Res No 027-21-15647RESOLUTION NO.: 027-21-15647
A Resolution authorizing the City Manager to execute a professional service work order
to Stantec Consulting Services Inc., to design a new sidewalk along the South East Side
of Manor lane.
WHEREAS, the City wishes to design and develop construction plans for a new sidewalk along the
South East Side of Manor Lane from 6340 Manor Lane to the intersection of SW 79th Street and SW 66th
Avenue, and along SW 66th Avenue from SW 79th Street to SW 80th Street; and
and
WHEREAS, this project will provide pedestrian connectivity for the Manor Lane Neighborhood;
WHEREAS, a pedestrian feasibility study was completed in September 2019; and
WHEREAS, Stantec Consulting Services Inc., is one of four firms selected by Resolution No. 060-
17-14861, to provide professional service agreement for engineering services on as needed basis in
accordance with Florida Statute 287.055, "Consultants Competitive Negotiation Act"; and
WHEREAS, Stantec Consulting Services Inc., submitted a revised proposal for professional
engineering services; and
WHEREAS, the scope of services, staff allocation and man-hours were negotiated; and
WHEREAS, the amount of $19,960 was found to be comprehensive and cost effective in its design
approach; and
WHEREAS, the Mayor and City Commission desire to authorize the City Manager to execute a
professional service work order with Stantec Consulting Services Inc., to design a new sidewalk along the
South East Side of Manor Lane from 6340 Manor Lane to the intersection of SW 79th Street and SW 66th
Avenue, and along SW 66th Avenue from SW 79th Street to SW 80th Street, for a total amount not to
exceed $19,960.
WHEREAS, the expenditure shall be charged to the to the People's Transportation Tax Fund
Account number 124-1730-541-6490 which has a balance of $396,791.50 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 hereby authorized to execute a professional service work order
with Stantec Consulting Services Inc., to design a new sidewalk along the South East Side of Manor Lane
from 6340 Manor Lane to the intersection of SW 79th Street and SW 66th Avenue, and along SW 66th
Avenue from SW 79th Street to SW 80th Street, for a total amount not to exceed $19,960. The
Page 1 of 2
Res. No. 027-21-15647
expenditure is to be charged to the to the People's Transportation Tax Fund Account number 124-1730-
541-6490 which has a balance of $396,791.50 before this request was made.
Section 3. Corrections. Conforming language or technical scrivener -type corrections may be
made by the City Attorney for any conforming amendments to be incorporated into the final resolution
for signature.
Section 4: Severability. If any section, clause, sentence, or phrase of this resolution is for any
reason held invalid or unconstitutional by a court of competent jurisdiction, the holding 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 2ntl day of March. 2021.
ATTEST: APPROV
� ` ,
CITY CL RK 1 MAYOR
ID
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND EXECUTION
THERF
CI ATTORNEY
COMMISSION VOTE:
3-1
Mayor Philips:
Yea
Commissioner Harris:
Yea
Commissioner Liebman:
Nay
Commissioner Gil:
Yea
Page 2 of 2
Agenda Item No:9.
City Commission Agenda Item Report
Meeting Date: March 2, 2021
Submitted by: Aurelio Carmenates
Submitting Department: Public Works & Engineering
Rem Type: Resolution
Agenda Section:
Subject:
A Resolution authorizing the City Manager to execute a professional service work order to Stantec Consulting
Services Inc., to design a new sidewalk along the South East Side of Manor Lane. 3/5 (Commissioner Gil)
Suggested Action:
Attachments:
Me mo_Design_Se rv_Stantec_Swl k_Man or_Ln_SS_2-23-2021_FI NAL. docx
Reso_Design_Se rv_Sta me c_Swl k_Man or_Ln_SS_2-23-2021_FI N ALCArev.docx
Stantec Professional Service Agreement.pdf
South Miami Manor Lane02232021.pdf
Southkiami
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: March 2, 2021
SUBJECT: A Resolution authorizing the City Manager to execute a professional service work order
to Stantec Consulting Services Inc., to design a new sidewalk along the South East Side
of Manor Lane.
BACKGROUND: The residents of the Manor Lane neighborhood have requested pedestrian connectivity
by installing a new sidewalk along Manor Lane. A Pedestrian Feasibility Study was
completed in September 2019 and with that study the City recommends proceeding
with the new sidewalk along the South East Side of Manor Lane. Stantec Consulting
Services Inc. will design and develop plans to construct a new sidewalk along Manor
Lane from 6340 Manor Lane to the intersection of SW 79th Street and SW 66th Avenue,
and along SW 66th Avenue from SW 79th Street to SW 80th Street. The scope of work
will consist of obtaining a topographical survey of the project area, preparing a
complete set of plans and other needed services.
Stantec Consulting Services Inc., is one of four firms selected by Resolution No. 060-17-
14861, to provide professional service agreement forengineering services on as needed
basis in accordance with Florida Statute 287.055, "Consultants Competitive Negotiation
Act."
AMOUNT: Amount not to exceed $19,960. Please refer to the consultant contract and fee
schedule.
FUND & ACCOUNT: The expenditure shall be charged $19,960 to the to the People's Transportation Tax
Fund Account number 124-1730-541-6490 which has a balance of $396,791.50 before
this request was made.
ATTACHMENTS: Resolution
Resolution #060-17-14861
Professional Service Agreement
Stantec Consulting Services Inc., proposal dated February 23, 2021
6tuollficotion Statement - Part 2 - Standord Forms
EXHIBIT I6
PROFESSIONAL SERVICE AGREEMIENT
"Professional General Engineering and Architectural Services"
RFQ #PW2016-22
THIS AGREEMENT made and entered into this �1 s{ day of , 20_kj_ by and
between the City of South Miami, a municipal corporation (hereinafter referred to as
Owner or CITY) by and through its City Manager (hereinafter referred to as CITY or
City Manager) and _ 5-1-% ►,%C who is authorized to do
business in the State of Florida, (hereinafter referred to as the "CONSULTANT"). In
consideration of the premises and the mutual covenants contained in this AGREEMENT,
the parties agree to the following terms and conditions:
1.0 General Provisions
1.1 A Notice to Proceed will be issued by the City Manager, or his designee, following
the signing of this AGREEMENT. This AGREEMENT does not confer on the
CONSULTANT any exclusive rights to perform work on behalf of the Owner
other than the work described in one or more Notice to Proceed (hereinafter
referred to as the "WORK"), nor does it obligate the Owner in any manner to
guarantee work for the CONSULTANT.
