Res No 013-20-15453RESOLUTION NO.: 01 3-20-15453
A Resolution authorizing the City Manager to negotiate and to pay Stantec Consulting
Services, Inc. to conduct survey reports, conceptual designs, and community input meetings
related to the conversion of a residential property into a public park.
WHEREAS, pursuant to the Professional Services Agreement provided by the City for
professional general engineering and architectural services, City staff desires to engage Stantec to
conduct survey reports, conceptual designs and community input meetings related to the conversion
of a recently purchased property located at 7435 SW 66 Avenue (14,810 SF) into a public park; and
WHEREAS, at the last City Commission meeting held on Tuesday, January 7, 2020, staff had
recommended a proposal that included jurisdictional wetland review, survey of waterway, and costs
related to the design and permitting of a floating dock/ramp for non -motorized boat operators. Due
to the original proposal's work scope, service fees and other factors, the City Commission deferred
the item and directed staff to explore alternative options; and
WHEREAS, the attached revised proposal directs Stantec to conduct survey reports,
conceptual designs, and coordinate community input meetings only. This option allows the City
Commission and staff to clearly define which park elements and features are desired by city
residents, as well as determine applicable and reasonable professional design fees for future services
related to this project; and
WHEREAS, once these phases are complete, including the input from community residents
and identification of park elements and features, staff will submit a new proposal for City
Commission review pertaining to project management and permit coordination with City of South
Miami and Miami -Dade County Department of Regulatory and Economic Resources (DRER); specs
and bid package preparation, final signed and sealed construction documents,
anticipated/preliminary construction costs, as well as post assistance with pre -bid conference(s) and
construction administration services; and
WHEREAS, the total expenditure shall not exceed $25,400. The total expenditure in the
amount of $25,400 shall be charged to account number 301-2000-572-6450, which has a balance of
$821,678 before this request was made.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY
OF SOUTH MIAMI, FLORIDA THAT:
Section 1: The City Manager is authorized to negotiate and to pay Stantec Consulting Services,
Inc to conduct survey reports, conceptual designs and community input meetings related to the
conversion of a residential property into a public park in accordance with the scope of the work
outlined in the recitals to this resolution for an amount not to exceed $25,000.
1
Resolution N0.013-20-15453
Section 2: If any section clause, sentence, or phrase of this resolution is for any reason held
invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the
validity of the remaining portions of this resolution.
Section 3: This resolution shall become effective immediately upon adoption.
PASSED AND ADOPTED this 215f day of January 2020.
ATTEST:
0 GAP
CITY CLPRK
APPROVED:
ixknuA
u_ •:
ll
COMMISSION VOTE:
5-0
Mayor Stoddard
Yea
Vice Mayor Harris
Yea
Commissioner Gil
Yea
Commissioner Liebman
Yea
Commissioner Welsh
Yea
N
Agenda Item No:2.
City Commission Agenda item Report
Meeting Date: January 21, 2020
Submitted by: Quentin Pough
Submitting Department: Parks & Recreation
Item Type: Resolution
Agenda Section:
Subject:
A Resolution authorizing the City Manager to negotiate and to pay Stantec Consulting Services, Inc. to conduct
survey reports, conceptual designs, and community input meetings related to the conversion of a residential
property into a public park. 3/5 (City Manager -Parks & Recreation Dept.)
Suggested Action:
Attachments:
Memo -New Park Construction Design.docx
Reso-New_Park_Construction_Design_Option_2_CArev 1.docx
Proposal -Ludlum Glades Park (option #2).pdf
Stantec Professional Service Agreement.pdf
Property Boundary Survey.pdf
South Miami
THE CrTY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER -OFFICE MEMORANDUM
To: The Honorable Mayor & Members of the City Commission
FROM: Steven Alexander, City Manager
Via: Quentin Pough, Director of Parks & Recreation
DATE: January 21, 2020
SUBJECT:. A Resolution authorizing the City Manager to instruct and to pay Stantec
to conduct survey reports, conceptual designs, and community input
meetings related to the conversion of a residential property into a public
park.
BACKGROUND: Pursuant to the Professional Services Agreement provided by the city for
professional general engineering and architectural services, city staff
desires to engage Stantec to conduct survey reports, conceptual designs
and community input meetings related to the conversion of a recently
purchased property located at 7435 SW 66 Avenue (14,810 SF) into a
public park.
At the last City Commission meeting held on Tuesday, January 7, 2020,
staff recommended a proposal that included jurisdictional wetland
review, survey of waterway, and costs related to the design and
permitting of a floating dock/ramp for non -motorized boat operators.
Due to the initial proposal's work scope, service fees and other factors,
the City Commission deferred the item and directed staff to present an
alternate proposal.
The attached revised proposal directs Stantec to conduct survey reports,
conceptual designs, and coordinate community input meetings only. This
option allows the City Commission and staff to clearly define which park
elements and features are desired by city residents, as well as determine
applicable and reasonable professional design fees for future services
related to this project.
Once these phases are complete, including the input from community
residents and identification of park elements and features, staff will
submit a new proposal for City Commission review pertaining to project
management and permit coordination with City of South Miami and
Miami -Dade County Department of Regulatory and Economic Resources
(DRER); specs and bid package preparation, final signed and sealed
construction documents, anticipated/preliminary construction costs, as
well as post assistance with pre -bid conference(s) and construction
administration services.
KA
South Miami
THE CITY OF PLEASANT LIVING
EXPENSE:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER -OFFICE MEMORANDUM
The anticipated length of service for this project is 3-4 months
commencing after the notice to proceed.
Amount not to exceed $25,400.
AccoUNT: The total expenditure in the amount of $25,400 shall be charged to
account number 301-2000-572-6450, which has a balance of $821,678
before this request was made.
ATTACHMENTS: Resolution
Project Proposal — Stantec
Professional Service Agreement — Stantec
Property Boundary Survey
3
Ponce de Leon Boulevard, Suite 900
Coral Gables, Florida 33134
Stantec Tel: (305) 445-2900
January 10, 2020
City of South Miami
Parks & Recreation Department
5800 SW 66th Street
Miami, FL 33143
Main: (3o5) 668-3867
Attention: Mr. Quentin Pough, CPRP, CPSI
Director of Parks and Recreation
Reference: Ludlum Glades Park —'7435 SW 66 Ave
City of South Miami, Florida
Dear Mr. Pough:
We are pleased to present this proposal for professional engineering services. We understand that the City
of South Miami would like to convert the recently purchased residential property located at 7435 SW 66th
Ave (14,810 SF) into a public park. We also understand that the City has included construction funds under
Fiscal Year 2020/2021 and therefore would like to bid the project in October 2020.
PE OF SERVIC
TASK 1— Due Diligence Phase
Consultant shall review existing documents such as as -built drawings, property records, permit history and
City of South Miami information to serve as a benchmark for existing site conditions. Any documentation
regarding the property that is available to the City shall be submitted to us for review of that data. We will
obtain a topographic and tree survey of the project area and a geotechnical report for use in our design. See
attached sub -consultant proposals.
TASK 2 - Conceptual Design Phase
Up to three conceptual design plans for the development of the Ludlum Glades Park will be prepared for use
at two public input sessions. Conceptual plans will be based on the site survey, including general
topographic information and tree locations. High quality trees will be retained within the conceptual
designs; however, it is assumed all existing structures will be removed or replaced. Conceptual design
plans will be for illustrative purposes only and will convey anticipated uses. Based on conversations with the
City, possible suggested park items include the following:
• Half -court basketball court
• Pavilion(s)
• Tot -lot
• Sidewalks
• Landscape Areas
TASK 3 — Community Input Meetings on Conceptual Design Phase
Following completion of the conceptual designs, Stantec will host two public input meetings for community
review. These will be held at a location determined by the Parks and Recreation Department. It is
0
Design with community in mind
0
January 10, 2020
Page 2 of 2
understood that the Department will provide public notification to neighborhoods surrounding the park
project and will be responsible for costs associated with any meeting venue fees or equipment usage.
