Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 144-15-14483
RESOLUTION NO.:144-15-14483 A Resolution amending Resolution 184-14-14278,Section 2,authorizing the City Manager to expend the Florida Department of Environmental Protection grant funds for the design of the Twin Lakes Drainage Project. WHEREAS,Resolution 184-14-14278,adopted on September 16,2014,authorized the City Manager to negotiate and enter into a contract with Civil Works,Inc.for a total expenditure not to exceed $77,705,and to expend $2,295 over the proposal amount for unknown factors forTwinLakes Drainage Design;and WHEREAS,Resolution 184-14-14278 approved the expenditure to be charged to the Stormwater Trust Fund;and WHEREAS,Resolution 196-14-14290 authorized the City Manager to execute FY 2015 grant agreement with Florida Department of Environmental Protection for the TwinLakes Drainage Project in the amount of $100,000;and WHEREAS,the total expenditure fordesignis not to exceed $80,000;and WHEREAS,the Mayor and City Commission desire to amend Section 2 of Resolution 184-14- 14278 to expend Florida Department of Environmental Protection grant funds for the design of the TwinLakes Drainage Project;and NOW,THEREFORE,BEIT RESOLVED BYTHE MAYOR AND CITY COMMISSION OFTHECITYOF SOUTH MIAMI,FLORIDA THAT: Section 1:Section 2 of Resolution 184-14-14278,originally adopted on September 16,2014,is amended to read as follows: Section 1:The City Manager is authorized to negotiate and execute a contract with Civil Works,Inc.for the TwinLakes Drainage Design for an amount not to exceed $77,705.Acopyof contract is attached.The City Manager is authorized toexpendan additional $2,295 over the proposal amount for unknown factors. Section 2:The expenditure shall be charged to the Stormwater Trust Fund account number 111-1730-541-6490 which has a balance of $286,998.65 boforo this roquost was made 133,425.64,and also charged to the Florida Department of Environmental Protection account number 106-3901-541-3100 which has a balance of $15,000,as of September 15,2015. Section 2:Ifany section clause,sentence,or phrase ofthis resolution isforany reason held invalid or unconstitutional bya court of competent jurisdiction,the holdingshallnotaffect the validity of the remaining portions of this resolution. Section 3.This resolution shall take effect immediately upon adoption. Pg.2 of Res.No.144-15-14483 PASSED AND ADOPTED this 15th dayof September 2015. CTTY CLERK READ AND LANGUAG ECUtlON APPROVED COMMISSION VOTE:5-0 Mayor Stoddard Yea Vice Mayor Harris Yea Commissioner Welsh Yea Commissioner Liebman Yea Commissioner Edmond Yea WkA\< ...#CITY OFSOUTH MIAMI Sf)l Jtnr M 13 mi OFFICE of the city manager JUUU 'f Y llcl1 •"INTER-OFFICE MEMORANDUMTHECITYOFPLEASANTLIVING To: From: Date: The Honorable Mayor &Members of the City Commission Steven Alexander,City Manager September 15,2015 Agenda Item No.:i Subject:A Resolution amending Resolution 184-14-14278,Section 2,authorizing the City Manager to expend the Florida Department of Environmental Protection grant funds for the design of the Twin Lakes Drainage Project. Background:On September 16,2014,Resolution 184-14-14278 authorized the City Manager to negotiate and enter intoa contract with Civil Works,Inc.fora total expenditure nottoexceed$80,000for Twin Lakes Drainage Design. On October 7,2014,the Cityof South Miami executed a grant agreement in the amount of $100,000 with the Florida Department of Environmental Protection (FDEP)for the Twin Lakes Drainage Project (Resolution 196-14-14290). Since FDEP grant funds were received after the commencement of the Twin Lakes Drainage project,the original resolution 184-14-14278 did not include this grant asafunding source.The proposed resolution will allow the Citytouse $15,000oftheStormwater Drain Trust Fund for other projects. The proposed resolution would amend Section2 of Resolution 184-14-14278 to include the FDEP grant as afunding source for the designof this project,not to exceed $15,000.Specifically,Section2shouldberevisedas follows: The expenditure shall be charged to the Stormwater Drain Trust Fund account number 111-1730-541-6490whichhasabalanceof$133,425.64andchargedto the Florida Department of Environmental Protection account number 106-3901- 541-3100 which has a balance of $15,000. Amount:Amountnottoexceed $15,000 (FDEP);$65,000 (SWDTFj Account:The expenditure shall be charged to the Stormwater TrustFund account number 111-1730-541-6490 whichhasabalanceof $133,425.64,andchargedtothe Florida Department of Environmental Protection account number 106-3901-541- 3100 which hasa balance of $15,000,asof September 15,2015. Attachments:ResolutionNo.196-14-14290 (FDEP Grant Contract) Resolution No.184-14-14278 (Civil Works,Inc.Contract) RESOLUTION NO.:184-14-14278 A Resolution authorizingtheCity Manager to negotiate andenter into a contract withCivil Works,Inc.fora total expenditure notto exceed $77,705,and to expend $2,295 overthe proposal amountfor unknown factors forTwinLakes Drainage Design. WHEREAS,the Mayor and City Commission wish to provide drainage improvements tothe area known as Twin Lakes,and WHEREAS,pursuant to Florida Statute 287.055 for CCNA,Civil Works,Inc.wasone of the firms selected to provide professional engineering services;and WHEREAS,theCity negotiated hourly rates with the firm and entered into a professional service agreement with The Civil Works,Inc.to perform engineering services for the City;and WHEREAS,after negotiating withCivil Works,Inc.onacostto perform the design services for drainage improvements,theysubmitteda proposal of$77,705,and WHEREAS,theCity desires to provide a contingency of $2,295 overthe proposal amount for unknown factors thatmayariseduringthework;and WHEREAS,thetotalexpenditureisnottoexceed$80,000;and WHEREAS,theMayorandCity Commission desire to authorize theCity Manager to negotiate and enter intoa contract withCivilWorks,Inc.fortheTwinLakes Drainage Design for a total amountnottoexceed$80,000. NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA THAT: Section1:TheCityManagerisauthorizedtonegotiateandexecuteacontractwithCivilWorks,Inc.fortheTwin Lakes Drainage Designforanamountnottoexceed $77,705.Acopyof contract is attached.TheCity Manager isauthorized to expend an additional $2,295overthe proposal amount for unknown factors. Section2:Theexpenditureshallbechargedtothe Stormwater TrustFundaccountnumber 111-1730-541-6490 whichhasa balance of $286,998.65 beforethis request was made. Section3:If anysectionclause,sentence,or phrase of thisresolutionisforanyreasonheldinvalidor unconstitutional byacourt ofcompetentjurisdiction,theholdingshallnotaffectthevalidity of theremaining portions ofthis resolution. Section4.Thisresolutionshalltake effect immediatelyuponadoption. PASSEDANDADOPTEDthis 16th day of September .2014. APPROVED:. MAYOR COMMISSION VOTE:5-0 MayorStoddard Yea Vice MayorHarris Yea Commissioner Welsh Yea CommissionerLiebman yea Commissioner Edmond yea (J) South'Miami THE CITV OF PtfASAOT LIVING CITY OF SOUTH MIAMI OFFICEOFTHECITY MANAGER INTER-OFFICE MEMORANDUM To: From: Date: TheHonorableMayor &Membersof the CityCommission Steven Alexander,City Manager September 16,2014 AgendaItem No,: Subject:AResolutionauthorizingtheCityManagerto enter intoa contract with Civil Works, Inc,foratotalexpenditurenottoexceed $77,705,andtoexpend $2,295 overthe proposal amount forunknownfactorsforTwinLakesDrainageDesign. Background:atrafficstudywas performed toassessthemagnitudeof cut-through traffic inthe neighborhood boundedbytheareas described below,andasdepictedin Exhibit A: •SW62nd Terrace and SW63rd Terrace,fromSW 64th Court to SW63rd Court •SW 64th Court and SW 63rd Court,fromSW 62nd Terrace to SW 64th Street •SW63rdAvenueandSW62ndPlace,fromSW62nd Terrace toSW64th Street •SW 62nd Court,from SW 62nd Terrace toSW 63rd Terrace In accordancewithandpursuantto Florida Statute287.055for CCNA,Civil Works,Inc. was one of the firmsselectedtoprovideprofessional engineering services.TheCity negotiatedhourlyrateswiththefirmand entered intoaprofessionalservice agreement with Civil Worics,Inc.toperform engineering servicesfor the City. Below Isa table of the Civil Firms under the CCNA list. EAC Consulting SRS Engineering Civil Worics Milian Swain & Associates RJBehar& Company Dorn Avenue Design PoliceFueling Station Improvements TwinLakesTrafficCalming Pending Pending Completed Design phase Designproposal submitted Civil Works,Inc.submitted aproposalInthe amount of$77,705toperformtheTwin Lakes Drainage Design. A contingency in the amount of$2,295willbe included over the proposal amount to address for unknown factors that may arise during the work.The total amount of the contract,including the contingency,will be$80,000. Soutlr Miami THECITYOF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Amount:Amountnottoexceed$80,000. Account:TheexpenditureshallbechargedtotheStormwater Drainage Trust Fund account number 111-1730-541-6490 which hasa balance of $286,998.65,before this request was made. Attachments:Resolution Proposal byCivil Works,Inc Agreement for Professional Services ExhibitA,Twin lakes Drainage area map CCNA Resolution Professional Service Agreement CWI AWBE/DBEflrm August 25,2014,RevisedSept 2,2014 City of SouthMiami, Public Works andEngineering Dept 4795 SW 75 Avenue Miami,Florida33155 Attn:Mr.Ricardo Ayala Engineering and Construction Division Re:Twin Lakes Drainage Improvements Project CWI Professional Service Agreement,Task No1. CWI Project No.14100.00 DearMr.Ayala: Civil Works,Inc.(CWI)appreciates ibis opportunitytoprovidethe City ofSouth Miami (theClient)with thisrevised proposal forEngineeringServicesto prepare Drainage Improvement Plansforthe area ofTwin LakesintheCity of SouthMiami,Florida.Thisletterdescribing theservicesandfeesinconjunctionwith ourProfessionalServices Agreement (PSA)willserveasthescope ofwork forthisproject. Introduction Weunderstandthatthisareahashistorically experienced floodingandisinneed ofdrainage.According theCity ofSouthMiami Stormwater MasterPlan,produced in 2012,theTwinLakes area is identifiedasa priority area.TheCityhasreceivedcomplaintsfrom residents in regards tofloodingalongthesestreets.The purpose of thisproject is to identify thecause of the drainage issuesanddeterminesolutionstoaddressthem. Areaboundedby the streets below,asdepictedinExhibitA: ♦SW 62nd TerraceandSW 63*Terrace,fromSW 64*CourttoSW 63rd Court ♦SW 64&Courtand SW 63ni Court,fromSW 62nd Terrace to SW 64ih Street ♦SW 63ni Avenue and SW 62nd Place,fromSW 62nd Terraceto SW 64ih Street ♦SW 62«d Court,from SW 62nd TerracetoSW 63rdTerrace. The photographs ofthefloodingisdocumentedinExhibit B.Therequestedscope ofwork isattachedas Exhibit C. Civil Works,Inc. Miami -Ft Lauderdale -Orlando 305-448-6965 954-344-6568 407-339-0040 www.clvllworks.comcwi@civilworks.com Emailto:GMartinez@southmiami.gov Task 1 -Data Collection and Review UnderthisTask,CWI willreviewtheexistingsite conditions and obtain topographic survey provided by our Subconsultant ManuelVera&Associates,Inc.(MVA)for the corridor.Thesurveywillbe prepared in AutoCAD formatandusedasabaseplanforthe roadway improvements.CWI will prepare existing roadwayplansshowingtheexistingconditions.Geotechnical SoilBorings(4)willbe required toobtain thesoilinformationinthe area.Thissoilinformationwillbeincludedintheroadwaybase plan.Upon acceptance ofthe topographic surveyandthesoilborings bytheCity,thesurveyand geotechnical feeswill beinvoicedaspart ofthePhaseItask.Thistaskincludes4meetingswiththeCityforthe research and discussion ofthe drainage information,drainage conceptsandschemes. ClVil Works,Inc.8491 NW 17 Street,Suite 108,Doral,FL 33126 Ph:306-691-4323 Fax:305-591-4074 Twin Lakes Drainage Improvements Project Sept.2,2014,Page2 Task 2-50%Construction Documents UnderthisTask CWI will prepare 50%Construction Documents.Hie existing utility companieswillbe contactedandtheavailableutilityinformationwillbeincludedinthe drainage improvementplans,Based onourinformation,notrafficsignalswillbeimpactedbythisproject.Itistheintentfortheexisting drainage structures toremainwhere possible,and only add exfiltxation trencheswhereneeded. CWI will prepare thefollowing plans: Cover Sheet Summary of Quantities Plan Key sheet with DrainageLocations Drainage Plans(8sheets)Theplanswillbe prepared on1r'xl7"sheetsatascale of lf,=40*in AutoCAD format.Drainage profileswillnotbe required. Drainage Details(2sheets) Signing andPavement Marking Detail Sheet showing theTypical StopBarandpavement marking detail for the intersections.(2 sheets with locations identified) TheCitybid documents (the front endcontract and general conditions willbe provided bytheCity inWordorother electronic format). CWI will prepare the specifications usingCityandMiamiDadeCounty Standards. The Drainage reportincluding calculations This Task also includes: -1sitevisittoverifysurvey. -2 meetings with Public Works during the design and for the 50%review of documents. -1fieldvisittodiscussexistingconditionsduring the design. -PreliminaryCostEstimate. Task 3 -100%Construction Documents AsstatedinthePSA,the50%planswill be submitted for reviewand approval,before proceeding tothe 100%planspreparation.The documents listedabovewillbefinalizedand submitted forreviewand approval.Thistaskwillalso include the permit processing through Miami Dade County (RBR/DERM) forthe drainage portion of thework. This Task also includes: -2meetings with PublicWorksduringthedesignandfor 100%review of documents. -2fieldvisitduringthefinaldesign. -UpdatedProbable Construction CostEstimate. Task 4 -Phase IV -Bidding and Negotiations ThisTaskwillincludeonePre-bidmeetingandthe responses tothebidders RFI's and questions. Task S-Phase V-General Construction Administration This Task will include Construction Administration asdescribedin Exhibit C.The attendanceatany coordinationmeetings would beincludedas additional services.Ifthe constructionwork requires alonger timeperiodthananticipated,thenthistask will beextendedunderanadditional work order. CMI Works,InC.8491 NW17 Street,Suite 108,Doral,Fl 33126 Ph:305-591-4323 Fax:305-591-4074 Twin Lakes Drainage Improvements Project Sept.2,2014,Page 3 Task 6 -Phase VI -Post Construction Administration ThisTaskwillincludethereview of theas-builtdocuments,basedoninformationsubmittedbythe Contractor.CWI willpreparetheClose-outDocuments as described inExhibitC.Notethattheas-built Record Drawings willbe prepared bythe Contractor and approved by CWI. DELIVERABLES CWI willprovidethefollowingsets of document: ♦Twocopies of thetopographicsurvey ♦2sets of 50%construction documents*Drainage Report,Probablecostestimateandoutline specifications. ♦Afterapprovalofthe50%documents,2setsof 100%plans,specs,biddocumentsand probable cost estimate. ♦Electroniccopiesofthefinaldocuments COMPENSATION Basedonthe task scopeslistedabove,thefeesfortheTaskswillbeforthestipulatedsumsindicated below. TASK STIPULATED SUM Task 1-Data Collection and Review $5,200 Task 2-50%Construction Documents $21,900 Task 3 -100%Construction Documents $11,680 Task 4-Phase IV -Bidding and Negotiations $1,810 Total Design Fees $40,590 Survey (by Hadonne a Subconsultant)$16,500 Geotechnical Soil Borings (by Geosol,a Subconsultant)$3,175 Limiting Amount Services(to be invoices hourly) Task 5-Phase V-General Construction Administration $13,090 Task 6-Phase VI -Post Construction Administration $4,350 CMI Works,Inc.8491 NW 17 Street,Suite 108,Doral,FL 33126 Ph;305-591-4323 Fax;305-59M074 Twin LakesDrainage Improvements Project Sept.2,2014,Page4 The lump sum services include upto $200.00 in direct expenses,If direct expenses exceed $200.00,we will furnish you with a cost break down,and you will reimburse us for the additional expenses.Invoices willbe submitted monthly showing the amount of hours and percent completion ofthe lump sum items. All fees and reimbursable expenses for these services must be paid in full before any final products are released. CLIENT'S RESPONSIBILITIES Youwill furnish CWIwith an executed agreement for this project and copies ofthe following: ♦Any existing surveys ofthe roadway project (in electronic format.) ♦Copies of the AutoCAD files for the existing roadway and signing and marking design. ♦All reviewandpermitfees. ♦As-builts of existing roadway. SCHEDULE We understand thatthis project needstobe expedited,CWIis ready tobeginthe project as soon asthe additional information is supplied tous.Wewill comply with any reasonable design schedule that you require. If this scope of services is acceptable,please sign and date a copy of this letter and return one complete copytoouroffice.We are prepared tobeginourservicesassoonasasignedagreementandNoticeto Proceed isreceivedfromyouroffice.Please callmeat (305)591-4323 ifyouhaveany questions. Sincerely, Civil Works,Inc. Linda Bell,P.B. President Acceptedby Signature Printed Name Date Attachments:City of South Miami PSA Exhibit A Exhibit B Exhibit C c36/projeCt/SoMte«twliv48kcsprp3.wpd Civil WorkS,Inc.6491 NW 17 Street,Suite 108,Doral,FL 33128 Ph:305-591-4323 Fax:305-591-4074 Twin Lakes Drainage Improvements Project Sept.2,2014,Page4 Thelumpsum services include upto $200.00 in direct expenses.If direct expenses exceed$200.00,we will furnish youwithacost break down,and you will reimburse usforthe additional expenses.Invoices willbesubmittedmonthlyshowingtheamountofhoursandpercentcompletion of thelumpsum items- All fees and reimbursable expensesforthese services mustbe paid infullbeforeany final products are released. CLIENT'S RESPONSIBILrriES Youwillfurnish CWI withanexecuted agreement forthisprojectandcopies ofthe following: ♦Any existingsurveys of theroadwayproject (in electronic format.) ♦Copies of the AutoCAD filesfortheexistingroadwayandsigningandmarkingdesign. ♦All review andpermitfees. ♦As-builts of existing roadway, SCHEDULE Weunderstandthatthisproject needs tobeexpedited.CWI isreadyto begin theprojectassoonasthe additional informationissuppliedtous.Wewillcomplywithany reasonable design schedule thatyou require. Ifthisscope of servicesis acceptable,pleasesign and dateacopy of thisletterandreturnonecomplete copytoour office.We arepreparedtobeginourservicesassoonasasignedagreementandNoticeto Proceed is received from your office.Please call meat (305)591-4323 if you have any questions. Sincerely, CM!Works,Inc. Linda Bell,PJB. President Accepted by Signature Printed Name Date Attachments:City of SouthMiami PSA Exhibit A Exhibit B Exhibit C c36/prOJect/SoMia-twin-lakMprp3.