Loading...
HomeMy WebLinkAboutSEOPW-CRA-R-00-00611 RESOLUTION NO. SEOPW/CRA R-00-61 A RESOLUTION I) AUTHORIZING THE COMMUNITY REDEVELOPMENT AGENCY (THE "CRA") TO ENTER INTO A CONTRACT WITH C.A.P. ENGINEERING CONSULTANT, INC., A FLORIDA CORPORATION ("CAP"), AN ENGINEERING FIRM ON THE CITY OF MIAMI'S APPROVED LIST, TO PROVIDE ENGINEERING SERVICES WITH RESPECT TO THE CONSTRUCTION ON PARCELS P-1, P-5, AND P-7 WITHIN THE REDEVELOPMENT AREA (THE "CRA/CAP CONTRACT"), ON THE SAME TERMS AND CONDITIONS AS CONTAINED IN THAT CERTAIN PROFESSIONAL SERVICES AGREEMENT (ARCHITECTURAL ENGINEERING SERVICES), DATED DECEMBER 6, 1999, BY AND BETWEEN THE CITY OF MIAMI AND CAP (THE "CITY/CAP CONTRACT"), WHICH CITY/CAP CONTRACT IS ATTACHED AS EXHIBIT "A' HERETO AND MADE A PART HEREOF, AT A TOTAL COST NOT TO EXCEED $40,000.00, SUBJECT TO THE AVAILABILITY OF GENERAL FUNDS FROM ACCOUNT NO. 689004.055011.4.193, AND II) AUTHORIZING THE DIRECTOR OF OPERATIONS, ADMINISTRATION AND DEVELOPMENT (THE "DIRECTOR") TO EXECUTE THE CRA/CAP CONTRACT ON BEHALF OF THE CRA. WHEREAS, the City of Miami approved and adopted the Southeast Overtown/Park West Community Redevelopment Plan pursuant to Resolution Nos. 82-755 and 85-1247 (the "Redevelopment Plan"); and WHEREAS, the CRA is responsible for carrying out community redevelopment activities and projects in the Southeast Overtown/Park West Redevelopment Area (the "Redevelopment Area") established pursuant to the Redevelopment Plan; and WHEREAS, the CRA desires to enter into the CRA/CAP Contract for engineering services to be provided by CAP with respect to the construction on Parcels P-1, P-5, and P-7 within the Redevelopment Area, on the same terms as containe44n-the_-City/CAP Contract. i SF.OPW,CRA '} �+ NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are incorporated herein as if fully set forth in this Section. Section 2. The CRA is hereby authorized to i) enter into the CRA/CAP Contract for engineering services to be provided by CAP with respect to the construction on Parcels P-1, P-5, and P-7 within the Redevelopment Area, on the same terms as the City/CAP Contract attached as Exhibit A, at a total cost not to exceed $40,000.00, subject to the availability of general funds from account number 689004.055011.4.193, and ii) direct the Director to execute the CRA/CAP Contract on behalf of the CRA. Section 3. The resolution shall be effective upon its adoption. PASSED AND ADOPTED on this 26th day of June, 2000. APPROVED AS TO FORM AND CORRECTNESS: Ov)? A p,� Holland & Knight LLP CRA Legal Counsel MIA1 #946270 v2 Arthur E. Teele, Jr., Chairman K SE()PW/CRA PROFESSIONAL SERVICES AGREEMENT [Architectural Engineering Services] er� This Agreement entered into this A day of Pecernh 1999, by and between the City of Miami, a Municipal Corporation of L he State of Florida, (the "CITY''), and C.A.P. Engineering Consultant, T.nc., a State of Florida Corporation, (the —PRINCIPAL") . WHEREAS, the CITY has scheduled a substantial. number of Projects for fiscal years 1999, 2000 and 2001 (the Projects") that require professional architectural engineering services; and WHEREAS, the Commission of the City Of Miami, by Resolution No. 99-708 adopted on September 28, 1999, approved the selection of two (2) Architectural/Engineering firms to provide architectural/engineering services for the Projects and authorized the City Manager to negotiate the terms of and execute agrecmcntFs with said firms for the provision of the services; and WHEREAS, the PRINCIPAL is one of the firms selected to provide architectural engineering services and tb e PRINCIPAL and the CITY wish to execute this Agreement to set forth the terms and conditions of the engagement. SF0PWJC - NOW, THEREFORE, in considerat_on of the -tutual covenants set forth herein, the C1,fY and the PRINCIPAL agree as follows: MUS 1. ReCitals. The recitals and all statements contained therein are hereby incorporated into and made a part of this Agreement. 2. Term. The term of this Agreement shall be two (2) years, commencing on the date hereof and ending two (2) years thereafter (the " Expiration DaLe- ''), subject, however, to the provisions of Section 12 hereof- The cl,rY has the right to extend the term hereof for an additional. period of one (1) year Subject to approval by the City Manager. In the event the PRINCIPAL is engaged in any PROJECT(S) on the above date, this AGRCEMENT shall remain i.1-1 effect until completion or termination of said PROJECT(S). No new orders will be issued after above date. 3 - ,S11hiPrr Mar`.Pr. This Agreement_ nets forth the terms and conditions pursuant to which the CITY may request, and PRINCIPAL shall provide, the Services, as defined in Section 4 and S below, for one or more Projects. No ,pecif i.c Project* is designated uridcr this Agreement. The Project and the specific details of the Services required Lc-) be performed by the PRINCIPAL shall be described ill u NAD:WJ41-F7.•J•ArchEng.CAP 2 work order to be issued by the CITY in accordance with Section S.B hereof. 4. j�Pfinitic�ns. A. PRQ TZCT - means the review of blueprints, construction drawings and specifications to determine if documents and materials submitted conform to state and local saws, codes, ordinances and regulations or other related professional services requested by the CITY- B. fig, means Services to be rendered or provided by the PRINCIPAL for the PROJECT. C. RPRVTC'FS - means the Services described herein, to be performed by the PRINCIPAL under this Agreement. D. p3DjFCMMANAGER - means the Director of the Department of Buildiily and Zoning or his/her designee. 5 4'e CP4. A. c•onPral i.. At the CITY' s request, made in accordance with Sub - Section B below, PRINCIPAL shall perform the Services as described lierein (the "Work'') . The Services may include but noL be limited to t:he services outlined in this section and services that may hP required in connection with a Projcct. The Work shall be- performed with all applicable dispatch, in a sound, economical, of f ic.i.eaL and professional manner and within the time and the manner required in the Work Order. AAB:W34J-sz.7-ACC1xEng ii. The PRINCIPAL shall perform the Work under the direction of, and in close coordination with, the Project Manager. The PRINCIPAL shall provide all professional and technical services comprising the Work and shall be fully responsible for all the professional and technical aspects thereof. The CITY's review and approval of the Work will relate only to overall compliance with the general. requirements of. the Project and whenever the term approval by the CITY" o3: like term is used in this Agreement, the phraseology shall in no way relieve the PRINCIPAL from any duties or responsib-illLies under the terms of this Agreement or from using the best. professional architectural/engineering practices. iii. The PRINCIPAL shall, in the performance of the Work, comply with all Federal, State and Local codes, ordinance and regulations, pertaining to the Project, including, without limiting the qenerality of the foregoing, the Federal Wage -Hour Law, Walsh - Healy Act, The Occupational Safety and Health Act, The National Environmental Policy Act and Equal Employment opportunity Legislation. iv. In the performance of the Work, the PRINCIPAL agrees to: r BEOPW/CRA 00 0 - 6 i F,AB:47343 s2J•l+schEny.cAP 4 a. Strive to complete the Work within the time allowed by maintaining az1 adequate al.aff of qualified employees on the Work at all times. b. Be Fully responsible for the processional and --= technical services required to be rendered in the performance of the Work. c. Cooperate fully with the CITY in order that all phases of the Work may be properly scheduled, coordinated, and executed. d. Report the status of the Project to the Project Manager upon request or as required by this Agreement, and maintain all notes, calculations, and elated work open to inspection by the CITY, at all times during the term hereof. e . Promptly deliver to the Project Manager copies of minutes of all relevant meetings relating to the Project at which