Loading...
Res. No. 101-05-12080RESOLUTION NO.101-05-12080 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO ISSUE A SERVICE WORK ORDER TO H.J.ROSS FOR PROFESSIONAL ENGINEERING SERVICES FOR CONSTRUCTION PHASE OF THE CHURCH STREET IMPROVEMENTS -PHASE II,IN AN AMOUNT OF $18,548.00 TO BE CHARGED TO MIAMI-DADE COUNTY OFFICE OF COMMUNITY &ECONOMIC DEVELOPMENT (OCED)GRANT ACCOUNT NUMBER 001-0000-131-1416; PROVIDING FOR AN EFFECTIVE DATE WHEREAS,theCity Commission oftheCityofSouthMiami,Florida,wishestoprovide infrastructure improvements alongChurchStreet;and, WHEREAS,theCityCommission of theCity of SouthMiami,Florida,wishestousethe professional services of HJ Ross,oneofthecity's approved professional general engineering consultants,for construction phase services for Church Street Improvements -Phase II from SW 68" StreettoSW 69th Street;and WHEREAS,thisChurchStreetImprovements-PhaseIIprofessionalserviceswillbefunded from the Miami-Dade CountyOfficeof Community &Economic Development BlockGrantforFiscal Year 2005. NOW,THEREFORE,BEITDULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,that: Section 1:TheCity Manager isauthorizedtoexecuteaWork Order withHJRossin connection withthe construction phase services forChurchStreetImprovementsPhaseIIproject,inanamount of $18,548.00. Section 2:ThisChurchStreetImprovements-PhaseIIprofessional services will befundedfrom the Fiscal Year 2005 Miami-Dade County Office of Community &Economic Development,Community DevelopmentBlockGrant,accountnumber 001-0000-131-1416,withaccountbalance of $96,000. Section 3:The attached proposal.Professional Service Work Order,ismadepart of the resolution. PASSED AND ADOPTED this ^.f6 j*day of APPROVED: •ia Menendez,City Clerk READ AND APPROVED AS TO FORM Commission Vote: Mayor Russell: Vice Mayor Palmer: Commissioner Birts-Cooper: Commissioner Wiscombe: Commissioner Sherar: ~J% 4-1 Yea Yea Yea Yea Nay CITY OF SOUTH MIAMI Inter-office Memorandum DATE:July26,2005 South Miami AMmafcaCfly IIII If 2001 TO:Honorable Mayor,ViceMayor &City Commission FROM:Maria V.Davis CityManager CkvM AGENDA ITEM No.. RE:Authorizing the City Manager to execute a professional service agreement with HJ Ross for the Church Street Improvements -PhaseII RESOLUTION: ARESOLUTIONOFTHE MAYOR AND CITY COMMISSIONOFTHE CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THECITYMANAGERTOISSUEA SERVICEWORK ORDER TO H.J.ROSS FOR PROFESSIONAL ENGINEERING SERVICES FOR CONSTRUCTION PHASE OF THE CHURCH STREET IMPROVEMENTS -PHASE H,INAN AMOUNT OF $18,548.00 TOBE CHARGED TO MIAMI-DADE COUNTY OFFICE OF COMMUNITY &ECONOMIC DEVELOPMENT (OCED)GRANT ACCOUNT NUMBER 001-0000-131-1416; PROVIDING FOR AN EFFECTIVE DATE BACKGROUND &ANALYSIS; As one of the City's professional general engineering consultants,HJ Ross will provide construction phase professional services for Church Street Improvements -Phase II from SW 68th Street to SW 69th Street.The construction project will consist of drainage improvements,roadway resurfacing,wider sidewalk,landscaping,streetlights and pavement marking. This professional service will be funded through the Fiscal Year 2005 Miami-Dade County Office of Community &Economic Development (OCED)Community Development Block Grant,account number 001-0000-131-1416 with a fiscal year 2005 account balance of $96,000.Attached are letters from OCED approvingfundingforthe professional service. RECOMMENDATION: Itis recommended that the City Commission approve the resolution. ATTACHMENTS: • a • a Proposed Resolution HJ Ross'Work Order for Professional Services General Engineering Services agreement with HJ Ross July 6,2005 &July 8,2005 letters from OCED approving the funding. WLfif^lNTERNATIONAL I HJROSS engineers |planners |scientists June 23,2005 Mr.W.AjibolaBalogun,REM