Loading...
Res No 015-21-15635RESOLUTION NO.: 015-21-15635 A Resolution authorizing the City Manager to execute a contract with A&P Consulting Transportation for the Pedestrian Bridge Overpass at US-1 and SW 71st Street Design Services. WHEREAS, the City Mayor and Commission desires to design and develop construction drawings for the Pedestrian Bridge Overpass at US-1 and SW 71st Street; and WHEREAS, the City Commission budgeted for this project in the Capital Improvement Program 5-Year Plan; and WHEREAS, the City issued a Request for Qualification (RFQ #PW2020-24) on October 29, 2020, for a professional engineering firm "Consultant" that is prequalified by the Florida Department of Transportation to design and develop construction drawings for the Pedestrian Bridge Overpass at US-1 and SW 71st Street; and WHEREAS, a total of three (3) firms responded to the solicitation on December 2, 2020. A Selection Committee, comprised of Chairperson Aurelio Carmenates, Capital Improvements Director, Jane Tompkins, Planning Director, and Andres Figueroa, Building Official met twice to review and score the proposals, once on December 10, 2020 and scored and ranked the respondents on December 14, 2020; and WHEREAS, the Selection Committee scored and ranked the respondents and based on the final scores, the Selection Committee recommended A&P Consulting Transportation for Phase III of the Evaluation Selection process, "Competitive Negotiations."; and WHEREAS, the negotiations were held on January 26, 2021, between A&P Consulting Transportation and City Staff and staff recommends entering in contract with A&P Consulting Transportation for a contract price not to exceed $495,492.93; and WHEREAS, the Mayor and City Commission desire to authorize the City Manager to execute a design services contract with A&P Consulting Transportation for the Pedestrian Bridge Overpass at US-1 and SW 71st Street Design Services for an amount not to exceed $495,492.93. WHEREAS, the expenses shall be charged $433,000 to the to the Pedestrian Crossing Acquisition, Development, Operation, and Maintenance Fund account number 156-1790-519-3450 which has a balance of $433,000 before this request was made and $62,492.93 to the Capital Improvement Program Fund 301-1790-519- 6450 which has a balance of $780,683.72 before this request was made. NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS 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 execute a contract with A&P Consulting Transportation for the Pedestrian Bridge Overpass at US-1 and SW 71st Street Design Services for an amount not to exceed $495,492.93. A copy of the approved form of contract is attached. The expenses shall be charged $433,000 to the to the Pedestrian Crossing Acquisition, Development, Operation, and Maintenance Fund account number 156- 1790-519-3450 which has a balance of $433,000 before this request was made and $62,492.93 to the Capital Improvement Program Fund 301-1790-519-6450 which has a balance of $780,683.72 before this request was made. Page 1 of 2 Res. No. 015-21-15635 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 will not affect the validity of the remaining portions of this resolution. Section 5: Effective Date: This resolution will become effective immediately upon adoption. PASSED AND ADOPTED this 21 day of February, 2021 ATTEST: APPROVE s, �A MAYOR CITY CL RK READ AND APPROVED AS TO FORM, COMMISSION VOTE: 3-2 LANGUAGE, LEGALITY AND EXECUTION Mayor Philips: Nay THEREOF > Vice Mayor Welsh: Yea Commissioner Harris: Yea _ Commissioner Liebman: Nay CI ORNEY Commissioner Gil: Yea Page 2 of 2 Agenda Rem NoA. City Commission Agenda Item Report Meeting Date: February 2, 2021 Submitted by: Aurelio Carmenates Submitting Department: Public Works & Engineering Item Type: Resolution Agenda Section: Subject: A Resolution authorizing the City Manager to execute a contract with A&P Consulting Transportation for the Pedestrian Bridge Overpass at US-1 and SW 71st Street Design Services. 3/5 (Commissioner Gil) Suggested Action: Attachments: Memo Negotiation for Award Ped Brdg-1-27-21 Final.docx Res o_Negotiation_for_Award_Ped_Brdg= 1-27-21_FinaICArev. docx FINAL RFQ Pedestrian Bridge Design 10.29.20.pdf South Miami Pedestrian Bridge Design Fee Final SS.pdf CONTRACTfrom FINAL RFQ Pedestrian Bridge Design 10.29.20.pdf DEMAND STAR RFQ PW2020-24.xlsx SUN BIZ A & P Consulting.pdf DBRAD PW2020-24.pdf 1 ISoutiami THE CITY 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: Shari Karnali, City Manager DATE: February 2, 2021 SUBJECT: A Resolution authorizing the City Managerto enter into a contract with A&P Consulting Transportation for the Pedestrian Bridge Overpass at US-1 and SW 71" Street Design Services. BACKGROUND: The City desires to design and develop construction drawings for the Pedestrian Bridge Overpass at US-1 and SW 71st Street from a professional engineering firm "Consultant' that is prequalified by the Florida Department of Transportation in the sub -categories required for this particular type of design. The Consultant shall also serve as the Engineer of Record during the construction phase. The fees for these services will be negotiated at a future date before start of the Construction Phase of the Project. The City issued a Request for Qualification (RFQ#PW2020-24) on October29, 2020, for a professional engineering firm "Consultant' that is prequalified by the Florida Department of Transportation to design and develop construction drawings for the Pedestrian Bridge Overpass at US-1 and SW 71st Street. A total of three (3) firms responded to the solicitation on December 2, 2020. A Selection Committee, comprised of Chairperson Aurelio Carmenates, Capital Improvements Director, Jane Tompkins, Planning Director, and Andres Figueroa, Building Official met twice to review and score the proposals, once on December 10, 2020 and scored and ranked the respondents on December 14, 2020. Final scores and rank are summarized below: EVALUATOR A & P CONSULTING TY LIN INTL PEDELTA Jane Tompkins 85 90 85 Andres Figueroa 100 88 93 Aurelio Carmenates 95 96 75 TOTAL 280 274 253 The Selection Committee scored and ranked the respondents and based on the final scores, the Selection Committee recommended A&P Consulting Transportation for Phase III of the Evaluation Selection process, "Competitive Negotiations." The negotiations were held on January 26, 2021, between A&P Consulting Transportation and City Staff for an amount of $495,492.93 and staff recommends entering in contract with A&P Consulting Transportation. CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER SoutI Miami INTER -OFFICE MEMORANDUM THE CITY OF PLEASANT LIVING AMOUNT: Amount not to exceed $ 495,492.93. FUND & ACCOUNT: The expenditure shall be charged $433,000 to the to the Pedestrian Crossing Acquisition, Development, Operation, and Maintenance Fund account number 156-1790-519-3450 which has a balance of $433,000 before this request was made and $62,492.93 to the Capital Improvement Program Fund 301-1790-519-6450 which has a balance of $780,683.72 before this request was made. ATTACHMENTS: Resolution RFQ PW2020-24 Request for Qualifications with Exhibits A&P Consulting Transportation Proposal Contract Demand Star Results Sun Biz, A&P Consulting Transportation DRB Advertisement 3 Ye' SoutMiami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 SUBMITTAL DUE DATE: December 2, 2020 at 10 AM Solicitation Cover Letter The City of South Miami, Florida (hereinafter referred to as "Owner") through its chief executive officer (City Manager) hereby solicits sealed proposals responsive to the City's request (hereinafter referred to as "Request for Qualifications", "RFQ" or "E-Bidding"). All references in this Solicitation (also referred to as an "Invitation for Proposals" or "Invitation to Bid) to "City" will be a reference to the City Manager, or the manager's designee, for the City of South Miami unless otherwise specifically defined or unless the context in which the word is used requires it to mean the City of South Miami. The City is hereby requesting sealed responses to this RFQ #PR2020-24, PEDESTRIAN BRIDGE DESIGN SERVICES project. The purpose of this Solicitation is to contract for the services necessary for the completion of the project in accordance with the Scope of Services, (EXHIBIT I, Attachments A, B & Q and Respondent's Cost and Technical Proposal, or the plans and/or specifications, if any, described in this Solicitation (hereinafter referred to as "the Project' or "Project'). The evaluation and award of the submitted Qualifications will be consistent with Florida's Consultants' Competitive Negotiations Act (CCNA) (section 287.055, Florida Statutes). The construction phase of this project is partially funded by the Florida Department of Transportation (FDOT) and as such, the Florida Department of Transportation Requirements for Professional Services Contracts shall also apply. Interested persons who wish to respond to this Solicitation can obtain the complete Solicitation package by accessing the following webpage: http://www.southmiami0.gov/ which is the City of South Miami's web address for solicitation information. Proposals are subject to the Standard Terms and Conditions contained in the complete Solicitation Package, including all documents listed in the Solicitation. The City will only receive submittals electronically through the DemandStar Electronic Bid System (E-Bidding). To register as a business, go to https,//network.demandstar.com/ See directions for registering and signing into your DemandStar user account on the next page following this Solicitation Cover Letter. Proposals must be received electronically through DemandStar, no later than 10:00 A.M. local time (the "Closing Date") on December 2, 2020 and any Proposal received by the City through DemandStar after 10:00 a.m. local time on said date will not be accepted under any circumstances. Hand delivery will not be accepted. E-BID OPENING VIA VIDEO CONFERENCING: The opening of E-Bids for this solicitation will occur at 10:30 A.M. local time on (the Closing Date, December 2, 2020. The City Clerk will conduct the E-Bid Opening through video conferencing using the Zoom platform. Members of the public may view the meeting via Zoom at https://zoom.us/j/3056636339,or listen to the meeting on a dedicated phone line by dialing +I-786-635-1003 Meeting ID: 3056636339. The City reserves the right to award the Project to the person with the lowest, most responsive, responsible Proposal, as determined by the City, subject to the right of the City, or the City Commission, to reject any and all proposals, and the right of the City to waive any irregularity in the Proposals or Solicitation procedure and subject also to the right of the City to award the Project, and execute a contract with a Respondent or Respondents, other than to the one who provided the lowest Proposal Price and, if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a separate Respondent. Nkenga A. Payne, CMC City Clerk City of South Miami 1 of 113 6 DemandStar Registration and User Account Sign -in Directions The following is an example of the procedure on April 3, 2020 and it is subject to change after that date. Go to https://network.demandstar.com/ which on April 3, 2020 brings up the following message. DemandStar is committed to helping all government agencies source qualified suppliers for COVID-19 emergency response. Governments Suppliers If you area government agency who needs Ebidding If you are a business who can help respond to the capability to receive supplier responses online, please many emergency response bids on the DemandStar '.. fill out this form and we will get back to you network, please click here to create your account and immediately. Ebidding is offered at no charge to get notified of bidding opportunities. governments. y DEMANDSTAR If you do not have an account with DemandStar, click on "Create Your Account' otherwise, if you have an account, click on the "x" in the upper right-hand corner of this message and it will bring you to the following user sign in page. >p-DEMANDSTAR For e„n„o.. For m.., , 2 of 113 7 SCOPE OF SERVICES and SCHEDULE OF VALUES PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 The Scope of Services and the Schedule of Values, if any, are set forth in the attached EXHIBIT I, ATTACHMENTS A, B & C. 3 of 113 SCHEDULE OF EVENTS PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 �lq`►0/ \0\7���1CI��1sJOq No Event Date* Time* (EST) I Advertisement/ Distribution of Solicitation & Cone of Silence be ins 10/29/2020 4:00 PM 2 NONE Pre-RFQ Meeting SCHEDULED 3 Deadline to Submit Questions 11/16/2020 10:00 AM 4 Deadline to City Responses to Questions 1 1/20/2020 10:00 AM DEADLINE TO SUBMIT RFQ RESPONSE: 5 The City will only receive submittals electronically through the DemandStar Electronic Bid System (E-Bidding). To register as a business, go to htt s://network.demandstar.com/ 12/2/2020 10:00 AM E-BID OPENING VIA VIDEO CONFERENCING 6 VIA THE ZOOM PLATFORM at fts1lzoom.us/013056636339,or listen to the meeting on a dedicated phone line by dialing +l-786-635-1003 Meeting ID: 3056636339. 1 12/2/2020 1 10:30 AM 7 Projected Announcement of selected Contractor/Cone of Silence ends 1/19/2021 7:00 PM END OF SECTION 4 of 113 9 INSTRUCTIONS for RESPONDENT PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 IT IS THE RESPONSIBILITY OF THE RESPONDENT TO THE SOLICITATION TO ENSURE THAT THE RESPONSE TO THE SOLICITATION (HEREINAFTER ALSO REFERRED TO AS THE "PROPOSAL" THROUGHOUT THE CONTRACT DOCUMENTS) REACHES THE CITY CLERK ON OR BEFORE THE CLOSING HOUR AND DATE STATED ON THE SOLICITATION FORM. I. Purpose of Solicitation. The City of South Miami is requesting proposals for the lowest and most responsive price for the Project. The City reserves the right to award the contract to the Respondent whose proposal is found to be in the best interests of the City. 2. Qualification of Proposing Firm. Response submittals to this Solicitation will be considered from firms normally engaged in providing the services requested. The proposing firm must demonstrate adequate experience, organization, offices, equipment and personnel to ensure prompt and efficient service to the City of South Miami. The City reserves the right, before recommending any award, to inspect the offices and organization or to take any other action necessary to determine ability to perform in accordance with the specifications, terms and conditions. The City of South Miami will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject all response submittals to this Solicitation where evidence submitted, or investigation and evaluation, indicates inability of a firm to perform. 3. Deviations from Specifications. The awarded firm must clearly indicate, as applicable, all areas in which the services proposed do not fully comply with the requirements of this Solicitation. The decision as to whether an item fully complies with the stated requirements rests solely with the City of South Miami. 4. Designated Contact. The awarded firm must appoint a person to act as a primary contact with the City of South Miami. This person or back-up must be readily available during normal work hours by phone, email, or in person, and must be knowledgeable of the terms of the contract. S. Precedence of Conditions. The proposing firm, by virtue of submitting a response, agrees that City's General Provisions, Terms and Conditions herein will take precedence over any terms and conditions submitted with the response, either appearing separately as an attachment or included within the Proposal. The Contract Documents have been listed below in order of precedence, with the one having the most precedence being at the top of the list and the remaining documents in descending order of precedence. This order of precedence will apply, unless clearly contrary to the specific terms of the Contract or General Conditions to the Contract: a) Addenda to Solicitation b) Attachments/Exhibits to the Solicitation c) Solicitation d) Attachment/Exhibits to Supplementary Conditions e) Supplementary Conditions to Contract, if any f) Attach men t/Exhibits to Contract g) Contract h) General Conditions to Contract, if any i) Respondent's Proposal 6. Response Withdrawal. After Proposals are opened, corrections or modifications to Proposals are not permitted, but the City may allow the proposing firm to withdraw an erroneous Proposal prior to the confirmation of the proposal award by City Commission, if all of the following is established: a) The proposing firm acted in good faith in submitting the response; b) The error was not the result of gross negligence or willful inattention on the part of the firm; c) The error was discovered and communicated to the City within twenty-four (24) hours (not including Saturday, Sunday or a legal holiday) of opening the proposals received, along with a request for permission to withdraw the firm's Proposal; and d) The firm submits an explanation in writing, signed under penalties of perjury, stating how the error was made and delivers adequate documentation to the City to support the explanation and to show that the error was not the result of gross negligence or willful inattention nor made in bad faith. 7. The terms, provisions, conditions and definitions contained in the Solicitation Cover Letter will apply to these instructions to Respondents and they are hereby adopted and made a part hereof by reference. If there is a conflict between the Cover Letter and these instructions, or any other provision of this Solicitation, the Cover Letter will govern and take precedence over the conflicting provision(s) in the Solicitation. 5 of 113 10 8. Any questions concerning the Solicitation or any required need for clarification must be made in writing, by 10:00 AM November 16, 2020 to the attention of Steven P. Kulick, Chief Procurement Officer at skulick southmiamifl.gov or via facsimile at (305) 669-2636. 9. The issuance of a written addendum is the only official method whereby interpretation and/or clarification of information can be given. Interpretations or clarifications, considered necessary by the City in response to such questions, will be issued by a written addendum to the Solicitation Package (also known as "Solicitation Specifications" or "Solicitation") by U.S. mail, e-mail or other delivery method convenient to the City and the City will notify all prospective firms via the City's website. It is the responsibility of the Respondent to keep apprised of the publishing of addenda on the Citys website. 10. Verbal interpretations or clarifications will not have any legal effect. No plea by a Respondent of ignorance or the need for additional information will exempt a Respondent from submitting the Proposal on the required date and time as set forth in the public notice. I I. Cone of Silence: You are hereby advised that this Request for Proposals is subject to the "Cone of Silence," in accordance with Section 8A-7, of the City's Code of Ordinance. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on verbal communication with the City's professional staff, including the City Manager and his staff and members of the City Commission. The Cone of Silence ordinance, Section 8A-7, has been duplicated at the end of these instructions. 12. Violation of these provisions by any particular Respondent or proposer will render any recommendation for the award of the contract or the contract awarded to said Respondent or proposer voidable, and, in such event, said Respondent or proposer will not be considered for any Solicitation including but not limited to one that requests any of the following a proposal, qualifications, a letter of interest or a bid concerning any contract for the provision of goods or services for a period of one year. Contact will only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information. 13. Lobbying. "Lobbyist" means all persons (including officers and managers of a legal entity), firms, or legal entities such as a corporation, partnership or limited liability company, employed or retained by a principal (including an officer of the principal or an employee of the principal whose duties include marketing, or soliciting business, for the principal) who seeks to encourage the passage, defeat, or modifications of (1) ordinance, resolution, action or decision of the City Commission; (2) any action, decision, recommendation of the City Manager or any City board or committee; or (3) any action, decision or recommendation of City personnel during the time period of the entire decision -making process on such action, decision or recommendation which foreseeably will be heard or reviewed by the City Commission, or a City board or committee. All firms and their agents who intend to submit, or who submitted, bids or responses for this Solicitation, are hereby placed on formal notice that neither City Commissioners, candidates for City Commissioner or any employee of the City of South Miami are to be lobbied either individually or collectively concerning this Solicitation. Contact may only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information or as otherwise provided for in the City's Cone of Silence. Any presentation before a selection committee is considered to be lobbying; however, the presentation team may avoid formal registration by complying with section BA-5 (c) (9). of the City's Code of Ordinances. A presentation team affidavit is provided with this solicitation that may be used to comply with presentations, if applicable. Anyone who submits a proposal, whether solicited or unsolicited, on behalf of his or her principal or his or her employer is considered to be a lobbyist and must register. An officer or manager of a legal entity who is submitting a proposal, whether solicited or unsolicited, is considered to be a lobbyist. See section 8A-5 of the City's Code of Ordinances for further information and contact the City Clerk to register as a lobbyist. 14. Reservation of Right. The City anticipates awarding one contract for services as a result of this Solicitation and the successful firm will be requested to enter into negotiations to produce a contract for the Project. The City, however, reserves the right, in its sole discretion, to do any of the following: a) to reject any and all submitted Responses and to further define or limit the scope of the award. b) to waive minor irregularities in the responses or in the procedure required by the Solicitation documents. c) to request additional information from firms as deemed necessary. d) to make an award without discussion or after limited negotiations. It is, therefore, important that all the parts of the Request for Proposal be completed in all respects. e) to negotiate modifications to the Proposal that it deems acceptable. f) to terminate negotiations in the event the City deems progress towards a contract to be insufficient and to proceed to negotiate with the Respondent who made the next best Proposal. The City reserves the right to proceed in this manner until it has negotiated a contract that is satisfactory to the City. 6 of 113 11 g) To modify the Contract Documents. The terms of the Contract Documents are general and not necessarily specific to the Solicitation. It is therefore anticipated that the City may modify these documents to fit the specific project or work in question and the Respondent, by making a Proposal, agrees to such modifications and to be bound by such modified documents. h) to cancel, in whole or part, any invitation for Proposals when it is in the best interest of the City. i) to award the Project to the person with the lowest, most responsive, responsible Proposal, as determined by the City. j) to award the Project, and execute a contract with a Respondent or Respondents, other than to one who provided the lowest Proposal Price. k) if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a separate Respondent. 15. Contingent Fees Prohibited. The proposing firm, by submitting a proposal, warrants that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract with the City, and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub -consultant, working in its employ, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract with the City. 16. Public Entity Crimes. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 17. Respondents must use the Proposal Form(s) furnished by the City. All erasures and corrections must have the initials of the Respondent's authorized representative in blue ink at the location of each and every erasure and correction. Proposals must be signed using blue ink; all quotations must be typewritten, or printed with blue ink. All spaces must be filled in with the requested information or the phrase "not applicable" or "NA". The proposal must be delivered on or before the date and time, and at the place and in such manner as set forth in the Solicitation Cover Letter. Failure to do so may cause the Proposal to be rejected. Failure to include any of the Proposal Forms may invalidate the Proposal. Respondent must deliver to the City, as part of its Proposal, the following documents: a) The Invitation for Proposal and Instructions to Respondents. b) A copy of all issued addenda. c) The completed Proposal Form fully executed. d) Proposal/Bid Bond, (Bond or cashier's check), if required, attached to the Proposal Form. e) Certificates of Competency as well as all applicable State, County and City Licenses held by Respondent f) Certificate of Insurance and/or Letter of Insurability. 18. Goods: If goods are to be provided pursuant to this Solicitation the following applies: a) Brand Names: If a brand name, make, manufacturer's trade name, or vendor catalog number is mentioned in this Solicitation, whether or not followed by the words "approved equal", it is for the purpose of establishing a grade or quality of material only. Respondent may offer goods that are equal to the goods described in this Solicitation with appropriate identification, samples and/or specifications for such item(s). The City will be the sole judge concerning the merits of items proposed as equals. b) Pricing: Prices should be stated in units of quantity specified in the Proposal Form. In case of a discrepancy, the City reserves the right to make the final determination at the lowest net cost to the City. c) Mistake: In the event that unit prices are part of the Proposal and if there is a discrepancy between the unit price(s) and the extended price(s), the unit price(s) will prevail and the extended price(s) will be adjusted to coincide. Respondents are responsible for checking their calculations. Failure to do so will be at the Respondent's risk, and errors will not release the Respondent from his/her or its responsibility as noted herein. d) Samples: Samples of items, when required, must be furnished by the Respondent free of charge to the City. Each individual sample must be labeled with the Respondent's name and manufacturer's brand name and delivered by it within ten (10) calendar days of the Proposal opening unless schedule indicates a different time. If samples are requested after the Proposal opening, they must be delivered within ten (10) calendar days of the request. The City will not be responsible for the return of samples. 7 of 113 12 e) Respondent warrants by signature on the Proposal Form that prices quoted therein are in conformity with the latest Federal Price Guidelines. f) Governmental Restrictions: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship, or performance of the items offered on this Proposal prior to their delivery, it will be the responsibility of the successful Respondent to notify the City at once, indicating in its letter the specific regulation which required an alteration. The City of South Miami reserves the right to accept any such alteration, including any price adjustments occasioned thereby, or to cancel all or any portion of the Contract, at the sole discretion of the City and at no further expense to the City with thirty (30) days advanced notice. g) Respondent warrants that the prices, terms and conditions quoted in the Proposal will be firm for a period of one hundred eighty (180) calendar days from the date of the Proposal opening unless otherwise stated in the Proposal Form. Incomplete, unresponsive, irresponsible, vague, or ambiguous responses to the Solicitation will be cause for rejection, as determined by the City. h) Safety Standards: The Respondent warrants that the product(s) to be supplied to the City conform in all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) and its amendments. Proposals must be accompanied by a Materials Data Safety Sheet (M.S.D.S) when applicable. 19. Liability, Licenses & Permits: The successful Respondent must assume the full duty, obligation, and expense of obtaining all necessary licenses, permits, and inspections required by this Solicitation and as required by law. The Respondent will be liable for any damages or loss to the City occasioned by the negligence of the Respondent (or its agent or employees) or any person acting for or through the Respondent. Respondents must furnish a certified copy of all licenses, Certificates of Competency or other licensing requirement necessary to practice their profession and applicable to the work to be performed as required by Florida Statutes, the Florida Building Code, Miami -Dade County Code or City of South Miami Code. These documents must be furnished to the City as part of the Proposal. Failure to have obtained the required licenses and certifications or to furnish these documents will be grounds for rejecting the Proposal and forfeiture of the Proposal/Bid Bond, if required for this Project. 20. Respondent must comply with the City's insurance requirements as set forth in the attached EXHIBIT 2, prior to issuance of any Contract(s) or Award(s) If a recommendation for award of the contract, or an award of the contract is made before compliance with this provision, the failure to fully and satisfactorily comply with the City's bonding, if required for this project, and insurance requirements as set forth herein will authorize the City to implement a rescission of the Proposal Award or rescission of the recommendation for award of contract without further City action. The Respondent, by submitting a Proposal, thereby agrees to hold the City harmless and agrees to indemnify the City and covenants not to sue the City by virtue of such rescission. 21. Copyrights and/or Patent Rights: Respondent warrants that as to the manufacturing, producing or selling of goods intended to be shipped or ordered by the Respondent pursuant to this Proposal, there has not been, nor will there be, any infringement of copyrights or patent rights. The Respondent agrees to indemnify City from any and all liability, loss or expense occasioned by any such violation or infringement. 22. Execution of Contract: A response to this Solicitation will not be responsive unless the Respondent signs the form of contract that is a part of the Solicitation package. The Respondent to this Solicitation acknowledges that by submitting a response or a proposal, Respondent agrees to the terms of the form contract and to the terms of the general conditions to the contract, both of which are part of this Solicitation package. The Respondent agrees that Respondent's signature on the E-Bid Form and/or the form of contract that is a part of the Solicitation package and/or response to this Solicitation, grants to the City the authority, on the Respondent's behalf, to inserted, into any blank spaces in the contract documents, information obtained from the proposal and, at the City's sole and absolute discretion, the City may treat the Respondent's signature on any of those documents as the Respondent's signature on the contract, after the appropriate information has been inserted, as well as for any and all purposes, including the enforcement of all of the terms and conditions of the contract. 23. Evaluation of Proposals: The City, at its sole discretion, reserves the right to inspect the facilities of any or all Respondents to determine its capability to meet the requirements of the Contract. In addition, the price, responsibility and responsiveness of the Respondent, the financial position, experience, staffing, equipment, materials, references, and past history of service to the City and/or with other units of state, and/or local governments in Florida, or comparable private entities, will be taken into consideration in the Award of the Contract. 24. Drug Free Workplace: Failure to provide proof of compliance with Florida Statute Section 287.087, as amended, when requested will be cause for rejection of the Proposal as determined by the City. 25. Hold Harmless: All Respondents must hold the City, its officials and employees harmless and covenant not to sue the City, its officials and employees in reference to its decisions to reject, award, or not award a contract, 8 of 113 13 as applicable, unless the claim is based solely on allegations of fraud and/or collusion. The submission of a proposal will act as an agreement by the Respondent that the Proposal/Bid Bond, if required for this project, will not be released until and unless the Respondent waives any and all claims that the Respondent may have against the City that arise out of this Solicitation process or until a judgment is entered in the Respondent's favor in any suit filed which concerns this proposal process. In any such suit, the prevailing party will recover its attorney's fees, court costs as well as expenses associated with the litigation. In the event that fees, court costs and expenses associated with the litigation are awarded to the City, the Proposal/Bid Bond, if required for this project, will be applied to the payment of those costs and any balance will be paid by the Respondent. 26. Cancellation: Failure on the part of the Respondent to comply with the conditions, specifications, requirements, and terms as determined by the City, will be just cause for cancellation of the Award or termination of the contract. 27. Bonding Requirements: The Respondent, when submitting the Proposal, must include a Proposal/Bid Bond, if required for this project, in the amount of 5% of the total amount of the base Proposal on the Proposal/Bid Bond Form included herein. A company or personal check will not be deemed a valid Proposal Security. 28. Performance and Payment Bond: The City of South Miami may require the successful Respondent to furnish a Performance Bond and Payment Bond, each in the amount of 100% of the total Proposal Price, including Alternates if any, naming the City of South Miami, and the entity that may be providing a source of funding for the Work, as the obligee, as security for the faithful performance of the Contract and for the payment of all persons or entities performing labor, services and/or furnishing materials in connection herewith. In addition, if the Respondent's employees will be working in secure or sensitive areas of the City, the City may require that the Respondent provides employee bonding, naming the City of South Miami as the obligee on the bond. The bonds must be with a surety company authorized to do business in the State of Florida. 28.1. Each Performance Bond must be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to City the completion and performance of the Work covered in the Contract Documents. 28.2. Each Performance Bond must continue in effect for five years after final completion and acceptance of the Work with the liability equal to one hundred percent (100%) of the Contract Sum. 28.3. Each Payment bond must guarantee the full payment of all suppliers, material man, laborers, or subcontractor employed pursuant to this Project. 28.4. Each Bond must be with a Surety company whose qualifications meet the requirements of insurance companies as set forth in the insurance requirements of this solicitation. 28.5. Pursuant to the requirements of Section 255.05, Florida Statutes, Respondent must ensure that the Bond(s) referenced above must be recorded in the public records of Miami -Dade County and provide CITY with evidence of such recording. 28.6. The surety company must hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, current revisions. 29. Proposal Guarantee: Notwithstanding the fact that the Respondent, in submitting a proposal, agrees to the terms contained in the form of contract that is part of this Solicitation package, the successful Respondent, within ten (10) calendar days of Notice of Award by the City, must deliver, to the City, the executed Contract and other Contract Documents that provide for the Respondent's signature, and deliver to the City the required insurance documentation as well as a Performance and Payment Bond if these bonds are required. The Respondent who has the Contract awarded to it and who fails to execute the Contract and furnish the required Bonds and Insurance Documents within the specified time will, at the City's option, forfeit the Proposal/Bid Bond/Security that accompanied the Proposal, and the Proposal/Bid Bond/Security will be retained as liquidated damages by the City. It is agreed that if the City accepts payment from the Proposal/Bid Bond, that this sum is a fair estimate of the amount of damages the City will sustain in case the Respondent fails to sign the Contract Documents or fails to furnish the required Bonds and Insurance documentation. If the City does not accept the Proposal/Bid Bond, the City may proceed to sue for breach of contract if the Respondent fails to perform in accordance with the Contract Documents. Proposal/Bid Bond/Security deposited in the form of a cashier's check drawn on a local bank in good standing must comply with the same requirements as a Proposal/Bid Bond. 30. Pre -proposal Conference Site Visits: If a Mandatory Pre -proposal conference is scheduled for this project, all Respondents must attend the conference and tour all areas referenced in the Solicitation Documents. It will be grounds for rejecting a Proposal from a Respondent who did not attend the mandatory pre -proposal conference. No pleas of ignorance by the Respondent of conditions that exist, or that may hereinafter exist, as a Solicitation result of failure to make the necessary examinations or investigations, or failure to complete any part of the Solicitation Package, will be accepted as basis for varying the requirements of the Contract with the City of South Miami or the compensation of the Respondent. The Respondent, following receipt of a survey of the property, if applicable, is bound by knowledge that can be seen or surmised from the survey and will not be entitled to any change order due to any such condition. If the survey is provided before the proposal is 9 of 113 14 submitted, the contract price, or negotiation in a request for qualifications, must include the Work necessitated by those conditions. If the survey is provided subsequent to the submission of the proposal or negotiation in a request for qualifications, the Respondent will have five calendar days to notify the City of any additional costs required by such conditions and the City will have the right to reject the proposal, or in the case of an RFQ, the negotiated price, and award the contract to, or begin negotiations with, the second most responsive, responsible E- bidder with the lowest price, or in the case of an RFQ, with the next best qualifications, or to reject all E-bids. 31. Time of Completion: The time is of the essence with regard to the completion of the Work to be performed under the Contract to be awarded. Delays and extensions of time may be allowed only in accordance with the provisions stated in the appropriate section of the Contract Documents, including the Proposal Form. No change orders will be allowed for delays caused by the City, other than for extensions of time to complete the Work. 32. Submittal Requirements: All Proposals must comply with the requirements set forth herein and must include a fully completed Respondent's E-Bid Form, if any, and a Respondent's Cost and Technical Proposal if it is included with this Solicitation Package. 33. Cancellation of E-Bid Solicitation: The City reserves the right to cancel, in whole or part, any request for proposal when it is in the best interest of the City. 34. Respondent may not discriminate with regard to its hiring of employees or subcontractors or in its purchase of materials or in any way in the performance of its contract, if one is awarded, based on race, color, religion, national origin, sex, age, sexual orientation, disability, or familial status. 35. All respondents, at the time of E-bid opening, must have fulfilled all prior obligations and commitments to the City in order to have their E-bid considered, including all financial obligations. Prior to the acceptance of any E- bid proposal, qualifications or quotation, the City's Finance Department will certify that there are no outstanding fines, monies, fees, taxes, liens or other charges owed to the City by the Respondent, any of the Respondent's principal, partners, members or stockholders (collectively referred to as "Respondent Debtors"). An E-bid, proposal or quotation will not be accepted until all outstanding debts of all Respondent Debtors owed to the city are paid in full. No E-bidder who is in default of any prior contract with the City may have their E-bid considered until the default is cured to the satisfaction of the City Manager. 36. E-bid Protest Procedure. See attached EXHIBITS. 37. Evaluation Criteria. If this project is to be evaluated by an Evaluation Committee, the evaluation criteria is attached as EXHIBIT 3. 38. Availability of Contract - Any Governmental or quasi -governmental entity, in this or in any other state, or any federal governmental agency, may avail itself of this solicitation and the contract that is awarded pursuant to this solicitation and purchase any and all goods/services specified herein from the successful E-bidder(s)/proposer(s) at the contract price(s) established herein, when any federal, state, and/or local laws, rules, and regulations allows the piggybacking off said contract and provided that the successful E-bidder(s)/proposer(s) is/are in agreement. Each Governmental or quasi -governmental entity which uses this formal solicitation and resulting E-bid contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful E-bidder(s)/proposer(s). 39. Non -Appropriation of Funds. In the event that no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under any contract awarded pursuant to this solicitation, then the City, upon written notice to Successful E-bidder or their assignee of such occurrence, will have the unqualified right to terminate the contract without any penalty or expense. No guarantee, warranty or representation is made that any particular project(s) will be awarded to any Respondent(s). 40. Most Favored Public Entity. Respondent represents that the prices charged to City in the proposal do not exceed existing prices to other customers for the same or substantially similar items or services for comparable quantities under similar terms, conditions, wages, benefits, insurance coverage and any other material cost factors. If respondent's prices decline, or should respondent, at any time during the term of a contract entered into with City, provide the same goods or services with the same comparable quantities under similar terms, conditions, wages, benefits, insurance coverage and any other material cost factors, Respondent must immediately extend the same prices to City. 41. Confidential and Proprietary Information. Respondents may assert that some trade secrets, financial records, and proprietary or other confidential information in their unsolicited proposal are confidential information that they claim to be exempt from disclosure under applicable Florida public records laws. Such information may be included in the unsolicited proposal, but submitted in a separate, sealed binder, designated on the cover as CONFIDENTIAL MATERIALS. A Respondent submitting materials claimed to be confidential must include a cover letter listing all material designated as confidential and clearly mark each page of any material believed to be a trade secret or other confidential information/document in all capital letters and bold font as 10 of 113 15 CONFIDENTIAL MATERIALS. If a document is not totally confidential but contains non -confidential and confidential information, the Respondent must provide a redacted copy of the document and an unredatted copy. In addition, the Respondent must prepare a list of all the documents claimed to be confidential or containing confidential information and on the next line under the description of each document the Respondent must cite the statutory provision that provides the basis for the Respondents claim that the document or a portion of the document is confidential and below the citation the Respondent must copy and paste the applicable statutory provision (this listing requirement will hereinafter be referred to as "properly list' or "properly listed" confidential document). The failure to properly list a confidential document or the failure to redact a confidential document that is only partially confidential will result in the waiver of any claim that the document is confidential or that the unredatted document contains confidential information. If any person or entity requests that the City produce or disclose any of said purported confidential information or documents. the City will advise the Respondent and afford the Respondent an opportunity to protect its assertion that said confidential information is exempt from production. If Respondent fails to timely authorize the production of the information or document and/or fails to timely seek a protective order, and/or is unsuccessful in obtaining a protective order, the City will produce the requested information or document. The City will not actively contest any request to disclose such alleged confidential information or document and the City cannot guarantee that the alleged confidential document or information may not be disclosed should it ultimately be determined not to be confidential under applicable Florida public records laws. The Respondent must indemnify the City for any damages and costs the City may incur due to the Respondent's claim that its document or information is confidential. The City can only agree to advise the Respondent of such request and give the Respondent an opportunity, at Respondents sole and exclusive cost, to defend the request for disclosure of the confidential information or document in a Court of competent jurisdiction or other applicable forum. 42. Definitions. The following definitions will govern the interpretation of this RFQ: "Certify", including all of its tenses, such as "certifies", "certifying" and "certified", means the act of swearing or affirming under penalties of perjury that the facts that are being "certified" are true and correct and it must be accomplished either by swearing (or affirming) to the truth of the statement before a notary public, or by a declaration, under penalties of perjury, as to the truth of the statement pursuant to Florida Statutes, Section 92.525. 43. Tie E-bids (not applicable to an RFQ). In the event of tie E-bids, Respondents will be directed to submit sealed Best and Final Offers and deliver to the Office of the City Clerk located at South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. The "Best and Final Offers" must be enclosed in a sealed envelope or container and must have the following Information clearly printed or written on the exterior of the envelope or container in which the sealed proposal is delivered: "Best and Final Offers". On the second line of the envelope insert the Project Name and Solicitation Number. On the third line of the envelope insert the name of the person or entity who is going to be legally bound to perform the contractual obligations if awarded the contract. 44. Tie Selection. In the event of a tie by an Evaluation Selection Committee after they have scored each submittal, the meeting facilitator of the Selection Committee meeting, usually the City's Procurement Manager, will tabulate the Selection Committee's scores and advise the Committee there is a tie score; without advising the Committee the scores or the Respondents involved. The meeting facilitator will direct the Selection Committee to re -score the Respondents submittals and, will continue the re -scoring until the tie is broken, and a clear winner for the award recommendation has been determined. If the tie is not broken after three attempts to break the tie, all responses will be rejected, and the item will be re -advertised. 45. Rescind the Award. The City reserves the right to rescind the award recommendation, even after the award recommendation has been conditionally approved by the City Commission but before execution of the Contract by the City Manager and, by responding to this RFQ, Respondent agrees to waive any contractual rights or equitable claims that Respondent may have accrued following the initial award recommendation by the City Manager under these conditions. 46. State of Emergency. The City reserves the right, in its sole and absolute discretion, to suspend the work or services or cancel the contract in the event of an emergency that effects the City of South Miami, its residents or businesses and that has been declared by the Governor, Mayor of Miami -Dade County or the City Manager. 47. Force majeure. Neither party may hold the other responsible for damages or for delays in performance caused by force majeure, acts of God, or other acts or circumstances beyond the control of a party or that could not have been reasonably foreseen, prevented or avoided. For this purpose, such acts or circumstances include, but not limited to, weather conditions affecting performance, floods, epidemics, war, riots, strikes, lockouts, or other industrial disturbances, or protest demonstrations. Should such acts or circumstances occur, the parties will use their best efforts to overcome the difficulties and to resume the work as soon as reasonably possible. END OF SECTION 11 of 113 16 SUPPLEMENTAL INSTRUCTIONS AND RESPONSE TO THE SOLICITATION FORMAT FOR RESPONDENT PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 I. Format and Content of RFQ Response Firms responding to the Solicitation must disclose their qualifications to perform the project as described in Exhibit 1, Scope of Services, Attachments A, B & C for City in the format set forth below. Failure to provide requested information may result in your Response to the Solicitation being deemed non -responsive and therefore eliminated from further consideration. A. Title Page Show the name of Respondent's agency/firm, address, telephone number, name of contact person, date and the subject: REQUEST FOR QUALIFICATIONS FOR PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24. B. Table of Contents Include a clear identification of the material by section and by page number. C. Cover Letter and Executive Summary This letter should be signed by the person in your firm who is authorized to negotiate terms, render binding decisions, and commit the firm's resources. Summarize your firm's qualifications and experience to prepare City's project described in Exhibit 1, Scope of Services, Attachment A, B & C and your firm's understanding of the work to be done and include a commitment to perform the work in accordance with the terms of the Response to the Solicitation being submitted. This response should emphasize the strength of the firm in any relevant areas which you feel the City should weigh in its selection, based on the criteria set forth above. Response to the Solicitation: This section should summarize the key points of your submittal. Limit to one (I) to five (S) pages. Response to the Solicitation must include the following. 1. Respondent's qualifications to perform the services detailed in Exhibit 1, "Scope of Services, A, B & C." 2. Detailed work plan/project approach and schedule designed to accomplish the objectives of the proposed project in a timely manner. 3. A list of the executive and professional personnel that will be employed in this engagement and their experience with similar engagements, including the percentage of project time projected to be spent by each person. 4. In addition to submission of the "Respondents Qualification Statement" found in the RFQ, Respondents experience with engagements of a similar scope including a summary of prior work experience and competence in undertaking engagements of this type. Experience shown should be of the lead project personnel who will be assigned to the City's project and will routinely be interfacing with the City. 12 of 113 17 D. Firm Overview State the full legal name and organizational structure of the firm. Describe the ownership structure of your firm. State the location of the office that will be serving the City including mailing address and telephone numbers. a. Name of Firm submitting responding to the Solicitation. b. Name and title of individual responsible for the submittal. c. Mailing and e-mail addresses. d. Telephone and facsimile numbers. E. Personnel and References Identify the primary individuals who will provide services to the City regarding the day-to-day relationship with the City and include a brief resume for each of the primary individuals including licenses and certifications held by those individuals. Provide a list of five clients the firm has worked with in the last 36 months. Indicate the firm's experience with clients within the State of Florida and provide a brief description of the type of services provided as well as the names, titles, addresses and telephone numbers of those primarily responsible for the account. In addition to the day-to-day relationship, please provide information regarding the firm's and individual's experience with engagements which are similar to the project contemplated by the City. Finally, provide specific services required to complete this engagement that are provided by your firm, through subcontractors or sub consultants. F. Other Relevant Experience Provide a description of your proposed primary individuals' relevant experience over the last three years with other cities that you believe are relevant to this proposed engagement. Include three case studies, if available, that illustrate experience with relevant services where the proposed primary individuals have served as consultants for similar engagements as proposed by the City detailed in the Scope of Services in this RFQ. Please limit your response in the section to five (5) pages. END OF SECTION 13 of 113 18 CONE OF SILENCE ORDINANCE, SECTION 8A-7 PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 Chapter 8A of the City of South Miami Code of Ordinances is hereby amended in pertinent part to add a new section 8A-7 which is to read as follows: Sec. 8A-7. Cone of Silence: (A) Definitions. (1) "Cone of silence", as used herein, means a prohibition of any communication regarding competitive solicitations such as a request for proposal ("UP"), request for qualification ("RFQ"), request for information ("RFI") or request for bid ("RFB"), between: (a) A potential vendor, service provider, proposer or bidder (hereinafter referred to as the "Potential Bidder"), or agent, representative, lobbyist or consultant for the Potential Bidder; (hereinafter referred to as the "Bidder's Representative") and (i) Members of the City Commission or (ii) City's professional staff or (iii) Any member of the City's selection, evaluation or negotiation committee. (b) Members of the City Commission shall not communicate with professional staff or members of the selection, evaluation and negotiation committees at any point in the competitive process except as provided in paragraph D (3) below. (2) "City's professional staff' means City Department Heads and their staff and the City Manager and Deputy City Manager and their staff including consultants involved in the solicitation, evaluation and negotiation process. (B) Restriction; notice. A cone of silence shall be imposed upon each competitive solicitation, commencing with the date that the advertisement of said solicitation is published and the requirements of this section shall be included in the solicitation. At the time of imposition of the cone of silence, the City Manager or Managers designee shall: (a) provide for public notice of the cone of silence by posting a notice at City Hall; (b) issue a written notice thereof to the affected Departments; (c) file a copy of such notice with the City Clerk; and (d) serve a copy thereof on each City Commissioner. (C) Termination of Cone of Silence. The Cone of Silence shall terminate at the beginning of the City Commission meeting at which the City Manager makes his or her written recommendation to the City Commission or at the time that the solicitation process is terminated by the City Manager. However, if the City Commission refers the Manager's recommendation back to the Manager or staff for further review, the cone of silence shall be reimposed until the beginning of the City Commission meeting at which the City Manager makes a subsequent written recommendation. (D) Exceptions to applicability. The provisions of this section shall not apply to: (1) Communications at a duly noticed pre -bid conferences or at any duly noticed public Selection or Negotiation Committee meeting or duly noticed public City Commission meeting at which the City Manager has placed the subject of the solicitation on the Agenda; (2) Communication regarding the solicitation at recorded contract negotiations, recorded oral presentation or recorded oral question and answer session and recorded contract 14 of 113 19 negotiation strategy sessions in compliance with the exemption in Florida Statutes Section 286.01 13; (3) Briefings made by the City Manager or his designee to the City Commissioners during a meeting following the completion of the Selection or Negotiation Committee meetings; (4) Written communication at any time with any City professional staff (not including selection, evaluation or negotiation committee members), unless specifically prohibited by the applicable competitive solicitation documents. This section shall not be construed to prevent written communication between City professional staff and any City selection, evaluation or negotiation committee. A copy of any written communication made during the cone of silence shall be contemporaneously filed with the City Clerk by the Potential Bidder or Bidder's Representative. The City Clerk shall make copies available to any person upon request; (5) Communication that is strictly limited to matters of those processes or procedures that are contained in the corresponding solicitation document and which communication is between any person and the City's Purchasing Agent or the City employee who is designated as being responsible for administering the procurement process for such solicitation; (6) Communications with the City Attorney and his or her staff; (7) Communications during any duly noticed site visits to determine the competency and responsibleness of bidders regarding a particular bid during the time period between the opening of bids and the time the City Manager makes a written recommendation; (8) Any emergency procurement of goods or services pursuant to City Code; (9) Responses to a request made by the City's Purchasing Agent, or the City employee who is designated as being responsible for administering the procurement process for such solicitation, for clarification or additional information; (10) Communications prior to bid opening between City's professional staff and Potential Bidders and/or Bidder's Representatives to enable City staff to seek and obtain industry comment or perform market research, provided all communications related thereto between a Potential Bidders and/or Bidder's Representatives and any member of the City's professional staff including, but not limited to the City Manager and his or her staff, are in writing or are made at a duly noticed public meeting. (F) Penalties. Violation of this section by a particular bidder or proposer, or their representative, shall render any award to said bidder or proposer voidable by the City Commission and/or City Manager. Any person who violates a provision of this section may be prohibited from serving on a City selection or evaluation committee. In addition to any other penalty provided herein, violation of any provision of this section by a City employee may subject said employee to disciplinary action at the discretion of the City Manager. END OF SECTION 15 of 113 20 PROPOSAL SUBMITTAL CHECKLIST FORM PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation. Additional documents may be required and, if so, they will be identified in an addendum to this Solicitation. The response must include the following items: The City will only receive submittals online and electronically through the Demand Star Electronic Bid System (E-Bidding). To register as a business, go to h=://networkdemandstar.com/ The City, at its X discretion, may request hard copies of proposals received from a specific Respondent or all Respondents. X Supplemental Instructions for Respondents. X Indemnification and Insurance Documents EXHIBIT 2 X Signed Professional Services Agreement EXHIBIT 4 X Respondents Qualification Statement X List of Proposed Subcontractors and Principal Suppliers X Non -Collusion Affidavit X Public Entity Crimes and Conflicts of Interest X Drug Free Workplace X Acknowledgement of Conformance with OSHA Standards X Affidavit Concerning Federal & State Vendor Listings X Related Party Transaction Verification Form X Presentation Team Declaration/Affidavit of Representation Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. END OF SECTION 16 of 113 21 RESPONDENT QUALIFICATION STATEMENT PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 The response to this questionnaire will be utilized as part of the CITY'S overall Proposal Evaluation and RESPONDENT selection. 1. Number of similar projects completed, a) In the past 5 years In the past 5 years On Schedule b) In the past 10 years In the past 10 years On Schedule 2. List the last five (5) completed similar projects. a) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: b) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price c) Project Name: 17 of 113 22 Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: d) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: e) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: 18 of 113 23 3. Current workload 4. The following information must be attached to the proposal. a) RESPONDENT's home office organization chart. b) RESPONDENT's proposed project organizational chart. c) Resumes of proposed key project personnel, including on -site Superintendent. S. List and describe any: a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations, b) Any arbitration or civil or criminal proceedings, or Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (5) years 6. Government References: List other Government Agencies or Quasi -Government Agencies for which you have done business within the past five (5) years. Name of Agency: Address: Telephone No.: Contact Person: Type of Project: tsot1ts 24 Name of Agency: Address: Telephone No.: Contact Person: Type of Project: Name of Agency: Address: Telephone No.: Contact Person: Type of Project: 20 of 113 25 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 Respondent must list all proposed subcontractors, if subcontractors are allowed by the terms of this Solicitation to be used on this project if they are awarded the Contract. Other: This list must be provided as a part of Respondents submittal to the City of South Miami and in response to this RFQ. END OF SECTION 21 of 113 26 NON -COLLUSION AFFIDAVIT PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 STATE OF FLORIDA COUNTY OF MIAMI-DADE being first duly sworn, deposes and states that: (1) He/She/They is/are the (Owner, Partner, Officer, Representative or Agent) of the Respondent that has submitted the attached Proposal; (2) He/She/They is/are fully informed concerning the preparation and contents of the attached Proposal and of all pertinent circumstances concerning such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said Respondent nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Bidding or proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Respondent, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other Respondent, or to fix any overhead, profit, or cost elements of the Proposal Price or the Proposal Price of any other Respondent, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Respondent or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: Witness Witness STATE OF FLORIDA COUNTY OF MIAMI-DADE By: Signature Print Name and Title Date ACKNOWLEDGEMENT On this the day of , 20 , before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before notary) and whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. 22 of 113 27 WITNESS my hand and official seal. NOTARY PUBLIC: SEAL OF OFFICE: Notary Public, State of Florida (Name of Notary Public: Prim, Scamp or type as commissioned.) Personally known to me, or Personal identification: Type of Identification Produced Did take an oath, or Did Not take an oath. 23 of 113 28 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or proposal for a Contract with a public entity for the construction of repair of a public building or public work, may not submit bids or proposals on leases or real property to a public entity, may not be awarded to perform Work as a RESPONDENT, Sub -contractor, supplier, Sub -consultant, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list". The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. Respondents must disclose with their Proposals, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or its agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES. ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. I. This sworn statement is submitted to by for [print name of the public entity] [print individual's name and title] [print name of entity submitting sworn statement] whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid, proposal or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1) (a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair 24 of 113 29 market value under an arm's length agreement, will be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months will be considered an affiliate. S. I understand that a "person" as defined in Paragraph 287.133 (1) (e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or proposal or applies to bid or proposal on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. [Signature] Sworn to and subscribed before me this day of , 20 Personally known OR Produced identification (Type of identification) Form PUR 7068 (Rev.06/ 1 1 /92) Notary Public — State of My commission expires (Printed, typed or stamped commissioned name of notary public) 25 of 113 30 DRUG FREE WORKPLACE PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 Whenever two or more responses to a solicitation which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a response to the solicitation received from a business that certifies that it has implemented a drug -free workplace program will be given preference in the award process. Established procedures for processing tie responses to solicitations will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business must: I) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (1). 