Loading...
Res No 084-17-14885RESOLUTION NO: 084-17-14885 A Resolution authorizing the City Manager to execute a professional service work order for Stantec Consulting Services Inc., for the Roadway Resurfacing and Reconstruction Improvement Project. WHEREAS, the Mayor and City Commission wish to Resurface and Reconstruct various roadways within the City of South Miami; and WHEREAS, Stantec Consulting Services, Inc., is one of four firms selected by Resolution No. 060-17-14861, to provide professional service agreement for engineering services on as needed basis in accordance with Florida Statute 287.055, "Consultants Competitive Negotiation Act;" and WHEREAS, Stantec Consulting Services, Inc., submitted a proposal for professional engineering services; and WHEREAS, the scope of services, staff allocation and man-hours were negotiated; and WHEREAS, the amount of $26,210 was found to be comprehensive and cost effective in its design approach; and WHEREAS, the Mayor and City Commission desires to authorize the City Manager to execute a professional service work order with Stantec Consulting Services, Inc., for various Roadway Resurfacing and Reconstruction. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA; Section 1. The City Manager is hereby authorized to execute a professional service work order for Stantec ConSUlting Services, Inc., to provide Construction Documents for the Roadway Resurfacing and Reconstruction Project for an amount not to exceed $26,210. The expenditure is to be charged to the People's Transportation Tax Fund Account Number 124-1730-541-6490 with an account balance of $1,372,892.88 before this request was made. Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding shall not affect the validity of the remaining portions of this resolution. Section 3. Effective Date: This resolution shall take effect immediately upon enactment. Page 1 of 2 Res. No. 084-17-14885 PASSED AND ADOPTED this2nd day of_M_aY'::""'-_-J1 2017. ATTEST: APPROVED: COMMISSION VOTE: 5-0 Mayor Stoddard: Yea Vice Mayor Welsh: Yea Commissioner Harris: Yea Commissioner Liebman: Yea Commissioner Edmond: Yea Page 2 of2 THE CITY OF PLEASANT UVING To: FROM: DATE: SUBJECT: BACKGROUND: CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The Honorable Mayor & Members ofthe City Commission Steven Alexander, City Manager Agenda Item No.:l May 2,2017 A Resolution authorizing the City Manager to execute a professional service work order to Stantec Consulting Services Inc., for the Design .of Roadway Resurfacing and Reconstruction Improvement Projects. The roadways listed below exhibit a depression along the length of the road and longitudinal and perp.endicular cracks throughout. Public Works Department has asked Stantec Consulting Services to provide design services and construction documents for the Roadway· Resurfacing and Reconstruction at the following locations: 1. SW 82 nd Sb:.eet from SW 60th to 62 nd Avenue 2. SW 63 rd Avenue from SW 78th to 80th Street 3. SW 79th Street from Canal to SW 59th Avenue 4. SW 61 st Avenue from SW 83 rd to SW 84th Street Stantec Consulting Services, Inc is one of four firms selected by Resolution No. 060-17-14861, to provide professional service agreement for engineering services on as needed basis in accordance with Florida Statute 287.055, "Consultants Competitive Negotiation Act". PROPOSAL AMOUNT: $26,210 FUND & ACCOUNT: Expenditures related to this contract shall be charged to the People's Transportation Tax Fund Account for an amount not to exceed $26,210 Account number 124-1730-541-6490 which has a balance of $1,372,892.88 before this request was made. ATTACHMENTS: Resolution Resolution #060-17-14861 Professional Services Agreement Stantec Consulting Services Inc., proposal letter dated April 20, 2017 i I ~ I , I i I- I I c I I I ! ! ! RESOLunON NO: 060-t7-14861 A Resolution authorlzlnl the CIty Manapr to enter Into a multl-year contract with EAC Consulting, Inc., Marlin Englneerln., Inc., SRS Engineerlns, Inc., and Stantee for leneral enllneerlng services on an as needed basis. WHEREAS, the City solicited a Request for Qualifications (RFO) to retain qualified consultants to provide various professional and general engineering and architectural services on an as needed basis; and WHEREAS, the professional services are required on an as needed basis and on a . rotation basis In accordance with Florida Statute 287.055, "Consultants Competitive