3THE 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.: ~ April 3, 2018
A Resolution authorizing the City Manager to execute a professional
service work order for Marlin Engineering Inc., for landscape
beautification of Sunset Drive between US#l and SW 57th Avenue and
minor traffic operational improvements.
The area of Sunset Drive between US#l and SW 57 th Avenue is heavily
utilized by pedestrian traffic and providing for large trees will offer for
additional shade to residents and visitors of the City of South Miami. As
the next City's rotation list consultant, Marlin Engineering Inc., was
requested to provide a cost proposal for professional services to conduct
a survey to develop civil plans to maximize sidewalk widths, provide up
lighting, add shrubs with enhance irrigation system and design minor
traffic operational improvements in the area. Also, attend meetings
during construction, review contractor's submittals, perform construction
observations, review payment requisition, conduct punch list project
close out. On March 8, 2018, Marlin Engineering submitted a cost
proposal that is comprehensive and cost effective for the services
requested.
Marlin Engineering, Inc is one of four firms selected by Resolution No.
060-17-14861, to provide professional service agreement for engineering
services on as needed basis in accordance with Florida Statute 287.055,
Consultants Competitive Negotiation Act.
PROPOSAL AMOUNT: Please refer to the consultant contract and fee schedules.
FUND & ACCOUNT: The expenditure related to this contract shall be charged to the Capital
Improvement Project Fund Account for an amount not to exceed $41,935.
AnACHMENTS:
Capital Improvement Project Fund Account number is 301-1790-519-6450
which has a balance of $1,014,840 before this request was made.
Resolution
Resolution #060-17-14861
Professional Services Agreement
Marlin Engineering Inc., proposal letter Revised March 8, 2018
1 RESOLUTION NO: _____ _
2 A Resolution authorizing the City Manager to execute a professional service
3 work order for Marlin Engineering Inc., for sidewalk, landscape beautification of
4 Sunset Drive between US#l and SW S7th Avenue and minor traffic operational
5 improvements.
6 WHEREAS, the Mayor and City Commission wish to provide shade t~ees and
7 improve the landscape of Sunset Drive between US#l and SW 57 th Avenue and provide
8 minor traffic operational improvements; and
9 WHEREAS, the City Commission budget for this project in the Capital
10 Improvement Program; and
11 WHEREAS, Marlin Engineering, Inc is one of four firms selected by Resolution No.
12 060-17-14861, to provide professional service agreement for engineering services on as
13 needed basis in accordance with Florida Statute 287.055, "Consultants Competitive
14 Negotiation Act;" and
15 WHEREAS, Marlin Engineering, Inc., submitted a proposal in the amount of
16 $41,935 that is comprehensive and cost effective in its design approach; and
17 WHEREAS, the City of South Miami staff has negotiated the hours and find them
18 acceptable; and
19
20 WHEREAS, the Mayor and City Commission desires to authorize the City Manager
21 to execute a professional service work order for Marlin Engineering, Inc., for landscape
22 beautification of Sunset Drive between US#l and SW 57th Avenue and minor traffic
23 operational improvements.
24 NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF
25 THE CITY OF SOUTH MIAMI, FLORIDA;
26 Section 1. The City Manager is hereby authorized to execute a professional
27 service work order for Marlin Engineering, Inc., for landscape beautification of Sunset
28 Drive between US#l and SW 57th Avenue and minor traffic operational improvements
29 for an amount not to exceed $41,935. The expenditure is to be charged to the Capital
30 Improvement Program Fund Account Number 301-1790-519-6450 with an account
31 balance of $1,014,840 before this request was made.
32 Section 2. Severability. If any section, clause, sentence, or phrase ofthis
33 resolution is for any reason held invalid or unconstitutional by a court of competent
34 jurisdiction, this holding shall not affect the validity of the remaining portions of this
35 resolution.
Page 1 of 2
1 Section 3. Effective Date: This resolution shall take effect immediately upon
2 adoption.
3
4
5
6
7
8
9
PASSED AND ADOPTED this _ day of ___ -'. 2018.
10
11
12
13
14
15
16
17
18
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND EXECUTION
EXECUTION THEREOF
CITY ATTORNEY
Page 2 of 2
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Stoddard:
Vice Mayor Harris:
Commissioner Welsh:
Commissioner Liebman:
Commissioner Gil:
. .
. ··lfjf:'$ti~lgl1i:tl;)lj··hi:lt!lfl)j;$~an· .1)Q.t:ilffe~·tb~'!l!Il!tl\VQflhe'~r\\'lril".J.P:QJ~Jol'\$i. aHti/$
f'li:i{m!~n.,·-. .. . .. . .. ~i.l~~fft'~ ....... ~ 'iW9i'tm~l~~Nt~tt$Aatfta~t ... ~.~lmm,.df@WY.I!.pg!l·
·.Y~~EP·A~~At!qf\riJ)i.htt;!;t)#JYO~L~~:!!~~,.~()~i, ...
EXHIBIT tI6
I"ROFIESSBONAL SERViCE AGREIEMENT
"ProfullowaU Ge" .. ralllEaullnHrlnlll8lld ArdlltecturaD Services"
RFQ fIII"W2O 16·22
THIS AGREEMENT made and entered Inco this ~ ~ay of tl\Ml tn . 20\\ by and
between che City of South Miam~ a munidpal corporation (hereinafter referred to as
Owner or CITY) by and chrolllh Its City Manager (hereinafter referred co as CI1Y 01"
City Manager) ami V\ M \..\!:I. ~ "'& \ N.EnlH6 who isauchorlzed to do
business in the Scate of Rorlda, (hereinafter referred to as che ·CONSULTANT"). In
consicleratlon of che premises and che muwal covenants concalned In this AGREEMENT.
che parties IF" to che following terms and condldons:
I. 0 G!!II!!'I! Promkm,
1.1 A Nodce to Proceed will be Issued by the' Cit¥ Manapr. or his desranee, followlna
the sipina of chis AGREEMENT. This AGREEMENT does not confer on che
CONSULTANT any exclusive rl&hts CO perform work on behalf of che Owner
other chan che work described In one or more Notice to Proceed (hereinafter
referred to as the "WORK',), nor does It obllpte the Owner in lUI)' manner to
cuarantee wOrk for che CONSULTANT.
1.2 The alY avaes that it will furnish to die CONSULTANT available daca and
documems In the CITY possession partalnlna to the WORK to be performed
under this AGREEMENT prompdy after die Issuance of che Notice to Proceed
and upon wrm.n request of die CONSULTANT.
