Res No 031-24-16136RESOLUTION NO. 031-24-16136
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF SOUTH MIAMI, FLORIDA, APPROVING THE
PROPOSAL AND PROJECT WORK/PURCHASE ORDER
WITH SRS ENGINEERING, INC. FOR ADDITIONAL
ENGINEERING AND DESIGN SERVICES FOR THE 100%
CONSTRUCTION DRAWINGS RELATING 'l'O THE
PROPOSED DANTE FASCELL PARK COMMUNITY
BUILDING PROJECT IN AN AMOUNT NOT TO EXCEED
$31,897.20; PROVIDING FOR AUTHORIZATION;
PROVIDING FOR IMPl.,EMENTATION, CORRECTIONS,
AND AN EFFECTIVE DATE.
WHEREAS, in accordance with Section 287 .055, Florida Statutes, also known as the
"Consultants Competitive Negotiation Act (CCNA),'' the City Commission adopted Resolution
No. 056-22-15809, selecting SRS Engineering, Inc. ("Consultant") ns one of val'ious tinns to
provide as-needed professional engineel'ing services pursuant to RFQ No. PW2022-03: and
WHEREAS, on A1,dl 4, 2023, the City Commission adopted Resolution No. 039-23-
15973, aulhol"izing tho City Manager to procure additional engineering and design sci-vices from
the Consultant to prepare l 00% conlracl plnns, drawings f01· the conversion of the handball courts
to pickleball courts, exhibits and assistance at a public community meeting (if necessary), and
constntclion documents for Miumi-Dadc County DP.RM's review and pel'mitting; and
WHEREAS, based on feedback from the City Commission, University of Miami School
of Architecture, and City Staff: the City desires lo revise the l 00% construction drawings to
include additional improvements relating to the proposed Danto Fascoll Park Community Building
Project (tho "Additional Services"), all as set forth in greater dotnil in the Proposal attached hereto
ns Exhibit "A 1
'; nnd
WHEREAS, the City Commission desires to approve the Consultant's Proposal, altnchcd
hereto as Exhibit nA," for tho Additional Services in an amount not lo exceed $3 J ,897.20, inclusive
of nn additional $5,970 for add-on 3d Modeling Renderings, and authorize the City Manager lo
issue and execute a Pmject Work/Purclmse Order with the Consultant for the Additional Services
in subsluntinlly the form attached hereto as Exhibit "8"; and
WHEREAS, lhe cost of tho Additional Services will be charged to the American Rescue
Pinn Act (ARPA) Account No. 121-2000-572-6550, or such other funding somcc as dclcnnincd
by the City Manager to be in tho best interest of the City; and
WHEREAS, the City Commission finds that this Resolution is in the best interest and
wclfurc of the City.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OJc' THE
CITY OF SOUTH MIAMI, li'LORIDA:
Pagel of2
Res. No.()31-24-1 (, 136
Section 1. Recitals. The above-slated rec itals arc tru e and correct and arc in corporated
he rein by thi s reference.
Section 2. Approving the Proposal an<l Project Worlc/Purchase Order with
Consultant; Authol'izntion to City Mn11agc1·. The Proposal nttaehed hereto ns Ex hibit "A" nncl
lh c Work/Purchase Ord e r in subst anlially lhe form allached hereto as Exhibil "0" arc here by
ap proved. The City Manager is authorized to i~s ue and execut e a Project Work/Purchase Order
with th e Co ns ultanl for lh e Additional Servi ces and ex p end a tolal amo unt nol to exceed
$31,897.20, in clu s ive or an additional $5,97 0 for add-on 3d Modeling Renderings. The Iola!
ex pe ndilure shall be cha rge d lo th e American Rescue Phm Act (AR PA) Acco unt No . l 21-2000-
572-6550, or such olher fondin g so urc e as dct ermin cd by the City Manager to be in th e best in I crest
o f th e Cit y.
Section 3. h11pleme11tatio11 . The Cit y Manager is hereby authori zed lo take an y and
all action necessary to impl e ment th e Additional Services and the purp oses o f thi s Resolulion.
Section 4. Corrections. Conti.>rmin g lan gua ge or tec hni cal scrivener-type co rrc cl io ns
ma y be made by th e City Allorney for any co nfrmning ame ndm e nt s lo be in cor porat ed into lh e
final resolution for s ign ature.
Section 5.
adop ti o n.
Effective Date. This Resolution shall beco me effective immediately up on
PA SSE O /\ND ADOPTED thi s 19th day of' March, 2024.
ATTEST:
READ AND APPROVED AS TO FO!Uv1,
LANGUAGE, LEGA LI TY AND
EXECUTION THEREOF:
• ·•L FMAN CO LE
' ..
CIT Y AT TORNEY
APPROVED:
M~
COMM IS SION VOTE:
Mayor Fcrn.'.111clcz:
Vice Mayor Bo nich:
Commissioner Ca ll e:
5-0
Yea
Yea
YcH
Co mmi ss ion er Liebman: Yea
Commi ss io ner Corey: Yen
J>agc 2 of 2
Agenda Item No:3.
City Commission Agenda Item Report
Meeting Date: March 19, 2024
Submitted by: Quentin Pough
Submitting Department: Parks & Recreation
Item Type: Resolution
Agenda Section:
Subject:
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING THE
PROPOSAL AND PROJECT WORK/PURCHASE ORDER WITH SRS ENGINEERING, INC. FOR
ADDITIONAL ENGINEERING AND DESIGN SERVICES FOR THE 100% CONSTRUCTION DRAWINGS
RELATING TO THE PROPOSED DANTE FASCELL PARK COMMUNITY BUILDING PROJECT IN AN
AMOUNT NOT TO EXCEED $31,897.20; PROVIDING FOR AUTHORIZATION; PROVIDING FOR
IMPLEMENTATION, CORRECTIONS, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PARKS,
RECREATION & CULTURAL DEPT.)
Suggested Action:
Attachments:
Memo-DFP_Community_Building_Addtl._Services.docx
Resolution Approving Proposal And Project Work Order - SRS Engineering - Dante Fascell Park Revised Additional
Design Services.DOCX
Exhibit A-Additional Services-DFP Community Building.pdf
48D9776-Project Work Purchase Order Agreement - SRS Engineering - Additional Revisions - Dante Dascell
Park.DOCX
DFP-Render Elevation & Colorboard 5-25-23.pdf
DFP Building Screenshots 10-19-23.pdf
Res No 039-23-15973.pdf
Res No 056-22-15809.pdf
1
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission
FROM:Genaro “Chip” Iglesias,City Manager
DATE:March 19, 2024
SUBJECT:Proposal for additional design services #2 (exterior finishes) –Dante Fascell Park
Community Building
RECOMMENDATION:Approval of additional architectural, electrical, structural, and landscaping
services regarding exterior finish improvements for the proposed community
building project at Dante Fascell Park in the amount of $31,897.20.
BACKGROUND:On April 4th, 2023, the Mayor and City Commission passed and adopted
Resolution #039-23-15973, authorizing the City Manager to procure additional
services from SRS Engineering, Inc.Said additional services were as follows:
relocate the proposed community building near the existing office-
restroom facility; and
rotate the facility counter-clockwise and flip/mirror the interior layout;
and
prepare drawings for the conversion of the handball court to pickleball
courts to be incorporated into the contract drawings; and
prepare exhibits and assist at a public community meeting, if necessary;
and
improvements to the building’s exterior finishes; and
repurpose the locker room and shower facilities; and
prepare construction documents for Miami-Dade County DERM's
review and permit.
The initial service related to improvements to the building’s exterior finishes,
in the amount of $6,560, was limited to two (2)finish schemes, revised
elevations, selection of materials, and color board.In addition, the Consultant
revised and provided 3D renderings and video fly by at no additional cost to
City.
Additional exterior finish improvements, beyond the initial services written
above, have been requested based on feedback from members of the City
Commission, University of Miami School of Architecture, and City staff.Said
improvements include:
raise the parapet to display the building’s name and City’s logo; and
2
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
extend concrete slab along the back (west side) of the building to
establish an open terrace with commercial tables and umbrella
elements; and
provide additional lighting for the extended concrete slab along the
back; and
provide protective enclosure and landscape around the HVAC system
(ground level); and
provide porcelain tile along the back of the building exterior wall; and
extend counter space at concession window; and
provide window shades or tinted windows at concession and office
windows; and
add-on service ($5,970):updated 3D modeling renderings showing
final revisions and video fly by.
TIMELINE:The estimated timeframe to complete the revised contract plans and submit
for permitting is six (6) weeks from the issuance of a purchase order to the
consultant.
VENDOR SRS Engineering, Inc.
EXPENSE:Proposal/contract amount for base services ($25,927.20) and add-on service
($5,970) shall not exceed $31,897.20.
FUND ACCOUNT:American Rescue Plan Act (ARPA) – account number 121-2000-572-6550, or
other funding source as determined by the City Manager to be in the best interest
of the City.
ATTACHMENTS:Resolution
Additional Services Proposal #2 - SRS Engineering, Inc.
DFP-Render Elevation & Color board (5/25/23)
DFP Building Screenshots (10/19/23)
Resolution #039-23-15973 - Additional Services #1
Resolution #056-22-15809 - CCNA Professional Service Agreement
3
EXHIBIT A
SRS ENGINEERING, INC.
PROPOSAL FOR ADDITIONAL SERVICES #2
6
March 5, 2024 (Rev.)
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
Additional Services No. 2
Dear Mr. Pough,
We appreciate this opportunity to prepare this Proposal for Additional Services for the referenced
project. In accordance with our Agreement for General Engineering and Architectural Services,
we are submitting this proposal for additional services for revisions to construction drawings as
described below and attached check list as requested by the City.
SCOPE OF WORK
1. Prepare revisions to the 100% construction drawings to including, but not limited, to the
following:
a) Provide general project management services, to include attending project coordination
meetings, coordination with team consultants, and conduct QC/QA reviews.
b) Raising the parapet along one side to install the building name and City logo. These
changes will require revisions to the Architectural, Electrical and Structural drawings.
c) Extending the concrete slab along the back (west side) of the building and provide
commercial tables with umbrellas. These changes will require revisions to the site
grading.
d) Provide additional bollard lighting at the extended concrete slab.
e) Provide protective enclosure and landscape around the ground level HVAC system.
f) Provide porcelain tile along back of building exterior wall.
g) Extend counter space at concession window.
h) Provide “Café” sign on the side of concession window.
i) Provide Window Shades or Tinted windows at concession and office windows.
7
March 5, 2024
Page 2
(Add-ons)
2. Provide 3D Modeling Renderings showing latest revisions.
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)
Botas Engineers, Inc. (Structural Engineers)
Basulto & Associates (Electrical Engineer)
COMPENSATION
Our Engineering Fees for the above-described Basic Services will be a lump sum amount of
TWENTY-FIVE THOUSAND NINE-HUNDRED and TWENTY-SEVEN DOLLARS AND
TWENTY CENTS ($25,927.20). Plus, additional Add-Ons of $5,970.00 if selected by the City.
Please see attached fee breakdown. It does not include plan review or permitting fees.
Payment will be based on monthly invoicing as a percentage of completion of work.
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 represent 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 indicated below and return to our office.
Very truly yours,
Ignacio Serralta, P.E.
President
I have read the foregoing Letter of Agreement and agree to all terms and conditions stated
therein.
Accepted this _______ day of______________, 2024
City of South Miami
By: __________________________________
Title: _______________________________
8
ENGINEERING COST BREAKDOWN
City of South Miami
DATE:3/5/2024
ACTIVITY PRINCIPAL SR. PROJ. MGR SR. ENGINEER ENGINEER CAD TECH CLERICAL TOTAL TOTAL
BY SRS HRS RATE HRS RATE HRS RATE HRS RATE HRS RATE HRS RATE HOURS COST
$210.00 $190.00 $140.00 $115.00 $75.00 $58.50
PROJECT MANAGEMENT & COORDINATION 2.0 $0.00 6.0 $0.00 $0.00 $0.00 $0.00 $0.00 8.0 $0.00
REVISIONS TO PGD DRAWINGS $0.00 4.0 $0.00 6.0 $0.00 16.0 $0.00 $0.00 $0.00 26.0 $0.00
TOTAL 2.0 $0.00 10.0 $0.00 6.0 $0.00 16.0 $0.00 0.0 $0.00 0.0 $0.00 34.0 $0.00
ACTIVITY DESCRIPTION (Basic Services)COST
BY OTHERS
Laura M. Perez and Associates, Inc.
Basulto & Associates, Inc.
Botas Engineers, Inc.
TOTAL =
SUMMARY
ACTIVITIES BY SRS (Salaries) (Basic Services)X 1.00
ACTIVITIES BY OTHERS
Estimated OUT OF POCKET EXPENSES including reproduction costs, etc.
TOTAL THIS PROPOSAL (Basic Services) =
ACTIVITY DESCRIPTION (Add-Ons)COST
BY OTHERS
Laura M. Perez and Associates, Inc.
TOTAL =$5,970.00
Dante Fascell - New Community Building
$16,970.00
Additional Services
3D Modeling $5,970.00
$25,927.20
$0
Architect (Basic Services)
$0.00
$25,927.20
$0.00
$25,927.20
MEP Engineers $1,800.00
Structural Engineers $7,157.20
9
Dante Fascell:
From Quentin, please move forward with the following exterior improvements.
Last response: 01/11/2024 from Quentin
1. HVAC system at ground level w/ protective enclosure and landscape. OK
2.(ƄťôŘĖĺŘϙƲĺĺŘĖIJČϙ- èĺīĺŘôîϙŕĺŪŘôîϙèĺIJèŘôťôϙƱIJĖŜēϟϙOK
3. Exterior wall – porcelain tile on front and back of building. OK
4. No raised parapet.
o As previously presented, there will be raised parapet ONLY on the front where
the name and logo will appear, see attached picture.
o ĺIJƱŘıôîϟϙīôÍŜôϙèēôèħϙťēôϙÍIJČīôϙĺċϙťēôϙŕÍŘÍŕôťϙÍŜϙŕŘôŜôIJťôîϙĖIJϙťēôϙ>ŘĺIJťϙ
view, it appears slanted. Also, the trim should be the same color as the rest
of the building.
5. Stairs and ramp to be lit.
o See attached E-301 showing (2) light poles at the bottom of the stairs and
at the middle of the ramp.
o Sounds good.
6. Extend counter space at concession window. OK
7. Add “Café” above concession window.
o It will be installed on the side – within the porcelain tile so that it can be
visible from outside.
o Approved.
8.ĖIJťϙèĺIJèôŜŜĖĺIJϙÍIJîϙĺƯĖèôϙſĖIJîĺſŜϟϙ
o Should it be at all windows? Yes.
o May be a shade instead or the tinted windows need to be visible both sides?
Yes.
9. Add City logo w/ lighting on rooftop. OK
10.Add City branding on back of the building.
o Can you clarify? Should it be at the center? See picture of the back of the
building. Disregard.
11.Extend concrete slab in the back of the building to active area (add commercial
tables w/ umbrellas).
o SRS: It is our understanding that we will not extend the roof, only the
concrete slab.
o That’s correct
o Additional lighting will be required.
o Yes. Add bollard lighting on corner of slab Or in-ground recessed lighting as
an alternate to bollard lighting for the extended slab.
12.Change building name (TBD by City).
Also – ŕīôÍŜôϙèĺIJƱŘıϙťôIJťÍťĖŽôϙťĖıôīĖIJôϡϙ
February 16th: Finalize contract plans
March - June: Submit application and coordinate building permit
10
2 4 0 1 N . W . 7th S T R E E T M I A M I , F L 3 3 1 2 5 P H : 3 0 5 - 6 4 2 - 9 4 9 4 F A X : 3 0 5 – 6 4 2 – 0 8 8 9 E- M A I L : l m p @ l m p t c . c o m
L A U R A M. P E R E Z & A S S O C I A T E S, I N C.
A R C H I T E C T S – P L A N N E R S – I N T E R I O R D E S I N G E R S L I C. A A – C 0 0 1 8 6 4
January 18, 2024
Mr. Ignacio Serralta
SRS Engineering
7000 SW 97 Avenue #210
Miami, Florida 33173
Re: City Of South Miami (Dante Fascell Park)
New Building (Re Design based on owner comments)
Dear Ignacio,
The firm of Laura M. Perez and Associates, Inc. (LMP) is pleased to submit this fee proposal to
provide additional Architectural services for the referenced project.
Based on numerous meetings and owner reviews we have been asked to re design and
incorporate the changes as per the attached email.
Attached is a fee proposal, along with the amount of time required to change each sheet of the set.
Total Architectural Fee for Redesign $ 16,970 (see attached fee breakdown)
Total Architectural Fee 3D Modeling $ $5,970 (see attached fee breakdown)
If you have any questions or require additional information please do not hesitate to contract our
office.
Sincerely,
Laura M. Perez and Associates, Inc.
Laura Perez, President
11
LAURA M. PEREZ & ASSOCIATES, INC.
FEE PROPOSAL FOR SOUTH MIAMI DANTE FASCELL PARK
REDESIGN AS PER OWNER
1) 100% Construction Documents (45 days)
Description Hours Rate Total
Principal 2 $180.00 $360
Project Architect/Manager 20 $140.00 $2,800
Staff Architect 20 $110.00 $2,200
CADD 150 $75.00 $11,250
Estimator 0 $95.00 $0
Clerical 8 $45.00 $360
$16,970
2) Work done for board meetings
Description Hours Rate Total
Principal 3 $180.00 $540
Project Architect/Manager (Description below)12 $140.00 $1,680
Staff Architect 0 $110.00 $0
CADD (Color Board)50 $75.00 $3,750
Estimator 0 $95.00 $0
Clerical 0 $45.00 $0
$5,970
12
Coord. Drawing Changes
COVER 0 3 Changes new rendering
G-1.0 GENERAL NOTES 0 0 No Changes
1 A-1.1 OVERALL SITE PLAN 1 8 Changes topographical coordination of new conc pad
A-1.2 PARTIAL SITE PLAN 1 4 Changes add concrete and a/c pad
A-1.3 PICKLE BALL COURT 0 0 No Changes
A-2.1 OVERALL LIFE SAFETY PLAN 1 4 Changes add concrete and a/c pad
A-3.1 FLOOR PLAN 2 12 Changes add concrete and a/c pad new furniture and lights
A-4.1 ROOF PLAN 1 4 Changes add parapet and logo
A-4.2 ROOF DETAILS 0 0 No Changes
A-4.3 ROOF AND MISCELANEOUS DETAILS 0 0 Changes new detail for parapet and logo
A-5.1 REFLECTED CEILING PLAN 0 0 No Changes
A-6.1 ELEVATIONS 2 8 Changes add concrete and a/c pad & enclosure, extend counter,
parapet & logo
A-6.2 ELEVATIONS 1 4 Changes add concrete a/c pad and enclosure
A-7.1 SECTIONS 1 4 Changes add concrete pad, parapet and logo
A-8.1 WALL SECTIONS 0 0 No Changes
A-8.2 WALL SECTIONS 1 4 Changes new wall section for parapet and logo
A-10.1 ENLARGED MULTIPURPOSE ROOM & INT ELEVATIONS 0 0 No Changes
A-10.2 REPURPOSE INT ELEVATIONS 0 0 No Changes
A-10.3 CONCESSIONS ENLARGED PLANS & INT ELEVATIONS 0 0 No Changes
A-11.1 DOOR, WINDOW, SCREEN SHADES, & LOUVER SCHEDULE 1 4 Changes tint on windows and new tile on exterior
A-12.1 DOOR AND LOUVER DETAILS 0 0 No Changes
A-12.2 WINDOW DETAILS 1 4 Changes add tile on exterior
A-12.3 DETAILS (Not used)0 0 No Changes
A-12.4 SUN CONTROL ELEVATION AND DETAILS 1 8 Changes add ac enclosure detail
A-13.1 STAIRS ENLARGED PLANS & SECTIONS (LIGHTING)1 8 Changes
A-14.1 WALL TYPES 1 8 Changes add tile on exterior
A-15.1 ROOM FINISH SCHEDULE & DETAILS 1 8 Changes add tile on finish schedule and in floor plan add concrete
pad & ac pad,
A-16.1 IDENTIFICATION DEVICES 1 8 Changes add logo and café signage
Coord. and asemble Set 4 3
coord with engineers 6
2 meetings 5
Sign and seal drawings 2 2
3D Model Rendered and with Animation ( Flip Mirror )3 30
New Color Board 2 12
40 150
1 3D Modeling
A. 3D Model Rendered and with Animation (Original Design )3 30
B. Changes to Modeling add unit on top and bottom/protect enclosure and
interiors 3 16
C. Photos of Modeling for meeting 1 4
2 Meeting with city/board (4)8 01550
INDEX OF DRAWINGS
New Items Requested by City in email from Quentin dated
12-11-23
ADDITIONAL COORDINATION WORK
WORK PROVIDED FOR BOARD
13
14
BDTAS Engineering, Inc.
STRUCTURAL ENGIN E ERS
February 8, 2023
SRS Engineering, Inc.
5001 SW 74th Court, Suite 201
Miami, Florida 33155
Attn: Mr. Jea n-Cl a ude Fon tan ea u
Project Name: Dante Fascell Park -Modifications to Structural Plans
Supplemental Fee Proposal Subject:
Dear Jean-Claude:
As requested, we are submitting a supplemental fee to incorporate the new changes in the structural
plans and revise the structural calculations accordingly.
The revisions are as follow ...
• Opening changes along Axis 3 and 4 . Sheets Impacted :
o Foundation Sheet
o Roof Sheet
o Section 1/S-3, 3/S-3, and Schedule
o Revise Cales . for beam along Axis 4.
• Widening of the north corridor and the addition of steps. Sheets Impacted:
o Foundation Sheet
o Roof Sheet
o New Section required .
• Widening of west corridor. Sheet Impacted:
o Foundation Sheet
o Roof Sheet
o New Section showing required retaining wall at the north edge of the west corridor.
o Changes to section 4/S-4.
• Dimish number of steps in all stairs at the east and west corridor. Sheets Impacted:
o Foundation Sheet
o Roof Sheet
o Section 3/S-3
• Increase height of parapet. Sheets Impacted :
o Roof Sheet
o All Sections showing the parapet; sheet S-3 and S-4 ; design and details of the Roof Tie
Beams; Schedule modificat ions.
o Revise Parapet calculations due to new height .
8835 NW 35th Lane. Suite #202 • Doral. FL 33172 • Tel: 305-418-8111 • Fax: 305 -418 -8112
15
Our fee for the above -mentioned revisions is a lump sum of$ 7,157.20.
Regards ,
BOTAS Engineering, Inc.
~~~~~
Patricia M. Botas, P.E.
President
Accepted
Date
8935 NW 35th Lane . Suite #202 • Doral. FL 33172 • Tel: 305-418-9111 • Fax : 305-418-9112
Page 2 of2
February 6 , 2024
Dante F ascc ll
14160 Palmetto Frontage Rd, Suite 22 Page 1 of 2 Phone (305) 698-3988
Miami Lakes, Florida 33016 www.basulto.com Fax (305) 698-3989
February 7, 2024 Proposal # 2024010
Jean-Claude Fontaneau
SRS Engineering, Inc.
5001 SW 74 Court, Suite 201
Miami, Florida 33155
Project: Dante Fascell Park Additional Services # 2
Location: 8600 Red Rd, South Miami, FL 33143
Dear Mr. Fontaneau,
We are pleased to submit our proposal to provide Professional Engineering Services for the
above-mentioned project.
Services:
Our scope of work will consist of additional services of expanded lighting design.
Compensation:
Our proposed fee shall be as follows:
Services: $ 1,800.00
Payments as requested as follows:
Per City of South Miami Payment Schedule
Payment is according to the listed prices above. In accordance with Florida Statutes, Section 715.12, “Prompt Payment Law” we reserve the right to accrue interest at a rate of 12% APR, beginning 14 days after payment is due.
Reimbursable:
Reimbursable expenses including travel, lodging, printing, courier service, etc. shall be
reimbursed at 1.1 times actual cost.
Thank you for an opportunity to serve you. Should you have any questions, please do not hesitate
to contact our office.
Sincerely,
René I. Basulto, PE, MSEM
CGC, CFEI, CPE, CPD
Principal
16
Proposal # 2024010
Page 2 of 2
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 Title ____________________________________ _____________________________ Printed Name Date Proposal shall remain open for acceptance for a period of 90 days from the original proposal date. Proposal is deemed invalid after 90 days from the original proposal date. _____________________________________________________________________________________________
17
PROJECT WORK/PURCHASE ORDER
Between
C ITY OF SOUTH MIAMI, FLORIDA
And
S RS ENGINEERING, INC.
Project Name : Dante Fasce ll Park -Additional Engineering and Design Services to Revise 100%
Contract Plans for t he Proposed Community Bui lding Project
Subject to th e provisions contained in the "Professional Services Agreement for Professio nal
Ge neral Engineeri ng and Architectural SeNices" (hereinafter referred to as the "Professional Services
Agreement") between the CITY OF SO UTH MIAMI, FLORIDA (hereinafter referred to as "City") and SRS
ENGINEERI NG, INC., (hereinafter referred to as "Consultant") dated May 3, 2022, which Professional
Services Agreement was competitively procured throug h Request For Qualifications {RFQ) No. PW2022-
03 in accorda nce wJ'!Jb 1pection 287.955, Florida Statutes. This Project Work/Purchase Order is made
effective as of the --.:._r;__n __ day of 11"\6-r r I-\ , ~nd authorizes the Consultant to provide
t he seNices as set forth below: ..)~'-j
SECTION 1. SCOPE OF SERVICES
1. 1 Consultant shall provide professional engineering and design services , to revise the
Cont ract Plans for the Proposed Commun ity Build ing Project at Dante Fascell Park and complete the tasks
th at are identified and described in the project proposal , attached hereto as Exhibit "1 ," for the City
(the "Services").
1.2 The City may request c hanges that would increase, decrease, or otherwise modify t he
scope of services outli ned under the Project Proposal attached hereto as Exhibit "1." Such changes must
be contained in a written c hange order executed by the parties in accordance with the provisions of the
Professional Services Agreement, prior to any deviation from th e t erm s of this Project Work/Purchase
Order, including the initiation of any extra work .
SECTI ON 2. DELIVERABLES
2.1 As part of the scope of services and project schedule, the Consultant shall provide the City
w ith th e Deli verab les iden tified in the Project Proposal att ached hereto as Exhibit "1."
SE CTION 3. TERM/TIME OF PERFORMANCE/DAMAGE
3.1 Te rm. This Project Work/Purcha se Order sha ll commence on the date th is instrument is
fully executed by all parties and shall continue in full force and effect until terminated pursuant to Section 6
or other ap plicab le provisions of this Project Work/Purchase Order. The City Manager, in his sole discretion ,
may extend the term of this Project Wo rk/Purchase Order through written notification to the Consu ltant.
S uch extension sha ll not exceed 90 days. No further extensions of this Agreement shall be effective unless
authorized by the City Manager.
3.2 Commencement. Services provided by the Consultant under th is Proj ect Work/Purchase
Order an d the time fra mes applicab le to t his Project shall commence upon the date provided in a w ritten
I o f 4
Notice to Proceed ("Commencement Date") provided to t he Consultant by the C it y. The Consultant sha ll
not incur any ex pens es or obl igat ions for payment to third part ies prior to th e issuance of t he Notice to
Proceed. Consultant m ust receive writt en notice From th e City Manager prior to the beginning the
performa nce of services .
3.3 Contract Ti me. Upon receipt of the Notice lo Proceed, the Consultant shall provide
se rv ices to the Ci ty on the Com mencement Date, and shall continuously perform services to the City,
withou t in terru pti on, in accordance with the time frames set forth in the Project Proposal attached and
incorporated into t his Agreement as Exhibi t "1". Th e nu mber of ca lendar days from the Comme ncement
Date, t hrou gh t he date set forth in the Project Sched ule for completi on or the Proj ect or the date of actual
complet ion of the Project, whichever sha ll last occu r, shall constitute the Contract T ime .
3.4 A ll limitations of time set forth in th is Ag reement are of the essence.
SEC TI ON 4. A MOUNT. BAS IS AND ME TH OD OF COMPENSATION
4.1 Compensation. Consultant shall be co mpensated for the provision of the Services in
accordance with Exhibit "1" attached hereto. Co nsul tant sha ll receive a to tal lump sum fee of $31,897 .20,
inclusive of a n addit iona l $5,970 for add-on 3d Modeling Renderings for this Project.
4.2 Rei m bursable Expenses. All reimbursable expenses are included in the total
compe nsat io n listed in Section 4.1 above .
SECTION 5. BILLING A ND PAYMENTS
5.1 Invoices
5.1.1 . Compensatio n and Reimb ursable Expenses. Consultant shall submit invoices
wh ich are identi fied by the specific proj ect number on a monthly bas is in a t imely manner.
These invoices shall identify the nature of the work performed, the phase of work, and t he
estimated percent of work accomplished in accordance with the Payment Sched ule attached
hereto as Exhibit •1•, att ached here to and made part of this Agreement. Invoices for each
phase shall not exceed amou nts allocated to sa id phase plus reimb ursable expenses
accrued dur in g each phase. The statement shall show a sum mary of fees with accrual of t he
total and credits for port ion s paid previously.
5.1.2. Florida Prom pt Paym ent Ac t. The City shall pay the Contractor in accordance w ith
the Florida Prompt Payment Act after ap prova l and acceptance of the Services by the City
Manager.
5.2 Dispu ted Invoices . In the event tha t all or a portion of an invoice submitted to the City for
payment to the Con sulta nt is d isputed, or additio nal backup documentation is requ ired, the City shall noti fy
t he Cons ultant wi thin fi ft een (15) working days of receipt of the invoice of suc h objection, modification or
add itiona l documentation reques t. T he Consu ltant sha ll provide the City within five (5) worki ng days of t he
date of the Ci ty's notice. The City may req uest addit ional informa tio n, includ ing bu t not l imited to, all
invoices, time reco rd s, expe nse records, accounting records, and payme nt records of the Consultant. The
City, at it s sole discreti on, may pay to the Consu ltant the undisputed portion of the invoice . T he parti es
shall e ndeavor to resolve the d isp ute in a mutu all y ag reeable fashion.
5.3 Suspe nsion of Payment. In the event that the City becomes credib ly informed that a ny
represe ntati ons of th e Consulta nt , provided purs uant to Subparagrap h 5.1, a re w ho ll y or partially
Inaccurate , or in the event th at the Consultan t is not In compliance wit h any term or condition of th is Project
2 of4
Ag reement, the City may withhold payment of sums then or in the fu t ure otherwise due to the Consultant
until the in accuracy, or other breach o f Project Ag reement, and the cause thereof, is corrected to the
Owner's reasonable satisfaction .
5.4 Omitted.
5.5 Final Payment. Submission to the Consultant's invoice for final payment and
reimbu rse men t shall constitute the Consul tan t's representation to the City that , upon receipt from the City
of th e amou nt in voiced, all ob ligatio ns of the Co ns ultan t to oth ers, includi ng its consultants, incur red in
connectio n w ith the Project, shall be paid in full. The Consultant sha ll deliver to the City all documents
req ues te d by th e City evidencing payments to any and all subcontractors, and all final specifications, p lans,
or oth er documents as dictated in t he Scope of Services and De liverable. Acceptance of final payment
shall constitute a wa iver of all claims against the City by the Consulta nt.
SEC TI ON 6. TERM INAT ION/S USPENSION
6 .1 For Cause. This Project Work/Purchase Order may be terminated by either party upon
fi ve (5) cale nda r days w ritten noti ce to the other should such other party fail substantially to perform in
accordance w ith its material terms through no fault of the party initiating the term ination and fails to cu re
t he fai lure to perform within such five (5) day period . In the event that Consultant abandons thi s Project
Work/Purchase Order or causes it to be terminated by the City, the Consultant shall indemnify the City
ag a inst any loss pertai ning to this termination. In the event that the Consultant is terminated by the City for
cause and it is subsequentl y determined by a court by a court of competent jurisdiction that such term ination
was without cause, such termination sha ll thereupon be deemed a termination for convenience under
Sectio n 6.2 and the provision of Section 6.2 shall apply .
6.2 For Conven ience. Th is Project Work/Purchase Order may be terminated by the City for
convenience upo n fourtee n (14) calendar days' written notice to t he Consul tant. In the event of such
termi nati on a terminati on, t he Cons ulta nt shall incur no further obli gations in connectio ns with the P roject
and shall , to the extent possible terminate any outstanding subconsultant obligation. The Cons u ltant shall
be compensated for all services performed to the satisfaction of the City and reimbursable expenses
incurred prior th e date of te rmin ation. In suc h event, th e Consultan t shall promptly submit to the C ity its
inv oice fo r fin al payme nt and reimbu rsement wh ich invoice shall comply with the provisions of Section 5.1.
Under no circ umstances shall the City make payment of profit to the Consultant for services which have
no t been performed .
6.3 Ass ignment upon Termination. Upon termination of this Project Work/Purchase Order, a
copy of all work product of the Consultant shall become the property of the City and the Consultant shall
within ten (10) work in g days of receipt of written direction from t he City, transfer to either the City or its
authorized desig nee, a copy of all work product in its possession, includ ing but not limited to designs,
specifications, drawings, studies, reports and all other docu ments and data in the possession of the
Consultant pertaining to th is Project Work/Purchase Order. Upon the City's request, the Consultant shall
addit ionally ass ign its ri ghts, title and inte res t under any s ubcontractor's ag reements to the City .
6.4 Suspension for Convenience. The City shall have the right at any time to direct t he
Consultant to suspend its performance , or any designated part thereof, for any reason what soever, or
w it hou t reason, for a c umulative period of up to t hirty (30) calendar days. If any such suspension is directed
by th e City, t he Consultant shall immediately comply with same. In th e event the City directs a suspension
of performance as provided herein, through no fault of the Consultant, the City shall pay the Consultant as
full compensation for such s uspe nsion t he Consultant's reasonable cost, actually incurred and pa id, of
demobilization and remob ilization.
Section 7 . Ameri c an Rescue Pl an Act Co nt ract Cond itions.
3 o f4
7.1 The Consu ltant acknowledges that the Services authorized under this Project Agreement
may be fully or partially funded utilizing Coronavirus State and Loca l Fiscal Recovery Funds allocated to
the City pursuant to the American Rescue Plan Act ('ARPA"). Towards that end, the Consultant shall be
requi red to comply with all laws, ru les, regu lations, po licies, and guidelines (including any subsequent
amend ments to such laws , regula tions, polic ies, and guidelines) required by ARPA , as further detailed in
the ARPA Add endum.
If compliance with the ARPA Addend um is required, the City shall select thi s box : □.
[REMA INDER OF PAGE LEFT IN TENTI ONALLY BLANK.
SIGNATURE PAGE FO LLOWS.]
4 of4
IN WITN ESS WHEREOF, the parties hereto have caused this Work/Purchase Order executed as
of the day and year as fi rst stated above
CITY:
AT TEST: A,a
By: __ _
G ,
Date : ___ "?__,_2 ____ y-+---+-----
APPROVED AS TO FORM AND LEGA L
SU FF ICIENCY:
Clf Y, A TT OR NEY /
CONSULTANT :
SRS ENG INEER ING, INC.
By:-~~~-J-~~--
Name: --=lg.a.:.n=ac"""io=--=-Se=r ___ ra=-lt=a~, P~·=E~. ___ _
Tille: Pres ide nt
Da te: _____ 3 ..... -2.....cS_-2_4 ________ _
WITNESSE S:
Jean-Claude Fontaneau
l of I
EXHIBIT "1 11
PROJECT PROPOSAL
(SCOPE OF SERVICES AND SCHEDULE AND PAYMENT SCHEDULE)
S001 SW 7 4TH COU A T. S UIT E 20 1 , M IAMI. F"LCRIOA :l31 SS
T£L: 305 ·662•88B7 F"AX: 30$·662·BBSB
March 5, 2024 (Rev.)
Mr. Quentin Pough, CPRP, CPSI
Director, Parks & Recreation Department
City of South Miami
6130 Sunset Drive
South Miami , FL 33143
Re: City of Sout h Miam i
Dante Fascell Park -Design of New Community Building
Additional Services No. 2
Dear Mr. Pough,
We apprec iate thi s opportunity to prepare th is Proposa l for Additional Services for the referenced
project. In accordance with ou r Ag re ement for Ge neral Eng i neerin g and Architectu ra l Services,
we are submitting this proposal for additional services for revisions to construction drawi ngs as
described be low and attached check li st as req uested by the City.
