06-16-09 Item 9South Miami
krAnd
Oftedca CAD
1 1
CITY OF SOUTH MIAMI
INCORPORATED
OFFICE OF THE CITY MANAGER
INTER - OFFICE MEMORANDUM 2001
To: The Honorable Mayor & Members of the City Commission
Via: W. Ajibola Balogun, City Manager
From: Jose Olivo, P.E.
Public Works & Engineering Department 9
Date: June 16, 2009 Agenda Item No.:
Subject: Approval of Professional Service Work Order.
Request: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A
WORK ORDER TO KIMLEY -HORN AND ASSOCIATES, INC. (KHA) FOR
DESIGN, BID AND CONSTRUCTION PHASE SERVICES FOR THE CITYWIDE
DRAINAGE IMPROVEMENTS PHASE VI PROJECT (S.W. 59TH AVE, FROM
SW 74TH ST. TO S.W. 80TH ST. AND S.W. 74TH TER., FROM S.W. 59TH AVE. TO
SW 58th AVE.) IN AN AMOUNT OF $84,970.00 TO BE CHARGED TO FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) GRANT AND
PEOPLES TRANSPORTATION PLAN WITH ACCOUNT NUMBERS 106 -1727-
536 -3450 AND 124 - 1730 - 541 -3450, RESPECTIVELY; PROVIDING FOR AN
EFFECTIVE DATE.
Request: Authorizing the City Manager to approve professional service work order for
Citywide Drainage Improvements Phase VI Project for Design, Bid and
Construction Phase Services.
Reason/Need: The project improvement consists of providing much needed drainage
along S.W. 59th Ave. from S.W. 74th St. to S.W. 801h St. and S.W. 74th Ter.
from S.W. 59th Ave. to S.W. 58th Ave. Therefore, as one of the City's
General Engineering Services consultants, KHA has submitted the
attached proposal for the Design, Bid and Construction Phase Services
for the project. KHA's services will include: Design Phase: preparation of
detailed construction drawings, construction cost estimates, bid
documents and permitting; Bid Phase:- Assistance during bid phase,
review bids and issue recommendation of award; Construction Phase:
construction engineering inspections; review of all shop drawings;
responding to all Request for Information (RFI); review of "As- built"
drawings; reviewing of contractor's application for payment; review and
processing of all Work Order' Directives to the contractor; performing
construction close -out services; and to issue Certificate of Completion.
Cost: $84,970.00
Agenda Item No.:
KHA Agreement for Citywide Drainage Imp. Ph. VI
June 16, 2009
Funding Source: $84,970.00 will be funded as follows:
• $42,485.00 from FDEP Grant Fund w /account no. 106- 1727 -536-
3450 w /current account balance of $157,464.00.
• $42,485.00 from Peoples Transportation Plan w /account no. 124-
1730- 541 -3450 w /current account balance of $384,138.25
Backup Documentation:
❑ Proposed Resolution
❑ KHA's Work Order (Proposal) for Professional Engineering Services
❑ KHA's Professional General Engineering Service Agreement
❑ Location Map
Page 2 of 2
RESOLUTION NO.
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH
MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A WORK ORDER
TO KIMLEY -HORN AND ASSOCIATES, INC. (KHA) FOR DESIGN, BID AND
CONSTRUCTION PHASE SERVICES FOR THE CITYWIDE DRAINAGE
IMPROVEMENTS PHASE VI PROJECT (S.W. 59TH AVE, FROM SW 74TH ST. TO S.W.
80TH ST. AND S.W. 74TH TER., FROM S.W. 59TH AVE. TO SW 58th AVE.) IN AN
AMOUNT OF $84,970.00 TO BE CHARGED TO FLORIDA DEPARTMENT OF
ENVIRONMENTAL PROTECTION (FDEP) GRANT AND PEOPLES TRANSPORTATION
PLAN WITH ACCOUNT NUMBERS 106 - 1727 - 536 -3450 AND 124- 1730 - 541 -3450,
RESPECTIVELY; PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the Mayor and City Commission wishes to provide infrastructure improvements along S.W.
591h Ave. from S.W. 74th St. to S.W. 801h St. and S.W. 74th Ter. from S.W. 59th Ave. to S.W. 58th Ave.; and
WHEREAS, the Mayor and City Commission authorize the City Manager to secure the services of KHA for
professional engineering services for the design, bid and construction phase services for the Citywide Drainage,
Improvements Phase VI project (S.W. 591h Ave. from S.W. 74th St. to S.W. 801h St. and S.W. 74th Ter. from S.W. 59th
Ave. to S.W. 58th Ave.); and
WHEREAS, the total cost of the professional services will be $84,970.00 funded through the Florida
Department of Environmental Protection (FDEP) Grant and Peoples Transportation Plan with account numbers
106 - 1727 - 536 -3450 and 124 - 1730 - 541 -3450, respectively.
NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OT THE CITY OF
SOUTH MIAMI, FLORIDA THAT:
Section 1: The City Commission authorizes the City Manager to execute a professional service work order
with KHA in an amount of $84,970.00 for design, bid and construction phase services for the Citywide Drainage
Improvements Phase VI project.
Section 2: The total cost of the professional services will be $84,970.00 funded through as follows:
• $42,485.00 from FDEP Grant Fund w /acct no. 106 - 1727 - 536 -3450 w /current balance of $157,464.00.
• $42,485.00 from Peoples Transportation Plan w /acct. no. 124 - 1730 - 541 -3450 w /current balance of
$384,132.25
Section 3: The attached exhibit is incorporate by reference into this resolution.
PASSED AND ADOPTED this
ATTEST:
CITY CLERK
READ AND APPROVED AS TO FORM
CITY ATTORNEY
day of 2009.
APPROVED:
MAYOR
COMMISSION VOTE:
Mayor Feliu:
Vice Mayor Beasley:
Commissioner Palmer:
Commissioner Newman:
Commissioner Sellars:
CI®"Kirnt -Horn
and Associates, Inc.
May 11, 2009
Suite 400
1691 Michigan Avenue
Miami Beach, Florida
Mr. Jose H. Olivo Jr. PE, Director 33139
City of South Miami Department of Public Works
4795 SW 75 Avenue
South Miami, Florida 33155
Re: Citywide Drainage Improvements- Phase 6
City of South Miami
Dear Mr. Olivo:
Kimley -Horn and Associates, Inc., (hereinafter referred to as "Consultant" or
"KHA ") is pleased to submit this letter agreement to The City of South Miami
- (hereinafter referred to as "City" or the "Client ") for professional consulting
services relating to the project known as "Citywide Drainage Improvements —
Phase 6 ", as described on page 4 of the City of South Miami Five -Year Capital
Improvements Plan for fiscal years 2008/09 — 2012/13. Except as specified
below, the terms of this agreement shall be in accordance with the "Professional
Service Agreement — General Engineering Services" (the "Agreement ") between
the City of South Miami and Kimley -Horn and Associates, Inc., as approved by
the City Commission on March 17, 2009.
PROJECT UNDERSTANDING
1) As understood, this work order shall consist of providing professional civil
engineering services related to the preparation of construction drawings and
technical specifications for proposed storm drainage improvements and
right -of -way enhancements within the following existing City roadways:
❑ SW 59`h Avenue from SW 74`h Street to SW 80`h Street (2,100 LF + / -)
❑ SW 74`h Terrace from SW 59`h Avenue to SW 58`h Avenue (600 LF + / -)
2) The project limits are defined as the areas lying within the boundary
established by the legal rights -of -way of the above roadways, including
adjacent radii of return. The project limits will terminate at the north edge of
pavement of SW 801h Street, south edge of pavement of SW 74`h Street, and
west edge of pavement of SW 58`h Avenue.
■
TEL 305.673.2025
FAX 305.673.4862
L7=Fl Kimley -Horn
_.._.__. and Associates, Inc.
Citywide Drainage - Phase 6, May 11, 2009, Page 2 of 10
3) Proposed storm drainage improvements shall be limited to providing new
drainage inlets and manholes (structures), exfiltration trench, drainage
piping, grass swales, and interconnections with existing drainage structures
within the project limits in order to collect, pre -treat and retain the
anticipated runoff from a design storm event of 10 -year frequency and 24-
hour duration, or as directed by the Miami -Dade County Department of
Environmental Resources Management (DERM).
4) This scope of services excludes analysis and design of storm drainage
improvements to prevent flooding of existing buildings from storm events
of higher intensities.
5) This scope of services excludes analysis of storm runoff from contributing
areas located outside the project limits described in item 2 above.
6) Proposed right -of -way enhancements shall be limited to milling and
resurfacing or overlay of existing. asphalt roadways, new traffic pavement
markings and sidewalk repair within the project limits.
7) Roadway reconstruction and reconfiguration of the profile grade line (PGL)
are not included in this scope of services. Where localized ponding is
identified, either from site observations or the topographic survey, the plans .
will provide some proposed spot grading to try to correct these using asphalt
pavement overlay.
8) This scope of services excludes pump stations, retention ponds, storm water
treatment systems, outfalls, and analysis of areas outside the project limits.
