Loading...
Res. No. 154-05-12132RESOLUTION NO.154-05-12133 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO ISSUE A PROFESSIONAL SERVICE WORK ORDER TO CORZO CASTELLA CARBALLO THOMPSON SALMAN,P.A.(C3TS) FOR SURVEYING &TESTING,FINAL DESIGN,BID AND CONSTRUCTION PHASE SERVICES FOR CITYWIDE DRAINAGE IMPROVEMENTS PHASEHI(SW 62nd TERRACEFROMSW 62nd AVENUETOSW60thAVENUE,SW 63rd STREET FROMSW 62nd AVENUETOSW60thAVENUE,SW 63rd TERRACE FROMSW 62nd AVENUE TO SW 60th AVENUE AND SW 76th TERRACE AT CUL-DE- SACEASTOFSW58th AVENUE)INTHEAMOUNTOF $38,906.00 TO BE CHARGED TO PUBLIC WORKS DEPARTMENT ACCOUNT NUMBER 111-1730-541-6490;PROVIDING AN EFFECTIVE DATE WHEREAS,theCityCommission of theCity of South Miami,Florida,wishestoprovide drainageimprovementswithinthe City's streets;and, WHEREAS,theCityCommission of theCity of South Miami,Florida,wishestousethe professional services of C3TStoprovidesurvey&testingservices,engineering design,bidand constructionphaseservicesforCitywideDrainageImprovements-PhaseHI;and WHEREAS,the streets within the boundaries of Phase m are defined as:SW 62nd Terrace (from SW 62nd Avenue to SW 60th Avenue),SW 63rd Street (from SW 62nd Avenue to SW 60th Avenue),SW 63rf Terrace (from SW 62nd Avenue to SW 60th Avenue)and SW 76th Terrace atthe Cul-de-sac eastof SW 58th Avenue;and WHEREAS,theseCitywideDrainageImprovements-Phase in professionalservices willbefundedthroughthePublicWorksDepartment'sStormWaterTrustFundaccount. NOW,THEREFORE,BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,THAT: Section1;TheCityManageris authorized toexecuteaWorkOrderwithCorzo Castella Carballo Thompson Salman,P.A.in connection withthe survey &testing,engineering design,bid &construction phase services for Citywide Drainage Improvements -Phase in project,inthe amount of $38,906.00. Section 2;TheCitywideDrainageImprovements-PhaseHIprofessionalserviceswillbe fundedthroughthePublicWorksDepartment'sStormWaterTrustFundaccountnumber 111- 1730-541-6490,with a current account balance of $74,999.00. Section 3:The attached ProfessionalServices Work Order,ismadepart of this resolution. >~-V _,:_xy*^orr-.v^'-i^ Mi'f -iO KO^^avl^UO V;"0 WABOYAK .Ml To l*H)?\'{$JQ&.iti A no :*ht o^^g^tua Mnti<\r>};,-;r:K[tf wmo?.•••;o rro i^TO's ,AX:.V.i-.teJhZ ?x&;:ii%Oin OJ~:Ujm^l i,X\'ATdA'}0&;;i0'...« :^>Ari*;'.-:-ii I'.'AY-rnT.j t^yi.%:-Oivmz -irLnn i>;;o?rx^nv-Ao:* '".':«vV>:'s>":<j£('-?lAAAiAiA:'"Ai)W2-.^AA'A;"aA;.>"•#'?•i?T AJAXAA ,;vrd aa-'8^05?'»}f&'>>'>iip!':i"£''"*&;>w?.,:;i'jy::ru^"!io;>vy$ot ^A/AAAr. ^a.aa •'.?'/•.ma^at iiro\">?;»an*^aaaya 11V(&wa ot :a<a:a-/a OT &l&}'sL&i&';K'>T'VJO&'iA :-HTs"tfJ AlHiAA/A I!':B?A^A:':30 T-rAA-4 AA^ A A AG AVrnK:B;U?AA OK*OA/ClH^:#<'wW^V#£v'i...«H A"ibW.-.i'/; vii^.'Vtyi'f;o-;:.0h-mv/.!ii.;no.vt ,:'t-i'•'••'/.••:f'!ii(0».'..<!i:.f»'.,.'.i!.'l ,Uifl :^'.•':.'i,!i A/A)Sih uiAA;/.-:«»{»;' ';::!.:y>:Li 0,*fX-r'c'-.v .^An-H ..ii'JiiiiV;li>W.-'c 'i0 7;s0 WTio ftf:;.-'>m*ifiO'")(A);a?;J AAA1;AAAA" :AA)V/£:-:^r;w"bh oiii i'i*^t!*!V;;.^i»ji?'iK«Jor»:;.•;•!i nlrhiv/^jso'jV:wii A./A'iAVW 'j .v :•:•'>•/'^t!:.-•! iiiuov'iw:on;/-*:-:f?Vi"'::';3>:-';V fiiK:;?!J,/li!.-'.'5-:-i)*j?>:iyO.\.?f\\vV/.\khiH -.vrs.r ri.ouir:f?r {.vhf?//).;v<'ji 1'1''>:1HT "f.0 i' i 5 'itf.-i-Mr hun^Xjf:b^ii'i •',:.;i'l /:.;:.'.'.//rTi;;;-';;^ti'^r^ffvriJXp1 •i -sr v i";;:<^•I •*'..••.:.C..'iv'-'i^J -'i'?0'•/'»'>:C./;',-";.v<'!!n{VUi,;»:^,ri'>1fi i:'.3.rtU,J»^^i U'i'{'(:;i.'i'.;-l >:';' -.>i'v».!iO.'V Pg.2 of Res.No.154-05-12133 i 'i Section 4:Thisresolutionshalltakeeffectimmediatelyuponexecution. PASSED AND ADOPTED this {?*day of Mt&t^Jh^2005. APPROVED:ATTEST: JCL ty.in •>it ;i,A ^ CITY CLERK READ AND APPROVED AS TO FORM:Commission Vote:5-0 Mayor Russell:Yea Vice Mayor Palmer:Yea Commissioner Wiscombe:Yea Commissioner Birts-Cooper:Yea Commissioner Sherar:Yea C:\Documcnts and Settings\Aricke\My Documcnts\Word Docuraents\RcsolutionCity\videDrainage.doc >..-*-.».•&• itiiUtsoyti noqu ybtaibsoimj josTia ft>lj#I&rte aoi5;}io?si sirIT lAimJl^S 00£.A 'iovfib;•"•;w\imT*SMkQWKQiV<:d*S\. f.i:i.\ HOYMA .moV-f.w'>;a£irr?ffi/A> :.*^dr-Kj-:*-*iW vjjnoigahiwn.o'!} :7ra9i^T&ioJ&sifwnoC) •Cj3\'0.?iW. iUia JO YT D :.WiiO-J OT -3A Citf'/OJWJA Gr/IA A A3.£ VAlKliOTrA YT]"/ :^L.:^:;;fiHiiU.^iv^;i:V>ii0lJ!JiOH^>i;i:;'!;.j..i{t F.iTi<7/''i3v,--us;viCJ vl/.^-bi*./'W-'.i.ii^K i>!it...i;.->r:!,:-.<I:'.> 06/08/2006 13:21 93056687208 CITY OF SOUTH MIAMI PAGE 03/03 i i CITY OF SOUTH MIAMI Excellence,Integrity,Inclusion South Miami TO:Maria Meriendez City Clerk FROM:W.Ajibola Balogun,REM,CFEA ^0^> Public Works &Engineering Director RE:Addendum to correct account number on Resolution No.154-05- 12133 Copy:Adriana Hussein,Finance Director AMJIIBTfcaCttJ 2001 DATE:June 7,2006 This memorandum shall serve as a request to change the account number on the resolution to 106-1712-536-6437 instead of 111-1730-541-6490.The account number is being changed because South Florida Water Management District (SFWMD)has agreed to fund the project via grant agreement executed with the City on April 26,2006.So,we do not need to use City funds forthe project. The SFWMD grant agreement number is OT060205 and resolution number 42-06-12183 was approvedfortheagreement. Should you have any questions or comments,please do not hesitate to contact me. END OF MEMORANDUM RECEIVER JUN 082006 " CITYCLERK'S OFFICE CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM 2001 South Miami AMoiotcaCfiy 1IIIIF To:Honorable Mayor,Vice Mayor &Date:December 6,2005 City Commission From:Maria V.Davis f/jAriaA\r Agenda Item #«3 City Manager /Lfc (UjU^t j Re:Authorizing the City Manager to ty'execute a professional service agreement with C3TS for the Citywide Drainage Improvements Phase III RESOLUTION: A RESOLUTION OF THE MAYORANDCITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TOISSUEA PROFESSIONAL SERVICE WORK ORDER TO CORZO CASTELLACARBALLO THOMPSON SALMAN,PA (C3TS)FOR SURVEYING &TESTING,FINAL DESIGN, BID ANDCONSTRUCTIONPHASESERVICES FOR CITYWIDE DRAINAGE IMPROVEMENTS PHASE III (SW 62nd TERRACE FROM SW 62nd AVENUE TO SW 60th AVENUE,SW 63rd STREET FROM SW 62nd AVENUE TO SW 60™AVENUE, SW 63rd TERRACE FROM SW 62nd AVENUE TO SW 60™AVENUE AND SW 76™ TERRACE AT CUL-DE-SAC EAST OFSW 58™AVENUE)IN THE AMOUNT OF $38,906.00 TO BE CHARGED TO PUBLIC WORKS DEPARTMENT ACCOUNT NUMBER 111-1730-541-6490;PROVIDING ANEFFECTIVEDATE BACKGROUND &ANALYSIS: In the mid 1990/s,Miami-Dade Countycompletedroadwayanddrainage improvements in the proposed project area,whichincludes: •SW 62nd Terrace (from SW 62nd Avenue to SW 60th Avenue) •SW 63rd Street (from SW 62nd Avenue to SW 60th Avenue) •SW 63*Terrace (from SW 62nd Avenue to SW 60th Avenue) Since the completion ofthese improvements,residents havebeen reporting recurring street,sidewalk and front yard flooding problems.Attached are pictures taken along two ofthestreetsin July,minutes following a rain event In responsetothe flooding problems,we asked C3TS to investigate the drainage problem.A complete copy ofthe investigation report is attached.The result ofthe investigation revealed that the design ofthe drainage system for thestreetswas substandard andthat redevelopment in the area,since the improvements,may have added tothe problem by creating additional impervious areas draining into thestreet To correct the problem,it is recommended to replace and increase the drainage system in the area. Asoneofthe City's professional general engineering consultants,C3TS will provide survey &testing services,design,bid and construction phase professional services for drainage improvements along SW 62nd Terrace (from SW 62nd Avenue to SW 60th Page 2 of 2 Comm.Mtg.Agenda Dec.6,2005 Avenue),SW 63rd Street (from SW 62nd Avenue to SW 60th Avenue),SW 63rd Terrace (from SW 62nd Avenue to SW 60th Avenue)and SW 76th Terrace at the Cul-de-sac east ofSW 58th Avenue.Theproposed improvements include thedesignfor required catch basins,exfiltration trenches,piping,pavement restoration andpavement marking.The professional services will be funded through the Public Works Department's Storm Water TrustFund account number 111-1730-541-6490,witha current account balance of $74,999.00. RECOMMENDATION: It isrecommendedthatthe City Commission approvethe resolution. ATTACHMENTS: a Proposed Resolution •C3TS'Work Order for Professional Services a C3TS'Fee Worksheet a C3TS'Professional General Engineering Service agreement a July 7th 2005 pictures of flooding onthestreets a Investigation of Drainage Report &Project Location Map 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,Public Works Director Citywide Drainage Improvements -Phase III City of South Miami,Florida Date:11/18/05 File:1929-00 SCOPE OF PROJECT: Drainage Infrastructure improvements alongthe following public street rights-of-way: SW 62nd Terrace (from SW 62nd Avenue toSW 60th Avenue) SW 63rd Street (from SW 62nd Avenue to SW 60th Avenue) SW 63rd Terrace (from SW 62nd Avenue toSW 60th Avenue) SW 76th Terrace (Cul-de-sac eastofSW 58th Avenue) Proposed improvements include catchbasins,manholes,exfiltration trenches,piping and pavement restoration/overlay SCOPE OF SERVICES: Engineering Route Survey: (Seescopeofserviceson Ford,Armenteros &Manucy,Inc.proposal) Geotechnical Investigation (See scope ofserviceson Wingerter Laboratories,Inc.proposal) Final Design Phase: Final designand preparation of construction documents,specifications,project manual and cost estimates forthedrainage infrastructure improvements.Services include permitting assistance through Miami-Dade DERM Water Control. Bid Phase Services: During thebidphase,we will provide bid advertisementdocuments,provide24 sets of bidding documents,respondtobidders'questions and attend pre-bid conference.Prepare addenda toBid Documents,ifrequired,toclarify the requirements of the Bid Documents. Tabu late and evaluate bids received,check references of the responsible lowest bidder and make recommendation for award. Construction Phase Services: 1.Assist in obtaining and reviewingall documents needed in executing the contract between the City and the Contractor. 