Loading...
Res No 219-11-13533RESOLUTION NO.: 219-11-13533 A Resolution authorizing the City Manager to execute a professional service work order with Palm Engineering Group, Inc. in the amount of $11,060.00 for the Sunset Drive Median Improvements project to be charged to the People's Transportation Tax Fund Account Number 124 - 1730 -541 -6490. WHEREAS, the Mayor and City Commission wishes to design and install median improvements along Sunset Drive between SW 57th Avenue and SW 58th Avenue. WHEREAS, pursuant to an evaluative process, it was determined that Palm Engineering Group, Inc. submitted a proposal in the amount of $11,060.00 that is comprehensive and cost effective in its design approach. TY Lin International / HJ Ross and EAC Consulting Inc. submitted proposals of $12,660.00 and $19,348.06 respectively. WHEREAS, the work shall consist of project management, engineering design, permitting and construction administration and inspection. WHEREAS, The expenditure is to be charged to the People's Transportation Tax Fund Account Number 124- 1730 - 541 -6490 with an account balance of $707,750.00 before this request was made. WHEREAS, the Mayor and City Commission desires to authorize the City Manager to execute a professional service work order with Palm Engineering Group, Inc. for the Sunset Drive Median Improvements Project. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT. Section 1: The City Manager is hereby authorized to execute a professional service work order with Palm Engineering Group, Inc. for the Sunset Drive Median Improvements Project for an amount not to exceed $11,060.00. Section 2: The expenditure is to be charged to the People's Transportation Tax Fund Account Number 124 - 1730 - 541 -6490 with an account balance of $707,750.00 before this request was made. Section 3: If any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution. Section 4. This resolution shall become effective immediately upon adoption by vote of the City Commission. PASSED AND ADOPTED this 6th ATTEST: CITY CLERK READ AND A PROVED AS TO LANGUAGE, GALITY AND E THE,REOF ..�1 CITY ATTORN day of December 12011 APPROVED: 6 MAYO COMMISSION VOTE: 4 -0 Mayor Stoddard: Yea Vice Mayor Newman: absent Commissioner Beasley: Yea Commissioner Palmer: Yea Commissioner Harris: Yea Soul -, South Miami CITY OF SOUTH MIAMI�ly ,ax u OFFICE OF THE CITY MANAGER �'i '° i7 t 5C49 INTER- OFFICE MEMORANDUM 3061 T To: The Honorable Mayor and Members of the y Commission Via: Hector Mirabile, Ph.D, City Manager , From: Keith A, Ng, CFM, Operations Manager s ' Public Works & Engineering and Const ction Di ion Date: November 18, 2011 Agenda Item No.: Subject: Approval and contract execution and issuance of a Professional Service Work Order for Palm Engineering Group, Inc. Resolution: A Resolution authorizing the City Manager to execute a professional service work order with Palm Engineering Group, Inc. in the amount of $11,060.00 for the Sunset Drive Median Improvements project. Request: Authorizing the City Manager to execute a professional service work order with Palm Engineering Group, Inc. for the Sunset Drive Median Improvements project. Background: As a part of the Capital Improvement Program's 5 -year Plan, it is the City's intent to design and install median improvements along Sunset Drive between SW 57th Avenue and SW 58'h Avenue. The work shall consist of project management, engineering design, permitting and construction administration and inspection. The City reached out to numerous design firms to discuss the scope of work and submission of a fee proposal. Pursuant to an evaluative process, it was determined that Palm Engineering Group, Inc. submitted a proposal that is comprehensive and cost effective in its design approach. Reason /Need: It is the intent to design and install median improvements along Sunset Drive between SW 571h Avenue and SW 58th Avenue. The work shall consist of project management, engineering design, permitting and construction administration and inspection. Cost: $11,060.00 Funding Source: The expenditure is to be charged to the People's Transportation Tax Fund Account Number 124 - 1730 -541 -6490 with an account balance of $707,750.00 before this request was made. Backup Documentation: ❑ Proposed Resolution ❑ Professional Service Agreement ❑ Fee Proposals i f PROFESSIONAL SERVICE AGREEMENT General Engineering Services THIS AGREEMENT made and entered into this 29' day of December , 20 11 by and between the CITY OF SOUTH MIAMI, a political subdivision of the State of Florida, referred to as the "CITY" and Palm Engineering Group, Inc., authorized to do business in the State of Florida, referred to as the "CONSULTANT ". In consideration of the premises and the mutual covenants contained in this agreement, the CITY agrees to employ the CONSULTANT for a period ending on December 30, 2012 and the CONSULTANT agrees to perform all professional services in connection with the WORK, as described herein, on a continuing basis in connection with projects where the basic construction costs does not exceed $1,000,000.00 or studies which do not exceed $50,000.00, herein after called the "SERVICES ". SECTION I - GENERAL PROVISIONS: 1.1 The CONSULTANT may be issued a Notice to Proceed to encompass the entire Basic Services, as defined in paragraph 2.2 for a project, for a portion of the Basic Services, or for discrete tasks as specified in paragraphs 2.3 Additional Professional Services, for the purpose of reviewing work performed by other professional consultants or for other miscellaneous engineering services that may be required. A Notice to Proceed will be issued on an as needed basis at the sole discretion of the CITY. The CITY reserves, at all times, the right to perform any and all engineering work in -house or with other engineers. This Agreement does not confer on the CONSULTANT any exclusive rights to CITY WORK, nor does it obligate the CITY in any manner to guarantee WORK for the CONSULTANT. The CONSULTANT may submit proposals for any professional services for which proposals may be publicly solicited by the CITY outside of this agreement. 1.3 The CITY will confer with the CONSULTANT before any Notice to Proceed is issued to discuss the scope of the WORK; the time needed to complete the WORK and the fee for the services to be rendered in connection with the WORK. 1.4 The CONSULTANT will submit a proposal upon the CITY'S request prior to the issuance of a Notice to Proceed. No payment will be made for the CONSULTANT'S time and services in connection with the preparation of any proposal. 1.5 The CITY agrees that it will furnish to the CONSULTANT plans and other data available in the CITY files pertaining to the WORK to be performed under this agreement promptly after each Notice to Proceed. 1.6 The CONSULTANT agrees to produce and distribute minutes, promptly after each meeting at which their presence is required. 1.7 The CITY agrees to designate a representative who, on behalf of the City Manager shall examine the documents submitted by the CONSULTANT and shall render decisions promptly, to avoid unreasonable delay in the progress of the CONSULTANT'S services. The CONSULTANT shall keep the CITY'S representative advised on the project status at all times. 1.8 The CITY agrees to issue all directives and approval in writing. SECTION 2 - PROFESSIONAL SERVICES 2.1 General Engineering Services The professional services to be provided by the consultant are as follows: A. Roadway Engineering to include streets, sidewalk, curb, gutter, drainage, associated traffic control devices, stripping, lighting, irrigation, speed reduction devices and incidental landscaping. B. Drainage Design includes the necessary analysis needed to implement proposed drainage improvements, preparation of paving and drainage plan for municipal building and facilities. C. Civil Engineering, to include Distribution Systems Improvement / Analysis and design and Sanitary Sewer System Evaluation and design. D. Environmental Engineering, to including, site investigation and design needed to prepare remediation plans to mitigate underground storage tanks, hazardous waste materials and asbestos materials. E. Traffic engineering Services will include daily volume counts, data analysis, preparation of conceptual improvements plan, present reports and recommendations to stakeholders and preparation of final traffic engineering report. F. Other incidental services associated to the above items. 2.2 Basic Services The Basic Services, for design and construction, consist of six (6) phases described in Paragraph 2.2.1 through 2.2.6. The scope outlined below is applicable in its entirety to projects for which completed Basic Services are authorized. Upon authorization to proceed from the CITY, the CONSULTANT agrees to provide complete professional engineering services for any portion or all of the six Phases outlined below. The CONSULTANT agrees to co- ordinate his effort with that of any other engineering, landscape architectural or architectural CONSULTANTS to assure a coordinated and complete WORK. The lead CONSULTANT as designated by the CITY shall prepare the final bid package including bid documents and specifications, which shall be prepared by, and be the responsibility of the respective disciplines. 