Negotiation Act;" and WHEREAS, a Selection Committee comprised of CIty staff, reviewed the proposals received and Identified a short list of respondents for further review; and WHEREAS, the short list of respondents were interviewed by the Selection Committee and subsequently scored and ranked; and WHEREAS, accordins to the terms and scope of services in the RFQ, the City intends to retain a maximum of four (4) qualified firms under four (4) separate but similar agreements to fulfill the Clty's needS and meet the requirements for quick response and specialized services; and WHEREAS, the Mayor and City Commission desires to authorize the City Manager to execute the professional service agree~nts. WHEREAS, the Professional Service Agreement with the firms shall be for a term of three (3) years and an option to renew, at the discretion of the CIty Manager, forone (1) two (2) year renewal for a maximum term of five (5) consecutive years. NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA; SectIon 1. The City Manager Is authorized to enter Into non-exclusive multi-year contracts with the firms for professional and general. engineering services on an as needed and on a rotation basis In accordance with Florida Statute 287.055, "Consultants Competitive Negotiation Act" and shall be for a term of three (3) years and an option to renew, at the discretion of the City Manager, for one (1) two (2) year renewal for a maximum term of five (5) tonsecutlve years. A copy of the contract is attached. Section 2. Severability. If any section, clause, sentence, or phrase of this resolution is for any reason held Invalid or unconstitutional by a court of competent Page 10f2 Res. No. 060-17-14861' jurisdiction, this holding shall not affect the validity of the remaining portions of this resolution. section 3. Effective Date: This resolution shall take effect Immediately upon enactment .. PASSED AND ADOPTED this ..ll. day of March, 2017. ATTEST: APPROVED: ~ COMMISSION VOTE: 5-0 Mayor Stoddard: Yea Vice Mayor Welsh: Yea Commlsslon.er Harris: Yea Commissioner Liebman: Yea Commissioner Edmond: Yea Page 20f2 Qualification Stai"ernenr -Port 2 -Standard Forms EXHBBDT#6 PROfESSiONAL SERViCE AGREEMIENT "Professional General iEngineering and Architectural Services" RIFQ #IPW20D6-22 THIS AGREEMENT made and entered into this ~ \ .s\ day of ':\I\~ ,20 \l by and between the City of South Miami, a municipal corporation (hereinafter referred to as Owner or CITY) by and through its City Manager (hereinafter referred to as CITY or City Manager) and 5 1'i\ll\rW C who is authorized to do business in the State of Florida, (hereinafter referred to as the "CONSULTANT"). Ih consideration of the premises and the mutual covenants contained in this AGREEMENT, the parties agree to the following terms and conditions: 1.0 General Provisions 1.1 A Notice to Proceed will be issued by the City Manager, or his designee, following the signing of this AGREEMENT. This AGREEMENT does not confer on the CONSULTANT any exclusive rights to perform work on behalf of the Owner other than the work described in one or more Notice to Proceed (hereinafter referred to as the "WORK"), nor does it obligate the Owner in any manner to guarantee work for the CONSULTANT. 1.2 The CITY agrees that it will furnish to the CONSULTANT available data and documents in the CITY possession pertaining to the WORK to be performed under this AGREEMENT promptly after the issuance of the Notice to Proceed and upon written request of the CONSULTANT. 2.0 Scope of Services. The CONSULTANT shall perform the work as set forth in the Scope of Services as described in the Notice to Proceed. 3.0 Time for Completion 3.1 The services to be rendered by the CONSULTANT for any WORK shall be commenced upon receipt of a written Notice to Proceed from the CITY subsequent to the execution of this AGREEMENT and shall be completed within the time set forth in the Notice to Proceed or other document signed by the City Manager, or deSignee. 3.2 A reasonable extension of time will be granted in the event there is a delay on the part of the CITY in fulfilling its part of the AGREEMENT, change of scope of work or should any other events beyond the control of the CONSULTANT render performance of his duties impossible. 4.0 Basis of Compensation: The fees for services of the CONSULTANT shall be determined by one of the following methods or a combination thereof, as mutually agreed upon by the CITY and the CONSULTANT. 