Loading...
04-24-07 Item 4South Miami All- America CRY CITY OF SOUTH MIAMI ' I it OFFICE OF THE CITY MANAGER 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, Director Public Works & Engineering Department Date: April 24, 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 CITY MANAGER TO ISSUE A WORK ORDER 'TO T.Y. LIN /HJ ROSS (HJ ROSS) FOR CITYWIDE DRAINAGEIMPROVEMENTS PHASE IV IN AN AMOUNT OF $69,600.00 TO BE CHARGED TO SOUTH FLORIDA WATER MANAGEMENT DISTRICT ( SFWMD) GRANT ACCOUNT NUMBER 106.1730.541.3110 AND FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) GRANT ACCOUNT NUMBER 106 - '1727- 536 -3450; PROVIDING FOR AN EFFECTIVE DATE Request: Authorizing the City Manager to approve professional service work order for Citywide Drainage Improvements — Phase IV Reason/Need: As one of the City's professional general engineering consultants, HJ Ross will provide survey & testing, engineering design, bid phase and construction administration services for drainage improvements along SW 58th Avenue from SW 74th Street to SW 80th Street and SW 74th Terrace from the SW 57th Avenue to SW 58th Avenue. The proposed improvements along SW 58th Avenue will also include the evaluation of sidewalk network along the corridor as it relates to the proposed drainage system. Cost: $69,600.00 Funding Source: SFWMD grant account number 106.1730.541.3110 will fund $50,000.00 while $19,600.00 will be funded from FDEP's grant account number 106 - 1727- 536 -3450. The current account balances are: • 106 - 1727 -536 -3450 - $800,000 • 106.1730.541.3110 - $304,000 Backup Documentation: D Proposed Resolution D HJ Ross' Work Order for Professional Services D HJ Ross' Professional General Engineering Service Agreement D Project Location Map RESOLUTION INO.: 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 T.Y. LIN /HJ ROSS (HJ ROSS) FOR CITYWIDE DRAINAGEIMPROVEMENTS PHASE IV IN AN AMOUNT OF $69,600.00 TO BE CHARGED TO SOUTH FLORIDA WATER MANAGEMENT DISTRICT ( SFWMD) GRANT ACCOUNT NUMBER '106.1730.541.3110 AND FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (FDEP) GRANT ACCOUNT NUMBER 106 - 1727 - 536 -3450; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the Mayor and City Commission wishes to provide drainage improvements within an area defined as Citywide Drainage Improvements — Phase IV (SW 58th Avenue from SW 74th Street to SW 801h Street and SW 74th Terrace from the SW 57th Avenue to SW 58th Avenue); and WHEREAS, the Mayor and City Commission wishes to secure the services of HJ Ross for professional engineering services for the survey & testing, engineering design, bid phase and construction administration services for, the Citywide Drainage Improvements — Phase IV project; and WHEREAS, the professional service will be funded from SFWMD grant account number 106.1730.541.3110 at $50,000.00, while $19,600.00 will be funded from FDEP's grant account number 106 - 1727- 536 -3450 with current account balances of $304,000 and $800,000, 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 HJ Ross in an amount of $69,600.00 for the Citywide Drainage Improvements — Phase IV. Section 2: The professional service will be funded from SFWMD grant account number 106.1730.541.3110 at $50,000.00, while $19,600.00 will be funded from FDEP's grant account number 106 -1727- 536 -3450 with current account balances of $304,000 and $800,000, respectively. 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 Include File Name and Path day of APPROVED: COMMISSION VOTE: Mayor Feliu: Vice Mayor Wiscombe: Commissioner Palmer: Commissioner Birts: Commissioner Beckman: April 11, 2007 Mr. W. Ajibola Balogun, REM Public Works Director City of South Miami Public Works Department 4795 S.W. 75th Avenue Miami, FL 33155 ICE: Citywide Drainage Improvements — Phase IV Proposal for Engineering Services / Construction Administration and Site Observation Dear Mr. Balogun: We appreciate the opportunity to submit this proposal for professional engineering and construction administration services for drainage improvements along the following streets: 1. S.W. 58th Avenue, from S.W. 74th Street to S.W. 80th Street 2. S.W. 74th terrace, from S.W. 57th Avenue to S.W. 58th Avenue The attached Proposal for Engineering and Construction Administration Services lists the Scope of Work, compensation to perform these services and the project schedule. If in agreement, please initial the attached sheets, sign on page 5 and return one original for our records. We look forward to working with you ion this project. Should you have any questions regarding this proposal, please contact me at your earliest convenience. Sincerely, TY-UNINTERWONAL I HJ ROSS Francisco