Loading...
Res No 115-20-15555RESOLUTION NO.:115-20-15555 A Resolution authorizing the City Manager to procure professional services from SRS Engineering, Inc. to complete construction documents for new park improvements at South Miami Park. WHEREAS, pursuant to the Professional Services Agreement provided by the City for professional general engineering and architectural services, City staff desires to engage SRS Engineering, Inc. ("SRS") to provide construction documents for new park improvements at South Miami Park; and WHEREAS, upon staff request, SRS Engineering, Inc. ("SRS") has submitted a proposal to provide surveying and mapping services, conceptual design plans, construction documents, permitting and construction administration services for new park improvements at South Miami Park; and WHEREAS.. SRS work scope entails construction documents related to the demo of existing pool facilities, site restoration, new playground, fencing and outdoor fitness equipment structures, and ADA improvements/walkway connection to new amenities; and WHEREAS, the proposal/contract amount shall not exceed $37,856. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. The foregoing recitals are hereby ratified and confirmed as being true and they are incorporated into this resolution by reference as if set forth in full herein. Section 2. The City Manager is authorized to procure professional services from SRS Engineering, Inc. to complete construction documents for new park improvements at South Miami Park. The total expenditure shall not exceed $37,856 and charged to Parks & Recreation Capital Improvement, account number 301-2000-572-6450, which has a balance of $136,646 before this request was made. Section 3. Corrections. Conforming language or technical scrivener -type corrections may be made by the City Attorney for any conforming amendments to be incorporated into the final resolution for signature. Section 4. Severability. if any section clause, sentence, or phrase of this resolution is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding shall not affect the validity of the remaining portions of this resolution. Section S. Effective Date. This resolution shall become effective immediately upon adoption by vote of the City Commission. Res. No. 115-20-15555 PASSED AND ADOPTED this 151h day of September, 2020. ATTEST: G fZ o CITY 6LERK READ AND APPROVED AS TO FORM: LANGUAGE, LEGALITY AND EXECUTION THEREOF CITY ATTORNEY APPROVED: "MAYOR COMMISSION VOTE: 5-0 Mayor Philips: Yea Vice Mayor Welsh: Yea Commissioner Harris: Yea Commissioner Liebman: Yea Commissioner Gil: Yea hapS.//southnlBMM&Msh r polntmm/derk/Shared Dommenli/Payne Doaments/AGENDAS 2020/09.15.20/Re oluVen-SMP_Design_QP_(1).doa it% Agenda Rem No:3. City Commission Agenda Item Report Meeting Date: September 15, 2020 Submitted by: Quentin Pough Submitting Department: Parks & Recreation Rem Type: Resolution Agenda Section: Subject: A Resolution authorizing the City Manager to procure professional services from SRS Engineering, Inc. to complete construction documents for new park improvements at South Miami Park. 3/5 (City Manager -Parks & Recreation) Suggested Action: Attachments: Memo-SMP Design.docx Resolution-SMP Design (QP).docx SRS - South Miami Park Proposal.pdf SRS Professional Service Agreement.pdf CITY OF SOUTH MIAMI 11, OFFICE OF THE CITY MANAGER Soul} Miami INTER -OFFICE MEMORANDUM THE CITY OF PLEASANT LIVING To: The Honorable Mayor & Members of the City Commission FROM: Shari Karnali, City Manager Via: Quentin Pough, Director of Parks & Recreation DATE: September 15, 2020 SUBJECT: A Resolution authorizing the City Manager to procure professional services from SRS Engineering, Inc. to complete construction documents for new park improvements at South Miami Park. BACKGROUND: Pursuant to the Professional Services Agreement provided by the City for professional general engineering and architectural services, City staff desires to engage SRS Engineering, Inc. ("SRS") to provide construction documents for new park improvements at South Miami Park. Upon staff request, SRS has submitted a proposal to provide surveying and mapping services, conceptual design plans, construction documents, permitting and construction administration services for new park amenities to be located within the enclosed fence area on the east side of South Miami Park. SRS's work scope entails construction documents related to the demo of existing pool facilities, site restoration, new playground, fencing and outdoor fitness equipment structures, as well as ADA improvements/walkway connection to new amenities. This engagement will help bring the city's park system one step closer to making our community more livable by providing recreation and fitness opportunities to residential families that reside on the north end. ExPENSE: Amount not to exceed $37,856. AccoUNT: The total expenditure shall be charged to account number 301-2000-572- 6450, which has a balance of $136,646 before this request was made. ATTACHMENTS: Resolution Proposal —SRS Engineering, Inc. SRS Engineering, Inc. Resolution # 701 5001 SW 74TR COURT, SUITE 201, MIAMI, FLORIDA 33155 TEL: 305-662-83137 FAX: 305-662-885B WWW.ERS-CORP.COM EB-00007317 September 9, 2020 (Revised) Mr. Quentin Pough, CPRP, CPSI Director, Parks & Recreation Department City of South Miami 6130 Sunset Drive South Miami, FL 33143 Re: City of South Miami South Miami Park Playground and Park Improvements Dear Mr. Pough, We appreciate this opportunity to prepare this Proposal for Professional Services for the referenced project. In accordance with our Professional Services Agreement for General Engineering and Architecture Services, we are submitting our understanding of the Scope of Work and Fee Proposal to provide Engineering Services in connection with the referenced project. The Scope of Work as we understand it at the present time will consist of the design, permitting, and construction phase services for playground and park improvements to the South Miami Park located at 4300 SW 58th Avenue. The work scope will include demolition of existing old/rock-in pool area (top 4 feet of structure), site restoration, ADA improvements and walkway, new playground structure and outdoor fitness equipment areas. All work shall be in accordance with the accepted practices and design standards of the City of South Miami, Miami -Dade County and local regulatory agencies. This work will include the following: Civil Engineering Design Services: 1. Provide Project Administration services, including attending meetings and coordination with City Staff and Team Consultants (Landscape Architects, Geotechnical and Surveyor) to discuss project and City requirements 2. Conduct site visit and field investigations as needed for design. 