Loading...
HomeMy WebLinkAboutR-83-1035EESOLUTION NO. IJ 3-1033 j A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT, IN SUBSTANTIALLY THE FORM ATTACHED HERETO, WHICH HAS BEE14 NEGOTIATED WITH BOSWORTH AERIAL SERVICES INC., FOR AERIAL PHOTOGRAPHY OF THE CITY OF MIAMI AND ITS RIGHTS OF WAY; USING PREVIOUSLY ALLOCATED FUNDS IN THE AMOUNT OF $49,850 FROM THE LOCAL OPTION GAS TAX TRANSPORTATION ENTERPRISE FUND TO COVER THE COST OF SAID WORK. WHEREAS, there is an urgent need for aeria photographs of The City of Miami and its rights of way; and WHEREAS, the City has failed in its attempts with two previous aerial surveyors to acquire these photographs; WHEREAS, a Professional Services Agreement has been negotiated with Bosworth Aerial Surveys, Inc. to provide these needed photographs; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The City Manager is hereby authorized to execute an agreement, in substantially the form attached hereto, which has been negotiated with Bosworth Aerial Surveys, Inc. for aerial photography of The City of Miami; using previously allocated funds in the amount of $49,850 from Local Option Gas Tax Transportation Enterprise Fund to cover the cost of said work. Section 2. The City Manager is hereby authorized to instruct the Purchasing Agent to issue a Purchase Order for this service. CITY C0hI1"JIS'0I0N MMETH\ "'F NOV 16 19813' RES01�1 -" ,.j.� 19 kENPt;KS. PASSED AND ADOPTED this lhth day of November , PREPARED AND APPROVED BY: DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: E R. GARCIA-PEDROS TY ATTORNEY -2- MiMricc A. Ferro- MAURICE A. FERRE MAYOR 83-1035 E CITY OF MIAM1. FLORIDA or INTER -OFFICE MEMORANDUM TD Howard V. Gary City Manager FROM Donald W. Cather Director of Public Works DATE SUBJECT October 22, 1983 WILE REFERENCES ENCLOSURES Aerial Photography of Rights -of -Way (For Commission Meeting of November 10, 1983) It is recommended that the attached Resolution be approved authorizing the City Manager to execute a Professional Services Agreement, in substantially the form attached hereto, which has been negotiated with Bosworth Aerial Surveys, Inc. to provide aerial photographs of the City of Miami and its Rights -of -Way, and authorizing the City Manager to instruct the purchasing agent to issue a purchase order for this service. We are requesting approval of the attached resolution, which will authorize the City Manager to execute the enclosed Professional Services Agreement and to instruct the purchasing agent to issue a purchase order for this service. The service to be provided under this Professional Services agreement is aerial photography of The City of Miami. Approximately 492 17 1/21lx32" aerial photographs at a scale of 1"=100' will be provided for a fee of $49,850. Since 1981, the City has hired two different aerial survey firms to perform this service. Both of those firms defaulted and were unable to provide the needed photographs. Our present aerial photographs were taken in 1974, and urgently need updating. Funds for this service will be available from the Local Option Gas Tax Transportation Enterprise Fund in the C.I.P. Appropriations Ordinance, which is the subject of a separate memorandum. These photographs will be utilized primarily in the planning and design of street, storm drainage, and street lighting projects to maintain and upgrade the transportation system of The City of Miami. These photographs will also be available for sale to the general public and for other departments, such as Police, Fire, Planning, Community Development, Economic Development etc. JHO:gc Resolution attached 83-1035 6 CORPOR-ATE RESOLUTION t"Iii:FE:.S BOSWORTH AERIAL SURVEYS INC , LAKE WORTH FLORIDA desires to enter into an agreement with the City of Miami; and WHEREAS, the Board of Directors at a duly held corporate meeting has considered the matter in accordance with the By -Laws of the corporation; 14Ot•7, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that the president and secretary are hereby authorized and instructed to enter into a contract in the name and on behalf of this corporation with the City of Miami upon the terms contained in the proposed contract to which this resolution is attached. DATED this 20 th day of OCTOBER 1933 1 RSO: OF IE ii0 OR SECRETARY (TO BE USED ONLY IF BIDDER IS A CORPORATION) i 83-1035 j, f PROFESSIONAL SERVICES AGREEMENT This Agreement entered into as of the day of 1983, by and between the CITY OF MIAMI, a municipal corporation of Dade County, Florida, hereinafter referred to as "CITY" and BOSWORTH AERIAL SURVEYS, INC., hereinafter referred to as "PROVIDER". W I T N E S S E T H: WHEREAS, THE CITY OF MIAMI, requires professional services in the nature of aerial photography of the City of Miami; and WHEREAS, the PROVIDER has expressed a desire to perform the required services for the CITY: 1. TERM: This Agreement shall commence on December 1, 1983, for the purpose of providing services stipulated in Paragraph 2 of this Agreement and shall terminate on the 30th day of June, 1984. 