Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS AMENDMENT NO. 3 TO THE PROFESSIONAL SERVICES AGREEMENT WITH ATKINS NORTH AMERICA, INC. FOR CAPITAL PROGRAM SUPPORT SERVICES This Amendment No. 3 ("Amendment") to the Professional Services Agreement dated August 7, 2017 (the "Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"), and Atkins North America, Inc., a Florida profit corporation ("Consultant"), (jointly the "Parties") for the provision of Capital Program Support Services ("Services") for the City's Office of Capital Improvements ("OCI") is entered into this day of 2022. RECITALS WHEREAS, pursuant to Section 18-87 of the City's Procurement Code, as amended ("City Code"), Request for Qualifications ("RFQ") No. 15-16-032, as approved by Resolution No. 17-0386, adopted by the City Commission on July 27, 2017, the City Manager executed the Agreement with Consultant for an amount not -to -exceed $2,500,000.00 for the Term of the Agreement, $1,250,000.00 for the First Option to Renew period, and $1,250,000.00 for the Second Option to Renew period; and WHEREAS, pursuant to Amendment No. 1, as approved by Resolution No. 19-0411, adopted by the City Commission on October 24, 2019, the City Manager executed the Amendment with Consultant increasing the First Option to Renew period by $1,750,000.00; thereby increasing the total not -to -exceed value of the First Option to Renew period to $3,000,000.00; and WHEREAS, pursuant to Amendment No. 2, as approved by Resolution No. 21-0227, adopted by the City Commission on June 10, 2021, the City Manager executed the Amendment with Consultant increasing the Second Option to Renew period by $1,600,000.00; thereby increasing the total not -to -exceed value of the Second Option to Renew period to $2,850,000.00; and WHEREAS, the Agreement is undergoing its Second Option to Renew period and the current Compensation Limit is not sufficient to address the costs associated with the outstanding foreseeable future design and construction administration assignments; and WHEREAS, it is in the best interest of the City to increase the capacity to accommodate outstanding and foreseeable future assignments, and executing Amendment No. 3 to the Agreement increases the capacity of the Second Option to Renew period by One Million Four Hundred Sixty Three Dollars ($1,463,000.00); thereby, increasing the total not -to -exceed value of the Second Option to Renew period to Four Million Three Hundred Thirteen Thousand Dollars ($4,313,000.00), and WHEREAS, any such increases in the Compensation Limit above the City Manager's delegated authority of Five Hundred Thousand Dollars ($500,000.00) require City Commission approval pursuant to Section 18-87 of the City Code; and WHEREAS, funds shall be allocated from the appropriate capital improvements projects and departmental budgets, subject to budgetary approval at the time of need; and Page 2 Amendment No. 3 to the Professional Services Agreement with Atkins North America, Inc. WHEREAS, it is in the best interest of the City to guarantee continued availability of services while the selection process of the new pool is completed. NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the Agreement as follows: Section 2.01 TERM The term of this Agreement shall end on December 31, 2022. This specified term is intended for administrative and budget control purposes and is not to be considered or interpreted as a time limitation. This Agreement shall be in place until completion of the Project. During the term of this Agreement the Consultant is precluded from entering into any other contracts or agreements with the City to provide Services related, incidental or allied to or contained in the Capital Improvements Program. Where the Consultant has existing contracts or agreements with other agencies who operate or provide similar programs or services within the City, the Consultant shall be precluded from providing Program Management Services for such contracts or agreements as long as this Agreement is in effect. Section 2.05-1 Compensation Limit Compensation Limit for the Second Option to Renew period is hereby increased by one million four hundred sixty-three thousand dollars ($1,463,000.00); thereby increasing the compensation limit of said Option to a total not -to -exceed amount of four million three hundred thirteen thousand dollars ($4,313,000.00). The new compensation limit of the Second Option to Renew period is inclusive, without limitation, of all fees, costs, and reimbursable expenses. Except as provided above, all other terms and conditions of the Agreement continue in operative force and effect and are not modified. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Page 3 Amendment No. 3 to the Professional Services Agreement with Atkins North America, Inc. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: Signature Print Name, Title ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: Todd B. Hannon, City Clerk APPROVED AS TO INSURANCE REQUIREMENTS: Ann Marie Sharpe, Director Risk Management Department "Consultant" Atkins North America, Inc., a Florida Profit Corporation Signature Print Name, Title (Corporate Seal) "City" CITY OF MIAMI, a municipal corporation of the State of Florida Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: Victoria Mendez, City Attorney Page 4 Amendment No. 3 to the Professional Services Agreement with Atkins North America, Inc. CORPORATE RESOLUTION (This Resolution must authorize the signatory to sign) WHEREAS, Atkins North America, Inc., a Florida profit corporation ("Corporation"), desires to enter into this Amendment with the City of Miami, a Florida municipal corporation ("City"), for the purpose of performing the work described therein this Amendment to which this corporate resolution is attached; and WHEREAS, the Corporation's Board of Directors at a duly held corporate meeting has considered the matter in accordance with the bylaws of the Corporation. NOW, THEREFORE, BE IT RESOLVED BY THE CORPORATION'S BOARD OF DIRECTORS that the Corporation is authorized to enter into this Amendment with the City, and the Corporation's President and the Secretary are hereby authorized and directed to execute the Amendment in the name of the Corporation and to execute any other document and perform any acts in connection therewith as may be required to accomplish its purpose. IN WITNESS WHEREOF, this day of , 2022. 0 la Print Name: TITLE: Print Name: (Corporation) Florida corporation (sign) (sign) Page 5 Amendment No. 3 to the Professional Services Agreement with Atkins North America, Inc. CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a corporation organized and existing under the laws of the State of held on the _day of a resolution was duly passed and adopted authorizing (Name) as (Title) of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20 Secretary: Print: NOTARIZATION STATE OF ) ) SS: COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by , who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Annie Perez, Director, City of Miami Procurement Angel Carrasquillo, Director, Office of Capital Improvements DATE: March 3, 2022 SUBJECT: Increase Capacity and Period of Performance for the CPSS PSA with Akins of North America, Inc. ENCLOSURES: The Office of Capital Improvements request to extend the period of performance of the Professional Service Agreement ("PSA") with Atkins of North America, Inc., in accordance with Florida Statute § 287.055 and the applicable City of Miami ("City") Procurement Ordinance, from April 5, 2022, to December 31, 2022. In addition, requesting to increase the contract capacity of the subject PSA from the current Not -to -Exceed (NTE) amount of $8,350,000 by $1,463,000 for a new NTE amount of $9,813,000. The additional capacity need is calculated considering the projected level of service from seven (7) full-time consultants between mid -April 2022 and December 2022, plus an allowance of $100,000 for other potential support services. The Table in Attachment A provides the projected burn rate per month. It is in the best interest of the City to extend the period of performance and to increase the contract capacity to accommodate for project management and program management tasks: Foreseeable required services are: 1) Of timely and critical importance, the completion of the e-Builder Project Management Implementation. Atkins is providing support services for OCI. The implementation of the City's capital project management system is critical to report, monitor, and control over 275 city projects valued at approximately $633 million. 2) Support for the Miami Forever Bond (MFB) Program. Atkins is providing professional and administrative services to support our cross - departmental efforts for the Miami Forever Bond Program for reporting, monitoring, and controlling. Phases include project creation, evaluation, cost estimating, all the way through design, construction, and project closeout. 3) Project Management Atkins provides staff extension for project management for various critical signature projects such as the 16 projects in Virginia Key portfolio including the Miami Marine Stadium, among various others. 4) In-house design support for Very Poor Road MFB project, Atkins is providing professional support staff to assist this office in the internal design efforts for this Miami Forever Bond Project. 5) Project close-out team necessary to expedite moving projects from Final Completion to Financially Closed, Atkins is providing support staffing on this task to help closeout over 43 capital projects that were on backlog. We are nearing the final stages of effort, but their support is critical in finalizing and closing this task. This extension and capacity increase will also provide the City the necessary time to re -advertise a similar professional services contract beyond calendar year 2022 while maintaining continuity in critical operations for the program management of capital projects portfolio. Therefore, OCI requests to increase the current contract amount of $8,350,000 by the amount of $1,463,000 for a new total contract capacity NTE amount of $9,814,000 for work to be performed through December 12, 2022. ❑Approve ❑ Denied Nzeribe Ihekwaba, Ph.D, P.E. Date Deputy City Manager (Infrastructure) CC: Nzeribe Ihekwaba, Deputy City Manager Fernando V. Ponassi, Assistant Director, Procurement - A&E and Construction Services Hector Badia, OCI Assistant Director Marie Gouin, Director, Office of Management and Budget Attachment A: Projected burn -rate per month Atkins CPSS Work Orders Projection - April 2022 Thru December 2022 12.07.21 Additinnal Cnnnrity Calrnlatinn CPSS Core Team Apr-22 May-22 Jun-22 Jul-22 Aug-22 Sep-22 Oct-22 Nov-22 Dec-22 Totals CPSS Core Team Sr. Vertical Project Manager - C. Lozano $ 17,969.44 $ 17,969.44 $ 17,969.44 $ 17,969.44 $ 17,969.44 $ 17,969.44 $ 17,969.44 $ 17,969.44 $ 17,969.44 $ 161,724.98 Project Portfolio Manager - L. Rosado $ 20,332.88 $ 20,332.88 $ 20,332.88 $ 20,332.88 $ 20,332.88 $ 20,332.88 $ 20,332.88 $ 20,332.88 $ 20,332.88 $ 182,995.96 Construction Administrator (MSA) - F. Louis $ 15,406.59 $ 15,406.59 $ 15,406.59 $ 15,406.59 $ 15,406.59 $ 15,406.59 $ 15,406.59 $ 15,406.59 $ 15,406.59 $ 138,659.31 Vertical Project Manager - E. Rubiano $ 16,504.21 $ 16,504.21 $ 16,504.21 $ 16,504.21 $ 16,504.21 $ 16,504.21 $ 16,504.21 $ 16,504.21 $ 16,504.21 $ 148,537.91 Horizontal Project Manager - L. Diaz $ 22,906.14 $ 22,906.14 $ 22,906.14 $ 22,906.14 $ 22,906.14 $ 22,906.14 $ 22,906.14 $ 22,906.14 $ 22,906.14 $ 206,155.26 Program Manager -J. Suarez $ 30,142.12 $ 30,142.12 $ 30,142.12 $ 30,142.12 $ 30,142.12 $ 30,142.12 $ 30,142.12 $ 30,142.12 $ 30,142.12 $ 271,279.10 Program Manager - D. Clavijo $ 36,655.03 $ 36,655.03 $ 36,655.03 $ 36,655.03 $ 36,655.03 $ 36,655.03 $ 36,655.03 $ 36,655.03 $ 36,655.03 $ 329,895.23 Monthly Total - Core Team $ 159,916.42 $ 159,916.42 $ 159,916.42 $ 159,916.42 $ 159,916.42 $ 159,916.42 $ 159,916.42 $ 159,916.42 $ 159,916.42 $ 1,439,247.74 Current Capacity Anticipated Availabilty $ 76,247.74 $ - $ - $ - $ - $ - $ - $ - $ - Additional Funds Needed $ 83,668.68 $ 159,916.42 $ 159,916.42 $ 159,916.42 $ 159,916.42 $ 159,916.42 $ 159,916.42 $ 159,916.42 $ 159,916.42 $ 1,363,000.00 Project Specific WO Proposals Very Poor Roads - 100% CD's $ Horiz. Project Closeout Team Support $ Survey - Miami Marine Stadium - Legal Description $ Allowance - Future WO's $ - Monthly Total - Project Specific WO's $ - $ 100,000.00 $ - $ - $ $ - $ - $ - $ $ 100,000.00 Total Projected WO's per Month 1 $ 159,916.42 1 $ 259,916.42 1 $ 159,916.42 1 $ 159,916.42 1 $ 159,916.42 1 $ 159,916.42 1 $ 159,916.42 1 $ 159,916.42 1 $ 159,916.42 1 $ 1,463,000.00 PROFESSIONAL SERVICES AGREEMENT f3r CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS PROFESSIONAL SERVICES AGREEMENT Service Category Capital Program Support Services Contract Type Continuing Services for Program Management Consultant Atkins North America, Inc. TABLE OF CONTENTS ARTICLE1 DEFINITIONS.....................................................................................................................4 ARTICLE 2 GENERAL CONDITIONS...................................................................................................7 2.01 TERM..........................................................................................................................................................7 2.02 OPTIONS TO EXTEND: 7 2.03 SCOPE OF SERVICES..............................................................................................................................7 2.04 COMMUNITY BUSINESS ENTERPRISE ("CBE") PARTICIPATION........................................................7 2.05 COMPENSATION.......................................................................................................................................7 ARTICLE 3 PERFORMANCE... ........................................ 8 3.01 PERFORMANCE AND DELEGATION.......................................................................................................8 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL...................................................................................8 3.03 CONSULTANT KEY STAFF......................................................................................................................8 3.04 TIME FOR PERFORMANCE.. ................ ........ .............. 8 3.05 STANDARD OF CARE...............................................................................................................................8 ARTICLE 4 SUB-CONSULTANTS........................................................................................................9 4.01 GENERAL..................................................................................................................................................9 4.02 SUB -CONSULTANT RELATIONSHIPS.....................................................................................................9 4.03 CHANGES TO SUB-CONSULTANTS......................................................................