J. Alonso Project Manager Enclosures: Exhibit A CC: CITY OF SOUTH MIAMI CITYWIDE DRAINAGE IMPROVEMENTS — PHASE IV PROPOSAL FOR ENGINEERING SERVICES I. PROJECT DESCRIPTION The City of South Miami (CITY) proposes to provide drainage improvements, including associated surface reconstruction restoration, along the following streets: 1. S.W. 58th Avenue, from S.W. 74th Street to S.W. 80th Street 2. S.W. 74th Terrace, from S.W. 57th Avenue to S.W. 58th Avenue In addition, improvements along 58th Avenue include the construction of new sidewalks. T-Y-LININTERNATIONAL I HJ ROSS (CONSULTANT) will provide final construction plans, technical specifications, permitting and bidding assistance, and construction administrative services for the above project. This work will be performed in accordance with the Professional Service Agreement for General Engineering Services (AGREEMENT) dated December 2004 as amended herewith. IL SCOPE OF PROFESSIONAL SERVICES The specific work scope tasks to be performed by CONSULTANT and its subconsultant are: 1„ SURVEYING AND TESTING PHASE The project surveyor will prepare a Specific Purpose Survey within the above mentioned project limits. Survey will include all above ground visible features and utilities, driveways, trees, signs, and drainage structures with pipe size and inverts. Elevations will be taken_ at 100 -foot intervals. Survey Data will be on the State Plane coordinate system with elevations referenced to the NGVD 1929 datum. Survey will be prepared in AutoCAD format. The testing sub consultant will perform 3 percolation tests and provide a written report. City of South Miami - Public Works Department April 11, 2007 Citywide Drainage Improvements — Phase IV Page 1 Proposal for Engineering Services 2. PHASE III: FINAL DESIGN PHASE CONSULTANT agrees to provide the Phase 111 - Final Design / Construction Documents Development services in accordance with Paragraph 2.2.3 of the AGREEMENT with the following modifications: 2.1 CONSULTANT will limit the Phase III design services to the proposed drainage improvements and associated surface reconstruction details within the limits identified in Section I above. 2.2 CONSULTANT will prepare one set of Construction Documents including plans and specifications for the drainage improvements along all sites shown above. 2.3 CONSULTANT will prepare construction plans and details using the standards of Miami -Dade County departments of Public Works and Environmental Resources Management. 24 CONSULTANT will make one presentation to the City Board for final approval if required under Paragraph 2.2.3.IH. 2.5 CONSULTANT will provide permitting services as stated in Paragraph 2.2.3.J. 3. PHASE IV: BIDDING ASSISTANCE PHASE CONSULTANT agrees to provide the Phase IV — Bidding and Negotiation Phase services in accordance with Paragraph 2.2.4 of the AGREEMENT. 4. PHASE V: CONSTRUCTION ADMINISTRATION PHASE CONSULTANT agrees to provide the Phase V — General Administration of the Construction Contract services in accordance with Paragraph 2.2.5 of the AGREEMENT with the following modifications: 4.1 CONSULTANT bases fee for this task on a construction time of 140 calendar days (20 weeks) from award of Construction Contract to approval, by the CONSULTANT, of Contractor's final Payment Certificate. 42 CONSULTANT bases fee for this task on conducting weekly site visits and part - time on -site observations at an average of twelve (12) hours per week, three hours per week of construction management and one and a half hour /week of project management. In the event that continuous daily on -site observations are required as stated in Paragraph 2.2.5.:E. of the AGREEMENT, CONSULTANT reserves the right to negotiate additional fees with the CITY at the hourly rates found in Section 4 of the AGREEMENT. City of South Miami - Public Works Department April 11, 2007 Citywide Drainage Improvements — Phase IV Page 2 Proposal for Engineering Services TY-UNINTERWONAL 1, HJ ROSS 4.3 CONSULTANT bases fee for this task on participating on two (2) Public Involvement Meetings at four hours each of project and construction management. 5,. PHASE VI: POST CONSTRUCTION ADMINISTRATION CONSULTANT agrees to provide the Phase VI — Post Construction Administration services in accordance with Paragraph 2.2.6 of the AGREEMENT. III. SUBCONSULTANTS The below listed Sub - Consultants will assist in the performance of the Work. SubConsultant Name Avino & Associates, Inc. U.S. Laboratories Palm Engineering Group, Inc IV. SCHEDULE OF DELIVERABLES Specialty or Expertise Surveying services Testing services Construction Inspection Services CONSULTANT will submit the following deliverables to the CITY: SCHEDULE OF DELIVERABLES 'Task No. Description of Deliverable or Drawing Name 1. Two signed and sealed surveys and an electronic AutoCAD file on CD. • At 50% & 100% completion: 2 copies of drawings, check sets, and specifications. 