Public input meetings will be informal; however, they will gather written comments and/or a project survey
to formalize community feedback. Prior to the meetings, illustrations and any survey forms will be provided
to the Department for distribution to residents that may be unable to attend the public meetings. A
summary of each meeting and overall results/feedback will be provided to the Department prior to
completing the Design Development Phase.
Any significant plan revisions caused by changing agency criteria after our initial design is reviewed with
each appropriate agency and similar factors outside the Consultant's control, additional meetings or
coordination will be considered as Additional Services.
Exclusions:
• Change of zoning or land use approvals
• Asbestos survey
• Traffic studies or traffic impact statements
Terms and Conditions:
All terms and conditions shall be per our Professional Service Agreement for Professional General
Engineering and Architectural Services as authorized by Resolution o6o-17-14861. Our fees shall be as
follows.
Task i (Lump Sum)....................................................................... $119705
Task 2 (Lump Sum)........................................................................ $91,695
Task 3 (Lum Sum).......................................................................... $31,400
Reimbursables (presentation boards if needed) .............................. $600
TOTAL: $25,400
We are ready to begin working on this assignment upon your authorization to proceed. If acceptable to you,
we will accept a signed copy of this form as your written authorization to proceed.
Thank you,
Stantec Consulting Services Inc.
(4me9we
Sean Compel, P.E., LEED AP, ENV SP
Senior Associate
Tel: 305-445-2900
sean.compel@stantec.com
City of South Miami
Approved by:
Signature Print Name Date
V:\2156\husiness_development\2i568iiig (Sty of South Nfiami\ludlum glades park\Option 2\south_miami_Ludlum Glades Park Option Zdocx
Gzsign v:ith ornmunity in mind
7
Stantec Consulting Services Inc.
Fee Worksheet - Page 1
DATE:
FEE WORKSHEET
8- Ian-20
PROJECT: Ludlum Glades Park
Due Diligence -Task 1
Principal
Senior Project
Manager
Senior
Biol/LA/Engi
neer
Engineer
Intern
Senior CAD
Tech
Clerical
Site visit and photo log
2
2
Site investigation and review of existing
asbuilts
2
8
Environmental Survey
Desktop Review & Prepare Biological
Report
Sub -Total Hours
o
0
10
0
0
Billing Rate
$ 180.00
$ 170.00
$ 145.00
$ 95.00
$ 100.00
$ 45.00
Labor Cost
$o
$680
$o
$ 50
$0
$o
Due Diligence Phase Sub -Total:
$1 6 0
Geotechnical•
$2 2 5
Survey:
$7,800
Due Diligence Total:
$11705
ConcepaualDesign Phase - Task
2
Principal
Senior Project
Manager
Senior
IA/Engineer
Engineer
Intern
Senior CAD
Tech
Clerical
Concept aal Design Phase - Public Input
4
8
15
40
4
General Coordination & Management
4
4
Sub -Total Hours
4
12
19
0
40
4
Billing Rate
$ 180.00
$ 170.00
$ 145.00
$ 95.00
$ 100.00
$ 45.00
Labor Cost
$7201
$2,040
1 $2,755
$o
$ ,000
$180
Conceptual
Design Phase Sub -Total:
$9,695
Community Meeting Task g
Principal
Senior Project
Manager
Senior
IA/Engineer
Engineer
Intern
Senior CAD
Tech
Clerical
Pre aration & Attendance
8
0
8
4
ner ordination & Management
4
4
Sub -Total Hours
o
4
12
0
8
4
Billing Rate
$ 180.00
$ i7o.00
$ 145.00
$ 95.00
$ 100.00
S 45.00
Labor Cost
$o
$680
1 $1, o
$o
$800
$180
Conununity Meeting Sub -Total:
$3,400
Sub -Total All Services: $24,800
Total Fee: $25,400
Nutting GeoEngini Engineering
Construction Materials
Engineerin ,Testing, & Inspection
nvironmental Services
De
Engineers Offices throughout the state of Florida
of Florida Inc.I Established 1967 www.nuflingengineers.com info@nuttingengineers.com
Your Project is Our Commitment
June 4, 2019
Mr. Carlos Herdocia, PE
901 Ponce de Leon Boulevard/ Ste. 900
Coral Gables, FL 33134
Phone: 305.445.2900
Cell: 786.502.0701
Email: carlos.herdocia@stantec.com
Re: Proposal for Geotechnical Exploration Services
Proposed City of South Miami Park
7435 SW 66tb Avenue
South Miami, FL33143
Dear Mr. Herdocia:
Miami Dade County Tier 2 CBE
Palm Beach County SBE
SFWMD SBE
Small Business Administration
SBE for Federal Projects
Nutting Engineers of Florida, Inc. (NE) is pleased to present this proposal for performing geotechnical exploration services for
the referenced project.
Per your email dated November 14, 2019 and review of the site plan provided, we understand that plans for this project
include construction of a new gazebo, new restroom building, and boat ramp at the referenced site. Based on your request
for proposal and our understanding of the project, we propose the following scope of work and fee schedule.
SCOPE OF WORK
We propose to perform one Standard Penetration Test (SPT) boring in general accordance with ASTM D-1586 specifications to
a depth of 25 feet in the area of the proposed construction. Additionally, we propose to perform one South Florida Water
Management District (SFWMD) usual type open -hole exfiltration test to a depth of 15 feet in an effort to measure the
hydraulic conductivity of the existing soils at specific test locations for site drainage evaluation by others. The proposed tests
will be performed at locations identified by Stantec personnel.
At the completion of the on -site work, the soil samples will be returned to our laboratory. We will provide an engineering
report including a description of our findings and general site preparation and foundation design recommendations for
support of the proposed structures. In order to provide information concerning the engineering properties of the soils
encountered, it is anticipated that tests may be performed to determine natural water content, organic content, and sieve
analysis on representative soil samples collected from the site. The engineering report will include graphic logs of the test
borings and a test boring location plan. We assume the site is accessible to truck mounted drilling equipment and that
underground utilities will be cleared by others priorto our performing the on -site work.
2051 NW 112a AVENUE, STE. 126 - MIAMI, FLORIDA 33172 • 305-824-0060 • FAX 305-824-8827
St. Lucie 772-408-1050 - Broward 954-941-8700 • Palm Beach 561-736-4900
(.NNIV�E'NSi' 1
4r�uawm
Stontec
Proposed City of South Miami Park
7435 SIN 66`h Avenue, South Miami, FL
Page 2 of 4
FEE SCHEDULE
The above indicated scope of work will be performed for an estimated cost of $2,275.00 based on the following rates and
quantities:
Technician site visit, utility clearance
Lump Sum
$100.00
Mobilization of equipment/ crew
1 @ $350.00
$350.00
SPT borings` (truck mounted drill rig)
Lump Sum
$400.00
Casing
Lump Sum
$100.00
SFWMD exfiltration test
Lump Sum
$400.00
Project Engineer
Lump Sum
$750.00
Principal Engineer
Lump Sum
$125.00
Cle•ical/ Administration
Lump Sum
$50.00
We anticipate being able to begin this work within approximately two business days of receiving written authorization to
proceed. The on -site work should take one business day to complete. The test report should be available within
approximately 12 -15 business days after the on -site work is completed.
NE has been offering geotechnical engineering, environmental sciences, materials testing, and structural inspection services
for 50 years in South Florida and the Treasure Coast during which time we have worked on many similar projects. Our
commitment to practical, cost effective solutions supported by responsive client services distinguishes our firm and enables
us-o solve your most demanding technical challenges. Another value added component NE brings to your project is our staff
of experienced professionals including geotechnical engineers, environmental specialists, field personnel who are certified
and have been trained to provide a wide range of consulting services, and our dedicated administrative staff.
Our laboratory is checked annually by the Construction Materials Engineering Council (CMEC) and is certified to perform
geotechnical engineering and materials testing services for the Florida Department of Transportation (FDOT). Note that we
carry one million dollar professional liability and one million dollar general liability insurance.
Thank you for providing us the opportunity to present this proposal. We look forward to working with you on this and future
projects.
Respectfully submitted,
NUTTING ENGINEERS OF FLORIDA, INC.