2.2.1 Phase I- Preliminary and Schematic Design: A. The CONSULTANT shall confer with representatives of the CITY and the using agency to determine the full scope of the Project that will meet the program requirements, and shall advise the CITY if, in the CONSULTANT'S opinion, the allocated funds are adequate to accomplish the program requirements. B. The CONSULTANT shall use proper and adequate design control to assure the CITY that the program requirements will be met. C. The CONSULTANT shall prepare a Design Concept and Schematic Report, comprising of the Project Timetable (Master Schedule), Planning Summary (unless advised otherwise), Schematic Design Studies (unless advised otherwise) as defined below, and the Statement of Probable Construction Cost. D. The Proposed Project Timetable shall consist of a schedule showing the proposed completion date on each Phase of the Project through design, bidding, construction, and proposed date of completion. E. The Planning Summary (unless advised otherwise) shall consist of a vicinity plan and blow -up of the Site (if applicable) showing Project orientation, and a brief summary of all pertinent planning criteria used for the Project. The Schematic Design Studies (unless advised otherwise) shall consist of all plans, elevations, sections, etc. as required to show the scale and relationship of the parts and the design concept of the whole. A simple perspective sketch, rendering, model or photograph thereof may be provided to further show the design concept. G. The CONSULTANT shall present the Schematic design studies to the appropriate Boards for their approval when the project requires such approval. The Consultant shall make copies necessary for presentation to the Board at no additional cost to City. H. The CONSULTANT shall present the schematic design. studies to all the appropriate utility companies (such as FPL, Southern Bell, Dynamic Cable, MDWASA, etc.) for any conflict with their utilities. The Statement of Probable Construction Cost shall include estimated cost of the Project including fixed equipment, professional fees, contingencies (if any), escalation factors adjusted to the estimated bid date, Movable estimate (if any), and utility service extensions (if applicable). The CONSULTANT'S opinions of probable Total Project Costs and Construction Cost" are to be made on the basis of CONSULTANT'S experience and qualifications and represent CONSULTANT'S best judgement as an experienced and qualified professional engineer, familiar with the local construction industry and prices. J. The CONSULTANT shall submit and present two (2)i copies of all documents required under this Phase, without additional charge, for approval by the CITY and he shall not proceed with the next Phase until directed by the CITY. 2.2.2 Phase 11— Study and Design Development: A. From the approved Schematic Design documents, the CONSULTANT shall prepare Design Development Documents, comprising the drawings, outline specifications and other documents to fix and describe the size and character of the entire Project as to construction and finish materials and other items incidental thereto as may be appropriate and applicable. B. The Design Development Documents shall comprise the Proposed Project Timetable (updated), Outline Specifications, Updated Statement of Probable Construction Cost, and Design Development Drawings, etc., as required to clearly delineate the Project. If the Updated Statement of Probable Construction Cost exceeds the allocated funds, feasible cost or scope reduction options shall be included. C. The CONSULTANT shall submit and present two (2) sets of all documents required under this Phase, without additional charge, for approval by the CITY and not proceed with the next Phase until directed by the CITY. D. The CONSULTANT shall at all times monitor the Probable Construction Costs to make certain they remain within the total allocated budget. A Notice to Proceed to Phase III will not be issued if the latest statement of Probable Construction Cost exceeds the total allocated funds. 2.2.3 Phase III — Final Design / Construction Documents Development: A. From the approved Design Development Documents, the CONSULTANT shall prepare Final Construction Documents setting forth in detail the requirements: for the construction of the Project including the Proposal (Bid) Form and other necessary information for bidders, Conditions of the Contract, and Complete Drawings and Specifications. CONSULTANT shall use Construction Specifications Institute (CSI) Standards and the City of South Miami Standard forms for the preparation of the proposal (bid) forms, Instructions to Bidders, conditions of Contract and Specifications. The CONSULTANT shall review all existing City Specifications, for completeness prior to use and shall supply all needed additional specifications. B. The Construction Documents shall be prepared in a manner that will assure clarity of linework, notes, and dimensions, when the documents are reduced to 50% of their size. All drawings shall be on 24" x 36" paper ( "D" size), on the City's standard sheet format, unless approved otherwise. C. All construction documents shall be submitted in both "hard copy" and electronic media in a mutually agreed upon electronic format, but generally as follows: I. Non - drawing submittals in Microsoft Office format. 2. Drawings in AutoCAD format. 3. GIS files should be in ArcView format Version 3.2. D. When the development of the drawings has progressed to at least 50% completion in Phase III, the CONSULTANT shall submit two (2) copies to the CITY for approval, without additional charge, along with updated outline specifications. The CONSULTANT shall also submit at this time an updated Statement of Probable Construction cost as indicated by time factor, changes in requirements, or general market conditions and an updated Project Schedule. E. The CONSULTANT shall not proceed with the further development until approval of the 50% documents is received from the CITY. The CONSULTANT shall :make all changes to documents. The 50% complete Check set shall be returned to the CITY. F. A Notice to Proceed for the completion of Phase III will not be issued if the latest Statement of Probable Construction Cost exceeds the total allocated funds, unless the CITY increases the total allocated funds or the CONSULTANT and the CITY agrees on methods of cost reductions sufficient to enable construction within the funds available. l G. Upon 100% completion of the Construction Documents, the CONSULTANT shall submit to the CITY a final, updated Statement of Probable Construction Cost along with two (2) copies each of Check Set of drawings, specifications, reports, programs, etc., without additional charge, for a final review and comments or approvals. H. The CONSULTANT shall make all the necessary presentations to the appropriate CITY Boards (such as Environmental Review Board, Historical Preservation Board etc.) for the final approval. The CONSULTANT at no extra cost to the CITY shall make all required changes or additions and resolve all questions resulting from paragraph H if the changes or additions do not alter the scope of the project as determined under paragraph 2.2.1 A. The 100% complete Check set shall be returned to the CITY. Upon final approval by the CITY the CONSULTANT shall furnish to the CITY a minimum of 30 sets of drawings and specifications, for bidding purposes, unless instructed otherwise. The CONSULTANT shall arrange for "dry runs" and /or make final submissions to appropriate authorities (regulatory agencies to include and not limited to City,: County, State or Federal) as necessary, to ascertain that the construction documents meet the necessary requirements to obtain all the necessary permits for construction. CONSULTANT shall respond to all technical questions from regulatory agencies. CONSULTANT shall modify, at no additional cost to CITY, in order to acquire the necessary permits. 2.2.4 Phase IV - Bidding and Negotiation Phase: A. Upon obtaining all necessary approvals of the Construction Documents, and approval by the CITY of the latest Statement of Probable Construction Cost, the CONSULTANT shall furnish the drawings and specifications as indicated above for bidding, and assist the CITY in obtaining bids and awarding and preparing construction contracts. The CONSULTANT shall attend all pre -bid conferences. The CONSULTANT shall be present during the bid opening and as part of his assistance to the CITY will tally, evaluate and issue a recommendation to the CITY after verifying bond, insurance documents, questionnaire and reference submitted by the constructor. B. The CONSULTANT shall issue Addenda through the CITY as appropriate to clarify, correct or change Bid Documents. C. If Pre - Qualification of bidders is required as set forth in the Request for Qualification, CONSULTANT shall assist City in developing qualification criteria, review qualifications of prospective bidders, and recommend acceptance or rejection of the prospective bidders. D. If the lowest responsible Base Bid received exceeds the Total Allocated Funds the CITY may: I. approve the increase in Project Cost and award a construction contract or, 2. reject all bids and rebid the Project within a reasonable time with no change in the Project, or 3. direct the CONSULTANT to revise the Prdjert scope or quality, or both, as approved by the CITY and rebid the Project, or 4. suspend or abandon the Project, or S. exercise all options under the City Charter and State Law. NOTE: Under item (2) above, the CONSULTANT shall, without additional compensation, assist the CITY in obtaining re -bids, and awarding the re -bid of the project. Under item (3) above, the CONSULTANT shall, without additional compensation, modify the Construction Documents as necessary to bring the Probable Construction Cost within the Total Allocated Funds. When the lowest responsible bid is over I S% of the CONSULTANT estimate. E. For the purpose of payment to the CONSULTANT, the Bidding Phase will terminate and the services of the CONSULTANT will be considered complete upon signing of an Agreement with a Contractor. Rejection of bids by the CITY does not constitute cancellation of the project. 