HomeMy WebLinkAboutexhibitCITY OF MIAMI
DEPARTMENT OF CAPITAL IMPROVEMENTS
PROFESSIONAL SERVICES AGREEMENT
Service Category Transportation and Transit Professional Services
Contract Type Continuing Services for Miscellaneous Projects
Project (if applicable)
CONSULTANT <consultant -name>
TABLE OF CONTENTS
ARTICLE 1 DEFINITIONS 4
ARTICLE 2 GENERAL CONDITIONS 6
2.01 TERM: 5
2.02 OPTION TO EXTEND: 5
2.03 SCOPE OF SERVICES 5
2.04 COMPENSATION 5
ARTICLE 3 PERFORMANCE 5
5
3.02 REMOVAL OF UNSATISFACTORY PERSONNEL 5
3.03 CONSULTANT KEY STAFF 5
3.04 TIME FOR PERFORMANCE 6
ARTICLE 4 SUBCONSULTANTS 6
4.01 GENERAL 6
4.02 SUB -CONSULTANT RELATIONSHIPS 6
4.03 CHANGES TO SUBCONSULTANTS 6
ARTICLE 5 DEFAULT 6
5.01 GENERAL 6
5.02 CONDITIONS OF DEFAULT 6
5.03 TIME TO CURE DEFAULT; FORCE MAJEURE 7
ARTICLE 6 TERMINATION OF AGREEMENT 7
6.01 CITY'S RIGHT TO TERMINATE 7
6.02 CONSULTANTS RIGHT TO TERMINATE 7
6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT 7
ARTICLE 7 DOCUMENTS AND RECORDS 7
7.01 OWNERSHIP OF DOCUMENTS' 7
7.02 DELIVERY UPON REQUEST OR CANCELLATION 7
7.03 RE -USE BY CITY 7
7.04 NONDISCLOSURE 8
7.05 MAINTENANCE OF RECORDS 8
ARTICLE 8 INDEMNIFICATION 8
ARTICLE 9 INSURANCE 8
9.01 COMPANIES PROVIDING COVERAGE 8
9.02 VERIFICATION OF INSURANCE COVERAGE 8
9.03 FORMS OF COVERAGE 9
9.04 MODIFICATIONS TO COVERAGE 9
ARTICLE 10 MISCELLANEOUS 9
10.01 AUDIT RIGHTS 9
10.02 ENTIRE AGREEMENT 9
10.03 SUCCESSORS AND ASSIGNS 9
10.04 TRUTH -IN -NEGOTIATION CERTIFICATE 9
10.05 APPLICABLE LAW AND VENUE OF LITIGATION 10
10.06 NOTICES 10
10.07 INTERPRETATION 10
10.08 JOINT PREPARATION 10
10.09 PRIORITY OF PROVISIONS 10
10.10 MEDIATION - WAIVER OF JURY TRIAL 10
3.01 PERFORMANCE AND DELEGATION
CIP Contract No. K -04-00648 Page 1
TABLE OF CONTENTS (CONTINUED)
10.11 TIME 11
10.12 COMPLIANCE WITH LAWS 11
10.13 NO PARTNERSHIP 11
10.14 DISCRETION OF DIRECTOR 11
10.15 RESOLUTION OF CONTRACT DISPUTES: 11
10.16 INDEPENDENT CONTRACTOR: 11
ATTACHMENT A
ATTACHMENT B - COMPENSATION AND PAYMENTS 1
ARTICLE B1 MANNER OF COMPENSATION 1
B1.01 COMPENSATION LIMITS 1
B1.02 CONSULTANT NOT TO EXCEED 1
ARTICLE B2 WAGE RATES 1
B2.01 FEE BASIS 1
62,02 EMPLOYEES AND JOB CLASSIFICATIONS 1
62.03 MULTIPLIER 1
B2.04 CALCULATION 1
B2.05 EMPLOYEE BENEFITS AND OVERHEAD 1
B2,06 ESCALATION 1
ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION 2
B3.01 LUMP SUM: 2
B3.02 HOURLY RATE FEES 2
B3.03 PERCENTAGE OF CONSTRUCTION COST• 2
B3.04 REIMBURSABLE EXPENSES 3
B3,05 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES• 3
B3.06 FEES for ADDITIONAL SERVICES 3
B3.07 PAYMENT EXCLUSIONS 3
B3.08 FEES RESULTING FROM PROJECT SUSPENSION 3
ARTICLE B4 PAYMENTS TO THE CONSULTANT 3
B4.01 PAYMENTS GENERALLY 3
B4.02 FOR COMPREHENSIVE BASIC SERVICES 4
B4.03 PAYMENT FOR ADDITIONAL SERVICES & REIMBURSABLE EXPENSES 4
84.04 DEDUCTIONS 4
ARTICLE B5 REIMBURSABLE EXPENSES: 4
65.01 GENERAL 4
135.02 REIMBURSEMENTS TO SUB -CONSULTANTS 5
ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 5
B6.01 GENERAL 5
SCHEDULE B1 - WAGE RATES SUMMARY 6
CITY Contract No. K-04-00648 Page 2
CITY OF MIAMI
DEPARTMENT OF CAPITAL IMPROVEMENTS
PROFESSIONAL SERVICES AGREEMENT
Service category Transportation and Transit Professional Services
Contract Type Continuing Services for Miscellaneous Projects
Project (if applicable)
CONSULTANT <consultant name>
Consultant Office Location <consultant address>
City Authorization Resolution Number drop down list
THIS AGREEMENT made this ` day of in the year 2004 by and
between THE CITY OF MIAMI, FLORIDA, hereinafter called the "CITY," and <consultant name>,
hereinafter called the "CONSULTANT."
RECITAL
A. The City issued a Request for Qualifications ("RFQ") No. 03-04-087 on 03/11/04
for the provision of Transportation and Transit Professional Services services
on a continuing basis for miscellaneous projects ("Services") and CONSULTANT's proposal
("Proposal"), in response thereto, was selected as one of the most qualified for the provision of
said Services. The RFQ and the Proposal are sometimes referred to herein, collectively, as the
Solicitation Documents, and are by this reference expressly incorporated into and made a part
of this Agreement as if set forth in full.
B. WHEREAS, the City, through action of the City Manager and/or the City
Commission, as applicable, has selected the CONSULTANT in accordance with Section
287.055, Florida Statutes, (Consultants' Competitive Negotiation Act), and the applicable
provisions of the City Procurement Ordinance, to provide the professional services as described
herein.
WITNESSETH, that the CITY and the CONSULTANT, for the considerations herein set
forth, agree as follows:
CITY Contract No. K-04-00648 Page 3
4
ARTICLE 1 DEFINITIONS
1.01 ADDITIONAL SERVICES: Any Work
defined as such in a Work Order, secured in
compliance with Florida Statutes and City Code.
1.02 ATTACHMENTS: The Attachments to this
Agreement are expressly incorporated by reference
and made a part of this Agreement as if set forth in
full.
1.03 BASE FEE The amount of compensation
mutually agreed upon for the completion of Basic
Services.
1.04 BASIC SERVICES: Those services
designated as such in a Work Order.
1.05 CITY COMMISSION: The legislative body of
the City of Miami.
1.06 CITY MANAGER: The duly appointed chief
administrative officer of the City of Miami.
1.07 CITY OR OWNER: The City of Miami,
Florida, a Florida municipal corporation, the public
agency which is a party hereto and for which this
contract is to be performed. In all respects
hereunder, City's performance is pursuant to City's
position as the OWNER of the project. In the event
the City exercises its regulatory authority as a
governmental body, the exercise of such regulatory
authority and the enforcement of any rules,
regulations, codes, laws and ordinances shall be
deemed to have occurred pursuant to City's authority
as a governmental body and shall not be attributable
in any manner to City as a party to this contract. The
City of Miami may be referred to herein as "OWNER"
or "CITY". For the purposes of this Agreement,
"CITY" without modification shall mean the CITY
MANAGER.
1.08 CONSULTANT: The individual, partnership,
corporation, association, joint venture, or any
combination thereof, of properly registered
professional architects, landscape architects and/or
engineers, which has entered into the Agreement to
provide professional services to the CITY.
1.09 CONTRACTOR: An individual, partnership,
corporation, association, joint venture, or any
combination thereof, which has entered into a
contract with the CITY for construction of City
facilities and incidentals thereto.
1.10 DIRECTOR: The Director of the City
Department designated herein who has the authority
and responsibility for managing the specific project or
projects covered under this Agreement. Unless
otherwise specified herein or in a Work Order, for the
purpose of this Agreement, the Director is the top
PROFESSIONAL SERVICES AGREEMENt
administrator of the Department of Capital
Improvements and Transportation or designee.
1.11 INSPECTOR: An employee of the City or of a
consulting firm hired by the City and assigned by the
CITY to make observations of Work performed by a
Contractor.
1.12 NOTICE TO PROCEED: Same as
"Authorization to Proceed." A duly authorized written
letter or directive issued by the Director or Project
Manager acknowledging that all conditions precedent
have been met and/or directing that CONSULTANT
may begin work on a Project or a specific task of a
Project as outlined in the SCOPE of WORK of a
WORK ORDER.
1.13 PROJECT MANAGER: An employee or
representative of the CITY assigned by the Director to
manage and monitor the Work to be performed under
this Agreement and the construction of a project as a
direct representative of the CITY.
1.14 PROJECT: The construction, alteration and/or
repair, and all services and incidentals thereto, of a
City facility as contemplated and budgeted by the
CITY. The PROJECT or PROJECTS shall be further
defined in the SCOPE OF SERVICES and/or Work
Order issued pursuant to this Agreement.
1.15 PROFESSIONAL SERVICES: Those
services within the scope of the practice of
architecture, professional engineering, landscape
architecture, or registered surveying and mapping, as
applicable, as defined by the laws of the State of
Florida, or those performed by any architect,
professional engineer, landscape architect, or
registered surveyor or mapper in connection with his
or her professional employment or practice. These
services may be abbreviated herein as "architectural/
engineering services" or "professional services", as
applicable, which are within this definition.
1.16 RISK ADMINISTRATOR: The City's Risk
Management Administrator, or designee, or the
individual named by the City Manager to administer
matters relating to insurance and risk of loss for the
City.
1.17 SCOPE OF WORK: A comprehensive
description of the activities, tasks, design features,
objectives, deliverables and milestones required for
the completion of Project or an assignment with
sufficient detail to allow a reasonably accurate
estimation of resources necessary for its completion.
1.18 SUBCONSULTANT: A person or
organization of properly registered professional
architects, landscape architects, engineers,
registered surveyor or mapper, and/or other
professional specialty that has entered into a written
CITY Contract No, K-04-00848 Page 4
PROFESSIONAL SERIVCES AGREEMENT
agreement with the CONSULTANT to furnish
specified professional services for a Project or task.
1.19 WAGE RATES: The effective direct expense
to CONSULTANT and/or SUB -CONSULTANT, on an
hourly rate basis, for employees in the specified
professions and job categories assigned to provide
services under this Agreement that justify and form
the basis for professional fees regardless of actual
manner of compensation.
1.20 WORK ORDER: A written document issued
by the CITY to the CONSULTANT authorizing the
performance of specific professional services for a
defined Project or Projects providing sufficient detail
of the Scope of Work, including the identified tasks,
deliverables, time for completion, and the amount of
compensation authorized for such services. The
Work Order form provided herein may be amended
by the CITY during the term of this Agreement.
1.21 WORK: also known as the Scope of Work, the
task(s) identified in a Work Order
ARTICLE 2 GENERAL CONDITIONS
2.01 TERM:
The term of this Agreement shall be for two (2)
year(s) commencing on the effective date hereof.
This specified term is intended for administrative and
budget control purposes and is not to be considered
or interpreted as a time limitation.
2.02 OPTION TO EXTEND:
The CITY, by action of the CITY MANAGER, shall
have the option to extend the term for 2 additional
period(s) of one (1) year(s) each, subject to continued
satisfactory performance as determined by the
Director, and to the availability and appropriation of
funds. City Commission authorization of this
Agreement includes delegation of authority to the
CITY MANAGER to administratively approve said
extensions provided that the compensation limits set
forth in 2,04 are not exceeded.
2.03 SCOPE OF SERVICES
CONSULTANT agrees to provide the Services as
specifically described and under the special terms
and conditions set forth in Attachment "A" hereto,
which by this reference is incorporated into and made
a part of this Agreement.
2.04 COMPENSATION
2.04-1 Compensation Limits
The amount of compensation payable by the CITY to
CONSULTANT shall generally be a lump sum or not
to exceed fee, based on the rates and schedules
establised in Attachment B hereto, which by this
reference is incorporated into this Agreement;
provided, however, that in no event shall the amount
of compensation exceed Two Million Dollars
($2,000,000.00) in total over the term of the
Agreement and any extension(s), unless explicitly
approved by action of the CITY COMMISSION and
put into effect by written amendment to this
Agreement.
2.04-2 Payments
Unless otherwise specifically provided in Attachment
B, payment shall be made within forty five (45) days
after receipt of CONSULTANT'S invoice, which shall
be accompanied by ., sufficient supporting
documentation and contain sufficient detail, to allow a
proper audit of expenditures, should City require one
to be performed. If CONSULTANT is entitled to
reimbursement of travel expenses, then all bills for
travel expenses shall be submitted in accordance
with Section 112.061, Florida Statutes.
ARTICLE 3 PERFORMANCE
3.01 PERFORMANCE AND DELEGATION
The services to be performed hereunder shall be
performed by the CONSULTANT's own staff, unless
otherwise provided in this Agreement, or approved by
the CITY. Said approval shall not be construed as
constituting an agreement between the CITY and said
other person or firm.
3.02 REMOVAL OF UNSATISFACTORY
PERSONNEL
DIRECTOR may make written request to
CONSULTANT for the prompt removal and
replacement of any personnel employed or retained
by the CONSULTANT, or any Sub-CONSULTANTs or
subcontractors, or any personnel of any such Sub-
CONSULTANTs or subcontractors engaged by the
CONSULTANT to provide and perform services or
Work pursuant to the requirements of this
Agreement. The CONSULTANT shall respond to
CITY within fourteen (14) calendar days of receipt of
such request with either the removal and replacement
of such personnel or written justification as to why
that may not occur. All decisions involving personnel
will be made by CONSULTANT.
3.03 CONSULTANT KEY STAFF
The parties acknowledge that CONSULTANT was
selected by CITY, in part, on the basis of
qualifications of particular staff identified in
CONSULTANT's response to CITY's solicitation,
hereinafter referred to as "Key Staff'. CONSULTANT
shall ensure that Key Staff are available for Work
hereunder as long as said Key Staff is In
CONSULTANT's employ. CONSULTANT will obtain
prior written approval of Director or designee to
change Key Staff. CONSULTANT shall provide
Director, or designee with such information as
necessary to determine the suitability of proposed
new Key Staff. Director will act reasonably in
evaluating Key Staff qualifications.
CITY Contract No, K-04-00648 Page 5
PROFESSIONAL SERIVCES AGREEMENT
3.04 TIME FOR PERFORMANCE
The CONSULTANT agrees to start all Work
hereunder upon receipt of an Notice to Proceed
issued by the DIRECTOR and to complete each
assignment, task or phase within the time stipulated
in the Notice to Proceed. Time is of the essence with
respect to performance of this Agreement.
A reasonable extension of the time for completion of
various assignments, tasks or phases will be granted
by the CITY should there be a delay on the part of the
CITY in fulfilling its obligations under this Agreement
as stated herein. Such extension of time shall not be
cause for any claim by the CONSULTANT for extra
compensation.
ARTICLE 4 SUBCONSULTANTS
4.01 GENERAL
4.01-1 A SUB -CONSULTANT is a person or
organization of properly registered professional
architects, landscape architects, engineers,
registered surveyors or mapper, and/or other
qualified professional who has entered into a
written agreement with the CONSULTANT to
furnish professional services under this
Agreement, that was identified as part of the
consulting team in the competitive selection
process by which CONSULTANT was chosen to
perform the services under this Agreement, and
as such, is identified and listed in Schedule Al
attached hereto and incorporated by reference.
4,01-2 A Specialty SUB -CONSULTANT is a
person or organization that has, with the consent
of the DIRECTOR, entered into a written
agreement with the CONSULTANT to furnish
unique and/or specialized professional services
necessary for a project or task described under
Additional Services. Such Specialty Sub -
Consultant shall be in addition to those identified
in Schedule Al .
4.02 SUB -CONSULTANT RELATIONSHIPS
4.02-1 All services provided by the
SUBCONSULTANTS shall be performed
pursuant to appropriate written agreements
between the CONSULTANT and the SUB-
CONSULTANTs, which shall contain provisions
that preserve and protect the rights of the CITY
under this Agreement.
4.02-2 Nothing contained in this Agreement
shall create any contractual or business
relationship between the CITY and the
SUBCONSULTANTS. The CONSULTANT
acknowledges that SUBCONSULTANTS are
entirely under his direction, control, supervision,
retention and/or discharge.
4.03 CHANGES TO SUBCONSULTANTS
The CONSULTANT shall not change any SUB -
CONSULTANT listed in Schedule Al without prior
written approval by the Director, in response to a
written request from the CONSULTANT stating the
reasons for any proposed substitution. Such
approval shall not be unreasonably withheld,
conditioned, or delayed by the Director.
ARTICLE 5 DEFAULT
5.01 GENERAL
If CONSULTANT fails to comply with any term or
condition of this Agreement, or fails to perform any of
its obligations hereunder, then CONSULTANT shall
be in default. Upon the occurrence of a default
hereunder the CITY, in addition to all remedies
available to it by law, may immediately, upon written
notice to CONSULTANT, terminate this Agreement
whereupon all payments, advances, or other
compensation paid by the CITY to CONSULTANT
while CONSULTANT was in default shall be
immediately returned to the City. CONSULTANT
understands and agrees that termination of this
Agreement under this section shall not release
CONSULTANT from any obligation accruing prior to
the effective date of termination.
