Loading...
Res No 094-17-14895RESOLUTION NO: 094-17-14895 A Resolution authorizing the City Manager to execute a professional service work order for SRS Engineering Inc., for the Dante Fascell Park ~rking Improvement Project. WHEREAS, the Mayor and City Commission wish to improve the parking conditions at Dante Fascell Park; and WHEREAS, SRS Engineering, 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, SRS Engineering 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 $28,395 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 SRS Engineering Inc., for parking improvements at Dante Fascell Park. 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 SRS Engineering, Inc., to provide design and Construction Documents for parking improvements at the Dante Fascell Park for an amount not to exceed $28,395. The expenditure shall be charged $28,395 to the Capital Improvement Fund Account number 301-2000-572- 6450 which has a balance of $666,063.83 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 10f2 Res. No. 094-17-14895 PASSED AND ADOPTED this 1£ day of May ,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 of 2 To: FROM: DATE: SUBJECT: BACKGROUND: VENDORS & CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The Honorable Mayor & Members ofthe City Commission May 16, 2017 Agenda Item No.:1 Steven Alexander, City Manager A Resolutidn authorizing the City Manager to execute a professional service work, order to SRS Engineering Inc., for the Dante Fascell Park Parking Improvement Project. Dante Fascell Park experiences la,ck of parkirg due to the current parking configuration. To improve these conditions, the City is requesting professional engineering services to develop a design that will maximize the amount of parking spaces and evaluate the existing parking drainage and traffic configuration and prepare necessary construction documents. SRS Engineering, 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. Professional Services were requested for the Drainage Improvement Project and a proposal was provided on May 1, 2017 that is comprehensive and cost effective for the services requested. PROPOSAL AMOUNT: Please refer to the consultant contract and fee schedules. FUND & ACCOUNT: Expenditures related to this contract shall be charged to the Capital Improvement Fund Account for an amount not to exceed $28,395. ATTACHMENTS: The expenditure shall be charged $28,395 to the Capital Improvement Fund Account number 301-2000-572-6450 which has a balance of $666,063.83 before this request was made. Resolution Resolution #060-17-14861 Professional Services Agreement EAC Consulting Inc., proposal letter dated May 1, 2017 " _(~L~(~!4~~~~1'.l!~t . ······.·~,~!-T,l~~~:·:~'!(.u12~i~~;~,:titlh~~r:::to;:~~i~~!~~~·;~.trl~itt~y~ .. r'~~t'l.r-... ~· ··.,w..«li, ....•... ,.G,~:J ... H .. "'~:, ... ,c:,',:M~~.Jlt'nl'''"dl1lt.'~~~ii$~:E~lll'l.~rln8,:tnc.,·~nd: . .::$.~nf~~~t;!iji~raf.~!ii~"ti~~:~,ri;.i·c~~;qn;;i~}~$'.ne.~icrb~$t~~ ." "-'. .... '·:r ••• ~:IJ==~~~ij=~ ." .....•..........•.•......• ' .....•. ··.:WH~d~1,·th~':,p.t()t~$$fObjl~'rVtces~'.r(!:re4~i~.d:;o~an,.aS\Re~cJea· .ba~I$: .• r.ct;on~j · ·.j~dtati~::b~s,.;trt·adeotdante'·_with;FtOr:tai:stlltUie:2'8·to5~i'~ii€onSb(fants ':Competitlve ~:~$cftt~~b.n~C¥ir~','"d:;· .:' ."': .c" .-..::~. . .• ~ '," ..... ... •.....• -c-· :'."'~ ':. , .•. >.",' :", .:' " "-,~-_~ '--~_. -; ,-: . _ . -" ". -;,. .' .' . t ':~, ",'~_~~~~j=;~.,ij~ew~,~;:~~O· '~.elfi~!r=E=l!!i ., ,',;~~-~-~-~~~~~~~'~ , "_ . ' .:' . _." . :,; :0,., '.:. " _.: '",.'"'.... . , .. .... . ······!if$a.lIli\i'· . t:,ene\Viir;fbr~·::~;;·:lriaxlmu"tteTm .Of:;f(ye,·(~).:tonseWfl~e;;:ve.ts~ 1\,~py;.:;c)fth~;:contl'a~:~ls; ' .. ",.' . ."·'if' ....,... .. -. . ..... . a.ftilc:b~.. (sectlOft:t .. ~v.rab"ltv~ . (f~.ny-$ed.ionf:;(;(aQ$~};sentem;:e,:orphntse"Qfthls; (e.~W~Qrl }$.fQf:,-nv' fe~(;u h'ijli;llp.v.~ll\:t· ;at·UJi(;gn~tt.ijJtQfl.I.::ijv::,a··:g)ijrr.Q.f ~t»mp.'4!t~nt: . ',: ' .. ', . ' .. ~ ..... >.Rlis.··c .~J.iG:--' -"'Q:6tl-l·1\.il;4;lni~'1' - . : ·';;,·;~:r·. ". .... .~ .,:.~."'-.. '·".f ; . . J~~.,;' • ",:' ', .. ": . : ~; : .'.:: ,r.: ,-..• ", -·<~::,-.·:,,\~l$li~~NQ,.,g~~~I,tijl~;· !.Li~V·Afi iMar91l;·-, .. ~~(l~!1; • . . :' .. : ~ .. ,;; .. <:' .. , .. '":"""i~/ .~ ..... .:. . . .,~ . ',' ' ... '.' ... l=--~.~~ •. ~::,.' •.• : .• _-::-,~-:.~~> ',' :;.:::~: :--~~~::::;.~\ ... ~~-:: . ....., ...... ..:..:.~..... '. ,.!A~e~'Y§p:;j: ''r.' ...... ',.'::' !. 'r" IEXHD~I1i. PR@IFIES$OONAL SERVOCre 6l\@IJlIEIr:IMIISINlT "PrcfesllonaU Genlllrmlll&lglneell'll'ilg ud A9'chkec~ulI"mll SleMllce$u IliIFQ #PWl@ U ~Daa THIS AGREEMENT made anell entered into this ~ day of ~~ • 20.!L. by and between the City of South Miami, a municipal corporation (hereinafter referred to as Owner or CITY) by and through !ts City Manager (hereinafter referred to as CITY OB" City Manager) and S \\$ 'EN. St\tA€~\2..l!rl.Ss t lcl c. who is authorized to do business in the State of Florida, (hereinafter referred to as the "CONSULTANT"). In considentton of the premises and the mutual covenants contained in this AGREEMENT. the parties agree to the following terms and conditions: 1.0 General Proyisions 1.1 A Notice °to Proceed will be Issued by the City Manager. or his deslg"ee. following the signing of this AGREEMENT. This AGREEMENT does not confer on the CONSULTANT any exclusive rights to perform work en behalf of the Owner other than the work described in one 011' mOll'e Nodce to Proceed (hereinafter referred to as the "WO~K"). nOB" does it oblipte 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 perionned under this AGREEMENT prompdy 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 die 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 Nodce to Proceed from the CITY subsequent to the execution of this AGREEMENT and shall be completed within the time set forti\) in the Notice to Proceed or other document sianed by the City Man..,.. 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 lllreed 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 a ITACHMENT 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 Thom. F. cta,. 