2.0 Scgpa of $eryl"". The CONSULTANT shall perform dla ..,.,rk as !Ill!: forth in cha Seoll'
of ScryIqs as dwr!hrd in che Notice to Proceed.
3.0 Dma for CallJll!et!an
3.1 The IIII"Iices to be rendered by cha CONSULTANT for any WORK shall be
commenced upon rectllpt of a written Nodca to Proceed from the CllY
subsequent to the execution of this AGREEMENT and shall be completed within
che rime let forth 'In the NotiCe to Procaed or other document s!&ned by the
City Manager, or desipee.
3.2 A reasonable extension of rime will be granted In the event there Is a delay on
the part of the aTY In fulfilling Its part of the AGREEMENT, chanp of scope of
work or should any ocher events beyond the control of the CONSULTANT
render performanca of his duties impossible.
4.0 .. ", of Cgmpensacjon: The fees for services of the CONSULTANT shall be
determined by one of the following methods or a combination thereof. as mutually
.,..ed upon by che aTY and the CONSULTANT.
4,1 A fixed sum: The fee for a cask or a scope of work may be a fixed sum as
mutually agreed upon by the CITY and the CONSULTANT and If such an
acreement is reached, It shall be in writing, .raned b,. the CONSULTANT and
the City Mana,er and ateaChed hereto as ATTACHMENT AI
4.2 Hourly rate fee: If there is no fixed sum or If additional work is requested
without an acreement as to a fixed sum. the CITY agrees to pa,., and the
CONSULTANT agrees to accept. for the seryleel rendered pursuant to chis
AGREEMENT, fees In accordance wlch the hourly rates that shall indude all
TIIamM ........
10111121116
...... 510166
1as
wapi. benefits. ovemead and profit and that shall be in wridllJ, signed by the
CONSULTANT and the City Manapi' and attached hereto as
ATTACHMENT A.
5.0 Paxmpn' and fmiaI Paymenq. The CITY will make monthly payments or panlal
payments to tlte CONSULTANT for all authorized WORK performed during the
previOUS calendar month as set forth In the schedule of payment as sec forth in
ATTACHMENT A or. If no schedule of payment exhibit Is attached to this
AGREEMENT chen payment will be made 30 days following the receipt of
CONSULTANTs invoice as the work proaresses but only for the work actually
performed and approved In wrlq by the City Manlier.
6.0 Ria of Declslpns. All services shall be performed by the CONSULTANT to the
satisfaction of the CITY's represenllltlve. who shall declclle all questions. dlfRcultleS and
disputes of whatever naDlre which may arise under or by reason of this AGREEMENT,
lite prosecution and fulfillment of the services, and the character, quality, amount and
value. The representative's decisions upon all claims, questions, and disputes shall be
final. conclusive and bittding upon the parties unless such determinatIOn Is clearly
arbitrary or unreasonable. In the event that the CONSULTANT does not concur In lite
/ucJ&ment of the representative as to any decisions made by him. CONSULTANT shall
present his writtlen objections to the City Manapi' and shall abide by the decision of the
at,Manapr.
7.0 Qwnerdljp of Doqunenq, All reports and reproducible plans, and other data
developed by the CONSULTANT for the purpose of this AGREEMENT shall become
the property of the CITY without restriction or limitation.
8.0 Audit Ri&hJS. The CITY reserves the rJ&ht to audit the records of the CONSUl. TANT
related to this AGREEMENT at any time during the execution of the WORK and for a
period of one' year after fInaB payment Is made. This provision Is applicable only to
....... iI!r .. that are on a time and cost buis.
9.0 If the contract amount exceeds the IItreshold amount provided
In So catepry four, the CONSULTANT shall execute a truth.Jn..nl!lOtiation
certificate stating that wqe ralleS and other factual unit costs supporting the
compensation are accurate, complete. and current at the time of contraetlna. In such
event, the ori&inal contract price and any add"ltions thereto shall be adjusted to exclude
any sl&nlftcant SUIIIIS by which the CIty determines the COntract price was increased due
to inaccurate, Incomplete, or noncurrent wqe ralleS and other factIIaI unit costs. All
such contract adjustments must be made within one year following the end of the
contract.
10.0 ~~~::: CONSULTANT shaD not assign or transfer Its rJ&hts under this
T the express written consent of the CITY. The CITY will not
unreasonably withhold andlor delay its consent to the assignment of the
CONSULTANTs rl&hts. The OTY may, In its sole discretion, allow the
CONSUL"'("ANT to asslJn its duties, obligations and responsibilities provided the
assJ&nee meets all of the CITY's requiremeoU to the CITY's sole satisfaction. The
CONSULTANT shall not subcontract this AGREEMENT or any of tlte services to be
provided by it without prior written consent of the CITY. Any assignment or
subcontracting In violation hereof shall be void and unenforceable
11.0 Unaycbgrlzed Nicol; The emp~nt of unauthorized aliens by the CONSULTANT is
considered a violation of Federal Law. II the CONSULTANT knowingly employs
unauthorized aliens, such violadon shall be cause for unilateral cancellation of this
AGREEMENT. This applies to any sub-CONSULTANTs used by the CONSULTANT as
well. The CITY reserves the right at Its dlscredon, but does not assume the obhption,
_F.P ....
1111312016
I'I1II51 0166
138
co require proof of valid citizenship or, in the alternative, proof of a valid veen card for
each person employed In the performance of work or proYidln, the 100ds and/or
se/"llcel for or on behalf of the CITY Includln. persons employed by any Independent
contractor. By reservlns this right, the CITY does not assume any obllpdon or
responsibility CO enforce or ensure compliance with the applicable laws and/or
rqulations. .
12.0 W'!!'INY' The CONSULTANT warrants that it has not employed or retained any
company or person, other Ih," a bona fide employee worlcln, solely for the
CONSULTANT. CO solicit or secure this contract and that he has not paid or aareed to
pay any company or person other than a bona llde employee worlclnl solely for the
CONSULTANT any fee, commission, perceneap fee, lifts or any other considerations
c:ontlnpnt upon or resuldns from the award or maki"l of this contract. For breach or
violation of mls warranty, the CITY shall have the rJsht co annul this contract without
13.0~i=~~~ Is expressly understood and aareed that the CITY rna)' UlrmlnaUlthls A for any reason or no reason and without penalty by either decDnl"l co
Issue Notice co Proceed authorlzlns WORK. or. if a Notice to Proceed Is Issued. CITY
rna)' wmlnaUl this AGREEMENT by writteUl notice to CONSULTANT, and in either
event the CITY's sole obllptlon co the CONSULTANT shall be ~ent for the work
previously authorized and perfonned In accordance wich the provisions of this
AGREEMENT. Payment shall be deUlrmlned on the basis of due work performed by the
CONSULTANT up co the time of Ulnninatlon. Upon Ulrmlnadon. the CITY shall be
entitled to II reIiIncil of any monies paid for any period of time for which no work was
performed.
