Loading...
Res No 164-24-16269RESOLUTION NO. 164-24-16269 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING THE PROPOSAL AND PROJECT WORK/PURCHASE ORDER WITH EXP US SERVICES, INC. TO PROVIDE ADDITIONAL DESIGN SERVICES FOR THE MANOR LANE CULVERT REPLACEMENT AT SW 64TH COURT OVER TWIN LAKES CANAL RELATING TO THE RELOCATION OF MIAMI-DADE COUNTY WATER MAIN FACILITIES IN AN AMOUNT NOT TO EXCEED $20,880; AUTHORIZING EXPENDITURES OF FUNDS; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, SEVERABILITY, AND AN EFFECTIVE DATE. WHEREAS, in accordance with Section 287.055, Florida Statutes, known as the Consultants Competitive Negotiation Act (CCNA), on May 3, 2022, the City of South Miami (the “City”) adopted Resolution No. 056-22-15809, authorizing the City Manager to negotiate and execute a Professional Services Agreement (the “Agreement”) with EXP US Services, Inc. (the “Consultant”) to provide professional engineering services on a continuing, as-needed, basis, as one of various firms selected by the City Commission pursuant to RFQ No. PW2022-03; and WHEREAS, on June 6, 2023, the City Commission adopted Resolution No. 067-23- 16000, approving a proposal and project work/purchase order for the provision of design services (the “Services”) for the Manor Lane Culvert Replacement at SW 64th Court over Twin Lakes Canal (“Project”); and WHEREAS, during the performance of the Services for the Project, the Miami-Dade County Water and Sewer Department (“WASD”) provided the location of their existing water main facilities, which showed a conflict with the proposed Project design; and WHEREAS, after conducting subsurface underground engineering, the Consultant confirmed that a conflict between the existing water main facilities and the proposed Project existed and the water main facilities would need to be relocated and protected to satisfy minimum cover requirements specified by WASD; and WHEREAS, the Consultant has provided a proposal, attached hereto as Exhibit “A” (the “Proposal”), for the provision of additional engineering services to design the relocation of the water main facilities as part of the Project (the “Additional Services”) in the amount of $20,880.00; and WHEREAS, the City Commission desires to approve the Consultant’s Proposal, attached hereto as Exhibit “A,” to provide the Additional Services for the Project, and authorize the City Manager to issue and execute a Project Work/Purchase Order, in substantially the form attached hereto as Exhibit “B,” with the Consultant in an amount not to exceed $20,880.00; and Document ID: 1fbf7d986d22ac75521cec88f65419e8a217cf0e723879e926f784931528d989 Resolution No. 164-24-16269 Page 2 of 3 WHEREAS, the cost of the Additional Services will be charged to the Capital Improvement Program Fund Account No. 301-1790-519-6450, which has a balance of $6,263,295.70 prior to this request, or such other funding source(s) as determined by the City Manager to be in the best interests of the City; 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, AS FOLLOWS: Section 1. Recitals. The above-stated recitals are true and correct and are incorporated herein by this reference. Section 2. Approval and Authorization. The City Commission approves the Consultant’s Proposal, attached hereto as Exhibit “A,” and authorizes the City Manager to issue a Project Work/Purchase Order, in substantially the form attached hereto as Exhibit “B”, to the Consultant to provide the Additional Services for the Project in an amount not to exceed $20,880.00. The cost of the Additional Services will be charged to the Capital Improvement Program Fund Account No. 301-1790-519-6450, which has a balance of $6,263,295.70 prior to this request, or such other funding source(s) as determined by the City Manager to be in the best interests of the City Section 3. Implementation. The City Manager is hereby authorized to take any and all action necessary to implement this Resolution and the Project Work/Purchase Order. 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 November, 2024. ATTEST: APPROVED: CITY CLERK MAYOR Document ID: 1fbf7d986d22ac75521cec88f65419e8a217cf0e723879e926f784931528d989 Signer ID: F1HZYBLO13...Signer ID: LHLQYXFA13... Resolution No. 164-24-16269 Page 3 of 3 READ AND APPROVED AS TO FORM, COMMISSION VOTE: 5-0 LANGUAGE, LEGALITY AND Mayor Fernández: Yea EXECUTION THEREOF Vice Mayor Bonich: Yea Commissioner Calle: Yea Commissioner Liebman: Yea Commissioner Corey: Yea WEISS SEROTA HELFMAN COLE & BIERMAN, P.L. CITY ATTORNEY Document ID: 1fbf7d986d22ac75521cec88f65419e8a217cf0e723879e926f784931528d989 Signer ID: MVRKNH6T13... Agenda Item No:1. City Commission Agenda Item Report Meeting Date: November 4, 2024 Submitted by: Aurelio Carmenates Submitting Department: Public Works & Engineering 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 EXP US SERVICES, INC. TO PROVIDE ADDITIONAL DESIGN SERVICES FOR THE MANOR LANE CULVERT REPLACEMENT AT SW 64TH COURT OVER TWIN LAKES CANAL RELATING TO THE RELOCATION OF MIAMI-DADE COUNTY WATER MAIN FACILITIES IN AN AMOUNT NOT TO EXCEED $20,880; AUTHORIZING EXPENDITURES OF FUNDS; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, SEVERABILITY, AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PUBLIC WORKS & ENGINEERING) Suggested Action: Attachments: Memo-Manor_Ln_culvert_WM_conf10-18-24__1_.docx 49W6658-Resolution_Approving_Project_Work_Order_with_EXP_US_for_Design_Changes_for_Manor_Lane_Culvert _Relocation.docx Exhibit A - Manor Lane WASD Pipe Relocation_101124.pdf 49W6927-Project Work Order - EXP US - Additional Design Services Manor Lane Water Main Relocation CAv2 tion.DOCX Res No 067-23-16000.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:Monday, November 4, 2024 SUBJECT:Additional Design Services,due to a water Main conflict,for the Manor Lane Culvert Replacement at SW 64th Ct over Twin Lakes Canal RECOMMENDATION:Approve the proposal and project work/purchase order with EXP US Services, Inc. (the “Consultant”) for an amount not to exceed $20,880 to provide additional design services to relocate an existing water main which currently conflicts with the proposed design for the replacement of the Manor Culvert at 64th Court over the Twin Lakes Canal. BACKGROUND:On June 6, 2023, the Mayor and Commission adopted Resolution No. 067- 23-16000 approving the proposal and project work/purchase order with EXP U.S. Services Inc., to provide design services for the Manor Lane Culvert design replacement at 64th Court over the Twin Lakes Canal. During the design process, utility coordination was conducted,and Miami- Dade Water and Sewer Department (MDC-WASD)provided the location of their existing water main facility which showed conflict with the proposed design for the culvert. A subsurface underground engineering was conducted with test holes,and it confirmed the conflict between the existing water main and the proposed design for the Manor Lane culvert replacement. The existing water main facility will have to be relocated and protected to satisfy minimum requirements specified by MDC-WASD. It was requested that the Consultant provide a proposal for additional design services to relocate the existing water main currently in conflict with the proposed design for the replacement of the Manor Culvert at 64th Court over the Twin Lakes Canal. The additional work required to relocate the existing water main, will require the project schedule to be extended by 21 weeks with a projected completion date of April 15th, 2025, contingent on County review process and pending no other unforeseen conditions. EXP U.S. Services Inc., is one of six firms selected by Resolution No. 056-22-15809, to provide professional service agreements for engineering services on an as-needed basis in accordance with Florida Statute 287.055, “Consultants Competitive Negotiation Act.A proposal was received from the Consultant for the Services in the amount of 2 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM $20,880 attached hereto as Exhibit “A” and was found to be comprehensive and cost effective in its approach Staff recommends that the proposal from EXP U.S. Services Inc., dated October 11, 2024, be approved to provide additional design services to relocate the existing water main currently in conflict with the proposed design for the replacement of the Manor Culvert at 64th Court over the Twin Lakes Canal. VENDOR &EXPENSE:EXP U.S. Services, Inc. Proposal/contract amount not to exceed $20,880 FUND &ACCOUNT:Amount not to exceed $ 20,880.Please refer to the consultant contract and fee schedule. The expenditure shall be charged $20,880 to the Capital Improvement Program Fund account number 301-1790-519-6450 which has a balance of $6,263,295.70 prior to this request. ATTACHMENTS:Resolution Resolution 067-23-16000 Resolution 056-22-15809 Proposal – EXP U.S. Services Inc., dated 10/11/2024 (Exhibit “A”) 3 201 Alhambra Circle, Suite 800, Coral Gables, FL 33134 USA 305.631.220 | exp.com October 11th, 2024 Aurelio Carmenates, P.E. City of South Miami Capital Improvement Program Project Manager 6130 Sunset Drive Miami, FL 33143 EXP US Services Inc. proposes to provide the services (Manor Lane WASD Pipe Replacement) identified below pursuant to the Professional Services Agreement provided by the City of South Miami (“City”) for Professional General Engineering and Architectural Services, dated May 3, 2022. I. General The Manor Lane Culvert Replacement Project will replace the existing 13’ culvert in-kind with a corrugated metal pipe and concrete headwalls. The existing roadway over the culvert will also be reconstructed and replaced in-kind. During the design process, utility coordination was conducted and MD-WASD provided the location of their existing water main facility which currently conflicts with the proposed design for the culvert. Subsurface utility engineering (SUE) was conducted with a test hole and the existing water main was found at 2.66 feet below the surface placing it in direct conflict with the proposed culvert (Refer to TEST HOLE EXHIBIT 1), therefore, the existing water main facility will have to be relocated and protected to satisfy the 3 foot minimum cover requirement specified by WASD (Refer to WATER MAIN CONFLICT EXHIBIT 2). As a result of the additional work required to relocate and redesign the WASD water main, the overall project delivery schedule has been revised with a projected completion date of April 15th, 2025 (Refer to SCHEDULE OF DELIVERABLES EXHIBIT 3). II. Scope of Work Task 1 – Schematic Design Consultant shall perform the following: • Propose the horizontal layout of approximately 100-LF of 6” DIP water main as needed to replace the existing mains which will conflict with the proposed culvert. • Generate schematic plans which are anticipated to include existing conditions, demolition, and utilities plans with preliminary notes. NOT TO EXCEED for the scope of services detailed above is……………………….….…………….....…$4,980.00 Task 2 – Design Development Consultant shall perform the following: 7 2 • Finalize the horizontal layout of approximately 100-LF of 6” DIP water main as needed to replace the existing mains which will be in conflict with the proposed culvert and develop vertical design to accommodate required cover. • Schedule and prepare minutes for permitting meetings for the following agencies having jurisdiction (AHJs) over the scope of work of this project: o WASD o Florida Department of Health (FDOH) Miami Dade County • Generate design development phase plans which are anticipated to include existing conditions, demolition, utilities, and stormwater pollution prevention plans with sufficient sections and details for preliminary pricing. LUMP SUM for the scope of services detailed above is………………………………….