4) In the statement specified in Subsection (1), notify the employees, that, as a condition to their working for the employer with regard to the matters that are the subject of the response to the solicitation including those involving the procurement of commodities or contractual services that are under Bid, the employee must abide by the terms of the statement and must notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. .ks the person authorized to sign this statement, and under penalties of perjury, I declare that I have read the foregoing statement and that the facts stated in it are true and that this firm is in full compliance with the above requirements. RESPONDENT'S Signature: Print Name: Date: 26 of 113 31 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 TO THE CITY OF SOUTH MIAMI We, , (Name of CONSULTANT), hereby acknowledge and agree that as CONSULTANT for the PEDESTRIAN BRIDGE DESIGN SERVICES as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami and TY LIN INTERNATIONAL (Consulting Engineer if any) against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (Sub -contractor's names): to comply with such act or regulation. CONSULTANT BY: Name Title Witness 27 of 113 32 AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 The person, or entity, who is responding to the City's solicitation, hereinafter referred to as "Respondent', must certify that the Respondents name Does Not appear on the State of Florida, Department of Management Services, "CONVICTED, SUSPENDED, DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR LISTINGS". If the Respondent's name appears on one or all the "Listings" summarized below, Respondents must "Check if Applies" next to the applicable "Listing." The "Listings" can be accessed through the following link to the Florida Department of Management Services website: hyrp://www.dms.mygorida.com/business operations/state purchasing/vendor information/convicted suso ended _discriminator� complain vendor lists DECLARATION UNDER PENALTY OF PERJURY I, (hereinafter referred to as the "Declarant") state, that the following facts are true and correct: (1) 1 represent the Respondent whose name is (2) 1 have the following relationship with the Respondent (Owner (if Respondent is a sole proprietor), President (if Respondent is a corporation) Partner (if Respondent is a partnership), General Partner (if Respondent is a Limited Partnership) or Managing Member> (if Respondent is a Limited Liability Company). (3) 1 have reviewed the Florida Department of Management Services website at the following URL address: http://www.dms.myflorida.com/business — operations/state—purchasing/vendor—information/convicted—suspended—di scriminatory_co m plai nts_vendor_lists (4) 1 have entered an "x" or a check mark beside each listing/category set forth below if the Respondents name appears in the list found on the Florida Department of Management Services website for that category or listing. If I did not enter a mark beside a listing/category, it means that I am attesting to the fact that the Respondents name does not appear on the listing for that category in the Florida Department of Management Services website as of the date of this affidavit. Check if Applicable Convicted Vendor List Suspended Vendor List Discriminatory Vendor List Federal Excluded Parties List Vendor Complaint List FURTHER DECLARANT SAYETH NOT. 28 of 113 33 Under penalties of perjury, and as the person authorized to sign this statement, I declare that I have read the foregoing statement and that the facts stated in it are true and that this firm is in full compliance with the above requirements. By: (Print name of Declarant) (Signature of Declarant) ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF MIAMI-DADE On this the day of , 20 , before me, the undersigned authority, personally appeared who is personally know to me or who provided the following identification and who took an oath or affirmed that that he/she/they executed the foregoing Affidavit as the Declarant. WITNESS my hand and official seal. NOTARY PUBLIC: SEAL Notary Public, State of Florida (Name of Notary Public: Print, Stamp or type as commissioned.) 29 of 113 34 RELATED PARTY TRANSACTION VERIFICATION FORM PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 I , individually and on behalf of ("Firm") have Name of Representative CompanylVendorlEntity read the City of South Miami ("City")'s Code of Ethics, Section 8A- I of the City's Code of Ordinances and I hereby certify, under penalties of perjury that to the best of my knowledge, information and belief- (1) neither I nor the Firm have any conflict of interest (as defined in section 8A-1) with regard to the contract or business that I, and/or the Firm, am(are) about to perform for, or to transact with, the City, and (2) neither 1 nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm, has any relative(s), as defined in section 8A-I, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public body created by the City Commission, i.e., a board or committee of the City, [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (2) must be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of employees or those who have a financial interest in the Firm.]; and (3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) has transacted or entered into any contract(s) with the City or has a financial interest, direct or indirect, in any business being transacted with the city, or with any person or agency acting for the city, other than as follows: _ (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (3) must be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of those who have a financial interest in the Firm.]; and (4) no elected and/or appointed official or employee of the City of South Miami, or any of their immediate family members (i.e., spouse, parents, children, brothers and sisters) has a financial interest, directly or indirectly, in the contract between you and/or your Firm and the City other than the following individuals whose interest is set forth following their names: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). The names of all City employees and that of all elected and/or appointed city officials or board members, who own, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the firm are as follows: Of necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must crake reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (4) must be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the financial interest in the Firm of city employees, appointed officials or the immediate family members of elected and/or appointed official or employee.] C5) I and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our position of trust, or through our performance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that we may not disclose or use information, not available to members of the general public, for our personal gain or benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or benefit anticipated through the performance of the contract. 30 of 113 35 (6) 1 and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or any person or agency acting for the City, and that we have not appeared in representation of any third party before any board, commission or agency of the City within the past two years other than as follows: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). X:IPurchasing\Vendor Registration\12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx (7) Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e., as a spouse, son, daughter, parent, brother or sister) is related by blood or marriage to: (i) any member of the City Commission; (ii) any city employee; or (iii) any member of any board or agency of the City other than as follows: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (7) must be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship by blood or marriage of employees, officers, or directors of the Firm, or of any of their immediate family to any appointed or elected officials of the City, or to their immediate family members]. (8) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interest greater than 5% in that Other Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) nor any of my immediate family members (hereinafter referred to as "Related Parties") has responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial interest greater than S% in the Firm, or any member of those persons' immediate family (i.e. spouse, parents, children, brothers and sisters) have also responded, other than the following: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (8) must be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation into the Other Firm, or the Firm he/she represents, as to their officers, directors or anyone having a financial interest in those Firms or any of their any member of those persons' immediate family.] (9) 1 and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any change in circumstances that would change our answers to this document. Specifically, after the opening of any responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of all Related Parties who have also responded to the same solicitation and to disclose the relationship of those parties to me and the Firm. (10) A violation of the City's Ethics Code, the giving of any false information or the failure to supplement this Verification Form, may subject me or the Firm to immediate termination of any agreement with the City, and the imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. Under penalties of perjury, and as the person authorized to sign this statement, I declare that I have read the foregoing statement, that I have made a diligent effort to investigate the matters to which I am attesting hereinabove and to the best of my knowledge, information and belief the facts stated in it are true and this firm is in full compliance with the above requirements. Signature: Print Name & Title: Date: 31 of 113 36 Sec. 8A-I. - Conflict of interest and code of ethics ordinance. (a) Designation. This section shall be designated and known as the "City of South Miami Conflict of Interest and Code of Ethics Ordinance." This section shall be applicable to all city personnel as defined below, and shall also constitute a standard of ethical conduct and behavior for all autonomous personnel, quasi-judicial personnel, advisory personnel and departmental personnel. The provisions of this section shall be applied in a cumulative manner. By way of example, and not as a limitation, subsections (c) and (d) may be applied to the same contract or transaction. (b) Definitions. For the purposes of this section the following definitions shall be effective: (1) The term "commission members" shall refer to the mayor and the members of the city commission. (2) The term "autonomous personnel" shall refer to the members of autonomous authorities, boards and agencies, such as the city community redevelopment agency and the health facilities authority. (3) The term "quasi-judicial personnel" shall refer to the members of the planning board, the environmental review and preservation board, the code enforcement board and such other individuals, boards and agencies of the city as perform quasi-judicial functions. (4) The term "advisory personnel" shall refer to the members of those city advisory boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to the city commission. (5) The term "departmental personnel" shall refer to the city clerk, the city manager, department heads, the city attorney, and all assistants to the city clerk, city manager and city attorney, however titled. (6) The term "employees" shall refer to all other personnel employed by the city. (7) The term "compensation" shall refer to any money, gift, favor, thing of value or financial benefit conferred, or to be conferred, in return for services rendered or to be rendered. (8) The term "controlling financial interest" shall refer to ownership, directly or indirectly, of ten percent or more of the outstanding capital stock in any corporation or a direct or indirect interest of ten percent or more in a firm, partnership, or other business entity at the time of transacting business with the city. (9) The term "immediate family" shall refer to the spouse, parents, children, brothers and sisters of the person involved. (10) The term "transact any business" shall refer to the purchase or sale by the city of specific goods or services for consideration and to submitting a bid, a proposal in response to a Solicitation, a statement of qualifications in response to a request by the city, or entering into contract negotiations for the provision on any goods or services, whichever first occurs. (c) Prohibition on transacting business with the city. No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business in which that person or a member of the immediate family has a financial interest, direct or indirect with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. Willful violation of this subsection shall constitute malfeasance in office and shall affect forfeiture of office or position. Nothing in this subsection shall prohibit or make illegal: (1) The payment of taxes, special assessments or fees for services provided by the city government; (2) The purchase of bonds, anticipation notes or other securities that may be issued by the city through inderwriters or directly from time to time. Waiver of prohibition. The requirements of this subsection may be waived for a particular transaction only by four :affirmative votes of the city commission after public hearing upon finding that: I) An open -to -all sealed competitive proposal has been submitted by a city person as defined in paragraphs (b)(2), 3) and (4); (2) The proposal has been submitted by a person or firm offering services within the scope of the practice of architecture, professional engineering, or registered land surveying, as defined by the laws of the state and 32 of 113 37 pursuant to the provisions of the Consultants' Competitive Negotiation Act, and when the proposal has been submitted by a city person defined in paragraphs (b)(2), (3) and (4); (3) The property or services to be involved in the proposed transaction are unique and the city cannot avail itself of such property or services without entering a transaction which would violate this subsection but for waiver of its requirements; and (4) That the proposed transaction will be in the best interest of the city. This subsection shall be applicable only to prospective transactions, and the city commission may in no case ratify a transaction entered in violation of this subsection. Provisions cumulative. This subsection shall be taken to be cumulative and shall not be construed to amend or repeal any other law pertaining to the same subject matter. (d) Further prohibition on transacting business with the city. No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business through a firm, corporation, partnership or business entity in which that person or any member of the immediate family has a controlling financial interest, direct or indirect, with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. The remaining provisions of subsection (c) will also be applicable to this subsection as though incorporated by recitation. Additionally, no person included in the term defined in paragraph (b)(1) shall vote on or participate in any way in any matter presented to the city commission if that person has any of the following relationships with any of the persons or entities which would be or might be directly or indirectly affected by any action of the city commission: (1) Officer, director, partner, of counsel, consultant, employee, fiduciary or beneficiary; or (2) Stockholder, bondholder, debtor, or creditor, if in any instance the transaction or matter would affect the person defined in paragraph (b)(1) in a manner distinct from the manner in which it would affect the public generally. Any person included in the term defined in paragraph (b)(1) who has any of the specified relationships or who would or might, directly or indirectly, realize a profit by the action of the city commission shall not vote on or participate in any way in the matter. (E) Gifts. (1) Definition. The term "gift" shall refer to the transfer of anything of economic value, whether in the form of money, service, loan, travel, entertainment, hospitality, item or promise, or in any other form, without adequate and lawful consideration. (2) Exceptions. The provisions of paragraph (e)(1) shall not apply to: a. Political contributions specifically authorized by state law; b. Gifts from relatives or members of one's household, unless the person is a conduit on behalf of a third party to the delivery of a gift that is prohibited under paragraph (3); c. Awards for professional or civic achievement; d. Material such as books, reports, periodicals or pamphlets which are solely informational or of an advertising nature. (3) Prohibitions. A person described in paragraphs (b)(1) through (6) shall neither solicit nor demand any gift. It is also unlawful for any person or entity to offer, give or agree to give to any person included in the terms defined in paragraphs (b)(1) through (6), or for any person included in the terms defined in paragraphs (b)(1) through (6) to accept or agree to accept from another person or entity, any gift for or because of: a. An official public action taken, or to be taken, or which could be taken, or an omission or failure to take a public action; b. A legal duty performed or to be performed, or which could be performed, or an omission or failure to perform a legal duty; c. A legal duty violated or to be violated, or which could be violated by any person included in the term defined in paragraph (b)(1); or 33 of 113 38 d. Attendance or absence from a public meeting at which official action is to be taken. (4) Disclosure. Any person included in the term defined in paragraphs (b)(1) through (6) shall disclose any gift, or series of gifts from anyone person or entity, having a value in excess of $25.00. The disclosure shall be made by filing a copy of the disclosure form required by chapter 112. Florida Statutes, for "local officers" with the city clerk simultaneously with the filing of the form with the clerk of the county and with the Florida Secretary of State. (f) Compulsory disclosure by employees of firms doing business with the city. Should any person included in the terms defined in paragraphs (b)(1) through (6) be employed by a corporation, firm, partnership or business entity in which that person or the immediate family does not have a controlling financial interest, and should the corporation, firm, partnership or business entity have substantial business commitments to or from the city or any city agency, or be subject to direct regulation by the city or a city agency, then the person shall file a sworn statement disclosing such employment and interest with the clerk of the city. (g) Exploitation of official position prohibited. No person included in the terms defined in paragraphs (b)(1) through (6) shall corruptly use or attempt to use an official position to secure special privileges or exemptions for that person or others. (h) Prohibition on use of confidential information. No person included in the terms defined in paragraphs (b)(1) through (6) shall accept employment or engage in any business or professional activity which one might reasonably expect would require or induce one to disclose confidential information acquired by reason of an official position, nor shall that person in fact ever disclose confidential information garnered or gained through an official position with the city, nor shall that person ever use such information, directly or indirectly, for personal gain or benefit. (i) Conflicting employment prohibited. No person included in the terms defined in paragraphs (b)(1) through (6) shall accept other employment which would impair independence of judgment in the performance of any public duties. 0) Prohibition on outside employment. o;1) No person included in the terms defined in paragraphs (b)(6) shall receive any compensation for services as an officer or employee of the city from any source other than the city, except as may be permitted as follows: a. Generally prohibited. No full-time city employee shall accept outside employment, either incidental, occasional or otherwise, where city time, equipment or material is to be used or where such employment or any part thereof is to be performed on city time. b. When permitted. A full-time city employee may accept incidental or occasional outside employment so long as such employment is not contrary, detrimental or adverse to the interest of the city or any of its departments and the approval required in subparagraph c. is obtained. c. Approval of department head required. Any outside employment by any full-time city employee must first be approved in writing by the employee's department head who shall maintain a complete record of such employment. d. Penalty. Any person convicted of violating any provision of this subsection shall be punished as provided in section I -I I of the Code of Miami -Dade County and, in addition shall be subject to dismissal by the appointing authority. The city may also assess against a violator a fine not to exceed $500.00 and the costs of investigation incurred by the city. (2) All full-time city employees engaged in any outside employment for any person, firm, corporation or entity other than the city, or any of its agencies or instrumentalities, shall file, under oath, an annual report indicating the source of the outside employment, the nature of the work being done and any amount of money or other consideration received by the employee from the outside employment. City employee reports shall be filed with the city clerk. The reports shall be available at a reasonable time and place for inspection by the public. The city manager may require monthly reports from individual employees or groups of employees for good cause. (k) Prohibited investments. 34 of 113 39 No person included in the terms defined in paragraphs (b)(1) through (6) or a member of the immediate family shall have personal investments in any enterprise which will create a substantial conflict between private interests and the public interest. (1) Certain appearances and payment prohibited. (1) No person included in the terms defined in paragraphs (b)(1), (5) and (6) shall appear before any city board or agency and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall the person receive any compensation or gift, directly or indirectly, for services rendered to a third person, who has applied for or is seeking some benefit from the city or a city agency, in connection with the particular benefit sought by the third person. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a party who seeks legal relief from the city or a city agency through the suit in question. (2) No person included in the terms defined in paragraphs (b)(2), (3) and (4) shall appear before the city commission or agency on which the person serves, either directly or through an associate, and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall such person receive any compensation or gift, directly or indirectly, for services rendered to a third party who has applied for or is seeking some benefit from the city commission or agency on which the person serves in connection with the particular benefit sought by the third party. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a third party who seeks legal relief from the city commission or agency on which such person serves through the suit in question. (m) Actions prohibited when financial interests involved. No person included in the terms defined in paragraphs (b) (1) through (6) shall participate in any official action directly or indirectly affecting a business in which that person or any member of the immediate family has a financial interest. A financial interest is defined in this subsection to include, but not be limited to, any direct or indirect interest in any investment, equity, or debt. (n) Acquiring financial interests. No person included in the terms defined in paragraphs (b)(1) through (6) shall acquire a financial interest in a project, business entity or property at a time when the person believes or has reason to believe that the financial interest may be directly affected by official actions or by official actions by the city or city agency of which the person is an official, officer or employee. (0) Recommending professional services. No person included in the terms defined in paragraphs (b)(1) through (4) may recommend the services of any lawyer or law firm, architect or architectural firm, public relations firm, or any other person or firm, professional or otherwise, to assist in any transaction involving the city or any of its agencies, provided that a recommendation may properly be made when required to be made by the duties of office and in advance at a public meeting attended by other city officials, officers or employees. (p) Continuing application after city service. (1) No person included in the terms defined in paragraphs (b)(1), (5) and (6) shall, for a period of two years after his or her city service or employment has ceased, lobby any city official [as defined in paragraphs (b)(1) through (6)] in connection with any judicial or other proceeding, application, Solicitation, RFQ, bid, request for ruling or other determination, contract, claim, controversy, charge, accusation, arrest or other particular subject matter in which the city or one of its agencies is a party or has any interest whatever, whether direct or indirect. Nothing contained in this subsection shall prohibit any individual from submitting a routine administrative request or application to a city department or agency during the two-year period after his or her service has ceased. (2) The provisions of the subsection shall not apply to persons who become employed by governmental entities, 501(c)(3) non-profit entities or educational institutions or entities, and who lobby on behalf of those entities in their official capacities. (3) The provisions of this subsection shall apply to all persons described in paragraph (p)(1) whose city service or employment ceased after the effective date of the ordinance from which this section derives. 35 of 113 40 (4) No person described in paragraph (p)(1) whose city service or employment ceased within two years prior to the effective date of this ordinance shall for a period of two years after his or her service or employment enter into a lobbying contract to lobby any city official in connection with any subject described in paragraph (p)(1) in which the city or one of its agencies is a party or has any direct and substantial interest; and in which he or she participated directly or indirectly through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "directly" where he or she was substantially involved in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "indirectly" where he or she knowingly participated in any way in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment All persons covered by this paragraph shall execute an affidavit on a form approved by the city attorney prior to lobbying any city official attesting that the requirements of this subsection do not preclude the person from lobbying city officials. (5) Any person who violates this subsection shall be subject to the penalties provided in section 8A-2(p). (q) City attorney to render opinions on request Whenever any person included in the terms defined in paragraphs (b)(1) through (6) and paragraph (b)(9) is in doubt as to the proper interpretation or application of this conflict of interest and code of ethics ordinance, or whenever any person who renders services to the city is in doubt as to the applicability of the ordinance that person, may submit to the city attorney a full written statement of the facts and questions. The city attorney shall then render an opinion to such person and shall publish these opinions without use of the name of the person advised unless the person permits the use of a name. 36 of 113 41 PRESENTATION TEAM DECLARATION/AFFIDAVIT OF REPRESENTATION PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 This affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14- 2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation, selection, technical review or similar committee, must list on an affidavit provided by the City staff, all individuals who may make a presentation. The affidavit must be filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager. For the purpose of this subsection only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, must not be required to pay any registration fees. No person may appear before any committee on behalf of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. Pursuant to '92.525(2), Florida Statutes, the undersigned, makes the following declaration under penalties of perjury: Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents. Please note; No person may appear before any committee on behalf of anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. NAME TITLE For the purpose of this Affidavit of Representation only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, will not be required to pay any registration fees. The Affidavit of Representation must be filed with the City Clerk's office at the time the committee's proposal is submitted to the City as part of the procurement process. Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated in it are true and specifically that the persons listed above are the members of the presentation team of the entity listed below. Executed this day of , 20 Signature of Representative Print Name and Title Print name of entity being represented END OF SECTION 37 of 113 42 NOTICE OF AWARD PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 The City has considered the Proposal submitted by your firm for the PEDESTRIAN BRIDGE DESIGN SERVICES in response to its advertisement for Request for Proposal and Instructions to Respondents. You are hereby notified that your Proposal, after Phase III, "Competitive Negotiations of the Evaluation Process has been completed," has been accepted for the PEDESTRIAN BRIDGE DESIGN SERVICES in the amount of $ , broken down as follows: Negotiated Lump Sum Fee: Alternates: You are required by the Instructions to Respondents to execute the Contract Documents at the time of submittal of proposal and to furnish any required bonding, including a Performance Bond, Payment Bond, and insurance documents (see Proposal Submittal Checklist Form) within ten (10) day from the date of this notice to you. Notwithstanding the fact that you have agreed, by responding to the Solicitation, to the terms of the contract attached to the Solicitation package, if you fail to execute said Contract and to furnish said bonds, the required insurance documentation within ten (10) calendar days from the date of this notice, the CITY will have the right and be entitled, in its sole and absolute discretion, to disqualify the Proposal, revoke the award and retain the Proposal/Bid Bond/Security. Please be advised that if the contract price exceeds $5,000.00 or if it is a multi -year contract requiring payment out of more than one year's appropriation, the award and the contract must be approved by the City Commission before it is binding on the City. Moreover, the award is subject to rescission if the City Manager determines that it is not in the best interest of the City. BY: Shari Kamali City Manager Dated this day of , 20, ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by On this the day of .20 BY: TITLE: You are required to return an acknowledged copy of this Notice of Award to the City Manager. END OF SECTION 38 of 113 43 NOTICE TO PROCEED PUBLIC PROFESSIONAL SERVICES CONTRACT PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 TO: DATE: PROJECT DESCRIPTION: PEDESTRIAN BRIDGE DESIGN SERVICES in accordance with Plans and specifications, if any, as may be prepared in whole or in part by CONSULTANT, referenced in the Supplementary Conditions and Contract Documents. You are hereby notified to commence Work in accordance with the Contract dated , on or before . You are to complete the work within 300 calendar days. The date of completion of all Work is therefore 20 City of South Miami BY: (print name) City Manager, or designee ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by on this day of .20 BY: TITLE: END OF SECTION 39 of 113 44 EXHIBIT I SCOPE OF SERVICES ATTACHMENT A PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 I. BACKGROUND: The construction phase of this project will be partially funded by the Florida Department of Transportation (FDOT). The prioritized Transportation Alternatives (TA) projects will be included in the draft (FDOT) District 6 Fiscal Year (FY) 2022-2026 Tentative Work Program. Subsequent to the approval of the Tentative Work Program by the Florida Legislature and Governor, the Miami -Dade TPO will incorporate the project in its FY 2022-2026 Transportation Improvement Program (TIP) scheduled for adoption in Spring 2021. Pursuant to the Consultants Competitive Negotiation Act, Florida Statue 287.055, the City of South Miami, hereby solicits Expression of Interest and Statement of Qualification submittals from professional consulting engineering firms who are prequalified by the Florida Department of Transportation to perform Pedestrian Bridge Design in the sub -categories indicated below. 3.1: Minor Bridge Design 3.2: Major Bridge Design 4.1.1: Miscellaneous Structures 4.1.2: Minor Bridge Design 4.2.1: Major Bridge Design — Concrete 4.2.2: Major Bridge Design — Steel 7.1: Signing, Pavement Marking, and Channelization 7.2: Lighting 8.1: Control Survey 8.2: Design, Right of Way, and Construction Surveying 9.1: Soil Exploration 9.2: Geotechnical Classification Lab Testing 9.4.1: Standard Foundation Studies 14: Architecture 15: Landscape Architecture For further information on the Florida Department of Transportation minimum qualification standards by type of work please refer to Chapter 14-75 of the Florida Administrative Code 40 of 113 45 (F.A.C.). Respondents must provide current prequalification letters from the Florida Department of Transportation indicating the Respondent is pre -qualified in the sub- categories listed above. Failure to provide such letter or not meet the pre -qualification requirements will result in the proposal to be consider Non -responsive and Rejected from further consideration. Environmental review will be conducted during the 30%, 60%, 90%, and 100% design submittals to the City and in the Florida Department of Transportation ERC review system. To fulfill such needs and meet the requirements for specialized services as described in this solicitation, the City intends to retain a single Consultant under a professional service agreement. The professional services agreement term shall encompass through project completion and fees shall be negotiated and agreed to by the parties prior to submittal for review and approval by the City Commission. See "Schedule of Events" in this Solicitation. The Consultant shall also serve as the Engineer of Record during the construction phase and provide such services including to but not limited to, assist the City in bid solicitation (bid/award phase), attend pre -bid meeting, provide supplemental information/clarification of construction documents to prospective bidders during the bid solicitation, review bid submittals, attend pre - bid opening meeting, attend pre -construction meeting and prepare minutes, review and process shop drawings, respond to contractors request for information and clarification of contract documents, review and recommend Contractor change orders request, if any, provide inspection oversight as required, attend final punch list meeting, and provide project close out and project certification. The fees for these services will be negotiated at a future date before start of the Construction Phase of the Project. II. THE PROJECT: The site feasibility for the pedestrian bridge overpass project was completed and together with the 15% design plans will be utilize to develop final constructability design documents and specifications to implement the pedestrian bridge overpass project for the preferred Alternative B located at the intersection of US- I and SW 71 st Street per the attached Site Feasibility study, Exhibit 1, Scope of Services, Attachment B. The northwestern landing of the proposed overpass would be located within Transit's Metrorail right-of-way adjacent to the north end of the South Miami Metrorail Station. The southeastern landing would be located with SW 71 n ST right-of-way, requiring that the existing street be modified to only one east -bound 12' lane at the intersection with US-1, and within the City Right-of-way. The scope of work consist, but is not limited to, coordinating and obtaining permits, performing any required traffic study, coordinating with Miami -Dade County and/or FDOT, performing any required environmental site assessments, and developing 100% construction design drawings and specifications. The bridge alternatives provided in the I S% preliminary design are not inclusive of the design and the Consultant can propose other alternatives that will meet the intent of the project. The Consultant shall present and obtain City Commission approval of design alternatives and the Commission shall select which alternative will be used for final design. 111. QUALIFICATIONS: The City is interested in hiring, via a Consultants Competitive Negotiation Act Process, a Florida Department of Transportation (FDOT) preauthorized firm, to provide Design Services in connection with the City's Pedestrian Bridge Project in accordance with the Scope of Services, Exhibit 1, Attachment "A," and; Attachment "S, "Site Feasibility Study & I S% Design Plans" 41 of 113 46 and; Attachment "C" Florida Department of Transportation Requirements for Professional Services Contracts. Professional Services Work Types, 3.1 ,3.2, 4.1.1, 4.1.2, 4.2.1, 4.2.2, 7.1, 7.2,&Is&2,9.1,9.2,9.4.1, 14,and IS. Submittals will be reviewed, evaluated, scored and ranked in accordance with Exhibit 3, "Evaluation and Selection Criteria." IV. SITE LOCATION: The site location is at the intersection of US- I and SW 71 st Street and the other end will be located within Transit's Metrorail right-of-way adjacent to the north end of the South Miami Metrorail Station. Please refer to Exhibit I, Scope of Services, Attachment B, "Site Feasibility Study, I S % Design Plans and Utility Matrix." V. PLANS & SPECIFICATIONS: Please refer to Exhibit 1, "Scope of Services," Attachment B, "Site Feasibility Study, IS Design Plans, and Utility Matrix" prepared by TY Lin International for the project. As-builts and company responses shall be provided upon request. VI. PROJECT DURATION: This project must be completed within 300 calendar days from notice to proceed. END OF SECTION 42 of 113 47 EXHIBIT I SCOPE OF SERVICES ATTACHMENT B PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 "SITE FEASIBILITY STUDY, IS% DESIGN PLANS & UTILITY MATRIX" PREPARED BY: TY LIN INTERNATIONAL 43of113 48 J m U) Q Ali LL w 0 cc m z Q vl W Q LLJ rL ) z U _ ® Ln Lo LL n.- Z _o C ~ Q U 2 CX O CX N -L N cc U o � l �O Z w y My t wOL a NN Z c N T m O m z D Z O m m W J Q id W J LL. 4 ki µ h Jw a'�"1r< — ®sue �.• .w ALTERNATIVE 1 - FLUTTER 2.0 US 1 PEDESTRIAN BRIDGE I SOUTH MIAMI, FL T-Y•LININTERNATIONAL I SHEET n 201 ALHAMBIA CIRCLE SUITE 000 US-1 PEDESTRIAN BRIDGE ALTERNATIVE I - FLUTTER 2.0-2 NO. $GUlhdflll Coral Gables, Florida. 33134 7 Phone: 305 / 567d636 Fan: 305 / 567-Ml 'AV gin 1 •.a M0 `W `r r J LL r. \ § z ) 4 T If cc 0 r a J J_ u 0 0 N w F- Q Z w J Q M v W W x U N w 0 0 U H J Q ix 0 Q .J U VN 0 v W Q Z Om W H Q t 9 z 0 LU U 99 CL i J � ALTERNATIVE 3 - The "Cane" Bridge US PEDESTRIAN BRIDGE I SOUTH MIAMI, FL "� TYLININTERNATIONAL kwlh Miami 1 ]01AEHAMBRACIRQESURE900 US-1 PEDESTRIAN BRIDGE ALTERNATIVE 3 -THE "CANE" BRIDGENo. Coral Gables, Florida. 33134 _ 1 Phone: 305 / 56]-388R Fex: 305 / 56]-1]]t 17 ALTERNATIVE 3 - The "Cane" Bridge j USI PEDESTRIAN BRIDGE I SOUTH MIAMI, FL TYLININTERNATIONAL South Miami T-Y LININTERNATIONAL SHEET �{ 201 ALHAMBRA CIRCLE SUITE 900 ,ALTERNATIVE 3- THE "CANE"BRIDG Na. -- SGulMiaml Coral Gables, Florida, 33134 US-1 PEDESTRIAN BRIDGE - -- Rhone: 305 / 567-1888 Few: 305 / 567A"I 2 18 of ti = N W 2 � H � m w w 0 K m Z Q z H w w a ti 0��� F�ma Z�° mac° wa- z � �' J Qu°^�+ } n � `o 21 @ S ) ) !4 ����tlllh'�Ilu�r iu i �� t. ."fall CITY OF SOUTH MIAMI US1 PEDESTRIAN OVERPASS BRIDGE AT SOUTH MIAMI STATION SITE FEASIBILITY STUDY TYLIN INTERNATIONAL m The City of South Miami US1 Pedestrian Overpass Feasibility Study TABLE OF CONTENTS SECTION PAGE 1. PROJECT BACKGROUND...................................................................................... 2 2. DESCRIPTION OF ALTERNATIVES....................................................................... 2 3. AGENCY COORDINATION..................................................................................... 6 4. PEDESTRIAN COUNT SURVEY AND ANALYSIS .................................................. 8 5. CRASH DATA ANALYSIS, YEAR 2014-2019........................................................11 6. ESTIMATES OF PROBABLE PROJECT COST....................................................14 7. DISCUSSION AND RECOMMENDATIONS.......................................................... 14 APPENDICES Appendix A ALTERNATIVES Appendix B ESTIMATE OF PROBABLE COST Appendix C PEDESTRIAN SURVEY DATA ENGINEER'S CERTIFICATION This report presents the best available information relevant to the project. Francisco J. Alonso, P.E. Fla. No. 66918 DATE 1 68 of 113 73 The City of South Miami US1 Pedestrian Overpass Feasibility Study =JCZ 31:14: A[411KC13i1 wo T.Y. Lin International (TYU), as a consultant to the Miami Dade Department of Transportation and Public Works (DTPW), previously the Miami -Dade Transit agency (MDT), completed a Site Alternative Study for the agency in May of 2008. The project was initiated by the Agency in conjunction with the University of Miami Pedestrian Overpass which was complete in recent years. The South Miami Overpass did not move forward as a project at that time. It is our understanding that the City of South Miami (CITY) would like to revisit the concept of the pedestrian overpass linking the DTPW South Miami Metrorail station to the South Miami Downtown area. This proposed scope of work to be covered under this Site Feasibility Study is for the placement of a pedestrian overpass using current data. A similar methodology will be used as in the previous study, however due to the age of the previous study, all new investigations and coordination with stakeholders, utilities, and affected agencies will need to be undertaken, as well as new concept plans and cost estimates to accommodate the current condition and CITY's vision. Per a meeting held at the City Manager's Office on April 22, 2019, the decision was made to move forward with analyzing three design alternative locations: • Alternative A: Crossing USl at SW 72"d Street (Sunset Dr.) and landing on the southeastern right- of-way. • Alternative B: Crossing USi at SW 71st Street and landing within the southeastern right-of-way and converting SW 71st Street to a one-way access. • Alternative C: Crossing USi at SW 70th Street and landing within the southeast side of the right- of-way. (a variation of alternative C with a landing at the northeastern corner of 70" Street will be reviewed as well) Following completion of the Feasibility study and acceptance of the preferred location option. TYLI will develop 15% design documents for the preferred alternative. Alternative A is located at the intersection of US-1 and Sunset Dr. (SW 72"d St). The west landing of the proposed overpass would be located within MDT's R-O-W adjacent to the south end of the South Miami Metrorail Station. The east landing would be located within FOOT R-O-W, within the existing swale area. Unfortunately, although this alternative would like serve the highest concentration of users, the existing available width are not sufficient to construct the required towers. The footprint of the northwestern tower actually encroaches 1'-6" into the Metrorail guideway. Transit requires a 5' min. buffer from the drip -line. So, in reality this alternative would be encroaching into their envelope by 6'-6". The southeastern tower technically fits in the FDOT right-of-way, and meets the 4' horizontal clearance required from the face of curb. However, it is only 6' from the existing building face and will create a very tight pedestrian/multi-use path that is not ideal. In addition, the proposed tower will obstruct the existing historic building located at the north-east corner of the intersection. Earlier concepts had the bridge elevated overthis Metrorail as a "third -level" bridge and landing north of the station. Although this would solve the issue of the northwestern landing, the cost will be excessive and couple with the space issues 69 of 113 74 The City of South Miami US1 Pedestrian Overpass Feasibility Study on the southeastern tower, would make this concept the least desirable. As such, Alternative A has been deemed unfeasible at this time. IHv .FF1ptMll pllVicE � �.ODIAV PEtgwW MOMPY,Y UxL�^Yd{'[WC TOWER DETAIL / / iRpAIY[pi(VRP I, V i/ L17 . Jy. 1_ /e4�T,l rlwvrYew<uM � �� / o/J / MM aEV^ OM.OWE / IKPCV.LMM1 N IWIp1X Mot Yt MpIWE WN - 1 _� HF T MifLL t.6MI WIlHFW10.511OCi0�/ X l■1 j. S.W. aJ' SUNSET DRIVE) but' kiami . Z7 It; r�Inv H: WVt IP, M. CITY OF SOUTH MIAMI - U.S.] PEDESTRIAN BRIDGE ALT. A Alternative B is located atthe intersection of US-1 and SW 71" St. The northwestern landing ofthe proposed overpass would be located within Transit's Metrorail right-of-way adjacent to the north end of the South Miami Metrorail Station. The southeastern landing would be located with SW 71" ST right-of-way, requiring that the existing street be modified to only one east -bound 12' lane at the intersection with US-1, and converted to a one-way street to accommodate the bridge landing plaza. The SW 71" Street right-of-way is under the jurisdiction of the City of South Miami, so this modification would have to be approved by the City Commission, and a traffic study would have to completed and approved by MDC-DTPW traffic operations prior to implementation. The northwestern tower fits within the two horizontal constraints. It meets the 4' horizontal setback from the face of curb required by FDOT and meets the S' separation from the Metrorail dripline. The remaining coordination challenge is with the Underline project that will be rolled out by Transit in the coming years. Please refer to the Agency coordination section for a complete discussion on this topic. Based upon the geometrical and coordination aspects of this location, it will be feasible to proceed with this Alternative. 3 70 of 113 75 The City of South Miami USl Pedestrian Overpass Feasibility Study 6. VTo MO DT /- MRRORP.ONE / 5'MIN.um \ ,. ^/ JY � s / `\ / 5•FRORA`a c.FVR 40 t FROM PROP.EUEv TORTONER Wl YEONIE6E0. RQ^I.IG ITYP.1 South Miami — �- ".f F METRM GUO AY FOOT FM I 1 B PROPOSED BRIDGE �OYERREAD FOOT R\Y s PROP. BNIOOE INRpING PL/SA� TOWER DETAIL y.. Y!- � O i S.W. 7! '+•WTiW '�E� STREE CITY OF SOUTH MIAMI - U.S.I PEDESTRIAN BRIDGE ALT. B Alternative C is located at the intersection of US-1 and SW 58" Avenue. The northwestern landing of the proposed overpass would be located within MDT's right-of-way adjacent to the north end of the South Miami Metrorail Station. The southeastern landing would be located within the existing right-of-way and would require elimination of one lane to accommodate the landing depending on the final tower and landing plaza arrangement. The SW 58" Street right-of-way is under the jurisdiction of the City of South Miami, so this modification would have to be approved by the City Commission, and a traffic study would have to completed and approved by MDC-DTPW traffic operations prior to implementation. The northwestern tower fits within the two horizontal constraints. It meets the 4' horizontal setback from the face of curb required by FDOT and meets the 5' separation from the Metrorail dripline. The remaining coordination challenge is with the Underline project that will be rolled out by Transit in the coming years. Please refer to the Agency coordination section for a complete discussion on this topic. On Alternative C1, the northwestern landing is moved to the east side of the 58" Avenue intersection, and the southeaster landing is moved to the FDOT right-of-way. This alternative has two challenges. The first is it would require elimination of the southbound right -turn lane that is on MDC-DTPW right-of-way, but FDOT built the turn lane under permit. The feasibility of it's removal has been confirmed by the County, however further coordination will be required with FDOT to finalize. The southeastern tower and plaza would encroach onto the Sunset Place property and would require acquisition or agreement with the Property Owner. Based upon the geometrical and coordination aspects of this location, it will be feasible to proceed with Alternative C, however Alternative C1 would require further coordination with the stakeholders. 4 71 of 113 76 The City of South Miami USl Pedestrian Overpass Feasibility Studv 3a / TOWER DETAIL N / OCIT N ApITOF ///'''FROPOSEO RRgGE _ WA`LNE / OlERNEPp I 'J b4'TOMD011W Wl®15/ / '_ CCNC. SW fLEVRip1 C. / pVEA WI ME6'.ELEC. I C f F/.LE OG GIRO / II HE 5'DO.I QL J P� PA I Iry I P y `,♦ j iL or A ' South Miami o CITY OF SOUTH MIAMI - U.S.I PEDESTRIAN BRIDGE ALT. C nPF / YUIlWLSGDfL.�i� J pIpPOSEO EIEVPipry TOM(i IKMEJSEIE: ROCEd IIYPI / �'hYTMT /� rwAnrtl -`//F` T FPiECF Nl1� / 4 NEW C?VC \ \ TROT / 'R•A \ PWIICf \ \ y y, r4ce sane \ 4" JlJ T j4ami .__.__._� CITY OF SOUTH MIANII -U.S.) PEDLSTRIAN BRIDGL ALT. C I s 72 of 113 77 The City of South Miami US1 Pedestrian Overpass Feasibility Study 3. AGENCY COORDINATION The two major agencies that we will be required to coordinate with are the right-of-way owners that are affected by the potential pedestrian bridge sites and they include: • Miami -Dade County Department of Transportation and Public Works (MDC-DTPW) Transit Division (Metrorail Property where northern tower will land) • FDOT District 6 (US1 Right-of-way for aerial crossing) Coordination with DC-DTPW was initiated on September 6, 2019. The City's consultant team met with If Hegedus, Chie of Transportation Enhancements and the person leading the effort on the Underline Project along the DTPW Metrorail corridor. We planned to meet with Javier Bustamante, Chief of Right of Way, Utilities & Joint Development Division, but he could not attend the meeting last minute. The intent of the meeting was as follows: • Initiate coordination of our project with the Underline Project. The Underline project is currently in procurement for a design firm and will be in direct conflict with our project, so commencing coordination at this early stage would yield a more feasible and ultimately successful project for the City of South Miami. o Determine criteria for developing the best alternatives that will suit the City's needs and also be a cohesive part of the Underline. o Determine criteria for the design and geometrical constraints at ourtwo alternative sites. o Receive initial feedback from the DTPW staff on the proposed alternative locations in terms of feasibility, constraints, "fatal flaws", and review/approval process going forward for use of their property. • The meeting began with a discussion of the project history going back to the late 90's and through today, as well as the development of the previous studies commissioned by MDT and FDOT of the Sunset Station bridge. • We presented our initial alternatives (B and C, see attached) to Irene. We discussed the Alternative A at Sunset Drive briefly and why it does not work. • We first reviewed alternative B (site located at SW 71" Street in front of Akashi) o Irene's first comment was that the Underline conceptual plan in the area of the proposed north tower in this concept is to develop a new 14' wide bicycle trail. We currently have 6'-6" between the tower and the Metrorail drip -line. We discussed the possibility of running the trail under the guideway in order to avoid our tower. Based on the survey it seems there is enough room between the tower and security wall at the station to accommodate, exact dimension will be verified. o Second comment was regarding access. Pedestrian would have to come from the existing east -west walkway on the east side of the station and have to walk backwards to the bridge and cross the bicycle trail. We discussed this item and determined that, while not ideal, it was feasible. Wethen reviewed alternative C (site located at SW 70`" Street intersection by Sunset place garage) o We discussed at length the existing pinch point at this location caused by the Fire Station parking lot that is currently using the Metrorail property. Irene mentioned that as part of the underline, they are determining if the lease with the Fire Station can be terminated/modified in orderto provide room fortheir project. This is a preliminary idea they have, so at this time we do not know if this will occur. In order for the bridge to land 73 or 113 78 The City of South Miami US1 Pedestrian Overpass Feasibility Study here and the Underline to be accommodated, the relocation of the Fire Station parking lot would have to occur. o We then turned the conversation to landing the bridge on the NE corner of SW 70th Street. Irene mentioned, that the existing FDOT south -bound right -turn lane is in fact in their property and that FDOT constructed that lane through permit. They have begun discussion with FDOT as part of their intersection studies to remove this turn lane. The removal of this turn lane will create a great opportunity to not only land the bridge in this area, but also create a reception plaza to the bridge that would be cohesive with the underline. She suggested combining their planned improvements to the 701h Street intersection with landing the bridge in this position would be her preferred choice for the most cohesive project. Finally, we discussed their understanding of what FDOT is doing as part of the underline project as follows: o FDOT is currently studying 24 intersections along the Underline project in order to identify improvements that would be required to meet the intent and criteria of the Underline. o At the particular intersection at SW 701h Street, she mentioned FDOT is evaluating a major overhaul including possible elimination of the southbound right -turn late (as previously mentioned) and major bike/ped upgrades. o FDOT also has pedestrian counters installed there which can assist in our current study. Next Steps: o Evaluate suggested modifications to Alternative C using the NE corner of the intersection (with elimination of the southbound right -turn). o Contact FDOT staff about ongoing studies and pedestrian counts. o Meet with FDOT staff in the coming week. Following our meeting with MDC-DTPW, the team went on to a coordination meeting with FDOT District 6 permit office on September 25, 2019. We met with several staff representing the Permits Office and the Design Office. Based upon our conversations, there were several planned projects along the corridor that we would need to coordination with including: • Lighting Project 440179-1(letting date of 2022) • RRR Project 443916-1(letting date of 2024) With respect to permitting, there were no fatal flaws identified by staff. The main points regarding design were horizontal clearance of the towers and vertical clearance of bridge crossing which will have to meet FDOT standards, as well as the coordination with ongoing projects. In addition, they mentioned that the bridge, once constructed, will require ongoing bridge inspection every 24 months. We requested information from their staff regarding the ongoing pedestrian studies, related to the Underlines, that MDC-DTPW mentioned to us in our coordination meeting with them. The staff present were not familiar with any planned project, but suggested we coordinate with the Planning office led by Ken Jeffries. On October 15, 2019, we contacted Ken Jeffries of the Planning Office regarding the intersection improvements and pedestrian studies referenced by MDC-DTPW as part of the underline. The Planning Office provided us with documents related to the 511 5/US 1/Dixie Hwy from SR 94/5W 88 St/Kendall Dr to 5119/1-95 Corridor Planning Study (link below). 7 74 of 113 79 The City of South Miami US1 Pedestrian Overpass Feasibility Study http://www.fdotmiamidade.com/uslsouth.htmi This study included the impact expected as a result of the underline, but unfortunately did not include the pedestrian counts and data we anticipated. In February of 2020, the City Manager had a meeting with MDC-DTPW staff and Project Managers for the Underline including Irene Hegedus with whom the Design Team previously met. The discussion centered around the proposed concepts. As a result of that the Underline Manager's review of the concepts, the preferred alternative that best integrated with the plans of the Underline was Alternative B. 4. PEDESTRIAN COUNT SURVEY AND ANALYSIS The Project Team conducted a field visit or survey to record level of pedestrian/bicyclist activity as well as observe pedestrian/bicyclist behavior and movement patterns at the following locations. • SW 70th Street and South Dixie Highway (US-1) • SW 71st Street and South Dixie Highway (US-1) The purpose of this survey and collecting pedestrian counts was to inform the selection of the most beneficial location for pedestrian bridge. The graphic in Figure 1 shows pedestrian origins and destinations with one quarter mile of the South Miami Metrorail Station. Figure 1: Pedestrian Origins and Destinations within % mile of South Miami Station 75 of 113 80 The City of South Miami US1 Pedestrian Overpass Feasibility Study Pedestrian counts and observations were conducted a on typical weekday, Wednesday (11/20/19) from 7:30 am to 6:00 pm into 15-minute intervals. Pedestrian count data is included in Appendix Cforthe entire day. Below is a brief summary of count data and field observations for daily, morning and evening commute as well as midday time periods. • Morning commute (7:30 am to 10:30 am) • Midday (11:30 am to 1:30 pm) • Evening commute (3:30 am to 6:00 pm) Overall, pedestrian traffic crossing South Dixie Highway (US-1) during the 9 %2 hour period was 347 pedestrians. Approximately 18% (or 62) pedestrians crossed midblock including some of them walked diagonally across the SW 70th Street and South Dixie Highway (US-1) intersection during this time period. Further, approximately41% (or 162) pedestrians that crossed South Dixie Highway (US-1) also crossed SW 58" Avenue at South Dixie Highway (US-1). (see Figure 2) Figure 2: Pedestrian Counts at SW 71" Street and South Dixie Highway (US-1), Daily It was observed that South Dixie Highway (US-1) crossings generally increased with Metrorail arrivals and departures. In addition, during the 9 A hour observation period there were only 11 bicyclists recorded crossing South Dixie Highway (US-1) with the highest frequency occurring during the evening commute. During the morning commute time period from 7:30 am to 10:30 am, 107pedestrians crossed South Dixie Highway (US-1). Approximately 38% of the pedestrian crossings occurred midblock or outside of the 76 of 113 81 The City of South Miami US1 Pedestrian Overpass Feasibility Study designated crosswalk, which was significantly higher than at any other time of day. During the same time period, there was only one recorded midblock crossing at South Dixie Highway (US-1) and SW 71" Street. Pedestrian activity at this time was primarily generated by the South Miami Station. During the midday from 11:30 am to 1:30 pm, the total pedestrian count at SW 71" Street and South Dixie Highway (US-1) was 66 pedestrians, which was noticeably less compared to morning and evening commutes. Only three pedestrian crossings occurred midblock. In addition, during this 2-hourtime period only three pedestrians were recorded crossing midblock at South Dixie Highway (US-1) and SW 71" Street. At this time, pedestrian activity was generated by both the South Miami Station and the Shops at Sunset Place with 45% of pedestrians crossing South Dixie Highway (US-1) also crossing SW 58th Avenue. During the evening commute time period (3:30 pm to 6:30 pm), pedestrian activity increased to their highest levels, with 174 pedestrians crossing South Dixie Highway (US-1) with in the 2 %:-hour window and less than 10% occurring away from the designated crosswalks. There was only one pedestrian recorded crossing midblock at South Dixie Highway (US-1) and SW 71" Street and over 50% of all crossing were generated by the South Miami Station. Table 1 below provides a summary to pedestrians counts. Table 1: Pedestrian Counts at Proposed Pedestrian Bridge Locations Time Period South Dixie Highway (US-1) at SW 70"' Street South Dixie Highway (US-1) at SW Sg`h Avenue South Dixie Highway (US-1) at SW 71" Street Daily (7:30 am to 6:00 pm) 374 162 5 Morning Commute (7:30 am to 10:30 am) 107 59 1 Midday (11:30 am to 1:30 pm) 66 30 4 Evening Commute (3:30 pm to 6:00 pm) 174 53 0 In addition, during the field visit, it was noted that given the long traffic signal cycle length combined with short pedestrian walk time leads pedestrians to look for gaps to cross the South Dixie Highway (US-1) outside the allocated walk time with on -coming traffic. Further, the broken fence around the South Miami Station encourages pedestrians to cross midblock as it provides the most direct path and shortest crossing distance across South Dixie Highway (US-1). Conclusion Following major conclusions can be derived from the field visit and pedestrian count data. • South Miami Station and land uses immediately east of South Dixie Highway (US-1) are key pedestrian activity generators in the study area. • Pedestrian activity is higher during morning and evening commute time periods, 7:30 am to 10:30 am and 3:30 pm to 6:00 pm respectively compared to the rest of day. • Approximately 18% (or 62) of the pedestrians cross South Dixie Highway (US-1) midblock away from South Dixie Highway (US-1) and SW 70" Street intersection as well as diagonally to finding the shortest and most direct path as well as overcome short pedestrian walk time combined with long traffic signal cycle length. • A small number of pedestrians cross South Dixie Highway (US-1) at SW 70`h Street where no crosswalk exists. 10 77 of M 82 The City of South Miami US1 Pedestrian Overpass Feasibility Study Based on observations and pedestrian count data gathered during this field visit, it appears that a pedestrian bridge that captures pedestrian traffic between SW 70th Street and SW 71" Street would capture a significant amount of pedestrian traffic, improve pedestrian safety, and also improve trafficflow once the at -grade pedestrian crosswalk traffic is remove from the intersection. 5. CRASH DATA ANALYSIS, YEAR 2014-2019 The project team conducted a high level crash analysis using Signal Four Analytics's 2014-2019 crash data. The crash data analysis was focused on identifying bicycle and pedestrian crash locations as well as comparing average and actual crash rates for various segments. Table 2 presents a crash data summary. During the five-year period from 2014 to 2019, a total of 181 crashes occurred in the study area and included one bicycle crash and three crashes involving pedestrians. These crashes accounted for two percent of all crashes, respectively. The bicycle crash occurred in 2016 on the segment of US 1 between the intersections of SW 71" Street and SW 70t1 Streetjust south of SW 7011 Street. The bicyclist was injured after being struck by a motor vehicle. The pedestrian crashes occurred in 2016, 2017 and 2018 and included injuries. Two of the three pedestrian crashes occurred at the intersection of US1 and SW 70tb Street. The third pedestrian crash occurred on US 1, just north of SW 70" Street. Table 2: Crash Summarv. 2014-2019 Crashes Iniuries Intersection/Segment All Bicycle Pedestrians Bicycle Pedestrian ..- Intersection US 1 and SW 71" Street 0 0 0 0 0 US 1 and SW 70th Street 55 0 2 0 2 Midblock Sunset Drive to SW 71" 12 0 0 0 0 SW 71" Street to SW 70`h 60 1 0 1 0 SW 70`h Street to SW 571h 54 0 1 0 1 Total 181 1 3 1 3 Source: Signal Four Analytics, November 2019 Figure 3 shows the general location of all of the bicycle and pedestrian crashes. Perthe spatial distribution of the bicycle and pedestrian crashes, these crashes tend to be concentrated at or within the proximity of the intersection of US 1 and SW 70w Street. Bicycle and pedestrian activity is significant at this location given the land uses and transit connectivity with South Miami Metrorail Station located just west of US 1. 11 78 of 113 83 The City of South Miami US1 Pedestrian Overpass Feasibility Study Figure 3: Bike/Ped Crashes, 2014-2019 1CCIUNT p[GLL 511BQz -•— W1Otl6[ `�— KME Im nrtc Yxcr r_ strfm •Nut o ruts• r.n m YNAe rtrC[ • rur • [s+oar.•[ WAVER a MUSIM rr� tYi1Q0 � Ntl YI C zi Wt-IINI t01w[0r14 v� 6 f� Y 11{• M,.w p[prYML SY 57" AVE SN 70" 5T SN 7, Si 12 SN 57" AVE SA 58" AVE 5N 71" 57 SUNSET DRIVE 79of na 84 The City of South Miami US1 Pedestrian Overpass Feasibility Study 0.4 0.3 0.2 0.1 10 0 Crash Frequency along US 1/SR-5 (Intersections), 2014-2019 US-1/SW 70th Street Average Crash Rate US 1/SW 71st Street ■ Actual Crash Rate Crash Frequency along US-1/SR-5 (Midblock Sections), 2014- 2019 Sunset Drive to SW 71st SW 71st Street to SW 70th SW 70th Street to SW 57th Street Street Avenue Average Crash Rate ■ Actual Crash Rate Figure 4: Crash Frequency Analysis (All Modes), 2014-2019 As shown in the Figure 4, the actual crash rate' for the time period studied at the intersection of US 1 and SW 70" Street is higher than the average crash rate 2. Additionally, the actual crash rate for the segment from SW 71" Street to SW 70" Street is slightly less than the average crash rate. This analysis indicates a need for improvements to enhance the safety for all users; particularly for bicyclists and pedestrians near the intersection of US-1 and SW 70" Street. It should be noted that the average crash rate indicates crashes for similar type of facilities with similar land use characteristics. Based upon the findings of the crash study and pedestrian survey, it is evident that a sufficient case exists for the installation of a pedestrian bridge to provide for a safe crossing of the heavily trafficked USI Corridor to provide a critical link between mass transit and the City of South Miami downtown area. ' The frequency of crashes relative to the exposure of traffic on a roadway segment or intersection is called its crash rate. Actual crash rate is defined as the total number of crashes per million vehicle miles in any given year. ' A critical crash rate or threshold value is calculated for each site and compared to the observed or actual crash rate. Sites with an observed or actual crash rate greater than their critical crash rate are flagged for further investigation. 13 80 of 113 85 The City of South Miami US1 Pedestrian Overpass Feasibility Study 6. ESTIMATES OF PROBABLE PROJECT COST A preliminary estimate of probable project costs for the three alternative sites has been prepared, and contained in Table 3. Appendix B contains the complete breakdown of the cost estimates. Alternatives Total Probable Project Cost Alternative B $5,414,770 Alternative C $6,848,797 Alternative C1 $5,704,923 Table 3: Estimate of Probable Cost for Alternatives 7. DISCUSSION AND RECOMMENDATIONS The following summarizes the key issues investigated as part of this feasibility study. Right of Way The three alternative sites reviewed have the common restriction of a confined tower footprint on the northwestern landing of the proposed overpass due to the restricted ROW available on the west side of US- 1. However, Alternative A does not fit within the open space of the ROW and encroaches into the Metrorail envelope. Alternatives B and C do not require R-O-W acquisition, assuming that FDOT and MDC-DTPW will grant easements for the construction of the proposed facility at no cost to City of South Miami. Alternative A presents a limited available footprint forthe proposed southeastern landing and the proposed tower will obstruct the existing historic building located at the north-east corner of the intersection. Further, the major constraints with the northwestern tower and cost of mitigating that conflict make this alternative unfeasible. Alternative B presents a limited available footprint for the proposed southeast landing; however, preliminary plan view layouts confirm that a functioning facility is feasible within the limited available right- of-way by converting 71" Street to a one-way and coordinating with Underline on the northwest landing. One of the main disadvantages with this alternative is that the southeast tower will block the view of the business properties immediately north which could negatively impact these businesses. Further, this alternative requires the reconfiguration of SW 71" St to one 12' lane at the intersection with US-1. This reconfiguration may cause possible impacts to the adjacent business, by limiting their access and available parking. However, the main advantage is that due to the low traffic experienced on this side street, the implementation of landing plaza may actually be a boon to the adjacent business at the expense of a minor traffic impact. Alternative C requires no additional right-of-way, but will require a reconfiguration of the 58`h Avenue intersection to eliminate one lane of the existing three lanes of vehicular traffic . This alternative allows for a more functional and favorable location to reduce congestion at the intersection of US-1 and SW 71" St and will preclude any adverse impact to the adjacent businesses. 