1.2 The CITY agrees that it will furnish to the CONSULTANT available data and
documents in the CITY possession pertaining to the WORK to be performed
under this AGREEMENT promptly after the issuance of the Notice to Proceed
and upon written request of the CONSULTANT.
2.0 Scope of Services. The CONSULTANT shall perform the work as set forth in the Scope
Of Services as described in the Notice to Proceed.
3.0 Time for Com letion
3.1 The services to be rendered by the CONSULTANT for any WORK shall be
commenced upon receipt of a written Notice to Proceed from the CITY
subsequent to the execution of this AGREEMENT and shall be completed within
the time set forth in the Notice to Proceed or other document signed by the
City Manager, or designee.
3.2 A reasonable extension of time will be granted in the event there is a delay on
the part of the CITY in fulfilling its part of the AGREEMENT, change of scope of
work or should any other events beyond the control of the CONSULTANT
render performance of his duties impossible.
4.0 Basis of Compensation: The fees for services of the CONSULTANT shall be
determined by one of the following methods or a combination thereof, as mutually
agreed upon by the CITY and the CONSULTANT.
4.1 A fixed sum: The fee for a task or a scope of work may be a fixed sum as
mutually agreed upon by the CITY and the CONSULTANT and if such an
agreement is reached, it shall be in writing, signed by the CONSULTANT and
the City Manager and attached hereto as ATTACHMENT A:
4.2 Hourly rate fee: If there is no fixed sum or if additional work is requested
without an agreement as to a fixed sum, the CITY agrees to pay, and the
CONSULTANT agrees to accept, for the services rendered pursuant to this
AGREEMENT, fees in accordance with the hourly rates that shall include all
Page S 1 of 66
St:'ret�e City of South Miami - RFQ #PW2016.22
Professioncd General Engineering and Architectural Services I 1 t 4
5
Quaffile tton Statement - Part 2 - Standard Forms
wages, benefits, overhead and profit and that shall be in writing, signed by the
CONSULTANT and the City Manager and attached hereto as
ATTACHNIENT A.
5.0 Payment and Partial Pavm, ments. The CITY will make monthly payments or partial
payments to the CONSULTANT for all authorized WORK performed during the
previous calendar month as set forth in the schedule of payment as set forth in
ATTACHMENT A or, if no schedule of payment exhibit is attached to this
AGREEMENT then payment will be made 30 days following the receipt of
CONSULTANT's invoice as the work progresses but only for the work actually
performed and approved In writing by the City Manager.
6.0 Right of Decisions. All services shall be performed by the CONSULTANT to the
satisfaction of the CITY's representative, who shall decide all questions, difficulties and
disputes of whatever nature which may arise under or by reason of this AGREEMENT,
the prosecution and fulfillment of the services, and the character, quality, amount and
value. The representative's decisions upon all claims, questions, and disputes shall be
final, conclusive and binding upon the parties unless such determination is clearly
arbitrary or unreasonable. In the event that the CONSULTANT does not concur in the
judgment of the representative as to any decisions made by him, CONSULTANT shall
present his written objections to the City Manager and shall abide by the decision of the
City Manager.
7.0.Ownershi12 of Documents. All reports and reproducible plans, and other data
developed by the CONSULTANT for the purpose of this AGREEMENT shall become
the property of the CITY without restriction or limitation.
8.0 Audit Rights. The CITY reserves the right to audit the records of the CONSULTANT
related to this AGREEMENT at any time during the execution of the WORK and for a
period of one year after final payment is made. This provision is applicable only to
projects that are on a time and cost basis.
9.0 Truth in Negotiations: If the contract amount exceeds the threshold amount provided
in s. 287.017 for category four, the CONSULTANT shall execute a truth -in -negotiation
certificate stating that wage rates and other factual unit costs supporting the
compensation are accurate, complete, and current at the time of contracting. In such
event, the original contract price and any additions thereto shall be adjusted to exclude
any significant sums by which the City determines the contract price was increased due
to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All
such contract adjustments must be made within one year following the end of the
contract.
10.0 Subletting, The CONSULTANT shall not assign or transfer its rights under this
AGREEMENT without the express written consent of the CITY. The CITY will not
unreasonably withhold and/or delay its consent to the assignment of the
CONSULTANT's rights. The CITY may, in its sole discretion, allow the
CONSULTANT to assign its duties, obligations and responsibilities provided the
assignee meets all of the CITY's requirements to the CITY's sole satisfaction. The
CONSULTANT shall not subcontract this AGREEMENT or any of the services to be
provided by it without prior written consent of the CITY. Any assignment or
subcontracting in violation hereof shall be void and unenforceable
11.0 Unauthorized Aliens: The employment of unauthorized aliens by the CONSULTANT is
considered a violation of Federal Law. If the CONSULTANT knowingly employs
unauthorized aliens, such violation shall be cause for unilateral cancellation of this
AGREEMENT. This applies to any sub-CONSULTANTs used by the CONSULTANT as
well. The CITY reserves the right at its discretion, but does not assume the obligation,
Page S2 of 66
emir.
City of south Miami - UQ #PWMI1 22 1115
Professional General Engineering and Architectural Services
6
Qualilcotion Statement - Pcat 2 - Standard Forms
to require proof of valid citizenship or, in the alternative, proof of a valid green card for
each person employed in the performance of work or providing the goods and/or
services for or on behalf of the CITY including persons employed by any independent
contractor. By reserving this right, the CITY does not assume any obligation or
responsibility to enforce or ensure compliance with the applicable laws and/or
regulations.
12.0 Warm=. The CONSULTANT warrants that it has not employed or retained any
company or person, other than a bona fide employee working solely for the
CONSULTANT, to solicit or secure this contract and that he has not paid or agreed to
pay any company or person other than a bona fide employee working solely for the
CONSULTANT any fee, commission, percentage fee, gifts or any other considerations
contingent upon or resulting from the award or making of this contract. For breach or
violation of this warranty, the CITY shall have the right to annul this contract without
liability.