_..........,....................9 ARTICLE5 DEFAULT...........................................................................................................................9 5.01 GENERAL..................................................................................................................................................9 5.02 CONDITIONS OF DEFAULT......................................................................................................................9 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE........................................................................................9 ARTICLE 6 TERMINATION OF AGREEMENT .................................................. ................... . ............10 6.01 CITY'S RIGHT TO TERMINATE. ........................................................................................ ........ ....... 10 6.02 CONSULTANT'S RIGHT TO TERMINATE..............................................................................................10 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT.........................................................10 ARTICLE 7 DOCUMENTS AND RECORDS.......................................................................................10 7.01 OWNERSHIP OF DOCUMENTS.............................................................................................................10 7.02 DELIVERY UPON REQUEST OR CANCELLATION... ..................... _ ................. ............. .................... 10 7.03 REUSE BY CITY.....................................................................................................................................11 7.04 NONDISCLOSURE .................... .............................................................._..............................,................11 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS............................................................................11 7.06 E-VERIFY.................................................................................................................................................11 ARTICLE8 INDEMNIFICATION..........................................................................................................12 ARTICLE9 INSURANCE.....................................................................................................................12 9.01 COMPANIES PROVIDING COVERAGE..................................................................................................12 9.02 VERIFICATION OF INSURANCE COVERAGE.......................................................................................12 9.03 FORMS OF COVERAGE..........................................................................................................................12 9.04 MODIFICATIONS TO COVERAGE..........................................................................................................13 ARTICLE 10 MISCELLANEOUS..........................................................................................................13 10.01 AUDIT RIGHTS; INSPECTION.................................................................................................................13 10.02 ENTIRE AGREEMENT.............................................................................................................................13 10.03 SUCCESSORS AND ASSIGNS...............................................................................................................13 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE..............................................................................................14 10.05 APPLICABLE LAW AND VENUE OF LITIGATION.................................................................................14 10.06 NOTICES..................................................................................................................................................14 10.07 INTERPRETATION...................................................................................................................................15 10.08 JOINT PREPARATION............................................................................................................................15 10.09 PRIORITY OF PROVISIONS....................................................................................................................15 10.10 MEDIATION -WAIVER OF JURY TRIAL................................................................................................15 10.11 TIME.........................................................................................................................................................16 10.12 COMPLIANCE WITH LAWS....................................................................................................................16 Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT 10.13 NO PARTNERSHIP. .................... .......... ............... __ ..................... ............................................. ..... 16 10.14 DISCRETION OF DIRECTOR..................................................................................................................16 10.15 RESOLUTION OF CONTRACT DISPUTES.............................................................................................16 10.16 INDEPENDENT CONTRACTOR..............................................................................................................17 10A7CONTINGENCY CLAUSE........................................................................................................................17 10.18 THIRD PARTY BENEFICIARY.................................................................................................................17 10.19 ADDITIONAL TERMS AND CONDITIONS..............................................................................................17 ATTACHMENT A - SCOPE OF WORK.....................................................................................................21 ARTICLEAl GENERAL.........................................................................................................................21 A1.01 SCOPE OF SERVICES...........................................................................................................................21 ARTICLE A2 OVERVIEW OF CAPITAL PROGRAM SUPPORT SERVICES......................................22 A2.01 PRIMARY SERVICES ........ .................................. ................................................................ .................... 22 A2.02 SPECIALTY SERVICES...........................................................................................................................22 ARTICLE A3 PRIMARY SERVICES...................................................................................................... 22 A3.01 ADMINISTRATIVE PROGRAM MANAGEMENT.....................................................................................22 A3.02 PRODUCTION MANAGEMENT SERVICES............................................................................................23 A3.03 CONSTRUCTION ADMINISTRATION.....................................................................................................25 ARTICLE A4 SPECIALTY SERVICES......................................................................................................25 ARTICLEA5 STAFFING............................................................................................................................25 A5.01 PROGRAM STAFF...................................................................................................................................25 A5.02 STAFFING FOR SPECIALTY SERVICES...............................................................................................26 A5.03 STAFFING CHANGES.............................................................................................................................26 ARTICLE A6 ASSIGNMENT OF WORK................................................................................................26 SCHEDULE Al - SUBCONSULTANTS....................................................................................................28 SCHEDULEA2 -- KEY STAFF..................................................................................................................28 ATTACHMENT B - COMPENSATION AND PAYMENTS.........................................................................30 ARTICLE B1 METHOD OF COMPENSATION.......................................................................................... 30 B1.01 COMPENSATION LIMITS........................................................................................................................30 61.02 CONSULTANT NOT TO EXCEED...........................................................................................................30 ARTICLEB2 WAGE RATES..................................................................................................................30 B2.01 FEE BASIS...............................................................................................................................................30 B2.02 EMPLOYEES AND JOB CLASSIFICATIONS.........................................................................................30 B2.03 MULTIPLIER............................................................................................................................................30 B2.04 CALCULATION . .............................................. ................................................... ...................................... 31 B2.05 EMPLOYEE BENEFITS AND OVERHEAD.............................................................................................31 82.06 ESCALATION...........................................................................................................................................31 ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION.............................................................. 31 B3.01 LUMP SUM...............................................................................................................................................31 B3,02 HOURLY RATE FEES ................... ................ ................ .............................................. I— .............. ........... 31 B3.03 REIMBURSABLE EXPENSES.................................................................................................................32 B3.04 FEES for SPECIALTY SERVICES...........................................................................................................32 B3.05 PAYMENT EXCLUSIONS........................................................................................................................32 B3.06 FEES RESULTING FROM PROJECT SUSPENSION.............................................................................32 ARTICLE B4 PAYMENTS TO THE CONSULTANT..............................................................................32 B4.01 PAYMENTS GENERALLY.......................................................................................................................32 B4.02 MONTHLY PROGRESS REPORT...........................................................................................................33 B4.03 BILLING - HOURLY RATE......................................................................................................................33 B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES...................................33 B4.05 DEDUCTIONS..........................................................................................................................................33 ARTICLE B5 REIMBURSABLE EXPENSES.........................................................................................33 85.01 GENERAL................................................................................................................................................33 B5.02 TYPES OF REIMBURSABLE EXPENSES..............................................................................................34 B5.03 AUTHORIZATION... ..... ................................. ................. ...................................... ......... _ ........... ........ 34 B5.04 DEFINITIONS and CATEGORIES...........................................................................................................34 B5.05 REIMBURSEMENTS TO THE SUB-CONSULTANTS.............................................................................34 ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS ...........................35 B6A1GENERAL................................................................................................................................................35 SCHEDULE 131 -WAGE RATES SUMMARY ......................................... ...............................................................36 SCHEDULE B2 - ESTIMATE OF REIMBURSABLE EXPENSE............................................................................37 SCHEDULE B2 - ESTIMATE OF REIMBURSABLE EXPENSE............................................................................38 SCHEDULE B3 - EXPENSE VOUCHER................................................................................................................39 2 Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT ox'% of, Pi el CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS %•.�� +,,° PROFESSIONAL SERVICES AGREEMENT Service Category Capital Program Support Services (RFQ No. 15-16-032) Contract Type Continuing Services for Program Management Consultant Atkins North America, Inc. Consultant Office Location 2001 NW 107th Avenue, Miami, FL 33172 City Authorization Resolution E-- 1.7 THIS AGREEMENT made this day of v-a-:7 in the year 2017 by and between THE CITY OF MIAMI, FLORIDA, hereinafter called e "City," and Atkins North America, Inc., hereinafter called the "Consultant." RECITAL A. The City issued a Request for Qualifications ("RFQ") No. 15-16-032 on Friday, January 3, 2017 for the provision of Capital Program Support Services ("Services") and the Consultant's proposal ("Proposal"), in response thereto, was selected as one of the most qualified for the provision of said Services. The RFQ and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents, and are, by this reference, expressly incorporated into and made a part of this Agreement as if set forth in full. B. WHEREAS, the City, through action of the City Manager and/or the City Commission, as applicable, has selected the Consultant in accordance with Section 287.055, Florida Statutes, (Consultants' Competitive Negotiation Act, hereinafter referred to as "CCNA"), and the applicable provisions of the City Procurement Ordinance, to provide the professional services as described herein. WITNESSETH, that the City and the Consultant, for the considerations herein set forth, agree as follows; 3 Capital Program Support Services RFQ 15-16-032 ARTICLE 1 DEFINITIONS 1.01 Additional Services means any Work defined as such in a Work Order, secured in compliance with Florida Statutes and City Code. 1.02 Attachments means the Attachments to this Agreement are expressly incorporated by reference and made a part of this Agreement as if set forth in full. 1.03 Base Fee means the amount of compensation mutually agreed upon for the completion of Basic Services. 