Loading...
C7E-Execute Settlement Agreement Indian Creek Drive Between 26th And 41st StreetT: COMMISSION ITEM SUMMARY Condensed Title: A Resolution Of The Mayor And City Commission Of The City Of Miami Beach, Florida, Approving And Authorizing The Mayor And City Clerk To Execute A Settlement Agreement Between The City Of Miami Beach And Bermetlo Ajamil & Partners, Inc., For Extended Professional Construction Engineering And Inspection Services {CEI) For The Florida Department Of Transportation Work Included In The Water Mains And Sanitary Sewer Mains, And Milling And Resurfacing Improvements Along Indian Creek Drive Between 26th And 41st Streets; In The Amount Of$73,000 From Previously Appropriated Funding. Key Intended Outcome Supported: Ensure Value and Timely Delivery of Quality Capital Projects Supporting Data (Surveys, Environmental Scan, etc.): The 2012 Customer Satisfaction Survey indicated that 81% of businesses rated completed capital improvement projects as "excellent" or "good." Item Summary/Recommendation: The Florida Department of Transportation {FDOT) identified the need to perform roadway milling and resurfacing along Indian Creek Drive from 261h to 41"t Streets as part of its five (5) year transportation plan. The FOOT work consisted of roadway milling and resurfacing, guardrail replacements, sidewalk replacement and bump-out construction at certain intersections. At the time, the City had planned two (2) capital pr~~ect elements which consisted of the installation of a new 12-inch diameter water transmission main from 26th to 41 5 Street, along Indian Creek Drive, as well as the replacement of an existing 15-inch diameter wastewater interceptor along Indian Creek Drive, between 281h and 41st Streets. On March 18, 2009, the City Commission, pursuant to Invitation to Bid 28-07/08, awarded a contract to proceed with the construction services for the installation of water mains, sanitary sewer mains, milling, and resurfacing improvements along Indian Creek Drive from 26th to 41st Streets. On September 9, 2009, the City Commission approved Resolution No. 2009-27169, to enter into a professional services agreement with the firm Bermello Ajamil & Partners, Inc. (BAP) for professional CEI services for the FOOT work along Indian Creek Drive from 26th to 41 51 Street in the amount of $129,942.7 4. On July 13, 2011, the City Commission through Resolution No. 2011-27703, approved a settlement agreement between the City and the Contractor in the amount of $1,197,966 for additional work related to water service transfers and side street service connections to the newly installed 12-inch water transmission main and the work associated with an FPL duct bank in conflict with the proposed sewer main. The original project substantial completion date was August 23, 2010. Due to the additional scope of work, the contract's completion date was extended to May 2012. During this additional time, BAP was required to perform extended CEI services, above and beyond the services contemplated under the original negotiated professional services agreement. The additional cost for the extended CEI services submitted by BAP was $117,213.58. BAP provided substantial documents supporting this amount. Staff reviewed the documentation and was able to substantiate $73,000 in additional costs for the extended services provided. BAP has accepted the City's calculations of additional costs and has executed the settlement agreement. It is recommended that the Mayor and City Commission adopt the resolution. Advisory Board Recommendation: I N/A Financial Information· Source of Amount Account Funds: 1 $73,000 424-2949-061357 Water and Sewer Bonds 2000S 2 ....-... 3 OB~~ 4 Total Financial lm_Q_act Summary: 73,000 City Clerk's Office legislative Tracking: David Martinez, ext 6972 Sign-Offs: (\ Depart me~ ir'fi!ctor Assistant .Cit.v Manager f\ L DM \ M~ V\) \AGENDA\2013\0oiDb~ 1 \mello\SERMELLQAjAMIL -S-" -<oO< MIAMI BEACH 242 City rY~anager JLM I [\JfY\ \, AGENDA ITEM _C;;;....._7_E __ DATE /0-ll:r/3 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachiLgov TO: Mayor Matti Herrera Bower and Memb FROM: Jimmy L. Morales, City Manager DATE: October 16, 2013 SUBJECT: A RESOLUTION OF THE MAYOR AN CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A SETTLEMENT AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND BERMELLO AJAMIL & PARTNERS, INC., (BAP) FOR EXTENDED PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION SERVICES (CEI) FOR THE FLORIDA DEPARTMENT OF TRANSPORTATION (FOOT) WORK INCLUDED IN THE WATER MAINS AND SANITARY SEWER MAINS, AND MILLING AND RESURFACING IMPROVEMENTS ALONG INDIAN CREEK DRIVE BETWEEN 26TH AND 41ST STREETS; IN THE AMOUNT OF $73,000 FROM PREVIOUSLY APPROPRIATED FUNDING. ADMINISTRATION RECOMMENDATION Approve the Resolution. FUNDING Funding for this additional professional construction engineering inspection services has been previously appropriated from the following fund: $73,000 BACKGROUND 424-2949-061357 Water and Sewer Bonds 2000S The Florida Department of Transportation (FOOT) identified the need to perform roadway milling and resurfacing along Indian Creek Drive from 26 1h to 41st Streets as part of its five (5) year transportation plan. The FOOT work consisted of roadway milling and resurfacing, guardrail replacements, sidewalk replacement and bump-out construction at certain intersections. At the time, the City had planned two (2) capital project elements which consisted of the installation of a new 12-inch diameter water transmission main from 26th to 41st Street, along Indian Creek Drive, as well as the replacement of an existing 15-inch diameter wastewater interceptor along Indian Creek Drive, between 28th and 41st Streets. On October 31, 2007, the City entered into a Joint Participation Agreement ( JPA) with the FOOT (See Attachment A) for the construction of roadway improvements along Indian Creek Drive between 261h and 41st Street. FOOT provided the City with construction plans prepared by Corradino Group and agreed to contribute with project funding in the amount of $1,501,000. The agreed upon funding for the FOOT portion of the work under the JPA between the City and FOOT was as follows: • Project Construction • Project Construction Engineering and Inspection (CEI) Services • Total Project Estimate 243 $1,365,000 $ 136.000 $1,501,000 Commission Memorandum -Settlement Agreement-Indian Creek Drive Improvements October 16, 2013 Page 2 of2 Pursuant to section 2C of the JPA, the City advertised for bid, let the consultant and construction contracts, administered, supervised, and inspected all aspects of their portion ofthe project. The City was required to retain the services of a CEI, which supervised the milling and resurfacing component. FOOT allocated $136,000 for such services. On September 9, 2009, the City Commission approved Resolution No. 2009-27169, to enter into a professional services agreement with the firm Bermello Ajamil & Partners, Inc. (BAP) for professional CEI services for the FOOT work along Indian Creek Drive from 26th to 41st Street in the amount of $129,942.74 (See Attachment B). ANALYSIS On March 18, 2009, the City Commission, pursuant to Invitation to Bid 28-07/08, awarded a contract to proceed with the construction services for the installation of water mains, sanitary sewer mains, milling, and resurfacing improvements along Indian Creek Drive from 26 1h to 41st Streets. On July 13, 2011, the City Commission through Resolution No. 2011-27703, approved a settlement agreement between the City and the Contractor in the amount of $1,197,966 for additional work related to water service transfers and side street service connections to the newly installed 12-inch water transmission main and the work associated with an FPL duct bank in conflict with the proposed sewer main. The original project substantial completion date was August 23, 2010. Due to the additional scope of work, the contract's completion date was extended to May2012. During this additional time, BAP was required to perform extended CEI services, above and beyond the services contemplated under the original negotiated professional services agreement. The additional cost for the extended CEI services submitted by BAP was $117,213.58. BAP provided substantial documents supporting this amount. Staff reviewed the documentation and was able to substantiate $73,000 in additional costs for the extended services provided. BAP has accepted the City's calculations of additional costs and has executed the attached settlement agreement. (Attachment C) CONCLUSION The Administration recommends approval of the Resolution approving and authorizing the Mayor and City Clerk to execute a settlement agreement between the City of Miami Beach and Bermello Ajamil & Partners, Inc. in the amount of $73,000, for extended Professional Construction Engineering and Inspection (CEI} services for the Florida Department Of Transportation (FOOT) work included in the water mains and sanitary sewer mains, and milling and resurfacing improvements along Indian Creek Drive, between 26th and 41st Streets. Attachments: A: Joint Participation Agreement (JPA) B: Bermello, Ajamil and Partners, Inc. Professional Service Agreement C: Settlement Agreement JLM/MT/DM/OS 244 RESOLUTION TO BE SUBMITTED 245 ' . 'I ' H AHachment A J c--o 7-7 ? t-Cj cr 1l IF--Jo/;'7 )o 7 Contra<:: Number: tJ:.oYf/J CSF/, Number: ..-55.023 JOINT PARTICIPATION AGREEMENT BETWEEN STATE OF FLORIDA DEPARTMENT OF TR.AJ.~SPORTATION AND THE CITY OF MIAMI BEACH THlS AGREEMENT is made and entered into this 31 s.+-da•t of tJ cfrJhe-r-, 20JLZ., between the State of Florida Department ofTransportation, :; component agency ofthe State ofFlorida, hereinafterreferred to as the 'DEPARTMENT', and ·:3e CityofMiami Beach, a municipal corporation of the State of Florida, hereinafter referred to~-the 'CITY'. RECITALS: WHEREAS, the DEPARTMENT has jurisdiction over and maintains the State Road (SR) AlA corridor (Indian Creek Drive) in the City of Miami Beach; <IIld WHEREAS, the DEPARTMENT has drafted design pl&Js for the construction of roadway improvements on SR AlA southbound from 41"t Street to 26th Street, hereinafter referred to as the 'PROJECT', the individual elements of which a:·e outlined in the attached Exhibit "A", 'Scope of Services', which is herein incorporated by refi:rence; and WHEREAS, the DEPARTMENT has programmed funding for the PROJECT under Financial Project Numbers 414641-1-58-01 and 414641~1~68-01, aad has agreed to reimburse the CITY for eligible PROJECT costs up to a maximum limiting amoun~ as outlined in the attached Exhibit "B", 'Financial Summary', which is herein incorpor.:.ted by reference; and WHEREAS, the CITY has agreed to supervise and insped all aspects of PROJECT construction and administration; and WHEREAS, the parties hereto mutually recognize the 1eed for entering into an Agreement designating and setting forth the responsibilitie~ of each party; and WHEREAS, the parties are authorized to enter into this Ag1 eement pursuant to Section 339.08(e) and 339.12, Florida Statutes; NOW, THEREFORE, in consideration of the premises, th<: mutual covenants and other valuable considerations contained herein, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: Pagel of 13 Joint Participatitur AgreemenJ betweet~ the Florida Department of Transpl)rtarion am' the City of Miami &licit, FiliQJicial Projecl Numhen #4/4641-1-58-01, and 414641-J-(.1-01 246 1. INCORPORATION OF RECITALS The foregoing recitals are true and correct and are in• :orporated into the body of this Agreement, as if fully set forth herein. 2. GENERAL REQUIREMENTS a. The CITY shall submit this Agreement to its City C:ommission for ratification or approval by resolution. A copy of said resohtion is attached hereto as Exhibit "C .. , 'Resolution·, and is herein incorporat•xi by reference. b. The CITY shall obtain all necessary permits fro1a the DEPARTMENT, and other concerned agencies, as needed, prior t11 commencing PROJECT construction on DEPARTMENT right-of-way. c. The CITY shall advertise for bid, let the consultar.