Public Works Director City of South Miami PublicWorksDepartment 4795 S.W.75,h Avenue Re:Construction Administrative Phase Proposal Church Street (SW 59th Place)Improvements -Phase 2 DearMr.Balogun: We are pleased to submit this proposal to provide bidding assistance and construction administration services for the above-referenced project,as described in the attached Exhibit "A".The estimated cost for theseservicesisalumpsumfeeof $18,548.00. We trust you will find this proposal acceptable and await your authorization to proceed.Ifin agreement, piease initial the attached sheets,sign on page 4 and return one original for our records. Sincerely, T.Y LIN IN7ERNXTIONAI//H.J.ROSS I n Services Coordinator Enclosures 201 Alhombra Circle,Suite 900 |Coral Gables,Florida 33134 |T305.567.1888 |F305.567.1771 |www.vlin.com Mr.Balogun Church Street Construction Administration Services June 23,2005 Page2 of4 EXHIBIT "A" CHURCH STREET (S.W.59™PLACE)IMPROVEMENTS -PHASE 2 S.W.68th STREET TO S.W.69™STREET PROPOSAL FOR GENERAL ENGINEERING SERVICES I.DESCRIPTIONOFTHEPROJECT ^e project consist of the reconstruction of portions of S.W.59th Place,all within the City ofSouthMiami(CITY)Project elements include drainage,water main,sidewalks,paW landscaping,electrical,irrigation and street furniture.F«v"ig, TYLIN INTERNATIONAI7HJROSS (CONSULTANT)will provide constructionadministrativeservicesfortheabove-referenced project.This work will be performed Z ^Sien^h^%ofessirLsrice Agreement for Generai *»'**»£(AGREEMENT)dated December 2004 as amended herewith. H.SCOPE OF SERVICES The specific work scope tasks to be performed by CONSULTANT and its sub-consultant are: *)PHASE V:CONSTRUCTION ADMINISTRATION PHASF CONSULTANT agrees to provide the Phase V-General Administration of the Construction moaificltion^CeS *a°COrdanCe With *"*&*&2-2-5 of *e AGREEMENT with the following 1.1 CONSULTANT bases fee for this task on a construction time of 120 calendar ^ZLili S)fr°m award of instruction Contract to approval,by theCONSULTANT,of Contractor's final Payment Certificate.* 1.2 CONSULTANT bases fee for this task on conducting weekly site visits and part- time on-site observations at an average often (10)hours per week,three hours per week ofconstruction management and one hour/week ofproject management In the event that continuous daily on-site observations are required as stated in Paragraph 2.2.5.E.ofthe AGREEMENT,CONSULTANT reserves the right to legf^™iti0nal feeS With the CITY at ±Q h0UT{y rates found ^Section 4 oftheAGREE1MENT. 1.3 CONSULTANT bases fee for this task on participating on two (2)Public Involvement Meetings and one Meeting with the CITY's Community Redevelopment Agency (CRA)at four hours each of project and construction management. III.SUBCONSULTANTS The below listed Sub-Consultants will assist in the performance of the project: Mr.Balogun Church Street Construction Administration Services June 23,2005 Page 3 of4 IV. V. Sub-Consultant Name Palm Engineering Group,Inc. SCHEDULEOF DELIVERABLES CONSULTANT will submit the following deliverables to the CITY: Specialtyor Expertise Construction Inspection Services Task No. 1 SCHEDULE OF DELIVERABLES Description of Deliverable 2S?