10IIl/l016 Pap 51 of 66 135 wages, benefits, overhead and profit and that maiD be in writing, signed by the CONSULTANT and the City Manager and attached hereto as ATTACHMENT A. S.O Parment and Partial Payments. The CITY will make monthly payments or panlal payments to the CONSULTANT for all authorized WORK performed durin, the previous calendar month as set forth In the schedule of payment as set forth in ArrACHMIENT it 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 prOFesses but 01l19y for the work actually performed and approved in writing by the City Manager. 6.0 Ri&ht of Decisions. All services shall be performed by the CONSULTANT to the satisfaction of the CITY's representative. who shall decide all questions. dlfftcultles and disputes of whatever namre 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 «:Ialms, questions, and disputes shall be final, conclusive and b1ncllinl upon the parties unless such determination is clearly arbitrary or lBnreasonable. In the evem daat 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 at}' Manager and shall abide by the decision of the OlY Manapr. 7.0 Owrtership of Documents. All reports and reproducible plans. and other data developed by me CONSULTANT for the purfPOSe of mas AGREEMENT shall become the property of !he CITY without !l'eStriction or limitation. . 8.0 Audit lUShes.. The CITY reserves the rl&ht to audit the records of the CONSULTANT related to this AGREEMENT at any time durin. the eecution 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 TrudJain Ngotiations: 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 oriainal contract price and any additions thereto shaD be adjusted to exclude any significant sums by which the City determines the contract price was Increased due to inaccurate, Incomplete. or noncurrent WIle rates and other factual unit cosu. 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 CONSULT~rs riJhts. The CITY may, in Its sole discretion, allow the CONSULTANT to assign its duties, obliptions and responsibilities provided the _pee 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 assianment or subcontracting In violation hereof shall be void and unenforceable 11.0 UnauthOrized AUens: The employment of unauthorized aliens by the CONSULTANT is conSidered. a violation of Federal Law. If the CONSULTANT knowingly employs unauthorized aliens, such vioDation shall be cause for unilateral cancellation of this AGREEMENT. this applies to any sub·CONSULTANTs used by the CONSULTANT as well. The CITY reserves die right at Its discretion. but does not assume the obligation, Thoma F. Pe,. IfllJlIDI6 ,.51 of 66 138 to require proof of valid citizenship or, in the alternative. proof of a "aJid green card fOIr each person employed In the performance of work or providing the goods andlor 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 andlor regulations. ] 2.0 WarTaIltY. 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 Olr violation of this warranty. the CITY shall have the rilht to annul this contract without liability. 13.0 Termination. It Is expressly understood and a,greed that the CITY may terminate tB1is· AGREEEMENT for any reason or no reason and without penalty by ather 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 obliption to the CONSULTANT shall be payment for the work previously authorized and performed in accordance with d1e provisions of this AGREEMENT. Payment shall be determined on the basis of the work performed by the CONSULTANT up to the time oherminatlon. 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 Im:Jn. This AGREEMENT shall remain in force until the end o~ the term, which includes aU authorized reneWalls. or unless otherwise terminated by dle 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 tfrIe contract without cause following 30 days advanced notice to the CONSULTANT. However, in no event shall the term exceed fIVe (5) years followi"l the issuance of the Notice to Proceed. 15.0 Default. In the event either party falls 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. ill1 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 ATrACHM£NT 8. to this AGREEMENT. 17.0 Agreement Not Excluslye. 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 Affldavit form (attached) pursuant to FS lB7.133(3) (a), as required by the CITY's solidtation. if any. applicable to this Thomas 11'. Papa 10IIJIlOl6 Page 53 of 66 137 \ \ I I I I I I AGREEMENT. 19.0 !mi. CONSULTANT shall be responsible for pClIyment of ail federal. state. and/or local taxes related to the Work. inclusive of sales tal( if applicable. 20.0 Drug Free Workglace. CONSULTANT shall comply with CITY's Drug Free Workplace policy which is made a part of this AGREEMENT by 9"eference. 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 Puties and Responlibilities. CONSULTANT aves to provide Its services during the term of this AGREEMENT in accordance with all applicable laws. rules. regulations, and health and saf@t¥ standards of the federal. state. and CITY. which may be applicable to the service beinl provided. 23.0 ljcenses and Certifications. CONSULTANT shall seclilre all necessary business ;ulld professional Dcenses 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 ll.lnderstandiDls of the parties and supersedes any prior agu"Hments. understandlnls. repres~ntatlon or negodatlon, written or oral. This AGREEMENT may not be modified or amea1ded except in writing. signed by both pardes hereto. This AGREEMENT shall be binding ugllon and inure to the benefit of the City of South Miami and CONSUL i ANT and to their respective il1eil"$, successors and asslps. No modification or amendment of any tenns or provisions of this AGREEMENT shalH be valid or binding unless It comphes with this paragraph. This AGREEMENT. in general. and this pzragrzph. in p2lrtimlmr. shall not be modified or amended by acts or omissions of the parties. If this AGREEMENT was approved by wriuen resolution of the City Commission, or Ihuch approval is required by ordinance or the City Charter. no amendment to this AGREEMlENT shall be valid unless approved by written resolution 01 the City Commission. 25.0 Jury Trial. CITY and CONSULTANT knowirngiy. irrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or FederaB Court proceedings in respect to any action, proceeding. lawsuit or counterclaim arising out of this AGREEMENT or the pem;,rmance of the Work thereunder. 26.0 YalldlW 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 subsdtuted for plural and plural words substituted for singular wherever applicable. 