Res. No. 111-09-12920WHEREAS, the Mayor and City Commission wishes to provide infrastructure improvements
2long S.W. 64 th Ct. from Sunset Drive to Manor Lane,- and
WHEREAS, the Mayor and City Commission authorize the City Manager to secure the services
of EAC Consulting, Inc. for professional engineering services for the design, bid and construction phase
services for the S.W. 64 th Ct. Drainage Improvements project; and
WHEREAS, the total cost of the professional services will be $49,936.60 funded through the
Stormwater Trust Fund account number 111-1730-541-3450.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OT THE
CITY OF SOUTH MIAMI, FLORIDA THAT:
Section 1: The City Commission authorizes the City Manager to execute a professional service
work order with EAC Consulting, Inc. in an amount of $49,936.60 for design, bid and construction phase
services for the S.W. 64 th Ct. Drainage Improvements project.
Section 2: The total cost of the professional services will be $49,936,60 funded through the
Stormwater Trust Fund account number 111-1730-541-3450 with the current account balance of
$51,254.62.
ATTEST:
0-, �-' C ,
� - 302ffaEE- -# =-* M mo
16 th day of June 72009.
D At*] ZI I ih I b**11 Lei ON ILTIL9 $
Mayor Feliu-
Yea
Vice Mayor Beasley:
Yea
Commissioner Palmer:
Yea
Commissioner Newman:
Yea
Commissioner Sellars:
Yea
South Miami
NI- America City
CITY OF SOUTH MIAMI 11111.1
OFFICE OF THE CITY MANAGER
INTER - OFFICE MEMORANDUM 2001
To: The Honorable Mayor & Members of the City Commission
Via: W. Ajibola Balogun, City Manager
From: Jose Olivo, P.E. Q). `�)
Public Works & Engineering Department
Date: June 16, 2009 Agenda Item No.:
Subject: Approval of Professional Service Work Order.
Request: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A
WORK ORDER TO E.A.C. CONSULTING, INC. FOR DESIGN, BID AND
CONSTRUCTION PHASE SERVICES FOR THE S.W. 64TH CT. DRAINAGE
IMPROVEMENTS FROM SUNSET DRIVE TO MANOR LANE IN AN AMOUNT
OF $49,936.60 TO BE CHARGED TO STORMWATER TRUST FUND
ACCOUNT NUMBER 111 - 1730 -541 -3450; PROVIDING FOR AN EFFECTIVE
DATE.
Request: Authorizing the City Manager to approve professional service work order for S.W.
64th Ct. Drainage Improvements for Design, Bid and Construction Phase
Services.
Reason/Need: The project improvement consists of providing much needed drainage
and roadway resurfacing to S.W. 64th Ct. from Sunset Drive to Manor
Lane. Therefore, as one of the City's General Engineering Services
consultants, EAC Consulting, Inc. has submitted the attached proposal for
the Design, Bid and Construction Phase Services for the project. EAC's
services will include: Design Phase: preparation of detailed construction
drawings, construction cost estimates, bid documents and permitting; Bid
Phase: Assistance during bid phase, review bids and issue
recommendation of award; Construction Phase: construction engineering
inspections; review of all shop drawings; responding to all Request for
Information (RFI); review of "As- built" drawings; reviewing of contractor's
application for payment; review and processing of all Work Order
Directives to the contractor; performing construction close -out services;
and to issue Certificate of Completion.
Cost:
$49,936.60
Funding Source: $49,936.60 will be funded through the Stormwater Trust Fund account
number 111 - 1730 - 541 -3450 with the current account balance of
$51,254.62.
Agenda Item No.:
EAC Agreement for SW 64`' Ct. Imp.
June 16, 2009
Backup Documentation:
❑ Proposed Resolution
❑ EAC's Work Order (Proposal) for Professional Engineering Services
❑ EAC's Professional General Engineering Service Agreement
❑ Location Map
Page 2 of 2
Consulting, EAC
June 12, 2009
Jose H. Olivo Jr., P.E.
Public Works Director
City of South Miami
4795 S.W. 75th Avenue
Miami, FL 33155
Re: Drainage Improvements - SW 64'" Court, between Sunset Drive (SW 72 "d
Street) to Manor Lane
EAC Project No. 08024- SD01 -01
Dear Mr. Olivo:
EAC Consulting, Inc. is pleased to submit this fee proposal (attached) to provide
Drainage Infrastructure Improvements for SW 64 "' Court, from Sunset Drive (SW 72
Street) to Manor Lane.
