Loading...
HomeMy WebLinkAbout2019-236-3365 Work Authorization Andover Park RFQ 18-19-008 RESOLUTION NO. 2019-236-3365 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, APPROVING A SCOPE OF SERVICES AND FEES TO CSA CENTRAL, INC. FOR DESIGN AND BID PHASE SERVICES FOR ANDOVER PARK IMPROVEMENTS AS A PREQUALIFIED FIRM RFQ NUMBER 18- 19-008 CONTINUING ARCHITECTURAL AND ENGINEERING SERVICES CONTRACT, A COPY OF WHICH IS ATTACHED HERETO TO AS EXHIBIT "A", AUTHORIZING THE CITY MANAGER TO ISSUE PURCHASE ORDERS IN AN AMOUNT NOT TO EXCEED EIGHTY-THREE THOUSAND SEVEN HUNDRED AND TWENTY-SIX DOLLARS ($83,726.00) FOR THE DESIGN OF IMPROVEMENTS TO ANDOVER PARK; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, in April 2014, City of Miami Gardens residents approved a Sixty Million Dollars ($60,000,000) General Obligation bond referendum for park improvements and crime prevention and security, providing facilities for expanding community activities in parks, and renovating, constructing and purchasing parks facilities and land, and WHEREAS, on May 28, 2014, Council adopted Ordinance No. 2014-09-320, authorizing the borrowing of Sixty Million Dollars ($60,000,000) authorizing the issuance of City of Miami Gardens General Obligation Bonds to pay costs of, remodeling reconstructing, constructing, reconfiguring, retrofitting, furnishing and equipping City parks and parks facilities, purchasing crime prevention equipment for law enforcement assistance via electronic means, providing facilities for expanding community activities in parks, and renovating, constructing and purchasing parks facilities and land for new or expanded parks, and WHEREAS, the City Council initially approved the Bond Implementation Plan (BIP) at the February 25, 2015 Council meeting, and WHEREAS, the last amendment to the BIP was approved at the December 9, 2015 Council meeting, and WHEREAS, the BIP outlines various park and public safety improvement projects, and WHEREAS, Request for Qualifications (RFQ) Number 18-19-008 for Continuing Architectural and Engineering Services for Professional Fees $10,000 to $200,000 was solicited via BidSync on February 21 , 2019, and WHEREAS, the RFQ closed on March 28, 2019, thirty (30) responses to the RFQ were received, and WHEREAS, on May 14, 2019 a Selection Committee meeting was held and the firms were scored and ranked, and WHEREAS, the Selection Committee ranking was approved by the City Council on June 12, 2019, and WHEREAS, as detailed in the BIP, Andover Park is programmed for improvements, and WHEREAS, a scope of services and fees has been negotiated with a pre- qualified firm RFQ Number 18-19-008 Continuing Architectural and Engineering Services, CSA Central, Inc., and WHEREAS, the professional services includes design and preparation of construction documents for processing the project through regulatory approval processes, certain bid phase services, and the project will be delivered design-bid-build, and Page 2 of 4 Resolution No. 2019-236-3365 WHEREAS, the project may include but is not limited to replacing the existing playground with a new playground with a soft rubberized play surface and shade structure, renovating the existing basketball court, backboards and rims, replacing the perimeter fencing and constructing up to twelve on-site lit parking spaces, installing new landscaping and irrigation system in the park, and coordinating the installation of a video surveillance system with feed back to the RTCC and WIFI, and WHEREAS, the new playground and/or other park amenities shall be guided by Inclusive Play with Sensory Benefits, and WHEREAS, areas of work includes demolition, earthwork, fencing, drainage, utilities, landscaping, irrigation, lighting, paving, hardscape and video surveillance, and WHEREAS, Staff recommends that City Council approve the negotiated scope and fee proposal from CSA Central Inc. for Andover Park and authorize the City Manager to issue Purchase Orders in an amount not to exceed $83,726.00 for the design of improvements to Andover Park, NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA AS FOLLOWS: Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas paragraphs are hereby ratified and confirmed as being true, and the same are hereby made a specific part of this Resolution. Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens hereby approves the Scope of Services and Fees to CSA Central, Inc. for design and bid phase services for Andover Park improvements as a prequalified firm RFQ Number 18-19-008 Continuing Architectural and Engineering Services Contract, a copy of which is attached hereto to as Exhibit "A" and authorizes the City Manager to issue purchase Page 3 of 4 Resolution No. 2019-236-3365 orders in an amount not to exceed Eighty-Three Thousand Seven Hundred and Twenty- Six Dollars ($83,726.00) for the Design of Improvements to Andover Park. Section 3: EFFECTIVE DATE: This Resolution shall take effect immediately upon its final passage. PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS AT ITS REGULAR MEETING HELD ON NOVEMBER 13, 2019. OLIVER GILBERT, III, MAYOR ATTEST: MARIO BATAILLE, CMC, CITY CLERK PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY SPONSORED BY: CAMERON D. BENSON, CITY MANAGER Moved by: Councilman Williams Jr. Seconded by: Councilwoman Odom VOTE: 6-0 Mayor Oliver Gilbert, III X (Yes) (No) Vice Mayor Rodney Harris X (Yes) (No) Councilwoman Katrina Wilson (Yes) (No) (Absent) Councilman Erhabor Ighodaro, Ph.D. X (Yes) (No) Councilwoman Lillie Q. Odom X (Yes) (No) Councilman Reggie Leon X (Yes) (No) Councilman David Williams, Jr. X (Yes) (No) Page 4of4 Resolution No 2019-236-3365 HP Consultants Inc. Exhibit A • Civil • CEI&CSS •Geotechnical • ITS&Transportation 10220 SW 107 St., Miami,FI.33176 305.596 2857 • CA# 9509 4444 Inverrary Blvd. Lauderhill, Fl.33319 954.278 6386 hpconsultantsinc(o earthlink.net October 14, 2019 David R. Rosa, Vice President CSA Group 8200 NW 41 St., Suite 305 Doral, FL 33166-3207 Sub: Geotechnical services for improvements at Andover Park in the City of Miami Gardens, Fl. HPCI Proposal No.: GE-CSA-CMG-19-01-R Ref: The 8-14-19 request for proposal from Gino Y Charles, CSA Group Dear Mr. Rosa: We are pleased to submit this proposal for geotechnical services for the improvements at the Andover Park (the Park) in the City of Miami Gardens, FL (the City). I. Background information CSA Group is providing engineering services for the improvements at the Park that includes underground drainage. Mr. Gino Y Charles of CSA Group sent us a project location map (Appendix A) and requested a proposal for geotechnical services of one percolation test and one Standard Penetration Test (SPT) boring per the general requirements of M-Dade County and the City. II. Approach and methodology for the proposed work HPCI will provide geotechnical services identified in Section III, "The scope of our work". SPT boring and laboratory evaluation will be conducted per the ASTM (American Society of Testing Materials) standards. The percolation test will be conducted per South Florida Management District's (SFWMD's) open hole type constant head percolation test. k l nFff�11 Geotechnical services for improvements at Andover Park in the City of Miami Gardens, FI Exhibit A HPCI Proposal No.:GE-CSA-CMG-19-01 Page 2 III. The scope of our work 111.1 Site reconnaissance We will visit the site and plan the boring and testing work at the general location in the Andover Park shown in the topographic survey plan (Appendix-A) . 111.2 Utility Clearance We will mark drilling locations on the ground at points that are accessible to our truck-mounted drilling rig and are safe for drilling. We will obtain utility clearance through Sunshine811. We will meet with the utility company representatives for field verification as needed. Boring/test location conflicting with the utilities will be relocated, if any. We understand that there are no private utilities at the project location. If such utilities are present at the site, their owner needs to mark underground those utilities/structures in the vicinity of the proposed drilling locations'. In order to complete the statutory obligation, we will work with CSA Group to confirm that private utilities are field verified and located by others. 