28.0 Severabillf¥. If any tenn or provision of this AGREEMENT Oil' 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. iUarantees 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 entlde any party to exercise any remedy reserved to it illl this Thoma ,. Pepe IGlIl/2016 Paae5d\l of" 138 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 Jawor 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 dme as often as may be deemed expedient. 30.0 NOn-Waiver. CITY and CONSULTANT avee 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 III waiver of any right, power, or privilege under this AGREEMENT. No waiver of this AGREEMENT. In whole or part, including the provisions of thos paragraph. may be implied by any act or omission and will oll'lly 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 wiil net constitute a waiver of any other term, condition or provision hereof. nor will a waiver of any breach of any term. condition or provision conlStltute a wawer of any sublSequent or succeeding breach. The failure to enforce this AGREEMENT as to any particular breach or default shalD not act as a waiver of any subsequent breach or default. 31.0 No DisCrimination and Equal Employment: No action shall be tIIIken 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 l"21ce. creed, color, ethnicity. national origin, religion, age, sex. familia! status, marital status, ethnicity. sexual orientation or physical or mental disability as proscribed by law and that It will take affirmative aetnon to enslilre that such discrimination does not take place. The CONSULTANT shall comply with the Americans with iDisabilities 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 reprding employment eligibility and employment pracdces in leneral. Thus, all individuals and entities seeking to do work for me CITY are expected to comply with all appficable Jaws, 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 resolutlon of any dispute being a court of competent jurisdiction In Miami-Dade County. Aorlda. 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 exeart\on 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 paay 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 Thomas F. Pepe 111/.,11016 Page 5§ of" 139 anyone other than the parties hereto, and that only the parties herete shall have any rights hereunder. 35.0 further Assurances. The parties hereto avee to execute any and all other and further documents as might be reasonably necessary in order to ratify. confll'm, and effectuate the intent and purposes ef this AGREEMENT. 36.0 Time of Essence. Time is of the essence of this AGREEMENT. 37.0 Illt8[JnIItion. This AGREEMENT shall not be constrUed mere strongly against either party hereto. regardless cf who was more responsible for Its preparatlen. 38.0 Force Majeure. Neither party hereto shall be in default of its failure to perform its ebllgations under this AGREEMENT if caused by acts ef God, civil commetien. strikes, . labor disputes, lOr governmental demands ell' requirements that could net be reasonably -anticipated and the effects avoided lOr mitigated. Each party shall netify the ether of any such eccurrence. 39.0 SubcontractlOr; If allowed by this AGREEMENT, the CONSULTANT shall be as fully responsible te ths CITY fer the acts and omissions of its subcontractorslsubconsultants ~ It is fer the acts and omissiens of people diracdy empleyed by it. All subcontractors/5ubcensulW1t5 and their agreements, If ;nllowed by this AGREEMENT, must be approved by the CITY. The CONSULTANT shall require each subcontracter, who Is approved by the CITY. to agree In the subcontract te observe and be beund by all obligations and conditions of this AGREEMENT to w&1lch CONSULTANT Is bound. 40.0 Public Recerds: CONSULTANT and all of Its slIIbcennctors are required to comply with the public records law (5.119.0701) whlie providing geods and/or services on behalf cf the CITY and the CONSULTANT, under such conditions, shall incorporate this paraaraph in alii of its subcontracts fer this Project. Under such condltiol'1l. CONSULTANT and its subcontractors are specifically required to:. (a) Keep and maintain public records D"equired by tine publiC agency to perform the service; (b) UPOi1l request from ms public agency's custodian of public records. provide \the public agency with a copy of the requested records lOr allow the records to be inspected or copied within a reasenable time at a cost that does not exceed the cost provided In this chapter or as etherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from pebllc ~cerds disclosure requirements are not disclosed except as authorized by law for the duration of the centract tarm anal following compieeion of the contract If the cenhctor does not transfer the records to the public apney; and (d) Upon completion ef the contract, transfer. at ne cost, to the public agency all public records in possession of ~he contracter lOr keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public recerds to the public agency upon completion ef the contner, the contracter shall destrey any dupUcate public records that are exempt or confidential Md exempt from public recerds disclosure requirements. If the centracter keeps and maintains public records upon cempletlon ef the centract, the contracter shall meet all applicable requirements for retaining public recerds. All records stored electrenlcally must be provided to the public agency, upon request from the public agency's custodian ef public records. In a format that is cempatible with the informatlen technology systems ef the public agency. OF THE CONTRACTg~ HA~ QUESTIONS REGARDIN@ 'irH~ APPUCATION OF CHAPTER 089, flORIDA STATUTES, T@ THE CONTRACTOR"S DUTY TO PR@VUDE PUBLIC RECORDS RIELA TUNG TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLDC REeORD~ As T 305-663-6340; fe-mail: mmIBD'ileli1l«fl8il@louthmlamlfl.loV; , 0 30 SURsefc Drive, South Mlaml p IFL llltt:!. . 41.0 Netices. Whenever netice shall be required or permitted herein, it shall be ThamasF.ll"alpe IWI3tzO16 Pap 56 of" 140 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) 668-25 I 0 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.goy 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. ON WITNESS WHEREOF, this AGREEMENT was signed on or before the date first above written subject to the terms and conditions set forth herein. Thomas F. Pepe 10/13/2016 Page 57 of 66 I I I I I I \ I I~ I , I I~ I I f I I ! i'· I I Read and Approved as to Form, languaae• Legality· and Executlen thereof: By: ~.