Loading...
R04-0871 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 2O 21 22 23 24 25 26 27 28 RESOLUTION NO. R04- O~ A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING EXECUTION OF TASK ORDER NO. 1 TO THE FIRM OF BROWN AND CALDWELL TO PROVIDE INTERIM UTILITIES DIRECTOR SERVICES FOR A PERIOD OF AT LEAST 20 WEEKS AT AN ESTIMATED COST OF $128,000; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the recent or scheduled departure of two Deputy Utility Directors due to the early retirement incentive program and the aggressive capital improvement program warrant a return to a more conventional management system with the Utility Department supervised and managed by a licensed professional engineer with specific experience in environmental or utility engineering; and; WHEREAS, the City Commission, upon staff's recommendation, has deemed it appropriate and in the best interests of the public to approve Task Order No. 1 with Brown and Caldwell to provide Interim Utilities Director services for a period of at least 20 weeks at an estimated cost of $128,000.00; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. Section 2. The City Commission of the City of Boynton Beach, Florida does hereby authorize and direct the approval and execution of Task Order No. 1 to Brown and Caldwell to provide Interim Utilities Director services for a period of at least 20 weeks at an S:\CA\RESO~Agrooments\Task - Change Orders\Brown and Caldwell doc 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 2O 21 22 23 24 25 26 estimated cost of $128,000. Section 3. This Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this {8 day of I~ ft-,~ ,2004. ATTEST: CITY OF BOYNTON BEACH, FLORIDA S:\CA~RESO\Agreements\Task - Change Orciers~Brown and CaldwelLdoc Task Order No. 1 - Water And Wastewater Utility Management Services A. Background The position of Utilities Depaxlsnent Director for the City of Boynton Beach (City) is currently filled on a part-time basis by the Assistant City Manager. The City desires that the position be filled on a full-time interim basis, utilizing the services of Brown and Caldwell (BC) while a search for a permanent Utilities Director is conducted. The City has requested that BC provide a scope of work to address this request for Utility Director Services for the City's Water and Wastewater Utility. The specific tasks are described below in Section B, Scope of Work. The Director of Utilities is responsible for managing the day-to-day activities of the Department and responding to the needs of the City Manager. The following are specific examples of the skills to be provided: · Planning skills and management techniques, as they relate to public utilities · Applying the principles, practices, and procedures of public and business administration as required in a large operation. · Assisting the City in the "enterprise funding" process as related to budgeting, cost accounting, finandal planning and management. · Assisting the City in the "general funding" process utilized by local government. · Communicating effectively, orally and in writing, with the City Commission and City Manager. · Planning and directing the work of a staff of technical and clerical employees. · Maintaining effective working relationships with staff, other departments and the public. With these skill.q in mind, BC has compiled the following scope of work listing the duties anticipated. The duties have been separated into three tasks reflecting the categories of work required. B. Scope of Services Task 1 - General Utility Management BC will be responsible for the following general utility management tasks, as they relate to interaction with other City Departments and the general public: Professional and administrative work planning. 4P:~GEN~91079_FLORID^_BD~20_BOYNTONBCH~WORK_ORDER_l~TASK_ORDER_ONE.DOC 1/4 Directing and coordinating all utility infrastructure planning and construction, including coordination of long-range financing, negotiating with developers and working with Federal and State agencies. Coordinating with other City Departments (Engineering, Planning, Building, Public Works, Parks and Recreation, etc.) regarding a structured program for utility extensions and construction, in compliance with City Commission policy and development trends. Responding to customers, developers, engineers, etc., regarding complaints related to the City's Utilities Department. Administering negotiations with developers and distributing documents to appropriate city disciplines, to include the City Manager and City Attorney. Working in cooperation with City Manager and City Financial Advisors, and with Federal and State agencies regarding grants and other applications In addition, BC will perform related tasks as requested by the City Manager. Task 2 - Water and Wastewater Program Administration BC will be responsible for the following program administration tasks, as they relate to the City's Water and Wastewater Utility Department:. Prioritize and identify long-range water and wastewater system needs Planning and directing water and wastewater programs for the City utility service area. Coordinating planning, design and construction phases of Water and wastewater facilities Coordinating long-range financing of water and wastewater projects with City financial advisors. Reviewing existing Water utilities Depax-h~-~ent organizational processes, procedures, physical 'aspects, etc., of various tasks, to maintain efficient and effective service. In addition, BC will perform related tasks as requested by the City Manager. Task 3- Utility Personnel AdministratiOn 13(2 shall assist the City in the following personnel administration tasks, as it relates to the Water and Wastewater utility: Review the existing organizational structure of the Utilities Department and provide recommendations to the City Manager regarding opportunities for improvement. Administer the selection process for a new Utilities Director. This.will include providing a written outline of the job description to the City Manager, P:\GEN191019_FLORIDA_BD~620_BOYNTONBC~WORK_ORDER_1~TASK_ORDER_ONE. DOC . 