Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
3
THE CiTY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: FROM: DATE: The Honorable Mayor & Members of the City Commission Steven Alexander, City Manager September 15, 2015 Agenda Item NO'~ SUBJECT: A Resolution authorizing the City Manager to pay Bermello Ajamil & Partners, Inc to complete engineering documents for City Welcome Signs. BACKGROUND: This project is for the design and development of construction documents for City of South Miami Welcome Signs to be installed at the entryways for the City. The design will include a gateway monument sign to be placed at Fuchs Park and a prototypical gateway/entry sign to be implemented at various City entry sites. AMOUNT: ACCOUNT: Bermello Ajamil & Partners, Inc. has submitted a proposal in the amount of $40,225 to develop construction documents for the entry signs for the City. A contingency in the amount of $4,000 will be included over the proposal amount to address for unknown factors that may arise during the work and for permitting fees. In accordance with and pursuant to Florida Statute 287.055 for CCNA, Bermello Ajamil & Partners, Inc. was one of the firms selected to provide professional engineering services. The City negotiated hourly rates with the firm and entered into a professional service agreement with Bermello Ajamil & Partners, Inc. to perform engineering services for the City. Amount not to exceed $44,225 The expenditure shall be charged $44,225 to the Capital Improvements Program Fund account number 301-1790-519-6450 which has a balance of $200,994 before this request was made. ATTACHMENTS: Resolution Proposal Professional Service Agreement CCNA Consultant Project list 1 2 RESOLUTION NO.: _____ _ 3 A Resolution authorizing the City Manager to pay Bermello Ajamil & Partners, Inc to 4 complete engineering documents for City Welcome Signs. 5 6 WHEREAS, the Mayor and City Commission wish to provide City entry welcome signs; 7 and 8 9 WHEREAS, the City desires to hire a consultant to complete professional engineering 10 documents for the City; and 11 12 WHEREAS, in accordance with and pursuant to Florida Statute 287.055 for CCNA, the 13 City Manager has negotiated an agreement with Bermello Ajamil & Partners, Inc. who was one 14 offive (5) consultants previously selected to perform professional services for the City. 15 16 WHEREAS, the City Manager has negotiated the price for the services to be rendered 17 which does not exceed the sum of $40,225. 18 19 WHEREAS, the City desires to provide a contingency of $4,000 over the proposal 20 amount for unknown factors that may arise during the work and for permitting fees; and 21 22 23 24 WHEREAS, the total expenditure is not to exceed $44,225; and 25 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE 26 CITY OF SOUTH MIAMI, FLORIDA THAT: 27 28 29 Section 1: The City Manager is authorized to pay Bermello Ajamil & Partners, Inc., for 30 an amount not to exceed $40,225 in accordance with the form of Professional Service 31 Agreement that was approved by the City Commission by resolution 151-13-13969 to complete 32 engineering documents for City Welcome Signs. The City Manager is authorized to expend an 33 additional $4,000 over the proposal amount for unknown factors. 34 35 Section 2: The expenditure shall be charged to the Capital Improvements Program Fund 36 account number 301-1790-519-6450 which has a balance of $200,994 before this request was 37 made. 38 39 Section 3: If any section clause, sentence, or phrase of this resolution is for any reason 40 held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect 41 the validity ofthe remaining portions ofthis resolution. 42 43 44 Section 4: This resolution shall become effective immediately upon adoption. 45 46 47 48 49 PASSED AND ADOPTED this ___ day of _____ ----', 2015. 50 51 52 53 54 55 56 57 58 59 60 ATIEST: CITY CLERK READ AND APPROVED AS TO FORM LANGUAGE, LEGALITY AND EXECUTION THEREOF 61 CITY ATIORNEY 62 63 APPROVED: MAYOR COMMISSION VOTE: Mayor Stoddard Vice Mayor Harris Commissioner Edmond Commissioner Liebman Commissioner Welsh S!3rmelio Ajamil a Pal'tllElrs, Inc. August 14. 2015 Ricardo A. Ayala, P.E. Capital Improvement Project Manager City of South Miami Public Works and Engineering Department 4795 Southwest 75 th Avenue MiamI, Florida 33155 RE: City of South Miami Citywide Gateway/Entry Signage Design Protesslonal Architectural and Engineering (A/E) Services Proposal Mr. Ayala: Architecture Engineering Planning Interior Design Landscape Architecture B&A is pleased to submit this proposal for Professional A/E Services necessary for the design of one (1) vehicular-scale, gateway monument sign to be placed at Fuchs Park and one (1) smaller, prototypical gateway/entry sign to be implemented at one identified site and various yet to be determined (future) sites citywide. We have detailed below for your review and approval our Professional Services Fee Proposal consisting of our understanding of the Project Description, the Scope of Services required, as well as the requested proposed cost for professional services. Project Description At our, August 3, 2015, meeting, the City Manager and staff identified Fuchs Park as the preferred location for the City's principal gateway monument sign. We understand that the sign will be situated at the approximate intersection of SW 80 th Street, SW 65 th Avenue and USI and replace the existing wooden sign present at this location. This proposal includes the A/E services necessary to: design the sign and its immediate context (schematic design and design development phases); detail the sign and site improvements for construction and permitting (construction documents phase); solicit bids for the construction of the sign (bidding and award phase); and provide oversight during the construction of the sign (construction administration phase). At this same meeting, it was also determined that a smaller, vehicular-scale gateway/entry sign would be placed at the intersection of USI and SW 57 th Avenue; this sign will likely be placed on the swale at the edge of the road (not in the median) and be limited to 4-6 feet in width. This proposal includes the A/E services necessary to: design the sign and its immediate context (schematic design and design development phases); detail the sign and site improvements for construction and permitting (construction documents phase); solicit bids for the construction of the sign (bidding and award phase); and provide oversight during the construction of the sign (construction administration phase). 260 I South Bayshore Drive' 10,h Floor' Miami' Florida' 33133 . Main 305 859 2050 . Fax 305 860 3768 »www.bermelloajamil.com City of South Miami Citywide Gateway/Entry Signage Design Professional (A/E) Services Proposal August 14, 2015 page 2 of 5 It was also expressed to us that the gateway/entry sign designed for the intersection of USl and SW 57 th Avenue shall serve as the City's prototype entry sign design and will be implemented citywide at future sites to be determined by the City. The design concept developed as part of our proposed services will establish the standard to be incorporated into future entry sign site designs throughout the City of South Miami. This proposal also includes a separately itemized "repeat fee" for the AlE services necessary to adapt the prototype sign design to future sites, including: adapt the context/site design at each specific future site (schematic design and design development phases); detail the site improvements for construction and permitting (construction documents phase); solicit bids for the construction of the sign (bidding and award phase); and provide oversight during the construction of the sign (construction administration phase). Scope of Services Design Objectives We will comprehensively assess the City of South Miami's identified sites for opportunities to adequately place each gateway and/or entry site. Our proposed services include: Architecture; Landscape Architecture and Planning; Environmental Signage and Graphic Design; and Project Management services. We will address each of the following enhancements as they relate to the placement and design of the proposed sign (s): I. Aesthetics Image a. Establish a citywide precedent for a prototype sign design solution that is creative and cost effective. b. Define a distinctive image and design that expresses the City of South Miami's historic, environmental and cultural context. II. Sustainable Design Issues a. Determine opportunities for environmental enhancements with native plant materials, Xeriscape landscape improvements and habitat. b. Consider solar-powered lighting fixtures where practical III. Community Benefits a. Define enhancement opportunities that visually integrate and respond positively to neighboring communities. 2601 South Bayshore Drive' 10th Floor' Miami' Florida' 33133· Main 305 859 2050· Fax 305 860 3768 ;.www.bermelloajamil.com City of South Miami Citywide Gateway/Entry Signoge Design Professional (A/E) Services Proposal August 14. 