~;;...._::-~~~~_. --:--.;.;...~_. __ Thomas F. Pepe. Esq. City Attorney. ThOMa!! F. Pep. B'/8!11GB6 Page 58 of 1'16 142 ADDENDUM TO IPROFlESS!ONAL SERViCE AGRIEIEMENT "Professlonal General EngineerlnB and Architectural Services" RFQ #PW2016-22 The City and CONSULTANT agree that a separate rotational list will be dedicated for work performed under a continuing professional service contract, as specified in the Scope of Services, for "Certified Arborists Services," and a separate rotational list will be established for all CCNA professional services. "Certified Arborists Services" is defined as: 8 Certified AlI'borlst Services: Consultant may be called upon to review all tree removal .permit applications that are submitted to ensure compliance with the regulations outlined in Section 20-4.5.1 of the City's land Development Code. The review includes the initial site inspection followed up by the determination of mitigation and a final inspection. When needed, assist City Departments with other issues related to the maintenance, preservation, and protection of trees on both private and public property. The rotational list for "Certified Arborists Services'~ will rotate every three (3) months among the CONSULTANTS. The City intends to retain a maximum of four (4) qualified firms under four (4) separate but similar Professional Services Agreements. ~ ~~jlI~MI~ nglneering, Inc. .t:--,/ ~ By: /- .~:;;S ~/~teven Alexander, City Manager /.' ~-- Ignacio SerraltaiPresident (Name of Signatory) Read and Approved as to Form, Language, Legality and Execution thereof: BV: ._::.-~;;:-=-~6~~ Thomas F. Pepe, City Attorney Thamllll P. Pepe I 0I1l1120 16 ATTACHMENT A uCOIMIPlElNllA THON" IPROIFIESSDCNAIl. SleIRVDCli: A@.IEMIEINlT "f!i'&'G&fesslot!a211 General ElI'BllnaeO'lnll\lld Archltectw"aD Se"lc." IllFQ IJPWl016·l1 Page 59 of 66 143 Professional General Engineering & Architectural Services RFQ #PW2016-22 Wage Rates Summary Job Classification City of South Miami Benchmark Hourly Rate Principal $180.00 Sr. Project Manager $150.00 Project Manager $130.00 Senior Engineer $125.00 Senior Planner $125.00 Planner $85.00 Senior Traffic Engineer $125.00 Traffic Engineer $85.00 Senior Designer/Engineer $90.00 Designer $80.00 Engineering Intern $75.00 Senior CADD Technician $75.00 CADD Technician $65.00 GIS Technician $80.00 Senior Construction Inspector $90.00 Construction Inspector $75.00 Senior Landscape Architect $125.00 Landscape Architect . $115.00 Landscape Architect Intern $70.00 Arborist $75.00 Utility Coordinator $90.00 Surveyor / Mapper $85.00 Survey Technician $60.00 2-Man Survey Crew $115.00 3-Man Survey Crew $125.00 4-Man Survey Crew $135.00 Fire Protection Engineer $90.00 Plumbing Engineer $90.00 Mechanical Engineer $90.00 Electrical Engineer $90.00 Geotechnical Engineer $120.00 Geologist $90.00 Environmental Scientist $85.00 Senior Administrative Assistant $65.00 Clerical $45.00 ATIA~!I=IIM~NT.~ nlNl$UMNC~" gfNlDEMINDfHC~Tn©1N fit~QI!JOff\~MI!1:HNlT~ I}!lIl\tOIFESSBCNAU. SERVICE AGMIESOiIfElNT "'rolellli1lomlll fDanam IEII8s1nll!!8rllJ1ll1111lcil An:hitelCtumO !ioIJ'Vitt:ess"' OOFQ .,W1C8 6ala 1.0 I 0 Insurance A Without limiting Its liability, the contractor, consulWlt or consulting firm (hereinafter referred to as "FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and maintain at its own expense during the life of the Contract, insurance of the types and In the minimum amounts stated below as will protect the FIRM, from daims which may arise out of or resuRt: from the contlract or the performance of the eonU'act with the City of South Miami, whether such claim Is apinst the FIRM or any subacontnctor. or by anyone directly or ondirectly employee:!! by any of them or by anyone for whose acts any of them may !be liable.' B. No insurance required by the CITY. shall be Issued or wriuen by a surplus lines carlier unless authorized in wridng by the CITY and such authorization shall be at the CITY's sole and absolute disclretion. The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell Insurance In the State of florida, en forms approved by the State of Rorida. as will protect the FORM, at a minimum, from all claims as set forth below which may arise out of or result from the fiRM's operations under the Contract and for which the FIRM may be legally liabRe, whether such operations be by the FIR.M or by a Subcontractol1" or by anyone directly or ondill"ecdy employed by any of them, or by anyone for whose acts my of them may be lIab~e: (a) claims under workers' compensation, disability benefit and other Similar employee benefit acts which are applicable to the Work to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease. or death of the FIRM's employees: (c) claims for damages because of bodily injury, sickness or disease, or death of any person other than the FIRM's employees; (d) claims for damages insured by usual personal Injury liability coverage: (e) claims for damages. other than to the Work Itself, because of injury to or destruction of tangible property, Including loss of use resulting there from; (f) claims for damages because of bodily irijury, death of a person or propeJ1¥ damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for bodily Injury or property damage arising out of completed operations; and (h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract. 1.0 II Firm's Insurance Generally. The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as Is otherwise specifled hereinafter), the Insurance coverage written on Florida approved forms and as Set forth below: i .012 Workers' Compensation InsYrance at the statutory amount as to all employees in compliance with the ''Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, .as presently written or hereafter amended, and all applicable federal laws. Thomafl F. P<ape 10113/2.16 Page 60 of~' 145 I In addition, the policies must Include: Employers' liability at the SUtalltory coverage amount. The FIRM shalO further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. i .013 Commercial Comprehensive General Uabllir;y insurance with broad form