9) The scope of services includes also includes assisting the Client during the
regulatory approval process, preparation of technical specifications and
project manual, assistance during the bidding and award of the construction
contract, construction phase services and project close -out services for the
above - referenced improvements.
ASSUMPTIONS
1) There are no environmentally sensitive areas within the project limits.
2) Traffic engineering services will not be required as part of this project.
3) Roadway design and reconstruction will not be required.
4) Existing pavement markings and traffic signs disturbed during construction
will be replaced to match existing. No pavement marking or signage
improvements are included in this scope of services.
5) Design or modification of traffic signals is not required for this project.
6) This project will be designed, permitted and constructed in a single phase.
7) The contractor will be responsible for preparing plans for staging areas and
traffic control during construction.
8) Preparation of erosion control. plans and permit applications for storm water
discharge associated with small construction activity, as defined at 40 CFR
122.26(b)(15) and regulated pursuant to Section 402(p)(6) of the Clean
Water Act, will be the contractor's responsibility.
9) Any site or infrastructure construction will be performed "in the wet" and
dewatering plans will not be required.
10) Sidewalk modifications to meet current ADA code will not be required.
C Inc. Citywide Drainage - Phase 6, May 11, 2009, Page 3 of 10
SCOPE OF SERVICES
Task 1.0 - 30% Construction Drawings:
During the 30% Construction Drawings Phase of the project, KHA will provide
the following services to the Client:
1.01 Attend one "kick -off' meeting with City of South Miami Public Works
Department staff.
1.02 Coordinate with DERM Water Control Section staff to establish design
criteria such as required design storm event, water quality and quantity
retention volumes, and to identify permits required.
.1.03 Visit the site to perform visual reconnaissance and take photographs.
1.04 Contact utility companies and providers identified from the "Sunshine
One -Call" listing and request readily available atlases, as- builts and utility
records within the project limits.
1.05 Request storm drainage utility atlases /as- builts from City of South Miami.
1.06 Based on existing surface drainage patterns identified from the topographic
survey, identify drainage sub -basin areas within the project limits and
perform water quality and quantity storm runoff calculations for the
required design storm event.
1.07 Prepare 30% construction plans for proposed drainage improvements
within the project limits. 30% plans include horizontal layout and
alignment of proposed drainage improvements, but excludes vertical
information, conflicts resolution and construction details.
1.08 Prepare an Engineer's Preliminary Opinion of Probable Costs (OPC).
1.09 Submit five (5) sets of 30% Construction Drawings and OPC to the City
for review and comment.
1.10 Attend one meeting with City staff to discuss review comments of the 30%
Construction Drawings.
1.11 Address one round of reasonable review comments from City staff, and
revise the plans as deemed necessary by the Engineer.
1.12 Resubmit five (5) sets of updated 30% Construction Drawings and OPC to
the City to complete Task 1.0.
The set of 30% Construction Drawings will consist of the following sheets:
Sheet Name No. Sheets
Cover Sheet 1
Key Map 1
General Notes 1
Preliminaa Paying and Drainage Plans 3
Estimated Total Number of Sheets 6
Task 1.0 Deliverables:
Five (S) sets full -size 30% Construction Drawings
Two (2) copies of Preliminary OPC
/0 KimleyHorn
and Associates, Inc.
Citywide Drainage -Phase 6, May 11, 2009, Page 4 of 10
Task 2.0 -100% Construction Drawings:
During the 100% Construction Drawings Phase of the project, KHA will provide
the following services to the Client:
2.01 Based on the Client - approved 30% Construction Drawings, KHA will
further develop the plans, specifications and other supporting
documentation which, in the Consultant's professional opinion, are
sufficient in detail to convey the design intent, submit for regulatory
reviews, and illustrate the scope of construction of proposed site -civil
improvements as generally described in the above "Project Understanding
and Assumptions ".
2.02 KHA will prepare a storm water management report for the project,
including engineering calculations and exhibits.
2.03 KHA will provide an updated Engineer's OPC.
2.04 KHA will submit five (5) sets of 100% Construction. Drawings and OPC to
the City for review and comment.
2.05 KHA will attend one meeting with City staff to discuss review comments
of the 100% Construction Drawings.
2.06 KHA will address one round of reasonable review comments from City
staff, and revise the plans as deemed necessary by the Engineer.
2.07 KHA will resubmit five (5) sets of updated 100% Construction Drawings
and OPC to City to complete Task 2.0.
The plan set of estimated sheets for the 100% Construction Drawings may
consist of:
Sheet Name No. Sheets
Cover Sheet 1
Key Map 1
General Notes 1
Paving, Grading and Drainage Plans 3
Paving and Drainage Details 2
Pavement Marking Plans (Intersections) 1
Estimated Total Number of Sheets 9
Task 2.0 Deliverables:
Five (S) sets full -size 100% construction documents
Two (2) copies of updated OPC
Two (2) copies of Storm Water Management Report
Task 3.0 — Regulatory Assistance:
Based on the Client- approved 100% Construction Drawings, KHA will prepare
permit and plan review applications with supporting documentation, forward
these to the Client for signature, and subsequently submit these along with
checks for the approval fees (to be paid directly by the Client) to the following
regulatory agencies for review:
®®Fl KimleyyHorn
and Associates, Inc. Citywide Drainage - Phase 6, May 11, 2009, Page 5 of 10
�
3.01 Miami -Dade County Department of Environmental Resources
Management (DERM) Water Control Section - For review of storm -water
management calculations and plans.
3.02 City of South Miami Public Works Department — For review and approval
of work within City right -of -way, and issuance of construction permit.
After plans are received from the above regulatory agencies, KHA will address
one round of reasonable review comments, revise the plans as deemed necessary
by the Engineer of Record, and resubmit them for approval. Once plans are
approved, KHA will upgrade the permit documents produced in Task 3.0 above
to full Contract Documents.
Payment of permit fees, plan review fees, connection fees and impact fees are not
included in this scope of services. Once plans are submitted for approval to the
above regulatory agencies, any comments or revisions to the plans requested by
City staff or others will be addressed as an additional service.
Task 4.0 - Bid and Award Assistance:
During the Bid and Award Phase of the project, KHA will provide the following
services to the Client:
4.01 Prepare technical specifications for the project components described in the
"Project Understanding and Assumptions".
4.02 Assemble Project Manual (Bid Document) using "front- end" documents
provided by the Client in Microsoft Word format.
4.03 Provide bid form with list of pay items and quantities.
4.04 Provide sketch of Project Sign
4.05 Attend pre -bid conference after project bid is advertised by the Client.
4.06 Respond in writing to bidders' request for information (RFIs), not to
exceed 10 RFIs. Additional RFls will be responded to as an additional
service.
4.07 Attend one Bid Opening meeting.
4.08 Tabulate and evaluate bids received, check references of responsible lowest
bidder and make recommendation based on the City's defined criteria.
4.09 Assist in obtaining and reviewing the documents needed to execute the
contract between the City and the contractor.
Task 5.0 — Construction Phase Services:
During the Construction Phase of the project, KHA will provide the following
services to the Client:
5.01 Prepare agenda for pre - construction conference.
5.02 Attend one pre - construction conference with Client and Contractor and
provide meeting minutes.
Lim FJ Kimley-Horn Citywide Drainage -Phase 6, May 11, 2009, Page 6 of 10
____ and Associates, Inc.
5.03 Review and make recommendations with respect to shop drawing
submittals from the Contractor. Shop drawings to be submitted by the
contractor and reviewed by KHA will be specified on the Contract
Documents. Additional shop drawing submittals not specified by KHA will
be reviewed, if requested, as an additional service. Shop drawings will be
reviewed for conformance with the Contract Documents.
5.04 Respond in writing to requests for information (RFI) from the Contractor,
not to exceed 10 RFIs. Additional RFIs will be responded to as an
additional service.
5.05 Visit the site periodically to observe the progress of construction and its
conformance with the Contract Documents. KHA will provide field visit
reports within 48 hours of having visited the site. It is assumed that the
duration of construction will not take longer than three months. During
those three months, KHA will visit the site an average of.three (3) times
per week, not to exceed a combined total of 39 site visits. Additional site
visits, if required, shall be performed as an additional service.
5.06 Review monthly progress payment applications from the Contractor and
make recommendations as to the amount and the percent of completion of
the project. It is assumed that no more than four (4) monthly progress
payment applications will be reviewed. Additional payment applications
will be reviewed as an additional service.
5.07 Review reasonable requests for change orders (RCOs) from the Contractor
and make recommendations to the Client. It is assumed that no more than
ten (10) RCOs will be reviewed. As part of the lump sum fee, KHA will
review and provide recommendations pertaining to additional RCOs, but
only if these resulted from errors and/or omissions on the part of KHA.
Reviews of additional RCOs relating to unforeseen conditions are not
included in this scope but may be provided as additional services.
5.08 Visit the site at substantial completion to prepare a punchlist of items that
are either incomplete, not in substantial conformance with the contract
documents, or require some type of corrective action.
5.09 Visit the site one final time to close out punchlist items.
5.10 Review density test results, as- builts, and other closeout documents
specified in the contract documents and submitted by the Contractor.