14.0 Im:m This AGREEMENT shall remain In force until the end of the UIrm, which includes
aD authorized renewals. or unless otherwise Ulrminated by the CITY. The UIrm of this
qreement Is three (3) years from the Issuance of the Notice to Proceed and one two-
year opdon_ renew. The option co renew Is at the discretion of the Oty Manqer.
The CITY may UI.rmlnaUl the contract without cause followllll 30 days advanced notice
co the CONSULTANT. However, in no event shall the term exceed five (5) years
followlns the issuance of the Notice co Proceed,
15.0 Ddwlt, In the event either party falls to comply with the provisions of this
AGREEMENT. the agrieYed party may declare the othllr party In default and nDtlfy
the defauldlll party in writins. If CITY Is In default, the CONSULTANT will only be
compensated for any completed professional services and CONSULTANT shall not
be entitled to any consequentlsl or delay damaaes. In the event that partial payment
has been made for such professional se/"llces 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 htlptlon betWeen the partie. arlsl"l out of or relati"l in
any way to this AGREEMENT or a breach thereof, each party shall bear lIS own COSts
and Iep! fees.
16.0 InlUrJnce and IndemnlflcatiDn. The CONSULTANT qrees to comply wich CITY's
Insurance and IndemnHlcetlon requirements that are set forth In ArrACHNIUlT llI.to
this AGREEMENT.
17.0 Agwnent NOt Excluslu. Nothing in this AGREEMENT shall prevent !he CITY from
employi"l other CONSULTANTS co perform the same or similar services.
18.0 Codes. OrdInances and Laws. The CONSULTANT asrees to abide and be pemed by
all duly promulpted and published municipal. county, state and feden! codes,
ordinances, rules, resulatlons and laws which have a direct bearllll on the WORK
involved on this project. The CONSULTANT is required to complete and sJsn all
aflidavlts, includllll Public: Entity Crimes Affldavit form (attached) pursuant to FS
2B7.133(3) (a). as required by the CITY's solicitation, if any, applicable to this
TJIarn!oo P. Fepe
Ul/III2016
",530(66
137
AGREEMENT.
19.0:rma. CONSULTANT shaH be responsIble (or payment of all federal, state, aneD/or
local taxes relued co the Work, Inclusive of sales tax If applicable .
. 20.0 Drug Eme Wprkplace. CONSULTANT shall comply with CITY's Drug Free Workplace
policy which Is made a part of this AGREEMENT by reference.
21.0 Independent Conuactqr. CONSULTANT is an Independent entity under this
AGREEMENT and nothing contained herein shall be construed co create a partnership,
joint venture. or .. ncr relationship between the parries.
22.0 Dutiu and Reaponslbill!:!es. CONSULTANT llrees CO provide Its servl_ during die
term of this AGREEMENT in accordance with all applicable laws, rules. regulations, and
health and safety standards of the federal. state, and CITY. which may be applicable co
the service beina provided.
23.0 l!cmm and CenH!cat!p1JS, CONSULTANT shall secure all necessary business and
proIessional been_ at Its IDle expense prior co executing the AGREEMENT.
24.0 Entire A&rnmw-Mpdlflqtlpn. and Blndl'" Effeq: This AGREEMENT constitutes the
entire aareement of the parties, Incorporates all the understandlnp of the pll'ties and
supersedes any prior aareements. undemandlnas, representation 011' neaotJadan, writlll!n
or oral. This AGREEMENT may not be mod'alled or amended except In writing. Ilgned
by both pardes hereto. This AGREEMENT shall be blndl"l upon and inure to the benaftt
of the City of South Miami and CONSULTANT and to their respective heirs. successors
and asslJns, No modification or amendment of any terms or provisions of this
AGREEMENT shall be wild or bIncIlna unl_1t compbes wkh this parqraph. This
AGREEMENT. In pneral. and this panaraph. in parrlcular. shall not be modified or
amended by acts or omiSSions of the pardes. If this AGREEMENT was approved by
wrItIIIn resolUtion of the Qty Commission. or If such approval II reqUired by ordinance
or the City Charter. no amendment co this AGREEMENT shaD be vaDd. unless approved .
by written resolution of the City CommiSsion.
25.0 IU[J TriaL CITY and CONSULTANT knowingly. irrevocably voluntarily and
IntI!I!tionaily waive any rJ&ht either may have to a trial by jury In State or Federal Court
proceecIInp In respect to any acdon, proceedlnr. lawsuit or counterclaim arisina out of
this AGREEMENT or the performanc:e of the Work thereunder.
26.0 Val. pf fRrutec! C~ This AGREEMENT may be executed In several
counterparts, each of whl shall be construed as an orillnal.
27.0 Rules of Inte[p!'AA!tiq!!: Throughout this AGREEMENT the pronouns that are used may
be substitulied for male. female or neuter, Whenever applicable and the sinllliar words
subslltuwl for plural and plural words substituted for sI"IuIar wh-.r applicable.
28.0 SaymbiI!!J. If any term or provision of this AGREEMENT or the application thereof to
any person or clrcurnstanc:e shall. to any extent, be Invalid .or unenforceable. the
remainder of this AGREEMENT. or the application of luch term or provision to persDns
or clrcurnstan_ other than those to which It is held Invalid or unenforceable. shall not
be affected thereby and each and every other term and provision of this AGREEMENT
shall be valid and enfon:eab!e to the fullest extent permitted by law.
29.0 Cumulative Remedies: The duties and obIiptions imposed by the contract documents.
If any. and the riFts and remedies avaHable hereunder. and. In particular but without
limitation. the warranties. pran_ and obllpdons imposed upon CONSULTANT by
the Contract Documents. if any. and this AGREEMENT and the ri&f!ts and remedies
available to the CITY hereunder. shall be In addidon to. and shall not be COIISVUed In
any way as a limitation of. any rJ&hts and remedies available at law or In equity. by special
parancee or by other pl'O¥islons of the Contract Documlll1ts. if any. Dr this
AGREEMENT. In order to endtle any party to exercise any remedy reserved to it in this
~F.Pepe
111/1112011
Pqa 54 of 66
138
AGREEMENT, or exll1lng In law or in equity, it shall not be necessary to give notice,
other than such notice as maybe herein expressly required. No remedy conferred upon
or reserved to any party hereto, or existing at law or In eqult)', shall be exclusive of any
other available remedy or remedies, but each and every such remedy shall be cumulative
and shall be In additiOn to every other remedY &lYen under this AGREEMENT or
hereafter exlstl", at law or In equity. No delay or omission to exercise any right or
power accruing upon any default shall impair any such right or power or shal be
conscrued to be a waiver thereof, but any suth right and power may be exercised from
time to time as often as may be deemed expedient.