2015 page 3 of 5 b. Define suitable locations that will mitigate potentiol visual and noise impacts with both hardscape ond landscape solutions. SCOPE OF WORK B&A's proposed scope of work addresses the following key project requirements and functions: • Provide an innovative gateway and entry sign design concept that creatively responds to the identified locations and which can be easily adapted to future proposed sites within the City. • Develop practical and cost-effective methods for implementation of the design in future sites/locations and considering future maintenance, security and safety standards. • Develop a design that respects and preserves the communities and surroundings where future signs will be placed The specific tasks to be performed in this scope of work are divided into two parts: Part 1 -Data Gathering and Analysis I. Kick-off meeting -Kick-off meeting between design consultant team s and appropriate City staff to review, confirm and revalidate the sites proposed at our August 3, 2015 meeting. II. Collection ot data -Existing plans and surveys will be obtained and, with the City's assistance, a cursory due-diligence investigation with regards to underground utilities, easements, aerial restrictions, etc. undertaken at each site. The City shall provide, if available, record drawings, site surveys and CAD files of the proposed sites. In addition, B&A will collect available information from other sources/agencies such as FDOT and coordinate pertinent City standards for security, maintenance or other applicable operational goals and standards. B&A will visit each proposed site to perform a visual assessment of each site's conditions and constraints. a. Visit the selected sites to pertorm a photographic inventory of the existing conditions. b. Understand the existing abutting land uses and opportunities that exist for enhancements at each site. c. Each site will be studied and photographed independently as a basis for developing the opportunities and constraints plans in the next phase. d. Coordination meetings will be organized with the City's staff to jointly evaluate and determine the existing conditions. e. Collected as-built information and surveys provided by the City, FDOT or other will be used for the preparation of the enhancement plan for each site. 260 I South Bayshore Drive' 10,h Floor' Miami' Florida' 33133 . Main 305 859 2050 . Fax 305 860 3768 ...www.bermelloajamil.com City of South Miami Citywide Gateway/Entry Signage Design Professional (A/E) Services Proposal August 14, 2015 page 4 af 5 III, Regulations -B&A will perform a review of existing land use and any appropriate zoning documents with the various authorities and permitting agencies that may have jurisdiction over each proposed site, We understand (as described at our August 3, 2015 meeting) that the proposed gateway and entry sign design will be exempt from compliance with the City's sign code/ordinance requirements. Deliverables in the Data Gathering and Analysis phase will include: • Overall Vicinity/Location plan showing the locations of all sites included under this scope of services • Photographic documentation of existing sites. • Summary of gathered land use, zoning and permitting (code-compliance) information, Pari 2 -Design Phase I, In this phase, B&A will develop the prototype gateway and entry sign design to be implemented at the identified and future sites. II, B&A will also design the site context for the two (2) specific identified sites, The plans will address the proposed enhancements for each site, Detailed plans, conceptual sections or elevations will be developed to show all of the proposed improvements in each of the sites, III, B&A will assist the City during the solicitation for construction bids and awarding of the construction contract IV, Construction oversight and administration Deliverables for the Design Phase for each of the identified sites will include: • Overall vicinity/location plan showing all sites in project scope • Site Plan for each site • Elevations/Sections showing improvements on each site • Technical information on each of the proposed improvements • Construction drawings sufficiently detailed and specifications (as applicable/necessary) to obtain a building permit and solicit bids for the construction of the proposed signs and site enhancements Basic Services Fee COMPENSATION Based on the understanding of the above mentioned Scope of Services and the time required to carry out the tasks which are part of this Project; we have estimated an Architectural and Engineering Basic Services Fee of Forty Thousand, Two Hundred Twenty Five Dollars ($40,225,00), 260 I South Bayshore Drive' 10'" Floor' Miami' Florida' 33133 . Main 305 859 2050 . Fax 305 860 3768 )pwww.bermeiloajamil.com City of South Miami Citywide Gateway/Entry Signage Design Professional (A/E) Services Proposal August 14.2015 page 5 of 5 This proposed AlE Basic Services have been computed on a lump sum basis and includes: l. Design of one [l) vehiculor-scale) principal gateway [monument sign) at Fuchs Park, inciuding Site Context Design 2. Design of one [l) smaller [±4-6 foot wide), vehicular-scale, prototype entry sign design at to be placed on the swale located at the intersection of USl and SW 57'h Avenue, inciuding Site Context Design. In addition, this proposal includes a "Repeat Fee" in the amount of Four Thousand Dollars [$4,000.00) to provide, at the City's discretion, Site Context Design services for future sites to be determined. These services will take the prototype entry site design developed within the Basic Services of this proposal and adapt the design to the requirements of each future specific site. The fee provided herein shall apply to each specific additional site. The compensation above is based on the following: • Does not include presentations to outside agencies [other than City staff) such as FOOT, Miami- Dade County, any other cities, municipalities, agencies, etc. • Does not include any 3-D renderings or visualizations • Does not include any site surveys. A Cad file of the survey to each site shall be provided by City. Alternately, surveys can be commissioned by B&A as a reimbursable expense or additional service. We look forward to collaborating with the City of South Miami and being of service on this prominent project. As always, please feel free to contact us if you have any questions. Raul Carreras Partner 2601 South Bayshore Drive' 10'" Floor' Miami' Florida' 33133· Main 305 859 2050· Fax 305 8603768 )il-www.bermeiioajamil.com PROFESSIONAL SERVICE AGREEMENT General An:hllectural and Engineering Services THIS AGREEMENT mede and entered Into this b~ day of July, 2015 by and between \he CITY OF SOUTH MIAMI, a pollllcalsubdlvlslon of the Stete of Florida and Bennello, Ajamll & Parlners, Inc., authorized to do business In \he State of Florida, hereinafter refenad to a8 the ·CONSULTANT". In consideration of the premi888 and the mutual covenants contained In this AGREEMENT, \he CITY OF SOUTH MIAMI, through Its City Manager, agrees to !dtha CONSULTANT to the City's roster of professional service providers for a period ending on ~(., I 'lP /6 , and the CONSULTANT agrees to be available, continuing besis, jlerIonn professional services In connection with proJect(s) where the basic estimatad consiruction costs of each Individual project does not excead $2,000,000.00 or where the Individual study does not exceed $200,000.00, hareln after called the ·SERVlCES·. 1.0 General Provisions 1.1 The CONSULTANT may be awanIad work and Issued a Notice to Procead to provide professional services for a project, for a portion of a project, or for discrete tasks on a projacl Addlllonal Professional Services, for the purpose of reviewing work perfonned by other professional consultants or for other miscellaneous engineering services that may be required. 1.2 A Notice to Proceed will be issued on an as needed besls at the sole discretion of the City Manager, or his designee, hereinafter reterrad to as ·CITY". The City of South Miami reseMlS, at all times, the right to perfonn any and all engineering work in-house or with other engineers. This AGREEMENT does not confer on \he CONSULTANT any exclusive rights to perform work on behalf of the City of South Miami, nor does II obllgata the City of South Miami In any manner to guarantee work for the CONSULTANT. The CONSULTANT may submit proposals for any professional sarvlces for which proposals may be pubHcty solicited by the City of South Miami outslda of this AGREEMENT. 1.3 The CITY wiD confer with tha CONSULTANT bafore any Notice to Prooead Is Issued III discuss tha scope of the work; the time needed to complete \he WORK and the fee for the servloes to be rendared In connection with the WORK 1.4 The CONSULTANT will submit a proposal upon th.e CIlY'S request prior to the Issuance of a Notice III Prooead. No payment will be mada for the CONSULTANT'S tima and services in connection with the preparation of any proposal. 1.5 The CITY agrees that it will furnish III the CONSULTANT plans and other data available In the CITY files pertaining III the WORK to ba perfonned under this AGREEMENT promptly after each Notice toProcead. • 1.6 The CONSUl TANTagrees to produce and dls1rIbute minutes, promptly after aaoh meeting convened andIor conducted by the CONSULTANT concerning the WORK. 1.7 The CITY may designate a representative who, on behalf of the City Manager shall exemina the documents submltlad by \he CONSULTANT and shall render decisions promptly, to avoid Professional Service AGREEMENT Tpapd09..()6..13 Page 1 of21 unreasonabla delay In Ute progress of Ute CONSULT ANrS services. The CONSULTANT shall keap Uta CITY'S rapntsantetlva advlsad on Ihe project sIelus at all times. 1.8 The CITY agrees to Issua all dlractlve8 and approval In wrfIIng. 2.0 Pmfess!onal Servlcas 2.1 Genera! S.ryIcas The profa88lanal aarvlcaslo be provldad by the consultant may be one or more of Ut. following. and Includa but not limited to: A. Roadway EngineerIng 10 Include streets. aldewalk, curb, gutt .... draInage, aeaocIatad traffic control devices. strippIng. lighting. Imgation, speed reduction devlcas and resIdential landscaping. B. Drainage Design Includes Uta necessary analysis naadad to Implement proposed drelnegelmprovamants. preparation of paving and drainage plan for munIcipal buildIng and facllll.... . C. Civil Englnesrlng. to Includ. DIstribution Syst.ms Imprcvament I Analysis and dealgn and Sanitary Sewer System Evaluation and daeign. D. Environmental Engineering. Including. site Invaetigation and destgn neadad to prepBnl remadlatlon plans to mitigate underground aIorega tanks. hazardous waate mat.rlals and asbeslos materials. E. Trame Engineering Services wiD Include dally volume counts. dste analysis. preparation of conceptuallmprovaments plan. presanl reports and recommendations to stakeholders and preparation of final Iraffic englnaerlng report. F. Archltactural Services to provide drawings and specillcatfons for new constructions as wall as additions and renovations; attend meRtings with City staff and presentations to City Commission; provide ptans devalopad on AutoCAD latest version and copies of reproducible hard copy and dlsk.1ta of plans In Ute requestad format. G. Landscape Architecture Including providing drawings and specifications for landscape projecla; alte master plannIng, analysis and desIgn, urban dsslgn plans/conoapt dlagrems, open spsce planning, analysis and dealgn; community planning, analysis and dealgn; nalurel resource planning analysis and deallln; Parks daslgnj renderings/modeling; provide plans davaloped on AutoCAD lalast vanIion and cop ... 