Res No 038-21-15658RESOLUTION NO.: 038-21-156SB
A Resolution authorizing the City Manager to execute a professional service work order to Marlin
Engineering Inc., for irrigation and lighting improvements along Sunset Drive between US-1 and
SW 571h Avenue.
WHEREAS, the City Mayor and Commission wish to improve the illumination and irrigation system along
Sunset Drive between US-1 and SW 571h Avenue; and
WHEREAS, the City Commission budgeted for this project in the Capital Improvement Program 5-Year
Plan; and
WHEREAS, Marlin Engineering Inc., is one of four firms selected by Resolution No. 060-17-14861, to
provide professional service agreement for engineering services on as needed basis in accordance with Florida
Statute 287.055, "Consultants Competitive Negotiation Act"; and
and
WHEREAS, Marlin Engineering Inc., submitted a revised proposal for professional engineering services;
WHEREAS, the scope of services, staff allocation and man-hours were negotiated; and
WHEREAS, the amount of $44,550 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 Marlin Engineering Inc., for irrigation and lighting improvements along Sunset Drive
between US-1 and SW 571' Avenue for a total amount not to exceed $44,550.
WHEREAS, the expenditure shall be charged to the to the Capital Improvement Program Fund Account
number 301-1790-519-6450 which has a balance of $115,999.97 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 Marlin
Engineering Inc., for irrigation and lighting improvements along Sunset Drive between US-1 and SW 571h Avenue for
an amount not to exceed $44,550. The expenditure is to be charged to the Capital Improvement Program Fund
Account number 301-1790-519-6450 which has a balance of $115,999.97 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: Severabiiity. 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.
Page 1 of 2
Res. No. 038-21-15658
PASSED AND ADOPTED this 61h day of April' 2021.
ATTEST: APPROVED:
CITY CLtRK 6 MAYOR
READ AND APPROVED AS TO FORM,
LANGUAGE LEGA XECUTION
THER
CITY ATTORNEY
COMMISSION VOTE:
4-0
Mayor Philips:
Yea
Commissioner Harris:
Yea
Commissioner Liebman:
Yea
Commissioner Gil:
Yea
Page 2 of 2
Agenda Item No:2.
City Commission Agenda Item Report
Meeting Date: April 6, 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 professional service work order to Marlin Engineering
Inc., for irrigation and lighting improvements along Sunset Drive between US-1 and SW 57th Avenue. 3/5 (City
Manager -Public Works & Engineering)
Suggested Action:
Attachments:
Memo Design Sery Marlin Sunset Dr (us#1-57av) Elect & Irr 3-29-21.docx
Reso_Design_Serv_Marlin irrigation lighting 72St US-1 to SW 57th Ave. 3-29-2021CArev.docx
Marlin Professional Service Agreement.pdf
SW 72nd Street Irrigation and Lighting - Consultant Fee Proposal_022321.pdf
e)
South Miami
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: April 6, 2021
SUBJECT: A Resolution authorizing the City Manager to execute a professional service work order
to Marlin Engineering Inc., for irrigation and lighting improvements along Sunset Drive
between US-1 and SW 57th Avenue.
BACKGROUND: The area of Sunset Drive between US-1 and SW 571h Avenue is heavily utilized by
pedestrian traffic and by providing lighting and irrigation improvements will enhance
the illumination to the area and improve the landscape conditions which will yield in a
fully integrated street improvements to the downtown area. Marlin Engineering Inc.,
completed phase 1 which consisted of the design of sidewalk and landscape
improvements plans to the area and will now serve as the Engineer of Record to assure
the irrigation and lighting design services are fully integrated to produce one
component set of plans that are biddable and constructible. The irrigation and lighting
design services will be in accordance with the City of South Miami requirements and all
applicable codes and requirements. Irrigation construction documents will address all
the proposed landscape planting areas and the electrical and lighting design will feed
power to the Christmas lights receptacles and for the planting areas up lighting of new
trees provided.
Marlin Engineering Inc., is one of four firms selected by Resolution No. 060-17-14861,
to provide professional service agreement for engineering services on as needed basis
in accordance with Florida Statute 287.055, "Consultants Competitive Negotiation Act.
AMOUNT: Amount not to exceed $ 44,550. Please refer to the consultant contract and fee
schedule.
FUND & ACCOUNT: The expenditure shall be charged $44,550 to the to the Capital Improvement Program
Fund Account number 301-1790-519-6450 which has a balance of $115,999.97 before
this request was made.
ATTACHMENTS: Resolution
Resolution #060-17-14861
Professional Service Agreement
Marlin Engineering Inc., proposal dated February 23, 2021
E
EXCHISOT 96
PROFESSUCHAL SERVICE AGREEMENT
"Professimal Comerd Engineering mW Architecturag IcW'
RFQ NPVM a6-22
THIS AGREEMENT made and entered Into this 31 �k-day of VAK EW 20\1 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 M Rgtia A X_ 4 I NVERZAA '; who is authorised to do
business In the State of Horlda, (hereinalt er referred to as the "CONSULTANTI. In
consideration of the premises and the mutual covenants contained In this AGREEMENT,
the parties agree to the following terms and conditions:
1.1 A Notice to Proceed vAll be Issued by the City Marsh , or his designee, foflow tng
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
a efemisd to as the "WOW), 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 Scoae of Servic a. The CONSULTANT shall perform the work as set forth in the Swag
Of Services as described in the Notice to proceed.