30.0 Non-Wajver. CITY and CONSULTANT aaree that no failure to exercise and no delay
In exertisi", any right, power or prlYllep under this AGREEMENT on the part of either
party shall operate as a waiver of any rJ&ht, power, or privilege under this AGREEMENT.
No waiver of this AGREEMENT. In whole or part, Includl", the provisions of this
paraaraph, may be implied by any act or omission and will only be valid and enforceable
if In wrId", and duly executed by each of the parties to this AGREEMENT. Imy waiver
of any term, condition or pl'OYlsion of this AGREEMENT wiD not constitute a waiver of
any other term, condition or provision hereof, nor wnl a waiver of any breach of any
term. condhlon or provision constitute a waiver of any subsequent or succeedlnl
breach. The f.llure to enforce this AGREEMENT as to any particular breath or default
s~11 not act as a waiver of any subsequent breath or default.
31.0 Np P!scrlmInMIgn and Equal ErnplaJIDIDt No action shall be talcen by the
CONSULTANT. nor will It permit any actS or omissions which result in discrimination
aplnllt any person, Includl", employee or appIicam for empio)'lllent on the basis of race,
creed. color. edmiclty, national origin, rell&lon, lip, sex. rammal status. marital status.
ethniclty. sexuaJ orientation or physical or ments! disability as proscribed by law and
that It will take atIIrmaclYe action to ensure that such discrimination does not tsIce place.
The CONSULTANT shall comply with the Americans with Disabilities Act and It will
talce affirmative action co ensure that suth disCrimination do •• not take place. The City
of South Miami's hlrl", practices strive to comply with all applicable federal replatlons
reprdlnl emplO}'lllent e1lJ1billty and employment practices in pneraJ. Thus. all
inclviduals and emities seelcil1l to do work for the CITY are expected to comply with all
appUcable laws. JOY8mmentaJ reqUirements and regulatIOns, IncludinJ the reaulallons of
the United States Department of Justice penalninl to employment e1i&1blllty and
empIo)'lllent practices. By silnlnl this AGREEMENT. the CONSULTANT hereby
certifies under penalty of perjury, to the CITY, that CONSULTANT Is In compliance
with all applicable r8JUlations and lawspeml", employment practices.
32.0 GQUI1!inr Laws. This AGREEMENT and the performance of services hereunder will be
JOY8med by the laws of the State of florida, with exduslve venue for the resolution of
any dispute bei", a court of competent jurisdiction In Miami-Dade County, Rorida.
33.0 EIfcg!ye [)are, This AGREEMENT shall not become effective and blncll", until it has
been executed by both pardes hereto. and approved by the City Commission If such
approval is required by City's Charter. and the effective date shall be the date of its
execution by the last party so executi", 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 f'ar1y BenefiCiary. It Is specifically understood and qreed 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
'ft ...........
1111_"
..... 55 of 46
(
139
anyone other than the parties hereto. and that only the parties hereto shall have
any rl&hts hereunder.
35.0 Further Assurances. The parties hereto agree to execute any and all oilier and further
documents as might be reasonably nKessary In order to ratify. conflrm. and elfectullte
iIIe Intent and purposes of iIIls AGREEMENT.
36.0 Dme gf Eptmg;. Time is of the essence of this AGREEMENT.
37.0 !ngqnlltjgn. This AGREEMENT shall not be constrUed more strongly against either
party hereto. reprdless of who was more responslbie for Its preparation.
38.0 Fpn;a MJj@l'I'lI. Neither fill")' hereto shall be in default: of Its failure to perform Its
obilpdoos under this AGREEMENT If caused by acts of God. civil commotion. strikes.
labor disputes. or pemmental demands or requirements that could nOt be reasonably
anticipated and iIIe "cts avoided or mltlpted. Each party shall notify the other of any
such occurrence. .
39.0 Subcamraq!n~ If allowed by this AGREEMENT. the CONSULTANT shall be as fully
responsible to the CITY for the acts and omissions of its subcontractonlsubconsultants
as It Is for the acts and omissions of people direcdy employed by it. All
subcontracllonlsubconsultams and their aareements, If allowed by dils AGREEMENT.
must be approved by the CITY. The CONSULTANT shall require each subconcractor.
who Is approved by the CITY. to aaree In the subcontraCt to observe and be bound by
. an obllpdons and conditions of this AGREEMENT to which CONSULTANT Is bound.
40.0 Public RegmIs; CONSULTANT and all of its subcomractors are reqUired at comply
with the public records law (1.119.0701) while provldl"llOods and/or Hrlices on behalf
of the CITY and the CONSULTANT. under such condldons. shall Incorponta this
panaraph In all of Its subcollftCts for this ProJect. Under such . condldon.
CONSULTANT ancll Its subContractors are speclIIc:aIly required eo: (a) Keep and
maintain public records required by the public .. ney to perform the service; (b) Upon
req_t From the public aaency'l custodian of public records. provide the public apncy
wlth a copy of die requested records or aUow the records to be Inspected or copied
within a reasonable time at a cost that does not IIIICIIed the cost provided In this
chapter or as otherwise provided by law; (c) Ensure that public records that are
exempt ar confidential and exempt From public records dbcIosure requirements are not
dilcloled except as authorized by law far the duration of die contract term and
followl"l completion of the connct if the contractor. does not U'IIIIIfv the records to
the pubic 1IIP"cr. and (d) Upon completion of the contract, trann. at no cost, to the
public qency all public records iii possession of the tontractor or keep and maintain
public records required by the public lIIP"ey to perform the service. If the contractor
transfers III public records to the public apncy upon completion of che contnct, the
contractar shall destroy any duplcate public records dIat are exempt or confldentlal
and exempt from public records dlldosurl requirements. If the contractor keeps and
maintains public records upon completion of the cantract, the contractor shall meet all
applicable requirements for retaining public records. All retards stared electronically
must be provided to the public qenC)'. upon request From the public "leney's custodian
of public records. In a format thst is compatible with the Information t~nology
S}IItIIIIIS of the publlc "Ieney.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THIE
APPUCATION OF CHAPTIER Bl9, FI.ORlDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO
THIS CONTRACT, CONTACT THE CUSTODiAN OF PUBLIC RECORDS
AT 305-663-6340: E-mllll: mmenendeZ@SauthmIamHl.pv; 6130 Sunlet
Drive, South Miami, FL 33143.