Scott Ersland
Division Manager
Adrian Ramirez
Engineering Intern
Reports and invoices will be addressed to the client as listed below unless other instructions are provided in writing with this
executed proposal. The undersigned, as an authorized representative of the entity listed below, approves this proposal and
agrees to be bound by the terms and conditions contained in this proposal. Deposit amounts are collected at time of written
authorization to proceed. If you are a first time client, we request that the balance due for these services be paid at the time
of report completion. Once your account is established, our terms are net 30 days. Any invoices over 30 days will be assessed
a 11/2 percent service charge per month until paid in full.
2051 NW 112th AVENUE • MIAMI, FLORIDA 33172 - 305-824-0060 • FAX 305-824-8827
St. Lucie 772-408-1050 • Broward 954-941-8700 • Palm Beach 561-736-4900
pNNIVERSrtRP
4,ncv�so,
10
Stantec
Proposed City of South Miami Park
7435 SW 66" Avenue, South Miami, FL
Page 3 of 4
PLEASE ENTER INFORMATION LEGIBLY BELOW SO IT CAN BE UTILIZED FOR PROJECT SET-UP:
SIGNATURE:
PRINT NAME:
COMPANY NAME
ADDRESS:
PHONE:
EMAIL:
FAX:
General Terms and Conditions
DATE:
TITLE:
Fa the purpose of this project, the addressee of this proposal will be known as the Client. The client is expected to fumich NUTTING ENGINEERS OF FLORIDA, INC. ('NP), with accurate
information including sketch of survey and/or site plan, mnsbucfm drawings/specifications as appropriate, details of proposed construction including the proposed structural system and
bads or existing construction problem information and site accessibility information as appropriate. Other information requirements may be detailed in the encased proposal. IF ANY
CONDMONS CHANGE such as building layout, loading project specifications/design, or unusual site conditions are observed, NE should be notified Immediately in writing about the changed
condition for passible review and comment Should the Client wish as impose other conditions and requirements beyond those contained in this proposal such as in a separate
contract, we reserve the option to modify contract language, fee amounts, to remove our proposal from consideration or other measures as may be indicated.
Delivery —Scheduled upon receipt of written authorization to proceed and deposit unless other arrangements are agreed to in writing. Additional report copies can be provided fora nominal
feetothe0gent NE will exercise appropriate measures to ensure project completion within a reasonable tmeframe subjectto existing workloads. Havener, NE will not be held responsible
for unaroulabifdy of necessary project data and she access within the time frame agreed upon for the investigation. project delivery may be delayed rfthe ENTIRE signed pmposal and deposit
are not received in a timely manner. The ENTIRE signed quotation should be returned along with the requested project information. This unsigned proposal is valid for GO days.
payment. No deposit required with signed agreement. Directing NE to proceed with the work shall constitute acceptance of the terms of NE's proposal and these General Tense and
Conditions. Balancedueupondeliveryofreport Interest at the rate of IM per annum or the highest rate allowable bylaw whichever is less, will be added mall amounts not paid within 30
daysaRer date of invoice. Allaftomey fees and expenses associated with collection o ipast due invokes will be paid by Client
Insurance — NE maintains Workers' Compensation and Employer's Liability Insurance in conformance with state law. In addition, we maintain Comprehensive General Liability Insurance and
Automobile liability Insurance with bodily injury limits of $1,O00,000.00 and property damage limits of $1,000,000.00. A certificate of insurance can be supplied evidencing such coverage
which contains a clause providing that fifteen days written notice be given prior to cancellation.
Right -of -Entry- Unless otherwise agreed, Client will furnish right -of -entry, on the property for NE to make the planned borings, surveys, and/or explorations. NE will not be responsible for
removing fences, earth berms, vegetation a other obstructions for purposes of our investigation. NE will take reasonable precautions to minimize damage to the property caused by Its
equipment and sampling procedures, but the cost of restoration or damage which may result from the planned operations is not included in the contracted amount If Client desires to
restore the property to its former condition, NE will accomplish this and add the cost to its fee. Client agrees to waive all claims arising from or related to the failure to provide NE with proper
access to conduct its work
Damage to Existing Mantrlade Objects - It shall be the responsibility of the Owner or his duly authorized representative to disclose the presence and accurate location of all hidden or
obscure man-made objects relative to routes of access, field tests, sampling or boring locations. When cautioned, advised or given data in writing that reveal the presence or potential
presence of underground or over -ground obstructions, such as utilities, septic tanks, etc, NE will give special instructions to its field personnel. In addition, Client waives any claim against NE
arising from damage to existing man-made objects.
Warranty and LimNatlon of Liability - NE shall perform services for Client in a professional manner, using that degree of are and skill ordinarily exercised by and consistent with the
standards of competent consultants practicing in the same or a similar locality as the project. In the event any portion of the services fails to comply with this warranty obligation and NE is
promptly notified in writing prior to one year after completion of such portion of the services, NE will re -perform such portion of the services, or if re -performance is impracticable, NE will
refund the amount of compensation paid to NE for such portion of the services. This warranty is in lieu of all other warranties. No other warranty, expressed or implied, Including warranties
of merchantability and fitness for a particular purpose is made or intended by the proposal for consulting services, by furnishing an oral response of the findings made or by am/
representations made regarding the services included in this agreement In no event shall NE or any of its professional employees be liable for any special, indirect, henclental or
consequential cas or damages, including but not limited to impact and delay claims. The remedies set forth herein are exclusive and the rotaI liability of consultant whether in contract, rort
(including negligence whether sole or contaners), or otherwise arising out of, connected with or resulting from the services provided pursuant to this Agreement shall not exceed the total
fees paid by Client or $50,000AO, whichever is greater. At additional cost, Client may obtain a higher limit prior In commencement of services.
PURSUANT TO §558.0035, FLORIDA STATUTES, NE'S INDIVIDUAL EMPLOYEES AND/OR AGENTS MAY NOT BE HELD
INDIVIDUALLY LIABLE FOR NEGLIGENCE ARISING OUT OF, CONNECTED WITH, OR RESULTING FROM THEIR SERVICES
PROVIDED PURSUANT TO THIS AGREEMENT.
Indemnification —Client agrees to defend, indemnity and save harmless NE from all claims, including negligence claims, suns, losses, personal injuries, death
and property liability resulting from NE's performance of the proposed work, whether such claims or damages are caused in part by NE, and agrees to
munburse NE for expenses in connection with any such claims or suits, including reasonable attamey's fees. Clients obligation to Indemnity is limited an $2
million per occurrence, which Client agrees bears a reasonable commercial relationship to the Work undertaken by NE. Client further agrees that these general
conditions area part of the Wands specifications or bid dau menus, if any.
AN Nlev 2.1
R AR,
2051 NW 112tb AVENUE • MIAMI, FLORIDA 33172 • 305-824-0060 • FAX 305-824-8827 4
St. Lucie 772-408-1050 • Broward 954-941-8700 • Palm Beach 561-736-4900
11
Stantec
Proposed City of South Miami Park
7435 SW 66rh Avenue, South Miami, FL
Page 4 of 4
Sampling or Testing Laotian - Unless specifically stated to the contrary, the unit fees included in this proposal do not include costs associated with professional land surveying ofthe site or
the accurate horizontal and vertical locations of tests. Held tests w boring locations described in our report or shown on our sketches are based on specific information furnished to us by
others and/or estimates made in the field by our technicians. Such dimensions, depths or elevations should be considered as approximations unless otherwise stated in the report. It Is
understood that all drilling locations are amessible to conventional truck mounted drilling equipment unless otherwise specified by the client. If unscheduled remobilbabons or use of
po ble or all terrain equipment is required additional charges will apply. NE will attempt to clear utilities at our excavation/test locations by manual drilling to 3' below land surface (BIS).
Any utilaies/obstructions present at client specified test locations or below 3' BLS will be the responsibility of the client
Sample Handling and Retention -Generally soil test samples are retained for approvmately three months after which time they will be discarded unlesswritten instructions to the contrary
are received from the client
Legal ludsdlcdon - The parties agree that any actions brought to enforce any provision of this Agreement shall only be brought in a court of competent jurisdiction located in Palm Beach
Courrty, Florida. Any and all causes of action arising out of NPs performance of the Work Including but not limited to claims for indemnity, contribution and equitable subrogation, shall be
deemed to have accrued and the applicable opiates of limitations shall commence to run not later than the date of NE's last invoke for the Work performed hereunder.
