HomeMy WebLinkAboutR-86-0622RESOLUTION NO. Sf i- C*22'.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
EXECUTE THE NEGOTIATED AGREEMENT, IN A FORM
ACCEPTABLE TO THE CITY ATTORNEY, BETWEEN THE
CITY OF MIAMI AND DAVID PLUMMER AND
ASSOCIATES, INC., TO PROVIDE NECESSARY
PROFESSIONAL AND TECHNICAL SERVICES TO ASSIST
IN PREPARATION OF A DEVELOPMENT OF REGIONAL
IMPACT APPLICATION FOR DEVELOPMENT APPROVAL
AND SUBSEQUENT DEVELOPMENT ORDER FOR THE
SOUTHEAST OVERTOWN/PARK WEST REDEVELOPMENT
PROJECT, USING FUNDS PREVIOUSLY APPROPRIATED
TO SOUTHEAST OVERTOWN/PARK WEST.
WHEREAS, an Application for Development Approval for
Southeast Overtown/Park West as a Development of Regional Impact
is needed to meet State of Florida growth management legislation
and provisions of the Bayside Pre -development Agreement; and
WHEREAS, the preparation of an Application for Development
Approval for Southeast Overtown/Park West requires technical and
engineering services not available within the staff of the
Department of Development; and
WHEREAS, the City Commission by Resolution 85-666 approved
David Plummer and Associates, Inc., along with its designated
subconsultants, as the most qualified firm to provide
professional and technical services necessary to assist the City
in preparation of a plan and elements of an Application for
Development Approval for downtown; and
WHEREAS, the Application for Development Approval for
Southeast Overtown/Park West must respond to the same questions
outlined for the Application for Development Approval for
downtown requiring technical and engineering services of the
quality to be provided by David Plummer and Associates, Inc; and
WHEREAS, a professional services agreement providing for
technical and engineering services of the same quality as that
for downtown has been negotiated with David Plummer and
Associates, Inc., for the Southeast Overtown/Park West
Application for Development Approval; and
CI?'!C COMMISSION
MEETING OF
JUL ;A 1986
ESOLUTION NQ. 86-622
WHEREAS, funds previously appropriated to Southeast
Overtown/Park West are available to cover the costs of such
services;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The City Manager is hereby authorized to execute
the negotiated agreement, in a form acceptable to the City
Attorney, between the City of Miami and David Plummer and
Associates, Inc., to provide professional and technical services
necessary to assist the City in preparation of a Development of
Regional Impact Application for Development Approval and
subsequent Development Order for Southeast Overtown/Park West,
using funds previously appropriated to Southeast Overtown/Park
West.
Section 2. Funds attocatea ror sucn serv.a.cea Z►►a.Li ►•��
exceed $50,000.
PASSED AND ADOPTED this 24 h day of JU,Y �
1986.
XAVIER L. SUARE YOR
ATTEST:
MATZy HIRAI, C TY CLERK
PREPARED AND APPROVED BY:
I
&.0c
ROBERT CLERK, DEPUTY CITY ATTORNEY
APPROVED AS
.
t
AND CORRECTNESS:
86-622
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
TO. Honorable Mayor and
Members of the City Commission
FRweesar H. Odio
City Manager UU
DATE: J U l 181986 FILE:
17
Consultant Contract with
SUBJECT: David Plummer be Assoc. for
S.E. Overtown/Park West DRI
REFERENCES:
City Commission Meeting
ENCLOSURES: of July 24, 1986
It is recommended that the Commission approve
the attached resolution authorizing the City
Manager to execute the negotiated agreement
with David Plummer and Associates, Inc., to
provide professional and technical services
necessary to assist the City in preparation
of the Southeast Overtown/Park West DRI,
using funds previously allocated to the
Southeast Overtown/Park West Redevelopment
Project.
The Southeast Overtown/Park West Redevelopment Project entails the
redevelopment of 200 acres of prime real estate adjacent to the Miami
Central Business District for residential and commercial uses. To
facilitate the comprehensive redevelopment of this acreage, meet
State of Florida growth management legislation and agreements
�1 3� relative to the Bayside Project an •Application for Development
;. Approval (ADA) for Ar eawide/ Downtown Development of Regional Impact
k
(DRI) must be filed for Southeast Overtown/Park West.