3. Research of existing utilities records and "As -Built' drawings within the project area. 4. Prepare base plans from survey information and incorporating utility as -built information. 5. Prepare schematic site plan to present to City for site plan approval showing new playground and outdoor fitness equipment areas and ADA/connecting walkway. 6. Upon approval of site plan by City, SRS shall prepare Engineering Design Plans including the following: 5 September 9, 2020 Page 2 a. Submittals to City shall be provided at Schematic, 50% and 100% complete. b. General notes and technical specifications shall be provided on drawings. c. Preliminary list of drawings sheets i. C-1 Title Sheet ii. C-2 Location Plan, General Notes, and Technical Specifications iii. C-3 Demolition Plan iv. C-4 Geometry Plan v. C-5 Paving, Grading and Drainage Plan vi. C-6 Typical Cross Section vii. C-8 Miscellaneous Details and Notes viii. C-10 Miscellaneous Details and Notes Preparation of preliminary engineer's estimate of probable construction cost. Plans Processing and Permitting Services: B. SRS shall submit and process completed permit applications, construction drawings and support documentation to City of South Miami for review and permit approval. Bid and Award Phase Services: 9. SRS shall provide bid support services including attending pre -bid meeting, responding to pre -bid request for information, and review of bids. Construction Phase Services: 10. Limited Construction Administration — to complement the City's Inspection/CEI, assist and/or participate in pre -construction meeting, respond to Contractor's request for information (RFI's), review and approve shop drawings, and conduct five (5) construction site visits to observe on -going construction and adherence to construction documents. SUBCONSULTANTS The following are professionals contracted be SRS Engineering, Inc. to assist in the preparation of the work outline above. Please see attached consultant's fee proposals for additional information. Curtis + Roger Design Studio (Landscape Architecture) Hadonne Corp. (Surveying and Mapping) NELCO Testing and Engineering Services, Inc. (Geotechnical Engineering) Landscape Architectural Services SRS shall contract and coordinate with Curtis + Roger Design Studio to provide Landscape Architectural services as needed for the design including: • Preparation of conceptual alternatives for the configuration of various playground elements. 417 September 9, 2020 Page 3 C+R team will review the site assessment and alternatives with City representatives and proceed to develop Schematic Design. Preparation of Construction Documents including playground and fitness station elements. Deliverables: Conceptual, Schematic, and 50% and 100% CD drawings. Topographic Site Survey SRS shall contract and coordinate with Hadonne Corp. to prepare a topographic survey as needed for the design including: • Take Elevations shots along the crown of the road at 25-foot intervals • Take elevations cross sections at 25-foot intervals • Collect all above ground visible features within the Survey area (tree, walks, driveways, mailboxes, signs, MH, CB, valves, etc.) • Provide Land XML Files with all survey pints and 3D database. • Provide the most recent available aerial photos • Prepare a Digital Terrain Module (DTM) of the existing Ground. Deliverables: Topographical Survey Geotechnical Investigations SRS shall contract and coordinate with Nelco Testing and Engineering Services, Inc to conduct geotechnical explorations and analysis as required for the design Including: • 2 Standard Penetration Test Borings, (15 feet deep) • Geotechnical Report with Soil Improvement/Foundation Recommendations. • Public Utility Location/Layout Coordination. • Drill Rig/Equipment /Personnel Mobilization Deliverables: Exclusions Geotechnical Report Expressly omitted from the services to be provided by SRS are the following. These services or fees shall be considered additional to this contract and would have to be renegotiated as additional services. • Civil design revisions resulting from site layout changes occasioned by others, including changes due to permitting agency preferences, not code compliance, which are caused beyond Engineer's control or authority. Design of utilities which may be needed due to conflicts or to meet regulatory agency requirements. This may include, but is not limited to, water main extensions, drainage systems, force mains, gravity sewers, lift stations, etc. Design of on -site lighting, water services, or permanent irrigation. 7 September 9, 2020 Page 4 Payment of impact, mitigation or regulatory agency review and permit fees. • Other professional engineering services as may be requested by the City. COMPENSATION Our Engineering Fees for the above described Basic Services will be a lump sum amount of THIRTY-SEVEN THOUSAND EIGHT -HUNDRED and FIFTY-SIX DOLLARS ($37,856.00). Please see fee breakdown below. It does not include plan review or permitting fees. Payment will be based on monthly invoicing as a percentage of completion of work. Topographical Survey........................................................................ $ 4,270.00 Geotechnical Services....................................................................... $ 1,100.00 Completion of Schematic Site Plans ................................................. $ 8,643.50 Completion of Construction Documents ........................................ $ 13,592.50 Permitting Phase Services (City) ....................................................... $ 2,070.00 Bid and Award Phase Services......................................................... $ 1,670.00 Construction Phase Services............................................................ $ 6,360.00 Reimbursable Expenses....................................................................... 150.00 TOTAL............................................................................................... $ 37,856.00 We would expect to commence our services promptly after receipt of your acceptance of this proposal and approval of the purchase order. This Proposal and our Agreement with the City represents the entire understanding between the City of South Miami and SRS Engineering, Inc. in respect to the Project and may only be modified in writing when signed by both of us. If the foregoing is agreeable to you, please execute the original of this Agreement where indicated below and return to our office. Very �Wjb_ Serralta, P.E. I have read the foregoing Letter of Agreement and agree to all terms and conditions stated therein. Accepted this day of 12020 City of South Miami M Title: F:3 ENGINEERING COST BREAKDOWN City of South Miami South Miami Park Playground Improvements DATE'. 