3.0 Timm for Coop
3.1 The services to be rendered by the CONSULTANT for any WORK Mall be
commmnced upon receipt of a writm 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 Phsis of Comtzensation: The fees for services of the CONSULTANT gall be
determined by one of the following methods or a combination thereof, as mutually
agreed uppoon by the CITY and the CONSULTANT.
4.1 A iced 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 AT9'ACHMEN ' A.•
4.2 Hourly rate fee. If them 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
P�r 58 of as
Tlwnm R. Pope
1011312016
135
5
w/a4 % benefits, overhead and pnoflt and that shall be in waiting, aped by the
CONSULTANT and the City Manager and attached hereto as
ATTACRA.
5.0 Bom and Partkd UMM, The CITY wig 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
AT ACMENT A or, if no schedule of payment exhibit is attached to this
AGREEMENT then payment will be made 30 days followring the receipt of
CONSULTANT's Wake as the work progresses but only for the work actually
Performed and approved In writing by the City Manager.
6.0 N& gf Decism. AD services shall be performed by the CONSULTANT to the
satisfaction of the C11Y's representative, who shag decide all questions, difficulties and
disputes of whatever nature which nay arise under or by reason of this AGREEMENT.
the prosecution and fulfillment of the services, and the cha mcter, quality, amount and
value. The representative's decisions upon all claims, questions, and disputes shall be
final, condushre and binding upon the parties unless such deterndnaticn is clearly
arbitrary or unreasonable. In the event that the CONSULTANT does not concur in the
judgment of the representative as to any demons rnade by him, CONSULTANT Mall
present his written objections to the City ManW and shag abide by the decision of the
City Manager.
7.0 of Documenm Ali reports and reproducible plans, and outer data
devebped by the CONSULTANT for the purpose of this AGREEMENT shag become
the property of the CITY without restriction or fimitadon.
8.0 Audit Rigjhas. The C1TY reserves the right to audit the records of the CONSULTANT
rested to this AGREEMENT at any time dwing the execution of the WORK and for a
period of one • year after final payment is nude. This provision Is applicable only to
pry that am on a time and cost basis.
9.0 Truth4n Nagatiagarm If the contract amount exceeds the threshold amount provided
In s. 287.017 for category four, the CONSULTANT shall execute a truth-In-negodadon
certificate stating that ewe rates and other facaW 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 shag be Austad 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 facaW unit costs. All
such contract adjustments must be made within one year following the end of the
contract.
10.0 SuMeWo& The CONSULTANT shag not assign or transfer Its rights under this
AGREEMENT vvlthout 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 disovdan, allow the
CONSULTANT to assign its duties, obDpdons and respondbMtk s provided the
assignee meets all of the CITY's requirements to the CITrs sole satisfaction. The
CONSULTANT shag 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 U rized Me= The employment of unauthorized aliens by the CONSULTANT is
considered a violation of Federal Law. If the CONSULTANT knowingly employs
unaudwrized aliens, such won shall be cause for unilateral cancellation of this
AGREEMENT. This applies to any sub-CONSULTANTs used by the CONSULTANT as
wd. The CITY reserves the right at its discretion, but does not assume the obligation,
Pop sa of ea
Thom= P. Pella
10113/2016
138
to require proof of valid citizenship or, in the alternative, proof of a valel 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
reguladons.
12.0yyamM 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 fife employee eworicing solely for the
CONSULTANT any fee, commission, percentage fee, gifts or any other considerations
condrTent upon or resulting from the award or malting of this contract For breach or
vloWon of this warranty, the CITY shall have the right to annhd this contract without
liability.
13.0 Termination, It Is expressly understood and agreed drat the CITY may terminate skis
AGREEENENT for any reason or no reason and without penalty by either decOning to
Issue Notice to Proceed audwrizing WORK, or, If a Notice to Proceed is issued. CITY
may terminate this AGREEMENT by wftw 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 perforated by the
CONSULTANT up to the time of termination. Upon termination, the CITY shall be
enthed to a refund of any nwnles paid for any period of time for which no work was
PeefO+mted
14.0 To This AGREEMENT shall remain in force until the end of the term, which Includes
all authorized renewals, or unless otherwise terminated by the CITY. The term of this
agreement Is three (3) years from the Issuance of the Notice to Proceed and one two-
year option -to renew. The option to renew is at the discretion of the City Manager.
The CITY may terminate the contract without cause following 30 days advanced notice
to the CONSULTANT. However. in no event shall the term exceed five (S) years
following the issuance of the Notice to Proceed.
15.0 In the event either party falls 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 shade 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 Cr Ms
Insurance and Indemnificadon requirements that are set forth In ATTACHMENT B. to
this AGREEMENT.
17.0 ASMEM Not Wu Noddq 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
aRidavits, including Public Entry Crimes Affidavit forth (attached) pursuant to FS
287.133(3) (a), as required by the Cr1 Y's solicitation, if any, applicable to this
Paga 53 of 66
Thmm F. Pea
137
7
AGREEMENT.
