Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Res No 100-17-14901
RESOLUTION NO: 100-17-14901 A Resolution authorizing the City Manager to execute a professional service work order for EAC Consulting Inc., for a Traffic Study on SW 60th Street in the vicinity of South Miami Middle/Elementary School. WHEREAS, the Mayor and City Commission wish to improve the traffic circulation on SW 60th Street in the vicinity of South Miami Middle / Elementary School; and WHEREAS, EAC Consulting, 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, EAC Consulting, 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 $26,703.78 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 EAC Consulting, Inc., the Traffic Study on SW 60th Street in the vicinity of South Miami Middle / Elementary School. 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 EAC Consulting, Inc., to provide a Traffic Study on SW 60th Street in the vicinity of South Miami Middle / Elementary School for an amount not to exceed $26,703.78. The expenditure shall be charged $26,703.78 to the Capital Improvement Fund Account number 301-1790-519-6450 which has a balance of $995,000 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. 100-17-14901 PASSED AND ADOPTED this.ll.. day of May, 2017. ATTEST: APPROVED: f!JK!&lJ.A MAYO COMMISSION VOTE: 4-1 Mayor Stoddard: Yea Vice Mayor Welsh: Yea Commissioner Harris: Yea Commissioner Liebman: Nay Commissioner Edmond: Yea Page 2 of 2 THE CITY OF PLEASANT LIVING To: FROM: DATE: SUBJECT: BACKGROUND: VENDORS & CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM The Honorable Mayor & Members of the City Commission May 16, 2017 Agenda Item No.:3 Steven Alexander, City Manager A Resolution authorizing the City Manager to execute a professional service work order to EAC Consulting Inc., for the Traffic Study on SW 60th Street in the vicinity of South Miami Middle / Elementary School. The vicinity of South Miami Middle / Elementary school experience traffic congestion during school drop off / pick up. To improve these conditions, the City is requesting professional engineering services to provide a traffic study on SW 60th Street in the vicinity of South Miami Middle / Elementary School. EAC Consulting, 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, IIConsultants Competitive Negotiation Act. Professional Services were requested for the Traffic Study on SW 60 th Street in the vicinity of South Miami Middle / Elementary School and a proposal was provided on May 4, 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 $26,703.78. ATTACHMENTS: The expenditure shall be charged $26,703.78 to the Capital Improvement Fund Account number 301-1790-519-6450 which has a balance of $995,000 before this request was made. Resolution Resolution #060-17-14861 Professional Services Agreement EAC Consulting Inc., proposal letter dated May 4,2017 ... ,' .' , \ :., , ' , ' ': ·0 .• ~;~~ ; :.~:.' , '," '$~Mft:~~l!if~.,ij_.d6'·$,e,ha~et;o,'t.n,.~;,ne.a.:li'."':'··~· '," , " .. '.: ..... . , . , ; ....... '. :.i. -.i:$,·o ... .' . '. .. <;~~~.r'~~'~~~> ., .;' ·t.: . '.' '-. . ~ '. ~ .... . · .... .' . : -. . .. :R'~~;,~:.:,~~:;;:~Q.:~~g.-r7~t~]~IRJ. .. ":; .. : '.,' ,,"" ::" ;: :".-.:. ',-' , .. ;'"--·.-,-.. ,.,'1·, I:'," . , .: .. ~:~9~~:~~~~~f~Q]~~~:"""::·~:;'~~:,~:;~~;·~~~; :.-; .. '. :. ,~:.: . ". ' .-~ ~.: -. -. "'; :'" '. i( .... " .. IEXHHlIUT #6 PROFIESSHONAL. SERVOCIE AGHIEMIENl' "Professional Gel/'llerall Engineering and Architectural Services" RFQ .w2@16--12 ~ '\ ~t-t'\ 1\(2.c.", n THIS AGREEMENT made and entered into this ~ day of Decemher-. 20a.. by and between the City of South Miami, a municipal corporation (hereinafter referred to as Owner or CITY) by and through its City Manager (~erelnafter referred to as CITY or City Manager) and EAC Consulting. Inc. who is authorized to do business in the State of Florida, (hereinafter referred to as the "CONSUL TANr). In consideration of the premises and the mutual covenants contained in this AGREEMENT, the parties agree to the following terms and conditions: 1.0 General Proyisions I. i 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. !.2 The CITY agrees that it will furnish to the CONSULTANT available data and documents in the CITY possession pemining to the WORK to be performed under this AGREEMENT promptly after the issuance of the Notice to Proceed and upc;»n written request of the CONSULTANT. 2.0 Scope of Services. The CONSULTANT shall perform the work as set forth in the Scope of SeDic. 