Force Majeure- HE shall not be held responsible for any delay or failure in performance of any part of this Agreement to the extent such delay or failure is caused by fire, flood, explosion,
war, strike, embargo, government requirement, c'MI or military authority, acts of Gad, act or omission of subcontractors, carters, client or other similar causes beyond its control.
Coc mlmts - HE shall be entitled to rely upon the accuracy and completeness of all surveys, reports and information furnished by the client gconditiom diBerent from those described in
ou- report are found at the site, HE should be notified in writing immediately upon discovery. NE reserves the right to revise conclusions and recommendations presented in the final report
shad additional information regarding the project become available. All permits will be obtained by others unless otherwise specified in this proposal or in wrfing to NE. NE has no liability
for mnsequences of information not provided or unavailable or otherwise not reviewed or known from the normal sources customarily evmined by HE in such investigations within the time
frame allowed for this investigation under this agreement The client entities ideri fled in winning an the address portion of our report, design team professionals engaged by our client and
building official staff are entered to use and rely upon HE'S reports for purposes of the current project Other parties are not author'ved to use or relyupon NE'S reports unless NE so states in
wmfivg
NE - General Contract Terms and Conditions May 2017
12
XH>gs°eft o
2051 NW 112t AVENUE • MIAMI, FLORIDA 33172 • 305-824-0060 • FAX 305-824.8827
St. Lucie 772-408-1050 • Broward 954-941-8700 • Palm Beach 561-736-4900
LLONG ITUD ESURVEYORS
Tuesday, November 26, 2019
Carlos M. Herdocia, P.E., LEED AP
Stantec
901 Ponce de Leon Boulevard, Suite 900
Coral Gables, FL 33134
RE: Surveying services for 7435 SW 66 Avenue, City of South Miami, FL
Dear Mr. Herdocia,
VIA EMAIL: carlos.herdocia@stantec.com
7435 SW 66 Avenue
Pursuant to your request regarding a fee estimate for Surveying and Mapping services for the
above -referenced project, LONGITUDE SURVEYORS, LLC (LS) is pleased to submit the following Proposal for your
consideration.
A. Scope of Work:
Longitude will perform a Topographic/Bathymetric/Tree Survey to include the following information:
• Longitude Surveyors will set horizontal and vertical control around the land side perimeter of the area of interest.
• Right -of -Way and property lines for the project area will be shown graphically.
• Longitude Surveyors will collect sidewalks, curbs, catch basins, signs, entrances, trees, and any other significant
above -ground improvements.
• Longitude will collect elevations equivalent to a 100-foot grid.
• Longitude will collect existing drainage information such as rim elevation, pipe size, pipe material, pipe direction,
and inverts.
• Longitude will collect canal cross -sections extending arm's length into the canal. The canal cross -sections will be
adjacent to the property line, extending five feet beyond the property line.
• Longitude will locate trees and palms within Survey limits having a 3-inch diameter or greater at breast height
(DBH) or being 12-feet in height or greater to include the following for each: scientific name, common name,
diameter at breast height (DBH), height of tree, and canopy. LS will collect elevation at the base of each tree
within Survey limits.
• The Survey will be geo-referenced to the State Plane Coordinate System, based on the North American Datum of
1983/2011.
• All elevations will be referenced to the National Geodetic Vertical Datum of 1929 (NGVD29), unless Client
provides written notice at time of Notice to Proceed (NTP).
B. Deliverables:
LS will prepare four (4) signed and sealed paper copies and a pdf file of the resulting Survey.
C. Survey Limits:
7435 SW 66 Avenue, Miami, Florida 33143, (City of South Miami new park), as per attached Exhibit provided by
Client.
D. Fee:
The total professional fee to complete this task shall be a lump sum of 7 800.00.
I agree that by signing below "I APPROVE AND ACCEPT" this proposal as a legal binding contract.
By: Date:
(Authorized Signature)
Title:
(Typed or printed name)
Respectfully Yours,
L/Tl� w� .� au
Eduardo M. Suarez, PSM/Presid nt
13
LONGITUDE SURVEYORS 7769 nw 48 street suite 375 • dotal, FL 33166 • ph: 305.463.0912 • tax: 305.513.5680
Ri
E
Wg �p
We 2 `F n m
V
fig
i
its s � a
_ •°+Y, yy°ell
as jig o- t $e
9,4
uo
Hill
Y1 a X, ]S A
Qa
kk
y�y�jj W a
. a
P
d 22e
d
TALL,E68 EE s /
bk
c '$� sp•w•srw+aur n+n w \\�\ �55[g� •q13�� S
a
gig
3 \\ �t6�lliE EEi °i
Qualification Statement - Part 2 -Standard Forms
EXHIBIT
PROFESSIONAL SERVICE AGREEMENT
"Professional General Engineering and Architectural Services"
RFQ #PW2016-22
THIS AGREEMENT made and entered into this day of kpAUf , 20M_ by and
between the City of South Miami, a municipal corporation (hereinafter referred to as
Owner or CITY) by and through its City Manager (hereinafter referred to as CITY or
City Manager) and 5 -1 C 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 agree to the following terms and conditions:
1.0 General Provisions
1.1 A Notice to Proceed will be issued by the City Manager, or his designee, following
the signing of this AGREEMENT. This AGREEMENT does not confer on the
CONSULTANT any exclusive rights to perform work on behalf of the Owner
other than the work described in one or more Notice to Proceed (hereinafter
referred to as the "WORK"), nor does it obligate the Owner in any manner to
guarantee work for the CONSULTANT.
1.2 The CITY agrees that it will furnish to the CONSULTANT available data and
documents in the CITY possession pertaining to the WORK to be performed
under this AGREEMENT promptly after the issuance of the Notice to Proceed
and upon written request of the CONSULTANT.
2.0 Scope of Services The CONSULTANT shall perform the work as set forth in the Scope
Of Services as described in the Notice to Proceed.
3.0 Time for Completion
3.1 The services to be rendered by the CONSULTANT for any WORK shall be
commenced upon receipt of a written Notice to Proceed from the CITY
subsequent to the execution of this AGREEMENT and shall be completed within
the time set forth in the Notice to Proceed or other document signed by the
City Manager, or designee.
3.2 A reasonable extension of time will be granted in the event there is a delay on
the part of the CITY in fulfilling its part of the AGREEMENT, change of scope of
work or should any other events beyond the control of the CONSULTANT
render performance of his duties impossible.
4.0 Basis of Compensation: The fees for services of the CONSULTANT shall be
determined by one of the following methods or a combination thereof, as mutually
agreed upon by the CITY and the CONSULTANT.
4.1 A fixed sum: The fee for a task or a scope of work may be a fixed sum as
mutually agreed upon by the CITY and the CONSULTANT and if such an
agreement is reached, it shall be in writing, signed by the CONSULTANT and
the City Manager and attached hereto as ATTACHMENT A:
4.2 Hourly rate fee: If there is no fixed sum or if additional work is requested
without an agreement as to a fixed sum, the CITY agrees to pay, and the
CONSULTANT agrees to accept, for the services rendered pursuant to this
AGREEMENT, fees in accordance with the hourly rates that shall include all 15
Page S I of 66
ft-nf a City of South Miami - RFO tiPW2016-22 j
Professional Generol Engineering and Architecturol Services 1111,4
QuaGflcation Stater, ient - Part 2 - Standard Forms
wages, benefits, overhead and profit and that shall be in writing, signed by the
CONSULTANT and the City Manager and attached hereto as
ATTACHMENT A.
5.0 Payment 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
ATTACHMENT A or, if no schedule of payment exhibit is attached to this
AGREEMENT then payment will be made 30 days following the receipt of
CONSULTANT's invoice as the work progresses but only for the work actually
performed and approved in writing by the City Manager.