2' • At 50% & 100% completion: statement of probable cost and project schedule. 0 Upon final approval by the CITY: 12 sets of drawings and specifications. • 1 CD with drawings in AutoCAD format, and WORD files of specifications. 3. Pre -bid agenda and minutes, addendums, bid tabulations and recommendation. 4 Copies of Pre - construction agenda and minutes, shop drawings, change orders, payment certificates, construction observation reports, test results, and correspondence. 5. Written O & M manual if required and One set of reproducible record drawings. City of South Miami - Public Works Department April 11, 2007 Citywide Drainage Improvements — Phase IV Page 3 Proposal for Engineering Services TYLININTERNA OSS V. SCHEDULE OF SERVICES CONSULTANT shall perform the Work as depicted in the table below following receipt of a written Notice -to- Proceed from the CITY. SCHEDULE OF WORK Task No. Task Name and /or Activity Description Duration work days Projected Start Date Projected Finish Date 1. SURVEYING AND TESTING PHASE Lump Sum, Fixed TBD TBD 2. PHASE III: FINAL DESIGN PHASE 3. TBD TBD 3. PHASE IV: BIDDING ASSISTANCE PHASE PHASE V CONSTRUCTION ADMINISTRATION PHASE TBD TBD 4. PHASE V: CONSTRUCTION ADMINISTRATION PHASE 140 TBD TBD 5. PHASE VI: POST CONSTRUCTION ADMINISTRATION TBD TBD VI. COMPENSATION CONSULTANT shall perform the Work detailed in this Proposal for a Lump Sum, Fixed fee of Sixty -Nine Thousand Six Hundred dollars and 00 cents ($69,600.00). SUMMARY OF COMPENSATION Task # Task Name and /or Activity Description Amount Fee Basis 1. SURVEYING AND TESTING PHASE $9,845.00 Lump Sum, Fixed 2. PHASE III: FINAL DESIGN PHASE $32,448.00 Lump Sum, Fixed 3. PHASE IV: BIDDING ASSISTANCE PHASE $3,946.00 1 Lump Sum, Fixed 4.. PHASE V CONSTRUCTION ADMINISTRATION PHASE $21,271.00 Lump Sum, Fixed 5. PHASE VI: POST CONSTRUCTION ADMINISTRATION $2,090.00 Lump Sum, Fixed Total = $69,600.00 Lump Sum, Fixed City of South Miami - Public Works Department April 11, 2007 Citywide Drainage Improvements — Phase IV Page 4 Proposal for Engineering Services VII. SERVICES NOT INCLUDED The following services are not included in the Scope of Work for this project: 1. Civil Engineering services for Water Distribution / Sanitary Sewer System Evaluation and design identified in Paragraph 2.1.0 of the AGREEMENT. 2. Traffic Engineering services identified in Paragraph 2.1.D of the AGREEMENT. 3. Environmental Engineering services identified in Paragraph 2.1.E of the AGREEMENT. 4. Phase I services identified in Paragraph 2.2.1 of the AGREEMENT. 5. Phase II services identified in Paragraph 2.2.2 of the AGREEMENT. 6. Additional Professional Services identified in Paragraph 2.3 of the AGREEMENT. 7. Geotechnical Engineering services including subsurface explorations and /or testing other than those described above. 8. Permitting Services other than those described above or payment of permit fees. VIII. INFORMATION TO BE PROVIDED BY THE CITY CITY agrees to provide, if available: 1. Aerial photographs in digital form of the project area. 2. AutoCAD standard sheet format and guidelines to be used on the plans. 3. As -built plans of existing City - owned facilities with elevations of underground utilities. 4. Division 1 (front -end) documents for the preparation of the contract documents. 5. CITY is responsible for payment of any permit review fees to the regulatory agencies. IX. PROJECT MANAGER CONSULTANT'S Project Manager for this Work Order assignment will be Francisco J. Alonso Prepared by: Francisco J. Alonso Approved by: City of South Miami - Public Works Department Citywide Drainage Improvements — Phase IV Proposal for Engineering Services Date Date April 11, 2007 Page 5 PROFESSIONAL SERVICE AGREEMENT General Engineering Services THIS AGREEMENT made and entered into this �Q_ day ofA& ri , 2W by and between the CITY OF SOUTH MIAMI, a political subdivision of the State of Florida, referred to as the "CITY" and H.J. ROSS ASSOCIATES, INC., 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 on December 1, 2007, and the CONSULTANT agrees to perform all professional 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 $500,000.00 or studies which do not exceed $25,000.00, herein after called the "SERVICES ". SECTIQN 1- GENERAL PROVISIONS: 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, for 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 Notice 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 