14 81 of 113 86 The City of South Miami US1 Pedestrian Overpass Feasibility Study Alternative C1 will require reconfiguration of the south -westbound leg of the 581h Avenue intersection as well as acquisition or agreement with the Sunset Place Property owner. Existing Utilities A Preliminary review of available utility information for the areas under study was conducted. The conclusion of the study is that for alternatives B and C no major relocations will be required. Under all alternatives, the lighting circuits for the street lights along US1 will required relocation or undergrounding for installation of the overpass, however this is a minor coordination issue. On Alternative B, drainage structures and water valves will require adjustment or relocation and have been accounted for in the estimate. One light pole along US1 will require relocation. For Alternative C, similarly drainage structures, existing manholes, and water valves will require adjustment. An underground power duct bank is near the proposed southeastern tower, therefore further coordination with FPL will be required to determine the feasibility of relocation. For Alternatives C and C1, overpass vertical clearance will have to go above the FDOT standard to clear the existing traffic signals to not inhibit visibility. Relocation of the signals will be required in either alternative. In summary, there are no critical utility issues that may cause a fatal flaw in any of the planned alternatives. Environmental Concerns A preliminary review of regulatory data bases was conducted. No apparent environmental concerns were found for Alternative A; however, due to historic land uses a Phase I Environmental Site Assessment is recommended to verify that no environmental concerns are present. In the case of Alternatives B & C, documented contamination has been recorded within the Mario's Dry Cleaners Site, which is located along SW 71s' Street between US1 and SW 58`h Avenue. Upon investigation, it is documented that MDC-DERM has been performing groundwater monitoring of this site, and their published findings show no contamination beyond the site limits. Based on this preliminary information, it is recommended to perform a Phase I Environmental Site Assessment to verify that environmental concerns are not present. Recommendations Based on this preliminary study, it is our opinion that Alternative B, C, and C1 are all feasible. However, based primarily upon the findings of the pedestrian study, the consideration of project cost, and the critical coordination with MDC-DTPW's Underline projects, it is our recommendation to move forward with Alternative B as the preferred alternative. 15 82 of 113 87 The City of South Miami US1 Pedestrian Overpass Feasibility Study APPENDIX A 16 83 of 113 88 d * I.rld IO(IR19 NVIMISIQ]d I ) e INVIN I-HIflOS .10 AID '.>AIAII IVAA,.I IJ IU llll IIII ------ rt , - IWON gjnoS m 3' / (3/�I2ld 13SNf1S� �� 133b1S puZL ,M'S 11 s _ f7 Al)SVVOOH 0313/H07W/M 83M0121O1VA3ll dOdd M/a IOGJ 9ffi1J io 33Vi now 3NIl-dlao AVMOIfiO ll"OHi3W Mdio-OW MRi lOOd � 9101diSIo l0oi H1IM 1N3W3389V 38I00m 11IM'03MO11V iON M/H IOOJ O1NI 1N3WHOVO8:)N3 �a / io 37Vi woai •ro l / 1IV130 U3M01335. .d �LVtlVdIJ Iv1Nu48i)H NIWS` -• /" ; / 3NIl-dIHO IIVd0d.13W 0141 iN nnHOVO2JON3 HiUON Po 8 i r-- W o �= s� w� zi 4 w�. h 4-4 W i� W In 3 vi o Wp wa a �wo oFZ I O m O mw �O of x wU c U J w aW E O = U C� m Q W 3 l als ,. y;OL:�►�S Wo z fA w / , in 1 / LU a¢ / ry / O J \ z / \ �N �` k v I �w OJ w w U J w w o, w� a ww m ,F ir d►bJa.� Nlb mNls 151X3 w z m � U O f� w \® U LL •�S Q W Q M NORTW SEE TOWERD TAIL r PROPOSED ELEVATOR TOWER \ Wf MECH/ELEC. ROOMS (TYP.) / / O i / o —NEW CONC. PAVEMENTI FACE OF CURB F NEW CON C. RIGHT OF WAY LINE FACE OF CURB \ / y`J r �f * NEW CONC. i South Mami TOWER DETAIL ROOMS (TYP.) III (M 01 K[MAAI MIA, CITY OF SOUTH MIAMI87-of,� .S.I PEDESTRIAN BRIDGE ALT. C1 92 The City of South Miami US1 Pedestrian Overpass Feasibility Study APPENDIX B 17 88 of 113 93 CITY OF SOUTH MIAMI - PEDESTRIAN OVERPASS AT SOUTH MIAMI METRORAIL STATION ENGINEERS ESTIMATE OF PROBABLE CONSTRUCTION COSTS -ALTERNATE B UndLe: 11/5/2019 DESCRIPTION CITY U/M U/P(6) TOTAL ($) Camm"Its GENERAL CONDITIONS 1 LS $350,000.00 $ 35o,Do000 lil F, mvv.�uv..v SITE WORK (INCLUDES ROADWAY) S B"'76.0U MAINTENANCE OF TRAFFIC 1 LS S350,0P100 $ 350,D000O a Us wee au aru,.IPoSA •.wnr.. eP + SITECLEARING&DEMOLITION 5,000 SF S 4.GO $ 20,000.00 FOOTING EXCAVATION 300 CY $ 9.00 $ 2.25000 FILL, SPREAD & COMPACTION 425 SF $ 8.00 S 2,97500 MILLING AND RESURFACING (1-1/2")USI 700 SY $ 30.00 5 21,00000 w"veeYrmr,namvna a.vmmve ay. Naa.vmvan PAVEMENTRECONSTRUCTION AT 71st STREET SOO SY $ 7500 S 45,000.00 r r,.v.,uavvm.wwwlb mr.nmewarm eHeaaan CURBS (Type F Boo LF $ 35.00 5 1015DD 00 TREE REMOVAL AND MITIGATION 11 Ea 5 2.000.00 S 12000.00 ra.veyum•..a SOD RESTORATION 3,000 SF $ 2M $ 6.00000 SIDEWALKS(4") 1,700 Sr 5 5.00 5 8.50000 SIDEWALKS(6-) Soo SF $ Soo 5 4,000.GO DRAINAGE 1 IS $ 25,000.GO $ 25.00a 00 GUARDRAIL ISO IF $ woo $ S,25040 WATER SERVICE 2 LS 5 5,01CO.00 S 1.03000 PAVEMENT MARKINGS &9GNAGE 1 LS $ 10,000.00 S I0,00000 NEW PICKET FENCE (Per FDOT Standard - Steel/Colar) ISO LF $ 75.00 5 11,250.00 Pip°`vv'"r'IenF•annrerusammnnwev+na.uevusw- IRILITYRELOCATIONALLOWANCE t IS 5 50,000.00 1 5 5003000 HARMONI2ATIONIMTHIN EXISTING AREA 1 L5 S 25,000,DO S 25.00000 CONCRETE $ 186.717.50 Footings lfc=4000 psi) ISO CY 5 37S.00 S 56250 GO Columns ffc-5000 Psi) 5 CY 5 1,550.do 5 7.750.00 Beam. Ifc=SOOO psi) to CY 5 975.00 S 17,55000 Shear Wall 163 CY S 45000 S 73,237SO Conoele Wall 21 CY $ 4%.00 $ 9,45000 Lowm Root Slab 4 CY $ 755.00 $ 3,02000 Slab on Grade 6 CY $ 225W $ 1.35000 Higher Raof Slab 4 CY $ 755.00 5 3,020.GO Cono le Slain 20 Cy S 755.00 $ 1510000 MASONRY $ SASB.OD MASONRY 610 SF $ 9.60 5 5,05600 METALS $ 11190,509.9D ELEVATOR BEAMS &OTHERS BY GC 1 Is $ 4,500.00 $ 4,500.00 BRIDGE PRE FABRICATED STRUCTURAL STEEL TRUSS 1,044 SF S 7SO.00 S 783,Oddl Reirdmang Stec I(Slair+) 5.900 LB S 1.50 $ S'nito0 Reinforcing Sleel(F,,.Un e) 20,250 LB S 1.50 S 30,375.00 Relnfordng Sleel(Colomosi 1,000 L8 $ 1.50 5 1,500.o0 Relnfordng Steel (Shear Wall) 31,06D LB 5 1.90 S 46.500.00 Relnforang Steel Beams 6.30 IB 5 1.50 S 9ASOMO Relnforan Steel (Concrete wal4) 2,625 LB S 1.50 5 3,937,50 Reirdorcing Steel(E,brow) 286 UP 5 1.50 S 429 On Reinforcing Steel (Slab) 760 LB S 1.50 5 1.140.00 BRIDGE METAL DECK (FLOOR) 1044 SF $ 7.50 5 7,830,00 BRIDGE METAL DECK (COVER 11044 Ls $ 20.00 S 20,890.00 STAIR GUARDRAIL MESH 800 SF $ Go DO S 48,000.00 STAINLESS STEEL STAIR POSTS AND RAILING 2 l5 $ 15,000.00 $ 30,000.00 BRIDGE OUTSIDE DECORATIVE MESH 2O00 SF 5 60.GO S 125,28000 BRIDGE INSIDE PROTECTIVE MESH A21 SF $ 40M 5 76.83840 THERMAL& MOISTURE PROTECTION $ 39,990.00 FRI DGE METAL ROOFING&DRAIN GUTTERS 1 IS $ 35,000.DO 5 35,001 FOOD NG SYSTEM 380 SF 5 7.50 $ 2,85000 LIGHTWEIGHTCONCRETE 380 SF $ 3.00 $ 1,14000 CAULKING&FIREPROOFING I I4 $ 1,00ll S 11000.00 DOOM &WINDOWS $ 46.000.00 METAL DOORS HARDWARE 4 Ea S 115W00 $ 6,LUO.W GLAZING 1 Ls 5 40.OW.00 $ 40,000.00 FINISHES $ 320,900.00 STUCCO 89 SY $ 40.07 5 3,56000 PAINTING 1 Ls S SA0000 S 5,000.00 STONE VENEER AT WALL 9.924 SF 5 3500 $ 312.340.GO SPECIALTIES $ 10,B00.o0 METALCANOPIES 1 Ls S 10,000.00 $ 10,000.00 FIRE EXTINGUISHERS 6 Ea 5 100.00 $ 600.00 EQUIPMENT 5 2s,OOB00 CAMARAVTELECOM./LOW VOLTAGE/FIRE ALARM t Is S n,m.00 $ 25,000.00 CONVEYING SYSTEMS I $ Goo,o00.00 ELEVATORS 2 Ea 5 3W,000.W S 6Go,G0a00 MECHANICAL $ 75,000.00 PLUMBING SYSTEM 1 Is 5 30,000.00 5 50,000.00 naNvvm+vwrvmnwvewpnaw HVAC SvSI 1 L" 5 45,000.00 5 45,000 GO ELECTRICAL $ 150,000.00 ELECIIIICALSYSTI%1I5C DINGLCDLIGHT51 1 Ls $150000.0G $ 150,000.00 OfRE 7 COST $ 3. CONSTRUTION CONTINGENCY £05e $ 727,4Si.fi6 FINAL DESIGN AND PERMITTING $ 500,000.00 INDEPENDENT RE VIEW $ 15000O0 CONSTRUCTION AOMINSTRATION S 400,000.00 TOTAL PROJECT COST 1 1 8901113 1$ Sr414a770.06 94 CITY OF SOUTH MIAMI -PEDESTRIAN OVERPASS AT SOUTH MIAMI METRORAIL STATION ENGINEERS ESTIMATE OF PROBABLE CONSTRUCTION COSTS -ALTERNATE C uPan.: n/spots RNALDESIGN ANDPERMITTING Is 500.000.00 h oI INDEPENDENT REVIEW S 150,00000 CONSTRURION ADMINSTRATION 5 400.000.00 TOTAL PROJECT COST 1 1 900113 1 $6,848,797.20 95 CITY OF SOUTH MIAMI -PEDESTRIAN OVERPASS AT SOUTH MIAMI METRORAIL STATION ENGINEERS ESTIMATE OF PROBABLE CONSTRUCTION COSTS -ALTERNATE CS Use4l.: 11/5/2019 DESCRIPTION CITY U/M U/P(S) TOTAL (S) [OmmeMs GENERALCONDOIONS 1 LS 5350,000.00 $ 3501O130.00 ;w.a�.••vnmw SITE WORK (INCLUDES ROADWAY) S ]07,3]5.00 MAINTENANCE OF TRAFFIC 1 LS $4W,OW.00 $ 400,O0O.00 w•ww•n •ev.>•• Of m!� ✓br154.r+nrw•.wnnse�•wna� � n•nan SITE CLEARING&DEMOLITION 10,000 SF $ 4.03 $ 40,000.00 FOOTING EXCAVATION 300 CY 5 9.W $ 2.25000 FILL, SPREAD &COMPACTION 425 SF $ AN S 3,9I500 MILLING AND RESURFACING (1-1/2")US1 700 SY 5 30A0 5 21,000.00 .w+.ep.ms..wn.r a.,..,rt.a,epmwnrt...n.a.s PAWMENTRECONSTRUCTION O SY 5 ]5-DO $ CURBS(TYpe F) Soo IF 5 35 DO 5 17$OO.00 TREE REMOVAL AND MITIGATION J To $ 2,000.DO 5 14,000.00 SOD RESTORATION/EMBANKMENT 2,800 SF $ to on S 28000O0 +wpm,,, u,..n.m.mee SIDEWAIICS(4") 2.000 SF 5 5Oo $ 1000000 SIDEWALKS(VI Soo SF S 0.00 $ 6,400.00 DRAINAGE 1 IS $ 25,000.00 S 25,000.00 GUARDRAIL 150 IF S 35.W $ 5,250.00 WATERSERVICE 2 IS S 5O00.W $ 10,03000 PAVEMENTMARKINGS&SIGNAGE 1 IS $ 20,00D.00 $ 20,000.00 NEW PICKET FENCE (Per FDOT Sta ndard- steel/COIor) 400 IF $ 75.00 $ 30,000.00 "'Oi"'•'m ^0"s•«r ua•er ass m.mm..a.n...oa.Mrn UNUTYRELOCATIONALLOWANCE 11 LS IS 5OO(l S 50.000.00 WIRMONRATIONIWITHIN EXISTING ARFA) 1 IS S 25,00000 S 25,000.W CONCRETE S 186,71].50 Footings (fc=4000 psi) ISO CY $ 3]5.00 $ SG250.0) Columns (fc=5000 p,) 5 CY S 1,55000 $ J,]SO.DO Beams Tic=5000 psi) 18 CY 5 925➢0 5 17,550.00 Shear Wall 163 CY 5 45000 $ 73.237,50 Concrete Wall 21 CY 5 450 W $ 9.450.ED LowerRmfSlab 4 CY 5 755OD 5 3,020-W Sabo. Grade 6 CY 5 225.W 5 1,3SO.D0 Hi her Roof Shb 4 CY 5 ]SS.00 $ 3,02000 Concrete Stairs 2D Cy S 755.011 5 IS,IW.W MASONRY $ 5,856.w MASONRY 610 SF $ 9.60 $ 5,956.00 METALS S 1,361,654.70 ELEVATOR BEAMS &OTHERS BY GO 1 Ls S 4,50O.00 5 ASOO.DO ETHICS PRE FABRICATED STRUCTURAL STEEL TRUSS 3212 SF 5 ]SO.W $ 909,000.00 Relnlorting Slept (Stairs) 5,900 LB 5 I.50 $ 6.850DO Reinforcing Steel lFootin s) 20.250 LB S 1.50 S 30,37500 Reinforcing Steel(Colimrss) I,OW LB $ 15O 5 1.500.00 Reinforcing Steel(Shear Wall) 31.000 LB $ 1.50 S 46,501100 Reinforcng SOHO(Beams) 6,300 LA $ 1.50 $ 9450.00 Reinforcing Aeel(Concrete walls) 2,625 LB 5 1.50 5 3,932.50 Relnfprdng Steel(E,brow) 286 LB 5 1.50 $ 429.00 Romforcng Sisal (Slab) 760 LB 5 1.50 $ 3, 240.GO BRIDGE METAL DECK (FLOOR) 1,212 SF 5 7.50 5 9,090➢p BRIDGE METAL DECK (COVER] 1,212 Is S 20.M 5 2A240.00 STAIR GUARDRAIL MESH 800 OF S SON 5 4B.ODO.DO STAINLESSSIEEL STAIR POSTS AND RAILING 2 IS 5 15,O)i $ 30,000w BRIDGE OUTSIDE DECORATIVE MESH 2424 SF 5 GO.00 S 145",u)GO BRIDGE INSIDE PROTECTIVE MESH 2230 SF $ 40TO 5 99, 203.20 THERMAL& MOISTURE PROTECTION S 39,990.00 BRIDGE METAL ROOFING & DRAIN GUTTERS I US S 35,000.00 5 35.000.00 ROOFING SYSTEM 380 OF $ 7.50 5 2,050.00 LIGHTWEIGHT CONCRETE 380 51, $ 3.0 $ 1,140.00 CAULKING & FIRE PROOFING 1 Ls S 1,O0.0 5 1,GW.W DOOM &WINDOWS $ 46,W0.00 METAL DOORS&HARDWARE 4 Ea $ 15WA0 $ 6,000.00 GLAZING 1 Ls 5 40,(XN((I 5 40,0. .W FINISHES 5 320mw STUCCO 89 SY S 40N S 3,5190.00 PAINTING 1 Ls $ 5.0W.W $ S,owO0 STONE VENEER AT WALL 8,924 SF 5 35W $ 312.U0.00 SPECIALTIES $ 10,600.00 METALCANOPIES 1 Is $ MOWN 5 SO.WO.W FIRE EXTINGUISHERS 6 To 5 IW.W $ 600.00 EQUIPMENT $ 25.000.01) CAMARAS/TELECOM./ LOW VOLTAGE/FIRE ALARM 1 LL $ 25.000.DO 1 25.000.W CONVEYINGSYSTEMS $ 6W,000A0 ELEVATORS 2 Ea $ 300,03O00 $ SM.000.00 MECHANICAL $ 75,000.00 PWMBINGSYSTEM 3 Ls 5 30.000.W 5 30.000W ,•pn+a F, HVAC SYSTEM 1 L, 5 45.O0000 I 1 S 45O0O00 ELECTRICAL S 15O,WO.W LLE CTRICAL SYSTEM(INCI DOING LE D LIGHTS) 1 Ls $150000.00 c 1h 0,0'm 00 DIRECT COST $ 3,879.IW.10 CONSTRUTION CONTINGENCY 2VA 5 ]J5,820.fi4 m The City of South Miami US1 Pedestrian Overpass Feasibility Study APPENDIX C 18 92 of 113 97 Location: 5 Dixie Hwy & SW 70th Date: 11/20/2019 Name: Nathan King Day: Wednesday Time 7:30-7:45 Xing Dixie H.V EB 4 Xing Dixie Hvvy WB 3 Total Xing Dixie HwV 71 Xing SW 58th Ave NB 1 Xing SW 58th Ave SB 2 Total Xing SW 58th Ave 3 Midblock 5 Bikes Between Ped Lights Total 7:45-8:00 3 2 5 3 2 5 5 8:00.8:15 5 3 8 4 1 5 5 B:15-8:30 3 3 6 5 1 6 5 2 8:30-8:45 2 4 6 1 2 3 7 1 8:45-9:00 13 5 18 10 2 12 5 2 120 9:00-9:15 11 4 15 7 1 8 6 6 9-15-9:30 6 4 10 4 0 4 0 2 9:30.9:45 3 1 4 0 0 0 0 2 9:45-10:00 7 7 14 3 3 6 1 3 10:D0-10:15 7 1 8 4 1 5 2 3 2 13 10:15-10:30 2 4 6 0 2 2 0 1 8 11:30-11:45 4 5 9 3 3 6 0 15 11:45-12:00 5 3 8 4 2 6 0 14 12:00-12:15 5 3 8 1 1 2 1 1 10 12:15.12:30 3 5 8 0 3 3 0 11 12:30-12:45 2 3 5 0 0 0 0 5 12:45-1-00 5 5 30 4 1 5 0 15 1:00-1:15 5 3 8 4 0 4 2 12 1:15-1:30 7 3 10 3 1 4 0 14 3:30-3:45 8 10 18 4 5 9 1 2 27 3:45-4:00 5 10 15 2 5 7 2 1 22 COD 4:15 5 8 13 2 4 6 2 19 4:15-4:30 7 SS 22 2 5 7 8 10 29 4:30-4:45 11 11 22 2 4 6 2 28 4:45-5:00 13 4 17 4 0 4 0 1 3 21 5:00-5:15 12 11 23 2 4 6 0 2 4 29 5.15-5 30 7 8 15 0 0 0 0 15 5:30-5:45 8 7 15 3 2 5 1 20 545-6:00 8 6 14 2 1 3 2 1 2 17 Total 186 261 347 84 58 1421 621 11 40 489 9301113 00 99 � R § q ga q! R & !!, it | ! ! i ! � , ! ! ! EXHIBIT I SCOPE OF SERVICES ATTACHMENT C PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 Florida Department of Transportation Requirements for Professional Services Contracts 3.1: Minor Bridge Design 3.2: Major Bridge Design 4.1.1: Miscellaneous Structures 4.1.2: Minor Bridge Design 4.2.1: Major Bridge Design — Concrete 4.2.2: Major Bridge Design — Steel 7.1: Signing, Pavement Marking, and Channelization 7.2: Lighting 8.1: Control Survey 8.2: Design, Right of Way, and Construction Surveying 9.1: Soil Exploration 9.2: Geotechnical Classification Lab Testing 9.4.1: Standard Foundation Studies 14: Architecture 15: Landscape Architecture 96 of 113 101 EXHIBIT 2 PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 Insurance & Indemnification Requirements Insurance A. Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as "FIRM" with regard to Insurance and Indemnification requirements) must 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 claims which may arise out of or result from the contract or the performance 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. B. No insurance required by the CITY may be issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization is at the CITY's sole and absolute discretion. The FIRM must purchase insurance from and must maintain the insurance with a company or companies lawfully authorized 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 them, or by anyone for whose acts any of them may be liable: (a) claims 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; (g) 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. Firm's Insurance Generally. The FIRM must 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: Workers' 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. In addition, the policy (ies) must include: Employers' Liability at the statutory coverage amount. The FIRM must further ensure that all of its Subcontractors maintain appropriate levels of Worker's Compensation Insurance. 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 cross 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; 97 of 113 102 - Property Damage: $500,000 each occurrence; Umbrella Commercial Comprehensive General Liability insurance must 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 Aggregate. Coverage must be afforded on a form no more restrictive 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 Contractors c) Products and/or Completed Operations Hazard d)Explosion, Collapse and Underground Hazard Coverage e) Broad Form Property Damage f) 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 Damage Liability. Business Automobile Liability 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 Subcontracts: The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract must contain the same insurance provision as set forth in these insurance and indemnification requirements, other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM where applicable. Fire and Extended Coverage Insurance (Builders' Risk), IF APPLICABLE: A. In the event that this contract involves the construction of a structure, FIRM must 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 said buildings or structures. The policy or policies must 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 times, be at least equal to the replacement and actual cash value of the insured property. The policy must be in the name of the CITY and the CONTRACTOR, as their interest may appear, and must also cover the interests of all Subcontractors performing Work. B. All of the provisions set forth in the Miscellaneous section below apply to this coverage unless it would be clearly not applicable. Miscellaneous: A. 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 98 of 113 103 this contract, the FIRM Is 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. B. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the CITY, either the FIRM must eliminate or reduce such deductible or the FIRM must procure a Bond, in a form satisfactory to the CITY covering the same. C. The policies must contain waiver of subrogation against CITY where applicable, must 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. All policies must contain a "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY as well as contractual liability provision covering FIRM's duty to indemnify the City as provided in this Agreement. D. Before starting the Work, the FIRM must deliver to the CITY and CONSULTANT 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 must 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 with the CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a "certified copy" of the Policy (as defined in Article I of this document) which must include the declaration page and all required endorsements. In addition, the FIRM must deliver, at the time of delivery of the insurance certificate, the following endorsements: (1) a policy provision or an endorsement with substantially similar provisions as follows: "The City of South Miami is an additional insured. The insurer must 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", (2) a policy provision or an endorsement with substantially similar provisions as follows: "This policy must not be cancelled (including cancellation for non-payment of premium), terminated or materially 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 must be delivered to the City by certified mail, with proof of delivery to the City." €: 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 must also provide Professional Liability 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 FIRM becomes 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 must 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 may be issued by a surplus lines carrier unless authorized in writing by the city at the city's sole, absolute and unfettered discretion. 99 of 113 104 Indemnification Requirement A. 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 negligence or other fault of FIRM or anyone acting through or on behalf of FIRM. B. FIRM must 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 act or harmful conduct of 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 FIRM's obligations under this AGREEMENT. C. FIRM must 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 officers, affiliates, employees, successors and assigns, including 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 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 FIRM's obligations under this AGREEMENT. D. FIRM agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successors and assigns are to 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 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 reviewing, approving or rejecting any submissions or acts of FIRM, CITY in no way assumes or shares responsibility or liability for the acts or omissions of FIRM, its contractorlsubcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of them. E. 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. F. However, as to design professional contracts, and pursuant to Section 725.08 (1), Florida Statutes, none of the provisions set forth herein above that are in conflict with this subparagraph must apply and this subparagraph must 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, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract. END OF SECTION 100 of 113 105 EXHIBIT 3 EVALUATION SELECTION PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 Scoring and Ranking Phase I - Competitive Selection -Ranking; maximum 100 points per committee member. The evaluation and award of the submitted Qualifications will be consistent with Florida's Consultants' Competitive Negotiations Act (CCNA) (section 287.055, Florida Statutes). Proposals will be evaluated by an Evaluation Selection Committee which will evaluate and rank proposals on the technical criteria listed below. The Evaluation Selection Committee will be comprised of appropriate City personnel and/or members of the community, as deemed necessary, with the appropriate experience and/or knowledge. Respondents deemed as best suited and qualified will be selected by The Evaluation Selection Committee for discussion and/or presentations, ranking and subsequent negotiations with the highest ranked consultant. The criteria are itemized with their respective weights for a maximum total of one hundred (I 00) points per Evaluation Selection Committee member. The Technical Criteria used for determining qualifications for ranking include: 1. Qualifications, competency and technical expertise of the firm and personnel, Assigned Project Manager and Project Team to perform the services in accordance with the Scope of Services: Maximum Points: 30 2. Related Projects/Past Experience: Maximum Points: 20 3. Overall quality and completeness of the submittal: Maximum Points: 10 4. Technical Approach: a. Experience of the Respondent in previous projects of similar size and scope of the City of South Miami's specifications b. Technical approach in the Respondent to mobilize and perform the many aspects of the design work. Maximum Points: 3S S. Submission of FDOT Pre -qualification letters in the FDOT work types for Professional Services Contracts described in Exhibit 1, Scope of Services, Attachment A & C. Maximum Points: S Phase 11 - Oral Presentations Upon completion of the criteria evaluation indicated above by the Evaluation Selection Committee, including rating and ranking, the Evaluation Selection Committee may choose to conduct an oral presentation and/or interviews with the Respondent (s) which the Evaluation 101 of 113 106 Selection Committee deems to warrant further consideration based on, among other considerations, scores in clusters; based on the preliminary rating and rankings, and/or maintaining competition. Upon completion of the oral presentation(s) and/or interviews, the Evaluation Selection Committee will perform a final review to re-evaluate, re -rate, and re -rank the Proposals remaining in consideration based upon the written documents, combined with the oral presentation. Phase III — Competitive Negotiations A final ranking of all firms or short-listed firms will be submitted to the City Manager for review and approval for contract negotiations. The City Manager may commence negotiations with the first ranked firm. If those negotiations are unsuccessful, negotiations will be opened with the next ranked firm, etc. Negotiations will continue until the City Manager has successfully completed negotiations with a Respondent for the services described in this RFQ. END OF SECTION 102 of 113 107 EXHIBIT 4 PROFESSIONAL SERVICE AGREEMENT PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 THIS AGREEMENT made and entered into this day of , 20 by and between the City of South Miami, a municipal corporation of the State of Florida (hereinafter referred to as Owner) by and through it is City Manager (hereinafter referred to as City) and 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 City of South Miami, through its City Manager, and the CONSULTANT agrees the following terms and conditions: 1.0 General Provisions 1.1 This Agreement was negotiated in accordance with the Florida's Consultants' Competitive Negotiations Act (CCNA) (section 287.055, Florida Statutes) and following the receipt of responses to the CITY's Request for Qualifications (RFQ). 1.2 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 Notice to Proceed (hereinafter referred to as the "WORK"), nor does it obligate the Owner in any manner to guarantee work for the CONSULTANT. 1.3 The CITY agrees that it will furnish to the CONSULTANT all necessary and available plans, maps and ordinances in the possession or control of the CITY pertaining to the WORK to be performed under this AGREEMENT promptly and upon request of the CONSULTANT after the issuance of the Notice to Proceed. I AThe Solicitation documents for PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-17 are attached hereto as Exhibit 3. 2.0 This Agreement and the Solicitation, Scope of Services, and Insurance & Indemnification Requirements take precedence over the response to the CITY's PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24. 3.0 Scope of Services The scope of services is as set forth in the solicitation documents or as set forth in the attached as Exhibit I, Attachment A & Exhibit I, Attachment B, Attachment C which are identical to RFQ Exhibit 1, Attachments A, B & C. 4.0 Time for Completion 4.1 The services to be rendered by the CONSULTANT for any WORK must be commenced upon receipt of a written Notice to Proceed from the CITY subsequent to the execution of this AGREEMENT and must be completed within the time based on reasonable determination, stated in the said Notice to Proceed or as otherwise agreed to in writing and signed by the parties to this Agreement. 103 of 113 108 4.2A 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 its duties impossible. 5.0 Basis of Compensation: The fees for services of the CONSULTANT will be determined by one of the following methods or a combination thereof, as mutually agreed upon by the CITY and the CONSULTANT. 5.1 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 must be in writing, signed by the CONSULTANT and attached hereto as Exhibit 5.2 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 will include all wages, benefits, overhead and profit and it must be in writing, signed by the CONSULTANT and attached hereto as Exhibit—. 6.0 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 Exhibit _ schedule of payment or, if no schedule of payment 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. 7.0 Right of Decisions. All services must be performed by the CONSULTANT to the satisfaction of the Owner's representative, who will 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 will 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 must present his written objections to the City Manager and must abide by the decision of the City Manager. 8.0 Ownership of Documents. All reports and reproducible plans, and other data developed by the CONSULTANT for the purpose of this AGREEMENT will become the property of the CITY without restriction or limitation. 9.0Audit 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. 10.0 Subletting. The CONSULTANT may 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 the City's requirements to the City's sole satisfaction. The CONSULTANT may not subcontract this Agreement or any of the services 104 of 113 109 to be provided by it without prior written consent of the City. Any assignment or subcontracting in violation hereof will be void and unenforceable. I.OUnauthorized 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 will 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, 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 in depend ent'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.OWarranty. 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 will have the right to annul this contract without liability. 13.OTermination. 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 will be payment for the work previously authorized and performed in accordance with the provisions of this AGREEMENT. Payment will be determined based on the work performed by the CONSULTANT up to the time of termination. Upon termination, the CITY will be entitled to a refund of any monies paid for any work was not performed. 14.OTerm. The initial Contract will commence on the date set forth in the Notice to Proceed and will continue until project completion, at the same terms, conditions and prices. This AGREEMENT will remain in force until the end of the term, which includes all authorized renewals, or unless otherwise terminated by the CITY. 5.013efault. 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 will not be entitled to any consequential or delay damages. In the event partial payment has been made for such professional services not completed, the CONSULTANT must 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 will bear its own costs and legal fees. 16.01nsurance and Indemnification. The CONSULTANT agrees to comply with CITY's Insurance and Indemnification requirements that are set forth in Exhibit 2 which is identical to RFQ Exhibit 2 105 of 113 110 17.OAgreement Not Exclusive. Nothing in this AGREEMENT is intended to prevent the CITY from employing other CONSULTANTS to perform the same or similar services. 18.0Codes, Ordinances and Laws. The CONSULTANT agrees to abide and be governed by all duly promulgated and published municipal, County, state and federal codes, statutes, 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 solicitation applicable to this AGREEMENT. 19.OTaxes. CONSULTANT is responsible for payment of all federal, state, and/or local taxes related to the Work, inclusive of sales tax if applicable. 20.ODrug Free Workplace. CONSULTANT must comply with CITY's Drug Free Workplace policy which is made a part of this AGREEMENT by reference. 21.01ndependent Contractor. CONSULTANT is an independent entity under this AGREEMENT, and nothing contained herein will be construed to create a partnership, joint venture, or agency relationship between the parties. 22.ODuties and Responsibilities. CONSULTANT agrees to provide its services during the term of this AGREEMENT in accordance with all applicable laws, rules, regulations, of the federal, state, and City, which may be applicable to the service being provided. 23.01-icenses and Certifications. CONSULTANT must secure all necessary business and professional licenses at its sole expense prior to executing the AGREEMENT. 24.00hange Orders: No additional Work or extras may be done unless the same is duly authorized in writing and in advance of the work by the City Manager and in accordance with the Contract Documents and approved by the City Attorney as to form and legality. However, the City Manager's authority to approve a change in the work may not exceed $5,000 in total, taking into consideration all the prior changes, if any. 25.OEntire 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, whether written or oral. This Agreement may not be modified or amended except in writing, signed by both parties hereto. If this agreement is required to be approved by the City Commission, then upon approval by resolution of the City Commission, the City Commission will be deemed to be a party hereto. This Agreement is binding upon and inures 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 will be valid or binding unless it complies with this paragraph. This agreement, in general, and this paragraph may not be modified or amended by acts or omissions of the parties. If this Agreement was required by ordinance or the City Charter to be approved by the City Commission, no amendment to this Agreement will be valid unless approved by the City Commission. 26.0 u 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 1Q6of113 111 respect to any action, proceeding, lawsuit or counterclaim arising out of this AGREEMENT or the performance of the Work thereunder. 27.OValidity of Executed Copies. This AGREEMENT may be executed in several counterparts, each of which will be construed as an original. 28.0Rules 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. 29.OSeverability. If any term or provision of this AGREEMENT or the application thereof to any person or circumstance are, to any extent, deemed to 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, will not be affected thereby and each and every other term and provision of this AGREEMENT will be valid and enforceable to the fullest extent permitted by law. 30.00umulative 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, will be in addition to, and will 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 Agreement, or existing in law or in equity, it will 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, will be exclusive of any other available remedy or remedies, but each and every such remedy will be cumulative and will 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 may impair any such right or power nor may it 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. 31.ONon-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 will 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 breach or default will not act as a waiver of any subsequent breach or default. 32.ONo Discrimination and Equal Employment: No action may 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, 107 of 113 112 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 must 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 follows all applicable regulations and laws governing employment practices. 33.OGoverning 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. 34.OEffective Date. This AGREEMENT will 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 or City Ordinance, and the effective date will be the date of its execution by the last party so executing it. 35.OThird Party Beneficiaa. It is specifically understood and agreed that no other person or entity may be a third party beneficiary hereunder, and that none of provisions of this AGREEMENT are for the benefit of or be enforceable by anyone other than the parties hereto, and that only the parties hereto will have any rights hereunder. 36.OFurther Assurances. The parties hereto agree to execute all other and further documents as might be reasonably necessary to ratify, confirm, and effectuate the intent and purposes of this AGREEMENT. 37.OTime of Essence. Time is of the essence of this AGREEMENT. 38.Olnterpretation. This AGREEMENT may not be construed more strongly against either party hereto, regardless of who was more responsible for its preparation. 39.0Force Majeure. Neither party hereto may 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 must notify the other of any such occurrence. 40.0Subcontracting: If allowed by this Agreement, the CONSULTANT will 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' and subconsultants' agreements, if allowed by this Agreement, must be approved by the City. The CONSULTANT must 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. 108of 113 113 4 LOPublic Records: CONSULTANT and all of its subcontractors are required to comply with the public records law (s.1 19.0701) while providing goods and/or services on behalf of the CITY and the CONSULTANT, under such conditions, must incorporate this paragraph in all of its subcontracts for this Project and must: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order 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 access to public records to be inspected or copied within a reasonable time on the same terms and conditions that the public agency would provide the records and 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 CONSULTANT does not transfer the records to the public agency; (d) Upon completion of the contract, Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the CONSULTANT or keep and maintain public records required by the public agency to perform the service. If the CONSULTANT transfers all public records to the public agency upon completion of the contract, the CONSULTANT will, upon Termination of the contract, destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the CONSULTANT keeps and maintains public records upon completion of the contract, the CONSULTANT must 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 CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 305-663-6340; E-mail: npavne(7a southmiamifl.eov; 6130 Sunset Drive, South Miami, FL .33143. 42.ONotices. Whenever notice is required or permitted herein, it must be delivered by hand delivery, e-mail (or similar electronic transmission), facsimile transmission or certified mail, with return receipt requested and will 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 will not be considered to have been delivered. Notices must 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 Fax: E-mail: skamali - southmiamifl.gov With copies to: City Attorney 6130 Sunset Dr. South Miami, FL 33143 109 of 113 114 Fax: (305) 341-0584 E-mail: tpeepeaOsouthmiamifl.gov To CONSULTANT: E-mail: Fax: 43.0 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 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 is accepted and subject to the terms and conditions set forth herein. ATTESTED: 32 CONSULTANT 22 (Print Name Above) City of South Miami 32 Nkenga A. Payne, CMC Shari Kamali City Clerk City Manager 110 of 113 115 Read and Approved as to Form, Language, Legality and Execution thereof By: Thomas F. Pepe City Attorney END OF SECTION 111 of 113 116 EXHIBIT 5 City of South Miami Bid Protest Procedures RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (FORMAL PROCEDURE) PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 The following procedures will be used for resolution of protested solicitations and awards. The word "bid", as well as all of its derivations, shall mean a response to a solicitation, including requests for proposals, requests for a letter of interest and requests for qualifications. a) Notice of Intent to Protest. Any actual or prospective bidder who perceives itself to be aggrieved in connection with any formal solicitation or who intends to contest or object to any bid specifications or any bid solicitation shall file a written notice of intent to file a protest with the City Clerk's office within three calendar days prior to the date set for opening of bids. A notice of intent to file a protest is considered filed when received by the City Clerk's office by e-mail or, if hand delivered, when stamped with the City Clerk's receipt stamp containing the date and time of receipt of a notice of intent to file a protest. Any actual responsive and responsible bidder who perceives itself to be aggrieved in connection with the recommended award of a contract and who wishes to protest the award, shall file a written notice of intent to file a protest with the City Clerk's office within three calendar days after the City Commission meeting at which the recommendation is considered for action. A notice of intent to file a protest is considered filed when received by the City Clerk's office by e-mail or, if hand delivered, when stamped with the City Clerk's receipt stamp containing the date and time of receipt. b) Protest of solicitation. A protest of the solicitation or award must be in writing ("Protest Letter") and submitted to the City Clerk's office within five calendar days after the date of the filing of the notice of intent to file a protest. The Protest Letter is considered filed when the Protest Letter and the required filing fee of $1,000 are both timely received by the City Clerk's office. In order for the Protest Letter and filing fee to be considered timely delivered by hand delivery, the date stamp of the Clerk's office must appear on the original Protest Letter and/or a copy of the Protest Letter and the date stamp must also appear on a copy of the check issued for the payment of the filing fee, or, if payment is made in cash, a receipt must be issued by the Clerk's office reflecting the date of receipt of the payment. While the Clerk may accept the Protest Letter by email, the Protest Letter shall not be considered to be timely received until and unless the required filing fee of $1,000 is received by the City Clerk's office and, if payment is in cash, a receipt is issued with the date of the receipt of payment, or if payment is by check, a copy of the check is stamped by the Clerk with the date stamp of the Clerk's office showing the date of receipt. The Protest Letter shall state with particularity the specific facts and law upon which the protest is based, it shall describe and attach all pertinent documents and evidence relevant and material to the protest and it shall be accompanied by any required filing. The basis for review of the protest shall be the documents and other evidence described in and attached to the Protest Letter and no facts, grounds, documentation, or other evidence not specifically described in and attached to the Protest Letter at the time of its filing shall be permitted or considered in support of the protest. c) Computation of time. No time will be added to the above time limits for service by mail. The last day of the period so computed shall be included unless it is a Saturday, Sunday, or legal holiday in which event the period shall run until the next day which is not a Saturday, Sunday, or legal holiday. 112 of 113 117 d) Challenges. The written protest may not challenge the relative weight of the evaluation criteria or any formula used for assigning points in making an award determination, nor shall it challenge the City's determination of what is in the City's best interest which is one of the criteria for selecting a bidder whose offer may not be the lowest bid price. e) Authority to resolve protests. The Purchasing Manager, after consultation with the City Attorney, shall issue a written recommendation within ten calendar days after receipt of a valid Protest Letter. Said recommendation shall be sent to the City Manager with a copy sent to the protesting party. The City Manager may then, submit a recommendation to the City Commission for approval or disapproval of the protest, resolve the protest without submission to the City Commission, or reject all proposals. f) Stay of procurement during protests. Upon receipt of a timely, proper and valid Protest Letter filed pursuant to the requirements of this section, the City shall not proceed further with the solicitation or with the award or execution of the contract until the protest is resolved by the City Manager or the City Commission as provided in subsection (e) above, unless the City Manager makes a written determination that the solicitation process or the contract award must be continued without delay in order to avoid potential harm to the health, safety, or welfare of the public or to protect substantial interests of the City or to prevent youth athletic teams from effectively missing a playing season. END OF DOCUMENT 113 of 113 118 riusurtuvi� R� �.k moo a r, CITY OF SOUTH MIAMI I RFQ #PW2020-24 PEDESTRIAN BRIDGE SCOPE OF SERVICES / MAN HOUR ESTIMATE A&P CONSULTING TRANSPORTATION ENGINEERS, CORP. „9 A H 8935 N.W. 35' Lane, Suite 200 Doral, Florida 33172 January 26, 2021 City of South Miami 6130 Sunset Drive South Miami, FI 33143 Re: Pedestrian Bridge Over US1 ar SW 71" Street RFQ PW 2020-24 Dear Mr. Carmenates, A & P Consulting Transportation Engineers is pleased to present our Scope of Services to provide Engineering Design Services during the Design phase of the proposed pedestrian bridge over US 1 /SR 5 at SW 71" Street. BACKGROUND: The City of South Miami would like to construct a pedestrian bridge over US I/SR 5 at SW 71" Street consisting of a single span steel structure enhanced with ornamental cladding comprised of elevator towers, machine rooms, and stair ramps on the north and south sides of US 1. The purpose of the project is to provide a link between the Miami Dade County Department of Transportation and Public Works (DTPW) South Miami Metro Rail station and the South Miami downtown area. The project will convert SW 7 1 " Street to a one-way EB roadway to accommodate the elevator towers and stairs on the south side of US 1. The design phase has a duration of 300 calendar days. SERVICES TO BE PERFORMED: A&P Consulting Transportation Engineers has been selected by the City of South Miami to provide the following design services. Listed below are the services to be performed as part of this Task. • Architecture — V3Architectural Group • Structural Design — APCTE • Roadway, Temporary Traffic Control, and Signing and Pavement Markings - APCTE • Drainage - APCTE • Utility Coordination —APCTE • Traffic Engineering - APCTE • Mechanical and Plumbing— G&G Engineering • Geotechnical Exploration — HR Engineering Services • Surveying — GPI Geospatial • Environmental Services — Smart Sciences Environmental Consulting • Landscape Architecture — Gamler & Semler Landscape Architecture • Public Involvement —Media Relations Group • Peer Review - DRMP A&P Consulting Transportation Engineers, Corp. • w .apcte.com • info@ apcte.com • 1.877.342.8576. Office: 305.592.7283 • Fax: 305.593.1594 120 All N G SIN E PER S 8935 N.W. 35"Lane, Suite 200 Doral, Florida 33172 1.0 2.0 3.0 4.0 ARCHITECTURE: Refer to Exhibit I for a detailed description of the scope of services for Architecture. ram',_- ANN The scope of services for structures includes the preparation of Structures Plans with complete details of all structural components. Structural design calculations for structure components including elevator towers, bridge concrete supports, machine room, and stair ramps in accordance with AASHTO LRFD Bridge Design Specifications 8t' Edition, Florida Building Code (2020 Edition), FDOT Structures Design Manual (2020) and applicable FDOT Standard Plans. Project Specifications will be prepared to include FDOT Specifications and Technical Special Provisions for specialty items not covered by the FDOT Specifications. ROADWAY, TEMPORARY TRAFFIC CONTROL, AND SIGNING AND PAVEMENT MARKINGS: The Scope of Services includes the conversion of SW 7151 Street from a 2 way to one lane Eastbound. It also includes the modification of the existing curb and gutter on SR 5/ US -I / S. Dixie Highway to mitigate lateral offset issues with the bridge elevator towers and stairs. Scope included the development of a grading plan at the base of each elevator tower to provide connectivity to adjacent sidewalks and business entrances. Scope includes the development of Temporary Traffic Control plans to accommodate the bridge construction including the coordination of a staging area, pedestrian detours, and access to the adjacent properties during construction. Scope includes the development of Signing and Pavement Markings plans to account for modifications of SW 715t Street to a one-way corridor and restriping of travel lanes on SR 5/ US -I/ S. Dixie Highway to restore the existing striping condition after construction. Scope includes coordination with the Florida Department of Transportation (FDOT), City of South Miami, and Miami Dade County, to obtain any permit or certification required with to work/construct within their respective jurisdictions including, but not limited to, typical section approval, pavement design approval, approval of the Temporary Traffic Control Plan, approval of medication of the traffic pattern on SW 71 Street and approval of traffic control devices. DRAINAGE: The scope of services will include the drainage analysis and the preparation of the drainage plan components, along with the necessary quantities, QC, supervision, and coordination. Drainage of stormwater runoff from bridge deck and elevator pit discharge. Scope also includes coordination with FDOT District 6, Miami -Dade County Department of Transportation and Public Works Transit Division and City of South Miami. A&P Consulting Transportation Engineers, Corp. • w .apcte.com • info@ apcte.com • 1.877.342.8576. Office: 305.592.7283 • Fax: 305.593.1594 121 A7 I N E E R S 8935 N.W. 35"' Lane, Suite 200 Doral, Florida 33172 5.0 6.0 7.0 8.0 9.0 10.0 11.0 12.0 UTILITY COORDINATION �. The scope of services will include securing legal documents to certify utilities for letting as required by State and Federal guidelines. Implement a proactive coordination effort with all the UAO's involved in this project, taking special emphasis in "follow up" requests to obtain the Utility Clearance Certification by the 100% plans submittal. Prepare meeting agenda for Utility Kickoff Meeting,. and all required coordination with the following stakeholders within the project limits as identified under Sunshine One - Call Design Ticket 309004893: Atlantic Broadband, Comcast, City of Coral Gables, Florida City Gas, FDOT ITS D6, FPL-Distribution, FPL-Transmission, Miami Dade County -IT Dept., Level3/Century Link Now Lumen, MCI, Miami -Dade Water & Sewer, AT&T Distribution and REDFLEX Traffic. In addition, the Utility Coordination Manager (UCM) will organize meetings, produce conflict matrices, perform constructability review/field meetings, and distribute meeting minutes. TRAFFIC ENGINEERING The scope of services will include data collection and traffic analysis for the two-way to one-way EB conversion study of SW 71" Street. Collect vehicular volumes along SW 71 at Street and alternative routes to assess the impacts of the roadway conversion. Pedestrian volumes (12-hr) provided in the Feasibility Study (Reference Document) will be re -used. MECHANICAL AND PLUMBING: Refer to Exhibit I for a detailed description of the scope of services for Mechanical and Plumbing. GEOTECHNICAL EXPLORATION: Refer to Exhibit I for a detailed description of the scope of services for Geotechnical Exploration. SURVEYING Refer to Exhibit I for a detailed description of the scope of services for Surveying. ENVIRONMENTAL SERVICES Refer to Exhibit I for a detailed description of the scope of services for Environmental Services. LANDSCAPE ARCHITECTURE Refer to Exhibit I for a detailed description of the scope of services for Landscape Architecture. PUBLIC INVOLVEMENT Refer to Exhibit I for a detailed description of the scope of services for Public Involvement. A&P Consulting Transportation Engineers, Corp. • w _apcte.com • info@ apcte.com • 1.877.342.8576 • Office: 305.592.7283 • Fax: 305.593.1594 122 r� N E E R S 8935 N.W. 351" lane, Suite 200 Doral, Florida 33172 We appreciate the opportunity to present our services to you and look forward to a successful project. If you have any questions regarding this proposal, please do not hesitate to contact our office. Sincere ly, A&P Consulting Transportation Engineers OsmanDigitally signed by Y osmany Alfonso Alfonso Date: 2021.01.26 19:50:17-05'00' Osmany Alfonso, PE Senior Project Manager A&P Consulting Transportation Engineers, Corp. • w epcte.com • info@ apcte.com • 1.877.342.8576.Office: 305.592.7283 • Fax: 305.593.1594 123 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Name of Projecl. City of SauH1 Miami Pedesbian Bridge Over US 1 at SW 71 Street county MIamLDede FPN: 10000 Pap No N/A Consultant Name: A&P Consulting Transportation Engineers, Can Consultant NO.: Dale: 1,C612021 FMimnlnr A--aannan ToiProject Senior Bn Profecl PNkai Senior ar. Utility Brat...no, Er,m...i,. SWICMeel- SH Saw, Average SMfl CM.a?celi9n Hours Fmm M...... En9lneer Engmaer Engineer Engineer De+lgne Camdlnator. DnlOner Begin ... I., Intern Technician hcation 12 -SH By Colley Rare Par 39000 Si wall $5165 330A5 541 544.00 330.00 331.59 $25.85 324.25 sA.00 Summit - Activity AEIIVM Task 3. Proi General and Noted Common Tarts 132 ] 2 ] 0 ❑ 13 3 4 20 20 26 4 133 35,343 310.12 4. RoaaaWAnalysis 389 19 19 19 27 39 39 0 12 53 58 78 12 388 $15.410 We 72 5. Ron., More 148 T T 3 10 15 15 3 4 22 22 30 4 145 $5,385 $3962 6a. Door., Analyse T] 4 4 4 5 2 ] 1 2 11 tt 15 2 73 5294E 540.28 66, nminagc Plans 30 2 2 2 2 3 3 1 1 5 5 6 1 33 $1.357 541.12 1. Ulnites a a 0 0 0 0 0 0 0 0 0 0 a a so NO111101 B. Environmental Pemllls, Come mar B Clearances 0 0 0 a 0 a D 0 a a 0 0 a 0 SD poIVN1 O, Slmchips- MiseTasks. Delta . NamTech. 31l 16 15 is 22 31 31 0 9 43 42 62 0 312 $12,401 34a91 10. Stmdures- Bridge Development Repast a a 0 0 0 a 0 0 0 0 0 a a 0 w NOhNor 11. Slrudures - Temporary Bride 0 0 0 0 0 a o 0 0 0 0 0 0 0 SO WIVNr 12. Slrndi- Shen Span Genets Brid98 a 0 0 0 0 0 0 0 0 0 0 0 0 0 W NOW111 13, Swauras- Waum Span Cantata Sides D a 0 0 0 0 0 0 0 0 a 0 0 o So BORN01 14, Structures - SWduel Steel Bongo 1290 65 65 65 90 129 129 26 30 194 101 258 39 Tn3 351,570 539.BB 15. Sbudures-Se9menlel Concrole Bridge 0 0 0 0 0 0 0 0 0 0 D 0 0 0 w NONr11i. 16. Slrudures - Movable Spen 0 0 0 0 0 a 0 0 0 0 D 0 0 0 S4 Must 17. Slrudures- Ronsesg Welk 0 0 0 0 0 0 0 0 0 0 0 0 a 0 SO NDIVNI t B. Slrudures- Misalleneaus 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Sal ATIVNI 19. Spoof, B Pavement Mamng Analser 95 5 5 5 T 10 10 2 3 14 14 10 3 97 $3,901 $40.21 20, Span, B Pavement Marking Plans 30 2 2 2 2 3 ] 1 1 5 5 6 1 33 31.357 $41.12 21. Sgnabzalian Anetysis 0 a D 0 0 0 0 0 0 0 0 0 0 0 SO Ni 22. Sgnebzater Plans 0 0 D 0 0 0 0 a 0 0 0 0 0 0 w NDNNI 23, LOhbrp Analysis 0 0 0 0 0 0 0 0 0 0 a 0 0 0 w NDIVNI 24, Lghlirg Pons 0 0 0 0 0 0 0 0 0 0 D 0 0 0 SO thi 25. Lardaaepe ArcmIbcme Analyse 0 0 0 0 0 0 0 0 0 0 0 0 0 0 w YDNN1 26, Landscape Archllectwo Plans 0 0 0 a 0 a 0 0 0 0 0 0 0 0 N NDIVNI by, Survey B ielo B Office Support 0 0 0 a a D 0 0 0 0 D D a 0 30 NDNmi 28, PM1Mogrammelry 0 0 0 0 0 D 0 0 0 0 0 0 a 0 W SDIVA01 28. Mapping 0 0 0 0 0 0 0 0 0 0 0 0 0 0 30 VDIVNi 30, Tanese-al Mobile LIOAR 0 0 0 a B 0 0 0 0 0 0 0 a 0 SO MDIVNI 31, Architecture Dewlopmenl 372 19 IQ 19 26 37 37 i II 58 56 74 11 372 $14.373 $3918 32, Noise Barriers Impact Design Assessment 0 0 0 0 0 0 B 0 0 0 0 0 a 0 30 Atli 33. Infl,11 nl Transpaadwn Systems Analysis 0 0 0 0 0 0 0 0 0 0 0 0 0 0 30 NONNI 34. Intellgenl Trampaaalen Systems Plans 0 0 0 0 0 0 0 0 0 a D 0 0 0 W 9ONra1 35. Geolechnical 0 0 0 0 a 0 0 0 0 a 0 0 0 0 SO Alli Total Staff Hoar. 2670 tb tall 110 M 282 267 50 S6 432 432 574 N 2.080 Tolalst Coal 513.140.0E 1 31053642 1 393441)(1 1 310330.0D 1 $10.801 1 $13839JA 32,600A2 $2.530.00 S13,646.58 S12A6320 1 514,2065E S1,120ed 1 $113026.61 339.91 Survey Field Days by Subansuhanl 4-Person Crew: Notes. I. This sheet to be used by Prime Consultant to calculate the Gram Total fee. 2. MenuslM enter lee from each submnsultanl. Unused subrareuXanl ems may be hidden. Check= 3115,=111 SALARY REL TED COSTS: SI15,02561 OVERHEAD 150.00% S172,539.92 OPERATING MARGIN: 50.00 FCCM g edllOe' Capllsl Cost Money). 30,00 Lbh$Dad EXPENSES: m Svey(Pok!-It by Prime)ys me) a da®rew S - Iday SO60 SUBTOTAL ESTIMATED FEE: Idlyr SS6S Subcorounenl V3 we Do000 SUManauBam: DSLA SIL340.00 Subwnsugem: HIRES 339934.9E SubwmultanC GPI 313,B24.00 Subwnsultent Brand 56527.5E SubconsulMnl: GSO a15dDdd0 SuawnWhol: MRG 530,000,00 Submnsuhenl: DRMP sigao W SUBTOTAL ESTIMATED FEE: $495,491 Gectechnlcal Field and Lab Testing SO.OD SUBTOTAL ESTIMATED FEE: $435.492.93 opbond semces SOOd GRAND TOTAL ESTIMATED FEE: 305,492.93 APC1F Men noun a b.vae ..aka 124 Fee Sneel - Primn Pn90 10l l 1 lr:/.rll']I 1 ]] PM SouthkIiami tl F f Irl or I,I rASANi I R INC City of South Miami Pedestrian Bridge Over US1 at SW 71st Street Architecture & Engineering Services RFQ # M 2020-24 Design Fee V3 Architectural Group 125 M E3 A R C H I T E C T U' AL B R O U P A R C H I T E C T U a c F L .1 N N I N p I N T 'c .'i 1 0 .l 9 DATE: 01.26.21 FROM: Jose A. Vidal, AIA, LEED AP TO: Mr. Antonio G. Acosta A&P Consulting Transportation Engineers 8935 N.W. 35st Lane, Suite 200 Dora], Florida 33172 AGAcostaaAPCTE.com REGARDING: RFQ # PW2020-24.16.05: South Miami Pedestrian Bridge Design Services In response to your request for Architectural Services for a new Pedestrian Bridge in the City of South Miami, Florida, V3 Architectural Group, Inc. is pleased to submit this proposal. Scope of services • Architectural services inclusive of: Bridge Conceptual Design based on A&P's Selected Structural System. One revision to original Conceptual Design based on City of South Miami's Staff comments. One revision to Conceptual Design approved by City of South Miami's Staff based on additional comments to address Community Involvement. • Client IAOC Meetings. • Community Involvement Meetings. • 3D Modeling (mass modeling). • Renderings. • Written Architectural Specifications for Architectural portion to be provided to A&P for their inclusion • Assistance with all comments from all County, State and Federal agencies pertinent to our agreed upon scope of work Schematic Design Phase Prepare Schematic Design drawings in sufficient detail to describe the scale and quality of the project. Design to be approved by client prior to commencement of additional phases. Design Development Phase Prepare Design Development drawings. Design Development drawings to be approved by client prior to commencement of contract documents. Contract Documents Develop "Contract Documents" describing in detail all aspects of the project required to achieve a building permit. Architect will coordinate and address all comments from all County, State and Federal agencies pertinent to our agreed upon scope of work. Exclusions to Scope of Services Scope of work not included: • Construction Administration • Civil Engineering • Landscape Architecture • Structural Engineering • Mechanical Engineering • Electrical Engineering • Plumbing Engineering 1 394.4 SW S T H STREET SUITE 206 M I A M I, F-L 33 1 B 4 ❑: 305.559.1496 I F: 1 .BBB.276.495 I WWW.V3ARCHITECTURALGROUP.C❑ 126 PAGE 2 I 6 Arborist Report • Fire Sprinkler Drawings • Surveying. To begin project a CADD survey is to be provided to V3 Architectural Group. • Tree Survey. Update of record documents (including incorporation of RFI information) into approved permit drawings. • Specialty consultants including but not limited to o Acoustical engineering o LV and Security system o Building automation and controlled lighting o IT o Value Engineering 93 Permit Expediter (Submitting and Pick-up of Plans to the City) All printing, reproduction costs, courier, overnight deliveries, and postage will be billed at 1.2 cost Geotechnical, Environmental Reports, X-Ray testing Fire Sprinkler Flow Test Site Lighting / Photo metrics Permit Fees Inspections *Appearances at public hearings for zoning issues, variances or for any other purpose other than for standard required meetings for building permit will be performed on an hourly basis at Client's direction. Payment Terms: Payment shall be made in full, net 10 days. The Design Professional shall be entitled to collect from the Client attomey's fees, court costs and expenses associated with collection of fees. If payment is not received by the V3 Architectural Group within ten (10) calendar days of the due date, invoices shall bear interest at one -and -one- half (1.5) percent (or the maximum rate allowable by law, whichever is less) of the PAST DUE amount per month, which shall be calculated from the invoice due date. Payment thereafter shall first be applied to accrued interest and then to the unpaid principal. Professional Fees and Pavment Schedule Commencement of Schematic Design Phase (30%) Submission: $ 24,000.00 Commencement of Design Development Phase (60%) Submission: $ 24,000.00 Commencement of Construction Documents Phase (90%) Submission: $ 24,000.00 Completion of Construction Documents Phase (100%) Submission: $ 8,000.00 Total Services Fees: $ 80,000.00 To commence project please issue retainer check in the amount of: $ 24,000.00 Construction Administration services are not included in V3's scope of services. Construction Administration Services may be negotiated on an hourly or lump sum basis if required. Owner changes after approval will be considered additional services. Additional Services will be billed at a rate of $200.00/hour for principal and $100.00/ hour for drafting. All Building Department Comments will be addressed as part of overall fee. If it becomes necessary for portions of our services to be performed four (4) months after the date of this proposal, our fee for those services will be adjusted to reflect increases in our standard billing rates at that time. Also, if contract is not executed within a (4) month period, this document will become void. OWNER'S RESPONSIBILITIES Unless otherwise provided for under this Agreement, the Owner shall provide information in a timely manner regarding requirements for and limitations on the Project, including a written program which shall set forth the Owner's objectives, schedule, constraints and criteria, including space requirements and relationships, flexibility, expandability, special equipment, systems and site requirements. Within 15 days after receipt of a 1 3944 SW 87H STREET SUITE 206 MIAM1, FL_ 33 1 84 1 0: 305.559.1496 1 F: 1.888.276.495 1 WWW.V3ARCHITECTLlRALGROUP.00.27 PAGE: 3 I 6 written request from the Architect, the Owner shall furnish the requested information as necessary and relevant for the Architect to evaluate, give notice of or enforce lien rights. The Owner shall establish and periodically update the Owner's budget for the Project, including (1) the budget for the Cost of the Work; (2) the Owner's other costs; and, (3) reasonable contingencies related to all of these costs. If the Owner significantly increases or decreases the Owner's budget for the Cost of the Work, the Owner shall notify the Architect. The Owner and the Architect shall thereafter agree to a corresponding change in the Project's scope and quality. The Owner shall identify a representative authorized to act on the Owner's behalf with respect to the Project. The Owner shall render decisions and approve the Architect's submittals in a timely manner in order to avoid unreasonable delay in the orderly and sequential progress of the Architect's services. The Owner shall furnish surveys to describe physical characteristics, legal limitations and utility locations for the site of the Project, and a written legal description of the site. The surveys and legal information shall include, as applicable, grades and lines of streets, alleys, pavements and adjoining property and structures; designated wetlands; adjacent drainage; rights -of -way, restrictions, easements, encroachments, zoning, deed restrictions, boundaries and contours of the site; locations, dimensions and necessary data with respect to existing buildings, other improvements and trees; and information concerning available utility services and lines, both public and private, above and below grade, including inverts and depths. All the information on the survey shall be referenced to a Project benchmark. The Owner shall furnish services of geotechnical engineers, which may include but are not limited to test borings, test pits, determinations of soil bearing values, percolation tests, evaluations of hazardous materials, seismic evaluation, ground corrosion tests and resistivity tests, including necessary operations for anticipating subsoil conditions, with written reports and appropriate recommendations. In addition, if any other conditions arise during the project which require testing Owner agrees to pay for same. The Owner shall coordinate the services of its own consultants with those services provided by the Architect. Upon the Architect's request, the Owner shall furnish copies of the scope of services in the contracts between the Owner and the Owner's consultants. The Owner shall furnish the services of consultants other than those designated in this Agreement, or authorize the Architect to furnish them as an Additional Service, when the Architect requests such services and demonstrates that they are reasonably required by the scope of the Project. The Owner shall require that its consultants maintain professional liability insurance as appropriate to the services provided. The Owner shall furnish tests, inspections and reports required by law or the Contract Documents, such as, but not limited to structural, mechanical, and chemical tests, tests for air and water pollution, and tests for hazardous materials. The Owner shall furnish all legal, insurance and accounting services, including auditing services, that may be reasonably necessary at any time for the Project to meet the Owner's needs and interests. The Owner shall provide prompt written notice to the Architect if the Owner becomes aware of any fault or defect in the Project, including errors, omissions or inconsistencies in the Architect's Instruments of Service. Failure to do so, in writing, within 10 days, will result in owners waiver of any claims resulting from any error or omission. Except as otherwise provided in this Agreement, or when direct communications have been specially authorized, the Owner shall endeavor to communicate with the Contractor and the Architect's consultants through the Architect about matters arising out of or relating to the Contract Documents. The Owner shall promptly notify the Architect of any direct communications that may affect the Architect's services. Before executing the Contract for Construction, the Owner shall coordinate the Architect's duties and responsibilities set forth in the Contract for Construction with the Architect's services set forth in this Agreement. The Owner shall provide the Architect a copy of the executed agreement between the Owner and Contractor, including the General Conditions of the Contract for Construction. 1 3944 SW 8TH STREET SUITE 206 MIAMI, FL- 33 1 8a 1 O: 305.559.1496 1 F: 1.888.276.495 I WWW.V3ARCHITECTURALGROUP.CO.?$ PAGE 4 1 6 The Owner shall provide the Architect access to the Project site prior to commencement of the Work and shall obligate the Contractor to provide the Architect access to the Work wherever it is in preparation or progress. V3 is relying on the Owner or his construction or cost estimating consultants for ongoing, timely analysis of the Project Construction cost. Since V3 has no responsibility for construction costs or contractor's prices, any cost estimates are made or reviewed by V3 on the basis of V31s experience and judgment as a Design professional, but V3 does not and cannot guarantee that contractor's proposals, bids, or costs will not vary from such estimates In order to distribute computer files containing V3 drawings (or documents), to a third party, an "AGREEMENT FOR USE OF COMPUTER FILES FROM V3 ARCHITECTURAL GROUP, INC." must be obtained from the third party, and immediately e-mailed to our office. We do not assume any responsibility from any person, or company, that receives our computer files. OWNERSHIP OF DOCUMENTS The Architect and the Architect's consultants shall be deemed the authors and owners of their respective Instruments of Service, including the Drawings and Specifications, and shall retain all common law, statutory and other reserved rights, including copyrights. Submission or distribution of Instruments of Service to meet official regulatory requirements or for similar purposes in connection with the Project is not to be construed as publication in derogation of the reserved rights of the Architect and the Architect's consultants. In the event the Owner uses the Instruments of Service without retaining the author of the Instruments of Service, the Owner releases the Architect and Architect's consultant(s) from all claims and causes of action arising from such uses. The Owner, to the extent permitted by law, further agrees to indemnify and hold harmless the Architect and its consultants from all costs and expenses, including the cost of defense, related to claims and causes of action asserted by any third person or entity to the extent such costs and expenses arise from the Owner's use of the Instruments of Service under this agreement. Except for the licenses granted in this section, no other license or right shall be deemed granted or implied under this Agreement. The Owner shall not assign, delegate, sublicense, pledge or otherwise transfer any license granted herein to another party without the prior written agreement of the Architect. Any unauthorized use of the Instruments of Service shall be at the Owner's sole risk and without liability to the Architect and the Architect's consultants. Should owner terminate Architect without cause, Owner shall pay Architect for all work performed up to and including services and phases of plans provided plus a fee of $1,000 to use said documents for this specific project only. Failure to pay said fee shall result in Owner not being able to use said plans and specifications. Is] W;1I►', ZI1111 I Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to any litigation. If mediation does not resolve said dispute then a claim shall be brought in Miami -Dade County Court. TERMINATION OR SUSPENSION If the Owner fails to make payments to the Architect in accordance with this Agreement, such failure shall be considered substantial nonperformance and cause for termination or, at the Architect's option, cause for suspension of performance of services under this Agreement. If the Architect elects to suspend services, the Architect shall give seven days' written notice to the Owner before suspending services. In the event of a suspension of services, the Architect shall have no liability to the Owner for delay or damage caused the Owner because of such suspension of services. Before resuming services, the Architect shall be paid all sums due prior to suspension and any expenses incurred in the interruption and resumption of the Architect's services. The Architect's fees for the remaining services and the time schedules shall be equitably adjusted. If the Owner suspends the Project, the Architect shall be compensated for services performed prior to notice of such suspension. 