HomeMy WebLinkAbout2010-066 DSD v& d �
® � ® 0 �
INDIAN RIVER COUNTY
SENIOR RESOURCE ASSOCIATION
BUS TRANSIT FACILITY
PROFESSIONAL CIVIL ENGINEERING AND ARCHITECTURAL SERVICES
CONSULTANT CONTRACT
THIS CONTRACT, entered into this 9th day of March , 2010 between INDIAN RIVER
COUNTY, a Political subdivision of the State of Florida, 1800 27th Street, Vero Beach , FL .
32960 , hereinafter referred to as the COUNTY, and Schulke , Bittle and Stoddard , LLC , 1717
Indian River Blvd , Suite 201 , Vero Beach Fl . 32960 , hereinafter referred to as the
CONSULTANT .
WITNESSETH
The COUNTY and the CONSULTANT, in consideration of their mutual covenants , herein agree
with respect to the performance of professional civil engineering ; surveying ; architecture ;
structural , electrical , and mechanical engineering ; construction budgeting, contract procurement
services , and related services by the CONSULTANT , and the payment for those services by the
COUNTY, as set forth below . This agreement shall be referred to as the " CONSULTANT
CONTRACT " .
The CONSULTANT shall provide professional consultant services including : civil engineering ;
surveying ; architecture ; structural , electrical , and mechanical engineering ; construction
budgeting, contract procurement services and related services to the COUNTY for those phases
of the project described below as the new INDIAN RIVER COUNTY SRA Transit Facility ,
located at 4395 43rd Ave , and the consultant shall 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 civil engineering ; surveying ;
architecture ; structural , electrical , and 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, located at 4395 43rd Avenue ,
which occupies approximately 2 . 31 acres , lying 345 feet more or less south of 45th St . , and lying
adjacent to and north of the IRC 43rd Ave Annex site . The legal description is depicted on the
attachment identified as Exhibit A .
Consultant services are required for the preparation of site and building construction plans ,
including surveying, civil engineering , architectural design , structural engineering, mechanical
and electrical engineering, preparation of working drawings , contract documents , an updated
opinion of probable cost, field inspections and reports , and related construction administration
1
services for the construction of site and building improvements necessary for the development of
administration , operation , maintenance and storage facilities for the IRC Transit facility (Indian
River County SRA Transit Facility) . The improvements will include :
- 5000 s . f. administration and operations office building .
- 1250 s . £ two (2 ) bay bus / transit vehicle service building . Facilities may include a pit
or hydraulic lift, central vacuum , work area, tool area, small office .
-Bus / transit vehicle wash area.
-Paved and secured parking for 60 to 80 transit vehicles .
-25 to 40 employee and visitor parking spaces
Basic services required of the CONSULTANT are described in Section IV Scope of Services .
SECTION II - GENERAL RESPONSIBILITIES
( 1 ) 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 COUNTY .
(2) The agreements between the CONSULTANT 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
(3 ) If the CONSULTANT 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 CONSULTANT shall
notify the COUNTY in writing . The CONSULTANT 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 :
( 1 ) Provide the CONSULTANT with all available drawings , and other documents in the
possession of the COUNTY pertinent to the project .
(2 ) The COUNTY shall be responsible for acquiring all right- of-ways , easements and other
rights in land as necessary to complete the project .
(3 ) The COUNTY shall be responsible for obtaining those permits 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 .
(4) The COUNTY shall make provisions for the CONSULTANT to enter upon public or
private property as required for the CONSULTANT to perform his services .
2
( 5 ) The COUNTY will promptly execute all permit applications prepared by
CONSULTANT that are necessary to expedite the acquisition of any local , state or
federal permits made necessary by the project .
( 6) The COUNTY designates the GENERAL SERVICES DIRECTOR, or his designee , as
Project Manager for the Project .
(7) The COUNTY shall provide the necessary environmental studies .
( 8 ) The COUNTY shall attend meetings with agencies having jurisdiction and approval
authority for this project , when requested by CONSULTANT .
( 9) The COUNTY shall select final colors for the interior and exterior finishes selected by
the CONSULTANT .
( 1O ) The COUNTY shall obtain the As -Built drawings from the General Contractor awarded
the project . The project contract documents will be prepared to specify this requirement .
SECTION IV - SCOPE OF SERVICES
The CONSULTANT agrees to perform professional services in connection with the project as
required and as set forth in the following :
( 1 ) GENERAL
( a) The CONSULTANT will provide professional engineering and architectural Consultant
services for the preparation of site and building construction plans , including surveying,
civil engineering, architectural design , structural engineering , mechanical and electrical
engineering, preparation of working drawings , contract documents , an updated opinion
of probable cost at the end of the Consultant Development Phase , field inspections and
reports , and related construction administration services , for the construction of site and
building improvements necessary for the development of administration , operation ,
maintenance and storage facilities for the IRC Transit facility (Indian River County SRA
Transit Facility) .
(b ) The CONSULTANT shall prepare all building architectural and building engineering
system designs , including structural , mechanical , and electrical systems .
(c ) The CONSULTANT shall prepare all site structure designs , including but not limited to ,
flag pole foundation, dumpster enclosure , grade level walkways , curbing, wheel stops ,
bollards , culverts , transformer pad, headwalls , and monument signage . All site structures
shall comply with the wind pressure requirements in FBC 2007 Edition (2009 addendum)
for high velocity wind zones .
(d) The CONSULTANT will provide a site plan conforming to FBC 2007 (2009 addendum)
accessibility requirements including building location, and accessible route to all
buildings and required entries and exits , sidewalks , accessible route to public R. O . W. ,
parking, vehicular use areas , curb cuts , driveways , circulation , site lighting, light pole
locations , selected fixture manufacturer's photometric site overlay, utility and drainage
facilities , site data and site calculations . The format for this documentation will be AUTO
3
CAD 2004 or 2006 , and shall clearly show the area for placement of the two buildings
required in the program data .
(e) The CONSULTANT ' S preliminary planning and programming efforts for the Indian
River County SRA Transit Facility should take into account the following :
1 . An office building to accommodate indoor administrative functions shall include one
approximate 5000 sq. ft . masonry/steel building designed in accordance with the 2007
Florida Building Code (2009 addendum) . The building shall contain reception ,
conference, and administrative areas , operations areas , drivers lounge ! lockers ,
mechanical rooms and restrooms .
2 . A transit vehicle service building used to service vehicles and house tools and
equipment shall include one approximate 1 , 250 s . f. masonry/steel building designed in
accordance with the 2007 Florida Building Code (2009 addendum) , including a pit or
hydraulic lift, central vacuum , work area , tool area , small office , and two service bays
for vehicles to pull in .
3 . Transit vehicle parking and storage for 60 to 85 Transit vehicles , within a fenced and
secured area. Security systems will include gated and electronic access to both the
vehicle areas and building entrance , and digital video security camera systems in the
transit vehicle parking and storage areas .
4 . The project is limited in available land development area . In order to achieve the
development objectives , it may be necessary to expand the development area into
adjacent County owned sites , where parking , access , and drainage facilities can be
shared, resulting in a more efficient use of the project area . Therefore , the project limits
may be expanded to include site modifications and adjustments to the county owned
tracts on 43rd Ave and 41St St . , where the administration offices and maintenance
facilities exist for the IRC 43rd Ave Annex site , EMS , and IRCPW Road and Bridge
facilities . The anticipated site modifications and adjustments are :
(i ) Parking expansion within the IRC 43rd Ave Annex site, on the northern side of
the development area .
(ii) Shared parking and shared access driveway with the IRC 43rd Ave Annex site .
( iii ) Construction of drainage improvements to the IRC 43rd Ave Annex site .
(iv) Drainage and earthwork modifications to the IRC 43rd Ave Annex site ,
EMS , and IRCPW Road and Bridge facilities sites .
5 . Green and sustainable strategy planning . Indian River County has adopted Policy No .
AM- 1101 . 1 , which requires that all buildings commenced after July 1 , 2008 shall
comply with the requirements of s . 255 . 2575 Florida Statutes , under the auspices of the
Florida Green Building Coalition , Inc . . The statute requires that the building must
comply with one of several nationally recognized , high performance green building
rating systems , of which , the Florida Green Building Coalition , Inc . system is one of
the approved systems .
4
The CONSULTANT shall provide a Designated Professional (LEED AP) and a
Designated Commissioning Agent (Professional engineer; mechanical or electrical) to
assist and coordinate the FGBC certification process .
( f) The CONSULTANT ' S planning efforts for the Indian River County SRA Transit Facility
should take into account the following .
1 . Improvement locations to be mutually agreed upon by COUNTY staff and
Design Build Team
2 . Exterior and interior finishes .
3 . Construction Costs
4 . IRC requirements for Operation and use — space allocation
5 . Location of adjacent IRC owned sites , and the existing facilities , structures ,
utilities and stormwater systems , and capacity of existing utility and stormwater
management systems .
6 . Local and state Stormwater regulations and requirements .
7 . Views
8 . Prevailing winds
9 . Separation from vehicular spaces , separation from adjacent residential districts
10 . Flood zones , Wind Resistance , Building Codes , and life safety issues
11 . Sustainable Green design standards .
(g) The CONSULTANT will endeavor not to duplicate any previous work done on the
project . After written authorization to proceed, the CONSULTANT 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 CONSULTANT and County
will be held.