In the event of termination due to default, in addition
to the foregoing, CONSULTANT shall be liable to the
City for all expenses incurred by the CITY in
preparing and negotiating this Agreement, as well as
all costs and expenses incurred by the CITY in the re -
procurement of the Services, including consequential
and incidental damages. In the event of Default,
CITY may also suspend or withhold reimbursements
from CONSULTANT until such time as the actions
giving rise to default have been cured.
5.02 CONDITIONS OF DEFAULT
A finding of Default and subsequent termination for
cause may include, without limitation, any of the
following:
5.02-1 CONSULTANT fails to obtain the
insurance or bonding herein required.
5.02-2 CONSULTANT fails to comply, in a
substantial or material sense, with any of its
duties under this Agreement, with any terms or
conditions set forth in this Agreement or in any
agreement it has with the CITY, beyond the
specified period allowed to cure such default.
5.02-3 CONSULTANT fails to commence
the WORK within the time provided or
contemplated herein, or fails to complete the
WORK in a timely manner as required by this
Agreement and/or stated in a WORK ORDER
issued pursuant to this Agreement.
CITY Contract No. K-04-00648 Page 6
PROFESSIONAL SERIVCES AGREEMENT
5.03 TIME TO CURE DEFAULT; FORCE
MAJEURE
CITY shall provide written notice to CONSULTANT as
to a finding of default, and CONSULTANT shall take
all necessary action 10 cure said default within thirty
(30) days of receipt of said notice, after which time
the CITY shall terminate the Agreement. The CITY
MANAGER may, in his sole discretion, grant one
extension of not more than thirty (30) additional days
in total to perform any required cure if CONSULTANT
provides written justification deemed reasonably
sufficient by CITY MANAGER.
Should any such failure on the part of CONSULTANT
be due to a condition of Force Majeure as that term is
interpreted under Florida law, then CITY may allow an
extension of time reasonably commensurate with the
cause of such failure to perform or cure.
ARTICLE 6 TERMINATION OF
AGREEMENT
6.01 CITY'S RIGHT TO TERMINATE
The CITY has the right to terminate this Agreement
for any reason or no reason, upon ten (10) days'
written notice. Upon termination of this Agreement,
all charts, sketches, studies, drawings, and other
documents related to Work authorized under this
Agreement, whether finished or not, must be turned
over to the CITY. The CONSULTANT shall be paid in
accordance with provisions of Attachment B, provided
that said documentation is turned over to CITY within
ten (10) business days of termination. Failure to
timely deliver the documentation shall be cause to
withhold any payments due without recourse by
CONSULTANT until all documentation is delivered to
the CITY.
6.01-1 This Agreement may be cancelled
when, in the opinion of the City Commission,
termination is necessary to protect the interests
of public health, safety or general welfare.
6.01-2 CONSULTANT shall have no
recourse or remedy from a termination made by
the CITY except to retain the fees already
disbursed as compensation for the WORK that
was performed in complete compliance with the
Agreement, as full and final settlement of any
claim, action, demand, cost, charge or
entitlement it may have, or will, have against the
CITY, its officials or employees.
6.02 CONSULTANT'S RIGHT TO TERMINATE
The CONSULTANT shall have the right to terminate
this agreement, in writing, following breach by the
City, if breach of contract has not been corrected
within sixty (60) days from the date of the City's
receipt of a statement from CONSULTANT specifying
its breach of its duties under this agreement.
6.03 TERMINATION DUE TO
UNDISCLOSED LOBBYIST OR AGENT
CONSULTANT warrants that it has not employed or
retained any company or person, other than a bona
fide employee working solely for the CONSULTANT
to solicit or secure this Agreement and that he or she
has not paid or agreed to pay any person, company,
corporation, individual, or firm, other than a bona fide
employee working solely for the CONSULTANT any
fee, commission, percentage, gift, or other
consideration contingent upon or resulting from the
award or making of this Agreement.
For the breach or violation of this provision, the
CONSULTANT shall have the right to terminate the
agreement without liability and, at its discretion, to
deduct from the contract price, or otherwise recover,
the full amount of such fee, commission, percentage,
gift, or consideration.
ARTICLE 7 DOCUMENTS AND
RECORDS
7.01 OWNERSHIP OF DOCUMENTS '
All tracings, plans, drawings, specifications, maps,
computer files, and/or reports prepared or obtained
under this Agreement, as well as all data collected,
together with summaries and charts derived
therefrom, willl be considered works made for hire
and will become the property of the CITY upon
completion or termination of the Agreement without
restriction or limitation on their use, and will be made
available, on request, to CITY at any time during the
performance of such services and/or upon completion
or termination of this Agreement. CONSULTANT shall
not copyright any material and products or patent
any inventiion developed under this Agreement. The
CITY shall have the right to visit the site for inspection
of the work and the products of CONSUTLANT at any
time. The CONSULTANT shall be permitted to retain
copies, including reproducible copies, solely for
information and reference in connection with the
CITY's use and occupancy of the Project
7.02 DELIVERY UPON REQUEST OR
CANCELLATION
Failure of the CONSULTANT to promptly deliver all
such documents to the Director within ten (10) days
of cancellation, or within ten (10) days of request by
the CITY, shall be just cause for the CITY to withhold
payment of any fees due CONSULTANT until
CONSULTANT delivers ail such documents.
CONSULTANT shall have no recourse from these
requirements.
7.03 RE -USE BY CITY
It is understood that all CONSULTANT agreements
and/or Work Orders for new work will include the
provision for the re -use of plans and specifications,
CITY Contract No. K-04-00648 Page 7
PROFESSIONAL SERIVCES AGREEMENT
including construction drawings, at the CITY's sole
option, and by virtue of signing this agreement
CONSULTANT agrees to such re -use in accordance
with this provision without the necessity of further
approvals, compensation, fees or documents being
required and without recourse for such re -use. The
CONSUTLANT will not be liable for use by the CITY
of plans, documents, studies, or other data for any
purpose other than that intended by the terms and
conditions of this Agreement.
7.04 NONDISCLOSURE
To the extent allowed by law, CONSULTANT agrees
not to divulge, furnish or make available to any third
person, firm or organization, without CITY's prior
written consent, or unless incident to the proper
performance of the CONSULTANT's obligations
hereunder, or in the course of judicial or legislative
proceedings where such information has been
properly subpoenaed, any non-public information
concerning the services to be rendered by
CONSULTANT hereunder, and CONSULTANT shall
require all of its employees, agents, sub-
CONSULTANTs and subcontractors to comply with
the provisions of this paragraph.
7.05 MAINTENANCE OF RECORDS
CONSULTANT will keep adequate records and
supporting documentation, which concern or reflect
its services hereunder, Records subject to the
provisions of Public Record Law, Florida Statutes
Chapter 119, shall be kept in accordance with statute.
Otherwise, the records and documentation will be
retained by CONSULTANT for a minimum of three (3)
years from the date of termination of this Agreement
or the date the Project is completed, whichever is
later. CITY, or any duly authorized agents or
representatives of CITY, shall have the right to audit,
inspect, and copy all such records and
documentation as often as they deem necessary
during the period of this Agreement and during the
three (3) year period noted above; provided, however
such activity shall be conducted only during normal
business hours.
ARTICLE 8 INDEMNIFICATION
The CONSULTANT shall hold harmless, indemnify
and defend the CITY, its officials and employees
harmless from any and all claims, losses and causes
of actions which may arise out of the performance of
this Agreement as a result of any act of negligence or
negligent omission, recklessness, or intentionally
wrongful conduct of the CONSULTANT or the Sub-
CONSULTANTs. The CONSULTANT shall pay all
claims and losses of any nature whatsoever in
connection therewith and shall defend all project
related suits, in the name of the CITY when
applicable, and shall pay all costs, including without
limitation reasonable attorney's and appellate
attorney's fees, and judgments which may issue
thereon. The CONSULTANT'S obligation under this
paragraph shall not be limited in any way by the
agreed upon contract price, or the CONSULTANT'S
limit of, or lack of, sufficient insurance protection and
shall apply to the full extent that it is caused by the
negligence, act, omission, recklessness or intentional
wrongful conduct of the CONSULTANTS, its agents,
servants, or representatives.
ARTICLE 9 INSURANCE
The CONSULTANT shall not start Work under this
Agreement until the CONSULTANT has obtained all
insurance required hereunder and the CITY's Risk
Manager has approved such insurance. Should the
CONSULTANT not maintain the insurance coverage
required in this Agreement, the CITY may cancel this
Agreement or, at its sole discretion, shall purchase
such coverage and charge the CONSULTANT for
such coverage purchased. The CITY shall be under
no obligation to purchase such insurance, nor shall it
be responsible for the coverage purchased or the
insurance company or companies used. The
decision of the CITY to purchase such insurance
coverage shall in no way be construed to be a waiver
of its rights under this Agreement.
9.01 COMPANIES PROVIDING COVERAGE
All insurance policies shall be issued by companies
authorized to do business under the laws of the State
of Florida and satisfactory to the Risk Administrator.
All companies shall have a Florida resident agent and
be rated at least A(X), as per A.M. Best Company's
Key Rating Guide, latest edition.
9.02 VERIFICATION OF INSURANCE
COVERAGE
The CONSULTANT shall furnish certificates of
insurance to the Risk Administrator for review and
approval prior to the execution of this Agreement. The
Certificates shall clearly indicate that the
CONSULTANT has obtained insurance of the type,
amount and classification required by these
provisions, in excess of any pending claims at the
time of contract award to the CONSULTANT.
CONSULTANT shall maintain coverage with equal or
better rating as identified herein for the term of this
contract. CONSULTANT shall provide written notice
to the City's Department of Risk Management of any
material change, cancellation and/or notice of non -
renewal of the insurance within 30 days of the
change. CONSULTANT shall furnish a copy of the
insurance policy or policies upon request of the Risk
Administrator.
CONSULTANT shall furnish copies of insurance
policies pertaining to this Agreement to RISK
ADMINISTRATOR within ten (10) days of written
request.
CITY Contract No. K-04-00648 Page 8
PROFESSIONAL SERIVCES AGREEMENT
9.03 FORMS OF COVERAGE
9.03-1 Comprehensive General Liability and
Automobile Liability
Coverage shall have minimum limits of
$1,000,000 per Occurrence, Combined single
Limit Bodily Injury Liability and Property Damage
Liability. General Aggregated Limit shall have a
minimum limit of $2,000,000. This shall include
Premises and Operations, Independent
Contractors, Products and Completed
Operations, Broad Form Property Damage, XCU
Coverage, and Contractual Liability. Automobile
coverage including hired, borrowed or non -
owned autos, limits of Liability, Bodily Injury,
Damage Liability for any one accident
$1,000,000. The City of Miami shall be named
an additional insured on both of these
coverages.
9.03-2 Professional Liability Insurance
The CONSULTANT shall maintain Professional
Liability Insurance including Errors and
Omissions coverage in the minimum amount of
$1,000,000 per occurrence, combined single
limits, providing for all sums which the
CONSULTANT shall be legally obligated to pay
as damages for claims arising out of the services
performed by the CONSULTANT or any person
employed by the CONSULTANT in connection
with this Agreement. Unless specifically
accepted by Risk Administrator, deductible shall
not exceed 10%. This insurance shall be
maintained for at least one year after completion
of the construction and acceptance of any project
covered by this Agreement.
9.03-3 Worker's Compensation Insurance
The CONSULTANT shall maintain Worker's
Compensation Insurance in compliance with
Florida Statutes, Chapter 440, as amended, and
Employee's Liability with a minimum limit of
$500,000 each occurrence.
9.03-4 Sub -Consultant Compliance
CONSULTANT shall ensure that all Sub-
CONSULTANTs comply with these same
insurance requirements.
9.04 MODIFICATIONS TO COVERAGE
The RISK ADMINISTRATOR or his/her authorized
designee reserves the right to require modifications,
increases, or changes in the required insurance
requirements, coverage, deductibles or other
insurance obligations by providing a thirty (30) day
written notice to the Consultant in accordance with
§10.06 herein. CONSULTANT shall comply with such
requests unless the insurance coverage is not then
readily available in the national market, and may
request additional consideration from City
accompanied by justification.
ARTICLE 10 MISCELLANEOUS
10.01 AUDIT RIGHTS
The CITY reserves the right to audit the
CONSULTANT's accounts during the performance of
this Agreement and for three (3) years after final
payment under this Agreement. The CONSULTANT
agrees to furnish copies of any records necessary, in
the opinion of the Director, to approve any requests
for payment by the CONSULTANT.
10.02 ENTIRE AGREEMENT
This Agreement, as it may be amended from time to
time, represents the entire and integrated agreement
between the CITY and the CONSULTANT and
supersedes all prior negotiations, representations or
agreements, written or oral. This Agreement may not
be amended, changed, modified, or otherwise altered
in any respect, at any time after the execution hereof,
except by a written document executed with the same
formality and equal dignity herewith. Waiver by either
party of a breach of any provision of this Agreement
shall not be deemed to be a waiver of any other
breach of any provision of this Agreement.
10.03 SUCCESSORS AND ASSIGNS
The performance of this Agreement shall not be
transferred pledged, sold, delegated or assigned, in
whole or in part, by the CONSULTANT without the
written consent of the CITY, acting by and through its
City Commission. It is understood that a sale of the
majority of the stock or partnership shares of the
CONSULTANT, a merger or bulk sale, an assignment
for the benefit of creditors shall each be deemed
transactions that would constitute an assignment or
sale hereunder requiring prior City approval.
The CONSULTANT's services are unique in nature
and any transference without CITY COMMISSION
approval shall be cause for the CITY to cancel this
Agreement. The CONSULTANT shall have no
recourse from such cancellation. The City may
require bonding, other security, certified financial
statements and tax returns from any proposed
Assignee and the execution of an Assignment)
Assumption Agreement in a form satisfactory to the
City Attorney as a condition precedent to considering
approval of an assignment.
The CONSULTANT and the CITY each binds one
another, their partners, successors, legal
representatives and authorized assigns to the other
party of this Agreement and to the partners,
successors, legal representatives and assigns of
such party in respect to all covenants of this
Agreement.
10.04 TRUTH -IN -NEGOTIATION
CERTIFICATE
In compliance with the CONSULTANTS Competitive
Negotiation Act, for any Project to be compensated
CITY Contract No. K-04-00648 Page 9
PROFESSIONAL SERIVCES AGREEMENT
under the Lump Sum method, the CONSULTANT
shall certify that wage rates and other factual unit
costs supporting the compensation are accurate,
complete, and current at the time of Notice 10
Proceed. The original Project price and any addition
thereto will be adjusted to exclude any significant
sums by which the CITY determines the project price
was increased due to inaccurate, incomplete or non-
current wage rates and other factual unit costs. All
such price adjustments will be made within 1 year
following the end of the Project.
10.05 APPLICABLE LAW AND VENUE OF
LITIGATION
This agreement shall be interpreted and construed in
accordance with and governed by the laws of the
State of Florida. Any suit or action brought by any
party, concerning this agreement, or arising out of
this agreement, shall be brought in Miami -Dade
County, Florida. Each party shall bear its own
attorney's fees except in actions arising out of
CONSULTANT's duties to indemnify the City under
ARTICLE 8 where CONSULTANT shall pay the City's
reasonable attorney's fees.
10.06 NOTICES
Whenever either party desires to give notice unto the
other, such notice must be in writing, sent by
registered United States mail, return receipt
requested, addressed to the party for whom it is
intended at the place last specified; and the place for
giving of notice shall remain such until it shall have
been changed by written notice in compliance with
the provisions of this paragraph. For the present, the
parties designate the following as the respective
places for giving of notice:
FOR CITY OF MIAMI:
City Manager
City of Miami, City Hall
3500 Pan American Drive
Miami, FL 33133
AND
Deputy Director
City of Miami
Department of Capital Improvements (CIP)
444 S.W. 2nd Ave., - 8I" FI
Miami, Florida 33130
With a copy to:
City Attorney
City of Miami
444 S.W. 2nd Ave., Suite 945
Miami, R. 33130-1910
FOR CONSULTANT:
3T:' .xxx.e .m F. p..,
xxx ATTN: PRINCIPAL
10.07 INTERPRETATION
The language of this Agreement has been agreed to
by both parties to express their mutual intent and no
rule of strict construction shall be applied against
either party hereto. The headings contained in this
Agreement are for reference purposes only and shall
not affect in any way the meaning or interpretation of
this Agreement. All personal pronouns used in this
Agreement shall include the other gender, and the
singular shall include the plural, and vice versa,
unless the context otherwise requires. Terms such
as 'herein," "hereof," "hereunder," and "hereinafter"
refer to this Agreement as a whole and notto any
particular sentence, paragraph, or section where they
appear, unless the context otherwise requires.
Whenever reference is made to a Section or Article of
this Agreement, such reference is to the Section or
Article as a whole, including all of the subsections of
such Section, unless the reference is made to a
particular subsection or subparagraph of such
Section or Article.
10.08 JOINT PREPARATION
Preparation of this Agreement has been a joint effort
of the City AND CONSULTANT and the resulting
document shall not, solely as a matter of judicial
construction, be construed more severely against one
of the parties than any other.
10.09 PRIORITY OF PROVISIONS
If there is a conflict or inconsistency between any
term, statement, requirement, or provision of any
exhibit attached hereto, any document or events
referred to herein, or any document incorporated into
this Agreement by reference and a term, statement,
requirement, or provision of this Agreement, the term,
statement, requirement, or provision contained in this
Agreement shall prevail and be given effect.