endorsement, as well as automobile liability. completed! opea-ations and products liability. contraaualliability, severability of interest with cross Iiabili~y provision, and personal inju~ and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000.000 aggregate, including: o Personal Injury: $1,000,000; .. Medical Insurance: $5,000 per person; G Property Damage: $500,000 each occurrence; 1.014 Umbrella Commercial CompreheDlsive General Uabllit;y ilJ'lsurance shall be written on a florida approved form with the same coverage as the primary insurance policy but in the amount of S 1.000,000 per claim and $2,000,000 Annual Agregate. Covl!!rage must be afforded on a form no more restricwe than the latest edition of the Comprehensive GenerallJabUity policy. Without restrictive endorsements, as Rled by the Insurance Services OffIce. and must include: (a) Premises and Operation (b) Independent Contractors (e) Products and/or Completed Operations Hazard (d) Elcplosion, Collapse and Underground Hanrd Coverage (e) Broad Form Po-operty Damage (I) Broad Form Contractual Coverage applicable to this specific Contract, Includbrog any hold harmless and/oll" indemniftcation egreement. (g) PeS"Sonai Injury Coverage widl Employee and Contractual E)!(c/lLIsions removed, with minimum limits of coverage equal to those required fOil" Bodily Injury liability and Property Dam,.e Liability. 1.015 Business Automobile Uabllll;y with minimum limits of One Million Dollal/"S {$ I ,000,000.00) plus an additional One Million Dollar ($i,OOO.OOO.OO) umbrella per occurrence combined single limit for Bodily InJury Uabllity and Property Damage Uability. Umbrella coverage must be afforded on a form'no moo-e restrictive than the latest edition ohhe Business Automobile Liabifity policy, without restrictive endorsements, as filed by with the state of Florida, and must include: (a) Owned Vehicles. (b) Hired and Non-Owned Vehicles (c) Employers' Non-Ownership 1.016 SUBCONTRACTS: The FIRM agrees that if any part of the Work under the Contract is , sublet, the subcontract shall contain the same insurance provision as required by of the Firm. other than the Fire and Elctended Coverage Insurance and substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where applicable. 1.017 Eire and Extended Coyerqe Insurance (Builders' RIsk),IF APPUCABLE: , C. In the event that this contract involves the construction of a structure. the FIRM shall maintain, with an insurance Company or Insurance Companies acceptable to the CITY, "Broad" form/All Risk Insurance on buildings and strUctures, Including Vandalism & Malicious Mischief coverage, while in the course of construction. including foundations, additions. attachments and all permanent fixtures belong!ng to and constituting a part of Thoma IF. Pepe 1011311014 146 said bulldin. or structures. The poticy or policies shall also cover machinery, if the cost of machinery Is included in the Convact, or if the machinery is located in a building that is being renovated by reason of this contract. The amount of Insurance must, at all times, be at least equal to the repiacemenG: and actual cash value of the Insured property. The policy shall be &n the name of the CITY and the Firm, as their Interest may appear, and shall also cover the interests of all Subcontractors perfOrming Work. D. All of the provisions set forth In Miscellaneous section herein below shall apply to this coverage unless it would be. clearly not applicable. 1.0 18 MlsceIJaneous: F. If any notice of cancellation of Insurance OD' change in covenee is issued by the insurance company or should any insurance have an expiration date that wlDI occur during the period of this contract, the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation, change. or expiration so as to provide continuous coverage as specified in this section and so as to maintain coveraze during the life of this Contract G. All deductilbles must be declared by the FIRM and must be approved by the CITY. At the option of the CiTY, either dte FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a form satisfactory to the CITY covering the same. H. The policies shall contam waiver of subroption apinst CITY where applicable. shall expressly provide that slBch policy or policies are primary over any other collectible Insurance that cItY may have. The CITY reserves the fisht at any time to request a copy of the required policies for review. All policies shaiD contain a "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY as well as contractual liability provision covering the FIRM'S duty to indemnify the City as prOVided in this A:reement. . I. Before starting the Work, the FIRM shall deliver to the CITY certificates of such insurance, acceptabBe to the CITY, as well as the onsurance binder, at one is issued. the insurance ponty, including the declaration page and all applicable endorsements and provide the name, address and telephone number of the insurance apnt or broker through whom the policy was obtained. The Insurer shall be rated AVII or better per A.M. Best's Key Rating Guide. latest edition and authorized to issue insurance in the State of Florida. All iDisurance policies must be written on forms . approved by the State of Florida and they must remain in full force and effect for the duration of the contract period with the CITY. The FIRM may be required by the CITY. at its sole discretion, to provide a "certified copy" of ~e Policy (as defined In Article I of this document) which shaD incfude the declaration page and all required endorsements. In addition, dne FIRM shall· deliver, at the time of delivery of the insurance certificate, the following endorsements: (3) a policy provision or an endorsement with sulmamlally similar provisions as follows: 1bomalF.Pepe 80111120/6 "The City of South Miami is an additional insured. The Insurer shall pay all sums that the City of South Miami becomes leplly obligated to pay as damages because of 'bodily InJury", 'property damage' , or "personal and advertising . InJury" and it will provide to the City all of the coverage that Is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage B"; Page 62 of 66 147 (4) a policy provision or mn endorsement with substantially similar provisions as follows: "This policy shall not be cancelled (including cancellation for