2.Attend pre-construction conference. 901Ponce de Leon Blvd..Suite900CoralGables.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.Citywide Drainage Improvements -Phase November 18,2005 Page 2 3.Attend bi-weekly project meetings. 4.Answer contractor RFI's and issue clarifications as needed. 5.Performperiodic Construction Engineering Inspections. 6.Review and approve /disapprove shop drawings. 7.Review the Contractor's Application for Payment and submit recommendation to the City. 8.Review and process Change Order requests. 9.Performproject closeout withContractor including final inspection,punch list, finalApplicationfor Payment review,and submit CertificateofCompletion. These services are based ona construction period of3 months. TERMS AND CONDITIONS: All terms and conditionsshallbe per our General Agreement for Professional Services for DowntownInfrastructureImprovements.Our fees for the above services shallbe as per the followinglump sum fee schedule: Engineering Route Survey $7,145 Geotechnical Investigation $2,941 Final Design Phase $17,640 Bid Phase $2,650 Construction Phase $8.530 $38,906 The City will provide printing and distribution of bid documents as well as bid advertisement. Wearereadyto begin working on this assignment upon your authorization to proceed.If acceptable to you,we will accept a signed copy of this form as your written authorization to proceed with the assignment. Thank you. Corzo Castella Caiballo/tfhompaon Salman,P.A: temon Castella,P.E. Vice-President RC/er Cityof South Miami Approved by: Date: L:\Projects\1929-00\W.O-Proposa!s\W.O.CitywideDrain-PhaselII-11180S.doc 11/11/2005 11:11 FAI 'GI003 AGREEMENT FOR PROFESSIONAL SURVEYING SERVICES Between FORD,AEMENTEROS &MANUCY,INC. And C3TS - Project:01-075 /CITY OF SOUTH MIAMI TensceiheneisacoldasBck ScopeofWork RightofWay 2?into firont yard Elevationsevery 25*feet CenterIineofC3oDstnidkm CastBascofRmi InvertElevations HeratianscifRight ofWay TOOFESSaDNALFEES _^ TASK#1-..TT...••«•S^OOOjOO fixed (plus expenses*) Fixed fee iildixdea above wqxk description &five copied of survey.*sea last page task a 3 POTTTF SURVEY flMGHT-OF-WAY),,«*«_*«./« Stn**to©AvmiefiomgEast350f^ ScopeofWork Right ofWay 25'into yard Elevation evay50* Getter fine ofConstruction Edge ofPavement GastboseofRnn Invert Elevations Elevations ofR^rtofWay TASk#2—•$4,Q00j00fixed (plus expenses*) Fixed fee include*above wozfc description &five copies of survey.*see last page Client's InUials_ ADoementVORD COMPAME^Prvposats\Surveying\PROPOSAL 01-075 CITY OF SOUTH MAM C3TS.doc Q 11711/2005 11:32 FAX '®004 We appiedato 4*appcrhnrty to «tatt our pspossl arf 1«*to«^to wc^^you oa Ifcis project TOED,ABMENTEROS&MANUCT,INC.°8TS -C2 Ricardo Rodriguez, For the Firm Authorized Representative Date Print Name .\\A\-C&Date: CHenf 's Tnitiats_ ^^oa^^BDCOMPAmS^sam^"^ Nov 10 2005 11:23RM UINGERTER LHBS 3059443401 P.l •*>*viWINGERTER LABORATORIES DfC. PROPOSAL DATE:11/10/2005 PHONE NO.(305)445-2900 Profotwional Engineering &Testing; 1820 N.E.144th Street North Miami,FL 33.181 PhoneNo.:305-944-3401 FaxNo.:305-949-8698 CLIENT: Coizo Castella Carballo Thompson &Salman Attn:Mr.Carlos Herdocia 901 Ponce de Leon Blvd.. Suite 900 Coral Gables.FL 33134 FAXNO.:(305)445-3366 EMAILED PROJECT:City ofSouthMiami(4 Locations) LOCATION:SW76,62&63 Ter and63St S.Miami,FL DESCRIPTION SFWMD/FDOT Percolation exfiltration usual condition open hole constant head test method* (Minimum 6"Diameter)(Minimum 2 Tests) Boring Layout &Conduct Underground Utility Clearances through SUNSHINE byStaff Engineer QTY TERMS: P.O.#: PERMIT #: UNIT Each Each Net 30 COST 479.00 300.00 ESTTMA... 1,916.00 300.00 ~~~ESTIMATED TOTAL $2,216.00 TERMS:IT IS OUR POLICY NOT TO PERFORM TESTING SERVICES UNTIL PAYMENT ARRANGEMENTS HAVE MADE. Rates are based on anormal scheduled work day during the hours of 7:00 am to 5:00 pnx Overtime rates wiU be charged at die rate of 1 li times the unit rate for testing conducted,outside the normal workday.Sundays and Hobdays will be charged at twice the standard unit rate. ACCEPTANCE:Client and endorser agrees to the "Standard Terms and Conditions"for the work as authorized and performed. NOTE-PLEASE SIGN BELOW AND FAX BACK TO PROCEED WITH SERVICES.TESTING SERVICES WILL NOT BE SCHEDULED WITHOUT SIGNED AGREEMENT ON FILE. Thank you for the opportunity to submit this proposal. REP DRP ACCEPTED BY: > Corzo Castella Carballo Thompson Salman,P.A. FEE WORKSHEET DATE: PROJECT: November 18,2005 Citywide Drainage Improvements -Phase Cityof South Miami Engineering Route Survey: i aorv Survey Coordination &Verification Billing Rate Labor Cost 'nn 1 T35 $135 re El Sr.Tech. "35"75 "oTJ 1J190 $450$240 Fee Worksheet -Page 1 lech.Clerical. ~5E 40 To $80 Labor Sub-Total $1,095 Survey Sub-Consultant Geotechnical Investigation: Task Geotechnical Coordination &Verification Billing Rate Labor Cost Geotechnical Sub-Consultant $6,000 Prin 1 T35" 135 $2,216 PE 2 ~9~5 190 $50 El IE 150 $50 expenses Total Sr.Tech.Tech. "615 ZS 120 0 Labor Sub-Total expenses $6,050 $7,145 Clerical 2 ~40~ 80 $675 $2,266 Total $2,941 Design &Permitting Phase: PF Fl ,Sr TechIask Drainaqe Key Sheet 2 4 Plan &Profile Sheets (4 shts @ 1"=20')4 12 24 40 60 Notes,Details &Schedules (3 shts.)2 4 12 4 4 General South Miami Coord,and Review Mtgs.2 2 4 Cost Estimates (50%and 100%)2 4 6 6 2 Project Specifications 2 4 6 8 Project Manual /Bid Forms 2 2 6 6 Permitting: Miami-Uade DERM -Water Control 2 4 4 2 Final Design Phase Sub-Total Hours 16 34 62 50 64 22 Billing Rate 135 95 75 60 55 40 Labor Cost $2,160 $3,230 $4,650 $3,000 $3,520 $880 Labo r Sub-Total $17,440 Reproduction Costs (Submittals and Pernlitting Printin g)$200 Total $17,640 L:\1929-00/W.O.Proposals/FeeWorksheetCitywideDrainagePhlll-111805.xls Corzo Castella Carballo Thompson Salman,P.A.Fee Worksheet -Page 2 Bid Phase; '••'vv-f ;lSlSI^§lasli^^-^Ki^ll l§Erin*fi:liiPESg sr-Bmmm t&rc^ecW I^^Techi^t ^•Clerical #: Pre-bid Meeting 2 2 2 Contractor Inquiries and Addendum 2 2 2 Review Bid Proposals 2 2 2 Bid Tabulation 2 2 Recommendation for Award 2 2 Bid Phase Sub-Total Hours Billing Rate Labor Cost 6 10 4 0 0 6 135 95 ....75 60 55 40 $810 $950 $300 $0 $0 $240 Labor Sub-Total $2,300 Reproduction Costs (24Bid Sets)$350 Total $2,650 Construction Phase:(Assumes 3 month construction period) Pre-construction Conference Shop Drawing Review Bi-weekly Meetings Contractor RFI and Clarifications Contractor Payment Requisitions Contractor Change Order &Requests Periodic Inspection Final Inspection &Close-out Construction Phase Sub-Total Hours Billing Rate Labor Cost 10 135 $1,350 18 95 $1,710 L:\1929-00/W.O.Proposals/FeeWorksheetCitywideDrainagePhlll-111805.xls 34 75 $2,550 36 """3 40 55 $2,200 Total 18 40 $720 $8,530 .••''•:-''*"^4"/>v-i* PROFESSIONAL SERVICE AGREEMENT General Engineering Services THIS AGREEMENT made and entered into this ^O day of/lMd/Mi>/gQ<?/by and between the CITY OFSOUTH MIAMI,a political subdivision oftheStateof 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". Inconsiderationofthepremisesandthemutual covenants containedinthis agreement,theCITY agrees to employ the CONSULTANT fora period ending on December 1,2007,andthe CONSULTANT agrees to perform all professional services in connection withthe WORK,as described herein,ona continuing basis in connection with projects where the basic construction costs does not exceed $500,000.00 or studies which do not exceed $25,000.00,herein after called the "SERVICES". SECTION 1•GENERAL PROVISIONS: 1.1 TheCONSULTANTmaybeissuedaNoticetoProceedtoencompasstheentireBasicServices,as definedin paragraph 2.2fora project,foraportionoftheBasic Services,orfordiscretetasksas specified in paragraphs 2.3 Additional Professional Services,forthepurposeof reviewing work performed byother professional consultants orforother miscellaneous engineering services that may be required. 1.2A Notice to Proceed will be issued on an as needed basis at the sole discretion of the CITY.The CITY reserves,atalltimes,the right to perform anyandall engineering work in-house orwith otherengineers.ThisAgreementdoesnotconferonthe CONSULTANT anyexclusiverightsto CITY WORK,nordoesitobligatetheCITYinanymannertoguaranteeWORKforthe CONSULTANT.TheCONSULTANTmaysubmitproposalsforany professional servicesfor whichproposalsmaybepubliclysolicitedbytheCITYoutsideofthis agreement. 