Loading...
Res No 102-15-14441RESOLUTION NO.102-15-14441 A Resolution authorizing the City Manager to issue a purchase order with the RJ.Behar &Company to complete site development plans for bus shelters onSW59 Place and on SW 62 Avenue WHEREAS,the Mayor and City Commission wishto continue to provide bus shelters at bus stops throughout the City and WHEREAS,the City desires tohirea consultant to complete professional engineering documents forthe City;and WHEREAS,in accordance with and pursuant toFlorida Statute 287.055 forCCNA,the City Manager has negotiated an agreement withR.J.Behar &Company who was one offive(5)consultants previously selected to perform professional services for the City and who was next in the rotation for selection. WHEREAS,the City Manager has negotiated the pricefor the services to be rendered which does not exceed the sum of $12,148.00 WHEREAS,the City desires toprovidea contingency of $1,822.20 over the proposal amount for unknown factors that may arise during the work,such as county reviews;and WHEREAS,the total expenditure is not to exceed $13,970.20;and NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA THAT: Section 1:The City Manager is authorized to issue anoticeto proceed toR.J.Behar &Company,for an amount notto exceed $12,148.00 in accordance withtheformof Professional Service Agreement thatwas approved by the City Commission by resolution 151-13-13969 to complete engineering documents forBus Shelters onSW59th Place and onSW62Ave.TheCity Manager is authorized to expend anadditional $1,822.20 over the proposal amount forunknownfactors,such as county reviews.. Section 2:The expenditure shallbe charged to the People's Transportation Plan account number 124- 1730-541-6490 which has a balance of $1,546,376.16,before this request was made. Section 3:Ifany section clause,sentence,or phrase ofthisresolutionisforany reason held invalid or unconstitutionalbyacourtof competent jurisdiction,theholdingshallnotaffectthe validity oftheremaining portions of this resolution. Section 4:Thisresolutionshall become effectiveimmediatelyupon adoption. PASSED AND ADOPTED this 7th dayof July ATTEST: V_fitPY CLERK ~ READ AND LANGUAGE, THERE .,2015. APPROVED: MAYOR COMMISSION VOTE: Mayor Stoddard Vice Mayor Harris Commissioner Edmond Commissioner Liebman Commissioner Welsh 5-0 Yea Yea Yea Yea Yea South*'Miami THE CITY OF PLEASANT UVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: From: Date: Subject: Background: Amount: Account: Attachments: The Honorable Mayor&Members of the City Commission Steven Alexander,City Manager July 7,2015 Agenda ItemNo.i AResolutionauthorizing the CityManagertoissueapurchase order to R.J.Behar&Companyto complete site development plansforbus shelters onSW59PlaceandonSW62 Avenue Public Works has received requests from residents to providebus shelters,especially for the elderly on 59th Place and 64th Street.To address these requests,6new bus shelters are being proposed,4 along SW 59th Place/Church Street (between SW 64th Street and SW 69th Street) and 2 along SW 62nd Avenue (between SW 64th and SW 68th Street).This isan area of high ridership of the transit system. Below are the locations: l.South of SW 64th ST,East side of SW 59th Place 2.End of SW 67th ST,West side of SW 59th Place 3.North of SW 68th ST,East side of SW 59th Place 4.North of SW 69th ST,West side of SW 59th Place 5.Westsideof SW 62nd Avenue,about250 LF southofSW 64th Street 6.East sideof 62nd Avenue,about60 LF South ofSW 64th Street. RJ.Behar&Companyhas submitted aproposalin the amount of $12,148.00 to develop site development plans. A contingency in the amount of $1,822.20willbeincluded over the proposal amount toaddress for unknown factors,suchasCountyreviews.Thetotalamountofthe contract,including the contingency,willbe $13,970.20. In accordance with and pursuant to Florida Statute 287.055 for CCNA,RJ.Behar&Company was one of the firms selected to provide professional engineering services.TheCity negotiated hourly rates with the firmand entered into a professional service agreement with RJ.Behar& Company to perform engineering services for the City. Amount not to exceed $13,970.20 The expenditure shallbecharged$13,970.20to the People'sTransportationTrust Fund account number 124-1730-541-6490,whichhasabalance of $1,546,376.16 before this request was made. Resolution Proposal CCNA Rotation List Resolution 151-13-13969 (CCNA Approval) Professional Service Agreement FEE PROPOSAL SUMMARY RJ.BEHAR &COMPANY PROJECT DESCRIPTION:SOUTH MIAMI BUS SHELTERS SITE PLANS LENGTH:ft ^^^^^^^^^^^^^^m jBfil mMM Ic^ffVrS CONSTRUCTION DOCUMENTS ^^M I'll M II I'l'I'I^^B 11 $5.408.00 37 $3,589.00 30 $1.560.00 148 $12,098.00 i^e^^^*^^^^«8§m»^^*3m&mmm mm^mm mmm ^m^m^mm^m^^m^m^^mm^mM^^^^ LABOR FEE $12,098.00 DIRECT REIMBURSABLE $50.00 SUBCONSULTANTS DoesnotincludeMaterialsTesting(Geotechnical)Services,orutilityexploration.BasedonStructuralplansprovidedbytheCity. 6/15/2015Bussheltersfeenosurvey CCNA Civil Rotation Consultant Project Date PO Issued EAC Consulting,Inc Dorn Avenue 2/6/2014 Civil Works Inc Twin LakesDrainageDesign 9/25/2014 Milian Swain and Associates Dante FascellDrainage Improvements 4/13/2015 SRS Engineering,Inc PoliceFueling Station Improvements 3/5/2015 R.J Behar &Company Inc RESOLUTION NO.:151-13-13969 AResolutionauthorizingtheCity Manager toexecutea Professional ServiceAgreementprovidedunder Florida Statute 287.055 Consultant's Competitive Negotiation Act "CCNA",with EAC Consulting,Inc,Marlin Engineering,Inc.,The Corradino Group,Inc.,SRS Engineering,lnc„R.J.BeharandCompany,Inc,T.Y.Lin International,Stanley Consultants,Inc.,Sol-Arch,Inc.,CivilWorks,Inc.,C.H.Perez&Associates Consulting Engineers,Inc.,for the following professional services:Architecture,Civil/Environmental Engineering,Structural,andTraffic&TransportationEngineering. WHEREAS,the Mayor and City Commission desiretoenter into serviceagreementsfor professional servicesforthe following categories:Architecture,Landscape Architecture,Civil/Environmental Engineering, Structural,Traffic and Transportation Engineering;and WHEREAS,pursuantto Florida Statute 287.055 for CCNA,the City solicited qualification from interested firms andthe City's review committee conducted a thorough review ofthe qualifications ofthe firms that responded tothesolicitation,and upon evaluation thefirms were ranked;and WHEREAS,the City met with the firms and reviewed theproposed hourly billing ratesandthe following firms haveagreed upon the hourly billing rates disclosed inthe Professional Service Agreement requestfor qualifications;EAC Consulting,Inc.Marlin Engineering,Inc.,The Corradino Group,Inc.,SRS Engineering,Inc., RJ.BeharandCompany,Inc,T.Y.Lin International,StanleyConsultants,Inc.,Sol-Arch,Inc.,Civil Works,Inc.,C.H. Perez &Associates Consulting Engineers,Inc.;and WHEREAS,theMayorand City Commission desirestoauthorizetheCityManagertoexecutethe professional service agreements. NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA THAT: Section 1:TheCity Manager isherebyauthorizedto execute theformoftheprofessionalservice agreement thatis attached,forthenegotiatedhourlyratesin accordance withthe procedure set forthinFlorida Statute287.055(Consultant's Competitive Negotiation Act)with EAC Consulting,Inc,Marlin Engineering,Inc.,The CorradinoGroup,Inc.,SRS Engineering,lnc„R.J.Beharand Company,Inc,T.Y.Lin International,Stanley Consultants,Inc.,Sol-Arch,Inc.,Civil Works,Inc.,C.H.Perez 8i Associates ConsultingEngineers,Inc Section 2:Ifany section clause,sentence,or phrase ofthisresolutionisforany reason held invalid or unconstitutionalbyacourtof competent jurisdiction,theholdingshallnotaffectthe validity oftheremaining portions of this resolution. Section 3.Thisresolutionshalltakeeffectimmediatelyuponadoption. PASSED AND ADOPTED this 6th dayof August 2013. ST:__APPROVED: COMMISSION VOTE: Mayor Stoddard: ViceMayor Liebman Commissioner Newman: Commissioner Harris: Commissioner Welsh: 5-0 Yea Yea Yea Yea Yea City of South Miami PUBLIC WORKS &ENGINEERING DEPARTMENT 4795 SW75*Avenue Miami,FL 33155 Tel.(305)663-6350Fax(305)668-7208 TO;Steven Alexander,City Manager FROM:JorgeL.Vera,CapitalImprovementProjectManager DATE:August 6,2013 South Miami JUHtateifcJ 'Ml Resolution:AResolutionauthorizingtheCityManagerto execute aProfessionalServiceAgreement provided under Florida Statute 287.055 Consultants CompetitiveNegotiationAct "CCNA", withEACConsulting,Inc,Marlin Engineering,Inc.,TheCorradinoGroup,Inc.,SRS Engineering,Inc.,RJ.Behar and Company,Inc,T.Y.Lin International,Stanley Consultants,Inc.,Sol-Arch,Inc.,Civil Works,Inc.,C.H;Perez &Associates Consulting Engineers,Inc.,for the following professional sen/ices:Architecture,Civil/Environmental Engineering,Structural and Traffic&Transportation Engineering. Background:On June 4,20134,the City Commission approved aresolution (#120-13-13938) authorizing the City Manager to negotiate hourlybilling rates and to execute a Professional Sen/ice Agreement withthefirmsthatwere selected fromour request for qualifications RFQ#PW-S2013-04 for Architecture,Landscape Architecture, Civil/Environmental Engineering,StructuralandTraffic&Transportation Engineering. Ofthe24firms selected,City staff has met withandreviewedthe proposed hourly Wiling rates for the above referenced firms.After negotiating an acceptable hourlybilling rate with the firms,thefirms entered intoa Professional Sen/ice Agreement in order toprovide professional engineering services totheCity at the agreed hourly billing rateforfuture projects. In anefforttoprovide transparency and accountability,thehourly billing rateperjob classificationis based on FDOTs ConsultantWageAverageReportfortheperiodof May 2012toMay2013is attached.Thereportis based onanFOOTyearlydatacollection and analysis ofthe prevailing hourly wageratebyjobclassification within different geographical areas in the State.Our geographical area iswithinDistrict6which encompasses