19.0 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 Q= Free Yborkoilce, CONSULTANT shall comply with C Ms Drug Free Workplace
polity which is nude a part of this AGREEMENT by reference.
21.0 CONSULTANT is an independent entity under this
AGREEMENT and nothing contained herein shall be construed to create a partnership.
Joint venture, or agency relationship bets men the parties.
22.0 Duties and Rbiiitdeac. CONSULTANT agm to provide its services during she
term of this AGREEMENT in accordance with all applicable lawn, rules, regula ions, and
health and safety standards of the federal, state, and CITY, which may be applicable to
the service being provided
23.0 lkenset and Certificaft s. CONSULTANT shall secure all necessary business and
nal licenses at its sole expense prior to �ecu%9 the AGREEMENT.
24.0 .,This AGREEMENT constitutes the
entire went of the parties, incorporates all the understandings of the parties and
supersedes any prior rhenes understandings, representation or negotiation, wrbgn
or oral. This AGREEMENT may not be modified or amended except In writb% signed
by both parties hereto. This AGREEMENT shall be bunting upon and inure to the bene0t
of the City of South Miami and CONSULTANT and to their respective heirs, successors
and as ftm No nrodlflcadon or amendn m of any terms or provisions of this
AGREEMENT wail be valid or binding unless it complies with this paragraph. This
AGREEMENT, In general, and this paragraph, in particular, shhall not be modified or
amended by acts or omissions of the parties. If this AGREEMENT was approved by
written resolution of the City Cornmisslon. or If such approval is required by ordinance
or the City Charter, no amendment to this AGREEMENT shall be valid unless approved
by wftm resolution of the City Commission.
25.0 CITY and CONSULTANT knowingly, irrevocably voluntarily and
idly waive any right either may have to a trial by fury In State or Federal Court
proceedings In respect to any action, proceedin& kawsuitt or counterclaim arising out of
this AG ENT or the performance of the Work thereunder.
26.0 YAjft yJ Exectmed Cold This AGREEMENT may be executed to several
counterparts, each of which shall be construed as an original.
27.0 Rules or lnw=my9 : 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 wherevor applicable.
28.0 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 ciraunstances 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 oblgations 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 to
any way as a limhation 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
Par 34 of�
10110816
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, sha0 be exclusive of any
other available remedy or remedies, but each and emery such remedy shall be cumulative
and shall be In addition to every other remedy given under this AGREEMENT or
hereafter adsting 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 shag 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 Ikon-V1/an+er. CITY and CONSULTANT agree that no failure to exercise and no delay
In exercising any right, poorer or privilege under this AGREEMENT on the pare of either
party shall operate as a waiver of any righ% 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 waiting 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
tern% condition or provision constitute a wralm of any subsequent or succeeding
bread. 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 N LQ Discrimination and Equal Emp1gyment 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 appCcant for employment on the basis of race,
creed, color, ethnicity, national origin, religion, age, sex, familial staws, marital status,
ethnici* 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 wkh all applicable federal regulations
reprding employment eligibility and employment practices in general. Thus, all
Individuals and entities seeking to do work for the CITY are wgmted 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 laves governing employment practices.
32.0 Governing Laws. This AGREEMENT and the performance of services hereunder will be
governed by the lawns of the State of Ronda, with exclusive venue for the resolution of
any dispute being a court of competent jurisdiction in Miami -Dade County, Ror lda.
33.0 EffecdyeDa 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 86
l bmw F. Pepe
1011312016
139
anyone other than the parties hereto, and that only the pardes 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 T me of hi_, eat. Time Is of the essence of this AGREEMENT.
37.0 baWwAnn This AGREEMENT shag not be construed more strongly against either
party hereto. regardless of who was more responsible for Its preparation.
X0 Emm H uNeither party hereto shall be in d&* 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
anticipatgd and the effects avoided or mltlgaoad Each party shall notify the other of any
such occurrence.
39.0 &&gmzmj= If allowed by this AGREEMENT, the CONSULTANT shall be as fully
responsible to the CITY for the acts and omissions of its subcontractors/suboonsultants
as It Is for the acts and omissions of people directly employed by it All
subcontractors/subconsultan s and their agreements. if allowed by this AGREEMENT,
must be approved by the CITY. The CONSULTANT she'll require each subcontractor,
who Is approved by the CITY, to agree In the subcontract to observe and be bound by
as obligations and cotididons of this AGREEMENT to which CONSULTANT Is bound.
40.0 Pubk Records: CONSULTANT and all of its subcontractors are required to comply
wrath the public records law (s.119.070I) while providing goods and/or servicas on behalf
of t1he CITY and the CONSULTAK 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
Main public records required by the public agency to perform the service; (b) Upon
request from the public argency"s custodian of public records, provide the public agency
vA* a copy of the requested records or allow the records to be inspect or copied
within a reasonable time at a coat that does not exceed the cost provided in this
chapter or as otherwise provided by few; (c) Ensure that public mcords that are
exempt or confidential and exempt from public records disclosure requirements arse 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 eonvu% 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 contram the contractor shall meet all
appftcable requirements for retaining public records. All record shored electronically
must be provided to the public agency, upon request from the public agenWs custodian
of public records. In a format that Is compatible with the Information technology
systems of the public agency.