6.0 Right of Decisions. All services shall be performed by the CONSULTANT to the
satisfaction of the CITY's representative, who shall decide all questions, difficulties and
disputes of whatever nature which may arise under or by reason of this AGREEMENT,
the prosecution and fulfillment of the services, and the character, quality, amount and
value. The representative's decisions upon all claims, questions, and disputes shall be
final, conclusive and binding upon 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 any 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 Documents. All reports and reproducible plans, and other data
developed by the CONSULTANT for the purpose of this AGREEMENT shall become
the property of the CITY without restriction or limitation.
8.0 Audit Rights. The CITY reserves the right to audit the records of the CONSULTANT
related to this AGREEMENT at any time during the execution of the WORK and for a
period of one year after final payment is made. This provision is applicable only to
projects that are on a time and cost basis.
9.0 Truth -in Negotiations: If the contract amount exceeds the threshold amount provided
in s. 287.017 for category four, the CONSULTANT shall execute a truth -in -negotiation
certificate stating that wage rates and other factual unit costs supporting the
compensation are accurate, complete, and current at the time of contracting. In such
event, the original contract price and any additions thereto shall be adjusted to exclude
any significant sums by which the City determines the contract price was increased due
to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All
such contract adjustments must be made within one year following the end of the
contract.
10.0 Subletting. The CONSULTANT shall not assign or transfer its rights under this
AGREEMENT without the express written consent of the CITY. The CITY will not
unreasonably withhold and/or delay its consent to the assignment of the
CONSULTANT's rights. The CITY may, in its sole discretion, allow the
CONSULTANT to assign its duties, obligations and responsibilities provided the
assignee meets all of the 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 assignment or
subcontracting in violation hereof shall be void and unenforceable
11.0 Unauthorized Aliens: The employment of unauthorized aliens by the CONSULTANT is
considered a violation of Federal Law. If the CONSULTANT knowingly employs
unauthorized aliens, such violation shall be cause for unilateral cancellation of this
AGREEMENT. This applies to any sub-CONSULTANTs used by the CONSULTANT as
well. The CITY reserves the right at its discretion, but does not assume the obligation, 16
Page 52 of 66
City of South Murat - RFQ 0PW2016 22
Professional General Engineering and Architectural Services I> > 5
n—t uallnaotion Statement - port 2 - Standard Forms
to require proof of valid citizenship or, in the alternative, proof of a valid green card for
each person employed in the performance of work or providing the goods and/or
services for or on behalf of the CITY including persons employed by any independent
contractor. By reserving this right, the CITY does not assume any obligation or
responsibility to enforce or ensure compliance with the applicable laws and/or
regulations.
12.0 Warranty. The CONSULTANT warrants that it has not employed or retained any
company or person, other than a bona fide employee working solely for the
CONSULTANT, to solicit or secure this contract and that he has not paid or agreed to
pay any company or person other than a bona fide employee working solely for the
CONSULTANT any fee, commission, percentage fee, gifts or any other considerations
contingent upon or resulting from the award or making of this contract. For breach or
violation of this warranty, the CITY shall have the right to annul this contract without
liability.
13.0 Termination. It is expressly understood and agreed that the CITY may terminate this
AGREEEMENT for any reason or no reason and without penalty by either declining to
issue Notice to Proceed authorizing WORK, or, if a Notice to Proceed is issued, CITY
may terminate this AGREEMENT by written notice to CONSULTANT, and in either
event the CITY's sole obligation to the CONSULTANT shall be payment for the work
previously authorized and performed in accordance with the provisions of this
AGREEMENT. Payment shall be determined on the basis of the work performed by the
CONSULTANT up to the time of termination. Upon termination, the CITY shall be
entitled to a refund of any monies paid for any period of time for which no work was
performed.
14.0 Term. This AGREEMENT shall remain in force until the end of the term, which includes
all 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 City Manager.
The CITY may terminate the contract without cause following 30 days advanced notice
to the CONSULTANT. However, in no event shall the term exceed five (S) years
following the issuance of the Notice to Proceed.
15.0 Default. In the event either party fails to comply with the provisions of this
AGREEMENT, the aggrieved party may declare the other party in default and notify
the defaulting party in writing. If CITY is in default, the CONSULTANT will only be
compensated for any completed professional services and CONSULTANT shall not
be entitled to any consequential or delay damages. In the event that partial payment
has been made for such professional services not completed, the CONSULTANT
shall return such sums to the CITY within ten (10) days after notice that said sums
are due. In the event of any litigation between the parties arising out of or relating in
any way to this AGREEMENT or a breach thereof,•each party shall bear its own costs
and legal fees.
16.0 Insurance and Indemnification. The CONSULTANT agrees to comply with CITY's
Insurance and Indemnification requirements that are set forth in ATTACHMENT B to
this AGREEMENT.
17.0 Agreement Not Exclusive. Nothing in this AGREEMENT shall prevent the CITY from
employing other CONSULTANTS to perform the same or similar services.
18.0 Codes. Ordinances and Laws. The CONSULTANT agrees to abide and be governed by
all duly promulgated and published municipal, county, state and federal codes,
ordinances, rules, regulations and laws which have a direct bearing on the WORK
involved on this project. The CONSULTANT is required to complete and sign all
affidavits, including Public Entity Crimes Affidavit form (attached) pursuant to FS
287.133(3) (a), as required by the CITY's solicitation, if any, applicable to this 17
Page 53 of 66
fir: �•^ City of South Miami - RFQ OPW2015 22
Professional General Engineering and Architectural Services 1116
Qualification Statement - Part 2 - Standard Forms
AGREEMENT.
19.0 Taxes. CONSULTANT shall be responsible for payment of all federal, state, and/or
local taxes related to the Work, inclusive of sales tax if applicable.
20.0 Drug 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 partnership,
joint venture, or agency relationship between the parties.
22.0 Duties and Responsibilities. CONSULTANT agrees to provide its services during the
term of this AGREEMENT in accordance with all applicable laws, rules, regulations, and
health and safety standards of the federal, state, and CITY, which may be applicable to
the service being provided.
23.0 Licenses and Certifications. CONSULTANT shall secure all necessary business and
professional licenses at its sole expense prior to executing the AGREEMENT.
24.0 Entire Agreement, Modification. and Binding Effect: This AGREEMENT constitutes the
entire agreement of the parties, incorporates all the understandings of the parties and
supersedes any prior agreements, understandings, representation or negotiation, written
or oral. This AGREEMENT may not be modified or amended except in writing, signed
by both parties hereto. This AGREEMENT shall be binding upon and inure to the benefit
of the City of South Miami and CONSULTANT and to their respective heirs, successors
and assigns. No modification or amendment of any terms or provisions of this
AGREEMENT shall be valid or binding unless it complies with this paragraph. This
AGREEMENT, in general, and this paragraph, in particular, shall not be modified or
amended by acts or omissions of the parties. If this AGREEMENT was approved by
written resolution of the City Commission, or if such approval is required by ordinance
or the City Charter, no amendment to this AGREEMENT shall be valid unless approved
by written resolution of the City Commission.
25.0 -Jua 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 Validity of Executed Copies, This AGREEMENT may be executed in several
counterparts, each of which shall be construed as an original.
27.0 Rules of Interpretation: Throughout this AGREEMENT the pronouns that are used may
be substituted for male, female or neuter, whenever applicable and the singular words
substituted for plural and plural words substituted for singular wherever applicable.
28.0 Severability. If any term or provision of this AGREEMENT or the application thereof to
any person or circumstance shall, to any extent, be invalid or unenforceable, the
remainder of this AGREEMENT, or the application of such term or provision to persons
or circumstances other than those to which it is held invalid or unenforceable, shall not
be affected thereby and each and every other term and provision of this AGREEMENT
shall be valid and enforceable to the fullest extent permitted by law.
