Loading...
2001-24273 RESO RESOLUTION NO. 2001-24273 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH MARLIN ENGINEERING, INC., IN AN AMOUNT NOT TO EXCEED $33,000, TO PROVIDE TRAFFIC COUNT DATA COLLECTION SERVICES FOR VARIOUS NEIGHBORHOOD ENHANCEMENT (TRAFFIC CALMING) PROJECTS, AS NEEDED, PURSUANT TO RFQ NO. 41-99/00, PROJECT NO.9; AND UTILIZING GENERAL OBLIGATION BOND- SERIES 2000, FUND NO. 373 FUNDS, PREVIOUSLY APPROPRIATED BY RESOLUTION NO. 2000-24069, DATED SEPTEMBER 13, 2000. WHEREAS, on January 30, 2000, the City issued four-hundred fifty-six notices and one- hundred sixteen (116) specifications for Request for Qualifications (RFQ) No. 41-99100, resulting in one (1) response, from Marlin Engineering, Inc., to Project No.9, Traffic Counting Services for several neighborhood enhancement projects; and WHEREAS, an Evaluation Committee recommended by the City Manager and approved by the Mayor and City Commission met on July 20, 2000, and unanimously recommended to the City Manager, the sole respondent, Marlin Engineering, Inc.; and WHEREAS, Resolution No. 2000-24049, dated September 13, 2000, accepted the City Manager's recommendation and authorized the Administration to negotiate an Agreement with Marlin Engineering, and further appropriated the $33,000 needed to fund the Agreement, from Fund No. 373 of the $92 Million General Obligation Bonds-Series 2000; and WHEREAS, on January 5, 2001, Marlin Engineering, Inc. agreed to a Revised Rates Schedule, as negotiated by the City staff for this Agreement. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby authorize the Mayor and City Clerk to execute a Professional Services Agreement with Marlin Engineering, Inc., in an amount not to exceed $33,000, to provide Traffic Count Data Collection Services for various neighborhood enhancement (traffic calming) projects, as needed, pursuant to RFQ No. 41-99/00, Project No.9; and utilizing General Obligation Bond- Series 2000, Fund No. 373 funds, previously appropriated by Resolution No. 2000-24069, dated September 13, 2000. PASSED AND APPROVED this the 21st of February ,2001 ATTEST: ~U~ CITY CLERK 'I/J/ MAYOR APPROVED AS TO FORM & LANGUAGE . FOR EXECUTION I'IWOllK\URA'AMELlA'/JOBON01MARLIN.lI1EM ~?_.d\ ~ CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH. FLORIDA 33139 http:\\ci.miami-beach.fl.us COMMISSION MEMORANDUM NO. ?%-(l/ TO: Mayor Neisen O. Kasdin and Members of the City Commission ~~ DATE: February 21, 2001 FROM: Jorge M. Gonzalez City Manager SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH MARLIN ENGINEERING, INC., IN AN AMOUNT NOT TO EXCEED $33,000, TO PROVIDE TRAFFIC COUNT DATA COLLECTION SERVICES FOR VARIOUS NEIGHBORHOOD ENHANCEMENT (TRAFFIC CALMING) PROJECTS, AS NEEDED; PURSUANT TO RFQ NO. 41-99/00, PROJECT NO.9; AND UTILIZING GENERAL OBLIGATION BOND- SERIES 2000, FUND NO. 373 FUNDS, AS PREVIOUSLY APPROPRIATED BY RESOLUTION NO. 2000-24069, DATED SEPTEMBER 13, 2000. ADMINISTRATION RECOMMENDATION Adopt the Resolution. ANALYSIS Most neighborhood enhancement (traffic calming) projects, listed under the $92 million General Obligation Bond (GOB) Program-Series 2000, require traffic studies/analysis prior to entering their planning, and final design/engineering phases. It is important to understand that, only after the traffic study and project planning phases are in place, will the City be able to succeed at applying for and being awarded matching grants to the GOB funds available for project construction. Unsubstantiated applications are simply dismissed by today's grant sources. Pursuant to Request for Qualifications CRFQ) No. 41-99100, Project No.9, for the provision of Traffic Count Data Collection Services for GOB Projects, City staff conducted negotiations with the sole respondent, Marlin Engineering, Inc., for the performance of the traffic studies and analysis above-mentioned, as authorized by Resolution No. 2000-24069, dated September 13, 2000. After negotiating lower fixed rates with the respondent, the Administration hereby submits for your consideration a proposed Professional Services Agreement with Marlin Engineering, at a total cost not to exceed $33,000. The Agreement includes the following negotiated items: (; Several individual projects will be performed on an as-needed basis, at the determination of the City Project Manager. AGENDA ITEM C75 ;)-;2/-01 DATE February 21, 2001 Commission Memorandum Agreement with Marlin Engineering/Traffic