4.1 A fixed sum: The fee for a task or a scope of work may be a fixed sum as mutually agreed upon by the CITY and the CONSULTANT and if such an agreement is reached, it shall be in writing, signed by the CONSULTANT and the City Manager and attached hereto as ATTACHMENT A: 4.2 Hourly rate fee: If there is no fixed sum or if additional work is requested without an agreement as to a fixed sum, the CITY agrees to pay, and the CONSULTANT agrees to accept, for the services rendered pursuant to this AGREEMENT, fees in accordance with the hourly rates that shall include all Page 5 I of 66 City of South Miami -RFQ #PW2016-221 Professional General Engineering and Architectural Services 11 4 Qualiftcotlon Sta-j-emeni--Parr 2 -Stanciard Forms wages, benefits, overhead and profit and that shall be in writing, signed by the CONSULTANT and the City Manager and attached hereto as AITA.CHMfNTA. 5.0 Payment and Partial Payments. The CITY will make monthly payments or partial payments to the CONSULTANT for all authorized WORK performed during the previous calendar month as set forth in the schedule of payment as set forth in ATTA.CHMENT A or, if no schedule of payment exhibit is attached to this AGREEMENT then payment will be made 30 days following the receipt of CONSULTANT's invoice as the work progresses but only for the work actually performed and approved in writing by the City Manager. 6.0 Right of Decisions. All services shall be performed by the CONSULTANT to the satisfaction of the CITY's representative, who shall decide all questions, difficulties and disputes of whatever nature which may arise under or by reason of this AGREEMENT, the prosecution and fulfillment of the services, and the character, quality, amount and value. The representative's decisions upon all claims, questions, and disputes shall be final, conclusive and binding upon the parties unless such determination is clearly arbitrary or unreasonable. In the event that the CONSULTANT does not concur in the judgment of the representative as to any decisions made by him, CONSULTANT shall present his written objections to the City Manager and shall abide by the decision of the City Manager. 7.0 Ownership of Documents. All reports and reproducible plans, and other data developed by the CONSULTANT for the purpose of this AGREEMENT shall become the property of the CITY without restriction or limitation. 8.0 Audit Rights. The CITY reserves the right to audit the records of the CONSULTANT related to this AGREEMENT at any time during the execution of the WORK and for a period of one year after final payment is made. This provision is applicable only to projects that are on a time and cost basis. 9.0 Truth-in Negotiations: If the contract amount exceeds the threshold amount provided in s. 287.017 for category four, the CONSULTANT shall execute a truth-in-negotiation certificate stating that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of contracting. In such event, the original contract price and any additions thereto shall be adjusted to exclude any significant sums by which the City determines the contract price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All such contract adjustments must be made -within one year following the end of the contract. 10.0 Subletting. The CONSULTANT shall not assign or transfer its rights under this AGREEMENT without the express written consent of the CITY. The CITY will not unreasonably withhold and/or delay its consent to the assignment of the CONSULTANT's rights. The CITY may, in its sole discretion, allow the CONSULTANT to assign its duties, obligations and responsibilities provided the assignee meets all of the CITY's requirements to the CITY's sole satisfaction. The CONSULTANT shall not subcontract this AGREEMENT or any of the services to be provided by it without prior written consent of the CITY. Any assignment or subcontracting in violation hereof shall be void and unenforceable 11.0 Unauthorized Aliens: The employment of unauthorized aliens by the CONSULTANT is considered a violation of Federal law. If the CONSULTANT knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this AGREEMENT. This applies to any sub-CONSULTANTs used by the CONSULTANT as well. The CITY reserves the right at its discretion, but does not assume the obligation, Page 52 of 66 City of South Miomi -RfQ tWW2016-22; _ Professional General Engineering and Architectural Services 1115 QuoiHication Staj"ement -Part 2 -STand aid Forms to require proof of valid citizenship or, in the alternative, proof of a valid green card for each person employed in the performance of work or providing the goods and/or services for or on behalf of the CITY including persons employed by any independent contractor. By reserving this right, the CITY does not assume any obligation or responsibility to enforce or ensure compliance with the applicable laws" and/or regulations. 