PRTNC'T.PAL is present. f. Be available for general consultation and advice at all times during the term of the Project. g .cP4 . i. Exc:epL in emergency situations, all requests for Services shall be made by a written Request For Services ("RFS" ) issued by the Project Manager. In case of emergency, the CITY may is.,,ue a verbal RFS to be followed by a written RFS (or, after approval, by a work Order) and a Notice to Proceed, as goon as practicable thereafter. The RFS shall describe the nrn:wia.z-sZJ ArctEnq.cAa 5 SEOPW,/CRA-. t — i Project and each section of the Work to be performed by the PRINCIPAL and trier: time schedule in which the Work must be completed. ii. Upon receipt of the RFS, the PRINCIPAL shall make arrangements to meet with the Project Manager and a meeting shall be held within ten (10) days following receipt of the RFS, to discuss tile, esLitnated amount of compensation, and the schedule and scope of the Work. All formats for the Work are to be as presently used by the City of Miami Building and Zoning Department and/or the Public Works Department, unless otherwise directed by the Project Manager. This i.s to include but not be limited to plarls, specifications and coritfact documents. iii. Subsequent to the. meeting, the PRINCIPAL shall submit to the CITY a proposal at no cost to the CITY. If CITY and PRINCIPAL agree on the amount of compensation and the schedule and time for completion of the Work, Lheri tlic Project Manager shall issue a Work order and Notice to Proceed. iv. The Services to be rendered by the PRINCIPAL for the, Project shall commence within twenty-four ( 24 ) hours upon receipt of the Notice to Proceed and within the time agreed upon as shall. be completed shown in the Work Order. When a PROJECT has a deadline daLe, and time is of r.he essence 'the CITY small advise the PRINCIPAL and completion time shall AARrWid;-g7.J. ArchEnq.CAY S EOPW/eR. Of)- y- 61 be agreed upon. A reasonable extension of the work time will be granted in the everit there is a delay on the part of the CITY in fulfilling part of the AGREEMENT as stated herein or because of weather, civil disturbance, or other reasons beyond the control of the PRINCIPAL. v. PRINCIPAL understands and agrees that failure to comply with the foregoing provisions within the time required herein may result -in the Project being awarded to another firm. 6. C'i ty Services and RecT,nnRi hi i ti es: The CITY agrees to make available to the PRINCIPAL any and all plats, drawings, records, plans and other data in CITY's possession pertaining to tie Work to be performed for the Project_ 7 k --rhe PRINCIPAL may be required to provide architectural mechanical, electrical, and structural engineering. These services may include, but may not be limited to: review blueprints, construction drawing and Specifications to determine whether plans, specifications, workmanship and materials submitted conform to local and stare codes and legally established requirements; approve blueprints, plans and sketches prior to issuance of permito (buildings, electrical, plumbing, mechanical) and discuss requirements of plans with ecigineers, contractors, builders or owners; make corrections to plans and return them for resubmission, T,AB:W343 .:;Z.T-ArchFn,4. AP 7 SEOPt)V/C 0 G i when required; process walk-throughs for commercial and residential projects, assist the public, contractors, architects, engineers, and homeowners with plans review and code interpretation; provide inspection services for buildings, electrical, plumbing and mechanical, en=orcing the South Florida Building Code; and -any other miscellaneous tasks as may be required. and nr=w; n azs ; The CITY agrees that within thirty (30) days after delivery to approve, reject, or return with ind.i.cated suggested revisions or recommendations, all field notes, drawings, calculations, rcports or other written comm ur_'_cat ions submitted by the PRINCIPAL, to the CITY for approval. Such approval, revisions or recommendations by zhe CITY shall not relieve the PRINCIPAL of its responsibility .for the WORK. Any errors noted in the calculations or drawings submitted by the PRINCIPAL will be corrected at no additional cost to the CITY. All certified plans and other final drawings required under: Liiis agreement shall be delivered to the CITY in a reproducible form such as an original ink drawing on high quality Vellum or a reverse mylar made from an original ink drawing. In either case, the reproducible of registored plans shall be affixed with the engineers' erbossed seal and signature. 9. Cc)ritperisatior1 shall be based on a "Fixed Fee" or a _Not to Exceed Fee", as described 'rereurider, ")0- 61 AAA,N343-SZJ-ArchEng.C" 8 gyp /CRA based on the nature and scope of the Work. The method of compensation shall be agreed upon prior to issuarice of the Work Order. Notwithstanding anything herein to the contrary, the CITY and the PRINCIPAL agree that the total compensation permitted for all work under this Agreement shall not exceed the sum of $500,000. FTXFRD FFF.: The fee for a task or a scope of work based on a fixed fee shall be mutually agreed upon by the CITY and the PRINCIPAL. g _ NOT TO Fxr'EEIZ_EF : T f a "Not to Exceed" fixed fee is mutually agreed upon, the amount of compensation shall be based on an hourly rate fee. The hourly rate fee shall be computed based on the hours worked by individuals in Ole following categories. 'rhe Hourly Rate for each category, as shown below, includes all equipment, supplies, materials, tools labor, wages, taxes, insurance, benefits, overhead and prof'i.t: and shall be applicable to any necessary overtime work. Professional Structural Engineer $80.00 Professional Electrical Engineer $65.00 Professional Mechanical Engineer $60.00 Professional Civil Engineer $65.00 Registered Architect $75.00 Electrical Contractor $60.00 Plumber Contractor $60.00 00` 61 AApe!wi43-SZJ AzchErg.cAC 9 SECPWICKA Mechanical Contractor $60.00 Building Inspector $64.00 Electrical Inspector $55.00 Plumbing Inspector $55.00 Administrative (Billing;, Reports) $34.00 Clerical (Filing, Light Word Processing) $30.00 10 . PajaueCompensation shall be paid monthly in accordance with invoices detailing the fees and expenses, for Work performed during the immediate preceding calendar month. Payment shall be made within thir l.y (30) days following Project Manager's receipt of the invoices, in triplicate. The invoices shall include the following information: A. Total contract amount. B. Percent of Work complete to date. C. Total amount paid Lo date. D. Amount previously billed. E. Amoun: of invoice. F. Summary of Work done during the billing period. G. Invoice number and date. 11. ;ShPdu ^-__of Work. The CITY shall 11ave the sole right to determine which Project shall be assigned to the PRINCIPAL and the schedule of Work and time for performance. ll. "vnra Work Frnensaa- If the PRINCIPAL has incurred extra work or expense due to changes ordered by CITY after any portion of the Work is approved by the CITY, SEOPW/C A. r,, - AAA ; W34 3 - &zi • r rchzr V .�1P 10 then the payment for such extra work shall be the s::bject of a Change" order, and shall be approved, in writing, by the CITY if, in the CITY's reasonable opinion, such Change Order is warranted. If the PRINCIPAL caused extra work or experise due to changes ordered after any portion of the Work is approved by the CITY, such extra Work shall be the subject of an additional work order and the cost of the extra work shall be sole responsibility of the PRINCIPAL. 