Counts Page 2 (; A Consultant's "Revised Rate Schedule" which includes the following rate categories: * FIXED RATES for machine counts, turning movement counts, and classification counts; as follows: Machine Counts (summarized by IS-minutes & 24-hours) 24-hour, 1 Day $125.00 24-hour, 2 Day $250.00 24-hour, 3 Day $320.00 Turning Movement Counts (summarized by IS-minutes & hourly) I-Person Counting (per day, per intersection) 4-hour (7-9 AM, 4-6 PM) 6-hour (7-9 AM, 11 AM-I PM, 4-6 PM) 2-Person Counting (per day, per intersection) 4-hour (7-9 AM, 4-6 PM) 6-hour (7-9 AM, 11 AM-l PM, 4-6 PM) $200.00 $275.00 $300.00 $400.00 Classification Counts (Bidirectional) 4 Lane Divided Roadway, I-Day (2 machines) $250.00 6 Lane Divided Roadway, I-Day (3 machines) $375.00 4 Lane Divided Roadway, 2-Day (2 machines) $500.00 6 Lane Divided Roadway, 2-Day (3 machines) $750.00 * HOURLY RATES for additional services, such as spot speed surveys, traffic warrant analysis, prevailing roadway conditions, traffic conflict studies, travel time and delay, or signal phase analysis. These additional services will be priced by the Consultant per project, when/if requested in writing by the City Project Manager, and shaH be based on the negotiated hourly rates, as follows: Principal Project Manager (Registered Engineer) Traffic Engineer/Designer Traffic TechnicianlDrafter Clerical $137.64 $105.28 $ 78.77 $ 47.28 $ 42.96 February 21, 2001 Commission Memorandum Agreement with Marlin Engineering/Traffic Counts Page 3 FUNDING: Resolution No. 2000-24069, dated September 13, 2000, also authorized the appropriation of $33,000 from Fund No. 373 of the $92 million General Obligation Bond-Series 2000. The Administration recommends approval of the Resolution. J&~AJ ~ Attachments: Resolution Professional Services Agreement f,IWOJlK\$TRA\AMIlUA'llOBOND\MARUN,MBM 1 RESOLUTION NO. 2000-24069 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE ONLY PROPOSAL RECEIVED IN RESPONSE TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 41-99/00, PROJECT NO.9, TO PROVIDE TRAFFIC COUNT DATA COLLECTION SERVICES FOR VARIOUS NEIGHBORHOOD ENHANCEMENT PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER L.~TO NEGOTIATIONS WITH MARLIN ENGINEERING, INC., THE SOLE RESPOl'il>ENT; AND FURTHER APPROPRIATING $33,000 FOR THE PURPOSE FROM THE $92 MILLION GENERAL OBLIGATION BONDS-SERIES 2000, FUND NO. 373, AS RECOMMENDED BY THE G. O. BONDS OVERSIGHT COMMITTEE. WHEREAS, on January 30, 2000, the City. issued four-hundred fifty-six notices and one- hundred sixteen (116) specifications for Request for Qualifications CRFQ) No. 41-99/00, resulting in one (1) response, from Marlin Engineering, Inc., to Project No.9, Traffic Counting Services for several neighborhood enhancement projects; and WHEREAS, an Evaluation Committee recommended by the City Manager and approved by the Mayor and City Commission met on July 20, 2000, and unanimously recommended that the Administration enter into negotiations with the sole respondent, Marlin Engineering, Inc.; and WHEREAS, the City Manager reviewed and concurs with the recommendation of the Evaluation Committee; and WHEREAS, the appropriation of$33,000 from Fund No. 373 of the $92 million General Obligation Bonds-Series 2000, was submitted to and recommended by the G. O. Bonds Oversight Committee, at their meeting of July 31, 2000. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager, pertaining to the only proposal received in response to Request for Qualifications CRFQ) No. 41-99/00, Project No.9, to provide Traffic Count Data Collection Services for various neighborhood enhancement projects; authorize the Administration to enter into negotiations with Marlin Engineering, Inc., the sole respondent; and further appropriate $33,000 for the purpose from the $92 million General Obligation Bonds-Series 2000, Fund No. 373, as recommended by the G. O. Bonds Oversight Committee. PASSED A."ID APPROVED this the 13th of September , 2000. ATTEST: ~tP~ CITY CLERK iJIIh MAYOR APPROVI:D N) 10 FORM & LANGUAGE & FOR EXeCUTION. /tf! ~ '-1-f1l) City Altomey bote ,,"'>IIJ;'6nA1.o"I\.II>~"l1l , . A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND MARLIN ENGINEERING, INC. FOR THE PERFORMANCE OF TRAFFIC COUNT DATA COLLECTION SERVICES FOR VARIOUS NEIGHBORHOOD ENHANCEMENT (TRAFFIC CALMING) PROJECTS GENERAL OBUGATION BONDS PROGRAM THIS AGREEMENT made and entered into this ::2.I.lr day of 1tJf)!Ulfl1U1 ,2001 by