10.10 MEDIATION - WAIVER OF JURY TRIAL
In an effort to engage in a cooperative effort to
resolve conflict which may arise during the course of
the design and /or construction of the subject
project(s), and/or following the completion of the
projects(s), the parties to this Agreement agree all
disputes between them shall be submitted to non-
binding mediation prior to the initiation of litigation,
unless otherwise agreed in writing by the parties. A
certified Mediator, who the parties find mutually
acceptable, will conduct any Mediation Proceedings
in Miami -Dade County, State of Florida. The parties
will split the costs of a certified mediator on a 50/50
basis. The CONSULTANT agrees to include such
similar contract provisions with all
SubCONSULTANTs and/or independent contractors
and/or CONSULTANTs retained for the project(s),
thereby providing for non -binding mediation as the
primary mechanism for dispute resolution.
In an effort to expedite the conclusion of any litigation
the parties voluntarily waive their right to jury trial or
CITY Contract No. K-04-00548
Page 10
PROFESSIONAL SERIVCES AGREEMENT
to file permissive counterclaims in any action arising
under this Agreement.
10.11 TIME
Time is of the essence in this Agreement.
10.12 COMPLIANCE WITH LAWS
CONSULTANT shall comply with all applicable laws,
codes, ordinances, rules, regulations and resolutions
including, without limitation, the Americans with
Disabilities Act ("ADA"), as amended, and all
applicable guidelines and standards in performing its
duties, responsibilities, and obligations related to this
Agreement. The CONSULTANT represents and
warrants that there shall be no unlawful discrimination
as provided by law in connection with the
performance of this agreement.
10.12-1 Non -Discrimination
CITY warrants and represents that it does not
and will not engage in discriminatory practices
and that there shall be no discrimination in
connection with CONSULTANT's performance
under this Agreement on account of race, color,
sex, religion, age, handicap, marital status or
national origin. CONSULTANT further covenants
that no otherwise qualified individual shall, solely
by reason of his/her race, color, sex, religion,
age, handicap, marital status or national origin,
be excluded from participation in, be denied
services, or be subject to discrimination under
any provision of this Agreement.
10.12-2 OSHA COMPLIANCE
The CONSULTANT warrants that it will comply
with all safety precautions as required by federal,
state or local laws, rules, regulations and
ordinances. The CITY reserves the right to
refuse CONSULTANT access to CITY property,
including project jobsites, if CONSULTANT
employees are not properly equipped with safety
gear in accordance with OSHA regulations or if a
continuing pattern of non-compliance with safety
regulations is exhibited by CONSULTANT.
10.12-3 ADA COMPLIANCE
CONSULTANT shall affirmatively comply with all
applicable provisions of the Americans with
Disabilities Act ("ADA") in the course of providing
any work, labor or services funded by the City,
including Titles I & II of the ADA (regarding
nondiscrimination on the basis of disability) and
all applicable regulations, guidelines and
standards. Additionally -the CONSULTANT shall
take affirmative steps co-insure nondiscrimination
in employment of disabled persons.
10.13 NO PARTNERSHIP
CONSULTANT is an independent contractor. This
Agreement does not create a joint venture,
partnership or other business enterprise between the
parties. The CONSULTANT has no authority to bind
the City to any promise, debt, default, or undertaking
of the CONSULTANT.
10.14 DISCRETION OF DIRECTOR
Any matter not expressly provided for herein dealing
with the CITY or decisions of the CITY shall be within
the exercise of the reasonable professional discretion
of the Director or the Director's authorized designee.
10.15 RESOLUTION OF CONTRACT
DISPUTES:
CONSULTANT understands and agrees that all
disputes between it and the City based upon an
alleged violation of the terms of this Agreement by
the City shall be submitted to the City Manager for
his/her resolution, prior to CONSULTANT being
entitled to seek judicial relief in connection therewith.
Should the amount of compensation hereunder
exceed $500,000, the City Manager's decision shall
be approved or disapproved by the City Commission.
CONSULTANT shall not be entitled to seek judicial
relief unless:
(i) it has first received City Manager's written
decision, approved by the City Commission
if applicable, or
(ii) a period of sixty (60) days has expired after
submitting to the City Manager a detailed
statement of the dispute, accompanied by all
supporting documentation, or a period of
(90) days has expired where City Manager's
decision is subject to City Commission
approval; or
(iii) City has waived compliance with the
procedure set forth in this section by written
instrument(s) signed by the City Manager.
10.16 INDEPENDENT CONTRACTOR:
Provider has been procured and is being engaged to
provide services to the City as an independent
contractor, and not as an agent or employee of the
City. Accordingly, Provider shall not attain, nor be
entitled to, any rights or benefits under the Civil
Service or Pension Ordinances of the City, nor any
rights generally afforded classified or unclassified
employees. Provider further understands that Florida
Workers' Compensation benefits available to
employees of the City are not available to Provider,
and agrees to provide workers' compensation
insurance for any employee or agent of Provider
rendering services to the City under this Agreement.
10.17 CONTINGENCY CLAUSE:
Funding for this Agreement is contingent on the
availability of funds and continued authorization for
program activities and the Agreement is subject to
amendment or termination due to lack of funds,
reduction of funds and/or change in regulations, upon
thirty (30) days notice.
CITY Contract No. K-04-00646 Page 11
PROFESSIONAL SERIVCES AGREEMENT
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and
year first above written.
WITNESS/ATTEST CONSULTANT,
Signature Signature
Print Name, Title Print Name, Title of Authorized Officer or Official
ATTEST: (Corporate Seal)
CONSULTANT Secretary
(Affirm CONSULTANT Seal, if available)
ATTEST: CITY OF MIAMI, a municipal corporation of the
State of Florida
Priscilla Thompson, City Clerk Joe Arriola, City Manager
APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND
REQUIREMENTS: CORRECTNESS:
Dania Carrillo, Administrator
Risk Management Department
Jorge L. Fernandez, City Attorney
CITY Contract No. K-04-00648 Page 12
PROFESSIONAL SERVICES AGREEMENT
CERTIFICATE OF AUTHORITY
(IF CORPORATION)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
, a corporation organized and existing under
the laws of the State of , held on the ,day of , a
resolution was duly passed and adopted authorizing (Name) as
(Title) of the corporation to execute agreements on behalf of the
corporation and providing that his/her execution thereof, attested by the secretary of the
corporation, shall be the official act and deed of the corporation.
I further certify that said resolution remains in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of
20
Secretary:
Print:
CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
, a partnership organized and existing under
the laws of the State of , held on the _day of , a
resolution was duly passed and adopted authorizing (Name) as
(Title)_ of the partnership to execute agreements on behalf of the
partnership and provides that his/her execution thereof, attested by a partner, shall be the
official act and deed of the partnership.
I further certify that said partnership agreement remains in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of
20
Partner:
Print:
Name
Street Address
City
State
Zip
CITY Contract No. K-04-00648
Page 13
PROFESSIONAL SERVICES AGREEMENT
CERTIFICATE OF AUTHORITY
(IF JOINT VENTURE)
Joint ventures must submit a joint venture agreement indicating that the person signing
this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joint
venture agreement each member of the joint venture must sign the bid and submit the
appropriate Certificate of Authority (corporate, partnership, or individual).
CERTIFICATE OF AUTHORITY
(IF INDIVIDUAL)
HEREBY CERTIFY that, I (Name) , individually and doing
business as (d/b/a) (If Applicable) have
executed and am bound by the terms of the Agreement to which this attestation is attached.
IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20_
Signed:
Print:
NOTARIZATION
STATE OF
SS:
COUNTY OF
The foregoing instrument was acknowledged before me this day of
, 20 , by , who is personally
known to me or who has produced as identification and who
(did / did not) take an oath.
SIGNATURE OF NOTARY PUBLIC
STATE OF FLORIDA
PRINTED, STAMPED OR TYPED
NAME OF NOTARY PUBLIC
CITY Contract No. K-04-00648 Page 14
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
CITY OF MIAMI
DEPARTMENT OF CAPITAL IMPROVEMENTS
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A
Service Category Transportation and Transit Professional Services
Contract Type Continuing Services for Miscellaneous Projects
CONSULTANT <consultant name>
TABLE OF CONTENTS
ATTACHMENT A
ATTACHMENT A - SCOPE OF WORK 2
ARTICLE Al GENERAL 2
A1.01 WORK ORDERS 2
A1.02 RANGE OF SERVICES 2
A1.04 PAYMENTS 3
A1.05 COMMON TASKS, 3
A1.06 QUALITY ASSURANCE, QUALITY CONTROL: 4
A1.07 PUBLIC INVOLVEMENT 4
A1.08 JOINT PROJECT AGREEMENTS 4
A1.09 CONTRACT MAINTENANCE 4
ARTICLE A2 TRANSPORTATION AND TRANSIT PLANNING 5
A2.01 COMPREHENSIVE DATA COLLECTION 5
A2.02 TRANSPORTATION AND TRANSIT MODELING 5
A2.03 TRAFFIC IMPACT STUDIES & SAFETY OPERATIONS ANALYSES 5
A2.04 TRAFFIC IMPACT ANALYSIS REVIEW 5
A2.05 TRAFFIC CALMING STUDIES 6
A2.06 APPROVAL AND PRESENTATION TO CITY: 7
A2.07 PARKING NEEDS/UTILIZATION STUDIES 7
A2.08 ENVIRONMENTAL IMPACT ASSESSMENT AND COMPLIANCE 7
ARTICLE A3 TRAFFIC ENGINEERING 7
A3.01 SIGNAL WARRANT ANALYSIS: 7
A3.02 INTERSECTION ANALYSIS: 7
A3.03 ARTERIAL ANALYSIS: 7
A3.04 LEFT TURN PHASE WARRANT ANALYSIS. 7
ARTICLE A4 ROAD & HIGHWAY DESIGN 7
A4.01 PLANNING AND ANALYSIS 7
A4.02 DESIGN AND PERMITTING 15
A4.03 SPECIFICATIONS PACKAGE PREPARATION• 20
A4.04 BIDDING 20
A4.05 POST DESIGN/CONSTRUCTION 20
SCHEDULE A1. - SUBCONSULTANTS 21
SCHEDULE A2. — KEY STAFF 21
SCHEDULE A3 — WORK ORDER FORM 22
CIP Contract No. K -04-00648 Page 1
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
ATTACHMENT A - SCOPE OF WORK
ARTICLE Al GENERAL
Transportation consulting services shall include, but are not limited to, reports, studies, coordination with
community organizations, construction plans and specs, estimating and project management for various City of
Miami transportation improvement projects. Consultants work will further entail, without limitation traffic engineering,
transportation planning, general community project planning, street and highway design, traffic calming design,
transit planning, general engineering and coordination with the Miami -Dade County Traffic CITY and other private
and/or governmental agencies, listed below.
A1.01 WORK ORDERS
A1.01-1 Selection for Work Order Assignment
Selection of CONSULTANT for individual Work assignments will be made as follows:
• DIRECTOR or designee will identify three (3) consultants currently under contract for a particular
assignment based on their qualifications and experience relative to the subject Work assignment, and
may consider other factors such as current and/or previous City Work Order assignments
• DIRECTOR or designee will discuss with each of the three (3) desginated consultants and determine
the suitability of each for the subject Work, in rank order
• The top -ranked firm will be asked to submit a Work Order Proposal, in the form provided in Schedule
A3, and to commence negotiations with DIRECTOR for the Work
• Should negotiations fail, the DIRECTOR will request a Work Order Proposal from the next ranked
firm(s), in rank order, until an agreement can be reached
• Following successful negotiations, the DIRECTOR will issue a WORK ORDER and a purchase order to
CONSULTANT for the Work
A1.01-2 Procedure
When a specific project has been determined, the Director or his/her authorized designee, will
request, in writing where practicable, a proposal from the CONSULTANT based on the proposed scope of
work. The CONSULTANT and Director, and others if appropriate, may have preliminary meetings, if
warranted, to further define the Scope Of Work and to resolve any questions regarding the proposed
Project. The CONSULTANT shall then prepare a written "Work Order Proposal" for the required
Professional Services generally following the guidelines attached hereto as Schedule A2, indicating the
proposed scope of services, time of performance, proposed fees, SUB-CONSULTANTs, deliverable items
and/or documents, and funding and/or estimated construction cost, if provided by CITY.
Any matters of concern regarding the CONSULTANT's shall be negotiated until concurrence as to a
Work Order is reached. If accord cannot be reached, the CITY may terminate negotiations and may
request a Work Order Proposal from another qualified CONSULTANT under contract with CITY, or secure
such services through other means available to it under law.
When consensus is reached, the CONSULTANT shall prepare a revised and final Work Order
Proposal which will be attached and incorporated to the WORK ORDER authorized by the DIRECTOR.
The WORK ORDER shall first be executed by the CONSULTANT as "Accepted and Approved." The Work
Order is then approved by the City Manager, DIRECTOR and/or other duly authorized representative(s) of
CITY by the City Manager. When the WORK ORDER is fully executed, written "Notice to Proceed" will be
issued by the DIRECTOR and/or his/her designated designee.
A1.02 RANGE OF SERVICES
The CONSULTANT agrees to provide comprehensive professional engineering services in accordance with all
applicable law and building regulations, including the Florida Building Code and the City of Miami, Florida, Code of
Ordinances, and as set forth in this Agreement and further enumerated in a Work Order. CONSULTANT may be
required to perform all or some of the services presented in this Agreement, depending on the needs of the CITY for
a particular Project.
The CONSULTANT shall furnish the professional services specifically authorized by the Work Order, which
services may encompass one or more professional disciplines in addition to those held by the CONSULTANT. The
services may include but are not limited to planning, programming, field investigations, observations, feasibility
studies, cost estimates, opinions of probable cost, partial or complete design services, including preparation of
specifications, bid and/or construction documents, construction contract administration, construction engineering
inspections, review of work prepared by other CONSULTANTs, and other miscellaneous architectural, landscape
CITY Contract No. K-04-00648 Page A-2
ATTACHMENT A - SCOPE OF WORK
• MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
architectural, registered surveying and mapping, and/or engineering services that may be required. A Work Order
for a Project may identify tasks as being included under Basic Services, or Additional Services and/or Reimbursable
Services.
A1.03 NON-EXCLUSIVE RIGHT
It is understood that the Work Order and Notice to Proceed will be issued under this Agreement at the sole
discretion of the City Manager or Director and that the CONSULTANT has no expectation, entitlement, right to or
privilege to receive a Work Order and Notice to Proceed for any project or task. The CITY reserves at all times the
right to perform any and all Professional Services in-house, or with other private professional architects or engineers
as provided by Section 287.055, Florida Statutes, as amended, (Consultants' Competitive Negotiation Act) or to
discontinue or withdraw any or all projects or tasks or to exercise every other choice allowed by law.
This Agreement does not confer on the CONSULTANT any particular, exclusive or special rights to any Work
required by the CITY. Outside of this Agreement, the CONSULTANT may submit proposals and/or qualifications for
any professional services which the CONSULTANT is qualified to perform in response to any public solicitation
issued by CITY.
A1.04 PAYMENTS
The CITY will pay the CONSULTANT a separate stipulated amount for each Work Order issued, in accordance
with provisions and limitations of Attachment B. No payment will be made for the CONSULTANT's time or services
in connection with the preparation of any such proposal or for any Work done in the absence of an executed Work
Order, Notice to Proceed and Purchase Order.
A1.05 COMMON TASKS
A1.05-1 Cost Estimates: The CONSULTANT shall be responsible for producing a construction cost
estimate and reviewing and updating the cost estimate when scope changes occur and/or at milestones of
the project. Prior to 60% plans and completion of quantities, the CONSULTANT will produce a conceptual
estimate.. A Summary of Pay Items sheet shall be prepared with all required in all Phase Plan submittals.
A1.05-2 Technical Specifications (Special Provisions):
The CONSULTANT shall provide Technical Specifications and Special Conditions and other documents as
directed by the Project Manager.
PROJECT MANAGER shall advise CONSULTANT of bid and contract documents in use for the
assigned project, which may be a City drafted document or the Florida Department of Transportation's
Standard Specifications for Road and Bridge Construction (hereinafter referred to as "FDOT
Specifications").
Technical Specifications and Special Conditions shall be technical in nature and shall provide a
description of work, materials, equipment and specific requirements, method of measurement and basis of
payment. Proposed Technical Specifications and Special Provisions will be submitted 10 the PROJECT
MANAGER for initial review no later than the time of the final engineering plans review. . The Project
Manager will forward these and other required Bid and Contract Document drafted by CONSULTANT to all
required City agencies for for review and comment. All comments will be returned to the CONSULTANT for
correction and resolution. Final Technical Specifications and Special Conditions shall be electronically
signed and sealed in accordance with applicable Florida Statutes.
A1.05-3 Contract Documents and Specifications Package Preparation
The CONSULTANT shall prepare and provide a complete specifications package, including applicable
Technical Special Provisions, for all items and areas of work.
The CITY will provide the necessary information and electronic files, in Microsoft Word format, for
proper completion of the specifications package. The actual work effort will entail utilization of the supplied
electronic files and assembling the package in accordance with the CITY's requirements. The CITY may
also require inclusion of special provisions necessary to convey particular CITY needs.
Proposed modifications any documents identified as a City Standard document must be drafted In
redline strikethrough format along with justification of the project specific need. The PROJECT MANAGER
will seek approval by other CITY agencies, including City Attorney, of such modifications, prior to inclusion
in the final project specifications package.
The specifications package must be submitted for initial review to the PROJECT MANAGER at
least 45 days prior to the intended bid advertisement date, or as stipulated in the approved project
schedule. Submittal material shall consist of: (1) the complete specifications package, (2) an itemized list of
CITY Contract No. K-04-00648 Page A-3
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
pay items and quantities, (3) a copy of the final project plans, and (4) a copy of the final Cost Estimate for
the project.