Miami-Dade and Monroe Counties.The rates inthe report are negotiated unloaded rates whichprovide personnel hourly billing rate per classificationexcluding company overhead and benefit.To the hourly negotiated unloaded rate,each firm adds a multiplierforthe company's overhead andbenefits.ThemultiplierinDistrict6 ranges from 2.5to 3.1,dependingonthesizeofthe firm. Please find below thefirmsthathavesubmittedasignedProfessionalService Agreement,whichincludestheirnegotiated hourly billing rateplusthe multiplier.Upon furtherfuturenegotiations,additionalfirms will be presented totheCityCommissionfor their approval. •EAC Consulting,Inc. •Marlin Engineering,Inc. •The Corradino Group,Inc. •SRS Engineering,Inc. •R.J.Behar and Company,Inc. •T.Y.Lin International •Stanley Consultants,Inc. •Sol-Arch,Inc. •Civil Works,Inc. •C.H.Perez&Associates ConsultingEngineers,Inc. Upon approval ofthe Professional ServicesAgreementsbytheCityCommission,Citystaff will requestquotesforCityprojectsfrom individual firmsona rotating basisandin accordance with Florida Statutes 287.55CCNA.The quotes will benegotiated based on the scope ofa project,durationandthecontractualhourly billing rate.UpontheCitystaff negotiatinga final costtoperformtherequiredproject,aresolution will be presented tothe City Commission fortheirapproval. Please notethatthe execution of these ProfessionalGeneral Service agreements does not commit theCitytoany maximum amountoffeesnorguaranteeanywork. Attachments:Proposed Resolution BlankProfessionalService Agreement Signed Professional Service Agreements -CD Listed consultant hourly billing rates FDOTConsultant wage averagereport Resolution 120-13-13938 Sunbiz PROFESSIONAL SERVICE AGREEMENT General Cjxv^u Services THIS AGREEMENT made and entered into this 24 day of J(/IV6 .20(5 by and between the CITY OF SOUTH MIAMI,a political subdivision oftheStateof Florida and RJ.Behar &Company,Inc.authorized to do business in the State of Florida,hereinafter referred to as the "CONSULTANT". Inconsiderationofthepremisesandthe mutual covenantscontainedinthis AGREEMENT,the CITY OF SOyTH MIAMhthrcjpgh its City Manager,agrees to employ the CONSULTANT fora period ending on _,andthe CONSULTANT agrees to be available,continuing basis,to perform >UTH MIAMI,througl/W)U,t0lti ofessidnal servicesin <professionalservicesinconnectionwith projects)where thebasicestimated construction costsofeach individual projectdoesnotexceed $2,000,000.00 orwherethe individual studydoesnotexceed $200,000.00,herein after called the "SERVICES". 1.0 General provisions I.I The CONSULTANT maybe awarded workand issued aNoticetoProceedto provide professional services foraproject,foraportionofa project,or fordiscretetasksonaproject.Additional Professional Services,forthepurposeof reviewing work performed byother professional consultants or for other miscellaneous engineering services thatmaybe required. 1.2 A Notice to Proceedwillbeissuedonanasneededbasisat the solediscretionoftheCity Manager,or hisdesignee,hereinafterreferredtoas "CITY".TheCityofSouth Miami reserves,at all times,theright to performanyandallengineeringwork in-house orwith other engineers.This AGREEMENT doesnotconferon the CONSULTANT any exclusive rights to performworkonbehalf of the CityofSouth Miami,nor does itobligate the CityofSouth Miami inanymanner to guarantee work for the CONSULTANT.The CONSULTANTmaysubmitproposalsforanyprofessionalservices forwhichproposalsmaybe publicly solicitedby the CityofSouth Miami outsideofthis AGREEMENT. 1.3 TheCITYwill conferwiththe CONSULTANT beforeanyNotice to Proceedis issued todiscuss thescopeofthework;thetimeneededtocompletetheWORKand the feefortheservicestobe rendered in connection with the WORK. 1.4 TheCONSULTANT will submitaproposaluponthe CITY'S requestprior to the issuance ofa NoticetoProceed.Nopayment will bemadefor the CONSULTANTStimeandservicesinconnection with the preparationofanyproposal. 1.5 The CITY agreesthatit will furnish tothe CONSULTANT plans and other data available inthe CITY files pertaining totheWORKtobeperformedunderthis AGREEMENT prompdyaftereachNotice to Proceed. 1.6 The CONSULTANT agreestoproduceand distribute minutes,prompdyaftereach meeting at whichtheCONSULTANTS presence isrequired. Page I of 31 Professional Service AGREEMENT Tpepe©l2-31-12 (Revised SK 4-3-13,GM 6-18-13) 1.7 The CITY may designate a representative who,on behalf oftheCity Manager shall examine the documents submitted bythe CONSULTANT and shall render decisions promptly,to avoid unreasonable delayintheprogressofthe CONSULTANTS services.The CONSULTANT shall keepthe CITY'S representative advisedon the project statusat all times. 1.8 The CITY agreestoissue all directives and approval in writing. 2.0 Professional Services 2.1 General Services The professional services tobe provided bythe consultant may beoneormoreofthe following, and include but not limited to: A.Roadway Engineering to include streets,sidewalk,curb,gutter,drainage,associated traffic control devices,stripping,lighting,irrigation,speedreduction devices and residential landscaping. B.DrainageDesign includes the necessary analysis needed to implement proposed drainage improvements,preparationof paving and drainage plan for municipal building and facilities. C.CivilEngineering,to include Distribution Systems Improvement /Analysis and design and Sanitary Sewer System Evaluation and design. D.Environmental Engineering,including,site investigation and design needed to prepare remediation plans to mitigate underground storage tanks,hazardous waste materials and asbestos materials. E.TrafficEngineering Services will include daily volume counts,data analysis,preparation ofconceptual improvements plan,presentreportsand recommendations tostakeholders andpreparationof final traffic engineering report F.Architectural Services to provide drawings and specifications for new constructions as well as additions and renovations;attend meetings with City staff and presentations to City Commission;provide plans developed on AutoCAD latestversion and copies of reproducible hardcopyanddisketteof plans intherequested format. G.Landscape Architecture including providing drawings and specifications for landscape projects;sitemaster planning,analysis and design,urban design plans/concept diagrams, openspace planning,analysis and design;community planning,analysis and design;natural resource planning analysis and design;Parks design;renderings/modeling;provide plans developed on AutoCAD latest version and copies of reproducible hard copy and diskette of plans in the requested format H Registered Surveying andMapping Other incidental services associated to the above items. Page2of 31 Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK4-3-13,GM 6-18-13) 2.2Design&Construction -Basic Services The Basic Services,fordesignandconstruction,consistofsix(6)phases describedin Paragraph 2.2.1 through 2.2.6.Thescopeoutlinedbelowis applicable initsentiretyto projects for which completed Basic Services are authorized. Upon authorization toproceedfromtheCITY,the CONSULTANT agrees toprovidecomplete professional servicesforanyportionor all of thesix Phases outlinedbelow applicable toits profession.The CONSULTANT agrees to co-ordinate itseffortwiththatofanyother providers of professional services to assureacoordinatedand complete WORK.In a multi-professionally consultedproject,thelead CONSULTANT,as designated bytheCITY,shall prepare the final bid package including biddocumentsand specifications,which shall be prepared by,andbe die responsibility oftherespective disciplines. 2.2.1 Phase l-Preliminary andSchematic Design: A.The CONSULTANT shall conferwithrepresentativesoftheCITYandtheenduser to determine the full scope of the Project thatwillmeetthe program requirements,and shall advise the CITY if,inthe CONSULTANTS opinion,the allocated funds areadequateto accomplish the programrequirements,asdefinedbyan individual purchase order forthe specific work to beperformed. B.The CONSULTANT shall useproper and adequate design controlto assure theCITYthat theprogramrequirements will be met C.The CONSULTANT shall prepare a Design Conceptand Schematic Report,comprising of theProjectTimetable (Master Schedule),Planning Summary (unless advised otherwise), Schematic Design Studies (unless advised otherwise)as defined below,andtheStatement of Probable Construction Cost D.TheProposedProjectTimetable shall consistofascheduleshowingtheproposed completion dateoneachPhase of theProjectthrough design,bidding,construction,and proposeddateofcompletion. E.The Planning Summary(unless advised otherwise)shall consistofa vicinity plan andblow up of the Site(if applicable)showingProjectorientation,andabriefsummary of all pertinent planning criteria usedfortheProject F.TheSchematic Design Studies (unless advised otherwise)shall consistof all plans, elevations,sections,etc.asrequired to show the scale and relationship ofthepartsandthe design concept ofthe whole Asimpleperspective sketch,rendering,modelor photograph thereof maybe provided to furthershow the design concept G.The CONSULTANT shall presentthe Schematic design studies tothe appropriate commission,committee,agencyorboard (hereinafter collectively referred toas "Boards") fortheir approval whentheprojectrequiressuch approval.The Consultant shall make copiesnecessaryforpresentation to theBoardatno additional cost to City. H.The CONSULTANT shall presentthe schematic design studies to all the appropriate utility companies(suchas FPL,Southern Bell,Dynamic Cable,MDWASA,etc.)for any conflict with their utilities. Page 3of 31 Professional Service AGREEMENT Tpepe©l2-3I-I2 (Revised SK 4-3-13,GM 6-18-13) I.TheStatementof Probable Construction Cost shall include estimated costofthe Project including fixed equipment,professional fees,contingencies (ifany),escalation factors adjusted tothe estimated bid date,movable estimate (if any),and utility service extensions (ifapplicable).The CONSULTANTS opinions of probable Total Project Costs and Construction Costaretobe made onthe basis ofthe CONSULTANT'S experienceand qualifications andrepresentCONSULTANTSbest judgment asan experienced and qualified professional,familiar withthe local construction industry and prices. J.The CONSULTANT shall submit and present two (2)copies of all documents required underthis Phase,without additional charge,for approval bytheCITY and it shall not proceed withthenext Phase until directed bytheCITYin writing. 