Loading...
01-23-07 Item 9South Miami A�- Amerlcacny CITY OF SOUTH MIAMI 1 ' OFFICE OF THE CITY MANAGER I �® INTER- OFFICE MEMORANDUM 2001 To: The Honorable Mayor & Members of the City Commission Via: Yvonne S. McKinley, City Manager / �-" From: W. Ajibola Balogun, REM, CFEA, Dir ;tor Public Works & Engineering Department Date: January 23, 2007 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�,.QITY MANAGER TO ISSUE A WORK ORDER TO CORZO CASTELLA CARBALLO THOMPSON SALMAN, P.A. '(C3TS) FOR FINAL DESIGN AND PREPARATION OF CONSTRUCTION DOCUMENTS FOR SUNSET DRIVE IMPROVEMENTS IN AN AMOUNT OF $276,000 TO BE CHARGED TO FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP). GRANT ACCOUNT NUMBER 106- 1726- 536 -3450 AND THE CITY'S ACCOUNT ;NUMBERS 001 - 2100 - 519 -3171 AND 124 - 1730 - 541 -3450; PROVIDING FOR AN EFFECTIVE DATE Request: Authorizing the City Manager to approve professional service work order for Sunset Drive Improvements' final `design and preparation of construction documents Reason/Need: As one of the City's professional gen&'W engineering consultants, C3TS will provide final design plans and preparation of construction documents for infrastructure improvements along Sunset Drive from western limits of City to US -1. The proposed design plans will be consistent with the Master Plan adopted via resolution' #: 214 -06 -12355 on November 28, 2006. Cost: $276,000.00 Funding Source: FDEP's grant account number 106 -1726- 536 -3450 will fund $138,000 and the City's account numbers 001 -2100- 519 -3171 and 124- 1730 -541- 3450 will fund $75,000 and $63,000, respectively. The current account balances are: • 106 - 1726- 536 -3450 - $800,000 • 001 - 2100 -519- 3171 - $75,000 • 124 - 1730 - 541 -3450 - $204,800 Backup Documentation: Proposed Resolution & adopted resolution #: 214 -06 -12355 ❑ C3TS' Work Order for Professional Services 0 C3TS' Professional General Engineering Service Agreement RESOLUTION NO.: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER ,Q.ISSUE A WORK ORDER TO CORZO CASTELLA CARBALLO THOMPSON SALMAN; P.A. (C3TS) FOR FINAL DESIGN AND PREPARATION OF CONSTRUCTION DOCUMENTS FOR SUNSET DRIVE IMPROVEMENTS IN AN AMOUNT " OF $276,000 TO BE CHARGED TO FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) GRANT ACCOUNT NUMBER 106 - 1726- 536 -3450 AND THE CITY'S ACCOUNT NUMBERS 001 - 2100 - 519 -3171 AND 124 - 1730 - 541 -3450; PROVIDING F:OR AN EFFECTIVE DATE WHEREAS, the Mayor and City Commission wishes to provide infrastructure improvements along Sunset Drive from SW 62nd Avenue to US -1, while landscaping, entrance feature and improved sidewalk will be designed for the area from .SW 62 "d Avenue to the western City limit; and WHEREAS, the Mayor and City Commission wishes to - secure the services of C3TS for profession engineering services for the final engineering design plant and preparation of construction documents for the Sunset Drive Improvements project;, and WHEREAS, the professional service will be funded through FDEP grant account number 106- 1726- 536 -3450 will fund $138,000 and the City's account numbers 001-:2100-519-3171 and 124 -1730- 541 -3450 will fund $75,000 and $63,000, 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 C3TS in an amount of $276,000.00 for the Sunset. Driv_e Improvement's final design and preparation of construction documents. Section 2: The professional service will be funded through FDEP grant account number 106 - 1726- 536 -3450 at $138,000 and the City's account numbers 001- 2100 -519 -3171 and 124- 1730 -541- 3450 will fund $75,000 and $63,000, respectively. Section 3: The attached exhibit is incorporate by reference into this resolution. PASSED AND ADOPTED this day of 1.2006. ATTEST: CITY CLERK READ AND APPROVED AS TO FORM: CITY ATTORNEY Include File Name and Path APPROVED: MAYOR Comm ISSION .'VOTE Mayor Feliu: Vice Mayor Wiscombe: Commissioner Palmer: Commissioner. Birts Commissioner Beckman: RESOLUTION NO. 214 -06- 42355, A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, ACCEPTING THE SUNSET DRIVE IMPROVEMENTS CONCEPTUAL MASTER PLAN AND AUTHORIZING THE CITY MANAGER TO PROCEED WITH NECESSARY STEPS TO IMPLEMENT THE PLAN AS FUNDING BECOMES AVAILABLE; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the Mayor and City Commission approved. resolution number 73 -06 -12214 to provide preliminary design (conceptual master plan) for Sunset Drive and the City Hall parking area.; and WHEREAS, in preparing the conceptual master plan, the City staff and consultant held 2 public workshops and presented the project to the City's Environmental Review & Preservation Board; and WHEREAS, the conceptual plan considered two urban design charrettees that were held in the early 1990's which resulted in the City's adopted "Homet&4h Plan" Area 2; and WHEREAS, according to the plan, creating a landscaped median will slow traffic: "making Sunset Drive safer for motorists and pedestrians" because "trees accentuate the sense of speed and will cause drivers to slow down," and "Street trees. are crucial to the City's image and energy efficiency." NOW, THEREFORE, BE IT RESOLVEDIORIDAINED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section 'I. That the Mayor and City Commission accept the Sunset Drive Conceptual Master Plan and authorize the City Manager to commence 'implementation of the plan as funding becomes available. Section 2. The attached exhibit is incorporate by reference into this resolution. PASSED AND ADOPTED this. day of _ -12.v 2006. • 1 READ AND APPROVED AS TO FORM: C ORNEY APPROVED: MAYO . COMMISSION VOTE:. 4 -0 Mayor Feliu: Yea Vice Mayor Wiscombe absent Commissioner P�liner: Yea Commissioner Birts: Yea Commissioner Beckman: Yea WORK ORDER FOR PROFESSIONAL SERVICES UUMUROM TO: City of South Miami Date: 12/15/06 Public Works Department File: 1929 -26 Engineers 4795 SW 75th Avenue Architects P l a n n e r s South Miami, Florida 33155 ATTENTION: W. Ajibola Balogun, Public Works Director PROJECT NAME: Sunset Drive Improvements (Western City Limits to US -1) Final Design Phase City of South Miami, Florida SCOPE OF PROJECT: Streetscape /Landscape /Infrastructure improvements along Sunset Drive from western city limits to US -1, substantially in accordance with Conceptual Design Master Plan prepared by EB0005022 C3TS and approved by City Commission on 11/28/06. Proposed improvements from AAC002142 western city limits to SW 62nd Avenue include landscaping, irrigation, sidewalks and a city entrance feature. The proposed improvements from SW 62nd Avenue to US -1 include sidewalks, curbing, drainage, median construction, landscaping, irrigation, paving, street furniture, lighting, signage, pavement marking and signing. The project also includes improvement to the City Hall parking lot and entrance. This roadway is currently an FDOT roadway, and as such, any improvements would need to meet current state standards. The City of South Miami is in the process of transferring the jurisdiction of this roadway segment from FDOT