1.3 The CITYwillconferwiththe CONSULTANT beforeanyNoticeto Proceed isissuedtodiscussthe scopeofthe WORK;thetime needed to complete the WORK andthefeeforthe services tobe rendered in connection with the WORK. 1.4 TheCONSULTANTwillsubmitaproposalupontheCITY'SrequestpriortotheissuanceofaNotice to Proceed.No payment willbemadeforthe CONSULTANT'S timeand services in connection with thepreparation of anyproposal. 1.5TheCITYagreesthatitwillfurnishtothe CONSULTANT plansandotherdataavailableinthe CITYfilespertainingtotheWORKtobeperformedunderthisagreementpromptlyaftereachNotice to Proceed. 1.6 The CONSULTANT agrees to produce and distribute minutes,promptly after each meeting at which theirpresenceisrequired. 1.7 The CITY agrees to designate a representative who,on behalf ofthe City Manager shall examine the documents submitted by the CONSULTANT and shall render decisions promptly,to avoid unreasonable delay in the progress of the CONSULTANT'S services.The CONSULTANT shall keep the CITY'S representative advised on the project status atall times. 1.8 The CITY agrees toissueall directives and approval in writing. SECTION 2 •PROFESSIONAL SERVICES 2.1GeneralEngineering Services The professional services tobe provided bythe consultant areas follows: A.Roadway engineering to include streets,sidewalk,curb,gutter,drainage,associated traffic control devices,striping,lighting,speed reduction devices and incidental landscaping. B.Drainage Design includes the necessary analysis needed to implement proposed drainage improvements,preparation of paving and drainage plan for municipal building and facilities. C.Civil Engineering,to include Water Distribution Systems Improvement /Analysis and design andSanitarySewerSystemEvaluationanddesign. D.Traffic engineering services will include daily volume counts,data analysis,preparation of conceptual improvements plan,present reports and recommendation to stakeholders and preparationoffinaltraffic engineering report. E.Environmental Engineering,to including,site investigation anddesign needed to prepare remediation plansto 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,for design and construction,consist ofsix(6)phases described in Paragraph 2.2.1 through 2.2.6.The scope outlined below is applicable inits entirety to projects for which completed Basic Services are authorized. Upon authorization to proceed from the CITY,the CONSULTANT agrees to provide complete professional engineering services for any portion orallofthesix Phases outlined below.The CONSULTANT agrees to co-ordinatehiseffortwiththatofanyother engineering;landscapearchitecturalor architectural CONSULTANTStoassureacoordinatedandcompleteWORK.TheleadCONSULTANTasdesignatedby •Professional Services Agreement General Engineering Services December 2004 Page2 of 16 the CITY shall prepare the final bid package including biddocumentsand 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 the Project thatwill meet the program requirements,andshall advisethe CITY if,inthe CONSULTANT'S opinion,theallocatedfundsareadequateto accomplishthe program requirements. B.The CONSULTANT shalluse proper andadequatedesigncontroltoassurethe CITY thatthe programrequirementswillbe met C.The CONSULTANT shall prepare aDesign Concept andSchematic Report,comprising of theProjectTimetable(MasterSchedule),PlanningSummary(unlessadvisedotherwise), Schematic DesignStudies(unlessadvised otherwise)as defined below,andthe Statement of Probable Construction Cost. D.TheProposed Project Timetable shall consist of ascheduleshowingthe proposed completion dateoneachPhase of the Project throughdesign,bidding,construction,andproposeddate of completion. E.The PlanningSummary(unlessadvisedotherwise)shallconsist of avicinityplanandblow up of theSite(if applicable)showing Project orientation,andabriefsummary of all pertinent planningcriteriausedforthe Project. F.The Schematic Design Studies (unlessadvised otherwise)shall consist of allplans,elevations, sections,etc.as required toshowthescaleand relationship of the parts andthedesignconcept of thewhole.Asimpleperspectivesketch,model orphotograph thereof maybeprovidedto further show the design concept G.The CONSULTANT shallpresentthe Schematic design studiestotheappropriateBoardsfor theirapproval when theprojectrequiressuchapproval. H.The CONSULTANT shallpresenttheschematicdesignstudiestoallthe appropriate utility companies (suchas FPL,SouthernBell,Dynamic Cable,MDWASA,etc.)forany conflict with their utilities. I.The Statement of Probable ConstructionCostshallincludeestimatedcost of theProject including fixed equipment,professionalfees,contingencies (if any),escalationfactors adjusted to the estimated biddate,movable estimate (if any),and utility service extensions (if applicable).The CONSULTANT'S opinions of probableTotalProjectCostsand •Professional Services Agreement General Engineering Services December 2004 Page3 of 16 Construction Cost areto be made on thebasis of CONSULTANTS experience and qualificationsandrepresent CONSULTANT'S best judgement asan experienced and qualifiedprofessionalengineer,familiar with thelocalconstructionindustryandprices. J.The CONSULTANT shallsubmitandpresenttwo(2)copies of all documents requiredunder this Phase,without additional charge,for approval bythe CITY andheshallnotproceedwith the next Phase until directed by the CITY. 2.2.2PhaseII-Study and Design Development: A.FromtheapprovedSchematicDesigndocuments,the CONSULTANT shallprepareDesign Development Documents,comprising thedrawings,outline specifications andother documents tofixanddescribethe size andcharacter of theentireProjectastoconstruction andfinish materials andotheritemsincidentaltheretoasmaybe appropriate and applicable. B.The Design Development Documents shallcomprisetheProposedProject Timetable (updated),Outline Specifications,Updated Statement of Probable Construction Cost,and Design Development Drawings,etc.,asrequiredtoclearlydelineatetheProject.If the Updated Statement of Probable Construction Cost exceeds theallocatedfunds,feasiblecost orscope reduction optionsshallbe included. C.The CONSULTANT shallsubmitandpresenttwo(2)sets of alldocumentsrequiredunder this Phase,without additional charge,for approval bythe CITY andnotproceedwiththenext Phase until directed by the CITY. D.The CONSULTANT shall at all times monitor the Probable Construction Costs to make certain they remain within thetotalallocatedbudget.A Notice toProceedtoPhaseHIwill not be issued if the latest statement of Probable Construction Cost exceeds the total allocated hinds. 2.2.3PhaseIII-FinalDesign/Construction Documents Development: A.FromtheapprovedDesign Development Documents,the CONSULTANT shall prepare Final Construction Documents settingforthindetailtherequirementsfortheconstruction of the Project including theProposal (Bid)Formandothernecessary information forbidders, Conditions of the Contract,and Complete Drawingsand Specifications.CONSULTANT shalluse Construction Specifications Institute (CSI)Standardsandthe City of South Miami Standardformsforthepreparation of theproposal(bid)forms,Instructions toBidders, conditions of ContractandSpecifications.The CONSULTANT shall review allexistingCity Specifications,for completeness priortouseandshall supply all needed additional specifications. B.The Construction Documents shall be preparedinamannerthat will assureclarity of linework,notes,and dimensions,when the documents are reduced to 50%of their size.All drawingsshallbeon24"x36"paper("D"size),ontheCity'sstandard sheet format,unless approved otherwise. •ProfessionalServices Agreement General Engineering Services December 2004 Page4 of 16 C.All construction documents shall be submitted inboth "hard copy"and electronic mediaina mutually agreed upon electronic format,but generally as follows: 1.Non-drawing submittals in Microsoft Officeformat 2.Drawingsin AutoCAD format. 3.GIS files should be in ArcView format Version 3.2. D.When the development of the drawings has progressed toat least 50%completion in Phase ffl,the CONSULTANT shall submit two (2)copies totheCITY for approval,without additional charge,along with updated outline specifications.The CONSULTANT shall also submit at this time an updated Statement of Probable Construction cost as indicated by time factor,changes in requirements,or general market conditions and an updated Project Schedule. E.The CONSULTANT shall not proceed with the further development until approval of the 50%documentsisreceivedfromthe CITY.The CONSULTANT shallmakeallchangesto documents.The 50%complete Check set shall be returned totheCITY. F.A Notice to Proceed for the completion of Phase in willnotbe issued ifthe latest Statement of Probable Construction Costexceedsthetotal allocated funds,unlessthe CITY increases thetotal allocated funds ortheCONSULTANTandthe CITY agrees onmethods of cost reductions sufficient toenableconstructionwithinthefundsavailable. G.Upon 100%completion of the Construction Documents,the CONSULTANT shall submit to the CITY a final,updated Statement of Probable Construction Cost along with two (2)copies each of Check Setof drawings,specifications,reports,programs,etc.,without additional charge,for a final review and comments or approvals. H.TheCONSULTANT shall make all the necessary presentations tothe appropriate CITY Boards (such as Environmental Review Board,Historical Preservation Board etc.)for the final approval. I.The CONSULTANT atno extra cost totheCITY shall make all required changes or additions and resolve all questions resulting from paragraph Hif the changes or additions do not alter the scope of the project as determined under paragraph 2.2.1 A.The 100%complete Check set shall be returned totheCITY.Upon final approval bytheCITY,the CONSULTANT shall furnish totheCITYa minimum of24 sets of drawings and specifications,atno additional cost totheCITY,for bidding purposes,unless instructed otherwise. J.The CONSULTANT shall arrange for "dry runs"and/or make final submissions to appropriate authorities (regulatory agencies to include and not limited to City,County,State or Federal)as necessary,to ascertain that the construction documents meet the necessary requirements to obtain all the necessary permits for construction.CONSULTANT shall Professional Services Agreement GeneralEngineeringServices December 2004 PageS of 16 respond to all technical questions from regulatory agencies.CONSULTANT shall modify,at noadditionalcostto CITY,inordertoacquirethenecessarypermits. 