Loading...
Res No 101-16-14656RESOLUTION NO.:101-16-14656 A Resolution authorizing the City Manager to pay EAC Consulting,Inc.to complete construction documents for Twin Lakes Drive (SW 64th Avenue)Drainage Improvements. WHEREAS,the MayorandCityCommissionwishtoprovideCity drainage improvements to TwinLakes Drive;and WHEREAS,the City desires to hirea consultant to complete construction documents;and WHEREAS,in accordance with and pursuant to Florida Statute 287.055 for CCNA,the City Manager has negotiated an agreement with EAC Consulting,Inc.who was one offive(5)consultants previously selected to perform professional services for the City;and WHEREAS,the City Manager has negotiated the pricefor the services to be rendered,which does not exceed the sum of $18,645;and WHEREAS,the City desires toprovidea contingency of$1,355over the proposal amount forunknown factors that may arise during the work and for permitting fees;and WHEREAS,the total expenditure isnottoexceed$20,000;and NOW,THEREFORE,BEIT RESOLVED BYTHE MAYOR AND CITY COMMISSION OFTHECITYOF SOUTH MIAMI,FLORIDA THAT: Section 1:TheCity Manager is authorized to pay EAC Consulting,Inc.,for an amount not to exceed $18,645 in accordance with the formofProfessionalService Agreement that was approved bythe City Commission by resolution 151-13-13969 to complete construction documents for Twin LakesDrive Drainage Improvements.TheCity Manager is authorized to expend an additional $1,355 over the proposal amount of $18,645 for unknown factors. Section 2:The expenditure shall be charged to the Storm Water Drain Trust Fund account number 111-1730-541-6490 whichhasa balance of $100,000 before this request was made. Section 3:Ifany section clause,sentence,or phrase ofthis resolution isfor any reason heldinvalidor unconstitutional bya court of competent jurisdiction,the holding shall not affect the validity of the remaining portions of this resolution. Section 4:This resolution shall become effective immediately upon adoption. PASSED AND ADOPTED this 7th day of June ,2016. ST:APPROVED: READ AND A] LANGUAi (VEDASTOFORM UTYAN/)E)Ce6jft"ION COMMISSION VOTE:5-0 Mayor Stoddard yea Vice Mayor Welsh Yea Commissioner Edmond Yea Commissioner Liebman Yea Commissioner Harris Yea South^Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM To: From: Date: The Honorable Mayor &Members of the City Commission Steven Alexander,City Manager June 7,2016 Agenda Item No.:£ Subject:A Resolution authorizing the CityManager to pay EAC Consulting,Inc.to complete construction documents for Twin Lakes Drive (SW 64th Avenue)Drainage Improvements. Background:The segment of the TwinLakesDrivecorridor beginning from 5650 TwinLakesDriveto5750 TwinLakesDrive experiences flooding duringand after rain events affecting the residential properties bordering the corridor.Public Works requested a proposal from EAC Consulting for construction documents to address the drainage issues at this location.The consultant will develop a new storm water collection anddisposal system,including a newly designed exfiltration trench drainage system. EAC Consulting,Inc.has submitted aproposalin the amount of $18,645 to complete construction documents for grading and drainage improvements onTwin Lakes Drive. A contingency in the amount of $1,355willbeincluded over the proposal amount to address for unknown factors that may ariseandfor permitting fees. In accordance with and pursuant to Florida Statute 287.055 for CCNA,EAC Consulting,Inc., Inc.was one of the firms selected to provide professional engineering services.TheCity negotiated hourly rates with the firmand entered intoa professional service agreement with EAC Consulting,Inc.to perform engineering servicesfor the City. Amount:Amount not to exceed $20,000 Account:The expenditure shallbe charged $20,000 to the Storm Water Drain Trust Fund account number 111-1730-541-6490 whichhasabalanceof $100,000 before this request was made. Attachments:Resolution Proposal Professional Service Agreement CCNA Consultant Project List EACConsulting,Inc. May 12,2016 RicardoA.Ayala,P.E. ravala@SQuthmiamifl.6ov City ofSouth Miami,Public Worksand Engineering Division 4795 SW 75th Avenue Miami,FL 33155 Dear Mr.Ayala: Re:Professional Services Agreement (PSA)forCivil Engineering SW 64th Avenue (Twin Lakes Drive)-Localized Areas Ponding Mitigation &Drainage Improvements Pursuant toour field visit to SW 64th Avenue (Twin Lakes Drive)earlier today,EAC Consulting,Inc.respectfully submitsthis engineering servicesfeeproposalbasedonourjointdiscussionswiththe City aswellasourinitial assessment ofthescopeand extent ofimprovementsrequiredtoalleviatethepondingof stormwater at localized areasidentifiedbythe City.Our understanding is that thefocusofimprovementsarelocalizedtothe segment of thecorridorbeginningfrom5650 Twin Lakes Dr-5750 Twin Lakes Dr.Ourservicesonthisproject will be supplemented bytwosub consultants responsibleforimportantdataretrieval that will beneededforengineering design,Thefirmsproposedtoworkwithourengineeringstaffonthisassignmentare: 1.6CESEngineeringServices,LLC -Geotechnical Engineering&Materials Testing 2.Hadonne Corp-Surveying &Mapping We understand that theidentified street segment experiencesfloodingduringand after rain events affectingthe residential properties bordering the corridor.Toalleviatethisconditions,the Cityis requesting requisite professional engineering servicestodevelop the designof infrastructure improvements and prepare necessary construction documents.Accordingly,EAC shall undertake a topographic surveyof the project extents aswellas percolation tests to determine the soilsabilityto dispose of storm water.This information shallbeusedto perform designanalysesaswell regulatory permittingof the constructiondocuments.Inourpreliminarydiscussionswith the City,wehave determined the needforanew storm water collectionand disposal system within the project area via the usea new designed exfiltration trench drainage system. The proposed design will be done in accordance with the established guidelinesand procedures utilizedbytheCity ofSouthMiamiPublicWorks Department andMiami-DadeCounty RER (formerly DERM). EAC shall provide the professional technical services in accordance withour Professional Services Agreement for Civil Engineering Services with the Cityof South Miami. Ourlumpsumfee proposal breakdown covers the surveying&mapping,geotechnical investigations,civil engineering calculations,engineering design,the development of construction documents,jurisdictional permitting andlimitedbid/award support services andlimited construction inspections.Ourspecific statement ofworkis outlined in"ExhibitA"attached tothis professional engineering servicesfee proposal. In summary,our anticipated scope of services is itemized asfollows: i.Site Investigation and Reconnaissance, ii.Data Collection and Verification of As-built Conditions, iii.Drainage Design,Plans and Details, iv.SWPPP Notes andApplicableDetails v.Technical Specifications 815 NW 57th Avenue,Suite 402 •Miami,FL 33126 •Phone:305-265-5400 •Fax:305-264-8363 •eacconsult.com •CA#7011 vi.Probable Cost Estimates vii.Permitting/Approvals withlocal jurisdictional authorities viii.LimitedBid and Award Support Services ix.Limited Construction Inspections COMPENSATION: Ourfee proposal summary is provided below.A breakdown of our staff hoursand corresponding lump sumfee proposal for the project isalso provided in"ExhibitB"also attached to this professional engineering services fee proposal. Data Collection $1,760 Lump Sum Design and Construction Documents (100%Submittal)$8,420 Lumpsum Permitting and Approvals $1,620 LumpSum Subtotal -ProfessionalFees $11,800 Lump Sum Allowance for Post Design Services $1,980 Hourly Rate,NTE Allowance for Miscellaneous Expenses $175 Hourly Rate,NTE Subtotal -ProfessionalFees 2,155 HourlyRate,NTE Boundaryand Topography Survey&Mapping $3,440 Lump Sum Geotechnical Testing $1,250 Lump Sum GRAND TOTAL $18,645 This proposal is based onour understanding of the requirements for engineering services as itemized under the anticipated taskslistedabove.Accordingly,wereservetherighttomodifythisproposalduetoany changes in scope.If the above fee proposal and the terms above are acceptable toyou,please provide uswithawork authorization so we may begin work. Thefollowing information willbe required forus to commence the work. 1.Signed approval ofthis proposal or written authorization to proceed with services. Welook forward to our continued services to the CityofSouthMiami. Sincerely, EAC Adeife,P.E. Vice President c.c:Evelyn Rodriguez,P.E. Contracts File \ Exhibit A Statement of Work (SOW) EXHIBIT "A" STATEMENT OFWORK(SOW) ProfessionalServices Agreement (PSA)for Civil Engineering SW 64th Avenue (TwinLakesDrive)-LocalizedAreasPondingMitigation&Drainage improvements 1.0 INTRODUaiON/BACKGROUND The City ofSouth Miami maintains therightofwayalong SW 64th Avenue (Twin Lakes Drive)betweenSW 56th Street (Miller Drive)andSW 58th Terrace.Thesegmentofthecorridorbeginningfrom5650 Twin Lakes Drive -5750 Twin LakesDrive experiences flooding during and after rain events affecting the residential properties bordering the park.To alleviate this conditions,the Cityis requesting requisite professional engineering services to develop the designof infrastructure improvements and prepare necessary construction The City hasselected EAC Consulting,Inc.(Consultant)to provide the services inthisStatementofWork (SOW). Accordingly,EAC Consulting,Inc (EAC)shall initially perform therequisite field datagathering including undertaking atopographicsurveyoftheprojectextentsas well as percolation teststodeterminethe soils ability todisposeof stormwater.This information shallbeusedto perform design analyses as well regulatory flood routing computations for incorporation into construction documents.In our preliminary discussions with the City,we have determined theneedforanewstormwater collection and disposal system within theprojectareathat offers disposalviaanew designed exfiltrationtrench drainage system. The proposed design will bedonein accordance withthe established guidelines andprocedures utilized bythe City of South Miami Public Works Department and Miami-Dade County RER (formerly known as DERM). EAC Consulting,Inc SW64thAvenue (Twin Lakes Drive)-DrainageImprovements Statement ofWork (SOW) 2.0 OBJECTIVE TheobjectiveofthisStatementofWorkaretocompletethe Design Process fortheProjectfeatures.This Work Order includes the Project design by EAC from the Data Collection Phase through Design level through Design documents suitable for solicitation of a construction contractor. 