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 detennined 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 th.e 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 avees 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 n-nuF.Pepe IIIIJI2OI6 Pa&e!U 0#66 wages, benefits, overhead and profit and that shall be in writing, signed by the CONSULTANT and the City Manager and attached herato as ATTACHMENT A. 5.0 Payment and Partial Payments. The CITY will make monthly payments or partial payments to the CONSULTANT for ali authorized WORK performed during the previous calendar month as set forth in the schedule of payment as set forth in ATrIlCHMENT A or, if no schedule of payment exhibit is attached to this AGREEMENT then payment will be made 30 days following the receipt of CONSUL TANrs 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 alB 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 chaD'i!cter, quality. amount and value. The representativeos decisions Lapon all claims. questions, and disputes shall be final, conclusive and binding upon the parties unless such determination is clearly arbitrary or unreasonable. On the event that the CONSUIL TANT does not concur in the judgment ofthe representative as to any decisions made by him, CONSULTANT shall present his written objectlons"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. S.O 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 provuded in s. 287.017 for category four. the CONSULTANT shall execute a truth-in-negotiation certificate stating that wage D'i!tes 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 faenial unit costs. All such contract adjustments must be made within one year follOWing the end of the contract. ]0.0 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 CONSULTANTs 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 C!TY'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 UnauthQrized 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 t~ any sub-CONSULTANTs used by the CONSUlT~N~ as well. The CITY reserves the right at its discretion. but does not assume the obhgatlon. 'TIIomm IF. lP'epe 1011312016 Page nof~~" to require proof of valid citizenship or, in the alternative, proof of a valid green card for each person employed in the perfonnance of work or providing the goods and/or services for or on behalf of the CiTY inciuding 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 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 e):(pressly 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 woric was performed. 14.0 Term. This AGREEMENT shall remain in force until the end ofthe term, which includes ail authorized renewals. or unless otherwise terminated by the CITY. The term of this agreement is three (3) years from the issuancll[! of the Notice to Proceed and one two- year option-to renew. The option to renew is at the discretion of the City ManiDger. The CITY may terminate the contract without cause following 30 days advanced notice to the CONSUIL TANT. 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 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. 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 AITACIJ=IMENr 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 Thomas F. Pepe 1011311016 Page n of 6& AGREEMENT. 19.0 ~. CONSULTANT shall be responsible for payment of all federal. state, af1C:IIor local taxes related to the Work, indusive of sales tax if applicable. 20.0 Drul Free Workplace. CONSULTANT shall comply with CITY'!i 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 an 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 Ucenses and Certifications. CONSUL rANT 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 shalllbe binding upon and inure to the benefit of the City of South Miami and CONSUL i ANT and to their respective heirs. successors znd assigns. No modification or amendment of any terms or provisions of this AGREEMENT shan be valid or binding unless it complies with this paragraph. This AGREEMENT. in general. and this pangraph. in particular, shal! 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 soch approval is required by ordinance or the City Charter. no amendment. to this AGRIEEMENT shallibe valid unless approved by written resolution of the City Commission. 25.0 Jury Trial. CITY and CONSULTANT knowingly, orrevocably voluntarily and intentionally waive any right either may have to a trial by jury in State or Federal Court proceedings in respect to any acdon. 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 constru~ 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 Thomas f.ll"epa 101l3120B6 Page §4 01" AGREEMENT. or existing in law orr 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-Walyer. 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 whoie or part, including the provisions of this paragraph, may be Implied by any act or omission and will on!y 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, ethniclty, 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 Msure 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 ello work for the CITY are expected to comply with ail 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 Goyemjnl 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 Eff'ectiye 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 Partx Beneficiary. It is specificdy 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 tht! benefit of or be enforceable by Thomas F. Pape 10IIJI1016 Page 55 of 66 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 ifully responsible to the CITY for the acts and omissions of its subcontractorslsubconsultants as it is for the acts and omissions of people directly employed by it. All subcontractorslsubconsultants and their agreements, if allowed by this AGREEMENT. must be approved by the C~TY. The CONSULTANTshillU 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 R.ecords: CONSULTANT and ali of its subcontractors are required to comply with the public records law (5.1 ~9.0701) while providing goods aUld/or services on behalf of the C~TY 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 2gency 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 recor:ds 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. OF mE eONiiMCT@1R ~AS ~I1JIESiiBON$ 1ft~@A~IQ)RINIG 1r1Hlff: AIfb~U(;ATDOINl OF CIHA.liZ>TEIl\ 0 R~p FL©/RBDA STAifUTIC5p TO THE (;ONTMCT@IPl'S Dun TO IPIiil©VODE ~lUIImLDC ~E(;ORl!)