2.2.4PhaseIV-Bidding andNegotiation Phase: A.Upon obtaining all necessary approvals of the Construction Documents,and approval by the CITY of the latest Statement of Probable Construction Cost,the CONSULTANT shallfurnish die drawings and specifications as indicated above for bidding,and assist theCITYin obtaining bids and awarding and preparing construction contracts.The CONSULTANT shall attend all pre-bid conferences.The CONSULTANT shall be present during thebid opening and as part ofhis assistance to the CITYwill tally,evaluate and issue a recommendation to theCITY after verifying bond,insurance documents,questionnaire and reference submitted by the constructor. B.The CONSULTANT shallissueAddendathroughthe CITY as appropriate toclarify,correct or change Bid Documents. C.If Pre-Qualification of bidders is required asset forth intheRequestfor Qualification, CONSULTANT shall assistCityin developing qualification criteria,review qualifications of prospective bidders,and recommend acceptance or rejection ofthe prospective bidders. D.Ifthelowest responsible BaseBid received exceedstheTotal Allocated Funds theCITY may: 1.approve the increase in Project Costand award a construction contract or, 2.rejectallbidsandrebidthe Project withina reasonable timewithnochangeinthe Project,or 3.directthe CONSULTANT torevisetheProjectscopeorquality,orboth,asapproved bythe CITY andrebidthe Project,or 4.suspendorabandonthe Project,or 5.exercisealloptionsundertheCityCharterandStateLaw. NOTE:Underitem(2)above,the CONSULTANT shall,without additional compensation,assistthe CITYin obtaining re-bids,and awarding the re-bid of the project.Under item(3)above,the CONSULTANT shall,without additional compensation,modify theConstructionDocumentsas necessary to bring the Probable Construction Cost within the Total Allocated Funds.Whenthe lowest responsible bidisover 15%oftheCONSULTANT estimate. E.For the purpose of payment tothe CONSULTANT,the Bidding Phase will terminate and the services of the CONSULTANT willbeconsidered complete uponsigning of an Agreement witha Contractor.Rejectionofbidsbythe CITY doesnot constitute cancellation ofthe project 2.2.5 Phase V-General Administration of the Construction Contract: A.The Construction Phase willbeginwiththe award of the Construction Contract andwillend when the Contractor'sfinalPaymentCertificateis approved andpaid by the CITY. •ProfessionalServices Agreement GeneralEngineering Services December 2004 Page6 of 16 B.The CONSULTANT,as the representative of the CITY during the Construction Phase,shall adviseandconsultwiththeCITYandshallhave authority toactonbehalf of the CITY to the extent provided in the General Conditions and as modified in the Supplementary Conditions of the Construction Contract. C.TheCONSULTANT shall attend pre-construction meetings. D.TheCONSULTANT shall at all timeshave access tothe project wherever itisin preparation or progress. E.The CONSULTANT shall visitthe site at least weekly and at all key construction events to ascertain the progress of the Project and to determine in general if the WORK is proceeding in accordance withthe Contract Documents.Onthe basis of on-site observations,the CONSULTANT willuse reasonable and customary care to guard theCITY against defects and deficiencies intheWORK.The CONSULTANT maybe required to provide continuous daily on-site observations to check the quality or quantity of the WORK as set forth in this Agreement and defined by the Scope of WORK issued for the individual project.On the basis of the on-site observations,theCONSULTANTwill advise theCITYastothe progress of and any observed defects and deficiencies in the WORK immediately in writing. F.The CONSULTANT shall furnish theCITY with a written report of all observations of the WORK made by him during each visit to the WORK.He shall also note the general status and progress of the WORK,and shall submit same in a timely manner.The CONSULTANT shall ascertain at least monthly that the Contractor is making timely,accurate,and complete notations on record drawings. G.Based on observations at the site and on the Contractor's Payment Certificate,the CONSULTANT shall determine the amount due the Contractor on account and he shall recommend approval of the Certificate in such amounts.The recommendation of approval of a Payment Certificate shall constitute a representation by the CONSULTANT to the CITY that,he certifies to the CITY that the WORK has progressed to the point indicated,and the quality ofthe WORK is in accordance with the Contract Documents subject to: 1.an evaluation oftheWORK for conformance with the contract documents upon substantialcompletion. 2.the results of any subsequent tests required bythe contract documents. 3.minor deviations from the contract documents correctable prior to completion and acceptance of the project. H.The CONSULTANT shall have an affirmative duty to recommend rejection of WORK,which does not conform,tothe Contract Documents.Whenever,in his reasonable opinion,he considers it necessary or advisable to insure compliance with the Contract Documents,he will Professional Services Agreement GeneralEngineeringServices December 2004 Page7 of 16 have authority (with the City's prior approval)to recommend special inspections or testing of any WORK deemed not to be in accordance with the Contract whether or not such WORK hasbeen fabricated and delivered tothe Project,or installed and completed. I.The CONSULTANT shall promptly review and approve shop drawings,samples,and other submissions of the Contractor for conformance withthe design conceptofthe Project and for compliance with the Contract Documents.Changes or substitutions to the Contract Documents shallnotbeauthorizedwithoutconcurrencewiththe CITY. J.TheCONSULTANT shall review and recommend action on proposed Change Orders within the scope of the Project initiated by others,and initiate proposed change orders as required by his own observations. KThe CONSULTANT shall examine theWORK upon receipt ofthe Contractor's Certificate of Substantial Completion of the Project A Punch List of any defects and discrepancies in the WORK required to be corrected by the Contractor shall be prepared by the CONSULTANT in conjunction with representatives of the CITY and satisfactory performance obtained before theCONSULTANT recommends execution of Certificate of Final Acceptance and final payment to the Contractor.He shall obtain from the Contractor all warranties,guarantees, operating and maintenance manuals for equipment,releases of lien and such other documents and certificates as may be required by applicable codes,laws,policy regulations and the specifications,and deliver them totheCITY. L.The CONSULTANT shall provide assistance in obtaining Contractor's compliance with the Contract Documents relative to,1)initial instruction ofCITY personnel inthe operation and maintenance of any equipment or system,2)initial start-up and testing,adjusting and balancing of equipment and systems,and,3)final clean-up of the project 2.2.6Phase VI -Post Construction Administration A.The CONSULTANT shall prepare and provide the CITY with a written manual,tobe used by the CITY,outiining the implementation plan of all the required maintenance necessary to keep the proposed WORK operational ina safe and effective manner. B.The CONSULTANT shall furnish to the CITY,reproducible record drawings updated based on information furnished bvthe Contractor:such drawings shall becomethe property ofthe CITY. C.The CONSULTANT shall assist in the inspection of the WORK one month before the expiration of any guarantee period or the sixth month whichever is earlier and report any defective WORK in the Project under terms of the guarantee/warranties for correction.He shall assist theCITY with the adrnimstration of guarantee/warranties for correction of defective WORKthatmaybe discovered during the said period. 