Scope of Work:
Design Phase:
1. Contact all applicable utility companies and secure As -built drawings of all
underground and above ground utilities. Perform miscellaneous data collection
as necessary.
2. Prepare detailed construction drawings at an acceptable scale (including typical
sections, paving, grading, drainage, marking, signage and construction -details).
3. Prepare a project manual (including technical specifications, front end docs,
general conditions) required for the project.
4. Prepare and submit all permit applications required for this project. It is
anticipated that approval will be required from DERM and the City of South Miami
Public Works Department.
5. Provide construction cost estimate at design completion stages.
6. Conduct (1) public workshop meeting to present design, if necessary.
7. Present design to City commission, if.necessary.
Bid Phase:
1. Prepare bid documents including project manual and bid plans.
2. Conduct pre -bid meeting (including preparation of pre -bid agenda).
3. Respond to bidders RFIs.
4. Prepare addenda, if necessary.
5. Review bids, provide bid tabulations and issue recommendation of award (with
attached review of financials, company docs, licenses, and verification of
references).
Construction Phase:
1. Attend preconstruction meeting and review construction schedule.
2. Review all construction documents between City and contractor (bonds,
insurances, etc.)
3. Prepare preconstruction meeting minutes.
4. Attend bi- weekly construction meetings and issue meeting minutes.
5. Conduct daily inspections and provide written inspections with attached photos.
6. Review shop drawings and RFIs.
5100 NW 33Avenue, Suite 243 IFort Lauderdale, FL 33309 [Phone: 954- 733 -8004 IFax:954- 733 -8604 twww.eacomsult.com ICA #7011
7. Prepare and review and work orders.
8. Review and certify payments to contractor.
9. Review test results.
10. Perform project closeout in accordance with Professional Services Agreement for
General Engineering Services.
11. Issue punch -list (with attached photos), substantial completion and final
completion.
12. Obtain and review As -built drawings. Submit certified As -built drawings by the
Engineer of record to the City.
The proposed drainage design will be done in accordance with the established
guidelines and procedures utilized by the City of South Miami Public Works Department,
the Miami -Dade County Public Works Department and the Miami -Dade Department of
Environmental Resource Management (DERM), (i.e., 5yr. -1 hr. for exfiltration trench).
EAC Consulting, Inc. shall provide construction documents, bidding assistance and
construction inspection and administrative 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
Fee
30% Construction Documents — Existing conditions /utilities,
preliminary drainage layout and grading, preliminary engineer's cost.
estimate.
i
$9,051.00
50% Construction Documents — preliminary drainage calculations,
revised drainage layout, pavement restorations, typical
sections /notes /details, profile drawings (as necessary), revised
engineer's cost estimate
$10,174.00 j
100% Construction Document — final drainage calculations /drawings,
final engineer's cost estimate.
$10,447.00
Permitting
$2,167.00
Bidding & Award assistance — refer to "Bid Phase" above
$2,167.00
Construction Support Services — (refer to "Construction Phase" above)
Assumes construction duration of 2 months.
$6,240.00
'Surveying Services
$6,970.60
Geotechnical Services
$2,220.00
Reimburseables
$500.00
Total Lump Sum Fee
$49,936.60
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.
5100 NW 33 Avenue, Suite 243 € Ford Lauderdale, FL 33309 € Phone: 954- 733 -8004 1 Fax: 954 - 733 -8604 € www.eacconsult.com € CA # 7011
Sincerely,
EAC Consulting, Inc
Gregory Me de , RE
Senior Pro }e anager City of South Miami Authorization
Encl. Fees for surveying and geotechnical services
cc: File
Mike Adeife, P.E. — EAC Consulting, Inc.
Huntley Higgins, P.E. — EAC Consulting, Inc.
5100 NW 33 Avenue, Suite 243 I Fort Lauderdale, FL 33309 [Phone: 954 -733 -8004 Wax: 954 -733 -8604 I www.eacconsult.com I CA # 7011
ag
4
s_
g 'i9000
m
x
_
s'FN
o
w
=
"a
atV�'K
O
°
v.