2.21 Phase II -Studyand Design Development: A.From the approved Schematic Design documents,the CONSULTANT shall prepare Design Development Documents,comprising the drawings,outline specifications and otherdocuments to fixanddescribethesizeand character of theentireProjectastoconstructionand finish materials and other items incidental theretoasmaybe appropriate and applicable. B.The Design Development Documents shall comprise the Proposed Project Timetable (updated),Outline Specifications,Updated Statementof Probable Construction Cost,and Design Development Drawings,etc,as required to dearly delineate theProjectIfthe Updated Statement of ProbableConstruction Cost exceedstheallocated funds,feasible cost or scope reduction options shall beincluded. C.The CONSULTANT shall submit and present two (2)setsof all documents required under this Phase,without additional charge,for approval bythe CITY and not proceed withthenext Phase until directedbytheCITYin writing. D.The CONSULTANT shall at all times monitor the Probable Construction Costs to make certain they remain withinthetotal allocated budgetANoticeto Proceed to Phase III will not be issued if the latest statement of Probable Construction Cost exceeds the total allocated fends. 2.2.3 Phase III -Final Design /Construction Documents Development: A.From the approved Design Development Documents,theCONSULTANT shall prepare Final Construction Documents setting forth in detail the requirements for the construction ofthe Project including the Proposal (Bid)Form and other necessary information for bidders, Conditions ofthe Contract,and Complete Drawings and Specifications.The CONSULTANT shall use Construction Specifications Institute (CSI)Standards andtheCityof South Miami Standard forms forthe preparation ofthe proposal (bid)forms,Instructions to Bidders, conditions ofContract and Specifications.TheCONSULTANT shall review all existing City Specifications,forcompletenesspriortouseand shall supply all needed additional specifications.The final draft of theconstructiondocuments shall meet therequirementsofand be approved bytheCityAttorney, B.TheConstructionDocuments shall be prepared ina manner that will assure clarity of line work,notes,and dimensions when the documents are reduced to 50%of their size.All drawings shall beon 24"x 36"paper (HDM size),onthe CITY's standard sheet format,unless Page 4of 31 Professional Service AGREEMENT Tpepe©!2-31-12 (Revised SK 4-3-13,GM 6-18-13) approved otherwise. C.All construction documents shall be submitted inboth"hard copy"andelectronicmediaina mutually agreeduponelectronic format,but generally as follows: 1.Non-drawing submittals in Microsoft Office Word format 2.Drawingsin AutoCAD format. 3.GIS files should be in ArcView format Version 3.2. D.When the development of the drawings has progressed to atleast 50%completionin Phase III,the CONSULTANT shall submit two (2)copies to the CITYfor approval,without additional charge,alongwithupdatedoutline specifications.The CONSULTANT shall also submitatthistimeanupdatedStatement of Probable Constructioncostas indicated bytime factor,changesinrequirements,orgeneralmarketconditionsandanupdatedProject Schedule. E.The CONSULTANT shall not proceedwiththefurtherdevelopmentuntil approval of the documentsisreceivedfromtheCITYin writing.TheCONSULTANT shall make all changes to documentsrequiredbytheCITYbefore proceeding further.Aset of therevised documents shall bereturned to theCITYafter incorporating all ofthe changes,if any. F.ANotice to Proceedforthecompletionof Phase III will notbe issued ifthelatestStatementof Probable Construction Cost exceeds the total allocatedfunds,unless the CITY increases the total allocated fends or theCONSULTANTandtheCITY agrees onmethodsofcost reductionssufficienttoenableconstructionwithintheprojectbudget. G.Upon 100%completionof the ConstructionDocuments,the CONSULTANT shall submitto theCITYa final,updatedStatementof Probable Construction Cost along with two (2)copies eachofthe final draftof all drawings,specifications,reports,programs,etc.,without additional charge,fora final reviewandcommentsor approvals. H.The CONSULTANT shall make all the necessary presentations tothe appropriate CITY Boardswhichwouldbe normally required of anyconstructionproject(suchas Environmental ReviewBoard,Historical Preservation Board etc)forthe final approval. I.The CONSULTANT atnoextracost to theCITY shall make all required changes or additions andresolve all questions resulting from Board review(see paragraph H)ifthe changes or additionsdo not alter the scopeof the projectasdeterminedunder paragraph 2XI A.The 100%complete final ConstructionDocuments shall bereturnedtotheCITYfor final approval. Upon final approval by the CITY,the CONSULTANT shall furnish totheCITYa minimum of 30sets of drawings and specifications,without additional charge totheCITYfor bidding purposes,unless instructed otherwise. J.TheCONSULTANT shall arrange for"dry runs"and/or make final submissions to appropriate authorities (regulatory agencies to include andnot limited to City,County,Stateor Federal)as necessary,to ascertain that the ConstructionDocuments meet thenecessaryrequirementsto obtain all the necessarypermitsforconstruction.TheCONSULTANT shall respond to all technical questionsfrom regulatory agencies.TheCONSULTANT shall modify,atno additional costtoCITY,inorder to acquire the necessary permits. Page 5of 31 Professional Service AGREEMENT Tpepe©12-31-12 (Revised$K 4-3-13,GM 6-18-13) 2.2.4 Phase IV -Bidding and Negotiation Phase: A.Upon obtaining all necessary approvals ofthe Construction Documents,and approval by the CITYofthelatestStatement of Probable ConstructionCost,the CONSULTANT shall furnish the drawings and specifications as indicated above for bidding,and assist theCITY in obtaining bids as well as awarding and preparing construction contracts.The CONSULTANT shall attend all pre-bid conferences.The CONSULTANT shall be present during the bid opening and aspartofits assistance tothe CITY will tally,evaluate and issue a recommendation totheCITYafter verifying bond,insurance documents,questionnaire andreferencesubmittedbythe constructor. B.The CONSULTANT shall issue Addenda tothe Construction Documents through the CITYas appropriate to clarify,corrector change Bid Documents. C.If Pre-Qualification of bidders is required asset forth intheRequestfor Qualification,the CONSULTANT shall assist Cityin developing qualification criteria,review qualifications of prospective bidders,and recommend acceptance or rejection ofthe prospective bidders. D.Ifthe lowest responsibleBaseBidreceivedexceedstheTotalAllocated Funds the CITY may: 1.Approvethe increase in Project Cost and award aconstructioncontractor, 2.reject all bids and rebid the Project within a reasonable timewithno change inthe Project,or 3.DirecttheCONSULTANTto revise the Project scopeor quality,orboth,as approvedby the CITYandrebidthe Project,or 4.Suspend or abandon the Project,or 5.Exercise all optionsundertheCity Charter and State Law. NOTE:Underitem (2)and (3)above,theCONSULTANT shall,without additional compensation, assistdie CITYin obtaining re-bids,and awarding the re-bid oftheprojectUnderitem(3)above, theCONSULTANT shall,without additional compensation,modify the Construction Documents asnecessary to bring the Probable Construction Cost within the Total Allocated Funds when the lowest responsiblebidis over 15%of the CONSULTANT estimate.All construction contracts mustbe approved bytheCity Commission aftertheCity awards thecontractfor commission approval. E.ForthepurposeofpaymenttotheCONSULTANT,the Bidding Phase will terminateand the services ofthe CONSULTANT will be considered complete upon signing of an AGREEMENT witha Contractor.Rejection of bids bytheCITYdoesnotconstitute cancellation oftheproject 2.2.5 Phase V -General Administration of the Construction Contract: A.The Construction Phase will b$gin withtheCity Commission approval ofthe award ofthe Construction Contract and will endwhenthe Contractor's final Payment Certificate is approvedand paid bythe CITY, B.TheCONSULTANT,asthe representative oftheCITY during the Construction Phase, shall adviseandconsultwiththeCITYand shall haveauthority to actonbehalfof theCITY Page 6of 31 Professional Service AGREEMENT Tpepe©!2-31-12 (Revised SK 4-3-13,GM 6-18-13) totheextent provided inthe General Conditions and as modified inthe Supplementary Conditions of die Construction Contract. C.The CONSULTANT shall attendpre-constructionmeetings. D.The CONSULTANT shall at all timeshaveaccessto the projectwhereveritisin preparation or progress. E.The CONSULTANT shall visitthesiteatleastweeklyandat all keyconstructioneventsto ascertain the progress of the Project andtodeterminein general ifthe WORK is proceeding in accordance withtheContract Documents.Onthe basis ofon-site observations,the CONSULTANT will usereasonableand customary care to guardthe CITY against defectsand deficiencies in the WORK.The CONSULTANT mayberequired to providecontinuous daily on-siteobservationstocheck the quality orquantityofthe WORK assetforthinthis AGREEMENT and defined bytheScopeof WORK issued for the individual projectOnthe basis oftheon-site observations,the CONSULTANT will advisetheCITYastothe progress ofandanyobserveddefectsand deficiencies inthe WORK immediatelyinwriting. F.The CONSULTANT shall furnish theCITYwithawritten report of ail observationsofthe WORK madebyhim during eachvisitto the WORK.He shall alsonotethe general status andprogress of the WORK,and shall submitsameinatimely manner.The CONSULTANT shall ascertain atleastmonthlythattheContractor is making timely, accurate,andcompletenotationsonrecord drawings. G.Based onobservationsat the siteandontheContractor's Payment Certificate,the CONSULTANT shall determine the amount due the Contractor on account and he shall recommend approval of the Certificateinsuchamounts.Therecommendationof approval of aPaymentCertificate shall constitutearepresentationbythe CONSULTANT to the CITY that,the CONSULTANT certifies to theCITYthat the WORK hasprogressedto thepoint indicated,andthe quality ofthe WORK isinaccordancewith the Contract Documents subjectto: 1.An evaluation ofthe WORK forconformancewith the Contraa Documentsupon substantial completion. 