·: and construction contracts, administer, supervise and inspect all aspects of PROJECT construction until completion, and, as further defined in Exhibit "A'', 'Scope of Services'. The CITY shall complete the PROJECT on or before J' me 30, 2010. All aspects of PROJECT construction and administration are :mbject to DEPARTMENT standards and specifications and must be in compliance with all governing laws and ordinances. d. The CITY shall not execute any contract or obligate itself in any manner requiring the disbursement of DEPARTMENT ft::1ds, including consulting or construction contracts or amendments thereto, with any third party with respect to the PROJECT without the prior written approval of the DEPARTMENT. The DEPARTMENT specifically reserves the right to review qualifications of any consultant or cortractor and to approve of disapprove CITY employment of same. e. The DEPARTMENT shall reimburse the CITY fc·~ eligible PROJECT costs as defined in Exhibit .. B", 'Financial Sununary', ~md in accordance with the financial provisions in Section 3 of this Agreement. 3. FINANCIAL PROVISIONS a. Eligible PROJECT costs may not exceed ONE r.IILLION FIVE HUNDRED ONE THOUSAND DOLLARS ($1,501,000.00). as outlined in Exhibit "B", 'Financial Summary'. If additional funding i~ required, contingent upon DEPARTMENT approval, a supplemental agreement between the DEPARTMENT and the CITY authorizing the additional funding shall be executed prior to such costs being incurred. Page 2 of 13 Joint Participation Agreeme11t betwUJt the Florid4 /Jepartme11t of TrarJSportatioll Qll<' the ary of Miami Beach, Financial Proji!Ct Numbers 1#4U641-1-58-0/, and 414641-/-0-01 247 b. The DEPARTMENT agrees to pay the CITY for th•: herein described services at a compensation as detailed in this Agreement. c. Payment shall be made only after receipt and appr•>val of goods and services unless advance payments are authorized by the Department's Comptroller under Section 334.044(29), Florida Statutes, or by the Department of Financial Services under Section 215.422(14), Florida Statutes. d. Bills for fees or other compensation for servkes or expenses shall be submitted in detail sufficient for a proper preaudit ;md postaudit thereof. e. Travel costs will not be reimbursed. f Records of costs incurred under the terms of this Agreement shall be maintained and made available upon request to the DEPARTMENT at all times during the period of this Agreement and. for five years after final payment is made. Copies of these documents and records shall be furnished to the DEPARTMENT upon request. Records of :::osts incurred include the CITY's general accounting records and the pre~ ect records, together with supporting documents and records, of the contra~tor and all subcontractors performing work on the project, and all other re•:ords of the contractor and subcontractors considered necessary by the DEPARTMENT for a proper audit of costs. g. In the event this contract is for services in excess .:-f$25,000.00 and a term for a period of more than 1 year, the provisions of Sc::tion 339.135(6)(a), Florida Statutes, are hereby incorporated: The DEPARTMENT, during any fiscal year, shall not expend money, incur any liability, or enter into any contract whit:h, by its terms, involves the expenditure of money in excess of the amount:: budgeted as available for expenditure during such fiscal year. Any contrac: t, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The DEPARTMENT shall recuire a statement from the Comptroller of the DEPARTMENT that such !Unds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts ofthe DEPARTMENT which are for an amount :n excess ofTWENTY FIVE THOUSAND DOLLARS ($25,000.00) and whic:h have a term for a period of more than 1 year. h. The DEPARTMENT's obligation to pay is :ontingent upon an annual appropriation by the Florida Legislature. Page 3 of 13 Joinr Parlicipatian Agreement be:ween rhe Florida Department ofTransplJrtariont~• d I he aty of Miami Beach, Finanda/ Project Numben #414641-J-58-()1, and 4/4641-f-,i8-0J 248 4. INDEMNIFICATION To the extent pennitted by Section 768.28, Florida S~~rtutes, the parties agree to indemnify each other for liability due to any act or omission, neglect or wrongdoing of a party or any of its officers, agents c,: employees. Further, the parties agree to defend each other against any and a:J such claims or demands which may be claimed and have arisen as a result of or in connection with the parties' participation in this Agreement. Nothing t;ontained herein shall be construed to contradict the provisions of Section 76:1.28, Florida Statutes, nor shall this Section be construed to require either party to indemnify the other for the negligent acts of the other. 5. GOVERNING LAW This Agreement shall be governed and construed in a•;cordance with the laws of the State ofFlorida. 6. AMEND'MENT This Agreement may be amended by mutual agreem:nt of the DEPARTMENT and the CITY expressed in writing, executed and deliv !Ted by each party. 7. INVALIDITY If any part of this Agreement shall be determined to be invalid or unenforceable, the remainder of this Agreement shall not be affectec thereby, if such remainder continues to conform to the terms and requirements of applicable law. 8. COMMUNICATIONS a. All notices, requests. demands, consents, approval3 and other communications which are required to be served or given hereur.ier. shall be in writing and hand-delivered or sent by either registered or certLied U.S. mail, return receipt requested, postage prepaid, addressed to the par.-, to receive such notices as follows: To DEPARTMENT: Florida Department of Transportation 1000 Northwest 111 Avenue, Room 6137 Miami, Florida ]3172-5800 Attn: Kenneth Robertson, JP A Coordinator Ph: (305) 470-: ~52; Fax: (305) 470-5552 Page4 ofl3 Joi11t Participation Agreement between the Florida DepartmenJ of Tran3portation 011 J the City of Miami Beach. Financial Project Numbers 1#4l4641·1-J8-0I. and 414641-I-~8-01 249 To CITY: City of Miami Bc!ach 1700 Conventior: Center Drive Miami Beach, F: xida 33139 A~: Fernanda Vazquez, City Engineer Ph: (305) 673-7080; Fax: (305) 673-7028 b. Either party may, by notice given as aforesaid. change its address for all subsequent notices. Notices given in complianc'! with this section shall be deemed given when placed in the mail. 9. EXPIRATION OF AGREEMENT The CITY agrees to complete the PROJECT on or ::efore June 30, 2010. If the CITY does not complete the PROJECT within this time period, this Agreement will expire unless an extension of the time period is requested by the CITY and granted in writing by the DEPARTMENT's District Six Secretary or Designee. Expiration of this Agreement will be considered terrnhation of the PROJECT. 10. FINAL INVOICE The CITY must submit the final invoice on this PROJECT to the DEPARTMENT within 120 days after the expiration of this Agreem•:nt. Invoices submitted after October 28, 2010, will not be paid. 11. AUDITS State of Florida Single Audit Act requirements as ou:lined in the attached Exhibit "D .. , 'Audit Reports', are incorporated herein by refennce. 12. ENTIRE AGREEMENT This Joint Participation Agreement is the entire Ag1 eement between the parties hereto, and it may be modified or amended only by nutual consent of the parties in writing. --REMAINDER OF PAGE INTENTIONALLY LEFT BLANK-- Pagd of13 Joint Participazion Agreemenr between the FloridJJ [JqNJHment of Tnmsportaliot~ am' rlre City of Miami B-=h, Finandal Project Nronben #414641-I-58-01, and 4/4641-J-(.1.01 250 IN WITNESS WHEREOF, the parties hereto have executed this Agreement, on the day and year above written. STATE OF FL(JRIDA, DEPARTMENT OF TRANSPOF:TATION: ·?./. ... L? BY: ?-!_~.;:.....;......::.~___;~--- 6r>ISTRICT SECRETARY ATTEST: (SEAL) ~!e~ ' ATTEST:/lZt.·~H~~A< (SEAL) EXIiUTIVE SE~Y CITY CLERK ROBERT PARCHER APPROVED AS TO FORM & LANGUAGE ~-·.....-- FO CUTION '-~~~~~. iP~~Io7 LEGAL REVIEW: cu.::..,_ :1.: ~ DISTRICT GEi·aRAL co NSEL Page6 of13 Joint Participation Agreement betwe~ Jhe f1orida Deptutment cfTronsporlllliDn au I the City of Miami Beat:h. Firumcial Projec:t Numbers# 4U641-/-58-0J, and 4!4641-l-!8-0l 251 EXHIBIT "A" SCOPE OF SERVICES To construct roadway improvements in accordance with and as detailed in the attached PROJECT plans along the SR AlA southbound corridor within the b ;:low-identified PROJECT Limits. The DEPARTMENT will provide the CITY with the signed and sealed construction plans. The CITY will let, supervise and inspe\':t all aspects of PROJECT construction and administration. PROJECT Limits: SR AlA/Indian Creek Drive, southbound, from 41st Street to 26th Street FOOT Financial Project Numbers: 414641-1-58-01 and 414641-1··68-01 County: Miami-Dade FDOT Project Manager: Ana Arvelo, P.E. CITY Project Manager: Fernando Vazquez, P.E. PLANS AND SPECIFICATION~; The CITY agrees to construct the PROJECT using a competitively-b ,d contractor in accordance with the signed and sealed plans and specifications, attached hereto and incorporated herein by reference. Please see attached plans prepared by:._......::C.::o~rr~a...,d""'in...::o:..;G~r""'o"=u:l<.p __ Dated:--------- Page 7 of 13 Joilll Participmion Agreement between the Florida. DepaniiWtt ofTrai!SpOrtaiion <Ll :1 the City of Miami Beach. Financial Project Numbers# 4UMI-J-58-0J. and 4/4641·1·' 8..()/ 252 EXHIBIT "B" FINANCIAL SUMMARY Estimated PROJECT costs for reimbursement are below·listed, separated by phase of work: Financial Project Number 414641·1-58-0 1 PROJECT Construction: Financial Project Number 414641·1-68-01 PROJECT Construction Engineering and Inspection (CEI) services: Total PROJECT Cost Estimate: Page 8 of13 $1,365,000.00 + $136,000.00 $1,501,000.00 Joint Participatiolf Agreemenr ~en/he Florida Department o/Transporratiolf tv' I the City of Miami Beach. Fmancial Project N11171bers I# 4J.i641-I-58-01, and 414641-J-,jg-1)[ 253 EXHIBIT "C" RESOLUTION To be herein incorporated once approved by the CITY Commission. Page 9 ofl3 Joint Participation Agreement between the Florida DeJHJrtmenl o[Tl'ansportation a.1 i the City of Miami Beach. Fi/IQncial ProJect Numben #4U641-J-S8-01, and 414641-1-~ 8-01 254 EXHIBIT"D" AUDIT REPORTS The administration of resources awarded by the Dc:partment to the:: CITY OF MIAMI BEP.GH may be subject to audits and/or monitoring by the Department, as described in this section. For further guidance, s: e the Executive Office of the Governor website, which can be found at: www .fssa.state.n.us . MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A-133 and Sc:ction 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by Department staff, limited scope audits~ defined by OMB Circular A-133, as revised, anc. 'or other procedures. By entering into this agreement, the recipient agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. In the event the Departmen1 determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additiotal instructions providc:d by the Department staff to the CITY OF MIAMI BEACH regarding such audit The CITY 0 F MIAMI BEACH further agrees to comply and cooperate with any inspections, reviews, investigations, or audits de•:med necessary by the Chief Financial Officer (CFO) or Auditor General. AUDITS PART 1: FEDERALLY FUNDED Recipients of federal funds (i.e. state, local government, or non-profit organizations as iefined in OMB Circular A· 133, as revised) are to have audits done annually using the following criteria: 1. In the event that the recipient expends $300,000 ($500,000 for fiscal years ending after December 31, 2003) or more in Federal awards in its fiscal year, the recipient must have a single or program-specific audit conducted in accordance with the provisions of OMB Circular A-133, as t•:vised. EXHIBIT 1 to this agreement indicates Federal resources awarded through the Department by th:_; agreement. In determining the Federal awards expended in its fiscal year, the recipient shall consider all sources of Federal awards, including Federal resources received from the Department. The detennination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Ci;·cular A-133, as revised. An audit of the recipient conducted by the Auditor General in accordance with the provisions OMB Circular A- 133, as revised, will meet the requirements of this part. 2. In connection with the audit requirements addressed in Part I, paragraph 1., the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of0M3 Circular A-133, as revised. 