01 . reproducible hard copy and dlskette of pians In Ute requaalad format. H. Registered Surveying and Mapping Other Incidental 88l'lllcas assoclatad to Ute abova Items. 2.2 DMlpn & CQnstruptkm .. BasIc SaNlC8§ Th. Basic ServIces, lor daalgn and construction. consist of six (8) ph8888 described In Paragraph 2.2.1 Utrough 2.2.8. The scope outtlnad below Is applicable In Ita en\lnlty to proJac\s for which comptatad Baale Services ara auUtorizad. Upon auUto~zation 10 procaad from Uta CITY, Ute CONSULTANT egreas 10 provide comptate professional sarvices for any porIIon or ell 01 Uta six Pheses outllnad below applicable \0 Ita profa88lon. The CONSULTANT agrees \0 co-ordlna\e Ita effort wlUt Utet 01 any other provldarB of professIonal sarvlcas 1o assura a coordinated and complate WORK. In a mulU· pr0fa88lonally consulted pro]act. Ute lead CONSULTANT. as dealgnated by Ute CITY, shall prepara Ute final bid package Includlng bid documents and specifications. whIch shall be prepared by, and be Ute responsIbility 01 Ute respactlva dlaclpllnas. Profa88lonel ServIce AGREEMENT TpapaCIjI09-08-13 Page20121 2.2.1 Phase I-Preliminary and Schematic Design: A. The CONSULTANT shall confer with representatives of the CITY and the end user to determine the full scope of the Project that will meet the program requirements, and shall advise the CITY if, in the CONSULTANT'S opinion, the allocated funds are adequate to accomplish the program requirements, as defined by an individual purchase order for the specific work to be performed. B. The CONSULTANT shall use proper and adequate design control to assure the CITY that the program requirements will be mel C. The CONSULTANT shall prepare a Design Concept and Schematic Report, comprising of the Project Timetable (Master Schedule), Planning Summary (unless advised otherwise), Schematic Design Studies (unless advised otherwise) as defined below, and the Statement of Probable Construction Cost. D, The Proposed Project Timetable shall consist of a schedule showing the proposed completion date on each Phase of the Project through design, bidding, construction, and proposed date of completion. E, The Planning Summary (unless advised otherwise) shall consist of a vicinity plan and blowup of the Site (if applicable) showing Project orientation, and a brief summary of all pertinent planning criteria used for the Project. F, The Schematic Design Studies (unless advised otherwise) shall consist of all plans, elevations, sections, etc. as required to show the scale and relationship of the parts and the design concept of the whole. A simple perspective sketch, rendering, model or photograph thereof may be provided to further show the design concept. G, The CONSULTANT shall present the Schematic design studies to the appropriate commission, committee, agency or board (hereinafter collectively referred to as "Boards") for their approval when the project requires such approval. The Consultant shall make copies necessary for presentation to the Board at no additional cost to City. H, The CONSULTANT shall present the schematic design studies to all the appropriate utility companies (such as FPl, Southern Bell, Dynamic Cable, MDWASA, etc.) for any conflict with their utilities. I, The Statement of Probable Construction Cost shall include estimated cost of the Project including fixed equipment, professional fees, contingencies (if any), escalation factors adjusted to the estimated bid date, movable estimate (if any), and utility service extensions (if applicable). The CONSULTANT'S opinions of probable Total Project Costs and Construction Cost are to be made on the basis of the CONSULTANT'S experience and qualifications and represent CONSULTANT'S best judgment as an experienced and qualified professional, familiar with the local construction industry and prices. J. The CONSULTANT shall submit and present two (2) copies of all documents required under this Phase, without additional charge, for approval by the CITY and it shall not proceed with the next Phase until directed by the CITY In writing. 2,2.2 Phase 11 -Study and Desjgn Development: A. From the approved Schematic Design documents, the CONSULTANT shall prepare Design Development Documents, comprising the drawings, outline specifications and other Professional Service AGREEMENT Tpepe©09-06-13 Page 3 of 21 documents to fix and describe the size and character of the entire Project as to construction and finish materials and other items incidental thereto as may be appropriate and applicable. B. The Design Development Documents shall comprise the Proposed Project Timetable (updated), Outline Specifications, Updated Statement of Probable Construction Cost, and Design Development Drawings, etc., as required to cleariy delineate the Project. If the Updated Statement of Probable Construction Cost exceeds the allocated funds, feasible cost or scope reduction options shall be Included. c. The CONSULTANT shall submit and present two (2) sets of all documents required under this Phase, without additional charge, for approval by the CITY and not proceed with the next Phase until directed by the CITY in writing. D. The CONSULTANT shall at all times monitor the Probable Construction Costs to make certain they remain within the total allocated budget. A Notice to Proceed to Phase 11/ will not be Issued if the latest statement of Probable Construction Cost exceeds the total allocated funds. 2.2.3 Phase III -Final Design I Construction Documents Development: A. From the approved Design Development Documents, the CONSULTANT shall prepare Final Construction Documents setting forth In detail the requirements for the construction of the Project including the Proposal (Bid) Form and other necessary information for bidders, Condnlons of the Contract, and Complete Drawings and Specifications. The CONSULTANT shall use Construction Specifications Institute (CSI) Standards and the City of South Miami Standard forms for the preparation of the proposal (bid) forms, Instructions to Bidders, conditions of Contract and Specifications. The CONSULTANT shall review all existing City Specifications, for completeness prior to use and shall supply all needed additional specifications. The final draft of the construction documents shall meet the requirements of and be approved by the City Attorney. B. The Construction Documents shall be prepared in a manner that will assure clarity of line work, notes, and dimensions when the documents are reduced to 50% of their size. All drawings shall be on 24" x 36" paper ("D" size), on the CITY's standard sheet format, unless approved otherwise. C. All construction documents shall be submitted in both "hard copy" and electronic media in a' mutually agreed upon electronic format, but generally as follows: 1. Non-drawing submittals in Microsoft Office Word fOrmat. 2. Drawings in AutoCAD format. 3. GIS files should be in ArcView format Version 3.2. D. When the development of the drawings has progressed to at least 50% completion in Phase III, the CONSULTANT shall submit two (2) copies to the CITY 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 documents is received from the CITY in wming. The CONSULTANT shall make all changes to documents required by the CITY before proceeding further. A set of the revised documents shall be returned to the CITY after incorporating all of the changes, if any. F. A Notice to Proceed for the completion of Phase 11/ will not be issued if the latest Statement of Probable Construction Cost exceeds the total allocated funds, unless the CITY increases the Professional Service AGREEMENT Tpepe©09-06-13 Page 40f21 total allocated funds or the CONSULTANT and the CITY agrees on methods of cost reductions sufficient to enable construction within the project budget. 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 the final draft of all drawings, specifications, reports, programs, etc., without additional charge, for a final review and comments or approvals. H. The CONSULTANT shall make all the necessary presentations to the appropriate CITY Boards which would be normally required of any construction project (such as Environmental Review Board, Historical Preservation Board etc.) for the final approval. I. The CONSULTANT at no extra cost to the CITY shall make all required changes or additions and resolve all questions resulting from Board review (see paragraph H) if the changes or additions do not alter the scope of the project as determined under paragraph 2.2.1 A. The 100% complete final Construction Documents shall be returned to the CITY for final approval. Upon final approval by the CITY, the CONSULTANT shall furnish to the CITY drawings and specifications, without additional charge to the CITY for bidding purposes, unless instructed otherwise, and be reimbursed for costs associated with the reproduction and transmittal of same. 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. The CONSULTANT shall respond to all technical questions from regulatory agencies. The CONSULTANT shall modify, at no additional cost to CITY, in order to acquire the necessary permHs. 