CITY'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 - PRQ. FE_MNAL SERVIM 2.1 General Engineering Services The professional services to be provided by the consultant are as follows: A. Roadway engineering to include streets, sidewalk, 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 and drainage plan for municipal building and facilities. C. Civil Engineering, to include Water Distribution Systems Improvement 1 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 agrees 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 coordinate and complete WORK. The lead CONSULTANT as designated by 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. • Professional Services Agreement General Engineering Services December 2004 Page 2 of 16 2.2.1 phase I- Preliminary and Schematic Desi. 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 CONSULTANT'S opinion, the allocated funds are adequate to accomplish the program requirements. 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) as 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 Bell, Dynamic Cable, MDWASA, etc.) for any conflict with their utilities. Y. 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 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. Professional Services Agreement Gonad Engineering Services December 2004 Page 3 of 16 J. 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 H — && and Desio Deveiopmeng 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) sets 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 allocated budget. A Notice to Proceed to Phase M will not be issued if the latest statement of Probable Construction Cost exceeds the total allocated funds. 2.2.3 Phast, III — FinW De i / Construction Documents Development: 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 necessary 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 and shall supply all needed additional specifications. B. The Construction Doctunents 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. 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: Professional Services Agreement General Engineering services December 2004 Page 4 of 16 1. 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 progressed 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 QONSULTANT shall no Qroceed with the further development until approval of the 50% documents is receLved from th CITY. The CONSULTANT shall make all changes to documents. The 50% complete Check set shall be returned to the CITY. 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 CrTY 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 Construction 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 CITY Boards (such as Environmental Review Board, Historical Preservation Board etc.) for the final approval. I. The CONSULTANT at no extra cost to the CITY 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 detennined 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 CrTY as minimum of 24 sets of drawings and specifications, at no additional cost to the CITY, for bidding purposes, unless instructed otherwise. J. The CONSULTANT shall arrange for "dry runs" and/or make final submissions to appropriate authorities (regulatory agencies to include and not limited 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 respond to all technical questions from regulatory agencies. CONSULTANT shall modify, at no additional cost to CITY, in order to acquire the necessary permits. • Professional Services Agreement tieneral Engineering Services December 2004 Page 5 of 16 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 furnish 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 lowest responsible Base Bid received exceeds the Total Allocated Funds the CITY may: I . 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 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 Phase 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 project. 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 Contractor's final Payment Certificate is approved and paid by the CITY. 