Loading...
Res. No. 046-05-12025RESOLUTION NO.46-05-12025 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OFSOOTHmYaMIFLORIDA,AUTHORIZING THE CITY MANAGER TO EXECUTE ASSScEWORKORDERTOCORZOCASTELLACARBALLOTHOMPSONSALMAN,P.A.(C3TS)FOR SURVEYING &TESTING,FINAL DESIGN™D ANEI CONSTRUCTION PHASE SERVICES FOR DOWNTOWN DRAINAGE IMPROVEMENTS PHASE IV (SW 58™AVENUE FROM SUNSET DRIVE TO US1 AND SW 71st STREET FROM SW 58th AVENUE TO US1),IN AN AMOUNT OF $65,940.00 TO BE CHARGED TO THE U.S.ENVIRONMENTAL PROTECTION AGENCY GRANT ACCOUNT NUMBERS 001-0000-132-2061 &001-0000-131-2111;PROVIDING AN EFFECTIVE DATE WHEREAS,the Mayor and Commission of the City of South Miami,Florida,wish to provide drainage improvements within the City's downtown area;and, WHEREAS,the Mayor and Commission of the City of South Miami,Florida,wish to use the professional services of C3TS,one of the firms named to the City's approved services list after a competitive bidding process,to provide survey &testing services,engineering design,bid and construction phase services for Downtown Drainage Improvements -Phase IV;and WHEREAS,the streets within the boundaries of Phase IV are defined as:SW 58 ' Sunset Drive to US-1 and SW 71s'Street from SW 58,h Avenue to US-1;and Avenue from WHEREAS,the Downtown Drainage Improvements -Phase IV professional services will be funded through the U.S.Environmental Protection Agency grant. NOW,THEREFORE,BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,that: Section 1:The City Manager is authorized to execute a Work Order with Corzo Castella Carballo Thompson Salman,P.A.in connection with the survey &testing,engineering design,bid &construction phase services for Downtown Drainage Improvements -Phase IV project in accordance with the continuing service contract (attached to and made a part of this resolution),in an amount of $65,940.00. Section 2:This Downtown Drainage Improvements -Phase IV professional services will be funded through the U.S.Environmental Protection Agency grant account numbers 001-0000-132-2061 &001-0000- 131-2111,withaccountbalancesof $6,343.25 &$130,000,respectively. Section 3:The attached proposal,Professional Service Work Order,is made part of the resolution. rttt PASSED AND ADOPTED this APPROVED: aria Menendez,City Clerk APPROVED AS TO FORM: H-day of ^,2005. ATTEST: CommissionVote:4-0 MayorRussell:Yea Vice Mayor Palmer:Yea Commissioner Birts-Cooper:Yea Commissioner Wiscombe:Yea Commissioner Sherar:Recused CITY OF SOUTH MIAMI Inter-office Memorandum South Miami W 2001 TO:Honorable Mayor,ViceMayor &City Commission DATE:April 4,2005 FROM:Maria V.Davis City Manager AGENDA ITEM No.. RE:Authorizing the Ci#Manager to execute a professional service agreement with C3TS for the Downtown Drainage Improvement Phase IV 4-CitfMa RESOLUTION: A RESOLUTION OFTHE MAYOR AND CITY COMMISSION OFTHE CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZINGTHE CITY MANAGER TOEXECUTEA PROFESSIONAL SERVICE WORK ORDER TO CORZO CASTELLA CARBALLO THOMPSON SALMAN,P.A.(C3TS)FOR SURVEYING &TESTING,FINALDESIGN, BIDAND CONSTRUCTION PHASE SERVICES FOR DOWNTOWN DRAINAGE IMPROVEMENTS PHASEIV(SW 58™AVENUEFROMSUNSETDRIVETOUS1AND SW 71st STREET FROMSW58thAVENUETOUS1),IN AN AMOUNT OF $65,940.00 TO BE CHARGED TO THE U.S.ENVIRONMENTAL PROTECTION AGENCY (EPA) GRANT ACCOUNT NUMBERS 001-0000-132-2061 &001-0000-131-2111;PROVIDING AN EFFECTIVE DATE BACKGROUND &ANALYSIS: As one oftheCity's professional general engineering consultants,C3TS will provide survey & fag-services,design,bid and construction phase professional services for drainage improvements along SW 58th Avenue from Sunset Drive to US1,and SW 71st Street from SW 58th Avenueto US-1 in downtown.This proposed drainage improvement ismadepossibledueto abalance of $297,000leftfromtheU.S.Department of Commerce's(DCA)drainage improvement grant.This $297,000 will also serve asa match to EPA's remaining $136,343.25 State&TribalAssistanceGrant,foratotal of $433,343.25projectcost.The proposed improvements include the design for required catch basins,exfiltration trenches,piping, pavement restoration and pavement marking.The professional services will be funded through theU.S.Environmental Protection Agencygrantaccountnumbers 001-0000-132-2061 &001- 0000-131-2111,withaccountsbalance of $6,343.25&$130,000,respectively. RECOMMENDATION: Itis recommended thattheCity Commission approvetheresolution. ATTACHMENTS: •Proposed Resolution •C3TS'Work Order for Professional Services •C3TS'Fee Worksheet q Project Location Map CORZO CASTELLA CARBALLO THOMPSON SALMAN Engineers Architects Planners EB0005022 AAC002142 TO: ATTENTION: PROJECT NAME: WORK ORDER FOR PROFESSIONAL SERVICES Cityof South Miami Public Works Department 4795 SW 75th Avenue South Miami,Florida 33155 W.Ajibola Balogun,PublicWorksDirector Downtown Improvements -Phase IV City of South Miami,Florida Date:12/17/04 File:1929-00 SCOPE OF PROJECT: Drainage Infrastructure improvements along the following public street rights-of-way (as shown on attached site plan): SW 58th Avenue (from Sunset Drive toUS1) SW 71st Street (from US-1 to SW 58th Avenue) Proposed improvements include catchbasins,exfiltration trenches,piping as well sidewalk, curb&gutterandpavement improvements and restoration. SCOPE OF SERVICES: Final Design Phase: Final designand preparation of construction documents,specifications,project manual and cost estimates forthedrainage infrastructure improvements.Servicesinclude permitting assistance through Miami-Dade DERM Water Control. Bid Phase Services: During the bid phase,we will provide bid advertisement documents,respondto bidders' questionsandattend pre-bid conference.Prepareaddendato Bid Documents,if required,to clarify the requirements ofthe Bid Documents.Tabulateandevaluatebids received,check references oftheresponsiblelowestbidderand make recommendation foraward. Construction Phase Services: 1.Assist inobtaining and reviewingall documents needed inexecutingthecontract between the City and the Contractor. 