(h) The CONSULTANT will attend conferences with the COUNTY and its representatives
upon the request of COUNTY .
(i ) In order to accomplish the work described under this Agreement in the time frames set
forth in this Agreement , the CONSULTANT will maintain an adequate staff of registered
Architects , Engineers , draftsmen , , and other employees and consultants on the work at
all times .
(j ) By executing this Contract, the CONSULTANT represents to the COUNTY that the
CONSULTANT is professionally qualified to act as the engineer for the project and is
licensed to practice engineering by all public entities having jurisdiction over the
CONSULTANT and the project . The CONSULTANT further represents to the
COUNTY that the CONSULTANT will maintain all necessary licenses , permits or other
authorizations necessary to act as engineer for the Project until CONSULTANT' S
remaining duties , hereunder have been satisfied . The CONSULTANT assumes full
responsibility and will indemnify the COUNTY for the improper acts and omissions of
its consultants or others employed or retained by the CONSULTANT in connection with
the Project .
5
(k) The professional services are to be provided in accordance with generally accepted
professional engineering and architectural practices .
( 1) The Consultant will be responsible for scheduling the design team meetings and
coordinating the construction documents generated by its sub - contractors involved in this
project
(m) 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
CONSULTANT ,
(n) Execution of this Contract by the CONSULTANT constitutes a representation that the
CONSULTANT has become familiar with the Project site and the local conditions under
which the Project is to be implemented .
(o) The CONSULTANT will endeavor to comply with all federal , state , and local laws
applicable to this project . The CONSULTANT 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 as of the signing of this agreement .
(p) The CONSULTANT will prepare all necessary sketches to accompany applications for
any required federal , state , or local permits .
(r) The CONSULTANT will cooperate frilly with the COUNTY in order that all phases of
the work may be properly scheduled and coordinated .
( s) The CONSULTANT shall report the status of this project to the County ' s Project
manager upon request and hold all drawings , calculations and related work open to the
inspection of the Project manager or his authorized agent at any time , upon reasonable
request .
(t) The CONSULTANT , will prepare all permit applications , and will prepare and furnish
copies of the drawings , specifications and contract documents , as required for federal ,
state and local agencies from which approval of the project must be obtained . All original
documents , tracings and the like , including all items furnished to the CONSULTANT 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 .
(u) The drawings prepared by the CONSULTANT will be of sufficient detail to permit the
actual location of the proposed building improvements on the ground .
(v) 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 CONSULTANT in accordance with SECTION VII Additional Work, of
this Agreement and in an approved amendment to this Contract .
(w) The CONSULTANT agrees that all hiring must follow all applicable labor laws as
follows :
1 . The CONSULTANT 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 .
6
2 . The CONSULTANT 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
( 15CFRPart8 ) 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 .
3 . 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 .
4 . In accordance with Florida Statutes , the COUNTY encourages the CONSULTANT
to the greatest extent possible , to give consideration to increasing the number of
contractors/vendors that are minority businesses .
(x) The CONSULTANT and any subcontractors to the CONSULTANT shall comply with all
the Federal Requirements of the Federal grant for the Transit Facility as specified in
APPENDIX A — FEDERAL REQUIREMENTS attached hereto .
(2 ) CONSULTANTS SCOPE OF WORK AND PRODUCT DELIVERABLES
( a) PHASE 1 - CONSULTANT DEVELOPMENT PROGRAMMING / SCHEMATIC
DESIGN PHASE :
1 . The CONSULTANT shall coordinate with the CONSULTANT ' S design team and the
COUNTY ' S project manager, collecting available data and documentation , including :
( i ) Zoning , utilities , floodplain , as -builts , adjacent site plans/ approvals .
( ii) Bldg type , special requirements , building codes , life safety issues .
( iii ) Owner needs / evaluation
(iv) Energy conservation / sustainability : evaluation of IRC objectives
(v) Preliminary discussion with authorities responsible for adjacent sites that are being
impacted by storm water design and shared access or parking .
2 . The CONSULTANT shall implement a space allocation and building design program . The
program is designed to optimize space and efficiency and comfort for the user. The
program committee will be chaired by the CONSULTANT , and will include
representatives of INDIAN RIVER COUNTY and key sub- contracted consultants . The
program implementation will include researching the project type , establishing goals and
objectives , gathering relevant information , identify strategies , determine quantitative
requirements , and summarizing the program .
3 . The CONSULTANT shall prepare schematic level drawings , based on the programming
efforts . Drawings shall include :
(i ) Schematic level floor plans and elevations
( ii ) Conceptual site plan
(iii) Preliminary stormwater modeling
7
4 . The CONSULTANT shall prepare a schedule of development, including timeframes for
design , permitting, bidding , construction , and contract close- out .
5 . The CONSULTANT shall prepare submittals for and attend applicable pre - application
conference(s) with IRC , SJR, IRFWCD , IRCDUS , FPL , EMS , and Bldg Div.
6 . The CONSULTANT shall prepare detailed site development evaluations , including :
( i ) Survey — boundary, tree , topographic .
(ii) Geotechnical Engineering — evaluation for Drainage , pavement and foundation
design .
(iii ) Traffic — pre- application conference with I.RC Traffic engineer .
7 . The CONSULTANT shall engage a Designated Professional (LEED AP) and a designated
Commissioning Agent (Professional engineer; mechanical or electrical ) to assist and
coordinate the preliminary design team efforts towards FGBC certification, which shall
include :
(i) Develop owner ' s performance requirements , goals and objectives for energy, water
and IAQ (Indoor Air Quality) .
(ii ) Prepare an outline of the requirements and identify which FGBC Green
Commercial Building Designated Standard credit points are consistent with the goals
and objectives .
(iii) Target the credit points which are consistent with the goals and objectives , and
identify which additional points should be pursued (Targeted) in order to achieve
certification .
( iv) Develop a preliminary Commissioning Plan .
8 . The CONSULTANT will prepare a Preliminary Cost Estimate , based on the schematic
plans and programming requirements .
(b) PHASE 2 - PRELIMINARY DESIGN DOCUMENTS PHASE :
1 . CONSULTANT shall prepare Preliminary Design Documents consisting of design
development drawings , outline specifications and other documents sufficient to establish
the size , quality and character of the site development, including the civil engineering,
architectural , structural , mechanical and electrical systems , and other such elements of the
project as may be appropriate . Drawings shall be a refinement of the schematic drawings ,
and shall further define the project scope , relationships , forms , size and appearance .
Drawings and specifications shall include :
( i) Bldg : Plans , sections , elevations , typ , construction details , equipment lay- out .
(ii ) Site : Preliminary Site Plan —bldg location (s ) , paving and drainage , stormwater
system(s ) , utility locations , typical construction details .
(iii) Specifications : identify major materials and systems and quality levels for both
building and site .
2 . The CONSULTANT shall prepare a Concurrency Application and supporting
documentation and evaluation of Public infrastructure impacted by the development,
including :
8
(i) Traffic Impact Statement or Analysis as required by IRC Traffic Engineering .
( ii) Stormwater management calculations and hydraulic and hydrological modeling of
the on - site drainage basin (s ) and adjacent off- site drainage basins impacted by the
development .
3 . The CONSULTANT shall prepare an updated detailed site and building construction plan
cost estimate , based on the preliminary Design Documents , and reconcile design with
project budget.
(c) PHASE 3 - FINAL DESIGN AND PERMITTING PHASE
1 . The CONSULTANT will perform all necessary surveying, civil engineering, architectural ,
mechanical and electrical engineering and structural design, and incidental work for the site
and Buildings . Based on the preliminary design development documents , final construction
plans and technical specifications shall be prepared , establishing in detail the material and
systems required for the project, including the incorporation of Sustainable building and
site design principles and systems .
2 . The CONSULTANT shall Design and prepare a complete set of construction plans for the
two buildings suitable for obtaining County Site Plan Approval , Building Permits , and
Health Department permits , and other permits required for the work. The design shall be in
accordance with the 2004 Florida Building Code and current Life Safety Code . These plans
shall include :
(i ) Architectural
(ii) Structural
( iii) Mechanical
(iv) Electrical
(v) Interior design / finishes / furnishings & furniture selection
(vi ) Equipment and Machinery evaluation and general specification
(vii) Fire protection systems
(viii) Security systems
(ix) Information technology systems
a. Security requirements and coordination
b . Voice and data systems
(x) Energy Code Calculations/ modeling per Florida Building Code (F . B . C . ) .
3 . The CONSULTANT shall design and prepare a complete set of site construction plans for
obtaining County site plan approval , building permits , and other site development
jurisdictional agency permits . These plans shall include :
(i ) Site Plan
( ii) Landscape / Irrigation design — "Florida Friendly" design
(iii) Site Electrical / site lighting
(iv) Clearing, Earthwork, drainage and paving
a . On- site
b . Off- site — (Elections , Emergency Management Services and Public Works sites)
9
(v) Utilities
(vi ) ROW / Traffic improvements ( off- site)
a. Driveway(s) , sidewalks , turn lane (s ) at site frontage
b . Other off- site improvements - not included / not anticipated to be required .