13. Suhronsul t3tlt-a. A. Selection of the Principal by the Competitive Selection Committee was based; in part, on the qualifications and expertise of the Subconsultants listed in response to the "Request for Qualifications" (RFQ) if Subconsultants were listed (the "approved Subconsultants") The Principal shall employ Approved Subconsultants where their specialties are required to perform the Work for an assigned Project. B. The Principal may choose additional Subconsultants provided it first obtains the prior written approval of the City. The Principal may not exclude Approved Subconsultants from a Project without the City's prior written consent. The reasons for Hiring additional Subconsultants or for the replacement of the Approved Subconsultants slIall be detailed in -he Principal's written request for City's consent. r„ ' 0� G1 :,ag;w343 S'LJ•ArchEnq.CAV 11 • ;_.:.J��1%<<�Rl�, C. The Principal shall be responsible for all the work of its organization, employees and its subconsul.tants. Nothing contained in this Agreement- shall create any contractual relationship between any of the uubconsultants working for the Principal and the City. The principal agrees and understands that it is in no way relieved of any responsibility under the terms of this Agreement by virtue of any other professional who may associate with it in performing the Work. D _ Subconsultants that must be used are: Architects International Botas-Estau Engineering EAC Consulting, Inc. 14. Con 1 rr . - TntPrPC . A. PRINCIPAL covenants that no person under its employ who presently cxercises any functions or responsibilities in connection with this Agreement has any personal financial interest, direct or indirect, with CITY. PRINCIPAL further covenant., that, in the performance of. this Agreement:, no person having such r!onflicting interests shall be employed. Any such interests on the part of PRINCIPAL or its employees, must be disclosed in writing LO CITY. B. PRINCIPAL is aware of the conflict of interest laws of the City of Miami. (City of. fijami Code Chapter 2, Article V) , Miami -Dade County, Florida (Miami -Dade County Code Section 2-11.1) and the State of Florida, AAn:W343 SZ.!-Archrmg.c.AP 12 �13®PNV 1 CRA (I and agrees that it shall fully comply in all respects with the terms of said laws. 15. ��ti�ie,-chip of nccl�m_ n �. All reports, tracings, drawings, plans, specifications, survey information maps, computer media, and other data developed by the PRINCIPAL for the purpose of this Agreement shall become the property of the CITY without restriction or limitaLion upon use and shall be made available by the PRINCIPAL at any time upon request of the CITY. When any work contemplated under this Agreement is completed or for any reason terminated prior to completion, all of the above data shall be delivered to the Projoct Manager. 16. Tprm' nai on aDd S 1S[lP i Q f cxrGamPnt . A. The CITY retains the right Lu terminate this Agreement at any time prior to the completion of the Work without penalty to the CITY. In such event, the CITY shall give written notice of termination to the PRINCIPAL and the PRINCIPAL shall be paid for services rendered up to the date of the notice, provided, however, Lhat the PRINCIPAL is not in default under the terms of, this Agreement and as set forth in Section 23 hereof. B. In the event of termination, all documents, plans, and other documents developed by PRINCIPAL under this Agreement shall become the property of the CITY, with the same provisions of use as set forth herein. C. It is further understood by aiici between the parties that any information, contract documents, plans, SrOPW/CRA �'j� 0 - 61 AAB:W343 SZJ-Arch�nq.CAP 1.3 drawings, or any other matter whatsoever which is given by the CITY to the PRINCIPAL pursuant to this Agreement shall at all times remain the property of the CITY and shall not be used by the PRINCIPAL for any other purposes whatsoever without the written consent of the CITY. 17. Award cif Agreement, The PRINCIPAL war>;ailLs that it has not employed or retained any company or person to solicit or secure this Agreement, that it has not paid or agreed to pay any company or person any fee, commission, percentage, brokerage fee, or gifts or any other consideration contingent upon or resulting from the award or making of this Agreement. The PRINCIPAL also warrants that to the be.-;L. of its knowledge and belief no Commissioner, Mayor or other officer or employee of the CI`1'Y is interested directly or indirectly in the profits or emoluments of this Agreement or the Work. 1.8. Enr>>-P Aare -men . This Agreement represents the entire and integrated agreement between laic CITY and the PRINCIPAL and supersedes all prior negotiations, representations or Agreements, either written or oral. This Agreement may be amended only by written instrument executed by CITY and PRINCIPAL- 19. c�s,rcegsarg and nasj na. This Agreement shall be binding upon the parties hereto and their respective heir;, executors, lryal representatives, successors and assigns. ��** AAB : W3 4 3 -::2.7 - Ar. ChEw.4 . CAP 14 20. Eight to Audit. The CITY reserves the right Co audit records of the PRINCIPAL pertaining to this Agreement anytime during the term hereof, and for a period of three (3) years after final payment is made under this Agreement. 21. Insurance. PRINCIPAL shall maintain during the terms of this Agreement the following insurance_ A. Comprehensive General Liability Insurance in amounts nor- less than $1,000,000.00 Combined Single unit for bodily injury and property damage liability and said insurance shall include contractual liability coverage. The City of Miami shall be named as primary Additional Insured. B. Professional Liability Insurance in a minimum amount of $1,000,000.00 covering all liability arising out of the terms of this. Agreement . C. Workers, Compensation insurance in the statutory amounts. D. Automobile Liability ztlsurdnce covering all owned, non -owned, and hired vehicles used by PRINCIPAL in connection with work arising out of this Agreement. Coverage Shall be written with at least statutory .amounts for Bodily Injury and Property Damage. E. All insurance policies shall be issued by conipanies authorized to do business under the laws of the State of Florida and which are approved according to specifications of the Risk Management Division of the P_U :W343-SZJ-ArchL'ng.CAP 15 City of Miami- All policies required hereunder shall. name the CITY as "Additiotial- Insured" . F. The PRINCIPAL shall furnish certificates of insura.nr-.e to the CITY.prior to the commencement of any Work, which shall clearly indicate that the PRINCIPAL has obtained insurance in the type, amount and classification as required for strict compliance with this Section and that no material change or cancellation of the insurance shall be effective without the thirty (30) days written notice of the CITY. G. Compliance with the foregoing requirements shall riot relieve the PRINCIPAL of its liability and obligations under this Section or under any portion of this Agreement. 22. Righr of peri si ons . All services shall be performed by the PRINCIPAL to the satisfaction of the Project Manager who shall decide all questions, difficulties and disputes of whatever nature which may arise under or by reason of this Agreement, the prosecution and fulfillment of the services hereunder, and the character, quality, amount, and value thereof.., and the Project Manager'E decisions upon all claims, questions of fact, and disputes shall be final, conclusive and binding, upon the parties hereto, unless such determination is clearly arbitrary or unreasonable. In Ole event that the PRINCIPAL doss not concur in the judgment of the Project Manager as to any MD:w7.1;-SZJ P_rch¢rg.CAP 16 decision made by him, the PRINCIPAL shall present his written objections to the City Manager and submit to the City Commission for determination. 23. Non -Disc imina icon. The PRINCIPAL shall not discriminate against_ any employee or applicant for employment because of race, color, religion, sex, age, national origin, handicap or marital status. The PRINCIPAL shall take affirmative action to ensure that applicants are employed, without .regard to their race, color, religion, sex, age, national origin, handicap .or marital status. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or- other forms of compensation; and selection for training, including apprenticeship. The PRINCIPAL agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Personnel officer setting forth the provisions of this Equal Opportunity Clause. 