SCOPE OF WORK
1. Prepare revisions to the 100% constru ct ion drawings to including , but not limited, to the
follow ing:
a) Provide general project management services, to include attend in g project coordination
meetin gs, coord ination wi th te am consu ltants , and conduct QC/QA reviews.
b) Rai s ing the parapet alo ng one s ide to in sta ll the building name and City logo. These
changes w ill req uire rev ision s to the Architectural , Electrica l and Structural drawings.
c) Extending the concrete slab along the back (west side) of the bu il ding and provide
commercia l tab les with umbrell as. These changes will require revisions to the s ite
grad ing.
d) Provide additional bollard li ghting at the ex tended concrete slab.
e) Prov ide protective enclosure and land scape around the ground leve l HVAC system.
f) Provide porcelain tile along back of bui ldin g exte ri or wa l l.
g) Ex tend counter space at con cession window.
h) Provide "Cafe" s ign on the side of concession window.
i) Provide Wi ndow Shades or T in ted window s at concession and office windows.
(Add-ons)
2. Provide 30 Modeling Renderings showing latest revisions.
SUBCONSULTANTS
March 5, 2024
Page 2
The following are professionals contracte d be SRS Eng ineering, Inc. to assist in the preparation
of the wo rk outlin e above. Please see attached consu ltant's fee proposals for add it ional
information.
• Laura M. Perez and Ass ociates, Inc . (Architect )
• Batas Engineers, Inc. (Structural Engin ee rs)
• Basulto & Associates (Electrical Engineer)
COMPENSATION
Our Engin eerin g Fees for the above-described Basic Services wi ll be a l ump sum amount of
TWENTY-FIVE THOUSAND NINE-HUNDRED and TWENTY-SEVEN DOLLARS AND
TWENTY CENTS ($25,927.20). Plus, add itional Add-Ons of $5,970 .00 if selected by the City.
Please see attached fee breakdown . It does not include plan review or p ermitting fees.
Payment will be based on monthly invoicing as a percentage of completion of work.
We wo uld expect to commence our services pro mptly after receipt of your acceptance of t his
proposa l and approva l of the purchase order.
Thi s Proposal a nd our Agreement wit h the City represent the entire understanding between the
City of South Miami and SRS Engineerin g, Inc. in respect to the Project and may on ly be mod ified
in writin g when signed by both of us. If th e forego ing is agreeable to you, please execute the
origin al of this Agreement indicated below and return to our office.
Very trul y y c9 , ~AJV ~J~
Igna cio S rral ta, P.E .
Preside t
I have read th e foregoing Letter of Agreeme nt and agree to all terms and conditions stated
therein .
Accepted t his ___ day of ______ , 2024
City of South Miam i
By:--------------
Tit le: -------------
ACTI VITY
BYSRS
PROJECT MANAGEMENT & COORDI NATION
REVISIONS TO PGD DRAW INGS
TOTAL
ACTI VITY
BY OTHER S
Laura M. Perez and Associates. Inc.
Basulto & Associates, In c.
Bolas Ena ineers, Inc.
ACTIVITIES BY SRS (Salaries) (Basic Services)
ACTIVITIES BY OTHERS
PRI NCIPAL
HRS RATE
$210.00
2.0 $0.00
$0.00
2.0 $0.00
ENGINEERING COST BREAK DOWN
City of Sout h Miami
Dant e F ascell -New Communit y Bui lding
Additi o n a l Services
SR. PROJ. MGR SR. E NGINEER ENGINEER
HRS RATE HRS RATE HRS RATE
$190.00 $140.00 $1 15 .00
6.0 $0.00 $0.00 $0.00
4.0 $0.00 6.0 $0.00 16.0 $0 .00
10.0 $0.00 6.0 $0.00 16.0 $0.00
D ESCRIPTION (Basi c Services)
Architect (Basic Services)
MEP Engineers
Structural Engineers
SUMMARY
$0 X 1.00
Estimated OUT OF POCKET EXPENSES including reproduction cost s, etc.
CAO TECH CLERICAL
HRS RATE HRS RAT E
$75.00 $58.50
$0.00 S0.00
S0.00 S0.00
0.0 $0.00 0.0 $0.00
TOT AL ,
DATE: 3/5/2024
TOTAL TOTAL
HOURS COST
8.0
26.0
34.0
S0.00
$0.00
$0.00
CO ST
$16,970.00
$1,800.00
$7,157.20
$25,927.20
$0.00
$25,927 .20
S0.00
T OTAL THIS PROPOSAL (Basic Servi ces) = $25 ,927.20 -----------
ACTIVITY DESCR IPTION (Add-Ons) COST
B Y OTHERS
Laura M. Perez and Associates, Inc. 30 Modeling $5,970.00
TOTAL = $5,970.00
Dante Fascell:
From Quenti n, please move forward with t he fo llowing ex terior improvement s.
Last response: 01/11/2024 from Qu011tin
1. HVAC system at grou n d l evel w/ protective enclosure and lan d scape. OK
2. Exteri o r f l oo ri ng -col ore d poured concr ete finis h. OK
3. Exte rior wal l-porcela in tile on front and back of bu il d ing. OK
4 . No raised parapet.
o As previou sly presented, there will be raised p,11apet ONLY on the front where
the name and logo will appern. see attached p i cture.
,, Confirmed. Plec1se check th e an gle of the paropet ;:is presented in the Fr ont
view, It appears slanled . Also. tlV" trim should be the same color as the rest
of tho bui l ding.
5. Sta irs and ramp to be l it.
o See attached E-301 showin g (2) ilgl1t poles at the bottom of the stair s and
al tt1 e middle of the ram p .
o Sounds goo d.
6. Extend cou nte r space at concession window. OK
7. Add "Cafe" above co n cession window.
It will be in s talle d on th e sIdr• -wIth1r1 the porcelain tile :-o th;:it it c;:in be
visible from ou tsid e.
o Approved.
8. Tint concess ion and office w indows.
r-Should It be at ;:ill windows? Yes .
May be a shade insteacl or tho tinted wInclows nc~P.d to br-v1s1ble both sides?
Yes .
9. Add C i ty logo w/ lighting on rooftop. OK
10 . Add City brand ing on back o f t he bu ild ing.
n Ca n you clarify? Shou l d it be at the ce nt er ? Sec picture at tho bc1ck of the
builclin g. Di s re gard.
11. Exten d concrete slab in t he back of the building to a ctive area (add commercia l
ta b les w/ umb rellas).
·, S R S: It is our understanding that we will not extend the roof. o n ly the
concre te s lab.
That's correct
Acld1tional lightin g will be re quIrccl.
o \'es. Adel bo llard lighting on coII1EH ni slnh Or 111-grnuncl recessed lighting as
an alternate lo bollard lIgl1t1n),( Ior the extencJecl sl"I).
1 2. C h a n ge b u ild ing n ame (TBD by C i ty).
January 18, 2024
Mr. Ignacio Serra lta
SRS Engineering
7000 SW 97 Avenue #210
Miami, Florida 33173
Re: City Of South Miami (Dante Fascell Park}
New Building (Re Design based on owner comments}
Dear Ignacio,
The firm of Laura M. Perez and Associates, Inc. (LMP) is pleased to submit this fee proposal to
provide additional Architectural serv ices for the referenced project.
Based on num erous meetings and owner reviews we have been asked to re design and
incorpora te the changes as per the attached email.
Attached is a fee proposa l, alo ng with the amount of time required to change each sheet of the set.
Total Architectural Fee for Redes ign
Total Architectural Fee 3D Modeling
$16,970 (see attached fee breakdown)
$ $5,970 (see attached fee breakdown)
If you have any que stions or req ui re add itional in formation please do not hesitate to contract our
office.
Sincerely,
Laura M. Perez and Associates, Inc.
Laura Perez, Pres iden t
I I
~1---+---+----+---l--l--r---
7111 S T R E E T M I A M I F L l J 1 2 ~ I' H 1 0 ., . ,, a 7 24 0 1 N .W
1 '1 i I ! j •--~,'--1-----,----1--+----t--
.. I 4 4 F A X J <, r t; ,t 2 0 S ~ 9 E M A I L I n, fl ,fJ, f n J, t c c o m
LAURA M. PEREZ & ASSOCIATES, INC.
FEE PROPOSAL FOR SOUTH MIAMI DANTE FASCELL PARK
REDESIGN AS PER OWNER
1) 100% ConstrucUon Documents (45 days)
Description
Principal
Projed Architect/Manager
StaffArchited
CADD
Estimator
Clerical
2) Work done for board meetings
Description
Principal
Project Architect/Manager (Description below)
Staff Architect
CADD (Color Board)
Estimator
Clerical
Hours
2
20
20
150
0
8
Hours
3
12
0
50
0
0
Rate
$180.00
$140.00
$110.00
$75.00
$95.00
$45.00
Total
$360
$2,800
$2,200
$11,250
$0
$360
$16,970
Rate Total
$180.00 $540
$140.00 $1,680
$110.00 $0
$75.00 $3,750
$95.00 $0
$45.00 $0
--.$5~,11!!1!97~0~
INDEX OF DRAWINGS
New Items Requ ested by City in email from Qu entin dat ed
12-11-23
COVER
G-1.0 GENERAL NOTES
A-1.1 OVERALL SITE PLAN
A-1.2 PARTIAL SITE PLAN
A-1 .3 PICKLE BALL COURT
A-2.1 OVERALL LIFE SAFETY PLAN
A-3.1 FLOOR PLAN
A-4.1 ROOF P LAN
A-4.2 ROOF DETAILS
A-4.3 ROOF AND MISCELANEOUS DETAILS
A-5.t REFLECTED CEILING PLAN
A-6.1 ELEVATIONS
A-6.2 ELEVATIONS
A-7.1 SECTIONS
A-8.1 WALL SECTIONS
A-8.2 WALL SECT IONS
A-10.1 ENLARGED MULTIPURPOSE ROOM & INT ELEVATIONS
A-10.2 REPU RPOSE INT ELEVATIONS
A-10.3 CONCESSIONS ENLARGED PLANS & IN T ELEVATIONS
A-11.1 DOOR, WINDOW , SCREEN SHA DES, & LO UVER SC HEDULE
A-12.1 DOOR AND LO UVER DETAILS
A-t 2.2 WINDOW DETAILS
A-12.3 DETA IL S (Nol used)
A-12.4 SUN CONTROL ELEVA TION AND DETAILS
A-t 3.1 STAIRS EN LARGED PLANS & S ECTIONS (LIGHTING)
A-14.1 WALL TYPES
A-15.1 ROOM FINISH SCHEDULE & DETAILS
A-16.1 IDENTIFICATION DEVICES
ADDI TIONAL COORDI NATION WORK
Coord. and asemble Set
coord wilh engineers
2 meetings
Sign and seal d rav~ngs
3D Model Rendered and with Animation ( Flip Mirror )
New Col or Board
WORK PROVIDED FO R BOARD
t 30 Mode ling
A. 3 0 Model Rendered and with Animati on (O rigina l Design )
B. Changes lo Modeling ad d unil on top a nd botto m/protect enclosure and
interiors
C. Photos o f Modeli ng for mealing
2 Meeting with city/board (4)
Coord. Drawing Changes
0 3 Changes new rendering
0 0 N o Changes
1 8 C ha nges topographical coord ination of new cone pad
1 4 C hanges add conc rete a nd ale pad
0 0 N o Changes
1 4 Changes add concrete and ale pad
2 12 C hanges add concrete and ale pad new furniture and lights
1 4 Changes ad d para pet and logo
0 0 No Changes
0 0 Changes new detail for parapet and logo
0 0 No Changes
2 8 Changes add concrete and ale pad & enclosure, extend counter.
parapet & logo
1 4 Changes add concrete ale pad and enclosure
1 4 Changes add concrete pad, parapet and logo
0 0 No Changes
1 4 Changes new wall section for parapet and logo
0 0 No Changes
0 0 No Changes
0 0 No Changes
1 4 C hanges ti nt on windows and new Ille on exterior
0 0 No Cha nges
1 4 Changes add llle on exterior
0 0 No Changes
1 8 Changes add ac enclosure delail
1 8 Changes
1 8 Changes add tile on exterior
8 Changes add tile on fi nish sched ule and In noo r pla n add concrete 1 pad & ac pad,
1 8 Changes add l ogo and cafe slgn age
4 3
6
5
2 2
3 30
2 12
40 150
3 30
3 16
1 4
8 0
BUT AS Engineering, Inc.
s T r~ u C r u R A L F N Ii I N l I r~ )
Feb, uJry 8. 2023
SRS Engineering, Inc.
5001 SW 74 t h Court, Suite 201
Miami, Fl orida 33155
Attn: Mr. Jean-Claude f-ontan1 au
Project Name: Dan le Fdsccll P<1rk -Mod1f1c llI011, lo ',t, uc t1II di Pl ,1 11 ',
Supplenwntal I-ce P1 oµosal Subject:
Dear Jean-Cl aude·
As r eq u c!.led, we are subm itting ;1 '.:.lll)plc111cntc1I fee to rnrnrpor .11 r· tlw new chJnges. 111 the stru ctural
plans a n d r evise the structurul colcul,1l1011 '.:. .iccord1nglv
The revision, arc il S lollow
•
•
•
•
Openinr, changes al ong /\x1~ 3 ,lna 11 Shrrts lmpr1rterl:
Fuu11dat1011 Sh el'\
Roof Sheet
Sec tion J/S-3, 3/S ~-dnd SchPcitrlc
Revise (;1 lcs for beam illong /\x1·, ,!
W i dening of the north r.o 111cl o1 ,1110 till' 1d i,t 11 11 nl •,tl'p ,. ~h1•Pt '> linpact ec .
Foundation Sheet
Roof Sheet
New Sccuon r cquirPcl.
Widening of we st rorrnio1 <:,iw0t lr1p;1rt<'<i ·
roundation S.hcr•t
Roof Sheet
New Sect i on showing 1L•qu11rd re l dI11In~ •.v 1II .. t Uw riortli edge of the wes.t corridor
Changes Lo sec tion II/':, ,1
D 11rnsh number of step<, in cJII ~t.11,.., it the' l'rl~l ,11HI Wt",f rn111do1 SIH•1•t <; lrnpr1c tt•d·
Foundc1 tio 11 Sh C'c l
Roof Sheet
Section 3/S-3
Increas e height of parapr.'l 5'1P l'l ~ lmr,lf t rd
Roof Sheet
/\II Sec tions showing the p,11ar rt : ·,l11·1·t <, ~.ind':> it, tk'..lf!ll ,11 1u dlldtb oi th e Roof 11l·
Beams; Schedu le mot1drr,1t1u11~.
, • Revi se Pc1rapet cr1lculat inn~ rlt1P t n ,ww llr •1r,ht
Ou r fee for th!' c1h ovc-rnenl101wd ,,,vr•.rtrn ~ ,, .i lu,1 1p ,u111 of ~7,l_SJ .20.
Regards.
BOTAS En gi nee rin g, I nc .
Patrici a M . Betas, P.E .
Pres i de nt
., /\1 r <'J'I L'cf
{),II I
11,11:, '111 '
I r1,r11.11, o lfl',
11 Hlh I ,,\.,:It
B A s u LT 0
A S S 0 C A T [ S
\ 0 '>,: C, II I 1 I N •• 11'.C.INIIR'>
Feb ruary 7, 2024
Jean-Claude Fontaneau
SRS Engin eerin g, Inc.
5001 SW 74 Court, Suite 20 1
Miami, Florida 33155
Proj ect: Dante Fascell Park Additional Services# 2
Location: 8 600 Re d Rd. South Miam i. FL 33143
Dear Mr. Fon tanea u,
We are pleased to submit our pro posa l to provide Profess ional Engin eerin g Services for the
above -mention ed project.
Servi ces:
Our scope of wo rk will co nsist of a dditional services of expanded l igh ting design.
C o mpen sation:
Ou r proposed f ee sh all be as fo ll ows:
Se rv ices: $ 1 ,8 00.00
Payments a s requ e sted a s follows :
Pe r Ci t y of So uth Miami Pa yment Schedule
Payment is acco rding to the listed pri ces above. In acc ord ance wi th Florida Statutes , Section 715.12 , "Pro mpt Pay ment Law" we
res erv e the right to acc rue inte res t at a rate or 12% APR, be ginning 14 days aft er pa ym en t is due.
Reim burs able:
Re imbu rs ab le exp en ses includin g travel , lodgi ng, printing , c our ier se rvice , etc. s ha ll b e
r eimbursed at 1.1 time s actu al cost.
Thank yo u fo r an op portunity to serve yo u. Should yo u have any questions, ple a se do n ot hesitate
t o contact our offi ce.
S in ce re ly ,
~~
Rene I. Basu lto, PE, MSEM
CGC , CFE I, CP E, CPD
Prin cipal
1-l I /,1) Pa lm..:lto l ·ronlaµ,• Rd . '-i111il' .' .'
i\,J i a1111 I ,1k.:,. Flornl.1 1_10 I <,
l',I_'.!<' I 111 '
\\•\\ \', h,hllll ,t Cl)lll
l'h,111,· I 11151 <,•)S-_,<)xx
i·a, r .10:-J <,,>s -_1 0:-9
Proposal # 20240 I 0
LETTER OF A GREEMENT ACC E PTANCE
I, the undersi g ned , hav in g authori ty to execute this Ag ree ment for and having read and
und e rs tood th is pro posa l and attachm ents, he reby agree to terms and cond iti ons stated he rein
as w ell as t o any te rm s and cond itions attached he reto and made part of this Agreement. Please
return one executed copy to BAS ULTO & ASSOC IATES , INC. and keep the other for you r
re co rd s.
Signature Ti tle
Printed Name Date
Proposa l sh a ll r emain open for ac ceptance for a period of 90 days from the original proposal
date. Proposa l is deemed in valid after 90 days from the origina l proposal date.
I\ /\ ~ U L 1._ ')
I\ ', ~ .., ' -. I \ I I ....
1 of 1
PROJECT WORK/PURCHASE ORDER
Between
CITY OF SOUTH MIAMI, FLORIDA
And
SRS ENGINEERING, INC.
Project Name: Dante Fascell Park – Additional Engineering and Design Services to Revise 100%
Contract Plans for the Proposed Community Building Project
18
1 of 4
PROJECT WORK/PURCHASE ORDER
Between
CITY OF SOUTH MIAMI, FLORIDA
And
SRS ENGINEERING, INC.
Project Name: Dante Fascell Park – Additional Engineering and Design Services to Revise 100%
Contract Plans for the Proposed Community Building Project
Subject to the provisions contained in the “Professional Services Agreement for Professional
General Engineering and Architectural Services” (hereinafter referred to as the “Professional Services
Agreement”) between the CITY OF SOUTH MIAMI, FLORIDA (hereinafter referred to as “City”) and SRS
ENGINEERING, INC.,(hereinafter referred to as “Consultant”) dated May 3, 2022, which Professional
Services Agreement was competitively procured through Request For Qualifications (RFQ) No. PW2022-
03 in accordance with Section 287.955, Florida Statutes. This Project Work/Purchase Order is made
effective as of the day of , 2023, and authorizes the Consultant to provide
the services as set forth below:
SECTION 1. SCOPE OF SERVICES
1.1 Consultant shall provide professional engineering and design services, to revise the
Contract Plans for the Proposed Community Building Project at Dante Fascell Park and complete the tasks
that are identified and described in the project proposal, attached hereto as Exhibit “1,” for the City
(the “Services”).
1.2 The City may request changes that would increase, decrease, or otherwise modify the
scope of services outlined under the Project Proposal attached hereto as Exhibit “1.” Such changes must
be contained in a written change order executed by the parties in accordance with the provisions of the
Professional Services Agreement, prior to any deviation from the terms of this Project Work/Purchase
Order, including the initiation of any extra work.
SECTION 2. DELIVERABLES
2.1 As part of the scope of services and project schedule, the Consultant shall provide the City
with the Deliverables identified in the Project Proposal attached hereto as Exhibit “1.”
SECTION 3. TERM/TIME OF PERFORMANCE/DAMAGE
3.1 Term. This Project Work/Purchase Order shall commence on the date this instrument is
fully executed by all parties and shall continue in full force and effect until terminated pursuant to Section 6
or other applicable provisions of this ProjectWork/Purchase Order. The CityManager, in his sole discretion,
may extend the term of this Project Work/Purchase Order through written notification to the Consultant.
Such extension shall not exceed 90 days. No further extensions of this Agreement shall be effective unless
authorized by the City Manager.
3.2 Commencement. Services provided by the Consultant under this Project Work/Purchase
Order and the time frames applicable to this Project shall commence upon the date provided in a written
19
2 of 4
Notice to Proceed (“Commencement Date”) provided to the Consultant by the City. The Consultant shall
not incur any expenses or obligations for payment to third parties prior to the issuance of the Notice to
Proceed. Consultant must receive written notice from the City Manager prior to the beginning the
performance of services.
3.3 Contract Time. Upon receipt of the Notice to Proceed, the Consultant shall provide
services to the City on the Commencement Date, and shall continuously perform services to the City,
without interruption, in accordance with the time frames set forth in the Project Proposal attached and
incorporated into this Agreement as Exhibit “1”. The number of calendar days from the Commencement
Date, through the date set forth in the Project Schedule for completion of the Project or the date of actual
completion of the Project, whichever shall last occur, shall constitute the Contract Time.
3.4 All limitations of time set forth in this Agreement are of the essence.
SECTION 4. AMOUNT, BASIS AND METHOD OF COMPENSATION
4.1 Compensation. Consultant shall be compensated for the provision of the Services in
accordance with Exhibit “1” attached hereto. Consultant shall receive a total lump sum fee of $31,897.20,
inclusive of an additional $5,970 for add-on 3d Modeling Renderings for this Project.
4.2 Reimbursable Expenses. All reimbursable expenses are included in the total
compensation listed in Section 4.1 above.
SECTION 5. BILLING AND PAYMENTS
5.1 Invoices
5.1.1.Compensation and Reimbursable Expenses. Consultant shall submit invoices
which are identified by the specific project number on a monthly basis in a timely manner.
These invoices shall identify the nature of the work performed, the phase of work, and the
estimated percent of work accomplished in accordance with the Payment Schedule attached
hereto as Exhibit “1”, attached hereto and made part of this Agreement. Invoices for each
phase shall not exceed amounts allocated to said phase plus reimbursable expenses
accrued during each phase. The statement shall show a summary of fees with accrual of the
total and credits for portions paid previously.
5.1.2.Florida Prompt Payment Act. The City shall pay the Contractor in accordance with
the Florida Prompt Payment Act after approval and acceptance of the Services by the City
Manager.
5.2 Disputed Invoices. In the event that all or a portion of an invoice submitted to the City for
payment to the Consultant is disputed, or additional backup documentation is required, the City shall notify
the Consultant within fifteen (15) working days of receipt of the invoice of such objection, modification or
additional documentation request. The Consultant shall provide the City within five (5) working days of the
date of the City’s notice. The City may request additional information, including but not limited to, all
invoices, time records, expense records, accounting records, and payment records of the Consultant. The
City, at its sole discretion, may pay to the Consultant the undisputed portion of the invoice. The parties
shall endeavor to resolve the dispute in a mutually agreeable fashion.
5.3 Suspension of Payment. In the event that the City becomes credibly informed that any
representations of the Consultant, provided pursuant to Subparagraph 5.1, are wholly or partially
inaccurate, or in the event that the Consultant is not in compliance with any term or condition of this Project
20
3 of 4
Agreement, the City may withhold payment of sums then or in the future otherwise due to the Consultant
until the inaccuracy, or other breach of Project Agreement, and the cause thereof, is corrected to the
Owner’s reasonable satisfaction.
5.4 Omitted.
5.5 Final Payment. Submission to the Consultant’s invoice for final payment and
reimbursement shall constitute the Consultant’s representation to the City that, upon receipt from the City
of the amount invoiced, all obligations of the Consultant to others, including its consultants, incurred in
connection with the Project, shall be paid in full. The Consultant shall deliver to the City all documents
requested by the City evidencing payments to any and all subcontractors, and all final specifications, plans,
or other documents as dictated in the Scope of Services and Deliverable. Acceptance of final payment
shall constitute a waiver of all claims against the City by the Consultant.
SECTION 6. TERMINATION/SUSPENSION
6.1 For Cause. This Project Work/Purchase Order may be terminated by either party upon
five (5) calendar days written notice to the other should such other party fail substantially to perform in
accordance with its material terms through no fault of the party initiating the termination and fails to cure
the failure to perform within such five (5) day period. In the event that Consultant abandons this Project
Work/Purchase Order or causes it to be terminated by the City, the Consultant shall indemnify the City
against any loss pertaining to this termination. In the event that the Consultant is terminated by the City for
cause and it is subsequently determined by a court by a court of competent jurisdiction that such termination
was without cause, such termination shall thereupon be deemed a termination for convenience under
Section 6.2 and the provision of Section 6.2 shall apply.
6.2 For Convenience. This Project Work/Purchase Order may be terminated by the City for
convenience upon fourteen (14) calendar days’ written notice to the Consultant. In the event of such
termination a termination, the Consultant shall incur no further obligations in connections with the Project
and shall, to the extent possible terminate any outstanding subconsultant obligation. The Consultant shall
be compensated for all services performed to the satisfaction of the City and reimbursable expenses
incurred prior the date of termination. In such event, the Consultant shall promptly submit to the City its
invoice for final payment and reimbursement which invoice shall comply with the provisions of Section 5.1.
Under no circumstances shall the City make payment of profit to the Consultant for services which have
not been performed.
6.3 Assignment upon Termination. Upon termination of this Project Work/Purchase Order, a
copy of all work product of the Consultant shall become the property of the City and the Consultant shall
within ten (10) working days of receipt of written direction from the City, transfer to either the City or its
authorized designee, a copy of all work product in its possession, including but not limited to designs,
specifications, drawings, studies, reports and all other documents and data in the possession of the
Consultant pertaining to this Project Work/Purchase Order. Upon the City’s request, the Consultant shall
additionally assign its rights, title and interest under any subcontractor’s agreements to the City.
6.4 Suspension for Convenience. The City shall have the right at any time to direct the
Consultant to suspend its performance, or any designated part thereof, for any reason whatsoever, or
without reason, for a cumulative period of up to thirty (30) calendar days. If any such suspension is directed
by the City, the Consultant shall immediately comply with same. In the event the City directs a suspension
of performance as provided herein, through no fault of the Consultant, the City shall pay the Consultant as
full compensation for such suspension the Consultant’s reasonable cost, actually incurred and paid, of
demobilization and remobilization.
Section 7. American Rescue Plan Act Contract Conditions.
21
4 of 4
7.1 The Consultant acknowledges that the Services authorized under this Project Agreement
may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to
the City pursuant to the American Rescue Plan Act (“ARPA”). Towards that end, the Consultant shall be
required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent
amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in
the ARPA Addendum.
If compliance with the ARPA Addendum is required, the City shall select this box: .
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK.
SIGNATURE PAGE FOLLOWS.]
22
1 of 1
IN WITNESS WHEREOF, the parties hereto have caused this Work/Purchase Order executed as
of the day and year as first stated above
CITY:
ATTEST:CITY OF SOUTH MIAMI, FLORIDA, a
Florida Municipal Corporation
By:
CITY CLERK Genaro “Chip” Iglesias, City Manager
Date:
APPROVED AS TO FORM AND LEGAL
SUFFICIENCY:
CITY ATTORNEY
CONSULTANT:
SRS ENGINEERING, INC.
By:
Name:
Title:
Date:
WITNESSES:
Print Name:
Print Name:
23
EXHIBIT “1”
PROJECT PROPOSAL
(SCOPE OF SERVICES AND SCHEDULE AND PAYMENT SCHEDULE)
24
25
26
27
-
• -•
-
•
-
-
' •
,,.
• •
•
. ..
' ,. . .. .. -
•
28
• •
1am
Tl IF CITY or Pl.FASANT LIVJNG
29
30
•
Iii iii
31
•
•
•
32
... iii -
~ ~
•
•
•
33
....
~ ...... -.. ,. -..... ~-"--'
-' . .
I •
•
I
I I
. '
J'
' ,l
I
L
-•
~~ . --• -.
? -. ...
••
I
,
~ ·" •
~ -
34
•
•
--
,
•
•
• --r
,,, --,
;;,
• ,
)' ,
r
, , ,, ,
-• ,,
•
/ J
,I
,,
'
-
,
•
•
,
,, '.17, ~(
,
•
-
,
•
•
• • •
I
111
__,,.,..,,
_,,,,..,,..
II 11
I 111
I
('' 1,\\1
\ 111111 I
I
I
• •
35
36
37
RESOLUTION NO. 039-23-15973
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH
MIAMI, FLORIDA, APPROVING THE PROPOSAL AND
WORK/PURCHASE ORDER WITH SRS ENGINEERING, INC. FOR
ADDITIONAL SERVICES RELATED TO THE DANTE FASCELL PARK
COMMUNITY BUILDING PROJECT; PROVIDING FOR
AUTHORIZATION; IMPLEMENTATION; CORRECTIONS;
SEVERABILITY; AND AN EFFECTIVE DATE.
WHEREAS, on October 5, 2021, the City Commission passed and adopted Resolution
#119-21-15739, which authorized the City Manager to procure services from SRS Engineering,
Inc. ("Consultant") to provide complete construction documents for a new rubber pathway and
community building at Dante Fascell Park; and
WHEREAS, in accordance with Florida Statute 287.055, "Consultants Competitive
Negotiation Act ("CCNA")", Consultant is one of various firms selected by the City Commission
pursuant to RFQ No. PW2022-03, and approved in Resolution No. 056-22-15809, to provide
professional engineering services, as needed, and resulting in the City entering into a continuing
Professional Services Agreement with Consultant dated May 3, 2022 for such services; and
' WHEREAS, the contract plans are I 00% complete and. the Environmental Review and
Preservation Board ("ERPB") approved the project by a 4-3 vote on December 6, 2022; and
WHEREAS, the ERPB expressed concerns regarding the building's location, orientation,
and limited input. Staff has met with a few residents who have expressed concerns about the
building's location and orientation. In addition, staff has gathered feedback from the members of
the City Commission; and
WHEREAS, staff recommends contracting with "Consultant" for additional services to
the 100% contract plans to include relocating the building near the existing office-restroom
facility, rotating the facility counter-clockwise, and flipping the interior layout; prepare drawings
for the conversion of the handball courts to pickleball courts to be incorporated into the contract
drawings; prepare exhibits and assist at a public community meeting, if necessary; and, prepare
construction documents for Miami-Dade County DERM's review and permit (the "Additional
Services"); and
WHEREAS, the aforementioned Additional Services require rev1s1ons to the civil,
architectural, mechanical, electrical, structural, and landscaping drawings; and
WHEREAS, the Consultant's Proposal for the Additional Services attached hereto as
Exhibit "A" provides for a cost of $47,657.24. The cost shall be funded and charged to the
Citywide Parks Improvement -Miscellaneous, account number 301-2000-572-6450, which has a
current fund balance of$2,311,767; and
WHEREAS, based on feedback gathered by the City Commission, two (2) add-on options
pertaining to design services pertaining to new exterior finish improvements ($6,560) and the
Page 1 of 3
38
Res. No. 039-23-15973
repurposing of the locker room and shower facilities ($5,840) (the "Add-On Items") were further
considered by the City Commission; and
WHEREAS, the City Commission desires to approve the Consultant's Proposal for the
Additional Services attached hereto as Exhibit "A" related to the Dante Fascell Park Community
Building, including the Add-On Items, and authorize the City Manager to issue and execute a
Work/Purchase Order with the Consultant for the Additional Services (including the Add-On
Items) in substantially the form attached hereto as Exhibit "B"; and
WHEREAS, the City Commission finds that this Resolution is in the best interest and
welfare of the City.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF SOUTH MIAMI, FLORIDA:
Section 1. Recitals Adopted. The above-stated recitals are true and correct and are
incorporated herein by this reference.
Section 2. Approving the Proposal and Work/Purchase Order with Consultant;
Authorization to City Manager. The Proposal attached hereto as Exhibit "A" and the
Work/Purchase Order in substantially the form attached hereto as Exhibit "B" are hereby
approved. The City Manager is authorized to issue and execute a Work/Purchase Order with the
Consultant for the Additional Services (including the Add-On Items) and expend a total amount
not to exceed $60,057.24. The total expenditure shall be charged to the Citywide Parks
Improvement -Miscellaneous, account number 301-2000-572-6450, which has a current fund
balance of$2,311,767.
Section 3. Implementation. The City Manager is hereby authorized to take any and
all action necessary to implement the Additional Services and the purposes of this Resolution.
Section 4. 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 5. 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 6. Effective Date. This Resolution shall become effective immediately upon
adoption.
PASSED AND ADOPTED this 4th day of April, 2023.
Page 2 of3
39
Res. o. 039-23-15973
ATTEST:
CITYls):,ERK
READ AND APPROVED AS TO FORM,
LANGUAGE , LEGALITY AND
EXECUTION THEREOF:
& BIERMAN, P.L.
CITY ATTORNEY
• FMANCOLE
APPROVED:
Q<----
COMMISSION VOTE:
Mayor Fernandez:
Vice Mayor Bonich:
Commissioner Calle:
Commissioner Liebman:
4-0
Yea
Yea
Yea
Absent
Commissioner Corey: Yea
Page 3 of 3
Agenda Item No:5.
City Commission Agenda Item Report
Meeting Date: April 4, 2023
Submitted by: Quentin Pough
Submitting Department: Parks & Recreation
Item Type: Resolution
Agenda Section:
Subject:
A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING THE
PROPOSAL AND WORK/PURCHASE ORDER WITH SRS ENGINEERING, INC. FOR ADDITIONAL
SERVICES RELATED TO THE DANTE FASCELL PARK COMMUNITY BUILDING PROJECT; PROVIDING
FOR AUTHORIZATION; IMPLEMENTATION; CORRECTIONS; SEVERABILITY; AND AN EFFECTIVE DATE.
3/5 (CITY MANAGER-PARKS & RECREATION DEPT.)
Suggested Action:
Attachments:
Memo-DFP Community Building Addtl. Services.docx
Reso_Approving_SRS_Eng_-_Dante_Fascell_Park_Additional_Services_Community_Buildiing_CAv3a.docx
SRS Additional Services Proposal 3.19.23.pdf
4691537-Project Work Purchase Order - SRS Eng Dante Fascell Park - Design New Community Building Additional
Services CAv1.DOCX
Resolution #119-21-15739.pdf
CCNA Professional Service Agreement-Res No 056-22-15809.pdf
140
41
PROJECT WORK/PURCHASE ORDER
Between
CITY OF SOUTH MIAMI, FLORIDA
And
SRS ENGINEERING, INC.
Project Name: Dante Fascell Park -Design of New Community Building Additional Services to Relocate
and Modify Interior
I ofl
42
PROJECT WORK/PURCHASE ORDER
Between
CITY OF SOUTH MIAMI, FLORIDA
And
SRS ENGINEERING, INC.
Project Name: Dante Fascell Park -Design of New Community Building Additional Services to Relocate
and Modify Interior
Subject to the provisions contained in the "Professional Services Agreement for Professional
General Engineering and Architectural Services" (hereinafter referred to as the "Professional Services
Agreemenr) between the CITY OF SOUTH MIAMI, FLORIDA (hereinafter referred to as "City") and SRS
ENGINEERING, INC., (hereinafter referred to as "Consultant") dated May 3, 2022, which Professional
Services Agreement was competitively procured through Request For Qualifications (RFQ) No. PW2022-
03 in accordance with Section 287.955, Florida Statutes. This Project Work/Purchase Order ls made
effective as of the _____ day of _____ _. 2023, and authorizes the Consultant to provide
the services as set forth below:
SECTION 1. SCOPE OF SERVICES
1.1 Consultant shall provide professional engineering services, including
for the DANTE FASCELL PARK-DESIGN OF NEW COMMUNITY BUILDING ADDITIONAL SERVICES
TO RELOCATE AND MODIFY INTERIOR and complete the tasks that are identified and described in the
project proposal, attached hereto as exhibit "1," for the City (the "Services").
1.2 The City may request changes that would increase, decrease, or otherwise modify the
scope of services outlined under the Project Proposal attached hereto as Exhibit "1." Such changes must
be contained in a written change order executed by the parties in accordance with the provisions of the
Professional Services Agreement, prior to any deviation from the terms of this Project Work/Purchase
Order, including the initiation of any extra work.