…….……….……. $4,980.00 Task 3 – Construction Documents Consultant shall perform the following: • Identify and label all utility crossings between replaced portions of 6” DIP water main. • Generate construction documents phase plans which are anticipated to include existing conditions, demolition, utilities, water main profile, and stormwater pollution prevention plans with sufficient details, sections, and notes to permit and construct the project. LUMP SUM for the scope of services detailed above is………………………………….…….……….……. $4,980.00 Task 4 – Permitting and Bidding Assistance • Upon client authorization, consultant shall prepare permit application packages (inclusive of plans, calculations, and application forms) to the following agencies having jurisdiction (AHJs) over the scope of work of this project: o WASD o DTPW o Florida Department of Health (FDOH) Palm Beach County • Consultant shall review and respond to comments submitted from the above agencies as needed to obtain permit approvals. • Approved plans shall be considered as final plans for construction; changes following approval of Building Department permit/approval and other AHJ permits as listed above shall be rendered as an additional service. • Consultant shall attend one pre-bid meeting with prospective bidders for the construction of the project. 8 3 • Consultant shall review questions submitted by potential bidders for the construction of this project. LUMP SUM for the scope of services detailed above is …………………………….………………..............$5,940.00 III. Subconsultants ` The below listed subconsultants will assist in the performance of the Work. Subconsultant Name Specialty or Expertise N/A N/A IV. Schedule of Work – Time of Performance The anticipated length of service for Tasks 1-4 shall be 21 weeks commencing after the Notice to Proceed. Consultant shall submit the Deliverables and perform the Work as depicted in the table below. SCHEDULE OF DELIVERABLES FOR WASD PLANS (ASSUMED NTP 10/29/24) Task or Activity ID# Major Task, Sub-Task, Activity, or Deliverables Duration Delivery Date 1 Schematic Design (60%) NTP + 10 weeks Design relocation 6” water main 2 weeks Submit plans to WASD though eBuilder for review 4 weeks Add Comments 2 weeks Submit Plans to DOH 2 weeks 2 Design Development (90%) NTP + 17 weeks 90% Culvert Analysis and Design/Structural Analysis and Design 3 weeks Review by the City and Miami Dade County 4 weeks 3 Construction Documents (100%) 2 weeks NTP + 19 weeks 4 Permitting and Bidding Assistance 2 weeks NTP + 21 weeks Deliverables: At the completion of each task, EXP will provide to the City all files associated with each deliverable to include drawings files in DWG and PDF formats. V. Compensation 9 4 Consultant shall perform the work detailed in this Proposal for a Total fee of twenty thousand eight hundred eighty and 00 cents ($20,880.00). The City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation beyond this amount unless approved in a supplemental work order. SUMMARY OF COMPENSATION Task or Activity ID # Task Name and/or Activity Description Fee Amount Fee Basis 1 Schematic Design $4,980.00 Not To Exceed 2 Design Development $4,980.00 Not to Exceed 3 Construction Documents $4,980.00 Not to Exceed 4 Permitting and Bidding Assistance $5,940.00 Not to Exceed Subtotal: $20,880.00 Principal’s Fee $0 Total: $20,880.00 VI. Exclusions from Basic Services • No environmental contamination or protected species are assumed to be within the project area that would impact project design in any way. • All details and specifications required to construct the project shall be included in the plans; a project specific specification book will not be generated for the disciplines included in this proposal. • Project Contractor shall be responsible for obtaining dewatering permits as required. • Project Contractor shall be responsible for obtaining all required Right-of-Way permits from the applicable agencies. • Project Contractor shall be responsible for developing all required maintenance of traffic (MOT) and phasing plans in accordance with AHJ requirements as needed. • Project Contractor shall provide all record drawings/as-builts for the proposed project scope signed and sealed by a professional surveyor licensed in Florida and provide to EXP as needed for closeout. • Design of any utilities over than what is explicitly described above is not included. • Surveying, environmental engineering, structural engineering is not included. 10 5 • Preparation of dewatering plans, calculations, and permit applications is not included. • Preparation of a cost estimate/engineer’s opinion of probable construction cost is not included. • Plan revisions following receipt of permit approvals from agencies listed in the above government permitting assistance task shall be rendered as an additional service upon request of Client. • Requests for permit extensions or revisions shall be rendered as an additional service upon request of Client. • EXP assumes all information provided by the Client can be relied upon in the performance of professional services. If actual requirements or conditions are found to be different from the assumptions above, EXP will submit a supplemental scope of service and fee for any additional work that may be required to the Client for consideration prior to performing said service. VII. Additional Services Additional services and unforeseen circumstances beyond established scope shall be negotiated in good faith and at the sole discretion of the City. VIII. City Furnished Documents & Data The following information or documents are to be provided by the City, if available: As-built information including geotechnical information, control and topographic survey. 11 6 IX. Project Manager Consultant’s Project Manager for this Project will be Rey Abreu, EI Submitted by: ______________________________________ Jose Santiago P.E. Municipal Senior Manager EXP US Services Reviewed and approval in concept recommended by: Department Director Procurement Manager City Manager 12 Created 2024-06-28 14:21:01 UTC by Kurt Vrchota Updated 2024-06-28 14:32:17 UTC by Kurt Vrchota Location 25.69897092562799, -80.29774294924664 Status Water Start Time 10:21 Test Hole Number 3 Utility Owner MDWASD Client Name . Date of Work 2024-06-28 Before Photos 33 Site DataSite Data BeforeBefore Page: 1 of 7 EXHIBIT 1 TEST HOLE 13 Page: 2 of 7 14 SUE Crew KV JG Vehicle Number Other Address 6461–6469 Manor Ln South Miami, FL 33143 Station and Offset . Surface Type Natural Ground Surface Thickness 0, N/A Soil Conditions Wet Dirt, Rocky Type of Utility Water Size of Utility 6” Material of Utility Ductile Iron Type of Marker Rod & Cap Marked Over Center Line Top of Utility Measurement 2.66 Address/ Nearest AddressAddress/ Nearest Address Hole DataHole Data Cut MeasurementsCut Measurements Page: 3 of 7 15 Board Photos Cross Sectional View Attachments [{"name"=>"IMG_9966.HEIC", "attachment_id"=>"37f5637e-61c8-4c7e-9be2- 1b2d2ca80119"}] Down Hole Photos Page: 4 of 7 16 Offset Direction to Edge of Pavement (Facing N or E) Right Offset Measurement 7 After Photos Offset MeasurementsOffset Measurements Site TasksSite Tasks AfterAfter Page: 5 of 7 17 Page: 6 of 7 18 Time Completed 10:24 Signature Signed 2024-06-28 14:24:08 UTC Page: 7 of 7 19 EXHIBIT 2 WATER MAIN CONFLICT 20 EXHIBIT 3 SCHEDULE OF DELIVERABLES SCHEDULE OF DELIVERABLES (Manor Lane Culvert) Task or Activity ID# Major Task, Sub-Task, Activity, or Deliverables Duration Delivery Date 1 Data Collection (Geotechnical + Survey) Completed 11/08/23 A 2,3,6,7 60% Culvert Analysis and Design/Structural Analysis and Design Completed 3/7/24 A Review by the City and Miami Dade County Completed 4/8/24 A 2,4,6,7 90% Culvert Analysis and Design/Structural Analysis and Design Completed 9/19/24 A Review by the City and Miami Dade County In Progress 10/19/24 2,5,6,7 Bid Documents (Upon Completion of the WASD Plans) 2 weeks 4/1/25 Review by the City and Miami Dade County (Obtain Stamps) 2 weeks 4/15/25 21 1 of 1 PROJECT WORK/PURCHASE ORDER Between CITY OF SOUTH MIAMI, FLORIDA And EXP US SERVICES, INC. Project Name: Additional Design Services for the Manor Lane Culvert Replacement at SW 64 Court Twin Lakes Canal Project Relating to the Relocation of Miami-Dade County Water Main Facilities 22 1 of 4 PROJECT WORK/PURCHASE ORDER Between CITY OF SOUTH MIAMI, FLORIDA And EXP US SERVICES, INC. Project Name: Additional Design Services for the Manor Lane Culvert Replacement at SW 64 Court Twin Lakes Canal Project Relating to the Relocation of Miami-Dade County Water Main Facilities 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 EXP US SERVICES, 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 , 2024, 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 Additional Design Services for the Manor Lane Culvert Replacement at SW 64 Court Twin Lakes Canal Project Relating to the Relocation of Miami-Dade County Water Main Facilities, 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 23 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 not to exceed fee of $20,880.00 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 24 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 Retainage. The City reserves the right to withhold retainage in the amount of five percent (5%) 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. 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 25 4 of 4 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.] 