Loading...
HomeMy WebLinkAbout2001-24641 RESO RESOLUTION NO. 2001-24641 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, WAIVING, BY 5nTHS VOTE, THE COMPETITIVE BIDDING REQUIREMENT FOR MINOR CONSTRUCTION SERVICES, AND AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATION AND EXECUTE AN AGREEMENT WITH CARR SMITH CORRADINO, INC., IN AN AMOUNT NOT TO EXCEED $56,000; THE AGREEMENT BEING FOR THE PREPARATION OF MOVEMENT OF TRAFFIC PLANS AND IMPLEMENTATION OF INTERSECTION IMPROVEMENTS ON 41sT STREET AT INDIAN CREEK DRIVE (THE PROJECT), UTILIZING FUNDS PREVIOUSLY APPROPRIATED FOR THE PURPOSE BY RESOLUTION NO. 2001-24595, DATED SEPTEMBER 20,2001; CARR SMITH CORRADINO BEING ON THE CITY'S ROTATIONAL LIST OF CONSULTANTS; AND THE WAIVER BEING IN THE BEST INTEREST OF THE CITY, BY ENSURING THAT THE PROJECT CONSTRUCTION SERVICES ARE COMPLETED PRIOR TO THE FEBRUARY 2002 MIAMI BEACH BOAT SHOW. WHEREAS, the Miami Beach Municipal Mobility Plan (MMP) recommended that intersection improvements be made at 41 st Street and Indian Creek Drive to implement protected, dual left turn movements for northbound Indian Creek traffic (the Project); and WHEREAS, the Project was heard and endorsed respectively by Middle Beach residents at an advertised public meeting held on August 23, 2000, the City's Transportation and Parking Committee meeting on September 11, 2000, and by City Resolution No, 2000-24093, dated September 27, 2000; and WHEREAS, the City requested and obtained approval from the Florida Department of Transportation (FOOT), which has also prepared the necessary implementation plans for the Project; and WHEREAS, City Resolution No, 2001-24595, dated September 20, 2001, appropriated $56,000 in Concurrency Mitigation funds for the implementation of the Project; and WHEREAS, the Project must be completed and operating prior to the February 2002 Miami Beach Boat Show, thereby avoiding continuance of the unsafe and hazardous conditions at the intersection, for both pedestrians and motorists; and WHEREAS, inasmuch as the bidding process would take 90 days, while the construction work would take 120 days to complete, waiver of the competitive bidding process is in the best interest of the City, in order to ensure Project completion prior to the February 2002 Miami Beach Boat Show; and WHEREAS, after a thorough review of all vendors on the City-adopted rotational list of consulting firms/civil engineering category, it was determined that Carr Smith Corradino, Inc" had a proven performance record and was the best qualified firm for accomplishing this specific Project; and WHEREAS, the Administration recommends that the bid requirement be waived for the construction portion of this Project, and that a contract be awarded to Carr Smith Corradino, Inc., as allowed by Resolution No, 2001-24417, dated June 6, 2001; and WHEREAS, the Project implementation services will include obtaining required permits; revising the movement of traffic plans prepared by FOOT, as needed; construction and pavement marking; construction administration and inspections; and coordination between FOOT and City. 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 waive, by 517ths vote, the competitive bidding requirement for minor construction services, and authorize the Administration to enter into negotiation and execute an Agreement with Carr Smith Corradino, Inc" in an amount not to exceed $56,000; the Agreement being for the preparation of movement of traffic plans, and implementation of intersection improvements on 41 5t Street at Indian Creek Drive (the Project), utilizing funds previously appropriated for the purpose by Resolution No. 2001-24595, dated September 20, 2001; Carr Smith Corradino being on the City's rotational list of consultants; and the waiver being in the best interest of the City, by ensuring that the Project construction services are completed prior to the February 2002 Miami Beach Boat Show. PASSED AND APPROVED this the 17th day of October ,2001. P) MAYOR ATTEST: ~rf~ CITY CLERK APPROVED AS TO FORM & lANGUAGE & FOR EXECUTION ~t(fff/' ~ (0 ~II-t)( C Aif<>i'nGl'f bate CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.ci.miami.beach.fl.us To: From: COMMISSION MEMORANDUM Mayor Neisen O. Kasdin and ~o:~::s :::::I:~ty CO~iSSiO/ City Manager 0 V'b Date: October 17, 2001 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, WAIVING, BY 