5.11 Review final Application for Payment from Contractor and submit
Certificate of Completion.
Task 6.0 — Topographic Route Survey:.
Perform Topographic Route Survey of the above referenced roadways. The route
survey will include the following:
1) Survey baseline
2) Rights -of -way, centerlines and lot lines
3) Full right -of -way
4) Invert elevations, pipe directions, diameter and materials (if visible) for all
underground sanitary and storm sewer structures within the project limits.
CI MM M and Associates, Inc.
FI Kimd' Horn Citywide Drainage - Phase 6, May 11, 2009, Page 7 of 10
.
5) Grade cross sections every 100 feet or at grade breaks (high and low points.
along the road)
6) Radius of return at each end and at side streets
7) Trees by diameter
8) Provide 5 signed /sealed hardcopies and CAD files @ 1:20 scale (5 sheets).
Five (5) sets of the survey drawings are to be provided signed and sealed by a
Professional Land Surveyor registered in the State of Florida. Electronic
AutoCAD drawing (dwg) files of the survey drawings are also to be provided.
The Topographic Route Survey scope of services is to be completed by Robayna
and Associates, Inc. The sub - consultant's fee proposal is attached in "Exhibit B ".
Task 7.0 — Geotechnical Services:
Perform four (4) SFWMD Constant -head, Usual .Open Hole Tests within the
project limits. Provide the test results in a percolation test report. The
Geotechnical Services scope is to be completed by Tierra South Florida. The sub -
consultant's fee proposal is attached in "Exhibit B".
Task 8.0 - Additional Services
Any services not specifically provided for in the above scope will be considered
additional services. Additional services we can provide include, but are not
limited to, the following:
1. Site planning
2. Environmental engineering
3. Traffic engineering and design
4. Roadway design
5. Design of public infrastructure improvements other than storm water
6. Improvements outside the limits of the project
7. Landscape architecture
8. Design of systems to harvest rainwater for irrigation
9. Plan revisions requested by others after submittal to regulatory agencies
10. Redesign resulting from substantial site layout changes caused by others
11. Revisions to plans due to changes in project scope, budget, and/or concept
12. Services required by additional governmental regulations, which might be
put into effect after the date of this agreement
13. Revisions to invoices or additional invoice backup coordination
14. Plans for maintenance of traffic (MOT) during construction
15. Erosion control plans and NPDES permitting
16. Dewatering plans
17. Attendance to meetings, hearings, presentations or coordination in addition to
those described in the tasks above
18. Deliverables not specifically outlined in the above tasks
19. Any other service not specifically listed in "Scope of Services"
C®®n and Associate KimleyHom s, Inc. Citywide Drainage - Phase 6, May 11, 2009, Page 8 of 10
TO BE PROVIDED BY CLIENT
The following items are to be provided to KHA by the Client:
1. Permit application fees, lobbyist fees and plan review fees.
2. City of South Miami drainage atlas and /or as- builts
SCHEDULE
KHA will provide its services in order to meet the schedule mutually agreed to
by the Client and the Consultant for the various elements of the project. .
FEE AND BILLING
The consultant will accomplish the services outlined in Tasks 1.0 through 7.0 of
the Scope of Services for the lump sum fee of $84,970.00 and as shown in the
table below. Office expenses have been included within the lump sum amount
and would include in -house duplicating, facsimile, local mileage, telephone,
postage, in -house blueprinting, word processing, and cellular telephone use.
For other direct and reimbursable expenses, the City will pay. the Consultant the
direct costs as per Section 4.0, "Basis of Compensation ", of the Agreement.
Task Description Lump Sum Fee
1.0. 30% Construction Drawings ....................... ............................... $16,000.00
2.0 100% Construction Drawings ....................... ............................... $9,000.00
3.0 Regulatory Assistance ................................... ............................... $1,800.00
4.0 Bid and Award Assistance ............................. ............................... $8,900.00
5.0 Construction Phase Services .. ............................... .....................$30,300.00
6.0 Route Survey ................................................ ............................... $16,200.00
7.0 Geotechnical Services .................... $2,770.00
TOTALS $84,970.00
C] IIIII 111 F1 Kimley -Horn
and Associates, Inc. Citywide Drainage - Phase 6, May 11, 2009, Page 9 of 10
CLOSURE
The terms and conditions of the "Professional Service Agreement — General
Engineering Services" (the "Agreement ") between the City of South Miami
(Client) and Kimley -Horn and Associates, Inc., (Consultant) as approved by the
City Commission on March 17, 2009, shall govern this scope of services.
If you concur with the foregoing and wish to direct us to proceed with the
aforementioned services, please issue a Notice to Proceed in writing to the
consultant referencing this document as Exhibit "A ". Fees and time stated in
this agreement are valid for sixty (60) days after the date of issuance by the
consultant.
I appreciate this opportunity to submit a letter agreement. Please contact Juan
Jimenez at (305) 673 -2025 if you have any questions.
Very truly yours,
E IMLEY -HORN AND ASSOCIATES, INC.
Aaron E. Buchler, PE
Vice - President /Associate
Agreed to this day of , 2009
CITY OF SOUTH MIAMI
Approved by:
Date:
Juan E. Jimenez, P.E.
Project Manager /Associate
MAMarketing \South Miami, City of\City wide Drainage Phase 6 \Scope.2009- 05- 04.Citywide Drain Pha 6.doc
C
O X
N
E •°
Y c�v
C
1
u
W
F
W
0
F
G C G
O QD
O G
a :o
O �
A �
u
u op
� •E
Cdr L
R �
a �
w •H
A
<i a
z z d d
R
d d e
w`vacaw"
0
O
0
O
0
O
0
O
0
O
0
O
0
O
o
O
O
O
p
p
0
0
0
0
0
0
0
O0
O
° v
0
O
co
0
O
0
oc
0
eT
0
M
0
N
oci
2
l-
1
m
000
M
�
W
FA
69
Vi
69
69
69
e9
fH
69
O
O
O
O
O
O
O
O
O
d
h-
of
O
O
Vi
�D
O
a-
0
O
0
t—
0—
00
O
0o
L 6q
N
N
r-
In
VI
py,
V3
Vf
69
fA
V)
69
fH
Vj
fA
O
O
O
O.
O
O
O
O
vi
o
o°o
Cl
m
v�'i
ono
o
M
M
R Fo,
a
ui
0
.=
o0
0
M
Vi
Vi
Vi
Vi
69
Vi
d9
A O
O
o
v1
v
o
0
C.
CT
n+
N
O
N
O
O
C U
Va
Va
0
0
0
0
0
0
0
0
4
06
4
N
b
B
O
O
o=
N
�
Vi
fA
0
0
0
0
0
0
0
0
0
O V^
A
C�
CO
C6
e+1
M
M
4
oNO
O
O
x
u VI L
e
N�
M
rn
a
0
0
0
0
0
0
0
0
0
d ^
M
N
M
N
O
O
C H 7
�
F
W
U
Va
va
0
0
0
0
0
0
Q
L
L„o �� is
o
o
•�M
v
M
o
vi
0
N
Va
Va
o
o
h
o
0
0
0
of
N
-
�O
n
O
O
� � � �•
M
b
e
N
Vj
V3
o
v
o
^
o
0
N
O
O
a
�
�
C
t
^
7
^
t
N
V
lC
R
W
A
^
V
O
F
rA
p
Y
W
h
o
c
w
E
R
R U
C
R
L
�
�
F
d
zbo
e
u
u
L
7
Y
3
I
=
v
L
A
L
A
d
a
R
y
ci
�..
of
a
Q
u
7
"
ow
Ca
en
w
d
R
G
V
W
c
3
e
r
u
e°1.°+af�UFC7
Y
F Y
o
o
O
o
0
0
0
�z
M
4
vi
\C
r
El110 Fla' im nd Associat d' Horn es, Inc. Citywide Drainage - Phase 6, May 11, 2009, Page 10 of 10
Exhibit "B"
Sub - consultants Fee Proposals
May 11, 2009
Mr. Juan Jimenez, PE
Kimley Horn and Associates, Inc.
SENT VIA E -MAIL TO Juan.Jimenez@kimley-hom.com
Re.: Route Survey Project at the City of South Miami
For SW 59 Ave. from SW 80 St. to SW 74 St. and
SW 74 St. from SW 59 Ave. to SW 58 Ave.
Dear Juan:,
As per our discussion today we are hereby modifying our proposal to a lump sum fee for the services
included herein:
1- Perform route topographic survey of the above corridor of SW 59 Ave. from the centerline of SW
,80 St. to the North right of way line of SW 74 St., then continue East along SW 74 St. to the East
right of way of SW 58 Ave., approximately 2700 LF of road right of way. This survey will
include locating all improvements within the right of way of both roads. Trees within the public
right of way will be located.
2- All inlet and manholes structures will be located and inverts will be obtained with direction and
size of pipes where visible.
3- At intersections locate the intersecting road to the limit of the extended right of way line of the
surveyed road. Locate and give station to the intersection point for control purposes.
4- Vertical control will be brought to site from closest monument, and horizontal Controls will be
based on adjacent existing plats and established rights of way.