29.0 Cumulative Remedies: The duties and obligations imposed by the contract documents,
if any, and the rights and remedies available hereunder, and, in particular but without
limitation, the warranties, guarantees and obligations imposed upon CONSULTANT by
the Contract Documents, if any, and this AGREEMENT and the rights and remedies
available to the CITY hereunder, shall be in addition to, and shall not be construed in
any way as a limitation of, any rights and remedies available at law or in equity, by special
guarantee or by other provisions of the Contract Documents, if any, or this
AGREEMENT. In order to entitle any party to exercise any remedy reserved to it in this
Page S4 of 66 18
City Of South Miami - RFQ 0PW
Professional General Engineering and Architectural Services �> > >
Quall5caiion Staienen' - Part ? - Standard Forms
AGREEMENT, or existing in law or in equity, it shall not be necessary to give notice,
other than such notice as maybe herein expressly required. No remedy conferred upon
or reserved to any party hereto, or existing at law or in equity, shall be exclusive of any
other available remedy or remedies, but each and every such remedy shall be cumulative
and shall be in addition to every other remedy given under this AGREEMENT or
hereafter existing at law or in equity. No delay or omission to exercise any right or
power accruing upon any default shall impair any such right or power or shall be
construed to be a waiver thereof, but any such right and power may be exercised from
time to time as often as may be deemed expedient.
30.0 Non -Waiver. CITY and CONSULTANT agree that no failure to exercise and no delay
in exercising any right, power or privilege under this AGREEMENT on the part of either
party shall operate as a waiver of any right, power, or privilege under this AGREEMENT.
No waiver of this AGREEMENT, in whole or part, including the provisions of this
paragraph, may be implied by any act or omission and will only be valid and enforceable
if in writing and duly executed by each of the parties to this AGREEMENT. Any waiver
of any term, condition or provision of this AGREEMENT will not constitute a waiver of
any other term, condition or provision hereof, nor will a waiver of any breach of any
term, condition or provision constitute a waiver of any subsequent or succeeding
breach. The failure to enforce this AGREEMENT as to any particular breach or default
shall not act as a waiver of any subsequent breach or default.
3 1.0 No Discrimination and Equal Employment: No action shall be taken by the
CONSULTANT, nor will it permit any acts or omissions which result in discrimination
against any person, including employee or applicant for employment on the basis of race,
creed, color, ethnicity, national origin, religion, age, sex, familial status, marital status,
ethnicity, sexual orientation or physical or mental disability as proscribed by law and
that it will take affirmative action to ensure that such discrimination does not take place.
The CONSULTANT shall comply with the Americans with Disabilities Act and it will
take affirmative action to ensure that such discrimination does not take place. The City
of South Miami's hiring practices strive to comply with all applicable federal regulations
regarding employment eligibility and employment practices in general. Thus, all
individuals and entities seeking to 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 eligibility and
employment practices. By signing this AGREEMENT, the CONSULTANT hereby
certifies under penalty of perjury, to the CITY, that CONSULTANT is in compliance
with all applicable regulations and laws governing employment practices.
32.0 Governing Laws. This AGREEMENT and the performance of services hereunder will be
governed by the laws of the State of Florida, with exclusive venue for the resolution of
any dispute being a court of competent jurisdiction in Miami -Dade County, Florida.
33.0 Effective Date. This AGREEMENT shall not become effective and binding until it has
been executed by both parties hereto, and approved by the City Commission if such
approval is required by City's Charter, and the effective date shall be the date of its
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 Parry 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
Page SS of 66
19
City of South Miami - RFO 5PW2015-22 Ii 18
Professional General Engineering and Architecfurol Services
Quaifficotion Sto�emsnt - Port 2 - Siandara Form
anyone other than the parties hereto, and that only the parties hereto shall have
any rights hereunder.
35.0 Further Assurances. The parties hereto agree to execute any and all other and further
documents as might be reasonably necessary in order to ratify, confirm, and effectuate
the intent and purposes of this AGREEMENT.
36.0 Time of Essence. Time is of the essence of this AGREEMENT.
37.0 Interpretation. This AGREEMENT shall not be construed more strongly against either
party hereto, regardless of who was more responsible for its preparation.
38.0 Force Maieure. Neither party hereto shall be in default of its failure to perform its
obligations under this AGREEMENT if caused by acts of God, civil commotion, strikes,
labor disputes, or governmental demands or requirements that could not be reasonably
anticipated and the effects avoided or mitigated. Each party shall notify the other of any
such occurrence.
39.0 Subcontracting: If allowed by this AGREEMENT, the CONSULTANT shall be as fully
responsible to the CITY for the acts and omissions of its subcontractors/subconsultants
as it is for the acts and omissions of people directly employed by it. All
subcontractors/subconsultants and their agreements, if allowed by this AGREEMENT,
must be approved by the CITY. The CONSULTANT shall require each subcontractor,
who is approved by the CITY, to agree in the subcontract to observe and be bound by
all obligations and conditions of this AGREEMENT to which CONSULTANT is bound.
40.0 Public Records: CONSULTANT and all of its subcontractors are required to comply
with the public records law (s.119.0701) while providing goods and/or services on behalf
of the CITY and the CONSULTANT, under such conditions, shall incorporate this
paragraph in all of its subcontracts for this Project. Under such condition,
CONSULTANT and its subcontractors are specifically required to: (a) Keep and
maintain public records required by the public agency to perform the service; (b) Upon
request from the public agency's custodian of public records, provide the public agency
with a copy of the requested records or allow the records to be inspected or copied
within a reasonable time at a cost that does not exceed the cost provided in this
chapter or as otherwise provided by law; (c) Ensure that public .records that are
exempt or confidential and exempt from public records disclosure requirements are not
disclosed except as authorized by law for the duration of the contract term and
following completion of the contract if the contractor does not transfer the records to
the public agency; and (d) Upon completion of the contract, transfer, at no cost, to the
public agency all public records in possession of the contractor or keep and maintain
public records required by the public agency to perform the service. If the contractor
transfers all public records to the public agency upon completion of the contract, the
contractor shall destroy any duplicate public records that are exempt or confidential
and exempt from public records disclosure requirements. If the contractor keeps and
maintains public 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 technology
systems of the public agency.
IP THE CONTRACTOR HAS QUESTIONS REGARDONG THE
APPLICATION OF CHAPTER 119, FLORIDA 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-mail: ff menendez@southmiamifl.gov; 6130 Sunset
Drive, South Niami, FL 33143.
41.0 Notices. Whenever notice shall be required or permitted herein, it shall be
Page S6 of 66
20
City of South Miorri - RFQ OPW2016-22
Professional General Engineering and architectural Services I S
Qualification Staienent - Part 2 - SfanGcrd Forms
delivered by hand delivery, e-mail (or similar electronic transmission), facsimile
transmission or certified mail, with return receipt requested and shall be deemed
delivered on the date shown on the e-mail or delivery confirmation for any
facsimile transmission or, if by certified mail, the date on the return receipt or the
date shown as the date same was refused or unclaimed. If hand delivered to the
CITY, a copy must be stamped with the official City receipt stamp showing the
date of deliver; otherwise the document shall not be considered to have been
delivered. Notices shall be delivered to the following individuals or entities at the
addresses (including e-mail) or facsimile transmission numbers set forth below:
To CITY: City Manager,
6130 Sunset Dr.
South Miami, FL 33143
Tel: (305) 668-2510
Fax: (305) 663-6345
E-mail: salexander@southmiamifl.gov
With copies to: City Attorney
6130 Sunset Dr.
South Miami, FL 33143
Tel: (305) 667-2564
Fax: (305) 341-0584
E-mail: tpepee-southmiamifl.gov
To CONSULTANT:
42.0 CorRorate Authority: The CONSULTANT and its representative who signs this
AGREEMENT hereby certifies under penalty of perjury that the CONSULTANT and its
representative have, and have exercised, the required corporate power and that they
have complied with all applicable legal requirements necessary to adopt, execute and
deliver this AGREEMENT and to assume the responsibilities and obligations created
hereunder; and that this AGREEMENT is duly executed and delivered by an authorized
corporate officer, in accordance with such officer's powers to bind the CONSULTANT
hereunder, and constitutes a valid and binding obligation enforceable in accordance with
its terms, conditions and provisions.
IN WITNESS WHEREOF, this AGREEMENT was signed on or before the
date first above written subject to the terms and conditions set forth herein.
c
C UL7' T:
By a a, , LE R Vice President
Stantec Consulting Services Inc.