2.2.5 Phase V — General Administration of the Construction Contract: A. The Construction Phase will begin with the award of the Construction Contract and will end when the Contractor's final Payment Certificate is approved and paid by the CITY. B. The CONSULTANT, as the representative of the CITY during the Construction Phase, shall advise and consult with the CITY and shall have authority to act on behalf of the CITY to the extent provided in the General Conditions and as modified in the Supplementary Conditions of the Construction Contract. C. The CONSULTANT shall attend pre- construction meetings. D. The CONSULTANT shall at all times have access to the project wherever it is in preparation or progress. E. The CONSULTANT shall visit the site at least weekly and at all key construction events to ascertain the progress of the Project and to determine in general if the WORK is proceeding in accordance with the Contract Documents. On the basis of on -site observations,, the CONSULTANT will use reasonable and customary care to guard the CITY against defects and deficiencies in the WORK. The CONSULTANT may be required to provide continuous daily on -site observations to check the quality or quantity of the WORK as set forth in this Agreement and defined by the Scope of WORK issued for the individual project. On the basis of the on -site observations, the CONSULTANT' will advise the CITY as to the progress of and any observed defects and deficiencies in the WORK immediately in writing. F. The CONSULTANT shall furnish the CITY with a written report of all observations of the WORK made by him during each visit to the WORK. He shall also note the general status and progress of the WORK, and shall submit same in a timely manner. The CONSULTANT shall ascertain at least monthly that the Contractor is making timely, accurate, and complete notations on record drawings. G. Based on observations at the site and on the Contractor's Payment Certificate, the CONSULTANT shall determine the amount due the Contractor on account and he shall recommend approval of the Certificate in such amounts. The recommendation of approval of a Payment Certificate shall constitute a representation by the CONSULTANT to the CITY that, he certifies to the CITY that the WORK has progressed to the point indicated, and the quality of the WORK is in accordance with the Contract Documents subject to: I. an evaluation of the WORK for conformance with the contract documents upon substantial completion. 2. the results of any subsequent tests required by the contract documents. 3. minor deviations from the contract documents correctable prior to _ completion and acceptance of the project. H. The CONSULTANT shall have an affirmative duty to recommend rejection of WORK, which does not conform, to the Contract Documents. Whenever, in:his reasonable opinion, he considers it necessary or advisable to insure compliance with the Contract Documents, he will have authority (with the City's prior approval) to recommend special inspections or testing bf any WORK deemed not to be in accordance with the Contract whether or not such WORK has been fabricated and delivered to the Project, or installed and completed. i I. The CONSULTANT shall promptly review and approve shop drawings, samples, and other submissions of the Contractor for conformance with the design concept of the Project and for compliance with the Contract Documents. Changes or substitutions to the Contract Documents shall not be authorized without concurrence with the CITY. J. The CONSULTANT shall review and recommend action on proposed Change Orders within the scope of the Project initiated by others, and initiate proposed change orders as required by his own observations. K The CONSULTANT shall examine the WORK upon receipt of the Contractor's Certificate of Substantial Completion of the Project. A Punch List of any defects and discrepancies in the WORK required to be corrected by the Contractor shall be prepared by the CONSULTANT in conjunction with representatives of the CITY and satisfactory performance obtained before the CONSULTANT recommends execution of Certificate of Final Acceptance and final payment to the Contractor. He shall obtain from the Contractor all warranties, guarantees, operating and maintenance manuals for equipment, releases of lien and such other documents and certificates as may be required by applicable codes, laws, policy regulations and the specifications, and deliver them to the CITY. L. The CONSULTANT shall provide assistance in obtaining Contractor's compliance with the Contract Documents relative to, 1) initial instruction of CITY personnel in the operation and maintenance of any equipment or system, 2) initial start -up and testing, adjusting and balancing of equipment and systems, and, 3) final clean -up of the project. M. The CONSULTANT shall provide the contractor with three sets of drawings labeled "Construction Plans" for permit from Public Works. 2.2.6 Phase VI - Post Construction Administration A. The CONSULTANT shall prepare and provide the CITY with a written manual, to be used by the CITY, outlining the implementation plan of all the required maintenance necessary to keep the proposed WORK operational in a safe and effective manner. B. The CONSULTANT shall furnish to the CITY reproducible record drawings updated based on information furnished by the Contractor: such drawings shall become the property of the CITY. C. The CONSULTANT shall assist in the inspection of the WORK one month before the expiration of any guarantee period or the sixth month whichever is earlier and report any defective WORK in the Project under terms of the guarantee /warranties for correction. He shall assist the CITY with the administration of guarantee /warranties for correction of defective WORK that may be discovered during the said period. D. The CONSULTANT shall furnish the City with a 3 -ring' binder labeled "Close -out Documents" that will include as a minimum a copy of: • Certificates of completion • As- Builts (1/2 size) • Test Results • Daily construction inspection reports • Progress meeting minutes • Approved shop drawings • Warranty manuals as applicable • Final release of liens • Final payment to contractor. 2.3 Additional Professional Services Additional Services as listed below are normally considered to be beyond the scope of the Basic Services for design and construction, as defined in this Agreement but which are additional services which may be authorized within the Scope of Work given the CONSULTANT. A. Special analysis of the CITY'S needs, and special programming requirements for a project. B. Financial feasibility, life cycle costing or other special studies. C. Planning surveys, site evaluations, or comparative studies of prospective sites. D. Design services relative to future facilities, systems and equipment, which are not intended to be constructed as part of a specific Project. E. Services to investigate existing conditions (excluding utilities) or facilities or to make measured drawings thereof, or to verify the accuracy of drawings or other information furnished by the CITY. F. Professional detailed Estimates of Construction Cost consisting of quantity surveys itemizing all material, equipment and labor required for a Project. G. Consultation concerning replacement of any WORK damaged by fire or other cause during construction, and furnishing professional services of the type set forth in Basic Services as may be required relative to replacement of such WORK, providing the cause is found by the CITY to be other than by fault of the CONSULTANT. H. Professional services made necessary by the default of the Contractor or by major defects in the WORK under the Construction Contract, providing the cause is found by the CITY to be other than by fault of the CONSULTANT. I. Making major revisions changing the Scope of a project, to drawings and specifications when such revisions are inconsistent with written approvals or instruction previously given by the CITY and are due to causes beyond the control of the CONSULTANT. (Major revisions are defined as those changing the Scope and arrangement of spaces and /or scheme or any portion). ' J. The services of one or more full -time Project Representatives. K. Preparing to serve or serving as an expert witness in 2connection with any arbitration proceeding or legal proceeding in connection with a Project. L. Professional services required after approval by the CITY or the Contractor's Requisition for Final Payment, except as otherwise required under Basic Services. M. Preparing supporting data, drawings, and specifications as may be required for Change Orders affecting the scope of a Project provided the Changes are due to causes found by the CITY, to be beyond the control of the CONSULTANT. SECTION 3 - TIME FOR COMPLETION: The services to be rendered by the CONSULTANT for any WORK shall be commenced upon written Notice to Proceed from the CITY subsequent to the execution of this Agreement and shall be completed within the time based on reasonable determination, stated in the said Notice to Proceed. A reasonable extension of time will be granted in the event there is a delay on the part of the CITY in fulfilling its part of the Agreement, change of scope of work or should any other events beyond the control of the CONSULTANT render performance of his duties impossible. SECTION 4 - BASIS OF COMPENSATION The CONSULTANT agrees to negotiate a "not to exceed" fee or a fixed sum fee for each of the WORK assigned to him based on the Scope of such WORK. Upon agreement of a fee, the CITY will issue a written authorization to proceed to the CONSULTANT. In case of emergency, the CITY reserves the right to issue oral authorization to the CONSULTANT, with the understanding that written confirmation will follow immediately thereafter. For reproduction of plans and specifications, beyond the requirements as identified under Section 2- Professional Services the CITY will pay the direct costs. The fees for Professional Services for each of the WORK shall be determined by one of the following methods or a combination thereof, as mutually agreed upon by the CITY and the CONSULTANT. A. A fixed sum: The fee for a task or a scope of work may be fixed sum as mutually agreed upon by the CITY and the CONSULTANT: B. Hourly rate fee: The CITY agrees to pay, and the CONSULTANT agrees to accept, for the services rendered pursuant to this Agreement, fees in accordance with the following: Category Hourly Rate Principal Project Manager $95 Senior Engineer Project Engineer $70 Construction Manager Construction Inspection $85 Senior Draftsman/Technical /CADD Operator Draftsmen Data Processing / Clerical Hourly, rates will include all wages, benefits, overhead and profit. SECTION-5 - PAYMENT AND PARTIAL PAYMENTS The CITY will make monthly payments or partial payments to the CONSULTANT for all authorized WORK performed during the previous calendar month. For design and construction projects where fee for each phase is not specified, such payment shall, in the aggregate, not exceed the percentage of the estimatdd total Basic Compensation indicated below for each phase: 15% upon completion and approval of Phase I. 35% upon completion and approval of Phase II. 55% upon submittal and approval of 50% complete drawings;and outline specifications of Phase III. 75% upon 100% completion and approval of Phases III and IV. 90% upon completion of the Project and approval of all WORK Phase V). 