to the City of South Miami. The design of the improvements will be performed assuming that the transfer will be successfully completed, and therefore the project need not meet state standards. If the jurisdictional transfer is not completed, then the construction plans may not meet state standards making the plans unpermittable. SCOPE OF SERVICES: Final design and preparation of construction documents (3 construction plan sets: US -1 to 62nd Avenue / City Hall / 62nd Avenue to west City Limits), specifications, project manual and cost estimates for the various streetscape infrastructure components; streetscape/ sidewalks /street furniture, street amenities (entrance features, fountains and clock tower), roadway and drainage, pavement marking signing and signal modifications, lighting and electrical, and landscaping and irrigation. Services include permitting assistance through MDCPW- Traffic, MDWASD, FDOT (for connections at either end of project), South Miami Public Works Department and Miami -Dade DERM Water Control. Our services also include assistance to the City of South Miami in applying for and processing documentation for LAP Certification through the FDOT. 901 Ponce de Leon Blvd., Suite 900 Coral Gables, Florida 33134 305.445.2900 1.800.448.0227 Facsimile 305.445.3366 Web Site: www.c3ts.com Equal Opportunity Employer W.O. Sunset Drive Improvement (Western City Limits to US -1) December 15, 2006 Page 2 TERMS AND CONDITIONS: All terms and conditions shall be per our General Agreement for Professional Services for Downtown Infrastructure Improvements. Ourfees forthe above services shall be as perthe following lump sum fee schedule: Final Design Phase ............................. ............................... $276,000 The City of South Miami will be responsible for any permit fees, and these are not included in the above fees. If need be, we can pay those fees and be reimbursed by the city at cost + 10 %. We are ready to begin working on this assignment upon your authorization to proceed. If acceptable to you, we will accept a signed copy of this form as your written authorization to proceed with the assignment. Thank you. Corzo Castella Carballo Thompson Salman, P.A. l amon astella, P.E. Vice- President RC /er City of South Miami Approved by: Date: L: \Projects\ 1929- 00\W.0- Proposals \W.O.SunsetDrlmpWCtoUS1112006, doc Corzo Castella Carballo Thompson Salman, P.A. FEE WORKSHEET DATE: 15- Dec -06 PROJECT: Sunset Drive (Western City Limits to US -1) City of South Miami Final Design Phase: Fee Worksheet - Page 1 Streetscape Architectural Treatment Plans (8 shts. @ 1 "= 10' & 4 shts. @ 1 "= 5') 8 16 40 60 80 City Hall Parking Lot Plans (1" =20') 6 12 36 48 64 Streetscape Details (4 sheets) 4 12 16 24 24 Coordination w/ Landscaping, Lighting, Drainage & Utilities 4 12 24 12 12 4 Clock Tower /Entr. features /fountains 12 48 72 64 120 Roadway and Drainage Key Sheet 4 8 12 24 Typical Sections (3 sheets) 2 12 36 16 48 Plan & Profile Sheets (5shts @ 1 "= 20') 12 48 72 80 160 Double Plan Sheets (4shts @ 1 "= 20') 12 48 64 48 120 Plan Sheets (City Hall) 1 " =20' 8 24 48 64 120 Special Plan Details (2shts.) 4 12 24 24 48 Special Profiles (4 shts.) 4 16 48 24 36 Cross Sections (4 shts.) 2 12 60 24 48 Notes, Details & Schedules (3 shts.) 12 24 12 24 Phasing & MOT Plans (3 shts.) 6 12 24 24 36 Pavement Marking 1, SLqnin-q & Signals PM &S Plan Sheets (7 shts.) 4 16 24 16 48 Intersection Signal Details (3 shts.) 4 24 48 24 60 4 Details and Notes 2 12 12 24 Li qhtin_q and Electrical Lighting Level Studies 2 12 24 2 Coordination w/ FPL 2 12 24 24 2 Plan Sheets (4 shts.) 2 16 24 24 48 Risers, Notes, Details & Schedules (2shts) 8 12 24 General South Miami Coord. and Review Mtgs. 16 8 8 4 Cost Estimates (50% and 100 %) 8 36 64 36 24 8 Project Specifications 2 12 24 20 Project Manual / Bid Forms 2 12 36 12 Permitting: MDCPW - Traffic 12 36 48 4 8 South Miami Public Works Dept. 2 4 4 Miami -Dade DERM - Water Control 2 12 12 2 Final Design Phase Sub -Total Hours 142 510 960 700 1168 66 Billing Rate 140 951 75 651 55 45 Labor Cost $19,880 $48,450 $72,000 $45,5001 $64,240 $2,970 Labor Sub -Total $253,040 Landscaping /Irrigation Sub - Consultant $21,000 + $200 expenses $21,200 Reproduction Costs (Submittals and Permitting Printing) $1,850 Total $276,090 R r .. 11/09/2006 01:49 i� January 11, 2006 3052358380 ROSENBERG � GARDNFR DESIGN `� Revised- (April 26, 2006 Mr. Parton Castalla C3TS 901 Ponce de Leon RK%L Siba 900 Conti Cables, FL 33134 ROSENBERG DESIGN GP LAND PLANNING LANDSCAPE ARCMEC URE MEMNEK LA �� � RE: SUNSET DRIVE FROM SW 621° AVENUE TO US Dear Carlos: PAGE 02 We appreciate being invited to participate in the design of your project located on Sunset Drive from the Western City limit to US I in South Miami, FL 1. SCOPE OF SERYIICES Rosenberg Gardner DesIgn (RGD) shall provide the following landscape architectural services for your project. The Scope of Work is Planting and IffW1on design for mediate and-sldwWks from SW 62n0 Avenue to USI and only median planting design betweat the Western City limit and SW 62ntl Avwxw 1) Coordinate with Architects and Engineers to determine planting opportunities in the sidewalk and median areas aloig the corridor. 2) Prepare a Conceptual L vW=pe Development plan showing general planet maWrig and proposed plater species. This plan will be accompanied by a cost esthrote. 3) Prepam a Planting Plan sufficient for pwffk ng by FDOT and the City of South Miami. Due to the amount of detail necessary for review this plan vAU also be suffident in detail for bidding and Installation by qualified contractors. 4) Pr epam an lnISUion Plan sufRdent in detail for bidding and itutalladon by qualified contractors. S) Attend up to three (3) meetings with City staff, Commission or FDOT. Attendance at additional meetings wM be billed hourly r econled portal to portal. 6) RGD will prepare plans on a base site plan pr*vklod by CM Any chances to RGD's plans required by d= 906 to the sloe PW% shall be billed hourly. Arty charges to RGD's plans r+equked as a result of commeft aoncert»rig our design by review Boards or Sovernrr nt staff, shall be made at no additl0nal cost. Sm of Dlrm f m SW 62ad AVww W US] Page 1 Miame pade: 5190 NW 167 St, Sant 111 Miami, FL 33014 Pboae: 30S -620 -7781 Fax: 305-620-77V rgClcsig�o G�ileeuthnet Broward: 426 Stonemont Drive Wesum, FL 333261'U.ow: 954 -349 -3793 Fax: 954- 349 -3796 k---=@ re11wuftLv t 11/09/2006 01:49 3052358380 ROSENBERG DESIGN GP PAGE 03 ROSENBERG GARDNER LAND PUNNING LANDSCAPE ILCAXMM ARcHITECrvRE DESIGN MEmu 14 AMERICAN SOCIETY OF IANDSCAPE ARCHrrECTS 7) CKWS sing will include up to four (4) periodic visits to the sr>te to determine if the work is proceeding generally In accordance with the Contract Docunrerits. RGD shall not be required to make exhaustive or continuous on -site Inspections to check the quality or quantity of the work and shall not be responsible for construction moans, methods, techniques, sequences or procedures, or safety