3.0 SCOPE OF WORK TASK 1-DATA COLLECTIONANDGATHERING Task 1.1-Surveying andMapping EAC through itssub consultant shallprovideatopographicsurveyoftheconstructionsitein accordance with Florida's Standards ofPractice (SOP)asoutlinedin Florida Statues Chapter472of the Florida Administrative. Code (FAC)5J-17.The survey will beusedto design thenew infrastructure improvements envisioned aspart ofthis project.All surveying services shall be performed underthe direction ofa Professional Surveyor and Mapper (PSM)registered inthe State of Florida inaccordancewithChapter472ofthe Florida Statutes and5J- 17 FAC.All horizontaldatashallbecollectedinandbasedontheNorthAmericanDatumof1983,2007 adjustment orhigher (NAD 83/07).Horizontal coordinatecontrolshallbeestablishedfromexisting National Geodetic Survey (NGS)control.All vertical data shallbecollectin the North Geodetic VerticalDatumof1929.. Thistask will provide up-to-date fieldmappingoftheproposed project areaprovidesufficient information for the engineering analyses,assessments,onhardcopyand electronic copy containing informationwhich shall include,but not limited to: i.AboveGroundInformation(Pavement,Sidewalks,Gutters,Lighting,PowerPoles,etc.) ii.Existing Underground Utilitieswithin the RightofWay(PipeInvert elevations,CatchBasins,Manholes, Pipe material and sizes,Phone,Gas,Cable TV,Electrical,Fuel,etc.) iii.ExistingAbove Ground Utilitieswithin the RightofWay(Valves,Meter Boxes,Lids,Rim Elevations,Fire Hydrants,Overhead Cables,etc.) iv.RightofWays,Property Lines,Easements,Dedications,Legal Descriptions,etc. v.HorizontalDesignation(Quality Level B)servicesfor the identified limitsofsurveywork (corridors)to depict andverify the presence of subsurface activeandinactiveutilities. EAC through its sub consultant shall establish State Plane Coordinates,including latitude and longitude,onall foundand set control points.All data shallbecollectedinanddisplayedinUnited States Standard surveyfeet. Task 1.2 -Geotechnical Exploration EAC through its sub consultant shall perform UsualOpenHole tests in general accordance with South Florida Water Management District (SFWMD)testing procedures are required to determine drainage characteristics at the above referenced site.The results of the exfiltration tests willbe utilized to calculate the Hydraulic Conductivity ("K"value)of the existingsoils at the test locationsfor drainage design purposes.EAC through its sub consultant shall conduct two(2)exfiltration tests "UsualOpenHole tests"in general accordance withSouth Florida Water Management District (SFWMD)to a depth of15 feet.Materials encountered at the test sites will be identified in the field,from cuttings brought to the surface by the augering process.Upon completion of the field testing procedures and observation of groundwater levels the boreholes will bebackfilledwithsoil cuttings. EAC Consulting,Inc SW 64th Avenue(TwinLakesDrive)-Drainage Improvements Statement of Work (SOW) Task 13 -Compilation and Reviewof Physical Site Data,As-builtRecordsandUtility Coordination EAC shall undertake several services as part ofthistask-including related those related to investigation, •assessment ofexisting conditions.Thetask covers contacting allexistingutility owners withinthe project limits and request forcopiesofasbuilt information of their respective facilities located within the project limits.EAC shall proceed tonotify these utility owners of impending proposed designworkand request for concerns and potential conflicts between the proposed workand their respective utilities.The predesign engineering services tasksalsoincludesreviewofprevioussurveyfindings,geotechnical findingsaswellasrecordsifavailableand received from the City of South Miami. TASK 2-DESIGN EAC shall prepare alldesign calculations,plans,specifications,and other required deliverables for Project features based on the guidance provided by the most current versionoftheSouthFlorida Water Management District's Design standards aswellas regulatory practices acceptable toMiamiDade Regulatory and Environmental Resources (RER).As the Engineer ofRecord,EAC shall incorporate the aforementioned guidelines and regulatory practices into EACs signed/sealed Plansand Specifications as they relate to their specific useon the Project.EAC shall identify the design criteria,including codes,tobeusedfor the design. EAC shall have in-house engineering professionals and construction specialists not directly involvedin the designof the facilities perform constructability reviews.The reviews shall focus on the construction tobe performed and the potential for modification of the designsto reduce project costs without affecting qualityand intended performance,allocating riskandminimizing the potential for construction claims and schedule delays.Thereviews shallbe performed inparallelwithand documented in the required submittals for the DesignProcess. Submittals generally shallinclude,but notbelimitedto,the following: 1.Plans and Specifications 2.Design Calculations 3.Engineer's Opinion of Probable Construction Cost Task2.1 -100%DesignDeliverable The100%Deliverable phase involvesprovidingfinaldesigncalculations(checked),plans,specifications, opinionof probable construction costs,andapplicable documents tosatisfy permitting requirements forthe Project features.Drawings will bein AutoCAD.Specificationsand other required written documents will bein Microsoft Word or incorporated within the Plansset. The Submittal shall consist of the followingplan sheets ataminimum: a)Cover Sheet and detailed ListofPlans b)General Notes,Symbols and Abbreviations c)RoadwayDrainagePlanand Profile Sheet(s) d)Construction Details Sheet(s) TASK 3-PERMITTING AND APPROVALS EAC shall submitrequiredcopies (signed andsealed)to all applicable authorities having jurisdiction for processing andapprovalofthe100%Deliverables.EAC shall coordinatethereviewsofeachof these agenciesandimplement commentsprovidedbytheseagenciesforthepurposeof facilitating reviewsandobtainingneededapprovalsand permits.Onceallapprovalsare obtained,the EAC team shallproceedtoupdating the 100%Deliverables package incorporating allrevisionsandissuing the conformed Issue for Bid (IFB)set. EAC Consulting,Inc SW 64th Avenue (Twin Lakes Drive)-Drainage Improvements Statement ofWork(SOW) TASK4 -BID AND AWARD SUPPORT SERVICES Itisanticipatedthis will bea publicly advertisedproject.EAC shall assistthe City onalimited basis duringthe bidding phase by performing the followingservices. TASK 5 -CONSTRUCTION SUPPORT/ASSISTANCE SERVICES As requested bythe City,EAC shallperformconstructionadministrationspecialtyinspectionsservicesaccordingto the following specifics: i.ShopDrawing&Submittal Review. ii.Performtwo(2)field inspections and observance of construction work. It is understood that EAC shall assist the Cityonalimitedbasisas described above.Furthermore the Construction Observations by EAC arelimitedto observing the workin conformance with the approved construction documents. The implementation andmonitoringof construction safetyprogramsincludingphasingand maintenance ofonsite andoffsite pedestrian andvehiculartrafficistheresponsibilityof the Contractor andisnotpartof the EACs Scope ofServices.EAC shallnotbeheldresponsiblefor Contractor's construction means,methods,techniques,sequences or procedures,orfor safety precautions and safety programs connected with the work. All design deliverables shallinclude a CD with allthe digital contentforthe project with CAD drawings in DWG format, and PDF's with thesignedandsealed plans,geotechnical report,survey,and drainage calculations. EXCLUSIONS Thefollowing are completely excluded from EACs scope ofservices: 1.Legal,Real Estate and Administrative Services relatingto easement acquisition and re-platting. 2.Environmental Engineering Services and Environmental Assessments and or Mitigation. 3.Structural,TrafficSignalization,Maintenance ofTraffic,Electrical,Water/Sewer,Mechanical and Plumbing Engineering Design Services. 4.Architecture,Landscape Architecture &IrrigationDesignServices. 5.Community Outreach /Public Involvement Services. 6.Front End Specifications package forBid Purposes. 7.Full time Construction Resident Services 8.Improvements within FDOT orMiamiDadeCountyR/W,Private properties orsite areas beyond the R/W. 9.Outfall design and improvements are not included in scope ofwork. EAC Consulting,Inc SW 64th Avenue (TwinLakesDrive)-Drainage Improvements Statement ofWork(SOW) Exhibit B Fee Proposal Tabulation Task Description Principal PM Engineer Designer CAD Tech Field Insp.Adrh.Asst I Fee Estimates $200.00 $175.00 $110.00 $85.00 $80.00 $75.00 $60.00 1 Data Collection &Gathering 0 0 4 8 8 0 0 $1,760.00 4 100%Design Deliverables Phase 4 4 20 36 20 0 1 $8,420.00 5 Permitting and Approvals 0 0 8 8 0 0 1 $1,620.00 6 LimitedBid&Award Support Services 0 0 8 0 0 0 1 $940.00 7 Construction Site Inspections (TwoSiteVisits)0 0 4 0 0 8 0 $1,040.00 8 ConstrucUon Certifications /Close Out (Optional)0 0 0 0 0 0 0 W^SB^pB^$0.00 4 4 44 52 28 8 3 JBlBflSn $13,780.00 Surveying &Mapping Hadonne Corporation,Inc $3,440.00 SUEHorizontalDesignation(Optional)$0.00 SUESoft Digs Allowance (Optional)$0.00 Geotechnical GCES.Inc $1,250.00 Bid&AwardSupportServices/ConstructionSiteInspections/ConstructionCertifications /CloseOut--tobeconsideredasPostDesign Miscellaneous Expenses $175.00 considered a Time and Material item ||$18,645.00 RESOLUTION NO.:151-13-13969 A Resolution authorizing the City Manager to execute a Professional Service Agreement provided under Florida Statute 287.055 Consultant's Competitive Negotiation Act "CCNA",with EAC Consulting,Inc,Marlin Engineering,Inc.,The Corradino Group,Inc.,SRS Engineering,lnc„RJ.Behar and Company,Inc,T.Y.Lin International,Stanley Consultants,Inc.,Sol-Arch,Inc.,Civil Works,Inc.,C.H.Perez &Associates Consulting Engineers,Inc.,for the following professional services:Architecture,Civil/Environmental Engineering,Structural,and Traffic &Transportation Engineering. WHEREAS,the MayorandCityCommission desire to enter into service agreements forprofessional services forthe following categories:Architecture,Landscape Architecture,Civil/Environmental Engineering, Structural,Traffic and Transportation Engineering;and WHEREAS,pursuant toFlorida Statute 287.055 for CCNA,theCitysolicited qualification from interested firmsandtheCity'sreviewcommitteeconductedathoroughreviewofthequalificationsofthe firms that responded tothe solicitation,and upon evaluation the firms were ranked ;and WHEREAS,the City met withthefirmsandreviewed the proposed hourly billing rates and the following firms have agreed upon the hourlybilling rates disclosed in the Professional Service Agreement request for qualifications;EAC Consulting,Inc,Marlin Engineering,Inc.,The Corradino Group,Inc.,SRS Engineering,lncM RJ.Behar and Company,Inc,T.Y.LinInternational,Stanley Consultants,Inc.,Sol-Arch,inc.,Civil Works,Inc.,C.H. Perez &Associates Consulting Engineers,Inc.;and WHEREAS,the Mayor and City Commission desires to authorize the City Manager to execute the professional service agreements. NOW,THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA THAT: Section 1:TheCity Manager isherebyauthorizedto execute theformoftheprofessional service agreement thatis attached,for the negotiated hourly rates in accordance with the procedure set forthinFlorida Statute 287.055 (Consultant's CompetitiveNegotiationAct)withEACConsulting,Inc,Marlin Engineering,Inc.,The CorradinoGroup,Inc.,SRS Engineering,lncn RJ.BeharandCompany,Inc,T.Y.Lin International,Stanley Consultants,inc.,Sol-Arch,Inc.,Civil Works,Inc.,C.H.Perez &Associates Consulting Engineers,Inc Section 2:If any section clause;sentence,or phrase ofthis resolution isfor any reason heldinvalidor unconstitutionalbya court of competent jurisdiction,the holdingshallnot affect the validity oftheremaining portions of this resolution. Section 3.Thisresolutionshall take effect immediatelyupon adoption. PASSED AND ADOPTED this 6th day of August 2013. 