21152020 ACTMTY BY SRS PRINCIPAL SR. PROJ. NGR SR. ENGINEER ENGINEER CAD TECH CLERICAL TOTAL TOTAL HRS RATE HRS RATE HRS RATE MS RATE HRS RATE HRS RATE HOURS COST Design Phase Services 5180.00 5150.00 $125.00 $90.00 S65.00 S45.00 Prei Atlmnidmtion and Coordination swth City and Contest 4 518000 4 $150.00 $125.00 $0.00 S55.0D 2 545.D0 10 S1L10.00 Site Visits and Site Data Gathering $180.0 2 5150.00 $125.00 3 S90.00 W5.00 545.00 5 $570,00 separate. of Base Plan S180.00 S150.00 1 S125.00 190.00 6 S65.00 S45.00 7 S515.00 Preparation of Me Denni4on Plan $180.00 1 $150.00 4 $125.00 $90.00 8 S65.00 $45.00 13 $1,170.00 Preparation of Ste Paving. Grad'vtg and Onsinape Plan. Seoaons, and Details $180.00 4 S150.00 12 3125.00 8 S90.00 16 $65.00 S45.00 40 S3.660.00 Preparation dTechnical Specifications and ConstmcGon Coal E,a.tes S180.00 3 $150.00 6 $125.00 8 $90.00 S65.00 $45.00 17 $1,920.00 Preparation d Phased S ftss to City (Schemed, 50%and 100%) 2 $180.00 4 $150.00 6 $125.00 590.00 6 W5.00 545.00 18 52100.00 Peren115ng Phase Sessions Phnts pocaseng and pennits, (Cit,of Sit, SSa.) 1 S180.00 3 5150.00 3 S125.00 Sti 1 565.00 U5.00 8 51.010.00 Bid and Award Phase SeMces Bit and Avaed Phase Servic. 2 5100.00 9 E150.00 5125.00 1190.00 565.00 S45.00 5 5810.00 CcnslmNon Phase Stands. Landed ConsVudion Phase Services 1 $18D.00 4 S150.00 $125.00 2 S9D.00 $65.00 $45.00 ] Sg60.00 bile WilslContncdon Ostentation(S Wits) $180.00 2 S150.00 S125A0 8 $90.00 565.00 S15.00 10 $1.020.00 Project Close -cut 51800D 2 $150.00 S125.00 2 590.00 S65.D0 S45.00 4 5400.00 TOTAL 10 $180.00 32 S150.00 32 S125.00 31 590.00 3] 565.00 2 $45.00 144 $15,885.00 ACTIVITY BY OTHERS DESCRIPTION COST Curtis-R ers Design Sonfic, Landscape Anthisi $16,451.00 Redolent and Assntdates. Inc Ekdncal En 'ne FPL Assistance SDAO Hadonne Topogniphioal Suivey S4.270.D0 hides Testing east IDsgionearin, Servius GooteEnnnalTesting $1,100.00 TOTAL $21,821.00 ACTIVITIES BY Si Saint.) $15695 , 1.00 S15,m.00 ACTIME6 BY OTHERS $21,021.00 attended OUT OF POCI(ET EXPENSES holudfig repmdudion costs and Pershing rest. as, 5150.00 TOTAL THIS PROPOSAL = $37,856.00 0 �i September 9,2020 ii City of South Miami Re: South Miami Park Improvements Curtis + Rogers Design Studio (C+R) is pleased to present this proposal C U R T I S to provide design (conceptual through construction documents) and construction + overseeing for improvements at South Miami Park located at 4300 SW 58th Avenue. R O G E R S We understand that the City wishes to develop the eastern portion of this park to have D E S I G N a playground, fitness stations, and open play space. The remnants of the old pool shall S T U D 1 O be demolished, and new fencing and sidewalks shall be provided. We understand our role as Landscape Architects will be to prepare the initial INC. conceptual and schematic plans that will be presented to the City of South Miami for review and approval. Following the approval process our team would continue Landscape to develop construction documents that will be used for bidding and construction of Architecture the proposed improvements. Our team will also have a responsibility to oversee the construction stage of the playgrounds. Our detailed scope of services will include the following: SCOPE OF SERVICES: Task 1 : Conceptual/Schematic Designs A. C+R Team will review site conditions and consult with SRS to determine the best location for the playground and fitness stations within the larger park context. B. C+R will develop conceptual alternatives (max 3) for the configuration of various playground elements utilizing standard play equipment. Playground design will ensure 7520 a balance of activities for the targeted age groups of 5-12. S R E D C. C+R team will review the site assessment and alternatives with representatives R O A D from the City of South Miami, and seek input and determine alternative or combination S LITE M of elements from various alternatives to proceed to develop Schematic Design. Meeting SOUTH (1) M I A M I D. C+R team will develop schematic design, inclusive of recommendations for specific playground elements, materials, site improvements, landscape and other FLORIDA elements as needed to complete the playgrounds. The team will also prepare an order 33143 of magnitude cost estimate to ensure that playground scope is within initial budgets set TELEPHONE by the City of South Miami. 3 0 5-4 4 2-1 7 7 4 F. We assume that we will receive full survey information in digital format from FACSIMILE surveyors & geotechnical information. ( Survey to be provided by SRS) Task 2: Construction Documents 3 0 5-4 4 5-9 4 8 8 The intended design will be further developed into a set of documents which will L I C LC 000241 address all playground and fitness station elements. Civil shall be responsible for ius documenting any walkways or fencing proposed and surfacing for playground and fitness stations and notes for any restoration of sod required. C+R shall document any color patterns for the surfacing should those be desired. The documents will be in sufficient detail that issues of materials, quantities, quality and cost can be identified. Submittals will be prepared at 50% & 100% for permitting and once permit comments are incorporated the 100% set will be compiled into the BID SET. A. The deliverables for each submittal will be as follow: • Playground layout and equipment selection • Specification and installation notes will be incorporated into the plans. • Estimate of probable cost B. Permitting (Dry run): Submit plans for permitting by appropriate agencies. Meet with necessary reviewers to get input, revised documents and make clarifications to details and drawings to solve minor issues related to code compliance and approvals. Task 3: Bidding: Compile all comments from permitting effort and conform drawings into a bid set for issuing to bidders. We assume the City of South Miami will have the primary responsibility for bidding the documents — inclusive of the development of the front end" general conditions of the project. C+R will assist the City of South Miami in any particulars related to the project and provide assistance such as responding to bidders questions and issuing addendums as needed Task 4: Construction Phase Services The Construction Phase will begin with the issuance of the Notice to Proceed to the chosen Contractor and will end 30 days after issuance of the Substantial Completion Punch List. Contractor provided documents shall be submitted to C+R within 21 days of