26 1 of 1 IN WITNESS WHEREOF, the parties hereto have caused this Project 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: EXP US SERVICES, INC. By: Name: Title: Date: WITNESSES: Print Name: Print Name: 27 EXHIBIT “1” PROJECT PROPOSAL (SCOPE OF SERVICES AND SCHEDULE AND PAYMENT SCHEDULE) 28 RESOLUTION NO. 067-23-16000 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, APPROVING THE PROPOSAL AND PROJECT WORK/PURCHASE ORDER WITH EXP US SERVICES, INC. TO PROVIDE DESIGN SERVICES FOR THE MANOR LANE CULVERT DESIGN REPLACEMENT AT SW 64TH COURT OVER TWIN LAKES CANAL; AUTHORIZING EXPENDITURES OF FUNDS; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, SEVERABILITY AND AN EFFECTIVE DA TE. WHEREAS, in 2019, Manor Lane was observed to have settlements and cracks throughout the area of the culvert (the "Culvert") at SW 64th Court over Twin Lakes Canal (the "Canal"); and WHEREAS, Marlin Engineering, a consultant of the City of South Miami (the "City") performed a routine inspection on December 16, 2019, and found that the corrugated metal pipe walls were corroded throughout the entire length of the Culvert on both sides at the water line; and WHEREAS, following several meetings with Miami-Dade County (the "County") Road, Bridge and Canals Division, on September 9, 2021, the County installed weight restriction signs leading to the Culvert; and WHEREAS, following several discussions between City and County officials, the County Attorney indicated that, absent evidence clearly indicating County ownership which has not to date been found despite a thorough search, the structural maintenance and improvement of the Culvert is the responsibility of the City; and WHEREAS, EXP US Services, Inc. (the "Consultant"), was requested to provide a proposal for engineering services to provide design services for the Manor Lane Culvert Replacement at SW 64th Court over Twin Lakes Canal ("Services"); 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 Page 1 ofS 29 Res. No. 067-23-16000 WHEREAS, a proposal was received from the Consultant for the Services in the amount of $168,975.20 attached hereto as Exhibit "A", and was found to be comprehensive and cost effective in its approach; and WHEREAS, the City Commission desires to approve the Consultant's Proposal for the Services attached hereto as Exhibit "A" and authorize the City Manager to issue and execute a Project W ode/Purchase Order with the Consultant for the Services in substantially the form attached hereto as Exhibit "B"; and WHEREAS, the $168,975.20 expense for this Services will be charged to the Capital Improvement Program Fund Account No. 301-1790-519-6450 which has a balance of $875,751 prior to this request; 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, AS FOLLOWS: Section 1. Recitals. The above-stated recitals are true and correct and are incorporated herein by this reference. Section 2. Approval and Authorization. The City Commission approves the Consultant's Proposal attached hereto as Exhibit "A" and authorizes the City Manager to issue a Project Work/Purchase Order to EXP U.S. Services, Inc. for the Services, in substantially the form attached hereto as Exhibit "B", for a lump sum fee not to exceed $168,975.20, from the Capital Improvement Program Fund Account No. 301-1790-519-6450 which has a balance of $875,751 prior to this request. Section 3. Implementation. The City Manager is hereby authorized to take any and all action necessary to implement this Resolution. Page 2 ofS 30 Re s. No . 067-2 3-16000 Section 4. Corrections. Co nforming lan g uage or technica l sc ri ve ner-type correc tion s ma y be mad e by the City Attorney for any conformin g amendm ents to be in corporated in to t he fina l reso lu tion for signature. Section 5. Severability. If any sec tio n clause, se nt ence, o r phra se of thi s Reso lu tion is for any reason he ld in va li d or un const itu tional by a co urt of competent jurisdi ction , the ho ldin g shall not affect th e validi ty of the remainin g port io ns of thi s Reso lu tion . Section 6. Effective Date. T hi s Re so lut io n sha ll becom e effect ive imm ed iate ly up o n adopt ion. PASSED AND A DOPT ED th is 6th da y of Jun e, 2023. AT TEST: READ AND APP ROVED AS TO FORM, LANGUAGE, LEGALITY AND EXECUTIO N THEREOF & BIERMAN , P.L. CITY ATTORNEY ELFMA NCOLE APP ROV ED: CO MMI SS ION VOTE: Mayo r Fe rnand ez : Vice Ma yo r Bonich : Co mmi ss ioner Ca ll e: 5-0 Yea Yea Yea Co mmi ss ioner Liebma n : Yea Co mmi ss ion er Co rey : Yea Page 3 ofS 31 Res. No. 067-23-16000 EXHIBIT "A" (Consultant's Proposal) Page4 ofS 32 Res. No. 067-23-16000 EXHIBIT "B" (Project Work/Purchase Order) Page S ofS .I 33 PROJECT WORK/PURCHASE ORDER Between CITY OF SOUTH MIAMI, FLORIDA And EXP US SERVICES, INC. Project Name: Design Services for the Manor Lane Culvert Replacement at SW 64 Court Twin Lakes Canal I of I I of 19 34 PROJECT WORK/PURCHASE ORDER Between CITY OF SOUTH MIAMl 1 FLORIDA And EXP US SERVICES, INC. Project Name: Design Services for the Manor Lane Culvert Replacement at SW 64 Court Twin Lakes Canal Subject to the provisions contained in the •professional Services Agreement for Professional General Engineering and Architectural Services" (hereinafter referred to as the 11 Professional Services Agreement") between the CITY OF SOUTH MIAMI, FLORIDA (hereinafter referred to as "City") and EXP US SERVICES, 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 H 6th Dav of June L. 2023, and authorizes the Consultant to provide the services as set orth below: SECTION 1. SCOPE OF SERVICES 1.1 Consultant shall provide professional engineering services, including Design Services for the Manor Lane Culvert Replacement at SW 64 Court Twin Lakes Canal, 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 11 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 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. 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 I of4 2 of 19 35 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 u1 ,._ 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 $168,975.20 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 Agreement, the City may withhold payment of sums then or in the future otherwise due to the Consultant 2of4 3 of 19 36 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-Fesorvos the right to withhold retainage in the amo1;1nt of ten p_oroont (1Q%} ef any payment due to the Consultant un_til tt:\e projeGt is Gempleted. S~id retainage may ee ;111thh~ld at the sole discretion ef the City and as seG1;1nty fer the s1;1csessful complet1on ef the Cons1.1ltant s <Mies and respensieilities 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 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. 3 of4 4 of 19 37 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 5 of 19 38 IN WITNESS WHEREOF, the parties hereto have caused this Project Work/Purchase Order e xecuted as of the day and year as first s tated above. ATTEST: APPROVED AS TO FORM AND LEGAL SUFFICIENCY: I ;' 'I ' ,,-,,.--J \ G{LZAAS:d!x . . CITY ATTORNE y/ CITY: CITY OF SOU H MIAMI, FLORIDA, a Florida Munic' al Corporation CONSULTANT: EXP US SE RVICE S, IN C. Eugene J By: Co lli ngs-Banfil l Digllally siyned lly Eugene J Collin91 ·Bonfill Da te: 2023.06.08 08·2 I :28 ·0•l'O0' Name: Eugene Co llings-Banfill Titl e: Vice-President Date : 6/8/2023 t of I 6 of 19 39 EXHIBIT 11 1" PROJECT PROPOSAL (SCOPE OF SERVICES AND SCHEDULE AND PAYMENT SCHEDULE) 7 of 19 40 May 26, 2023 Aurelio Carmenates, P.E. City of South Miami Capital Improvement Program Project Manager 6130 Sunset Drive Miami, FL 33143 EXP US Services Inc. proposes to provide the services identified below pursuant to the Professional Services Agreement provided by the City of South Miami ("City") for Professional General Engineering and Architectural Services, dated May 3, 2022. I. General The existing culvert carries SW 64th court over Twin Lakes Canal (Ludlam Glades Secondary Canal) in the City of South Miami. Our services will be based on the recommendations from the memorandum presented by Parsons Transportation Group Inc. on January 14, 2020, titled: "Preliminary Estimate for Corrective Actions at the Structurally Deficient Culvert located at SW 64 1h Ct. at the Twin Lakes Canal, South Miami, Florida." The referenced memorandum identified the impacts of replacing the 120' long by 15611 diameter corrugated metal pipe culvert in-kind. The Contract Documents and supporting documentation shall be prepared in accordance with current AASHTO, FOOT Design Criteria, and current FOOT Design and Construction Specifications. All CAD shall be performed in Microstation unless otherwise receiving written direction from the CLIENT. II. Scope of Work Task 1: Data Collection (Geotechnical + Survey Services) Geotechnical Exploration -Subconsultant: Universal Engineering • Universal Engineering to provide geotechnical engineering services. Please refer to attached scope of services for a detailed description. LUMP SUM for the scope of services detailed above is ................................................................ $7,085.00 Topographic Survey -Subconsultant: J. Bonfill and Associates • J. Banfill and Associates to provide survey and mapping services. Please refer to attached scope of services for a detailed description. 8 of 19 41 All survey work shall be performed to the Minimum Technical Standards set forth by the Florida Board of Professional Surveyors and Mappers in Chapter 5J-17 of the Florida Administrative Code. LUMP SUM for the scope of services detailed above is .............................................................. $27,749.20 Task 2: Project Management This task consists of overall management of the project including contract administration, budget management, status reports, project scheduling, and coordination with the City and subconsultants. EXP will attend milestone meetings with the client. EXP will prepare a meeting agenda and will distribute meeting minutes within three working days of the date of the meeting. Anticipated meetings are as follows: • Project Kickoff Meeting. • 60% Design Review Meeting • 90% Design Review Meeting LUMP SUM for the scope of services detailed above Is ................................................................ $24,455.00 Task 3: 60% Analysis and Design This task includes the analysis of design features and the preparation of 60% design documents in accordance with Scenario 1 from the above referenced memorandum. This task shall include the following at a minimum: • Site investigation including the review and coordination of existing property lines, boundaries, as-builts, drainage patterns, and other relevant documents • Design coordination with utility owners within the project limits, including any necessary relocations • A site visit to establish the current conditions and correlate this to the survey data • Establishing a base map for the project area including the features outlined by the surveyors, identified utilities, drainage structures, alignments, baselines, and stationing • A Cover sheet including name of the project and site location map • General Notes, Key Sheet, and Bid Items • An Existing Conditions and Demolition Plan • A Dimension Plan referencing the proposed site work and existing conditions to remain. • Grading and utility designs will be prepared and will include existing conditions and proposed improvements. Roadway and canal grading will be based on maintaining existing conditions and mitigating future erosion. A utility design will be included for any necessary relocations including storm sewers, sanitary sewers, or water mains, and necessary notations will be included for electric, gas, telephone and cable lines • A Signage and Marking Plan • A Soil Erosion and Sediment Control Plan will be prepared depicting the limits of clearing, soil erosion control measures, construction details and notes • A Construction Details sheet will be included, showing site improvement items in accordance with municipal standards • A Maintenance of Traffic Plan 9 of 19 42 • Three (3) sets of design drawings printed in 11" x 17" sheets and one (1) electronic copy in pdf format • A preliminary opinion of probable construction costs will be prepared. LUMP SUM for the scope of services detailed above is ................................................................ $46,537.00 Task 4: 90% Analysis and Design This task includes preparation and submittal of 90% design documents based on the drawings produced in Task 3. This submittal will incorporate review comments provided by the City and the permitting agencies. This task will include at a minimum: • A constructability and phasing review • A summary of EXP responses to the comments provided by the City during the 60% design submittal • An updated drawing set for all the sheets listed in Task 2 • Three (3) sets of design drawings printed in 11" x 17" sheets and one (1) electronic copy in pdf format • An updated preliminary opinion of probable construction costs will be presented. LUMP SUM for the scope of services detailed above Is ................................................................ $16,599.00 Task 5: Bid Documents This task includes preparation and submittal of bid documents based on the drawings produced in Task 4. This submittal will incorporate review comments provided by the City and the permitting agencies. The submittal will include at a minimum: • A summary of EXP responses to the comments provided by the City during the 90% design submittal. • An updated drawing set for all the sheets listed in Task 3. • Three (3) sets of design drawings printed in 11" x 17" sheets and one (1) electronic copy in pdf format. • A final opinion of probable construction costs will be presented. LUMP SUM for the scope of services detailed above Is ................................................................ $5,647.00 Task 6: Regulatory Permitting This task includes the preparation and submission of the applications and supporting information required for the approval and/or permit applications listed below. EXP will attend one (1) pre- application meeting with the agencies and respond to comments provided for the applications. The plans described above will be packaged, along with the required applications for permit review submission the following agencies: • South Florida Water Management District (SFWMD} • Miami-Dade County Transportation and Public Works (DTPW} LUMP SUM for the scope of services detailed above Is ................................................................ $10,475.00 10 of 19 43 Task 7: Structural Engineering Services EXP shall prepare signed and sealed structural contract documents, specifications, quantities, and cost estimate for the construction of culvert carrying SW 64 th court over Twin Lakes Canal (Ludlam Glades Secondary Canal). Structural Tasks shall include: • Field investigation • Coordination with Geotechnical Engineer • Coordination with Survey • Coordination with Environmental • Design of CMP culvert • Design of concrete head walls at culvert inlet and outlet • Design of embankment and riprap • Prepare Cost Estimate at 90% and Final • Quality Assurance/Quality Control • Project Management Structural Plan Sheets shall include: • Key Sheet and Index of Drawings • General Notes and Bid Item Notes • Incorporation of Core Borings • Existing Structure Plans • General Plan, Elevation and Typical Section • Site Plan • CMP Culvert Plan and Details • Headwall and Details • Embankment Plan and Details • Riprap Plan and Details LUMP SUM for the scope of services detailed above is .................................................................. $29,509.00 Ill. Subconsultants The below listed subconsultants will assist in the performance of the Work. Subconsultant Name Specialty or Expertise Universal Engineering Geotechnical Services J Banfill and Associates Surveying Services IV. Schedule of Work -Time of Performance II of 19 44 The anticipated length of service for Tasks 1-7 shall be 40 weeks commencing after the Notice to Proceed. Consultant shall submit the Deliverables and perform the Work as depicted in the table below. SCHEDULE OF DELIVERABLES Task or Delivery Activity Major Task, Sub-Task, Activity, or Deliverables Duration ID# Date 1 Data Collection (Geotechnical + Survey) Gweeks 7/21/23 2,3,6,7 60% Culvert Analysis and Design/Structural Analysis and Design 16 weeks 11/10/23 Review by the City and Miami Dade County 4 weeks 12/8/23 2,4,6,7 90% Culvert Analysis and Design/Structural Analysis and Design Gweeks 1/19/24 Review by the City and Miami Dade County 4 weeks 2/16/24 2,5,6,7 Bid Documents 2 weeks 3/1/24 Review by the City and Miami Dade County 2 weeks 3/15/24 Deliverables: At the completion of each task, EXP will provide to the City all files associated with each deliverable to include drawings files in DGN and PDF formats. V. Compensation Consultant shall perform the work detailed in this Proposal for a Total fee of $168,975 and 20 cents. The City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation beyond this amount unless approved in a supplemental work order. SUMMARY OF COMPENSATION Task or Activity Task Name and/or Activity Description Fee Amount Fee Basis ID# 1 Data Collection (Geotech+Survey) $34,834.20 Not to Exceed 2 Project Management $24,455.00 Lump Sum 3 60% Analysis and Design $46,537.00 Lump Sum 4 90% Analysis and Design $17,519.00 Lump Sum 5 Bid Documents $5,647.00 Lump Sum 6 Regulatory Permitting $10,475.00 Lump Sum 7 Structural Engineering Services $29,509.00 Lump Sum Total: $168,975.20 12 of 19 45 VI. Exclusions from Basic Services VII. Additional Services Additional services and unforeseen circumstances beyond established scope shall be negotiated in good faith and at the sole discretion of the City. VIII. City Furnished Documents & Data The following information or documents are to be provided by the City, if available: As-built information including geotechnical information, control and topographic survey. IX. Project Manager Consultant's Project Manager for this Project will be Jose Santiago, P.E. Submitted by: EXP US Services Reviewed and approval in concept recommended by: Department Director Procurement Manager City Manager 13 of 19 46 CITY OF SOUTH MIAMI Consultam Name: EXP US Setvices. Inc. Consult11111 Fee Proposal Worlcshee1 Contract No.: Project: Manor Lane over Twin Lakes Canal Culvert Replacement Design Date: 5/26/2023 Project No.: Description: Work Order No: -~-.-- 1 -....----,,-,,~~~,~-_,-....,.,....,.. STAFF CLASSIACATION Staff Hours Salary '_ Approved Ratei Rate: s210.00 I Rate: S190.0~-_ .... ~~e.'.... S16~-~-~-+--~t!:_ S115.00 Rate: S84.50 Rate: $97.50 Rate: S 58.S0 Cost By Task Task l . joi,::-=~i. -Prfricil)81 I Sr ProJe-ct Manag-er-. -Pro-Jed Manag-er -1. ProJ-ect Engineer r CAD Operator feniineertng lntem I Clerical ~~-Task ~--~~~=~~~~M-•• ~::S L~~~~~.L: J__~T~~l~ ~Tl_~...".,::"_: ,:: i;°"'Task I .:~. ~Taki .':. Cosl/T.,. ,;;, j) Cost/Tesk 1 1 ProjectManagement 4 j S840 66 ! S12,540 , 48 S7,680 ' 12 I S1,380 I 1 585 15 S1,453 I a S4S8 By Task 154 415 138 .,.,._ -r-..p ::eraP::]1 ~-~-...-=·-·--...--- i 2 60% Analysis and Design 4 I S840 i 25 I S4,750 ! 51 I SB,160 1 123 I S14,145 i 3 90% Analysis and Design 2 J 5420 \21 I S3,990 ! 4 Bid Doaments 2 I 5420 : · 5 I 5 RegulalOJY Pennitllng 4 6 Structural Engineering Services 7 9 10 :11 12 : 13 :14 '15 :16 17 18 , 19 :20 21 I -l 22 123 i I ,24 1 .1-..!!..J 23 I ,-1 ~I __ _ I ' _, ___ , I j 17 CJ I i r----] t -·---· ! I r--r ; : -1--~i ! I I i I I i ·· l S950 S2,470 I I $4,310 l i ! ! ' ! • + t I T I i 36 I $4,140 I 29 6 I S960 9 I S1,035 31 $4,950 ! 9 $1,035 --; 187 $21,505 l I l i I I I I I I I l i I I 156 42 27 43 $13,182 $3,549 $2,282 $3,634 t ss I ss.46o 8 I S780 ! ! 12 $1,170 ! -r i I I I I ! I I I I I ! I l I ! I I I I ! I I I I i i ! I I I I I R I I I l I I _! 491 se7 253 I I t l l I f j t I $24,455 $45,537 S17,519 $5,647 $10,475 $29,509 I l I I I ,25 I I I I l : I I S158.80 $112.14 $126.95 $115.23 $151.81 $116.63 1 :26 i l l ! I ! I I i I ; 1 !27 }'--~~---i I I Total Staff H. "·""·····~ ours i 16 i •=v r:=+•=7~ \~T -~-~+· 3~i ~ -•~" + 269 -~•-• .. -v.~I 91 __l ~ ,.,,,.,, .. ✓f _ 8 /-, .. , .. , ~ •11,0781•-"-7·•'· ., n."'"•--•1~ f Tomi Staff Cost I I it • .,. ...... --~--•-,s,-•,;;e~-----·----·-1 o..--v-1 I I i I I I I I ' ' l l I I I [ S3,360.oo · S2e.010.oo , s26,400.oo ; 1 543.240.00 1 1 s22,730.so : SB.Bn.so S468.00 ! 5134,141.00 s124.44 . •-~~----~-..... ~---·•-.• =-....---.L----.• ..,..1;,.~---. ,. --. . . . '• . ,..,... ... -.. • ,. Total%ofWorkbyPosltlon 1.5% 14.2% 15.3% 34.9% 25.0% Note: Fee for the Principal(s) of the firm are not to be included above as the multiplier Is not applicable to their hours. The fee Is to be shown below and entered as a separa Notes: Estimate 91 Pringpars fee Total hours _____ / hour "'_.;:,S ___ _ 1. This sheet Is to be used by Prime Consultant to calculate the Grand Total Fee and one is to be used for each Subconsultant 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. Where applicable the basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. 4. Enter the multiplier value in the field afler lhe word "rrulUpliel'" Maximum of 2 decimal points. 14 of 19 8.4% 0.7o/o 1 • SUBTOTAL ESTIMATED FEE: multiplier 1.00 Subconsultan Universal Engineeri119 Subconsultant J Bonflll and Associates Sul>consultant Subconsultant Princlpal's Fee 2 -SUBTOTAL ESTIMATED FEE: Geolechnlcal Field/Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 -SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: s134,141.00 l S7,085.00 I S27,749.20 I s · I $168,975.20 i $168,975.20 $168,975.20 47 ( UNIVERSAL ENGINEERING SCIENCES Consultants In: Geotechnical Engineering $ Threshold Environmental Sciences• Construction Materials Testing October 31, 2022 EXP 201 Alhambra Circle, Suite 800 Coral Gables, FL 33134 Attention: Mr. Miguel Lockward, PE, PMP, ENV SP Reference: Manor Lane Culvert Replacement Manor Lane South Miami, Miami-Dade County, Florida UES Proposal No.: 0630.1022.00047 Dear Mr. Lockward: Offices In • Orlando • Gainesville • Fort Myers • Rockledge • Daytona Beach • West Palm Beach • Jacksonville •Tampa • Atlanta • Fort Pierce •Kissimmee • Leesburg •Miami •Ocala • Palm Coast • Panama City • Pensacola • Sarasota Universal Engineering Sciences (UES) is submitting a proposal for geotechnical services for the above- referenced project. We have enclosed with this letter a spreadsheet with fees based on the scope you provided to us. Below is a summary of the cost breakdown, which includes an engineering evaluation of the proposed culvert associated with Manor Lane. Itemized Breakdown Task 1 Geotechnical Services for Manor Lane Culvert Replacement Grand Total Estimated Fee $7,085 $7,085 We appreciate the opportunity to work with you on this project and look forward to a continued association. If you have any questions, please contact the undersigned. Respectfully submitted, UNIVERSAL ENGINEERING SCIENCES Reinaldo Villa, M.S., P.E. Branch Manager Attachments: 1) Exhibit I -Scope of Services 2) Exhibit II -Fee Breakdown 3) Exhibit Ill -Terms and Conditions 8050 NW 77 th Court• Medley, FL 33166 • (305) 249-8434 Fax (305) 249-8479 • W\ft&'otU9liversalEngineering.com 48 EXHIBIT I -SCOPE OF SERVICES Task 1: Geotechnical Exploration Services for Manor Lane Culvert Replacement Below is the required scope of service. • Perform 2 Standard Penetration Test (SPT) borings to depths of 50 below existing grades for use in culvert replacement design • Performing laboratory testing, if needed, for moisture content, fines content, and grain size distribution on select samples • Derive soil/rock parameters for use in culvert replacement design • Provide geotechnical soil parameters based on the SPT borings, analysis of bearing capacity, and estimated settlement • Prepare Signed/Sealed geotechnical reports • Review calculations and plans prepared by Structural Engineer for all three submittals Our scope of services is limited to the culvert replacement for Manor Lane only and does not include any roadway improvements. 