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 Professional Services Agreement General Engineering Services December 2004 Page 6 of 16 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 on -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 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 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 He 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 on 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. The 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 WORK 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 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. Professional Services Agreement General Engineering Services December 2004 Page 7 of 16 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. J. The CONSULTANT shall review and recommend action 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, laws, 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 - PQst Construction Administration A. The CONSULTANT shall prepare and provide the CITY with a written manual, to be used by the CITY, outlining the implementation plan of all the required maintenance necessary to keep the proposed WORK operational in a safe and effective manner. B. The CONSULTANT Shall furnish to the CITY, reproducible record drawings updated based on inforrnation furnished by the Contractors CITY. such drawings shall become the property of the 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 guarantee/warranties for correction. He shall assist the CITY with the administration of guarantee/warranties for correction of defective WORK that may be discovered during the said period. 2.3 Additional Prof final Services Additional Services as listed 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. ]Processional services Agreement General Engineering Services ]December 2004 Page S of lb A. Special analysis of the CITY'S needs, and special programming requirements for a project. B. Financial feasibility, life cycle costing or other special studies. C. PIanning 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 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 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). J. 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 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 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. • Professional Services Agreement General Engineering Services December 2004 Page 9 of 16 SECTION 3 - TIME FOR COMPLEI_`�: 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 fulfilling 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. SECTION 4 - BARS OF C MPENSATION The CONSULTANT agrees to negotiate a "nat 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, beyond 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 CITY and the CONSULTANT. A. A fixed sum: The fee for a task or a scope of work may be fixed sum as mutually agreed upon by the CITY 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: to Hourly .Rate Principal $135 Project Manager $101 Senior Engineer $92 Engineer $72 Construction Manager $92 Construction Inspection $53 Senior Draftsman/Technical/CADD Operator $63 Draftsmen $53 Data Processing / Clerical $43 Hourly rates will include all wages, benefits, overhead and profit. NECTION 5 - PAYMENT AND PARTIAL PAD 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 • Professional services Agreement General Engineering Services Decembw 2004 Page 10 of 16 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 III. 75% upon 100% completion and approval of Phases III and W. 90% upon completion of the Project and approval of all WORK Phase V). 100% upon final completion and approval of WORK elements A and B of Phase VI. The CONSULTANT shall submit an original invoice to the City's protect 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 CONSUL TANT. 2. The request for payment shall include the following information: a. Project Name b. Total Contract amount (CONSULTANT's lump sum negotiated upset limit fees) C. Percent of work completed. d. Amount earned. e. Amount previously billed. E 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 - IGHT 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 may arise under or by reason of this Agreement, the prosecution and fi lfillment 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 or 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. SECTION 7 - OW1VERSIiIP OF DQCUMEN'TS 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 • Professional Services Agreement General Engineering services December 2004 Page 11 of 16 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. SEMON S- CO T APPEARAN S CO REN ES AND HEARIN S Nothing in this contract shall obligate the CONSULTANT to prepare for or appear in litigation on behalf of the CITY 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 CTTY 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. ECTION 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 CITY. 