Res No 119-21-15739RESOLUTION NO. .1,19 _21-15 7 3 9
A Resolution authorizing the City Manager to procure professional
services from SRS Engineering, Inc. for Phase II design of a new community
building at Dante Fascell Park.
WHEREAS, pursuant to the Professional Services Agreement provided by the City for
professional general engineering and architectural services, and as the next firm listed in the
City's rotation, City staff desires to engage SRS Engineering, Inc. ("SRS") for Phase II design of a
new community building at Dante Fascell Park; and
WHEREAS, the Mayor and City Commission passed and adopted Resolution #011-21-
15631 regarding initial data collection documents and concept plans for a new community
building and additional tennis clay court improvements at Dante Fascell Park; and
WHEREAS, the purpose for the initial process, Phase I, was to collect and analyze data,
review concepts, and preliminary construction costs to determine the desired facilities and layout
at the park. Furthermore, this initial process allowed staff to determine applicable professional
A/E design fees for future services related to this project; and
WHEREAS, initial data collection and concept plans —attached schemes A & B—illustrate
that additional tennis courts and parking infrastructure will not only reduce existing green space
at the park, but will also dramatically alter the park's physical characteristics, landscape and
programming, as well as adversely affect adjacent residents and businesses; and
WHEREAS, after further review and consideration, City staff recommends proceeding
with the design of a new community facility only; and
WHEREAS, the proposal/contract amount shall not to exceed $159,776.57.
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
correct and are hereby made a specific part of this resolution upon adoption hereof.
Section 2. The City Manager is hereby authorized to instruct and pay SRS Engineering,
Inc. to provide complete construction documents for Phase II design of a new community building
at Dante Fascell Park. The total expenditure for the work shall not exceed $159,776.57 and shall
be charged to account number 301-2000-572-6450, which has a balance of $1,943,000 before
this request was made.
Pagel of 2
Res. No. 119-21-15739
Section 3. Corrections. Conforming language or technical scrivener -type corrections
may be made by the City Attorney for any conforming amendments to be incorporated into the
final resolution for signature.
Section 4. Severability. If any section clause, sentence, or phrase of this resolution is for
any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding will
not affect the validity of the remaining portions of this resolution.
Section S. Effective Date. This resolution will become effective immediately upon
adoption.
PASSED AND ADOPTED this 511 day of October, 2021.
ATTEST: APPROVED:
CITY " ERK MAYOR
READ AND APPROVED AS TO FORM,
COMMISSION VOTE:
5-0
Mayor Philips:
Yea
Commissioner Harris:
Yea
Commissioner Gil:
Yea
Commissioner Liebman:
Yea
Commissioner Corey:
Yea
Page 2 of 2
Agenda Item No:3.
City Commission Agenda Item Report
Meeting Date: October 5, 2021
Submitted by: Quentin Pough
Submitting Department: Parks & Recreation
Item Type: Resolution
Agenda Section:
Subject:
A Resolution authorizing the City Manager to procure professional services from SRS Engineering, Inc. for
Phase II design of a new community building at Dante Fascell Park. 3/5 (Commissioner Liebman)
Suggested Action:
Attachments:
Memo -Facility Design -Phase Il.docx
Reso-Facility_Design-Phase_II CArev.docx
Resolution #011-21-15631.pdf
SRS Design Proposal -Phase Il.pdf
Dante Fascell SCHEME A.pdf
Dante Facell SCHEME B.pdf
SRS Professional Service Agreement.pdf
SoutTOk 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
Via: Quentin Pough, Director of Parks & Recreation
DATE: October 5, 2021
SUBJECT: A Resolution authorizing the City Manager to procure professional
services from SRS Engineering, Inc. for Phase II design of a new
community building at Dante Fascell Park.
BACKGROUND: Pursuant to the Professional Services Agreement provided by the City for
professional general engineering and architectural services, and as the
next firm listed in the City's rotation, City staff desires to engage SRS
Engineering, Inc. ("SRS") for Phase II design of a new community building
at Dante Fascell Park.
The Mayor and City Commission passed and adopted Resolution #011-21-
15631 regarding initial data collection documents (i.e. field investigations,
surveying and mapping, elevations, geotechnical engineering, tree survey
reports and maps) and concept plans for a new community building and
additional tennis clay court improvements at Dante Fascell Park. The
purpose for the initial process, Phase I, was to collect and analyze data,
review concepts, and preliminary construction costs to determine the
desired facilities and layout at the park. Furthermore, this initial process
allowed staff to determine applicable professional A/E design fees for
future services related to this project.
Initial data collection and concept plans —attached schemes A & B—
illustrate that additional tennis courts and parking infrastructure will not
only reduce existing green space at the park, but will also dramatically
alter the park's physical characteristics, landscape and programming, as
well as adversely affect adjacent residents and businesses. After further
review and consideration, City staff recommends proceeding with the
design of a new community facility only.
The existing aging building possess operational shortcomings and
arguably no longer meets the community's needs. There is no indoor
program space for youth tennis participants; very minimum shelter
available for participants during inclement weather; and, there are no
showers available for tennis guests.
E
e ) CITY OF SOUTH MIAMI
South Miami OFFICE OF THE CITY MANAGER
INTER -OFFICE MEMORANDUM
THE CITY OF PLEASANT LIVING
The proposed community building is one-story, approximately 3132
square feet. The facility features a multipurpose room, concession service
area, public restroom facilities, shower and locker room facilities for
tennis guests, storage facilities, and an office space.
EXPENSE & ACCOUNT: The total expenditure in the amount of $159,776.57 shall be charged to
account number 301-2000-572-6450, which has a balance of $1,943,000
before this request was made.
ATTACHMENTS: Resolution
Resolution #011-21-15631
Phase II Design Proposal—SRS Engineering, Inc.
Initial Concept — Phase I — Scheme A
Initial Concept — Phase I - Scheme B
SRS Professional Service Agreement
3
RESOLUTION NO.: 011-21-15631
A Resolution authorizing the City Manager to procure professional services from
SRS Engineering, Inc. for initial data collection and concept plans regarding a
new community building and additional tennis court improvements at Dante
Fascell Park.
WHEREAS, pursuant to the Professional Services Agreement provided by the City for
professional general engineering and architectural services, City staff desires to engage SRS
Engineering, Inc. ("SRS") to provide initial data collection documents (i.e. field investigations,
surveying and mopping, elevations, geotechnical engineering, tree survey reports and mops)
and concept plans for a new community building and additional tennis clay court improvements
at Dante Fascell Park; and
WHEREAS, the purpose for this initial process is to collect and analyze data, review
multiple concepts and preliminary construction costs for each concept to determine the desired
facilities and layout at the park; and
WHEREAS, furthermore, this initial process allows staff to determine applicable
professional a/e design fees for future services related to this project; and
WHEREAS, upon completion of the initial design phase, staff will submit a final a/e
design proposal for City Commission review pertaining to the development of complete
construction documents; and
WHEREAS, the proposal/contract amount shall not exceed $30,800.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE
CITY OF SOUTH MIAMI, FLORIDA:
Section 1. The foregoing recitals are hereby ratified and confirmed as being true and
they are incorporated into this resolution by reference as if set forth in full herein.
Section 2. The City Manager is authorized to procure professional services from SRS
Engineering, Inc. for initial data collection and concept plans regarding a new community
building and additional tennis court improvements at Dante Fascell Park. The total expenditure
shall not exceed $30,800 and charged to Parks & Recreation Capital Improvement, account
number 301-2000-572-6450, which has a balance of $805,485 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.
Page 1 of 2
1
Res. No. 011-21-15631
Section 4. Severability. If any section clause, sentence, or phrase of this resolution is
for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding
shall not affect the validity of the remaining portions of this resolution.
Section S. Effective Date. This resolution shall become effective immediately upon
adoption by vote of the City Commission.
PASSED AND ADOPTED this 19th day of January, 2021.
ATTEST: APPROVED:
0."Z2
CITY C RK MAYOR
READ AND APPROVED AS TO FORM:
LANGUAGE, LEGALITY AND
EXECUTION THEREOF
i�
ATTORNEY
COMMISSION VOTE:
5-0
Mayor Philips:
Yea
Vice Mayor Welsh:
Yea
Commissioner Harris:
Yea
Commissioner Liebman:
Yea
Commissioner Gil:
Yea
Page 2 of 2
r]
Agenda Item No:5.
City Commission Agenda Item Report
Meeting Date: January 19, 2021
Submitted by: Quentin Pough
Submitting Department: Parks & Recreation
Rem Type: Resolution
Agenda Section:
Subject:
A Resolution authorizing the City Manager to procure professional services from SRS Engineering, Inc. for initial
data collection and concept plans regarding a new community building and additional tennis court
improvements at Dante Fascell Park. 3/5 (Commissioner Liebman)
Suggested Action:
Attachments:
Memo -Facility & Court Design.docx
Resolution -Facility & Court Design.docx
SRS Proposal.pdf
SRS Professional Service Agreement.pdf
1
8
CITY OF SOUTH MIAMI
South Miami OFFICE OF THE CITY MANAGER
INTER -OFFICE MEMORANDUM
THE CrY OF PLEASANT LIVING
To: The Honorable Mayor & Members of the City Commission
FROM: Shari Karnali, City Manager
Via: Quentin Pough, Director of Parks & Recreation
DATE: January 19, 2021
SUBJECT: A Resolution authorizing the City Manager to procure professional
services from SRS Engineering, Inc. for initial data collection and concept
plans regarding a new community building and additional tennis court
improvements at Dante Fascell Park.
BACKGROUND: Pursuant to the Professional Services Agreement provided by the City for
professional general engineering and architectural services, City staff
desires to engage SRS Engineering, Inc. ("SRS") for initial data collection
documents (i.e. field investigations, surveying and mapping, elevations,
geotechnical engineering, tree survey reports and maps) and concept
plans for a new community building and additional tennis clay court
improvements at Dante Fascell Park.
The purpose for this initial process is to collect and analyze data, review
multiple concepts and preliminary construction costs for each concept to
determine the desired facilities and layout at the park. Furthermore, this
initial process allows staff to determine applicable professional a/e
design fees for future services related to this project.
Upon completion of the initial phase, staff will submit a final a/e design
proposal for City Commission review pertaining to the development
complete construction documents.
EXPENSE: Amount not to exceed $30,800.
ACCOUNT: The total expenditure shall be charged to account number 301-2000-572-
6450, which has a balance of $805,485 before this request was made.
ATTACHMENTS: Resolution
Proposal — SRS Engineering, Inc.
SRS Professional Service Agreement
29
5001 SW 74Ti COURT, SUITE 201, MIAMI. FLU RIOA 33155
TEL: 305-652-8687 FAX: 305-662-B85B
WWW.SRS-CORP.COM EB-00007317
January 12, 2021
Mr. Quentin Pough, CPRP, CPSI
Director, Parks & Recreation Department
City of South Miami
6130 Sunset Drive
South Miami, FL 33143
Re: City of South Miami
Dante Fascell Park
New Community Building and Clay Tennis Courts
Dear Mr. Pough,
We appreciate this opportunity to prepare this Proposal for Professional Services for the
referenced project. In accordance with our Professional Services Agreement for General
Engineering and Architecture Services, we are submitting our understanding of the Scope of Work
and Fee Proposal to provide Engineering Services in connection with the referenced project.
The Scope of Work as we understand it at the present time will consist of the preparation of
schematic site plans and program for the construction of improvements to Dante Fascell Park
located on Red Road and SW 87th Street. Proposed improvements include new community
building and 2 to 4 additional tennis courts. All work shall be in accordance with the accepted
practices and design standards of the City of South Miami, Miami -Dade County and local
regulatory agencies. This work will include the following:
Program/Master Plan Package
1. Provide Project Administration services, including attending meetings and coordination with
City Staff and Team Consultants (Architect, Landscape Architect, Geotechnical and
Surveyor) to discuss project and City requirements
2. Conduct site visit and field investigations as needed for design.
3. Research of existing utilities records and "As -Built' drawings within the project area.
4. Prepare base plans from survey information and incorporating utility as -built information.
5. Assist the Project Architect with the preparation of 3 or 4 schematic site plans to present to
City for approval.
6. Attend meeting with City Staff to present schematic site plans for review and comments.
7. A fee proposal for preparation of construction documents shall be prepared once an ultimate
site plan is selected and the program scope is determined.
F
10
January 12, 2021
Page 2
SUBCONSULTANTS
The following are professionals contracted be SRS Engineering, Inc. to assist in the preparation
of the work outline above. Please see attached consultant's fee proposals for additional
information.
• Laura M. Perez and Associates, Inc. (Architect)
• Curtis + Roger Design Studio (Landscape Architecture)
• Suarez Surveying and Mapping (Surveying and Mapping)
• NELCO Testing and Engineering Services, Inc. (Geotechnical Engineering)
Architectural Services
SRS shall contract and coordinate with Laura M. Perez and Associates, Inc. to provide
Architectural services as needed for the preparation of the Program/Master Plan Package
including:
• Conduct site visits to observe existing conditions
• Prepare program/master plan including 3 or 4 schemes for the building and site plan area.
• LMP and team will review the site assessment and alternatives schemes with City
representatives and proceed to develop Schematic Design.
• Preliminary construction costs estimates shall also be provided for each of the schemes.
Deliverables: Schematic and Master Plan Package.
Landscape Architectural Services
SRS shall contract and coordinate with Curtis + Roger Design Studio to provide Landscape
Architectural services as needed for the design including:
• Review site conditions and evaluate existing trees. Trees will be evaluated by an arborist
for their condition — and recommendations to retain, remove or relocate will be made. An
arborist report will be submitted.
• Prepare up to 4 site accommodation studies — showing the desired program on the site and
documenting impacts, pros and cons of each study.
• Attend meeting with City staff to review accommodation studies and receive input.
Deliverables: Schematic and Master Plan Package/landscaping accommodation studies;
and Arborist Report.
Topographic Site Survey
SRS shall contract and coordinate with Suarez Surveying and Mapping (to prepare an updated
topographic and tree survey as needed for the design including:
• Update the Boundary Survey to a Boundary and Topographic Survey and add Trees to the
Survey
Deliverables: Topographical Survey
January 12, 2021
Page 3
Geotechnical Investigations
SRS shall contract and coordinate with Nelco Testing and Engineering Services, Inc to conduct
geotechnical explorations and analysis as required for the design Including:
• 3 Standard Penetration Test Barings, (15 feet deep)
• 3 Percolation Tests (SFWMD 15 feet deep)
• Geotechnical Report with Foundation Recommendations.
• Public Utility Location/Layout Coordination.
• Drill Rig/Equipment /Personnel Mobilization
Deliverables:
COMPENSATION
Geotechnical Report
Our Engineering Fees for the above -described Basic Services will be a lump sum amount of
THIRTY -THOUSAND and EIGHT -HUNDRED DOLLARS ($30,800.00). Please see fee
breakdown below. It does not include plan review or permitting fees. Payment will be based on
monthly invoicing as a percentage of completion of work.
Topographical Survey (Suarez Surveying and Mapping) ............................ $ 6,500.00
Geotechnical Services (NELCO)................................................................... $ 2,100.00
Architectural Services (Laura M. Perez and Associates, Inc.) .................... $ 7,690.00
Landscape Architectural Services (Curtis + Roger Design Studio)............ $ 6,500.00
Civil Engineering and Project Management Services (SRS)....................... $7,960.00
TOTAL........................................................................................................... $ 30,800.00
We would expect to commence our services promptly after receipt of your acceptance of this
proposal and approval of the purchase order.
This Proposal and our Agreement with the City represents the entire understanding between the
City of South Miami and SRS Engineering, Inc. in respect to the Project and may only be modified
in writing when signed by both of us. If the foregoing is agreeable to you, please execute the
original of this Agreement where indicated below and return to our office.
Very truly ours, I have read the foregoing Letter of Agreement and agree to
n� all terms and conditions stated therein.
Accepted this day of 2020
gnacio erralta, P.E.
Presi nt City of South Miami
By:
Title:
i
..............._........... ............. ......... I .... ............ ............. _ ...... .. ................................. _......... ...............
. ..
LAURA M. PEREZ & ASSOCIATES,INC.
:ARCHITECTS -PLANNERS- INTERIOR DESINGERS LIC. AA-CODIB64:
....;......:.....:............:............:
,.....__....;....................................... ........._............... i...... .... ... ..._ _.... �.........._;.__
December 21, 2020
Mr. Ignacio Senalta
SRS Engineering
7000 SW 97 Avenue #210
Miami, Florida 33173
Re: City Of South Miami (Dante Fascell Park)
Tennis Courts and building
Dear Ignacio,
The firm of Laura M. Perez and Associates, Inc. (LMP) is pleased to submit this fee proposal to
provide Architectural services for the referenced project.
Based on our site meeting it is our understanding that that the owner would like to add two tennis
courts and field house building. As discussed we are first to provide a program / master plan
package which will include 3 or 4 schemes for the building and site plan of the area.
We will need a detailed survey of the area as well as boring results in order to properly locate both
the building and the tennis courts.
Total Architectural Fee $7,590. (see attached fee breakdown)
The following services are not included in our fee. Civil, MEP, Structural, Geotechnical and
surveyor
If you have any questions or require additional information please do not hesitate to contract our
office.