12.0 Warranty. The CONSULTANT warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONSULTANT, to solicit or secure this contract and that he has not paid or agreed to pay any company or person other than a bona fide employee working solely for the CONSULTANT any fee, commission, percentage fee, gifts or any other considerations contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the CITY shall have the right to annul this contract without liability. 13.0 Termination. It is expressly understood and agreed that the CITY may terminate this AGREEEMENT for any reason or no reason and without penalty by either declining to issue Notice to Proceed authorizing WORK, or," if a Notice to Proceed is issued, CITY may terminate this AGREEMENT by written notice to CONSULTANT, and in either event the CITY's sole obligation to the CONSULTANT shall be payment for the work previously authorized and performed in accordance with the provisions of this AGREEMENT. Payment shall be determined on the basis of the work performed by the CONSULTANT up to the time of termination. Upon termination, the CITY shall be entitled to a refund of any monies paid for any period of time for which no work was performed. 14.0 Term. This AGREEMENT shall remain in force until the end of the term, which includes all authorized renewals, or unless otherwise terminated by the CITY. The term of this agreement is three (3) years from the issuance of the Notice to Proceed and one two- year option-to renew. The option to renew is at the discretion of the City Manager. The CITY may terminate the contract without cause following 30 day~ advanced notice to the CONSULTANT. However, in no event shall the term exceed five (5) years following the issuance of the Notice to Proceed. 15.0 Default. In" the event either party fails to comply with the provisions of this AGREEMENT, the aggrieved party may declare the other party in default and notify the defaulting party in writing. If CITY is in default, the CONSULTANT will only be compensated for any completed professional services and CONSULTANT shall not be entitled to any consequential or delay damages. In the event that partial payment has been made for such professional services not completed, the CONSULTANT shall return such sums to the CITY within ten (10) days after notice" that said sums are due. In the event of any litigation between the parties arising out of or relating in any way to this AGREEMENT or a breach thereof,· each party shall bear its own costs and legal fees. 16.0 Insurance and Indemnification. The CONSULTANT agrees to comply with CITY's Insurance and Indemnification requirements that are set forth in ATTACHMENT 8 to this AGREEMENT. 17.0 Agreement Not Exclusive. Nothing in this AGREEMENT shall prevent the CITY from employing other CONSULTANTS to perform the same or similar services. 18.0 Codes. Ordinances and Laws. The CONSULTANT agrees to abide and be governed by all duly promulgated and published municipal, county, state and federal codes, ordinances, rules, regulations and laws which have a direct bearing on the WORK involved on this project. The CONSULTANT is required to complete and sign all affidavits, including Public Entity Crimes Affidavit form (attached) pursuant to FS 287.133(3) (a), as required by the CITY's solicitation, if any, applicable to this Page 53 of 66 City of South Miami -RFQ #PW2016-22 I Professional General Engineering and Architectural Services 11 6 Quollftcalion Staj"emenj" -Parr 2 -Standard Forms AGREEMENT. 19.0 Taxes. CONSULTANT shall be responsible for payment of all federal, state, and/or local taxes related to the Work, inclusive of sales tax if applicable. 20.0 Drug Free Workplace. CONSULTANT: shall comply with CITY's Drug Free Workplace policy which is made a part of this AGREEMENT by reference. 21.0 Independent Contractor. CONSULTANT is an independent entity under this AGREEMENT and nothing contained herein shall be construed to create a partnership, joint venture, or agency relationship between the parties. 