and between the CITY OF MIAMI BEACH, FLORIDA (hereinafter referred to as City), having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139, and MARLIN ENGINEERING, INC. (hereinafter referred to as Consultant), whose address is 2191 NW 97th A venue, Miami, Florida 33172. SECTION 1 DEFINITIONS Agreement: This written Agreement between the City and Consultant. City Manager: "City Manager" means the Chief Administrative Officer of the City. Consultant: For the purposes of this Agreement, Consultant shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the Consultant performed pursuant to or undertaken under this Agreement, as described in Section 2. Project: Each individual project to be performed by the Consultant, on an as- needed basis, pursuant to this Agreement. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139. Termination: Termination of Consultant Services, as provided in Subsection 4.9 of this Agreement. -1- SECTION 2 SCOPE OF WORK Several neighborhood enhancement (traffic calming) projects, listed under the City's $92 Million General Obligation Bond (GOB) Program, may require Traffic Count Data Collection Services. The scope of work to be performed by Consultant is set forth in Exhibit "A," entitled "Scope of Services" (Services). SECTION 3 COMPENSATION 3.1 FEE STRUCTURE Consultant shall be compensated for the Services performed, as set forth in "Exhibit "B," entitled Consultant's Revised Rate Schedule, dated January 5, 2001. The total Agreement cost, however, shall not exceed Thirty Three Thousand and 001100 Dollars ($33,000). Such Fee Structure is summarized herein, as follows: 3.1.1 Fixed Rates shall be charged for machine counts, turning movement counts, and classification counts; and 3.1.2 Hourly Rates shall be charged for additional services, such as spot speed surveys, traffic warrant analysis, prevailing roadway conditions, traffic conflict studies, travel time and delay, or signal phase analysis. Any such additional services requiring hourly rates, must be approved in writing by the City prior to commencement of same. 3.2 METHOD OF PAYMENT Payments shall be made for all services satisfactorily performed within thirty (30) days of receipt of Consultant's invoice by the City. -2- SECTION 4 GENERAL PROVISIONS With respect to the performance of the Services, Consultant shall do the following: 4.1 RESPONSIBILITY OF THE CONSULTANT 4.1.1 Consultants shall exercise that degree of skill, care, efficiency and diligence normally exercised by recognized professionals with respect to the performance of comparable Services. 4.1.2 In its performance of the Services, Consultant shall comply with all applicable laws and ordinances, including but not limited to, applicable regulations of the City, County, State, Federal, ADA, EEO Regulations and Guidelines. 4.2 PUBLIC ENTITY CRIMES State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes shall be filed with the City's Procurement Department. 4.3 PROJECT MANAGEMENT The Consultant shall appoint a qualified individual acceptable to the City to serve as Project Manager for the Services who shall be fully responsible for the day-to-day activities under this Agreement and who shall serve as the primary contact for the City's Project Manager. 4.4 DURATION AND EXTENT OF AGREEMENT This Agreement includes Services that shall be performed by the Consultant on an as- needed basis and shall continue until all funds appropriated for the fee to be paid to Consultant herein are expended. -3- . ; 4.5 TIME OF COMPLETION Consultant shall agree to a completion date to be determined by the City. Extension of Consultant Services shall be determined in the event the performance of Consultant's Services are delayed or prevented from proceeding by any circumstances beyond the reasonable control of the Consultant, including weather conditions or acts of God which might render the performance of such Services impossible. 