precautions and programs in connection with the work, and shall not be responsible for any Contractor's failure to carry out the work In accordance with the Contract Documents. Attendance at additional site visits shall be billed hourly recorded portal to portal. It. CUEN7"S RESMSIBI.1 TIES The Client shall provide any required site surveys, as -built drawings, soil tests, as well as architectural and engineering services as required. III. FEES I ) The fee shall be $ 21,000 payable as follows: $ 3.000 - upon submission of a Conceptual Plan to the Client (!tern 1 -2) $12.000 - upon submission of a Planting Plan to the Client (Item 1 -3) $ 6,000 - upon submission of an Irrigation Plan to the L'Tem (!tern 1-4) 2) Overseeing shall be billed on an hourly basis, at the cuirnent hourly raft for RGD personnel. lime shall be recorded portal to portal. Hourly rates are as follows: S I 2 for Principal $aS/hr for Landscape Architect $65/hr for Designer $45/hr for Staff 3) Reimbursable expenses shall be billed at actual cost for plant - reproduction. courier fees, photographs, postage and handling, long - distance calls and any out -ot- -town traveling expense: connected with the project. Prints created in -house by RGD will be durged at $2.00 each for D size sheets (24 "x36 ") and $ 2.50 each for E size shoots (30 "x42 "). 4) AI.(. ACCOUNTS ARE DUE AND PAYABLE IN FULL UPON SUBMISSION OF INVOICE TO CLIENT. 5) A Late Pamu t Charge of 1.596 per month will be added to all Invoices past due. 6) If it becomes necessary incur collection fees and/or ernploy the services of an attorney to collect debt. then such feet shall be paid by the client. Sunset Drive hero SW 620' Avenue to USl page 2 Miami -Dade; 5190 NW 167 St. Suite 111 Miami, FL 33014 Phone: 305 .620 -7781 Fax:; 305 - 620 -7787 rgdcsip @bellsouth,net f1MW*ft+ 4?6 SIMmmmw Odw- Wewnt, F;-: ql ;M P%nrx• 454- 149JI795 Fnx• 954 -449 -37% »rf 11/09/2006 01:49 3052358380 ROSENBERG DESIGN GP ROSENBERG LAND KMNIM GARDNER W - t''�'RC"ir>:cruME DESIGN °�'' IgtICCAN SOaM OF IIANDSCAKARCHFFKrS _' '. it *1 � _ •zi11 PAGE 04 1) Any revisions to our drawings, speeifkations or other documents required as a result of charges to bate plans or other information or instructions provided to RGD from the Client or his Architect or Engineer, shall be billed on an hourly basis at our currant hourly rates. Any additional services requested by the Client shall also be billed on an hourly basis. 2) When RGD is contracted to prepare plans for the layout and design of rooftop hardscape amenities, piantirp and irr%Wion, tine Client shall provide the senrioas of a structural engineer. RGD shall rely upon the advice of the engineer for information as to the roof stivctuWs weight bearing capacity, roof drainage, ng systems, am RGD shall not be responsible for the preparation of structural, mechanical or eiearical construction plans for the roof top areas. RGD is not responsible for any construction operations during installation of elements designed by RGD that damage the structure, waterproofing or dog drains. V. TIR"I"MON This agrewunt may be terminated by either party upon serven (T) days written notices. In the event of termination. RGD shall be paid its compensation for service performed to the termination date Including feimbumable expenses then due. The client may not, at anytime, use or allow the use of any work which is eitfier incomplete in any respect, or is not fully paid for, even if complete. Thu: persona axecuting this agr+eorrient warrant and represent that they are authorized to enter Into this Agreement on behalf of the person or entity for whom they are signing. We look forward to being of servke to you. This elgreemert is executed this a day of .2006. ROSENBERG GARDNER DENGN By: For the Firm Client: S'jgnature -- Name & Title Printed Sunset Drive from SW 62n' Avenue to USl Page 3 MiaMA -Dade; 5190 NW 167 St Suite 111 Miami, FL 33014 Phone: 303- 620-7781 Fax:. 305. 624 -7787 net Browmd: 426 Stonewont Drive Weshxk FL 33326 Pbone; 954-349-3795 Fax: 954 -349 -3796 'kcraa ► wrt nd PROFESSIONAL SERVICE: AGREEMENT General Engineering Services THIS AGREEMENT made and entered into this Q day of,bQ&e. Mb M Y by and between the CITY OF SOUTH MIAMI, a political subdivision of the State of :Florida, referred to as the "CITY" and CORZO CASTELI.A CARBALLO THOMPSON SALMAN, P.A., authorized to:,,do business in the State of Florida, referred to as the "CONSULTANT ". In consideration of the premises and the mutual covenants contained in this agreement, the CITY agrees to employ the CONSULTANT for a period ending con December 1, 2007, and the CONSULTANT agrees to perform all professional services in connection with the ' WORD, as described herein, on a continuing basis in connection with projects where the basic constructiomcosts does not exceed $500,000.00 or studies which do not exceed $25, 000.00, herein after tailed the "SERVICES ". SECTION 1- GENERAL PR BIONS: 1.1 The CONSULTANT may be issued a Notice to Proceed to encompass the entire Basic Services, as defined in paragraph 2.2 for a project, for a portion of the Basic Services, or for discrete tasks as specified in paragraphs 2.3 Additional Professional Services,: fox,the purpose of reviewing work performed by other professional consultants or for other miscellaneous engineering services that may be required 1.2 A Notice to Proceed will be issued on an as needed basis at the sole discretion of the CITY. The CITY reserves, at all times, the right to perform any and all engineering work in -house or with other engineers. This Agreement does not confer on the CONSULTANT any exclusive rights to CITY WORK, nor does it obligate the CITY in any manner to guarantee WORK for the CONSULTANT. The CONSULTANT may submit proposals for any professional services for which proposals may be publicly solicited by the CITY outside of this agreement. 1.3 The CITY will confer with the CONSULTANT before any Notices to Proceed is issued to discuss the scope of the WORK; the time needed to complete the WORK' and the fee . for the services to be rendered in connection with the WORK. 1.4 The CONSULTANT will submit a proposal upon the C 11 Y'S request prior to the issuance of a Notice to Proceed. No payment will be made for the CONSULTANT'S time and services in connection with the preparation of any proposal. 1.5 The CITY agrees that it will furnish to the CONSULTANT plans and other data available in the CITY files pertaining to the WORK to be performed under this agreement promptly after each Notice to Proceed. 1.6 The CONSULTANT agrees to produce and distribute minutes, promptly after each meeting at which their presence is required. 1.7 The CITY agrees to designate a representative who, 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 CONSULTANT'S. services. The CONSULTANT shall keep the CITY'S representative advised on the project status at all times. 