22.0 Duties and Responsibilities. CONSULTANT agrees to provide its services during the term of this AGREEMENT in accordance with all applicable laws, rules, regulations, and health and safety standards of the federal, state, and CITY, which may be applicable to the service being provided. 23.0 Licenses and Certifications. CONSULTANT shall secure all necessary business and professional licenses at its sole expense prior to executing the AGREEMENT. 24.0 Entire Agreement. Modification. and Binding Effect: This AGREEMENT constitutes the entire agreement of the parties, incorporates all the understandings of the parties and supersedes any prior agreements, understandings, representation or negotiation, written or oral. This AGREEMENT may not be modified or amended except in writing, signed by both parties hereto. This AGREEMENT shall be binding upon and inure to the benefit of the City of South Miami and CONSULTANT and to their respective heirs, successors and assigns. No modification or amendment of any terms or provisions of this AGREEMENT shall be valid or binding unless it complies with this paragraph. This AGREEMENT, in general, and this paragraph, in particular, shall not be modified or amended by acts or omissions of the parties. If this AGREEMENT was approved by written resolution of the City Commission, or if such approval is required by ordinance or the City Charter, no amendment to this AGREEMENT shall be valid unless approved by written resolution of the City Commission. 25.0 lury Trial. CITY and CONSULTANT knOWingly, irrevocably voluntarily and intentionally waive 'any right either may have to a trial by jury in State or Federal Court proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of this AGREEMENT or the performance of the Work thereunder. 26.0 Validity of Executed Copies. This AGREEMENT may be executed in several counterparts, each of which shall be construed as an original. 27.0 Rules of Interpretation: Throughout this AGREEMENT the pronouns that are used may be substituted for male, female or neuter, whenever applicable and the singular words substituted for plural and plural words substituted for singular wherever applicable. 28.0 Severabilit;y. If any term or provision of this AGREEMENT or the application thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the remainder of this AGREEMENT, or the application of such term or provision to persons or circumstances other than those to which it is held invalid or unenforceable, shall not be affected thereby and each and every other term and provision of this AGREEMENT shall be valid and enforceable to the fullest extent permitted by law. 29.0 Cumulative Remedies: The duties and obligations imposed by the contract documents, if any, and the rights and remedies available hereunder, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONSULTANT by the Contract Documents, if any, and this AGREEMENT and the rights and remedies available to the CITY hereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any rights and remedies available at law or in equity, by special guarantee or by other provisions of the Contract Documents, if any, or this AGREEMENT. In order to entitle any party to exercise any remedy reserved to it in this Page 54 of 66 City of south Miami -RFQ liPW2016-22 I, _ Professional General Engineering and Architectural Services I ' 1 / Qualinea-i"ion Stai"ement -Part 2 -Standard Forms AGREEMENT, or existing in law or in equity, it shall not be necessary to give notice, other than such notice as maybe herein expressly required. No remedy conferred upon or reserved to any party hereto, or existing at law or in equity, shall be exclusive of any other available remedy or remedies, but each and every such remedy shall be cumulative and shall be in addition to every other remedy given under this AGREEMENT or hereafter existing at law or in equity. No delay or omission to exercise any right or power accruing upon any default shall impair any such right or power or shall be construed to be a waiver thereof, but any such right and power may be exercised from time to time as often as may be deemed expedient. . ' 30.0 Non-Waiver. CITY and CONSULTANT agree that no failure to exercise and no delay in exercising any right, power or privilege under this AGREEMENT on the part of either party