5- In addition to the elevations at the location points, where thru total station readings are obtained,
we will obtain shots on the centerline every 100 feet and do cross - sections at the approximate
location of the high and low points of the road. These cross - sections will include shots at the
centerline, edge of pavement, top of curb if any and back of sidewalk.
6- Prepare survey drawing at scale of i " =20'
We propose to dq-t„Ws work for a lump sum fee of Sixteen Thousand Two Hundred dollars ($16,200.00).
yours,
YNA AND ASSQUATES, INC.
PE
5829 NW 158` Sheet, Miami Lakes, Florida 33014 • Tel.:(305) 823 -9316 / Fax:(305) 823 -1569
u
TIERRA SOUTH FLORIDA
M4.w.l T - f, yu H Suv:u,
Revised May 6, 2009
May 1, 2009
TO: Kimley -Horn and Associates, Inc.
1691 Michigan Avenue, Suite 400
Miami Beach, FL 33139
Attention: Mr. Juan Jimenez, P.E.
SUBJECT: Borehole Permeability Tests
SW 59s' Avenue and SW 74`h Terrace
Miami, Florida
Tierra South Florida (TSF) Proposal No. 0905 -138
Dear Juan:
Tierra South Florida, Inc. (TSF) is pleased to submit this revised proposal for performing
Borehole Permeability tests (BHP) at the above reference site. This letter presents our proposed
scope of services, anticipated schedule and fees for the geotechnical work.
SCOPE OF WORK
A total of four (4) Borehole Permeability tests will be performed at locations provided by you.
Prior to drilling at the project site, TSF will notify the local utility companies and request that
underground utilities be marked. Our experience, however, is that the utility companies will not
mark privately owned utilities. Our proposal assumes that private utility lines will be located in
the field by others prior to mobilization of the drill rig. TSF will recommend a utility line
locating service upon request.
Upon completion of the field- testing, a report will be issued which contains percolation test
results.
SCHEDULE
TSF will proceed with the work immediately upon approval. With our present schedule, upon
utility clearance, the fieldwork will take one (1) to two (2) days to complete. The results can be
submitted within a few days after completion of the field test. For our records, please sign and
fax a copy of this proposal to our office.
Kimley -Horn and Associates, Inc. 2
Proposal No. 0905 -138
COMPENSATION
The work will be billed on a unit price basis, at the unit rates shown below.
I. Mobilization and Proiect Initiation
Lump Sum $ 350.00
H. Field Work
BHP, 4 tests @ $350 $1,400.00
III. Coordination and Renortine Results
Senior Technician 8 hours @ $65 /hour $ 520.00
Senior Engineer 4 hours @ $125/hr $ 500.00
TOTAL PROJECT COST: $2,770.00
We appreciate the opportunity ity to submit this proposal and look forward to working with you on
this project. If you should have any questions concerning our proposal, please contact our office.
Respectfully submitted,
TIERRA, INC.
:5
Rarriakumar V. Vedu�, l Eo
P r inci al Engineer
x
p
2765 VISTA PARKWAY, SUITE 9 WEST PALM B]
(561) 687 -8539 FAX (561) 687
State of Florlda Professional Engineers License
N,
z. A s, ,
General Engineering ti5enriecs
TH.] AOREEENT mde a rand entered into this ��
1 M. day of 20tj by and between the CITY
OF SOUTH MIAMI, a political :�uhdivision of'the State of Florida, re.fe..rred to as the "C t M' and KIMLEY-
HORN AND ASSOCIATES:, INC., authorized to do bErsiness in the State of Florida, referred to as the
,fC.ONS 1_! I TANT ".
In consideration of the premises and the mutual covenants contained in. this agreement; the CITY
agrees to employ� the CONSULTANT.` forr a peiriod ending on Mceni.bQr 31., 2011, arad the CONSULTt,
agrees to perform all prol`t:ssional services in connection with the WORK, as described herein, on a
continuing basis in connection with projects where the basic construction costs does not exceed
$1;000,000,00 or studies which do not exceed $5000.00, herein after called the "SERVICE, S ".
SECTION I - GENERAL PROVISIONS:
1.1 The CONSULTANT may be issued a Notice to Proceed to encompass the entire Basic Services, as
de fined in. paragraph 2.2 for a proJect, for a. portion of'the Basic Services, car for discrete tasks as
specified, in paragraphs 23 Additional Professional Services, for the purpose, of reviewing wcFrk
performed by other professional consultants or for other miscellaneous engineering services that may
be required,
1.2 A Notice to Proceed will be issued oil all as needed basis Ott the side discretion of the Cl t"Y. 'fhe
CITY reserves, at all tinte;s, the right to perform any arid all engineering work, in ".house or with
other engineers: This Agree ta.ent does not confer on the CONSULTANT any exclusive rights to
tp
CITY WORK, nor does it obligate the CITE' in Any manner to guarantee WORK for the
CONSULTANT. The CONSULTANT may submit proposals for any professional. services for
"vh eh pro po&aIS- rijay" be Publicly solicited. by the CITY outside; of this agrement:
1.3 The CITY will corder with the CONSUUF ANt' before; any Notice to Proceed is issued to discuss the
scope of the WORK- tirrie needed to corrtplete the NVORK and. the fee for the sertirrces to he
rendered in connection with the WORK,
1.4 The CONSUI:rANT Will submit a proposal upon the CITY'S request pri r to the issuance of a Notice
to Proceed. No payment will be made for the CONSULTANT'S time and services i.n cannection with
the preparation of any proposal.
1.5 The CITY agrees that it will lianiish to the CQNSt. LTAN'T" plans and other data available in the
CITY files pertaining to the WORK to be performed under this agreement promptly rafter each Notice
to Proceed.
l..G The CONSULTANT agrees to produce and distribute Mincntes, promptly after ettc}i meeting at Which
their-presence is required.
1.7 The CITY agrees to designate. a represerntative wino, on behalf: of the City Manager shall examine the
documents submitted by the CONSULTANT and shall. render decisions promptly, to avoid
unreasonable delay in the progress of the. CONSULTANTS services.. The CONSULTANT shall
keep the Cl'rn representative advised on the project status at. all times.
}.$ The CITY agrees to aSSue all direct.ves and apprmad in writiing.
SECTION 2 - PROFESSTONA.L SERVICES
2.1.Oeneinl Engineering Services
The professional services to be provided by the consultant are as follows:
A. Roadway Engineering to include streets, sidewalk, Curb, gutker, drainage, associated traffic
control. devices, stripping,. lighting, irrigation, sines d reduction devices and inc,idonlal
landscaping.
B. Drainage Desgin includes the necessary analysis rneeded fo implement proposed drainage
improvements, preparation. of paving and drainage plan for nnunicipal building; and facilities.
C. Civil Engineering, to include Distribution Systems Improvement f Analysis and design and
Sanitary Sever Syster n Evaluation and design.
D. Environmental Engineering, to includiin& investigation. and design needed to prepare
iertnediation plans to mitigate Underground aorage tank-,
, Inuardotts waste lxtatun ials and
asbestos materials.
E: `i:°.rame engineering Services twill .include daily volume counts, data analysis, preparation of
collc,eptual improvelnnernts plan, present .reports and recommendations to stakeholders and
preparation of final traffic engineering Mptzrt.
F" Other ilncid.ental services associated to the above items.
2.2 Basic Services
The Basic Services, for design and c;onstrucytiotn, consist of six (6) pluses described in Paragraph 2.2.1 through.
226. The scope outlined below is applicable: in its entirety to Project& for which completed Basic Servict,s
are authorized:
Upon authoriration to proceed froinl the CITY, the CONSULTAN I agrees to provide Complete professional
engineering services for any portion or all of the six Phases outlined below. The CONSIrr.U1 AN'T' agrees to
co- olelinate his effort with that: of any other en�irneering, landscape arch tecfural or ilclutECtLEnflt
CONSliIJAN`:, to assure a coordinated and complete FORK. The lead CONSULTANT as designated by
Pr3i'CS�Ot�nai iCR'1.CCS r1;neccratcnt
Gcncral Engirncennocrviecs
December 2008
Parr. 2 of 17
the CITY shall. prepare the final bid package: including bid documents and specifications, which shtrll be
prepared by, and be the responsibility of the respective disciplines.
2,2.1 Phase I -F >rel fin inary and Schematic Dcsi=
A. The CONSULTAN'.t" shall confer with representatives of the CITY and. the using agency to
dotermine the full scope of the, Project that will meet the program requirements, and shrill
advise the CITY if; in the CONSULTANT'S opiiiiala,. Vie, allocated funds are adequate to
accomplish the program requirements.
B. The CONSULTANT shall use proper and adequate design control to assure the CI'T'Y that tile.
pfogranl Mquiren eats. will be met.
C. The CONSULTANT shall prepare a Design Concept and Schematic Report, comprising of.
the Project Timetable (Master Schedule), planning Surninary (unless advised otherwise),
Sc hernatic Design Studies (unless advised otherwise) as defined belmw, and the Statement of
Probable Construction Cost.