$ IRlEtlAiI'DINIG TO TIHIO$ COfNlTMC1i'p C@fNlTACT TH~ CU$'il"OIQ)OAINl @f Pl\,9~!LDC fii!IECC~D§ AT 3JO§g"l .. 634@; E .. m&OB: mmefl'lltifl'lldex.clIlItlhmoamitll.pv; ~ 0 J@ $II1I1I!lSett Drivep $ClI8dn IMIhllmi, ftL. 33 D 43. 41.0 Notices. Whenever notice shall be 'required or permitted herein. It shall be 11Iomss F. Papa 10I131101G PageS6 of 66 delivered by hand delivery. e-mail (or similar electronic transmission). facsimile transmission or certified maU. with return receipt requested and shall be deemed delivered on the date shown on the e-mail or delivery confirmation for any facsimile transmission or. if by certified mail, the date on the return receipt or the date shown as the date same was refused or undaimed. If hand delivered to the CITY. a copy must be stamped with the official City receipt stamp showing the date of deliver; otherwise the document shall not be considered to have been delivered. Notices shall be delivered to the following individuals or entities at the addresses (including e-maU) or facsimile transmission numberS set forth below: To CITY: With copies to: To CONSULTANT: City Manager. 6! 30 Sunset Dr. South Miami. fl3314J Tel: (305) 668~25 10 fzx: (305) 663-6345 E-mail: salexander@southmaamifl.gov City Attorney 6 U 30 Sunset Dr. South Miami, fl :33143 l'e~: (305) 667D2564 fax: (305) 341 D0584 E-man: tpepe@southmiamifl.gov 42.0 Corporate AuthoritY: The CONSULTANT and its representative who signs this AGREEMENT hereby certifies under penaity of perjury that the CONSULTANT and its representative have, and have exercised, the required corporate power and that they have complied with all applicable legal requirements necessary to adopt. execute and deliver this AGREEMENT and to assume the responsibilities and obligations created hereunder; and that this AGREEMENT is duly executed and delivered by an authorized corporate officer. in accordance with such officer's powers to bind the CONSULTANT hereunder. and constitutes a valid and binding obligation enforceable in accordance with its terms, conditions and provisions. DIN WO'fINl~$S WH~REOf. this AGREEMENT was signed on or before the date first above written subject to the terms and conditions set forth herein. ATT BY{---r-,<!-"--:r---=-..;;;;~~~~.:e..; TIIomas F. Pepe 8011312016 COINlSR D1t~ By: .~:.. ... -... --- Michael Adeife! P .E. (Print ~ove) ~ City~~ By: ~ Page 57 of" Steven Alexander City Manager Read and Approved 215 to Form, language, legality and Execution thereof: By.p;~ Thomas F. Pepa, Esq. City Attarney Thomas F. Pepe 3 OIUl/10 14 March 31, 2017 Mr. Steven Kulick, C.P.M Chief Procurement Officer City of South Miami 6130 Sunset Drive South Miami, Flo 33143 Re: City of South Miami Benchmark Wage Rate Summary RFQ #PW2017-22 Dear Mr. Kulick, EAC Consulting, Inc. received the City of South Miami's (City) Benchmark Wage Rate Summary for the above-referenced contract. We understand thC!t it is the City's desire to utilize these "Benchmark Rates" for the work that would occur over the term of the agreement. In order to establish our rates, we considered the rates actually paid to the proposed staff listed in our response to the RFQ and utilized a 2.65 multiplier for our revised proposed rates. EAC Consulting respectfully submits this revised counter offer to the benchmark rates provided to us. We trust that you will find these rates acceptable and are available for any questions or subsequent discussions as necessary. Please feel free to call me at (954) 714-2007. Sincerely, EAC Consulting, Inc. ~x; I (J:i(-{ju~<. ~na Grace, P.E. Project Manager cc. Mike Adeife, P.E. -EAC Consulting, Inc. Attachments: Exhibit A -Compensation rev 2017-03-31 815 NW 57 Avenue, Suite 402 & Miami, FL 33126 H Phone: 305-264-2557 U Fax: 305-264-8363 [www.eacconsullcom ~ CA # 7011 ATTACHMENT A "COMPENSA nON" PROFESSIONAL SERVICE AGREEMENT CITY OF SOUTH MIAMJ£ "Professional General Engineering and Architectural Services" " RFQ #PW2016-22 The fees for professional services for the Work shall be in accordance with the following billing rates for EAC Consulting, Inc. and subconsultants. Hourly rates include all wages, benefits, overhead and profit Direct Expenses (Reimbursables) shall include "5% markup Billing Rates shall be subject to yearly escalation of3.5%. SALARY COSTS Category Soutlia Miami Benchmark HOllllrly 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 DesignerlEngineer $90.00 Designer $80.00 Engineer 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 