shall operate as a waiver of any right. power, or privilege under this AGREEMENT. No waiver of this AGREEMENT, in whole or part, including the provisions of this paragraph, may be implied by any act or omission and will only be valid and enforceable if in writing and duly executed by each of the parties to this AGREEMENT. Any waiver of any term, condition or provision of this AGREEMENT will not constitute a waiver of any other term, condition or provision hereof, nor will a waiver of any breach of any term, condition or provision constitute a waiver of any subsequent or succeeding breach. The failure to enforce this AGREEMENT as to any particular breach or default shall not act as a waiver of any subsequent breach or default. 31.0 No Discrimination and Equal Employment: No action shall be taken by the CONSULTANT, nor will it permit any acts or omissions which result in discrimination against any person, including employee or applicant for employment on the basis of race, creed, color, ethnicity, national origin, religion, age, sex, familial status, marital status, ethnicity, sexual orientation or physical or mental disability as proscribed by law and that it will take affirmative action to ensure that such discrimination does not take place. The CONSULTANT shall comply with the Americans with Disabilities Act and it will take affirmative action to ensure that such discrimination does not take place. The City of South Miami's hiring practices strive to comply with 'all applicable federal regulations regarding employment eligibility and employment practices in general. Thus, all individuals and entities seeking to do work for the CITY are expected to comply with all applicable laws, governmental requirements and regulations, including the regulations of the United States Department of Justice pertaining to employment eligibility and employment practices. By signing this AGREEMENT, the CONSULTANT hereby certifies under penalty of perjury, to the CITY, that CONSULTANT is in compliance with all applicable regulations and laws governing employment practices. 32.0 Governing Laws. This AGREEMENT and the performance of services hereunder will be governed by the laws of the State of Florida. with exclusive venue for the resolution of any dispute being a court of competent jurisdiction in Miami-Dade County. Florida. 33.0 Effective Date. This AGREEMENT shall not become effective and binding until it has been executed by both parties hereto, and approved by the City Commission if such approval is required by City's Charter. and the effective date shall be the date of its execution by the last party so executing it or if City Commission approval is required by the City's Charter, then the date of approval by City Commission, whichever is later. 34.0 Third Pam Beneficiary. It is specifically understood and agreed that no other person or entity shall be a third-party beneficiary hereunder. and that none of provisions of this AGREEMENT shall be for the benefit of or be enforceable by Page 55 of 66 City of South Miami -RFQ #PW2016-22 i Professionc11 General Engineering and Architectural SelVices 1118 QualificaTIon Sta-j-ement -Part 2 -Standard Forms anyone other than the parties hereto, and that only the parties hereto shall have any rights hereunder. 35.0 Further Assurances. The parties hereto agree to execute any and all other and further documents as might be reasonably necessary in order to ratify, confirm, and effectuate the intent and purposes of this AGREEMENT. 36.0 Time of Essence. Time is of the essence of this AGREEMENT. 37.0 Interpretation. This AGREEMENT shall not be construed more strongly against either party hereto, regardless of who was more responsible for its preparation. 38.0 Force Majeure. Neither party hereto shall be in default of its failure to perform its obligations under this AGREEMENT if caused by acts of God, civil commotion, strikes, labor disputes, or governmental demands or requirements that could not be reasonably anticipated and the effects avoided or mitigated. Each party shall notify the other of any such occurrence. 39.0 Subcontracting: If allowed by this AGREEMENT, the CONSULTANT shall be as fully responsible to the CITY for the acts and omissions of its subcontractors/subconsultants as it is for the acts and omissions of people directly employed by it. All subcontractors/subconsultants and their agreements, if allowed by this AGREEMENT, must be approved by the CITY. The CONSULTANT shall require each subcontractor, who is approved by the CITY, to agree in the subcontract to observe and be bound by all obligations and conditions of this AGREEMENT to which CONSULTANT is bound. 