2.Theresultsofanysubsequenttestsrequiredbythe Contraa Documents. 3.Minordeviationsfrom the Contraa Documentscorrectablepriortocompletionand acceptanceofthe project H.The CONSULTANT shall havean affirmative dutyto recommend rejectionof WORK, which does not conform to the Contraa Documents.Whenever,in its reasonable opinion,the CONSULTANT considersitnecessaryor advisable to insure compliance with the Contraa Documents,it will have authority (with the City's prior approval)to recommend special inspections ortesting of any WORK deemednottobein accordance with the Contraa Documents whether or not such WORK has been fabricated and delivered to the Project,or installed and completed. I.TheCONSULTANT shall promptly reviewand approve shop drawings,samples,and other submissions of the Contractor forconformancewith the designconceptofthe ProjectandforcompliancewiththeContractDocuments.Changesorsubstitutionsto the Contract Documents shall not be authorized without concurrence with the CITY. Page7of3l Professional Service AGREEMENT Tpepe©l2-3I-I2 (Revised SK 4-3-13,GM 6-18-13) J.The CONSULTANT shall review and recommend action on proposed Change Orders initiated by others,and initiate proposed change ordersas required byitsown observations ortherequirementoftheCITY. K.The CONSULTANT shall examine theWORKupon receipt ofthe Contractor's Certificate of Substantial Completion ofthe Project A Punch List ofanydefeasand discrepancies inthe WORK required tobe corrected bytheContractor shall be preparedbythe CONSULTANT inconjunaionwithrepresentatives of the CITYand satisfactory performance obtainedbefore the CONSULTANT recommends execution of Certificate of Final Acceptance and final payment tothe Contractor.He shall obtain from the Contractor all warranties,guarantees,operating and maintenance manuals for equipment,releases of lien and suchotherdocumentsand certificates asmaybe requiredby applicable codes,laws,policy regulations,the specifications andtheother Contract Documents and deliver them to the CITY. LThe CONSULTANT shall provide assistance in obtaining Contraaor's compliance withthe Contraa Documents relative to,I)initial instruction ofCITY personnel inthe operation and maintenance ofany equipment or system,2)initial start-up and testing,adjusting and balancing ofequipmentand systems,and,3)final dean-up oftheproject M.TheCONSULTANT shall provide the contractor withthreesetsof drawings labeled "Construction Plans"forpermit from Public Works. 2.2.6 Phase VI-Post Construction Administration A.The CONSULTANT shall prepare and provide theCITYwithawritten manual,tobeused bytheCITY,outlining the implementation plan of all the required maintenance necessary to keeptheproposed WORK operational inasafeandeffective manner. B.TheCONSULTANT shall furnish tothe CITY,reproducible record (as-built)drawings updatedbasedon information furnished bytheContractor:such drawings shall become the property of the CITY, C The CONSULTANT shall assistintheinspeaionofthe WORK onemonthbeforethe expiration ofany guarantee period orthe sixth monthwhicheveris earlier andreportany defective WORK intheProjeaundertermsofthe guarantee/warranties forcorrection. TheCONSULTANT shall assist theCITYwiththe administration of guarantee/warranties for correaion ofdefective WORK thatmaybe discovered during the said period. D.The CONSULTANT shall furnish theCitywitha3-ringbinder labeled "Close-out Documents"thatwill include,asa minimum,acopyof: •Certificatesofcompletion •As-Builts (1/2 size) •Test Results •Daily construaion inspectionreports •Progress meetingminutes •Approvedshop drawings Page 8of 31 Professional Service AGREEMENT Tpepe©!2-31-12 (Revised SK 4-3-13,GM 6-18-13) •Warranty manuals as applicable •Final release of liens •Final payment to contraaor 2.3 Additional Professional Services AdditionalServicesaslistedbelowarenormallyconsidered to bebeyondthescope of the Basic Services fordesignand construction,asdefined m thisAGREEMENT,butwhichareadditionalserviceswhich maybeauthorizedwithin the Scope of Work giventhe CONSULTANT. A.Special analysts of the CITYS needs,and special programming requirementsforaproject. B.Financial feasibility,lifecyclecostingor other special studies. C Planning surveys,site evaluations,or comparative studiesofprospectivesites. D.Design services relative tofuture facilities,systems and equipment,whicharenotintendedto be construaed aspartofa specific Projea. EServices to investigate existing conditions (excluding utilities)or facilities ortomake measured drawings thereof,or to verifythe accuracy of drawings orother information furnished by the CITY. F.Professional detailed Estimates of Construaion Cost consisting ofquantitysurveys itemizing all material,equipment andlaborrequiredforaProject G.Consultation concerning replacement ofany WORK damaged by fire orothercause during construction,and furnishing professional services ofthetypesetforthin Basic Services as maybe required relative to replacement of such WORK,providing the cause is found by theCITY to be other thanby fault of the CONSULTANT. H.Professional services made necessary bythe default oftheContractororbymajor defects in the WORK underthe Construction Contract,providing the cause is found bytheCITYto be other thanby fault ofthe CONSULTANT. I.Making major revisions changing theScopeofa project,to drawings and specifications when such revisions are inconsistent withwritten approvals orinstruaion previously given bythe CITYandareduetocausesbeyond the controlofthe CONSULTANT. (Major revisions are defined asthose changing the Scope and arrangement of spaces and/or scheme or anyportion). J.Theservices of oneormore full-time Projea Representatives. K.Preparing toserveor serving as an expert witness in connection with any arbitration proceeding or legal proceeding in conneaion withaProjea. L.Professional services required after approval bythe CITY ortheContraaor's Requisition for Final Payment,exceptasotherwise required under Basic Services. M.Preparing supporting data,drawings,and specifications as may be required for Change Orders Page 9of 31 Professional Service AGREEMENT Tpepe©!2-31-12 (Revised SK 4-3-13,GM 6-18-13) affecting thescopeofa Project provided the Changes aredueto causes found bytheCITY tobe beyond the controlofthe CONSULTANT. 3.0 Time for Completion The services tobe rendered bythe CONSULTANT for any WORK shall be commenced upon written Notice to Proceed fromthe CITY subsequent tothe execution ofthis AGREEMENT and shall be completedwithinthe time basedonreasonable determination,statedin the saidNoticetoProceed. A reasonable extensionoftime will be granted intheeventthereisa delay onthepartoftheCITYin fulfilling its part ofthe AGREEMENT,change of scope ofworkor should any othereventsbeyondthe control oftheCONSULTANT render performance ofhis duties impossible. 4.0 Basis ofCompensation The CONSULTANT agreestonegotiatea"notto exceed"feeora fixed sumfeeforeachofthe WORK assigned tohim based ontheScopeofsuchWORK.Upon AGREEMENT ofa fee,theCITY will issue a written authorization to proceed tothe CONSULTANT.In case of emergency,theCITY reserves the righttoissueoral authorization totheCONSULTANT,withthe understanding thatwritten confirmation will folbw immediately thereafteras possible.For reproduction of plans and specifications,beyondthe requirements as identified underthis AGREEMENT theCITY will pay thedirectcosts. Thefeesfor Professional Services foreach Project shall be determined byoneofthe following methodsor a combination thereof,as mutually agreed uponbytheCITY and the CONSULTANT. A fixed sum:Thefeeforataskorascopeofworkmaybea fixed sumas mutually agreed uponbytheCITY and the CONSULTANT: Hourly rate fee:TheCITY agrees to pay,and theCONSULTANT agrees to accept,forthe services renderedpursuant to this AGREEMENT,feesin accordance withthe following: Category Hourly Rate Principal .....195.00 ProjectManager 171.00 SeniorEngineer 182.00 Engineer 85.00 Construction Manager 151.00 Construction Inspection 71.00 Senior Draftsman/Technicaf/CADD Operator 85.00 Draftsmen 52.00 Data Processing /Clerical 50.00 ProjectEngineer 104.00 Designer 97.00 Environmental Scientist 110.00 TrafficEngineer 168.00 Hourly rateswill Include all wages,benefits,overheadandprofit Page 10 of 31 Professional Service AGREEMENT Tpepe©12-31-12 (RevisedSK 4-3-13,GM 6-18-13) 5.0Paymentand Partial Payments The CITY will make monthly payments or partial payments tothe CONSULTANT for all authorized WORK performed during the previous calendar month.For design and construction projects where fee for each phase isnot specified,such payment shall,in the aggregate,not exceed the percentage ofthe estimatedtotal Basic Compensation indicated belowfor each phase: •15%uponcompletionand approval of Phase I. •35%uponcompletionand approval of Phase II. •55%upon submittal and approval of 50%complete drawings and outline specifications of Phase III. •75%upon 100%completion and approval of Phases III and IV. •90%upon completion ofthe Project and approval of all WORK Phase V). •100%upon final completion and approval ofWORK elements A and Bof Phase VI. The CONSULTANT shall submitan original invoiceto the Cit/s projectrepresentativefor each payment certifying thepercentageofthe WORK completedbytheCONSULTANT. Theamountoftheinvoicessubmitted shall betheamountduefor all WORK performedtodate,as certifiedbythe CONSULTANT. The requestforpayment shall includethe following information: ProjectNameand CONSULTANTS Name. TotalContractamount(CONSULTANT'Slumpsum negotiated),if applicable. Percent of work completed. Amount earned. Amount previously billed. Due this invoice. Balance remaining. Summaryof work donethis billing period. Invoice number and date CONSULTANT'S W-9 Uponrequestby the CITY the CONSULTANT shall providetheCITYwithcertified payroll data forthe WORK reflecting salaries andhourlyrates. 