100% upon final completion and approval of WORK elements A and B of Phase VI. The CONSULTANT shall submit an original invoice to the City's project representative. The invoice shall contain the following information: I. The amount of the invoices submitted shall be the amount due for all WORK performed to date as certified by the CONSULTANT. 2. The request for payment shall include the following information: a. Project Name b. Total Contract amount (CONSULTANT's lump sum negotiated upset limit fees) C. Percent of work completed. d. Amount earned. e. Amount previously billed. f. Due this invoice. g. Balance remaining h. Summary of work done this billing period. i. Invoice number and date. 3. Upon request by the CITY the CONSULTANT shall provide the CITY with certified payroll data for the WORK reflecting salaries and hourly rates. SECTION 6 - RIGHT OF DECISIONS All services shall be performed by the CONSULTANT to the satisfaction of the CITY's representative, who shall decide all questions., difficulties and disputes of whatever nature which may arise under or by reason of this Agreement, the prosecution and fulfillment of the services, and the character, quality, amount and value and the representative's decisions upon all claims, questions, and disputes shall be final, conclusive and binding upon the parties unless such determination is clearly arbitrary or unreasonable: In the event that the CONSULTANT does not concur in the judgement of the representative as to any decisions made by him, he shall present his written objections to the City Manager and shall abide by the decision of the City Manager. Nothing in this section shall mean to deny the right to arbitrate, by either parties, in accordance with the Industry Arbitration Rules of the American Arbitration Association. SECTION 7 - OWNERSHIP OF DOCUMENTS All -reports and reproducible plans, and other data developed by the CONSULTANT for the purpose of this Agreement shall become the property of the CITY without restriction or limitation in connection with the owner's use and occupancy of the project. Reuse of these documents without written agreement from the CONSULTANT shall be the CITY'S sole risk and without liability and legal exposure to the CONSULTANT. When each individual section of the WORK completed under this Agreement is complete; all of the above data shall be delivered to the CITY. SECTION 8 - COURT APPEARANCES, CONFERENCES AND:HEARINGS Nothing in this contract shall obligate the CONSULTANT to prepare for or appear in litigation on behalf of the CITY without additional compensation except for any dispute arising out of this contract. The amount of such compensation shall be mutually agreed upon and be subject to a supplemental agreement approved by the City Commissioners and upon receipt of written authorization from the CITY prior to performance of a court appearance and conference. The CONSULTANT shall confer with the CITY at anytime during construction of the improvement contemplated as to interpretation of plans, correction of errors and omissions and preparation of any necessary plan thereof to correct such errors and omissions or clarify without added compensation. SECTION 9 - NOTICES Any notices, reports or other written communications from the CONSULTANT to the CITY shall be considered delivered when delivered by courier or by mail to the CITY. Any notices, reports or other communications from the CITY to the CONSULTANT shall be considered delivered when delivered by the CONSULTANT in person or by mail to said CONSULTANT or his authorized representative. SECTION 10 -AUDIT RIGHTS The CITY reserves the right to audit the records of the CONSULTANT related to this Agreement at any time during the execution of the WORK and for a period of one year after final payment is made. This provision is applicable only to assignments that are on a time and cost basis. SECTION I I — SUBLETTING The CONSULTANT shall not sublet, assign, or transfer any WORK under this Agreement without the prior written consent of the CITY. SECTION 12 -WARRANTY The CONSULTANT warrants that he has not employed or retained any company or person, other than a bona fide 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 bona fide employee working solely for the CONSULTANT any fee, commission, percentage fee, gifts or any other considerations 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. SECTION 13 - TERMINATION OF AGREEMENT It is expressly understood and agreed that the CITY may terminate this Agreement without penalty by declining to issue Notice to Proceed authorizing WORK, in which event the CITY'S sole obligation to the CONSULTANT shall be payment for those units or sections of the WORK previously authorized in accordance with the provisions of Section 4, such payment to be determined on the basis of the WORK performed by the CONSULTANT up to the time of termination. SECTION 14 - DURATION OF AGREEMENT This Agreement, for the purpose of issuing new WORK shall remain in full force and effect for a period ending December 3 I, 2011, although the actual completion of performance may extend beyond such term, or until the depletion of funds allocated for the WORK, or unless otherwise terminated by mutual consent of the parties hereto. SECTION IS -RENEWAL OPTION This agreement may be renewed, at the sole discretion of the CITY, for an additional period of one year at the end of the initial period. SECTION 16 - DEFAULT In the event either party fails to comply with the provisions of this Agreement, the aggrieved party may declare the other party in_ default and notify him in writing. In such event, the CONSULTANT will only be compensated for any completed professional services. In the event partial payment has been made for such professional services not completed, the CONSULTANT shall return such sums to the CITY within ten (10) days after notice that said sums are due. In the event of litigation by the other party to enforce the provisions of this contract, the prevailing party will be compensated for reasonable attorney's fees. In no event shall attorney's fees awarded against the CITY exceed 25% of the award for damages. The CITY does not waive sovereign immunity from awards of prejudgment interest.' SECTION 17 - INSURANCE AND INDEMNIFICATION ' The CONSULTANT shall not commence WORK on this Agreement until he has obtained all insurance required by the CITY. The CONSULTANT shall indemnify and save the CITY harmless from any and all claims, liability, losses and causes of actions arising solely out of a negligent error, omission, or act of the CONSULTANT incident to the performance of the CONSULTANT'S professional services under this Agreement. The CONSULTANT shall pay all claims and losses of any nature whatsoever, in connection therewith. The CONSULTANT agrees and recognizes that the CITY shall not be held liable or responsible for any claims, which may result from actions or omissions of the CONSULTANT's actions. In reviewing, approving or rejecting any submissions or acts of the CONSULTANT, the CITY in no way assumes or shares responsibility or liability of the CONSULTANTS or Sub - consultants, the registered professionals under this Agreement. The CONSULTANT shall maintain during the term of this Agreement the following insurance: A. Professional Liability Insurance in the amount of $1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the CONSULTANT shall become legally obligated to pay as damages for claims arising out of the services performed by the CONSULTANT or any person employed by him in connection with this Agreement. This insurance shall be maintained for three years after completion of the construction and acceptance of any Project covered by this Agreement. However, the CONSULTANT may purchase Specific Project Professional Liability Insurance which is also acceptable. B. Comprehensive general liability insurance with broad form endorsement, including automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence for bodily injury and property damage. Said policy or policies shall name CITY as additional insured and shall reflect the hold harmless provision contained herein. B. Workman's Compensation Insurance in compliance with Chapter 440, Florida Statutes, as presently written or hereafter amended. D. The policies except for Section 17 A shall contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy or policies are primary over any other collective insurance that CITY may have. The CITY reserves the right to