4 . The CONSULTANT shall prepare complete civil site development drawings for the
construction of water and sewer , electric , phone , data and storm water management system
requirements . All co -ordination with utility providers , design , relocation or routing , and
scheduling shall be by the CONSULTANT .
5 . The CONSULTANT shall provide Landscape and Irrigation Designs conforming to local
ordinances and co - ordinate all underground chases , routes and clearances below walks and
drives .
6 . The CONSULTANT shall design and prepare documentation , analysis , modeling ,
construction plan details and specifications for the building systems and site work to
comply with the Florida Green Building Coalition , Inc . standards for Green
Commercial Buildings , and submit application to receive certification as a "Florida Green
Commercial Building" . This work shall include :
( i) Preparation of documentation for each achieved credit point by the appropriate
design team consultant ( civil engineer, architect, mechanical , electrical , structural
engineers , landscape designer, irrigation designer) .
( ii ) Compilation of documentation and preparation and submittal of the application to
the FGBC by the designated Professional ( a LEED Accredited Professional . )
(iii ) Preparation and Implementation of a Commissioning Plan by a designated
Commissioning Agent ( a Professional Engineer in the Mechanical or Electrical
Engineering discipline . )
7 . Prepare Construction Documents . Prepare Technical written specifications in the standard
16 Division format — for building and site work components .
8 . Constriction Cost Estimate(s) : Based on 90 % complete plans , prepare a detailed site and
building constriction plan cost estimate .
9 . Permits : The Consultant will prepare permit applications for all government agencies with
jurisdiction, including :
( i ) Site Development Permits : Prepare calculations , reports , sketches , and application
forms to accompany construction plans for required Federal , state and local site
development permits , including :
a . * Indian River County Site Plan (TRC and P &Z) .
b . * Indian River County Site Plan (Minor modifications / Administrative
Amendments — off- site : Elections , Emergency Management Services and
Public Works sites)
C , * * Indian River County Concurrency (Traffic Impact Analysis )
d. * * Indian River County ROW (Access for commercial , sidewalk, utility ,
drainage connection)
e . * Indian River County Stormwater (Type A)
10
£ * Indian River County Land Clearing and Tree removal
g . * * Indian River County water and sewer utility
h . * SJRWMD ERP / Standard Stormwater (site)
i . * SJRWMD — (modification. to existing ERP ' s at adjacent sites , as
required : Elections , EMS and PW sites)
j . * Indian River Farms Water Control District — development review , drainage
connection
k . * * Florida Department of Environmental Protection Notice of Intent —
( SWPPP )
1 . * * Florida Department of Environmental Protection — ( General) Water
system extension
m. * * Florida Department of Environmental Protection — (General ) Sewer
collection System
n . * Army Core of Engineers — exemption determination
o . * * Indian River County Department of Health — grease trap / interceptor
(vehicle wash area)
*Note : this is commenced at 30 % to 60 % complete construction drawings (preliminary
design documents) .
* *Note : this is commenced at 90 % complete construction drawings final design
documents), and completed prior to bidding, if possible.
( ii) Building permits : Assist contractor with the building permit review process .
Provide plans , specifications and supporting documentation . Prepare response to
building official review and necessary plan modifications . (note : This is completed
after bidding and construction contract award.)
(d) PHASE 4 - PRE- CONSTRUCTION PHASE
1 . In general , the CONSULTANT will assist the COUNTY with bid procurement including
assistance in the preparation of bidding and procurement documents and information
for a competitive public bid, or construction management at risk delivery system .
Services may include :
(i) Description of time , place and conditions of bidding and construction .
( ii) Bidding and Proposal forms
(iii) Form of Agreement — between owner and contractor ; or owner and construction
manager .
(iv) Conditions of the Contract — standard , supplementary, and other special
conditions .
2 . The CONSULTANT will assist the COUNTY with Construction Procurement services ,
including :
11
(i) Prepare and provide bid sets for competitive bidding; or for construction manager ' s
use in securing bids .
(ii ) Coordinate and Attend Pre -bid meeting ; or coordinate and attend meetings /
negotiations with the perspective construction manager and its sub - contractors .
Respond to RFI ' s sent by bidders , and prepare Addendums / plan modifications , if
necessary .
(iii ) Bid validation .
(iv) Prepare Notice of Award and assist IRC in finalizing construction contract.
( PHASE 5 - CONSTRUCTION PHASE :
1 . The CONSULTANT shall assist the COUNTY with the Contract Administration and
Inspections , including : attend progress meetings , review shop drawings and contractors
submittals , and provide routine site inspections to verify the work is proceeding in accordance
with the plans and specifications for the purposes of certification upon completion of the work.
Inspections shall be documented with written reports and digital photographs . The
CONSULTANT will coordinate the responsibility for document review, meeting attendance ,
and inspections with civil engineer, architect and other consultants . The construction period is
estimated to be seven (7) to nine (9) months, and CA and inspection fees have been estimated
by the CONSULTANT based on this time frame , and the tasks and frequency of services
listed below . Anticipated tasks / services include :
(i) Site :
a. Coordinate and attend pre-construction meetings . (2)
b . Attend progress meetings with contractor ( 1 / wk)
c . Review shop drawings ( 1 )
d . Review contractors pay requests ( 1 ./ month)
e . Periodic inspections of the site work (3 +-/ week)
£ Substantial completion inspection / punch list ( 1 )
g. Review as-builts for adequacy and completeness ( 1 )
h. Final inspection / final completion determination ( 1 )
i . Prepare final certification submittals for site permits
(ii) Building :
a. Coordinate and attend pre- construction meetings . (2)
b . Attend progress meeting with contractor ( I / wk)
c . Review shop drawings ( 1 submittal)
d. Review contractors pay requests ( 1 / month)
e . Periodic inspections of the bldg construction ( 1 +-/ wk)
f. Inspection prior to all concrete pours
g. Inspections from Structural and M . E . P . consultants — as needed
h . Substantial completion inspection / punch list ( 1 )
i . Final inspection / final completion determination ( 1 )
12
(iii) Changes to Work : Oversee changes to work, field directives , minor plan changes ,
administer construction change orders .
2 . The CONSULTANT shall provide the services of a Commissioning Agent to verify the
installation of the Building energy systems , validate that the systems are calibrated and perform
according to the "Basis of Design" and Construction Documents , and review the "Operations
and Maintenance Manual " (provided by the contractor) , and prepare a final Commissioning
Plan and report, and submit certification to Florida Green Building Coalition that the building
systems have been installed, and are calibrated .
SECTION V - TIME FOR COMPLETION
( 1 ) The time for completion of each project phase shall be as follows :
( a) Agreement between the CONSULTANT and the COUNTY _ March 2010 .
(b ) Consultant Development, Programming / Schematic design Phase : _ May 2010
(c) Preliminary Design Development Phase : _ July 2010 .
(d) Final Design and Permitting Phase : _ September 2010 .
(e) Pre- Construction Phase : _ November 2010 .
(f) Construction Phase : _ July 2011 .
(g) Occupy Facility August 2011 .
(2 ) Commencement dates shall be established in a "Notice to Proceed " from the COUNTY
for each phase .
SECTION VI — COMPENSATION
( 1 ) Compensation : The COUNTY agrees to pay and the CONSULTANT agrees to accept for
services rendered pursuant to this Agreement , fees in accordance with the following :
( a) Design Services Fees : For the CONSULTANT' S services , compensation shall be as
follows :
- Site and Building — Design / Permitting : $ 125 ,400 . 00
- Cost Estimates / Bidding/ Contract procurement / CA and Inspections $ 41 , 500 . 00
-FGBC Green sustainable design , certification and commissioning : $ 15 , 500 . 00
TOTAL $ 1823400 . 00
(b ) Reimbursable Expenses : Reimbursable expenses , including prints , copies , mail , Fed-Ex ,
mileage , application fees , etc . shall be paid by the CONSULTANT , and then reimbursed
by the COUNTY ; or paid direct by the COUNTY . Reimbursable expenses will be
invoiced based on costs as defined in the schedule below .
13
Refer to the attached " Opinion of Probable Cost" for an estimate of anticipated
Reimbursable Expenses . Reimbursable expenses include permit application fees , prints ,
copies , mailings/ FedEx, mileage , etc .
Schedule
Prints - $ 2 . 00/sheet
Xerox Copies - $ 0 . 15 /page
Mileage - $ 0 .445/mile
Other Reimbursables —at cost
The fees , reimbursable costs , estimated. construction costs , and other costs are outlined in
the attached " Opinion of Probable Cost" .
(2 ) Payment Schedule
(a) The COUNTY shall make monthly partial payments to the CONSULTANT . Payments
shall be in proportion to the percentage of work completed for each Phase of work
provided , and payments shall also include all reimbursable costs for the billing period .
Retainage may be withheld in accordance with " Section IX —Partial Payments " .
(b) The value of each Phase of the CONSULTANTS work and product deliverables shall be
in accordance with the following schedule :
Phase 1 - Consultant Dev . , Programming/ Schematic design (20 % ) : $ 36 ,480 . 00
Phase 2 - Preliminary Design Development (22 . 5 % ) : $ 41 , 040 . 00
Phase 3 - Final Design and Permitting (37 . 5 %) : $ 68 ,400 . 00
Phase 4 - Pre- Construction (7 . 5 %) : $ 1300 . 00
Phase 5 - Construction ( 12 . 5 %) : $ 224800 . 00
TOTAL $ 1823400 . 00
(c) The payments shall be due within 30 days of the date of a properly submitted invoice .