Final submittal of the complete specifications package must occur as stipulated in the approved
project schedule. This submittal shall be electronically signed, dated, and sealed in accordance with
applicable Florida Statutes. The submittal materials shall consist of two hard copies and a digital copy
created from a scanned set of sealed documents.
A1.05-4 Field Reviews: Includes all site visits required to obtain necessary data for all elements of the
project.
A1.05-5 Technical Meetings: Includes meetings with CITY and/or Agency staff, between disciplines and
SUBCONSULTANTS, such as access management meetings, pavement design meetings, local
governments, utility companies, progress review meetings (phase review), and miscellaneous meetings.
A1.06 QUALITY ASSURANCE, QUALITY CONTROL:
CONSULTANTS will be held responsible for their work, including plans review. Any plans review by CITY is
merely to augment, but in no way supplant, CONSULTANT's quality control process. The CONSULTANT shall be
responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings,
specifications and other services furnished by the CONSULTANT under this contract.
The CITY reserves the right to require CONSULTANT to submit a Quality Control Plan that describes the
procedures to be utilized to verify, independently check, and review all maps, design drawings, specifications, and
other documentation prepared as a part of the contract. The CONSULTANT shall describe how the checking and
review processes are to be documented to verify that the required procedures were followed. The Quality Control
Plan may be one utilized by the CONSULTANT as part of their normal operation or it may be one specifically
designed for this project. When required, the CONSULTANT shall submit a Quality Control Plan for approval within
20 (twenty) calendar days of the written Notice to Proceed.
The CITY also reserves the right to require CONSULTANT to furnish a marked up set of prints from a Quality
Control Review indicating the reviewers for each component (structures, roadway, drainage, signals, geotechnical,
signing and marking, lighting, surveys, etc.) and a written resolution of comments on a point -by -point basis for each
phase submittal. The responsible Professional Engineer, Landscape Architect, or Professional Surveyor that
performed the Quality Control review will sign a statement certifying chat the review was conducted.
The CONSULTANT shall, without additional compensation, correct all errors or deficiencies in the designs,
maps, drawings, specifications and/or other services.
A1.06-1 Independent Peer Review: When directed by the CITY, a CONSULTANT shall perform
Independent Peer Reviews.
A1.06-2 Supervision: Includes all efforts required to supervise all technical design activities.
A1.06.3 Coordination: Includes all efforts to coordinate with all disciplines of the project to produce a final
set of construction documents.
A1.07 PUBLIC INVOLVEMENT
Public involvement is an important aspect of the project development process, and when required by CITY will
be stated in a Work Order. Public involvement includes communicating to all interested persons, groups, and
government organizations information regarding the development of the project. Where specified by CITY, property
owners adjacent to the project, including those not subject to right-of-way acquisition shall be informed about the
project.
A1.08 JOINT PROJECT AGREEMENTS
The CONSULTANT services shall include all coordination, meetings, etc., required to include Joint Project
Agreement (JPA) plans (prepared by others) in contract plans package including all necessary
revisions/modifications to contract documents to ensure plans compatibility.
A1.09 CONTRACT MAINTENANCE
When stipulated in a Work Order, Contract maintenance will include project management effort for complete
setup and maintenance of files, developing monthly progress reports, schedule updates, work effort to develop and
execute SUBCONSULTANT agreements, etc.
A1.10 PROJECT REQUIREMENTS
Unless modified in an approved Work Order, general Project requirements shall be as outlined below.
CITY Contract No. K-04-00648 Page A-4
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
A1.10-1 Progress Reporting
The CONSULTANT shall meet with the CITY as required and shall provide a written progress and schedule
status reports that describe the work performed on each task. Progress and schedule status reports shall be
delivered to the CITY concurrently with the monthly invoice. The Project Manager will make judgment on
whether work of sufficient quality and quantity has been accomplished by comparing the reported percent
complete against actual work accomplished.
A1.10-2 Correspondence
Copies of all written correspondence between the CONSULTANT and any party pertaining specifically to
this contract shall be provided to the CITY for their records within one (1) week of the receipt or mailing of said
correspondence.
A1.10-3 Professional Endorsement
The CONSULTANT shall have a Registered Professional Engineer in the State of Florida sign and seal all
reports, documents, and plans as required by CITY standards.
A1.10-4 Computer Automation
The project will be developed utilizing Computer Aided Drafting and Design (CADD) systems.
A1.10-5 Coordination With Other Consultants
The CONSULTANT is 10 coordinate his work with any and all adjacent and integral consultants so as to
effect complete and homogenous plans and specifications for the project(s) described herein.
A1.10-6 Additional Services
The CITY's Work Order may identify tasks and activities as "Additional Work" and may provide a payment
allowance in the event such additional Work is required. Such Additional Work that is beyond the known and
certain scope of activities required to complete the Project and are essentially contingent actions that may
possibly be required. The Additional Services may include testing and analysis, Construction Assistance,
Review of Shop Drawings, or other Post Design Services,
ARTICLE A2 TRANSPORTATION AND TRANSIT PLANNING
WORK in this category may include any or all of the services described below.
A2.01 COMPREHENSIVE DATA COLLECTION
Conduct numerous data collection efforts, including origin -destination studies, roadside surveys, license plate
matching surveys, video data collection, manual turning movement (MTM) counts, automatic traffic recorder (ATR)
counts, vehicle classification counts, parking turnover/utilization studies, vehicle accumulation and duration studies,
travel time studies, speed studies, vehicle occupancy studies, transit rider ship boarding and alighting counts, and
pedestrian crossing and bicycle counts.
A2.02 TRANSPORTATION AND TRANSIT MODELING
Perform regional, area, and corridor -wide traffic studies to plan for future traffic growth and to implement
transportation improvement strategies. Use the latest transportation planning computer -modeling software, to
evaluate future traffic growth and help develop transportation improvement strategies.
A2.03 TRAFFIC IMPACT STUDIES 8 SAFETY OPERATIONS ANALYSES
Perform traffic study and analysis services including traffic impact studies, safety and speed studies;
neighborhood traffic "calming" studies; access management and driveway consolidation assessments; site impact
analyses; traffic signal and corridor operations analyses; traffic signal warrant studies; drainage studies; pavement
condition assessments pavement marking and conceptual engineering plans and assessments; and parking
studies. Conduct intersection and roadway analyses, including capacity, queuing, and accident analyses, and traffic
simulation, based on the latest Highway Capacity Manual and related methodologies and procedures. Provide
analyses using computer software including the latest Highway Capacity Software, Synchro and Sim -Traffic, TSIS
(Corsim), NETSIM, SIDRA, TEAPAC, PARAMICS AND FSUTMS.
A2.04 TRAFFIC IMPACT ANALYSIS REVIEW
Provide City staff with technical support for the entire traffic impact analysis study_review process for Major Use
Special Permits (MUSP), Class II and other appropriate projects.
A2.04-1 Assess the existing review process for traffic impact analysis studies and recommend to City
staff more efficient and effective ways to streamline it, clearly identifying the methodologies and standards,
CITY Contract No. K-04-00648 Page A-5
ATTACHMENT A - SCOPE OF WORK
• MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
including an informational checklist for applicants, and providing a schedule for the review process,
inclusive of review times and responsibilities.
A2.04-2 Develop a process to spatially monitor major resideniiailcommercial developments within the
City for use with the traffic impact study review process
A2.04-3 Provide continuity for the traffic impact assessment process, from pre -application meetings
through to post -construction mitigation monitoring
A2.04-4 Review and provide City staff with technical support for major projects
A2.04-5 Support the City with technical tasks and multi -party coordination for special projects (such as
the Downtown Development of Regional Impact).
A2.04-6 Maintain a history of related projects and adjacent projects as part of the traffic impact review
process, particularly for projects that have the possibility of a local cumulative effect.
A2.04-7 Attend meetings with City staff, Planning Advisory Board, City Commission, and others, as
needed, or as determined by the Directors, to provide any necessary support services.
A2.04-8 Serve as an extension of City staff with in-house support, as needed or as determined by the
Director.
A2.04-9 Develop procedures for the City to more efficiently track developer commitments (from
studies, development orders, and conditions for approval) through the site planning and construction
processes.
A2.04-10 Develop procedures to establish baselines, implement monitoring, and provide for effective
mitigation measures for traffic impacts of approved projects.
A2.04-11 Coordinate the development of processes, procedures, and methodologies for assessing,
approving, monitoring, and mitigating traffic impacts, along with any other efforts or tasks, with pertinent
interested parties, including but not limited to FDOT, Miami -Dade County, Metropolitan Planning
Organization, South Florida Regional Transportation Authority, and adjacent municipalities.
A2.05 TRAFFIC CALMING STUDIES
Develop and design location -specific and citywide traffic calming solutions.
A2.05-1 Scope of Services for the preparation of a Traffic Calming Study includes, but is not limited
to, the following tasks:
A2.05-1 (a) Public Involvement As directed by the Project Manager, the Consultant will coordinate
and/or conduct an effective public involvement program which will gather input from the community
and/or public grant agencies regarding particular projects; tasks will include preparation and
dissemination of documents.
A2.05-1(b) Analysis of Existing Conditions: The consultant will obtain all available relevant studies
and traffic counts, and accident data from the CITY. The CONSULTANT will perform collection and
analysis of data.
A2.05-1(c) Data Collection: The collected data will be tabulated, reviewed and analyzed to
determine the need for any additional data.
A2.05-1(d) Additional Activities
• Traffic Volume and Speed Studies Review
• Additional Data Collection
• Crash Review
• Engineering Analysis
A2.05-2 Development of Traffic Calming Study:
The Consultant will develop a Traffic Calming Study documented in flow charts and graphics, based on the
CITY's goals and using current information on Traffic volumes, speed studies and traffic impact studies.
The following basic steps are anticipated to develop the plan:
• Establish Traffic Calming Criteria
• Determine Traffic Calming Alternatives
• Develop Scoring Model to select road candidates
• Prioritize Traffic Calming Projects
CITY Contract No. K-04-00648 Page A-6
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
A2.05-3 Final Product:
The CONSULTANT will prepare a study report including an analysis of existing conditions, development of
traffic calming plan, public involvement and recommendations for the Traffic Calming Study for the study
neighborhood. Documentation for the proposed Traffic Calming Study will be presented in a PowerPoint
format and read only (PDF) format. The report will include graphical and written documentation of the
Traffic Calming Process and Procedures including specific flowcharts to facilitate the implementation of the
plan for the study neighborhood. The report will be submitted to the CITY in a paper format as well as a
digital format according to the CITY's software requirements.
A2.06 APPROVAL AND PRESENTATION TO CITY:
The CONSULTANT will incorporate review comments and submit the Traffic Calming Study document report for final
approvals. Findings, results and recommendations of the study will be presented to the CITY, including City
Commission if applicable. After this presentation, a revised final document in digital format, plus one bound and one
unbound hard copy will be submitted to the CITY, unless otherwise stated in a Work Order.
A2.07 PARKING NEEDS/UTILIZATION STUDIES
Perform studies including parking occupancy and turnover studies, parking control service -rate studies for
parking structures, and parking analyses for shared -use parking facilities.
A2.08 ENVIRONMENTAL IMPACT ASSESSMENT AND COMPLIANCE
Perform preliminary traffic assessments and environmental assessments to ensure compliance with Federal and
State and CITY requirements for highway and transit improvement projects.
ARTICLE A3 TRAFFIC ENGINEERING
Perform analyses using best engineering practices and following the procedures outlined in the Manual on
Uniform Traffic Studies (MUTS), Manual on Uniform Traffic Control Devices for Street and Highways (MUTCD), A
Policy on Geometric Design on Highways and Streets, Traffic Engineering Handbook, FDOT Median Handbook, and
Highway Capacity Manual (HCM).
Tasks will include but are not limited to the following studies:
A3.01 SIGNAL WARRANT ANALYSIS:
Perform this study and evaluate a location for signalization or signal removal.
A3.02 INTERSECTION ANALYSIS:
Evaluate an intersection to determine the need as well as any opportunities for operational and safety
improvements.
A3.03 ARTERIAL ANALYSIS:
Analyze a roadway segment and recommend improvements intended to control access, reduce travel time, queues,
and delays, improve safety, reduce conflicts, enhance positive guidance, and improve overall operations.
A3.04 LEFT TURN PHASE WARRANT ANALYSIS:
Evaluate a location for a possible protected left turn signal phase. Analysis will include at a minimum a delay study,
intersection inventory, crash analysis and level of service analysis.
ARTICLE A4 ROAD & HIGHWAY DESIGN
WORK in this category may involve any or all of the tasks identified below.
A4.01 PLANNING AND ANALYSIS
A4.01-1 SURVEY:
The CONSULTANT shall perform survey tasks in accordance with all applicable statutes, manuals,
guidelines, standards, handbooks, procedures, and current design memoranda.
A4.01-1(a) Range of Services/Activities
CONSULTANT shall provide surveying and mapping services to include, but not limited to:
CITY Contract No. K-04-00648
Page A-7
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
• phologrammetrv: Photogrammetric control including the determination of photo identifiable control
points, and marking contact prints.
• Boundary surveys: The monumentation and remonumentation of property boundaries and
subdivisions as stated in the work order. Survey and/or stake as needed all existing recorded
subdivision/condominium boundaries, tracts, units, phases, blocks, street RNV lines, common
areas. Includes analysis and processing of all field collected data and/or reports. If unrecorded
subdivision is on file in the public records of the subject county, tie existing monumentation of the
beginning and end of unrecorded subdivision.
• As -built Drawings: The measurement and preparation of plans showing existing improvements
after construction and the layout of proposed improvements. Locate all above ground features and
improvements. Deliver in appropriate electronic format. Effort includes field edits, analysis and
processing of all field collected data, existing maps, and/or reports.
• Legal Descriptions: The preparation of descriptions for use in legal instruments of conveyance of
real property and property rights.
• Plats and Maps: The preparation of subdivision planning maps and record plats, in accordance
with state law and local regulations for specified areas and/or properties. May involve the
preparation of tentative and final plats for the review of plats prior to approval and/or recordation as
directed by the Project Manager.
• Vertical Project Network Control (VPNC): The determination of, but not the design of, grades and
elevations of roads and land in connection with subdivisions or divisions of land; Establish or
recover VPNC, for the purpose of establishing vertical control on datum approved by the CITY;
may include primary or secondary vertical control points. Includes analysis and processing of all
field collected data, and preparation of forms.
• Alignment and right of way lines: The creation of perpetuation of alignments related maps, record
plats, field note records, reports, property descriptions and plans and drawings that represent
them. Establish, recover or re-establish project alignment. Also includes analysis and processing
of all field collected data, existing maps, and/or reports for identifying mainline, ramp, offset, or
secondary alignments. Depict alignment and/or existing RNV lines (in required format) per CITY
RNV Maps, platted or dedicated rights of way.
• Tonogranhic surveys: The CONSULTANT shall perform topographical surveys including cross
sections and related information necessary to accomplish the design and construction phases of
the Project; Locate all above ground features and improvements. Deliver in appropriate electronic
format. Effort includes field edits, analysis and processing of all field collected data, existing maps,
and/or reports. Perform field survey check sections or profiles to determine existing cross slope.
• Construction Layout: For sewer and other projects, the CONSULTANT shall perform all layout for
construction and provide final measurements and final measurement quantity sheets, and the
CONSULTANT shall be available on a full time basis during underground construction.
• Drainage Survey: Locate underground data (XYZ, pipe size, type, condition and flow line) that
relates to above ground data. Includes field edits, analysis and processing of all field collected
data, existing maps, and/or reports.
Underground utilities: Designation includes 2-dimensional collection of existing utilities and
selected 3-dimensional verification as needed for designation. Location includes non-destructive
excavation to determine size, type and location of existing utility, as necessary for final 3-
dimensional verification. Survey includes collection of data on points as needed for designates
and locates. Includes analysis and processing of all field collected data, and delivery of all
appropriate electronic files.
• Water Boundary Survey: Perform Mean High Water, Ordinary High Water and Safe Upland Line
Surveys as required by DEPARTMENT standards.
A4.01-1(b) Submittals and Deliverables
• Field Notes: Submit to the Project Manager one (1) original set of all field survey notes and any
other data developed for the purpose of performing the required surveying work required for the
Project. The field notes shall be presented in an approved field book. When using data collectors,
a report and digital submission shall be provided along with all the necessary field survey
information.
CITY Contract No. K-04-00648
Page A-8
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
■ Drawings: The CONSULTANT shall perform CADD drafting services as stated in the work order
required to supplement the field work. Plan and profile, cross-section sheets shall be in printed
and digital file form and shall be submitted by the CONSULTANT to the CITY. The CITY will
provide information regarding sheet sizes; form and title block information thereof when required.
• Progress Reports: Consultant shall submit regular progress reports for the work at intervals
appropriate to the projecl and stated in the work order or otherwise directed by Project Manager.
• Schedule for deliverables: To be determined by project managers
A4.01-2 GEOTECHNICAL
The CONSULTANT shall, for each project, be responsible for a complete geotechnical
investigation. All work performed by the CONSULTANT shall be in accordance with CITY standards, or as
otherwise directed by the Project Manager. The Project Manager will make interpretations and changes
regarding geotechnical standards, policies and procedures and provide guidance to the CONSULTANT.
Prior to beginning each phase of investigation and after the Notice to Proceed is given, the
CONSULTANT shall submit investigation plan for approval and meet with the PROJECT MANAGER or
representative to review the project scope and CITY requirements. The investigation plan shall include, but
not be limited to, the proposed boring locations and depths, and all existing geotechnical information from
available sources to generally describe the surface and subsurface conditions of the project site, Additional
meetings may be required to plan any additional field efforts, review plans, resolve plans/report comments,
resolve responses to comments, and/or any other meetings necessary to facilitate the project.