request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY. E. All of the above insurance is to be placed with Best rated A:VII or better insurance companies, qualified to do business under the laws of the State of Florida. The CONSULTANT shall furnish certificates of insurance to the CITY prior to the commencement of operations, which certificates shall clearly indicate that the CONSULTANT has obtained insurance in the type, amount, and classification as required for strict compliance with this Section and that no reduction in limits by endorsement during the policy term, or cancellation of this insurance shall be effective without thirty (30) days prior written notice to the CITY. Compliance with the foregoing requirements shall not relieve the CONSULTANT of his liability and obligations under this Section or under any other portion of this Agreement. SECTION 18 - AGREEMENT NOT EXCLUSIVE Nothing in this Agreement shall prevent the CITY from employing other CONSULTANTS to perform the same or similar services, including but not limited to not using the consultant at all in that the choice of a CONSULTANT for any job will be solely and entirely the decision of the CITY at its sole discretion. Accordingly only when and if CONSULTANT is assigned a specific job, does this Professional Services Agreement become applicable. SECTION 19 - CODES, ORDINANCES AND LAWS The CONSULTANT agrees to abide and be governed by all duly promulgated and published CITY, County, State and Federal codes, ordinances and laws in effect at the time of design which have a direct bearing on the WORK involved on this project. The CONSULTANT is required to complete Public Entity Crimes Affidavit form (attached) pursuant to FS 287.133(3)(a). SECTION 20 - ENTIRETY OF AGREEMENT This writing embodies the entire Agreement and understanding between the parties hereto, and there are no other Agreements and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. Attached is Palm Engineering Group Inc's Professional Engineering Services Proposal dated 11/11/201 I that is attached and made a part of this Agreement by reference. No alteration, change, or modification of the terms of this Agreement shall be valid unless made in writing and signed by both parties hereto, upon appropriate action by the City Commissioners. IN WITNESS WHEREOF, this Agreement is accepted on the date first above written subject to the terms and conditions set forth herein. Authority of Resolution No.205 -08 -12802 duly passed and adopted by the South Miami City Commission on December 2, 2008 ATTEST: Maria. Menendez, CKC,City Clerk City of South Miami ATTEST: itness Q CITY OF SOUTH MIAMI - -4�-e for Mirabi e, PhD, City Manager City of South Miami CONSULTANT: Greg Perry. P.E., Vice President Palm Engineering Group, Inc. STATE OF FLORIDA ss: Acknowledgement of City of South Miami COUNTY OF DADE ) The foregoing instrument was acknowledged before me this day of 20� by Dr. Hector Mirabile and Maria Menendez, City Manager and City Clerk, respectively of the CITY OF SOUTH MIAMI, on behalf of the CITY, who are personally known to me. STATE OF FLORIDA ) ss: Acknowledgement of Consultant COUNTY OF DADE ) tary Public, State Florida Print name: Commission No: Y* MARIA L, GARCIA MY COMMISSION # DD 897582 a. EXPIRES: octuber2, 2013 Eondea ihru Notary Public Underwriters The foregoi instrument was acknowledged before me this �� fit' day of 7) e U"161 , 20ij by tare Or �. err of 1L[M Qn �r+ee_rt� C-lruu Tri`, on behalf of the CONSULTANT. He is personal known to a or has produced I� +��r + Ca7+SR , as identification. MAGDA GEL, MY COMMISSION # G EXPIRES December Print name: 1" 1[x CIA Cf W, S ' Commission No: Dh911aOS Read and Appro fF . Langu e, MAG ®A 4'alEL9�(ES Legality a tion : " = MY COMMISSION # DD947205 ��EXPIRES December 16, 2013 � 41}7)$913- (}7t:f Fl+�rid�NrnarySe�evtics,cart+ j!i9afas F. Pepe, Esq City Attorney F r° 61J4 t 11/11/11 Keith Ng Public Works Department CITY OF SOUTH MIAMI 4795 SW 75'h Avenue Miami, Florida 33155 RE: City of South Miami Professional Engineering Services Palm Engineering Group No. 0165.P Dear Mr. Ng: Palm Engineering Group is pleased to present this proposal for Professional Engineering Services for the Sunset Drive Median Improvements between SW 571' Court and SW 58h Avenue in the City of South Miami. This work will generally consist of project management, engineering design, permitting and construction administration and inspection services as follows: I. SCOPE OF WORK A. Task 1 — Pre - Design Services 1. Survey — Right -of -way survey establish existing pavement and sidewalk locations. Does not include collection of utility information (e.g. rim and invert elevations, utilities etc.) 2. Field Investigation — Site visit and data collection for roadway analysis. B. Task 2 — Design Services 1. Design Development — Preparation of preliminary plans and details for median improvements, landscaping, irrigation connections, and sign placement for City review. 2. Construction Documents - Preparation of final design plans for permitting and construction. C. Task 3 — Permitting Services 1. Plan submittal and coordination with Miami -Dade County Traffic Engineering for pavement markings and signage. 2. Plan submittal to Miami -Dade Water and Sewer for City's irrigation meter account if necessary. City of South Miami responsible for meter connection and all associated fees. 12491 SW 134 Court, Su'rfe #20, Miami, FL 33186 - Tel: 305.378.8594, Fax: 305.378.8995 www. palmengineering.com Based on the scope of the Sunset Drive Median Improvements we recommend that we provide periodic site visits of no less than two times per week by our resident Project Representative. This will allow us to provide the necessary liaison with the contractor as well as providing the typically required services such as inspections, responses to RFI's, shop drawing approvals, pay estimate reviews and recommendations, Project Close -out, and final certifications. For fee budgeting purposes we are estimating a construction duration of sixty (60) days. II. SCHEDULE OF WORK — TIME OF PERFORMANCE Consultant shall submit the Deliverables and perform the Work as depicted in the tables below: * An updated schedule, indicating actual delivery dates, based on the above durations, will be provided to the City upon receipt of the NTP. III. SCHEDULE OF FEES Palm Engineering Group will perform the Scope of Services for a Lump Sum fee as shown by the following: PROPOSED SCHEDULE OF FEES ACTIVITY/PERSONNEL HOURS RATE SCHEDULE OF DELIVERABLES $95 Task, Sub- Project Engineer _ task, or 6,160.00 Duration sped Delivery Date* Activity D � Major Task Sub -Task Activity, j ' �' °r weeks or (cumulative # Deliverable calendar weeks, or 11,060.00 days) 3 Weeks calendar days) NTP + 3 Weeks 1 Pre - design 2 Design 2 Weeks NTP +5 Weeks 3 Permitting 3 Weeks NTP +8 Weeks * An updated schedule, indicating actual delivery dates, based on the above durations, will be provided to the City upon receipt of the NTP. III. SCHEDULE OF FEES Palm Engineering Group will perform the Scope of Services for a Lump Sum fee as shown by the following: PROPOSED SCHEDULE OF FEES ACTIVITY/PERSONNEL HOURS RATE 'TOTAL Project Manager 24 $95 2,280.00 Project Engineer 88 $70 6,160.00 CEI / Construction Phase 16 $85 1,360.00 Surveying Subconsultialif 1,260.00 Subtotat- 11,060.00 GRAND TOTAL: $11,060.00 Reimbursable Expenses Reimbursable expenses for the printing of drawings and specifications, deliveries, and federal express services, as required, will be invoiced directly to the CLIENT. IV. ADDITIONAL SERVICES The City may establish an allowance for additional services requested by the City and for unforeseen circumstances, which shall be utilized at the sole discretion of the City. The following services are not included in our basic services: • Geotechnical Investigations • Pull Topographic Survey • Traffic / Impact Studies and reports • Drainage and Utility design • Sidewalk Improvements • Landscaping and Hardscaping Design outside median BASIS OF PROPOSAL This proposal is based on the following conditions: City of South Miami will provide any documents relevant for the review and evaluation of existing systems as well as the preparation of any reports. This includes, but is not limited to existing plans, maps, surveys, asbuilts, cost data, City records, and electronic drawing files. Any geotechnical engineering and testing, specialized intersection or traffic analysis, are not included in this proposal and will be provided by others if necessary. No off -site research and reporting (other than as specified in the Scope of Services) are included. Any opinion of construction costs prepared by Palm Engineering Group represents its judgment as a design professional and is supplied for the general guidance of the client since Palm Engineering Group has no control over the cost of labor and material, or over competitive bidding or market conditions. Palm Engineering Group does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to the client. We appreciate the opportunity to submit this proposal. Please indicate your acceptance of this proposal by signing below and returning one executed copy of this contract to this office. We look forward to working with you on this project. Very truly yours, PALM ENGINEERING GROUP Gregory Perry, P.E. Vice - President Attachment ACCEPTANCE OF CONTRACT CLIENT By: Date Name: Title: cc: File State of Florida Department of State I certify from the records of this office that PALM ENGINEERING GROUP, INC. is a corporation organized under the laws of the State of Florida, filed on March 23, 2000. The document number of this corporation is P00000029738. I further certify that said corporation has paid all fees due this office through December 31, 2011, that its most recent annual report was filed on April 5, 2011, and its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of Florida, at Tallahassee, the Capital, this the Sixth day of April, 2011 Secretary State Authentication ID: 500200561775- 040611- P00000029738 To authenticate this certificate,visit the following site, enter this ID, and then follow the instructions displayed. https:Hefile.sunbiz.org/certauthver.html N1IAIVII•ElAm COUNTY 2011 LOCAL.SUSINESS TAX RrzCFIPT: .2012 FIRST -CLASS TAX)COLLECTOn .. MIAF4( -I)ADE COUNTY - STATE OF FLORIDA .. U.S. POSTAGE 1ARWU- rLAGLCfiST EXPIRES SEPT_, 3.0,:.20t.2 PAID fus �FL 33 #30 �r NiL1.S'f 8E []fSPLi1YGp AT PLACE OF BUSINESS MIAMI,. FL � L 3 � , � PURSUANT TO COUNTY CODE CHAPTEAU TART. 9410 PERMIT NO. 231 mud THIS IS. NOT A BILL PQ NOT PAY 497591 -9 RENEWAL 13USI�1EWNn�qM�E LO TIO�u C P T JPTNO. 