(3 ) Additional Services Fee :
The COUNTY agrees to pay for additional services , approved by the COUNTY in
writing , that are outside or beyond the scope of services identified above in accordance
with the approved hourly rate schedule . ( Copy of 2010 Rate Schedule is attached) . See
" Section VII — Additional Work" and " Section VIII — Extra Work" . In the event
additional services are provided beyond the time of completion outlined above , the rate
schedule shall be subject to reasonable change in accordance with the Consumer Price
Index .
14
SECTION VII - ADDITIONAL WORK
( 1 ) 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 COUNTY, said additional
work may commence upon receipt of a Notice to Proceed .
(b ) Compensation for Additional Work shall be at a price to be negotiated between the
CONSULTANT and the COUNTY , based on the CONSULTANT ' S approved hourly
rate schedule (copy attached) .
SECTION VIII - EXTRA WORK
( 1 ) In the event extra work is necessary by the CONSULTANT due to a change in scope of
the project, and upon the issuance of an amendment to this Contract for said Extra Work
by the COUNTY, said Extra Work may commence upon receipt of a Notice to Proceed .
(2 ) Compensation for Extra Work shall be at a price to be negotiated between the
CONSULTANT and the COUNTY , based on the CONSULTANT ' S approved hourly
rate schedule (copy attached) .
SECTION IX - PARTIAL PAYMENTS
( 1 ) The COUNTY shall make monthly partial payments to the CONSULTANT .
(2 ) The CONSULTANT shall submit duly certified invoices to the COUNTYS project
manager.
(3 ) The COUNTY shall withhold from each progress payment made to the CONSULTANT
an amount not exceeding 10 percent: of the payment as Retainage until 50 -percent
completion of the contracted design services .
(4) After 50 -percent completion of the design services purchased pursuant to the contract,
the COUNTY shall reduce to 5 percent the amount of Retainage withheld from each
subsequent progress payment made to the CONSULTANT .
( 5 ) After 50 -percent completion of the design services purchased pursuant to the
CONSULTANT , the CONSULTANT may present to the COUNTY a payment request
for up to one -half of the retainage held by the COUNTY . The COUNTY shall promptly
make payment to the COSULTANT, unless the COUNTY has grounds for withholding
the payment of retainage that are the subject of a good faith dispute , the subject of a claim
brought pursuant to s . 255 . 05 F . S . , or otherwise the subject of a claim or demand by the
COUNTY or contractor. If the COUNTY makes payment of retainage to the
CONSULTANT under this paragraph which is attributable to the labor, services , or
materials supplied by one or more subcontractors or suppliers , the CONSULTANT shall
timely remit payment of such retainage to those subcontractors and suppliers .
15
SECTION X — RIGHT OF DECISIONS
( 1 ) All services shall be performed by the CONSULTANT to the satisfaction of the
COUNTY ' S project manager, 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 project managers 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 .
(2 ) 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 COUNTY ' S project manager. In the event that the CONSULTANT
does not concur in the judgment of the COUNTY ' S project manager as to any decisions
made by him , he shall present his written objections to the County Administrator; and the
COUNTY ' S project manager and the CONSULTANT shall abide by the decision of the
County Administrator of Indian River County , unless the decision is clearly arbitrary or
unreasonable . The CONSULTANT may appeal the decision to the Board of County
Commissioners .
SECTION XI - OWNERSHIP AND REUSE OF DOCUMENTS
( 1 ) Ownership
All reports , tracings , plans , specifications , contract documents , and other data developed
by the CONSULTANT for the purpose of this Agreement shall become the property of
the COUNTY and shall be made available by the CONSULTANT 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 .
(2) Reuse of Documents
All documents , including but not limited to drawings and specifications , prepared by the
CONSULTANT pursuant to this Agreement are related exclusively to the services
described herein . They are not intended or represented to be suitable for reuse by the
COUNTY or others on extensions of this project or on any other project. Any such
utilization or adaptation will entitle the CONSULTANT to further compensation at rates
to be agreed upon by the COUNTY and the CONSULTANT . The CONSULTANT 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
16
Any notices , reports or other written communications from the CONSULTANT to the COUNTY
shall be considered delivered when posted by certified mail or delivered in person to the
COUNTY ' S project manger . Any notices , reports or other communications from the COUNTY
to the CONSULTANT shall be considered delivered when posted by certified mail to the
CONSULTANT at the last address left on file with the COUNTY or delivered in person to said
CONSULTANT 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 terminated by either
party upon thirty (30) days written notice in the event of substantial failure by the other party to
perform 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 CONSULTANT will be paid for all services rendered to the date of
termination , all expenses subject to reimbursement hereunder, and other reasonable expenses
incurred by the CONSULTANT as a result of such termination . The CONSULTANT 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 CONSULTANT 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 CONSULTANT 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 CONSULTANT 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.
It is anticipated that the CONSULTANT shall sub - contract the following portions of the work :
- Contract Administrator : CONSULTANT — Schulke , Bittle & Stoddard, LLC
- Civil Engineering : CONSULTANT— Schulke , Bittle & Stoddard, LLC
- Surveying : Houston , Schulke , Bittle & Stoddard, LLC .
17
- Geotechnical Engineering : KSM Engineering and Testing, INC .
- Traffic Engineering : Motorist Design, INC .
-Architecture : Caribeno Architectural Group , INC .
- Structural engineer : CONSULTANT — Schulke , Bittle & Stoddard, LLC
- Mechanical and Electrical Engineers : Treasure coast Engineering , INC . ,
and Constriction Engineering Group , INC .
-Landscape designers : CONSULTANT— Schulke , Bittle & Stoddard , LLC
- Irrigation designers : CONSULTANT— Schulke , Bittle & Stoddard , LLC
- LEED AP Designated coordinator CONSULTANT— Schulke , Bittle & Stoddard , LLC
- Commissioning Agent : Construction Engineering Group , INC
SECTION XVI - WARRANTY
The CONSULTANT warrants that he has not employed or retained any company or person other
than bona fide employees working solely for the CONSULTANT to solicit or secure this
contract and that he has not 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 COUNTY ' S
project manager, whichever occurs later, or unless otherwise terminated pursuant to Section XIII
of this contract .
SECTION XVIII - INSURANCE AND INDEMNIFICATION
During the performance of the work covered by this Agreement , the CONSULTANT shall
provide the COUNTY with evidence that the CONSULTANT has obtained and maintains the
insurance listed in the Agreement .
( 1 ) CONSULTANT 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 CONSULTANT , his
agents , representatives , employees or sub- contractors . The cost of such insurance shall be
included in the CONSULTANT' s Basic Compensation . Architects and Engineers under
subcontract with the CONSULTANT shall have their own Professional Liability
Insurance .
18
(2 ) Minimum Scope of Insurance
( a) 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 .
(b ) 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 .
(c) 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 .
(d) Professional Liability Insurance providing coverage for negligent , reckless or
intentional acts , errors , or omissions committed or alleged to have been
committed by CONSULTANT with a limit of $ 500 , 000 per claim/annual
aggregate . There shall be no more than $ 10 , 000 deductible per claim amount
unless the CONSULTANT provides a Certified Copy of a financial report which
has been approved by the Cormty 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 .
( 3 ) 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 CONSULTANT .
(4 ) CONSULTANT ' S insurance coverage shall be primary .
(5 ) All above insurance policies shall be placed with insurers with a Best' s rating of no less
that A - VI . The insurer chosen shall also be licensed to do business in Florida .
( 6) The insurance policies procured shall be " Claims Made " policies or as generally available
on the open insurance market.
( 7 ) 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 .
( 8 ) 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 terminate
said policies of insurance .
19
( 9 ) CONSULTANT shall include all sub - contractors as insured under its policies or shall
furnish separate certificates and endorsements for each subcontractor . All coverages for
subcontractors shall be subject to all of the requirements stated herein .
( 10) CONSULTANT hereby agrees to indemnify Indian River County and Representatives
thereof from all claims and expenses ( including reasonable attorney fees) arising out of or
relating to negligent, reckless or intentional acts , errors or omissions of the
CONSULTANT or CONSULTANT ' S REPRESENTATIVES in the performance of
Professional Services under this agreement .
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 .
IN WITNESS WHEREOF the parties hereto have executed these presents this 9 °i day of March , 2010 .
OWN.r
�, 7 , t , CONSULTANT COMPANY NAME :
BOt1" RLl 0.1= �COUNTY COMMSIONERS SCHULKE , BITTLE AND STODDARD , LLC
I &NRIVER CC 'i TY FLORIDA
aJ . .
:Peier. G: .O° Byrya i ,. Chairplan j
Joseph chulke , Managing Member
Approved by BCC: _� 1a.rch 9 , 2010
Witn sed by :
ATTEST: '` v � 4
Jeffrey K . � B`art'oi1 ; °Clerk of Circuit Court
Dep%a y Clerk
Approved as to Form and Legal Sufficiency : Printed Name
Alan S . Polackwich, Sr , , County Attorney
Approved :
41 (B
Q.11J
/oseph . Baird , County Administrator
20
APPENDIX A - FEDERAL REQUIREMENTS
The following are requirements of the Consultant that are conditions of the Federal grant fiends
available to this project .
