENITIES A. Site Lighting Ea. 8 S 1,300.00 $ 10,400.00 $ 56,588.00 B. Dumpster Enclosure and Gate Ea. 1 $ 4,500.00 $ 1,980.00 $ 4,500.00 C. 30 foot flagpole Ea. I $ 3,000.00 $ 3,000.00 D. Dunage Bins for Sand, Mulch, Clay, etc. Ea. 4 $ 21000.00 $ 81000.00 E. Monumental Signage at Streetfront Ea. 1 $ 6,000.00 $ 65000.00 F. Landscape, Sod, Irrigation System Ea. l $25,000.00 $ 25,000.00 IV A. B. C. D. E. F. G. H. J. K. L. M. SUB -TOTAL "II"= BUILDING COSTS OFFICE BUILDING 3,500 S.F. @ $135.00/S.F. EQUIP. REPAIR / STOR. BLDG. 1,250 S.F. @ $I 10.00/S.F. GARAGE BUILDING 2,500 S.F. X $60.00 COVERED PATIO 625 S.F. X $38.00/S.F. COVERED WALKWAY 8'W X 44' L @ $25.00/ S.F. CONTINGENCY @ 5% SUB -TOTAL "III" TOTALS I, H, III OTHER COSTS PERMITTING, APPLICATION, TESTING FEES (Paid by Owner) WATER, SEWER & ELECTRIC IMPACT FEES (Paid by Owner) PLAN REVIEW FEES (Paid by Owner) CONNECTION FEES (Paid by Owner) ARCHITECTURAL / STRUCTURAL & MEP ENGINEERING FEES @ 6.68% OF $832,177.00 GEOTECHNICAL TESTING & REPORTS SURVEYING ENVIRONMENTAL INVESTIGATION PRELIMINARY ENGINEERING DESIGN SITE PLANNING FINAL DESIGN AND PERMITTING CONSTRUCTION PHASE SERVICES BY CIVIL ENGINEER 17 $ 56,900.00 $472,500.00 $1371500.00 $1505000.00 $ 23,750.00 $ 8,800.00 $ 39,627.00 $832,177.00 $1,187,296.63 TBD TBD TBD TBD $ 56,588.00 $ 2,000.00 $ 15,625.00 $ 1,980.00 $ 5,500.00 $ 4,500.00 $ 121500.00 $ 2,000.00 N. AS -BUILT SURVEYS SUB -TOTAL "IV" V. REIMBURSABLE EXPENSES A. DESIGNER'S PLOTS, PRINTING, MAILINGS, SPECS, MILEAGE, PHONE B. COUNTY'S DESIGN TEAM MEMBERS AND SUB -CONTRACTORS C. MODEL ENERGY CODE CALCULATIONS BY DESIGNER (2 req'd.) D. COST OFDESIGNER NAMING IRC AS ADDITIONAL INSURED SUB -TOTAL "V" GRAND TOTAL (TO ACT AS PROJECT BUDGET) $ 3,500.00 $104,193.00 $ 1,750.00 S 750.00 S 400.00 S 4,500.00 51,295,989.63 NOTE: Opinions expressed in this report represent the professional opinion of the firm of Edland, Dritenbas, Binkley Architects and Associates, P.A. (EDB) who have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. EDB Architects, P.A. does not warrant that this opinion of probable construction cost will not vary from actual costs incurred by the client. y U. Dritenbas, Architect A. [.A C:050605VB.doc/paul 18 N. AS -BUILT SURVEYS SUB -TOTAL "IV" V. REIMBURSABLE EXPENSES A. DESIGNER'S PLOTS, PRINTING, MAILINGS, SPECS, MILEAGE, PHONE B. COUNTY'S DESIGN TEAM MEMBERS AND SUB -CONTRACTORS C. MODEL ENERGY CODE CALCULATIONS BY DESIGNER (2 req'd.) D. COST OFDESIGNER NAMING IRC AS ADDITIONAL INSURED SUB -TOTAL "V" GRAND TOTAL (TO ACT AS PROJECT BUDGET) $ 3,500.00 $104,193.00 $ 1,750.00 S 750.00 S 400.00 S 4,500.00 51,295,989.63 NOTE: Opinions expressed in this report represent the professional opinion of the firm of Edland, Dritenbas, Binkley Architects and Associates, P.A. (EDB) who have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. EDB Architects, P.A. does not warrant that this opinion of probable construction cost will not vary from actual costs incurred by the client. y U. Dritenbas, Architect A. [.A C:050605VB.doc/paul 18 STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF BUILDING CONSTRUCTION FEE SCHEDULE FOR ARCHITECTURAL AND ENGINEERING SERVICES /i\If1Yr'll IiK�n. .ems.-..� PERCENT OF CONSTRUCTIt BUOUT STATE OF FLORIDA, DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF BUILDING CONSTRUCTION FEE SCHEDULE FOR ARCHITECTURAL AND ENGINEERING SERVICES /i\If1Yr'll IiK�n. .ems.-..