111.3 Field Exploration We will conduct one SFWMD type percolation test in a 15' deep augerhole and one 20' deep SPT boring using a truck-mounted drilling rig. Material recovered from the borings will be classified in the field and will be transported to the laboratory for further evaluation. After completion of the field testing, we will remove materials generated during the drilling work and backfill boreholes to safe- proof the site. Not included in the scope are the following: (1) land survey/measuring ground surface elevations and coordinates of boring locations; (2) monitoring Volatile Organic Compound (VOC) during drilling operations; (3) use of any drilling equipment other than truck-mounted drilling rig and (4) any other work requested after the field work is completed. 111.4 Traffic Control Traffic control is not required at this location. 111.5 Laboratory tests We will characterize the soils by visual-manual method. Marking private utilities within the project site is the responsibility of their owners since it is not covered by Florida Statute 556. Owners of private properties need to mark utilities on the grounds that are not covered bySunshine-one-calf'. Geotechnical services for improvements at Andover Park in the City of Miami Gardens, FI Exhibit A HPCI Proposal No.. GE-CSA-CMG-19-01 Page 3 111.6 Engineering We will develop a project report. The report will include a schematic BLP using Google map, a subsurface profile and a boring log developed using Geosystem software, percolation test result, engineering assessment of geotechnical parameters and design and construction recommendations. 111.7 Project management and coordination We will manage geotechnical tasks stated in Section 111.1 to 111.6. We will coordinate with the CSA's Project Manager throughout the duration of this project. IV. Deliverables HPCI will provide three signed and sealed original print copies of our report. They will be signed by a Florida licensed PE. V. Schedule Barring unforeseen circumstances, we plan to complete the work within 20 calendar days, beginning the first working week day after receiving the work authorization and the NTP. VI. Fee proposal and schedule of payments Appendix-B provides the fee proposal. We will comply with CSA Group's payment schedule with the City. VII. General Conditions The general conditions are attached in Appendix C. HPCI is looking forward to receiving work authorization and working with you on this and your future projects. Sincerely, A.S. Kumbhojkar, Ph.D., P.E., F. ASCE President Fe, Geotechnical services for improvements at Andover Parts in the City of Miami Gardens,Fl. HPCI Proposal No.:GE-CSA-CMG-19-01 Exhibit A Page 4 Appendix-A IHICI RESOLUTION NO. 2019-236-3365 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA, APPROVING A SCOPE OF SERVICES AND FEES TO CSA CENTRAL, INC. FOR DESIGN AND BID PHASE SERVICES FOR ANDOVER PARK IMPROVEMENTS AS A PREQUALIFIED FIRM RFQ NUMBER 18- 19-008 CONTINUING ARCHITECTURAL AND ENGINEERING SERVICES CONTRACT, A COPY OF WHICH IS ATTACHED HERETO TO AS EXHIBIT "A", AUTHORIZING THE CITY MANAGER TO ISSUE PURCHASE ORDERS IN AN AMOUNT NOT TO EXCEED EIGHTY-THREE THOUSAND SEVEN HUNDRED AND TWENTY-SIX DOLLARS ($83,726.00) FOR THE DESIGN OF IMPROVEMENTS TO ANDOVER PARK; PROVIDING FOR THE ADOPTION OF REPRESENTATIONS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, in April 2014, City of Miami Gardens residents approved a Sixty Million Dollars ($60,000,000) General Obligation bond referendum for park improvements and crime prevention and security, providing facilities for expanding community activities in parks, and renovating, constructing and purchasing parks facilities and land, and WHEREAS, on May 28, 2014, Council adopted Ordinance No. 2014-09-320, authorizing the borrowing of Sixty Million Dollars ($60,000,000) authorizing the issuance of City of Miami Gardens General Obligation Bonds to pay costs of, remodeling reconstructing, constructing, reconfiguring, retrofitting, furnishing and equipping City parks and parks facilities, purchasing crime prevention equipment for law enforcement assistance via electronic means, providing facilities for expanding community activities in parks, and renovating, constructing and purchasing parks facilities and land for new or expanded parks, and WHEREAS, the City Council initially approved the Bond Implementation Plan (BIP) at the February 25, 2015 Council meeting, and WHEREAS, the last amendment to the BIP was approved at the December 9, 2015 Council meeting, and WHEREAS, the BIP outlines various park and public safety improvement projects, and WHEREAS, Request for Qualifications (RFQ) Number 18-19-008 for Continuing Architectural and Engineering Services for Professional Fees $10,000 to $200,000 was solicited via BidSync on February 21, 2019, and WHEREAS, the RFQ closed on March 28, 2019, thirty (30) responses to the RFQ were received, and WHEREAS, on May 14, 2019 a Selection Committee meeting was held and the firms were scored and ranked, and WHEREAS, the Selection Committee ranking was approved by the City Council on June 12, 2019, and WHEREAS, as detailed in the BIP, Andover Park is programmed for improvements, and WHEREAS, a scope of services and fees has been negotiated with a pre- qualified firm RFQ Number 18-19-008 Continuing Architectural and Engineering Services, CSA Central, Inc., and WHEREAS, the professional services includes design and preparation of construction documents for processing the project through regulatory approval processes, certain bid phase services, and the project will be delivered design-bid-build, and Page 2 of 4 Resolution No 2019-236-3365 WHEREAS, the project may include but is not limited to replacing the existing playground with a new playground with a soft rubberized play surface and shade structure, renovating the existing basketball court, backboards and rims, replacing the perimeter fencing and constructing up to twelve on-site lit parking spaces, installing new landscaping and irrigation system in the park, and coordinating the installation of a video surveillance system with feed back to the RTCC and WIFI, and WHEREAS, the new playground and/or other park amenities shall be guided by Inclusive Play with Sensory Benefits, and WHEREAS, areas of work includes demolition, earthwork, fencing, drainage, utilities, landscaping, irrigation, lighting, paving, hardscape and video surveillance, and WHEREAS, Staff recommends that City Council approve the negotiated scope and fee proposal from CSA Central Inc. for Andover Park and authorize the City Manager to issue Purchase Orders in an amount not to exceed $83,726.00 for the design of improvements to Andover Park, NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS, FLORIDA AS FOLLOWS: Section 1: ADOPTION OF REPRESENTATIONS: The foregoing Whereas paragraphs are hereby ratified and confirmed as being true, and the same are hereby made a specific part of this Resolution. Section 2: AUTHORIZATION: The City Council of the City of Miami Gardens hereby approves the Scope of Services and Fees to CSA Central, Inc. for design and bid phase services for Andover Park improvements as a prequalified firm RFQ Number 18-19-008 Continuing Architectural and Engineering Services Contract, a copy of which is attached hereto to as Exhibit "A" and authorizes the City Manager to issue purchase Page 3 of 4 Resolution No. 2019-236-3365 orders in an amount not to exceed Eighty-Three Thousand Seven Hundred and Twenty- Six Dollars ($83,726.00) for the Design of Improvements to Andover Park. Section 3: EFFECTIVE DATE: This Resolution shall take effect immediately upon its final passage. PASSED AND ADOPTED BY THE CITY COUNCIL OF THE CITY OF MIAMI GARDENS AT ITS REGULAR MEETING HELD ON NOVEMBER 13, 2019. OLIVER GILBERT, III, MAYOR ATTEST: MARIO BATAILLE, CMC, CITY CLERK PREPARED BY: SONJA KNIGHTON DICKENS, CITY ATTORNEY SPONSORED BY: CAMERON D. BENSON, CITY MANAGER Moved by: Councilman Williams Jr. Seconded by: Councilwoman Odom VOTE: 6-0 Mayor Oliver Gilbert, III X (Yes) (No) Vice Mayor Rodney Harris X (Yes) (No) Councilwoman Katrina Wilson (Yes) (No) (Absent) Councilman Erhabor Ighodaro, Ph.D. X (Yes) (No) Councilwoman Lillie Q. Odom X (Yes) (No) Councilman Reggie Leon X (Yes) (No) Councilman David Williams, Jr. X (Yes) (No) Page 4 of 4 Resolution No 2019-236-3365 ♦♦00 ♦ o ♦ CSAGROUP O ♦ ♦ E S T - 1 9 5 6 October 9,2019 Mr.Anthony Smith Project Manager City of Miami Gardens 1050 NW 27"'Avenue Miami Gardens, FL 33056 Ph.: 305.622.800, Ext. 2803 Submitted Via Email: asmithl@miamigardens-fl.gov Re: Professional A/E Design Services for Andover Park Improvements,City of Miami Gardens,FL Dear Mr. Smith: CSA Central. Inc. (CSA or CSA Group) is pleased to present our proposal in order to assist the City of Miami Gardens (CMG)) (the Client) in preparing Architectural and Engineering design plans for improvements at the Andover Park. This proposal is submitted based on the most recent information provided by CMG, its accuracy,site visit performed on August 12,2019,between the CMG and CSA to the subject park,conference call held on September 25. 