Loading...
HomeMy WebLinkAboutR-95-0321J-95-300 3116l95 95- 321 RESOLUTION NO. A RESOLUTIONAWITH ATTACHMENT(S), AUTHORIZING THE CITY MANAGER TO EXECUTE SIX AGREEMENTS, IN SUBSTANTIALLY THE ATTACHED FORM, BETWEEN THE CITY OF MIAMI AND WOLFBERG/ALVAREZ AND PARTNERS, METRIC ENGINEERING, INC., B.A. CARMONA AND ASSOCIATES, ELEANOR CARNEY ENGINEERING ASSOCIATES, INC., A.D.A. ENGINEERING, INC., AND C.A.P. ENGINEERING CONSULTANTS, INC. TO PROVIDE PROFESSIONAL GENERAL ENGINEERING SERVICES FOR THE 1995-96 CALENDAR YEARS iN CONJUNCTION WITH CITY OF MIAMI PROJECTS; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE FOUR AGREEMENTS, IN SUBSTANTIALLY THE ATTACHED FORM BETWEEN THE CITY OF MIAMI AND CAMP DRESSER & MCKEE, INC. CH2M HiLL, INC., METRIC ENGINEERING INC., AND ELEANOR CARNEY ENGINEERING ASSOCIATES, INC. TO PROVIDE PROFESSIONAL ENVIRONMENTAL ENGINEERING SERVICES FOR THE 1995-96 CALENDAR YEARS IN CONJUNCTION WITH CITY OF MIAMI PROJECTS; ALLOCATING FUNDS THEREFOR FROM THE PROJECT ACCOUNTS AS PREVIOUSLY APPROPRIATED FOR SAID PROJECTS. WHEREAS, a substantial number of City of Miami contract construction projects and departmental projects are scheduled for the immediate future; and WHEREAS, the City of Miami Public Works Department is insufficiently staffed to accomplish all engineering work In- house necessary for said projects; and WHEREAS, it is necessary for the City to engage engineering firms to render professional and technical services for the calendar years 1995-96; and WHEREAS, funds for said professional and technical services can be allocated as a project expense from the Individual project funding; and ATTACL- I Ail I E.H�T (�, CITY COMMISSION MEETING OF MAY Q 1 1995 Resolution No. 95- 321 WHEREAS, the City Commission, pursuant to Resolution No. 95-57, adopted January 12, 1995, approved the selection of Wolfberg/Alvarez and Partners, Metric Engineering, Inc., B.A. Carmona and Associates, Eleanor Carney Engineering Associates, Inc., A.D.A. Engineering, Inc., and C.A.P. Engineering Consultants, Inc. to provide professional general engineering services for the 1995-96 calender years In conjunction with City of Miami Projects; and WHEREAS, the City Commission, pursuant to Resolution No. 95-57, adopted January 12, 1995, approved the selection of Camp Dresser & McKee, Inc., CH2M Hill, Inc., Metric Engineering Inc., and Eleanor Carney Engineering Associates, Inc. to provide professional environmental engineering services for the 1995-96 calendar years in conjunction with City of Miami Projects; and WHEREAS, the City Commission, pursuant to Resolution No. 95-57, adopted January 12, 1995, authorized the City Manager to negotiate the herein attached agreements with said firms for the professional and technical services required for said projects and requested that the said negotiated agreements be presented for formal ratification and approval; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: - 2 - 95- 321 Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and Incorporated herein as If fully set forth in this Section. Section 2. The City Manager is hereby authorized1' to execute six agreements, in substantially the attached form, between the City of Miami and Wolfberg/Alvarez and Partners, Metric Engineering, Inc., B.A. Carmona and Associates, Eleanor Carney Engineerrng Associates, Inc., A.D.A. Engineering, Inc., and C.A.P. Engineering Consultants, Inc. to provide professional general engineering services for the 1995-96 calendar years in conjunction with City of Miami Projects, with funds therefor allocated from the project accounts as previously appropriated for said projects. Section 3. The City Manager Is hereby authorized/ to execute four agreements, in substantially the attached form, between the City of Miami and Camp Dresser & McKee, Inc., CH2M Hill, Inc., Metric Engineering Inc., and Eleanor Carney Engineering Associates, Inc. to provide professional environmental engineering services for the 1995-96 calendar years in conjunction with City of Miami Projects, with funds therefor allocated from the project accounts as previously appropriated for said projects. The herein authorization Is further subject to compliance with all requirements that may be Imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. - 3 - 95- 321 Section 4. This Resolution shall become effective Immediately upon Its adoption. PASSED AND ADOPTED this 1st day of __. May 9 1995• T� & `. 4 qzo(�— STEPHEN P. CLAJK MAYOR AT a M TTY HIRAI CITY CLERK SUBMITTED BY: J. WALDEMAR E. LEE DIRECTOR OF PUBLIC WORKS PREPARED AND APPROVED BY: G. MIRIAM MAER CHIEF ASSISTA CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: - 4 - 95-- 321 y4r:. 95- 321 -� w.� PROFESSIONAL SERVICES AGREEMENT This Agreement entered Into this day of , 1995, by and between the City of Miami, a Municipal Corporation of the State of Florida, hereinafter called the CITY, and , a Florida for profit corporation hereinafter called the PRINCIPAL. RECITAL: WHEREAS, the CITY proposed various Sanitary Sewer, Storm Sewer, Highway, General Engineering and Environmental Projects; and WHEREAS, the CITY can make an allowance in the project expense of each project to finance Engineering services; and WHEREAS, the CITY desires to engage six Engineering firms to render the necessary professional and technical services, hereinafter called WORK, for the planning, design and construction phases of the PROJECT upon the terms, conditions and provisions hereinafter set forth; and WHEREAS, the Commission of the City of Miami has by Resolution No. dated January 12, 1995 approved the selection of as one on the six most qualified firms to provide professional Engineering services for the PROJECT and has also authorized the CITY MANAGER to negotiate an Agreement with said firm for the professional and technical services for the PROJECT. 95- 321 M1 1 ,i NOW, THEREF,,RE, the CITY and the PRINCIPAL for the S considerations hereinafter sat forth, agree and covenant, one unto the other as follows: SECTION I - GENERAL CONDITIONS A. The PRINCIPAL shall proceed with all applicable dispatch In a sound, economical, efficient and professional manner and shall comply with the provisions of all applicable Federal, State and Local laws. B. The PRINCIPAL shall perform the professional services as hereinafter set forth and In general accordance witn the Instructions of the CITY as set forth In SECTION III - PROFESSIONAL SERVICES. C. The PROJECT DIRECTOR shall Issue written authorization to proceed to the PRINCIPAL for each section of the WORK to be performed hereunder as outlined In "E" below. In case of emergency, however, the CITY reserves the right to Issue oral authorization to the PRINCIPAL with the understanding that written confirmation will follow Immediately thereafter. D. No specific projects are designated under this contract. The PRINCIPAL shall be Issued work orders as necessary which shall cover In detail the project and the work to be accomplished. • E. 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 be registered mall addressed to the other party at the address Indicated herein or as the same may be changed from mime 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 �1 whichever Is earlier. 95_ 321 11 2 CITY OF MIAMI PRINCIPAL Public Works Department Attn: Waldemar E. Lee 275 N.W. 2 Street Miami, Florida 33128 (305) 579-6865 F. Title and paragraph headings are for convenient reference and are not a part of this Agreement. G. 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 rule. H. 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 waiver shall be effective unless made in writing. I. Should any provisions, paragraphs, sentences, words or phrases contained in this Agreement be determined by a 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 provisions, paragraphs, sentences, words or phrases 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 Agreement shall remain unmodified and In full force and effect. uS.r SECTION II - DEFINITIONS A. CITY - is hereby Florida.1/ defined as The City of Miami, B. CITY MANAGER - Is hereby defined as the City Manager of the CITY. C. PROJECT DIRECTOR - Is hereby defined as director of the PROJECT appointed by the CITY MANAGER. C. PRINCIPAL - Is hereby defined as Federal Employer I.D. Number E. PROJECT - Is hereby defined as Professional Engineering work contracted by the CITY or any miscellaneous department project for which outside Engineering services are needed and to which the PRINCIPAL has been assigned. F. WORK - is hereby defined as ail the professional and technical services to be rendered or provided by the PRINCIPAL for the PROJECT, as described in SECTION III - PROFESSIONAL SERVICES, hereof. G. COMPENSATION - Is hereby defined as the amount of money the CITY agrees to pay and the PRINCIPAL agrees to accept as payment In full for all the professional and technical services rendered pursuant to this agreement, to complete the WORK as defined In SECTION III - PROFESSIONAL SERVICES, hereof. In reference to Section 9 of this Agreement, the City shall mean the City Manager. IL - " - 95- 321 jjx:. SECTION III - PROFESSIONAL SERVICES A. GENERAL 1. The PRINCIPAL shall act under the direction of the PROJECT DIRECTOR and shall, in close coordination with the CITY, perform the following 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" or like term is used In this Agreement, the phraseology shall In no way relieve the PRINCIPAL from any duties or responsibilities under the terms of this Agreement or from using the best engineering practices. 2. The PRINCIPAL shall, in the performance of the WORK, comply with all Federal, State and Local codes, ordinance and regulations, pertaining to the PROJECT. Your attention Is directed to the Federal Wage -Hour Law, Walsh -Healy Act, The Occupational Safety and Health Act, The National Environmental Policy Act and Equal Employment Opportunity Legislation. 3. Upon receipt of written authorization to proceed with the PROJECT, the PRINCIPAL.shali make arrangements to meet with the PROJECT DIRECTOR to discuss the schedule and scope of the WORK. All formats for the WORK are to be as presently used by the City of Miami Public Works Department unless otherwise directed by the PROJECT DIRECTOR. This Is to Include but not limited to plans, specifications and contract documents. 4. In the performance of his WORK, the PRINCIPAL shall observe the following: _ 5 _ 95- 321 49:. a. Strive to complete his WORK, on the PROJECT within the time allowed by maintaining an adequate staff of qualified employees on the WORK at all times. b. Prepare necessary documents, If required, for County, City, State and Federal agencies. C. Cooperate fully with the CITY in order that all phases of the WORK may be properly scheduled and coordinated. d. Report the status of this PROJECT t:.