519551 -6 PAL. EI- GINEERIM .GROUP INC... STATE# E�9483 12441 SW 134 CT 20 33186 UNIN DADE COUNTY OWNEFI. PALM ENGINEERING GROUP INC sec. lye of ausi ss EMPLOYEE /S. %r 2 P.A. CORP /PARTNERSHIP /FIRM .3'_.- T�4S IS ONLY A LOCAL. - OUSlNESS TAX. RECEIPT. IT DOES NOT V zrlydrr - TNra HOLDER TO VMLATE ANY .. - EX1577FlG AEcOMATORY QA. ION040 LAWS OF - THE . DO NOT FORWARD COUNTY. QR CmEB. NOR HOPDE IT EXANY HER fIC7L.flEk PFl OR ANY OTHER PALM ENGINEERING GROUP INC tpsersu�ED.SYLdw.` t s�is CARLOS D ROLLE FIRES 1 OLIHnSDUALO1fICA-- 12491 SW 134 CT 20 MIAMI FL 33186 PAYMENFT RECEIVED MIAA4•DA13E COUNTY TAX COMECTOW 07/151'2011 60f060000121 aana7 .0o IFI lIrILIIfLFllll, ilFFIlIrFlll ,fl,F fill Ili IIrrl,I.11115�181i SEE OTHER SIDE 0. 09-16 -2011 JEFF ATWATER STATE OF FLORIDA CHIEF FINANCIAL OFFICER DEPARTMENT OF FINANCIAL SERVICES DIVISION OF WORKERS' COMPENSATION * * CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW * * CONSTRUCTION INDUSTRY EXEMPTION This certifies that the individual listed below has elected to be exempt from Florida Workers' Compensation law. EFFECTIVE DATE: 09/16/2011 PERSON: PERRY FEIN: 650993291 BUSINESS NAME AND ADDRESS: PALK ENGINEERING GROUP INC 12491 SW 134 CT #20 MIAMI FL 33186 SCOPES 'OF BUSINESS OR TRADE: 1- CbNSULTANT EXPIRATION DATE: 09/15/2013 GREGORY IMPORTANT: Pursuant to Chapter 440 , 051141, F.S., an officer of a corporation who elects exemption from this chapter by filing a certificate of election under this section may not recover benefits or compensation under this chapter. Pursuant to Chapter 440.05112►, F.S., Certificates of election to be exempt... apply only within the scope of the business or trade listed on the notice of election to be exempt. Pursuant to Chapter 440.05(13), F.S., Notices-of election to be exempt- and -certificates of • - - election to be exempt shall be subject to revocation if, at any time after the filing of the notice or the Issuance of the certificate, the person named an the notice or certificate no longer meets the requirements of this section for Issuance of a certificate. The department shall revoke a certificate at any time for failure of the person named on the certificate to meet the requirements of this section. QUESTIONS? (850) 413 -1609 DWC -252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 01 -11 PLEASE CUT OUT THE CARD BELOW AND RETAIN FOR FUTURE REFERENCE STATE OF FLORIDA DEPARTMENT OF FINANCIAL SERVICES IMPORTANT F DIVISION OF WORKERS' COMPENSATION Pursuant to Chapter 440.05114), F.S., an officer of a corporation who 0 CONSTRUCTION INDUSTRY *—. elects exemption from this chapter by filing a certificate of election CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA L under this section may not recover benefits or compensation under this WORKERS' COMPENSATION LAW D chapter. EFFECTIVE: 09/16/2011 EXPIRATION DATE: 09/15/2013 Pursuant to Chapter 440.05(12), F.&, Certificates of election to be H PERSON: GREGORY PERRY exempt... apply only within the scope of the business or trade listed on FEIN: 850993291 the notice of election to be exempt R BUSINESS NAME AND ADDRESS: E Pursuant to Chapter 440.05(13), F.S., Notices of election to be exempt PALM ENGINEERING GROUP INC and certificates of election to be exempt shall be subject to revocation 12491. SW 134 CT 020 if, at any time after the filing of the notice or the issuance of the MIAMI, FL 33166 certificate, the person named on the notice or certificate no longer meets the requirements of this section for issuance of a certificate. The department shall revoke a certificate at any time for failure of the SCOPE OF BUSINESS OR TRADE: person named on the certificate to meet the requirements of this 1- CONSULTANT section. QUESTIONS? (850) 413 -1609 CUT HERE * Carry bottom portion on the job, keep upper portion for your records. DWC -252 CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 01 -11 PvarN of of ptesto that Gregory Perry, P.E. IS LICENSED AS A PROFESSIONAL., ENGINEER UNDER CHAPTER 471, FLORIDA STATUTES EXPIRATION: 2/28/2013 P.E. LlG. NO: AUDIT NO: 228201314520 53876 I of �4#fes #s tl�arf Carlos D. Flc 11b, P.E. CS Lr.CENSED AS A PROFESSIONAL. ENGINEER UNDER CHAPTER 471, FLORIDA STATUTES EXPIRATION: 2/28/2013 P.E. LIC, No: AUDIT NO: 228201314624 55489 Pjaurb .af Palm of ?ivnms up, Inc. Is authorized under the provisions of S&]H'O _ _ _ " g` ida Statutes, to offer engineering services to the public through a Professional ngin e ! iil l i e under Chapter 471, Florida Statutes. Certificate of Authorization EXPIRATION: 2/28/2013 AUDIT No: 228201301146 CA. LIC. NO: 9483 Form W -9 (Rev. January 2011) Department of the Treasury Internal Revenue Service N N Ol b a c 0 y as �7 o C 'C IL u u n Request for Taxpayer Give Form to the Identification Number and Certification requester. Do not send to the IRS. Name (as shown on your income tax return) PALM ENGINEERING GROUP, INC Business nameldisragarded onfity name, If different from above Check appropriate box far federal tax classification (required): ❑ Individual/sole proprietor ❑ C Corporation ✓❑ S Corporation ❑ Partnership ❑ Trust/estate Limited liability company. Enter the lax classification (G=C corporation, S=S corporation, P- artnershl ► p❑ Exempt payee ❑ Other (see instrucliom Address (number, street, and apt. or suite no.) 12491 SW 134TH COURT No. 20 City, state, and ZIP code MIAMi, FLORIDA, 33186 List account numbe(s) hero (opi name and address (optional) M;MM Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the "Name" line social security number to avoid backup withholding. For Individuals, this is your social security number However, fora resident alien, sole proprietor, or disregarded entity, see the Part I Instructions on n page 3. For other entities, It is your employer Identification number (EIN). If you do not have a number, see How to get a TIN on page 3. Note. If the account Is in more than one name, see the chart on page 4 for guidelines on whose Employer Identificatlon number number to enter. 6 51 — 0 9 1 9 1 3 1 2 1 9 1 1 Certification Under penalties of perjury, I certify that: 1. The number shown on this form Is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. 1 am a U.S. citizen or other U.S, person (defined below). Certification instructions. You must cross out Item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, Item 2 does not apply. For mortgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generaily, payments other than Interest and dividends, you are d to sign the certification, but you must provide your correct TIN. See the Instructions on page 4. i Sign Signature of (- Here U.S. person ► _ � Date ► r ! -A, j� f General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Purpose of Form A person who Is required to file an information return with the IRS must obtain your correct taxpayer Identification number (TIN) to report, for example, Income paid to you, real estate transactions, mortgage Interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W -9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be Issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership Income from a U.S. trade or business Is not subject to the withholding tax on foreign partners' share of effectively connected Income. Note. If a requester gives you a form other than Form W -9 to request your TIN, you must use the requester's form If It is substantially similar to this Form W -9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S, person If you are: • An individual who Is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized In the United States or under the laws of the United States, • An estate (other than a foreign estate), or • A domestic trust (as defined in Regulations section 301.7701 -7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax on any foreign partners' share of Income from such business. Further, in certain cases where a Form W -9 has not been received, a partnership Is required to presume that a partner Is a foreign person, and pay the withholding tax. Therefore, if you are a U.S. person that is a partner in a partnership conducting a trade or business In the United States, provide Form W -9 to the partnership to establish your U.S. status and avoid withholding on your share of partnership Income. Cat. No. 10231X Form W -9 (Rev. 1 -2011) T Gp DAIhtMV01))YYYYi . c -' CERTIFICATE OF LIABILITY INSURANCE 12/15/2011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pclicy(ies) must be endorsed. It SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such andorsement(s). PRODUCER _?�;!,7L" A_NDREW OGHINAN BENDELL INSURANCE GROUP INC LIntNF { , (305)249-5055 "^ (305)249 -50571 PO Box 164235 Miami, FL 33116 -4235 AIaD! -0I s blur °upqbellsouirh .net INSURERISI AFFOROING COVERAGE NAIL. I iNSUR1,R A HARTFORD FIRE INS. COMPANY j INSURED PALM ENGINEERING GROUP. L:_ „ "I TUDOR INSURANCE COMPANY 12491 SW 134TH CT .UNIT #20 , MIAMI, FL 33186 Nsuc/l la a 305 -378 -8594 Ns,IClrta _ COVERAGES CERTIFICATE NUMBER: � REVISION NUMBER. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURFU NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS - -- - - _�._.