1.8 The CITY agrees to issue all directives and approval in writing.. SECTION 2 - PROFESSIONAL SERVICES 2.1 General En nE� eerina Services The professional services to be provided by the consultant are as follows: A. Roadway engineering to include streets, sidewallr, curb, gutter, drainage, associated traffic control devices, striping, lighting, speed reduction devices and incidental landscaping. B. Drainage Design includes the necessary analysis needed To implement proposed drainage improvements, preparation of paving apd drainage plan for municipal building and facilities. C. Civil Engineering, to include Water Distribution Systems Improvement / Analysis and design and Sanitary Sewer System Evaluation and design. D. Traffic engineering services will include daily volume counts, data analysis, preparation of conceptual improvements plan, present reports and recommendation to stakeholders and preparation of final traffic engineering report. E. Environmental Engineering, to including, site investigation and design needed to prepare remediation plans to mitigate underground storage ,tanks, - ,hazardous waste materials and asbestos materials. F. Other incidental services associated to the above items. . 2.2 Basic Services The Basic Services, for design and construction, consist of six (6) phases described in Paragraph 2.2.1 through 2.2.6. The scope outlined below is applicable in its entirety to projects for which completed Basic Services are authorized. Upon authorization to proceed from the CITY, the CONSULTANT agreps:to provide complete professional engineering services for any portion or all of the six Phases outlined below. —The CONSULTANT agrees to co- ordinate his effort with that of any other engineering; landscape architectural or architectural CONSULTANTS to assure a coordinated and complete WORK. The lead CONSULTANT as designated by • Pmfwdoual Se+ 4m Agreement Genera] Engh=ing Semm Dw mber 2004 Page 2 of 16 the CITY shall prepare the final bid package including bid documents and specifications, which shall be Prepared by, and be the responsibility of the respective disciplines. 2.2.1 Phase I Preliminary and Schematic Design: A. The CONSULTANT shall confer with representatives, of the CITY and the using agency to determine the full scope of the Project that will meet the program requirements, and shall advise the CITY if, in the CONSULTANTS opinion„ the allocated funds are adequate to accomplish the program requirements. T, B. The CONSULTANT shall use proper and adequate design control to assure the CITY that the program requirements will be met. C. The CONSULTANT shall prepare a Design Concept and Schematic Report, comprising of the Project Timetable (Master Schedule), Planning Summary (unless advised otherwise), Schematic Design Studies (unless advised otherwise) at defined below, 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. E. The Planning Summary (unless advised otherwise) shall consist of a vicinity plan and blow- up of the Site (if applicable) showing Project orientation, and a brief summary of all pertinent planning criteria used for the Project. .F The Schematic Design Studies (unless advised otherwise) shall consist of all plans, elevations, sections, etc. as required to show the scale and relationship of the parts and the design concept of the whole. A simple perspective sketch, model or photograph thereof may be provided to further show the design concept. G. The CONSULTANT shall present the Schematic design studies to the appropriate Boards for their approval when the project requires such approval. H. The CONSULTANT shall present the schematic design studies to all the appropriate utility companies (such as FPL, Southern Beal, Dynamic Cable, MDWASA, etc.) for any conflict with their utilities. I. The Statement of Probable Construction. Cost shall include estimated cost of the Project including fixed equipment, professional fees, contingencies (if any), escalation factors adjusted to the estimated bid date, movable estimate. (if any), and utility service extensions (if applicable). The CONSULTANT'S opinions of probable Total Project Costs and Pmfemiond Savices Agrmmmt G nmal Engineering services ne2004 Page 3 of 16 Construction Cost are to be made on the basis of CONSULTANT'S experience and qualifications and represent CONSULTANT'S :best judgement as an experienced and qualified professional engineer, familiar with the local construction industry and prices. L The CONSULTANT shall submit and present two (2) copies of all documents required under this Phase, without additional charge, for approval by the CITY and he shall not proceed with the next Phase until directed by the CITY. 2.2.2 Phase II — Studv and Design Development: A. From the approved Schematic Design documents, the •CONSULTANT shall prepare Design Development Documents, comprising . the drawings, outline specifications and other documents to fix and describe the size and character of the entire Project as to construction and finish materials and other items incidental thereto as may be appropriate and applicable. B. The Design Development Documents shall comprise:,, the Proposed Project Timetable (updated), Outline Specifications, Updated Statement of Probable Construction 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) • ses.,of all documents required under this Phase, without additional charge, for approval by the CITY and not proceed with the next Phase until directed by the CITY. D. The CONSULTANT shall at all times monitor the Probable Construction Costs to make certain they remain within the total al located budget. - A Notice to Proceed to Phase III will not be issued if the latest statement of Probable Const ucticaCost exceeds the total allocated funds. 2.2.3 Phase III -- Final Design 1 Constriction Documents pLy6igpment A. From the approved Design Development Documents, the CONSULTANT shall prepare Final Construction Documents setting forth in detail the requirements for the construction of the Project including the Proposal (Bid) Form and other• n' assary information for bidders, 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 for the preparation of the proposal (bid) forms, Instructions to Bidders, conditions of Contract and Specifications. The CONSULTANT shall review all existing City Specifications, for completeness prior to use arid, snail supply all needed additional specifications. B. The Construction Documents shall be prepared in a manner that will assure clarity of linework, notes, and dimensions, when the documents are reduced to 50% of their size. All drawings shall be on 24" x 36" paper ( "D" size), on the City's standard sheet format, unless approved otherwise. Professional Savica Agseaemt Genaal Engineering s avica Page 4 of 16 C. All construction documents shall be submitted. in both "hard copy" and electronic media in a mutually agreed upon electronic format, but generally as follows: I . Non - drawing submittals in Microsoft Office format. 2. Drawings in AutoCAD: format. 