Sincerely,
Laura M. Perez and Associates, Inc.
_aura Perez, President
-:0 1 K. N. Tih ,, T P. E E't:.iF W I ,L l.,
n
13
LAURA M. PEREZ & ASSOCIATES, INC.
FEE PROPOSAL FOR DANTE FASCELL PARK
PROGRAM / MASTER PLAN FOR TENNIS COURTS AND BUILDING
1) Program and preliminary design
Description
Hours
Rate
Total
Principal
2
$180.00
$360
Project Architect/Manager
Site Visit
4
$150.00
$600
Current condition photos/plan
4
$150.00
$600
Preliminary layout
12
$150.00
$1,800
Coordination with owner / Engineers
4
$150.00
$600
Staff Architect
10
$90.00
$900
CARD / Photo plan
24
$75.00
$1,800
Estimator
6
$125.00
$750
Clerical
4
$45.00
$180
$7,590
9
14
A IVEULr'O+rl TESTING G ENGINEERING SERVICES INC.
Letter of Proposal
December 2311, 2020
SRS Engineering, Inc.
5001 SW 741, Court, Suite 201
Miami, Florida 33155
Attention: Ignacio Serralta, P.E.
Reference: Dante Fascell Park Community Building and Tennis Courts
8600 SW 57° Avenue
South Miami, Florida
Folio No. 094036-000-0600
Thank you for requesting a proposal for our services at the above referenced project.
We hereby propose to perform the following:
3 Standard Penetration Test Borings (15 feet deep) r@$150.00 each---------- $
450.00
Geotechnical Report with Foundation Recommendations ---
— S
350.00
3 Percolation Tests (per SF WMD - 15 feet deep) Q $300.00 each
$
900.00
Public Utility Location/Layout Coordination---------------------------$
200.00
Drill Rig/Equipment /Personnel Mobilization-----------------------$
200.00
(Standard fee of $ 200.00 per day/per trip)
Total Amount-------------$2,100.00
- Please note site is to be accessible for entry & performance or work. Any clewing necessary is to be performed by
others. This proposal is based on site being accessible with truck -mounted drilling equipment.
- Net Pay: 30 Days
Y I111:4
Canducdng the above referenced tests involves driving a henry imck-maimed drill rig or the mobilization of odwr henry drilling
equipment (i.e. tri-pod) into the property. and drilling holes into the ground. IVe will not assume responsibility for damage to
privately owned underground aittties (such as sprinklers. street lighting, eir.), septic tanks or other underground structures which
may resuh fmm drilling activities or mobilization of dni ing equipment if not idenitfiedprior to mobilization to the site. IVe will also
not be responsible to damage oflmrn or soft ground which may nesuhfmm the use or movement ofthis equipment on die propery.
Die information contained in this document is intended to be wed as a proposal of project specific fees as requested. based on
information given and intended for the explicit we of the client. It shall remain confidential - disclostor of any kind to third ponies
for my purpose is stric1b forbidden.
Nelco Testing and Engineering Services, Inc. is pleased to assist you with this project. if you have
any questions or need further assistance, please call us at (305) 259-9779.
Respectfully Submitted,
Nelco Testing and Engineering Services, Inc.
. sses Batista, President
ACCEPTANCE OF PROPOSAL
Signature
Date
13370 SW 1310 Street, Suite 105, Miami, FL. 33186 (305) 259-9779
Certified DBE, CBE, and SBE with Miami -Dade, and MBE (State of Florida) 12 y
wsvw.NelcoTestine.cnm // NelcolQ�bellsouth.net 15
City of South Miami
Dante Fascell Park
New Community Building and Tennis Courts - Program/Master Plan
DATE: 1162021
ACTIInfY
BY SRS
PRINCIPAL
SR. PROD. MGR
SR. ENGINEER
ENGINEER
CAD TECH
CLERICAL
TOTAL
TOTAL
HRS
RATE
HRS
I RATE
HRS
RATE
HRS
RATE
HRS
RATE
HRS
RATE
HOURS
COST
$180.00
$150,00
$125,00
69D.00
$65.00
S45.00
General Pnject Management
2
MOM
4
S150.00
$125M
S9D.00
S55.OD
2
S45.00
a
S1,050.00
Coordination with Subconsueants
$180.00
4
S150.00
2
$125.0D
$90.00
385.00
S45.00
6
SB50A0
Conduct Uifity Search and Initial site
visit
SISDOD
S15000
3
5125.00
3
S90.00
365.00
S45.00
6
S545,00
Preparation of Base Plan
$180.00
S150.00
1
$125.00
2
$90.DO
4
S65.OD
$45.00
7
S565AD
Assist in Preparation of Schematic
Site Plans
slaaw
2
5150.00
2
S12500
B
$90.00
4
S65.00
S45.00
16
S1.530.00
Prepare CrAllSite Const. Cost Estimate
$18000
S1S0.00
2
S125.00
4
S90.00
565.00
$45.00
6
S610.00
Submit and Attend Meeting with City
and Subconsultants
3
$18000
4
SI50,00
$125.00
S90.00
565.00
S45A0
7
51,140.o0
Revisions to Prog2mlMaster Plan and
req,�hmmhd to City
2
$160.00
3
$150.00
4
$126,00
39BM
4
365.00
$45.00
13
$1.570.00
TOTAL
5
$180.00
13
1$150,00
14
5125.00
17
590.00
12
$65.00
0
S4601)
w
S7,9stuto
ACTIATY
6YOTHERs
DESCRIPTION
COST
Suaez SurmyrQ
T S
SSSMOD
NELCO TnWQ aM Engineering Sarvkns. lnc
GeotoWmaiNamNtionT"M
S2.10D.00
Lava Perez"Auo.. Inc.
ArdMe4L+sl Deur
S7590.00
C A+Rpgm Design Studio. Inc
Land.ArM4edve end ArbotLst
S6.500.00
TOTAL
$22.690.00
ACTNIT d BY SRS(SAMnes) _ $7.960 % 100 S7,95000
ACTNIT BY OTHERS S22.690.00
E51� aloe OUT OF POCKET EXPENSES including reproduction costs,e1c. $150.00
TOTAL THIS PROPOSAL = $30.800.00
1:16
Professional General Engineering & Architectural Services RFQ #PVW2016-22
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
$85.0D
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
$11S.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
EXHIBIT in
PROFESSIONAL. SERVOCE AGREEMENT
"Pnfessiooal Germ®rag Engineering and ArchftectuM Zemloes"
THIS AGREEMENT made and entered into this j day of 4420 by and
between the City of South Miami, a munidp@ corporation (hereinafter refa rred to as
Owner or CITY) by and through Its City Manager (hereinafter referred to as CITY or
` It.,er) and S (kS �tS 61 W�FW �L� r6 L M who 1s authorlad to do
business In the State of Ronda. lidw referred to as the "CONSULTANT1. In
ooroiderad of the premises and the mutual covenants contained In this AGREEMENT,
the parties to the following terms and conditions:
1.1 A Notice to Proceed will be issued by the City Manager, or his dedgee% following
the wing of this AGREEMENT. This AGREEMENT does not confer on the
CONSULTANT any exchain rots to perform work on behalf of the Owner
other then the work described In one or more Notice to Proceed (heralnaf w
rW6rmd to as the 'WOW). nor does it obligate the Owner in any nanner to
guarantee work for the CONSULTANT.
1.2 The CITY aEgrees treat 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 wrimen request of the CONSULTANT.
2.0 &M of Sugm& The CONSULTANT shall Barb= the work as sst forth In dw Scone
of Smdm as described in *a Notice to Proceed.
3.0 11mg for Common
3.1 The mvices to be tendered by the CONSULTANT for any WORK shall be
eommmwed upon receipt of a written Notice to Proceed from the CITY
--a- uent to the wamtion of this AGREEOIEIT 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 acendan of time will be granted In the event theme Is a delay on
the part of the CITY In fulfilling Its part of the AGREEMENT, change of scope of
work or should any other gents beyond the control of the CONSULTANT
render performance of his dudes impossible.
4.0 bib of Corm The fees for services of the CONSULTANT shag be
determined by one of the following methods or a. combination thereof. as mutually
agreed upon by the CITY and the CONSULTANT.
4.1 A tined sun: The fee for a task or a scope of work may be a fixed sum as
mutually agreed upon by the CRY and the CONSULTANT and if such an
agreement Is reached. It shall be In wsritirig, signed by the CONSULTANT and
the City {tanager and attached hereto as ATTACHMENT
Hourly rate tee: If there is no fawd sum or if additional work Is requested
without an agreement as to a fisted suns, the CITY agrees to pay. and the
CONSULTANT agrees to accept, for the services rendered pursuant to ft
AGREEMENT. fees In accordance vAth the hourly rates that shag Include all
Pap st of 66
-rhmn P. ftpo
10112=16
ass
1�
18
woes, benefits, overhead and profs¢ and that shall be In writing signed by the
CONSULTANT and the City Manager and attached hereto as
ATTACH1EWA.
5.0B== and Par1W Pine=, The CITY will Halos monthly payments or partial
payments to she CONSULTANT for all authorised WORK fined during the
previous calendar month as set forth in the schedule of payment as set forth in
AITACHNIENT A or. It no schedule of payment ouhibit Is attached to this
AGREEMENT then payment will be made 30 days fo0owing the recelpt of
CONSULTANT's Invoice as the work processes but only for the work awjdly
performed and approved In wrift by the City Manager.
6.0 RdLof 02ddm All serer shall be performed by the CONSULTANT to the
won of the CITrs who shati decMe all questions, difflcuhles and
disputes of whamer more which, may arise under or by reason of this AGREEMENT,
the prosecution and Uffil rent of the services and the character, qwft, amaune and
value. The rep esenta"s decisions upon an claims, quesdans, and disputes shall be
fitral, conclusive and bWng upon the parties unless such determInadon Is clearly
arbitrary► or unraasonal& In the am that the CONSULTANT does not concur in the
judgnent of the .epr+esentadve as to any decisions nede by him. CONSULTANT shall
presenttt en moons to the City Per and shall abide by the decision of the
7.0 Qom, ysg, Daeunna All reports and reproducible plans. and other data
developed by the CONSULTANT for the purpose of this AGRE0ENT shall become
the propwW of the CITY without restriction or bbnitadon.
8.0 Auck s. The CITY reserves the right to audit the records of the CONSULTANT
rid to this AGREEMENT at any time during the ancution of the WORK and for a
period of one year aUrr 0nai payment is rnade. This provision is applicable only to
prooets that are on a time and cost basis.
9.0 Truth�t a onr If the contract amount exceeds the t uvAold amount provided
In L 287.017 for campry four, the CONSULTANT "I exw= a trait-l"agotiation
certificate sift that wage rates and other factud unit costs supporting the
tom n are accurate. complete, and current at the time of eanu actin& In such
wef %the oral contract price and any additions thereto shag be adjusted to exclude
any sigtriRtant sums by %ldch site City deterndnes the contmet price was Increased due
to inacarrate, incomplem or noncurrent wage rates and other factual unit costs. All
such contact adjustments must be made within one year follow bW the end of the
contract.
10.0 SAhMniL The CONSULTANT shag not assign or transfer its rigltrs under this
AGREEMENT without she express written consent of the CITY. The CITY will not
unreasonably withhold and/or delay its consent m the assignment of the
CONSULTANT's rights. The CITY may, in Its sole discretion, allow the
CONSULTANT to asdSn Its dudes, oblations and responsibilides provided the
assignee meets all of the CTTrs requ1 1 warts to the CTTY's sole sawn. The
CONSULTANT shall not vAoontract this AGREEMENT or any of the services to be
provided by It without prior wren consent of the CITY. Any asstpment or
subeonuncdng In violation hereof shall be void and unenforceable
11.0 U dmd Agenr, The employment of unauthorized alleys by the CONSULTANT is
considered a violation of Federal Law. If the CONSULTANT lmowingi)r employs
unauthorized aliens, such violation mall be cause for unilateral canaeitation of this
AGREEMENT. This applies to any sub -CONSULTANT: used by the CONSULTANT as
well. The CITY reserves the right at its discmdon, but does not assume the obtlpdon.
P$ga 33 of 68
Thmm P. F"o
1011=16
138
I9
to require proof of valid citizenship or. In the alternattve. proof of a valid green card for
each person employed In the performance of work or providing the goods and/or
services for or on behalf of dw CITY including persons employed by any independent
contimmor. By reserving this right, the CITY does not assume any ob11$ation or
ty to enforce or ensure compliance with the applicable km and/or
regulaftnL
12-OWarM. The CONSULTANT warrants that it has not employed or retained any
company or person` other than a bona ids 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 Ode employee woridng solely for the
CONSULTANT any fee, commission, penoentqe fee, gifts or any otter considerations
condngerrt upon or resulting from the award or mal ft of this contract For breach or
violation of this warranty, the CITY shall have the right to annul this contract without
llab ft
13.0 Tin. h Is eat rmly understood and agreed dw the CITY my terminate this
AGREEEMENT for any reason or no reason and without penaky by etther declining to
Issue Notice to proceed authorizing WORK. or, If a Notice to Proceed Is Issued CITY
may terminate this AGREEMENT by wften notice to CONSULTANT, and In ether
event the aT re sole obligation to the CONSULTANT III be payment for the work
previously audwrked and performed in accordance with the provisions of this
AGREMM. Payment shall be determined on the basis of the work performed by the
CONSULTANT up to the dme of w7nInation. Upon temInadon, the CITY than be
entitled to a eefimd of any rmonles paid for any period of time for which no work was
perfornmA
14.0 jam. This AGREEMENT shall remain In force until the end of the term, which Includes
a0 authorrenewals, or unless cdherw Ise terminamd 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 kenew Is at the discretion of the City Manager.
The CITY mm t mdnate the contract without cause following 30 days advanced notice
to the CONSULTANT. Haw aver. In no event shall the terra exceed be (S) years
following the Issuance of the Notice to Proud.
15.0 Ddw In the event eWwr party falls to comply with the provisions of this
AGREEMENT, the aggrieved party may deckm the other parry in defauk and notify
the defaulting party In writing. If CITY Is in default; the CONSULTANT w1I1 only be
compensated for any completed professlonal services and CONSULTANT shag not
be entitled to any consequential or delay damages. to the event that partial payment
has been made for such professional services not completed, the CONSULTANT
shall return such sums to the CITY w khtn 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 r meta to Comply with CITY's
Insurance and Inderm0cadon requirements that are set forth in ATTACNMIENT B.to
this AGREEMENT.
17.0 Not Exd Nothiq in this AGREEMENT AGREEMENT shall prevent the CITY from
employin other CONSULTANTS to perform the cane or shWlar services.
18.0 Caries. Ordinanees and Laws. The CONSULTANT agrees to abide and be governed by
all duly promuWted and pubiisshed municipal. county. state and federal codes,
ordinances:, rules, regulations and lawns which have a direct bearing on the WORK
involved on this project The CONSULTANT Is required to complete and sip all
affidavits Including Pubik En" Crimes Affidavit form (attached) pursuant to FS
287.133(3) (a), as required by the CITrs solicitation. ff any, applicable to this
Pia S3 of"
itca-ftsP. pape
1Q11=16
137
17
20
AGREEMENT.
19.0 jam, CONSULTANT shall be responsible fbr pq ment of all federal,, stm and/or
local taxes related to the Work, Inclusive of sales tax If applicable.
20.0 grin Free Warkobu:m CONSULTANT shall comply unfit CiTY's Drug Free Workplace
POW which is nude a part of this AGRE04ENT by reWrence.
21.0 IndIABBAW Cam= CONSULTANT is an independent entity under this
AGREEMENT and notft contained herein shall be construed to create a partnership.
joint ventn v, or asem rekd n altip bewsm the parties.
22.0 QudK arid_ 62 aon aL CONSULTANT ages to provide its services during she
term of this AGREEMENT In accordance with all applicable kws, rules, regubdom and
lhealdh and safety standards of the federal, state, and CITY, w1flch nmy be applicable to
the service bcintg provided.
23.0 2d emo CONSULTANT shall secure all necessary budness and
sal kenses at its sole expense prior to Ming the AGREEMENT.
24.0 Hadffingm mul AWftI -'This AGREEMENT constitutes the
entire egreenum of do pard Incorporates all the undarstandi W of the parties and
supersedes any prior gVmments, utdetaeandlnp representation or neerMon, wrh an
or oral. This AGREEMENT may not be modified or ascended except in writing, sipted
by both parties hereto This AGR ENT shall be binding upon and inure to the benefit
of the City of South Musa and CONSULTANT and to their respecdve heirs, aumessors
and am#gNo cadan cr amendment of any awns or provisions of this
AGREEMENT steal be valid or binding unless it wmpftes vAth the paragraph. This
AGREEMENT, in general and thh paragraph, in particular, shall not be modified or
amended by aces or omissions of the parties. If this AGREEMENT was approved by
Written resolution of the City Commission, or If such approval is required by ordinance
or the City Charter, no amendment to this AGREEMENT shall be valid unless approved
by written resolution of the City Common.