1.04 Basic Services means those services designated as such in a Work Order.\ 1.05 Capital Program Support Services or CPSS means Services provided by the Consultant including, without limitation, all administrative, technical, and management activities associated with supporting the City as determined by the Director in the execution and implementation of the City's Capital Program. 1.06 City Commission means the legislative body of the City of Miami. 1.07 City Manager means the duly appointed chief administrative officer of the City of Miami. 1.08 City or Owner means the City of Miami, Florida, a Florida municipal corporation, the public agency which is a party hereto and for which this Agreement is to be performed. In all respects hereunder, the City's performance is pursuant to the City's position as the Owner of the Project. In the event the City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, codes, laws and ordinances shall be deemed to have occurred pursuant to the City's authority as a governmental body and shall not be attributable in any manner to the City as a party to this Agreement. The City of Miami shall be referred to herein as "City". For the purposes of this Agreement, "City" without modification shall mean the City Manager. 1.09 City Risk Manager shall mean the Risk Manager of the City of Miami who heads the Department of Risk Management. 1.10 Commission means the legislative body of the City of Miami. 1.11 Community Business Enterprise ("CBE") means a firm which has been certified by Miami -Dade County who will provide architectural, landscape architectural, engineering, or surveying and mapping professional services to the prime proposer as required pursuant to City Code §18-87. 1.12 Consultant means the individual, partnership, corporation, association, joint venture, or any combination thereof, of properly registered professional architects, or engineers, which has entered into the Agreement to provide professional services to the City. 1.13 Contractor means an individual, partnership, corporation, association, joint venture, or any combination thereof, which has entered into a contract with the City for construction of City facilities and incidentals thereto. 1.14 Director means the Director of the City Department designated herein who has the authority and responsibility for managing the specific project or projects covered under this Agreement. Unless otherwise specified herein or in a Work Order, for the purpose of this Agreement, the Director is the top administrator of the Office of Capital Improvements or designee. 1.15 Errors means items in the plans, specification or other documents prepared by the Consultant that are shown incorrectly, which results in a change to the Services and results in the need for the construction contractor to perform rework or additional work or which causes a delay to the completion of construction. 1.16 Errors and Omissions means design deficiencies in the plans, specification or other documents prepared by the Consultant, which must be corrected in order for the project to function or be built as intended. 1.17 Horizontal Projects means capital Projects that generally consist of new construction, repair and/or reconstruction of roadways, rights -of -way and streetscape improvements (roads, sidewalks and Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT Swale areas) including, without limitation, street grading, pavement milling, paving, curb and gutter installation, striping, sidewalks, pavers, irrigation systems, lighting and landscaping, hardscaping and waterway improvements and maintenance, and underground storm and/or sanitary sewer systems and components such as pump stations, force mains, injection wells and disposal outfalls. 1.18 Inspector means an employee of the City or of a consulting firm hired by the City and assigned by the City to make observations of Work performed by a Contractor. 1.19 Key Personnel means Staff positions assigned on a full time basis to the Program by the Program Coordinator with the Director's approval, to serve as an extension of the City's staff typically working inside the City's Miami Riverside Center (MRC) or other requested City facility. 1.20 Notice to Proceed means same as "Authorization to Proceed." A duly authorized written Vetter or directive issued by the Director or Project Manager acknowledging that all conditions precedent have been met and/or directing that the Consultant may begin work on the Project. 1.21 Omissions means items the plans, specifications, or other documents prepared by the Consultant that are not shown or included which are necessary for the proper and/or safe operation of the Project or required to meet the Scope of Services. 1.22 Primary Services means those Services considered by City to be fundamental to the successful management of the Program as stated in the RFQ, and in Attachment A of this Agreement. 1.23 Project Manager means an employee or representative of the City assigned by the Director to manage and monitor Work to be performed under this Agreement and the construction of a project as a direct representative of the City. 1.24 Program means the City's multi -year Capital Improvements and Transportation Programs, prepared on an annual basis that details the planned financial resources and implementation schedule and strategies for the City's capital projects over a five (5) year period. 1.25 Project means the construction, alteration and/or repair, and all services and incidentals thereto, of a City facility as contemplated and budgeted by the City. The Project or Projects shall be further defined in the Scope of Services and/or Work Order issued pursuant to this Agreement. 1.26 Professional Services means those services within the scope of the practice of architecture, professional engineering, or registered surveying and mapping, as applicable, as defined by the laws of the State of Florida, or those performed by any architect, professional engineer, or registered surveyor or mapper in connection with his or her professional employment or practice. These services may be abbreviated herein as "architectural/ engineering services" or "professional services", as applicable, which are within this definition. 1.27 Professional Services Agreement ("Agreement" or "PSA") means this Agreement and all attachments and any authorized amendments thereto. In the event of a conflict between the Response to the Request for Qualifications ("RFQ") and the Consultant's response thereto the RFQ will control. In the event of any conflict between the Consultant's response to the RFQ, this PSA will control. In the event of any conflict between this PSA and its attachments this PSA will control. 1.28 Resolution means the document constituting the official approval of the City Commission as required for the City Manager to execute this Agreement, increase the Project Budget, among other matters, 1.29 Risk Administrator means the City's Risk Management Administrator, or designee, or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. 1.30 Scope of Services or Services means a comprehensive description of the activities, tasks, design features, objectives, deliverables and milestones required for the completion of Project or an assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary for its completion. 1.31 Specialty Services means those Services which may not be directly tied to the overall management of the Capital Improvements Program but to some unique, critical, and/or possibly large scale, element of the Capital Improvements Program, that requires expertise that is unavailable from within the City's personnel resources. Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT 1.32 Sub -consultant means a person or organization of properly registered professional architects, engineers, registered surveyor or mapper, and/or other professional specialty that has entered into a written agreement with the Consultant to furnish specified professional services for a Project or task. 1.33 Vertical Projects means capital Projects that generally consist of new construction, repair, renovation, and/or expansion of park and recreational facilities, community and day care centers, administrative offices and facilities, fire stations and support facilities, police facilities, stadiums, exhibition center(s), other performance venues, marinas, or any other Projects identified by the Director. 1.34 Wage Rates means the effective direct expense to the Consultant and/or the Sub -Consultant, on an hourly rate basis, for employees in the specified professions and job categories assigned to provide services under this Agreement thatjustify and form the basis for professional fees regardless of actual manner of compensation. 1.35 Work means all services, materials and equipment provided by/or under this Agreement with the Consultant. 1.36 Work Order means a document internal to the City authorizing the performance of specific professional services for a defined Project or Projects. 1.37 Work Order Proposal means a document prepared by the Consultant, at the request of the City for Services to be provided by the Consultant on a specific phase of a Project. Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT ARTICLE 2 GENERAL CONDITIONS 2.01 TERM The term of this Agreement shall be for two (2) year(s) commencing on the effective date hereof. This specified term is intended for administrative and budget control purposes and is not to be considered or interpreted as a time limitation. This Agreement shall be in place until completion of the Project. During the term of this Agreement the Consultant is precluded from entering into any other contracts or agreements with the City to provide Services related. incidental or allied to or contained in the Capital Improvements Program. Where the Consultant has existing contracts or agreements with other agencies ncies who operate or provide similar programs or services within the City, the Consultant shall be precluded from providing Program Management_ Services for such contracts or agreements as long as this Agreement is in effect. 2.01-1 Extension of Expiration Date In the event the Consultant is engaged in any Project(s) on the Agreement expiration date, then this Agreement shall not expire and remain in effect until completion or termination of said Project(s). No new Work Orders shall be issued after the expiration date. 2.02 OPTIONS TO EXTEND: The CITY, by action of the CITY MANAGER, shall have the option to extend the term for two (2) additional period(s) of one (1) year(s) each, subject to continued satisfactory performance as determined by the Director, and to the availability and appropriation of funds. City Commission authorization of this Agreement includes delegation of authority to the CITY MANAGER to administratively approve said extensions provided that the compensation limits set forth in Article 2.05 are not exceeded. 2.03 SCOPE OF SERVICES The Consultant agrees to provide the Services as specifically described and under the special terms and conditions set forth in Attachment "A" hereto (to be Determined), which by this reference is incorporated into and made a part of this Agreement. 2.04 COMMUNITY BUSINESS ENTERPRISE ("CBE") PARTICIPATION REQUIREMENTS ORDINANCE 13331, codified as § 18-87(p), City Code. Prospective Firms must adhere to the following requirements: 1) Assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami -Dade County as a Community Business Enterprise ("CBE"); 2) Place a specific emphasis on utilizing local small businesses from within the City's municipal boundaries. For information on the City's CBE requirements, visit the Office of Capital Improvements (OCI) website at: htto://www.miamigov.com/CITP/forms.htmi 2.05 COMPENSATION 2.05-1 Compensation Limits The amount of compensation payable by the City to the Consultant shall be a lump sum or not to exceed fee, based on the rates and schedules established in Attachment B hereto, which by this reference is incorporated into this Agreement; provided, however, that in no event shall the amount of compensation exceed Two Million Five Hundred Thousand Dollars ($2,500,000.00) over the Term of the Agreement with the option to increase said compensation by One Million Two Hundred Fifty Thousand Dollars ($1,250,000.00) for each Option to Extend thereafter, for a total not to exceed amount of Five Million Dollars ($5,000,000.00), unless explicitly approved by action of the City Commission and put into effect by written amendment to this Agreement. The City may, at its sole discretion use other compensation methodologies. The City shall not have any liability nor will the Consultant have any recourse against the City for any compensation, payment, reimbursable expenditure, cost or charge beyond the compensation limits of this Agreement, as it may be amended from time to time. This Agreement, as amended and/or renewed, is subject to the compensation limits for continuing contracts set forth in 287.055, Florida Statutes for Continuing Contracts. Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT 2.05-2 Payments Unless otherwise specifically provided in Attachment B, payment shall be made in accordance with Florida Statute Chapter 218, Part VII, Local Government Prompt Payment Act, after receipt of the Consultant's invoice, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to constitute a "proper invoice" as defined by § 218.72, Fla. Stat., and to allow a proper audit of expenditures, should the City require one to be performed. If the Consultant is entitled to reimbursement of travel expenses, then all bills for travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. The Consultant shall utilize Attachment °C" for the submission of invoices. ARTICLE 3 PERFORMANCE 3.01 PERFORMANCE AND DELEGATION The services to be performed hereunder shall be performed by the Consultant's own staff, unless otherwise provided in this Agreement, or approved, in writing by the City. Said approval shall not be construed as constituting an agreement between the City and said other person or firm. 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL Director or designee may make written request to the Consultant for the prompt removal and replacement of any personnel employed or retained by the Consultant, or any Sub -Consultants or subcontractors, or any personnel of any such Sub -Consultants or sub -contractors engaged by the Consultant to provide and perform services or Work pursuant to the requirements of this Agreement. The Consultant shall respond to the City within fourteen (14) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. All decisions involving personnel will be made by the Consultant. Such request shall solely relate to said employees work under this Agreement. 