3. If the recipient expends less than $300,000 ($500,000 for fiscal years ending after December 31, 2003) in Federal awards in its fiscal year, an audit conducted in accordance with the pr >visions of OMB Circu1ar A- 133, as revised. is not required. In the event that the recipient expends Less thar $300,000 ($:500,000 for fiscal years ending after December 31, 2003) in Federal awards in its ftscal yea:: and elects to have an audit conducted in accordance with the provisions ofOlltffi Circular A-133, as revise;~ the cost of the audit must be paid from non-Federal resources {i.e., the cost of such an audit must be paid from recipient resources obtained from other than Federal entities). 4. Federal awards are to be identified using the Catalog of Federal Domestic Assistance (CFDA) title and number, award number and year, and name of the awarding federal agency. Page 10 of 13 Joint Parrictparion Agreemenr between the Florida Department of Transportation OJI t 1he City of Miami Becch. Fintlllcial Project Numbers# 4/4641-1-58-01. attd 4/4Ml-1-~ 8-01 255 PART II: STATE FUNDED Recipients of state funds (i.e. a nonstate entity as defined by Section 215.97(2)(1}, Flori<~ 1 Statutes) are to have audits done annually using the following criteria: 1. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $300,000 ($500,000 for fiscal years ending on September 30, 2004, and thereafl:tr) in any fiScal year of such recipient, the recipient must have a State single or project-specific audit for such :.seal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Executive Office of the Governor and the CFO; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXHIDIT 1 to this agreement indicates state financial assirtance awarded through the Department by this agreement In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department, other state agencies, and other nonstate entities. State linancial assistance docs not include Federal direct or pass-through awards and resources received by a nonst<. e entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part II, paragraph 1, the recipient shall ensure that the audit complies with the requirements of Section 215.97(7), Florida Statutes. Tiis includes submission of a financial reporting package as defined by Section 215.97(2)(d), Florida Statute!• and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of· he Auditor General. 3. [f the recipient expends less than $300,000 in state financial assistance in its fi;~al year ($500,000 for fiscal years ending on September 30, 2004, and thereafter), an audit conducted in acccJ dance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $300,000 ($500,000) in state financial assistance in its fiscal year and elects to have an attdit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit m-:st be paid from the nonstate entity's resources (i.e., the cost of such an audit must be paid from the recipient's 1 esources obtained from other than State entities). 4. State awards are to be identified using the Catalog of State Financial Assistaro:e (CSFA) title and number, award number and year, and nam: of the state agency awarding it. PART Ill: OTHER AUDIT REQUIREMENTS The recipient shall follow up and take corrective action on audit findings. Prep<:·ation of a summary schedule of prior year audit findings, including corrective action and current status of the audit findings is required. Current year audit findings require corrective action and status of findings. Records related to unresolved audit findings, appeals, or litigation shall be retaine•l. until the action is completed or the dispute is resolved. Access to project records and audit work papers shaU be given to the FDOT, the Comptroller, and the Auditor General. This section does not limit the authority of the Department to conduct or arrange for the conduct of additional audits or evaluations of state financial assc; :ance or limit the authority of any other state official. Page 11 of 13 Joint Panicipation AgreemDZI between liz£ Florida Department ofTrllliSpOrtntion tv' I the City of Miami Beach. FiJUJncial Proj~ct Numbers# -114641-l-58-01, aruUU641-1~!~-01 256 PART IV: REPORT SUBMISSION l. Copies of reporting packages for audits conducted in accordance with OMB Cin:ular A-133, as revised, and required by PART I of this agreement shall be submitted, when required by Secticn .320 (d), OMB Circular A- 133, as revised, by or on behalf of the recipient directly to each of the following: A. The Department at each of the following addresses: Florida Department of Transportation 1000 Northwest 111 Avenue Miami, Florida 33172 B. The Federal Audit Clearinghouse designated in OMB Circular A-133, as r~vised (the number of copies required by Sections .320 (d)(l) and (2), OMB Circular A-133, as revisecl, should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10111 Street Jeffersonville, IN 47132 C. Other Federal agencies and pass-through entities in accordance with Se:tions .320 (e) and (f), OMB Circular A-133, as revised. 2. In the event that a copy of the reporting package for an audit required by PI1RT I of this agreement and conducted in accordance -with OMB Circular A-133, as revised, is not reqt:.:red to be submitted to the Department for reasons pursuant to section .320 (cX2), OMB Circular A-133, JS revised, the recipient shall submit the required written notification pursuant to Section .320 (e)(2} and a c:py of the recipient's audited schedule of expenditures ofFederal awards directly to each of the following: Florida Department of Transportation 1000 Northwest 111 Avenue Miami, Florida 33172 In addition, pursuant to Section .320 (f), OMB Circular A-133, as revised, the recipient shall submit a copy of the reporting package dcscn"bed in Section .320 (c), OMB Circular A-133, as r:vised, and any management letters issued by the auditor, to the Department at each of the follo-wing addresses: Florida Department of Transportation 1000 Northwest 111 Avenue Miami, Florida 33172 3. Copies of financial reporting packages required by PART II of this agreemen: shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department at each of the following addresses: Florida Department of Transportation 1000 Northwest 111 Avenue Miami, Florida 33172 B. The Auditor General's Office at the following address: Page 12 of13 Joint Participation Agreement ~en the Florida Department ofTrQIISportation ar. l the City of Miami Beach. FiiUlltcial Project Numbers# 4UMI-1-58-01, and 414641-1-·l'-01 257 Auditor General's Office Room 401, Pepper Building Ill West Madison Street Tallahassee, Florida 32399-1450 4. Copies of reports or the manage~nt letter required by PART III of this agreement shall be submitted by or on behalf of the recipient directly to: A. The Department at each of the following addresses: Florida Department of Transportation 1000 Northwest 111 Avenue Miami, Florida 3 3172 5. Any reports, management letter, or other information required to be submitted t•• the Departtnent pursuant to this agreement shall be submitted timely in accordance with OMB Circular .\.-133, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. 6. Recipients, when submitting fmancial reporting packages to the Departtnent for al!dits done in accordance with OMB Circular A-133 or Chapters 10.550 (local governmental entities) or 10.•)50 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that the ret: orting package was delivered to the recipient in correspondence accompanying the reporting package. PART V: RECORD RETENTION 1. The recipient shall retain sufficient records demonstrating its compliance with the terms of this agreement for a period of at least five years from the date the audit report is issued, and shall allo>. the Department, or its designee, the state CFO or Auditor General access to such records upon request. :"he recipient shall ensure that the independent audit working papers are made available to the Department, or it: designee, the state CFO, or Auditor General upon request for a period of at least five years from the date the ail.dit report is i.ssued, unless extended in writing by the Department Page 13 of 13 Joint Participation AgreemenJ between the Florida Depanment of Transp()TUltion •: ui the City of Miami Beach, Financial Proje.ct Nlllftbus It 414641-1-58-01, and 414641-1·68..01 258 Florida Department of Transpol'tation CHARLIE CRIST GOVERNOR November 6, 2007 Mr. Fernando Vazquez District Contracts and Procurement 1000 Northwest 111'" Avenue, Room 6203 Miami. FL 33172 IMlem a request for sefVice is an opportunity to serve you 1 City of Miami Beach, Transportation Division 1700 Convention Center Drive Miami Beach. Florida 33139 STEPHANIE C. KOPELOUSOS SECRETARY Re: Project#414641-1~1: SRA1A Roadway Improvements; JP.t\ Execution Notice Dear Mr. Vazquez: Endosed for the City of Miami Beach's (City's) records is one {1) original Joirl Participation Agreement {JPA) for the referenced project This JPA was executed by the Florida Department of .. ransportation (Department) on Wednesday, October 31, 2007. Another original JPA was mailed by separate cover to the City's Clerk's Office, Attn: Ms. Kerry Hernandez. Thank you on behalf of the Department for your assistance in expediting thE.! execution of this JPA If you have any questions or concerns, please feel free to contact me at (305) 47Q-5404. Sincerely, J ; ·14-u-u·IL 9-J{u:Vt:T~ Kenneth Robertson District Contracts and Procurement Manager encl: One (1) original executed JPAAgreement cc: Ana .Arvelo, P.E., FDOT Project Manager; File www.dot.state . .fl.us 259 Attachment B AGREEMENT BETWEEN CITY OF MIAMI BEACH AND BERMELLO AJAMIL & e.A:BINEfiS, INC. FOR [IOV1-? 71 ~~ c 70-1/9/o1 · PROFESSIONAL CERTIFIED ENGINEER INSPECTION (CEI} SERVICES PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 03..08/09 .. FOR THE FLORIDA DEPARTMENT OF TRANSPORTATION (FOOT) WORK INCLUDED IN THE WATER MAINS AND SANITARY SEWER MAINS, AND MILLING AND RESURFACING IMPROVEMENTS ALONG: INDIAN CREEK DRIVE BETWEEN 26TH AND 41sT STREETS. August 12, 2009 260 INDIAN CREEK CEI AGREEMENT TABLE OF CONTENTS DESCRIPTION ARTICLE 1 DEFINITIONS 1.1 City 1.2 City Commission 1.3 City Manager 1.4 Proposal Documents 1. 5 Consultant 1.6 City's Project Coordinator 1. 7 Basic Services 1. 8 The Project 1.8.1 The Project Cost 1.8.2 The Project Scope 1.9 Construction Cost 1.9.1 Construction Cost Budget 1.9.2 Statement of Probable Construction Cost 1.10 Force Majeure 1.11 Contract Documents 1.12 Contract Amendment 1.13 Services 1.14 Schedules 1. 15 Scope of Services ARTICLE 2. CONSULTANT'S SERVICES 2. 1 Basic Services 2.2 Additional Services 2.3 Responsibility for Claims and Liabilities 2.4 Time ARTICLE 3. THE CITY'S RESPONSIBILITIES ARTICLE 4. ADDITIONAL SERVICES ARTICLE 5. REIMBURSABLE EXPENSES ARTICLE 6. COMPENSATION FOR SERVICES ARTICLE 7. CONSULTANT'S ACCOUNTING RECORDS ARTICLE 8. OWNERSHIP AND USE OF DOCUMENTS ARTICLE 9. TERMINATION OF AGREEMENT ARTICLE 10.1NSURANCE ARTICLE 11.1NDEMNIFICATION ii 261 PAGE 2 2 2 2 2 2 3 3 3 3 3 3 4 4 4 4 4 5 5 5 6 7 7 7 7 12 15 16 17 19 20 20 22 23 INDIAN CREEK CEI AGREEMENT ARTICLE 12.VENUE ARTICLE 13.LIMITATION OF LIABILITY ARTICLE 14. NOTICE ARTICLE 15. MISCELLANEOUS PROVISIONS ATIACHED SCHEDULES: SCHEDULE "A" .,. SCOPE OF SERVICES SCHEDULE "8" .,. CONSULTANT COMPENSATION iii 262 24 24 25 26 29 35 INDIAN CREEK CEI AGREEMENT TERMS AND CONDITIONS OF AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND BERMELLO AJAMIL & PARTNERS, INC. FOR PROFESSIONAL CERTIFIED ENGINEER INSPECTION (CEI) SERVICES PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 03-08/09. FOR THE FLORIDA DEPARTMENT OF TRANSPORTATION (FOOT) WORK INCLUDED IN THE WATER MAINS AND SANITARY SEWER MAINS, AND MILLING AND RESURFACING IMPROVEMENTS ALONG INDIAN CREEK DRIVE BETWEEN 26TH AND 41ST STREETS. This Agreement made and entered into this 9 t {day of ~ f ~ 4, t 2009, by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida (hereinafter_ referred to as City), having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, and BERMELLO AJAMIL & PARTNERS, INC., a Florida corporation, having its principal office at 2601 South Bayshore Drive, Miami, Florida 33133 {hereinafter referred to as Consultant). W I T N E S S E T H: WHEREAS, the City intends to undertake a project within the City of Miami Beach, which is more particularly described in this Agreement and the attached Schedule .. A .. (Scope of Services), and wishes to engage the Consultant to provide engineering inspection services, and related professional services for the Project at the agreed fees as set forth in this Agreement; and WHEREAS, the Consultant desires to contract with the City for performance of architectural, master planning, and related professional services relative to the Project, as hereinafter set forth. 