Loading...
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