� the PROJECT DIRECTOR upon request, and hold his notes, calculations, and related WORK open to Inspection at any time. e. Submit to the PROJECT DIRECTOR one original set of all plans and specifications and any other data developed for the purpose of performing the required work for the PROJECT. f. Hold himself In readiness for general consultation and advice from the date of this AGREEMENT through the completion of the PROJECT. B. SCOPE OF WORK The PRINCIPAL's WORK shall Include but not be limited to the following: 1. Civil Engineering a. Highway Design b. Storm Drainage Design c. Sanitary Sewer Design d. Structural Design e. Water Supply and Fire protection f. General 2. Mechanical Engineering a. Stormwater and Sanitary pumping station design and rehabilitation b. Air Conditioning Systems Design C. Pumping and Piping Design d. General 3. Electrical Engineering a. Recreation Facility Lighting Design b. Street Lighting Design c. General 4. Transportation Engineering a. Traffic Studies b. Signs and Signallzatlon c. General 5. Construction Inspection For applicable projects, the PRINCIPAL wlII be responsible for producing complete construction documents Including final working drawings, specifications and bid documents necessary for the successful bidding and construction of the project. In addition the PRINCIPAL will be responsible for obtaining all State, Federal and Local permits and approval necessary for project Implementation. The PRINCIPAL may also be required to provide consulting services to the City on various matters which do not result in drawings or specifications. SECTION IV - PROJECT COMPLETION TIME When a project has a deadline date and time is of the essence the PROJECT DIRECTOR shall advise the PRINCIPAL and a completion time shall be agreed upon. - 7- 95- 321 ,10:. The services to be rendered by the PRINCIPAL for each such 5 PROJECT shall commence within twenty-four (24) hours upon receipt of notice from the PROJECT DIRECTOR and shall be completed within the time agreed upon. A r ,3sonable extension of the work time will be granted In the event there Is a delay on the part of the CITY In fulfilling Its part of the AGREEMENT as stated herein or because of weather, civil disturbance or other reasons beyond the control of the PRINCIPAL. SECTION V - LENGTH OF AGREEMENT This AGREEMENT shall terminate on unless terminated as described in SECTION XIV. In the event the PRINCIPAL is engaged In any PROJECT(S) on the z ove date, this AGREEMENT shall remain In effect until completion or termination of said PROJECT(S) or until total compensation as outlines in Section VII Is depleted, which ever comes first. No new work orders will be Issued after the above date. SECTION VI - CITY'S SERVICES AND RESPONSIBILITIES A. The City shall make available to the PRINCIPAL for his Inspection, all plats, maps, surveys, aerials, records and other Information that the CITY has at It's disposal. SECTION Vil - COMPENSATION FOR SERVICES The CITY agrees to pay and the principal agrees to accept for services rendered pursuant to the PROJECT In accordance with the terms and conditions of this AGREEMENT and all Incidental and preliminary work related thereto, fees in accordance with the following schedule: 8- 95- 321 The above fee schedule shall Include all equipment, supplies, materials, tools and labor necessary to complete the work. The total compensation by the CITY to the PRINCIPAL for services provided under the terms of this AGREEMENT shall not exceed $250,000 over the period that the AGREEMENT Is In effect. SECTION Vill - PAYMENTS This CITY will make monthly payments to the PRINCIPAL In accordance with the fees computed as outlined In SECTION V I I for ail work performed during the previous calendar months upon receipt of duly certified invoices In triplicate to the PROJECT DIRECTOR. SECTION IX - SCHEDULE OF WORK The CITY shall have the sole right to determine which PROJECT the PRINCIPAL Is assigned and which units or sections of the PROJECT the PRINCIPAL shall proceed and In what order. Authorization by the CITY, through the PROJECT DIRECTOR, shall cover In detail the scope and Intent of the proposed Engineering I services. i 9 95- 321 t E J SECTION X - EXTRA WORK If the PRINCIPAL Is caused extra work or expense due to the 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. SECTION XI- APPROVAL OF SPECIFICATIONS AND DRAWINGS The CITY agrees that within thirty (30) days after delivery to approve, reject, or return with indicated suggestei revisions or recommendations, all specifications, drawings 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 his responsibility for his WORK. Any errors noted in the specifications or drawings submitted by the PRINCIPAL will be corrected at no additional cost to the CITY. All construction/bid plans and other final drawings required under this 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 and compatible computer media, where applicable. In either case, the Prints for record or permits shall be affixed with the Engineer's embossed Seal and Signature. - 10 - 95- 321 s SECTION XII- CONFLICT OF INTEREST A. PRINCIPAL covenants that no person under its employ who presently exercises any functions or responsibilities In connection with this Agreement has any personal financial interests, direct or indirect, with CITY. PRINCIPAL further covenants that, in the performance of this Agreement, no person having such conflicting Interests shall be employed. Any such Interests on the part of PRINCIPAL or Its employees, must be disclosed in writing to CITY. S. PRINCIPAL Is aware of the conflict of Interest laws of the City of Miami (City of Miami Code Chapter 2, Article V), Dade County Florida (Dade County Code Section 2-11.1) and the State of Florida, and agrees that is shall fully comply In all respects with the terms of said laws. SECTION XIII- OWNERSHIP OF DOCUMENTS All reports, tracings, 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 their 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 PROJECT DIRECTOR. Prints of final drawings that are required for an official submittal such as for building permit or environmental permit shall be provided to the CITY as necessary affixed with the Engineer's signature and embossed seal. - „ - 95- 321 l Y SECTION XIV - TERMINATION AND SUSPENSION OF AGREEMENT A. The CITY retains the right to terminate this Agreement at any time prior to the completion of the WORK without penalty to the CITY. In that event termination of this Agreement shall be in writing to the PRINCIPAL and the PRINCIPAL shall be paid for i j services rendered In each completed calendar month prior to termination In accordance with SECTION VII - COMPENSATION FOR SERVICES AND SECTION VIII - PAYMENTS, provided however that the PRINCIPAL is not in default under the terms of this Agreement. If however, the termination of this Agreement occurs during an i Incomplete calendar month, then the PRINCIPAL shall be paid for ! services rendered on a daily basis in such incomplete month i provided that the PRINCIPAL Is not In default under the terms of i this Agreement. ! B. In the event of termination, ail documents, plans, etc., as set forth in SECTION XIII - OWNERSHIP OF DOCUMENTS shall become the property of the CITY, with the same provisions of use as In said SECTION XIII. C. It is further understood by and between the parties that i i any Information, contract documents, plans, 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 withou' •he written consent of the CITY. - 12 �Q 85- 321 SECTION XV - AWARD OF AGREEMENT The PRINCIPAL warrants that he has not employed or retained any company or person to solicit or secure this Agreement, that he 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 best of the knowledge and belief no Commission, Mayor or other officer or employee of the CITY is Interested directly or indirectly in the profits or emoluments of this Agreement or the Job, work, or services for the CITY In connection with the contract or construction of this PROJECT. SECTION XVI - EXTENT OF AGREEMENT This Agreement represents the entire and Integrated Agreement between the CITY and the PRINCIPAL and supercedes all prior negotiations, representations or Agreements, either written or oral. This Agreement may be amended only by written Instrument at the discretion of both the CITY and the PRINCIPAL. SECTION XVII - SUCCESSORS AND ASSIGNS The PRINCIPAL shall make no assignments or transfer of this Agreement, or subject, assign or transfer any part of the WORK under this Agreement without the written consent of the CITY. This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors and assigns. - 13 - 95- 321 �/ SECTION XVIII - RIGHT TO AUDIT a The CITY reserves the right to audit records of the PRINCIPAL pertaining to this Agreement anytime during the prosecution of this Agreement, and for one year after final payment Is made under this Agreement. SECTION XIX - INDEMNIFICATION PRINCIPAL shall Indemnify and save CITY harmless from and against any and all claims, liabilities, losses, and causes of action which may arise out of PRINCIPAL'S activities under this Agreement, Including all other acts or omissions to act on the part of PRINCIPAL, Including any person acting for or on Its behalf, and, from and against any orders, Judgments, or decrees which may be entered and from and against all costs, attorneys' fees, expenses and liabilities Incurred In the defense of any such claims, or in the investigation thereof. SECTION XX - INSURANCE PRINCIPAL shall rr,-lntain during the terms of this Agreement the following Insurance: A. Comprehensive General Liability Insurance in amounts not less than $500,000.00 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 $500,000.00 covering all liability arising out of the terms of this Agreement. The CITY will accept a Claims Made Policy with a five year discovery clause. - 14 - 9 - 321 a� C. Workers uompensatlon Insurance In the statutory amounts. All Insurance policies shall be issued by companies 4 authorized to do business under the laws of the State of Florida; which are approved according to specifications of the Risk Management Division of the City of Miami. D. Automobile Liability Insurance 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. The PRINCIPAL shall furnish certificates of Insurance to the CITY prior to the commencement of operations, which certificates 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. Compliance with the foregoing requirements shall not relieve the PRINCIPAL of his liability and obligations under this Section or under any portion of this Agreement. SECTION XXI - RIGHT OF DECISIONS All services shall be performed by the PRINCIPAL to the satisfaction of the PROJECT DIRECTOR 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 DIRECTOR'S 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. 