non-payment of premium), terminated or materially modified without flrn giving the City of South Miami ten (10) days advanced written notice of the Intent to materially modify the policy or to cancel or terminate the policy for any reason. The notification shaDI be delivered to the City by certified mall. with proof of delivery to the City." J. If the FIRM is providing professionall selrVices. such as would be provided by an Mchitect, engineer, attorney, or accountant, to name a few. then in such event and in addition to the above requirements, the fiRM shall also provide Professional Liability Insurance on a Florida approved form in the amount of $ i ,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the FDRM :shall become lepl!y obligated to pay as damages for claims arising out of the services or work performed by the fiRM its agents, representatives, Sub Contntctors or assigns, or by any person employed or ret2llne<ll by him in connection with mls Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance d any Project covered by this Agreement. However. the fiRM may purchase Specific Project Professional liability Insurance. In the amount and under the terms specified above, whicln Is; also acceptable. No insun-ance shall be issued by a surplus lines carner ulI1less authorized in writing by the city at the city's sole, absolute and unfettered discretion. G. The Firm accepts and voilUntarlly Incurs; ali risks of any injuries, damages. or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Firm or anyone acting through or on behaBf of the Firm. H. The Firm shall indemnify, defend. save al/Id hold CITY, its officers. affiliates, employees. successors and assigns. harmless from any and all damages, claims, liability. 105ses, claims, demands, suits. fln'es, Judgments or cost and expenses. Including lJ"easonable attorney's fees. paralegal fees and investigative costs incidental there to and incurred prior to, during or follOWing any litigation. mediation. arbitration and at all appellate levels, which may be suffered by. or accrued against, charged to or recoverable from the City of South Miami, Its officers, affiliates. employees. successors and assips. by reason of any causes of actions or claim of any kind or nature, including claims for injury to, or death of any person or persons and for the loss or damage to any property arising out of a negligent error. omission, misconduct, or any gross negligence. intentional act or harmful conduct of the Firm. its contractor/subcontractor or any of their officers. directors, agents, representatives. employees, or assigns, or anyone acting through or on behalf of any of them, arising out of this Agreement, InCident to it, or resulting from the performance or nonDperiormance of the Firm's obligations under this AGREEMENT. I. The Firm shall pay all ciaims. losses and expenses of any kind! or nature whatsoever, in connection therewith. including the expense or loss; of the CITY and/or its affected Thoms IF. §Depe UIIIJl1016 148 ~ I I I J ! officers, affiliates, employees, successors and assigns, including their attorney's fees. in the defense of any action In law or equity brought against them and arising from the negligent error, omission, or act of me Firm, Its Sub-Contractor or any of their agents, representatives, employees. or assigns, and/or arising out of, or incident to, this Agreement, or incident to or resulting from the performance or non-performance of the Firm's obligations under this AGREEMENT. j. The Firm .rees and recognizes thent neither the CITY nor Its officers, affiliates, I8mpfoyees, successors and assigns shall be held liable or responsible for any claims. including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the Firm. Its contractor/subcontractor or any of their agents, representatives. employees. or assigns, or anyone acting through or on behalf of the them. and arising out of or concerning the work or event that is occurrin: on the CIlY's property. In reviewing. approving or rejecting any submissions or acts of die Finn. CITY In no way assumes or shares responslblilty or liability for the acts Oil' omissions of the Fi~, its contractor/slObconuactor or any of their agents. IJ"epresentatives, employees. or asslsns. or anyone acting through or 01'11 behalf of them. K. The Firm has the duq to provide a defense with an attorney or law finn approved by the City of Sowh Miami; which approval will not be unreasonably withheld. L However. as to design professional contracts. and pursuant to Section 725.08 (I). Florida Statutes, none of the provisions set forth herein above that are In conflict with this subparaaraph shall apply and this subparagraph shall set forth the sole responsibility of the design professional concern ins indemnification. Thus, the design professional's obligations as ItO the City and its agencies. as well as to its officers and employees. is to indemnify and hold them harmless from liabilities, damages, losses. and costs, Including. but lIlot limited to, reasoll1abBe attorneys' fees. to the extent calJlsed by the negligence, reckles$ness. or Intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract Thomas F. Papa 1011311016 THIS IS INCLUDeD IN THE GENERAL CONDITIONS END OF SECTION 149 May 1, 2017 Mr. Aurelio J. Carmenates, P.E. Capital Improvement Project Manager City of South Miami Public Works Engineering & Construction Division 4795 SW 75th Avenue Miami, FL 33155 Re: City of South Miami Dante Fascell Park Parking Lot Improvements. Dear Mr. Carmenates, We appreciate this opportunity to prepare this Proposal for Professional Services for the referenced project. In accordance with our Professional Services Agreement for General Engineering and Architecture Services, we are submitting our understanding of the Scope of Work and Fee Proposal to provide Engineering Services in connection with the referenced project. The Scope of Work as we understand it at the present time will consist of civil engineering design, permitting, and construction phase services for the construction of improvements to the existing parking lot at Dante Fascel Park located on Red Road and SW 87 th Street. The extent of the project is to maximize the amount of parking spaces and the addition of a trash container area. Trash container area shall consists of a concrete slab