A . Energy Conservation
The Consultant agrees to comply with mandatory standards and policies relating to energy
efficiency which are contained in the state energy conservation plan issued in compliance with
the Energy Policy and Conservation Act .
B . Clean Water
( 1 ) The Consultant agrees to comply with all applicable standards , orders or regulations issued
pursuant to the Federal Water Pollution Control Act, as amended , 33 U . S . C . 1251 et seq . The
Consultant agrees to report each violation to the County and understands and agrees that the
County will , in turn , report each violation as required to assure notification to FTA and the
appropriate EPA Regional Office .
(2 ) The Consultant also agrees to include these requirements in each subcontract exceeding
$ 100 , 000 financed in whole or in part with Federal assistance provided by FTA .
C . Lobbying
See Appendix B .
D . Access to Records and Reports
The following requirements apply to access to records :
1 ) Where the County is the FTA Recipient or a sub - grantee of the FTA Recipient in accordance
with 49 C . F . R. 18 . 36 ( i ) , the Consultant agrees to provide the County , the FTA Administrator, the
Comptroller General of the United States or any of their authorized representatives access to any
books , documents, papers and records of the Consultant which are directly pertinent to the
proposed contract for the purposes of making audits , examinations , excerpts and transcriptions .
Pursuant to 49 C . F . R . 633 . 17 , the Consultant also agrees to provide the FTA Administrator or his
authorized representatives including any PMO Consultant access to the Consultant' s records and
construction sites pertaining to a major capital project , defined at 49 U . S . C . 5302 ( a) l , which is
receiving federal financial assistance through the programs described at 49 U. S . C . 5307 , 5309 or
5311 .
2 ) Where the County enters into a contract for a capital project or improvement (defined at 49
U . S . C . 5302 (a) l ) through other than competitive bidding , the Consultant will make available
records related to the contract to the County , the Secretary of Transportation and the Comptroller
General or any authorized officer or employee of any of them for the purposes of conducting an
audit and inspection .
C : ADocuments and Set tings\tomnLocaI Settings\Temporary Internet Files\Content . 0utlook\ RG2I W7KG\APPENDIX A - Fed era I Requirements
(3 ) . doc A - ]
3 ) The successful will agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed .
4) The Consultant agrees to maintain all books , records , accounts and reports required under the
proposed contract for a period of not less than three years after the date of termination or
expiration of this contract, except in the event of litigation or settlement of claims arising from
the performance of the proposed contract, in which case the Consultant agrees to maintain same
until the County, the FTA Administrator, the Comptroller General , or any of their duly
authorized representatives , have disposed of all such litigation , appeals , claims or exceptions
related thereto . Reference 49 CFR 18 . 39 ( i ) ( 11 ) ,
5 ) FTA does not require the inclusion of these requirements in subcontracts .
E . Federal Changes
The Consultant will at all times comply with all applicable FTA regulations , policies , procedures
and directives , including without limitation those listed directly or by reference in the Master
Agreement between the County and FTA , as they may be amended or promulgated from time to
time during the term of the proposed contract. The Consultant' s failure to so comply shall
constitute a material breach of this contract .
F . Clean Air
1 ) The Consultant agrees to comply with all applicable standards , orders or regulations issued
pursuant to the Clean Air Act, as amended , 42 U . S . C . § § 7401 et seq . The Consultant agrees to
report each violation to the County and understands and will agree that the County will , in turn ,
report each violation as required to assure notification to FTA and the appropriate EPA Regional
Office .
2 ) The Consultant also agrees to include these requirements in each subcontract exceeding
$ 100 , 000 financed in whole or in part with Federal assistance provided by FTA .
G . Recycled Products/Recovered Materials
The Consultant agrees to comply with all the requirements of Section 6002 of the Resource
Conservation and Recovery Act (RCRA) , as amended (42 U . S . C . 6962 ) , including but not
limited to the regulatory provisions of 40 CFR Part 247 , and Executive Order 12873 , as they
apply to the procurement of the items designated in Subpart B of 40 CFR Part 247 .
H . No Obligation by the Federal Government
1 ) The County and the Consultant acknowledge and agree that, notwithstanding any concurrence
by the Federal Government in or approval of the solicitation or award of the underlying contract,
absent the express written consent by the Federal Government, the Federal Government is not a
party to this contract and shall not be Subject to any obligations or liabilities to the County
CADocuments and Settings\lornRLocal Settings\Temporary Internet Files\Con tent. 0utlook\RG21 W7KG\APPENDIX A - Federal Requirements
( 3) . doe A_ 2
Consultant , or any other party (whether or not a party to that contract) pertaining to any matter
resulting from the underlying contract .
2 ) The Consultant agrees to include the above clause in each subcontract financed in whole or in
part with Federal assistance provided by FTA . It is further agreed that the clause shall not be
modified , except to identify the sub - consultant who will be subject to its provisions .
1. Program Fraud and False or Fraudulent Statements or Related Acts
1 ) The Consultant acknowledges that the provisions of the Program Fraud Civil Remedies Act of
1986 , as amended , 31 U . S . C . § 3801 et seq . and U . S . DOT regulations , "Program Fraud Civil
Remedies , " 49 C . F . R . Part 31 , apply to its actions pertaining to the proposed project . Upon
execution of the underlying contract , the Consultant will certify and affirm the truthfulness and
accuracy of any statement it has made , it makes , it may make , or causes to be made , pertaining to
the underlying contract or the FTA assisted project for which this contract work is being
performed . In addition to other penalties that may be applicable , the Consultant further
acknowledges that if it makes , or causes to be made , a false , fictitious , or fraudulent claim
,
statement, submission , or certification , the Federal Government reserves the right to impose the
penalties of the Program Fraud Civil Remedies Act of 1986 on the Consultant to the extent the
Federal Government deems appropriate .
2 ) The Consultant also acknowledges that if it makes , or causes to be made, a false , fictitious , or
fraudulent claim , statement , submission, or certification to the Federal Government under a
contract connected with a project that is financed in whole or in part with Federal assistance
originally awarded by FTA under the authority of 49 U . S . C . § 5307 , the Federal Government
reserves the right to impose the penalties of 18 U . S . C . § 1001 and 49 U. S . C . § 5307 (n) ( 1 ) on the
Consultant , to the extent the Federal Government deems appropriate .
3 ) The Consultant agrees to include the above two clauses in each subcontract financed in whole
or in part with Federal assistance provided by FTA . It is further agreed that the clauses shall not
be modified , except to identify the sub - consultant who will be subject to the provisions .
J . Suspension and Debarment
This proposed contract is a covered transaction for purposes of 49 CFR Part 29 . As such , the
Consultant will be required to verify that none of the consultant, its principals , as defined at 49
CFR 29 . 995 , or affiliates , as defined at 49 CFR 29 . 905 , are excluded or disqualified as defined at
49 CFR 29 . 940 and 29 . 945 . The Consultant is required to comply with 49 CFR 29 , Subpart C
and must include the requirement to comply with 49 CFR 29 , Subpart C in any lower tier
covered transaction it enters into . By signing and submitting its bid or proposal, the bidder or
proposer certifies as follows :
The certification in this clause is a material representation of fact relied upon by the
County . If it is later determined that the bidder or proposer knowingly rendered an
erroneous certification , in addition to remedies available to the County, the Federal
Government may pursue available remedies , including but not limited to suspension
C : ADocuments and Settings\tomN,ocal Settings\Temporary Internet files\Content. 0utlook\RG21 W7KG\APPENDIX A - Federal Requirements
(3 ) . doc A- 3
and/or debarment . The bidder or proposer agrees to comply with the requirements of 49
CFR 29 , Subpart C while this offer is valid and throughout the period of any contract that
may arise from this offer. The bidder or proposer further agrees to include a provision
requiring such compliance in its lower tier covered transactions .
K. Privacy Act
1 ) The Consultant agrees to comply with , and assures the compliance of its employees with , the
information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U . S . C . §
552a . Among other things , the Consultant agrees to obtain the express consent of the Federal
Government before the Consultant or its employees operate a system of records on behalf of the
Federal Government . The Consultant understands that the requirements of the Privacy Act,
including the civil and criminal penalties for violation of that Act, apply to those individuals
involved , and that failure to comply with the terms of the Privacy Act may result in termination
of the underlying contract .
2 ) The Consultant also agrees to include these requirements in each subcontract to administer
any system of records on behalf of the Federal Government financed in whole or in part with
Federal assistance provided by FTA .
L . Civil Rights
1 ) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended , 42
U . S . C . § 2000d , section 303 of the Age Discrimination Act of 1975 , as amended , 42 U . S . C . §
6102 , section 202 of the Americans with Disabilities Act of 1990 , 42 U . S . C . § 12132 , and
Federal transit law at 49 U . S . C . § 5332 , the Consultant agrees that it will not discriminate against
any employee or applicant for employment because of race , color, creed, national origin , sex ,
age , or disability . In addition , the Consultant agrees to comply with applicable Federal
implementing regulations and other implementing requirements FTA may issue .