°fPre-construction agenda and minutes,shop drawings,change orders,payment'certificates,construction observation reports,test results,and correspond.lence. SCHEDULE OF SERVICES CONSULTANT shall perform the Work as depicted in the table below following receipt ofa written Notice-to-Proceed from the CITY.P Task No. SCHEDULE OF WORK (*) Task Name and/or Activity Description PHASE V:CONSTRUCTION ADMINISTRATION PHASP Duration Work days 80 Projected Start Date 07-20-05 Projected Finish Date 11-20-05 The above schedule assumes CITY will issue aWritten Notice to Proceed on July 9,2005 VI.COMPENSATION SSS'SSSJ1"*™*W°rk d6tailed ta *•Pr°»0Sal for *L-P Sum, Task No. SUMMARYOF COMPENSATION Task Name and/or Activity Description PHASE V:CONSTRUCTION ADMIMSTRATIONPHASF Fee Amount Fee Basis $18,548.00 |Lump Sum.Fiv^T Vn.SERVICES NOT INCLUDED The following services are not included in the Scope of Work for this project: 1.Roadway Engineering services identified in Paragraph 2.1.Aof the AGREEMENT 2.Drainage Design services identified in Paragraph 2.1.B of the AGREEMENT '3.Civil Engineering services for Sanitary Sewer System Evaluation and design identified m Mr.Balogun Church Street Construction Administration Services June 23,2005 Page 4 of4 4. 5. 6. 7. 8. Paragraph 2.1 .C of theAGREEMENT. Traffic Engineering services identified in Paragraph 2.1.D ofthe AGREEMENT Environmental Engineering services identified in Paragraph 2.1.E of the AGREEMENT Phase I services identified in Paragraph 2.2.1 of the AGREEMENT " Phase II services identified in Paragraph 2.2.2 of the AGREEMENT Additional Professional Services identified in Paragraph 2.3 ofthe AGREEMENT 10.SSSSST^SerViC6S iDClUding SUbSUrfaCe eXpl°rati0nS «"«teStin*- VHI.PROJECT MANAGER CONSULTANT'S Project Manager for this Work Order assignment will be Jose Nessi. Prepared by:_____ Approvedby: Jose M.Nessi Date W.Ajibola Balogun,REM 5_^7 Public Works Director PROFESSIONAL SERVICE AGREEMENT General Engineering Services ——-^todobusine^^^^ in consideration of rhf»nr^mtv j ^ agrees to employ (he CONSWtaS^*?mU<Ual «""»«•contained in this am-™—* ™nng basis in connection with pS^wLT^™^^WORK,as describeduEK?°'^w^c«onotexceed$25^ SECTION T-GENTOat pp^^^p -£ff5£SaTfc^tot^*^*—*«"*•enthe BasicServic may "2ffSS^^!-^-----b-resole discretion of the OIT r, •^™_ rendered in connection with the WORK ^•*'**fee for «»services to be The CONSULTANT will submit aproposal uoon ft-rrrvc1.4 1.5 documents ^L^^^^S^^T^^^^^^^•^^^SsJZ^decisions promptly,to avoW^^Orrs»(n«^1^„1I5^^aJ~^^SULTANTshaU 1.8 The OIY agrees to issue all directives and approval in writing. SECTION 2•PROFESSTHMiT CTp^m •1.1 General Kngjneeriiy services T ^Sad'wfv^068'°*Pr0Vided *«»«•"*•*are as follows- asbestos materials.^rage tanks'hazardous waste materials and F.Other incidental services associated to the above items. 2.2 Basic Service S^o^o^are authorized.PPllCabIe mltS entirety to P«3«*for which completed Basic Service Upon authorization to proceed from the CITY,the CONSTJT tamt „„«*engineering services for any portion or ^^xS^Lf^^g™6*"*&*Professional co-ordinate his effort with that of 1 !SL •?Uthned beIow*^CONSULTANT agrees toCONSULTANTStoassurlLt^or .JKtheOIYshallpreparethefinalbidi^^S!^CONSULTANT as designated bypreparedby,and be the respond of ^"*deifications,which shall be" B. C. D. E. Professional Services Agreement General Engineering Services December2004 Page2 of 16 2.Z1 Phase I-Pmlimin^,-^schemaHr n<c,r, A.The CONSULTANT shall confer with representatives of the CTTY a„w «,•determine the foil scope of the Protect thatwi7l™S *ae Usn3g aSency toadvisetheCTTYif,indie CWSULTAOT'S ^PTam ""O^™"*and shallaccomplishthepregramrequtemeS'^m°1''*"^^^™«***to Schematic Design Sludta tah**^J?^0!SUmmaiy (unless «M«1 otherwLProbableConshSSt"*"*°teW"e)*****telow-«»*e StatenS completion.J ^^deSlgn'b,ddm&construction,and proposed date of planning criteria used for the Pwject J e^^^abnefsuinn^ofaUpertiMm of me whole.A^pen^^^Sa°^Pof*eP**and die design concepfurthershowmedesignco^T ^m°del <*phot0graPn **«*«V«»provided to with their utilities.dynamic cable,MDWASA,etc.)for any conflict The Statement of Probable Conslruction Cost shall wi,„i„„•.,including fixed equipment,profeS *£«£«T^^^cort of *»****adjusted to the estimaL bid dto^vab7eI^^ge?M (lf "**escaJation factorsapplicable).The CONSULTA^^^^?m)'and "^«*»extensions flfO-jJa Cost -.T^rZis^Ss^SlT?