Sernor 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 EAC Consulting, nnc. City of South Miami RFQ #PW2016-22 EAC Revised Proposed Hourly Billing Rates $181.46 $179.66 $171.58 $148.22 $134.75 $103.31 $134.75 $103.31 $107.80 $85.34 $75.00 $80.85 $76.36 $80.00 $97.02 $90.73 $134.75 $115.00 $71.86 $85.34 $90.00 $107.80 $76.36 SALARY COSTS Category South Miami Benchmark. EAC Revised! Proposed Hourly Rate Hourly Billnog Rates 2-Man Survey Crew $115.00 $115.00 3-Man Survey Crew $125.00 $125.00 4-Man Survey Crew $135.00 $135.00 Fire Protection Engineer $90.00 $134.75 Plumbing Engineer $90.00 $112.29 Mechanical Engineer $90.00 $112.29 Electrical Engineer $90.00 $143.73 Geotechnical Engineer $120.00 $120.00 Geologist $90.00 $116.78 Environmental Scientist $85.00 $116.78 Senior Administrative Assistant $65.00 $65.00 Clerical $45.00 $45.00 3/3112017 Date Senior Vice President EAC Consulting, ][nc. City of South Miami RFQ #PW2016-22 III, • U'n'U "f.\~.\N'll1\·I:-l(: ADDENDUM TO PIROlFlESSBONAl SERVDCE AGREEMENT "Professional General Engineering and Architectural Sentlces" RFQ "PW2016-22 . The Oty 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 Arborlsts Services" Is defined as: f!l Certified Arborist 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 s~"ar Profes al Services Agreements~. _ of South Miami ---v.,_.-..=~----~-__ . By: -<, .... 3/30/2017 (Name of Signatory) Read and Approved as to Form, Language, Legality and Execution thereof: By: _ ~~;?c-A;:;';:''" Thomas F. Pepe, City Attorney ATTACHMENT B INSURANCE" 9NDEIMlNHIFUCATDOlNl RfEQUDRIEMEINlT§ PROFESSIONAL SEIRVBCE AGREEMENT "Professional General !Engineering and Architectural Services" IRFQ #PW20 16-22 1.0 I 0 Insurance A. Without limiting its liability, the contractor, consultant 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 claims which may arise out of or result from the contract or the performance of the contract with the City of South Miami, whether such claim is against the FIRM or any sub-contractor, or by anyone directly or indireEtly employed 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 written by a surplus lines carrier unless authorized in writing by the CITY and such authorization shall be at the CITY's sole and absolute discretion. The FIRM shall purchase insurance from and shall maintain the insurance with a company or companies lawfully authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as will protect the FIRM. at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a) claims under workers' compensation, disability benefit and other similar employee benefit acts which are applicable to the Work to be 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 injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; (g) claims for bodily injury or property damage arising out of completed operations; and (h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract. 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 specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below: 1.012 Workers' Compensation Insurance at the statutory amount as to all employees in compliance with the "Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as presently written or hereafter amended, and all applicable federal laws. Thomas F. Pepe 1011111016 Page 60 of 66 In addition, the policies must include: Employers' Liability at the statutory'coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. 1.013 Commercial Comprehensive General Liability insurance with broad form endorsement, as well as automobile liability, completed operations and products liability. contractual liability. severability of interest with cross liability provision. and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000 aggregate, including: o Personal Injury: $1,000,000; o Medical Insurance: $5,000 per person; o Property Damage: $500,000 each occurrence; 1.014 Umbrella Commercial Comprehensive General Liability insurance shall be written on a Florida approved form with the same coverage as the primary insurance policy but in the amount'of $1,000,000 per claim and $2,000.000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy. without restrictive endorsements. as filed by the Insurance Services Office. and must include: (a) Premises and Operation (b) Independent Contractors (c) Products and/or Completed Operations Hazard (d) explosion. Collapse and Underground Hazard Coverage (e) Broad Form Property Damage (f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. (g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. 1.015 Business Automobile Liability with minimum limits of One Million Dollars ($1.000,000.00) plus an additional One Million Dollar ($1,000,000.00) umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by with the state of Florida, and must include: (a) Owned Vehicles. (b) Hired and Non-Owned Vehicles (c) Employers' Non-Ownership 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 Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where applicable. 