2.Attend pre-construction conference. 3.Attend weeklyproject meetings and prepare minutes. 4.Answer contractor RFI's and issue clarifications as needed. 901 Ponce de Leon Blvd..Suite 900 Coral Gables.Florida 33134 Web Site:www.c3ts.com 305.445.2900 1.800.448.0227 Facsimile 305.445.3366 Equal Opportunity Employer Cityof South Miami W.O.Downtown Improvements -Phase IV December 17,2004 Page 2 5.Perform Construction Engineering Inspections (20hrs.minimum per week-half time Resident Inspector). 6.Review and approve /disapprove all shop drawings. 7.Review the Contractor's Applicationfor Payment and submit recommendation to the City. 8.Review and process Change Order requests. 9.Performproject closeout with Contractor includingfinal inspection,punchlist, final Application for Payment review,andsubmitCertificateofCompletion. These services are based ona construction period of3 months. TERMS AND CONDITIONS: All terms and conditions shall be per our General Agreement for Professional Services for DowntownInfrastructureImprovements.Our fees for the above services shallbe as perthe followinglump sum fee schedule: FinalDesign Phase $35,080 Bid Phase $3,630 Construction Phase $27.230 $65,940 TheCitywill provide printing anddistributionofbid documents as well as bidadvertisement. We are ready tobegin working onthis assignment uponyour authorization to proceed.If -acceptaWe-to^tiriwe^iH-aerapt^ proceed with the assignment. Thank you. Corzo Castella Carballo Thompson Salman,P.A. Ramon Castella,P.E. Vice-President RC/er Cityof South Miami Approved by: L:\Projects\1929-00\W.O-Proposals\W.O.DwntwnlmpPhaseIV120804.doc Date: Corzo Castella Carballo Thompson Salman,P.A. DATE: PROJECT: FEE WORKSHEET December 17,2004 Downtown Improvements -Phase IV Cityof South Miami Fee Worksheet -Page 1 Survey &Testinq Phase: PF pi Sr TprhTask Drainaqe Key Sheet 2 4 Typical Sections (1 sheet)2 4 4 8 Plan&Profile Sheets (3 shts @ 1"=20')8 24 40 40 60 Special Profiles (2 shts.)4 12 24 16 Cross Sections (2 sheets)2 12 24 8 12 Notes,Details &Schedules (3 shts.)4 12 4 4 General South Miami Coord,and Review Mtgs.4 4 4 Cost Estimates (50%and 100%)2 16 12 8 2 Project Specifications 2 12 12 8 Project Manual /Bid Forms 2 6 12 6 Permitting: Miami-Dade DbRM -Water Control 2 4 8 2 Final Design Phase Sub-Total Hours 28 100 152 84 76 22 Billing Rate 135 95 75 60 55 40 Labor Cost $3,780 $9,500 $11,400 $5,040 $4,180 $880 Labo r Sub-Total $34,780 Reproduction Costs (Submittals and Perrr itting Printin 3)$300 Total $35,080 Bid Phase: Task Prin.PE El Sr.Tech.Tech.Clerical Pre-bid Meeting 2 4 o p 2 2ContractorInquiriesandAddendum Review Bid Proposals 2 6 2 Bid Tabulation 2 4 Recommendation for Award 2 2 2 Bid Phase Sub-Total Hours 6 18 10 2 0 6 Billing Rate 135 95 75 60 55 40 Labor Cost $810 $1,710 $750 $120 $0 $240 Total $3,630 Construction Phase:(Assumes 3 month construction period) Task Prin PE/RA/CM EI/AI Insp.Clerical. Pre-construction Conference 4 4 4 2 Shop Drawing Review 6 8 2 Weekly Meetings 2 8 24 8 Contractor RFI and Clarifications 4 8 8 4 Contractor Payment Requisitions 2 4 8 6 4 Contractor Change Order &Requests 2 4 4 4 Half-time Resident Inspection 2 2 8 240 4 Final Inspection &Close-out 4 8 8 4 4 Construction Phase Sub-Total Hours Billing Rate Labor Cost 20 44 68 254 32 135 95 75 55 40 $2,700 $4,180 $5,100 $13,970 $1,280 Total $27,230 L:\FeeWorksheetDowntownPHIV-121704.xls CI T Y O F S O U T H MI A M I D O W N T O W N IM P R O V E M E N T S PH A S E 4 CI T Y O F SO U T H MI A M I PR O J E C T AR E A r | 1 > (-O ' ' 3 I T 7 " (S U N S E T DR I V E ) ^ = T — ? 1 E T — L - I 11 >J i c V, r- S K * - * ] C O R Z O CA S T E L L A CA R B A L L O T t t M X N S A L M A N ^-^ PROFESSIONAL SERVICE AGREEMENT General Engineering Services TfflS AGREEMENT made and entered into this ^O day offi/Me.fap/&X)<?y by and between the CITY OF SOUTH MIAMI,a political subdivision of the State of Florida,referred toasthe"CITY"and CORZO CASTELLA CARBALLO THOMPSON SALMAN,P.A.,authorized todo business in the State of Florida, referred to as the "CONSULTANT". Inconsiderationofthepremisesandthemutualcovenants contained inthisagreement,theCITY agreestoemploythe CONSULTANT foraperiodendingon December 1,2007,andthe CONSULTANT agreestoperformall professional servicesin connection with the WORK,as described herein,ona continuingbasisinconnectionwithprojectswherethebasicconstructioncostsdoesnotexceed$500,000.00 or studies which do not exceed $25,000.00,herein after called the "SERVICES". SECTION 1 -GENERAL PROVISIONS: 1.1TheCONSULTANTmaybeissuedaNoticetoProceedtoencompasstheentireBasicServices,as definedinparagraph2.2fora project,foraportionoftheBasicServices,orfordiscretetasksas specified in paragraphs 2.3 Additional Professional Services,forthepurposeof reviewing work performed byother professional consultants orforother miscellaneous engineering services thatmay berequired. 1.2 A Notice to Proceed will be issued on an as needed basis at the sole discretion of the CITY.The CITYreserves,atalltimes,therighttoperformanyandall engineering workin-houseorwith other engineers.This Agreement doesnotconferonthe CONSULTANT any exclusive rightsto CITY WORK,nordoesitobligatetheCITYinanymannertoguaranteeWORKforthe CONSULTANT.The CONSULTANT maysubmitproposalsforanyprofessionalservicesfor whichproposalsmaybepubliclysolicitedbytheCITYoutside of thisagreement. 