6.0Right of Decisions Allservices shall beperformedby the CONSULTANT to the satisfaction oftheCITY's representative,who shall decide all questions,difficulties anddisputes of whatevernaturewhichmayariseunderorbyreasonof thisAGREEMENT,the prosecution and fulfillment of the services,andthecharacter,quality,amount and valueand the representative'sdecisionsupon all claims,questions,anddisputes shall be final,conclusive and binding uponthepartiesunlesssuch determination is clearly arbitrary or unreasonable.In theeventthatthe CONSULTANT does not concurinthejudgmentoftherepresentativeastoanydecisionsmadebyhim,he shall presenthiswrittenobjectionstotheCity Manager and shall abidebythe decision oftheCity Manager. Nothinginthissection shall meantodenytherightto arbitrate,byeither party,in accordance withthe appropriateArbitrationRules of the AmericanArbitrationAssociation. Page 11 of 31 Professional Service AGREEMENT Tpepe©l2-3I-I2 (Revised SK 4-3-13.GM 6-18-13) 7.0 Ownership of Documents All reports and reproducible plans,and other data developed bythe CONSULTANT for the purpose of this AGREEMENT shall becomethe property oftheCITYwithout restriction or limitation inconnection withtheowner'suseand occupancy ofthe project.Reuseofthesedocumentswithoutwritten AGREEMENT from theCONSULTANT shall bethe CITY'S sole riskandwithout liability and legal exposure to the CONSULTANT. When each individual section oftheWORKunderthis AGREEMENT iscomplete all oftheabove applicable data shall be delivered to the CITY. 8.0Court Appearances.Conferencesand Hearings Nothinginthiscontract shall obligate theCONSULTANTto prepare foror appear in litigation on behalf of theCITYwithout additional compensation exceptfor any dispute arising outofthis contract unless the CONSULTANToritsemployeeis subpoenaed to testify asa fact witness.Theamount of such compensation forexpert preparation andtestimonyor consultation shall be mutually agreed uponandbe subjecttoa supplemental AGREEMENT approved by die City Commissioners anduponreceiptofwritten authorization fromtheCITYpriorto performance ofacourt appearance andconference TheCONSULTANT shall conferwiththeCITYat any time during construction oftheimprovement contemplated asto interpretation of plans,correction oferrorsand omissions and preparation ofany necessary plan thereoftocorrectsucherrorsand omissions or clarify withoutadded compensation. 9.0 Notices Anynotices,reportsor other written communications from the CONSULTANT to theCITY shall be considered delivered whenreceivedbytheCITY.Any notices,reportsorother communications fromthe CITYtotheCONSULTANT shall be considered delivered when received bytheCONSULTANTorits authorizedrepresentative. 10.0 Audit Rights TheCITY reserves the right.to audittherecordsoftheCONSULTANT related tothis AGREEMENT at anytime during theexecutionofthe WORK andfora period ofoneyearafter final paymentismade.This provision is applicable only to projects thatareonatime and cost basis. 11.0 Subletting The CONSULTANT shall not sublet,assign,or transfer any WORK underthis AGREEMENT withoutthe priorwritten consent of the CITY. 12.0 Warranty TheCONSULTANT warrants thatithasnot employed or retained any company or person,otherthana bona fide employeeworkingsolelyforthe CONSULTANT,to solicit orsecurethis contract andthathe has not paid or agreed to pay any company or person other than a bona fide employee working solely for theCONSULTANTany fee,commission,percentage fee,gifts oranyother considerations contingent upon or resulting fromthe award or making ofthiscontract For breach or violation ofthis warranty,theCITY shall havetherightto annulthiscontract without liability. Pagel2of3l Professional Service AGREEMENT Tpepe©!2-31-12 (RevisedSK 4-3-13,GM 6-18-13) 13.0 Termination of AGREEMENT Itis expressly understood and agreed thattheCITYmayterminate this AGREEEMENT without penalty by declining to issueNotice to Proceed authorizing WORK,inwhicheventthe CITYS sole obligation to die CONSULTANT shall bepaymentforthe WORK previously authorizedandperformedinaccordancewith the provisions ofthis AGREEMENT,such payment tobe determined onthe basis ofthe WORK performed by the CONSULTANT up to the time of termination. Upontermination,the CITY shall beentitledtoarefund of anymonies paid foranyperiod of time subsequenttodate of terminationforwhichnoworkwasperformed. 14.0 Duration of AGREEMENT This AGREEMENT is for a time period of three (3)years,commencing upon approval and execution of AGREEMENT.This AGREEMENT shall,remain in force until the actual completion of performance ofa given project awarded to the CONSULTANT,orunless otherwise terminated bythe CfTY. 15.0 Renewal Option This AGREEMENT may be renewed,atthesole discretion oftheCITY,foran additional period notto exceed atotalcontractperiod,including renewals,ofone(I)ytear. 16.0 Default In the eventeitherparty fails tocomplywiththe provisions ofthis AGREEMENT,the aggrieved partymay declare theotherparty in default andnotifyhimin writing.In suchevent,theCONSULTANT will onlybe compensatedforanycompleted professional services.In theevent partial payment has beenmadeforsuch professional services not completed,the CONSULTANT shall return such sums totheCITYwithinten (10)days afternoticethat said sumsaredue.In theeventofany litigation betweenthe parties arising outof or relating inanywaytothis AGREEMENT ora breach thereof,eachpartyshall bearitsowncostsand legal fees. 17.0 Insurance and Indemnification The CONSULTANT shall maintain duringthetermofthis AGREEMENT the insurance assetforthin "Attachment A,Insurance and Indemnification"to thisAGREEMENT. Page 13 of 31 Professional Service AGREEMENT Tpepe©I2-3M2 (Revised SK 4-3-13,GM 6-18-13) 18.0 AGREEMENT Not Exclusive Nothinginthis AGREEMENT shall preventtheCITY from employing otherCONSULTANTStoperform the same or similar services. 19.0 Codes.Ordinances and Laws The CONSULTANT agrees to abide and be governed by all duly promulgated and published municipal, County,stateand federal codes,ordinances,rules,regulations and laws ineffectatthetimeof design which haveadirect bearing onthe WORK involved onthisprojectTheCONSULTANTis required tocomplete and sign all affidavits,including Public Entity Crimes Affidavit form (attached)pursuant to FS 287.133(3)(a), as required bytheRequestfor Qualifications applicable tothis AGREEMENT. 20.0 Taxes CONSULTANT shall be responsible for all payments of federal,state,and/or local taxes related tothe Operations,inclusive of sales taxif applicable. 21.0 DrugFreeWorkplace CONSULTANT shall complywiththe Drug Free Workplace policy set forth in attachment #twowhichis madeapart of thisAGREEMENTbyreference. 22.0Independent Contractor CONSULTANT is an independent entity under this AGREEMENT and nothing herein shall be construed to createa partnership,jointventure,or agency relationship betweenthe parties. 23.0Dutiesand Responsibilities CONSULTANT agrees to provide its services during thetermofthis AGREEMENT in accordance with all applicable laws,rules,regulations,and health and safety standards ofthe federal,state,and City,which may be applicable totheservicebeing provided. 24.0 Licenses and Certifications CONSULTANT shall secure all necessary business and professional licenses atits sole expense prior to executingthe AGREEMENT. 25.0Entirety of AGREEMENT This writing embodies theentire AGREEMENT and understanding betweenthe parties hereto,and there arenoother AGREEMENTS and understandings,oral or written,with reference tothe subject matter hereofthatarenot merged hereinand superseded hereby. No alteration,change,ormodificationofthe terms of this AGREEMENT shall be valid unlessmadein Page 14 of 31 Professional Service AGREEMENT Tpepe©l2-3l-i2 (Revised SK 4-3-13,GM 6-18-13) writing and signed byboth parties hereto,and approved bytheCity Commissioner if required by municipal ordinance or charter. 26.0JuryTrial CITYand CONSULTANT knowingly,irrevocablyvoluntarily and intentionally waiveanyrighteithermay havetoa trial byjuryinStateor Federal Court proceedings inrespecttoany action,proceeding,lawsuit or counterclaim arising out of the ContractDocumentsortheperformanceof the Work thereunder. 27.0Validity of ExecutedCopies ThisAGREEMENTmaybe executed inseveralcounterparts,each of whichmaybeconstruedasan original. 28.0Rules of Interpretation ThroughoutthisAGREEMENTthemalepronounmaybesubstitutedfor female andneuterandthe singular wordssubstitutedfor plural and plural words substituted for singular wherever applicable 29.0Severability If anytermor provision ofthis AGREEMENT orthe application thereoftoany person or circumstance shall,toany extent,be invalid or unenforceable,theremainder of this AGREEMENT,orthe application of such term or provision to personsorcircumstances other thanthosetowhichit is held invalid or unenforceable,shall notbe affected therebyand each term and provision ofthis AGREEMENT shall be valid and enforceable tothe fullest extent permitted by law. 30.0 Non-Waiver CITY and CONSULTANT agree thatno failure to exercise and no delay in exercising any right,power or privilege underthis AGREEMENT onthepartofeither party shall operate asa waiver ofany right,power, or privilege underthis AGREEMENT.Nowaiver of this AGREEMENT,inwholeor part,including the provisions ofthis paragraph,maybe implied byanyactor omission and will onlybe valid and enforceable if inwritinganddulyexecutedbyeachofthe parties tothis AGREEMENT.Anywaiverofanyterm,condition or provision ofthis AGREEMENT will notconstitutea waiver ofanyotherterm,condition or provision hereof,nor will awaiver of any breach ofanyterm,condition or provision constitutea waiver of any subsequentorsucceedingbreach. 