24. ConStrur-t i can of Agre-ment. The parties hereto agree that. this Agreement shall be construed and enforced according to the laws, statutes ana case law of the State of Florida. 25. 1'id pendent Can.ra..or, The PRINCIPAL and its employees and agents, shall be deemed to be Independent Contractors and not agents or employees of Lhe CITY; and shall not attain any rights or benefits under the Civil Service or AkB:W39!-.;Z.T-ArChr'i14.CAP 17 �r-OPWXRA� 0 — 61 Pension ordinance of the CITY, or any right generally afforded classified or unclassified employees; further they shall not be deemed entitled to Florida Workers' compensation benefits as employees of the CITY. 26. N.Qrl-Del eg bi 1 i ty. It is understood and agreed that the obligations undertaken by the PRINCIPAL pursuant to this Agreement hall not be delegated or assigned to any other person or firm without the CITY's prior written consent, which may be withheld at CITY's sole discretion. 27. DP -fa it _ rovi Sion. In the event that PRINCIPAL shall fail to comply with each and every term and condition of this Agreement or fails to perform any of the terms and conditions contained herein, then the CITY, in addition to all other remedies available by law, at its sole option, upon written notice to PRINCIPAL may cancel and terminate this Agreement, and all payments, advances or other compensation paid to PRINCIPAL by CITY while PRINCIPAL was in default of the provisions herein coritaincd, shall be forthwith returned to CITY. 28. ontin"en y Funding for this Agreement is contingent on the availability of funds and continued authorization for program activi.tles and is subject to amendment or termination due to lack of funds or authorization, reduction of funds, and/or change in regulations. 29. Minority Procurement Compl i ante . The PRINCIPAL acknowledges that it has been furnished a copy of SEOPW Cam-- AAR,W343-SZJ-ArchEng.C" is Ordinance No. 10062, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, itic:ludiriy any amendments thereto. 30. Tndpmnific fi on. The PRINCIPAL covenants and agrees that.it will indemnify and hold harmless the CITY, its officers, agents and employees from any and all claims, losses, damages, costs, charges or expenses arising out of or in connection with the negligent ac Ls, actions, or omissions of the PRINCIPAL or any of its officers, agents, employees, whether direct or indirect, provided, however, that PRINCIPAL shall not be liable undor this Section for damages or injury arising out of or directly caused by or resulting from the sole negligence of the CITY or any of its agents, officers or employees. The indemnity provided herein is not limited by reason of any particular insurance coverage in this Agreement. 31. Notice. All notices or other communications which shall or may be given pursuant to this Agreement shall be in writing and shall be delivered by personal service, or by registered mail. addressed Lu the other party at the address indicated herein or as the same may be changed from time to time. Such notice shall be deemed given on the day on which personally served; or, if by mail, on the: fifth day after being posted or the date of actual receipt, whichever is earlier. T� 0 � - 61 ;,AB:W343 -SLJ-Archdng.CAP 19 SEOPW/CRA CITY OF MIAMI: PRINCIPAL: City Manager C.A.P. Engineering Consultants, Inc. 444 S.W. 2"" Avenue 100 Miracle Mile, Suite 300 Miami, Florida 33130 Coral Gables, Florida 33134 0 05) 461-5484 Public Works Department Attn: James J. Kay 444 S.W. 2nd Avenue Miami, Florida 33130 City Attorney 444 S.W. 2"" Avenue Suite 945 Miami, Florida 33130 32. AmandmPnts. No amendments to this Agreement shall be binding on either party unless in writing and signed by both parties. 33. Mi s -P11 an _o s Pmyi s i ons . A. Title and paragraph headings are for convenient reference and are not a part of this Agreement. B. In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached documents, the terms in this Agreement shall rulc. C. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no wai.ver. shall be effective unless made in writing. D. Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a A":H343 1zJ-nrchmq.CAP 20 F(-)PW/C , () - 61 court of competent jurisdiction to be invalid, illegal or otherwisc-unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable to conform with such laws, then same shall be deemed severable, and in either event, the remaining terms and provisions of this Agree«ent shall remain unmodified and in full force and effect. IN WITNESS WHEREOF, the parties hereto have, through their proper corporate officials, executed this Agreement, the day and year first above set forth. C.A.P. Engine rng- ATT', a Florida c By: Corporate ecretary MARIANO V\,YE VICL President ATTEST: XAL . J . Ff MAN -- A CiW Clerk APPROVED AS TO CONTENT: J'AMES J.11 Y, 1 ector ,. �tants, Inc. ation' Z CITY OF MIAMI, a municipal corporat' n of the State of Florida By LD SHAW City Manager AhB : W343-$7.7-ArdiEng . CAP 21 gE0pW1 � � — M CORPORATE RESOLUTION WIMREAS, C.A.P. Engineering Consultants. Inc. ("Principal") v4shes to cater into a Professional Services Agreement ("Agreement") with the City of Miami (City"); 'WHEREAS, the Board or Directors, at a duly held meeting of the Principal has considered the matter in sc ordance with the By -Laws of the Corporation; Now, -rffEm FORE, BF iT RESOLVFlD BY TIRE BOARi) OF DIRECTORS that this corporation is authiaritcd to enter into the Agreement with the City, and the Vice President and the Secretary arc hereby authorized and directed to execute the Agreement in the name of this Corporation and to execute any other document and perform any acts in connection therewith as may be required to accomplish its purpose. Pi WITiYM WHEREOF, this !0 day or &btleln 1999. C'.A-P. Engineering Consultants, Inc. A Florida Corporation By; Mariano V.Fem ndez, ' e President Corporate Secretary City of Miami Department of Public Works 444 Southwest 21 Avenue S'h Floor Miami, Florida 33130 To: ch,elso ! tywrt Phone: Fax phone: (30-S).377-46.44, cc; JOHN H. JACKSON, P.E. CARLOS A. GIMENEZ Director City Manager Date: %S 04 Number of pastes including cover sheet: 2% From: A • Aurol-a fad-14 Phone: Fax phone: cc• REMARKS ❑ URGENT O FOR YOUR INFO. ❑ REPLY ASAP 0 PLEASE COMMENT SEOPW/CRA CON. ,,,ACT REVIEW AND ANALYuzi,j FORM Directions: Please Attach supporting documents. All sections must be completed, excluding "CRC Comments", 4TE: /1/2219q ,PARTMENT/DIVISION: PUbI/C ' WprZs ��dm/n/s tr�7fian CONTACT PERSON/CONTACT NUMBER: A urorta 630 S 416 CONTRACTING ENTITY: C A, P. rnee rirl RESOLUTION NUMBER: - 7Q� BI /PROJE NUMBER: (!F APPLICABLE) BUDGE ARY INFORMA ION: Arc funds budgeted? YES_& NOi if yes, TOTAL DOLLAR OUNT: 5 O EXPENSE REVENUE SOURCE OF FUNDS: S ACCOUNT CODEM 421 1 - 5((0 3Q'2 •6 . „�2 46 If grant funded, is there a City match requirement? YES_ NO AMOUNT: Are matching funds Budgeted? YES_ NO Account Code(s): TERMS OF CONTRACT: Effective Date: Escalating Clause, it any: Contract Period (s):_ 2 Uea/'S 7 'crrn PerudTies, (if any), for ter 'nation: Payment terms: Or) Mjq r,t17 accordance Cui If grant funded, list restricts s/requirements, if applicable: CT TMMARY DESCRIPTION OF CONTRACT OR AGREEMENT tis an extension? YES Y, NO Reason for Extension: _ 4 ddt f.,o no/ klork- it YES, actual expenditures in previous contract Year S Summary/Description of Contract or Agreement:_ he Czh os he- r,elht 4o 2.