5.T:'_-•APPROVED: COMMISSION VOTE: Mayor Stoddard: Vice Mayor Liebman Commissioner Newman: Commissioner Harris: Commissioner Welsh: 5-0 Yea Yea Yea Yea Yea City of South Miami PUBLIC WORKS &ENGINEERING DEPARTMENT 4795SW 75th Avenue Miami,FL 33155 Tel.(305)663-6350Fax(305)668-7208 TO:Steven Alexander,CityManager FROM:Jorge LVera,CapitalImprovementProjectManager DATE:August 6,2013 South Miami AMtaafcaCitf IIV IB Resolution:AResolutionauthorizingtheCityManagerto execute aProfessional:Service Agreement provided under FloridaStatute287.055Consultant'sCompetitiveNegotiationAct "CCNA", withEACConsulting,tnc,Marlin Engineering,Inc.,TheCorradinoGroup,Inc.,SRS Engineering,lnclf RJ.Beharand Company,Inc,T.Y.Lin Internationa!,Stanley Consultants,Inc.,Sol-Arch,inc.,Civil Works,Inc.,C.H:Perez &Associates Consulting Engineers,Inc.,forthe following professional services:Architecture,Civil/Environmental Engineering,Structuraland Traffic &Transportation Engineering. Background:OnJune4,2013,...the City Commissbn approved a resolution (#120-13-13938) authorizing theCityManagertonegotiate hourly billing ratesandtoexecutea ProfessionalServiceAgreement with the firms thatwereselectedfromour request for qualificationsRFQ#PW-S2013-04 forArchitecture,Landscape Architecture, Civil/Environmental Engineering,Structuraland Traffic &Transportation Engineering. Ofthe24firmsselected,City staffhasmet with and reviewed theproposed hourly billing rates forthe above referencedfirms.Afternegotiatingan acceptable hourly billing rate withthefirms,thefirms entered intoaProfessionalSen/iceAgreementinordertoprovide professionalengineeringservicestothe City attheagreed hourly billing rateforfuture projects. Inanefforttoprovide transparency and accountability,the hourly billing rateperjob classificationis based on FDOTs ConsultantWageAverageReportfortheperiodofMay 2012toMay 2013 isattached.Thereportis based onan FOOT yearlydata collection andanalysisofthe prevailing hourly wageratebyjob classification within different geographical areas inthe State.Ourgeographical area is within District6which encompasses Miami-Dade and Monroe Counties.The rates in the report are negotiated unloaded rates whichprovidepersonnelhourly billing rateperclassificationexcluding company overhead and benefit Tothehourly negotiated unloaded rate,each firm adds a multiplierfor the company's overhead andbenefits.Themultiplierin District 6 ranges from 2.5to 3.1,dependingonthesizeofthe firm. Please findbelowthefirmsthathavesubmittedasignedProfessionalService Agreement,whichincludestheirnegotiated hourly billing rateplusthe multiplier.Upon furtherfuturenegotiations,additionalfirms will be presented totheCityCommissionfor their approval. •EAC Consulting,Inc. •MarlinEngineering,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. Upon approval ofthe Professional Services Agreements bytheCity Commission,Citystaff will request quotes forCityprojectsfromindividualfirmsonarotating basis and in accordance withFlorida Statutes 287.55 CCNA.The quotes will be negotiated based on the scope ofaproject,durationandthe contractual hourly billing rate.UpontheCitystaff negotiatingafinal cost toperformtherequiredproject,aresolution will be presented tothe City Commission fortheir approval. Please note that the execution of these Professional General Service agreements does not commit the Citytoany maximum amount of fees nor guarantee any work.' Attachments:Proposed Resolution Blank Professional Service Agreement Signed Professional Service Agreements -CD Listed consultant hourlybilling rates FDOT Consultant wage average report Resolution 120-13-13938 Sunbiz PROFESSIONAL SERVICE AGREEMENT General &l ^It-gptf>.Services THIS AGREEMENT made and entered into this Z%>day of &Jil\&,20j3_by and between the CiTY OFSOUTH MIAMI,a political subdivisionoftheStateofFloridaandEACCONSULTING,INC. authorized to do business in the State of Florida,hereinafter referred to as the "CONSULTANT". Inconsiderationofthepremisesandthemutualcovenantscontainedinthis AGREEMENT,the CITYOF SOUTH MIAMI,throughitsCity Manager,agrees to employ the CONSULTANT foraperiod ending on Att^l (p j 10 ICp ,and the CONSULTANT agrees to be available,continuing basis,to perform professional servicesinconnectionwithproject(s)where the basic estimatedconstructioncostsofeach individual projectdoes not exceed $2,000,000.00 or where the individual studydoesnotexceed $200,000.00,herein after called the "SERVICES". 1.0 General Provisions I.I The CONSULTANT maybeawardedworkand issued aNoticetoProceedtoprovide professional servicesforaproject,foraportionofaproject,orfordiscretetasksonaproject.Additional Professional Services,forthepurposeof reviewing workperformedby other professional consultants or for other miscellaneous engineering servicesthatmayberequired. 1.2 A Notice to Proceedwillbeissuedonanasneededbasisat the solediscretionof the City Manager,or hisdesignee,hereinafter referredtoas "CITY".TheCityofSouth Miami reserves,at all times,the right to performanyandallengineering work in-house or with other engineers.This AGREEMENT does not conferontheCONSULTANTany exclusive rightstoperformworkonbehalf oftheCityofSouth Miami,nordoesit obligate the CityofSouth Miami in any mannertoguarantee workforthe CONSULTANT.The CONSULTANT maysubmitproposalsforany professional services forwhichproposalsmaybe publicly solicited by the CityofSouth Miami outsideofthis AGREEMENT. 1.3 The CITY will conferwiththe CONSULTANT beforeanyNoticetoProceedisissuedto discuss the scopeofthework;thetimeneededtocompletetheWORKandthefeefortheservices to be rendered in connection with the WORK. 1.4 The CONSULTANT will submitaproposaluponthe CITY'S requestpriorto the issuance ofa NoticetoProceed.No payment will be made forthe CONSULTANT'S timeand services in connection withthepreparationofanyproposal. 1.5 The CITYagreesthatitwillfurnishtothe CONSULTANT plansand other data available inthe CITYfiles pertaining to the WORKtobeperformedunderthis AGREEMENT promptlyaftereachNotice to Proceed. 1.6 The CONSULTANT agreestoproduceanddistribute minutes,promptly aftereach meeting at which the CONSULTANTSpresenceisrequired. Page I of 31 Professional Service AGREEMENT Tpepe©!2-31-12 (RevisedSK 4-3-13,GM 6-18-13) 1.7 The CITY may designate arepresentativewho,on behalf oftheCity Manager shall examinethe documentssubmittedbytheCONSULTANTand shall renderdecisionspromptly,toavoidunreasonable delay intheprogressofthe CONSULTANTS services.The CONSULTANT shall keepthe CITY'S representative advisedon the project status atalltimes. 1.8 The CITY agreestoissuealldirectivesandapprovalinwriting. 2.0 Professional Services 2.1 General Services The professional servicestobeprovidedby the consultantmaybeoneormoreofthe following, and include but not limited to: A.Roadway Engineering to include streets,sidewalk,curb,gutter,drainage,associated trafficcontroldevices,stripping,lighting,irrigation,speedreductiondevicesandresidential landscaping. B.Drainage Design includes thenecessary analysis neededtoimplementproposeddrainage improvements,preparationof paving anddrainageplanfor municipal building and facilities. C.Civil Engineering,to Include DistributionSystemsImprovement/Analysis anddesign and Sanitary SewerSystem Evaluation and design. D.Environmental Engineering,including,site investigation anddesignneededto prepare remediationplanstomitigateundergroundstoragetanks,hazardouswastematerialsand asbestos materials. E.Traffic Engineering Services will include daily volumecounts,data analysis,preparation ofconceptualimprovements plan,present reports andrecommendationstostakeholders andpreparationof final traffic engineering report. F.Architectural Services to provide drawings and specificatipns fornewconstructions as wellasadditionsand renovations;attend meetings with CITY staffandpresentationsto CITYCommission;provideplansdevelopedonAutoCADlatestversionandcopiesof reproduciblehardcopyanddisketteof plans in the requested format G.Landscape Architecture including providing drawingsand specifications forlandscape projects;site master planning,analysis anddesign,urbandesignplans/conceptdiagrams, openspace planning,analysis and design;community planning,analysis and design;natural resource planning analysis and design;Parks design;renderings/modeling;provide plans developed onAutoCADlatest version and copies of reproducible hardcopyanddiskette ofplansin the requested format H.Registered Surveying and Mapping Other incidental services associated to the above items. Page2of 31 Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK 4-3-13,GM 6-18-13) 2.2Design&Construction -BasicServices The Basic Services,for design andconstruction,consist of six(6)phases describedin Paragraph 2.2.1 through 2.2.6.Thescopeoutlinedbelowis applicable initsentiretytoprojectsforwhichcompleted Basic Services are authorized. Upon authorization to proceed from the CITY,theCONSULTANT agrees to provide complete professional services foranyportionor all of thesix Phases outlined below applicable toits profession.The CONSULTANT agreestoco-ordinateitseffortwiththatofanyotherprovidersof professional servicesto assureacoordinatedand complete WORK.In a multi-professionally consultedproject,the lead . CONSULTANT,as designated bytheCITY,shall preparethe final bid package including biddocumentsand specifications,which shall be prepared by,andbethe responsibility oftherespective disciplines. 2.2.1 Phase [-Preliminary and Schematic Design: A.The CONSULTANT shall conferwith representatives oftheCITYandtheenduser to determine the full scopeoftheProjectthat will meet the program requirements,and shall advisetheCITYif,in the CONSULTANTS opinion,the allocated funds areadequateto accomplish theprogramrequirements,asdefinedbyan individual purchaseorderforthe specific worktobe performed. B.TheCONSULTANT shall useproperand adequate design control to assure theCITYthat the program requirements will bemet. C.The CONSULTANT shall prepare a Design Conceptand Schematic Report,comprising of the Project Timetable (Master Schedule),Planning Summary (unless advised otherwise), Schematic Design Studies (unless advised otherwise)as defined below,andtheStatement of Probable Construction Cost. D.The ProposedProjectTimetable shall consistofascheduleshowing the proposed completiondateoneach Phase ofthe Project through design,bidding,construction,and proposeddateofcompletion. E.The Planning Summary (unless advised otherwise)shall consistofa vicinity plan and blow upoftheSite(if applicable)showing Project orientation,andabriefsummaryof all pertinent planning criteriausedfor the Project. F.