The CONSULTANT shall notify the CITY in adequate time to schedule a representative to attend all
related meetings and field activities.
A4.01-2(a) Document Collection and Review
CONSULTANT will review printed literature including topographic maps, county agricultural maps,
aerial photography (including historic photos), ground water resources, geology bulletins,
potentiometric maps, pile driving records, historic construction records and other geotechnical related
resources. Prior to field reconnaissance, CONSULTANT shall review U.S.G.S., S.C.S. and
potentiometric maps, and identify areas with problematic soil and groundwater conditions.
A4.01-2(b) Roadway
The CONSULTANT shall be responsible for coordination of all geotechnical related fieldwork
activities. The CONSULTANT shall retain all samples until acceptance of plans. Rock cores shall be
retained as directed in writing by the District PROJECT MANAGER.
Obtain pavement cores as directed in writing by the District PROJECT MANAGER.
If required by the PROJECT MANAGER, a preliminary roadway exploration shall be performed
before the Initial Engineering Phase plans submittal. The preliminary roadway exploration will be
performed and results provided to the Engineer of Record to assist in setting roadway grades and
locating potential problem areas. The preliminary roadway exploration shall be performed as directed in
writing by the District PROJECT MANAGER.
CONSULTANT shall perform specialized field-testing as required by project needs and as directed
in writing by the District PROJECT MANAGER. All laboratory testing and classification will be
performed in accordance with applicable CITY standards, ASTM Standards or AASHTO Standards,
unless otherwise specified in the Contract Documents.
A4.01-2(c) Detailed Boring Location Plan:
Develop a detailed boring location plan. Meet with CITY Geotechnical Project Manager for boring plan
approval. If the drilling program expects to encounter artesian conditions, the CONSULTANT shall
submit a methodology(s) for plugging the borehole to the CITY for approval prior to commencing with
the boring program.
A4.01-2(d) Stake Borings/Utility Clearance: Stake borings and obtain utility clearance
A4.01-2(e) MOT Plans for Field Investigation: Coordinate and develop Maintenance of Traffic
(MOT) plan. All work zone traffic control will be performed in accordance with the CITY's Roadway and
Traffic Design Standards Index 600 series.
A4.01.2(f) Drilling Access Permits: Obtain all State, County, City, and Water Management District
permits for performing geotechnical borings, as needed.
CITY Contract No. K-04-00648 Page A-9
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
A4.01-2(g) Property Clearances: Notify property tenants in person of drilling and field activities, if
applicable. Written notification to property owners/tenants is the responsibility of the CITY's Project
Manager.
A4.01-2(h) Groundwater Monitoring: Monitor groundwater, using piezometers.
A4.01-2(i) LBR Sampling: Collect appropriate samples for Limerock Bearing Ratio (LBR) testing.
A4.01-20) Coordination of Field Work: Coordinate all field work required to provide geotechnical
data for the project
A4.01-2(k) Soil and Rock Classification — Roadway: Refine soil profiles recorded in the field,
based on results of laboratory testing.
A4.01-2(l) Design LBR: Determine design LBR values from the 90% and mean methods
A4.01-2(m) Laboratory Data: Tabulate laboratory test results for inclusion in the geotechnical
report, the report of tests sheet Roadway Soil Survey Sheet), and for any necessary calculations and
analyses.
A4.01-2(n) Seasonal Nigh Water Table: Review the encountered ground water levels and estimate
seasonal high ground water levels. Estimate seasonal tow ground water levels, if requested.
A4.01-2(o) Parameters for Water Retention Areas: Calculate parameters for water retention
areas, exfiliration trenches, and/or swales.
A4.01-2(p) Limits of Unsuitable Material: Delineate limits of unsuitable material(s) in both
horizontal and vertical directions. Assist the Engineer of Record with detailing these limits on the cross -
sections. If requested, prepare a plan view of the limits of unsuitable material.
A4.01-2(q) ASCII Files for Cross -Sections: Create ASCII files of boring data for cross -sections
A4.01.2(r) Embankment Settlement and Stability: Estimate the total magnitude and time rate of
embankment settlements. Calculate the factor of safety against slope stability failure.
A4.01.2(s) Stormwater Volume Recovery and/or Background (See page Analysis): Perform
stormwater volume recovery analysis as directed by the CITY.
A4.01-2(t) Geotechnlcal Recommendations:
Provide geotechnical recommendations regarding the proposed roadway construction project including
the following: description of the site/alignment, design recommendations and discussion of any special
considerations (i.e. removal of unsuitable material, consolidation of weak soils, estimated settlement
time/amount, groundwater control, high groundwater conditions relative to pavement base, etc.)
Evaluate and recommend types of geosynthetics and properties for various applications, as required.
A4.01-2(u) Preliminary Roadway Report and Pavement Evaluation Report: If a preliminary
roadway investigation is performed, a preliminary roadway report shall be submitted before the Initial
Engineering Phase plans submittal. The purpose of the preliminary roadway report will be to assist in
setting road grades and locating potential problems.
• Copies of U.S.G.S. and S.C.S. maps with project limits shown.
• A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e. soils
grouped into layers of similar materials) and construction recommendations relative to Standard
Indices 500 and 505.
• Results of all tasks discussed in the previous section (Data Interpretation and Analysis).
• An appendix that contains stratified soil boring profiles, laboratory test data sheets, sample
embankment settlement and stability calculations, design LBR calculation/graphs, and other
pertinent calculations.
• The CONSULTANT will respond in writing to any changes and/or comments from the CITY and
submit any responses and revised reports.
If a pavement evaluation is performed, the evaluation and report submittal shall be in accordance with
Section 3.4 of the Materials Manual: Pavement Coring and Evaluation.
A4.01-2(v) Final Report: The Final Roadway Report shall include the following:
• Copies of U.S.G.S. and S.C.S. maps with project limits shown.
CITY Contract No. K-04-00848 Page A-10
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
• A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e. soils
grouped into layers of similar materials) and construction recommendations relative to Standard
Indices 500 and 505.
• Results of all tasks discussed in the previous section (Data Interpretation and Analysis).
• An appendix That contains stratified soil boring profiles, laboratory test data sheets, sample
embankment settlement and stability calculations, design LBR calculation/graphs, and other
pertinent calculations.
• The CONSULTANT will respond in writing to any changes and/or comments from the CITY and
submit any responses and revised reports.
A4.01-2(w) Auger Boring Drafting: Draft auger borings as directed by the CITY.
A4.01-2(x) SPT Boring Drafting: Draft SPT borings as directed by the CITY.
A4.01-3 ROADWAY ANALYSIS
The CONSULTANT shall analyze and document Roadway Tasks in accordance with all applicable
manuals, guidelines, standards, handbooks, procedures, and current design memorandums.
A4.01-3(a) Typical Section Package: The CONSULTANT shall provide an approved Typical Section
Package prior to the initial engineering Phase plans submittal date.
A4.01-3(b) Pavement Design Package: The CONSULTANT shall provide an approved Pavement
Design Package prior to the Final Engineering Phase plans submittal date.
A4.01-3(c) Access Management:
The CONSULTANT shall incorporate access management standards for each project in coordination
with CITY staff. The CONSULTANT shall review adopted access management standards and the
existing access conditions (interchange spacing, signalized intersection spacing, median opening
spacing, and connection spacing). Median openings that will be closed, relocated, or substantially
altered shall be shown on plan sheets and submitted with supporting documentation for review with the
Initial Engineering Phase plans submittal.
The CITY shall provide access management classification information and information derived from
PD&E studies and public hearings to be used by the CONSULTANT.
A4.01-3(d) HorizontalNertica! Master Design Flies:
The CONSULTANT shall design the geometrics using the design standards that are most appropriate
with proper consideration given to the design traffic volumes, design speed, capacity and levels of
service, functional classification, adjacent land use, design consistency and driver expectancy,
aesthetics, pedestrian and bicycle concerns, ADA requirements, elder road user policy, access
management, PD&E documents and scope of work.
A4.01-3(e) Cross Section Design Files: The CONSULTANT shall establish and develop cross
section design files in accordance with the CADD manual.
A4.01-3(f) Traffic Control Analysis
The CONSULTANT shall design a safe and effective Traffic Control Plan to move vehicular and
pedestrian traffic during all phases of construction. The design shall include construction phasing of
roadways ingress and egress to existing property owners and businesses, routing, signing and
pavement markings, and detour quantity tabulations. Special consideration shall be given to the
construction of the drainage system when developing the construction phases. Positive drainage must
be maintained at all times. The design shall include construction phasing of roadways to accommodate
the construction of utilities when the contract includes Joint Project Agreements (JPAs).
The CONSULTANT shall investigate the need for temporary traffic signals, temporary lighting, alternate
detour roads, and the use of materials such as sheet piling in the analysis. The Traffic Control Plan
shall be prepared by a certified designer who has completed training as required by the CITY. Prior to
proceeding with the Traffic Control Plan, the CONSULTANT shall meet with the appropriate CITY
personnel. The purpose of this meeting is to provide information to the CONSULTANT that will better
coordinate the Preliminary and Final Traffic Control Plan efforts.
A4,01-3(g) Master TCP Design Files - The CONSULTANT shall develop master Traffic Control Plan
(TCP) files (for Level II and Level III only) showing each phase of the Traffic Control Plan.
A4.01-3(h) Design Variations and Exceptions - If available, the CITY shall furnish the
Variation/Exception Report. The CONSULTANT shall prepare the documentation necessary to gain
CITY approval of all appropriate Design Variations and/or Design Exceptions.
CITY Contract No. K-04-00648 Page A-11
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
A4.01-3(i) Design Report
The CONSULTANT shall prepare all applicable report(s) as listed in the Project Description section of
this scope. The CONSULTANT shall submit to the CITY design notes, data, and calculations to
document the design conclusions reached during the development of the contract plans.
The design notes, data, and computations shall be recorded on size 81/"x11" sheets, fully titled,
numbered, dated, indexed and signed by the designer and the checker. Computer output forms and
other oversized sheets shall be folded to 8'/s'x11" size. The data shall be in a hardback folder for
submittal to the CITY.
A4.01-3(j) Additional Tasks: These additional Tasks may also be included: Cost Estimate,
Technical Special Provisions, Field Reviews, Technical Meetings, Quality Assurance/Quality Control,
Independent Peer Review, Supervision and Coordination.
A4.01-4 DRAINAGE ANALYSIS
The CONSULTANT shall analyze and document Drainage Tasks in accordance with all applicable manuals,
guidelines, standards, handbooks, procedures, and current design memorandums.
The CONSULTANT shall be responsible for designing a drainage and storm water management system. All
design work shall comply with the requirements of the appropriate regulatory agencies and the CITY's
Drainage Manual,
The CONSULTANT shall coordinate fully with the appropriate permitting agencies and the CITY's staff. All
activities and submittals should be coordinated through the CITY's Project Manager._The work will include
the engineering analyses for any or all of the following:
A4.01-4(a) Determine Base Clearance Water Elevation: Analyze, determine, and document high
water elevations which will be used to set roadway profile grade. Determine surface water elevations at
cross drains, floodplains, outfalls and adjacent stormwater ponds. Determine groundwater elevations at
intervals between the above -mentioned surface waters.
A4.01.4(b) Design of Cross Drains: Analyze the hydraulic design of cross drains. Check existing
cross drains to determine if they are structurally sound and can be extended. Document the design as
required. Determine and provide flood data as required.
A4.01-4(c) Design of Roadway Ditches: Design roadway conveyance ditches. This includes
determining ditch cross sections, grades, selecting suitable channel lining, designing the side drain
pipes, and documentation.
A4.01.4(d) Design of Outfalls: Analyze and document the design of ditch or piped outfalls.
A4.01-4(e) Design of Stormwater Management Facility (Roadside Ditch as Linear Pond): Design
stormwater management facilities to meet requirements for stormwater quality treatment and
attenuation. Develop proposed pond layout (shape, contours, slopes, etc.), perform routing
calculations, and design the outlet control structure.
A4.01-4(f) Design of Flood Plain Compensation Area: Determine flood plain encroachments,
coordinate with regulatory agencies, and develop proposed compensation area layout (shape,
contours, slopes, etc.). Document the design following the requirements of the regulatory agency.
A4.01-4(g) Design of Storm Drains Develop a "working drainage map", determine runoff, inlet
locations, and spread. Calculate hydraulic losses (friction, utility conflict and, if necessary, minor
losses). Determine Design Tailwater and, if necessary, outlet scour protection.
A4.01-4(h) Optional Culvert Material: Determine acceptable options for pipe materials.
A4.01-4(1) French Drain Design: Design French Drain Systems to provide stormwater treatment
and attenuation. Identify location for percolation tests and review these, determine the size and length
of French Drains, design the control structure/weir, and model the system of inlets, conveyances,
French Drains, and other outfalls using a routing program such as ICPR.
A4.01-4(j) Drainage Wells: Design the discharge into deep wells to comply with regulatory
requirements. Identify the location of the well, design the control structure/weir, and model the system
using a routing program such as ICPR.
A4.01-4(k) Temporary Drainage Analysts: Evaluate and address drainage to adequately drain the
road and maintain existing offsite drainage during all construction phases. Provide documentation.
CITY Contract No. K-04-00648 Page A-12
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
A4.01-4(I) Additional Tasks: These additional Tasks may also be included: Cost Estimate,
Technical Special Provisions, Field Reviews, Technical Meetings, Quality Assurance/Quality Control,
Independent Peer Review and Supervision.
A4,01-5 SIGNING AND PAVEMENT MARKING ANALYSIS:
The CONSULTANT shall analyze and document Signing and Pavement Markings Tasks in accordance with
all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums.
A4.01-5(a) Traffic Data Analysis: The CONSULTANT shall review the approved preliminary
engineering report, typical section package, traffic technical memorandum and proposed geometric
design alignment to identify proposed sign placements and roadway markings. Perform queue
analysis.
A4.01-5(b) Reference and Master Design File: The CONSULTANT shall prepare the Signing &
Marking Design file to include all necessary design elements and all associated reference files.
A4.01-5(c) Sign Panel Design Analysis. Establish sign layout, letter size and series for non-
standard signs.
A4.01-5(d) Sign Lighting/ Electrical Calculations Includes the verification of photometrics on
lighted, load center and voltage drop calculations.
A4.01-5(e) Additional Tasks: These additional Tasks may also be included: No Passing Zone
Study, Quantities, Computation Book, Cost Estimates, Technical Special Provisions, Field Reviews,
Technical Meetings, Quality Assurance/Quality Control, Independent Peer Review, Supervision and
Coordination.
A4.01-5(f) Signalization Analysis: The CONSULTANT shall analyze and document Signalization
Analysis Tasks in accordance with all applicable manuals, guidelines, standards, handbooks,
procedures, and current design memorandums
A4.01-5(g) Traffic Data Collection: The CONSULTANT shall perform all effort required for traffic
data collection, including crash reports, 24 hr. machine counts, 8 hr. turning movement counts, 7 day
machine counts, and speed & delay studies.
A4.01-5(h) Traffic Data Analysis: The CONSULTANT shall determine signal operation plan,
intersection geometry, local signal timings, pre-emption phasing & timings, forecasting traffic, and
intersection analysis run.
A4.01-5(i) Systems Timings. The CONSULTANT shall determine proper coordination timing plans
including splits, force offs, offsets, and preparation of Time Space Diagram.
A4.01-5(j) Reference and Master Signalization Design File: The CONSULTANT shall prepare the
Signalization Design file to include all necessary design elements and all associated reference files.
A4.01-5(k) Reference and Master Interconnect Communication Design File: The CONSULTANT
shall prepare the Interconnect Communication Design file to include all necessary design elements and
all associated reference files.
A4.01-5(I) Overhead Street Name Sign Design: The CONSULTANT shall design Signal Mounted
Overhead Street Name signs.
A4,01-5(m) Field Reviews: The CONSULTANT shall collect information from the maintaining
agencies and conduct a field review. The review should include, but is not limited to, the following:
• Existing Signal and Pedestrian Phasing
• Controller Make, Model, Capabilities and Condition/Age
• Condition of Signal Structure(s)
• Type of Detection as Compared With Current District Standards
• interconnect Media
• Controller Timing Data
A4.01-5(n) Additional Tasks: These additional Tasks may also be included: Signal Warrant Study,
Pole Elevation Analysis, Traffic Signal Operation Report, Quantities, Cost Estimate, Technical Special
CITY Contract No. K-04-00648 Page A-13
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
Provisions, Technical Meetings, Quality Assurance/Quality Control, Independent Peer Review,
Supervision and Coordination.
A4.01-6 LIGHTING ANALYSIS:
The CONSULTANT shall analyze and document Lighting Tasks in accordance with all applicable manuals,
guidelines, standards, handbooks, procedures, and current design memorandums.
A4.01-6(a) Lighting Justification Report: The CONSULTANT shall prepare a Lighting Justification
Report. The report shall be submitted under a separate cover with the Initial Engineering Phase plans
submittal, titled Lighting Design Analysis Report.
A4.01-6(b) Lighting Design Analysis Report: The CONSULTANT shall prepare a Preliminary
Lighting Design Analysis Report. The report shall be submitted under a separate cover prior to the
Final Engineering Phase plans submittal. The report shall provide analyses for each typical section of
the mainline, typical section for the ramps (one and/or two lanes), interchanges, underdeck lighting,
and arterial roads. Each lighting calculation shall be properly identified as to the area that it covers.
The report shall include the Lighting Design Criteria that will be used and shall include the evaluation of
at least three lighting design alternatives and a recommendation on the alternative to use. Each
alternative shall be properly described; the alternatives shall consider different pole heights, lamp
wattage, and arm lengths. Each alternative shall be provided with a cost estimate that includes initial
cost in addition to operations and maintenance cost for one year.