>vpd Civil Works,Inc.8491 NW 17 Street,Suite 108,Doral,FL 33126 Ph:305-591-4323 Fax:305-591-4074 TWIN LAKES DRAINGE IMPROVEMENTS EXHIBIT B TWIN LAKE DRAINAGE IMPROVEMENTS EXHIBIT C Twin LakesDrainage Improvement ScopeofWork This areahashistoricallyexperiencedfloodingand Is In need ofdrainage.AccordingtheCityofSouth MiamiStormwaterMaster Plan,producedin 2012/theTwinLakesarea Is Identifiedasa priority area. TheCityhasreceived complaints fromresidents In regards tofloodingalong these streets.Please refer to the Exhibit B. Thepurpose of this project Is to Identify the causeofthedrainageIssuesand determine solutions to address them* Areaboundedby the streets below,asdepictedIn Exhibit A: •SW 62Bd Terrace andSW 63*Terrace,from SW64*Court toSW 63rd Court •SW64th Court andSW 63*Court,from SW 62nd Terrace toSW 64th Street •SW 63rd AvenueandSW 62nd Place,from SW 62nd Terrace toSW 64th Street •SW 62nd Court,from SW 62nd Terrace toSW 63*Terrace. Pre Design Services •Surveying Services •Geotechnical Services (percolation test) DesignPhase: •Prepare detailed construction drawingsatanacceptablescale(Including,but notlimitedto, drainagesystem layout,storm waterpollutionpreventionplansandapplicableconstruction details). •Prepare technics I specifications requiredforthe project •Prepareand submit allpermitapplicationsrequiredfor this project.It Is anticipated that approval will berequiredfrom MlamM)ade RER and M-D PWD}.Areviewby the City ofSouth Miami Public WorksDepartment will alsobe required. •Provide construction cost estimate. Bid Phase; •Attend pre-bld meeting •Respond to bidders RFIs and questions. Construction Phase: •Attend preconstructlon meeting •Prepare preconstructlon meeting minutes. •Attend construction meetings asrequired. •Conduct inspections andprovide written inspectionreports with attached photos. •Review/approve shopdrawingsand RFIs. •Perform projectcloseout in accordance with Professional Services Agreement for General Engineering Services. •Issue punch-list (with attachedphotos)and final completion. t Obtainandreview As-bullt drawings.SubmitcertifiedRecorddrawingsbythe Engineer ofrecord to the City. Theproposeddesignwillbedone In accordancewiththe established guidelinesandproceduresutHlzed bythe City ofSouthMiami Public WorksDepartment,the Miami DadeCounty Public WorksDepartment (TrafficDivision)and the Miami-Dade RER. Land Surveyors and Mappers it a rs/-\*i m »-3D Laser Scanning HADONNE Utility Coordination Subsurface Utility Engineering PROPOSAL/AGREEMENT Tuesday,August 26,2014 SENT VIAr MydaQsoutiintenMipr Submitted to: RicardoA.Ayala,P.E, City ofSouth Miami 4795 SW 76 Avenue Miami,FL33155 In reference to; Surveying Services forthe project Known as Twin Lakes*boatedin,City ofSouth Miami,FL,see attached Exhibit "A". DearMr.Ayala: Pursuant lo your request regarding afee estimate for surveying andmapping services forthe above referenced projeot.HADONNE (HC)Is pleased tosubmit the following proposal foryour consideration: Scope of Services: SeeattachedScopeofService Deliverables; Five signed andsealed copies ofthe resulting Map of Boundary endTopographic Survey along with theresulting Cadd files (DWG format)andPDF. Time of Completion: Wehave estimated thirtycalendardaysto complete (hisproject Project area,length.She andlocation: See attached Exhibits Schedule of Fees: Total feestocomplete all phases of this project shall be lump sum of $15.500,00 Year 2014 hourly Rales (loaded hourly rates): SurveyingServicesRates Two Person Survey Party $110,00 perHour Three Person Survey Party $130.00 perHour Office Computer Drafter $55.00 per Hour Office Survey Technician $60.00 per Hour Professional Surveyor incharge (Project Surveyor)$100.00 perHour SubsurfaceUtility Engineering Rates EM Locating Crew $170,00 perHour Two Man GPR and Locating Crew $200,00 perHour Vacuum Truck Crew (Test Holes /Soft Digs)$320.00 per Test Hole HADONNE 11985 NW 86th Court •Suite 202 •Dora!,FL 331111P:*1 (305)266M188 •F:+1 (305)207-68451 www.hadonne.com tLB7097 "•*$& PAGE 2 OF 2 TL5P.D0CX Qualifications? County and /or Municipality Fees are not Included In this Proposal and are Ihe Client's rosoonsMv.Rule of Law.All fiefd and office efforts In connection with this project wSI be performed In strict accordance with the applicable provisions of the "Minimum Technical Standards (or Land Surveying In the Slate olFlorida",pursuant to Rule 5J17-05 Florida Administrative Code,Requests for service not specifically enumerated In this Proposal will bo addressed via separate response ifso required and an additional chergo will apply per HC's hourly rates for calendar year 2014,which are set forth fn the "Estimate Fee"section of this Proposal,All survey work tobe done In U.S.feet,elevations tobe reference to National Geodetic Vertical Datum of 1929 (N6VD1929)should a different Oatum berequired,the consultant must benotified In writing.Our abSHy to perform Is and will becompletely Influenced by the Client's ability tomake Ihe silo available and toeliminate any and all conditions that may Interfere with HC's ability to furnish services,and weather conditions.KC will require a24 hour,prior written notice before field work can be performed.This notice should besent via facsimile oremail toHC.This Proposal doesnotinclude any permft fee nor plans processing leesassessed bythe applicable government agency. This Proposal does not Include construction Inspections orcertification*for construction completion.Horizontal control points shall be referenced to the Florida State Rane Coordinate System,North American Datum ol1983 adjusted 1990 (MB8&2U.AO work lobe performed In U.S.feet.Client shall beaware thai GPR Technology Is not100%accurate.Depending onfactors such 89 and not limited to:soil type,soil moisture*size ofunderground utility,type ofunderground utility,depth of underground utilities;some utilities may not bedetected byGPR,GPR will detect the presence ofthe utility but not the type.The client will do its beet to Identify the type of utility but Rmay occur that some detected utility remain unidentified.Area to be located with GPRshould bedean without mayor vegetation,debrla or any structure that may prevent theuseof Ihe equipment.Cleaning,removing ofdebris orvegetation isnot Included In this proposal. Payments Terms: Payment is due for HC's completion of each taskUPON RECEIPT of HC's Invoices,(t Is understood (hat this Proposal is entered Into between HC and theClIenL HC's failure tostrictly enforce anyprovision In this Proposal shall NOT beconstrued asa modification or amendment otthe Proposal's terms,spedflcaBy thesepayment terms,unless otherwise agreed toinwriting byHC.HC's receipt ofthis Proposal,signed byClient,constitutes Client's acceptance of these terms,and HC'e Standard Terms and Conditions (collectively the"Contract1},which Isattached and incorporated byreference as If fully eel forth here.TheClient's signature shall also constitute e notice for HC to proceed with Its Scope of Services.In theevent HC is required to enforce any terms of the Contract,Client agrees to pay to HC all reasonable attorneys1 fees and coals Incurred,whether suit Is filed ornot.Including attorneys*fees on appeal.|Past due payments under this Proposal are subject toa 1.5%Interest per month.For special consideration,the Client agrees that HC's liability for this Project,Irrespective ofthecause,shall be limited lotheamount oftheProfessional Fees Client actually pays toClient. Both HC and the Cfient may terminate this Proposal after ten (10)days written notice,and upon Client's payment to HC of all outstanding fees and expenses incurred by HC through thedateofsuch written notice. 8y signing below IAPPROVE AND ACCEPT this tetter asa legal contract and read and agree tothe payment terms asset forth above. Title: (TrpMorptOMfiW^ I thank you for this opportunity to present this proposal for your consideration and look forward to your favorable response.In theInterim,ifthere Is anything wecan dotobeofservice in this oranyother matter,please donot hesitate locall ma cfirectly at 305.266.1186. Abraham\adad,PSM /President HADONNE 11985 NW 86th Court •Suite 202-Doral,FL.331721P;+1 (305)268-1188 •F;+1 (305)207-68451 www.hadonne.com IL87097 SCOPE OF SERVICE Twin Lakes Survey Scope August 21,2014 All survey work will adhereto and In accordance with the STATE OF FLORIDA MINIMUM TECHNICAL STANDARDS,Chapter 427.027 Florida Statutes and Rule 5J-17 Florida Administrative Code.Scope Items numbers listed referto FOOT,District 6T Surveyscope descriptions. Project Limits; •Area bounded bythestreets below,as depicted in Exhibit A attached here-to: •SW 62ndTerraceand SW 83rd Terrace,from SW64thCourtto SW 63rdCourt •SW64th Court and SW 63rd Court,from SW62nd Terrace to SW 64thStreet •SW 63rd Avenue and SW 62ndPlace,from SW 82ndTerraceto SW 64th Street •SW 62nd Court,from SW 62nd Terrace to SW 63rd Terrace, 27.01 &27.02 Horizontal and Vertical Control Primary control pointswillbesetandestablished.Horizontal Control will beestablishedonthe Florida StatePlane Coordinate System,EastZone,and North AmericanDatum (NAD)of 1983 /1990 Adjustment.VerticalControl will beestablishedon NAVD 88 verticaldatum. Notes: -Control wltl beshownonTopo file only. -Alt set controlpoints will be shown with their horizontal andvertical values (X,Y&Z). -The Preparation ofPNC sheets IsWOTa part of this scopeofservices. 27.03 Survey Baseline A Burvey baseline will be established alongthe centerDne ofright of way when accessible.Survey baselineand right ofwaylines will be graphically establishedandshownonTopographicCaddfiles. 27,06 Topographic Survey TopographicSurvey will be performedfrom rlghl ofwayto right ofway,alongthestreetsdefined above.All abovegroundfeaturesand Improvements will belocated including:existing lighting, pavement markings,trees,pedestrian ramps,driveways,visible above groundutilities,sodded and pavedareas,pedestrianramps,drainagestructures (including rlmteutter elevations),etc. 27.08 Cross Sections Cross sections at 50-fL intervals will beperformed. 27,12 Drainage Survey Drainage structures will be located.The surveywill Identify thetypeof structure,rim elevation,pipe invertelevation,pipe materials,direction,size and condition. Note:in caseswerestructureIs full ofwater and/or sediment,surveyor will visit said structures a maximum of2 visits;Ifstructures Is still un-accessibte,said structure will benotedassuch In survey. 27.20 Subdivision Locations for Survey Baseline &right of way Lines Performfieldlocationsof section corners,1/4-sectlon corners,andfractionalcornersaswellasblock closures,monumentlines,etc.,In orderto establish surveybaselineandtherightofway lines. Deliverables •3CDscontaining the following: o Electronic Cad files In AutoCAD Format,drawings to follow FDOT CAD format (line styles) o Signed and Sealed PDF file oPointtxt file using PNEZD format •3 Signed and Seated hard copies (17x11). Civil Works,Inc. AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT,entered into thisQ^day of S^4>^^>20 ^»bY the CITY OF SOUTH MIAMI through Its City Manager,bothofwhomshallhereinafterbereferredtoas the "CITY"where applicable;and Civil Works,Inc.with anofficeand principal placeofbusiness locatedat7855NW12Street,Doral,FL 33126(hereinaftercalled the "CONTRACTOR"). WITNESSETH: WHEREAS,the CITY is In need of all project management and professional engineering servicesrequiredfor the designand preparation ofacompleteset of constructioncontract plans fora drainage improvements,at the followinglocations: •SW62nd Terrace andSW 63rt Terrace,from SW 64th Court toSW 63*Court •SW 64*Court and SW 63rd Court,from SW 62nd Terrace to SW 64th Street •SW 63rd Avenue and SW 62nd Place,from SW 62nd Terrace toSW 64th Street •SW 62ftd Court,from SW 620d Terrace toSW63rd Terrace. The elements of work shallincluderoadwayanalysis,topographic survey,signingand pavement markings,anddrainageandgeotechnicalactivitiesas required.Allexistingfeatures,i.e. sidewalks/driveways,etc.,requiring repair or replacement,shallalsobeaddressed accordingly; and WHEREAS,the CITY desirestoretain the CONTRACTOR to provide the requiredgood and/or servicesbasedon the CONTRACTOR'S representations that it Isqualifiedandcapable of providingsaidgoods and/or services In a professional and timely mannerandin accordance with the CITYs goalsand requirements;and WHEREAS,the CONTRACTOR hasagreed to provide the services Identified inItsAugust 25,2014 proposal for the project entitled "Twin LakesDrainageDesign",pursuant to its ProfessionalService Agreement with the City ofSouthMiamifor Civil Engineeringservicesfor Roadway Projects,datedJune28,2013.Acopyofthe Proposal and the Professional Service Agreement is attached. NOW,THEREFORE,In consideration of the mutual covenants and agreements herein contained,the parties agree asfollows: 1)The recitals set forth above are true andcorrect representations of the parties and they are hereby made apartof this agreementbyreference. 2}ENGAGEMENT OF CONTRACTOR:Basedon the representations of the CONTRACTOR as set forth above andasset out In the following "checked"documents (check the box preceding Ihe document to Indicate thatsuchdocument Is partof this contract): DCONTRACTOR'S response to the City's written solicitation;or •*CONTRACTOR'S proposalor quote Thomas F.Fepc 2014 7/1/14 Page -1 -of 4 The CITY hereby retainsthe CONTRACTOR to provide thegoodsand/orservices set forth in said proposal,quote or response to solicitation,whicheverisapplicable,asmodifiedby the Contract Documents(hereinafterreferredtoasthe Work"). 3)Contract Documents:TheContract Documents shallincludethis Contract and the following "checked doCUments"{check the box preceding the document toIndicate that $uch document Is part of thU contract) d General Conditions to Contract a Supplementary Conditions ^f"Other documents"referring tothis contract and signed bythe parties •Solicitation documents ("hereinafter referred to as "Bid Documents" including any request for bid,proposalorsimilar request) ^Scope ofServices a Contractor's response to the City's Bid Documents "^Contractor's proposalorquote dCity's Insurance Requirements a City's Indemnification Requirements •Payment Bond n Performance Bond 'As wellasany attachments orexhibits that are made apartofany of the "checked documents7'. This Contract and,ifa"checkeddocument",the General Conditions to Contract,Supplementary Conditions,the Solicitation,Scopeof Services and"otherdocuments",shall takeprecedent overthe proposal The"checkeddocuments"areattachedheretoandmadeaparthereofby reference. 4)Dateof Commencement:The Contractor shall commence the performanceunder this Contract onadatetobe specified In a Notice toProceed,or Purchase Order("Work Commencement Date"),and shall completethe performance hereunderwithin ifco days orthe length oftimeset forth In the Contract Documents,whichever is the shorter period of time.Time Is of the essence. 5)PrimaryContacts:The person In charge ofadministeringthisAgreementonbehalf of the CITY is the CityManagerorsuchotherpersonas the CityManager may designate In writing.The primary contact person for the CONTRACTOR shall be 6WU ^«4A . 6)Scope of Services:Thegoodsand/orservicestobeprovidedareas set forth In the "checked documents". 7)Compensation:The Contractor's compensationfor the performance of this contract (hereinafter referred to as the Contract Price)shallbeas set forthinContractor's response to Thomas F.Pepe 2014 7/1/14 Page-2-of 4 the City's written solicitation,ifany,or,if none,thenassetoutin Contractor's proposal or quote,whicheverisapplicable,andasmodifiedbytheContractDocuments. 8)Hours of Work:In the event thatthiscontractrequires the performanceofservices, it is presumed that the expenses of performingWorkafterregular working hours,andon Sundayand legal holidays Is Included In the Contract Price.However,nothingcontainedherein shall authorize work ondaysandduringhoursthatare otherwise prohibitedbyordinance unlessspecifically authorized orinstructedinwritingby the City. 9)TimeProvisions:.The term ofthis Agreement shall commence on the Work Commencement Date and shall continue for Ko*t>^<>until It expires y^"X >^y, unless earlier terminated according to anyof the terms of this Agreement Notwithstanding the foregoing,this Agreement maybe extended byan additional 3£>period Ifthe extension Is inwritingand signed by the CityManager.An extension of the term of this Contractisat the CITY's sole and absolute discretion. 10)Termination:This contract may be terminated without cause by the City with 30 days of advanced written notice.Thisprovision supersedes and takes precedence over any .contrary provisions for termination contained in the Contract Documents. 11)Applicable Law and Venue:Florida law shall apply to tye interpretation and enforcement of this contract.Venue forallproceedingsshall be in Miami-Dade County,Florida. 12)Insurance,Indemnification &Bonding:CONTRACTOR shall comply with the insurance,Indemnification and bondingrequirements set forth in the Contract Documents. Anyprovisioninany contract document that providesfor indemnification by the City is subject to the City's righttosovereignimmunityandtheprotectionprovidedby Florida Statutes, including Section768.28.Furthermore,nothingcontainedinanycontractdocuments shall waiveorlimitsuch immunity or protection. 13)Liquidated Damages:In theeventthatthe Contractor shall fall tocompletethe Workwithin the time limit set forthin the ContractDocuments,or the extended timelimit agreedupon,In accordancewith the procedureasmore particularly set forth In the Contract Documents,liquidated damages shall be paid atthe rate ofS ^yft-dollars per day until the Work is completed. 14}Jury Trial Waiver:Thepartieswaivetheirrighttojury trial. 15)Entire Agreement,Modification,andNon-waiver:TheContractDocuments constitutetheentireagreementofthe parties andsupersedesany prior agreements,written or oral.The Contract Documents may notbe modified or amended except in writing,signed by both parties hereto.The Contract Documents,In general,and this paragraph,in particular,shall notbemodified or amendedbyany acts or omissions ofthe parties.No failure to exercise and Page -3 -of 4 Thomas F.Pepe 2014 7/1/14 nodelayin exercising any right,poweror privilege shall operateasa waiver.Nowaiver of the Contract Documents,In whole or part,including the provisions ofthis paragraph,maybe impliedbyanyactoromission. 16)Public Records:CONTRACTOR and all of Its subcontractors are required to comply with the public records law (s.119,0701)while providing goods and/or Services onbehalfofthe COY and the CONTRACTOR,under such conditions,shall Incorporate this paragraph in all of Its subcontracts for this Project. INWITNESS WHEREOF,the parties,have executed this Contractonorprior to the datefirstabovewrittenwith full knowledgeof Its contentand significance and intending tobe legally bound by the terms hereof. Civil Works,Inc. flaria M.Menemtez;CMC CityClerk Read and Ap£royati as to For [^Execution 1 Thomas F.Pepe 2014 7/1/14 uage, /-/A/A4 &eiu,>fei^E>£*rr (Print nameandtitleabove) CITY OFSOWfH MIAMI Steven Alexander City Manager Page-4-of 4 RESOLUTIONNO.:151-13-13969 A Resolution authorizing the City Manager toexecutea Professional Service Agreement provided under Florida Statute 287.055 Consultant's Competitive Negotiation Act "CCNA",with EAC Consulting,Inc,Martin Engineering,Inc.,The Corradino Group,Inc.,SRS Engineering,lnc„R.J.Behar and Company,Inc,T.Y.Lin International,StanleyConsultants,Inc,Sol-Arch,Inc.,Civil Works,Inc.,C.H.Perez&Associates Consulting Engineers,Inc.,for the following professional services:Architecture,Civil/Environmental Engineering,Structural,and Traffic &Transportation Engineering. WHEREAS,the Mayor and City Commission desire toenterinto service agreements for professional servicesforthe following categories:Architecture,Landscape Architecture,Civil/Environmental Engineering, Structural,Traffic and Transportation Engineering;and WHEREAS,pursuantto Florida Statute287.055 for CCNA,theCitysolicited qualification from interested firms andthe City's reviewcommittee conducted a thorough review ofthe qualifications ofthe firms that responded to the solicitation,and upon evaluation thefirms were ranked;and WHEREAS,theCity met withthe firms andreviewedtheproposedhourly billing ratesandthe following firmshave agreed uponthehourly billing ratesdisclosedintheProfessionalService Agreement requestfor qualifications;EACConsulting,Inc,Marlin Engineering,Inc.,TheCorradinoGroup,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 &Associates Consulting Engineers,Inc.:and WHEREAS,theMayorandCityCommissiondesirestoauthorizetheCityManagerto execute the professional service agreements. NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OFTHE CITY OF SOUTH MIAMI,FLORIDA THAT: Section 1:The CityManager is herebyauthorizedto execute theformoftheprofessionalservice agreement thatisattached,forthenegotiatedhourlyratesin accordance wjththeprocedure set forth in Florida Statute287.055(Consultant'sCompetitive Negotiation Act)withEAC 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 Consulting Engineers,Inc Section 2:Ifanysectionclause,sentence,orphraseofthis resolution isforanyreasonheld invalid or unconstitutional bya court ofcompetent jurisdiction,the holding shall not affect the validity ofthe remaining portions of this resolution. Section3.This resolution shalltakeeffect immediately upon adoption. PASSED ANDADOPTED this 6 th dayof August 2013. 8J:__APPROVED. COMMISSION VOTE: Mayor Stoddard: ViceMayorLiebman Commissioner Newman: Commissioner Harris: Commissioner Welsh: 5-0 Yea Yea Yea Yea Yea City of South Miami PUBLIC WORKS&ENGINEERING DEPARTMENT 4795 SW 75*Avenue Miami,FL 33155 Tel.