� PERCENT OF CONSTRUCTIt BUOUT 3s ;ic Services: The fee curves snown on the reverse slue were adopted By the Divis;on of Building Construction, Department of General Services in 1969 and are for architectural and engineering design, bldding and construction services. Including normal consultant services. These fee curves arc) used only as a guide as stated In Rule 13D-3 Florida Administrative Code, with the actual fees Justified by line archheci or engineer submftiing a 11 detailed proposal In accordance with guidelines of the Division of Building Construction, Department of General ``arviCes. )Mdilional Services' Additional services are not Included wimic the fee curves. Additional services may include any special consultants required by the project and are typically those services furnished beyond wnal Is shown in Anlcie 3 of the "Form of Agreement Between Owner And Architect -Engineer" used by the Division of Building Construction. Addlllonal services most commonly authorized have been Itemized below. GROUP DEFINITIONS: "A" - CONSIDERABLY MORE THAN AVERAGE COMPLEXITY Complex Laboratorles, Complex Medical Hospitals "B" - MORE THAN AVERAGE COMPLEXITY Average Laboratories, Mental Hospitals, Simple Medical Hospitals, Clinics, Court Houses, Theatres, Complex University Buildings, Special Purpose Classrooms, Laboratory Classrooms, Libraries, Auditoriums, Museums, Air Terminals, Food Service Facilities, Specialized Detention Areas, Detention -Treatment Areas, Residences "C" - REPAIRS AND RENOVATIONS Miscellaneous Repairs and Renovations, Alterations to Office Space or Dormitory Space, Fire Code Corrective Work General Office Space, General Teaching Space, Gymnasiums, General Detention Living Facilities, Factory Buildings "E" - LESS THAN AVERAGE COMPLEXITY Apartment Buildings, Dormitory Buildings, Service Garages, Sladiums, Repetitive Design Facilities, Office Buildings With Undefined Interior Space (open for later partitioning), Specialized Parking Structures "F" - CONSIDERABLY LESS THAN AVERAGE COMPLEXITY Warehouses, Parking Garages, Storage Facilities G" ENGINEERING SERVICES ADDITIONAL SERVICES/EXPENSES: 4e following services are considered Additionai to Basic Services and are not Included within the basic fee represented by the fee curves. • Feasibility Studies/Analyses • Value Analyses • Facility Programming • Documents Prepared for • Master Planning - Alternate Bids Requested By Owner • Soils Investigations/Reports - Change Orders • Surveys - Topographic/Boundary/ - Multiple Construction Contracts Vegetation/improvements/Utilities • Measured Drawings of Existing Facilities • Existing Facilities Analyses • Energy Analyses (FLEE • ,.soesoc Consultation/Surveys • Environmental Assessments • Traffic Analyses • Stormwater Management Permitting Environmental/Slee Permitting • Theaterl'Acoustical Consultation Food Service Consultation • Landscape Consultation • Interior Design/Furnishings/ Planiscaping/Ariscaping • Detaiied Cost Estimates • L!fe Cycle Cost Analyses - Record Documents Prolonged Construction Contract Adminlstratlon Services Threshold Inspections Project Representation During Construction Beyond "Periodic Inspectlon" Additional Construction Contract Administration Services for Multiple Contracts • Pcsl Occupancy Inspections/Evaluations 'Renderings/Models Changes to Scope, Size or Complexity a Revisions to Previously Approved Documents • i=teimbursabla Expenses " " Those expenditures made by the Architect -Engineer In the interest of the proiect and as defined In Article 6.1 of ina Division of Building !Construction "Form or Agreement Between Owner and Architect -Engineer 