13.0 Termination. It is expressly understood and agreed that the CITY may terminate this
AGREEEMENT for any reason or no reason and without penalty by either declining to
issue Notice to Proceed authorizing WORK, or, if a Notice to Proceed is issued, CITY
may terminate this AGREEMENT by written notice to CONSULTANT, and in either
event the CITY's sole obligation to the CONSULTANT shall be payment for the work
previously authorized and performed in accordance with the provisions of this
AGREEMENT. Payment shall be determined on the basis of the work performed by the
CONSULTANT up to the time of termination. Upon termination, the CITY shall be
entitled to a refund of any monies paid for any period of time for which no work was
performed.
14.0 Term. This AGREEMENT shall remain in force until the end of the term, which includes
all authorized renewals, or unless otherwise terminated by the CITY. The term of this
agreement is three (3) years from the issuance of the Notice to Proceed and one two-
year option -to renew. The option to renew is at the discretion of the City Manager.
The CITY may terminate the contract without cause following 30 days advanced notice
to the CONSULTANT. However, in no event shall the term exceed five (5) years
following the issuance of the Notice to Proceed.
15.0 Default. In the event either party fails to comply with the provisions of this
AGREEMENT, the aggrieved party may declare the other party in default and notify
the defaulting party in writing. If CITY is in default, the CONSULTANT will only be
compensated for any completed professional services and CONSULTANT shall not
be entitled to any consequential or delay damages. In the event that partial payment
has been made for such professional services not completed, the CONSULTANT
shall return such sums to the CITY within ten (10) days after notice that said sums
are due. In the event of any litigation between the parties arising out of or relating in
any way to this AGREEMENT or a breach thereof,*each party shall bear its own costs
and legal fees.
16.0 Insurance and Indemnification. The CONSULTANT agrees to comply with CITY's
Insurance and Indemnification requirements that are set forth in ATTACHMENT B to
this AGREEMENT.
17.0 Agreement Not Exclusive. Nothing in this AGREEMENT shall prevent the CITY from
employing other CONSULTANTS to perform the same or similar services.
18.0 Codes. Ordinances and Laws. The CONSULTANT agrees to abide and be governed by
all duly promulgated and published municipal, county, state and federal codes,
ordinances, rules, regulations and laws which have a direct bearing on the WORK
involved on this project. The CONSULTANT is required to complete and sign all
affidavits, including Public Entity Crimes Affidavit form (attached) pursuant to FS
287.133(3) (a), as required by the CITY's solicitation, if any, applicable to this
Page 53 of 66
sfvrlt��
City of South Miami - RFQ OPw201b-22
Professional General Engineering and Architecturd Services >
VA-
Quaff icatfon Statement - Part 2 - Standard Forms
AGREEMENT.
9.0 Taxes. CONSULTANT shall be responsible for payment of all federal, state, and/or
local taxes related to the Work, inclusive of sales tax if applicable.
20.0 Drug Free Workplace. CONSULTANT shall comply with CITY's Drug Free Workplace
policy which is made a part of this AGREEMENT by reference.
21.0 Independent Contractor. CONSULTANT is an independent entity under this
AGREEMENT and nothing contained herein shall be construed to create a partnership,
joint venture, or agency relationship between the parties.
22.0 Duties and Responsibilities. CONSULTANT agrees to provide its services during the
term of this AGREEMENT in accordance with all applicable laws, rules, regulations, and
health and safety standards of the federal, state, and CITY, which may be applicable to
the service being provided.
23.0 Licenses and Certifications. CONSULTANT shall secure all necessary business and
professional licenses at its sole expense prior to executing the AGREEMENT.
24.0 Entire Agreement, Modification. and Binding Effect: This AGREEMENT constitutes the
entire agreement of the parties, incorporates all the understandings of the parties and
supersedes any prior agreements, understandings, representation or negotiation, written
or oral. This AGREEMENT may not be modified or amended except in writing, signed
by both parties hereto. This AGREEMENT shall be binding upon and inure to the benefit
of the City of South Miami and CONSULTANT and to their respective heirs, successors
and assigns. No modification or amendment of any terms or provisions of this
AGREEMENT shall be valid or binding unless it complies with this paragraph. This
AGREEMENT, in general, and this paragraph, in particular, shall not be modified or
amended by acts or omissions of the parties. If this AGREEMENT was approved by
written resolution of the City Commission, or if such approval is required by ordinance
or the City Charter, no amendment to this AGREEMENT shall be valid unless approved
by written resolution of the City Commission.
25.0 Jury Trial, CITY and CONSULTANT knowingly, irrevocably voluntarily and
intentionally waive any right either may have to a trial by jury in State or Federal Court
proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of
this AGREEMENT or the performance of the Work thereunder.
26.0 Validity of Executed Copies. This AGREEMENT may be executed in several
counterparts, each of which shall be construed as an original.
27.0 Rules of Interpretation: Throughout this AGREEMENT the pronouns that are used may
be substituted for male, female or neuter, whenever applicable and the singular words
substituted for plural and plural words substituted for singular wherever applicable.
28.0 Severability. If any term or provision of this AGREEMENT or the application thereof to
any person or circumstance shall, to any extent, be invalid or unenforceable, the
remainder of this AGREEMENT, or the application of such term or provision to persons
or circumstances other than those to which it is held invalid or unenforceable, shall not
be affected thereby and each and every other term and provision of this AGREEMENT
shall be valid and enforceable to the fullest extent permitted by law.