2/4 SerVe on the selection committee and assist in the interview process to ensure that the City obtains the best available candidate for the position of Utilities Director. Perform a functional analysis of Utility Department personnel and material resources to evaluate operational efficiency. In addition, BC will perform related tasks as requested by the City Manager. C. Assumptions In addition to the work items discussed above, the following assumptions were made in establishing the scope of this Task Order. Changes and/or modifications in the above work items or these assumptions are considered an Additional Services Item under the terms of the contract. Assumptions include: The City will provide Consultant with a proper working environment, such as office space, furniture, communication system and staff support, in order to operate effectively. No dehverables have been defined at this time, other than providing the necessary level of services required by City. Should specific deliiterables be identified during the course of this agreement, they will be addressed as revisions to this Task Order. 3. BC personnel initially assigned to this project are as follows: Ronald M. Ash, P.E. for a minimum of 8 hours per week Nem Gomez, Senior Utility.Engineer, 40 hours per week Other staff and/or expertise as may be required D. Contract Reference The terms and fee for services to be provided shall be in accordance with the existing signed contract agreement dated November 18, 2003 by and between the City and BC. E. Additional Services Should additional services be required, such services shall be provided to the City in subsequent task orders in accordance wi_th the terms and conditions of the existing signed contract agreement dated November 18, 2003 by and between the City and BC. p:~GEN~91079_FLORiDA_BD~620_BOYNTONBC~WORK_ORDE R_i\TASK_ORDE R-ONE. DOC 3/4 F. Compensation Compensation by the City to BC for all tasks described in this Task Order shall be on an hourly rate basis in accordance with the above mentioned existing signed Contract Agreement dated November 18, 2003 by and between the City and BC. Actual costs to include expenses will be invoiced for the mount of work actually required. APPROVED BY: CITY OF BOYN'TON BEACH, FLORIDA By: Kurt Bressner City Manager Dated this ~ day of ,2004. SUBMITTED BY: Brown and Caldwell Ronald M. Ash Vice President Dated this c~] dayof A~iJ ,2004. P:~GEI~91079_FLORIDA_B~620_BOYNTONBC~WORK_OflDER_1~,TASK_ORDER_ONE.DOC 4/4 WestWa~rPlantlmpro~ T 03/04 YR t 04/05 YR 05/06 YR 06/07 YR i 07/08 YR "r 5Year ; I ! Total _ExpandlVbySMG $ 1,180,_000 $ 9,100,000 $~ 10,050,_000~$ -~$ I r$$ 21,530,000 YVest We#field Development __ $ 640,_000 $ 630,000 S $ $ ! _. 1~2270.000 Sub-To~al $ 1,820,000 $ 9,730,~X) $ 10,050,000 $ 1,200, $ ! _ $ 22,8G0,000 East Water P/ant Convers/on -- PlarffConce~;~;,=Disposa! __~ 200,000 $ 1,300,000 $ 3,000,000i$ 500,000 $ !. 5,000,000 5 MGD Ground Storage Tank $ _ - $ 500,000 $ 1,500.000 ! $ $ i $~ 2,000,000 Sub-Total $ 700.000[$ 3,550,000 $ ~9,500,000 $ ~6,000,000~ $ ~1,000,000I _____$ ~50,000 Total WaIer improvements iS 3,020,_0~0 $ 16,280,000[$ 32,550,000 $ 20,200,000 $ 11,000,000 ~__ 83,050,000 ~eilmr Co//ec~on/Lfft Sai~ons 03/04 YR 04/05 YR 05/06 YR 06/07 YR 07/08 YR i i 5 Year : i Total Ne~ Master Lift Stalion East $ 200,000 $ 200,000 $ _ $ '. $ ~ $ 400,000 New Force Main East Plant $ 350,_000 $ 2,790,000 $ 1,500.000 $ $ ~ $ 4,640,000 New Lilt Stalion SE 6lb Avenue $ -~ $ $ -_ $ 400,000 $ I I $ 400,000 New Force Ma~t LS 356 $ $ $ - ~-, $ 760,000 $ ,l, ! $ 760,000 New Force Main LS 206 $ $ $ $ $ 580.000 $ 580,000 ManholeR&R-Citywide $ 500,000 $ 150,000 $ 150,000 $ 150,000 $ 150.000 $ 1,100,000 Pipeline Replacements $ -_ $ 150,000 $ 150,000 $ $ -_ __ $_ 300,000 Replacement Force Main LS 207 __ $ .... - $ _ _ 328,000 ,$ $ $ $___ 328,0OO Rehab of Lift Staff(ms - Citywide $ - $_ 500.000 $_. 500,000 $ 500,000 $ 500,000 $ 2,000,000 Sub-Total ___$~ 1,050,000 $ 4,118,00~ -$ 2,300,000 $ 1.810,000 _$ 1,230,000 $ _10,508,000 i 04/05 YR 05/06 YR 06/07 YR 07/08 YR 5 Year _ Water L/ne R~ __ 03/04 YR_~ ~ Total NE 7th to 10lb $ 300,(~00 SeacrestConidor $ 1,500,000 ~ $ 2,200,000 $ 1,930,000 $ $ - _ $ 5,630,000 Poinciami Heights$ 591,000 ~ $ ___ $ $ $ $ 591,000 Railroad Avenue Project I $ 220,000 $ 98,000 $ - _ $ $ $ 318,000 ;E 4th Street ] $ 237,500 $ 175,000' $ $ $ -- $ 412,500 -- i $ 867,000 $ 116,000 i $ ~ $ $ - NW 17th Street eS 100,000 $ 1,000,000, $ ~-.$ -~$ - ,{__ $ 1,100,000 Lake Boynton Estates; 100,000 $ 533,000 S a S --~i -- $ 633,000 I ~I.~E 20th Avenue 100,000 $ 302,0(30 $ $ $ $ 402,000 C~l-la~x3ur $ $ $ 434,000 $ 334.000 $ $ 768,000 !$ $ 26~,000 $ 266,000 $ $ "' i$ 532,0OO Caeella Lane _- ChapeI HiE/Mission Hill/Lake Eden $ 217,000 $ 417,000 $ i $ 634,000 Inteecennection Projeds $ 20~,000 $ 250.000 $ 250,000 $ 250.000 i $ i -- I $ 9~0,000 System V~ldeHydraulicAnalysis $ 75,~ $ 250,000 $ 250,000 $ i$ - i$ _5.75,000 Sub-Total $ 4,290,500 $ 5,555.000 $ 3,347,000 $ 1,001,000 $ i $ 14,19~,500 14~ Re~se Project 03/04 YR 04/05 YR 0.~ YR 06/07 YR 07/08 YR 5 Yeer Total Wastewate~ Reuse Work $ -- $ 2.000.0~0_ $ 2.000~00 $ 2,600,000 $ 3,000,000 $ 9,600,000 GnandTo~al ~ 8,360,500 ~ ,27,953,000 ~ 40,197,000 ~ 25,611,000 ~ 15,230,000 ~ 117,351,500 1800 South Australian Avenue Suite. 