3s ;ic Services: The fee curves snown on the reverse slue were adopted By the Divis;on of Building Construction, Department of General Services in 1969 and are for architectural and engineering design, bldding and construction services. Including normal consultant services. These fee curves arc) used only as a guide as stated In Rule 13D-3 Florida Administrative Code, with the actual fees Justified by line archheci or engineer submftiing a 11 detailed proposal In accordance with guidelines of the Division of Building Construction, Department of General ``arviCes. )Mdilional Services' Additional services are not Included wimic the fee curves. Additional services may include any special consultants required by the project and are typically those services furnished beyond wnal Is shown in Anlcie 3 of the "Form of Agreement Between Owner And Architect -Engineer" used by the Division of Building Construction. Addlllonal services most commonly authorized have been Itemized below. GROUP DEFINITIONS: "A" - CONSIDERABLY MORE THAN AVERAGE COMPLEXITY Complex Laboratorles, Complex Medical Hospitals "B" - MORE THAN AVERAGE COMPLEXITY Average Laboratories, Mental Hospitals, Simple Medical Hospitals, Clinics, Court Houses, Theatres, Complex University Buildings, Special Purpose Classrooms, Laboratory Classrooms, Libraries, Auditoriums, Museums, Air Terminals, Food Service Facilities, Specialized Detention Areas, Detention -Treatment Areas, Residences "C" - REPAIRS AND RENOVATIONS Miscellaneous Repairs and Renovations, Alterations to Office Space or Dormitory Space, Fire Code Corrective Work General Office Space, General Teaching Space, Gymnasiums, General Detention Living Facilities, Factory Buildings "E" - LESS THAN AVERAGE COMPLEXITY Apartment Buildings, Dormitory Buildings, Service Garages, Sladiums, Repetitive Design Facilities, Office Buildings With Undefined Interior Space (open for later partitioning), Specialized Parking Structures "F" - CONSIDERABLY LESS THAN AVERAGE COMPLEXITY Warehouses, Parking Garages, Storage Facilities G" ENGINEERING SERVICES ADDITIONAL SERVICES/EXPENSES: 4e following services are considered Additionai to Basic Services and are not Included within the basic fee represented by the fee curves. • Feasibility Studies/Analyses • Value Analyses • Facility Programming • Documents Prepared for • Master Planning - Alternate Bids Requested By Owner • Soils Investigations/Reports - Change Orders • Surveys - Topographic/Boundary/ - Multiple Construction Contracts Vegetation/improvements/Utilities • Measured Drawings of Existing Facilities • Existing Facilities Analyses • Energy Analyses (FLEE • ,.soesoc Consultation/Surveys • Environmental Assessments • Traffic Analyses • Stormwater Management Permitting Environmental/Slee Permitting • Theaterl'Acoustical Consultation Food Service Consultation • Landscape Consultation • Interior Design/Furnishings/ Planiscaping/Ariscaping • Detaiied Cost Estimates • L!fe Cycle Cost Analyses - Record Documents Prolonged Construction Contract Adminlstratlon Services Threshold Inspections Project Representation During Construction Beyond "Periodic Inspectlon" Additional Construction Contract Administration Services for Multiple Contracts • Pcsl Occupancy Inspections/Evaluations 'Renderings/Models Changes to Scope, Size or Complexity a Revisions to Previously Approved Documents • i=teimbursabla Expenses " " Those expenditures made by the Architect -Engineer In the interest of the proiect and as defined In Article 6.1 of ina Division