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