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