Loading...
Res. No. 172-09-12981RESOLUTION NO.: 172 -09 -12981 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 TYLIN INTERNATIONAL- HJROSS FOR CONSTRUCTION PHASE SERVICES FOR THE AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) SUNSET DRIVE IMPROVEMENTS PHASE IV PROJECT IN AN AMOUNT OF $38,000.00 TO BE CHARGED TO THE 2008 -2009 PEOPLES TRANSPORTATION PLAN ACCOUNT NUMBER 124- 1730 - 541 -3450; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Mayor and City Commission wishes to provide infrastructure improvements along Sunset Drive from SW 63`d Avenue to SW 651" Avenue; and WHEREAS, the Mayor and City Commission wishes to secure the services of TYLIN International HJRoss for professional engineering services for the construction phase services for the ARRA Sunset Drive Improvements Phase IV project; and WHEREAS, the Mayor and City Commission authorize the City Manager to secure the services of TYLIN International - HJRoss for professional engineering services for construction phase services for the ARRA Sunset Drive Improvements Phase IV project; and WHEREAS, the total cost of the professional services will be $38,000.00 funded through the 2008 -2009 People's Transportation Plan fund account number 124 - 1730 - 541 -3450 with the current balance of $299,168.25. 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 TYLIN- International HJRoss in an amount of $38,000.00 for the ARRA Sunset Drive Improvements Phase IV construction phase services. Section 2: The total cost of the professional services will be $38,000.00 funded through the 2008 -2009 Peoples Transportation Plan account number 124 - 1730 - 541 -3450 with the current balance of $299,168.25 Section 3: The attached exhibit is incorporate by reference into this resolution. PASSED AND ADOPTED this 20th day of October 2009. ATTEST: APPROVED: (,TY (e CLERK �zv MAYOR a READ A ,_,rAPPROVED AS TO FORIT i COMMISSION VOTE: 5 -0 Mayor Feliu: Yea Vice Mayor Beasley: Yea Commissioner Palmer: Yea Commissioner Newman: Yea Commissioner Sellars: Yea South Miami *AmeffoaCKY CITY OF SOUTH MIAMI 11111.1 OFFICE OF THE CITY MANAGER 2001 INTER - OFFICE MEMORANDUM To: The Honorable Mayor & Members of the City Commission Via: W. Ajibola Balogun, City Manager From: Jose Olivo, P.E.- Public Works & Engineering Department Date: October 6, 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 TYLIN INTERNATIONAL- HJROSS FOR CONSTRUCTION PHASE SERVICES FOR THE AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) SUNSET DRIVE IMPROVEMENTS PHASE IV PROJECT IN AN AMOUNT OF $38,000.00 TO BE CHARGED TO THE 2008 -2009 PEOPLES TRANSPORTATION PLAN ACCOUNT NUMBER 124- 1730 -541 -3450; PROVIDING FOR AN EFFECTIVE DATE. Request: Authorizing the City Manager to approve a professional service work order for the ARRA Sunset Drive improvements Phase IV Project construction phase services. Reason/Need: Bid phase for the ARRA Sunset Drive improvements Phase IV project has been completed and we anticipate construction to begin shortly. The intent of this project is to continue providing infrastructure improvements along Sunset Drive from SW 631° Avenue to SW 651h Avenue in accordance with our Capital Improvement Plan for the Sunset Drive corridor from US 1 to SW 69"' Avenue. The ARRA Sunset Drive Improvements Phase IV Project will provide for much needed paving and drainage improvements as well as widening of sidewalks, landscaping, irrigation all in keeping with the pedestrian friendly and traffic calming objective as well. Therefore, TYLIN intemational- HJRoss as one of the City's General Engineering Services consultants has submitted the attached proposal for Construction Phase Services for the project. TYLIN's services will include: performing 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: $36,000.00 Funding Source: $38,000.00 will be funded through the 2008 -2009 Peoples Transportation Plan account number 124 -1730- 541 -3450 with the current account balance of $299,168.25 Backup Documentatior q Proposed Resolution TYLIN /HJROSS Work Order for Professional Services TYLIN /HJROSS Professional General Engineering Service Agreement Project Location Plan Page 2 of 2 August 31, 2009 Mr. Jose H. Olive, P.E. Public Works Department City of South Miami 4795 S.W. 75 °i Avenue Miami, FL 33155 Re: American Recovery and Reinvestment Act Sunset Drive Improvements Phase IV S.W. 65tt' Avenue to S.W. 63Yd Avenue Construction Administration and Site Observation Dear Mr. Olive: We are pleased to submit this proposal to provide construction administration services for the above - referenced project, as described in the attached Exhibit ' A-, The estimated cost for these services is a lump sum fee of $35,000.00, see attached Exhibit "B1 for the breakdown of the man- hours. We trust you will find this proposal acceptable and await your agreement, please initial the attached sheets, sign on page 4 records. Sincerely, T.Y LIN INTERNAT' AL /H .I. ROSS t Jose authorization