2019 and final revision received on October 9, 2019. PROJECT UNDERSTANDING The City of Miami Gardens (CMG) is requesting an A&E proposal for the design and construction documents related to overall improvements to Andover Park located at 100 NW 209 Street. The project consists of replacing the existing playground with a new playground along with a soft rubberized play surface and shade structure, resurfacing the existing basketball court, backboards and rims, replacing the perimeter fencing and constructing on-site parking, installing new landscaping and irrigation system in the park, and the installation of a video surveillance system and WIFI. SCOPE OF WORK Our Scope of Services includes the following activities: 8200 NW 41st Street,Suite 305,Doral,FL 33166-6207 Tel:305.461.5484 www.csagroup.com Page 2 of 7 October 9.2019 **'OD C SA G R O U P Mr.Anthony Smith O F E 5 T . , 9 5 6 I. Data Collection&As-Built This Task includes the verification in the field of the Boundary and Topographic Survey dated 6/22/18 prepared by Calvin, Giordano & Associates. This task also includes the collection of the following data. • Additional field data will be collected by CSA for drainage design involving NW 209 Street and NW 1"Avenue. The survey plan provided by CMG will be used as the base and main source for the overall design. • As-built preparation of Pump House. • Review of any other pertinent information in the possession of the City that is not visible in the field. The CMG will be responsible to provide any information or documentation available for the design. II. Conceptual Design This task includes the preparation of a color conceptual site plan illustrating the proposed park improvements within the park boundaries.The conceptual plan will include: • Prepare one(1)color rendering of the site plan for a PPDR submittal. • Coordination with City's supplier and vendor for replacing the existing playground with a new playground equipment. Design, furnishing and installation of the new playground equipment will be provided by the City's vendor and supplier. • Design for the refurbishment of the existing basketball court. It is assumed that soil borings will not be required. • Design for the replacement of the perimeter fencing around the park. • Design for constructing on-site parking(up to 12 parking spaces). • Design of irrigation systems and new landscape. • Design of infrastructure for the installation of video surveillance system and Wi-Fi. The design will be based on a Crime Prevention Through Environmental Design (CPTED) Report to be prepared and submitted to the CMG. It is assumed only one(1)camera on a light pole and live video from pump house. The task also includes the estimation of probable cost for the proposed improvements and the presentation of the conceptual plan to the CMG.The input and recommendations received from the CMG will be incorporated into the conceptual design before we proceed to the preparation of construction plans. III. Geotechnical Investigations CSA will retain the services of a geotechnical firm to perform one (1) percolation test to evaluate the percolation rate of the soil and one(1) boring to determine the type of soil that is present at the location of the proposed parking lot. See Exhibit A for proposal from subconsultant HP Consultant for the required services. An 811-design ticket will be requested and coordinated. Our scope of work does not include location of underground utilities in the field. www.csagroup.com Page 3 of 7 ^ October 9,2019 ��OD v SAG R O U P Mr.Anthony Smith O e s . . 1 9 5 6 IV. Design and Preparation of Construction Plans This task include the design and preparation of plans for the following: • Demolition plan,including clearing and grubbing. • Design of geometric layout and pavement design of the parking lot. • Design of grading and site plan for the location where the new playground will be replacing the existing playground. • Design of drainage and stormwater management system for the parking lot. • Design of Signing and Pavement Markings plans for the parking lot. The plans will also include the signing of the swale area along NW 209 Street and NW 15C Avenue. • Lighting plan for the parking lot and the park monument sign. Lighting Photometric and Voltage Drop Calculations will be performed. The plan will include electrical circuits. pole data,conduits, luminaires,service point and other relevant data. • Landscaping and Irrigation Plan for the part as defined in Item I I - Conceptual Design. The landscaping plans will include a planting plan sheet with plant symbols,common names and botanical names. The irrigation plan (using the planting plan sheet devoid of text and labeling) will include location of spray heads, valves, lateral lines and other relevant data. (See Exhibit B for proposal from subconsultant Laura Llerenas and Associates for the required services.) • Design plans for the infrastructure associated for the installation of Video Surveillance at the park, including camera layout plan sheet.(CPTED Report to be prepared and submitted to the CMG). • Plans for resurfacing the basketball court and installing new bleachers(3 steps)at courtside. These plans will also include the replacement of the perimeter fencing to fully enclose the park site.the refurbishing of the existing park monument sign,the painting of the CMU wall along the west boundary of the park, the improvements to the Pump House (roof flashing, waterproofing and painting) and the installation of new park furniture (bench and receptacles). • Design to include connectivity of the existing trail with the park. • Preparation of an Estimate of Probable Costs and Specifications Package. • Prepare Plans for PPDR Site Plan Review. • Prepare revision to the Plans addressing comments from PPDR and regulatory agencies. • Preparation of Bid documents and technical specifications for review. Both 50% Plans and 90% Plans will be submitted to the City for review and the review comments will be incorporated into the design. Prepare final 100% plans for the project and submit to the CMG. www.csagroup.com Page 4of7 00� CSAGROUP October 9,2019 Mr.Anthony Smith O E 5 7 . 1 9 5 6 Prior to each phased submittal, the CSA will conduct a thorough quality control review and assessment of the Work Product to ensure that all work is properly coordinated and that the CMG and agency comments have been addressed and incorporated into the Contract Documents. CSA will provide to the CMG a Quality Assurance and Quality Control Plan in a format that will assure the monthly report shall be submitted in accordance with those standards to apprise the City that due care has been taken in the preparation of the Contract Documents to ensure the highest level of quality. V. Stormwater Pollution Prevention Plan(SWPPP) The SWPPP will be prepared in accordance with the requirement of the Florida Department of Environmental Protection (FDEP) and the National pollutant Discharge Elimination System (NPDES). VI. Permitting and Site Plan Approval This task include the design and preparation of plans and permit application associated to the following activities: • Submit plans to the CMG for PPDR Site Plan Review and Approval Process. • Coordination, preparation and submission of permit application(s) to obtain approval from applicable agencies Miami-Dade County City of Miami Gardens • Address comments from regulatory agencies. Permitting processing fees from regulatory agencies are not included in our Lump Sum fees and shall be paid/reimbursed by the City of Miami Gardens. VII. Meetings and Bidding Assistance This Task will be limited to progress meetings,review meetings,coordination meetings,conference calls and site visits. Up to five (5) meetings have been budgeted. This effort include: • Attend one(1) meeting with CMG staff for review and discussion of review comments from staff. • Attend one (1) pre-bid meeting conference at the CMG. • Assist the CMG in responding to questions from bidders. VIII. Design Schedule Following is included a preliminary design schedule for the project. Please not that period for PPDR and Agencies reviews are not included. Schedule will be updated once proposal is approved and Notice to proceed is received from CMG. www.csagroup.com Page 5 of 7 October 9,2019 ��OO C SAG RO U P Mr.Anthony Smith O E S T - 1 9 5 6 raw"M DYr11m0 5m1 Fp811 ! _ �r ; uary R1f-<h G:C HI TJ��chn� ]o�a_[s�e-.i1'ish7�=o l'-�t. ieli"s.)"ejn�laji°!