°way
N
OO m
U
to
« k
w
a
�
o
W
�
•J
n
O
pp•, O
O M
M N
NfD
?;:
0 :::
Q
'. � X— •--•
-
OS
~
r-N
Q
N
~
°n
9N -
C 3
oQ f
�_
C5
C
O N
Ed 03
j 'Lf)
T
o
S
t
:01
V
O
C
� H
yr �
.• m
N
Q
IL
m
W
W
> >
�s
(�
SIJ•
O1
;
o p n
d o
i3 Pi
� ro
m
0
° n�
H
U
F LL y
7
pa
5
8
s
EM
f
Z
m
c � O .. W o
» 8
°
Im
N
N
C N
C
v vai
YNi
Y
Q
V •u C 2 7 N~ (ppA a 'p 4)
O S
W E
N 44,
y.0 ym S•C E
L4 Q
O
r m
C® C
C O [Qn
'O
D_
X25
•O C S
C
4 C
O
w
~
d
A �•.. .N.. O Fa"
O
a
H O
O
O
0 0 0 0 O O
O O O O O O
Q
D,
N N
N
°O
aw fD
fn
C C
e~-
�
w
60
w in
�
C)
O N
N
U
cn
?
? r
Z
z c
m
z c
3
J
F 3
J
W W
z
Z
ny
$
°u V
d
LL Q
W
_O
co
n
c
N H
w
uuN
O
Z Vt
O
C C C m
> z
E
5
=
m
E£ E d� m
`u
Z
0
7
Q
o00
cn
Z
o o .2
aDi
J
¢
'n
C C C Q a
a o$ R a
� '$
o
4'
y
C
y
yc
a U
=m
a tm .
�CQ1
aNl~Cl
UUUC
r
O
�Q
U U�
.E
U
04
In
tQii w�mtaJ
�tQ�tQ�t1D
1�1a1�l�H �doao
FRALEMAN
& Associates, Inc. CONSULTING ENGINEERS & SURVEYORS
www.FR- Aleman.com
10305 NW 41 Street, Suite 200
Miami, Florida 33178
TEL: (305) 591 -8777
FAX: (305) 599 -8749
May 7, 2009
Huntley G. Higgins, P.c.
Senior Project Manager -Civil
FAC Corlsuttirtg, l:tc.
www.eacconsult.corn
815 NW 57th Avenue, Suite 402
Miami, FL 33126
Main: 305- 264 -2557
Fax: 305- 264 -5507
Email: hhia�ins(&,eacconsuftcom
RE: TOPOGRAPHIC SURVEY AT CITY OF MIAMI STREETS.
Dear Mr. Higgins: .
This is our estimate for the Topographic Survey at SW. 64th Court from SW. 72 "d Street (Sunset Drive) to
Manor Lane, City of South Miami, Florida.
Scope of Works:
• Full topographic survey road described above. Survey at the intersections will extend 20
feet beyond the points of curvature.
• The survey will show existing Right of way lines, Section lines, etc if applicable. Survey
will show all above ground structures, including but not limited to manholes, valves, fire
hydrant etc.
• Survey stationing will go from South to North. Stationing will be tied to established
monumented lines. Survey will be performed in the State Plane Coordinate System
(Florida East Zone NAD 83190)
• Survey will establish reference points to perpetuate the alignment. Centerline of side
streets will be set according to recorded information will be shown on the plans.
• All curve data will be shown on plans. Points of curvature and point of tangency will be
set on the field.
Baseline stationing will be set at 100 feet intervals, using iron rod in dirt areas or nails
on asphalt.
• Vertical control will refer to National Geodetic Vertical Datum 1929 (N.G.V.D. 29).
Temporary Bench Marks will be set through the project at approximately 1,000 feet
intervals.
• All points of intersections and deflection angles will be shown.
• Survey will show Horizontal and Vertical location of visible fixed improvements within
project limits.
• Survey will include the location of trees with 3 -inch diameter trunk or larger.
Rim, top and invert elevations of all existing sanitary sewers' manholes, pump wet and
dry wells, drainage culverts, manholes and catch basins.
Survey will show cross - section at 100 feet intervals. Cross Section will include elevation
at the centerline, edge of pavement, top of shoulder, bottom of shoulder, centerline of
swale, gutter, top of curb, back of sidewalk, right of way line, and low points, median, as
necessary.