to proceed. If in and return one original for our EXHIBIT 0°A° American Recovery and Reinvestment Act Sunset Drive Improvements Phase IV S.W. 65'h Avenue to S.W. 63rd Avenue PROPOSAL FOR GENERAL ENGINEERING SERVICES I. DESCRIPTION OF THE PROJECT The project consists of the roadway improvements for the portion of Sunset Drive between S.W. 65'h Avenue and S.W. 63`d Avenue. Project elements include drainage, and general roadway restoration within the City right -of -way. T.Y. LIN INTERNATIONALIHMOSS (CONSULTANT) will provide construction and post construction phase administrative services for the above- re£etenced project. This work will be performed in accordance with the Professional Service Agreement for General Engineering Services (AGREEMENT) dated January 2003 as amended herewith. IL SCOPE OF SERVICES The specific work scope tasks to be performed by CONSULTANT and its sub - consultant are: 1) PHASE V: CONSTRUCTION ADMINISTRATION PHASE I.l CONSULTANT agrees to provide the Phase V — General Administration of the Construction Contract services in accordance with Paragraph 2.2.5 of the AGREEMENT with the following modifications: 1.2 CONSULTANT bases fee for this task on a construction time of 120 calendar days (16 weeks) from award of Construction Contract to approval, by the CONSULTANT, of Contractor's final. Payment Certificate. See exhibit "B' for a breakdown of the man- hours estimate. 1.3 CONSULTANT bases fee for this task on conducting daily site visits and part-time on- site observations at an average of twenty (20) hours per week. 1.4 CONSULTANT bases fee for this task on participating on biweekly construction Meetings at two hours each of project and construction management. 2) PHASE VI. POST CONSTRUCTION ADMINISTRATION CONSULTANT agrees to provide the Phase VI —Post Construction Administration services in accordance with Paragraph 2.2.6 of the AGREEMENT. 2.1 CONSULTANT bases fee for this task per exhibit "B "following construction completion. HL SUBCONSULTANTS There are no major sub - consultants 2009 American Recovery and Reinvestment Act Sunset Drive Improvements Phase IV S.W. 65th Avenue to S.W. 63`d Avenue ^�^4i�$pl r�Si }�l i;'(�W.(e�lf1:i [�r'�'if �(^ ii 11.,: v�•� _a.�' IV. SCHEDULE OF DELIVERABLES CONSULTANT will submit the following deliverables to the CITY: ;Task Description of Deliverable No. —1' rte. ip.q of pre.conetruction agenda and minutes, shop drawings, change orders, payment 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. SCHEDULE OF WORK Task 4 No. i; Task Name and/or Activity Description Duration Work Projected Projected PHASE V CONSTRUCTION ADMINISTRATION $35,360.00 days Start Finish Date L Date $2,640.00 Lump Sum, PHASE V, VI CONSTRUCTION ADMINISTRATION 120 TBD TBD i ;:PHASE II ;PRASE iV POST CONSTRUCTION 30 TBD TBD 2 'ADMINISTRATION PHASE vi. COMPENSATION CONSULTANT shall perform the Work detailed in this Proposal for a Lump Sum, Fixed fee of $ 38,000.00 SUMMARY OF COMPENSATION Task No. Task Name and /or Activity Description Fee Amount Fee Basis PHASE V CONSTRUCTION ADMINISTRATION $35,360.00 Lump Sum, ' 1 PRASE Fixed !PHASE IV POST CONSTRUCTION $2,640.00 Lump Sum, 2 . ' . ADMINTSTRATION PRASE Fixed Gity of South Miaml . Public Works Department Nugu51 � i, American Recovery and Reinvestment Act Sunset Drive Improvements Phase N S.W. 65th Avenue to S.W. 63rd Avenue �blwl�l5}I'}'i ��: i•1'.'.'iE ��.r'.i('�k�� �: :i�:1:.( .✓" +_i3 VII. SERVICES NOT INCLUDED The following services are not included in the Scope of Work for this project 1. Roadway Engineering services identified in Paragraph 2.I.A of the AGREEMENT. 2. Drainage Design services identified in Paragraph 2.1.E of the AGREEMENT. 3. Civil Engineering services £or Sanitary Sewer System Evaluation and design identified in Paragraph 2.I .0 of the AGREEMENT 4. Traffic Engineering services identified in Paragraph 2. 1,1) of the AGREEMENT. 5. Environmental Engineering services identified in Paragraph 2.1.E of the AGREEMENT. 6. Phase 1 services identified in Paragraph 2.2.1 of the AGREEMENT. 7, Phase H services identified in Paragraph 2.2.2 of the AGREEMENT. g. Additional Professional Services identified in Paragraph 2.3 of the AGREEMENT. 9. Geotechnical Engineering Services including subsurface explorations and/or testing. 10. Permitting Services VIII. PROJECT MANAGER CONSULTANT "s Project Manager for this Work Order assignment will be Jose Nessi. Prepared by: Date Jose Ness, Approved by: American Recovery and Reinvestment Act Sunset Drive Improvements Phase IV S.W. 66`" Avenue to S.W. 63`d Avenue Date to « § k � J \ 2 % \ » \ 2 R e R \ S j / )�e )C\ §k4 ((� }�\ ) \§ Jk/ '(D , 7; \1f��f t § ; �� : t2 \ \ \ . . . . . ` ®/ | |/ k k ;7; a;a § § Co o11.i 0) i it $ $ � � ()�ViI �§ T- . 0 . a1R, . .o; ( t !' a �$ § § ( k� � 6 a § a - co �m � \ �/ \ !