4.6 OWNERSHIP OF DOCUMENTS AND EOUlPMENT All documents prepared by the Consultant pursuant to this Agreement are related exclusively to the Services described herein, and are intended or represented for ownership by the City. Any reuse by Consultant shall be approved in writing by the City. 4.7 INDEMNIFICATION Consultant agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees and agents, from and against any and all actions, claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, at law or in equity, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Consultant, its employees, agents, sub-consultants, or any other person or entity acting under Consultant's control, in connection with the Consultant's performance of the Services pursuant to this Agreement; and to that extent, the Consultant shall pay all such claims and losses and shall pay all such costs and judgements which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The parties agree that one percent (1 %) of the total compensation to the Consultant for performance of the Services under this Agreement is the specific consideration from the City to the Consultant for the Consultant's Indemnity Agreement. The Consultant's obligation under this Subsection shall not include the obligation to indemnify the City of Miami Beach and its officers, employees and agents, from and against any -4- actions or claims which arise or are alleged to have arisen from negligent acts or omissions or other wrongful conduct of the City and its officers. employees and agents. The parties each agree to give the other party prompt notice of any claim coming to its knowledge that in any way directly or indirectly affects the other party. 4.8 INSURANCE REOUlREMENTS The Consultant shall not commence any work pursuant to this Agreement until all insurance required under this Subsection has been obtained and such insurance has been approved by the City's Risk Manager. The Consultant shall maintain and carry in full force during the term of this Agreement and throughout the duration of the work the following insurance: 1. Consultant General Liability in the amount of $250,000 (only Traffic Data Study). A certified copy of the Consultant's (and any sub-consultants') Insurance Policy must be filed and approved by the City's Risk Manager prior to commencement. 2. Workers Compensation & Employers Liability as required pursuant to Florida Statute. These certificates will be kept on file in the Office of the Risk Manager, 3rd Floor, City Hall. The Consultant is responsible for obtaining and submitting all insurance certificates for their sub-consultants. All insurance policies must be issued by companies authorized to do business under the laws of the State of Florida. The companies must be rated no less than "B+" as to management and not less than "Class VI" as to strength by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City's Risk Manager. -5- Compliance with the foregoing requirements shall not relieve the Consultant of the liabilities and obligations under this Subsection or under any other portion of this Agreement, and the City shall have the right to obtain from the Consultant specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required overage. 4.8.1 ENDORSEMENTS All of Consultant's certificates, above, shall contain endorsements providing that written notice shall be given to the City at least thirty (30) days prior to termination, cancellation or reduction in coverage in the policy. 4.8.2 CERTIFICATES Unless directed by the City otherwise, the Consultant shall not commence the Services until the City has received and approved, in writing, original certificates of insurance showing that the requirements of this Subsection (in its entirety) have been met and provided for. 4.9 TERMINATION. SUSPENSION AND SANCTIONS 4.9.1 Termination for Cause If the Consultant shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to this Agreement, the City shall thereupon have the right to terminate the Services then remaining to be performed. Prior to exercising its option to terminate for cause, the City shall notify the Consultant of its violation of the particular terms of this Agreement and shall grant Consultant ten (10) days to cure such default. If such default remains uncured after (10) days, the City, upon seven (7) days notice to Consultant, may terminate this Agreement and the City shall be fully discharged from any and all liabilities, duties and terms arising out of lor by virtue of this Agreement. -6- In that event, all finished and unfinished documents, data, studies, surveys, drawings, maps, models, photographs, reports and other work products prepared by the Consultant and its subcontractors shall be properly assembled and delivered to the City at the Consultant's sole cost and expense, and the funds paid to Consultant pursuant to Section 3 herein shall, at the City's option and sole discretion, be returned and/or otherwise repaid in their entirety to the City. Notwithstanding the above, the Consultant shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Consultant. The City, at its sole option and discretion, shall additionally be entitled to bring any and all legal/equitable actions which it deems to be in its best interest in order to enforce the City's right and remedies against the defaulting party. The City shall be entitled to recover all costs of such actions, including reasonable attorneys fees. To the extent allowed by law, the defaulting party waives its right to jury trial and its right to bring permissive counter claims against the City in any such action. 