3.03 CONSULTANT KEY STAFF The parties acknowledge that the Consultant was selected by the City, in part, on the basis of qualifications of particular staff identified in the Consultant's response to the City's solicitation, hereinafter referred to as "Key Staff'. The Consultant shall ensure that Key Staff are available for Work upon request from the City, as long as said Key Staff is in the Consultant's employ. The Consultant will obtain prior written acceptance of Director or designee to change Key Staff. The Consultant shall provide Director, or designee with such information as necessary to determine the suitability of proposed new Key Staff. Director will act reasonably in evaluating Key Staff qualifications. Such acceptance shall not constitute any responsibility or liability for the individual's ability to perform. 3.04 TIME FOR PERFORMANCE The Consultant agrees to start all Work hereunder upon receipt of a Notice to Proceed issued by the Director and to complete each assignment, task or phase within the time stipulated in the Notice to Proceed. Time is of the essence with respect to performance of this Agreement. A reasonable extension of the time for completion of various assignments, tasks or phases may be granted by the City should there be a delay on the part of the City in fulfilling its obligations under this Agreement as stated herein. Such extension of time shall not be cause for any claim by the Consultant for extra compensation. 3.05 STANDARD OF CARE Consultant is solely responsible for the technical accuracy and quality of their Services. Consultant shall perform all Services in compliance with Florida Administrative Code Rule 61G15-19.001(4) and Section 471.033(1) of the Florida Statutes, as amended. Consultant shall perform due diligence, in accordance with best industry practices, in gathering information and inspecting a Project site prior to the commencement of design. Consultant shall be responsible for the professional quality, technical accuracy and coordination of all design, drawings, specification, and other Services furnished by the Consultant under this Agreement. Consultant shall, without additional compensation, correct or revise any errors, omissions, and/or deficiencies in its designs, drawings, specification or other Services. Consultant shall also be liable for claims for delay costs, and any increased costs in construction, including but not limited to additional work, demolition of existing work, rework, etc., resulting from any errors, omissions, and/or deficiencies in its designs, drawings, specification or other Services. Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT ARTICLE 4 SUB -CONSULTANTS 4.01 GENERAL 4.01-1 A Sub -Consultant, as defined in Article 1.32 is a firm that was identified as part of the consulting team in the competitive selection process by which the Consultant was chosen to perform the services under this Agreement, and as such, is identified and listed in Schedule Al attached hereto and incorporated by reference. 4.01-2 A Specialty Sub -Consultant is a person or organization that has, with the consent of the Director, entered into a written agreement with the Consultant to furnish unique and/or specialized professional services necessary for a project or task described under Additional Services. Such Specialty Sub -Consultant shall be in addition to those identified in Schedule Al. 4.02 SUB -CONSULTANT RELATIONSHIPS 4.02-1 All services provided by the Sub -Consultants shall be performed pursuant to appropriate written agreements between the Consultant and the Sub -Consultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. 4.02-2 Nothing contained in this Agreement shall create any contractual or business relationship between the City and the Sub -Consultants. The Consultant acknowledges that the Sub -Consultants are entirely under his direction, control, supervision, retention and/or discharge. 4.03 CHANGES TO SUB -CONSULTANTS The Consultant shall not add or modify change any Sub -Consultant listed in Schedule Al without prior written approval by the Director or designee, in response to a written request from the Consultant stating the reasons for any proposed substitution. ARTICLE 5 DEFAULT 5.01 GENERAL If the Consultant fails to comply with any term or condition of this Agreement, or fails to perform any of its obligations hereunder, then the Consultant shall be in default. Upon the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to the Consultant, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to the Consultant while the Consultant was in default shall be immediately returned to the City. The Consultant understands and agrees that termination of this Agreement under this section shall not release the Consultant from any obligation accruing prior to the effective date of termination. In the event of termination due to default, in addition to the foregoing, the Consultant shall be liable to the City for all expenses incurred by the City in preparing and negotiating this Agreement, as well as all costs and expenses incurred by the City in the re -procurement of the Services, including consequential and incidental damages. In the event of Default, the City may also suspend or withhold reimbursements from the Consultant until such time as the actions giving rise to default have been cured. 5.02 CONDITIONS OF DEFAULT A finding of Default and subsequent termination for cause may include, without limitation, any of the following: 5.02-1 The Consultant fails to obtain or maintain the professional engineering certification 1 licensure, insurance or bonding herein required. 5.02-2 The Consultant fails to comply, in a substantial or material sense, with any of its duties under this Agreement, with any terms or conditions set forth in this Agreement or in any agreement it has with the City, beyond the specified period allowed to cure such default. 5,02-3 The Consultant fails to commence the Services within the time provided or contemplated herein, or fails to complete the Work in a timely manner as required by this Agreement. 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE The City through the Director or designee shall provide written notice to the Consultant as to a finding of default, and the Consultant shall take all necessary action to cure said default within time stipulated in said notice, after which time the City may terminate the Agreement. The City at its sole discretion, may allow additional days to perform any required cure if the Consultant provides written justification deemed Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT reasonably sufficient, If the Default has not been corrected by the Consultant within the time specified the Agreement shall be automatically terminated on the last day of the time stipulated in said notice, without the necessity of any further action by the City. Should any such failure on the part of the Consultant be due to a condition of Force Majeure as that term is interpreted under Florida law, then the City may allow an extension of time reasonably commensurate with the cause of such failure to perform or cure. ARTICLE 6 TERMINATION OF AGREEMENT 6.01 CITY'S RIGHT TO TERMINATE The City, including the Director or designee has the right to terminate this Agreement for any reason or no reason, upon ten (10) days' written notice. Upon termination of this Agreement, all charts, sketches, studies, drawings, and other documents, including all electronic copies related to Work authorized under this Agreement, whether finished or not, must be turned over to the Director or designee. The Consultant shall be paid in accordance with provisions of Attachment B, provided that said documentation is turned over to Director or designee within ten (10) business days of termination. Failure to timely deliver the documentation shall be cause to withhold any payments due without recourse by the Consultant until all documentation is delivered to the Director or designee. 6.01-1 The Consultant shall have no recourse or remedy from any termination made by the City except to retain the fees, and allowable costs or reimbursable expenses, earned compensation for the Services that was performed in complete compliance with the Agreement, as full and final settlement of any claim, action, demand, cost, charge or entitlement it may have, or will, have against the City, its officials or employees. 6.02 CONSULTANT'S RIGHT TO TERMINATE The Consultant shall have the right to terminate this agreement, in writing, following breach by the City, if breach of contract has not been corrected within sixty (60) days from the date of the City's receipt of a written statement from the Consultant specifying its breach of its duties under this Agreement. 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant to solicit or secure this Agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Consultant any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. ARTICLE 7 DOCUMENTS AND RECORDS 7.01 OWNERSHIP OF DOCUMENTS' All tracings, plans, drawings, specifications, maps, computer files, and/or reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived there from, including all electronic digital copies will be considered works made for hire and will, based on incremental transfer wherein the above shall become the property of the City upon payments made to the Consultant or termination of the Agreement without restriction or limitation on their use, and will be made available, on request, to the City at any time during the performance of such services and/or upon completion or termination of this Agreement. The Consultant shall not copyright any material and products or patent any invention developed under this Agreement. The City shall have the right to visit the site for inspection of the work and the products of the Consultant at any time. The Consultant shall be permitted to retain copies, including reproducible copies, solely for information and reference in connection with the City's use and occupancy of the Project. 7.02 DELIVERY UPON REQUEST OR CANCELLATION Failure of the Consultant to promptly deliver all such documents, both hard copy and digital, to the Director or designee within ten (10) days of cancellation, or within ten (10) days of request by the City, shall be just cause for the City to withhold payment of any fees due the Consultant until the Consultant delivers all such documents. The Consultant shall have no recourse from these requirements. 10 Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT 7.03 RE -USE BY CITY It is understood that all Consultant agreements and/or Work Orders for new work will include the provision for the re -use of plans and specifications, including construction drawings, at the City's sole option, and by virtue of signing this agreement the Consultant agrees to such re -use in accordance with this provision without the necessity of further approvals, compensation, fees or documents being required and without recourse for such re -use. The Consultant will not be liable for re -use by the City of plans, documents, studies, or other data for any purpose other than that intended by the terms and conditions of this Agreement. 7.04 NONDISCLOSURE To the extent allowed by law, the Consultant agrees not to divulge, furnish ,or make available to any third person, firm or organization, without Director or designee's prior written consent, or unless incident to the proper performance of the Consultant's obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by the Consultant hereunder, and the Consultant shall require all of its employees, agents, Sub -Consultants, and subcontractors to comply with the provisions of this paragraph. 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS The Consultant will keep adequate records and supporting documentation, which concern or reflect its services hereunder. Records subject to the provisions of the Public Records Law, Florida Statutes Chapter 119, shall be kept in accordance with the applicable statutes. Otherwise, the records and documentation will be retained by the Consultant for a minimum of three (3) years from the date of termination of this Agreement or the date the Project is completed, whichever is later. The City, or any duly authorized agents or representatives of the City, shall have the right to audit, inspect, and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the three (3) year period noted above; provided, however such activity shall be conducted only during normal business hours. Consultant shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service; (2) provide the public with access to public records on the same terms and conditions as the City would at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law; 3) ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law; (4) meet all requirements for retaining public records and transfer, at no cost, to the City all public records in its possession upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements; and, (5) provide all electronically stored public records to the City in a format compatible with the City's information technology systems. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1830, VIA EMAIL AT PUBLICRECORDS a@MIAMIGOV.COM, OR REGULAR EMAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. 7.06 E-VERIFY Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Consultant during the term of the Contract and shall expressly require any sub -consultant performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the sub -consultant during the Contract term. ll Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT ARTICLE 8 INDEMNIFICATION The Consultant shall indemnify, defend and hold harmless the City, its officers, agents, directors, and/or employees, from liabilities, damages, losses, judgments, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Consultant and persons employed or utilized by Consultant in the performance of this Contract. This indemnity will survive the cancellation or expiration of the Agreement. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of §725.06 and/or §725.08, Florida Statutes, as applicable. The Consultant shall require all Sub -Consultant agreements to include a provision that they will indemnify the City. The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the CONSULTANT in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Consultant or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant or Sub -Consultant under this Agreements. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Consultant. ARTICLE 9 INSURANCE The Consultant shall not start Services under this Agreement until the Consultant has obtained all insurance required hereunder and the City's Risk Manager or his/her authorized designee, has approved such insurance. 9.01 COMPANIES PROVIDING COVERAGE All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and satisfactory to the Risk Administrator. All companies shall have a Florida resident agent and be rated at least A(X), as per A.M. Best Company's Key Rating Guide, latest edition. 