_xo_rJaxef7l,1-. t0'll,16.19:725 M3 ,: •021N . 1011311 CYO now T.ADtad 9deye in a 1!118 fn tllVt9 111 DFn Uftch..6 Pessary+ 5 dW. Fn I Inn:1x11 VIl1! , C—MM Dnw d Rw n9 10 n,1 Fn I1nHo Y I tnu19 CMG Awn '-d Baud I dry? Fn I W5119 Fd R_MMna 1111519 CMG CD Q.—and Spnon 1a ears Yon 111&19 nI1MI: F.1d SUWs f0 dwa Man 1721!i 1N1U1! Glaucnnunrenatpemn IO Oryt Yep 17QI19•:t7n'119 CMD A—, tC aan Von'M'9'M'9- 17/1319 -Caame0on Dna.." 40 dan Mon 17MO49 Fri MRS 50%'Jeep:+ Pars Mon tW&IS Fn 1ryj0 � CYG`.0%flerew ab 5 N" Man 1620 Fn VIM Sw.f1 994 Desi 10 drys Yoa 11320 Fn 11 CMG 90%Re—aro G 41rf Um 1(27M Fn 1731293VA 5prw11 -I ewn+0s �drye Mon 2!!29 Fn MQB A. 50 dlye Yan 7/10FA Fn 511M PROFESSIONAL COMPENSATION Following is included hours breakdown according to the Billing Rate Table included as Exhibit A in our Continuing Architectural/Engineering Services Contract(RFP# 12-13-009 and 008). Tasks Description _ Lump Sum Cost Data Collection&As-Built _ _ $5,823 Conceptual Design $11,503 Design&Preparation of Construction Plans $30,503 Storm Water Pollution Prevention Plans _ $3,205 Permitting and Site Approval $5,065 Meetings and Bidding Assistance $4,005 Subtotal $60,103 Subconsultants i Geotechnical Services(includes 1.05%as per CMG contract) $4,768 Landscape and Irrigation(includes 1.05%as per CMG $13,855 j contract) << Need to eliminate Construction Admin Subtotal $18,623 Permit Allowances $5,000 TOTAL $83,726 Post Design Services including assisting the City in evaluating bid results and make recommendations to the City, and reviewing contractor's submittals (shop drawings, RFIs and pay request) will be subject to the Billing Rate Table included as Exhibit A of our Continuing Architectural/Engineering Services Contract(ITB No. 18-19-008). Enclosed please find Exhibit C for negotiated Billing Rate Table. Project Observation and Site Inspection to determine if the project is being constructed in accordance with the contract documents will be subject to the Billing Rate Table included as Exhibit A of our Continuing Architectural/ Engineering Services Contract(ITB No. 18-19-008). www.csagroup.com Page 6 of 7 October 9,2019O0 C SAG R O U P Mr.Anthony Smith O♦4 E S T . , 9 5 6 All payments, purchase orders and/or authorizations shall be issued to: CSA Central, Inc. 8100 NW 41"Street Suite 305 Doral,FL 33166 Any changes to this proposal will not be considered as agreed, except when approved by both parties. Services will be performed in accordance to the signed professional services agreement. Our services will be billed monthly based upon the effort employed to perform the work contemplated in this proposal,and these shall be paid by the client within 30 days. ASSUMPTIONS • The final design services shall be provided by CSA in an electronic format (PDF and Autocad), and shall also include furnishing up to(6)copies of plans and specifications to the City.The exact number needed to be determined by the City. • CSA shall include in the Construction Documents a requirement that the General / Construction Contractor shall provide to the City and the designer a final as-built survey of the Project in electronic format (Autocad), certified by Registered Professional Land Surveyor, to provide marked up construction drawings to the Designer so that the Designer can prepare and deliver to the City the record drawings in the form required by the City and as required. • This proposal is based on the information available at this time. If the Client is aware of any specialized knowledge or experience that is material to environmental conditions in connection with the facility(s) or the site(s), it is the Client's responsibility to bring it to the attention of the CSA team before the initial reconnaissance inspection of the site is performed. • Any change and/or technical support.other than those presented in this proposal,may result in an increase of the cost included herein. Any work, studies (e.g., land surveying, underground utilities survey, deposition, expert witness, other field surveys, etc.) and/or expenses that are not described in this proposal would not be performed without an agreement between the Client and CSA and authorized via Change Order. • CSA cannot be held responsible for any delays by, or on behalf of, the Client in the delivery of comments, approvals, and order to proceed, data or information necessary for any of the proposed tasks. • An estimated allowance of $5,000 is included and dedicated to cover Permits processing fees from regulatory agencies. Copy and evidence of the paid fees will be provided to the City for reimbursement. Any notary fees, certifications, or stamps, etc., required by government agencies as part of the permitting process will be covered under this allowance and evidence will be provided to the City for reimbursement. In the event that permitting fees increase and could exceed the dedicated allowance, an authorization request will be presented to the City, and so the additional fees are reimbursed to CSA. • Services during construction, beyond the scope of work described in this proposal, are not included. Any additional effort and scope would be provided on as needed basis and billed to the Client according to Billing Rate Table included under Exhibit A of our Continuing Architectural/Engineering Services Contract(ITB No. 18-19-008) or as negotiated via Change Order. www.csagroup.com Page 7 of 7 October 9,2019 O CSAG RO U P Mr.Anthony Smith 01♦ e 9 r . 1 9 6 6 • Design will follow applicable codes and regulations in force at the time of the 50%design plans preparation. • It is assumed that the Client will provide the following documentation: o The Boundary and Topographic Survey for Andover Park dated 6/22/18 prepared by Calvin, Giordano&Associates(in AutoCAD format)shall be provided. o All other pertinent information in the possession of the City required for the execution of the scope of work. o Details and information available regarding the playground, safety surfacing and shade structure equipment that is being purchased directly by the City. • Boundary and Topographic Survey provided by the City and prepared by Calvin, Giordano & Associates(6/22/18)will be used for the design of the project. We would like to thank you again for the opportunity to present this services proposal. Please do not hesitate to contact us at 305-461-5494 or via email at drrosa(Icsa2rroup.com, if you have any questions on this proposal. Sincerely, d rrosa @ csa g ro DigDNMCN=dslly sig oeda Daysd 9 oaP soangtoup com : Reewn I am the author of this document uP.com Dab 2019-10-1513 4606 David R. Rosa Vice President- Business Development Enclosures ACCEPTANCE A signed copy of this proposal constitutes an acceptance of the professional services described herein. CSA will interpret this acceptance as conformance of the Client with the Scope of Services, Compensation and Terms and Conditions presented in this proposal. CSA will mobilize towards the execution of the present scope of services, once a written Order to Proceed is received from the Client. Accepted by: City of Miami Gardens Date: (Signature) Name: Position: www.csagroup.com CITY OF MIAMI GARDENS NONEXCLUSIVE PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into this y day of S cp+tm b ct , 2019 by and between the City of Miami Gardens, a Florida municipal corporation, (hereinafter referred to as "City"), and CSA Central, Inc., authorized to do business in the State of Florida, (hereinafter referred to as"Consultant") and jointly referred to as the Parties. WITNESSETH: WHEREAS, the City desires to hire the Consultant on a nonexclusive basis to provide professional continuing services (Services) as expressed in the City's Request for Qualifications No. 18-19-008, which was posted on February 21, 