2.2.4 Phase IV -Bidding and Negotiation 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 shall furnish the drawings and specifications as indicated above for bidding, and assist the CITY 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 as part of its assistance to the CITY will tally, evaluate and issue a recommendation to the CITY after verifying bond, insurance documents, questionnaire and reference submitted by the constructor. B. The CONSULTANT shall issue Addenda to the Construction Documents through the CITY as appropriate to clarify, correct or change Bid Documents. C. If Pre-Qualification of bidders is required as set forth in the Request for Qualification, the CONSULTANT shall assist City in developing qualification criteria, review qualifications of prospective bidders, and recommend acceptance or rejection of the prospective bidders. D. If the lowest responsible Base Bid received exceeds the Total Allocated Funds the CITY may: 1. Approve the increase in Project Cost and award a construction contract or, 2. reject all bids and rebid the Project within a reasonable time with no change in the Project. or 3, Direct the CONSULTANT to revise the Project scope or quality, or both, as approved by the CITY and rebid the Project, or 4. Suspend or abandon the Project, or Page 50f21 Professional Service AGREEMENT Tpepe©09-06-13 5. Exercise all options under the City Charter and State Law. NOTE: Under item (2) and (3) above, the CONSULTANT shall, without additional compensation, assist the CITY in obtaining re-bids, and awarding the re-bid of the project. Under item (3) above, the CONSULTANT shall, without additional compensation, modify the Construction Documents as necessary to bring the Probable Construction Cost within the Total Allocated Funds when the lowest responsible bid is over 15% of the CONSULTANT estimate. All construction contracts must be approved by the City Commission after the City awards the contract for commission approval. E. For the purpose of payment to the CONSULTANT, the Bidding Phase will terminate and the services of the CONSULTANT will be considered complete upon signing of an AGREEMENT with a Contractor. Rejection of bids by the CITY does not constitute cancellation of the project. 2.2.5 Phase V -General Administration of the Construction Contract: A. The Construction Phase will begin with the City Commission approval of the award of the Construction Contract and will end when the Contracto~s final Payment Certificate is approved and paid by the CITY. B. The CONSULTANT, as the representative of the CITY during the Construction Phase, shall advise and consult with the CITY and shall have authority to act on behalf of the CITY to the extent provided in the General Conditions and as modified in the Supplementary Conditions of the Construction Contract. C. The CONSULTANT shall attend pre-construction meetings. D. The CONSULTANT shall at all times have access to the project wherever It is in preparation or progress. E. The CONSULTANT shall visit the 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 with the Contract Documents. On the basis of on-slte observations, the CONSULTANT will use reasonable and customary care to guard the CITY against defects and deficiencies in the WORK. The CONSULTANT may be 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, the CONSULTANT will advise the CITY as to the progress of and any observed defects and deficiencies in the WORK immediately in writing. F. The CONSULTANT shall fumish the CITY 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 Contracto~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, the CONSULTANT certifies to the CITY that the WORK has progressed to the point indicated, and the quality of the WORK is in accordance with the Contract Documents subject to: 1. An evaluation of the WORK for conformance with the Contract Documents upon substantial completion. Professional Service AGREEMENT Tpepe©09-0B-13 Page 6 of 21 2. The results of any subsequent tests required by the 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 to the Contrsct Documents. Whenever, in its reasonable opinion, the CONSULTANT considers it necessary or advisable to insure compliance with the Contract Documents, it will 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 Documents whether or not such WORK has been fabricated and delivered to the Project, or installed and completed. I. The CONSULTANT shall promptly review and approve shop drawings, samples, and other submissions of the Contractor for conformance with the design concept of the Project and for compliance with the Contract Documents. Changes or substitutions to the Contract Documents shall not be authorized without concurrence with the CITY. J. The CONSULTANT shall review and recommend action on proposed Change Orders initiated by others, and initiate proposed change orders as required by its own observations or the requirement of the CITY. K. The CONSULTANT shall examine the WORK upon receipt of the Contractor's Certificate of Substantial Completion of the Project. A Punch List of any defects and discrepancies in lI1e 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 the CONSULTANT 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, the specifications and the other Contract Documents and deliver them to the CITY. L. The CONSULTANT shall provide assistance in obtaining Contrsctor's compliance with the Contract Documents relative to, 1) initial instruction of CITY personnel in the 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. M. The CONSULTANT shall provide the contractor with three sets of drawings labeled "Construction Plans' for permtt from Public Works. 2.2.6 Phase VI -Post Construction Administration A. The CONSULTANT shall prepare and provide the CITY with a written manual, to be used by the CITY, ouUlning the implementation plan of all the required maintenance necessary to keep the proposed WORK operational in a safe and effective manner. B. The CONSULTANT shall fumish to the CITY, reproducible record (as-built) drawings updated based on information fumished by the Contractor and such drawings shall become the property of the 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. The CONSULTANT shall assist the CITY with the administration of guarantee/warranties for correction of defective WORK that may be discovered during the said period. Professional Service AGREEMENT Tpepe©09-06-13 Page 7 of 21 D. The CONSULTANT shall furnish the City with a 3-ring binder labeled "Close-out Documents" that will include, as a minimum, a copy of: • Certificates of completion • As-Bullts (1/2 size) • Test Results • Daily construction inspection reports • Progress meeting minutes • Approved shop drawings • Warranty manuals as applicable • Final release of liens • Final payment to contractor 2.3 Additional Professional Services Additional Services as listed below are normally considered to be beyond the scope of the Basic Services for design and construction, as defined in this AGREEMENT, but which are additional services which may be authorized within the Scope of Work given the CONSULTANT. A. Special analysis of the CITY'S needs, and special programming requirements for a project. B. Financial feasibility, life cycle costing or other special studies. C. Planning 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 CITY to be other than by fault of the 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 of the CONSULTANT. I. Making major revisions changing the Scope of a project, 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 Professional Service AGREEMENT ~ Tpepe©09-06-13 Page 8 of 21 proceeding or legal proceeding in connection with a ProJect. L. Professional services required after approval by the CITY or the Contractor's Requisition for Final Payment except as otherwise required under Basic Services. M. Preparing supporting data, drawings, and specifications as may be required for Change Orders affecting the scope of a Project provided the Changes are due to causes found by the CITY to be beyond the control of the CONSULTANT. 3.0 Time for Completion The services to be rendered by the CONSULTANT for any WORK shall be commenced upon written Notice to Proceed from the CITY subsequent to the execution of this AGREEMENT and shall be completed within the time based on reasonable determination, stated in the said Notice to Proceed. A reasonable extension of time will be granted in the event there is a delay on the part of the 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 of his duties impossible. 4.0 Basis of Compensation The CONSULTANT agrees to negotiate a 'not to exceed" fee or a fixed sum fee for each of the WORK assigned to him based on the Scope of such WORK. Upon AGREEMENT of a fee, the CITY will issue a written authorization to proceed to the CONSULTANT. In case of emergency, the CITY reserves the right to issue oral authorization to the CONSULTANT, with the understanding that written confirmation will follow immediately thereafter as possible. For reproduction of plans and specifications, beyond the requirements as identified under this AGREEMENT the CITY will pay the direct costs. The fees for Professional Services for each Project shall be determined by one of the following methods or a combination thereof, as mutually agreed upon by the CITY and the CONSULTANT. A fixed sum: The fee for a task or a scope of work may be a fixed sum as mutually agreed upon by the CITY and the CONSULTANT: Hourly rate fee: The CITY agrees to pay, and the CONSULTANT agrees to accept, for the services rendered pursuant to this AGREEMENT, fees in accordance with the following: Category Hourly Rate Principal ................................................................................................ $350.00 Project Manager ................................................................................... $200.00 Senior Architect .................................................................................... $200.00 Senior Planner ...................................................................................... $175.00 Senior Engineer .................................................................................... $175.00 Senior Interior Designer ....................................................................... $125.00 Architect ................................................................................................ $125.00 Engineer ............................................................................................... $115.00 Landscape Architect ............................................................................. $115.00 Construction Manager .......................................................................... $125.00 Construction Inspection ........................................................................ $125.00 Planner ................................................................................................... $95.00 Interior Designer ..................................................................................... $95.00 Senior DraftsmanfTechnical/CADD Operator ...................................... $100.00 Specifications Writer I Draftsmen ........................................................... $75.00 Data Processing I Clerical ...................................................................... $60.00 Professional Service AGREEMENT Tpepe©09-06-13 Page 9 of 21 Hourly rates will include all wages, benefits, overhead and profit. 5.0 Payment and Partial Payments The CITY will make monthly payments or partial payments to the CONSULTANT using the follOwing percentage-of-completion basis for calculating the amount of payment for all authorized WORK performed during the previous calendar month. For design and construction projects where fee for each phase is not specified, such payment shall, in the aggregate, not exceed the percentage of the estimated total Basic Compensation indicated below for each phase: • 15% • 35% upon completion and approval of Phase I. upon completion and approval of Phase II. • 55% upcm submillal 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 of the Project and approval of all WORK Phase V). • 100% upon final completion and approval of WORK elements A and B of Phase VI. The CONSULTANT shall submit an original invoice to the City's project representative for each payment certifying the percentage of the WORK completed by the CONSULTANT. The amount of the invoices submitted shall be the amount due for all WORK performed and reimbursable expenses incurred for the WORK to date, as certified by the CONSULTANT. The request for payment shall include the following information: • Project Name and CONSULTANT's Name. • Total Contract amount (CONSULTANT's lump sum negotiated), if applicable. • Percent of work completed. • Amount eamed. • Amount previously billed. • Due this invoice. • Balance remaining. • Summary of work done this billing period. • Invoice number and date. • CONSULTANT's W-9 Upon request by the CITY the CONSULTANT shall provide the CITY with certified payroll data for the WORK reflecting salaries and hourly rates. 6.0 Right of Decisions All services shall be performed by the CONSULTANT to the satisfaction of the CITY's representative, who shall decide all questions, difficulties and disputes of whatever nature which may arise under or by reason of this AGREEMENT, the prosecution and fulfillment of the services, and the character, quality, amount and value and the representative's decisions upon all claims, questions, and disputes shall be final, conclusive and binding upon the parties unless such determination Is clearly arbitrary or unreasonable. In the event that the CONSULTANT does not concur in the judgment of the representative as to any decisions made by him, he shall present his written objections to the City Manager and shall abide by the decision of the City Manager. Nothing in this section shall mean to deny the right to arbitrate, by either party, in accordance with the appropriate Arbitration Rules of the American Arbitration Association. Professional Service AGREEMENT Tpepe©09-06-13 Page 10 of 21 7.0 Ownershjp 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 wtthout written AGREEMENT from the CONSULTANT shall be the CITY'S sole risk and without liability and legal exposure to the CONSULTANT. When each individual section of the WORK under this AGREEMENT is complete all of the above applicable data shall be delivered to the CITY. 8.0 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 unless the CONSULTANT or its employee is subpoenaed to testify as a fact witness. The amount of such compensation for expert preparation and testimony or consultation 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 of a court appearance and conference. The CONSULTANT shall confer with the CITY at any time during construction of the improvement contemplated as to interpretation of plans, correction of errors and omissions and preparation of any necessary plan thereof to correct such errors and omissions or clarify without added compensation. 9.0 Notices Any notices, reports or other written communications from the CONSULTANT to the CITY shall be considered delivered when received by the CITY. Any notices, reports or other communications from the CITY to the CONSULTANT shall be considered delivered when received by the CONSULTANT or its authorized representative. 10.0 Audit Rights The CITY reserves the right to audit the records of the CONSULTANT related to this AGREEMENT at any time during the execution of the WORK and for a period of one year after final payment is made. This provision is applicable only to projects that are on a time and cost basis. 11.0 Subletting The CONSULTANT shall not sublet, assign, or transfer any WORK under this AGREEMENT without the prior written consent of the CITY. 12.0 Warrantv The CONSULTANT warrants that it 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. 13.0 Termination of AGREEMENT It is expressly understood and agreed that the CITY may terminate this AGREEEMENT without penalty by declining to issue Notice to Proceed authorizing WORK, in wihich event the CITY'S sole obligation to the CONSULTANT shall be payment for the WORK previously authorized and performed in accordance Professional Service AGREEMENT Tpepe©09-06-13 Page 11 of 21 with the provisions of this AGREEMENT, such payment to be determined on the basis of the WORK performed by the CONSULTANT up to the time of termination. Upon term ination, the CITY shall be entitled to a refund of any monies paid for any period of time subsequent to date of termination for which no work was performed. 14.0 Duration of AGREEMENT This AGREEMENT shall remain in force until the end of the term, which includes all authorized renewals, or unless otherwise terminated by the CITY. 15.0 Renewal Option This AGREEMENT may be renewed, at tile sale dissFBliaR af the CITY, for an additional period, including renewals of one (1) year; however, the agreement to renew must be In writing signed by both parties and in no event shall the total term, including any additional periods and renewals, exceed five (5) years. 16.0 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 any litigation between the parties arising out of or relating in any way to this AGREEMENT or a breach thereof, each party shall bear its own costs and legal fees. 17.0 Insurance and Indemnification The CONSULTANT shall maintain during the term of this AGREEMENT the insurance as set forth in "Attachment A, Insurance and Indemnification" to this AGREEMENT. 18.0 AGREEMENT Not Exclusive Nothing in this AGREEMENT shall prevent the CITY from employing other CONSULTANTS to perform the same or similar services. 1 g.O Codes, Ordinances and Laws The CONSULTANT agrees to abide and be governed by all duly promulgated and published municipal, County, state and federal codes, ordinances, rules, regulations and laws in effect at the time of design which have a direct bearing on the WORK involved on this project. The CONSULTANT is required to complete and sign all affidavits, including Public Entity Crimes Affidavit form (attached) pursuant to FS 287.133(3) (a), as required by the Request for Qualifications applicable to this AGREEMENT. 20.0 Taxes CONSULTANT shall be responsible for all payments of federal, state, and/or local taxes related to the Operations, inclusive of sales tax if applicable. 21.0 Drug Free Workplace CONSULTANT shall comply with the Drug Free Workplace policy set forth in attachment # two which is made a part of this AGREEMENT by reference. 22.0 Independent Contractor CONSULTANT is an independent entity under this AGREEMENT and nothing herein shall be construed to create a partnership, joint venture, or agency relationship between the parties. Professional Service AGREEMENT Tpepe©09-06-13 Page 12 of 21 23.0 Duties and Responsibilities CONSULTANT agrees to provide its services during the term of this AGREEMENT in accordance with all 'applicable laws, rules, regulations, and health and safety standards of the federal, state, and City, which may be applicable to the service being provided. 24;0 Licenses and Certifications CONSULTANT shall secure all necessary business and professional licenses at its sole expense prior to executing the AGREEMENT. 25.0 Entirety of AGREEMENT This writing embodies the entire AGREEMENT and understanding between the parties hereto, and there are no other AGREEMENTs and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. No alteration, change, or modification of the terms of this AGREEMENT shall be valid unless made in writing and signed by both parties hereto, and approved by the City Commissioner if required by municipal ordinance or charter. 26.0 Jurv Trial CITY and CONSULTANT knowingly, irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the Contract Documents or the performance of the Work thereunder. 