IF T'HE CCNMCTOIB BIAS QUESTIONS REGARDING THE
APPUCA°9" ION OF CHAPTER 8099 FiLOPUDA STATMES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORM RELATING TO
` HOS CONTRACT, CONTACT THE QW0DAN OF PUBUC RECORDS
AT 305-"3-6340; E-mail: mmenen outhmkMK v; 6030 Sunset
®rive, Sore Miami, FL. 33143.
41.0 Nodcet. Whenever notice shall be required or permitted herein. it shall be
Page 56 of 66
Trees F: Pepe
140
10
delivered by hand delivery, e-mail (or similar electronic transmission). facsimile
transmission or certified mail, with return receipt requested and shall be deerned
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: (30S) 668-2510
Fax: (305) 663.6345
E-mail: salexander@southmiamifl.gov
with copies to: City Attorney
6130 Sunset Dr.
South Miami, FL 33143
Teh (305) 667-2564
Fax: (30S) 341-0584
E-mail: trier southmiarn f -mm
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
hwaunder. and that this AGREEMENT Is duly executed and delivered by an authorized
corporate officer, in accordance with such officWs powers to bind the CONSULTANT
hereunder, and constitutes a valid and binding obligation enforceable in accordance with
Its terms, conditions and provisions.
ON WITNESS WHEREOF, this AGREEMENT was signed on or before the
date first above written subject to the terms and conditions set forth herein.
BY
ATTESTEp: City
/�-fit.• i - ��,,..
/• By.
Maria M. MenendiL C14t
City Clerk v
Page 57 of �8
Yuamm P. Pepe
1011=016
S"ve6 Alexander
Chy Manager
141
11
Read and Approved as to pavan, Dane,
l egidey and EceWden sherd:
Thoms F. Pepe, Esq.
Chy A=mW
ftV as of 66
Thomas F. ftP®
142
12
•
southi jj ka i
flit n17 tx 1 t ta�.C.w i rr•.q
ADDENDUM TO PROFESSIONAL SERVOCE AGREEMENT
aftol`esftnal Gmral &Wneeft and Archhemral S
RFQ OPWIOIS-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 Arborlsts Services," and a separate rotational list will be established for
all CCNA professional services. "Certified Arborists Services" is defined as:
e CertMed Arbrlst 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 notational 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.
By:
Ngf
(Name of Signatory)
Read and Approved as to Form, Language,
Legality and Execution thereof:
By:
Thomas F. Pepe, City Attorney
gy.
Steven Alexander, City Manager
13
ATTACHMENT A
"COMPENSA OCK",
PROFESSIONAL SERVICE AGREEMENT
RFQMIIVM16.22
pue 39 of 66
uhamm F. pew
1WRIMta
143
14
Professional General Engineering & Architectural Services RFQ #PW2016-22
Wage -Rates Summary
Job Classification
City of South Miami
Benchmark Hourly Rate
Principal
$180.00
Sr. Project Manager
$150.00
Project Manager
$130.00
Senior Engineer
$125.00
Senior Planner
$125.00
Planner
$85.00
Senior Traffic Engineer
$125.00
Traffic Engineer
$85.00
Senior Designer/Engineer
$90.00
Designer
$80.00
Engineering Intern
$75.00
Senior CADD Technician
$75.00
CADD Technician
$65.00
GIS Technician
$80.00
Senior Construction Inspector
$90.00
Construction Inspector
$75.00
Senior Landscape Architect
$125.00
Landscape Architect
$115.00
Landscape Architect Intern
$70.00
Arborist
$75.00
Utility Coordinator
$90.00
Surveyor / Mapper
$85.00
Survey Technician
$60.00
2-Man Survey Crew
$115.00
3-Man Survey Crew
$125.00
4-Man Survey Crew
$135.00
Fire Protection Engineer
$90.00
Plumbing Engineer
$90.00
Mechanical Engineer
$90.00
Electrical Engineer
$90.00
Geotechnical Engineer
$120.00
Geologist
$90.00
Environmental Scientist
$85.00
Senior Administrative Assistant
$65.00
Clerical
$45.00
15
ATTACHMENTS
UNSURANCE & IN®EMB ORCATOON REQUORENEWM
MMURO dAL iEfflKS AOMMENT
" Trafmiand Gmuwd rroghtmwiog aW ArchftvcbwW �rvia�s"
1.010 Insumme
A. Whhout limiting Its liability. the contractor, consultant or consulting firm (hereinafter
referred to as "FIRIT with regard to Insurance and Indemnification requirements) shall
be required to procure and maintain at its own wgmnse during the [We of the Contract:
insurance of the types and In the minimum amounts staged below as will protect the
FIRK from claims which may arise out of or result from the contract or the
per thanc�e of the contract with the City of South Mlami, 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 whom aces any of them may be liable.