1.017 Fire and Extended Coverage Insurance (Builders' Risk). IF APPLICABLE: 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, incJuding Vandalism & Malicious Mischief coverage, while in the course of construction, including foundations. additions, attachments and all permanent fixtures belonging to and constituting a part of Thomas F. Pepe 10113/2016 Page 61 of 66 said buildings or structures. The policy or policies shall also cover machinery. if the cost of machinery is included in the Contract, 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 replacement and actual cash value of the insured property. The policy shall be in 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. 1.018 Miscellaneous: F. If any notice of cancellation of insurance or change in coverage is issued by the insurance company or should any insurance have an expiration date that will occur during the period of this contract, the FIRM shall be responsible for securing other acceptable insurance prior to such cancellation. change, or expiration so as to provide continuous coverage as specified in this section and so as to maintain coverage during the life of this Contract. G. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the CITY; either the 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 contain waiver of subrogation against CITY where applicable, shall expressly provide that such policy or policies are primary over any other collectible insurance that CITY may have. The CITY reserves the right at any time to request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross 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 Agreement. I. Before starting the Work, the FIRM shall deliver to the CITY certificates of such insurance, acceptable to the CITY, as well as the insurance binder, ifone is issued, the insurance policy, including the declaration page and all applicable endorsements and provide the name, address and telephone number of the insurance agent or broker through whom the policy was obtained. The insurer shall be rated AVII or better per A.M. Best's Key Rating Guide, latest edition and authorized to issue insurance in the State of Florida. All insurance policies must be written on forms approved by the State of Florida and they must remain in full force and effect for the duration of the contract period with the CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a "certified copy" of the Policy (as defined in Article I of this document) which shall include the declaration page and all required endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the follOWing endorsements: (3) a policy provision or an endorsement with substantially similar provisions as follows: Thomas F. Pepe 1011311016 "The City of South Miami is an additional insured. The insurer shall pay all sums that the City of South Miami becomes legally obligated to pay as damages because of 'bodily injury", 'property damage' , or "personal and advertising injury" and it will provide to the City all of the coverage that is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage B"; Page 62 of 66 (4) a policy provision or an endorsement with substantially similar provisions as follows: "This policy shall not be cancelled (including cancellation for non-payment of premium), terminated or materially modified without first giving the City of South Miami ten (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 shall be delivered to the City by certified mail, with proof of delivery to the City." J. If the FIRM is providing professional services, such as would be provided by an architect, 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 $1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the FIRM shall become legally obligated to pay as damages for claims arising out of the services or work performed by the FIRM its agents. representatives, Sub Contractors or assigns, or by any person employed or retained by him in connection with this Agreement. This insurance shall be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the FIRM may purchase Specific Project Professional Liability Insurance, in the amount and under the terms specified above, which is also acceptable. No insurance shall be issued by a surplus lines carrier unless authorized in writing by the city at the city's sole, absolute and unfettered discretion. Undemll1lofBcatioll1l Requirement G. The Firm accepts and voluntarily incurs all risks of any injuries, damages, or harm which might arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the Firm or anyone acting through or on behalf of the Firm. H. The Firm shall indemnify, defend, save and hold CITY, its officers, affiliates. employees, successors and assigns, harmless from any and all damages, claims. liability, losses, claims, demands, suits, fines, judgments or cost and expenses, including reasonable attorney's fees, paralegal fees and investigative costs incidental there to and incurred prior to, during or following any litigation, mediation, arbitration and at all appellate levels. which may be suffered by, or accrued against, charged to or recoverable from the City of South Miami, its officers, affiliates, employees, succ~ssors and assigns, by reason of any causes of actions or claim of any kind