27.0 Validity of Executed Copies This AGREEMENT may be executed in several counterparts, each of which may be construed as an original. 28.0 Rules of Interoretation Throughout this AGREEMENT the male pronoun may be substituted for female and neuter and the singular words substituted for plural and plural words substituted for singular wherever applicable. 29.0 Severability If any term or provision of this AGREEMENT or the application thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this AGREEMENT, or the application of such term or provision to persons or circumstances other than those to which It Is held Invalid or unenforceable, shall not be affected thereby and each term and provision of this AGREEMENT shall be valid and enforceable to the fullest extent permitted by law. 30.0 Non-Waiver CITY and CONSULTANT agree that no failure to exercise and no delay in exercising any right, power or privilege under this AGREEMENT on the part of either party shall operate as a waiver of any right, power, or privilege under this AGREEMENT. No waiver of this AGREEMENT, in whole or part, including the provisions of this paragraph, may be implied by any act or omission and will only be valid and enforceable if in writing and duly executed by each of the parties to this AGREEMENT. Any waiver of any term, condition or provision of this AGREEMENT will not constitute a waiver of any other term, condition or provision hereof, nor will a waiver of any breach of any term, condition or provision constitute a waiver of any subsequent or succeeding breach. Professional Service AGREEMENT Tpepe©09-06-13 Page 13 of 21 31.0 No Djscrimination No action shall be taken by the CONSULTANT which would discriminate against any person on the basis of race, creed, color, national origin, religion, sex, familial status, ethnicity, sexual orientation or disability. The CONSULTANT shall comply with the Americans with Disabilities Act 32.0 Egual 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, ethnlclty, religion, sex, sexual orientation, national origin or handicap. The CONSULTANT shall comply with all aspects of the Americans with Disabilities Act (ADA) during the performance of this contract. 33.0 Governing Laws This AGREEMENT and the performance of services hereunder will be governed by the laws of the State of Florida, with exclusive venue for the resolution of any dispute being a court of competent jurisdiction in Miami-Dade County, Florida. 34.0 Effective Date This AGREEMENT shall not become effective and binding until it has been executed by both parties hereto and the effective date shall be the date of its execution by the last party so executing it. 35.0 Third Party Beneficiarv It is speCifically understood and agreed that no other person or entity shall be a third party beneficiary hereunder, and that none of provisions of this AGREEMENT shall be for the benefit of or be enforceable by anyone other than the parties hereto, and that only the parties hereto shall have any rights hereunder. 36.0 Further Assurances The parties hereto agree to execute any and all other and further documents as might be reasonably necessary In order to ratify, confirm, and effectuate the intent and purposes of the AGREEMENT. 37.0 Time of Essence Time is of the essence of this AGREEMENT. 38.0 Interpretation This AGREEMENT shall not be construed more strongly against either party hereto, regardless of who was more responsible for its preparation. 39.0 Force Majeure Neither party hereto shall be in default of its failure to perform its obligations under this AGREEMENT if caused by acts of God, civil commotion, strikes, labor disputes, or governmental demands or requirements that could not be reasonably anticipated and the effects avoided or mitigated. Each party shall notify the other of any such occurrence. 40.0 Notices Professional Service AGREEMENT Tpepe©09-06-13 Page 14 of 21 Whenever notice shall be required or permitted herein, it shall be delivered by hand delivery, e-mail, facsimile transmission or certified mail, with retum receipt requested and shall be deemed delivered on the date shown on the delivery confirmation or If by certified mail, the date on the retum receipt or the date shown as the date same was refused or unclaimed. Notices shall be delivered to the following individuals or entities at the addresses (including e-mail) or facsimile transmission numbers set forth below: To CITY: City Manager, __ _ 6130 Sunset Dr. South Miami, FL 33143 Fax: E-mail: (~----------------------------------.... Professional Service AGREEMENT Tpepe©09-06-13 Page 15 of 21 WHh copies by U.S. mail to: To CONSULTANT: City Attomey, Thomas Pepe, Esquire 6130 Sunset Dr. South Miami, FL 33143 Fax: (305) 341-0584 E-mail: tpepe@southmiamifl.gov Jorge Ferrer Bermello, Ajamil & Partners, Inc. 2601 South Bayshore Drive Suite 1000 Miami, Florida 33133 IN WITNESS WHEREOF, this AGREEMENT is accepted on the date first above written subject to the terms and conditions set forth herein. ATTESTED: Professional Service AGREEMENT Tpepe©09-06-13 COINStlIb:(A By' CITY OF SOUTHn--,"",,,vlI Page 16 of 21 --.- and $2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: (a) Premises and Operation (b) Independent Contractors (c) Products and/or Completed Operations Hazard (d) Explosion, Collapse and Underground Hazard Coverage (e) Broad Form Property Damage (f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. (g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) plus an additional One Million Dollar ($1 ,000,000.00) umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by with the state of Florida, and must include: (a) Owned Vehicles. . (b) Hired and Non-Owned Vehicles (c) Employers' Non-Ownership SUBCONTRACTS: The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract shall contain the same insurance provision as set forth in section 5.1 above and 5.4 below and substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where applicable. FIFe aRa E;IIIeRaea CeveFage IRS~FaRGe (8~ilaeRl' Risk), IF APPlICA8lE;: In ~B eveRt lAst tl::1is SBAtFast iw.f9lves tRB GBRfHrlIetien at a etA:lstl:lFe, tRB CONTRACTOR 61::1&11 ~aiRtaiRJ "~tR aA IRSYFaRG9 GSfRpany 9F IRSI:lFaRSe GaFRp8Ries aeseptaele te tf::le CI:r¥. nSreaa" feFRIlAIl Rielt IRSbiFaASe SA I:n:lilaiRg6 aRa struetl.lFeS, iRsh:IBiAfi VaAaalisR=I & Malisisys Misshief S9V9Fage, while in tRB GBl:IFS9 sf eBRstR:JetieA, iASll:laiAS wYAElatieRS, aEieUti9RB, a~SAFAeRts ana all13BFFR8nBnt fintbiFes sslsAging t9 aREI G9AStitl:ltiR8 a paFl ef said Bl:lilaiRiiS 9F stFl:letl:lFBS. +1=19 pelley SF palisies 61=1811 al69 se'Jer masAinBr:y. if tRe Gest at fRasRinBF}' is iAsh:lEiea in tl=te CaRRet, aF if t!:le maeRiRary is leeated iR a tJl:IildiRS tAat is tJeiRg r:eRa'lateB tJy FeaseR af t!:lis saRtr:aet. Tl:1e amal:lRt af iRSl:IFaRGe ml:lst, at all tiMes, tJe at least eE}l;Ial te t!:le FeplasemeAt aRB amblal sas!:I '1ah::le sf tAe iRsbired pr=apeFty. T!:Ie pelisy 61:1811 tJe iR tl:1e R8ffia sf tRe CITY aRd tRB CQf!JTRA,GTQR, as tl:1eiF iRter:est fRay appear, aRd sl:lall alse Se'leF tRB iRter:eSts ef all Sl;IbseRtrasteFS perfaFfRIRg )NeRt. All of the provisions set forth in Section 5.4 herein below shall apply to this coverage unless it would be clearly not applicable. Miscellaneous: If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period of this contract, the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation, change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of this Contract. All deductibles must be declared by the FIRM and must be approved by the CITY In the CITY's sole and abs9'lute discretion. At t!:le BptiBR sf tAe CITY, Bitl:lBr tAB ~IRM 6!:1811 BlimiRate SF realolee syeR dedlclGtible eF #1e ~1~Ral1 pFeslclre a ileRd, IR a teArt satisfaeteF)' te t!:le CITY eevBriAg tRe same. If the CITY does Professional Service AGREEMENT Tpepe©09-0B-13 Page 18 of 21 Attachment A Insurance and Indemnification Insurance Requirements Without limiting its liability, the contractor, consultant or consulting finn (hereinafter referred to as "FIRM' with regard to Insurance and Indemnification requirements) shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and in the minimum amounts stated below as will protect the FIRM, from claims which may arise out of or result from the contract or the perfonnance of the contract with the City of South Miami, whether such claim Is against the FIRM or any sub-contractor, or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable. No insurance required by the CITY shall be Issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization shall be at the CITY's sole and absolute discretion. The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida, on fonns approved by the State of Florida, as will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a) claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be perfonned; (b) claims for damages because of bodily injury, occupational sickness or disease, or death of the FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or death of any person other than the FIRM's employees; (d) claims for damages insured by usual personal injury liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting there from; (f) claims for damages because of bodily Injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for bodily injury or property damage arising out of , completed operations; and (h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract. Finn's Insurance Generally. The FIRM shall provide and maintain in force and effect until all the Work to be perfonned under this Contract has been completed and accepted by CITY (or for such duration as is otherwise specified hereinafter), the insurance coverage written on Florida approved fonns and as set forth below: Workers' Compensation Insurance at the statutory amount as to all employees In compliance with the "Workers' Compensation Law' of the State of Florida including Chapter 