Any abrupt changes in grades immediately beyond the limits of the project will be shown
as well.
Miami - Orlando - Tampa - Jacksonville - Tallahassee
For
Topographic survey according to Minimum Technical Standards, Chapter 61G17, Florida Administrative
Code.
FRA will deliver all drawings in CD, in AutoCAD release 2007, in State Plane Coordinate System (SPCS).
FRA will deliver two (6) hard signed and sealed copies of the Topographic Survey. Underground utility lines
will not be shown on the Topographic Survey.
Topographic survey will show lot lines and or subdivision lines outside of public right of way and utility
easements, as shown on those plats, within public right of way.
RTK means Real Time Kinematics.
Field Crew 3 men RTK
0.5
DAYS
$1,400.00
$700.00
Field Crew 3 men
3.5
DAYS
$1,200.00
$4,200.00
Survey Tech
4
HOURS
$85.00
$340.00
Surveyor and Mapper
4
HOURS
$125.00
$500.00
CADDTech /HOUR
20
HOURS
$61.53
$1,230.60
TOTAL
$6,970.60
If you have any questions, please do not hesitate to contact our office.
Very truly yours,
Fernando Z. Gatell, P.S_M.
Senior PM
Senior Surveyor & Mapper
Approved by:
Huntley G. Higgins. P.E.
Senior Project Manager -Civil
April 30, 2009
EAC Consulting, Inc.
815 NW 57°i Avenue, Suite 402
Miami, FL 33126
Attention: Mr. Huntley Huggins, P.E.
Re: Proposal for Borehole Percolation Tests
SW 64th Court Drainage improvements Project
From Sunset Drive (SW 72nd Street) to Manor Lane
Miami -Dade County, Florida
Geosol Proposal-No- P- 209133
Dear Mr. Huggins:
In accordance with your request on April 30, 2009, Geosol, Inc. (GEOSOL) is pleased to 'submit this
proposal pertaining to geotechnical services for the above - referenced project. Included herein is an
estimate of the work effort and our anticipated approach, based on our understanding of the project.
INTRODUCTION
As we understand it, subsurface explorations will be required at the above - referenced site for evaluation
of drainage improvements. As you requested on April 30, 2009, the site will require the performance
of three (3) borehole percolation tests, each to a depth of 15 feet below existing grades for use in
drainage evaluations and design. You provided a site plan depicting the location of the percolation tests
on April 30, 2009 via facsimile.
BOREHOLE PERCOLATION TESTING
We understand that underground utility clearance at the site will be required and will be performed by
GEOSOL. We have not visited the project site to evaluate equipment accessibility to the test locations
or maintenance of traffic (MOT) requirements. However, we understand that the test locations are
accessible to a truck - mounted drill rig. Since the test locations will be adjacent to a roadway, minor
MOT may be required. The test locations will be marked in the field by a representative of GEOSOL
utilizing standard taping procedures, existing landmarks and the test location sketch you provided on
April 30, 2009.
We plan to drill the boreholes by means of an 5 -inch diameter tri-cone bit and water. Upon drilling the
borehole, we will insert a slotted 4 -inch diameter PVC pipe in the ground and will use a pump for
purging the well prior the start of the test.
1.. 5795 -A N.W.151S1 Street
-- Miami Lakes, FL 33014
GE O& Phone (305) 828 -4367; Fax (305) 828 -0235
E -mail: geosolusa@bellsouth.net
EAC Consulting, Inc.
Proposal for Borehole Percolation Testing Along SW 64" Court
From Sunset Drive (SW 72' Street) to Manor Lane
Miami -Dade County
Geosol Proposal No. P- 209133
The borehole percolation tests will be- performed in accordance with the South Florida Water
Management District method, Usual Open -Hole "Constant Head" testing using a four (4) inch diameter
PVC perforated casing of equal length to the well depth. The boreholes will be backfilled with grout
and the site restored as close possible to its original state. Soil and rock samples recovered in the field
will be placed in sealed containers for delivery to our office to confirm the field classifications.
REPORTING
We will provide you with the following information:
Results of the borehole percolation tests (k- values).
A letter report summarizing results of the field tests and generalized subsurface conditions.
Three (3) reports signed and sealed by a Professional Engineer registered in the State of
Florida.