202 West Palm Beach, Florida 33409 Tel: (561) 684-3456 Fa~ (561) 684-9902 www. br ownandcaldw¢ll.com April 21, 2004 City Manager 100 E. Boynton Beach Bird, P.O. Box 310, City of Boynton Beach Boynton Beach, Florida 33425-0310 91079.620 Subject: Task Order One (Brown and Caldwell) Dear Mr. Bressner: At your request please lind four (4) executed copies of Task Order No. 1 suitable for the City's use in engaging the services of Brown and Caldwell to act as your Interim Utilities Director. The terms and conditions of the thi.q Task Order are in accordance with the signed contract agreement dated November 18, 2003 by and between the City and Brown and Caldwell, and presently in force. Thank you so much for having the faith in me, and in Brown and Caldwell to provide you with these professional services. Rest assured, Brown and Caldwell staffwill do a superb job for you and the City in this endeavor. CAI.DWF.!,I. Ronald M. Ash P.E. Vice President RECEIVED APR 2 2 2OO4 OlTY MANAGER'S OFFICE 10/30/01 p:\gen\91079_ltorida_bd\620_boyntonN:h\work_order_l\task_order_one_cove~ letter, doc/mp E n v i r o n m e n t a l E n e i n e e r s dy Co n s u Ira n t ~ 1800 South Australian Avenue Suite 202 West Palm Beach, Florida 33409 Tel: (561) 684-3456 Fac (561) 684-9902 www. b rownandcaldwell.com April 28, 2004 Mr. Kurt Bressner City Manager City of Boynton Beach 100 E. Boynton Beach Boulevard Boynton Beach, Florida 33425-0310 Dear Kurt: Please fred attached the resumes you requested. Should you have any questions, please feel free to contact me at any time. Sincerely, BROWN & CALDWELL Ronald M. Ash, P.E. Vice President Vice President Ronald M. Ash, P.E. Assignment Client Service Manager Education M.S., Civil Engineering, University of Rhode Island B.S., Civil Engineering, University of Rhode Island Registration Professional Engineer Florida, Rhode Island, New Hampshire, Massachusetts, Professional Land Surveyor Rhode Island (former PLS) Experience 26 years Joined Firm 2003 Relevant Expertise Business Development Public Relations Marketing Strategy Client Advocacy Experience Summary Ron is very active in Professional Societies and also has been appointed to the Florida Engineering Society and its Statewide Leadership Advisory Committee. Prior experience as City Engineer for Boca Raton and Town Engineer for the Toxvn of Jupiter strengthened Ron's knowledge and experience of municipal utility operations. He also owned his own Engineering Firm (Ash Design Group) where he was responsible for projects totaling in excess of $250 million. Thus, Ron also possesses excellent technical capabilities as well as management and business development components of our practice. Town of Jupiter To~vn Engineer. In this position,/v[r. Ash was in complete charge of all engineering and construction activity in the town. The position required daily interface with the Public Works Department regarding the maintenance of town owned facilities such as roads, buildings, landscaping and drainage. Special emphasis was placed in the area of project management including the development, monitoring, permitting, updating and reporting on project schedules to the Town Manager and the Town Council. The responsibility of the position included the hiring of outside engineering consultants (using CCNA guidelines), writing of contracts and fee negotiations. The position required the continual interface with the water and stormwater departments in the town. City (Civil) Engineer, City of Boca Raton ~4cting Director of Engineering and Utility Services. Charged with the responsibility for production and distribution of potable water and the collection, treatment and disposal of sewage, distribution of reclaim irrigation quality water (project IRIS), directing people on system operations, maintenance and testing and the entire engineering, survey and construction inspection staff in the City. The position involved the management of a staff of 171 employees in the Utility and Engineering Services Department so that its customers receive quality potable water and reliable wastewater collection within budgetary constraints and in conformance with Federal, State and County regulations and standards. Ash_Ro~:R ev.{manuatly er~- date here~o not delete automatic dale} 04/28/04 Ronald M, Ash, P.E. As Acting Director, Mr. Ash's responsibilities and dudes included the direction of the department's work program, planning for future development of the City's utility system and providing recommendations to various boards, agencies and committees. In this capacity, he was responsible for guiding and training employees, directing work through other supervisors and making departmental policy decisions. An important requirement of the position was to motivate key personnel to take every educational opportunity to stay abreast of technical advances within the industry. Throughout his career, he developed a unique skill in identifying problems and making value decisions on how to best correct them. He continually developed his own assignments, collected, summarized and analyzed data, procedures and policies. In this position he monitored the department, guiding and influencing staff to produce reports and studies and follow established guidelines to ascertain that customers received quality potable water, reliable wastewater collection and reclaim krigation quality water. As City (Civil) Engineer, he was in complete charge of the Engineering and Construction Division for the City. This position requked a comprehensive knowledge of the principles and practices of civil engineering as related to the preparation of plans and specifications; comprehensive knowledge of modem techniques as applied to the design, construction and maintenance of public works and utility projects; thorough knowledge of land and su~ey systems, methods and techniques of engineering principles. This position included such diverse responsibilities as the making of presentations before the Mayor, City Manager and City Council regarding existing and new projects, budget preparation, application for grants, management of staff and troubleshooting of citizen complaints, to name a few. Engineering disciplines under the direction of the City Civil Engineer included water, sewer, drainage, roadway improvements, survey, and landscape design and construction inspection. During his tenure as City Civil Engineer he developed a new contract agreement for the City's use in hit-ing engineering consultants. This position also included the complete responsibility of negotiating all engineering contracts for the entire Utility Services Department. Owner, Ash Design Group President and Chief Executive Ojfficer. Responsibility of the entire engineering, architectural, planning and construction management staff for projects totaling in excess of $250 million dollars. This position required full knowledge in all aspects of employee oversight including salary negotiations, affirmative action laws and employee motivation. He is