issuance of Substantial Completion. C+R will provide to the City of South Miami all post construction documents, including C+R's record drawings; Contractor provided warranties, guarantees, operational manuals, Certificate(s) of Occupancy, and approved shop drawing submittals. C+R, as the representative of the City of South Miami during the Construction Phase, shall advise and consult with the City of South Miami and shall have the authority to act on behalf of the City of South Miami to the extent provided in the General Conditions and the Supplementary Conditions of the construction contract and their Agreement with the City of South Miami. C+R shall visit the site as needed to participate in Construction Progress Meetings and to conduct field observations, for a 6-month construction duration (5 visits/meetings), to ascertain the progress of the Project and observe compliance with the Contract Documents. Construction Progress meetings will take place during the above -mentioned site visits. Should the construction period extend beyond 6 months — additional meetings will be in addition to the basic services covered in this proposal. Our services do not include preparing design solutions or site visits for the purpose of correcting non- conforming construction work. This work will be considered Additional Services. We will advise you if this situation arises and request proper compensation, which should be reimbursed to the City of South Miami by the Contractor. This proposal does not include work by C+R to make extensive inspections or provide continuous daily on -site inspections to check the quality or quantity of the Work unless otherwise requested by the City of South 11 Miami as an Additional Service. C+R will not be held responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work. The C+R will not be held responsible for the Contractor's or sub- contractors', or any of their agents' or employees' failure to perform the work in accordance with the contract unless such failure of performance results from the C+R's acts or omissions. EXCLUSIONS: This proposal does not cover any tree protection/disposition plans or irrigation plans, should those be desired/necessary additional services shall be required. This proposal does not include any renderings or color plans, should those be desired/necessary additional services shall be required. COMPENSATION We propose to do the entire work effort, for a lump sum of $ 16,451.00. Attached please find hourly derivation, we used to arrive at the lump sum fee for your use. 1. Concept and Schematic Design $5,180 3. Construction Documents (50-100% Submittals) & Permitting $6,511 4. Bidding $860 5. Construction Phase Services $3,900 Additional Services —Additional services which are not covered by items identified above will be undertaken upon your approval and will be based on a previously negotiated fee or in and time and material basis in accordance with the rates stipulated below: Principal $ 180/hr.; Senior Lands Architect: $ 125/hr.; Landscape Architect $ 115/hr.; Landscape Intern $ 70/hr. Expenses such as printing for internal coordination, postage, and couriers are included in the above fees. Alternatively, we will provide hard or digital copies of the documents, for reproduction. If multiple copies are requested these would be billed separately, at cost. Sincerely, Avv_� Jennie Rogers, Principal RLA FL LA6667093 12 Date: 9/9/2020 Project: South Miami Park Estimated by; ennie Rogers Project No: Prime: SRS STAFF CV SIFICATION Job Classiflcatlon Staff Ni Hi Printlpal $180.W Senior land Arch (Registered) 5125.00 Land Arch (Non -registered) $115.00 Iand Arch intern 570.00 Other $o.Do Other $0.00 Other $Oo0 Staff Hours by Activity Task: Man- hours CosVActWih/ Man- hours CosVActiviry Man hours CosVAaiviN Man- hours CosVARNIry Man- hours CosVARIviN Man - hours CosVActMN Man-hours CosVAttivlry 1. Conce mal/Scbematic Design $5,18000 Sim NUIt-Site Analysis Sow 8 S1o00.00 $O.o0 0 $O.W $0.00 $0.00 $D.W $1.00 0 Develop Alternatives 2 $360.00 8 $1,000.00 4 $460.00 0 $0.00 S0.00 $0.00 $0.0011 53,820.00 Prepare Final Schematic Plans $0.00 4 $500.00 2 $230.00 6 $420.00 So.00l $0.00 $0. $11150.00 Coordinition.CMl SOW 6 $750.00 4 $460.00 $O.INI Sow $0.00 $0.04 $1.210.00 2. Construction Documents 1 $6,511.00 Planting Plan/Notes/Deuils $0.00 Sow SD.00 SO.00 SOOO SOAO Soo So.o0 Tree Disposition Plan/Notes(Deulls SO.w $o.wl 1 $0.00 I Moo $0.00 50.00 $0.00 $Oo0 Irrigation Plan/Notes/O milt, SO.00 $0.00 $D.00 $0.00 SOW 50.00 $D.0 Sam Playground& Fitness Stations/Notes/Details 2 $360.00 le $1,250.00 12 $1.380.00 12 $N&W Sow $0.00 $0.0 $3,830.00 Cost Estimate 1 $180.00 6 $250.00 50.00 SOW $1.00 $O.00 $0.00 $931DO Coordinallon.CMI $0.00 6 $25000 So.00 $0.00 SOo0 50.00 Soo $250.00 Permitting sow a $1,000.00 $O.00 $O.w Sow 50.00 $0.0 $1,000.00 3. Bidding $860.00 Review Bids 2 $360.00 4 $500.00 $O.00 S000 $Om $0.00 solo $060A0 0 $0.00 $o.a0 $D.00 $0.00 S000 sow 50.0o Sow 4. ConetruNon Phase Serelces S3,9oo.0o Biweekly site visits/reports 2 $360.00 3 S375.00 15 $1,725.011 $U.W SDoo ScLool 1 $0.00 52.460.00 Fine[ Inspections 0 50.00 6 $250.00 6 $690.00 50.00 $O.w $0.00 $0.00 $11440.00 o $0.00 50.00 $0.00 50.0o sow $0.00 $0.0o sow 0 $0.00 SO.00 S000 $0.00 SO.0o $0.00 SOLO $D7 0 SOW $o.00 Sow Soon So.00 50.00 $o.Do $0.00 0 So.00 S000 S000 S0.00 S000 Sow S000 S0.o0 0 sow 50.00 50.00 $0.00 Moo $0.00 1 $0.0 S0.o0 0 s0.00 $O.W $0.00 $0.00 1 $0001 $0.00 1 $0.00 S000 0 S000 $0.00 $0,00 50.00 S000 $0.00 Soo Sow 0 50.00 $o.Do $0.0D $O.00 S000 S000 $o.D a SOW $0.00 $o.00 So.00 50.00 $0.00 $0.00 S000 9 69 43 10 0 $1,620.00 $8,625.D0 $4,945.fp $1,260.00 $I.wl $0.00l $0.001 $16,451.06 Total Staff Hours Totalsu Cost Total %of Work by Position SUBTOTAL ESTIMATED FEE: $16,451.00 Subconsultant Subconsultant Subconsuitant: Subconsuitant SUBTOTAL ESTIMATED FEE: 516.453.00 Additional Services (Allo.ence) Rem bursabies (Allowance) TOTAL ESTIMATED FEE: 516,451.00 W �' HADONNE Tuesday, September 01, 2020 Submitted to: Ignacio Serralta, P.E. SRS Engineering, Inc. 5001 SW 74 Court, Suite 201 Miami, Florida 33155 PROPOSAU AGREEMENT SENT VIA Land Surveyors and Mappers Land Development Consultants Subsurface Utility Designates ignacio@srs-corp.com In reference to: Surveying Services for the project known as "South Miami Park" located AT 4300 SW 58TH Avenue in the City of South Miami, FL. Dear Mr. Serralta: Pursuant to your request regarding a fee estimate for surveying and mapping services for the above referenced project. HADONNE (HC) is pleased to submit the following proposal for your consideration: Scope of Services: Limited Topographic Survey of the area outlined in Exhibit "A" 1) Take Elevations shots along the crown of the road at 25-foot intervals 2) Take elevations cross sections at 25-foot intervals 3) Collect all above ground visible features within the Survey area (tree, walks, driveways, mailboxes, signs, MH, CB, valves, etc.) 4) Provide Land XML Files with all survey pints and 3D database. 