95- 321 4 15 - �u 910, in the eve,,c that the PRINCIPAL does not concur In the judgement of the PROJECT DIRECTOR as to any decision made by him, the PRINCIPAL shall present his written objections to the DIRECTOR OF PUBLIC WORKS and submit to the CITY COMMISSION for approval. SECTION XXII - NON-DISCRIMINATION The PRINCIPAL shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, or handicap. The PRINCIPAL shall take affirmative action to ensure that applicants are employed, without regard to their race, color, religion, sex, national origin, or handicap. 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. SECTION XXIII - CONSTRUCTION OF AGREEMENT 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. SECTION XXIV - INDEPENDENT CONTRACTOR The PRINCIPAL and his employees and agents shall be deemed to be an independent contractor, and not an agent or employee of the CITY; and shall not attain any rights or benefits under the Civil Service or Pension Ordinance of the CITY, or any right generally afforded classified or unclassified employees; further they shall not be deemed entitled to Florida Worker's Compensation benefits 9 ti as an employee of the CITY. 95_ 321 SECTION XXV - NON-DELEGABILITY S 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 unless CITY shall first consent In writing to the performance of such services or any part thereof by another person or firm. SECTION XXVI - DEFAULT PROVISION In the event that PRINCIPAL shall fall to comply with each and every term and condition of this Agreement or falls to perform any of the terms and conditions contained herein, then the CITY, at Is 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 Ir default of the provisions herein contained, shall be forthwith returned to CITY. SECTION XXVII - CONTINGENCY CLAUSE Funding for this Agreement Is contingent on the availability of funds and continued authorization for program activities and is subject to amendment or termination due to tack of funds or authorization, reduction of funds, and/or change in regulations. SECTION XXVIII - MINORITY PROCUREMENT COMPLIANCE The PRINCIPAL acknowledges that he has been furnished a copy of 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. SECTION XXIX - AMENDMENTS No amendments to this Agreement shall be binding on either party unless In wirting and signed by both parties. - 17 01g.. I IN WITNESS WHEREOF, the parties hereto have, through their proper corporate officials, executed this AGREEMENT, the day and yer first above set forth. ATTEST: Secretary ATTEST: City Clerk APPROVED AS TO CONTENT Department of Public Works By By City Manager APPROVED AS TO FORM AND CORRECTNESS City Attorney APPROVED AS TO INSURANCE REQUIREMENTS Risk Management - 18 - 95— 321 I 95- 321 mo- $14., s I-JOLFBERG/ALVAREZ & PARTNERS r PROFESSIONAL ENGINEERING FEE SCHEDULE GENERAL ENGINEERING PERCENTAGE OF CONSTRUCTION COST/LLW SUM BASIS ( DESIGN FEES) 1. Project construction cost less than $75,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply. 12.0% b. Structural Engineering 12.0% c. Mechanical Engineering - pump stations, piping, HVAC 12.0% d. Electrical Engineering - street lighting, parks lighting 12.0%. 2. Project construction cost more than $75,000.00 and less than $250,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 10.0 b. Structural Engineering 10.0% c. Mechanical Engineering - pump stations, piping, HVAC 10.0% d. Electrical Engineering - street lighting, parks lighting 10.0% 3. Project construction cost more than $250,000.00 and less than $1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 8.0% b. Structural Engineering 8.0% c. Mechanical Engineering - pump stations, piping, HVAC 8.0% d. Electrical Engineering - street lighting, parks lighting 8.0% 4. Project construction cost more than $1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 6.9% b. Structural Engineering 6.9% 95- 321 31 $,ar:. WOLFBERVALVAREZ R. PARVIEP,S I 5';�/ c. Mechanical Engineering - pump stations, piping, HVAC d. Electrical Engineering - street lighting, parks lighting 6.9 % 6.9 *w**ww**w*****w*w***w**www*w***ww**ww*www*w***ww******ww******ww*w*w*****w***ww*w*w PERCENTAGE OF CONSTRUCTION COST/LUMP SUM BASIS ( PROJECT MANAGEMENT & CONSTRUCTION INSPECTION) I. Project construction cost less than $75,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply 3.0 % b. Structural Engineering 3.0 % c. Mechanical Engineering - pump stations, piping, HVAC 3.0 % d. Electrical Engineering - street lighting, parks lighting 3.0 % 2. Project construction cost more than $75,000.00 and less than $250,000.00 a. Civil Engineering -highway, storm drainage, sanitary sewer, water supply, 2.5 % b. Structural Engineering 2.5 % c. Mechanical Engineering - pump stations, piping, HVAC 2.5 % d. Electrical Engineering - street lighting, parks lighting 2.5 % 3. Project construction cost more than $250,000.00 and less than S 1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 2.0 % b. Structural Engineering 2.0 % c. Mechancal Engineering - pump stations, piping, HVAC 2.0 % i d. Electrical Engineering - street lighting, parks lighting 2.0 % y j 95- 321 2 F i 49., effo WOLFEERG/ALVAREZ & PARTNERS 4, Project construction cost more than $ 1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 1. 7 % b. Structural Engineering 1.7 % c. Mechanical Engineering - pump stations, piping, HVAC 1.7 % d, Electrical Engineering - street lighting, parks lighting 1.7 % LABOR RATE SCHEDULE INCLUDING ALL OVERHEAD AND PROFIT PRINCIPAL 110.00 per hour PROJECT MANAGER 90.00 per hour PROFESSIONAL ENGINEER 80.00 per hour ENGINEER 56.50 per hour DRAFTSPERSON 40.00 per hour ENGINEERING TECHNICIAN 45.00 per hour CADD OPERATOR 42.00 per hour ADMINISTRATIVE 35.00 per hour CLERICAL 30.00 per hour PERMIT EXPEDITER 35.00 per hour CONSTRUCTION MANAGER 7 5.00 per hour CONSTRUCTION INSPECTOR 45.00 per hour 3-MAN SURVEY CREW (half day minimum) N/A per hour The above hourly rates include all multipliers and miscellaneous expenses, no additional overhead or line item costs will be accepted. Overtime requires prior written approval. 014r., 1 95-.321 5r Metric Engineering, Inc. PROFESSIONAL ENGINEERING FEE SCHEDULE - GENERAL ENGINEERING PERCENTAGE OF CONSTRUCTION COST/LUMP SUM BASIS ( DESIGN FEES) 1. Project construction cost less than $75,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply. 12 b. Structural Engineering 12 c. Mechanical Engineering - pump stations, piping, HVAC 12 d. Electrical Engineering - street lighting, parks lighting 12 % 2. Project construction cost more than $75,000.00 and less than $250,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 10 o b. Structural Engineering 10 /, c. Mechanical Engineering - pump stations, piping, HVAC 10—% d. Electrical Engineering - street lighting, parks lighting 10 % 3. Project construction cost more than S250,000.00 and less than $1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 8 % b. Structural Engineering 8 c. Mechanical Engineering - pump stations, piping, HVAC 8 d. Electrical Engineering - street lighting, parks lighting 8 4. Project construction cost more than S 1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 7 % b. Structural Engineering 7 9 _ 321 ,�.a• 9y 37 Metric Engineering, Inc. i 'r c. Mechanical Engineering - pump stations, piping, HVAC 7 % d. Electrical Engineering - street lighting, parks lighting 7 % *rr**+•a***s+a.w*x*.*s*.*�.*+s*r*****•»*•*.**:s*s**ss�*...+*r*�s.+�s•.r••r++«+••..ss. PERCENTAGE OF CONSTRUCTION COSTILLW SUM BASIS ( PROJECT MANAGEMENT & CONSTRUCTION INSPECTION) 1. Project construction cost less than $75,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply 6 b. Structural Engineering 6 % c. Mechanical Engineering - pump stations, piping, HVAC d. Electrical Engineering - street lighting, parks lighting 2. Project construction cost more than 575,000.00 and less than $250,' ,�0.00 a. Civil Engineering - highway, storm drainag-,sanitarysewer, water supply, b. Structural Engineering c. Mechanical Engineering - pump stations, piping, HVAC d. Electrical Engineering - street lighting„ parks lighting 3. Project construction cost more than $250,000.00 and less than $1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, b. Structural Engineering c. Mechanical Engineering - pump stations, piping, HVAC d. Electrical Engineering - street lighting, parks lighting 6 % 6 5 % 5 % 5 % 5 % 5 % 5 % 5 % 5 % Metric Engineering, Inc. 4. Project construction cost more than S 1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 4 % b. Structural Engineering 4 % c. Mechanical Engineering - pump stations, piping, HVAC 4 d. Electrical Engineering - street lighting, parks lighting 4 % LABOR RATE SCHEDULE INCLUDING ALL OVERHEAD AND PROFIT PRINCIPAL, 100 per houi . PROJECT MANAGER 90 per hour PROFESSIONAL ENGINEER 75 per hour ENGINEER 60 per hour DRAFTSPERSON _42 per hour ENGINEERING TECHNICIAN 45 per hour CADD OPERATOR 45 per hour ADMINISTRATIVE 35 per hour CLERICAL 28 per hour PERMIT EXPEDITER 50 per hour CONSTRUCTION MANAGER 75 per hour CONSTRUCTION INSPECTOR 45 per hour 3-MAN SURVEY CREW (half day minimum) 75 per hour The above hourly rates include all multipliers and miscellaneous expenses, no additional overhead or line item costs will be accepted Overtime requires prior written approval. 3 95- 321 I g. J1i9/95 3 9 PX.. 95- EA. CAT00N A, AIND ASSOCIATL • WGLI SAV. 72,,d Ave Suite 20? :Vl:iami,r<<,n3c ;33i6� PROFESSIONAL 1ENGtSEFRING FEE SCHEDULE - GENERAL ENGINEERING PERCENTAGE OF CON5TRUCTION COST/LUMP SUM BASIS ( DESIGN FEES) 1. Project construction cost less than $15,00rh,ru) But more than $30, 000.00 a. Ci-il Engineering - higimay, sa„m drainage, s»rtii,ary sewcr, water supply, 10_g; b, Stntctural tngincering 10 % c. Mechanical Engincering - pump stations, piping, I'IVAC 8 -% d, Electrical Engincering - stteet lighting, parks lighting 8.5% . 2, Project constntction cost more than $75,000,00 and less than $250,000.00 a, Civil Engineering - higinvay, stornt drainage, sanitary sewer, water suppty, 8. 5% b. Structural Engincering 8.50,0 c, Mechanical Engineering - pump stations, piping. HVAC 7.5% d. Electrical Engineering - street lighting, parks lighting 8•0% 3. Project construction cost more than $250,000.00 and less than $1,000,000.00 a, Civil Engineering - highway, storm drainage, sanitary sewer, water supply.,,% b. Structural Engineering e. Mechanical Engineering - pump stations, piping, RVAC d, Electrical Engineering - street lighting, parks lighting 4, project constntction cost more than S 1,000,000.00 a, Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 7.0% 95— 321 �� b. Stntctutal Engineering ,% F',+= R . -_!.