2 ) Equal Employment Opportunity - The following equal employment opportunity requirements
will apply to the proposed contract :
( a) Race, Color, Creed , National Origin , Sex - In accordance with Title VII of the Civil
Rights Act , as amended , 42 U . S . C . § 2000e , and Federal transit laws at 49 U . S . C . § 5332 ,
the Consultant agrees to comply with all applicable equal employment opportunity
requirements of U . S . Department of Labor (U . S . DOL) regulations , " Office of Federal
Contract Compliance Programs , Equal Employment Opportunity , Department of Labor , "
41 C . F . R. Parts 60 et seq . , ( which implement Executive Order No . 11246 , " Equal
Employment Opportunity , " as amended by Executive Order No . 11375 , " Amending
Executive Order 11246 Relating to Equal Employment Opportunity, " 42 U . S . C . § 2000e
note) , and with any applicable Federal statutes , executive orders , regulations , and Federal
policies that may in the future affect construction activities undertaken in the course of
the Project . The Consultant agrees to take affirmative action to ensure that applicants are
employed , and that employees are treated during employment , without regard to their
race , color, creed, national origin, sex , or age . Such action shall include , but not
be
C :ADocuments and Settings\tom [\Local Settings\Temporary Internet Files\C011te11t. 0utlook\RG2I W7KG\APPENDIX A - Federal Requirements
(3 ) . doc A-4
limited to , the following : employment, upgrading, demotion or transfer, recruitment or
recruitment advertising, layoff or termination ; rates of pay or other forms of
compensation ; and selection for training, including apprenticeship . In addition , the
Consultant agrees to comply with any implementing requirements FTA may issue .
(b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of
1967 , as amended , 29 U . S . C . § § 623 and Federal transit law at 49 U . S . C . § 5332 ,
the
Consultant agrees to refrain from discrimination against present and prospective
employees for reason of age . In addition , the Consultant agrees to comply with any
implementing requirements FTA may issue .
( c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act,
as amended, 42 U. S . C . § 121123 the Consultant agrees that it will comply with the
requirements of U . S . Equal Employment Opportunity Commission , " Regulations to
Implement the Equal Employment Provisions of the Americans with Disabilities Act, " 29
C . F . R. Part 1630 , pertaining to employment of persons with disabilities . In addition , the
Consultant agrees to comply with any implementing requirements FTA may issue .
3 ) The Consultant also agrees to include the foregoing requirements in each subcontract financed
in whole or in part with Federal assistance provided by FTA, modified only if necessary to
identify the affected parties .
M. Breaches and Dispute Resolution
Disputes — Disputes regarding the proposed contract will be handled as follows : Disputes arising
in the performance of the proposed agreement which are not resolved by agreement of the parties
shall be decided in writing by the County Project Manager. This decision shall be final and
conclusive unless within ten ( 10) ] days from the date of receipt of its copy , the Consultant mails
or otherwise furnishes a written appeal to the County Administrator. In connection with any such
appeal , the Consultant shall be afforded an opportunity to be heard and to offer evidence in
support of its position . The decision of the County Administrator shall be binding upon the
Consultant and the Consultant shall abide by the decision .
Performance During Dispute - Unless otherwise directed by the County , the Consultant will
continue performance under the proposed agreement while matters in dispute are being resolved .
N . Disadvantaged Business Enterprises
This Agreement is subject to Title 49 , Part 26 of the Code of Federal Regulations (49 CFR 260 )
entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation
Financial Assistance Programs . " In order to ensure the Florida Department of Transportation
( FDOT) achieves its federally mandated statewide overall Disadvantaged Business Enterprise
(DBE) goal , the Agency encourages the participation of DBE ' s , as defined in 49 CFR 26 , in the
performance of Agreements financed in whole or in part with federal funds . The Contractor shall
not discriminate on the basis of race , color, national origin , or sex in the award and performance
of subcontracts .
C : ADocuIII ell ts and Set tings\tomnLocaI Settings\Temporary Internet Files\Con tell t . OUtIook\RG21 W7KG\APPEND IX A - Federal Requirements
(3 ) . doc A- 5
As required by federal law , FDOT has established a statewide overall DBE goal . In order to
ascertain whether that statewide overall DBE goal is being achieved , FDOT is tracking DBE
participation on all federally assisted contracts .
To assist Contractors in ascertaining DBE availability for specific item of work , the Agency
advises that it has determined that DBE ' s could reasonably be expected to compete for
subcontracting opportunities on this project and the likely DBE Availability Advisory Percentage
is two (2 ) percent . The Agency also advises that participation of DBE ' s in the specified
percentage is not a condition of award .
The Contractor has agreed to carry out applicable requirements of Title 49 CFR 26 , in the award
and administration of federally assisted Agreements . The regulations in their entirety are
incorporated herein and by reference .
The Contractor should notify the Contract Manager in writing , of any changes to its anticipated
DBE participation . This notice should be provided prior to the commencement of that portion of
the work .
DBE as defined in Title 49 CFR 26 and other small businesses are encouraged to participate in
the performance of agreements financed in whole or in part with federal fiends . The contractor or
subcontractor shall not discriminate on the basis of race , color, national origin , or sex in the
performance of this contract . The Contractor shall carry out the applicable requirements of 49
CFR, Part 26 in the award and administration of U . S . Department of Transportation assisted
contracts . Failure by the Contractor to carry out these requirements is a material breach of this
contract, which may result in the termination of this contract or such other remedy , as recipient
deems appropriate .
Any subcontract entered into as a result of the Agreement shall contain all the provisions of this
section .
O . Incorporation of Federal Transit Administration Terms
The preceding provisions include , in part , certain Standard Terms and Conditions required by
DOT , whether or not expressly set forth in the proposed contract provisions . All contractual
provisions required by DOT , as set forth in FTA Circular 4220 . 1E are hereby incorporated by
reference . Anything to the contrary herein notwithstanding , all FTA mandated terms shall be
deemed to control in the event of a conflict with other provisions contained in the proposed
agreement . The Consultant shall not perform any act , fail to perform any act, or refuse to comply
with any County requests which would cause the County to be in violation of the FTA terms and
conditions .
U . S . OMB Provisions . The Recipient [Indian River County] agrees to comply with applicable
provisions of U . S . Office of Management and Budget , "Requirements for Implementing Sections
15125 1605 , and 1606 of the American Recovery and Reinvestment Act of 2009 for Financial
Assistance Awards , " 2 C . F . R . Part 176 , 74 Fed . Reg . 18449 et seq . , April 23 , 2009 .
CADocuments and Settings\tornRLocal Settings\Temporary Internet Files\Content. 0utlook\RG21 W7KG\APPENDIX A - Federal Requirements
(3 ) . doc A- 6
P . Reporting and Registration Requirements imposed on Indian River County as Recipient
under Section 1512 of the Recovery Act .
1 ) The recipient [Indian River County] is required to complete projects or activities which are
funded under the Recovery Act and to report on use of Recovery Act finds provided through
same . Information from these reports will be made available to the public .
2 ) The Recipient [Indian River County] agrees to submit the requisite reports no later than ten
calendar days after each calendar quarter in which it receives the Federal assistance award
funded in whole or in part by the Recovery Act .
3 ) The Recipient [Indian River County] agrees to maintain , and to require its first- tier
subrecipients [ such as the selected design professional under this solicitation ] to maintain ,
current registrations in the Central Contractor Registration (http : //www . cer. gov) at all times
during which they have active federal awards funded with Recovery Act funds . A Dun and
Bradstreet Data Universal Numbering System (DUNS ) Number (http : //www . dnb . com ) is one of
the requirements for registration in the Central
Contractor Registration .
4 ) The Recipient [Indian River County] agrees to report the information described in section
1512 (c) of the Recovery Act using the reporting instructions and data elements that will be
provided online at http : //www . FederalReporting . gov and ensure that any inforniation that is pre -
filled is corrected or updated as needed .
5 ) Buy America Requirements under Section 1605 of the Recovery Act . Statutory provisions of
49 U . S . C . Chapter 53 impose Buy America requirements sufficient for compliance with Section
1605 of the Recovery Act .
6 ) Wage Rate Requirements under Section 1606 of the Recovery Act . Statutory provisions of 49
U . S . C . Chapter 53 impose Wage Rate requirements involving construction , alteration ,
maintenance , or repair sufficient for compliance with Section 1606 of the Recovery Act ,
7) Recovery Act Transactions Listed in Schedule of Expenditures of Federal Awards and
Recipient [Indian River County] Responsibilities for Informing Subrecipients .
(a) To maximize the transparency and accountability of finds authorized under the
Recovery Act as required by Congress and in accordance with 49 C . F . R. § 18 . 20 or 49
C . F . R. § 19 . 21 , as applicable , the Recipient [Indian River County] agrees to maintain
records that identify adequately the source and application of Recovery Act funds .
(b ) A Recipient [Indian River County ] covered by the Single Audit Act Amendments of
1996 and OMB Circular A - 133 , "Audits of States , Local Governments , and Non - Profit
Organizations , " agrees to separately identify the expenditures for Federal awards under
the Recovery Act on the Schedule of Expenditures of Federal Awards (SEFA) and the
Data Collection Form ( SF - SAC ) required by OMB Circular A- 133 . The Recipient agrees
C :ADocuments and Settings\tomFlLocaI Settings\Temporary Internet Files\Content . 0utlook\RG2I W7KG\APPENDIX A - Federal Requirements
(3 ) . doc A - 7
to accomplish this by identifying expenditures for Federal awards made under Recovery
Act separately on the SEFA , and as separate rows under Item 9 of Part III on the SF - SAC
by CFDA number, and inclusion of the prefix "ARRA- " in identifying the name of the
Federal program on the SEFA and as the first characters in Item 9d of Part III on the
SFSAC .