29.0 Cumulative Remedies: The duties and obligations imposed by the contract documents,
If any, and the rights and remedies available hereunder, and, in particular but without
limitation, the warranties, guarantees and obligations imposed upon CONSULTANT by
the Contract Documents, if any, and this AGREEMENT and the rights and remedies
available to the CITY hereunder, shall be in addition to, and shall not be construed in
any way as a limitation of, any rights and remedies available at law or in equity, by special
guarantee or by other provisions of the Contract Documents, if any, or this
AGREEMENT. In order to entitle any party to exercise any remedy reserved to it in this
Page 54 of gg
#. -afaC
City of South Mlorni - RFQ 0PW2016-22
Professional General &4neering and Architectural Services 117
8
Quo1ificoiion Stotement - Port 2 - Stondord Forms
AGREEMENT, or existing in law or in equity, it shall not be necessary to give notice,
other than such notice as maybe herein expressly required. No remedy conferred upon
or reserved to any party hereto, or existing at law or in equity, shall be exclusive of any
other available remedy or remedies, but each and every such remedy shall be cumulative
and shall be in addition to every other remedy given under this AGREEMENT or
hereafter existing at law or in equity. No delay or omission to exercise any right or
power accruing upon any default shall impair any such right or power or shall be
construed to be a waiver thereof, but any such right and power may be exercised from
time to time as often as may be deemed expedient
30.0 Non -Waiver. CITY and CONSULTANT agree that no failure to exercise and no delay
in exercising any right, power or privilege under this AGREEMENT on the part of either
party shall operate as a waiver of any right, power, or privilege under this AGREEMENT.
No waiver of this AGREEMENT, in whole or part, including the provisions of this
paragraph, may be implied by any act or omission and will only be valid and enforceable
if in writing and duly executed by each of the parties to this AGREEMENT. Any waiver
of any term, condition or provision of this AGREEMENT will not constitute a waiver of
any other term, condition or provision hereof, nor will a waiver of any breach of any
term, condition or provision constitute a waiver of any subsequent or succeeding
breach. The failure to enforce this AGREEMENT as to any particular breach or default
shall not act as a waiver of any subsequent breach or default.
31.0 No Discrimination and Equal Employment: No action shall be taken by the
CONSULTANT, nor will it permit any acts or omissions which result in discrimination
against any person, including employee or applicant for employment on the basis of race,
creed, color, ethnicity, national origin, religion, age, sex, familial status, marital status,
ethnicity, sexual orientation or physical or mental disability as proscribed by law and
that it will take affirmative action to ensure that such discrimination does not take place.
The CONSULTANT shall comply with the Americans with Disabilities Act and it will
take affirmative action to ensure that such discrimination does not take place. The City
of South Miami's hiring practices strive to comply with -all applicable federal regulations
regarding employment eligibility and employment practices in general. Thus, all
individuals and entities seeking to do work for the CITY are expected to comply with all
applicable laws, governmental requirements and regulations, including the regulations of
the United States Department of Justice pertaining to employment eligibility and
employment practices. By signing this AGREEMENT, the CONSULTANT hereby
certifies under penalty of perjury, to the CITY, that CONSULTANT is in compliance
with all applicable regulations and laws governing employment practices.
32.0 Governing Laws. This AGREEMENT and the performance of services hereunder will be
governed by the laws of the State of Florida, with exclusive venue for the resolution of
any dispute being a court of competent jurisdiction in Miami -Dade County, Florida.
33.0 Effective Date. This AGREEMENT shall not become effective and binding until it has
been executed by both parties hereto, and approved by the City Commission if such
approval is required by City's Charter, and the effective date shall be the date of its
execution by the last party so executing it or if City Commission approval is required
by the City's Charter, then the date of approval by City Commission, whichever is
later.
34.0 Third Party Beneficiary. It is specifically understood and agreed that no other
person or entity shall be a third -party beneficiary hereunder, and that none of
provisions of this AGREEMENT shall be for the benefit of or be enforceable by
Page SS of 66
City of Souih Miami - RFQ OPW2016-22
Professional General Engineering and Archifecturaf Services 1118
9
Quatlticotton Statement - Part 2 - Standard Forces
anyone other than the parties hereto, and that only the parties hereto shall have
any rights hereunder.
35.0 Further Assurances. The parties hereto agree to execute any and all other and further
documents as might be reasonably necessary In order to ratify, confirm, and effectuate
the intent and purposes of this AGREEMENT.
36.0 Time of Essence. Time is of the essence of this AGREEMENT.
37.0 Interpretation. This AGREEMENT shall not be construed more strongly against either
party hereto, regardless of who was more responsible for its preparation.
38.0 Force Majeure. Neither party hereto shall be in default of its failure to perform its
obligations under this AGREEMENT if caused by acts of God, civil commotion, strikes,
labor disputes, or governmental demands or requirements that could not be reasonably
anticipated and the effects avoided or mitigated. Each party shall notify the other of any
such occurrence.
39.0 Subcontracting If allowed by this AGREEMENT, the CONSULTANT shall be as fully
responsible to the CITY for the acts and omissions of its subcontractors/subconsultants
as it is for the acts and omissions of people directly employed by it. All
subcontractors/subconsultants and their agreements, if allowed by this AGREEMENT,
must be approved by the CITY. The CONSULTANT shall require each subcontractor,
who is approved by the CITY, to agree in the subcontract to observe and be bound by
all obligations and conditions of this AGREEMENT to which CONSULTANT is bound.
40.0 Public Records: CONSULTANT and all of its subcontractors are required to comply
with the public records law (s.119.0701) while providing goods and/or services- on behalf
of the CITY and the CONSULTANT, under such conditions, shall incorporate this
paragraph in all of its subcontracts for this Project Under such condition,
CONSULTANT and its subcontractors are specifically required to: (a) Keep and
maintain public records required by the public agency to perform the service; (b) Upon
request from the public agency's custodian of public records, provide the public agency
with a copy of the requested records or allow the records to be inspected or copied
within a reasonable time at a cost that does not exceed the cost provided in this
chapter or as otherwise provided by law; (c) Ensure that public .records that are
exempt or confidential and exempt from public records disclosure requirements are not
disclosed except as authorized by law for the duration of the contract term and
following completion of the contract if the contractor does not transfer the records to
the public agency; and (d) Upon completion of the contract, transfer, at no cost, to the
public agency all public records in possession of the contractor or keep and maintain
public records required by the public agency to perform the service. If the contractor
transfers all public records to the public agency upon completion of the contract, the
contractor shall destroy any duplicate public records that are exempt or confidential
and exempt from public records disclosure requirements. If the contractor keeps and
maintains public records upon completion of the contract, the contractor shall meet all
applicable requirements for retaining public records. All records stored electronically
must be provided to the public agency, upon request from the public agency's custodian
of public records, in a format that is compatible with the information technology
systems of the public agency.