5nTHS VOTE, THE COMPETITIVE BIDDING REQUIREMENT; UTILIZING A FIRM ON THE CITY'S ROTATING LIST; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATION AND EXECUTE AN AGREEMENT WITH CARR SMITH CORRADINO, INC., IN AN AMOUNT NOT TO EXCEED $56,000; THE AGREEMENT BEING FOR THE PREPARATION OF MOVEMENT OF TRAFFIC PLANS AND IMPLEMENTATION OF INTERSECTION IMPROVEMENTS ON 41sT STREET AT INDIAN CREEK DRIVE, UTILIZING FUNDS PREVIOUSLY APPROPRIATED FOR THE PURPOSE BY RESOLUTION NO. 2001-24595, DATED SEPTEMBER 20, 2001; SUCH WAIVER BEING IN THE BEST INTEREST OF THE CITY, BY ENSURING THAT THE IMPROVEMENTS TO THE INTERSECTION ARE IN PLACE, PRIOR TO THE 2002 MIAMI BEACH BOAT SHOW. ADMINISTRATION RECOMMENDATION Subject: Adopt the Resolution. ANALYSIS The intersection of 41 sl Street with Indian Creek Drive presently features only one designated lane on 41 st Street for northbound turns onto Indian Creek Drive. Particularly during the P.M. peak hour, when a long line of queued vehicles form and wait in the designated lane for the protected left-turn arrow, other vehicles use the through center lane to complete an illegal left-turn movement. This does create a hazardous and unsafe condition at the intersection. For years, area activists, hotel and business owners, and the City's Transportation and Parking Committee (TPC) have requested that the 41 st Street pavement be restriped at the intersection to allow dual left-turn movement onto northbound Indian Creek Drive. Their suggestion was later reinforced by a recommendation in the City-adopted Municipal Mobility Plan (MMP), which also called for improved split-phase signalization to facilitate shared use (northbound left-turn and/or straight ahead) of the second lane. AGENDA ITEM DATE C75 /0-;7-01 October 17, 2001 Commission Memorandum Operational Improvements to 41st Street at Indian Creek Drive Page 2 The proposed 41 st Street/Indian Creek Project was introduced to and endorsed by the Middle Beach community at an advertised public meeting held at the Colonial Bank Building on August 23, 2000. It was also endorsed by both the (TPC), on September 11, 2000, and by Commission Resolution No. 2000-24093, dated September 27, 2000, Subsequently, the City requested and obtained approval from the Florida Oepartment of Transportation (FOOT), which has prepared the implementation plans for the Project. It is in the best interest of the City to have this much needed traffic safety/circulation improvement in place prior to the Miami Beach Boat Show. After a thorough review by the Administration of all vendors from the AlE rotational list, it was determined that Carr Smith Corradino, Inc., was best qualified with a proven performance record, for accomplishing this specific project. Therefore, the Administration recommendation that the bid requirement be waived for this minor construction project, and that a contract be awarded to Carr Smith Corradino, Inc., a qualified vendor in the City's rotating list, under the Civil Engineering category, per Resolution No, 2001-24417, dated June 6, 2001, The consultant/contractor services involved herein, are as follows: 1. Obtain all County and FOOT-required permits; 2. Revise the current Movement of Traffic plan (MOT) prepared by FOOT, as needed, 3. Perform construction services (by their City-approved sub-contractor), such as: D Mobilization D Roadway striping of the intersection to allow dual left-turn movements from eastbound 4151 Street onto northbound Indian Creek Orive D Installation of improved signalization for shared movement from the second lane. 4. Perform construction administration services during the construction period, 5, Construction inspection services during the placement of the MOT items, pavement marking, and during the County inspections for a total of five working days. 6. Coordination between FOOT and the City. 7. The proposed construction timeline for the Project is 120 days. The Project will be funded at $56,000 by the Concurrency Mitigation Program, as appropriated for the purpose by Resolution No. 2001-24595, dated September 20, 2001. Once in place, this will become the fourth MMP-recommended intersection improvement to be implemented in Miami Beach since November 1999. The Administration recommends approval of the Resolution so that the improvements to this busy Middle Beach intersection can be implemented