16 of 19 49 Manor Lane Culvert Miami-Dade County, FL Fee Proposal Breakdown Exhibit II -Fee Breakdown Description unit Qty Loaded Rate Total Geotechnical Field Exploration Auger Borings Truck 0-150 fl feet 0 $11.00 $0.00 Land Based -SPT Borings 0-49 ft feet 0 $13.80 $0.00 Land Based -SPT Borings 50-75 ft feet 100 $15.90 $1,590.00 Land Based -SPT Borings 75-100 ft feet 0 $23.30 $0.00 Land Based -SPT Borings 100-125 ft feet 0 $27.30 $0.00 Land Based -SPT Borings 125-150 ft feet 0 $31.30 $0.00 Land Based -SPT Borings 150-175 ft feet 0 $35.30 $0.00 Extra Spilt Spoon samples -SPT Borings 0-50 ft feet 0 $25.00 $0.00 Extra Split Spoon samples -SPT Borings 50-100 ft feet 0 $30.00 $0.00 4" Casing Allowance 0-49 ft. feet 0 $7.40 $0.00 4" Casing Allowance 50-100 ft. feet 100 $8.09 $809.00 4" Casing Allowance 100-150 ft. feet 0 $8.50 $0.00 4" Casing Allowance 100-175 ft. feet 0 $9.50 $0.00 Grout Borehole 0-49 ft. feet 0 $4.80 $0.00 Grout Borehole 50-100 ft. feet 100 $5.83 $583.00 Grout Borehole 100-150 ft. feet 0 $7.21 $0.00 Grout Borehole 150-200 ft. feet 0 $8.21 $0.00 Rock Cores 0-50 ft. feet 0 $45.00 $0.00 Rock Cores 50-100 ft. feet 0 $54.00 $0.00 Rock Cores 100-150 ft. feet 0 $60.00 $0.00 6" Casing Allowance 0-50 ft. feet 0 $12.00 $0.00 611 Casing Allowance 50-100 ft. feet 0 $13.50 $0.00 611 Casing Allowance 100-150 ft. feet 0 $15.00 $0.00 MOT Lump Sum Per Day day 0 $2,350.00 $0.00 Mobilization each 1 $375.00 $375.00 Laboratory Testing Organic Content Test each 3 $35.00 $105.00 Moisture Content Test each 3 $15.00 $45.00 Percent Passing the #200 Sieve Test each 3 $35.00 $105.00 Professional Services Senior Engineer hours 4 $200.00 $800.02 Project Manager hours 8 $133.76 $1,070.05 Project Engineer hours 6 $157.14 $942.85 Senior Engineering Technician hours 4 $85.66 $342.65 CADD Technician hours 4 $80.00 $320.01 Total for Task #1 $7,087.58 17 of 19 50 J. BONFILL & ASSOCIATES Architects Land Surveyors & Mappers May 25, 2023 EXP Atln: Jose Santiago 201 Alhambra Ci rcle, Suite 800 Coral Gables, FL 33134 In Reference to: City of South Miami Manor Lane and Canal Dear Mr. Santiago: Pursuant to your request regarding a fee estimate for surveying and mapping services for the above referen ced project, the following proposal for same is hereby submitled for your consid eration. Scope of Services: All above ground visible utilities and improvement. (Electric boxes, meters, catch basins, manholes, poles) • Establish a site benchmark in NGVD 1929 elevation datum or NAVO 88 Datum. (Client to confirm) • Location and elevations of EOP, back of curb, front of sidewalk, back of sidewalk. • Spot e levations every 25 feet . • Location o f a ll drainage structu res including: size , drainage pipes i nverts, e levations. If unable to read due to debris or water JBA will notify client to have City or County clean the structure. • Canal cross sections showing actual conditions 100 feet in each direction o f the canal, lopo with cross sections at each 25 feel to inc lu de soft bollom and hard botlom of canal. • Tre e location height, diameter canopy, common names only within the Right of Way and adjacent to canal. • All data to be on Slate Plane Coordinates. Electronic Submitlal to be in th e form of Electronic Transmitlal (e-transm it available in Au to Cad) Time of Completion: JBA estimates 20-25 working days' weather permitting and after NTP. Qualifications: 1. Rule of Law: All field and office e fforts in connection with thi s proj ect w ill be perfo rmed in s tri ct accordance with the applicab le provisions o f the "Standards of Practice for Land Surveying in the State of Flo rida ", pursuant to Rule 5J -17 Florida Admin istrative Code. 2. Requests for service not specifically enumerated in th is Letter of Proposal will be add ressed v ia separate response if so required. 3. All survey works to be done in U.S. feet. 4 .. JBA w ill provide 2 signed and sealed sets and a digital file Civil 30 2017. 7 100 SW 99 111 Avenue • Suit e 104 • Miami, Florida 33 173 • T 305 .598 .8383 AAC002~81o'9 • L B3398 51 J . BONFILL & ASSOCIATES Archilec s Land Surveyors & Mappers Lump Sum Fee: for Topographic Survey and Canal: $27,749.20 Payment Terms: JBA wil l invoice upon completion of job reference a bove. Payment is not contingent on payment from a third party unless other written ag reements or guarantees are agreed to by both parties and attached hereto. No waiver shall be construed as a modification or amendment to these payment terms unless expressly s ta ted in writing by J. Banfill & Associates, Inc. Should at any time during the project the Client find it necessary to discontinue the services described above, or if the parties mutually decide to termin ate this contract, the Client will compensate J. Banfill and Associates, Inc. on an hourly basis for the p ercentage of work completed plus reasonably reimbursable expenses. Fees outlined on page one (1) of this proposal are fixed for a period of three months from the date of this proposal. If the work has not been ini ti ated within this three-month period, J. Banfill and Associates, Inc. reserves the right to terminate o r renegotiat e this proposal. In the event eithe r party is forced to seek legal advice or representati on to enforce any o f the provisions of this agreement, then t he prevailing party shall be entitled to an award of reasonable attorney's fees and costs, including fees and costs for court ordered mediation and/or fees and costs on appeal in Miami Dade Cou n ty . By acceptance of this proposal, the signing person r epresents and warrants to The Surveyor, (J. Banfill and Associates, Inc.) that il is authorized lo enter and accept the proposal on behalf of and binds EXP. If acceptable, a space is provided for an authorized signature. We will consider the return of the signed o riginal letter as ou r lega l co ntract and Notice to Proceed. By signing below, I APPROVE AND ACCEPT th is le tter as a legal contract and read and agree to th e payment terms as set forth above. By: ----------------Date: ______________ _ (Authorized S ignature) Title: (Typed or printed name) On behalf of J. Banfill & Associates, Inc., I thank you for this opportuni ty to present this proposal for your consideration and look forward t o your favorable response. In the interim , if there is anything we can do to be of service in this or any other matter, please do not hesitate to call me directly at 305.598.8383. Sincerely yours, Marilyn Banfill Sarasola Managing Director 7 100 SW 99 th Av enue • Suite 104 • Miami , Florid a 33173 • T 305.598.8383 AAC00203foI9 • LB3398 52 Agenda Item No:7. City Commission Agenda Item Report Meeting Date: June 6, 2023 Submitted by: Aurelio Carmenates Submitting Department: Public Works & Engineering 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 EXP US SERVICES, INC. TO PROVIDE DESIGN SERVICES FOR THE MANOR LANE CULVERT DESIGN REPLACEMENT AT SW 64TH COURT OVER TWIN LAKES CANAL; AUTHORIZING EXPENDITURES OF FUNDS; PROVIDING FOR IMPLEMENTATION, CORRECTIONS, SEVERABILITY AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER-PUBLIC WORKS & ENGINEERING) Suggested Action: Attachments: Memo-Manor_Ln_culvert_design_PWD5-26-23RevF (1).docx 46L871002.DOCX Res No 056-22-15809.pdf City of South Miami Culvert (R1) 12-26-19.pdf EXP Design Twin Lakes Culvert052623.pdf 46M4586-Project Work Purchase Order - EXP US Design Services Manor Lane Culvert Replacement CAv1.DOCX 153 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, June 6, 2023 SUBJECT:Manor Lane Culvert Design Replacement at SW 64th Ct over Twin Lakes Canal RECOMMENDATION:Approve the proposal and project work/purchase order with EXP US Services, Inc. to provide design services for the replacement of the Manor Culvert at 64th Court over the Twin Lakes Canal. BACKGROUND:The Manor Lane roadway was observed to have settlements and cracks throughout the area of the culvert at SW 64th Ct over the twin lakes canal. The City of South Miami had a routine inspection performed on December 16, 2019, by Marlin Engineering and it was found that the Corrugated Metal Pipe (CMP) walls are corroded throughout the entire length of the structure on both sides at the water line. Corrosion of the CMP walls on the exterior and exposed sections of the culvert is extensive, to the point where the structure would be unstable under vehicle loading and Marlin Engineering recommended the installation of load posting signs at both approaches to the culvert. Several meetings were held with Miami-Dade County Road, Bridge,and Canals Division and,On September 9, 2021, Miami-Dade County installed weight restriction signs leading to the culvert on Manor Lane and SW 64th CT over the twin lakes canal. At this time ownership of the roadway was not defined. The City Staff and former City Attorney met several times with County staff to define ownership and responsibility for the culvert replacement but at that time it was not clear which agency has jurisdiction. 254 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM It was indicated on May 22, 2023, froma subsequent meeting between the current South Miami City attorney and the Miami-Dade Assistant County Attorney the County’s position that the subject culvert is the responsibility of the City of South Miami and furthermore, the current City attorney did not find records that the ownership of the culvert belongs to Miami-Dade County. As the next City’s rotation list consultant, EXP U.S. Services Inc., was requested to provide a proposal for design services to replace the existing culvert. EXP U.S. Services Inc., is one of six firms selected by Resolution No. 056-22-15809, to provide professional service agreements for engineering services on an as-needed basis in accordance with Florida Statute 287.055, “Consultants Competitive Negotiation Act. Staff recommendsthat the proposal from EXP U.S. Services Inc., dated May 26, 2023, be approved to provide design services to replace the existing culvert. VENDOR &EXPENSE:EXP U.S. Services, Inc. Proposal/contract amount not to exceed $168,975.20. FUND &ACCOUNT:Amount not to exceed $ 168,975.20.Please refer to the consultant contract and fee schedule. The expenditure shall be charged $168,975.20 to the Capital Improvement Program Fund account number 301-1790-519-6450 which has a balance of $875,751 prior to this request. ATTACHMENTS:Resolution Resolution 056-22-15809 Email from City Attorney Anthony L. Recio on County position Routine Inspection Report completed on December 16, 2019 Proposal – EXP U.S. Services Inc., dated 5/26/2023 355 Page 1 of 5 RESOLUTION NO. 2023-1 A RESOLUTION OF THE CITY COMMISSION OF THE 2 CITY OF SOUTH MIAMI, FLORIDA, APPROVING THE 3 PROPOSAL AND PROJECT WORK/PURCHASE ORDER 4 WITH EXP US SERVICES, INC. TO PROVIDE DESIGN 5 SERVICES FOR THE MANOR LANE CULVERT DESIGN 6 REPLACEMENT AT SW 64TH COURT OVER TWIN LAKES 7 CANAL; AUTHORIZING EXPENDITURES OF FUNDS; 8 PROVIDING FOR IMPLEMENTATION, CORRECTIONS, 9 SEVERABILITY AND AN EFFECTIVE DATE.10 WHEREAS, in 2019, Manor Lane was observed to have settlements and cracks 11 throughout the area of the culvert (the “Culvert”) at SW 64th Court over Twin Lakes Canal (the 12 “Canal”); and13 WHEREAS, Marlin Engineering, a consultant of the City of South Miami (the “City”)14 performed a routine inspection on December 16, 2019, and found that the corrugated metal pipe 15 walls were corroded throughout the entire length of the Culvert on both sides at the water line; and16 WHEREAS,following several meetings with Miami-Dade County (the “County”) Road, 17 Bridge and Canals Division, on September 9, 2021, the County installed weight restriction signs 18 leading to the Culvert; and19 WHEREAS, following several discussions between City and County officials, the County 20 Attorneyindicated that, absent evidence