�1. iv H F.' h" a FI H H •� B.A. CAL—.04NA AND ASSOCULTES 4960 S W 72nd Ave Suite zU7 Mianu, Flonda 33155 c. Mechanical Engineering - pump stations, piping, NVAC 6.0 d. Electrical Engineering - street lighting, parks lighting 6.5 % Abrs####b#tk#4s##*M'�#tM##'�#s#�'##ibYti�tit#tit�tst�9#t#+�qM*t#M+titibtt#b##i#Ob##MttNA�R PERCENTAGE OF CONSTRUCTION ZOSTILUNIP SUM BASIS (PROJECT MANAGEMENT & CONSTRUCTION INSPECTION) 1. project Construction cost less than S75,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply 6.0 0/6 b. Structural Engineering 6.0 % c. Mechanical Engineering - pump stations, piping, HVAC d. Electrical Engineering - street lighting, parks lighting 2. Project construction cost more than $73,000.00 and less than $250,000.00 a. Civil Engineering - highway. Storm drainage, sanitary sewer, water supply, b. Structural Engineering c. Mechanical Engineering - pump stations, piping, HVAC d. Electrical Engineering - street lighting, parks lighting 3. Project construction cost more than $250,000.00 and less than $ t,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, b. Structural Engineering c. Mechanical Engineering - pump stations, piping, HVAC d, Electrical Engineering - street lighting, parks lighting 95- 321 &/v 6.0 % 6.0 % 5.0 % 5.0 % 5.0 5.0 5.0 % 5.0 5.0 E; 1, 1:.HPM1:1hlra �'_ _ i. _ =pit` a 1 -i` 1 F ' B.cL CARVIONA AND ASSOCIATES 4060 S W, 72nd Ava Suite 207 ' Diiam:, Floilda 33165 I 4. Project construction cost more than 51,000A0A0 I a. Civil Engineering • highway, storm drainage, sanitary sewer, water supply, 4-D. A b• Structural Engineering I 4,-a—% c. Nfcchini:.al Engineering - pump stations, piping, HVAC 4-0-0,10 d. Electrical Engineering - street lighting, parks lighting_/, #####RMaaa+wra#a#RetaRaa.#a#RRR■#4R*RaaralR44*Ra*0#ra###a+a+►arav***M�#ba+aataR*a4»a#i• MRMOMbO*0lRRRRR♦Rra#•aRRRR4#RaaRORR♦44�O+M000llfRRMN«0001OM*4R40a40R!*40*i010!!*!*4400 LABOR RATE SCHEDULE INCLUDING ALL OVERHEAD AND PROFIT PRINCIPAL 1004 per hour PROJECT MANAGER 87 - S0 per hour PROFESSIONAL ENGINEER 75.00per hour ENGINEER 60.00per hour DRAFTSPERSON 37, 50 per hour i f ENGINEERING TECHNICIAN 45.40 per hour t CARD OPERATOR 37.50 per hour ADMINISTRATIVE 3t_.00per hour CLERICAL 25.00 per hour PERMIT EXPEDITER 50. 00 per hour CONSTRUCTION MANAGER 75.00 per hour CONSTRUCTION INSPECTOR _ 45.00 r hour 3-MAN SURVEY CREW (half day minimum) 87.50 per hour The above hourly rates include all multipliers and miscellaneous expenses, no additional overhead or lira' item costs will be accepted, Overtime requires prior written approval. 95- 321 95- 321 �7 PROFESSIONAL ENGINEERING FEE SCHEDULE GENERAL ENGINEERING THESE RATES APPLY ONLY TO PROJECTS INVOLVING ONE DISCIPLINE NOTED PERCENTAGE OF CONSTRUCTION COST/LUMP SUM BASIS (DESIGN FEES) 1. Project construction costs more than $50,000.00 but less than $75,000.00* a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply 12% b. Structural Engineering 12% C. Mechanical Engineering - pump stations, piping, HVAC 12% d. Electrical Engineering - street lighting, parks lighting 12% 2. Project construction cost more than $75,000.00 and less than $250,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply 10% b. Structural Engineering 10% C. Mechanical Engineering - pump stations, piping, HVAC 10% d. Electrical Engineering - street lighting, parks lighting 10% 3. Project construction cost more than $250,000.00 and less than $1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply 8% b. Structural Engineering 8% C. Mechanical Engineering - pump stations, piping, HVAC 8% d. Electrical Engineering - street lighting, parks lighting 8% * Contracts with construction costs less than or equal to $50,000 will only be done on an hourly basis. 95- 321 4. Project construction cost more than $1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply 7% b. Structural Engineering 7% C. Mechanical Engineering - pump stations, piping, HVAC 7% d. Electrical Engineering - street lighting, parks lighting 7% PERCENTAGE OF CONSTRUCTION COST/LUMP SUM BASIS (PROJECT MANAGEMENT & CONSTRUCTION INSPECTION) 1. Project construction costs less than $75,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply 5% b. Structural Engineering 3% C. Mechanical Engineering - pump stations, piping, HVAC 3% d. Electrical Engineering - street lighting, parks lighting 3% 2. Project construction cost more than $75,000.00 and less than $250,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply 4% b. Structural Engineering 2,5% C. Mechanical Engineering - pump stations, piping, HVAC 2.5% d. Electrical Engineering - street lighting, parks lighting 2.5% 3. Project construction cost more than $250,000.00 and less than $1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply 3.5% b. Structural Engineering 2.5% C. Mechanical Engineering - pump stations, piping, HVAC 2.5% ��� 2 95 s d. Electrical Engineering - street lighting, parks lighting 4. Project construction cost more than $1,000,000.00 2.5% a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply 3.5% b. Structural Engineering 2.5% C. Mechanical Engineering - pump stations, piping, HVAC 2.5% d. Electrical Engineering - street lighting, parks lighting 2.5% LABOR RATE SCHEDULE INCLUDING ALL OVERHEAD AND PROFIT PRINCIPAL PROJECT MANAGER PROFESSIONAL ENGINEER ENGINEER DRAFTSPERSON ENGINEERING TECHNICIAN CADD OPERATOR ADMINISTRATIVE CLERICAL PERMIT EXPEDITER CONSTRUCTION MANAGER CONSTRUCTION INSPECTOR 3-MAN SURVEY CREW (half day minimum) 1995 - 1996 110.00 per hour 90.00 per hour 80.00 per hour 60.00 per hour 36.75 per hour 39.91 per hour 45.00 per hour 28.87 per hour 3 0. 00 per hour 59.06 per hour 45.00 per hour 90.00 per hour The above hourly rates include all multipliers and miscellaneous expenses, no additional overhead or line items costs will be accepted. Overtime required prior written approval. 95- 321 3 119-' r - OF., a IN DI -. _lM I� 95- 321 t A.D.A. ENGINEERING, INC. V6. PROFESSIONAL ENGINEERING FEE SCHEDULE GENERAL ENGINEERING PERCENTAGE OF CONSTRUCTION COSTILUMP SUM BASIS ( DESIGN FEES) 1. Project construction cost less than $75,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply. 10 % b. Structural Engineering 12 % c. Mechanical Engineering - pump stations, piping, HVAC 10 % d. Electrical Engineering - street lighting, parks lighting 10 % 2. Project construction cost more than $75,000.00 and less than $250,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 8 % b. Structural Engineering 10 % c. Mechanical Engineering - pump stations, piping, HVAC 8 % d. Electrical Engineering - street lighting, parks lighting 8 % 3. Project construction cost more than $250,000.00 and less than $1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 7 % b. Structural Engineering 8 % c. Mechanical Engineering - pump stations, piping, HVAC 7 % d. Electrical Engineering - street lighting, parks lighting 7 % 4. Project construction cost more than $ 1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 5 % b. Structural Engineering 7 % 95- 321 0 A.D.A. ENGINEERING, INC. c. Mechanical Engineering - pump stations, piping, HVAC 5 % d. Electrical Engineering - street lighting, parks lighting 5 % PERCENTAGE OF CONSTRUCTION COST/LUMP SUM BASIS ( PROJECT MANAGEMENT & CONSTRUCTION INSPECTION) 1. Project construction cost less than $75,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply 6 % t Structural Engineering 6 % c. Mechanical Engineering - pump stations, piping, HVAC 6 % d. Electrical Engineering - street lighting, parks lighting 6 % 2. Project construction cost more than $75,000.00 and less than $250,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 5 % b. Structural Engineering 5 % c. Mechanical Engineering - pump stations, piping, HVAC 5 % d. Electrical Engineering - street lighting, parks lighting 5 % 3. Project construction cost more than $250,000.00 and less than S 1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 5 % b. Structural Engineering 5 % c. Mechanical Engineering - pump stations, piping, HVAC 5 % d. Electrical Engineering - street lighting, parks lighting --5210 95- 321 5 2 A.D.A. ENGINEERING, INC. 4. Project construction cost more than $1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 4 % b. Structural Engineering 4 % c. Mechanical Engineering - pump stations, piping, HVAC 4 ova d. Electrical Engineering - street lighting, parks lighting 4 % LABOR RATE SCHEDULE INCLUDING ALL OVERHEAD AND PROFIT PRINCIPAL 95 per hour PROJECT MANAGER 85 per hour PROFESSIONAL ENGINEER i 75 per hour ENGINEER 60 per hour DRAFTSPERSON 35 per hour ENGINEERING TECHNICIAN 45 per hour CADD OPERATOR 40 per hour ` ADMINISTRATIVE 35 per hour CLERICAL 25 per hour j PERMIT EXPEDITER } 25 per hour CONSTRUCTION MANAGER 60 per hour CONSTRUCTION INSPECTOR 40 per hour 3-MAN SURVEY CREW (half day minimum) i f 80 per hour 4 { The above hourly rates include all multipliers and miscellaneous expenses, no additional overhead or line i item costs will be accepted. Overtime requires prior written approval. 95- 321 S 3 95- 321 Sy 4 (JI C.A.P. Engineering Consultants, Inc. PROFESSIONAL ENGINEERING FEE SCHEDULE GENERAL ENGINEERING PERCENTAGE OF CONSTRUCTION COST/LUMP SUM BASIS ( DESIGN FEES) 1. Project construction cost less than $75,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply. 14—% b. Structural Engineering 12 c. Mechanical Engineering - pump stations, piping, HVAC 8 % d. Electrical Engineering - street lighting, parks lighting 10 % 2. Project construction cost more than $75,000.00 and less than $250,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 10 % b. Structural Engineering 10 % c. Mechanical Engineering - pump stations, piping, HVAC 7-2% d. Electrical Engineering - street lighting, parks lighting 4.__21- 3. Project construction cost more than $250,000.00 and less than $1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 8 % b. Structural Engineering a % c. Mechanical Engineering - pump stations, piping, HVAC 6 % d. Electrical Engineering - street lighting, parks lighting i-210 4. Project construction cost more'than $1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, r lo b. Structural Engineering Z--% Sun Bank Building 100 Miracle Mile Suite 300 Coral Gables, Florida 33134 9 5 — 321 / (305)461-5484 Fax (305) 461-5494 f ® Printed on Recycled Paper N �F - bo- ® C.A.P. Engineering Consultants, Inc. c. Mechanical Engineering - pump stations, piping, HVAC d. Electrical Engineering - street lighting, parks lighting 5 % 5 % PERCENTAGE OF CONSTRUCTION COST/LUMP SUM BASIS ( PROJECT MANAGEMF*?T & CONSTRUCTION INSPECTION) 1. Project construction cost less than $75,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply 6 b. Structural Engineering 6 % c. Mechanical Engineering - pump stations, piping, HVAC 6 % d. Electrical Engineering - street lighting, parks lighting 6 % 2. Project construction cost more than $75,000,00 and less than $250,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, b. Structural Engineering 5 % c. Mechanical Engineering - pump stations, piping, HVAC L_% d. Electrical Engineering - street lighting, parks lighting 5 % 3. Project construction cost more than $250,000.00 and less than $1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary se*,.