prior to the 2002 Miami Beach BO~LShOW. JG/JfA~GUl/AtL Attachment: Resolution No. 2001-24595, dated September 20, 2001, appropriating $65,000 for this Project Resolution No. 2001-24417, dated June 6, 2001, City's Rotating LisVCarr Smith Corradino F:\WORK\$TRAIAMELlA\FD0T\41 STCORR.agree.doc CITY OF MIAMI BEACH MEMORANDUM TO: Amelia Johnson FROM: Robert Parcher ~ ty;J f3F DATE: October 18,2001 SUBJECT: Agreements Enclosed are three agreements with Carr Smith Corrandino, Inc., for the signatures of the appropriate officials. After obtaining the applicable signatures, please return the documents to the City Clerk's Office, to the attention of Mercy Williams. Subsequently, fully executed copy will be forwarded to you for your files in addition to a copy of the resolution authorizing said agreements (Resolution No. 2000-24641, 10/17/01, C-7-S). Thank you. Jptl F~! JAt/!.~ <1M flu! /(/-t tW Jtt7f MaR- '10 .t{MaiR fkJJ ~/~( a~11 ~ ib fh- jcui il<<zf iIte /ffJki/pt(!J.udM wi a~~' , f! ~ / f ,la .)~ jJciJ IV: r 1&0. ~I I~ a 14tuU<.ta!tU tW1l L ~, W l{ol flu. ~{jU1 ~M-<<,t4. AGREEMENT/CONTRACT BETWEEN THE CITY OF MIAMI BEACH AND CARR SMITH CORRADINO, INC. TO PROVIDE CONSULTING, CONSTRUCTION AND INSPECTION SERVICES FOR INTERSECTION IMPROVEMENTS AT 41sT STREET AND INDIAN CREEK DRIVE THIS AGREEMENT made and entered into this day of 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 the CARR SMITH CORRADINO, INC. (hereinafter referred to as Consultant), a Florida corporation which address is 4055 N.W. 97th Avenue, Miami, Florida 33178. SECTION 1 DEFINITIONS Agreement: This written Agreement/Contract between the City and Consultant. City Manager: 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: Construction and construction inspection services for Intersection Improvements at 41st Street and Indian Creek Drive. Fixed Fee: Fixed amount paid to the Consultant to cover the costs of the Services. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139, telephone number (305) 673-7000, Ext. 6435, and fax number (305) 673-7023. 1 SECTION 2 SCOPE OF WORK 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 FIXED FEE Consultant shall be compensated for the Services to be provided herein in an amount not to exceed Fifty-Six Thousand and 00/100 Dollars ($56,000), for the Services set forth in Exhibit "A" hereto. 3.2 METHOD OF PAYMENT Payments shall be made within thirty (30) days of the date of invoice received by the City. SECTION 4 GENERAL PROVISIONS 4.1 RESPONSIBILITY OF THE CONSULTANT Consultant shall exercise that degree of skill, care, efficiency and diligence normally exercised by recognized professionals with respect to the performance of comparable Services. 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 Government, 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 Division. 4.3 PROJECT MANAGEMENT The Consultant shall appoint both a qualified individual 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 Coordinator. 2 4.4 DURATION AND EXTENT OF AGREEMENT The term of this Agreement shall be for a period of four (4) months from the date of execution of this Agreement by the parties hereto. Provided, however, that as to any additional services requested by the City within such four (4)-month period, such services may be completed beyond, if mutually agreed to in writing by the parties, prior to commencement of same. 4.5 TIME OF COMPLETION The Services to be rendered by the Consultant shall be commenced upon receipt of a written Notice to Proceed from the City subsequent to the execution of this Agreement, and Consultant shall adhere to the completion schedule as referenced by Exhibit "A" hereto. A reasonable extension of time shall be granted in the event the work of the Consultant is delayed or prevented by the City or by any circumstances beyond the reasonable control of the Consultant, including weather conditions or acts of God which render performance of the Consultant's duties impracticable. 4.6 OWNERSHIP OF DOCUMENTS AND EOillPMENT 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 or the parties shall be approved in writing by the City. Notwithstanding the foregoing, the City agrees that Consultant may use such non-confidential documents/reports prepared pursuant to this Agreement for the exclusive purpose of Consultant's promotional materials. 