3. GIS files should be in ArcView format Version.3.2. D. When the development of the drawings has progress4 to _at'least 50% completion in Phase III, the CONSULTANT shall submit two (2) copies to the CITY for approval, without additional charge, along with updated outline specifications. The CONSULTANT shall also submit at this time an updated Statement of Probable Construction cost as indicated by time factor, changes in requirements, or general market conditions and an updated Project Schedule. E. The CONSULTANT shall not proceed with the further development until approval of the 50% documents is received from the CITY. The CONSULTANT shall make all changes to documents. The 50% complete Check set shall be returned to the CTTY. F. A Notice to Proceed for the completion of Phase III will' not be issued if the latest Statement of Probable Construction Cost exceeds the total allocated funds, unless the CITY increases the total allocated funds or the CONSULTANT and the CITY agrees on methods of cost reductions sufficient to enable construction within the funds available. G. Upon 100% completion of the Construction Documents, the CONSULTANT shall submit to the CITY a final, updated Statement of Probable Conston Cost along with two (2) copies each of Check Set of drawings, specifications, reports, programs, etc., without additional charge, for a final review and comments or approvals. H. The CONSULTANT shall make all the .necessary presentations to the appropriate C= Boards (such as Environmental Review Board, Historical Preservation Board etc.) for the final approval. L The CONSULTANT at no extra cost to the CI'T'Y shall make all required changes or additions and resolve all questions resulting from paragraph H if the changes or additions do not alter the scope of the project as determined under paragraph 2.2.1 A. The 100% complete Check set shall be returned to the CITY. Upon final approval.�by the CITY, the CONSULTANT shall furnish to the CITY a minimum of 24 sets of, drawings and specifications, at no additional cost to the CITY, for bidding purposes, unless instructed otherwise. ' I The CONSULTANT shall arrange for "dry runs" and/or make final submissions to appropriate authorities (regulatory agencies to include and not Iimited to City, County, State or Federal) as necessary, to ascertain that the construction documents meet the necessary requirements to obtain all the necessary permits for 'construction. CONSULTANT shall Professional Services Agreemaot Gnnaal EnsWeedng services necemter2004 Page 5 of 16 respond to all technical questions from regulatory agepeies. CONSULTANT shall modify, at no additional cost to CITY, in order to acquire the necessary permits. 2.2.4 Phase IV - Bidding and Negotiation Phase: A. Upon obtaining all necessary approvals of the Construction. Documents, and approval by the CITY of the latest Statement of Probable Construction Cost, the CONSULTANT shall finnish the drawings and specifications as indicated above for bidding, and assist the CITY in obtaining bids and awarding and preparing construction. contracts. The 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 recommendation to the CITY after verifying bond, insurance documents, questionnaire and reference submitted by the constructor. B. The CONSULTANT shall issue Addenda through the CITY as appropriate to clarify, correct or change Bid Documents. C. If Pre - Qualification of bidders is required as set forth in the Request for Qualification, CONSULTANT shall assist City in developing qualification criteria, review qualifications of prospective bidders, and recommend acceptance or rejection of the prospective bidders. D. If the Iowest responsible Base Bid received exceeds the Total Allocated Funds the CITY may: 1. approve the increase in Project Cost and award 'a construction contract or, 2. reject all bids and rebid the Project within a reasonable time with no change in the Project, or 3. direct the CONSULTANT to revise the Project scope or quality, or both, as approved by the CITY and rebid the Project, or; 4. suspend or abandon the Project, or 5. exercise all options under the City Charter and State Law. NOTE: Under item (2) above, the CONSULTANT shall, without additional compensation, assist the CITY in obtaining re -bids, and awarding the re-bid of the project. Under item (3) above, the CONSULTANT shall, without additional compensation, modify fy the Construction Documents as necessary to bring the Probable Construction Cost within the Total Allocated Funds. When the lowest responsible bid is over 15% of the CONSULTANT estimate. E. For the purpose of payment to the CONSULTANT, the Bidding base will terminate and the services of the CONSULTANT will be considered complete upon signing of an Agreement with a Contractor.. Rejection of bids by the CITY does not constitute cancellation of the Proj- 2.2.5 Phase V -- General Administration of the Construction Contract: A. The Construction Phase will begin with the award of the Construction Contract and will end when the Contraeto es final Payment Certificate: is approved and paid by the CITY. • Professional Semces Age== General Engineering Services nember zoos Page 6 of 16 B. The CONSULTANT, as the representative of the CITY 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 modified in the Supplementary Conditions of the Construction Contract. C. The CONSULTANT shall attend pre - construction meetings' D. The CONSULTANT shall at all times have access to the project wherever it is in preparation or progress. E. The CONSULTANT shall visit the site at•least weekly'and, at all key construction events to ascertain the progress of the Project and to determine in general if the WORK is proceeding in 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 CONSULTANT may be required to provide continuous daily ore -site observations to check the quality or quantity of the WORK as set forth in this Agreement and defined by the Scope of WORK issued cfor 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 WORK immediately in writing. F. The CONSULTANT shall furnish the CITY with a written report of all observations of the WORK made by him during each visit to the, WORK: IIe shall also note the general status and progress of the WORK, and shall submit same in a "timely manner. The CONSULTANT shall ascertain at least monthly that the Contractor is making timely, accurate, and complete notations on record drawings. G. Based on observations at the site and can the Contractor's Payment Certificate, the CONSULTANT shall determine the amount due the Contractor on account and he shall recommend approval of the Certificate in such amounts. Th'd recommendation of approval of a Payment Certificate shall constitute a representation by the CONSULTANT to the CITY that he certifies to the CITY that the WORig, has progressed to the point indicated, and the quality of the WORK is in accordance with the Contract Documents subject to: 1. an evaluation of the WORK for conformance with the contract documents upon substantial completion. 