or nature, including claims for injury to, or death of any person or persons and for the loss or damage to any property arising out of a negligent error, omission, misconduct, or any gross negHgence, 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 non-performance of the Firm's obligations under this AGREEMENT. \. The Firm shall pay all claims, losses and expenses of any kind or nature whatsoever, in connection therewith, including the expense or loss of the CITY and/or its affected Thomas F. Pepe 10113/2016 Page 63 of66 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 the 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 agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successors and assigns shall be held liable or responsible for any claims, including the costs and expenses of defending such claims which may result from or arise out of actions or omissions of the 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 occurring on the CITY's property. In reviewing, approving or rejecting any submissions or acts of the Firm, CITY in no way assumes or shares responsibility or liability for the acts 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 them. K. The Firm has the duty to provide a defense with an attorney or law firm approved by the City of South Miami, which approval will not be unreasonably withheld. 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 subparagraph shall apply and this subparagraph shall set forth the sole responsibility of the design professional concerning indemnification. Thus, the design professional's obligations as to the City and its agencies, as well as to its officers and employees, is to indemnify and hold them harmless from liabilities. damages, losses, and costs, including, but not limited to, reasonable attorneys' fees. to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract. Thomas F. Pepe 10/13/2016 THIS IS INCLUDED IN THE GENERAL CONDITIONS END OF SECTION Page 64 of 66 May 4,2017 Aurelio Carmenates, P.E., Manager .Ca pitallmprovements Projects City of South Miami Public Works Engin'eering & Construction Division 4795 SW 75 th Avenue Miami, Fl33155 Re: Professional General Engineering and Architectural Services Agreement RFQ PW2016-22 60th Street Schools Traffic Study EAC Consulting, Inc. respectfully submits this engineering.services.fee proposal to provide a traffic study on 60th Street in the vicinity of two (2) public schools. The'schools referenced in this proposal are the South ~iami Middle Community School and the South Miami K-8 Center as shown in the exhibit below. Our services on this project will be supplemented by our traffic engineering sub consultant: . • HBC Engineering Corporation We understand that SW 60~'" Street in front of the schoois is a one-way street where on-street drop off/pick up occurs as well as schqol buses stacking and improvements to traffic circulation, access and safety issues is of concern to the City of South Miami. This proposal will provide recommended solutions to relieve and accommodate drop off/pick up at the schools during times of critical demand at school's arrival and dismissal times. EAC shall provide a Traffic Impact Study (TIS) to address the schools' traffic impact on the surrounding road network and propose an enhanced traffic circulation pattern in accordance with our Professional Service Agreement for Professional General Engineering and' Architectural Services with the City of South Miami. In summary, our anticipated scope of services is itemized as follows: i. Data Collection ii. Analysis of Existing Traffic Operations iii. Accumulation Study iv. Schools Traffic Operation Plan, Traffic Analysis, and Mitigation v. Traffic Report and/or Permit Coordination vi. Meetings and Coordination -maximum 2 meetings .. 815·tilW:57 AVenus, S.i.lite·402RMiai'lii,. FL331261Phone:30s:.264,.2557 lFax: 30~264'8363hwi.Ii'Hiaceolistilt.i:xjiii ICA# 7011 r I I I I t I \ ~ I I I COMPENSATION: The fees for professional services was developed in accordance with the billing rates established for EAC Consulting and the City of South Miami as described in the Professional Service Agreement. Our fee proposal summary is provided below. A breakdown of our staff hours and corresponding lump sum fee proposal for the project is also provided in "Exhibit A" also attached to this professional engineering services fee pr.oposal. . Turning Movement Cou NTE NTE NTE llncluded with Data Collection and Gathering PROPOSED SCHEDULE EAC Consulting is aware that the City has requested that the Data Collection and Traffic Counts be conducted before the school year ends on June 9, 2017. Therefore, we have developed a very aggressive schedule to complete the Traffic Study within 6 weeks from notice-to-proceed. We are also proposing to receive NTP and start work on May 15, 2017 to provide the final report submittal to you by June 26, 2017. This proposal is based on our understanding ofthe requirements for engineering services as itemized under the anticipated tasks listed above. Accordingly, we reserve the right to modify this proposal due to any changes in scope. If the above fee proposal