<_Aend -�h e Al0/I 0OFr— f _ Z/11._ , .311 Inn / JUSTIFICATION FOR CONTRACT OR AGREWENT (lnd'Ade w¢y it is needed, consequences if not authorized or approved and time constraints, if any.) METHOD OF PURCHASE tIf app ica le _Telephone quote _Formal Bid/Proposal (include bid tabulation/proposal ranking) Written quotes _Single Purchase _Negotiated Purchase Short -Term Contract Sole Source (include documeniadon)Term of Contract lBid Waiver (include donutienration) _Lease (Type - PREVIOUS AWARDS OF BIDS (tF APPLICABLE) From most recent: 1) Approval to use CIP Funds; Appro CRC COMMENTS: arshaw, City Manager CONTRACT ROUTING FORNI �} aDate Submitted to Budget Submitted to Risk Management Submitted to City Attorney Submitted to Assistant City Manager Received by City Manager's Office Signed by City Manager Submitted to Contract Review Committee Returned from Contract Review Committee Attested to by City Clerk Returned to City Attorney/City Clerk Original to City Clerk Received by Department Revised 12/(6,1)y .or w:1—. Initials SMPW/CRA sm BY: 11- 3-33 ; 2:53PM ;UfN CARL1N & CO INC, 303 461 5434;# 7i 8 ACOPv. CERTIFICA', OF LIABILITY INSURAII TS DATE (id mmL") >rN-1 11/03/99 PRODUCER THIS CERTIFICATE IS ISSUED AS A MUTTER OF INFORMATION ONLY AND CONFERS NO FLIGHTS UPON THE CERTIFICATE Kahn -Carlin A Company, Inc. HOLDIM THIS CERTIFICATE DOES NOT AMEND, EXMn oft "4-'n a. Dixie Highway ALTER THE COVERAGE AFFORDED SY THE Pf ueu-zs BELOW. i FL 33133-9904 COMPANIES AFFORDING COVERAGE subert K. Kahn COrrAxT . `�` ffmw mo._305-446-2271 Fax No-305-aQ8-27 A Tranaportation Insu=sn,co Co. INSURED 31- -- - CpYP/WY B Transcontinental Ina, Co_ COM►AN+' .— C-A_D. Enginoerinq Consultants C Associated Internetioraal 100 Mi.raclO Mile -Suite 300 - — Coral Gables FL 33134 d COVERAGES T►qa Ls TO MUnF V THAT THE POLICLU Or IMRUAAnCi o.ISWM S&OW I4AVE &M I> IM TO THE wsURGD NAMED AR9W FOR THE PODGY PtWn NDK ATED, ROTINTHSTANONG ANY RSQUR9205W, TERM OR OMMI ON OF ANY OO MUCT OR OTHER DOCUNlM tNTTN a4R►�GT 10 TIYNLCN YNLa CEIRIIFR:ATE MAY HE RSUiC OR W Y YiWl'AN. TIIE INSURANCE AMTOnnto ATV TN! ►OI.LCIIii KWkk= NOIGIN IS SUdJ[CTTO ALL TH[ TERMS, M U&V" AMC CawD r"S 0/ SUCH POUC ES. LWTs SIIOTMI rAY HAVE 1&=M PleE UCEe N PAID CLAIMS._ CO ►v"40IlSURANC6 1OLIGY HuweoL ►OLr-YEFFECTNE WLLCYEXPOAT"LTR _ DATE IMUM" DATE IMWD NM LAUTS LEMQRALLIASILITY a:PI�ItAIACCUtiGATE t2,000,000 A ItOCOWINEWS RMLCENEAALU�A04M 13177125603 10/24/99 10/2A/00 rAooucTs-coN.UOPAcso s2 000,000 CLANS A ONTRMAGE � OCCUR PERSOTLAL A Anv PLwaY $ 1, 000 , 000 a COMTRACTDIC$ MIOT AUTOMOKz- UAGUW 8 r( ANY AUTO ALLdwNati AUTOS SCHEOULEO AUTOS X HIAED AU MS X WOK-044MLA AUTO.! GARAGE uaml ITY ANY AUTO 107713OS91 ERCES$ LASKiff UMMtELLA rORM OTMEA THAN L1ML;RELLA FOAM WDRK9Kz COMMt WT1OM ANO EMVLOYW L IAM-ffY A RWrOW PA.iv�Ue.,., F I LMCL 1077121299 C IProf Liability I AZU960135 r--M OOCUIRRiwCc i l 000, 000 PRE OAKA"(AA,rnIu.I s I00,000 o. Woevy"opavenj 110,00C) 12/01/98 12/01/99 cosewm$HLGLEUhNT s 11000,000 WP LY RWRY j tom.. PSI YODILYNJURY j (PArACcMAM) HIOKRTY DAMAGE i AUTO ONLY- EA ACODEN7 it OTMER THAN AUTO ONLY. - EACH A=06NT t AGUHMATY i . EACH OCC� ! AGGREGATE -- S EL UCN ACCEDFM _ f 1000000 11/04/99 11/OQ/00 eLD+>LAA$E-POLTCrupIT s 100000C EL 0"ASE-EA H&WLOYEE t 1000000 03/12199I 03/22102J Aggregate 1,000,000 Per Clain 1,000,000 ..,,,.H W&FA IFWq ILHLA rm#n _.._ . R$;Pr. qf0salonal Service AareOLteat. Certsricate Roldmr is an tional Inzurod as reapecto Goneral Li.ahi1ity_ CERTIFICATE HOLDER CANCELLATION CYTX- 32 LTMOULD ANY OF tHi Aoove DEacwem PAt ICIes ae r�►NCRILL e0 aEsoRa THE City Of Miami EX—ATICN DATt TNEJIEOG, THE L4 WNG COMPANY VMI,L VJDGAVOR TO MAK. City Maaaysr Wi DAYS VAUMN MOT" TD THE CERTIFICATE HOLDER MAIMLEFT, TO THE EFT, Attn:Donald . Warshaw BUT FAILURE ToMMLSUCHNOTLCEAKALLIMPOSENOOKJGAILCNOlt UAegjTY P.O. 903L 330700 OP ANY P3MhVMNTHE COWARTRaAGEMORRlrwnwmT n Miami rL 33223-0700 AUTHORQDNavvEsSNTATVC Albert R. Kahn AC4 25-9 i1/96) - K�— ACORIJ CORPORATION 1US PROFESSIONAL SERVICES AGREEMENT [Architectural Engineering Services] This Agreement entercd into this -(; -Ah day of Dew, 1999, by and between the City of Miami, a Municipal Corporation of Lhe State of Florida, (the "CITY "), and C.A.P. Engineering Consultant, T.nc., a State of Florida corporation, (the "PRINCIPAL''). WHEREAS, the CITY has scheduled a substantial. number of Projects for fiscal years 1999, 2000 and 2001 (the —Projects") that requiro professional architcctural engineering services; and WHEREAS, the Commission of. the City of Miami, by Resolution No. 99-708 adopted on September 28, 1999, approved the selection of two (2) Architectural/Engineering firms to provide architectural/engineering services for the Projects and &ttthorized the City Manager to negotiate the terms of and execute agrecmcnts with said firms for the provision of the Services; and WHEREAS, the PRINCIPAL is one of the firms selected to provide architectural engineering services and the PRINCIPAL and the CITY wish to execute this Agreement: to set forth the terms and conditions of the engagement. NOW, THEREFORE, in consideration of the mutual covenants set forth herein, the CITY and the PRINCIPAL agree as follows: 1. ReC.i-als. The recitals and all statements contained therein are hereby incorporated into and made a part of this Agreement. 2. Term. The term of this Agreement ;hall be two (2) years, commencing on the date hereof and ending two (2) years thereafter (the "Expiration DaLe ''), subject, however, to the provisions of Section 12 hereof. The CITY has the right to extend the term hereof tar an additional, period of one (1) year suhjent to approval. by the City Manager. In the event the PRINCIPAL is engaged in any PROJECT(S) on the above data, this AGREEMENT shall remain in effect until completion or termination of said PROJECT(S). No new orders will be issued after above date. 3. Subj cat Martp_r. This Agreement sets forth the terms and conditions pursuant to which the CITY may request, and PRINCIPAL shall provide, tho Services, as defined in Section 4 and 5 below, for one or more Projects. No spocifi_c Project i,s designated under this Agreement. The Project and the specific details of the Services required Uo be performed by the PRINCIPAL shall be described in a vw:w�a-;^,J-ArchCng.CAP 2 SLOPWICRA Work Order to be issued by the CITY in accordance with Section 5.B hereof. 4. Define ions. A. PRn,IECT - means the review of blueprints, construction drawings and, specifications to determine if documents and materials submitted conform to state and local Laws, codes, ordinances and regulations or other related professional services requested by the CITY- B. WQRK - means Services to be rendered or provided by the PRINCIPAL for the PROJECT. C. SERVTCFS - means the Services described herein, to be performed by tho PRINCIPAL under this Agreement. D- PRO,TECT MANA ER - means the Director of the Department of Building and Zoning or his/her designee. 5. Services. A. ugnPral i.. At the CITY's request, made in accordance with Sub - Section B below, PRINCIPAL shall perform the Services as described herein (the "Work") . The Services may include but nod be l-imited to the. services outlined in this section and sorvices that may he required in connection with a Projcct. The Work shall be performed with all applicable dispatch, in a sound, economical, efficle.uL and professional manner and within the time and the manner required in the Work order. t,Ar,:ws-:;z.r-JaicllEn4•L4P 3 SEOPWICRt& ii. The PRINCIPAL shall perform the Work under the direction of, and in close coordination with, the Project Manager. The PRINCIPAL shall provide all professional and technical services comprising the Work and shall be fully responsible for all the professional and technical aspects thereof. The CITY's review and approval of the work will relate only to overall compliance with the general requirements of, the Project and whenever the term approval by t.ho CITY' or like term is used in this Agreement, the phraseology shall in no way relieve the PRINCIPAL from any duties oz: responsibiliLieS under the terms of this Agreement or from usinq the, best_ professional architectural/engineering practices. iii. The PRINCIPAL shall, in the performance of the Work, comply with all Federal, State and Local codes, ordinance and regulations, pertaining to the Project, including, without limiting the generality of the foregoing, the Federal Wage -Hour Law, Walsh - Healy Act, The occupational Safety and Health Act, The National. Environmental Policy Act and Equal Employment Opportunity Legislation. iv. Iz1 the performance of the Work, the PRINCIPAL agrees to: � AAP:W343 S2J ArchEng.C:AP 4 SEOP�1 / BRA.. :,;� " ki-, i_ a- Strive to complete the