(305)663-6350 Fax (306)668-7208 TO:Steven Alexander,City Manager FROM:JorgeLVera,Capital Improvement Project Manager DATE:August 6,2013 SouthMforoi IS *Resolution:A Resolution authorizing the City Manager to execute a Professional Service Agreement provided under Florida Statute 267.055 Consultants Competitive Negotiation Act "CCNA-, with 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 Consulting Engineers,Inc.,forthe following professional services:Architecture,Civil/Environmental Engineering,Structural and Traffic &Transportation Engineering. Background:OnJune4,2013.,.,the City Commission approved a resolution (#120-13-13938) authorizing theCity Manager tonegotiate hourly billing ratesandto execute a ProfessionalServiceAgreementwiththefirmsthatwereselected from ourrequest for qualifications RFQ #PW-S2013-04 for Architecture,Landscape Architecture. Civil/EnvironmentalEngineering,StructuralandTraffic&TransportationEngineering. Ofthe24firmsselected,Citystaffhas met withandreviewedtheproposedhourly billing ratesfortheabovereferenced firms.Afternegotiatinganacceptable hourly billing rate with thefirms,thefirmsenteredintoaProfessionalService Agreement inordertoprovide professionalengineeringservicestotheCityattheagreedhourly billing rate forfuture projects. In anefforttoprovidetransparencyand accountability,thehourly billing rateperjob classificationisbasedonFDOTsConsultantWage AverageReportfortheperiodof May 2012 to May 2013 is'attached.The report Is based onan FOOT yearly data collection andanalysisofIhe prevailing hourly wageratebyjob classification withindifferent geographicalareasintheState.Our geographical areaiswithin District 6which encompasses Mlaml-Dade andMonroeCounties.Theratesinthereportarenegotiated unloadedrateswhichprovidepersonnelhourly billing rateperclassificationexcluding companyoverheadandbenefit.Tothe hourly negotiated unloadedrate,each firm addsa multiplierforthecompany'soverheadandbenefits.The multiplier in District 6rangesfrom 2.5to3.1,dependingonthesizeofthe firm. Please find belowthefirmsthathavesubmittedasignedProfessionalService Agreement,which Includes their negotiated hourly billing rateplusthe multiplier.Upon further future negotiations,additional firms will be presented tothe City Commission for theirapproval. 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 Services Agreements bythe City Commission,City staff will requestquotesfor City projects from individual firms ona rotating basisand in accordance with Florida Statutes 267.65 CCNA The quotes will benegotiated based on thescopeofaproject duration andthe contractual hourly billing rate.Upon the City staff negotiatinga final costto perform the required project,aresolution will bepresentedtothe City Commission fortheirapproval. Please notethatthe execution of these Professional General Service agreements does not committhe City toany maximum amountoffeesnor guarantee any work.* Attachments:Proposed Resolution Blank Professional Service Agreement Signed Professional Service Agreements -CD Listed consultant hourly billingrates FDOT Consultant wage average report Resolution 120-13-13938 Sunblz PROFESSIONAL SERVICE AGREEMENT General Cxuni Services THIS AGREEMENT made and entered into this (*-day of fwA .20J3 by and between the CITY OF SOUTH MIAMI,a political subdivision oftheStateof Florida and CML WORKS INC authorizedtodobusinessintheStateof Florida,hereinafter referred toasthe "CONSULTANT", In consideration ofthepremisesandthe mutual covenants contained In this AGREEMENT,the CITY OF SOUTH MIAMI through its City Manager,agrees to employ the CONSULTANT for a periodendingonm^U^T it 10\(?.and the CONSULTANT agrees to be available,continuing basis,to perform professional services in connection with projects)where the basic estimated construction costsofeach individual project doesnot exceed $2,000,000.00 or where the individual study does not exceed $200,000.00,herein after called the "SERVICES". 1.0 General Provisions 1.1The CONSULTANT maybeawardedworkand issued aNoticeto Proceed toprovide professional services fora project,fora portion ofa project,orfor discrete tasks ona project Additional Professional Services,forthe purpose of reviewing work performed byother professional consultantsorforother miscellaneous engineering services thatmaybe required, 1.2 A Notice to Proceed will be issued on an as needed basis at the sole discretion of the City Manager,orhisdesignee,hereinafterreferredtoas "CITY".The City ofSouth Miami reserves,at al!times,therightto perform anyand all engineering work in-house orwithother engineers.This AGREEMENT does notconferonthe CONSULTANT any exclusive rightsto performworkon behalf of the CityofSouth Miami,nordoesitobligatethe City ofSouth Miami inany manner to guarantee workforthe CONSULTANT.The CONSULTANT maysubmit proposalsforanyprofessionalservicesforwhich proposals maybe publicly solicited bythe City of South Miami outside of this AGREEMENT. 1.3The CITY will conferwiththe CONSULTANT beforeanyNoticeto Proceed isissuedto discussthe scope of the work;the timeneededtocompletethe WORK andthefeeforthe services to be rendered in .connection with the WORK. 1.4The CONSULTANT will submit aproposaluponthe CITY'S request priortotheissuanceofa NoticetoProceed.No payment will bemadeforthe CONSULTANT'S timeandservicesin connection with the preparation ofanyproposal. Page 1of39 Professional Service AGREEMENT Tpepe©12-31-12 (RevisedSK 4-3-13,GM6-18-13) 1.5 The OTY agrees that itwill furnish to the CONSULTANT plans and other data available in the OTY files pertaining to the WORK to be performed under this AGREEMENT promptly after each Notice to Proceed. 1.6 The CONSULTANT agrees to produce and distribute minutes,promptly after each meeting at which the CONSULTANTS presenceis required, 1.7 The CTTY may designate a representative who,on behalf ofthe City Manager shall examine the documents submitted by the CONSULTANT and shall render decisions promptly,to avoid unreasonable delay in the progress of the CONSULTANTS services.The CONSULTANT shall keep the Q1YS representative advised onthe project statusat all times. 1.8TheOTY agreestoissueall directives and approval in writing. 2.0 Professional Services 2.1 General Services The professional services tobe provided bythe consultant may beoneormoreofthe following,andincludebutnotlimitedto: A Roadway Engineering to include streets,sidewalk,curb,gutter,drainage, associated traffic control devices,stripping,lighting,irrigation,speed reduction devices and residentiallandscaping. B.DrainageDesign includes the necessary analysis neededtoimplementproposed drainage improvements,preparationof paving anddrainageplanfor municipal ....—,--...r ....building,and facilities .-......-._.T.r.,..r ......--__-----....... C.Civil Engineering,toinclude Distribution SystemsImprovement/Analysis and designand Sanitary SewerSystem Evaluation anddesign. D.Environmental Engineering,including,siteinvestigationanddesignneededto prepare remediation planstomitigate underground storage tanks,hazardouswaste materials and asbestos materials. E.Traffic Engineering Services will includedailyvolumecounts,data analysis, preparation ofconceptual improvements plan,presentreportsand recommendations tostakeholdersandpreparationof final trafficengineering report. Page2of39 Professional Service AGREEMENT Tpepe<D12-31-12 (RevisedSK4-3-13,GM 6-18-13) F.Architectural Services to provide drawings and specifications for new constructions as well as sdditions and renovations;attend meetings with City staff and-presentations toGty Commission;provide plans developed on AutoCAD latest version andcopiesof reproducible hard copyand diskette of plans intherequested format G.LandscapeArchitecture including providing drawings and specifications for landscape projects;site master planning,analysis and design,urbandesign plans/concept diagrams,openspaceplanning,analysis and design;community planning,analysis and design;natural resource planning analysis and design;Parks design;renderings/modeling;provide plansdevelopedon AutoCAD latest version andcopiesof reprodudble hardcopyanddisketteof plans inthe requested format H,Registered Surveying andMapping Other incidental services associated to the above items. Page 3of39 Professional Service AGREEMENT TpepeO!2-31-12 (Revised SK 4-3-13,GM 6-18-13) 2.2Design 8i Construction -BasicServices The Basic Services,for designand construction,consist ofsix(6)phases described in Paragraph 2.2.1 through 22.6*Thescope outlined below is applicable initsentiretyto projects for which completed BasicServicesareauthorized. Uponauthorizationtoproceedfrom the CHY,the CONSULTANT agreestoprovidecomplete professional servicesforanyportionor all ofthesix Phases outlinedbelow applicable toits profession.The CONSULTANT agreestoco-ordinateitseffortwiththatofanyother providers of professional servicestoassurea coordinated andcomplete WORK.Ina multi-professionally consulted project,thelead CONSULTANT,asdesignatedby the OTY,shall preparethe final bid package including bid documents and specifications,which shall be prepared by,andbethe responsibilityoftherespective disciplines. 2.2.1 Phase ^Preliminary and Schematic Design: A.The CONSULTANT shallconferwithrepresentativesofthe CTTY and the enduser to determine the full scopeofthe Project that will meet theprogram requirements, and shall advisethe CXW if,inthe CONSULTANTS opinion,the allocated fundsare adequateto accomplish the program requirements,as defined byan individual purchaseorderforthe specific worktobeperformed. B.The CONSULTANT shall useproperandadequatedesigncontrolto assure the OTY thattheprogram requirements will be met C.The CONSULTANT shall prepare a Design Concept and Schematic Report, comprising ofthe Project Timetable (Master Schedule),Planning Summary (unless advised otherwise),Schematic Design Studies (unless advised otherwise)as defined ~.-J?e!_QW,.aj}^ D.The Proposed Project Timetable shall consist ofa schedule showing the proposed completion date .on each Phase ofthe Project through design,bidding, construction,and proposed dateof completion. E.The Planning Summary (unless advised otherwise)shall consist ofa vicinity plan and blow-up ofthe 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. Page4of39 Professional Service AGREEMENT Tpepe012-31-12 (Revised SK 4-3-13,GM 6-18-13) G.The CONSULTANT shall present the Schematic design studies to the appropriate commission,committee,agency orboard (hereinafter collectively referred to as "Boards")for their approval when the project requires such approval The Consultant shall makecopiesnecessary for presentation tothe Board atno 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. LThe Statement of Probable Construction Costshall include estimated cost ofthe Project including fixed equipment professional fees,contingencies (if any), escalation factors adjusted tothe estimated bid date,movable estimate (if any),and utility service extensions Of applicable).The CONSULTANTS opinions of probable TotalProjectCostsandConstructionCostaretobe made onthebasis of the CONSULTANT'S experience and qualifications and represent CONSULTANT'S best judgmentasan experienced and qualified professional,familiar withthe local constructionindustryand prices. J.The CONSULTANT shall submitandpresenttwo (2)copiesof all documents required under this Phase,without additional charge,for approval bythe CITY andit shall not proceedwiththenextPhaseuntildirectedby the OTYin writing, 2.2.2 Phase II-Study and Design Development A.From the approved Schematic Design documents,the CONSULTANT shall prepare Design Development Documents,comprising the drawings,outline specifications and other documents to fixanddescribethesizeand character oftheentire Project asto construction and finishmaterialsandother items incidental thereto asmay be appropriateand 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 clearly delineate the Project If the Updated Statementof Probable Construction Cost exceeds the allocated funds, feasiblecostorscope reduction options shall beincluded. C The CONSULTANT shall submitandpresenttwo (2)setsof all documents required underthis Phase,without additional charge,for approval bythe CnY andnot proceed withthe next Phaseuntildirectedbythe OTY in writing. D.The CONSULTANT shallat all times monitor the ProbableConstructionCoststomake certain they remain within the total allocated budgetA Notice to Proceed to Phase HI Page5of39 Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK 4-3-13,GM6-18-13) will not be issued if the latest statement of Probable Construction Cost exceeds the total allocated funds. 2.23Phase EI-Final Design/ConstructionDocuments Development A.From the approved Design Development Documents,the CONSULTANT shall prepare Final Construction Documents setting forth in detail the requirements for the construction ofthe Project including the Proposal (Bid)Form andother necessary informationforbidders,ConditionsoftheContract and Complete Drawings and Specifications.The CONSULTANT shall use Construction Specifications Institute (CS1) Standardsand the City ofSouth Miami Standard formsforthe preparation of the proposal(bid)forms,Instructions to Bidders,conditionsof Contract and Specifications. The CONSULTANT shall review all existingCity Specifications,forcompleteness prior to useandshallsupply all needed additional specifications.The final draftofthe construction documents shall meetthe requirements ofandbe approved bythe City Attorney. B.The Construction Documents shall be prepared inamannerthat will assure clarity of line work,notes,and dimensions when the documents are reduced to 50%of their size. All drawings shall beon24"x 36"paper (MDn size),onthe CITY'S standard sheet format unless approved otherwise. C.All construction documents shall be submitted inboth "hard copy"and electronic mediainamutually agreed upon electronic formatbut generally as follows:. 1.Non-drawing submittalsin Microsoft Office Wordformat Z DrawingsinAutoCAD format 3,GIS files should be in ArcView format Version 3.2. -—-."-.-Qvr-When;.^^:d^jo^r))snt.pftfthe drawings.:has progressed to-atleast,^%-compJetiqn. in Phase HI,the CONSULTANT shail submit two (2)copies to the OTY for approval, without additional charge,along with updatedoutline specifications.The CONSULTANT shall alsosubmitatthistimean updated Statementof Probable Construction costas indicated by time factor,changes in requirements,or general market conditions andanupdated Project Schedule. E*The CONSULTANT shall not proceed with the further development until approval of the documentsis received from the CITY in writing.The CONSULTANT shall make all changes to documents required bythe OTY before proceeding further.A.set ofthe revised documents shall be returned to the CITY after incorporating all ofthe changes,if any. F.A Notice to Proceed for the completion of Phase Ol will notbe issued ifthe latest Statementof Probable Construction Cost exceedsthetotal allocated funds,unless the Page6of39 Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK 4-3-13,GM 6-18-13) CITY increases the total allocated funds orthe CONSULTANT and the CITY agrees on methods ofcostreductions sufficient to enable construction within the project budget Upon100%completion ofthe Construction Documents,the CONSULTANT shall submit tothe OTY a final,updated Statement of Probable Construction Cost along with two (2) copies eachof the final draft of all drawings,specifications,reports,programs,etc, without additional charge,fora final review andcommentsor approvals. The CONSULTANT shall make all the necessary presentations tothe appropriate OTY Boards whichwouldbe normally required ofany construction project (such as Environmental Review Board,Historical Preservation Board etc)forthe final approval. The CONSULTANT atno extra costtothe CITY shall make all required changesor additions and resolve all questions resulting from Board review (see paragraph H)ifthe changesoradditionsdonot alter thescopeofthe project asdeterminedunder paragraph 2,2.1 A The 100%complete final Construction Documents shall be returned to the OTYfor final approval Upon final approval bythe CITY,the CONSULTANT shall furnish tothe CTJY drawings and specifications,without additional charge tothe OTY forbidding purposes,unless instructed otherwise. The CONSULTANT shall arrange for "dry runs"and/ormake final submissions to appropriate authorities (regulatory agencies to include andnot limited to City,County, State or Federal)as necessary,to ascertain thatthe Construction Documents meetthe 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,atno additional costto CITY,in order to acquire the necessary permits.. Page7of39 professional Service AGREEMENT Tpepe012-31-12 (Revised SK 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 bythe CITY ofthe latest Statement of Probable Construction Costthe CONSULTANT shall furnish the drawings and specifications as indicated above for bidding,and assist the OTY 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 andas part of its assistance tothe OTY will tally,evaluate and issue a recommendation tothe CITY after verifying bond,insurance documents,questionnaire and reference submitted bythe constructor. B..The CONSULTANT shallissueAddendatotheConstructionDocumentsthroughthe OTY as appropriate to clarify,correct orchangeBidDocuments. C.If Pre-Qualification of bidders is required assetforthintheRequest for Qualification,the CONSULTANT shall assist City indeveloping qualification criteria, review qualifications of prospective bidders,andrecommend acceptance or rejectionoftheprospective bidders. D.Ifthelowestresponsible Base Bid received exceedstheTotal Allocated Funds the CITYmay. 1.Approvethe increase in Project Costand award a construction contract or, 2.reject all bidsand rebid the Project withinareasonabletimewithnochange intheProjector 3.Direct the CONSULTANT to revise the Project scope or quality,orboth,as approvedby the CITY andrebidthe Project,or •--~^:4.:v..-.:;.5M^^r4d.pp.9feao(ion:the Projector --:—:•—:-..•:—.—-:-:—::: 5,Exercise all options undertheCityCharterandState Law. NOTE:Under item (2)and(3)above,the CONSULTANT shall,without additional compensation,assistthe OTY in obtaining re-bids,and awarding the re-bid ofthe 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 TotalAllocatedFundswhenthelowest responsible bidisover15%ofthe CONSULTANT estimate.All construction contracts mustbe approved bythe City Commission after the City awards thecontractforcommission approval. E.For thepurpose of paymenttothe CONSULTANT,the Bidding Phase will terminate andthe services ofthe CONSULTANT will beconsideredcompleteupon signing of an AGREEMENT witha Contractor.Rejection ofbidsbythe CITY doesnot constitute cancellation of the project Page8of39 Professional Service AGREEMENT Tpepe©12-31-12 (RevisedSK 4-3-13,GM6-18-13) 225 Phase V -General Administration ofthe 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 Contractor's final Payment Certificate is approved and paid bythe CITY. 8.The CONSULTANT,as the representative of the CHY during the Construction Phase, shall advise and consult with the OTY and shall have authority toacton behalf of the CTTY tothe extent provided inthe General Conditions andasmodifiedinthe Supplementary ConditionsoftheConstructionContract CThe CONSULTANT shall attend pre-construction meetings. D.The CONSULTANT shall at all times have access tothe project wherever itisin preparationorprogress. E.The CONSULTANT shall visit thesiteat least weekly andat all key construction eventsto ascertain the progress ofthe Project andto determine in general ifthe WORKisproceedingin accordance,withthe Contract Documents.Onthebasisof on-site observations,the CONSULTANT will use reasonable and customary care to guard the CITY againstdefectsand deficiencies inthe WORK.The CONSULTANT maybe required to provide continuous daily on-site observations to check the quality or quantity ofthe WORK asset forth inthis AGREEMENT and defined bythe Scopeof WORK issued for the individual projectOnthe basis ofthe on-site observations,the CONSULTANT will advisetheOTYastotheprogressofandany observed defects and defidendes inthe WORK immediatelyinwriting. F.The CONSULTANT shall fiimish the OTY withawrittenreportof all observationsof the WORK madebyhim during eachvisittothe WORK.He shall also notethe generalstatusand progress ofthe WORK,and shall submitsameinatimely manner.The CONSULTANT shall ascertain atleastmonthlythat the Contractor is making timely,accurate,and complete notationsonrecorddrawings. G.Based on observations atthesiteandontheContractor'sPayment Certificate,the CONSULTANT shall determine the amount due the Contractor on account and he shall recommend approval ofthe Certificate insuch amounts.The recommendation of approval ofaPayment Certificate shall constitutea representation bythe CONSULTANTto the CITY that,the CONSULTANT certifiesto the OTY that the WORK hasprogressedtothepoint indicated,andthe quality ofthe WORK isin accordance with the Contract Documents subjectto: 1.An evaluation of the WORK for conformance with the Contract Documents upon substantialcompletion. Page9of39 Professional Service AGREEMENT Tpepe©12-31-12 (RevisedSK 4-3-13,GM 6-18-13) 2.Theresultsofanysubsequenttests required bythe Contract Documents. 