SECTION 2. DELIVERABLES
2.1 As part of the scope of services and project schedule, the Consultant shall provide the City
with the Deliverables identified In the Project Proposal attached hereto as Exhibit •1.•
SECTION 3. TERMrrtME OF PERFORMANCE/DAMAGE
3.1 Term. This Project Work/Purchase Order shall commence on the date this instrument is
fully executed by all parties and shall continue in full force and effect until terminated pursuant to Section 6
or other applicable provisions of this Project Work/Purchase Order. The City Manager, in his sole discretion,
may extend the term of this Project Work/Purchase Order through written notification to the Consultant.
Such extension shall not exceed 90 days. No further extensions of this Agreement shall be effective unless
authorized by the City Manager.
I of4
43
3.2 Commencement. Services provided by the Consultant under this Project Work/Purchase
Order and the time frames applicable to this Project shall commence upon the date provided in a written
Notice to Proceed ("Commencement Date") provided to the Consultant by the City. The Consultant shall
not incur any expenses or obligations for payment to third parties prior to the issuance of the Notice to
Proceed. Consultant must receive written notice from the City Manager prior to the beginning the
performance of services.
3.3 Contract Time. Upon receipt of the Notice to Proceed, the Consultant shall provide
services to the City on the Commencement Date, and shall continuously perform services to the City,
without interruption, in accordance with the time frames set forth in the Project Proposal attached and
incorporated into this Agreement as Exhibit "1". The number of calendar days from the Commencement
Date, through the date set forth in the Project Schedule for completion of the Project or the date of actual
completion of the Project, whichever shall last occur, shall constitute the Contract Time.
3.4 All limitations of time set forth in this Agreement are of the essence.
SECTION 4. AMOUNT, BASIS AND METHOD OF COMPENSATION
4.1 Compensation. Consultant shall be compensated for the provision of the Services in
accordance with Exhibit "1" attached hereto. Consultant shall receive a total lump sum fee of $47,657.24,
plus an additional $6,560 for Add-on Exterior Finishes, for this Project.
4.2 Reimbursable Expenses. All reimbursable expenses are included in the . total
compensation listed in Section 4.1 above.
SECTION 5. BILLING AND PAYMENTS
5.1 Invoices
5.1.1. Compensation and Reimbursable Expenses. Consultant shall submit invoices
which are identified by the specific project number on a monthly basis in a timely manner.
These invoices shall identify the nature of the work performed, the phase of work, and the
estimated percent of work accomplished in accordance with the Payment Schedule attached
hereto as Exhibit T, attached hereto and made part of this Agreement. Invoices for each
phase shall not exceed amounts allocated to said phase plus reimbursable expenses
accrued during each phase. The statement shall show a summary of fees with accrual of the
total and credits for portions paid previously.
5.1.2. Florida Prompt Payment Act. The City shall pay the Contractor in accordance with
the Florida Prompt Payment Act after approval and acceptance of the Services by the City
Manager.
5.2 Disputed Invoices. In the event that all or a portion of an invoice submitted to the City for
payment to the Consultant Is disputed, or additional backup documentation is required, the City shall notify
the Consultant within fifteen (15) working days of receipt of the invoice of such objection, modification or
additional documentation request. The Consultant shall provide the City within five (5) working days of the
date of the City's notice. The City may request additional information, including but not limited to, all
invoices, time records, expense records, accounting records, and payment records of the Consultant. The
City, at its sole discretion, may pay to the Consultant the undisputed portion of the invoice. The parties
shall endeavor to resolve the dispute In a mutually agreeable fashion.
2of4
44
5.3 Suspension of Payment. In the event that the City becomes credibly informed that any
representations of the Consultant, provided pursuant to Subparagraph 5.1, are wholly or partially
inaccurate, or in the event that the Consultant is not in compliance with any term or condition of this Project
Agreement, the City may withhold payment of sums then or in the future otherwise due to the Consultant
until the inaccuracy, or other breach of Project Agreement, and the cause thereof, is corrected to the
Owner's reasonable satisfaction.
5.4 Retainage. Tf:te City reserves the right ta withhelel retainage in the ameunt ef teR peraeRt
(10%) of any payment due to the Consultant until the preje6H6-GGmpleteEI. Said-retamage may be-wilhf:lekl
at U:1e sale discFetion of the City..and-a&-6ecurity for-the successful completion of the Consultant's duties
and Fesponsibililies URder the Preject .A.gFeement. Intentionally Deleted.
5.5 Final Payment. Submission to the Consultant's invoice for final payment and
reimbursement shall constitute the Consultant's representation to the City that, upon receipt from the City
of the amount invoiced, all obligations of the Consultant to others, includlng its consultants, incurred in
connection with the Project, shall be paid in full. The Consultant shall deliver to the City all documents
requested by the City evidencing payments to any and all subcontractors, and all final specifications, plans,
or other documents as dictated in the Scope of Services and Deliverable. Acceptance of final payment
shall constitute a waiver of all claims against the City by the Consultant.
SECTION 6. TERMINATION/SUSPENSION
6.1 For Cause. This Project Work/Purchase Order may be terminated by either party upon
five (5) calendar days written notice to the other should such other party fail substantially to perform in
accordance with its material terms through no fault of the party initiating the termination and fails to cure
the failure to perform within such five (5) day period. In the event that Consultant abandons this Project
Work/Purchase Order or causes it to be terminated by the City, the Consultant shall indemnify the City
against any loss pertaining to this termination. In the event that the Consultant is terminated by the City for
cause and it is subsequently determined by a court by a court of competent jurisdiction that such termination
was without cause, such termination shall thereupon be deemed a termination for convenience under
Section 6.2 and the provision of Section 6.2 shall apply.
6.2 For Convenience. This Project Work/Purchase Order may be terminated by the City for
convenience upon fourteen (14) calendar days' written notice to the Consultant. In the event of such
termination a termination, the Consultant shall incur no further obligations in connections with the Project
and shall, to the extent possible terminate any outstanding subconsultant obligation. The Consultant shall
be compensated for all services performed to the satisfaction of the City and reimbursable expenses
incurred prior the date of termination. In such event, the Consultant shall promptly submit to the City its
invoice for final payment and reimbursement which invoice shall comply with the provisions of Section 5.1.
Under no circumstances shall the City make payment of profit to the Consultant for services which have
not been performed.
6.3 Assignment upon Termination. Upon termination of this Project Work/Purchase Order, a
copy of all work product of the Consultant shall become the property of the City and the Consultant shall
within ten (10) working days of receipt of written direction from the City, transfer to either the City or its
authorized designee, a copy of all work product in its possession, including but not limited to designs,
specifications, drawings, studies, reports and all other documents and data in the possession of the
Consultant pertaining to this Project Work/Purchase Order. Upon the City's request, the Consultant shall
additionally assign its rights, title and interest under any subcontractor's agreements to the City.
6.4 Suspension for Convenience. The City shall have the right at any lime to direct the
Consultant to suspend its performance, or any designated part thereof, for any reason whatsoever, or
without reason, for a cumulative period of up to thirty (30) calendar days. If any such suspension is directed
3 of4
45
by the City, the Consultant shall immediately comply with same. In the event the City directs a suspension
of performance as provided herein, through no fault of the Consultant, the City shall pay the Consultant as
full compensation for such suspension the Consultant's reasonable cost, actually incurred and paid, of
demobilization and remobilization.
Section 7. American Rescue Plan Act Contract Conditions.
7.1 The Consultant acknowledges that the Services authorized under this Project Agreement
may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to
the City pursuant to the American Rescue Plan Act ("ARPA"). Towards that end, the Consultant shall be
required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent
amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in
the ARPA Addendum.
If compliance with the ARPA Addendum is required, the City shall select this box: □.
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK.
SIGNATURE PAGE FOLLOWS.]
4of4
46
IN WITNESS WHEREOF, the parties hereto have caused this Work/Purchase Order executed as
of the day and year as first slated above
ATTEST:
APPROVED AS TO FORM AND LEGAL
SUFFICIENCY:
/ /~ --r : ,, __ [' 4 . y(/4_,c~;y '
-CIT,Y ATTORNE
WITNESSES:
Ralph Pereda
CITY:
CITY OF SOUTH MIAMI, FLORIDA, a
Florida Muni ipal Corporation
" Ig lesias, City Ma
Date: ___ .!,1£:....f-i_)..._I_')..._, _____ _
CONSULT ANT:
SRS ENGINEERING, INC.
By: cl.. fw.J!z,
Name:~erralta, P.E .
Title: President
Date: ___ J_u_ne____:8,_2_02_3 _______ _
1 of I
47
EXHIBIT "1"
PROJECT PROPOSAL
(SCOPE OF SERVICES AND SCHEDULE AND PAYMENT SCHEDULE)
48
sac 1 SW 74T.H COU.,RT, .SUITE 2 0 1 , "114MI. Fl.0RIDA 33 I 5,5
TE"LJ 305·662·666'7 FA)(: 305·662•88,SB
WWW,SRS·CDRP.CD M EB·000073 17
March 19, 2023 (Rev. 2)
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
Additional Services to Relocate and Modify Interior
Dear Mr. Pough,
We appreciate this opportunity to prepare this Proposal for Additional Services for the referenced
project. In accordance w ith our Agreement for General Engineering and Architectural Services,
we are submitting this proposal for additional services for revisions to construction drawings to
relocate the proposed new build in g to the existing Park Office Building location and for minor
Interior modifications as requested by the City.
SCOPE OF WORK
(Basic Services)
1. Prepare revisions to the 100% drawings to include moving the building and rotating and
mirroring the orientat ion . Th ese changes will require revisions to the Civil, Architectural,
Mechanical and Electrical, Structural, and Landscaping drawings. This task shall include
attending coordination meetings with City, conducting any additional site v isits, and additional
project management. Please see attached Exhibits #1 thru #4 for additional information .
2. Prepare construction drawings to convert the existing racquet ball courts to pickle ball courts.
3. Preparation of exhibits to be presented at a Community Meeting to be scheduled and
organized by the City. SRS shall attend and assist in the presentation, provide exhibits, and
respond to questions.
4 . Prepare applicat ion and submit const ructio n documents to DERM for review and permit. This
task shall include responding to comments and resubmissions.
(Add-ons)
5. In addition, the City wou ld also like the following add-on options .
a. Repurpose the locker room and shower facilities ..
b. New options for exterior finishes
49
SUBCONSUL TANTS
March 19, 2023
Page 2
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. (Structural Engineers)
Curtis+ Roger Design Studio (Landscape Architecture)
COMPENSATION
Our Engineering Fees for the above -described Basic Services will be a lump sum amount of
FORTY-SEVEN THOUSAND SIX-HUNDRED and FIFTY-SEVEN DOLLARS AND TWENTY-
FOUR CENTS ($47,667.24). Plus additional Add-Ons of $12,400.00 if selected by the City.
Please see attached fee breakdown . It does not Include plan revi ew or permitting fees . Payment
will be based on monthly invoicing as a percentage of completion of work .
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
c9. J~
Ignacio S rralta, P.E.
Preside t
I have read the foregoing Letter of Agreement and agree to all terms and conditions stated
therein .
Accepted this ii:\-day of 0\A\.{
~ City of South mi
8
;me C. ½ Ww~
I 2023
D
50
ACTIVllY PRIN CIPAL
BYSRS HRS RAT E
$2 10.00
PRO JEC T MANAGEMENT & C OORDINATI ON 2 .0 $2 10.00
REVISIONS TO CIVIL DRAWIN GS $2 10.00
PREPARATION OF PICKLEBAL L COURTS
ORAW,~GS $2 10.00
PREPARATION OF COMMU NITY M EE TIN G
EXHl61TS $2 10.00
ATTEND COMMUNITY M EETING 2 .0 $210.00
SUBMIT TO OERM FOR RE VIEW AN D
PE RMIT $210,00
PREPARE 100% DE SIGN PLAN SUB MITTAL 1.0 $2 \0.00
TOTAL 5,0 $210.00
ACTIVITY
BY OTHERS
Laut a M. Pere z ard Assoclalas, In c.
Basullo & Associa los, Inc.
Bolas Eoginae rs, Inc.
Cutll s + Rego r Ooslnn Siuto
ACTIVITIES BY SRS (S alalies) (Bas ic Service •)
ACTIVITIES BY OTHER S
ENGINEERING COST BREAKDOWN
City of South Miami
Dante Fascell -New Community Building
Additional Servic es
SR . PROJ , M GR SR. ENGIN EER ENGINEER CAD T ECH
HRS RAT E HRS RATE HRS RATE HRS RA TE
$190.00 $1 4 0.00 $11 5.00 $75,0 0
6.0 $190.00 $140.00 S115.00 $75.00
4.0 S1 90.00 16.0 S140.00 $115,00 6,0 S75.00
1.0 S1 90.00 6.0 $14 0.00 $\15,00 4,0 $75.00
1.0 $190.00 4.0 $140.00 $115.00 4.0 $7 5.00
2.0 $1 90.00 S140.00 S11 5.00 $75.00
4,0 $1 90.00 4.0 $140.00 B.O $115.00 2 .0 $75.00
2.0 $\90.00 2 .0 $140.0 0 $115.00 S75.00
20.0 $190 .00 32.0 $140.00 8 .0 $1 15.00 16,0 $75.00
DE SCRIPTION (B ao \c Sorvl co s)
Arch~ecl !Basic S ervices)
MEP EO(lnoe rs
Slruc lural Erni ln eers
Landscape Ar chlle cls
SUMMARY
$11,717
Eslima lo d OUT OF PO CKET EXPENS ES including reprnducllon cos ls, elc.
CLERI CAL
HRS RATE
S~6.50
2,0 S56.50
$56.50
$58.50
$50.50
$58.50
$56.50
$50.5 0
2.0 $56.5 0
TOTAL•
DAT E: 3/1912023
TOTAL TO TAL
H OURS COST
10.0
28.0
11 .0
9.0
4.0
16.0
5.0
65.0
$1,6 77.00
S3 ,600.00
$1,330.00
$1 ,050.00
$000.00
$2,390.00
$0 70.00
$1 1,717.0 0
COST
$14,300 .00
$10,39 0.24
$5 15 0.00
$5,900.00
$35,740.24
$1 1,7 17.00
$35,7 40.2 4
_$~00.00
TO TAL THIS PROPOSAL (Basic Services) = __ $4_7,_6_5_7._2_4_....;
ACTIVITY DESCRIPTION (Adcl-On s) COST
BY OTHERS
LoU<a M. Pe1 oz and Assoclales, Inc. Archl1e cl (Repuiposing) (Add-Ons) $5,MO.OO
Loura M. Perez end Associeles, Inc. A rchllocl (E x lorlor Finishes ) (Add-Ons) $6,560.00
·TOTAL, $12,400.00
51
March 14, 2023
Mr. Ignacio Serralta •
SRS Engineering
7000 SW 97 Avenue #21 0
Miami, Florida 33173
Re: City Of South Miami (Dante Fascell Park)
New Bullding (Rotate and Mirror, Repurpose and Exterior Finishes)
Dear Ignacio,
The firm of Laura M. Perez and Associates, Inc. (LMP} Is pleased to submit this fee proposal to
provide addlUonal Architectural seivices for the referenced project.
Upon completion of our 100% drawing submittal we were advised that the owner preferred to move
the building and rotate and mirror the orientation and add 2 renderings (30 days). Owner also
wanted the Add-On options to Repurpose the shower locker room area (15 days) plus new options
for exterior finishes ( 15 days)
Attached Is a fee proposal, along with the amount of time required to change each sheet of the set.
Total Architectural Fee for Basic Seivices
Total Architectural Fee for Repurposing
Total Architectural Fee for Exterior Finishes
$14,300 (see attached fee breakdown)
$ 5,840 (see attached fee breakdown)
$ 6,560 (see attached fee breakdown)
If you have any questions or require additional Information please do not hesitate to contract our
office.
Sincerely,
Laura M. Perez and Associates, Inc.
Laura Perez, President
..... 1 .......... 1 ........... .1. .......... 1 ............ 1 ......... \ ............ ! .......... 1 ........... 1 ........... ! ........... ! .......... ! ............ ! .......... ! ........... ! .......... \ ..... ..
2 4 O I N , W . 7th S T R E E T M I A M I , F L 3 3 1 2 5 P H : 3 0 5 • 6 4 2 • 9 4 9 4 F A X : 3 0 5 -6 4 2 -0 0 8 9 E• M A I L : I m p @ I m p I c . c o m
52
LAURA M. PEREZ & ASSOCIATES, INC.
FEE PROPOSAL FOR SOUTH MIAMI DANTE FASCELL PARK
BASIC SERVICES AND ADD-ONS
ROTATE, MIRROW AND RENDERINGS
1) 100% Construction Documents (30 days)
Description
Principal
Project ArchltecUManager
Staff Architect
CADD
Estimator
Clerical
Renderings (2)
Hours
5
30
0
80
0
0
32
REPURPOSE SHOWER AND LOCKER ROOM AREA
2) 100% Construction Documents -Repurpose (15 days)
Description Hours
Prlnclpal 2
Project ArchltecUManager 15
Slaff Architect 0
CADD 40
Estimator 4
Clerical 0
EXTERIOR FINISHES
Rate
$180.00
$140.00
$95.00
$75.00
$95.00
$45.00
$100.00
Rate
$180.00
$140.00
$95.00
$75.00
$95.00
$45.00
3) 100% Construction Documents· EXTERIOR FINISHES (15 days)
Description Hours Rate
Principal 2 $180.00
Project ArchltecUManager (Description below: 40 $140.00
Staff Architect O $95.00
CADD (Color Board) 8 $75.00
Estimator O $95.00
Clerical O $45.00
2 new finishes schemes @ 20hr ea.
Includes Rev Elevatlonss, Selection of
materials & a new color board after selection
of final scheme
Total
$900
$4,200
$0
$6,000
$0
$0
$3,200
$14,300
Total
$360
$2,100
$0
$3,000
$380
$0
$5,840
Total
$360
$5,600
$0
$600
$0
$0
$6,660
53
INDEX OF DRAWINGS Ccoltl. Drawing Changes
Basis Services -Rotate, Mirror and Renderings
I ~1.0 IGENERALNO11:<> I No changes.
A-1.1 OVERALL SITE PLAN 1 7 Rolate 90'. mirror, notations, sltewotk (walkways, pickleball),
stairs & ramp.
A-1.2 PARTIAL SITE PLAN 1 6 R01alll 9D', mirror, notallons, sltowork (walkways, p!ckleball),
stairs &ramp.
A•2.1 OVERALL LIFE SAFETY PLAN 5 Milror, notat1011s, balll-s. stairs & ramps.
A-3,1 FLOOR PLAN 4 11 Mlmlr, notations, IHlll!rooms, stairs & ramps.
A-4.1 ROOF PLAN 1 4 Mlrr0r & nota11ons.
A-4.2 ROOF DETAILS No changes.
A-4.3 ROOF ANO MISCELANEOUS DETAILS No changes.
M.1 REFLECTED CBLING PLAN 1 4 Mim,r. notations, 1:18111-s.
f,,f;.1 ELEVATIONS 1 s Min"Dr, notations, stairs & ramps.
A-6.2 ELEVATIONS 5 MIITOI', notations, stairs & ramps.
A-7.1 SECTIONS 1 4 M!m,r, n01ations, llatlvoeFR6, stairs & ramps.
A-8.1 WALL SECTIONS No changes.
.... ,0.1 ENU\RGED MULTIPURPOSE ROOM & INT B.EVATIONS 5 Mlm:ir, notatiDIIS,
.... 10.2 RESTROOM ENLARGED PLANS & INT ELEVATIONS 0 0 Entire sheet. CllaAgBB to batllra DIRC,
.... 10.3 CONCESSIONS ENLARGED PLANS & INT ELEVATIONS 1 4 Mirror, notations.
A-11.1 DOOR, WINDOW, SCREEN SHADES, & LOWER SCHEDULE 1 No changes.
A-12.1 DOOR ANO LOUVER DETAILS No changes.
.... ,2.2 WINDOW DETAILS No changes.
.A-12.4 SUN CONTROL ELEVATION AND DETAILS 1 No changes.
A-13,1 STAIRS ENLARGED PLANS & SECTIONS 2 B Entire sheet. Changes to stairs & ramp.
A-14.1 WALL lYPES No changes.
A-15.1 ROOM FINISH SCHEDULE & DETAILS 3 MIITDI', notations,-llatl!raami;. stairs & ramps.
A-16.1 IDENTIFICATION DEVICES 3 Mim,r, nolalions, ball!IOORl8, stairs & ramps.
CDOl'd. And asemble Set 6 4
coard wilh engineers 4
2meetings s
Sign and seal drawings 2 0
Renderings (2) at 15 nrs each 2 30
32 110
54
INDEX OF DRAWINGS
For Repurpose Locker Rooms/Shower Area Coord. Drawing Changes
I G-1.0 GENERAL NOTES I No ehanges.
A-1.1 OVERALL SITE PLAN No changes.
A-1.2 PARTIAL SITE PLAN No changes.
A-2.1 OVERALL LIFE. SAFETY PLAN 1 4 Repurpose
A-3.1 FLOOR PLAN 4 10 Repurpose
A-4.1 ROOF PLAN No changes.
A-4.2 ROOF OE.TAILS No changes.
A-4.3 ROOF AND MISCELANEOUS DE.TAILS No changes.
A-S.1 REFLECTED CEJUNG PLAN 1 4 Repurposc
Ml.1 ELEVATIONS No changes.
A-6.2 ELEVATIONS No changes.
A-7.1 SECTIONS , 2 ReplJ1!)0Se
A-B.1 WALL SECTIONS 2 Repurpcse
A-10.1 ENLARGED MULTIPURPOSE ROOM & INT ELEVATlONS No changes.
A-10.2 RE.PURPOSE INT ELEVATlONS 1 4 Repurpose
A-10.3 CONCESSIONS E.NLARGE.O PLANS & INT ELEVA TIO NS Nochanses.
A-11.1 COOR. WINDOW, SCREEN SHADES, & LOUVER SCHEDULE 1 4 Coor schedule / Hardware Set-Spec ReplCJ)OSC
A-12.1 COOR ANO LOUVER OE.TAILS No changes.
A-12.2 WINDOW DETAILS No changes.
A-12.4 SUN CONTROL ELEVATlON ANO OE.TAILS No changes.
A-13.1 STAIRS ENLARGE.O PLANS & SECTIONS 1 4 Enlarged plans rapurpose
A-14.1 WALL TYPES No changes.
A-1S.1 ROOM FINISH SCHEDULE& DETAILS 4 Repurpose
A-16.1 IOE.NTlFICATION DEVICE.$ 2 Repurpose
Coon:I. and asemble Set Provided with Base Seivice
coord with engineers 4 Repurpose
2meetings PJOVided with Base Service
Sign and seal drawings 1 Repurpose
15 40
55
B A S t:Ur L T 0
A S S O C •. 1 1-A T E S
February 17, 2023
Mr. Ignacio Serralta
SRS Engineering
CONSULTING
5001 Southwest 74th Court, Suite 200
Miami, Florida 33155
Re: Dante Fascell Community Building Revision
Dear Ignacio,
ENGINEERS
We are pleased to submit our proposal to provide Professional Engineering Services for the
above-mentioned project.
Services:
Our scope of work will consist of additional services for mechanical, electrical and plumbing
design for revision of building siting and Interior changes.
Compensation:
Our proposed fee shall be as follows:
Services: $10,390.24
Payment Is according lo the Dsled prices above. In accordance with Florida Statutes, Section 716.12, "Prompt Payment Law' we
reserve lhe right to accrue Interest at a rate of 12% APR, beglMlng 14 days after payment Is due.
Proposal shall remain open for acceptance for a period of 90 days from the original proposal
date. prgposal is deemed invalid after 90 days from the original proposal date,
Reimbursable:
Reimbursable expenses including travel, lodging, printing, courier service, etc. shall be
reimbursed at 1.1 times actual cost.
Thank you for an opportunity to serve you. Should you have any questions, please do not hesitate
to contact our office.
Sincerely,
~~
Rene I. Basulto, PE, MSEM
CGC, CFEI, CPE, CPD
Principal
14160 Palmetto Frontage Rd, Suite 22
Miami Lakes, Flol'ida 33016
Page I of2
www.basulto.com
Phone (305) 698-3988
Fax (305) 698-3989
56
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 Title
Printed Name Date
B A S 1U1 L T Q
ASS O C·l ATES Page 2 of2
57
BASULTO &ASSOCIATES --Pn,paool-for ~Smlau,Lllllarmod~
FuceD....,l<Addlllonol---------.;;:. .......... ..... ----------. ................. -... pqao, ,.,IHI ..... ........,..,.,......, ""'--..... ... • ... I ... . ... . ... . ... • .. I ... . ... . -. . .. A .. ••• .. ..... .. ..... .. '"'"' ., .... ., ••• ., ..... ... .. .... oq .. "" --USULTO.l'.E. --1JII ....... • . ,... . -•.m S ...... .... . ...... s . • . • . s . ..... -· ......
_,.,YOST ------•Dnatcll uo ...... • . • . • . ~ • ... ... • . • . • . • . ..... ~TM • --·--... uo • ..... ..... -11.11 I ...... ...... ...... -• .. .... • . • . • . • . -· ...... • 1,.,....
U\'LEEN LDPl!Z -... • 17.00 • . . .... ff.IQ ..... ff.00 , ... • ..... • • . • . s . ..... Ii.II I MT.IO -----• STAG • . WIS ...... '9M 1-1,1M.CICI on • . • -• -• -• . -· ...,._.. . ........ • -• . • -• . • . • -• • . • -• . .... ..... ··-··-.... • . • -, ..... . ·-··· I 11.no.u
IIMMMTOll'DMCTDPINIII, -·-----I I . I IS
I I I
I TOULCUICTIDl!NSDI S
.....,..,_.~DNIGD fflC .. _ --I TlffAI.
I I • .
I I
I TOJAL......,..~s .
TOTAL-CCIIITll,IIIRICTANDAIIMIIUAIA9UI-AHDI.Cl.nE-AIID PIRMlffll<GII S ••~-------,,,,..,
I I I I I I I
ll&Sl&.'ID&ANOCIA1Zlr.lC. I I I I I I S 11.stet.H'
I I I I I I I
I I I I I I I I -I
58
n3.se BQTA~ Engineering, Inc.
LI ·' STRUCTURAL ENGINEERS
February 8, 2023
SRS Engineering, Inc.
5001 SW 74 th Court, Suite 201
Miami, Florida 33155
Attn: Mr. Jean-Claude f:ontaneau
Project Name:
Subject:
Dante Facell Park -Modification to Plans (mirror image)
Structural Fee Proposal
Dear Jean-Cl,1ude:
As requested, we are submitting a fee proposal to implement mirror imaging all the structural plans,
add an additional ramp and provide new openings as shown in the new exhibits.
After reviewing the 4 different exhibits that we received, we estimated that it will take approximately
11/2 weeks to implement the changes and generate supplemental structural calculations.
Our fee for the above-mentioned tasks is a lump sum of ~150.
Jean-Claude, if the scope and fee are acceptable, please sign a copy of this proposal and return It to us
at your convenience.
Thank you very much for considering us for this project.
Regards,
BOTAS Engineeri11g, Inc .
.,/?~--=?-----~ ,,,,,-,,,.,.,.. ,:.--~-
¢...,....
Accepted
Patricia M. Botas, P.E.
President Date
8935 NW 35th Lmm. Suite fJ2U2 • Doral. FL 33172 • Tel: 305-~18-9111 • F11x: 305-418-9112
59
CURT I S
+
ROGERS
DESIGN
S TUD IO
I NC.
ln11dscap e
Arch i t ec /11re
7 5 2 0
S. R E D
ROAD
SU ITE M
SO UTH
MI AM I
FLOR I DA
3 3 I <1 3
T ELEPHONE
3 0 5-4 4 2-1 7 7 4
F ACSIM I LE
3 0 5-4 4 5 -9 '1 8 8
LLC. LC 00024 1
w.,vw.curtisrogers.c om
February 15 , 2023
Mr. Jean-Claude Fontaneau
SRS Engineering
Re : Dante Fascell Community Center -Revisions
Dear Jea n-Claud e:
As per your request enclosed you will fin d our proposal for additional services to
provide landscape architectural se rvices for the revi sions to the new community
center building at Dante Fascell Park .
Our scope of services will includ e preparing the necessary plans addressing existing
plantings -remova ls, reloca tion s or reta inage, and new plantings in the immediate
vicin ity of the new building. These plans will include all the ne ce ssary information to
obta in a building permit and for construction. Our detailed scope of services is as
follow:
1.
2.
Schematic Design/ Design Development
a. Site visit to evaluate existing condit ions .
b. Rev iew applicab le code requirement s
c. Preparation of schematic design
d. Preparation design deve lopment drawings , addressing land scape
intent and code comp li ance .
e. Preparation of outline specifications
f. Preparation of Statements of Probable Cost for la ndscape elements
g. Coordination with Architect and applicable consultants .
h. Attend a meeting/ presentation with the client if required .
Construction Documents ( 50% and 100% Subm ittals)
a. Review and incorporate comments received for previous submittal ,
and in terim submittals
b. Prepare construction document s for tree disposition and planting.
c. Prepare technica l specifications for tree disposition (relocation or
protection of existing trees), planting and sodding. NO IRRIGATION
SCOPE IS INCLUDED.
d . Update Statement of Probable Cost for above items
e. Address permitting comments as ne eded.
f. Coordination with Architect and applicable consultants
g. Attend a meeting/ presentation with the client if required .
Note that Bidding Assistance and Construction Administration were
inc luded in the original proposal scope of services .
We propose to prov ide th e above services in accordance with the schedule
established with the Client.
We assume that we w ill rece iv e digital bases of site plan for our use, as well as a
digital survey locating an d identifying all existing tr ees w ithin project li mits. Trees
shall be classified by name , and size in calip er, height and spread. This information
60
Mr. Jean-Claude Fonteneau
February 15, 2023
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 $5,900, with the
following breakdown by phase:
1. Schematic Design -
2. Design Development -
3. Construction Documents
a. 50% Submission -
b. 100% Submission -
4. Community Meeting (1 @ 2hrs)
$ 950.00
$ 950.00
$1750.00
$1950.00
$ 300.00
Page2
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,
~~ ~-
Ralph J. Ferrer
Principal
61
l
i
I
Jl~~'llJlt~8lll'ld
Cl>la: '"1,1 IVfvlrl =A'I HU9 MS 0099..,..~
DN!CJ11118 JJJHIW6'(00 M3N
)11:lv'd 7730Sv'::l 31N\fG
i;;IJAl41-n'i,r4
ll81HX3
IJ'UtlD-4
1
:I
,L:.------•
I I
I 1
'
62
--~==-===:~(~_:: _.:~~-c, _"' _°" _=c.-.:-:::=-=.::~,:,_:;.:=.,:o;:;d.C.,::,-•-,p-::==::;------=-~-=--.,;:,-------------~"."~~~-------=-----~-7,..,!: __________ _
___ -----
=
" 0
(Z)f'IIXLmlU. cam
EXIST. re.as axm
!:::
ID
:E
i'.ij
63
I
\
I
I
n
I
ti
\ I I
: ;\ \ I I I
I I I
I , I
I I I
t I O I
I I C, I
I I I
I
I
I
64
I,\\\~,
I I I
: I, :
I I I
I c, o ~
I
l
' t
' ' I
I I
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission
FROM:Genaro “Chip” Iglesias,City Manager
DATE:Tuesday, April 4, 2023
SUBJECT:A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA,
APPROVING THE PROPOSAL AND WORK/PURCHASE ORDER WITH SRS
ENGINEERING, INC. FOR ADDITIONAL SERVICES RELATED TO THE DANTE FASCELL
PARK COMMUNITY BUILDING PROJECT; PROVIDING FOR AUTHORIZATION;
IMPLEMENTATION; CORRECTIONS; SEVERABILITY; AND AN EFFECTIVE DATE.
RECOMMENDATION:Staff recommends the approval of the subject item.
BACKGROUND:On October 5, 2021, the Mayor and City Commission passed and adopted
Resolution #119-21-15739, which authorized the City Manager to procure
services from SRS Engineering, Inc. to provide complete construction
documents for a new rubber pathway and community building at Dante
Fascell Park. The total contract amount was for $159,776.57.
The contact plans are 100% complete. The proposed community building is
one story, approximately 3,500 square feet. Building features entail a
concession room with an adjacent covered terrace; staff business office,
multipurpose room, men and women public restrooms, separate locker
rooms with shower facilities, and a storage room.
The Environmental Review and Preservation Board approved the project by a
4-3 vote on December 6, 2022. The Board expressed concerns regarding the
building’s location, orientation, and limited input. Staff has met with a few
residents who have also expressed concerns about the building’s location and
orientation. In addition, staff has gathered feedback from members of the City
Commission regarding the building’s location, orientation, and interior
facilities.
Staff recommends the following additional base services, which require
revisions to the civil, architectural, mechanical, electrical, structural, and
landscaping drawings:
prepare all required revisions to the 100% contract plans to include
relocating the building at or near the existing office-restroom facility,
rotating the facility counter-clockwise, and flipping the interior layout.
prepare drawings for the conversion of the handball courts to
pickleball courts to be incorporated into the contract drawings. 265
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
prepare exhibits and assist at a public community meeting, if
necessary.
prepare application and submit construction documents for Miami-
Dade County DERM’s review and permit.
Building Layout Alternative I – Option B (RECOMMENDED)
The recommended position of the building, Option B, does not extend beyond the south tennis court
fence line and it does not impact any native hardwood tree species.
Building Layout Alternative II – Option C
In this scenario, the position of the building, Option C,willalter the familiar layout of the jogging path,
extend beyond the south tennis court fence line, and it will impact at least one (1) mature Live Oak
tree.
366
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
The following add-on items are available due to expressed concerns shared
by members of the City Commission:
Improvements the building’s exterior finishes.
Repurpose the locker room and shower facilities.
For operational purposes, staff maintains and stores a utility vehicle and
tennis-related supplies and materials at Dante Fascell Park that make up
roughly 350 square feet (“SF”)of storage needs.
Staff recommends using the proposed facility’s storage room (290 SF) and the
men’s locker room (156 SF) for complete storage needs.This will eliminate
the need for the isolated shed at the park.
Staff also proposes that the remaining women’s locker room be repurposed
to a dedicated office for the Tennis Operation Supervisor. The Supervisor
currently shares a space in the main office where customer and business
services are being conducted which makes it challenging to conduct high level
administrative assignments when needed. This change would also free up
additional space in the proposed main office (288 SF)to not only conduct
business services but also establish a future pro shop should one be desired.
467
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
VENDOR &EXPENSE:SRS Engineering, Inc.
Proposal/contract amount for base services shall not to exceed $47,657.24.
ADD-ONS:If selected, design services related to new exterior finish improvements are
$6,560.
If selected, design services related to repurposing the locker room shower
facilities are $5,840.
FUND ACCOUNT:Citywide Parks Improvement - Miscellaneous, account number 301-2000-572-
6450, which has a current fund balance of $2,311,767.
ATTACHMENTS:Resolution
Additional Services Proposal - SRS Engineering, Inc.
Resolution #119-21-15739
Resolution #056-22-15809 - CCNA Professional Service Agreement
568
March 19, 2023 (Rev. 2)
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
Additional Services to Relocate and Modify Interior
Dear Mr. Pough,
We appreciate this opportunity to prepare this Proposal for Additional Services for the referenced
project. In accordance with our Agreement for General Engineering and Architectural Services,
we are submitting this proposal for additional services for revisions to construction drawings to
relocate the proposed new building to the existing Park Office Building location and for minor
interior modifications as requested by the City.
SCOPE OF WORK
(Basic Services)
1. Prepare revisions to the 100% drawings to include moving the building and rotating and
mirroring the orientation. These changes will require revisions to the Civil, Architectural,
Mechanical and Electrical, Structural, and Landscaping drawings. This task shall include
attending coordination meetings with City, conducting any additional site visits, and additional
project management. Please see attached Exhibits #1 thru #4 for additional information.
2. Prepare construction drawings to convert the existing racquet ball courts to pickle ball courts.
3. Preparation of exhibits to be presented at a Community Meeting to be scheduled and
organized by the City. SRS shall attend and assist in the presentation, provide exhibits, and
respond to questions.
4. Prepare application and submit construction documents to DERM for review and permit. This
task shall include responding to comments and resubmissions.