%% C) ° |}J a a � �/ R R [§ �e p p . � � » � & / � t2 \ \ \ PROFESSIONAL SERVICE AGREEMENT General Engineering Services TMS AGREEMENT made and entered into this leday of �e 2009 by and between the CITY OF SOUTH MIAMI, a political subdivision of the State of Florida, referred to as the "CITY" and T.Y. LIN INTERNATIONAL I H.,T. ROSS, 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 C1TY 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 WORTS., 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 CON5TJLTANT may be issued a Notice to Proceed to encompass the entire Easic 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 WORTS, 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 61TY 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 WORTS. 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.? The CITY agrees to designate a representative who, on behalf of the City Managet AhalI 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 CONSUI TANT 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 - PROFF'SSIONAL S � R VICES 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 profess'ronat engineering services for any portion or all of the six Phases outlined below. The CONSULTANT agrees to to-ordinate his effort CONSULTANTS o assn ei a coordinated and complete WORK. The lead CONSULTANT as designated by prorossional Services Agreement C,enerai ftinceing Services _ December2008 page 2 OM 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 1 Preliminary and Schematic Design: A. The CONSULTANT shall confer with representatives of the CITY and the using agency to determine the fall scope o£ 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 C1TY 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. proposed completi D date on Proposed ch Phase of the Project through design, bidding, construbone and proposed dat tof completion. g, The Planning Summary (unless advised otherwise) shaft 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 'eoples necessary for presentation to he Board at no additional cost to City. H. The CONSULTANT shall present the schematic design studies to all the appropriate onflity companies (such a FPL, Southern Bell, Dynamic Cable, MDWASA, etc,) Y with their utilities. Pro ject I, The Statement of Probable Construction Cost shall include estimated cos f the, factors including fixed equipment, professional fees, contingencies (if any), escalation adjusted to the estimated bid date, movable estimate (if any), and utility service extensions (if Professional servioes Agreement General Engineering Services Dm=W 2008 Page 3 of 17 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 CONSULTANTS best judgement as an experienced and qualified professiona',.ee!iiieFr> familiar with the local construction inlustry and prices. J The CONSUL'T'ANT 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 -111 the next Phase until directed by the CITY. 2.2.2 Phase Il _ Study and Desio Develo ment: A, From the approved Schematic Design documents, the CONSULTANT shall prepare Design Development Documents, comprising the drawings, outline specifications and other documents to fax and describe the size and character of the entire Projeot 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 Specitieaiions, Updated Statement of Probable Construction Cost, and ate th project. if the Design Development Drawings, etc., as required to clearly delinee Updated Statement of Probable Construction Cost exceeds the allocated funds, feasible cost or scope reduction options shall be included. C. The CONSULTANT shalt submit and present two (2) sets of a) l documents required, under this Phase, without additional charge, for approval by the CITY and not proceed with the next Phase untH 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. 2.23 Phase III Final Desicm / Construction Documents Development: A. From the approved Design Development Documents, the CONSULTANT shall prepare Final Construction Docuients setting forth in detail the requirements for the construction of the Project including the proposal (Bid) Form and othef necessary information for bidders, Conditions of the Contract, and Complete Drawings and a anSe dcati City of shall use Construction Specifications Institute (CSI) 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 clarlty of linework, notes, and dimensions, when the documents are reduced to 50% of their size. All • Professional Services Agreement General Engineering services December 2008 Page b of 17 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 "ha-rd cony" and. etertrnnio 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. CIS files should be in ArcView format Version 3.2. D. �iten 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. The CO ISLIWAtvl snail no, vevs>oou .