4.9.2 Termination for Convenience of City THE CITY MAY, FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE SERVICES THEN REMAINING TO BE PERFORMED AT ANY TIME DURING THE TERM HEREOF BY GIVING WRITTEN NOTICE TO CONSULTANT OF SUCH TERMINATION, WHICH SHALL BECOME EFFECTIVE SEVEN (7) DAYS FOLLOWING RECEIPT BY THE CONSULTANT OF THE WRITTEN TERMINATION NOTICE. IN THAT EVENT, ALL FINISHED OR UNFINISHED DOCUMENTS AND OTHER MATERIALS, AS DESCRIBED IN SECTION 2 AND IN EXHIBIT" A," SHALL BE PROPERLY ASSEMBLED AND DELIVERED TO THE CITY AT CONSULTANT'S SOLE COST AND EXPENSE. IF THE AGREEMENT IS TERMINATED BY THE CITY AS PROVIDED IN THIS SUBSECTION, THE CONSULTANT SHALL BE PAID FOR ANY SERVICES SA TISF ACTORIL Y PERFORMED UP TO THE DATE OF TERMINATION. -7- 4.9.3 Termination for Insolvencv The City also reserves the right to terminate the remaining Services to be performed in the event the Consultant is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 4.9.2. 4.9.4 Sanctions for Noncompliance with Nondiscrimination Provisions In the event of the Consultant's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such sanctions as the City or the State of Florida may determine to be appropriate, including but not limited to, withholding of payments to the Consultant under the Agreement until the Consultant complies and/or cancellation, termination or suspension of the Services. In the event the City cancels or terminates the Services pursuant to this Subsection the rights and obligations of the parties shall be the same as provided in Section 4.9.5 Changes and Additions Changes and additions in the Services shall be directed by a written Amendment to the Agreement signed by the duly authorized representatives of the Consultant. Said Amendment may provide an equitable adjustment in the time of performance, a reallocation of the task budget and, if applicable, any provision of this Agreement which is affected by said Amendment. The City shall not reimburse the Consultant for the cost of preparing Agreement change documents, written Notices to Proceed, or other documentation in this regard. 4.10 AUDIT AND INSPECTIONS At any time during normal business hours and as often as the City may deem necessary, there shall be made available to the City and/or such representatives as the City may deem to act on its behalf, the right to audit, examine and make audits of all contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters -8- . , covered by this Agreement. Consultant shall maintain any and all records necessary to document compliance with the provisions of this Agreement. 4.11 ACCESS TO RECORDS Consultant agrees to allow access during normal business hours to all financial records to the City and/or such authorized representatives as it may deem to act on its behalf, and agrees to provide such assistance as may be necessary to facilitate financial audit by the City or its representatives when deemed necessary to insure compliance with applicable accounting and financial standards. Consultant shall allow access during normal business hours to all other records, forms, files, and documents which have been generated in performance of this Agreement, to those personnel as may be designated by the City. 4.12 ASSIGNMENT. TRANSFER OR SUBCONTRACTING The Consultant shall not subcontract, assign, or transfer any work under this Agreement without the prior written consent of the City. 4.13 SUB-CONSULTANTS The Consultant shall be liable for the Consultant's services, responsibilities and liabilities under this Agreement and the services, responsibilities and liabilities of sub-consultants, and any other person or entity acting under the direction or controls of the Consultant. When the term "Consultant" is used in this Agreement, it shall be deemed to include any sub-consultants and any other person or entity acting under the direction or control of Consultant. All sub-consultants must be approved in writing prior to their engagement by Consultant. 