IF THE CONTRACTOR HAS QUESTOONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO
THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS
AT 305-663-6340; E-mail: mmenendez@southmiamiii.gov; 6130 Sunset
Drive, South Miami, FL 33143.
41.0 Notices. Whenever notice shall be required or permitted herein, it shall be
Page 56 of 66
City of South Miami - RFQ OPW201&22
Professionot General &vheedna artd Architectural Services
10
Qualification Statement - Part 2 - Standard Forms
delivered by hand delivery, e-mail (or similar electronic transmission), facsimile
transmission or certified mail, with return receipt requested and shall be deemed
delivered on the date shown on the e-mail or delivery confirmation for any
facsimile transmission or, if by certified mail, the date on the return receipt or the
date shown as the date same was refused or unclaimed. If hand delivered to the
CITY, a copy must be stamped with the official City receipt stamp showing the
date of deliver; otherwise the document shall not be considered to have been
delivered. Notices shall be delivered to the following individuals or entities at the
addresses (including e-mail) or facsimile transmission numbers set forth below:
To CITY: City Manager,
6130 Sunset Dr.
South Miami, FL 33143
Tel: (305) 668-2510
Fax: (305) 663-6345
E-mail: slexander@southmiamifl.gov
With copies to: City Attorney
6130 Sunset Dr.
South Miami, FL 33143
Tel: (305) 667-2564
Fax: (305) 341-0584
E-mail: tpepe@southmiamifl.Qov
To CONSULTANT:
42.0 Corporate Authority: The CONSULTANT and its representative who signs this
AGREEMENT hereby certifies under penalty of perjury that the CONSULTANT and its
representative have, and have exercised, the required corporate power and that they
have complied with all applicable legal requirements necessary to adopt, execute and
deliver this AGREEMENT and to assume the responsibilities and obligations created
hereunder; and that this AGREEMENT is duly executed and delivered by an authorized
corporate officer, in accordance with such officer's powers to bind the CONSULTANT
hereunder, and constitutes a valid and binding obligation enforceable in accordance with
its terms, conditions and provisions.
IN WITNESS WHEREOF, this AGREEMENT was signed on or before the
date first above written subject to the terms and conditions set forth herein.
ATT D:
Mari M. Menendez, `C—KC
City Clerk
c
C ULke�_.
ByR P, Vice President
Stantec Consulting Services Inc.
(Print Name gbh
City of South Miami
By:
even Alexander
City Manager
Page S7 of 66
City of South Miorrd - RFQ 0PW2dl6-22
Professional General Engineering and Architectural Services 120
11
Read and Approved as to Form, Language,
Legality and Execution thereof:
By:
Thomas F. Pepe, Esq.
City Attorney
Page 58 of 66
5 ttntoc
Qualiffcallon Statement - Not 2 - Standard Forms
Gilt' of South Mion i - RFO : PW201a-22 i
ProfoWonol General Engineering and Arcluleclural Services 1121
HKA
South Miami
rC1C"GF MAUM tVAM
ADDENDUM TO PROFESSIONAL SERVICE AGREEMENT
"Proonal General Engineering and Architectural Services"
RFQ #PW2016-22
The City and CONSULTANT agree that a separate rotational list will be dedicated for work
performed under a continuing professional service contract, as specified In the Scope of
Services, for "Certified Arbodsts Services," and a separate rotational list will be established for
all CCNA professional services. "Certified Arborists Services" Is defined as:
o Ceat64ied Arborlst Services:
Consultant may be called upon to review all tree removal permit applications that are
submitted to ensure compliance with the regulations outlined In Section 20-4.5.1 of the
City's Land Development Code. The review Includes the Initial site Inspection followed
up by the determination of mitigation and a final inspection. When needed, assist City
Departments with other Issues related to the maintenance, preservation, and protection
of trees on both private and public property.
The rotational list for 'Certified Arborlsts Services" will rotate every three (3) months among
the CONSULTANTS. The City intends to retain a maximum of four (4) qualified firms under four
(4) separate but similar Professional Services Agreements.
City of South M
By:
c
Steven Alexander, aw Manager
Mao 0hr0WL*' V. P.
(Name of Signatory)
Read and Approved as to Form, Language,
Legality and Execution thereof:
By.
Thomas F. Pepe, City Attomey
13
ATTACHMEN 'Q' A
,"COMPENSATION"
PROFESSBONAL SERVICE AG BNENT
"Pnftukmw � E41 Ig 8W ARC@IiM �19 Sa�avi¢�a"
am oa6.2
Rip 59 of 86
Thomas P. P"s
IW12=16
110
14
Professional General Engineering & Architectural Services RFQ NPW2016-22
Wage Rates Summary
Job Classification
City of South Miami
Benchmark Hourly Rate
Principal
$180.00
Sr. Project Manager
$170.00
Project Manager
$160.00
Senior Engineer
$145.00
Senior Planner
$125.00
Planner
$85.00
Senior Traffic Engineer
$125.00
Traffic Engineer
$85.00
Senior Designer/Engineer
$90.00
Designer
$80.00
Engineering Intern
$95.00
Senior CADD Technician
$100.00
CADD Technician
$65.00
GIS Technician
$80.00
Senior Construction Inspector
$90.00
Construction Inspector
$75.00
Senior Landscape Architect
$125.00
Landscape Architect
$115.00
Landscape Architect Intern
$70.00
Arborist
$75.00
Utility Coordinator
$90.00
Surveyor / Mapper
$85.00
Survey Technician
$60.00
2-Man Survey Crew
$115.00
3-Man Survey Crew
$125.00
4-Man Survey Crew
$135.00
Fire Protection Engineer
$90.00
Plumbing Engineer
$90.00
Mechanical Engineer
$90.00
Electrical Engineer
$90.00
Geotechnical Engineer
$120.00
Geologist
$90.00
Environmental Scientist
$85.00
Senior Administrative Assistant
$65.00
Clerical
$45.00
15
ATTACHMENTS
INSURANCE & BNDENN@FOCATION REQUIREMENTS
PROFESSUML sWICE A LAMENT
"Prafealanal Ganef Engineering md Aa+d1d 1 SerdkxW
IRFQNNM16.22
1.010 Insummm
A. Without DmWng Its Ilabiilty, the contractor, consultant or consulting firm (hereinafter
referred to as " RRM" with regard to Insurance and Indemnification requirements) shall
be required to procuure 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 dam which may arise out of or result from the contract or the
performance of the contract with the City of South Miamii whether such claim is
against the FIRM or any sub -contractor, or by anyone directly or indirectly employed by
any of them or by anyone for whose acts any of them may be liable.