3.MinordeviationsfromtheContractDocumentscorrectablepriortocompletion and acceptance of the project H.The CONSULTANT shall havean affirmative dutytorecommend rejection of WORK, which does not conform to the Contract Documents.Whenever,Inits reasonable opinion,the CONSULTANT considers it necessary or advisable to insure compliance withtheContractDocuments,it will haveauthority(withtheCity's prior approval)to recommend special inspections or testing ofany WORK deemednottobein accordance with-the Contract Documents whether or not such WORK has been fabricated anddeliveredtothe Project,or installed andcompleted. LThe CONSULTANT shall promptlyreviewandapprove shop drawings,samples, and other submissions of theContractorfor conformance withthedesign conceptofthe Project and for compliance withthe Contract Documents.Changes or substitutions to the Contract Documents shall not be authorized without concurrence with the CITY. J.The CONSULTANT shall review andrecommendactiononproposed Change Orders initiated byothers,and initiate proposed change orders as required byitsown observations orthe requirement ofthe CITY. K.The CONSULTANT shallexaminethe WORK uponreceiptofthe Contractor's Certificate of Substantial Completion oftheProjectAPunch List ofanydefects anddiscrepanciesintheWORK required tobecorrected by theContractor shall bepreparedbythe CONSULTANT in conjunction withrepresentativesofthe CITY andsatisfactoryperformanceobtainedbefore the CONSULTANT recommends executionof Certificate of Final Acceptanceand final paymenttothe Contractor. ....._.T _._..._JH^*alLphteln-irom ..the maintenance manualsfor equipment releasesoflienandsuch other documents andcertificatesasmaybe required byapplicablecodes,laws,policy regulations, the specifications and the other Contract Documents anddeliver them tothe CITY. L.The CONSULTANT shall provide assistance in obtaining Contractor's compliance withthe Contract Documents relative to,1)initial instruction of CITY personnel in theoperationand maintenance ofanyequipmentorsystem,2)initial start-up and testing,adjusting and balancing of equipment and systems,and,3)final clean-up of theproject. M.The CONSULTANT shall providethe contractor withthreesetsof drawings labeled "Construction Plans"forpermitfrom Public Works. Page10of39 Professional Service AGREEMENT Tpepe<012-31«12 (Revised SK 4-3-13,GM 6-18-13) 2.2.6 Phase VI -Post Construction Administration B. C. D. The CONSULTANT shall prepare and provide the OTY with a written manual,tobe usedbythe OTY,outlining the implementation plan of all the required maintenance necessarytokeeptheproposed WORK operational inasafeandeffective manner. The CONSULTANT shall furnish tothe CITY,reproducible record (as-builti drawings Updated based on information furnished bythe Contractor such drawings shall becomethepropertyofthe CTIY. The CONSULTANT shall assist \r\the inspection ofthe WORK onemonth before the expiration ofany guarantee period orthe sixth month whichever is earlier and reportanydefective WORK inthe Project undertermsofthe guarantee/warranties for correction.The CONSULTANTshall assist the OTY with the administration of guarantee/warranties for correction ofdefective WORK thatmaybe discovered duringthesaid period. The CONSULTANT shall furnish the City witha 3-ring binder labeled "Close-out Documents"thatwill include,asaminimum,acopyof: Certificates of completion As-Builts (1/2size) Test Results Daily construction inspection reports Progress meeting minutes Approvedshop drawings Warranty manualsas applicable Final release of liens Final payment tocontractor 2,3 Additional Professional Services AdditionalServicesaslistedbeloware normally considered tobebeyondthescopeofthe Basic Servicesfor design and construction,asdefinedinthis AGREEMENT,but whichareadditional serviceswhichmaybeauthorizedwithintheScopeofWorkgiventhe CONSULTANT, A.Special analysis ofthe CTTTS needs,and special programming requirements for a project. B.Financial feasibility,lifecycle costing orother 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 Page11of39 Professional Service AGREEMENT Tpepe©12-31-12(RevisedSK 4-3-13,GM6-18-13) intended tobe constructed aspartofa specific Project. E.Services to investigate existing conditions (excluding utilities)or facilities or to make measured drawings thereof,orto verify the accuracy of drawings or other information furnished bythe OTY. F.Professional detailed EstimatesofConstructionCostconsistingofquantity surveys itemizing all material,equipment and labor required fora Project. G.Consultation concerning replacement of any WORK damagedby fire orother cause during construction,and furnishing professional services ofthetypeset forth in Basic Services as may be required relative to replacement of such WORK,providing thecauseisfoundbythe CTIY tobeotherthanbyfaultofthe CONSULTANT. H.Professional services made necessary bythe default ofthe Contractor orby major defects inthe WORK undertheConstruction Contract providingthe cause isfound by the CITY tobe other thanbyfaultofthe CONSULTANT. L Making majorrevisionschangingtheScopeofa project;todrawingsand specifications whensuch revisions are inconsistent with written approvals or instruction previously givenbythe CITY andareduetocausesbeyondthecontrolofthe CONSULTANT. (Majorrevisionsaredefinedasthose changing theScopeandarrangementof spaces and/or scheme orany portion). 1 Theservicesof one ormore full-time ProjectRepresentatives. K.Preparingtoserveorservingasanexpert witness inconnectionwithany arbitration proceedingorlegalproceedinginconnectionwithaProject L.Professional servicesrequiredafter approval bythe CITY orthe Contractor's Requisition for Final Paymentexceptasotherwiserequiredunder Basic Services. M.Preparing supportingdata,drawings,and specifications asmaybe required for Change Orders affecting thescopeofa Project provided theChangesaredueto causes foundbythe CITY tobebeyond the.control ofthe CONSULTANT. 3.0 Time forCompletion The services toberenderedbythe CONSULTANT foranyWORK shall be commenced upon written Notice toProceedfromthe CITY subsequenttothe execution ofthis AGREEMENT and shall be completed within the time based onreasonabledetermination,stated inthesaidNoticeto Proceed. Page12of39 Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK 4-3-13,GM 6-18-13) A reasonable extension of time will begranted In the event there is a delay onthe part ofthe CITY in fulfilling its part ofthe AGREEMENT,change ofscope of work or should any other events beyond the control ofthe CONSULTANT render performance of his duties impossible. 4.0 Basis of Compensation The CONSULTANT agreesto negotiate a "not to exceed-feeora fixed sumfee for each ofthe WORK assigned tohimbasedonthe Scope of such WORK.Upon AGREEMENT ofa fee,the OTY will issue a written authorization to proceed tothe CONSULTANT,In case of emergency,the OTY reserves the right to Issue oral authorization tothe CONSULTANT,with the understanding that written confirmation will follow immediately thereafter as possible.For reproduction of plans and specifications,beyondthe requirements as identified under this AGREEMENT the OTY will pay the direct costs. Thefeesfor Professional Services for each Project shall be determined byoneofthe following methodsora combination thereof,as mutually agreed uponbythe CITY andthe CONSULTANT. A fixed sum*Thefeeforataskorascopeofworkmaybea fixed sumas mutually agreed uponby the OTY and the CONSULTANT: Hourly rate fee:The OTY agrees to pay,andthe CONSULTANT agrees toaccept for the services rendered pursuant tothis AGREEMENT,feesin accordance withthe following: Category Hourly Rate Principal $160.00 ProjectManager $160.00 SeniorEngineer $130.00 EngineerIntern $115.00 Construction Manager $115.00 Construction Inspection $95.00 Senior Draftsman/Technical/CADD Operator $80.00 Draftsmen $70.00 Data Processing /Clerical $50.00 Hourly rates will indude all wages,benefits,overhead andprofit See Exhibit 3 for Subconsultant Hourly Rates. Page13of38 Professional Service AGREEMENT Tpepe<D12-31-12 (RevisedSK4-3-13,GM 6-18-13) 5.0 Payment and Partial Payments .The OTY 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,inthe aggregate,not exceed the percentage oftheestimated total Basic Compensation indicated below for each phase: •15%uponcompletionand approval of Phase I. •35%upon completionand approval of Phase H. •55%upon submittal and approval oif 50%complete drawings and outline specifications of Phase in. •75%upon100%completion and approval of Phases m and IV. •90%upon completion ofthe Project and approval of all WORK Phase V). •100%upon final completion and approval of WORK elementsA and Bof Phase VL The CONSULTANT shallsubmitan original invoice tothe City's project representative for each payment certifying thepercentageofthe WORK completedbythe CONSULTANT. The amount of the invoices submitted shall bethe amount dueforall WORK performedtodate,as certifiedby the CONSULTANT. Therequestforpayment shall includethe following information: ProjectNameand CONSULTANT'S Name. Total Contract amount (CONSULTANT'S lumpsum negotiated),if applicable. Percent of work completed. Amount earned. Amount previouslybilled. Due this invoice. balance remaining,;•••-:•••.-•.-—------•.--.-•-•— Summaryofworkdonethis billing period. Invoice number and date CONSULTANT'S W-9 Upon request bythe 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 bythe CONSULTANT to the satisfaction of the CITY'S representative, who shall decide alt questions,difficulties and disputes of whatever nature which may arise under orby reason ofthis AGREEMENT,the prosecution and fulfillment ofthe services,andthe 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 Page14of 39 Professional Service AGREEMENT Tpepe©12-3M2 (Revised SK 4-3-13,GM 6-18-13) arbitrary or unreasonable.In theeventthatthe CONSULTANT doesnot concur inthe judgment of the representative astoany decisions madeby him,he shall presenthis written objections tothe City Manager and shall abidebythe dedsion ofthe City Manager.Nothing inthis section shall meantodeny the rightto arbitrate,by either party,in accordance withthe appropriate Arbitration Rules of the American Arbitration Assodation. Page15of39 Professional Service AGREEMENT Tpepe<012-31-12 (Revised SK 4-3-13,GM 6-18-13) 7.0Ownership of Documents All reports and reproducible plans,andotherdata developed bythe CONSULTANT for the purpose ofthis AGREEMENT shall becomethe property oftheOTYwithout restriction or limitation in connection withtheowner'suseand occupancy oftheproject Reuse ofthese documents without written AGREEMENT from the CONSULTANT shallbethe CITY'S soleriskand without liability and legalexposuretothe CONSULTANT. When eachindividualsectionof the WORKunderthis AGREEMENT Is complete alloftheabove applicabledatashall be deliveredtothe CITY. 8.0Court Appearances,Conferences and Hearings Nothing inthiscontract shall obligatethe CONSULTANT to prepare fororappearin litigation on behalfofthe CTTY without additional compensation except for anydispute arising outofthis contractunlessthe CONSULTANT oritsemployeeissubpoenaedtotestifyasa feet witness.The amountofsuchcompensationforexpert preparation andtestimonyor consultation shall be mutually agreed uponandbesubjecttoa supplemental AGREEMENT approved bythe City Commissioners anduponreceiptofwritten authorization from the CITY prior to performance ofa courtappearanceand conference. The CONSULTANT shall confer with the CTTY at any time during construction ofthe improvement contemplatedasto interpretation of plans,correction of errors and omissions and preparation of any necessary plan thereofto correct such errors and omissions or clarify without added compensation. 9.0 Notices Any-notices,reports or-pther-written:CPmmunications.fForoJbe,CONSULTANT tothe Crateballbe considered delivered when received by the CITY.Any notices,reports or other communications from the OTY tothe CONSULTANT shall be .considered delivered when received by the CONSULTANT oritsauthorized representative. 10.0AuditRights The CITY reserves therightto audit the records ofthe CONSULTANT related tothis AGREEMENT at any time during the execution ofthe WORK and for a period of one year after final payment is made This provision is applicable onlyto projects that are onatimeandcost basis. 11.0Subletting The CONSULTANT shall not sublet,assign,or transfer any WORK under this AGREEMENT without theprior written consent of the CITY. Page16of39 Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK 4-3-13,GM 6-18-13) / 12.0Warranty 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 notpaid or agreed to pay any company orperson 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 tills warranty,the CITY shall have the right to annul this contract without liability. 13.0 Termination of AGREEMENT It \s expressly understood and agreed thatthe CITY may terminate this AGREEEMENT without penalty by declining to issue Notice to Proceed authorizing WORK,in which event the CITY'S sole obligation to the CONSULTANT shall bepayment for the WORK previously authorized and performed in accordance with the provisions ofthis AGREEMENT,such payment tobe determined onthe basis ofthe WORK performedbythe CONSULTANT uptothetimeof termination. Upon termination,the CTTY shallbeentitledtoarefundofanymoniespaidforany period oftime subsequent todateofterminationforwhichnoworkwasperformed, 14.0 Duration of AGREEMENT (rev 6/27/131 This AGREEMENT isfor a time period ofthree (3)years,commencing upon approval and execution of AGREEMENT.This AGREEMENT shall remain in force until the actual completion of performance of agivenprojectawardedtothe CONSULTANT,orunless otherwise terminated by the CITY. 15.0RenewalOption (rev 6/27/131 This AGREEMENT maybe renewed,atthesoledisaetionofthe OTY,foran additional period not toexceedatotalcontract period,including renewals,ofone (1)year. 16.0 Default Intheeventeither party fails tocomply with the provisions of this AGREEMENT,the aggrieved party may dedare theother party in default and notify him in writing.In such eventthe CONSULTANT will only be compensated for anycompleted professional services.In theevent partial payment hasbeenmade for such professional services not completed,the CONSULTANT shall return such sumstothe CITY within ten (10)days after notice that said sums are due.Inthe eventofany litigation betweenthe parties arising outofor relating inanywayto this AGREEMENT orabreachthereof,eachpartyshallbearitsowncostsandlegal fees. Page17of39 Professional Service AGREEMENT Tpepe<012-31-12 (RevisedSK 4-3-13,GM 6-18-13) 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"tothis AGREEMENT. 18.0 AGREEMENT Not Exclusive Nothing in this AGREEMENT shall prevent the CITY from employing other CONSULTANTS to performthesameor similar services. 19.0 Codes.Ordinances and Laws The CONSULTANT agrees to abide and be governed by ail duly promulgated and published municipal, County,state and federal codes,ordinances,rules,regulations and laws ineffectatthetimeof design which havea direct bearing onthe WORK involved onthis project The CONSULTANT is required tocompleteandsign all affidavits,including Public Entity Crimes Affidavit form (attached) pursuant to FS 287,133(3)(a),as required bythe Request for Qualifications applicable tothis AGREEMENT. 20.0 Taxes CONSULTANT shall be responsible for all payments of federal,state,and/or local taxes related to the Operations,inclusive ofsalestaxif applicable. 21.0 Drug Free Workplace -CONSULTANT-sM^ whichismadeapartofthis AGREEMENT by reference. 22.0 Independent Contractor CONSULTANT isan independent entityunderthis AGREEMENT andnothingherein shall be construedtocreatea partnership,joint venture,oragencyrelationship betweenthe parties. 23.0DutiesandResponsibilities CONSULTANT agreestoprovideits services duringthetermofthis AGREEMENT in accordance with all applicable laws,rules,regulations,and health andsafety standards ofthe federal,state,and City,whichmaybe applicable tothe service being provided. 24.0 Licenses and Certifications Page18of39 Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK 4-3-13,GM 6-18-13) CONSULTANT shall secure all necessary business and professional licenses at its sole expense prior toexecutingthe 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 orwritten,with reference to the subject matter hereof that are not merged herein and superseded hereby. No alteration,change,or modification ofthe 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 orcharter. 26.0JuryTrial CITY and CONSULTANT knowingly,irrevocably voluntarily and intentionally waive any right either may have toa trial by jury in State or Federal Court proceedings in respect to any action,proceeding, lawsuit or counterclaim arising outofthe Contract Documents orthe performance.of the Work thereunder. 27.0Validity of ExecutedCopies This AGREEMENT maybeexecutedin several counterparty eachof which maybe construed asan original. 28.0RulesofInterpretation Throughoutthis AGREEMENT themalepronounmaybesubstitutedfor female andneuterandthe singular wordssubstitutedfor plural and plural words substituted for singular wherever applicable 29.0Severability Ifanytermor provision ofthis AGREEMENT orthe application thereoftoany person or circumstance shall,to any extent,be invalid or unenforceable,the remainder of this AGREEMENT,or the application of such termor provision to persons or drcumstances other thanthoseto which it isheld invalid or unenforceable,shall notbe affected thereby and each termand provision ofthis AGREEMENT shall be valid and enforceabletothefullest extent permittedbylaw. 30.0 Non-Waiver CTTY and CONSULTANT agreethatno failure to exercise andno delay in exercising any right power or privilege under this AGREEMENT onthe part of either party shall operate asa waiver of any right, Page19of39 Professional Service AGREEMENT Tpepe<D12-31-12 (RevisedSK 4-3-13,GM 6-18-13) power,or privilege under this AGREEMENT.No waiver of this AGREEMENT,in whole or part, including the provisions ofthis paragraph,may be implied by any act or omission and will onlybe valid and enforceable ifin writing and duly executed by each ofthe parties tothis 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 ofanybreach of any term,condition or provision constitute a waiver ofany subsequent or succeeding breach. 31.0 No Discrimination No action shall betakenbythe CONSULTANT which would discriminate against any person onthe basis of race,creed,color,national origin,religion,sex,familial status,ethnicity,sexual orientation or disability.The CONSULTANT shall comply withthe Americans with Disabilities Act 32.0Equal Employment In accordance withFederal,State and Local law,the CONSULTANT shall not discriminateagainst anyemployeeor applicant for employment because of race,color,ethnicity,religion,sex,sexual orientation,national originor handicap.The CONSULTANT shallcomplywith all aspectsofthe Americans with Disabilities Act (ADA)during the performance ofthiscontract 33.0 Governing Laws This AGREEMENT andthe performance of services hereunder will be governed bythe laws ofthe Stateof Florida,with exclusive venue for the resolution ofanydispute being acourtofcompetent jurisdiction in Miami-Dade County,Florida. 34.0 Effective Date This:AGREEMENTsha!L-not^ hereto and the effective date shall bethe date ofits execution bythe last party so executing it 35.0 Third Party Beneficiary It is specifically understood and agreed that no other person or entity shall bea third party beneficiary hereunder,andthatnoneof provisions of this AGREEMENT shall be for the benefit ofor be enforceable byanyone 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 ofthe Page20of39 Professional Service AGREEMENT Tpepe®12-31-12 (RevisedSK4-3-13,GM 6-18-13) AGREEMENT. 37.0 Time of Essence Time is of the essence of this AGREEMENT. 38.0Interpretation This AGREEMENT shall notbe construed more strongly against either party hereto,regardless of who was more responsible for its preparatioa 39.0 Force MeMttg Neither party hereto shall bein default of its failure to perform its obligations under this AGREEMENT If caused byactsof God,civil commotion,strikes,labor disputes,or governments/ demands or requirements that could notbe reasonably anticipated andthe effects avoided or mitigated.Each party shall notifythe other of any such occurrence. 