2019, and to which Consultant responded a copy of which is also incorporated herein by reference and as more particularly described below; and WHEREAS,the Consultant has expressed the capability and desire to perform the Services described in Exhibit"1"attached hereto and incorporated herein by reference, as described in the City's Request for Qualifications and Consultant's response thereto; and WHEREAS, the City's Request for Qualifications No. 18-19-008 was undertaken in accordance with Section 287.055, Florida Statutes,Florida's Consultant Competitive Negotiation Act and the parties hereto have complied with all the requirements therein. WHEREAS,the Consultant and City desire to enter into the foregoing Agreement. NOW, THEREFORE, in consideration of the mutual terms and conditions, the Parties agree as follows: ARTICLE 1 1.1 The above Recitals are incorporated herein by reference. The following documents are incorporated and made part of this Agreement: ❑ Specifications prepared by the City in its Request for Qualifications No. 18-19-008 (Exhibit 1). ❑ Proposal for the City prepared by the Consultant(Exhibit 2) ❑ The above Recitals are incorporated herein by reference Continuing Contract Page 1 of 30 Continuing Engineering Services 10-200K Professional Services and furnish not more than six (6) copies of a report setting forth the Consultant's findings and recommendations. 2.2.2 Providing any type of property surveys or related engineering services needed for the transfer of interests in real property, and field surveys for design purposes and engineering surveys and staking to enable Contractor to proceed with their work, and providing other special field surveys. 2.2.3 Preliminary design services to be performed by the Consultant shall include consultation and advice concerning the extent and scope of proposed work and preparation of preliminary design documents consisting of design criteria, preliminary drawings, and outline specifications as well as preliminary estimates of probable Construction Costs. This phase will also include preparation of a preliminary site plan or schematic drawings when appropriate. Up to six(6)copies of the preliminary design documents shall be furnished to the City, the exact number needed shall be determined by the City. 2.2.4 Consultant shall provide environmental assessment and impact statements as required to determine the suitability of the site and its surrounds for the proposed project and/or Upon authorization of the City, the Consultant will provide advice and assistance relating to operation and maintenance of project or other systems; evaluate and report on operations; assist the City in matters relating to regulatory agency operations review or operating permit noncompliance; assist with startup and operator training for newly installed or modified equipment and processes, and in the preparation of operating,maintenance and staffing manuals for the project. 2.3 Basic Services 2.3.1 The Consultant shall, consult and advise the City in the following manner: specifying the extent and scope of the work to be performed; prepare detailed construction drawings and specifications; revise and update, where necessary, previously designed construction plans and specifications, whether in whole or in part, to be incorporated into the proposed work, and prepare contract documents and a final estimate of Probable Construction Cost. The final design services shall be provided in an electronic format, and shall also include furnishing up to (6) copies of plans and specifications to the City; the exact number needed shall be determined by the City. Final design services shall also include preparation of permit applications as may be required by such agencies as have legal review authority over the project. These Continuing Contract Page 3 of 30 Continuing Engineering Services 10-200K Professional Services Product to ensure compliance with requirements of any local, state or federal agency from which a permit or other approval is required. The Consultant shall insure that all necessary approvals have taken place. 2.3.9 Prior to each phased submittal, the Consultant shall conduct a thorough quality control review and assessment of the Work Product to ensure that all work is properly coordinated and that the City and agency comments have been addressed and incorporated into the Contract Documents. The Consultant shall provide to the City a Quality Assurance and Quality Control Plan in a format that will assure the City that all work has been performed as required per ISO 9000 standards. A monthly report shall be submitted in accordance with those standards to apprise the City that due care has been taken in the preparation of the Contract Documents to ensure the highest level of quality. 2.3.10 The Consultant shall signify responsibility for the Construction Documents including technical specifications and drawings prepared pursuant to this Agreement by affixing a signature, date and seal as required by Chapters 471 and 481, Florida Statutes, if applicable. The Consultant shall comply with all of its governing laws, rules, regulations, codes, directives and other applicable federal, state and local requirements in the preparation of the work. 2.3.11 The Consultant shall guarantee the construction documents, technical specifications and drawings are completed to the City's satisfaction in the time frame agreed upon at the onset of the project. If the Consultant does not adhere to the agreed upon time schedule, the Consultant agrees to compensate the City for any additional costs incurred by the City or for any loss of funding which may result in delay of the project. 2.4 The Consultant, following the City's approval of the Construction Documents and of the latest estimate of Probable Construction Cost, shall, when so directed and authorized by the City, assist the City in obtaining Proposals or negotiated proposals and assist in awarding and preparing contracts for construction. 2.4.1 The Consultant shall review and analyze the proposals received by the City, and shall make a recommendation for any award based on the City's Procurement Ordinance. 2.4.2 Should the lowest responsible, responsive bid, as recommended by Consultant, exceed the Estimated Total Construction Cost of the Final Design Plan by less than 25% for small projects(equal to or less than $1 million) or 10% for large projects (more than$1 million),Consultant,at no additional cost to the City,shall meet with the City's representatives to identify ways to reduce costs to bring the Project cost to within the Final Estimated Probable Total Construction Cost of the Final Design Continuing Contract Page 5 of 30 Continuing Engineering Services 10-200K Professional Services Construction Documents. The Consultant shall also prepare Change Orders, assemble written guarantees required of the Contractor, and approve progress payments to the Contractor based on each Project Schedule of Values and the percentage of Work completed. 2.5.1 The City shall maintain a record of all change orders which shall be categorized according to the various types,causes,etc.that it may be determined are useful and necessary for its purpose. Among those shall be change orders, which are identified as architectural/engineering errors or omissions. An error determined to be caused solely by the Consultant and the costs of which would not otherwise have been a necessary expense to the City for the project shall be considered for purposes of this agreement to be an additional cost to the City,which would not be incurred without the error or omission. If the Consultant is not the Construction Manager for the construction, the City shall notify the Consultant within 3 days of the discovery of any architectural/engineering error or omission so that the Consultant can be part of the negotiations resolving the claim between the City and the Contractor. So long as the total additional cost of construction for all errors caused solely by the Consultant remain less than Five Percent (5%) of the total construction cost for projects (equal to or less than $1 million) or Two and One Half Percent (2.5%) for large projects (more than $1 mullion), the City shall not look to the Consultant and/or its insurer for reimbursement for additional costs caused by errors and omissions. However, the Consultant shall be required to provide, at no cost