R, No Insurance required by the CITY shall be issued or writ m by a surplus lines carrier
unless authorised In wrlsing by the CITY and such authorisation shall be at the CrMs
sole and absolute discretion. The FIRM shall purchase Insurance from and shall
maintain the Insurance with a company or companies lawfully authorised 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 FIRI4'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 thmm or by anyone for whose acts
any of them may be liable (a) claims under workers! cornpensatlon, 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, obcupational sickness or
disease. or death of the F1Ws employees; (c) dalms for damages because of bodily
Injury. sickness or disease. or death of any person other than the FIRKs 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; (Q chains for damages because of
bodily injury. death of a person or property damage arising out of ownership,
malatemnce 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 FlRWs obligations under the Contract.
1.011 F[m* Imumme Generally. The FIRM shall provide and maintain In force and effect until
all the Work to be performed under this Contract has been completed and accepted by CITY
(or for such duration as Is otherwise specified hereinafter), the Insurance coverage written on
Florida approved forms and as set forth below.
1.012 at the statutory amount as to all employees In
compliarice with the "Workers' Compensation LavP of the State of Florida Including Chapter
440. Florida Statutm as presendy written or hereafter amended. and all applicable federal laws.
iae 60 of 66
Tk=M Qr. N"
rWranoro
145
16
In addition, the policies must Include: Employers' Uabilky at the statutory coverage
amount The FIRM shall further Insure that all of Its Subcontractors maintain approprrrate levels
of WorkWs Compensation Insurance.
1.013 Commerclal Compre iv® General UablDW Inra sunce with broad form endorsement,
as well as automobile liability, completed operations and products liability, contractual liability,
severabliky of interest wk h amass liability provision, and personal Injury and property dansage
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: M000 per person;
o Property Damage: $500.000 each occurrence;
1.014 Umbrella CoMMEE l Comprehensive General Liabllitti Insurance shall be written on a
Ronda 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 ASFWte. Coverage must be afforded
on a form no morn restrictive than the latest edition of the Comprehensive General Uabl*
poky, 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 Lard
(d) Explosion, Coftpse and Underground Hazard CovemSe
(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 Dame Liability.
1.01 S RuslaRIS AuwmdWIe UabHIW with minimum fimits 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 Llabillty. Umbrella
coverage must be afforded on a form no more restrictive than the latest edhion of the Business
Automobile Liability policy, without restrictive endorsements, as filed by with the state of
Florida, and must include:
(a) Owned Vehicles.
(b) Hlred and Non -Owned Vehicles
(c) Employers' Non -Ownership
1.016 S1J8C0hlTRACTS: The FIRM agrees that if any part of the Work under the Contract is
sublet, the subcontract shag contain the same Insurance provision as required by of the Firm,
other than the lire and Extended Coverage Insurance and substituting the word Subcontractor
for the word FIRM and substituft the word RRM for CITY where applicable.
1.017 Elm and Extended Coverage Insurance Mers' Risk) IF A"UCABLE:
C. In the event that this contract involves the construction of a structure, the FIRM shall
maintain, with an Insurance Company or Insurance Companies acceptable to the CITY,
"Broad" form/All Risk Insurance on buildings and structures, Including Vandalism &
Malicious Mischief coverage, while in the course of construction, including foundations,
additions, attachments and all permanent fixtures belonging to and constituting a part of
Page 61 of"
ThMM IF. ft"
hWIMIG
146
17
said buildings or structures. The policy or policies shall also cover machinery, If the cost
of machinery Is included In the Contract. or if the machinery is located In a building that
Is being renovated by reason of this eontram The amount of Insurance must, at all
times, be at least equal to the replacement and actual cash value of the Insured
property. The policy shall be In the name of the CITY and the Firm, as their Interest
may appear, and shall also cover the Interests of all Subcontractors performing Work.
D. AD of the provisions set forth In Miscellaneous section herein below+ shall apply to this
coverage unless it would be dearly not applicable.
1.018
F. If any notice of cancellation of Insurance or change In coverage is Issued by the
Insurance company or should any Insurai ce have an expiration date that will occur
during the period of this contras the FIRM shall be responsible for securing other
acceptable Insurance prior to such cancellation, change. or won so as to provide
continuous coverage as specified In this section and so as to maintain coverage during
the we of this Contract
G. M deductibles must be declared by the FIRM and must be approved by the CITY. At:
the option of the CITY, either the FIRM shall eliminate or reduce such deductible or
the FIRM shall procure a Bond, in a form satisfactory to the CITY covering the same.
H. The policies shall contain waiver of subrogation against CITY where applicable, shall
' * provide that such policy or policies are primary over any other collectible
i
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 shag contain a "severabflity of
interor "cross Ilabgity" clause without obligation for premium payment of the CITY
as well as contractual liability provision covering the FIRKS duty to Indemnify the City
as provided In this Agreement
I. Before starting the Mork, the FIRM shall deliver to the CITY certificates
of such Insurance, acceptable to the CITY, as well as the insurance binder, If one Is
issu 4 the Insurance poRcy, Including the declaration page and all applicable
endorsements and provide the name, address and telephone number of the insurance
agent or broker through whom the policy was obtained The Insurer shall be rated
A VII or better per A.M. Beses Key Rating Gulde, latest edition and author to Issue
insurance in the State of Florida. Ali insurance policies muse be written on forms
approved by the Stage of Florida and they must remain In full force and effect for the
duration of the contract period with the CITY. The FIRM may be required by the CITY,
at its sole discretion, to provide a "certified copy" of the Policy (as defined In Article I
of this document) which shall include the declaration pap and all required
endorsements. In addition, the FIRM shall*deOver, at the time of delivery of the
insurance cerdflcate, tote following endorsements:
(3) a policy provision or an endorsement with substantially similar provisions as
follows.
"The City of South Miami is an additional insured. The Insurer shall pay all sums
that the City of South Miami becomes legally meted to pay as damages
because of'bodliy injwy",'property damage' , or "personal and adverdsing
h*ry" 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
Pipe 62 of 66
14f1=16
147
18
(4) a policy provision or an endorsement with substantially similar provisions as
follow
"This policy shall not be cancelled (including cancellation for non-payment of
premium), terminated or materially modified without first giving the City of
South Mlami ten (10) days advanced written nodce of the intent to materially
modify the policy or to cancel or terminate the policy for any reason. The
notification shall be delivered to the City by certified mail, with proof of detWery
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 shall also provide professional UabMty
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 shall become legally obligated to pay as damages for claims arising out of the
services or work performed by the FIRM its agents, representatives, Sub Contractors
or assigns, or by any person employed or retained by him in connection with this
Agreement This insurance slap be maintalned for four years after completion of the
eonstrucdon and acceptance of any project covered by the Agreement However, the
FIRM may purchase Spedfic Project professional Uability Insurance, In the amount and
under the terms specified above, which is also acceptable. No Insurance shall be issued
by a surplus lines carrier unless authorized in writing by the city at the citys sole,
absolute and unfettered dWcredon.
Ondemnificadon Requirement
G. The Firm accepts and voluntarily incurs all risks of any injuries, damages, or harm which
might arise during the work or event that is occurring on tine CITY's property due to
the negligence or other fault of the Firm or anyone acting through or on behalf of the
Firm.
H. The Firm shall indemnify, defend, save and hold CITY, its officers, affillates, employees,
successors and assigns, harmless from any and all damages, claims, liability, losses,
claims, demands, suits, fines, judgments or cost and expenses, Including reasonable
attorneys gees, 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 oflficers, 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 the Firm, its contractor/subcontractor or any of
their officers, Owtors, agents, representatives, employees, or assigns, or anyone acting
through or on behalf of any of them, arising out of this Agreement, incident to it; or
resulting from the performance or non-performance of the FmWs obligations under this
AGREEMENT.
I. The Firm shall pay all claims, losses and expenses of any kind or nature whatsoever, in
connection therewith, including the expense or loss of the CITY and/or Its affected
Pap 63 of K
Than= F. Pepe
1ansrtons
US
19
officers. alfttes, employees, successors and assths, including their attorneys fees, in
the defense of my action in law or equity brought against them and arising from the
ngftent error,, omission, or act of the Firm, its Sub -Contractor or any of their agenm
representat;ves, employees. or assigns, and/or arising out oI or incident to, this
Agreement; or baddent w or resulting from the performance or non-performance of
the Firnfs oblpftns under this AGREEMENT.
J. The Firm agrees and rea phm that neither the CITY nor its officers, aftillates,
employees, successors and assigns shall be held We or responsible for any claims,
including the costs and eq uses of defendhtg such elms which may result from or
arise out of actions or omissions of the Rm% its contractodsubcontractor or any of
their agents representatim 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 Cff fs property. In reviewing, approving or rejecting any submissions or acts of
the Firm. CITY in no way assumes or shares respontbility or liability for the acts or
omissions of the
Rrn% its cono actorlsuobeontractor or any of their agents. representatives. employees.
or ass, or anyone acting through or on behalf of them.
lK. The Firm has the duty to provide a defetw with an attorney or Iaw firm approved by
the City of South Mural, which approval will not be unreasonably withheld.
I. 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 shall apply and this subparagraph shall set forth the We
responsibility of the desk professional concerning Indemnificadon. Thus, the design
professional's obligations as to the City and its agencies, as veil as to its officers, and
employees, is to indemnify and hold them harmless from liabilities, damages,, losses,
and cosh, Inclu ft but not limited to, reasonable attorneys' fees, to the extent
caused by the negligence, r eddessness, or Inuntlonally w►rorigfutl conduct of the design
professional and other persons employed or uutiked by the design professional in the
performance of the contract.
MS IS INCWDED IN THE GENERAL CONDITIONS
END OF SECTION
Pat M of "
Tl UMW r-. ftM
16113Mu8
149
K11
Ponce de Leon Boulevard, Suite 900
�l Coral Gables, Florida 33134
Stantec
Tel: (305)445-2900900
February 23, 2021
City of South Miami
Public Works Engineering & Construction Division
4795 SW 75th Avenue
Miami, FL 33155
Main: (305) 403-2o63
Attention: Mr. Aurelio Carmenates, P.E.
Capital Improvement Project Manager
Reference: Manor Lane Pedestrian Improvements
City of South Miami, Florida
Dear Mr. Carmenates:
We are pleased to present this proposal for professional engineering services. A Pedestrian Feasibility Study
was performed on September 2019 by Stantec Consulting and the City will want to proceed with the
installation of new sidewalk along the south east of Manor Lane following the recommendation of the
study. The project consists of the installation of new sidewalk along the south east side of Manor Lane
in the City of South Miami. The project limits along Manor Lane are from 6340 Manor Lane to the
intersection of SW 79thStreet and SW 66'"Avenue, and along SW 66thAvenue from SW 79thStreet to SW
8oth Street. This corridor is approximately 0.30 miles in length. See enclosed location map.
SCOPE OF SERVICES:
Design Phase
Our scope includes obtaining a boundary and topographic survey of the project areas for use in our design;
we will conduct a site visit to review and document existing conditions. The plans will be prepared
as construction documents and will include cover sheet, general notes, typical sections, geometry,
swale grading, harmonization restoration at existing driveways including a minimum of five feet on either
side of the new sidewalk, cross walk signage and striping and details, curb and gutter will added in areas
where it does not meet the minimum clearance of ten feet per code. No drainage or utility investigation
will be provided. An opinion of probable cost will be provided. Materials specifications will be provided on
the plans.