9.02 VERIFICATION OF INSURANCE COVERAGE The Consultant shall furnish certificates of insurance to the Risk Administrator for review and approval prior to the execution of this Agreement. The Certificates shall clearly indicate that the Consultant has obtained insurance of the type, amount and classification required by these provisions, in excess of any pending claims at the time of contract award to the Consultant. The Consultant shall maintain coverage with equal or better rating as identified herein for the term of this contract. The Consultant shall provide written notice to the City's Department of Risk Management of any material change, cancellation and/or notice of non - renewal of the insurance within 30 days of the change. The Consultant agrees to allow the City to review its policies as applicable in the event of a claim or loss related to Consultant services. 9.03 FORMS OF COVERAGE 9.03-1 COMMERCIAL GENERAL LIABILITY AND AUTOMOBILE LIABILITY The Consultant shall maintain commercial general liability coverage with limits of at least $1,000,000.00 per occurrence, $2,000,000.00 aggregate for bodily injury and property damage. The coverage shall include Premises and Operations, Contingent and Contractual Liability, and Products and Completed Operations, with additional endorsements as applicable. Waiver of Subrogation applies in favorite of the certificate holder. The coverage shall be written on a primary and non-contributory basis with the City listed as an additional insured as reflected by endorsement CG 2010 11/85 or its equivalence. Notice of cancellation should read (30) days/ (10) days for nonpayment. I� Capital Program Support Services RFC 15-16-032 PROFESSIONAL SERVICES AGREEMENT ARTICLE 8 INDEMNIFICATION The Consultant shall indemnify, defend and hold harmless the City, its officers, agents, directors, and/or employees, from liabilities, damages, losses, judgments, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Consultant and persons employed or utilized by Consultant in the performance of this Contract. This indemnity will survive the cancellation or expiration of the Agreement. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of §725.06 and/or §725.08, Florida Statutes, as applicable. The Consultant shall require all Sub -Consultant agreements to include a provision that they will indemnify the City, The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the CONSULTANT in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Consultant or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant or Sub -Consultant under this Agreements. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Consultant. ARTICLE 9 INSURANCE The Consultant shall not start Services under this Agreement until the Consultant has obtained all insurance required hereunder and the City's Risk Manager or his/her authorized designee, has approved such insurance. 9.01 COMPANIES PROVIDING COVERAGE All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and satisfactory to the Risk Administrator. All companies shall have a Florida resident agent and be rated at least A(X), as per A.M. Best Company's Key Rating Guide, latest edition. 9.02 VERIFICATION OF INSURANCE COVERAGE The Consultant shall furnish certificates of insurance to the Risk Administrator for review and approval prior to the execution of this Agreement. The Certificates shall clearly indicate that the Consultant has obtained insurance of the type, amount and classification required by these provisions, in excess of any pending claims at the time of contract award to the Consultant. The Consultant shall maintain coverage with equal or better rating as identified herein for the term of this contract. The Consultant shall provide written notice to the City's Department of Risk Management of any material change, cancellation and/or notice of non - renewal of the insurance within 30 days of the change. The Consultant agrees to allow the City to review its policies as applicable in the event of a claim or loss related to Consultant services. 9.03 FORMS OF COVERAGE 9.03-1 COMMERCIAL GENERAL LIABILITY AND AUTOMOBILE LIABILITY The Consultant shall maintain commercial general liability coverage with limits of at least $1,000,000.00 per occurrence, $2,000,000.00 aggregate for bodily injury and property damage. The coverage shall include Premises and Operations, Contingent and Contractual Liability, and Products and Completed Operations, with additional endorsements as applicable. Waiver of Subrogation applies in favorite of the certificate holder. The coverage shall be written on a primary and non-contributory basis with the City listed as an additional insured as reflected by endorsement CG 2010 11/85 or its equivalence. Notice of cancellation should read (30) days/ (10) days for nonpayment. ATKINS APPROVAL - 812/17 Iz Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT 9.03-2 BUSINESS AUTOMOBILE The Consultant shall provide business automobile liability coverage including coverage for all owned, hired and non -owned autos with a minimal combined single limit of $1,000,000.00 naming the City as an additional insured with respect to this coverage. Notice of cancellation should read (30) days/ (10) days for nonpayment. 9.03-3 PROFESSIONAL/POLLUTION LIABILITY INSURANCE The Consultant shall maintain Professional Liability Insurance including Errors and Omissions coverage in the minimum amount of $2,000,000.00 per claim, $2,000,000.00 aggregate providing for all sums which the Consultant shall be legally obligated to pay as damages for claims arising out of the services performed by the Consultant or any person employed by the Consultant in connection with this Agreement. This insurance shall be maintained for at least one year after completion of the construction and acceptance of any project covered by this Agreement. Coverage must reference the retroactive date. The coverage shall list the City as additional insured with respect to pollution liability. 9.03-4 UMBRELLA LIABILITY INSURANCE The Consultant shall maintain Umbrella Liability Insurance including Bodily injury and property damage liability with limits of $1,000,000.00 each occurrence and an aggregate limit of $1,000,000.00. The coverage shall include excess coverage over all applicable liability policies with the City listed as an additional insured. 9.03-5 WORKER'S COMPENSATION INSURANCE The Consultant shall maintain Worker's Compensation Insurance in compliance with Florida Statutes, Chapter 440, as amended, and Employee's Liability with a minimum limit of $500,000.00 each occurrence. 9.03-6 SUB -CONSULTANT COMPLIANCE The Consultant shall ensure that all Sub -consultants comply with these same insurance requirements. 9.04 MODIFICATIONS TO COVERAGE The Risk Administrator or his/her authorized designee reserves the right to require modifications, increases, or changes in the required insurance requirements, coverage, deductibles or other insurance obligations by providing a thirty (30) day written notice to the Consultant in accordance with §10.06 herein. The Consultant shall comply with such requests unless the insurance coverage is not then readily available in the national market, and may request additional consideration from the City accompanied by justification. ARTICLE 10 MISCELLANEOUS 10.01 AUDIT RIGHTS; INSPECTION The City reserves the right to audit the Consultant's accounts during the performance of this Agreement and for three (3) years after final payment under this Agreement. The Consultant agrees to furnish copies of any records necessary, in the opinion of the Director, to approve any requests for payment by the Consultant. The inspection and audit provisions provided for City contracts set forth in §18-101 and § 18- 102, City Code, are applicable to this Agreement and are deemed as being incorporated by reference herein. 10.02 ENTIRE AGREEMENT This Agreement, as it may be amended from time to time, represents the entire and integrated agreement between the City and the Consultant and supersedes all prior negotiations, representations or agreements, written or oral. This Agreement may not be amended, changed, modified, or otherwise altered in any respect, at any time after the execution hereof, except by a written document executed with the same formality and equal dignity herewith. Waiver by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach of any provision of this Agreement. 10.03 SUCCESSORS AND ASSIGNS The performance of this Agreement shall not be transferred pledged, sold, delegated or assigned, in whole or in part, by the Consultant without the written consent of the City, acting by and through its City Commission. It is understood that a sale of the majority of the stock or partnership shares of the Consultant, a merger or bulk sale, an assignment for the benefit of creditors shall each be deemed transactions that would constitute an assignment or sale hereunder requiring prior City approval. 13 Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT The Consultant's services are unique in nature and any assignment, sale transference without City Commission approval shall be cause for the City to cancel this Agreement. The Consultant shall have no recourse from such cancellation. The City may require bonding, other security, certified financial statements and tax returns from any proposed Assignee and the execution of an Assignment/ Assumption Agreement in a form satisfactory to the City Attorney as a condition precedent to considering approval of an assignment. The Consultant and the City each binds one another, their partners, successors, legal representatives and authorized assigns to the other party of this Agreement and to the partners, successors, legal representatives and assigns of such party in respect to all covenants of this Agreement. 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE In compliance with the Consultant's Competitive Negotiation Act, for any Project to be compensated under the Lump Sum method, the Consultant shall certify that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of Notice to Proceed. The original Project price and any addition thereto will be adjusted to exclude any significant sums by which the City determines the project price was increased due to inaccurate, incomplete or non -current wage rates and other factual unit costs. All such price adjustments will be made within one (1) year following the end of the Project. 10.05 APPLICABLE LAW AND VENUE OF LITIGATION This agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. Any suit or action brought by any party, concerning this agreement, or arising out of this agreement, shall be brought in Miami -Dade County, Florida Each party shall bear its own attorney's fees except in actions arising out of the Consultant's duties to indemnify the City under Article 8 herein where the Consultant shall pay the City's reasonable attorney's fees. 10.06 NOTICES Whenever either party desires to give notice unto the other, such notice must be in writing, sent by registered United States mail, return receipt requested, addressed to the party for whom it is intended at the place last specified; and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice: For City of Miami: Daniel Alfonso City Manager Office of the City Manager City of Miami 444 S.W. 2"d Avenue, 101h Floor Miami, Florida 33130-1910 Email: d'alfonso miami ov.com Phone: 305-416-1025 Annie Perez, CPPO Director Procurement Department City of Miami 444 S.W. 2nd Avenue, 6th Floor Miami, Florida 33130-1910 Email: annieperez(a)miamigov.com Phone: 305-416-1910 Victoria Mendez City Attorney Office of the City Attorney City of Miami 444 S.W. 2nd Avenue, 9th Floor Miami, Florida 33130-1910 Email: victoriamendez(cDmiamigov.com Phone: 305-416-1832 14 Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT With Copies to: Jeovanny Rodriguez, P.E. Director Office of Capital Improvements City of Miami 444 S.W. 2nd Avenue, 8th Floor Miami, Florida 33130-1910 Email:[eovannyrodripuezCa�miamigov.com Phone: 305-416-1225 For Consultant: Paul E. Demit Senior Vice President Atkins North America, Inc. 1600 River Edge Parkway, NW — Suite 700 Atlanta, Georgia, 30328-9929 Email: Paul.Demit@atkinsglobal.com Phone: 770-933-0280 10.07 INTERPRETATION The language of this Agreement has been agreed to by both parties to express their mutual intent and no rule of strict construction shall be applied against either party hereto. The headings contained in this Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement shall include the other gender, and the singular shall include the plural, and vice versa, unless the context otherwise requires. Terms such as "herein," "hereof," "hereunder," and "hereinafter" refer to this Agreement as a whole and not to any particular sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as a whole, including all of the subsections of such Section, unless the reference is made to a particular subsection or subparagraph of such Section or Article. 10.08 JOINT PREPARATION Preparation of this Agreement has been a joint effort of the City and the Consultant and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than any other. 10.09 PRIORITY OF PROVISIONS If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into this Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term, statement, requirement, or provision contained in this Agreement shall prevail and be given effect. 10.10 MEDIATION -WAIVER OF JURY TRIAL In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the design and for construction of the subject project(s), and/or following the completion of the projects(s), the parties to this Agreement agree all disputes between them shall be submitted to non -binding mediation prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State of Florida. The parties will split the costs of a certified mediator on a 50150 basis. The Consultant agrees to include such similar contract provisions with all Sub -Consultants and/or independent contractors and/or the Consultants retained for the project(s), thereby providing for non -binding mediation as the primary mechanism for dispute resolution. Each party will bear their own attorney's fees. In an effort to expedite the conclusion of any litigation the parties voluntarily waive their right to jury trial or to file permissive counterclaims in any action arising under this Agreement. 15 Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT 10.11 TIME Time is of the essence in this Agreement. Consultant shall promptly perform its duties under this Agreement and Work Orders pursuant hereto, and will give the Work as much priority as is necessary to cause the Work to be completed on a timely basis in accordance with this Agreement. All Work shall be performed strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in this Agreement and/or Work Orders pursuant hereto. 