2. the results of any subsequent tests required by the contract documents. 3. minor deviations from the contract documents correctable prior to completion and acceptance of the project. H. The CONSULTANT shall have an affirmative duty to recommend rejection of WORK, which does not conform, to the Contract Documents. Whenever, in his reasonable opinion, he considers it necessary or advisable to insure compliance with the. Contract Documents, he will Professional Se -W= Agreement ameral Engineering Services December 2004 Page 7 of 16 have authority (with the City's prior approval) to recommend special inspections or testing of any WORK deemed not to be in accordance with the Contract whether or not such WORK has been fabricated and delivered to the Project, or installed and completed. I. The CONSULTANT shall promptly review and approve '_shop drawings, samples, and other submissions of the Contractor for conformance with the design concept of the Project and for compliance with the Contract Documents. Changes or substitutions to the Contract Documents shall not be authorized without concurrence with the CITY. I The CONSULTANT shall review and recommend actionn on proposed Change Orders within the scope of the Project initiated by others, and initiate proposed change orders as required by his own observations. 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 CONSULTANT in conjunction with representatives of the CITY and satisfactory performance obtained before the CONSULTANT recommends execution of Certificate of Final Acceptance and final payment to the Contractor. He shall obtain from the Contractor all warranties, guarantees, operating and maintenance manuals for equipment, releases of lien and such other documents and certificates as may be required by applicable codes, Iaws, policy regulations and the specifications, and deliver them to the CITY. L. 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 maintenance of any equipment or system, 2) initial start-up and testing, adjusting and balancing of equipment and systems, and, 3) final clean -up of the project. 2.2.6 Phase VI - Post Constriction Administration A. The CONSULTANT shall prepare and provide the (11 Y with a written manual, to be used by the CITY, outlining the implementation piaii of all the required maintenance necessary to keep the proposed WORK operational in a safie and effective manner. B. The CONSULTANT shall furnish to the CTTY, reproducibk record drawings updated based on information furnished by the Contractor; such drawings shall become the property of the CITY. C. The CONSULTANT shall assist in the inspection of the WORK one month before the expiration of any guarantee period or the sixth month. whichever is earlier and report any defective WORK in the Project under terms of the guarantedwanrandes for correction. He shall assist the CITY with the administration of guaranteetwairar ties for correction of defective WORK that may be discovered during the said period. 2.3 Additional Professional Services • Professional Services Agremmt Gmeral Bngiaeerim Services December 2004 Page 8 of 16 Additional Services as Iisted below are normally considered to be beyond the scope of the Basic Services for design and construction, as defined in this Agreement but which are additional services which may be authorized within the Scope of Work given the CONSULTANT. A. Special analysis of the CHY'S needs, and special programming requirements for a project. B. Financial feasibility, life cycle costing or other special studies. . C. Planning surveys, site evaluations, or comparative studies._of prospective sites. D. Design services relative to future facilities, systems and equipment, which are not intended to be constructed as part of a specific Project. E. Services to investigate existing conditions (excluding utilities) or facilities or to make measured drawings thereof, or to verify the accuracy -of drawings or other information furnished by the CITY. ` F. Professional detailed Estimates of Construction Cost consisting of quantity surveys itemizing all material, equipment and labor required for a Project. G. Consultation concerning replacement of any WORK_damaged by fire or other cause during construction, and furnishing professional services of the type set forth in Basic Services as may be required relative to replacement of such WORK, providing the cause is found by the CITY to be other than by fault of the CONSULTANT. H. Professional services made necessary by the default of the Contractor or by major defects in the WORK under the Construction Contract,. providing the:;ause is found by the CITY to be other than by fault of the CONSULTANT. L Making major revisions changing the Scope of a project,.to drawings and specifications 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 CONSULTANT. (Major revisions are defined as those changing the Scope and arrangement 'of, spaces and/or scheme or any portion). L The services of one or more full -time Project Representatives. K. Preparing to serve or serving as an expert witness in- connection with any arbitration proceeding or legal proceeding in connection with a Project. — L. Professional services required after approval by the CTI'Y or the Contractor's Requisition for Final Payment, except as otherwise required under Basic Services. • Pwfessionai Services Agreement General Veering SeaAm Decembe =4 Page 9 of 16 M. Preparing supporting data, drawings, and specifications as may be required for Change Orders affecting the scope of a Project provided the Changes are due to causes found by the CITY, to be beyond the control of the CONSULTANT. �. SECTION 3 - TR E FOR COWLETION: The services to be rendered by the CONSULTANT for any'WORK shall be commenced upon written Notice to Proceed from the CITY subsequent to the execution of this Agreement and shall be completed within the time based on reasonable determination, stated in the said Notice to Proceed~ A reasonable extension of time will be granted in the event there is a delay on the part of the CITY in f il#illing its part of the Agreement, change of scope of work or should any other events beyond the control of the CONSULTANT render performance of his duties impossible. SECnON 4 - BAM OF C IVII'ENSATI N The CONSULTANT agrees to negotiate a "not to exceed fee or a fixed sum fee for each of the WORK assigned to him based on the Scope of such WORK. Upon agreement of a fee, the CITY will issue a written authorization to proceed to the CONSULTANT. In case of emergency, the CITY reserves the right to issue oral authorization to the CONSULTANT, with the understanding that written confirmation will follow immediately thereafter. For reproduction of plans and specifications, ,be`yond the requirements as identified under Section 2- Professional Services the CITY will pay the direct costs. The fees for Professional 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 CM and the CONSULTANT. A. A fixed sum: The fee for task or a scope of work maybe fixed sum as