440, Florida Statutes, as presently written or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' liability at the statutory coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. Commercial Comprehensive General Liability insurance with broad fonn endorsement, as well as 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 and $2,000,000 aggregate, including: • Personal Injury: $1,000,000; • Medical Insurance: $5,000 per person; • Property Damage: $500,000 each occurrence; Umbrella Commercial Comprehensive General Liability insurance shall be written on a Florida. approved form with the same coverage as the primary insurance policy but In the amount of $1,000,000 per claim Page 17 of 21 Professional Service AGREEMENT Tpepe@l()9-06-13 not approve of the deductible and if the FIRM does not eliminate or reduce such deductible to the satisfaction of the CITY or fails to procure a Bond, in a form satisfactory to the CITY, to covering the deductible, the CITY may reject the FIRM and awarding the contract to another FIRM. The policies shall contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy or policies are primary over any other collectible insurance that CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross liabil~y" clause without obligation for premium payment of the CITY as well as contractual liability provision covering the Contractors duty to indemnify the City as provided in this Agreement Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT, if any, certificates of such insurance, acceptable to the CITY, as well as the insurance binder, if one is issued, the insurance policy, including the declaration page and all applicable endorsements and provide the name, address and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated A.VII or better per A.M. Best's Key Rating Guide, latest ed~ion and authorized to issue Insurance in the State of Florida. All insurance policies must be written on forms approved by the State of Florida and they must remain in full force and effect for the duration of the contract period with the CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a "certified copy" of the Policy (as defined in Article 1 of this document) which shall include the declaration page and all required endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the following endorsements: a policy provision or an endorsement with substantially similar provisions as follows: "The City of South Miami is an add~ional insured. The insurer shall pay all sums that the C~y of South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property damage' , or "personal and advertising injury" and it will provide to the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage B"; a policy provision or an endorsement with substantially similar provisions as follows: "This policy shall not be cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving the City of South Miami ten (1 0) days advanced written notice of the intent to materially modify the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the City by certified mail, with proof of delivery to the City." Professional Liability Insurance on a Florida approved form in the amount of $1,000,000 'with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the FIRM shall become legally obligated to pay as damages for claims arising out of the services or work performed by the FIRM its agents, representatives, Sub Contractors or assigns, or by any person employed or retained by him in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the FIRM may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. No insurance shall be issued by a surplus lines carrier unless authorized in writing by the city at the city's sole, absolute and unfettered discretion. Contractor's Responsibility Prior to Receiving a Notice to Proceed Prior to the City issuing a Notice to Proceed. the contractor shall deliver a copy (either hard copy or, preferably, electronically) of the policy, including the declaration page of the policy and all endorsements to the policy and provide the City with the name, address, including email address, and phone number of the contractor's insurance agent. Professional Service AGREEMENT Tpepe©09-06-13 Page 19 of 21 The Contracto~s insurance agent must provide the City with evidence that the insurer issuing the policy is licensed and authorized to do business in Florida, that the form of the policy being issued has been approved by the State of Florida and that the insurance carrier that is Issuing the policy Is not issuing the policy as a surplus lines carrier. The agent shall also provide a citation to the page number of the policy, or the form number of the endorsement, and highlight the relevant language of the portion of the policy and/or the endorsements that, in his or her estimation, meets the following City insurance requirements. a) the city is an additional insured; b) coverage includes contractual liability; c) the City will be provided at least 10 days advanced notice of any cancellation of the policy, Including cancelation for non-payment of premium, and at least 30 days' advanced notice of any material changes to the policy or of cancellation for any reason other than non-payment; and d) either a policy provision or an endorsement providing that the policy Is primary and non- contributory, such as an endorsement that provides that the vendo~s policy is primary over all of the city's applicable insurance and that treats the city's policies as excess coverage. It may be that some of these provisions are combined Into one endorsement or contained in the policy itself. If the policy does not have a provision or endorsement that provides the City with advanced notice of cancellation as required by the City, the contractor may still comply with the City's insurance requirement if the contractor provides the City with proof that the policy premium has been paid in full and provided the contractor makes arrangements with its insurance company to allow the City to confirm, monthly, that the policy is in full force and effect. In addition, the Contractor must either pay the City a monthly monitoring fee, currently set at $25 per month, or have the amount deducted from the Contracto~s draws/payments. Indemnification Requirement A. The Contractor accepts and voluntarily incurs all risks of any injuries, damages, or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Contractor or anyone acting through or on behalf of the Contractor. B. The Contractor shall indemnify, defend, save and hold CITY, its officers, affiliates, employees, successors and assigns, harmless from any and all damages, claims, liability, losses, claims, demands, suits, fines, judgments or cost and expenses, including reasonable attorney's fees, paralegal fees and Investigative costs incidental there to and incurred prior to, during or following any litigation, mediation, arbitration and at all appellate levels, which may be suffered by, or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates, employees, successors and assigns, by reason of any causes of actions or claim of any kind or nature, including claims for injury to, or death of any person or persons and for the loss or damage to any property arising out of a negligent error, omission, misconduct, or any gross negligence, intentional act or harmful conduct of the Contractor, its contractor/subcontractor or any of their officers, directors, agents, representatives, employees, or assigns, or anyone acting through or on behalf of any of them, arising out of this Agreement, Incident to it, or resulting from the performance or non-performance of the Contracto~s obligations under this AGREEMENT. C. The Contractor shall pay ali claims, losses and expenses of any kind or nature whatsoever, in connection therewith, including the expense or loss of the CITY and/or its affected officers, affiliates, employees, successors and assigns, including their attomey's fees, in the defense of any action in law or equity brought against them and arising from the negligent error, omission, or act of the Contractor, its Sub-Contractor or any of their agents, representatives, employees, or assigns, and/or arising out of, or incident to, this Agreement, or incident to or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT. Professional Service AGREEMENT Tpepe©09-06-13 Page 20 of 21 D. The Contractor agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successors and assigns shall be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of the them, and arising out of or concerning the work or event that is occurring on the CITY's property. In reviewing, approving or rejecting any submissions or acts of the Contractor, CITY in no way assumes or shares responsibility or liability for the acts or omissions of the Contractor, its contractor/subcontractor or any of their agents, representatives, employel!s, or assigns, or anyone acting through or on behalf of them. E. The Contractor has the duty to provide a defense with an attorney or law firm approved by the City of South Miami, which approval will not be unreasonably withheld. F. However, as to design professional contracts, and pursuant to Section 725.08 (i), Florida Statutes, none of the provisions set forth herein above that are in conflict with this subparagraph shall apply and this subparagraph shall set forth the sole responsibility of the design professional concerning indemnification. Thus, the design professional's obligations as to the City and its agencies, as well as to its officers and employees, Is to indemnify and hold them harmless from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract. Professional Service AGREEMENT Tpepe©09-06-13 Page 21 of 21 • • • • RESOLUTION NO.: 120-13-13938 A Resolution authorizing the City Manager to negotiate hourly rates and to execute a professional service agreement provided under the Florida Statute 287.055 Consultant's Competitive