(c ) The Recipient [Indian River County] agrees to separately identify to each
subrecipient, and document at the time of subaward and at the time of disbursement of
finds , the Federal award number, CFDA number, and amount of Recovery Act finds .
When the Recipient awards Recovery Act funds for an existing program , the Recipient
agrees to furnish sufficient information to each subrecipient that distinguishes the
subawards of incremental Recovery Act finds from regular subawardS under the existing
program .
( d ) The Recipient [Indian River County] agrees to require each subrecipient to include on
its SEFA information to specifically identify Recovery Act finding similar to the
requirements for the recipient SEFA described above . This information is needed to
allow the Recipient to properly monitor subrecipient expenditure of ARRA funds as well
as oversight by FTA , DOT , Offices of Inspector General and the Government
Accountability Office .
(e) Integrity . The Recipient [ Indian River County] agrees that all data it submits to FTA
in compliance with Recovery Act requirements will be accurate, objective , and of the
highest integrity .
(f) Violations of Law . The Recipient [Indian River County] agrees that it and each of its
subrecipients shall report to the U . S . DOT Inspector General or other appropriate
Inspector General any credible evidence that a principal , employee , agent , contractor,
subrecipient, subcontractor, or other person has submitted a false claim under the False
Claims Act, 31 U . S . C . § § 3729 et seq . , or has committed a criminal or civil violation of
law pertaining to fraud , conflict of interest, bribery , gratuity, or similar misconduct
involving Recovery Act funds .
(g) Emblems . The Recipient [Indian River County] agrees to use signs and materials that
display both the American Recovery and Reinvestment Act (Recovery Act) emblem and
the Transportation Investment Generating Economic Recovery (TIGER) program
emblem to identify its Project ( s ) financed with Recovery Act funds that are provided by
U . S . DOT in a manner consistent with Federal guidance, and to include this provision in
any subagreements , leases , third party contracts , or other similar documents used
inconnection with its Recovery Act Project(s ) .
Q . FTA Review .
Except to the extent the Federal Government determines otherwise in writing, the Recipient
{ Indian River County } agrees as follows :
C :ADocuments and Settings\tont\Local Settings\Temporary Internet Files\Content. 0utIook\ RG2I W7KG\APPENDIX A - Federal Requirements
(3 ) . doc A- 8
Drafting, Review , and Approval of Construction Plans and Specifications . The Recipient
{ Indian River County } agrees to comply with FTA requests pertaining to the drafting,
review, and approval of construction plans and specifications .
R. Seismic Safety
The Consultant agrees to comply with the Earthquake Hazards Reduction Act of 1977 , as
amended , 42 U . S . C . § § 7701 et seq . , in accordance with Executive Order No . 12699 , " Seismic
Safety of Federal and Federally-Assisted or Regulated New Building Construction , " 42 U . S . C . §
7704 note , and comply with implementing U . S . DOT regulations , " Seismic Safety , " 49 C . F . R .
Part 41 ( specifically , 49 C . F . R . § 41 . 1 17 ) .
S . Termination
Upon written notice, the Consultant agrees that the Federal Government may suspend or
terminate all or any part of the Federal assistance to be provided for the Project if the Consultant
has violated the terms of the Grant Agreement or Cooperative Agreement for the Project
including the Master Agreement, or if the Federal Government determines that the purposes of
the laws authorizing the Project would not be adequately served by the continuation of Federal
assistance for the Project . The Consultant understands and agrees that any failure to make
reasonable progress on the Project or any violation of the Grant Agreement or Cooperative
Agreement for the Project, or the Master Agreement that endangers substantial performance of
the Project shall provide sufficient grounds for the Federal Government to terminate the Grant
Agreement or Cooperative Agreement for the Project . In general , termination of Federal
assistance for the Project will not invalidate obligations properly incurred by the Consultant
before the termination date to the extent those obligations cannot be canceled . If, however, the
Federal Government determines that the Consultant has willfully misused Federal assistance by
failing to make adequate progress , by failing to make reasonable and appropriate use of Project
property , or by failing to comply with the terms of the Grant Agreement or Cooperative
Agreement for the Project including the Master Agreement , the Federal Government reserves the
right to require the Consultant to refund the entire amount of Federal assistance provided for the
Project or any lesser amount as the Federal Government may determine . Expiration of any
Project time period established for the Project does not , by itself, constitute an expiration or
termination of the Grant Agreement or Cooperative Agreement for the Project .
T . Access for Individuals with Disabilities
The Consultant agrees to comply with 49 U . S . C . § 5301 ( d) , which states the Federal policy that
elderly individuals and individuals with disabilities have the same right as other individuals to
use public transportation services and facilities , and that special efforts shall be made in planning
and designing those services and facilities to implement transportation accessibility rights for
elderly individuals and individuals with disabilities . The Consultant also agrees to comply with
all applicable provisions of section 504 of the Rehabilitation Act of 1973 , as amended , 29 U. S . C .
§ 794 , which prohibits discrimination on the basis of disability in the administration of programs
or activities receiving Federal financial assistance ; with the Americans with Disabilities Act of
1990 (ADA) , as amended , 42 U . S . C . § § 12101 et seq . , which requires that accessible facilities
and services be made available to individuals with disabilities ; with the Architectural Barriers
CADocuments and Settings\toniRLocal Settings\remporary Internet Files\Conte11l. 0utlook\RG2I W7KG\APPENDIX A - Federal Requirements
(3 ) . doc A - 9
Act of 1968 , as amended , 42 U . S . C . § § 4151 et seq . , which requires that buildings and public
accommodations be accessible to individuals with disabilities ; and with other laws and
amendments thereto pertaining to access for individuals with disabilities that may be applicable .
In addition , the Consultant agrees to comply with applicable implementing Federal regulations ,
and any later amendments thereto, and agrees to follow applicable Federal implementing
directives , except to the extent FTA approves otherwise in writing . Among those regulations and
directives are :
( 1 ) U . S . DOT regulations , "Transportation Services for Individuals with Disabilities
(ADA) , " 49 C . F . R . Part 37 ;
(2 ) U . S . DOT regulations , "Nondiscrimination on the Basis of Handicap in Programs and
Activities Receiving or Benefiting from Federal Financial Assistance , " 49 C . F . R . Part 27 ;
( 3 ) Joint U . S . Architectural and Transportation Barriers Compliance Board (U . S .
ATBCB )/U . S . DOT regulations , "Americans With Disabilities (ADA) Accessibility
Specifications for Transportation Vehicles , " 36 C . F . R. Part 1192 and 49 C . F . R . Part 38 ;
(4) U . S . DOJ regulations , "Nondiscrimination on the Basis of Disability in State and
Local Government Services , " 28 C . F . R . Part 35 ;
( 5 ) U . S . DOJ regulations , "Nondiscrimination on the Basis of Disability by Public
Accommodations and in Commercial Facilities , " 28 C . F . R . Part 36 ;
( 6 ) U . S . General Services Administration (U . S . GSA) regulations , "Accommodations for
the Physically Handicapped , " 41 C . F . R . Subpart 101 - 19 ;
( 7) U . S . EEOC, "Regulations to Implement the Equal Employment Provisions of the
Americans with Disabilities Act , " 29 C . F . R. Part 1630 ;
( 8 ) U . S . Federal Communications Commission regulations , "Telecommunications Relay
Services and Related Customer Premises Equipment for the Hearing and Speech
Disabled , " 47 C . F . R. Part 64 , Subpart F ;
(9) U . S . ATBCB regulations , "Electronic and Information Technology Accessibility
Standards , " 36 C . F . R. Part 1194 ;
( 10 ) FTA regulations , "Transportation for Elderly and Handicapped Persons , " 49 C . F . R .
Part 609 ; and
( 11 ) Federal civil rights and nondiscrimination directives implementing the foregoing
Federal laws and regulations , except to the extent the Federal Government determines
otherwise in writing .
C:ADocuments and Settings\tomFlLocaI Settings\Temporary Internet Files\Content - Out Iook\ RG21 W7KG\APPENDIX A - Federal Requirements
(3 ).doc A- 10
APPENDIX B — LOBBYING CERTIFICATION
The undersigned certifies , to the best of his or her knowledge and belief, that :
1 ) No Federal appropriated funds have been paid or will be paid , by or on behalf of
the
undersigned, to any person for influencing or attempting to influence an officer or employee of
an agency , a Member of Congress , an officer or employee of Congress , or an employee of a
Member of Congress in connection with the awarding of any Federal contract , the making of any
Federal grant, the making of any Federal loan , the entering into of any cooperative agreement,
and the extension, continuation , renewal , amendment , or modification of any Federal contract,
grant, loan , or cooperative agreement .