experienced in the full spectrum of business management and development, planning, budgeting, financial plans, trend analysis and forecasting. His position also required the overall responsibility and supervision of the entire staff to include the hiring, training and performance evaluation of personnel. In this position, Mr. Ash became especially familiar with the permitting process, local building codes, ordinances and land development requirements of Palm Beach County as his firm maintained a branch office in West Palm Beach for six years and completed numerous highly successful projects in the area. Memberships Florida Engineering Society American Society of Civil Engineers Society of Professional Engineers American Arbitration Association American Water Resources Association American Water Works Association Municipal Public Works Association Construction Specification Institute Resame Design Draft Master 2 Client Service Manager Nemesio M. G0mez Assignment Sewage Conveyance/Master Planning Education B.S., Construction Management, Florida International University, 1989 Experience 20 years Joined Firm 2OO3 Relevant Expertise · ConstrUction Management · Project Management · Client Services Experience Summary Nem Gomez has over 20 years of experience in construction management and engineering in the areas of public works and utilities. His skills include contract administration, program and project management, construction management and client services. His project experience is diverse, and includes project planning, development of project strategies, management of project teams, project delivery, staff coordination, and subconsultant contract management. Client Services Construction Management Program for Utilities, Miami-Dade Water and Sewer Department, Miami, Florida ~lssistant Proegram Manager. This project involved representing the owner on a county-wide wastewater treatment plant and wastewater transmission system improvement program representing approximately $14 million in fees during a 4-year period. Capital improvements resulting from this program were valued at approximately $80 million. His responsibilities included client services, contract management, coordination of various subconsultant teams, schedule and budget tracking, contract negotiations, coordination with the design team and other services as requested by the client. Miami. Dade Water and Sewer Department Professional Consulting Services Agreements, Miami, Florida Project Manager. These services included contract management, management of subconsultant teams, coordination of competitive assessment projects, dectrical power system and grounding system evaluations, identification of opportunities for facilities automation, and management consulting services. Under the agreements there were fees of $6.4 million over 4 years. Miami. Dade Water and Sewer Department, Miami, Florida ProjectManaeger. Over 150 different projects within three separate contracts. Budgets totaled $19.8 million in fees. City of Miramar, Miramar, Florida Program Manager. Provided a variety of support services to the City, under the Town Center Development Program. This program consisted of the development of 54-acre tract for municipal facilities, as well as residential and commercial development. Total construction value was estimated at $80 million. Activities managed included the devdopment of programming and design criteria for public facilities, work planning, and document reviews. $ 2C-omez_NemesiO I NemesJo Gomez City of Miramar, Miramar, Florida Project Manager. Responsibilities include project management and client services for City of Miramar's Professional Engineering Consultant. The contract is for the Miami-Dade DERM Stormwater Management Master Planning. Public Works / Utilities Department, City of Miramar, Miramar, Florida Utility Engineer. Reporting directly to the Director of the Public Works / Utilities Department, responsibilities included the oversight of all new water, wastewater, storm drainage, and roadway design and construction within City lLmits. Along with in-house design services, reviews of subdivision plats, plans, and specifications for conformance with City and County standards were conducted. Additionally, planning and initial development of a city-wide geographic information system (GIS) was completed. Supervision was provided for one field inspector, one AutoCAD technician, and one GIS technician. Professional and technical support to other City departments was provided as needed. Field Engineering Work, Miami-Dade Water and Sewer Authority, Miami, Florida Fieldlnqaector. Under a consulting engineer, field inspection services and report development for sanitary sewer infiltration/inflow, sanitary sewer evaluation surveys, and sanitary sewer rehabilitation projects throughout the service area were conducted. 12C-~ez,_Nc:~mesio 2 The City of Bo~nton Beach Utilities Department 124 E. Woolbright Road Boynton Beach, Florida 33435 Phone (561) 742-6451 F~LY: (560 742-6298 RECEIVED DEC I'B 2003 LETTER OF TRANSMITTAL TO: Janet Pranito, City Clerk DATE: December 15, 2003 RE: 2 Year Contract- General Engineering Services TRANSMITTED HEREWITH .ARE THE FOLLOWING ITEMS: Copies Date No. Description 1 Original Agreement - Brown & Caldwell 1 Proof of Insurance CC: ~/Procurement Services Karen Riseley SIGNED: AGREEMENT for GENERAL CONSULTING AND ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to as "City", and Brown & Caldwell, hereinafter referred to as "Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. WHEREAS, the City issued a Request for Qualifications invitation for Consulting and General Engineering services for the City of Boynton Beach, Utility Department, RFQ No. 065- 2821-03/CJD; and WHEREAS, RFQ No. 065-2821-03/CJD defined four (4) Scopes of Services to include design services, permitting, bidding services, construction administration, and all miscellaneous services for the areas of stormwater, public drinking water, wastewater collection and transmission; and other assignments logically tied to the development, operation and maintenance of the City of Boynton Beach Utility Department; and WHEREAS, RFQ No. 065-2821-03/CJD further defined four (4) Scopes of Services as Scope A: Water Plant Expansion and Capacity Replacement; Scope B: Wellfield Development and Hydrogeology Services; Scope C: Infrastructure Improvements; and Scope D: Ancillary Studies and Services; and WHEREAS, Consultant timely submitted its qualifications in accordance with the Request for Qualifications invitation, the City's Procurement Code, and Florida Statute 286.055, the Consultants' Competitive Negotiations Act; and WHEREAS, the City Administrative. review team determined that Consultant was qualified for appointment to perform the scope(s) of services set forth in the Request for Qualifications invitation; and WHEREAS, the City Commission on .]