10.12 COMPLIANCE WITH LAWS The Consultant shall comply with all applicable laws, codes, ordinances, rules, regulations and resolutions including, without limitation, the Americans with Disabilities Act ("ADA"), as amended, and all applicable guidelines and standards in performing its duties, responsibilities, and obligations related to this Agreement. The Consultant represents and warrants that there shall be no unlawful discrimination as provided by law in connection with the performance of this agreement. 10.12-1 NON-DISCRIMINATION The City warrants and represents that it does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with the Consultant's performance under this Agreement on account of race, color, sex, religion, age, handicap, marital status or national origin. The Consultant further covenants that no otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 10.12-2 OSHA COMPLIANCE The Consultant warrants that it will comply with all safety precautions as required by federal, state or local laws, rules, regulations and ordinances. The City reserves the right to refuse the Consultant access to City property, including project jobsites, if the Consultant employees are not properly equipped with safety gear in accordance with OSHA regulations or if a continuing pattern of non- compliance with safety regulations is exhibited by the Consultant. 10.12-3 ADA COMPLIANCE The Consultant shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act ("ADA") in the course of providing any work, labor or services funded by the City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability) and all applicable regulations, guidelines and standards. Additionally -the Consultant shall take affirmative steps to -insure nondiscrimination in employment of disabled persons. 10.13 NO PARTNERSHIP The Consultant is an independent contractor. This Agreement does not create a joint venture, partnership or other business enterprise between the parties. The Consultant has no authority to bind the City to any promise, debt, default, or undertaking of the Consultant. 10.14 DISCRETION OF DIRECTOR Any matter not expressly provided for herein dealing with the City or decisions of the City shall be within the exercise of the reasonable professional discretion of the Director or the Director's authorized designee. 10.15 RESOLUTION OF CONTRACT DISPUTES The Consultant understands and agrees that all disputes between it and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner. The initial step shall be for the Consultant to notify the Project Manager in writing of the dispute and submit a copy to the City of Miami personnel identified in Article 10.06, Notices. Should the Consultant and the Project Manager fail to resolve the dispute the Consultant shall submit their dispute in writing, with all supporting documentation, to the Director of OCI, as identified in Article 10.06, Notices. Upon receipt of said notification the Director of OCI shall review the issues relative to the dispute and issue a written finding. Should the Consultant and the Director of OCI fail to resolve the dispute the Consultant shall submit their dispute in writing within five calendar days to the Director of Procurement. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Upon receipt of said notification the Director shall review the issues relative to the dispute and issue a written finding. 16 Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT The Consultant must submit any further appeal in writing within five calendar days to the City Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Appeal to the City Manager for his/her resolution, is required prior to the Consultant being entitled to seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed $500,000.00, the City Manager's decision shall be approved or disapproved by City Commission. The Consultant shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by City Commission if applicable, or (ii) a period of sixty (60) days has expired after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation, or a period of (90) days has expired where the City Manager's decision is subject to City Commission approval; or (iii) The City has waived compliance with the procedure set forth in this section by written instrument(s) signed by the City Manager. 10.16 INDEPENDENT CONTRACTOR The Consultant has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, the Consultant shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. The Consultant further understands that Florida Workers' Compensation benefits available to employees of the City are not available to the Consultant, and agrees to provide workers' compensation insurance for any employee or agent of the Consultant rendering services to the City under this Agreement. 10.17 CONTINGENCY CLAUSE Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) days' notice. 10.18 THIRD !PARTY BENEFICIARY The Consultant and the City agree that it is not intended that any provision of this Agreement establishes a third party beneficiary giving or allowing any claim or right of action whatsoever by any third party under this Agreement. 10.19 ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the bidder's/proposer's authorized signature affixed to the bid der's/p ro poser's acknowledgment form attests to this. If a PSA or other Agreement is provided by the City and included in this solicitation no additional terms or conditions which materially or substantially vary, modify or alter the terms or conditions of the Agreement, in the sole opinion and reasonable discretion of the City will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or other Agreement. 17 Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: Sig ature Rene de los Rios, Assistant Secretary Print Name, Title ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: �-- To d . Hannon, City Clerk Atkins North America, Inc. Signature Paul E. Dernit, Senior Vice Preside",,.,_ Print Name, Title of A (Corpo al)S AL :—Z �A •••'a ^��SQ�«i r CITY OF MIAMI, a municipal corporation of the .qtata of FInridn APPROVED AS TO INSURANCE APPROVED AS TO1LEGAL FORM AND REQUIREMENTS: CORRECTNESS. Ann Marie Sharpe, D e t r Ictoiri Mendez, City Attorney Risk Management D p ent Capital Program Support Services REQ 15-16-032 Wd PROFESSIONAL SERVICES AGREEMENT CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of Atkins North America, Inc. , a corporation organized and existing under the laws of the State of Florida held on the 24thday of Aril 2017 , a resolution was duly passed and adopted authorizing (Name) Paul E. Dernit as (Title) Senior Vice President of the corporation to execute agreements on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this 19th , day of .tune 20 17 ,+v"••"••q,,, Secretary:_C—*IN AA�R� Print: Rene de los Rios, Assistant Secretary Sam9 z- M all. :-- 2 CERTIFICATE OF AUTHORITY 44 �9 'i0 ": (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the ��$parc�!'fi��ti4*dire rs of a partnership orga%w,,+lam Ming under the laws of the State of held on the _day of a resolution was duly passed and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20 Partner: Print: rvames aria auuresses car arzners: Name Street Address 1 City State Zip 19 Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (dlb/a) (If Applicable) have executed and am bound by the terms of the Agreement to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of 20_ Signed: Print: NOTARIZATION STATE OF ) SS: COUNTY OF The foregoing instrument was acknowledged before me this ,20_, by known to me or who has produced (did 1 did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC day of , who is personally as identification and who 20 Capital Program Support Services RFQ 15-16-032 PROFESSIONAL. SERVICES AGREEMENT ATTACHMENT A - SCOPE OF WORK ARTICLE Al GENERAL Under the direction of the Director or designee, Consultant is to assist in the programmatic management and administration of the City's Office of Capital Improvements (OCI), consisting of, but not limited to, planned capital improvements, construction Projects, and the purchase of capital goods and equipment. Additionally, the Consultant will assist in management oversight of the production, the planning, design and the construction of all vertical and horizontal construction Projects. It is the intent and purpose of the City that Consultant shall provide Capital Program Support Services (CPSS) hereunder as an extension of OCI's resources by providing qualified administrative, technical and professional personnel to perform the duties and responsibilities assigned under the terms of this Agreement. The Consultant shall minimize reliance on OCI's resources for assignments and activities provided under the Agreement, as may be authorized by the Director or designee. Consultant shall use its best effort at all times to cause the Services to be performed in the most expeditious and cost effective manner consistent with the interests of the City. A1.01 SCOPE OF SERVICES A1.01-1 Consultant may be required to perform all or some of the Services presented in this Agreement, depending on the needs of the City. The Consultant shall furnish the Services specifically authorized by this Agreement, which Services may encompass one or more professional disciplines in addition to those held by the Consultant. A1.01-2 CPSS may include, but are not limited to, research and preparation of reports, studies, coordination with community organizations, project management, production management, construction administration, cost estimating, assistance with in house design projects, value engineering, scheduling, Geographical Information System (GIS) production/management, utility coordination, document control and records management, and administrative, and financial program management for the City's OCI. The Services may further include but are not limited to planning, programming, field investigations, observations, feasibility studies, alternative analysis studies, and other activities that may be required to complete approved Work Orders. A1.01-3 Consultant will not be responsible to assist with the purchase of capital goods and/or equipment, but shall assist with the fiscal monitoring of those capital Projects and including them in the annual Capital Improvements Programs. A1.01-4 The City, at its option, may elect to expand, reduce or delete the extent of Work elements described in the Scope of Services, provided such action does not alter the intent of the Agreement. The Director or designee will request Consultant Services on an as -needed basis. There is no guarantee that any or all of the Services described in this Agreement will be assigned during the term of this Agreement. A1.02 COOPERATIVE WORK The Consultant will be responsible to Work in cooperation with OCI, City administration, officials of the City, client departments and agencies, community and other stakeholders, with consulting engineers and/or architects, and contractors to administer the planning, design and construction of OCI Projects, and as well as overall Program Management. A1.03 NON-EXCLUSIVE RIGHT It is understood that any Work Order and Notice to Proceed will be issued under this Agreement at the sole discretion of the Director or designee and that the Consultant has no expectation, entitlement, right to or privilege to receive a Work Order or Notice to Proceed for any Project or Work. The City reserves at all times the right to perform any and all Services in-house, or with other private professional consultants, architects or engineers consistent with applicable law, including Section 287.055, Florida Statutes, (Consultants' Competitive Negotiation Act) if required, or to discontinue or withdraw any or all Projects or Work or to exercise every other choice allowed by law. This Agreement does not confer on the Consultant any particular, exclusive or special rights to any Work required by the City. 21 Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT A1.04 PAYMENTS The City will pay the Consultant in accordance with provisions and limitations of Attachment "B". No payment will be made for the Consultant's time or services in connection with the preparation of any Work Order proposal or for any Work done in the absence of an executed Work Order, Notice to Proceed and /or Purchase Orders ARTICLE A2 OVERVIEW OF CAPITAL PROGRAM SUPPORT SERVICES A2.01 PRIMARY SERVICES Where Director or designee, in his/her sole discretion, identifies the need for Services, Consultant shall provide a Work Order Proposal for the performance of said Services. The Services may include, but are not necessarily limited to the following: Overall assistance with Administrative Program Management Services for the Capital Improvements Program Production Management: Assistance with Programmatic management of capital Project Production, that is, the feasibility and other pre -design studies, financial and other analyses, scheduling, planning, review of construction and/or design delivery method, design, engineering. Assistance with Construction Program for Projects undergoing construction, activities may include, without limitation, monitoring the overall construction schedule of the Capital Improvements Program, coordinating schedules among Projects, estimating, work order development, assisting with community outreach, and providing regular construction -associated reports. The award and execution of a Work Order or Notice to Proceed for said Services shall be solely at the City's discretion and submittal of a proposal is no guarantee or assurance that the Consultant will be authorized to perform the Work. Compensation for any Services shall be separately negotiated and may be lump sum, hourly rate -based or other method as deemed appropriate by the parties. A2.02 SPECIALTY SERVICES Where Director or designee, in his/her sole discretion, identifies the need for Services related to a unique, and possibly large scale element, activity, sub -program or Project within the Program and such Services are unavailable from within the City's personnel resources, hereinafter Specialty Services, Consultant shall provide a Work Order Proposal for the performance of said Services. Said proposal shall identify, in such detail as deemed appropriate by the Director or designee, the nature of the proposed Services, the extent of manpower and other resources required for such Specialty Services, and the individual(s), firm(s) and/or team that has qualifications and expertise in the field of the subject endeavor. The assignment of Work as Specialty Services shall be made solely at the discretion of the Director, and will be accomplished by a Work Order issued pursuant to this Agreement. The award and execution of a Work Order or Notice to Proceed for said Specialty Services shall be solely at the City's discretion and submittal of a proposal is no guarantee or assurance that the Consultant will be authorized to perform the Work as Specialty Services Compensation for any Specialty Services shall be separately negotiated and may be lump sum, hourly rate - based or other method as deemed appropriate by the parties. ARTICLE A3 PRIMARY SERVICES Those Services considered by the City to be fundamental to the successful management of the overall Capital Improvements Program shall be considered Primary Services and shall consist, generally of the following areas: A3.01 ADMINISTRATIVE PROGRAM MANAGEMENT The Consultant, in its capacity as Program Manager, will assist, where/when Director or designee, in his/her sole discretion, identifies the need, in the comprehensive coordination, development, and management, including, but not limited to, the following Services and/or activities: A3.01-1 Program Implementation Strategies: Research and recommend the most effective methods to implement all aspects of the overall Program. A3.01-2 Program Coordination: Coordination and schedule management for Project design, procurement, contract negotiation and contract administration activities. 