13944 SW 8TH STREET SUITE 206 MIAMI, FL_ 33 1 S a 129 0: 305.559.1496 1 F: 1.888.276.495 1 WWW.V3ARCHITECTLIRALGROUP.00. PAGE 5 I 6 If the Owner suspends the Project for more than 90 cumulative days for reasons other than the fault of the Architect, the Architect may terminate this Agreement by giving not less than seven days' written notice. Either party may terminate this Agreement upon not less than seven days' written notice should the other party fail substantially to perform in accordance with the terms of this Agreement through no fault of the party initiating the termination. SUBMITTALS Shall V3 Architectural Group, Inc. be contracted to perform Construction Administration, in accordance with the Architect -approved submittal schedule, the Architect shall review the Contractor's submittals such as Shop Drawings, Product Data and Samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. Review of such submittals is not for the purpose of determining the accuracy and completeness of other information such as dimensions, quantities, and installation or performance of equipment or systems, which are the Contractor's responsibility. The Architect's review shall not constitute approval of safety precautions or, unless otherwise specifically stated by the Architect, of any construction means, methods, techniques, sequences or procedures. The Architect's approval of a specific item shall not indicate approval of an assembly of which the item is a component. If the Contract Documents specifically require the Contractor to provide professional design services or certifications by a design professional related to systems, materials or equipment, the Architect shall specify the appropriate performance and design criteria that such services must satisfy. The Architect shall review Shop Drawings and other submittals related to the Work designed or certified by the design professional retained by the Contractor that bear such professional's seal and signature when submitted to the Architect. The Architect shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications and approvals performed or provided by such design professionals. Shall V3 Architectural Group, Inc. be contracted to perform Construction Administration, in accordance with the Architect -approved submittal schedule, any shop drawings submitted by the contractor shall be reviewed, signed and stamped by the GC prior to submission to Architect. If they are not reviewed, signed and stamped prior to submission to Architect, then Architect shall reject same. Architect shall respond no later than 10 business days after receipt of the shop drawings submittal. Shall V3 Architectural Group, Inc. be contracted to perform Construction Administration, the Architect shall review and respond to requests for information about the Contract Documents. Requests for information shall include, at a minimum, a detailed written statement that indicates the specific Drawings or Specifications in need of clarification and the nature of the clarification requested. Requests for information shall also include a proposed plan and method to resolve the issue contained within the Request for information by the Client's General Contractor or Architect shall reject same. The Architect's response to such requests shall be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If appropriate, the Architect shall prepare and issue supplemental Drawings and Specifications in response to requests for information. However, the Architect shall respond no later than 10 business days after receipt of the RFI. If V3 Architectural Group, Inc.'s services include the preparation of documents to be used for construction and the V3 is not retained to make periodic site visits, the Client assumes all responsibility for interpretation of the documents and for construction observation, and the Client waives any claims against the Consultant in any way connected thereto. INSURANCE The Architect shall maintain the following insurance for the duration of this Agreement. If any of the requirements set forth below exceed the types and limits the Architect normally maintains, the Owner shall reimburse the Architect for any additional cost: Professional Liability $1 Million Dollars per claim with $1 Million aggregate with 0 deductible. 1 3944 SW STH STREET SUITE 206 MIAMI, FL 33 1 8a ❑: 305.559.1496 1 F: 1.888.276.495 1 WWW.V3ARCHITE1;TLIRALGR0UP.00,130 PAGE 6 16 CHANGES IN THE WORK The Architect may authorize minor changes in the Work that are consistent with the intent of the Contract Documents and do not involve an adjustment in the Contract Sum or an extension of the Contract Time. The Arch itect shall prepare Change Orders and Construction Change Directives for the Owner's approval and execution in accordance with the Contract Documents. Any change orders requiring an adjustment in Contract Sum, shall require owners prior written approval. The Architect shall maintain records relative to changes in the Work. LIMITATION OF LIABILITY AND INDEMNIFICATION Owner agrees to limit Architects liability to the total compensation for services being performed on this project. In addition, owner agrees to indemnify and defend Architect and its agents from any and all claims not resulting from Architects work, plans or specifications. If after the construction has begun, an error or omission is discovered and the item can still be provided in the planned sequence of construction without a premium cost to the Owner, then the Owner will pay for this entire item just as if it had been included in the original contract documents. If this error or omission is discovered out of sequence with the planned construction schedule resulting in a premium cost, then V3 will pay the premium cost to have this item corrected or included, while the Owner will pay the value of the item as if it had been included in the original contract documents. If such premium cost falls within two percent (2%) of the defined construction cost, then such cost shall be the responsibility of the Owner. Owner agrees, to the fullest extent permitted by law, to limit the liability of the Architect and its consultants for any all claims expenses from any cause or causes, so that the total aggregate liability of the Architect and its consultants to all those named shall not exceed the Architect's total compensation for services rendered on this project. Such claims and causes include, but are not limited to negligence, professional errors or omissions, strict liability, breach of contract or warranty. MISC. PROVISIONS The Architect shall have the right to include photographic or artistic representations of the design of the Project among the Architect's promotional and professional materials. The Architect shall be given reasonable access to the completed Project to make such representations. However, the Architect's materials shall not include the Owner's confidential or proprietary information if the Owner has previously advised the Architect in writing of the specific information considered by the Owner to be confidential or proprietary. The Owner shall provide professional credit for the Architect in the Owner's promotional materials for the Project. The Architect shall perform its services consistent with the professional skill and care ordinarily provided by architects practicing in the same or similar locality under the same or similar circumstances. The Architect shall perform its services as expeditiously as is consistent with such professional skill and care and the orderly progress of the Project. If during the course of the project errors or omissions in the plans become known as to the Architects plans and specification, Architect shall cure said error or omission at no cost to owner. V3 Architectural Group appreciates your consideration of our professional services for this project. If you agree withi the general terms of this proposal, please sign the enclosed copy and return it together with a retainer of $24, 000.00. Retainer will be credited towards the total fee. Sincerely Jose A. Vidal, AIA, LEED AP Client V3 Architectural Group, Inc. 1 3944 SW 8T1-1 STREET SUITE 206 MIAMI, FL- 33 1 8d 0: 305.559.1496 1 F: 1.888.276.495 1 WWW.V3ARCHITECTURALGR0UP.00.131 RFUN FW3020.I4.16-05:$ ,h Mum. PPORU,wB BnORR DI Services -S9 01.36.31 ...... NLOGMMMMGFEEBRFNfO Noun BRIWEMNCEPTUALD[51GNBASEOONA&P'1SfLECtEDSiRURUMLS TfM S60 $1W.BB Sm.. BRIDGE DESIGN INTEGRATION COORDINATION WITH UNDERLINE AND AOIACENT BUSINESSES 11 $IN.W SS,HA.OT INDSIL CEMENT MEETINGS TO PRESENT REVISED BRIDGE DESIGN 4 SHOW S,HG. IMPLEMENT REQUIRED MODIRWION50A5[O ON CITY OF SOON MI HEOOACR IW EITHER, SIOWOW INEML COMMUNITY MEETINGS TO PRESI NT I DBRIWE DESIGN 8 S101 SBWW IMPLEM REQUIRED MOOIFlGTIONS 0ASF0 ON COMMUNITY MEETINGS FFF004CN W $IW,0DW $6.CN.W MEET WITH WMMUNM STAKEHOLDERS FOR SECOND PRESENTATION 0 $1110.00 SBWW NETEAMMEETFIGS 24 sulaw SI403.00 CONSIRUCIIONUIXUMENTS 3M S1WW Sb.NRW TOMLHOURS 6Ba $6g,400.00 AR[NOECNMI WRIR[N SPfUHGiloxS ARCHITECTUMt WRITTEN SPECIFIGTION5 I13 WILL ISSUE SPECS TO A&P TEAM FOR THEIR IMPLEMENTATION) 60 S1W00 $6.00)00 TOTALHWRS $6.Dy.W RENOERDIGS IRE PGHS 0 51W.W SBWW FLWRPIANS 0 SIN.W SBWW ELEVATIONS .1 slooml SBWW PFRSPERIVES 31 Sm mi $33011.W TOTAL HOURS 1 561 1 WINDOOD R[IMBYRS[ARI£S APE NOi IN[W D[D ill LI CONSTURIONADMINISTRATION SHOP DRAWINGS/RFN/ CUEM MUETNGSM NOT PAWOFTHB FEE FUTURE CONSTRUCTION ADMINISIDWION(NOT PAW OF THIS FEE) 0 HOURS Sam US 0 HOURS W.W STRUMMLSUBM.0 0 HOURS RO.W WMINGWINIMAL 0 HOURS SU.W SWMGESUBMOTAL 0 HOURS $O.W SIT[MEMORIfS5UBMOTAL o HOURS W. MGCfILAHEOUSMWALSSUBMTTTAI 0 HOURS SO.W PLUMBING SUBMITTAL 0 H.I. SOW STOREMONRSUBMRTAL 0 HOURS SO.W DOOM/NARDWARESUBMSTAL 0 HOURS WED INTERMLiGMMEMNGS/FIELOREPORIIMEMNGMIN S/SSEVISM 0 NOUPS SO.W NMMTIVES / M/ M/COMPMNC[ LETTER 0 HOURS SO.W AS WLTOMWINGSAHUD003MUNTATION O HOURS SLOG TOTAL NE FEE'. $W.WOW TOTAL ARCHITECTURAL FEE: 1 $80,000.00 132 RFQN PW2020-24-16-05: South Miami Pedestrian Bridge Design Services .� 01.26 21 ... _ ARCHITECTURAL SCOPE OF SERVICES BRIDGE CONCEPTUAL DESIGN BASED ON A&P'S SELECTED STRUCTURAL SYSTEM BRIDGE DESIGN INTEGRATION WITH PROPOSED UNDERLINE DESIGN AND ADJACENT BUSINESSES INITIAL CLIENT MEETINGS TO PRESENT REVISED BRIDGE DESIGN INITIAL COMMUNITY MEETINGS TO PRESENT REVISED BRIDGE DESIGN IMPLEMENT REQUIRED MODIFICATIONS BASED ON COMMUNITY MEETINGS FEEDBACK A/E TEAM MEETINGS INTERNALTEAM MEETINGS CONSTRUCTION DOCUMENTS RENDERINGS SITE PLAN FLOOR PLANS ELEVATIONS PERSPECTIVES WRITTEN SPECIFICATIONS FOR ARCHITECTURAL PORTION ONLY AS PART OF V31S FEE NARRATIVES / QA / QC / COMPLIANCE LETTER REINOFURSEABLES NOT INCLUDED AS PART OF THIS FEE CONS RUCTION ADMINISTRATION NOT PART OF V3'S FEE. FUTURE CA TO INCLUDE RFIS STRUCTURAL SUBMITTALS METAL SUBMITTALS LIGHTING SUBMITTAL SIGNAGE SUBMITTAL SITE ACCESSORIES SUBMITTAL MISCELLANEOUS METALS SUBMITTAL PLUMBING SUBMITTAL STOREFRONTS SUBMITTAL DOORS/HARDWARE SUBMITTAL 133 City of South Miami Pedestrian Bridge Over US1 at SW 71 se Street Architecture & Engineering Services RFQ # PW2020-24 South Miami Design Fee THE CITY OF PLEASANT LIVING APCTE Tasks 3, 4, 5, 6, 7, 9, 14, 19, 20, 31 134 Palled Aotivity 3- Gonml Tasks Eclitaaloc Antonio G. Acosta. P.E. CIN at South Miami Pedeslnan Bridge Over US 1 at SW Tt Steel 10000 Representing Print Name Signature I DOW City of South Mom Aurelio Carmenates, P.E. COnsvOanl Name Antonio G. Acosta, P.E. NOTE: Sig tsum, Block la Optional, per Bisiricl Preference Task No,Duns Task Unite NPP/Units Hours/Unit To" Comment" 3.1 PubticlmoNemenl Relent to E+NMt 1 IPubllc lmoHamaati 3A.t Commnnib' Alauroas Plan US 1 0 3.1.2 N0e0caeom US 1 0 3.1.3 Pretests Wiing Usts US 1 0 3.1.4 Madan Manifestos Lou.. US 1 0 3AS IMNavay Modification" Inn. US 1 0 3.113 leleralkto,ls LS 1 0 3.1.7 Rendern, aM FN Thtouphs US 1 0 3.1.8 PoeetPoint Ptesenoeon US 1 0 III PolpfeMadrat .,,,Von. US 1 3.1.10 US 1 3A.11 Me, Agercv Meeetgs US 1 ZIC 3.1.12 Web Sdo US I 3.1 Public lnvolwin ut APLTE Men nall etbTnINMMNev 3. Project un.w T..us e0a + m z Iaarzozl 136 I . § ......i /.._. ,:| \ {! ! \\§!)!!!§!! \ / \ ! ! { f Protect Activity 4: Roadway Analysis Estimator: Antonio G. Acosta, P.E. City of South Miami Pedestrian Bridge Over US 1 at SW 71 Street 10000 Representing Print Name Signature I Date City of South Miami Aurelio Carmenates, P.E. Consultant Name Antonio G. Acosta, P.E. NOTE. Signature Block Is optional, per District preference Task No.4.1 Task Units No of Units Hounsl Unit Hours Total Comments Typical Section Package LS 3 a 24 3 typicais required (FOOTwill require) one for the bridge, are for US-1, and i for SW 71 at 4.2 Pavement Type Selection Report LS 1 0 0 NIA 4.3 Pavement Design Package LS 1 e 8 Memo required because only mining and resurfacing. 4.4 Cross -Slops Correction LS 0 0 0 NIA 4.5 Horizontal Nertical Master Design Files LS i 80 80 Lower Range for work on US-1 ago SW 71 St 4.6 Access Management LS 1 0 0 Will be done as pan of the Traffic Study 4.7 Roundabout Evaluation LS 0 0 0 4.8 Roundabout Final Design Analysis LS 0 0 0 4.9 Cross Section Design Files LS 1 24 24 agar of cross sections (300 on US-1. 300 on SW 71sty Low Range 12 cross seao. needed at 24 hour each 4.10 Traffic Control Analysis LS 1 16 16 Low Range 4.11 Master TCP Design Files LS 4 16 64 3 phases (two for US-1, One for 71 s0 plus pedesman detours 4.12 Design Variations and Exceptions LS 3 24 72 FDOTWII require one for Border Width, Lateral Offset, and lack of bicycle facility 4.13 Design Report LS 1 0 0 4.14 Quantities LS 1 16 16 Low Range 4.15 Cost Estimate LS 1 4 4 Low Range 4.16 Technical Special Previsions LS 1 a 0 Low Range 4.17 Other Roadway Analyses LS 0 0 0 Roadway Analysis Technical Subtotal 308 APCTE Man hour esvmata-JMM.xlsx 4. Roadway Anelysls Page 1 of IQ62021 137 Project Activity 4: Roadway Analysis Task No.4.18 Task Units No of Units Hours/ Unit Total Hours Comments Field Reviews LS 2 8 16 2 field review x 2 people x 4 hours 4,19 Monitor Exislmg Structures LS 1 0 0 Low Range 4.20 Technical Meetings LS 1 24 24 4.21 Oueltly Assurance/Quality Control LS % 5% 15 4.22 Independent Pear Review LS % 0% 0 4.23 Supervision LS % 5% 15 Roadway Analysis Nontechnical Subtotal 70 4.24 Coordination LS % 3% 11 4. Roadway Analysis TOW 389 Technical Meetings Units No of Units Haunt Unit Total Hours PM Attendance at Meeting Required? Number Typical Seamr EA 2 1 2 Yes 2 _ Pavement FA 1 1 1 Yes 2 Access Management EA 2 2 4 0 15%Line and Goods EA 0 0 0 Yes 2 Driveways PA 2 1 2 0 Loral Govemments aces, counties, MPO EA 5 1 5 Yes 3 Work ns Traffic Control EA 2 2 4 Yes 4 30I50/90/100% Comment Review Meetings EA 2 3 5 Yes 4 Other Meetings EA 4 2 8 Yes 4 Subtotal Technical Meetings 32 Subtotal Project Manager Meetin a 21 Progress Meetings d required by FOOT) EA 0 0 0 PM atfendance at Progress Meetings is manually severest on General Task 3 -- Phase Review Meetings EA 0 0 0 PM atfendance of Phase Review Meetings is manually entered on General Task Total Meetings 32 Total Protect Manager Meetings (carries to Tab 31 21 APCTE Man hour esomateJMM vise C Roadway Analysis Page 2 of 2 112erz021 138 Protect Activity 5: Roadway Plans Estimator: Antonio G. Acosta, P.E. City of South Miami Pedestrian Bridge Over US 1 at SW 71 Street 10000 Representing Print Name Signature I Date City of South Miami Aurelio Carmenates, P.E. Consultant Name Antonio G. Acosta, P.E. NOTE. Signature Block is optional, per District preference Task No. Task Scale Units No. of Units Sheett Hours/ Unit or Sheet Total Hours Comments 5.1 Key Sheet Sheet 1 4 4 5.2 Summary of Pay Items Including Quantity Input Sheet 0 0 0 Not an FOOT project 5.3 Typical Section Sheets 5.3.1 Typical Sections EA 3 6 18 5.3.2 Typical Section Details EA 1 4 4 5.4 General Notes/Pay Item Notes Sheet 1 a 8 5.5 Summary of Quantities Sheets Sheet 4 5 20 5.6 Project Layout Sheet 0 0 0 5.7 Plan/Profile Sheet Sheet 0 0 0 5.8 Profile Sheet Sheet 0 5.9 Plan Sheet Sheet 2 4 8 One on US-1, one on SW 71 at 5.10 Special Profile Sheet 1 8 8 Gutter Profile 5.11 Back -of -Sidewalk Profile Sheet Sheet 1 6 6 Back of sidewalk profile along Akashi 5.12 Interchange Layout Sheet Sheet 0 0 0 5.13 Ramp Terminal Details (Plan View) Sheet 0 0 0 5.14 Intersection Layout Details Sheet 0 0 0 5.15 Special Details EA 1 8 8 Grading plan of landing in front of Akashi 5.16 Cross -Section Pattern Sheets) Sheet 0 0 0 5.17 Roadway Soil Survey Sheet(s) Sheet 0 0 0 APCTE Man hour esbmateJMM.xlsx 5. Roadway Plans Page 1 of 2 1126QO21 139 Protect Activity 5: Roadway Plans Task No. Task Scale Units No. of Units or Sheet Hours/ Unit or Sheet Total Hours Comments 5.18 Cross Sections EA 12 0.25 3 12 cross secitons 5.19 Temporary Traffic Control Plan Sheets Sheet 2 6 12 For pedestrian detour and vehicular detail when placing bridge 5.20 Temporary Traffic Control Cross Section Sheets EA 0 0 0 5.21 Temporary Traffic Control Detail Sheets Sheet 3 8 24 3 MOT phases, detail and phasing notes for each 5.22 Utility Adjustment Sheets Sheet 2 3 6 Valve, manhole adjustments/ reflect other relocations 5.23 Selective Clearing and Grubbing Sheet(s) Sheet 0 0 0 5.24 Project Network Control Sheet(s) Sheet 1 1 1 Sheet to be provided by suevey 5.25 Environmental Detail Sheets Sheet 0 0 0 5.26 Utility Verification Sheet(s) (SUE Dale) Sheet 1 4 4 Placement of SUE in sheets Roadway Plans Technical Subtotal 134 5.27 Quality Assurance/Quaky Control LS % 5% 7 5.28 Supervision LS % 5% 7 S. Roadway Plans Total 148 APCTE Man hour asfimate-JMM.xlax 5. Roadway Plans Page 2 of 2 112612021 140 Protect Activity 6a: Drainage Analysis Estimator: City of South Miami Pedestrian Bridge Over US 1 at SW 71 Street 10000 Representing Print Name Signature I Date City of South Miami Aurelio Carmenates, P.E. Consultant Name Antonio G. Acosta, P.E. NOTE: Signature Block is optional, per District preference Task No.6a.1 Task Units No of Units Hours/ Unit TotalHour Comments Drainage Map Hydrology Per Map 0 6a.2 Base Clearance Repon Per Location 0 6a.3 Pond Siting Analysis and Report Per Basin 0 6a.4 Design of Cross Drains EA 0 6a.5 Design of Ditches Per Ditch Mile 0 fie.6 Design of Stormwater Management Facility (Oksite or Infield Pond) EA 0 6a.7 Design of Stormwater Management Facility (Roadside Ditch as Linear Pond) Per Cell 0 6a.8 Design of Fioodplain Compensation Per Floodplain Basin 0 6a.9 Design of Storm Drains EA 0 6a.10 Optional Culvert Material EA 2 0.25 1 6a.11 French Drain Systems Per Cell 1 8 8 6a.12 Drainage Wells EA 0 6a.13 Drainage Design Documentation Report LS 1 32 32 6a.14 Bridge Hydraulic Report EA 0 APCTE Man trour esumat"MM.xtsx 6a. Drainage Analyse 1 at 2 1/82021 141 Project Activity 6a: Drainage Analysis Task No.6a.15 Task Units No of Units Hoursl Unit Huun Comments Temporary Drainage Analysis LS 0 6a.15 Cost Estimate LS 0 6a.17 Technical Special Provisions LS 0 6a.18 Other Drainage Analysis LS 0 Drainage Analysis Technical Subtotal 41 6a.19 Field Reviews LS 1 8 8 6a.20 Technical Meetings LS 1 16 16 Meeting are listed below 6a.21 Environmental Look -Around (ELA) Meeting LS 0 69.22 Quality Assurance/Quality Control LS % 7% 3 68.23 Independent Peer Review LS % 0% 0 6a.24 Supervision LS % 7 % 3 Drainage Analysis Nontechnical Subtotal 30 5a.25 Coordination LS % 3% 2 6a. Drainage Analysis Total 73 Technical Meetings Units No of Units Houni Unit Total Hours PM Attendance at Meeting Required? Number Base Clearance Water Elevation EA 0 0 Pond Siting EA 0 0 Agency EA 0 0 Local Governments (cities, counties) EA 1 4 4 0 FDOT Drainage EA 0 0 Other Meetings EA 0 0 Subtotal Technical Meetings 4 0 Progress Meetings (i1 required by FDOT) EA 0 PM attendance at Progress Meetings is manually entered on General Task 3 -- Phase Review Meetings EA 3 4 12 PM attendance at Phase Review Meetings is manually entered on General Task 3 - Total Meetings 16 Total Project Manager Meetings (carries to Tab 3)1 0 APCTE Man hour estimate-JMM.xisx 6a. Drainage Analysis 2 of 2 1IW2021 142 6b. Drainage Plans Estimator. City of South Miami Pedestrian Bridge Over US 1 at SW 71 Street 10000 Representing Print Name Signature I Date City of South Miami Aurelio Carmenales. P.E. Consultant Name Antonio G. Acosta, P.E. NOTE: Signature Block is optional, per District preference T Task No. Teak Scale Units No. Unit o or Sheet Houral Unit or Sheet Total Hours Comments 6b.1 Drainage Map (Including Interchanges) Sheet 0 6b.2 Bridge Hydraulics Recommendation Sheets Sheet a 6b.3 Summary of Drainage Structures Sheet 1 4 4 6bA Optional Pipe/CUlved Material Sheet 1 4 4 6b.5 Drainage Structure Sheets) (Per Structure) EA 1 2 2 6b.6 Miscellaneous Drainage Detail Sheets Sheet 1 4 4 Included French dram a Scupper details 6b.7 Lateral Ditch PlanfProfila Sheet 0 6b.B Lateral Ditch Cross Sections EA 0 6b.9 RetentioNDetentian Ponds Detail Sheets) Sheet 0 611 Retention Pond Cress Sections EA 0 6b.11 Erosion Control Plan She is) Sheet 0 6b.12 SWPPP Sheets) Sheet 2 6 12 Drainage Plans Technical Subtotal 26 6b.13 Duality Assuramel0uality, Control LS % 7°6 2 6b.14 Supervision LS % 7% 2 6. Drainage Plans Total 30 APCT Man hour eshmah JMM.xlsx fib. Drainage Plans Page 1 of 1 14312021 143 Protect Activity 7: Utilities Estimator: Lisette Guon, E.I. City of South Miami Pedestrian Bridge Over US 1 at SW 71 Street 10000 Representing Print Name Signature I Date City of South Miami Aurelio Carmenates, P.E. Consultant Name Antonio G. Acosta, P.E. NOTE., Signature Block is optional, per District preference TNo. Task Units No of Units Hours/ Unit Total Hours Comments 7.1 Utility Kickoff Meeting LS 1 3 3 Meeting is listed below 7.2 Identify Existing Utility Agency Owners) LS 1 4 4 7.3 Make Utility Contacts LS 1 24 24 7A Exception Processing LS 1 0 0 7.5 Preliminary Utility Meeting LS 1 2 2 Meeting is listed below 7.6 Individual/Field Meetings LS 1 2 2 Meetings are listed below 7.7 Collect and Review Plans and Data from UAO(s) LS 1 6 6 7.8 Subordination of Easements Coordination LS 1 0 0 7.9 Utility Design Meeting LS 1 4 4 Meeting is listed below 7.10 Review Utility Markups & Work Schedules, and Processing of Schedules & Agreements LS 1 8 8 APCTE Man hour estimate-JMM.xlsx 7. Utilities Page i of 2 1IW2021 144 Protect Activity 7: Utilities 7.11 Utility Coordination/Followup LS 1 12 12 7.12 Utility Constructability, Review LS 1 0 0 7.13 Additional Utility Services LS 1 0 0 7.14 Processing Utility Work by Highway Contractor(UWHC) LS 1 0 0 7.15 Contract Plans to UAO(s) LS 1 4 4 7.16 Certification/Close-Out LS 1 4 4 7.17 Other Utildies LS 7 0 0 7. Utilities Total 84 Technical Meetings Units No of Units Hours/ Unit Total Hours PM Attendance at Meeting Required? Number Kickoff (see 7.1) EA 1 2 2 0 Preliminary Meeting EA 1 0 0 0 Permit Coordination Meetings FA 1 3 3 0 Field Visits Meetings PA 1 3 3 0 Design Meeting FA 1 3 3 0 Other Meetings (this is automatically added into Utilities Total (Cell F27)) EA 0 0 0 Total Meetings 1 11 Total Project Manager Meetings (carries to Tab 3) 0 APCTE Man hour estimate-JMM.xlsx 7. Utilities Page 2 of 2 11812021 145 P ect Ac i 9: Structures Summary and Miscellaneous Tasks and Drawings Estimator: City of South Miami Pedestrian Bridge Over US 1 at SW 71 Street 10000 Representing Print Name Signature I Date City of South Miami Aurelio Carm mates, P.E. Consultant Name Antonio G. Acosta, P.E. NOTE: Signature Block is optional, per District preference Task No. Task Units Design and Production Stafthours Comments No. of Untie urs per HoUnit No. of Sheets Total General Drawings 9.1 Key Sheet and Index of Dravnngs Sheet 1 8 1 e 9.2 Protect Layout Sheet 0 0 0 9.3 Genaral Notes and Bid Item Notes Sheet 2 8 2 16 9.4 Miscellaneous Common Details Sheet 1 4 1 4 9.5 Incorporate Report of Core Springs Sheet 2 2 2 4 9.6 Existing Bridge Plans LS 0 0 9.7 Assemble Plan Summary Boxes and Guenlilies LS 0 0 9.8 Coat Estimate LS 1 24 24 9.9 Technical Special Provisions LS 1 24 24 Covers Specialty Items for Elevator Tower/Machine Room Structures - Summary and Miscellaneous Tasks and Drawings Subtotal 6 80 Task No. Task Total Task 10 Task 11 Task 12 Task 13 Task 14 Task 16 Task 16 Task 17 Task 18 10-16 Bridges 1210 0 0 0 0 1210 0 0 17 Retaining Walls 0 0 18 Miscellaneous Structures 0 0 Structures Technical Subtotal 1210 0 0 0 0 1210 0 0 0 0 APCTE Man hour estimate-JMM.xiax 9. Structures Summary Page 1 of 2 1/812021 146 Protect Activity 9• Structures Summary and Miscellaneous Tasks and Drawings Task No. Task Units No. of Units Hours per Unit Total Comments 9.10 Field Reviews LS 2 4 8 9,11 Technical Meetings LS 1 0 0 Refer to Activity 3.6 Under Task 3. General Tasks 9.12 Quality Assurencel0uality Control LS % 5% 85 This should be (5% to 10%) x ("Structures - Summary and Miscellaneous Tasks and Drawings Subtotal, cell G21"+"Slructuras Technical Subtotal, cell C35') 9.13 Independent Peer Review LS 1 0 0 9.14 Supervision LS % 5% 85 This should be (3%to 7%) x ('Structures- Summary and Miscellaneous Tasks and Drawings Subtotal, cell G21"+"Structures Technical Subtotal, cell C35) Structures Nontechnical Subtotal 138 9.15 Coordination LS 1 3% 39 9. Structures -Summary and Miscellaneous Tasks and Drawings Nontechnical and Coordination Total 257 Technical Meetings Units No of Units Hours/ Unit Total Hours PM Attendance at Meeting Required? Number BDR Coordinalion/Review EA 0 0 0 Ycs 0 901100%Comment Review EA 0 0 0 Yes 0 Aesthetics Coordination FA 0 0 0 Yes 0 Regulatory Agency EA 0 0 0 Yee 0 Local Governments (cities, counties) EA 0 0 0 Ycs 0 Utility Companies EA 0 0 a 0 Other Meetings EA 1 0 0 0 10 Subtotal Technical Meetings 0 0 Progress Meetings (if required by FDOT) EA 0 0 0 PM attendance at Progress Meefings is manually entered on General Task 3 -- Phase Review Meetings EA 0 0 0 PM attendance at Phase Review Meetings is manually entered on General Task 3 Total Meetings D Total Project Manager Meetings (carries to Tab 3) 0 APCTE Man hour eslimale-JMM xlsx 9. Structures Summary Page 2 02 Va12021 147 Project Activity 14: Structures -Structural Steel Estimator. Bridge Identifier (Number or Namel: City of South Miami Pedestrian Bridge Over US 1 at SW 71 Street 10000 Representing Print Name Signature I Date City of South Miami Aurelio Carmenates, P.E. Consultant Name Antonio G. Acosta, P.E. mule: signature &lock Is optional, per District preference Task No. Task Unit No. of Units Hound Unit No. of Sheets Total Hours Comments General Layout Design and Plans 14.1 Overall Bridge Final Geometry LS 1 16 16 14.2 ExpansioNContraction Analysis EA Unit 1 2 2 14.3 General Plan and Elevation Sheet 3 24 3 72 14.4 Construction Staging Sheet 6 0 0 0 14.5 Approach Slab Plan and Details Sheet 0 0 0 0 14.6 Miscellaneous Details Sheet 12 48 12 576 Shoring. Access Ramp Dennis. Tovmr Details. Cladding Details End Bent Design and Plans 14.7 End Bent Geometry EA Bent 0 0 0 14.8 Wngviall Design and Geometry EA Bent 0 0 0 14.9 End Bent Structural Design EA Design 0 0 0 14.10 End Bent Plan and Elevation Sheet 0 0 0 0 14.11 End Bent Details Sheet 0 0 0 0 Intermediate Bent Design and Plans 14.12 Bent Geometry EA bent 0 0 0 14.13 Bent Stability Analysis EA design 0 0 0 14A4 Bent Structural Design EA design 0 0 0 14.15 Bent Plan end Elevation Sheet 0 0 0 0 14.16 Beni Details Sheet 0 0 0 0 Pier Design and Plans 14.11 Pier Geometry EA pier 2 i6 32 APCTE Man hour estimate-JMM rls. 14. Structures-Slructural Steel Page 1 of 3 1/8/2021 148 Protect Activity 14, Structures -Structural Steel Task No, Task Unit No. of Units Model Unit No. of Sheets Total Hours Comments 14.18 Pier Stability Analysis EA design 2 32 64 Bridge Pier, Ramp Pier and Elevator Tovler 14.19 Pier Structural Design EAdesign 3 32 96 Bridge Pier, Ramp Pier and Elevator Tavrer 14.20 Pier Plan and Elevation Sheet 3 24 3 72 14.21 Pier Details Sheet 6 32 6 192 Miscellaneous Substructure Design and Plans 14.22 Foundation Layout Sheet 2 16 2 32 Includes Pile Data Table Superstructure Deck Design and Plans 14.23 Finish Grade Elevation(FGEI Calculation LS 0 14.24 Finish Grad. Elevations Sheet 0 0 14.25 Bridge Deck Design EA section 0 1426 Bridge Deck Reinforcing and Concrete Quantities EA Unit 0 14.27 Superstructure Plan Sheet 0 0 14.28 Superstructure Section Sheet 0 0 14.29 Miscellaneous Bridge Deck Details Sheet 0 0 Reinforcing Bar Lists 14.30 Preparation of Reinforcing Bar List Sheet 5 e 5 40 Structural Steel Plate Girder Design 14.31 Unit Modeling EA Unit a 14.32 Section Design EA Unit 0 14.33 Stiffener Design and Locations EA Unit 0 14.34 Cross -Frame Design EA Unit 0 14.35 Connediom EA Unit 0 14.36 Beading Assembly Design and Detadug (a2m Jacking Analysis) EA Unit 0 14.37 Splice Design FA Unit 0 14.38 Shear Stud Connectors EA Unit 0 14.39 Deflection Analysis EA Unit 0 APCTE Man hour esamate.IMMAU 14. StrucNres-Structural Steel Page 2 or 3 11812021 149 Proiect Activity 14: Structures -Structural Steel Task No. Task Unit No. of Units Hours/ Unit No. of Sheets Total Hours Comments 14AO Framing Plan Sheet 0 0 14A1 Girder Elevation Sheet 0 0 14A2 Structural Steel Details Sheet 0 0 14.43 Splice Details Sheet 0 0 14.44 Girder Deflections and Camber Sheet 0 0 Structural Steel Box Girder Design 14.45 Unit Modeling EA Unit 0 0 0 14.46 Section Design EA Unit 0 0 0 14.47 Stiffener Design and Locations EA Unh 0 0 0 14.46 Interior Cross -Frame Design FA Unit 0 0 0 14.49 Exterior Cross -Frame Design EA Unit 0 0 0 14.50 Connections EA Unit 0 0 0 14.51 Serving Assembly Design and Detailing (With Jacking Analysis) EA Unit 0 0 0 14.52 Splice Design EA Unit 0 0 0 14.53 Sheer Stud Connectors EA Unit 0 0 0 14.54 Deflection Analysis EA Unit 0 0 0 14.55 Framing Plan Sheet 0 0 0 0 14.56 Girder Elevation Sheet 0 0 0 0 14.57 Structural Steel Details Sheet 0 0 0 0 14.56 Splice Details Sheet 0 0 0 0 14.59 Girder Deflections and Camber Sheet 0 0 0 0 Erection Scheme 14.60 Erection scheme analysis EA CtAical Ste e 1 16 16 Temporary shoring lowers for one stage erection 14.61 Erection scheme Sheen 0 0 Load Rating 14.62 Load Rating EA Unit 0 14. Structures -Structural Steel Bridge Totall 31 1 1210 APCTE Man hour estimate JMM,IIsx 14, Structures -Structural Steel Page 3 of 3 11a22021 150 Protect Activity 19: Signing and Pavement Marking Analysis Estimator: Antonio G. Acosta. P.E. City of South Miami Pedestrian Bridge Over US 1 at SIN 71 Street 10000 Representing Print Name Signature / Date City of South Miami Aurelio Carmenates, P.E. Consultant Name Antonio G. Acosta, P.E. NOTE. Signature Block is optional, per District preference Task No. Task Units No. of Units I Hours/ Units Total Hours Comments 19.1 Traffic Data Analysis LS 1 0 c 19.2 No Passing Zone Study LS 0 0 0 24 hours set up plus 40 for SPM layout 19.3 Reference and Master Design File LS 1 64 64 19.4 Multi -Post Sign Support Calculations EA 0 0 0 19.5 Sign Panel Design Analysis EA 0 0 0 19.6 Sign Lighting/Electrical Calculations EA 0 0 0 19.7 Quantities LS 2 2 4 2 plan sheets are anticipated. 19.8 Cost Estimate LS 0 0 0 19.9 Technical Special Provisions LS 0 0 0 19.10 Other Signing and Pavement Marking LS 0 0 0 Signing and Pavement Marking Analysis Technical Subtotall 68 19.11 Field Reviews LS 1 4 4 2 person x 2 hours 19.12 Technical Meetings LS 1 10 10 19.13 QualityAssurance/QualityControl LS % 7% 5 19.14 Independent Peer Review LS % 0% 0 19.15 Supervision LS % 7% 5 Signing and Pavement Marking Analysis Nontechnical Subtotal 24 19.16 Coordination LS % 3% 3 19. Signing and Pavement Marking Analysis Totall 96 APCTE Man Hour oshrnateJMM.xlsx 19. Si9nirq a Marking Anaysis Page 1 of 2 11e2021 151 Project Activity 19: Signing and Pavement Marking Analysis Task No. Task Units No. of Units Hours/ Units Total Hours Comments Technical Meetings Units No of Units Hours/ Unit Total Hours PM Attendance at Meeting Required? Number Sign Panel Design EA 0 0 0 0 Queue Length Analysis EA 0 0 0 0 _ Local Governments (cities, counties) EA 2 2 4 _ 0 Other Meetings EA 1 2 2 0 _ Subtotal Technical Meetings 1 1 6 Subtotal Pro ect Manager Meetings 0 Pro ress Meetin s (it required b FOOT) EA 0 0 0 PM attendance at Progress Meetings is manually entered on General Task 3 -- Phase Review Meetings EA 2 2 4 PM attendance at Phase Review Meetings is manually entered on General Task 3 -- Total Meetings 10 1 Total Project Manager Meetings (carries to Tab 3)1 0 APCTE Man hour estimate-JMM.Asx C 19. S,,n, & Mwk,, A.",s Page 2 of 2 1/W2021 J Prefect Activity 20, Signing and Pavement Marking Plans Estimator'. City of South Miami Pedestrian Bridge Over US 1 at SW 71 Street 10000 Representing Print Name Signature / Date Chy of Soum Miami Aurelio Carmenates, P.E. Consultant Name Antonio G. Acosta, P.E. NOTE: Signature Block is optional, per District preference Task No. Teak Scale Units No of Units Hours/ Unit No. of Sheets Total Hours Comments 20.1 Key Sheet Sheet 1 2 1 2 20.2 Summary of Pay Items including TRNS•Pon Input LS 0 0 0 0 20.3 Tabulation of Quantities Sheet 1 12 1 12 20.4 General NotiouPay, Item Notes Sheet 1 2 1 2 20.5 Project Layout V=100' Sheet 0 0 0 0 20.6 Plan Sheet V" 40' Sheet 2 3 2 6 20.7 Typical Details PA 2 2 2 4 2 hours for the sheet. 2 hours for 1 detail 20.8 Guide Sign Worksheet(s) PA 0 0 0 0 20.9 Traffic Monitoring Site Be 0 0 0 0 20.10 Goss Sections PA 0 0 0 0 20,11 Special Service Point Details EA 0 0 0 0 2D.12 Special Details LS 1 0 0 0 20.131nlenm Standards LS 0 0 0 0 Signing and Pavement Marking Plans Technical Subtotal 7 25 20.14 Quality AssurancelQuatity, Control LS % 7% 2 20.15 Supervision LS % 7% 2 20. Signing and Pavement Marking Plane Total 7 30 APCTE Man hour eaterateJMM. .. 20. Signing a Marking Plans Page 1 of 1/8/2021 153 31. Architecture Development Estimator: City of South Miami Pedestrian Bridge Over US 1 at SW 71 Street 10000 Representing Print Name Signature I Date City of South Miami Aurelio Carmenates, P.E. Consultant Name Antonio G. Acosta, P.E. NOTE., Signature Block is optional, per District preference Task No. Task Scale Units No of Units Hours/ Unit No. of Sheets Total Hours Comments Architectural Plans 31.1 Archiladural Program ReviewAlenficalion Text Pa es 0 0 0 0 31.2 Key Sheet and Index of Sheets Sheet 0 0 0 0 31.3 General Notes, Abbreviations, Symbols, and Legend Sheet 0 0 0 0 31.4 Life Safety Plants) Sheet 0 0 0 0 31.5 Site Plans) Sheet 0 0 0 0 31.6 Floor Plants) (Small Scale) Sheet 0 0 0 0 31.7 Floor Pianist (Large Scale) Sheet 0 0 0 0 31.8 Exterior Elevation(s) Sheet 0 0 0 0 31.9 Roof Plans) Sheet 0 0 0 0 31.10 Roof Details Sheet 0 0 0 0 31A1 Interior Elevation(s) Sheet 0 0 0 0 31.12 Rest Roam Plants) (Enlarged) Sheet 0 0 0 0 31A3 Rest Room Elevation(s) Sheet 0 0 0 a 31.14 Building Section(s) Sheet 0 0 0 0 31.15 Stair Section, Enlarged Stair Plan and Details Sheet 0 0 0 0 31.16 Reflective Ceiling Plants) Sheet 0 0 0 0 31.17 Room Finish Schedule or Finish Plan Sheet 0 0 0 0 31.18 Door and Window Schedule Sheet 0 0 0 0 31.19 Door Jamb Detail(5) and Window Details Sheet 0 0 0 0 APCTE Man hour astunateJMM.xlsx 31. Architecture Development Page 1 of 9 1IZW021 154 31. Architecture Develooment Task No. Task Scale Units No of Units Hours/ Unit No. of Sheets Total Hours Comments 31.20 Exterior Wall Sections) Sheet 0 0 0 0 31.21 interior Well Section(s) Sheet 0 0 0 0 31.22 Overhead Door Delaigs) Sheet 0 0 0 0 31.23 Curtain Wag Camilla) Sheet 0 0 0 0 31.24 Fascia, Soffit and Parapet Details Sheet 0 0 0 0 31.25 Signage Defaigs) Sheet 0 0 0 0 31.26 Miscellaneous Details) Sheet 0 0 0 0 31.27 Repetitive Sheets Sheet 0 0 0 0 31.2E Design Narrative Report LS 0 0 0 31.29 Permitting LS 0 0 0 31.30 Other Pertinent Project Documentation LS 0 0 0 31.31 Cast Estimate LS 0 0 0 31.32 Technical Special Provisions Package LS 0 0 0 Architectural Plans Technical Subtotal 0 0 31.33 Field Reviews LS 1 0 0 31.34 Technical Meetings See listing below 31.34.1 FOOT EA 0 0 0 31.34.2 Local Governments (cities) EA 0 0 0 31.34.3 Local Governments (counties) EA 0 0 0 31.34.4 Other Meetings EA 0 0 0 31.34.5 Progress Meetings EA 0 0 0 31.34.E Phase Review Meetings EA 0 0 0 31.34.7 Subtotal Technical Meetings 0 31,35 Quality Assurance/Quality Control LS % 0% 0 31.36 Independent Peer Review LS % 0% 0 APCTE Man hour estimate-JMM.Asx 31. Architecture Development Page 2 of 9 In62021 156 31. Architecture Development Task No. Task Scale Units No of Units Hound Unit No. of Sheets Total Hours Comments 31.37 Supervision LS % 0% 0 Architectural Plans Total 0 0 Structural Plans 31.38 General Notes, Abbreviations, Symbols, and Legend Sheet 0 0 0 0 31.39 Foundation Plan(s) (Small Scale) Sheet 0 0 0 0 31.40 Foundation Plan(s) (Large Scale) Sheet 0 0 0 0 31.41 Slab Plants) (Small Scale) Sheet 0 0 0 0 31.42 Slab Pieria)(Large Scale) Sheet 0 0 0 0 31.43 Slab Placement Plants) Sheet 0 0 0 0 31.44 Slab Placement Detail(s) Sheet 0 0 o 0 31.45 Foundation Sectim(s) Sheet 0 0 0 0 31.46 Foundalion Details) Sheet 0 0 0 0. 31.47 Slab Section(s) Sheet 0 0 0 0 31.48 Slab Detail(s) Sheet 0 0 0 0 31.49 Root Framing Plants) (Small Scale) Sheet 0 0 0 0 31.50 Roof Framing Plan(s)(Large Scale) Sheet 0 0 0 0 31.51 Roof Loading Plants) and Delailts) Sheet 0 0 0 0 31.52 Root Section(s) Sheet 0 0 0 0 31.53 Roof Detail(s) Sheet 0 0 0 0 31.54 Bearing Wall Section(s) Sheet 0 0 0 0 31.55 Bearing Wall Details) Sheet 0 0 0 0 31.56 Column Seclion(s) Sheet 0 0 0 0 31.57 Column Details) Sheet 0 0 0 0 31.58 Miscellaneous Sections Sheet 0 0 0 0 31.59 Repetitive Sheets Sheet 0 0 0 0 31.60 Other Pertinent Project Documentation LS 1 0 0 APCTE Man hour eshmaleJMM.rtlsv 31. Architecture Devalopmanl Page 3 of 9 V262021 156 31. Architecture Development Task No. Task Scale Units No of Units Hours/ Unit No. of Sheets Total Hours Comments 31.61 Cost Estimate LS i 0 0 31.62 Technical Special Provisions Package LS i 0 0 Structural Plans Technical Subtotal 0 0 31.63 Field Reviews LS 1 0 0 31.64 Technical Meetings See listing below 31.64.1 FDOT EA 0 0 0 31.64.2 Local Governments (cities) FA 0 0 0 31.64.3 Local Governments (counties) FA 0 0 0 31.64.4 Other Meetings FA 0 0 0 31.64-5 Progress Meetings FA 0 0 0 31.64.6 Phase Review Meetings EA 0 0 0 31.64.7 Subtotal Technical Meetings 0 31.65 Quality Assuranca/Quality Control LS % 0% 0 31.66 Independent Peer Review LS % 0% 0 31.67 Supervision LS % 0% 0 Structural Plans Total 0 0 Mechanical Plans General Notes, Abbreviations, Symbols, Le end and Code Issues Sheet 0 0 0 0 P Plans) (Smal Scale) Sheet 0 0 0 0 Plants) (Large Scale) Sheet 0 0 0 0 Detail(s) Sheet 0 0 0 0 Sectorial Sheet 0 0 0 0 37.73 Plping SchematlUs) Sheet 0 0 0 0 31.74 Control Plen(s) Sheet 0 0 0 0 31.75 Schetlule(s) Sheet 0 0 0 0 31.76 HVAC Calculations Sheet 0 0 0 0 APCTE Man hour estimate-JMMxlsx 31. Architecture Development Page 4 of 9 1QW021 167 31. Architecture Development Task No. Task Scale Units No of Units Hours/ Unit No. of Sheets Total Hours Comments 31.77 Life Cycle Cost Analysis Sheet 0 0 0 0 31.70 Repetitive Sheets LS 1 0 0 31.79 Other Pertinent Project Documentation LS 1 0 a 31.80 Cost Estimate LS 1 0 0 31.81 Technical Special Provisions Package LS 1 0 0 Mechanical Plans Technical Subtotal 0 0 31.82 Field Reviews LS 1 0 0 31.83 Technical Meetings See listing below, 31.83.1 FOOT EA 0 0 0 31.83.2 Local Governments (uties) EA 0 0 0 31.83.3 Local Governments (counties) EA 0 0 0 31.83.4 Other Meetings EA 0 0 0 31.83.5 Progress Meetings EA 0 0 0 31.83.6 Phase Review Meetings EA 0 0 0 31.83.7 Subtotal Technical Meetings 0 31.84 Quality Assuranca/Quality, Control LS % 0% 0 31.85 Independent Pear Review LS % 0% 0 31.06 Supervision LS % 0% 0 Mechanical Plans Total 0 0 Plumbing Plans 31.87 General Notes, Abbreviations. Symbols, Legend. and Code Issues Sheet 0 0 0 0 31.68 Plants) (Small Scale) Sheet 0 0 0 0 _ 31.89 Plants) (Large Scale) Sheet 0 0 0 0 31.90 Isometrics) (Large Scale) Sheet 0 0 0 0 31.91 Riser Diagram(s) Sheet 0 0 0 0 31.92 Detail(s) Sheet 0 0 o 0 APCTE Man hour esImale-JMM,xlsx 31, Architecture Development Page 5 or 9 126R021 158 31. Architecture Development Task No. Task Scale Units No of Units Hours/ Unit No. of Sheets Total Hours Comments 31.93 Repetitive Sheets Sheet 0 0 0 0 31.94 Other Pertinent Project Documentation LS 1 0 0 31.95 Cost Estimate LS 1 0 0 31.96 Technical Special Provisions Package LS t 0 0 Plumbing Plans Technical Subtotal 0 0 31.97 Field Reviews LS 1 0 0 31.98 Technical Meetings See listing below 31.98.1 FDOT FA 0 0 0 31.98.2 Local Governments (titles) EA 0 0 0 31.98.3 Local Governments (counties) EA 0 0 0 31.98.4 10ther Meetings EA 0 0 0 31.98.5 Progress Meetings FA 0 0 0 31.98.6 Phase Review Meetings EA 0 0 0 31.98.7 Subtotal Technical Meetings 0 31.99 Quality Assurance/Quality Control LS % 0% 0 31.100 Independent Peer Review LS % 0% 0 31.101 Supervision LS % 0% 0 Plumbing Plans Total 0 0 Fire Protection Plans 31.102 General Notes, Abbreviations. Symbols. Legend, and Code Issues Sheet 0 0 0 0 31.103 Fire Protection Plan Sheet 0 0 0 0 31.104 Riser Diagram, Details, and Partial Plans Sheet 0 0 0 0 31.105 Hydraulic Calculation Sheet 0 0 0 0 31.106 Repetitive Sheets Sheet 0 0 0 0 31.107 Other Pertinent Project Documentation LS 1 0 0 31./08 Cost Estimate LS 1 0 0 APCTE Man hour estimate-JMM,xlsx 31. Architecture Development Page 6 of 9 1262021 159 31. Architecture Development Task No. Task Scale Units No of Units Hours/ Unit No. of Sheets Total Hours Comments 31.109 Technical Special Provisions Package I LS 1 0 0 Fire Protection Plans Technical Subtotal 0 0 31.110 Field Reviews LS 1 0 0 31.111 Technical Meetings See listing below 31.111.1 FDOT EA 0 0 0 31.111.2 Local Governments (cities) EA o 0 0 31.111.3 Local Governments (counties) EA 0 0 0 31.111.4 Other Meetings EA 0 0 0 31.111.5 Progress Meetings EA 0 0 0 31.111.6 Phase Review Meetings EA 0 0 0 31.111.7 Subtotal Technical Meetings 0 31.112 Quality Assurance/Quality Control LS % 0% 0 31.113 Independent Peer Review LS % 0% 0 31.114 Supervision LS % 0% 0 Fire Protection Plans Total 0 i 0 Electrical Plans 31.115 General Notes, Abbreviations, Symbols, Legend, and Code Issues Sheet 1 14 0 14 31.116 Electrical Site Plan Sheet 1 16 1 16 31.117 Lighting Plants) Sheet 2 20 2 40 Including photometric analysis for bridge crossing and sidewalk 31.116 Lighting Fixtures Schedule(s) Sheet 1 12 1 12 31.119 Lighting Fixtures Detail(s) Sheet 2 12 2 24 31.120 Lightning Protection Plants) Sheet 2 12 2 24 31.121 Lightning Protection Details Sheet 2 12 2 24 31.122 Power Plants) Sheet 2 16 2 32 31.123 Pourer Distribution Riser Diagram(s) Sheet 1 16 1 16 31.124 Panel Board Schedule(s) Sheet 1 20 1 20 APCTE Men hour eslimeteJMM.xlsx 31. Architecture Development Page 7of9 IOrCa'i 160 31. Architecture Development Task No. Task Scale Units No of Units Hours] Unit No. of Sheets Total Hours Comments 31.125 Data Plan(s) Sheet 0 0 0 0 31.126 Data Delail(s) Sheet 0 0 0 0 31.127 Communication Plants) Sheet / 20 1 20 Will include design for the phone lines to the elevators. 31.128 Communication Detail(s) Sheet 0 0 0 0 31.129 Security Alarm System Plants) Sheet 2 12 2 24 These hours are for the Fire Alarm System 31.130 Miscellaneous Detail(s) Sheet 3 12 3 36 Includes details for conduit layout on the bridge and Fire Alarm 31.131 Repetitive Sheets LS 1 0 0 31.132 Energy Analysis LS 1 0 0 31.133 Other Pertinent Project Documentation LS 1 0 0 31.134 Cost Estimate LS 1 0 0 31.135 Technical Special Provisions Package LS 1 40 40 Provide electrical specifications in CSI format Division 26 Electrical Plans Technical Subtotal 20 342 31.136 Field Reviews LS 1 0 0 31.137 Technical Meetings See listing below 31.137.1 FOOT EA 1 4 4 31.137.2 Local Governments (cities) EA 0 0 0 31.137.3 Local Governments (counties) EA 0 0 0 31.137.4 Other Meetings EA 1 6 6 Field coordination win Utility Companies 31.137.5 Progress Meetings EA 0 0 0 31.137.6 Phase Review Meetings EA 0 0 0 31.137.7 Subtotal Technical Meetings 10 31.138 Quality Assumnee/Quality Control LS % 3% 10 31A39 Independent Peer Review LS % 0% 0 31.140 Supervision LS % 3% 10 Electrical Plans Total 20 372 Architecture Development Subtotal 20 372 APCTE Man hour estimateJMM.xisx 31. Architecture Development Page 6 of 9 1/2612021 161 31. Architecture Development Task No. Task Scale Units No of Units Hours/ Unit No' of Total Comments Sheets Hours 31.141 LEED Certification LS 1 0 0 31.142 Coordination LS % 0% 0 Using AutoCad Revit or a similar program for the production of construction documents does not cost the Client/Owner any additional design fee. However, the proportion or the fee is more front loaded because of the design 31.143 Building Information Modeling (BIM) project _ _ _ _ .. _ process. The creation of the 3D model Is pan of the design and must be converted into 2D to print the construction documents. The additional use of the Virtual 3D model can provide additional advantages and services, but at an additional cost. Another very useful feature is the users ability to visualize the spaces in 3D early on as part of the approval process. 31. Architecture Development Total 20 i 372 Total Technical Meetings (sum of meetings above) PM Attendance at Meeting Required? Number Meeting 9 Hours Total Meetings Total Hours Architectural Plans Stroctursl Plans Mechanical Plans Plumbing Plans Fire Protection Plans Electrical Plans FDOT 0 0 0 0 0 4 1 4 0 Loral Governments (cities) 0 0 0 0 0 0 0 0 0 Loral Governments (counties) 0 0 0 0 0 0 0 0 0 Other Meetings 0 0 0 0 0 6 1 6 0 Subtotal Technical Meetings 2 10 Subtotal Project Manager Meetin a 0 Progress Meetings (if required by FDOT) 0 0 0 0 0 0 0 0 •• -- PhaseReviewMeelings 0 0 0 0 0 0 a 0 •• Total All Meetings 2 10 Total PM Meetings (carries to Tab 3) 0 -Project Manager attendance at progress, phase and field review meetings are manually entered on General Task 3 APCTE Man Mur eshnrateJ xlsx 31, Arclxtecture Development Page 9 of 9 106/2021 162 City of South Miami Pedestrian Bridge Over US1 at SW 711 Street Architecture & Engineering Services RFQ # PW2020-24 South Miami Design Fee THE GTE'EY PI WLIVING G&G Eneineerini! a-*: Mechanical and Plumbing Scope of Work and associated Fees Scope of Work: (2) tower Elevator rooms (HVAC) + (2) Sump Pumps (Plumbing + Condensate) + Fire Sprinklers (no pump): Design: • New Construction — No Site Review included. • Calculations + Equipment Selections (DX Split Systems) • Sump Pumps selection and specifications • HVAC Design — Cooling only • Plumbing Design — Sump Pump. controls and Cooling Unit Condensate Drywell. Sump design by others. Civil work by others. • Fire Sprinklers Design within bridge and elevators rooms only. Bac ou) and Valves by Civil lvork. • Coordination meeting with Structural and Architectural as required. • Associated drafting in AutoCad. Basic CA Services: • Basic CA Services: Review Submittals/Shop Drawings and respond to RFIs requiring design intent clarifications. • Site Review + Punch list., including final project Certification as Separate fee Item listed below. Assumptions/Exclusions: Fees: • No Pre -Design site review. This is considered a new structure. • Test & Balance by others. • No Fire Pump. • Fire flow test to be provided by client. • Civil works by others (outside the structure) • Commissioning by Others. • As-Builts are excluded. • (1) coordination meeting during design in Miami. • Mechanical Design is limited to (2) Split DX units and (2) sump pumps only. including corresponding controls. • Equipment support and wind loads by others. • Design: $15,000.00 • Basic CA Services: TBD • Site Visits: TBD 164 Southkiami TI If CITY OF PLEASANT HYING City of South Miami Pedestrian Bridge Over US1 at SW 71 s` Street Architecture & Engineering Services RFQ # M-2020-24 Design Fee HR EnLyineerins! Services 165 HR ENGINEERING SERVICES, INC. 7815 NW 72 AVENUE- MEDLEY. FLORIDA 33166 PRICE PROPOSAL FOR GEOTECHNICAL DESIGN PEDESTRIAN BRIDGE OVER US 1 AT SW 71 STREET, CITY OF SOUTH MIAMI MIAMI-DADE COUNTY, FLORIDA HRES PROJECT No.: HR20-1655R JANUARY 5, 2021 We propose the following field exploration: 1. Two (2) SPT borings for the proposed pedestrian bridge, each to a depth of 80 feet; two (2) SPT borings for the proposed elevator towers, each to a depth of 50 feet and two (2) SPT borings for support of the stairs, each to a depth of 40 feet. Maintenance of traffic is expected since the work will be done near SR 51US 1. 2. Performing four( 4) pavement cores for asphalt thickness measurements, four (4) SPT borings, each to a depth of 2 feet for base/subbase thickness measurements and 2 constant head percolation tests, each to a depth of 15 feet. Lane closures are required. 3. Performing laboratory testing as follows: 2 LBR tests for pavement evaluation, 2 corrosion testing on water samples, and soil classification testing on selected soil samples retrieved from the borings. 4. Reporting: providing one report that includes recommendations for foundation support of the pedestrian bridge, elevator towers and stairs. A second report showing the pavement results. A third report showing the percolation test results and roadway recommendations. Summary. The work requires: - HRES may perform the work during day time. The performance of the SPT borings may take 6 days and the pavement cores and percolation tests 2 days. We will provide minimum MOT services: Senior Engineering Technician=30 hours DESIGN SERVICES 1. TRAFFIC CONTROL Units Prop. UNIT TOTAL Units RATE $ 1.1) Cones, Flags, Arrow Boards, Barricades etc. day 6 $220.00 $1,320.00 1.2) MOT Setup by a Senior Engineering Technician. 30 hours hour 30 $80.00 $2,400.00 Sub -Total $3,720.00 166 PEDESTRIAN BRIDGE OVER US 1 AT SW 71 STREET, CITY OF SOUTHINIA MIAMI-DADE COUNTY, FLORIDA HRES PROJECT No.: HR20-1655R JANUARY 5, 2021 2. FIELD EXPLORATION: SPT BORINGS, PAVEMENT CORES, PERCOLATION TESTS 2.1) SPT Borings - 0 to 50 ft.: 288 feet feet 288 $14.50 $4,176.00 2.2) SPT Borings - 50 to 10 ft.: 60 feet feet 60 $18.00 $1,080.00 2.3) Casing Allowance (3" dia.) -0 to 50 ft.: 280 feet feet 280 $7.00 $1,960.00 2.4) Casing Allowance (3" dia.) -50 to 100 ft.: 60 feet feet 60 $7.50 $450.00 2.5) Percolation Test: 2 to 15 feet each 2 $380.00 $760.00 2.6) Grout Seal Boreholes: 0'to 50' land: 348'+30'=378 feet feet 378 $5.00 $1,890.00 2.7) Grout Seal Boreholes: 50'to 100' land: 60 feet feet 60 $5.50 $330.00 2.8) Mobilize Equipment -Drill Rig -Truck: 2 each 1 $380.00 $380.00 Sub -Total TOTAL FOR FIELD INVESTIGATION $11,026.00 $14,746.00 3. LABORATORY TESTING 3.1) Full Grain Size Analysis including -200 wash each 6 $60.00 $360.00 3.2) Fines Content Determination each 6 $35.00 $210.00 3.3) Organic Content Test each 6 $35.00 $210.00 3.4) Natural Moisture Test each 6 $10.00 $60.00 3.5) Corrosion Testing each 2 $130.00 $260.00 3.6) LBR tests each 2 $400.00 $800.00 TOTAL FOR LABORATORY TESTING 4. ENGINEERING AND TECHNICAL SERVICES $1,900.00 a. 1) Senior Engineer hour 37 $180.00 $6,660.00 4.2) Geotechnical Engineer hour 37 $140.00 $5,180.00 4.3) Engineer Intern hour 101 $77.17 $7793.90 4.4) Senior Engineering Technician (borehole layout, utility clearance, drilling oermil) hour 13 $80.00 $1,040.00 4.5)CADD/Computer Technician hour 19 $85.00 $1,615.00 207 TOTAL ENGINEERING SERVICES TOTAL GEOTECHNICAL FEES -DESIGN $22,288.9 $38,934.9 167 Protect Activity 30: Geotechnical Estimator: Hernando R. Ramos, PE Pedestrian Bridge over US I at SW 71 Street- City of South Miami -Miami Dade County, Florida HRES Project No. HR20-165SR - January 5, 2021 Task No. Task Units No of Units Hoursl Unit Total Hours Comments Roadway 30.1 Document Collection and Rovimv. LS 1 4 4 Engineer Intern 30.2 Develop Detailed Boring Location Plan LS 1 1 1 Engineer Intern 30.3 Stake Boangs/Utibly Clearance Boring 6 0.5 3 Performing 4 pavement cores for asphalt layer thickness measurement with 4 SPT borings to 2 feet deep for base and subbase measurement and 2 percolation tests to 15 feel. A total of 6locations. The locations are shown on the attached field exploration plan. Senior Engineering Technician. 30A Coordinate and Develop MOT Plans for Field Investigation EA 1 4 4 Time for lane closure peril coordination. Engineer Intern. 30.5 Drilling Access Permits Location 0 0 0 None expected 30.6 Property Clearances EA 1 0 0 0 None expected 307 Groundwater Monitoring EA 0 0 0 None expected 30.8 LBR/Resllienl Modulus Sampling EA 2 3 6 Senior Engineering lochnician to collect stabilized subgrade samples for LBR testing. 30.9 Coordination of Field Work 100 It of baring 0.38 1.5 1 Drilling a total of 2 SPT l0 2 feet (2'x4=6112 percolation tests to 15 feet yx15'=30 It.). A total of 38 feet, 0.38 units. Engineer intern 30.10 Soil and Rock Classification - Roadway 100 It of boring 0.38 2 1 Drilling a total of 30'a15'-45 feet. D.45 unit. Engineer Intern 30.11 Design LBR LS 1 5 5 Engineer Intern 30.12 Laboratory Daly 100 It of boring 0.38 0.7 1 Drilling a total of 3Va8'-38 feet, 0.38 unit. Engineer Intern 30.13 Seasonal High Water Table Boring 2 0.2 1 Engineer Intern 30.14 Parameters for Water Retention Areas EA 2 1 2 Engineer Intern 30.15 Delineate Limits of Unsuitable Material Cross-section 1 0 1 0 0 JNone expected 30.16 Electronic Files for Cross -Sections 100 If of baring 0 0 0 None expected 30.17 Slope stability analysis Embankment 0 0 0 None expected 30.18 Storm water Volume Recovery and/or Background Seepage Anal 5ie EA 0 0 0 None expected 30.19 Geotechnical Recommendations LS 1 6 6 Engineer Intern 30.20 Pavement Condition Survey and Pavement Evaluation Report, LS 1 a 8 Engineer Intern 30.21 Preliminary Report LS 1 8 8 Engineer Intern 30.22 Final Report: Roadway Soil Survey Report EA I 10 10 Engineer Intern 39.23 Auger Boring Drafting 100 It boring 0 0 0 None expected 30.24 SPT Rating Drafting 100 II boring 1 0.3 1 5 1 2 CADD/Computer Technician. Drilling a total of 30 feel. 0.30 unit. Roadway Geotechnical Sublotall 63 HR20-1655R-Pedestrian Bridge over US 1 at SW 71 Street -Man -Hours 1-5-21 30. Geotechnical Page I of 3 1/6/2021 CO Proiect Activity 30: Geotechnical Task No. Task Units No of Units Hauer Unit Total Hours Comments Structures 30.25 Develop Detailed Boring Location Plan LS 1 1 1 Engineer Intern 30.26 Slake BoringsJUtility Clearance Baring 6 0.5 3 Proposing the (allowing field exploration program: Pedestrian Brides. Towers and Stair Structures - 2 SPT borings to 60 feet for the pedestrian bridge (B-2 and 9-5), 2 SPT borings for the lowars to 50 feet (B-1 and S-4) and 2 SPT borings for the stairs to 40 feet (8-3 and B-6). A total alb bareholes. A total of 2x80'+2x50'+2x40'-340 feel of drilling. Senior Engineering Technician. 30.27 Coordinate and Develop MOT Plans for Field Investigation EA 0 0 0 No lane closures are expected for the structure. 30.28 Drilling Access Permits Location 0 0 0 None expected 30.29 Property Clearances EA 0 0 0 None expected 30.30 Collection of Corrosion Samples EA 1 2 0.5 1 Senior Engineering Technician to collect water samples for Corrosion Testing. 30.31 Coordination of Field Work 100 It of boring 3.4 1.5 5 Performing 340 fact of drilling, or 3.4 units. Engineer Intern, 30.32 Soil and Rack Classification -Structures 100 It of boring 3.4 2 7 Perorming 340 feet of calling, or 3.4 units. Engineer Intern. 30.33 TabJm an of Laboratory Data 1DO If of baring 3.4 0.7 2 Performing 340 feet of drilling, or 3.4 units. Engineer Intern. 30.34 jEstirwin Design Groundwater Level for Structures EA 6 0.2 1 Engineer Intern 30.35 Selection of Foundation Alternatives (BDR) Bridge boring 0 0 0 None expected 30.36 Detailed Analysis of Selected Foundation Alte natels): Shallow and Deep Foundations (Augercasl Piles) Bridge boring 6 4 24 Geotechnical Engineer: 12 hours; Engineer Intern: 12 hours 30.37 Bridge Construction and Testing Recommendations Bridge boring 0 0 0 Now expected 30.38 Lateral Load Analysis. Wall boring 0 0 0 lNons, expected 30.39 Walls Wall Boring a 0 0 Now expected 30.40 Sheelpile wall Analysis. Provide soil/rock parameters Wall Boring 2 3 6 Engineer Intern 30.41 Design Soil Pammelers-0lhers Boring 0 0 0 None expected 30.42 Box Culvert Analysis EA 0 0 0 None expected 30.43 Preliminary Report- Bridge, Towers, Stairs EA 1 25 25 Geotechnical Engineer: 15 hours; Engineer Intern: 10 hours 30.44 Final Report-Sridge, Towers, Stairs EA 1 15 15 Geotechnical Engineer: 10 hours; Engineer Intern: 5 hours 30.45 SPT Boring Drafting 100 It of boring 3.4 5 17 CADD/Computer Technician. Drilling a total of 340 feet, 3.4 units. 30.46 Other Geolechnical LS a 0 0 None expected Structural Geotechnical Subtotal 107 Geotechnical Technical Subtotal 170 HR20-165SR-Pedestrian Bridge over US 1 at SW 71 Sleet-MamHours 1-5-21 30. Geotechnical Page 2 of 3 1/6/2021 T l0 Project Activitv30: Geotechnical Task No. Task Units No of Units Hours/ Unit Total Hours Comments 30.48 Technical Special Provisions EA 0 0 0 3D.49 Field Reviews LS 0 0 0 30.50 Technical Meetings LS 1 15 15 Senior Engineer 30.51 Quality Assurance/Quality Control LS % 5% 9 Senior Engineer 30.52 Supervision LS % 5% 9 Senior Engineer Geotechnical Nontechnical Subtotal 33 30.53 Coordination LS % 2% 4 Senior Engineer 30.54 Oplional Preliminary Conlaminalion Assessment LS 0 0 0 30. Geotechnical Total 207 Kickoff Meeting with FOOT EA 0 0 0 Boring Layout Approval EA D 0 0 Attend in BOB Review Mooting EA 0 0 0 30/60/90% Submittal Review EA 3 3 9 Other Meetings EA 3 2 6 Subtotal Technical Meetings 15 Progress Meetings EA Phase Review Meetings EA Total Meetings 15 win„s m 30 'is SUMMARY OF STAFF HOUR ESTIMATE HOURS Senior Engineer 37 Geotechnical Engineer 37 Engineer Intern 101 Senior Engineering Technician 13 CADD/Computer Technician 19 HRES Hours 207 HR20-1655R-Pedestrian Bridge over US 1 at SW 71 Street -Man -Hours 1-5-21 30. Geotechnical Page 3 of 3 1/6/2021 s CD O City of South Miami Pedestrian Bridge Over US1 at SW 7151 Street Architecture 8, Engineering Services RFQ # PW2020-24 South Miami Design Fee III! (IT) (ll VJA's%NJ IIVAp GPI Geospatial 171 WMe Roadway Improvement NE 2nd Ave. from NE 20th St to NE 36th St AftP Consulting Transportation Engineers Miami -Dade, FL Submitted by: GPI Geospatial, Inc. (GPI) Frank Paruas, PSM fparuas@gpinet.com 1/26/2021 Proposal No. 2020745.00 January 26, 2021 Osmany Alfonso, P.E. Bridge Engineering Manager A&P Consulting Transportation Engineers 8935 N.W. 351" Lane, Suite 200 Dora Donal, Florida 33172 Direct: (786) 257-3076 E N G I N E E R S Mobile: (305) 4844173 oalfonso@aocte.com Subject: City of South Miami Pedestrian Bridge GPI Geospatial Proposal No. 2020745.00 City of South Miami Pedestrian Bridge GPI Geospatial, Inc. (GPI) greatly appreciates this opportunity to provide A&P Consulting Transportation Engineers, hereafter referred to as the Client, with our proposal to perform professional Surveying & Mapping services as requested. The following proposal is based on our understanding of the scope of work. Project Description Perform a complete Topographic Survey for US-1 at the intersection with SW 71 s' Street. The Topographic Survey will extend approximately 150 LF on all directions along US-1. The Topographic Survey will be completed following FDOT Standards. All geospatial tasks will be performed in accordance with the current Standards of Practice for Surveying and Mapping in the State of Florida. Project Limits G,V1 173 Proposal No. 2020745.00 Scope of Services City of South Miami Pedestrian Bridge Provide a complete design survey for US-1 at the intersection with SW 71 st Street. The 3D Survey will extend from face of the existing building on the northbound to the existing Metro Rail Wall on the Southbound and will include the location of all above ground improvements along the corridor. on the Side -street (SW 71 sc Street) the 3D Survey will extend up to the back of sidewalk. For Horizontal and Vertical Control Elements 1. List horizontal and vertical datum to be used a. Set Horizontal Control, State Plane Coordinates (NAD83) Florida East Zone, US Survey Feet b. Set Vertical Control, National Vertical Datum of 1929(NGVD29), US Survey Feet or other datum if requested by the City. c. Minimum Three (3) Primary Control points will be set. 2. Baseline of Survey and Right of Way Lines a. Recover the Baseline of Survey along US-1. GPI will contact FDOT RW Department to obtain the Right -of Way Map for this portion. In addition, GPI will search Miami -Dade County Clerk of the Court to obtain recorded plats within the project areas. b. Right of Way and property lines will be plotted along the entire project by examining available Right -of -Way maps, plats, occupation, legal descriptions or any other legal documents or means. 3. Design / Topographic Survey — a. Perform a completed Topographic Survey along the entire project areas as described above, The Topographic Survey, will be performed in accordance with the FDOT Surveying and Mapping Handbook, Topic No. 550-030-101-D. The Design Survey will also comply the Standards of Practice of for Professional Surveyors and Mappers, Chapter 5J-17, F.A.C. pursuant to Section 472.027, F.S. and any special instructions from the Department. The Topographic Survey will be completed using 3D Laser Scanning. The Topographic will include the following. i. Above ground physical improvements (roads & driveways (with material type asphalt or concrete), curbing, sidewalks, fences, gates, signs, etc.) ii. Topo shots (50' spacing) iii. Trees (minimum 0.5' diameter at DBH) iv. Above ground utilities, (utility poles, water valves, etc.) and evidence of underground utilities (power drops, utility pedestals, transformers, etc.) v. Overhead utility lines (horizontal or horizontal and vertical) vi. Underground drainage and sanitary (gravity only), drainage structures, cleanouts, manhole inverts, etc.) vii. Invert elevation for all sanitary sewer and storm structures. Additional Information 1. Services to be performed one time only. 2. Topographic survey will be provided a mapping scale of 1 "=20' 3. CADD requirements to include a Digital file on CIVILD 3D or MicroStation. 174 Proposal No. 2020745.00 Deliverables City of South Miami Pedestrian Bridge 1. One compact disc (CD) containing: a. Electronic survey file in AutoCAO Civil 3D 2019 format and PDFs of "Topographic Survey for US 1 Pedestrian Bridge Project" survey maps. b. AutoCAD Civil 3D .XML file for existing ground surface and survey baseline and the complete 3D Topographic Survey (if required) c. Complete ASCII file of all coordinate data in a comma delimited format. 2. Five copies of the "Topographic Survey for US 1 Pedestrian Bridge Project" Survey Map signed and sealed by a licensed Professional Surveyor and Mapper of the State of Florida. Exclusions • Subsurface utilities Schedule Completion is estimated at Two to Three Weeks after receiving Purchase Order or written Notice to Proceed, barring unforeseen conditions, issues beyond our control or inclement weather. Fees Notes: 1. GPI Geospatial Inc. requires a retainer of 50% for all first-time clients. 2. Items not included in the fees such as permitting, site access costs, etc. shall be billed separately. This proposal can be individually modified to meet your requirements, upon request. GPI 4 175 Proposal No. 2020745.00 City of South Miami Pedestrian Bridge Contract Terms and Conditions Time for Acceptance This agreement is void if not signed and returned to GPI Geospatial, Inc. within 90 days of the date of the agreement. Time for Rendering Services GPI Geospatial, Inc. will perform the services described in these documents ("the Services") following a mutually agreeable schedule consistent with usual and customary practices. GPI Geospatial, Inc. agrees to use reasonable efforts to commence the Services on the date specific in the Agreement or contained in the agreed upon schedule, and shall proceed with reasonable diligence to complete the Services. Should GPI be delayed in the completion of the Services due to causes beyond GPI Geospatial, Inc.'s control or other excused delays, then GPI Geospatial, Inc. shall be awarded additional time to perform such Services and the price stated in the Agreement shall be equitably adjusted for any additional costs incurred by GPI Geospatial, Inc. due to such delay. Information Provided Before GPI Geospatial, Inc. commences the Services, the Client shall provide GPI Geospatial, Inc., in writing all necessary information to permit its proper performance of the Services. GPI Geospatial, Inc. shall be under no duty or obligation to verify the completeness or accuracy of the information provided by the Client and shall be entitled to fully rely thereon. GPI Geospatial, Inc. shall have no obligation to perform any Services until all necessary information has been provided in writing by the Client. GPI Geospatial, Inc. shall not be responsible for any locations, dimensions, depths, elevations, or a similar metric which are provided by the Client in error. Additional Services Services not expressly included in these documents are defined as additional services, and will not be performed until approved and authorized in writing by the Client. If the fee set forth in the proposal is for a Lump Sum, then Additional Services shall be provided on an hourly basis, invoiced at GPI Geospatial, Inc.'s prevailing hourly rates, which are set forth in Exhibit B to the Proposal, "GPI Geospatial, Inc. Prevailing Hourly Rates" which is incorporated here and will be invoiced separately. Change Orders If Client wishes to change the scope of performance of the Services, Client must submit written details of the requested change to GPI Geospatial, Inc. GPI Geospatial, Inc. shall, within a reasonable amount of time after such request, provide a written estimate to Client of (a) the likely time required to implement the change; (b) any necessary variations to the fees and other charges for the Services arising from the change; and (c) any other impact the change might have on the Agreement. Promptly after receipt of the written estimate, the parties shall negotiate and agree in writing on the terms of such change (a "Change Order"). Neither party shall be bound by any Change Order unless mutually agreed upon in writing. Hourly Rate Schedule (Not applicable to Lump Sum Fees) Services provided on an hourly basis will be invoiced at GPI Geospatial, Inc.'s prevailing hourly rates. Prevailing hourly rate changes occurring during the contract period will be applicable as of the effective date of rate change. Hourly rates are subject to change the first of January and July. Payment for Services Services will be invoiced monthly based on work accomplished. Payment for Services rendered is due upon receipt of GPI Geospatial, Inc.'s invoice. Invoice payments not received within 30 days from the date of the invoice are past due and subject to a service charge equal to 1.5% per month (18% per annum). If payment is not received within 60 days of invoice, GPI Geospatial, Inc. has the unilateral right to discontinue work on the project and terminate this Agreement with no legal recourse by the Client. The Client will be liable for all costs of collection, including, but not limited to, court costs, filing fees, service fees, reasonable attorneys' fees, and staff time at our prevailing hourly rates should a default in payment occur. Reimbursable Expenses Reimbursable expenses will be billed to the Client, in addition to the fee, at the rate of 1.1 times actual expenditures. Reimbursable expenses include the cost of travel, reproductions, deliveries, postage, photographs, and handling of drawings, specifications, reports, or other project related material. 