of Building !Construction "Form or Agreement Between Owner and Architect -Engineer EDLUND, DRITENBAS, BINKLEYARCHITECTS & ASSOCIATES, INC. 65 Royal Palm Pointe, Suite -D, Vero Beach, Florida 32960 RATE SCHEDULE - January 2006 REGISTERED PRINCIPAL ARCHITECTS 5145.00 PER HOUR REGISTERED PROJECT ARCHITECTS $115.00 PER HOUR INTERN ARCHITECTS S 95.00 PER HOUR TECHNICAL LEVEL ONE - SENIOR CADD MANAGER S 80.00 PER HOUR TECHNICAL LEVEL TWO - CADD DESIGNER S 70.00 PER HOUR TECHNICAL LEVEL THREE - CADD TECHNICIAN S 60.00 PER HOUR CLERICAL AND ACCOUNTING S 48.00 PER HOUR MILEAGE S 0.38 PER MILE BLUELINE PRINTS 24" X 36" S 2.00 EACH PAGE ORIGINAL COMPUTER PLOTS S 12.00 EACH PAGE BOND COPIES 24" X 36" S 2.00 PER PAGE COLOR DIGITAL PHOTOS S 2.00 EACH XEROX SERVICES S 0.20 PER SHEET EXPRESS POSTAGE & MAILING SPECIAL CONSULTANTS C:EDB rate schedule.doc\pawl rk 1.15 TIMES DIRECT COST Ct% 1.15 TIMES DIRECT COST EDLUND, DRITENBAS, BINKLEYARCHITECTS & ASSOCIATES, INC. 65 Royal Palm Pointe, Suite -D, Vero Beach, Florida 32960 RATE SCHEDULE - January 2006 REGISTERED PRINCIPAL ARCHITECTS 5145.00 PER HOUR REGISTERED PROJECT ARCHITECTS $115.00 PER HOUR INTERN ARCHITECTS S 95.00 PER HOUR TECHNICAL LEVEL ONE - SENIOR CADD MANAGER S 80.00 PER HOUR TECHNICAL LEVEL TWO - CADD DESIGNER S 70.00 PER HOUR TECHNICAL LEVEL THREE - CADD TECHNICIAN S 60.00 PER HOUR CLERICAL AND ACCOUNTING S 48.00 PER HOUR MILEAGE S 0.38 PER MILE BLUELINE PRINTS 24" X 36" S 2.00 EACH PAGE ORIGINAL COMPUTER PLOTS S 12.00 EACH PAGE BOND COPIES 24" X 36" S 2.00 PER PAGE COLOR DIGITAL PHOTOS S 2.00 EACH XEROX SERVICES S 0.20 PER SHEET EXPRESS POSTAGE & MAILING SPECIAL CONSULTANTS C:EDB rate schedule.doc\pawl rk 1.15 TIMES DIRECT COST Ct% 1.15 TIMES DIRECT COST ACORD„, CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YY) 09/28/05 PRODUCER INSURED Edlund-Dritenbas-Binkley Architects and Associates, P.A. 65 Royal Palm Pointe, Suite D Vero Beach, FL 32960 UUVCKAGES THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A United States Fidelity & Guaranty INSUURFR © St Paul Fire & Marine r,SURER c Hudson Ins Company INSURER D State Farm Flre & Casulty INSURER E Allstate 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. CTR TYPE OF INSURANCE ' POLICY NUMBER i IPEFFECTIVE I DATE MM/DDlYY DATE POLICY EXPIRATION DATE MMIDD/YY 1 I LIMITS A GENERAL LIABILITY BK01897331 07/01105 107/01106 EACH oCcuRRErJCE $130002000 X COMMERCIAL GENERAL LIABILITY FIRE DAAAGE(Any rine ere) $1,000,000 �� CLAIMS MADE u` OCCUR r--- MED EXP ,?Any one Gerson/ $10000 l PERSONAL &ADV NI )UPY $110001000 GENERAL AGGREGATE I$2 000 000 _ $2,000,000 GEN'L AGGREGATE LIM ITAPPL IES PER PRGDUCTS-COMP/OPAGG POLICY I X I PROjEC- OC AUTOMOBILE LIABILITY 1048144310 03/07/05 03/07/06 j I COMBINED SINGLE LIMI- ANY AUTO (Ea aceltlenn X ALLOWNED AUTOS BODILY INJJP1 $100,000 SCHEDULED AUTOS (Per person) X HIRED ALTOS X NON-OVNNED AUTOS BODILY IN. JPY �(Pereoaae U x300,000 I I PROPERTY DAMAGE $100,000 (Per amaent) GARAGE LIABILITY —� AUTO ONLY-EAACC;DENT $ I ANY AUTO$ � OTHEA ACC ER AUTOONLY AGG $ EXCESS LIABwTY 198 -EY -9926-5 ',09115/05 109/15/06 EACH 000URRENSE '61,000,000 �I OCCUR CLAIMS MADE ' AGGRFGATE $1,000,000 X Umbrella Policy -�--� $ DEDUCTIBLE RETENTION $ B WORKERS COMPENSATION AND I WVA7754014 09101 /05 1 09/01 /06 WC STATU- OTH- X EMPLOYERS' LIABILITY Y Tc E L EACH ACCIDENT $100,000 _ I EL DISEASE-EAEMPLOYEE $100,000 EL DISEASE-POLICYLJMIr 1 $500,000 C 'OTHER iAEE7140400 06110/05 06110/06 $1,000,000 per claim Professional $2,000,000 aggregate Liability DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED By ENDORSEMENT/SPECIAL PROVISIONS Professional Liability is claims made and reported. CERTIFICATE HOLDER 1 ADDITIONAL INSURED I INSURER LETTER: CANCELLATION For Proposal Purposes SHOULD ANY OF TH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL AQ DAYS WRITTEN NOTICETOTHE CERTIFICATE HOLDERNAMED TOTHELEFT, BUTFAILURE TODOSOSHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURERJTS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25S (7197)1 of 1 #S1117371M108514 KJS © ACORD CORPORATION 1988 ACORD„, CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YY) 09/28/05 PRODUCER INSURED Edlund-Dritenbas-Binkley Architects and Associates, P.A. 65 Royal Palm Pointe, Suite D Vero Beach, FL 32960 UUVCKAGES THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A United States Fidelity & Guaranty INSUURFR © St Paul Fire & Marine r,SURER c Hudson Ins Company INSURER D State Farm Flre & Casulty INSURER E Allstate 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. CTR TYPE OF INSURANCE ' POLICY NUMBER i IPEFFECTIVE I DATE MM/DDlYY DATE POLICY EXPIRATION DATE MMIDD/YY 1 I LIMITS A GENERAL LIABILITY BK01897331 07/01105 107/01106 EACH oCcuRRErJCE $130002000 X COMMERCIAL GENERAL LIABILITY FIRE DAAAGE(Any rine ere) $1,000,000 �� CLAIMS MADE u` OCCUR r--- MED EXP ,?Any one Gerson/ $10000 l PERSONAL &ADV NI )UPY $110001000 GENERAL AGGREGATE I$2 000 000 _ $2,000,000 GEN'L AGGREGATE LIM ITAPPL IES PER PRGDUCTS-COMP/OPAGG POLICY I X I PROjEC- OC AUTOMOBILE LIABILITY 1048144310 03/07/05 03/07/06 j I COMBINED SINGLE LIMI- ANY AUTO (Ea aceltlenn X ALLOWNED AUTOS BODILY INJJP1 $100,000 SCHEDULED AUTOS (Per person) X HIRED ALTOS X NON-OVNNED AUTOS BODILY IN. JPY �(Pereoaae U x300,000 I I PROPERTY DAMAGE $100,000 (Per amaent) GARAGE LIABILITY —� AUTO ONLY-EAACC;DENT $ I ANY AUTO$ � OTHEA ACC ER AUTOONLY AGG $ EXCESS LIABwTY 198 -EY -9926-5 ',09115/05 109/15/06 EACH 000URRENSE '61,000,000 �I OCCUR CLAIMS MADE ' AGGRFGATE $1,000,000 X Umbrella Policy -�--� $ DEDUCTIBLE RETENTION $ B WORKERS COMPENSATION AND I WVA7754014 09101 /05 1 09/01 /06 WC STATU- OTH- X EMPLOYERS' LIABILITY Y Tc E L EACH ACCIDENT $100,000 _ I EL DISEASE-EAEMPLOYEE $100,000 EL DISEASE-POLICYLJMIr 1 $500,000 C 'OTHER iAEE7140400 06110/05 06110/06 $1,000,000 per claim Professional $2,000,000 aggregate Liability DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED By ENDORSEMENT/SPECIAL PROVISIONS Professional Liability is claims made and reported. CERTIFICATE HOLDER 1 ADDITIONAL INSURED I INSURER LETTER: CANCELLATION For Proposal Purposes SHOULD ANY OF TH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL AQ DAYS WRITTEN NOTICETOTHE CERTIFICATE HOLDERNAMED TOTHELEFT, BUTFAILURE TODOSOSHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURERJTS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25S (7197)1 of 1 #S1117371M108514 KJS © ACORD CORPORATION 1988 IN WITNESS WHEREOF the parties hereto have executed these presents this 24tt�yofJanuary 2006. OWNER BOARD OF COUNTY COMMONERS INDIAN RIVER COUNTY, FLORIDA ignature) Ar hur 14 (Printed r"hnr""""{ (Printed name and title) Approved�byBCC 01-24-06 ATTEST°:Y�'°Al ARCHITECT AS DESIGNER EDLUND, DRITENBAS, BINKLEY ARCHITECTS 6 ASSOC, P.A. Court Witnessed by: ; Deputy;C?eTrk (Printed name) William G. Collins'll, County Attorney I seph A. Baird, County Administrator yu 15 Indian River County Approve d Date Administration 1 I Budget Legal 9 Risk Management at-ra-on Public Works 1 17 w Capital Projects Project Engineer