-,.;r, water supply, 5 % b. Structural Engineering 5 % c. Mechanical Engineering - pump stations, piping, HVAC 5 % d. Electrical Engineering - street lighting, parks lighting 5 % Sun Bank Building 9 5 -" 321 100 Miracle Mile Suite 300 Coral Gal*',.;ns, Florida 33134 (305) 461-5484 2 Fax (305) 461-5494 ® Printed on Recycled Paper 0 vie;, C.A.P. Engineering Consultants, Inc. r 4. Project construction cost more than S 1,000,000.00 a. Civil Engineering - highway, storm drainage, sanitary sewer, water supply, 4 % 4 b. Structural Engineering 4 c. Mechanical Engineering - pump stations, piping, HVAC % d. Electrical Engineering - street lighting, parks lighting 4 -% ************************************************************************************* LABOR RATE SCHEDULE INCLUDING ALL OVERHEAD AND PROFIT 0 PRINCIPAL 1 1 n per hour PROJECT MANAGER 9 0 per hour PROFESSIONAL ENGINEER go per hour ENGINEER 6 p_ per hour DRAFTSPERSON 42 per hour ENGINEERING TECHNICIAN 45 per hour CARD OPERATOR 45 per hour ADMINISTRATIVE 3 5 per hour CLERICAL 30 per hour PERMIT EXPEDITER 50 per hour CONSTRUCTION MANAGER 75 per hour CONSTRUCTION INSPECTOR 45 per hour 3-MAN SURVEY CREW (half day minimum) 90 per hour The above hourly rates include all multipliers and miscellaneous expenses, no additional overhead or line item costs will be accepted. Overtime requires prior written approval. 95- 321 Sun Bank Building 100 Miracle Mile Suite 300 Coral Gables, Florida 33134 (305) 461-5484 3 Fax (305) 461-5494 Printed on Recycled Paper 4i-. 95- 321 al I PROFESSIONAL SERVICES AGREEMENT This Agreement entered Into this day of I! 1995, by and between the City of Miami, a i Municipal Corporation of the State of Florida, hereinafter called the CiTY, and a Florida for profit corporation hereinafter called the PRINCIPAL. RECITAL: WHEREAS, the CITY proposed various Sanitary Sewer, Storm Sewer, Highway, General Engineering and Environmental Projects; and WHEREAS, the CITY can make an allowance in the project expense of each project to finance Engineering services; and WHEREAS, the CITY desires to engage four Engineering firms to render the necessary professional and technical services, hereinafter called WORK, for the planning, design and construction phases of the PROJECT upon the terms, conditions and provisions hereinafter set forth; and WHEREAS, the Commission of the City of Miami has by Resolution No. dated January 12, 1995 approved the selection of as one on the four most qualified firms to provide professional Engineering services for the PROJECT and has also authorized the CITY MANAGER to negotiate an Agreement with said firm for the professional and technical services for the PROJECT. - 1 - 95- 321 67 NOW, THERE!-AE, the CITY and the PRINCIPAL for the considerations hereinafter set forth, agree and covenant, one M unto the other as follows: SECTION I - GENERAL CONDITIONS A. The PRINCIPAL shall proceed with all applicable dispatch in a sound, economical, efficient and professional manner and shall comply with the provisions of all applicable Federal, State and Local laws. B. The PRINCIPAL shall perform the professional services as hereinafter set forth and in general accordance with the instructions of the CITY as set forth in SECTION iII - PROFESSIONAL SERVICES. C. The PROJECT DIRECTOR shalt Issue written authorization to proceed to the PRINCIPAL for each section of the WORK to be performed hereunder as outlined In "E" below. In case of emergency, however, the CITY reserves the right to issue oral authorization to the PRINCIPAL with the understanding that written confirmation will follow Immediately thereafter. D. No specific projects are designated under this contract. The PRINCIPAL shall be Issued work orders as necessary which shall cover in detail the project and the work to be accomplished. E. 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 be registered mall addressed to the other party at the address indicated herein or as the same may be changed from time to time. Such notice shall be deemed g I ven on the day on wh i ch persona I I y served; or, I f by ma I I , on the fifth day after being posted or the date of actual receipt whichever Is ear I i er . 9 5— 321 7 CITY OF MIAMI PRINCIPAL Public Works Department Attn: Waldemar E. Lee 275 N.W. 2 Street Miami, Florida 33128 (305) 579-6865 F. Title and paragraph headings are for convenient reference and are not a part of this Agreement. G. 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 rule. H. 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 waiver shall be effective unless made In writing. I. Should any provisions, paragraphs, sentences, words or phrases contained In this Agreement be determined by a 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 provisions, paragraphs, sentences, words or phrases 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 Agreement shall remain unmodified and In full force and effect. - 3 - 95- 321 W.,. SECTION II - DEFINITIONS A. CITY - is hereby defined as The City of Miami, Florida.1/ B. CITY MANAGER - is hereby defined as the City Manager of the CITY. C. PROJECT DIRECTOR - is hereby defined as director of the PROJECT appointed by the CITY MANAGER. C. PRINCIPAL - Is hereby defined as . Federal Employer I.D. Number E. PROJECT - Is hereby defined as Professional Engineering work contracted by the CITY or any miscellaneous department project for which outside Engineering services are needed and to which the PRINCIPAL has been assigned. F. WORK - is hereby defined as all the professional and technical services to be rendered or provided by the PRINCIPAL for the PROJECT, as described in SECTION III - PROFESSIONAL SERVICES, hereof. G. COMPENSATION - is hereby defined as the amount of money the CITY agrees to pay and the PRINCIPAL agrees to accept as payment in full for all the professional and technical services rendered pursuant to this agreement, to complete the WORK as defined in SECTION III - PROFESSIONAL SERVICES, hereof. In reference to Section 9 of this Agreement, the City shall mean the City Manager. - 4 - 95- 321 jt't.. 9 SECTION III - PROFESSIONAL SERVICES A. GENERAL 1. The PRINCIPAL shall act under the direction of the PROJECT DIRECTOR and shall, in close coordination with the CITY, perform the following 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" or like term is used in this Agreement, the phraseology shall in no way relieve the PRINCIPAL from any duties or responsibilities under the terms of this Agreement or from using the best engineering practices. 2. The PRINCIPAL shall, in the performance of the WORK, comply with all Federal, State and Local codes, ordinance and regulations, pertaining to the PROJECT. Your attention is directed to the Federal Wage -Hour Law, Walsh -Healy Act, The Occupational Safety and Health Act, The National Environmental Policy Act and Equal Employment Opportunity Legislation. 3. Upon receipt of written authorization to proceed with the PROJECT, the PRINCIPAL shall make arrangements to meet with the PROJECT DIRECTOR to discuss the schedule and scope of the WORK. All formats for the WORK are to be as presently used by the City of Miami Public Works Department unless otherwise directed by the PROJECT DIRECTOR. This is to Include but not limited to plans, specifications and contract documents. 4. In the performance of his WORK, the PRINCIPAL shall observe the following: - 5 - a. Strive to complete his WORK, on the PROJECT within the time allowed by maintaining an adequate staff of qualified employees on the WORK at all times. b. Prepare necessary documents, If required, for County, City, State and Federal agencies. C. Cooperate fully with the CITY In order that all phases of the WORK may be properly scheduled and coordinated. d. Report the status of this PROJECT to the PROJECT DIRECTOR upon request, and hold his notes, calculations, and related WORK open to Inspection at any time. e. Submit to the PROJECT DIRECTOR one original set of all plans and specifications and any other data developed for the purpose of performing the required work for the PROJECT. f. Hold himself In readiness for general consultation and advice from the date of this AGREEMENT through the completion of the PROJECT. B. SCOPE OF WORK The PRINCIPAL's WORK shall Include but not be limited to the following: 70L ENVIRONMENTAL ENGINEERING 1. Stormwater Master Plan Updating a. Data Collection and Analysis b. Plan Preparation and Presentation 2. National Pollutant Discharge Elimination System (NPDES) Compliance and Monitoring a. Data Collection and Analysis b. Plan Preparation and Presentation 95- 321 1par., 4 3. Environmental Audits and Assessments a. Site Audits b. Contamination Assessments C. Remedlatlon Plans 4. Dredge and Fill Permitting and Monitoring 5. Construction and Compliance Inspection For applicable projects, the PRINCIPAL will be responsible for producing complete construction documents including final working drawings, specifications and bid documents necessary for the successful bidding and construction of the project. In addition the PRINCIPAL will be responsible for obtaining all State, Federal and Local permits and approval necessary for project Implementation. The PRINCIPAL may also be required to provide consulting services to the City on various matters which do not result in drawings or specifications. SECTION IV - PROJECT COMPLETION TIME When a project has a deadline date and time is of the essence the PROJECT DIRECTOR shall advise the PRINCIPAL and a completion time shall be agreed upon. - 7- 95- 321 �3 The services to be rendered by the PRINCIPAL for each such 0 1 PROJECT shall commence within twenty-four (24) hours upon receipt of notice from the PROJECT DIRECTOR and shall be completed within the time 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 Its part of the AGREEMENT as stated herein or because of weather, civil disturbance or other reasons beyond the control of the PRINCIPAL. SECTION V - LENGTH OF AGREEMENT This AGREEMENT shall terminate on unless terminated as described In SECTION XIV. In the event the PRINCIPAL Is engaged in any PROJECT(S) on the above date, this AGREEMENT shall remain in effect until completion or termination of said PROJECT(S) or until total compensation as outlines in Section VII is depleted, which ever comes first. No new work orders will be Issued after the above date. SECTION VI - CITY'S SERVICES AND RESPONSIBILITIES A. The City shall make available to the PRINCIPAL for his Inspection, all plats, maps, surveys, aerials, records and other Information that the CITY has at It's disposal. SECTION VII - COMPENSATION FOR SERVICES i The CITY agrees to pay and the principal agrees to accept for I services rendered pursuant to the PROJECT in accordance with the terms a, -.:I conditions of this AGREEMENT and all Incidental and preliminary work related thereto, fees In accordance with the I following schedule: - 8- 95- 321 0,9-. S The above fee schedule shall Include all equipment, supplies, materials, tools and labor necessary to complete the work. The total compensation by the CITY to the PRINCIPAL for services provided under the terms of this AGREEMENT shall not exceed $250,000 over the period that the AGREEMENT Is In effect. SECTION VIII - PAYMENTS This CITY will make monthly payments to the PRINCIPAL In accordance with the fees computed as outlined In SECTION V I I for all work performed during the previous calendar months upon receipt of duly certified Invoices in triplicate to the PROJECT DIRECTOR. SECTION IX - SCHEDULE OF WORK The CITY shall have the sole right to determine which PROJECT the PRINCIPAL is assigned and which units or sections of the PROJECT the PRINCIPAL shall proceed and in what order. Authorization by the CITY, through the PROJECT DIRECTOR, shall cover in detail the scope and Intent of the proposed Engineering services. 