mutually agreed upon by the CTTY and the CONSULTANT: B. Hourly rate fee: The CITY agrees to pay, and the CONSULTANT agrees to accept, for the services rendered pursuant to this Agreement, fees in accordance with the following. Cate H Rate Principal $135 Project Manager $105 Senior Engineer $95 Engineer $"75 Constriction Manager $Inn VW Construction Inspection $55' Senior Draftsman/Technical/CADD Operator = . $60 Draftsmen $55 Data Processing / Clerical $40 Hourly rates will include all wages, benefits, overhead and profit. t Professional Services Age=mt General Engineering Services Dw=ber 2004 Page 10 of 16 SECTION 5 - PAYMENT AND PARTIAL PAYMENTS The CITY will make monthly payments or partial payments to the CONSULTANT for all authorized WORK performed during the previous calendar month. For design and construction projects where fee for each phase is not specified, such payment shall, in the aggregate, not exceed the percentage of the estimated total Basic Compensation indicated below for each phase: 15% upon completion and approval of Phase I. 35% upon completion and approval of Phase U. 55% upon submittal and approval of 50% complete drawings and outline specifications of Phase IlI. 75% upon 100% completion and approval of Phases III and IV. 90% upon completion of the Project and approval of all WORK Phase V}. 100% upon final completion and approval of WORD elements A ihd B of Phase VL The CONSULTANT shall submit an original invoice to the City's project representative. The invoice shall contain the following information: 1. The amount of the invoices submitted shall be the amount due for all WORK performed to date as certified by the CONSULTANT. 2. The request for payment shall include the following information: a. Project Name b. Total Contract amount (CONSULTANT's lump stun negotiated upset limit fees) C. Percent of work completed. d. Amount earned. e. Amount previously billed. f. Due this invoice. g. Balance remaining h. Summary of work done this billing period. i. Invoice number and date. 3. Upon request by the CITY the CONSULTANT shall provide the CITY with certified payroll data for the WORK reflecting salaries and hourly rates. SECTION 6 - RIGHT OF DECISIONS All services shall be performed by the CONSULTANT to the satisfaction of the CITY's representative, who shall decide all questions, difficulties and disputes of whatever nature_which inay arise under or by reason of this Agreement, the prosecution and fiilfillment of the services, and the character, quality, amount and value and the representative's decisions upon all claims, questions, and disputes shall be final, conclusive and binding upon the parties unless such determination is clearly arbitrary of unreasonable. In the event that the CONSULTANT does not concur in the judgement of the representative as to any decisions made 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 party, in accordance with the Industry Arbitration Rules of the American Arbitration Association • Professional services Agreement central ping savim December 2004 Page 11 of 16 SECTION 7 - OWNE,RSHIQ' OF DOCUMENTS All reports and reproducible plans, and other data developed by the CONSULTANT for the purpose of this Agreement shall become the property of the CITY without restriction or limitation in connection with the owner's use and occupancy of the project. Reuse of these documents without written agreement from 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 CITY. SECTION 8 - COURT APPEARANCES, CONFERENCES AND HEARINGS Nothing in this contract shall obligate the CONSULTANT to prepared or appear in litigation on behalf of the MY without additional compensation except for any dispute arising out of this contract. The amount of such compensation shall be mutually agreed upon and be subject to a supplemental agreement approved by the City Commissioners and upon receipt of written authorization from the CITY prior to performance of a court appearance and conference. The CONSULTANT shall confer with the CITY at anytime during.:. construction of the improvement contemplated as to interpretation of plans, correction of errors and omissions and preparation of any necessary plan thereof to correct such errors and omissions or clarify without added compensation. SECTION 9 - NOTICES Any notices, reports or other written communications from the CONSULTANT to the CITY shall be considered delivered when delivered by courier or by mail to the- MY. Any notices, reports or other communications from the CITY to the CONSULTANT shall be considered delivered when delivered by the CONSULTANT in person or by mail to said CONSULTANT or his authorized representative. SECTIM 14 - &UDIT RIGHTS The CITY reserves the right to audit the records of the CONSULTANT related to this Agreement at any time during the execution of the WORK and for a period of one year after final payment is made. This provision is applicable only to assignments that are on a time and cost basis. SECTION 11— &TMLETTING The CONSULTANT shall not sublet, assign, or transfer any 'WORK under this Agreement without the prior written consent of the CITY. SECTION 12 - WARRANTY The CONSULTANT warrants that he has not employed or retained any company or person, other than 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 other than a bona fide employee working solely for the CONSULTANT any fee, commission, percentage fee, gifts or any other r considerations contingent upon or resulting from the award or making of this contract. For breach or violation -of this warranty, the CITY shall have the right to annul this contract without liability. ■ Professional Services AgreamM General Engineering Sa wicea December 2004 Page 12 of 16 SECTION 13-. TFR>�ATION OF AGREEMENT It is expressly understood and agreed that the CTTY may terminate this Agreement without penalty by declining to issue Notice to Proceed authorizing WORK, in which event the CITY'S sole obligation to the CONSULTANT shall be payment for those units or sections of . the WORK previously authorized in accordance with the provisions of Section 4, such payment to be throned on the basis of the WORK performed by the CONSULTANT up to the time of termination. SECTION 14 - DURATION OF AGREEMENT This Agreement, for the purpose of issuing new WORK shall remain in full force and effect for a period ending December 1, 2007, although the actual completion of performance may extend beyond such term, or until the depletion of fiends allocated for the WORK, or unless otherwise terminated by mutual consent of the parties hereto. SECTION 15 - RENEWAL OPTION This agreement may be renewed, at the sole discretion of the CITY, for a maximum of one two year term at the end of the initial period. SE 16- DEFAULT In the event either party fails to comply with the provisions of this Agreement, the aggrieved party may declare the other party in default and notify him in writing. 'In such event, the CONSULTANT will only be compensated for any completed professional services. 