• _• - -_ -- 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 suf icicnt to enable construction:within the funds available. C. Upon l00% completion of the Construction Documents, the CONSULTANT shall sub coit pies to the CITY a final, updated Statement of Probable Construction Cost along hut dditional with each of Check Set of drawings, specifications, reports, programs, 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, CTTX. Upon final approval by the CITY the CONSULTANT shall e furnish to the CITY a minimum of 30 sets of dra in s and specifications, for bidding purposes, unless instructed otherwise. ll arrange un for "dry rims" and/or make final submissions to 7 The CONSULTANT sha 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 proiksstonat services Agreement oeneral Engineering Swiocs mcwW 2008 Page 5 of 17 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. I issue Addenda through the CITY as appropriate to clarify, correct B. The CONSULTANT shal or change Bid Documents, C. If Pre - Qualification of bidders is required as set forth in the Request for Q al Eons of CONSULTANT.shall assist City in developing qualification criteria, review q u prospective bidders, and recommend acceptance or rejection of the prospective biddcrs. D. If the lowest responsible,13ase, 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 tune 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, ar 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 Dye, thc CITY in obtaining re -bids, and awarding the re -bid of the project. Under r item o (Documents as. CONSULTANT shall, without additional compensation, modify necessary to bring the Probable Construction Cost within the Total Allocated Funds. When the lowest. responsible bid is over 15% of the CONSULTANT estimate. B. 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: « Processional Services Agreement General Enginecring services Deeomber 2008 Page 6 of 17 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 CONSiT rANT, as the representative of the CITY during the Construction PI?ase, 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's 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 -sitc 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 WORD 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 sball,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. Professional Services Agreement General 8ngineering Services Deccmbar2008 Page 7 of 17 H. The CONSULTANT shall have an affirmative duty to recommend rejection of WORK, which in his reasonable opinion, he h� does not conform, to the Contract Documents. whenever, to insure compliance with the Contract Documents, he will considers it necessary or advisable have authority (with tine City's prior approvq!) to rceo, .mend special. inspections or testing -- the Contract whether or not such WORK any WORK deemed not to be in accordance with delivered to the Project, or installed and completed. has been fabricated and I. The CONSULTANT shall promptly review and approve shop. drawings, samples, and other. of the Project and for submissions of the Contractor for conformance with the design concept Changes or substitutions to the Contract compliance with the Contract Doouments. Documents shall not be authorized without concurrence with the CITY. J. The CONSULTANT shall review and recommend action on proposed Change Orders within initiate change orders as required by the scope of the Project initiated by others, and proposed his own observations. K The CONSULTANT shall examine the WORK upon receipt of the Contractor's Certificate of discrepancies in the Substantial Completion of the Project. A Punch List of any defects and be by the CONSULTANT WORK required to.be corrected by the Contractor shall prepared of the CITY and satisfactory performance obtained before in conjunction with representatives the CONSULTANT recommends execution of Certificate of Final Acceptance fina payment fo the Contractor, He shall obtain from the Contractor all warranties, guarantees, for equipment, releases of lien and such other documents operating and maintenance manuals 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 CITY in the operation and Contract Documents relative to, 1) initial instruction of personnel of any equipment or system, 2) initial start -up and testing, adjusting and maintenance balancing of equipment and systems, and, 3) final clean -up of the project. labeled M. The CONSULTANT shall provide the contractor with three sets of drawings "Construction Plans" for permit from Public Works, 2.16 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 ft nish to the CITY reproducible record drawings u dated based on information fumished 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 Profissionat Services AgT�mcnt General Engineering services December2008 Page 8 or 17 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 copyof • 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. 23 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 noeds, 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 ofa specific Project. B. 