1.3 The CTTY willconferwiththeCONSULTANTbeforeanyNoticeto Proceed isissuedtodiscussthe scopeoftheWORK;thetimeneededtocompletetheWORKandthefeefortheservicestobe rendered in connection with the WORK 1.4 The CONSULTANT willsubmita proposal uponthe CITYS requestpriortothe issuance ofaNotice toProceed.No payment willbemadeforthe CONSULTANT'S time andservicesin connection with thepreparationofanyproposal. 1.5TheCITY"agrees thatitwill furnish tothe CONSULTANT plansandotherdata available inthe CITY files pertaining totheWORKtobe performed underthis agreement promptly aftereach Notice to Proceed. 1.6 TheCONSULTANTagreestoproduceanddistributeminutes,promptlyaftereachmeetingatwhich theirpresenceisrequired. 1.7 TheCITYagreestodesignatearepresentativewho,on behalf of theCityManagershallexaminethe documents submitted bytheCONSULTANTandshallrenderdecisionspromptly,toavoid unreasonabledelayintheprogressoftheCONSULTANT'Sservices.TheCONSULTANTshall keepthe CTTYS representativeadvisedontheprojectstatusatalltimes. 1.8 TheCITYagreestoissuealldirectivesandapprovalinwriting. SECTION 2 •PROFESSIONAL SERVICES 2.1General Engineering Services The professional servicestobeprovidedbythe consultant areasfollows: A.Roadway engineering toincludestreets,sidewalk,curb,gutter,drainage,associated traffic controldevices,striping,lighting,speedreductiondevicesandincidentallandscaping. B.DrainageDesignincludesthenecessaryanalysisneededtoimplementproposeddrainage improvements,preparationofpavinganddrainage plan formunicipalbuildingandfacilities. C.CivilEngineering,toincludeWaterDistributionSystemsImprovement/Analysisanddesign and Sanitary Sewer SystemEvaluationand design. D.Traffic engineering serviceswillincludedaily volume counts,dataanalysis,preparation of conceptual improvements plan,present reports and recommendation to stakeholders and preparation of final traffic engineering report. E.EnvironmentalEngineering,to including,siteinvestigationanddesignneededtoprepare remediation plans to mitigate underground storage tanks,hazardous waste materials and asbestos materials. F.Other incidental services associated to the above items. 2.2 Basic Services TheBasic Services,fordesignand construction,consistofsix(6)phasesdescribedin Paragraph 2.2.1 through 2.2.6.ThescopeoutlinedbelowisapplicableinitsentiretytoprojectsforwhichcompletedBasicServices are authorized. Upon authorization toproceedfromthe CITY,the CONSULTANT agreesto provide complete professional engineering services foranyportionorallofthesix Phases outlined below.The CONSULTANT agrees to co-ordinatehiseffortwiththatofanyotherengineering;landscapearchitecturalorarchitectural CONSULTANTS toassurea coordinated and complete WORKThelead CONSULTANT as designated by •ProfessionalServices Agreement GeneralEngineering Services December 2004 Page2 of 16 the CITY shall prepare the final bid package including bid documents and specifications,which shall be prepared by,andbethe responsibility of the respective disciplines. 2.2.1 Phase I-Preliminarv and Schematic Design: A.The CONSULTANT shallconferwith representatives of the CITY andtheusingagencyto determinethefullscope of theProjectthatwill meet the program requirements,andshall advisethe CITY if,inthe CONSULTANT'S opinion,theallocatedfundsareadequateto accomplishthe program requirements. B.The CONSULTANT shalluseproperand adequate designcontroltoassurethe CITY thatthe programrequirementswillbemet. C.The CONSULTANT shall prepare aDesignConceptandSchematicReport,comprising of the Project Timetable (Master Schedule),Planning Summary(unlessadvised otherwise), SchematicDesignStudies(unlessadvisedotherwise)asdefinedbelow,andtheStatement of Probable Construction Cost D.TheProposedProjectTimetableshallconsist of ascheduleshowingtheproposedcompletion dateoneachPhase of theProjectthroughdesign,bidding,construction,andproposeddate of completion. E.ThePlanningSummary(unlessadvisedotherwise)shallconsist of avicinityplanandblow up of theSite(if applicable)showing Project orientation,andabriefsummary of all pertinent planninj^criteria usedforthe Project. F.The Schematic DesignStudies(unlessadvisedotherwise)shall consist of allplans,elevations, sections,etc.asrequiredtoshowthescaleand relationship of the parts andthedesignconcept of thewhole.Asimpleperspectivesketch,modelorphotograph thereof may beprovidedto further show thedesign concept. G.The CONSULTANT shallpresenttheSchematicdesignstudiestotheappropriateBoardsfor theirapprovalwhentheprojectrequiressuchapproval. H.The CONSULTANT shallpresenttheschematicdesignstudiestoallthe appropriate utility companies(suchasFPL,SouthernBell,DynamicCable,MDWASA,etc.)foranyconflict with their utilities. I.The Statement of ProbableConstructionCostshallincludeestimatedcost of theProject includingfixedequipment,professionalfees,contingencies (if any),escalation factors adjustedtotheestimatedbiddate,movable estimate (if any),and utility serviceextensions (if applicable).The CONSULTANT'S opinions of probable Total ProjectCostsand ProfessionalServices Agreement General Engineering Services December 2004 Page3 of 16 ConstructionCostaretobemadeonthebasis of CONSULTANT'S experienceand qualifications andrepresentCONSULTANT'Sbestjudgementasanexperiencedand qualified professional engineer,familiar withthe local construction industryand prices. J.The CONSULTANT shallsubmitand present two(2)copies of alldocuments required under this Phase,without additional charge,for approval bythe CITY andheshallnot proceed with the next Phase until directed bv the CITY. 2.2.2Phase n -StudyandDesignDevelopment: A.From theapprovedSchematicDesign documents,the CONSULTANT shall prepare Design Development Documents,comprisingthedrawings,outlinespecificationsandother documentsto fix anddescribethesizeandcharacter of theentireProjectastoconstruction and finish materials andotheritems incidental thereto asmaybe appropriate and applicable. B.TheDesign Development DocumentsshallcomprisetheProposedProjectTimetable (updated),OutlineSpecifications,UpdatedStatement of ProbableConstructionCost,and DesignDevelopment Drawings,etc.,as required toclearlydelineatethe Project.Ifthe Updated Statement of ProbableConstructionCost exceeds the allocatedfunds,feasiblecost orscopereductionoptionsshallbeincluded. C.TheCONSULTANTshallsubmit and present two(2)sets of all documents required under this Phase,without additional charge,for approval bythe CITY andnotproceedwiththenext Phaseuntildirected by the CITY. D.The CONSULTANT shall atall times monitor the Probable Construction Costs to make certaintheyremain within thetotalallocatedbudget.A Notice toProceedtoPhaseHIwill not-be4ssued if the latest statement-of-Probable ConstoJGtiQn-€ost-&XGeeds-the4Qtal-alJeeated- funds. 