to the City, services including redesign if necessary to resolve the error or omission. Should the sum of the additional construction costs for errors in total exceed Five Percent (5%) of the total construction cost for projects(equal to or less than$1 million) or Two and One Half(2.5%) for large projects (more than $1 million), the City shall be entitled to recover the full and total additional cost to the City as a result of Consultant errors and omissions from the Consultant. To obtain such recovery, the City shall deduct from the Consultant's fee a sufficient amount to recover all such additional cost to the City up to the amount of the Consultant's insurance deductible. Should additional costs incurred by the City exceed the Consultant's insurance deductible,the City shall look to the Consultant and the Consultant's insurer for the remaining amount of additional construction costs incurred by the City. The recovery of additional costs to the City under this paragraph shall not limit or preclude recovery for other separate and/or additional damages, which the City may otherwise incur. The City reserves the right to withhold from the Consultant's fees or the Consultant's request for payment such amounts for the Consultant's errors and omissions,as determined by the City,after a meeting with the Consultant and City Continuing Contract Page 7 of 30 Continuing Engineering Services 10-200K Professional Services shall conduct observations to determine the dates of substantial and final completion and issue a recommendation for final Payment. 2.8 The Consultant shall revise the Construction Drawings and submit record or corrected drawings to the City to show those changes made during the construction process, based on the marked up prints, drawings and other data furnished by the Contractor. The record drawings shall be provided in electronic format inclusive of conformed PDF Files and Auto Cad files in a form compatible with the City's version of Auto Cad formats for archival purposes. 2.9 The Consultant shall attend regularly scheduled progress meetings on site by-monthly or as otherwise determined based on a specific need established prior to construction by the City. 2.10 The Consultant shall prepare construction Change Orders for the City's approval. Consultant shall not authorize any changes in the work or time, no matter how minor, without prior written approval of City. 2.11 Each project's construction or demolition shall be considered complete upon compilation of a punch list by Consultant, written notification to Contractor by Consultant that all releases of liens are satisfied and written recommendation by Consultant for final payment to the Contractor,which shall be at the sole decision of the City. 2.12 Resident Project Services. During the construction progress of any work the Consultant will, if authorized by the City, provide resident project observation services to be performed by one or more authorized employees ("Resident Project Representative") of the Consultant. Resident project representatives shall provide extensive observation services at the project site during construction. The Resident Project Representative will endeavor to provide protection for the City against defects and deficiencies in the work of the Contractor(s). Resident project observation services shall include,but is not limited to, the following: ❑ Conducting all preconstruction conferences; ❑ Conducting all necessary construction progress meetings; ❑ Observation of the work in progress,to the extent authorized by the City; ❑ Receipt,review coordination and disbursement of shop drawings and other submittals; ❑ Maintenance and preparation of progress reports; ❑ Field observation and approval of materials for conformance to the specifications; Continuing Contract Page 9 of 30 Continuing Engineering Services 10-200K Professional Services such personnel will be responsible directly to the City in the performance of work that would otherwise be assumed and performed by the Consultant. ARTICLE 3 ADDITIONAL SERVICES 3.1 When authorized pursuant to a written Work Authorization, the Consultant shall furnish the following additional services: ❑ Preparation of applications and supporting documents for private or governmental grants, loans or advances in connection with any particular project. ❑ Services to make measured drawings of or to investigate existing conditions or facilities,or to verify the accuracy of drawings or other information furnished by or to the City. ❑ Services resulting from significant changes in the general scope, extent or character of any particular project or its design including, but not limited to, changes in size, complexity,the City's schedule,character of construction or method of financing, and revising previously accepted studies, reports, design documents or Construction Contract Documents when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to the preparation of such studies, reports or documents, or are due to any other causes beyond the Consultant's control. ❑ Providing renderings or models for the City's use. ❑ Preparing documents for alternate Proposals requested by the City for work that is not executed or documents for out-of-sequence work. ❑ Investigations and studies involving, but not limited to, detailed consideration of operations, maintenance and overhead expenses; providing value engineering during the course of design; the preparation of feasibility studies, cash flow and economic evaluations, rate schedules and appraisals; assistance in obtaining financing for a project; evaluating processes available for licensing and assisting the City in obtaining process licensing; detailed quantity surveys of material, equipment and labor, and audits or inventories required in connection with construction performed by the City. ❑ Assistance in connection with Proposal/proposal protests, re-bidding or renegotiating contracts for construction, materials, equipment or services, unless the need for such assistance is reasonably determined by the City to be caused by the Consultant (e.g., Continuing Contract Page 11 of 30 Continuing Engineering Services 10-200K Professional Services ❑ Services to evaluate the propriety of substitutions or design alternates proposed by the Contractor and involving methods of construction, materials, or major project components either during bidding and/or Negotiation services or Construction Contract Award.The cost of such services shall be borne by the Contractor,and this requirement shall be included in the construction contract. ❑ Services in making revisions to Drawings and Specifications occasioned by the acceptance of substitutions proposed by the Contractor, unless such substitutions are due to a design error by the Consultant, in which case such services shall be deemed Basic Services. Except when caused by a design error by the Consultant, the cost of such services shall be borne by the Contractor, and this requirement shall be included in the construction contract. ARTICLE 4 CITY'S RESPONSIBILITIES 4.1 The City shall do the following in a timely manner so as not to delay the services of the Consultant: 4.1.1 Designate in writing a person to act as the City's representative with respect to the services to be rendered under this Agreement. Such person shall have complete authority to transmit instructions and receive information with respect to the Consultant's services for a particular project. 4.1.2 Provide all criteria and full information as to the City's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations. 4.1.3 Assist the Consultant by placing at the Consultant's disposal all available information pertinent to the Project including previous reports and any other data relative to design or construction of the Project. 4.1.4 Furnish to the Consultant, if required for performance of the Consultant's services (except where otherwise furnished by the Consultant as Additional Services), the following: 4.1.4.1 Data prepared by, or services of others, including without limitation borings, probings and subsurface explorations, hydrographic surveys, laboratory tests and inspections of samples,materials and equipment; Continuing Contract Page 13 of 30 Continuing Engineering Services 10-200K Professional Services approved by City in advance, in writing, shall not constitute non-performance by Consultant pursuant to this Agreement. 