22 Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT A3.01-3 Program Logistics: Develop comprehensive Program Work plans, schedules and budgets. Manage OCI's "letting" plan for Projects, including the updating, revision, conflicts, deviation, and analyses to determine the impact of potential changes to the "letting" plan. A3.01-4 Facility Assessment: Conduct an assessment of all City owned facilities to develop a plan for correcting deficiencies and a deterred maintenance program. A3.01-5 Information Systems: Provide guidance in the implementation of a new in-house database information system. A3.01-6 Fiscal Management Assistance: Develop financial projections, monitor and track Program funds, financing and cash flows. Assist with the development of program and financial data for potential financing options, including investment bonds, which may be utilized to implement the Program. A3.01-7 Reporting: Furnish regular progress and status reports on the Program at intervals determined by the Director or as significant issues become known to the Consultant. A3.01-8 Staffing: Maintain staffing efficiencies within the Consultant's Team. A3.01-9 Procedure and Process Improvements: Development of procedures and procedure manuals for various Program activities and processes. Develop or assist with the development of standard documents and/or forms. A3.01-10 Document Control and Records Management: Development of a document management system for the Program; maintain documentation and correspondence relating to the Program that is accessible and will be owned by the City. A3.01-11 Annual Capital Plan: Preparation of the annual Capital and Transportation Improvement Plan. A3.01-12 Inter -Agency Coordination: Overall coordination of the City's Program with other governmental agencies, such as the Florida Department of Transportation (FDOT), Miami -Dade County Public Works and Water and Sewer Departments, utility companies, regulatory agencies and with private developers. A3.01-13 ADA Compliance: Provide regular and systematic reviews of all projects, during critical phases of project implementation (planning, design and construction) to assist in compliance with the Americans with Disabilities Act. A3.01-14 Prepare official minutes of meetings for the Director or designee's approval and dissemination. A3.02 PRODUCTION MANAGEMENT SERVICES The Consultant, in its capacity as Program Manager, will assist, where/when Director or designee, in his/her sole discretion, identifies the need, in the following Services and/or activities: A3.02-1 General Project Administration and Fiscal Activities A3.02-1(a) Cost Control: Provide value engineering throughout Project life cycles as requested, and verify constructability of plans and specifications. A3.02-1(b) Financial: Prepare monthly cash draw projections, monitor monthly Project expenditures. Review, monitor and advise the City regarding the disposition of contractors and/or consultants payment requisitions. Assist with timely submission of payment requisitions to meet cash flow commitments. Monitor Project funding, and prepare financial projections as required. A3.02-1(c) Reporting: Provide progress reports and status information on assigned Project(s) to City designees at frequencies identified by Director or designee. A3.02-1(d) Communication and Outreach: At the direction of the Director or designee attend and address meetings with City officials, neighborhood groups, and private citizens concerning Projects, respond to questions and concerns about the Project at City Commission meetings, assist the City with public information, notifications and public meetings required in relation to assigned design construction projects. A3.02-1(e) Information Management, Document Control: Maintain files of all documentation and correspondence relating to the Program and specific Projects in an orderly system which will be submitted to the City upon completion of the Project and/or Program. 23 Capital Program Support Services RFQ 15-16-032 ialNQV llMMIT«yA:z►R9*yWa*1►ram A3.02-1(f) Legal and Other Services: Should legal issues arise relating to a Project, provide records, depositions and testimony about affected Projects. Provide consulting Services on other matters relating to the Projects and/or Program. A3.02-2 Design and Production Activities The Consultant, in its capacity as Program Manager, will assist, where/when Director or designee, in his/her sole discretion, identifies the need, in the following Services and/or activities: A3.02-2(a) Project Scoping: Devise and/or confirm detailed Project scopes with staff and client departments commensurate with funding. Verify the accuracy of Architect's/engineer's budget and design estimates against cash flow commitments. Consultant shall consider prioritization and design alternates as contingency measures to verify that cash flow commitments are achieved. A3.02-2(b) Schedules and Budgets: Develop Work plans, schedules and budgets for the overall Program and for assigned Projects. Coordinate the design, preparation of construction documents, procurement/bidding and establishment of construction schedules with City staff. A3.02-2(c) Reviews: Provide design and constructability reviews of plans and specifications at progress intervals. Such reviews shall not relieve the designer of record of liability associated with any errors or omissions in the plans and specifications, the responsibility of which shall remain solely with the designer of record. A3.02-2(d) ADA Compliance: Review compliance with handicapped accessibility requirements and maintain documentation/justification when full compliance cannot be achieved. Such review shall not relieve the designer of record of liability associated with any errors or omissions in the plans and specifications, the responsibility of which shall remain solely with the designer of record. A3.02-2(e) Permits and Approvals: Facilitate and/or assist the City in obtaining all Federal, State and local permits or approvals (from agencies such as Miami -Dade Water and Sewer, Department of Environmental Resource Management (DERM), Environmental, and Department of Health), etc. Review such permits for consistency with City approved plans and for special requirements or conditions, if any. it is the responsibility of the designer of record to file for and obtain all permits. A3.02-2(f) Utility Coordination: Facilitate comprehensive utility coordination to assist with conflict resolution and coordination among City, designers of record, and various utility capital plans and owners. A3.02-2(g) Design Criteria Standards: Development and revision of existing design criteria, standard and directive drawings, and construction specifications, design drawing standards, Computer -aided design and drafting (CADD) and other similar standards and criteria to ensure best business practices are utilized. A3.02-2(h) Public Outreach: Assist in coordinating and hosting of periodic meetings at frequencies determined by the Director or designee, to promote best practices by City and industry. A3.02-3 Bids and Contracts A3.02-3(a) Review appropriateness of architectural and engineering consultant and contractor fee proposals with OCI personnel as appropriate. A3.02-3(b) Provide input and assist with the selection and evaluation of consultants, contractors, and other service providers. A3.02-3(c) Assist with preparation of award documents, grant applications, and assist with the administration of grants. A3.02-3(d) Manage and oversee the selection, monitoring and oversight of Job Order Contracts in use by the City; assist in the preparation, evaluation and award of new Job Order Contracts if deemed necessary by Director. A3.02-3(e) Assist in negotiations with architectural and engineering consultants and/or contractors regarding price proposals and/or adjustments in time for performance of Services. A3.02-3(f) Assist in the review and analysis of contractor claims as well as claims by the City against contractors and consultants. 24 Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT A3.03 CONSTRUCTION ADMINISTRATION The City of Miami has contracted separately with various firms providing construction engineering and observation (CEO) services. The Program Manager will assist the City, where/when Director or designee, in his/her sole discretion, identifies the need, in the management of the CEO services, including the following tasks: A3.03-1 Provide administrative coordination between active construction projects in the same or adjacent areas. A3.03-2 Visit the jobsites periodically and as needed to monitor construction progress. A103-3 Review and recommend approval of requests for change orders. A3.03-4 Verify that Contractors have filed safety and affirmative action policies. However, Program Manager shall not be responsible for jobsite safety or for contractor's failure to comply with affirmative action and safety policies. A3.03-5 Administer construction contracts. A3.03-6 Devise and implement initiatives and proactively assist contractors in methods intended to minimize potential disturbances to public during construction. A3.03-7 Coordinate special inspections including major trades, as requested by the Director or designee. A3.03-8 Review, monitor and recommend approval of payment requisitions from the Contractor and other Program Managers. A3.03-9 Monitor monthly construction related expenditures by the City. A3.03-10 Coordinate and assist in hosting of periodic meetings at frequencies determined by the Director or Designee with contractors to promote best practices by City and industry. ARTICLE A4 SPECIALTY SERVICES The specific Scope of Services required as Specialty Services shall vary depending on nature of the specific endeavor, and may encompass any or all of the tasks described under Primary Services. The required Work shall be described in a Work Order Proposal that shall form the basis for a Work Order to be approved by the Director or designee. ARTICLE A5 STAFFING The Director or designee has the right to approve and regulate the Consultant's workforce and approve specific Consultant's employees. The Consultant will perform all Services described in this Scope of Services where/when Director or designee, in his/her sole discretion, identifies the need, by use of the Program Staff, as described below. The Director's input regarding staff and Work assigned to Key Personnel and/or Staff for Specialty Services shall be duly considered by Consultant in preparing any individual Work Order proposal and failure to adequately address such concerns regarding staff assignments may be cause for Director's rejection of same. All staff shall be duly qualified, trained and/or licensed to perform the Work assigned to them. The Consultant shall designate a Program Coordinator to manage this Agreement who shall be located at an office maintained by the Consultant. This Program Coordinator shall be responsible for all administrative functions associated with the Agreement. This individual and any other employees of the Consultant performing administrative functions, which are not located at the MRC, shall be part of the Consultant's overhead and not direct billable charges under this Agreement. The Program Coordinator shall be eligible for billable charge when performing specific, technical functions when so requested by the Director or designee. A5.01 PROGRAM STAFF A portion of the Primary Services shall be performed by the Consultant's Key Personnel assigned on a full- time basis and housed at the MRC building. Such personnel shall be billed to the City on a monthly lump sum basis. Any modification in the Scope of Work assigned to the Key Personnel should trigger a corresponding modification in the Lump Sum Compensation, as provided in Article B3.01-2. 25 Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT Upon award of an Agreement the Director or designee shall issue a Work Order covering the initial Key Personnel which shall reflect the monthly levels of compensation and Services and a separate Work Order covering those individuals assigned to perform what would be considered Specialty Services, which shall reflect the methods and levels of compensation. A5.02 STAFFING FOR SPECIALTY SERVICES The Work assignments performed by these staff will be requested in writing by the Director or designee for individual or short term tasks, or for long-term and continuing service tasks, associated with any element of the Scope of Services. The level of effort anticipated for these staff members and their assignments will be analyzed by the Director or his/her designee on an as needed basis and the progress will be measured through the Monthly Progress Report to accompany the monthly invoicing. Staff shall be assigned via Work Order to a given scope of Services. Individual Work Orders shall depict staff and/or activities as being offered on a lump sum, performance basis or hourly -rate, limiting amount basis. A5.03 STAFFING CHANGES If additional staff is warranted in the opinion of the Consultant due to workload issues, a written request will be made by Consultant to the Director or designee whose written approval is required as described below. A5.03-1 Changes due to Absence or Termination: If there are changes in the staff depicted in an authorized Work Order, particularly with Key Personnel as identified in the Proposers' RFQ submittal, be absent due to voluntary or involuntary termination, that position will be replaced within five (5) business days of the date of separation, or as requested by the Director or designee. Should an individual staff, particularly Key Personnel as identified in the Proposers' RFQ submittal be absent for more than 15 consecutive business days due to vacation, illness or other matter, Consultant shall provide a qualified replacement that is acceptable to the Director or designee. Director or designee in Director or designee's sole discretion may additionally request qualified replacement staff due to absences of less than 15 business days if warranted by the nature of the Work handled by that staff. The Director or designee may request one or more resumes for any personnel to be assigned and may also request to interview the proposed personnel and select the most qualified person (s), in