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 3 (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 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 REQUIREMENTS 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. Professional General Liability in the amount of $1,000,000,00. 2. Commercial General Liability in the amount of $1,000,000.00. 3. Automobile Liability in the amount of $1,000,000.00. 4. Workers Compensation & Employers Liability, as required pursuant to Florida statute. All policies are subject to the following provisions: All insurance must be furnished by insurance companies authorized to do business in the State of Florida and approved by the City's Risk Manager. The Citv must be named as an additional insured. Original certificates of insurance for the above mentioned coverages, or any other form of insurance as may be required by the City or the City designee, must be submitted to the City's Risk Manager for approval prior to any work commencing. 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 consultants. Thirty (30) days written notice of cancellation or substantial modification in the insurance coverage must be given to the City's Risk Manager by the Consultant and its insurance company. 4 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. 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 recei ved and approved, in writing, 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/or by virtue of this Agreement. 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 5 sole cost and expense. Consultant shall be paid for any Services satisfactorily performed up to the date of termination. 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 that 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 attorney's 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 OF 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, CONSULTANT SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION. 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 ~f payments to the Consultant under the Agreement until the Consultant complies and/or cancellation, 6 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 4.9.2. 4.9.5 Changes and Additions Changes and additions to the Agreement shall be directed by a written amendment signed by the duly authorized representati ves of the City and Consultant. Said amendment shall provide an equitable adjustment in the time of performance, and, if applicable, in compensation to Consultant, 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, 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 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. 7 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, or physical handicap. 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 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 Miami-Dade County Conflict of Interest Ordinance (No. 72-82), 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. 8 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 mailed by registered mail, postage prepaid (or airmailed if addressed to an address outside of the city of dispatch). Until changed by addressed as follows: notice in writing, all such notices and communications shall be TO CONSULTANT: Carr Smith Corradino, Inc. Gorky F. Charpentier, P.E. Project Manager 4055 N.W. 97th Avenue Miami, Florida 33178 (305) 594-0735 (305) 594-0755 - Fax TO CITY: City of Miami Beach Joseph W. Johnson, III, Director Transportation Concurrency Management Division Project Coordinator 1700 Convention Center Drive, 4th Floor Miami Beach, FL 33139 (305) 673-7000, Ext. 6185 (305) 604-2498 - Fax htto://Joseoh Johnson@ci.miami-beach.fl.us 9 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 JURISDICTIONNENUE This Agreement shall be enforceable in Miami-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 Miami-Dade County, Florida. 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 LIMITATION 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. 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 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 10 way intended to be a waiver of the limitation placed upon the City's liability as set forth in Section 768.28, Florida Statutes. 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: City Clerk City Manager FOR CONSULT ANT: CARR SMITH CORRADINO, INC. ATTEST: By: Secretary President APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION Corporate Seal f&~ /O'I!