40.0 Notices Whenevernotice 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 bedeemed delivered onthedateshownonthe delivery confirmation orifby certified mail,thedateonthe returnreceiptor the dateshownasthedatesamewasrefusedorundaimed.Notices shall be delivered tothe following individuals or entities atthe addresses (including e-mail)or facsimile transmission numbers set forth below; ToOlY: With copies by U.S.mailto: To CONSULTANT: City Manager,frkven aU^a^j^sa- 6130 Sunset Dr. South Miami,FL 33143 Fax:3ag*6>fe3-frg¥-S" E-mail:5frte*A^o*?JUB SouthrYUAr*t fM*/ City Attorney,ThomasPepe,Esquire 6130 Sunset Dr. South Miami,FL 33143 Fax:(305)341-0584 E-mail:tpepe@southmiamlfl.Qov Civil Works,Inc 7855 NW12 Street,Suite 202 Doral,FL 33126 Fax:305-591-4074 E-mail:lbell@civilworks.com Page21 of 39 Professional Service AGREEMENT Tpepe©12-31-12 (RevisedSK 4-3-13,GM6-18-13) IN WITNESS WHEREOF,this AGREEMENT is accepted onthe date first above written subject tothe terms and conditions set forth herein. WITNESSES CONSULTANT Civil Wprfcs,Inc Signature Namfe^tlnda Bell,P.E. AUTHENTICATION: Signature: Title:President OWNER:CITY 0& Signati TH MIAMI LtPfa,'Q^O^^A Wna Menendez 3ty£lerk Approved as tc/F$rh jjanguage,Legality and Ex 7 IttSvervAfexander anager Page 22of39 Professional Service AGREEMENT Tpepe©12-3i~12 (Revised SK 4-3-13,GM 6-18-13) Bon Attachment A Insurance and Indemnification Page23of39 Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK 4-3-13,GM 6-18-13) Insurance and Indemnification 1.Insurance and Indemnification Without limiting its liability,the proposing firm 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 aswill protect the proposing firm,from claims which may arise outof or result from the proposing firm's execution ofa contract with the City of South Miami for Performance Based Audits,whether such execution bythe firm orbyany sub-consultant,orby anyone directly or indirectly employed byany of them orby anyone for whose acts any of themmay be liable. The CONSULTANT shall not commence workonthis AGREEMENT untilhehasobtainedall insurance required bythe CTTY.The CONSULTANT shall indemnify and save the CTTY harmless from any and all damages,claims,liability,and losses and causes of actions of any kind or nature arising outofa negligent error,omission,oractofthe CONSULTANT,its agents, representatives,employees,Sub-Contractor,or assigns,totheextentofany incident to arising outofor resulting from the performance ofthe CONSULTANT'S professional services under this AGREEMENT,The CONSULTANT shall pay all claims andlosses of anykindornature whatsoever,inconnectiontherewith,including the CITY'S attorney'sfeesandexpensesinthe defenseofanyactioninlaworequitybrought against the CITY arising from the negligent error,omission,oract of the CONSULTANT,itsagents,representatives,employees,Sub- Contractor,orassigns,incidentto,arising outoforresultingfromtheperformanceofthe CONSULTANT 'S professionalservicesunderthis AGREEMENT. The CONSULTANT agreesandrecognizesthatthe CITY shallnotbeheld liable orresponsible forany daims,including the costsandexpensesof defending suchclaimswhichmayresult fromorariseout of actionsoromissionsofthe CONSULTANT,itsagents,representatives, _..e^ anysubmissionsoractsof the CONSULTANT,the CITY innowayassumesorshares responsibilityorliabilityofthe CONSULTANTS,Sub-Contractors,theiragentsorassigns. The CONSULTANT shall maintain during thetermofthis AGREEMENT the following insurance: A.Professional LiabilityInsuranceona Florida approvedformin the amount of $1,000,000 withdeductibleperclaimifany,nottoexceed5%ofthelimitof liability providing for all sums which the CONSULTANT shall become legally obligated topayas damages for claims arising out ofthe services orwork performed bythe CONSULTANT its agents, representatives,Sub-Contractors or assigns,orbyany person employedor retained by him in connection with this AGREEMENT.This insurance shall be maintained for four yearsInsurance aind IndemnificationJuly 25,2012 after completion of theconstruction andacceptanceofany Project coveredbythis AGREEMENT.However,the CONSULTANT Page24of39 Professional Service AGREEMENT Tpepe€>12-31-12 (RevisedSK4-3-13,GM6-18-13) may purchase Specific Project Professional Liability Insurance,intheamountand under theterms specified above,which is also acceptable. B.Comprehensive general liability insurance with broad form endorsement,ona Florida approved form including automobile liability,completed operations and products liability,contractual liability,severability of interest with cross liability provision,and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate,including: a.Personal Injury;$1,000,000; b.Medical Insurance $25,000 per person; cPropertyDamage:$500,000eachoccurrence; d.Automobile Liability:$1,000,000 each accident/occurrence. C Umbrella Commercial General Liability insurance ona Florida approvedformwiththe samecoverageas the primaryinsurancepolicybutinthe amount of $1,000,000 per claim. The CITY mustbenamedas additional "named"insured for all exceptWorkers' Compensation,andreflect the indemnificationandholdharmlessprovisioncontained herein.Policy must specifywhetheritis primary or excess/umbrella coverage.The CITY mustreceive10daysadvancewrittennoticeofany policy modification and30days advancewrittennotice of cancellation,including cancellation fornon payment of premiums.Allinsurance must remaininfullforceand effect for the duration of the contract period withthe CITY.The CONSULTANT must provide notonlya "certified copy" oftheBinderbutalsothe Policy itselfwith the name,addressandphonenumberofthe agentandagencyprocuringthe Insurance. 0.Workman's Compensation Insurance in compliance with Chapter 440,Flonda Statutes,as presentlywrittenorhereafteramended. E.The policies shall contain waiver of subrogation against the dTY where applicable,shall expressly provide thatsuch policy or policies are primary overanyother collective insurance thatthe CITY mayhave.The CITY reserves therightatanytimetorequesta copyofthe required policies for review.All policies shall contain a "severability of interest"or ''cross liability"clausewithout obligation forpremiumpaymentofthe CITY. F.All ofthe above insurance required tobe provided bythe CONSULTANT Is tobe placed with BEST rated A-8 (A-VIII)orbetter insurance companies,qualified todo business under the lawsoftheStateof Florida onapproved Florida forms. The CONSULTANT shall furnish certified copies of oil "Bindors-or certificates of insurance totheGTY prior tothe commencement of operations,which "Binders"or certificates shall clearly indicate thatthe CONSULTANT has obtained insurance inthetype,amount, Page 25 of 39 Professional Service AGREEMENT Tpepe©12-31-12 (RevisedSK4-3-13,GM 6-18-13) and classification as required for strict compliance with this Section and thatno reduction in limits by endorsement during the policy term,or cancellation ofthis insurance shall beeffectivewithoutthirty (30)days prior writtennoticetothe CITY. Compliance with the foregoing requirements shall not relieve the CONSULTANT of his liability and obligations underthis Section orunderanyother portion ofthis AGREEMENT. CONSULTANT agreestosupply copies of certificates of insurance totheOTY verifying the above-mentioned insurancecoverage.CONSULTANT agrees to list the CITYasan Additional Insured of the CONSULTANTS General liability insurance andshall-providethe CITY quarterly reports concerninganyand all claims: Page26 of 3d Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK 4-3-13,GM 6-18-13) Exhibit 2 "Affidavits and Forms" (Respondentsmust coniplete andsubmit with their proposal.) Page27of39 Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK 4-3-13,GM 6-18-13) EXHIBIT 2 AFFIDAVITS AND FORMS SUBMISSION REQUIREMENTS 1.Respondent's Sworn Statementunder Section 287.133(3)(A),Florida Statutes,on Attachment #1 "Public Entity Crimes and Conflicts of Interest Affidavit,"shall be completedandprovidedwiththeproposalsubmittal. 2.Neitherthe CONSULTANT,noranyofhis/her/itsemployeesshallbepermittedto representany client beforethe Commission orany Committee,departmentor agency of the OTY,andshallagreenotto undertake anyother private representation which might create a conflict of interest with the CTTY.The CONSULTANT may not represent any Commission member,individually,or,anymemberoftheirfamilyoranybusinessin which the Commission member oftheirfamilyhasan interest 3.All proposals received will beconsideredpublicrecords.The CITY will considerall quotations usingsuch criteria astheCommissionorCity Manager may adopt at eitherof their sole discretion.The CONSULTANT selected will be required to enter into aformal AGREEMENT withthe CTTY inaformsatisfactoryto the CITY,priortotheexecutionof which the CITY shallreserveall rights,including therighttochangeits selection. 4.Respondent's Attachment #2"Drug Free Workplace"formshallbecompletedand provided with the proposal submittal. 5.Respondent's Attachment #3 "No Conflict of Interest Non Collusion Affidavit/shall be completed andprovidedwiththeproposalsubmittal. .6»Respondent's AttachmentM "Acknowledgement-and Conformance with OSHA. Standards,"shallbecompletedand provided with the proposalsubmittal. 7.Respondent's Attachment #5 "Related Party Transaction Verification Form"shallbe completed andprovidedwith the proposalsubmittal. Page28of39 Professional Service AGREEMENT Tpepe012-3M2 (Revised SK4-3-13,GM 6-18-13) ATTACHMENTS PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST PursuanttotheprovisionsofParagraph(2)(a)of Section*287.133,Florida StateStatutes-"A person or affiliate who has been placed on the convicted vendor list following a conviction fora public entity crime maynot submit*Bid on a Contract to provide anygoodsor services toa public entity,maynotsubmita Bid ona Contract with a public entity forthe construction or repair ofa public building or public work may not submit bids on leases of real property toa publicentity,maynotbeawardedtoperformworkasa Contractor,supplier,Subcontractor,or Consultant underaContractwithanypublic entity,andmaynottransactbusinesswithany publicentityinexcessof the thresholdamountCategoryTwo of Section 287.017,Florida Statutes,forthirtysix(36)months from thedateofbeingplacedonthe convicted vendor list". Theawardofanycontracthereunderissubjecttothe provisions ofChapter 112,Florida State Statutes.The CONSULTANT mustdisclose the nameofany officer,director,partner,associateor agentwhoisalsoanofficeroremployeeofthe City ofSouth Miami orits agencies. SWORN STATEMENTPURSUANTTOSECTION 287.133 (3)(a), FLORIDA STATUTES,ON PUBUC ENTITY CRIMES THISFORMMUSTBE SIGNED AND SWORN TOINTHEPRESENCEOFANOTARY PUBUC OR OTHER OFFICIAL AUTHORIZED TOADMINISTER OATHS. L Thissworn statement issubmittedtoCityofSouth Miami [print nameofthe public entity] by Linda M.Belt P.E..President [print individual's nameand title] for Civil Works,Inc ___ \print nameofentity submitting sworn statement] whose business address Is 7855 N.W.12 Street Suite 202 PoraL FL 33126 and Of applicable)its Federal Employer Identification Number (FEIN)is 65-Q673629 (If the entity has no FEIN,include the Social Security Number 6fthe individual signing this sworn statement:-—-) 2.I understand thata "public entity crime"as defined in Paragraph 287.133 (I )(g),Florida Statutes,means a violation ofanystateor federal law by a person with respect to and directly related tothe transaction of business with any public entity or with an agency or political subdivision of any other state or ofthe United States,including,but not limited Page 2d of39 Professional Service AGREEMENT • Tpepe<D12-31-12 (Revised SK 4-3-13,GM 6-18-13) to,any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or ofthe United States and involving antitrust,fraud,theft,bribery,collusion,racketeering,conspiracy,or material misrepresentation. 3.Iunderstand that "convicted"or "conviction'*asdefinedin Paragraph 287.133 (Q(b), Florida Statutes,meansa finding of guilt ora conviction ofa public entity crime,with or without an adjudication of guilt,in any federal or state trial court of record relating to charges brought by indictment or information after July 1,1989,asa result ofa jury verdict non-jurytrial,orentryofa plea ofguiltyornolo contender. 4.Iunderstandthatan "affiliate"asdefinedin Paragraph 287.133 (I )(a),Florida Statutes, means: (a)Apredecessoror successor ofa person convicted ofapublicentity crime;or (b)Anentityunderthe control ofany natural personwhoisactiveinthe managementoftheentityandwhohasbeen convicted ofa public entity aime.Theterm "affiliate"includes those officers,directors,executives,partners,shareholders,employees, members,andagentswhoare active inthemanagementofan affiliate.Theownership byonepersonofshares constituting a controlling interest In any person,orapoolingof equipmentorincomeamong persons whennot for fair market value under an arm's length AGREEMENT,shall bea prima facie casethatonepersoncontrolsanother person. Aperson who knowingly entersintoajoint venture withapersonwhohas been convictedofapublicentity aime in Florida duringthepreceding36monthsshallbe considered an affiliate. 5.I understand that a "person"asdefinedin Paragraph 287.133(I)(e),Florida Statqtes, means anynaturalpersonorentityorganizedunder the laws of anystateor of the UnitedStateswiththe legal powertoenterintoabindingcontractandwhichbidsor •--•-•appliestobid on-conttacts-for.the.provteia^ orwhichotherwisetransactsorappliestotransactbusinesswithapublicentity.Theterm "person"includesthose officers,directors,executives,partners,shareholders,employees, members,andagentswhoareactiveinmanagementofanentity. 6.Based on information andbelief,the statement whichIhave marked below is true in relation totheentity submitting this sworn statement.[Indicate which statement applies.] JL Neithertheentity submitting this sworn statement,noranyofits officers,directors, executives,partners,shareholders,employees,members,oragentswho are active in the management oftheentity,norany affiliate oftheentityhasbeenchargedwithand convictedofapublicentity crime subsequentto July I,1989. The entity submittingthisswornstatement,oroneormoreofits officers,directors, executives,partners,shareholders,employees,members,oragentswhoareactiveinthe Page30 of 39 Professional Service AGREEMENT Tpepe<D12-31-12 (RevisedSK 4-3-13,GM 6-18-13) management ofthe entity,oranaffiliate ofthe entity has been charged with and convicted ofa public entity crime subsequent to July 1,1989. __Theentity submitting this sworn statementoroneormoreofits officers,directors, executives,partners,shareholders,employees,members,oragentswho are active inthe managementoftheentity,oran affiliate oftheentityhasbeen charged with and convicted ofa public entitycrimesubsequentof July 1,1989.However,therehasbeena 'subsequent proceeding beforea Hearing Officer oftheStateof Florida,Division of Administrative Hearings andthe Final Order entered bythe Hearing Officer determined thatitwasnotinthe public interest to place theentity submitting this sworn statement ontheconvictedvendorlist.[Attach acopyofthe final orderj I UNDERSTAND THAT THE SUBMISSION OFTHISFORMTOTHE CONTRACTING OFFICER FOR THE PUBUC ENTITY INDENTIFIED IN PARAGRAPH I(ONE)ABOVEISFORTHAT PUBUC ENTITY ONLY,ANDTHATTHISFORMISVAUD THROUGH DECEMBER 31OFTHECALENDARYEARIN WHICHITIS FILED.IALSOUNDERSTANDTHATIAM REQUIRED TOINFORM THE PUBUC ENTTTY PRIOR TO ENTERING INTO A CONTRACT INEXCESSOFTHE THRESHOLD AMOUNT PROVIDED INSECTION 287.017,FLORIDA STATUTES,FOR CATEGORY TWOOF ANY CHANGEINTHE INFORMATION CONTAINED IN THIS FORM. [sianature]\ Sworn to and subscribed before me this ^7 day ofr2€fvJ«4Hft ,,Z&[2> ^£3>ersonally known or Produced identification NotaryPublic-State of. (Type of identification) (Printed,typed orstamped commissioned name of notary pdblic) My commission expiry §VAUGHN SOARES £Commlislon *CE 2706b. 'Bonded Tttfcmph N»Wom»NpUry ftsm Page31of39 Professional Service AGREEMENT Tpepe<D12-31-12 (Revised SK 4-3-13,GM6-18-13) ATTACHMENT #2 "DRUG FREE WORKPLACE" Whenever two or more Bids which are equal with respect to price,quality and service are received by the State orby any political subdivisions for the procurement of commodities or contractual services,a Bid received from a business that certifies thatithasimplementedadrug- free workplace program shatl be given preference inthe award process.Established procedures for processing tie Bids will be followed ifnone ofthe tied vendors have a drug-free workplace program.Inordertohavea drug-free workplace program,a business shall; 1.Publish a statement notifying employees thatthe unlawful manufacture,distribution, dispensing,possession,oruseofa controlled substance is prohibited inthe workplace and specifying the actions that will be taken against employees for violations of such Prohibition. 2.Inform employeesaboutthedangersofdrugabuseintheworkplace,the business' policy ofmaintaininga drug-free workplace,any available drugcounseling, rehabilitation,andemployee assistance programs,andthepenaltiesthatmaybe imposeduponemployeesfordrugabuseviolations. 3.Give eachemployee engaged in providing thecommoditiesorcontractualservicesthat areunder Bid acopyofthestatement specified inSubsection (I). 4.Inthe statement specifiedinSubsection (I)r notifytheemployees,that;asaconditionof working on the commodities or contractual services that are under Bid,the employee will abideby the terms of the statement and will notifytheemployerofanyconvictionof,or pleaof guilty ornolo contender to,anyviolationofChapter893orofanycontrolled .substance lawoftheUnitedStatesoranystate,foraviolationoccurringinthe workplace -.-.-—-no laterthan *five-(5)daysaftersuch conviction.-—••:——.vt--.:--—-•——— 5.Imposeasanctionon,orrequirethe satisfactory participation inadrugabuse assistance or rehabilitation program,ifsuchis available inthe employee's community,byany employee whoissoconvicted. 6.Makea good faithefforttocontinuetomaintainadrug-freeworkplacethrough implementation ofthis section. As thepersonauthorizedtosignthe statement,I certify thatthis firm complies fully with the above requirements. PROPOSER'S Signature:£ Professional Service AGREEMENT Tpepe<D12-31-12 (Revised SK 4-3-13,GM6-18-13) Page32of39 Print Name:Linda M.Bell.P.E. Date:06/27/2013 Page33of39 Professional Service AGREEMENT Tpepe<012-31-12 (RevisedSK 4-3-13,GM6-18-13) ATTACHMENT #3 MNO CONFLICTOF INTEREST/NON COLLUSION AFFIDAVIT" Submittedthis27dayofJune .20 13. The undersigned,as CONSULTANT,declares that the'only persons interested in this AGREEMENT arenamed herein;thatnootherpersonhasanyinterestinthis AGREEMENT; That this response ismade without connection or arrangement withanyother person;and that this response isineveryrespect fair and made ingood faith,without collusion or fraud. The CONSULTANT agreesifthis response/submission isaccepted,toexecutean appropriate CTTY document forthe purpose of establishing a formal contractual relationship betweenthe CONSULTANT andthe OTY,forthe performance of all requirementsto whichthe response/submission pertains. Thefull-namesandresidences of personsandfirmsinterestedin the foregoingbid/proposal,as principals,areasfollows: LindaM.Bell.P.E..Miami.FL/CivilWorks.Inc Vaughn Spares.P.E..Miami.FL /Civil Works,Inc Jose Aidir,P.E..Miami.FL /Civil Works,Inc "TheCONSULTANT further certifiesthatthis response/submission complieswithsection 4(e)of the Charter oftheCityofSouth Miami,Florida.That,tothebestofitsknowledgeand belief,no commissioner,Mayororotherofficeror employee ofthe CITY hasaninterest directly or indirectly intheprofitsor emoluments ofthe Contract,job,workorservicetowhichthe response/submission pertains."S^^Signature:^2fL^^ Printed Name:Linda M.Bell.P.E. Title:President Telephone:305-591-4323 Company Name:Civil Works,Inc. Page 34 of 39 Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK 4-3-13,GM6-18-13) NOTARY PUBLIC: STATEOF Florida COUNTY OF Miami-Dade J^dayof A±Theforegoing instrument was acknowledged beforemethis VLOf .2013 by Linda M.Bell.P.E..(nameofperson whose signatureisbeingnotarized)who is ^Personally knownor Personal identification SEAL VAUGHN SOAfiES Nola/y public -Slate of Florida \ J My Comm.Expire*Sep 19,2014 '$&£&$?Commission #EE 27068 ''Witt***Bonded Through Wilfonal Notary Am w m ip «r"t»w m m '»^»^> Page35of39 Professional Service AGREEMENT Tpepe€>12-31~12 (Revised SK 4-3-13,GM 6-18-13) Typeof Identification Produced Did take an oa (Name ofNotary Public Print,Stamp ortypeas commissioned.) ATTACHMENT #4 •ACKNOWLEDGEMENT AND CONFORMANCE WITH OSHA STANDARDS'1 TO THE CITY OF SOUTH MIAMI We,Civil Works,Inc,(Name of Contractor),hereby acknowledge andagreethat as- CONSULTANT,as specified have the sole responsibility for compliance with all the requirements ofthe Federal Occupational Safety and Health Act of 1970,and all Stateand local safety and health regulations,andagreeto indemnify and hold hanmless the City ofSouth Miami against anyand all liability,claims,damages,losses and expenses theymayincurduetothe failure of (subcontractor's names): Manuel G.Vera &Associates.Inc Geosol,Inc. tocomply with such-act or regulation. CONTRACTOR Civil Works.It] Title Page 36of39 Professional Service AGREEMENT Tpepe<D12-31-12 (Revised SK 4-3-13,GM 6-18-13) ..