To this end, the City prepared a draft DRI Application for the
Southeast Overtown/Park West Redevelopment Project, with technical
assistance from David Plummer and Associates, Inc., in 1984. In
December 1984 the draft was reviewed by the South Florida Regional
Planning Council (SFRPC) and a 28 page statement on the Application's
shortcomings was transmitted back to the City. Prior to the City's
response to the SFRPC statement Florida Statutes changed relative to
the DRI process. These changes resulted in a new DRI Application
being developed by the SFRPC. The revised application means that the
City must prepare virtually a new DRI Application for the Southeast
Overtown/Park West Redevelopment Project.
e
CW
Honorable Mayor and
Members of the City Commission
Page 2
On June 9, 1986, a Pre -application Conference was held at the SFRPC
to discuss the Southeast Overtown/Park West DRI in light of the new
State enabling legislation and SFRPC questionnaire. Upon reviewing
the "Agreement To Delete Questions - Downtown/Areawide DRI" it was
noted that the ADA for Southeast Overtown/Park West must respond to
the same questions outlined for the ADA for Downtown and in many
cases the same level of technical detail would be required for both
ADAs. Therefore, it would be expeditious to employ the same
consultants (David Plummer and Associates, Inc.) already under
contract with the City to prepare the ADA for Downtown.
On a separate but related matter Council staff stated that as a
result of April, 1986 rule -making the initial filing fee for ADAs for
Downtown DRIB, such as Southeast Overtown/Park West, has been set at
$40,000. Once the Information Adequacy Statement has been issued and
responses transmitted back to the SFRPC an additional $10,000 must be
tendered for further review. Portions of this $10,000 may be
refunded if not exhausted as a result of the second SFRPC staff
review.
It is requested that the Commission authorize the City Manager to
execute the negotiated agreement with David Plummer and Associates,
Inc., as the prime technical consultant on the Southeast
Overtown/Park West DRI. This firm will be leading a team which
consists of the following:
Prime consultant: David Plummer and Associates, Inc.
Subconsultants: Williams -Russell and Johnson, Inc.
(black owned minority firm)
Bermello, Kurki and Vera, Inc.
(latin owned minority firm)
The attached scope of services which responds to the SFRPC
Application for Development Approval Questionnaire involves a
comprehensive impact analysis and implementation program for
environmental and public facilities needs, such as air quality, water
quality, drainage, solid waste, and transportation improvements.
This project requires technical and engineering services not
available within the staff of the Department of Development. The
consultants will be expected to complete their work by approximately
October 1, 1986. An explanation of the fee for professional services
and the tasks required for the project accompany the agreement.
86- 622
Honorable Mayor and
Members of the City Commission
Page 2
On June 9, 1986, a Pre -application Conference was held at the SFRPC
to discuss the Southeast Overtown/Park West DRI in light of the new
State enabling legislation and SFRPC questionnaire. Upon reviewing
the "Agreement To Delete Questions - Downtown/Areawide DRI" it was
noted that the ADA for Southeast Overtown/Park West must respond to
the same questions outlined for the ADA for Downtown and in many
cases the same level of technical detail would be required for both
ADAs. Therefore, it would be expeditious to employ the same
consults w(t elCitylummer and to prepare the Associates,
Downtown.already under
contract with
On a separate but related matter Council staff stated that as a
result of April, 1986 rule -making the initial filing fee for ADAs for
Downtown DRIB, such as Southeast Overtown/Park West, has been set at
$40,000. Once the Information Adequacy Statement has been issued and
responses transmitted back to the SFRPC an additional $10,000 must be
be
tendered for ofurther review. Portions
of his d /000 C astaff
refunded if not exhausted as a result of thesecond SFRP
review.
It is requested that the Commission authorize the City Manager to
execute the negotiated agreement with David Plummer and Associates,
Inc., as the prime technical consultant on the Southeast
Overtown/Park West DRI. This firm will be leading a team which
consists of the following:
Prime consultant: David Plummer and Associates, Inc.