2 ) If any fiends other than Federal appropriated funds have been paid or will be paid to any
person for making lobbying contacts to an officer or employee of any agency, a Member of
Congress , an officer or employee of Congress , or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement , the undersigned
shall complete and submit Standard Form- - LLL , " Disclosure Form to Report Lobbying , " in
accordance with its instructions [ as amended by Government wide Guidance for New
Restrictions on Lobbying, " 61 Fed , Reg . 1413 ( 1 / 19/96 ) . Note : Language in paragraph (2 ) herein
has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P . L .
104 - 65 , to be codified at 2 U . S . C . 1601 , et seq .)J
3 ) The undersigned shall require that the language of this certification be included in the award
documents for all sub- awards at all tiers (including subcontracts , sub -grants , and contracts under
grants , loans , and cooperative agreements) and that all sub-recipients shall certify and disclose
accordingly .
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into . Submission of this certification is a prerequisite for making
or entering into this transaction imposed by 31 , U . S . C . § 1352 (as amended by the Lobbying
Disclosure Act of 1995 ) . Any person who fails to file the required certification shall be subject to
a civil penalty of not less than $ 10 , 000 and not more than $ 100 , 000 for each such failure .
Pursuant to 31 U . S . C . § 1352 (c) ( 1 ) - (2 ) (A) , any person who makes a prohibited expenditure or
fails to file or amend a required certification or disclosure form shall be subject to a civil penalty
of not less than $ 10 , 000 and not more than $ 100 , 000 for each such expenditure or failure .
The Consultant , Schulke , BVerein .
e and Stoddard , LLC , certifies and affirms the truthfulness and
accuracy of each stateme In addition , the Consultant understands and agrees that the
provisions of 31 A 801 , et seq . , appl)� to this certification and disclosure , if any .
Signature of Consultant ' s Authorized Official
Jose h W . Schu Mana in Member Name and Title of Consultant ' s Authorized Official
d Date
C :\Documents and Settings\toniRLocal Settings\Temporary Internet Files\Content. Outlook\RG2IW7KG\APPENDIX A - Federal Requirements
(3 ). doc A- I I
0 100 200 400
GRAPHICSCALE
s:
"` .:•' 4 6Y
5.Y0 ii
tSF ,
14
flx
:.
1 ' i i✓s ' yd .° Ih x V ..gid' L'� ;' �s".Rp _ '3 -q 'Y�^' � r �' a;.� t 'a ` It�.'y`
, "z ., . :, : . .. vd. 1.. �- s ` ::.. . F
:f.. „y �1 - +f-w,,ry "•R,�. .,,.i a...r.-.r ; r7!' :-: - 's` y ,�p °A . ' L
,
: . .. :a« sd _xwe ,y .° .i .I.j ®. ., v,•. '4z *dF.. ".' tr � v8 3C° ,Xe
FF „ ?.,: -:.
tl
Ita E4
z
9ct _
tz
t' , J r r„..{ttBWd; R. 11/FR N1Y 4 -`f :r: r thy. .. ,¢ z - ,•? ' ,.., „ ,
,'� >
32 39 26 ,.00001 Mz , �/ Vim , s,3 r� x w a F x
ra 2 0 I IN�tMI e rwk :
. 11
S :± 323 =28 OOODi` �re � s yw � � a
p- a y, ''I is d . . °.,:' —
.
r,
,? Yy., .Y
r R
y
141,
, _ �{' . qel
ail B ' : }aY ..:.. . .. ° .. r4l:..0 .0 s •,a._.a. BJ3iO, . . %.vim YS 'C : . ! S �C .`y�11'y�i3_.: ay.;'y:-
'1s± Y.:. ' .= k-..e. x`tS.. 5� r•.i b�` sH.. . . ' '+' Yi
r ."HHS
re w d(.,rx r F
-- - • . : -a. . s z, wof yhG h m ; - It
71
: � . s*k4---. RD AVENUE
SE_ aaNn . . a. . B•z,y0.x.n�..' �s�+�t x._ +a,"$'y'�` �'.c.r,+�Si. aY w''ar'§S'.`C.
It
v
'
xSEWE N �
, . . - k - ' sr `
MES — ° .n
1 . THIS SKETCH AND DESCRIPTION IS NOT VALID WITHOUT THE A PORTION rl
LOFSTRACR� EGAL DESCRIPTION
1 S
SIGNATURE AND ORIGINAL RAISED SEAL OF THE FLORIDA RANGE 39 EAST, INDIAN RIVER COUNTY, FOLORI A* M32
ORE SOUTH ,
REGISTERED SURVEYOR AND MAPPER NAMED HEREON , PARTICULARLY DESCRIBED AS FOLLOWS ,
2 , THIS SKETCH AND DESCRIPTION MEETS OR EXCEEDS ALL THE EAST 11 , 18 ACRES OF TRACT 1 , SECTION 28 , TOWNSHIP 32
APPLICABLE REQUIREMENTS OF THE MINIMUM TECHNICAL SOUTH , RANGE 39 EAST, ACCORDING TO THE LAST GENERAL PLAT
STANDARDS AS ESTABLISHED IN CHAPTER 611317 - 6 , OF THE LANDS OF THE INDIAN RIVER FARMS COMPANY RECORDED
FLORIDA ADMINISTRATIVE CODE , IN PLAT BOOK 2 , PAGE 25 OF THE PUBLIC RECORDS OF ST, s,
3 , THIS SKETCH AND DESCRIPTION AND ADJOINING PARCELS LUCIE COUNTY, FLORIDA; SAID LANDS NOW LYING AND BEING IN
MAY BE SUBJECT TO EASEMENTS , RESTRICTIONS , RESER —
VATIONS , OR RIGHT— OF— WAYS NOT SHOWN AND MAY BE INDIAN RIVER COUNTY, FLORIDA ; LESS AND EXCEPT THE
FOUND IN THE PUBLIC RECORDS , NORTHERLY 345 . 6 FEET AND THE SOUTHERLY 633 FEET OF SAID
4 . THIS SKETCH AND DESCRIPTION DOES NOT REPRESENT A EAST 1 1 . 18 OF TRACT 1 ; ALSO LESS AND EXCEPT ALL
FIELD SURVEY, EXISTING PROPERTY CONDITIONS OR FEATURES RIGHTS — OF— WAY FOR ROADS , CANALS , AND DITCHES ,
ARE NOT SHOWN . CONTAINING 1 10 , 149 SQUARE FEET, MORE OR LESS , OR 2 . 53
ACRES .
CERTIFICATION LEGEND & ABBREVIATIONS
SURV R D APPER IN RESPONSIBLE CHARGE P . B . = PLAT BOOK
�+ PG . = PAGE (�
f�� t� ` ` R/W = RIGHT— OF-
-z c�� i � I �-��� WAY O . R . B . = OFFICIAL RECORD BOOK
MICHAEL O ' BRIEN P . S . M . DATE NOT A BOUNDARY SURVEY
FLORIDA REGISTRATION N0 , 6118 THIS IS
INDIAN RIVER COUNTY SURVEYOR SKETCH TO ACCOMPANY LEGAL DESCRIPTION
PREPARED FOR INDIAN RIVER COUNTY ENGINEERING DIVISION ~
NDIAN RIVER COUNTY ADMINISTRATION BUILDING INDIAN R1 VCR COUNy7 ' �x SECTION 28 ��
1901 27TH STREET DRAWN 8Y:
VERO BEACH, FL 32960 DEPARTMENT OF Pt WORArS B• ROACH SKETCH AND DESCR/PT/ON OF
(772) 567-e000 £NG/NEER/NG D/V/S/ON "PPRO�D 9r: TOWNSHIP .�2S SEN/OR RESOURCE CENTER LEASE AREA
A/. 0VR/EN RANGE 39E 4JRD AVE. NORTH OF 4lST Sr
OFY
°.' . � °e page 1 of 2 J
d
i
HOURLY RATE SCHEDULE
Indian River County Transit Facility Project
February 23 , 2010
Civil & Structural En2ineerin2 Hourly Rates (SBS) :
Principal : $ 150 . 00
Project Manager/Engineer : $ 125 . 00
Design/ Engineering Tech (EI) : $ 100 . 00
Construction Manager : $ 80 . 00
Draftsman : $ 80 . 00
Inspector : $ 60 . 00
Clerical : $ 45 . 00
Surveyin2 Hourly Rates (HSBS) :
Surveyor : $ 125 . 00
Survey ( Field) : $ 125 . 00
Survey (Office) : $ 75 . 00
Clerical : $ 45 . 00
Architectural Hourly Rates (CAG) :
Principal : $ 125 . 00
Sr. Project Manager : $ 110 . 00
Architect / Engineer : $ 100 . 00
Entry Architect / Engineer : $ 85 . 00
CA DD Operator / Designer : $ 75 . 00
Administrative : $ 40 . 00
Plotter Services : $ 35 . 00
Courier : $ 25 . 00
MEP Hourly Rates (CEG ) :
Principal Engineer : $ 175 . 00
Senior Engineer : $ 150 . 00
Engineer : $ 135 . 00
Designer : $ 90 . 00
Draftsman : $ 60 . 00
Project Administrator : $ 55 . 00
Traffic EngineerinjZ Hourly Rates (Motorist DesiEn ) :
24 Hour Machine Counts : $ 200 . 00 / per machine / per day
Summary Updates After Initial Submittal : $ 200 . 00
Principal Traffic Engineer : $ 175 . 00
Engineer : $ 110 . 00