2.2.3PhaseIII-Final Design/ConstructionDocumentsDevelopment: A.From the approved Design Development Documents,the CONSULTANT shall prepare Final Construction Documentssetting forth in detail the requirements forthe construction of the Projectincludingthe Proposal (Bid)Formandothernecessaryinformationfor bidders, Conditions of the Contract,and Complete Drawings and Specifications.CONSULTANT shall use Construction Specifications Institute (CSI)Standards andtheCity of South Miami Standard formsforthe preparation of the proposal (bid)forms,Instructions to Bidders, conditions of Contract and Specifications.TheCONSULTANT shall reviewall existing City Specifications,forcompleteness prior touseandshallsupplyallneeded additional specifications. B.The Construction Documents shall be prepared ina manner thatwill assure clarity of linework,notes,and dimensions,when the documents are reduced to 50%of their size.All drawings shallbeon24"x36"paper ("D"size),ontheCity's standard sheet format,unless approved otherwise. •ProfessionalServicesAgreement GeneralEngineeringServices December 2004 Page4 of 16 C.All constructiondocumentsshallbesubmittedin both "hardcopy"andelectronic media ina mutuallyagreeduponelectronic format,but generally asfollows: 1.Non-drawingsubmittalsinMicrosoft Office format 2.Drawingsin AutoCAD format. 3.GIS files should be in ArcView format Version 3.2. D.Whenthedevelopment of the drawings has progressed toatleast50%completionin Phase III,the CONSULTANT shallsubmit two (2)copies tothe CITY forapproval,without additionalcharge,alongwithupdatedoutlinespecifications.The CONSULTANT shallalso submitatthis time anupdatedStatement of ProbableConstructioncostasindicatedbytime factor,changesin requirements,or general marketconditionsandanupdated Project Schedule. E.The CONSULTANT shallnot proceed withthe further developmentuntil approval of the 50%documents isreceivedfromthe CITY.The CONSULTANT shall make allchangesto documents.The50%completeChecksetshallbereturnedtothe CITY. F.ANoticetoProceedforthecompletion of Phase IH willnotbeissued if thelatestStatement of Probable Construction Cost exceeds the total allocated funds,unless the CITY increases thetotal allocated fundsorthe CONSULTANT and the CITY agreeson methods of cost reductions sufficient to enable construction within the funds available. G.Upon100%completion of theConstructionDocuments,the CONSULTANT shallsubmitto the CITY afinal,updatedStatement of Probable Construction Costalong with two (2)copies each of Check Set of drawings,specifications,reports,programs,etc.,withoutadditional chargeT^ora^mal-review-rod^mm H.The CONSULTANT shall make allthenecessarypresentationstothe appropriate CITY Boards (such as Environmental Review Board,Historical Preservation Board etc.)forthe finalapproval. I.The CONSULTANT atnoextracosttothe CITY shall make allrequiredchangesoradditions and resolve allquestionsresultingfrom paragraph H if the changesoradditionsdo not alter thescope of theprojectasdeterminedunder paragraph 2.2.1 A.The 100%complete Check setshall be returned tothe CITY.Uponfinalapproval by the CITY,the CONSULTANT shallfurnishtothe CITY a rninimum of 24sets of drawingsandspecifications,atno additionalcosttothe CITY,forbidding purposes,unlessinstructedotherwise. J.The CONSULTANT shall arrange for"dryruns"and/or make final submissions to appropriate authorities (regulatory agenciestoincludeandnotlimitedtoCity,County,State orFederal)asnecessary,to ascertain thattheconstructiondocuments meet thenecessary requirementstoobtainallthenecessarypermitsforconstruction.CONSULTANT shall ProfessionalServices Agreement GeneralEngineering Services December 2004 Page5 of 16 respondtoall technical questions from regulatory agencies.CONSULTANT shallmodify,at noadditionalcostto CITY,inordertoacquirethenecessarypermits. 2.2.4 Phase IV -Bidding and Negotiation Phase: A.Uponobtainingall necessary approvals of theConstructionDocuments,andapprovalbythe CITY of the latest Statement of Probable Construction Cost,the CONSULTANT shall furnish thedrawingsandspecificationsasindicatedaboveforbidding,andassistthe CITY in obtainingbidsand awarding and preparing constructioncontracts.The CONSULTANT shall attendallpre-bid conferences.The CONSULTANT shallbepresentduringthebidopening andaspart of his assistance tothe CITY willtally,evaluateandissuearecommendationto the CITY afterverifying bond,insurancedocuments,questionnaireandreferencesubmitted by theconstructor. B.The CONSULTANT shallissue Addenda throughthe CITY as appropriate toclarify,correct or change Bid Documents. C.If Pre-Qualification of biddersisrequiredassetforthinthe Request forQualification, CONSULTANT shallassistCityin developing qualification criteria,reviewqualifications of prospectivebidders,andrecommendacceptanceorrejection of theprospectivebidders. D.If thelowestresponsibleBaseBidreceivedexceedstheTotalAllocatedFundsthe CITY may: 1.approvetheincreaseinProjectCostandawardaconstructioncontractor, 2.rejectallbidsandrebidtheProject