Negotiation Act "CCNA", for the following professional services: Architecture, Landscape Architecture, Civil/Environmental Engineering, Traffic and Transportation Engineering. WHEREAS, the Mayor and City Commission desires to enter into service agreements for professional services for the following categories: Architecture, Landscape Architecture, Civil/Environmental Engineering, Traffic and Transportation Engineering; and WHEREAS, on April 26, 2013 a request for qualification RFQ #PW-S2013-04 was released by the City for these services; and WHEREAS, the City received solicitation from thirty-three (33) firms; and WHEREAS, pursuant to Florida Statute 287.055 for CCNA, the City review committee conducted thorough reviews of the firm's qualifications, and upon evaluation the firms were ranked; and WHEREAS, the City selected a five (5) qualified firms for each category to provide the professional services to the City as follows; and Civil 1. EAC CONSULTING, INC 2. CIVIL WORKS INC 3. ADA ENGINEERING, INC 4. SRS ENGINEERING, INC 5. R.J BEHAR & COMPANY INC ENGINEERS, PLANNERS Traffic & Transportation 1. TY LIN INTERNATIONALlHJ ROSS 2. THE CORRADINO GROUP 3. MARLIN ENGINEERING 4. C H PEREZ CONSULTING ENGINEERS, INC. 5. URS Architecture 1 MCHARRY ASSOCIATES 2 BERMELLO AJAMIL & PARTNERS 3 SOL-ARCH, INC 4 R.E. CHISHOLM ARCHITECTS, INC 5 INDIGO SERVICE CORPORATION Environmental 1. R.J BEHAR & COMPANY INC ENGINEERS, PLANNERS 2. MILIAN SWAIN AND ASSOCIATES 3. STANLEY CONSULTANTS, INC 4. BALJET ENVIRONMENTAL, INC. 5. LANGAN ENGINEERING Structural 1. SRS ENGINEERING, INC 2. G BATISTA & ASSOCIATES 3. STANLEY CONSULTANTS, INC Landscape 1. O'LEARY RICHARDS DESIGN & ASSOCIATES 2. BERMELLO AJAMIL & PARTNERS 3. ROSENBERG GARDNER DESIGN 4. CURTIS + ROGERS DESIGN STUDIO,INC 5. KIMLEY HORN & ASSOCIATES WHEREAS, the Mayor and City Commission desires to authorize the City Manager to negotiate hourly rates and execute a service agreement with the highest ranked firm. 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 hereby authorized to negotiate hourly rates and execute a professional service agreement in the same form as published in RFQ #PW-S2013-04 in accordance with the procedure set forth in Florida Statute 287.055 (Consultant's Competitive Negotiation Act). • • • • • Pg. 2 of Res. No. 120-13-13938 Section 2: The agreements shall be approved by resolution prior to being signed by the City Manager. Section 3: If any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution. Section 4. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 4th day of_J_u_n_e ___ , 2013. READ AND ROVE LANG , LEGALIT TH ORM ECUTION COMMISSION VOTE: Mayor Stoddard: Vice Mayor Liebman Commissioner Newman: Commissioner Harris: Commissioner Welsh: 5-0 Yea Yea Yea Yea Yea • • TO: FR.OM; DATE: ResolutIOn: • • City of South Mla.",1 PUBLIC WORKS·II; ENGINEERING DEPARTMENT 4795 SW 75,ij AvenUe Miami, FL 3~155 Tel. (305) 663-6350. Fal«(305) 668-72(l8 Steven Alexander, City Manager Jorget-. Vera, capitallmprovem'ilnt ProjectManaQer Jqne 4, ;10.12 • A Resoilltion of the City .of South I'4lami,~IO(lda,a\.lthptlzlhgtfi\)CltyManagen(jn:eg<ltlate hourly rates and to execute a professiohaiservice agreem¢n.t J)rpYi~ed underthe Fiorida Statuta 287.055 (Consultant's .. COmpetitive N!3gotiati"n.Aqt) "CPNA:', for Architecture, Landscape Architecture; ClviIlEnvirpnm$l)IlioI Eligineering, 'Ita!!I" a~d. Transportation Engineering professional services. On April 26, 20.13, the City receiYE!Il$$1l9licitationsln. re~pon~e. fpf the request for quaiificaticlns RFQ#PW-S201~·04J()rAr¢hitec\ure~ ..Ll;!ndscaPe Architecture, Civil/Environmental Engineering,. Jr:;!.(fi.clll)d Jr?n~PO$\iOnEngin~erin9 professionlll serv!~es, . The inlel')tof tM CCNA is to sel~pt prOfessjOl1alse.rvi¢es baS$d on .I\)e. qQalmC:;ltipns of th~ firm, witnou! conSidering the price of thos\jserviCes ~ntlJ 1'IftElr\h" Jirms, have be"n ranked: Ranking is based 'onq~alifications and negOtlatio!1$ h"VI;) beggowith the toP ranked firm. Professional design services are defln.edu.nderthis law. to ioclud e engineering, surveying & m?pping, landscape architecture, and architecture .. Numerous· stUdies have shown that selection based on qualifications provides the owner with optimum. services,. whereas selection based on low price only assures the owner of the least expensive initial design' or study cost, not necessarily the best or most cost-effective oyerthelife of the prOject. Public agencies that use qualifications based selection under th", GCNA to procure :engineering services are belter able to control construction cosis and achieve a consistently high degree of project satisfaction than those using other procurement method,S. Tner.",for\3, the selectic.n offirms Will be based on qualifications and once firms are "elecied, then compeiitive negotiations for fees will occur, . Further, the intent of the CCNA legislation has always been to preClude "price consideration" from entering into the selection process. The Florida Legislature clarified the statute in 1988 to state that·an "agency may request, accept, and consider proposals for the compensation to be paid under the contract only during the competitive negotiation." In accordance with Florida Statute 287.055 (Consultant's Competitive Negotiation Act) "CCNA", the review committee ranked the firms within the categories of Architecture, Landscape Architecture, CiVil/Environmental Engineering, Traffic and Transportation Engineering. The top 5 firms for each category are listed below in order of their ranking. Civil -. -1. EAC CONSULTING, INC 2, CIVIL WORKS INC 3, A.D.A ENGINEERING,INC 4.. S.RS FNGINEI:1RIN~. INC 5. RJ !3EHAR&COMPANY INGENGINEERS, PLANNERS Traffic & Transportatiop . " ,... 'L TY LlNIJilTE;RNATIONAVHJ ROSS 2, TfiE;CQRRAQINO.G.BOUP' ~, MAR~INE;NGINEE~ING 4.. C, iii PE;REZCONSU~ TING ENGINEERS, INC,,, 5. URS ArChitecture. ·,······1 MCHARRYA$s.qrwm;~ 2: !3i;RMFl~dAJAMIl_ &PARTNiiRs c3 SOL-ARCH, INC . ...•. . . ....• . 4 R,F.,CHI~HoLM ARCHtrECTS. !NC ;; INol$OSERViCECQRPORATION Environmental. . ... . . L RJ S.EHAR.&COMPANY INC .ENGINEE;RS, PLANNERS 2. MrLlANsWI\INANpAS$a¢IAT~$' ..... .' . 3. STANL!;YQON$U~TANTS,INC 4. BAl.JET~N\(IRONMENTA~,.lNC. 5. LANGAN ENGINEERING Structiir~! . 1:' SRS EN$INEERING;JNC 2. ~ BA11$T)\& ASSOCIATES 3: STANLEY CON$U~TANT:S! (t~.c l.andsci!Qe 1.. O'LEARY RICHARDs'OESIGN & ASSOCIATES 2, BERMELLO AJAMIL &PARTNERS 3: ROSENBE.RG GA.RPNER DESIGN 4. CURTIS + .ROGERS OE;SIGNSTUOIO, INC 5. KiMlEY HORN 8. AsSoCIATES City staff will be submitling, at a future regular Commission meeting, thEi completed Professional Geheral Services Agreements lor Commission approval, for each ranked firm, which will include negotiated hourly rates. The execution of these Professional General Service agreements does riot commit the City to any maximumamouhl of fees nor guarantee any work, Upon selection of the firms, the City will negotiate hourly rates thai are acceptabJe to the City and within industryst8ociards, Upon the City .and firm negotiating a cost to perform the reqUired scope 0/ 'aproject, a resolution will be broUght before the City Commission for approval o/th€i serviG8 agreement. Attachments: Proposed Resolution Evaluation selection sheet Standard professional service agreement • • • • RFQ #PW-P2013-04 Rank I Bidder Points Key: Civil Engineering JV SK GM Total Not a prime service TV LIN INTER~IAnONAL/HJ ROSS 89 97 91 277 1 EAC CONSULTING, INC 90 97 89 276 2 CIVIL WORKS INC. 86 91 85 262 BEHMELLO AJAMIL 8, PARTNERS INP) 8'· ., 88 81 254 THI' CORHADINO GHOUP 74 96 81 2SI 3 A.DA ENGINEERING,INC. 81 91 78 250 4 SRS ENGINEERING, INC 69 98 81 248 5 R.J BEHAR & COMPANY INC ENGINEERS, PLANNERS 79 98 71 248 MILIAN SWAIN ft.ND ASSOCIATES 85 19 eo 244 STANLEY CONSULTANTS, IIIJC i1 90 71 232 CPH ENGINEERS 72 94 65 231 BAUET E~IVII,ONMENTAL, INC. 71 85 71 227 LANGAN ENGINEERING 63 91 72 226 RODRIGUEZ & QUIROGA (!\IP) 70 82 "13 225 FLORIDA TRANSPOHTATJON ENGINEERING HE 68 92 61 221 BUILDING TECHNOLOGY ASSOC!ATES, INC. SO 84 53 137 Traffic & Transoortation Engineering Services JV SK GM Total 1 TY LIN INTERNATIONAL/HJ ROSS 89 97 91 277 2 THE CORRADINO GROUP 87 96 83 266 CIVIL WORKS 11K. INP) 86 91 85 262 3 MARLIN ENGINEERING 83 98 77 2S8 RJ BEHAR & COMPANY INC ENGINEERS, PLANNERS 79 98 11 248 4 C H PEREZ CONSULTING ENGINEERS,INC. 75 99 73 247 S URS 75 94 78 247 Me i\lt~HON TRAI\lSP. ENGINEEI~S & PLANNEi1S 79 88 79 246 FLOHIDA TRAf'JSPORTAT10N ENGII\jEEf~ING HE 72 94 77 243 STANLEY CONSULTANTS, INC. 71 90 71 232 HBC ENGINEERING COMPANY 66 89 72 227 (ALrRAN ENGINEEH!NG GHOUP 71 86 69 226 Architecture JV SK GM Total 1 MCHARRY ASSOCIATES 78 98 83 2S9 2 BERMELLO AJAMIL & PARTNERS 85 88 81 2S4 3 SOL-ARCH,INC. 7S 9S 79 249 4 R.E. CHISHOLM ARCHITECTS INC. 77 90 67 234 5 INDIGO SERVICE CORPORATION 67 97 66 230 RODRIGUEZ 8,. QU!!\OGA 70 32 n 225 CHALGUB, INC, 61 84 69 214 Environmental EnglneerinR JV SK GM Total TY UN INTERNATIONAL/HJ ROSS-All services 89 97 91 277 CIVIL WORKS INC. INPi 86 91 85 262 THE CORHADINO GROUP INP) 74 96 81 251 A.DA ENGINEERING, INC. 81 91 78 250 1 RJ BEHAR & COMPANY INC ENGINEERS, PLANNERS 79 92 77 248 Sf~S ENGINEEnING, INC 69 98 81 248 2 MILIAN SWAIN AND ASSOCIATES 8S 79 80 244 3 STANLEY CONSULTANTS, INC. 71 90 71 232 4 BAUET ENVIRONMENTAL, INC. INP) 71 85 71 227 S LANGAN ENGINEERING (NP) 63 91 72 226 Structural Engineering JV GM SK Total TY UN lNTERNATIONALjHJ ROSS" All sel'vices 89 97 91 277 EAC CONSULTING, INC INP) 90 97 89 276 A,DA ENGINEERING, INC. 31 91 78 2S0 1 SRS ENGINEERING, INC 69 98 81 248 2 G BATISTA & ASSOCIATES 78 89 70 237 3 STANLEY CONSULTANTS, INC. 71 90 71 232 BAUET ENVIRONMENTAL, INC. 71 85 71 227 Landscape Architecture JV SK GM Total 1 O'LEARY RICHARDS DESIGN & ASSOCIATES 8S 87 86 2S8 2 BERMELLO AJAMIL & PARTNERS INP) 8'~ -' 88 81 254 3 ROSENBERG GARDNER DESIGN 76 97 81 254 4 CURTIS + ROGERS DESIGN STUDIO, INC 76 87 84 247 5 KIMLEY HORN & ASSOCIATES 75 97 68 240 DReDGING & MARINE CONSULTANTS 69 87 60 216