2.3 Additional Professional Services •Professional Services Agreement GeneralEngineeringServices December 2004 Page8 of 16 Additional Services as listed below are normally considered tobe beyond the scope ofthe Basic Services for design and construction,as defined in this Agreement but which are additional services which may be authorized withintheScope ofWorkgiventheCONSULTANT. A.Special analysis of the CITY'S needs,and special prograrnming requirements for a project B.Financial feasibility,life cycle costing or other special studies. C.Plaiuiing surveys,site evaluations,or comparative studies of prospective sites. D.Design services relative to future facilities,systems and equipment,which are not intended to be constructed as part of a specific Project. E.Services to investigate existing conditions (excluding utilities)or facilities or to make measured drawings thereof,or to verify the accuracy of drawings or other information furnished by the CITY. F.Professional detailed Estimates of Construction Cost consisting of quantity surveys itemizing all material,equipment and labor required for a Project G.Consultation concerning replacement of any WORK damaged by fire or other cause during construction,and furnishing professional services of the type set forth in Basic Services as may be required relative to replacement of such WORK,providing the cause is found by the CITYtobe other than by fault ofthe CONSULTANT. H.Professional services made necessary by the default of the Contractor or by major defects in the WORK under the Construction Contract,providing the cause is found by the CITY to be other than by fault ofthe CONSULTANT. I.Making major revisions changing the Scope of aproject,to drawings and specifications when such revisions are inconsistent with written approvals or instruction previously given by the CITY and are due to causes beyond the control of the CONSULTANT.(Major revisions are defined as those changing the Scope and arrangement of spaces and/or scheme or any portion). J.The services of one or more full-time Project Representatives. K.Preparing to serve or serving as an expert witness in connection with any arbitration proceeding or legal proceeding in connection with aProject. L.Professional services required after approval by the CITY or the Contractor's Requisition for Final Payment,except as otherwise required under Basic Services. Professional Services Agreement 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 bythe CITY,to bebeyondthecontrolofthe CONSULTANT. SECTION 3 -TIME FOR COMPLETION: The services tobe rendered bythe CONSULTANT for any WORK shall be commenced upon written Notice to Proceed from the CITY subsequent tothe execution of this Agreement and shall be completed within the time based on reasonable deterrnination,stated inthesaid Notice to Proceed. A reasonable extension oftimewillbe granted intheeventthereisadelayonthepartofthe CITY in fulfilling its part of the Agreement,change of scope of work or should any other events beyond the control of the CONSULTANT render performance ofhis duties impossible. SECTION 4•BASIS OF COMPENSATION The CONSULTANT agrees to negotiate a "not to exceed"feeora fixed sum feeforeachofthe WORK assigned to him based on the Scope of such WORK.Upon agreement ofa fee,the CITY will issue a written authorization to proceed tothe CONSULTANT.In case of emergency,the CITY reserves the right to issue oralauthorizationtotheCONSULTANT,withtheunderstandingthatwrittenconfirmationwillfollow immediately thereafter.For reproduction of plans and specifications,beyond the requirements as identified underSection2-ProfessionalServicestheCITYwillpaythedirectcosts. Thefeesfor Professional ServicesforeachoftheWORKshallbe determined byone of thefollowing methodsoracombinationthereof,as mutually agreeduponbytheCITYandthe CONSULTANT. A.Afixedsum:Thefeeforataskorascopeofworkmaybefixedsumasmutuallyagreedupon bytheCITYandthe CONSULTANT: B.Hourly rate fee:The CITY agrees to pay,andthe CONSULTANT agrees to accept,forthe services rendered pursuant to this Agreement,fees in accordance withthe following: Category Hourly Rate Principal $135 Project Manager $105 Senior Engineer $95 Engineer $75 Construction Manager $100 Construction Inspection $55 Senior I>aftsman/Technical/CADD Operator $60 Draftsmen $55 Data Processing /Clerical $40 rrly rateswill include allwages,benefits,overheadand profit Professional Services Agreement GeneralEngineeringServices December 2004 Page10 of 16 SECTION 5•PAYMENT AND PARTIAL PAYMENTS The CITY will make monthly payments orpartial payments to the CONSULTANT forall authorized WORK performedduringthepreviouscalendarmonth.Fordesignand construction projectswherefeeforeachphase isnotspecified,such payment shall,intheaggregate,notexceedthe percentage of the estimated totalBasic Compensation indicated below foreachphase: 15%upon completion andapprovalof Phase I. 35%upon completion andapprovalofPhase H 55%uponsubmittalandapprovalof50%completedrawingsandoutlinespecificationsofPhase m. 75%upon100%completion andapproval of PhasesHIandIV. 90%upon completion of theProjectandapproval of all WORK PhaseV). 100%uponfinal completion andapproval of WORK elements AandB of PhaseVI. The CONSULTANT shallsubmitanoriginalinvoicetothe City's project representative. Theinvoiceshall contain thefollowinginformation: 1.Theamount of theinvoicessubmittedshallbetheamountdueforallWORKperformedto date as certified by the CONSULTANT. 2.The request for payment shallincludethe following information: a.Project Name b.Total Contract amount (CONSULTANT'S lump sum negotiated upset limitfees) c.Percent of work completed. d.Amount earned. e.Amount previously billed. f.Due this invoice. g.Balance remaining h.Summary of work donethisbilling period, i.Invoice number and date. 3.UponrequestbytheCITYtheCONSULTANTshall provide theCITYwithcertifiedpayroll data forthe WORK reflecting salariesand hourly rates. SECTION 6•RIGHT OF DECISIONS Allservicesshallbe performed bytheCONSULTANTtothe satisfaction of the CTTY's representative,who shalldecideallquestions,difficultiesanddisputesofwhatevernaturewhichmayariseunderorbyreasonof thisAgreement,the prosecution andfulfillment of theservices,andthecharacter,quality,amount andvalue andtherepresentative'sdecisionsuponallclaims,questions,anddisputesshallbefinal,conclusiveand bindinguponthepartiesunlesssuchdeterminationisclearlyarbitraryorunreasonable.Intheeventthatthe CONSULTANT doesnot concur inthe judgement of the representative astoanydecisionsmadebyhim,he shall present his written objectionstotheCityManagerandshallabidebythedecision of theCityManager. Nothinginthis section shall mean todenytherighttoarbitrate,by either party,inaccordancewiththe Industry Arbitration Rules of the American Arbitration Association. •Professional Services Agreement GeneralEngineering Services December 2004 Page11 of 16 SECTION 7-OWNERSHIP OF DOCUMENTS All reports and reproducible plans,and other data developed by the CONSULTANT for the purpose of this Agreement shall become the property of the CITY without restriction or limitation in connection with the owner's use and occupancy of the project Reuse of these documents without written agreement from the CONSULTANT shall bethe CITY'S solerisk and without liability and legal exposure tothe CONSULTANT. When each individual section oftheWORK completed under this Agreement is complete;all ofthe above data shall be delivered to the CITY. SECTION 8•COURT APPEARANCES.CONFERENCES AND HEARINGS Nothing in this contract shall obligate the CONSULTANT to prepare for or appear in litigation on behalf of the CITY without additional compensation except for any dispute arising out of this contract.The amount of such compensation shall be mutually agreed upon and be subject to a supplemental agreement approved by the City Commissioners and upon receipt of written authorization from the CITY prior to performance ofa court appearance and conference. The CONSULTANT shall confer with theCITYat anytime during construction ofthe improvement contemplated as to interpretation of plans,correction oferrors and omissions and preparation ofany necessary plan thereof to correct such errors and omissions or clarify without added compensation. SECTION 9•NOTICESAnynotices,reports or other written communications from the CONSULTANT to the CITY shall be considered delivered when delivered by courier or by mail to the CITY.Any notices,reports or other communications from the CITY to the CONSULTANT shall be considered delivered when delivered by the CONSULTANT in person or by mail to said CONSULTANT or his authorized representative. SECTION 10 •AUDIT RIGHTS The CITY reserves the right to audit the records of the CONSULTANT related to this Agreement at any tone during the execution of the WORK and for aperiod of one year after final payment is made.This provision is applicable only to assignments that are on atime and cost basis. SECTION 11 -SUBLETTING The CONSULTANT shall not sublet,assign,or transfer any WORK under this Agreement without the pnor written consent of the CITY. SECTION 12 •WARRANTY The CONSULTANT warrants that he has not employed or retained any company or person,other than a bona fide employee working solely for the CONSULTANT,to solicit or secure this contract and that he has not 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 of this contract.For breach or violation of this warranty,the CITY shall have the right to annul this contract without liability. •Professional Services Agreement