Subconsultants: Williams -Russell and Johnson, Inc.
(black owned minority firm)
Bermello, Kurki and Vera, Inc.
(latin owned minority firm)
The attached scope of services which responds to the SFRPC
Application for Development Approval Questionnaire involves a
comprehensive impact analysis and implementation program for
environmental and public facilities needs, such as air quality, water
quality, drainage, solid waste, and transportation improvements.
This project requires technical and engineering services The
available within the staff of the Department of Development.
consultants will be expected to complete their work by approximately
October 1, 1986. An explanation of the fee for professional services
and the tasks required for the project accompany the agreement.
86-622
PROFESSIONAL SERVICES AGREEMENT
This Agreement is entered into this day of 0
1986, by and between the CITY OF MIAMI, a municipal corporation
of the State of Florida, hereinafter referred to as "CITY" and
David Plummer & Associates, Inc. hereinafter referred to as
"CONSULTANT".
R E C I T A L S:
WHEREAS, the City Commission passed and adopted Resolution
, on , authorizing the City Manager to execute
the negotiated agreement, in a form acceptable to the City
Attorney, between the City of Miami and David Plummer and
Associates, Inc. to provide necessary professional and technical
services to assist in the preparation of a Development of
Regional Impact Application for Development Approval for the
Southeast Overtown Park/West Redevelopment Project and subsequent
Development Order using funds previously allocated to Southeast
Overtown/Park West.
WHEREAS, the CONSULTANT holds the academic and professional
qualifications required for these services; and
WHEREAS, the
CONSULTANT
is capable and
desirous
of perform-
ing such services
and other
allied tasks as
might be
desired by
the CITY:
NOW, THEREFORE, in consideration of the mutual covenants and
obligations herein contained, and subject to the terms and condi-
tions hereinafter stated, the parties herdto understand and agree
as follows:
I. TERM
The term of this Agreement shall be from
through •
sG--6221
II. SCOPE OF SERVICES
A. CONSULTANT RESPONSIBILITIES
CONSULTANT will be under the general supervision of the Deputy
Director of the Department of Development and direct supervision
of the Project Manager appointed by the Deputy Director.
The Detailed Scope of Services for the CONSULTANT and each of the
subconsultants are shown on Exhibit A-1, A-2, A-3 and A-4. The
questions that are the responsibility of the CONSULTANT are
listed below.
Question 4 - Air Quality
Question 5 - Water Quality/Drainage
(Excluding Questions 5.A.1)
Question 7 - Flood Prone Areas
Question 8 - Vegetation & Wildlife
Question 11 - Transportation
Question 12.A - Wastewater, Water, and Solid Waste
(Excluding Question 12.A for Waste
Water & Water)
Question 12.0 - Energy
Generally, the CONSULTANT will be responsible for preparing
specific elements of the Southeast Overtown/Park West Development
Regional Impact (DRI) Application for Development Approval (ADA)
including data gathering, technical responses, report
preparation, report assembly and attendance at meeting.
1. Technical Responses
The technical services provided by the CONSULTANT are
responses to the questions defined in the South Florida
Application for Development Approval Questionnaire for
Downtown/Areawide DRI's and as modified in the
Agreement to Delete Questions both of which are
instruments of the South Florida Regional Planning
Council (hereinafter referred to as SFRPL) (Appendix
A.
8G- 622
2. Maps and Graphics
The report maps and graphics required in the South
Florida Application for Development Approval
Questionnaire for Downtown/Areawide DRI's to support
these responses will be provided in reproducible form
at 24" x 36" and S 1/ 2" x 11. One copy of each of the
large scale (24" x 36") maps and graphics will be
mounted for display purposes. All graphics provided by
the CONSULTANT will be reproducible in a black and
white format. The maps and graphics that are the
responsibility of the CONSULTANT are listed below.
3.