25.0 CITY and CONSULTANT knarwb*, irrsvocaW voluntarily and
tnmrrtlorrally waive any rIght either may have to a trial by jury in State or Federal Court
PrucemW in respect to any acetone, proaeet kwsult or counterclaim arising out of
this AGREEMENT or the performance of the Work thereunder.
26.0 Mft of &MUNd CAM This AGREEMENT may be executed In several
counter area, each of whlch shall be construed as an orlonal.
27.0 Rda of l Throughout this AGRE04ENT the pronouns that are used may
be substituted for male, funtale or neuter, whenever applicable and the singular words
sul atoed for phoW and plural words substituted for singular war applicable.
28.0 If any term or provision of this AGREEMENT or the application thereof to
any perswh or circumstance shall, to any mom be Invalid or unenforceable, the
remainder of this AGREEMENT, or the application of such term or provision to persons
or circumstances other than those to which It is held Invalid or unenfortsable; shall not
be affected thereby and each and evW other term and provision of thk AGREEMENT
shag be valid and enforceable to the fullest went permitted by law.
29.0 Cumulative Remedim The d'shd'es and obliotions bnposed by the contract documents,
If any, and the HSW and remedles arabble hereunder, and, in particular but without
limitation, the warranties. Nuammees and obligations imposed upon CONSULTANT by
the Contract Documents If any, and this AGREEMENT and the rights and remedies
available to the CITY hereunder, shall be In addition to, and shall not be construed in
any way as a limitation of any r% hu and remedies available at law or in equity. by special
Suarantm or by otter 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
PW 36 of 66
P. Repo
IQrIJ12016
138
1F
21
AGREEMENT, or existing In law or in egWty, it shall not be necessary to glue notice,
other than such notice as rnaybe herein expressly required. No remedy conferred upon
or reserved to any party herem, or ellsdng at kw or in equity, shall be exclusive of any
other available remedy or remedies, but each and every such remedy shall be cumulative
and shall be In addition to every other remedy. given under this AGREEMENT or
hereafter euisti ng at law or In equity. No delay or omission to exercise any d& or
power accruing upon any default shall impair any such e4t, or power or shall be
construed to be a waiver thereof, but any such right and power may be exercised from
tune to time as often as may be deemed eupedlent.
30.0 n-Wgiver. CITY and CONSULTANT agree fat no fWlur+e to exercise and no delay
in eowdsing any r power or privilege under this AGREEMENT on the part of either
party shall operate as a waiver of any righ power. or privilep under this AGREEMENT.
No waiver of this AGREEMENT. In whole or part; including the provisions of this
paragraph, may be b*ed by any act or owasion and will only be valid and enforceable
If In writing and duly executed by each of the parties to this AGREEMENT. Any waiver
of any tarot, condition or provision of this AGREEMENT will not constitute a waiver of
any other term, condition or provislon hereof, nor will a waiver of any breach of any
terra condition or provision constitute a waiver of any subsequent or succeeding
breach. The failure to enforce this AGREEMENT as to any particular breach or defauh
dW not act as a waiver of any subsequent breach or default
31.0 o action shag be taken by the
CONSULTANT. nor will it permit any acts or omission: which result In discrimination
Mp Inst any person. hWuuling employee or applicant for employment on the basis of race,
creed, colm ed micit►. national orWn. Teton. W. sex. familial status, marital star"
ethnicity, sexual orlon or physical or mental disability as proscribed by law and
dw it will mice afllrnwive action to ensure that such discrlmination does not take place.
The CONSULTANT shall comply with the Americans with Disabilities Acre and It will
take aflirmative action to ensure that such discrimination does not take place. The City
of South Mlam ?s hiring practices strive to comply with all applicable federal regulations
regarding employment eWbilky and employment practices In general. Thus, all
individuals and entitles seeking to do work fcr the CITY are expected to comply with all
applicable laws, governmental requirements and r%dations. Including the regulations of
the United Stages Department of Justice pertaining to employment dWblllty and
employment practim By signing this AGREEMENT. the CONSULTANT hereby
certifies under pem ttly of perjury, to time CITY. that CONSULTANT Is In compliance
with all applicable regulations and laws governing employmeM pracdces.
32.0 Gmmmtng law& This AGREEMENT and the performance of services hereunder will be
governed by the laws of the State of Rorida, with exclusive venue for the resolution of
any dispute: being a court of competent jurisdiction In Mlami-Dade County, Rorlda.
33.0 Hkift DauL This AGREEMENT shall not become effeedve and binding until it has
been executed by both parties hereto, and approved by the City Commission If such
approval is required by CWs Charter, and the effective date shad be the date of its
execution by the last party so .executing It or if City Co ion approval Is required
by the CWs Charter, then the date of approval by City Commission, whichever is
later.
34.0 Third PaW Ww fiduy, 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
Pala 55 of 66
Bhmm F. pep
10112 016
139
19
22
anyone other than the parties hereto, and that only the parties hereto shall have
any riglhts hereunder.
35.0 MdW Ammum The parties hereto agree to emmcute any and all other and further
dawments as nd& be reasonably te�aryry In order to ratify. confirm, and mate
the hltent and purposes of this AG��IENT.
36.0 Mu of Egon= 'Rme is of the essence of thk AGREEMENT.
37.0 -. This AGREEMENT ftH not be consumed more strongly qpInst either
rq► here*. regardIsa of who was morerespondMe for its preparation.
X0 Neither pa V hereto shallhe in dakult of its failure to perform Its
under this AGREEMENT if caused by acts of God, doll commotion, stripes,
labor dam, or governmental demands or requIrenhents that could not be reasonably
anticipated and the erects avoided or mltlgsoed. Each party shag not* the other of any
such oocurrhuhce.
39.0 SubconE=Z If allowed by this AGREEMENT, the CONSULTANT shall be as fully
responsible to the CITY for the acts and omissions of In subcontract ndsubconsultants
a� It Is for the acts and omiuions of people directly employed by it All
su suhants and their eyvernents, if allowed by this AGREEMENT,
m m be approved by the CITY. The CONSULTANT shall rewire each subcontractor,
who Is approved by the CITY, to wee in the subocsttract to observe and be bound by
aU ofttions and conditions of ft AGREEMENT to which CONSULTANT is bound.
40.0 &Wk BmaCONSULTANT and all of its suhbcontracoors are required to comply
with tit® pubbc records �� ((s.l 19.0701)) while provides vices goods andlar seron behW
of the CITY and the CONSULTANT, under such conditions, shag Incorporate this
paragraph In all of Its subcontracts for this Project Under such condition.
CONSULTANT and its subdontr tom are specilcally required roc (a) Keep and
maintain public records required by the public agency to perform the service; (b) Upon
request from tit® pubic agency's custodian of public records, provide the public agency
vAth a copy of the requested records or alloy the records to be Inspected or copied
within a time at a cost that does not exceed the cost provided in this
dapter or as otherwise provided by taw; (c) Ensure that public records that are
exempt or canfldbnHA and exempt from public records disclosure r+l quitemisrhts are not
discoed 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 pubD r agencp; c Upon completionof thecontract. transfer, at no cost: to the
public agency all�l pu byrds In possession of the contractor or beep and mahmWn
e conamor
� all psublicr�ecord� toethe� �ettagmq cu perform tom the service.
o 4lheIf �oontracg, eth
contractor shall destroy any dupa� public records that completion
exempt or aoniidendal
and exempt from public records disclosure requirements. If the contractor keeps and
nWnWm publk records upon completion of the contract; the contractor shall meet all
applicable requbmenents for retelnIng public records. All records stored electronically
must be provided to the public sgenry, upon request from the public agency's custodian
Of pubk records, in a format that Is compatible with the Information technology
sysoelns of the pub0c agency.
IF THE C®NTRACTOR HM QUMONS REGARDING THE
APPUCATION OF CHAPMM 18 !, FLORIDA STATWM% TO THE
CONTRACTORV DUTY TO PROVIDE PUBUC PACORDS RELATING TO
THIS CC*4MCT9 CONTACT THE CUSTODIAN OF PUBLIC RECORDS
AT 30E-6634140; E-rrhadls ntmen ouch w, 6030 Sunset
Ork% South HImmik FL 33143.
41.0 Nadws Whenever notice shall be required or permitted herein, it shall be
F*p sa of "
Thum= F: ftpe
16/10016
140
2P
23
delivered by hand delivery, e-mail (or similar electronic transmission), facsimile
transmission or certified mail, with return receipt requested and shall be deemed
delivered on the date shown on the e-mail or delivery confirmation for any
facsimile transmission or, if by certified mail, the date on the return receipt or the
date shown as the date same was refused or unclaimed. If hand delivered to the
CITY, a copy must be stamped with the official City receipt stamp showing the
date of deliver, otherwise the document shall not be considered to have been
delivered. Notices shall be delivered to the following individuals or entities at the
addresses (including e-mail) or facsimile transmission numbers set forth below:
To CITY: City Mahager,
6130 Sunset Dr.
South Miami, FL 33143
Tel: (305) 668-2510
Fax: (305) 663-6345
E-mail: salexander@southmiamifl.gov
With copies to: City Attorney
6130 Sunset Dr.
South Miami, FL 33143
Tel: (305) 667-2564
Fax (305) 341-0584
E-mail: tpepe@south iamifl.gov
To CONSULTANT:
42.0 Corrorate Authority: The CONSULTANT and its representative who signs this
AGREEMENT hereby certifies under penalty of perjury that the CONSULTANT and its
representative have, and have exercised, the required corporate power and that they
have compiled with all applicable legal requirements necessary to adopt, execute and
deliver this AGREEMENT and to assume the responsibilities and obligations created
hereunder, and that this AGREEMENT is duly executed and delivered by an authorized
corporate officer, In accordance with such officer's powers to bind the CONSULTANT
hereunder, and constitutes a valid and binding obligation enforceable in accordance with
its terms. conditions and provisions.
IN WITNESS WHEREOF, this AGREEMENT was signed on or before the
date first above written subject to the terms and conditions set forth herein.
ATT
sr.,
aria M. Menend - C
City Clerk
lihom 9 F. Pc;o
IW13=16
CON B. TU
/;Z
By;
�8C/0 60ae *444-4-
(Print N e)
City of=Seetdrf�tl
BY. -�
"Steven Alexander
f� City Manager
Page 37 of 66
21
24
Read and braved as to Fam unvWj
Leggley and Ewmdon tMmt
BY. �,�
Thomas P. ftpet Esq.
CityAnumey
• PAP so of
142
2?
25
f 1
sout h Miami
1101UYOA"FASWIrd=
ADDENDUM TO PROFESSIONAL SERVICE AGREEMENT
"Profesdonal General Engineering and Architectural Services"
RFQ#PW2016.22
The City and CONSULTANT agree that a separate rotational list will be dedicated for work
performed under a continuing professional service contract, as specified in the Scope of
Services, for "Certified Arborists Services," and a separate rotational list will be established for
all CCNA professional services. "Certified Arborists Services" is defined as:
9 Certified Arborist Services:
Consultant may be called upon to review all tree removal permit applications that are
submitted to ensure compliance with the regulations outlined in Section 20-4.5.1 of the
City's land Development Code. The review includes the initial site Inspection followed
up by the determination of mitigation and a final Inspection. When needed, assist City
Departments with other issues related to the maintenance, preservation, and protection
of trees on both private and public property.
The rotational list for "Certified Arborists Services" will rotate every three (3) months among
the CONSULTANTS. The City intends to retain a maximum of four (4) qualified firms under four
(4) separate but similar Professional Services Agreements.
CONSULTANT
By:
SIRSAgIneering, !nm
Ignado Serralta/President
(Name of Signatory)
Read and Approved as to Form, language,
Legality and Execution thereof:
By, ..:�
Thomas F. Pepe, City Attorney
d
C!jy-ofiouth Miami
By:
teven Alexander, City Manager
Or-
23
26
ATTACHMENT A
"COMPENSATION"
PROFMlNMAL SERVICE AGREEMENT
Page 59 of 86
ammmp.aqm
1011=1s
143
24
27
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 Technidan
$6S.00
GIS Technidan
$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
$45.00
25
28
ATTACHNENT.0
@NSURANCE & IN®ENNORCATION REQUIREMENTS
PRORNSIGNAL SE9ME ACIRE ONr
01Q9� r@Qpil1$ ' $ I Bert me
M or 16-n
1.010 houranm
A V1Athout limiting Its liability, the contractor, consultant or consul ft firm (ham
referred to as "RRK' with regard to Insurance and Indemnification requirements) shall
be required to procure and maintain at its own mWense during the life of die Contract;
Insurance of the tomes and in the minlmum amounts stated below as wtlll protract the
RRM, from daim which may arse out of or result from the amtract or the
00f0nareoe of the contract with the City of South Karat whether such claim Is
against the RRM or any sub-convaceer. or by anyone directly or indirectly employed by
any of there or by anyone for whose acts any of them may be Ilab4e.
L No insurance required by the CITY shall be Issued or written by a surplus Ones carrier
unless authorized In writing by the CITY and such authorhadon shall be at the CrMs
sole and absolute discretion. The RRM shall purdmse insurance from and shall
maintain the Insurance with a company or companies kwfWly authorized to sell
Insurance in the Staoe of Rorlda, on forms approved by the State of Florida, as will
protect the RRK at a minlmum, from all dims as set forth below which may arise out
of or result from the FIWs operations under the Contract and for which the RRM
may be legally liabl% whether such operations be by the RRM or by a Subcontractor or
by anyone directly or Indirectly employed by any of them, or by anyone for whose acts
any of there may be 11ablec (a) elms under workers' tom tion, disabliky benefit
and other similar employee benefit acts which are applicable to the Work to be
performed; (b) dalms for damages because of bodOy injury, occupational sklum or
disease, or death of the RWs employees; (c) dims for damages because of bodlly
injury. sickness or disease, or death of any person other than the FIRWs employees;
(d) dims for dames Insured by usual personal Injury Why coverAW (e) claims for
damages other than to the Work Itself, because of Injury to or destruction of tangible
property, Including loss of use resulting there hum (f} char for damages because of
bodily injury. death of a person or property damage arising out of ownership,
matntenance or use of a motor vehicle; (g) claims for bodily injury or property damage
arising out of comphned operations; and (h) claim Involving contractual [lability
Insurance applicable to the RRKs obligations under the Contract:
1.011 BZ(A Insurance ,rjmgm3ftThe FIRM shall provide and maintain In force and effect until
an the Work to be performed under thts Contract has been completed and accepted by CITY
(or for such dumdon as Is otherwise spedfled herein Aw), the insurance coverage written on
Florida approved forms and as set forth below:
1.012 Wadio s' Compensation Insumnca at the statutory amount as wall employees to
compliance with the %llorkera' Compensation Law" of the State of Rorie lnduftS Chapter
440. Rorie Smutes, as presently written or hereafter amended. and all applicable federal laws.
PAp60of"
iarrePoe
�
gas
2F
29
In addition, the policies must Include: Employers' Liability at the smumory cwmW
amount: The FIRM shad further Insure that all of its Subcolhtractors maintabl appropriate levels
of Workers Compensation Insurance.
9.013 Insurance with broad form endomeme;M
as well as automcbtle liability. completed operations and products 0abllity. contractual liability,
severabMW of Interest with cross liabtlfty provision, and personal Injury and property damage
habiiity with Omits of $1.000.000 combined single [hit per occurrence and $2,000.000
aggr ato. hxwd*
o Personal Injury: $1.00%000t
o Medical lasuranee: $5.000 per person:
o Property Dangp $500.000 each occurrence:
1.014 Limbrella COMMmW Campmhm6ft fimad R.Wlft 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 SZ000,000 Annual Aarepw- Coverage must be afforded
on a form no more restrictive than the latest edition of the Comprehensive General Uablilgy
policy. without rive endorsements, as filed by the Insurance Services Office. and muse
Include:
(a) Premises and Operation
(b) Independent Conawtors
(e) Products and/or Completed Operations Hasard
(d) Explosion, Collapse and Underground Hazard Coverage
(e) Broad Form Property Damage
(fD Broad Form Comractual Coverage applicable to this specific Contract, including any
hold harmless and/or indemnMcation agreement
(g) Personal Injury Coverer with Employee and Contractual Exclusions removed, with
mintrnwn Omits of coverage equal to those required for Bodily injury Liability and
Property Damage •
1.0I3 Rmd= Aummablie LM w th minimum limits of One Million Dollars
($1,000,008M) plus an additional One Million Dollar ($1.000,000.00) umbrella per occurrence
combined single limit for Bodily Injury Uabiiity and Property Damage Liability. Umbrella
coverage must be afforded on a forrn•no more restrictive than the latest edition of the Business
Autolrtobile Liability policy. without restrictive endorsements, as filed by with the state of
Florida, and must include:
(a) Owned Vehicles.
(b) Hired and lion -Owned Vehicles
(c) Employers" Ikon-Omership
1.016 SLJ1C0--hML4CTS: The ARM agrees that If any part of the Work under the Contract is
sublet; the subcontract shag contain the same Insurance provision as required by of the Firm,
other than the dine and Extended Coverage Insurance and substituting the word Subcontractor
for the word FIRM and substituting the word FIRM for CITY where applicable.