(Print Name !fib
ATT D:
Maria M. Menendez, C-KC
City Clerk
City of South Miami
By:
�- St ven Alexander
City Manager
Page S 7 of 66
21
•"r ' • City of South Miomi - RFQ 0 PW2016-22
Professional General Engineering and Archilecturot Services 120
Mead and Approved as to Form, Language,
Legality and Execution thereof:
By:
Thomas F. Pepe, Esq.
City Attorney
Stantac
Page 58 of 66
Quatificallon Statement - Part 2 - Standard Forms
Cily or Soulh Miami - RFO + MV2016.22 1191
1 9 i
P(oressional Generd Engillwing cnnd A(cldlecturol Seivicc-s i
W-A
South Miami
na taT w nuwrr tMOV.
ADDENDUM 4O PROFESSIONAL SERVICE AGREEMENT
"Paotesslonal General Engineering and Architectural Services"
RFQ #iPW2016-22
The City and CONSULTANT agree that a separate rotational list will be dedicated for work
performed under a continuing professional service contract, as specified In the Scope of
Services, for "Certified Arborists Services," and a separate rotational list will be established for
all CCNA professional services. "Certified Arborists Servicee is defined as:
o Ceaffied Arbodst Services:
Consultant may be called upon to review all tree removal permit applications that are
submitted to ensure compliance with the regulations outlined in Section 20-4.5.1 of the
City's land Development Code. The review Includes the initial site inspection followed
up by the determination of mitigation and a final Inspection. When needed, assist City
Departments with other issues related to the maintenance, preservation, and protection
of trees on both private and public property.
The rotational list for "Certified Arborists Services" will rotate every three (3) months among
the CONSULTANTS. The City intends to retain a maximum of four (4) qualified firms under four
(4) separate but similar Professional Services Agreements.
CONSULTANT:
#Mani 6AI000A, V. P.
(Name of Signatory)
Read and Approved as to Form, Language,
Legality and Execution thereof:
Thomas F. Pepe, City Attorney
City of South M
�r
i
By:
Steven Alexander, City Manager
c
23
ATTACHMENT A
PROFESS8®6AL SERVICE AGREEMENT
`•Pactstm8 c avil EngMewft mW Avddem°� SemEoe"
Page 59 of 66
mhomes P. Pop®
IWI IM 16
143
24
Professional General Engineering & Architectural Services RFQ #PW2016-22
Wage Rates Summary
Job Classification
City of South Miami
Benchmark Hourly Rate
Principal
$180.00
Sr. Project Manager
$170.00
Project Manager
$160.00
Senior Engineer
$145.00
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
$95.00
Senior CADD Technician
$100.00
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
25
ATTACHMENTS
9NSURANCE & BNDENNIFOCATOON REQUIREMENTS
PRWESS®N4L si FAVICE AGREEMENT
194WessionaB GenwW Engineering =W ArddtattuM Services"
WQNPW201&22
1.010 Inanave
A. Without limiting Its liability, the contractor, consultant or consulting firm (hereinafter
referred to as "FIRM" with regard to Insurance and Indemnification requirements) shall
be required to procure and maintain at its own expense during the life of the Contract,
Insurance of the types and in the minimum amounts stated below as will protect the
FIRM, from dams which may arise out of or result from the contract or the
perfonnana a of the contract with the City of South Miami, whether such claim Is
against the FIRM or any sub -contractor, or by anyone directly or indirectly employed by
any of them or by anyone for whose acts any of them may be liable.
R. No insurance required o y 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 CWf s
sole and absolute discretion. The FIRM shall purchase Insurance from and shall
maintain the Insurance with a company or companies lawfully au¢horked to sell
Insurance In the State of Florida. on forms approved by the State of Florida, as will
protect the FIRM, at a minimum, from all claims as set forth below which may arise out
of or result from the FIRM's operations under the Contract and for which the FIRM
may be legally liable, whether such operations be by the FIRM or by a Subcontractor or
by anyone directly or indirectly employed by any of therm or by anyone for whose acts
any of them may be liable: (a) dims under workers' compensation, disability benefit
and other similar employee benefit acts which are applicable to the Work to be
performed; (b) claims for damages because of bodily injury, occupational sickness or
disease, or death of the FIRM's employees; (c) claims for damages because of bodily
injury, sickness or disease, or death of any person other than the FIRM's employees;
(d) claims for damages insured by usual personal Injury liability coverage; (e) claims for
damages. other than to the Work itself, because of Injury to or destruction of tangible
property, Including loss of use resulting there from; (f) claims for damages because of
bodily injury, death of a person or property damage arising out of ownership,
maintenance or use of a motor vehicle; (p) claims for bodily injury or property damage
arising out of completed operations; and (h) claims involving contractual liability
Insurance applicable to the FIRM's obligations under the Contract.
1.011 Flrm's InsuMnGe Gan erali —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 Workerx' Compensation Insurance at the statutory amount as to all employees in
compliance with the "Workers' Compensation Law" of the State of Florida Including Chapter
440. Florida Statutes, as presently written or hereafter amended. and all applicable federal laws.
Page 60 of"
Thelma P. Pe*
10113=16
145
W
In addition, the policies must Include: Employers' Liability at the statutory coverage
amount. The FIRM shall further Insure that all of its Subcontractors maintain appropriate levels
of Worker's Compensation Insurance.
1.013 Cornmerc! I ompmhen ive Goneral Liability insurance with broad form endorsement,
as well as automobile liability, completed operations and products liability, contractual liability,
severability of Interest with gross liability provision, and personal injury and property damage
liability with limits of $ I,000,000 combined single limit per occurrence and $2,000,000
aggregate, including:
o Personal Injury: $1,000,000;
o Medical Insurance: $5,000 per person;
o Property Damage: $500,000 each occurrence;
1.014 Umbrella Commerdal Comprehensive General Liabilit 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 legate. Coverage must be afforded
on a form no more restrictive than the latest edition of the Comprehensive General Liability
poficy, without restrictive endorsements, as filed by the Insurance Services Office. and must
include:
(a) Premises and Operation
(b) Independent Contractors
(c) Products and/or Completed Operations Hazard
(d) Explosion, Corpse and Underground Hazard Coverage
(e) Broad Form Property Damage
(� Broad Form Contractual Coverage applicable to this specific Contract. Including any
hold harmless and/or indemnification agreement.
(g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with
minimum limits of coverage equal to those required for Bodily Injury Liability and
Property Dame LiabVity.
1.01 S Business Automoftlle Llab I€tv with minimum limits of One Million Dollars
($1,000,000.00) plus an additional One Million Dollar ($1,000,000.00) umbrella per occurrence
combined single limit for Bodily Injury Liability and Property Damage Liability. Umbrella
coverage must be afforded on a form no more restrictive than the latest edition of the Business
Automobile Liability policy, without restrictive endorsements, as filed by with the state of
Florida, and must include:
(a) Owned Vehicles.
(b) Hired and Non -Owned Vehicles
(c) Employers! Non -Ownership
1.016 SUBCONTRACT: The FIRM agrees that if any part of the Work under the Contract is
sublet, the subcontract shag contain the same Insurance provision as required by of the Firm,
other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor
for the word FIRM and substituting the word FIRM for CITY where applicable.
1.017 Fire and Extended Coverage Insurance (Jullders' Risk). IF APPLICABLE:
C. In the event that this contract involves the construction of a structure, the FIRM shall
maintain, with an Insurance Company or Insurance Companies acceptable to the CITY,
"Broad" form/All Risk Insurance on buildings and structures, including Vandalism &
Malicious Mischief coverage, while in the course of construction, Including foundations,
additions, attachments and all permanent fixtures belonging to and constituting a part of
Page 61 of 66
Thomas F. Pepe
1 W I312016
146
27
said buildings or structures. The policy or policies shall also cover machinery, if the cost
of machinery Is included In the Contract, or If the machinery is located in a building that
Is being renovated by reason of this contram The amount of Insurance must at all
times, be at least equal to the replacement and actual cash value of the Insured
property. The policy shall be In the name of the CITY and the Firm, as their Interest
may appear, and shall also cover the interests of all Subcontractors performing Work
D. All of the provisions set forth In Miscellaneous section herein below shall apply to this
coverage unless it would be clearly not applicable.