clearly indicating County ownership which has not to date 21 been found despite a thorough search, the structural maintenance and improvement of the Culvert 22 is the responsibility of the City; and23 WHEREAS,EXP US Services, Inc. (the “Consultant”), was requested to provide a 24 proposal for engineering services to provide design services for the Manor Lane Culvert 25 Replacement at SW 64 th Court over Twin Lakes Canal (“Services”); and 26 WHEREAS, in accordance with Florida Statute 287.055, “Consultants Competitive 27 Negotiation Act (“CCNA”)”, Consultant is one of various firms selected by the City Commission 28 pursuant to RFQ No. PW2022-03, and approved in Resolution No. 056-22-15809, to provide 29 professional engineering services, as needed, and resulting in the City entering into a continuing 30 Professional Services Agreement with Consultant dated May 3, 2022 for such services; and 31 456 9 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 57 10 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 3 rd 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 58 South Miami Culvert Date:12/16/2019 E. Photo Section N/A Inspection Date: 12/16/2019 Underwater Inspection: 12/16/19 SW 64TH CT / OVER TWIN LAKES CANAL ( LUDLAM GLADES SECONDARY CANAL) Routine Initial Special Culvert. NBI Rating 3 Serious Channel NBI Rating 7 Good Equipment Used: Camera, Inspection Tools, Hammer Plumb Yes No Min Lateral Clear. (ft) N/A Metal Corrugated Pipe (CMP) Culvert. Vertical Clearance (ft) N/A Channel Special Equipment No MOT Required Yes No Special Crew Hours: 4 hrs x 4 inspectors Hazards: Wildlife Initials Padrino, Reinaldo - Senior Diver Bridge Inspector (CBI#242) Burgos, Daniel – Assistant Bridge Inspector/Tender Quintana, Jose - Professional Engineer (P.E. #47072) Page 1 of 9 CULVERT INSPECTION REPORT Structure No: F. Recommended Repairs CONTENTS OF REPORT Structure Name: A. Elevation & Location Map B. Structure Level Inventory Report C. Structure Notes ROUTINE INSPECTION REPORT Prepared by: Marlin Engineering, Inc. 6840 NW 77th Ct Miami, Fl 33166 Phone: 305-477-7575 D. Element Notes PREPARED FOR: City of South Miami REPORT IDENTIFICATION Bridge No.: N/A 380 FEET NORTH OF US-1 (S DIXIE HWY) Interim Feature Intersected: Type of Inspection: Location: Road Name/Number: TWIN LAKES CANAL ( LUDLAM GLADES SECONDARY CANAL) INSPECTION CONDITIONS Personnel / Title / Number Elements Inspected: x X 1159 South Miami Culvert Date:12/16/2019 SW 64TH CT / OVER TWIN LAKES CANAL ( LUDLAM GLADES SECONDARY CANAL) Page 2 of 9 Structure No: BRIDGE INSPECTION REPORT A: ELEVATION & LOCATION MAP 1260 South Miami Culvert Date:12/16/2019 Inventory Photo 01: East Channel View Inventory Photo 02: West Channel View Page 3 of 9 BRIDGE INSPECTION REPORT Structure No: B: STRUCTURE LEVEL INVENTORY REPORT 1361 General Notes: 1. Structure is a Metal Corrugated Pipe (CMP) culvert. 2. Report has been revised to include additional recommendations. Report and recommendations are based on field site assessment performed on December 16th, 2019. National Bridge Inspection (NBI) Ratings: Culvert: 3 - Serious Channel: 7 - Good Structural Assessment: CMP walls are corroded throughout the entire length of the structure on both sides at the water line. Corrosion of the CMP walls on the exterior and exposed sections of the culvert is extensive, to the point where structure would be unstable under vehicle loading. Culvert section directly below roadway fill depicts corrosion with significant material section loss at the water line. CMP wall could easy be punctured during the inspection tactile operation. Recommendations: 1.Install vehicle load posting signs at both approaches to the CMP culvert. Absent a load rating analysis, it is recommended to restrict all vehicle loading to a maximum of 5 Tons. Intent is to restrict any and all truck traffic. Load posting restriction could be increased, but would require a load rating analysis. 2.Replace CMP culvert. 3.Other Options: a.Reinforcement of walls is possible, but it is not considered a long term solution. Overall life cycle cost may not be practical considering overall structure age, condition of culvert, design and construction cost. b.Installation of new and smaller dimensioned CMP culvert could be installed and encased with flowable concrete fill. This option would require a feasibility study in addition to a hydraulic analysis in order to determine drainage and volume capacities. c.Replace culvert with a simple span bridge. This option will require a Project Development and Environmental study to determine feasibility of a bridge structure at this location. Study should take into consideration availability of right of way, environmental impact and structure geometry to meet required design standards. d.Recommend inspection frequency of every 6 months based on condition of existing culvert structure, until corrective action is taken to secure the structural integrity of the culvert structure. Page 4 of 9 C: STRUCTURE NOTES BRIDGE INSPECTION REPORT 1462 South Miami Culvert Date:12/16/2019 Element Quantity Channel 1 ea. No deficiencies were noted. Metal Corrugated Pipe (CMP) culvert 50 ft. CS-4: The culvert exhibits heavy corrosion with section loss and is unsound at the splash zone throughout the entire length of the structure. Refer to Photos 1 thru 6. Page 5 of 9 Structure No: BRIDGE INSPECTION REPORT D: ELEMENT NOTES 1563 South Miami Culvert Date:12/16/2019 Page 6 of 9 Photo 02: Corrosion extends to the splash zone at both sides. E: PHOTO SECTION Photo 01: Corrosion extends to the splash zone at both sides. BRIDGE INSPECTION REPORT Structure No: 1664 South Miami Culvert Date:12/16/2019 Page 7 of 9 BRIDGE INSPECTION REPORT Structure No: E: PHOTO SECTION Photo 03: Heavy section loss throughout entire length of the structure. Photo 04: Heavy section loss throughout entire length of the structure. 1765 South Miami Culvert Date:12/16/2019 Page 8 of 9 BRIDGE INSPECTION REPORT Structure No: E: PHOTO SECTION Photo 05: Unsound sections of the CMP culvert. Photo 06: Unsound sections of the CMP culvert. 1866 South Miami Culvert Date:12/16/2019 CHANNEL _ None METAL CORRUGATED PIPE (CMP) CULVERT _ CMP pipe will require replacement due to extent of corrosion at water line. Page 9 of 9 F: RECOMMENDED REPAIRS BRIDGE INSPECTION REPORT Structure No: 1967 201 Alhambra Circle, Suite 800, Coral Gables, FL 33134 USA 305.631.220 | exp.com May 26, 2023 Aurelio Carmenates, P.E. City of South Miami Capital Improvement Program Project Manager 6130 Sunset Drive Miami, FL 33143 EXP US Services Inc. proposes to provide the services identified below pursuant to the Professional Services Agreement provided by the City of South Miami (“City”) for Professional General Engineering and Architectural Services, dated May 3, 2022. I. General The existing culvert carries SW 64th court over Twin Lakes Canal (Ludlam Glades Secondary Canal) in the City of South Miami. Our services will be based on the recommendations from the memorandum presented by Parsons Transportation Group Inc. on January 14, 2020, titled: “Preliminary Estimate for Corrective Actions at the Structurally Deficient Culvert located at SW 64th Ct. at the Twin Lakes Canal, South Miami, Florida.” The referenced memorandum identified the impacts of replacing the 120’ long by 156” diameter corrugated metal pipe culvert in-kind. The Contract Documents and supporting documentation shall be prepared in accordance with current AASHTO, FDOT Design Criteria, and current FDOT Design and Construction Specifications. All CAD shall be performed in Microstation unless otherwise receiving written direction from the CLIENT. II. Scope of Work Task 1: Data Collection (Geotechnical + Survey Services) Geotechnical Exploration – Subconsultant: Universal Engineering • Universal Engineering to provide geotechnical engineering services. Please refer to attached scope of services for a detailed description. LUMP SUM for the scope of services detailed above is………………………………….…….……….……. $7,085.00 Topographic Survey – Subconsultant: J. Bonfill and Associates • J. Bonfill and Associates to provide survey and mapping services. Please refer to attached scope of services for a detailed description. 2068 2 All survey work shall be performed to the Minimum Technical Standards set forth by the Florida Board of Professional Surveyors and Mappers in Chapter 5J-17 of the Florida Administrative Code. LUMP SUM for the scope of services detailed above is……………………….…………….………………$27,749.20 Task 2: Project Management This task consists of overall management of the project including contract administration, budget management, status reports, project scheduling, and coordination with the City and subconsultants. EXP will attend milestone meetings with the client. EXP will prepare a meeting agenda and will distribute meeting minutes within three working days of the date of the meeting. Anticipated meetings are as follows: • Project Kickoff Meeting. • 60% Design Review Meeting • 90% Design Review Meeting LUMP SUM for the scope of services detailed above is………………………………….…….……….……. $24,455.00 Task 3: 60% Analysis and Design This task includes the analysis of design features and the preparation of 60% design documents in accordance with Scenario 1 from the above referenced memorandum. This task shall include the following at a minimum: • Site investigation including the review and coordination of existing property lines, boundaries, as-builts, drainage patterns, and other relevant documents • Design coordination with utility owners within the project limits, including any necessary relocations • A site visit to establish the current conditions and correlate this to the survey data • Establishing a base map for the project area including the features outlined by the surveyors, identified utilities, drainage structures, alignments, baselines, and stationing • A Cover sheet including name of the project and site location map • General Notes, Key Sheet, and Bid Items • An Existing Conditions and Demolition Plan • A Dimension Plan referencing the proposed site work and existing conditions to remain. • Grading and utility designs will be prepared and will include existing conditions and proposed improvements. Roadway and canal grading will be based on maintaining existing conditions and mitigating future erosion. A utility design will be included for any necessary relocations including storm sewers, sanitary sewers, or water mains, and necessary notations will be included for electric, gas, telephone and cable lines • A Signage and Marking Plan • A Soil Erosion and Sediment Control Plan will be prepared depicting the limits of clearing, soil erosion control measures, construction details and notes • A Construction Details sheet will be included, showing site improvement items in accordance with municipal standards • A Maintenance of Traffic Plan 2169 3 • Three (3) sets of design drawings printed in 11” x 17” sheets and one (1) electronic copy in pdf format • A preliminary opinion of probable construction costs will be prepared. LUMP SUM for the scope of services detailed above is………………………………….…….……….