176 Proposal No. 2020745.00 City of South Miami Pedestrian Bridge Permits and Licenses Client shall timely, so as to not delay the Services, secure and pay for all easements, permits and licenses required by law, and shall give all notices required thereunder. Standard of Practice and Care Services performed by GPI Geospatial, Inc. will be consistent with the level of care and skill ordinarily exercised by members of this profession currently practicing in the same locality and under similar conditions. No other representation, expressed or implied, and no warranty or guarantee is included or intended in this Agreement or any report, opinion, document or otherwise. Site Access Client will provide the necessary access and right of entry for GPI Geospatial, Inc. to enter and inspect all locations of the Project Site and to all offsite locations as necessary in order to allow GPI Geospatial, Inc. to perform its Services. GPI Geospatial, Inc. is not obligated to provide scaffolding or personnel hoists in order to perform the Services. Limitation of Liability NEITHER PARTY WILL BE LIABLE TO EACH OTHER FOR ANY SPECIAL, INDIRECT, PUNITIVE, INCIDENTAL, LIQUIDATED, OR CONSEQUENTIAL DAMAGES ARISING OUT OF THIS AGREEMENT OR THE SERVICES PERFORMED HEREUNDER. IN NO EVENT SHALL GPI GEOSPATIAL, INC.'S AGGREGATE LIABILITY TO CLIENT EXCEED THE AMOUNT OF AVAILABLE INSURANCE OR GPI GEOSPATIAL, INC.'S FEES TO THE SERVICES PERFORMED HEREUNDER, WHICHEVER IS LESS. Field Observation Services Field observation services performed by GPI Geospatial, Inc. pursuant to this contract, whether performed prior to, during, or after completion of construction, are performed solely for the purpose of determining general conformity of work with the contract plans and specifications. Nothing contained herein shall create or be deemed to create any duty or authority upon GPI Geospatial, Inc. or its employees to direct, supervise, or control the work (including safety procedures), of other contractors, subcontractors, consultants or their respective employees or by any other person at the project site (collectively "Client's Contractors"). The Services do not include any form of guarantee or insurance with respect to the performance of Client's Contractors. GPI Geospatial, Inc. does not assume responsibility for the means, methods, sequences, and techniques employed by the Client's Contractors in their work. GPI Geospatial, Inc. is only responsible for the health and safety of its own employees. Ownership of Documents All dociments created, prepared, or fumished by GPI Geospatial, Inc. pursuant to the Agreement, including plans, drawings, specifications, construction documents, displays, graphic art, photographs, and other images and devices of any medium, including electronic data (including but not limited to LiDAR) or files (collectively "Design Materials"), are instruments of GPI Geospatial, Inc., and GPI Geospatial, Inc. shall retain an ownership and property interest therein, including copyrights. Upon payment in accordance with the Agreement, GPI Geospatial, Inc. grants Client a perpetual, non-exclusive, royalty -free license to use the Design Materials for the sole purpose of use at the Project. Reuse or modification of any such documents by Owner, without GPI Geospatial, Inc.'s express written consent, shall be at Client's own risk, and Client agrees to defend, indemnify and hold GPI Geospatial, Inc. harmless from all claims, damages and expenses, including attomeys' fees, arising out of such reuse or modification by Client or by others acting through Client. Client agrees that it shall not use the Design Materials or the name of GPI Geospatial, Inc. or its insignia or seal in any manner without GPI Geospatial, Inc.'s express written consent. Project Suspension or Termination If the project is suspended for more than 90 days, abandoned in part or terminated, the Client will pay GPI Geospatial, Inc. for services performed and reimbursable expenses incurred up to and including the effective date of such suspension, abandonment or termination, and all termination expenses. The contract fee will require renegotiations should the project be restarted. Severability If any of the provisions herein shall be invalid or unenforceable under applicable law, such invalidity or unenforceability shall not invalidate or render these Terms and Conditions unenforceable, which shall be construed as if not containing the particular invalid or unenforceable provision, provided that the intent of the parties can be achieved in all material respects. 177 Proposal No. 2020745.00 City of South Miami Pedestrian Bridge Governing Law This Agreement shall be construed and governed in accordance with the laws in the state in which the Project is located. Merger and Counterparts This Agreement may be executed in counterparts and exchanged by facsimile, email or pdf, each of which shall be deemed an original and all of which, when taken together, constitute one and the same documents. This Agreement contains the complete, full and exclusive understanding of the parties and shall supersede any prior agreement between the parties. Claims and Disputes Owner and Consultant shall endeavor to resolve claims, disputes and other matters in question between them in good faith and an efficient business -like manner. The Consultant shall continue providing Services during such time as the dispute exists, provided that Owner continues to pay all amounts that are not in dispute and such dispute does not continue in excess of ninety (90) consecutive days. If the parties do not resolve a dispute through good faith negotiations, the Parties shall first endeavor to resolve the dispute by mediation, which shall be administered by the American Arbitration Association in accordance with its Construction Industry Mediation Procedures in effect on the date of this Agreement. The Parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in the place where the Project is located. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction. If the Parties are unable to resolve the matter following mediation, then the method of binding dispute resolution shall be as follows: (Check the appropriate box.) [ 9 ] Arbitration — Either Party may submit any unresolved claim or dispute to binding arbitration in accordance with the Construction Industry Arbitration Rules of AAA, and shall be conducted by a single Arbitrator mutually acceptable to both Parties. If the Parties cannot agree on the arbitrator, then the arbitrator shall be selected by the President of the American Arbitration Association. Arbitration shall be held and conducted in the state where the project is located, unless the Parties agree otherwise. The filing fee and arbitrator's fees shall be shared equally by the Parties. [%� ] Litigation —Any claim or dispute arising hereunder shall be commenced in a court of competent jurisdiction located in state where the project is located. This Agreement shall be interpreted in accordance with the laws of the state where the project is located. [ _ ?? ] Other: (Specify) Insurance GPI Geospatial, Inc. will maintain the following insurance for the duration of the project: 22.1 Commercial General Liability — Bodily Injury/Property Damage - $2,000,000 each occurrence and $4,000,000 in the aggregate. 22.2 Worker's Compensation — as per Statute. Premiums for additional insurance coverage required for work on or over the water will be charged to the project and are subject to reimbursement. 22.3 Automobile Liability — in the amount of $1,000,000 each accident covering owned, non -owned, and hired vehicles. 22.4 Excess/Umbrella — in the amount of $5,000,000. 22.5 Professional Liability — in the amount of $1,000,000 each claim/ $2,000,000 in the aggregate. 22.6 GPI Geospatial, Inc. will furnish to Client Certificates of Insurance upon request naming Client as an additional insured on the General Liability policy. 22.7 Aircraft Liability — in the amount of $10,000,000. If Client requires limits greater than provided herein above, such additional limits may be offered, if commercially available, at Client's sole cost and expense. Contractor's Responsibilities GPI Geospatial, Inc. has no control over, charge of, or responsibility for construction. Client shall retain a qualified contractor, licensed in the jurisdiction of the project ("Contractor"), to implement the construction of the project ("Work"). The Contractor shall coordinate, supervise and direct all aspects of the Work and shall be solely responsible for, and have control over, construction means, methods, techniques, sequences and procedures, safety, and security. To the fullest extent permitted by 178 Proposae No. 2020745.00 City of South Miami Pedestrian Bridge law, the Contractor shall defend, indemnify and hold harmless Client, GPI Geospatial, Inc., GPI Geospatial, Inc.'s subconsultants, and their respective directors, officers, employees and agents or any of them from and against all claims, damages, losses and expenses, including attorney's fees, arising out of or in connection with the Contractor's Work. Contractor shall provide insurance and shall name Client, GPI Geospatial, Inc. and GPI Geospatial, Inc.'s subconsultants as additional insured on Contractor's Commercial General Liability Insurance policies. Indemnification 24.1 GP I Geospatial, Inc., subject to the limitation in Section 12 herein, agrees to hold the Client harmless from and against all claims arising out of the negligent professional acts, errors, and omissions of GPI Geospatial, Inc. in connection with the perflormance of the Services described in this Agreement. 24.2 GF I Geospatial, Inc. shall not be responsible for the acts or omissions of the Client, Contractor or any third parties in con section with or arising out of the project. Client hereby holds harmless and indemnifies GPI Geospatial, Inc. against all damns, damages, costs, suits, expenses, and attorney's fees which may be incurred by GPI Geospatial, Inc. which arise out of the foregoing. Expenses shall include, but not be limited to time charges by GPI Geospatial, Inc.'s employees at GPO Geospatial, Inc.'s then standard hourly fees. 24.3 Client shall make no claim for professional negligent acts, errors, omissions and/or alleged breach of contract either directly or in a third party claim, against GPI Geospatial, Inc. unless the Client has first provided GPI Geospatial, Inc. with a witten certification executed by an independent design professional practicing in the same discipline as GPI Geospatial, Inc and licensed in the state in which the project for which GPI Geospatial, Inc.'s services were rendered is located. This certification shall: a) identify the name and license of the certifier, b) specify each and every act or omission that the certifier contends is a violation of the standard of care expected of a design professional performing professional services under similar circumstances; and c) state in complete detail the basis for certifier's opinion that each such act or omission constitutes a violation. This certificate shall be provided to GPI Geospatial, Inc. not less than thirty (30) calendar days prior to the presentation of any claim or the institution of any legal proceeding. Force Majeure If the performance of Services by Consultant is affected by causes beyond its reasonable control, force majeure shall result. Force Majeure includes acts of God, acts of a legislative, administrative, or judicial entity, governmental order, war, fires, floods. labor disputes, pandemic, COVID-19 and unusually severe or unanticipated weather which prevent Consultant from performing the Services hereunder ("Force Majeure"). Should a Force Majeure event occur, Consultant shall receive day -for - day Schedule relief based on the number of days the Force Majeure prevents Consultant from performing the Services. Consultant shall not be liable for failure to comply with any Force Majeure event. 179 Proposal No. 2020745.00 City of South Miami Pedestrian Bridge We trust this agreement meets with your approval. This offer shall remain valid for 90 days. Please indicate your acceptance by signing below and returning a copy of this Agreement. Work will proceed only after the receipt of the signed agreement. Through its signature, the Client declares that it understands and agrees to the enclosed Terms and Conditions and has had an opportunity to discuss with GPI any details that are unclear. For purposes of this Agreement only, electronic signatures shall be considered an original signature and shall have the same force and effect as an original signature. Very truly yours, GPI Geospatial, Inc. Frank Paruas, PSM Office Manager December 16, 2020 For Client: By: Date: (Authorized Signature) (Typed or printed name) Client Purchase Order No./Project Number: Title: 1 SouthMiami i;;I f,n ; ;;1%1%17 11111, City of South Miami Pedestrian Bridge Over US1 at SW 71" Street Architecture & Engineering Services RFQ # PXV2020-24 Design Fee Smart -Sciences Environmental Consulting ia 3 cOr6anl�Iii"SMART-SCIENCES Environmental Consulting January 26, 2020 Osmany Alfonso, P.E. A&P Consulting Transportation Engineers 8935 NW 35' Lane, Suite 200 Doral, Florida 33172 Subject: Proposal for Phase I ESA, FBB Roost Survey, and Tree Permitting Services Pedestrian Bridge Across US-1 To South Miami Metrorail Station Vicinity of SW 71s' Street, South Miami, Florida Smart -Sciences Proposal No. 003-009-P Dear Mr. Alfonso: Smart -Sciences, Inc. (Smart -Sciences) is pleased to submit this proposal to A&P Consulting Transportation Engineers (APCTE, Client) for conducting a Phase 1 Environmental Site Assessment (Phase I ESA), a roost survey for the Florida Bonneted Bat (Eumops floridanus, FBB - a species listed under the Endangered Species Act of 1973), and tree permitting services at the above -referenced proposed South Miami pedestrian bridge crossing (Site) located in South Miami, Miami -Dade County, Florida. Included in the proposal is a summary of germane project information as understood by Smart -Sciences, the proposed scope of services, fees, schedule, and authorization procedures. Background Information The footprint of the proposed pedestrian bridge is located in the vicinity of SW 71 ' Street and US-1 near the South Miami Metrorail Station in South Miami, Miami -Dade County, Florida. The Client proposes the construction of a pedestrian bridge from the intersection of US-1 and SW 71' Street (east) to the Transit's Metrorail right-of-way adjacent to the north end of the South Miami Metrorail Station (west). This concept design recommends for an enclosed overpass bridge traversing east and west across US-] into the South Miami downtown area to accommodate pedestrian traffic from the South Miami Metrorail Station. The project area consists of major roadways and commercial developments with a vegetated right-of-way along the elevated Metrorail tracks, which contains various trees and/or palms. Based on preliminary review of online databases several potential hazardous materials sites were identified within approximately 500 feet of the proposed pedestrian bridge that will need to be reviewed as part of this Phase I ESA. The Site is located within the U.S. Fish and Wildlife Service (USFWS) South Florida Urban Bat Area. If trees and/or palms need to be removed or relocated due to the proposed construction, a roost survey for the FBB will be conducted in accordance with USFWS Florida Bonneted Bat Consultation Guidelines (October 2019). This federal listing is recognized by State of Florida Fish and Wildlife Conservation Commission (FWC) and Miami -Dade County (MDC) Comprehensive Development Master Plan (Chapter IV CON-9A, B, Q. Tree removal will require a permit from the City of South Miami. 330 Southwest 2Th Avenue I Suite 504 1 Miami, Florida 33135 1 P: 786-313-3977 1 F: 305.356.4333 www.Smart-Sciences.com 182 Proposal for Phase I ESA, FBB Roost Survey, and Tree Permitting Services January 26, 2021 South Miami Pedestrian Bridge Page 2 of 7 Vicinity of SW 711 Street and US-1 South Miami, Miami -Dade County, Florida Smart -Sciences Proposal No. 003-009-P Task 1— Phase I ESA Our approach to performing a Phase I ESA includes a review of public records, interviews with appropriate local agencies and other appropriate entities, a site and vicinity reconnaissance and preparation of a written report containing findings, opinions, and conclusions. The most widely used standard for performing Phase I ESAs is the standard developed by the American Society for Testing and Materials (ASTM) entitled E1527-13 Standard Practice for Environmental Assessments: Phase I Environmental Site Assessment Process. Smart -Sciences proposes to use this standard for this project. The ASTM E-1527-13 standard meets the intent of the Environmental Protection Agency's (EPA's) All Appropriate Inquiry (AAI) reporting requirements. Review of Public Record A review of reasonably ascertainable and practically reviewable public records for the Site and the immediate vicinity will be conducted to characterize environmental features of the site and to identify past and present land use activities, which may indicate a potential for recognized environmental conditions (REC), as defined in ASTM E-1527-13. Smart -Sciences will use the services of Environmental Data Resources (EDR) to obtain and assimilate the results of an environmental regulatory list search for our review. Review of the public record will include the following: • Review of public records made available to us via web -based applications and database searches, present and pending enforcement actions, and assessments at the site and within the immediate vicinity. Smart -Sciences will complete a regulatory agency file and records review in conformance with ASTMS E1527-13, Section 8.2, including regulatory agency files and records for the Site and adjoining properties. • Review of the following reasonably ascertainable documents: aerial photographs, fire insurance maps, street directories and topographic maps of the site and vicinity, as appropriate, for evidence suggesting past uses that might have involved hazardous substances or petroleum products. Site Reconnaissance A site reconnaissance will be performed to identify obvious visual signs of past or existing contamination on or adjacent to the site, and to evaluate evidence found in the review of public record that might be indicative of activities resulting in hazardous substances or petroleum products being used or deposited on the site. The site reconnaissance will include the following activities: • An onsite survey of the Site will be conducted looking for signs of past or current activities which could be cause for a REC to be identified. • A visual reconnaissance of the study area and adjacent properties will be performed to observe surface signs of spills, stressed vegetation, buried waste, underground or above ground storage 330 Southwest 271h Avenue I Suite 5041 Miami, Florida 331351 P: 786.313.39771 F: 305.356.4333 www.Smart-Sciences.com 183 Proposal for Phase I ESA, FBB Roost Survey, and Tree Permitting Sen+ices January 26, 2021 South Miami Pedestrian Bridge Page 3 of 7 Vicinity of SIV 711 Street and US- I South Miami, Miami -Dade County, Florida Smart -Sciences Proposal No. 003-009-P tanks, transformers, or unusual soil discoloration which may indicate the possible presence of contaminants on the properties. • Representative areas of the site will be photographed to document the current condition of the property as well as relevant conditions such as unusual soil discoloration, stressed vegetation, debris, construction remnants, or other pertinent features associated with the Site and surrounding lands as might influence the Site. Interviews Smart -Sciences will attempt to conduct interviews with appropriate owners and local officials to request local knowledge of hazardous substances or petroleum products within the study area or on adjacent properties. Written Report and Deliverables Upon completion of the public record review, interviews, and site reconnaissance, we will provide a written report for the project site that documents our findings. Our findings will be presented in terms of the presence, or absence, of recognized environmental conditions as defined in ASTM E-1527-13. However, a finding of "no evidence of recognized environmental conditions" should not be interpreted as a guarantee or warranty that the property is "clean" or free of all contaminants. Recommendations of response options to identified contamination issues will be provided upon request. Our fee includes electronic delivery of the final reports for the project Site. Smart -Sciences' report will be prepared on behalf of our Client and the City of South Miami for their exclusive use. If you wish to have a third party rely on this report, that party must execute a Secondary Client Agreement (under which the Client executing this agreement will become the Primary Client) with Smart -Sciences. Use of this report for purposes beyond those reasonably intended by our Primary Client and Smart -Sciences will be at the sole risk of the user. Task 2 — FBB Roost Survey and Technical Memo An FBB roost survey will be conducted in accordance the USFWS Florida Bonneted Bat Consultation Guidelines (October 2019). This survey will be conducted concurrently with the Phase I ESA site reconnaissance visit (Task l) and will evaluate roosting potential by conducting a roost survey of the trees and/or palms within the project footprint that may need to be removed/relocated. This effort will include reviewing cavities, crevices, and underneath dead palm fronds for use by FBB as roosting or resting areas. Smart -Sciences' biologists will inspect cavities or crevices for claw marks, hair, guano, or other signs of use. As appropriate, cavities will be inspected visually with a micro video camera mounted on an extendable rod or by direct sight inspection using binoculars. Cavities above 35 feet of elevation are out of reach of the surveying equipment, and if observed cavities above this height cannot be inspected in its entirety (binoculars may not be sufficient), a supplemental acoustic survey may become necessary to 330 Southwest 271" Avenue I Suite 504 1 Miami, Florida 33135 1 P: 786.313.3977 1 F: 305.356.4333 www.Smart-Sciences.com 184 Proposal for Phase I ESA, FBB Roost Survey, and Tree Permitting Services January 26, 2021 South Miami Pedestrian Bridge Page 4 of 7 Vicinity of SW 71 n Street and US-1 .South Miami, Miami -Dade Coun(v, Florida .Smart -Sciences Proposal No. 003-009-P assess if FBB are roosting in this tree. This proposal does not include acoustic surveying efforts. Task 2 includes the preparation of a letter report for submittal to the Client. The letter report will discuss our findings from the roost survey activities, including dimensions and color photographs of the trees inspected, and provide a discussion of FBB roosting potential within and directly adjacent to the project area. Please note that this letter report will not meet the USFWS requirements for a Biological Assessment. If FBB are identified to be roosting within or directly adjacent to the Site, ESA Section 7(a)(2) Consultation would be required. If observed cavities/crevices could not be inspected in its entirety due to height and/or location, a supplemental acoustic survey may be needed to determine if FBB are roosting in trees proposed for removal. Additionally, ESA Section 7(a)(2) Consultation may be required. Such consultation efforts are beyond the scope of this proposal; but can be provided, as we routinely coordinate with USFWS on issues of FBB. Task 3 — Tree Removal Permit Application with City of South Miami Concurrently with the roost survey (Task 2), Smart -Sciences will evaluate trees/palms (approximately 10 —15) within the project area, documenting species, height, diameter at breast height, canopy coverage and health condition. Smart -Sciences will number the trees, leaving a numbered metal tag on each tree, and collect locations with a GPS unit. We will apply International Society of Arboriculture standards of practice to all measurements. A tree inventory table presenting relevant information on trees will be prepared. If specimen trees are identified, photographs will be collected with a focus on any visible sign demonstrating compromised condition of the tree if present. Smart -Sciences will prepare and submit the Application for Tree Removal with the City of South Miami. The Client will need to provide the disposition of each tree (remove/relocate/remain). The trees will be overlaid on the site plans and we will provide justifications for tree removal. Removal of existing trees will require canopy mitigation, which can be (partially) offset through proposed landscaping. The specifics of canopy replacement and tree replacement depend upon a tree's size, species, native classification, and other considerations. Final canopy mitigation fees are determined by the City of South Miami. Items to be provided by the Client, via the project engineer and/or landscape architect include but are not limited to the following: • Site plans with tree overlay. Smart -Sciences will provide tree locations in a digital format such as CAD or GIS, but others will need to overlay the trees on the site plans and provide a copy in a format suitable for submittal to City of South Miami (such as PDF). The Client will need to provide the disposition of each tree (remove, relocate, remain). • Landscape plans • Tree removal application form signed by the property owner and applicant If relocating of trees is proposed, this would require a Tree Relocation Plan which is not included in this 330 Southwest 2711 Avenue I Suite 5041 Miami, Florida 33135 1 P: 786.313.39771 F: 305.356.4333 www.Smart-Sciences.com 185 Proposal for Phase I ESA, FBB Roost Survey, and Tree Permitting Services January 26, 2021 South Miami Pedestrian Bridge Page 5 of 7 Vicinity of S1V 71" Street and US 1 South Miami. Miami -Dade County, Florida Smart -Sciences Proposal No. 003-009-P proposal. Additionally, if there are specimen trees that the City of South Miami wishes to remain, an Avoidance and Minimization Plan may become required which is not included in this proposal. Smart - Sciences can provide a proposal for these services upon request, if deemed necessary. The City of South Miami may issue a Request for Additional Information (RAI) as part of the permitting process. This task includes providing a response to simple requests. The City of South Miami will require all identified payments be paid, including Tree Trust Fund deposits prior to permit issuance, and may require a final site inspection prior to permit issuance, documenting tree protection measures if any trees are to remain. Task 4 — Virtual Meetings/Communications This task includes attending virtual meetings, such as project kickoff meeting and progress meetings. It also includes emails and phone calls with the Client and project team throughout the project to address questions and keep the project moving along in a timely manner. We have included up to $600.00 for this task to be billed on a time and material basis in accordance with our Fee Schedule. In -person meetings are not included in this Task. If further fees are required, we will notify the Client. In -person meetings such as meetings with the project team or City of South Miami will be billed hourly in accordance with our fee schedule. Cost of Services Smart -Sciences proposes performing the above scope of services as described below. Task Fee Task l — Phase I ESA no lien search included)* $3,927.50(lump sum Task 2 — FBB Roost Survey and Letter Report $2,500.00(lump sum Task 3 — Tree Removal Permit Application with City of South Miami $1,500.00 (lumpsum Task 4 — Virtual Meetings/Communications $600.00 time and material `Lien Search can be provided at $ l 20/parcel If unforeseen conditions should require services beyond the scope of services described herein, Smart - Sciences will notify you of additional costs necessary to complete the project, prior to proceeding. Services beyond those described herein would be invoiced in accordance with our standard schedule of fees at the applicable rates. Please note that payment of our invoice is due upon receipt. Deliverables will be provided electronically. if hard copy reports are required, production will be billed at cost times 1.15. Schedule Our scope of services under Task 1 can be completed within 15 business days of conducting our Site visit. It is the Client's responsibility to secure free access to the property to conduct the Site inspection. Please 330 Southwest 271h Avenue I Suite 504 1 Miami, Florida 331351 P: 7863 ) 13.39771 F: 305.356.4333 www.Smart-Sciences.com 186 Proposal for Phase I ESA, FBB Roost Survey, and Tree Permitting Services January 26, 2021 South Miami Pedestrian Bridge Page 6 of 7 Vicinity of SW 71" Street and US-1 South Miami, Miami -Dade County, Florida Smart -Sciences Proposal No. 003-009-P note that our ability to complete the review of the public record within the project schedule often depends on the availability of certain maps, records, etc. that we may want to review or personnel whom we would want to interview. If we experience difficulties scheduling, we will inform you in a timely manner and obtain your concurrence on extending the evaluation period, or terminating that aspect of the evaluation, and preparing our report without the benefit of that information (either option will satisfy ASTM E1527- 13 requirements). ASTM E1527-13 states that information is reasonably ascertainable if it can be provided for review within 20 days of the request. Delivery of the report is also dependent upon our receipt of the completed Client Supplied Information Checklist and the User Questionnaire. Our tletter report under Task 2 can be provided within ten (10) business days of conducting our Site visit. The tree inventory under Task 3 can be provided within five (5) business days of conducting our Site visit, and the Tree Removal Application can be submitted to the City of South Miami within five (5) business days of receiving all requested information from the project team. Non -Scope Considerations This Phase I Environmental Site Assessment does not include any other services, including non -scope considerations as described in ASTM E-1527-13 Section 13 unless specifically included herein. Authorization Attached is a copy of our Standard General Conditions for Professional Services Agreement, which is a part of the proposal. If the above scope of services and fees are acceptable, please sign below and return a signed, fully executed copy of our proposal. The above proposal is hereby agreed to by: Signature: Name: Title: Company: Date: 330 Southwest 271h Avenue I Suite 504 1 Miami, Florida 33135 1 P: 786.313.3977 1 F: 305.356.4333 www.Smart-Sciences.com 187 Proposal for Phase I ESA, FBB Roost Survey, and Tree Permitting Services January 16, 2021 South Miami Pedestrian Bridge Page 7 of 7 Vicinity ofSW 71t Street and US -I South Miami, Miami -Dade County, Florida Sman-Sciences Proposed' Aa. 003-009-P We appreciate the opportunity to offer our professional services on this project. if you have any questions concerning this proposal, please contact our office at 786-313-3977. Sincerely, SMART -SCIENCES, INC Gisele L. Colbert Principal Scientist Attachments: Client Supplied Information Checklist User Questionnaire Fee Schedule / �W/11AM Meike de Vringer, M.S. Project Scientist H. IProposa&hy ChemTruposals 001 - 035'803-009-P APCTE South Miami Pedestrian BridgeAPCTE South Miami Pedestrian Bridge Phase I ESA FBB Roost Tree Permining➢roposaildoc 330 Southwest 27" Avenue I Suite 504 � Miami, Florida 33135 1 P: 786.313.39771 F: 305.356.4333 www.Smart-Sciences.com 188 3 G�orban� 1 SMART -SCIENCES 7Environmental Consulting fs�-4 naV CLIENT SUPPLIED INFORMATION CHECKLIST In order for Smart -Sciences, Incorporated to conduct our services, we have provided a checklist of items to be provided to us prior to initiating this project. You may fill in the information below and supplement this checklist with additional information. If the box remains unchecked, we will assume that you will not be providing us that information. ❑ Complete and correct address: ❑ The purpose of the Phase 1 ESA: Please note that if no purpose is provided, Smart -Sciences will assume that the Phase I ESA is being performed in order to qualify the Client for Landowner Liability Protection (LLP) offered by the Small Business Relief and Brownfields Revitalization Act of 2001; ❑ Any parties that you wish to have rely on the report (Please see Report Reliance section of Proposal): ❑ Contact information for a person who can provide us unrestricted access to the Site. In addition, it is critical that we be provided key contact information for a person(s) who is knowledgeable about the history of the property and current site activities. ❑ Contact information for current, previous owners and occupants and any other individuals who may be knowledgeable about current or historic site activities: ❑ Any scope of services needed beyond those outlined in ASTM E 1527-13 (Please see Proposed Scope of Services section of Proposal). ❑ Site development or utility plans. ❑ A site plan or boundary survey depicting site features and exact property boundaries. 330 Southwest 27" Avenue I Suite 504 1 Miami, Florida 33135 1 P: 786-313-3977 1 F: 305.356.4333 www.Smart-Sciences.com 189 CLIENT SUPPLIED INFORMATION CHECKLIST Page 2 ❑ Previously issued reports, correspondence or documents that provide environmental, geotechnical, or utility infonnation about the site, examples of which are listed below: • Phase I, I1 or other types of environment site assessment or remediation reports, • Environmental compliance audit reports, • Environmental permits (for example, solid waste disposal permits, hazardous waste disposal permits, wastewater permits, NPDES permits, underground injection permits), • Registrations for underground and above -ground storage tanks, • Registrations for underground injection systems, • Material safety data sheets, • Community right -to -know plan, • Safety plans; preparedness and prevention plans; spill prevention, countermeasure, and control plans; etc., • Reports regarding hydrogeologic conditions on the property or surrounding area, • Notices or other correspondence from any government agency relating to past or current violations of environmental laws with respect to the property or relating to environmental liens encumbering the property, • Hazardous waste generator notices or reports, • Geotechnical studies, • Risk assessments, and • Recorded AULs or environmental liens. 330 Southwest 271h Avenue I Suite 504 1 Miami, Florida 331351 P: 786.313.3977 j F: 305.356.4333 www.Smart-Sciences.com 190 carban� li SMART -SCIENCES yc11 Na�F Environmental Consulting USER QUESTIONNAIRE In order to qualify for one of the Landowner Liability Protection (LLP) offered by the Small Business Liability Relief and Brownfields Revitalization Act of 2001, the "user" must provide the following information (if available) to the environmental professional. The "user" is defined by the ASTM standard as the party seeking to use Practice E 1527 to complete an environmental site assessment of the property. A user may include, without limitation, a potential purchaser of property, a potential tenant of property, an owner of property, a lender, or a property manager. Environmental Cleanup Liens that are filed or recorded against the site (40 CFR 312.25) Are you aware of any environmental cleanup liens against the property that are filed or recorded under federal, tribal, state, or local law? Activity and land use limitations that are in place on the site or that have been filed or recorded in a registry (40 CFR 312.26) Are you aware of any activity and land use limitations, such as engineering controls, land use restrictions or institutional controls that are in place at the site and/or have been filed or recorded in a registry under federal, tribal, state or local law? Any specialized knowledge or experience relating to the Site or nearby properties (40 CFR 312.28) As the user of this ESA do you have any specialized knowledge or experience related to the property or nearby properties? For example, are you involved in the same line of business as the current or former occupants of the property or an adjoining property so that you would have specialized knowledge of the chemicals and processes used by this type of business? Relationship of the purchase price to the fair market value of the property if it were not contaminated (40 CFR 312.29) Does the purchase price being paid for this property reasonably reflect the fair market value of the property? If you conclude that there is a difference, have you considered whether the lower purchase price is because contamination is known or believed to be present at the property? 330 Southwest 271h Avenue I Suite 504 1 Miami, Florida 33135 1 P: 786-313-3977 1 F: 305.356.4333 www.Smart-Sciences.com 191 USER QUESTIONNAIRE Page 2 Commonly known or reasonably ascertainable information about the properly (40 CFR 31Z30) Are you aware of commonly known or reasonably ascertainable information about the property that would help the Environmental Professional to identify conditions indicative of releases or threatened releases? For example, as user, (a.) Do you know the past uses of the property? (b.) Do you know of specific chemicals that are present or once were present at the property? (c.) Do you know of spills or other chemical releases that have taken place at the property? (d.) Do you know of any environmental cleanups that have taken place at the property? The degree of obviousness of the presence or likely presence of contamination at the property, and the ability to detect the contamination by appropriate investigation As the user of this ESA, based on your knowledge and experience related to the property are there any obvious indicators that point to the presence or likely presence of contamination at the property? Name of person completing form Date Job Title/Affiliation to the project 330 Southwest 271h Avenue I Suite 504 1 Miami, Florida 33135 1 P: 786.313.3977 1 F: 305.356.4333 www.Smart-Sciences.com 192 STANDARD GENERAL CONDITIONS 1.01 Basic Agreement: Smart -Sciences, Inc. (Smart -Sciences) shall provide, or cause to be provided, the services set forth in this Agreement. If authorized by Client, or if otherwise required, Smart -Sciences shall furnish services in addition to those set forth in this Agreement. Client shall pay Smart -Sciences for its services as set forth in Paragraphs 7.01 and 8.01. 2.01 Payment Procedures: A. Invoices: Smart -Sciences shall prepare invoices in accordance with its standard invoicing practices and submit the invoices to the Client at least once per month. Invoices are due and payable upon receipt. If Client fails to make any payment due Smart -Sciences for services and expenses within 30 days after receipt of Smart -Sciences' invoice, then the amounts due Smart -Sciences will be increased at the rate of 1.0% per month (or the maximum rate of interest permitted by law, if less) from said thirtieth day. In addition Smart -Sciences may, after giving seven days written notice to Client, suspend services under this Agreement until Smart - Sciences has been paid in full all amounts due for services, expenses, and other related charges. Client waives any and all claims against Smart -Sciences for any such suspension and shall be responsible for any attorney's fees incurred in collecting past due amounts. Payments will be credited first to interest and then to principal. The Client warrants that payment is not dependent on third parties. 3.01 Termination: The obligation to provide services under this agreement may be terminated: A . By either party upon seven days written notice, in the event of substantial failure on the part of the other party to perform in accordance with the terms of this agreement, through no fault of the terminating party. Failure to pay Smart -Sciences for its services is a substantial failure to perform and a basis for termination. B . By Smart -Sciences, upon seven days written notice, if Client demands that Smart -Sciences furnish or perform services contrary to Smart -Sciences' responsibilities as a licensed professional; or upon seven days written notice if Smart -Sciences' services for the Project are delayed for more than 90 days for reasons beyond Smart -Sciences' control. Smart -Sciences shall have no liability to Client on account of a termination by Smart -Sciences under this section. C. In the event of any termination, Smart -Sciences will be paid for all services and reimbursable expenses rendered to the date of termination, in addition to termination expenses. 4.01 Successors, Assigns and Beneficiaries 4. The Client and Smart -Sciences each binds themselves, and their partners, successors, executors, administrators, assigns and legal representatives to the other party of this agreement. Neither party may assign, sublet or transfer any rights under, or interest in, this agreement without the written consent of the other. Nothing contained in this paragraph shall prevent Smart -Sciences from employing such independent consultants. associates and subcontractors, as Smart -Sciences may deem appropriate. B. Unless expressly provided otherwise, nothing in this Agreement shall be construed to create, impose, or give rise to any duty owed by Client or Smart -Sciences to any contractor, subcontractor, supplier, other individual or entity, or to any surety for or employee of any of them. All duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of Client and Smart -Sciences and not for the benefit of any other party. 5.0: Genera! Considerations: A. Smart -Sciences will perform its services using that degree of skill and care ordinarily exercised under similar conditions by reputable members of Smart -Sciences' profession practicing in the same or similar locality at the time Services are performed. NO OTHER WARRANTY, EXPRESS OR IMPLIED, IS MADE OR INTENDED. B. Smart -Sciences shall not at any time supervise, direct, control, or have authority over any contractor's work, nor shall Smart - Sciences have authority over or be responsible for the means, methods, techniques, sequences, or procedures of construction selected or used by any contractor, or the safety precautions and programs incident thereto, for security or safety at the project site, nor for any failure of a contractor to comply with laws and regulations applicable to such contractor's furnishing and performing of its work. Smart -Sciences neither guarantees the performance of any contractor nor assumes responsibility for any contractor's failure to furnish and perform its work in accordance with the contract between Client and such contractor. Smart -Sciences is not responsible for variations between actual construction bids or costs and Smart -Sciences' opinions or estimates regarding construction costs. C. Smart -Sciences shall not be responsible for the acts or omissions of any contractor, subcontractor, or supplier, or of any of their agents or employees or of any other persons (except Smart -Sciences' own employees) at the Project site or otherwise furnishing or performing any construction work; or for any decision made regarding the construction contract requirements, or any application, interpretation, or clarification of the construction contract other than those made by Smart -Sciences. J. All documents prepared or furnished by Smart -Sciences are instruments of service, and Smart -Sciences retains an ownership and property interest (including the copyright and the right of reuse) in such documents, whether or not the project is completed. Client shall have a limited license to use the documents on the project, subject to receipt by Smart -Sciences of full payment for all services relating to preparation of the documents and subject to the following limitations: (1) Client acknowledges that such documents are not intended or represented to be suitable for use on the project unless completed by Smart -Sciences, or for use or reuse by Client or others on extensions of the Project, on any other project, or for any other use or purpose, without written verification or adaptation by Smart -Sciences; (2) any such use or reuse, or any modification of the documents, without written verification, completion, or adaptation by Smart -Sciences, as appropriate for the specific purpose intended, will be at Client's sole risk and without liability or legal exposure to Smart -Sciences: (3) Client shall indemnify and hold harmless Smart -Sciences from Page 1 of 2 193 all claims, damages, losses, and expenses. including attorneys' fees. arising out of or resulting from any use. reuse. or modification of the documents without written verification, completion, or adaptation by Smart -Sciences, and (4) such limited license to Client shall not create any rights in third parties. E. To the fullest extent permitted by law. Client and Smart -Sciences (1) waive against each other, and the other's employees. officers, directors, agents, insurers, partners, and consultants, any and all claims for or entitlement to special. incidental, indirect, or consequential damages arising out of resulting from, or in any way related to the project. and (2) agree that Smart -Sciences total liability to Client under this Agreement shall be limited to $50,000 or the total amount of compensation received by Smart - Sciences, whichever is greater. F. Client and Smart -Sciences agree to negotiate each dispute between them in good faith during the 30 days after notice of dispute. If negotiations are unsuccessful in resolving the dispute, then the dispute shall be mediated. If mediation is unsuccessful, then the parties may exercise their rights at law. G. This Agreement is to be governed by the law of the State of Florida and the local jurisdiction in which the project is located. H. PURSUANT TO FLORIDA STATUTE 558.0035, NO INDIVIDUAL EMPLOYEE OR AGENT OF SMART -SCIENCES MAY BE HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE ARISING FROM THE PERFORMANCE OF PROFESSIONAL SERVICES UNDER THIS CONTRACT. (Emphasis in accordance with the statute.) 1. The proposal and fees are valid for thirty (30) days from the date at the top of the proposal. J. Notice to proceed must be within thirty (30) days of signed agreement. unless otherwise specified in the agreement. K. For purposes of statutes of limitations/repose, our contract services will be considered complete upon delivery of the last service or instrument described in our agreement. 6.01 Total Agreement: This Agreement (including any expressly incorporated attachments), constitutes the entire agreement between Client and Smart -Sciences and supersedes all prior written or oral understandings. 7.01 Basis ofPgvment A. Fixed price services are based on doing the work one time. Changes due to causes beyond the control of Smart -Sciences shall be compensated as Additional Services. B. Fixed fees do not include printing charges. Reimbursable expenses shall be compensated at cost times 1.15. C. All governmental fees and testing service charges. if any, shall be paid directly by the Client. D. Any VAT, excise, gross receipts, or sales taxes that may be imposed by government shall be added to the compensation otherwise due under the professional services agreement. E. All fees and rates are based on normal eight hour weekday work. Work performed. by request of the Client. on week nights. weekends, or holidays shall bear a 50% surcharge. F. All fees are subject to renegotiation one year from the date of the agreement. 8.01 Additional Services: A. Client shall pay Smart -Sciences an amount equal to the cumulative hours charged to the Project by each class of Smart -Sciences' employees, times standard hourly rates for each applicable billing class: plus reimbursable expenses and Smart -Sciences' consultants' charges, if any. Smart -Sciences' standard hourly rates are attached. B. The Client may wish to establish control procedures for pre -authorization of Additional Services. Any such procedures shall be communicated to the Smart -Sciences in writing. IN WITNESS WHEREOF, THE PARTIES HAVE ENTERED INTO THIS AGREEMENT THIS DAY OF , 20_. CLIENT NAME: Authorized Agent Name: Signature: Title: SMART -SCIENCES. INC Printed Name: Signature: Title: Page 2 of 2 194 3 *jftb 'SMART—SCIENCES Environmental Consulting SMART -SCIENCES, INC 2020 SCHEDULE OF FEES A. PERSONNEL Charges will be made at the following rates for engineers, scientists, etc. for time spent in administration, consultation or meetings related to the project, field inspection and evaluation, review and analysis of field and laboratory data, travel time, report preparation and review, etc. Preparation and time spent for expert testimony will be charged at 2.0 times the standard rates. Per Hour PRINCIPAL SCIENTIST $265.00 CHIEF ENGINEER/SCIENTIST $300.00 SENIOR III SCIENTIST $250.00 SENIOR H SCIENTIST $200.00 SENIOR I SCIENTIST $I75.00 PROJECT III SCIENTIST $150.00 PROJECT H SCIENTIST $135.00 PROJECT I SCIENTIST $120.00 STAFF II SCIENTIST $110.00 STAFF I SCIENTIST $90.00 TECHNICIAN $75.00 INTERN $60.00 GIS/CADD ANALYST $135.00 GIS/CADD TECHNICIAN/SPECIALIST $110.00 B. EXPENSES 1) Direct non -salary expenses incurred and identified to the project will be invoiced at our cost multiplied by 1.15. Examples of direct expenses are printing, project supplies, travel and lodging. 2) Automobiles used on projects will be charged at a mileage rate of $0.72 per mile. Projects which require the use of four-wheel drive vehicle will be billed an additional $50 per day. 3) Disposal of Hazardous Waste samples - Samples of waste will be disposed by permitted methods on behalf of the client, after a determination is made that the waste is defined by RCRA to be hazardous. Due to the requirements of some hazardous assessments, disposal and invoicing of incurred expenses may take place after invoicing of the originally contracted work. This cost, if incurred, is not included in the project budget or in the laboratory testing fee schedule. C. SUBCONTRACTS 1) Subcontract services outside Smart -Sciences, Inc. (if required) will be invoiced at our cost multiplied by 1.15. 330 SW 27"Avenue I Suite 5041 Miami, FL 331351 P: 786.313.39771 F: 305.356.4333 www.Smart-Sciences.com 195 SouthMad n n rm Of �'i I ♦�gAT MIN( City of South Miami Pedestrian Bridge Over US1 at SW 71s' Street Architecture & Engineering Services RFQ n PX\'2020-24 Design Fee GSLA Design 196 GAR ME ♦ SEM LEE LANDSCAPE ARCHITECTURE W W W,GSLADESION.COM 1 ]EID NW 19ih AVE . SUITE 216 -AIAM I. 11 33015 P 305,399.1016 E 305d92.1019 C 0EP ID♦0000266 January 6, 2021 Osmcny Alfonso A&P Consulting Transportation Engineers 8935 N.W. 35th Lane, Suite 200 Doral, Florida 33172 RE: South Miami Pedestrian Bridge Dear Osmany, We appreciate being invited to participate in the design of your project located at the corner of US 1 and SW 715' Street in South Miami, FL. SCOPE OF SERVICES GSLA Design shall provide the following landscape architectural services for your project: 1) GSLA will prepare the following Contract Documents based on the design criteria provided in the design criteria package: a. Hardscape Layout Plan showing pavement materials and patterning. GSLA will not be responsible for grading and drainage. b. Existing Tree Disposition Plan showing existing trees and denoting if they are to remain, be removed or relocated. GSLA does not provide Arborist's services but will coordinate the Existing Tree Disposition Plans with the Arborist's report. GSLA will calculate the necessary mitigation and incorporate as much of that mitigation in the proposed planting plan. GSLA does not get permits but will provide the necessary plans and details to get the permits. c. Planting Plan sufficient in detail for bidding and installation by qualified contractors. d. Irrigation Plan sufficient in detail for bidding and installation by qualified contractors. 2) GSLA will attend up to three (3) meetings during the design phase. Attendance at additional meetings will be billed hourly, recorded portal to portal. 3) GSLA will prepare plans on a base Site Plan provided by A&P Consulting Transportation Engineers. Any changes to GSLA plans required by changes to the Site Plan shall be billed hourly. Any changes to GSLA plans required as a result of comments concerning our design by Review Boards or government staff shall be made at no additional cost. 4) Contract Administration will include attendance at up to three (3) site visits during construction, preparing responses to RFI's, shop drawing approvals, review of pay requests and attendance at necessary periodic visits and/or coordination meetings with the Architect/Engineer, Contractor or Owner. GSLA shall not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work and shall not be responsible for construction means, methods, techniques, sequences or procedures, or safety precautions and programs in connection with the work, and shall not be responsible for any Contractor's failure to carry out the work in accordance with the Contract Documents. Attendance at additional site visits shall be billed on on hourly basis, recorded portal to portal. $oU-h Miami Pedestrian Bridge page 1 of 4 197 GA PSCA ♦ Sf MITI . LAN OSCwtf wtCM1T[CTYPf •'w' G11.1Df SIGN. Co.. D E S 1 G N 17610 NN'1.1; AVE . SLIU 711 I61 AM1. l 33016 - P3053V310)6 i3063921011 CORI Ip R0000300 II. CLIENTS RESPONSIBILITIES The Client shall provide any required site surveys, as -built drawings, soil tests, as well as architectural and engineering services as required. GSLA will prepare any documents necessary to receive permits pertaining to GSLA's scope of work. GSLA will not be responsible to submit the plans through the governing agencies. III. FEES 1) The fee shall be $ 11,340 payable as follows: $ 3,600 - upon submission of a Schematic Design and Site Plan Approval Phase drawings $ 3,600 - upon submission of 50% Construction Document drawings $ 3,600 - upon submission of 100% Construction Document drawings $ 540 - for Contract Administration 2) Hourly rates are as follows (time recorded portal to portal): $200/hr for Principal Landscape Architect $150/hr for Project Manager $ 85/hr for Landscape Designer $ 50/hr for Staff 3) Reimbursable expenses shall be billed at actual cost for plan -reproduction, courier fees, postage and handling and any out-of-town traveling expenses connected with the project. Prints created in-house by GSLA for submittal will be charged at $ .10 each for 1 1x17 sheets, $2.00 each for D size sheets (24"x36") and $ 2.50 each for E size sheets (30"x42"). In-house coordination prints shall not be submitted for reimbursement. 4) ALL ACCOUNTS ARE DUE AND PAYABLE IN FULL UPON SUBMISSION OF INVOICE TO CLIENT. 5) A Late Payment Charge of 1.5% per month will be added to all invoices past due. 6) If it becomes necessary incur collection fees and/or employ the services of an attorney to collect debt, then such fees shall be paid by the client. IV. ADDITIONAL SERVICES 1) Any revisions to our drawings, specifications or other documents required as a result of changes to base plans or other information or instructions provided to GSLA from the Client or his Architect or Engineer, shall be billed on an hourly basis at our current hourly rates. Any additional services requested by the Client shall also be billed on an hourly basis. South Miami Pedestrian Bridge page 2 of 4 198 4AROSFE . LANDSCAPE AtE ARCHITECTURE wW.""A Df51 GX.Cor D E 'SC N'A' I G ]Bin AV f SOIIf LI 11I A" El JJ01N 5 Ca ll RtN1.�O�IOf fDD0 ]➢S16 . AD 266 2) Wien GSLA is contracted to prepare plans for the layout and design of roof top hardscape amenities, plantings and irrigation, the Client shall provide the services of a structural engineer. GSLA shall rely upon the advice of the engineer for information as to the roof structure's weight bearing capacity, roof drainage, waterproofing systems, etc. GSLA shall not be responsible for the preparation of structural, mechanical or electrical construction plans for the roof top areas. GSLA is not responsible for any construction operations during installation of elements designed by GSLA that damage the structure, waterproofing or clog drains. 3) When GSLA is contracted to prepare plans for projects that are attempting to achieve LEED credentialing, GSLA will make calculations, specify qualifying materials and make recommendations necessary to apply for any points relating to GSLA's disciplines. GSLA makes no guarantee that these points will be granted. V. TERMINATION This agreement may be terminated by either party upon seven (7) days written notice. In the event of termination, GSLA shall be paid its compensation for service performed to the termination date including reimbursable expenses then due. The client may not, at any time, use or allow the use of any work which is either incomplete in any respect, or is not fully paid for, even if complete. The persons executing this agreement warrant and represent that they are authorized to enter into this Agreement on behalf of the person or entity for whom they are signing. We look forward to being of service to you. This agreement is executed this day of GSLA DESIGN 2021. By: Ke ardner For the Firm Client: (Individually and as a Corporate Representative): Signature Name & Title Printed South Miami Pedestrian Bridge page 3 of 4 199 GA RO NFI ♦ 5EMlfl IANOSCAiF ARCNIIfCTURE W W W. GSIADE51GN.COM D E S I G N : -67C NA 780. AVE . SUITE TI III AM I. FL 33015 130f.312 1016 1 305 M 1.11 COIV IO♦GOCOi6e / Q NORTH - 6'-6" TO MOOTPW y METRORAILDRIP-UN 5'MIN. REOD. �.i://�/ \. MD-0TPW METRORAIL GUIDWAYORIPIINE L / —FOOT RNV n � TFR011LfA IOFTaURe /�pgpppFED BRIDGE v, a.` / OVERHEAD AV. F-7r" 1 '--7"*' nEv I' — I I—rvlwmrcc- 1 1 1 1 1 I G E—E APIIYE E ; E 1 ' TOWER DETAIL 1 I 1 / . t i PROP. BRIDGE C. LANDING PLAZA 7 4' FROM FACE OF CUR CURB &GUTTER — EXTENSION PROP. ELEVATOR TOWER AFL r�,yp W/ MECHIELEC. ROOMS (TYP.) I 4 \' R30'BEI — South�Miami / _---- 1� I FOR US ACCESS BWjeI BTR TfOR U,5.I ACCESS R IO' S.W. 71tN STREET S.W. 71! CITY OF SOUTH MIAMI o5aUaS.I PEDESTRIAN BRIDGE ALT. B South Miami Pedestrian Bridge page 4 of 4 200 South THE CITY OF PLEASANT LIVING City of South Miami Pedestrian Bridge Over US1 at SW 711 Street Architecture & Engineering Services RFQ # PW2020-24 Design Fee DRMP �Il>v DRMP - Supplemental Structures Review DRMP will perform a supplemental Quality Control/Quality Assurance of the STRUCTURES contract documents and deliverables at 90% completion prior to submittal. DRMP will determine the acceptability of the design plans and will provide written recommen- dations, comments, and conclusions to the designer based on: • The safety and durability of the structure. • Compliance of the design with applicable design criteria and specifications. • The Constructability and future maintenance requirements of the design. • An evaluation of the design based on an acceptable level of service for the intended life of the structure. • Review comments by other agencies. • Inclusion of pay items to cover all work included in the plans and specifications. • Review of structures quantities. The review process will be implemented in the following sequence: • Perform review of Structural Calculations at 90%. • Perform review of Structures Plans at 90%. • Perform review of Technical Special Provisions. • Back Check implementation of comments on Structural Calculations. • Back Check implementation of comments on Structures Plans. • Back Check implementation of comments on Technical Special Provisions. Design Fee: $17,000.00 202 EXHIBIT 4 PROFESSIONAL SERVICE AGREEMENT PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 THIS AGREEMENT made and entered into this day of , 20 by and between the City of South Miami, a municipal corporation of the State of Florida (hereinafter referred to as Owner) by and through it is City Manager (hereinafter referred to as City) and 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 City of South Miami, through its City Manager, and the CONSULTANT agrees the following terms and conditions: 1.0 General Provisions 1.1 This Agreement was negotiated in accordance with the Florida's Consultants' Competitive Negotiations Act (CCNA) (section 287.055, Florida Statutes) and following the receipt of responses to the CITY's Request for Qualifications (RFQ). 1.2 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 Notice to Proceed (hereinafter referred to as the "WORK"), nor does it obligate the Owner in any manner to guarantee work for the CONSULTANT. 1.3 The CITY agrees that it will furnish to the CONSULTANT all necessary and available plans, maps and ordinances in the possession or control of the CITY pertaining to the WORK to be performed under this AGREEMENT promptly and upon request of the CONSULTANT after the issuance of the Notice to Proceed. IAThe Solicitation documents for PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-17 are attached hereto as Exhibit 3. 2.0 This Agreement and the Solicitation, Scope of Services, and Insurance & Indemnification Requirements take precedence over the response to the CITY's PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24. 3.0 Scope of Services The scope of services is as set forth in the solicitation documents or as set forth in the attached as Exhibit I. Attachment A & Exhibit I, Attachment B, Attachment C which are identical to RFQ Exhibit 1, Attachments A, B & C. 4.0 Time for Completion 4.1 The services to be rendered by the CONSULTANT for any WORK must be commenced upon receipt of a written Notice to Proceed from the CITY subsequent to the execution of this AGREEMENT and must be completed within the time based on reasonable determination, stated in the said Notice to Proceed or as otherwise agreed to in writing and signed by the parties to this Agreement. 103 of 113 203 4.2A 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 its duties impossible. 5.0 Basis of Compensation: The fees for services of the CONSULTANT will be determined by one of the following methods or a combination thereof, as mutually agreed upon by the CITY and the CONSULTANT. S. I 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 must be in writing, signed by the CONSULTANT and attached hereto as Exhibit 5.2Hourly 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 will include all wages, benefits, overhead and profit and it must be in writing, signed by the CONSULTANT and attached hereto as Exhibit 6.0 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 Exhibit — schedule of payment or, if no schedule of payment 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. 7.0 Right of Decisions. All services must be performed by the CONSULTANT to the satisfaction of the Owner's representative, who will 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 will 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 must present his written objections to the City Manager and must abide by the decision of the City Manager. 8.0 Ownership of Documents. All reports and reproducible plans, and other data developed by the CONSULTANT for the purpose of this AGREEMENT will become the property of the CITY without restriction or limitation. 9.0 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. 10.0 Subletting. The CONSULTANT may 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 the City's requirements to the City's sole satisfaction. The CONSULTANT may not subcontract this Agreement or any of the services 104 of 113 204 to be provided by it without prior written consent of the City. Any assignment or subcontracting in violation hereof will be void and unenforceable. I.OUnauthorized 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 will 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, 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.OWarranty. 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 will have the right to annul this contract without liability. 13.0Termination. 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 will be payment for the work previously authorized and performed in accordance with the provisions of this AGREEMENT. Payment will be determined based on the work performed by the CONSULTANT up to the time of termination. Upon termination, the CITY will be entitled to a refund of any monies paid for any work was not performed. 14.0Term. The initial Contract will commence on the date set forth in the Notice to Proceed and will continue until project completion, at the same terms, conditions and prices. This AGREEMENT will remain in force until the end of the term, which includes all authorized renewals, or unless otherwise terminated by the CITY. 5.0Default. 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 will not be entitled to any consequential or delay damages. In the event partial payment has been made for such professional services not completed, the CONSULTANT must 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 will bear its own costs and legal fees. 16.01nsurance and Indemnification. The CONSULTANT agrees to comply with CITY's Insurance and Indemnification requirements that are set forth in Exhibit 2 which is identical to RFQ Exhibit 2 105 of 113 205 17.0Agreement Not Exclusive. Nothing in this AGREEMENT is intended to prevent the CITY from employing other CONSULTANTS to perform the same or similar services. 18.00odes, Ordinances and Laws. The CONSULTANT agrees to abide and be governed by all duly promulgated and published municipal, County, state and federal codes, statutes, 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 solicitation applicable to this AGREEMENT. 19.OTaxes. CONSULTANT is responsible for payment of all federal, state, and/or local taxes related to the Work, inclusive of sales tax if applicable. 20.ODrug Free Workplace. CONSULTANT must comply with CITY's Drug Free Workplace policy which is made a part of this AGREEMENT by reference. 21.01ndependent Contractor. CONSULTANT is an independent entity under this AGREEMENT, and nothing contained herein will be construed to create a partnership, joint venture, or agency relationship between the parties. 22.012uties and Responsibilities. CONSULTANT agrees to provide its services during the term of this AGREEMENT in accordance with all applicable laws, rules, regulations, of the federal, state, and City, which may be applicable to the service being provided. 23.01-icenses and Certifications. CONSULTANT must secure all necessary business and professional licenses at its sole expense prior to executing the AGREEMENT. 24.00hange Orders: No additional Work or extras may be done unless the same is duly authorized in writing and in advance of the work by the City Manager and in accordance with the Contract Documents and approved by the City Attorney as to form and legality. However, the City Manager's authority to approve a change in the work may not exceed $5,000 in total, taking into consideration all the prior changes, if any. 25.OEntire 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, whether written or oral. This Agreement may not be modified or amended except in writing, signed by both parties hereto. If this agreement is required to be approved by the City Commission, then upon approval by resolution of the City Commission, the City Commission will be deemed to be a party hereto. This Agreement is binding upon and inures 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 will be valid or binding unless it complies with this paragraph. This agreement, in general, and this paragraph may not be modified or amended by acts or omissions of the parties. If this Agreement was required by ordinance or the City Charter to be approved by the City Commission, no amendment to this Agreement will be valid unless approved by the City Commission. 26.01vQLTrial. 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 106 of 113 206 respect to any action, proceeding, lawsuit or counterclaim arising out of this AGREEMENT or the performance of the Work thereunder. 27.OValidity of Executed Copies. This AGREEMENT may be executed in several counterparts, each of which will be construed as an original. 28.ORules 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. 