95- 321 ��� i i SECTION X - EXTRA WORK If the PRINCIPAL Is caused extra work or expense due to the i changes ordered after any portion of the WORK Is approved by the CITY, such extra WORK sha I I be the subject of an additional work i order. i SECTION XI- APPROVAL OF SPECIFICATIONS AND DRAWINGS The CITY agrees that within thirty (30) days after delivery jto approve, reject, or return with indicated suggested revisions or recommendations, all specifications, drawings or other written communications submitted by the PRINCIPAL to the CITY for approval. Such approval, revisions or recommendations by the CITY i shall not relieve the PRINCIPAL of his responsibility for his WORK. Any errors noted in the specifications or drawings submitted by the PRINCIPAL will be corrected at no additional cost to the CITY. All construction/bid plans and other final drawings required under this 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 and compatible computer media, where applicable. In either case, the prints for record or permits shall be affixed with the Engineer's 1 embossed Seal and Signature. I - 10 - i 95- 321 7� t t --------- -- SECTION Xil- CONFLICT OF INTEREST 4 A. PRINCIPAL covenants that no person under Its employ who presently exercises any functions or responsibilities in connection with this Agreement has any personal financial Interests, direct or Indirect, with CITY. PRINCIPAL further covenants that, in the performance of this Agreement, no person having such conflicting Interests shall be employed. Any such Interests on the part of PRINCIPAL or Its employees, must be disclosed In writing to CITY. B. PRINCIPAL is aware of the conflict of interest laws of the City of Miami (City of Miami Code Chapter 2, Article V), Dade County Florida (Dade County Code Section 2-11.1) and the State of Florida, and agrees that Is shall fully comply in all respects with the terms of said taws. SECTION XIII- OWNERSHIP OF DOCUMENTS All reports, tracings, 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 their 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 PROJECT DIRECTOR. Prints of final drawings that are required for an official submittal such as for building permit or environmental permit shall be provided to the CITY as necessary affixed with the Engineer's signature and embossed seal. - „ - 95- 321 7l I SECTION XIV - TERMINATION AND SUSPENSION OF AGREEMENT A. The CITY retains the right to terminate this Agreement at any time prior to the completion of the WORK without penalty to the CITY. In that event termination of this Agreement shall be In writing to the PRINCIPAL and the PRINCIPAL shall be paid for services rendered in each completed calendar month prior to , termination in accordance with SECTION VII - COMPENSATION FOR SERVICES AND SECTION VIII - PAYMENTS, provided however that the PRINCIPAL is not in default under the terms of this Agreement. If however, the termination of this Agreement occurs during an incomplete calendar month, then the PRINCIPAL shall be paid for services rendered on a daily basis in such incomplete month provided that the PRINCIPAL is not In default under the terms of this Agreement. B. In the event of termination, all documents, plans, etc., as set forth In SECTION XIII - OWNERSHIP OF DOCUMENTS shall become the property of the CITY, with the same provisions of use as In said SECTION XIII. C. It Is further understood by and between the parties that any Information, contract documents, plans, 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. - 12 - 10 4 t SECTION XV - AWARD OF AGREEMENT The PRINCIPAL warrants that he has not employed or retained any company or person to solicit or secure this Agreement, that he 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 best of the knowledge and belief no Commission, Mayor or other officer or employee of the CiTY is Interested directly or indirectly In the profits or emoluments of this Agreement or the Job, work, or services for the CITY In connection with the contract or construction of this PROJECT. SECTION XVI - EXTENT OF AGREEMENT This Agreement represents the entire and Integrated Agreement between the CITY and the PRINCIPAL and supercedes all prior negotiations, representations or Agreements, either written or oral. This Agreement may be amended only by written Instrument at the discretion of both the CITY and the PRINCIPAL. SECTION XVII - SUCCESSORS AND ASSIGNS The PRINCIPAL shall make no assignments or transfer of this Agreement, or subject, assign or transfer any part of the WORK under this Agreement without the written consent of the CITY. This Agreement shall be binding upon the parties hereto, their heirs, executors, legal representatives, successors and assigns. - 13 - SECTION XVIII - RIGHT TO AUDIT The CITY reserves the right to audit records of the PRINCIPAL pertaining to this Agreement anytime during the prosecution of this Agreement, and for one year after final payment Is made under this Agreement. SECTION XIX - INDEMNIFICATION PRINCIPAL shall Indemnify and save CITY harmless from and against any and all claims, liabilities, losses, and causes of action which may arise out of PRINCIPAL'S activities under this Agreement, including all other acts or omissions to act on the part of PRINCIPAL, Including any person acting for or on Its behalf, and, from and against any orders, judgments, or decrees which may be entered and from and against all costs, attorneys' fees, expenses and liabilities Incurred In the defense of any such claims, or in the Investigation thereof. SECTION XX - INSURANCE PRINCIPAL shall maintain during the terms of this Agreement the following Insurance: A. Comprehensive General Liability Insurance In amounts not less than $500,000.00 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 $500,000.00 covering all IIabIIIty arising out of the terms of this Agreement. The CITY will accept a Claims Made Policy with a five year discovery clause. - 14 - 95- 321 �0 pg., C. Workers Lompensatlon Insurance In thG statutory amounts. All Insurance policies shall be Issued by companies authorized to do business under the laws of the State of Florida; which are approved according to specifications of the Risk Management Division of the City of Miami. D. Automobile Liability Insurance 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. The PRINCIPAL shall furnish certificates of Insurance to the CITY prior to the commencement of operations, which certificates 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. Compliance with the foregoing requirements shall not relieve the PRINCIPAL of his liability and obligations under this Section or under any portion of this Agreement. SECTION XXI - RIGHT OF DECISIONS All services shall be performed by the PRINCIPAL to the satisfaction of the PROJECT DIRECTOR 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 DIRECTOR'S 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 - 15 - 95- 321 In the even_ that the PRINCIPAL does not concur In the Judgement of the PROJECT DIRECTOR as to any decision made by him, s the PRINCIPAL shall present his written objections to the DIRECTOR OF PUBLIC WORKS and submit to the CITY COMMISSION for approval. SECTION XX11 - NON-DISCRIMINATION The PRINCIPAL shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, or handicap. The PRINCIPAL shall take affirmative action'to ensure that applicants are employed, without regard to their race, color, religion, sex, national origin, or handicap. 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. SECTION XXIII - CONSTRUCTION OF AGREEMENT 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. SECTION XXiV - INDEPENDENT CONTRACTOR The PRINCIPAL and his employees and agents shall be deemed to be an independent contractor, and not an agent or employee of the CITY; and shall not attain any rights or benefits under the Civil Service or Pension Ordinance of the CITY, or any right generally afforded classified or unclassified employees; further they shall not be deemed entitled to Florida Worker's Compensation benefits as an employee of the CITY. 02, 95- 321 Vl+r.• SECTION XXV - NON-DELEGABILITY S' 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 unless CITY shall first consent in writing to the performance of such services or any part thereof by another person or firm. SECTION XXVI - DEFAULT PROVISION In the event that PRINCIPAL shall fall to comply with each and every term and condition of this Agreement or falls to perform any of the terms and conditions contained herein, then the CITY, at is 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 whlle PRINCIPAL was in default of the provisions herein contained, shall be forthwith returned to CITY. SECTION XXVII - CONTINGENCY CLAUSE Funding for, this Agreement is contingent on the availability of funds and continued authorization for program activities and Is subject to amendment or termination due to lack of funds or authorization, reduction of funds, and/or change in regulations. SECTION XXVIII - MINORITY PROCUREMENT COMPLIANCE The PRINCIPAL acknowledges that he has been furnished a copy of 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. SECTION XXIX - AMENDMENTS No amendments to this Agreement shall be binding on either party unless in wrrting and signed by both parties. - 17 - 95- 321 03 I IN WITNESS WHEREOF, the parties hereto have, through their proper corporate officials, executed this AGREEMENT, the day and year first above set forth. ATTEST: Secretary ATTEST: City Clerk APPROVED AS TO CONTENT Department of Public Works By By City Manager APPROVED AS TO FORM AND CORRECTNESS City Attorney APPROVED AS TO INSURANCE REQUIREMENTS Risk Management 6 'V - 18 - 95- 321 f ,,. CAMP DRESSER & McKEE INC. PROFESSIONAL ENGINEERING FEE SCHEDULE ENVIRONMENTAL, ENGINEERING April17; 1995 LABOR RATE SCHEDULE INCLUDING ALL OVERHEAD AND PROFIT PRINCIPAL -IN -CHARGE (OFFICER) $115 per hour PRINCIPAL ENGINEER 95 per hour PROJECT MANAGER 90 per hour PROFESSIONAL ENGINEER 