41.0 Nod"s. Whenever notice shill be required or permitted herein. It shall be
_F,Pope
10/1l1Z016
Pap 56 of 66
140
delivered by hand delivery. a-mail (or similar electronic transmission). facsimile
transmission or certified mall. 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 certHled mail. the date on die retum receipt or the
date shown as the date same was refused or unclaimed_ If hand delivered to the
CITY. a copy must be scamped with the oMclal 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 followlna individuals or entitles at the
addresses (Including e-mail) or faCSimile transmission numbers set forth bel ow:
To CITY:
With copies to:
To CONSULTANT:
City Manager.
6130 Sunset Dr.
South Mlam~ FL 33143
Tel: (30S) 668-25 I 0
Fax: (305) 663-6345
E-mail: salexander@southmiamlfl.,ov
City Attorney
6130 Sunset Dr.
South Miami. FL 33143
Tel: (305) 667-2564
Fax: (305) 341-0584
E-mail: t/Mlpe@sguthmlamlfl.m
42.0 ~e~ The CONSULTANT and its representative who signs this
N' certifies INlder penalty of perjury that the CONSULTANT and Its
represencadve have. and have exercised, the required corporate power and that they
have compRed with all applicable IepI requirements necessary to adopt, execute and
deliver this AGREEMENT and to assume .the responsibilities and obIlpdons created
hereunder; and that this AGREEMENT is duly executed and delivered by an authorized
corporate oftlcer. in accordance with such oftlcer's powers to bind the CONSULTANT
hereunder. and constitutes a I18ikl and bindi", obllption enforceable in accordance with
Its terms. conditions and provisions.
ilNl WITNESS WHEIllEOF. this AGREEMENT was si&ned on or before the
date 11m above written subject to the terms and conditions set forth herein.
TIIomoI F. Papa
10/1:1/2016
PageS? of 66
141
Read and Approved IS to Form, Lanaua,ga.
Leaallty .nd Exei;ullon thereat:
ay;:fo~
Thomu F.I'epe, Esq.
City Auotney
'IIlam.""'e
,"UI2016
'42
ADDENDUM TO PROFESSIONAl. SERViCE AGREEMENT
·Prafaolonel Genera' En&!nearl.., and Architectural StnvJces"
RFQ IIPW10l60ZZ
The City and CONSULTANT alree that a separate rotational list will be dedicated for work
performed under a cont,nuinl 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. "Certified Arborlsts Services" Is defined as:
• Certified Arborist Services:
COnsultant may be called upon to review all tree removal permit appncatlons that are
submitted to ensure compliance. with the retlulations outlined In Section 20-4.5.1 of the
Clty's Land Development Code. The review indudes the Initial site Inspection followed
up by the determination of mltlsatlon and a final Inspection. When needed, assist City
Departments with other Issues related to the maintenance, preservation, and protection
of trees on both prtvate and pubIc property.
The rotational list for "Certified ArborlSls Services" will rotate every three (3) months amonl
the CONSULTANTS. The City Intends to retain a maximum of four (4) qualified firms under four
(4) separate but similar Professional Services Asreements.
By:
Steven Alexander, CIty Manager
(Name of Sisnatory)
Read and Approved as to Form, Lansuage,
Lepllty and Execution thereof:
BV: ·~:;.,-.,./6-?=·
Thomas F. Pepe, City Attorney
ThamaI P. Pope
1111112016
ATIACHMIi:INIT A.
"COMPIEN!!!!A'fIOINl"
PROFESSDONAL SERVDCE AGIRlElElMIElNIl'
"Professlanlll Generall&n&lneerlnl aruII Archlilllcturall Services ..
IIU'Q ifPW2GIG-3:1
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
Oesigner $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 LandscapeArchitect $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
A1TACHIMIENlT.~
DNSUMNCE Ir iNDEMNIfICATION RIEQIIJIDIIU!IMIIEINITS
PROPES.RONAL SERVICE AGRElEMlI!i'IT
"~.I"naI GaoI1GlraD EnBlnHrlqlllllil Architec:tu...u Se.Mea."
RFQ flPWlIIl6-n
1.0 I 0 IOSUDlDCI
A. Wlrhout IIm1dnllts liability, die conlractor, consulant or consultlna firm (hereinafter
referred to as "FIRM" with reprd to Insurance and Indemnification requiremenu) shall
be required to procure and maintain at its own expense durina die life of the Conner,
Insurance of the types and In the minimum amounts stated be/ow as will protllct the
FIRM, from dalms which may arise out of or resuk from die contract or die
performance of the contract with the Qty of Saudi Miami, whether such claim Is
aplnst the FIRM or any sub-con_r, or by al1}'One directly or Indirectly employed by
any of them or by anyone for whose acts any of chem may !be liable. .
B. No inlurance required by the CITY shall be Iqued or wrkllln by a surplus lines carrier
unl_ author/:mJ In wrltlna by the CITY and such authorization shall be at the CITY's
sole and absolute discretion, The fiRM shall purchase insurance from and shall
maInIaIn the insurance wid! a company or companies lawfully autIIoriucI to sell
Insurance In the State of Florida. on forms approved by die Sma of florida, as will
prolKt the FIRM, at a minimum, from all claims as sec forch below which may arise out
of or resuk from die FIRM's operations under die Concract and for which the ARM
may be lepNy liable. whether such operations be by the FIRM or by a Subconlractor or
by anyone directly or indirectly employed by any of them. or by anyone for whose acts
any of diem may be liable: (a) claims under workers' compensation. disability benefit
and ocher similar employee beneftt acts which are appHcable to the Work to be
performed: (b) claims for damaps because of bodily injury. occupationllslckness or
disease, or death of the FIRM's employees; (c) claims for dam •• because of bodily
Injury. sickness or disease. or death of any person other dian the FIRM's employees:
(d) claims for damages insured by usual personal InJury liability cove ... : (e) claims for
dlllllpl. odIer than to the Work Itself, becaun of injury to or destruction of tan&lble
property, Indudina loss of use resultln& dlere from; (I) claims for damaps because of
bodily injury. death of a person or property damage arisinl out of ownership, .
malntJanance or use of a motor vehlde; CI) claims for bodily injury or property dam.
arlsllII out of completed operations; and (h) claims involvlna contractual liability
insurance apprlClble to the FIRM's obRptions under die Contract.