29.OSeverability. If any term or provision of this AGREEMENT or the application thereof to any person or circumstance are, to any extent, deemed to 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, will not be affected thereby and each and every other term and provision of this AGREEMENT will be valid and enforceable to the fullest extent permitted by law. 30.00umulative 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, will be in addition to, and will 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 Agreement, or existing in law or in equity, it will 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, will be exclusive of any other available remedy or remedies, but each and every such remedy will be cumulative and will 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 may impair any such right or power nor may it 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. 3 I.ONon-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 will 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 breach or default will not act as a waiver of any subsequent breach or default. 32.ONo Discrimination and Equal Employment: action may 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, 107 of 113 207 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 must 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 follows all applicable regulations and laws governing employment practices. 33.0Governing 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. 34.0Effective Date. This AGREEMENT will 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 or City Ordinance, and the effective date will be the date of its execution by the last party so executing it. 35.OThird Party BeneficiaU. It is specifically understood and agreed that no other person or entity may be a third party beneficiary hereunder, and that none of provisions of this AGREEMENT are for the benefit of or be enforceable by anyone other than the parties hereto, and that only the parties hereto will have any rights hereunder. 36.OFurther Assurances. The parties hereto agree to execute all other and further documents as might be reasonably necessary to ratify, confirm, and effectuate the intent and purposes of this AGREEMENT. 37.OTime of Essence. Time is of the essence of this AGREEMENT. 38.0Interpretation. This AGREEMENT may not be construed more strongly against either party hereto, regardless of who was more responsible for its preparation. 39.OForce Majeure. Neither party hereto may 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 must notify the other of any such occurrence. 40.0Subcontracting: If allowed by this Agreement, the CONSULTANT will 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' and subconsultants' agreements, if allowed by this Agreement, must be approved by the City. The CONSULTANT must 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. 108 of 113 208 41.OPublic Records: CONSULTANT and all of its subcontractors are required to comply with the public records law (s.1 19.0701) while providing goods and/or services on behalf of the CITY and the CONSULTANT, under such conditions, must incorporate this paragraph in all of its subcontracts for this Project and must: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order 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 access to public records to be inspected or copied within a reasonable time on the same terms and conditions that the public agency would provide the records and 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 CONSULTANT does not transfer the records to the public agency; (d) Upon completion of the contract, Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the CONSULTANT or keep and maintain public records required by the public agency to perform the service. If the CONSULTANT transfers all public records to the public agency upon completion of the contract, the CONSULTANT will, upon Termination of the contract, destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the CONSULTANT keeps and maintains public records upon completion of the contract, the CONSULTANT must 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 CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 30S-663-6340; E-mail: noavne(Msouthmiamifl.¢ov; 6130 Sunset Drive, South Miami, FL .33143. 42.ONotices. Whenever notice is required or permitted herein, it must be delivered by hand delivery, e-mail (or similar electronic transmission), facsimile transmission or certified mail, with return receipt requested and will 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 will not be considered to have been delivered. Notices must 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 Fax: E-mail: skamaliOsouthmiamifl.gov With copies to: City Attorney 6130 Sunset Dr. South Miami, FL 33143 109 of 113 209 Fax:(305) 341-0584 E-mail: tpepeCa southmiamifl.gov To CONSULTANT: E-mail: Fax: 43.0 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 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 is accepted and subject to the terms and conditions set forth herein. CONSULTANT LIS (Print Name Above) ATTESTED: City of South Miami By: Nkenga A. Payne, CMC Shari Kamali City Clerk City Manager 110 of 113 210 Read and Approved as to Form, Language, Legality and Execution thereof By: Thomas F. Pepe City Attorney END OF SECTION 111 of 113 211 PROFESSIONAL SERVICE AGREEMENT PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 THIS AGREEMENT made and entered into this D day of �('6L<c-. , 202L by and between the City of South Miami, a municipal corporation of the State of Fko ida (hereinafter referred to as Owner) by and through it is City Manager (hereinafter referred to as City) and A & P Consulting Transportation Engineers, Corp., 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 City of South Miami, through its City Manager, and the CONSULTANT agrees the following terms and conditions: 1.0 General Provisions 1.1 This Agreement was negotiated in accordance with the Florida's Consultants' Competitive Negotiations Act (CCNA) (section 287.055, Florida Statutes) and following the receipt of responses to the CITY's Request for Qualifications (RFQ). 1.2A 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 Notice to Proceed (hereinafter referred to as the "WORK"), nor does it obligate the Owner in any manner to guarantee work for the CONSULTANT. 1.3The CITY agrees that it will furnish to the CONSULTANT all necessary and available plans, maps and ordinances in the possession or control of the CITY pertaining to the WORK to be performed under this AGREEMENT promptly and upon request of the CONSULTANT after the issuance of the Notice to Proceed. IAThe Solicitation documents for PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 are attached hereto as Exhibit 3. 2.0This Agreement and the Solicitation, Scope of Services, and Insurance & Indemnification Requirements take precedence over the response to the CITY's PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24. 3.0 Scope of Services The scope of services is as set forth in the solicitation documents or as set forth in the attached as Exhibit I, Attachment A & Exhibit I, Attachment B, Attachment C which are identical to RFQ Exhibit I, Attachments A, B & C. 4.0 Time for Completion 4.1 The services to be rendered by the CONSULTANT for any WORK must be commenced upon receipt of a written Notice to Proceed from the CITY subsequent to the execution of this AGREEMENT and must be completed within the time based on reasonable I of 270 determination, stated in the said Notice to Proceed or as otherwise agreed to in writing and signed by the parties to this Agreement. 4.2A 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 its duties impossible. 5.0 Basis of Compensation: The fees for services of the CONSULTANT will be determined by one of the following methods or a combination thereof, as mutually agreed upon by the CITY and the CONSULTANT. 5.1 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 must be in writing, signed by the CONSULTANT and attached hereto as Exhibit 4; 5.2 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 will include all wages, benefits, overhead and profit and it must be in writing, signed by the CONSULTANT and attached hereto as Exhibit 4. 6.0 moment 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 Exhibit 4 schedule of payment or, if no schedule of payment 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. 7.0 RiQht of Decisions. All services must be performed by the CONSULTANT to the satisfaction of the Owner's representative, who will 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 will 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 must present his written objections to the City Manager and must abide by the decision of the City Manager. 8.0 Ownership of Documents. All reports and reproducible plans, and other data developed by the CONSULTANT for the purpose of this AGREEMENT will become the property of the CITY without restriction or limitation. 9.0 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. 2 of 270 10.0 Subletting. The CONSULTANT may 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 the City's requirements to the City's sole satisfaction. The CONSULTANT may 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 will be void and unenforceable. I.OUnauthorized 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 will 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, 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. 12.0Warranty. 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 will have the right to annul this contract without liability. 13.OTermination. 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 will be payment for the work previously authorized and performed in accordance with the provisions of this AGREEMENT. Payment will be determined based on the work performed by the CONSULTANT up to the time of termination. Upon termination, the CITY will be entitled to a refund of any monies paid for any work was not performed. 14.OTerm. The initial Contract will commence on the date set forth in the Notice to Proceed and will continue until project completion, at the same terms, conditions and prices. This AGREEMENT will remain in force until the end of the term, which includes all authorized renewals, or unless otherwise terminated by the CITY. 5.013efault. 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 will not be entitled to any consequential or delay 3 of 270 damages. In the event partial payment has been made for such professional services not completed, the CONSULTANT must 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 parry will bear its own costs and legal fees. 16.01nsurance and Indemnification. The CONSULTANT agrees to comply with CITY's Insurance and Indemnification requirements that are set forth in Exhibit 2 which is identical to RFQ Exhibit 2 17.0ARreement Not Exclusive. Nothing in this AGREEMENT is intended to prevent the CITY from employing other CONSULTANTS to perform the same or similar services. 18.00odes. Ordinances and Laws. The CONSULTANT agrees to abide and be governed by all duly promulgated and published municipal, County, state and federal codes, statutes, 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 solicitation applicable to this AGREEMENT. 14.0Taxes. CONSULTANT is responsible for payment of all federal, state, and/or local taxes related to the Work, inclusive of sales tax if applicable. 20.ODrug Free Workplace. CONSULTANT must comply with CITY's Drug Free Workplace policy which is made a part of this AGREEMENT by reference. 21.01ndependent Contractor. CONSULTANT is an independent entity under this AGREEMENT, and nothing contained herein will be construed to create a partnership, joint venture, or agency relationship between the parties. 22.ODuties and Responsibilities. CONSULTANT agrees to provide its services during the term of this AGREEMENT in accordance with all applicable laws, rules, regulations, of the federal, state, and City, which may be applicable to the service being provided. 23.01-icenses and Certifications. CONSULTANT must secure all necessary business and professional licenses at its sole expense prior to executing the AGREEMENT. 24.00hange Orders: No additional Work or extras may be done unless the same is duly authorized in writing and in advance of the work by the City Manager and in accordance with the Contract Documents and approved by the City Attorney as to form and legality. However, the City Manager's authority to approve a change in the work may not exceed $5,000 in total, taking into consideration all the prior changes, if any. 25..OEntire 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, whether written or oral. This Agreement may not be modified or amended except in writing, signed by both 4 of 270 parties hereto. If this agreement is required to be approved by the City Commission, then upon approval by resolution of the City Commission, the City Commission will be deemed to be a party hereto. This Agreement is binding upon and inures 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 will be valid or binding unless it complies with this paragraph. This agreement, in general, and this paragraph may not be modified or amended by acts or omissions of the parties. If this Agreement was required by ordinance or the City Charter to be approved by the City Commission, no amendment to this Agreement will be valid unless approved by the City Commission. 26.01yry 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. 27.OValidity of Executed Copies. This AGREEMENT may be executed in several counterparts, each of which will be construed as an original. 28.0Rules 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. 29.OSeverability. If any term or provision of this AGREEMENT or the application thereof to any person or circumstance are, to any extent, deemed to 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, will not be affected thereby and each and every other term and provision of this AGREEMENT will be valid and enforceable to the fullest extent permitted by law. 30.00umulative 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, will be in addition to, and will 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 Agreement, or existing in law or in equity, it will 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, will be exclusive of any other available remedy or remedies, but each and every such remedy will be cumulative and will 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 may impair any such right or power nor may it 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. 5 of 270 31.ONon-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 will 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 breach or default will not act as a waiver of any subsequent breach or default. 32.ONo Discrimination and Equal Employment: No action may 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 must 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 follows all applicable regulations and laws governing employment practices. 33.OGoverning 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. 341.OEffective Date. This AGREEMENT will 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 or City Ordinance, and the effective date will be the date of its execution by the last party so executing it. 35.OThird Party Beneficiary. It is specifically understood and agreed that no other person or entity may be a third party beneficiary hereunder, and that none of provisions of this AGREEMENT are for the benefit of or be enforceable by anyone other than the parties hereto, and that only the parties hereto will have any rights hereunder. 36.OFurther Assurances. The parties hereto agree to execute all other and further documents as might be reasonably necessary to ratify, confirm, and effectuate the intent and purposes of this AGREEMENT. 6 of 270 37.OTime of Essence. Time is of the essence of this AGREEMENT. 38.01nterpretation. This AGREEMENT may not be construed more strongly against either party hereto, regardless of who was more responsible for its preparation. 39.OForce Majeure. Neither party hereto may 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 must notify the other of any such occurrence. 40.0Subcontracting: If allowed by this Agreement, the CONSULTANT will 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' and subconsultants' agreements, if allowed by this Agreement, must be approved by the City. The CONSULTANT must 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. 4 LOPublic Records: CONSULTANT and all of its subcontractors are required to comply with the public records law (s.1 19.0701) while providing goods and/or services on behalf of the CITY and the CONSULTANT, under such conditions, must incorporate this paragraph in all of its subcontracts for this Project and must: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order 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 access to public records to be inspected or copied within a reasonable time on the same terms and conditions that the public agency would provide the records and 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 CONSULTANT does not transfer the records to the public agency; (d) Upon completion of the contract, Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the CONSULTANT or keep and maintain public records required by the public agency to perform the service. If the CONSULTANT transfers all public records to the public agency upon completion of the contract, the CONSULTANT will, upon Termination of the contract, destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the CONSULTANT keeps and maintains public records upon completion of the contract, the CONSULTANT must 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 CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 7 of 270 305-663-6340; E-mail: npayne southmiamifl.gov; 6130 Sunset Drive, South Miami, FL .33143. 42.ONotices. Whenever notice is required or permitted herein, it must be delivered by hand delivery, e-mail (or similar electronic transmission), facsimile transmission or certified mail, with return receipt requested and will 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 will not be considered to have been delivered. Notices must 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 Fax: E-mail: skamali(@.southmiamifl.gov With copies to: City Attorney 6130 Sunset Dr. South Miami, FL 33143 Fax: (305) 341-0584 E-mail: tpeepe(o southmiamifl.gov To CONSULTANT: E-mail: Fax: 43.0 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 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. 8 of 270 IN WITNESS WHEREOF, this AGREEMENT is accepted and subject to the terms and conditions set forth herein. ATTESTED: y� n By: Nk nga A! Payne, CMC City Clerk Read and Approved as to Form, Language, Legality and Execution thereof: By: Thomas F. Pepe City Attorney CONSULTANT By: " (t 41) P'�- Antonio G. Acosta (Print Name Above) City of South Miami By: a, Shari Karnali City Manager 9 of 270 EXHIBIT I PROFESSIONAL SERVICE AGREEMENT PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 EXHIBIT I IN RFQ PW2020-24 ATTACHMENT A ATTACHMENT B ATTACHMENT C 10 of 270 EXHIBIT I SCOPE OF SERVICES ATTACHMENT A PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 I. BACKGROUND: The construction phase of this project will be partially funded by the Florida Department of Transportation (FDOT). The prioritized Transportation Alternatives (TA) projects will be included in the draft (FDOT) District 6 Fiscal Year (FY) 2022-2026 Tentative Work Program. Subsequent to the approval of the Tentative Work Program by the Florida Legislature and Governor, the Miami -Dade TPO will incorporate the project in its FY 2022-2026 Transportation Improvement Program (TIP) scheduled for adoption in Spring 2021. Pursuant to the Consultants Competitive Negotiation Act, Florida Statue 287.055, the City of South Miami, hereby solicits Expression of Interest and Statement of Qualification submittals from professional consulting engineering firms who are prequalified by the Florida Department of Transportation to perform Pedestrian Bridge Design in the sub -categories indicated below: 3.1: Minor Bridge Design 3.2: Major Bridge Design 4.1.1: Miscellaneous Structures 4.1.2: Minor Bridge Design 4.2.1: Major Bridge Design — Concrete 4.2.2: Major Bridge Design — Steel 7.1: Signing, Pavement Marking, and Channelization 7.2: Lighting 8.1: Control Survey 8.2: Design, Right of Way, and Construction Surveying 9.1: Soil Exploration 9.2: Geotechnical Classification Lab Testing 9.4.1: Standard Foundation Studies 14: Architecture 15: Landscape Architecture For further information on the Florida Department of Transportation minimum qualification standards by type of work please refer to Chapter 14-75 of the Florida Administrative Code I I of 270 (F.A.C.). Respondents must provide current prequalification letters from the Florida Department of Transportation indicating the Respondent is pre -qualified in the sub- categories listed above. Failure to provide such letter or not meet the pre -qualification requirements will result in the proposal to be consider Non -responsive and Rejected from further consideration. Environmental review will be conducted during the 30%, 60%, 90%, and 100% design submittals to the City and in the Florida Department of Transportation ERC review system. To fulfill such needs and meet the requirements for specialized services as described in this solicitation, the City intends to retain a single Consultant under a professional service agreement. The professional services agreement term shall encompass through project completion and fees shall be negotiated and agreed to by the parties prior to submittal for review and approval by the City Commission. See "Schedule of Events" in this Solicitation. The Consultant shall also serve as the Engineer of Record during the construction phase and provide such services including to but not limited to, assist the City in bid solicitation (bid/award phase), attend pre -bid meeting, provide supplemental information/clarification of construction documents to prospective bidders during the bid solicitation, review bid submittals, attend pre - bid opening meeting, attend pre -construction meeting and prepare minutes, review and process shop drawings, respond to contractors request for information and clarification of contract documents, review and recommend Contractor change orders request, if any, provide inspection oversight as required, attend final punch list meeting, and provide project close out and project certification. The fees for these services will be negotiated at a future date before start of the Construction Phase of the Project. 11. THE PROJECT: The site feasibility for the pedestrian bridge overpass project was completed and together with the 15% design plans will be utilize to develop final constructability design documents and specifications to implement the pedestrian bridge overpass project for the preferred Alternative B located at the intersection of US- I and SW 71:t Street per the attached Site Feasibility study, Exhibit 1, Scope of Services, Attachment B. The northwestern landing of the proposed overpass would be located within Transit's Metrorail right-of-way adjacent to the north end of the South Miami Metrorail Station. The southeastern landing would be located with SW 71 n ST right-of-way, requiring that the existing street be modified to only one east -bound 12' lane at the intersection with US -I, and within the City Right-of-way. The scope of work consist, but is not limited to, coordinating and obtaining permits, performing any required traffic study, coordinating with Miami -Dade County and/or FDOT, performing any required environmental site assessments, and developing 100% construction design drawings and specifications. The bridge alternatives provided in the 15% preliminary design are not inclusive of the design and the Consultant can propose other alternatives that will meet the intent of the project. The Consultant shall present and obtain City Commission approval of design alternatives and the Commission shall select which alternative will be used for final design. lilt. QUALIFICATIONS: The City is interested in hiring, via a Consultants Competitive Negotiation Act Process, a Florida Department of Transportation (FDOT) preauthorized firm, to provide Design Services in connection with the City's Pedestrian Bridge Project in accordance with the Scope of Services, Exhibit 1, Attachment "A," and; Attachment " B, "Site Feasibility Study & 15% Design Plans" 12 of 270 and; Attachment "C" Florida Department of Transportation Requirements for Professional Services Contracts. Professional Services Work Types, 3.1,3.2, 4.1.1, 4.1.2, 4.2.1, 4.2.2, 7.1, 7.2,&to8.299.199.2,9.4.1, 14,and 15. Submittals will be reviewed, evaluated, scored and ranked in accordance with Exhibit 3, "Evaluation and Selection Criteria." IV. SITE LOCATION: The site location is at the intersection of LIS- I and SW 71:t Street and the other end will be located within Transit's Metrorail right-of-way adjacent to the north end of the South Miami Metrorail Station. Please refer to Exhibit 1, Scope of Services, Attachment B, "Site Feasibility Study, 15% Design Plans and Utility Matrix." V. PLANS & SPECIFICATIONS: Please refer to Exhibit 1, "Scope of Services," Attachment B, "Site Feasibility Study, 15 % Design Plans, and Utility Matrix" prepared by TY Lin International for the project. As-builts and company responses shall be provided upon request. VI. PROJECT DURATION: This project must be completed within 300 calendar days from notice to proceed. END OF SECTION 13 of 270 EXHIBIT I SCOPE OF SERVICES ATTACHMENT B PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 "SITE FEASIBILITY STUDY, 15 % DESIGN PLANS & UTILITY MATRIX' PREPARED BY: TY LIN INTERNATIONAL 14 of 270 n \ � � i W � z N C � � n � � W Q W �, ,' , �. ,. F - ='t \ •' �. , �,� �� r ,'!. ' � ` �s , `i, �,� � � ������ C� i 4 _„ v, }L w :�9 . . � /-� � . < . < , `� � � ,��\/<.<� < r�� �� � ��/ . -.. � ¥E � ± % < \z��� ���� �� \ � 2��� ... . \/§ � 2\c y\»<� •� ƒ. � � � � ��i �c,� C y �s O _ O CITY OF SOUTH MIAMI US1 PEDESTRIAN OVERPASS BRIDGE AT SOUTH MIAMI STATION SITE FEASIBILITY STUDY • •LININTERNATIONAL TABLE OF CONTENTS SECTION PAGE 1. PROJECT BACKGROUND......................................................................................2 2. DESCRIPTION OF ALTERNATIVES....................................................................... 2 3. AGENCY COORDINATION..................................................................................... 6 4. PEDESTRIAN COUNT SURVEY AND ANALYSIS .................................................. 8 5. CRASH DATA ANALYSIS, YEAR 2014-2019........................................................11 6. ESTIMATES OF PROBABLE PROJECT COST....................................................14 7. DISCUSSION AND RECOMMENDATIONS..........................................................14 APPENDICES Appendix A ALTERNATIVES Appendix B ESTIMATE OF PROBABLE COST Appendix C PEDESTRIAN SURVEY DATA ENGINEER'S CERTIFICATION This report presents the best available information relevant to the project. Francisco J. Alonso, P.E. Fla. No. 66918 DATE 39 of 270 1. PROJECT BACKGROUND T.Y. Lin International (TYLI), as a consultant to the Miami Dade Department of Transportation and Public Works (DTPW), previously the Miami -Dade Transit agency (MDT), completed a Site Alternative Study for the agency in May of 2008. The project was initiated by the Agency in conjunction with the University of Miami Pedestrian Overpass which was complete in recent years. The South Miami Overpass did not move forward as a project at that time. It is our understanding that the City of South Miami (CITY) would like to revisit the concept of the pedestrian overpass linking the DTPW South Miami Metrorail station to the South Miami Downtown area. This proposed scope of work to be covered under this Site Feasibility Study is for the placement of a pedestrian overpass using current data. A similar methodology will be used as in the previous study, however due to the age of the previous study, all new investigations and coordination with stakeholders, utilities, and affected agencies will need to be undertaken, as well as new concept plans and cost estimates to accommodate the current condition and CITY's vision. Per a meeting held at the City Manager's Office on April 22, 2019, the decision was made to move forward with analyzing three design alternative locations: • Alternative A: Crossing USl at SW 72nd Street (Sunset Dr.) and landing on the southeastern right- of-way. • Alternative B: Crossing USl at SW 71st Street and landing within the southeastern right-of-way and converting SW 71st Street to a one-way access. Alternative C: Crossing US1 at SW 70th Street and landing within the southeast side of the right- of-way. (a variation of alternative C with a landing at the northeastern corner of 70`" Street will be reviewed as well) Following completion of the Feasibility study and acceptance of the preferred location option. TYLI will develop 15%design documents for the preferred alternative. 2. DESCRIPTION OF ALTERNATIVES Alternative A is located at the intersection of US-1 and Sunset Dr. (SW 72"d St). The west landing of the proposed overpass would be located within MDT's R-O-W adjacent to the south end of the South Miami Metrorail Station. The east landing would be located within FOOT R-O-W, within the existing swale area. Unfortunately, although this alternative would like serve the highest concentration of users, the existing available width are not sufficient to construct the required towers. The footprint of the northwestern tower actually encroaches 1'-6" into the Metrorail guideway. Transit requires a 5' min. buffer from the drip -line. So, in reality this alternative would be encroaching into their envelope by 6'-6". The southeastern tower technically fits in the FDOT right-of-way, and meets the V horizontal clearance rr_cuired from the face of curb. However, it is only 6' from the existing building face and will create a very tight pedestrian/multi-use path that is not ideal. In addition, the proposed tower will obstruct the existing historic building located at the north-east corner of the intersection. Earlier concepts had the bridge elevated over this Metrorail as a "third -level" bridge and landing north of the station. Although this would solve the issue of the northwestern landing, the cost will be excessive and couple with the space issues 40 of 270 on the southeastern tower, would make this concept the least desirable. As such, Alternative A has been deemed unfeasible at this time. /, NORTH Jam'` r rARcv.CrtllCM MCt:R[tR'MArr twRrn:P - /SR�Y rNR�b:iRl0.CMN:�� i' E.i9l51 .SERRIIA1_1y/ J , <,r / I / P4; All 9p,j.'� TtP01111A 1.1 � CWi0."N ' LODi1YI AEIRORA I�IOWM IXW'iWE f PVM fA(! Oi IUPP ,' f INCI21}4:11R1!NI MIO I IV, INY FMENT q\lFI W1I1 R1O 6 / MAiCFMENi Willi FWIVISIfLCFB Sout&iami FW1 11i ELWATMTp A ` \V r.RbIIIECl 01 - 1 S.W. 72nd STREET (SUNSET DRIVE) CITY OF SOUTH MIAMI - U.S.1 PEDESTRIAN BRIDGE ALT. A Alternative B is located at the intersection of US-1 and SW 71" St. The northwestern landing of the proposed overpass would be located within Transit's Metrorail right-of-way adjacent to the north end of the South Miami Metrorail Station. The southeastern landing would be located with SW 71" ST right-of-way, requiring that the existing street be modified to only one east -bound 12' lane at the intersection with US-1, and converted to a one-way street to accommodate the bridge landing plaza. The SW 71" Street right-of-way is under the jurisdiction of the City of South Miami, so this modification would have to be approved by the City Commission, and a traffic study would have to completed and approved by MDC-DTPW traffic operations prior to implementation. The northwestern tower fits within the two horizontal constraints. It meets the 4' horizontal setback from the face of curb required by FDOT and meets the 5' separation from the Metrorail dripline. The remaining coordination challenge is with the Underline project that will be rolled out by Transit in the coming years. Please refer to the Agency coordination section for a complete discussion on this topic. Based upon the geometrical and coordination aspects of this location, it will be feasible to proceed with this Alternative. 41 of 270 NORTH ✓d' i0 •dD-0TPiV A iHORDIBP{�N[ i 56'Q 11N. RiDD. irrmxre rwuL\ �//JV )�• METP GUMAWY DRIPiINE GULL:x'AW �—FDOi RM1V 1 S'FROIItFA Ofl;yRB /—pgOP00E0 BRIDGE VS <' FROM FACE OF CUR r `� OJRBb GUTTER fX GUT RFR �. PROP.[ I EVATOR TOWER Y.'11JECR'EEEC. ROW6(TYP.1 — 1 South' \liami ---- TOWER DETAIL PROP. BFV G a .0 W 14G PI , R' SIRE' 5,V1. ]1lM1 STPEET CITY OF SOUTH MIAMI - U.S.1 PEDESTRIAN BRIDGE ALT. B Alternative C is located at the intersection of US-1 and SW 581h Avenue. The northwestern landing of the proposed overpass would be located within MDT's right-of-way adjacent to the north end of the South Miami Metrorail Station. The southeastern landing would be located within the existing right-of-way and would require elimination of one lane to accommodate the landing depending on the final tower and landing plaza arrangement. The SW 581h Street right-of-way is under the jurisdiction of the City of South Miami, so this modification would have to be approved by the City Commission, and a traffic study would have to completed and approved by MDC-DTPW traffic operations prior to implementation. The northwestern tower fits within the two horizontal constraints. It meets the 4' horizontal setback from the face of curb required by FDOT and meets the 5' separation from the Metrorail dripline. The remaining coordination challenge is with the Underline project that will be rolled out by Transit in the coming years. Please refer to the Agency coordination section for a complete discussion on this topic. On Alternative C1, the northwestern landing is moved to the east side of the 581h Avenue intersection, and the southeaster landing is moved to the FOOT right-of-way. This alternative has two challenges. The first is it would require elimination of the southbound right -turn lane that is on MDC-DTPW right-of-way, but FOOT built the turn lane under permit. The feasibility of it's removal has been confirmed by the County, however further coordination will be required with FDOT to finalize. The southeastern tower and plaza would encroach onto the Sunset Place property and would require acquisition or agreement with the Property Owner. Based upon the geometrical and coordination aspects of this location, it will be feasible to proceed with Alternative C, however Alternative C1 would require further coordination with the stakeholders. 42 of 270 \ /• / TOWER DETAIL N� RRili f% �P0.0 DEO RNOGE . /• WAV LIRE HUYaR[RG[�tA8-4-TOW, WIN —/ J :iFvll•.F W/MECW£LEC. 0 \ XOpA4 • FACE OF ClI1R1' I� / 1 / CE DF— / YaRNely . r� South Miami - - — . %'/ — Ju z CITY OF SOUTH MIAMI - U.S.1 PEDESTRIAN BRIDGE ALT. C PR WY Ct ELEVAiS)q f"P, / \ �v w<olx— W!EffCILEtEG R01]1A5(ttP.i nnml I 'I TOWERD-. / / <� n FFCE as cues WAY FACE OF CLWo� \ 00 1A+`y 0� w u. South'Miami CITY OF SOUTH MIAMI - l .S.l PEDESTRIAN BRIDGE ALT. Cl 43 of 270 3. AGENCY COORDINATION The two major agencies that we will be required to coordinate with are the right-of-way owners that are affected by the potential pedestrian bridge sites and they include: • Miami -Dade County Department of Transportation and Public Works (MDC-DTPW) Transit Division (Metrorail Property where northern towerwill land) • FDOT District 6 (US7 Right-of-way for aerial crossing) Coordination with MDC-DTPW was initiated on September 6, 2019. The City's consultant team met with Irene Hegedus, Chief of Transportation Enhancements and the person leading the effort on the Underline Project along the DTPW Metrorail corridor. We planned to meet with Javier Bustamante, Chief of Right of Way, Utilities & Joint Development Division, but he could not attend the meeting last minute. The intent of the meeting was as follows: • Initiate coordination of our project with the Underline Project. The Underline project is currently in procurement for a design firm and will be in direct conflict with our project, so commencing coordination at this early stage would yield a more feasible and ultimately successful project for the City of South Miami. o Determine criteria for developing the best alternatives that will suit the City s needs and also be a cohesive part of the Underline. o Determine criteria for the design and geometrical constraints at our two alternative sites. o Receive initial feedback from the DTPW staff on the proposed alternative locations in terms of feasibility, constraints, "fatal flaws", and review/approval process going forward for use of their property. • The meeting began with a discussion of the project history going back to the late 90's and through today, as well as the development of the previous studies commissioned by MDT and FDOT of the Sunset Station bridge. • We presented our initial alternatives (B and C, see attached) to Irene. We discussed the Alternative A at Sunset Drive briefly and why it does not work. We first reviewed alternative B (site located at SW 711 Street in front of Akashi) o Irene's first comment was that the Underline conceptual plan in the area of the proposed north tower in this concept is to develop a new 14' wide bicycle trail. We currently have 6'-6" between the tower and the Metrorail drip -line. We discussed the possibility of running the trail under the guideway in order to avoid our tower. Based on the survey it seems there is enough room between the tower and security wall at the station to accommodate, exact dimension will be verified. o Second comment was regarding access. Pedestrian would have to come from the existing east -west walkway on the east side of the station and have to walk backwards to the bridge and cross the bicycle trail. We discussed this item and determined that, while not ideal, it was feasible. We then reviewed alternative C (site located at SW 701h Street intersection by Sunset place garage) o We discussed at length the existing pinch point at this location caused by the Fire Station parking lot that is currently using the Metrorail property. Irene mentioned that as part of the underline, they are determining if the lease with the Fire Station can be terminated/modified in order to provide room for their project. This is a preliminary idea they have, so at this time we do not know if this will occur. In order for the bridge to land 44 of 270 here and the Underline to be accommodated, the relocation of the Fire Station parking lot would have to occur. o We then turned the conversation to landing the bridge on the NE corner of SW 701h Street. Irene mentioned, that the existing FDOT south -bound right -turn lane is in fact in their property and that FDOT constructed that lane through permit. They have begun discussion with FDOT as part of their intersection studies to remove this turn lane. The removal of this turn lane will create a great opportunity to not only land the bridge in this area, but also create a reception plaza to the bridge that would be cohesive with the underline. She suggested combining their planned improvements to the 70th Street intersection with landing the bridge in this position would be her preferred choice for the most cohesive project. • Finally, we discussed their understanding of what FDOT is doing as part of the underline project as follows: o FDOT is currently studying 24 intersections along the Underline project in order to identify improvements that would be required to meet the intent and criteria of the Underline. o At the particular intersection at SW 701h Street, she mentioned FDOT is evaluating a major overhaul including possible elimination of the southbound right -turn late (as previously mentioned) and major bike/ped upgrades. o FDOT also has pedestrian counters installed there which can assist in our current study. • Next Steps: o Evaluate suggested modifications to Alternative C using the NE corner of the intersection (with elimination of the southbound right -turn). o Contact FDOT staff about ongoing studies and pedestrian counts. o Meet with FDOT staff in the coming week. Following our meeting with MDC-DTPW, the team went on to a coordination meeting with FDOT District 6 permit office on September 25, 2019. We met with several staff representing the Permits Office and the Design Office. Based upon our conversations, there were several planned projects along the corridor that we would need to coordination with including: • Lighting Project 440179-1(letting date of 2022) • RRR Project 443916-1(letting date of 2024) With respect to permitting, there were no fatal flaws identified by staff. The main points regarding design were horizontal clearance of the towers and vertical clearance of bridge crossing which will have to meet FDOT standards, as well as the coordination with ongoing projects. In addition, they mentioned that the bridge, once constructed, will require ongoing bridge inspection every 24 months. We requested information from their staff regarding the ongoing pedestrian studies, related to the Underlines, that MDC-DTPW mentioned to us in our coordination meeting with them. The staff present were not familiar with any planned project, but suggested we coordinate with the Planning office led by Ken Jeffries. On October 15, 2019, we contacted Ken Jeffries of the Planning Office regarding the intersection improvements and pedestrian studies referenced by MDC-DTPW as part of the underline. The Planning Office provided us with documents related to the SR 5/US 1/Dixie Hwy from SR 94/SW 88 St/Kendall Dr to SR 9/1-95 Corridor Planning Study (link below). 45 of 270 http://www.fdotmiamidade.com/usisouth.html This study included the impact expected as a result of the underline, but unfortunately did not include the pedestrian counts and data we anticipated. In February of 2020, the City Manager had a meeting with MDC-DTPW staff and Project Managers for the Underline including Irene Hegedus with whom the Design Team previously met. The discussion centered around the proposed concepts. As a result of that the Underline Manager's review of the concepts, the preferred alternative that best integrated with the plans of the Underline was Alternative B. 4. PEDESTRIAN COUNT SURVEY AND ANALYSIS The Project Team conducted a field visit or survey to record level of pedestrian/bicyclist activity as well as observe pedestrian/bicyclist behavior and movement patterns at the following locations. • SW 70th Street and South Dixie Highway (US-1) • SW 71st Street and South Dixie Highway (US-1) The purpose of this survey and collecting pedestrian counts was to inform the selection of the most beneficial location for pedestrian bridge. The graphic in Figure 1 shows pedestrian origins and destinations with one quarter mile of the South Miami Metrorail Station. Figure 1: Pedestrian Origins and Destinations within''/< mile of South Miami Station 46 of 270 Pedestrian counts and observations were conducted a on typical weekday, Wednesday (11/20/19) from 7:30 am to 6:00 pm into 15-minute intervals. Pedestrian count data is included in Appendix C forthe entire day. Below is a brief summary of count data and field observations for daily, morning and evening commute as well as midday time periods. • Morning commute (7:30 am to 10:30 am) • Midday (11:30 am to 1:30 pm) • Evening commute (3:30 am to 6:00 pm) Overall, pedestrian traffic crossing South Dixie Highway (US-1) during the 9 Y2 hour period was 347 pedestrians. Approximately 18% (or 62) pedestrians crossed midblock including some of them walked diagonally across the SW 70th Street and South Dixie Highway (US-1) intersection during this time period. Further, approximately 41% (or 162) pedestrians that crossed South Dixie Highway (US-1) also crossed SW 58th Avenue at South Dixie Highway (US-1). (see Figure 2) Figure 2: Pedestrian Counts at SW 71" Street and South Dixie Highway (US-1), Daily It was observed that South Dixie Highway (US-1) crossings generally increased with Metrorail arrivals and departures. In addition, during the 9 Y2 hour observation period there were only 11 bicyclists recorded crossing South Dixie Highway (US-1) with the highest frequency occurring during the evening commute. During the morning commute time period from 7:30 am to 10:30 am, 107pedestrians crossed South Dixie Highway (US-1). Approximately 38% of the pedestrian crossings occurred midblock or outside of the 47 of 270 designated crosswalk, which was significantly higher than at any other time of day. During the same time period, there was only one recorded midblock crossing at South Dixie Highway (US-1) and SW 71" Street. Pedestrian activity at this time was primarily generated by the South Miami Station. During the midday from 11:30 am to 1:30 pm, the total pedestrian count at SW 71" Street and South Dixie Highway (US-1) was 66 pedestrians, which was noticeably less compared to morning and evening commutes. Only three pedestrian crossings occurred midblock. In addition, during this 2-hour time period only three pedestrians were recorded crossing midblock at South Dixie Highway (US-1) and SW 71" Street. At this time, pedestrian activity was generated by both the South Miami Station and the Shops at Sunset Place with 45% of pedestrians crossing South Dixie Highway (US-1) also crossing SW 581h Avenue. During the evening commute time period (3:30 pm to 6:30 pm), pedestrian activity increased to their highest levels, with 174 pedestrians crossing South Dixie Highway (US-1) with in the 2 %-hour window and less than 10% occurring away from the designated crosswalks. There was only one pedestrian recorded crossing midblock at South Dixie Highway (US-1) and SW 71" Street and over 50% of all crossing were generated by the South Miami Station. Table 1 below provides a summary to pedestrians counts. Table 1: Pedestrian Counts at Proposed Pedestrian Bridge Locations Time Period South Dixie Highway (US-1) at SW 701h Street South Dixie Highway (US-1) at SW SS`h Avenue South Dixie Highway (US-1) at SW 71`t Street Daily (7:30 am to 6:00 pm) 374 162 5 Morning Commute (7:30 am to 10:30 am) 107 59 1 Midday (11:30 am to 1:30 pm) 66 30 4 Evening Commute (3:30 pm to 6:00 pm) 174 1 53 0 In addition, during the field visit, it was noted that given the long traffic signal cycle length combined with snort pedestrian walk time leads pedestrians to look for gaps to cross the South Dixie Highway (US-1) outside the allocated walk time with on -coming traffic. Further, the broken fence around the South Miami Station encourages pedestriansto cross midblock as it provides the most direct path and shortest crossing distance across South Dixie Highway (US-1). Conclusion Following major conclusions can be derived from the field visit and pedestrian count data. • South Miami Station and land uses immediately east of South Dixie Highway (US-1) are key pedestrian activity generators in the study area. • Pedestrian activity is higher during morning and evening commute time periods, 7:30 am to 10:30 am and 3:30 pm to 6:00 pm respectively compared to the rest of day. • Approximately 18% (or 62) of the pedestrians cross South Dixie Highway (US-1) midblock away from South Dixie Highway (US-1) and SW 701h Street intersection as well as diagonally to finding the shortest and most direct path as well as overcome short pedestrian walk time combined with long traffic signal cycle length. • A small number of pedestrians cross South Dixie Highway (US-1) at SW 701h Street where no crosswalk exists. 48 of 270 Based on observations and pedestrian count data gathered during this field visit, it appears that a pedestrian bridge that captures pedestrian traffic between SW 70th Street and SW 71" Street would capture a significant amount of pedestrian traffic, improve pedestrian safety, and also improve traffic flow once the at -grade pedestrian crosswalk traffic is remove from the intersection. 5. CRASH DATA ANALYSIS, YEAR 2014-2019 The project team conducted a high level crash analysis using Signal Four Analytics's 2014-2019 crash data. The crash data analysis was focused on identifying bicycle and pedestrian crash locations as well as comparing average and actual crash rates for various segments. Table 2 presents a crash data summary. During the five-year period from 2014 to 2019, a total of 181 crashes occurred in the study area and included one bicycle crash and three crashes involving pedestrians. These crashes accounted for two percent of all crashes, respectively. The bicycle crash occurred in 2016 on the segment of US 1 between the intersections of SW 71" Street and SW 70th Streetjust south of SW 701h Street. The bicyclist was injured after being struck by a motor vehicle. The pedestrian crashes occurred in 2016, 2017 and 2018 and included injuries. Two of the three pedestrian crashes occurred at the intersection of USl and SW 70th Street. The third pedestrian crash occurred on US 1, just north of SW 701h Street. Table 2: Crash Summary. 2014-2019 Intersection US 1 and SW 71" Street 0 0 0 0 0 US 1 and SW 701h Street 55 0 2 0 2 Midblock Sunset Drive to SW 7151 12 0 0 0 0 SW 71" Street to SW 70`h 60 1 0 1 0 SW 701h Street to SW 57" 54 0 1 0 1 Total 181 1 3 1 3 Source: Signal Four Analytics, November 2019 Figure 3 shows the general location of all of the bicycle and pedestrian crashes. Per the spatial distribution of the bicycle and pedestrian crashes, these crashes tend to be concentrated at or within the proximity of the intersection of US 1 and SW 7011 Street. Bicycle and pedestrian activity is significant at this location given the land uses and transit connectivity with South Miami Metrorail Station located just west of US 1. 49 of 270 Figure 3: Bike/Ped Crashes, 2014-2019 ACCIDENT DETAIL TYPE OF r<CCMW SExlutr 1 NO. OF. VEHICLES KEY FiiM SYMBOLS OBtECi MWM VEHICLE +P— RIW —y— IDTORCIQ0 DHID FIVED MTCLE f CKM VERICLE B ��— STOPPED VEHICLE O PERSOM OULRT m PAn O VEHICLE • FAM 0 HONm�IAME MAMER OF COLLISION --r-- REAR -ENDED HEM ON SIDE•STIFE LEFT -TURN +�Mr OUT W CONm —� �S— SIM04 _+ FMHT-OaE — WRTUi'1tED U-nm OVERT?ArA SW 57" AVE SW 57" AVE SW 70" ST SW 58" AVE SW 7I" ST -r. W O N SW 72" ST SUNSET DRIVE 50 of 270 10 5 [7 Crash Frequency along US 1/SR-5 (intersections), 2014-2019 0.4 0.3 0.2 0.1 0 US-1/SW 70th Street Average Crash Rate US 1/SW 71st Street ■ Actual Crash Rate Crash Frequency along US-1/SR-5 (Midblock Sections), 2014- 2019 Sunset Drive to SW 71st SW 71st Street to SW 70th SW 70th Street to SW 57th Street Street Avenue Average Crash Rate ■ Actual Crash Rate Figure 4: Crash Frequency Analysis (All Modes), 2014-2019 As shown in the Figure 4, the actual crash rate' for the time period studied at the intersection of US 1 and SW 70`h Street is higher than the average crash rate'. Additionally, the actual crash rate for the segment from SW 71`t Street to SW 701h Street is slightly less than the average crash rate. This analysis indicates a need for improvements to enhance the safety for all users; particularly for bicyclists and pedestrians near the intersection of US-1 and SW 701h Street. It should be noted that the average crash rate indicates crashes for similar type of facilities with similar land use characteristics. Based upon the findings of the crash study and Pedestrian survey it is evident that a sufficient case exists for the installation of a pedestrian bridge to provide for a safe crossing of the heavily trafficked USI Corridor to provide a critical link between mass transit and the City of South Miami downtown area. 'The frequency of crashes relative to the exposure of traffic on a roadway segment or intersection is called its crash rate. Actual crash rate is defined as the total number of crashes per million vehicle miles in any given year. ' A critical crash rate or threshold value is calculated for each site and compared to the observed or actual crash rate. Sites with an observed or actual crash rate greater than their critical crash rate are flagged for further investigation. 51 of 270 6. ESTIMATES OF PROBABLE PROJECT COST A oreliminary estimate of probable project costs for the three alternative sites has been prepared, and contained in Table 3. Appendix B contains the complete breakdown of the cost estimates. Alternatives Total Probable Project Cost Alternative B $5,414,770 Alternative C $6,848,797 Alternative C1 $5,704,923 Table 3: Estimate of Probable Cost for Alternatives 7. DISCUSSION AND RECOMMENDATIONS The following summarizes the key issues investigated as part of this feasibility study. Right of Way The three alternative sites reviewed have the common restriction of a confined tower footprint on the northwestern landing of the proposed overpass due to the restricted ROW available on the west side of US- 1. However, Alternative A does not fit within the open space of the ROW and encroaches into the Metrorail envelope. Alternatives B and C do not require R-O-W acquisition, assuming that FDOT and MDC-DTPW will grant easements for the construction of the proposed facility at no cost to City of South Miami. Alternative A presents a limited available footprint for the proposed southeastern landing and the proposed tower will obstruct the existing historic building located at the north-east corner of the intersection. Further, the major constraints with the northwestern tower and cost of mitigating that conflict make this alternative unfeasible. Alternative B presents a limited available footprint for the proposed southeast landing; however, preliminary plan view layouts confirm that a functioning facility is feasible within the limited available right - of -,Nay by converting 71" Street to a one-way and coordinating with Underline on the northwest landing. On a of the main disadvantages with this alternative is that the southeast tower will block the view of the business properties immediately north which could negatively impact these businesses. Further, this alternative requires the reconfiguration of SW 71" St to one 12' lane at the intersection with US-1. This reconfiguration may cause possible impacts to the adjacent business, by limiting their access and available pa -king. However, the main advantage is that due to the low traffic experienced on this side street, the implementation of landing plaza may actually be a boon to the adjacent business at the expense of a minor traffic impact. Alternative C requires no additional right-of-way, but will require a reconfiguration of the 58`h Avenue intersection to eliminate one lane of the existing three lanes of vehicular traffic. This alternative allows for a more functional and favorable location to reduce congestion at the intersection of US-1 and SW 71" St and will preclude any adverse impact to the adjacent businesses. 52 of 270 Alternative C1 will require reconfiguration of the south -westbound leg of the 581h Avenue intersection as well as acquisition or agreement with the Sunset Place Property owner. Existing Utilities A Preliminary review of available utility information for the areas under study was conducted. The conclusion of the study is that for alternatives B and C no major relocations will be required. Under all alternatives, the lighting circuits for the street lights along US1 will required relocation or undergrounding for installation of the overpass, however this is a minor coordination issue. On Alternative B, drainage structures and water valves will require adjustment or relocation and have been accounted for in the estimate. One light pole along US1 will require relocation. For Alternative C, similarly drainage structures, existing manholes, and water valves will require adjustment. An underground power duct bank is near the proposed southeastern tower, therefore further coordination with FPL will be required to determine the feasibility of relocation. For Alternatives C and C1, overpass vertical clearance will have to go above the FDOT standard to clear the existing traffic signals to not inhibit visibility. Relocation of the signals will be required in either alternative. In summary, there are no critical utility issues that may cause a fatal flaw in any of the planned alternatives. Environmental Concerns A preliminary review of regulatory data bases was conducted. No apparent environmental concerns were found for Alternative A; however, due to historic land uses a Phase I Environmental Site Assessment is recommended to verify that no environmental concerns are present. In the case of Alternatives B & C, documented contamination has been recorded within the Mario's Dry Cleaners Site, which is located along SW 7111 Street between US1 and SW 58`h Avenue. Upon investigation, it is documented that MDC-DERM has been performing groundwater monitoring of this site, and their published findings show no contamination beyond the site limits. Based on this preliminary information, it is recommended to perform a Phase I Environmental Site Assessment to verify that environmental concerns are not present. Recommendations Based on this preliminary study, it is our opinion that Alternative B, C, and C1 are all feasible. However, based primarily upon the findings of the pedestrian study, the consideration of project cost, and the critical coordination with MDC-DTPW's Underline projects, it is our recommendation to move forward with Alternative B as the preferred alternative. 53 of 270 '.54 of 270 d '11V 39QIM9 NVIN I.SIQ3d i n s IINVIW H.I-MS A0 AID (3AI2ld 13SNnsT- 1332i1S PuZL 'M'S ('dAl) SHOOH'0313/H03114 IM TJ3MOl 1601VA313'dONd Aw .� Tow i WIN] b3MOJ. rn I -FLY I I I I I _J )NIV I 1\\S1 I I1I 1O WO All m }= ivaeijN gjnoS J 91OI2i1SI0100d HIM 1N3W33UOV aNin 3H lllM'03MOliVlON o M21100d O1NI 1143WHOVONON3 Y� , 8f17 d037Vi WOil2,6 1 MIH lOOd b /. 88f17 30 37Vd W083 3NI1-dlMO AtlM01NO llV110813W Md10-OW Mrd 100d — ZT /• / 11V13083MO33S-- \ / J 3ONVHVMO-IV1NOZIHOH "NIM.S,0" / 3NIl-dli G WN0813W O1NI 1NJAH: �8,6i I ZT—j.._ 11001 Hl.00Y NORTH 6'-6" TO MD-DTPW METRORAIL DRIP -LINE 5' MIN. REQD. SEE TOWER DETAIL P MD-DTPW METRORAIL GUIDWAY DRIP -LINE FOOT RAN �-5' FROKFA OFrURB PROPOSED BRIDGE v // `' ♦♦ OVERHEAD P 4' FROM FACE OF CUF CURB & GUTTER EXTENSION PROP. ELEVATOR TOWER— W/ MECH/ELEC. ROOMS (TYP.) South Miami THE CITY OF PLEASANT LIVING 12111412:70d� 04 Im PROI LANE MECH./ 11 ELEV. I I I I J 1 1 1 ANEW CONC.- 1 PAVEMENT 1 1 1 1 BRIDGE-1 1 ABOVE 1 1 1 1 TOWER DETAIL 1 I PRl7P. - Y CONVERSION OF SW 71st STREET FOR U.S.1 ACCESS R 10' S.W.71th STREET �111 ,1 STREE' CITY OF SOUTH MIAMI nU2 9S.1 PEDESTRIAN BRIDGE ALT. B -, i I I UP ` LEV /• �✓ �/ ELEC _ NEWCONC.- 1// / • / • -- PAVE -ENT - 12 ✓'F• n BRIDGE--V- % N / TOWER DETAIL ABOVE M , NEW CALK RIGHT OF SIDEWALK PROPOSED BRIDGE =A= LINE OVERHEAD 8'-4" TO MD-DTPW METRORAIL FOOT �'�' / / / _ DRIP -LINE / /�', \`"- / / '� • �' 1 - RIGHT OF ELE WAY LINE iti u , CONC. 146' p,, P POSED ELEVATOR ER W/ MECH/ELEC. ROOMS j Q P ti FACE OF CURB % : %. `� CE OF NEW 5' CLR � / _ci= / j L PAVEME T 28'-0" y I' iY yJ O (cow w z l South1' Miami ,•' w z � CITY OF SOUTH MIAMI5�OUgS.1 PEDESTRIAN BRIDGE ALT. C o zi08S ID *I IV 30GINO NVINISMId FS'- IWVIW HI(IOS JO A113 IIVJL3a H3MOl O rC .w UUIe N LIJIIUS )0 M3N /11 3NIl.lVM \ do IHOI8 load y�0<-�lS '1'S O \ \ 0NC0 M3N W3AVd 1N3 �('dAl) SW002i '0313IH03W IAn , DNO:) M3N-- / 2J3MOI a0lVA313 03S6.dOad ' r_ T--• ,, � 31tl13083M01335 / I � A313 �A13 CITY OF SOUTH MIAMI -PEDESTRIAN OVERPASS AT SOUTH MIAMI METRORAIL STATION ENGINEERS ESTIMATE OF PROBABLE CONSTRUCTION COSTS -ALTERNATE 8 Uptl o: ,.nnKs FINALDESIGN ANDPERMRTING $ 500,owm r ,_. INDEPENDENT REVIEW $ 150,tl(ID.DO CONSTRUCTION ADMINSTRATION $ 400,000.00 TOTAL PROJECT COST 1 1 60 ot 2 $ 5,414,770.08 CITY OF SOUTH MIAMI -PEDESTRIAN OVERPASS AT SOUTH MIAMI METRORAIL STATION ENGINEERS ESTIMATE OF PROBABLE CONSTRUCTION COSTS -ALTERNATE C Update: 110/2019 n FlNAL DESIGN AND PERMRTING $ SOOp00.00 INDEPENDENT REVIEW $ 150,000.00 .. CONSTRUCNON ADMINSTRATION I I 1 1 $ 400,000.00 TOTAL PROJECT COST I 61oJ270 1 $ 6,848,797.20 CITY OF SOUTH MIAMI -PEDESTRIAN OVERPASS AT SOUTH MIAMI METRORAIL STATION ENGINEERS ESTIMATE OF PROBABLE CONSTRUCTION COSTS -ALTERNATE Cl Updrte: v/s/wss FINAL DESIGN AND PERMNTING $ SOD,ODD.DO INDEPENDENT REVIEW $ 350,DOD.00 CONSTRUCOON ADMINSTRATION $ 400.OW.00 TOTAL PROJECT COST 1 620 270 1 $S,704,973-84 APPENDIX C 63 of 270 Location: S Dixie Hwy & SW 70th Date: 11/20/2019 Name: Nathan King Day: Wednesday Time 7:30-7:45 Xing Dixie Hwy EB 4 3 it, Xing Dixie Hwy_]LW 7 58th Ave NB 1 „: 2 7:45-8:00 3 2 5 3 2 8:00-8:15 5 3 8 4 1 8:15-8:30 3 3 6 5 1 8:30-8:45 2 4 6 1 2 8:45-9:00 13 5 18 10 2 9:00-9:15 11 4 15 7 1 9:15-9:30 6 4 10 4 0 9:30-9:45 3 1 4 0 0 9:45-10:00 7 7 14 3 3 10:00-10:15 7 1 8 4 1 10:15-10:30 2 4 6 0 2 11:30-11:45 4 5 9 3 3 11:45-12:00 5 3 8 4 2 12:00-12:15 5 3 8 1 1 12:15-12:30 3 5 8 0 3 12:30-12:45 2 3 5 0 0 12:45-1:00 5 5 10 4 1 1:00-1:15 5 3 8 4 0 1:15-1:30 7 3 10 3 1 3:30-3:45 8 10 18 4 5 3:45-4:00 5 10 15 2 5 4:00-4:15 5 8 13 2 4 4:15-4:30 7 15 22 2 5 4:30-4:45 11 11 22 2 4 4:45-5:00 13 4 17 4 0 5:00-5:15 12 11 23 2 4 5:15-5:30 7 8 15 0 0 5:30-5:45 8 7 15 3 2 5:45-6:00 81 6 141 2 1 Total 1861 161 3471 84 58 Location: S Dixie Hwy & SW 71st Name: Nathan King Date:11/20/2019 Day: Wednesday 7:30-7:45 0 7:45-8:00 0 8:00-8:15 0 8:15-8:30 0 8:30-8:45 0 8:45-9:00 0 9:00-9:15 0 9:15-9:30 0 9:30-9:45 0 9:45-10:00 0 10:00-10:15 1 1 10:15-10:30 0 11:30-11:45 0 11:45-12:00 0 12:00-12:15 3 3 12:15-12:30 0 12:30-12:45 0 12:45-1:00 0 1:00-1:15 1 1 1:15-1:30 0 3:30-3:45 0 3:45-4:00 0 4:00-4:15 0 4:15-4:30 0 4:30-4:45 0 4:45-5:00 0 5:00-5:15 0 5:15-5:30 0 C 5:30-5:45 0 5:45-6:00 0 Total 21 31 51 0 0 TYLB Project Number: 551521.00 Ticket Number:148002132 Rev:000 Ta 05/27/202010:21ET Contact parson numbers Email First request daft Second dale Third RowAft Fow Lan AT & T/ DISTRIBUTION TELEPHONE Dino Farrugio S619970240 G278960ATT.COM, 5/27/2020 hu0S3Jqatt.corn ATLANTIC BROADBAND CABLE PETE FREYTAG 30586IW69 X5208 5/27/2020 Clear no T CENTURY LINK FIBER NETWORK RELATIONS 8773668344X2 5/27/2020 NATIONA CRY OF CORAL GABLES SEWER & STORM WATER DAVID GALEANO 305-460.5027 dgaleanc@coralgables.com 5/27/2020 STORM WATER COMCAST CABLE CATV, FIBER LEONARD MAXWELL- NEWBOLD 754.221d254 5/27/2020 1 clear no f DADE COUNTY PUBLIC WORKS STREET LIGHTS, oaAV10 VIDAI 305 412-0891 X302 Ipridemoret�htiogting.com 5/27/2020 W As- bunt r As- AND TRAFFIC TRAFFIC SIGNAL FCG- FLORIDA CITY GAS NATURAL GAS GUSTAVO PENA 30S-835-3624 ENGINEERING.SHAREDMAILBOX® 5/27/2020 sw 71 st i NEXTERAENERGY.COM 6A-AcW has activt FDOT06 FIBER THOMAS MILLER 30S-470.57S7 X73SZ thamas.miller0sungulde.inio S/27/2020 the notla the memi Dattzr• Please no ordarthe other assi p r FPL ELECTRIC EDGAR AGUILAR. MARIO ESCALONA 38&S86-6403 mario.e=lona@fpl.com 5/27/2020 6/2n020 6/30/2020 would be submium state. I cannot a due to otl MCI COMMUNICATION MCIU01INVESTIGATIONS 469.886- 091 5/27/2020 6/2/2020 6/30/2020 LINES FIBER i - Marko Dawas DEPT MIAMI-DADE COUNTY ITCbmma FIBER FRANK DOPiCO 305.268-S273 5/27/2020 ornmeni rd CORRIDO; MIAMI.OADE WATER AND SEWER SEWER, WATER LAZARO GUERRA 786.268.5273 Rodolfo.Ulloa@miamidade.gov 5/27/2020 MASTER INC IFIBER IRICKIEQUINN I I 1 1 5/27/2020 EXHIBIT 2 PROFESSIONAL SERVICE AGREEMENT PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 INSURANCE & INDEMNIFICATION 67 of 270 EXHIBIT 2 PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 Insurance & Indemnification Requirements Insurance A. Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as "FIRM" with regard to Insurance and Indemnification requirements) must 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 claims which may arise out of or result from the contract or the performance 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. B� No insurance required by the CITY may be issued or written by a surplus lines carrier unless authorized in writing by the CITY and such authorization is at the CITY's sole and absolute discretion. The FIRM must purchase insurance from and must maintain the insurance with a company or companies lawfully authorized 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 them, or by anyone for whose acts any of them may be liable: (a) claims 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; (g) 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 Firm's Insurance Generally. The FIRM must 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: Workers' 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. In addition, the policy (ies) must include: Employers' Liability at the statutory coverage amount. The FIRM must further ensure that all of irs Subcontractors maintain appropriate levels of Worker's Compensation Insurance. 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 cross 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; 68 of 270 - Property Damage: $500,000 each occurrence; Umbrella Commercial Comprehensive General Liability insurance must 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 Aggregate. Coverage must be afforded on a form no more restrictive 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)lndependent Contractors c) Products and/or Completed Operations Hazard d)Explosion, Collapse and Underground Hazard Coverage e) Broad Form Property Damage f) 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 Damage Liability. Business Automobile Liability 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 Subcontracts: The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract must contain the same insurance provision as set forth in these insurance and indemnification requirements, other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM where applicable. Fire and Extended Coverage Insurance (Builders' Risk). IF APPLICABLE: A. In the event that this contract involves the construction of a structure, FIRM must 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 said buildings or structures. The policy or policies must 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 times, be at least equal to the replacement and actual cash value of the insured property. The policy must be in the name of the CITY and the CONTRACTOR, as their interest may appear, and must also cover the interests of all Subcontractors performing Work. B. All of the provisions set forth in the Miscellaneous section below apply to this coverage unless it would be clearly not applicable. Miscellaneous: A. 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 69 of 270 this contract, the FIRM Is 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. B. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the CITY, either the FIRM must eliminate or reduce such deductible or the FIRM must procure a Bond, in a form satisfactory to the CITY covering the same. C. The policies must contain waiver of subrogation against CITY where applicable, must 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. All policies must contain a "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY as well as contractual liability provision covering FIRM's duty to indemnify the City as provided in this Agreement. D. Before starting the Work, the FIRM must deliver to the CITY and CONSULTANT 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 must 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 with the CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a "certified copy" of the Policy (as defined in Article I of this document) which must include the declaration page and all required endorsements. In addition, the FIRM must deliver, at the time of delivery of the insurance certificate, the following endorsements: (1) a policy provision or an endorsement with substantially similar provisions as follows: "The City of South Miami is an additional insured. The insurer must 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"; (2) a policy provision or an endorsement with substantially similar provisions as follows: "This policy must not be cancelled (including cancellation for non-payment of premium), terminated or materially 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 must be delivered to the City by certified mail, with proof of delivery to the City." €: 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 must also provide Professional Liability 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 FIRM becomes 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 must 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 may be issued by a surplus lines carrier unless authorized in writing by the city at the city's sole, absolute and unfettered discretion. 70 of 270 Indemnification Requirement A. 