40.0 Public Records: CONSULTANT and all of its subcontractors are required to comply with the public records law (s.119.070 I) while providing goods and/or services-on behalf of the CITY and the CONSULTANT, under such conditions, shall incorporate this paragraph in all of its subcontracts for this Project. Under such condition, CONSULTANT and its subcontractors are specifically required to: (a) Keep and maintain public records reqUired by the public agency to perform the service; (b) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter -or as otherwise provided by law; (c) Ensure that public _records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not-transfer the records to the public agency; and (d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records reqUired by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the ~ contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If THE CONTRACTOR HAS QUESTDOINIS iREGAIR1081N1G THE APPLICATION OF CHAPTER n 89, IFILORDDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OIF PUBLIC RECORDS AT 305-663-6340; IE-maiD: mmenende:z@southmiamifll.gov; 6130 Sunset Drive, South Miami, FIL 33143. 41.0 Notices. Whenever notice shall be required or permitted herein, it shall be Page S6 of 66 ~tc.:rr:·,,,;c City of South Miami· RFQ #PW2016-22 I. Professionctl General Engineering and Architectural Services II 19 Quailftcoi.ion Sto'j'emenr -Part 2 -S,'ondard Forms delivered by hand delivery, e-mail (or similar electronic transmission), facsimile transmission or certified mail, with return receipt requested and shall be deemed delivered on the date shown on the e-mail or delivery confirmation for any facsimile transmission or, if by certified mail, the date on the return receipt or the date shown as the date same was refused or unclaimed. If hand delivered to the CITY, a copy must be stamped with the official City receipt stamp showing the date of deliver; otherwise the document shall not be considered to have been delivered. Notices shall be delivered to the following individuals or entities at the addresses (including e-mail) or facsimile transmission numbers set forth below: To CITY: With copies to: To CONSULTANT: City Manager, 6130 Sunset Dr. South Miami, FL 33143 Tel: (305) 668-2510 Fax: (305) 663-6345 E-mail: salexander@southmiamifl,gov City Attorney 6130 Sunset Dr. South Miami, FL 33143 Tel: (305) 667-2564 Fax: (305) 341-0584 E-mail: tpepe@southmiamifl.gQY 42.0 Corporate Authority: The CONSULTANT and its· representative who signs this AGREEMENT hereby certifies under penalty of perjury that the CONSULTANT and its representative have, and have exercised, the required corporate power and that they have complied with all applicable legal requirements necessary to adopt, execute and deliver this AGREEMENT and to assume the responsibilities and obligations created hereunder; and that this AGREEMENT is duly executed and delivered by an authorized corporate officer, in accordance with such officer's powers to bind the CONSULTANT hereunder, and constitutes a valid and binding obligation enforceable in accordance with its terms, conditions and provisions. ATT I i By!, IN WDTINHESS WIHHERIEOIF, this AGREEMENT was Signed on or before the date first above written subject to the terms and conditions set forth herein. ~ C SUlT·T:. • ByR e a, ,LE D P, Vice President Stantec Consulting Services Inc. (Print Name~~ ... --- City of South Miami _--- ."--.--~ ... ~. By: ... ·· ........ ,7 Page 57 of 66 ~,..Sf~ven Alexander City Manager Cily of Soulh Miami -RFQ #PW2016-22I Professioncli Generol Engineering ana Archileclural Services 120 Read and Approved as to Form. Language. legality and Execution thereof: . Sfantoc Thomas F. Pepe, Esq. City Attorney Page 58 of 66 Quallficallon statement -Port 2 -standard Forms Cily 01 SQulh MIon',I • RFQ ::rW2016-22 I Proresslon(ll Gene~ol Ellglnec-ring and Archileclurol Services 1121 ()stantec Apri120, 2017 City of South Miami Ponce de Leon Boulevard. Suite 900 Coral Gables. florida 33134 Tel: (305) 445-2900 Public Works Engineering & Construction Division 4795 SW 7sthAvenJ;1e Miami, FL33iS5 Main: .