(Add-ons)
5. In addition, the City would also like the following add-on options.
a. Repurpose the locker room and shower facilities..
b. New options for exterior finishes
969
March 19, 2023
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)
Basulto & Associates, Inc. (MEP Engineers)
Botas Engineers, Inc. (Structural Engineers)
Curtis + Roger Design Studio (Landscape Architecture)
COMPENSATION
Our Engineering Fees for the above-described Basic Services will be a lump sum amount of
FORTY-SEVEN THOUSAND SIX-HUNDRED and FIFTY-SEVEN DOLLARS AND TWENTY-
FOUR CENTS ($47,657.24). Plus additional Add-Ons of $12,400.00 if selected by the City.
Please see attached fee breakdown. It does not include plan review or permitting fees. Payment
will be based on monthly invoicing as a percentage of completion of work.
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 yours,
Ignacio Serralta, P.E.
President
I have read the foregoing Letter of Agreement and agree to all terms and conditions stated
therein.
Accepted this _______ day of______________, 2023
City of South Miami
By: __________________________________
Title: _______________________________
1070
ENGINEERING COST BREAKDOWN
City of South Miami
DATE:3/19/2023
ACTIVITY PRINCIPAL SR. PROJ. MGR SR. ENGINEER ENGINEER CAD TECH CLERICAL TOTAL TOTAL
BY SRS HRS RATE HRS RATE HRS RATE HRS RATE HRS RATE HRS RATE HOURS COST
$210.00 $190.00 $140.00 $115.00 $75.00 $58.50
PROJECT MANAGEMENT & COORDINATION 2.0 $210.00 6.0 $190.00 $140.00 $115.00 $75.00 2.0 $58.50 10.0 $1,677.00
REVISIONS TO CIVIL DRAWINGS $210.00 4.0 $190.00 16.0 $140.00 $115.00 8.0 $75.00 $58.50 28.0 $3,600.00
PREPARATION OF PICKLEBALL COURTS
DRAWINGS $210.00 1.0 $190.00 6.0 $140.00 $115.00 4.0 $75.00 $58.50 11.0 $1,330.00
PREPARATION OF COMMUNITY MEETING
EXHIBITS $210.00 1.0 $190.00 4.0 $140.00 $115.00 4.0 $75.00 $58.50 9.0 $1,050.00
ATTEND COMMUNITY MEETING 2.0 $210.00 2.0 $190.00 $140.00 $115.00 $75.00 $58.50 4.0 $800.00
SUBMIT TO DERM FOR REVIEW AND
PERMIT $210.00 4.0 $190.00 4.0 $140.00 8.0 $115.00 2.0 $75.00 $58.50 18.0 $2,390.00
PREPARE 100% DESIGN PLAN SUBMITTAL 1.0 $210.00 2.0 $190.00 2.0 $140.00 $115.00 $75.00 $58.50 5.0 $870.00
TOTAL 5.0 $210.00 20.0 $190.00 32.0 $140.00 8.0 $115.00 18.0 $75.00 2.0 $58.50 85.0 $11,717.00
ACTIVITY DESCRIPTION (Basic Services)COST
BY OTHERS
Laura M. Perez and Associates, Inc.
Basulto & Associates, Inc.
Botas Engineers, Inc.
Curtis + Roger Design Studio
TOTAL =
SUMMARY
ACTIVITIES BY SRS (Salaries) (Basic Services)X 1.00
ACTIVITIES BY OTHERS
Estimated OUT OF POCKET EXPENSES including reproduction costs, etc.
TOTAL THIS PROPOSAL (Basic Services) =
ACTIVITY DESCRIPTION (Add-Ons)COST
BY OTHERS
Laura M. Perez and Associates, Inc.
Laura M. Perez and Associates, Inc.
TOTAL =
$47,657.24
$11,717
Architect (Basic Services)
Landscape Architects $5,900.00
$11,717.00
$35,740.24
$200.00
$35,740.24
MEP Engineers $10,390.24
Structural Engineers $5,150.00
Dante Fascell - New Community Building
$14,300.00
Additional Services
Architect (Repurposing) (Add-0ns)$5,840.00
Architect (Exterior Finishes) (Add-Ons)$6,560.00
$12,400.00
1171
1272
................ ···········:············ ············:············-:·············;············:·············:············-:············ ········•··· .....
L A U R A M. P. E R E Z &. A S S O c· I A T . E S, N C.
A R C H I T E C T S -P L A N N E R S -I N T E R O R D E I N G E S L I C. A A -C O 1 8 6 4 . . . . . ' . . . .
••.• '. •. •• • ••••.• • ' •.••• , .• ·~·· •• ' •• ' .• ' ,,;,' •• , •••. '·••}••·· .•••••• ••:•• •••••• •• .• . • . •••••••••• • •.•• ' ••••••••••••••••• •❖••··· ...... . .......... ' .. ' .• . . . . . . . . . . ' . . . ' . . . ' '
March 14, 2023
Mr. Ignacio Serralta
SRS Engineering
7000 SW 97 Avenue #210
Miami , Florida 33173
Re: City Of South Miami (Dante Fascell Park)
New Building (Rotate and Mirror, Repurpose and Exterior Finishes)
Dear Ignacio,
The firm of Laura M. Perez and Associates, Inc . (LMP) is pleased to submit this fee proposal to
provide additional Architectural services for the referenced project.
Upon completion of our 100% drawing submittal we were advised that the owner preferred to move
the building and rotate and mirror the orientation and add 2 renderings (30 days). Owner also
wanted the Add-On options to Repurpose the shower locker room area (15 days) plus new options
for exterior finishes (15 days)
Attached is a fee proposal , along with the amount of time required to change each sheet of the set.
Total Architectural Fee for Basic Services
Total Architectural Fee for Repurposing
Total Architectural Fee for Exterior Finishes
$ 14,300 (see attached fee breakdown)
$ 5,840 (see attached fee breakdown)
$ 6,560 (see attached fee breakdown)
If you have any questions or require additional information please do not hesitate to contract our
office.
Sincerely,
Laura M. Perez and Associates, Inc.
Laura Perez, President
.... ' ........ '. \· .......................... '....... . .. ''.' .. ' ....... ' ... i •.......... . ...... ' ... ·i· .......... · ':·........... .. ....... ' .......... --~.......... . . . . .. . . . . . . .. . . .. . . . ' ..... .
2 4 1 N. W. 7th S REE MI AM , FL 3 1 2 5 P0 H: 3 0 5 -6 4 2 -9 4 9 4 F A·x: 3 0 5 6 4 2 -8 8 9 E-0 M A IL Imp @ mp t c . com
1373
LAURA M. PEREZ & ASSOCIATES, INC.
FEE PROPOSAL FOR SOUTH MIAMI DANTE FASCELL PARK
BASIC SERVICES AND ADD-ONS
ROTATE, MIRROW AND RENDERINGS
1) 100% Construction Documents (30 days)
Description
Principal
Project Architect/Manager
Staff Architect
CADD
Estimator
Clerical
Renderings (2)
Hours
5
30
0
80
0
0
32
REPURPOSE SHOWER AND LOCKER ROOM AREA
2) 100% Construction Documents -Repurpose (15 days)
Description Hours
Principal 2
Project Architect/Manager 15
Staff Architect 0
CADD 40
Est imator 4
Clerical 0
EXTERIOR FINISHES
Rate
$180.00
$140 .00
$95 .00
$75 .00
$95 .00
$45 .00
$100 .00
Rate
$180.00
$140.00
$95.00
$75 .00
$95.00
$45.00
3) 100% Construction Documents -EXTERIOR FINISHES (15 days)
Description Hours Rate
Principal 2 $180.00
Project Architect/Manager (Description below: 40 $140.00
Staff Architect 0 $95 .00
CADD (Color Board) 8 $75 .00
Estimator O $95.00
Clerical O $45 .00
2 new finishes schemes@ 20hr ea .
Includes Rev El evationss , Selection of
materials & a new color board aft er selection
of fi nal scheme
Total
$900
$4 ,200
$0
$6,000
$0
$0
$3 ,200
$14,300
Total
$360
$2 ,100
$0
$3 ,000
$380
$0
$5,840
Total
$360
$5,600
$0
$600
$0
$0
$6,560
1474INDEX OF DRAWINGS Coard. Drawing Changes Basis Services -Rotate, Mirror and Renderings I G-1.D GENERAL NOTES No changes. A-1.1 OVERALL SITE PLAN Rotate 9D', mirror, notations, sitework (walkways, pickleball), 1 7 stairs & ramp. A-1.2 PARTIAL SITE PLAN Rotate 9D', mirror, notations, sitework (walkways, pickleball), 1 6 stairs & ramp. A-2.1 OVERALL LIFE SAFETY PLAN 5 Mirror, notations, salRFBBA'IS, stairs & ramps. A-3.1 FLOOR PLAN 4 11 Mirror, notations, ~s, stairs & ramps. A-4.1 ROOF PLAN 1 4 Mirror & notations. A-4.2 ROOF DETAILS No changes. A-4.3 ROOF AND MISCELANEOUS DETAILS No changes. A-5.1 REFLECTED CEILING PLAN 1 4 Mirror, notations, salRFBBA'IS. A-6.1 ELEVATIONS 1 5 Mirror, notations, stairs & ramps. A-6.2 ELEVATIONS 5 Mirror, notations, stairs & ramps. A-7.1 SECTIONS 1 4 Mirror, notations, salRFBBA'IS, stairs & ramps. A-8.1 WALL SECTIONS No changes. A-10.1 ENLARGED MULTIPURPOSE ROOM & INT ELEVATIONS 5 Mirror, notations. A-10.2 RESTROOM ENLARGED PLANS & INT ELEVATIONS D D Entire sheet. G RaR!lBS 19 salRFeeA'!s. A-10.3 CONCESSIONS ENLARGED PLANS & INT ELEVATIONS 1 4 Mirror, notations. A-11.1 DOOR, WINDOW, SCREEN SHADES, & LOUVER SCHEDULE 1 No changes. A-12.1 DOOR AND LOUVER DETAILS No changes. A-12.2 WINDOW DETAILS No changes. A-12.4 SUN CONTROL ELEVATION AND DETAILS 1 No changes. A-13.1 STAIRS ENLARGED PLANS & SECTIONS 2 8 Entire sheet. Changes to stairs & ramp. A-14.1 WALL TYPES No changes. A-15.1 ROOM FINISH SCHEDULE & DETAILS 3 Mirror, notations, l:>alRFGBA'IS, stairs & ramps. A-16.1 IDENTIFICATION DEVICES 3 Mirror, notations, l:>atRFeeA'!s, stairs & ramps. Coard. And asemble Set 6 4 coord with engineers 4 2 meetings 5 Sign and seal drawings 2 D Renderings (2) at 1 5 hrs each 2 3D 32 110
1575INDEX OF DRAWINGS For Repurpose Locker Rooms/Shower Area Coard. Drawing Changes G-1.D GENERAL NOTES No changes. A-1.1 OVERALL SITE PLAN No changes. A-1.2 PARTIAL SITE PLAN No changes. A-2.1 OVERALL LIFE SAFETY PLAN 1 4 Repurpose A-3.1 FLOOR PLAN 4 10 Repurpose A-4.1 ROOF PLAN No changes. A-4.2 ROOF DETAILS No changes. A-4.3 ROOF AND MISCELANEOUS DETAILS No changes. A-5.1 REFLECTED CEILING PLAN 1 4 Repurpose A-6.1 ELEVATIONS No changes. A-6.2 ELEVATIONS No changes. A-7.1 SECTIONS 1 2 Repurpose A-8.1 WALL SECTIONS 2 Re purpose A-10.1 ENLARGED MULTIPURPOSE ROOM & INT ELEVATIONS No changes. A-10.2 REPURPOSE INT ELEVATIONS 1 4 Repurpose A-10.3 CONCESSIONS ENLARGED PLANS & INT ELEVATIONS No changes. A-11.1 DOOR, WINDOW, SCREEN SHADES, & LOUVER SCHEDULE 1 4 Door schedule/ Hardware Set -Spec Repurpose A-12.1 DOOR AND LOUVER DETAILS No changes. A-12.2 WINDOW DETAILS No changes. A-12.4 SUN CONTROL ELEVATION AND DETAILS No changes. A-13.1 STAIRS ENLARGED PLANS & SECTIONS 1 4 Enlarged plans repurpose A-14.1 WALL TYPES No changes. A-15.1 ROOM FINISH SCHEDULE & DETAILS 4 Repurpose A-16.1 IDENTIFICATION DEVICES 2 Repurpose Coard. and asemble Set Provided with Base Service coord with engineers 4 Repurpose 2 meetings Provided with Base Service Sign and seal drawings 1 Repurpose 15 40
14160 Palmetto Frontage Rd, Suite 22 Page 1 of 2 Phone (305) 698-3988
Miami Lakes, Florida 33016 www.basulto.com Fax (305) 698-3989
February 17, 2023
Mr. Ignacio Serralta
SRS Engineering
5001 Southwest 74th Court, Suite 200
Miami, Florida 33155
Re: Dante Fascell Community Building Revision
Dear Ignacio,
We are pleased to submit our proposal to provide Professional Engineering Services for the
above-mentioned project.
Services:
Our scope of work will consist of additional services for mechanical, electrical and plumbing
design for revision of building siting and interior changes.
Compensation:
Our proposed fee shall be as follows:
Services: $10,390.24
Payment is according to the listed prices above. In accordance with Florida Statutes, Section 715.12, “Prompt Payment Law” we
reserve the right to accrue interest at a rate of 12% APR, beginning 14 days after payment is due.
Proposal shall remain open for acceptance for a period of 90 days from the original proposal
date. Proposal is deemed invalid after 90 days from the original proposal date.
Reimbursable:
Reimbursable expenses including travel, lodging, printing, courier service, etc. shall be
reimbursed at 1.1 times actual cost.
Thank you for an opportunity to serve you. Should you have any questions, please do not hesitate
to contact our office.
Sincerely,
René I. Basulto, PE, MSEM
CGC, CFEI, CPE, CPD
Principal
_____________________________________________________________________________________________
1676
Page 2 of 2
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 Title
____________________________________ _____________________________
Printed Name Date
1777
Hourly
Rate
TOTAL
LABOR (Sum
3-9)
RAW
COSTS
[10] X [2]
MULTIPLIED
COSTS
[1] x [11]
$Hrs $Hrs $Hrs $Hrs $Hrs $Hrs $Hrs $Hrs $Hours $$
[1][2][3][2] X [3][4][2] X [4][5][2] X [5][6][2] X [6][7][2] X [7][8][2] X [8][9][2] X [9][10][2] X [10][11][12][13]
RENE BASULTO, P.E.Principal 1.00 130.00$ -$ 1.00 130.00$ 1.00 130.00$ 1.00 130.00$ -$ -$ -$ -$ 3.00 390.00$ 390.00$
CHARLES YOST Senior Engineer - Electrical 2.90 39.67$ -$ -$ -$ 8.00 317.36$ -$ -$ -$ -$ 8.00 317.36$ 920.34$
DORCAS TOLEDO Senior Cad 2.90 28.00$ 8.00 224.00$ 12.00 336.00$ 12.00 336.00$ 4.00 112.00$ -$ -$ -$ -$ 36.00 1,008.00$ 2,923.20$
KAYLEEN LOPEZ Clerical 2.90 17.00$ -$ 1.00 17.00$ 1.00 17.00$ 1.00 17.00$ -$ -$ -$ -$ 3.00 51.00$ 147.90$
SERGIO HERNANDEZ Sernior Engineer -Plumb Mech 2.90 37.00$ -$ 24.00 888.00$ 32.00 1,184.00$ 0.00 -$ -$ -$ -$ -$ 56.00 2,072.00$ 6,008.80$
-$ -$ -$ -$ -$ -$ -$ -$ -$ -$
8.00 86.00 46.00 14.00 0.00 -$ -$ 154.00 3,838.36$ 10,390.24$
TOTAL
-$
-$
TOTAL
-$
-$
10,390.24$
TOTAL
BASULTO & ASSOCIATES, INC.10,390.24$
Notes
DESCRIPTION
TYPE OF EXPENSE
TOTAL DIRECT EXPENSES
TYPE OF EXPENSE
Revise Electrical
DrawingsCONTRACT
RAW HOURLY
RATE
CAP
Revise Plumbing
Drawings and Isometrics
NAME CONTRACT CATEGORY
Labor
Multiplier
DESCRIPTION
-
BASULTO & ASSOCIATES
14-Feb-23
QUANTITY
QUANTITY
Revise Backgrounds Revise Mechanical Drawings
and Heat Load Calculations
SUMMARY OF DIRECT EXPENSES
SUMMARY OF REIMBURSABLE EXPENSES
-
Proposal Breakdown for Engineering Services, Labor and Expenses
Fascell Park Additional Services
COMPANY
PROPOSAL SUMMARY
TOTAL REIMBURSABLE EXPENSES
TOTAL LABOR COSTS, DIRECT AND REIMBURSABLE EXPENSES AND I.G. FEE (DESIGN AND PERMITTING)
DISCIPLINE
1878
1979
BDTAS Engineering, Inc.
STRUCTURAL ENGINEERS
February 8, 2023
SRS Engineering, Inc.
5001 SW 74th Court, Suite 201
Miami, Florida 33155
Attn: Mr. Jean -C laude Fontaneau
Project Name:
Subject:
Dante Facell Park -Modification to Plans (mirro r image)
Structural Fee Propos al
Dear Jean-Claude:
As requested, we are submitting a fee proposal to implement mirror imaging all the structural plan s,
add an additional ramp and provide new openings as shown i n the new exhibits.
Af ter reviewing the 4 different exh i bits that we received, we estimated that it will tak e approxima tely
11/2 we e ks to implement the changes and generate supplemental structural calculations.
Our fee for the above-mentioned tasks is a lump sum of$ 5,150.
Jean -Claude, if the scope and fee are acceptable, please sign a copy of this proposal and return it to us
at your convenience.
Thank you very much for considering us for this project.
Regards,
BOTAS Engineering, Inc .
Patricia M. Botas, P.E.
President
Accepted
Date
8935 NW 35th Lane Suite #202 • Doral. FL 33172 • Tel: 305-418 -9111 • Fax: 305-418-9112
February 15, 2023
Mr. Jean-Claude Fontaneau
SRS Engineering
Re: Dante Fascell Community Center - Revisions
Dear Jean-Claude:
As per your request enclosed you will find our proposal for additional services to
provide landscape architectural services for the revisions to the new community
center building at Dante Fascell Park.
Our scope of services will include preparing the necessary plans addressing existing
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 permit and for construction. Our detailed scope of services is as
follow:
1. Schematic Design/ Design Development
a. Site visit to evaluate existing conditions.
b. Review applicable code requirements
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
b. Prepare construction documents for tree disposition and planting.
c. Prepare technical specifications for tree disposition (relocation or
protection of existing trees), planting and sodding. NO IRRIGATION
SCOPE IS INCLUDED.
d. Update Statement of Probable Cost for above items
e. Address permitting comments as needed.
f. Coordination with Architect and applicable consultants
g. Attend a meeting/ presentation with the client if required.
Note that Bidding Assistance and Construction Administration were
included in the original proposal scope of services.
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
C U R T I S
+
R O G E R S
D E S I G N
S T U D I O
I N C.
L a n d s c a p e
A r c h i t e c t u r e
7 5 2 0
S. R E D
R O A D
S U I T E M
S O U T H
M I A M I
F L O R I D A
3 3 1 4 3
T E L E P H O N E
3 0 5-4 4 2-1 7 7 4
F A C S I M I L E
3 0 5-4 4 5-9 4 8 8
L L C. LC 000241
www.curtisrogers.com
2080
Mr. Jean-Claude Fontaneau
February 15, 2023 Page 2
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 $5,900, with the
following breakdown by phase:
1. Schematic Design - $ 950.00
2. Design Development - $ 950.00
3. Construction Documents
a. 50% Submission - $ 1750.00
b. 100% Submission - $ 1950.00
4. Community Meeting (1 @ 2hrs) $ 300.00
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,
Ralph J. Ferrer
Principal
2181
X X X X X X X X X X X X X X X X X X XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
X X X X X X X
X X X X
MHMH
CON
C-
CON
C-CHK-
1
0
3
5-
9
2
4 XX
XXX5.50
5.505.
5
0
6.0
0 6.006.006.0
0
6.
5
0
6.50
6.507.00
7.00
7.007.50
7.50
7.508.00 8.008.008.
5
0
8.50
8.509.00
9.00
9.009.50 9.5010.0010.5011.00
5.50
6.00
6.50
5.00
5.50
1:12 MAX1:12 MAX5001 S.W. 74th COURT, SUITE 201
MIAMI, FLORIDA 33155
TEL. 305-662-8887 FAX 305-662-8858
WWW.SRS-CORP.COM
CONSULTING ENGINEERS EB-00007317
2282
X X X X X X X X X X X X X X X X X X XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
X X X X X X X
X X X X
MHMH
CON
C-
CON
C-CHK-
1
0
3
5-
9
2
4 XX
XXX5.50
5.505.
5
0
6.0
0 6.006.006.0
0
6.
5
0
6.50
6.507.00
7.00
7.007.50
7.50
7.508.00 8.008.008.
5
0
8.50
8.509.00
9.00
9.009.50 9.5010.0010.5011.00
5.50
6.00
6.50
5.00
5.50
1:12 MAX1:12 MAX5001 S.W. 74th COURT, SUITE 201
MIAMI, FLORIDA 33155
TEL. 305-662-8887 FAX 305-662-8858
WWW.SRS-CORP.COM
CONSULTING ENGINEERS EB-00007317
2383
X X X X X X X X X X X X X X X X X X XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
X X X X X X X
X X X X
MHMH
CON
C-
CON
C-CHK-
1
0
3
5-
9
2
4 XX
XXX5.50
5.505.
5
0
6.0
0 6.006.006.0
0
6.
5
0
6.50
6.507.00
7.00
7.007.50
7.50
7.508.00 8.008.008.
5
0
8.50
8.509.00
9.00
9.009.50 9.5010.0010.5011.00
5.50
6.00
6.50
5.00
5.50
1:12 MAX1:12 MAX5001 S.W. 74th COURT, SUITE 201
MIAMI, FLORIDA 33155
TEL. 305-662-8887 FAX 305-662-8858
WWW.SRS-CORP.COM
CONSULTING ENGINEERS EB-00007317
2484
X X X X X X X X X X X X X X X X X X XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
X X X X X X X
X X X X
MHMH
CON
C-
CON
C-CHK-
1
0
3
5-
9
2
4 XX
XXX5.50
5.505.
5
0
6.0
0 6.006.006.0
0
6.
5
0
6.50
6.507.00
7.00
7.007.50
7.50
7.508.00 8.008.008.
5
0
8.50
8.509.00
9.00
9.009.50 9.5010.0010.5011.00
5.50
6.00
6.50
5.00
5.50
1:12 MAX1:12 MAX5001 S.W. 74th COURT, SUITE 201
MIAMI, FLORIDA 33155
TEL. 305-662-8887 FAX 305-662-8858
WWW.SRS-CORP.COM
CONSULTING ENGINEERS EB-00007317
2585
1 of 1
PROJECT WORK/PURCHASE ORDER
Between
CITY OF SOUTH MIAMI, FLORIDA
And
SRS ENGINEERING, INC.
Project Name: Dante Fascell Park - Design of New Community Building Additional Services to Relocate
and Modify Interior
2686
1 of 4
PROJECT WORK/PURCHASE ORDER
Between
CITY OF SOUTH MIAMI, FLORIDA
And
SRS ENGINEERING, INC.
Project Name: Dante Fascell Park - Design of New Community Building Additional Services to Relocate
and Modify Interior
Subject to the provisions contained in the “Professional Services Agreement for Professional
General Engineering and Architectural Services” (hereinafter referred to as the “Professional Services
Agreement”) between the CITY OF SOUTH MIAMI, FLORIDA (hereinafter referred to as “City”) and SRS
ENGINEERING, INC.,(hereinafter referred to as “Consultant”) dated May 3, 2022, which Professional
Services Agreement was competitively procured through Request For Qualifications (RFQ) No. PW2022-
03 in accordance with Section 287.955, Florida Statutes. This Project Work/Purchase Order is made
effective as of the day of , 2023, and authorizes the Consultant to provide
the services as set forth below:
SECTION 1. SCOPE OF SERVICES
1.1 Consultant shall provide professional engineering services, including
____________________________________________________________________________________
for the DANTE FASCELL PARK – DESIGN OF NEW COMMUNITY BUILDING ADDITIONAL SERVICES
TO RELOCATE AND MODIFY INTERIOR and complete the tasks that are identified and described in the
project proposal, attached hereto as exhibit “1,” for the City (the “Services”).
1.2 The City may request changes that would increase, decrease, or otherwise modify the
scope of services outlined under the Project Proposal attached hereto as Exhibit “1.” Such changes must
be contained in a written change order executed by the parties in accordance with the provisions of the
Professional Services Agreement, prior to any deviation from the terms of this Project Work/Purchase
Order, including the initiation of any extra work.
SECTION 2. DELIVERABLES
2.1 As part of the scope of services and project schedule, the Consultant shall provide the City
with the Deliverables identified in the Project Proposal attached hereto as Exhibit “1.”
SECTION 3. TERM/TIME OF PERFORMANCE/DAMAGE
3.1 Term. This Project Work/Purchase Order shall commence on the date this instrument is
fully executed by all parties and shall continue in full force and effect until terminated pursuant to Section 6
or other applicable provisions of this ProjectWork/Purchase Order. The CityManager, in his sole discretion,
may extend the term of this Project Work/Purchase Order through written notification to the Consultant.
Such extension shall not exceed 90 days. No further extensions of this Agreement shall be effective unless
authorized by the City Manager.
2787
2 of 4
3.2 Commencement. Services provided by the Consultant under this Project Work/Purchase
Order and the time frames applicable to this Project shall commence upon the date provided in a written
Notice to Proceed (“Commencement Date”) provided to the Consultant by the City. The Consultant shall
not incur any expenses or obligations for payment to third parties prior to the issuance of the Notice to
Proceed. Consultant must receive written notice from the City Manager prior to the beginning the
performance of services.
3.3 Contract Time. Upon receipt of the Notice to Proceed, the Consultant shall provide
services to the City on the Commencement Date, and shall continuously perform services to the City,
without interruption, in accordance with the time frames set forth in the Project Proposal attached and
incorporated into this Agreement as Exhibit “1”. The number of calendar days from the Commencement
Date, through the date set forth in the Project Schedule for completion of the Project or the date of actual
completion of the Project, whichever shall last occur, shall constitute the Contract Time.
3.4 All limitations of time set forth in this Agreement are of the essence.
SECTION 4. AMOUNT, BASIS AND METHOD OF COMPENSATION
4.1 Compensation. Consultant shall be compensated for the provision of the Services in
accordance with Exhibit “1” attached hereto. Consultant shall receive a total lump sum fee of $47,657.24,
plus an additional $6,560 for Add-on Exterior Finishes, for this Project.
4.2 Reimbursable Expenses. All reimbursable expenses are included in the total
compensation listed in Section 4.1 above.
SECTION 5. BILLING AND PAYMENTS
5.1 Invoices
5.1.1.Compensation and Reimbursable Expenses. Consultant shall submit invoices
which are identified by the specific project number on a monthly basis in a timely manner.
These invoices shall identify the nature of the work performed, the phase of work, and the
estimated percent of work accomplished in accordance with the Payment Schedule attached
hereto as Exhibit “1”, attached hereto and made part of this Agreement. Invoices for each
phase shall not exceed amounts allocated to said phase plus reimbursable expenses
accrued during each phase. The statement shall show a summary of fees with accrual of the
total and credits for portions paid previously.
5.1.2.Florida Prompt Payment Act. The City shall pay the Contractor in accordance with
the Florida Prompt Payment Act after approval and acceptance of the Services by the City
Manager.
5.2 Disputed Invoices. In the event that all or a portion of an invoice submitted to the City for
payment to the Consultant is disputed, or additional backup documentation is required, the City shall notify
the Consultant within fifteen (15) working days of receipt of the invoice of such objection, modification or
additional documentation request. The Consultant shall provide the City within five (5) working days of the
date of the City’s notice. The City may request additional information, including but not limited to, all
invoices, time records, expense records, accounting records, and payment records of the Consultant. The
City, at its sole discretion, may pay to the Consultant the undisputed portion of the invoice. The parties
shall endeavor to resolve the dispute in a mutually agreeable fashion.
2888
3 of 4
5.3 Suspension of Payment. In the event that the City becomes credibly informed that any
representations of the Consultant, provided pursuant to Subparagraph 5.1, are wholly or partially
inaccurate, or in the event that the Consultant is not in compliance with any term or condition of this Project
Agreement, the City may withhold payment of sums then or in the future otherwise due to the Consultant
until the inaccuracy, or other breach of Project Agreement, and the cause thereof, is corrected to the
Owner’s reasonable satisfaction.
5.4 Retainage. The City reserves the right to withhold retainage in the amount of ten percent
(10%) of any payment due to the Consultant until the project is completed. Said retainage may be withheld
at the sole discretion of the City and as security for the successful completion of the Consultant’s duties
and responsibilities under the Project Agreement. Intentionally Deleted.
5.5 Final Payment. Submission to the Consultant’s invoice for final payment and
reimbursement shall constitute the Consultant’s representation to the City that, upon receipt from the City
of the amount invoiced, all obligations of the Consultant to others, including its consultants, incurred in
connection with the Project, shall be paid in full. The Consultant shall deliver to the City all documents
requested by the City evidencing payments to any and all subcontractors, and all final specifications, plans,
or other documents as dictated in the Scope of Services and Deliverable. Acceptance of final payment
shall constitute a waiver of all claims against the City by the Consultant.
SECTION 6. TERMINATION/SUSPENSION
6.1 For Cause. This Project Work/Purchase Order may be terminated by either party upon
five (5) calendar days written notice to the other should such other party fail substantially to perform in
accordance with its material terms through no fault of the party initiating the termination and fails to cure
the failure to perform within such five (5) day period. In the event that Consultant abandons this Project
Work/Purchase Order or causes it to be terminated by the City, the Consultant shall indemnify the City
against any loss pertaining to this termination. In the event that the Consultant is terminated by the City for
cause and it is subsequently determined by a court by a court of competent jurisdiction that such termination
was without cause, such termination shall thereupon be deemed a termination for convenience under
Section 6.2 and the provision of Section 6.2 shall apply.
6.2 For Convenience. This Project Work/Purchase Order may be terminated by the City for
convenience upon fourteen (14) calendar days’ written notice to the Consultant. In the event of such
termination a termination, the Consultant shall incur no further obligations in connections with the Project
and shall, to the extent possible terminate any outstanding subconsultant obligation. The Consultant shall
be compensated for all services performed to the satisfaction of the City and reimbursable expenses
incurred prior the date of termination. In such event, the Consultant shall promptly submit to the City its
invoice for final payment and reimbursement which invoice shall comply with the provisions of Section 5.1.
Under no circumstances shall the City make payment of profit to the Consultant for services which have
not been performed.
6.3 Assignment upon Termination. Upon termination of this Project Work/Purchase Order, a
copy of all work product of the Consultant shall become the property of the City and the Consultant shall
within ten (10) working days of receipt of written direction from the City, transfer to either the City or its
authorized designee, a copy of all work product in its possession, including but not limited to designs,
specifications, drawings, studies, reports and all other documents and data in the possession of the
Consultant pertaining to this Project Work/Purchase Order. Upon the City’s request, the Consultant shall
additionally assign its rights, title and interest under any subcontractor’s agreements to the City.
6.4 Suspension for Convenience. The City shall have the right at any time to direct the
Consultant to suspend its performance, or any designated part thereof, for any reason whatsoever, or
without reason, for a cumulative period of up to thirty (30) calendar days. If any such suspension is directed
2989
4 of 4
by the City, the Consultant shall immediately comply with same. In the event the City directs a suspension
of performance as provided herein, through no fault of the Consultant, the City shall pay the Consultant as
full compensation for such suspension the Consultant’s reasonable cost, actually incurred and paid, of
demobilization and remobilization.
Section 7. American Rescue Plan Act Contract Conditions.
7.1 The Consultant acknowledges that the Services authorized under this Project Agreement
may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to
the City pursuant to the American Rescue Plan Act (“ARPA”). Towards that end, the Consultant shall be
required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent
amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in
the ARPA Addendum.
If compliance with the ARPA Addendum is required, the City shall select this box: .
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK.
SIGNATURE PAGE FOLLOWS.]
3090
1 of 1
IN WITNESS WHEREOF, the parties hereto have caused this Work/Purchase Order executed as
of the day and year as first stated above
CITY:
ATTEST:CITY OF SOUTH MIAMI, FLORIDA, a
Florida Municipal Corporation
By:
CITY CLERK Genaro “Chip” Iglesias, City Manager
Date:
APPROVED AS TO FORM AND LEGAL
SUFFICIENCY:
CITY ATTORNEY
CONSULTANT:
SRS ENGINEERING, INC.
By:
Name:
Title:
Date:
WITNESSES:
Print Name:
Print Name:
3191
EXHIBIT “1”
PROJECT PROPOSAL
(SCOPE OF SERVICES AND SCHEDULE AND PAYMENT SCHEDULE)
3292
3393
RESOLUTION 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 & 8-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,D_00 before
this request was made.
Page 1 of 2
3494
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 resolut ion .
Section 5. Effective Date. This resolution will become effective immediately upon
adoption.
PASSED AND ADOPTED this 5t h day of October, 2021 .
ATTEST :
W¼~A 0
CITY U rnK "3'-
READ AND APPROVED AS TO FORM,
LA
COMMISSION VOTE:
Mayor Philips :
Comm i ssioner Harris:
5-0
Yea
Yea
Commissioner Gil: Yea
Commissioner Liebman: Yea
Commissioner Corey: Yea
Pag e 2 o f 2
3595
City Commission Agenda Item Report
Meeting Date: October 5, 2021
Submitted by: Quentin Pough
Submitting Department: Parks & Recreation
Item Type: Resolution
Agenda Section:
Subject:
Agenda Item No:3.
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 11.docx
Reso-Facility_Design-Phase_ll CArev.docx
Resolution #011-21-15631.pdf
SRS Design Proposal-Phase 11.pdf
Dante Fascell SCHEME A.pdf
Dante Face II SCHEME B.pdf
SRS Professional Service Agreement.pdf
1
3696
THE OTY 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 Kamali, 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 & 8-
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.
2
3797
THE CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
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
3898
RESOLUTION NO.: 011-21-15631
A Resolution authorlzlns the aty Manager to procure professional services from
SRS En1lneerl111, Inc. for Initial data collection and concept plans reprdln1 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 mapping, elevations, geotechnlcal engineering, tree survey reports and maps}
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 of2
3999
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:
c1TY ct'eRK MAYOR
I
READ AND APPROVED AS TO FORM: COMMISSION VOTE: 5-0
LANGUAGE, LEGALITY AND Mayor Philips: Vea
~~✓&
ci& ATTORNEY
Vice Mayor Welsh: Vea
Commissioner Harris: Vea
Commissioner Liebman: Yea
Commissioner Gil: Yea
Page 2 of2
7
40100
City Commission Agenda Item Report
Meeting Date: January 19, 2021
Submitted by: Quentin Pough
Submitting Department: Parks & Recreation
Item Type: Resolution
Agenda Section:
Subject:
Agenda Item No:5.
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
41101
~ Soutt1'Miami
TllE CrY 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 Kamali, 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.
ExPENSE:
ACCOUNT:
ATTACHMENTS:
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.
Amount not to exceed $30,800.
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.
Resolution
Proposal -SRS Engineering, Inc.
SRS Professional Service Agreement
42102
5001 SW ?4'TB COUEi,T1 SUITE 201, Ml;AMI, F'LORIDA: 33 l 55
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 Build ing 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 constructio n 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 ten nis courts. All work shall be in accordance with the accepted
practices and des ign 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 proj ec t and City requirements
2. Conduct site visit and field investigations as needed for design .
3 . Research of existing ut ilit ie s 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 preparat ion of 3 or 4 schematic site plans to present to
City for approval.
6. Attend meet ing 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.
43103
SUBCONSULTANTS
January 12, 2021
Page 2
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 exist ing 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 Curt is + 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 recommendat ions to retain, remove or relocate will be made. An
arbor ist report w ill be submitted.
• Prepare up to 4 site accommodation studies -show ing 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
F
11
44104
Geotechnical Investigations
January 12, 2021
Page 3
SRS shall contract and coordina te with Nelco Testing and Engineering Services , Inc to conduct
geotechnical explorations and analysis as required for the design Including:
• 3 Standard Penetration Test Borings, (15 feet deep)
• 3 Percolation Tests (SFWMD 15 feet deep)
• Geotechnical Report with Foundation Recommendations .