^CMtS - Professional Services Agreement B 'XamUlar WltQ «*local Construction industry and dick General Engineering Services "P December 2004 B. C D. E. G. I. Page3 of 16 1 2SS^?^^^-g'rs^ttrrte,™tathenextPhas*nmfl,direct hy tfJUrv PP y CITY and he ^Miiolr^eedw^ 2.2,2 Phase IT-Shirty ™*^™fm Develop™^. A.from the approved Schematic Design documents the CONSTTT taxtt cwiDevelopmentDocuments,compriSg ^SS^S^JSS^^Tdocumentstofixanddescribethesizeandcharacterof:the entire fET??^ B.The Design Development Documents shall comnme fhP p™™^d~-(updated),Outline Specifications,UpLedtaSfof J^SrSLST-?MW*Design Development Drawing,etc.?as reqS^£S^SSS^%?Updated Statement of Probable Construction Cost exceeds the altoSl fta*T\,or scope reduction options shall be included.™*'feaslbIe °°« The CONSULTANT shall submit and present two G)sets of all*™™**.•,this Phase,without additional charge,for approval JL££1,™?T f^"^Phase until directed by the CITY.by^CTTY and not proceed with me next 2£SE22Sr£i«S=S£Saras;*":- 2'23 Phase m-Final Design /n»n«h,1^an p^nm^*twi^^ A.Rom the approved Design Development Documents the CONSTTT tamt .h.n shall.use Construction Specifications Institute (CSI)Standards andZcfty o5X£^ C. D. B. C. The Construction Documents shall be prepared in a manner that will ass,™n.•„,hnework,notes,and dimensions,when the documents are^ucedto X o£!,>^°f drawmgs shall beon 24"x 36"™»w r»n»<,;,.\^L ™**~ucea ro ou*«their size.Allapprovedotherw.se ""^""*°n "*^^^aid sheet format,unless All construction documents shall be submitted in hnth "harW ~™»j i ^..-52^^-xm^taSSS^^electromcmediaina Professional Services Agreement General Engineering Services December 2004 Page4 of 16 E. K J. 1.Non-drawing submittals in Microsoft Office format ^Drawings in AutoCAD format 3.GIS files should be in ArcView format Version 32 Jg-^p.in reiments,Hi^^S^SE documents.The 50%complete m£^Z^£!^^****** tfSlleSn^^S^^the total allocated fl^X ot£JSSSSy .•*"^^ta—reductions-ffldie-toa^eootoiXto^^^°D »«**ot<°* me CITY a final,updated Statement of Pmf>»hi»^„„.~.«"*uuuahi shall submit to Professional Services Agreement General Engineering Services December2004 Page 5of16 2.2.4 Phase IV -RiAtin,^NegQtiflHnn Ph-, and as part of his assistance to SSr^X^JST ^*"Wd ^Jte OIY after verifying bond,insut^S^^S^^"rmaaiUai tobytheconstructor.""«uus questionnaire and reference submitted J^SJc^er^^^^^^-^^tocl^cotrect f **'"ZSr*BM?Bid ""^exceed*die Total Allocated Funds the CTTY2STn^J"™!!"*ft*ct °Mt and award aconstruction^*^?^a?"•""*"***"^8-o^leti^e^oXgeinthe 4.suspend or abandon the Project,or 5.exercise all options under the City Charter and State Law. CONSULTANT shall,without •3ffiSSS5t,K'^^®abo^*»necessary to bring the Probable ConstticoTSl^An6 ^^°a DoCuments «responsible bid is over 15%of the CONSl^TA^SS *"*When *»lowe* 2.2.5 Phase Y-jhml Administration of tta Q,^,rw„.f. B.The CONSULTANT,as the representative of the rrrvA^A ^ Professional Services AgreementGenera]Engineering Services December 2004 Page6of 16 B. C. D. 2. 3. ?SSE£S2r ^^-d --^h-**—*Conditions C The CONSULTANT shall attend pre-construction meetings. D.The CONSULTANT shall at all times have access to the project wherever it hiorprogress.t*ojeci wnerever it is m preparation B.The CONSULTANT shall visit the site at least weekly and at all Icev «»*,«ascertain the progress of the Project and to detsmtoSSaS SfwS?^"""•*toaccordancewiththeContractDocumentsoT,K!;<•'eWRK is proceeding inCONSULTANTwiUusereasonabl'anfcu^te "guidEmSt?,"»and deficiencies in the WORK.The CONSULTANT^!,,k guaM.