4.14 EOUAL EMPLOYMENT OPPORTUNITY In connection with the performance of this Agreement, the Consultant shall not discriminate against any employee or applicant for employment because of race, color, religion, ancestry, sex, age, national origin, place of birth, marital status, physical handicap, or sexual orientation. The Consultant shall take affirmative action to ensure that applicants are employed and that employees are treated during their employment without regard to their race, color, religion, ancestry, sex, age, national origin, place of birth, marital status, disability, or sexual -9- . , orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or termination; recruitment or recruitment advertising; layoff or termination; rates of pay, or other forms of compensation; and selection for training, including apprenticeship. 4.15 CONFLICT OF INTEREST The Consultant agrees to adhere to and be governed by the Metropolitan Dade County Conflict of Interest Ordinance, as amended; and by the City of Miami Beach Charter and Code, which are incorporated by reference herein as if fully set forth herein, in connection with the Agreement conditions hereunder. The Consultant covenants that it presently has no interest and shall not acquire any interest, direct or indirectly which should conflict in any manner or degree with the performance of the Services. The Consultant further covenants that in the performance of this Agreement, no person having any such interest shall knowingly be employed by the Consultant. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 4.16 PATENT RIGHTS: COPYRIGHTS: CONFIDENTIAL FINDINGS Any patentable result arising out of this Agreement, as well as all information, design specifications, processes, data and findings, shall be made available to the City for public use. No reports, other documents, articles or devices produced in whole or in part under this Agreement shall be the subject of any application for copyright or patent by or on behalf of the Consultant or its employees or subcontractors. 4.17 NOTICES All communications relating to the day-to-day activities shall be exchanged between the Project Manager appointed by Consultant and the Project Coordinator designated by the City. The Consultant's Project Manager and the City's Project Coordinator shall be designated promptly upon commencement of the Services. All other notices and communications in writing required or permitted hereunder may be delivered personally to the representatives of the Consultant and the City listed below or may be -10- . . mailed by registered mail, postage prepaid (or airmailed if addressed to an address outside of the city of dispatch). Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CONSULTANT: Marlin Engineering, Inc. Ramon Soria, P.E., President 2191 NW 97th Avenue Miami Florida, 33172 (305) 477-7575 (305) 477-7590 - Fax TO CITY: City of Miami Beach Joseph W. Johnson, ill, Director Transportation Concurrency Management Division Project Manager 1700 Convention Center Drive, 4th Floor Miami Beach, FL 33139 (305) 673-7000, Ext. 6185 (305) 673-7028 - Fax WITH COPIES TO: Office of the City Attorney Attn: Murray H. Dubbin City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 Notices hereunder shall be effective: If delivered personally, on delivery; if mailed to an address in the city of dispatch, on the day following the date mailed; and if mailed to an address outside the city of dispatch on the seventh day following the date mailed. 4.18 LITIGATION .TURISDlCTION/VENUE This Agreement shall be enforceable in Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Dade County, Florida. -11- . , 4.19 ENTIRETY OF AGREEMENT This writing and the Services embody the entire Agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written with reference to the subject matter hereof that are not merged herein and superseded hereby. The Services and the Proposal Documents are hereby incorporated by reference into this Agreement. No alteration, change, or modification of the terms of this Agreement shall be valid unless amended in writing, signed by both parties hereto, and approved by the City Commission of the City of Miami Beach. This Agreement, shall be governed by and construed according to the laws of the State of Florida. 