D. The Proposed Project Timetable shall consist of a schedule showing the proposed completion
date on. each Phase of the Project through design, bidding, construction, and. proposed date of
completion,
L. The Planning; Summary (un)ess advised otherwise.) shall consist of a vicWhy plan and blow-
up of the Site (if' applicable) showing Project orientation, and a brief summary of all pertinent
planning criteria used forthe Project.
F. The Schematic Design Studies (unless advised oth- rwise) shall consistofall plans, elevations;
$tetiUrzs, etc.. as required to show the scale and relationship of the parts and the design. c oric�pt
of the whole. A Sirnple perspective sketch, renderings model or photograph ph thereof rr ay bc-
provicicd to [ :urther show the dc:s14p concept.
O. The CO:N'SULT ANT shall present the Schematic design studies to the appropriate Boards for
their approval when the project requires such .approval. The Con.scfltant shall Make copiers
necessary for presentation to the Board at no additional. cost to City.
1-1. The CONSULTANT shall present the schernatic design studies to all the appropriate utility
companies (such as Southern Bell., Dynamic Carle, MD WA,.,A, cto.) for any conflict
with their utilities..
The Statement. of Probable. Construction Cost shall include estimated cost of the Project .
iricludin,; fixed equipment, prof:essiunal fees, contingencies (if anyr), escalation factors
adjusted to the estimated bid date, .movable estimate (if any), and utility service extensions (if
Profussional Smites Agrcc.113cn:t
lknCral i ncinecring Services
D cc ibcr 2008
P,Igc : of 17
applicable). The CONSUUFANT'S opinions of probable Total Project Cost's and
Construction Cost tire to be made on the basis of CONSULTANT'S experience and
qualifications and represent CONSULTANT'S best 'udgernent. as an experienced and
. qualified pro;Fes I sional. Qng'ineer, flainiliar with the local construction industry- and prices.
J. The CONSULTANT shall submit and present two (2) copies ofall documents required under
this Phase, without. additional charge, flor approval. by the. CITY and he shall not pro eed. with.
the next Phase und I directed by the CITY
2.2.2
A. From the .approved Schematic Design documents, the CONSULTANT shall prepare Msisn
Development Documents, comprising the drawings, outline speeffleations and other
documents to fix and. describe the size and character of the entire Project as to construction
and fillish inaterials and other items incidental thereto as may be appropriate and applicable.
B. The Design Development Documents shall comprise the Proposed PrOject TiM:Qtable
(updated), Outline Specifications, Updated Statement of Probable Construotion. Cost, and
Design. Development Drawings, etc., as required to clearly delineate the Project. If the
Updated Statement of probable Construction Cost exceeds the allocated funds,. feasible cost
or scope reduction options shall be included.
C. The CONSULTANT shall submit and present two (2) sets of till. documents required under
this Phase, without additional charge, for approval by the CITY and not proceed. with the next
.Phase until. directed by the ary.
D. The CONSULTANT hall at all times monitor the Pro bable C onstruction Costs t o Ma
ke
certain they remain within the total allocated budget. A Notice to Proceed to Phase 111' will
not be issued if thelatest statement of Probable Construction Cost exceeds the totalalloQatod
hands.
2,2.3 Phase III —1~ inal Design I Construction 170001nen-ts Dew.lOpmentl
A. From the approved Design Developi-nent Documents, the CONSULTANT shall prepare
Filial
Construction Documents , setting forth in detail the roqllircments for the WnStr=6011 Of the
Project including the Proposal (Bld) Form and other necessary information. -for bidden"
Conditions of the Contract, and Complete Drawings and, Specifications. CONSULTANT
shall use Construction Specifications Institute (CSI) Standards and the City of South Miami
Standard forms ror the preparation of the proposal (bid) fornis, Instructions to Bidders,
conditions ol'Contract and Spcelfications. The CONS 1JUrAN'T ;hall review all existing City
Specifications, for completeness prior to use and shall supply all needed additional
specifications.
B. The COIIStri.Wtiori Documents shall be prepared in a manner that will assure clarity Of
linework, notes, and dimensions, when the documents are red . uced to 50% of their size:. All
Prokssionil Scryiccs Agreement
General Engincermig sorvices
December 2008
Page-4 (if 17
drawings shall. Inc on 2 " x 30" paper` (1)1° size), on the City s standard shy et format, unless
approved otherwise.
C. All construction documents shall be submitted in both "hard copy" and electronic media in a
mutually agreed upon electronic format, butgenerally as follows:
l . Nero- drawing submittals in Microsoft Offifee Format.
2. Drawings in AutoCAD florm i+t.
3. GIS files should be in ArcView format Version 3.2.
l`). When the development of the dr-iaivings laas progressed to at least 50% completion in Please
Ili, the CONSULTANT shall submit two (2) collies to the CITY for approval, -Withtrut
additional charge, along with updated outline; specifications. The CONSULTAINIT shall also
submit at this time an updated Stateincnt of Probable Construction cast as indicated by time
factor, chan es in requirements, or general market conditions and an updated Project
Il
Schedule.
The CONSULTANT shall not roceed with the flurther develo .lent until a�ro�ra� of the
50 °1a documents is received from the CITY. The CONSUTA'.ANT shall make all changes to
documents the 50% complete Check set shall be returned to the CITY.
V. A. Notice to Proceed for the counplc flan of phase I.I.I, evill not be a4sued if tile, lrjte',; St�atc merit
of Probable Construction .Coast exceeds the total allocated funds, rEnless die CITY increases
the total allocated bands o • the CONSULTANT and the CITY agrees on methods of cost
reductions stiftieient to enable construetion within the funds available.
G. Upon. 100°/0 completion of the Construction Documents, the CONSI.It rAN "1" shall submit: to
the CITY s frkal, updated Statement of Probable. Construction Cyst along with tv.,Q (2) copies
each of Check Set of drawings, specifications,. reports, programs, etc., w tlac tit additional
charge, for a final review and comments or approvals.
H. The CONSl:1U AANT shall make all the necessary presentations to the appropri, to CITY
.13oards (such as Environmental Review Board, Histori cal. Preservation Board etc.) for th.e
final ZaT:proval.
1. The CONSULTANT at no extra cast to the CITY shall make all required changes or additions
and resolve all questions resulting from pain, graph. 1°I if the changes or additions do not alter
the scope of tlje project as determined under paragraph 2.2, 1, A. The 100% complete "Cheek .
sc t Shall be returnc�cl tc? the; CITY. '. flpor1 f ri.,al gpprt3val iiy the CITY the CONS(iLTANT shall
furnish to the CITY a. aninirnEani of 30 sets of drawings and for bidding
Purposes, finless instmeted otherwise.
.f. 1'he CC71 S1!L'T ".AN'I' shall arrar>ge for "drys runs" and /or make final sul�missi0� to
appr npa late autl cirrta.t s (t'egUlcatc3i � age ncii_5 tci nclut {e ai d ncit liaa.1 . - tt City, Ciatrnty, State
or Federal) as necessary, to .ascertain that the construction docUments Meet the nccessc3r)�
1'1R) *sioI71I.S,'er hire AYoh reerkwilt
Ocn.crai r ngin4xm1g SCTVI.=
Lhccni.bcr :try}$
Nuc5of17
requhvments to obtain all the nece.sar ;1 permits for construction. CONSULTANT shall
respond to all technical questions from regulatory agencies. CONSULTANT shall modify, at
no additional cost to CITY, in order to acquire the necessary permits.
?.4 Pha.W N Bi_kin. <<nd NegL t ati)n Phase. .
A. Upon obtaining all necessary approvals of the Construction Documents, and approval by the
CITE` of the latest Statement of Probable Construction Cost, the CONSULTANT shall farnish
the drawings and specifications as indicated above for bidding, and assiqt. the CITY in
obtaining bids <jnd awarding arid. preparing construction contracts. Tile. CONSULTANT shall.
attend all pre-bid conferences. The CONSULTANT shall be present during the bid opening .
and. as part of his assistance. to the CITY will tally, evaluate and issue a recornniendation to
the CITY after verifying bond, insurance docunient5, questionnt irc and reference submitted
by the constructor.
E3. I'ITC CCNSLIL,'TAN'T sltal.I issLie Addenda through the C[TY as appropriate to clarify, correct.
or change Bid Documents.
C. If Pre - Qualification. of bidders is required. as set forth, in the bequest for Qualification,
CONSUL`I'AN -r shall assist City in developing qualification criteria., review quali#ications of
proslnctiw- bi:dder5, rind mcon mend uc;�eptan:ce or rejection ol'the prospective bidders.
O. [t-the lowest responsible Base Bid received exceeds tare Total Allocated .funds the CITY may:
1. approve the increase in Project Cast and award a conSt.rLlCti011 contract or=
2. reject all bids and rebid tare Project within a reasorlabJ,o time with no change in. the
Project, or
3. direct the CONSULTANT to rr;vise the Ptxiject scope or quality, or both, as approval
by the CITY and rebid the Project, or
4. suspend or abandon the Prujoct, or
5. exercise. all options under. the City Charter and State LaNv.