1 263 INDIAN CREEK CEI AGREEMENT NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreements herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 CITY: The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. 1.2 CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. 1.3 CITY MANAGER: The "City Manager'' shall mean the chief administrative officer of the City. The City Manager shall be construed to include any duly authorized designees (including the Project Coordinator), who shall serve as the City's representative to whom administrative requests for approvals shall be made and who shall issue authorizations to the Consultant; exclusive of those authorizations reserved to the City Commission. 1.4 PROPOSAL DOCUMENTS: "Proposal Documents" shall mean Request for Qualifications RFQ No. 03-08/09, For Professional Construction Engineering and Inspection (CEI} Services of the Water Mains, Sanitary Sewer Mains, and Milling and Resurfacing Improvements along Indian Creek between 26th and 41st Streets. issued by the City in contemplation of this Agreement, together with all amendments thereto, if any, and the Consultant's proposal in response thereto (Proposal), which is incorporated by reference in this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, this Agreement shall prevail. 1.5 CONSULTANT: The "Consultant" is herein defined as Bermello Ajamil & Partners, Inc., a Florida corporation, having its principal office at 2601 South 2 264 INDIAN CREEK CEI AGREEMENT Bayshore Drive, Miami, Florida 33133. 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. Any sub- Consultants retained by Consultant pursuant to this Agreement and the Project shall be subject to the prior written approval of the City Manager. 1.6 PROJECT COORDINATOR: The "Project Coordinator" shall mean the individual appointed by the City Manager who shall be the City's authorized representative to coordinate, direct, and review on behalf of the City, all matters related to the Project, except as otherwise provided herein. 1.7 BASIC SERVICES: "Basic Services" shall include those certain master planning, architectural, landscape architectural, engineering and/or other related professional services as required to complete the Project, as described in Article 2 herein and in Schedule "A" ("Scope of Services"). 1.8 THE PROJECT: The "Project'' shall mean that certain City project which has been approved by the City Commission, and as further described in Schedule "A" ("Scope of Services"). 1.8.1 THE PROJECT COST: The "Project Cosf', as shall be established by the City, shall mean the total cost of the Project to the City including: Construction Cost, professional compensation, land costs (if any), financing costs, testing services, surveys, or other reimbursable expenses. 1.8.2 THE PROJECT SCOPE: The "Project Scope" shall mean the description of the Project contained in Schedule "A" ("Scope of Services"). 1.9 CONSTRUCTION COST: The ,.Construction Cost" for the Project shall mean the sum which is the total cost or estimated cost to the City of all elements of the Project, (as specified by the Consultant and approved by the City) 3 265 INDIAN CREEK CEI AGREEMENT including, at current market rates (with a reasonable allowance for overhead and profit), the cost of labor, materials and any equipment which has been designed, specified, selected or specifically provided for the Project, and including a contingency allowance for unforeseen conditions, not to exceed ten percent (1 0%) of the construction cost for new construction, or twenty percent (20%) of the construction cost for rehabilitation of historic buildings, and not including the compensation of the Consultant and any sub-Consultants, the cost of land, surveys, testing, or other reimbursable expenses. 1.9. 1 CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean an amount budgeted by the City for Construction Cost, of the Project. 1.9.2 STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean a forecast of Construction Cost for the Project prepared by the Consultant for the guidance of the City. The City shall have the right to verify the Statement of Probable Construction Cost. 1.1 0 FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as hurricanes, tornadoes, floods, loss caused by fire and other similar unavoidable casualties; or by changes in Federal, State or local laws, ordinances, codes or regulations enacted after the date of this Agreement and having a substantial impact on the Project; other causes beyond the parties' control; or by any other such causes which the Consultant and the City decide in writing justify the delay; provided, however, that market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. 1.11 CONTRACT DOCUMENTS: .. Contract Documents.. shall mean this 4 266 ------------ INDIAN CREEK CEI AGREEMENT Agreement, any schedules or exhibits attached and incorporated hereto; and any other documents as may be incorporated by reference hereto. 1.12 CONTRACT AMENDMENT: "Contract Amendment" shall mean a written amendment to this Agreement, signed by both parties and including, without limitation, an order to the Consultant (approved by the City and signed by the City's duly authorized representative) authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fees and/or completion dates, as applicable. Contract Amendments shall be approved by the City Commission, if they exceed twenty-five thousand dollars ($25,000.00) or the City Manager if they are twenty-five thousand dollars ($25,000.00) or less in amount (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). Even for Contract Amendments for less than twenty-five thousand ($25,000.00), the City Manager shall retain the right to seek and obtain concurrence of the City Commission for the approval of any such Contract Amendment. 1.13 SERVICES: The "Services" shall mean all services (including Basic Services and Additional Services, as approved by the City) to be performed on the Project by the Consultant pursuant to this Agreement, whether completed or partially completed, and includes labor and materials, equipment, and such other services provided (or to be provided) by Consultant, as required to fulfill its obligations herein. 1.14 SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A-Scope of Services. Schedule B -Consultant Compensation: The schedule of compensation to the Consultant for Basic Services and Additional Services (as approved by the City), and for Reimbursable Expenses (as defined). Schedule C -Hourly Billing Rate Schedule: The schedule of hourly 5 267 INDIAN CREEK CEI AGREEMENT compensation rates to the Consultant (as submitted by the Consultant and approved by the City). Schedule D -Project Schedule. 1.15 SCOPE OF SERVICES: "Scope of Services" shall mean the Project scope as described in Schedule "A" ("Scope of Services"), which includes Basic Services and any Additional Services (as approved by the City). ARTICLE 2. CONSULTANT'S SERVICES The Consultant shall provide Services for the Project as required by the Contract Documents and as set forth in Schedule "A" (Scope of Services). The Services for the Project will be commenced by Consultant upon receipt of a written Notice to Proceed issued by the City Manager, and countersigned by Consultant. A separate Notice to Proceed shall be required for commencement of each Task (as delineated in Schedule "A" "Scope of Services"). The Consultant shall be responsible for coordinating with sub-Consultants and other Consultants. Consultant shall conform to all applicable building codes and regulations. Consultant, as it relates to its Services, represents and warrants to the City that it is knowledgeable of codes, rules and regulations applicable in the jurisdictions in which the Project is located, including, without limitation, local ordinances and codes (City of Miami Beach and Miami-Dade County), Florida Statutes, administrative rules and regulations, and Federal laws, rules and regulations. The Consultant agrees to comply with all such laws, codes, rules, and regulations, whether now in effect, or as may be amended or adopted . at any time, and shall further take into account all known pending changes to the foregoing, of which it should be reasonably aware. The Consultant represents and warrants that all of its duties, services and responsibilities under this Agreement shall be performed in accordance with the 6 268 INDIAN CREEK CEI AGREEMENT standard of care normally exercised in the design of projects of this nature in South Florida. In addition, Consultant represents and warrants that it is experienced and fully qualified to perform the Services contemplated by this Agreement, and that it is properly licensed pursuant to the applicable laws, rules and regulations to perform such Services. Consultant represents and warrants that it is responsible for the technical accuracy of its Contract Documents. 2.1 BASIC SERVICES: Consultant shall perform the Basic Services as required in Schedule "A" ("Scope of Services"). 2.2 ADDITIONAL SERVICES: Consultant shall provide those Additional Services as required in Schedule "A" ("Scope of Services"). 2.3 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: Approval by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant, or any of its officers, directors, employees, contractors, Consultants, agents and servants, for the accuracy and competency of their designs, working drawings, specifications, or other documents and services; nor shall such approval be deemed to be an assumption of such responsibility by the City for a defect, error or omission in such designs, working drawings, specifications or other documents and services; provided, however, that the Consultant shall be entitled to reasonably rely upon the accuracy and validity of written decisions and approvals furnished by the City. 2.4 TIME: It is understood that time is of the essence in the completion of the Services, and in this respect the parties agree as follows: 2.4.1 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement and the orderly progress of the work. 7 269 INDIAN CREEK CEI AGREEMENT 2.4.2 The parties agree that the Services will be performed in a manner that shall conform with the approved Project Schedule, which is attached as Schedule "D" hereto. In the event Consultant is unable to timely complete the Services because of delays resulting from untimely review by the City or other governmental authorities having jurisdiction over the Project, or such other delays which are caused by factors outside the reasonable control of Consultant. Consultant shall immediately provide the Project Coordinator with written notice stating the reason for such delay, and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Coordinator may require), the Project Coordinator may grant a reasonable extension of time for completion for the particular service/work involved (and the City may also provide reasonable compensation, if deemed appropriate) and an adjustment to the Project Schedule will be made. 2.4.3 In providing the Services, the Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Coordinator and any of all firms and/or individuals that have been contracted or otherwise retained to perform services and J or work pertaining to the Project. 2.4.4 The Consultant shall perform its duties in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.4.5 Whenever others are required to verify, review, or consider any work performed by Consultant including, without limitation, contractors and/or other design professionals or Consultants retained by the City, the intent of such requirement is to enable the Consultant to receive input from others' professional 8 270 INDIAN CREEK CEI AGREEMENT expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with applicable laws, codes, ordinances, and regulations; or which are inconsistent with standards or decisions provided by the Project Coordinator. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified as discrepancies, errors and omissions by others. Consultant shall receive comments from reviewers in writing including, without limitation, via a set of marked~up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be construed to mean as soon as possible and taking into account the requirements of the Project Schedule. 