31,0 No Discrimination No action shall betakenby the CONSULTANT whichwould discriminate against anypersononthe basis of race,creed,color,national origin,religion,sex,familial status,ethnicity,sexual orientation or disability. TheCONSULTANT shall complywiththe Americans with Disabilities Act 32.0 Equal Employment In accordance with Federal,State and Local law,the CONSULTANT shall not discriminate against any employee or applicant for employment because of race,color,ethnicity,religion,sex,sexual orientation, national origin or handicap.TheCONSULTANT shall complywith all aspects ofthe Americans with Disabilities Act(ADA)during the performance ofthis contract. Page 15 of 31 Professional Service AGREEMENT Tpepe©l2-3I-I2 (Revised SK 4-3-13,GM 6-18-13) 33.0 Governing Laws This AGREEMENT and the performance of services hereunder will be governed bythe laws oftheStateof Florida,with exclusive venueforthe resolution of any dispute being acourtof competent jurisdiction in Miami-Dade County,Florida. 34.0 Effective Date This AGREEMENT shall notbecome effective and binding until it has beenexecutedbyboth parties hereto andthe effective date shall bethedateofits execution bythe last party so executing it 35.0Third Party Beneficiary It is specifically understoodand agreed thatnoother person orentity shall beathird party beneficiary hereunder,and thatnoneof provisions ofthis AGREEMENT shall beforthebenefitoforbe enforceable by anyone other thanthe parties hereto,andthatonlythe parties hereto shall haveany rights hereunder. 36.0 Further Assurances The partiesheretoagree to execute anyand all otherandfurtherdocumentsasmightbe reasonably necessaryinorder to ratify,confirm,andeffectuatetheintentandpurposesofthe AGREEMENT. 37.0 Time of Essence Time is of the essence of this AGREEMENT. 38.0Interpretation This AGREEMENT shall notbeconstruedmore strongly against eitherpartyhereto,regardless ofwhowas more responsibleforits preparation. 39.0Force Majeure Neither party hereto shall bein default ofits failure to perform its obligations under this AGREEMENT if caused byactsofGod,civil commotion,strikes,labor disputes,or governmental demands or requirements .thatcouldnotbe reasonably anticipated and the effects avoided or mitigated.Each party shall notifythe other of anysuch occurrence. 40.0 Notices Whenever notice shall be required or permitted herein,it shall be delivered by hand delivery,e-mail, facsimile transmission or certified mail,with return receipt requested and shall be deemed delivered onthe dateshownonthe delivery confirmation orifby certified mail,thedateonthe return receipt orthedate shownas the datesamewasrefused or unclaimed.Notices shall bedeliveredtothe following individuals or entitiesatthe addresses (including e-mail)or facsimile transmission numbersset forth below. To CITY:City Manager,g-fcev/e^A-V&A44 0 GP- 6130 Sunset Dr. South Miami,FL 33143 Fax:«**S-ffg^»fc3<fe~ Page 16 of 31 Professional Service AGREEMENT Tpepe©l2-3I-I2 (RevisedSK 4-3-13,GM 6-18-13) With copiesby U.S.mail to: To CONSULTANT: E-mail:6firje)(Ac*P€f<^^oi(lMl^^lf^^^ City Attorney,ThomasPepe,Esquire 6130 Sunset Dr. South Miami,FL 33143 Fax:(305)341-0584 E-mail:tpepe@southmiamifl.gov IN WITNESS WHEREOF,thisAGREEMENTisacceptedonthedatefirstabove written subjea to the terms and conditions set forth herein. TNESSESw-N CONTRACTOR R.J<Beter &Con^any,Inc. Signature:C^L <f W I -- Name:Robert J.Behar,P.E. Title:President/CEO OWNER:CITY OF SOU"D Signature: ige,Legality andExecution Professional Service AGREEMENT Tpepe©!2-31-12 (Revised SK 4-3-13,GM 6-18-13) Pagel7of3l Attachment A Insurance and Indemnification Page 18 of 31 Professional Service AGREEMENT . Tpepe©!2-31-12 (Revised SK 4-3-13,GM 6-18-13) Insurance and Indemnification I.Insurance and Indemnification Without limiting its liability,the proposingfirmshallberequired to procureand maintain atitsown expenseduring the lifeofthe Contract,insuranceofthetypesandinthe minimum amountsstated belowas will protect theproposing firm,from claims which mayariseoutof or resultfromthe proposingfirm'sexecutionofa contract withtheCityofSouth Miami forPerformance Based Audits, whether suchexecutionby the firm orbyanysub-consultant,or byanyonedirectly or indirectly employedbyanyofthem or byanyoneforwhoseactsanyofthemmaybe liable. The CONSULTANT shall not commence work on this AGREEMENT until he has obtained all insurancerequiredby the CITY.TheCONSULTANT shall indemnify andsavethe CITY harmless fromanyandalldamages,claims,liability,lossesandcausesofactionsofanykind or nature arising out ofanegligent error,omission,or act of the CONSULTANT,itsagents,representatives,employees, Sub-Contractor,or assigns,incidentto arising outof or resultingfromtheperformanceofthe CONSULTANTSprofessionalservicesunderthis AGREEMENT.The CONSULTANT shall payall claimsandlossesofanykind or naturewhatsoever,inconnectiontherewith,including the CITY'S attorney's feesandexpensesinthedefenseofanyactioninlaworequitybroughtagainstthe CITY arisingfrom the negligent error,omission,or actofthe CONSULTANT,itsagents,representatives, employees,Sub-Contractor,or assigns,incidentto,arising out of or resultingfromtheperformanceof the CONSULTANT 'S professional services underthis AGREEMENT. TheCONSULTANTagreesandrecognizes that theCITYshallnotbeheld liable or responsiblefor any claims,including the costsandexpensesof defending such claims whichmayresultfromorarise out ofactions or omissionsof the CONSULTANT,itsagents,representatives,employees,Sub- Contractors,sub-contractors,or assigns.In reviewing,approving or rejectinganysubmissions or acts of the CONSULTANT,the CITYinnowayassumes or shares responsibility or liability ofthe CONSULTANTS,Sub-Contractors,theiragents or assigns. TheCONSULTANTshallmaintainduringthe term ofthis AGREEMENT the following insurance: A.Professional Liability Insuranceona Florida approvedformintheamountof$1,000,000 with deductible per claimifany,not toexceed 5%ofthelimitof liability providing forallsumswhich the CONSULTANT shall become legally obligated topayas damages for claims arising outof theservices or workperformedbythe CONSULTANT its agents,representatives,Sub- Contractors or assigns,or byanypersonemployedorretainedbyhiminconnectionwiththis AGREEMENT.This insurance shall be maintained forfouryears Insurance and Indemnification July 25,2012 aftercompletionoftheconstructionandacceptanceofanyProjectcoveredbythis AGREEMENT.However,the CONSULTANT may purchase Specific Project Professional Liability Insurance,intheamountandundertheterms specified above,which isalso acceptable. B.Comprehensive general liability insurance with broad form endorsement,ona Florida approved form including automobile liability,completed operationsandproducts liability,contractual liability,severability ofinterestwithcross liability provision,and personal injury and property damage liability with limits of $1,000,000 combined single limit peroccurrenceand $2,000,000 aggregate,including: a.Personal Injury:$1,000,000; b.Medical Insurance$25,000perperson; Pagel9of31 Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK 4-3-13,GM 6-18-13) c.Property Damage:$500,000 each occurrence; d.Automobile Liability:$1,000,000 each accident/occurrence. C.Umbrella Commercial General Liability insurance ona Florida approved form with the same coverage asthe primary insurance policy butintheamountof $1,000,000 per claim. TheCITYmustbe named as additional "named"insured for all except Workers'Compensation and Professional Liability Insurance,and reflect the indemnification andhold harmless provision contained herein.Policy must specify whetheritis primary or excess/umbrella coverage.The CITYmust receive 10 days advance written notice of any policy modification and 30 days advance writtennoticeof cancellation,including cancellation for non-payment of premiums.All insurance must remain in full forceandeffectforthe duration ofthecontract period withthe CITY.TheCONSULTANTmust provide notonlya "certified copy"ofthe Binder butalsothe Policy itselfwiththe name,address andphonenumberofthe agent and agency procuring the insurance. D.Workman's Compensation Insurance in compliance with Chapter 440,Florida Statutes,as presentlywritten or hereafteramended. E.The policies shall contain waiver of subrogation against the CITY where applicable,shall expressly provide thatsuch policy or policies are primary overanyother collective insurance thattheCITYmay have.TheCITY reserves therightatanytime to requestacopy of the required policies forreview.All policies shall contain a "severability of interest"or"cross liability"clause without obligation forpremiumpaymentoftheCITY. F.Alloftheabove insurance required tobe provided bytheCONSULTANTistobe placed with BEST ratedA-8 (A-VIII)orbetter insurance companies,qualified to dobusinessunderthe laws of theState of Florida onapproved Florida forms. The CONSULTANT shall furnish certifiedcopies of all "Binders"or certificatesofinsurance to theCITYprior to the commencement ofoperations,which "Binders'*orcertificates shall clearly indicate thattheCONSULTANThas obtained insurance inthetype,amount,and classification asrequiredforstrict compliance withthisSectionandthatnoreductioninlimitsby endorsement during the policy term,or cancellation ofthis insurance shall beeffectivewithout thirty(30)dayspriorwrittennotice to theCITY. Compliance withthe foregoing requirements shall not relieve theCONSULTANT of his liability andobligationsunderthisSectionorunderany other portion of this AGREEMENT. CONSULTANT agreesto supply copiesof certificates of insurance totheCITY verifying the above-mentionedinsurancecoverage.CONSULTANT agreestolisttheCITYasan Additional Insured oftheCONSULTANT'S General liability insurance and shall providetheCITY quarterly reports concerning anyandallclaims. Page20of3l Professional Service AGREEMENT Tpepe©l2-3I-12 (Revised SK 4-3-13,GM 6-18-13) Exhibit 2 <(.'Affidavits and Forms" (Respondents must complete andsubmitwiththeirproposal.) Page2lof3l Professional Service AGREEMENT Tpepe©l2-31-12 (Revised SK 4-3-13,GM 6-18-13) EXHIBIT 2 AFFIDAVITS AND FORMS SUBMISSION REQUIREMENTS 1.Respondent's Sworn Statement under Section 287.1 33(3)(A),Florida Statutes,on Attachment #1 "Public Entity Crimes and Conflicts of Interest Affidavit/1 shall becompletedand providedwith the proposal submittal. 