Work within the time allowed by maintaining an adequate sLaff of qualified employees on the Work at all times. b. Be fully responsible for the professional and technical services required to be rendered in the performance of the Work. c.. Cooperate fully with the CITY in order, that all phases of the Work may be properly scheduled, coordinated, and executed. d. Report the status of the Project to the Project Manager upon request or as required by this Agreement, and maintain all notes, calculations, and related work open to inspection by the CITY, at all times during the term hereof. e. Promptly deliver to the Project Manager copies of minutes of all relevant meetings relating to the Project at which PRTNCTPAL is present. f. Be available for general consultation and advice at all times during the term of the Project. B . Rp u45.sts For Sarvi rpa . i. ExcepL in emergency situations, all requests for Services shall be made by a written Request For Services ("RFS'') issued by the Projects Manager. In case of emergency, the CITY may a verbal RFS to be followed by a written RFS (or, after approval, by a Work order) and a Notice to Proceed, as soon as practicable thereafter. The RFS shall describe the AAB:W34.1-SZJ-ArchEng.CAP 5 SBOPW / CIS `";� Project and each section of the Work to be performed by the PRINCIPAL and Lhe time schedule in which the Work must be completed. ii. Upon receipt of the RFS, the PRINCIPAL shall make arrangements to meet with the Project Manager and a meeting shall be held within ten (10) days fcllowing receipt of the RFS, to discuss the, esLimated amount of compensation, and the schedule and scope of the Work. All, formats for the Work are to be as presently used by the City of Miami Building :and Zoning Department and/or the Public works Department, unless otherwise directed by the Project Manager. This is to include but not be limited to plans, specifications and contract documents. iii. Subsequent to the meeting, the PRINCIPAL shall submit to the CITY a proposal at no cost to the CITY. If CITY and PRINCIPAL agree on the amount of compensation and the schedule and time for completion of the Work, Ltien the: Project Manager shall issue a Work Order and Notice to Proceed. iv. The Services to be rendered by the PRINCIPAL for the Project shall commence within twenty-four (21) hours upon receipt of the Notice to Proceed and shall. be completed within the time agreed upon as shown in thc: work Order. When a PROJECT has a deadline date and time is of the essence the CITY shall advise the PRINCIPAL and completion time shall AAR-W143 S7J ArchEng.0AP 6 SLOP* ICF - R be agreed upon. A reasonable extension of the work time will be granted in the event there is a delay on the part of the CITY in fulfilling part of the AGREEMENT as stated herein or because of weather, civil disturbance, or other reasons beyond the control of the PRINCIPAL. v. PRINCIPAL understands and agrees that failure to comply with the foregoing provisions wiLhin the time required herein may result in the Project being awarded to another firm. 6. City Services and Res.p nsi lei 1 i _ The CITY agrees to make available to the PRINCIPAL any and all plats, drawings, records, plans and other data in CITY's possession pertaining to Lhe Work to be performed for the Project_ 7. Scopp Qf work -'rhe PRINCIPAL may be required to provide: architectural mechanical, electrical, and structural engineering. These services may include, but may not be limited to: review blueprints, con.;truction drawing and specifications to determine whether plans, specifications, workmanship and materials submitted conform to local and stage codes and legally r?stablished requirements; approve blueprints, plans and sketches prior to issuance of permits (buildings, electrical, plumbing, mechanical) and discuss requirements of plans with engineers, contractors, bu.i.ldters or owners; make corrections to plans and return them for resubmission, AAB:W343 SIT-Ar'i7hRr114XAP 7 SLGPW! CRA . when required; process walk-throughs for commercial and residential project s, assist the public, contractors, architects, engineers, and homeowners with plans review and code interpretation; provide inspection services for buildings, electrical, plumbing and mechanical, enforcing the South Florida Building Code; and -any other miscellaneous tasks as may be required. 8. Aporova'I of Cal _ i 1 aions., Reports and ) awi nas : The CITY agrees that within thirty (30) days after delivery to approve, reject, ar return with indicated suggested revisions or recommendations, all field notes, drawings, calculations, rcports or other written communications submitted by the: PRINCIPAL to the CITY for approval. Such approval, revisions or recommendations by the: CITY shall not relieve the PRINCIPAL of its responsibility .for the WORK. Any errors noted in the calculations or drawings submitted by the PRINCIPAL will be corrected at no additional cost to the CITY. Ail certified plans and other final drawings required under Lhis agreement shall be delivered to the CITY in a reproducible form such as an original ink drawing on high quality Vellum or a reverse mylar- made from an original ink drawing. In either case, the reproducible of registered plans shall be affixed with the engineers' embossed seal and signature. 9. C'CJmjpPngat i nn. Coi-operlsatlon shall be barred on a "Fixed Feel' or a "Not to Exceed Fee'', as described hereunder, AAR!W343-SZJ-ArchEng.CAP 8 based on the nature and scope of the Work. The method of compensation shall be agreed upon prior to issuance of the Work Order. Notwithstanding anything herein to the contrary, the CITY and the PRINCIPAL agree that the total compensation permitted for all work under this Agreement shall not exceed the sum of $500,000. A. FIXED The fee for a task or a scope of work based on a fixed fee shall be mutually agreed upon by the CITY and the PRINCIPAL. B. NOT TO EXCEED FF_E: Tf a "Not to Exceed'' fixed fee is mutually agreed upon, the amount of compensation shall be based on an hourly rate fee. The hourly rate fee shall be computed based on the hours worked by individuals in Lhe following categories. The dourly Rate for each category, as shown below, inn -lodes all equipment, supplies, materials, tools labor, wages, taxes, Insurance, benefits, overhead and profit, and shall be applicable to any necessary overtime work. Professional Structural Engineer Professional Electrical Engineer Professional Mechanical Engineer Professional Civil Engineer Registered Architect Electrical Contractor Plumber Contractor Hourly Rate.. $80.00 $65.00 $60.00 $65.00 $75.00 $60.00 $60.00 AA2!W141-SZZJ ArchLng.CAP ` Mechanical Contractor $60.00 Building Inspector $64.00 Electrical Inspector $55.00 Plumbing Inspector $55.00 Administrative (Billing, Reports) $34.00 = Clerical (Filing, Light Word Processing) $30.00 10. Payments of C'Qwyenaat i nn . Compensation ;hall be paid monthly in accordance with invoices detailing the fees and expenses, for Work performed during the immediate preceding calendar month. Payment shall be made_ within thirty (30) days following Project Manager'', receipt of the invoices, in triplicate. The invoices shall include the following information: A. Total contract amount. R. Percent of Work complete to date. C. Total amount paid Lo date. D. Amount previously billed. E. Amounc of invoice. F. Summary of Work done during they, billing period. G. Invoice number and date. 11. Schedil_ of wor-k. The CITY shall have the sole right to determine which Project shall be assigned to the PRINCIPAL and the schedule of Work and time for performance. 12. Exr ram_ Work FxY,e�t=-s- . If the PRINCIPAL has incurred extra work or expense due to changes ordered by CITY after any portion of the Work is approved by the CITY, AAa;w343 $LJ-ArChFr.y.CAP 10 SEOPW/CRA then the payment for such extra work shall be the subject of a Change Order, and shall be approved, in writing, by the CITY if, in the CITY's reasonable opinion, such Change Order is warranted. If the PRINCIPAL caused extra work or expense due to changes ordered after any portion of the Work is approved by the CITY, such extra Work shall be the subject of an additional work order and the cost of the extra work shall be sole responsibility c-)f the PRINCIPAL. 