R. No iu wane required by the CITY shall be Issued or written by a surplus lines carrier
unless audhoriaed in writ[tig by the CITY and such authorization shall be at the CITY's
sole and absolute discretion. The FIRM shall purchase insurance from and shall
maintain the Insurance with a company or companies lawfully armed to sell
Insurance in the Stage of Florida, on forms approved by the Sty of Florida, as will
proem the FIRM, at a minimum, from all claims as set forth below which may arise out
of or result from the FIRM 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 ahem, or by anyone for whose acts
any of tern may be haft (a) claim under workers' compensation, disability benefit
and other similar employee benefit aces which are applicable to the Work to be
�; (b) clams for damages because of bodily injury, occupational sickness or
die, or death of the FIRM's employees; (c) claims for darrhages because of bodily
injury, slci mess or dime, or death of any person other than the FIWs employees;
(d) claims for Insured by usual personal Injury liability coverage; (e) claim for
damages, other than to the Work Itself, because of injury to or destruction of tangible
property, including toss 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 FIR1M's obligations under the Contract.
1.011 Firma Insurance Generalhr,—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 see forth below.
1.012 Wadsers Compensation InnimnCe at the statutory amount as to all employees in
compliance with the' Workers' Compensation Lave' of the State of Florida including Chapter
440. Florida Statutes, as presently written or hereafter amended, and all applicable federal laves.
Pala 60 of"
Thomas F. ft"
1011=016
145
16
In addition, the policies must include: Employers' liability at the statutory coverage
amount. The FIRM shall further Insure that all of Its Subcontractors maintain appropriate Irmis
of Worlds Compensation Insurance.
0.013 Commercial -Comprehomhm General Liability insurance with broad form endorsement,
as well as automobile liability. completed operations and products liablltty, 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 $Z000,000
aggrvgate. including:
o Personal Injury: $ I.000,000;
o Medical Insurance: $5.000 per person;
o Property Damage: $M.000 each occurrence;
1.014 Umbrella CommmsW Comprehenshm General Lability insurance shall be written on a
Florida approved form with the same coverage as the primary insurance policy but in the
amount of $ 1.000,000 per claim and $2,0K000 Annual ate. Coverage must be afforded
on a form no more resvictive than the latest edition of the Comprehensive General Llabllity
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) Exploslon, Corpse 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 Cover -age with Employee and Contractual Exclusions removed, with
minimum limits of coverage equal to those required for fly Injury Liability and
Property Damage Liability.
LO I S 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 [unit for Bodily Injury Uability and Property Damage Liability. Umbrella
coverage roust 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' Non4:) wnershlp
1.016 SU13COi11TRACTS: The FIRM agrees that if any part of the Work under the Contract is
sublet the subcontract shall contain the same insurance provision as required by of the Firm,
other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor
for the word FIRM and substituting the woad FIRM for CITY where applicable.
1.017 Fire and Extended Coverage Insurance fBuilders' Risk). IF APP1..1CA�:
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/AU Risk Insurance on buildings and structures, including Vandalism &
Malicious Mischief coverage. while in the course of construction, Including foundations,
additions, attachments and all permanent fixtures belonging to and constituting a part of
Page 61 of 66
Thomas F. Pem
IN13=16
146
17
said buildings or structures. The policy or policies shall also coder machinery, if the can
of machinery is included In the Contract', or if the machinery is located in a building d w
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 rash value of the Insured
property. The policy shall be in the name of the CITY and the Rrm, as their interest
may appear, and droll also cover the Interests of all Subcontractors performing Work.
D. All of the provisions set forth in Miscellaneous section herein below shall apply to this
coverage unless it would be dearly not applicable.
I A I S iMtscenumus:
F. if any notice of cancellation of insurance or change in coverage is issued by the
insurance company or should any insurance have an expiration date that will occur
during the period of this contract, the FIRM shall be responsible for securing other
acceptable Imurance prior to such cahueUadon, change, or won so as to provide
continuous coverage as specified in this section and so as to maintain coverage during
the Ufa of this Contract.
G. AN deducdbles must be declared by the FIRM and must be approved by the CITY. At
the option of the CITY, either the FIRM shall ate or reduce such deductible or
the FIRM call procure a Bond, In a form satisfactory to the CITY covering the same.
H. The policies shall contain waiver of subrogation against CITY whom applicable, shall
oWessly 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 shall contain a "wvv-abitity of
interest' or "cross liability" clause without obligation for premium payment of the CITY
as we[] as contractual liability provision covering the FtUIS duty to Indemnify the City
as provided In this Agreement.
1. Before startltRg the Work, the FIRM shag deliver to tfhe C TY cerdfica$es
of such Insurance, acceptable to the CITY, as well as the insurance binder, if one is
issued, the insurance policy, including the declaration page and all applicable
endorsements and provide the name, address and telephone number of the Insurance
agent or broker through whom the policy was obtained. The Insurer shall be rated
A VII or better per A.M. Beses Key Rating Guide. latest edition and authorized to Issue
insurance In the State of Florida AD 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 shag Include the declamdon page and all required
endorsements. In addition, the FIRM shall deliver, at the time of delivery of the
insurance certificate, the following endorsements:
(3) a policy provision or an endorsement with substantially similar provisions as
follavm
"Thu City of South Miami Is an additional insured. The Insures shall pay all sums
that the City of South Miami becomes legally obDpted 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
Page 63 of 6e
Thomas F. Pep
ldfl=416
147
18
(4) a policy provision or an endorsement with substantially similar provisions as
follows:
"This policy shall not be cancelled (including cancellation for non-payment of
premium), terminated or materially modified without first giving the City of
South Miami ten (10) days advanced written notice of the intent to materially
modify the policy or to cancel or terminate the policy for any reason. The
notification shall be delivered to the City by cerdtied mall, 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 abode requirements, the FIRM shall also provide Professional liability
Insurance on a Florida approved form In the amount of $ 1,000,000 with deductible per
daim if any, not to exceed 5% of the llmlt 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 assigrm or by any person employed or retained by him in connection with this
Agreement. This Insurance shag be maintained for four years after completion of the
construction and acceptance of any Project covered by this Agreernent. However, the
FIRM may purchase Specigs Project Pr ofess1o;W Liability Insurance, In the amount and
under the terms specified above, which Is also acceptable. No insurance shall be issued
by a surplus lines carrier unless authorized In waiting by the city at the clty's sole,
absolute and unfettered discretion.
IndemnUlcmdon Requirement
G. The Firm accepts and voluntarily Incurs afl risks of any injuries, damages, or harm which
might arise during the work or event that is occurring on the CITY's property due to
the negligence or other fault of the Firm or anyone acting through or on behalf of the
Firm.
H. The Firm shall indemnify, defend, save and hold CITY, its officers, affiliates, employees,
successors and assigns, harmless from any and all damages, claims, liability, losses,
claims, demands, suits, fines, judgments or cost and expenses, Including reasonable
attomey'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, afiillates, 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, directors, agents, representatives, employees, or assigns, or anyone acting
through or on behalf of any of them, arising out of this /+agreement, incident to it, or
resulting from the performance or non-performance of the Firm's obligations under this
AGREEMENT.
I. The Firm shall pay all claims, losses and expenses of any kind or nature whatsoever. In
connection therewith, including the expense or loss of the CITY and/or Its affected
Page 63 of 66
FRamm F. PW
iai3nois
148
19
o8ic—ach afiillatas, employees, successors and assigns, includmg ¢hail- attorneys fees, In
the defense of any action In law or equity brought against them and arising from the
neggent error, omission, or act of the Firm, its Sub -Contract or any of their agents,
representatives, employees, or assigns, and/or arising out of or incident to, this
moment, or Incident to or nmddng from the performance or non-performance of
the FirW3 obDpdons under this AGREEMENT.
J. The Firth agrees and recognises that neither the CITY nor its officers, afEllates,
employees, successors and assigns shall be held [cable or responsible for any claims,
including the costs and expenses of defending such claims which may result from or
arise out of actions or omissions of the Firm, its contractor/subcontractor or any of
their agents, reprns % - madves, 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 CtTY's property. In reviewing, approving or rejecting any submissions or acts of
the Firm, CITY In no way assumes or shares responsibility or liability for the acts or
omissions of the
Firm, its contracoorloantractar or any of their agents, representatives, employees,
or asslgths, or anyone acting through or on behalf of ahem.
K. The Finn has the duty to provide a defense with an attorney or lawn firm approved by
the City of South Miamb which approval will not be unreasonably withheld.
L. However. as to design professional contracts, and pursuant to Section 725.08 (1),
Florida Statutm none of the provisions set forth herein above that are in conflict with
this subparagraph shall appS and this subparagraph shall set forth the sole
responsibility of the design professional concerning indemnification. Thus, the design
professionals 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, lndu&n& but not limited to, reasonable attorneys' fees, to the extent
caused by the neg4gaK % recklessness, or intentionally w►rongki conduct of the design
professional and other persons employed or utilized by the design professional In the
performance of the contract
THIS IS INCWDED IN THE GENERAL CONDITIONIS
END OF SMON
Page bag of 66
Thous F. Pepe
IW13r3016
149
20
OVIARLIN
February 23, 2021
Aurelio Carmenates, PE
Capital Improvements Project Manager
City of South Miami
Re: Engineering Services — SW 72nd Street/Sunset Drive — Irrigation and Lighting Plans
Dear Mr. Carmenates:
Marlin Engineering, Inc. proposes to provide the services identified below pursuant to the Professional
Services Agreement provided by the City of South Miami ("City") for Professional General Engineering
and Architectural Services, dated March 31st, 2017 and the renewal executed April 71h, 2020.
General
The project will consist of providing contract documents to construct a new irrigation and lighting system.
All improvements within this project shall be in accordance with the American with Disabilities Act
(ADA).
The scope of work outlines the effort required for the production of the construction documents which will
be in accordance with City of South Miami Public Works and the applicable NEC codes and requirements.
IL Scope of Work
Task 1 —Project Administration/Coordination
MARLIN will serve as the main Engineer of Record and assure that Phase 1 (Roadway &
Landscape/Hardscape) plans and Phase 2 (Irrigation and Lighting Design) are fully integrated to
produce one component set of plans that are biddable and constructible. MARLIN will provide
administrative support by developing and processing progress reports and invoicing and
coordination with the City of South Miami and the assigned subconsultants.
Task 2 — Irrigation Design Services
a) Miller Legg and Associates to provide irrigation design services including operational testing,
construction observation and additional construction services. Please refer to attached
scope of services for a detailed description.
Task 3 — Lighting Design Services
b) Premiere Lighting and Traffic to provide lighting design and post design services. Please
refer to attached scope of services.
21
Page 2 of 3
III. Subconsultants
The below listed subconsultants will assist in the performance of the Work.
Subconsultant Name Specialty or Expertise
Miller Legg and Associates Irrigation Services
Premiere Lighting & Traffic Electrical Engineering/Lighting Design
IV. Schedule of Work — Time of Performance
The anticipated length of service for Activity 1 — 2 shall be twenty four (24) weeks commencing after the
Notice to Proceed. Consultant shall submit the Deliverables and perform the Work as depicted in the
table below. The Activity 3 schedule shall be determined based on the bid dates and construction
award period.
SCHEDULE OF DELIVERABLES
Activity
INDate
Major Task, Sub -Task, Activity, or Deliverables
Duration
Delivery
1
0% Plans (Lighting) — 90% Plans (Irrigation)
8 weeks
+8
Review by the City and the County
4 weeks
+12
2
100% Plans and Permits
8 weeks
+20
Review by the City and the County
4 weeks
+24
3
Post Design Services
TBD
TBD
Deliverables: At the completion of each task, Marlin will provide to the City all files associated with each
deliverable to include drawings files in DWG and PDF formats.
V. Compensation
Consultant shall perform the work detailed in this Proposal for a Total fee of $44,550.00 and
00 scents. The City shall not be liable for any fee, cost, expense or reimbursable expense or other
compensation beyond this amount unless approved in a supplemental work order.
SUMMARY OF COMPENSATION
Task or
Activity
ID #
Task Name and/or Activity Description
Fee Amount
Fee Basis
1
Project Administration/Coordination
$5,000.00
Lump Sum
2
Irrigation Services
$19,030.00
Lump Sum
3
Electrical Engineering/Lighting Design
$20,520.00
Lump Sum
Total
$44,550.00
Ali ami - Fort Lauderdale - Tallahassee - Puerto Rico 305.477.7575 - www.marlinengineering.com
22
Page 3 of 3
VI. Exclusions from Basic Services
NIA
VII. Additional Services
Additional services and unforeseen circumstances beyond established scope shall be negotiated in
good faith and at the sole discretion of the City.
Vill. City Furnished Documents & Data
The following information or documents are to be provided by the City, if available: As -built information
including geotechnical information.
IX. Project Manager
Consultant's Project Manager for this Project will be Aycel Freda, P.E.
XI
Submitted by:
Betsy Jeffers, P.E.
Vice President, Marlin Engineering
Reviewed and approval in concept recommended by:
Department Director
City Manager
Procurement Manager
Miami - Fort Lauderdale - Tallahassee - Puerto Rico
SwIll
305.477.7575 - www.marlinengineering.com
23
February 22, 2021 — Irrigation Plans
EXHIBIT A — SCOPE OF SERVICES
Sunset Drive Irrigation Improvements (the "Project")
1.0 PROJECT DESCRIPTION
The Project is generally described as follows: Consultant shall provide irrigation
design and construction observation services along Sunset Drive in South
Miami, Florida.
2.0 BASIS OF SCOPE
This scope was prepared in response to a request by Marlin Engineering to
complete irrigation design for the Sunset Drive improvements as shown on plans
dated 2-15-2019. Consultant reserves the right to amend this scope should the
proposed scope change.
2.1 General:
• The "Client" for this proposal is Marlin Engineering, the "Owner" is City of
South Miami, and the "Consultant" is Miller Legg.
• The Project will be reviewed by the Owner's representative.
• Project will be designed and submitted in the following stages: 90% and
100% Construction Documents.
• All notes and specifications shall be on the drawings. No book format
specifications are included in this scope. Book format specifications can
be provided as an additional service if requested.
2.2 Landscape Architecture
• Irrigation design is included within this scope. There is an existing
system; water use permitting is not required.
• Site amenities/signage/accent/decorative lighting plans designs are not
included in this scope.
• The plans provided to Consultant shall meet the requirements of the
Americans with Disabilities Act (ADA) as it relates to all issues associated
with the site (i.e. parking, sidewalks, access to the building, etc.).
• Construction Administration services for Landscape and Irrigation are
included in this scope.
ML Proposal No: 20-P0152 Page 1 of 3 Initial: ML: Client:
24
February 22, 2021 — Irrigation Plans
• Landscape and Irrigation construction shall be conducted in one (1)
phase. Phased construction will require additional services.
3.0 INFORMATION TO BE PROVIDED BY CLIENT
3.1 A digital file in AutoCAD or Microstation format of the site concept,
topographic information, civil engineering drawings, etc.
3.2 A letter from the property owner granting access to the site and giving
approval for Consultant to perform the services listed below.
3.3 Filing and permit application fees, review fees, impact fees or any other
associated assessments by other governments/agencies.
3.4 Copies of all relevant data, including correspondence, traffic reports, plans or
information in Client's possession which may be beneficial to the work effort
performed by Consultant.
3.5 Previous reports and assessments.
4.0 SCOPE OF BASIC SERVICES AND FEE
The scope of services to be provided by Consultant shall be as follows:
CONSTRUCTION DOCUMENT TASKS
Task 1 Irrigation Construction Documents 90% and 100% (CD) — Consultant shall
prepare 90% and 100% irrigation construction documents for the proposed
landscape planting areas based on direction from the Design Coordination
Meeting. The documents shall include plans, notes, details and specifications
for the location, quantity and size of proposed irrigation material installation.