2.Neitherthe CONSULTANT,noranyof his/her/its employees shall bepermittedto represent anyclientbeforethe Commission oranyCommittee,department or agency ofthe CITY,and shall agreenottoundertakeanyotherprivaterepresentation which might createaconflictof interestwiththe CITY.The CONSULTANT may notrepresentany Commission member, individually,or,anymemberoftheir family orany business in which theCommissionmemberof their family hasan interest. 3.Allproposalsreceived will beconsidered public records.The CITY will considerailquotations usingsuch criteria as the Commission or City Manager mayadoptat either of their sole discretion.TheCONSULTANTselected will berequiredto enter intoaformal AGREEMENT withthe CITY inaform satisfactory tothe CITY,priortotheexecutionof which theCITYshall reserveallrights,including therighttochangeitsselection. 4.Respondent's Attachment #2 "Drug Free Workplace"form shall be completed and providedwith the proposalsubmittal. 5.Respondent's Attachment #3 "No Conflict of Interest Non Collusion Affidavit,"shall becompletedand provided withthe proposal submittal. 6.Respondent's Attachment #4 "Acknowledgement and Conformance with OSHA Standards,"shallbecompletedand provided withthe proposal submittal. 7.Respondent's Attachment #5 "Related PartyTransaction Verification Form"shall be completedandprovidedwiththeproposal submittal. Page22of 31 Professional Service AGREEMENT Tpepe©!2-31-12 (Revised SK 4-3-13,GM 6-18-13) ATTACHMENT #1 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST Pursuanttotheprovisionsof Paragraph (2)(a)of Section 287.133,Florida StateStatutes-"Apersonor affrliate who hasbeenplacedontheconvictedvendor list following aconvictionforapublicentitycrime maynotsubmita Bid ona Contract to provideanygoods or servicestoapublicentity,maynotsubmit aBidona Contract withapublicentityfortheconstruction or repairofapublic building or public work,maynotsubmitbidsonleasesofrealpropertytoa public entity,maynotbeawardedtoperform work asa Contractor,supplier,Subcontractor,or Consultantundera Contract withanypublicentity, andmay not transactbusinesswithanypublicentityinexcessofthethresholdamountCategoryTwoof Section 287.017,FloridaStatutes,forthirtysix(36)monthsfromthedateofbeingplacedonthe convicted vendor list". Theawardofany contract hereunder issubject to the provisionsof Chapter I 12,FloridaStateStatutes. The CONSULTANT must disclose thenameofany officer,director,partner,associate or agentwhois alsoanofficer or employeeoftheCityofSouth Miami orits agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)(a), FLORIDA STATUTES.ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I.This sworn statement issubmitted to CityofSouth Miami [print name ofthe public entity] by Robert J.Behar.P.E..President/CEO [print indmduah name and title] forRJ.Behar&Company.Inc. \print name of entity submitting sworn statement] whose business address is 6861 SW 196th Avenue.Suite 302 Pembroke Pines.Florida 33332 and(ifapplicable)its Federal Employer Identification Number (FEIN)is 65-0954070 (Iftheentityhasno FEIN,include the Social Security Numberofthe individual signing this sworn statement:]) 2.I understand thata "public entity crime"as defined in Paragraph 287.133 (I )(g),Florida Statutes,meansa violation ofanystateor federal lawbyapersonwithrespecttoand directly relatedtothetransactionof business withany public entityorwithan agency or political subdivision ofanyotherstate or ofthe United States,including,butnot limited to,any bid or contractforgoods or services to be provided toany public entityoran agency or political subdivision ofany other state or ofthe United Statesand involving antitrust,fraud,theft, bribery,collusion,racketeering,conspiracy,or material misrepresentation. 3.I understand that "convicted"or "conviction"as defined in Paragraph 287.133 (l)(b),Florida Statutes,means a finding of guilt or a conviction ofa public entitycrime,with orwithoutan Page23of 31 Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK 4-3-13,GM 6-18-13) adjudication of guilt,in any federal orstatetrial courtof record relating to charges broughtby indictment or information after July I,1989,as aresultofa jury verdict,non-jury trial,orentry of a plea ofguilty or nolocontender. 4.I understand thatan "affiliate"as defined in Paragraph 287.133 (I )(a),Florida Statutes, means: (a)A predecessor or successor ofa person convicted ofa public entity crime;or (b)Anentityunderthe control ofany natural person whois active inthe management of theentity and who has been convicted ofa public entity crime.Theterm "affiliate"includes those officers,directors,executives,partners,shareholders,employees,members,andagents whoare active inthe management ofan affiliate.The ownership byone person ofshares constitutingacontrollinginterestinany person,ora pooling ofequipmentorincomeamong personswhen not for fair marketvalueunderanarm's length AGREEMENT,shall beaprima facie case thatone person controls another person.A person who knowingly entersintoa joint venturewithapersonwhohasbeen convicted ofa public entitycrimein Florida during the preceding36 months shall beconsideredan affiliate. 5.I understand thata "person"as defined in Paragraph 287.133 (I )(e),Florida Statutes,means any natural person or entity organized underthe laws ofanystateorofthe United Stateswiththe legal powerto enter intoa binding contract and whichbidsor applies tobidoncontractsfor the provision ofgoodsorservicesledbya public entity,orwhichotherwisetransactsor applies totransactbusinesswitha public entity.Theterm "person"includes thoseofficers,directors, executives,partners,shareholders,employees,members,andagents who areactivein management of anentity. 6.Based on information and belief,the statement which I have marked below is true in relation to theentitysubmittingthisswornstatement,[indicate whichstatement applies.] JX Neithertheentitysubmittingthisswornstatement,norany of its officers,directors, executives,partners,shareholders,employees,members,oragents who areactivein the managementof the entity,norany affiliate oftheentityhasbeen charged withandconvictedof a public entitycrimesubsequent to July I,1989. .The entitysubmittingthis sworn statemsnt,_or one or more of itsofficers,directors, executives,partners,shareholders,emptoyees,members,oragents who areactivein the management of the entity,oran affiliate of theentityhasbeen charged withandconvictedofa public entitycrimesubsequent to July 1,1989. Theentitysubmittingthisswornstatement,oroneormore of its officers,directors, executives,partners,shareholders,employees,members,oragentswhoareactiveinthe management of the entity,oran affiliate oftheentityhasbeenchargedwithandconvictedofa public entitycrimesubsequentof July I,1989.However,therehasbeenasubsequent proceeding before a Hearing Officer of theState of Florida,Division ofAdministrative Hearings andthe Final Order enteredby the Hearing Officerdetermined that itwas not in the public interestto place theentity submitting this sworn statementonthe convicted vendor list, [Attachacopy of the final order.] 1 UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENTIFIED IN PARAGRAPH I (ONE)ABOVE IS FORTHAT PUBLIC ENTITY ONLY,AND THAT THISFORM IS VALID THROUGH DECEMBER 31 OFTHE CALENDAR Page 24of 31 Professional Service AGREEMENT Tpepe@l2.-31-12 (RevisedSK 4-3-13,GM 6-18-13) YEAR IN WHICH IT IS FILED.I ALSO UNDERSTAND THAT I AMREQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT INEXCESSOFTHE THRESHOLD AMOUNT PROVIDEDIN SECTION 287.017.FLORIDASTATUTES.FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.f ^ ([signature] 2M day of,20 f ^ ^Personally known or Produced identification Notary Public -State of 1p{ov-^Jlp~ My commission expires oSp 3>1?oO (Type of identification)L^j^^Jt I J-L UZANNAKADK (Printed,typedorstampedcommissionednameofnotary public) Page25of3l Professional Service AGREEMENT Tpepe©!2-31-12 (RevisedSK 4-3-13,GM 6-18-13) ATTACHMENT #2 "DRUG FREE WORKPLACE" Whenevertwoormore Bids which are equal with respectto price,quality and service arereceivedby theState or byany political subdivisions forthe procurement ofcommodities or contractualservices,a Bid received froma business that certifies thatithas implemented a drug-free workplace program shall be given preference in die award process.Established proceduresfor processing tie Bids will be followed ifnoneofthetied vendors have a drug-free workplace program.In orderto have a drug-free workplaceprogram,abusiness shall: 1.Publish astatement notifying employees thatthe unlawful manufacture,distribution,dispensing, possession,or useofacontrolledsubstanceisprohibitedintheworkplaceand specifying the actionsthat will betaken against employeesforviolationsofsuch Prohibition. 2.Informemployees about thedangersofdrugabuseintheworkplace,the business'policyof maintaining adrug-free workplace,any available drug counseling,rehabilitation,andemployee assistanceprograms,andthepenaltiesthatmaybeimposeduponemployeesfordrugabuse violations. 3.Giveeachemployee engaged in providing thecommoditiesorcontractualservices that are under Bid acopyof the statement specified inSubsection (I). 