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. SEMON 10 - AUDIT 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— SUBLETTING The CONSULTANT shall not sublet, assign, or transfer any WORK under this Agreement without the prior written consent of the CITY. SECTION 12 - WARRMTY 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 considerations contingent upon or resulting from the award or making of this contract. Fort breach or violation of this warranty, the CITY shall have the right to annul this contract without liability. _SECTION 13. TERNIIVATION OF AGREEYIZENT It is expressly understood and agreed that the CITY may terminate this Agreement without penalty by declining to issue Notice to Proceed authorizing WORD, 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 • Professional Services Agreement General Engineering Services December 2004 Page 12 of 16 accordance with the provisions of Section 4, such payment to be determined on the basis of the WORK performed by the CONSULTANT up to the time of termination. SECTION 14 - DURATION OF A 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 funds 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. SECTION 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. In the event partial payment has been made for such professional services not completed, the CONSULTANT shall return such sums 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 CITY 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 tern of this Agreement the following insurance; 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 Professional Services Agreement General Fagineering Services December 2004 Page 13 of 16 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 name CITY as additional insured and shall reflect the hold harmless provision contained herein. C. Workman'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 of subrogation against CITY where applicable, shall expressly provide that, such policy or policies are primary over any other collective insurance that CTTY 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 18 - AGREEMENT NOT EXCLUSIVE Nothing in this Agreement shall prevent the CITY from employing other CONSULTANTS to perform the same or similar services. 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 ■ .Professional Services Agreement 2"ieneral Engineering Services December 2004 Page 14 of 16 WORK involved on this project. The CONSULTANT is required to complete public Entity. Crimes Affidavit form (attached) pursuant to FS 287.133(3)(a). SECTION 20 - ENTIRETY 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 Agreement shall be valid unless made in writing and signed by both parties hereto, upon appropriate action by the City Commissioners. IN WITNESS WHEREOF, this Agreement is accepted on the date first above written subject to the terms and conditions set forth herein. Authority of Resolution No.0- 0 -111(a duly passed and adopted by the City oi° South i2LU Miami City Commission h ATTEST: la Menendez, City lerk ATTEST: STATE OF FLORIDA CITY OF SOUTH MIAMI �r 1 Maria avis, City M CONSULTANT: H -�S ZOS-- c`S,�'vL. ss: Acknowledgement of City of South Miami COUNTY OF DADE ) The foregoing instrument was acknowledged before me this 1 day 1 MARIA. V. DAVIS and MARIA MENENDEZ, City Manger and City C1 Y, 2� by tY g Clerk, respectively of the CITY OF SOUTH MIAMI, on behalf of the CITY, who are personally known to me. 1, Notary public,tState o Oida sk,t�v pG�t� t�CU+ Pmfessionat services Agreement tAAIA4^ Genera, Engineering Services 4 y�E` COM►AISSiON �Ui�i9Er♦ December 2004 C00616N Page 15 of 16 yj�� hAY Gpilt T 2ICQ PiR>:5 Print name: 0('Itn4 4: .� nne)CAL Commission No: --b 3 (o (D l A STATE OF FLORIDA ) COUNTY OF DADE ) ss: Acknowledgement of Consultant , 'he foregoing instrument was acknowlFd ed before me this — a+ � —day of o LM 2004 by - 111 Ohl an of _ 1-) • �1 ass F4s5oei A t!s on behalf of the CONSULTANT. He is personally known to me or has produced as identification. , Notary Publicj�tate of Florida APPROVED AS TO RM &. CONTENT City Alto y ■ Professional Services Agreement General Engineering Services December 2004 Page 16 of 16 Print name.k-A- [ i ✓t A Commission N nvc 4 k, amy Puartc -Stole of VIO&W VCanwlltk 9""DW1.W CMWMM * DD 3"721 City of South Miami CITYWIDE DRAINAGE IMPROVEMENTS - PHASE IV 400 800 1,200 1,600 2,000 Feet Q�O�QP r x e U x r r N y BROWN SW 80TH ST DAVIS RD SW 81ST ST Sw r U x r 3 m SW 72ND ST Sl Fr ___L__j SW 71110 ST DAVIS DR DAVISIRD rs- DAVIS4N+--J 'T. I 1 SW 81STTE Made by City of South Miami, Engineering & Construction, 4111/2007. GIS Data (Basic Set level 1) by Miami -Dade County (2005). ET DR w SW 76TH ST DAVIS RD r a v m to N N U x r r N y BROWN SW 80TH ST DAVIS RD SW 81ST ST Sw r U x r 3 m SW 72ND ST Sl Fr ___L__j SW 71110 ST DAVIS DR DAVISIRD rs- DAVIS4N+--J 'T. I 1 SW 81STTE Made by City of South Miami, Engineering & Construction, 4111/2007. GIS Data (Basic Set level 1) by Miami -Dade County (2005). ET DR w SW 76TH ST DAVIS RD