CONSTRUCTION PHASE TASKS
Task 2 Preconstruction Services — Consultant shall coordinate with Client; attend
one (1) landscape plan pre -construction conference and review up to three (3)
materials list, shop drawings, review substitutions or Contractor's Request for
Information (RFIs).
Task 3 Irrigation Construction Observation — Consultant shall provide general
observation of the irrigation work and verification of system testing. Consultant
shall provide up to four (4) site visits including installation walk-throughs,
system testing, substantial completion walk-through and final walk-through.
ML Proposal No: 20-P0152
Page 2of3
Initial: ML: Client:
25
February 22, 2021 — Irrigation Plans
Field observation documentation is included in the task. Consultant shall
review up to four (4) contractor submittals or RFI's.
FEE SUMMARY
TASK
NUMBER
TASK
LUMP SUM
FEE
HOURLY NTE
FEE
DESIGWCONSTRUCTION DOCUMENT TASKS
Task 1
Irrigation CD 90%& 100%
$14,650.00
Task 2
Preconstruction Services
$1.440.00
Task 3
Irrigation Construction Observation
$2,940.00
TOTAL FEE
$19,030.00
ML Proposal No: 20-PO152 Page 3 of 3 Initial: ML: Client:
26
Project: Sunset Drive Improvements - Irrigation Plans
Project No.: Description:
I 2 Task
i
3
4 Task
5
6 Task
7
9 Task
10
I 1 Task
12
13 Task
14
15 Task
!16
17 Task
18
19
20
21
22
23
24
25
26
27
CITY OF SOUTH MIAMI
(bnsullanl Fre Proposal Workabrrl
Consultant Name: Miller Legg and Associates. Inc.
Contract No.:
Dale: 2/23/2021
Work Order No:
STAFF CLASSIFICATION
Job Classification
Sr. Land. Arch.
Land. Arch.
Land. Arch. Intern
Staff Hours
Salary
Average
Assigned Staff
Brian Shore
Miguel Juncal
N.Perez / R. Gavela
Approved Rafe
Rate: $125.00
Rate: $115.00
Rate: $75.00
Rate:
Rate:
Rate:
Rate:
By
Cost By
Rate Per
Task
Man
CosU Task
hours
Man
Cost/ Task
hears
Man
Cost, Task
hours
Man
Cost/ Task
hours
Man
Cost/ Task
hours �—
Man
Cost/ Task
hours
Man
Cost/ Task
hours (
Task
Task
Task I
,
1 -Field Review / Investigation / Documentation j 2 $250 12 $1.380 16 S 1,200
! I
30
$2,830
S94.33
1- Key Sheet/General Notes 2 $250 2 S230 i 4 $300
I
II
I
I I
8
S780
$97.50
i i
1 - Plan Sheets - 6 sheets x 18 firs cacti i 6 $750 18 S2.070 24 $1,800
I
i
48
$4.620
$96.25
i
1 - Irrigation Notes and Details 2 sheets 2 $250 8 $920 , 12 $900
i
i
22
$2,070
$94.09
i I r 1
1 - Sidewalk Demolition / Construction Coordina 6 $750 1G $1.840 I 10 S750
i
; !
32
$3,340
I
$104.38 I
1 - Construction Cost Estimate 2 $250 4 S460 4 $300
E
i
10
S1.010
S101.00
i
2 - Pre -con meeting / RFI review 6 S750 6 $690 ;
I
i
I
12
$1.440
$120.00
3 - Irrigation Post Design Services - Observation 4 $500 I 16 $1.840 8 $600
28
$2.940
$105.00
i
f
I
i
i
j
I
I
Total Staff Hours 30 82 l 78
190
Total Stall Cost $3,750.00 $9.430.00 I $5.850.00
$19,030.00
S100.16
Total %of Work by Position 15.8% 43.2% 41.1%
Note: Fee for ilia Principal(s) of Ilse firm are not to be included above as Ilse multiplier is not applicable to their (tours. The fee is to be shown below and entered as a separately
Estimate of Principal's Fee
Total hours / hear S �
Notes:
1. This sheet is to be used by Prime Consultant to calculate ilia Grand Total Fee and one is to be used for each Subconsultant
2. Manually enter fee from cacti subconsultant. Unused subconsultant rows may be hidden
3. Where applicable the basis for work activity, descriptions shall be the FICL/FDOT Standard Scope
and Staff Hour Estimation Handbook.
4. Enter the multiplier value in the lield after the word "multiplier" Maximum of 2 decimal points.
t
N
4
1 - SUBTOTAL ESTIMATED FEE:
additional Services (Allot
Subconsultant:
Subconsultant:
Subconsultant:
Principal's free
2 - SUBTOTAL ESTIMATED FEE:
Geolechnical Field/Lab Testing:
Survey Fee (or Survey Crew Fee):
Other Misc. Fee:
3 - SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTIMATED FEE:
multiplier 1.00 S19,030.00
S -
$19,030.00
S19,030.00
S19,030.00