„„-...witness— BY:Linda M.Bali.P.E. Name President; ATTACHMENT #5 "RELATED PARTY TRANSACTION VERIFICATION FORM" I..Unda'M.Be|l,PtET ,individually and on behalf of Civil Works.Inc ("Firm") (NomcofReprestntative)[CompanylVendortEntity) have readthe City of South Miami (OTYJ's Code of Ethics,Section 8A-1 ofthe CTTY's Codeof Ordinances and I hereby certify,under penalty of perjury that tothe best of my knowledge, information and belief: 1.Neither Inorthe Firm haveany conflict ofinterest(asdefinedinsection 8A-Q with regardto the contractorbusinessthat J,and/or the Firm,am(are)about toperform for, orto transact with,the CTTY,and 2.Neither Inoranyemployees,officers,directorsofthe Firm,noranyonewhohasa financial interestgreaterthan5%intheFirmhasany relative®,asdefinedinsection 8A-J,whoisanemployeeofthe CITY orwho is(are)anappointedorelected official of the CTIY,orwho is(are)amemberofanypublicbodycreatedbythe City Commission, Le.,a board or committee of the OTY,and 3.NeitherI nor the Firm,nor anyone who has a financial interest greater than5%inthe Firm,noranymemberof those persons1 immediate family (i.e.,spouse,parents,children, brothersand sisters)hastransactedorenteredintoanycontracts)withthe CITY orhasa financial interest,director indirect,inanybusinessbeingtransactedwith the CTTY,or withanypersonoragencyactingforthe CITY,otherthanas follows:(useaseparate sheettosupplyadditional information that will notfitonthislinebutmakereferenceto the additional sheet which must be Signed under oath), 4.Noelectedand/orappointedoffidaloremployeeoftheCityof Miami,oranyoftheir immediate family members (Le.,spouse,parents,children,brothers and sisters)hasa financially interest,directly or indirectly,inthe contract between you and/oryour Firm andthe CITY other than.the following individuals whoseinterestissetforth following their names: __(useaseparate sheet to supply additional information that will not fit on this line but make reference tothe additional sheet which mustbe signed under oath).The names of ail CITY employees andthatofallelected and/or appointed CITY offidals orboard members,who own, directly or indirectly,an interest of five percent (5%)or more ofthe total assets of capital stock in the firm are as follows: ^—-^(useaseparatesheetto supply additional information that will not fitonthisline but make reference to the additional sheet which must be signed under oath). Page37of39 Professional Service AGREEMENT Tpepe®12-31-12(RevisedSK 4-3-13,GM 6-18-13) 5.Iandthe Firm furtheragreenottouseor attempt touseanyknowledge,propertyor resource whichmaycometousthroughourpositionoftrustorthroughour performance of ourdutiesunderthetermsofthecontractwiththe CITY,tosecurea special privilege,benefit,orexemption for ourselves,orothers.Weagreethatwemay not disdose oruseinformation,not available to members ofthegeneralpublic,for our personalgainor benefit orforthepersonalgainor benefit ofany other personor businessentity,outside of the normalgainor benefit anticipated through the performance of the contract 6.Iand the Firm hereby acknowledge thatwehave not contracted or transacted any businesswith the CITY oranypersonor agency actingforthe CTTY,and that wehave not appearedinrepresentationofanythirdpartybeforeanyboard,commissionoragency of the CTTY within the pasttwoyearsotherthanas follows:(useaseparate sheet tosupply additional information that will not fit on this line but make reference to the additional sheetwhichmustbe signed underoath).NeitherInoranyemployees,officers,or directors ofthe Firm,noranyoftheirimmediatefamily (i.e.,asaspouse,son,daughter, parent,brother orSister)isrelatedby blood ormarriageto: (i)any member oftheCity Commission; (ii)any CITY employee;or (iii)any member ofany board oragencyofthe CITY otherthanas follows: (useaseparate sheet to supply additional information that • will not fit onthislinebutmake reference tothe additional sheetwhich mustbe signed under oath). 7.Noother Firm,norany officers or directors ofthat Other Firm or anyone whohasa financial interest greater than5%inthat Other Firm,noranymemberofthose persons' ........•~jmiped|ate:.femj!y-:v ,-.-...... (i.e.,spouse,parents,children,brothers and sisters)noranyofmy immediate family members (hereinafter referred to as "Related Parties")has responded toa solicitation by the CITY in which Iorthe Firm thatI represent oranyonewho has a financial interest greater than 5%in the Firm,or any member of those persons'immediate family (Le. spouse,parents,children,brothersand sisters)havealsoresponded,otherthanthe following: >,(useaseparate sheet tosupplyadditionalinformation that will not fitonthisline but makereferenceto the additionalsheetwhich must be signed under oath). 8.1andthe Firm agreethatwe are obligated tosupplementthis Verification Form and inform the CITY ofany change in circumstances thatwould change our answers to this document.Specifically,after the opening of any responses toa solicitation,I and the Firm havean obligation to supplement this Verification Form with thenameof all Page38 of 39 Professional Service AGREEMENT Tpepe<©12-31-12 (Revised SK4-3-13,GM 6-18-13) Related Parties whohave also responded tothesame solicitation andto disclose the relationshipofthosepartiestomeandthe Firm. 9.A violation ofthe CTTY's Ethics Code,the giving ofany false information orthe failure to supplementthis Verification Form,maysubjectmeorthe Firm toimmediate termination of any AGREEMENT with the CITY,and the imposition ofthe maximum fine and/or any penalties allowed by law.Additionally,violations maybe considered by arid subject to actionby the Miami-Dade CountyCommissionon Ethics. Under penalty of perjury,I declare thatIhavemadea diligent effortto investigate the matters to whichIam attesting hereinabove andthatthe statements made hereinabovearetrueand correct to the best of myNkngrfpdge,information and belief. Signature:^W^e_p Print Name fit Title:Linda M.Bell P.E. Date:Wimm ATTACHED:Sec 8A-1 -Conflict of interest and code of ethics ordinance. Page39of39 Professional Service AGREEMENT Tpepe<D12-3M2 (RevisedSK 4-3-13,GM6-18-13) Exhibit 3 "Subconsultant Hourly Rates" Geosol,Inc., Geotechnical Engineering Category Hpurly Rate Principal $16136 ProjectManager $16136 SeniorEngineer $161.36 Engineer $12121 ConstructionManager n/a Construction Inspection $81.11 Senior Draftsman/Technical/CADD Operator $7S.75 Draftsmen $75.75 DataProcessing/Clerical $58,84 Hourly rateswillinclude all wages,benefits,overheadandprofit Manuel G.Vera &Associates,Inc. Surveying and Mapping Cateqory Hourly Rate Principal $19829 .....&Q^Suryq^^j^^app.ec.:.r _...™$19829. Surveyorand Mapper $144.70 SurveyIntern $123.26 Cadd/Computer Technician $87.09 Party Chief $51.99 SurveyTechnician $46,89 Instrument Man $36.18 Rod Man/Chain Man $30.71 DataProcessing/Clerical $44.88 Four Man Crew $1326.24 (per day) Three Man Crew $1056.08 (per day) Two Man Crew $785.92(perday) Hourly rates will include all wages,benefits,overheadandprofit Page1 of 1 Professional Service AGREEMENT Tpepe©12-31-12 (RevisedSK 4-3-13,GM6-18-13) RESOLUTION NO,196-14-14290 A Resolution authorizing theCity Manager toexecuteFY 2015 grant agreement with Florida Department of Environmental Protection for Twin LakesDrainageProjectinthe amount of $100,000. WHEREAS,theMayorand City Commission desireto accept the grant from the Florida Department of Environmental Protection;and and WHEREAS,theAgreementwill provide funding fortheTwinLakesDrainage Project; WHEREAS,the City Managerisauthorizedto execute thegrant agreement inanamount of$100,000witharequiredmatch of $20,000;and WHEREAS,thegrantcontractshallbecome effective uponexecutionbybothparties andthegranteeshallcompleteconstruction of allprojectelementsonorbefore October 31, 2015. NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA THAT: Section 1:TheCity Manager ishereby authorized to execute thegrant agreement with theFlorida Department of EnvironmentalProtectionfortheTwinLakesDrainage Project inthe amount of $100,000.Thegrantagreementisattachedtothisresolution. Section 2;This resolution shallbeeffective immediately aftertheadoptionhereof. PASSED ANDADOPTEDthis 7th_day of October ATTEST: READ AND APPROVED AS TO FORM LANGUAGE,LJ EXECUTION _,2014. APPROVED: ,%Ao0J<J&• MAY(m COMMISSION VOTE:5-0 Mayor Stoddard:Yea Vice Mayor Harris:Yea Commissioner Edmond:Yea Commissioner Liebman:Yea Commissioner Welsh:Yea STATE FINANCIAL ASSISTANCE AGREEMENT CITY OF SOUTH MIAMI DEP AGREEMENT NO.LP13205 STATE OF FLORIDA GRANT ASSISTANCE PURSUANT TO LINE ITEM 1668A OF THE 2014-2015 GENERAL APPROPRIATIONS ACT THIS AGREEMENT is entered into between the STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION,whose address is 2600 Blair Stone Road,MS 3505,Tallahassee,Florida 32399-2400 (hereinafter referred toasthe "Department") and the CITY OF SOUTH MIAMI,whose addressis 6130 Sunset Drive,South Miami, Florida 33143 (hereinafter referredtoas "Grantee"),alocal government under thelaws of the State of Florida,to provide fundsforthe "Twin LakesDrainageProject".Collectively,the Department andtheGranteeshallbereferredtoas"Parties"or individually asa"Party." In consideration of the mutual benefits tobe derived from this Agreement,the Department andtheGranteedo hereby agreeasfollows: 1.The Grantee does hereby agreeto perform in accordance with the terms and conditions setforthinthis Agreement,Attachment A(ProjectWork Plan),andall attachments and exhibits namedandattachedhereto,whichareincorporatedbyreference, 2.This Agreement shallbe effective onJuly 1,2014andendnolaterthan October 31, 2015,inclusive.The Granteeshallbeeligiblefor reimbursement for work perfomied onorafter the effective datethroughtheexpirationdate of this Agreement.ThisAgreementmaybe amended to provide foradditionalservices if additional funding is made availablebythe Legislature. 3.A.As considerationfortheservicessatisfactorilyrenderedbytheGranteeunderthe terms of this Agreement,theDepartmentshallpaytheGranteeonacostreimbursement basisanamountnottoexceed$100,000towardthetotalestimatedprojectcost of $120,000.Thepartieshereto understand andagreethatthis Agreement doesnot require amatchonthepart of theGrantee.Ifthe Granteefinds,afterreceipt of competitivebids, thatthe work describedin Attachment Acannotbeaccomplishedforthecurrent estimatedprojectcost,thepartiesheretoagreeto modify theProjectWork Plan described in Attachment A,byamendment of thisAgreement,toprovidefortheworkthatcanbe accomplished forthefundingidentifiedabove. B.PriorwrittenapprovalfromtheDepartment'sGrantManagershallbe required for changes between deliverable budgetcategoriesnotto exceed 10%of thetotaldeliverable budget amount.TheDepartmentGrantManager will transmita copy of thewritten approvalandrevisedbudgettotheDepartmentContractsDisbursementsOfficefor inclusionintheAgreement file.Changes thatexceed10%of the total approved deliverablebudgetwillrequirea formal changeordertothe Agreement.Changesthat Revised 7/14 DEP Agreement No.LP 13205,Page1 of 11 transfer funds from one deliverable to another orthat increase or decrease thetotal deliverable funding amount will require a formal amendment tothe Agreement. C.The Grantee shall request reimbursement forall eligible project costs upon receipt and acceptance of the deliverable(s)identified in Attachment A,utilizing a properly completed Disbursement Request Package (provided as Attachment B).Allbillsfor amounts due under this Agreement shall be submitted in detail sufficient for a proper pre- auditandpost-audit thereof.Afinal Disbursement Request Package mustbe submitted totheDepartmentnolaterthanJanuary 31,2016,toassuretheavailabilityoffundsfor payment.The Disbursement Request Packagemustinclude: (1)AcompletedDisbursementRequestFormsubmittedbytheGrantee's Grant Manager.Suchrequestsmustbe accompanied by sufficiently itemized summariesofthematerials,labor,orservicestoidentifythenatureofthework performed;theamountexpendedforsuchwork;andthepersonprovidingthe serviceor performing theworkandproof of payment of theinvoices;and, (2)A certification signedbythe Grantee's Grant Manager astothecurrent costoftheProject;thatthematerials,labor,orservicesrepresentedbytheinvoice have been satisfactorilypurchasedorperformedandappliedtotheproject;thatall fundsexpendedtodatehavebeenappliedtowardcompletingtheProject;and, (3)Ifconstructionisincludedin Attachment A,acertificationbythe Engineerresponsibleforoverseeingconstructionisnecessary.Thecertification muststatethatequipment,materials,laborandservicesrepresentedbythe construction invoiceshavebeensatisfactorilyinvoiced,purchased,received, approvedandappliedtotheProject,asdescribedintheProjectWorkPlan (Attachment A),in accordance with construction contract documents;state that payment isin accordance withconstructioncontract provisions;statethat construction,uptothepoint of therequest,isin compliance withthecontract documents;andidentifyalladditionsordeletionstotheProjectwhichhave alteredtheProject'sperformancestandards,scope,orpurposesincetheissue of the Department construction permit;and, (4)Such other certificates or documents by engineers,attorneys,accountants, contractors,orsuppliersasmayreasonablyberequiredbythe Department. D.TheState Chief FinancialOfficerrequiresdetailedsupportingdocumentation of all costs undera cost reimbursement agreement.Inaccordancewiththe Attachment C, Contract Payment Requirements,theGranteeshallcomplywiththeminimum requirements set forththerein.TheDisbursementRequestPackageFormin Attachment B shallbe accompanied bysupporting documentation andother requirements asfollows: (1)Contractual (Subcontractors)-Reimbursementrequestsforpaymentsto subcontractors mustbe substantiated bycopies of invoiceswithbackup Revised 7/14 DEP Agreement No.LP 13205,Page2 of 11 documentationidenticaltothatrequiredfromtheGrantee.Subcontractswhich involvepaymentsfordirect salaries ofthe subcontractor's employeesshallclearly identify the personnel involved,salaryrateperhour,andhours/timespentonthe project.Allmultipliersused (i.e.fringe benefits,overhead,and/or general and administrative rates)shallbesupportedbyaudit.If theDepartmentdetermines that multipliers chargedbyanysubcontractor exceeded theratessupportedby audit,theGranteeshallbe required toreimburse overpayments resultingfromuse of these excessive multiplierstotheDepartmentwithinthirty(30)days of written notification.Interestonthe excessive chargesshallbecalculatedbasedonthe prevailingrateusedbytheStateBoard of Administration.For fixed price (vendor)subcontracts,thefollowing provisions shallapply: a.TheGranteemayaward,ona competitive basis,fixedprice subcontracts to consultants/contractors in performing the work described in Attachment A,Invoices submitted totheDepartmentforfixedprice subcontractedactivitiesshallbesupportedwithacopy of the subcontractor's invoice anda copy of thetabulationformforthe competitive procurementprocess(InvitationtoBidor Request for Proposals)resultinginthefixedpricesubcontract. b.TheGranteemayrequestapprovalfromtheDepartmenttoawarda fixedpricesubcontractresultingfrom procurement methods otherthan those identified inthe paragraph above.Inthisinstance,theGranteeshall request the advance writtenapprovalfromthe Department's Grant Manager of thefixedprice negotiated bytheGrantee.Theletter of requestshallbesupportedbyadetailed budget andScope of Servicesto beperformed by thesubcontractor.Uponreceipt of theDepartmentGrant Manager'sapproval of thefixedpriceamount,theGranteemayproceedin finalizing thefixedpricesubcontract. c.Allsubcontractsaresubjecttotheprovisions of paragraph 13and anyotherappropriate provisions of this Agreement which affect subcontracting activities. (2)Equipment-(Capital outlaycosting$1,000ormore)-TheGranteewill notbereimbursedforthepurchase of non-expendable equipmentcosting$1,000 ormoreunderthe terms andconditions of this Agreement. E.Inadditiontotheinvoicing requirements containedin paragraph 3.C.and3.D. above,the Department will periodically request proof of a transaction (invoice,payroll register,etc.)toevaluatethe appropriateness of coststo the Agreement pursuant toState and Federal guidelines(includingcostallocationguidelines),as appropriate.This informationwhenrequestedmustbeprovidedwithinthirty(30)calendar days of such request.TheGranteemayalsobe required tosubmitacost allocation plan tothe Department insupport of itsmultipliers (overhead,indirect,general administrative costs, andfringe benefits). Revised 7/14 DEPAgreementNo.LP13205,Page3 of 11 F.State guidelines for allowable costs can be found inthe Department of Financial Services'Reference Guide for State Expenditures at http://www.fldfs.com/aadir/reference%5Fguide. 4.TheSlateof Florida's performance and obligation topayunderthisAgreementis contingent upon an annual appropriation by the Legislature.The Parties understand thatthis Agreement isnotacommitment of future appropriations. 5.Progress Reports (Attachment D)shall be submitted quarterly describing thework performed,problems encountered,problem resolution,schedule updates and proposed work for thenext reporting period.Reports shall be submitted tothe Department's Grant Manager no later thantwenty (20)days following the completion of the reporting period.Itishereby understood and agreed bythe parties thattheterm "quarterly"shall reflectthe calendar quarters ending March 31,June 30,September 30 and December 31.The Final Project Report shall be submitted no later than the completion date ofthe Agreement.The Department's Grant Manager shallhaveten (10)calendar daystoreviewthe required reports and deliverables submitted bythe Grantee. 6.RESERVED. 7.EachPartyagreesthatitshallbesolelyresponsibleforthenegligentorwrongfulacts of its employees andagents.However,nothingcontainedhereinshallconstituteawaiverbyeither Party of itssovereignimmunityorthe provisions of Section768.28,Florida Statutes. 8.A.TheDepartmentmayterminatethisAgreementatanytimeintheevent of the failure of theGranteetofulfillany of its obligations underthisAgreement.Prior to termination,theDepartmentshallprovidethirty(30)calendardayswrittennotice of its intenttoterminateandshallprovidethe Grantee anopportunitytoconsultwiththe Department regardingthereason(s)fortermination. B.TheDepartmentmayterminatethisAgreementforconveniencebyprovidingthe Grantee withthirty(30)calendar days written notice. 9.NopaymentwillbemadefordeliverablesdeemedunsatisfactorybytheDepartment.If a deliverableisdeemedunsatisfactory,the Grantee shall rc-perform theservicesneededfor submittal of asatisfactory deliverable,atno additional costtothe Department,withinten(10) days after notification thatthe deliverable was unsatisfactory.If a satisfactory deliverable is not submittedwithinthespecifiedtimeframe,theDepartmentmay,initssolediscretion,either:1) terminatetheAgreementfor failure toperform,or2)theDepartmentGrant Manager may,by letter specifying thefailure of performanceunderthe Agreement,requestthataproposed Corrective Action Plan (CAP)besubmittedbytheGranteetotheDepartment.All CAPs must beabletobeimplementedandperformedinnomorethansixty(60)daysafter approval bythe Department. Revised 7/14 DEP Agreement No.LP13205,Page4 of 11 A.ACAPshallbesubmittedwithinten(10)businessdays of thedate of theletter request from the Department.Ihe CAPshallbesenttothe Department GrantManager for review and approval.Within ten(10)business days of receipt ofa CAP,the Department shallnotifythe Grantee in writing whethertheCAP proposed has been accepted.Ifthe CAPisnotaccepted,theGranteeshallhaveten(10)businessdays from receiptoftheDepartment'sletter rejecting theproposaltosubmita revised proposed CAP.FailuretoobtaintheDepartment'sapprovalofaCAPasspecified above shall resultintheDepartment's termination ofthisAgreementforcauseas authorized inthis Agreement. B.UpontheDepartment'snoticeof acceptance ofaproposedCAP,theGranteeshall haveten (10)calendardaysto commence implementation ofthe accepted plan. AcceptanceoftheproposedCAPbytheDepartmentdocsnotalteroramendthe Grantee's obligationsunderthisAgreement.If theCAPfailstocorrectoreliminate performancedeficienciesbytheGrantee,theDepartmentshallretaintherighttorequire additionalorfurtherremedialsteps,ortoterminatethisAgreementforfailureto perform. NoactionsapprovedbytheDepartmentorstepstakenbytheGranteeshallserveto condone,forgive orestoptheDepartmentfromassertingsubsequentdeficienciesin performance.TheGranteeshallcontinuetoimplementtheCAPuntilalldeficienciesare corrected.Reportsontheprogress of theCAPwillbemadetotheDepartmentas requestedbytheDepartmentGrantManager. C.FailuretorespondtotheDepartment'srequestforaCAPorfailuretocorrecta deficiency intheperformance of theGranteeasspecifiedbytheDepartmentmayresult in termination of thisAgreement. TheremediessetforthabovearenotexclusiveandtheDepartmentreservestherightto exercise other remedies in addition to or in lieu of those set forth above. 