within areasonable time with nochangeinthe Project,or 3.directthe CONSULTANT torevisetheProjectscopeorquality,orboth,as approved by-me-CITY andrebidthe Project,of 4.suspend orabandontheProject,or 5.exercise alloptionsunderthe City CharterandStateLaw. NOTE:Under item (2)above,the CONSULTANT shall,without additional compensation,assistthe CITY inobtainingre-bids,andawardingthere-bid of theproject.Under item (3)above,the CONSULTANT shall,withoutadditionalcompensation,modify theConstruction Documents as necessary tobring the Probable Construction Cost within the Total Allocated Funds.When the lowest responsible bid isover15%of the CONSULTANT estimate. E.Forthepurpose of payment tothe CONSULTANT,the Bidding Phasewillterminateandthe services of the CONSULTANT willbeconsidered complete uponsigning of an Agreement with aContractor.Rejection of bidsbythe CITY doesnotconstitutecancellation of the project. 2.2.5 Phase V-General Adniimstration of the Construction Contract: A.The ConstructionPhasewillbeginwiththeaward of theConstructionContractandwillend when the Contractor's finalPaymentCertificateisapprovedandpaid by the CITY. •ProfessionalServices Agreement General Engineering Services December 2004 Page6 of 16 B.The CONSULTANT,asthe representative of the CITY duringtheConstruction Phase,shall advise and consult with the CITY andshallhaveauthoritytoacton behalf of the CITY tothe extent provided inthe General Conditions andasmodifiedinthe Supplementary Conditions of the Construction Contract C.The CONSULTANT shallattend pre-construction meetings. D.The CONSULTANT shallatalltimeshaveaccesstotheprojectwhereveritisin preparation or progress. E.The CONSULTANT shall visit thesiteatleast weekly andatall key construction eventsto ascertain the progress of the Project andto determine in general if the WORK is proceeding in accordance with the Contract Documents.On the basis of on-site observations,the CONSULTANT willusereasonableandcustomarycaretoguardthe CITY againstdefects and deficiencies inthe WORK The CONSULTANT may berequiredto provide continuous dailyon-site observations tocheckthequalityorquantity of the WORK assetforthinthis AgreementanddefinedbytheScope of WORK issuedfortheindividual project Onthe basis of the on-site observations,the CONSULTANT will advise the CITY asto the progress of andanyobserveddefectsanddeficienciesinthe WORK immediately inwriting. F.The CONSULTANT shallfurnishthe CITY withawrittenreport of allobservations of the WORK made by him duringeachvisittothe WORK.Heshallalsonotethegeneralstatus and progress of the WORK,andshallsubmitsameina timely manner.The CONSULTANT shallascertainatleast monthly thattheContractoris making timely,accurate,andcomplete notations onrecorddrawings. G.Based on observations at the siteand on the Contractor's Payment Certificate,the CONSULTANT shall determine the amount due the Contractor on account and he shall recommendapproval of theCertificateinsuchamounts.The recommendation of approval of aPaymentCertificateshallconstitutea representation by the CONSULTANT tothe CITY that,hecertifiestothe CITY thatthe WORK hasprogressedtothepointindicated,andthe quality of the WORK isinaccordancewiththeContract Documents subjectto: 1.anevaluation of the WORK forconformancewiththecontractdocumentsupon substantial completion. 2.theresults of anysubsequenttestsrequired by thecontract documents. 3.minordeviationsfromthecontractdocumentscorrectablepriorto completion and acceptance of the project H.The CONSULTANT shall have an affirmative duty to recommend rejection of WORK,which doesnot conform,tothe Contract Documents.Whenever,inhis reasonable opinion,he considersitnecessaryoradvisabletoinsurecompliancewiththeContractDocuments,hewill Professional Services Agreement GeneralEngineeringServices December 2004 Page7 of 16 haveauthority (with theCity'spriorapproval)to recommend special inspections ortesting of any WORK deemed not to be inaccordance with the Contract whether or not such WORK has been fabricated anddeliveredtothe Project,orinstalledandcompleted. I.The CONSULTANT shallpromptlyreviewandapproveshopdrawings,samples,andother submissions of theContractorforconformancewiththedesignconcept of theProjectandfor compliance with theContractDocuments.Changesor substitutions totheContract Documents shall not be authorized without concurrence with the CITY. J.The CONSULTANT shallreviewand recommend actiononproposedChangeOrders within thescope of theProjectinitiatedby others,andinitiateproposedchange orders asrequiredby his own observations. KThe CONSULTANT shallexaminethe WORK uponreceipt of the Contractor's Certificate of Substantial Completion of theProjectAPunch list of anydefectsand discrepancies inthe WORK requiredtobecorrectedbythe Contractor shallbepreparedbythe CONSULTANT inconjunctionwithrepresentatives of the CITY andsatisfactoryperformanceobtainedbefore the CONSULTANT recommendsexecution of Certificate of FinalAcceptanceand final paymenttotheContractor.HeshallobtainfromtheContractorall warranties,guarantees, operatingandmaintenancemanualsforequipment,releases of lienandsuchotherdocuments andcertificatesasmaybe required by applicable codes,laws,policy regulations andthe specifications,and deliver them tothe CITY. L.The CONSULTANT shallprovide assistance inobtaining Contractor's compliancewiththe ContractDocumentsrelativeto,1)initial instruction of CITY personnelinthe operation and maintenance of anyequipmentorsystem,2)initial start-up and testing,adjusting and balancing^f^uipment^d-systenis^ 2.2.6 Phase VI -Post Construction Administration A.The CONSULTANT shall prepare and provide the CITY withawritten manual,tobeusedby the CITY,outliningthe implementation plan of allthe required maintenance necessary to keeptheproposed WORK operational inasafeand effective manner. B.The CONSULTANT shall furnish tothe CITY,reproducible record drawings updated based on information furnished bv the Contractor:such drawings shall becomethe property ofthe CITY. C.The CONSULTANT shallassistintheinspection of the WORK onemonthbeforethe expiration of any guarantee period orthesixthmonth whichever is earlier and report any defective WORK intheProjectunderterms of the guarantee/warranties for correction.He shallassistthe CITY withthe adrninistration of guarantee/warranties forcorrection of defective WORK thatmaybediscoveredduringthesaidperiod. 