Map C - Flood Prone Areas
Map E - Soils Map
Map F - Vegetation Areas
Map G - Drainage Map (Proposed)
Map I - Existing and Proposed Public
Facilities (Public Transit,
Solid Waste Disposal, Electric and
Gas).
Map J - Traffic Impact Area
Resolution and Ordinances Guidelines
Included within the CONSULTANTS technical responses
will be guidelines for supporting resolutions and
ordinances required to implement recommendations. The
CITY will then draft these resolutions and ordinances.
4. Supplemental Information
All supplemental information requested in the adequacy
statement dealing with explanations and clarifications
of information and data provided in the original
Technical Response for the South Florida Application
for Development Approval Questionnaire for
Downtown/Areawide DRI's is included in this scope of
services.
SG-62Z,
5. Meetings
CONSULTANT will be responsible for attending meetings,
up to the maximum number of man hours identified in
Exhibits A-1, A-2, A-3 and A-4.
6. The CONSULTANT will provide the CITY the agreed upon
camera ready formats for technical responses, maps and
graphics.
7. The CONSULTANT will assemble and proof read the camera
ready technical responses including all maps and
graphics for all Questions, including those prepared by
the CITY.
S. The CONSULTANT, after assembling both the CONSULTANT'S
and CITY'S response, will return these materials to the
CITY for printing of the Draft Report and then the
Final Report.
9. The CONSULTANT will provide the CITY the location and
time frames for all AM and PM peak hour manual vehicle
turning movement counts and all automatic machine
counts.
10. Project Schedule:
The CONSULTANT will undertake and complete the services
described above on the following schedule.
Technical Phase Delivery
Field Surveys 30 days from Notice to Proceed
ADA Submittal to City 90 days from Notice to Proceed
ADA Submittal to SFRPC 30 days from City approval of ADA
Final ADA 30 days from City approval of
(Final Report) Development Order.
t
8f 22
B. CITY RESPONSIBILITIES
1. The CITY will be responsible for preparing the
following technical responses and supporting graphics
defined in the South Florida Application for
Development Approval Questionnaire for
Downtown/Areawide DRI's and as modified in the
Agreement to Delete Questions both of which are
instruments of the SFRPC (Appendix A Preparation of
technical responses will follow the guidelines
established in the agreement between the CITY, the
Downtown Development Authority and the SFRPC (Appendix
A).
Question 1. Application Information
Question 2. The following Maps and Graphics
A - General Location Map
B - Recent Dated Aerial Photo
D - Generalized Land Use Maps
G - Drainage Map (Existing)
H - Master Development Plan
I - Existing and Proposed Public Facilities
(Sewage, Water Supply, Fire Protection,
Hospital, Police, Emergency Medical, etc.)
Question 3. Project Description
Question 5.A.1 Water Quality/Drainage - Existing Conditions
Question 9. Historical and Archeological Sites
Question 10. Employment and Economic Characteristics
Question 12.A.1 Other Public Facilities-Wastwater & Water
only
Question 12.B Health Care, Police and Fire
Question 12.D Education
Question 12.E Recreation
Question 13. Housing
2. The CITY will provide the CONSULTANT with all AM and PM
peak hour manual vehicle turning movement counts and
all automatic machine counts within the traffic impact
area defined by the SFRPC.
86-•622
ram-
3. The CITY will be responsible for delivery to the
CONSULTANTS, in camera ready form, the technical '
responses and supporting maps and graphics, identified
above.
4. The CITY will provide the binders and dividers as
required by the SFRPC.
5. The CITY will be responsible for assembling the
appropriate number of copies of the Draft Report and
Final Report and delivery of these reports to the SFRPC
and all other governmental agencies.
6. The Scope of Services and corresponding lump sum fees
are based on the delivery to the CONSULTANT, by the
CITY, of the items listed on Exhibit C. These items
shall be delivered within 30 days of the Notice to
Proceed.
III. COMPENSATION AND FEE SCHEDULE
A. The CITY shall pay the CONSULTANT, as maximum compensa-
tion for the services described herein, a fee of . The
proportioning of that fee between the CONSULTANT and
subconsultants is shown on Exhibit B.