*The Schematic Design Studies (unless advised otherwise)shall consistof all plans, elevations,sections,etc.as required toshow the scale and relationship ofthe parts andthe design conceptofthewhole.Asimple perspective sketch,rendering,modelor photograph thereofmaybe provided to further showthe design concept G.The CONSULTANT shall presentthe Schematic design studiestothe appropriate commission,committee,agencyorboard (hereinafter collectivelyreferredtoas "Boards") fortheir approval whentheprojectrequires such approval.TheConsultant shall make copiesnecessaryforpresentation to the Board atno additional costtoCITY. H.The CONSULTANT shall present the schematic design studiesto all the appropriate utility companies(suchas FPL,Southern Bell,Dynamic Cable,MDWASA,etc.)forany conflict with their utilities. Page 3of 31 Professional Service AGREEMENT Tpepe©!2-31-12 (RevisedSK 4-3-13,GM 6-18-13) I.The Statement ofProbableConstruction Cost shall includeestimated cost oftheProject including fixedequipment,professional fees,contingencies(ifany),escalation factors adjustedtotheestimatedbiddate,movableestimate(ifany),andutilityservice extensions (if applicable).The CONSULTANTS opinionsofprobableTotalProjectCostsand Construction Cost are to bemadeon the basis of the CONSULTANTS experience and qualifications andrepresent CONSULTANTS best judgment asanexperiencedand qualified professional,familiar withthe local constructionindustryand prices. j.The CONSULTANT shall submitandpresent two (2)copiesof all documentsrequired underthis Phase,without additional charge,for approval bytheCITYandit shall not proceedwith the next PhaseuntildirectedbytheCITYinwriting. 2.2.2 Phase II -StudyandDesignDevelopment: A.From theapprovedSchematic Design documents,the CONSULTANT shall prepare Design DevelopmentDocuments,comprising the drawings,outline specifications andotherdocuments to fixanddescribe the sizeandcharacteroftheentireProjectas to constructionand finish materialsand other items incidental thereto asmaybeappropriateand applicable. B.The Design DevelopmentDocuments shall comprisethe Proposed Project Timetable (updated),Outline Specifications,Updated Statementof Probable ConstructionCost,and Design Development Drawings,etc.,asrequired to clearly delineatethe Project.Ifthe Updated Statement of Probable ConstructionCost exceeds the allocated funds,feasible cost or scope reduction options shall beincluded. C.The CONSULTANT shall submitandpresenttwo(2)setsof all documents required underthis Phase,without additional charge,for approval bytheCITYandnotproceedwiththenext Phase until directedbytheCITYin writing. D.The CONSULTANT shall at all times monitor the Probable Construction Costs to make certain they remainwithin the totalallocatedbudget.A Notice to Proceed to Phase III will not be issued if the latest statement of Probable Construction Cost exceeds the total allocated funds. 2.23 Phase III -Final Design /ConstructionDocumentsDevelopment A.From theapproved Design DevelopmentDocuments,the CONSULTANT shall prepare Final ConstructionDocumentssettingforthin detail the requirements fortheconstructionofthe Project including the Proposal (Bid)Form andother necessary information for bidders, ConditionsoftheContract,andComplete Drawings and Specifications.The CONSULTANT shall useConstruction Specifications Institute (CSI)Standards andtheCityofSouth Miami Standard formsforthe preparation ofthe proposal (bid)forms,Instructions to Bidders, conditions ofContract and Specifications.TheCONSULTANT shall review all existing City Specifications,for completeness prior touseand shall supply all needed additional specifications.The final draftofthe construction documents shall meetthe requirements of and beapprovedbytheCityAttorney. B.The Construction Documents shall be prepared in a manner that will assure clarity of line work,notes,and dimensions when the documents are reduced to 50%of their size.All drawings shall beon24"x36"paper ("D"size),onthe CITY's standard sheet format,unless Page4 of 31 Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK4-3-i3,GM 6-18-i3) approved otherwise. C.Allconstruction documents shall besubmittedinboth"hard copy"andelectronicmediaina mutuallyagreeduponelectronicformat,but generally as follows: 1.Non-drawing submittalsinMicrosoftOffice Word format 2.Drawingsin AutoCAD format 3.G1Sfiles should be in ArcView format Version 3.2. D.When the development of thedrawingshasprogressed to atleast50%completionin Phase III,the CONSULTANT shall submit two (2)copies to theCITYfor approval,without additionalcharge,along with updatedoutlinespecifications.The CONSULTANT shallalso submit atthis time anupdated Statement of Probable Construction cost asindicatedby time factor,changesinrequirements,orgeneralmarketconditionsandan updated Project Schedule. E.The CONSULTANT shall notproceedwiththe further developmentuntil approval ofthe documents isreceivedfromthe CITY inwriting.The CONSULTANT shall make all changes to documentsrequiredbytheCITYbeforeproceeding further.Asetoftherevised documents shall bereturnedtotheCITYafter incorporating all ofthe changes,if any. F.ANotice to Proceedfor the completionof Phase III will not beissuedifthelatestStatementof Probable Construction Cost exceeds the total allocated funds,unless the CITY increases the totalallocatedfunds or the CONSULTANT and the CITYagreesonmethodsof cost reductions sufficient toenable construction within theprojectbudget G.Upon 100%completionoftheConstructionDocuments,the CONSULTANT shall submitto the CITY a final,updatedStatementof Probable ConstructionCost along withtwo(2)copies eachofthe final draftof all drawings,specifications,reports,programs,etc.,without additional charge,fora final reviewandcommentsor approvals. H.The CONSULTANT shall make all the necessary presentations tothe appropriate CITY Boards whichwouldbenormallyrequiredofanyconstructionproject(suchas Environmental Review Board,Historical Preservation Board etc)forthe final approval. I.The CONSULTANT atnoextracosttotheCITY shall make all required changes or additions andresolve all questions resulting from Board review(see paragraph H)ifthe changes or additionsdonotalterthescopeoftheprojectasdeterminedunder paragraph 2.2.1 A.The 100%complete final ConstructionDocuments shall bereturnedtotheCITYfor final approval. Upon final approval by the CITY,the CONSULTANT shall furnish totheCITY drawings and specifications,without additional chargetotheCITYfor bidding purposes,unlessinstructed otherwise. J.The CONSULTANT shall arrange for "dry runs"and/ormake final submissions to appropriate authorities (regulatoryagencies to includeand not limited to City,County,Stateor Federal)as necessary,to ascertain that the Construction Documents meet the necessaryrequirements to obtain all thenecessarypermitsforconstruction.The CONSULTANT shall respondto all technical questionsfrom regulatory agencies.The CONSULTANT shall modify,atno additional cost to CITY,in order to acquire the necessarypermits. Page5of 31 Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK 4-3-13,GM 6-18-13) 2.2.4 Phase IV -Bidding andNegotiation Phase: A.Upon obtaining all necessary approvals ofthe Construction Documents,and approval by the CITYof the latest Statement of Probable Construaion Cost,the CONSULTANT shall furnish the drawings and specifications as indicated abovefor bidding,andassistthe CITY in obtaining bids aswellas awarding andpreparingconstructioncontracts.The CONSULTANT shall attend all pre-bid conferences.The CONSULTANT shall bepresent duringthebidopeningandas part ofitsassistance to the CITY will tally,evaluateandissue arecommendation to theCITYafter verifying bond,insurancedocuments,questionnaire and reference submitted bythe constructor.. B.The CONSULTANT shall issue Addenda tothe Construction Documents throughthe CITY asappropriateto clarify,correct orchange Bid Documents. C.If Pre-Qualification of bidders is required assetforthintheRequestfor Qualification,the CONSULTANT shall assist CITY in developing qualification criteria,review qualifications of prospective bidders,and recommend acceptance or rejectionof the prospectivebidders. D.If the lowestresponsibleBaseBidreceived exceeds the TotalAllocatedFunds the CITY may: 1.Approve the increaseinProject Cost andawarda construction contract or, 2.rejectallbidsandrebidtheProject within areasonabletimewithnochangeinthe Project,or 3.Directthe CONSULTANT to revise theProjectscopeor quality,orboth,at additional compensation tothe CONSULTANT,asapprovedbythe CITY and rebid the Project,or 4.Suspend or abandontheProject,or 5.Exercisealloptions under the CITY Charter andStateLaw. NOTE:Under item (2)and (3)above,the CONSULTANT shall,without additional compensation, assistthe CITY in obtaining re-bids,and awarding there-bidoftheprojectUnderitem(3)above, the CONSULTANT shall,without additional compensation,modify the Construction Documents ij£ngggssary to bring ^Cost within the Total Allocated Funds when the lowestresponsiblebidisover 15%of the CONSULTANTestimate.All construaion contracts mustbeapprovedby the CITYCommissionaftertheCITYawards the contraa forcommission approval. E.Forthepurposeof payment tothe CONSULTANT,the Bidding Phase will terminate and the services ofthe CONSULTANT will be considered complete upon signing ofan AGREEMENT witha Contraaor.Rejeaionofbidsbythe CITY doesnotconstitute cancellation of the project 2.2.5 Phase V-General Administration of the Construaion Contraa: A.The Construaion Phase will begin withtheCity Commission approval ofthe awarxl ofthe Construction Contractand will end when the Contractor's final Payment Certificate is approvedandpaidbythe CITY. B.The CONSULTANT,asthe representative ofthe CITY during the Construction Phase, Page6of 31 Professional Service AGREEMENT Tpepe©I2-3l-l2(RevisedSK4-3-l3,GM 6-18-13) shall adviseandconsultwiththeCITYand shall haveauthoritytoactonbehalfof the CITY tothe extent provided inthe General Conditions andas modified inthe Supplementary Conditions of the Construaion Contract C.The CONSULTANT shall attend pre-construaion meetings. D.The CONSULTANT shall at all timeshaveaccessto the projectwhereveritisin preparation or progress. E.The CONSULTANT shall visit thesiteatleast weekly (as required bythe negotiated scope ofwork)andat all keyconstructioneventsto ascertain the progress of theProjeaandto i determine in general ifthe WORK isproceedinginaccordancewith the Contraa ! Documents.Onthe basis of on-site observations,the CONSULTANT will use reasonable j andcustomarycare to guard theCITY against defectsand deficiencies inthe WORK.The ! CONSULTANT maybeaskedtoprovidescopeandfeesfor continuous daily on-site observationsto check thequalityorquantityof the WORK assetforthinthis | AGREEMENTanddefinedbytheScope of WORK issuedforthe individual projea.On j the basis of the on-site observations,the CONSULTANT will advise the CITY as to the ....j progress of and any observed defects and deficiencies intheWORK immediately in writing.