-~( . Dale F:\ WORK\$TRA \AMELIA \ELECTWVE\41 slCorr.Agree.doc 11 27-0e-2001 16:24 FROM-THE CORRADINO GROUP +3055940755 T-e03 P 002/002 F-947 THE CORRADINO GROUP o z o <( It 0: o U ENGINEERS P(ANNERS ARCHITECTS CONSTRUCTORS ARCH tiC. NO AAOO029S7 August 27,2001 EXHIBIT "A" Joseph W, Johnson III. AlCP Transportation / Concurrency Management Division City of Miami Beach 1700 Convention Center Drive, 4'" Floor Miami Beach, Florida 33139 Re: STATE ROAD No. AlA (INDIAN CREEK DRIYE) & STATE ROAD No. 112 (41S1STREETI FEE PROPOSAL Dear Mr, Johnson: I om pleased to submit the endosed Fee Proposal in Ihe omounl of $56,000.00 10 construct the improvements shown on plans prepared by Progressive Design & Engineering ond Kimley.Horn and Associates. for FDOT. Corradino will implement FOOT plans providing Ihe required construction and inspection services including: 1. ConstruCTion services performed by Signal 2. Obtaining 0 permit from Miomi-Dade County Public Works Deportment - Traffic Signals and Signs Division and from Florida Deportment of T ransporlotion. In order to abtain the permits Corradino will revise any comments on the current FOOT MOT plans. 3. ConstruCTion Adminisrrolion services during the consrruction period 4, Inspection during the placement of the MOT items, Povement Markings and during the County inspections for a totc/ of 5 working days. 5. Coordination between FOOT and The City of Miami Beach, Corrodino understands thot scope of the work ;s Povement Morkings and some signal modifications and that we will receive the CADD files from the other consulTants. The fee proposal does not include permit fees and/or redesign of the project due to design problems. Sincerely, TH~~OUP G . Charpentier. P. roject Manager wfudiw : / rJ. ~ ~ 1!t##1 /tJ ~ P C: Joseph CotrOd:n., Ed Pe,ez J-,jMC\2001 0827Mb.l STFeePrClposol 4055 NW 97m AVENUE' MIAMI PLORIDA JJ 178 TEl. 3D5 594.0735 . FA)( 305.594.0755 WWWCORRADINO.COM RESOLUTION NO, 2001-24595 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE APPROPRIATION OF $56,000 IN CONCURRENCY MITIGATION (MIDDLE BEACH) FUNDS FOR THE IMPLEMENTATION OF INTERSECTION IMPROVEMENTS ON 41ST STREET AT INDIAN CREEK DRIVE; SUCH TRAFFIC OPERATION/SAFETY IMPROVEMENTS BEING RECOMMENDED BY THE MUNICIPAL MOBILITY PLAN (MMP) AS A PRIORITY PROJECT, WHICH HAS BEEN DESIGNED/ENGINEERED FOR THE CITY BY THE FLORIDA DEPARTMENT OF TRANSPORTATION; AND FURTHER RESCINDING RESOLUTION NO. 2001- 24492, DATED JUNE 27, 2001, WHICH HAD AUTHORIZED THE APPROPRIATION OF $24,000 FOR THE PROJECT. WHEREAS, Ihe Miami Beach Municipal Mobility Plan (MMP) recommended that intersection improvements be made at 41 st Street and Indian Creek Drive to implement protected, dual left turn movements for northbound Indian Creek traffic (the Project); and WHEREAS, the Project was heard and endorsed respectively by Middle Beach residents at and advertised public meeting held on August 23, 2000, the City's Transportation and Parking Committee meeting on September 11, 2000, and by City Resolution No, 2000-24093, dated September 27,2000; and WHEREAS, the City requested and obtained approval from the Florida Department of Transportation (FOOT), which has also prepared the necessary implementation plans for the Project; and WHEREAS, Project implementation seNices will include obtaining required permits from County and FOOT; revisions to the movement of traffic plans prepared by FOOT, as needed; construction seNices by sub-contractor; actual construction administration and inspection seNices during the placement of the MOT items, pavement marking, and during the County inspections, for a total of five working days; and coordination between FOOT and City; and WHEREAS, Resolution No. 2000-24093, dated September 27, 2000, previously appropriated insufficient funds to implement the Project, and needs to be rescinded; and WHEREAS, more than sufficient Concurrency Mitigation-Middle Beach funds are available for the purpose, 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 appropriation of $56,000 in Concurrency Mitigation (Middle Beach) funds for the implementation of intersection improvements on 41 st Street at Indian Creek Drive; such traffic operation/safety improvements being recommended by the Municipal Mobility Plan (MMP) as a priority project, which has been