85 per hour ENGINEER 60 per hour DRAFTSPERSON 45 per hour ENGINEERING TECHNICIAN 45 per hour PROFESSIONAL GEOLOGIST SO per hour ENVIRONMENTAL SCIENTIST 60 per hour HYDROGEOLOGIST 70 per hour GEOLOGIST 60 per hour BIOLOGIST 55 per hour CARTOGRAPHER N/A per hour GEOTECHNICIAN N/A per hour PETROTTTE TECHNICIAN N/A per hour CADD OPERATOR 50 per hour ADMINISTRATIVE (ewkv a.Pb e=.p—t) 35 per hour CLERICAL (F„k,su%ww«aP .ft 30 per hour PERMIT EXPEDITER N/A per hour CONSTRUCTION MANAGER(suF.r.e«) 75 per hour CONSTRUCTION INSPECTOR 44 per hour 3-MAN SURVEY CREW nMSOAYMW.) N/A per hour LABORER N/A per hour THE ABOVE HOURLY RATES INCLUDE ALL MULTIPLIERS AND MISCELLANEOUS EXPENSES, NO ADDITIONAL OVERHEAD OR LINE ITEM COSTS WILL BE ACCEPTED. OVERTIME REQUIRES PRIOR WRITTEN APPROVAL 95- 321 d A y - /7 — l S (� 07 s=W" O PROFESSIONAL ENGINEERING FEE SCHEDULE ENVIRONMENTAL ENGINEERING EDWARD E. CLARK ENGINEERS -SCIENTISTS, INC. APRIL 17,1995 LABOR RATE SCHEDULE INCLUDING ALL OVERHEAD AND PROFIT PRINCIPAL $110 per hour PROJECT MANAGER 90 per hour PROFESSIONAL ENGINEER N/A per hour ENGINEER 60 per hour DRAFTSPERSON N/A per hour ENGINEERING TECHNICIAN 45 per hour PROFESSIONAL GEOLOGIST N/A per hour ENVIRONMENTAL SCIENTIST 60 per hour HYDROGEOLOGIST N/A per hour GEOLOGIST N/A per hour BIOLOGIST N/A per hour CARTOGRAPHER N/A per hour GEOTECHNICIAN N/A per hour PETROTITE TECHNICIAN N/A per hour CADD OPERATOR N/A per hour ADMINISTRATIVE (Min& Reports Pmpamr) N/A per hour CLERICAL (Fill% Light Word Proce W 30 per hour PERMIT EXPEDITER N/A per hour CONSTRUCTION MANAGER N/A per hour CONSTRUCTION INSPECTOR N/A per hour 3-MAN SURVEY CREW wu DAY Mw.) N/A per hour LABORER N/A per hour THE ABOVE HOURLY RATES INCLUDE ALL MULTIPLIERS AND MISCELLANEOUS EXPENSES, NO ADDITIONAL OVERHEAD OR LINE ITEM COSTS WILL BE ACCEPTED. OVERTIME REQUIRES PRIOR WRITTEN APPROVAL. 95- 321 GX N�17 k.t., Pi PROFESSIONAL ENGINEERING FEE SCHEDULE ENVIRONMENTAL ENGINEERING MILIAN, SWAIN & ASSOCIATES, INC. APRIL 17, 1995 LABOR RATE SCHEDULE INCLUDING ALL OVERHEAD AND PROFIT PRINCIPAL $110 per hour PROJECT MANAGER 80 per hour PROFtb&ONAL ENGINEER 85 per hour ENGINEER 60 per hour DRAFTSPERSON 45 per hour ENGINEERING TECHNICIAN 45 per hour PROFESSIONAL GEOLOGIST N/A per hour ENVIRONMENTAL SCIENTIST 60 per hour HYDROGEOLOGIST N/A per hour GEOLOGIST N/A per hour BIOLOGIST 55 per hour CARTOGRAPHER N/A per hour GEOTECHNICIAN N/A per hour PETROTITE TECHNICIAN N/A per hour CADD OPERATOR 50 per hour ADMINISTRATIVE (swung, R"ns Parer) 35 per hour CLERICAL (Fu>ng, light Word Processing) 30 per hour PERMIT EXPEDITER N/A per hour CONSTRUCTION MANAGER (s�,tsor) N/A per hour CONSTRUCTION INSPECTOR 45 per hour 3-MAN SURVEY CREW mALFof.YMN.) N/A per hour LABORER N/A per hour THE ABOVE HOURLY RATES INCLUDE ALL MULTIPLIERS AND MISCELLANEOUS EXPENSES, NO ADDITIONAL OVERHEAD OR LINE ITEM COSTS WILL BE ACCEPTED. OVERTIME REQUIRES PRIOR WRITTEN APPROVAL. 95- 321 L/-/ 7 -�% pYr.. NIAR. -1 ' 9501"1 19; 1a I^.... PROFESSIONAL ENGINEERING FEE SCHEDULE ENVIRONMENTAL ENGINEERING PRECISION ENVIRONMENTAL LABORATORY, INC. rrwwrr••rrwswrrairrriirrrairirirrrrirsiioiiriiiirrrirrirrrrrrrririwiarrwrrriirwrwrria •pi/irrirrrrliria••ri►rriMirrlaaiirtra*rwar�irr�iaYriwrraa�wwafasa�rrarrirrrwarrrrMOrar LABOR RATE SCHEDULE INCLUDING ALL OVERHEAD AND PROFIT PRINCIPAL per hour PROJECT MANAGER per hour PROFESSIONAL ENGINEER per hour ENGINEER Per hour DRAFTSPERSON per hour ENGINEERING TECHMCIAN Per hour PROFESSIONAL GEOLOGIST per hour ENVIRONMENTAL SCIENTIST per hour HYDROGEOLOGIST per hour GEOLOGIST per hour BIOLOGIST per hour CARTOGRAPHER per hour GEOTECHNICIAN Per hour PETROTTIE TECIMCiAN per hour CARD OPERATOR per hour ADN[INISTRATIVE per hour CLERICAL per hour PERM M E—XPEDITER per hour CONSTRUCTION MANAGER per hour CONSTRUCTION INSPECTOR Per hour 3-IN AN SURVEY CREW (half day minimum) per hour LABORER per hour The above hourly races include ail multipliers and miscellaneous expenses, no additional overhead or line item costs will be accepted. Overtime requires prior written approval. 95- 321 >1AR. -2"' 95(MON) 141 15 PRECISION -ENV LAB TEL:1305 431-1959 P.003 5 LABORATORY ANALYTICAL SERVICES EPA Methods (water) 601 602 (including MTEE) 504.1 (EDB) 610 206.3 (As) 213.1 (Cd) 218.1 (Cr) 239.2 (Pb) 624 625 413 (Oil and Grease) 418.1 ('I' M EPA Methods (solid) 418.1 t WH) TCLP (8 metals) 8010 8020 7421 3240 8250 Sim EPA Methods (atormwater) 160.2 (total suspended solids) 160.1 (total dissolved solids) S08' (C.O.D.) 50 7' (H.O.D.) 413.1 (oil and grease) 9090 (fe=1 conform) 9 l0A' (fecal streptococcus) ISO. 1 (ph) 351.3 (total kjeldahl nitrogen) 1 0 0.0 0 per sample 90.00 per sample 50.00 per sample 150.00 per sample 15.00 per sample 15.00 per sample 1 5.0 0 per sample 1 5.0 0 per sample 2 5 0.0 0 per sample 350.00 per sample 4 0. 0 0 per sample 55.00 per sample 75.00 per sample 255.00 per sample 10 5, 0 0 per sample 95 _ 00 per sample 2 0 - 0 0 per sample 2 7 5. 0 0 per sample 375.00 per sample 17 5.0 0 per sample 15.00 per sample 15.00 per sample 30.00 per sample 30.00 per sample 40.00 per sample 30.00 per sample 30.00 per sample 10.00 per sample 35 ..A.0... per sample 95- 321 4) 41 %IAR. -28' 951TUE1 08: 14 PRECISION ENV LAB I 353.2 (nitrate/nitrite nitrogen) 350.2 (ammonia nitrogen) 365.3 (dissolved phosphorus) 365.4 (total phosphorus) 624 (volatiles) 625 (acid extractaNes) 625 (base/neutral extmctables) :;25 (pesticides) 204,2 (antimony, total) 206.5 (arsenic, total) 210.2 (beryllium. total) 213.2 (cadmium, total) I 218.2 (chromium, total) 220.2 (copper, total) 239.2 (lead, total) 245.1 (mercury, total) 249.2 (nickel, total) 270.3 (selenium, total) 272.2 (silver, total) 279.2 (thallium, total) 239.1 (zinc, total) 335.2 (cyanide,total) 420.2 (phenols. total) �Z Other Methods Standard Method 304 (PS) SW 846 Method 9071 (O&G-soil/sludge) Soil Disposal Analytic Group SAMPLING EQUIPMENT Interface Probe Flame Ionization Detector Photo IordmItion Detector Hand Auger Explosimeter 3 TEL:1305 431-19s9 25.00 per sample 25.00 per sample 25.00 per Sample 25.00 per sample 250.00 per sample 350.00 per sample INCLUDED r sample (A, 200.00 per sample 15.00 per sample 1 5.0 0 per sample 15.00 per sample 1 5. 0 0 per sample 15.00 per sample 15.00 per sample 15.00 per sample 20.00 per sample 15.00 per sample 15.00 per sample 15.00 per sample 15.00 per sample 40.00 per sample • 1 5. 0 0 per sample 30.00 per sample 20.00 per sample 5 5.0 0 per sample 5 2 5, 0 0 per sample per day per day _�.. per day per day per day P 002 31:xI)gS" 95- 321 y-17 -ei3 1&44 %1AR. -2 " 95(MON) 14:16 PRECISION ENV LAB l Peristaltic Pump Portable Transfer Pump DISPOSABLES Ice Rubber gloves Plastic Bags Alconox Deicnized Water isopropyl Alcohol OTHER ITEMS TEL•L305 431-1959 Per day per day per sampling event (l.-10 samples) Monitoring Well (2"pvc) without mobilization per foot 'Monitoring Well (2"pvc) with mobilization per foot SPT Boring without mobilization per foot SPT Boring with mobilization per foot Steam Cleaning per day Jack Kammer per day Visslueen per roll Sorbent pads per100 SS Gallon drum each Contaminated Water Disposal without mobilization (non4wmdous) per gallon 4 95- 321 P.UU5 6,g.. 95- 321 _.._ - .. Table 1 Hourly Per Diem Plates Environmental Engineering Fee Schedule City of Miami Employee Title Per Diem Hour Rates' 1995 Principal Pro'ect Manager 90 Professional En ineer 85 Pro oct Engineer' 75 En ' eer 60 Professional Geologist s0 Hydro eolo ist 70 Geologist 60 Senior Enviromental Scientist' 70 Environmental Scientist 60 Biologist 55 Construction Manager, 75 Construction Inspector 45 Engineering Technician 45 Geotechnician 45 Petrotite Technician --- Permit Expediter ... Cartographer* 45 Drafterson 42 CARD Operator SO Administrative 35 Clerical 30 3-Person SurveX Crew 89 Laborer 30 diem hourly rates include all non labor cost EXC,En permit fees and the lino itemsmitted in the fee schedule for enviromentai engineering mvices. sumes the projects will require a typical senior consultant involvement of approximately 3 percent, jects requiring snore involvement by principals would be required negotiation of a project specific rate. Fis rate was added for engineers with i to 3 years of experience and a masters de or with 2 to 4 years experience and a bachelors degree. - rJ '"' 321 4. This rate was added for scientist with doctorate deFee and 7 years of exper ence. f�, Px:. H Table 4 Cost for a 2-Inch Diameter 40 PVC Monitor Well with a Total Depth of 15 Feet Cl!z of riliaml Environmental K lneerin Fee Schedule Sin a Well Multi le Wells (five or snore Material Type or Coat Per Foot Cosy Per Well Cost Per Foot Cost Per Well Labor Descrl tion (dollars) Mars) (dollar) (dollars) Steam Cleanin 3.33 50.00 3.33 50.00 Drilling and Installation 23.33 350.00 23.33 350.00 Well Develo meth (I hour) 6.67 100.00 6.67 100.00 i ;Manhole and Concrete Pad 5.00 75.00 5.00 75.00 Well Cost without Mobilization 38,33 575.00 38.33 575.00 I Mobilization of Driller 61.67 925,00 1.67 1 25.00 100.00 1500.00 40.00 600.00 95 321 +u� Table § Cost for Continous SPT Borings City of Miami Environmental Engineering Fee Schedule Material Type or Labor Description With Wed Installation Without Well Installation One Boring Five Boring_ One Boring Five Borin s Coat Per Foot (dollars) Cost Per Foot (dollars) Cost Per Foot dollars) Cost Per Foot (dollars) 0 to 10 feet b1s 8.00 8.00 16.00 16.00 10 to 30 feet bls 10.00 10.00 18.00 18.00 30 to 50 feet bls 12.00 12.00 20.00 20.00 50 to 75 feet bls 14.00 14.00 22.00 22.00 Cost of SPT without Mobilization Total Boring De th of 20 feet 9.00 9.00 17.00 17,00 Cost per Boring (dollars) Cost per Boring (dollars) Cost per Boring (dollars) Cost per Boring (dollars) Mobilization of Driller 0.00 0.00 500.00 25.00 Cost of SPT with Mobilization Total Boring Depth of 20 feet) 9.00 1 9.00 42.00 1 18.25 95- 321 FK %ve., 9, 45 AM CH21M H1M;9!i S " 'LABO)tATIORY ANALYTICAL SERVICES 'Nr•1.,• 3PA Mcttwdr (wAtet) A 601 602 (1WUdin8 h ) 610 206.3 (Ai) 213.1(Cd) 21811 {Cq :a 238,2 (Pb) ft1; 624 625 (W/o T IO 413 (tail And flues) I ('MPH) `t { SPA Wd ode (Aolid) 41A,•1 MPH) TCLP t6 maw solo ozo .x 7421 8240 EPA Methods (elormwater) _ •160.2 (told smep=W salsa.) 160.1(tow diwvww 401ldt) sor (GO,D,) sor (»,ox 413.1(d1 tad gma) 9090.OWWoollftra) [SNok'T HT M,,$+ be� OW etr+eptooMM) C-541 dQh p r�vs� 6- ar:J ab '�.: . �331.3 (tatel 1(1e1d61l1 nitrogen) 3C5 4448517 C?D pgr temple par sample i o per sample ,zoo per ample Za Per sample b per sample P" ample _L.sz per wsapte 2-2 le' sample —q.0 1a ample per moo per sample r C1, C) per sample; Per ample mumpke per samplc per WnDw 229pwuqu 2.3-0 1ff "is 2-0 1ef UMPW ZO per ample 3 a per "114" per Mvie 2-0— W 4 Pw NMI$ per uzwe 9 r. ° w woof P, 3 321 NIL' ' rB- a-g, W5D s, 45 Ali "HIM HILL MIX FAX NO, 335 44465:7 353.2 (rtitmteraiWO aiuorea) 350.2 (ommonla nitrcru) I I 3w.3 (diuohod PhP ) 1�.��''•624'(e�eletil�ee) ��✓iQ 'r1�1 ;A;-`� �. 