B.
follows:
Such compensation shall be paid on a lump sum basis as
Contract Execution..............................10%
Completion of Field Surveys and Analyses ......... 20%
ADASubmittal to the City........................40%
ADA Submittal to SFRPC (Draft Report) ...•.••••••.20%
Development Order.................................5%
Final ADA (Final Report) ....................... 5%
001 %
86-M622',
C. CITY shall have the right to review and audit the time
records and related records and related records of
CONSULTANT pertaining to any payment by the CITY.
IV. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS
Both parties shall comply with all applicable laws, ordi-
nances and codes of federal, state and local governments.
V. GENERAL CONDITIONS
A. All notices or other communications which shall or may
be given pursuant to this Agreement shall be in writing and
shall be delivered by personal service, or by registered
mail addressed 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 given on the day on which
personally served; or, if by mail, on the fifth day after
being posted or the date of actual receipt, whichever is
earlier.
CITY OF MIAMI CONSULTANT
P.O. Box 330708 4225 Salzedo Street
Miami, Florida Coral Gables, Florida
33233-0708 331461
B. Title and paragraph headings are for convenient refere
nce and are not a part of this Agreement.
C. 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.
D. No waiver or breach of any provision of this Agreement
shall constitute a waiver of any subsequent breach of
the same or any provision hereof, and no waiver shall
be effective unless made in writing.
E. 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,
86-f 22•
M1
T Jt
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
T-
force and effect.
VI. OWNERSHIP OF DOCUMENTS
f'
All documents developed by the CONSULTANT under this Agreement,
shall be delivered to the CITY by said CONSULTANT upon com-
-'
pletion of the services required pursuant to paragraph II hereof
and shall become the property of the CITY, without restriction or
limitation on their use. The CONSULTANT agrees that all docu-
ments maintained and generated pursuant to this contractual rela-
;r
tionship between the CITY and CONSULTANT shall be subject to all
a
provisions of the Public Records Law, Chapter 119, Florida
Statutes.
w
It is further understood by and between the parties that any
x,
documents or objects which are given by the CITY to the CONSULT-
,-.
1� roj
ANT pursuant to this Agreement shall at all times remain the
property of the CITY and shall not be used by the CONSULTANT for
any other purposes whatsoever without the written consent of the
-
CITY.
yII. NON-DELEGABILITY
The obligations undertaken by the CONSULTANT pursuant to this
Agreement shall not be delegated or assigned to any other person
}
or firm unless the CITY shall first consent in writing to the
performance or assignment of such services or any part thereof by
-_
another person or firm.
e
Notwithstanding the above, CITY understands that CONSULTANT will
employ the services of three subconsultants, namely Bermello,
Kurki and Vera, Inc., William-Rus%ell and Johnson, Inc., and
- —
Environmental Engineering Consultants, Inc. Furthermore,
CONSULTANT shall be solely responsible for its subconsultants.
SC- 622.
AMN
VIII. AUDIT RIGHTS
City reserves the right to audit the records of CONSULTANT at
anyu time during the performance of this Agreement and for a
period of one year after final payment is made under this
Agreement.
IX, AWARD OF AGREEMENT
The CONSULTANT warrants that it has not not employed or retained
any person employed by the CITY to solicit or secure this Agree-
ment and that it has not of fered to pay, paid, or agreed to pay
any person employed by the CITY any fee, commission percentage,
brokerage fee, or gift of any kind contingent upon or resulting
from the award of this Agreement.
X. CONSTRUCTION OF AGREEMENT
This Agreement shall be construed and enforced according to the
laws of the State of Florida.
XI. SUCCESSORS AND ASSIGNS
This Agreement shall be binding upon the parties herein, their
heirs, executors, legal representatives, successors, and assigns.
XII. INDEMNIFICATION
The CONSULTANT shall indemnify and save the CITY harmless from
and against any and all claims, liabilities, losses, and causes
of action, which may arise out of the CONSULTANT's activities
under this Agreement, including all other acts or omissions to
act of the CONSULTANT, 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, attorney's
fees, expenses and liabilities incurred in the defense of any
such claims, or the investigation thereof.