designed/engineered for the City by the Florida Department of Transportation; and further rescinding Resolution No. 2001-24492, dated June 27, 2001, which had authorized the appropriation of $24,000 for the Project. PASSED AND APPROVED this the 20th day of S~ptembet:' .2001. MAYOR' ATTEST: ~( PtA-~ CITY CLERK APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION \\CH2\VOL 1\WOAK\$TAAIAMELlA\FDOTIDual\\Jm41at.momo.doc RESOLUTION NO. 2001-2"4417 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CARR SMITH CORRADINO, INC. FOR PROFESSIONAL CIVIL ENGINEERING SERVICES FOR CAPITAL PROJECTS IN WmCH THE BASIC CONSTRUCTION COST DOES NOT EXCEED $500,000 PER PROJECT, OR FOR STUDY ACTIVITIES FOR WHICH THE FEE DOES NOT EXCEED $25,000; SAID AGREEMENT HAVING A TWO (2) YEAR TERM, WITH THE OPTION TO EXTEND THE TERM FOR TWO (2) ADDITIONAL ONE YEAR PERIODS, AT THE SOLE DISCRETION OF THE CITY. WHEREAS, the City of Miami Beach (City) issued a Request for Qualificacions- (RFQ) No. 12-00101 for Professional Architectural or Engineering Services in Various Professional Specialities on a Rotational Basis, for Capital Projects in which the Basic Construction Cost does not Exceed $500,000 per Project, or for Study Activities for which the Fee does not Exceed $25,000; and WHEREAS, Carr Smith Corradino, Inc. (Consultant) submitted a proposal in response to this Request for Qualifications (RFQ); and WHEREAS, the proposal submitted by Consultant for Civil Engineering work was reviewed and found responsive under the terms of the RFQ; and WHEREAS, the City and the Consullant have agreed to enter into an Agreement substantially similar to the attached Agreement draft which is recommended by lhe City Manager and approved as to form by the City Attorney, said Agreement having a two (2) year term, with the option to extend the term for two (2) additional one year periods at the discretion of the City. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, that the Mayor and the City Clerk are authorized to execute an Agreement with Carr Smith Corradino, Inc. for ProfessionaLCiviL . Engineering Services for Capital Projects in Which the Basic Construction Cost Does Not Exceed $500,000 per Project, or for Study Activities for which the Fee Does Not Exceed $25,000; said Agreement having a two (2) year term, with the option to extend the term for two (2) additional one year periods, at the election of the City, PASSED and ADOPTED this~dayof June JJ:~ PdA~ CITY CLERK (FILENAME \. uw-\p , ~ .-I. VI ~ MAYOR APPROVED AS TO FORM & LANGUAGE & FOR CUTION &&"oj/""l Llate EXISTING CONDOS EXISTING SUNSET BEACH CONDOS - - en ~,." I :t:Q~ "" 0_", " n:l'1l:::! r- s;: ~ I ~ EXISTING 'OTEL ALANO CONDOS , : I , EET- I I I I I :tl t It I I ~ I ~ : I I - EXISTING CONDOS EXISTING APTS, EXISTING PIERRE APTS. I 1 'EET- I I - I I ... I I \ I , I ARTHUR GODFREY RD , , ~ !;;2 ~ ~ ~ '" ~ Author: Date: Normal Receipt Requested TO: MercediaWilliams, LiliamHatfield Subject: Re: pending documents 20rn-2464~ 10/17/01 C7S -----------------------------------~ssage Contents MariaMartinez at C-H-PO 12/18/2001 09:17 AM Liliam: Please scan this e-mail with the reaD and consider it completed. Merci: Please remove from you pending list. Thanks, Maria Forward Header Re: pending documents 200-24641 10/17/01 C7S AmeliaJohnson at C-H-PO 12/7/01 9:34 AM Subject: Author: Date: You are referring to Resolution NO. 2001-24641. I have just sent a message to Bob saying that our Procurement Director, Gus Lopez, informs that this new Agreement does not have to be executed because the Consultant/Contractor services in question are already covered by a Master Agreement signed by Carr Smith Corradino (Resolution No. 2001-24417, dated June 6, 2001) City-adopted Master Vendor List for projects in which the basic construction cost does not exceed $500,000 per project, The total cost of the consultant and construction project covered by Reso. 2001-24641 is only $56,000. Thanks! Amelia Reply Separator pending documents 200-24641 10/17/01 C7S MariaMartinez at C-H-PO 12/07/2001 09:19 AM Subject: Author: Date: Hi Amelia: This is a follow up to Mr, Parcher's memo dated October 18, 2001 when we forwarded to you three agreements with Carr Smith Corradino Inc.for signatures. We need to know the status of these agreements in order to process this resolution. We appreciate your help on this. Thanks, Maria