• Public Utility Location/Layout Coordination.
• Drill Rig/Equipment /Personnel Mobil ization
Deliverables : Geotechnical Report
COMPENSATION
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.) .................... $ 7,590.00
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
or iginal of this Agreement where indicated below and return to our office.
I have read the foregoing Letter of Agreement and agree to
all terms and conditions stated therein .
Accepted this ___ day of ______ , 2020
City of South Miami
By: ____________ _
Title : _____________ _
7
1?
45105
,____....
: : : . ~ . . ~ ~ ; : ., ............ !L'"""ifit"A·~ii···P,i ...... ~ .. z' .. i.:··A·S·~·o··c:·i·i·T: ....... ~ .... N.·c·~·· .. .
;ARCH ITECTS PLANNERS • I NT ER IO R DES INGER 5 LI C. A A -C 0 1 8 G 4
ecember 21, 2020
r. Ignacio Serralta
RS Eng ineeri ng
7 000 SW 97 Avenue #210
iami, Florida 33173
•:• ........ , .... .. . .
e: City Of South Miami {Dante Fascell Park)
Tennis Courts and building
ear Ignacio,
: : : :
• ~ ........... : •• ...... • : ••••••• '!"" ...... ···:· .. .
The firm of Laura M. Perez and Associates, Inc. (LMP) is pleased to submit this fee proposal to
rovide Architectural services for t he referenced project.
3ased on our site meeting it is our understanding that that the owner would like to add two tennis
:;ourt s and field house building . As discussed we are first to provide a program/ master plan
ackage which will include 3 or 4 schemes for the build ing and site plan of the area .
Ne will need a detailed survey of th e area as well as boring results in order to properly locate both
he building and the tennis courts .
T otal Architectural Fee $7,590. (see attached fee breakdown)
he following services are not inc luded in our fee . Civil , MEP , Structural , Geotechnical and
urveyor
you have any questions or requ ire additional information please do not hesitate to contract our
ffice.
incerely,
... aura M. Perez and Associates, Inc.
_aura Perez , President
··•·•••··••C• • •• • .; • • •••• • •
• O ~ ~ .... .., -th S T R E E T ~.· I A ~.-r L. 3 3 • :-!: n .. C 5 4 : t .: ::' ~ f
r>
I
13
46106
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
CADD / Photo plan 24 $75.00 $1,800
Estimator 6 $125.00 $750
Clerical 4 $45.00 $180
$7,590
9
47107
TE STI NG & ENG INEERIN G SERVICES . INC.
Letter of Proposal
December 23 rd , 2020
SRS Engineering, In c.
500 I SW 74,h Court., Suite 20 I
Miami Florida 33155
Attention :
Reference:
Folio o .
Igna c io Serralta , P.E.
Dante Fascell Park Community Buildi ng and Te nni s Courts
8600 SW 57•h Avenue
South M iami Flo rida
09-4036-000-0600
Thank you for requesting a proposa l for our serv ic es at the above referenced project.
We hereby propose to perform the following:
3 Standard Penetration Test Borings ( 15 fee t deep) @ $150.00 each--------------------------S 4 50.00
Geotechnical Report with Foun dat ion Recommendations------------------------------S 350.00
3 Percolation Tests per SFWMD -15 feet deep) @$300.00 each --------------------S 900.00
Public U tility Locati on/Layout Coordin a ti o n---------·---·-------------------------------------S 200.00
Drill Rig/Equipment /Perso nnel Mob ili za tion------------------------·-----------------------S 200.00
(Standard fee ofS 200.00 per day /per trip )
NOTE:
Total Amoun t--------·-------------------------------$2, l 00.00
Ple ase note sit e is 10 be accessible for en try & pcrfonnancc of work. i\ny clearing necessary is to be pcrfonncd by
others . "lnis proposal is based on site being accessib le with tru ck-m ounted drilling eq uipment .
ct Pay : 30 Duys
Co11ducri11g 1/r e abo ve referc11 ced res/s i11vo /1 •es drM11g " heai 1• rr11ck-111 011111 ed drill rig or rlr e mobili=o tio11 of orher hem,• drilli ng
equipment {i.e . tr i-pod) imo th e properly. mu/ drilli11g holes /,uo th e ground. We 11'//I 11or asrnme responsibility for damage to
pril'a rely owned 1111dergro 1111d w iliries (s uch as sp rmklers , srreet lig/11i11g . elc.). sep ric ranks or orh er 1111dergro1111d stmcwres irlrich
may result from drill ing actil'itics or mobili:arion of dr1/li 11g cquipmem if not idemijied prior ro mobi/i:at/011 10 th e site. /Ve will also
11 0 1 be responsible to damag e of law,, or sofi gror md whlc l, may result from th e us e or mo\'eme111 of th is eq uip111e111 on the pro pe rry.
The information co11wi11ed ill th is doc11111 c111 is ime11ded 10 be used as a proposal of project specific fees as requested. based on
informotion gfren and illte11ded for th e explicit use of rh e clrenL It shall remain confidemial -disclosure of any kind to Th ird ponies
for any purpose Is srricrlyforbldden.
elco Test ing and Engi neering Services, Inc. is pleased to assist you with this project. If you ha v e
any questions or need further a ssis tance please call us at (305) 259-97 79.
Respectfully Submitted,
Nc lco Testing and Engineering Services, Inc.
~'1.,,:Z-23
Ll_ssesBatistaPresident
ACCEPTANCE OF PROPOSAL
Sig nature Dale
13370 W 131'1 Street, Suite 105 Mia mi , FL. 33 18 6 (30 5) 259-9779
Certified DB E. CBE, and SBE w ith Miam i-D ade . and MBE (State of Flo rida)
\\ w\,. 'elc0Tes1in!.!.c om II Nclco I 0 1b llsou th.net 1?
15
48108
AC11VITY
BYSRS
Ge neral P· :iject Management
Coor din auc n with Subconsultants
Cond uct ility Search and Initi al sit e
vi sit
Prep ara ,,o of Base Plan
Assis in P-eparatio n of Schemati c
Site Plan s
Pre pare C vi i/Site ConsL Cost Estimate
Subm it a A!tend Meeting wi th City
and Su'cCCln sultants
Revisions to Program/Master Pla n and
In r :,,
TOTAL
ACTIVITY
BY OTHERS
Suarez Survcvino
NEL CO Tr"= and Enarneenng Se,v,ces. Inc.
l un Perez and Assa .. Inc.
CJt,•+Roa crs Oeslon St udio. Inc.
~ ~ BY SRS (Salano s)
ACTIV ~ BY OTHE RS
ENGINEERING COST BREAKDOWN
City of South Miami
Dante Fascell Park
New Community Building and Tennis Courts -Program/Master Plan
PRINCIPAL SR. PROJ. MGR SR. ENGINEER ENGINEER CAD TECH CLERICAL
HRS RATE HRS RATE HRS RATE HRS RATE HRS RATE HRS RATE
S180,00 S1 50.00 S125.00 S90.00 $65.00 $45.00
2 S180.00 4 S150.00 $125.00 S90.00 S65.00 2 $45.00
S1 80.00 4 S150.00 2 5 125.00 S90.00 565.00 S45.00
S1 80 00 S150.00 3 $125.00 3 $90.00 SSS.00 $4 5.00
S18 0.00 S150.00 , S1 25.00 2 S90.00 4 SS S.00 $45.00
S180.00 2 $150.00 2 $12500 8 S90.00 4 565.00 $4 5.00
S1 80.00 S150.00 2 S1 25.00 4 S90.00 S65.00 $45.00
3 S180,00 4 .s,so.oo S125.00 S90.00 565.00 S<:5.00
2 S180 00 3 S150.00 4 S1 25 .00 S90 00 • $65,00 54 5.00
5 5 180.00 13 S150.00 14 5125.00 17 S90.00 12 565.00 0 $4 5.00
I DESCRIPTION
To..,,,,rachK:al S16Ve-i
Gco1cchnccal/Perc<>lat1on Tes:s
/vchncctuial Des,pn
Landscape lvch1tecture and /vborist
TOTAL ,
SU MMARY
$7 ,960 X
Estimat!!d OUT OF POCKET EXPENSE S indud ing rep1oduct lon costs, elc.
TOTAL THIS PROPOSA L
D ATE: 1/6/2021
TOTAL TOTAL
HOURS COST
8 s,.osooo
6 S850.00
6 5&<5.00
7 S56 5.00
16 S1 ,5 30.00
6 S6 10.00
7 S1.140.00
13 Sl ,57000
69 S7,960.00
COST
S6500.00
52,100.00
S7.590.00
S6500.00
$22,690.00
S7 ,96000
522.GSOOO
S150 00
$30,800.00
1:16
49109
Professional General Englneerlna & Architectural Services RFQ #PW201&-22
Wage Rates Summary
Job Classlflcatlon City of South Miami
Benchmark Hourly Rate
Prfndaal $180.00
Sr. Project Manager $150.00
ProJect Manaaer $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
Englneer1na Intern $75.00
Senior CADD Technician $75.00
CADD Technician $65.00
GIS Technldan $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
Arborlst $75.00
Utility Coordinator $90.00
Survevor / Manner $85.00
Survey Technician $60.00
2-Man Survev 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
Electrfcal Engineer $90.00
Geotechnical Engineer $120.00
Geologist $90.00
Environmental Scientist $85.00
Senior Administrative Assistant $65.00
Clerical $45.00
1.t
17
50110
IEXHIIIBT#6
BDR@!FESSBONAL SERVBCIS AGIIIEIEM!Sff
••profau!onaf Gan11rmll Snglneerlns m Afth~ l!arvlcet•
RFQ #PW20B6-12
THIS AGREEMENT made and entered lnro chis~ day of '1NZtt: . 20.!L by and
between the Oty of Soldh Miam~ a municipal corporadon (heranafter referred ro as
Owner or CITY) by and dlrouafl hs City Manager (hereinafter referred co as CITY or
Ciq Manager) and 5 RS c,.s, i)i,+e€su k\4 • l rl L who 11 aulhortzed 10 do
business In die Seate of Florida. (hereinafwr referred to as die "CONSULTANT"). In
c:onsldendfon of the premises and the mutual covenants comalned In this AGREEMENT,
die pank1s agree co the follo'WUII ierms and condldons:
1.0 Genenl Proylstons
1.1 A Nodce to Proceed wllJ be Issued by the QJ Manager, or his deslgnea. following
the slgnlns of chis AGREEMENT. Thia AGREEMENT does not confer on die
CONSULTANT any exclusive rights u, perfonn work on behalf of the Owner
other man the worit described In one or more Nodce to Proceed (hvelnaftea-
ll'Ufamld to as the ''WORK"), nor does It obllpte the Owner in any manner to
guaramee work Var the CONSULTANT.
1.2 The C1TY agrees dial It will furnish to the CONSULTANT avallable dala and
documents In the CITY pouesslon penalnlng to Iha WORK m be perfonned
under this AGREEMENT prompdy deer the Issuance of the N011ce to Proceed
and upon wrtuen request of cha CONSULTANT.
2.P Smpe gf Serytces, The CQNSULTANT shall pedmm the wads as sag mnb lo dw Scape
of Serytg;s as dewfbed '" ma Nodce 19 Proceed,
3.0 Ttme foe Campledqn
3.1 The ser.ric:es to be n!l'ldered by the CONSULTANT for any WORK shall be
commenced upon receipt of a wriuen Notice co Proceed from the CITY
subsequent to the mceanion of this AGREEMENT and shall be completed within
the time set forth ln the Notice co Proceed or other document signed by die
Cll)' Manager, or deslgnee.
3.2 A nuonable extension of dme wlll be granted In the event there Is a delay on
die part af the CITY In fulfilling Its pan of the AGREEMENT, change of scope of
work or shoutd any ocher evena beyond the control of che CONSULTANT
render performance of his duties Impossible.
4.0 Basis gf CQmpemadqn; The fees for sentces of the CONSULTANT shall be
dellermlned by one of the following methods or a combination thereof, as mutually
agreed upon by 1he ClY and me CONSULTANT.
4.1 A fbced sum: The fee for a cask or a scope of work may be a fbced sum as
mutually agreed upon by the CITY and the CONSULT ANT and lf such an
agreement Is reached, It shall be In wridng signed by the CONSULTANT and
the Ci1J Manager and auached hereat as ATTACHMENT' A:
4.2 Hourly ra1e fee: If there ii no ftxed sum or If additional work Is requesced
without an agreement as co a fixed sum. the CITY aarees to pay. and che
CONSULTANT agrees to accept, for the services rendered pursuant to this
AGREEMENT, fees In ateordance with the hourly rates that shall lndude all
PageSJ cfH
'lllomD P. Dt8po
IGIIJIJOI&
135
11;
1R
51111
waaes, benefl&s. overhead and profit and chat shalB be In wrldnf, sJaned by the
CONSULTANT and the 0iy Manaaer and auached beretD as
ATTACHMENT A
s.o PAJment pd Padid PIJrneop. 'Iba Cl1Y wiD make monthly paJlll8l11IS or panlal
paJffl8lltS ID die CONSULTANT for all mnhortzed WORK parfarmed durfna die
prevlous calendar month u set fonh In the schedule of paymeni as set fonh In
ATTACHMENT A ar. If no schedule of paJ1111111t exhibit la auached m this
AGREEMENT then pavmem WIii be made 30 days f'oUowq the receipt of
CONSULTANrs lnvofca as die work progrene1 but oatly lor the work aaually
performed and approved In wrllfnlby die Ctr Manqer.
6.0 Blahr, gf 'lrd!kna AO services lhaD be perfonned by the CONSULTANT ro dte
salllfaaion of die CITY's represemallve. who shall cledde aU quasdons. cllfBadlles and
dlspures of whailever llll1IINt whlc:h may arise under or by nman of dds AGREEMENT,
the prmecudon and fulftllment of the senrlces, and die clmracllar, qua!IIJ, amount and
value. 1he represemallve11 decisions upon all cll1ms. queslions, and dlsputm shall be
ftnal. conduslve and binding upon dle pmrdes unlm such detennlnallon Is clearly
arldtrary ar unrmsanalt!e. In die event dlat die CONSUL TANT does nat concur In lhe
Judgment of the npnsentallve u ro anv decisions made by htm. CONSULTANT shaD
pRllellC his wriUen obiecdcns ro die ctt, f1anqer and shall abide by the decision of the
a,, Manaaar-
7.0 Qwnenhla of Dggnneg. All repons and reprodudble plans. and other da1a
davetopecl by dle CONSULTANT far che purpose of dlis AGREEMENT shall llecome
the propen, of tlae QTY wldlaut restrtcdon or lfmltadon.
8.0 Audit..._ lhe CITY ralll'Yel die right m audit the NCOl"ds of the CONSULTANT
relm?d ID this AGREEMENT at any time dUJina the aecutlon of che WORK and for a
period of one Jar _. final payment Is made. 1'1111 provision II appllcable only to
proJects dtat are on a dme and cost basis.
9.0 Tnnlt:fn N•datlpns: If the contract amount exceeds the db eshold amount provided
In L 287.017 far catiepry four, the CONSULTANT shall execute a trulh.fn.negotladon
cierdftcate stating tllat Wlp rues and olher faclual unit com supponlna the
compensallon are accuraut. comp!et&, and cumnt at Iha time of c:omracdn& In such
event, the orf&lnal contnct price and any additions tlleretD shall be adJustad to exclude
an, sfgnlffcam sums by which the a, determines the contract prlc:e was Increased due
ID lnaccurallt. Incomplete. or noncurnnt wage rmes and other factual unit co• All
such contract adjllltlnems must be made within one year following the end of the
comnct.
10.0 S,"dettfz 1ba CONSULTANT shall not assign or nnsfer hi rf&hts under dds
AGREEMENT without die cprea wrtaran consent of die CITY. The CITY wlD not
unreasonably withhold and/or delay its consent to the aafpment of the
CONSULT~• rights. The OTY may, In 11s sole dlsa'edon, allow 1he
CONSULTANT to astJ&II Its dudes. oblfptlons and responllbtlldes provided the
assignee meecs all of the CllY's requirements to the CITY's sole 1td6dtoP. lhe
CONSULTANT shall not subcomract this AGRE&t1ENT or any of the services ca be
provided by It without prtor wrlaen consent of the CITY. Any asst&nment or
Mlbcontnctlng In vlolatlan hereof shall be void and unenforceable
11.0 UnamhpdJed ADem; The emploJment of unauthorized allenl I))' the CONSULTANT Is
constdered a vtatadon of Federal Law. If the CONSUL TANT knowmal, employs
unaudlortzed aliens, svch vloladon shall be cause for unilateral cancelJatlon of lhJs
AGREEMENT. This applles 10 any sub-CONSULTANTs used by the CONSULTANT as
welL The CITY reser¥eS the rl&ht ac la dlscredon. but does not assume the abltpdon.
Pq&Dof6G
'IIGmaF.Pqie
ICIIIJIION
138
52112
to require proof of valid cidzenlhtp or, In the allllrnadve. proof of a valkl .,_. card for
each person emploJed In Iha performance of work or provld}na die goods and/or
semces for or on behalf of Iha Cl1Y lncfucllng persons employed bJ an, Independent
contraaDr. Br nsa.,,,. 1h11 ,.e.t. die C1ti' does not assume anr obhpdon or
responsll,IDi, • enforce or ensure mmpllance wtch die appllcable l&wl and/or .......
12.0WJuxtm\y.. The CONSULTANT warnnlS that It has not emploJed or retained any
companr or penon. odler than a bona fide employee wortdna IOfely far dae
CONSULTANT. co IORdc or secure dais comracc and that he has not paid or aa,eed ID
,a, an, companJ or penon other than a bona fide employee worlclna soret, fer tile
CONSULTANT an, fee, commission, percen11p fee. gifts or any other mnsldendons
condnpnt upon or nsuhlna from Iha award ar maldns of this comracc. For breach or
vloladon of this warram,, the CITY shall have the rf&ht to annul dds contract wllhOUt
~-13.0iwndw dPPL It Is ... .., undenmod and ..-diat die CITY 1111J IIH'llllnalla dds
AGREEEMENT for an, reason or no reason and without ll8fflll&, bJ ellher dedfnlng to
~ Notice to PNceed audlortzlngWORK. or, If a Nodce to Pnsceed Is Issued. Cl1Y
may tarmlnala this AGREEMENT bl wrkllen notice to CONSULTANT, and In e1lher
event the CTY's sate oltltpdon to die CONSULTANT shall be paJlll8Mfor che work
prevloullJ audlorlmd and parfonned rn accan1ance w1m die prov111ons of this
AGREEMENT. PaJment shall ~ dela mliial on Iha basis of the wvrk pertonned by the
CONSULTANT up to the lime of wmlnadon. Upon wmlnallon. the CITY mall be
endded IIO a nnnd of any monlel paid far any period of dme for which no work was
pabmed.
14.0 Imm,, This AGREEMENT shall remain In forte undl die end of the term. which Includes
aD authorized ranawalr. or unless alha wise '8fflllnDd bJ the CITY. The wm of thts
..,._ Is three (3) ,an from die Issuance of Iha Nodce co Proc:eed and one &Wo·
,ear t,-m renew. lhe option to nmaw Is II Iha dlsa"edon of me a, Manl.ger.
The 1111f tannblBle die contract wldlout cause foUowln& 30 daJs advanced nodce
• die CONSULTANT. Hawaver, In no event shall die mrm exceed flve (5) yean
~the luaanm of the Nodce tD Proceed.
15.0 IWauJt. In the event elcher pan, falls tD comply with die p1 ovlslons of chis
AGREEMa.T. lhe aa,ieved parc, ma, cledare the odler panv In default and notify
the defauldns ,an, In wrhlna-If CITY Is In default. die CONSULTANT will onlv be
compe111118d for any completad profess1ona1 services and CONSULTANT shaO not
be enddad m anr amsequendal or delay clamaps. rn the evem lhat pardal papnmt
has been made for such professional services not completed. the CONSULTANT
shall remm such 1111111 to the CITY within fl8II (10) clays after nodce lhat said sums
are due. In the event of B.117Jillptlon be\wem lhe pudes arising ouc of or reladna In
an, wa, to this AGREEMENT or a breach thereof. each party shall bear Ill own coses
and legal fees.
16.0 lnpll'llllm ancl llylemnfflcallgn. The CONSULTANT qrees to comply with CITY's
Insurance and lndemnlftcadon requirements dllt are set fonh In ATTA"OfMINT 8. ID
dds AGR91ENT.
17.0 .--m Noc Em1111ye. Nodlln& In d1ls AGREEMENT shall pnwem the cm from
empto,b,a Olher CONSULTANTS to perfonn the same or similar serllces.
18.0 Ca,las; 0nVnances and La,n. The CONSULTANT agNes to abide and be governed by
all c1u1J promalpted and publlshed munlclpal, county, saw and federal codes,
onlJnancar. ndes. reguladons and laws which have a dlr"a« bmrlng on the WORK
involved on dtls pro)act. The CONSULTANT ii required to camplt118 and sip all
afllclavlllr. indud1n& Public EndtJ Crimes Affldavlt fann (aaached) pursuant to PS
287.133(3) (a), as required by die CITY's sollchadan. If any. applicable co this
PapDof'6 ,..... ......
IIIIIIJOIG
137
1.,
20
53113
AGREEMENT.
19.0 Inn, CONSULTANT shall be responsible for payment of all federal, swe. and/or
focal caxes reflllBd tD die Work. fndlllive of sales taJC If appllcable.
20.0 Dng F,:ee Werka!Rm CONSULTANT shal1 comply wl1fl CITY's Drug Free Worlcplace r::a which Is made a part of chis AGREEMENT by reference. .
21.0 ~ Cqmrag:pr,. CONSULTANT Is an Independent enthV under dlls
AGREEMSfl' and no1Nng conm!ned herein shall be conSll'Ued 10 aeace a partnership.
joint vemure. or: rela1tonshlp becween the panles.
22.0 Qutlel and 8,aon es. CONSULTANT agrees to provide ks semces during die
term of this AGREEMENT In accordance with aD appllab!e Baws. rules, replatlons, and
health and safea, sandarda of the federal, state. and CITY. YJhlch may be appftcab1e to
1he sentce being provided.
23.0 • krmm snd Cgj:lflc;aitgns. CONSULTANT shall secure all necessary business mid
~ Ocenses at Its sole expense prior to execudna the AGRE&tENT.
24.0 ~QM, Mpdfflgtlqn. and Nor §kt This AGREEMENT conlthutes the
entire aa,eunent cf CM pzrdes. tncorparares an the underltandtngs of die pardes and
supersedes any prior agrearnems, unclemandlnp. represemadon ar n~on. wrmmn
or onL This AGREEMENT may not be modlfled or amended except In wrldng. signed
by both pardel hereut. This AGREEMeNT mall be bfndlr,a upon and Inure ID the benefit
of die Cit)' of Souda Hhunl and CONSULTANT and tD 1helr respective Qleln. successors
and esstgns. No modfftcadcn ar amendment of any wms or provisions of dlls
AGREEMENT shalB be wDd or blndtng un1as It compiles wllh this pngraph. 11t1s
AGREEMENT, ln general, and dlls paragraph, in pardallar. shall not be modlfled or
amended by aces or omlssfona of die parries. If chis AGREEMENT was approved by
wrtaen raoludon of che City Commission. or If such approval Is required by ordlnanca
or die Ch¥ Charter, no anndmeni to thls AGREEMENT shall be valld unless approved
by wriaen resoludon of the Qi, Commission.
25.0 Ju0' Trial cnv and CONSULTANT fcnowuw,, lmwocably vofumardy and
lntsmlonaJJy waive any rJ&ht efdler may have to a b'ial by turY in Sme cw Federal Court
proceecfJqs in respect co any aaton. praceed)ng. lawsuit or coumerdalm arising out of
this AGREEMENT or die performance of the Work thereunder.
26.0 YaJJ«flg gf faqtted 5:res. This AGREEMENT may l,e eteeuied In several
ca.:::r..:;:; eadl of whf lhalJ be construed as an original
27.0 R~ar,tlqn: Throughout chis AGREEMENT the pronouns that are used may
be subsclaned for male. female or nwter. whenever ;ppllcabla and die singular words
subsduned for pturaJ and plural words subsdmted for singular wherever appDcable.
28.0 Sever;lbfllri. If any cerm m-pnmston of dus AGREB'-tENT or die appftcadon dtereof to
any person or dn:umsmnce shall, to any extant. be bmdJd or unenforaable, the
remainder of chis AGREEMENT, or the application of such uinn or provision to persons
or drcumscances 01her than chose to which It Is held Invalid or unenforceable. shall not
be atrecced thereby and each and every ocher term and provision of chis AGREEMENT
shall be vahd and enfon:eabfe ID the fullest emnt pet mltted by law.
29.0 Cumulative Remedies: The ~ and obl'ipdons imposed by the contract documents.
If any, and dte rlgha and remedies awffable hermmder. and, In pardc:ufar but wl1hout
flmllatlan, cha warranties. parantees and obllgadans Imposed upon CONSULTANT by
che Contract Documents, If any, and dtls AGREEMENT and the rJshts and remedies
awllall!e tD the CfTY hereunder, shall be In adcfldon YD. and shall not be connrued In
any way as a lbnhadan of, any rf&h1S and remedies available at law er In equity, by spedal
gua.nmee or by other pnmslons of the Comract Documems, if any, or this
AGREEMENT. In order a, emlde any party to exercise any remedy reserved to le In thls
,.3hf06
"nlamaP.Pepil
ICIIJIZOl6
138
1P
21
54114
I
' ' I
i
i
' I
l
j
J
l
AGREEMENT, or eclsdna In law or In equky, lt shaD noc be necessary ID p,e nodce.
other 1111D such IIOllca as ma,-herein expressly required. No ~ Ollllferred upon
or resaved 1D 1111)' pan, 11--. or edsdna at law or In eqult),, shall II& exduslva of any
odlar avalfable remedy or remedies. but each and--, such remedy shall be cumufatlve
and shall lte In addition co every odler remed,-pen under lhls AGREEMENT ar •
hereafr.ar dlCISClng at law or In equllr. No delay or ondaton 1D exercise 1111)' rf&ht or
power accrutns upon an, de6wlc shall Impair an, such right or power or lhall be
mnsaved 1D be a waiver chereot but an, such rf&ht and power may be welled frmn
dme • dme as oflan as ma, be deemed ezrpedlem.
30.0 Ngn-Wplyff. CITY anti CONSULTANT agree that no failure to _,.and no delay
11. wwwmm. an, rfaht. power or prlvlle&e under this AGREMENT on the pariof ehher
panr shaD operate as a waiver of any tight. power, or prMlep under ddl AGREEMENT.
No waiver of dds AGREEMENT. In whole or parr. lncludlna the provisions of this
,........ may be lmpllad lily-, act or omission and wlll only be valkl and aaforceable
If In wrlclna and duly execufled a., each of die pardes ID dds AGREEMENT. An/ waiver
of an, mrm. candltlan or provision of dds AGREEMENT wlll not consdlllle a waiver of
any other wm. condJalon or provision herea( nor wlD a waiver of an, breach of any
mrm. condition or provision connlanla a waiver of any subsequent or succeecllng
brmdL The tdlura to enfora this AGREEMENT as ID Ill)' particular breach or default
lhalJ not ace as a waiver of an, sublaquent breach or default.
31.0 Ng RkP lrgtmpden -ad Eqml rm_,,.,. No aa1on shall lte alcen br the
CONSULTANT, nor wlD It pamdt Ill)' KIi or amJsslons which result In cll1crlmlnadon
qdrllt any person, tndudlng emplo,ee or appllcant for emplo,maat on lhe 111111 of race,
creed. color, edmicltJ. national artgln. rellglon, 1p. sex, famlllal atatut. marital status,
edmlci&J, sexual orlelllallon or phJsical or memal dlnbllhr as prmatbed br law and
thai tc wlD • afflrmallve acdon CD ensure a such cOscrlmlnadon does not cake place.
The CONSULTANT shall Cllllllplv widl Iha Americans with Dlsabllldes Act. and It wm
take aftlrmadva salon m ensure that such c8sa1mlnadon does not cake plaat. TIie Ctt,
of South Miami's hfrlns pracdces strive ID comply wllh all appllc:able fedaral repladans
reaanftnl employment eBab!lttr and emp!apaent pracdces In general. Thus. all
lndlvlduala and emldes seeking• do work for the aTY are mcpeaed to comply with an
appllcabJe laws. pernmenal requlremems and reguladons. Including die reguladons of
lhe Unlflld Scal8s Depanment or Justice pena1n1na m emploJment elJdbllli, and
emplOJffllftt pracdces. 8'/ sl&nlnl this AGREEMENT, the CONSULTANT hereby
cerdftes under penallJ of perlul')', ID lhe CITY, elm CONSULTANT II In compllance
with aD applicable reauf;dions and laws gcwemlng employment praalcm.
32.0 CiAY1mJo1 l,mn. This AGREEMENT and the perfonnance af servlcel hereunder wlll be
governed by the laws of Iha Statll of Rorlda. wllh exduslva venue for lhe resohnlon of
any dllpule belna a court af competent Jurisdiction In M1aml-Dade eoum,, Rorlda.
33.0 &give Data. 1111s AGREEMENT shall not become efealve and blndln, until It has
been exealled by bo1:h parties herelD. and approved by cha O, Commission If such
approval II required by 01:v'• Charter, and lhe effacdve data shall be the date of Its
execution by the last: partJ so .execlldl\l lt or If 0, Commission approval is required
by the Chi• Chanar, lhen che date of approval by CltJ Commission. whichever is
later.
34.0 Dini Pargy llenafldarx, It Is spedftcally undenr.ood and qreed that no other
penon or entifF shall be a chtrd-pany benefldarJ hereunder. and that none of
provisions of this AGREEMENT shaD be for the benefit of or be enforceable by
PaaaSSof66
n-F.Papo
IGlll/2016
19
22
55115
an,one other chan the pardes herelD, and chat onlJ the panlas hereto shall have
an, ,W. hereuncler.
35.0 funlr Amnns:r TIie pan1e1 hento ..-• exaane any and aD other and funller
documents a mWit lie reaso:=aarr In order tD ratify. confirm. and eleauata
the Intent and purposes of this ENT.
36.0 Drnts! Fr ra-Time la of the essence of this AGREEMENT.
37.0 ,,_.,,,,,,.... 11ds AGREEMENT shall nat be conmved men ••,at, sgalnlC either
P8l'lr hereto. ...,._ of who was more l"IIPOIIIIWe for hi preparation.
38.0 Plrin tNrtm Naldler pa'lf heretlO shall be In deludt af hi faDure tD perform Ill
obBptlonl Wider dda AGREEMENT If aused by ac11 of God, cMJ COIIIIIIOdon. sda.
labor dlapua. or pvenunental demands or requlremena that COldd not be ~
·anddpated and the afeccs avoided or mllfplad. lach panr shall nodfy the ocher of any
such oa:urnnce.
39.0 Sullpnpedng If allowed bJ tlllsAGREEMENT, Ille CONSULTANT shall be at flan,
l"llpCHlllble eo die CITYfor tlle aasand omllllonaofla lUIN:ontnaon/:lubc:omllllun:s
~ It II far die acts and ondlllonl of people dlracdJ emplo,ed by IL All
•~fauns and dlab' aarearnws. If dowecl by dill AGREEMENT,
must be appnnad bJ the CITY. llleCONSULTANT shall ~ each subconaaaur,
who II approved lay the CITY, ID 181'11 In the subcamract co observe and be bound by
aO aldlpdons and conditions of ddt AGREEMENT to which CONSULTANT la bound.
40.0 PubJlc B@cgrg CONSULTANT and all of ks avlscomracun n requlrecl ID ~
wldl the pubftc recanla law (a.I 19.G701) whUe provkflDg pods and/or servlas an
of tlla CITY and Iha C0NSULTAN1, under such condldons. shall lncorporaca this
~ In alJ of Its sullcontraas for 1111s P,vJect. Under such candldon.
CONSULTANT and Its aubtontrac:un are apeclftc:aJly requtred • (a) Kelp and
malmafn publfc records nqutred by the publlc .-er to perform die service; (b) Upon
raguac hm Iha pullllc aamc,'1 CllltDdJan of puldlc nconll. provide the public agency
with a copy of the requestl8d records or allow Iha records tD be lnspeaed or copied
within a nmonabla lime at a CIDIC that does not rmd the cost provided In dds
chapter or at otherwise provided lay law: (c) Ensure dm pubic ncords that are
mmpt or confldandal and 8RlfflPC hm ;ubllc reatrds dlsclmura requlnlmMls are noc
cl1sdoired acepi at llllhortmd bJ law far the duration of the conuact 1111'111 and
fallawlng campledon of the cvmncc If the comracmr does not 1l'mlnl' • nards co
the puldlc aaenc,: and (d) Upon mmpledon of the conner. transfer, at 110 cost. ID Ille
pulsllc aaanc, all pubUc records In poaealon of the co11uarmr or lceep and malmaln
pubftc recori1s ~ the pubic agenq ID perlmm die serw:e. If the contrmDr
translers all publlc CD die pablJc pc, upon compledon of the conner. die
cmmaaor shall dellroy any duplcata publlc recCll'dl that ant mmmpt or conftdendal
and exempt from public records dlsclosure ~11. If die comnccor keeps and
malmalns pubDc reconls upon compledan of cha cxtmraa. the mllftCIIOI" shall meet aB
applfcabfe requirements far l"8tllnlffl publlc reconls. All records •red elearonlcally
m• be Plowled tD cha publlc apnq, upon requmhm the pubJlc agency's CUSIIDdJan
of puldlc records, In a fonnat that Is compadble whh the lnfarmadon __,.
.,.....ofthe=agenq·
IF THEi RACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 189, P&.ORIDA ITATUTEI. TO THI
CONTRACTOlrl DUTY TO PRO'YIDE PUBLIC RECORDS RELATING TC
THIS CONTRACT. CONTACT TH& CUSTODIAN OF PUBLIC RECORDS
AT 305-663-6340; E-malls mmen ......... •thndanllfl.p,,; 6130 lumet
Drive, lautll Miami, FL :B:1141.
41.0 Ngms. Whenever nodce shall be required or permitted herein, It _shall be
Plp56afM
140
2('
23
56116
delivered by hand delivery, e-mall (or similar electronic transmission), facsimile
transmission or certified mall, with return receipt requested and shall be deemed
delivered on the date shown on the e-maU or delivery conflrmadon for-any
facsimlle U'lftSfflission or, If by cerdfted mall, die date on the retum receipt or the
dace 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
dace of deliver; otherwise the document shall not be considered to have been
delivered. Nodces shall be delivered to the followln1 individuals or endties at the
addresses (lndudlng e-mail) or facsimile transmission numbers set forlh below:
ToaTY:
w~ copies ro:
To CONSUL TANT:
City Manager.
6130 Sunset Dr.
South Miami, FL 33143
Tel: (305) 668-2510
Fmc: (305) 663-6345
E-mail: salexander@southmlamifl.1ov
City Attorney
6130 Sunset Dr.
South Miami. A. 33143
Tel: (305) 667-2564
Fax: (305) 341-0584
E-rnalt t;pepe@southmiamjfl,goy
42.0 Co,:pprate Authority: The CONSULT ANT and lcs representative who signs this
AGREB-IENT hereby cerdfies under penalty of perjury that the CONSULT ANT and lcs
representative have. and have exercised, the required corporate power and that they
have complied wkh all applicable legal requirements necessary to adopt. execute and
deliver thls AGREEMENT and to assume the responslbilides and obligations created
hereunder; and that this AGREEMENT Is duly executed and delivered by an aulhorized
corporate officer. In accordance with such officer's powers to bind the CONSULT ANT
hereunder, and constitutes a valid and binding obligation enforceable in accordance wllh
its terms. conditions and provisions.
IN WITNESS WHEREOF. this AGREEMENT was signed on or before die
date first above written subJect co die terms and conditions set forth herein.
~F.Papa
10/13'20"
Page57of66
r
21
?.4
57117
Read and AppN,ved as to Ponn, Languaae.
LeaaRt, and Execullan .,_
I,:-~~~
Tllomu F. Pipe. Esq.