~]0t/, /~" , 2003, accepted the City Administration's recommendation and designated Consultant as one of 15 qualified consulting firms for Scope C and one ofnine (9) qualified consulting firms for Scope D to provide general engineering services to the City; and WHEREAS, the City Manager, through his administrative staff, has successfully negotiated an agreement with Consultant defining terms and conditions for the performance of consulting and engineering services within the scope of the Request for Qualifications invitation. NOW, THEREFORE, in consideration of the mutual covenants expressed herein, the parties agree as follows: 1. REPRESENTATIONS: The representations set forth in foregoing whereas clauses are tree and correct. CA-1 PROJECT DESIGNATION. The Consultant is retained by the City to perform general engineering consulting services under a continuing contract with the City whereby the Consultant, on a non-exclusive basis, under the terms of this agreement, Consultant, on written request by the City, will provide professional engineering services to the City for: A. Individual projects in which construction costs do not exceed $1,000,000.00, or B. Individual study activity when the fee for such professional service does not exceed $50,00O.00 C. For engineering work of a specified nature as hereinafter identified in the scope of services and as requested by the City with nO time limitation, or D. Design build projects 3. SCOPE(S) OF SERVICE. Consultant agrees to perform engineering services on specified projects at the request of the City during the term of this agreement, including the provision of all labor, materials, equipment and supplies. The specified projects which may be assigned to Consultant are set forth on Exhibit "A" (Exhibit 'A' will define the scope(s) Consultant is approved for). Consultant acknowledges that it is one of 15 consulting firms for Scope C and one of nine (9) consulting firms for Scope D which will be assigned projects listed on Exhibit "A" and that the City has made no representation or promise regarding which projects or the number of projeCts that will be assigned to Consultant. 4. TERM. The initial term of this Agreement shall be two (2) years. This Agreement may be renewed for two (2) additional two (2) year periods subject to Consultant acceptance, satisfactory annual performance evaluation and determination that renewal is in the best interest of the City. o TIME OF PERFORMANCE. Work under this contract shall commence upon the giving of Written notice by the City to the Consultant by way of an executed task order. Consultant shall perform all services and provide all work product required pursuant to this agreement and the specific task order, tmless an extension of such time is granted in writing by the City. 6. PAYMENT. The Consultant shall be paid by the City for completed work and for services rendered under this agreement as follows: a. Payment for the work provided by Consultant shall be made based on the hourly rates as provided on Exhibit "B" attached hereto. The hourly rates shall be reviewed and may be adjusted in conjunction with the renewal every two years at the request of the Consultant and following approval by the City. Approval of rate changes shall be by resolution of the City Commission. b. The Consultant may submit vouchers to the City once per month during the progress of the 'work for partial payment for project completed to date. Such vouchers will be checked by the City, and upon approval thereof, payment will be made to the Consultant in the amount approved. Final payment of any balance due the Consultant will be made promptly upon its ascertainment and verification by the City after the completion of the work under this agreement, and its acceptance by the City. CA-2 d. Paymem as provided in this section shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this agreement shall be the property of the City whether the project for which they are m~de if executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with Consultant's endeavors. Any use of the documents for purposes other than as originally imended by this Agreement, with out the written consent of the Consultant, shall be at the City's sole risk. WARRANTIES AND REPRESENTATIONS. Consultant represents and warrants to the City that it is competent to engage in the scope(s) of services contemplated under this agreement and that it will retain and assign qualified professionals to all assigned projects during the term of this Agreement. Consultant's sexvices~shall meet a standard of care for professional engineering and related services equal to or exceeding the standard of care for engineering professional practicing under similar conditions. COMPLIANCE WITH LAWS. Consultant shall, in performing the services contemplated by this service agreement faithfully observe and comply with all federal, state and local laWs, ordinances and regulations that are applicable to the services to be rendered under this INDEMNIFICATION. Consultant shall indemnify and hold harmless the City, its officers, agents, and employees, from and against any and all claims, losses, or liability, or any portion thereof; including reasonable attorneys' fees and costs, arising from any injury, or death to persons,, including but not limited to injuries, sickness, disease, or death to Consultant's own employees