™"^"Saw*defectsdailyon-site observations to7hecTmfSl^JSU^^^*MntiM0USAgreementanddefinedbvtheSconorfwror?iant\%of?e W0RK as set form in this of and any observed defects and deficiendesmmeWOI^Sn^l^i!116^8^ ™£Z^Zl^*™«^^*"observations of the^progre.ofLwo^anSlsultrfatS^^ ^nimend approval of the Cerdficaternatut.T^muL^o^*^ onaHtyofmeWORK **^^£S£^fe^*** sirr^iLwo^forM^^^ae-^^™tsupoa the results of any subsequenttests required by the contract documents."— £%£fZ^?"—d°—"««*Prf--completion and considers it necessary or advisable to insure comphanceShfr^^rT °Pm°B'to R G. H. 2. 3. Professional Services Agreement General Engineering Services December 2004 Page7 of 16 J. K A. B. comphance with the Contract Tw»m*nte ™uimcuc5ISn concept of the Project and for his own observations.pruposea cnange orders as required by WORK required to becrafts Co^*^***aad *«»*•"*•in the^conjunction wim5,^enS^yor^L^^dt"fberPai!fby,he ^SULTANTtheCONSULTANT^unSSStiW^rSte^S^^^^payment to the Contractor.He shall obtain to^ESS^SfJS?""^ft"1operatingandmaintenancemanualsformiJ-i uonlra^Dr *"wan-anties,guarantees, 2.2.6 Phase VT -Pn«t r^,^Iction Admmicw,^ The CONSULTANT shaJI prepare and provide the CTTY with .».**« ^S^on^^defective WORK^the ProjS^,££23^*«•T""*shall assist the CTTY with the administration of ZST1,?MleCtl0n-*defective WORKthat may be discovered du«Cto.idS5*^^**C°lreCtion of . 2.3 Additional Professional fto**^ futSL^t^eofWork^^"^"0M1 sentewMch"beGeneralEngineeringServices December2004 Page8 of 16 A.^analysis of^^ Financial feasibility,life cycle costing or other special studies. Planning surveys,site evaluations,or comparative studies of prospective sites. SS^S^«—-equipment,which are not intend to ^%£?S^ffS)°r *****or to makemmishedbytheOTT^**aCCUmCy °f dnwil«B or <*«information Consultation concerning replacement of any WORK damaeed bv fin.n-^construction,and furnishing professional services*mTr^sef IS,Tn ^•°?"*** may be required relative to replacement of J-^wrwiT -T .mBas,c Servic<«»»CTIYtobe^merthanbyf^S Professional services made necessary by the default ofth*r™^^™utheWORKundertheConstruction^^Sin!£C°lUraC^r "J?"*«•defects inotherthanbyfaultoftheCOTOTAN?^wd">8 «*cause is found by the CTTY to be ^vSnlSTnsI^^ The services of one or more full-time Project Representatives. Preparing supporting data,drawings,and specifications as may be reauired for n. affecting the scope ofa Proiect DrovMeri <£rT,„„™„j,IB<Jlmed for Change OrdersbebeyondthecontroloSTONSuS^T ^*C""M fOUnd ***^<° B. C. D. E. F. G. H. J. K. L. M. Professional Services Agreement General Engineering Services December2004 Page 9 of 16 SECTION 3-TTM1T unn COMPT FTTr>M. The services to be rendered by the CONSULTANT for anv WORK-,h,u k„to Proceed fo>m the OTY subsequent to the execution 3^commenced upon written Noticetimebasedonreasonabledetennin^n^^^**be «*«within the the CONSULTANT render perfolnce of nllufe SibL "*^^bey0nd to «* SECTION 4 •BASIS HI?rr>MpENSATrr>M JSntTb^Sscopl2lhSlSaS0r 'fr,-B ^f°r "*authorization to proceed to the CONSuTtaotT'P ,ag[eement of<»«*-the OTY will issue awriteoralauthorizationtoJSSSS^S,tlSfiSC'L*"^"T"*"right »*S^mediately thereafter.For reproduction of ZtSSS ^T oon?m»*»will followunderSection2-ProfessionaI Services the OIY willw*SS5i re<P™nts as identified The fees for Professional Services for each nf th*wnpir „u n i.„memods.acombii^onmereo^lowing Hourly rate fee:The OTY agrees to pay,and the CONSULTANT anM *,servicesrenderedpursuamtothisAgreeJent.feesmaZd^^fafl* Category Principal Hourly Eat* Project Manager $135 Senior Engineer ^101 Engineer $92 Construction Manager f72 Construction Inspection -?;? ^m^Dl^man^echnicaI/CADD Operator So ""^: Draftsmen a>0J DataProcessing/Clerical ^| Hourly rates will include all wages,benefits,overhead andprofit p^Sd^:^ -ProfessionaiservicesAgreement ^nionm.tot design and construction projects where fee for each nhat General Engineering Services pD3Se December2004 Pagel0ofl6 A. B. is not specified,such payment shall,in the aggregate,not exceed the percentage of the estimated total fiirirCompensationindicatedbelowforeachphase:«»uin«ea total Basic 15%upon completion and approval ofPhase I. 35%upon completion and approval of Phase IT. 55%upon submittal and approval of 50%complete drawings and outline specifications of Phase 75%upon 100%completion and approval ofPhases IH and IV. 90%upon completion of the Project and approval of all WORK Phase V). 