SCHEDULE
Our work can begin within one (1) day upon your notice to proceed. The utility clearance process can
take up to (4) days to complete. Given the scope described herein, we can complete the field study for
this project within one (1) working day. We will submit the results of the borehole percolation tests
within five (5) working days following the field demobilization. Its
that we will be allowed to
perform the study as a fairly continuous effort, we suggest assuming a two to two (2) -week period to.
perform our work after we receive notice to proceed from MDCPWD.
COMPENSATION
Based on our general knowledge of the subsurface conditions at the site and interpretation of your
requirements, we are willing to complete the geotechnical services for this project for $2220.00. We
have attached a detailed breakdown of the fee proposal for your review. GEOSOL appreciates your
consideration of our firm to undertake this project.
EAC Consulting, Inc. 1h
Proposal for Borehole Percolation Testing Along SW 64 Court
From Sunset Drive (SW 72nd Street) to Manor Lane
Miami-Dade County
Geosol Proposal No. P-209133
GEOSOL appreciates your consideration of our firm to undertake this project. To formally authorize
us kindly indicate so by signing and returning the Acceptance Sheet of Geotechnical Services. If you
have'any questions, please do not hesitate to contact us.
Sincerely,
GEOSOL, INC.
Oracio Riccobono, P.E.
Senior Geotechnical Engineer/President
Attachments — Fee Proposal
ACCEPTANCE SHEET OF GEOTECHNICAL SERVICES
AGREED TO THIS
PLEASE PRINT NAME:
TITLE:
FIRM:
III
DAY OF '2009
EAC Consulting, Inc.
Proposal for Borehole Percolation Testing Along SW 64'h Court
From Sunset Drive (SW 72' Street) to Manor Lane
Miami-Dade County
Geosol Proposal No. P-209133
ATTACHMENT
FEE PROPOSAL
777. 7
�V'7,
GEOSOL, INC.
FEE PROPOSAL FOR GEOTECNNICAL SERVICES
SW 64th Court Drainage Improvements Project
From Sunset Drive (SW 72nd Street) to Manor Lane
Miami -Dade County, Florida
GEOSOL PROPOSAL No. P- 209133
DESCRIPTION UNITS # OF UNIT TOTAL
UNITS RATE ($) $
1. FIELD INVESTIGATION
Mobilization of Truck - Mounted Drill Rig
each
1 1
$300.00
$300.00
Three 3 Borehole Percolation Tests (Depth =15 feet
each
3
$300.00
$900.00
Grout Seal Boreholes
feet
45
S4.00
$180.00
Senior Technician For Boring Layout, Utility Clearance and. Meetings
hour
4
$55.00
$220.00
SUB -TOTAL (SPT BORINGS)
TOTAL FIELD INVESTIGATION
3. ENGINEERING AND TECHNICAL SERVICES
$1,600.00
$1,600.00
Senior Project Engineer
hour
1
$150.00
$150.00
Project Engineer
hour
3
$90.00
$270.00
Draftsman
hour
2
$50.00
$100.00
Clerical
hour
2
$50.00
$100.00
SUB -TOTAL (ENGINEERING SERVICES) $620.00
TOTAL GEOTECHNICAL FEES FOR PROJECT $2,220.00
P- 209133 FEE PROPOSAL.Xls PAGE 1 OF 1
r - E `a
\4,%
G7
PROFESSIONAL SERVICE AGREEMENT
General Engineering Services
THIS AGREEMENT made and entered into this P7N day of_, 20e by and between the CITY
OF SOUTH MIAMI, a political subdivision of the State of Florida, referred to as the "CITY" and EAC
CONSULTING, 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 31, 2011, 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 1- 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.
1.2 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 thiAreement 1/1)
Illy iq
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�greement promptly after each Notice
to Proceed. e
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.
The CITY agrees to issue all directives and a rovalrin writing.
1 8 gr pp �
SECTION 2 - PROFESSIONAL SERVICES `
2.1 General Engineering Services
The professional services to be provided by the consultant are as follows: 00)'`I
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.
• Professional Services Agreement
General Engineering Services
December 2008
Page 2 of 17
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.
F. 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, NIDWASA, etc.) for any conflict
with their utilities.
I. 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
Professional Services Agreement
General Engineering Services
December 2008
Page 3 of 17
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) 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 II — 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.