After approval of the preliminary report, the CONSULTANT shall submit a revised report including a
detailed lighting design analysis for each submittal.
A4.01-6(c) Voltage Drop Calculations: The CONSULTANT shall submit voltage drop calculations
showing the equation or equations used along with the number of luminaries per circuit, the length of
each circuit, the size conductor or conductors used and their ohm resistance values. The voltage drop
incurred on each circuit (total volts and percentage of drop) shall be calculated, and all work necessary
to calculate the voltage drop values for each circuit should be presented in such a manner as to be
duplicated by the District. Load analysis calculations shall be submitted for each branch circuit breaker
and main breaker.
A4.01-6(d) Reference and Master Design Files: The CONSULTANT shall prepare the Lighting
Design file to include all necessary design elements and all associated reference files.
A4.01-6(e) Temporary Lighting: The CONSULTANT shall provide temporary lighting for all affected
phases of construction to light all detour roadways in areas where required. The temporary lighting
shall be included with the Traffic Control Plans with proper notes, quantities and details.
A4.01-6(f) Design Documentation: The CONSULTANT shall submit a Roadway Lighting Design
Documentation Book with each lighting plans submittal under a separate cover and not part of the
roadway documentation book. At a minimum, the design documentation book shall include:
• Lighting Calculations.
• Back up sheet for each bid item quantity total on each lighting plan sheet (Production Complete
Phase submittals).
• Phase submittal checklist.
• Three-way quantity check list (Production Complete Phase submittals).
• Structural calculations for special conventional pole concrete foundations.
• Structural calculations for the high mast pole foundations.
• Letter to the power company requesting service.
• Power company confirmation letter on the requested services (Production Complete Phase
submittals).
• Voltage drop calculations (Production Complete Phase submittals).
• Load analysis calculations (Production Complete Phase submittals).
A4.01-6(g) Field Reviews The CONSULTANT shall collect information from the maintaining
agencies and conduct a field review. The review should include but is not limited to the following:
• Existing Lighting Equipment
• Load Center, Capabilities and Condition/Age
• Condition of Lighting Structure(s)
CITY Contract No. K-04-00648 Page A-14
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
A4.01-6(h) Additional Tasks: These additional Tasks may also be included; Technical Meetings,
Quality Assurance/Quality Control, Independent, Peer Review, Supervision and Coordination, FDEP
Coordination and Report.
A4.01-7 LANDSCAPING ANALYSIS
The CONSULTANT shall analyze and document Landscape Architecture Tasks in accordance with all
applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums.
A4.01-7(a) Data Collection: Alt research required to collect data necessary to complete the initial
design analysis. Includes identifying local ordinances and collection of other project data.
A4.01-7(b) Site Inventory and Analysis: Includes identification of opportunities and constraints for
the proposed project based on existing site conditions. Summary of analysis, if required, is included in
conceptual design.
A4.01-7(c) Planting Design:
• Conceptual Design: Includes delineation of all proposed planting types, scheme development and
preliminary costs, and areas and reports. The design shall be submitted with the Initial Engineering
Phase plans.
■ Final Design: Includes identifying the species/type, size, location, spacing, and quality of all plants.
A4.01-7(d) Irrigation Design:
■ Feasibility Report: Includes analysis of methods, materials and operation costs associated with
proposed irrigation system design.
• Conceptual Design: Typically not done in master design file. Includes determination of water and
power sources. Initial Engineering Phase design level.
■ Final Design: Includes all work in master design files. Irrigation Design includes, but is not limited
to, the locations and sizes of pumps, pump stations, mainlines, lateral lines, irrigation heads,
valves, backflow and control devices.
• Conceptual design - scheme development and preliminary costs: Typically not done in master
design file. Delineation of areas and elements to be included in design. Select cut sheets, prepare
image boards. includes report, if required
• Final Design: Includes all work in master design files. Hardscape Design includes, but is not
limited to, sidewalks, plazas, Steps, Fountains, Walls, Pedestrian bridges, non -regulatory signs or
project graphics, roadway aesthetics, site furnishings.
A4.01.7(e) Addltional Tasks: These additional Tasks may also be included: Hardscape Design,
Computation Book and Quantities, Cost Estimates, Technical Special Provisions, Field Reviews, Technical
Meetings, Quality Assurance/Quality Control, Independent Peer Review, Supervision and Coordination.
A4.02 DESIGN AND PERMITTING
A4.02-1 Roadway Plans.
The CONSULTANT shall prepare Roadway, Drainage, Traffic Control, Utility Adjustment Sheets,
plan sheets, notes, and details. The plans shall include the following sheets necessary to convey the intent
and scope of the project for the purposes of construction.
Key Sheet, Summary of Pay Items including Quantity Input, Drainage Map, Interchange Drainage
Map, Typical Section Sheets, General Notes/Pay Item Notes, Summary of Quantities, Box Culvert Data
Sheet, Bridge Hydraulics Recommendation Sheets, Summary of Drainage Structures, Optional Pipe/Culvert
Material, Project Layout, Plan/Profile Sheet, Profile Sheet, Plan Sheet, Special Profile, Back of Sidewalk
Profile Sheet, Interchange Layout Sheet, Ramp Terminal Details (Plan View), Intersection Layout Details,
Miscellaneous Detail Sheets, Drainage Structure Sheet, Miscellaneous Drainage Detail Sheets, Lateral
Ditch Plan/Profile, Lateral Ditch Cross Sections, Retention/Detention Ponds Detail Sheet, Retention Pond
Cross Sections, Cross -Section Pattern Sheet, Roadway Soil Survey Sheet, Cross Sections, Traffic Control
Plan Sheets, Traffic Control Cross Section Sheets, Traffic Control Detail Sheets, Utility Adjustment Sheets,
Selective Clearing and Grubbing, Erosion Control Plan, SWPPP, Project Control Network Sheet, Interim
Standards, Utility Verification Sheet (SUE Data), Quality Assurance/Quality Control and Supervision.
CITY Contract No. K-04-00648 Page A-15
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
A4.02-2 Signing And Pavement Marking Plans:
The CONSULTANT shall prepare a set of Signing and Pavement Marking Plans in accordance
with the Plans Preparation Manual that includes the following:
Key Sheet, Summary of Pay Items, Tabulation of Quantities, General Notes/Pay Item Notes, Project
Layout, Plan Sheet, Typical Details, Guide Sign Work Sheet(s), Traffic Monitoring Site, Cross Sections,
Special Service Point Details, Special Details, Interim Standards, Quality Assurance/Quality Control,
Supervision.
A4.02-3 Slgnalizatlon Plans:
The CONSULTANT shall prepare a set of Sfgnalization Plans in accordance with the
specifications, which includes the following:
Key Sheet, Summary of Pay Items Including Trns*port Input, Tabulation of Quantities, General
Notes/Pay Item Notes, Plan Sheet, Interconnect Plans, Traffic Monitoring Site, Guide Sign Worksheet,
Special Details, Special Service Point Details, Mast Arm/Monotube Tabulation Sheet, Strain Pole Schedule,
TCP Signal (Temporary), Temporary Detection Sheet, Utility Conflict Sheet, Interim Standards, Quality
Assurance/Quality Control and Supervision.
A4.02-4 Environmental Permits: The CONSULTANT shall notify the CITY PROJECT MANAGER and
other appropriate personnel in advance of all scheduled meetings with the regulatory agencies to allow a
CITY representative to attend. The CONSULTANT shall copy the PROJECT MANAGER on all permit
related correspondence and meetings.
A4.02-4(a) Preliminary Project Research - The CONSULTANT shall perform preliminary project
research and shall be responsible for early identification of and coordination with the appropriate
regulatory agencies to assure that design efforts are properly directed toward permit requirements.
A4.02-4(b) Complete Permit involvement Form - The CONSULTANT shall document permit
involvement in coordination with the CiTY PROJECT MANAGER. To be done upon completion of
preliminary project research.
A4.02-4(c) Establish Wetland Jurisdictional Lines - The CONSULTANT shall collect all data and
information necessary to determine the boundaries of wetlands and surface waters defined by the rules
or regulations of each agency processing or reviewing a permit application necessary to construct a
CITY project.
The CONSULTANT shall be responsible for, but not limited to, the following activities:
■ Determine landward extent of state waters as defined in Chapter 62-340 Florida Administrative
Code as ratified in Section 373.4211 Florida Stature as amended.
• Determine the jurisdictional boundaries of wetlands and surface waters as defined by rules or
regulations of any other permitting authority that is processing a CITY permit application.
• Prepare aerial maps showing the jurisdictional boundaries of wetlands and surface waters. Aerial
maps shall be reproducible, of a scale no greater than 1"=200' and be recent photography. The
maps shall show the jurisdictional limits of each agency. Xerox copies of aerials are not
acceptable. All jurisdictional boundaries are to be tied to the project's baseline of survey. When
necessary, jurisdictional maps shall be signed and sealed by either a Registered Professional
Engineer or a Registered Land Surveyor.
■ Acquire written verification of jurisdictional lines from the appropriate environmental agencies.
• Prepare a written assessment of the current condition and relative value of the function being
performed by wetlands and surface waters. Prepare data in tabular form which includes ID number
for each wetland impacted, size of wetland to be impacted, and type of impact and identify any
wetland within the project limits that will not be impacted by the project.
A4.02-4(d) Agency Verification of Wetland Data_The CONSULTANT shall be responsible for
verification of wetland data identified in previous Section and coordinating regulatory agency field
reviews, including finalization of wetland assessments with applicable agencies.
A4.02-4(e) Complete and Submit All Required Permit Applications
• The CONSULTANT shall prepare permit packages as Identified in the Project Description section.
• The CONSULTANT shall collect all of the data and information necessary to obtain the
environmental permits required to construct a project.
• The CONSULTANT shall prepare each permit application for CITY approval in accordance with the
rules and/or regulations of the environmental agency responsible for issuing a specific permit
and/or authorization to perform work.
CITY Contract No. K-04-00648 Page A-16
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
A4.02-4(f) Mitigation Coordination and Meetings The CONSULTANT shall coordinate with CITY
personnel prior to approaching any environmental permitting or reviewing agencies. Once a mitigation
plan has been reviewed and approved by the CITY, the CONSULTANT will be responsible for
coordinating the proposed mitigation plan with the environmental agencies.
A4.02-4(g) Mitigation Design
• If wetland impacts cannot be avoided, the CONSULTANT shall prepare a mitigation plan to be
included as a part of the Environmental Resource or Wetlands Resource Permit applications.
• Prior to the development of alternatives, the CONSULTANT shall meet with the Project Manager to
determine the State policies in proposing mitigation. The CONSULTANT shall proceed in the
development of a mitigation plan based upon the general guidelines provided by the CITY.
• The CONSULTANT will be directed by the CITY to investigate the following methods of mitigation:
• Payment to DEPIWMD per acre of wetlands impacted as defined in CH 373.4137 FS
• Monetary participation in offsite regional mitigation plans
• Monetary participation in a private mitigation bank
• Creation/restoration on public lands
• Creation/restoration on right-of-way purchased by the CITY
• Creation/restoration on existing CITY right-of-way
In the event that physical creation or restoration is the only feasible alternative to offset wetland
impacts, the CONSULTANT shall collect all of the data and information necessary to prepare
alternative mitigation plans that may be acceptable to all permitting agencies and commenting
agencies who are processing or reviewing a permit application for a CITY project. Prior to selection of
a final mitigation site, the CONSULTANT will provide the following services in the development of
alternative mitigation plans:
• Preliminary jurisdictional determination for each proposed site
• Selection of alternative sites
• Coordination of alternative sites with the CITY/all environmental agencies
• Written narrative listing potential sites with justifications for both non -recommended
A4.02-4(h) Environmental Clearances The CONSULTANT shall prepare clearances for all pond
and/or mitigation sites identified after the preliminary studies are completed.
A4.02-4(I) Archaeological and Historical Features: The CONSULTANT shall collect data
necessary to completely analyze the impacts to all cultural and historic resources by the pond and/or
mitigation sites and prepare a Cultural Resource Assessment Request Package.
A4,02-4(j) Wetland Impact Analysis: The CONSULTANT shall analyze the impacts to wetlands for
the pond and/or mitigation sites and complete the Wetlands Evaluation Report.
A4.02-4(k) Wildlife and Habitat Impact Analysis: The CONSULTANT shall collect data necessary
to perform an Endangered Species Biological Assessment, and analyze the impacts to wildlife and
habitat by the pond and/or mitigation sites.
A4.02-4(I) Contamination Impact Analysis: The CONSULTANT shall perform the necessary
analysis to complete the Contamination Screening Evaluation for the pond and/or mitigation sites and
complete the Contamination Screening Evaluation Report.
A4.02-4(m) Additional Tasks: These additional Tasks may also be included Prepare Dredge and
Fill Sketches, Prepare USCG Permit Sketches, Prepare Easement Sketches, Prepare Right -of -Way
Occupancy Sketches, Prepare Coastal Construction Control Line (CCCL) Permit Sketches, Prepare
Tree Permit Information Technical Meetings, Quality Assurance/Quality Control, Supervision,
Coordination.
A4.02-5 INTERAGENCY COORDINATION:
The CONSULTANT services shall include all coordination, meetings, etc., required to include Joint Project
Agreement (JPA) plans (prepared by others) in contract plans package including all necessary
revisions/modifications to contract documents to ensure plans compatibility.
CITY Contract No. K-04-00648 Page A-17
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
A4.02-6 UTILITIES:
The CONSULTANT shall identify utility facilities, and, if directed, secure agreements, and plans from the
Utility Agency Owners (UAO) ensuring no conflicts exist between utility facilities and the CITY's construction
project. The CONSULTANT shall certify all utility negotiations have been completed with arrangements
made for utility work to be undertaken.
A4.02-6(a) Kickoff Meeting: Prior to any contact with the UAO(s), the CONSULTANT shall meet with
the CITY to receive guidance, as may be required, to assure that all necessary coordination will be
accomplished. CONSULTANT shall bring a copy of the design project work schedule reflecting utility
activities.
A4.02-6(b) identify Existing UAO(s): Identify all utilities in the corridor; check with City Public Works
for Permits, Sunshine State One Call, Subsurface Utility Engineering (SUE) Report, Design Location
Survey, and Existing Plans
A4.02-6(c) Make Utility Contacts
• First Contact: Send letters and two sets of plans to each utility, at least one set for the CITY.
Includes contact by phone for meeting coordination. Request type, size, location, easements, cost
for compensable relocation, and justification for any utility exceptions. Include the meeting
schedule (if applicable) and the design schedule. Include typical meeting agenda.
• Second Contact: The CONSULTANT shall transmit two complete sets of Final Engineering Phase
plans to each UAO having facilities located within the project limits, and two sets to the CITY.
• Third Contact: Identify agreements and assemble packages. Send agreements, letters and two
sets of plans to the UAO(s) including all component sets, and two sets for the CITY. Include the
design schedule. Not all projects will have all contacts as described above.
A4.02-6(d) Exception Coordination: The CONSULTANT shall be responsible for
transmitling/coordinating the appropriate design reports to each UAO in order to identify any clear and
control zone violation that may require a Utility Exception. The CONSULTANT shall coordinate the
processing of design exceptions involving Utilities with the UAO and the CITY. Coordinate and process
in accordance with FDOT's Utility Accommodation Manual.
A4.02-6(e) Preliminary Utility Meeting: The CONSULTANT shall schedule (time and place), notify
participants, and conduct a preliminary utility meeting with all affected UAO(s) for the purpose of
presenting the project, review the current design schedule, evaluate the utility information collected,
provide follow-up information on compensable interest requests, discuss the utility work by highway
contractor option with each utility, and discuss any future design issues that may impact utilities. This is
also an opportunity for the UAO(s) to present proposed facilities. The CONSULTANT shall keep
accurate minutes and distribute a copy to all attendees.
A4.02-6(f) individual/Field Meetings: The CONSULTANT shall meet with each UAO separately
throughout the project design duration to provide guidance in the interpretation of plans, review
changes to the plans and schedules, optional clearing and grubbing work, and assist in the
development of the UAO(s) plans and work schedules. The CONSULTANT is responsible for
motivating the UAO to complete and return the necessary documents after each Utility Contact or
Meeting.
A4.02-6(g) Collect and Review Plans and Data from UAO(s): Make Determinations
(Compensable Interest, Easements, Coordinate, Analyze). Ensure information (utility type, material and
size) is sent to the designer for inclusion in the plans. Coordinate programming of funds
A4.02-6(h) Subordination of Easements Coordination:. The CONSULTANT, if requested by the
CITY, shall transmit to and secure from the UAO the executed subordination agreements prepared by
the appropriate CITY office. The CONSULTANT shall coordinate with the DUO the programming of the
necessary work program funds to compensate the UAO.
A4.02-6(I) Utility Design Meeting: At a minimum of 3 weeks prior to the meeting, the
CONSULTANT shall transmit two complete sets of Final Engineering Phase plans to each UAO having
facilities located within the project limits, and one set to the CITY. The CONSULTANT shall schedule
(time and place), notify participants, and conduct a Utility meeting with all affected UAO(s). The
CONSULTANT shall be prepared to discuss drainage, traffic signalization, maintenance of traffic
(construction phasing), review the current design schedule and letting date, evaluate the utility
CITY Contract No. K-04-00648 Page A-18
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
information collected, provide follow-up information on compensable interest requests, discuss the
utility work by highway contractor option with each utility, discuss any future design issues that may
impact utilities, etc., to the extent that they may have an effect on existing or proposed utility facilities
with particular emphasis on drainage and maintenance of traffic with each UAO. The intent of this
meeting shall be to identify and resolve conflicts between utilities and proposed construction prior to
completion of the plans, including utility adjustment details. Also recommend resolution between known
utility conflicts with proposed construction plans as practical. The CONSULTANT shall keep accurate
minutes of all meetings and distribute a copy to all attendees.