100%upon final completion and approval of WORK elements A and Bof Phase VL The CONSULTANT shall submit an original invoice to the City's project representative. The invoice shall contain the following information: 1.The amount of the invoices submitted shall be the amount due for all WORK DerformeH tndateascertifiedbytheCONSULTANT.perrormed to 2.The request for payment shall include the following information: a.ProjectName b.Total Contract amount (CONSULTANT'S lump sum negotiated upset limit fees)c.Percent of work completed.-"ulicgs; d.Amount earned. e.Amount previously billed. f.Duethis invoice. g.Balance remaining h.Summary of work done this billing period, i.Invoicenumberand date. 3.Upon request by the CITY the CONSULTANT shall provide the CITY with certified nav^ndateformeWORKreflertmgsalariesandhourlyratesA^witn certified payroll SECTION 6 -RIGHT OF rtEOSIONS AU services shall be performed by the CONSULTANT to the satisfaction of the OTY's representative whnshalldecideallquestions,difficulties and disputes of whatever nature which may arise £KE2^£tins Agreement,the prosecution and fulfillment of the services,,and the dmmJ^C^S^and the representative's decisions upon all claims,questions,and disputes shaU be S^^SX' SSuSS^r^^*?f^is *•*arbitrary «treasonable^CONSULTANT does not concur mthe judgement of the representative as to any decisions ir^de bv him h!shaU present his written objections to the City Manager and shall abide by the lois^7^St,^rNothingmtillssectionshallmeantodenytherighttoarbitrate,by eiLr parryT acco^e w^TIndustryArbitrationRulesofmeAmericanArbitrationAssociation.accordance with the SECTION 7•OWNTCRSmp QF DOCTIMFNTC All reports and reproducible plans,and other data developed by the CONSULTANT for the nmn»^*• General Engineering Services December 2004 Page11 of 16 ^S^SS^^i^^J^l^^Wlth0Ut "*"^°«*»theU1"SOle nsk m Wlth0ut habll»ty and legal exposure to the CONSULTANT SsnSeSveSScT??^"*"»**^A~is «*••«all of me above the CTTY without additional ccSlta m*^^?^**°f ?Mr fa Utigatio11 on behalf ofsuchcompensationshallbe3yaSZ.td teS^^°°f °f thisIcontact-***amount oftheCityCommissionersanduponZ^f £i£S2£tm ffcrrSn^^"^^court appearance and conference.^u°n rrom me uiY pnor to performance ofa P'-thereoftocorrea^er^^^^ SECTION 0•wvrrn?g Any notices,reports or other written communications from the CONSTTT tant ♦„*™™considered delivered when delivered by courier or by n^to fce ™^*>the CITY shall be communications from the CITY to the CONSmTAwr i^Ti.-?T.y nD&ces'rePor£s OT <*»CONSULTANT in person or by maS,SSo^jSS^^?*"*^*****»?4"SECTION 10 .AUDIT RTCTrre ^N6ULTANT or his authorized representative. WHcableonlytoassi«S^^^TnisprovisS SECTION 11 -SUBLETTING The CONSULTANT shall not sublet,assign,or transfer anv wnpur ,«*«.*•awrittenconsentoftheCTTY.yW>RK ""^te ^^nt without the prior SECTION 12•WAtttt AMTV paid or agreed to pa?any ^any^SonS CJtS^™^""^^«*»»«CONSULTANT any fee,mE^LS*^than abona fide employee working solely for the ^tmgfromtteawardWn^^^have the right to annul mis contract without liah£^rf *"WaITanly•^CTIY shall S.ECTION 13 -TERMINATrrwr OF ACRPmnnsrT It is expressly understood and aareed that the rrrv m.„<.„•*,.. 