5) Provide the most recent available aerial photos 6) Prepare a Digital Terrain Module (DTM) of the existing Ground. Deliverables: Five signed and sealed copies of the resulting Map of Topographic Survey along with the resulting CAD (DWG format), LandXML and PDF files. Tis,(! of Completion: We have estimated two calendar weeks to submit a preliminary survey and three weeks for the final submittal of the Topographic Survey. Schedule of Fees: 3 Man Survey Crew Surveyor / Mapper Survey Technician CADD Technician Principal 20 Hours @ 125.00 Per Day 2,500.00 2 Hours @ 85.00 Per Hour 170.00 2 Hours @ 60.00 Per Hour 120.00 20 Hours @ 65.00 Per Hour 1,300.00 1 Hours @ 180.00 Per Hour 180.00 Total Professional Fee: $4,270.00 HADONNE 11985 NW 88° Court • Suite 101 • Dora], FL. 33172 • P: +1(305) 266-1188 • F: +1(305) 207-6845 • www.hadonne.com • LB7097 1/3 14 PROP TOPO SOMI PARK 08-17-2020.DOC)( Qualifications: County and / or Municipality Fees are not included in this Proposal and are the Client's responsibility. Rule of Law: All field and office efforts in connection with this project will be performed in strict accordance with the applicable provisions of the "Minimum Standards of Practice for Land Surveying in the State of Florida", pursuant to Rule SJ17- 05 Florida Administrative Code. Requests for service not specifically enumerated in this Proposal will be addressed via separate response if so required and an additional charge will apply per HC's hourly rates for calendar year 2020. our ability to perform is and will be completely influenced by the Client's ability to make the site available and to eliminate all conditions that may interfere with HC's ability to furnish services, and weather conditions. HC will require a 48-hour, prior written notice before field work can be performed. This notice should be sent via facsimile or email to HC. By signing below, I APPROVE AND ACCEPT this letter as a legal contract and read and agree to the payment terms as set forth above. By: (Authorized Signature) (Typed or printed name) Date: Title: I thank you for this opportunity to present this proposal for your consideration and look forward to your favorable response. In the interim, if there is anything, we can do to be of service in this or any other matter, please do not hesitate to call me directly at +1(305) 266-1188. Respectfully, Ab Abraham%,Had4or PSM President HADONNE 11985 NW 88"h Court • Suite 101 • Doral, FL. 33172 • P: +1(305) 266-1188 • F: +1(305) 207-6845 • www.hadonne.com • LB7097 2l 3 15 �J,ppMdFNTgt f �_r 77 7--7Ll 1�p+t TESTING G ENGINEERING SERVICES. INC. Letter of Proposal August 181°, 2020 SRS Engineering, Inc. 5001 SW 74t6 Court, Suite 201 Miami, Florida 33155 Attention: Ignacio Serralta, P.E., President Reference: South Miami Park Project 4300 SW 58ei Avenue South Miami, Florida Folio No. 09-4024-000-0620 Thank you for requesting a proposal for our services at the above referenced project. We hereby propose to perform the following: 2 Standard Penetration Test Borings, (15 feet deep)@$150.00------------------------ $ 300.00 Geotechnical Report with Soil Improvement/Foundation Recommendations--------- $ 450.00 Public Utility Location/Layout Coordination -------------------------------- ------------- $ 150.00 Drill Rig/Equipment /Personnel Mobilization ---------------------------------------------- $ 200.00 (Standard fee of $ 200.00 per day/per trip) Total Amount------------ ------- -----$1,100.00 Please note site is to be accessible for entry & performance of work Any clearing necessary is to be performed by others. This proposal is based on site being accessible with truck -mounted drilling equipment - Net Pay: 30 Days Conducting the above referenced tests involves driving a heary truck -mounted drill rig or the mobilization of other heavy drilling equipment (i.e. tripod) into the property, and drilling hales into the ground. We will not assume responsibility far damage to privately owned underground utilities (such as sprinklers, street lighting, etc.), septic tanks or other underground structures which may result from drilling activities or mobilization of drilling equipment if not identifiedprior to mobilization to the site. We will also not be responsible to damage of lawn or soft ground which may result from the we or movement of this equipment on the property. The information contained in this document is intended to be used as a proposal of project specific fees as requested, based an information given and intended for the esplicit use of the client. It shall remain confidential — disclosure of airy kind to thirdparties for any purpose is strictly forbidden. Nelco Testing and Engineering Services, Inc. is pleased to assist you with this project. If you have any questions or need further assistance, please call us at (305) 259-9779. Respectfully Submitted, Nelco Testing and Engineering Services, Inc. Lifysses Batista, President ACCEPTANCE OF PROPOSAL Signature Date 13370 SW 131" Street, Suite 105, Miami, FL. 33186 (305) 259-9779 Certified DBE, CBE, and SBE with Miami -Dade, and MBE (State of Florida) 17 www.NelcoTesting.com // Nelcol(c),bellsouth.net HIBIT116 PROFESSIONAL SERVICE AGREEMENT "Paaftsslonal Generag Engineering and Anhftecturd Services" RFQ #F'!f0 U I &22 THIS AGREEMENT made and entered Into this day of V'I. 2 st 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 Mia ager) and S ?%S ;(AL 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: ., r•.. lit �l..: 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 an behalf of Cite Owner other than the work described In one or more Notice to Proceed (hereinafter aefimad 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 Acape cof Vices. The CONSULTANT shall Ra&rm the work as set forth in the Scon of Services as described in the Notice to Pro _ 3.0 T_'i_me for Cons an 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 gents beyond the control of the CONSULTANT render performance of his duties impossible. 4.0 Bask of Comte 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 fbced sum: The fee for a task or a scope of work may be a fixed sum as mutWly 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 Ar 4.2 Hourly rate fee: If there is no fixed sum or if additional work is requested without an agreement as to a fixed suns, 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 Page 51 of" Tbamn F. PqW 191I i016 135 18 wages, benefits, overhead and profit and that shall be in writing, signed by the CONSULTANT and the City Manager and attached hereto as ATTACHiA. 