or agents, or damage to property, to the extent caused by. the negligence, recklessness, or intentionally Wrongful conduct of the Consultant, its agents or employees. Neither party to thi.'s Agreement shall be liable to any third party claiming direc~y or throu~,h the other respective party, for any special, incidental, indirect, or consequential damages of any kind, including but not limited to lost profits or use, that may result from this Agreement or out of the services or goods furnished hereunder. INSURANCE. The Consultant shall secure and maintain in .force throughout the duration of this contract comprehensive' general liability insurance with a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per occurrence/aggregate for property damage, and professional liability insurance in the amount of $1,000,000. The general liability policy shall include the City as an additional insxu'ed and shall include a provision prohibiting cancellation of the policy except uPOn thirty (30) days prior written notice to the City. Said general liability POli~3r shall .name the City of Boynton Beach as an additiOnal named insured and shall include a provision prohibiting cancellation of said policy except uPOn thirty (30) days prior written notice to the City. Cert~cates of coverage as required by this section shall, be delivered to the City within fl~een (15) days of execution of this agreement. CA-3 INDEPENDENT CONTRACTOR. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this agreement. Nothing in this agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Consultant nor any employee of Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this agreement. The City shall not be responsible for withholding or otherwise deduction federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Consultant, or any employee of Consultant. CONVENANT AGAINST CONTINGENT FEES. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee 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 bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or ay other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gilt, or contingent fee. DISCRIMINATION PROHBITED. The Consultant, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. ASSIGNMENT. The Consultant shall not sublet or assign any of the services covered by this agreement without the express written consent of the City. NON-WAIVER. Waiver by the City of any provision of this agreement or any time limitation provided for in this agreement shall not constitute a waiver of any other provision. TERMINATION. a. The City reserves the fight to terminate this agreement at any time by giving ten (10) days written notice to the Consultant. bo In the event of the death of a member, partner or Officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under theterms of this agreement, if requested to do so by the City. This section shall not be a bar to renegotiafions of this agreement between surviving members of the Consultant and the City, if the City so chooses. c. The Consultant reserves the right to terminate this Agreement by giving sixty (60) days written notice to the City. CA-4 DISPUTES. Any dispute arising out of the terms or conditions of this agreement shall be adjudicated within the courts of Florida. Further, this agreement shall be construed under Florida law. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: City of Boynton Beach 124 E. Woolbright Road Boynton Beach, FL 33425-0310 Attn: Paul Fleming, Senior Project Manager Notices to Consultant shall be sent to the following address: INTEGRATED AGREEMENT. This Agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. This agreement may be amended only by written instrument signed by both City and Consultant. CA-5 DATED this lB day of ~x~oVCm be( ,20 03. CITY OF BOYNTON BEACH Kurt ~[3ressner, City Manager - '- Consu-ltfint ' Attest/Authenticated: Title ~Ci~k ~Q. ~ (Corporate Seal) ~t~ 0'~_~~rA tt esffAuthenfi cated: Secretary Rev. 04/08/03 CA-6 EXHIBIT A SCOPE C: INFRASTRUCTURE IMPROVEMENTS · Water Main Replacement · Interconnections · Sanitary Sewer Line, Repair, Rehabilitation, Replacement Inflow & Infiltration Studies/Repair · Wastewater Pump Station Rehabilitation/Expansion & Analysis · Pump Sizing/Expansion/Improvements Stormwater Management · Swale and Drainage Development/Improvements · Outfalls · Roadway and Transportation · Neighborhood Improvements · Lighting · Sidewalks · Park Amenities · Other Related services SCOPE D: ANCILLARY STUDIES and SERVICES · Rate Analysis · Accounting Procedures · Revenue Bonds · Risk Management · Employee Training Performance Measurement & Organizational Management NPDES Permitting · Vulnerability Assessments · Master Plan Updates · Clean Air Act Compliance · Consumer Confidence Report · Consumer SatisfactiOn Survey · Wastewater Capacity Analysis · Hydraulic Analysis · Power Analysis · Geographic Information Systems · Aerial Photogrammetry & Photography · Process Controls & Instrumentation · Data Acquisition and Control Services (DACS) · SupervSsory Control & Data Acquisition (SCADA) · Other Related Services EXHIBIT B PLEASE PROVIDE A BRIEF DESCRIPTION FOR EACH CLASSIFICATION WHE~ AN HOURLY RATE IS ASSIGNED ~eati°n Hourly Ra'te ' · ' Employees Idontifled pr°j~'t Director (Principal) ..... $175 " Smart Oppenheim Over 27 years experience. Respons~ility Phil Feeney include ensuring .resources are applied to provide client satisfaction. Client Service Manager $185 Ron Ash Over 30 years of experience in thc Utility Industry. Responsible for maintaining client satisfaction. senior Project Manager $'i 50 Ted Hortenstin~ Over 20 years of experience. Provide technical John McLaughlin and discipline support as tasks arc assigner[ Jim Nissen Joseph Patem/ti Project Engineer $445- Dilip Shaw Over 20 years experience. Provide technical /2 ~. a0 Bob Hrabovsky and discipline support as tasks are assigned. ~/e4~- /b-~ ~ Rodger Toebben Sc/enfist ~ JOhn Bratby Over 30 years experience in the areas of process Senior Designer /O9. ~ Steve Davi~s ' ' Over 32 years of experience in design and construction ofinfi'astru .ctur. e. Designer $89--~7w Robert Forsythe Over 15 years of experience in laying out tone, ex in ,frastm ,s ems Senior l~ineer/I-Iydrogeologist $1 ~7 June Smith Over 10 years of experience specializing in pumping system hydraulics and pump stations/forcermins. Engineer/l-Iydrogeologist (Technical Specialist) $88 Emily Mott Over 4 years of experience in support of general Sean Kilpatrick Senior Professional surveyo;/Mapper $100 perry C. White, PSM Over 24 years.experience as a Professional Surveyor. Responsible for the oversight of all major boundary, topographic and design surveys. Responml~ilities also include quality assurance reviews, manpower projections and job costing of all phases of survey operations. * Not Identified in the Proposal 1 EXHIBIT B PLEASE PROVIDE A BRIEF DESCRIPTION FOR EACH CLASSIFICATION WHERE AN HOURLY RATE IS ASSIGNED ~-~.