13. SuhconsuI t an_t a. A. Selection of the Principal by the Competitive Selection Committee was based; in part, on the qualifications and expertise of the Subconsultants listed in response to the ''Request For Qualifications'' (RFQ) if Subconsultants were listed (the "Approved Subconsultants"). The Principal shall employ Approved Subconsultants where their specialties are required to perform the Work for an assigned Project. B. The Principal may choose additional Subconsultants provided it first obtains the prior written approval of the City. Th.e Principal may not exclude Approved Subconsultants from a Project without the City's prior written consent. The reasons for Hiring additional Subconsultants or for the replacement of the Approved Subconsultants shall be detailed in the Principal's written request for City's consent. AAA,W343 8ZJ-ArchEng.CAP p_E... Fr SEOPW/CRA C. The Principal shall be responsible for all the work of its organization, employees and its subconsultants. Nothing contained in this Agreement shall, create arty contractual relationship between any of the subconsultants working for the Principal and the City. The Principal agrees and understands that it iL; in no way relieved of any responsibility under the terms of this Agreement by virtue of any other professional, who may associate with it in performing the Work. D. Subconsultants that must be used are Architects International Boras-Estau Engineering F.,AC Consulting, Inc. 14. Confl i cat ,_,Q Tn Prest . A. PRINCIPAL covenants that no person under its employ who presently cxercises any functions or responsibilities in connection with this Agreement has any personal financial interest, direct or indirect, with CITY. PRINCIPAL further covenants that, in the performance of, this Agreement, no person having such nonElicting interests shall be employed. Any such interests on the part of PRINCIPAL or its employees, must be disclosed 'Ln writing Uo CITY. B. PRINCIPAL is aware of the conflict of, interest laws of the City of Miami (City of. Miami Code Chapter 2, Article V), Miami -Dade County, Florida (Miami -Dade County Code Section 2-11.1) and the State of Florida, AAR, W343 - SZJ-ArE:hrn@ , r_AP 12 SB0PW! CRLZ a , and agrees that it shall fully comply in all respects with the terms of said laws. 15. Qwnership of Documents. All reports, tracings, drawings, plans, specifications, survey information maps, computer media, and other data developed by the PRINCIPAL for the purpose of this Agreement shall become the property of the CITY without restriction or limitation upon use and shall be made available by the PRINCIPAL at any time upon request of the CITY. When any work contemplated under this Agreement is completed or for any reason terminated prior to completion, all of the above data shall be delivered to the Projcct Manager. 16. Termination and Suspension of AgrrPm nt , A. The CITY retains the right La Lerminate this Agreement at any time prior to the completion of the Work without penalty to the CITY. In such event, the CITY shall give written notice of termination to the PRINCIPAL and the PRINCIPAL shall be paid for services rendered up to the date of the notice, provided, however, Lhat the PRINCIPAL is not in default under the terms of, this Agreement and as set forL.h in Section 23 hereof. B. In the event of termination, all documents, plans, and other documents developed by PRINCIPAL under this Agreement shall become the property of the CITY, with the same provisions of use as set forth herein. C. It is further understood by and between the parties that any information, conL-ract documents, plans, AAP;W343 SLJ-Archcnq,CAP 1 3 drawings, or any other matter whatsoever which is given by the CITY to the PRINCIPAL pursuant to this Agreement shall at all times remain the property of the CITY and shall not be used by the PRINCIPAL for any other purposes whatsoever without the written consent of the CITY. 17. Award of Aa'rpement , The PRINCIPAL warxaiiLs that it has not employed or retained any company or person to solicit or, secure this Agreement, that it has not paid or agreed to pay any company or person any fee, commission, percentage, brokerage fee, or gifts or any other consideration contingent upon or resulting from the award or making of this Agreement. The PRINCIPAL also warrants that to the besL. of its knowledge and belief no Commissioner, Mayor or other officer or employee of the CITY is interested directly or indirectly in the profits or emoluments of th.i,s Agreement or the Work. 1.8. Fn . i -e AqrPPR1enr . This Agreement represents the entire and integrated agreement betweezz L.he CITY and the PRINCIPAL and supersedes all prior negotiations, representations or 1�g.reements, either written or oral. This Agreement may be amended only by written instrument executed by CITY and PRINCIPAL. 19. Sl ncessors and i\ssi ann . This Agreement shall be binding upon the parties hereto and their respective heirs, executors, legal representatives, successors and assigns. AAB : W3 4 3 -:;Z.7 - Arc:hF,Yj.I. CAI' 14 SEOPW/CRA t -k 20. 13jSaht to Audit. The CITY reserves the right Lo audit records of the PRINCIPAL pertaining to this Agreement anytime during the term hereof, and for a period of three (3) years after final payment is made under this Agreement. 21. TpsuranrP.. PRINCIPAL shall maintain during the terms of this Agreement the following insurance: A. Comprehensive General Liability Insurance in amounts nor- less than $1,000,000.00 Combined Single unit For bodily injury and property damage liability and said insurance shall include contractual liability coverage_ The City of Miami ,hall be named as primary Additional Insured. B. Professional Liability Insurance in a minimum amount of $1,000,000.00 covering all liability arising our of the terms of this,Agreement. C_ workers' Compensation Insurance in the statutory amounts. D. Automobile Liability Iilsurdtic:e covering all owned, non -owned, and hired vehicles used by PRINCIPAL in connection with work arising out of this Agreement. Coverage shall be written with at least statutory amounts for Bodily Injury and Property Damage. E. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and which are approved according to specifications of the Risk Management Division of the AAB:W34.3-SZJ-Archh'ng.CAP 1 City of Miami. All policies required hereunder shall, name the CITY as "Additional Insured''. F. The PRINCIPAL shall furnish certificates of insurance to the CITY prior to the commencement of any Work, which shall clearly indicate that the PRINCIPAL has obtained insurance in the type, amount and classification as required for strict compliance with this Section and that no material change or cancellation of the insurance shall be effective without the thirty (30) days written notice of the CITY. G. Compliance with the foregoing requirements shall noL relieve the PRINCIPAL of its liability and obligations under this Section or under any portion of this Agreement. 22. Right of Decisions. All services shall be performed by the PRTNC_TPAL to the satisfaction of the Project Manager who shall decide all questions, difficulties and disputes of whatever nature which may arise under or by reason of this Agreement, the prosecution and fulfillment of the services hereunder, and the character, quality, amount, and value thereof.., and the Project Manager's decisions upon all claims, questions of fact, and disputes shall be final, conclusive and binding, upon the parties ti.ereto, unless such determination is clearly arbitrary or, unreasonable. In the event that the PRINCIPAL does not concur in the judgment of the Project Manager as to any Ann:w143-SZJ Aschcng.C:AP 16 sr-,&W JCRA decision made by him, the PRINCIPAL shall present his written objections to the City Manager and submit to the City Commission for determination. 