with a 6-ft high chain link fence enclosure with privacy slats. The project will require regrading the existing parking lot since it now drains to the greens areas including the Red Road right of way (ROW) and new drainage system. The project will also require coordination with Miami-Dade County Public Works Department (MDCPWD) due to an existing encroachment into the right of way along Red Road and a new concrete sidewalk along the Red Road ROW to connect the existing sidewalks north and south of the existing parking lot. All work shall be in accordance with the accepted pr.actices and design standards of the City of South Miami, Miami-Dade County and local regulatory agencies. This work will include the following: Civil Engineering Design Services: 1. Provide Project Administration services, including attending meetings and coordination with City Staff, geotechnical and Surveyor to discuss project and City requirements 2. Coordination work with electrical engineer, structural engineer, landscape architect, surveyor and geotechnical testing firm. 3. Conduct site visit and field investigations as needed for design. 4. Research of existing utilities records and "As-Built" drawings within the project area. 5. Prepare base plans from survey information and incorporating utility as-built information. 6. Prepare two schematic site plans to present to City for site plan approval. May 1,2017 . Page 2 a. One site plan shall show best possible increase in. stall amount within Park property. b. Second site plan shall show best possible increase in stall amount with encroachment into County ROW. 7. Coordinate and attend meeting with County Public Works and City to discuss project and assist City in obtaining County approval to encroach into ROW. 8. Based on outcome of County/City meeting and selection of site plan by City, SRS shall prepare Engineering Design Plans including the following: a. Submittals to City shall be provided at 75% and 100% complete. b. General notes and technical specifications shall be provided on drawings. c. Preliminary list of drawings sheets i. C-1 Title Sheet ii. C-2 Location Plan, General Notes, and technical specifications iii. C-3 Demolition Plan iv. C-4 Geometry Plan v. C-5 Typical Cross Section vi. C-6 Paving, Grading and Drainage Plan vii. C-7 Pavement Marking and Signage Plan viii. C-8 Miscellaneous Details and Notes ix. C-9 Miscellaneous Details and Notes x. C-10 Miscellaneous Details and Notes 9. Preparation of preliminary engineer's estimate of probable construction cost. Plans Processing and Permitting Services: 10. Submit and process completed permit applications, construction drawings and support documentation to City of South Miami for review and permit approval. 11. Submit and process completed permit applications, con·struction drawings and support documentation to RER for review and permit approval of on-side drainage system. 12. Submit and process completed permit applications, construction drawings and support documentation to MDCPWD for review and permit approval of construction work within ROW. Construction Phase Services: 13. Bid Services -Provide bid support services including attending pre-bid meeting, responding to pre-bid request for information, and review of bids. 14. Construction Administration -to complement the City's Inspection/CEI, assist and/or participate in pre-construction meeting, respond to Contractor's request for information May 1,2017 Page 3 (RFI's), review and approve shop drawings, and conduct Six (6) construction site visits to observe on-going construction and adherence to construction documents. Exclusions Expressly omitted from the services to be provided by SRS are the following. These services or fees shall be considered additional to this contract and would have to be renegotiated as additional services. • Civil design revisions resulting from site layout changes occasioned by others, including changes due to permitting agency preferences, not code compliance, which are caused beyond Engineer's control or authority. • Design of utilities Which maybe needed due to' conflicts or to meet regulatory agency requirements. This may include, but is not limited to, water main extensions, drainage systems, force mains, gravity sewers, lift stations, etc. • Design of on-site/roadway landscaping, lighting or irrigation. • Payment of impact, mitigation or regulatory agency review and permit fees. • Other professional engineering services as may be requested by the City. SUBCONSUL TANTS The following are professionals contracted be SRS Engineering, Inc. to assist in the preparation of the work outline above. • NELCO Testing and Engineering Services, Inc. (Geotechnical Engineering) • Hadonne Corp. (Surveying and Mapping) SCHEDULE OF WORK -TIME OF PERFORMANCE SCHEDULE OF DELIVERABLES Task, Sub-Major Task, Sub-Task, Activity, or Duration Delivery Date* task, (specify weeks (cumulative or Activity ID Deliverable or calendar weeks, or # days) calendar days) 2 Completion of Survey 3 weeks NTP + 3 weeks 3 Conduct Utility Search and Initial site visit o week NTP + 3 weeks 6 Preparation of Schematic Site Plans 1 week NTP + 4 weeks 7 Meeting with MDCPWD/City 2 weeks NTP + 6 weeks 7 Approval of Site Plan by City 1 weeks NTP + 7 weeks 8 Preparation of Design Drawings 3 week NTP + 10 weeks 8a Submittal -75% Plans 1 week NTP + 11 weeks 8a 75% City Review 1 week NTP + 12 weeks 9 Prepare Const. Cost Estimate o week NTP + 12 weeks , , ' , , , l r.1 f " .. ,'1' 8a Final Submittal-100% Contract Plans 8a Final Submittal-City Review 10-12 Perm itti nQ 13 Bid Phase Services 14 Construction Phase Services COMPENSATION 1 week 1 week 6 weeks 6 weeks TBD May 1,2017 Page 4 NTP + 13 weeks NTP + 14 weeks NTP + 20 weeks NTP + 26 weeks TBD Our Engineering Fees for the above described Basic Services will be a lump sum amount of TWENTY-EIGHT THOUSAND THREE-HUNDRED and NINETY -FIVE DOLLARS ($28,395.00). Please see fee breakdown below. It does not include plan review or permitting fees. Payment will be based on monthly invoicing as a percentage of completion of work.