1.0 II Fjrm" Insurance GaneraIJx. 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 specilled hereinafter). the insurance coveraae written on
FlOrida approved forms and as _ forch below:
1.012 Wgrkm' Cpmpensatipn Insurance at the statutory amount as to all employees in
compliance with the 'Workers' Compensation law" of the SUte of Florida includlna Chapter
440. florida Statutes, .as presently written or hereafter amended. and all applicable federal laws.
TIl ...... , .....
'1/':1120'1
"",60 of 66
146
In addition. die policies must Include: Employers' LiabUlty mt the statutory coveraae
amount. The FIRM shall further Insure that all of Its Subcontractors maintain approp~ levl!ls
of Worker's Compensation Insurance.
1.013 Commercial Comprehensjve Genera! Uabilll}' Insurance widl broad form endorSement.
as well al automobile liability. completed operations and products Rability. contractuaillabllity.
severability of interest wIch cross liability provision. and personal Infury and property damage
liability widllimits of $1.000.000 combined slnale limit per occurrence and $2.000.000
aareaate. !neludlna:
• l'ersonailnjury: $1.000.000;
• Medical Insurance: $5.000 per person;
• Property Damaae: $500.000 each occurrence;
1.014 Umbrejla Commerdill Comll'1'bwiu General LiabjlRy insurance shall be written on a
Florida appnwed form widl die same coveraae as the primary insurance polley but in die
amount of $1.000.000 per claim and $2,000.000 Annual Aarelate. Coverap must be afforded
on a form no more remicllve than the lateit edition of the Comprehensive General Uabillty
policy. wkhouc restrictiu endorsements. as filed by die Irmrance Services OIIIce, and must
Include:
(a) Premises ancII Operadon
(b) Independent Contracrars
(c) Products anellor Completed Operations Hazard
(d) Explosion. Colliapse and Underground Hazard Coverage
(e) Broad Form Property Carnage
(I) Broad Form Contractual Covenae applkable to dlis specific Contratt. Including any
hold harmless andlor indemnil1cation acreement.
(J) l'ersonallnjury Covarap with Employee and Contractual Exclusions removed, with
minimum limits of coveJ"ale equal to diose required for Bodily Injury liability and
Propcny Dam. liability.
1.015 Bustnm AutoD!Dl!!!e UabBtcy with minimum limits of One Million Dollars
($1.000.000.00) plus an additional One MIlDon Dollar ($1.000,000.00) umbrella per occurrence
combined single limit for Bodily In)ury Uability and Property Damaa:e Uability. Umbrella
cove ... must be afforded on a form no more restrictive than the latest edldon of che Business
Automobile Liablnty polley. widlout restricrlve endorsements. as fiied by widl the state of
Florida, and must Indude:
(a) Owned Vehicles.
(b) Hired and Non-Owned Vehicles
(c) Employers' Non-Ownershlp
1.016 SUBCONTRACTS; The FIRM agrees that if any part of the Work under the Contract Is
sublet, the subcontract shall contain the same Insurance provision as required by of die FIrm.
other than die Fire and Extended Coverage Insurance and substitutilll the word Subcontracrar
for the word FIRM and subsdtudlll die word FIRM for CITY where apphcable.
I .017 Fire and emrut!!!l Cgycnp IMyra"" (BUilders' Risk), IF APPlICABLE:
C. In the event that dlls contract involves die construction of a structure. die FIRM shall
maintain, widl an Insurance Company or Insurance Companies acceptable to die CITY,
"Broad" form/All Risk Insurance on bulldlnp and structures. Includllll Vandalism "
Malicious Mischief coveraae. while in the course of construction. including foundations,
additions. attaChments and all permanent fixtures belonging to and constituting a pan of
Thom .. F."'",
10i1_16
Pop 61 of"
1411
said bulldl ... or structures. The policy or pollcill$ shall also cover machinery, If the cost
of machinery is included in the Connct. or if !he machinery is located In a buildllll that
is bellll renovated by reason of this contract. The amount of insurance must, at all .
times, be at ieast equal to the replacement and actual cash value of the inlured
property. TlIe policy shall be In the name of the CITY and the Firm, as their interHc
may appear, and shall also cover the interests of all Subcontractors performlnl Work.
D. All of the provisions set forth In Miscellaneous section herein below shall apply to this
coverap unless it would be dearly not applicable.
1.0 18 Miscellaneous:
F. If any notice of cancellation of Insurance or chance in coverap is issued by the
Insurance company or should any Insurance hsve an expiration date that will occur
duFf", che period of this contract. the FIRM shail be responsible for securi", other
accepcable insurance prior to such cancellation, chance, or expiration so as to provide
continuous coverqe as specified In this section aUld so as to maintain coverap during
the life 01 this Contract. .
G. AlB deduc:tilJles must be declared by the FIRM and must be approved by the CITY. At
the opdon of the CITY, either the FIRM shall eliminate or reduce such deductible or
the FIRM shall procure a Bond, In a form sadll'actory to the CITY coveri.1II the same.
H. The policies shalll contain waiver of subreption aplnst CrrY where applicable. shall
expressly provide that such policy or pondes are primary over any other collectible
Insurance that CITY may have. The CITY reserves the rf&ht at any dme to request a
copy of the required polldes for review. All policies shall contain a "severability of
interest" or "cross liability" clause without obliplion for premium payment: of the CiTY
as weB as contractual liability provision coverilll the FIRM'S duty to indemnify the City
as provided In this Aareement.
I. Before starting the Work, the FIRM shall de&ver to the CITY certificates
of such Insurance, acceptsble to the CiTY, as well as the insurance binder, if one ii
islUed. the insurance policy, includilll the declaration pIP and an applicable
endonements and provide the name. addi'ess and telephone number of the Insurance
apnt Dr lIrolcer throl/lh whom the policy was obtained. The insurer shall be rated
A. VII Dr better per A.M. 8est's Key Rati", Guide. latell edition and authorized to iSlue
insurance in the State of Florida. All insurance poliCies must be written on forma
approved by the State of Florida and they must remain in full force and effect for the
duradon 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 deftned in ArtIcle I
of this document) which IhaR include the declaration pIP and all required
endorsementl. In addition, the FIRM shall· deliver, at the time of denvery of the
insurance certificate, the followilll endonements: .