and the terms above are acceptable to you, please provide us with a work authorization so we maybegin work. The following information will be required for us to commence the work. 1. Signed approval of this proposal or written authorization to proceed withservices. We look forward to our continued services to the City of South Miami. Senior Vice President cc: Huntley Higgins, P.E.; Contracts File Page 2 EXHIBIT liN' -LUMP SUM FEE PROPOSAL BREAKDOWN Page.3 2 3 4 5 6 Support Services I Construction Site ------------------ City of South Miami Professional General Engineering and Architectural Servites Agreement PW2016-ZZ 2 Total 2 Construction ~""" •• "U"'I 60th Street Sthools Trafflt Study Fee Tabulation by Task and Staff Hours 2 2 2 8 4 2Z 4 4 4 4 4 22 16 24 24 6 8 6 $15,205.46 ·. , . EXHIBIT liB'} -SUBCON$ULTANT FEE PROPOSAL Page 4 I ·1 I . South Miami Middle School at Palmer Park TRAFFIC IMPACT STUDY Proposed Scope Prepared for: Ms. Donna Grace, P .E. Senior Project Manager EAC Consulting, Inc. 5100 N'W 33 rd Avenue, Suite 243 Fort Lauderdale, FL 33309 Prepared by: 13155 SW 134th Street, Suite 207 Miami, FL· 33186 Certificate of Authorization No: 27160 South Miami Middle Community School at Palmer Park 1 GENERAL INFORMATION HBC Engineering Company May 3,2017 The South Miami Middle School at Palmer Park is located at 6750 SW 60th St, South Miami, FL 33143. This document outlines our understanding of the proposed scope as requested by the City of South Miami. The following sections describe the scope of work and tasks considered to achieve the objective(s) of this study. The objective of this study is to review the existing traffic circulation and drop-off/pick-up around the school(s) during arrival and dismissal times and to recommend warranted improvement(s) to mitigate relevant and detected deficiencies and/or to enhance current schools' traffic circulation and access. 2 PROJECT DESCRIPTION The on-street parental drop-off/pick-up and school buses stacking area on SW 60 th Street between SW 67 th Avenue and SW 69 th Avenue require(s) improvements due to existing access, circulation, and safety concerns for students and road users. City of South Miami is proposing to find solutions to relieve and accommodate drop-off/pick-up vehicles at times of critical demand. City of South Miami has requested EAC Consulting, Inc. to provide information regarding potential improvements to enhance the existing schools' traffic circulation as well as drop-off/pick"':'up during the schools' arrival and dismissal times. In order to accomplish that, a Traffic Impact Study (TIS) needs to be performed to address the schools' traffic impact on the surrounding road network and propose an enhanced schools' traffic circulation pattern. This scope of work has been developed in response to an electronic communication between Ms. Donna Grace, P.E. with EAC Consulting, Inc. as a representative of the City of South Miami and HBC Engineering Company. Page2of5 73755 SW 734th Street, Suite 207, Miami; Florida 33786 (305) 232·7932 Phone (305) 2328-7933 Fax www.hbcengineeringco.com South Miami Middle Community School at Palmer Park 2.1 SCOPE OF SERVICES HBC Engineering Company May 3, 2011 Services to be provided will consist of a traffic impact study which will include the following tasks. a. Data Collection Continuous traffic counts using pneumatic tube counters will be collected on all abutting streets to the South Miami Middle Community School site. This will include at a minimum SW 67th Avenue (2 locations), SW 60 th Street (2 locations), SW 69th Avenue (2 locations), SW 59 th Street (1 location), SW 69th Court (1 location), and SW 72 0d Avenue (2 locations). These traffic counts will be collected over a 12-hour period to verify the peak hour(s) volumes and periods. Turning movement counts (TMC) will then be collected in accordance to the City's relevant muni~ode section during the most critical period of traffic demand and at a minimum for the intersections of SW 67 th Avenue & SW 60 th Street, SW 69th Avenue & SW 60 th Street, SW 69th Court & SW 60 th Street, and SW 72 0d Avenue & SW 60 th Street. b. Existing Traffic Operations HBC will document the existing traffic operation conditions within the study area immediately surrounding the development's site, including the abutting streets, pedestrian and bicycle facilities, and traffic control devices. A traffic control analysis will be performed for all the main streets' intersections adjacent to the development's site and in accordance to the Highway Capacity Manual (HCM) latest edition. c. Accumulation Study HBC will conduct an accumulation study on SW 67 th Avenue, SW 69 th Avenue, SW 60 th Street, SW 59 th Street, SW 69 th Court, and SW 72 0d Avenue to assess the current impact of the school on the network. d. Schools' Traffic Operation Plan HBC will develop a facility traffic circulation plan. HBC will then provide feedback on the proposed desig.n plans to ensure spillback and accumulation on the roadway network is minimized. e. Traffic Analysis A traffic analysis will be conducted utilizing HCM or Synchro 8 traffic engineering software at