10.This Agreement maybeunilaterallycanceledbytheDepartmentforrefusalbythe Granteetoallowpublicaccesstoalldocuments,papers,letters,orothermaterialmadeor received bythe Grantee in conjunction withthis Agreement,unlesstherecordsareexempt pursuanttoSection24(a)of Article1 of theState Constitution,Section 119.07(1),Florida Statutes,or other statute, 11.The Grantee shallmaintainbooks,recordsand documents directlypertinentto performanceunderthisAgreementinaccordancewithgenerallyacceptedaccountingprinciples consistently applied.TheDepartment,theState,ortheirauthorizedrepresentativesshallhave accesstosuchrecordsforauditpurposesduringtheterm of thisAgreementandforfive(5)years followingAgreementcompletion.Ifanyworkissubcontracted,theGranteeshallsimilarly requireeach subcontractor tomaintainandallowaccesstosuchrecordsforauditpurposes. 12.A.In addition lothe requirements of the preceding paragraph,the Grantee shall complywiththeapplicableprovisionscontainedin Attachment G,Special Audit Requirements,attachedheretoandincorporatedhereinbyreference.Exhibit 1 to Attachment G summarizesthefundingsources supporting theAgreementforpurposes Revised 7/14 DEP Agreement No.LP 13205,Page5 of 11 of assisting the Grantee in complying withthe requirements of AttachmentG.A revised copy of Exhibit 1mustbeprovidedtotheGranteeforeachamendmentwhichauthorizes a funding increase or decrease.Ifthe Grantee fails to receive a revised copy of Exhibit 1,the Grantee shall notify the Department's Grants Manager identified in paragraph 18 ofthis Agreement. B.The Grantee ishereby advised thatthe Federal and/or Florida SingleAuditAct Requirements may further applyto lower tier transactions thatmaybea result ofthis Agreement.The Grantee shall consider thetype of financial assistance (federal and/or state)identifiedin Attachment G,Exhibit 1whenmakingits determination.For federal financial assistance,theGrantee shall utilizethe guidance providedunderOMB Circular A-133,Subpart B,Section .210 for determining whether the relationship represents that of a subrecipient orvendor.For state financial assistance,theGranteeshallutilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs. Vendor Determination"(formnumber DFS-A2-NS)thatcanbefoundunderthe "Links/Forms"sectionappearingatthefollowingwebsite: https://apps.fldfs.com/fsaa The Granteeshould confer withits chief financial officer,auditdirectororcontact the Department for assistance withquestions pertaining tothe applicability of these requirements. 13.TheGranteemaysubcontract,assign,ortransferanyworkunderthisAgreementwithout thewrittenconsent of the Department's Grant Manager,exceptas provided in paragraph 3.D.(l)b.Regardless of any subcontract,the Grantee isultimately responsible forallworktobe performedunderthisAgreement.The Grantee shallsubmitacopy of theexecuted subcontract totheDepartmentwithinten(10)businessdaysafterexecution.The Grantee agrees tobe responsibleforthefulfillment of allworkelementsincludedinany subcontract and agrees tobe responsibleforthepayment of allmoniesdueunderanysubcontract.Itisunderstoodand agreed bytheGranteethattheDepartment shall notbe responsible toany subcontractor forany expenses orcostsincurredunderthesubcontractandthattheGranteeshallbe solely responsible tothesubcontractorfor all expenses andcostsincurredunderthesubcontract. 14.TheDepartment of Environmental Protection supports diversityinits procurement programandrequeststhatallsubcontractingopportunitiesafforded by this Agreement embrace diversityenthusiastically.Theaward of subcontractsshouldreflectthefulldiversity of the citizens of theState of Florida.Alist of minorityownedfirmsthatcouldbeoffered subcontracting opportunities maybeobtainedbycontactingthe Florida Department of ManagementServices,Office of SupplierDiversity,at(850)487-0915. 15.In accordance with Section 216.347,FloridaStatutes,the Grantee is hereby prohibited fromusingfundsprovidedbythis Agreement forthepurpose of lobbyingtheLegislature,the judicialbranchorastateagency. Revised 7/14 DEP Agreement No.LP 13205,Page6 of 11 16.The Grantee shallcomplywithall applicable federal,stateandlocalrulesand regulations in providing services tothe Department underthis Agreement.TheGrantee acknowledges that this requirement includes,butisnotlimitedto,compliance withall applicable federal,stateand localhealthandsafetyrulesandregulations.The Grantee furtheragreestoincludethis provision inall subcontracts issuedasa result of this Agreement. 17.Any notices between the Parties shallbe considered delivered whenpostedbyCertified Mail5 return receipt requested,overnight courierservice,electronic mail (e-mail)or delivered in person tothe Grant Managers attheaddressesbelow. 18.The Department's Grant Manager forthis Agreement is identified below. Tommy WiNiams State Revolving Fund Management Florida Department of Environmental Protection 2600 Blair Stone Road,MS 3505 Tallahassee,Florida 32399-2400 Phone:(850)245-8364 Fax:(850)245-8411 Email:Thomas.c.williams@dcp,state.il.us Any changes to the contact informationshownabovemustbereducedtowritingin the form of a Change Order tothisAgreement. 19.The Grantee's Grant Managerforthis Agreement isidentifiedbelow. Jennifer Korth City of South Miami 6130 Sunset Drive South Miami,Florida 33143 Phone:(305)663-6343 Fax:(305)663-6346 Email:jkorth@soiithmiamifl.gov Anychangestothecontactinformationshownabovemustbereducedtowritinginthe form of a Change Order tothisAgreement. 20.Totheextentrequiredbylaw,theGrantee will beself-insuredfor worker's compensation,orwillsecureand maintain duringthelifeofthis Agreement,Workers' Compensation Insurance forallofGrantee's employees connected withtheworkofthis project and,incaseanyworkis subcontracted,the Grantee shall require the subcontractor similarly to provideWorkers'Compensation Insurance forallofitsemployeesunlesssuch employees are coveredbytheprotectionaffordedbytheGrantee.Anyself-insuranceprogramorinsurance coverageshallcomplyfullywith the Florida Workers'Compensation law.In caseanyclassof employeesengagedinhazardousworkunderthisAgreementisnotprotectedunder Workers' Compensation statutes,the Grantee shall provide,andcauseeach subcontractor to provide, Revised 7/14 DEPAgreementNo.LP13205,Page7 of 11 adequate insurance satisfactory tothe Department,forthe protection ofthose employees not otherwise protected. 21.A.The Grantee shall secure and maintain Commercial General Liability insurance including bodily injury and property damage.The minimum limits of liability shall be $100,000 each occurrence and $300,000 aggregate.This insurance will provide coverage forallclaimsthatmayarise from the services and/or operations completed underthis Agreement,whethersuchservicesand/oroperationsarebytheGranteeoranyone directlyorindirectlyemployedbyhim. B.TheGranteeshall secure andmaintainCommercialAutomobileLiability insurance forallclaimswhich may arise from the services and/or operations underthis Agreement,whethersuchservicesand/oroperationsarebytheGranteeorbyanyone directlyorindirectlyemployedbyhim.Theminimumlimits of liabilityshallbeas follows: $300,000 Automobile LiabilityCombined Single LimitforCompany Owned Vehicles,ifapplicable $300,000HiredandNon-ownedLiabilityCoverage C.Allinsurancepoliciesshallbewithinsurerslicensedoreligibletodobusinessin the State of Florida.The Grantee's current certificate of insurance shall contain a provisionthattheinsurancewillnotbecanceledforanyreasonexceptafterthirty(30) dayswrittennotice(withtheexception of non-payment of premiumwhichrequiresa10 daynotice)totheDepartment'sProcurementAdministrator. 22.TheGranteecovenantsthatitpresentlyhasnointerestandshallnotacquireanyinterest thatwouldconflictinanymannerordegreewiththeperformance of servicesrequired. 23.RESERVED. 24.The Department mayatanytime,bywrittenorderdesignatedtobeachangeorder,make anychangeintheGrantManagerinformationortasktimelineswithinthecurrentauthorized Agreement period.Allchange orders arcsubjecttothemutual agreement of bothpartiesas evidencedinwriting.Anychange,whichcausesanincreaseordecreaseinthe Grantee's costor time,shall require formal amendment tothis Agreement. 25.RESERVED. 26.RESERVED. 27.A.Noperson,onthe grounds of race,creed,color,nationalorigin,age,sex,or disability,shallbeexcludedfromparticipationin;bedeniedtheproceedsorbenefitsof; orbe otherwise subjected to discrimination inperformance of this Agreement. Revised 7/14 DEP Agreement No.LP13205,PageS of 11 B.Anentityoraffiliate,as defined insection 287.134,FloridaStatutes,whohas been placedonthediscriminatoryvendorlistmaynotsubmitabidonacontractto providegoodsorservicestoapublicentity,maynotsubmitabidonacontractwitha publicentityforthe construction orrepairofapublicbuildingorpublicwork,maynot submit bidson leases of realpropertytoapublicentity,maynotawardorperformwork asacontractor,supplier,subcontractor,orconsultantundercontractwithanypublic entity,andmaynottransactbusinesswithanypublicentity.TheFloridaDepartmentof ManagementServicesisresponsibleformaintainingthediscriminatoryvendorlistand intendstopostthelistonitswebsite.Questionsregardingthe discriminatory vendorlist maybedirectedtotheFloridaDepartment of ManagementServices,Office of Supplier Diversity,at (850)487-0915. 28.A.TheaccountingsystemsforallGranteesmustensurethatfundsawardedbythis grantarenot commingled withfundsfrom other agencies.Fundsfromeachagencymust beaccountedforseparately.Granteesareprohibitedfromcomminglingfundsoneithera program-by-programoraproject-by-projectbasis.Fundsspecificallybudgetedand/or receivedforoneprojectmaynot be used tosupportanotherproject.WhereaGrantee's, or subrecipient's,accounting systemcannot comply withthis requirement,the Grantee,or subrccipient,shallestablishasystemtoprovideadequatefundaccountabilityforeach projectithasbeenawarded. B.IftheDepartmentfindsthatthesegrantfundshavebeencommingled,the Department shallhavetherighttodemandarefund,either inwholeorinpart,ofthe fundsprovidedlotheGranteeunderthis Agreement for non-compliance withthe materialterms of thisAgreement.TheGrantee,uponsuchwrittennotificationfromthe Departmentshallrefund,andshallforthwithpaytotheDepartment,theamount of money demandedbytheDepartment.Interestonanyrefundshallbecalculatedbasedonthe prevailingrateusedbytheStateBoardof Administration.Interestshallbecalculated fromthedate(s)theoriginalpayment(s)arereceivedfromtheDepartmentbytheGrantee lothedate repayment ismadebytheGranteetothe Department. C.Ifthe Grantee recoverscosts,incurredunderthis Agreement andreimbursedby the Department,from another source(s).the Grantee shall reimburse the Department for allrecoveredfundsoriginallyprovidedunderthisAgreement.Interest onanyrefund shallbe calculated basedontheprevailingrate used bytheStateBoard of Administration.Interestshallbecalculatedfromthedate(s)thepayment(s)are recoveredbytheGranteetothedaterepaymentis made totheDepartmentbythe Grantee. 29.Landacquisitionisnotauthorizedundertheterms of thisAgreement, 30.This Agreement hasbeen delivered inthe State of Florida andshallbe construed in accordancewiththelaws of Florida.Whereverpossible,eachprovision of thisAgreementshall beinterpretedinsuchmannerastobeeffectiveandvalidunderapplicablelaw,butifany provisionofthisAgreementshallbe prohibited orinvalidunder applicable law,such provision shallbeineffectivetotheextent of suchprohibitionorinvalidity,withoutinvalidatingthe Revised 7/14 DEPAgreementNo.LP 13205,Page 9 of 11 remainder of suchprovisionortheremainingprovisions of thisAgreement.Anyactionhereon orin connection herewith shallbe brought inLeonCounty,Florida. 31.ThisAgreementrepresentstheentireagreementoftheparties.Anyalterations, variations,changes,modificationsorwaiversofprovisionsofthisAgreementshallonly be valid whentheyhavebeenreducedtowriting,dulysignedbyeach of thepartieshereto,andattached totheoriginal of thisAgreement,unless otherwise providedherein. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Revised 7/14 DEPAgreementNo.LP 13205,Page 10 of 11 INWITNESSWHEREOF,thepartieshavecausedthisAgreementtobedulyexecuted, thedayand year last written below. CITY OF SOUTH MIAMI City Manager Date:IO/M/JOH STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Programvvdministrator State Revolving Fund Date:OCT 2 12014 V$/Mu<'<Utj FElDNo.:5l~bQ0OHl Tommy Williams,DEP Grant Manager Approved astoformandlegality: List of attachments/exhibits included aspart of this Agreement: Specify Type Attachment Attachment Attachment Attachment Attachment Attachment Attachment Letter/ Number A B C D E Description (include number of pages) Project Work Plan(2Pages) Disbursement Request Package (3 Pages) Contract Payment Requirements (1Page) ProgressReportForm(1Page) Reserved Reserved Special Audit Requirements (5 Pages) Revised 7/14 DEP Agreement No.LP13205,Page 11 of 11 ATTACHMENT A PROJECT WORK PLAN CITY OF SOUTH MIAMI LP13205 Project Title:TwinLakes Drainage Project Project Location: Areaboundedbythestreetsbelow,asdepictedinExhibitA: •SW 62nd Terrace and SW 63rd Terrace,from SW 64th Court to SW 63rd Court •SW 64th CourtandSW 63rd Court,from SW 62nd Terrace toSW 64th Street •SW 63rd Avenue and SW 62nd Place,from SW 62nd Terrace to SW 64th Street •SW 62nd Court,from SW 62nd Terrace toSW 63rd Terrace. Project Background:Thisareahashistoricallyexperiencedfloodingandisinneedofdrainage. Accordingto the City of SouthMiamiStormwaterMasterPlan,producedin2012,theTwin Lakesareaisidentifiedasapriorityarea.Furthermore,theCityhasreceivedcomplaintsfrom residentsinregardstofloodingalongthese streets.Thepurpose of thisprojectistoidentifythe cause of the drainage issuesand determine solutions toaddress them. Project Description: Provide storm water drainage improvements intheCity,intheTwin Lakes area.Thisarea surroundstheBroadandTwinLakesCanals,whichconnecttotheSnapperCreek(C-2)Canal. l.Task:DesignandConstruction of drainageimprovements la.Deliverable:Copy of contract,designplans&specifications,permits,technicaloversight reports,and Geotechnical report. Timeline for completion:October 31,2015 Budget Information:$40,000 Salaries:N/A Fringe Benefits:N/A Travel:N/A Contractual:ProfessionalServices $40,000:DEP $30,000,local funds $10,000 Equipment:N/A Supplies/Other Expenses:N/A Land:N/A Indirect:N/A PerformanceStandard:TheDEPGrantManagerwillreviewthedeliverablesto ensure theyare eligible for reimbursement. Ib.Deliverable:copy of bidtab,copy of contract,contractorsschedule of values,pictures of completed work Timeline for completion:October 31,2015 Budget Information:$80,000 Salaries:N/A Revised 7/14 DEP Agreement LP13205,Attachment A,Page1 of 2 Fringe Benefits:N/A Travel:N/A Contractual:Construction $80,000:DEP $70,000,local funds $10,000 Equipment:N/A Supplies/Other Expenses:N/A Land:N/A Indirect:N/A PerformanceStandard:TheDEPGrantManagerwillreviewthedeliverablestoensuretheyare eligible for reimbursement. NOTE:TfflS SHOULD BE DONE FOR EACH TASK AND EACH DELIVERABLE TO BE COMPLETED UNDER THIS AGREEMENT-PAYMENT IS TIED TO THE SUBMITTAL AND ACCEPTANCE OF DELIVERABLES.DELIVERABLES MUST BE QUANTIFIABLE AND MEASURABLE AND THERE MUST BE A PERFORMANCE STANDARD THAT IS SPECIFIC TO THE APPROVAL OF THE DELIVERABLE. Total Budget by Task andDeliverables:The tasks identified hereshouldagree with the tasks identifiedand described above.Identifythetasksas follows:la,lb,etc. .vV:v:;••••:"^ks^:•••.•"••.••.,•.•DEP Funding Local Funds and Source Local Funds Source of Funds 1 la Design $30,000 $10,000 Stormwater Drain T/F lb Construction $70,000 $10,000 Stormwater Drain T/F 2 2a 2b Total:$100,000 $20,000 Project Total:$120,000 The FY2014-15 GAA didnot require a matchfor these projects. Revised 7/14 DEP Agreement LP13205,Attachment A,Page2 of 2 1. 2. 3. 4. 5. 6. 7. ATTACHMENT B Disbursement Request Package Legislative Projects(LP)Grants Grantee/Recipient CityofSouth Miami Project Number LP13205 Date of Request RequiredMatch% Final • Disbursement Request Number Type ofRequest:Partial H Federal Employer Identification Number 1 ask/Deliverable No. Mail D EFT •Send Remittance to; Disbursement Details (cumulative amounts rounded tothe nearest dollar) DTE:Canonlyclaimexpensesinapprovedbudget. Contractual Services Amount this Request Total Cumulative 1. 2.Total Disbursements previously requested Amount RequestedforDisbursement(line2minus3) 3. 4. **SUBMIT ONE ORIGINAL COPY OF THIS FORM AND SUPPORTING DOCUMENTATION FOR EACH DELIVERABLE TO:** Florida Department of Environmental Protection State Revolving Fund Management MS3505 2600 Blair Stone Road Tallahassee,Flonda 32399-2400 or email your request to: SRF_Rcporting@dep.state.fl.us DEPAgreementNo.LP13205,Attachment B,Page 1 of 3 Grant Manager's Certification of Disbursement Request. (name of Grantee's Grant Manager designated inthe Agreement) on behalf of ,do hereby certifythat: (name of Grantee/Recipient) 1.ThedisbursementamountrequestedonPage1ofthisformisforallowablecosts for theproject described in Attachment Aofthe Agreement; 2.Allcostsincludedintheamountrequestedhavebeensatisfactorilypurchased,performed,received,and appliedtowardcompletingtheproject;suchcostsaredocumentedbyinvoicesor other appropriate documentation as required in paragraph 3D; 3.TheGranteehaspaidsuchcosts under thetermsandprovisionsofcontractsrelatingdirectlytothe project;andthe Grantee isnotin default ofanytermsorprovisionsofthecontracts; 4.If fundswereadvanced,allfundsreceivedtodatehavebeenappliedtowardcompletingtheproject;and 5.All permitsandapprovalsrequiredfortheconstructionwhichisunderway have beenobtained. (Signature of Grant Manager) (Date) DEPAgreementNo.LP 13205,AttachmentB,Page2 of 3 Engineer's Certification of Disbursement Request ONLY SUBMIT IF CONSTRUCTION IS PART OF THE PROTECT (nameofProfessionalEngineer) (name of Grantee/Recipient) project described in theAgreementanddoherebycertify thai: 1.Equipment,materials,labor,andservicesrepresentedbythe construction invoiceshave been satisfactorily purchasedorreceivedand applied totheprojectin accordance with constructioncontractdocumentsfiled with andpreviouslyapprovedbytheDepartmentof Environmental Protection; 2.Payment is in accordance with constructioncontractprovisions; 3.Adequate construction supervision is beingprovidedtoassure compliance withconstruction requirements and Florida Administrative Code Chapter 62-600 orChapter 62-604,asappropriate; 4.Construction uptothe point ofthis disbursement isincompliance with the approved plansandpermits; 5.All changes,additions,ordeletionstotheconstruction contract(s)havebeen documented bychangeorder andallchangeordershavebeensubmittedtothe Department;and 6.Alladditionsordeletionstothe Project whichhave altered the Project's performancestandards,scope,or purpose(sinceissueofthe pertinent Departmentpermit)havebeen identified inwritingby amendment to this Agreement. ,beingtheProfessionalEngineerretainedby ,amresponsiblefor overseeing constructionofthe SignatureofProfessionalEngineer Firm or Affiliation (Date)(P.E.Number) DEP Agreement No.LP)3205,Attachment B,Page3 of 3 ATTACHMENT C Contract Payment Requirements FloridaDepartmentofFinancialServices,ReferenceGuideforState Expenditures Cost Reimbursement Contracts Invoicesforcostreimbursementcontractsmustbesupportedbyanitemizedlistingofexpendituresbycategory (salary,travel,expenses,etc.).Supporting documentation must be provided for each amount for which reimbursement is being claimed indicating that the item has been paid.Check numbers maybe provided inlieu of copies of actual checks.Each piece of documentation should clearly reflect the dates of service.Only expenditures for categories in theapprovedcontractbudgetshouldbereimbursed. Listedbelowareexamplesofthetypes of documentation representing theminimum requirements: (!)Salaries: (2)Fringe Benefits: (3)Travel: (4)Other direct costs: (5)in-house charges: A payroll register or similar documentation should be submitted.The payroll register shouldshowgross salary charges,fringe benefits,otherdeductionsandnetpay.Ifan individualforwhomreimbursementisbeingclaimedispaidbythehour,adocument reflecting thehoursworkedtimesthe rate of paywillbe acceptable. Fringe Benefits