2.4.6. The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other Consultants (engaged by the City at its own expense) any or all of the services and/or work performed by Consultant in connection with the Services, and the Consultant shall fully cooperate in such review. 2.4.7 Consultant agrees to certify and warrant to the City all estimates of Construction Cost prepared by Consultant. 2.4.8 Consultant represents and warrants to the City that its review and evaluation of the Project budget, Statement of Probable Construction Cost, and any other cost estimates for the Project, represents Consultant's best judgment as an experienced design professional familiar with the construction industry; provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimate of Construction Cost or other cost evaluation prepared by Consultant. 2.4.9 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida law, requires a license, certification of 9 271 INDIAN CREEK CEI AGREEMENT authorization, or other form of legal entitlement to practice such Service(s), it shall employ and/or retain only qualified, duly licensed and/or certified personnel to provide same. 2.4.1 0 Consultant agrees to designate, in writing, within five (5) calendar days after receiving the first Notice to Proceed, a qualified licensed professional to serve as the Consultant's project manager (herein after referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. The person selected by Consultant to serve as its Project Manager shall be subject to the prior written approval of the City Manager. Replacement (including re-assignment) of the approved Project Manager shall not be made without the prior written approval of the City Manager. 2.4.11 Consultant agrees, within fourteen (14) calendar days from receipt of written notice from the City Manager stating the cause therefore, to promptly remove and replace a Project Manager, or any other personnel employed or retained by Consultant on the Project (including without limitation, any sub- Consultant or subcontractors). 2.4.12 Consultant hereby represents and warrants to the City that it has expertise in the type of professional services required to perform the Services. Consultant agrees that all Services shall be subject to the City's review and approval, and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with applicable laws, statutes, ordinances, codes, rules, regulations, and any other requirements of governmental agencies having jurisdiction over the Project (or the Services). In the event of any conflict in these requirements, Consultant shall notify City's Project Coordinator of such conflict and utilize its best professional judgment to advise the City regarding resolution of each such conflict. 10 272 INDIAN CREEK CEI AGREEMENT 2.4.13 Consultant agrees not to divulge, furnish or otherwise make available to any third party(ies) any non-public information concerning the Services or the Project without the City Manager's prior written consent, unless such disclosure is incident to the proper performance of Consultant's obligations hereunder; or the disclosure is required pursuant to Florida Public Records law; or in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require its sub-Consultants and subcontractors to comply with the provisions of this subsection. 2.4.14 The City and Consultant acknowledge that the Services (as set forth in Schedule A, "Scope of Services") may not delineate every detail and minor work task required to be performed by Consultant to complete the Project. If, during the course of performance of the Services, Consultant determines that work should be performed to complete the Project which is, in Consultant's opinion, outside the level of effort originally anticipated in the Scope of Services, Consultant shall notify the Project Coordinator, in writing, in a timely manner, and obtain the Project Coordinator's written consent before proceeding with such work. If Consultant proceeds with any such additional work without notifying and obtaining the written consent of the Project Coordinator, said work shall be deemed to be within the original level of effort and deemed included as a Basic Service (whether or not specifically addressed in the Scope of Services). Notice by Consultant to the Project Coordinator (in and of itself) shall not constitute authorization or approval by the City to perform the work. Performance of any such work by Consultant without the prior written consent of the Project Coordinator shall be at Consultant's sole risk. 2.4.15 Consultant shall establish, maintain and categorize any and all documents related to the Project and the Services in accordance with the City Capital Improvement Projects (CIP) Department's filing system, and shall provide CIP with copies of correspondence and other doquments, as required by the City to properly track the progress of the work and any issues related to the Project and the Services. In addition, Consultant shall provide electronic document files to 11 273 INDIAN CREEK CEI AGREEMENT CIP upon completion of the Services. 2.4.16 The City's participation in the design and construction of the Project shall in no way be deemed to relieve the Consultant of its professional duties and responsibilities under the Contract Documents or under applicable law. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Coordinator, in writing, who shall act as the City's representative with respect to the Services and the Project. The Project Coordinator shall have authority to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services. However, the Project Coordinator is not authorized to issue any verbal or written orders or instructions to Consultant that would have the effect, (or be interpreted as having the effect) of modifying or changing, in any way whatsoever, unless approved by the City Manager or the City Commission (in accordance with Article 1.12), the following: a) the Scope of Services; b) the time within which the Consultant is obligated to commence and complete the Services; or c) the amount of compensation the City is obligated or committed to pay Consultant. 3.2 The City shall assist Consultant by placing, at Consultant's disposal, all information the City has available pertinent to the Project. Consultant hereby agrees and acknowledges that, in making such information available to the Consultant, the City makes no express or implied certification, representation, or warranty, as to the accuracy or completeness of any such information (including, without limitation, any information provided in the Proposal and backup 12 274 INDIAN CREEK CEI AGREEMENT documentation thereto). Any conclusions or assumptions drawn by Consultant following review of the City's information shall be the sole responsibility of the Consultant, and subject to whatever measures Consultant deems necessary, in accordance with its sole professional judgment, to verify the accuracy or completeness of same. If Consultant deems that it is necessary to undertake additional work due to inaccurate, incomplete or incorrect information supplied by the City, Consultant shall notify the Project Coordinator, in writing, in a timely manner, and obtain the Project Coordinator's written consent before proceeding with such work. tf Consultant proceeds with without obtaining the consent of the Project Coordinator, said work shall be deemed to be within the original level of effort and deemed included as a Basic Service. 3.3 The City has established the Construction Cost Budget for the Project, as set forth in Schedule "A." 3.4 In the City's sole discretion, the City may furnish legal, accounting and insurance counseling services for the Project at any time including, without limitation, auditing services the City may requrre to verify Conl?ultant's applications for payment, or to ascertain that Consultant has properly remitted payments due to its subcontractor or vendors. 3.5 If the City observes or otherwise becomes aware of any fault or defect in the Services, or non-conformance with the Contract Documents, the City shall give prompt written notice thereof to the Consultant. 3.6 The City shall furnish required information and render approvals and decisions, in writing, as reasonably expeditious as necessary for the orderly progress of the Services. No approvals required by the City shall be unreasonably delayed or withheld; provided that the City shall at all times have the right to approve or reject any proposed submisslpns of Consultant· for any reasonable basis. 13 275 INDIAN CREEK CEI AGREEMENT 3. 7 The City Commission shall be the final authority to do or to approve the following actions or conduct by passage of an enabling resolution or amendment to this Agreement. 3.7.1 The City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to the Agreement,: except ' when expressly noted otherwise. (i.e., where delegated to the City Manager or the Project Coordinator) 3.7.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement or any interest therein. Assignment and transfer shall be defined to include sale of the majority of the stock of a corporate Consultant. 3.7.3 The City Commission shall hear appeals from the administrative decision of the City Manager upon the Consultant's written request. In such cases, the Commission's decision shall be final. 3. 7.4 The City Commission shall approve or consider all Contract Amendments that exceed the sum of twenty five thousand dollars ($25,000.00} or other such amount as may be specified by the' City of Miami Beach Procurement Ordinance, as amended. 3.8 The City Manager shall serve as the City's representative to whom administrative requests for approvals shall be made and who shall issue authorizations to the Consultant (exclusive of those authorizations reserved to the City Commission and the Project Coordinator). These authorizations shall include, without limitation, reviewing, approving, or otherwise commenting upon the schedules, plans, reports, estimates, contracts and other documents submitted to the City by the Consultant, and prior review and approval of any subcontractors or sub-Consultants. 14 276 INDIAN CREEK CEI AGREEMENT 3.8.1 The City Manager shall decide, in his professional discretion, matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement, and shall attempt to render administrative decisions promptly to avoid unreasonable delay in the progress of the Services. The City Manager, in his discretion, may consult with the City Commission concerning disputes or matters arising under this Agreement regardless of whether such matters or disputes are enumerated herein. 3.8.2 The City Manager shall be authorized, but not required, at the request of the Consultant, to reallocate monies already budgeted to payment of the Consultant; provided, however, that the Consultant's compensation or other budgets established by this Agreement cannot be increased. 3.8.3 The City Manager shall be the sole representative of the City authorized to issue the first Notice to Proceed (as referenced in Article 2); provided, however, that subsequent Notices to Proceed may be issued by the Project Coordinator. 3.8.4 The City Manager may approve Contract Amendments which do not exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended) and which do not increase any of the budgets established herein. 3.8.5 The City Manager may, in his sole discretion, form a committee or committees, or inquire of or consult with persons for the purpose of receiving advice and recommendations relating to the exercise of his powers, duties and responsibilities under this Agreement. 15 277 INDIAN CREEK CEI AGREEMENT ARTICLE 4. ADDITIONAL SERVICES 4. 1 Additional Services will only be performed by the Consultant following receipt of written authorization by the Project Coordinator (which authorization must be obtained prior to commencement of any such services or work by Consultant). Such authorization shall contain a description of the Additional Services required; an hourly fee (as provided in Schedule "C'') and/or lump sum, (including a "not to exceed" amount on additional Reimbursable Expenses [if any]) the amended Construction Cost Budget (if applicable); and an amended time of completion date for the Services (if applicable). "Not to exceed" shall mean the maximum cumulative fee allowable, which the Consultant shall not exceed without further written authorization from the Project Coordinator. The "Not to exceed" amount is not a guaranteed maximum cost for the serVices or work requested and all costs applicable to same shall be verifiable through time sheet and reimbursable expense reviews. 