5.4 When the City issues work authorizations to the Consultant,each authorization will contain a stated completion schedule. Failure of the Consultant to meet the stated schedule will constitute a default,for which payment for services may be withheld until default is cured. Time extensions will be reviewed,upon request,for extenuating circumstances. It is anticipated and intended that the Consultant will be authorized to begin new work authorizations on a "rolling" basis, as some already assigned work authorizations near timely completion. If a subsequent work authorization is issued to the Consultant before it has completed the current work authorization, the completion date for each work authorization will remain independent of each other, so that the Consultant will prioritize the uncompleted work authorization from the first work authorization and finish them as soon as practical. Failure to complete these"older"work authorizations in a timely manner may adversely impact upon continued early authorization to start a subsequent work. 5.5 When the Consultant has exceeded the stated completion date,including any extension for extenuating circumstances which may have been granted, a written notice of Default will be issued within seven (7) calendar days of the date that the default became active with a requirement of seven (7) days to cure said default, to the Consultant and payment for services rendered shall be withheld until such time that the City has determined that default has been cured. 5.6 Should the Consultant exceed the assigned completion time,the City reserves the right not to issue to the Consultant any further work authorizations until such time as there is no longer in a Default and the Consultant has demonstrated,to the City's satisfaction,that the reasons for tardy completion have been addressed and are not likely to be repeated in subsequent work authorizations. This restricted issuance provision may result in the Consultant not being issued all of the planned work the City anticipated in this Agreement. The Consultant shall have no right to the balance of any work, nor to any compensation associated with these non-issued work authorizations, due to the Consultant being in Default. 5.7 Should the Consultant remain in Default for a time period of fifteen (15) consecutive calendar days beyond the time frame provided in article 5.5, the City may, at its option, retain another Consultant to perform any Work arising out of this Agreement and/or terminate this Agreement. Continuing Contract Page 15 of 30 Continuing Engineering Services 10-200K Professional Services of hours and utilization of personnel, the Consultant shall be entitled to invoice for work authorizations as they are completed. The Consultant shall submit an original invoice and one copy to the City. This will be considered the official request for payment. The invoices shall include the following information: Invoice number for each work order and date; Purchase Order Number; Amount previously billed; Purchase Order balance unbilled; Amount due this invoice. 7.3 Consultant agrees that, with respect to any sub consultant or subcontractor to be utilized by Consultant on any particular work authorization, Consultant shall be limited to a maximum markup of one point five percent(1.5%)on the subcontractor or sub consultant's fees. The limitations on a reimbursable expenses for subcontractors or sub consultants shall be same as those approved for the consultant without mark-up. 7.4 The City shall pay Consultant within thirty (30) days of receipt of any invoice the total shown to be due on such invoice, provided the City has accepted the Consultant's performance. ARTICLE 8 OWNERSHIP OF DOCUMENTS 8.1 All documents, design plans and specifications resulting from the professional services rendered by the Consultant under this Agreement shall be deemed the sole property of the City, and the City shall have all rights incident to the sole ownership. Consultant agrees that all documents maintained and generated pursuant to this contractual relationship between City and Consultant shall be subject to all provisions of Chapter 119.01 et. seq. Florida Statutes. 8.2 The Consultant shall agree to indemnify and hold harmless the City, from liabilities, damages, losses, and costs, including but not limited to, reasonable attorneys' fees,to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant. Continuing Contract Page 17 of 30 Continuing Engineering Services 10-200K Professional Services 10.6 The Consultant represents that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant,to solicit or secure this contract and that it has not paid or agreed to pay any company or person other than a bona fide employee working solely for the Consultant any fee,commission,percentage fee,gifts or any other considerations contingent upon or resulting from the award or making of this contract. For breach or violation of this representation, the City shall have the right to cancel this Agreement without liability to the Consultant or any third party. Execution of this Agreement by Consultant shall act as the execution of a truth-in-negotiation certificate certifying that wage rates and costs used to determine the compensation provided for in this Agreement are accurate, complete, and current as of the date of this Agreement ARTICLE 11 NOTICES All notices or other communications which shall or may be given pursuant to this Agreement shall be in writing and shall be delivered by personal service, or by registered mail addressed to the other party at the address indicated or as may be changed from time to time. Such notice shall be deemed given on the day on which personally served, or if by mail, on the date of actual receipt. Consultant: CSA Central,Inc. Robert Leon, PE, Sr. Vice President 8200 N.W. 41st Street, Suite 305 Doral,FL 33166 City: City of Miami Gardens 18605 NW 27`h Avenue Miami Gardens,Florida 33056 Attention: City Manager With a copy to: City Attorney 18605 NW 27d Avenue Miami Gardens, Florida 33056 ARTICLE 12 AUDIT RIGHTS The City reserves the right to audit the records of the Consultant covered by this Agreement at any time during the execution of the Services and for a period three (3) years after final payment is made for any Work performed. Continuing Contract Page 19 of 30 Continuing Engineering Services 10-200K Professional Services Consultant has not performed services on a timely basis; Consultant has refused or failed to supply enough properly skilled Personnel; Consultant has failed to make prompt payment to subcontractors or suppliers for any services after receiving payment from the City for such services or supplies; Consultant has failed to obtain the approval of the City where required by this Agreement; Consultant has failed in any representations made in this Agreement; or Consultant has refused or failed to provide the Services as defined in this Agreement. Consultant has filed bankruptcy or any other such insolvency proceeding and the same is not discharged within 90 days of such date. 15.2 In an Event of Default, the Consultant shall be liable for all damages resulting from the default, including: ❑ The difference between the amount that has been paid to the Consultant and the amount required to complete the Consultant's work,provided the fees by the firm replacing the Consultant are reasonable and the hourly rates do not exceed the Consultant's rates. This amount shall also include procurement and administrative costs incurred by the City. ❑ Consequential damages and Incidental damages. 