| F.The CONSULTANT shall furnish theCITYwithawrittenreportof all observations of the WORK madebyhimduringeachvisit to the WORK.He shall also note the general status andprogress of the WORK,and shall submitsameinatimely manner.The CONSULTANT shall ascertain atleastmonthlythattheContractoris making timely, accurate,and complete notationsonrecord drawings. G.Based onobservationsatthesiteandonthe Contractors Payment Certificate,the CONSULTANT shall determine the amount due the Contraaor on account and he shall recommend approval of theCertificateinsuchamounts.Therecommendationof approval of aPaymentCertificate shall constitutearepresentationbythe CONSULTANT tothe CITY that the CONSULTANT certifies to theCITYthatthe WORK hasprogressed to the pointindicated,and the quality of the WORK isinaccordancewith the Contraa Documents subjea to: 1.An evaluation of the WORK forconformancewiththeContractDocumentsupon substantial completion. 2.Theresults of anysubsequent tests requiredby the ContractDocuments. 3.Minor deviations fromtheContractDocumentscorrectablepriortocompletionand acceptance of theproject H,The CONSULTANT shall havean affirmative dutytorecommend rejection ofWORK, which does not conform to the Contraa Documents.Whenever,in its reasonable opinion,the CONSULTANT considersit necessary or advisable toinsure compliance with the ContractDocuments,it will haveauthority(withthe CITY's prior approval)to recommend special inspeaions ortestingofany WORK deemednottobein accordance with the Contract Documents whether or not such WORK has been fabricated and delivered to theProjea,or installed andcompleted. I.The CONSULTANT shall promptlyreviewandapproveshop drawings,samples,and other submissions of the Contraaor for conformance with the design concept of the Projectandforcompliancewith the Contract Documents,Changesorsubstitutionsto Page 7of 31 Professional Service AGREEM ENT Tpepe©12-31-12 (RevisedSK 4-3-13,GM 6-18-13) the Contract Documents shall not be authorized without concurrence with the CITY. J.TheCONSULTANT shall reviewandrecommend aaion onproposedChange Orders initiatedby others,andinitiateproposedchange orders asrequired by itsown observations or the requirement ofthe CITY. K.The CONSULTANT shall examinetheWORKuponreceiptofthe Contractor's Certificateof Substantial CompletionoftheProject.APunch List ofanydefectsand discrepanciesin the WORKrequiredtobe corrected by the Contraaor shallbe prepared by the CONSULTANTinconjunctionwith representatives oftheCITYand satisfaaory performance obtained before the CONSULTANT recommends execution ofCertificateof Final Acceptance and final paymenttothe Contractor.He shall obtain fromthe Contractor all warranties,guarantees,operatingand maintenance manuals for equipment releasesof lien andsuch other documentsandcertificatesasmaybe requiredbyapplicablecodes,laws,policy regulations,the specifications andthe other Contraa Documents and deliver them to the CITY. L.The CONSULTANT shall provide assistance in obtaining Contraaor's compliance withthe Contraa Ddcuments relative to,I)initial instruction of CITY personnel in theoperation and maintenance ofany equipment or system,2)initial start-upand testing,adjusting and balancing ofequipmentand systems,and,3)final clean-up ofthe projea. M.The CONSULTANT shall provide-thecontractor with threesetsof drawings labeled "Construction Plans"forpermitfrom Public Works. 2.2.6 Phase VI -Post Construction Administration A.The CONSULTANT shall prepareand provide the CITY with awritten manual,tobe used bythe CITY,outlining the implementation plan of all the required maintenance necessary tokeeptheproposedWORKoperationalinasafeand effeaive manner. B.The CONSULTANT shall furnish tothe CITY,reproducible record (as-built)drawings updated based on information furnished by the Contraaor;such dm the property of the CITY. C.The CONSULTANT shall assist in the inspeaion oftheWORKone(I)month beforethe expiration ofany guarantee period orthe sixth month whichever isearlierandreportany defective WORKinthe Projea undertermsofthe guarantee/warranties forcorreaion. The CONSULTANT shall assist the CITY with the administration of guarantee/warranties forcorreaionof defective WORKthat may be discovered during the said period. D.The CONSULTANT shall furnish the CITY witha 3-ring binder labeled "Close-out Documents"that will include,asa minimum,acopyof. •Certificatesofcompletion •As-Builts (1/2 size) •Test Results •Daily constructioninspeaionreports •Progressmeetingminutes Page8of 31 Professional Service AGREEMENT Tpepe©l2-3l-i2(RevisedSK4-3-13,GM 6-18-13) •Approved shop drawings •Warranty manuals as applicable •Final release of liens •Final payment to contraaor 2.3 Additional Professional Services Additional Servicesaslistedbeloware normally consideredtobebeyondthescopeofthe Basic Services fordesignand construction,as defined inthisAGREEMENT,but whichareadditionalserviceswhich maybeauthorizedwithin the Scope of Work given the CONSULTANT. A.Special analysis ofthe CITY'S needs,and special programming requirements foraproject B.Financial feasibility,lifecyclecostingor other special studies. C.Planning surveys,site evaluations,or comparative studiesofprospeaivesites. D.Design servicesrelative to future facilities,systemsand equipment,whicharenotintendedto be construaed aspartofa specific Projea. E.Services to investigate existing conditions (excluding utilities)or facilities ortomakemeasured drawings thereof,ortoverifythe accuracy of drawings orother information furnished by the CITY. F.Professional detailed Estimates of Construaion Cost consisting ofquantitysurveys itemizing all material,equipment and labor requiredforaProjea. G.Consultationconcerningreplacementofany WORK damaged by fire or other causeduring construction,and furnishing professional services of thetypesetforthin Basic Services as mayberequiredrelativetoreplacementofsuch WORK,providing thecauseisfoundby the CITY to be other thanby fault ofthe CONSULTANT. H.Professional servicesmade necessary bythe default ofthe Contraaor orbymajordefectsin the WORK under the Construction Contraa,providingthe causeisfoundbytheCITYto be other thanbyfaultofthe CONSULTANT I.Making majorrevisions changing theScopeofa projea,to drawings and specifications when such revisions areinconsistentwithwritten approvals orinstruaion previously given bythe CITYandaredue to causesbeyondthecontrolof the CONSULTANT. (Majorrevisionsaredefinedasthose changing theScopeandarrangementof spaces and/or schemeoranyportion). J.Theservicesofoneormore full-time Projea Representatives. K.Preparing to serveorservingasanexpertwitnessin cpnneaion withany arbitration proceedingor legal proceedingin conneaion witha Project. L.Professional services required after approval bytheCITYortheContraaor's Requisition for Final Payment,except asotherwiserequiredunder Basic Services. Page9 of 31 Professional Service AGREEMENT Tpepe©!2-31-12 (Revised SK 4-3-13,GM 6-18-13) M.Preparing supportingdata,drawings,and specifications asmayberequiredforChangeOrders affeaingthescopeofaProjectprovidedtheChangesaredue to causesfoundby the CITY to bebeyond the control of the CONSULTANT. 3.0Timefor Completion Theservicestobe rendered by the CONSULTANTforany WORK shall becommenceduponwritten NoticetoProceedfrom the CITYsubsequenttotheexecutionofthis AGREEMENT andshallbe completedwithin the timebasedonreasonabledetermination,stated inthesaid Notice toProceed. Areasonableextensionoftimewillbegrantedintheevent there isadelayon the partof the CITYin fulfilling itspartofthe AGREEMENT,changeofscopeof work or shouldany other eventsbeyondthe controloftheCONSULTANT render performance ofhisdutiesimpossible. 4.0 Basis ofCompensation TheCONSULTANTagreestonegotiatea "not toexceed"fee or a fixed sumfeeforeachof the WORK assignedtohimbasedontheScopeofsuch WORK.Upon AGREEMENT ofafee,the CITYwillissuea writtenauthorizationto proceed totheCONSULTANT.Forreproductionofplansand specifications, beyond therequirementsas identified underthis AGREEMENT the CITY will paythe direa costs. Thefeesfor Professional Services foreach Projea shall bedeterminedbyoneofthe following methodsor a combination thereof,as mutually agreeduponbythe CITY andthe CONSULTANT. A fixed sum:Thefeeforataskorascopeofwork may bea fixed sumas mutually agreed upon bythe CITY and the CONSULTANT: Hourly rate fee:The CITY agreesto pay,andthe CONSULTANT agreesto accept,forthe services renderedpursuanttothis AGREEMENT,feesin accordance withthe following: Category Hourly Rate JBtincipal _.._..____...„$200 _, Projea Manager $175 SeniorEngineer $135 Engineer $110 Construction Manager $155 Construction Inspeaion $75 Senior Draftsman/Technical/CADD Operator $80 Draftsmen $70 DataProcessing/Clerical $60 *Hourly rates will include all wages,benefits,overhead and profit Page 10 of3 I Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK 4-3-13,GM 6-18-13) 5.0 Payment and Partial Payments The CITY will make monthly payments or partial payments tothe CONSULTANT for all authorized WORK performed during the previous calendar month.For design and construaion projects where fee for each phase is not specified,such payment shall,in the aggregate,not exceed the percentage ofthe estimated total Basic Compensation indicated below for each phase: •15%upon completion and approval of Phase I. •35%upon completion and approval of Phase II. •55%upon submittal and approval of 50%complete drawings and outline specifications of Phase III. •75%upon 100%completion and approval of Phases III and IV. •90%upon completion oftheProjea and approval of all WORK Phase V). •100%upon final completion and approval ofWORK elements A and Bof Phase VI. The CONSULTANT shall submit an original invoice tothe CITY's projea representative for each payment certifying the percentage ofthe WORK completedbythe CONSULTANT Theamountof the invoices submitted shall betheamountduefor all WORK performedto date,as certifiedby the CONSULTANT. Therequest for paymentshall include the following information: •Project Name and CONSULTANTS Name. •TotalContractamount(CONSULTANTS lump sum negotiated),if applicable. •Percent of work completed. •Amount earned. •Amount previouslybilled. •Due this invoice. •Balance remaining. •Summaryof work donethis billing period. •Invoice number and date. •CONSULTANTS W-9 UponrequestbytheCITYthe CONSULTANT shall provide theCITYwith certified payroll data forthe WORK reflecting salaries andhourlyrates. 