1.017 Elm and Winded Coverage ImMMnlg"ers' RW. IF APPU-CA i.
C. In the event that this contract involves the construction of a structure. the FIRM shall
rnaintain, wkh an Insurance Company or Insurance Companies acceptable to the CITY.
"broad" f wWAU Risk Insurance on buildbW and structures. Including Vandalism i
Malicious Mischief coverage, while in die course of construction, Including foundations.
additions, attachrnents and all permanent fixtures belonging to and constituting a part of
PNP 61 of 66
ThmmF.Pa"
10113MIG
148
27
30
said butlOW or structures. The policy or policies shall also cover machinery. If the cost
of Ma tnery Is baduded in the Comm or if the maddnery Is located in a building dw
Is being renovated by reason of this contram The amount of insurance must; at all
dries, be at least equal to the replacernent and actual coca value of the Insured
pnope rgr. The policy shall be in the name of the CITY and the Fhi% as their inmrest
may appear. and shall also cover the tntwom of all Subcontractors performing Work.
D. Ali of the provisions set forth In Mlsccilaneous section herein below dW apply to this
coverage unless it would be dearly notappltcable.
1.018 gz
F. If shy rodeo of cancellation of insurance or change in covergp Is issued by the
irtsuranoe company or sherd any insurance have an expiration date that will occur
durbtg the period of this contract; the FIRM shall be responsible for securing other
acceptable insurance prior to such canceiladoni change, or won so as to provide
Continuous coverage as spaMed in this section and so as to maintain coverage during
the He of this Contract
G. A9 deducd Mas must be dsckM by the FIRM and must be approved by the CITY. At
the option of the CITY, either the FIRM shall ellmh ate or reduce such deductible or
the FIRM shall procure a Bond, to a form sa3tbdbctory to the CITY covering the rams.
K The pcicies shag contain waiver of smmbrogation against CITY where applicable, shall
mcp provide that such poky or policies are primary over any other cogecdble
insurance that CITY may have. The CITY rwerves the right at any tune to request a
Copy of the required policies for review. All polices shall contain a "sevembility of
interest" or "cross liabtligi' clause without obligation for premium payment of the CITY
as wee as contractual liability provision covering the FIRM'S duty to Indemnify the City
as provided In this AV+eenhent
1. more stu tg the Work the FIRM dd deliver to the CITY cerdflratees
of such Imumnc% acceptable to the CITY, as well as the insurance binder, If one Is
Issued, the Insurance policy, Including the declaration page and d applicable
endorsernemmts and provide the name, address and telephone number of the Insurance
agent or broiler throuO whom the policy was obtained. The insurer stall 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. lip insurance policies must be written on forms
approved by the State of Florida and they must remaln to full force and effect for the
du r adon of the contract period with the CITY. The RRM may be required by the CITY,
at its sole discretion, to provide a "cerdtied copy" of the policy (as defined in Article I
of this doaunwo which shall Include the declaration pgge and all required
endorsmne nts. In addldon, the FIRM shail'delim, at the time of delivery of the
Insurance cerdflcat% the following endorsements:
(3) a policy Eton or an endorsement with substantially similar provisions as
foilows:
"The City of South Miami is an addidortal hwured. The Neon shall pay all sums
that the City of South Miammi becomes legplly eMpted to pay as danvWs
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 Ronda approved forms for commercial general liability
coverage A and coverage B";
Pala 61 of"
ThOUMP.ftP
emti►mhs
147
2p
31
(4) a policy provision or an endorsement with subsmdally similar provisions as
foaows:
"This policy shag not be cancelled (including cancellation for non-payment of
premlwnN termlimed 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 certified mail. with proof of delivery
to the C lty."
If the FIRM Is providing professional services such as would be provided by an
architect. engineer. attorney, or accountant, to name a fete, then In such gent and In
addition to the above requirements, the FIRM shall also provide Pn*sslonal Liability
Insurance on a Florida approved farm in the amount of S 1,000.000 with deductible per
claim if any, not to exceed 5% of the limp of liability providing for all sum which the
FIRM shag become leg* obligated to pay as dwrages for claims arising out of the
services or work performed by the FIRM its agents, representatives. Sub Contractors
or assIM or by any person employed or retained by him In commcdon with this
Agrewomm This insurance shag be maintained for four years after completion of the
eonstrucdon and acceptance of any Project covered by this Agreement. Hower. the
FIRM may purchase Specific Project Professional Liability Insurance, in the amount and
under the terms specified above, which Is also aeeaptable. No insurance shall be issued
by a surplus lines carrier tellers audmiaad In waiting by the city at the drys solei
absolute and whaered discretion.
Memniffcaftn Ragtdrementr
G. The Firm accepts and voluntarily Incurs all risks of any injuries, damages, or harm which
tm%ht arke during the work or event that Is occurring on the CIIVs property due to
the neg%mce or other fault of the Rren or anyone actitog through or on behalf of the
Firm.
H. The Firm shall ftw6nnify. defend. save and hold CITY, its offeoers. adliliate % employees,
successors and asslgm harmless from any and a0 dair%os, claims, liability, losses,
claims, demands, suits, fines, judgments or cost and expense% including reasonable
attornw/3 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 Pram
the City of South Miami. Its officers, affiliates, employees, successors and assigns. by
reason of any causes of actions or claim of any kind or nature, including claims for
Injury to. or death of any person or persons and for the loss or damage to any property
arising out of a negligent error, omission, misconduct; or any gross negligamA
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 h4 or
resulting from the performance or non-performance of the Firm's obligations under this
AGREEMENT.
1. The Rrm shag 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
ftV 63 of"
16112=18
148
24
32
K
L
COMM a#S employees,, successors and ashes, including their attorneys fees, In
the defense of any action in law or equity bro4t against them and arWrig from the
neaggant erron omission, or act of the Firm, its Sub -Contractor or any of thetr agents,
reps entWva% employees, or asstVm and/or arldng out of or Incident to. this
AVeernent; or incident to or resulting from the performance or non-performance of
the Fire's obi ons under this AGREEIwOff.
The Firm agrees and recognizes that neltherr the CITY nor its officem affMates,
erseptoyees, Mccessom and assigns shall be held Wft or reapondble for any claims,
Including the costs and expense: 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, representathres, employees, or assigns, or anyone acting through or on
behalf of the ther% and arising out of or conch the work or event that is occuMnig
on the CITY's property. In reviawin& approving or rejecting any submissions or acts of
the Firm. CITY In no way assumes or shares respondbf r or liabf r for the acts or
omistions of the
Rem, its contractodsubcontractor or any of their agents, reprewhtatives, employees,
or assigns„ or anyone acting throw or on behalf of them.
The Rrm has the duty to provide a defense with an attorney or taw Orin approved by
the Cityof South Pfhn% which approval will not be unreasonably wit!".
However. as to deslp professional contiraets, and pursuant to Secdon 725.08 (1).
RoHda Statutesnone of the provisions set forth herein above that are In conflkx with
this subpargraph shag apply and this subparagraph shall set forth the sate
rwporWb ky of the design professional concerning Indemnification. Thus. the design
professional's ofttlons as to the City and Its agencies, as well as to its ofOcen and
employees, Is to Indemnify and hold them harmless from liabilities, damages losses,
and com includir& but not limited to, reamnable attorneys' fees to the extent
caused by the negllgenoe, reddessness. or Intentionally wrongful conduct of the design
professional and other persona employed or utilized by the design professional in the
performance of the contract.
THIS IS INCWDED IN THE GENERAL CONDITIONS
FOP 64 of"
Thom= r.. ftPe
19111=16
149
30
33
SOO1 SW 74TH COURT, SUITE 201, MIAMI, FLORIDA 33155
TEL: 305-662-81387 FAX: 305-662-OB58
I[„ WWW.SRS-CORP.COM ES-00009319
September 21, 2021 (Revised)
Mr. Quentin Pough, CPRP, CPSI
Director, Parks & Recreation Department
City of South Miami
6130 Sunset Drive
South Miami, FL 33143
Re: City of South Miami
Dante Fascell Park — Design of New Community Building
Dear Mr. Pough,
We appreciate this opportunity to prepare this Proposal for Professional Services for the
referenced project. In accordance with our Professional Services Agreement for General
Engineering and Architecture Services, we are submitting our understanding of the Scope
of Work and Fee Proposal to provide Engineering Services in connection with the referenced
project.
SCOPE OF WORK
To provide complete architectural and engineering design and limited construction phase services
as needed for the construction of a new Community Building at the Dante Fascell Park
located on Red Road and SW 87th Street. Proposed improvements include new community
building as shown on the attached Alternative A sketches. All work shall be in accordance
with the accepted practices and design standards of the City of South Miami, Miami -Dade
County and local regulatory agencies. This work will include the following:
PHASE I - SCHEMATIC DESIGN
The A/E shall complete and transmit for review and approval to the City, the following:
a. Phase I — Schematic Design documents.
b. Phase I Estimate of Probable Construction Cost in CS] format;
2. The City shall review the A/E's Phase I Documents and furnish any and all comments to the
A/E in writing ("Phase I Review"). The A/E shall incorporate the City's Phase I Review
comments and re -submit Phase I Documents for the City's approval.
a. The City shall evaluate the A/E's Phase I Estimate of Probable Construction Cost and if
the A/E's Estimate of Probable Construction Cost exceeds the Construction Budget, the
City may, at its sole option.
b. direct the A/E to reduce the Final Scope of Work and/or Phase I Estimate of Probable
Construction Cost to meet the Construction Budget through redesign by the A/E; or
c. increase the Construction Budget for the Project; or
d. discontinue the A/E's services on the Project.
The City shall evaluate the A/E's report of any impact on the Project Schedule and
34
September 21, 2021
Page 2
documents substantiating any request by the A/E to adjust the Project Schedule.
4. The City shall transmit to the A/E in writing the final decision by the City with respect to its
Phase I Review.
PHASE II — DESIGN DEVELOPMENT
The A/E shall incorporate any remaining comments from the City's Phase I Review, if
applicable, and, from the City -approved Phase I Documents, shall prepare Phase II plans
and outline specifications to fix and illustrate the size and character of the entire Project in
its essentials as to kinds of materials, type of structure, types of mechanical and electrical
systems, and such other document development as may be required, in accordance with
Design Standards and applicable codes ("Phase II Documents"). The A/E shall complete
the Phase II Documents and transmit the Phase II Documents for review and approval to
the City. As part of the Phase II submittal, the A/E shall include a Phase II Estimate of
Probable Construction Cost in CSI format for the City's review.
2. The City shall review the A/E's Phase II Documents and furnish any and all comments to
the A/E in writing ("Phase II Review"). The A/E shall incorporate the City's Phase II Review
comments and re -submit Phase II Documents for the PM's approval.
3. The City shall evaluate the Phase II Estimate of Probable Construction Cost to determine
the course of action to be taken by the A/E. If the A/E's Phase II Estimate of Probable
Construction Cost exceeds the City's current Construction Budget, the City shall, at its sole
option and at no additional cost to the City:
a. direct the A/E to reduce the Final Scope of Work and/or Phase II Estimate of Probable
Construction Cost as required to meet the Construction Budget through redesign; or
b. increase the Construction Budget; or
c. discontinue the A/E's services on the Project.
4. The City shall evaluate the A/E's report of any impact on the Project Schedule and
documents substantiating any request by the A/E to adjust the Project Schedule.
The City shall transmit to the A/E, in writing, the final decision by the City with respect to its
Phase II Review.
PHASE III - 60% and 100% CONSTRUCTION DOCUMENTS
The A/E shall prepare (from the City -approved Phase II documents), construction drawings
and specifications setting forth in detail and describing the Work to be done, and the
materials, finishes, and equipment required, for the architectural, civil, structural,
mechanical, electrical, service -related equipment, and site work, and the necessary bidding
information.
The A/E shall address and incorporate into Phase III Documents all Comments from the
Phase 11 Review(s), if applicable.
September 21, 2021
Page 3
3 The A/E shall organize the Phase III Documents such that Construction phasing and
sequencing will minimize the disruption of the operation of existing facilities and facilitate
the safety of the occupants. The A/E shall design all Phase III Documents so that Work
related to all phasing and sequencing can be prepared and released as required.
4 The A/E shall submit copies of the fifty percent (50%) complete Phase III Documents for the
City's review and comment. This review may be a "stand- up" review and shall include the
Prime Discipline of Record, architect, mechanical, civil and structural Engineers of Record,
and others on the A/E's team as required to interface with the City's staff.
5 The A/E shall submit for review and approval, copies of the one hundred percent (100%)
complete Phase III Documents to the City, local fire official, and any other
public/governmental agencies as necessary pursuant to applicable law.
6 The A/E shall provide, concurrently with the 100% complete Phase III Construction
Documents submittal to the City, the following:
a. Building Permit Application (prepared by the City);
b. Phase III Estimate of Probable Construction Cost in CSI format;
7 The City shall evaluate the Phase III Estimate of Probable Construction Cost submitted by
the ME, and if the A/E's Phase III Estimate of Probable Construction Cost exceeds the City's
Construction Budgets the City shall:
a. direct the A/E to reduce the Final Scope of Work and/or Phase III Estimate of Probable
Construction Cost as required to meet the Construction Budget through redesign by the
A/E; or
b. increase the Construction Budget; or
c. discontinue the A/E's services on the Project.
The A/E shall, upon receipt of the Phase III City's Review(s), modify the Phase III
Documents to meet requirements and do all things necessary to obtain the unconditional
approval of the Phase III Documents by any and all authorities.
When a Project is to be awarded to a Contractor by conventional bid, the City shall provide
the A/E with "Instructions to Bidders" and General Conditions of the Contract for
Construction for inclusion in the A/E's Construction Documents.
10 The A/E shall incorporate any required modifications into the Phase III Documents prior to
release of the advertisement for bids by the City, if applicable, or by the A/E issuing addenda
to the Construction Documents prior to the opening of bids, at no additional cost to the City.
BASIC SERVICES: PHASE IV - BIDDING AND AWARD OF CONSTRUCTION CONTRACT
The ME shall assist the City in obtaining bids and awarding the Construction Contract, for
all or portions of the Work, regardless of the delivery method chosen by the City.
2. The A/E shall distribute and maintain a log of the Construction Documents issued for bid
purposes, and any subsequent addenda.
September21, 2021
Page 4
3. For Projects to be awarded by conventional bid, the A/E shall conduct the pre -bid
conference(s), receive and respond to inquiries from bidders, prepare and issue addenda
as approved by the City, assist the City in the analysis of bids and in determining the
successful responsive and responsible bidder, and make written recommendations to the
City on the award of the Construction Contract.
CONSTRUCTION PHASE V -ADMINISTRATION OF THE CONSTRUCTION PROCESS
GENERAL A/E DUTIES WITH RESPECT TO CA
1. The A/E shall provide CA of the Construction Contract as set forth in this Agreement, the
Construction Documents and the General Conditions of the Contract for Construction.
2. The A/E shall assist the City to enforce the faithful performance of the Construction Contract
and confirm that the Work has been or is being performed in a manner that is in accordance
with the Construction Documents. The A/E shall provide written notice to the City if it
observes or becomes aware of any defect or non-conformance with the Construction
Documents.
3. The A/E shall designate a fully -qualified representative of the A/E's firm, acceptable to the
City, to act as the A/E's construction project manager. The A/E shall also designate a fully -
qualified representative from each of its Sub -Consultants, acceptable to the City, for each
of the professional disciplines, to act as the Sub -Consultants' construction project
manager(s).
4. The A/E shall have access to the Work at all times in order to meet its responsibility and
obligations under this Agreement.
5. The A/E shall, when requested by the City, provide the City with recommendations regarding
matters concerning performance of the Contractor under the requirements of the
Construction Documents. The A/E's response to such request(s) shall be made with
reasonable promptness and within any time limits agreed upon.
6. The A/E shall advise the City in writing when in the opinion of the A/E, sufficient cause exists
to terminate the Contractor in accordance with the General Conditions of the Contract for
Construction.
7. It is assumed the total project construction duration for this project to be 8 months.
PROJECT MEETINGS AND SITE VISITS
PROJECT MEETINGS: As part of the A/E's Basic Services Fee, the A/E and the A/E's Sub -
Consultants (if needed) shall conduct Monthly Project Meetings at the Project Site. The
purpose of the Project Meeting, a review and up -date of the Construction Schedule, a review
of the Contractor's As -Built drawings, the Contractor's Schedule of Values, coordination with
the Contractor and its subcontractors and the City, and observation of the progress of the
Work ("walk-thru") in order to properly review the Contractor's Requisition(s) for Payment.
September 21, 2021
Page 5
9. SITE VISITS: As a part of the A/E's Basic Services Fee, the A/E shall conduct bi-monthly
Site Visits to become generally familiar with the progress and quality of the Work completed,
and to determine, in general, if the Work is being performed in accordance with the Contract
Documents. The A/E shall submit to the City a Site Visit Report for each Site Visit conducted
by the A/E and by the A/E's Sub -Consultants.
CONTRACTOR'S SUBMITTALS
10. The A/E shall review, comment and approve, (or disapprove and require modifications to),
the Contractor's document submittal schedule.
