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