4.2 Additional Services may consist of the following: 4.2.1 Providing additional work or services relative to the Project which arises from subsequent circumstances and causes which do not currently exist or which are not contemplated by the parties at the time of execution of this Agreement (excluding circumstances and causes resulting from error, inadvertence or omission of the Consultant). 4.2.2 Serving as an expert witness in connection with any public hearing, arbitration proceeding or legal proceeding, unless such preparation has arisen from the failure of the Consultant to meet the standard of care required in the Contracts Documents. 4.2.3 Preparing documents for change orders or supplemental work initiated at the City's request. 16 278 INDIAN CREEK CEI AGREEMENT ARTICLE 5. REIMBURSABLE EXPENSES 5.1 Reimbursable Expenses shall include actual expenditures made' by the Consultant for the Services. All Reimbursable Expenses, in excess of $500, must be authorized in advance, in writing, by the Project Coordinator. Invoices for Reimbursable Expenses shall be submitted by Consultant to the Project Coordinator (along with supporting receipts, and any other back-up r:naterial reasonably requested by the City). Consultant shall certify as to eaQh such invoice that the amounts and items claimed as reimbursable are "true and, correct and in accordance with the Agreement." 5.2 Reimbursable Expenses may include the following: 5.2.1 The cost of testing or investigation for underground utilities. 5.2.2 Expenses for reproduction, postage and handling of drawings, specifications, and other documents (excluding reproductions for the office use of the Consultant and courier and postage costs between the Consultant and its sub-Consultants). 5.2.3 Expenses for preparation of special graphics for community workshops. 5.2.4 Permit fees for all necessary City of Miami Beach regulatory bodies having jurisdiction over the Project (in the event that same are not waived, or cannot be waived, by the City). ARTICLE 6. COMPENSATION FOR SERVICES 6.1 This Agreement is a Lump Sum Agreement. The Consultant shall be compensated at the not to exceed fee, as listed in Schedule "8", attached hereto, and which (for invoicing and tracking purposes), is based on the "Hourly Rate 17 279 INDIAN CREEK CEI AGREEMENT Schedule" in Schedule "C". Payment for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Coordinator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services shall not exceed the progress percentage noted in the Consultant's progress schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted services. 6.2 Additional Services (as approved by the City) will be compensated using the hourly rates in Schedule "C". Requests for payment of Additional Services shall be included with the monthly payment request in Article 6.1. No mark-up shall be allowed on subcontracted Additional Services. 6.3 Reimbursable Expenses (as approved by the City) will be paid up to the "not to exceed" amount in Schedule "B". Requests for payment of Reimbursable Expenses shall be included with the monthly payment request in Article 6.1. No mark-up shall be allowed on Reimbursable Expenses. 6.4 The City and the Consultant agree that: 6.4.1 If the Scope of Work is substantially and materially changed, and following written request from Consultant to the Project Coordinator, and subject further to the prior written approval of the City, the amount of compensation may be equitably adjusted by mutual agreement of the parties. 6.4.2 Upon written request by Consultant to the Project Coordinator, and subject further to the prior written approval of the City Manager, the Hourly Billing Rate Schedule in Schedule "C" may be adjusted (but no more than annually) based upon 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 the ratio of the April index 18 280 INDIAN CREEK CEI AGREEMENT divided by the previous year's index by the Hourly Rate Schedule to define the new Hourly Rate Schedule. The maximum increase will be limited to three percent (3%). 6.5 No retainage shall be made from the Consultant's compensation on account of sums withheld (if any) from payments to the City's general contractor for the Project. 6.6 Method of Billing and Payment. Consultant shall submit billings in a timely manner, on a monthly basis. These billings shall identify the portion of the Service(s) completed (and the nature of the work/services performed); the total hours of work/services performed by employee category and the respective hourly billing rate associated with the employee category; and in the event the work/services of any subcontractor is accomplished, the percentage shall be identified. Billings shall also itemize and summarize Reimbursable Expenses. Where written approval of the Project Coordinator is required for Reimbursable Expenses, a copy of said approval shall accompany the billing for such reimbursable. If requested, Consultant shall provide back~up for past and current invoices that records hours for all Services (by employee category) and Reimbursable Expenses (by category). 6. 7 The City shall pay Consultant within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Coordinator. 6.8 Final payment to Consultant (upon completion of the Services) shall be approved by the City Manager. ARTICLE 7. CONSULTANT•s ACCOUNTING RECORDS 7. Consultant shall keep complete financial records and accounts (and 19 281 INDIAN CREEK CEI AGREEMENT require any and all subcontractors to keep such records and accounts) as may be required in order to record complete and correct entries as to personnel hours charged to the Services and any expenses for which Consultant expects to be reimbursed. All books and records relative to the Services will be available during customary business hours for examination and audit by the City and shall be kept for a period of three (3) years after completion of the Services. Incomplete or incorrect entries in such books and records will be grounds for the City's disallowance of any fees or expenses based upon such entries. ARTICLE 8. OWNERSHIP AND USE OF DOCUMENTS 8.1 Electronic files of all documents including, without limitation, tracings, drawings, specifications, estimates, investigations, and studies (whether completed or partially completed) are intended to and shall become the property of the City upon completion of the Services, or upon termination or other expiration of this Agreement. Consultant shall deliver all documents to the City within thirty (30) days of completion of the Services (or within thirty (30) days from termination or expiration of this Agreement). 8.2 Any re-use of documents by the City without written verification or adaptation by Consultant for the specific purpose intended will be without liability to Consultant. ARTICLE 9. TERMINATION OF AGREEMENT 9.1 Termination For Lack Of Funds. The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding for the Services (or the Project), the City may cancel this Agreement without further liability to the City. 20 282 -------------------------------- INDIAN CREEK CEI AGREEMENT 9.2 Termination For Cause. The City may terminate this Agreement for cause upon written notice to Consultant, in the event that the Consultant (1) violates any provisions of this Agreement or performs same in bad faith; or (2) unreasonably delays the performance of the Services or does not perform the Services in a timely and satisfactory manner. In the case of termination by the City for cause, the Consultant shall be first granted a thirty (30) day cure period (commencing upon receipt of written notice from the City). 9.2.1 In the event this Agreement is terminated for cause, the City, at its sole option and discretion, may take over the Services and complete them by contracting with another Consultant(s) or otherwise. In such event, the Consultant shall be liable to the City for any additional costs incurred by the City due to such termination. ..Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 9.2.2 In the event of a termination for cause, the City shall only be required to make payment to Consultant for Services satisfactorily performed and accepted by the City prior to receipt of the City's notice of termination. The City shall have no further liability for compensation, expenses, or fees to the Consultant. 9.2.3 Upon receipt of the written notice of termination, and as a condition to any payment pursuant to subsection 9.2.2, Consultant shall promptly assemble and submit to the Project Coordinator any and all Project documents (including drawings, calculations, specifications, correspondence, and all other relevant materials effected). No additional payment shall be made for assembly and submittal of documents. 9.3 Termination For Convenience. In addition to the rights and options to terminate for cause, the City may terminate this Agreement for convenience and 21 283 ---------·· ...... -·--··-------------------- INDIAN CREEK CEI AGREEMENT without cause upon written notice to Consultant at least fourteen (14) days prior to the effective date of termination. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed up to the time of receipt of the City's written termination notice, and for the assembly and submittal (to the City) of documents in subsection 9.2.3. The City shall have no further liability for compensation, expenses or fees to the Consultant. 9.4 Termination By Consultant. The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment for the Services. In that event, the City shall pay Consultant for all Services satisfactorily performed by the Consultant and accepted by the City prior to receipt of the notice of termination. Prior to termination by Consultant for cause, the City shall be granted a thirty (30) day cure period after receipt of written notice from the Consultant. 9.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 9.5 Implementation Of Termination. In the event of termination, either for cause or for convenience, the Consultant, upon receipt of the notice of termination, shall: (1) stop the performance of Services (as of the date specified in the notice of termination); (2) place no further orders or issue any other subcontracts, except for those that may have already been authorized, in writing, by the Project Coordinator; (3) terminate all existing orders and subcontracts and; (4} promptly assemble and submit all documents and other related materials related to the Services. ARTICLE 10 INSURANCE 10.1 At all times throughout performance of the Services, the Consultant shaJJ 22 284 INDIAN CREEK CEI AGREEMENT keep the following insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of the following insurance coverage has been furnished to the City's Risk Manager: (a) Professional Liability Insurance, in the amount of one million ($1 ,000,000.00) dollars, per occurrence, with a maximum deductible of $150,000 per occurrence, $450,000 aggregate. Consultant shall notify City in writing within thirty (30) days of any claims filed or made against the Professional Liability Insurance policy. (b) Comprehensive General Liability Insurance, in the amount of $1,000,000.00 Single Limit Bodily Injury and Property Damage coverage, for each occurrence, which will include products, completed operations, and contractual liability coverage. The City of Miami Beach, Florida must be named as an additional insured on this policy. (c) Worker's compensation and employer's liability coverage, as required pursuant to Florida law. 10.2 Consultant must give thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 10.3 Insurance must be furnished by an insurance company rated B+:VI or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 10.4 Consultant shall provide to the City's Risk Manager, a certificate of insurance (or copy) of all required insurance policies. The City reserves the right to require a certified copy of such policies upon request. 