……. $46,537.00 Task 4: 90% Analysis and Design This task includes preparation and submittal of 90% design documents based on the drawings produced in Task 3. This submittal will incorporate review comments provided by the City and the permitting agencies. This task will include at a minimum: • A constructability and phasing review • A summary of EXP responses to the comments provided by the City during the 60% design submittal • An updated drawing set for all the sheets listed in Task 2 • Three (3) sets of design drawings printed in 11” x 17” sheets and one (1) electronic copy in pdf format • An updated preliminary opinion of probable construction costs will be presented. LUMP SUM for the scope of services detailed above is………………………………….…….……….……. $16,599.00 Task 5: Bid Documents This task includes preparation and submittal of bid documents based on the drawings produced in Task 4. This submittal will incorporate review comments provided by the City and the permitting agencies. The submittal will include at a minimum: • A summary of EXP responses to the comments provided by the City during the 90% design submittal. • An updated drawing set for all the sheets listed in Task 3. • Three (3) sets of design drawings printed in 11” x 17” sheets and one (1) electronic copy in pdf format. • A final opinion of probable construction costs will be presented. LUMP SUM for the scope of services detailed above is………………………………….…….……….……. $5,647.00 Task 6: Regulatory Permitting This task includes the preparation and submission of the applications and supporting information required for the approval and/or permit applications listed below. EXP will attend one (1) pre- application meeting with the agencies and respond to comments provided for the applications. The plans described above will be packaged, along with the required applications for permit review submission the following agencies: • South Florida Water Management District (SFWMD) • Miami-Dade County Transportation and Public Works (DTPW) LUMP SUM for the scope of services detailed above is………………………………….…….……….……. $10,475.00 2270 4 Task 7: Structural Engineering Services EXP shall prepare signed and sealed structural contract documents, specifications, quantities, and cost estimate for the construction of culvert carrying SW 64th court over Twin Lakes Canal (Ludlam Glades Secondary Canal). Structural Tasks shall include: • Field investigation • Coordination with Geotechnical Engineer • Coordination with Survey • Coordination with Environmental • Design of CMP culvert • Design of concrete head walls at culvert inlet and outlet • Design of embankment and riprap • Prepare Cost Estimate at 90% and Final • Quality Assurance/Quality Control • Project Management Structural Plan Sheets shall include: • Key Sheet and Index of Drawings • General Notes and Bid Item Notes • Incorporation of Core Borings • Existing Structure Plans • General Plan, Elevation and Typical Section • Site Plan • CMP Culvert Plan and Details • Headwall and Details • Embankment Plan and Details • Riprap Plan and Details LUMP SUM for the scope of services detailed above is …………………………….………………..............$29,509.00 III. Subconsultants ` The below listed subconsultants will assist in the performance of the Work. Subconsultant Name Specialty or Expertise Universal Engineering Geotechnical Services J Bonfill and Associates Surveying Services IV. Schedule of Work – Time of Performance 2371 5 The anticipated length of service for Tasks 1-7 shall be 40 weeks commencing after the Notice to Proceed. Consultant shall submit the Deliverables and perform the Work as depicted in the table below. SCHEDULE OF DELIVERABLES Task or Activity ID# Major Task, Sub-Task, Activity, or Deliverables Duration Delivery Date 1 Data Collection (Geotechnical + Survey) 6 weeks 7/21/23 2,3,6,7 60% Culvert Analysis and Design/Structural Analysis and Design 16 weeks 11/10/23 Review by the City and Miami Dade County 4 weeks 12/8/23 2,4,6,7 90% Culvert Analysis and Design/Structural Analysis and Design 6 weeks 1/19/24 Review by the City and Miami Dade County 4 weeks 2/16/24 2,5,6,7 Bid Documents 2 weeks 3/1/24 Review by the City and Miami Dade County 2 weeks 3/15/24 Deliverables: At the completion of each task, EXP will provide to the City all files associated with each deliverable to include drawings files in DGN and PDF formats. V. Compensation Consultant shall perform the work detailed in this Proposal for a Total fee of $168,975 and 20 cents. The City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation beyond this amount unless approved in a supplemental work order. SUMMARY OF COMPENSATION Task or Activity ID # Task Name and/or Activity Description Fee Amount Fee Basis 1 Data Collection (Geotech+Survey) $34,834.20 Not to Exceed 2 Project Management $24,455.00 Lump Sum 3 60% Analysis and Design $46,537.00 Lump Sum 4 90% Analysis and Design $17,519.00 Lump Sum 5 Bid Documents $5,647.00 Lump Sum 6 Regulatory Permitting $10,475.00 Lump Sum 7 Structural Engineering Services $29,509.00 Lump Sum Total: $168,975.20 2472 6 VI. Exclusions from Basic Services VII. Additional Services Additional services and unforeseen circumstances beyond established scope shall be negotiated in good faith and at the sole discretion of the City. VIII. City Furnished Documents & Data The following information or documents are to be provided by the City, if available: As-built information including geotechnical information, control and topographic survey. IX. Project Manager Consultant’s Project Manager for this Project will be Jose Santiago, P.E. Submitted by: ______________________________________ Jose Santiago, P.E. EXP US Services Reviewed and approval in concept recommended by: Department Director Procurement Manager City Manager 2573 CITY OF SOUTH MIAMI Consultant Name: Contract No.: Project: Date: Project No.: Description: Work Order No: Staff Hours Salary Average Approved Rate Rate:$210.00 Rate:$190.00 Rate:$160.00 Rate:$115.00 Rate:$84.50 Rate:$97.50 Rate:58.50$ By Cost By Rate Per Man hours Cost/ Task Man hours Cost/ Task Man hours Cost/ Task Man hours Cost/ Task Man hours Cost/ Task Man hours Cost/ Task Man hours Cost/ Task Task Task Task 1 4 $840 66 $12,540 48 $7,680 12 $1,380 1 $85 15 $1,463 8 $468 154 $24,455 $158.80 2 4 $840 25 $4,750 51 $8,160 123 $14,145 156 $13,182 56 $5,460 415 $46,537 $112.14 3 2 $420 21 $3,990 29 $4,640 36 $4,140 42 $3,549 8 $780 138 $17,519 $126.95 4 2 $420 5 $950 6 $960 9 $1,035 27 $2,282 49 $5,647 $115.23 5 Regulatory Permitting 4 $840 13 $2,470 31 $4,960 9 $1,035 12 $1,170 69 $10,475 $151.81 6 Structural Engineering Services 23 $4,370 187 $21,505 43 $3,634 253 $29,509 $116.63 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 16 153 165 376 269 91 8 1,078 $3,360.00 $29,070.00 $26,400.00 $43,240.00 $22,730.50 $8,872.50 $468.00 $134,141.00 $124.44 1.5%14.2%15.3%34.9%25.0%8.4%0.7% 1 - SUBTOTAL ESTIMATED FEE:multiplier 1.00 $134,141.00 Subconsultan $7,085.00 Subconsultant: $27,749.20 Estimate of Principal's Fee Subconsultant: / hour =-$ Subconsultant: Principal's Fee -$ 2 - SUBTOTAL ESTIMATED FEE:$168,975.20 Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee and one is to be used for each Subconsultant 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. Where applicable the basis for work activity descriptions shall be the FICE/FDOT Standard Scope 3 - SUBTOTAL ESTIMATED FEE:$168,975.20 and Staff Hour Estimation Handbook. 4. Enter the multiplier value in the field after the word "multiplier" Maximum of 2 decimal points. GRAND TOTAL ESTIMATED FEE:$168,975.20 Total Staff Hours Task Project Management 60% Analysis and Design 90% Analysis and Design Reimbursables (Allowance) Other Misc. Fee:Enter Fee Description Survey Fee (or Survey Crew Fee): Geotechnical Field/Lab Testing: Additional Services (Allowance) Universal Engineering Total Staff Cost Note: Fee for the Principal(s) of the firm are not to be included above as the multiplier is not applicable to their hours. The fee is to be shown below and entered as a separa Bid Documents Total % of Work by Position J Bonfill and Associates Total hours Job Classification Assigned Staff Project Engineer CAD Operator Manor Lane over Twin Lakes Canal Culvert Replacement Design STAFF CLASSIFICATION Principal Sr Project Manager Consultant Fee Proposal Worksheet EXP US Services, Inc. 5/26/2023 ClericalEngineering InternProject Manager 1 2674 UNIVERSAL ENGINEERING SCIENCES Consultants in: Geotechnical Engineering $ Threshold Environmental Sciences • Construction Materials Testing 8050 NW 77th Court • Medley, FL 33166 • (305) 249-8434 Fax (305) 249-8479 • www.UniversalEngineering.com Offices in • Orlando • Gainesville • Fort Myers • Rockledge • Daytona Beach • West Palm Beach • Jacksonville • Tampa • Atlanta • Fort Pierce • Kissimmee • Leesburg • Miami • Ocala • Palm Coast • Panama City • Pensacola • Sarasota October 31, 2022 EXP 201 Alhambra Circle, Suite 800 Coral Gables, FL 33134 Attention: Mr. Miguel Lockward, PE, PMP, ENV SP Reference: Manor Lane Culvert Replacement Manor Lane South Miami, Miami-Dade County, Florida UES Proposal No.: 0630.1022.00047 Dear Mr. Lockward: Universal Engineering Sciences (UES) is submitting a proposal for geotechnical services for the above- referenced project. We have enclosed with this letter a spreadsheet with fees based on the scope you provided to us. Below is a summary of the cost breakdown, which includes an engineering evaluation of the proposed culvert associated with Manor Lane. We appreciate the opportunity to work with you on this project and look forward to a continued association. If you have any questions, please contact the undersigned. Respectfully submitted, UNIVERSAL ENGINEERING SCIENCES Reinaldo Villa, M.S., P.E. Branch Manager Attachments: 1) Exhibit I - Scope of Services 2) Exhibit II – Fee Breakdown 3) Exhibit III – Terms and Conditions Itemized Breakdown Task Estimated Fee 1 Geotechnical Services for Manor Lane Culvert Replacement $7,085 Grand Total $7,085 2775 EXHIBIT I – SCOPE OF SERVICES Task 1: Geotechnical Exploration Services for Manor Lane Culvert Replacement Below is the required scope of service. • Perform 2 Standard Penetration Test (SPT) borings to depths of 50 below existing grades for use in culvert replacement design • Performing laboratory testing, if needed, for moisture content, fines content, and grain size distribution on select samples • Derive soil/rock parameters for use in culvert replacement design • Provide geotechnical soil parameters based on the SPT borings, analysis of bearing capacity, and estimated settlement • Prepare Signed/Sealed geotechnical reports • Review calculations and plans prepared by Structural Engineer for all three submittals Our scope of services is limited to the culvert replacement for Manor Lane only and does not include any roadway improvements. 