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 negligence or other fault of FIRM or anyone acting through or on behalf of FIRM. B. FIRM must 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 act or harmful conduct of 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 FIRM's obligations under this AGREEMENT. C. FIRM must 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 officers, affiliates, employees, successors and assigns, including 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 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 FIRM's obligations under this AGREEMENT. D. FIRM agrees and recognizes that neither the CITY nor its officers, affiliates, employees, successors and assigns are to 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 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 reviewing, approving or rejecting any submissions or acts of FIRM, CITY in no way assumes or shares responsibility or liability for the acts or omissions of FIRM, its contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of them. E. 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. F. However, as to design professional contracts, and pursuant to Section 725.08 (1), Florida Statutes, none of the provisions set forth herein above that are in conflict with this subparagraph must apply and this subparagraph must 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, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract. END OF SECTION 71 of 270 EXHIBIT 3 PROFESSIONAL SERVICE AGREEMENT PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 72 of 270 South Miami THE CITY OF PLEASANT LIVING CITY OF SOUTH MIAMI PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 SUBMITTAL DUE DATE: December 2, 2020 at 10 AM Solicitation Cover Letter The City of South Miami, Florida (hereinafter referred to as "Owner") through its chief executive officer (City Manager) hereby solicits sealed proposals responsive to the City's request (hereinafter referred to as "Request for Qualifications", "RFQ" or "E-Bidding'l. All references in this Solicitation (also referred to as an "Invitation for Proposals" or "Invitation to Bid) to "City" will be a reference to the City Manager, or the manager's designee, for the City of South Miami unless otherwise specifically defined or unless the context in which the word is used requires it to mean the City of South Miami. The City is hereby requesting sealed responses to this RFQ #PR2020-24, PEDESTRIAN BRIDGE DESIGN SERVICES project The purpose of this Solicitation is to contract for the services necessary for the completion of the project in accordance with the Scope of Services, (EXHIBIT 1, Attachments A, B & C) and Respondent's Cost and Technical Proposal, or the plans and/or specifications, if any, described in this Solicitation (hereinafter referred to as "the Project" or "Project"). The evaluation and award of the submitted Qualifications will be consistent with Florida's Consultants' Competitive Negotiations Act (CCNA) (section 287.055, Florida Statutes). The construction phase of this project is partially funded by the Florida Department of Transportation (FDOT) and as such, the Florida Department of Transportation Requirements for Professional Services Contracts shall also apply. Interested persons who wish to respond to this Solicitation can obtain the complete Solicitation package by accessing the following webpage: http:l/www.southmiamifl.gov/ which is the City of South Miami's web address for solicitation information. Proposals are subject to the Standard Terms and Conditions contained in the complete Solicitation Package, including all documents listed in the Solicitation. The City will only receive submittals electronically through the DemandStar Electronic Bid System (E-Bidding). To register as a business, go to https://network.demandstar.com/ See directions for registering and signing into your DemandStar user account on the next page following this Solicitation Cover Letter. Proposals must be received electronically through DemandStar, no later than 10:00 A.M. local time (the "Closing Date") on December 2, 2020 and any Proposal received by the City through DemandStar after 10:00 a.m. local time on said date will not be accepted under any circumstances. Hand delivery will not be accepted. E-BID OPENING VIA VIDEO CONFERENCING: The opening of E-Bids for this solicitation will occur at 10:30 A.M. local time on (the Closing Date, December 2, 2020. The City Clerk will conduct the E-Bid Opening through video conferencing using the Zoom platform. Members of the public may view the meeting via Zoom at https://zoom.us/i/3056636339 ,or listen to the meeting on a dedicated phone line by dialing + 1-786-635-1003 Meeting ID: 3056636339. The City reserves the right to award the Project to the person with the lowest, most responsive, responsible Proposal, as determined by the City, subject to the right of the City, or the City Commission, to reject any and all proposals, and the right of the City to waive any irregularity in the Proposals or Solicitation procedure and subject also to the right of the City to award the Project, and execute a contract with a Respondent or Respondents, other than to the one who provided the lowest Proposal Price and, if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a separate Respondent. Nkenga A. Payne, CMC City Clerk City of South Miami 73 of 270 DemandStar Registration and User Account Sign -in Directions The following is an example of the procedure on April 3, 2020 and it is subject to change after that date. Go to httpss://network.demandstar.com/ which on April 3, 2020 brings up the following message. DemandStar is committed to helping all government agencies source qualified suppliers for COVID-19 emergency response. Governments If you are a government agency who needs Ebidding capability to receive supplier responses online, please fill out this form and we will get back to you immediately. Ebidding is offered at no charge to governments. Suppliers If you are a business who can help respond to the many emergency response bids on the DemandStar network, please click here to create your account and get notified of bidding opportunities. DEMANDSTAR If you do not have an account with DemandStar, click on "Create Your Account" otherwise, if you have an account, click on the "x" in the upper right-hand corner of this message and it will bring you to the following user sign in page. 74 of 270 SCOPE OF SERVICES and SCHEDULE OF VALUES PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 The Scope of Services and the Schedule of Values, if any, are set forth in the attached EXHIBIT I, ATTACHMENTS A. B & C. 75 of 270 SCHEDULE OF EVENTS PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 TENTATIVE SCHEDULE No Event Date* Time* (EST) I Advertisement/ Distribution of Solicitation & Cone of Silence begins 10/29/2020 4:00 PM 2 NONE Pre-RFQ Meeting SCHEDULED 3 Deadline to Submit Questions 1 1/16/2020 10:00 AM 4 Deadline to City Responses to Questions 1 1 /20/2020 10:00 AM DEADLINE TO SUBMIT RFQ RESPONSE: 5 The City will only receive submittals electronically through the DemandStar Electronic Bid System (E-Bidding). To register as a business, go to lhttps://network.demandstar.com/ 12/2/2020 10:00 AM E-BID OPENING VIA VIDEO CONFERENCING 6 VIA THE ZOOM PLATFORM at https://zoom.us/i/3056636339 ,or listen to the meeting on a dedicated phone line by dialing + 1-786-635-1003 Meeting ID: 3056636339. 12/2/2020 10:30 AM 7 Projected Announcement of selected Contractor/Cone of Silence ends 1 / 19/2021 7:00 PM END OF SECTION 76 of 270 INSTRUCTIONS for RESPONDENT PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 IT IS THE RESPONSIBILITY OF THE RESPONDENT TO THE SOLICITATION TO ENSURE THAT THE RESPONSE TO THE SOLICITATION (HEREINAFTER ALSO REFERRED TO AS THE "PROPOSAL" THROUGHOUT THE CONTRACT DOCUMENTS) REACHES THE CITY CLERK ON OR BEFORE THE CLOSING HOUR AND DATE STATED ON THE SOLICITATION FORM. I. Purpose of Solicitation. The City of South Miami is requesting proposals for the lowest and most responsive price for the Project. The City reserves the right to award the contract to the Respondent whose proposal is found to be in the best interests of the City. 2. Qualification of Proposing Firm. Response submittals to this Solicitation will be considered from firms normally engaged in providing the services requested. The proposing firm must demonstrate adequate experience, organization, offices, equipment and personnel to ensure prompt and efficient service to the City of South Miami. The City reserves the right, before recommending any award, to inspect the offices and organization or to take any other action necessary to determine ability to perform in accordance with the specifications, terms and conditions. The City of South Miami will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject all response submittals to this Solicitation where evidence submitted, or investigation and evaluation, indicates inability of a firm to perform. 3. Deviations from Specifications. The awarded firm must clearly indicate, as applicable, all areas in which the services proposed do not fully comply with the requirements of this Solicitation. The decision as to whether an item fully complies with the stated requirements rests solely with the City of South Miami. 4. Designated Contact. The awarded firm must appoint a person to act as a primary contact with the City of South Miami. This person or back-up must be readily available during normal work hours by phone, email, or in person, and must be knowledgeable of the terms of the contract. 5. Precedence of Conditions. The proposing firm, by virtue of submitting a response, agrees that City's General Provisions, Terms and Conditions herein will take precedence over any terms and conditions submitted with the response, either appearing separately as an attachment or included within the Proposal. The Contract Documents have been listed below in order of precedence, with the one having the most precedence being at the top of the list and the remaining documents in descending order of precedence. This order of precedence will apply, unless clearly contrary to the specific terms of the Contract or General Conditions to the Contract: a) Addenda to Solicitation b) Attachments/Exhibits to the Solicitation c) Solicitation d) Attachment/Exhibits to Supplementary Conditions e) Supplementary Conditions to Contract, if any f) Attachment/Exhibits to Contract g) Contract h) General Conditions to Contract, if any i) Respondent's Proposal 6. Response Withdrawal. After Proposals are opened, corrections or modifications to Proposals are not permitted, but the City may allow the proposing firm to withdraw an erroneous Proposal prior to the confirmation of the proposal award by City Commission, if all of the following is established: a) The proposing firm acted in good faith in submitting the response; b) The error was not the result of gross negligence or willful inattention on the part of the firm; c) The error was discovered and communicated to the City within twenty-four (24) hours (not including Saturday, Sunday or a legal holiday) of opening the proposals received, along with a request for permission to withdraw the firm's Proposal; and d) The firm submits an explanation in writing, signed under penalties of perjury, stating how the error was made and delivers adequate documentation to the City to support the explanation and to show that the error was not the result of gross negligence or willful inattention nor made in bad faith. 7. The terms, provisions, conditions and definitions contained in the Solicitation Cover Letter will apply to these instructions to Respondents and they are hereby adopted and made a part hereof by reference. If there is a conflict between the Cover Letter and these instructions, or any other provision of this Solicitation, the Cover Letter will govern and take precedence over the conflicting provision(s) in the Solicitation. 77 of 270 8. Any questions concerning the Solicitation or any required need for clarification must be made in writing, by 10:00 AM November 16, 2020 to the attention of Steven P. Kulick, Chief Procurement Officer at skulick M-southmiamifl.gov or via facsimile at (305) 669-2636. 9. The issuance of a written addendum is the only official method whereby interpretation and/or clarification of information can be given. Interpretations or clarifications, considered necessary by the City in response to such questions, will be issued by a written addendum to the Solicitation Package (also known as Solicitation Specifications" or "Solicitation') by U.S. mail, e-mail or other delivery method convenient to the City and the City will notify all prospective firms via the City's website. It is the responsibility of the Respondent to keep apprised of the publishing of addenda on the City's website. 10. Verbal interpretations or clarifications will not have any legal effect No plea by a Respondent of ignorance or the need for additional information will exempt a Respondent from submitting the Proposal on the required date and time as set forth in the public notice. 1 U. Cone of Silence: You are hereby advised that this Request for Proposals is subject to the "Cone of Silence," in accordance with Section 8A-7, of the City's Code of Ordinance. From the time of advertising until the City Manager issues his recommendation, there is a prohibition on verbal communication with the City's professional staff, including the City Manager and his staff and members of the City Commission. The Cone of Silence ordinance, Section 8A-7, has been duplicated at the end of these instructions. 12. Violation of these provisions by any particular Respondent or proposer will render any recommendation for the award of the contract or the contract awarded to said Respondent or proposer voidable, and, in such event, said Respondent or proposer will not be considered for any Solicitation including but not limited to one that requests any of the following a proposal, qualifications, a letter of interest or a bid concerning any contract for the provision of goods or services for a period of one year. Contact will only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information. 13. Lobbying. "Lobbyist" means all persons (including officers and managers of a legal entity), firms, or legal entities such as a corporation, partnership or limited liability company, employed or retained by a principal (including an officer of the principal or an employee of the principal whose duties include marketing, or soliciting business, for the principal) who seeks to encourage the passage, defeat, or modifications of (1) ordinance, resolution, action or decision of the City Commission; (2) any action, decision, recommendation of the City Manager or any City board or committee; or (3) any action, decision or recommendation of City personnel during the time period of the entire decision -making process on such action, decision or recommendation which foreseeably will be heard or reviewed by the City Commission, or a City board or committee. All firms and their agents who intend to submit, or who submitted, bids or responses for this Solicitation, are hereby placed on formal notice that neither City Commissioners, candidates for City Commissioner or any employee of the City of South Miami are to be lobbied either individually or collectively concerning this Solicitation. Contact may only be made through regularly scheduled Commission meetings, or meetings scheduled through the Purchasing Division, which are for the purposes of obtaining additional or clarifying information or as otherwise provided for in the City's Cone of Silence. Any presentation before a selection committee is considered to be lobbying; however, the presentation team may avoid formal registration by complying with section 8A-5 (c) (9), of the City's Code of Ordinances. A presentation team affidavit is provided with this solicitation that may be used to comply with presentations, if applicable. Anyone who submits a proposal, whether solicited or unsolicited, on behalf of his or her principal or his or her employer is considered to be a lobbyist and must register. An officer or manager of a legal entity who is submitting a proposal, whether solicited or unsolicited, is considered to be a lobbyist See section 8A-5 of the City's Code of Ordinances for further information and contact the City Clerk to register as a lobbyist 114. Reservation of Right The City anticipates awarding one contract for services as a result of this Solicitation and the successful firm will be requested to enter into negotiations to produce a contract for the Project. The City, however, reserves the right, in its sole discretion, to do any of the following: a) to reject any and all submitted Responses and to further define or limit the scope of the award. b) to waive minor irregularities in the responses or in the procedure required by the Solicitation documents. c) to request additional information from firms as deemed necessary. d) to make an award without discussion or after limited negotiations. It is, therefore, important that all the parts of the Request for Proposal be completed in all respects. e) to negotiate modifications to the Proposal that it deems acceptable. f) to terminate negotiations in the event the City deems progress towards a contract to be insufficient and to proceed to negotiate with the Respondent who made the next best Proposal. The City reserves the right to proceed in this manner until it has negotiated a contract that is satisfactory to the City. 78 of 270 g) To modify the Contract Documents. The terms of the Contract Documents are general and not necessarily specific to the Solicitation. It is therefore anticipated that the City may modify these documents to fit the specific project or work in question and the Respondent, by making a Proposal, agrees to such modifications and to be bound by such modified documents. h) to cancel, in whole or part, any invitation for Proposals when it is in the best interest of the City. i) to award the Project to the person with the lowest, most responsive, responsible Proposal, as determined by the City. j) to award the Project, and execute a contract with a Respondent or Respondents, other than to one who provided the lowest Proposal Price. k) if the Scope of the Work is divided into distinct subdivisions, to award each subdivision to a separate Respondent. 15. Contingent Fees Prohibited. The proposing firm, by submitting a proposal, warrants that it has not employed or retained a company or person, other than a bona fide employee, contractor or subcontractor, working in its employ, to solicit or secure a contract with the City, and that it has not paid or agreed to pay any person, company, corporation, individual or firm other than a bona fide employee, contractor or sub -consultant, working in its employ, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of a contract with the City. 16. Public Entity Crimes. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 17. Respondents must use the Proposal Form(s) furnished by the City. All erasures and corrections must have the initials of the Respondent's authorized representative in blue ink at the location of each and every erasure and correction. Proposals must be signed using blue ink; all quotations must be typewritten, or printed with blue ink. All spaces must be filled in with the requested information or the phrase "not applicable" or "NA". The proposal must be delivered on or before the date and time, and at the place and in such manner as set forth in the Solicitation Cover Letter. Failure to do so may cause the Proposal to be rejected. Failure to include any of the Proposal Forms may invalidate the Proposal. Respondent must deliver to the City, as part of its Proposal, the following documents: a) The Invitation for Proposal and Instructions to Respondents. b) A copy of all issued addenda. c) The completed Proposal Form fully executed. d) Proposal/Bid Bond, (Bond or cashier's check), if required, attached to the Proposal Form. e) Certificates of Competency as well as all applicable State, County and City Licenses held by Respondent 0 Certificate of Insurance and/or Letter of Insurability. 18. Goods: If goods are to be provided pursuant to this Solicitation the following applies: a) Brand Names: If a brand name, make, manufacturer's trade name, or vendor catalog number is mentioned in this Solicitation, whether or not followed by the words "approved equal", it is for the purpose of establishing a grade or quality of material only. Respondent may offer goods that are equal to the goods described in this Solicitation with appropriate identification, samples and/or specifications for such item(s). The City will be the sole judge concerning the merits of items proposed as equals. b) Pricing: Prices should be stated in units of quantity specified in the Proposal Form. In case of a discrepancy, the City reserves the right to make the final determination at the lowest net cost to the City. c) Mistake: In the event that unit prices are part of the Proposal and if there is a discrepancy between the unit price(s) and the extended price(s), the unit price(s) will prevail and the extended price(s) will be adjusted to coincide. Respondents are responsible for checking their calculations. Failure to do so will be at the Respondent's risk, and errors will not release the Respondent from his/her or its responsibility as noted herein. d) Samples: Samples of items, when required, must be furnished by the Respondent free of charge to the City. Each individual sample must be labeled with the Respondent's name and manufacturer's brand name and delivered by it within ten (10) calendar days of the Proposal opening unless schedule indicates a different time. If samples are requested after the Proposal opening, they must be delivered within ten (10) calendar days of the request. The City will not be responsible for the return of samples. 79 of 270 e) Respondent warrants by signature on the Proposal Form that prices quoted therein are in conformity with the latest Federal Price Guidelines. f) Governmental Restrictions: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship, or performance of the items offered on this Proposal prior to their delivery, it will be the responsibility of the successful Respondent to notify the City at once, indicating in its letter the specific regulation which required an alteration. The City of South Miami reserves the right to accept any such alteration, including any price adjustments occasioned thereby, or to cancel all or any portion of the Contract, at the sole discretion of the City and at no further expense to the City with thirty (30) days advanced notice. g) Respondent warrants that the prices, terms and conditions quoted in the Proposal will be firm for a period of one hundred eighty (180) calendar days from the date of the Proposal opening unless otherwise stated in the Proposal Form. Incomplete, unresponsive, irresponsible, vague, or ambiguous responses to the Solicitation will be cause for rejection, as determined by the City. h) Safety Standards: The Respondent warrants that the product(s) to be supplied to the City conform in all respects to the standards set forth in the Occupational Safety and Health Act (OSHA) and its amendments. Proposals must be accompanied by a Materials Data Safety Sheet (M.S.D.S) when applicable. 19. Liability, Licenses & Permits: The successful Respondent must assume the full duty, obligation, and expense of obtaining all necessary licenses, permits, and inspections required by this Solicitation and as required by law. The Respondent will be liable for any damages or loss to the City occasioned by the negligence of the Respondent (or its agent or employees) or any person acting for or through the Respondent. Respondents must furnish a certified copy of all licenses, Certificates of Competency or other licensing requirement necessary to practice their profession and applicable to the work to be performed as required by Florida Statutes, the Florida Building Code, Miami -Dade County Code or City of South Miami Code. These documents must be furnished to the City as part of the Proposal. Failure to have obtained the required licenses and certifications or to furnish these documents will be grounds for rejecting the Proposal and forfeiture of the Proposal/Bid Bond, if required for this Project 20. Respondent must comply with the City's insurance requirements as set forth in the attached EXHIBIT 2, prior to issuance of any Contract(s) or Award(s) If a recommendation for award of the contract, or an award of the contract is made before compliance with this provision, the failure to fully and satisfactorily comply with the City's bonding, if required for this project, and insurance requirements as set forth herein will authorize the City to implement a rescission of the Proposal Award or rescission of the recommendation for award of contract without further City action. The Respondent, by submitting a Proposal, thereby agrees to hold the City harmless and agrees to indemnify the City and covenants not to sue the City by virtue of such rescission. 21. Copyrights and/or Patent Rights: Respondent warrants that as to the manufacturing, producing or selling of goods intended to be shipped or ordered by the Respondent pursuant to this Proposal, there has not been, nor will there be, any infringement of copyrights or patent rights. The Respondent agrees to indemnify City from any and all liability, loss or expense occasioned by any such violation or infringement 2!2. Execution of Contract: A response to this Solicitation will not be responsive unless the Respondent signs the form of contract that is a part of the Solicitation package. The Respondent to this Solicitation acknowledges that by submitting a response or a proposal, Respondent agrees to the terms of the form contract and to the terms of the general conditions to the contract, both of which are part of this Solicitation package. The Respondent agrees that Respondent's signature on the E-Bid Form and/or the form of contract that is a part of the Solicitation package and/or response to this Solicitation, grants to the City the authority, on the Respondent's behalf, to inserted, into any blank spaces in the contract documents, information obtained from the proposal and, at the City's sole and absolute discretion, the City may treat the Respondent's signature on any of those documents as the Respondent's signature on the contract, after the appropriate information has been inserted, as well as for any and all purposes, including the enforcement of all of the terms and conditions of the contract 23. Evaluation of Proposals: The City, at its sole discretion, reserves the right to inspect the facilities of any or all Respondents to determine its capability to meet the requirements of the Contract In addition, the price, responsibility and responsiveness of the Respondent, the financial position, experience, staffing, equipment, materials, references, and past history of service to the City and/or with other units of state, and/or local governments in Florida, or comparable private entities, will be taken into consideration in the Award of the Contract 24. Drug Free Workplace: Failure to provide proof of compliance with Florida Statute Section 287.087, as amended, when requested will be cause for rejection of the Proposal as determined by the City. 25. Hold Harmless: All Respondents must hold the City, its officials and employees harmless and covenant not to sue the City, its officials and employees in reference to its decisions to reject, award, or not award a contract, 80 of 270 as applicable, unless the claim is based solely on allegations of fraud and/or collusion. The submission of a proposal will act as an agreement by the Respondent that the Proposal/Bid Bond, if required for this project, will not be released until and unless the Respondent waives any and all claims that the Respondent may have against the City that arise out of this Solicitation process or until a judgment is entered in the Respondent's favor in any suit filed which concerns this proposal process. In any such suit, the prevailing party will recover its attorneys fees, court costs as well as expenses associated with the litigation. In the event that fees, court costs and expenses associated with the litigation are awarded to the City, the Proposal/Bid Bond, if required for this project, will be applied to the payment of those costs and any balance will be paid by the Respondent. 26. Cancellation: Failure on the part of the Respondent to comply with the conditions, specifications, requirements, and terms as determined by the City, will be just cause for cancellation of the Award or termination of the contract. 27. Bonding Requirements: The Respondent, when submitting the Proposal, must include a Proposal/Bid Bond, if required for this project, in the amount of 5% of the total amount of the base Proposal on the Proposal/Bid Bond Form included herein. A company or personal check will not be deemed a valid Proposal Security. 28. Performance and Payment Bond: The City of South Miami may require the successful Respondent to furnish a Performance Bond and Payment Bond, each in the amount of 100% of the total Proposal Price, including Alternates if any, naming the City of South Miami, and the entity that may be providing a source of funding for the Work, as the obligee, as security for the faithful performance of the Contract and for the payment of all persons or entities performing labor, services and/or furnishing materials in connection herewith. In addition, if the Respondent's employees will be working in secure or sensitive areas of the City, the City may require that the Respondent provides employee bonding, naming the City of South Miami as the obligee on the bond. The bonds must be with a surety company authorized to do business in the State of Florida. 28.1. Each Performance Bond must be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to City the completion and performance of the Work covered in the Contract Documents. 28.2. Each Performance Bond must continue in effect for five years after final completion and acceptance of the Work with the liability equal to one hundred percent (100%) of the Contract Sum. 28.3. Each Payment bond must guarantee the full payment of all suppliers, material man, laborers, or subcontractor employed pursuant to this Project. 28.4. Each Bond must be with a Surety company whose qualifications meet the requirements of insurance companies as set forth in the insurance requirements of this solicitation. 28.5. Pursuant to the requirements of Section 255.05, Florida Statutes, Respondent must ensure that the Bond(s) referenced above must be recorded in the public records of Miami -Dade County and provide CITY with evidence of such recording. 28.6. The surety company must hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, current revisions. 29. Proposal Guarantee: Notwithstanding the fact that the Respondent, in submitting a proposal, agrees to the terms contained in the form of contract that is part of this Solicitation package, the successful Respondent, within ten (10) calendar days of Notice of Award by the City, must deliver, to the City, the executed Contract and other Contract Documents that provide for the Respondent's signature, and deliver to the City the required insurance documentation as well as a Performance and Payment Bond if these bonds are required. The Respondent who has the Contract awarded to it and who fails to execute the Contract and furnish the required Bonds and Insurance Documents within the specified time will, at the City's option, forfeit the Proposal/Bid Bond/Security that accompanied the Proposal, and the Proposal/Bid Bond/Security will be retained as liquidated damages by the City. It is agreed that if the City accepts payment from the Proposal/Bid Bond, that this sum is a fair estimate of the amount of damages the City will sustain in case the Respondent fails to sign the Contract Documents or fails to furnish the required Bonds and Insurance documentation. If the City does not accept the Proposal/Bid Bond, the City may proceed to sue for breach of contract if the Respondent fails to perform in accordance with the Contract Documents. Proposal/Bid Bond/Security deposited in the form of a cashier's check drawn on a local bank in good standing must comply with the same requirements as a Proposal/Bid Bond. 30. Pre -proposal Conference Site Visits: If a Mandatory Pre -proposal conference is scheduled for this project, all Respondents must attend the conference and tour all areas referenced in the Solicitation Documents. It will be grounds for rejecting a Proposal from a Respondent who did not attend the mandatory pre -proposal conference. No pleas of ignorance by the Respondent of conditions that exist, or that may hereinafter exist, as a Solicitation result of failure to make the necessary examinations or investigations, or failure to complete any part of the Solicitation Package, will be accepted as basis for varying the requirements of the Contract with the City of South Miami or the compensation of the Respondent. The Respondent, following receipt of a survey of the property, if applicable, is bound by knowledge that can be seen or surmised from the survey and will not be entitled to any change order due to any such condition. If the survey is provided before the proposal is 81 of 270 submitted, the contract price, or negotiation in a request for qualifications, must include the Work necessitated by those conditions. If the survey is provided subsequent to the submission of the proposal or negotiation in a request for qualifications, the Respondent will have five calendar days to notify the City of any additional costs required by such conditions and the City will have the right to reject the proposal, or in the case of an RFQ, the negotiated price, and award the contract to, or begin negotiations with, the second most responsive, responsible E- bidder with the lowest price, or in the case of an RFQ, with the next best qualifications, or to reject all E-bids. 31. Time of Completion: The time is of the essence with regard to the completion of the Work to be performed under the Contract to be awarded. Delays and extensions of time may be allowed only in accordance with the provisions stated in the appropriate section of the Contract Documents, including the Proposal Form. No change orders will be allowed for delays caused by the City, other than for extensions of time to complete the Work. 32. Submittal Requirements: All Proposals must comply with the requirements set forth herein and must include a fully completed Respondent's E-Bid Form, if any, and a Respondent's Cost and Technical Proposal if it is included with this Solicitation Package. 33. Cancellation of E-Bid Solicitation: The City reserves the right to cancel, in whole or part, any request for proposal when it is in the best interest of the City. 34. Respondent may not discriminate with regard to its hiring of employees or subcontractors or in its purchase of materials or in any way in the performance of its contract, if one is awarded, based on race, color, religion, national origin, sex, age, sexual orientation, disability, or familial status. 35. All respondents, at the time of E-bid opening, must have fulfilled all prior obligations and commitments to the City in order to have their E-bid considered, including all financial obligations. Prior to the acceptance of any E- bid proposal, qualifications or quotation, the City's Finance Department will certify that there are no outstanding fines, monies, fees, taxes, liens or other charges owed to the City by the Respondent, any of the Respondent's principal, partners, members or stockholders (collectively referred to as "Respondent Debtors'J. An E-bid, proposal or quotation will not be accepted until all outstanding debts of all Respondent Debtors owed to the city are paid in full. No E-bidder who is in default of any prior contract with the City may have their E-bid considered until the default is cured to the satisfaction of the City Manager. 36. E-bid Protest Procedure. See attached EXHIBIT S. 37. Evaluation Criteria: If this project is to be evaluated by an Evaluation Committee, the evaluation criteria is attached as EXHIBIT 3. 38. Availability of Contract - Any Governmental or quasi -governmental entity, in this or in any other state, or any federal governmental agency, may avail itself of this solicitation and the contract that is awarded pursuant to this solicitation and purchase any and all goods/services specified herein from the successful E-bidder(s)/proposer(s) at the contract price(s) established herein, when any federal, state, and/or local laws, rules, and regulations allows the piggybacking off said contract and provided that the successful E-bidder(s)/proposer(s) is/are in agreement. Each Governmental or quasi -governmental entity which uses this formal solicitation and resulting E-bid contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful E-bidder(s)/proposer(s). 39. Non -Appropriation of Funds. In the event that no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under any contract awarded pursuant to this solicitation, then the City, upon written notice to Successful E-bidder or their assignee of such occurrence, will have the unqualified right to terminate the contract without any penalty or expense. No guarantee, warranty or representation is made that any particular project(s) will be awarded to any Respondent(s). 40. Most Favored Public Entity. Respondent represents that the prices charged to City in the proposal do not exceed existing prices to other customers for the same or substantially similar items or services for comparable quantities under similar terms, conditions, wages, benefits, insurance coverage and any other material cost factors. If respondent's prices decline, or should respondent, at any time during the term of a contract entered into with City, provide the same goods or services with the same comparable quantities under similar terms, conditions, wages, benefits, insurance coverage and any other material cost factors, Respondent must immediately extend the same prices to City. 41. Confidential and Proprietary Information. Respondents may assert that some trade secrets, financial records, and proprietary or other confidential information in their unsolicited proposal are confidential information that they claim to be exempt from disclosure under applicable Florida public records laws. Such information may be included in the unsolicited proposal, but submitted in a separate, sealed binder, designated on the cover as CONFIDENTIAL MATERIALS. A Respondent submitting materials claimed to be confidential must include a cover letter listing all material designated as confidential and clearly mark each page of any material believed to be a trade secret or other confidential information/document in all capital letters and bold font as 82 of 270 CONFIDENTIAL MATERIALS. If a document is not totally confidential but contains non -confidential and confidential information, the Respondent must provide a redacted copy of the document and an unredacted copy. In addition, the Respondent must prepare a list of all the documents claimed to be confidential or containing confidential information and on the next line under the description of each document the Respondent must cite the statutory provision that provides the basis for the Respondent's claim that the document or a portion of the document is confidential and below the citation the Respondent must copy and paste the applicable statutory provision (this listing requirement will hereinafter be referred to as "properly list" or "properly listed" confidential document). The failure to properly list a confidential document or the failure to redact a confidential document that is only partially confidential will result in the waiver of any claim that the document is confidential or that the unredacted document contains confidential information. If any person or entity requests that the City produce or disclose any of said purported confidential information or documents, the City will advise the Respondent and afford the Respondent an opportunity to protect its assertion that said confidential information is exempt from production. If Respondent fails to timely authorize the production of the information or document and/or fails to timely seek a protective order, and/or is unsuccessful in obtaining a protective order, the City will produce the requested information or document The City will not actively contest any request to disclose such alleged confidential information or document and the City cannot guarantee that the alleged confidential document or information may not be disclosed should it ultimately be determined not to be confidential under applicable Florida public records laws. The Respondent must indemnify the City for any damages and costs the City may incur due to the Respondent's claim that its document or information is confidential. The City can only agree to advise the Respondent of such request and give the Respondent an opportunity, at Respondent's sole and exclusive cost, to defend the request for disclosure of the confidential information or document in a Court of competent jurisdiction or other applicable forum. 42. Definitions. The following definitions will govern the interpretation of this RFQ: "Certify", including all of its tenses, such as "certifies", "certifying" and "certified", means the act of swearing or affirming under penalties of perjury that the facts that are being "certified" are true and correct and it must be accomplished either by swearing (or affirming) to the truth of the statement before a notary public, or by a declaration, under penalties of perjury, as to the truth of the statement pursuant to Florida Statutes, Section 92.525. 43. Tie E-bids (not applicable to an RFQ). In the event of tie E-bids, Respondents will be directed to submit sealed Best and Final Offers and deliver to the Office of the City Clerk located at South Miami City Hall, 6130 Sunset Drive, South Miami, Florida 33143. The "Best and Final Offers" must be enclosed in a sealed envelope or container and must have the following Information clearly printed or written on the exterior of the envelope or container in which the sealed proposal is delivered: "Best and Final Offers". On the second line of the envelope insert the Project Name and Solicitation Number. On the third line of the envelope insert the name of the person or entity who is going to be legally bound to perform the contractual obligations if awarded the contract 44. Tie Selection. In the event of a tie by an Evaluation Selection Committee after they have scored each submittal, the meeting facilitator of the Selection Committee meeting, usually the City's Procurement Manager, will tabulate the Selection Committee's scores and advise the Committee there is a tie score; without advising the Committee the scores or the Respondents involved. The meeting facilitator will direct the Selection Committee to re -score the Respondents submittals and, will continue the re -scoring until the tie is broken, and a clear winner for the award recommendation has been determined. If the tie is not broken after three attempts to break the tie, all responses will be rejected, and the item will be re -advertised. 45. Rescind the Award. The City reserves the right to rescind the award recommendation, even after the award recommendation has been conditionally approved by the City Commission but before execution of the Contract by the City Manager and, by responding to this RFQ, Respondent agrees to waive any contractual rights or equitable claims that Respondent may have accrued following the initial award recommendation by the City Manager under these conditions. 46. State of Emergency. The City reserves the right, in its sole and absolute discretion, to suspend the work or services or cancel the contract in the event of an emergency that effects the City of South Miami, its residents or businesses and that has been declared by the Governor, Mayor of Miami -Dade County or the City Manager. 47. Force majeure. Neither party may hold the other responsible for damages or for delays in performance caused by force majeure, acts of God, or other acts or circumstances beyond the control of a party or that could not have been reasonably foreseen, prevented or avoided. For this purpose, such acts or circumstances include, but not limited to, weather conditions affecting performance, floods, epidemics, war, riots, strikes, lockouts, or other industrial disturbances, or protest demonstrations. Should such acts or circumstances occur, the parties will use their best efforts to overcome the difficulties and to resume the work as soon as reasonably possible. END OF SECTION 83 of 270 SUPPLEMENTAL INSTRUCTIONS AND RESPONSE TO THE SOLICITATION FORMAT FOR RESPONDENT PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 1. Format and Content of RFQ Response Firms responding to the Solicitation must disclose their qualifications to perform the project as described in Exhibit 1, Scope of Services, Attachments A, S & C for City in the format set forth below. Failure to provide requested information may result in your Response to the Solicitation being deemed non -responsive and therefore e0iminated from further consideration. A. Title Page Show the name of Respondent's agency/firm, address, telephone number, name of contact person, date and the subject: REQUEST FOR QUALIFICATIONS FOR PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24. B. Table of Contents Include a clear identification of the material by section and by page number. C. Cover Letter and Executive Summary This letter should be signed by the person in your firm who is authorized to negotiate terms, render binding decisions, and commit the firm's resources. Summarize your firm's qualifications and experience to prepare City's project described in Exhibit 1, Scope of Services, Attachment A, B & C and your firm's understanding of the work to be done and include a commitment to perform the work in accordance with the terms of the Response to the Solicitation being submitted. This response should emphasize the strength of the firm in any relevant areas which you feel the City should weigh in its selection, based on the criteria set forth above. Response to the Solicitation: This section should summarize the key points of your submittal. Limit to one (1) to five (S) pages. Response to the Solicitation must include the following. 1. Respondent's qualifications to perform the services detailed in Exhibit 1, "Scope of Services, A, B & C." 2. Detailed work plan/project approach and schedule designed to accomplish the objectives of the proposed project in a timely manner. 3. A list of the executive and professional personnel that will be employed in this engagement and their experience with similar engagements, including the percentage of project time projected to be spent by each person. 4. In addition to submission of the "Respondents Qua1i fication Statement" found in the RFQ, Respondents experience with engagements of a similar scope including a summary of prior work experience and competence in undertaking engagements of this type. Experience shown should be of the lead project personnel who will be assigned to the City's project and will routinely be interfacing with the City. 84 of 270 D. Firm Overview State the full legal name and organizational structure of the firm. Describe the ownership structure of your firm. State the location of the office that will be serving the City including mailing address and telephone numbers. a. Name of Firm submitting responding to the Solicitation. b. Name and title of individual responsible for the submittal. c. Mailing and e-mail addresses. d. Telephone and facsimile numbers. E. Personnel and References Identify the primary individuals who will provide services to the City regarding the day-to-day relationship with the City and include a brief resume for each of the primary individuals including licenses and certifications held by those individuals. Provide a list of five clients the firm has worked with in the last 36 months. Indicate the firm's experience with clients within the State of Florida and provide a brief description of the type of services provided as well as the names, titles, addresses and telephone numbers of those primarily responsible for the account. In addition to the day-to-day relationship, please provide information regarding the firm's and individual's experience with engagements which are similar to the project contemplated by the City. Finally, provide specific services required to complete this engagement that are provided by your firm, through subcontractors or sub consultants. F. Other Relevant Experience Provide a description of your proposed primary individuals' relevant experience over the last three years with other cities that you believe are relevant to this proposed engagement. Include three case studies, if available, that illustrate experience with relevant services where the proposed primary individuals have served as consultants for similar engagements as proposed by the City detailed in the Scope of Services in this RFQ. Please limit your response in the section to five (5) pages. END OF SECTION 85 of 270 CONE OF SILENCE ORDINANCE, SECTION 8A-7 PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 Chapter 8A of the City of South Miami Code of Ordinances is hereby amended in pertinent part to add a new section 8A-7 which is to read as follows: Sec. 8A-7. Cone of Silence: (A) Definitions. (1) "Cone of silence", as used herein, means a prohibition of any communication regarding competitive solicitations such as a request for proposal ("RFP"), request for qualification ("RFQ"), request for information ("RFI") or request for bid ("RFB"), between: (a) A potential vendor, service provider, proposer or bidder (hereinafter referred to as the "Potential Bidder"), or agent, representative, lobbyist or consultant for the Potential Bidder; (hereinafter referred to as the "Bidders Representative") and (i) Members of the City Commission or (ii) City's professional staff or (iii) Any member of the City's selection, evaluation or negotiation committee. (b) Members of the City Commission shall not communicate with professional staff or members of the selection, evaluation and negotiation committees at any point in the competitive process except as provided in paragraph D (3) below. (2) "City's professional staff' means City Department Heads and their staff and the City Manager and Deputy City Manager and their staff including consultants involved in the solicitation, evaluation and negotiation process. (B) Restriction; notice. A cone of silence shall be imposed upon each competitive solicitation, commencing with the date that the advertisement of said solicitation is published and the requirements of this section shall be included in the solicitation. At the time of imposition of the cone of silence, the City Manager or Managers designee shall: (a) provide for public notice of the cone of silence by posting a notice at City Hall; (b) issue a written notice thereof to the affected Departments; (c) file a copy of such notice with the City Clerk; and (d) serve a copy thereof on each City Commissioner. (C) Termination of Cone of Silence. The Cone of Silence shall terminate at the beginning of the City Commission meeting at which the City Manager makes his or her written recommendation to the City Commission or at the time that the solicitation process is terminated by the City Manager. However, if the City Commission refers the Manager's recommendation back to the Manager or staff for further review, the cone of silence shall be reimposed until the beginning of the City Commission meeting at which the City Manager makes a subsequent written recommendation. (D) Exceptions to applicability. The provisions of this section shall not apply to: (1) Communications at a duly noticed pre -bid conferences or at any duly noticed public Selection or Negotiation Committee meeting or duly noticed public City Commission meeting at which the City Manager has placed the subject of the solicitation on the Agenda; (2) Communication regarding the solicitation at recorded contract negotiations, recorded oral presentation or recorded oral question and answer session and recorded contract 86 of 270 negotiation strategy sessions in compliance with the exemption in Florida Statutes Section 286.01 13; (3) Briefings made by the City Manager or his designee to the City Commissioners during a meeting following the completion of the Selection or Negotiation Committee meetings; (4) Written communication at any time with any City professional staff (not including selection, evaluation or negotiation committee members), unless specifically prohibited by the applicable competitive solicitation documents. This section shall not be construed to prevent written communication between City professional staff and any City selection, evaluation or negotiation committee. A copy of any written communication made during the cone of silence shall be contemporaneously filed with the City Clerk by the Potential Bidder or Bidder's Representative. The City Clerk shall make copies available to any person upon request; (5) Communication that is strictly limited to matters of those processes or procedures that are contained in the corresponding solicitation document and which communication is between any person and the City's Purchasing Agent or the City employee who is designated as being responsible for administering the procurement process for such solicitation; (6) Communications with the City Attorney and his or her staff, (7) Communications during any duly noticed site visits to determine the competency and responsibleness of bidders regarding a particular bid during the time period between the opening of bids and the time the City Manager makes a written recommendation; (8) Any emergency procurement of goods or services pursuant to City Code; (9) Responses to a request made by the City's Purchasing Agent, or the City employee who is designated as being responsible for administering the procurement process for such solicitation, for clarification or additional information; (10) Communications prior to bid opening between City's professional staff and Potential Bidders and/or Bidder's Representatives to enable City staff to seek and obtain industry comment or perform market research, provided all communications related thereto between a Potential Bidders and/or Bidder's Representatives and any member of the City's professional staff including, but not limited to the City Manager and his or her staff, are in writing or are made at a duly noticed public meeting. (F) Penalties. Violation of this section by a particular bidder or proposer, or their representative, shall render any award to said bidder or proposer voidable by the City Commission and/or City Manager. Any person who violates a provision of this section may be prohibited from serving on a City selection or evaluation committee. In addition to any other penalty provided herein, violation of any provision of this section by a City employee may subject said employee to disciplinary action at the discretion of the City Manager. END OF SECTION 87 of 270 PROPOSAL SUBMITTAL CHECKLIST FORM PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for consideration of response to the solicitation. Additional documents may be required and, if so, they will be identified in an addendum to this Solicitation. The response must include the following items: The City will only receive submittals online and electronically through the Demand Star Electronic Bid System (E-Bidding). To register as a business, go to hMs://network.demandstar.com/ The City, at its X discretion, may request hard copies of proposals received from a specific Respondent or all Respondents. X Supplemental Instructions for Respondents. X Indemnification and Insurance Documents EXHIBIT 2 X Signed Professional Services Agreement EXHIBIT 4 X Respondents Qualification Statement X List of Proposed Subcontractors and Principal Suppliers X Non -Collusion Affidavit X Public Entity Crimes and Conflicts of Interest X Drug Free Workplace X Acknowledgement of Conformance with OSHA Standards X Affidavit Concerning Federal & State Vendor Listings X Related Party Transaction Verification Form X Presentation Team Declaration/Affidavit of Representation Submit this checklist along with your proposal indicating the completion and submission of each required forms and/or documents. END OF SECTION 88 of 270 RESPONDENT QUALIFICATION STATEMENT PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 The response to this questionnaire will be utilized as part of the CITY'S overall Proposal Evaluation and RESPONDENT selection. I. Number of similar projects completed, a) In the past 5 years In the past 5 years On Schedule b) In the past 10 years In the past 10 years On Schedule 2. List the last five (5) completed similar projects. a) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: b) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price c) Project Name: 89 of 270 Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: d) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: e) Project Name: Owner Name: Owner Address: Owner Telephone: Original Contract Completion Time (Days): Original Contract Completion Date: Actual Final Contract Completion Date: Original Contract Price: Actual Final Contract Price: 90 of 270 3. Current workload Project Name Owner Name Telephone Number Contract Price 4. The following information must be attached to the proposal. a) RESPONDENT's home office organization chart. b) RESPONDENT's proposed project organizational chart. c) Resumes of proposed key project personnel, including on -site Superintendent. 5. List and describe any: a) Bankruptcy petitions filed by or against the Respondent or any predecessor organizations, b) Any arbitration or civil or criminal proceedings, or Suspension of contracts or debarring from Bidding or Responding by any public agency brought c) against the Respondent in the last five (5) years 6. Government References: List other Government Agencies or Quasi -Government Agencies for which you have done business within the past five (5) years. Name of Agency: Address: Telephone No.: Contact Person: Type of Project 91 of 270 Name of Agency: Address: Telephone No.: Contact Person: Type of Project: Name of Agency: Address: Telephone No.: Contact Person: Type of Project: 92 of 270 LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 Respondent must list all proposed subcontractors, if subcontractors are allowed by the terms of this Solicitation to be used on this project if they are awarded the Contract. Other: This list must be provided as a part of Respondents submittal to the City of South Miami and in response to this RFQ. END OF SECTION 93 of 270 NON -COLLUSION AFFIDAVIT PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 STATE OF FLORIDA COUNTY OF MIAMI-DADE being first duly sworn, deposes and states that (1) He/She/Theyis/are the (Owner, Partner, Officer, Representative or Agent) of the Respondent that has submitted the attached Proposal; (2) He/She/They is/are fully informed concerning the preparation and contents of the attached Proposal and of all pertinent circumstances concerning such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said Respondent nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this afflant, have in anyway colluded, conspired, connived or agreed, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from Bidding or proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Respondent, firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other Respondent, or to fix any overhead, profit, or cost elements of the Proposal Price or the Proposal Price of any other Respondent, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Respondent or any other of its agents, representatives, owners, employees or parties of interest, including this affiant. Signed, sealed and delivered in the presence of: Witness Witness STATE OF FLORIDA COUNTY OF MIAMI-DADE By: _ Signature Print Name and Title Date ACKNOWLEDGEMENT On this the day of 20, before me, the undersigned Notary Public of the State of Florida, personally appeared (Name(s) of individual(s) who appeared before notary) and whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they executed it. 94 of 270 WITNESS my hand and official seal. NOTARY PUBLIC: SEAL OF OFFICE: Notary Public, State of Florida (Name of Notary Public: Print. Stamp or type as commissioned.) Personally known to me, or Personal identification: Type of Identification Produced Did take an oath, or Did Not take an oath. 95 of 270 PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 PLrsuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or proposal for a Contract with a public entity for the construction of repair of a public building or public work, may not submit b ds or proposals on leases or real property to a public entity, may not be awarded to perform Work as a RESPONDENT, Sub -contractor, supplier, Sub -consultant, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount Category Two of Section 2137.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list". The award of any contract hereunder is subject to the provisions of Chapter 112, Florida State Statutes. Respondents must disclose with their Proposals, the name of any officer, director, partner, associate or agent who is also an officer or employee of the City of South Miami or its agencies. SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES. ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. by This sworn statement is submitted to [print name of the public entity] [print individual's name and title] [print name of entity submitting sworn statement] whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutesmeans a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to , any bid, proposal or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1) (b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July I, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere. 4. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1) (a), Florida Statutes. means: (a) A predecessor or successor of a person convicted of a public entity crime; or (b) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in any person, or a pooling of equipment or income among persons when not for fair 96 of 270 market value under an arm's length agreement, will be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months will be considered an affiliate. 5. 1 understand that a "person" as defined in Paragraph 287.133 (1) (e), Florida Statutesmeans any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or proposal or applies to bid or proposal on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July I, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July I, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order.] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES. FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. [Signature] Sworn to and subscribed before me this day of , 20 Personally known OR Produced identification (Type of identification) Form PUR 7068 (Rev.06/ 1 1 /92) Notary Public — State of My commission expires (Printed, typed or stamped commissioned name of notary public) 97 of 270 DRUG FREE WORKPLACE PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 Whenever two or more responses to a solicitation which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a response to the solicitation received from a business that certifies that it has implemented a drug -free workplace program will be given preference in the award process. Established procedures for processing tie responses to solicitations will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business must: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection (1). 4) In the statement specified in Subsection (1), notify the employees, that, as a condition to their working for the employer with regard to the matters that are the subject of the response to the solicitation including those involving the procurement of commodities or contractual services that are under Bid, the employee must abide by the terms of the statement and must notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign this statement, and under penalties of perjury, I declare that I have read the foregoing statement and that the facts stated in it are true and that this firm is in full compliance with the above requirements. RESPONDENT's Signature: Print Name: Date: 98 of 270 ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 TO THE CITY OF SOUTH MIAMI We, , (Name of CONSULTANT), hereby acknowledge and agree that as CONSULTANT for the PEDESTRIAN BRIDGE DESIGN SERVICES as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold harmless the City of South Miami and TY LIN INTERNATIONAL (Consulting Engineer if any) against any and all liability, claims, damages, losses and expenses they may incur due to the failure of (Sub -contractor's names): to comply with such act or regulation. CONSULTANT Witness BY: Name Title 99 of 270 AFFIDAVIT CONCERNING FEDERAL AND STATE VENDOR LISTINGS PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 The person, or entity, who is responding to the City's solicitation, hereinafter referred to as "Respondent", must certify that the Respondent's name Does Not appear on the State of Florida, Department of Management Services, "CONVICTED, SUSPENDED, DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR LISTINGS". If the Respondent's name appears on one or all the "Listings" summarized below, Respondents must "Check if Applies" next to the applicable "Listing." The "Listings" can be accessed through the following link to the Florida Department of Management Services website: httR://www.dms.myflorida.com/business operations/stateDurchasing/vendor information/convicted susp ended discriminatory complaints vendor lists DECLARATION UNDER PENALTY OF PERJURY (hereinafter referred to as the "Declarant") state, that the following facts are true and correct: (I) I represent the Respondent whose name is (2) 1 have the following relationship with the Respondent (Owner (if Respondent is a sole proprietor), President (if Respondent is a corporation) Partner (if Respondent is a partnership), General Partner (if Respondent is a Limited Partnership) or Managing Member> (if Respondent is a Limited Liability Company). (3) 1 have reviewed the Florida Department of Management Services website at the following URL address: httpolwww.dms.myflorida.com/business_operations/state purchasing/vendor_information/convicted_suspended_di scri minatory_comp laints_ven dor_I i sts (4) 1 have entered an "x" or a check mark beside each listing/category set forth below if the Respondent's name appears in the list found on the Florida Department of Management Services website for that category or I sting. If I did not enter a mark beside a listing/category, it means that I am attesting to the fact that the Respondent's name does not appear on the listing for that category in the Florida Department of Management Services website as of the date of this affidavit. Check if Applicable Convicted Vendor List Suspended Vendor List Discriminatory Vendor List Federal Excluded Parties List Vendor Complaint List FURTHER DECLARANT SAYETH NOT. 100 of 270 Under penalties of perjury, and as the person authorized to sign this statement, I declare that I have read the foregoing statement and that the facts stated in it are true and that this firm is in full compliance with the above requirements. By: (Print name of Dedarant) (Signature of Dedarant) ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF MIAMI-DADE On this the day of , 20 , before me, the undersigned authority, personally appeared who is personally know to me or who provided the following identification and who took an oath or affirmed that that he/she/they executed the foregoing Affidavit as the Declarant WITNESS my hand and official seal. NOTARY PUBLIC: SEAL Notary Public, State of Florida (Name of Notary Public: Print, Stamp or type as commissioned.) 