11. The A/E shall review and either return without exceptions, or with noted comments, reject,
or take other appropriate action upon a Contractor's submittals (such as samples,
schedules, and shop drawings, etc.) for conformance with the design intent expressed in
the Construction Documents, applicable codes and ordinances, and the Construction
Documents. The A/E's action shall be taken with such reasonable promptness so as to
cause no delay to the progress of the Project, as called for in the Contractor's approved
document submittal schedule, while allowing sufficient time in the A/E's professional
judgment to permit adequate review. If the A/E rejects a submittal, the A/E shall state, in
writing, the grounds for rejection.
12. The A/E shall review a submittal two (2) times as part of Basic Services, and may be entitled
to fees for additional services if, due to materially incomplete or incorrect submittals by the
Contractor, the A/E is required to review or address a submittal three (3) or more times. The
A/E shall notify the PM within five (5) days of a second submittal rejection. Notwithstanding
the foregoing, the A/E shall perform timely reviews of submittals. If the A/E is required to
review a submittal more than two (2) times due to incomplete or incorrect submittals by the
Contractor, the A/E shall recommend to the City in writing that a modification to the
Construction Contract be approved (and the basis for the A/E's recommendation) deducting
a sum from the Contractor's contract balance due which is sufficient to compensate the City
for any payments the City agrees to make to the A/E for additional services made necessary
by a Contractors repeated incomplete or incorrect submittals, such method being the A/E's
exclusive remedy for such additional expenses and services.
SUBSTITUTIONS
13. The A/E shall review and evaluate in a timely manner substitutions proposed by the
Contractor for conformance with the Construction Documents. The A/E shall recommend to
the City acceptance of substitutions only when it can be demonstrated by the Contractor
that the item specified, or its successor, is no longer available for purchase or that the
substitution provides a clear benefit to the City in performance and/or price. The A/E will not
be required to take any action on requests for substitutions from a Contractor that are not
submitted within forty-five (45) days after execution of the Construction Contract, except for
good cause shown, or unless requested by the City.
September 21, 2021
Page 6
RFIs AND RFCs
14. The A/E shall review and respond to or take other appropriate action upon a Contractor's
submittal of a RFI, RFC, inquiry or similar correspondence. The A/E shall maintain a current
log for all RFIs and RFCs.
CONSTRUCTION CONTRACT MODIFICATIONS
15. With such reasonable promptness so as to cause no delay to the progress of the Project,
the A/E shall review cost and time estimate(s) for proposed changes in the Construction
Contract and shall prepare all necessary contract modifications for the City's approval and
execution in accordance with the Construction Documents. The A/E shall maintain a current
log of all such contract modifications.
QUALITY ASSURANCE
16. The A/E shall evaluate materials and/or workmanship for conformance with Construction
Documents, evaluate quality control testing reports, advise the Contractor and the City
immediately of any unacceptable materials and/or workmanship the A/E may discover and
ensure that the Contractor takes appropriate action to remedy unacceptable conditions.
17. The A/E shall have the duty to recommend to the City rejection of Work that does not
conform to the Construction Documents. Whenever the A/E considers it necessary or
advisable for implementation of the intent of the Construction Documents, the A/E shall have
the duty to recommend to the City additional inspection or testing of the Work in accordance
with the provisions of the Construction Documents, whether or not Work is fabricated,
installed or completed. The A/E shall recommend that the City stop Work when, in the A/E's
professional judgment, defects and deficiencies in the Work warrant that the Work be
stopped. The City alone shall have the authority to stop and/or order recommencement of
the Work.
BUILDING CODE CONSULTANTS, INSPECTORS AND PLAN REVIEWERS
18. The A/E shall cooperate with the City inspectors and plan reviewers in providing information
and explanations as requested. The A/E shall also respond to any deficiencies noted by the
City in the Construction Documents and during construction, by making the necessary
changes in the plans, or taking the necessary action during construction.
CERTIFICATES FOR PAYMENT
19. All Requisitions for Payment received from the Contractor shall be processed and paid by
the City in accordance with the Construction Documents. A/E shall assist the City in a limited
capacity as needed.
SUBSTANTIAL COMPLETION/OCCUPANCY INSPECTION
20. Within seven (7) days of receiving the Contractor's request for a Substantial Completion
Inspection (and when required, Occupancy Inspection), the Contractor's Punch List with all
items completed or explained, a copy of the Contractor's building permit reflecting all final
September 21, 2021
Page 7
inspections have successfully been concluded, all reviewed/approved shop drawings, all
required operations and maintenance manuals, all safety systems certifications, the A/E
shall determine if the Work is ready for a Substantial Completion Inspection and, if
applicable, Occupancy Inspection, and notify the Contractor, in writing, as follows:
a. If the A/E determines that the conditions for Substantial Completion have not been
met, the A/E shall notify the Contractor, noting specifically those deficiencies that
cause the Work to not meet Substantial Completion requirements; or
b. If the A/E determines that the conditions for Substantial Completion have been met,
the A/E shall notify the City and schedule a Substantial Completion Inspection to be
completed within fourteen (14) days of the A/E's receipt of the Contractor's request for
a Substantial Completion Inspection, unless this time period is otherwise extended by
the City in writing. The A/E shall be responsible for having the Work inspected by, at
a minimum, the A/E, the A/E's Sub -Consultants, other consultants, the Contractor, the
subcontractors, and the sub -subcontractors.
21. Upon the conclusion of the Substantial Completion Inspection, the A/E shall determine the
status of the Work to be one of the following:
a. Substantially complete. If on the date the Substantial Completion Inspection is
completed, the A/E determines that the Work has achieved Substantial Completion,
the A/E shall within fifteen (15) days of the conclusion of the Substantial Completion
Inspection, certify in writing to the City the date on which Substantial Completion was
achieved. The date on which the A/E determines that Substantial Completion has been
achieved is the date on which liquidated damages end pursuant to the General
Conditions of the Contract for Construction; or
b. Not substantially complete. If the A/E determines that the Work has not achieved
Substantial Completion, the A/E shall notify the Contractor and the City, in writing, of
its determination by no later than ten (10) days after the conclusion of the Substantial
Completion Inspection, noting specifically those deficiencies that cause the Work to
not meet Substantial Completion requirements.
SUBSTANTIAL COMPLETION PUNCH LIST
22. When Substantial Completion is achieved, the A/E shall prepare and provide to the
Contractor a comprehensive Substantial Completion punch list in electronic form which
incorporates, by trade, all punch list items submitted to the A/E by participants in the
Substantial Completion Inspection. The A/E shall submit the Substantial Completion Punch
List to the City and Contractor within fifteen (15) days of the Substantial Completion
Inspection date.
23. During the thirty (30) day period when the Contractor is completing the Substantial
Completion punch list, the A/E shall monitor and keep the City informed of the Contractor's
progress.
FINAL INSPECTION AND FINAL COMPLETION
24. Upon completion of the Substantial Completion Punch List, the Contractor shall provide
written notice to the A/E that the Work is ready for Final Inspection and Acceptance.
40
September 21, 2021
Page 8
a. Within seven (7) days after 1) the expiration of the thirty (30) day Substantial
Completion punch list period or Contractor's written notice that the Work is ready for
final inspection and Acceptance, whichever occurs first, and 2) receipt of Contractor's
final Requisition for Payment, the A/E shall schedule and conduct a Final Completion
inspection with its Sub -Consultants (as appropriate), the City and Contractor to
determine the status of the Work to be one of the following: Finally complete. If the
A/E and its Sub -Consultants concur that there remain no incomplete or deficient items
of Work, and that the Construction Documents have been fully complied with by the
Contractor, the A/E shall inform the City within two (2) business days of the Final
Completion Inspection, in writing, of its determination and recommendation for the
Acceptance of the Work. If the City concurs with the A/E's determination that the Work
has achieved Final Completion, the Project shall be "Accepted" by the City, final
payment to the Contractor shall be recommended by the A/E to the City in accordance
with the Construction Documents and the A/E shall close out the Project; or
b. Not finally complete. If the A/E determines that the Work has not achieved Final
Completion, the A/E shall notify the Contractor and the City within two (2) business
days of the failed Final Completion Inspection, in writing, of its determination that the
Project has not achieved Final Completion, noting specifically those deficiencies that
cause the Work to not meet Final Completion requirements. The A/E shall provide to
the City, in electronic form, a Final Completion Punch List identifying any and all open
punch list items and estimates of the cost to properly complete/correct each item listed
and provide the City with the A/E's recommendation as to how to proceed with the
completion of the Final Completion Punch List and close out of the Project; all in
accordance with alternatives provided in the Construction Documents. In the event
that the A/E determines that the Work has not achieved Final Completion, the City
shall not be required to review the A/E's determination in this regard.
25. The ME shall complete the processing of any remaining Construction Contract
modifications, evaluate the assessment of liquidated damages (if any), and shall evaluate
Contractor's final Requisition for Payment (including, without limitation, all required Final
Releases of Lien and/or Bond Rights) and submit its written recommendation as to payment
to the City, on a line -item basis, within five days of its submittal, and shall otherwise perform
its duties with sufficient time for the City to make payment.
26. During the substantial and final completion process, the A/E shall notify the City when,
based upon the A/E's observation, the Project is sufficiently complete to allow occupancy
by the City. Occupancy by the City at any time during the correction of Punch List items
shall not alter the schedule or responsibilities of the A/E regarding completion.
A/E SERVICES CLOSEOUT
27. The A/E shall submit project close-out documentation.
September 21, 2021
Page 9
SUBCONSULTANTS
The following are professionals contracted be SRS Engineering, Inc. to assist in the preparation
of the work outline above. Please see attached consultant's fee proposals for additional
information.
• Laura M. Perez and Associates, Inc. (Architect)
• Basulto & Associates, Inc. (MEP Engineers)
• Botas Engineers, Inc. (MEP Engineers)
• Curtis + Roger Design Studio (Landscape Architecture)
COMPENSATION
Our Engineering Fees for the above -described Basic Services will be a lump sum amount of ONE -
HUNDRED FIFTY-NINE THOUSAND and SEVEN -HUNDRED SEVENTY-SIX DOLLARS AND
FIFTY-SEVEN CENTS ($159,776.57). Please see fee breakdown below. It does not include plan
review or permitting fees. Payment will be based on monthly invoicing as a percentage of
completion of work.
Phases
SRS
LMP
Basulto
Botas
C+R
Total
Schematic
$1,755.00
$6,050.00
$3,108.96
$2,467.40
$750.00
$14,131.36
Design Development:
$1,205.00
$6,980.00
$1,554.48
$1,233.70
$750.00
$11 723.18
50%CD
$6.665.00
$10,600.00
$7.150.60
$5,675.02
$1,500.00
$31,690.62
100%CD
$7.370.00
$13,155.00
$9,326.87
$7,402.20
$1,875,00
$39129.07
Bidding$2,160.00
$2,350.00
$1,554.48
$1,233.70
$375.00
$7,673.18
Construction
$7,433.00
$26,725.00
$6,839.71
$5,428+28
$2,000.00
$4 ,,425.99
Close out
1 105.00
2 960.00
$1,554.48
1 233.70
250.00
7 103.18
Total
$27,693.00
$68,820.00
$31,089.57
$24,674.00
$7'500.00
$159,776.57
We would expect to commence our services promptly after receipt of your acceptance of this
proposal and approval of the purchase order.
This Proposal and our Agreement with the City represents the entire understanding between the
City of South Miami and SRS Engineering, Inc. in respect to the Project and may only be modified
in writing when signed by both of us. If the foregoing is agreeable to you, please execute the
original of this Agreement were indicated below and return to our office.
Very truly y urs,
GQ Jte_::�
Ignacio 9erralta, P.E.
I have read the foregoing Letter of Agreement and agree to
all terms and conditions stated therein.
Accepted this day of 12021
0
Title:
City of South Miami
42
�STRL!Crlolt,
SRS ENGINEERING, INC. -AE FEE PROPOSAL SPREASDSHEET
Dante Fascel Park
shaded edl,
'o >
Design
Schematic Design
Design Development
CD50%Completed
CD IOOY Complete
Bid/Award
CA -Substantial
CA -Closeout
x N
W
LL
F V
Q V
Discipline/Firm
Q
m
m
CIVILHourly
Rate
SRS Engineering, Inc.
H.
$
Hr. $
Hrs
$
Hrs $
Hrs
$
Hrs
$
Hrs
$
Hrs $
Principal
11:0.00
51o.11
$129.00
590.00
$6s.00
I $4s.O11
2
S360
$6oD
$750
So
$0
$45
2 $350
2 $300
4 $500
o So
0 $0
1 $45
3
$540
$1,500
$2,000
51soo
$780
$45.
3 $540
12 51,81M
16 $2,000
za Sz,16o
32 $760
2 $90
3
SS40
51.200
$375
50
So
$45
6
$1,080
54,81M
51,500
Se
so
545
2
9360
S450
$250
So
$0
$45
21 $3.780
71 $10,650
59 $7,375
44 53,968
24 $1s6o
a S360
Sr. Project Manager
4
10
a
32
3
Sr. Civil EO ineer
6
a
16
3
12
2
Engineer
zo
echnician
�en
0
12
Clerical
1
1
1
1
1
TOTAL CIVIL
13
$1,75$
9 51,205
62
$5,665
69
1 $7,370
15
1 $2,160
51
$7,433
B
$1,305
227 $27,693
43
............ ............ ............ ......................... ........ .............. - .......... ............... _............
LAURA M. PEREZ & ASSOCIATES,INC.:
:ARCHITECTSPLANNERSINTERIOR OESINGERS LIC. AA-CDOIS64:
............i............i............i.............j............ :............
.j............ :............ .j... .........n............i.......... ..:......
May 11, 2021
July 9, 2021 (Revised)
Mr. Ignacio Serralta
SRS Engineering
7000 SW 97 Avenue #210
Miami, Florida 33173
Re: City Of South Miami (Dante Fascell Park)
New Building
Dear Ignacio,
The firm of Laura M. Perez and Associates, Inc. (LMP) is pleased to submit this fee proposal to
provide Architectural services for the referenced project.
Based on the approved preliminary drawings it is our understanding that the owner would like to
add a field house building next to the existing tennis courts.
Total Architectural Fee $68,820. (see attached fee breakdown)
The following services are not included in our fee. Civil, MEP, Structural, Geotechnical, surveyor
and building material testing. Each consultant will have to provide there estimate for construction.
If you have any questions or require additional information please do not hesitate to contract our
office.
Sincerely,
Laura M. Perez and Associates, Inc.
/p
Laura Perez, President
........... ............ ........... ............ <........... <............ ..... ...... <............ ..... ......... ........... ........... ................_ ..... ....
,'401 N.W. 7th STREET MIAMI, FL 33125 PH:305-642-9494 FA%:305-642-0889 E-MA IL :'I mp@1mpic.'c om
LAURA M. PEREZ & ASSOCIATES, INC.
FEE PROPOSAL FOR SOUTH MIAMI DANTE FASCELL PARK
BASIC DESIGN AND CA SERVICES
1) Schmatic Design (30 days)
Description
Principal
Project Architect/Manager
Site Visit
Design
Staff Architect
CADD
Estimator
Clerical
2) Design Development (30 days)
Description
Principal
Project Architect/Manager
Design
Staff Architect
CADD
Estimator
Clerical
3) 50% Construction Documents (60 days)
Description
Principal
Project Architect/Manager
Staff Architect
CADD
Estimator
Clerical
4) 100% Construction Documents (60 days)
Description
Principal
Project Architect/Manager
Staff Architect
CADD
Estimator
Clerical
Hours
Rate
Total
1
$180.00
$180
4
$140.00
$560
12
$140.00
$1,680
8
$90.00
$720
30
$75.00
$2,250
6
$95.00
$570
2
$45.00
$90
Hours
Rate
Total
1
$180.00
$180
16
$140.00
$2,240
10
$90.00
$900
40
$75.00
$3,000
6
$95.00
$570
2
$45.00
$90
$6,050
$6,980
Hours
Rate
Total
2
$180.00
$360
20
$140.00
$2,800
24
$95.00
$2,280
60
$75.00
$4,500
6
$95.00
$570
2
$45.00
$90
$10,600
Hours
Rate
Total
2
$180.00
$360
20
$140.00
$2,800
24
$95.00
$2,280
60
$75.00
$4,500
6
$95.00
$570
2
$45.00
$90
5) Permitting (review comments and resubmittal only) TBD
Description
Hours
Principal
1
Project Architect/Manager
8
Staff Architect
6
CADD
8
Clerical
2
Rate
Total
$175.00
$175
$140.00
$1,120
$95.00
$570
$75.00
$600
$45.00
$90
$10,600
$2, 555
45
6) Bidding
Description
Principal
Project Architect/Manager
Staff Architect
CADD
Clerical
7) Construction administration (8 months)
Description
Administration (SD, RFI, correspondences)
Principal
PM/Architect (2 hrs per week)
Const. Manager (1 hrs per week)
Construction Meetings/minutes and site visit report
meetings and reports bi month (5 Hrs) ea
Pay app and schedule review (1 per month)
Punch list / Closeout
Clerical
Hours
Rate
Total
1
$180.00
$180
8
$140.00
$1,120
6
$95.00
$570
4
$75.00
$300
4
$45.00
$180
Hours
s
Rate
Total
4
$180.00
$720
70
$140.00
$9,800
35
$95.00
$3,325
80
$140.00
$11,200
12
$140.00
$1,680
16
$140.00
$2,240
16
$45.00
$720
$2,350
$29,685
$68,820.00
46
B A S L TE0
A S
C O N S U L T I N G E N G 1 N E E R, S
June 14, 2021
Revised 06/3012021
Ignacio Serralta
SRS Engineering, Inc.