23. Non-Discrimina icon. The PRINCIPAL shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, national origin, handicap or marital status. The PRINCIPAL shall take affirmative action to ensure that applicants are employed, without .regard to their race, color, religion, sex, age, national origin, handicap .or marital status. Such action shall include-, but not be limited to the following: employment, upgrading, dcmotion, or transfer; recruitment or recruitment advertising; layoff or termination; ratea of pay or other forms of compensation; and selection for training, including apprenticeship. The PRINCIPAL agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Personnel Officer setting forth the provisions of this Equal Opportunity Clause. 24. ConStruction of AgrPPm-n . The parties hereto agree that this Agreement shall be construed and enforced according to the laws, statutes and case law of the State of Florida. 25. -1'nd pendent C'nntra. or. The PRINCIPAL and its employees and agents, shall be deemed to be Independent Contractors and not agents or employees of the CITY; and shall not attain any rights or benefits under the Civil Service or AA&:Wi4i-SZ.T-ArahFn.4.CAP 1 7 f 1 Pension Ordinance of the CITY, or any right generally afforded classified or unclassified employees; further they shall not be deemed entitled to Florida Workers' Compensation benefits as employees of the CITY. 26. N.Q -R l eg'abi 1 i y. It is understood and agreed that the obligations undertaken by the PRINCIPAL pursuant to this Agreement shall not be delegated or assigned to any other person or firm without the CITY Is prior written consent, which may be withheld at CITY's sole discretion. 27, Default- Provision. In the event that PRINCIPAL shall fail to comply with each and every term and condition of this Agreement or fails to perform any of the terms and conditions contained herein, then the CITY, in addition to all other remedies available by law, at its sole option, upon written notice to PRINCIPAL may cancel and terminate this Agreement, and all payments, advances or other compensation paid to PRINCIPAL by CITY while PRINCIPAL was in default of the provisions herein contained, shall be forthwith returned to CITY. 28. Contingency Clause.Funding for this Agreement is contingent- on the availability of funds and continued authorization for program ant- i vi.t..'Les and is subject to amendment or termination due to lack of funds or authorization, reduction of funds, and/or change in regulations. 29. Minority PI—ncuremPr)t Comnl i anee . The. PRINCIPAL acknowledges that it has been Furnished a copy of AAA:W343-SZJ-ArchEng.CAP 1 g SEOPW/CRA �. -- Ordinance No. 10062, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. 30. Tndemni fi caf on. The PRINCIPAL covenants and agrees that it will indemnify and hold harmless the CITY, its officers, agents and employees from any and all claims, losses, damages, costs, charges or expenses arising out of or in connection with the negligent ac:Ls, actions, or omissions of the PRINCIPAL or any of its officers, agents, employees, whether direct or indirect, provided, however, that PRINCIPAL shall not be liable undc.)r this Section for damages or injury arising out of or directly caused by or resulting from the sole negligence of the CITY or any of its agents, officers or employees. The iridemnity provided herein is not limited by reason of any particular insurance coverage in this Agreement. 31. Notice. All notices or other communications which shall or may be given pursuant to this Agreement shall be in writing and shall be delivered by personal service, or by registered mail, addressed Lo the other, party at the address indicated herein or as the same may be changed from time to time. Such notice shall be deemed given on the day on which personally served, or, if by mail, on the: fifth day after being posted or the date of actual receipt, whichever is carlicr. AAB:W343 SL.1-ArchSng.CAP 19 SEOPW/CRA U '' CITY OF MI,AMI: City Manager 444 S.W. 2nd Avenue Miami , 'Flori-da 33130 Public Works Department Attn: James J. Kay 444 S.W. 2r'o Avenue Miami, Florida 33130 City Attorney 444 S.W. 2"" Avenue Suite 945 Miami, Florida 33130 PRINCIPAL: -C.A.P. Engineering Consultants, Inc. 100 Miracle Mile, Suite 300 Coral Gables, Florida 33134 T305) 461-5484 32. Amendments. No amendments to this Agreement shall be binding on either party unless in writing and signed by both parties. 33. Mi s P 1 1 an _o s P Qyi s i cng . A. Title and paragraph headings are icr- convenierit reference and are not a part of this Agreement. B. In the event of conflict betwccn the terms of this Agreement and any terms or conditions contained in any attached documents, the terms in this Agreement shall rulc. C. No waiver or breach of any provision of this Aqreement shall constitute a waiver of any subsequent breach of the same or any ether provision hereof, and no waiver. Shall be effective unless made in writing. D. Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a AAB : W3 a 3 :;'LJ - Arc-hCnq. CAP 20 k SFAP ►'T�x� I CRA U — Ij court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable to conform with such laws, then same shall be dec mcd severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect. IN WITNESS WHEREOF, the parties hereto have, through their proper corporate officials, executed this Agreement, the day and year first above set forth. C.A.P. Engin mg-t ATT ,/1 a Florida co _— By: Corporate e-cretary MARIANO V\ ER V►CL President ATTEST: iiL'T 'J . F MAN Cit Clerk APPROVED -AS TO CONTENT: J�1MES J.; Y, 1 ector S};ltants, Inc. ation Z CITY OF MIAMI, a municipal corporat' n of the State of Florida By: DON LD SHAW City Manager AAB:W3,1i-37J-ArchEng.CAI? 21 Department of Public Works APIIRO D AS TO INS CE REQ - !EN MARIO SOLDEVILLA Director, Risk Management AAR,wtat-SZJ-ArchEnq.CAP ii SUoFWJCRS a ill -�- CORPORATE RESOLUTION WIE EAS, C.A.P. Engineering Consultants, Inc. ("Principal") wishes to enter into a Professional Services Agreement ("Agreement") with the City of Mianu ("City"); WHEREAS, the Board of Direct()r5, at a duty held meeting of the Principal has considered the matter in accordance with the By -Laws of the Corporation; NOW, THEREFORE, BE IT RESOLVF.A BY THE RO&RD OF DIRECTORS that this corporation is autharizcd to enter into the Agreement with the City, and the Vice President and the Secretary arc hereby authorized and directed to execute the Agreement in the name of this Corporation and to execute any other document and perform any acts in connection therewith as may be require) to accumplish its purpose. Il i WITNESS WHEREOF, this !U day of vit 1999. YR � wt/a V70A Corporate Secretary C.A.P. Enginecring Consultants, Inc. A Florida Corporation By: Manano V. Fern ndez, a President , uu_ 6 TO FROM CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Chairman Teele and DATE : June 16, 2000 Members of the CRA Board SUBJECT: C.A.P. Engineering Robert L. Tyler REFERENCES: City Resolution 99-708 Dir. Of Op., Admire. & Dev. ENCLOSURES: Resolution and Contract FILE : RECOMMENDATION It is respectfully recommended that the Board adopt the attached resolutions authorizing the CRA to procure the requested architectural/engineering services from C.A.P.'s existing City of Miami, DPW contract. BACKGROUND Resolution authorizing the CRA to enter into a contract with Carlos A. Penin Engineering, Inc. (CAP), an engineering firm on the City of Miami's approved list, to provide architectural/engineering services with respect to the construction on Parcels P-1, P-5 and P-7 within the Redevelopment Area, at a cost not to exceed $40,000.00. The City Commission by resolution number 99-708 adopted on September 28, 1999, approved the selection of two (2) A/E firms to provide architectural/engineering services and authorized the City Manager to negotiate the terms and execute the agreement. C.A.P. is one of the firms selected and the CRA desire to procures services from that contract. (Piggy- back). Funding Source: General Funds Account Number: 689004.055011.4.193 'S02* I 0*a j 0