6.0RightofDecisions All services shall be performed bytheCONSULTANTtothe satisfaaion ofthe CITY's representative,who shall decide all questions,difficulties and disputes of whatever nature which may arise underorby reason of this AGREEMENT,theprosecutionand fulfillment ofthe services,andthe charaaer,quality,amountand valueandtherepresentative'sdecisionsupon all claims,questions,anddisputes shall be final,conclusive and binding uponthepartiesunlesssuchdeterminationis clearly arbitrary or unreasonable.In the eventthatthe CONSULTANT doesnotconcurin the judgment of therepresentativeastoanydecisionsmadebyhim,he shall presenthiswrittenobjectionstotheCity Manager.Nothinginthis section shall meantodenythe rightto arbitrate,byeither party,in accordance withthe appropriate Arbitration Rulesofthe American Arbitration Association. Page IIof 31 Professional Service AGREEMENT Tpepe©12-31-12 (RevisedSK 4-3-13,GM 6-18-13) 7.0 Ownership of Documents All reports and reproducible plans,and other data developed'by the CONSULTANT for the purpose of this AGREEMENT shall becomethepropertyofthe CITY withoutrestrictionor limitation inconnection withtheowner'suseand occupancy ofthe project Reuseofthesedocumentsforanypurpose,other than thatintendedby the terms andconditionsofthis AGREEMENT,andwithoutwritten AGREEMENT from theCONSULTANT shall be the CITY'S soleriskand without liability and legal exposure to the CONSULTANT. When each individual seaion oftheWORKunderthis AGREEMENT iscompletealloftheabove applicable data shall be delivered to the CITY. 8.0 Court Appearances.Conferences andHearings Nothinginthis AGREEMENT shallobligatetheCONSULTANT to prepare for or appearin litigation on behalf ofthe CITY without additional compensation exceptforanydispute arising outofthiscontract unless the CONSULTANT or itsemployeeissubpoenaed to testifyasa faa witness.The amount ofsuch compensationfor expert preparationandtestimony or consultation shall be mutually agreeduponandbe subjea toasupplemental AGREEMENT approvedbytheCITYCommissionersanduponreceiptofwritten authorization from the CITY prior to performance ofa court appearance andconference. TheCONSULTANTshallconferwiththeCITYatanytimeduring construaion ofthe improvement contemplatedas to interpretation of plans,correctionof errors and omissions andpreparationofany necessary plan thereof to correa such errors and omissions or clarify withoutaddedcompensation. 9.0 Notices Anynotices,reports or other written communications from the CONSULTANT to the CITY shall be considereddeliveredwhenreceivedbythe CITY,Any notices,reports orother communications fromthe CITY to theCONSULTANT shall beconsidereddeliveredwhenreceivedby the CONSULTANTorits authorized representative. 10.0 Audit Rights TheCITYreserves the right to auditthe records oftheCONSULTANTrelatedtothis AGREEMENT at anytime during theexecutionoftheWORKandforaperiodofone(I)yearafter final payment is made. This provision is applicable onlytoprojectsthatareonatimeandcost basis. 11.0 Subletting The CONSULTANT shall notsublet assign,ortransferanyWORKunderthis AGREEMENT withoutthe prior written consent of the CITY. 12.0 Warranty The CONSULTANT warrantsthatit has not employed or retained any company or person,otherthana bona fide employeeworkingsolelyforthe CONSULTANT,tosolicitorsecurethis contraa andthathe has not paid or agreed to pay any company or person other than a bona fide employee working solely for the CONSULTANT any fee,commission,percentage fee,gifts or any other considerations contingent upon or resulting from the award or making of this contractFor breach or violation ofthis warranty,the CITY Page 12 of 31 Professional Service AGREEMENT Tpepe©l2-3U2(ReYisedSK4-3-l3,GM 6-18-13) shall have the right to annul this contract without liability. 13.0 Termination of AGREEMENT It is expressly understood and agreed thatthe CITY may terminate this AGREEEMENT without penalty by declining to issue Noticeto Proceed authorizing WORK,in which eventthe CITY'S sole obligation tothe CONSULTANT shall be payment forthe WORK previously authorized and performed in accordance with the provisions ofthis AGREEMENT,such payment tobe determined onthe basis ofthe WORK performed bythe CONSULTANT uptothetimeof termination. Upon termination,the CITY shall be entitled toa refund ofany monies paid for any period oftime subsequenttodateofterminationfor which noworkwas performed. 14.0 Duration of AGREEMENT This AGREEMENT isforatimeperiodofthree (3)years,commencing upon approval and execution of AGREEMENT.This AGREEMENT shall remain inforce until the aaual completion of performance ofa given projectawarded to the CONSULTANT,orunlessotherwiseterminatedbythe CITY. 15.0 Renewal Option This AGREEMENT mayberenewed,atthesole discretion ofthe CITY,foran additional period notto exceedatotal contraa period,including renewals,ofone(I)year. 16.0 Default In theeventeitherparty fails to comply withthe provisions ofthis AGREEMENT,the aggrieved party may declaretheotherpartyindefaultand notify him in writing.In such event the CONSULTANT will onlybe compensatedforanycompleted professional services.In theevent partial paymenthasbeenmadeforsuch professionalservices not completed,the CONSULTANT shall return such sums tothe CITY withinten (10)daysafternoticethatsaidsumsaredue.In theeventofany litigation betweentheparties arising outof or relatinginanyway to this AGREEMENT orabreachthereof,eachparty shall bearitsowncostsand legal fees. 17.0 Insurance and Indemnification TheCONSULTANTshall maintain duringthetermofthis AGREEMENT theinsuranceassetforthin "Attachment A,Insurance and Indemnification"to thisAGREEMENT. 18.0 AGREEMENT Not Exclusive Nothing inthis AGREEMENT shall preventthe CITY from employing other CONSULTANTS toperform the same or similar services. 19.0 Codes.Ordinances and Laws TheCONSULTANTagreestoabideandbegovernedby all dulypromulgatedand published municipal, County,stateandfederalcodes,ordinances,rules,regulations and laws ineffeaatthetimeof design which have adirect bearing ontheWORK involved onthis projea.The CONSULTANT isrequiredto complete and sign all affidavits,including Public Entity Crimes Affidavit form (attached)pursuant to FS 287.133(3)(a), Page 13 of 31 Professional Service AGREEMENT Tpepe©l2-3M2 (RevisedSK 4-3-13,GM 6-18-13) asrequiredbytheRequestfor Qualifications applicable tothis AGREEMENT. 20.0 Taxes CONSULTANT shall beresponsiblefor all payments of federal,state,and/or local taxesrelatedtothe Operations,inclusive ofsalestaxif applicable. 21.0 DrugFree Workplace CONSULTANT shall complywiththeDrugFreeWorkplace policy set forthinattachment#twowhichis madea part ofthis AGREEMENT byreference. 22.0 Independent Contractor CONSULTANT isanindependententityunderthis AGREEMENT and nothing herein shall beconstruedto createapartnership,jointventure,or agencyrelationshipbetween the parties. 23.0DutiesandResponsibilities CONSULTANT agreestoprovideits services duringthetermofthis AGREEMENT inaccordancewith all applicable laws,rules,regulations,and health andsafetystandardsofthe federal,state,and City,which may beapplicable to the servicebeingprovided. 24.0 Licenses and Certifications CONSULTANTshallsecureallnecessarybusinessandprofessionallicensesatitssoleexpensepriorto executing the AGREEMENT 25.0 Entiretyof AGREEMENT Thiswriting embodies the entire AGREEMENT andunderstanding between the parties hereto,and there areno other AGREEMENTS andunderstandings,oral or written,with reference to the subjea matter hereof that arenotmergedhereinandsupersededhereby. .-No-alteration,-change,.or modification oftheterms of.this_AGREEMENT.shall he_valid_unless made.in... writingand signed bybothpartieshereto,andapprovedbytheCityCommissionerifrequiredby municipal ordinance or charter. 26.0jury Trial CITY and CONSULTANT knowingly,irrevocably voluntarily and intentionally waiveanyrighteithermay havetoatrialbyjuryinState or Federal Court proceedings inrespecttoany aaion,proceeding,lawsuit or counterclaim arising out ofthe Contraa Documentsortheperformanceofthe Work thereunder. 27.0 Validity ofExecutedCopies This AGREEMENT maybe executed inseveral counterparts,eachofwhichmaybe construed asan original. 28.0Rulesof Interpretation Throughout this AGREEMENT themalepronounmaybesubstitutedforfemaleand neuter andthe singular Page 14 of 31 Professional Service AGREEMENT Tpepe©12-31 -12 (Revised SK 4-3-13,GM 6-18-13) wordssubstitutedfor plural and plural wordssubstitutedfor singular wherever applicable. 29.0 Severability Ifanytermor provision ofthis AGREEMENT orthe application thereofto any person or circumstance shall,toanyextent,be invalid or unenforceable,the remainder ofthis AGREEMENT,orthe application of such term orprovisiontopersonsorcircumstancesotherthan those towhichitisheld invalid or unenforceable,shall notbeaffeaedthereby and eachterm and provision ofthis AGREEMENT shall be valid and enforceable to the fullest extent permittedby law. 30.0 Non-Waiver CITY and CONSULTANT agree thatno failure toexercise and no delay in exercising any rightpoweror privilege underthis AGREEMENT onthe part ofeither party shall operateasa waiver of any right,power, or privilege underthis AGREEMENT.No waiver ofthis AGREEMENT,inwholeorpart including the provisions of this paragraph,maybe implied byany aa or omission and will onlybe valid and enforceable if inwritinganddulyexecutedbyeachofthe parties tothis AGREEMENT.Any waiver ofanyterm,condition or provision ofthis AGREEMENT will notconstituteawaiverofanyotherterm,conditionor provision hereof,nor will a waiver of any breach ofanyterm,condition or provision constitutea waiver of any subsequentor succeeding breach. 31.0 No Discrimination No action shall betakenbytheCONSULTANTwhichwould discriminate against any person onthe basis of race,creed,color,nationalorigin,religion,sex,familial status,ethnicity,sexual orientation or disability. The CONSULTANT shall complywiththe Americans with Disabilities Aa 32.0 Equal Employment In accordance with Federal,State and Local law,theCONSULTANT shall not discriminate against any employeeor applicant foremploymentbecauseof race,color,ethnicity,religion,sex,sexual orientation, national origin or handicap.The CONSULTANT shall complywith all aspects ofthe Americans with Disabilities Act (ADA)during the performance ofthiscontract. 33.0GoverningLaws This AGREEMENT andthe performance of services hereunder will be governed bythe laws ofthe State of Florida,with exclusive venue for the resolution ofany dispute being acourtofcompetent jurisdiaion in Miami-Dade County,Florida. 34.0 Effective Date This AGREEMENT shall notbecomeeffeaiveand binding until it has beenexecutedbyboth parties hereto andtheeffeaivedate shall bethedateofitsexecutionbythe last party so executing it 35.0Third Party Beneficiary Itis specifically understoodandagreedthatno other personorentity shall beathirdparty beneficiary hereunder,andthatnoneof provisions ofthis AGREEMENT shall beforthebenefitof or be enforceable by anyone other than the parties hereto,andthatonly the parties hereto shall haveanyrights hereunder. Page 15 of 31 Professional Service AGREEMENT Tpepe©12-31-12 (RevisedSK 4-3-13,GM 6-18-13) 36.0 Further Assurances Theparties hereto agreetoexecuteanyand all other andfurtherdocumentsas might bereasonably necessaryin order to ratify,confirm,andeffectuatetheintentandpurposesofthe AGREEMENT. 37.0 Time of Essence Time is of the essence of this AGREEMENT 38.0 Interpretation This AGREEMENT shall not be construed more stronglyagainst either party hereto,regardlessof who was more responsible forits preparation. 