Cllr Aaas1w1
'lhmllllF.Pepo
11111111116
Papl8efM
14Z
2,
25
58118
~iami
na I IIUJI nrAS,\M 11\'Ni
ADDENDUM TO PROFESSIONAL SERVICE AGREEMENT
"Professlonal 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 Arborlsts Servlces,n and a separate rotational list will be established for
all CCNA professional services. "Certlffed Arborists Services" ts defined as:
e Celtlfled Arborlst Services:
Consultant may be called upon to review all tree removal permit appllcatlons that are
submitted to ensure compliance with the regulations outlined in Section 20-4.S.1 of the
City's Land Development Code. The review Includes the Initial site Inspection followed
up by the determination of mitigation and a final Inspection. When needed, assist City
Departments with other Issues related to the maintenance, preservation, and protection
of trees on both private and public property.
The rotational list for "Certified Arborlsts Services'! will rotate every three (3) months among
the CONSULTANTS. The City intends to retain a maximum of four (4) qualified firms under four
(4) separate but similar Professional Services Agreements.
~
glneerfng, Inc.
lgnado Serralta/Presldent
(Name of Signatory)
Read and Approved as to Form, Language,
legality and Execution thereof:
•••~::, _LL/', By: _ _,, :>,,~~7--r-~
Thomas F. Pepe, Oty Attorney
~
By: --""----------
.✓~teven Alexander, City Manager
~
59119
1harnasP.Papa
IDIIIIJ016
A T"i' A.CHMIENT A
11C@IMIPIENSATION" .
PIMOPlESSKMAL 11:mcre AGRIEEM!Nr
"PNfesilmnl G~ linsfnewlnll and Ardaltl!ctuND hnlam''
UQ#Pffleaa-:n
P.lgeSVoft6
2.t
')7
60120
Professional General Engineering & Architectural Services RFQ IPW2016-22
Wage Rates Summarv
Job Classlftcalion City of South Miami
Benchmark Hourlv Rate
Principal $180.00
Sr. Project Manager $150.00
Project Manager $130.00
Senior Engineer $125.00
Senior Planner $125.00
Planner $85.00
Senior Traffic Engineer $125.00
Traffic Engineer $85.00
Senior Designer/Engineer $90.00
Designer $80.00
Engineering Intern $75.00
Senior CADD Technician $75.00
CADD Technician $65.00
GIS Technician $80.00
Senior Construction Inspector $90.00
Construction Inspector $75.00
Senior landscape Architect $125.00
Landscape Architect • $115.00
Landscape Architect Intern $70.00
Arborist $75.00
Utility Coordinator $90.00
Surveyor/ Mapper $85.00
Survey Technician $60.00
2-Man Survey Crew $115.00
3-Man Survey Crew $125.00
4-Man Survey Crew $135.00
Fire Protection Engineer $90.00
Plumbing Engineer $90.00
Mechanical Engineer $90.00
Electrical Engineer $90.00
Geotechnical Engineer $120.00
Geologist $90.00
Environmental Scientist $85.00
Senior Administrative Assistant $65.00
Oerfcal $45.00
25
?R
61121
A1JT ACHIM!ENT .B
DNSUMNCE a UNDEMINlnRCATDON RE(QYB!i1EMENTS
IFR~savlCEAGIU!!l!Mf!NT
1.010 lnsuqnca
"PvofeGD!omll GQlftlard ~-~ lervlllll9'"
lfQlWWHIM3
A. Whhout llmldng Its DabllhJ, die comraaor, consultant or consulting ftnn (hereinafter
1 eferred to as "FIRM'' with reprd to Insurance and Indemnification requlremenu) shall
be required co procm'8 and malnialn at Its own mcpanse during the Ofe af dte Contract.
Insurance of die types and In die mlnlmwn amoums sta1ed be!ow as will protect the
FIRM, from daJms which may arbe ouc of or resuk from the comract or the
,erformance of me co:111 aa iJhh the Cit:'/ of South Miami, whether such claim Is
aplnn the FIRM« any sub-connaor, or by anyone directly or tndirecd)' employed by
any of them or by anyone for whose acts any of diem may be habie.
B. No Insurance required by the CITY shall be Issued or wrtuen by a surplus Ones carrier
unless audlorbed In wrldng by die cm and such authoriznion shall be at the CITY's
sole and absolute discredon. The FIRM shall purchase Insurance from and shaD
malnlaln the Insurance with a company or companies lawfully authomed u, seU
Insurance fn the Sme of Rorida. on forms approved by die Sme of Aorida. as wlll
prv11BC:t the FIRM. at a minimum, from all clahns as set fonh below which may arise out
of or result from the FIRM's operadons under lhe Cancraa and far whlch lhe RRM
may be legally liable. whether such opnllons be by the FIRM or by a Subcomractor or
by an,one dlrecdy or lndlrecdy employed by any of chem, or by anyone for whose acts
any of them may be ll2lble: (a) dalms under workenl' compensadon, disability benefit
and other slmllar employee benefit acts which are appDeab!e to the Work to lbe
performed; (b) clsJms for cfamaaes because of bodlSy Injury, occupational slckness or
disease. or dead, of die FIRM's emplo)'ees; (c) dalms for damages bemuse of bodlly
lnJury, sldcness or disease, or deadl of any person other than the ARM's employees:
(cf) daln for damaps Insured by usual personal lnJury habllltJ coverqe: (e) claims for
damages. other than to the Work hself, because of lnJury to or destruction of tangible
property, lndudlng loss of use resuldfll there from: (i) dalms for damages because of
bodily Injury, death of a person or prapeny damage arising out of ownership.
maintenance or use of a motor vehlde; (g) dalms for boctny Injury or property damage
artsfng out of comp!eled ope,adons; and (h) dalms lnvolvlng comrac:tual llablliq
Insurance appflcable to the RRH's obhpdons under the Contract.
1.01 I Ban's losuraoca Generab, The FIRM shall provide and maimain In force and effect untll
aft die Work to be perfonned under this Contract has been completed and accepied by CJTY
(or far such duradon as Is otherwise specified hereinafter), the Insurance coverage written on
Rortda approved forms and as set forth below:
1.012 Wprlu;rs' Compensation Insurance at die smutary amount as to all employees In
compliance whh the 'Workers' Compensation Law° of the State of Florida indudlng Chapter
440, Florida Statutes. as presendy written or hereafcer amended, and aD applicable federal laws.
TIIGfflallf.Popo
Ull12n816
PaguGOofU
145
2F
29
62122
In addldan. the polkles nut Include: Employers' Uablllr, at die scaaawy coverage
amoum. The FIRM shall funher Insure dlac aD of Its Submmncran maintain approprlale levels
of Worker's Campenntlon Insurance.
Q .013 Qammerclal Aanambwbm (jangral I.Jahllt\Y lnsunnce with broad fann endorsemem.
as well as 8IIIOfflOWfe llablrit,, completed operations and produces Dablllty, contraaual llablhl)',
severabflkr of llltllnlt with aw llablllty provision. and personal ln&ury and properc, damap
llabl!hJ whh llml1s of $1,000.GOO combined slnafe llmlt par occurrence and $2.000.000
.....-.lndudlns
o Personal ln)ury: $1.0CIO.GCJOt
o Medial Insurance $5.000 per person:
0 Propera, Dafflaas $500.000 each occurrence:
1.014 Umlnpla Qanunmlal Cam..,.. Geoaral BJahJf"1 lnsuranca shall be wrfllen on a
Rorlda approved form with the 11n1e c:ovenae • the primary lnsunince pollq but In lhe
amaunc of SI.GOO.ODO per dalm and $2.000,0GO Annual,-.-Cown,ae must be afforded
on a farm no more, ISIBfcdve lhan the Imm edldon af the Compnlllenslve General UabllllV
pakJ, wllllout resaialve endorsements. • filed bJ the lnsuranc:a Sennc:es Ofllce, and must
Include:
(a) Pteml1es and Operation
(b) lndependentComraaors
(c) Produas andlar Complaad Oparadans Hmrd
(d) Explosion, Collapse and Underground Haard Covenae
(e) Braad Form Property Damage
(f) Broad Form ConnClual Coverage appllc:able to d1ls spectflc Conner. Including any
hold harmless and/or lndemnlftcadon 111reemem.
(a) Personal Injury Covanga widl Employee and Contraccual Exclusions removed. with
mlnfmum Rmlls of covenae equal to those required for Bodily lnJury Uablllty and
~ Damaav LiabiDlr-
1 .015 Be,.,,,, Aullllngblte U,NbJ wllh minimum llmlu of One MIiiion Dollars
($1,UOO.OOOJIO) plus an addldonal One Mllllon Dollar (Sl,GGD,000.CIO) umbrella per occurrence
comlllned slewe Rmh: far BodHJ ln)ury Llablfkr and Prope"J Damage Uabl89. Umbrella coveraae ffl1IR be atrorded on a fonn·na mare resatcdve lhan the latest edJdan of the Business
Autmnoblla IJabUity pollcy. without resaicdve endarsanems. as flied by with die state of
Flortda. and must Include:
(a) Owned Yehldas.
(b) Hired and Non-0wnedVehldes
(c) ElflplOJ8IS' Non-Ownenhlp
1.016 SUBCQNTRACD The RRM a,ees chat If any part of die Work under the Contract Is
· suldar. cha subcamracc shaD contain the same lrmarance provision as required by of die Firm.
other than the Fire and Extended Coveraae Insurance and subsdludng che word Subcontractor
for the ward FIRM and aubsdaldna the word FIRM for CITY where appllcable.
1.011 Bm anc1 Eaaendml (!avan&e tnsunnm (lullders' Risk). If APPJ-ICAILE;
C. In the event chat this contract Involves the construclfOn Df a sncc:ure. die RRN shall
maintain, with an Insurance Company or Insurance Companies acaptable tlO die CITY,
"Broad" form/AU Risk llllurance on butldlnp and 8lrllctUJ'9S. lnclud1118 Vandalism a
Mallclous Mischief coveraae. while In the course of constrUcdon. lnclucfln& faundadons,
additions. atradlments and all permanent fixtures belonglng to and constlanlnl a pan of
ftap6lof'6
1'11amaF,Pepa
IOIIIII016
141
27
30
63123
said bulfdlnas or ltnlauntl. Th• pollq or potldes shall also cover machlnerV, If che eost
of maddnery II Included In Iha Connet. or If dae machinery Is locallld In a bulldlna dm
Is being l"l!IICMtllll by reason of this mmraa. The BmDUnt of Insurance must. at all
timer. be at least equal ID the replacement and actual cash value of lhe Insured
propenr. The polk:yslaall be In the name of che CITY and the Ann. as 1he1r lnanst
ma, appear, and shall also cover the 111111 em of all SubcmuraaDn performln& Work.
D. AD of the provldons Mfonh In M1lallaneous sealon herein below shaD apply co this
amnga unlea le would be dearty not appbcable.
1.018 MfnBmepu;
F. If UJ nodce of cancallatlon of Insurance ar change In coverage Is Issued b)' che
lnluranc:e CDlllpanJ or dmuld aa, lnsunnce have an mrplratlon dale thac wlU oc,cur
during die perlad of lhJs contraa. Iha FIRM shall lie l'llpOftllbla far aacurina odaer
a«epllllle 1nsunvtce prior 1G such canceDadon...,. or eacplra1lon so• tlD provide
condnuoa CICM!l'ap aa lpldfted In dds sadlon and sou to maintain ~ durlna
dae &re of dlls Conncc.
G. NJ deduc:6hs must lte declanlcl bJ 1he FIRM and must be approved by die CITY. Al
dae option of the arr. ellher die FIRM shall ellmlnat8 or reduce such deducdble or
daa FIRM shall proan a Bond. In a Corm saddac:lm 'I to die CnY mver1n8 dla same.
H. 1he polldes -U contain waiver of sullropdon ap1n1t CITY when appllable. shall
apreaiJ ~ dlat lUCh pollq or pollcles IN primary W any olher coDecdble
lnslnnce that CITY ma, have. The CITY ru11 VII dae rl&hc at an, dme ID request a
COW of die reqund pallcles for review. All potlclel lhall COA111n a "severabllll:r of
kll8r8st' or '"G"lm llabt1II:;' clause without obllp1lon for premium paJffl8llt of dae CITY
as well as connctual habllhr provision covertna che FIRM'S due, ID lndemnlfJ Iha City
u provided In ddsA:,eement.
L !Ware smnlng die Work. dae FIRM shall dellver CD die CITY cenlftcaces
of such Insurance, acceptallle tlO the CITY, as well as the lnlurance binder, If one Is
lauecl. the lmurance poky, lncludlna the declaration pap and aD appbcable
endanemems and provide Iha name. addrms and 18!ephone number of the Insurance
l84!ftt or broker dlrou&h whom the pollqwaa olllalned. The Insurer shall be ratad
A.VII or belrm-per AM. Best's Key Rating Gulde. fa11est edldon and audaorlled to Issue
lnsuranca In the Stale of Rarida. AD fnaunnce poftdes nuat be wrtaen on f'onna
approved 111 the State of flortda and lhey must remain In full form and effect for lhe
duradan af the contract period wllh the CITY. The FIRM may be required by the CITY,
at Its sole dJscre1lon. tD provide a "cerdftad capt/' of~ Polle, (as defined In Anlde I
of dais documeni) which aW Include die declaradon 11119 and aD required
endonemams. In addidan. die FIRM shall' deliver, at the time of d._, af the
Insurance au liftale, die followlna endorsements: •
(3) a pollq provision or an endoraemenc with subsaunlally slmllar provisions as
11-P...,.
1111112116
follows: •
"The Cit;, of Souda Miami is an addidonal lnand. lhe 1naunr shall pa}' all 1111111
that the 0, of Scnnh Miami becomes lepl)' oNJpted to par as damages
because af 'bodU, Injury', 'pn,,en:, damage' , or "personal and advenlslna
ln)u,.,.. and It wlll provide a, the City all of the eoveraae chat ls tr,lcall)' provided
under the standard Aorlda approved forms for eolVllla'clal pneral llabllhJ
coverage A and C1DV11"81,11 B":
Pap6lofeG
147
2fl
31
64124
(4) a pollcy provision or an endorsement wtdl subsmndally slmllar provisions as
follows:
"ThJs policy shall not be cancelled Ondudlng cance!Jadon for non-payment of
premium). lermlnamd or mawtally modified whhout first gMn, die City of
Soudl Miami ren (10) days advanced written nodce of the Intent to materially
modify the poftcy or to cancel or terminate the poRcy for any reason. The
nC1ifkadon shaU be dell!Jered to the City by cenlftecl malL with proof of delivery
todleCily."
J. If the FIRM Is provtdtng professlonal services, such as would be provided by an
ardli&ect. engineer. aaamey, or accountant, to name a few, 1:hen In such event and In
addldon to the above requlremencs. the FIRM shall also provide Professional Uablllty
Insurance on a Flortda approved fonn In the amount of $1,000,000 wilh deducdhle per
dalm If any, not to mteeed 5% of the nmtt of llablltty provldlng for all sums which ihe
FIRM shall become legally obltpted to pay as danwges for claims arising out of the
services or work performed by die FIRM Its agenu. represent.awes. Sub Contractors
or assigns, or by any person employed or recalned by him In connecdon whh mis
Agreement. "nils Insurance shall be malmalned for four years after compledon of the
conSU'UCdon and acceptanee of any Project covered by dlls Agreement. Howaver. the
FIRM mmy purchase Speclftc Pralect Professtonal Uablhty Insurance, In the amount and
under the cerms spedfted above, which Is also accaptable. No Insurance shall be issued
by a surplus bnes carrier unless authorizmd In writing by the dty at the dty's sole.
absolua, and unfeaered dtscre1fon.
9aooi'lamnlflcmt5on Ra,i&Blrament
G. The Rnn 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 propen;, due to
che neaftgence or odter fault of the Finn or anyone acting through or on behalf of die
finn.
H. The Finn shall Indemnify, defend, save and hold CITY. its officers, affll\ates. employees,
successors and assigns. harmfess from any and aD damages. dalms. liability, losses.
dalms, demands. sula. fines. ludgmencs or cost and expenses. lncfudlng reasonable
auorneys fees. paralegal fees and Investigative costs lnddiantal there to and incurred
prior to. during or following any lltlpdon, medladon. arbitradon and at all appellace
levels. which may be suffered by. or accrued aplnst. charged to or recoverable from
che City of Soudl Miami, la officers, affiliates. employees. successors and assigns. by
reason of any causes of actlons or claim of any lclnd or nature, lncludlng dalms for
inJury to. or deadl of any person or persons and for the loss or damage to any property
arising out of a negflgent error, omission, misconduct, or any gross ne&flgence.
imemional act or harmful conduct of che Firm. its contractor/subcontn.ctor or any of
chelr officers, directors, agems. representatives, employees, or assigns. or anyone aafng
through er on behalf of any of them, arising out of this Agreement. lnddent co It. or
resuldng from the performance ar non-performance af the Firm's obbgadons under this
AGREEMENT.
I. The Firm shafl pay all daims. losses and upenses of any kind or nature whaaoever. In
connection therewith, including the expense or loss of the CITY and/or Its affected
Page~Jcf6&
148
2~
32
65125
officers, afftlmes. employees. successon and assigns. inducfina their auomey's fees. In
rhe defense of any acdon In law or equity broupt against diem and arlsln, from die
negflgant error, omission, or act of the Firm, Its Sub-Connctor or any of chelr agents.
representadves. employees. or assigns. and/or arising out of. or lnddent u,. this
Agreemem, or lnddent to or resulting from die pmionnance or non-perfonnance of
the Firm's obUgations under dtls AGREEMENT.
J. The Firm agrees and recognlles that nelcher die QTY nor Its officers. afffflaleS.
employees. successors and assigns shall be held Oabla or responslb!e for any dalms.
including che coses and e,cpenses of defending such dalms which may result from or
arise out of actions or omissions of die Rrm, Its conaractor/subcomractor or any of
dNllr agents. representatives employees. or assigns. or anyone acdng dlroup or on
behalf of die diem. and arts!ng out of or concerning die work or event dm ls occumng
on the CITY's property. In nwtawlng, appnmng ar NJecdng any submiaslons or acts cf
die Finn. CllY In no way assumes or shares responslblilty or llab!fltJ for che acts or
omissions of the •
Arm, its camractorfsubcomractcr or any of their agems. represenwtves, employees.
or assJps. or anyone acdq throuah or on IJehalf of diem.
K. The Finn has die duty u, pro,,tde a defense with_ an aaomay or law ftnn approved by
die City of South i'1laml; which approval WID not be unreasonably wldlheld.
L However, u to design professional ccntra.cts. and pursuant to Section 725.08 (I),
Florida Staa11et. ~one of~ pro!Jlslons set fonh herein above that are ln conftlct wldi
dlls subpanwaph shall apply and this subparqraph shall set fonh die sole
rmpanslblllty of the design professional concerning lndemnlftcadon. Thus. dte design
prcfesslonal's obllgadons as to die Oty and Its agencies, as well as to Its officers and
employees. Is to Indemnify and hold diem hannless from llabllldes, ciamages. losses,
and COSU. lndudin,, but not llmlted ID, reasonable momeys' fees. to Iha extent
caused by the negbgence. reddeaness, or lmemionally wronptl conduct of the d~lgn
profealanal and other persons employed er utillzed by the cbsip professional in the
performance of die contract
Thomlllf,O>Gp
IOIIIIZOl6
THIS IS INCWOED IN THE GENERAL CONomoNS
END OF SEC'BlON
Paga68ofGG
3" 33
66126
S001 SW 74TH COU R T, S UITE 20 1 . M I AM I , FLOR IDA 331 SS
TEL: 3 □S-662-BBB7 FAX: 3 □5-662-BBS B
September 21 , 2021 (Revised)
Mr. Quentin Pough , CPRP , CPS I
Director, Parks & Recreatio n De partm ent
City of South Miami
6130 Sunset Drive
South Miami , FL 331 43
Re : City of South Miami
Dante Fascell Park -Design of New Community Building
Dear Mr. Pough ,
We appreciate this opportun ity to prepare this Proposal for Professional Services for the
referenced project. In accordance with our Professional Services Agreement for General
Enginee ri ng and Architect ure Services , we are submi tting our un derstanding of the Scope
of Work and Fee Proposal to prov ide Enginee rin g Services in connection with the referenced
project.
SCOPE OF WORK
To prov ide complete architectur al and engineering design and lim ited construction phase services
as neede d for the construction of a new Community Bui ld ing at the Dante Fascell Park
located on Red Road and SW 87th Street. Proposed improvements include new community
bui lding as shown on the attached Alternative A sketches. All work shall be in accordance
with th e accepted practice s and design st andards of the City of South Miami , Miami-Dade
County and local regulatory agencies . This work will include th e following :
PHASE I -SCHEMA TIC DESIGN
1. The AJE sha ll comp lete and transmit for review and approva l to the City , t he following :
a. Phase I -Schemat ic Design documents .
b . Phase I Estima te of Probable Construct ion Cost in CSI format ;
2. The City shall review the NE's Phase I Doc uments and furnish any and all comments to the
AJE in writing ("Phase I Review"). The A/E shall in corporate the City's Phase I Review
comments and re-submit Phase I Documents for the City's approval.
a. The City shal l evalua te the AJE's Phase I Estimate of Probable Construction Cost and if
the AJE's Estimate of Probable Construct ion Cost exceeds the Construction Budget , the
City may , at its so le op ti on .
b . direct the A/E to reduce th e Final Scope of Wo rk and/or Phase I Es timate of Probable
Cons tructi on Cost to meet the Construction Budget through red esign by the A/E ; or
c. increase the Constructi on Budget for the Project ; or
d . disco ntinue the A/E's service s on the Project.
3. T he C ity sha ll eva lu ate t he AJE 's report of any im pact on the Project Schedule and
34
67127
September 21 , 2021
Page 2
documents substantiating any request by the NE to adjust the Project Schedule.
4. The City shall transmit to the NE in writin g the final decision by the City with respect to its
Phase I Review.
PHASE II -DESIGN DEVELOPMENT
1. The A/E shal l i nco rporate 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 out line spec ification s 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 suc h other document development as may be required , in accordance with
Design Standards an d applicable codes ("Phase II Documents"). The NE 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 NE shall i nclude a Phase II Estimate of
Probable Construct ion Cost in CSI format for the City's review .
2 . The City shall review the NE's Phase II Documents and furnish any and all comments to
the NE in writ i ng ("Ph ase II Review"). The A/E shall inco rporate the City's Phase II Review
comments and re-submit Phase II Documents for the PM 's approval.
3. The C ity shall evaluate the Phase II Estimate of Probable Construction Cost to determine
the course of action to be take n by the A/E . If the NE'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 add itional cost to the City :
a. d irect the N E to reduce the Final Scope of Work and/or Phase II Estimate of Probable
Construction Cost as required t o meet the Construction Budget through redes ign ; or
b. increase the Construct ion Budget; or
c. d iscontin ue the NE's services on the Project.
4 . The C ity sha l l evaluate the A/E 's report of any impact on the Project Schedule and
documents substantiat in g any reques t by the A/E to" adjust the Proj ect Schedule .
5. The C ity shall transmit to the NE, in wr it ing , the final decision by the City with respect to its
Phase II Review.
PHASE Ill -50% and 100% CONSTRUCTION DOCUMENTS
1 The A/E shall prepare (from the City -approved Phase II documents), construction drawings
and specifications setting forth in detail and desc rib ing the Work to be done , and the
materials , finishes , and equ ipment required , for the architectural , civil , structural ,
mechanical, electrical , service -re la ted equipment , and site work , and the necessary bidding
information .
2 The A/E shall address and incorporate into Phase Ill Documents all Comments from the
Phase II Review(s), if applicable .
35
68128
September 21 , 2021
Page 3
3 The A/E shall organize the Phase Ill Documents such that Construction phasing and
sequencing will minimize the disruption of the opera tion of ex isting facilities and facilitate
the safety of th e occu pant s. The A/E shall des ign all Phase Ill Documents so that Work
related to all phasing and se quencing can be prepared and relea sed as required.
4 The A/E shall subm it copies of the fifty pe rcent (50%) complete Phase Ill Documents for the
City 's review and comment. This re view may be a "stand-up" review and shall include the
Prime Discip line of Record, architect, mechan ical , civil and structural Engineers of Record ,
and othe rs on the A/E's team as required to interface with the City's staff.
5 Th e A/E shall submit for review and approval , copies of the one hundred percent (100%)
comp lete Phase Ill Doc uments to the Ci ty , loc al fire offic ial , and any other
public/governmental agencies as necess ary pursuant to applicable law .
6 The A/E sha ll provide , conc urrently with the 100 % complete Phase Ill Construction
Documents subm itta l t o the City , the following :
a. Building Permit Application (prepared by the City);
b. Phase Ill Estimate of Probable Construction Cost in CSI format;
7 The Ci ty shall evaluate the Phase Ill Estimate of Probable Construction Cost submitted by
the A/E , and if the A/E 's Phase Ill Estimate of Probable Construction Cost exceeds the City 's
Construct io n Budget, the City shall:
a. direct the A/E t o reduce the Final Scope of Work and/or Phase Ill Estimate of Probable
Construct ion Cost as required to meet the Construction Budget through redesign by the
A/E; or
b. increase the Constructi o n Budget ; or
c. discon ti nue the A/E 's services on the Project.
8 The A/E shall , upon receipt of the Phase Ill City 's Revi ew(s), modify the Phase Ill
Documents to meet requirements and do all things necessary to obtain the unconditional
approval of the Phase 111 Documents by any and all authorities .
9 When a Pro ject is t o be awa rded to a Contractor by conventional bid , the City shall provide
the A/E with "I nstructions to Bidders " and Gene ral Conditions of th e Contract for
Construction for inclusion in t he A/E's Construction Documents .
10 The A/E shall incorporate any required modifications int o the Phase Ill Documents prior to
release of the advertiseme nt 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
1. T he A/E shal l 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 di stribu te and maintain a log of the Construction Documents issued for bid
purposes, and any subseq uent addenda .
36
69129
September 21 , 2021
Page 4
3. For Projects to be awarded by conventional bid , the NE sha ll conduct the pre-bid
conference(s), receive and respond to inqu iries from bidders , prepare and issue addenda
as approved by the City, assist the City in the analysis of bids and in determining the
successfu l responsive and responsible bidder , and make written recommendations to the
City on the award of the Construction Co ntract.
CONSTRUCTION PHASE V -ADMINISTRATION OF THE CONSTRUCTION PROCESS
GENERAL A/E DUTIES W ITH RESPECT TO CA
1. The NE sha ll prov ide CA of the Construction Contract as set forth in this Ag reement , the
Construction Documents and the General Condit ions 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 Documen ts. The NE shall provide written notice to the City if it
observes or becomes awa re of any defect or non-conformance with the Construction
Documents.
3. The NE shall designate a fully -q ualified representat ive of the NE's firm , acceptable to the
City , to act as the NE's construction project manager. The A/E shall also designate a fully-
qualified rep resenta ti ve from each of its Sub-Cons ult ants , acceptable to the City , for each
of th e professiona l discip lin es , 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 responsib ility and
obligations under this Agreement.
5. The NE shall , when requested by the City , prov ide the City with recommendations regard ing
matters concern ing 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 li mits ag reed upon .
6. The A/E shall advise the City in wr iting when in the opin ion of the A/E , sufficient cause exists
to terminate the Contractor in accordance w ith the General Cond itions of the Contract for
Construction.
7. It is assumed the tota l project construction duration for this project to be 8 months .
PROJECT MEETINGS AND SITE VISITS
8. PROJECT MEETINGS : As part of the A/E 's Basic Services Fee, the NE and the NE's Sub-
Consultants (if needed) shall conduct Monthly Project Meeting s at the Project Site . The
purpose of the Project Meeting, a review and up-date of the Construction Schedule , a review
of the Con t ractor 's As-Built drawings , the Contractor 's Schedule of Values , coordination with
the Contractor and its subcon tract ors and the City , and observation of the progress of the
Work ("walk-thr u") in order to properly rev iew the Contractor's Requisition(s) for Payment.
37
70130
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 gene rally 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 SUBM ITTALS
10. The A/E sha ll review , comment and approve , (or disapprove and requ ire modifications to),
the Contractor's document submittal schedule.
11. The A/E shall review and eit he r return without exceptions, or with noted comments , reject,
or take other appropriate action upon a Contractor's submittals (such as samples ,
sche du les , and shop draw ings , etc .) for conformance with the design intent expressed in
the Const ruction Documents , applicable codes and ordinances , and th e Construction
Documents . The A/E 's act ion sha ll be taken with such reasonable promptness so as to
cause no delay to the progress of the Project , as cal led for in the Contractor's approved
document submittal schedule , while all ow ing sufficient time in the A/E's professional
judgment to perm it adequ ate review. If the A/E re j ects a submittal , the A/E shall state , in
writing , the grounds for reject ion .
12 . The A/E shall review a submi ttal two (2) time s as part of Basic Services , and may be entitled
to fees for additiona l servi ces if, due to materially incomplete or in correct submittals by the
Contractor, the A/E is requ ired to review or address a submittal three (3) or more times . The
A/E sha ll notify the PM within five (5) days of a second submittal rejection . Notwithstanding
the forego ing, the A/E shall perform timely reviews of submitta ls . If the A/E is required to
review a submitta l more than two (2) t imes due to inc omplete or incorrect submittals by the
Contracto r, the A/E shal l recommend to the City in writ ing that a modification to the
Construction Contract be approved (and the basis for the A/E 's recommendation) deducting
a sum from th e Con tractor's contract bala nce due which is su fficient to compensate the City
for any payments the Ci ty agrees to make to the A/E for add itional services made necessary
by a Co nt racto r's repeate d incomplete or incorre ct submittals , such method being the A/E 's
exclusive remedy for such additional expenses and services .
SU BSTITUTIONS
13. The A/E shall rev iew and eval uate in a timely manner subst itutions proposed by the
Contractor for conforma nce with the Construction Documents . The A/E shall recommend to
the City acceptance of subst itutions only when it can be demonstrated by the Contractor
that th e item specified , or its successor, is no longer avai lable for purchase or that the
subs titution provides a clear benefit to the City in performance and/or price . The A/E will not
be req uired 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 un less requested by the City .
38
71131
RFls AND RFCs
September 21 , 2021
Page 6
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 RFls 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
39
72132
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 Comp letion Inspection and , if
applicable , Occupancy Inspection , and notify the Contractor, in writing, as follows:
a. If th e A/E determines that the cond itions for Substantial Completion have not been
met , the A/E shall no t ify the Contractor, noting specifically those deficiencies that
cause the Work to not meet Substantial Completion requirements; or
b. If the A/E determines t hat the conditions for Subs tantia l 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 Comp le t ion 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
subcon tra ctors , and t he sub -subcontractors.
21. Upon the concl usion of th e Substantial Completion Inspe cti on , the A/E sha ll determine the
status of th e Work to be one of the follow ing:
a . Subs tanti ally complete. If on the date the Substantial Completion Inspection is
completed , the A/E determ ine s that the Work has achieved Substantial Completion ,
the A/E shall with in fifteen (15) days of the conclusion of the Substantial Completion
Inspection , certify in writing to the Ci ty the date on which Substantial Completion was
achieve d. The date on which the A/E determines tha t Substant ial Comp letion has been
achieved is the da te on which liquidated damag es 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
Substan tial 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 Inspectio n, noting specifically those deficiencies that cause the Work to
not meet Substantial Completion requirements .
SUBSTANTIAL COMPLETION PUNCH LIST
22. When Substantia l Complet ion is achieved , the A/E shall prepare and provide to the
Contractor a comprehensive Substantial Completion punch list in electro nic form which
incorporates , by trade , all punch list items submitted to the A/E by participants in th e
Substantial Completion Inspection. The A/E shall submit the Substantial Completion Punch
Li st to the City and Contractor within fifteen (15) days of the Substantial Completion
In spec tio n date .
23. During t he 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 INSPECTIO N AND FINAL COMPLETION
24 . Upon completion of the Substantia l Co mpletion Punch List , the Contractor shall provide
written notice to the A/E that the Work is ready for Final In spect io n and Acceptance .
40
73133
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 wr itten 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 "A ccepted" 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 ach ieved Final
Completion , the A/E shall notify the Contractor and the City within two (2) business
days of the failed Final Completion Inspection , in writ in g , 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 A/E 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 lim itation, all required Final
Releases of Lien and/or Bond Righ ts) and submit its written recommendation as to payment
to the City , on a line-item basis , within five days of it s subm itt al , and shall otherwise perform
its duties with sufficient time for the City to make payment.
26 . During the subs tantial 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 item s
shall not alter the schedule or responsibilities of the A/E regarding completion .
A/E SERVICES CLOSEOUT
27 . The A/E shall subm it project close-out documentation .
41
74134
SUBCONSULTANTS
September 21 , 2021
Page 9
The following are professionals contracted be SRS Engineering , Inc . to assist in the preparation
of the work outline above . Please see attached consultan t'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 in clude 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 ,590.62
100 % CD $7 ,370 .00 $13 ,1 55 .00 $9 ,326 .87 $7,402 .20 $1 ,875.00 $39,129 .07
Bidd inci $2 ,160 .00 $2 ,350 .00 $1 ,554.48 $1 ,233 .70 $375 .00 $7,673.18
Constructi on $7 ,433 .00 $26 ,72 5.00 $6 ,839 .71 $5,428 .28 $2 ,000 .00 $48,425.99
Close out $1 105 .00 $2 960 .00 $1 554.48 $1 .233 .70 $250 .00 $7103.18
Total $27 ,693.00 $68,820.00 $31 ,089.57 $24,674.00 $7,500.00 $1 59 ,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 th e entire understanding between the
City of South Miami and SRS Engineering , Inc . in re spect 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
c9-~~V'J~
Ignacio erralta , P.E.
Presid t
I have read the foregoing Letter of Agreement and agree to
all terms and conditions stated therein.
Accepted this ___ day of _______ , 2021
City of South Miami
By:-------------
Title : ---------------
42
75135
11sn1 SRS ENGINEERING, INC. -AE FEE PROPOSAL SPREASDSHEET ~ :::I "' ~ w
Dante Fascel Park .2 ~ :::, !::! w > o>
:c ffi w a:
Design Schematic Design Design Development CD 50¾ Completed CD 100% Complete Bid/ Award CA -Substantial CA -Closeout .... "' ~~
:! =! g !::!
0~
Discipline/Firm ... "' ... i
CIVIL
Hourly Rate
SRS Engineering, In c. Hrs $ Hrs $ Hrs $ Hrs $ Hrs $ Hrs s Hrs $ Hrs s
Principal S180.00 2 $360 2 S360 3 $540 3 $540 3 $540 6 $1,080 2 S360 21 $3,780 ---Sr. Project Manager S150 .00 4 S600 2 $300 10 $1,500 12 $1,800 8 $1,200 32 $4 ,800 3 $450 71 $10,650 ---Sr. Civil Engineer $125 ,00 6 $750 4 $500 16 $2,000 16 $2,000 3 $375 12 $1,500 2 $250 59 $7,375
,__ ~gn Enginee r ------$90 .00 0 so 0 $0 20 $1,800 24 $2,160 So $8 so 44 S3,968
f------------CAD Technician $65 .00 0 $0 0 so 12 S780 12 $780 $0 so so 24 S l ,560 -
Clerica $45 .00 l $45 1 $45 1 $45 2 $90 1 $45 1 $45 1 S45 8 $360
TOTAL CIVIL 13 $1,755 9 I $1,205 62 $6,665 69 $7,3 70 15 I $2,160 51 $7,433 8 $1,105 227 $27,693
4
76136
. . . . . . . . . . ................ )L"A·,rR·i M.~ ... p:·E .. R .. fz ... &: .. is'i .. o .. c{i··A·T:E .. S~·· .. N .. C~ .....
)ARCH I TE CT S -PL A N NE RS -I NT ER O R D E I NG ER S LI C. A A -C 0 1 8 6 4 ' : : : : : : ••••.• ···········!·····•···•··!·············:·············?············:············· ············ ············!·············;············ •••••••••••••• , ••
: : : : : : :
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 exist ing tennis courts.
Total Architectura l Fee $68 ,820. (se~ 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 req uire additional information please do not hesitate to contract our
office.
Sincerely,
Laura M. Perez and Associates, Inc.
Laura Pere z, President
............ ; ........................................................ [ ....................... \ ........... ( ................. ..
4 1 r~ . W . 7th S R E E M I A M . F L 3 1 2 5 P H : 3 0 5 6 4 2 , 9 4 9 4 F A X : 3 0 5 6 4 2 -
. . . . ············"'·········· ....................• ······ . .
889 E-'MAIL Imp% mptc con,
44
77137
LAURA M. PEREZ & ASSOCIATES, INC.
