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