(3) a policy provision or an endonement with substantially similar provisions as
follows:
ThamoI F. Pepe
1011_16
"The City of South Miami is an additiOnal insured. The insurer shall pa)' all suma
that the City of Souch Miami becomes Ieplly obJipted to pay as d8Jlllll!s
because of 'bodily injury", 'property dam .. ' , or "penonal and advertiSinl
injury" and it will provide to the City all of the cover .. that is typically proyided
under the standard Florida approved forms for commercial laneralliabillty
coverage A and coverage a":
"",62 of 66
147
!
1
I
I
!
I
I
(4) a policy provision or an endorsemant with sulmandally similar provisions as
follows: ..
"This policy shall not be cancelled (inciudlng cancellation for non-payment of
premium). terminated or materially modified without first living the City of
South Miami ten (10) days advanced written notice of the Intent to materially
modify the policy or to cancel or terminate the policy for any ruson. The
notificatiOn shaH be delivered to the City by cerdfted mail. with proof of delivery
to the City."
J. If the FIRM is providlnll professional services, such as would be provided by an
architect, en&!neer. attorney. or accountant, to name a faw. then In such event and In
addition to the above requirements. the FIRM shall also provide Professional UabiJity .
Insuranca on a Florida approved form In the amount of $1.000.000 with deductible per
claim If any. not to excud 5% of the limit of Blability providing for all sums which the
FIRM shall become legally obligated to pay as damaaes for claims arising out of the
senIces or work performed by the FIRM its qents. representatives. Sub Contractors
or wiant or by any parson employed or retained by him In connection with this
Aveement. This Insurance shall be maimained for four years after compledon of the
conlllrUction and acceptance of any Project covered by this A&reement. However. the
FIRM may purchase Speclllc Project Professional Uabillty Insunnce, In the amount and
under the mrms specified above, which Is also acceptable. No insurance shall be issued
by a surplus lines carrier unless authorized In writing by the City at the city's sole.
absolute and unf_ ed dlscredon.
hlldemnlflcatlon Raqulrement
G. The Firm accepts and voluntarily Incurs all risks of any Injuries, damages, or harm which
might arise during the woric or event that is occurring on the CITY's property due to
the nealigence or other fault of the Firm or anyone acting throuzh or on behalf of the
Firm.
H. The FIrm shan indemnify, defend, save and hold CITY, its officers, afflnates, employees,
successors and assIJns, harmless from any and ail damages. dalms, liability, losses,
claims, demands, suits. flnes. judgments or cost and expenses, Including reasonable
attorney's fees, paralepl fees and Invesliptive costs incidental there to and incurred
prior to. during or followln, any litipllon, mediation. arbitration and at all appeHlte
levels, which may be suffered by. or accrued apInst, charged to or recoverable from
the aty of South Miami. its officers. affiliates, employees, successors and assips, by
reason of any causes of actions or claim of any kind or nature, indudlng claims for
injury to, or death of any person or persons and for the loss or damace to any property
arising out of a n.igene error, omission, misconduct, Dr any gross neaJigenea,
intentional act or harmful conduct of the Firm, Its contractor/subcontractor or any of
their officers. directors, agents. representatives, employees. or assigns, or anyone actinz
throuzh 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 obllpCIons under this
AGREEMENT.
I. The Arm shall pay all claims, losses and expenses of 211)' kind 01" nature whatsoever. In
connection therewith, including the expense or loss of the CITY anellor Its affected
ThGmaI F. "-
'01'1/1116
Pqe63 of 66
148
officers, aflillalleS, employees, IUecessOrs and assigns, includin& their attorney's fees, in
the defense of any action in law or equity brolllht aplnst them and arlsllll from the
negfipnt error, omission, or act of the firm, Its Sub-Comractor or any of their agents,
representatives, employees, or lllianS, andlor arising out of, or incident to, this
Aareement, or Incident to or resultllll from the performance or non-perfonnance of
the Firm's obllptions under this AGREEMENT.
J. The firm .,-eel and recoanlzes that neither the CITY nor its afticers, afllrlalleS,
employees, successars and assiens shall be held liable or responsible for any claims,
includllll the costs and expenses of defendllll such claims which may result from or
arise out of actions or omissions of the Firm, Its contractor/subcontractor or any of
their apnts, representacivu, employees, or assigns, or anyone accilll throUJh or an
behalf 01 the them, and 1/"151111 out of or concernllll the work or eveRt that Is occurrilll
on the CITY's property. In revlewi"lo approving or rejecting any submissions or acts of
die Firm, crrv In no way assumes or shares responsibility or liability for the acts or
omissions of the
Firm, Its contractor/subcontractor or any of their .. ntI. representatives, employees,
or assigns, or anyone acting throuah or on behalf of them.
K. The firm has the duty to provide a defense with an attorney or law firm approved by
the CIty of Saudi Miami. which approval will not be unreasonably withheld.
L However. as to desiln professional contracts, and pursuant to SectIon 725.08 (I),
Florida StIWJteI, none of the provisions set fonh herein above that are In conflict with
this subparqraph shall appI)i and this subplJ'III'aph shall set forth the sole
responsibility of the des .. prafessional concerning Indemnification. Thus, the desian
professional's obllptlons as to the City and Its .. ndes, as well u to Its olllcers and
employees, is to indemnify and hold them harmlus from Ilabilides, damaps, losses,
and costs, Includl"lo but not limited to, _sanable attorneys' fees, to the extent
caused by the necJiaence, recklessness, or Intentionally wrongful conduct of the desJcn
professional and ather persons employed or utlfized by the desip professional In the
performance of the contract.
Thomas F. 'ep.
1G/11I2011
THIS IS INCLUDED IN THE GENERAl. CONDITIONS
END OF SEC110N
..... '40166
149
MARLIN
Consultant Project Proposal
Date: March 8, 2018
Dear Mr. Carmenates:
Marlin Engineering, Inc. proposes to provide the services identified below for th.e project entitled "Roadway
and Beautification hnprovements-Sunset Drive (nnd Street from US 1 to 57 th Avenue)", 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 beautification of Sunset Drive (nnd Street) between US 1 and 57 th
Avenue and minor traffic operational improvements. .
The scope of work outlines the effort required for the production of the construction documents.