4.20 LIMIT A TION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $10,000. Consultant hereby expresses its willingness to enter into this Agreement with Consultant's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of $10,000, less the amount of all funds actually paid by the City to Consultant pursuant to this Agreement. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to the Consultant for damages in an amount in excess of $10,000, which amount shall be reduced by the amount actually paid by the City to Consultant pursuant to this Agreement, for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability as set forth in Section 768.28, Florida Statutes. -12- ., IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLORIDA ATTEST: By: ~ff~ City Clerk f!J1 By: City Manager FOR CONSULTANT: MARLIN ENGINEERING, INC. ATTEST: ~~CUR~ \ Secretary \ ' By: Corporate Seal F:\WOl\KI$TllA\AMEUA'l.lOBOND'MARLIr<,AOR APPROVED AS TO FORM & LANGUAGE & FOR EXEcunON ').-..01 -13- . . EXHIBIT "A" SCOPE OF SERVICES TRAFFIC COUNT DATA COLLECTION SERVICES FOR CERTAIN GENERAL OBUGA nON BOND PROGRAM PROJECTS Introduction: Certain neighborhood enhancement (traffic calming) projects, under the $92 million General Obligation Bond Program (GOB) of the City of Miami Beach, may require traffic data collection services (the Services) prior to beginning their planning, and design/engineering! permitting phases. Methodolol!V: At the City Project Manager's written request, the Consultant will perform such Services, on a per-project basis, until the $33,000 total contract cost is expended: (; Services related to each individual projects will be performed on a as-needed basis, at the determination of the City Project Manager. (; The Services will be charged to the City according to the Consultant's "Revised Rate Schedule," dated January 5, 2001, and hereto attached as EXHIBIT "B," which includes the following rate categories: * Fixed rates for machine counts, turning movement counts, and classification counts; and * Hourly rates for additional services, such as spot speed surveys, traffic warrant analysis, prevailing roadway conditions, traffic conflict studies, travel time and delay, or signal phase analysis. (; The above-mentioned additional services will be priced by the Consultant per individual project, based on the hourly rate schedule, when/if requested by the City Project Manager. (; There is no public involvement/meetings component included in this Scope of Services, besides the ones conducted (as needed) with the City Project Manager. Contract Term: The Services will begin with a notice to proceed/assignment of the first project, and will end when the appropriated funds are expended. Contract Price: $33,000 Citv Proiect Manal!:er: Joseph W. Johnson ill F.'WOIlX'ISTIlAWoIEl.lA'OOIIOND'MAllUN.MEM .,. EXHIBIT "B" Marlin Engineering, Inc. Consulting Engineers & Planners REVISED RATES SCHEDULE January 5, 2001 Mr. Joseph W. Johnson III, AICP Director City of Miami Beach Transportation/Concurrency Management Division 1700 Convention Center Drive Miami Beach, Florida 33139 As per our negotiation meeting, 1 have revised our rates to the following: Description Price Machine Counts (summarized by IS-minutes & 24-hours) 24-hour, 1 Day 24-hour, 2 Day 24-hour, 3 Day $125.00 $250.00 $320.00 Turning Movement Counts (summarized by IS-minutes & hourly) I-Person Counting (per day, per intersection) 4-hour (7-9 AM, 4-6 PM) 6-hour (7-9 AM, 11 AM-l PM, 4-6 PM) 2-Persons Counting (per day, per intersection) 4-hour (7-9 AM, 4-6 PM) 6-hour (7-9 AM, 11 AM-I PM, 4-6 PM) $200.00 $275.00 $300.00 $400.00 Classification Counts (Bidirectional) 4 Lane Divided Roadway, I-Day (2 machines) 6 Lane Divided Roadway, I-Day (3 machines) 4 Lane Divided Roadway, 2-Day (2 machines) 6 Lane Divided Roadway, 2-Day (3 machines) $250.00 $375.00 $500.00 $750.00 Other Counting Services Priced on Request. 2191 NW 97th Avenue, Miami, Florida 33172 . Tel. 13051 477-7575 . Fax. (305) 477-7590 . www.marllnengineerlng.com . '. REVISED RATES SCHEDULE, Page 2 HOURLY RATES Catee:orv Principal Project Manager (Registered Engineer) Traffic EngineerIDesigner Traffic Technician/Drafter Clerical I look forward to working with you and your staff on this project. Sincerely, MARLIN ENGINEERING, INC. Hourlv Rates $137.64 $105.28 $ 78.77 $ 47.28 $ 42.96 .( ~ ,,> ~;.'" ..~ " . :;' I'll ....'(I. MARLIN