2.3 Additional Professional Services •ProfessionalServices Agreement General EngineeringServices December 2004 Page8 of 16 AdditionalServicesaslisted below arenormallyconsideredtobe beyond thescope of theBasicServicesfor design andconstruction,asdefinedinthis Agreement but which areadditionalservices which may be authorized within the Scope of Work given the CONSULTANT. A.Specialanalysis of the CITY'S needs,andspecialprogrammingrequirementsforaproject. B.Financialfeasibility,lifecyclecostingorotherspecialstudies. C.Planningsurveys,siteevaluations,orcomparativestudies of prospectivesites. D.Designservicesrelativeto future facilities,systemsandequipment,whicharenotintendedto be constructed aspart of aspecific Project E.Services to investigate existingconditions (excluding utilities)orfacilitiesorto make measureddrawingsthereof,ortoverifytheaccuracy of drawingsorotherinformation furnished by the CITY. F.ProfessionaldetailedEstimates of ConstructionCostconsisting of quantitysurveysitemizing allmaterial,equipment andlaborrequiredfora Project G.Consultation concerning replacement of any WORK damaged byfireorothercause during construction,and furnishing professional services of thetypesetforthinBasicServicesas mayberequiredrelativeto replacement of such WORK,providingthecauseisfoundbythe CITY to be otherthan by fault of the CONSULTANT. H.Professionalservicesmadenecessarybythedefault of theContractororbymajordefectsin the WORK undertheConstructionContract,providingthe cause isfound by the CrTY to-be- otherthan by fault of the CONSULTANT. I.Makingmajorrevisions changing theScope of a project,to drawings andspecificationswhen suchrevisions are inconsistent withwritten approvals or instruction previously givenbythe CITY andareduetocauses beyond thecontrol of the CONSULTANT.(Major revisions are definedasthosechangingtheScopeand arrangement of spaces and/or schemeorany portion). J.The services of oneormorefull-timeProjectRepresentatives. K Preparing toserveor serving asanexpertwitnessin connection withany arbitration proceedingorlegalproceedinginconnectionwithaProject. L.Professional services required after approval bytheCITYorthe Contractor's Requisition for Final Payment,except asotherwiserequiredunder Basic Services. Professional ServicesAgreement GeneralEngineeringServices December 2004 Page9 of 16 M.Preparing supporting data,drawings,and specifications as may be required for Change Orders affecting the scope ofa Project provided the Changes are due to causes found by the CITY,to bebeyondthecontrol of the CONSULTANT. SECTION 3 •TIME FOR COMPLETION! The services to be rendered by the CONSULTANT for any WORK shall be commenced upon written Notice to Proceed from the CITY subsequent to the execution of this Agreement and shall be completed within the time based on reasonable determination,stated inthe said Notice to Proceed. A reasonable extension of time will be granted in the event there isa delay on the part of the CITY in fulfilling its part ofthe Agreement,change of scope of work or should any other events beyond the control of the CONSULTANT render performance ofhis duties impossible. SECTION 4 -BASIS OF COMPENSATION The CONSULTANT agrees to negotiate a "not to exceed"feeora fixed sumfeeforeachofthe WORK assigned to him based on the Scope of such WORK.Upon agreement ofa 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 ora combination thereof,as mutually agreed upon by the CITY and the CONSULTANT. A.A fixed sum:The fee for a task or a scope ofwork may be fixed sum as mutually agreed upon by the CITY andthe CONSULTANT: B.Hourly rate fee:The CTTY agrees to pay,and the CONSULTANT agrees to accept,for the services rendered pursuant to this Agreement,fees in accordance with the following: Category Hourlv Rate Principal $135 ProjectManager $105 Senior Engineer $95 Engineer $75 ConstructionManager $100 ConstructionInspection $55 Senior Draftsman/Technical/CADD Operator $60 Draftsmen $55 DataProcessing/Clerical $40 Lirly rates will include all wages,benefits,overhead and profit. Professional ServicesAgreement General Engineering Services December 2004 Page10 of 16 SECTION 5-PAYMENT AND PARTIAL PAYMENTS TheCITYwill make monthly payments or partial payments tothe CONSULTANT forall authorized WORK performed during the previous calendar month.For design and construction projects where fee for each phase isnot specified,such payment shall,inthe aggregate,not exceed the percentage ofthe estimated total Basic Compensation indicated belowforeachphase: 15%uponcompletionandapprovalofPhaseI. 35%uponcompletionandapprovalofPhase n. 55%upon submittal and approval of 50%complete drawings and outline specifications of Phase m. 75%upon 100%completion and approval ofPhases EI andIV. 90%upon completion ofthe Project and approval ofall WORK PhaseV). 100%uponfinal completion and approval of WORK elements AandBofPhaseVI. The CONSULTANT shall submit an original invoice totheCity's project representative. Theinvoiceshallcontainthe following information: 1.The amount of the invoices submitted shall be the amount due for all WORK performed to dateascertifiedbythe CONSULTANT. 