23 285 INDIAN CREEK CEI AGREEMENT ARTICLE 11. INDEMNIFICATION In consideration of the sum of $10.00, and other good and valuable consideration, the receipt thereof which is hereby acknowledged, Consultant agrees to indemnify and hold harmless the City, and its officers, employees, contractors, and agents, from any liabilities, damages, loss, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligent acts, errors or omissions, recklessness, or intentionally wrongful conduct of the Consultant, or its officers, directors, employees, contractors, agents and servants, in the performance of the Services. This Article 11, and Consultant's indemnification, shall survive the tennination or other expiration of the Agreement. ARTICLE 12. VENUE This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, if in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. ARTICLE 13. LIMITATION OF LIABILITY 13.1 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 total amount of the fees paid to Consultant for the Services (as agreed under the Agreement), less any amount(s) paid to Consultant thereunder. Consultant hereby expresses its willingness to enter into this Agreement with Consultant's recovery from the City for any damage action 24 286 INDIAN CREEK CEI AGREEMENT for breach of contract to be limited to a total amount of the fees for Services (agreed upon under the Agreement), less the amount of any fee(s) actually paid by the City to the Consultant. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the total amount of fees under this Agreement, which amount shall be reduced by the amount actually paid by the City to Consultant, 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 subparagraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon City1S liability as set forth in Section 768.28, Florida Statutes. 25 287 INDIAN CREEK CEI AGREEMENT ARTICLE 14. NOTICE 14. All written notices given to City by Consultant shall be addressed to: City Manager's Office clo Assistant City Manager Tim Hemstreet City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 With a copy to: Fernando Vazquez City Engineer Public Works Department City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 All written notices given to the Consultant from the City shall be addressed to: Bermello Ajamil & Partners, Inc. 2601 South Bayshore Drive Miami, Florida 33133 Attn: Gus Quesada All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. 26 288 INDIAN CREEK CEI AGREEMENT ARTICLE 15. MISCELLANEOUS PROVISIONS 15.1 Equal Opportunity Employment Goals: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, religion, sex, age, national origin, disability or sexual orientation and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to sexual orientation, race, color, religion, sex, age, national origin, or disability. 15.2 Public Entity Crimes Act: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a Consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids for the sale or lease of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or sub-Consultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this subsection by Consultant shall result in termination of the Agreement, without any liability to the City, and may result in Consultant's debarment. 15.3 No Contingent Fee: Consultant warrants to City that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for 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, City shall have the right to terminate the Agreement, without liability, or, at its 27 289 ---------- INDIAN CREEK CEI AGREEMENT discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 15.4 The Consultant represents that it has made and will make reasonable investigation of all sub-Consultants to be utilized in the performance of work or services under the Agreement to determine that they possess the requisite skill, knowledge and experience necessary to enable them to perform the Services (or portion thereof) required. Notwithstanding the preceding, or any other term or condition in this Agreement, Consultant shall not be relieved of primary and sole responsibility for the timely and satisfactory performance of the Services. 15.5 The Consultant shall comply with all applicable federal, State, and County laws; the City of Miami Beach Charter and related laws and the Code of the City of the Miami Beach; as well as and with all applicable rules and regulations promulgated by local, State and national boards, bureaus and agencies, as they relate to the Project or the performance of the Services. 15.6 This Agreement, or any i~terest herein, shall not be assigned, transferred or otherwise encumbered by Consultant, under any circumstances, without the prior written consent of the City. 15.7 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 28 290 INDIAN CREEK CEI AGREEMENT IN wrTNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. At!~ . CITY OF MIAMI BEACH _ CVJA6 ~~. ~f/ ~ CITY CLERK MAYOR Date Attest Print Name Date CONSULTANT BERMELL AJAMIL & PARTNERS, INC. 29 291 President Print Name APPROVED AS TO FORM & LANGUAGE .--..:-FOR EXECUTION INDIAN CREEK CEI AGREEMENT SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND BERMELLO AJAMIL & PARTNERS, INC. SCOPE OF SERVICES FOR THE FLORIDA DEPARTMENT OF TRANSPORTATION (FOOT) WORK INCLUDED IN THE WATER MAINS AND SANITARY SEWER MAINS, AND MILLING AND RESURFACING IMPROVEMENTS ALONG INDIAN CREEK DRfVE BETWEEN 26TH AND 41sT STREETS. The project scope of work includes construction administration services required for the development of the water mains, sanitary sewer mains and milling and resurfacing improvements along Indian Creek Drive between 261h and 41st Streets. Milling and resurfacing is approximately 20,494 square yards of road, 1,213 square yards of sidewalk, 412.5 linear feet of guardrail; the introduction of bulbs-outs and trench drains to facilitate construction of pedestrian ramps complying with ADA standards, the upgrade of existing pedestrian features at intersections with count-down pedestrian signal heads; the upgrade of existing signing and pavement markings; furnishing and installing. precast concrete manholes with frames and covers, and traffic control. The length of the services shown in the cost proposal is seven months. The Consultant will be responsible for management, oversight, administration and quality assurance with respect to all construction, engineering and inspection services, as defined in the Scope of Services and this Agreement. The Consultant shall utilize effective control procedures to assure that the Project General Contractor's (thereinafter the Contractor) Quality Control (QC) plan is effectively and accurately implemented, and that the construction of the Project is in conformity with the Plans, Specifications and Contract Provisions. The Consultant shall monitor construction progress, provide engineering inspection throughout the Project, review, monitor and approve payment requisitions by the contractor(s), provide progress reports and status on the Project, attend and address meetings with City officials, Boards and Neighborhood Groups, approve Requests for Change Orders, maintain files of all documentation and correspondence in an orderly 30 292 INDIAN CREEK CEI AGREEMENT system to be submitted to the City upon completion of the Project. The Consultant shall maintain close coordination with the City and the Contractor in order to minimize rescheduling of Consultants' activities due to construction delays or changes in scheduling of the contractor's activities. The Consultant shall perform the following activities related to the construction administration of the Project. These activities shall be performed for the duration of the construction of the Project. Project Start-up: 1. Pre-Services Meeting -The Consultant shall schedule a kick-off meeting with all key City and Consultant Project personnel within ten (1 0) days after NTP to complete introductions and discuss critical aspects of the job. 2. Pre-QC Meeting -The Consultant will conduct a Contractor Quality Control (QC) pre-construction meeting with representatives from the City's CIP, the Verification Testing laboratory and the Contractor's Quality Control team to review QC specifications, outline testing procedures, establish operational procedures, exchange all contact information and resolve any questions. Consultant shall provide a detailed method for recording test results for easy reporting and analysis. The Contractor will be encouraged to utilize Consultant's system of test results recording and reporting. All test data will be input into Consultant's system for ease of communication to the City. 3. Pre-Construction Meeting -The Pre-Construction Meeting will be conducted in full accordance with FOOT CPAM guidelines. During this meeting, the Consultant and the Contractor will establish a framework for handling issues. At this time, meetings will be scheduled with the individual utilities impacted by the Project, as well as any other affected agencies. 31 293 INDIAN CREEK CEI AGREEMENT 4. Other Pre-Construction Activities-A multi-line check of the earthwork quantities will be completed. A Final Estimates Informational Meeting will be held. Videotaping of pre-construction conditions will be accomplished. Construction Activities: 1. Progress Meeting -The Consultant will conduct and report weekly Progress Meetings with the Contractor, subcontractors, utility owners and third party agencies. Like the Pre-Construction Meeting, this is a very important tool in successfully managing a project. While the main focus of these meetings will be to discuss the Contractor's progress on the Project and future work plan, Consultant will also discuss any issues that may effect or delay the progress of the work and will also discuss any upcoming events or traffic impacts. A discussion of the Contractor's performance win be on the agenda for each Progress Meeting. 2. Monthly Status Progress Reports -Contents of the reports, which will be electronically distributed include: Status of Project activity relative to the Project schedule and recommendations for action; General Project information such as original Project contract days, present Project contract days, original Project contract amount, present Project contract amount, job progress percentage, and job progress chart percentage; Status of supplemental agreements; Delays and reasons for delays; Condition of Maintenance of Traffic (MOT) and Project contract claims. 3. Daily Recording/Monthly Estimates -The Consultant Senior Inspectors and Inspectors assigned to the Project will keep accurate, detailed, objective and complete records of the work being performed. They will complete a Daily Report of Construction for all activities by the Contractor, subcontractor or utility company. Pay quantities representing the work completed will be accurately determined and 32 294 INDIAN CREEK CEI AGREEMENT verified prior to including them in the report. Consultant Project/Office Engineer will review the Inspector's Daily Report of Construction on a daily basis to ensure that pay quantities used are correct. Also, they will perform field reviews as the work progresses to verify the pay quantities paid on the Inspector's Daily Report of Construction. A Monthly Progress Estimate will be generated to support payment to the Contractor. 4. Correspondence/Project Files -All contract records will be classified and filed for future reference. Acting as an extension of City, Consultant office staff will ensure that all letters and memoranda from City, Contractor, and others are acknowledged, filed, distributed, and resolved. 5. Shop Drawings/Submittals -Consultant will receive, log and distribute Shop Drawings, as appropriate, for their review. Consultant will work with the Contractor, City, and others to coordinate timely and effective Shop Drawing reviews. The Engineer of Records shall have fourteen (14) calendar days or the number of calendar days specified in the construction contract, (whichever is lesser) from the date of receipt in its office, to review and return shop drawings to contractor and City's office. Consultant will track this item at all weekly Progress Meetings. 6. Schedule Review and Monitoring -Consultant shall review and monitor construction schedule to deliver the Project on time or before schedule. 7. Public Involvement-Consultant shall work to maintain a responsive, effective and positive public information program and present a positive public image through coordination with City. The Consultant will provide all necessary information and support for the City's PIO . program for the Project. Consultant will closely coordinate activities with the City Public Information Officer. 