Nall : Undei iteni. (2) above, the CONSULTANT 5;hall, without additional compensation,. assist the
Ci' :l'Y in. obtaining re- bias, and .awarding the rebid of the pr�jcet. Under retire (3� above, the
CON,91JLTANT shall, without additional compensation, modify the Construction Documents as
necessary to bring the Probable Construction. Cost within. ti.i.e Total. Allen -ated .Funds. When the lowest
responsible bid is over 1.5% of the CONS UL`t AN'l" estimate..
64 For thQ purpose t)f 1.xVr3ent to the CONSULTANT, the Biddinr� Phase will tcrnrirlatc and the
services of the CONSUL PANT will be considered complete upon signing of an Agt =nient
of the
a Contractor. Rejection of bids by the CITY tines not constitute c ancellation e
ptoJect.
12.5 Phase V — General Adininistraflorl O llii Constitrctioi� Contimmact
r'rofj:,"ii)zns Svrvicdti.APreCm�ilt
G"Crat E nginecr ng ScrviccS
L�ommbcr 20H
Page 6 of 1'7
A. The Constl'LiGtion Phase will begin with the award or the ConstrUctiUil Contract and will end
when the Contractor's final. Payment Certificate is approved and paid by the CITY.
B. The CONSULTANT, as the represent Give of d o ct'r4' during the Construction Phase, shall
advise and consult with the CITY and shall have authority to act on behalf of!the CITY to the
extent provided in the General Conditions and as rnodi.f ed in the Supplementary Conditions
of the Construction Contract.
C. Tile CONSULTANT shall attend prQ- cons(ruction: Fne.etings,
D. The CONSULTANT shall at all tirries have access to the project wherever it is in preparation
or progress.
{ . The c t7NSUT.NANT iall visit the site at least weekly and at all, key construction o ei).ts to
ascertain the pi�gress of the Protect find to determine in general if the WORK is proceedi.nc inl
accordance with the Contract. Documents. On the basis of on -site observations, the
CONSULTANT will use reasonable and customary care to guard. the CITY against defects
and deficiencies in the WORK, The, CONSULT ANT in:ay be required to provide continuous
daily on -site observations to check. the duality or quantit), of tile '+ WORK as set forth in. this
Agreement and defined by the Scope of WORK issued 'for the individual project. On. the
basis of the on -site observations, the CONSULTANT will advise the CITY as to the progress
of and any observed defects and deficiencies in. the NVORK immediately in writing.
E . l Ire CUNSCII_rI 'AN' :C shall furrai:sh tltc Ci'l` ! with a wvriuen. report of all observations of the
WORK made by him during each visit to the WORK. He shall also note the general status
and progress ol'thc WORK, shall subinit satl,e in a timely manner.. The CONSULTANT
shall ascertain at least monthly that the Contractor is making timely, accurate;. and complete
notations on record. drawV'illg8.
G. Lased on observations at the site and on the contractor's Payn lent Certif.cate, the
CONSULTANT shall determine tine aiiloI.nnt. duce the Contractor on aceoLint and lie shall
recommend approval of the Certificate in such amounts. The recommendation of approval of
a i':ayrnirnt Certificate shalt constitute a representation by,, the CONSULTANT to the CITY
that, he c. rti: es to the CITY that the WORK has progressed to the point indicated, and the
quality of the WORK is in accordance with the Contract. Docuinen.ts subject to:
t, 4111 ev�r.lurtt on. of the WORK for conformance with the CO,111- ct d.ocunjents upon
substantial. oorrrpletion.
2. the results oi'any subsequelrt tests required by tile contract doe Lune nt.s.
3, rrrinor deviations from. the Contract d. «cuillentN correctable prior to completion and
acceptance of the piTect.
Professional sciv €ces Apecincrit
Getteral Engineering services.
December 2008
Piece 7 (if 17
H. The CONSULTANT shall .rave are af:Firtnetive duty to recommend rejection or WORK, which
does not conform, to the Contract Docu.rnents, Whenever, in his reasonable opinion, he
considers it necessary or advisable to insure compliance with the Contract Docurrterits: he wvill.
have ;authority (with tho City's prior approval) to recommend speci°a.l inspections or testing of
any 'W'ORK deemed not to he in accordance with the Contr.pct whether or not such WORK
has been t bricated ind delivered to the 1'rcject, or installed and completed.
1. The CONSIJMNT shall promptly review and approve shop drawings, maniples, and other
su tni.ssi.ons of.'the; Contractor for conformance with the design concept of the Project and for
compliance with the Contract Dociunents. Chan .5 or sub Stittit:ions to the Contract.
Docrr.rncnts shall not be authorized without concurrence with the CITY.
The CONSULTANT sl;all review and recommend action on proposed Change Orders within
the scope of the Project initiated by others, and initiate proposed change carders as required by
his own obsem ations.
K The CONSULTANT shall examine the WORK upon receipt of the Contractor's Certificate of
Substantial Completion of the Project. A Punch List of any defects and discrepancies in the
WORK required to be corrected by the Contractor shall be prepared by the C,0N1S1JLT.ANT
in conjunction with representatives of the CITY and satisfactory performance obtained Before
lee CONSULTANT recommends execution. of Certificate of Final Acceptance and final
_payment to the Contractor. fle shall obtain from the Contractor all warranties, guarantees;
operating and maintenance manuals for e+iiprnent, releases of'lien and such. other docuinents
and certificates its may be regpired. by applicable codes, la ,,vs, policy regulations and the
specifications, and deliver them to the CITY.
T,. The CONSULTANT shall provide assistance in obtaining Contractor's compliance with the
Contract Documents relative to, 1) initial instruction of CITY personnel in the operation and
rnaintenance of any equipment or :system 2) initial start -tip and testing, adjusting and
balaneittg of egtripment anti systlsrtts, and, 3) final clean -up of the pr( jest.
M., The CON-SUM'ANT shall provide. the contractor with. three sets of drawings labeled
"Construction Plans.' forpermit from Priblie Worits.
12.6 Phase VI - Post Construction. Adniinistz-ation
A The CONSULTANT shall prepare and provide the CITY with a written inanu al, to be used 1V
the C 'l'Y, outlining the implementation plan of all the required maintenance necessary to
keep the proposed WORK operational into safe and c5ecti.vt mariner.
B. The CONSULTAN"C shall furnish to the CITY, reepraciLieible record. drawings updated based
on information furnished by the Contractor: such ch- wings shall become the property of the
crl'1'.
C. The CONSULTr' M' shall assist in the inspection of the WORK one month be #ore the
expiration of any guarantee period or the sinth month whichever is earlier and report any
�3c��rr11 L ?uginearirl,�Surv'iC�s
U =.),11bea NO
t°agc 8 of 17
defective WORK in the Project under terms of the guarantee/warranties for coi.i=tion. He
shall assist the Ci"I'Y witi.i the administrati011. of guai-amee/warranties for correction of
defective WORK that may be discovered during the said period.
D. The CONSULTANT shall furbish the City with a 3 -ring binder labeled "Close -out.
DocumentP that will. include as a miniinuin a copy of
• Certificates of completion
• As4lu.j Its (1/2srre)
• Test Results
• Daily construction. inspection reports
Progress meeting minutes
Approved shop drawings
• Warranty manuals as applicable
Final release of liens
Final payment to contractor.
2.3 Additional Professional Services
Additional. Services as listed below are normally considered to be beyond the scope of the Basic Services for
design and construction, as def Tied in this Agreement but which are additional services which may be
authorized within the Scope ol'Work given the CONSULTANT.
A. Special analysis of the CITY'S needs, and special programming requirements for a project,
B3 Financial feasibility, life cycle costing or other special :studies.
C. Planning surveys, site evlaluations, or comparative studies of prospective sites.
D. Design services relative.. to. future f�acilitic;s, systems and egti pment, which are not intended to
be constructed as part of a specific 11rgject.
E. Services to investigate existing conditions s (exclud ng utilities) or facilities or to make
measured. drawings thereof., or to verify the accuracy of drawings or other iniom atio. n.
f%rrnished by the CITY.
F. Proficssional detailed Nstimates of Constt.uction Cost consisting of quantity surveys itemizing
all material, equipment and labor required f €)r a Pix ject.
G. Consultation concerning replacement of any WORK damaged by fre or other cause during
construction, and furnishing professional services of the type set forth in Basic Services as
113.ay be required relative: to replacem.c.rrt of such WORK, providing the cause is found by the
CITY to be other than by fault of the CONSULTANT.
f Prnfmiiunar Scrviccs Agrament
CiL:nCrtl: r71t;i1ic'.L`,rilf "atie,Tti�i;:c�
[7r`ctmbcr �UUi;
r'agc9ot17
I-.I. Professional services made necessary by the deftu.lt of the Contractor or by major defects in
the WORK lender the Construction Contract, providing the cause is found by the CITY to be
other than by fault of the CONSULTANT.
T. Making major revisions changing. the Scope of a project, to drawvings and spec %Ccations when
such revisions are inconsistent with written approvals or instruction previously given by the
CITY and are due to causes beyond the control of the CO SUI.,TA:NT. (Mijor revisions are
defined as these changing the Scope and arrangement of spaces and/or scheme or any
portion).