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 as construction, -and furnishing professional services of the type. set forth tle in Beal i Service the may be required relative to replacement of such WORK, p g CITY to be other than by fault of the CONSULTANT. professianat Services Agreement General Engineering Services Daember20a8 Page 9 of 17 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 connection with any arbitration proceeding or legal proceeding in connection witb,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 tc be rendered by the CONSULTANT for any WORK sbalI be commenced upon written Notice to Proceed from the CITY subsequent to the execution of this Agreement and shall be completed within the timo 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 COMPERTSATIQN The CONSULTANT agrees to negotiate a ,not to 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. • Profbnionat Services Agreement 00,10,01 E08ineerigg Services December 2008 Page 10 of 17 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 Hourlysrate rendered fee: pursuant The Clnt a this Agreement, fees n aacccordance with the following:. for the Cate o Hourly rates will include all wages, benefits, overhead and profit. SECTION 5 - FAXiYIENT ANA PARTIAL PAYNIGNTS ' The CITI' will make mon €hly'payments or partial payments to the CONSULTANT £or all authorized WORi� performed during the previous calendar month. For design and construction projects where £ee £or 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 1. 35% upon completion and approval of Phase II. 55 upon submittal and approval of 50% complete drawings and outline specifications of Phase %a 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). l 00% upon final completion and approval of WORK elements A and B of Phase VT. The CONSULTANT shall submit an original invoice to the Citys 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. ProjeetName b. Total Contract am ount (CONSULTANT'S lump sum negotiated upset limit fees) c. Percent of work completed. Professional Services Agreement General Engineering Services. December 2008 Page 71 of 17 Hourly Rat $150 Principal $120' Project Manager $100 Senior Engineer $ 90 Engineer Construction Manager $100 Construction Inspection $ 65 Senior DralfsmantTeeboleaVCADDOpera .tor $ 75 Draftsmen $ 65 Data Processing/ Clerical $ 50 Hourly rates will include all wages, benefits, overhead and profit. SECTION 5 - FAXiYIENT ANA PARTIAL PAYNIGNTS ' The CITI' will make mon €hly'payments or partial payments to the CONSULTANT £or all authorized WORi� performed during the previous calendar month. For design and construction projects where £ee £or 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 1. 35% upon completion and approval of Phase II. 55 upon submittal and approval of 50% complete drawings and outline specifications of Phase %a 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). l 00% upon final completion and approval of WORK elements A and B of Phase VT. The CONSULTANT shall submit an original invoice to the Citys 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. ProjeetName b. Total Contract am ount (CONSULTANT'S lump sum negotiated upset limit fees) c. Percent of work completed. Professional Services Agreement General Engineering Services. December 2008 Page 71 of 17 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 - OWNERSME OFDOCIIMENTS 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 seetion of the WORK completed under. this Agreement is complete; all of the above data shall be delivered to the CITY. SECTIONS- COUit'1'AYY.t1%bl.i-Il,iNt -J�a t- vr. r, uc.,:., .....,.........._.._..____..__. 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 couttact. 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 neo@ssary plan thereof to correct such errors and omissions or clarify without added compensation. SECT10N 9 - NOTICES Any notices, reports or other written.communications from considered delivered when delivered by courier or by mail professional Services Agreement Oenerai Engineering Services December 2008 Page, 12 of 17 the CONSULTANT, to the CITY shall be 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 1 TGHTS The CITY reserves the right to audit the records of the CON^sULT/ 7�T 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 11— SlJBLETTING The CONSULTANT shall not sublet, assign, or transfer any WORK under this Agreement without the prior written consent of the CITY. SECTION 12 - VVAI2RANTX The CONSULTANT warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the oONeS o TA: than acbonasfide, enlployee�workingtisolely has the paid or agreed to pay any company p other considerations can #ingent upon or CONSULTANT any fee, commission, percentage fee, gilts or any 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 CITX'S sole obligation to the thorized in CONSULTANT shall be, payment for those units or sections of the WORK. previously au accordance with the provisions of Section 4, such payment to be determined on the basis of the WORK performed by the CONSULTANT up to fhe time of termination. SECTION 14 - DURATION OF AGREEMENT This Agreement, for the purpose of issuing new WORK shall remain ce£ a force and beyond for a period ending December 31, 2011, although the actual completion of performance may extend beyond such term, ar until the depletion of funds allocated for the WORK, or unless othem ise terminated by mutual consent of the parties hereto. SECTION 15 - RENEWAL OPTION he sole discretion of the CITY, for an additional period of one year at the This agreement may be renewed, at t end of the initial period. SECTION 16 - DEFAULT p gt aggrieved a may In the event either party fails to comply with the provisions of this A Bement the a gri p y declare the other party in default and notify bite in writing. In such event, the CONSULTANT will only be compensated for any completed professional services. In the eventpartiai payment has been made for such professional services not completed, the CONSULTANT shall 'return.suoh sums to the CITY of i within tc. ions days after notice that said sums are due. In the event of litigation by the other party of this contract the prevailing party wi11 be compensated for reasonable attorney's fees. In no event shall • Professional Services Agreement General Engln=609 Services _ necemberMg Page 13 of 17 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. �,%CTTOIvT? -Tid : J12�t�Tf� ,F..AND11gprMNIRTCATION 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, dosses and causes of actions arising solely out of a negligent error, omission, or act of the CONSULTANT incident to the performance o£ the CONSULTANT'S professional serviccs under this connection Agreement. The CONSULTANT shall pay all claims and losses of any nature whatsoever, 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 In in the amount Of $1,000,000 with deductible per claim if any, not to exceed 5% of the lWt of Iiability 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 ar any person employed by him in connection with this Agreement. This insurance shall be maintained for three years after mpllleti ve f the construction and acceptance of any Project covered by this Agreement 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 Y 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 o£ 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. Professional Services Agreement General i?uginaaring Sorelyes December 2008 Paga 14 of 17 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 fu±niSh cx,17 catcs of insurance to the CITY pri ±o the commeneemer.. 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. SECTION 19 - CODES ORDINANCES AND LAWS The CONSULTANT agrees to abide and be governed by all duly promulgated and published CITY, Con the State and Federal codes, ordinances and laws in effect at the time of design which have n ity C Imesbearing 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 between the parties hereto, and there are, not This writing embodies the entire Agreem tr and writte dersta understanding to the subject matter hereof that are not. other Agreements and understandings, oral o 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 ttie'City Commissioners. proftssiowl Savim Agreement General Bngincering Services December 2008 Page 15 of 17 IN R ITNTESS WFIEREOF, this Agreement is accepted on the date first above salritten'subject to the terms and conditions set -forth herein. g1o.205 08 -12802 .Authority of Res, .l Authority of Resolution Nb ." 3909 -1 2898 duly passed and adopted by the South duly passed and adopted by the So Miami City Commission on Mar 17r,200' Miami city Commission on December 2, 2008 CITY OF SOUTH 19TAlt4i ATTEST: h /aria ATTEST. y ;l /rss , jl FLORA ) U ` ss: Acknowledgement of City COUI\ y SF DADB. ) t o 'VV. Ajibola Bal o&k City l\4ana9er COl,TSULTANT: r�1 _�7 The foregoing instrument'was aelmowledged before me this day of N=Lck 200� by AV.Ajibola Balogun and Maria Menandez, City Manager and City Clerk, respectively of the CITY OF SOUTHNffAA9T, on behalf ofthe CITY, are personally known to me. l Tota blic; State of Florida Print name: Commissiol tnrJ" sK = 0D7f-0MY COMMISSION 6 eei Eaelonar s, 2att STATE OF FLORIDA 5 ss: AckumvIedgement of Consultant COUIM7 OF DADE ) Professional Services Agreement General Engineering Senices Aacember20x8 page) 6 of 17 Th Forego 1 instrument was acknowledged before me thrs day of �bY Of %} ,onbehalfoftheC�TANi, ETe'fas 11y lrnown to me or has produc? T%% as identification. r rdaaaryas�??a § ?a?e0r0la+(�0 �,rg t�gtty 6 klei @n�ytc. �'�e, ne" Qfalroa o&iaie4p Aafi0g APPROVED AS TO FORM & CONTENT Luis Fi do; G ty Attorney Professional Services Agreement 0encral Engintering Sereices DeCembeY2008 ' Page 17 of 17 7 i Notary 4P, lie, State o£Florida �' Print Name: �� r. !/ � Commission No.: leelly �OT SUNSET DRIVE STREET IMPROVENIENTS Phase IV PROJECT LOCATION m loon �� 'i■ 1 �� ��� 1 �� � "111 VIII ■ ■t111N111:. �� ■Iill��y..111 ���� `-,., �1�11 ��1111110� ■1111111 ■11 ;� ■111111.. PROJECT LOCATION