GeneralEngineeringServices December 2004 Page12 of 16 SECTION 13 •TERMINATION OF AGREEMENT It is expressly understood and agreed that the CITY may terminate this Agreement without penalty by declining to issue Notice to Proceed authorizing WORK,in which event the CITY'S sole obligation to the CONSULTANT shall be payment for those units or sections of the WORK previously authorized in accordance with the provisions of Section 4,such payment to be determined on the basis of the WORK performed bythe CONSULTANT up to the time of tennination. SECTION 14 -DURATION ™?AftttFEMENT This Agreement,for the purpose of issuing new WORK shall remain in full force and effect for a penod ending December 1,2007,although the actual completion of performance may extend beyond such term,or until the depletion of funds allocated for the WORK,or unless otherwise terminated by mutual consent ofthe partieshereto. SECTION 15 -RENEWAL OPTION This agreement may be renewed,at the sole discretion of the CITY,for a maximum of one two year 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 for any completed professional services.In the event partial payment has been made for such professional services not completed,the CONSULTANT shall return such sums to the CITY within ten (10) days after notice that said sums are due.In the event of litigation by the other party to enforce the provisions of this contract,the prevailing party will be compensated for reasonable attorney's fees.In no event shall attorney's fees awarded against the CITY exceed 25%ofthe award for damages.The CITY does not waive sovereign immunity from awards of prejudgment interest. SECTION 17-INSURANCE AND INDEMNIFICATION The CONSULTANT shall not commence WORK on this Agreement until he has obtained all insurance required by the CITY.The CONSULTANT shall indemnify and save the CITY harmless from any and all claims,liability,losses and causes of actions arising solely out ofa negligent error,omission,or act of the CONSULTANT incident to the performance of the CONSULTANT'S professional services under this Agreement.The CONSULTANT shall pay all claims and losses of any nature 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 in no way assumes or shares responsibility or liability of the CONSULTANTS or Sub-consultants,the registered professionals under this Agreement. TheCONSULTANT shall maintain during thetermof this Agreement the following insurance: Professional Services Agreement GeneralEngineeringServices December 2004 Page13 of 16 A.Professional Liability Insurance inthe amount of$1,000,000 with deductible perclaimif any, nottoexceed5%of thelimitof liability providing forallsumswhichthe CONSULTANT shall become legally obligated topay as damages for claims arising outofthe services performed bythe CONSULTANT or any person employed byhimin connection with this Agreement.This insurance shall be maintained for three years after completion of the construction and acceptance ofany Project covered bythis Agreement However,the CONSULTANT may purchase Specific Project Professional Liability Insurance which is also acceptable. B.Comprehensive general liability insurance with broad form endorsement,including automobile liability,completed operations and products liability,contractual liability, severability of interest with cross liability provision,and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence for bodily injury and property damage.Said policy or policies shall name CITY as additional insured and shall reflectthehold harmless provision contained herein. C.Workman's Compensation Insurance in compliance with Chapter 440,Florida Statutes,as presendy written or hereafter amended. D.The policies except for Section 17 A shall contain waiver of subrogation against CITY where applicable,shall expressly provide that such policy or policies are primary over any other collective insurance thatCITYmay have.TheCITY reserves the right to request acopyof the required policies for review.All policies shall contain a "severability of interest"or "cross liability"clause without obligation for premium payment oftheCITY. E.Allofthe above insurance istobe placed withBest rated A-8 or better insurance companies, qualified to do business under the laws of the*State of Florida. The CONSULTANT shall furnish certificates of insurance totheCITY prior tothe commencement of operations,which certificates shall clearly indicate that the CONSULTANT has obtained insurance in the type,amount,and classification as required for strict compliance with this Section and that no reduction in limits by endorsement during the policy term,or cancellation of this insurance shall be effective without thirty (30)days prior written notice totheCITY. Compliance with the foregoing requirements shall not relieve the CONSULTANT of his liability and obligations under this Section orunder any other portion of this Agreement. SECTION 18 •AGREEMENT NOT EXCLUSIVE Nothing in this Agreement shall prevent the CITY from employing other CONSULTANTS to perform the same or similar services. Professional Services Agreement General EngineeringServices December 2004 Page14 of 16 SECTION 19 -CODES.ORDINANCES AND LAWS The CONSULTANT agreestoabideandbegovernedbyallduly promulgated and published CITY,County, StateandFederal codes,ordinances andlawsin effect atthe time of design which have a direct bearingonthe WORK involved onthisproject.The CONSULTANT isrequiredto complete PublicEntityCrimes Affidavit form(attached)pursuanttoFS 287.133(3)(a). SECTION 20 •ENTIRETY OF AGREEMENT Thiswriting embodies theentire Agreement andunderstanding between thepartieshereto,andthereareno otherAgreementsand understandings,oralor written,withreferencetothesubjectmatterhereofthatarenot mergedhereinand superseded hereby. No alteration,change,ormodification of theterms of this Agreement shallbevalidunlessmadeinwriting andsignedbyboth parties hereto,upon appropriate actionbytheCityCommissioners. IN WITNESS WHEREOF,thisAgreementis accepted onthedatefirstabovewrittensubjecttothetermsand conditions set forth herein. Authority of Resolution No./M"^*/""^^ duly passed and adopted by the City of South Miami City Commission nOi'lf^OmOY ATTEST:CITY OF SOUTH MIAMI Maria Menendez,City Clerk A Maria Vf©avis,City Manager CONSULTANT: s<2UZ3i^ STATE OF FLORIDA ) ss:Acknowledgement of City of SouthMiami COUNTY OF DADE ) vice-pitesiDe^r The foregoing instrument was acknowledged before me this /(/?day of//T~£^.2004 by VV.DAVIS and MARIA MENENDEZ,City Manager and City fclerk,respectively of the CITY OFMARIA SOUTH MIAMI,on behalf of the CITY,who arepersonally known tome. •Professional Services Agreement GeneralEngineeringServices December 2004 Page IS of 16 Rotary Public,Stat/of Florida>uc,aiaie 01 nuima Print name Commission No: iiTlwnnwiigrrairvffly TTVTf—T"!""—' MNV6EAL MARIA L GARCIA r„»COMMISSION NUMBER aS"<?DD061886 <p*MY COMMISSION EXPIRES f\P OCT.2,2005STATEOFFLORIDA) COUNTY OF DADE ) ss:Acknowledgement of Consultant ^ ,.The foregoing instrument was acknowledged before me this r* Yix-mon 6&c,\e\[cj tP€0f C3TS ,on behalf of the CONSULTANT. Heis personally knowntomeorhas produced .day of Vies/^2004 by APPROVED AS TO FORM &CONTENT Professional Services Agreement GeneralEngineeringServices December 2004 Page16 of 16 as identification. (Nptary Public,State of Florida Print name:<WeJ^^ Commission No:£>£>2-<*774-7-. Grace MoralesKjfc.MyComrnV5atonDD26T742 VW ExpfcesNovembtf 16.2007 ^^,I,'•:.i »'•• '-'<-•,- ,053'« .:-:-•'•• •,v.^&<&i •,t&''&$%3$; -.-•sgn ^!»r* f •••' •::••f •£ •«sfi! "imuvi 11'%*JI 2BB* i/awm IE •- .'m'K &\ S£i, m ',r.'/• »t'V »».»<\'f i „J*= •V^ses; -^MismJ£W>wi >^" ,••••"--" .«-• **; ia*«*^3 •>•-»> .,.-, •'•- •^ -p^^1 •-.••?•'• "v "-" •W.";',::-.i? -'\ INVESTIGATION OF DRAINAGE on S.W.62nd Terrace,S.W.63rd Street &S.W.63rd Terrace Between S.W.62nd Avenue and S.W.60th Avenue South Miami,Florida October 31,2005 Project No.1929-24 i CORZO CASTELLA CARBALLO THOMPSON SALMAN Engineers -Architects -Planners 901 Ponce de LeonBlvd.Suite 900 •Coral Gables,Florida 33134 •Telephone No.305.445.2900 Corzo Castella Carballo Thompson Salman,P.A.Investigation of Drainage South Miami,Florida TABLE OF CONTENTS Introduction 1 Investigation and Findings 1 Recommendations 7 Figures 1929-24.01 Corzo Castella Carballo Thompson Salman,PA.Investigation Of Drainage South Miami,Florida /.INTRODUCTION In themid 1990's,Miami-Dade County completed roadwayanddrainage improvements intheareaof South Miami whichincludestheroadway segments thatarethesubjectof -this-investigation^Since the completion of-these -improvements,residents have been reporting recurring street,sidewalk and front yard flooding problems.In response tothe flooding complaints,the City of South Miami commissioned C3TSto investigate the natureandextentofthe flooding problemsandtheirapparent causes,andtostudy potential remedial measures andtheircosts. Theservices performed byC3TSareconsistent with thelevelofcareand skill ordinarily exercised bymembersofthe engineering profession currently practicing under similar circumstances andlocation.Noother warranty,expressed orimplied,isherewithmade. The report presented herein complies with the applicable minimum standards and practicesof the profession. II.INVESTIGATION