- Topographical Survey ................................................................................. $ 3,540.00 Geotechnical Services ................................................................................... $ 900.00 Completion of Schematic Site Plans ......................................................... $ 5,810.00 Completion of Design Plans ..................................................................... $12,375.00 Permitting (RER, MDCPWD, City) .............................................................. $ 2,535.00 Bid and Construction Phase Services ...................................................... $ 3,085.00 Reimbursable Expenses ................................................................................ $150.00 TOT AL ..................................... : ................................................................... $ 28,395.00 We would expect to commence our services promptly after receipt of your acceptance of this proposal and approval of the purchase order. This Proposal and our Agreement with the City represents the entire understanding between the City of South Miami and SRS Engineering, Inc.-in respect to the Project and may only be modified in writing when signed by both of us. If the foregoing-is agreeable to you, please execute the original of this Agreement where indicated below and return to our office. Very trul 'CYours, ~iserralta1!~ Pres'-ent I have read the foregoing Letter of Agreement and agree to all terms and conditions stated therein. Accepted this ___ day of ______ , 2017 City of South Miami By: ________ ------ Title: _____________ _ • •• '< " . . I" ,,..., ", ~ , • '"". 'Il' t:: NGJ '. EEf"'INC;.IN~ ACTIVITIES BY SRS (Salaries) ACTMTIES BY OTHERS ENGINEERING COST BREAKDOWN City of South Miami Dante Fascel Park Parking Lot Improvements \ i Tests SUMMARY $23,805 Estimated OUT OF POCKET EXPENSES including reproduction costs, etc. DATE: 5/1/2017 $23,805.00 $4,440.00 $150.00 TOTAL THIS PROPOSAL =_ I\IELCD TESTING & ENGINEeRING SERVICES. INC. Letter of Proposal SRS Engineering, Inc. 500] SW 74th Court, Suite 201 Miami, Florida 33155 Attention: Reference: Folio No.: Ignacio Serralta Dante Fascell Park 8600 SW 57 th Avenue South Miami, FL 33143 09-4036-000-0600 April 28, 2017 Thank you for requesting a proposal for our services at the above referenced project. Proposed testing to be perfonned at existing asphalt parking area. We hereby propose to perform the following: 2 Soil Percolation Tests (per SFWMD -15 feet deep) @ $25{).00 each---------------$ 500.00 Public Utility LocationlLayout Coordination-----------------------------------------------$ ] 00.00 ClosurelRestoration with Cold Patch Asphalt/or Grout @$50/each hole---------------$ 100.00 Drill RigfEquipment !Personnel Mobilization----------------------------------------------$ 200.00 (Standard fee of$ 200.00 per day/per trip) NOTE: Total Amou nt ------------------------------------------$ 900.00 Please note site is to be accessible for entry & performance of work. Any clearing necessary is to be performed by others. This proposal is based on site being accessible with truck-mounted drilling equipment. Net Pay: 30 Days Conducting the above referenced tests involves driving a heavy truck·mounted drill rig or the mobilization of other heavy drilling equipment (i.e. tri·pod) into the property, and drilling holes into the ground. We will not assume responsibility for damage to privately owned Wlderground utilities (such as sprinklers, street lighting, etc.), septic tanks or other Wlderground structures which may result from drilling activities or mobilization of drilling equipment if not Identified prior 10 mobilization to the site. We will also not be responsible to damage of lawn or soft ground whic.h may resultfrom the use or moveme'!t of this equipment on the property. The information contained in this document is intended 10 be used as a proposal of project specific fees as requested. based on information given and intended for the explicit use of the client. It shall remain confidential -disclosure of any kind to third parties for any purpose is strictly forbidden. Nelco Testing and Engineering Services, Inc. is pleased to assist you with this project. If you have any questions or need further assistance, please call us at (305) 259-9779. Respectfully Submitted, Nelco Testing and Engineering Services, Inc. ~ ACCEPTANCE OF PROPOSAL Signature 13370 SW 131 s: Street, Suite 105, Miami, FL. 33186 (305) 259-9779 w\vw.Ne1coTesting.com 1/ ~elco \@bellsouth.net Date iFrom~ \$:~tif;' "'tor ::s·"pi~t~' !all~d~t 'l?leike:firid 6:eloWlhiHee bteaf<d6wriils:prdmtsed ~I.?~~;:I;~ '~~tf~a~, ~:~~~' . ~~'. :M;:inSiu:,ve'2 C:t:'E:l.W' 'Da:~y: Rat~ ,t~~'blr ;:=:::~~;~~~:,:~.:. :~.~~: 'CA'fjo "'TeGl'Ih'iela:m: ::t:tL:tlO: ;f?,lrd'm~<i,p;;1iL Xl '-'0·0.' mf ;~()~h.: '.sh~~t ;~ ~,!\. ;$:U1i)j~y; ~J:;~k ·P:~I.y' :R~'t:$: ;~P;tiY~Y9't.· t ~~p,~~t . 'SU'!1VEiY 'Iife:chnician ~np 19~¢b.~<i}.i.~n :E~·i.p:g~~t ~'P9tb:~1t~I!,"'~ :~ Mati :fj:urvef: ;~r'e'w ;riaiy fu:l:1te' ,s.u;r;.ve,'¥or ]~~®li?~;r '$.1:iit~e.y ·'.j;~¢.&iliqi~ll .q~I)];}Tli!~'hn1<;:;i ,!li1 a?ti'in:ei\w.:a 1, • 1· :'1;:0. t'Q;fr 2~{i9 ;2' .:~ro ';):ifJ !.OO fj 1~0 i:o.i(j,Q ,$.,:O:Q ~liOO, 1'6 .. '00 :0 ... :5.:0 froJl\.:lror~pip~:S~:t.r~(ta..:~igna~I~'@S~$~<rQrP.,~c;im;;>! Seli'f~. firUi~'1,.Apr.U '28/.10l1:i:tO:(la15~1:;AM 'To,b4;i:tr~hatn:Ha;tl'at(;PSM :SIJ~J~~t.::tii¢W~Q:utb·Nl1.~m( ~I'gj~~~.~ ,Abraham! M:~ed. pr~)'p()S~lsorr~b~~~ PtQj~~bA$AP.: flours j{Q:U~$ gQgt§ Hoail:';s a,pll;t\:;i tr49)~~;s' Hou:ts itours ij~~~s.: H.2.iftli;l H(;iX;l:r·$. .ag.\,p;.~ ij:~i$:j:"S: HO.U~S ,ilQ,Qrs , .. j ::ct!L.lM; '2$r:. ,HQ.\;U"I ~,$. <J~'o' . J;'~; .. ij'~iJ't: '§'QliQg, ·F~";H.:9tir 65, .. OQ ·P"er:: .. Rf)u'r ,tea;!) .dJO.: :~~f.' :.a:~,P.j;; @l~;~ d/Q': iP$t:ff~~~ ~ In') ,::Ob'Rer'it'our ~, .6:0,. Jillfie-l:' 'H0.11r ~; .;~~.i·Q9·J?.~# If§]J,i;t: ~ f11Q •. '00' l~e.r' 'Ul;)'Ur: @ l~e .D(1) Pe~ :Hbat: .0; :s..;~,., Q:o. 1;1;¢~ :!:l:gqt, ~~. :~,e":M ~$t 'ac:n;i;1': ~, 65.:M ·pe;·r 'Jtou:r: .@. l.S'P .~O:O Ee.r ,El~1il~; ~!!.Q:(tQ' .,:Q.t); :!J"lQ !')Q'Q; ,2.4'0,:1;)0" I, ,b:(Q .l0o. ~tQ ,;QO: $'a;",!:ilfo .'M: )1..;( ~:&'Q ,j).t1} j'i!}tGA5Q.; .!r2Vi..!{lO' li Q:4,Jh:Qf)' ~·~.'Oo , $2 p (f7{Q .• ;,OQ. l~ 2;$~tL:(iu 1,9[([i;4~.P ~%\hJ>':Q 1 t {i)HLJi.6. 911..;0.0 :~~;i~i9;~,·:Q.Q " , ~ j ce at South end with Fire at he North. Possible 48 spaces with 2 for ADA. This alternative will require paving approximately 8 feet of the existing swale and authorization from the County to extend the parking into their ROW approximately 12 feet.