2876 Manor Lane Culvert Miami-Dade County, FL Fee Proposal Breakdown Exhibit II - Fee Breakdown Description unit Qty Loaded Rate Total Geotechnical Field Exploration Auger Borings Truck 0-150 ft. feet 0 $11.00 $0.00 Land Based - SPT Borings 0-49 ft feet 0 $13.80 $0.00 Land Based - SPT Borings 50-75 ft feet 100 $15.90 $1,590.00 Land Based - SPT Borings 75-100 ft feet 0 $23.30 $0.00 Land Based - SPT Borings 100-125 ft feet 0 $27.30 $0.00 Land Based - SPT Borings 125-150 ft feet 0 $31.30 $0.00 Land Based - SPT Borings 150-175 ft feet 0 $35.30 $0.00 Extra Split Spoon samples - SPT Borings 0-50 ft feet 0 $25.00 $0.00 Extra Split Spoon samples - SPT Borings 50-100 ft feet 0 $30.00 $0.00 4" Casing Allowance 0-49 ft. feet 0 $7.40 $0.00 4" Casing Allowance 50-100 ft. feet 100 $8.09 $809.00 4" Casing Allowance 100-150 ft. feet 0 $8.50 $0.00 4" Casing Allowance 100-175 ft. feet 0 $9.50 $0.00 Grout Borehole 0-49 ft. feet 0 $4.80 $0.00 Grout Borehole 50-100 ft. feet 100 $5.83 $583.00 Grout Borehole 100-150 ft. feet 0 $7.21 $0.00 Grout Borehole 150-200 ft. feet 0 $8.21 $0.00 Rock Cores 0-50 ft. feet 0 $45.00 $0.00 Rock Cores 50-100 ft. feet 0 $54.00 $0.00 Rock Cores 100-150 ft. feet 0 $60.00 $0.00 6" Casing Allowance 0-50 ft. feet 0 $12.00 $0.00 6" Casing Allowance 50-100 ft. feet 0 $13.50 $0.00 6" Casing Allowance 100-150 ft. feet 0 $15.00 $0.00 MOT Lump Sum Per Day day 0 $2,350.00 $0.00 Mobilization each 1 $375.00 $375.00 Laboratory Testing Organic Content Test each 3 $35.00 $105.00 Moisture Content Test each 3 $15.00 $45.00 Percent Passing the #200 Sieve Test each 3 $35.00 $105.00 Professional Services Senior Engineer hours 4 $200.00 $800.02 Project Manager hours 8 $133.76 $1,070.05 Project Engineer hours 6 $157.14 $942.85 Senior Engineering Technician hours 4 $85.66 $342.65 CADD Technician hours 4 $80.00 $320.01 Total for Task #1 $7,087.58 2977 7100 SW 99th Avenue  Suite 10 4  Miami, Florida 33173  T 3 05.598.8383 AAC002050  LB3398 J . B O N F I L L & A S S O C I A T E S A r c h i t e c t s L a n d S u r v e y o r s & M a p p e r s May 25, 2023 EXP Attn: Jose Santiago 201 Alhambra Circle, Suite 800 Coral Gables, FL 33134 In Reference to: City of South Miami Manor Lane and Canal Dear Mr. Santiago: Pursuant to your request regarding a fee estimate for surveying and mapping services for the above referenced project, the following proposal for same is hereby submitted for your consideration. Scope of Services: • All above ground visible utilities and improvement. (Electric boxes, meters, catch basins, manholes, poles) • Establish a site benchmark in NGVD 1929 elevation datum or NAVD 88 Datum. (Client to confirm) • Location and elevations of EOP, back of curb, front of sidewalk, back of sidewalk. • Spot elevations every 25 feet. • Location of all drainage structures including: size, drainage pipes inverts, elevations. If unable to read due to debris or water JBA will notify client to have City or County clean the structure. • Canal cross sections showing actual conditions 100 feet in each direction of the canal, topo with cross sections at each 25 feet to include soft bottom and hard bottom of canal. • Tree location height, diameter canopy, common names only within the Right of Way and adjacent to canal. • All data to be on State Plane Coordinates. • Electronic Submittal to be in the form of Electronic Transmittal (e-transmit available in Auto Cad) Time of Completion: JBA estimates 20-25 working days’ weather permitting and after NTP. Qualifications: 1. Rule of Law: All field and office efforts in connection with this project will be performed in strict accordance with the applicable provisions of the “Standards of Practice for Land Surveying in the State of Florida “, pursuant to Rule 5J-17 Florida Administrative Code. 2. Requests for service not specifically enumerated in this Letter of Proposal will be addressed via separate response if so required. 3. All survey works to be done in U.S. feet. 4.. JBA will provide 2 signed and sealed sets and a digital file Civil 3D 2017. Site 3078 7100 SW 99th Avenue  Suite 10 4  Miami, Florida 33173  T 3 05.598.8383 AAC002050  LB3398 J . B O N F I L L & A S S O C I A T E S A r c h i t e c t s L a n d S u r v e y o r s & M a p p e r s Lump Sum Fee: for Topographic Survey and Canal: $27,749.20 Payment Terms: JBA will invoice upon completion of job reference above. Payment is not contingent on payment from a third party unless other written agreements or guarantees are agreed to by both parties and attached hereto. No waiver shall be construed as a modification or amendment to these payment terms unless expressly stated in writing by J. Bonfill & Associates, Inc. Should at any time during the project the Client find it necessary to discontinue the services described above, or if the parties mutually decide to terminate this contract, the Client will compensate J. Bonfill and Associates, Inc. on an hourly basis for the percentage of work completed plus reasonably reimbursable expenses. Fees outlined on page one (1) of this proposal are fixed for a period of three months from the date of this proposal. If the work has not been initiated within this three-month period, J. Bonfill and Associates, Inc. reserves the right to terminate or renegotiate this proposal. In the event either party is forced to seek legal advice or representation to enforce any of the provisions of this agreement, then the prevailing party shall be entitled to an award of reasonable attorney’s fees and costs, including fees and costs for court ordered mediation and/or fees and costs on appeal in Miami Dade County. By acceptance of this proposal, the signing person represents and warrants to The Surveyor, (J. Bonfill and Associates, Inc.) that it is authorized to enter and accept the proposal on behalf of and binds EXP. If acceptable, a space is provided for an authorized signature. We will consider the return of the signed original letter as our legal contract and Notice to Proceed. By signing below, I APPROVE AND ACCEPT this letter as a legal contract and read and agree to the payment terms as set forth above. By: Date: (Authorized Signature) Title: (Typed or printed name) On behalf of J. Bonfill & Associates, Inc., I thank you for this opportunity to pres ent this proposal for your consideration and look forward to your favorable response. In the interim, if there is anything we can do to be of service in this or any other matter, please do not hesitate to call me directly at 305.598.8383. Sincerely yours, Marilyn Bonfill Sarasola Managing Director 3179 1 of 1 PROJECT WORK/PURCHASE ORDER Between CITY OF SOUTH MIAMI, FLORIDA And EXP US SERVICES, INC. Project Name: Design Services for the Manor Lane Culvert Replacement at SW 64 Court Twin Lakes Canal 3280 1 of 4 PROJECT WORK/PURCHASE ORDER Between CITY OF SOUTH MIAMI, FLORIDA And EXP US SERVICES, INC. Project Name: Design Services for the Manor Lane Culvert Replacement at SW 64 Court Twin Lakes Canal 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 EXP US SERVICES, 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 Design Services for the Manor Lane Culvert Replacement at SW 64 Court Twin Lakes Canal, 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 Notice to Proceed (“Commencement Date”) provided to the Consultant by the City. The Consultant shall 3381 2 of 4 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 $168,975.20 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 Agreement, the City may withhold payment of sums then or in the future otherwise due to the Consultant 3482 3 of 4 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 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. 3583 4 of 4 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.] 3684 1 of 1 IN WITNESS WHEREOF, the parties hereto have caused this Project 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: EXP US SERVICES, INC. By: Name: Title: Date: WITNESSES: Print Name: Print Name: 3785 EXHIBIT “1” PROJECT PROPOSAL (SCOPE OF SERVICES AND SCHEDULE AND PAYMENT SCHEDULE) 3886 RESOLUTION NO.: 05 6 -22-1 580 9 A Resolution authori zi ng t he Ci t y M anag er nego tiate and exe cute a Prof essiona l Service Agreement provided under Florid a Statute 287.055 Co n su l t ant's Competitiv e Negotiati on Act "CCN A ", w ith SR S En gi neering, I nc., EX P U.S. Se rvices I nc ., St an t ec Consulting Services In c., Ca lv in, Gior dano & Associates, Inc., M &J En g inee r i ng P.C., and Kimley-Horn a nd A ss ociates, In c., fo r ge ne ra l enginee r ing services on an as needed ba si s. WHEREAS, the City Mayor and Commission wish to negotiate and execute for genera l engineering and ar chi t ectura l services on an as needed basis and on a rotation basis; and WHEREAS, i n accorda n ce w it h Florida Statute 287.055, "Consu ltants Co m petitive Negotiati on Act." (CC NA), th e City iss u ed a Request for Qua lificati o n s (RFQ) to reta in qualified consu lta n ts to p rovide various profess iona l and genera l e ngin eeri ng and arch itectural services, on a rotationa l and as needed basis; and WH EREAS, a Selection Committee comprised of City staff, reviewed the proposals received and is recommending, based on the final scores and ranking, six (6) firms for the Contract Negoti ations phase of the process req u ired by the CCNA; and WHEREAS, it was noted that two Respondents tied in r anking o r der, EXP U.S. Services In c., and Sta ntec Co nsul t ing Services In c., at 2.33; and WHEREAS, due to the number of proposa l s received (21), the Selection Committee is recommending six (6) Respon dents for Contract Negotiations phase of the CCNA process and execution of professiona l service agreement; and WHEREAS, the Mayor and City Commission wish to authorize the City Manager to negotiate and execute t h e professiona l service agreements. WHEREAS, the Prof ess i ona l Serv ice Agreement with the firms shall be for a term of three (3) years and p rovid ing the City M an ager wit h sole d iscretion to renew the agree m ent for one (1) two (2) year re n ewal. Th e m ax imu m term of any one contract, if t h e City Manager decides to renew it, wi ll be five (5) co n secutive years. Th e expenditures related this contr act w i ll be charged to the Capital Improvements Program Accounts on an as needed basis. NOW THEREFORE, BE IT RESOL V ED BY TH E MAYOR AND CITY CO MMISSION ER S OF T H E CITY OF SOUTH MIAMI, FLORIDA : Section l. The forego i ng rec itals are hereby ratified and confirmed as being true and they are i nco r porated i nto t hi s resol u t ion by refe r ence as if set forth in fu l l herein. Section 2 . Th e City Ma n ager is hereby auth orized to negotiate an d execute a non-exclus ive multi- year contract with the firms selected for professional surveying, studies, engineering, and architectural se rvices fo r construction projects in accordance with Section 287.055, "Consu ltants Competitive Negotiation A ct" on a rotationa l and as needed basis. The term of each contract will be thr ee (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 87 Res. No. 056-22-15809 a draft of t he contract is attached . Th e contract may b e am ended in the event t hat the City Attorney finds that it is in the best interest of th e City and t ha t it complies with the CCNA process. The ex penditure s related these contracts wi ll be cha rged to the Cap ital Improvements Program Acco u nts. Section 3 . Corrections. Conforming language or technical scrive n er-t ype corrections may be made by the City Attorn ey for any conforming amen dments to be incorporated into the fina l resolution for sig nature. Section 4: Severability. If any section, clause, sentence, or p hrase of this resolu tio n is for a ny re ason held in va lid or unco n stitutional by a cou r t of competent jurisdiction, t h e holding shall not affect the val idity of the remaining portions of this resolution. Section 5: Effective Date: This resolution sha ll b ecome effective immediately upon adoption. PASSED AND ADOPTED this 3 rd day of May, 2022. READ A ND APPROVED AS TO FORM, LANGUAGE, LE GALITY, AN D EXECUTION ~~ ATTORNEY Page 2 of 2 APPROV ED : COMMISSION VOT E: Mayor Philips: Commissioner Harris: Co mmissio n er Gil: Commissioner Liebman: Commissioner Corey: 5-0 Yea Yea Yea Yea Yea 88