2.The request for payment shall include the following information: a.Project Name b.Total Contract amount (CONSULTANT'S lump sum negotiated upset limit fees) c.Percent of workcompleted. d.Amount earned. e.Amountpreviously billed. f.Due this invoice. g.Balance remaining h.Summary ofwork done this billing period, i.Invoice number and date. 3.Upon request by the CITY the CONSULTANT shall provide the CITY with certified payroll datafortheWORK 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 ofthe 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 party,in accordance with the IndustryArbitrationRules of the American ArbitrationAssociation. •ProfessionalServicesAgreement General Engineering Services December 2004 Page11 of 16 SECTION 7-OWNERSHIP OF DOCUMENTS All reports and reproducible plans,and other data developed bythe CONSULTANT forthe purpose of this AgreementshallbecomethepropertyoftheCITYwithoutrestrictionorlimitationinconnectionwiththe owner'suseand occupancy oftheproject Reuse ofthese documents without written agreement fromthe CONSULTANT shallbethe CITY'S soleriskand without liability andlegal exposure tothe CONSULTANT. When each individual section ofthe WORK completed under this Agreement is complete;allofthe above data shall be delivered to the CITY. SECTION 8•COURT APPEARANCES.CONFERENCES AND HEARINGS Nothing inthis contract shall obligate the CONSULTANT to prepare foror appear in litigation onbehalfof theCITYwithoutadditional compensation exceptforanydisputearisingoutofthiscontractTheamountof such compensation shall be mutually agreed upon and be subject toa supplemental agreement approved by the City Commissioners and upon receipt of written authorization from the CITY prior to performance ofa court appearance and conference. The CONSULTANT shall confer with the CITY at anytime during construction ofthe improvement contemplated asto interpretation of plans,correction of errors and omissions and preparation of any necessary plan thereof to correct such errors and omissions or clarify without added compensation. SECTION 9-NOTICES Anynotices,reportsorotherwritten communications fromtheCONSULTANTtotheCITYshallbe considered delivered when delivered by courier orby mail tothe CITY.Any notices,reports or other communications from the CITY to the CONSULTANT shall be considered delivered when delivered by the CONSULTANT inpersonorby mail tosaid CONSULTANT orhis authorized representative. SECTION 10 •AUDIT RIGHTS The CITY reserves the right to audit the records ofthe CONSULTANT related to this Agreement at any time during the execution ofthe WORK and fora period of one year after final payment is made.This provision is applicableonlytoassignmentsthatareonatimeandcostbasis. SECTION 11 -SUBLETTING The CONSULTANT shall not sublet,assign,or transfer any WORK under this Agreement without the prior written consent of the CITY. SECTION 12 •WARRANTY The CONSULTANT warrants thathehasnot employed or retained any company or person,other than a bona fideemployeeworkingsolelyforthe CONSULTANT,tosolicitorsecurethiscontractandthathehasnot paid or agreed to pay any company or person other than a bona fide employee working solely for the CONSULTANT any fee,commission,percentage fee,gifts or any other considerations contingent upon or resulting from the award or making ofthis contract For breach or violation of this warranty,the CITY shall havetherighttoannulthiscontractwithoutliability. ProfessionalServices Agreement General EngineeringServices December 2004 Page12 of 16 SECTION 13 -TERMINATION OF AGREEMENT Itis expressly understood and agreed thatthe CITY may terminate this Agreement without penalty by declining to issue Notice to Proceed authorizing WORK,in which eventthe CITY'S sole obligation tothe CONSULTANT shall be payment for those units or sections ofthe WORK previously authorized in accordance withthe provisions ofSection4,suchpaymenttobe determined onthebasisoftheWORK performedbytheCONSULTANTuptothetimeoftermination. SECTION 14 •DURATION OF AGREEMENT This Agreement,for the purpose of issuing new WORK shall remain in full force and effect fora period ending December 1,2007,although the actual completion of performance may extend beyond such term,or until the depletion of funds allocated forthe WORK,or unless otherwise terminated bymutual consent ofthe partieshereto. SECTION 15 •RENEWAL OPTION This agreement may be renewed,atthe sole discretion ofthe CITY,for a maximum ofonetwoyear term at theend of theinitialperiod. SECTION 16 -DEFAULT In the event either party fails to comply with the provisions of this Agreement,the aggrieved party may declare the other party in default and notify him in writing.In such event,the CONSULTANT will only be compensated forany completed professional services.Intheevent partial payment hasbeen made for such professional services not completed,the CONSULTANT shall return such sums tothe CITY within ten (10) days after notice that said sums are due.Inthe event of litigation bythe other party to enforce the provisions ofthis contract,the prevailing party willbe compensated for reasonable attorney's fees.Innoevent shall attorney's fees awarded against theCITY exceed 25%ofthe award for damages.TheCITYdoesnot waive sovereign immunityfromawardsofprejudgmentinterest SECTION 17 -INSURANCE AND INDEMNIFICATION TheCONSULTANTshallnotcommenceWORKonthisAgreementuntilhehasobtainedallinsurance required bythe CITY.The CONSULTANT shall mdemnify and save the CITY harmless from any and all claims,liability,losses andcausesof actions arising solelyoutofa negligent error,omission,oractofthe CONSULTANT incident tothe performance ofthe CONSULTANT'S professional services underthis AgreementThe CONSULTANT shallpayallclaimsandlossesofanynature whatsoever,in connection therewith. The CONSULTANT agrees