Loading...
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 •• '