-wr�_ IN9R AOOL 3t' �'' LIMITS LIR TYPE OF INSURANCE ;' 6. yqy. POLICY N11N111!:R LhlrAllpi}F`lYY9 +11h1Mr17rprY `fYY1 A GENERAL I IABILITY I 1 COMMERCIAL. GENCRAI._LIABILITY I CLAIMS -MADE. OCCUR I GEN'L AGGREGATE Llydll AI'!11 IFS PER UMBRELLA LIAB I I Oi.:CLlrt EY.CESS I.IAH I CLAIMS -MAO. 20 SBMTE0870 EACH OCCURRENCE f'OLICY I 1E41 IJIiL1 ' , I.OL: AUTOMOBILE I_JARII ITY MEDrxn k,w0"a!lalar4) ANYAUTO 5,000 07/24/11'.07/24 /12 PERSONAL aAUVIr,,URY AI.L OWNED SCIIEDUL CO A — AUTOS AUTOS X �— HIRED AUTOS ' X NON - OWNED __ -- AUTOS UMBRELLA LIAB I I Oi.:CLlrt EY.CESS I.IAH I CLAIMS -MAO. 20 SBMTE0870 EACH OCCURRENCE s 1 000,„ 000 OF.- T{Y- 11E34T1<fi�- � PT1F►�Is1,s - -L_d occur {or,� -- S is _ - _ -- _ 300,000 MEDrxn k,w0"a!lalar4) 5,000 07/24/11'.07/24 /12 PERSONAL aAUVIr,,URY 1,000,000 GENLRAi AGGRE:GAIF 2,000,000 PROL'U {;!S COMP;OP AGG s c 2,000,0010 I 1 C;OMHINF.I) SINGLE I PAPT 1,000,0w BODI! Y INJURY A'irr porso:n S i16D1 }Y 20 SBMTE0870 07/24/11 07/24/12 - —,— -- -- I��HOI'LR Gf� TY DnMA � NA I ACII OCCONRENCL AGGiALGAIL- I WORKt`ASCOMPE,NSA1 ON — VrCS"ATU- ' {)T4, AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR:PARTNER,'EXECUINF: 1 I_t Ll CI{ACCIDE N' S OFFICEr1.'MCAMOER EXCLUDED7 N1:., _ -- (Mandaiary in NHI t 1 01SF ASI. EA 1 M1' : - ^•}'!_ FI S Ii yO5, 1d0coltt'v 4ndrtr' . 1) SCRIPT ON Of OPER:ITLOI4S 1>60-n POLICY L IIAtT I s !PROFESSIONAL 1,000,000/1,000,000 B! LIABILITY AEL1003627 !11/15/11,11/15/12! DEDUCTIBLE OF $2500 RETRO DATE:11 /15/2002 DESCRIPT ION OF OPERATIONS 1 LOCATIONS i VEHICI FS !Allach ACORD 10' Ado -tuna, Romarks ScLodvla o mare spao ;s oq,;Irodl PROFESSIONAL ENGINEERING SERVICES. (THE CITY OF SOUTH MIAMI IS LISTED AS ADDITIONAL NAMED INSURED ON THE GENERAL (LIABILITY & SHALL BE PROVIDED WRITTEN NOTICE 30 DAYS BEFORE MODIFICATION OF THIS 'POLICY OR CANCELLATION OF NON- PAYMENT OF PREMIUM OR OTHERWISE. I TE HOLDER CITY OF SOUTH MIAMI 6130 SUNSET DRIVE SOUTH MIAMI, FL 33143 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE 'THEREOF NOTICE '1iVVILA BE DELIVERED IN ACCORDANCE W101 THE POLICY PROWSION AUD(ORIZI:D REPRESENTA c11988 -2010 AC D CORPORATION All rights reserved. ACORD25(2010 /05) The ACORD name and logo are registered marks of ACORD % I TYUNINTERNATIONAL'[ Hd ROSS: S 201 Alhambra Circle, Suite 900 Coral Gables, Florida 33134 Tel. 305.567.1888 a Fax. 305.567.1771 > EMAIL: hjross @hjross.com November 3, 2011 Keith Ng City of South Miami Public Works Department 4795 S.W. 75th Avenue Miami, FL 33155 RE: Sunset Drive Median and Roadway Improvements Proposal for Engineering Services Dear Mr. Ng: We appreciate the opportunity to provide engineering design, and permitting assitance services for the design of a new median and related roadway improvements along Sunset Drive between SW 57th Court and SW 58th Avenue. The attached Proposal for Engineering Services lists the Scope of Work, compensation to perform these services, and the project schedule. The cost for these services is a lump sum fee of $14,980.00. If in agreement, please sign on page 4 and return one original for our records. We look forward to working with you on this project. Sincerelv. Francisco J. AlonsoV R.E. Project Manager Enclosures cc: Grizel Martinez Jose Nessi IY I TERNAnI ONA .. Hd ROSS, CITY OF SOUTH MIAMI SUNSET DRIVE MEDIAN AND ROADWAY IMPROVEMENTS PROPOSAL FOR ENGINEERING SERVICES I. PROJECT DESCRIPTION The City of South Miami (CITY) proposes to construct a new landscaped and curbed 10' median along Sunset Drive between SW 5th Court and SW 58th Avenue. In addition to landscaping, the median will include a "Welcome to South Miami" decorative sign. Furthermore, the project will include milling and resurfacing of the travel lands within the project area, pavement marking and signage improvements, and maintenance of traffic. T.VL Ii'TrEEEERNAMONALI HJROSS (CONSULTANT) will provide final construction plans, technical specifications, and permitting assistance for the above project. This work will be performed in accordance with the Professional Service Agreement for General Engineering Services (AGREEMENT) dated January 2009 as amended herewith. 11. SCOPE OF PROFESSIONAL SERVICES The specific work scope tasks to be performed by CONSULTANT and its sub consultant are: • Survey of the project limits. • New median with perimeter type "D" curbing, landscaping and irrigation, and "Welcome to South Miami" decorative sign. • Milling and resurfacing of the travel lanes. • Signing and Pavement Marking to accommodate the proposed median and replacement of an existing striping affected by the resurfacing. • Maintenance of Traffic Plan • Permitting assistance with Miami -Dade County Public Works 1. PHASE III: FINAL DESIGN PHASE CONSULTANT agrees to provide the Phase 111 - Final Design / Construction Documents Development services in accordance with Paragraph 2.2.3 of the AGREEMENT Final design phase includes design documents and permitting assistance. Permitting assistance includes submitting plans to the relevant permitting agencies (Miami -Dade County Public Works) and responding to comments generated during the design process. Design Documents will include project specifications and the following sheets; City of South Miami Sunset Drive Median and Roadway Improvements Proposal for Engineering Services November 20, 2011 Page 1 `�Lif INTERNATIONAL. I Hd ROSS • Key Sheet • General Notes / Pay Item Notes /Summary of Quantities • Typical Section Sheets • Project Layout and Geometry Plan • Signing and Pavement Marking • Landscaping and Irrigation Plan and Details • Roadway Restoration and Median Detail Sheet • Miscellaneous Details • Traffic Control Plan Sheets (MOT) 2. PHASE VI: POST CONSTRUCTION ADMINISTRATION CONSULTANT agrees to provide the Phase V! — Post Construction Administration services in accordance with Paragraph 2.2.6 of the AGREEMENT. Ili. SUBCONSULTANTS The following consultants will assist in this project Avino and Associates Surveying Services See attached sub - consultant proposal. IV. SCHEDULE OF DELIVERABLES CONSULTANT will submit the following deliverables to the CITY: SCHEDULE OF DELIVERABLES Task Description of Deliverable or Drawing Name No. • At 50% & 100% completion: 2 copies of drawings, check sets, and specifications. 1 Upon final approval by the CITY: permit sets of drawings and specifications. • 1 CD with drawings in AutoCAD and PDF format, and WORD files of specifications. • Copies of correspondence and minutes of meetings. 2 One set of reproducible record drawings. V. SCHEDULE OF SERVICES CONSULTANT shall perform the Work as depicted in the table below following receipt of a written Notice -to- Proceed from the CITY. A preliminary schedule of activities is attached as Exhibit "A ". City of South Miami November 20, 2011 Sunset Drive Median and Roadway Improvements Page 2 Proposal for Engineering Services L.I I T R T ONAL i HJ ROSS SCHEDULE OF WORK Task r Task Name and /or Activity Description Duration work f Projected Projected No. $11,940.00 days Start Date Finish Date 1 PHASE III: FINAL DESIGN PHASE 30 L TBD TBD 47LPHASE VI: POST CONSTRUCTION ADMINISTRATION 7 TBD TBD VI. COMPENSATION CONSULTANT shall perform the Work detailed in this Proposal for a Lump Sum, Fixed fee of Fourteen Thousand Nine Hundred and Eighty Dollars dollars and 00 cents ($14,980.00). SUMMARY OF COMPENSATION Task # Task Name and /or Activity Description Amount Bee Basis 1 PHASE III: FINAL DESIGN PHASE $11,940.00 Lump Sum, Fixed 2 PHASE VI: POST CONSTRUCTION ADMINISTRATION $640.00 Lump Sum, Fixed SURVEYING SERIVCES (Avino and Associates) $2,900.00 Lump Sum; Fixed- Total = $14,980.00 Lump Sum, Fixed VII. ALLOWANCE FOR ADDITIONAL SERVICES Additional services not specifically described under "Scope of Professional Services" will be performed upon written approval, and will be billed at the hourly rates shown in Section 4 of the AGREEMENT. CONSULTANT may use the Allowance for Additional Services requested in writing by and at the discretion of the CITY. Vlll. SERVICES NOT INCLUDED The following services are not included in the Scope of Work for this project: 1. General Engineering services as identified in section 2.1 of the AGREEMENT other than what has been described above. 2. Phase I services identified in Paragraph 2.2.1 of the AGREEMENT. 3. Phase II services identified in Paragraph 2.2.2 of the AGREEMENT. 4. Additional Professional Services identified in Paragraph 2.3 of the AGREEMENT. 5: Post Design or Construction Administration Services. 6. Geotechnical Engineering services including subsurface explorations and /or testing. 7. Permitting Services other than those described above or payment of permit fees. City of South Miami November 20, 2011 Sunset Drive Median and Roadway Improvements Page 3 Proposal for Engineering Services TYUNINTERNATIONAL. 1, HJ ROSS IX. INFORMATION TO BE PROVIDED BY THE CITY CITY agrees to provide, if available: 1. As -built plans of existing City -owned facilities with elevations of underground utilities. 2. Division 1 (front -end) documents for the preparation of the contract documents. 3. CITY is responsible for payment of any permit review fees to the regulatory agencies. X. PROJECT MANAGER CONSULTANT'S Project M Alonso, P.E. , Prepared by: Approved by: Francisco J Keith Ng 0 r for this Work Order assignment will be Francisco J. nso, P.E. City of South Miami Sunset Drive Median and Roadway Improvements Proposal for Engineering Services 11 -20 -11 Date Date November 20, 2011 Page 4 0 0 -, LLI T d C r C O O O N Q E m > } U5 0 F 0 Z LL E Z m d iU Z C E w 705 w w O U C E O `o. N C N C '9 O tll N 7 E N t 0 U a O . a� O V v E 'o Z iL ' ro t1 '� ° MV• O O O O O O 0 O O rmi m ry a � °m WO °m O W w �+ O1 o O O O O O O O o p O o o m N' 0 O ? 