~s~c~on ' " Hourly Ra'te' EmplOyees Idenfifle~ ...... professional Survcyor/Mappcr $1 O0 Wilbur Di~n¢, PSM Over 27 years exp~cncc as a Professional Surveyor. Responm~ilities includc field crew personnel scheduling and coordination and daily review of field data collection. Engineering/Survey TechniCal ........ $65' Brucc'Johnson Over 18 years cxpericncc performing under thc Lynn Slaughter direction of a registered engineer and/or surveyor to assist in thc preparation of base maps and construction plan documen~ and details. Sen/or Field ge~'~ntativ~ (:Professional) ..... e!~5: ' Ed Basham ........ Over 35 years of construction engineering "' experience in Civil, Structural, Mechanical, ~ Io_~-e.r Io..~ lngpccti_'gn and Construction ~cm.cnt.' Survey Crew $95 (2 man) Anth~y McL~rc P.S.Mi (Party Over 32 years cxpcricncc in collection of field $115 (3 man) Chico data for boundary, topographic and design survey Richard Darvfllc 0n.mumCnt Person) ,~ojccts to support engineering designs Larry Maxtincz (Rod Person) -GIS Specialist ' $~ to Rcnc Rodrigucz ' ' Over 20 years experience as GIS/Er. professional ~ ~rap~id s~ali~t ..... Senior Inspector $90 F~ank T°ne ...... Over 23 years of experience.conducting sanitary sewer cva!uation .surveys ........... oes ~Mpment ~ ~Oger.Faer (Fray Chie0 Over 22 years cxpericnco in data collection and %6, m Bill Carpcntcr (/nsmnncnt Person) survey field activities. We tmlizc GPS roi- ~ [ boundary and topographic surveys, horizontal ~urveys and majgr..e~ cross-sectiqn projects. Senior Admhfistrative Suppoxt* ' ...~°~- Gina P. Roddguez ' Over 15 years experience as a project coordinator ~o i~ s~ppon of. e~gi~e~n~co~ .m. 'on pm.j~. ~ ~leg,- A&~rative Support $53 Meu~sa Over 10 years of experience in document Annie Vega preparation. Mary Price * Not Identified/n the Proposal 2 EXHIBIT B PLEASE PROVIDE A BRIEF DESCRIPTION FOR EACH CLASSIFICATION WHERE AN HOURLY RATE IS ASSIGNED ClasSlfleati°n HoUrly R~te Employes ParaprofeSsional .... Aerial Photogrananetry Computer System Analysis $I90 Scott Bash Over 18 years of exp~ence in developing information technology solutions. ~ [e~ 10.,7~L05 Rate Study $140 Gram Hoag Overt 15 yem~ of experience in financial consulting to utilities and governments. Financial Services $44~ Richard Stahr Over 22 years of business consulting i -/ff co Roy 'Herwig inVOlving stratcgic planning for ~L0.o_.10~t /0-~-03 Len Enriquez municipalitieS. ~tafion and Control Services $142 Steve Stem Over 30 years ofexp~ence in electrical/power/automation design for Human Resources Services $3A?~ Jim Couclaine Over 24 yemrs of experience with expertise as ma/ntenance of utilities. Data Acquisition and Control Services $115 Ron Stewart Over 35 years-of experience in SCADA systen~ particularly for the water and Direct Cost- Mark-up % Office, 10% reproduction, mailing ~tc. Direct Cost- Mark-up % sub-consultants 10% * Not Identified in the Proposal 3 EXHIBIT B PLEASE PROVIDE A BRIEF DESCRIPTION FOR EACH CLASSIFICATION WHERE AN HOURLY RATE IS ASSIGNED Over 16 years ofg~ote~hnical experience with involvement in diversified complex projects. IfI Project Manager ...... $150 " Rudy F~n~andez Over 31 years of experience in the manag~nent of infiltration/inflow reduction programs. I/I Project Engineer ' ' ' $'95"' Ron Lynn ' ' Over 20 years of experience in conducting infiltration/inflow. ,redu, ction ~ograrr~..: * Not Identified in the Proposal 4 1800 South Ausualian Avenue Suite 202 We~t Palm Beach, Florida 33409 Tel: (561) 68~-34~6 Fax: (561) 684-9902 www. brownandcaldwctl.com EXHIBIT October 28, 2003 Barbara Conboy, Manager Utilities Admlnigtration City of Boynton Beach 124 E. Woolbright Road Boynton Beach, FL 33435 RB: Revised Rates Dear Barbara: Thank you for giving Brown and Caldwell the opportunity to revise our rates for the classifications in question. Ploa~ noto that.tl~ rovised rates as pre~nted have been rounded offto the nearost dollar. CLASSIFICATION Project Hngineer Senior Designer Designer Senior Field Representative (professional) ~rs sr~at~ GPS Bquipm~nt/Crow Senior Administrative Support Computer Syatem Analysis- Financial Services Hnrrmu Resource Services RgVISED RATES $123.00 $121.00 $109.00 $ 87.00 $122.00 $136.00 $ 86.00 $ ' 80,00 $135.00 $175.00 $135.00 Should you have any qUestions'please do not hesitate to contact me at anytime. Sincerely, Brown and Caldwell Ronald M. Ash, P~E. l~ee President En v i r o n m · n't a l E n g i n e · rs & Co n s u It a n t s Suite 202 West Palm Beach, Florida 33409 Tel: (561) 684-3456 Fax: (561) 684-9902 www. brownandcaldwell.com December 8, 2003 RECEIVED 60YlIT'olIBB giIUTIES Barbara Conboy Manager, Utilities Administration The City of Boynton Beach Utilities Department 124 E. Woolbright Road Boynton Beach, FL 33435 RE: Reply to Certified Letter # 7003 1010 0000 6300 9675 Dear Barbara: Attached herewith please find the original "signed'"Consultant Agreement you recently sent me to include our Certificate of Professional Liability Insurance. Should you have any questions, please call me at any time. Best wishes for the holiday season. Sincerely, BROWN & CALDWELL Ronald M. Ash, P.E. Vice President Attachment Enviro n mental En ¢ineers & (7.0 nsu lta nt~ _ _C_ERTIFICATE OF LIABILITY INSURANCE pRO Locktc~ Companies I DATE (MMIDD~) 03/26/2004 12/05/2003 