'Professional services Agreement sections or trie WORK previously authorized in General Engineering Services December 2004 Page12 of 16 c. D. ^^'AXlMtiSS-Ssa: Comprehensive general liability insurance with broad form endorsement ™.,,•automobile liability,completed operations and products IMity »nSaI ^SS?^verabihty 0f interest with cross liability provision,Ld personal£y SS^Kf*liability with hmits of $1,000,000 combined single limit^er occurred faE^ XfetiX .P°^-0r POHCta SM —^Y -additional SZSreriecttheholdharmlessprovisioncontainedherein. Workman's Compensation Insurance in compliance with Chapter 440,Florida Stan,.™ presently written or hereafter amended.Statutes-M The policies except for Section 17 Ashall contain waiver of subrogation against CITY ri»applicable shall expressly provide that such policy or policies are irimS^WroSScollectivemsurancethatCTTYmayhave.The CITY reserves the right to£J£TL^Z •tTH^'f8 for.reVieW-MP°UdeS ShaU ""^a"^ability'oftaS ofcrosshabrnt/'clausewimoutobUgationforpreiniumpaymentofmeCrrY. E.All of the above insurance is to be placed with Best rated A-8 or better insurance comoaDfe,•qualified to do business under the laws of me State ofFlorida.companies, The CONSULTANT shall furnish certificates of insurance to the CTTY raior to the mmmm.operations,which certificates shall clearly indicate mat the CON^JlSntZ %£££££?£type,amouni,and classification as required for strict compliance with this Section anX^uttionthuntsbyendorsementduringthepolicyterm,or cancellation of this insurance shall be effective wSouS(30)days prior written notice to (he CTTY.vewimout thirty Compliance with the foregoing requirements shall not relieve the CONSULTANT of his liahii;*,,.a obhgationsunderthisSectionoTunderanyotherportionofthisAgreement **ad SECTION 18 .AGREEMENT NOT EYCTTISiyi? fanSsm£iSent ^PKVent **^^«*^other CONSULTANTS to perform the SECTION 19 •CODES.ORDINANCES ANT)T.AVys S,^r^Tf^agrBef.to'"Wlb ""'be g0vemed ^*"*&Promulgated and published CITY CountvStateandFederalcodes,ordinances and laws in effect at the time of design which have adirect bearingonto Professional Services Agreement General Engineering Services December 2004 Page14 of 16 WORK involved on this project.TheCON<?TTTTA\rr,v •,form (attached)pursuant to FS 287^3(3^""^t0 C°mplete ***E»«*Crimes Affidavit SECTION 20 .KNTTRETV OB ictp^ merged herein and superseded£2?^^reference to *"****~hereof mat are not £«^«;^S£=52s~—-—.appropnate action by the City Commissioners. Z^ES£tu,A~mtk'B*»i'"*>****above written subject to the terms and Authority of Resolution No./W-Ctt-Mfa duly passed and adopted bytheCityof South Miami City Commission YlrtJjL -v^//ATTEST:^^-^f^Ooy ia Menendez,Citytlerk ATTEST: STATE OFHX>RJDA ) COUNTY '^'i^'^f3ia^M^^^WiSc^^: The foregoing instrument was acknowledged before mo thic )w^a j7/f)0MAMAV.DAVE and MARIA MENHNDffiCto iS^J^cLn v V0f^—2004 bySOTJTHMIAMI,onbehatf of theCTTY^SSon^KonTe kTT*"*<*"<* Professional Services Agreement General Engineering Services December 2004 Page15 of 16 aTYOFSOUTH MIAMI mr_ Maria Vfbavis,City Manager CONSULTANT:^^^M\OO(^^Jj0C. VAX)V^u^Vide ty&\&sr\ Notary Public,£tate of] •-T^'^WWLNOTAH5/SEAL/"^^mabIaicsarcia r^lTt^if *COMMISSION NUMBER &>%m£&<DO0G1886 ^%&mm <ddobibbo17/*WJP MY COMMISSION EXPIRES 1 *„.,<&OCT^gCOS STATE OF FLORIDA ) COUNTY OFDADE )"*'Acknowled§ement of Consultant S>«>5 H3,Sno,^on behalf of the CONSULTANT —as identification. He is personally known to me or has produced. APPROVED ASTOFORM&CONTENT CityA^mey^ Professional Services Agreement General Engineering Services December 2004 Page16 of 16 :_LLjinA (X.Print name •nec^t Commission No:Jib 3&fn *p (=M^ Notary Pubho^tate of Horida Printname.-CjL(tMA br•b)[cfid<L&I ;ffcVCommtataBqDteCec 1,20 Commission #DD 366721 anolNotayABn. 