5001 SW 74 Court, Suite 201
Miami, Florida 33155
Project: Dante Fascell Park Concession - Restroom Building
Location: 8600 Red Rd, South Miami, FL 33143
Dear Mr. Serralta,
Proposal # 2021078
We are pleased to submit our proposal to provide Professional Engineering Services for the
above -mentioned project.
Basic Services:
Our scope of work will consist of:
Preparation of mechanical, electrical, plumbing construction document level drawings shall be
prepared in accordance with local codes. Drawings shall be submitted at 30%, 60%, and 100%
phased along with any required calculations for permit. Site visits during design to verify existing
conditions shall be considered part of basic services.
Assistance in obtaining permit in the form of responding to Building Department plan review
comments, and cost estimates shall be considered part of Basic Services.
Construction Administration shall include shop drawing review, response to RFI's and monthly
site visits during construction.
Compensation:
Our proposed fee shall be as follows:
PROPOSED FEE: $ 31,089.67
Payments are requested as follows:
As per City of South Miami Payment Schedule
Please make checks oavable to: "Basulto & Associates, Inc."
Exclusions:
• Processing or walking drawings through the building department are not included.
• Technical specifications (book type) are not included.
14160 Palmetto Frontage Rd, Suite 22 Page I of 2
Miami Lakes. Florida 33016 www.basulto.com
Phone (305) 698-3988
Fax (305) 698-3989
47
Proposal # 2021078
Additional Services:
• Modifications to drawings due to owner requested or value engineering changes shall be
considered additional services and shall be billed accordingly.
• In -House printing charged at $0.20 square feet.
Compensation for Additional Services shall be hourly, per contract, at:
Principal Hours: $180.00
Engineering Hours: $125.00
CAD Tech Hours: $ 65.00
Clerical Hours: $ 45.00
Thank you for an opportunity to serve you. We look forward to working with you on this project.
Should you have any questions, please do not hesitate to contact our office.
Rene I. Basulto, PE, MSEM
CGC, CFEI, CPE, CPD
Principal
LETTER OF AGREEMENT ACCEPTANCE
I, the undersigned, having authority to execute this Agreement for and having read and
understood this proposal and attachments, hereby agree to terms and conditions stated herein
as well as to any terms and conditions attached hereto and made part of this Agreement. Please
return one executed copy to BASULTO & ASSOCIATES, INC. and keep the other for your
records.
Signature
Printed Name
Title
Date
Q A S.` L T 0 Page 2 of 2
A S S O .1 A 1" L S
48
11 BUTAS Engineering, Inc.
STRUCTURAL ENGINEERS
May 20, 2921; rev. June 16, 2021; rev. July 14, 2021
SRS Engineering, Inc.
5001 SW 741h Court, Suite 201
Miami, Florida 33155
Attn: Mr. Ignacio Serralta, PE
Project Name: Dante Facell Park — New Building
Subject: Structural Fee Proposal
Dear Ignacio:
As requested, we are submitting a revised fee proposal for the structural design of a new 1-story
building. This proposal summarizes our fees for the above -mentioned project and our scope.
Based on the information that we received, we understand that the proposed building will be
approximately 3100 sf. The structural components of the 1-story building will consist of shallow
foundation, reinforced masonry walls, concrete beams and columns, concrete slab roof for the east
and west wing and a metal roof frame system for the raised roof along the entry hallway which
connects the east wing to the west wing. Ignacio, based on the schematic/conceptual renderings that
we received for this building, please note that the support system for the hallway roof may require
modifications due to stability.
Botas Engineering scope for this project is as follows.....
• Schematic and Design Development Narrative
• Submit 50% and 100% (signed and sealed) plans; includes specs., cost estimate and talcs.
• Implement any applicable review comments.
• Bidding and Award Support
• Construction Administration Support (incl. shop drwgs. review, responses to RFI's and required
inspections).
• Develop structural as -built plans
Our fee for the above -mentioned tasks is a lump sum of 24,97 and the distribution of hours is as
indicated under the attached "Fee Breakdown for Basic Design Pref. Services".
8935 NW 35th Lane. Suite #292 • Dural FI 23172 • Tel 3[15-418 0111 • Fax 305-418-9112 49
13E
Page 2 of 2
Mav 20. 2021: mv. 6;16/2021: mv. 7/I412021
Dantc Facell Park
If you have any question(s) or need additional information to be included in this letter, please let us
know at your earliest convenience.
Thank you very much for considering us for this project.
Regards,
BOITAS Engineering, Inc.
Patr�' icia M. Botas, P.E.
President
Accepted
Date
8935 NW 35th Lane. Suite #202 • Oural. FL 33172 • Tel: 3115-418-9111 • Fax: 305-418-9112 50
rq
May 19, 2021
Mr. Ignacio Serralta
SRS Engineering
Re: Dante Fascell Community Center
C U R T I S Dear Ignacio:
As per your request enclosed you will find our proposal to provide landscape architectural
R o G E R S services for the new community center building at Dante Fascell Park.
D E 5 1 G N Our scope of services will include preparing the necessary plans addressing existing
S T U D 1 p plantings — removals, relocations or retainage, and new plantings in the immediate vicinity of
the new building. These plans will include all the necessary information to obtain a building
NC_ permit and for construction. Our detailed scope of services is as follow:
1. Schematic Design/ Design Development
a. Site visit to evaluate existing conditions.
Landscape b. Review applicable code requirements
Architecture c. Preparation of schematic design
d. Preparation design development drawings, addressing landscape intent and
code compliance.
e. Preparation of outline specifications
f. Preparation of Statements of Probable Cost for landscape elements
g. Coordination with Architect and applicable consultants.
h. Attend a meeting/ presentation with the client if required.
2. Construction Documents ( 50% and 100% Submittals)
a. Review and incorporate comments received for previous submittal, and
interim submittals
7 5 2 0 b. Prepare construction documents for tree disposition and planting.
c. Prepare technical specifications for tree disposition (relocation or protection of
S. R E D existing trees), planting and sodding. NO IRRIGATION SCOPE IS
R O A D INCLUDED.
d. Update Statement of Probable Cost for above items
s UITE M e. Address permitting comments as needed.
f. Coordination with Architect and applicable consultants
s o u T H g, Attend a meeting/ presentation with the client if required.
M I A M i
3. Bidding Assistance
F LO R I DA a. Assistance during bidding including attendance to pre -bid conference if
3 3 1 4 3 needed,
b. Prepare addendums, respond to requests for information or issue
T E L E P H O N E clarifications,
3 0 5-4 4 2-1 7 7 4 c. Assist Owner/ Architect in review of bids
FACSIMILE 4. Construction Administration
a. Attend a preconstruction meeting (if required)
3 0 5-4 4 5-9 4 8 8 b. Assist Architect in reviewing applicable shop drawings, response for
L L C. LC 000241 information, or clarifications,
c. Attendance to a maximum of two(2) construction meetings, and perform two
w 'Curtisrogers.com site observations during construction, prepare the applicable site observation
reports,
51
Mr. Ignacio Serralta
May 19, 2021
Page 2
d. Perform a substantial completion inspection and prepare a punchlist for
outstanding items,
e. Perform a final completion inspection and prepare a report outlining findings,
f. Conform drawings utilizing "Contractor's As-builts" , to reflect actual as -built
record drawings,
g. Review closeout packages and guarantees as they relate to landscape.
We propose to provide the above services in accordance with the schedule established with
the Client.
We assume that we will receive digital bases of site plan for our use, as well as a digital
survey locating and identifying all existing trees within project limits. Trees shall be classified
by name, and size in caliper, height and spread. This information will be needed in order to
submit to the City of South Miami — should tree removal permits be needed.
We propose to provide the above services for a lump sum of $7,500, with the following
breakdown by phase:
1. Schematic Design (10%)- $ 750.00
2. Design Development (10%) - $ 750.00
3.. Construction Documents
a. 50% Submission (20%)- $ 1500.00
b. 100% Submission (25%)- $ 1875.00
4.. Bidding Assistance (5%) - $ 375.00
5. Construction Administration (30%) - $ 2250.00
Expenses such as printing for internal coordination, postage, and couriers are included in the
above fees. If required, printing of multiple sets for submission will be billed at cost.
Alternatively we will provide hard or digital copies of the documents, for reproduction.
Please call me if you have questions regarding any aspect of this proposal.
Sincerely,
0,-� " � C',
Aida M. Curtis
President
52
u l'
_.
W-LL �u�d a
(S,_ RED _ROAD)
40 miw
•
_d,�l�<
(
|
/ ` \
\\
� §
�
|■`� .-
SS
C
7�
i
-A-16-E1N-[TE V II (S _ RED _ R O A D )
I
O
F
a
r:r�NMinmdd
7W ruv" KM L►LLK r"A 9c"-
R{K
_
'-.. _. ."^�..... r �....�...... LY1Cc'll *PJJ Y WWppS'OAV %015 MS OOL9
AA A � t0tY01J SRRII 11714f Nt •M71 rNi
gunmisae vam2ml • NaMwvu •saaaiwary I - i <
S8V i 2MMd • i va jen..�..... Ill_t ... �_.... )4UVd 1130SV-A 31NV O � N
i
' 8
Col.
x O
W I—
U
U
R
j
J•
m
__!___ a
Ka
�'
-M
Kt
c w
5Vj
cs
r
\
m
w
.
W U
..
�'
fx••
� � i
�
Q[!j
� �
Q•
I 1.
CIA
S
'rP. tee -• r
E:
ii
e
—
��B v
u..\: \ \_ •' \ •\ a Via: a \ a
Dante Fascell Park New Building & Tennis Court
City of South Miami Parks and Recreation
Miami, Florida 33155
Tel: (305) 662-8867 AprD N. 2021
Fax: (305) 662-8858
Conceptual Scheme "A"
op.
Ill.
E.T.
UNIT
UNIT
TOTAL
H0.DESCRIPTION
.11
COST
pOST
Site Pre aradon
11
Motelixation (2% of Grand Total)
1
LS
S26.07289
S26.072.89
1.2
Wbdenence of Traffic D%of Grand Total)
1
LS
S24S072.09
$28,072.09
1.3
Cleamg and Grubbing (5% Of Grand Total
1
LS
565.102.24
S65.182.24
14
Removal of Existing Cork. Sidewalk a Me" Walkway
324
BY
S2000
S6,480.00
1.6
Removal of Exotmg COS Building
892
SF
$low
SB.m DO
IS
Removal of Raguert Ball
1
LS
S7.50000
S7.500 DO
1-7
Relocalun of TIN HOT
1
LS
S1.00D.DO
51.00000
LB
Earth wOM
t
L6
$1500000
$1500000
Sub -Total
$156,228.02
New Partdw Lot
24
RO,elar Exi'avabdn
396
cY
5300
$1.10800
22
Type'B"Stabil¢abon(12" thick minimum LBR 40)
736
SY
SI 70
51.200.20
241
Lbnemcit Base (W Tlritk couple Course) (Pinned) (ROadeen
706
BY
S11.50
58.11900
24
AsphaOk Concede TFe Se.95(1 WDick)
59
TON
S13000
S7.670.00
25
CondtelaS Ibxae (A- Thick. Including Pedestrian
65
BY
SAD.010
52.600.00
2A
Rubber mulch wtikes,(41
146
BY
star DID
$12.160.00
2.7
Real Bonier
20
LF
410.00
$200.0)
22
New Lighbng with semees
2
LS
S15,000.00
$30.00000
Sub-Treal
$63.157.20
New Parkin Lot Pavement Markin
3.4
Solid Traffic Stripe (4" Write) (Tnermdplasbc)
305
LF
$1.50
S457.50
310
Wheel Slop
19
EA
S150.00
52850. DO
Sub -Total
$3.307.50
New Illinderag Lot DrIfloalle3 em
4-1
E#Iltratun Grain(16" Inedonted Pipe)
75
IF
$110.00
58250.00
43
Inlets. Gutter, Tyce 5,<10
2
ET
S4 600 00
5920D 00
a4
B' le
2
EA
S30000
S60000
Sup -Total
S18.05000
NaterBudkilm & Associated Sidewalk
54
New Bmlding
1
LS
5660,000.00
$660000 DO
5.1
New Covered Terrace
t
LS
$57.000.00
$5700000
S3
NNeem Concrete Sidewalk (4"Thick Including Pedestrian
365
BY
$4000
51460000
N
New Dmhega fiytem
1
LS
$10.000.00
$1000000
Sub -Tonal
S741,600.00
61
New Tomb Court
2New Clay Court Al above ground irrigation and perimeter
fe ke
1
LS
S220.000.00
S220.000.00
62
New Terms LighOng
I
L5
S112600.00
S112.500.00
63
New Trench DOIn wl Drainage system
1
I LS
S20.000.00
S20,000.00
Sub -Total
S352.50000
7-1
New.Landeca in
Tree Prpladiin
I
LSLL
S10,00000
$1000000
7-2
Tree Removals
12
EA
51.000.00
$12.000.00
7.3
Tree Relocations
10
FA
SS000.00
550.000.00
74
New Tree
12
EA
Voodoo
$12.000. DO
7.5
SNubs
I
LS
S750000
$7,50000
74
New Sad Retortion
I
LS
Sto.(1(Io.00
S10.god, w
Sub -Tonal
s1m,5oo.00
TOTAL :
$1,436,342.72
5.1
10%Overhead and li
$143,634.27
22
2% Bond and Insurance
$28,726.86
69
Contingency Fund(2035 of suinenal amount) due to
Pm emm,nPhase
$287,268.5d
SI
Survey
$3, 500. no
6.6
Aeaula
51, 50D.00
TOTAL PROJECT COST:
$1,900,972.39
59
io s o s
�€ $ %
8 w's'g 48< ml
falu6w>m
�^�8oeow
--- \ 5 W 5 7 h8 A�-ENrD t (S � RED ROAD )
i °-
m
t
_
' 8
i
m
'
tu
uj
..
• F-
I �
�j3J + I
_ �
i
1 J/JJ1ff
PPP"'•
ui
g
8
N
8
g
8
U
-
7F
Z9
.�✓1 1-.ZL
D
O
}
Q
J
ry
W
Y
O
O
J_
O.
OQ
LLJ a
LLN
Dante Fascell Park New Building & Tennis Court
ME'ftm-City of South Miami Parks and Recreation
5001 S,W • 74 Court Swte 201
Miami, Florida 33155
TOJ:(305) 662-8887 Aedi 20. 2021
Fax: (305) 652-8858
Conceptual Scheme "Brr
nFM
REM
EST.
UNIT
UNIT
TOTAL
No.
uEsexamaN
41"
cWT
COST
Site Pre arl
1-1
Mobaizatmn (A: of Grand Total)
t
LS
S2a,i74 a5
529)7405
1-2
Maintenance of Traffic (2%of Grand Total)
1
LS
S28, 77405
S2877405
1-3
Cleating and Grubbing (5%of Grand Total)
1
LS
$71,935.14
S71935.14
14
Removal of Existing Cone, SidewalkA Mulch Walkway
324
BY
520 00
HAN 00
1-5
Removal of Existing CBS Building
892
SF
S10.00
58 920.00
15
Earth wort, -
I
LS
52500000
S2500000
Sub -Taal
5169,883.24
11111wParklm Lot
Regular ExCavatlon
1,030
CY
5300
S309000
Type -B" Slabiliaalion(12" Sea mmmum LBR 40)
1836
SY
S17D
S3.12120
R�Base(8" Thoor Double Couve)(Pnmed)
yl
1836
BY
$11.50
S2L11400
m[ConaeleT pe SP-9S(LS OiG
153
TON
5130.00
S19,89000
R24
RNew G0ncre18 SMew4IX(4- Truer - Including Pedestrian
BY
S40.W
$2,6W 00
Rubber mulch walkwa 4')
527
SY
$84.00
S44,26800
Root Banim
40
LF
510W
5400,00
New Lghiiog with services
3
LS
SIB=00
545.000.00
Sub -Total
$139,483.20
_Nosidwidirg.Lot
Pavel118rA Malting
34
Solid Traffic Stripe (4" Mite)(Themlpplasec)
793
LF
51.50
S1.18950
3-10
Wheel Stop
32
EA
S150.00
S4, 80000
Sub -Total
$5,989.50
N" Parift Lot Dralba e Sysbuff
41
EAftraticn Dram IV Perfoated Pipe)
100
LF
WOOD
S110o0 D0
45
Inlets, Gutter, Type S,<10
2
EA
54.60000
59200.00
44
Baffle
2
EA
S300.00
SNOOD
Sub -Total
$20,800.00
NwBulldlng 6 AssocialeU Sidewalk
5-I
New Building
1
LS
5680,o00 Do
S66[000GO
New Covered Tepace
1
LS
S5700000
S57,000.00
- 3
Naw Concrete Sidewalk (a -Thick- Including Pedestam
Re
30
BY
S4000
SKNODO
5-4
New Drainage Sytem
1
LS
$1000000
SID,000 OD
Sub -Total
$741,600.00
New Tennis Court
61
2New Clay Court w.'."Oogio.odml,alum and penmeler
fence
I
Ls
522000000
$22000000
62
New Tenors Lighting
1
LS
$112500.00
$112 Soo 00
65
New Trench Dmn wl Drainage system
1
LS
$20,000 00
$20 000 00
Sub -Total
$352.500.00
Nevi Candki _
.. .