FEE PROPOSAL FOR SOUTH MIAMI DANTE FASCELL PARK
BASIC DESIGN AND CA SERVICES
1) Schmatic Design (30 days)
Description Hours Rate Total
Principal 1 $180.00 $180
Project ArchitecUManager
Site Visit 4 $140.00 $560
Design 12 $140.00 $1,680
Staff Architect 8 $90.00 $720
CADD 30 $75.00 $2,250
Estimator 6 $95.00 $570
Clerical 2 $45.00 $90
$6,050
2) Design Development (30 days)
Description Hours Rate Total
Principal 1 $180.00 $180
Project ArchitecUManager
Design 16 $140.00 $2,240
Staff Architect 10 $90.00 $900
CADD 40 $75.00 $3,000
Estimator 6 $95.00 $570
Clerical 2 $45.00 $90
$6,980
3) 50% Construction Documents (60 days)
Description Hours Rate Total
Principal 2 $180.00 $360
Project ArchitecVManager 20 $140.00 $2,800
Staff Architect 24 $95.00 $2,280
GADD 60 $75.00 $4,500
Estimator 6 $95.00 $570
Clerical 2 $45.00 $90
$10,600
4) 100% Construction Documents (60 days)
Description Hours Rate Total
Principal 2 $180.00 $360
Project ArchitecUManager 20 $140.00 $2,800
Staff Architect 24 $95.00 $2,280
GADD 60 $75.00 $4,500
Estimator 6 $95.00 $570
Clerical 2 $45.00 $90
$10,600
5) Permitting (review comments and resubmittal only) TBD
Description Hours Rate Total
Principal 1 $175.00 $175
Project Architect/Manager 8 $140.00 S1, 120
Staff Architect 6 $95.00 $570
CADD 8 $75.00 $600
Clerical 2 $45.00 $90
$2,555
45
78138
6) Bidding
Description
Principal
Project Architect/Manager
Staff Architect
CADD
Clerical
7) Construction administration (8 months)
Hours
1
8
6
4
4
Description Hours
Administration (SD, RFI, correspondences)
~~-4 PM/Architect (2 hrs per week) 70
Const. Manager ( 1 hrs per week) 35
Construction Meetings/minutes and site visit reports
meetings and reports bi month (5 Hrs) ea 80
Pay app and schedule review (1 per month) 12
Punch list/ Closeout 16
aerical 16
Rate
$180.00
$140.00
$95.00
$75.00
$45.00
Rate
$180.00
$140.00
$95.00
$140.00
$140.00
$140.00
$45.00
Total
$180
$1,120
$570
$300
$180
Total
$720
$9,800
$3,325
$11,200
$1,680
$2,240
$720
$2,350
$29,685
$68,820.00
46
79139
B A
A s
N
June 14, 2021
Re, iscd 06 1JQ /202 I
Ig nacio Serralta
SRS Engineering, Inc.
5001 SW 74 Court , Suite 201
Miami , Florida 33155
s
u
s u L
0 C J A
T I
Project: Dante Fascell Park Concession -Restroom Building
Location: 8600 Red Rd , Sou th Miam i, FL 33143
Dear Mr. Serralta ,
T 0
T E s
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 wi ll consist of:
Preparation of mechanica l, electrical , plumb ing construction document level drawings shall be
prepared i n accordance with local codes. Draw i ngs sha ll be subm itted at 30 %, 60 %, and 100%
phased along with any required calculations for permit. Site visits during design to verify existing
conditions shal l be considered part of basic serv ice s.
A ssistance in obtain ing pe rmit in the form of responding to Building Department plan review
comments , and cost estimates shall be considered part of Basic Services.
Construction Adm in istrat ion sha l l include shop drawing review , response to RFl 's and monthly
site visits during cons t ruction .
Compensation:
Our proposed fee shall be as fo ll ows :
PROPOSED FEE: $31,089.57
Payments are requested as follows :
As per City of Sou th Miami Payment Sched ule
Please make checks payable to: "Basulto & Associates, Inc."
Exclusions:
• Processing or walking drawings through the bui ld ing department are not included .
• Tec hnical specifications (book type) are not included.
14160 Palmetto Frontage Rd, Suite 21
Miami Lakes. Florida 330 I 6
Pagel of2
\\'\\'\\• .basulto.com
Phone(305)698-3988
Fa:,; (305) 698 -3989
47
80140
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:
Engineering Hours:
CAD Tech Hours:
Clerical Hours:
$180.00
$125.00
$ 65.00
$ 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.
Sincerely,
~~
Rene I. Basulto, PE, MSEM
CGC, CFEI I 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 Title
Printed Name Date
B A S ,1{ L T 0
A SSO~-C.JA T [ S
Page 2 of2
48
81141
BDTAS Engineer ing, Inc.
STRUCTURAL E NG INEERS
May 20 , 2921; rev. Jun e 16, 2021; rev . July 14, 2021
SRS Engineering, Inc.
5001 SW 74 th Court, Suite 201
Miami, Florid a 33155
Attn: Mr. Ignacio Serralta, PE
Project Name:
Subject:
Dear Ignacio:
Dante Facell Park -New Building
Structural Fee Proposal
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 t h e 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, r einfo rced masonry walls , concrete beams and columns, concrete slab roof for the cast
an d 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 rec eived for th is bui lding, p lease note that the support system for the hallway roof may require
modifications due to stabi li ty.
Botas Engineering scope for this project is as follows .....
• Schematic and Design Development Narrativ e
• Submit 50% and 100% (signed and sea led) plans; includes specs ., cost estimate and calcs .
• Implement any applicable review comments .
• Bidd i ng and Award Support
• Construction Adm i nistration Support (incl. shop drwgs. review, responses to RFl's and required
inspections).
• Develop structural as-bui lt plans
Our fee for the above-mentioned tasks is a lump sum of$ 24,974 and the distribution of hours is as
i ndicated under the attached "Fee Breakdown for Basic Design Pref. Serv ic es".
8935 NW 35 th Lane. Sui P. t/702 • IJnntl Fl :rnn • Tel 305 -111 8 ~Ill • Fa~ 305-418-9117 49
82142
Page 2 of:!
May 20 . 202 1: re, 6/16/2021: re\ 7/14 /_Q'.!I
Da me 1· accll Parl.
If o u have any question(s) or need additional information to be included in this letter, please let us
kno w at your ear l iest convenience.
Th nk you very much for considering us for this project.
Re ards,
BO TAS Engineering, Inc.
✓-~-
Patricia M. Batas, P.E.
Accepted
Pre sident Date
8935 NW 35th Lane . Suite #2 □2 • Dami. FL 33172 • Tel · 3 □5 -'118-9111 • Fax : 305-418-9112 50
83143
May 19 , 2021
Mr. Ignacio Serralta
SRS Engineering
Re: Dante Fascell Commun ity Center
c u R T 1 5 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 build ing at Dante Fascell Park.
DESIGN
STUDIO
IN C.
Lan dscape
A rchit ec tur e
7 5 2 0
S. R E D
RO AD
SU I TE M
SOUTH
MI AM I
FLORIDA
3 3 l 4 3
TELEPHONE
3 0 5-4 4 2-l 7 7 4
FACSIMIL E
3 0 5.4 4 5.9 4 8 8
L L C. LC 0002 4 1
www.curtisrogers.com
Our scope of services wil l include preparing the necessary plans addressing existing
plant ings -removals , relocations or reta inage , and new plantings in the immediate vicinity of
the new bu ilding. These plans will include all the necessary information to obtain a building
permit and for construction. Our detailed scope of services is as follow:
1.
2.
3.
4.
Schematic Design/ Des ign Development
a. S ite visit to evaluate existing conditions.
b. Review applicable code requirements
c. Preparation of schematic design
d. Preparation design development drawi ngs , addressing landscape intent and
code compliance .
e. Preparation of outline specificat ions
f. Preparation of Sta t ements of Probable Cost for landscape elements
g . Coo rdination with Archi tect and applicable consultan t s.
h . Att end a mee ti ng/ presentation with th e cl ient if required .
Construction Documents ( 50 % and 100 % Submittals)
a . Rev iew and incorporate comments rece ived for previous submittal , and
interim submittals
b . Prepare const ruction documents for tree dispos ition and planting.
c . Prepare technical spec ifications for t ree disposition (relocation or protection of
existi ng trees), planting and sodd i ng. NO IRR IGATION SCOPE IS
INCLUDED .
d. Update Statement of Probable Cost for above items
e. A ddress permitt i ng commen t s as needed .
f. Coordina t ion w ith A rchitect and applicable consultants
g. Attend a meeting/ presentation with the client if required .
Bidd i ng Ass istance
a. Ass istance during bidding including attendance to pre-bid conference if
needed,
b. Prepare addendums , respond to requ ests fo r information or issue
cla r ificat ions ,
c . Assist Owner/ Archi t ec t in rev iew of bids
Constructi on Administration
a . Attend a preconstruction meet i ng (if requ i red )
b. Assist Architect in reviewing applicable shop drawings , response for
info rmation , or clar ifications ,
c. Att endance t o a maximum of two(2 ) construction meetings , and perform two
site o bserva t ions during construction , p repare the applicable site observa t ion
reports ,
51
84144
Mr. Ignacio Serralta
May 19, 2021 Page2
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%)-
2. Design Development (10%) -
3 .. Construction Documents
a. 50% Submission (20%)-
b. 100% Submission (25%)-
4 .. Bidding Assistance (5%) -
5. Construction Administration (30%) -
$ 750.00
$ 750.00
$1500.00
$ 1875.00
$ 375.00
$ 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,
(}Jru..{~
Aida M. Curtis
President
52
85145EX1Sf1.'IG BEACH VOLLEYBALL COURT N£.W COUR1' ., EXISllHQC01JRTS16) 0 (I) I. I~ I I! I--I I I r>nos ·ACTIVITY ON (XISTlllO COURTS WOULD NOT BC AFFCCT[O OV CONSTRUCTIOM .1,UtJIUUl.1IMPACl mJ XIS TING SPECIMEJ/ IREES • llO 11,IPACT Ori OTHER SPORTS FACILITIES ON SQUTU HALF OF PAHK • NFW nu11 nlNG/TERRACf ORIEIHATION IS /~ORTH-SOUTH -NEW PARKING DOES NOT DMOE PARI( rACILITIES • RCOUlRCS t.llNIMUt.1 CUT ANO FILL, (:IUSTIN{i TOPOGRAPHY R(.MAJNS • PROVIDES E)i:JltRITIOU COURT CONS • SOME EXISTING SCULPTURES MUST BE RELOCATED. • (MCRGDlCV ,\CCCSS TO DUILDltJUAVAllABLC O Y THROUGH GREEN AREAS FROM SW 58THAVE • SQUASH COURT GCTS ELLIMINATED
86146r . ., .# (@~~!~! .. Fl/TURE AMPHETHEATEA.~ .~ ... EXISTING RACKET BALL COURT TO BE REMOVED \--) t-EWCOURTS (2) ,(~) ..._ ... ,.,. ,6' ,tP , .. RELOCATED TI<IHUT J r.-~ '•, . .:': • X •: ,••. i~ .. \ .. •n ·~ ·~ ' ',i \. \I • .~ TERRACE .f I ·F -------------100 I ,., NEW BUILDING EXHIBITlON COURT l -----~8~F~ ----COVERED TERRACE --7~~-:::.~-\ \\((2, ..... _ ( c~ r(f/\) \ JJ~J (----EXISTING BLOO TO BE REMOVED ! EXISTING COURTS (6) I 1111 ~. 1' -~ «1-2 ~ -~:l A -:! : !j g5 ~!-;~ Ii -.. s ., ~"J ~i -~~ !2-:E ~J• ... i "'u • :JI:: :t-s f ·~ ~ ~ 0:: ii <( n. .., ::l .]! W 0~ u ~ij .. cn ~~u ~ ~,a w i;f I-~ z ;;; <( ~ 0 n sa<W::•l..uJtGCO S-A.1 ~
87147·r l 11\l.ll--Nll'OSE 543 SO FT ~ COOS. <XP::ES$0tl S1tW,C1: 1eoson 106 so n l oma: Jl2 SO FT SPATIAL DIAGRAM SCALE: 3/32" = r-o· ENTRY ll£C. 120 SQ n IEIL 120 SO FT ~ ~ Sll:lw£R & LOCl<IR RII. 5!5 SQ FT Ef,/TRY PUIJJC ll!Sffi()OMS <166 SO FT l l l 20·-e· 1 41•-3• JOT.I!. 3132 SO Fl l---~ ! RESTROOM/LOCKER LAYOUT SCALE: 3132" = 1"-0" "' "'
88148NEW CO<JRT ., NEW COURT ., tE>Ota.rTlC»'J COURT) E)JSlJNO co1.,ns 1t1 G Pnos • ACTMTY ON [X!SrnlG COURTS \.'/OULO NOT 0[ AFFCCTCO BY CONSTRUCTION • MIH:MUM IMPACI OU E;)OSrtNG SPECl!.IEN TREf:.S • NO 1,._IPACT ON OT HEit SPORTS FACILITIES ON SOUTH HALF OF PARK • tlEW OUU OING'TERRACF ORIENTATION IS IIORTH·SOUTH • NEW PARK1"1G ooes NOT OMOE PARK FACILITIES • R(OUIRCS MINlf.lUM CLIT AtlO FILL. DOSTIOO TOPOGRAPHY REMAINS • PROV!O[S EXHIBIHON COURT cons , SOVE E)(ISmtG SCULPTURES MUST BE RELOCATED • CI.U:RG(NCY ACC£SS 10 OUILOING,WAll>\Dl[ Ot-.t.Y THROUGH GREEN AREAS fROM SW58TH AVE • SOUASHCOURT GETS ELLI AINATEO
89149
..
"'1--,·
• ......... ~ ,.~
"·
? 'iw•~~~-------~
----. -·,,___,.:_• __
. l·:•::.•1 ...
<
"-!. .-.......... :·F
I -• • ";".-~
•" .l -~--..... ✓
...,:..,.11...-. .•
00000 I J.:1:lrmld
tt~U"1,j°,uqn11'1DS"-V1ill5MSOCU.9
UOR1PPV1Jad
>l~IVd 773:)S'o':I 3lN'o'O
'·,
<. I,,
-J . ., ~·
,•:•'·•rt-•:.
~; I •
,. .
··.,. ,✓l";.1· .. ··4 ... (
....
4
(I)
------
---~
90150<O u> r Jl'-0" r 1' ID'-n· r 10'-6" 20·-o· l i HITRY El£C. IIEOL rue. l!!:CII 1 120 so n no son 1111.TI-PURPOSE :i4ll son t i i f---+ ~ SIIM!l!&I.CJCj(!J!l!IL l'OIIJCIIESlllOOIIS ·-r wson !M son ~ CONS. COH!nS!ON OfflCI: 5llRACE 100 son J12 son 1116 S0 fl EllTRY l T r r tHJ j, t ! l ! 9•--4• 16'-l" lt'-0" 20"-B" 1 ll'-0" 12'-o' 41'-B' TOT,._ 3132 SO IT SPATIAL DIAGRAM RESTROOM/LOCKER LAYOUT SCALE: 3/32" = 1'-0" SCALE: 3132" = 1 '·0"
91151
PRELIMINARY ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST
Dante Fascell Park New Building & Tennis Court
City of South Miami Parks and Recreation
5001 s.w . 74 Court Suite 201
Mram1, Florida 33155
Tel: (305) 662-8887 Apnl 20 . 2021
Fax: (305) 662-8858
Conceptual Scheme "A "
ITEM ITE" EST, UNIT UNIT TOTAL
NO. DESC RIPTIO N an COST COST
Site Prepar.,tion
t-1 Mobihzahon (2% of Grand Total) 1 LS S26 .072 89 S26.07289
t-2 Maintenance of Traffic (2% of Grand Total) 1 LS S26 .072 89 S26.072 89
t-3 Cleanng and Grubbing (5% of Grand TotaQ 1 LS S65 . 182 24 S65 182 24
1-4 Removal of ~sting Cone Ssdewalk & Mu lch Walkway 324 SY S20 00 S5 .480 00
1-5 Removal of Existing CBS Bu dding 892 SF StO 00 S8 ,920 00
t-6 Removal of Raquel Ball I LS S7.500 00 S7 .500 00
1-7 Relocat,on of Tiki Hui 1 LS S1 ,000 00 St .COO 00
1-8 Eanh work I LS S15 ,000 00 S15,000 00
Sub .Total $15 6,228 .02
New Parlll n!I Lot
2-t Regular Excavat ,on 396 CY S3 .00 St . 188 00
2-2 Type '13 .. S!abillzatlon (12H th ick m,mmum LBR 40) 706 SY St.70 St ,20020
2-3 Ltmerock Base ca· Th ick Doub le Course) (Primed) (Roadway) 706 SY Stt 50 S8 . tt9 00
2-• AsphattlC Concrete Type SP-9 5 (1 s· thick) 59 TON S130.00 S7 .670 00
2-5 New Concrete ~dewalk (4" Th,ck. Including Pedestnan 65 SY 540 00 S2 .600 00 Ramp)
2-6 Rubber mulch wa lkway (41 145 SY S84 oo St2 180 00
2-7 Root Barrier 20 LF St0.00 S200 00
2-8 New Lighting with services 2 LS ) St5,000 00 S30.000 00
Sub-To1al $63,157.20
New Parklna Lot Pavement Marlllna
3.4 Sohd Traffic Stripe (4 N White) (ThermoplasI1c) 305 LF St .SO S457 50
3-10 Wheel Stop t9 EA StS0.00 S2 ,850 00
Sub-Total SJ,30 7.50
New Parlllna Lot Ora l naae Svstem
4-1 En.ltratton Ora m (18 .. PerloraIed Pipe) 75 LF Stt0.00 SB ,250 00
4.3 Inlets, Gutter, Ty~ S, <10' 2 EA 54 ,600 00 S9 .200 00
.... Baffle 2 EA S300 00 S600 00
Sub-Tota l $18,050.00
New Bulldlna & Associated Sidewalk
5-t New Bulldmg 1 LS S660,000 00 S660.000 00
5-1 Ne w Covered Terrace 1 LS S57.000.00 S57.000.00
5-3 New Concrete Sidewalk (4" Thick -lnctudmg Pedestrian 365 SY $40.00 S14.600 oo Ramp)
5-4 New Drainage Sy,em t LS St0.000.00 Sl0.000 00
Sub-Total $741 ,600 .00
New Tennis Court
6-t 2 New Clay Court w/ above ground Irnga11on and pe nmeter t LS S220.00000 S220.000 00 rence
6-2 New Tenn is L1gh11ng t LS Stt2.50000 S112.50000
6-3 New Trench Dram w/ Oramage system t LS S20,000 00 S20 .000 00
Sub-Tota l S352,500.00
New Landscaolno
7-1 Tree ProIect ion t LS 510,000 00 S10 ,000 oo
7-2 Tree Remova ls 12 EA S1 ,000 00 S12 .000 00
7.3 Tree Relocallons 10 EA S5 .000.00 S50.000 00
7,4 New Tree 12 EA St ,000 00 S12 .000 00
7.5 Shrubs I LS S7 ,500 00 S7 ,500 00
7-6 New Sod ReI0ra110n I LS St0,000 00 St0,000 00
Sub-Total s101 .soo.oo
TO TAL $1,436,342.72
5-t 10% Overhead and Profit $143,634.2 7
5,2 2% Bond and Insurance $28 ,726.85
5.3 Conungency Fund (20% ol subtotal amount) due to $287,268.54 ProQamm lnQ Phase
5.4 Survey $3,500.00
5-5 As Bu in $1,500.00
TOTAL PROJECT COST: $1,90 0 ,972 .39
92152I I I I I I I I / ---1.;EW COURT ., 0 E'l(lSTINGCOURTS(&) NEW PAAKIN(l en I. I~ ~ 0 PROS· ·I\CTIV TYON EXISTING COURTS WOULD NOT BEArFEClEO 8Y C STRUCllO" • NEY/ Utl01NGITERRACEOH1ENTAT10H IS tlOIHH.SOUlll • EXIST NG RESTROOM BUILDING CAN REltMJ OURIHG CONSTRUCTIOtJ • PROV ES EXHIBITION COURT • PROV ES MORE PARKING & THAT CAN BE EXPANDED. • PROV DES SECURE OROP-OFFIPICK-UPAREA & LMl:lt E~ICV VEHICLE ACCESS TO BUILDING CONS • PARK! 0 DIVIDES EXISTING PI\RK FACILITIES • REOU RES NEW LIGHT POLES EXIST 1,Ki OEACil VOLLEYBALL COURT GETS ELL!Mll~ATEO • REOU RES SIGNIFICANT EARTHWORK TO ACCOl.10DA1E NFW CURTS • SOME SPECIMEN TREES WILL BE li-.'PACTEO
93153
..
rr=r,=;=,=;===rr========;;--,"";;;;;;;:;;:--;====i_=;=i=...,..==!=,__==l=...,;=l ,=_=i ==i;=_=:.,=. =i··._=_ .. -=.;=_=_ .. = .. ===,;======-==.=,o=a,=ou=.=====;;1====,•=,il
..... •• CUH....U"lll¥M DIIIMIIU ..... Ulll ,_.-,. •m· • £H££"1:f~WlOS"IIIAVt;llSI.\SOOlll
"'•~w"Ml I ' \. / • ~'Cl'~•d &Qlf'tll:QGIRIIDUCl•ftDCIWN•&&:tUDlaY j , ii['
·':iNl'S11.LVl:ICIBSVY2alllld"Wwtlmn •••••••• ,_ :11 J )l~Vd 713::JSV:l 31NVO
! I I I I I :--.-
i: ~/ ,, ,,r
,•··i '
- - - -----~, ...... !, : • .f ,.
1, .......... ~1
r:-----1
I I
I I
I I
I I
I ~ I : :, ~ :
I i1 I
I !!! I
·I I
. I I
1· .. .. \
•.
~ ~ ~ 't ~
I I
• Sll3H0\'378·
w ~
~-----------... ---~ -Q-
·"
94154r JI'-<>" r r 10·--e· r 10·-6· l 20·--s· l r r ENTRY El.£C. 11£QL ru:c. ;, 120 son 120 SQ ff If.I.TI·-::: S48 SQ fl 'i' r r l;; +---+ ~ ~ SOOIIIER & l.llCll!R Pll. PU80C R£SlllQOIIS m SO FT m SO FT ' -~ OOHSc o:it«:tsSION oma: S1tRlllE 100 SO FT 312 SO ff \06 SO FT ENTRY 1 T r r ! '4 t j, t j l t g'--4• 16·-1· ir-o· 20'-e· ~ J1·--o· 12'-0' • ·-e· TOT.IL 3132 SO FT SPATIAL DIAGRAM RESTROOM/LOCKER LAYOUT SCALE: 3132" = 1'-0" SCALE: 3/32" = 1 '·0"
95155
PRELIMINARY ENG INE ER 'S OPI N I ON OF PROBABLE CONSTRUCTION COST
Dante Fas cell Park New Building & T ennis Court
City of Sou th Miami Parks and Recrea tion
500 1 5. W . 74 Court Suite 201
Miami, Flonda 33155
Tel: (305 ) 662-8887 Apnl 20 , 2021
Fax : (305) 662-8858
Conceptual Scheme "B"
ITEM ITEM EST . UNIT UNIT TOTAL
NO . DESCRIPfto~ Ol'Y COST co:n
Site Praoaratlon
1-1 Mob~i:zat1on {2 % or Grand Total) 1 LS S2B,774 05 S28 ,77 4 05
1-2 Mainten ance of Trafllc (2% of Grand Total} 1 LS S2B ,774 05 S28 ,77 4 05
1-3 C!eanng and Grubbfng (5%1 of Grand ToIal} I LS S71 ,93514 S71 ,935 14
1-4 Remo val of Ex1slmg Cone. Side walk & Mulch Walkway 324 SY S20 .00 S6 ,4B0 00
1-5 Removal of Ex 1sIma CBS 8u1ldtng B92 SF 510.00 SB .920 00
1-6 Earth won< 1 LS S25 ,000 00 S2 5.000 00
Sub-Total $169 ,883.24
New Parklna Lot
2-1 Reaular Excavatton 1,030 CY SJ .DO S3,090 00
2-2 Type "B" s Iab1h2.aI10n (12" thfck minimum LBR 40) 1,B36 SY S1 70 S3.121 20
2-3 L1mero ck Base (SN Th ick Double Course) {Pnmed} 1.B36 SY S1 I.SO S21 , 11• 00 Roadwav\
2-4 Asphaltic Concrete Type SP-9 5 (l s· 1h11:11 ) 153 TON S130 00 S19 ,B90 00
2-5 New Concrete Sidewalk (4~ Thick . lndudmg Pedestnan 65 SY S40.00 S2 .600 00 Ramal
2-6 Rub ber mul ch walk.way (4~) 527 SY S84 .00 S44 ,26B 00
2-7 Ro ot Barrie r 40 LF S10 .00 S400 .00
2-8 New LJghtmg w,th service s J LS S15 ,000 00 545 ,000 00
Su b-Tola l S 139 ,483.20
I
New Parldno Lot Pavement Marklna
3.4 Sohd Traffic Stnpe (4~ White) (ihermoplas t1c) 793 LF SI.SO S1 ,1B950
3-10 Wh eel St op 32 EA S150 .00 S4 .800 .00
Sub-Tota l S5 ,989.50
New Parkloo Lot Oralnaae Svstem
4 -1 Exfiltra lion Dram (1 6~ Perfora ted Pipe) 100 LF I S110 00 S11 .00000
4-3 Inlets, Guttl'r, Type, S, <10' 2 EA S4 .6 00 00 S9 ,200 00
4.4 Baffle 2 EA S300 .00 S600 00
Sub-Tota l $20 ,800 ,00
New BulldlnR & Associated Sldewalk
5-1 New Building 1 LS S660 ,000 00 S660 ,000 00
5-1 New Covered Terrace 1 LS S57 ,000.00 S57 ,000 00
5-3 New Concre te S ldewalk (4-Th ick -lndudmg Pede stnan 365 SY S40 .00 S14 ,600 .00 Ramal
5-4 New Drainage Sylem 1 LS S 10 ,000.00 S 10,000 .00
Sub-Total $741,600.00
New Tennis Court
6-1 2 New Clay Coun w/ above ground ,mgahon and penrneter 1 LS S220 ,000 00 S220 .000 00 fence
6-2 New T enms lighting , LS S11 2,500 00 $112 ,500 00
6 -J New T rench Dra in w l Drainage $yS IOm 1 LS S20 ,000.00 S2 0 ,000 00
Sub-Tota l SJ52 ,500.00
New Landscaotno
7-1 Tre e Prolechon 1 LS S10 ,000 00 S10,000 DO
7-2 Tree Remo vals 12 EA 51 ,00000 SI2 ,000 .00
7-3 Tree Re!oca110 ns 15 EA 55 ,000 .00 575 ,000 00
7-4 New T ree 10 EA s 1,00000 S10 ,000 00
7-5 Shrubs I LS S7 ,500 .00 57,500.00
7-6 Paver ror drop off 3,600 SF SB 00 S28 ,800 00
7-7 New Sod Retora11on I LS S10 ,000 00 510 ,000 .00
Sub-Tota l S 153 ,300,00
TOTAL $1,583,555.94
5-1 1 0% Overtlead and Profrt I S158,355.59
5-2 2% Bond and In surance S31 ,671.12
5.3 Contingen cy Fund (20% or subtotal amouni) due to S316,711 .19 Prooamm1no Phase
5-4 Survey $3 ,500 .00
5.5 As Built S1 ,500 .00
TOTAL PROJECT COST: $2,0 95 ,293 .84
96156
IEXHOIIIT#/16
PR@FESSBONAL SERVOCE AGREIEMENT
"Prafasalonal Gmara!I !Einafneerln1 a Ardal8.eml8"8111 lervlces"
RFQ #PW20D6o22
THIS AGREEMENT made and entered Into dtls ~ day of '4e£Mt: • 20 '1 by and
beiween the City of South Miami, a municipal corporation (hereinafter referred to as
Owner or CITY) by and through hs Clty Manager (herelnafller referred to as CITY or
Otr Manager) and SR,$ C!::Ha,\tr+EF.e.u\4 c l,i L who Is auchorlzed to do
business In che State of Rortda. (hereinafter referred to u che ncoNSULTANT'). In
consldemlon of che premises and the mutual covenants contained In this AGREEMENT,
che pardes agree to the following terms and condklons:
t .o General Prpyislons
1.1 A Nodce·to Proceed wlD be Issued by die 0, Manager, or his deslgnee, foUowtng
the slplng of this AGREEMENT. This AGREEMENT does not confer on the
CONSULT ANT any emusive rights to perform work on behalf of die Owner
odter dlan the work desaibed In one or more Notice to Proceed (herelnafteo-
O'elerred ta as che .. WORK"), nor does It obllpte the Owner in any manner ta
guaraneee work for the CONSULTANT.
1.2 The CITY agrees that it will furnish to the CONSULTANT ava1lable dala and
documems in 1he CITY possession penalnlng to the WORK to be performed
under this AGREEMENT prompdy after die Issuance of the Notice ta Proceed
and upon wr1uen request of the CONSULTANT.
2.0 Scoge gf Ser,lces, Do CONSULTANT shaJI perfpnn tb@ wad< as sag mah 1n lb@ Scqpe
of SmJces as dem:Jbed In the Notice m Proceed,
3.0 Dma for Compledon
3.1 The services to be rendered by the CONSULTANT for any WORK shall be
commenced upon receipt of a written No1ice to Proceed from the CITY
subsequent to die exeamon of dtls AGREEMENT and shall be completed wlchln
the dme set fonh In the Notice to Proceed or other document signed by the
City Manager, or deslgnee.
3.2 A reasonable extension of dme will be granted In the event there Is a delay on
dte part af the CITY In fulfilling Its part of the AGREEMENT, change of scope of
work or should any other events beyond the comrol of the CONSULTANT
render performance of his duties Impossible.
4.0 Basis pf Compensation; The fees for services of d1e CONSULTANT shall be
deiennlned by one of the foDowlng methods or a_ combination thereof, u mutually
agreed upon by the CITY and d\e CONSULTANT.
4.1 A flxecl sung The fee for a ask or a scope of work may be a fixed sum as
mutually agreed upon b)' the CITY and the CONSULT ANT and If such an
agreement is reached, it shall be In writing, signed by d'le CONSULTANT and
che Cle, Manager and attached hereto as ATI'ACHMENT A:
4.2 Hourly rate fee: If there Is no 6xed sum or If additional work Is requesced
without an agreement as to a fixed sum, the CITY agrees to pay, and the
CONSULTANT agrees to accept, for che services rendered pursuant to this
AGREEMENT, fees In accordance wlch die hourly rates chat shall lndude all
Page51 of66
TiiamaP.G'epe
ICIIIJ/2016
135
64
97157
wages, beneflu, overhead and profit and that shal9 be in writing, signed by die
CONSULT ANT and die City Manager and attached hereto as
ATTACHM!ENT A.
S.0 P;mnent and Partial Payments. The CITY will make monthly payments or partial
payments to the CONSULTANT for all authorized WORK performed during the
previous calendar month as set forth In the schedule of payment as set forth In
ATTACHMENT A or, If no schedule of payment mchibit is attached to this
AGREEMENT then payment will be made 30 days following the receipt of
CONSULTANTs invoice as the work progresses but 001ly for the work actually
performed and approved In wrldng by the City Manager.
6.0 Right gf Dec;lslgns. All services shaD be performed by the CONSULT ANT to the
satisfaction of the CITY's representative, who shall decide all questions, dlfflculdes and
disputes of whatever nature which may arise under or by reason of thls AGREEMENT,
die prosecution and fulflllment of the services, and the character, qualhJ, amount and
value. The representative's dadsions upon all dalms, questions, and disputes shall be
final. conclusive and binding upon the parties unless such determination is clearly
arbitrary or unreasonable. In the event that the CONSULTANT does not concur in the
judgment of the representative as to any decisions made by him, CONSULTANT shall
present his written oblections to the Oty Manager and shall abide by the decision of the
Oa,Manager.
7.0 Ownershjp of Documents. All reports and reproducible plans, and other data
developed by the CONSULT ANT for the purpose of this AGREEMENT shall become
the property of ihe arv without restriction or limitation.
8.0 AudJt Rights. The CITY raerves the right to audit the records of the CONSUL TANT
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 applkable only to
projects that are on a time and cost basis.
9.0 Truth-in Negotiations: If the contract amount exceeds the threshold amount provided
ins. 287.017 for category four, the CONSULTANT shall ececute a truth-In-negotiation
certiftcate Siating that wage rates and other factuai unit costs supporting the
compensation are accurate. complete, and current at th4!1 time of conncting. In such
event, the ori&fnal contract price and any additions thereto shaU be adjusted to exdude
any slgnlflcam: sums by which the City determines the contract price was Increased due
to inaccurate, lncompl• 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.
I 0.0 Subletting, _The CONSULT ANT shaU not assign or transfer Its rights under d\ls
AGREEMENT without me express written consent of the CITY. The CITY will not
unreasonably withhold and/or delay its consent to the assignment of the
CONSULTANrs rights. The CITY may, in Its sole discretion, allow the
CONSULTANT to assign Its duties, obligations and responsibilities provided the
assignee meets all of the CITY's requirements to the CITY's sole satisfaction. The
CONSULTANT shall not subcontract this AGREEMENT or any of the services to be
provided by It without prior written consent of the CITY. Any assignment or
subconcracdng in viotadon hereof shall be void and unenforceable
11.0 Unauthomed AOens; The employment of unauthorized aliens by the CONSULT ANT is
considered a violation of Federal Law. If the CONSUL TANT knowingly employs
unauthorized aliens, such vloladon shall be cause for unliateraJ cancellation of lhis
AGREEMENT. This applies to any sut,.CONSULTANTs used by the CONSULTANT as
well. The CITY reserves dle right at Its dlscredon, but does not assume the obligation,
Page5lofH
Ttlonm F. Pepe
10/1312016
138
65
98158
co require proof of valkll cidzenshlp or, In the alr.ernatlve, proof of a valid green card for
each person employed In die performance of work or provkllns che goods and/or
services for or on behalf of die CITY lndudlna persons emplo,ad by any Independent
contractor. By reserving this light, the CITY does not assume any obllpdon or
responslbUlty to enforce or ensure compliance with the applicable laws and/or
regulations.
12.0 WaJ,;unx. The CONSULTANT warnnts that It has not employed or retained any
company or person. other chan a bona fide employee working solely for die
CONSULTANT. to solldt or secure dlls contract and chat he has not paid or agreed ID
pay any company or person other dm a bona ftde employee working solely far the
CONSULTANT any fee, commission. percemage fee. sifts or any other considerations
contingent upon or resulting from the award or malcin& of this contract. For breach or
violation of chis warranty, the CITY shaU have the right to annul this comract without
Dablllty.
13.0Termlnatldn. It Is expessly understood and agreed dm die CITY may 1ermlnate dus-
AGREEEMENT for any reason or no reason and without permla;y by eh:her decbnlng to
Issue Nodce ID Procead authorizing WORK. or, If a Nodce io Proceed Is iaued. CITY
may terminate dais AGREB1ENT by wr1tU!n nodce co CONSULTANT, and In elcher
evem the Cl'TY's sole obligation to die CONSULTANT shall be P11ffi4!11t for che work
previously authorized and perfonned In accordance wkh die provisions of dtls
AGREEMENT. Pqment shaU be deiemdned on the basis of die work perfonnecl by the
CONSULTANT up to the time of termlmmon. Upon termlnadon, die CITY shall be
endtled ID a refund of any monies paid for any period of drpe for which no work was
performed.
14.0 Imm This AGREEMENT shall remain In force umll the end of the term. which Includes
aD authorized renewals. or lDlless olherwlse terminated by die CITY. The term of this
agreement Is three (3) years from the Issuance of the Notice to Proceed and one two-
year opdon-co renew. The option to renew Is at die dlscredon of the City Manager.
The CITY mm}' wmtmne die comract wkhouc cause following 3~ days advanced nodce
ID the CONSULTANT. However, tn no event shall die term exceed five (5) years
followlng the lssaance of the Notice ID Proc:aed.
lS.0 Defiwlt. In the event either party falls co ~ply with the provisions of dds
AGREEMENT. die aafieved party may declare the other parq In default and notify
the defauhing party In wrhlng. If QTY ls In default. the CONSULTANT will only be
compensated for any completed professional services and CONSULT ANT shall not
be emtded to any consequential or delay damaies. In die event that partial payment
has been made for such professional services not completed, the CONSULT ANT
shall reaam such sums to the CITY widaln ten (10) days after notice that said sums
are due. In the event of any lidpdon between the parties arlslns out of or reladng In
any way ID this AGREEMENT or a breach thereof, aach party shall bear la own coses
and legal fees.