1! MIAMI-DADE 140W.FLAGLER STREET,SUITE 1000 MIAMI,FL 33130-1561 July 6,2005 ,FFICE OF COMMUNITY AND ECONOMIC DEVELOPMENT Director's Office PHONE:305-375-3848 FAX:305-375-3428 smu@mlamidade.gov www.miamidade.gov/ced/ Mr.Ajebola Balogun,REM,CFEA PublicWorks&Engineering Director City of South Miami PublicWorks&EngineeringDepartment 4795 SW 75th Avenue Miami,Florida 33155 Re:FY 2004 &FY 2005 CDBG Contracts Church Street Improvements,Phase 2 TYLIN INTERNATIONAL/HJ ROSS Subcontract Dear Mr.Balogun: Wehave reviewed yourletterofJune 14,2005,andfaxdatedJune27,2005, concerningthepurposed subcontract with TYLIN INTERNATIONAL/HJ ROSS,f/k/a H. J.Ross Associates,Inc. This subcontract isapprovedsubjecttothe following:a budget revision needs tobe submitted to reflect thecosttothese engineering servicesandthe current budgethas all the funds in the prime contractor's sub-index code.Itis noted that the maximum compensation of this subcontract is $18,548. Please contact Richard Hoberman,Contracts Officer,at (305)375-3472 if you haveany questions. Sincerely, V2^ Silvia M.Unzueta Acting Director C:\Documents and Scttings\b!cwis\My Documcnts\My DataSources\Richard\City of Souih Miami Subcontract LettcrO7-06-05.doc LastsavedbyMiami-DadeCounty7/6/05 8:11 AM MIAMI COUNTY 140 W.FLAGLER STREET,SUITE 1000 MIAMI,FL 33130-1561 My 8,2005 Mr.Ajibola Balogun,REM,CFEA Public Works &Engineering Director City of South Miami 4795SW 75th Avenue Miami,Florida 33155 FICE OF COMMUNITY AND ECONOMIC DEVELOPMENT Director's Office PHONE:305-375-3827 FAX:305-375-3428 smu@miamidade.gov www.miamidade.gov/ced/ Dear Mr.Balogun: Subject:FY05 CDBG Contract Church Street Improvements,Phase 2 Budget Revision No.1 Attached isan approved Budget Revision No.l tothefiscalyear2005 CDBG Contract withthe City of South Miami.Ifyouhaveany questions,pleasecallmeat(305)375-3472. Sincerely, /.*\M*J Richard Hoberman Contracts Officer Attachment C:\WINDOWS\Dcsktop\WORD PRODOCUMENTS\CITYOFSOUTHMIAMICDBGFYOS BUDREV1 doc LastsavedbyRichard Hoberman 7/8/055:04PM CITY OF SOUTH MIAMI FY05 CDBG CONTRACT SUMMARY BUDGET BUDGET REVISION 1 L PERSONNEL $4,000 H.CONTRACTUAL SERVICES$18,548 m.OPERATING COSTS 0 IV.COMMODITIES 0 V.CAPITAL OUTLAY $77.452 TOTAL:$100,000 ATTACHMENT B AGENCY NAME CDBG FY 2005 RECONSTRUCTION OFCHURCH STREET(SW 59™PLACE)IMPROVEMENTS DETAILED BUDGET BUDGET REVISION 1 January 1,2005through December 31,2005 PP Non OCED OCED Total OCED TotalAU Sources 04010 PERSONNEL-Emphvee Regular-Salaries Public Works Director 0 2,000.00 2,000.00 2,000.00 Chief Accountant 0 1,000.00 1,000.00 1.000.00 Grants Administrator 0 1,000.00 1,000.00 1,000.00 Subtotal Salaries 0 4,000.00 4,000.00 $4,000.00 04010 Fringe Benefits Flea:11,000x0620+628x100%0 0.00 0.00 0.00 Mica:11.000x0145=160 0 0.00 0.00 0.00 Subtotal Fringe 0 0.00 0.00 0.00 Total Personnel 0 4,000.00 4,000.00 $4,000.00 Contractual Services 21011 External Audit 0 0.00 0.00 $0.00 21012 Environmental Audit 0 0.00 0.00 $0.00 21030OtherProfessional-Svc.Const Mgm.0 0.00 18,548 $18,548.00 21030 Other Professional Svc.0 0.00 0.00 $0.00 22350 Bottled Water 0 0.00 0.00 $0.00 25330 Rent Copier 0 0.00 0.00 $0.00 25511 Building Rental 0 0.00 6,000 $0.00 Total Contractual 0 0.00 18.548 $18,548.00 Operating Expense 31011 Telephone Regular 0 0.00 0.00 $0.00 31011 Telephone Long Distance 0 0.00 0.00 $0.00 31610 Postage 0 0.00 0.00 $0.00 31420 Advertising Radio 0 0.00 0.00 $0.00 Total Operating Expense 0 0.00 0.00 $0.00 Commodities 31510 Outside Printing 0 0.00 0.00 $0.00 95020 Computer Purchase 0 0.00 0.00 $0.00 47010 Office supplies/Outside Vendors 0 0.00 0.00 $0.00 Total Commodities 0 0.00 0.00 $0.00 Capital Outlay 61620 Basic Architectural fees 0 0.00 0 $0.00 61620 Prime Contractor 0 0.00 77,452 $77,452.00 Total Capital Outlay 0 0.00 77,452 $77,452.00 TOTAL BUDGET 0 0.00 100.000 $100,000.00