A4.02-6(1) Review Utility Markups, Work Schedules and Processing of Schedules and
Agreements:. Review utility marked up plans individually as they are received for content and
coordinate review with the designer. Send color markups and schedules to the appropriate CITY
office(s) for review and comment if required by the District. Coordinate with the District for execution.
Distribute Executed Final Documents. Prepare Work Order for UAO(s). Coordinate programming of
funds.
A4.02-6(k) Utility Coordination and Follow up. - This includes follow-up, interpreting plans, and
assisting and the completion of the UAO(s) work schedule and agreements. Includes phone calls, face-
to-face meetings, etc., to motivate and ensure the UAO(s) complete and return the required documents
in accordance with the project schedule. Ensure the resolution of all known conflicts. This task can be
applied to all phases of the project.
A4.02-6(I) Utility Constructability Review: Review utility schedules against construction contract
time, and phasing for compatibility. Coordinate with construction office.
A4.02-6(m) Additional Utility Services: Preparation and coordination of Utility Design Plans when
the CITY participates in cost of utility work. This item is not usually included in the scope at the time of
negotiation. It is normally added as a supplemental agreement when the need is identified.
A4.02-6(n) Processing Utility Work by Highway Contractor (UWHC): This includes coordination
of utility design effort between the CITY and the UAO(s). Determine the CITY's cost participation,
additional coordination meetings, prepare, negotiate, and process the agreements, review tabulation of
quantities, prepare Summary of Pay Items - UWHC, perform UWHC constructability and bidability
review, Technical Specifications review. This task is distinct from utility design effort. This item is not
usually included in the scope at the time of negotiation, but is. added as a supplemental Work Order
when the need is identified.
A4.02-6(o) Contract Plans to UAO(s): This includes transmittal of the contract plans as processed
for felting. Transmittals to UAO(s) are by certified mail, return receipt requested.
A4.02-6(p) Certification and Close -Out: This includes hours for transmitting utility files to the DUO
and preparation of the Utility Certification Letter. The CONSULTANT shall certify to the appropriate
CITY representative the following:
All utility negotiations (Full execution of each agreement, approved Utility Work Schedules, technical
special provisions written, etc.) have been completed with arrangements made for utility work to be
undertaken and completed as required for proper coordination with the physical construction schedule.
OR
An on -site inspection was made and no utility work will be involved.
OR
Plans were sent to the Utility Companies or Agencies and no utility work is required.
A4.02-7 LIGHTING PLANS
The CONSULTANT shall prepare a set of Lighting Plans in accordance with the Plans Preparation Manual,
which includes the following:
Additional Tasks: These additional tasks may also be included: Key Sheet, Summary of Pay Item Sheet
Including Trns*port Input, Tabulation of Quantities, General Notes/Pay Item Notes, Pole Data and Legend &
Criteria, Service Point Details, Project Layout, Plan Sheet, Special Details, Temporary Lighting Data and
Details, Traffic Control Plan Sheets, Interim Standards, Quality Assurance/Quality Control, Supervision.
CITY Contract No. K-04-00648 Page A-19
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
A4.02-8 LANDSCAPING PLANS:
The CONSULTANT shall prepare a set of Landscaping Plans which includes the following:
A4.02-8(a) Planting Details and Notes - The CONSULTANT shall include a written or graphic guide
for care and maintenance of the irrigation system after the warranty period. This Maintenance Plan will
be developed in coordination with the local government entity who assumes the maintenance
obligation.
A4.02-8(b) Hardscape Details and Notes - The CONSULTANT shall include a written or graphic
guide for care and maintenance of the irrigation system after the warranty period. This Maintenance
Plan will be developed in coordination with the local government entity who assumes the maintenance
obligation.
A4.02-8(c) Technical Maintenance Plan. - Written or graphic guide for care of the plantings, irrigation
system and hardscape maintenance after the warranty period. Maintenance details and specifications
shall recommend: a mowing schedule and maintained grass height; fertilization schedules, formulas,
rates and methods of application; weeding schedule and method chemical, mechanical, or manual;
edging schedule; herbicide schedules formulas, rates, methods of application, precautions; pruning
schedule and methods to maintain health and clear sight requirements; mulching materials, thickness
and replacement frequency; irrigation schedule and warranty period maintenance (flushing,
adjustments, clean-up); litter pick-up; and hardscape care. This Maintenance Plan will be developed in
coordination with the local government entity that assumes the maintenance obligation.
A4.02-8(d) Additional Tasks: These additional tasks may also be included: Key Sheet, Tabulation
of Quantities, General Notes, Tree and Vegetation Inventory, Protection and Relocation Plans, Planting
Plans for Linear Roadway Projects, Planting Plans (Interchanges and Toll Plazas) Irrigation Plans for
Linear Roadway Project, Irrigation Plans for Interchange and Toll Plazas, Irrigation Details and Notes,
Hardscape PlansCost Estimate, Quality Assurance/Quality Control and Supervision.
A4.03 SPECIFICATIONS PACKAGE PREPARATION:
The CONSULTANT shall prepare and provide a complete specifications package, including applicable Technical
Special Provisions, for all items and areas of work, as described in Section A1.05-2 and A1.05-3
A4.04 BIDDING
Upon obtaining all necessary approvals of the Construction Document and approval by the Owner of the latest
Statement of Probable Construction Cost, the CONSULTANT shall assist the Owner in obtaining/evaluating bids and
awarding construction contracts.
The Owner may have the drawings and specifications printed for bidding purposes, either through its open
agreements with printing firms or as a reimbursable cost through the CONSULTANT.
A4.05 POST DESIGN/CONSTRUCTION
The Construction Phase will begin with the award of the Construction contract and will end when the Owner
approves the Contractor's final Payment Certificate and all post construction documents, As -Built Surveys,
warrantees and guarantees have been delivered to the Owner. During this period, the CONSULTANT shall provide
Administration with the Construction Contract as set forth in the General and_Supplementary (and/or Special)
Conditions of the Construction Contract.
CITY Contract No. K-04-00648 Page A-20
r
ATTACHMENT A - SCOPE OF WORK
MAJOR TRANSPORTATION AND TRANSIT PROFESSIONAL SERVICES
ATTACHMENT A - SCOPE OF WORK
SCHEDULE Al. - SUBCONSULTANTS
FIRM NAME
CONSULTING FIELD
SCHEDULE A2. - KEY STAFF
NAME
JOB CLASSIFICATION
CITY Contract No. K-04-00648 Page A-21
z
0
0
CONSULTANT
COMPENSATION
SCHEDULE A3 WORK ORDER FORM 8/XX/04
City of Miami, Florida
WORK ORDER FOR PROFESSIONAL SERVICES
CITY CONTINUING SERVICE Transportation and Transit Professional Services
CONTRACT FOR P drop down menu
Contract Effective Dates: START END:
Contract Number
Contract
Authorization: LiResolution ❑ City Code Section Number
CONSULTANT
FIRM
OFFICE
LOCATION
CITY
STATE
ZIP
CONTACT NAME
PROJECT NAME
BRIEF SCOPE OF
WORK
Consultant Proposal Date
Consultant Project Manager
CONSULTANT FEES
$
TITLE
PROJECT
NUMBER
As further detailed In attached Consultant Work Order Proposal
CITY WORK ORDER NUMBER
WORK ORDER EFFECTIVE DATE
Lump Sum, Fixed Fee
Allowance For
Reimbursable Expenses
Allowance For Additional
Services (If any)
TOTAL MAXIMUM
AMOUNT
TASK / ACTIVITY ELEMENT
$
$0
Lump Sum, Fixed Fee
Lump Sum, Fixed Fee
Lump Sum, Fixed Fee
DELIVERABLE
DUE
FEE
REQUIRED
COMPLETION
DATE
Work Orders Issued to
date under Contract
FEE BASIS drop down menu
Lump Sum, Fixed Fee
Lump Sum, Guaranteed Maximum
Hourly Rate, Not to Exceed
$
Percentage of Construction
Other
$0
OTHER NOTES
Estimated Construction Cost $
N/A
Direct Expense
TOTAL
FUNDING
SOURCE(S)
This Work Order shall be performed in accordance with the above -referenced Contract, and incorporates by reference all
documents described below:
1. Contract referenced
above
2. Proposal referenced
above
3. Requirements of City
Authoriza
4. Other (list)
E
O
ce
EL
o_
<
N
Name
, Signature
Title
Date
Prepared By
City Project Manager
Approved By
Team Leader Horizontal projects
Approved By
•
Construction Team Leader
Approved By
Director
Accepted By
SCHEDULE A3
SAMPLE
CONSULTANT WORK ORDER PROPOSAL
Should be on consultant letterhead and must be dated
<insert firm name> proposes to provide the services identified below for the project
entitled " " <insert project name>, <insert Project B number>', pursuant to its
Professional Service Agreement with the City of Miami for Transportation Consulting <drop
down menu> services, dated <insert contract execution date.
I. GENERAL
<This should be a narrative description of the project and the identification of specific
tasks (e.g., design services and post -design services) that Consultant is required to perform>
II. SCOPE OF WORK
A. TASK 1
Detailed description in outline and narrative form of each activity to be undertaken to accomplish
Task 1. Example:
A. Task 1 — Pre -Design Services & Testing
1. Survey <detailed description of each activity>
2. Materials Testing <detailed description of each activity>
B. Task 2 -- Design Services
1. Design Development <detailed description of each activity>
2. Construction Documents <detailed description of each activity>
C. TASK x
Repeat as above for each major task area, sub -task and or activity
III. SUBCONSULTANTS
The below listed Sub -Consultants will assist in the performance of the Work.
SubConsultant Name
Specialty or Expertise
IV. SCHEDULE OF WORK — TIME OF PERFORMANCE
May be a narrative or table specifically identifying tasks, sub -tasks and/or activities, the duration
for completion & projected completion from date of written notice to proceed. Should include a
listing of deliverables.
Example:
Consultant shall submit the Deliverables and perform the Work as depicted in the tables below
SCHEDULE OF DELIVERABLES
Sheet or
ID
Number
Drawing Name or Deliverable
Total Hours
Or Anticipated
Delivery Date
r
SCHEDULE A3
date
WORK ORDER PROPOSAL
Page 3
SCHEDULE OF WORK
TaskDuration
or
Activity
ID #
Task Name and/or Activity Description
(specify weeks,
calendar or
working days)
Projected
Start Date
Projected
Finish Date*
e above schedule assumes a Written Notice to Proceed will be issued by City on , 200 .
V. COMPENSATION
Consultant shall perform the Work detailed in this Proposal for a Lump Sum, Not to Exceed
drop down menu> fee of dollars and cents ( ) <insert amount in words and
figures>. Said fee includes an allowance for Reimbursable Expenses required in connection
with the Work, which shall be established in an amount not to exceed Said
Reimbursable Expenses shall be utilized in accordance with the Agreement Provisions and shall
conform to the limitations of Florida Statutes § 112.061. Provide additional detail regarding the
fees, and manner of compensation, particularly if paid on a basis other than lump sum. For any
Tasks that are to be paid on an hourly rate basis, Consultant shall provide a breakdown of staff
assigned, hourly rates & anticipated time required.
SCHEDULE OF COMPENSATION
Task or
Activity
1D #
Task Name and/or Activity Description
Fee Amount
Fee Basis
1,1
Lump Sum, Not to Exceed
1.2
1.3
2
Allowance for Contingencies
Allowance for Reimbursable Expenses
VI. PROJECT MANAGER
CONSULTANT'S Project Manager for this Work Order assignment will be
title>.
<insert name,
Submitted by: <signature of authorized company official>
<print name and title>
Prepared by:
<print name and title if other than signer>
NOTE: Deviations from this Work Order form (Schedule A3) require written approval of the
Director and written approval of the City Attorney as to legal form.
Name of Project
Project B#
ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT
Description
Consultant Name:
Consuttant No.:
Date:
Estimator
STAFF CLASSIFICATION
Enter name of prime or subconstltart
enter consultants proj. number
8/17/2004
insert name
Job Classification
Siff
Applicable Rate
Work Activity
Position 1
name
Rate: $0.00
Position 2
name
Rate: $0.00
Position 3
name
Rate: $0.00
Position 4
nano
Rate: $0.00
Position 5
name
Rate: $0.00
Position 6
name
Rate: $0.00
Position 7
name
Rate: $0.00
Position 8
nave
Classification
Staff Hours
By
Activity
Salary
cost By
Activity
Average
Rate Per
Task
Man
hours
Cost/
Actvty
Man
hours
Cost/
Actvty
Man
hours
Cost/
Actvty
Man
hours
Cosh
Actvty
Men
hours
Cost/
Actvty
Nan
hours
Cost/
Actvty
Rican
hours
Cost/
Actvty
Men
hours
Cost/
Actvty
1
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
#DIV/0!
2
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
#DIV/0!
3
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
#DMO!
4
0
50
0
$0
0
$0
0
$0
0
$O
0
$0
0
$0
0
$0
0
$0
#DIV/0!
5
0
$0
0
$0
0
$0
0
SO
0
$0
0
$0
0
SO
0
$0
0
$0
#DIV/0!
6
0
$0
0
$0
0
$0
0
$0
0
$O
0
$0
0
S0
0
S0
0
$0
UDIV/01.
7
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
S0
0
S0
0
$0
10lV/0!
8
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
S0
0
$0
0
$0
#DIV/0!
9
0
$0
0
$0
0
$0
0
$0
0
S0
0
$0
0
S0
0
$0
0
$0
#DIV/0!
10
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
#DIV/0!
11
0
$O
0
$0
0
$0
0
$0
0
S0
0
$0
0
$0
0
$0
0
$0
#DIV/0!
12
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
#DIV/0!
13
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
#DIV/01.
14
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
#DrVIO!
15
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
#DIV/0!
16
0
$0
0
$0
0
$0
0
$0
0
SO
0
$0
0
$0
0
$0
0
$0
#OTV101.
17
0
$0
0
$0
0
SO
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
fEDIV/0!
18
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
#0IV/0I
19
0
$0
0
$0
0
SO
0
$0
0
$0
0
$0
0
$0
0
$0
0
S0
*WOO!
20
0
$0
0
$0
0
$0
0
$0
0
S0
0
$0
0
$0
0
$0
0
$0
#DN101
21
0
5o
o
$0
0
$0
0
$0
0
$0
o
S0
0
$0
0
$0
0
$0
#DIV/0!
22
0
50
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
#DrV/01
23
0
$o
o
$o
0
$o
0
$o
0
$o
0
$o
0
$0
0
$0
0
$o
' #DIV/0!
24
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
50
0
$0
4tDIV10!
25
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
#DrV/o!
26
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
#DIV/0!
27
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
0
$0
#D1V/0!
Total Staff Hours
0
0
0
0
0
0
0
0
0
Total Staff Cost
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
i
$0.00
$0.00
tO1VAl
Total % of Work by Classification
roam Revised nrerw
attetti
Survey Field Days for Subconsuttant
3 - Person Crew 0
4 - Person Crew 0
Sunray (3 man crew) 0.00 3-man crew days fp
Survey (4 man crew) 0.00 Oman crew days gji
Notes:
1. This sheet is 1n be used by Prime Consultant to calculate the Grand Total Fee.
2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden
3_ The basis for work activity descriptions shaA be the FICE/FDOT Standard Scope
and Staff Flour Estimation Handbook_
/ day $0.00
1 day $0.00
altelte
NEGOTIATED FEE
ADJUSTED FEE (INCLUDING 2.9 MULTIPLIER)
Atalte
Check #DIV/0l
Check $0.00
SUBTOTAL ESTIMATED FEE:
Subconsultant
Subconsultant
Subconsultant
Subconsultant
Subconsultant
Enter Name Sub 1
Sub 2
Sub 3
Sub4
Sub5
Subconsuttant Sub fi
SUBTOTAL ESTIMATED FEE:
Geotechntcal Field and Lab Testing
Survey Fee
SUBTOTAL ESTIMATED FEE:
Additional Services (Allowance)
Reimbursables (Allowance)
GRAND TOTAL ESTBNATED FEE:
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
ATTACHMENT B - COMPENSATION
ATTACHMENT B - COMPENSATION AND PAYMENTS
ARTICLE B1 MANNER OF COMPENSATION
The fees for Professional Services for each Work
Order shall be determined by one of the following
methods or a combination thereof, at the option of the
Director or designee, with the consent of the
CONSULTANT.
a) A Lump Sum (See Section 133.01).
b) An Hourly Rate, as defined 83.02in Section
and at the rates set forth in Section
c) A Percentage of Construction Cost, as
defined in Section B3.03, solely with the
written approval of the Director
NOTE: The Lump Sum manner of compensation is
the preferred and primary form of compensation.
B1.01 COMPENSATION LIMITS
The aggregate sum of all payments for fees and
costs, including reimbursable expenses, to the
CONSULTANT payable by the CITY under this
Agreement shall be limited 10 the amount specified in
Section 2.04-1 as the maximum compensation limit
for cumulative expenditures under this Agreement.
Under no circumstances will the CITY have any
liability for work performed, or as otherwise may be
alleged or claimed by CONSULTANT, beyond the
cumulative amount provided herein, except where
specifically approved in accordance with the City
Code by the City Manager or City Commission as
applicable as an increase to the Agreement and put
into effect via an Amendment to this Agreement.
B1.02 CONSULTANT NOT TO EXCEED
Absent an amendment to the Agreement or to any
specific Work Order, any maximum dollar or
percentage amounts stated for compensation shall
not be exceeded. In the event they are so exceeded,
the CITY shall have no liability or responsibility for
paying any amount of such excess, which will be at
CONSULTANT's own cost and expense.