4.In the statement specified inSubsection (I),notifythe employees,that,asaconditionofworking on the commodities or contractualservices that are under Bid,the employee will abideby die terms ofthe statement and will notifytheemployerofanyconvictionof,orpleaofguilty or nolocontenderto,any violation ofChapter893 or ofanycontrolledsubstancelawofthe UnitedStates or anystate,fora violation occurringintheworkplacenolaterthan five (5)days after such conviction. 5.Imposeasanctionon,orrequire the satisfactory participation inadrugabuseassistance or rehabilitation program,ifsuchis available inthe employee's community,byanyemployeewhois so convicted. 6.Makeagoodfaithefforttocontinueto maintain adrug-freeworkplacethroughimplementation of this section. As the personauthorizedto sign thestatement,I certify that this firm complies fully with the above requirements. PROPOSER'S <~3 y/n Signature:7+-»«^*-*—* PrintName:RobertJ.Behar.P.E..President/CEO Date:Q><~24-*$ Professional Service AGREEMENT Tpepe©!2-31-12 (Revised SK 4-3-13,GM 6-18-13) Page26of3l ATTACHMENT #3 "NO CONFLICT OF INTEREST/NON COLLUSION AFFIDAVIT" Submittedthisdayof ,20 , Theundersigned,asCONSULTANT,declares that theonlypersons interested inthis AGREEMENT are namedherein;that no other personhasany interest inthis AGREEMENT; That this response ismade without connection or arrangement withany other person;and that this response isinevery respect fairandmadeingoodfaith,without collusion or fraud. The CONSULTANTagreesifthisresponse/submissionisaccepted,to execute an appropriate CITY document forthepurposeofestablishingaformalcontractualrelationshipbetweentheCONSULTANT andthe CITY,forthe performance ofallrequirements to whichtheresponse/submissionpertains. The full-names andresidencesofpersonsand firms interested intheforegoing bid/proposal,as principals,are asfollows: Robert J.Behar.P.E..President/CEO.12090 SW 26*Court Davie.Florida 33330 luan H.Vazquez.P.E..Vice President.13390 SW 26*Street.Davie.Florida33325 The CONSULTANT further certifies thatthis response/submission complies with section 4(c)ofthe Charterofthe City of South Miami,Florida.That,tothebestofits knowledge and belief,no commissioner,Mayor or other officer or employee ofthe CITY hasaninterest directly or indirecdy in the profits or emoluments ofthe Contract,job,wopk or service to which the response/submission pertains.\gO /J Signature:^f—•*t>M>L— PrintedName:Robert J.Behar.P.E. Title:President/CEO Telephone:954-680-7771 CompanyName:R.J.Behar&Company.Inc. NOTARY PUBLIC: STATE OF 1^Vcrv^si2^ COUNTY OF ^Vcsvo^^ Page27of 31 Professional Service AGREEMENT Tpepe©!2-31-12 (Revised SK 4-3-13,GM 6-18-13) The foregoing instrument was acknowledged before me this 2Mday of yrfjwZ*'.20'by tvob^v-T J -cr^^k-Q/^Ofname of person whose signature is being notarized)who is fJ/Personally known or..(^Personally known or Personal identification SEAL UZANNAKADtR #l!%MYCOMWSSlON#ffi8804(IO EXPIRES:MAY 13,2017 2sr Professional Service AGREEMENT Tpepe©!2-31-12 (Revised SK 4-3-13,GM 6-18-13) Page 28of 31 Type of IdentificationProduced ,Did take an oath,or [^/Did Not take an oath. Lizanna Kadir k^T^P<^' (Name of Notary Public:Print,Stamp or type as commissioned.) ATTACHMENT #4 "ACKNOWLEDGEMENT AND CONFORMANCE WITH OSHA STANDARDS'* TO THE CITY OF SOUTH MIAMI We,R.J.Behar&Company.Inc.,(Nameof Contractor),herebyacknowledgeandagree that as CONSULTANT,asspecifiedhavethesole responsibility forcompliancewithall the requirements of the FederalOccupationalSafetyandHealthActof 1970,andallStateandlocalsafetyandhealth regulations,andagreeto indemniiy andhold harmless theCityofSouth Miami againstanyand all liability, claims,damages,lossesandexpensestheymayincurduetothe failure of(subcontractor's names): to complywithsuch act or regulation CONTRACTOR Witness BY:Robert J.Behar.P.ET Name President/CEO Title Page29of 31 Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK 4-3-13,GM 6-18-13) ATTACHMENT #5 •'RELATED PARTY TRANSACTION VERIFICATION FORMM I,Robert j.Behar.individually and on behalf ofRj.Behar &Company.Inc.("Firm") [Name ofRepresentative][CompanylVendortEntfy] have readtheCityofSouth Miami (CITY)'s Codeof Ethics,Section 8A-I ofthe CITTs Codeof Ordinances and I hereby certify,under penalty of perjury that to the best of my knowledge,information and belief: 1.Neither I northe Firm have any conflict of interest (as defined in section 8A-I)with regard to thecontractor business that I,and/orthe Firm,am (are)abouttoperform for,ortotransact with,the CITY,and 2.Neither I norany employees,officers,directors ofthe Firm,nor anyone who has a financial interestgreaterthan 5%inthe Firm,hasany relative(s),as defined insection 8A-I,whoisan employeeofthe CITY or whois(are)an appointed orelected official ofthe CITY,or who is(are)a member of any public body created by the City Commission,i.e.,a board or committee of the CITY,and 3.Neither I northe Firm,noranyonewhohasa financial interest greater than 5%inthe Firm,nor any member ofthose persons'immediate family (i.e.,spouse,parents,children,brothersand sisters)has transacted orenteredinto any contracts)with the CITY or has a financial interest, directorindirectin any business being transacted with the CITY,or with any person or agency acting forthe CITY,otherthanas follows:(use aseparatesheetto supply additional information that will notfitonthis line but make reference tothe additional sheet which mustbe Signed under oath). 4.No elected and/or appointed official or employee ofthe City of Miami,or any oftheir immediate family members (Le.,spouse,parents,children,brothersandsisters)hasa financially interest,directlyor indirectly,in the contractbetweenyouand/oryour Firm andthe CITY other thanthe following individuals whoseinterestissetforth following their names: (usea separate sheet to supplyadditionalinformation that will not fitonthislinebutmakereference tothe additional sheet which mustbe signed under oath).The names of all CITY employees and that ofallelected and/or appointed CITY officials orboardmembers,whoown,directly or indirecdy,an interest of five percent (5%)or moreof the totalassetsofcapital stock in the firm are as follows: _(useaseparate sheet to supply additional information that will notfitonthislinebutmakereference to the additional sheet whichmustbesigned under oath). 5.I andtheRrmfurtheragreenottouseorattempttouseany knowledge,propertyorresource whichmay come to usthrough our positionof trust,or through our performance of our duties under the terms ofthe contract withthe CITY,to securea special privilege,benefit,or exemption forourselves,or others.We agree that wemaynotdisclose or useinformation,not available tomembersofthegeneral public,for our personal gain or benefitorforthe personal gain orbenefitofany other person or business entity,outsideof the normal gain or benefit anticipatedthrough the performanceofthecontract. Page30of 31 Professional Service AGREEMENT Tpepe©l2-3l-!2 (Revised SK 4-3-13,GM 6-18-13) I andthe Firm hereby acknowledge thatwehavenotcontractedortransactedany business with theCITYoranypersonor agency acting fortheCITY,andthatwehavenot appeared in representation ofanythird party before any board,commission or agency oftheCITYwithin the past two years other thanas follows:(useaseparatesheettosupply additional information that will not fitonthislinebutmake reference to the additional sheet whichmustbesigned underoath).Neither 1norany employees,officers,or directors ofthe Firm,nor any of their immediate family (i.e.,asaspouse,son,daughter,parent,brotherorSister)is related byblood or marriage to: (i)any member oftheCityCommission; (ii)any CITY employee;or (ill)anymemberofanyboardor agency oftheCITYotherthanas follows: (useaseparate sheet tosupply additional information that will not fiton this line but make reference to the additional sheet which must besigned under oath). 7.No other Firm,noranyofficersordirectors of that Other Firm oranyone who hasa financial interest greaterthan5%inthat Other Firm,noranymemberof those persons*immediate family (Le„spouse,parents,children,brothersandsisters)noranyofmyimmediate family members (hereinafterreferredtoas "Related Parties")hasrespondedtoa solicitation bytheCITYin which I or the Firm that I represent oranyone who hasa financial interest greaterthan5%in the Firm,orany member ofthose persons1 immediate family (Le.spouse,parents,children, brothers andsisters)havealsoresponded,other than the following: ,(useaseparate sheet to supply additional information that will not fit on this line but make reference to the additional sheet which must besignedunderoath). 8.I and the Firm agreethatweareobligated to supplementthisVerificationFormandinform the CITY ofanychangeincircumstancesthatwouldchangeouranswers to this document. Specifically,after the opening of anyresponsestoa solicitation,I andthe Firm havean obligation to supplement thisVerificationFormwith the nameof all RelatedParties who havealso respondedtothesame solicitation and to disclosethe relationship ofthose parties tomeand the Firm. 9.Aviolationofthe CITY's Ethics Code,the giving ofany false informationorthe failure to supplementthis Verification Form,maysubjectmeorthe Firm toimmediateterminationofany AGREEMENT with the CITY,and the imposition ofthe maximum fineand/orany penalties allowed by law.Additionally,violations maybe considered by and subjectto action bythe Miami-Dade County Commissionon Ethics. Underpenalty of perjury,I declarethat I havemadea diligent effortto investigate thematterstowhich I am attesting hereinabove and that the statements made hereinabove are true and correct to the best of my knowledge,information and~Be1tef./j Signature:%j --dxStL*-* PrintName&Title:Robert J.Behar.P.E.President/CEO Date:6>-Z4~fZ ATTACHED:Sec.8A-1 -Conflict of interest and code of ethics ordinance. Page 31 of 31 Professional Service AGREEMENT Tpepe©l2-3I-I2 (Revised SK 4-3-13,GM 6-18-13)