I. one ser-v ices of one or more full -time Project Representati` =es.
K. Preparing to serve or serving as an expert witness in connection wW.i any arbitration
proceeding or legal proceeding in connection wwrith a Project.
L. Professional services required after approval by the CITY or the Contractor's Requisition for
Final Payment, except as otherwise required under Basic Services.
M. Preparing supporting data, drawings,, and specifications as may be required f{)r Change Orders
affecting the scope of a Project provided the Changes are &C to causes found by the CITY, to
be beyond the control of the CONSULTANT.
SEC1,I0N `X'1.M:f+ J+tiRCO.MP[,i♦.7I<+ON;
The services to be rendered by the CONSULTANT ibr any WORK shall be commenced upon written Notioe-
to Proceed froiIi the CITY subsequent to the exectitioti of this Agreement. and Khali be completed within the
time based on, reasonable determination, stated in the said Notice to Prooced.
A reasonable extQnsion of time will be granted in the event there is a delay on the part of the C:.rry in
Fulfilling its part of the agreement, change of scope of ,work or should any other events beyond thy; control of
the CONSULTANT render performance of his duties impossible.
SECTION 4 - .BASIS OF COMPENSATION
I Ire CONSULTANT agrees to negotiate a
",not to exceed" fee or a fixed suin fee for each. of the WORK
assigned to h nn based on the Scope of such WORK. Upon agreernen-t f a fee* the CITY will issue a "wn itten:
wthorization to proceed. to the CONSULTANT. In case of etnergeucy, the CITY itis�rwfes the right to rsscre
oral authorization to the CONSULTANT, with the understanding that.. written confirmation will folIowa
itunediately thereafter. For reproduction of plans and specifications, beyond the requirements as identified
u tider Section. 2- Professional Services the CITY will pay the dixect costs.
The fees for Profc;ss oral Services for each of the WORK shall be determined by one of the following
methods or a combination thereof, as mutually agreed upon by the CITY and the CONSULT- NIT.
■ Prokcssionai smices Ar-
secmcn#
tknuar €<nginccrin, Scrviccs
December 2008
Page r 0 of 17
A. A flixed SuIll.: The fl e for al 1 5 sco e,
'0, A. T� ar a of work iiaaY
, be fixed sure as muwallY agre-ed upon
'
by the CITY and the -CONSULTANT:
B. Hourly irate f e CONSULTANT agrees to accept tort 3.e
.oe; CITY agrot�s to pay, a.n.d the
I With t e flolowitig;
services rendered. Pursuant to t1iis A.greml.e.11t. &es in ac orcan h
categoty
Project Managor
Sea lor Engineer
Eni, i. II.C.CT
Coll. structi oi.i.M.anager
Canstwtiulll nspq Q*fipti.
S Ml man.1 ec inica
'o r D ra s /T WCA.D.0 Operator
Draftsmen
Datzl,processli n a { C kv I p'.'Il
overhead, andprofit..
I-lowly Raw-
$204.00
$160.00
$125.00
$102.00
$152.00
$ 81.00
$ 76.00
$ 65.00
$ 52.00
I- T-9
S CT`. -5 -.PAYMIN ANWP ARI - L-PA. ,N
Ot Pli 'ANT f or all autharizedAVOI K
V pa�
lo CITY, willm,ake ffibnfI4 m,,e,,n,. t.s 6 the. 00
Oer i-iiiedAtn' tie Forcdesl nAnd,O)' SEA tck�ot 13�'tij�ct let fee !`or each phase :
.6 in e_prevlous ch ar;:
is. not ipe i 'd 41Mt. 4h n6t.exceed.. h d.
q -FIQ -Such j)qTp fh :the epenta of Basra:
;Cdmp;nsa#*6ft- indit. te&b6lowibr eacl ; P h w
.4
Ti.iel:ttiv.o"tee,.,s-hal:1.conit,a:�i thelWl MR J fD ioll::
. . . g h— 11.11at
uaofthe invoic ps: submit te&tshall be:tl*4mpunt- due: fb al� V 0
perf b vd , to
I d a. W
CU t"tS dA
h&:CONS.UMANT;
T h -e x r me ljt� ul.11. ch de th
CfbTl O
NY
a. �r p"t. Nan' w.
b. T :11: . C6**..., �., ., NSUI.JA h P. si� le god n** tuicumnount (QQ N-V jiu..' aii at6d upset lam ftl,*Peers)
cl, perc. -6f NVOrk- completed.
Prof"sioni S i %
* pult.
U. ."n -T
0' , * d S CS
...91I)CUID9 C.Ytc
LI df 17
d.. Amount earned.
C. Amount previously billed.
f Due this invoice.
b.
Balance rcmairai.ng
h.. Summary of Nvork clone this billing period.
. Invoice; number and date.
a. Upon. request by the CITY the CONSUL I ANT shall provide the C~[TY with. certified, payroll.
data for tli.c WORK. reflecting salaries and hourly rates.
SECTION f m T21<GI T OF D C U91'ONS
All services shall be performed by the CONSU.LTANTto the satisfaction of the CITVs representative, who
shall decide all questions, difficulties and disputes of -whatever. nature which njay, arise under or by reason of
this Agrcen-lent, the prosecution and fu.lfrtln .etat cif the. services, and the character, quality, amount and value
kind the representativ&s de6sl.c nS upcii� all claims. tlue.gtions, and disputes :shall tic:; final, c nclusi.ve and
binding upon the parties unless such detetmination is clearly arbitrary or unreasonable. In the event that the
CONSULTANT sloes not concur in the judgement of the representative as to any decisions rnade by him, he
shall present his written objections to the City Manager and Shall abide by the decision of the City Manager:
Nothing in this section shall. mean to deny the right to arbitrate,, by either parties, in accordance witli. the
Industry Arbitration Rules of the American Arbitration Association.
SECTION 7'- OWNERSHIP OF DOCUMENTS
All reports and reproducible plans, and other data developed by the C:ONSWUFANT for the purpose of this
Agreement shall become the property of the CITY without restriction or li.tnitation in oan.nection. with tli:e
owner's LiSe a cx cupancy of the project. Meuse of tlze;;e do curnent -S without wri #t n agroement troin the
CONSULTANT shall be the CITY'S sole risk and without liability and legal exposure to the CONSULTANT.
When each individual section of the WORK completed. under this Agreement is complete,; all of the, above
data shall be delivered to the Cl "I'Y.
S.EC'I"I(}N S -COURT APPEARANCES. CONFEIZENCES AND H E AIUIvNGS
Nothing in this contract shall obligate the CONSULTANT to prepare for or :appear in litigation on be alF o -F
the CITY without additional compensation except for any dispute rirising out ofthis contract. The amount of
such compensation shall be.mutually agreed upon and be subject to a supplemental agreement approver by
the City Col-nmissioners and upon receipt of written authorization .[zone the CITY prior to performance of *a
court appearance and conference.
The CONSULTANT shall confer with the CITY at antime during construction of the improvement
contemplated as to interpretation ol'plans, correction of cn ors and. omissions and preparation ofariy necessary
plan thereof to coMct Such errors and omissions or chq:rif'y without add. d compensation.
SECTI:C)N 9 - NQTJCES
Any notices, reports or other written communications from the CONSULTANT to the CITY shall be
considci-cc! delivered when deliycred by courier or by mail to the CITY. Any notices, reports or other
Prafessi.onal .5crvins Agrec¢icnt.
General Engineering Scrviccs
Dea mber 2003
liev 12 of 17
cormnunications :from the CITY to the CONSUI I'.A:N-T sh.al.l be considered delivered when delivered by the
CONSUI;.I'ANT in person or by instil to said CONS LJL.TAN7 (>r his authorized reprei; ent itiVe,
SFC,'r *r I0 - AI JIM RIGH'T'S
The CITY reserves the right to audit the records of the CONSULTANT related to this Agreement at. any titn.e
during the execution of the 'NORK and for a. period of one year .after ftml payalent is laude. This provision is
applicable: only to assi:gnin.ents that are on a. dine and cast basis.
SECTION 11.— SUBLETTING
The CONSUL I ANT shall not sublet, assign, or transfer any WORK under this .A- reeinent without the prior
written consent of the CITY,
SECTION 12 - WARRANTY
The COT:SLLTAtiT warrants that he has not employed or retarncc an y company or person, other the n a bona
fide employee working solely for the CONSULTANT, to solicit or secure this contract and that he has not
paid or agreed to pay any company or person ether titan. a bona fide employee working solely for the
coNSI.JI.: AN I: any iee, cornn.iission, percentage fee, gifts or any -other considenations Contingent upon or
resulting tioin the � ward. or making cif this conin ct. For biertch or violation of this .vvarranty; tltr' C'IT'Y shall
have the right to annul this contract without liability.
SECTION 1.3 TERMINATION OF AGREEMENT
It is expressly understood and agreed. that the CITY 1nay terminate this Agreement without penalty by
declining to issue Notice to proceed authorizing \V01ZK, in which event the CI"CY S soli; obligation to the
CONSULTANT shall be payment for these units or sections of' the WORK previously authorilej in
accordance with the provisions or Section 4, such payment to be determined on the basis of the WOR K
performed by the CONSULTANT Lip to the tirne of tiermin.ation.