2. BASIC SERVICES: The PROVIDER shall provide the following professional services: One set of scaled mylar film positives, screened for reproduction on a diazo whiteprint machine, covering the City of Miami -approximately 59 square miles -at a scale of 1"=100'. Each sheet shall be 17j'x 32" covering 1/8th of a section. Approximately 492 sheets are to be provided. The vertical aerial photography shall be accomplished with a First Order camera with a 12" focal length. 3. COMPENSATION: a) The CITY shall pay the PROVIDER as compensation for the services required pursuant to Paragraph 2 hereof,.as follows: $49,850.00 upon completion and acceptance by the CITY. b) Such fee shall be paid upon submission by the PROVIDER a single billing; such billing shall be paid within 30 days of submission. The CITY shall have the right to review and audit the time records and related records of the PROVIDER pertaining to any such billing. 83-1035 *% t c) The PROVIDER and the CITY hereby agree that the maximum amount payable under this contract shall not exceed $49,850.00. 4. TERMINATION OF CONTRACT: 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, notice of termination of this Agreement shall be in writing to the PROVIDER who shall be paid for all WORK performed prior to the date of this receipt of the notice of termination. In no case, however, will the CITY pay the PROVIDER an amount in excess of the total sum provided by this Agreement. It is hereby understood by and between the CITY and the PROVIDER that any payment made in accordance with this Section to the PROVIDER shall be made only if said PROVIDER is not in default under the terms of this Agreement. If the PROVIDER is in default under the terms of this Agreement, then the CITY shall in no way be obligated and shall not pay to the PROVIDER any sum whatsoever. 5. GENERAL CONDITION: 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 or by telegraph 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. b) Titles and paragraph headings are for convenient reference and are not a part of this Agreement. c) In the event of conflict between the terms of this Agree- ment and any terms or conditions contained in 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 other provision hereof, and no waiver shall be effective unless in writing. -2- 83-1035 6. AWARD OF AGREEMENT: The PROVIDER warrants that they have not employed or retain- ed any company or persons to solicit or secure this Agreement and that they have not offered to pay, paid or agreed to pay any person or company any fee, commission, percentage, brokerage fee or gifts of any kind contingent upon or resulting from the award of making this Agreement. The PROVIDER is aware of the conflict of interest laws of the City of Miami (Miami City Code Chapter 2, Article V), Dade County, Florida (Dade County Code, Section 2-11.1) and the Florida Statutes, and agrees that they will fully comply in all respect with the terms of said laws. 7. NON-DELEGABILITY: It is understood and agreed that the obligations undertaken by the PROVIDER pursuant to this Agreement shall not be delegated to any other person or firm unless the CITY shall first consent in writ- ing to the performance of such services or any part thereof by another person or firm. 8. CONSTRUCTION OF AGREEMENT: The parties hereto agree that this Agreement shall be construed and enforced according to the laws, statutes and case laws of the State of Florida. 9. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties herein, their heirs, executors, legal representatives, successors and assigns. 10. AUDIT RIGHTS: The CITY reserves the right to audit the records of the PROVIDER at any time during the performance of this Agreement and for a period of one year after final payment is made under this Agreement. 11. INDEMNIFICATION: The PROVIDER shall indemnify and save the CITY harmless from and against any and all claims, liabilities, losses and causes of action including reasonable attorney's fees, which may arise out of -3- R 83-1035 PROVIDER'S activities under this contract, including all other acts or omissions to act on the part of the PROVIDER or any of them, in- cluding any person acting for or on his or their behalf. 12. CONFLICT OF INTEREST: The PROVIDER 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, in this Agreement. The PROVIDER further covenants that, in the performance of this Agreement, no person having such conflict- ing interest shall be employed. Any such interests on the part of the PROVIDER or its employees, must be disclosed in writing to the CITY. The PROVIDER, in the performance of this Agreement, shall be subject to the more restrictive law and/or guidelines regarding conflict of interest promulgated by federal, state or local government. 13. INDEPENDENT CONTRACTOR: That the PROVIDER and its 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 rights generally afforded classified or unclassified employees; further he/she shall not be deemed entitled to Florida Worker's Compensation benefits as an employee of the CITY. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed by the respective officials thereunto duly authorized, this the day and year first above written. Witnesses: PROVIDER: BOSWORTH AERIAL SURVEYS, INC. Attest: RALPH ONGIE, CITY CLERK Approved as to form and correctness: JOSE R. GARCIA-PEDROSA CITY ATTORNEY CITY OF MIAMI, a municipal corporation of the State of Florida BY: HOWARD V. GARY, CITY MANAGER -4- 83 --1035