Scope of Services
Design Phase:
i. Site Investigation and Reconnaissance
ii. Data Collection, Utility Coordination and Verification of As-built Conditions
iii. Various Site Layout Plans inc\udinga Site Plan, Planting Plan, Irrigation Plan and Landscape Lighting
Plan (plans may be consolidated)
IV. Irrigation service connection
v. Signing and Pavement Markings, if required
vi. SWPPP Notes and Applicable Details
vii. Technical Specifications
viii. Probable Construction Cost Estimate
Permitting Phase:
1. Permitting/Approvals with local jurisdictional authorities such as DERM and Miami-Dade DTPW.
1700 NW 66 th Avenue, Suite 106, Plantation, FL 33313 • 954.870.5070' www.marlinengineering.com
MARLIN
Construction Phase
i. Assist in preparation of Bid package
ii. Attend one pre-bid meeting
iii. Review contractor's submittals
iv. Respond to allRFI's
v. Coordinate the work and work schedule
vi. Perform construction observations during construction activities
vii. Review contractor's payment requisition
viii. Conduct punch list inspections
IX. Complete project close out and certifications
Scope of Work
a. Remove existing black olive and palm trees and replace them with oak trees to provide shade and
maintain / provide new up lighting as necessary.
b. Plant 80 large trunk (mature) oaks on both sides ofthe roadway. No work will be performed in the
Sunset Mall property since it is a separate project by others.
c. Provide symmetry when locating the proposed oaks on both sides of the roadway
d. Maximize the width of the sidewalks without compromising existing on-street parking.
e. Provide ground shrubs similar to the type on the south side of the intersection of US-l and SW nnd
Street
f. Enhance irrigation (backflow and water main connection exist howeverthe lines may not be
functional),
g. Address sidewalk concern and tree concern by the Spris Artisan Pizza restaurant
h. Address left turn lane concerns from Sunset Drive to SW 58th Avenue including signing and pavement
markings.
II. Schedule of Work -Time of Performance
The anticipated length of service shall be 6 months (six) commencing after the Notice to Proceed.
50% Submittal to the City of South Miami prior to submittal to Miami-Dade County for their review.
1005 Submittal to the City of South Miami after final approval obtained from Miami Dade County
1700 NW 66 th Avenue, Suite 106, Plantation, FL 33313·954.870.5070· www.marlinengineering.com
MARLIN
m. Compensation
Consultant shall perfonn the work detailed in this Proposal for a Total fee of$41,935 and 00 cents (100). The
City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation beyond this
amonnt nnless 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.
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 Jose Santiago, P .E.
Submitted by:
Jose Santiago, P .E.
Marlin Engineering
Reviewed and approval in concept recommended by:
Department Director
City Manager
Procurement Manager
1700 NW 66 th Avenue, Suite 106, Plantation, FL 33313 • 954.870.5070 • www.marlinengineering.com
CITY OF SOUTH MIAMI
Consultant Fee Proposal W orbheet·
Project: SW 72nd Street Beautification Prqject
Project No.: Descrlati Ion;
STAFF CLASSIFICATION
Job Classification Sr. Project Mngr Senior Engineer Engineer Engineer Intern Senior Draftman
Assigned Staff Rafaell..agos Rox Matamoros Rau.1 Dominguez Elias Diaz John Blankenship
Approvetl Rate Rate: $150.00 Rate: $125.00 Rate: $90,00 Rate: $75.00 Rate: $75.00
Task Moo COSU Task Moo Cost/Task Man CostlTask Man Cost/Task Man CostlTask hours hours hOurs hours hcum
1
2 Project General Task 2 $300 6 $750 10 $OW
3
4 Roadway Analysis , $750 , "'2' 10 $900 15 $1.125 , $375
5
6 Roadway Plans 6 $900 6 $750 10 $OW 15 ---.:...$1,125 30 $2,250
7
9 Signing and Pavement MClrkings Analysis , $750 5 '625 5 $450 10 $750 10 $750
10
11 Signing and Pavement Markings Plans 6 $900 6 $750 5 $450 20 $1,500 20 $1,500
12
13 Landscaping AnalYsIs and Plans 5 $750 5 $625 24 $2,160 20 $1,500 10 $750
1.
15 Ughting Analysis and Plans 5 $750 5 '625 5 $450 20 $1,500 20 $1,500
16
17 Post Design Services
18
19
20
21
22
23
2.
2' .
26
?J
Total Staff Hours 34 38 69 100 95
Total Staff Cost $5,100.00 $4,750.00 $6,210.00 $7,500.00 $7-125.00
fork by Position 8.6% 9.6% 17.5% Total % of Work by Positio-n---a:.so;;------9.6% 17.5% 25.4% 24.1%
NON: Fee for tile Principal(s) of the firm are not to be included above as the multiplier Is not applicable to their hours. The fee is to be Shown below and entered as a sep~ ipal(s) of the firm are not to be included above as the multiplier Is not applicable to their
Notes:
~stima!e of Prin2ieal's Fee
Total hours
Estima!e of Prin2ieal's Fee
Total hours I hour I hour , ,
1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee and one is to be used for each Subconsultant
2. Manually enter fee from each subconsultanl Unusecl subconsultam rows may be hidden
3. Where applicable the basis for work activity descriptions shalll:le the FICElFDOT Stanllard Scope
and Staff Hour estimation Handboo\(..
4. Enter the multiplier value in the field after the word "multiplier" Maximum of 2 declmal points.
Consultant Name: Marlin Engineering. Inc.
Contract No.: .
Date: 318{2018
Waf\{ uroer NO:
Sr. Const.lnsp Canst. Insp. Staff Ho.urs ~a ... ry
Miguel Soria German sanchez
Rate: $90.00 Rate: $ 75.00 By Cost By
Man Cost/Task. Man Cost/Task Task Task hours hours
. 16 $1,950
40 $3,775
67 $5,925
35 $3.325
57 $5,100
6. $5.755
55 M,825
" $4,350 " $4.350
.-
. ,. 39'
$4,350.00 $35,035.00
14.7%
1 ~ SUBTOTAL ESTIMATED FEE: multiplier 1.00
additional Services (Aile
Subconsultant Marl1n Engineering Survey
Subconsultant Acai and Associates
Subconsultant Additional Services
Principal's Fee Ramon Soria
2 ~ SUBTOTAL ESnMATED FEE:
Geotechnical Field/Lab Testirig:
Su~y Fee (or Survey Crew Fee):.
Other Misc. Fee: Enter Fee Description
'3 ~ ~UBTOTAL ESTIMATED FEE:
AdcUionai Services (AllOwance)
ReI/T"IJursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
Average
Rate Per
Task
$108.33
$94.38
$88.43
$95.00
I -$89.47
$90.39
$87.73
$75.00
$88.92
$35,035.00
$3,000.00
$2.500.00
$1.400.00 ,
"
$41,935.00
$41,935.00
$41,$35.00