SECTION 14 - DURATION OF AGREE INTENT
`rbi:s .Agreerxient, for the purpose of issuing new '4'a'ORK shall rernain in. full force and efferrt for a period
ending. December 31, 2011, although the actual completion or performance may c,atend beyond such terra, or
until the depletion of funds alloutted for the WORK, or unless othenvise terminated by mutual consent of the
parties heitto.
,SECTION 15 KENEWA.L OP'T'ION
'l'llis agreement may be. enew -Ved, at the salt; di4c re -lion of the C'.ITY, for an .additional period of onz year tit the
end of tiie initial period.
SECTION 16 DEFAULT
In the event either party fails to comply with the provisions of this Ag'eemcn , the aggrieved party May
declare the other party in defttu.lt and notify him in writing, In such event, the CONSULTANT will only be
compensated for.• any completed professional services. In the event partial payment has been made for such
professional services not completed, the CONSULTANT shall return such surds to the CITY within tent (10)
days after notice that said sums are due. In the event of liti ption by the other party to enflorce the pre visions
of this contract, the Prevailing party will be compe sated for reasonable attorney's fees. In. no event shall.
■ Professional S'miccs A rmnient
G errcral Fnghiccrhig Suviccs
Dcccmbu 2(10 :
Page 13 of 1;
at.torney's fees a -,yarded against the CITY exceed 25% of the award for damages. The CITY does not waive
sovereign immunity .111-Orn awards of prejudgment interest.
SECTION 17 - INSURANCE AND 1 Pi`[7I +;IV1]`� I ICATION
The CONSULTANT shall not commence WORK oil this Agreernent until lie has obtained all insurance
required' ley the CITY. The CONSULTANT shall i:rrdeni.n.i.f.v and save: the CITY harmless from any and all claims, liability, losses and scauses of actions arising solely out of• a. negligent error, omission, oi- act of the
CONSULTANT incident to the perforanance of the CONSULT, Mrs professional services rriider this
Agreement.. The CONSULTANT Shall pay all claims and losses of any nature whatsoever,. in connection.
there<With.
The CONSULTANT aces and recognizes that the CITY shall not: be held liable or responsible for any
claims, which may result front actions or omissions of the C:ONSUL'T'ANT's actions. Irz reviewing,
approving or rejecting any subinis$ ons or acts of the CONSUL I•AN 1`, the 'C'ITY in no Way assumes or shares
responsibility or liability of the CON SULTANTS or Sub- consul.Writs, the registered professionals under this
Agreement.
The CONSI JIB I`AN I.` shall. r oa n #ain dur'in_g the term of this Agreement the followir #g irisumnce
A. Professional Liability Insurance in the amount of $1,000,000 with deductible per claim if any,
not to exceed 5% of the limit of liability providing for all sums which the CONSULTANT
shall become legally obligated. to pay tis. d m.ages for claims arising out of the serclices
performed by the CONSULTANT or any person employed by lure. in connection with this
Ayreeni.ent I'lt.is insurance, shall be. maintained for three years affer completion of the
construction and acceptance or any Project covered by- this Agreement. t. l fo4tifievM the
CONSULTANT may purchase Specific Project Professional Liability Insurance which is also
acceptable.
B. Comprehensive general liability insurance with broad farin endorsement, including
automobile Habil_ity, completed operations and products lial}rlity, contraclLral liability,
severability of interest with cross liability provision, and personal iiijl riy and property damage
liability with limits of $1,000,000 combined single limit per occurrence for bodily injury and
property damage. Said. policy or policies :shall name. CITY as additional insured and s.ha.11
reflect the hold harmless provision contained herein.
C. Workman's Compensation Insurance in compliance with Chapter 440, Florida. Statutes, as
presently writton or hereafter amended.
D. The policies except for Section 17 A shall contain waiver of subrogation against CITY where.
:applicable, shill expressly provide that such policy or policies are prilnarY Over any other
coilecti.ve insurance that CITY rnaa have. The CI i'v, reserves the right to request a copy of
the required. policies for review. All policies shall: contain a "se verability of interest" or
`:cross l%abill -ty a clause without obligation forpromicn-ri payment of the CITY,
Professional Services Agfeement
Ovic d L ngineeri rra Services
rk-xr ibrr MIR
page 14 of €7
E. A.11 of the .above insurance is to be placed. with Best rated A -8 or better insurance companies,
qualified to do business tinder the laws of the State of Florida.
The CONSULTANT shall furnish certificates of insurance to the C:I'I'Y prior to the commencement of
operations, which certificates shall clearly indicate that the C ONSU[.,TAN r has obtai ed insurance in the
type, amount, and classification as required for strict compliances with this Section and that no reduction in.
limits by e.ndorsentent during the policy term, or cancellation of this insurance shall. be effective, withorEt thirty
(30) days prior written notice to the CITY.
Compliance with the foregoing requirements shall not relieve the CONSULTANT of his liability and
obligations under this Section. or under any other portion of this Agreement.
ECTICiN 13 ACREEMENT NOT EXC:LUSIV i
Nothing in this Agreement shall. prevent the CITY from employing other CONSULTANTS to perform the
saute or similar services:
SECTION 0 - CODES, 0III}M4.NCES AND 11"'S
The CONSULTANT agrees to abide and be governed by all duly promulgated and ptrblitihecl CITY, County,
State and Federal codes, ordinances and laws in effect; at the time of design which ha�YL a dire�•t Ix arrrlg. on the
t'VORIt involved on this prnjca The CONSULTANT is required to c�rrmplete Public E ity Crirrtes Affidavit
brin (attached) pur•s.tiant to FS 287.133(3)(a).
SECTION 20 ENTIRETY OF AGREEMEN17
This writing embodies the entire Agreement and understanding: between the parties hereto, and there are no
other Agreements and understandings, oial or written. with reference to the subject matter hereof that are not
merged herein and superseded hereby.
No alteration., change, or modification of the term of this. Agreement shall be. valid unless made in writinb
tied si red by both parties hereto, upon appropriate action by the. Ci y Cornrri.issiQni:rs,
• n wlAc ionsd ',rnduw;.AP.[te nen:I
General E'nginccri:n Services
Tkccmbcr 20418
Page 15 of .17
IN WITNESS WHEREOF, this Agreement. is accepted on the dat C* . first above written :subject to the terms and
conditions .set firth herein.
I 'n No.205-085-12&02
_L,1_ho.rity of R--;;:o1Ut'0
du y' passed and adopted by the South
Miami City CqrrimL-3sion or). Docertiber 2, 2008
ATTEST:
Maria Menendez, City Clerk
Authority of Resolution No. 39-09-12848
duly passed and adopted by the South
Miami City Commission on March 17, 2009
. . CITY OF SOUTH MIAMI
W. Aj ibola.BalogWt, City Mana,
gor
AT'T'EST., CONSULTANT:
STATIC: OFFLORIDA
ss- AcknoxViedgeinent of.'City of South Miami
COUNTY OF DADE
The folegoil.ig lmstrutnent was acknowledg�d before me thjN,36� day of 2 Op by
W.Ajibola Uogun- and Marla Nlenendez, City Manager and City Clerk, respectively of the CITY OF
SOUTH MIAMI, on behalf of the CITY, who are pcisonally known to lift-
Not, r Lublic, State of Florida
I'rintnajne, IVIM- f'
--- -
rp4��M. .
P. F NK5NGA A. PAYNE
Corn mission N ;;-fr MY COMWgRION 4 nr).
PXNRM October 5, 2011
Bondod Thru Notary Puhllo undowilers
STATE OF FLORIDA
ss: Acknowledgment of Consultant
COUNTY OF DADE )
• Projlg;sional Services Aguilletit
c1mcral umgineeririg- services
Downbcr 200-S,
Piigc 16 of 17
3l f�rre J, Irl— 'nstrcl nt t�+as a�l`n ��led�e�I l �for� one this�b c3ay caf rv� ?. (9 �by
of l "r1 r�l n hajf of tl ?— tJt�T NT.
4 • C� J . , r
lie is pet-sonally known to me or li.as FroifUced , �!��, J � as lntiticittion,
.y Amy M. Lled6
:COMMISSION #DD681069
¢ °EXPIRES: JULY 23, 2011
WWW.AABONNOT
ARY.aom
APPROVED AS TO FORM & C;UNIT NT
........
Luis ii F a, City Attorney
Prof"si«na1 Smices Agrcm.ot
Guricia1 Eneillccf.ing Scrvim
DeceaLber 2008
Ilage 17 -uF 17
Notary Pi it', Mato of Florida
.�
Commission Na. � r1- tla-1 C)
�b
CITYWIDE DRAINAGE IMPROVEMENTS - Phase 6
SUNSET DR
SW 72ND ST
7 � T ff--
,,:5 . 4, m
L I
SW 73RD
. . . -L
*W.
74
E:9
DAVIS RD
0 100 200 300 400 500 600 700 800 900 1,000
- --- - - Feet