Permitting Phase
Our services include plan submittal to Miami -Dade County Traffic and Engineering Division for their review
and approval.
Procurement Assistance:
During this phase Stantec will be available for a virtual pre bid meeting and respond to any design
clarification questions. The procurement process will be led by the City. (Limited to 5 hours).
Design with community in mind
21
5
February 23, 2021
2021 Page 2 of 2
Exclusions
Traffic Study, traffic counts, signal modification, electrical design, operational approval, color renderings,
certified arborist services, asphalt cores, geotechnical testing, and lighting are not included in our scope.
Terms and Conditions:
All terms and conditions shall be per our Professional Service Agreement for Professional General
Engineering and Architectural Services as authorized by Resolution o6o-17-14861. Our fees shall be as
follows.
Design & Survey Phase (Lump Sum) ............................................. $14,175
Permitting Phase (Lump Sum) ..................................................... $4,435
Procurement Assistance (Lum Sum) ............................................... $850
Permit Fee Allowance (If needed)....................................................$500
TOTAL: $19,96o
We are ready to begin working on this assignment upon your authorization to proceed. If acceptable to you,
we will accept a signed copy of this form as your written authorization to proceed.
Thank you,
Stantee Consulting Services Inc.
gRompel P. ., , ENV SP
Principal
Tel:305-445-2900
sean.compel@stantee.com
City of South Miami
Approved by:
Signature Print Name Date
V:\21s6\business_d.,lI.P ent\2156 1119Cityof South Miami\MmmrUne Pedmrianlmpms ent\sow miam_Manor Une.dom
)zsign with community in mind
22
Stantec Consulting Services Inc.
Fee Worksheet - Page 1
FEE WORKSHEET
DATE: 22 Feb 21
PROJECT: Manor cane Pedestrian Improvements
PLtue _
Principal
Send. Protect
Mana W
Project
Manager
Engineer
Imern
CAD Tech
Clerical
Project coordination
I
I
I
Project kick-off .,ctlng
I
I
I
Site visit and Photo 109
3
4
Cover sheet. Key Sheet & notes
2
2
4
t own eugnou ayout m u -ng
harmanicad..)
3
17
35
Typical Sections&Details
1
3
4
Swale grading,
3
8
10
uantities & Cost Estimate
2
3
2
Sub-Tntal Hours
I 0
I Is
I
39
56
i 0
Bitting Rate
I S 180.00
1 S Humt)
S 160.00
S 95.00
1 S 65.OU
1 S 45.00
Iabor Cost
I SO
$2.720
S160
S3,7051
53B401
so
Design Sub -Total:
1 $10.225
Survey: 53,950
Geotecnical Testing: SO
Design Phase Sub -Total 514.175
Permit Assistance Phase
Prind 1
Senior Project
M er
Project
Manager
Engineer
Intern
CAD Tedt
Clerical
I'mvide Plan, to fur PW permit and MiarN
Dade County
z
2
Continents and revisions(2 submittals)
6
8
15
lens resu mina)
2
3
Sub -Total Hour,
0
IU
0
13
15
0
Billing lisle
S 180.00
S 170.00
$ 160.00
$ 95.00
S 100.00
$ 45.00
Labor Cost
SO
$1,700
so
SI.235
51.500
50
Peinittin Phase Sub -Total:
54.435
Permitt fee allowance. $500
Procuesment Assistance
Principal
Senior Project
marsapts.
Project
Manager
En' eo
CAD Tech.
Inspector
General Assistant during racureinem
5
Pre Bid meeun
Supplententai Info rnation/clarification
Review Bid Submiuls
Anent pre -bid opening
Sub -Total Hours
0
5
0
0
0
0
Billing Rate
S 180.00
S 170.00
S 160.00
S 95.O0
S 65.00
S 75.00
Labor Cost
1 $0
$850
$01
so
so
SO
Bidding Assistance Sub -Total
$850
Total Fee: $19.960
23
LLONG ITU DE SURVEYORS
Wednesday, February 17, 2021
Carlos Herdocia, P.E., LEED AP
Project Manager
Stantec
901 Ponce de Leon Boulevard
Suite 900
Corcl Gables, Florida 33134
VIA EMAIL: carlos.herdociaQStantec.com
MANOR LANE-TOPO
RE: Surveying services for Manor Lane Sidewalk Improvements South Miami, FL
Dear Mr. Herdocia,
It is our understanding that the City has requested Stantec (Client) to design new sidewalks along a
portion of Manor Lane. To do so Stantec designers will need to have vertical information to create their sidewalk design.
Pursuant to this request for surveying and mapping services, LONGITUDE SURVEYORS, LLC (LS), is pleased to submit the
following proposal for your consideration.
A. Scope of Work:
Longitude will convert a portion of the Specific Purpose Survey (Base Map) LS previously prepared into a
Topographic Survey to include the following information:
• Longitude will set a minimum of two (2) Temporary Benchmarks (IBM's) within the survey limits by performing a
closed level bench loop from at least two (2) known and certified benchmarks.
• LS will collect cross section elevations every 50 feet, including all high and low points.
• All elevations will be referenced to the National Geodetic Vertical Datum of 1929 (NGVD29), unless Client
provides written notice otherwise at time of Notice to Proceed (NTP).
B. Deliverables:
LS will prepare signed and sealed paper copies, PDF and cad file of the resulting survey.
C. Survey Limits:
Along Manor Lane from the property having a US postal address of 6396 Manor lane to the northerly right of way
fine of SW 80 Street at the intersection of SW 66 Avenue and SW 80 Street and from the centerline (Crown of
Road) of Manor Lane to the southeasterly, easterly right of way line of Manor Lane.
D. Fee:
T ne total professional fee to complete this task shall be a lump sum of 3 950.00.
I agree that by signing below "I APPROVE AND ACCEPT" this proposal as a legal binding contract.
By:
(Authorized Signature)
(Typed or printed name)
Yours,
Eduardo M. Suarez,
Date:
Title:
LONGITUDE SURVEYORS 7769 nw 48 street • suite 375 • coral, fl33166 • ph:305.463.0912 • fox:305.513.5680 24