1.018 IWlscellaneous:
F. If any notice of cancellation of insurance or change in coverage is issued by the
Insurance company or should any insurance have an expiration date that will occur
during the period of this contract the FIRM shall be responsible for securing other
acceptable insurance prior to such cancellation, change, or expiration so as to provide
continuous coverage as specified in this section and so as to maintain coverage during
the life of this Contract
G. All deducdWes must be declared by the FIRM and must be approved by the CITY. At
the option of the CITY, either the FIRM shall eliminate or reduce such deductible or
the FIRM shall procure a Bond, In a form satisfactory to the CITY covering the same.
H. The policies shall contain waiver of subrogation against CITY where applicable, shall
expressly provide that such policy or policies are primary over any other collectible
Insurance that CITY may have. The CITY reserves the right at any time to request a
copy of the required policies for review. Ali policies shad contain a "severability of
interese" or "cross liability" clause without obligation for premium payment of the CITY
as well as contractual liability provision covering the FIRMS duty to indemnify the City
as provided In this Agreement.
1. Before starting the Work. the FIRM shall deliver to the CITY certificates
of such Insurance, acceptable to the CITY, as well as the insurance binder, 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 A.M. Best's Key Rating Guide, latest edition and authorized to Issue
Insurance In the State of Florida All insurance policies must be written on forms
approved by the State of Florida and they must remain In full force and effect for the
duration of the contract period wrath the CITY. The FIRM may be required by the CITY,
at its sole discretion, to provide a "certified copy' of the policy (as defined in Article I
of this document) which shall Include the declaration page and all required
endorsements. In addition, the FIRM shall deliver, at the time of delivery of the
Insurance certificate, the following endorsements:
(3) a policy provision or an endorsement with substantially similar provisions as
follows:
"The City of South Miami is an additional insured. The insurer shall pay all sums
that the City of South Miami becomes legally obligated to pay as damages
because of 'bodily Injury". 'property damage' , or "personal and advertising
Injury" and it will provide to the City all of the coverage that is typically provided
under the standard Florida approved forms for commercial general liability
coverage A and coverage B";
hp ma of 86
Thmm F. Pope
ras3aera
147
28
(4) a policy provision or an endorsement with substantially similar provisions as
follows..
"This policy shall not be cancelled (including cancellation for non-payment of
premium). terminated or materially modified without first giving the City of
South Mlami ten (90) days advanced written notice of the intent to materially
modify the policy or to cancel or terminate the policy for any reason. The
notification shall be delivered to the City by certified mail, with proof of delivery
to the City."
J. if the FIRM is providing professional services, such as would be provided by an
architect. engineer, attorney, or accountant, to name a few, then in such event and in
addition to the above requirements. the FIRM shall also provide professional Uability
Insurance on a Florida approved form in the amount of $1,000,000 with deductible per
clalm if any, not to exceed S% of the limit of liability providing for all sums which the
FIRM shall become legally obligated to pay as damages for claims arising out of the
services or work performed by the FIRM its agents, representatives, Sub Contractors
or assigns, or by any person employed or retained by him In connection with this
Agreement. This Insurance shall be maintained for four years after completion of the
construction and acceptance of any Project covered by this Agreement. However, the
FIRM may purchase Specific Project Professional Uability Insurance, in the amount and
under the terms specified above, which is also acceptable. No insurance shall be issued
by a surplus tines carrier unless authorb and in writing by the city at the city's sole,
absolute and unfettered discretion.
Indemnififca don Requirement
G. The Firm accepts and voluntarily Incurs a0 risks of any injuries, damages, or harm which
might arise during the work or event that is occurring on the CITY's property due to
the negligence or other fault of the Firm or anyone acting through or on behalf of the
Firm.
H. The Firm shall Indemnify, defend, save and hold CITY, its officers, affiliates, employees,
successors and assigns, harmless from any and all damages, claims, liability, losses,
claims, demands, suits, fines, judgments or cost and expenses, including reasonable
attorney's fees, paralegal fees and investigative costs incidental there to and incurred
prior to, during or following any litigation, mediation, arbitration and at all appellate
levels, which may be suffered by, or accrued against, charged to or recoverable from
the City of South Miami, its officers, affiliates, employees, 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 any gross negligence,
intentional actor harmful conduct of ehe 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 Firm shall pay all claims, losses and expenses of any kind or nature whatsoever, In
connection therewith, including the expense or loss of the CITY and/or its affected
Page 63 of 66
Thomm F. Pepe
10/13/2016
148
29
officers, affiliates, employees, successors and assigns, Including their attomey's fees, in
the defense of any action in lawn or equity brought against them and arising from the
negligent error, omission, or act of the Firm. its Sub -Contractor or any of their agents,
representative% employees, or assigns. and/or arising out oL or Incident to, this
Agreement. or Incident to or resulting from the performance or non-performance of
the F irrn's obligations under this AGREEMENT.
The Firm agrees and recognizes that neither the CITY nor Its officers, affllatesh
employees, successors and assigns shall be held liable or responsible for any claims,
including the costs and expenses of defending such claims which may result from or
arise out of actions or omissions of the Firm, its contractor/subcontractor or any of
their agents, representatives, employees, or assigns, or anyone acting through or on
behalf of the them, and arising out of or concerning the work or event that Is occurring
on the CITY's property. In reviewring, approving or rejecting any submissions or acts of
the Firm, CITY In no way assumes or shares responsibility or liability for the acts or
omissions of the
Firm, its contractor/subcontractor or any of their agents. representatives, employees.
or assigns, or anyone acting through or on behalf of them.
K. The Firm has the duty to provide a defense with an attorney or lawn firm approved by
the City of South Kaml, which approval will not be unreasonably withheld.
L. However. as to design professional contracts, and pursuant to Section 725.08 (0).
Florida Statutes, none of the provisions set forth herein above that are in conflict with
: this subparagraph shall apply and this subparagraph shall set forth the sole
responsibility of the design professional concerning indemnification. Thus, the design
professional's obligations as to the City and its agencies, as well as to its officers and
employees, is to Indemnify and hold them harmless from liabilities, damages, losses,
and costs, Including, but not limited to, reasonable attorneys° fees, to the extent
caused by the negligence, reckksmess, or Intentionally wrongful conduct of the design
professional and other persons employed or utilized by the design professional in the
performance of the contract
THIS IS INCLUDED IN THE GENERAL CONDITIONS
END OF SECTION
PW 64 of"
Thanes T-. ft"
INISMIG
149
30
3
V
II
F
�o
iW W F
_
c
a
�
rQz
e2 f 96
zEde
o
o
a Rx
a?
- '^ Rio
9
m
o
,
9
Ea
o'er"
04�
=0 o
S may.
p
V N
a b
ho
O W F d u s O• u =
•may a o�
u E w U a 7
<
z
p�
Nyo
'tea�gom
Y0Px¢:
.3 W os i4�Fi F<qt
'o
e a
Z9^ s
w
`a
0
i
sCAE: r=w•
� 1 II
3
tq�
t_1
pp C
,a 6"F3tZP3Fl) \\
ESSd�ad 8.
e q
qq9 1\
_e6 k` 6T
P r n
4G \ S\
41,
W
role
n
\\\
_ ,.,,
❑ „a
\
2
�
� ggg y$ 3 Lg
ng
g_
'�E637a<k6p' w�'C'sf6
�
O
I
iio
yy
d�5pp'8rr�(�j�p
e
��dibe$.lEi a3F!
�
�`e if S (1
SBeb
\
�����g� � ' •r� R�
Vin
r.
p p,
o' Se0.Ofi'S8-W
13fi.65'(P6M)
\\\
a.W1S E:�BEEff�iE i.
g 4
z
S.W.74th
78WnCE
\\\\
\\
\\
p
gq' •�
w o a
3
=..
HMll,
Mill,
JI�a��3�
°eS