ARTICLE B2 WAGE RATES
B2.01 FEE BASIS
All fees and compensation payable under this
Agreement shall be formulated and based upon the
averages of the certified Wage Rates that have
received and approved by the DIRECTOR. The
averages of said certified Wage Rates are
summarized in Schedule B1 incorporated herein by
reference. Said Wage Rates are the effective direct
hourly rates, as approved by the CITY, of
CONSULTANT and SUB -CONSULTANT employees
in the specified professions and job categories that
are to be utilized to provide the services under this
Agreement, regardless of manner of compensation.
B2.02 EMPLOYEES AND JOB
CLASSIFICATIONS
Schedule B1 identifies the professions, job categories
and/or employees expected to be used during the
term of this Agreement. These include architects,
engineers, landscape architects, professional interns,
designers, CADD technicians, project managers, GIS
and environmental specialists, specification writers,
clerical/administrative support, and others engaged in
the Work. In determining compensation for a given
Scope of Work, the City reserves the right to
recommend the use of CONSULTANT employees at
particular Wage Rate levels.
B2.03 MULTIPLIER
For Work assigned under this Agreement, a multiplier
of 2.9 shall apply to CONSULTANT'S average hourly
Wage Rates in calculating compensation payable by
the CITY. Said multiplier is intended to cover
CONSULTANT employee benefits and
CONSULTANT's profit and overhead, including,
without limitation, office rent, local telephone and
utility charges, office and drafting supplies,
depreciation of equipment, professional dues,
subscriptions, reproduction of documents, drawings
and specifications, mailing, stenographic,
administrative and clerical support, other employee
time or travel and subsistence not directly related to a
project.
B2.04 CALCULATION
Said Wage Rates are to be utilized by CONSULTANT
in calculating compensation payable for specific
assignments and Work Orders as requested by City.
CONSULTANT shall identify job classifications,
available staff and projected man-hours required for
the proper completion of tasks and/or groups of
tasks, milestones and deliverables identified under
the Scope of Work as exemplified in Schedule A2.
B2.05 EMPLOYEE BENEFITS AND
OVERHEAD
Regardless of the method of compensation elected
herein, compensation paid by CITY shall, via the
Multiplier, cover all CONSULTANT costs including,
without limitation, employee fringe benefits (e.g. sick
leave, vacation, holiday, unemployment taxes,
retirement, medical, insurance and unemployment
benefits) and an overhead factor. Failure to comply
with this section shall be cause for cancellation of this
Agreement.
B2.06 ESCALATION
Commencing October 1, 2005, the hourly rates
depicted in Schedule B1, Certified Wage Rates, may
be adjusted annually according to the Miami — Fort
Lauderdale Consumer Price index issued by the U.S.
Department of Labor, Bureau of Labor Statistics,
Such adjustment shall be calculated by multiplying
CITY Contract No. K-04-00648 Page B1
' r ATTACHMENT B - COMPENSATION
the ratio of the April index divided by the previous
year's index by the hourly rate entries in the Wage
Rate Schedule to determine the adjusted Wage Rate
Schedule. The maximum increase in any adjustment
shall be limited to three percent (3%) per year.
ARTICLE B3 COMPUTATION OF FEES
AND COMPENSATION
The CITY agrees to pay the CONSULTANT, and the
CONSULTANT agrees to accept for services
rendered pursuant to this Agreement, fees computed
by one or a combination of the methods outlined
above, as applicable, in the following manner:
B3.01 LUMP SUM:
Compensation for a Scope of Work shall generally be
a Lump Sum, either a Fixed Fee or Not to Exceed
Fee as deemed appropriate by the CITY, to be
mutually agreed upon in writing by the CITY and the
CONSULTANT and stated in a Work Order. Lump
Sum compensation is the preferred method of
compensation.
B3.01-1 Lump Sum Fixed Fee: shall be
the total amount of compensation where all
aspects of Work are clearly defined, quantified
and calculated.
B3.01-2 Guaranteed Maximum Lump
Sum: shall be the total maximum fee amount
payable by CITY wherein certain aspects, tasks
or allowances may not be defined, quantified and
calculated at the time of Work Order issuance. A
Guaranteed Maximum Lump Sum compensation
may represent a combination of Fixed Fees for
professional services and not to exceed
allowances for Reimbursable Expenses or
Additional Services.
B3.01-3 Where a Lump Sum Fixed Fee is
agreed upon as the "Base Fee" for Basic
Services defined for a project, payments to the
CONSULTANT shall be based on a percentage
of the Base Fee according to the Phase of the
Work as indicated under Section 6.01.
B3.01.4 If the CITY authorizes a substantial
or material change in the Scope of Work, the
Lump Sum for any Base Fee may be equitably
adjusted by mutually consent of the parties,
which may be put into effect by an amendment to
the Work Order.
B3.01-5 It is understood that with Fixed Fee
Lump Sum Compensation, the CONSULTANT
shall perform all services for total compensation
In the amount stated above. Under a Not to
Exceed Lump Sum, the CONSULTANT shall
perform all services that may comprise "Basic
Services" but may not be required by City to
perform all other services delineated in the Work
Order. In either case, The City shall have no
obligation or liability to pay any fee, expenditure,
charge or cost beyond the Lump Sum
compensation amount stipulated.
B3.01-6 Lump Sum compensation shall be
calculated by CONSULTANT utilizing the Wage
Rates established herein. Prior to issuing a
Work Order, the City may require CONSULTANT
to verify or justify its requested Lump Sum
compensation. Such verification shall.. present
sufficient information as depicted in Schedule
A2.
B3.02 HOURLY RATE FEES
133.02.1 Hourly Rate Fees shall be those rates
for CONSULTANT and SUB -CONSULTANT
employees identified in Schedule B1 Wage
Rates. All hourly rate fees will include a
maximum not to exceed figure, inclusive of all
costs expressed in the contract doucments. The
City shall have no liability for any fee, cost or
expense above this figure.
B3.02-2 Conditions for Use:
Hourly Rate Fees shall be used only in those
instances where it the parties agree that it is not
possible to determine, define, quantify and/or
calculate the complete nature, and/or aspects,
tasks, man-hours, or milestones for a particular
Project or portion thereof at the time of Work
Order issuance. Hourly Rate Fees may be
utilized for Additional Work that is similarly
indeterminate. In such cases, the City will
establish an Allowance in the Work Order that
shall serve as a Not to Exceed Fee for the Work
to be performed on an Hourly Rate Basis.
B3.03
COST:
This is a percentage fee based on the Total
Authorized Design Value of a project said percentage
being hereinafter called the "Base Fee," as mutually
agreed upon in writing by the CITY and the
CONSULTANT and stated in a Work Order or Notice
to Proceed
PERCENTAGE OF CONSTRUCTION
B3.03-1 Fee Computation:
B3.03-1(a) The Total Authorized Design Value
shall be used and identified in the Work Order as
the basis for establishing the compensatory fee
for all phases identified as part of Basic Services.
B3.03-1(b) If the actual construction cost is
increased during the construction phase, the
"Actual Construction Cost" shall be used as the
basis for determining the fee for Construction
Administration Phase if included in Basic
Services.
B3.03-1(c) The term "Actual Construction
Cost" does not include any compensation to the
CONSULTANT, the cost of the land, rights -of -
way, works of art, permit fees or other costs
which are the responsibility of the CITY.
CITY Contract No. K-04-00648 Page B-2
� i r
ATTACHMENT B — COMPENSATION
B3.03-2 Inclusive Fee
It is understood that with percentage
compensation the CONSULTANT shall perform
all services for the stated percentage of the
construction cost budgeted when the contract is
signed.
B3.03-3 . Changes to Project Scope
If the CITY authorizes an increase or decrease in
the scope of the Project or the Total Authorized
Design Value of the Project, the Base Fee will be
adjusted accordingly, based on justification from
the Wage Rates or as mutually agreed upon.
B3.04 REIMBURSABLE EXPENSES
Any fees for authorized reimbursable expenses shall
not include charges for CONSULTANT handling,
office rent or overhead expenses of any kind,
including focal telephone and utility charges, office
and drafting supplies, depreciation of equipment,
professional dues, subscriptions, etc., reproduction of
drawings and specifications, mailing, stenographic,
clerical, or other employees time or travel and
subsistence not directly related to a project. All
reimbursable services shall be billed to the City at
direct cost expended by the CONSULTANT. CITY
authorized reproductions in excess of sets required at
each phase of the Work will be a Reimbursable
Expense.
The CITY will reimburse the CONSULTANT for
authorized Reimbursable Expenses pursuant to the
limitations of this Agreement as verified by supporting
documentation deemed appropriate by Director or
designee including, without limitation, detailed bills,
itemized invoices and/or copies of cancelled checks.
B3.05 FEES FOR ADDITIVE or
DEDUCTIVE ALTERNATES:
The design of additive and deductive alternates
contemplated as part of the original Scope for a
Project as authorized by the DIRECTOR will be
considered as part of Basic Services. The design of
additive and deductive alternates that are beyond the
original Scope of Work and construction budget may
be billed to CITY as Additional Services. The fees for
alternates will be calculated by one of the three
methods outlined above, as mutually agreed by the
DIRECTOR and the CONSULTANT.
B3.06 FEES for ADDITIONAL SERVICES
The CONSULTANT may be authorized to perform
Additional Services for which additional
compensation and/or Reimbursable Expenses, as
defined in this Agreement under Sections B3.06 and
B3.04 respectively, may be applicable.
B3.06-1 Determination Of Fee
The compensation for such services will be one
of the methods described herein: mutually
agreed upon Lump Sum; Hourly Rate with a Not
to Exceed Limit, or Percentage of Construction
Cost.
B3.06-2 Procedure and Compliance
An independent and detailed Notice to Proceed,
and an Amendment to a specific Work Order,
shall be required to be issued and signed by the
Director for each additional service requested by
the City. The Notice to Proceed will specify the
fee for such service and upper limit of the fee,
which shall not be exceeded, and shall comply
with the City of Miami regulations, including the
Purchasing Ordinance, " the CONSULTANT's
Competitive Negotiation Act, and other
applicable laws.
B3.06-3 Fee Limitations
Any authorized compensation for Additional
Services, either professional fees or
reimbursable expenses, shall not include
additional charges for office rent or overhead
expenses of any kind, including local telephone
and utility charges, office and drafting supplies,
depreciation of equipment, professional dues,
subscriptions, etc., reproduction of drawings and
specifications, mailing, stenographic, clerical, or
other employees time or travel and subsistence
not directly related to a project. For all
reimbursable services the CONSULTANT will
apply the multiplier of one- (1.0) times the
amount expended by the CONSULTANT. C
B3.07 PAYMENT EXCLUSIONS
Consultant shall not be compensated by CITY for
revisions and/or modifications to drawings and
specifications, for extended construction
administration, or for other work when such work is
due to errors or ommissions of CONSULTANT as
determined by CITY.
B3.08 FEES RESULTING FROM
PROJECT SUSPENSION
If a project is suspended for the convenience of the
CITY for more than three months or terminated
without any cause in whole or in part, during any
Phase, the CONSULTANT shall be paid for services
duly authorized, performed prior to such suspension
or termination, together with the cost of authorized
reimbursable services and expenses then due, and
all appropriate, applicable, and documented
expenses resulting from such suspension or
termination. if the Project is resumed after having
been suspended for more than three months, the
CONSULTANT's further compensation shall be
subject to renegotiations.
ARTICLE B4 PAYMENTS TO THE
CONSULTANT
B4.01 PAYMENTS GENERALLY
Payments for Basic Services may be requested
monthly in proportion to services performed during
each Phase of the Work. Sub -CONSULTANT fees
CITY Contract No. K-04-00648 Page B-3
ATTACHMENT B — COMPENSATION
and Reimbursable Expenses shall be billed to the
City in the actual amount paid by CONSULTANT.
B4.02 FOR COMPREHENSIVE BASIC
SERVICES
For those Projects and Work Orders where
comprehensive design services are stipulated, said
payments shall, in the aggregate, not exceed the
percentage of the estimated total Basic
Compensation indicated below for each Phase.
B4.02-1 The "Basic Services" standard fee
breakdown is as follows:
Phase I Programming and Schematic Design 15%
Phase II Design Development 20%
Phase III Construction Document Development 40%
Phase IV Bidding and Award of Contract 5%
Phase V Construction Contract Administration 20%
TOTAL FEE 100%
B4.02-2 Partial payments, not to exceed
90% in the aggregate, may be made during
Phase V, in accordance with amounts paid on
the Construction Contract.
B4.02-3 tf the Construction Contract Time is
extended through no fault of the CONSULTANT,
the CONSULTANT may be compensated for any
required professional services and for expenses
not otherwise compensated for in connection
with such time extensions, in accordance with
Section 5.01C and Schedule B1 and as
authorized by the Director or his/her authorized
representative.
B4.03 PAYMENT FOR ADDITIONAL
SERVICES & REIMBURSABLE EXPENSES
Payment for Additional Services may be requested
monthly in proportion to the services performed.
When such services are authorized on an Hourly
Rate basis, the CONSULTANT shall submit for
approval by the Director, a duly certified invoice,
giving names, classification, salary rate per hour,
hours worked and total charge for all personnel
directly engaged on a project or task. To the sum
thus obtained, any authorized Reimbursable Services
Cost may be added. The CONSULTANT shall attach
to the invoice all supporting data for payments made
to SUBCONSULTANTS engaged on the project or
task.
In addition to the invoice, the CONSULTANT shall, for
Hourly Rate authorizations, submit a progress report
giving the percentage of completion of the Project
development and the total estimated fee to
completion.
B4.04 DEDUCTIONS
No deductions shall be made from the
CONSULTANT's compensation on account of
liquidated damages assessed against contractors or
other sums withheld from payments to contractors.
ARTICLE B5 REIMBURSABLE
EXPENSES:
B5.01 GENERAL
Reimbursable Expenses are those items authorized
by the CITY outside of or in addition to the Scope of
Work as identified in the Work Order (as Basic
Services and/or Additional Services) and consist of
actual expenditures made by the CONSULTANT and
the CONSULTANTS' employees, Sub-
CONSULTANTs, and Special Sub -CONSULTANTS in
the interest of the Work for the purposes identified
below:
B5.01-1 Transportation
Identifiabletransportation expenses in
connection with the Project, subject to the
limitations of Section 112.061, Florida Statutes,
as amended, excluding, however, all, general
automobile transportation expenses within
Miami -Dade County. Transportation expenses to
locations outside the Dade-Broward-Palm Beach
County area or from locations outside the Dade-
Broward-Palm Beach County area will not be
reimbursed unless specifically pre -authorized in
writing by the Project Manager. Such pre -
authorization will be subject to the limitations of
Section 112.061, Florida Statutes, as amended.
B5.01-2 Travel And Per Diem
Identifiable per diem, meals and lodging, lodging,
taxi fares and miscellaneous travel -connected
expenses for CONSULTANT'S personnel subject
to the limitations of Section 112.061 Florida
Statutes as amended. Meals for class C travel
inside Dade or Broward County will not be
reimbursed. Meals and lodging expenses will not
be reimbursed for temporarily relocating
CONSULTANT's employees from one of
CONSULTANT's offices to another office if the
employee is relocated for more than ten (10)
consecutive Working days. Lodging will be
reimbursed only for room rates equivalent to
Holiday Inn, Howard Johnson or Ramada Inn.
Governmental lodging will not be reimbursed
within Dade, Broward or Palm Beach County.
B5.01.3 Communication Expenses
Identifiable communication expenses approved
by the Project Manager, long distance telephone,
courier and express mail between the
CONSULTANT's various permanent offices. The
CONSULTANT's field office at the Project site is
not considered a permanent office.
B5.01-4 Reproduction, Photography
Cost of printing, reproduction or photography,
which Is required by or of CONSULTANT to
deliver services, set forth in this Agreement.
CITY Contract No. K-04-00648 Page B-4
ATTACHMENT B - COMPENSATION
B5.01-5 Permit Fees
All Permit fees paid to regulatory agencies for
approvals directly attributable to the Project.
These permit fees do not include those permits
required to be paid by the construction
Contractor.
B5.02 REIMBURSEMENTS TO SUB -
CONSULTANTS
Reimbursable SUB -CONSULTANT expenses are
limited to the items described above when the SUB -
CONSULTANT agreement provides for reimbursable
expenses and when such agreement has been
previously approved in writing by the DIRECTOR and
subject to all budgetary limitations of the City and
requirements of ARTICLE B5 herein.
ARTICLE B6 COMPENSATION FOR
REUSE OF PLANS AND
SPECIFICATIONS
B6.01 GENERAL
It is understood that all CONSULTANT agreements
and.or Work Orders for new work will include the
provision for the re -use of plans and specifications,
including construction drawings, at the CITY's sole
option, by virtue of signing this agreement they agree
to a re -use in accordance with this provision without
the necessity of further approvals, compensation,
fees or documents being required and without
recourse for such re -use.
CITY Contract No. K-04-00648 Page B-5
16ay :1a
ATTACHMENT I3 — COMPENSATION
ATTACHMENT B - COMPENSATION
SCHEDULE BI - WAGE RATES SUMMARY
JOB CLASSIFICATION
NEGOTIATED
AVERAGE HOURLY
RATE
ADJUSTED
AVERAGE HOURLY
RATE (Multiplier
Applied)
CHIEF ENGINEER
56.00
162.40
SENIOR ENGINEER
52.00
150.80
PROJECT MANAGER
48.00
139.20
PROJECT ENGINEER
36.00
104.40
ENGINEER
34.00
98.60
DESIGNER
32.00
92.80
UTILITY COORDINATOR
30.00
87.00
ENGINEERING INTERN
28.00
81.20
SENIOR ENGINEERING TECHNICIAN
26.00
75.40
ENGINEERING TECHNICIAN
22.00
63.80
CLERICAL
16.00
46.40
CITY Contract No. K-04-00648 Pages 35 - 38