■ Professional Services Agreement
General Engineering Services
December 2008
Page 4 of 17
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:
1. 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.
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.
I. 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
fiunish to the CITY a minimum of 30 sets of drawings and specifications, for bidding
purposes, unless instructed otherwise.
J. 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.
Professional Services Agreement
General Engineering Services
December 2008
Page 5 of 17
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:
1. 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 Project scope or quality, or both, as approved
by the CITY and rebid the Project, or
4. suspend or abandon the Project, or
5. 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 15% 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.
■ Professional Services Agreement
General Engineering Services
December 2008
Page 6 of 17
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 of
Professional Services Agreement
General Engineering Services
December 2008
Page 7 of 17
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. 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 lieri 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.
Professional Services Agreement
General Engineering Services
December 2008
Page 8 of 17
D. The CONSULTANT shall furnish the City with
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.
a 3 -ring binder labeled "Close -out
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.
Professional Services Agreement
General Engineering Services
December 2008
Page 9 of 17
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 connection 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 - TEgE 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:
Professional Services Agreement
General Engineering Services
December 2008
Page 10 of 17
Category _ Hourly Rate
Principal l q 00
Project Manager / • .50
Senior Engineer /:
Data Processing / Clerical / 6
Hourly rates will include all wages, benefits, overhead and profit.
I f[-- a
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 estimated 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:
1. 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.
Professional Services Agreement
General Engineering Services
December 2008
Page 11 of 17
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.
■ Professional Services Agreement
General Engineering Services
December 2008
Page 12 of 17
SECTION 11— 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 31, 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 15 - RENEWAL OPTION
vt f/
Thisgreement may be renewed, at the sole discretion of the CITY, for an additional period of oneyear at the
end '6f the initial period.
SECTION 16 - DEFAULT
In the event either party fails to comply with the provisions of this Agreement, the aggrieved parry 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
• Professional Services Agreement
General Engineering Services
December 2008
Page 13 of 17
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.
C. 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 -8 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
■ Professional Services Agreement
General Engineering Services
December 2008
Page 14 of 17
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.
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.
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.
■ Professional Services Agreement
General Engineering Services
December 2008
Page 15 of 17
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 Commissibn on December 2, 2008
ATTEST:
aria Menendez, City C erk
Authority of Resolution No. 39 -09 -12848
duly passed and adopted by the South
.Miami City Commission on March 17, 2009
CITY OF SOUTH MIAMI
W. Ajibola Balog , City Manager
ATTEST: CONSULTANT:
A.
STATE OF FLORIDA )
ss: Acknowledgement of City of South Miami
COUNTY OF DADE
The foregoing instrument was acknowledged before me this day of he:E—, 20 (� by
W.Ajibola Balogun 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.
Not u lic, State of Florida
Print name: �(w
. J
� -.
COmmiSS10 �O, f 5...., NKENCaAkPAYN5
4 h h r1 SON H DD 714025
i. . #, 'tf �XfyIRGS: nclnb�r5,.hbi1
r�;i;�` B�neadfhruN6laryeu66aUnaer
STATE OF FLORIDA ) -
wrllerc
ss: Acknowledgement of Consultant
COUNTY OF DADE )
• Professional Services Agreement
General Engineering Services
December 2008
Page 16 of 17
The foregoing 'ns ument was acknowledg before me this day J;R—obprY 20 U by
E 1.121 QU E ` -OO KS of F k C a 03 a- I o • , on behalf of the CO ULTANT.
He is personally known to me or has produced PA6 S�>
?r4 �-Ziuexis LLpy5r, as identification.
APPROVED AS TO FORM & CONTENT
Luis Fi , o, City Attorney
Professional Services Agreement
General Engineering Services
December 2008
Page 17 of 17
lfotary Public tie of Florida
Print name: n (xk g' (V //����` 1 mo G o-L
REi tate of Florida
Commission N + DD833139
012
SW 64TH COURT IMPROVEMENTS
N
W E
S
SW 72ND ST SUNSET DR
IL
zz
N
Lij
cfl
Q to
Cl) ;
�jl
S
s e:
z
U
IMER[
U)
W
:JAR 5
N
SW 76 J5
�r
SW 77TH
S
-1 ---- FF I I I
0 100 200 300 400 500 600 700 600 9UO 7,000
Feet