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4-44 W. 471h Street, Suile 900 Kansas Cily Mo 64112-1906 (816) 960-9000 I,$URED BROWN AND CALDWELL AND ITS WHOLLY 105226~ OWNED SUBSIDIARIES AND AFFILIATES 201 NORTH CIVIC DRIVE WALNUT CREEK CA 94596 cOVERAGES BROCA01 PA HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSU.ERA: GREENWICH INSURANCE COMPANY INSURER fl: X L SPECIALTY INSURANCE COMPANY iNSURER C: . . INSURER IN~;t~RFR E; THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWTrHSTANDING 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. , POUCY PJ-F~-CT)VEPOLICY EXPIRAllON il~l~ I TYPE OF INSURANCE POUCY NUMBER DATE IMM/DI:¥YY! DATE IMM/DO/YY1 LIMITS I GENERAL LIABIUTY EACH OCCURRENCE I $ ] ,~000t000 A . ~X_ ] .COMMERCIAL GENERAL LIABILITY GECO00 ] 66203 03/26/2003 03/26/2004 FIRE DAMAOE (A~y one lye) : i ' CLAIMS MADE ~ OCCUR MED EXP CAny ~ person) $ j___: -- i PERSONAL & ADV INJURY $ 1,000t000 t I GENERAL AGGREGATE $ 2,000,000 j GEN'LAGGREGATE UMITAPPLIES PER: PRODUCTS-COMP/OPAGG $ 2~O00t000 AUTOMOBILE LIABILITY COMBINED ~4NGL~ LIMIT $ [ '-~ ANY AUTO I NOT APPLICABLE (Ea accldenl) . _ -~ ALL OWN£D AUTOSI BODILY INJURY $ / $CHEDULEC' AUTOS (Per ' i HIRED AUTOS ! -- BODILY INJURY $ ..__l NON'OWNEDAUTO$ (Pm occidenl) ...... p--~ , PROPERTY DAMAGE $ (Pm accident) j _GA_~_RAGE UAB~UTY AUTO ONLY- EA ACCIDENT $ ! , ~NV^UTO NOT APPLICABLE ~ OTHER~,~N EAACC $ , --~ AUTO ONLY: AGE I EXCESS LIABILITY EACH OCCURRENCE · DEDUCTIBLE I I FORM i t RETENTION $ ~ VVC ~rATU- ~ WORKERS COMPENS~ON AND WEC0014189 06/01/2003 03/26/2004 X TORY [~rrs ! EMPLOYERS' LIABILITY E.L F_~CH ,ACCIDENT $ l ~000~000 EL. DISEASE -EAEMPLoyEE $ · F-L. DISEASE - P ,O. ~Y UMIT J OTHER PEC000000501 05/31/2003 05/31/2004' $1,000,000 PE~ CL~;M/ : PROFES.~On^L L;AmLITY AC,~RF_~ATE ESCRIPTION OF OPERATIONSA.OCATIOHSNEHICLESiEXCLU$1ON$ ADDED BY ENDORSEMENT/SPECIAL PROVISIONS :E: CONgUI.TANT AGREEMENT FOR TWO-YEAR (;ENEI~LL CONSULTINO AND ENGINEERING. CITY OF BOYNTON BEACH IS ADDITION~L ~SUREI) AS RESPECTS GENERAL LIABILITY WHEKE REQUIRED BY WRITTEN coNTRAcT. -:RTIFICATE HOLDER J I ADDmONAL INSURED; INSURER L,'-ii,-R: GANCELLATION 1922569 S~OULO ANY OF THE ABOVE OESCI~BED POLICIES BE CANCEl [Er~ BEFORE THE EXPIRATION BOY-07 ~'m THEREOF, THE iSSUING INSURER WILL EN~ MAIL ~0 DAYS WRITTEN CITY OF BOYNTON BEACH UTILITIES DEPARTMENT ,O~CE TO BARBARA CONBOY MANAGER ......................... : ...... ' ....... - ...... 124 E. WOOl_BRIGHT ROAD BOYNTON BEACH FL 33435 AUTHORIZED REPRE~J('rATIVE ~ .~. ~,~ MEMORANDUM TO: RISK MANAGEMENT DATE: FROM: BILL ATKINS SUBJECT: DEPUTY DIRECTOR OF FINANCIAL SERVICES December 16, 2003 INSURANCE REQUIREMENTS RELEASE Attached you will find the insurance requirements for the following: RFQ#: NAME OF RFQ: USER DEPARTMENT: AWARDED VENDOR: VENDOR PHONE #/CONTACT: AWARDED AMOUNT: COMMISSION/AGENDA DATE: CALENDAR DAYS: 065-2821-03/CJD RFQ FOR TWO YEAR CONTRACT FOR GENERAL CONSULTING AND ENGINEERING SERVICES UTILITIES BROWN AND CALDWELL 561-684-3456 / Ronald M. Ash Task orders will be issued as needed. 11/18/2003 Two year contract WHEN ALL INSURANCE REQUIREMENTS HAVE BEEN MET AND ALL FORMS RECEIVED BY YOUR DEPARTMENT PLEASE SIGN THE BOTTOM OF THIS FORM AND ATTACH COPJES OF COMPLETED INSURANCE FORMS FOR OUR FILES. UNTIL WE HAVE RECEIVED THIS FORM FROM YOUR OFFICE, WE WILL NOT PROCESS A PURCHASE ORDER OR A "NOTICE TO PROCEED" ON THIS PROJECT. DATE RETURNED TO PROCUREMENT SERVICES FROM RISK MANAGEMENT I DATE {MM/DWYY) A CORD. CERTIFICATE OF LIABILITY INSURANCE 03/26/2004 12/05/2003 · soDUC£R Lockton Companies iNSURED 10522F>4 444 W. 47Ih Street, SuJle 900 Kansas Cily Mo 64112-1906 (816) 960-9000 BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES AND AFFILIATES 201 NORTH CIVIC DRIVE WALNUT CREEK CA 94596 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 mSURERA: GREENWICH iNSURANCE COMPANY IN~URER B: X L SPECIALTY INSURANCE COMPANY IN~URER C: INSURER D: INSURER E: COVERAGES BROCAO ! PA THE POLICIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDABOVE FOR THE POLICY PERIOD INDICATED. NO--STANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERT/UN, 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. R ' POUC~ EFFEC'm/'E POUCY EXI~RATION ~TS~ TYPE OF NSURANCE' POLICY NUMBER DATE (MM/I)D/YY~ DATE (MM~tY) LIMITS ;[. . ! t GENERAL LIABILITY EACH OCCURRENCE $ ] ~000~000 ,"~ "-~--I COMMERCIN-OENERALLI3~ILITY 'GEC000166203 03/26/2003 03/26/2004 FIREDC~MA~E(At~ormf~) $ 1,000,000 i_._-J · i P~nSo~m~ & ~v m JURY $ 1,000,000 ! GEN~P~ AC, C~EC_~TE $ 2~000,000 ! ] GEN'L AGGREGATE LIMIT APPUEB PER: PROOUCT~ ~ COMP/OP AGO $ 2t000~000 j .A~._TOMOBILE LIABILI~¢' COMBINED BINGLE LIMIT ; ._, ~nv AUTO NOT APPLICABL:E (Ea acddenl) .... j ALL OWNED AUTOS BODiLY INJURY $ I SCHEDULED AUTOS (P~ HIRED AUTOS ! BODILY INJUI~ : $ _ NON.-O~ED AUTOS (Per ~) ~---~ PROPERTY DAMAGE $ (Per ~_~n_~RAOE LIAmLrn' Au'ro ONLy- E~^CCiOEnT ! , ANY AUTO NOT APPLICABLE , OTHER -no~ EA ~::~ AUTO ONLY: : AO0 $ IEXCESS LIABILITY EACH OCCURRENCE $ i : oCCUR CL,'a~S M,'~E NOT APPLICABLE ^,S~REC~TE $ ~ RETENTION ~ i $ ~ WC 81'ATU- I' B ~WO~ERSCOMPEUSAT~O~AND WEC0014189 06/01/2003 03/26/20(~4 X TONY[u~r~s~ ! EMPLOYERS' LIABlUTY E.L EACH ACCIDEN'F $ ~ ~O00tO00 j E.L DISEASE-EAEMPLoYEE $ 1,000,000 ; A iO'mE~ PEC000000501 05/31/20~'3' 05/31/2004' ~ ': PROFESSIONAL LIABILITY AGGREGATE DESCRIPTION OF OPERATIONS,%OCATIONSNEHICLES/EXCLU$1OH$ ADDED BY ENDORSEMEHT/$PECIAL PROVISIONS RE: CONNUI.TANT AGREEMENT FOR TWO-YEAR GENERAL CONSULTING AND ENGINEERING. CITY OF BOYNTON BEACH IS ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY WHERE REQUIRED' BY WRITTEN CONTRACT. ~RTIFICATE HOLDER I I ADInTIONAL ,NS~.eV; INSUBER LETTER: ... .~ANGeLLATION 1922569 BOY-07 CITY OF BOYNTON BEACH UTILITIES DEPARTMENT ATTN: BARBARA CONBOY, MANAGER 124 E. WOOl_BRIGHT ROAD BOYNTON BEACH FL 33435 1 *,CORD 25-S '(7/97) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPJRATION DATE THEREOF, THE ISSUING INSURER WILL [d~IDEAVGR--T;) MAIL ~0 DAYS Wlblir_d NOltCE TO THE CERTIFICATE HOt. DER NAMEDTOTHELEFT,=_L~ FOT questiom mgmdrmg twin cmlllic~t~, cont~t tim mmebmr )~sted ir, ~m ~roducm' ~gdo~ M~wt m~d ~p~:~ t~ tl~m code 'BROCA~'. q~' ACOR 988