and recognizes that the CITY shall not be held liable or responsible for any claims,which may result from actions or omissions of the CONSULTANT'S actions.In reviewing, approving or rejecting any submissions or acts ofthe CONSULTANT,the CITY innoway assumes or shares responsibility or liability ofthe CONSULTANTS or Sub-consultants,the registered professionals under this Agreement The CONSULTANT shall maintain during thetermofthis Agreement the following insurance: •Professional ServicesAgreement GeneralEngineeringServices December 2004 Page13 of 16 A.Professional Liability Insurance inthe amount of$1,000,000 with deductible perclaimif any, nottoexceed5%of thelimitofliabilityprovidingforallsumswhichtheCONSULTANT shallbecomelegallyobligatedtopayas damages forclaimsarisingoutofthe services performed bythe CONSULTANT oranypersonemployedbyhiminconnectionwiththis Agreement.This insurance shallbe maintained forthreeyearsafter completion ofthe construction andacceptanceofanyProjectcoveredbythis Agreement.However,the CONSULTANT maypurchaseSpecificProjectProfessionalLiabilityInsurancewhichisalso 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 propertydamage.SaidpolicyorpoliciesshallnameCITYasadditionalinsuredandshall reflecttheholdharmlessprovisioncontained herein. C.Workman's Compensation Insurance in compliance with Chapter 440,Florida Statutes,as presently written or hereafter amended. D.The policies exceptforSection17A shall contain waiverof subrogation against CITY where applicable,shall expressly provide that such policy or policies are primary over any other collective insurance that CITY may have.The CITY reserves the right to request a copy of the required policies for review.All policies shallcontaina "severability of interest"or "crossliability"clausewithout obligation forpremiumpaymentoftheCITY. E.Allofthe above insurance istobe placed with Best rated A-8 or better insurance companies, quahfied-to do business-under-the-laws of the-State-of-FIoridfc The CONSULTANT shall furnish certificates of insurance totheCITYpriortothe commencement of operations,whichcertificatesshallclearlyindicatethatthe CONSULTANT hasobtainedinsuranceinthe type,amount andclassificationasrequiredforstrict compliance withthisSectionandthatnoreductionin limits by endorsement during the policy term,or cancellation of this insurance shall be effective without thirty (30)days prior writtennoticetotheCITY. Compliance with the foregoing requirements shall not relieve the CONSULTANT of his liability and obligations underthis Section orunderanyother portion ofthisAgreement SECTION 18 -AGREEMENT NOT EXCLUSIVE Nothing in this Agreement shall prevent the CITY from employing other CONSULTANTS to perform the same or similar services. ProfessionalServicesAgreement GeneralEngineeringServices December 2004 Page14 of 16 SECTION 19 -CODES.ORDINANCES AND LAWS The CONSULTANT agrees to abide and be governed by all duly promulgated and published CITY,County, State and Federal codes,ordinances and laws in effect at the time ofdesign which have a direct bearing on the WORK involved on this project The CONSULTANT is required to complete Public Entity Crimes Affidavit form (attached)pursuanttoFS 287.133(3)(a). SECTION 20 •ENTIRETY OF AGREEMENT This writing embodies the entire Agreement and understanding between the parties hereto,and there are no other Agreements and understandings,oral or written,with reference to the subject matter hereof that are not mergedhereinandsupersededhereby. No alteration,change,or modification ofthe terms of this Agreement shall be valid unless made in writing and signed by both parties hereto,upon appropriate action by the City Commissioners. IN WITNESS WHEREOF,this Agreement is accepted on the date first above written subject to the terms and conditions set forth herein. Authority of Resolution No./%3-D*/-1/?6V duly passed and adopted by the City of South Miami City Commission t\OJ>\i»OeQlf ATTEST:CITY OF SOUTH MIAMI Maria Menendez,City Clerk AT Maria VfEJavisT City Manager ATTE£E:///?CONSULTANT: STATEOFFLORIDA)vice-pj££fci0s*>r ss:Acknowledgement ofCityofSouthMiami COUNTY OFDADE ) The foregoing instrument was acknowledged before me this //•*>day oFV^t^.2004 by MARIA V.DAVIS and MARIA MENENDEZ,City Manager and City fclerk,respectively ofthe CITY OF SOUTH MIAMI,onbehalfofthe CITY,who are personally known to me. "Professional ServicesAgreement General EngineeringServices December 2004 Page15 of 16 /Aojjlup of.-/gutter j ^Notary Public,Stat/of Florida>uu,ouue ui norma Print name c^L^ian*M*J*"TJTrTiini« S asSX^U*WOALN0WHV8BALCommissionNo:IgtLjk mafhalqarcia •-titA^u*COMMISSION NUMBER DD061686 <j>MY COMMISSION EXPIRESSTATEOFFLORIDA) ss:Acknowledgement of Consultant COUNTY OF DADE ) j.The foregoing instrument was acknowledged before me this v^"day of ^^2004 by Y^mon a^\e\[citP€of C3T5 ,on behalf of the CONSULTANT. Heis personally knowntomeorhas produced ^ OppiP OCT.2.2005 APPROVED AS TO FORM &CONTENT •ProfessionalServices Agreement GeneralEngineeringServices December 2004 Page16 of 16 _as identification. Public,State of Florida Print name:&rqO»W\*<**isX Commission No: jctnu Grace MoralesKf*Mynommis8>onDD26T742 PC>2.t>114--Z. V^y Explre5Novemberl6.2007 L E G E N D s y m b o l D E S C R I P T I O N 0 e x i s t m s i R t e m H E M C R A S S * NE W P A L M w « h ™ E CI T Y O F SO U T H MI A M I D O W N T O W N IM P R O V E M E N T S S o u t h M i a m i B f l y f l UU . 7 . i r . : i U \ i II C O R 2 O C A S T E U A C A R B A L L O II I O M P S O N S A L M A N L E G E N D S T I - I B O L DE S C R I P T I O N 0 Ci i S T i H C T R t t m M M C R A S S * * H , A U , # « H T R f t CI T Y OF SO U T H MI A M I = | D O W N T O W N IM P R O V E M E N T S S o u t h M i a m i I M M t k t C n \ \ \ \ v