5.0 01== and Pardal &Ments. 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 ATrACHMENT A or. If no schedule of payment exhibit is attached to this AGREEMENT then payment will be made 30 days following the receipt of CONSULTANTS Invoice as the work progresses but only for the work actually performed and approved In writing by the City Manager. 6.0 Rtdtt of Decisions. All services shag 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 flthal, 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 anal 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 stall execute a truth -In -negotiation certificate stating that wage eatres and other factual unit costs supporting the compensation are accurate, complete, and current at the time of contracting. In such event, the ordinal contract price and any additions thereto shag be adjusted to exclude any slgnificant sums by which the City determines the contract price was Increased due to Inaccurate. Incomplete, or noncurrent wage rates and other factual unit costs. Al such contract adjustments must be made withln one year following the end of the contracts 10.0 u The CONSULTANT shall not assign or transfer its nights under this AGREEMENT without the express written consent of the CITY. The CITY will not unreasonably withhold and/or delay its consent to the assignment of the CONSULTANTS rights. The CITY may, In its sole discretion, allow the CONSULTANT to assign its duties, obligations and responsibilities provided the assignee meets all of the CITY's requirements to the CITrs 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 The employment of unauthorized aliens by the CONSULTANT Is considered a violation of Federal Law. If the CONSULTANT knowingly employs unauthorised 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, Page sa of 66 Thomas F. Pepe W1312ohe 138 19 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. 12.0YYaaM. The CONSULTANT warrants that it has not employed or retained any company or persor% other than a bona fide employee worldrig 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 liabbility. 13.0 Ton. 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 authorised and performed in accordance with the provisions of this AGREEMENT. Payment shall be determined on the basis of the work performed by the COMLTANT up to the time of termination. Upon terrninatdon, 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 This AGREEMENT shall remain In force undl the end of the term, which includes a0 authorised renewals, or unless otherwise terminated by the CITY. The term of this aigreement Is three (3) years from the issuance of the Notice to Proceed and one two- year option -to renew. The option to kenew is at the discretion of the City Manager. The CITY may terminate the contract without cause following 30 days advanced notice to the CONSULTANT. Howeiver, in no event shall the term exceed five (5) years following the issuance of the Notice to Proceed. 15.0 D&ulL. 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. R 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 AT TACHNIFINT B. to this AGREEMENT. 17.0 ,A,gmm= Not @xciNothing in this AGREEMENT shall prevent the CITY from employing other- COMULTANTS to perform the same or shWIar 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 Cffrs solicitation, If any, applicable to this Page 33 of 66 Thmm F. rep 1WIL 016 137 20 AGREEMENT. 19.0 j CONSULTANT shall be responsible for payment of all federal, state, and/or local takes related to the Work. Inclusive of sales tax if applicable. 20.0 Druv Free Wcdgfte. CONSULTANT shall comply with CITY's Drug Free Workplace polity which is nude a part of this AGREEMENT by reference. 21.0 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 QIWN and Resopollbillides. 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 rofes-donal licenses at Its sole expense prior to executing the AGREEMENT. 24.0 tire Agi _Madiification. and B1ndI0Lgff=Thls AGREEMENT constitutes the entire aSree pent of the parties, incorporates all the understandings of the parties and supersedes any prior moments, understandings, representation or negodadom written or oral. This AGREEMENT may not be modified or amended except In writing, ng, sighed by both parties hereto. This AGREEMENT gall be binding upon and Inure to the bene9it of the City of South Mland and CONSULTANT and to their respective heirs, successors and assigns. No moddication or amendment of any terms or provisions of this AGREEMENT shal9 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 panes. If this AGREEMENT was approved by wduen resolution of the City Commisslorh, 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 JuCKTrial. 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 V-Wift of Exeeu&PA Co This AGREEMENT may be executed in several eou each of which shall be construed as an original. 27.0 Rulesrnretation: 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 hiW 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 lawn. 29.0 Cumulative Remedies: The dudes 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 avallable 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 endde any party to exercise any remedy reserved to it in this Pw 34 ef 66 Thmm P. Pape 1Q/13=16 138 21 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 Nan -Waives. 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 shag 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 wild not constitute a waiver of any other term, condition or provision hereof, nor will a waiver of any breach of any term. condition or provision constitute a waiver of any subsequent or succeeding breach. The failure to enforce this AGREEMENT as to any particular breach or default shall not act as a waiver of any subsequent breach or default 31.0 No Discrimination Equal Empb� o 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 affhTmdve 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 lawns, 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 penury, to the CITY, that CONSULTANT is in compliance with all applicable regulations and laws governing employment practices. 32.0 GeAmming Laws. This AGREEMENT and the performance of services hereunder will be governed by the laws of the State of Rorlda, with exclusive venue for the resolution of any dispute being a court of competent jurisdiction In Mlan-i•Dade County, Rorlda. 33.0 ERecdveThis 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 Commission6 whichever is later. 