623 (Scld ®xtraetablea) � wl to -r, 6 4- r: 623 (gertfcide=) `$ CS 0 P�5 d i 1 204.2 (andmony, total) ..206,3 (aeetti0, total) (20 6,14 �'� r n '1 210.2 (befyuium, total) 213,2 (dsftwt total) 218,2 (ghramium, WtQ 220:2 (C;Ww, total) ) g 239.2 (toad, total) 243.1 (mm=ry, total) 249.2 (rd", total) h, � -„ • -270.3 (eel�ium, totsij 272.2 (ANW. total ' 279.2 (thallf^ tOW) ' ,:'I.. • 289.1 (xinc, toms) op, 7 -'i 335,2 (4Yettide,tatal) 420,3 (p2>=4 tcW) �:'';."- .:` • ocher lvlethodf a'Metltod 304 W 1 1 9071 '(O&GwW udp) $oilWow i ft"e amp r 1. � > $A�+lfL1NCi LQU'YF�+IENi' P, 4 2 C::, per sempis 2-0 per R=k 175— Pm amoo 1 tw aemple q7 a w umpk t O per sample ,z 90 por sample 0 Per am* 2.0 per uroplc Iz ; P" ample Zo per am* 2 C7 per sample sat umse s Per s qft 2-0 m urnPk as per Qarople 1' a Per aumple 22 per sample Per per uavk I for par ample Pm uPk Par sample S. 0. per ample —9— Pa sample iilWt Proble per per. ..i i 4,+�.. i L+ Flame Ibniaatwa Dat0 w pa 4v ' D P4 �OtA l0aixatbn QtaCtW pad* i �:�;, •; Racid ApW � � PeS day s.. 11�ir 'tlh1`I.i. 95- 321 l0/ :. I .,; L� AM MY HILL M AMI Fg 110, 305 44465 i 7 lji��jwtic PUMP tig� "OIMW per � hmble Tram* ICE •�w\.' ]�tettie Hs�g� At== ' apyl Alcoboi I'` par "moing avant (1.10 Mpior) r up anMRnWd Motdtdit Woo (2"Vm) wttboA moir uftdonwring WoU ) with MdOmftn..�..-- ' ., �;�,~, ;, `�• , �� � witbottt ttl�tltY,�Eiolt----� �� g � .av i'Hdtlt Stobaton t �r-.-..L. Afl°°t-► :,'i r . .. S wow iw 100 r � i3'deim 4mm 6,wr41t`; coated West DiR ow with t taobw (oaa t,eutdgw) 1 ` Graf;• •, , , - , - _ 9 5 - 321 Metric Engineering, Inc. PROFESSIONAL ENGINEERING FEE SCHEDULE ENVIRONMENTAL ENGINEERING LABOR RATE SCHEDULE INCLUDING ALL OVERHEAD AND PROFIT PRINCIPAL 100 per hour PROJECT MANAGER 90 per hour PROFESSIONAL ENGINEER 75 per hour ENGINEER 60 per hour DRAFTSPERSON sus' per how* -- ENGINEERING TECHNICIAN 45 per hour PROFESSIONAL GEOLOGIST e80 _ r1 per hour ENVIRONMENTAL SCIENTIST 60 per hour HYDROGEOLOGIST 60 per hour GEOLOGIST 50 per hour BIOLOGIST 55 per hour CARTOGRAPHER 45 per hour GEOTECHNICIAN N/A per hour PETROTITE TECHNICIAN N/A per hour CADD OPERATOR 150 4--ir per hour ADMINISTRATIVE 35 per hour CLERICAL 28 per hour PERMIT EXPEDITER 50 per hour CONSTRUCTION MANAGER 7 5 per hour CONSTRUCTION INSPECTOR 45 per }our 3-MAN SURVEY CREW (half day minimum) 75 per hour LABORER N / A per hour The above hourly rates include all multipliers and miscellaneous expenses, no additional overhead or line item costs will be accepted. Overtime requires prior written approval. 95- 321 /pl' $0., Metric Engineering, Inc. LABORATORY ANALYTICAL SERVICES (V . 0 . C . ANALYT I CAL ) EPA Methods (water) 601 100 per sample 602 (including MTBE) 75 per sample 504.1 (EDB) 50 per sample 610 135 per sample 206.3 (As) 25 per sample 213.1 (Cd) 15 per sample 218.1(Cr) 15 per sample 239.2 (Pb) 15 per sample 624 188 per sample 625 315 per sample 413 (Oil and Grease) 50 per sample 418.1 (WH) 50 per sample `. EPA Methods (solid) 418.1(IMP14 50 per sample TCLP (8 metals) 250 per sample 8010 100 per sample 8020 75 per sample 7421 35 per sample 8240 200 per sample 8250 315 per sample 8100 135 per sample EPA Methods (stormwater) 160.2 (total suspended solids) 20 per sample 160.1(total dissolved solids) 20 per sample 5082 (C.O.D.) 25 per sample 50-P (B.O.D.) 30 per sample 413.1(oil and grease) 50 per sample 9090 (fecal coliform) 40 per sample 910A2 (fecal streptococcus) 50 per sample 150.1 (ph) 10 per sample 351.3 (total kjeldahl nitrogen) 30 per sample 2 95- 321 loco he'. Metric Engineering, Inc. Peristaltic Pump Portable Transfer Pump DISPOSABLES Ice Rubber gloves Plastic Bags Alconox Deionized Water Isopropyl Alcohol OTHER ITEMS N/A per day N/A per day 25 per sampling event (1-10 samples) Monitoring Well (2"pvc) without mobilization qLA per foot Monitoring Well (2"pvc) with mobilization LA Nr foot SPT Boring without mobilization /A per foot SPT Boring with mobilization N/A per foot Steam Cleaning /A per day Jack Hammer N/A per day Visqueen /A per roll Sorbent pads L per 100 55 Gallon drum N/A each Contaminated Water Disposal without mobilization (non -hazardous) N/A per gallon 11 a 95- 321 95- 321 PROFESSIONAL ENGINEERING FEE SCHEDULE ENVIRONMENTAL ENGINEERING LABOR RATE SCHEDULE INCLUDING ALL OVERHEAD AND PROFIT PRINCIPAL PROJECT MANAGER PROFESSIONAL ENGINEER ENGINEER DRAFTSPERSON ENGINEERING TECEMCiAN PROFESSIONAL GEOLOGIST ENVIRONMENTAL SCIENTIST HYDROGEOLOGIST GEOLOGIST BIOLOGIST CARTOGRAPHER GEOTECHNICIAN PETROTITE TECHNICIAN CADD OPERATOR ADMINISTRATIVE CLERICAL PERMIT EXPEDITER CONSTRUCTION MANAGER CONSTRUCTION INSPECTOR 3-MAN SURVEY CREW (half day minimum) LABORER 1995 - 1996 /15,00,,,1.g.50 per hour 90.00 per hour 85.00 per hour 60.00 per hour 45.00 per hour 45.00 per hour 80.00 per hour 60.00 per hour 70.00 per hour 60.00 per hour 5'5. o0fig.gp per hou 45,C0_S.frM per hou 45.00 per hour 45.00 per hour 50.00 per hour 30.89 per hour 30.00 per hour 65.00 per hour 45.00 per hour 90.00 per hour 25.65 per hour The above hourly rates include all multipliers and miscellaneous expenses, no additional overhead or line items costs will be accepted. Overtime requires prior written approval. 95- 321 LABORATORY ANALYTICAL SERVICES EPA Methods (water) 601 75.00 per sample 602 (including MTBE) 66.25 per sample 504.1 (EDB) 37.50 per sample 610 112.50 per sample 206.3 (As) 18.75 per sample 213.1 (Cd) 18.75 per sample 218.1(C4) 18.75 per sample 239.2(Pb) 18.75 per sample 624 150.00 per sample 625 281.25 per sample 413 (Oil and Grease) 18.75 per sample 418.1 (TRPH) 30.00 per sample EPA Methods (solid) 418.1 (TRPIT) 45.00 per sample TCLP (8 metals) 18 1. 00 per sample 8010 82.50 per sample 8020 83.75 per sample 7421 18.75 per sample 8240 165.00 per sample 8250 300.00 per sample 8100 120.00 per sample EPA Methods (stormwater) 160.2 (total suspended solids) 11.25 per sample 160.1 (total dissolved solids) 11.25 per sample 5082 (C.O.D.) 18.75 per sample 5072 (B.O.D.) 22.50 per sample 413.1 (oil and grease) 18.75 per sample 909C2 (fecal coliform) N.A per sample 910A2 (fecal streptococcus) N.A. per sample 150.1 (ph) 3.75 per sample 351.3 (total kjeldahl nitrogen) 22.50 per sample 353.2 (nitrate/nitrite nitrogen) 18.75 per sample 350.2 (ammonia nitrogen) 18.75 per sample 365.3 (dissolved phosphorus) 18.75 per sample 365.4 (total phosphorus) 18.75 per sample 624 (volatiles) 150.00 per sample 625 (acid extractables) 131.25 per sample 625 (baselneutral extractables) 150.00 per sample 2 95- 321 P*-, 608 (pesticides) 90.00 per sample 204.2 (antimony, total) 18.75 per sample 206.5 (arsenic, total) 18.75 per sample 210.2 (beryllium, total) 18.75 per sample 213.2 (cadmium, total) 18.75 per sample 218.2 (chromium, total) 18.75 per sample 220.2 (copper, total) 18.75 per sample 239.2 (lead, total) 18.75 per sample 245.1 (mercury, total) 18.75 per sample 249.2 (nickel, total) 18.75 per sample 270.3 (selenium, total) 18.75 per sample 272.2 (silver, total) 18.75 per sample 279.2 (thallium, total) 18.75 per sample 289.1 (zinc, total) 18.75 per sample 335.2 (cyanide, total) 22.50 per sample 420.2 (phenols, total) 22.50 per sample Other Methods Standard Method 304 (PB) 18.75 per sample SW 846 Method 9071 (O&G-soillsludge) 18.75 per sample Soil Disposal Analytic Group 296.25 per sample SAMPLING EQUIPMENT Interface Probe 38.00 per day Flame Ionization Detector 100.00 per day Photo Ionization Detector 80.00 per day Hand Auger 15.00 per day Explosimeter 18.00 per day Peristalic Pump 30.00 per day Portable Transfer Pump 35.00 per day DISPOSABLES Ice 1.50 per bag Rubber gloves 0.20 each Plastic Bags 0.35 each Alconox 1.15 per sample Deionized Water 1.88 per gallon Isopropyl. Alcohol 2.25 per sampling event (1-10 samples) 3d' G,r_ _7 95- 321 ps.. I OTHER ITEMS Monitoring Well (2"pvc) without mobilization Monitoring Well (2"pvc) with mobilization SPT Boring without mobilization SPT Boring with mobilization Steam Cleaning Jack Hammer Visqueen Sorbent pads 55 Gallon drum Contaminated Water Disposal without mobilization (non -hazardous) N.A per foot N.A per foot N.A per foot N.A per foot N.A per day N.A per day N.A per roll N.A per 100 N.A each N.A per gallon 95- 321 �S;,. CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM 64' TO Honorable Mayor and Members DATE of the City Commission SUBJECT FROM : REFERENCES: Cesar 1 o ENCLOSURES: City M er RECOMMENDATION: i`iA11 I_ ; Ic;;;,. FILE : "Professional Engineering Services for City of Miami Projects 1995 and 1996" - Approving Agreements and Authorizing Execution It is respectfully recommended that a resolution be adopted apaproving six Agreements In substantially the form attached hereto, with Wolfberg/Alvarez and Partners, Metric Engineering, Inc., B.A. Carmona and Associates, Eleanor Carney Engineering Associates, Inc., A.D.A. Engineering, Inc., and C.A.P. Engineering Consultants, Inc. for Professional General Engineering Services In connection with City Projects during the 1995-96 calendar years and approving four Agreements in substantially the form attached hereto, with Camp Dresser & McKee, Inc., CH2M Hill, Inc., Metric Engineering Inc., and Eleanor Carney Engineering Associates, Inc. for Professional Environmental Engineering Services in connection with City Projects during the 1995-96 calendar years and further authorizing the City Manager to execute the above agreements. BACKGROUND: The City Is proposing to contract for a substantial amount of Highway, Sewer and Environmental projects In the Immediate future. The Public Works Department Is insufficiently staffed to accomplish all design and project management required for these projects and other miscellaneous projects initiated by various departments. It is necessary, therefore, to engage private firms to provide professional engineering services for the 1995-1996 calendar years. in accordance with City of Miami Ordinance No. 9572, and as authorized by Resolution No. 94-604, dated July 26, 1994, a Competitive Selection Committee, comprised of four city employees and four members of the private sector, personally Interviewed and evaluated certified firms in the general engineering and environmental engineering categories that responded to the City's public advertisements for Request for Qualifications. 95- 321 Page 1 of 2 6 Honorable Mayor and Members of the City Commission The City Commisison by Resolution No. 95-57 dated January 12, 1995, approved the selection o 'ie above recommended firms to provide professional englneerl, services for City of Miami projects and directed the City Manager to negotiate a co- ract with each firm. The max imum amount of fees earned by any one f I rm over the two year term Is limited to $L:i0,000. Funds for these professional services will be allocated as a project expense from the Individual project funding. The proposed resolution will approve the attached ten agreements and authorize the City Manager to execute them. Page 2 of 2