101 of 270 RELATED PARTY TRANSACTION VERIFICATION FORM PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 I , individually and on behalf of ('Firm') have Name of Representative Company/VendorlEntity read the City of South Miami ("City")'s Code of Ethics, Section 8A-I of the City's Code of Ordinances and I hereby certify, under penalties of perjury that to the best of my knowledge, information and belief: (I) neither I nor the Firm have any conflict of interest (as defined in section 8A-1) with regard to the contract or business that 1, and/or the Firm, am(are) about to perform for, or to transact with, the City, and (2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater than 5% in the Firm, has any relative(s), as defined in section 8A-I, who is an employee of the City or who is(are) an appointed or elected official of the City, or who is(are) a member of any public body created by the City Commission, i.e., a board or committee of the City, [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (2) must be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of employees or those who have a financial interest in the Firm.]; and (3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) has transacted or entered into any contract(s) with the City or has a financial interest, direct or indirect, in any business being transacted with the city, or with any person or agency acting for the city, other than as follows: _ (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (3) must be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship of those who have a financial interest in the Firm.]; and 14) no elected and/or appointed official or employee of the City of South Miami, or any of their immediate family members (i.e., spouse, parents, children, brothers and sisters) has a financial interest, directly or indirectly, in the contract between you and/or your Firm and the City other than the following individuals whose interest is set forth following their names: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). The names of all City employees and that of all elected and/or appointed city officials or board members, who own, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the firm are as follows: ;if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). :while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is Dublicly traded, the statement in this section (4) must be based solely on the signatory's personal knowledge and ie/she is not required to make an independent investigation as to the financial interest in the Firm of city employees, appointed officials or the immediate family members of elected and/or appointed official or employee.] (5) 1 and the Firm further agree not to use or attempt to use any knowledge, property or resource which may come to us through our position of trust, or through our performance of our duties under the terms of the contract with the City, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that we may not disclose or use information, not available to members of the general public, for our personal gain or benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or benefit anticipated through the performance of the contract 102 of 270 (6) 1 and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or any person or agency acting for the City, and that we have not appeared in representation of any third party before any board, commission or agency of the City within the past two years other than as follows: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). X:IPurchasing\Vendor Registration\ 12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx (7) Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e., as a spouse, son, daughter, parent, brother or sister) is related by blood or marriage to: (i) any member of the City Commission; (ii) any city employee; or (iii) any member of any board or agency of the City other than as follows: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (7) must be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to the relationship by blood or marriage of employees, officers, or directors of the Firm, or of any of their immediate family to any appointed or elected officials of the City, or to their immediate family members]. (8) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interest greater than 5% in that Other Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) nor any of my immediate family members (hereinafter referred to as "Related Parties") has responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial interest greater than 5% in the Firm, or any member of those persons' immediate family (i.e. spouse, parents, children, brothers and sisters) have also responded, other than the following: (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (8) must be based solely on the signatory's personal knowledge and he/she is not required to make an independent investigation into the Other Firm, or the Firm he/she represents, as to their officers, directors or anyone having a financial interest in those Firms or any of their any member of those persons' immediate family.] (9) 1 and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any change in circumstances that would change our answers to this document Specifically, after the opening of any responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of all Related Parties who have also responded to the same solicitation and to disclose the relationship of those parties to me and the Firm. (10) A violation of the City's Ethics Code, the giving of any false information or the failure to supplement this Verification Form, may subject me or the Firm to immediate termination of any agreement with the City, and the imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. Under penalties of perjury, and as the person authorized to sign this statement, I declare that I have read the foregoing statement, that I have made a diligent effort to investigate the matters to which I am attesting hereinabove and to the best of my knowledge, information and belief the facts stated in it are true and this firm is in full compliance with the above requirements. Signature: Print Name & Title: Date: 103 of 270 Sec. BA- 1. - Conflict of interest and code of ethics ordinance. (a) Designation. This section shall be designated and known as the "City of South Miami Conflict of Interest and Code of Ethics Ordinance." This section shall be applicable to all city personnel as defined below, and shall also constitute a standard of ethical conduct and behavior for all autonomous personnel, quasi-judicial personnel, advisory personnel and departmental personnel. The provisions of this section shall be applied in a cumulative manner. By way of example, and not as a limitation, subsections (c) and (d) may be applied to the same contract or transaction. (b) Definitions. For the purposes of this section the following definitions shall be effective: (1) The term "commission members" shall refer to the mayor and the members of the city commission. (2) The term "autonomous personnel" shall refer to the members of autonomous authorities, boards and agencies, such as the city community redevelopment agency and the health facilities authority. (3) The term "quasi-judicial personnel" shall refer to the members of the planning board, the environmental review and preservation board, the code enforcement board and such other individuals, boards and agencies of the city as perform quasi-judicial functions. (4) The term "advisory personnel" shall refer to the members of those city advisory boards and agencies whose sole or primary responsibility is to recommend legislation or give advice to the city commission. (5) The term "departmental personnel" shall refer to the city clerk, the city manager, department heads, the city attorney, and all assistants to the city clerk, city manager and city attorney, however titled. (6) The term "employees" shall refer to all other personnel employed by the city. (7) The term "compensation" shall refer to any money, gift, favor, thing of value or financial benefit conferred, or to be conferred, in return for services rendered or to be rendered. (13) The term "controlling financial interest' shall refer to ownership, directly or indirectly, of ten percent or more of the outstanding capital stock in any corporation or a direct or indirect interest of ten percent or more in a firm, partnership, or other business entity at the time of transacting business with the city. (9) The term "immediate family" shall refer to the spouse, parents, children, brothers and sisters of the person involved. (10) The term "transact any business" shall refer to the purchase or sale by the city of specific goods or services for consideration and to submitting a bid, a proposal in response to a Solicitation, a statement of qualifications in response to a request by the city, or entering into contract negotiations for the provision on any goods or services, whichever first occurs. (c) Prohibition on transacting business with the city. No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business in which that person or a member of the immediate family has a financial interest, direct or indirect with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. Willful violation of this subsection shall constitute malfeasance in office and shall affect forfeiture of office or position. Nothing in this subsection shall prohibit or make illegal: (1) The payment of taxes, special assessments or fees for services provided by the city government; (2) The purchase of bonds, anticipation notes or other securities that may be issued by the city through underwriters or directly from time to time. Waiver of prohibition. The requirements of this subsection may be waived for a particular transaction only by four affirmative votes of the city commission after public hearing upon finding that (1) An open -to -all sealed competitive proposal has been submitted by a city person as defined in paragraphs (b)(2), () and (4); (2) The proposal has been submitted by a person or firm offering services within the scope of the practice of architecture, professional engineering, or registered land surveying, as defined by the laws of the state and 104 of 270 pursuant to the provisions of the Consultants' Competitive Negotiation Act, and when the proposal has been submitted by a city person defined in paragraphs (b)(2), (3) and (4); (3) The property or services to be involved in the proposed transaction are unique and the city cannot avail itself of such property or services without entering a transaction which would violate this subsection but for waiver of its requirements; and (4) That the proposed transaction will be in the best interest of the city. This subsection shall be applicable only to prospective transactions, and the city commission may in no case ratify a transaction entered in violation of this subsection. Provisions cumulative. This subsection shall be taken to be cumulative and shall not be construed to amend or repeal any other law pertaining to the same subject matter. (d) Further prohibition on transacting business with the city. No person included in the terms defined in paragraphs (b)(1) through (6) and in paragraph (b)(9) shall enter into any contract or transact any business through a firm, corporation, partnership or business entity in which that person or any member of the immediate family has a controlling financial interest, direct or indirect, with the city or any person or agency acting for the city, and any such contract, agreement or business engagement entered in violation of this subsection shall render the transaction voidable. The remaining provisions of subsection (c) will also be applicable to this subsection as though incorporated by recitation. Additionally, no person included in the term defined in paragraph (b)(1) shall vote on or participate in any way in any matter presented to the city commission if that person has any of the following relationships with any of the persons or entities which would be or might be directly or indirectly affected by any action of the city commission: (1) Officer, director, partner, of counsel, consultant, employee, fiduciary or beneficiary; or (2) Stockholder, bondholder, debtor, or creditor, if in any instance the transaction or matter would affect the person defined in paragraph (b)(1) in a manner distinct from the manner in which it would affect the public generally. Any person included in the term defined in paragraph (b)(1) who has any of the specified relationships or who would or might, directly or indirectly, realize a profit by the action of the city commission shall not vote on or participate in any way in the matter. (E) Gifts. (1) Definition. The term "gift" shall refer to the transfer of anything of economic value, whether in the form of money, service, loan, travel, entertainment, hospitality, item or promise, or in any other form, without adequate and lawful consideration. (2) Exceptions. The provisions of paragraph (e)(1) shall not apply to: a. Political contributions specifically authorized by state law; b. Gifts from relatives or members of one's household, unless the person is a conduit on behalf of a third party to the delivery of a gift that is prohibited under paragraph (3); c. Awards for professional or civic achievement; d. Material such as books, reports, periodicals or pamphlets which are solely informational or of an advertising nature. (3) Prohibitions. A person described in paragraphs (b)(1) through (6) shall neither solicit nor demand any gift It is also unlawful for any person or entity to offer, give or agree to give to any person included in the terms defined in paragraphs (b)(1) through (6), or for any person included in the terms defined in paragraphs (b)(1) through (6) to accept or agree to accept from another person or entity, any gift for or because of a. An official public action taken, or to be taken, or which could be taken, or an omission or failure to take a public action; b. A legal duty performed or to be performed, or which could be performed, or an omission or failure to perform a legal duty; c. A legal duty violated or to be violated, or which could be violated by any person included in the term defined in paragraph (b)(1); or 105 of 270 d. Attendance or absence from a public meeting at which official action is to be taken. (4) Disclosure. Any person included in the term defined in paragraphs (b)(1) through (6) shall disclose any gift, or series of gifts from anyone person or entity, having a value in excess of $25.00. The disclosure shall be made by filing a copy of the disclosure form required by chapter 112, Florida Statutes, for "local o-ficers" with the city clerk simultaneously with the filing of the form with the clerk of the county and with the Florida Secretary of State. (1) Compulsory disclosure by employees of firms doing business with the city. Should any person included in the terms defined in paragraphs (b)(1) through (6) be employed by a corporation, firm, partnership or business entity in which that person or the immediate family does not have a controlling financial interest, and should the corporation, firm, partnership or business entity have substantial business commitments to or from the city or any city agency, or be subject to direct regulation by the city or a city agency, then the person shall file a sworn statement disclosing such employment and interest with the clerk of the city. (g) Exploitation of official position prohibited. No person included in the terms defined in paragraphs (b)(1) through (6) shall corruptly use or attempt to use an official position to secure special privileges or exemptions for that person or others. (h) Prohibition an use of confidential information. No person included in the terms defined in paragraphs (b)(1) through (6) shall accept employment or engage in any business or professional activity which one might reasonably expect would require or induce one to disclose confidential information acquired by reason of an cfficial position, nor shall that person in fact ever disclose confidential information garnered or gained through an cfficial position with the city, nor shall that person ever use such information, directly or indirectly, for personal gain or benefit (i) Conflicting employment prohibited. 'No person included in the terms defined in paragraphs (b)(1) through (6) shall accept other employment which would impair independence of judgment in the performance of any public duties. (j) Prohibition on outside employment. (1) No person included in the terms defined in paragraphs (b)(6) shall receive any compensation for services as an officer or employee of the city from any source other than the city, except as may be permitted as follows: a. Generally prohibited. No full-time city employee shall accept outside employment, either incidental, occasional or otherwise, where city time, equipment or material is to be used or where such employment or any part thereof is to be performed on city time. b. When permitted. A full-time city employee may accept incidental or occasional outside employment so long as such employment is not contrary, detrimental or adverse to the interest of the city or any of its departments and the approval required in subparagraph c. is obtained. c. Approval of department head required. Any outside employment by any full-time city employee must first be approved in writing by the employee's department head who shall maintain a complete record of such employment d. Penalty. Any person convicted of violating any provision of this subsection shall be punished as provided in section 1-1 1 of the Code of Miami -Dade County and, in addition shall be subject to dismissal by the appointing authority. The city may also assess against a violator a fine not to exceed $500.00 and the costs of investigation incurred by the city. (2) All full-time city employees engaged in any outside employment for any person, firm, corporation or entity other than the city, or any of its agencies or instrumentalities, shall file, under oath, an annual report indicating the source of the outside employment, the nature of the work being done and any amount of money or other consideration received by the employee from the outside employment City employee reports shall be filed with the city clerk. The reports shall be available at a reasonable time and place for inspection by the public. The city manager may require monthly reports from individual employees or groups of employees for good cause. (k) Prohibited investments. 106 of 270 No person included in the terms defined in paragraphs (b)(1) through (6) or a member of the immediate family shall have personal investments in any enterprise which will create a substantial conflict between private interests and the public interest. (1) Certain appearances and payment prohibited. (1) No person included in the terms defined in paragraphs (b)(1), (5) and (6) shall appear before any city board or agency and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall the person receive any compensation or gift, directly or indirectly, for services rendered to a third person, who has applied for or is seeking some benefit from the city or a city agency, in connection with the particular benefit sought by the third person. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a party who seeks legal relief from the city or a city agency through the suit in question. (2) No person included in the terms defined in paragraphs (b)(2), (3) and (4) shall appear before the city commission or agency on which the person serves, either directly or through an associate, and make a presentation on behalf of a third person with respect to any matter, license, contract, certificate, ruling, decision, opinion, rate schedule, franchise, or other benefit sought by the third person. Nor shall such person receive any compensation or gift, directly or indirectly, for services rendered to a third party who has applied for or is seeking some benefit from the city commission or agency on which the person serves in connection with the particular benefit sought by the third party. Nor shall the person appear in any court or before any administrative tribunal as counselor legal advisor to a third party who seeks legal relief from the city commission or agency on which such person serves through the suit in question. (m) Actions prohibited when financial interests involved. No person included in the terms defined in paragraphs (b) (1) through (6) shall participate in any official action directly or indirectly affecting a business in which that person or any member of the immediate family has a financial interest. A financial interest is defined in this subsection to include, but not be limited to, any direct or indirect interest in any investment, equity, or debt. (n) Acquiring financial interests. No person included in the terms defined in paragraphs (b)(1) through (6) shall acquire a financial interest in a project, business entity or property at a time when the person believes or has reason to believe that the financial interest may be directly affected by official actions or by official actions by the city or city agency of which the person is an official, officer or employee. (0) Recommending professional services. No person included in the terms defined in paragraphs (b)(1) through (4) may recommend the services of any lawyer or law firm, architect or architectural firm, public relations firm, or any other person or firm, professional or otherwise, to assist in any transaction involving the city or any of its agencies, provided that a recommendation may properly be made when required to be made by the duties of office and in advance at a public meeting attended by other city officials, officers or employees. (p) Continuing application after city service. (1) No person included in the terms defined in paragraphs (b)(1), (5) and (6) shall, for a period of two years after his or her city service or employment has ceased, lobby any city official [as defined in paragraphs (b)(1) through (6)] in connection with any judicial or other proceeding, application, Solicitation, RFQ, bid, request for ruling or other determination, contract, claim, controversy, charge, accusation, arrest or other particular subject matter in which the city or one of its agencies is a party or has any interest whatever, whether direct or indirect. Nothing contained in this subsection shall prohibit any individual from submitting a routine administrative request or application to a city department or agency during the two-year period after his or her service has ceased. (2) The provisions of the subsection shall not apply to persons who become employed by governmental entities, 501(c)(3) non-profit entities or educational institutions or entities, and who lobby on behalf of those entities in their official capacities. (3) The provisions of this subsection shall apply to all persons described in paragraph (p)(1) whose city service or employment ceased after the effective date of the ordinance from which this section derives. 107 of 270 (4) No person described in paragraph (p)(1) whose city service or employment ceased within two years prior to the effective date of this ordinance shall for a period of two years after his or her service or employment enter into a lobbying contract to lobby any city official in connection with any subject described in paragraph (p)(1) in which the city or one of its agencies is a party or has any direct and substantial interest; and in which he or she participated directly or indirectly through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "directly" where he or she was substantially involved in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. A person participated "indirectly" where he or she knowingly participated in any way in the particular subject matter through decision, approval, disapproval, recommendation, the rendering of advice, investigation, or otherwise, during his or her city service or employment. All persons covered by this paragraph shall execute an affidavit on a form approved by the city attorney prior to lobbying any city official attesting that the requirements of this subsection do not preclude the person from lobbying city officials. (S) Any person who violates this subsection shall be subject to the penalties provided in section 8A-2(p). (.q) City attorney to render opinions on request Whenever any person included in the terms defined in paragraphs (b)(1) through (6) and paragraph (b)(9) is in doubt as to the proper interpretation or application of this conflict of interest and code of ethics ordinance, or whenever any person who renders services to the city is in doubt as to the applicability of the ordinance that person, may submit to the city attorney a full written statement of the facts and questions. The city attorney shall then render an opinion to such person and shall publish these opinions without use of the name of the person advised unless the person permits the use of a name. 108 of 270 PRESENTATION TEAM DECLARATION/AFFIDAVIT OF REPRESENTATION PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 This affidavit is not required for compliance with the City's Solicitation; however, it may be used to avoid the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14- 2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation before a City certification, evaluation, selection, technical review or similar committee, must list on an affidavit provided by the City staff, all individuals who may make a presentation. The affidavit must be filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager. For the purpose of this subsection only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, must not be required to pay any registration fees. No person may appear before any committee on behalf of an anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. Pursuant to '92.525(2), Florida Statutes, the undersigned, makes the following declaration under penalties of perjury: Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents. Please note; No person may appear before any committee on behalf of anyone unless he or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered with the Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. NAME TITLE For the purpose of this Affidavit of Representation only, the listed members of the presentation team, with the exception of any person otherwise required to register as a lobbyist, will not be required to pay any registration fees. The Affidavit of Representation must be filed with the City Clerk's office at the time the committee's proposal is submitted to the City as part of the procurement process. Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated in it are true and specifically that the persons listed above are the members of the presentation team of the entity listed below. Executed this day of , 20 Signature of Representative Print Name and Title Print name of entity being represented END OF SECTION 109 of 270 NOTICE OF AWARD PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 The City has considered the Proposal submitted by your firm for the PEDESTRIAN BRIDGE DESIGN SERVICES in response to its advertisement for Request for Proposal and Instructions to Respondents. You are hereby notified that your Proposal, after Phase III, "Competitive Negotiations of the Evaluation Process has been completed," has been accepted for the PEDESTRIAN BRIDGE DESIGN SERVICES in the amount of S , broken down as follows: Negotiated Lump Sum Fee: Alternates: You are required by the Instructions to Respondents to execute the Contract Documents at the time of submittal of proposal and to furnish any required bonding, including a Performance Bond, Payment Bond, and insurance documents (see Proposal Submittal Checklist Form) within ten (10) day from the date of this notice to you. Notwithstanding the fact that you have agreed, by responding to the Solicitation, to the terms of the contract attached to the Solicitation package, if you fail to execute said Contract and to furnish said bonds, the required insurance documentation within ten (10) calendar days from the date of this notice, the CITY will have the right and be entitled, in its sole and absolute discretion, to disqualify the Proposal, revoke the award and retain the Proposal/Bid Bond/Security. Please be advised that if the contract price exceeds $5,000.00 or if it is a multi -year contract requiring payment out of more than one year's appropriation, the award and the contract must be approved by the City Commission before it is binding on the City. Moreover, the award is subject to rescission if the City Manager determines that it is not in the best interest of the City. BY: Shari Karnali City Manager Dated this _ day of 20_ ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by On this the day of 20 BY: TITLE: "ou are required to return an acknowledged copy of this Notice of Award to the City Manager. END OF SECTION 110 of 270 NOTICE TO PROCEED PUBLIC PROFESSIONAL SERVICES CONTRACT PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 TO: DATE: PROJECT DESCRIPTION: PEDESTRIAN BRIDGE DESIGN SERVICES in accordance with Plans and specifications, if any, as may be prepared in whole or in part by CONSULTANT, referenced in the Supplementary Conditions and Contract Documents. You are hereby notified to commence Work in accordance with the Contract dated , on or before . You are to complete the work within 300 calendar days. The date of completion of all Work is therefore 20 City of South Miami BY: (print name) City Manager, or designee ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by on this day of , 20 BY: TITLE: END OF SECTION I I I of 270 EXHIBIT I SCOPE OF SERVICES ATTACHMENT A PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 I. BACKGROUND: The construction phase of this project will be partially funded by the Florida Department of Transportation (FDOT). The prioritized Transportation Alternatives (TA) projects will be included in the draft (FDOT) District 6 Fiscal Year (FY) 2022-2026 Tentative Work Program. Subsequent to the approval of the Tentative Work Program by the Florida Legislature and Governor, the Miami -Dade TPO will incorporate the project in its FY 2022-2026 Transportation Improvement Program (TIP) scheduled for adoption in Spring 2021. Pursuant to the Consultants Competitive Negotiation Act, Florida Statue 287.055, the City of South Miami, hereby solicits Expression of Interest and Statement of Qualification submittals from professional consulting engineering firms who are prequalified by the Florida Department of Transportation to perform Pedestrian Bridge Design in the sub -categories indicated below: 3.1: Minor Bridge Design 3.2: Major Bridge Design 4.1.1: Miscellaneous Structures 4.1.2: Minor Bridge Design 4.2.1: Major Bridge Design — Concrete 4.2.2: Major Bridge Design — Steel 7.1: Signing, Pavement Marking, and Channelization 7.2: Lighting 8.1: Control Survey 8.2: Design, Right of Way, and Construction Surveying 9.1: Soil Exploration 9.2: Geotechnical Classification Lab Testing 9.4.1: Standard Foundation Studies 14: Architecture 15: Landscape Architecture For further information on the Florida Department of Transportation minimum qualification standards by type of work please refer to Chapter 14-7S of the Florida Administrative Code 112 of 270 (F.A.C.). Respondents must provide current prequalification letters from the Florida Department of Transportation indicating the Respondent is pre -qualified in the sub- categories listed above. Failure to provide such letter or not meet the pre -qualification requirements will result in the proposal to be consider Non -responsive and Rejected from further consideration. Environmental review will be conducted during the 30%, 60%, 90%, and 100% design submittals to the City and in the Florida Department of Transportation ERC review system. To fulfill such needs and meet the requirements for specialized services as described in this solicitation, the City intends to retain a single Consultant under a professional service agreement. The professional services agreement term shall encompass through project completion and fees shall be negotiated and agreed to by the parties prior to submittal for review and approval by the City Commission. See "Schedule of Events" in this Solicitation. The Consultant shall also serve as the Engineer of Record during the construction phase and provide such services including to but not limited to, assist the City in bid solicitation (bid/award phase), attend pre -bid meeting, provide supplemental information/clarification of construction documents to prospective bidders during the bid solicitation, review bid submittals, attend pre - bid opening meeting, attend pre -construction meeting and prepare minutes, review and process shop drawings, respond to contractors request for information and clarification of contract documents, review and recommend Contractor change orders request, if any, provide inspection oversight as required, attend final punch list meeting, and provide project close out and project certification. The fees for these services will be negotiated at a future date before start of the Construction Phase of the Project. II. THE PROJECT: The site feasibility for the pedestrian bridge overpass project was completed and together with the 1 S% design plans will be utilize to develop final constructability design documents and specifications to implement the pedestrian bridge overpass project for the preferred Alternative B located at the intersection of US- I and SW 71 st Street per the attached Site Feasibility study, Exhibit 1, Scope of Services, Attachment B. The northwestern landing of the proposed overpass would be located within Transit's Metrorail right-of-way adjacent to the north end of the South Miami Metrorail Station. The southeastern landing would be located with SW 71 St ST right-of-way, requiring that the existing street be modified to only one east -bound 12' lane at the intersection with US -I, and within the City Right-of-way. The scope of work consist, but is not limited to, coordinating and obtaining permits, performing any required traffic study, coordinating with Miami -Dade County and/or FDOT, performing any required environmental site assessments, and developing 100% construction design drawings and specifications. The bridge alternatives provided in the IS% preliminary design are not inclusive of the design and the Consultant can propose other alternatives that will meet the intent of the project. The Consultant shall present and obtain City Commission approval of design alternatives and the Commission shall select which alternative will be used for final design. III. QUALIFICATIONS: The City is interested in hiring, via a Consultants Competitive Negotiation Act Process, a Florida Department of Transportation (FDOT) preauthorized firm, to provide Design Services in connection with the City's Pedestrian Bridge Project in accordance with the Scope of Services, Exhibit 1, Attachment "A," and; Attachment `B, "Site Feasibility Study & 1 S% Design Plans" 113 of 270 and; Attachment "C" Florida Department of Transportation Requirements for Professional Services Contracts. Professional Services Work Types, 3.1,3.2, 4.1.1, 4.1.2, 4.2.1, 4.2.2, 7.1, 7.2,8.Is&2,9.Is9.2,9.4.1, 14,and 15. Submittals will be reviewed, evaluated, scored and ranked in accordance with Exhibit 3, "Evaluation and Selection Criteria." IV. SITE LOCATION: The site location is at the intersection of US- I and SW 71=t Street and the other end will be located within Transit's Metrorail right-of-way adjacent to the north end of the South Miami Metrorail Station. Please refer to Exhibit 1, Scope of Services, Attachment B. "Site Feasibility Study, 15 % Design Plans and Utility Matrix." V. PLANS & SPECIFICATIONS: Please refer to Exhibit 1, "Scope of Services," Attachment B, "Site Feasibility Study, 15 Design Plans, and Utility Matrix" prepared by TY Lin International for the project. As-builts and company responses shall be provided upon request. VI. PROJECT DURATION: This project must be completed within 300 calendar days from notice to proceed. END OF SECTION 114 of 270 EXHIBIT 1 SCOPE OF SERVICES ATTACHMENT B PEDESTRIAN BRIDGE DESIGN SERVICES RFQ #PW2020-24 "SITE FEASIBILITY STUDY, 15% DESIGN PLANS & UTILITY MATRIX" PREPARED BY: TY LIN INTERNATIONAL 115 of 270 cc N c � o � k LL P!16 KAM; I I I fFwTtlb-- S t R12'!M 1 9 F �'J 4%% i South Miami 139 of 270 TABLE OF CONTENTS SECTION P- 1. 2. PROJECT BACKGROUND...................................................................................... DESCRIPTION OF ALTERNATIVES.......................................................................2 2 3. AGENCY COORDINATION..................................................................................... 6 4+. PEDESTRIAN COUNT SURVEY AND ANALYSIS .................................................. 8 6. CRASH DATA ANALYSIS, YEAR 2014-2019........................................................11 6. ESTIMATES OF PROBABLE PROJECT COST....................................................14 7. DISCUSSION AND RECOMMENDATIONS..........................................................14 APPENDICES Appendix A ALTERNATIVES Appendix B ESTIMATE OF PROBABLE COST Appendix C PEDESTRIAN SURVEY DATA ENGINEER'S CERTIFICATION This report presents the best available information relevant to the project. Francisco J. Alonso.. P.E. Fla. No. 66918 DATE 140 of 270 1. PROJECT BACKGROUND T.Y. Lin International (TYLI), as a consultant to the Miami Dade Department of Transportation and Public Works (DTPW), previously the Miami -Dade Transit agency (MDT), completed a Site Alternative Study for the agency in May of 2008. The project was initiated by the Agency in conjunction with the University of Miami Pedestrian Overpass which was complete in recent years. The South Miami Overpass did not move forward as a project at that time. It is our understanding that the City of South Miami (CITY) would like to revisit the concept of the pedestrian overpass linking the DTPW South Miami Metrorail station to the South Miami Downtown area. This proposed scope of work to be covered under this Site Feasibility Study is for the placement of a pedestrian overpass using current data. A similar methodology will be used as in the previous study, however due to the age of the previous study, all new investigations and coordination with stakeholders, utilities, and affected agencies will need to be undertaken, as well as new concept plans and cost estimates to accommodate the current condition and CITY's vision. Per a meeting held at the City Manager's Office on April 22, 2019, the decision was made to move forward with analyzing three design alternative locations: • Alternative A: Crossing US1 at SW 72"d Street (Sunset Dr.) and landing on the southeastern right- of-way. • Alternative B: Crossing US1 at SW 71st Street and landing within the southeastern right-of-way and converting SW 71st Street to a one-way access. • Alternative C: Crossing US1 at SW 70th Street and landing within the southeast side of the right- of-way. (a variation of alternative C with a landing at the northeastern corner of 701h Street will be reviewed as well) Following completion of the Feasibility study and acceptance of the preferred location option. TYLI will develop 15% design documents for the preferred alternative. 2. DESCRIPTION OF ALTERNATIVES Alternative A is located at the intersection of US-1 and Sunset Dr. (SW 72"d St). The west landing of the proposed overpass would be located within MDT's R-O-W adjacent to the south end of the South Miami Metrorail Station. The east landing would be located within FDOT R-O-W, within the existing swale area. Unfortunately, although this alternative would like serve the highest concentration of users, the existing available width are not sufficient to construct the required towers. The footprint of the northwestern tower actually encroaches 1'-6" into the Metrorail guideway. Transit requires a 5' min. buffer from the drip -line. So, in reality this alternative would be encroaching into their envelope by 6'-6". The southeastern tower technically fits in the FDOT right-of-way, and meets the 4' horizontal clearance required from the face of curb. However, it is only 6' from the existing building face and will create a very tight pedestrian/multi-use path that is not ideal. In addition, the proposed tower will obstruct the existing historic building located at the north-east corner of the intersection. Earlier concepts had the bridge elevated over this Metrorail as a "third -level" bridge and landing north of the station. Although this would solve the issue of the northwestern landing, the cost will be excessive and couple with the space issues 141 of 270 on the southeastern tower, would make this concept the least desirable. As such, Alternative A has been deemed unfeasible at this time. i NORM � / s•s s o 6 Vf 01lU ERYiIWLOI:U -IIYF / •' �' WMAY fN1U l�N �SA4N INIi�iM=^L CEENIpI=y TO W ER• D ETAI L %. �sE.cmnnaael_-. -V / .Z yo�y� I� ,. FIUAiP TWTF %• ��V INCXOAC11.4NIN 0111011 E NOTAug1YF 0, wrtt HEWLIE � :GREENENt W11H FpOi OF511YCIL J _ -- S.W. 72nd STREET �� _ SSUNSET DRIVE) /— SouthMiami ; T; , CITY OF SOUTH N1IAM1- U.S.I PEDESTRIAN BRIDGE ALT. A Alternative B is located at the intersection of US-1 and SW 71't St. The northwestern landing of the proposed overpass would be located within Transit's Metrorail right-of-way adjacent to the north end of the South Miami Metrorail Station. The southeastern landing would be located with SW 71" ST right-of-way, requiring that the existing street be modified to only one east -bound 12' lane at the intersection with US-1, and converted to a one-way street to accommodate the bridge landing plaza. The SW 711 Street right-of-way is under the jurisdiction of the City of South Miami, so this modification would have to be approved by the City Commission, and a traffic study would have to completed and approved by MDC-DTPW traffic operations prior to implementation. The northwestern tower fits within the two horizontal constraints. It meets the 4' horizontal setback from the face of curb required by FDOT and meets the 5' separation from the Metrorail dripline. The remaining coordination challenge is with the Underline project that will be rolled out by Transit in the coming years. Please refer to the Agency coordination section for a complete discussion on this topic. Based upon the geometrical and coordination aspects of this location, it will be feasible to proceed with this Alternative. 142 of 270 NORTH / I• 'I '.'aR0pN30WPUN( _ 5 �� IA'uGil":: tAFRGN.II .Mi1—L / � // // GUIUN'AT DRIPIINE �°u3 I TOWER DETAIL 440 e,,4 < / l / 6- . \ r� �s racNl r� ,F ,ono ppoPos n aale:,= i >,\ioLANDING PL&EA eib . C`( PROP. azt,E P LPOIA FAR U4 CUR J� CUFW & CUTTER ENTE Cw f \ _ Y.'i 31EGI:EUFG. ELEVATOR ROOAL, RTPR ` '+�,' ,,• /1 _ '.W. pl" p10'- S.W. ]llh STREET STREE South Miami — - ` FOR ACCESS $W ]IM STREET FOR LL&.1 ACCE$$ CITY OF SOUTH MIAN11- U.S.1 PEDESTRIAN BRIDGE ALT. B Alternative C is located at the intersection of US-1 and SW 58" Avenue. The northwestern landing of the proposed overpass would be located within MDT's right-of-way adjacent to the north end of the South Miami Metrorail Station. The southeastern landing would be located within the existing right-of-way and would require elimination of one lane to accommodate the landing depending on the final tower and landing plaza arrangement. The SW 581h Street right-of-way is under the jurisdiction of the City of South Miami, so this modification would have to be approved by the City Commission, and a traffic study would have to completed and approved by MDC-DTPW traffic operations prior to implementation. The northwestern tower fits within the two horizontal constraints. It meets the 4' horizontal setback from the face of curb required by FDOT and meets the 5' separation from the Metrorail dripline. The remaining coordination challenge is with the Underline project that will be rolled out by Transit in the coming years. Please refer to the Agency coordination section for a complete discussion on this topic. On Alternative C1, the northwestern landing is moved to the east side of the 581h Avenue intersection, and the southeaster landing is moved to the FOOT right-of-way. This alternative has two challenges. The first is it would require elimination of the southbound right -turn lane that is on MDC-DTPW right-of-way, but FDOT built the turn lane under permit. The feasibility of it's removal has been confirmed by the County, however further coordination will be required with FDOT to finalize. The southeastern tower and plaza would encroach onto the Sunset Place property and would require acquisition or agreement with the Property Owner. Based upon the geometrical and coordination aspects of this location, it will be feasible to proceed with Alternative C, however Alternative C1 would require further coordination with the stakeholders. 143 of 270 CITY OF SOUTH MIAMI - U.S.I PEDESTRIAN BRIDGE ALT. C CITY OF SOUTH MIAMI - l,.S.l PEDESTRIAN BRIDGE ALT. Cl 144 of 270 3. AGENCY COORDINATION The two major agencies that we will be required to coordinate with are the right-of-way owners that are affected by the potential pedestrian bridge sites and they include: • Miami -Dade County Department of Transportation and Public Works (MDC-DTPW) Transit Division (Metrorail Property where northern tower will land) • FDOT District 6 (US1 Right-of-way for aerial crossing) Coordination with MDC-DTPW was initiated on September 6, 2019. The City's consultant team met with Irene Hegedus, Chief of Transportation Enhancements and the person leading the effort on the Underline Project along the DTPW Metrorail corridor. We planned to meet with Javier Bustamante, Chief of Right of Way, Utilities & Joint Development Division, but he could not attend the meeting last minute. The intent of the meeting was as follows: • Initiate coordination of our project with the Underline Project. The Underline project is currently in procurement for a design firm and will be in direct conflict with our project, so commencing coordination at this early stage would yield a more feasible and ultimately successful project for the City of South Miami. o Determine criteria for developing the best alternatives that will suit the City's needs and also be a cohesive part of the Underline. o Determine criteria for the design and geometrical constraints at our two alternative sites. o Receive initial feedback from the DTPW staff on the proposed alternative locations in terms of feasibility, constraints, "fatal flaws", and review/approval process going forward for use of their property. • The meeting began with a discussion of the project history going back to the late 90's and through today, as well as the development of the previous studies commissioned by MDT and FDOT of the Sunset Station bridge. • We presented our initial alternatives (B and C, see attached) to Irene. We discussed the Alternative A at Sunset Drive briefly and why it does not work. • We first reviewed alternative B (site located at SW 715t Street in front of Akashi) o Irene's first comment was that the Underline conceptual plan in the area of the proposed north tower in this concept is to develop a new 14' wide bicycle trail. We currently have 6'-6" between the tower and the Metrorail drip -line. We discussed the possibility of running the trail under the guideway in order to avoid our tower. Based on the survey it seems there is enough room between the tower and security wall at the station to accommodate, exact dimension will be verified. o Second comment was regarding access. Pedestrian would have to come from the existing east -west walkway on the east side of the station and have to walk backwards to the bridge and cross the bicycle trail. We discussed this item and determined that, while not ideal, it was feasible. • We then reviewed alternative C (site located at SW 70th Street intersection by Sunset place garage) o We discussed at length the existing pinch point at this location caused by the Fire Station parking lot that is currently using the Metrorail property. Irene mentioned that as part of the underline, they are determining if the lease with the Fire Station can be terminated/modified in order to provide room for their project. This is a preliminary idea they have, so at this time we do not know if this will occur. In order for the bridge to land 145 of 270 here and the Underline to be accommodated, the relocation of the Fire Station parking lot would have to occur. o We then turned the conversation to landing the bridge on the NE corner of SW 70" Street. Irene mentioned, that the existing FDOT south -bound right -turn lane is in fact in their property and that FDOT constructed that lane through permit. They have begun discussion with FDOT as part of their intersection studies to remove this turn lane. The removal of this turn lane will create a great opportunity to not only land the bridge in this area, but also create a reception plaza to the bridge that would be cohesive with the underline. She suggested combining their planned improvements to the 701h Street intersection with landing the bridge in this position would be her preferred choice for the most cohesive project. • Finally, we discussed their understanding of what FDOT is doing as part of the underline project as follows: o FDOT is currently studying 24 intersections along the Underline project in order to identify improvements that would be required to meet the intent and criteria of the Underline. o At the particular intersection at SW 70th Street, she mentioned FDOT is evaluating a major overhaul including possible elimination of the southbound right -turn late (as previously mentioned) and major bike/ped upgrades. o FDOT also has pedestrian counters installed there which can assist in our current study. • Next Steps: o Evaluate suggested modifications to Alternative C using the NE corner of the intersection (with elimination of the southbound right -turn). o Contact FDOT staff about ongoing studies and pedestrian counts. o Meet with FDOT staff in the coming week. Following our meeting with MDC-DTPW, the team went on to a coordination meeting with FDOT District 6 permit office on September 25, 2019. We met with several staff representing the Permits Office and the Design Office. Based upon our conversations, there were several planned projects along the corridor that we would need to coordination with including: • Lighting Project 440179-1(letting date of 2022) • RRR Project 443916-1(letting date of 2024) With respect to permitting, there were no fatal flaws identified by staff. The main points regarding design were horizontal clearance of the towers and vertical clearance of bridge crossing which will have to meet FDOT standards, as well as the coordination with ongoing projects. In addition, they mentioned that the bridge, once constructed, will require ongoing bridge inspection every 24 months. We requested information from their staff regarding the ongoing pedestrian studies, related to the Underlines, that MDC-DTPW mentioned to us in our coordination meeting with them. The staff present were not familiar with any planned project, but suggested we coordinate with the Planning office led by Ken Jeffries. On October 15, 2019, we contacted Ken Jeffries of the Planning Office regarding the intersection improvements and pedestrian studies referenced by MDC-DTPW as part of the underline. The Planning Office provided us with documents related to the SR 5/US 1/Dixie Hwy from SR 94/SW 88 St/Kendall Dr to SR 9/1-95 Corridor Planning Study (link below). 146 of 270 http://www.fdotm is midade.com/uslsouth.htm I This study included the impact expected as a result of the underline, but unfortunately did not include the pedestrian counts and data we anticipated. In February of 2020, the City Manager had a meeting with MDC-DTPW staff and Project Managers for the Underline including Irene Hegedus with whom the Design Team previously met. The discussion centered around the proposed concepts. As a result of that the Underline Manager's review of the concepts, the preferred alternative that best integrated with the plans of the Underline was Alternative B. 4. PEDESTRIAN COUNT SURVEY AND ANALYSIS The Project Team conducted a field visit or survey to record level of pedestrian/bicyclist activity as well as observe pedestrian/bicyclist behavior and movement patterns at the following locations. • SW 70th Street and South Dixie Highway (US-1) • SW 71st Street and South Dixie Highway (US-1) The purpose of this survey and collecting pedestrian counts was to inform the selection of the most beneficial location for pedestrian bridge. The graphic in Figure 1 shows pedestrian origins and destinations with one quarter mile of the South Miami Metrorail Station. Figure 1: Pedestrian Origins and Destinations within mile of South Miami Station 147 of 270 Pedestrian counts and observations were conducted a on typical weekday, Wednesday (11/20/19) from 7:30 am to 6:00 pm into 15-minute intervals. Pedestrian count data is included in Appendix C forthe entire day. Below is a brief summary of count data and field observations for daily, morning and evening commute as well as midday time periods. • Morning commute (7:30 am to 10:30 am) • Midday (11:30 am to 1:30 pm) • Evening commute (3:30 am to 6:00 pm) Overall, pedestrian traffic crossing South Dixie Highway (US-1) during the 9 % hour period was 347 pedestrians. Approximately 18% (or 62) pedestrians crossed midblock including some of them walked diagonally across the SW 70th Street and South Dixie Highway (US-1) intersection during this time period. Further, approximately 41% (or 162) pedestrians that crossed South Dixie Highway (US-1) also crossed SW 58th Avenue at South Dixie Highway (US-1). (see Figure 2) Figure 2: Pedestrian Counts at SW 71" Street and South Dixie Highway (US-1), Daily It was observed that South Dixie Highway (US-1) crossings generally increased with Metrorail arrivals and departures. In addition, during the 9 % hour observation period there were only it bicyclists recorded crossing South Dixie Highway (US-1) with the highest frequency occurring during the evening commute. During the morning commute time period from 7:30 am to 10:30 am,107pedestrians crossed South Dixie Highway (US-1). Approximately 38% of the pedestrian crossings occurred midblock or outside of the 148 of 270 designated crosswalk, which was significantly higher than at any other time of day. During the same time period, there was only one recorded midblock crossing at South Dixie Highway (US-1) and SW 71s' Street. Pedestrian activity at this time was primarily generated by the South Miami Station. During the midday from 11:30 am to 1:30 pm, the total pedestrian count at SW 715t Street and South Dixie Highway (US-1) was 66 pedestrians, which was noticeably less compared to morning and evening commutes. Only three pedestrian crossings occurred midblock. In addition, during this 2-hour time period only three pedestrians were recorded crossing midblock at South Dixie Highway (US-1) and SW 71St Street. At this time, pedestrian activity was generated by both the South Miami Station and the Shops at Sunset Place with 45% of pedestrians crossing South Dixie Highway (US-1) also crossing SW 581h Avenue. During the evening commute time period (3:30 pm to 6:30 pm), pedestrian activity increased to their highest levels, with 174 pedestrians crossing South Dixie Highway (US-1) with in the 2 %-hour window and less than 10% occurring away from the designated crosswalks. There was only one pedestrian recorded crossing midblock at South Dixie Highway (US-1) and SW 7151 Street and over 50% of all crossing were generated by the South Miami Station. Table 1 below provides a summary to pedestrians counts. Table 1: Pedestrian Counts at Proposed Pedestrian Bridge Locations Time Period South Dixie Highway (US-1) at SW 701h Street South Dixie Highway (US-1) at SW 581h Avenue South Dixie Highway (US-1) at SW 711 Street Daily (7:30 am to 6:00 pm) 374 162 5 Morning Commute (7:30 am to 10:30 am) 107 59 1 Midday (11:30 am to 1:30 pm) 66 30 1 4 Evening Commute (3:30 pm to 6:00 pm) 174 53 1 0 In addition, during the field visit, it was noted that given the long traffic signal cycle length combined with short pedestrian walk time leads pedestrians to look for gaps to cross the South Dixie Highway (US-1) outside the allocated walk time with on -coming traffic. Further, the broken fence around the South Miami Station encourages pedestrians to cross midblock as it provides the most direct path and shortest crossing distance across South Dixie Highway (US-1). Conclusion Following major conclusions can be derived from the field visit and pedestrian count data. • South Miami Station and land uses immediately east of South Dixie Highway (US-1) are key pedestrian activity generators in the study area. Pedestrian activity is higher during morning and evening commute time periods, 7:30 am to 10:30 am and 3:30 pm to 6:00 pm respectively compared to the rest of day. Approximately 18% (or 62) of the pedestrians cross South Dixie Highway (US-1) midblock away from South Dixie Highway (US-1) and SW 701h Street intersection as well as diagonally to finding the shortest and most direct path as well as overcome short pedestrian walk time combined with long traffic signal cycle length. • A small number of pedestrians cross South Dixie Highway (US-1) at SW 70th Street where no crosswalk exists. 149 of 270 Based on observations and pedestrian count data gathered during this field visit, it appears that a pedestrian bridge that captures pedestrian traffic between SW 70`h Street and SW 71" Street would capture a significant amount of pedestrian traffic, improve pedestrian safety, and also improve traffic flow once the at -grade pedestrian crosswalk traffic is remove from the intersection. S. CRASH DATA ANALYSIS, YEAR 2014-2019 The project team conducted a high level crash analysis using Signal Four Analytics's 2014-2019 crash data. The crash data analysis was focused on identifying bicycle and pedestrian crash locations as well as comparing average and actual crash rates for various segments. Table 2 presents a crash data summary. During the five-year period from 2014 to 2019, a total of 181 crashes occurred in the study area and included one bicycle crash and three crashes involving pedestrians. These crashes accounted for two percent of all crashes, respectively. The bicycle crash occurred in 2016 on the segment of US 1 between t -ie intersections of SW 71" Street and SW 70th Streetjust south of SW 701h Street. The bicyclist was injured after being struck by a motor vehicle. The pedestrian crashes occurred in 2016, 2017 and 2018 and included injuries. Two of the three pedestrian crashes occurred at the intersection of U51 and SW 701h Street. The third pedestrian crash occurred on US 1, just north of SW 70`h Street. Table 2: Crash Summary. 2014-2019 FCAM Injuries All qw!- Bicycle Pedestrians Bicycle Pedestrian Modes PM Intersection US 1 and SW 71" Street 0 0 0 0 0 US 1 and SW 701h Street 55 0 2 0 2 Midblock Sunset Drive to SW 71" 12 0 0 0 0 SW 71" Street to SW 70th 60 1 0 1 0 SW 70`h Street to SW 571h 54 0 1 0 1 Total 181 1 3 1 3 Source: Signal Four Analytics, November 2019 Figure 3 shows the general location of all of the bicycle and pedestrian crashes. Per the spatial distribution of the bicycle and pedestrian crashes, these crashes tend to be concentrated at or within the proximity of the intersection of US 1 and SW 70th Street. Bicycle and pedestrian activity is significant at this location given the land uses and transit connectivity with South Miami Metrorail Station located just west of US 1. ISO of 270 OLZ IO I S I 3AIHO 13SNRS c V1 3AV .,85 MS 1S ..Z1 MS 15 .,OL MS 3AV „15 MS 3AV .,15 AS pllil�il �, 9lgrrli13A0 =" � �_ 43t1M111tli�U--a-�- 3mir-1NOtn I �A001K s� �— 1O141N" AIm , tGlnt-1l31 � 3d1!<S,30t5 --�. NO 0rIM IlOISIliO� !0 H3N111IY1 3lwa3a+ w m Trir! • ]t7iN3103141rd 133rw 03111 O 3m" =1079 — 3131me —0-+- 31 L3wlOM —N— IMUIS303d —d— 3131N3A 9N" ---+ SIMAS 1f3WW All S3U1N3A 'JO MN t 111113/35 1N30I�)r !D 3dA1 11v130 1N30I33Y 6TOZ-VTOZ `Sa4Sea:) pad/aMS :£ aingrj 0.4 0.3 0.2 0.1 0 10 5 D] Crash Frequency along US 1/SR-5 (Intersections), 2014-2019 US-1/SW 70th Street US 1/SW 71st Street Average Crash Rate ■ Actual Crash Rate Crash Frequency along US-1/SR-5 (Midblock Sections), 2014- 2019 Sunset Drive to SW 71st SW 71st Street to SW 70th SW 70th Street to SW 57th Street Street Avenue Average Crash Rate ■ Actual Crash Rate Figure 4: Crash Frequency Analysis (All Modes), 2014-2019 As shown in the Figure 4, the actual crash rate' for the time period studied at the intersection of US 1 and SW 701h Street is higher than the average crash rate 2. Additionally, the actual crash rate for the segment from SW 711 Street to SW 701h Street is slightly less than the average crash rate. This analysis indicates a need for improvements to enhance the safety for all users; particularly for bicyclists and pedestrians near the intersection of US-1 and SW 701h Street. It should be noted that the average crash rate indicates crashes for similar type of facilities with similar land use characteristics. Based upon the findings of the crash study and pedestrian survey, it is evident that a sufficient case exists for the installation of a pedestrian bridge to provide for a safe crossing of the heavily trafficked USI Corridor to provide a critical link between mass transit and the City of South Miami downtown area. ' The frequency of crashes relative to the exposure of traffic on a roadway segment or intersection is called its crash rate. Actual crash rate is defined as the total number of crashes per million vehicle miles in any given year. A critical crash rate or threshold value is calculated for each site and compared to the observed or actual crash rate. Sites with an observed or actual crash rate greater than their critical crash rate are flagged for further investigation. 152 of 270 6. ESTIMATES OF PROBABLE PROJECT COST A preliminary estimate of probable project costs for the three alternative sites has been prepared, and contained in Table 3. Appendix B contains the complete breakdown of the cost estimates. Alternatives Total Probable Project Cost Alternative B $5,414,770 Alternative C $6,848,797 Alternative C1 $5,704,923 Table 3: Estimate of Probable Cost for Alternatives 7. DISCUSSION AND RECOMMENDATIONS The following summarizes the key issues investigated as part of this feasibility study. Right of Way The three alternative sites reviewed have the common restriction of a confined tower footprint on the northwestern landing of the proposed overpass due to the restricted ROW available on the west side of US- 1. However, Alternative A does not fit within the open space of the ROW and encroaches into the Metrorail envelope. Alternatives B and C do not require R-O-W acquisition, assuming that FDOT and MDC-DTPW will grant easements for the construction of the proposed facility at no cost to City of South Miami. Alternative A presents a limited available footprint for the proposed southeastern landing and the proposed tower will obstruct the existing historic building located at the north-east corner of the intersection. Further, the major constraints with the northwestern tower and cost of mitigating that conflict make this alternative unfeasible. Alternative B presents a limited available footprint for the proposed southeast landing; however, preliminary plan view layouts confirm that a functioning facility is feasible within the limited available right- of-way by converting 71St Street to a one-way and coordinating with Underline on the northwest landing. One of the main disadvantages with this alternative is that the southeast tower will block the view of the business properties immediately north which could negatively impact these businesses. Further, this alternative requires the reconfiguration of SW 71' St to one 12' lane at the intersection with US-1. This reconfiguration may cause possible impacts to the adjacent business, by limiting their access and available parking. However, the main advantage is that due to the low traffic experienced on this side street, the implementation of landing plaza may actually be a boon to the adjacent business at the expense of a minor traffic impact. Alternative C requires no additional right-of-way, but will require a reconfiguration of the 58th Avenue intersection to eliminate one lane of the existing three lanes of vehicular traffic. This alternative allows for a more functional and favorable location to reduce congestion at the intersection of US-1 and SW 715E St and will preclude any adverse impact to the adjacent businesses. 153 of 270 Alternative C1 will require reconfiguration of the south -westbound leg of the 581h Avenue intersection as well as acquisition or agreement with the Sunset Place Property owner. Existing Utilities P. Preliminary review of available utility information for the areas under study was conducted. The conclusion of the study is that for alternatives B and C no major relocations will be required. Under all alternatives, the lighting circuits for the street lights along US1 will required relocation or undergrounding for installation of the overpass, however this is a minor coordination issue. On Alternative B, drainage structures and water valves will require adjustment or relocation and have been accounted for in the estimate. One light pole along US3 will require relocation. For Alternative C, similarly drainage structures, existing manholes, and water valves will require adjustment. An underground power duct bank is near the proposed southeastern tower, therefore further coordination with FPL will be required to determine the feasibility of relocation. For Alternatives C and C1, overpass vertical clearance will have to go above the FDOT standard to clear the existing traffic signals to not inhibit visibility. Relocation of the signals will be required in either alternative. I n summary, there are no critical utility issues that may cause a fatal flaw in any of the planned alternatives. Environmental Concerns A preliminary review of regulatory data bases was conducted. No apparent environmental concerns were found for Alternative A; however, due to historic land uses a Phase I Environmental Site Assessment is recommended to verify that no environmental concerns are present. In the case of Alternatives B & C, documented contamination has been recorded within the Mario's Dry Cleaners Site, which is located along SW 711 Street between US1 and SW 58`h Avenue. Upon investigation, it is documented that MDC-DERM has been performing groundwater monitoring of this site, and their published findings show no contamination beyond the site limits. Based on this preliminary information, it is recommended to perform a Phase I Environmental Site Assessment to verify that environmental concerns are not present. Recommendations Based on this preliminary study, it is our opinion that Alternative B, C, and C1 are all feasible. However, based primarily upon the findings of the pedestrian study, the consideration of project cost, and the critical coordination with MDC-DTPW's Underline projects, it is our recommendation to move forward with Alternative B as the preferred alternative. 154 of 270 APPENDIX A 155 of 270 d '11V 39QIM9 NVIMISIQ]d I 'Sz1I5F- IINVIIN Hi lOS AO AID n LAI71NVSV3Ll 3O All:) 3H1 m , _ ivaelIN nos (3AIN4 puZ ,M,S 133tIS /�9101111SIO lO0d H11M 1N3W33UOV _ ,,�`\ 32d111O32311IM'03MO11V ION / r' e` MRJ 1001 O1NI 1N3WHOVONON3 / ('d),l) SWOOH'0313/H03W /M 83M01?lO1VA313'cONd 11d13a a3M01 M/H 100d 990J 30 3JV3 WON3 3NI1-d1210 AVMOIIIO lIV?JO813W Md10-OW M/a 1001 a' ' IIIIII �� J� r41t �0 r 103JV1 161011137 �1 S l � •cv �O / 116I30 N3MO1335 / >- 3ONVHV310 1VINOZIHOH 'NIW S i� 3NI1-dMO 11VH0813W 01NI iN HOVOHON3 l i f i ' / , RWON .E A "Or. cc LLI yo r w w ry c� g �a mZ OZ a (Ifg a LL O ai D of O LL iV J _ ¢ w 0 Z [aLLI \r1�N �S ran \\ w , JQ a¢ oo �< i v \ o� a \ i 0a O w /' /I'a� "\ d U O wzo wa V \ I v LL �w �m OM o U W US Z Q \ \ J w" 3 \ n w J aw �z aw Cz oz cr cn •, CD \ \ og00% \, \ ]! m oo . o o;moa�. \ \ o \_ \♦ T ♦` \ \ `S 00u A A r \ \ v� ON nx° ¢ i o i� y m o ''\ \70th / \ STRT yoo`♦ \ / / ZQ `♦ `, / / Mn 3 dQ \•• / / m o \`♦ / / m N ! \• 1 / T L. o D r / o -- n m- m� Cl) Z EXIST. SIDEWALK f / / / mm / / D 0 _ U / / Z n mm / / n ,gF N m . 58th o / �__ / r I z — /�NEWShDEWALK Li , I m P ^ O � ` p O i0 9iP ! < o o i i o zo,\ m m `, NORTH/ UD / ~f SEE TOWER DETAIL PROPOSED ELEVATOR TOWER WfMECH/ELEC. ROOMS (TYP.) / \ / / ` .:• 19 FACE OF CURB NEW CONC. RFFTrh / % • O,y^}J�, Y FACE OF CURB s . x �P 1• ELEV. 1 1 IIUP -NEW CONC.- 12'-4"—I-15'-5" I PAVEMENT) FDOT� RIGHT OF WAY LINE I', %' NEW CONC. South Miami �: TOWER DETAIL —PROPOSED ELEVATOR TOWER W/ MECH/ELEC. ROOMS (TYP.) IJ f tl1 UI PLEASANT LIVING CITY OF SOUTH MIAMI - U.S. l PEDESTRIAN BRIDGE ALT. C I I S9 of 270 160 of 270