39.0 Force Majeure Neither party hereto shallbeindefaultofitsfailuretoperformitsobligations under this AGREEMENT if causedby aas ofGod,civil commotion,strikes,labordisputes,or governmental demands or requirements thatcould not bereasonablyanticipatedand the effectsavoided or mitigated.Each party shall notifythe other ofanysuch occurrence: 40.0 Notices Whenever notice shall berequiredorpermittedherein,it shall be delivered byhand delivery,e-mail, facsimile transmission or certified mail,with return receipt requested and shall bedeemeddeliveredonthe dateshownon the deliveryconfirmation or ifbycertified mail,the date onthe return receipt or the date shown as the date same was refused or unclaimed.Notices shallbe delivered to the followingindividuals or entitiesatthe addresses (including e-mail)or facsimile transmissionnumberssetforthbelow: To CITY:City Manager,sfevSgn Al<£WPe&- 6130 Sunset Dr. South Miami,FL 33143 ..._._,Fax:.3^JAa3^to3JfegL-^- E-mail:S A(ey^T*>ityg>4c*^<7\\/**\¥(-*£{6 i/ With copiesbyU.S.mailto:City Attorney,Thomas Pepe,Esquire 6130 Sunset Dr. South Miami,FL 33143 Fax:(305)341-0584 E-mail:tpepe@southmiamifl.gov To CONSULTANT: IN WITNESS WHEREOF,this AGREEMENT isacceptedonthedatefirstabovewritten subjea tothe terms and conditions set fpffb herein. WITNESSE§<^/]f]ji /CONSULTANT Signature: Page 16 of 31 Professional Service AGREEMENT Tpepe©12-31-12 (Revised SK 4-3-13,GM 6-18-13) AUTHENTICATION:OWNER:CITY Signature:Signature; uage,Legality and Executii Professional Service AGREEMENT Tpepe©!2-31-12 (Revised SK 4-3-13,GM 6-18-13) Page 17 of 31 Insurance and Indemnification 1.Insurance and Indemnification Without limiting its liability,theproposingfirmshallberequired to procure andmaintainatitsown expense during the lifeof the Contraa,insurance of the typesandin the minimumamounts stated belowaswill protect the proposing firm,fromclaimswhichmayarise out of or resultfrom the proposingfirm'sexecutionofa contract withtheCityofSouth Miami for Performance BasedAudits, whether suchexecutionbythefirm or byanysub-consultant,or byanyonedirectlyorindirectly employedbyanyofthem or byanyonefor whose actsanyofthemmaybe liable. The CONSULTANT shall not commence work on this AGREEMENT until he has obtained all insurancerequiredby the CITY.TheCONSULTANTshall indemnify andsavetheCITYharmless fromanyandalldamages,claims,liability,lossesandcausesofactionsofanykind or naturearising out ofanegligent error,omission,or actofthe CONSULTANT,itsagents,representatives,employees, Sub-Contractor,or assigns,incidenttoarising out oforresultingfromtheperformanceofthe CONSULTANTSprofessionalservicesunderthis AGREEMENT.TheCONSULTANT shall pay all claimsandlossesofanykind or nature whatsoever,in connection therewith,including theCITY's attorney'sfeesand expenses inthe defense of any action in lawor equity brought against the CITY arisingfromthenegligent error,omission,or actoftheCONSULTANT,itsagents,representatives, employees,Sub-Contractor,or assigns,incident to,arising out of or resultingfromthe performance of the CONSULTANT 'S professionalservices under this AGREEMENT. TheCONSULTANTagreesandrecognizes that the CITY shall notbeheld liable orresponsiblefor any claims,including thecostsandexpensesof defending suchclaimswhichmayresultfromorarise outofactions or omissions ofthe CONSULTANT,its agents,representatives,employees,Sub- Contractors,sub-contractors,or assigns.In reviewing,approving or rejectinganysubmissions or acts ofthe CONSULTANT,the CITY innowayassumesorshares responsibility or liability ofthe CONSULTANTS,Sub-Contractors,their agentsor assigns. TheCONSULTANTshallmaintainduringthe term ofthis AGREEMENT the following insurance: --A.Professional-Liability-lnsurance ona Florida,approved .form in the amount.of $1,000,000 with deduaible perclaimifany,not toexceed5%ofthelimitof liability providingfor all sumswhich theCONSULTANT shall become legally obligated topayasdamagesfor claims arising out of theservicesorworkperformedbythe CONSULTANT itsagents,representatives,Sub- Contractors or assigns,or byanyperson employed or retainedby him inconnectionwiththis AGREEMENT.Thisinsurance shall be maintained forfouryears Insurance and Indemnification July 25,2012 after completion ofthe construction and acceptance ofanyProjectcoveredbythis AGREEMENT.However,the CONSULTANT may purchase Specific Project Professional Liability Insurance,in theamountandundertheterms specified above,which is also acceptable. B.Comprehensive general liability insurance withbroadform endorsement ona Florida approved form including automobile liability,completedoperationsandproducts liability,contractual liability,severability ofinterestwithcross liability provision,and personal injury andproperty damage liability with limits of$1,000,000 combined single limitperoccurrenceand $2,000,000 aggregate,including: a.Personal Injury:$1,000,000; b.Medical Insurance$25,000perperson; Page 19 of 31 Professional Service AGREEMENT Tpepe©!2-31-12 (Revised SK 4-3-13,GM 6-18-13) c.Property Damage:$500,000eachoccurrence; d.Automobile Liability:$1,000,000 each accident/occurrence. C.Umbrella CommercialGeneral Liability insurance ona Florida approvedformwiththesame coverageas the primaryinsurancepolicybutin the amount of $1,000,000 perclaim. TheCITYmustbenamedas additional "named"insuredfor all except Workers*Compensation, andreflect the indemnificationandholdharmless provision containedherein.Policy mustspecify whether itisprimaryor excess/umbrella coverage.The CITY must receive 10 daysadvance written notice of anypolicymodificationand30daysadvance written notice of cancellation, includingcancellationfor non-payment ofpremiums.Allinsurance must remainin full forceand effect for the duration of the contractperiodwiththeCITY.The CONSULTANT mustprovide not onlya"certifiedcopy"of theBinderbutalsothePolicyitselfwiththename;addressand phone number of the agentandagencyprocuringtheinsurance. D.Workman's Compensation Insurance in compliance withChapter440,Florida Statutes,as presently written or hereafter amended. E.The policies shall containwaiverof subrogation against the CITYwhere applicable,shall expresslyprovidethatsuch policy or policies are primary overanyothercollective insurance thattheCITYmay have.TheCITY reserves therightatanytime to requestacopyofthe required policies forreview.All policies shall containa"severabilityofinterest"or"cross liability"clause without obligation forpremiumpaymentof the CITY. F.Alloftheaboveinsurancerequiredtobeprovidedby the CONSULTANT istobe placed with BEST ratedA-8 (A-VIII)or better insurancecompanies,qualified to dobusinessunderthelaws of theState of Florida onapproved Florida forms. .The CONSULTANT shall furnish certifiedcopiesof all "Binders"orcertificatesof insurance to theCITYpriortothe commencement ofoperations,which"Binders"or certificates shall clearly indicate that the CONSULTANT hasobtainedinsurancein the type,amount,and classification asrequiredfor strict compliancewiththisSectionand that no reduaion inlimitsby endorsement duringthepolicyterm,or cancellation ofthisinsurance shall beeffective without thirty(30)daysprior written noticeto the CITY. Compliancewith the foregoing requirements shall notrelieve the CONSULTANT ofhis liability andobligationsunderthisSectionorunderany other portion ofthis AGREEMENT. CONSULTANT agrees to supplycopiesofcertificates of insuranceto the CITY verifying the above-mentioned insurancecoverage.CONSULTANT agreestolisttheCITYasan Additional Insured of the CONSULTANTS General liability insuranceand shall provide the CITY quarterly reports concerning anyandallclaims. Page20of 31 Professional Service AGREEMENT Tpepe©!2-31-12 (RevisedSK 4-3-13,GM 6-18-13) indictment or informationafterJuly I,1989,asaresultofajuryverdict,non-jurytrial,or entry ofapleaofguilty or nolo contender. 4.I understandthatan "affiliate"asdefinedin Paragraph 287.133 (I )(a),FloridaStatutes, means: (a)A predecessor or successorofapersonconvictedofapublicentitycrime;or (b)Anentity under the control ofanynatural person whoisactiveinthe management of the entityandwhohasbeenconvictedofapublicentitycrime.The term "affiliate"includes those officers,directors,executives,partners,shareholders,employees,members,andagents whoareactivein the management ofan affiliate.The ownership by one person ofshares constituting a controlling interest inany person,or apoolingof equipment or income among persons when not forfair market value under anarm'slength AGREEMENT,shallbeaprima faciecase that one person controls another person.A person whoknowingly enters intoajoint venture witha person whohasbeen convicted ofapublicentity crime inFloridaduring the preceding 36 months shallbe considered anaffiliate. 5.I understand that a "person"asdefinedinParagraph 287,133 (1 )(e),FloridaStatutes,meansany natural person or entityorganized under the lawsofany state or of the UnitedStateswith the legal power to enter intoabinding contract andwhichbids or applies to bidon contracts for the provisionof goods or servicesledbyapublicentity,or which otherwise transacts or applies to transact businesswithapublicentity.The term "person"includes those officers,directors, executives,partners,shareholders,employees,members,andagents who areactivein management of an entity. 6.Based on information and belief,the statement which I have marked below is true in relation to the entity submitting this sworn statement.[Indicate which statement applies,] v Neither theentitysubmittingthisswornstatement,noranyofitsofficers,directors, executives,partners,shareholders,employees,members,oragentswhoare active inthe managementoftheentity,norany affiliate oftheentityhasbeenchargedwithandconvictedof apublic entity crime subsequent to July I,1989. The entity submitting this sworn statement,or one or more ofitsofficers,directors, executives.,partners,jshacebolde^... managementoftheentity,oran affiliate oftheentityhasbeenchargedwithandconvictedofa publicentitycrime subsequent toJuly I,1989. Theentity submitting this sworn statement,or one or more ofitsofficers,directors, executives,partners,shareholders,employees,members,or agentswhoareactivein the management of the entity,or anaffiliateof the entityhasbeenchargedwithandconvictedofa publicentitycrime subsequent ofJuly I,1989.However,there hasbeena subsequent proceeding before a Hearing Officerof the Stateof Florida,DivisionofAdministrativeHearings and the Final Order entered bytheHearingOfficer determined that itwasnotin the public interest to place the entity submittingthissworn statement onthe convicted vendor list [Attach acopyof the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY INDENT1FIED IN PARAGRAPH I (ONE)ABOVE IS FORTHAT PUBLIC ENTITY ONLY,AND THAT THIS FORM ISVALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED.I ALSO UNDERSTAND THAT I AMREQUIRED TO INFORMTHE Page24of3 I Professional Service AGREEMENT Tpepe©!2-31 -12 (Revised SK 4-3-13,GM 6-18-13) PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017,FLORIDA STATUTES,FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Sworn to and subscribed before me this^-^day of,20lO> Personally known or Produced identification [signature] Notary Public -State of^OVHbi My commissiotyexpires yffi2*?