0 0 0 0 0 0 0 O a N p jj N W O 0 W W N M O fO N O N O � V a � � N M t9 VNl � W N � M• � FA N N 0 •a •a In cq m m a N v a0i UU U v m v U N G w N M Lao w a id W SS S.i d7 IJ W 3 W N to � Vl Ill o � U w w w J LL m a accaa _ O cC yQQ� O� O N O O E Q N U tll to VJ u) t ) u) cn U' N w 0 Y w w K Qw W Q m U 0 0 w z C O O O v v fA 1R Q u o E m a U a N N w a s w w n d Ij a 33 LL E('o M v O nw A4 rn � C w N N m G � y O O P.. UO LL O 1Q N C) 10 � y 0 ti Y CO m 00 r a V N N (0 w.. o• Q O O m Om O° �0m O C O p° 0 0 O E E Q OI w E V w m u a N (7 0. �Uy C O o E o o 0 c p O O o 0 0 0 Q O o 0 0 0 0 0 N N V C N V N N N N Wa{{ Q 0 p V a � o' to IL iii t cN � U 5 E, •� r F O U l6 y, OII' ,4. Q z _ -. OI c O! d' cl w - a c w« O O �' C � DI �?I •Cl ° bl C Ti C U� U � Oil v D IL� W I N Wf � O ✓�. p p'• a 0 O O O O O O O O 0 O O °m WO °m O W w �+ CL N o o m N' 0 O N M II II N v a0i UU v m v U N G w N M Lao w a id W SS S.i d7 IJ W 3 W N to � Vl Ill o � w w w J LL m a accaa _ O cC yQQ� O� O N O O E Q tll to VJ u) t ) u) cn U' N w 0 w w Qw W Q 0 0 w z 0 v v fA 1R Q a v a s w w n d a 33 LL E('o M v G G m cu nw A4 rn � a G � y O O P.. UO LL O 1Q N C) 10 d fl. w.. r � o E E Q OI as p G b E w m u a N (7 0. �Uy C O o E o o ea � M to IL iii t cN � U November 4, 2011 Mr. Frank Alonso, PE T. Y. LIN INTERNATIONAL/ H. J. ROSS 201 Alhambra Circle Suite 900 Coral Gables, Florida 33134 RE: SUNSET DRIVE MEDIAN IMPROVEMENTS Approximately 300 Linear Feet of Streets Dear Mr. Alonso: Engir;�srs a r"!rrnr0rs a Surveyors w r. 501N 207 WEST NAY, R,31 % 33`14.4 T111. 11105.26.5030 r pia Q� x f, k 3u5 76S SM E7 rrT� r.,t a+aIi , v4 :.r rer..! des cr , xs wen rg MOM army �t Avino &UN UJIT Pursuant to your request regarding a fee estimate for surveying and mapping services for the above referenced project, the following proposal for same is hereby submitted for your consideration: Scope of Services: 1. Topographic Survey within the Right -of -Way of SW 72nd Street (Sunset Drive) from approximately SW 58th Avenue to SW 57th Court. 2. Trees Location (type and size) within Right -of -Way. 3. Location of all driveways. 4. Location of all above ground visible utilities. 5. Cross - section elevations at 50' intervals. Time frame: Ten (10) working days, weather permitting. Items to be delivered: Avino & Associates, Inc. will provide client digital files in AutoCAD format. Qualifications: 1. Rule of Law: All field and office effort in connection with this project will be performed in strict accordance with the applicable provisions of the "Minimum Technical Standards for Land Surveying in the State of Florida ", pursuant to Rule 5J -17, Florida Administrative Code. 2. Requests for service not specifically enumerated in this proposal will be addressed via separate response if so required and will be billed at our current hourly rates. 3. All survey work shall be done in U.S. feet and Elevations in 1929 NGVD Datum and prepared using the State Plane Coordinate System — NAD83 Florida East. Estimated fee: Our estimated fee to perform these services is a Lump Sum Fee not to exceed TWO THOUSAND NINE HUNDRED DOLLARS ($2,800.00), VAProposa1s\TYL1N\City of Soutb Miami\Sunset Advo Median Iay)rovements\Surveylnf Proposal.doe page 1 or Page 2 Mr. Frank Alonso, PE November 4, 2011 Payments Terms: Avin6 & Associates, Inc. will invoice upon completion, If payment is not received within 10 days of the invoice date, a late charge may be added to the invoice in the amount not to exceed 1 % per month on the outstanding balance. It is understood that this agreement is between Avin6 & Associates, Inc. and the addressee and payment is not contingent on payment from a third party unless other written agreements or guarantees are agreed to by both parties and attached hereto. No waiver shall be construed as a modification or amendment to these payment terms unless expressly stated in writing by Avin6 & Associates, Inc. Should at any time during the project the Client find it necessary to discontinue the services described above, or if the parties mutually decide to terminate this contract, the Client will compensate Avin6 & Associates, Inc. on an hourly basis for the percentage of work completed plus reimbursable expenses. Lump Sum Fees are fixed for a period of two month from the date of this proposal. If the work has not been initiated within this two -month period, Avin6 & Associates, Inc. reserves the right to terminate or renegotiate this proposal. By acceptance of this proposal, the signing person represents and warrants to the Surveyor, that it is authorized to enter and accept the proposal on behalf of and bind T. Y. LIN INTERNATIONAL / H. J. ROSS. If acceptable, a space is provided for an authorized signature. We will consider the return of the signed original letter as our legal contract and Notice to Proceed. By signing below, I APPROVE AND ACCEPT this letter as a legal contract and have read and agree to the payment terms as set forth above. By: (Authorized Signature) Date: (Typed or printed name) Title: On behalf of Avin6 & Associates, Inc., I thank you for this opportunity to present this proposal for your consideration and look forward to your favorable response. In the interim, if there is anything we can do to be of service in this or any other matter, please do not hesitate to call me directly at (305) 265 -5030. Sincerely yours, t,.te Jorge R. Avin6, PE, PSM President V:Nroposa1s \TXLIN1Ciry ofSoullr Miomi\Sunsel Drive Median Improvemenls\Surveying PropoSal,doc Page 2of2 .n 0i6i E11C Consulting, Inc. November 4, 2011 Keith Ng City of South Miami 6130 Sunset Drive South Miami, FL 33143 Re: Sunset Drive Median Improvements – Civil Engineering Fee Proposal Dear Mr. Ng: EAC Consulting; Inc, is pleased to submit this flee proposal to The City of South Miami to perform design and permitting activities for the installation of a landscaped median on Sunset Drive between SW 57th Court and SW 58th Avenue. The scope of work includes Roadway median design, permitting, roadway milling & resurfacing, striping and pavement markings, maintenance of traffic and landscaping. $cope of Work: Civil .Enginee.ring. Design.& Landscaping Design: 1. Perform a complete topographic survey of the limits of work. 2. Prepare detailed construction drawings at an acceptable scale (including, but not limited to, typical sections, paving_, grading, markinglsignage, landscaping and construction details). 3. Provide construction cost estimate. 4. Conduct (1) public workshop meeting to present design, if necessary. 5. Present design to City commission, if necessary. The proposed design will be done in accordance with the established guidelines and procedures utilized by the City of South Miami Public Works Department, the Florida Department of Transportation (FDOT), the Miami -Dade County Public Works Department (Traffic Division)(as applicable) and the Miami -Dade Department of Environmental Resource Management (DERM). EAC Consulting, Inc, shall provide professional Civil Engineering services in accordance with the Professional Services Agreement for General Engineering Services. Our lump sum fee proposal for this scope of services is as follows: - .. .Task f .— Fee Surveying Services _ $2,736.06 100% Construction Documents. $8,456 _ Permitting (FDOT, City of South Miami and Miami -Dade County DERM – as applicable _ – Landscaping Design Services $2,630 _ Reimbursables $500 Total Lump Sum Fee $18,348.06 815 NW 57 Avenue, Suite 402 ii Miami, FL 33126 I Phone: 305 -264 -2557 Wax: 305 - 264 -8363 1 www.eacconsult.com it CA # 70111 I . Site Investigation, Reconnaissance, Data Collection and Verification of As -built Conditions. 2. Layout and Geometry with tie -ins to established vertical and horizontal datum and monuments. 3. Surface Demolition Plan, Notes and Details. 4. Grading and Paving Design, Plans and Details 5. SWPPP Notes and Applicable Details 6. Probable Cost Estimates 7. Permitting /Approvals with local jurisdictional. authorities including the following: • FDOT • Miami -Dade County Public Works Dept. (Traffic Division) 1R Miami -Dade County DERM (as applicable 8. Coordination Meetings The aforementioned scope of services assumes that: 1. If necessary, Soil contamination mitigation will be dealt with by others. EAC shall, at the request of the City, provide a separate fee proposal for such work. 2. Geotechnical services are not included in this fee proposal and shall be presented to the City by EAC via separate fee proposal if necessary. 3. No Right of Way takes are required. 4. Trull roadway re- construction design of any kind Is specifically excluded from this proposal. If required, EAC shall provide the City with a separate fee proposal for such work if required. 5. Permit/Approval fees when required would-be provided to EAC by -the City. 6. (offsite infrastructure improvements, are not included as part of this base proposal unless specifically requested. 7. Project is a Single -Phase project. 8. Investigation and Design of offsite facilities and improvements is not included. 9. At the commencement of services, a project delivery schedule will be provided to EAC by the City. EAC must be notified promptly of any modifications to the schedule, 10. Class i permitting through Miami -Dade County DERM is not included. 11. Traffic analysis of any kind is not included. The following information will be required for us to commence the work. 1. Signed approval of this proposal or written authorization to proceed with services. This proposal is based on our understanding of the requirements for engineering services as itemized under the anticipated tasks listed above. Accordingly, we reserve the right to modify this proposal due to any changes in scope. If the above fee proposal and the terms above are acceptable to you, please provide us with a work authorization so we may begin work. Sincerely, EAC Consulting, Inc regory Me:,n ez, P.E Senior Project Manager City of South Miami Authorization cc: File, Mike Adeife, P.E. — EAC Consulting, Inc.. 815 NW 57 Avenue, Suite 402 Miami, FL 33126 !Phone: 305- 264 -2557 [Fax: 305 -264 -8363 [ www.eacconsult,com t CA # 7011