shouldbesupportedbyinvoicesshowingtheamountpaidonbehalf ofthe employee (e.g.,insurance premiums paid).Ifthe contract specifically states that fringe benefitswill be basedonaspecifiedpercentageratherthantheactualcost of fringe benefits,thenthecalculationforthefringe benefits amountmustbeshown. Exception:Governmental entitiesarcnot required toprovidechecknumbersorcopies of checksforfringebenefits. Reimbursement fortravel must bein accordance with Section 112.061,Florida Statutes, whichincludessubmission of the claimontheapprovedStatetravelvoucherorelectronic means. Reimbursement willbemadebasedonpaid invoices/receipts.If nonexpendableproperty ispurchasedusingStalefunds,thecontractshouldincludeaprovisionfor the transfer of thepropertytotheStatewhenservicesarcterminated.Documentationmustbeprovided toshowcompliancewithDepartment of ManagementServicesRule 60A-1.017,Florida Administrative Code,regardingtherequirementsforcontractswhichincludeservicesand thatprovideforthe contractor to purchase tangible personal propertyasdefinedinSection 273.02,FloridaStatutes,forsubsequenttransfertotheState. Charges which maybe of aninternalnature(e.g.,postage,copies,etc.)may be reimbursed onausagelogwhichshows the unitstimestheratebeingcharged.Theratesmustbe reasonable. (6)Indirectcosts:Ifthe contractspecifiesthatindirectcostswill be paidbasedonaspecifiedrate,thenthe calculation should be shown. Contracts between stateagencies.,andorcontracts between universities may submit alternativedocumentationto substantiatethereimbursementrequestthatmaybeintheform of FLAIRreportsorotherdetailedreports. The Florida Department of Financial Services,onlineReferenceGuideforStateExpenditurescanbefoundatthis web address:http://www.fldfs.com/aadir/refcrence guidc.htm DEP 55-219 (05/2008) DLP AgreementNo.LP 13205,Attachment C,Page1 of 1 ATTACHMENT D PROGRESS REPORT FORM DEP Agreement No.:LP13205 Grantee Name:City of South Miami Grantee Address: Grantee'sGrantManager:Telephone No-: Reporting Period: Project Number and Title: Provide thefollowing information for all tasks and deliverables identified inthe Project Work Plan:a summary of project accomplishments forthe reporting period;a comparison of actual accomplishments togoalsfor the period;if goals were not met,provide reasons why;provide an update on the estimated time for completion of the task and an explanation for any anticipated delays and identify by task, NOTE:Useas many pagesas necessary to cover all tasks inthe Project Work Plan. The following format should be followed: Taskl: Progress for this reporting period: Identify any delays or problems encountered: Thisreportis submitted in accordance withthereporting requirements of DEP Agreement No. LP13205 andaccuratelyreflectstheactivitiesassociatedwiththeproject, Signature of Grantee's GrantManager Date DRP Agreement No.LP13205,Attachment D,Page1 of 1 ATTACHMENT G SPECIAL AUDIT REQUIREMENTS Theadministration of resourcesawardedbytheDepartment of EnvironmentalProtection (which may be referred to asthe "Department"."DEP","FDEP"or "Grantor",orothernameinthecontract/agreement)totherecipient (which mayhereferredtoasthe "Contractor",Grantee"orothernameinthecontract/agreement)maybesubjecttoaudits and/or monitoring bythe Department of EnvironmentalProtection,asdescribedinthis attachment. MONITORING Inadditionto reviews of audits conducted inaccordance with OMB Circular A-133 and Section 215.97,F.S.,as revised (see "AUDITS"below),monitoring proceduresmayinclude,butnotbelimitedto.on-sitevisitsbyDepartment staff,limitedscopeauditsasdefinedbyOMBCircular A-133,asrevised,and/orotherprocedures.Byenteringinto this Agreement,therecipientagreestocomplyand cooperate withanymonitoringprocedures/processesdeemed appropriatebytheDepartment of EnvironmentalProtection,intheeventtheDepartment of EnvironmentalProtection determinesthata limited scopeaudit of the recipientis appropriate,therecipientagreestocomplywithanyadditional instructionsprovidedbytheDepartmenttotherecipientregardingsuchaudit.The recipientfurtheragreesto comply andcooperate with any inspections,reviews,investigations,orauditsdeemednecessarybythe Chief Financial Officer or Auditor General. AUDITS PART I:FEDERALLY FUNDED Thispartisapplicable ifthe recipient isaStateor local government oranon-profit organization as defined inOMB Circular A-133,as revised. I.Intheeventthatthe recipient expends $500,000 or more in Federal awards inits fiscal year,the recipient musthaveasingleorprogram-specificauditconductedinaccordancewiththeprovisions of OMBCircular A-133,asrevised.EXHIBIT 1tothisAgreementindicates Federal ftmds awardedthroughthe Department of EnvironmentalProtectionbythisAgreement.Indeterminingthe Federal awards expendedinits fiscal year,therecipientshallconsiderallsources of Federal awards,including Federal resourcesreceivedfrom the Department of Environmental Protection.The detenuination of amounts of Federal awards expended should bein accordance withthe guidelines established byOMB Circular A-133,asrevised.Anaudit of the recipient conductedbytheAuditor General in accordance withthe provisions of OMB Circular A-133,as revised,willmeetthe requirements of this part. 2.In connection withthe audit requirements addressed in Part 1,paragraph 1,the recipient shall fulfill the requirements relativetoauditee responsibilities as provided inSubpartCofOMB Circular A-133,asrevised. Ifthe recipient expends less than $500,000 in Federal awards inits fiscal year,anaudit conducted in accordance withthe provisions of OMB Circular A-133,asrevised,isnot required.Intheeventthatthe recipient expendslessthan$500,000in Federal awards inits fiscal yearandelectstohaveanauditconducted in accordance withthe provisions ofOMB Circular A-l 33,as revised,thecostoftheauditmustbe paid from non-Federal resources(i.e.,thecost of suchanauditmustbepaidfromrecipientresources obtained from otherthanFederalentities). The recipient may access information regarding the Catalog of Federal DomesticAssistance (CFDA)viathe internet at http://l 2.46.245J 73/cfda/cfdaJitml. DKV55-215 (03/09) DEPAgreementNo.LP13205,AttachmentG,Page 1 of 5 PART 11:STATE FUNDED This part is applicable ifthe recipient isa nonstatc entityas defined by Section 215.97(2)(m),Florida Statutes. 1.In theeventthatthe recipient expendsa total amountof state financial assistance equal toorin excess of $500,000 inany fiscal year ofsuch recipient,the recipient musthaveaState single or project-specific audit for such fiscal yearin accordance with Section 215.97,Florida Statutes;applicable rules of the Department of Financial Services;and Chapters 10.550 (local governmental entities)or 10.650 (nonprofit and for-profit organizations).Rules of theAuditor General.EXHIBIT1tothisAgreementindicatesstate financial assistance awarded through the Department of Environmental Protection bythis Agreement.In determining thestate financial assistance expended inits fiscal year,the recipient shall consider all sources of state financial assistance,including state financial assistance received from the Department of Environmental Protection,otherstateagencies,andothernonstateentities.Statefinancialassistancedoesnot include Federal director pass-through awards and resources received bya nonstate entityfor Federal program matching requirements. 2.In connection withtheaudit requirements addressed in Part II,paragraph 1;the recipient shall ensure thatthe auditcomplieswiththerequirements of Section215.97(7),Florida Statutes.Thisincludessubmission of a financial reporting package asdefinedbySection 215.97(2),Florida Statutes,and Chapters 10.550 (local governmentalentities)or10.650(nonprofitand for-profit organizations),Rules of theAuditorGeneral. 3.Ifthe recipientexpendslessthan$500,000instate financial assistanceinits fiscal year,anauditconducted in accordance withtheprovisions of Section 215.97,Florida Statutes,isnot required.Intheeventthatthe recipientexpendslessthan $500,000 instate financial assistance inits fiscal year,andelectsto have anaudit conductedinaccordancewiththeprovisions of Section215.97,FloridaStatutes,thecost of theauditmust bepaidfromthenon-stateentity's resources (i.e.,thecostofsuchanauditmustbepaidfromtherecipient's resourcesobtainedfromotherthanStateentities). 4.Forinformation regarding theFloridaCatalog of State Financial Assistance(CSFA);arecipientshouldaccess theFloridaSingle Audit Actwebsitelocatedat https://apps.11dfs.com/fsaa forassistance.Inadditiontothe abovewebsites,thefollowingwebsitesmaybe accessed for information:Legislature's Websiteat http://www.leg.state<fl.usAVelcome/indexxfm,State of Florida's websiteathttp://www.mvflorida.com/'. Department of Financial Services'Websiteathttp://www.fldfs.com/andtheAuditor General's Websiteat http://www.state.fl.us/audpen. PART III:OTHER AUDIT KKQU1RKMKNTS (NOTE:This partwouldbeusedtospecifyanyadditionalaudit requirements imposedbytheState awarding entity thataresolelyamatter ofthatStateawardingentity'spolicy (i.e.,theauditisnotrequiredbyFederalorStatelaws andisnotinconflictwithotherFederalor Sfuteaudit requirements).PursuanttoSection215.97(8),FloridaStatutes, Stateagenciesmayconductorarrangeforaudits ofStatefinancialassistancethatareinadditiontoauditsconducted inaccordancewithSection 215.97,Florida Statutes.In suchan event,theStateawardingagencymustarrangefor funding thefidl cost ofsuch additional audits.) PART IV:REPORT SUBMISSION 1.Copies of reportingpackagesforauditsconductedin accordance withOMBCircular A-133,asrevised,and required by PART I ofthis Attachment shallbesubmitted,whenrequiredbySection.320(d),OMBCircular A-133,as revised,byoron behalf of therecipientdirectlytoeach of thefollowing: DKP 55-215 f03/09) DEP Agreement No.LP13205,Attachment G,Page2 of 5 A.TheDepartment of Environmental Protection atone of thefollowing addresses: By Mail: Audit Director Florida Department of EnvironmentalProtection Office of the Inspector General.MS40 3900 Commonwealth Boulevard Tallahassee,Florida 32399-3000 Electronically: FDEPSingleAudit@dep.state.il.us B.The Federal Audit Clearinghousedesignatedin OMB Circular A-133,asrevised(the number of copiesrequiredbySections.320(d)(1)and(2),OMBCircularA-133,asrevised,shouldbe submitted totheFederal Audit Clearinghouse),atthe following address: Federal AuditClearinghouse Bureau of the Census 1201 East 10th Street JeffersonviHe,IN 47132 Submissions of theSingleAuditreportingpackageforfiscalperiodsendingonorafter January 1, 2008,mustbesubmittedusingtheFederalClearinghouse'sInternetDataEntrySystemwhichcan befoundat http://harvcster.census.gov/fac/ C.Other Federal agenciesand pass-through entitiesinaccordancewithSections.320(e)and(I), OMB Circular A-133,as revised. 2.Pursuant toSection 320(f),OMB Circular A-133,asrevised,therecipientshallsubmitacopy of the reporting package described inSection .320(c),OMB Circular A-l 33,asrevised,andany management letters issuedbythe auditor,tothe Department of Environmental Protection atthe following address: By Mail: Audit Director FloridaDepartment of EnvironmentalProtection Office of the InspectorGeneral,MS40 3900 Commonwealth Boulevard Tallahassee,Florida 32399-3000 Electronically: PDEPSingleAuditffldcp.statc.il.us 3.Copies of financial reporting packages required byPARTII of this Attachment shall be submitted byoron behalf of the recipientdirectlyto each ofthe following: A.TheDepartmentof Environmental Protection atone of the following addresses: ByMail: Audit Director FloridaDepartment of EnvironmentalProtection Office of theInspectorGeneral,MS40 3900 Commonwealth Boulevard Tallahassee,Florida 32399-3000 Electronically: FDEPSinglcAuditffldep.stale.fl.us DBP 55-215 (03/09) DEPAgreementNo.LP13205,AttachmentG,Page 3 of 5 B.TheAuditorGeneral'sOfficeatthefollowing address: State of Florida Auditor General Room401,ClaudePepperBuilding 111 West Madison Street Tallahassee,Florida 32399-1450 4.Copies of reports or management letters required byPART III of this Attachment shall be submitted byor onbehalf of the recipient directly tothe Department of Environmental Protection atone of thefollowing addresses: ByMail: Audit Director FloridaDepartment of EnvironmentalProtection Office of the Inspector General,MS40 3900 Commonwealth Boulevard Tallahassee,Florida 32399-3000 Electronically: FDEPSinglcAuditffidcp.state.fl.us 5.Anyreports,managementletters,orotherinformation required tobesubmittedtotheDepartment of Environmental Protection pursuant tothisAgreement shall besubmittedtimelyin accordance withOMB CircularA-133,Florida Statutes,or Chapters 10.550(localgovernmentalentities)or10.650(nonprofitand for-profit organizations),Rules of theAuditorGeneral,as applicable. 6.Recipients,whensubmitting financial reporting packages tothe Department of Environmental Protection for audits done in accordance withOMB Circular A-133,or Chapters 10.550 (local governmental entities)or 10.650(nonprofitandfor-profit organizations),Rules of theAuditor General,shouldindicatethedatethat thereportingpackagewasdeliveredtotherecipient.in correspondence accompanyingthe reporting package. PART V:RECORD RETENTION Therecipientshallretainsufficient records demonstrating itscompliancewiththeterms ofthisAgreementforaperiod of 5yearsfromthedatetheauditreportisissued,andshallallowtheDepartment of Environmental Protection,orits designee,Chief Financial Officer,orAuditor General access tosuch records upon request.The recipient shall ensure thatauditworking papers aremade available tothe Department of Environmental Protection,oritsdesignee,Chief FinancialOfficer,orAuditorGeneraluponrequestforaperiod of 3yearsfromthedatetheauditreportisissued, unlessextendedinwritingbytheDepartment of EnvironmentalProtection. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP 55-215 (03/09) DEP Agreement No.LP13205,Attachment G,Page4 of 5 EXHIBIT-1 FUNDS AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: Federal Resources Awarded to the Recipient Pursuant to this Agreement Consist of the Following: Federal Program Number Federal Agency CFDA Number CFDA Title Funding Amount State Appropriation Category ... State Resources Awarded to the Recipient Pursuant to this Agreement Consist of the Following Matching Resources forFederal Programs: Federal Program Number Federal Agency CFDA CFDA Title Funding Amount State Appropriation Category State Resources Awarded to the Recipient Pursuant to this Agreement Consist of the Following Resources Subject to Section 215.97,F.S.: State Program Number Funding Source State Fiscal Year CSFA Number CSFA Title or Funding Source Description Funding Amount State Appropriation Category Original Agreement General Revenue,Line Item 1668A 2014-2015 37.039 'Statewide Surface Water Restoration and Wastewater Projects 100,000 140047 Total Award S 100.000 For each program identified above,the recipient shall comply with the program requirements described inthe Catalog of Federal Domestic Assistance (CFDA) [http://l 2.46.245.173/cfda/cfda.html]and/or the Florida Catalog of State Financial Assistance (CSFA)[https://apps.fldfs.com/fsaa/searchCataIog.aspx].The services/purposes for which the funds aretobeusedare included intheContractscopeof services/work.Anymatch required bythe recipient is clearly indicated inthe Contract. DEP 55-215 (03/09) DEP Agreement No.LP13205.Attachment G,Page5 of 5 STATE FINANCIAL ASSISTANCE AGREEMENT DEP AGREEMENT NO.LP13205 CITY OF SOUTH MIAMI AMENDMENT NO.1 THISAGREEMENTas entered intoonthe 21st dayof October,2014,betweenthe FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (hereinafter referred toas the "Department")and the CITY OF SOUTH MIAMI (hereinafter referred to as the "Grantee") is hereby amended. WHEREAS,theGranteehas requested a reallocation of thebudget for the project;and, WHEREAS,the Grantee has requested anend date thatextendsbeyondthecurrent authorized funding period;and WHEREAS,certain provisions oftheAgreementneed revision. NOW,THEREFORE,the parties hereto agree as follows: 1.Section 2.of theAgreementis hereby revised to change the completion date of the Agreement from October 31,2015,toJuly 31,2016. 2.Section 3C.ofthe Agreement is hereby revised to change the final Disbursement Request Package submittal date from January 31,2016,to October 31,2016. 3.Attachment A,ProjectWork Plan,is hereby deleted initsentiretyand replaced with Attachment A-l,Revised Project Work Plan,attached hereto andmadea part ofthe Agreement. All references inthe Agreement toAttachment A,shall hereinafter refer toAttachment A-l, Revised Project WorkPlan. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Revised 7/14 DEP Agreement No.LP13205,Amendment No.I,Page 1of2 This Amendment 1to State Financial Assistance Agreement LP13205 maybe executed in two or more counterparts,either of which shall be regarded as an original and all of which constitute but one and the same instrument. INWITNESS WHEREOF,the Department has caused thisamendmenttotheState Financial Assistance Agreement tobe executed onitsbehalfbythe Secretary or Designee of the Department and the Grantee has caused this amendment to be executed on its behalf by its Authorized Representative.Tlie effective date of this amendment shall be as set forth below by theDepartment. CITY OF SOUTH MIAMI ^^Eity Manager Date:^jl'jjltD ATTESTED: By:0^X:(i XJiu,.^.uMm Maria Menehdez / CityClerk Read andApproved i Legality-^Execiitii anguage, STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SecretatfeV Designee By:. Date:AUG 19 2015 Tommy WilM&rns,DEP Grant Manager Approvedastoformand legality: DEP AttonVeyL List of attachments/exhibits included as part of this Amendment: Specify Type Attachment Letter/ Number A-l Description (include number of pages) Revised ProjectWorkPlan(2Pages) Revised 7/14 DEP Agreement No.LP!3205,Amendment No.1,Page 2of2 ATTACHMENT A-l REVISED PROJECT WORK PLAN CITY OF SOUTH MIAMI LP13205 Project Title:Twin Lakes Drainage Project Project Location:Areaboundedbythestreets below: •SW 62nd Terrace and SW 63rd Terrace,from SW 64th Court toSW 63rd Court •SW 64th CourtandSW 63Td Court,from SW 62nd Terrace to SW 64th Street •SW 63rd Avenue andSW 62nd Place,from SW 62nd Terrace toSW 64th Street •SW 62nd Court,fromSW 62nd TerracetoSW 63rd Terrace. ProjectBackground:Thisareahas historically experienced flooding andisin need of drainage. AccordingtotheCityofSouth Miami ("City")Stormwater Master Plan,produced in 2012,the TwinLakesareaisidentifiedasapriorityarea.Furthermore,theCityhasreceivedcomplaints from residents in regards to flooding along these streets.The purpose ofthis project isto identify the cause ofthe drainage issues and determine solutions to address them. ProjectDescription:Provide stormwater drainage improvements intheCity,intheTwinLakes area.ThisareasurroundstheBroadandTwinLakesCanals,whichconnecttotheSnapperCreek (C-2)Canal. TheCityisrequestingtodecreasethedesignlineitemto $15,000 andincreasetheconstruction line itemto $85,000.Only$15,000 in DEP funding is needed for design because theCity allocated $20,000 in design funds for this project in the FY 2015 budget cycle;and therefore,the funding gapwasreducedto$15,000 fordesign. Construction is anticipated to commence in September 2015 and conclude within 6 months.To accountfor potential delays,a9-month extension is requested toJuly 31,2016. Task:DesignandConstructionofdrainage improvements 1^Deliverable:Invoices,copies of cancelled checks,copy of contract,designplans& specifications,permits,technical oversight reports,and Geotechnical report. Timelinefor completion:July 31,2016 Payment Schedule:Reimbursement forinvoicedcostsnomorethanonceamonth. Budget Information:$35,000 Contractual:Professional Services $35,000:DEP $15,000,localfunds $20t000 Performance Standard:TheDEPGrant Manager will review the deliverables toensuretheyare eligiblefor reimbursement. Ib.Deliverable:Copies of cancelled checks,copyofbidtab,copyofcontract,contractor's schedule of values,pictures of work completed. Timeline for completion:July 31,2016 Payment Schedule:Reimbursement for invoiced costs no more than oncea month. Revised 7/14 DEP AgreementLP13205,Attachment A-l,Page 1 of2 Budget Information:$85,000 1 Contractual:Construction $85,000:DEP $85,000 Performance Standard:The DEP Grant Manager will review the deliverables to ensure theyarc eligible for reimbursement. Total Budget: Tasks DEP Funding Local Funds and Source Local Funds Source of Fonda la Design $15,000 $20,000 Stormwater Drain T/F lb Construction $85,000 Total:$100,000 $20,000 Project Total:$120,000 _ The FY2014-15 GAA did not require amatchforthese projects. Revised 7/14 DEP Agreement LP13205,Attachment A-l,Page 2of2