15.3 The City may take advantage of each and every remedy specifically existing at law or in equity. Each and every remedy shall be in addition to every other remedy given or otherwise existing and may be exercised from time to time and as often and in such order as may be deemed expedient by the City. The exercise or the beginning of the exercise of one remedy shall not be deemed to be a waiver of the right to exercise any other remedy. The City's rights and remedies as set forth in this Agreement are not exclusive and are in addition to any other rights and remedies available to the City in law or in equity. ARTICLE 16 INDEMNIFICATION 16.1 The Consultant shall defend, indemnify and hold harmless the City, its officers and employees from liabilities, damages, losses, and costs, including, but not limited to, Continuing Contract Page 21 of 30 Continuing Engineering Services 10-200K Professional Services insurance with limits of not less than $1,000,000 aggregate with respect to acts, errors or omissions in connection with professional services to be provided under this Agreement and any deductible is not to exceed $25,000 for each claim. Consultant represents it is financially responsible for the deductible amount. The Consultant shall maintain professional liability insurance during the term of this Agreement and for a period of four (4) years from the date of completion of each Project. In the event that Consultant goes out of business during the term of this Agreement or the four (4) year period described above, Consultant shall purchase Extended Reporting Coverage for claims arising out of Consultant's negligent acts errors and omissions during the term of the Professional Liability Policy. 17.1.5 The Consultant agrees to notify the City within five(5)business days of coverage cancellation, lapse or material modification by written notice to the Office of Procurement Management by Fax: 305-474-1285 or e-mail: pparkin@miamigardens-fl.gov. 17.1.6 The insurance policy coverage as outlined herein shall remain in effect for the entire contract period. In the event of coverage cancellation, non-renewal, material change, modification or lapse of coverage, Consultant shall notify the City within five (5) business days with written notice of such to the Office of Procurement Management by Fax: 305-474-1285 or e-mail: pparkin@miamigardens-fl.gov. All original renewal or replacement certificates of insurance specific to the contract/agreement/award shall be forwarded to the Office of Procurement Management. 17.1.7 Subcontractors Insurance: Each subcontractor shall furnish to the Consultant two copies of the Certificate of Insurance and Consultant shall furnish one copy of the Certificate to the City, and shall name the City as an additional insured. 17.2 All insurance policies required of the Consultant shall be written by a company with a Best's rating of B+or better and duly authorized and licensed to do business in the State of Florida and be executed by duly licensed agents upon whom service of process may be made in Miami-Dade County,Florida. The City may accept coverage with carriers having lower Best's ratings upon review of financial information concerning Consultant and the insurance carrier. 17.3 The required insurance shall be proved under occurrence-based policies,which Consultant shall maintain continuously throughout the term of this Agreement Continuing Contract Page 23 of 30 Continuing Engineering Services 10-200K Professional Services ARTICLE 21 NON-EXCLUSIVE AGREEMENT 21.1 The professional services to be provided by the Consultant pursuant to this Agreement shall be nonexclusive,and nothing shall preclude the City from engaging other firms to perform similar professional services. ARTICLE 22 GOVERNING LAW; VENUE 22.1 This Agreement shall be construed and enforced according to the laws of the State of Florida. Venue shall be in Miami-Dade County,Florida. ARTICLE 23 INDEPENDENT CONTRACTOR 23.1 Consultant and its employees and agents shall be deemed to be independent contractors, and not City agents or employees. The Consultant,its employees or agents shall not attain any rights or benefits under the City's retirement plan nor any rights generally afforded the City's classified or unclassified employees. The Consultant shall not be deemed entitled to the Florida Workers'Compensation benefits as a City employee. ARTICLE 24 NONDISCRIMINATION 24.1 Consultant agrees that it shall not discriminate as to race, sex,color,creed,national origin, or disability, in connection with its performance under this Agreement. ARTICLE 25 AMENDMENTS 25.1 No amendments to this Agreement shall be binding on either party unless in writing and signed by both parties. ARTICLE 26 CONDUCT/CONFLICT OF INTEREST 26.1 Consultant covenants that no person under its employ who presently exercises any functions or responsibilities on behalf of the City in connection with this Agreement has Continuing Contract Page 25 of 30 Continuing Engineering Services 10-200K Professional Services 28.5 The preparation of this Contract has been a joint effort of the parties, and the resulting document shall not, solely as a matter of judicial construction,be construed more severely against one of the parties than the other. It is the parry's further intention that this Contract be construed liberally to achieve its intent. 28.6 This Agreement may not be assigned by the Consultant Continuing Contract Page 27 of 30 Continuing Engineering Services 10-200K Professional Services EXHIBIT"A" CONSULTANT COMPENSATION RATES Consultant CSA Central, Inc. 1. Fee estimate for projects with a total construction cost up to $2,000,000.00 for project profiles as stated in the scope of project: Architectural/Engineering costs—8% of the Lump Sum of the Estimated Construction Cost for basic services. Additional services will be negotiated at hourly rates. All costs to provide basic services in Section 2.3 shall be included 2. Consult+t's hourly rate schedule for all personnel for project(s)below. Personnel Hourly rate inclusive of multiplier ENGINEERS &ARCHITECTS Principal $195.00 Principal Engineer/Architect $175.00 Project Manager $138.00 Senior Engineer/Architect $140.00 Engineer/Architect $115.00 Junior Engineer/Architect $85.00 Construction Manager/Senior Field Inspector $110.00 Field Inspector $75.00 Junior Field Inspector $60.00 Senior Technician(CADD) $65.00 Technician(CADD) $50.00 Administrative/Clerk $35.00 SURVEYORS Professional Surveyor&Mapper n/a Survey Technician n/a 2 Man Survey Crew n/a 3 Man Survey Crew n/a PLANNING Senior Planner $120.00 Planner $85.00 LANDSCAPE ARCHITECT Registered Landscape Architect $138.00 Landscape Designer $95.00 GIS Senior GIS Analyst $115.00 GIS Analyst $85.00 GIS Technician/CADD Technician $60.00 DATE IMM/DDIYYYY) ,a�oizo® CERTIFICATE OF LIABILITY INSURANCE 3/11/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Hub International Northeast Limited-NY PHONE212-338 2000 FaAic No:212-338 2100 1065 Avenue of the Americas/ E-MAIL 5 Bryant Park ADDRESS: info@hubinternational.com New York NY 10018 INSURE S AFFORDING COVERAGE NAIC# INSURERA:Hartford Casualty Insurance Company 29424 INSURED 22.4°4303 INSURER B:Trumbull Insurance Company 27120 CSA Holdings, Inc, CSA Central, Inc. and Subsidiaries INSURER C:Markel American Insurance Company 28932 8200 NW 41st Street, Suite 305 INSURER 0:Twin City Fire Insurance Company 29459 Doral, FL 33166 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1082555891 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUERPOLICY LTR POLICY NUMBER MM DDNYYY MMDD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY IODUNJA0262 721/2018 7/21/2019 EACH OCCURRENCE $1,000,000 DAMAGE TO CLAIMS-MADE 1K OCCUR PREMISES EaENTEoccu ante $300,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY❑jRa FXJ LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY 1000NJA0262 7212018 7212019 COMBINED SINGLE LIMIT $ Ea accident) cddeM 1000 000 ANY AUTO BODILY INJURY(Per person) $ ALL OWNED X SCHEDULED BODILY INJURY(Per accident) $ X HIJTOS AUTOS REDAUTOS X AUUTOS Pera�de DAMAGE $ $ A X UMBRELLA LIAR X OCCUR 1OXHUHZ8494 7212018 7212019 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DEDTX RETENTION$ $ D WORKERS COMPENSATION tOWBAS1982 7212018 721/2019 X STATUTE ETH AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y❑ NIA E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C PROFESSIONAL LIABILITY MKLM7PL0001436 7212018 7212019 Limit: $5,000,000 Aggregate: $5,000,000 Retention: $150,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Description: Solicitation RFQ 18-19-008 Continuing Architectural/Engineering Services for Professional Fees$1 OK-$200K Certificate Holder City of Miami Gardens and its Elected Officials,Agents, Representatives,Employees,and Volunteers shall be named as an"Additional Insured"on General Liability and umbrella policies except Worker's Compensation and Professional Liability as required by written contract CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Miami Gardens ACCORDANCE WITH THE POLICY PROVISIONS. Office of Procurement Management 18605 NW 27th Avenue AUTHORIZED REPRESS T Miami Gardens, FL 33056 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD