Res No 108-17-14909RESOLUTION NO: 108-17-14909
A Resolution authorizing the City Manager to pay Marlin Engineerin& for the
engineering services of design and preparation of required documents for the
installation of Citywide Neighborhood Greenway and Sharrows as identified in the
South Miami Intermodal Transportation Plan.
WHEREAS, the Mayor and City Commission wish to provide people with sustainable,
safe and effective alternatives to personal motorized vehicles; and
WHEREAS, the pavement marking symbols alert motorists to the expected lateral
placement of bicyclist within the shared lane and encourage safer passing behaviors; and
WHEREAS, this project was approved by Commission in the South Miami Intermodal
Transportation Plan; and
WHEREAS, Commission budget for this project in the Capital Improvement Program;
and
WHEREAS, Marlin Engineering, 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, Marlin Engineering submitted a proposal for professional engineering
services; and
WHEREAS, the scope of services, staff allocation and man-hours were negotiated; and
WHERiEAS, the amount of $18,455 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 Marlin Engineering, for the engineering
services of design and preparation of construction documents for the installation of
Citywide Neighborhood Greenway and Sharrows as identified in the South Miami
Intermodal Transportation Plan.
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 pay Marling Engineering, to
provide design and Construction Documents for the engineering services of design and
preparation of construction documents for the installation of Citywide Neighborhood
Greenway and Sharrows as identified in the South Miami Intermodal Transportation Plan for an
amount not to exceed $18,455. The expenditure shall be charged $18,455 to the Capital
Page 1 of 2
Res. No. 108-17-14909
Improvement Program Fund number 124-1730-541-6490 which has a balance of $1,346,682.88
before this request was made. 'J:lhe neighborhood Greenway:-;shall be included
in this item.
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 adoption.
PASSED AND ADOPTED this6th day of June ,2017.
ATIEST: APPROVED:
COMMISSION VOTE: 5-0
Mayor Stoddard: Yea
Vice Mayor Welsh: Yea
Commissioner Harris: Yea
Commissioner Liebman: Yea
Commissioner Edmot"ld:l Yea
Page 2 of 2
THE CITY OF PLEASANT LIVING
To:
FROM:
DATE:
SUBJECT:
BACKGROUND:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
The Honorable Mayor & Members of the City Commission
Steven Alexander, City Manager
Agenda Item NO.:.!:J June 6, 2017
A Resolution authorizing the City Manager to pay Marlin Engineering, for
the engineering services of design and preparation of required
documents for the installation of Citywide Sharrows as identified in the
South Miami Intermodal Transportation Plan.
The City desires to provide people with sustainable, safe and effective
alternatives to personal motorized vehicles. To improve mobility and
encourage safer driver's behaviors, the City is requesting professional
engineering services to develop a design and prepare necessary
construction documents for the installation of Citywide Neighborhood
Greenway and Sharrows as identified in the South Miami Intermodal
Tra"nsportation Plan
Marlin Engineering, 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.
A proposal was provided on May 22,2017 that is comprehensive and cost
effective for the services requested.
FUND & ACCOUNT: Expenditures related to this contract shall be charged to ~he Capital
Improvement Fund Account for an amount not to exceed $18,455.
ATTACHMENTS:
The expenditure shall be charged to the People Transportation Tax Fund
Account number 124-1730-541-6490 which has a balance "of
$1,346,682.88 before this request was made.
Resolution
Resolution #060-17-14861
Professional Services Agreement
Marlin Engineering proposal letter dated May 22, 2017
RESOLUTION. 1\10; 0,69-:1:7-'14861
A R~solutlon :authorizlngthe .Clty:·Manager·toentei' tnto a multi-year contract
with EACCOn$ul~ing, I"c~, MarlJoJ:;nglneedng, inc., SRSEnglneerlng, Inc., and
Star.tec fon~eneral englneertng$.ervtces on an as needed basis.
WHEREAS, the City'soli(:ited a Reqli~$t fotQualiflcalions(RFQ} to retain qualified
consultants. to provide. variousprofesslohaland'~en~r~1 engineering and architectural
services on an as needed baslsj ahd
WHEREAS, the professlonalseiVIces aterequited.oo· an as needed basis and on a
rotation basis in' accordance with FlorIda Statute i87.055~ tiConsultants Competitive
Negotiation.Act;'; and .
WHEREAS; a Seiecl:ion committeeeomptlsed of CitY staff, reviewed the
proposals received andldentifled a<short'!lstQf.resp'ot:ldents forfurther review; and
WHeREAS~ the short list of respolJd~"ts were Intervl~.wed by the Selection
Committee and ,subsequently score(t~bdrariked;aOl:f
WHEREAS, according to the termsaneJ 'scope of services In the RFQ, the City
intends to 'retain a maxi rrium of f6ur(4) qualified firms under four (4) separate but
similar agreements to fulfill the City's needs and meet the re'quirements for quick
response and specialized services; and
WHE.REA.Si the MayC)tanP city Commisslon.deSlres to authorize the City
Manager to exeCl.it-etheprofessioociiserVite:agteernents:
WHEREAS; theProfess1onaiSeiVlceAgreementwith the firms shall be for a term
of three (3)years and>an option to renew,. aUbe discretion ofthe City Manager, for one
(1) two (2) year renewaifora.m(txl.mumterrnoff)ve (5) consecutive years.
NOW THER.EFORE BEITRESOLVEDB'Y THEIVlAYOR AND CIT'{ COMMISSION OF
THE cil'Y OF SOUTH MIAMI, FLORIDA;
·Sectloni. The. City Man.agerlsau·thQrlzed to enter into non~exclusive
multi-year contracts with the flrm.s for: prof~ssi()naland gent!ral.engineering services on
an as rie~ded end oil a rotation bilsts In:accorda.nce with Florida Statute 287.055,
UConsu Ita nts Competitive Negotiation ActJJ.and shall be fora term bfthree (3) years and
an option to renew, at .the discretion of :the City Manager', for one (1) two (2) year
renewal for a maximum term of five (5) consecutive yeai's. A copy of the contract is
attached.
Section 2. Severability. If any section, clause, sentence, or phrase ofth is
resolution is for any reason held tnvalidorun~()nstltytlonalby a court of competent
Page 1 of 2.
Res. No. 060-17-14861"
jurisdictipnl this holding shall not affect the validity of the remaining portIons of this
resolution.
Se~lon 3~ Effective pate: rhlsresolutlon. shall take· effect immediately upon
enactment
.. PASSED AND ADOPTED this 21 day of Marcp I 2017.
ATIEST:
~ ~~ 'CrrvClERK .. . . •.....
Page 2of2
APPROVED:
COMMISSION VOTE: 5-0
MaybrStoddard: Yea
Vice Mayor Welsh: Yea
Commissioner Harris: Yea
Commissioner Liebman: Yea
Commissioner Edmond: Yea
EXHIBIT.
PROFESSBONAL SIERVDCE AGREEMENT
"PNfesslormall General EDBllneell'lnl_ Arclllltecturaillervlc4!ls"
RfQ #IIJIW2G B6a22
THIS AGREEMENT made and entered into this ~ ~ay of l'i\Mt tn . 20\1 by and
between the City of South Miam~ a municipal corporation (hereinafter referred to as
Owner or aT¥) by and mro. Its City Manager (hereinafter referred to as CITY ou-
City Man.,.> autd V\ Mr' \-l \; \l,G' NrEgg,\AA who is authorized to do
business in the State of florida. (hereinafter referred to as the "CONSULTANT"). In
consideration of the premises and the mutual covenants contained in this AGREEMENT.
the parties avee to the followinl ternis and conditions:
1.0 General Provisions
1.1 A Nodee to Proceed wiD. be issued by the' City Manager. or his designee. followi"l
the sipi. 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 Nodce to Proceed (hereinafter
rreferred to as the "WORK"). nOB" does it obligate the Owner in any manner to
,uarantee wOrk for the CONSULTANT.
1.2 The CITY marees that it will furnish to the CONSULTANT available data and
, documents in the CITY possession penainil1l to the WORK to be performed
under this AGREEMENT prompdy after me Issuance of the Notice to Proceed
and upon written request of the CONSULTANT.
2.0 $coge of Services. The CONSULTANT shall perform the work as set forth in the Scope
of Sertk:es 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 Ii written Nodce to Proceed from the CITY
subsequent to the execution of this AGREEMENT and shall be completed within
the dme set forth 'In the' Notice to Proceed or other document signed by the
Ctty Manager. or designee.
3.2 A reasonable extension of time will be granted I" the event there is a delay on
the part of the CITY in fulfillo"l its part of the AGREEMENT, change of scope of
work or should any other events beyond the comrol of the CONSULTANT
render performance of his duties impossible.
4.0 BasIs of Cgmpensation: The fees for services of the CONSULTANT shall be
determined by one of the following methods or a, combination thereof. as mutUally
qreed upon by the CllY 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 .reed upon by the CITY and the CONSULTANT' and If such an
aareement is reached. it shall be in writing. signed by the CONSULTANT and
the City MaJ18I4H' and aaachad hereto as ArrACHMENT A:
4.2 Hourly rate fee: If there is no' fixed sum or if additional work is requested
without an .. ment 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 'ndude all
ThomasF.Pepe
101 1:tI20 16
PapSlof66
135
wages, benefits. overhemd and profit and that shalR be in writing. signed by the
CONSULTANT and the City Manacer and! attached hereto as
ATTACHMENT A.
5.0 ~nt and Partial Payments. The CITY will make monthly payments or partial
payments to the CONSULTANT for all authorized WORK performed during the
previous calendar month as set forth In the schedule of payment as set forth in
ATTACHM£NT A or, If no schedule of payment exhibit is attached to this
AGREEMENT then pa)'ment Will be made 30 days following the receipt of
CONSULTANrs invoice as the work prolresses but onBy for the work ac:tuaiDy
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 decldle all questions, difficulties and
disputes of whatevelr nature which may arise under or by reason of this AGREEMENT,
the prosecution and fulfillment of the services. and the character, quallt¥. amount and
value. The lrepresemawe's decisions upon all cl2Ilms. questions. and disputes shall be
final, conclusive mod bindin, uLDon the parties unless such determination is clearly
arbitrary or unreasonable. In the event that the CONSULTANT does not concur in the
judgment of the representative as to Iny decisions made by him. CONSULTANT shall
present his written objections to the City Manager and shall abide by the decision of the
City Manager.
7.0 Ownership of Docyments. All reports and reproducible plans, and other data
developed by the CONSULTANT for the purpose of thas AGREEMENT shall become
the property of die OTY without restriction or limitation.
S.() Audit Rights. The CITY reserves the right to audit the records of the CONSULTANT
related to this AGREEMENT at anytime during the execution 01 the WORK and for a
period of one' year after finaO payment is made. This prOVision is applicable only to
projects that are on a time and cost basis.
9.0 Truth";n Negotiations: If the contract amount exceeds the threshold amount provided
in s. 287.017 fOIl" category four, the CONSULTANT shall execute a truthaiQanegotiation
certiftcate stating that wage rates and other factual unit costs supportlnl the
compensation are accurate, complete. and current at the time of contracting. In such
event, the original contract price and! any additions thereto shal! be adjusted to exclude
any significant sums by which the Cit)' determines the contract price was increased due
to inaccurate, Incomplete. or noncurrent wage rates and other factual unit costs. All
such contract adjustments must be made within one year following the end of the
contract.
10.0 Subletting. The CONSULTANT shaD not assign or transfer its rights under this
AGREEMENT without the express written consant of the CITY. The CITY will not
unreasonably withhold andlor delay its consent to the assignment of the
CONSULTANrs rights. The CITY may, in its sole discretion. allow the
CONSULTANT to assign its duties. obfiptions and responsibilities provided the
assIJllee 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 asslanment or
subcontracting In violation hereof shall be void and unenforceable
11.0 Unaytborlzed AJlens: The emploYment of unauthorized aliens by the CONSULTANT is
considered a violation of Federal Law. If the CONSULTANT knowingly employs
unauthorized aliens. such Violation shall be cause for unilateral cancellation of this
AGREEMENT. This applies to any sub·CONSULTANTs used by the CONSULTANT as
well. The CITY reserves the rlzht at Its discretion, but does not assume the obligation.
Thomas F. Pepli
i 0/1]/20 16
Pap 51 of 66
138
to require proof of valid citizenship or, in the. alternative, proo1 of a valid grHn card for
each person employed In the performance of work or providlnl the goods anellor
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 eB\sure compliance with the applicable laws andlor
regulations. .
12.0 Warranty. The CONSULTANT warrants that it has not employed or retained any
company or person, other tt.;ln a bona fide employee working solely for the
CONSULTANT, to solicit or secure this contract and that he has not paid or agreed to
pay any company or person other than a bona fide employee working solely for the
CONSULTANT any fee, commission, percentage fee, gifts or any other considerations
contingent upon or resulting from the award or making of this contract. For breach or
violation of this warranty, the CITY shall have the right to annul this contract without
liability.
13.0 Termination. It is expressly understood and iIIreed that the CITY may terminate this
AGREEEMENT for any reason Olr no reason and without penalty by eldler 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 111'1 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 terminztlon. Upon termination. the CITY shall be
entlded to a refund! of any monies paid for any period of time for which no work was
performed.
14.0 Imm. This AGREEMENT shall remain in force until the end of the term. which includes
aD authorized renewals, or unless otherwise terminated by the CITY. The term of this
agreement Is three (3) years from the issuance of the Notice to Proceed and one two-
year option-to renew. The option to renew is at the discretion of the CDty Manager.
The C~TY may terminate the contract without cause following 30 days advanced notice
to the CONSULTANT. However. in no event shall the term exceed fIVe (5) years
following the Issuance of the Notice to Proceed.
15.0 Default. ~n 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 defaultinl party in writing. 8f 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 dam.es. 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 CITrs
Snsunnce and Indemnification requirements that are set forth In ArrACHM£NTO.to
chis 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 slln all
affidavits, includinl 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
TltcImas 11'. Pepe
1001:tn0I6
Pap 53 of 66
131
AGREEMENT.
19.0 Iaua. CONSULTANT shall be responsible for payment of all federal, state, ancBIor
local taxes related to the Work, inclusive of sales tax fif applicable.
.20.0 DIJII Free Workplace. CONSULTANT shall comply with CITY's Drug Free Workplace
policy which is made a part of this AGREEMENT by reference.
21.0 Independent Contractor. CONSULTANT is an Independent entity under this
AGREEMENT and nothing contained herein shall be construed to create a parmership,
joint venture, or agenc.y relationship between the parties.
ll.O Duties and Re$gonslbillties. CONSULTANT agrees to provide Its services during fthe
term of this AGREEMENT in accordance with all applicable laws, rules, regulations, and
health and safeq standards of the federal, state, and CI1'Y, which may be applicable to
the service being provided.
23.0 ljcenses and CertIfications. CONSULTANT shall secure all necessary business ;md
professlonml "censes at its sole expense prior to executing the AGREEMENT.
24.0 Entire Ageement, Modjfiqtion. and BIMinI Effect: This AGREEMENT constitutes the
. entire a:reement of the parties; Incorporates all the understandings of the parties and
supersedes any prior ~ments, understandings, representation Oll" nego~on, written
or oral. This AGREEMENT may not be modified or amended except In writing. signed
by both pardes hereto. This AGREEMENT shall be binding upon and inure to the benefit
of the City of South Miami and CONSULTANT and to their respective heirs, successors
and asslans. No modification or amendment of any terms or provisions of this
AGREEMENT shaiR be valid or bindln: unless it complies with this paragraph. This
AGREEMENT. 1111 general, and this paragraph. in partiCUJlar. shall not be modified or
amended by acts or omissions of the pardes. If thus AGREEMENT was approved by
wrmen resoludon of the Cfity Commission. or If sllBch approval is required! by ordinance
or the City Charter, no amendment to this AGR.EEMENT shall be valid unless approyed
by written resolution of the City Commission. .
25.0 Jury Trial. CITY and CONSULTANT knowingly. irrevocably voluntarily and
intentionally waive any right either may have to a trial by jury in State or Federal! Court
proceedings in respect to any action, proceeding. lawsuit or counterclaim arising out of
this AGREEMENT or the performance of the Work thereunder.
26.0 Yalldhl of Executed Copies. This AGREEMENT may be executed in several
counterparts. each of which shall be construed as an onlinal.
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 far plural and plural words substituted for singular wherev~r applicable.
28.0 SeyerabJlh¥. If any term or provision of this AGREEMENT 011" 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 ather term and provision of this AGREEMENT
shall be valid and enforceable to the fullest extent permitted by law.
29.0 Cumulative Remedies: The d.uties and obligadons 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, shaiS 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
guanntee or by other provisions of the Contract Documents. if any, or this
AGREEMENT. In order to entitle any party to exercise a~y remedy reserved to it in this
Thorn. P. Pepe
1 GIl 1/201 6
Pap 54 of '"
138
AGREEMENT. or existing In law or in equity. it shalf not be necessary to eWe notice.
other than such notice as maybe herein expressly required. No remedy conferred upon
or reserved to any party hereto. or existing at Jawor In equity. shalR be exclusive of any
other available remedy or remedies. but each and every such remedy shall be cumulative
and shaU be In addition to every other remedy pen under this AGREEMENT or
hereafter existing at law or In equity. No delay or omission to exercise any right or
power aecrui .. upon any default shall impair any such right or power or shall be
consuued to be a waiver thereof. but any such n,ht and power may be exercised from
dme to dme as often as may be deemed expedient.
30.0 Non-Waiver. CITY and CONSULTANT .. ee that no failure to exercise and no delay
in exerdsing any right. power or privilege under this AGREEMENT on the part of either
party shall operate as a waiver of any right. power. or privilege under this AGREEMENT.
No waiver of this AGREEMENT. In whole or part. indudlng the provisions of this
paraaraph. may be implied by any act or omission and will only be valid and enforceabBe
,if in wrlCing 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 walver 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 IS to any particular breach or default
shall not act as a waiver of any subsequent breach or default.
31.0 No piscrtmirmton and lEguaJ Employment: No action shall be taken by the
CONSULTANT. nor will it permit any acts or omissions which result in discrimination
apllISt any person. Including employee or applicant for employment Olll the basis of race.
creed. color. ethniclty. national origin. religion. ace. sex. familial status. marital status.
ethnicity. sexual orientation or physical or mental d"lSabilty as proscribed by law and
that It will take affirmative acdon to ensure that such discrimination does not take place.
The CONSULTANT shall comply with the Americans with Disabilities Act and It will
take affirmative action to ensure that such discrimination does not take place. The City
of South MIami's hlri", practices strive to comply with all applicable federal replations
reprcllngemployment eligibility and employment practices in general. Thus. all
individuals and entities seeking 10 do work for the CITY are expected to comply with all
applicable laws. governmental requirements and regulations. including the regulations of
the United States Department of Justice pertaining to employment eliJibllity 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 reaulations and laws governing employment practices.
32.0 Gmornin" Laws. This AGREEMENT and the performance of services hereunder will be'
governecl by the laws of the State of Rorlda. with exclusive venue for the resolution of
any dispute being a court of competent jurisdiction In Miami-Dade County. Rorlda.
33.0 BJectiye [)ate. 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 Oty'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 Pany 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
TII_F.Pepe
1011112016
Page 55 of 66
(
139
anyone other than the parties hereto. and that only the parties hereto shall ltave
any rlpts hereunder.
35.0 Further Assurances. The parties hereto agree to eltecute any and all other and furthsr
documents as might be reasonably necessary In order to ratify. confirm. and effectuate
the intent and purposes of this AGREEMENT.
36.0 Dme of Essence. Time is of the essence of this AGREEMENT.
37.0 lDte[pretation. This AGREEMENT shali not be construed more strongly against either
party hereiO. 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 Subcomractlnr; !f allowed by this AGREEMENT, the CONSULTANT shall be ufully
responsible to dis CITY for the acts and omissions of its subcontractorslsubcolllsultants
as It is for the acts and omissioills of people diracdy employed by it. All
subcontractorslsubconsulunts and their ;weements. If allowed by this AGREEMENT.
must be approved by tlIte CITY. The CONSULTANT shall require each subcoMnctor,
who Is approved by the CITY. to agree In the subcontract to observe and be bound by
all obligations and conditions of this AGREEMENT to which CONSULTANT is bound.
40.0 Public Records: CONSULTANT and all of Its subcontractors are required to comply
with the pubtrc: records law (5.119.0701) while providing gcods and/or services on behalf
of the CITY and the CONSULTANT, under such conditions. shan incorporate this
paraaraph in ail of its subcontracts for this ProJ~ Under such condition.
CONSULTANT and its subContractors zre specifically required to: (a) Keep and
maintain public records required by the public a:el'lCY to perform the service: (b) Upon
request firom ms pl.Ibllc agency's custcdlan of pulbllc records. provide the public agency
with a copy of me 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 ~aw; (c) Ensure that pubbc records that are
exempt or confidential and exempt from public recordl dlsdosure reqUirements are net
disclosed except as authorized by law for the duration lOf the contract term and
followlill 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 lIency to perform the service. If the contractor
transfers all public records to the public agency upon completion of the contract, the
contractor shall destroy My duplicate public records that are exempt or confidential
and exempt from public records disclosure requirements. If the contractor keeps and
maintains public records upon completion of the contract. the contractor shall meet all
applicable requirements for retaining public records. All records stored electronically
must be provided to the public agency. upon request from the public agency's custodian
of public records. In a format that is compatible with the Information t~hnology
systemS of the public agency.
IF THE CONTRACTOR HAS QU/ESTUOINl5 REGARDING THE
APPUCATBON OF CHAPTER DB', fLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECOIIWS RELATBINlG TO
THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBlLOC RECORDS
AT 305.663.6340; E-mail: mmell1lendeZ@Solllthmlamlfl.lov; 11010 Sunset
Drive, South Miami, FL 3J 0 43.
41.0 Notices. Whenever notice shall be required or permitted herein. it shall be
'U'ho_ F .. Pepe
1011312016
Page 56 of 6'
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 entitles at the
addresses (Including e-mai!) or facsimile transmission numbers set forth below:
ToCITV:
With copies to:
To CONSULTANT:
City Manager.
6130 Sunset Dr.
South Miami. fL 33 B 43
Tel: (305) 668-2510
Fax: (30S) 663-6345
E-mail: salexander@southmiamlfl.gov
City Attorney
6130 Sunset Dr.
South Miami. Fl 33143
Tel: (30S) 667·2564
fax: (305) 341-0584
~~mai!: 1',flepe@sm.ltbmla.m!ft.1ml!
42.0 CorpQrate Authority: The CONSULTANT and its representative who signs this
AGREEMENT hereby certifies under penalty of perjury that the CONSULTANT mnd Its
-representative have. and have exercised. the required corporate power and that they
have compned with aiD 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 me 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.
TIIomas F. Papa
1011311016
By. .......... __ ~ _____ ~ ____ ~ ____ ___
Alexander
~ City Manager
Page 51 of 66
141
Read and Approved as to Form, Lan3111a,.,
le,.u'Y and .Exetudolll thereot~ .
....... IIUI.IIF.,.....
'''I!I!GB6
142
~~iami
ADDENDUM TO PROFESSIONAl SERV~CE AGREEMENT
"Professional GenerallEngfneering and Architectural Semen"
RFQ "PW201s..Z2
The City and CONSULTANT agree that a separa~e rotational /1st will be dedicated for work
performed under a continuing professional service contract, as specified In the Scope of
Services, for "Certlfled Arborists Services," and a separate rotational list will be established for
all CCNA professional services. "CenAfied ArborAsts ServIces" Is defined as:
@ Certified Arb@r's! Servlws:
Consultant may be called upon to review all tree removal permit applications that are
submitted to ensure compliance. with the regulations oudlned 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
oUrees on both private and public property.
The rotational list for "Certified Arborlsts 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. __ ~ ------./" ./----....... ~~~~/ :~ By: (~~~ . By:-=-_ ~..==:~~ ____ _
( ~e"en Alexander, City Manager
. JAIh.€S. $PINJt.J ~
{Name of SlgnatoBV}
Read and Approved as to Form, Language,
legality and Execution thereof:
Bv: , '~;~~~6~-;-
Thomas F. Pepe, City Attorney
ATIACHM~NT Ii!
44COMP~INI$A iFDOIN/P'
PIROIFr;$I§OONlAL ~E!lt'VOCIE AG~IEIEMtEINlT
"!FIvoialskmaU GeMII1l0 1!III11neerlni and AlI'chltacturall $errvices"
ru=Q i'lPW20 D /iDU
Page Sf of 66
143
Professional General Engineering & Architectural Services RFQ IIPW2016-22
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 $45.00
A1TACHfMI~lNIirJ~
DNSUMNCE It INIDEMNllFBCATftON IitEQUORIf:MENT$
PROFIS§SDtONAL smvuclE AGRI!!IEMENT
"lProfeui(!JiI1a!lI Gel!iWll!I Enslneerll1llg Mall All'CihitGlu8.'III'liIlO S~rv§CIBI!"
IliIFQ "'WlOl 6.22
1.0 I 0 Insurance
A Without limiting Its liability, the contractor, consultant or consuRting firm (hereinafter
referred to as "FIR.M" with regard to Bnsurance and Indemnification requirements) shall
be required to procure and maintain at its own 8)(pense during the life of the Contract.
insurance of the types and in the minimum amounts stated below as will protect the
FIRM. from dalms which may arise out of or result from the contll'aet or the
performance of the contract with the City of South Miami, whether such claim Is
apinst the FIRM or any sub-conta'actor, or by anyone directly or indirectly employed by
any of them or by anyone for whose aas any of them may !be lIabie.
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 purdlase Insurance from and shall .
main13in the insurance with a company or companies lawfully authomed to sell
InsufWlce In the State of Florida. on forms approved by the SUite of Florida. as will
protect the FORM, at a minimum. from aU 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 Jepliy liable, whether such operations be by the flR.M or by a Subcontractor or
by anyone dlrectBy or indirectly employed by any of them, or by anyone for whose acts
any of them may be liable: (a) clalms 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 Ilzbiliqr 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 contraetualliabllity
insurance applicable to the FIRM's obligations under the Contract.
1.011 Rrm'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 zmount as to all employees in
compliance with the "Workers' Compensation Law" of the State of Florida induding Chapter
440, Florida Statutes, .as presently written or hereafter amended. and all applicable federal laws.
Thomas F.Pepe
10113110111
Page 60 of6i
145
In addition. the polities must include: EmployersO liability illt the statutory covenBle
amount. The FIRM shalD further 5nsure that all of its Subcontractors maintain appropriate lev~ls
of Worker's Compensation Insurance.
D .013 Commercial Comprehensive General Uabtlity insurance with broad form endorsement.
as well as automobile liability. completed operations and products lability. contractual liability.
severability of interest with cross liability provision. and personal inlury and property damage
liability with limits of $1.000,000 combined slngie limit per occurrence and $2,000.000
aareaate, indudins:
• Personal Injury: $1.000,000;
., Medical Insurance: $5.000 per person;
.. Property Dam. $500.000 each occurrence;
1.014 Umbrella Commercial Comprehensive General UabiliW 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 Agrepte. Coverap must be afforded
on a form no more resaicdve dian the lateSt edition of the Comprehensive General Umbllity
policy, without restrictive endorsements. as filed by the Insurance Services Office. and must
indude:
Ca) Premises ancll Operation
(b) Independent Contracton
(c) Products and/or Completed Operations Hazard .
Cd) Explosion. Coiliapse and Underground Huard Coverage
(e) Broad Form Property Damage
(f) Broad Form Contractual Coverage applicable to this specific Contract. Including an)'
hold harmless anel/oll" indemnification a,reement.
(g) Personal Injury Coverage with Employee and Contractual Exclusions removed. with
minimum limits of eoverl8e equal to those required for Bodily Injury liability and
Property Dam. Liability.
1.0 I 5 Business Automobile Uabillr;y with minimum limits of One Million Dollars
($1,000,000.00) plus an additional One Million Dollar C$I ,000.000.00) umbrella per occurrence
combined single limit for Bodily Injury Uabllity and Property Damage liability. Umbrella
coverage must be afforded on a form no more restrictive than the latest edition of the Business
Automobile liabllty policy, without restrictive endorsements, as filed b)' with the state of
Florida, and must indude:
Ca> Owned Vehicles.
(b) Hired and Non-Owned Vehicles
(c) Employers' Non-Ownershlp
1.016 SUBCONTRACTS: The FIRM agrees that if an)' part of ~he Work under the Contract is
sublet. the subcontract shaD 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 Coven&e Insyrance (Builders' Risk), If APPUCABLE:
C. In the event that this contract involves the construction of a structure, the FIRM shaD
maintain, with an Insurance Compan)' or Insurance Companies acceptable to the CITY.
aBroad" form/All RIsk Insurance on bulldlnls and structures, Includlnl Vandalism &
Malldous Mischief coverage. while in the course of construction, including foundations,
additions. attachments and all permanent fixtures belonging to and consdtutlnl a part of
Thorn .. F. "'" 10I1IIa086
Pap 61 0166
148
said buildlnp or structures. The policy or policies shall also cover machinery, If the cost
of machinery Is Included In the Contract. or if die 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 vaSue 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 dearly 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 seedon llD'ld so as to mZlntain coverage during
the life of this Contract.
G. AI! deduaibles 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 sum dedulttlble or
the FIRM shall procure a Bond. in a form satisfactory to tD1e CITY coven.ng the same.
H. The poliCies shaDl contain waiver of subroption against CITY where applicable, shall
expressly provide dlat such policy or policies are primary over any other ecRedible
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 shaID contain a "sevenbility of
interest" or "cross liability" clause without obligation for premium payment of the cm
as weB as contractUal liability prOvision covering the FIRM'S duty to indemnify the City
• as provided in this Agreement.
I. 18ef0i"8 stanJng the Work. die FIRM shall deliver to dte CITY certificates
of such insurance, acceptable to the CITY, as well as the insurance binder, if one 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
A. VII or better per AM. 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 shal" 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:
ThoIllSl F. Pepe
eOiIillO'6
"The Ciq 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 Inlury", '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 Flor.ida approved forms fo!" commertiaD general liability
coverage A and coverage B";
147
(4) a policy provision or an endorsement with substantially similar provisions as
follows:
"This policy shall not be cancelled (Inciuding cancelladon for non-payment of
premium), terminated or materially modified without first giving the City of
South Miami ten (30) days advanced wlI"itten 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 Uability
Insurance on a Florida approved fOll"m in the amount of $ i ,000,000 with deducdble perr
claim if any, not to exceed 5% of the limit of Diability providing for all sums which the
FIRM shall become legally obligated to pay as dam88es for claims arising out of the
services or work performed by the FIRM its agenu, representativG!S. Sub Contractors
or assigns. or by any persoll1 employed or r~talne«!l by him In ~onnectlon with this
Aveement. This insurance shall be malnUlined for iour years after completion of the
constrruaion and acceptance of any Project covered by this Agreement. However, the
FIRM may purchase Speclflc 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 all8thorizq!d in writin: by the city at the city's sole.
absolute and unfettered discretion.
G. The Firm accepts and voluntarily incurs al! 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
Finn.
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, flnes, 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
me City of South Miami, Its officers. affiliates, employees, successors 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 zny 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 non-performance of the Firm's obligations under this
AGREEMENT.
I. The Arm 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
1rhOmall F. f'epe
181'3120'6
Pap'] of 66
148
officers, affiliates. employees, successors and asslans. includinl their attorney's fees, in
the defense of any action In law or equity brought aplnst them and arising from the
ne&6pnt error, omission, or act of che Fwm, its Sub-Contractor or any of their agents,
represen1atlves, employees, or asslps. anellor arising out of. or incident to, this
A,eement, or Incident to or resulting from the perfonnance or non-performance of
the Firm's obligations under this AGREEMENT. .
J. The Rnn aarees and recoanizes chat neidler the CITY nor Its officers, affiliates.
employees, successors and assigns shall be held liable or responsible for any claims,
induding the costs and expenses of defendl ... such claims which may result from or
artse out of actions or omissions of the Rrm. Its contractor/subcontnaor or any of
.thelr agents, representatives, employees, or assigns, or anyone acdng through or on
behaf of the them. and arisine out of or concerning the work or event that is occurring
on Ibe CI1Y's property. In reviewing. approvins or rejecting any submissions or acts of
me Farm. CITY In no way assumes or shares responsibility or liabillq for the acts all"
omissions of che
Firm, its contractor/subcontractor or any of their agents. representatives, employees.
or assigns. or anyone acting thro. or en behalf of them •.
K. The Finn has the duty to provide a defense with an attOrney or law finn approved by
the City of South MiamI. which approval will not be unreasonably withheld.
L However. as to des,n 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 subpar8ll'lph shall apply and this subparagraph shalD set forth the sole
responsibility of the design professional concerning Indemnification. Thus, the design
professional's obligations as to the City and Its apndes, as well as to its officers and
employees, is to indemnify and hold them harmless from liabilities. damages. losses.
and costs, Includine. but not limited to, reasonable anomeys' fees. to the extent
caused by the negligence, reck~sness. or Intentionally wronaful conduct of the design
profeSSional and other persons employed or utilized by the design professional in the
performance of the contract.
ThomIIs F. Pep.
10IIJI2016
THIS IS INCLUDED IN THE GENERAl CONDITIONS
END OF SECTION
Page 64 of 66
149
MARLIN
Consultant ProjeCt Proposal
Date: May 22,2017
Dear Mr. Cannenates:
Marlin Engineering, Inc. proposes to provide the services identified below for the project entitled "Citywide
Greenway Sharrows", pursuant to the Professional Services Agreement·provided by the City of South Miami
for Civil Engineering Services.
I. General
The project will primarily consist of the
1) Design of signing and pavement markings for the implementation of Citywide Greenway Sharrows.
The scope of work outlines the effort required for the production of the construction documents.
Scope of Work
1) Plans Production
Activities include:
A. Project Management
B. Roadway (MOT) Plans! Analysis
C. Signing and Pavement Plans/Analysis
D. Pennitting
n. Schedule of Work -Time of Performance
The anticipated length of service shall be continuous commencing after the Notice to Proceed.
50% Submittal to the City of South Miami prior to submittal to Miami-Dade County for their review.
III. Schedule of Work -Time of Performance
Consultant shall perfonn the work detailed in this Proposal for a Total fee of$18,455 and 00 cents (100). The
City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation beyond this
amount unless approved in a supplemental Work Order.
IV. . Additional Services
The City of South Miami may establish an allowance for additional services requested by the City and for
unforeseen circumstances, which shall be utilized at the sole discretion of the City.
1700 NW 66 th Avenue, Suite 106, Plantation, FL 33313' 954.870.5070' www.marlinengineering.com
M RLIN
V. Data Provided by the City of South Miami
The following infonnation or documents are to be provided by the City of South Miami, if available:
As-built infonnation'including survey and geotechnical infonnation.
VI. Project Manager
Consultant's Project Manager for this Project will be Raul Dominguez, P.E.
Submitted by:
Reviewed ·andapproval in concept recpmmended by:
Department Director Procurement Manager
1700 NW 66 th Avenue, Suit~ 106, Plantation, FL 33313 • 954.870.5070 • www.marlinengineering.com
CITY OF SOUTH MIAMI
Consultant Name: Marfin Engineering, Inc.
Consululnt Fee Proposal Worksheet Conlracl No.:
Project: Cilywide Greenway Sharrows Date. 512212017
Wor1<. Order No: Project No: Description: =-.,--===.-.. -... -.-.. -.-.. -_-.. -.. -... -_-_-.. -.. -----.-.. __ -.-.-. __ -. _. __ .-.. -_-_-_-_-.. -_-.-.. -.-. _.-.. _-_-.-.. -.-.-.. _-.. -. _.-.. -.-.. -. __ .......... __ ................ _ ........... __ .. .
~ rnI'.l1Irm,~""~ '._ .:"" ,
Rate Per
I Task
i
5110.63 !
; 1
i L 2 Project General Task $360 T
i
5885 !
I ~ I
5 I $450 20 T 51.500 15 $1,125 50 $4,450 $89.00
I
6 Roadway Plans $360 i 15 i S1. t25 . 15 51.125 40 I $3,435 $85.88 i
15 i 51.125 50 I $4.450 $89.00
'to i I
$85.88 15 $1.125 ! 11 Signing and Pavement Markings Plans 40 I $3.435 I $360 T 15 I S1.125
T ! I
T I 12 51.800 $150.00
i l16. ____________________ ~i----~----~--+-----+_--~!------~---~----+_--~----4---~----~--_+--__ -+ ____ ~----_+------~
17 i I I .-.----.-------.-. -------.--__+_---t----~----,__---l---+_----,----l_--____,__+__--__+_--_+--_+------+--~----r_-_+----_I----------'.
: 18 I
I
,j
! I
.~ I
:24 ~----.-------------------~--_4------~----~------4_----~----~----_+----.--------+-------}_--~------_+----4_------+-----_+-------+--------,
,25 T J I
26 I I
r~7.". :' .,,",,""" ,".mT~;al Staff Hours .. , .. ":,=,,",.,,'.,,, 'I' 29 t"··,,,,·,·· ... ···,··:,l"".,"~;;=-"'·-,. ,'~"~·:··l 22 .. "..l'··""""·'·"·='-r""";,o· .. "·1·=",,,,:::: . '";--"'6;;''~r''' ...... ,.:,,-""'-j
~"'m m T'~j;r'i~f t:kC;;'~o;;iti;;n:: ·'''''''''''''''.1.4:5:;i;I··S,~;,~~~~~,,;.,::95o/;L~~,;.:~~·?,,~L •• ,;:oo/;L~ 1 :,?':~9.22:: -·-35:'0'0;\ I" s,~ 250 00 ~"rn30.0% ~ . $~.~9.~ ~",L....,.",..L ... " ..
Note: Fee for Ihe Principal(s) of Ihe firm are nol to be Included above as Ihe multiplier is not apphcable 10 Iheir hours. The tee IS 10 be shown below and entered as a separa 1 • SUBTOTAL ESTIMATED FEE:
additional Services (AU!
Subconsullant.
No!es.
Eslimate of Principal's Fee
Tolal hours thour ~ S
'i. Tf"1is sheet is to be used by Prime Consultant to calculate the Grand Total Fee and one 's to be used lor each Subconsutlan:
Subconsultant:
SubconsuUanl.
Sub 3
Sub 4
PrinCipal's Fee Ramon Soria
2· SUBTOTAL ESTIMATED FEE:
Geolechnlcal Field/Lab Tesling:
Survey Fee (or Survey Crew ~eel
I I
multiplier 1.00
2. Mar.ually enter fee from each subconsu!tar11. Unlised subconsultant rows may be hidden Other Misc. Fee: Enter Fee DeSCription
3. Where applicaQle the basis for wort< activity descriptions snail be the FleE/FOOi Standard Scope
and Staff Hour EstImation Handbook.
4. Enter the mLJI~iplier .... alue in the field after the word "mulliplier" MaXImum of 2 deCImal pOInts.
3 • SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMA TED FEE:
·'~.r:"'n" .. ,~ ... :.
S18,455.00 .
'$18.455,00 •• '