34.0 Third Party Ranefidaty, 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 pigs 55 of 66 F. Pep 10113 016 139 22 anyone other than the parties hereto, and that only the parties hereto shall have any rights hereunder. 35.0 Further Assurances. The parries 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 lwamtaftn. This AGREEMENT shall not be construed more strongly agahlst either party hereto, regardless of who was more responsible for its preparation. X0 Fo a Mftre. 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 occu, , ej ce. 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/subconsuhants as it is for the acts and omissions of people directly employed by It All subcontractors/subconsultants and their agreements. if allowed by this AGREEMIM 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 oblations 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 authorised 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. IF THE CONTRACTOR HM QUESTIONS REOMDING THE APPLICATION OF CHAR B 9 99, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLBC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-063-6340; E-mail: mmenendez&outhm1amlfLgov; 6030 Sunset ®rive, South Miami, FL 33143. 41.0 Nadcox Whenever notice shall be required or permitted herein, it shall be Page 56 d 66 Thom= F: Gaspe 10/13/2016 UO 23 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) 668-2S 10 Fax. (30S) 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: toepeftouthmiamiff.goy To CONSULTANT: 42.0 Corporate 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 compiled 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. CONL T: Br. e !�C/4 •'SieORAGF'A- (Print Na e) ATTES City B ' Br. aria M. Menend - C % r City Clerk r� Page 37 of 66 Thomas F. Pepe 1011312016 Steven Alexander City Manager 24 Read and Approved as to Fdrm9 Language, Leafty and Execution thereof y' Thonm F. Pepe, Esq. City Aawney ftP se of 66 Uamm P. Pepe ee1eut®1e 142 25 yti -" _• South Miami na 1 OTUI WAS&%$ t1V= ADDENDUM TO PROFESSIONAL SERVICE AGREEMENT "Professional 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 Services" is defined as: a Certified Arborlst 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 By: SR ngineering, Inc. Ignacio Serralta/PmWdent (Name of Signatory) Read and Approved as to Form, Language, Legality and Execution thereof: Thomas F. Pepe, City Attorney Clay-ol(South Miami By: teven Alexander, City Manager ATTACHMENT A PROFESSIONAL EERVOCE AGREEMENT "lmg®s lmal G e-1 Engbmwing =W Archkocgund Swrolc®s" RM O®0 6-2 Page 59 of 66 rNunu F. Pape 1WI21"16 143 27 Professional General Engineering & Architectural Services RFQ #iPW2016-22 Wage Rates Summary Job Classification City of South Miami Benchmark Hourly Rate Principal $180.00 Sr. Project Manager $150.00 Project Manager $130.00 Senior Engineer $125.00 Senior Planner $125.00 Planner $85.00 Senior Traffic Engineer $125.00 Traffic Engineer $85.00 Senior Designer/Engineer $90.00 Designer $80.00 Engineering Intern $75.00 Senior CADD Technician $75.00 CADD Technician $65.00 GIS Technician $80.00 Senior Construction Inspector $90.00 Construction Inspector $75.00 Senior Landscape Architect $125.00 Landscape Architect $115.00 Landscape Architect Intern $70.00 Arborist $75.00 Utility Coordinator $90.00 Surveyor / Mapper $85.00 Survey Technician $60.00 2-Man Survey Crew $115.00 3-Man Survey Crew $125.00 4-Man Survey Crew $135.00 Fire Protection Engineer $90.00 Plumbing Engineer $90.00 Mechanical Engineer $90.00 Electrical Engineer $90.00 Geotechnical Engineer $120.00 Geologist $90.00 Environmental Scientist $85.00 Senior Administrative Assistant $65.00 Clerical $45.00 28 ATTAC7' MEN 0 A ONSURANCE A INDENNOFICA' ION REQUIREMENTS 1PROfESSIOML SMVICE AGREEMENT "Pro4nelanad Genwa9 Eagineering reed AmbitscUumO Services" RFQMFW2016-22 1.010 Insurance A. VVithout Ilmidng Its liability, the contractor, consultant or consulting firm (hereinafter referred to as " FIRK' 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 w111 protect the FIRM, from claims which may arise out of or result from the cons= or the performance of the contract with the City of South Kami, 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 aces any of them may be liable. R. No insurance required by the CITY shall be Issued or written by a surplus lines carrier unless authorized In waiting by the CITY and such authorization shall be at the CITY's sole and absolute discretion. The FIRM shall purchase Insurance from and shall maintain the Insurance with a company or companies lawfully authorked to sell Insurance In the Stage of Florida, on forms approved by the State of Florida, as will protect the FIRM. at a minimum, from all claims as set forth below which may arise out of or result from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: (a) 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 FlWs employees; (c) claims for dames 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 Rrm's Insurance Generally. The FIRM shall provide and maintain in force and effect until all the Work to be performed under this Contract has been completed and accepted by CITY (or for such duration as Is otherwise specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below. 1.012 VY_arkeW Compensation Insurance at the stawtory 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 00 of 06 lalsrM16 145 29 In addition, the policies must Include: Employers' Liability at the statutory coverage amount. The FIRM shall further Insure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. 1.013 Commercial Comprehensive General Liability insurance with broad form endorsement, as well as automobile liability, completed operations and products liability, contractual liability, severability of Interest with cis liability provision, and personal injury and property damage liability with limits of $1.000.000 combined single limit per occurrence and $2,000,000 aggregate, Including: Personal Injury: $1.000,000; Medical insurance: $5.000 per person; Property Damage: $500.000 each occurrence; 1.014 Umbrella QmMarhl Comprehensive General Liability insurance shall be written on a Florida approved form with the same coverage as the primary Insurance policy but In the amount of $ 1.000,000 per claim and $2,000,000 Annual ate. Coverage must be worded on a form no more restricdve than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office. and must Include: (a) Premises and Operation (b) Independent Contsactors (c) Products and/or Completed Operations Hazard (d) Exploslon. Collapse 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 minlmwn limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. 