AND FINDINGS The area ofS.W.62nd Terrace,S.W.63rd Street and S.W.63rd Terrace isa residential neighborhood composed primarily of small single family homes.There are also a few multi-family developments,the largest of which is an apartment complex that fronts both S.W.62nd Terrace and S.W.63rd Street,from S.W.62nd Avenue to approximately mid- block between 62nd AvenueandS.W.60th Avenue.Theareaslopes generally from a low point just east of S.W.62nd Avenue up to S.W.60th Avenue (See Figure 1). Prior to investigating site-specific grading and drainage issues,we examined the general natureofthisarea,inordertodetermineifthearealies within a zone notedtobeprone or vulnerable to flooding,basedon available mapped data.Thistypeof data would tend to indicate whetherthe reported flooding is part ofa greater problem,or more ofa discreet condition. Figures 2 and 3 are the Dade County maps of October Ground Water Levels and of Flood Criteria elevations,respectively.The first maprepresentstheexpectedaverage October ground water elevation.An elevation of 3.0 ft.NGVD is shown for this area. The second map represents the flood level which is expected tobe produced bythe 10 year frequency storm.An elevation of 6.9 ft.NGVD is shown for the study area. Figure 4isthe FEMA Flood Insurance Rate Map,which shows the area to lie within a ZoneXwithafloodelevationof9.0 ft.AZoneXis designated asanareanotsubjectto flooding during the 100 year frequency flood,with a flood level as indicated at 9.0 ft. NGVD. Based onthe foregoing,and given the general elevations in the area,it can be inferred that high ground water is not a problem.It could also be inferred that,with road crown elevationsnolowerthan10 ft.,thegeneralareawouldnotnormallybesubjectto flooding.From the evidence gathered from the mapped data,it canbe concluded that 1 1929-24.01 Corzo Castella Carballo Thompson Salman,P.A.Investigation of Drainage South Miami,Florida the flooding of streets,sidewalks and front yards being experienced and reported by the residents does not appeartobe part ofalarger area-wide problem,and in orderto understand the problem,site-specific grading and drainage systems must be considered. As previously noted,the three roadways (S.W.62nd Terrace,S.W.63rd Street and S.W. 63rdTerrace)slope longitudinally down from S.W.62nd Avenue to a low point just east of S.W.62nd,and then up to S.W.60th Avenue.On each street,there isan intermediate low point which creates anupper catchment area encompassing roughly the eastern one-third ofthe roadway segments.The remaining two-thirds flows towards the roadway low points near S.W.62nd Avenue (See Figure 5).Each roadway catchment area drains into apairofcurb inlet catchbasinsas illustrated below: Drains on S.W.62nd Terrace just eastofS.W.62nd Avenue Thecatchbasinspairsareconnectedtoeachotheracrosstheroadbyaclosedpipe segment,andto exfiltration trenches extending eastandwest from one of thecatch basins.Theconstructionplansfor these systems werenotavailable,but based onthe fact that no terminal manholes exist either to the east orto the west of the catch basins, it can be inferred that the trenches do exceed 50 feet each in length under Miami-Dade County criteria. Anecdotal evidence from residents of the area indicates that the reported flooding is limited tothe lower catchment areasand is particularly severe along S.W.62nd Terrace and S.W.63rd Street.The worst flooding was reported on S.W.63rd Street.With each heavy rainfall event,the flooding reportedly extends from the low point near S.W.62nd Avenueeastwardforapproximately100to200feet,andreachinga maximum depthof approximately 8to12inchesatthe low points.The flooding reportedly doesnot persist, draining down within a few hoursofthe rainfall.According toresident complaints,the flooding isnotarecentphenomenon,buthasoccurredsincethe drainage systems were installedalongtheroadwayimprovements project.It isunclearwhethertheseverityof the flooding has worsened over time. 1929-24.01 Corzo Castella Carballo Thompson Salman,P.A.Investigation of Drainage South Miami,Florida These drainage systemsare closed systems,with no outfall toeithera water body ora larger conveyance.As such,their ability tooperate effectively and provide adequate drainage dependsona variety of factors which canbe generalized as follows: Design The design of the drainage system (exfiltration trench sizing)must account for all areasbeing drained,the impervious coverageoftheseareas,for local underground hydro geologic conditions,as well asgroundwatertable elevations. Thedesignofthedrainage structures themselvesisalso important to allow for serviceability and maintenance. Maintenance Maintenanceincludessweepingofguttersto minimize theamountofvegetation anddebrisenteringthecatchbasins,cleaningof catch basins sumps toavoid heavy accumulations leading toexcessdebris entering the exfiltration trench. Maintenance couldalsoincludejetvac cleaning ofthe trench perforatedpipe. When exfiltration trenchsystems begin to exhibit problems draining,thelackof proper maintenance isoftenfoundtobethe cause oftheproblem.The useful service life ofan exfiltration trench systemcan vary significantly depending onthedebrisload entering the trench.In areas with extensivetreecanopy,leavesarea constant maintenance concern.If not properly and consistently addressed,debris accumulation in the trench can lead to irreversible trench clogging.The typical tree coverage onthe three streets which arethe subject of this investigationcanbe seen below. S.W.62nd Terrace S.W.63rdStreet 1929-24.01 Corzo Castella Carballo Thompson Salman,P.A. asssT-x\ S.W.63rd Terrace Investigation of Drainage South Miami,Florida As can be seen in the photos,the tree canopy on S.W.63rd Street is significantly greater than the canopy along the other two streets,which may explain why the worst flooding has been reported onthis street. The visible elementsofthe drainage systemswereevaluated in the field to assess their condition.The following observations were made: •No accumulation of debris in the street gutters was noted. •Thecatchbasinsallhavesumps.No significant accumulationofdebriswas notedinthecatchbasinsumpsatthetimeofinspection.Thephotographbelow illustrates thetypicalconditionsfound. Typicalcatch basin sump 1929-24.01 Corzo Castella Carballo Thompson Salman,P.A.Investigation of Drainage South Miami,Florida Somedebris (mainly leaf litter)wasnoted in thebottomsof all ofthe exfiltration trenchpipeopeningsatthecatchbasins,asshown below. The conditions noted above seem to indicate that the systems are currently being maintained properly.However,thereissomeanecdotalevidencethatthishasnot always beenthecase.Figure 6isan inlet condition assessment ofoneofthese drainagestructures,which was performed in November 1996,aspartofa citywide drainagesystem inventory.That assessment reportedthecatchbasintobe filled with leaves tothepointwherethepipesintothe exfiltration trenches werenotvisible.The structureinquestionistheone which drainstheworstreported flooding area onS.W. 63rd Street. It seems reasonable to assume that although current maintenance practices seem to be adequate,maintenance inthepastwasnotbeingperformedinan adequate or consistent manner.Based on the debris noted in the trench pipe,and on the information inFigure6,it appears likely thatdebris flowing intothe trenches overmanyyearshas degraded the capacity of these exfiltration systems. Beforeconcludingthatpoor past maintenance practices are thesole cause ofthe floodingproblems,thedesignofthe exfiltration trenches must also be examined.Also, conditions within the drainage area must be assessed to determine if significant changes have occurred inland use or development whichcould have adversely affected the systems after they were constructed. Aspreviouslynoted,theconstructionplans,detailsand calculations forthe drainage systems werenotavailable,socertain assumptions will needtobe made in order to perform an analysis. •Design rainfall will be standard 5yr.1hour storm =3.2 inches. 1929-24.01 Corzo Castella Carballo Thompson Salman,P.A.Investigation of Drainage South Miami,Florida The total exfiltration trench length for the system draining each street's lower catchment area will be assumed tobe 100 feet (See prior discussion). The trench width and depth will be assumed tobea standard 4feet and 15feet, respectively. The hydraulic conductivity (k)value will be assumed to be 1.8 x 10"4 cfs/ft2 per ft. head,based ona recently tested value afew blocks away (See figure7). A safety factor of2.0 will beutilizedperSFWMDcriteria. Thedrainage catchment area will be assumed tobethe width ofthe right-of-way plus25feetoffrontyardsoneitherside.Thelarge multi-family development betweenS.W.62nd Terrace andS.W.63rd Street will be assumed tobe draining their25ft.frontyardsplushalfoftheirroof area,foratotalof50feet,intothe system.Thepicture below illustrates the condition ofthisdevelopment's frontage,wherethe front yardsare highly impervious (mostly pavers)andslope towards the street.Halfofthebuildingroofsdrain onto this paver courtyard as well.The largest drainage area is that of S.W.63rd Street,with a total area of 1.10 acres.The runoffcoefficient(C)forthis area was estimated tobe0.70 (See figure5). Calculating the required trench length based onthe SFWMD equation yields a length of 140feet (See figure8). Based ontheconditionsnotedinthe field,andonthe analysis detailed above,the cause ofthe flooding appearstobetheresultofa combination of factors: •The design of the exfiltration trenches,especially on S.W.63rd Street,seems to be substandard. 