the intersections listed in section 2.1 (a) above. The results/output of the analysis will contribute to the determination if any geometric improvements are required for safe and efficient facility operation. f. Mitigation HBC will develop conceptual mitigation alternatives to ensure spill back and accumulation on the roadway network is minimized, pedestrian safety is optimized, and the latest pedestrian/student safety strategies are considered. Page30f5 73755 SW 7341h Street, Suite 207, Miami, Florida 33786 (305) 232-7932 Phone (305) 2328-7933 Fax www.hbcengineeringco.com South Miami Middle Community School at Palmer Park g. Traffic Report and/or Permit Coordination HBC Engineering Company May 3, 2017 The results of the analysis, along with HBC's recommendations, will be summarized in a Final Report and presented to the City of South Miami contact person or his/her designated representative. HBC will respond to pertinent agency comments or requests for additional information. h. Meetings and Coordination HBC will work with EAC Consulting, Inc. to address the City of South Miami concerns and as relevant to this study scope of servi~es requirements. PartiCipation in meetings related to this study will be considered as part of additional services (section 4 below). 3 SCHEDULE HBC will complete the TIS outlined above within six (6) weeks from the notice-to-proceed date. This assumes that HBC will be provided access to archival plans. 3.1 PROFESSIONAL SERVICES FEE AND PAYMENT SCHEDULE The total cost for the services outlined in this document is $ 21,986.10. Total cost is based on .analyzing the minimum number of locations as indicated in section 2.1 (a) above. 3.2 PAYMENT SCHEDULE Dues will be made in three payments 35% of the total cost will be due at the time of accepting and signing this proposal, 35% will be due after three weeks from issuing the first payment. Remaining balance will be due upon the submittal of the final report. All payments will be issued to HBC Engineering Company as the prime consultant for this study. 4 ADDITIONAL SERVICES 4.1 Should any other circumstances arise during the performance of the work outlined above which HBC believes require additional services, we will promptly notify The City of South Miami designated contact person or his/her designee about the nature, extent and probable cost of the additional services, and perform additional services upon receipt of written authorization. HBC will inform the City of South Miami should additional analysis be required due to differing conditions. Such analysis will be billed as additional services. 4.2 In cases of major changes in the scope of work after the project has been approved and each phase completed, the compensation will be negotiated with the City of South Miami deSignated contact person or his/her designee using the hourly rates listed below as a reference. Upon receipt . of written authorization HBC will proceed with procurement of additional services. 4.3 Hourly rates for additional services will be as follows: Role Hourlv Rate Project Manager $171.58 per hour Senior Traffic Engineer $134.75 per hour Engineering Technician $ 80.00 per hour Page 4 or5 73755 SW 734th Street, Suite 207, Miami, Florida 33186 (305) 232-7932 Phone (305) 2328-7933 Fax L'lW'lv. hbcengineeringco. com 5 CUENrS ~~~~O,N$IWLltU~~ C.!tY;9J,aQt(~lrl\!I~~mi ,:~ lb~ GIre!l19r"br~lb!=lPQ~~19n~~/WI,ICftmil$h a~Y':Qr-'~1I ~r·lh~JplI.bW1tl~:, rtgtTl~"q§~ aRpr~p.ftat~/fof,:p:eif6rmanGe'·6nhe feqglfe~:isef'Xitoes::, ' , , L Ailplevreusl.¥; completed~stlldt~s 6f'U,a{a:,~~II~tJ!io~:(iftro~)! ~J' A'eclaJ:pho1ograpily;;lf avliHaBj,e:, "}; I'il h' t' ; ( :', " ' WI . 'I .t-,--'t's''' ---'Ii;r h: .... " '"t'.. "'f" :i'-f~' 'Cb ""ullt '19 " ' ,. k ,;'u ' .... " 'h tr ;j'. /JIg ,3t .. W.a.~ ma~s.~aO,4 a.ga l;.I,e$cnp IPtf~ WJ:llC ,: are. na ,PI*f. ~1' IHe ' .. os ,an,' war ,'J:n.I(k~ we ' r,gqJJ.ff~~ ,4.,~fl~:pl~a~,:'~Qo,~p'ijl~f Qt~W1lJg;!;¥);,tQ~(jw§Y,~Qn~tryg,ti9P ,pJ~n~j;'PO:&~\~tttgi~~ k~ff1ei~l!Jgf~§ lif~pXJ:; ;~ AU, 'TH~f,)iZ; j(i"IO' ,"tit .w. 1.:\',.' R·QI1I -1'\1;' " .;V T· ;alllhorize:us to:p'ro~edwUh th' wsqli<i1!rted/'ervkr', "'tea' '',lj:lliti b.~fowjhilrailtra ntft':'~5I:).f tRlsle.ffer ft ..... ' .. ,,, '." ','," ... ,.. '.. ,1;1" ... , .... ' ,S." e.s.1, t;',~" "~" ,0(, " , ... ,;liI~" , 'Qf;e()offtm~«~Il: ~Q£tr~turn QO~YG,~py.'o:f:tn~~prf)pcn~arlQ ,U$\ .. ' .. We. a;~pretliate;:ffiel,o~pt)rtUn{w to 'aSSist-you ~Hh,1heseN~SPJiBes. we·Will t1OfiH:!~t yo~,in ;Rje, O'e~Htitqt& t6::a"$W~nanY;:Q.llastIo.ilS yOU:m~v: tfa\t~. lfyo.u::hav6.:;arw qu~sh'o.n$']i'i thejht~rlfiI!iple.ase;sQnta(it:us~ aaa ~NG.IN.EERING:J:aMPAN'{~ :INC\ ~,J;I~ . '~~shaa M.ManhaU. :Ph'O;I';P'.E.,iPt0li. 0' " .",.,. ,-. ~ "'" .' ." Ire,QtQtQf 'ttaffi.c;!Sh91O~~Jln~ .,;' ACC~TAN:CE OF PROPOSAl" • ••• t" • -'r Aufhorization -SigMtl:.tte, Page, $,of5. 1J1.55::$'WtJ'4(h street SiJite.2(}7:,.Mlaml; Florida 33186. (3()5l-23:2!<7.§:J2'Plione (30S12(J28-79!J3,'Fax wwW.:/ilielinglneerlngco.(Jam ' , , , OF ", 0% 11% 84% 5% 0% 0% 0% ./TOT AI, FEE INVOLVEMENT SECRETARY SPECIALIST TOTAl. . HOURS TOTAL DOLLARS $21,986;101 O_OT· --.-~----~-~--___ . ___ .. _._.