8. Survey Control -Consultant shall verify the existence location for all benchmarks as required. Consultant will utilize Inspectors who have 33 295 INDIAN CREEK CEI AGREEMENT the capability of performing engineering surveys so that spot checks can be made and immediate action can be implemented. 9. Contractor Quality Control (QC) -Consultant shall initiate effective support of the contractor's QC efforts by hosting the Pre-QC meeting described above. Consultant Inspectors, Senior Inspectors and Project Engineer will work closely with contractor personnel to assist in issues of clarification, training, reporting procedures and/or analysis. Verification Testing will be provided by the Consultant, utilizing the laboratory testing function provided by the City of Miami Beach. 10. Supplemental Agreements (SAs)/Field SAs/\Nork Orders -The Consultant will react quickly to any indication of a changed condition or a Contract change. Our goal is to prevent, mitigate and assist the contractor in the event of a changed condition. We will analyze any changed condition and make a fully documented recommendation to the CIP Construction Project Manager. If the City concurs with the recommendation, a supplemental agreement for unforeseen additional work will be expeditiously initiated and processed. 11. Compliance with EEO/SBE Requirements -The Consultant will assist the City of Miami Beach in monitoring the contractor and Subcontractors' compliance with the contract provisions regarding Equal Employment Opportunity and Affirmative Action, as well as participation of subcontractors, as required by the contract documents. The Consultant will support and assist the function of the City's Compliance Officer. 12. Photographs and Videos -The Consultant shall take electronic pictures and/or video of any situation that may result in a claim, as well as pre-construction conditions, accidents, unsafe working conditions, and unusual construction techniques. 13. As-Built Drawings -The Consultant shall make accurate sketches of field changes and/or scanned electronic as-built records if desired by the City. The Senior Project Engineer will review the as-built plans 34 296 INDIAN CREEK CEI AGREEMENT generated by the contractor and verify accuracy for changes made during construction. Post Construction Activities: After all the contract work is completed and the Project is conditionally or final accepted, The Consultant will follow up with the necessary activities to close out all the Project documentation, enabling the City to certify the Project and present the offer of final payment to the contractor. These activities include: Preparation of the Final Estimate Package, Certification of the Project, final satisfaction of the permit requirements and close out meetings with the Contractor. 35 297 N (Q 00 . SCHEQULE B ·\ . -~1 --~~-PROfESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND BERMELLO AJAMIL & PARTNERS, INC. ITEMIZED SCHEDULE OF COMPENSA TIDN TlUe:___ .L-.--j.~--·---+---·-.. -~---·--------~· -··-·-·-----FDOT portion of the work Included In the Water Maino, Sanitary Sawar Mains and Milling and f:!;~~'--j~:~:.::nu 1mprov11ments along lndiaT~ortv"-~!".:::=ramt 4te_t §rata Pn>r ___ 1 ___ u r---"------·-~ wLoml FIELD OFFICEPERSORNEL NAMEII'QSITION lloa-. =t~-IINov I IDee I ,.n r-· life& . . I ---.. llMar ~--. M~l -n STRAIGI-ff I TOTAL RATE HOURS RATE HOURS RATE HOURS RATE fHOURSII-RATE HOURS RATE HOURS H RATE IHOURii" i-----sALJi.Ry .. i HOURS :~~==~--n~-~~-~~ ::~ ~-= .: :: _,: ::~~: ::~ .:~:: .: -=-~~~ __ 5%J?J An~!!.'?& $27.00 ---~~S27.q~> ___ a S27.oo 1 S27.oa e S27.oo e S27.oo e S27.oo e $1,377.00 ---~ ···I·--~~-~~-~----1---u----1--~1 I--~----~~--I I I I I 1--~-~--~·-H·--~_-_ _:= ===~~r-I Pag111 of1 TOTAL STRAIGHT SALARY SALARY MULTIPLIER FCC ADJUSTEO SALARY DIRECT EXPENSE SUBTOTAL OPERATING MA.RGIN l 2B.OIJOO,i;l_______ I $13.666.52 . .'OTAL!ALARV REI:Al£DC08t~. ~----·· .. ---~-. ----:-:, : --~ • I . $128,842:74 -------------+----l'-----l----f--~--+---l'----+----+---l-----+----l----+---+----1----i ...... ······-.-· .~~------+~~-1 --f--+--~-1---f-·--+-~--+----I ·· ---1--·---· I ·-t-1-------+ 1---i Copy of BA Cost Proposal -Indian Creak Dri¥9 betw9en 261h end 41 sl Streets Project.xls ATTACHMENT B Method of Compensal1on Original Dale: 10/01/2009 Attachment C SETTLEMENT AGREEMENT AND RELEASE This Settlement Agreement and Release ("Agreement") is made and entered into tills __ day of October, 2013, by and between BERMELLO AJAMIL & PARTNERS, INC., a Florida corporation, (hereinafter "BAP") and the CITY OF MIA..MI BEACH, FLORIDA, a municipal corporation (hereinafter, the "CITY"). BAP and the City may also be referred to individually as a "Party", and collectively as the "Parties."1 WHEREAS, the City retained BAP to perfonn professional certified engineer inspection (CEI) services in connection with the Florida Department ofTransportation (FDOT) work included in the water mains and sanitary sewer mains, and milling and resurfacing improvements along Indian Creek Drive between 261h and 41st Streets (hereinafter the "Project"); WHEREAS, pursuant to Resolution# 2009-27169 I RFQ #03-08/09, the CITY entered into an agreement for said CEI services for the Project (the "Contract"); WHEREAS, the Parties desire to settle all claims, disputes, past, present, or future regarding the Project, regardless of responsibility; WHEREAS, during the course of the Project, numerous construction issues arose with respect to water main installation and other additional work, which extended the completion time of the Project. As a result, BAP was required to perform extended CEI services, above and beyond the services contemplated under the Contract; WHEREAS, as a result of a dispute between the Parties as to the value of the additional services provided by BAP on the Project, the Parties to this Settlement Agreement desire to avoid protracted litigation at this time, and compromise and settle claims that have been or could be asserted by and against them upon the terms set forth in this Settlement Agreement; AGREEMENT NOW THEREFORE. in consideration of the mutual covenants contained herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: 1. R7citals: The above recitals are true and correct and are hereby made a material part of this Agreement and are binding upon the Parties. 1 Wherever used herein, the term "Party" or "Parties" shall include singular and plural, officers, directors, officers, heirs, legal representatives, assigns of individuals, and the successors and assigns of corporations, and the use of any gender shall be held to include every other and all genders, wherever the context so admits or requires. 299 2. Settlement Terms: That the full amount due and owing BAP is $73,000.00, which reflects the total remaining amount due and owing for the Project. No other monies are due and owing BAP. Payment will be made to BAP within thirty (30) days after approval by the City Commission of the Settlement Agreement and execution by the Parties. 3. Consideration; Legal Representation: The Parties acknowledge that this Agreement is adequately supported by consideration and is fair and reasonable. The Parties further acknowledge and agree that: (i) each Party has had the opportunity to consult with, and had in fact consulted with, such professionals, experts and legal counsel of its choice as such Party may have desired with respect to all matters settled and resolved herein; (ii) each Party has participated fully in the negotiation and preparation of this Agreement; (iii) each Party has carefully reviewed this Agreement and is entering into same freely; and (iv) this Settlement Agreement is entered into in good faith and was not obtained by fraud, misrepresentation, or deceit. Accordingly, this Agreement shall not be more strictly construed against any Party. 4. Authority: Each Party represents and warrants to the other that the execution and delivery of this Settlement Agreement has been duly approved by all requisite and corporate or partnership action (as applicable) required to be taken by such Party. 5. Severability: In the event any term or provision of this Settlement Agreement is determined by appropriate judicial authority to be illegal or otherwise invalid, such provision shall be given its nearest legal meaning or shall be construed as deleted as such authority determines, and the remainder of this Agreement shall be construed to be in full force and effect, provided that such deletion does not materially adversely affect the interests of any party hereto or the meaning, intent, or purpose of this Agreement. 6. Modification: Waiver: This Agreement may only be modified in writing signed by both Parties. No waiver or modification of the Agreement or of any covenant, condition or limitation contained herein, shall be valid unless in \Vfiting and signed by all Parties to the Agreement, or their authorized counsel. If the CITY excuses or condones any breach or defaulted by BAP of any obligation under this Agreement, this shall not be a waiver of such obligation with respect to any continuing obligation or subsequent breach or default and no such waiver shall be implied. 7. Choice of Law: This Settlement Agreement shall be construed in accordance with the laws of the State of Florida. 8. Venue: Venue for any dispute arising out of, or in connection with, this Settlement Agreement including, without limitation, its interpretation and effect, and any action to enforce any provision contained herein, shall be in a court of competent jurisdiction in and for Miami- Dade County, Florida. 300 9. Entire Agreement: This Settlement Agreement constitutes the full and entire agreement and understanding between the Parties with respect to the subject matter hereof, and there are no agreements, representations or warranties except as specifically set forth herein. The terms of this Settlement Agreement are contractual and not a mere recital. All prior agreement(s) are to be construed to be of no further force or effect, it being the intention of the Parties that this Settlement Agreement shall serve as the sole and entire expression of their agreement and understanding. However, execution by all Parties shall be a condition precedent to the effectiveness of this Agreement as binding against any Party. l 0. Captions and Headings; References: The captions and headings of this Agreement are for the purpose of convenience of reference only and in no way define, limit or describe the scope or intent of the Agreement or in any way affect the terms and conditions of this Agreement. All references in the Agreement to the terms "herein," "hereunder," "hereof' and words of similar import shall refer to this Agreement, as distinguished from the Paragraph, Section and/or Subsection within which such term is located. 13. Counterparts: This Agreement may be executed in counterparts v.-ith the same force and effect as if any signatures appeared on the same document. The Parties further agree that facsimile, digitally transmitted and electronic copies of an original signature shall be accepted as an authentic original signature. ***SIGNATURE PAGES FOLLOW*** 301 -------------------- IN WITNESS WHEREOF, the Parties have set their hands and seals on the day and date first written above. Attest: BERME.·LLO AJr/\ IL & P ARNERS, INC . . ~J ( ' \l \ . kA-;AJ v{d_ )._( · No d_o (/I f2_ --Print N arne STATE OF FLORIDA COUNTY OF MIAMI-DADE Title: President Luis Ajamil Print Name The foresoing instrument was acknowledged before me this CX day of October, 2013, by Al.U~ ft.JIWll L as :PR[;s a::£ JJ r of Bermello Ajamil & Partners, Inc., who is personally known to me or who has p::::aq/~e of identification). (Print Name) Notary Public-State of florida My Commission Expires: 302 --- CITY OF MIAMI BEACH, FLORIDA Attest: Title: --------------------- City Clerk Print Name Print Name STATE OF FLORIDA COUNTY OF MIAMI-DADE The foregoing instrument was acknowledged before me this __ day of May, 2012, by ___________ as of the City of Miami Beach, who is personally known to me or who has produced (type of identification). Name: -------------------(Print N arne) Notary Public-State of Florida My Commission Expires 303 RESOLUTIONS TO BE SUBMITTED 304 THIS PAGE INTENTIONALLY LEFT BLANK 305