16.0 Insurance and lndamnlflcadon. The CONSULTANT agrees to comply with CITY's
Insurance and lndernnlftcadon requirements that are set forth In ATTACHMENT 1. to
chi.I AGREEMENT.
17.0 ~ Not Exduslye. Noddng In this AGREEMENT shall prevent 1he CITY from
employing other CONSULTANTS to perform the same or slmllar services.
18.0 Codes. Ordjnances and Laws. The CONSULTANT agrees to abide and be governed by
all duly promulpted and published munldpal, county, state and federal mdes,
ordinances, rules. reguladons and laws which have a direct bearing on the WORK
involved on this project. The CONSULTANT Is required t.o complete and sign all
affidavits. including Public Ent11¥ Crimes Affldavlt form (attached) punuant to FS
'1lfl. I 33(3) (a), as required by the CITY's sohdtation, If any, apphcable to this
Page5Jof66
Ylloma9'.Pepe
IGIIJl1016
137
66
99159
AGREEMENT.
19.0 Im!. CONSULTANT shall be responsible for payment of all federal, state, and/or
local axes related to the Work. induslve of sales taX if appJlcable.
20.0 POii Free Wprkgtace. CONSULTANT shall comply with CITY's Drug Free Workplace
pollcy whJch Is made a part of this AGREEMENT by reference.
21.0 lrulegendent CoQtl'ilClPr. CONSULTANT Is an Independent endty under this
AGREEMENT and nothing contained herein shall be construed to create a partnership.
Joint venture, or agency reladonshlp between the parties.
22.0 Duties and 8MponslbHides. CONSULTANT agrees to provide Its semces during the
term of this AGREEMENT In accordance with all applicab!e laws, rules, regumions, and
health and safety standards of the federal, state, and CITY, which may be applicable to
the senfce being provided.
23.0 Ugmses and Cerdftc;aJtons. CONSULTANT shall secure all necessary business and
~onal licenses at Its sole expense prior to executing the AGREEMENT.
24.0 ~nt. Modfflq,don, and Wn1 Effect This AGREEMENT constitutes the
entire agreement of the parties, Incorporates all the understandings of the parties and
supersedes any prior agreemems, understandings, represmmtlon or-n~an. written
or oral. This AG~ENT may not be modified or amended scept in wridng, signed
by both pardes hereto. This AGREEMENT sOmll be binding upon and inure to the benaflt
of the Chy of South Miami and CONSULT ANT and to their respective heirs, successors
and assigns. No modification or amendment of any terms or provisions of this
AGREEMENT shalH be valid or binding unless le comphes with this paragraph. This
AGREEMENT, In general, and this paragraph, in particular, shall not be modified or
amended by acts or omissions of the pardes. If this AGREEMENT was approved by
wrlaen resolution of the City Commission, or If such approwl is required by ordJnance
or the Ch¥ Charter, no amendment to this AGREEMENT shall be valid unless approved
by written resolution of die City Commission.
2S.O Jyr:y Triat. CITY and CONSULTANT knowingly. Irrevocably voluntarily and
intentionally waive any right either may have to a trial by jury In State or Federal Court
proceedlnp in respect to any action, proceeding, lawsuit or counterelaim arising out of
this AGREEMENT or me performance of the Work thereunder.
26.0 YalldllV of &ecuted Coples. This AGREEMENT may be executed In several
counterparts. each of which shall be constn.1ed as an original.
27.0 Rules of Interpretation; Throughout this AGREEMENT the pronouns that are used may
be substituted for male, female or neuter, whenever appllcabls and the singular words
substituted for plural and plural words subsdtuted for singular wherever appficable.
28.0 Severablht)'. If any term or provision of this AGREEMENT or the appllcadon chereof to
any person or drcumstance shall, to any eJrtent, be Invalid or unenforceable, the
remainder of this AGREEMENT, or the application of such term or provision to persons
or drcumstances other than those to which It is held Invalid or unenforceable. shall not
be affected thereby and each and every other term and provision of this AGREEMENT
shall be valld and enforceable to the fuDest extent permitted by law.
29.0 Cumulative Remedies: The duties and oblipdons imposed by the contract documents,
If any. and the rights and remedies available hereunder, and. In particular but whhout
limitation, the warranties, guarantees and obllpttons Imposed upon CONSULT ANT by
the Contract Documents, If any. and this AGREEMENT and the rights and remedies
avallable to the CITY hereunder, shall be In addldon 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 e>terdse any remedy reserved to It in this
Page34cf46
TllomaP.Pepe
IGIIJ/2016
138
67
100160
i
1
l
I
l
l
l
l
l
l
AGREEMENT, or eJCisdng In law or In equity, It shaO not be necessary to give nodce.
other lhan such nodca as ma~ herein expressly required. No remedy conferred upon
or reserved to any pan, hereto. or existing at law or In equity, shaO be exclusive of any
other available remedy or remedies, but each and every such remedy shall be cumulative
and shall be In addition io every other remedy. given under this AGREEMENT or
hereafter existing at law or In equity. No delay or omission to exercise any rf&ht or
power accruing upon any default shall Impair any such right or power or shall be
consrrued to be a waiver thereof, but any such right and power may ba exercised from
dme to dme as often as may be deemed expedlent.
30.0 Non-Walyer. CITY and CONSULTANT aaree that no failure io exercise and no delay
In exercising any right. power or privilege under this AGREEMENT on lhe pan of either
party shall open.ta as a waiver of any rlghr. power, or prlvllege 11nder chis AGREEMENT.
No waiver of dlls AGR&IENT. In whole or pan. indudJi,a the provisions of this
paragraph. may be bnpUed by any act or omission and will only be valld andl enforceable
If In wrklng and duly executed by each of the parties to this AGREEMENT. Ally waiver
of any mnn. conclldon or provision of lhls AGREEMENT wUI not consdane a waiver of
any other term. condition or provision hereof, nor wm a waiver of any breach of any
term. condldon or provision ccnsdulte a waiver of any subsequent or succeeding
breadt. The failure to enforce this AGREEMENT as to any pardcular breach or default
lhalJ not act as a waiver of any subsequent breach or default.
31 .o No Dlsqlmlnatlon and Equal Emplo.,anam; No acdon shall be taken by the
CONSULTANT, nor wlD it pennlt any acts or omissions which result In discrimination
against any person, Including employee or apphcant for employment on the basis of race,
creed. color, ethnicity, national orfaln. relfglon. age. sex. famlllal status. mariCal stacus,
ethnicity, sexual orlentadon or physical or mental disability as proscribed by law and
dm It wlD lake afflnnadve acdon CD ensure dm such dJscrlmlnadon does not take place.
The CONSULTANT shall cmnply with the Americans with Dlsabllldes Act and It wiO
take afllnnadve action to ensure chat such discrimination does not cake place. The City
of Solllh Miami's hiring praalces strive to comply with all applicable federal regulations
reprdlng employment eBglblltty and employment practices in general. Thus. all
Individuals and emides seeking to do work for the CITY are expeaed to comply with all
appDcable laws. aovemmental requirements and regula1lons. indudlng the reguladons of
the Unltad States Deparanent of Justice penalnlng to employment eligiblllty and
employment pracdces. By signing this AGREEMENT. the CONSULTANT hereby
cerdftes under penalty of perjury, to the CITY, Chat CONSULT ANT Is In compliance
with all applicable regulations and laws governing employment prracdces.
32.0 Ggyerning Laws. This AGREB'IENT and dte performance of services hereunder wlll be
governed by the laws of dte State of Florida. with exduslve venue for the resoludon of
any dispute being a court of competent }urlsdlcdon In Miami-Dade County, Rorlda.
33.0 Etrective Date. This AGREEMENT shall not become effecdve and binding undl it has
been executed by both parties hereto, and approved by the Oty Commission If such
approval is required by City's Charter, and the effective date shall be the date of its
execution by the last pany so .execudffl It or If Otv Commission approval is required
by the City's Charter, then the date of approval by Of¥ Commission. whichever Is
later.
34.0 Third Pan;x Beoefici;u:y. It is specifically understood and 31reed that no other
person or entity shafl be a third-party beneficiary hereunder. and that none of
provisions of this AGREEMENT shaD be for the benefit of or be enforceable by
VhamaF.Pcpe
IGll:l/2016
Paga55of66
139
68
101161
anyone other than the parties hereto, and that only the parties hereto shall have
any rights hereunder.
3S.0 Further Assurances. The parties hereto agree to execute any and all odter and further
documents as might be reasonably necessary In order to ratify, colrilrm, and effectuate
the Intent and purposes of this AGREEMENT.
36.0 Tune of Essence. Time Is of the essence of this AGREEMENT.
37.0 lnteqn'D11tign. This AGREEMENT shaH not be constrUed more strongly against either
party hereto. regardless of who was more responsible for Its preparation.
38.0 Fgrce M;JJeure. Neither party hereto shall be In default of Its f&llure to perfonn tu
obllptions under dals AGREEMENT If caused by acu of God, cMI commotion, strikes,
labor disputes, or governmental demands or requirements that could not be reasonab!r
• mnddpared and the effects avoided or mitigated. Each party shall notify the od\er of any
such occurrence.
39.0 Subc;qnfflledng If allowed by this AGREEMENT, the CONSULT ANT shall be as fully
responsible to tha CITY for the acts and omlaslons of Its subcontractors/subconsultants
~ ft Is for the acts and omissions of people directly employed by tt. All
subcontractors/subconsultants and their agreanents, If zllowed by this AGREEMENT,
must be approved by die CITY. The CONSUL TANT shmll requtre each subcomractor,
who Is approved by i:he CllY, to agree In the subcontract to observe and be bound by
aD obflpdons and condldons of dus AGREEMENT to which CONSULTANT ls bound.
40.0 Public Records: CONSULT ANT and all of Its subconnc:torS are required io comply
with the public records law (s.119.0701) while providing goods and/or services on behalf
of the CITY and the CONSULTAN1, under such conditions, shall Incorporate this
paragraph In ail of Its subcontracts for this Project. Under such condition.
CONSULT ANT and Its subcontractors are speclflcally required to: (a) Keep and
mainlain publ!c records required by the pubfic agency to perform the service; (b) Upon
request from the public agency's custodian of public records, provide the pad,Jlc agency
with a copy of the requested records or allow the records to be lnspecced or copied
within a reasonable dme at a cost chat does not mcceed the cost provided In dtls
chapter or as otherwise provided by law; (c) Ensure dmt pubbc records dlat are
exempt or confldential and eJtempt from public records dlsdosure requirements are not
dlsdosed except as authorized by law for die duradon of the contract term and
following compiedon 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 die contractor or keep and maintain
public n!tords required by the public agency to perform the service. If the connctor
transfers all public records to the public agency upon completion of the contract, the
contract0r shall destroy any duplicate public records that are exempt or confidential
and exempt from public records disclosure requlreme~ts. If the contractor keeps and
maintains IPUbftc records upon compledon of dte contraet. the conuaaor shall meet all
applicable requirements for retaining public records. All records stored electronically
must be provided to the public agency, upon request from the publlc agency's custodian
of public records, In a format that Is compatible wkh the lnformadon technology
systemS of the pubflc agency.
BF THE CONTRACTOR HA$ QUES1U)INII REGAfll!DIN@ YH!E
APPLICATION CF CHAPTER D Of, IPILORIDA STATUTESP TO THE
CONTRACTOR'S DUTY TO PR@VBDIE PUiiUC RECORDS REB.ATUNG TC
THIS CONTRACT0 CONTACT THI! CUSTODIAN OF PUBLIC RECORD$
AT 305-663-6340; E-ma!I: mum,nendn@southmlamlft.gov; , B 30 Sunset
Drive, South Miami, FL Jll I l@l.
41.0 Notjru. Whenever notice shall be required or permitted herein, It shall be
PageH of66
Yhomas F.-Pape
10/1312016
140
69
102162
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 mall, 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:
With copies to:
To CONSULTANT:
City Manager,
6130 Sunset Dr. •
South Miami, FL 33143
Tel: (305) 668-2510
Fax: (305) 663-6345
E-mail: salexander@southmlamifl.gov
City Attorney
6130 Sunset Dr.
South Miami, FL 33143
Tel: (305) 667-2564
Fax: (305) 341-0584
E-mail: tpepe@southmiamifl,gQY
42.0 Corporate Authority. The CONSULT ANT and its representative who signs this
AGREEMENT hereby certifies under penalty of perjury that the CONSULT ANT 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 CONSULT ANT
hereunder, and constitutes a valid and binding obligation enforceable in accordance with
Its terms, conditions and provisions.
RN WITNESS WHIERIEOF, this AGREEMENT was signed on or before the
date first above written subject to the terms and condldons set forth herein.
~ ~a,o S£t2'2At:rA-
A~ . . ·,' .·,
By. •. ~.-~,_~,;i.
-aria M. Menendez, C ;}
City Clerk (/
~e)
City
~
By.__,~~,:;__, __________ _
~ / Steven Alexander
_/ City Manager
Page 57 of 66
Thomas F. Pepe
10/13/2016
l
70
103163
kead and Approved as to form, language,
Legalli'/ and E>secudon thereof.
-~;~ By.-------------Thomas F. Pepe. Esq.
City Auamey
T'ilOlllllll F. Pepfl
SCI/IWI~
Pag&Hof46
142
71
104164
ADIDENlOUM TO PROFESSIONAL SERVICE AGREEMENT
"Professional General Engineering and Architectural Services''
RFQ #PW2016-22
The Oty and CONSULTANT agree that a separate rotational list will be dedicated for work
performed under a continuing professional service contract, as specified in the Scope of
Services, for "Certified Arborlsts Services," and a separate rotational list will be established for
all CCNA professional services. "Certified Arborists Services" is defined as:
e Certified Arborlst Services:
Consultant may be called upon to review all tree removal permit appllcatlons that are
submitted to ensure compliance with the regulations outlined in Section 20-4.5.1 of the
Oty's Land Development Code. The review includes the Initial slte 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 simllar Professional Services Agreements.
~
nglneerlng, Inc.
Ignacio Serralta/Presldent
(Name of Signatory)
Read and Approved as to Form, Language,
Legality and Execution thereof:
-·•7i?':-:., _L,,_/) By: _..-/ :>-,,-.,.-,,,;,-~7"~~
Thomas F. Pepe, Oty Attorney
~ ,-
By:-----------
/teven Alexander, City Manager
72
105165
n-nasP.Papa
IOIIJl2016
ATTACHMENT A
"C@MPEINlSATUOINI''
PR@IFESSIONAL SERVBCE A@RIEEMIEINJT
"ProfeulGlnzl Gdmlli"aB EnglneGtrrlns mnd ~ Senlcee''
RFQ#PW2816-ll
Page59of'6
1,43
73
106166
Professional General Engineering & Architectural Services RFQ #PW2016-22
Wage Rates Summary
Job Classification City of South Miami
Benchmark Hourly Rate
Principal $180.00
Sr. Project Manager $150.00
Project Manager $130.00
Senior Engineer $125.00
Senior Planner $125.00
Planner $85.00
Senior Traffic Engineer $125.00
Traffic Engineer $85.00
Senior Designer/Engineer $90.00
Designer $80.00
Engineering Intern $75.00
Senior CADD Technician $75.00
CADD Technician $65.00
GIS Technician $80.00
Senior Construction Inspector $90.00
Construction Inspector $75.00
Senior landscape Architect $125.00
Landscape Architect • $115.00
Landscape Architect Intern $70.00
Arborist $75.00
Utility Coordinator $90.00
Surveyor/ Mapper $85.00
Survey Technician $60.00
2-Man Survey Crew $115.00
3-Man Survey Crew $125.00
4-Man Survey Crew $135.00
Fire Protection Engineer $90.00
Plumbing Engineer $90.00
Mechanical Engineer $90.00
Electrical Engineer $90.00
Geotechnical Engineer $120.00
Geologist $90.00
Environmental Scientist $85.00
Senior Administrative Assistant $65.00
Clerical $45.00
74
107167
A TI .A~lrfllMl!f:NT. Ii
DINJIYRAINICE & DNIDEMINIDFHCAYOON RIEQIYO~!EMENlT$
IJIIRC!!=HSBO~ SEU&VICE AGU!M!l:N'il"
"fvofesl11lolllollff &Mrml IEnsfneerlng mnt9 AmtlblaurmB !Semcee»
lmFQ M'Wlll 6-22
1.010 Insurance
A Wimout llmJtlng la Uablllty, the conncter, consulrant or consulting firm (hereinafter
referred u, as "FfRM" with regard to Insurance and lndemnificadon requirements) shall
be required to proaare and maintain at its own mcpense during the life of the Contract,
Insurance of the types and In the minimum amoums mted below as wlll protect the
FIRM, from dalrns which may arise out of or resuk from the conll!'aCt or the
ll)el'formance of the comraa with the City of Soudl Miami, whether such clzlm Is
apinst the FIRM or any sub-contractor, or by anyone directly or Indirectly employed by
any of diem or by anyone for whose aas any of diem may be llabie.
B. No insurance requlrad by the CITY shall be lssuec!I 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 shaU
maintain the Insurance with a company or companies lawfully authorized to seU
Insurance fn the State of Aorida, on forms approved by die State of Florida. as wlll
protect the FIRM, at a minimum, from all claims as set forth below which may arise out
of or result from the FIRM's operadons under the Conn.a and for which the FIRM
may be legally liable. whether such operations be by the FIRM or by a Subccnnctor or
by anyone dlrecdy or indirectly employed by any of them, or by anyone for whose acts
any of them may be liable: (a) dalms under workers' compensatfon, dlsablllty benefit
and odler similar employee benefit acts which are apphcable u, the Work to be
performed: (b) claims for damages because of bodily injury, occupational sickness or
disease. or death of die FIRM's employees: (c) dalms 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 llablllty coverage; (e) claims for
damages, other than to the Work Itself, because of injury to or destruction of tangible
property, lnduding 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) dalms for bodily Injury or property damage
arising out of completed operations; and (h) claims Involving connctuaJ liability
Insurance appflcable to the ARM's obflgations under the Contract.
1.01 I Rem's losurancg Generali)', The FIRM shall provide and maintain In force and effect until
all the Work to be performed under this Contract has been completed and accepted by CITY
(or for such duration as Is otherwise specffied hereinafter), the Insurance coverage written on
Rorida approved forms and as set forth below:
1.0 I 2 Warkers' Compensation Insurance at the statutory amount as to all employees in
compliance with the 'Workers' Compensation Lawa of the State of Florida indudlng Chapter
440, Florida Statutes, _as presendy written or hereafter amended, and an applicable federal laws.
Page GO of66
Tllomms f. Pope
IOIIJ/2G16
145
75
108168
In addldon, che policies must lndude: Employers' UabUlty at the SWtatory coverage
amount. The FIRM shall funher Insure dlat all of Its Subcontracton maintain appropriate levcels
of Worker's Compensation Insurance.
D .013 Commerdal Comprehensiye General Yabfll\Y insurance widl broad form endorsemeu1t.
as well as automobile liablffty, compfetecB operations and products hablllq,, contracwal ltabillt)',
severabtfttr of ln1:erest with cross llabllliy provision, and personal lnlur,, and property damage
ltablllty with limits of $1,000,000 combined slngle llmJt per occurrence and $2,000,000
aggregate. Including:
0 Personal Injury: $1,000.000;
0 Medical Insurance: $5,000 per person:
0 Property Damage: $500.000 each occurrence;
1.014 Umbmfla Commercfal Comprehegwye General liabl)it)' 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 dalm and $2,000,000 Annual Afirepte. Cov~ must be afforded
on a form no more restrictive man the latest edition of the Comprehensive General Uabllh:y
policy, without restricttve endorsements. as filed by the Insurance Services Office. and must
indude:
(a) Premises and Operation
(b) Independent Concractors
(c} Products and/or Completed Operadons Huard
(cl) E:cpfoslon. Collapse and Underground Hazard Coverage
(e) Broad Form Property Damage
(f) Broad Form Comractual Coverage applicable to dtls specific: Contract. Including any
hold harmless and/Oi" indemnlflcadon agreement.
(g) Personal Injury Coverage with Employee and ContractUal bclusions removed, with
minJmum llmlu of coverage equal to those required for Bodily Injury Liability and
Property Damage Uabitrty.
1.015 Bustness Aummoblle UabHIJ¥ with minimum hmla of One MIiiion Dollars
($1,000.000.00) plus an addldonal One Mllhon Dollar ($1,000,000.00) umbrella per occurrence
combined slngle limit for Bodily ln)ury Uablnty and Property Damage Uablhi¥. Umbrella
coverage must be afforded on a form·no more restrictive than the latest edition of 1he Business
Automobile Uablfity pollcy, without restrictive endorsements, as flied by with the state of
Florlda. and must include:
(a) Owned Vehldes,
(b) Hired and Non-Owned Vehldes
(c) Employers' Non-Ownership
1.016 SUBCONTRACTS; The FIRM agrees that If any pan of the Work under the Contract Is
· sublet, che subcontract shall contain the same Insurance provision as required by of the Firm,
other than the Rre and Extended Coverage Insurance and substituting the word Subcontractor
for dte word FIRM and substituting the word FIRM for CITY where appDcable.
1.017 Bee and ExJeoded Coveow; Insurance (BuHders' Risk), IE APPUCABLE;
C. In the event that dtis contract involves the construcdon of a structure, the FIRM shall
maintain, with an Insurance Company or Insurance Companies acceptable to dte CITY,
•aroad 11 form/All Risk Insurance on buildings and strUCtUres. Including Vandalism &
Malidous Mischief coverage, while In the course of constrUcdon, lncludlng foundations.
additions. attachments and aD permanent fixtures belonging to and consdtutlng a part of
PapGI of66
lbomm F. Pepe
IOIIJIJOH
148
76
109169
said buildings or structUres. The pohcy or poUcies shall also cover machlnesy. If die cost
of machinery Is Included In the Convact. or If the machinery Is located in a bulldlng that
Is being renovated by reason of dlls contract. The amount of lnsunnce must, at all
times, be at least equal to the replacement and aaual cash value of the Insured
propenr. The poDcy shall be In die name of che CITY and the Firm. as dteir lnuirest
may appear. and shall also cover the interests of all Subcontractors performing Work.
D. All of the provisions set forth In MlscefJaneous secdon herein below shaD apply to this
coverage unless It would be dearly not applicable.
1.018 Mlscellanaous;
F. If any notice of cancellation of lnsunnce or change In covenge Is Issued by the
Insurance company or should any lnsunnce have an expiration date that wlll occur
during the period of mis contraet, the ARM shall be responsible for securing o1her
auepmble lnsunnce prior to such cancelladon. c:hanp. or mcplmlon so as to provide
continuous cownge as specffled In dlls section and so as to maintain coverage durins
die life of lhls Contract.
G. AD deduc:61es must 1be dac:lared by the FIRM and must be approved by the CITY. At
che opdon of the CITY, either die FIRM shall ellmlnate or reduce such deductible or
the FIRM shall procure a Bond, In a form smdsfactory to the CITY covering die same.
H. The pohdes shall contain waiver of subrogadon against CITY where applicable. shall
mq:,ressly provt~ chat such pollcy or polldes are primary over any other coDectlble
Insurance 1hat CITY may have. The CITY reserves die right at any time u, request a
copy of the required policies fer review. All poDdes shall comaln a "severablllty of
lrarest" or 11cross llablllty'• clause without obliP1fon for premium payment of die CITY
as weD as contractUal 1Jabilh¥ provision covering the FIRM'S duty to indemnify die City
as provided In this Agreement.
I. Befora starting die Work. lhe FIRM shall deliver to the CITY certificates
of such Insurance, acceptablle to die CITY, as well as the ~nsurance binder, If one Is
Issued, the Insurance pollcy. Including the declaration page and all applicable
endorsemena and provide the name. address and telephone number of the Insurance
a,ent or broker through whom die poltq, was oblalned. The Insurer shall be rated
AVII or better per AM. Best's Key Rating Gulde, latest edition and auchorized to issue
Insurance In the State of Florida. All Insurance pobcles must be written on forms
approved by the State of Florida and they must remain In full force and effect for the
dura11on of die contract period with the CITY. The FIRM may be required by che CITY,
at its sole dlscredon. to provide a "certified copy'' of ~e Policy (as defined In Ardde I
of this document) which shall lndude the declaration page and all required
endorsements. In addidan, the FIRM shall. deliver. at the time of del"ivery of the
Insurance certificate, die following endorsements: •
(3) a policy provision or an endorsement with subnamlall)' similar provisions as
follows:
Thomall F. Pepe
IG/fJIJOl6
"The Cit¥ of South Miami is an additional Insured. The Insurer shall pay all sums
that the Ciq of South Miami becomes legally obftgated to pay as damages
because of 'bodily Injury•, 'property damage' , or '"personal and advertising
Injury'' and It will provide to the City all of die coverage chat Is qp!cally provided
under the standard Florida approved forms for commercial general liability
coverage A and coverage B":
Page61of66
147
77
110170
(4) a policy provision or an endorsement with substantially similar provisions as
follows:
"This policy shall not be cancelled ~ndudlng c:ancelladon for non-payment of
premium). terminated or materially modified without first giving the City of
South Mlaml ten (10) days advanced written nodce of the Intent to materially
modify the policy or to cancel or terminate the poficy for any reason. The
noiificatlon shalll be delivered to the City by cerdfled mal~ with proof of delivery
to the City."
J. If the FIRM ls providing professional semces, such as would be provided by an
ardtitect. engineer, aaomey, or accountant, to name a few, then In such event and In
addition to the above requirements. the RRM shall also provide Professional UabHlty
Insurance on a Aorlda approved fonn In the amount of $1,000,000 with deductible per
claim if any, not to aceed 5% of the llmlt of llabUlty providing for all sums which ¢he
ARM shall become lep!Jy obligated to pay as damages for dalms arising out of the
services or work perfonnad by die FIRM Its agents. representatives. Sub Contractors
or assigns. or by any person employed or retained by him tn c:onnecdoo wtch this
Agreement. This Insurance shall be maintained for four years after completion of the
constrUcdon and acceptanee of any Project covered by chis Agreement. However, the
FIRM may purchan Specific Prolect Professional Liability Insurance. In the amount and
under the terms specified above. whldti Is also acceptable. No insurance shall be issued
by a surplus Ones carrier unless authorized In wridng by the city at the dty's sole.
absolute and unfettered discretion.
G. The Finn accepts and voluntarily Incurs an 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 neallgence or other fault of the Arm or anyone acting through or on behalf of the
Arm.
H. The Firm shall indemnify, defend, save and hold CITY, Its officers, affillaw, employees,
successors and assigns, harmless from any and aD damages, dalms, llablllty, losses,
claims. demands. suks. floes. ludgments or cost and mq,enses. Including reasonable
attorney's fees, paraJegaJ fees and Investigative costs Incidental there to and incurred
prior to, during or following any lltipdon, 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 dalms for
injury to, or death of any person or persons and for the loss or damage to any property
arising out of a negllgent error, omission, misconduct, or any grass negligence,
intentional act or harmful conduct of the Firm, Its contractor/subcontraetor 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. lnddent to It, or
resuldng from the performance or non-performance of the Firm's obligations under this
AGREEMENT.
I. The Ann shall pay all dalms. losses and expenses of any kind or nature whatsoever, In
connection therewith, including the expense or loss of the CITY and/or its affected
Page4>3 ofM
Thomml F. Pepe
IOll31JOl6
148
78
111171
officers. afflliales. employees. successors and asstans. lndudlna their aaomey's fees. In
the defense of any acdon In law or equity brought aplnst them and arising from che
neglgant en-or, omission, or act of the Firm. hs Sub-Contractor or any of chair apnt.s,
representadves, employees. or assigns. and/or arising out of. or lnddent to, chis
Agreement. or lnddent to or resulting from die perfonnance or non-performance of
the Firm's obUgatlons under chis AGREEMENT.
J. The Finn agrees and recoplzes chat nelcher the CITY nor Its officers. afflllates.
employees. successors and asslp shall be held Uable or responsible for any dalms,
lndudl1t1 the costs and expenses of defending such dalms which may result from or
arise out of actions or omissions of Iha Firm, Its co,1tractor/subcomractar or any of
their agents, representatives, employees. or assigns, or anyone acting through or on
behalf of the them, and arising out of or concernJn& lhe work or event lhat Is occurring
on the CITY's property. In reviewing. approving or reJecdng any submissions or acts of
die Firm, CllY In no way assumes or shares responslblhty or llabll!CJ for the acts or
omissions of die •
Firm. Its contraaor/subcontractor or any of their agems. represenlatives, employees.
or anlps. or anyone acting chrouah or on behalf of them.
K. The Finn has die duty to provide a defense with_ an auomey or law flnn approved by
the CIIJ of South Miami; which approval wlU not be unreasonably withheld.
L However. u to design professional contracts. and pursuant to Secdon 725.08 (I),
Florida Scmnes. none of che provisions set fonh herein above that are In confl1ct w11h
chis subpar11r3ph shall apply and this subparagraph shall set forth che sole
responslblJJty of die design professional concerning Indemnification. Thus. die design
professlonars obllpdons as to che City and la qendes, as well as to its officers and
employees. Is to Indemnify and hold them hannless from llabUhles. damages. losses,
and coses. lncludllll, but not limited to, reasonable auomeys' fees. to die extent
caused by the negbgence, recklessness, or lnll!lltlonaJly wrongful conduct of the design
professional and ocher persons employed or utilized by the design professional In the
performance of the contract.
TllomalF.Pepe
IO/IIIJOl6
THIS IS INCWDED IN THE GENERAL CONDITIONS
END OF SECTION
Page64of66
149
79
112172
RESOLUTION NO.: 056-22-15809
A Resolution authorizing the City Manager negotiate and execute a Professional Service
Agreement provided under Florida Statute 287.055 Consultant's Competitive
Negotiation Act "CCNA", with SRS Engineering, Inc., EXP U.S. Services Inc., Stantec
Consulting Services Inc., Calvin, Giordano & Associates, Inc., M&J Engineering P.C., and
Kimley-Horn and Associates, Inc., for general engineering services on an as needed basis.
WHEREAS, the City Mayor and Commission wish to negotiate and execute for general engineering
and architectural services on an as needed basis and on a rotation basis ; and
WHEREAS, in accordance with Florida Statute 287 .055, "Consultants Competitive Negotiation
Act." (CCNA), the City issued a Request for Qualifications (RFQ) to retain qualified consultants to provide
various professional and general engineering and architectural services, on a rotational and as needed
basis; and
WHEREAS, a Selection Committee comprised of City staff, rev iewed the proposals received and is
recommending, based on the final scores and ranking, six (6) firms for the Contract Negotiations phase o f
the process required by the CCNA; and
WHEREAS, it was noted that two Respondents tied in ranking order, EXP U.S. Services Inc., and
Stantec Consulting Services Inc., at 2.33; and
WHEREAS, due to the number of proposals received (21), the Selection Committee is recommending
six (6) Respondents for Contract Negotiations phase of the CCNA process and execution of professional service
agreement; and
WHEREAS, the Mayor and City Comm iss ion wish to authorize the City Manager to negotiate and
execute the professional service agreements.
WHEREAS, the Professional Service Agreement with the firms shall be for a term of three (3) years
and providing the City Manager with sole discretion to renew the agreement for one (1) two (2) year
renewal. The maximum term of any one contract, if the City Manager decides to renew it, will be five (5)
consecutive years. The expenditures related this contract will be charged to the Capital Improvements
Program Accounts on an as needed basis.
NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS OF THE CITY OF
SOUTH MIAMI, FLORIDA:
Section 1. The foregoing recitals are hereby ratified and confirmed as being true and they are
incorporated into this resolution by reference as if set forth in full herein.
Section 2. The City Manager is hereby authorized to negotiate and execute a non-exclusive multi-
year contract with the firms selected for professional surveying , studies, engineering, and architectural
services for construction projects in accordance with Section 287.055 , "Consultants Competitive
Negotiation Act" on a rotational and as needed basis . The term of each contract will be three (3) years
and the City Manager will have an option to renew each contract for one (1) two (2) year term . A copy of
Page 1 of 2
113173
Res. No. 056-22-15809
a draft of the contract is attached. The contract may be amended in the event that the City Attorney finds
that it is in the best i nterest of the City and that it complies with the CCNA process. The expenditures
rela t ed these contracts will be charged to the Capital Improvements Program Accounts.
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 shall not affect
the validity of the remaining portions of this resolution.
Section 5: Effective Date: This resolution shall become effective immediately upon adoption.
PASSED AND ADOPTED this 3rd day of May, 2022.
READ AND APPROV ED AS TO FORM,
LANGUAGE, LEGALITY, AND EXECUTION
THEREOF ~o z ~
Page 2 of 2
APPROVED:
COMMISSION VOTE:
Mayor Philips:
Commissioner Harris:
Commissioner Gil:
Commissioner Liebman:
Comm i ssioner Corey:
5-0
Yea
Yea
Yea
Yea
Yea
174
RESOLUTION NO.: 056-22-15809
A Resolution authorizing the City Manager negotiate and execute a Professional Service
Agreement provided under Florida Statute 287.055 Consultant's Competitive
Negotiation Act "CCNA", with SRS Engineering, Inc., EXP U.S. Services Inc., Stantec
Consulting Services Inc., Calvin, Giordano & Associates, Inc., M&J Engineering P.C., and
Kimley-Horn and Associates, Inc., for general engineering services on an as needed basis.
WHEREAS, the City Mayor and Commission wish to negotiate and execute for general engineering
and architectural services on an as needed basis and on a rotation basis ; and
WHEREAS, in accordance with Florida Statute 287 .055, "Consultants Competitive Negotiation
Act." (CCNA), the City issued a Request for Qualifications (RFQ) to retain qualified consultants to provide
various professional and general engineering and architectural services, on a rotational and as needed
basis; and
WHEREAS, a Selection Committee comprised of City staff, rev iewed the proposals received and is
recommending, based on the final scores and ranking, six (6) firms for the Contract Negotiations phase of
the process required by the CCNA; and
WHEREAS, it was noted that two Respondents tied in ranking order, EXP U.S. Services Inc., and
Stantec Consulting Services Inc., at 2.33; and
WHEREAS, due to the number of proposals received (21}, the Selection Committee is recommending
six (6) Respondents for Contract Negotiations phase of the CCNA process and execution of professional service
agreement; and
WHEREAS, the Mayor and City Comm ission wish to authorize the City Manager to negotiate and
execute the professional service agreements.
WHEREAS, the Professional Service Agreement with the firms shall be for a term of three (3) years
and providing the City Manager with sole discretion to renew the agreement for one (1) two (2) year
renewal. The maximum term of any one contract, if the City Manager decides to renew it, will be five (5)
consecutive years. The expenditures related this contract will be charged to the Capital Improvements
Program Accounts on an as needed basis.
NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSIONERS OF THE CITY OF
SOUTH MIAMI, FLORIDA:
Section 1. The foregoing recitals are hereby ratified and confirmed as being true and they are
incorporated into this resolution by reference as if set forth in full herein.
Section 2. The City Manager is hereby authorized to negotiate and execute a non-exclusive multi-
year contract with the firms selected for professional surveying, studies, engineering, and architectural
services for construction projects in accordance with Section 287 .055, "Consultants Competitive
Negotiation Act" on a rotational and as needed basis . The term of each contract will be three (3) years
and the City Manager will have an option to renew each contract for one (1) two (2) year term . A copy of
Page 1 of 2
175
Res. No. 056-22-15809
a draft of the contract is attached. The contract may be amended in the event that the City Attorney finds
that it is in the best i nterest of the City and that it comp lies with the CCNA process. The expenditures
rela t ed these contracts will be charged to the Capital Improvements Program Accounts.
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 he ld invalid or unconstitutional by a court of competent jurisdiction , the holding shall not affect
the validity of the remaining portions of this resolution.
Section 5: Effective Date: This resolution shal l become effective immediately upon adoption.
PASSED AND ADOPTED this 3rd day of May, 2022.
READ AND APPROV ED AS TO FORM,
LANGUAGE, LEGALITY, AND EXECUTION
Page 2 of 2
APPROVED:
COMMISSION VOTE:
Mayor Philips:
5-0
Yea
Commissioner Harris: Yea
Commissioner Gil: Yea
Commissioner Liebman : Yea
Commiss i oner Corey: Yea