(gOS) 403:-20.63 Attention: Mr. Aurelio Carmenates, P.E. Oq)ii:a1 Improvement Project Manager Reference·:~Resurfacing&R.ecoDStruction -4 Locations City.of<SouthMiiuni, Florida Dear~.c.rm~_; We are pleased to present this proposal for professional engineeringservices~ We understaJid that the City WOuld 1iketo complete roadresmfacii1g and reconstruction at severalloca1 roadS as shown in the attached aerials.S0meareaS·afthe road, natably the centerline, exhibit various. levels of deterioration. The damaged areas'Will requite re.pairsto be detailed on the plans. It is the City's deSire to have construction completed in Atlgust~2017. SCOP;§OF.SERVICES: Our scope will include a field assessment of existing conditions including photos, recommendation of the requiJ;ed. ~pe of work including miDingand necessary asphalt repairs, resurfacing plans on recentaerlals, atid$1;1ipingp1ans ona$ials to match existing conditions. We will include a bid form for City's llSe during the bidding process and an estimate of probable cost. Tbe intersecting streets will be resurfaced up to the acljaeentpOint'ofcurvature or end of double yellow striping, whichever is greater. Work will not extend onto SW 80th :Street; as this is a County Road. Work limits up to SW 59th Avenue will not include the intersection as this.road will receive fJ;J.ture improvements. One bid form and bid package will be prepared with separate lwnp ,sum line items for each location. ADA ramp upgrades are not included in our scope. We will send out utility notifications to applicable utility companies but will not obtain as-bunts or input utility information intothe plans. . ConstrnctionAssistance Phase During this phase, we will prepare for and attend one preconstruction meeting, review contractor's submittals, coordinate the work and work schedule, perform constiuction observations during paving activities (limited to 120 hours), review contractor's payment requisitions, conduct punch list inspection, and complete project closeout. Exclusions Survey, geotechnical testing, asphalt cores, permit assistance, bid phase assistance are not included in our scope. Design with community In mind I I· f ! L i f i I ! I f ! I I I ! I I I ! I I i i i tIiywide ~ /lDralnqe P .... 6-Construction JlartJ.: SW74 ·.,EiU58AYE\IIS!) "YE) CitywIde Roadway" Drafmlpl'llase 6-ConstrlldlollPaI:t2: SwS9 ~\I,E SW'68 5T /l SW 65 AVE -Deslan andC1anstrllcllon SW,&4:5TI!.ike1.ane and Road i~ (S\V~.AYE.tDSW57 '-'lEi CITY OF SOUTH MIAMI ~ South~iami THE CITY OF PlEASA"'T lMNC BUDGET FY 2016-2017 107 ~ ~ Apnl20,2017 Page2of2 AntiAlH'ted Schedule We assume the work will be authorized by May 1st 2017 in order to meet the schedule outlined below: • Plans & Bid Package • Bidding • Award • Construction Terms ,ud CouditiQW!; 4 weeks 4 weeks 4 weeks 4 Weeks Complete May 26th 2017 Bids Open June 23111 2017 Notice to Proceed July 2181 2017 Complete August ~ 2017 All terms and conditions shall be per our Professional Service Agreement for Professional General Engineering and Architectural Services as authorized by Resolution 060-17-14861. Our fees shall be as fOllows. nes-.. Phase (I..u.mp Sum) ...............•.........•.................................. $12,610 Coostraetion Phase (Hourly not to ex.eeed.) ...•..............•...........•... $13,600 TOTAL: $26,210 We are ready to begin working on this assignment upon your authorization to proceed. If acceptable to you, we will accept a sigD.ed copy of this form as your written authorization to proceed.. Thank you, Staatee CoDsuJ.ti.og Serriees Inc. G'.IIn(j,et Sean Compel, P.E., LEED AP Senior Associate Tel: 305-445-2900 sean.compe1@stantec.com City of South Miami Approved by: Signature Design with community In mind Print Name Date r. I, i I, I i I I r i ! i ! L j I I j. Stantee Consulting Services Inc. DATE: PROJECI': Project coordination and project investi~tion PrQiect kick-off meeting Site visit and Dhoto log Cover sheet, Key Sheet & notes ITvnical Sections & Details Resurfacinl!: and repair Dian on aerials Limited Utility Investigation IQuantities & Cost Estimate Svecifications Pavement Marking Plan Provide Plans for PW Permit SUb-Total Hours FEE WORKSHEET April 20, 2017 Road Resurfacing & Reconstruction -4 Locations 2 1 1 2 2 2" 4 1 1 2 2 1 2 2 21 0 Billing Rate $ 180.00 $ 170.00 $ 145·00 _J Labor Cost $3.570 $0 Fee Worksheet -Page 1 2 1 1 8 4 2 6 ~ 8 8 24 2 1 2 4 2 8 1 6 1 32 51 12 95·00 $ 100.00 $ 45·00 $3,040 $5,100 $540 Design Phase Sub-Total: $12.610 Total Fee: $26,210