1n the event partial payment has been made for such professional services not completed, the CONSULTANT shall return..suchsums to the CITY within ten (10) days after notice that said sums are due. In the event of litigation by the other party to enforce the provisions of this contract, the prevailing party will be compensated for reasonable attorney's fees. In no event shall attorney's fees awarded against the CITY exceed 25% of the. award for damages. The CITY does not waive sovereign immunity from awards of prejudgment interest. SECTION 17 - INSURANCE AND INDEMNIFICATION The CONSULTANT shall not commence WORK on this Agreement until he has obtained all insurance required by the CITY. The CONSULTANT shall indemnify and save the CITY harmless from any and all claims, liability, losses and causes of actions arising solely out of a negligent error, omission, or act of the CONSULTANT incident to the performance of the CONSULTANT'S professional services under this Agreement. The CONSULTANT shall pay all claims and losses of any nature whatsoever, in connection therewith. The CONSULTANT agrees and recognizes that the MY shall not be held liable or responsible for any claims, which may result from actions or omissions of the CONSULTANT's actions. In reviewing, approving or rejecting any submissions or acts of the CONSULTANT, the CITY in no way assumes or shares responsibility or liability of the CONSULTANTS or Sub - consultants, the'-registered professionals under this Agreement. The CONSULTANT shall maintain during the term of this Agreement the following insurance: ■ Professional Services Agreement General Engineering Services December 2W4 Page 13 of 16 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 as damages for.: claims arising out of the services performed by the CONSULTANT or any person employed by him in connection with this Agreement. This insurance shall be maintained for three years after completion of the construction and acceptance of any Project covered by this Agreement. However, the CONSULTANT may purchase Specific Project Professional Liability insurance which is also acceptable. B. Comprehensive general liability, insurance with broad' form endorsement, including automobile liability, completed operations and products liability, contractual liability, severability of interest with cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single limit per occurrence for bodily injury and property damage. Said policy or policies shall naive CITY as additional insured and shall reflect the hold harmless provision contained herein. C. Worlonan's Compensation Insurance in compliance with Chapter 440, Florida Statutes, as presently written or hereafter amended. D. The policies except for Section 17 A shall contain waiver. pf subrogation against CITY where applicable, shall expressly provide that such policy or� policies are primary over any other collective insurance that CITY may have. The CITY reserves the right to request a copy of the required policies for review. All policies shall contain a "severability of interest" or "cross liability" clause without obligation for premium payment of the CITY. E. All of the above insurance is to be placed with Best rated-A-8 or better insurance companies, qualified to do business under the laws of the. State of Florida. The CONSULTANT shall furnish certificates of insurance to the CITY prior to the commencement of operations, which certificates shall clearly indicate that the CONSULTANT has obtained insurance in the type, amount, and classification as required for strict compliance with this Section and that no reduction in limits by endorsement during the policy term, or cancellation of this insurance shall be effective without thirty {30} days prior written notice to the CITY. Compliance with the foregoing requirements shall not relieve the CONSULTANT of his liability and obligations under this Section or under any other portion of this Agreement. SECTION[ 1$ - AGREEMENT NOT EXCLUSIVE Nothing in this Agreement shall prevent the CITY from employing other CONSULTANTS to perform, the same or similar services. • Pmfessio d Servicea Ag a mmt Gene[at Engineering Services December 2DD4 Page 14 of 16 SECTION 19 - CODES. ORDINANCES AND LAWS The CONSULTANT agrees to abide and be governed by all duly promulgated and published CITY, County, State and Federal codes, ordinances and laws in effect at the time of design which have a direct bearing on the WORK involved on this project. The CONSULTANT is required to complete.Public Entity Crimes Affidavit form (attached) pursuant to FS 28 7.133(3)(x). SECTION 20 - ENTIItETY OF AGREEMENT This writing embodies the entire Agreement and understanding between the parties hereto, and there are no other Agreements and understandings, oral or written, with reference to the subject matter hereof that are not merged herein and superseded hereby. No alteration, change, or modification of the terms of this A.greemeidsl alY be valid unless made in writing and signed by both parties hereto, upon appropriate action by the City Commissioners. IN Ri1TNESS WI1EREOF, this Agreement is accepted on the date first above written subject to the terms and 1. conditions set forth herein. Authority of Resolution No.43 -D t{° 119 (P v duly passed and adopt by the City of South Miami City Commission �10y ATTEST: Maria Menendez, City Clerk Zoo- CITY OF SOUTH MIAMI 62 Maria V.. r4*, City Manager CONSULTANT: STATE OF FLORIDA ) vt�e- prtes�.ar ss: Acknowledgement of City of South Miami COUNTY OF DADE ) The foregoing instrument was acknowledged before me this day of52,5� 2004 by MARIA V. DAVIS and MARIA MENENDEZ, City ana and C�e�' r�sof tY A y the crrY OF SOUTH MIAMI, on behalf of the CITY, who are personally known to me. Prof 'onal S A esst esvices greement General En&eeaing Services Decxmber 2004 Page 15 of 16 64L � �4x ) 0t� Public, Ste of Florida Point narne: _ 1 � t. Commission No: o rtLov * 0MIM IONNUMSER STATE OF FLORIDA ) p •OF ¢tia4P My COMMISSION ,i N EXPIRES OCT. 2.2005 ss: Acknowledgement of Consultant COUNTY OF DADE ) The foregoing instrument was acknowled ed before Mme this ��' _day of 0 L 20Q4 b ? mon �cs�et et P� y � of G� , on behalf of the CONSULTANT. He is personally known to me or has produced as identification. N Public, State of Florida Print name: 6--f 4 iCe. lyl Commission No: D 2- G 7- 7 4-2- APPROVED AS TO FORM & CONTENT Ci orney • Professional Saran Agreement General EhSm=mg Services Dwzmbar 2004 Page 16 of 16 �a Gram WWII* JP My ow DD257742 4gi MWE I .. ......... 77777 AM -2Z 5 i A-E-2, 2. zR, - M-1 M-M M -J -T ; ts, 7 A ® i 1, Al I AW ffi 1 x' E t �`-ti r [ rt FSf r� �r I� r��yWf:, I� riti r 4 V '+ T IY 1s x _ P I � r A ® i 1, Al I AW ffi 1 x' E t �`-ti r [ rt FSf r� �r I� r��yWf:, I� riti r 4 V '+ T IY 1s .i...:�..'`3 A, .. Q f sy�,y Y a � �,+5*s '� s�n 1 �+ a: ra ^. a� '�� ". *`; z '�, c. en V, Tk am I Yy t j 'low �16 I I 77, 77 11, P k"S 41, , -At 14, III I Yy t j 'low �16 I I 77, 77 11, P k"S 41, , -At 14,