1.01 S Ruslness Automobile Liability with minimum limits of One Million Dollars ($1,00%000.00) plus an additional One Million Dollar ($ 1,000,000.00) umbrella per occurrence combined single limit for Bodily Injury Liability and Property Damage UablHty. 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' Mon -Ownership 1.016 SUBCONTRACTS: The FIRM agrees that if any part of the Work under the Contract Is sublet, the subcontract shall contain the same Insurance provision as required by of the Firm, other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM and substituting the word FIRM for CITY where applicable. 1.017 Rm and Exmnded Coverage Insurance (,Builders' RW. IF A PLICABLE: 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 " TWmw F. Pepe 10113=14 148 30 said buildings or structures. The policy or policies shall also cover machinery. If the cost of machinery Is Included In the Contract, or if the machinery is located in a building that Is being renovated by reason of this contract. The amount of insurance must; at all tines, 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 !Mork. D. AD of the provisions set forth In Miscellaneous section herein below shall apply to this coverage unless it would be clearly not applicable. 1.018 MLue us: 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 We of this Contract. G. All deductibles must be declared by the FIRMS 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 sati*ctory 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 dw required policies for review. All policies doll contain a "severabinty of inoerese' or "cross liability" clause without obligation for premium payment of the CITY as well as contractual liability provision covering the FIRKS duty to indemnify the City as provided In this Agreement I. Before starting the Work. the FIRM shall deliver to the CITY certificates of such insurance, acceptable to the CITY, as well as the Insurance binder. 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 argent or broker through whom the policy was obtained. The Insurer shall be rated A.dll or better per A.M. Beses Key Rating Guide, latest edition and authorized to Issue Insurance in the State of Florida. All Insurance policies must be written on forms approved by the State of Florida and they must remain In full force and effect for the duration of the contract period with the CITY. The FIRMS 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". 'prop" damage' , or "personal and advertising injury" and it will provide to the City all of the coverage that Is typically provided under the standard Florida approved forms for commercial general liability coverage A and coverage B' Page as of 66 Thom F. Pope 10113 16 147 31 (4) a policy provision or an endorsement with substantially similar provisions as follows: "This policy shag not be cancelled (including cancellation for non-payment of premium). terminated or materl* modified without first giving the City of South Miami ten (10) days advanced written notice of the intent to materially modify the policy or to cancel or terminate the policy for any reason. The notification shall be delivered to the City by certified mall, 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 Uabllity Insurance on a Florida approved form in the amount of $1,000.000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all sums which the FRM 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 anent This insurance shag be maintained for four years after completion of the construction and acceptance of any Project covered by this Agreement. However, the FIRM may purchase Specific Project Professional liability Insurance, in the amount and under the terms specified above, which is also acceptable. No insurance shall be issued by a surplus lines carrier unless authorized in writing by the city at the dWs sole, absolute and unfettered discretion. 1ndemnsificatlon Requirement G. The Firm accepts and voluntarily Incurs all risks of any injuries, damages, or harm which might arise during the work or event that is occurring on the CITY's property due to the ne fternce 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 fees, judgments or cost and expenses, including reasonable attorneys fees, paralegal fees and Investigative costs incidentad 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 frond 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 army person or persons and for the loss or damage to any property arising out of a negligent error, omission, misconduct, or any gross negligence, intenn*mal act or harmful conduct of the Firm, its contractor/subcontractor or any of their officers, directors, agem representatives, employees, or assigns, or anyone acting through or on behalf of any of them. arising out of this /agreement. Incident to k 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 1ansra 16 US 32 officers affliates employees, successors and assigns, includh% their attorney's fees, in the defense of any action in law or equity brought against them and arising from the negligent error, omission, or act of the Firm, its Sub -Contractor or any of their agents, representatives, employees, or assigns, and/or arising out of or incident to, this Agreement, or incident to or resulting from the performance or non-performance of the RnWs obligations under this AGREEMENT. J. The Firm agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successors and assigns shall be held liable or responsible for any claims, Including the costs and expenses of defendIng such claims which may result from or arise out of actions or omissions of the Firm, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of the them, and arising out of or concerning the work or eves that is occurring on the CITY's property. In reviewing, approving or rejecting any submissions or aces of the Firm, CITY In no way assumes or shares responsibility or liability for the acts or onissions of the Firm, its contractor/subcontractor or any of their agents, representatives, employees. or assigns, or anyone acting through or on behalf of them. V, The Firm has the duty to provide a defense with an attorney or law firm approved by the City of South Miami, which approval will not be unreasonably withheld. L. However. as to design professional contracts, and pursuant to Section 725.08 (1), Florida Statutes, none of the provisions set forth herein abode 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 liablildes, damages. losses, and costs. lncluding, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recldessness, or inmdonally 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 Page 64 of 66 10113=16 tag 33