74
Tree Proleceon
1
L$
$1400000
$to SOO Do
7-2
Tree Removals
12
EA
$1,000.00
SR,WO.00
7.3
Tree R.C.hons
15
EA
$5.00000
575,0000
31
New Tree
1 10
1 EA
S1,000.00
S10.W0.00
75
Shrubs
3
LS
$7,SW 00
57,500.00
7-6
Paver for Coto off
3,6W
SF
$800
528.800.00
7-7
New Sob Reloraten
1
LS
S101000.00
510,W000
Sub -Total
$153,300.00
TOTAL :
$1,583,555.94
5-1
10%Oearhe•d and Pao
$158,355.59
5.2
2% Bond and lnsunnu
$31671.12
Gorenenq Tend (20%of subtotal amount) due to
Proquorrool Phase
$376,777.79
SA
Be.
$3 500.00
5.5
JAN Built
g7,500.00
TOTAL PROJECT COST:
$2,095,293.84
63
E—X-H 100T 16
PROPESSOONAL SERVOC(E AGREEMENT
" Monad Gen®ra8 Engineering aW Archbomrad ServiceWa
RFQ 006-22
THIS AGREEMENT made and entered into this day, of �4 20 I by and
between the City of South Miami, a municipal corporation (hereinafter referred to as
Owner or CrM by and through Its City Manager (hereinafter referred to as CITY or
City Manner) and - S CkS E 4 rt "e F¢,i t4eg a U4 _, who Is authorized to do
business In the State of Ronda, (hereinafter referred to as the "CONSULTANTI. In
consideration of the premises and the mutual covenants contained in this AGREEMEIS T,
the parties agree to the following terms and conditions:
1 -:.�,= r-.. icy 1.: Ti7
1.1 A Notice to Proceed veld be Issued by the City Manager, or his designee, following
the signing of this AGREEMENT. This AGREEMENT does not confer on the
CONSULTANT any exclusive rights to perform work on behalf of the Owner
other than the work described In one or more Notice to Proceed (hereinafa w
Werred 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 avait'able 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 Ape -of Send -cm. The CONSULTANT shall perform the wadi as sea: fareh In the Scga
of Services as described In the Notice to Proceed.
3.0 Time for CoMVIl ion
3.1 The services to be rendered by the CONSULTANT for any WORK shall be
commenced upon receipt of a written Notice to Proceed from the CITY
subsequent to the execution of this AGREEMENT and shall be completed within
the time set fordo 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 Wiling 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 of Comte The fees for services of the CONSULTANT shall be
determined by one of the following methods or a. combination thereof, as mutually
agreed upon by the CITY and the CONSULTANT.
4.1 A fixed suns The fee for a task or a scope of work may be a foxed sum as
mutually agreed upon by the CITY and the CONSULTANT and if such an
agreement is reached, It shall be in writing, signed by the CONSULTANT and
the City Manager and attached hereto as ATTACHMENT A.•
4.2 Howdy ram fez If there Is no faced sum or if additional work is requested
without an agreement as to a faxed sum, the CITY agrees to pay, and the
CONSULTANT agrees to accept, for the services rendered pursuant to this
AGREEMENT, fees in accordance with the hourly rates that shall include all
Page 51 of"
Thomas P. ftpe
IQ113=16
135
64
wages, benefits, overhead and profit and that shall be in writing, signed by the
CONSULTANT and the City Manager and attached hereto as
ATTACHNIA.
5.0 humeri and PartW B �, The CITY will make monthly payments or partial
payments to the CONSULTANT for all authorized WORK performed during the
previous calendar month as set forth in the schedule of payment as set forth in
ATTACHMENT A or, If no schedule of payment exhibit is attached to this
AGREEMENT then payment will be made 30 days following the receipt. of
CONSULTANTs invoice as the work progresses but only for the work actually
performed and approved in writing by the City Manager.
6.0 of Decisions. All services shall be performed by the CONSULTANT to the
satisfacdon of the CITY's representative, who shall decide all questions, difliculdes and
disputes of whatever nature which may arise under or by reason of this AGREEMENT,
the prosecution and fulfillment of the services, and the character, quality, amount and
value. The representadve's decisions upon all claims, questions, and disputes shall be
final, conclusive and binding upon the parties unless such determination is clearly
arbitrary or unreasonable. In the event that the CONSULTANT does not concur in the
judgment of the representative as to any decisions made by him. CONSULTANT shall
present his wDritaen objections to the City Manager and shall abide by the decision of the
City Manager.
7.0 Ownership Al Docunmt+a. All reports and reproducible plans, and other data
developed by the CONSULTANT for the purpose of this AGREEMENT shall become
the property of the CITY without restriction or limitation.
8.0 Audit NAts. The CITY reserves the right to audit the records of the CONSULTANT
related to this AGREEMENT at any time during the execution of the WORK and for a
period of one year after final payment is made. This provision is applicable only to
projects that are on a time and cost basis.
9.0 Truth4n NaMadons: If the contract amount exceeds the threshold amount provided
In L 287.017 for category four, the CONSULTANT shall execute a truth-In-negotiadon
certificate stating that wage ram and other factual unit costs supporting the
compensation are accurate, complete, and current at the time of contracting. In such
event, the original contract price and any addidons thereto shag be adjusted to exclude
any significant sums by which the City determines the contract price was increased due
to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. All
such contract adjustments must be made within one year following the end of the
contract.
10.0 Sub%, —The CONSULTANT shall not assign or transfer its rights under this
AGREEMENT without the express written consent of the CITY. The CITY will not
unreasonably withhold and/or delay its consent to the assignment of the
CONSULTANTs rights. The CITY may, in its sole discretion, allow the
CONSULTANT to assign Its dudes, obligations and responsibilities provided the
assignee meets all of the CITrs requirements to the CITY's sole satisfaction. The
CONSULTANT shall not subcontract this AGREEMENT or any of the services to be
provided by it without prior written consent of the CITY. Any assignment or
subcontracting In violation hereof shall be void and unenforceable
11.0 Unauthorized Aliens: The employment of unauthorized aliens by the CONSULTANT is
considered a violation of Federal Law. If the CONSULTANT knowingly employs
unauthorized aliens, such violation shall be cause for unilateral cancellation of this
AGREEMENT. This applies to any sub-CONSULTANTs used by the CONSULTANT as
well. The CITY reserves the right at its discretion, but does not assume the obligation,
pap saof6s
Thcnm F. Pepe
1011311016
136
65
to require proof of valid citizenship or, in the alternative, proof of a valid green card for
each person employed In the performance of work or providing the goods and/or
services for or on behalf of the CITY Including persons employed by any independent
contractor. By reserving this right, the CITY does not assume any obligation or
responsibility to enforce or ensure compliance with the applicable haws and/or
regulatlonL
12.0 WanW—. 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 solkit or secure this contract and that he has not paid or agreed to
pay any company or person otter than a bona fide employee working solely for the
CONSULTANT any fee, commission, percentage fee, gifts or any other considerations
contingent upon or resulting from the award or making of this contract For breach or
violation of this warranty, the CITY shall have the right to annul this contract without
[iabttity.
13.0 Termination. it Is expressly understood and agreed that the CITY may terminate this
AGREEEMENT for any reason or no reason and without penalty by either declining to
issue Notice to Proceed authorizing WORK, or, if a Notice to Proceed Is issued, CITY
may terminate this AGREEMENT by written notice to CONSULTANT, and In either
event the CI1Vs sole obligyadon to, the CONSULTANT shall be payment for the work
pmvioudy authorized and performed in accordance with the provisions of this
AGREEMENT. Payment shall be determined on the basis of the work performed by the
CONSULTANT up to the time of termination. Upon termination, the CITY Mail be
entitled to a refund of any monies paid for any period of time for which no work was
perfo
14.0 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 terns 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 kenewr 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
followring the Issuance of the Notice to Proceed.
15.0 D-elau!y In the event either party fails to comply with the provisions of this
AGREEMENT, the aggrieved party may declare the other party In default and notify
the defaulting party In writing. If CITY is In default, the CONSULTANT will only be
compensated for any completed professional services and CONSULTANT shad not
be entitled to any consequential or delay damages. In the event that partial payment
has been made for such professional services not completed, the CONSULTANT
shag 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 Insumnce and Indemnificadalk. The CONSULTANT agrees to comply with CnTY's
Insurance and Indemnificadon requirements that ere set forth In ATTACHMENT ®.to
this AGREEMENT.
17.0 Agm== Not bdu Nothing in this AGREEMENT shall prevent the CITY from
employing other CONSULTANTS to perform the same or shWlar services.
18.0 Codes. Ordinances and The CONSULTANT agrees to abide and be governed by
all duly promulgated and published municipal, county. state and federal codes,
ordinances, runts, regulations and laws which have a direct bearing on the WORK
involved on this project The CONSULTANT Is required to complete and sign all
affidavits, Including Public Entity Crimes Affidavit form (attached) pursuant to FS
287.133(3) (a), as required by the CITrs solicitation, if any, applicable to this
Page 53 of 86
Thcomaa F. Pepe
1WI34016
137
66
AGREEMENT.
19.0 Tmm 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 QW Free Wndq&ee. CONSULTANT shall comply with CIITs Drug Free Workpphace
policy which Is made a part of this AGREEMENT by reference.
21.0 . CONSULTANT is an independent entity under this
AGREEMENT and nothing contained herein shall be construed to create a partnership,
joint venture, or agency relationship between the parties.
22.0 Dudes and Responsibilides. CONSULTANT agrees to provide Its services during the
to of this AGREEMENT In accordance with all applicable lags, rules, regulations, and
health and safety standards of the federal, state, and CITY, which may be applicable to
the service being provided.
23.0 Licenses and Cartifications. CONSULTANT shall secure all necessary business and
onal licenses at its sole expense prior to executing the AGREEMENT.
24.0 re Agzs=t.-Mgd1ficaAan. and ®i tlingFfie= This AGREEMENT constitutes the
entire agreement of the parties, incorporates all the understandings of the parties and
supersedes any prior agreements, understandings, representation or negodatlon, writ en
or oral. This AGREEMENT early not be mod5fied or amended except In writing, signed
by both parties hereto. This AGREEMENT shall be binding upon and inure to the benefit
of the City of South Miami and CONSULTANT and to their respective heirs, successors
and asslgna. No modification or amendment of any terms or provisions of this
AGREEMENT shal9 be valid or binding unless It complies with this paragraph. This
AGREEMENT, in general, and this paragraph, in particular, shall not be modified or
amended by acts or omissions of the parties. If this AGREEMENT was approved by
written resolution of the City Commission, or if such approval is required by ordinance
or the City Charter, no amendment to this AGREEMENT shall be valid unless approved
by written resoludon of the City Commission.
25.0 jlsgTM. CITY and CONSULTANT knowingly, irrevocably voluntarily and
Intentionally waive any right either may have to a trial by jury in State or Federal Court
proceedings in respect to any action, proceeding lawsuit or counterclaim arising out of
this AGREEMENT or the performance of the Work thereunder.
26.0 Y-Wi ft of Executed 9;a" This AGREEMENT may be executed In several
counterparts each of which shall be construed as an original.
27.0 Rules of InterRem9on•, _Throughout this AGREEMENT the pronouns that are used may
be substituted for male, female or neuter, whenever applicable and the singular words
substituted for plural and plural words substituted for singular wherever applicable.
28.0 SNerablW If any term or provision of this AGREEMENT or the application thereof to
any person or circumstance shall, to any extent; be Invalid or unenforceable, the
remainder of this AGREEMENT, or the application of such term or provision to persons
or circumstances other than those to which it Is held invalid or unenforceable. shall not
be affected thereby and each and every other term and provision of this AGREEMENT
shag be valid and enforceable to the fullest extent permitted by lawn.
29.0 Cumulative Remedies: The dudes and obligations imposed by the contract documents,
If any, and the rights and remedies available hereunder. and, In particular but without
limitation, the warmndes. juarantees and obligations imposed upon CONSULTANT by
the Contract Documents, If any, and this AGREEMENT and the rights and remedies
available to the CITY hereunder, shall be in addition to. and shall not be construed in
any way as a limitation of. any rights and remedies available at law or In equity. by special
guarantee or by other provisions of the Contract Documents, if any, or this
AGREEMENT. In order to endde any party to exercise any remedy reserved to it in this
Page 34 of 66
Thom P.P"M
1CIIMO16
138
67
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, shag be exclusive of any
other available remedy or remedies, but each and every such remedy shag be cumulative
and shall be in addition to every other remedy given under this AGREEMENT or
hereafter existing at law or in equity. No delay or omission to exercise any right or
power accruing upon any default shall Impair any such right or power or shall be
construed to be a waiver thereof, but any such right and power may be exercised prom
time to time as often as may be deemed expedient.
30.0 Win -Waiver. CITY and CONSULTANT agree that no failure to exercise and no delay
In Ong any right, power or privilege under this AGREEMENT on the part of either
party shall operate as a waiver of any right, power, or privilege under this AGREEMENT.
No wanner of this AGREEMENT, in whole or park Including the provisions of this
paragraph, may be Implied by any act or omission and will only be valid and enforceable
If In writing and duly executed by each of the pardes to this AGREEMENT. Any waiver
of any term, condition or provision of this AGREEMENT wig not constitute a waiver of
any other twm% condition or provision hereof, nor will a waiver of any breach of any
term, condition or provision consdtute a waiver of any subsequent or succeeding
breach. The failure to enforce this AGREEMENT as to any particular breach or default
shag not act as a waiver of any subsequent breach or default
31.0 Ng Discrimination and I goal Emilio entt: No action shall be taken by the
CONSULTANT, nor wig k permit any acts or omissions which result in discrimination
against any person. Including employee or applicant for employment on the basis of race,
creed, color, ethnicity. rational origin. religion, age, sex. familial status, marital status,
ethnicity, sexual orientation or physical or mental disability as proscribed by law and
that It wig take affirtnadve action to ensure that such discrimination does not take place.
The CONSULTANT shall comply with the Americans with Disabilities Act and It will
hake afRrmadve action to ensure that such discrimination does not take place. The Cky
of South Miami's hiring practices strive to comply with all applicable federal regulations
regarding employment eligibility and employment practices in general. Thus, all
individuals and entities seeing to do work for the CITY are expected to comply with all
applicable laws, governmental requirements and regulations, Including the regulations of
the United States Department of justice pertaining to employment eligibility and
employment practices. By signing this AGREEMENT, the CONSULTANT hereby
cerdfles under penalty of perjurer, to the CITY, that CONSULTANT Is In compliance
with all applicable regulations and laws governing employment practices.
32.0 Gmwnin,y Laws. This AGREEMENT and the performance of services hereunder will be
governed by the laws of the State of Florida, with exclusive venue for the resolution of
any dispute being a court of competent jurisdiction In Miaml-Dade County, Florida.
33.0 Effective Date. This AGREEMENT shall not become effeedve and binding until it has
been executed by both pardes 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 &W Rmefisj= 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 33 of 66
Tr om= F. ftpe
10113=16
139
68
anyone other than the parties hereto, and that only the parties hereto shall have
any rights hereunder.
35.0 Further Assurances. The parties hereto agree to execute any and all other and further
documents as might be reasonably necessary in order to ratify, confirm. and effectuate
the intent and purposes of this AGREEMENT.
36.0 Time of Essence. Time is of the essence of this AGREEMENT.
37.0 . This AGREEMENT sha0 not be construed more strongly against either
party hereto, regardless of who was more responsible for its preparation.
38.0 Fie Maieure. Neither party hereto shall be in default of Its failure to perform its
obligadons under this AGREEMENT if caused by acts of God, civil commotion, strikes,
labor disputes. or governmental demand or requirements that could not be reasonably
anticipated and the effaces avoided or mitigated. Each party shall notify the other of any
such occurrence.
39.0 Submtraceing: If allowed by this AGREEMENT. the CONSULTANT shall be as fully
responsible to the CITY for the acts and omissions of its subcontractors/subconsuimts
as it Is for the acts and omissions of people directly employed by it. All
subcontramrshubconsultants and their agreements. If allowed by this AGREEMENT,
roust be approved by the CITY. The CONSULTANT shag require each subcontractor,
who Is approved by the CITY. to agree in the subcontract to observe and be bound by
afl oMptions and conditions of this AGREEMENT to which CONSULTANT Is bound.