1929-24.01 Corzo Castella Carballo Thompson Salman,PA.Investigation of Drainage South Miami,Florida •Redevelopment in the area may have added to the problem by creating additional imperviousarea draining intothestreet. •Past maintenance practices appear to have been inadequate and inconsistent.This lack of maintenance appears to have caused irreversible damage tothe trenches. ///.RECOMMENDATIONS The exfiltration trenches draining the lower catchment areas on S.W.62nd Terrace and S.W.63rd Street clearly are not performing adequately.It is improbable that exfiltration tenches in these conditionscanbe rehabilitated toan adequate serviceability.Evenin the unlikely event that they could be significantly improved by intensive jetvac cleaning,it appears that their design is substandard and would still not meet the areas full drainage needs.Atover10 years old,and having been marginally designed and inadequately maintained,thetrencheshave reached theendof their useful service life,andneedto be replaced.The exfiltration trench on S.W.63rd Terrace appears to be in somewhat better condition,butshouldalsobe replaced sinceitissubjecttothesame conditions which led to the failure of the other two. The replacement trenches should each be 140 feet in length to provide a full 2.0 design safety factor.Thebest location for the installation ofthe trenches would seemtobe in the pavement area,and would connect tothe existing pipe between the catch basins on either sideofthestreet.Figure 9isa conceptual layout oftherecommended improvements.These improvements include jetvac cleaning ofthe existing trenches,to removeaccumulations within trench pipesand allow these trenchestocontinueto operate,even in their degraded condition.The estimated cost of construction for the improvements isdetailedbelow: Jet-vac cleaning of existing systems Connect to existing pipes Manholes Trench Asphalt restoration 25%General Items (bond,MOT,safety,etc.) 25%Contingency 20%Planning,Engineering&Construction Admn. =$12,000 6ea.@ $1,000 =$6,000 6@ $4,50/ea =$27,000 420 l.f.@$110/l.f.=$46,200 620s.y.@ $30/s.y.=$18,600 Sub-total $109,800 $27,450 $27,450 Sub-total $164,700 $32,940 Total $197,640 1929-24.01 Corzo Castella Carballo Thompson Salman,P.A.Investigation Of Drainage South Miami,Florida FIGURES 1929-24.01 'V QJ CD *4 H O G My H o m e Mi a m i - D a d e C o u n t y , F l o r i d a P r o p e r t y In f o r m a t i o n Ma p Ae r i a l Ph o t o g r a p h y - Al r P h o t o US A 20 0 4 Th i s m a p w a s cr e a t e d on 1 0 / 2 7 / 2 0 0 5 4 : 5 4 : 0 4 P M f o r r e f e r e n c e pu r p o s e s on l y . We b S i t e © 20 0 2 Mi a m i - D a d e Co u n t y . Al l r i g h t s re s e r v e d . o 1 2 1 ft MI A M I - D A D ^ '/ g i s i m s 2 . m i a m i d a d e . g o v / m y h o m e / p r i n t m a p . a s p ? m 10 / 2 7 / 2 0 0 5 ozone V:V:^r..W';ir|;3 Kr Tak4 this map:..;.'!,| ^+\-.o--'-.-.'»-••«>tv ••.•*rc5t--:";'.Y.~.•••'-f Sss :•.-..J.•.'«.F O RESJ -^;"*&:Yfffi • MIWMa Map/Photo Info Topo Download Photo Download USGS Topo Maps <•1:24K/25K Series C 1:100K Series C l:250K Series Map Size C Small ff Medium C Large View Scale 1 :50,000 3 Update Map Coordinate Format |UTM "3 Coordinate Datum |WGS84/NAD83 jj F Show target Email this map Bookmark this map Print this map I s "8 G (o pd GET A CUSTOM map print Get DATA I M TopbZoWfe:KWfeB S6R9jcefi$Pfifi8*?!|8J Heu?! UTM 17 570861E 2844036N (WGS84/NAD83) USGS South Miami Quad View TopoZone Pro aerialphotos,shaded relief,street maps,interactivecoordinatedisplay, and elevation data 1.5 mi METROPOLITAN DADE COUNTY PUBLIC WORKS DEPARTMENT 4/14/77 DESIGN STANDARDS AVERAGE OCTOBER GROUND WATER LEVEi FTGTjre ' 1960-75 ' legend: (estimated) NOTES: 1.CONTOURINTERVAL 1.0 FOOT. (Exceptasindicated) 2.DATUM ISMEANSEALEVEL. NOTE:PREPARED FROM USGS SURVEY DATA FLOOD CRITERIA (USEWITH BASE MAP)FIGURE 3 ^___,1 r 1 V CO cu 1 y—« t—i Id 69 MS OJ OJ 1 T—1 i •1 I "OO" >0 T CO lO V FIGURE 5 /I n| INLET DATA AND CONDITION ASSESSMENT Project Number \/\9tf\9\~\P\t\Municipality:.Vv/^>Miami Sheet Number.Yl\J\l\Inlet Number \0\Cft Location:|gKS|EjW|.<$(*>'63 ^t~-Cross Street 3^-Q &><?-,Asjc^ Building Number !<£|/\&\r\Need Traffic Control:Yes •No Jg] Inlet Type: Ditch Inlet • vsuuer Inlet \X] Curb Inlet • Other • Cover Type: Grating [3" Cover Shape : Circular [J inoqucai<s l/X;i Rectangular |_| Diam.:ft.in: I/-.''I**I /IHlrti^i 'i"-i/i^i1"- ]ft[ in.r Perforated Solid Other Structure Type : Concrete Q"Block [J Limerock Q Brick || Other •prr -no^r. Surface Type Asphalt Concrete || Grass j | Gravel [j Dirt [J Other n • • v^iZS. Length: Width: |in. lin. Structural Shape: Circular [ST Diam.:|o|3|ft-l—T"fa Square •Size:Q Rectangular Q Length:\_ Width:r |ft.| ]ft| lft |in. jin. lin. Land Use: Residential [^p Other • Institutional |_J Commercial [_J Industrial [H Sump: Yes •No Q>^ Depth |ft in. Drainage: *Depth from rim/cover to pipe inlet | **Drain Type:ET =Exfiltration Trench PD =Positive Drainage SCT =Slab Covered Trench General Comments : FIGURE Page 1 M»,«.M r,iiiMLi.'.mWMIM I iSiCi •>I ti J'. INLt i DATA AND CONDITION ASSESSMENT Assessment: RAT :Rate components as Acceptable (OK)orUnacceptable(NO) DEF :Identify presence of Deficiency (X) ITEM RATI DEF 1 GENERAL COMMENTS AND SEVERITY 1 Elevation Cover Type Cover/Grate Broken Broken Hinge ! Broken/Loose Frame • Other Rings/Brickwork BHH Broken Crack Walls iH Cracking -•>:••. Crumbling/Spalling • Puncture .1 Exposed Reinforcing |•••-.'•*••.. Section Joints m Deposit/Debris Base/Sump Other (Specify) Miscellaneous Deficiencies : Orientation Sketch : 1 J •Inlet #Manhole \T i N —Connedtion \J $i 4 ^w i i m J*i</J '3 5 f- 1 i tf / °)/! 1 OkInspectedBy: C/L F/:C E/P P/L ©©Tg-0 Date:/(/<?<?/f-6 Time:3 \/-Tarn. FIGURE 6 Page 2 No.2 REPORT: CLIENT: PROJECT': PROJECT LOCATION: TEST LOCATION: REPORTED TO: WINGERTER LABORATORIES,INC. Engineering Testing &Inspection Services 1820 NE 144thStreet,North Miami,FL 33181 Telephone (305)944-3401 -Fax.No.949-8698 8-24-00 ko Lab.No.282 SOIL PERMEABILITY TEST D.O.T.PERCOLATION EXFILTRATION USUAL CONDITION TEST METHOD City of SouthMiami Drainage Study 5701S.W.62nd Avenue,Miami,Florida Asshownonsoil permeability locationsketch CityofSouth Miami -Engineering &Construction DepL 6130 Sunset Drive SouthMiami,Florida 33143 -Attn:Mr.AjibolaBalogun DATE:8-23-00 TEST NO:P-2 Permeability testwas performed by drilling thetestholetoa depth of 15 feet.Water was added to thetestholeatan average stabilized rate ofapproximately 8.0 gallons perminute(gpm)fora period of 15 minutes in ordertomaintainaconstantheadatthegroundsurface level.The Hydraulic Conductivitywascalculatedas follows: Q=Average Stabilized Rate:8.0gpm H =Depthto Ground Water Level:5 ft. Ds =SaturatedDepth:10 ft. d=Diameter ofTest Hole:6 in. K =Hydraulic Conductivity =40 Depth o'-r 1»_3» 3'-15» Field Tech:JC/MF Order No.01-2272 =1.8 x 10*4 cfs/ft2 perft.of head 7td(2H2 +4HDs+dH) SUBSURFACE DATA SoilDescription Tail LIMEROCK FILL Gray silty SAND with somefragmented limestone (fill) Tan LIMESTONE with trace limesand Respectfully submitted, WINGEICEER LABOl Rafael M.Pina,P.E. Florida Registration No.50771 ES,INC. The original ofthis report was signed and sealed bythe above referenced Florida Registered Professional Engineer in accord 61G15-18.011 of the Florida Administrative Code. FIGURE Project Name:South Miami SW 63 St Project No.:1929-24 Date:October,2005 Designed by:Carlos Herdocia P.E. Checked by:RAMON CASTELLA P.E. EXFILTRATION TRENCH DESIGN SFWMD -CASE 2 Description of Variables: L=LENGTH OF TRENCH REQUIRED (FEET) V=VOLUME TREATED (ACRE-INCHES) W=TRENCH WIDTH (FEET) K=HYDRAULIC CONDUCTIVITY (CFS/FTA2-FT.HEAD) H=DEPTH TO WATER TABLE (FEET) Du=NON-SATURATED TRENCH DEPTH (FEET) DS=SATURATED TRENCH DEPTH (FEET) h=TOTAL TRENCH DEPTH Design Parameters: Solving for L gives, Case 2:Ds >Du or V:=2.46 W>2h K:=1.810"4 H:=7.0 W:=4 Du :=5.5 Ds :=9.5 h:=Du +Ds h=15 '-^ K-\2-H-Du -Du2 +2-H-Ds)+(1.39-10 4)-WDu L=69.466 LENGTH OFTRENCH REQUIRED=140L.F.<"™2-°SMfe-ry fAWit. LENGTH OF TRENCH PROVIDED=100 L.F. FIGURE £ CITY OF SOUTH MIAMI SouthMiami Exxxxl All-America City Excellence,Integrity,Inclusion II IF 2001 TO:Maria Menendez DATE:June 7,2006 City Clerk FROM:W.AjibolaBalogun,REM,CFEA ^$$? Public Works &Engineering Director RE:Addendum to correct account number on Resolution No.154-05- 12133 Copy:Adriana Hussein,Finance Director Thismemorandumshallserveasarequesttochangetheaccount number ontheresolutionto 106-1712-536-6437 instead of 111-1730-541-6490.Theaccount number isbeingchanged becauseSouthFloridaWaterManagementDistrict(SFWMD)hasagreedtofundtheprojectvia grantagreementexecutedwiththeCityonApril26,2006.So,wedonotneedtouseCityfunds forthe project. The SFWMD grant agreement number is OT060205 and resolution number 42-06-12183 was approved forthe agreement. Shouldyouhaveanyquestionsorcomments,pleasedonothesitatetocontactme. END OF MEMORANDUM R-ECEfVElJ JUN13 2006 ** CITY CLER1^S_2E1^