XIII. CONFLICT OF INTEREST
A. CONSULTANT 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, with City.
19C-97-?1
CONSULTANT further covenants that, in the performance
of this Agreement, no person having such conflicting
interest shall be employed. Any such interests on the
part of CONSULTANT or its employees, must be disclosed
in writing to CITY.
B. The CONSULTANT 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 it will fully comply in all respects with the
terms of said laws.
XIV. INDEPENDENT CONTRACTOR
The CONSULTANT and its employees and agents shall be deemed to be
independent contractors, and not agents or employees of the CITY,
and shall not attain any rights or benefits under the Civil
Service or Pension Ordinances of the CITY, or any rights gener-
ally afforded classified or unclassified employees; furthermore,
its agents or employees shall not be deemed entitled to the Flor-
ida Workers' Compensation benefits as an employee of the CITY.
XV. TERMINATION OF AGREEMENT
The CITY retains the right to terminate this Agreement at any
time prior to the completion of the services required pursuant
to paragraph II hereof without penalty to the CITY. In that
event, notice of termination of this Agreement shall be in writ-
ing to the CONSULTANT, who shall be paid for those services
performed prior to the date of its receipt of the notice of ter-
mination. in no case, however, will the CITY pay the CONSULTANT
an amount in excess of the total sum provided by this Agreement.
It is hereby understood by and between the CITY and the
CONSULTANT that any payment made in accordance with this Section
to the CONSULTANT shall be made only if said CONSULTANT is not in
default under the terms of this Agreement. If the CONSULTANT is
in default, then tl}e CITY shall in no way be obligated and shall '
not pay to the CONSULTANT any sum whatsoever.
SC-622
XVI. NONDISCRIMINATION
The CONSULTANT agrees that it shall not discriminate as to race,
sex, color, creed, age, national origin, or handicap, be excluded
from the participation in, be denied benefits of, or be subjected
to discrimination under any program or activity receiving federal
financial assistance.
XVII. MINORITY PROCUREMENT COMPLIANCE
The CONSULTANT acknowledges that it has been furnished a copy of
Ordinance No. 10062, the Minority and Women Business Affairs and
Procurement Ordinance of the City of Miami, and agrees to comply
with all applicable substantive and procedural provisions
therein, including any amendments thereto.
XVIII. 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.
XIX. DEFAULT PROVISION
In the event that the CONSULTANT shall fail to comply with each
and every term and condition of this Agreement or fails to
perform any of the terms and conditions contained herein, then
the CITY, at its sole option and upon written notice to the CON-
SULTANT, may cancel and terminate this Agreement, and all pay-
ments, advances, or other compensation paid to the CONSULTANT by
the CITY while the CONSULTANT was in default of the provisions
herein contained, shall be forthwith returned to the CITY.
XX. ENTIRE AGREEMENT:
This instrument and its exhibits and appendices' constitute the
sole and only Agreement of the parties hereto and correctly sets
forth the rights, duties, and obligations of each to the other as
of its date. Any prior agreements, promises, negotiations, or
representations not expressly set forth in this Agreement are of
no force or effect,
86- 622
0
XXI. AMENDMENTS
No amendments to this Agreement shall be binding on either
party unless in writing and signed by both parties.
IN WITNESS WHEREOF, the parties hereto have caused this
instrument to be executed by the respective officials thereunto
duly authorized, this day and year first above written.
ATTEST:
CITY OF MIAMI, a Municipal
Corporation of the
State of Florida
By
MATTY HIRAI CESAR H. ODIO
City Clerk City Manager
ATTEST: CONSULTANT: DAVID PLUMMER & ASSOCIATES,
INCORPORATED
By
(TITLE)
Corporate Secretary (SEAL)
WITNESSES:
As to CONSULTANT
is not a
(NOTE: If Corporation, two witnesses
must sign.)
APPROVED AS TO'INSURANCE APPROVED AS TO
REQUIREMENTS: FORM AND CORRECTNESS:
VISION -OF RISK MANAGEMENT LUCIA A. DOUGH
City Attorney
"'F'72:.