40.0 Public Record CONSULTANT and A of its subcontractors are required to comply
with the public record law (s.119.0701) while providirhg goods and/or services on behalf
of the CITY and the CONSULTAI\IT, under such conditions, shall Incorporate this
paragraph in all of its subcontracts for this Project. Under such condition,
CONSULTANT and its subcontractors are specifically required to: (a) Keep and
maintain public records required by the public agency to perform the service; (b) Upon
request from the public agemys custodian of public records, provide the public agency
with a copy of the requested records or allow the records to be inspected or copied
within a reasonable time at a cost that does not exceed the cost provided In this
chapter or as otherwise provided by law; (c) Ensure dmt public records that are
exempt or confidential and exempt from public records disdosure requiremerts are not
dbdosed 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
publk records required by the public agency to perform the service. If the contractor
transfers all public records to the public agency upon completion of the contract; the
contractor shall destroy any duplicate public records that are exempt or confidential
and exempt from public records disclosure requirements. If the contractor keeps and
maintains public records upon compledon of the contract, the contractor shall meet all
applicable requirements for retaining public records. Al records stored electronically
must be provided to the public agency, upon request from the public agency's custodian
of public records, In a format that is compatible with the Information technology
systems of the public agency.
IF THE CONTRACTOR HM QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 089, FLORIDA STATUTES9 TO THE
CONTRACTOWS DUTY TO PROVIDE PQJBUC RECORDS RELATING TO
THIS CONTRACT, CONTACT THE GUSTO®LAN OF PUBLIC RECORDS
AT 305-663-6340; E-nhadl: rvhmenendez@soudhrn1am1fl gow, 6030 Sunset
®rive, South Miami, FL 33143.
41.0 des Whenever notice shall be required or permitted herein, It shall be
Page 36 of 66
F. Pape
iahWoia
69
delivered by hand delivery, e-mail (or similar electronic transmission), facsimile
transmission or certified mail, with return receipt requested and shall be deemed
delivered on the date shown on the e-mail or delivery confirmation for any
facsimile transmission or, if by certified mail, the date on the return receipt or the
date shown as the date same was refused or unclaimed. if hand delivered to the
CITY, a copy must be stamped with the official City receipt stamp showing the
date of deliver; otherwise the document shall not be considered to have been
delivered. Notices shall be delivered to the following individuals or entities at the
addresses (including e-mail) or facsimile transmission numbers set forth below:
To CITY: City Manager,
6130 Sunset Dr.
South Miami, FL 33143
Tel: (305) 668-2510
Fax: (305) 663-6345
E-mail: slexander@southmiamifl.gov
With copies to: City Attorney
6130 Sunset Dr.
South Miami, FL 33143
Tel: (305) 667-2564
Fax: (305) 341-0584
E-mail: tpepe@southmiamifl.gov
To CONSULTANT:
42.0 Corporate Authority: The CONSULTANT and its representative who signs this
AGREEMENT hereby certifies under penalty of perjury that the CONSULTANT and its
representative have, and have exercised, the required corporate power and that they
have complied with all applicable legal requirements necessary to adopt, execute and
deliver this AGREEMENT and to assume the responsibilities and obligations created
hereunder, and that this AGREEMENT Is duly executed and delivered by an authorized
corporate officer, In accordance with such officer's powers to bind the CONSULTANT
hereunder, and constitutes a valid and binding obligation enforceable in accordance with
its terms, conditions and provisions.
ON WITNESS WO.OEREOF, this AGREEMENT was signed on or before the
date first above written subject to the terms and conditions set forth herein.
A
By:..
aria M. Menendez, C
City Clerk
Thomas F. Pepe
1011312016
CO1*40010
T:
By:
See2RAG -4- .
(Print Na e)
City ft
By:
Steven Alexander
r/ City Manager
Page 37 of 66
70
mad and Approved as to Form, Language.
Leggley and Esecudon dwreof
y'
Thomas F. ftP% Esq.
City Amney
Pap s® of 68
Tho►= F. Pepo
8616 616
14Z
71
f �h ,(Ciami
S
South
IIA t qY UI CUMMI 1NIM
ADDENDUM TO PROFESSIONAL SERVICE AGREEMENT
"Professional General Engineering and Architectural Services"
RFQ #iPW2016-22
The City and CONSULTANT agree that a separate rotational list will be dedicated for work
performed under a continuing professional service contract, as specified in the Scope of
Services, for "Certified Arborists Services," and a separate rotational list will be established for
all CCNA professional services. "Certified Arborists Services" is defined as:
a Certified Arborist Services:
Consultant may be called upon to review all tree removal permit applications that are
submitted to ensure compliance with the regulations outlined in Section 20-4.5.1 of the
City's Land Development Code. The review includes the Initial site inspection followed
up by the determination of mitigation and a final inspection. When needed, assist City
Departments with other Issues related to the maintenance, preservation, and protection
of trees on both private and public property.
The rotational list for "Certified Arborists Services" will rotate every three (3) months among
the CONSULTANTS. The City intends to retain a maximum of four (4) qualified firms under four
(4) separate but similar Professional Services Agreements.
CONSULTANT
By: By:
SR ngineering, Inc.
Ignacio Serralta/President
(Name of Signatory)
Read and Approved as to Form, Language,
Legality and Execution thereof:
By:
Thomas F. Pepe, City Attomey
i Miami
Alexander, City Manager
72
AT'ACHHENT A
a'C®MPENSATOON"
PR®FESSOCHAL EERl9CE AGREEMENT
"PmfoakoW Genw-B Ending =W Aacniac vmo mice$"
6 rM®0 6-22
Page 59 of 66
Mmmas P. Pepe
IWIV"ia
143
73
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
$12S.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
$45.00
74
ATTACHMENTS
ONSURANCE A INDEMNIFICATION REQUOREMENTS
1PRONSSIONAL SOVICE AGREEMENT
„Profudand GaIIToml EESine Yin$ =a Archibcuu d Servicees
RFQWVM16.22
1.010 Insurance
A. Without IimIdng its hability, the contractor, consultant or consulting Arm (hereinafter
referred to as "FIRM" with regard to Insurance and Indemnification requirements) shall
be required to procure and maintain at its own wgmnse during the life of the Contract,
Insurance of the types and in the minimum amounts stated below as will protect the
FIRM, from claims which may arise out of or result from the contract or the
performance of the contract with the City of South Mani, whether such claim Is
against the FIRM or any sub -contractor, or by anyone directly or Indirectly employed by
any of them or by anyone for whose acts any of them may be liable.
IL No insurance required by the CITY shall be Issued or written by a surplus lines carrier
unless authorized In writing by the CITY and such authorization shall be at the CITY's
sole and absolute discretion. The FIRM shall purchase insurance from and shag
maintain the insurance with a company or companies lawfully authorized to sell
Insurance in the State of Florida. on forms approved by the State of Florida, as will
protect the FIRK at a minimum, from all claims as set forth below which may arise out
of or result from the FIRM's operations under the Contract and for which the FIRM
may be legally liable. whether such operations be by the FIRM or by a Subcontractor or
by anyone directly or Indirectly employed by any of them, or by anyone for whose acts
any of them may be liable: (a) calms under workers' compensation, disability benefit
and other similar employee benefit acts which are applicable to the Work to be
performed; (b) claims for damages because of bodily injury, occupational sickness or
disease. or death of the FIRKs employees; (c) claims for damages because of bodily
injury, sickness or disease, or death of any person other than the FIRM's employees;
(d) claims for damages Insured by usual personal injury liability coverage; (e) claims for
damages, other than to the Work itself, because of injury to or destruction of tangible
property, Including loss of use resulting there from; (f) claims for damages because of
bodily injury. death of a person or property damage arising out of ownership,
maintenance or use of a motor vehicle; (g) claims for bodily Injury or property damage
arising out of completed operations; and (h) claims involving contractual liability
Insurance applicable to the FIRM's obligations under the Contract.
1.011 Firm's insurance Generail,_The FIRM shall provide and maintain in force and effect unto
all the Work to be performed under this Contract has been completed and accepted by CITY
(or for such duration as Is otherwise specified hereinafter), the insurance coverage written on
Florida approved forms and as set forth below.
1.012 Waders! Compensation Insurance at the statutory amount as to all employees in
compliance with the "Workers! Compensation Law" of the State of Florida Including Chapter
440. Florida Statutes, as presently written or hereafter amended. and all applicable federal laws.
Page"of"
Thomm F. Pods
ia13=16
145
75
In addition, the policies must Include: Employers' Liability at the statutory coverage
amount. The RRM shall further Insure that all of its Subcontractors maintain appropriate levels
of Workers Compensation Insurance.
9.013 Commercial -Comprehensive General Uability insurance with broad form endorsement,
as well as automobile liabiggr, completed operations and products liabliity, contractual liability,
severabiiity of Interest with cross liability provision, and personal injury and property damage
liability with limits of $1,000,000 combined single limit per occurrence and $2,000,000
aggregaw, Including:
o Personal Injury: $1,00%000;
o Medical insurance: S.S,OW per person;
o Property Damage $500,000 each occurrence;
1.014 Um6ralla Comore W Comprehenshae General LbbiDW Insurance shall be wrft m 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 $Z000,000 Annual AIFWte. Coverage must be afforded
on a form no more restrictive than the latest edition of the Comprehensive General Liability
policy, without restrictive endorsements, as filed by the Insurance Services Office, and must
include:
(a) Premises and Operation
(b) Independent Cone -actors
(c) Products and/or Completed Operations Hazard
(d) Explosion, Collapse and Underground Hazard coverage
(e) Broad Form Property Damage
(� Broad Form Contractual Coverage applicable to this specific Contract. Including any
hold harmless and/or indemnification agreement
(g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with
minimum limits of coverage equal to those required for Bodily Injury Liability and
Property Damage Liability.
1.013 Rusiness Automobile I.Mb fits with minimum limits of One Million Dollars
($1,000.000.00) plus an additional One Million Dollar ($ 1,000,000.00) umbrella per occurrence
combined single limit for Bodily Injury Uabilky and Property Damage Liability. Umbrella
coverage must be afforded on a form -no more restrictive than the latest edition of the Business
Automobile Liability policy, without restrictive endorsements, as filed by with the state of
Florida, and must include:
(a) Owned Vehicles,
(b) Hired and Mon -Owned Vehicles
(c) Employers' Mon-Owmershlp
1.016 SURCONTRACTS: The FIRM agrees that if any pare of the Work under the Contract is
sublet; the subcontract shag contain the same insurance provision as required by of the Firm,
other than the Fire and Extended Coverage Insurance and substituting the word Subcontractor
for the word FIRM and substituting the word FIRM for CITY where applicable.
1.017 Fire and Extended Coverage Insurance Ruder' RWO. IF APPLICABLE
C. In the event that this contract involves the construction of a structure, the FIRM shall
maintain, with an Insurance Company or Insurance Companies acceptable to the CITY,
"Broad" form/All Risk Insurance on buildings and structures, Including Vandalism &
Malicious Mischief coverage, white in the course of construction, including foundations,
additions, attachments and all permanent fixtures belonging to and constituting a part of
Page 61 of 66
TlwmmF.
hmh3ao16
148
76
said buildings or structures. The policy or policies shall also cover machinery, If the cost
of machinery Is Included In the Contract or if the machinery is located in a building that
Is being renovated by reason of this contract. The amount of insurance must, at all
tunes, be at least equal to the replacement and actual cash value of the Insured
property. The policy shall be In the name of the CITY and the Firm, as their Interest
may appear, and shall also cover the interests of all Subcontractors performing Work.
D. All of the provisions set forth in Miscellaneous section herein below shall apply to this
coverage unless it would be cleanly not applicable.
1.016 m1sceliarmus:
F. if aoy notice of cancellation of Insurance or change in coverage is issued by the
Insurance company or should any insurance have an expiration date that will occur
during the period of this contract, the FIRM shall be responsible for securing other
acceptable insurance prior to such cancellation, change, or expiration so as to provide
continuous coverage as specified in this section and so as to maintain coverage during
the life of this Contract.
G. AD deducdWes must be declared by the FIRM and must be approved by the CITY. At
the option of the CITY, either the FIRM shall ellminate or reduce such deductible or
the FIRM shall procure a Bond, in a form saitiskaory to the CITY covering the same.
H. The policies shall contain waiver of subrogation against CITY where applicable, shall
expressly provide that such policy or policies are primary over any other collectible
Insurance that CITY may have. The CITY reserves the right at any time to request a
copy of the required policies for review. All pohcies shall contain a "severability of
interest" or "cross liability" clause without obligation for premium payment of the CITY
as well as contractual Ilabifty provision covering the FIRM'S duty to indemnify the City
as provided In this Agreement
I. Before starting the Work, the FIRM shall deliver to the CITY certificates
of such Insurance, acceptable to the CITY, as well as the Insurance binder, If one Is
Issued, the insurance policy, including the declaration page and all applicable
endorsements and provide the name, address and telephone number of the Insurance
agent or broker through whom the policy was obtained The Insurer- shall be rated
A.dll or better per A.M. Best's Key Rating Guide, latest edition and authorized to issue
Insurance In the State of Florida. AEI 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 shall include the declaration page and all required
endorsements. In addition, the FIRM shall'deliver, at the time of delivery of the
Insurance certificate, the following endorsements:
(3) a policy provision or an endorsement with substantially similar provisions as
follow.
"The City of South Miami is an additional insured. The insurer shall pay all suns
that the City of South Miami becomes legal y obligated to pay as damages
because of 'bodily Injury", 'property damage'. or "personal and advertising
Injury" and it will provide to the City all of the coverage that is typWly provided
under the standard Florida approved forms for commercial general liability
coverage A and coverage B'
Page a of 66
harsraora
147
77
(4) a policy provision or an endorsement with substantially similar provisions as
foilow s:
"This policy shall not be cancelled (including cancellation for non-payment of
premium), terminated or materially modified without first giving the City of
South Mlami ten (10) days advanced written notice of the Intent to materially
modify the policy or to cancel or terminate the policy for any reason. The
notification shag be delivered to the City by certified mall, with proof of delivery
to the City."
J. If the FIRM is providing professional services, such as would be provided by an
architect engineer, attorney, or accountant, to name a few, then in such event and in
addition to the above requirements, the FIRM shall also provide professional Liability
Insurance on a Florida approved form in the amount of $1,000,000 with deductible per
claim If any, not to exceed 3% of the limit of liability providing for all sums which the
RRM shall become legally obligated to pay as damages for damns arising out of the
services or work performed by the FIRM its agents, representatives Sub Contractors
or assigns, or by any person employed or retained by him In connection with this
Agreement This insurance shall be maintained for four years after completion of the
construction and acceptance of any project covered by this Agreement. However, the
FIRM may purchase Sped4ic project professional Liability Insurance, In the amount and
under the Germs specified above, which is also acceptable. No insurance shall be issued
by a surplus lines caroler unless audwriaad In writing by the city at the dWs sole,
absolute and unfettered discretion.
8ndemnMczt6on Requirement
G. The Firm accepts and voluntarily Incurs all risks of any Injuries, damages, or harm which
might arise during the work or event that is occurring on the CITY's property due to
the negligence or other fault of the Finn 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, tossm
claims, demands, suits, fines, judgments or cost and expenses, including reasonable
amorney's fees, paralegal fees and investigative costs Incidental there to and incurred
prior to, during or following any litigation, mediation, arbitration and at all appellate
levels, which may be suffered by, or accrued against, charged to or recoverable from
the City of South Miami, its officers, affiliates, employees, successors and assigns, by
reason of any causes of actions or claim of any kind or nature, including claims for
injury % 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. Inddent to it, or
resulting from the performance or non-performance of the Firm's obligations under this
AGREEMENT.
1. 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
Pad: 63 of "
Thom= F. Pepe
iarsraois
148
78
�s
L
officers, affiliates, employees, successors and assigns, including their attorney's fees, In
the defense of any action in law or equity brought against them and arising from the
negligent error, omission, or act of the Firm, its Sub -Contractor or any of their agents,
representatim employees, or assigns, and/or arising out of, or incident to, this
Agreement, or Incident to or resulting from the performunce or non-performance of
the Fines obligations under this AGREEMENT.
The Firm agrees and recognim that neither the CITY nor its officers, affiliates,
employees, successors and assigns shall be held liable or responsible for any claims,
including the costs and expenses of defending such claims which may result from or
arise out of actions or omissions of the Firm, Its contractor/subcontractor or any of
their agents, representatives employees, or assigns, or anyone acting through or on
behalf of the them, and arcing out of or concerning the work or event that Is occurring
on die CITY'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
Finn, its contracwr/subcontractor or any of their agents, representatives, employees
or assigns, or anyone acting through or on behalf of them.
The Firm has the duty to provide a defense with an attorney or law firm approved by
the City of South Miami, which approval will not be unreasonably withheld.
However. as to design professional contracts, and pursuant to Section 725.08 (1),
Florida Statutes, none of the provisions set forth herein abode that are in conflict with
this subparagraph shall apply and this subparagraph shall set forth the sole
responsibility of the design professional concerning indemnification. Thus, the design
professional's obligations as to the City and its agencies, as well as to its officers and
employees, is to indemnify and hold them harmless from liabilities, damages. losses,
and costs, lncluding, but not limited to, reasonable attorneys' fees, to the extent
caused by the negligence, recklessness, or intentionally wrongful conduct of the design
professional and other persons employed or utilized by the design professional in the
performance of the contract.
THIS IS INCLUDED IN THE GENERAL CONDITIONS
END OF SECTION
Page U of 66
1W13=16
149
79