~f v3 (Type of identification) (Printed,typedorstampedcommissionednameof notary public) j^tfc Notajy Pubflc State ofFlorida **IvonneEPineda My Commission 6E148B97 >0f,/Expires 02/29/2016 Page25of 31 Professional Service AGREEMENT Tpepe©!2-31-12 (Revised SK4-3-I3,GM 6-I8-I3) ATTACHMENT#2 "DRUG FREE WORKPLACE" Whenever two or more Bids whichareequalwithrespecttoprice,quality andservicearereceivedby the Stateorbyany political subdivisionsforthe procurement ofcommodities or contractualservices,a Bid receivedfromabusiness that certifiesthatithasimplementedadrug-freeworkplaceprogram shall begiven preference intheawardprocess.Established procedures forprocessingtie Bids will be followedifnoneofthetied vendors haveadrug-freeworkplaceprogram.In order tohaveadrug-free workplace program,abusinessshall: 1.Publish a statement notifyingemployees that the unlawful manufacture,distribution,dispensing, possession,or useofa controlled substanceisprohibitedintheworkplaceand specifying the actions that will betakenagainstemployeesforviolationsof such Prohibition. 2.Informemployees about the dangersofdrugabusein the workplace,the business'policyof maintaininga drug-free workplace,anyavailabledrugcounseling,rehabilitation,and employee assistanceprograms,and the penalties that maybe imposed upon employees fordrug abuse violations. 3.Giveeachemployeeengagedinprovidingthe commodities or contractual servicesthat are under Bidacopyof the statement specifiedinSubsection(I). 4.In the statement specifiedinSubsection(I),notifytheemployees,that,asaconditionofworking on the commodities or contractual services that are under Bid,the employee will abideby the terms ofthe statement andwillnotify the employerofanyconvictionof,or pleaofguilty or nolo contender to,anyviolationof Chapter 893 or ofany controlled substancelawof the United States or any state,foraviolationoccurringin the workplace no later thanfive(5)days after such conviction. 5.Imposeasanctionon,or require the satisfactoryparticipationinadrugabuseassistance or rehabilitationprogram,ifsuchis available in the employee'scommunity,byanyemployeewhois so convicted. 6.Make a good faith..effort 1q continued of this section. Asthepersonauthorizedtosignthestatement,I certifythatthisfirmcomplies fully withtheabove requirements. CONSULTANT'S Signature: Print Name:^V>)(4 IfVftft.vfr Date:"3l Tp.O.^.Qo^ Professional Service AGREEMENT Tpepe©12-31-12 (RevisedSK 4-3-13,GM 6-18-13) Page26of 31 ATTACHMENT #3 "NO CONFLICT OF INTEREST/NON COLLUSION AFFIDAVIT" Submitted thisdayof ,20, Theundersigned,asCONSULTANT,declaresthattheonlypersons interested inthis AGREEMENT are namedherein;that no other person hasany interest inthis AGREEMENT; That this response ismade without connectionor arrangement withany other person;andthat this response isin every respect fairandmadeingoodfaith,without collusion or fraud. TheCONSULTANTagreesifthisresponse/submissionisaccepted,toexecuteanappropriateCITY document for the purpose ofestablishingaformal contractual relationshipbetween the CONSULTANT and the CITY,for the performance ofall requirements to which the response/submissionpertains. Thefull-namesand residences of persons andfirms interested intheforegoingbid/proposal,as principals,areasfollows: The CONSULTANT furthercertifiesthatthis response/submission complies withsection4(c)ofthe Charter oftheCityofSouth Miami,Florida.That,to thebestofitsknowledgeand belief,no commissioner,Mayor or other officer or employeeof the CITY hasan interest directly or indirecdyin the profits or emoluments ofthe Contract,job^wpjd^-or^ryice to which the response/submission pertains,^<z&f\^~~^^[^\JSignature:~**&*^j^^J^<^ Printed Name:VAlCVv^IfVO l\fc ™e:\\yc frcHMC\ul€m- Telephone:7^-2fr^SUQQ Company Name:*QPC Gl^^Wfc\V\C. NOTARY PUBLIC:,r\ft STATE OF TlOMOa COUNTY OF t X&fJX Page27of 31 Professional Service AGREEMENT Tpepe©12-31-12 (RevisedSK 4-3-13,GM 6-18-13) The foregoing instrument was acknowledged before me this J>Q day of ^JOlfl JL .20 by SEAL (nameofpersonwhosesignatureisbeingnotarized)whois i^^Personally known or Personal identification ^sf*P(,Notary Public State of Florida $\,J&\Ivonne EPineda ^-£-£My Commission EE148697 \omv^Sxpite*02/29/2016 TypeofIdentification Produced ^Did take an oath,or ^Did Nottake-an oath. Jame of Notary Public:Print,Stamp type as commissioned.) Professional Service AGREEMENT Tpepe©12-31 -12 (Revised SK 4-3-13,GM 6-18-13) Page28of 31 ATTACHMENT #4 "ACKNOWLEDGEMENT AND CONFORMANCE WITH OSHA STANDARDS" TO THE CITY OF SOUTH MIAMI We,^\Y /W)Si i\h Yh \\fY ,(Name of CONSULTANT),hereby acknowledge and agree that as CONSULTANT,asspecifiedhave the soleresponsibilityforcompliancewith all the requirements of the Federal Occupational SafetyandHealth Aa of 1970,andallStateandlocalsafetyand health regulations,and agree to indemnify andholdharmlesstheCityofSouth Miami againstanyand all liability, claims,damages,lossesandexpensestheymayincurduetothefailureof(subcontractor's names): tocomplywithsuch act or regulation. CONSULTANT by:Uryr^A yvnvfr Title J Page29of 31 Professional Service AGREEMENT Tpepe©12-31-12 (RevisedSK4-3-13,GM 6-18-13) ATTACHMENT#5 "RELATED PARTY TRANSACTION VERIFICATION FORM" I iAiCVv^)Pr)%\V^individually and on behalf offlY 6zf)\)%m iMf FirnV'l [Name ofRepresentative][ComponylVendorlfomy] havereadtheCityofSouth Miami (CITY)'s Codeof Ethics,Section 8A-1 ofthe CITY's Code of Ordinances and I herebycertify,under penaltyofperjurythat to thebestofmy knowledge,information and belief: 1.Neither I northeFirmhaveanyconflictof interest (asdefinedinsection 8A-I)withregardto the contract orbusiness that I,and/or the Firm,am(are)abouttoperformfor,orto transact with,the CITY,and 2.Neither I nor any employees,officers,directors of the Firm,nor anyonewhohasa financial interest greater than5%inthe Firm,hasany relative(s),asdefinedinsection 8A-I,whoisan employee oftheCITY or whois(are)anappointed or elected official ofthe CITY,or who is(are)amemberofanypublicbodycreatedbytheCityCommission,i.e.,aboardor committee of the CITY,and 3.Neither I nor the Firm,nor anyone who hasa financial interest greater than5%in the Firm,nor any member ofthose persons'immediate family (i.eM spouse,parents,children,brothers and sisters)hastransacted or entered intoanycontract(s)with the CITY orhasa financial interest, direct or indirect,inanybusinessbeingtransactedwith the CITY,or withanyperson or agency actingforthe CITY,other thanas follows:(useaseparatesheettosupply additional information that willnotfitonthislinebutmakereferencetotheadditionalsheetwhichmustbe Signed under oath). 4.Noelectedand/orappointed official or employeeof the Cityof Miami,or anyoftheir immediate family members (Le.,spouse,parents,children,brothers andsisters)hasa financially interest,directly or indirectly,inthe contract betweenyouand/oryour Firm andthe CITY other than the following individuals whose interestis set forth following their names: (usea separate sheet to supplyadditionalinformation that will not_fit onthislinebutmake reference to the additional sheet whichmustbesignedunder oath).Thenamesofall CITY employeesand thatof all electedand/or appointed CITY officials orboard members,whoown,directly or indirectly,an interest of five percent (5%)or moreofthetotalassetsofcapitalstockinthefirm areas follows: __(usea separate sheet tosupplyadditionalinformation that will notfitonthislinebutmakereferencetothe additional sheet which mustbe signed under oath). 5.1andthe Firm furtheragreenottouseorattempttouseany knowledge,propertyorresource whichmaycometousthroughour position oftrust,or throughour performance ofourduties under thetermsof the contract withthe CITY,to secure aspecial privilege,benefit,or exemptionfor ourselves,orothers.Weagreethatwemaynot disclose oruse information,not available to members ofthe general public,forour personal gain or benefit orforthe personal gain or benefit ofanyotherpersonor business entity,outsideofthe normal gain or benefit anticipated through the performance ofthe contract. Page30of 31 Professional Service AGREEMENT Tpepe©!2-31-12 (Revised SK 4-3-13,GM 6-18-13) I andtheFirmherebyacknowledgethatwehavenot contracted ortransactedanybusinesswith the CITY or anyperson or agencyactingfor the CITY,andthatwehavenotappearedin representation of any thirdpartybeforeanyboard,commission or agency ofthe CITY within thepasttwoyears other thanas follows:(useaseparatesheetto supply additional information that will notfitonthislinebutmakereferencetothe additional sheetwhichmustbesigned underoath).Neither I norany employees,officers,ordirectorsofthe Firm,noranyoftheir immediate family (i.e.,asaspouse,son,daughter,parent,brotheror Sister)isrelatedbyblood or marriage to: (i)anymemberof the City Commission; (ii)anyCITYemployee;or (iii)any member ofanyboard or agencyof the CITY other thanas follows: p(useaseparate sheet to supply additionalinformation that will notfitonthislinebutmakereference to theadditionalsheetwhichmustbesigned under oath). 7.No other Firm,noranyofficersor directors of that Other Firmoranyonewhohasa financial interest greater than 5%in that Other Firm,noranymemberofthose persons1 immediate family (i.e.,spouse,parents,children,brothers andsisters)noranyofmyimmediate family members (hereinafter referred to as"Related Parties")hasrespondedtoa solicitation bythe CITY in which I or the Firm that 1 represent or anyonewhohasa financial interest greater than5%in the Firm,oranymemberofthose persons'immediate family (Le.spouse,parents,children, brothers andsisters)havealsoresponded,other than the following: ,(usea separate sheet tosupplyadditional information that will not fit on this line but make reference to the additional sheet which must besigned under oath). 8.I andtheFirmagree that weareobligated to supplementthis Verification Formandinformthe CITYofanychangeincircumstances that wouldchange our answerstothisdocument. Specifically,after the openingofany responses toasolicitation,I andtheFirmhaveanobligation to supplement thisVerificationFormwith the nameofallRelatedPartieswhohavealso responded to thesamesolicitationandtodisclosetherelationshipof those partiestomeand the Firm. 9.A violation ofthe CITY's Ethics Code,the giving of any false information orthe failure to supplement thisVerificationForm,maysubjectme or the Firmtoimmediateterminationofany AGREEMENT with the CITY,and the impositionofthemaximumfine and/or anypenalties allowedby law.Additionally,violationsmaybeconsideredbyandsubjecttoactionbythe Miami-Dade CountyCommissionon Ethics. Under penaltyofperjury,I declare that I havemadeadiligent effort to investigatethe matters towhich I amattesting hereinabove andthatthe jtatemen^^ade^iereinabove aretrueandcorrecttothebestof my knowledge,information and bejk Signature: Print Name &Title:Wvt>d MvMfr^fi^' Date:TEtftQ.2%,^^ ATTACHED:Sec.8A-I -Conflict of interest and code of ethics ordinance. Page 51 of 31 Professional Service AGREEMENT Tpepe©!2-31-12 (RevisedSK 4-3-13,GM 6-18-13) CCNACivil Group Task Schedule Consultant Name Project Date PO Issued EAC CONSULTING,INC Dorn Avenue Drainage Design February 6,2014 TwinLakesDrive Drainage Improvements-Design Pending CIVIL WORKS INC TwinLakes Drainage Improvements-Design September 25,2014 SRSENGINEERING,INC Citywide Sanitary Sewer Master Plan September 24,2015 MILIAN SWAIN AND ASSOCIATES Dante Fascell Park-Drainage Improvements-Design April 13,2015 RJ BEHAR&COMPANY INC Bus Shelters Site Development Plans59PL&62Ave July 10,2015