the City's sole opinion. Selection of such a person to work on the Program does not change the Consultant's sole responsibility and liability for the performance and actions of said person. Such changes shall be noted and approved in writing. A5.03-2 Changes due to Work Requirements: Director or designee's approval shall be in writing for all additional or replacement Program Staff not included in the ProposallWork Order and estimated to work in excess of 20 hours per month in total. Consultant shall provide a written proposal to Director detailing anticipated man-hour and related requirements for the task or activity to be assigned to additional Key Personnel or Staff assigned for Specialty Services. The Director or designee may request one or more resume for any personnel to be assigned and may also request to interview the proposed personnel and select the most qualified person, in the City's sole opinion. Selection of such a person to work on the Program does not change the Consultant's sole responsibility and liability for the performance and actions of said person. ARTICLE A6 ASSIGNMENT OF WORK it is the intent and purpose of the City that Consultant shall provide the Primary Services hereunder as an extension of OCI's resources as may be authorized by the Director. It is envisioned that areas of responsibilities and specified tasks will be assigned by the Director or designee. A6.01-1 Work Orders: When a specific task is above and beyond the scope of the initial Work Order assigned to Key Personnel Program Support Staff or Program Support Staff assigned to Specialty Services Work Order, the Director or designee will request a Work Order Proposal from the Consultant for Services based on a proposed Scope of Services provided by the Director or designee. The Consultant and Director or designee, and others if appropriate, may have preliminary meetings, if warranted, to further define the Scope of Work and to resolve any questions regarding the proposed Project. The Consultant shall then prepare a written "Work Order Proposal" for the required Services generally following the guidelines provided by OCI, indicating the proposed Scope of Services, time of performance, proposed fees, Sub consultants if warranted, deliverable items and/or documents, and timeframe to complete the Work. The Work Order Proposal shall depict detailed staffing commitments for the proposed Services and the method of compensation, either 26 Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT Lump Sum or Hourly Rate/Limiting Amount. The Consultant shall not be compensated for the preparation or Work Order Proposals. When consensus is reached, the Consultant shall prepare a revised and final Work Order Proposal which will be attached and incorporated to the Work Order authorized by the Director or designee. Upon acceptance of the Work Order Proposal a "Notice to Proceed" will be issued by the Director or designee. No guarantee is made as to how many and the extent of Work Orders issued to the Consultant. 27 Capital Program Support Services RFQ 15-16-032 PROFESSIONAL SERVICES AGREEMENT SCHEDULE Al - SUBCONSULTANTS FIRM NAME CONSULTING FIELD Milian Swain & Associates, Inc. Civil Engineering Service Project Information Services Software Development Services SCHEDULE A2 - KEY STAFF NAME JOB CLASSIFICATION Mr. Diego J. Clavijo, PMP, PSP Program Coordinator Ms. Sonja John Sr. Cost Estimator/JOC Mr. Augusto Penzo Estimator/Scheduler Mr. Alfredo Martinez Program Controls Manager Ms. Angelica Parodi CADD Technician Carlos Lozano Vertical Projects PMIOnsite Team Manager Atkins Lorraine Rosado, PE Business Process Analysis Monica Pausa Civil Designer Luis Diaz, PE Horizontal Projects PM Karim Rahmankha, PE Utility Coordination Roberta Mantecon, PLS, PSM Survey Glenn Myers, PE Structural Engineering Bo Gao, PE Traffic Engineering Michael Ryan, PE, PMP Construction Management Inspections Harry Belton, RLA Landscape Architecture Alina Hernandez Vertical Projects PM Douglas Ramirez, PE Building Structures Pete Trevin, PE Electrical Engineering Pela o Calante, PE Mechanical Engineering Mofa Hassoun, PE Construction Management Inspections Adam Gelber Environmental 28 Capital Program Support Services RFQ 15-15-032 PROFESSIONAL SERVICES AGREEMENT Bill Pitcher, PE Marine Coastal Engineering Ruben Hernandez, PE Program Management Frank Salmon GIS Production 1 Management Balbin Information Technology -Sergio Jim Bernstein Information Technology Arsenio Milian Principal/Expert Engineer Julio Menache Project Manager Gabriel Milian, PE Lead Engineer Arnaldo Carrillo, PE Lead Engineer Mala on Principal -Timothy DunnelYoung Sr. Programmer 29 Capital Program Support Services RFQ 15-16-032 ATTACHMENT B - COMPENSATION ATTACHMENT B - COMPENSATION AND PAYMENTS ARTICLE 1131 METHOD OF COMPENSATION The fees for Professional Services for each Work Order shall be determined by one of the following methods or a combination thereof, at the option of the Director or designee, with the consent of the Consultant. a) A Lump Sum as defined in Section 133.01. b) An Hourly Rate as defined in Section B3.02 and at the rates set forth pursuant to the same. B1.01 COMPENSATION LIMITS The aggregate sum of all payments for fees and costs, including reimbursable expenses, to the Consultant payable by the City under this Agreement shall be limited to the amount specified in Article 2, Section 2.05- 1 Compensation Limits, as the maximum compensation limit for cumulative expenditures under this Agreement. Under no circumstances will the City have any liability for work performed, or as otherwise may be alleged or claimed by the Consultant, beyond the cumulative amount provided herein, except where specifically approved in accordance with the City Code by the City Manager or City Commission as applicable as an increase to the Agreement and put into effect via an Amendment to this Agreement. B1.02 CONSULTANT NOT TO EXCEED Absent an amendment to the Agreement or to any specific Work Order, any maximum dollar or percentage amounts stated for compensation shall not be exceeded. In the event they are so exceeded, the City shall have no liability or responsibility for paying any amount of such excess, which will be at the Consultant's own cost and expense. ARTICLE B2 WAGE RATES B2.01 'FEE BASIS All fees and compensation payable under this Agreement shall be formulated and based upon the averages of the certified Wage Rates that have been received and approved by the Director. The averages of said certified Wage Rates are summarized in Schedule 131 incorporated herein by reference. Said Wage Rates are the effective direct hourly rates, as approved by the City, of the Consultant and Sub -Consultant employees in the specified professions and job categories that are to be utilized to provide the services under this Agreement, regardless of manner of compensation. B2.02 EMPLOYEES AND JOB CLASSIFICATIONS Schedule 131 identifies the professions, job categories and/or employees expected to be used during the term of this Agreement. These include architects, engineers, landscape architects, professional interns, designers, CADD technicians, project managers, GIS and environmental specialists, specification writers, clerical/administrative support, and others engaged in the Work. In determining compensation for a given Scope of Work, the City reserves the right to recommend the use of the Consultant employees at particular Wage Rate levels. B2.03 MULTIPLIER For Work assigned under this Agreement, a maximum multiplier of 2.9 for home office and 2.4 for field office shall apply to Consultant's hourly Wage Rates in calculating compensation payable by the City. The field office multiplier will be utilized for full time staff assigned to the City of Miami and housed at a City facility. Should the Consultant have an approved multiplier with the State of Florida or Miami Dade County the City may elect to utilize of these multipliers should they be less than above stipulated rates. Said multiplier is intended to cover Consultant employee benefits and Consultant's profit and overhead, including, without limitation, office rent, local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, stenographic, administrative and clerical support, other employee time or travel and subsistence not directly related to a project. Failure to comply with this section shall be cause for cancellation of this Agreement. The Consultant and all Sub Consultants shall provide to the City current certified audit statements reflecting their overhead at the request of the City. 30 Capital Program; Support Services RFQ 15-15-032 ATTACHMENT B - COMPENSATION B2.04 CALCULATION Said Wage Rates are to be utilized by the Consultant in calculating compensation payable for specific assignments and Work Orders as requested by the City. The Consultant shall identify job classifications, available staff and projected man-hours required for the proper completion of tasks and/or groups of tasks, milestones and deliverables identified under the Scope of Work as exemplified in Schedule A2, Key Staff. B2.05 EMPLOYEE BENEFITS AND OVERHEAD Regardless of the method of compensation elected herein, compensation paid by the City shall, via the Multiplier, cover all the Consultant costs including, without limitation, employee fringe benefits (e.g. sick leave, vacation, holiday, unemployment taxes, retirement, medical, insurance and unemployment benefits) and an overhead factor. Failure to comply with this section shall be cause for cancellation of this Agreement. B2.06 ESCALATION The escalation of said Wage Rates may be considered upon request by the Consultant. The City reserves the right to approve or reject said requests for escalation. ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION The City agrees to pay the Consultant, and the Consultant agrees to accept for services rendered pursuant to this Agreement, fees computed by one or a combination of the methods outlined above, as applicable, in the following manner: B3.01 LUMP SUM Compensation for a Scope of Work can be a Lump Sum and must be mutually agreed upon in writing by the City and the Consultant and stated in a Work Order. Lump Sum compensation is the preferred method of compensation. B3.01-1 Lump Sum: shall be the total amount of compensation where all aspects of Work are clearly defined, quantified and calculated. B3.01-2 Modifications to Lump Sum: If the City authorizes a substantial or material change in the Scope of Services or level of staffing, the Lump Sum compensation for that portion of the Services may be equitably and proportionately adjusted by mutual consent of the Director or designee and Consultant, subject to such additional approvals as may be required by legislation or ordinance. B3.01-3 Lump Sum compensation shall be calculated by Consultant, utilizing the Wage Rates established herein including multiplier, and reimbursable expenses as attached in Schedule B2. Prior to issuing a Work Order, the City may require Consultant, to verify or justify its requested Lump Sum compensation. Such verification shall present sufficient information as depicted in Schedule A2. B3.02 HOURLY RATE FEES 133.02-1 Hourly Rate Fees shall be those rates for Consultant and Sub consultant employees identified in Schedule B1 Wage Rates. All hourly rate fees will include a maximum not to exceed figure, inclusive of all costs expressed in the contract documents. The City shall have no liability for any fee, cost or expense above this figure. Consultant shall maintain timesheets for all individuals compensated on an hourly basis. Said timesheets are to reflect the name and title of the individual, work week, all Work performed during the work week, and the hours associated with each task performed. Timesheets must account for the total number of authorized work hours in the work week. B3.02-2 CONDITIONS FOR USE Hourly Rate Fees shall be used only in those instances where the parties agree that it is not possible to determine, define, quantify and/or calculate the complete nature, and/or aspects, tasks, man-hours, or milestones for a particular Project or portion thereof at the time of Work Order issuance. Hourly Rate Fees may be utilized for Additional Work that is similarly indeterminate. In such cases, the City will establish an Allowance in the Work Order that shall serve as a Not to Exceed Fee for the Work to be performed on an Hourly Rate Basis. 83.02-3 OVERTIME For Staff, whose services are paid based on hours Work is performed Consultant shall provide written justification for use of overtime in advance of occurring such overtime and, must obtain advance written 31 Capital Program Support Services RFQ 15-16-032 ATTACHMENT B-COMPENSATION approval of the Director or designee before the use of overtime. Failure to obtain prior written approval shall result in the City denying any request for compensation for the incurred overtime. The Director may authorize the use of overtime, subject to the following limitations that the overtime may only be used for Staff who is performing Specialty Services and such Staff shall not be exempt employees as defined under the Federal Fair Labor Standards Act. Further, overtime compensation shall not exceed one and one half (1-1/2) times the employee's regular hourly rate, as provided in Schedule B1. The regular repeated use of overtime is discouraged and may be denied by Director or designee. B3.03 REIMBURSABLE EXPENSES Any fees for authorized reimbursable expenses shall not include charges for the Consultant handling, office rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and specifications (above the quantities set forth in this Agreement), mailing, stenographic, clerical, or other employees time or travel and subsistence not directly related to a project. All reimbursable services shall be billed to the City at direct cost expended by the Consultant. City authorized reproductions in excess of sets required at each phase of the Work will be a Reimbursable Expense. The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Director or designee including, without limitation, detailed bills, itemized invoices and/or copies of cancelled checks. B3.04 FEES for SPECIALTY SERVICES The Consultant may be authorized to perform Specialty Services for which additional compensation and/or Reimbursable Expenses, as provided in this Agreement. B3.04-1 Determination of Fee The compensation for such services will be one of the methods described herein: mutually agreed upon Lump Sum or Hourly Rate with a Not to Exceed Limit. B3.04-2 Procedure and Compliance An independent and detailed Notice to Proceed, and an Amendment to a specific Work Order, shall be required to be issued and signed by the Director for each additional service requested by the City. The Notice to Proceed will specify the fee for such service and upper limit of the fee, which shall not be exceeded, and shall comply with the City of Miami regulations, including the Purchasing Ordinance, the Consultant's Competitive Negotiation Act, and other applicable laws. B3.04-3 Fee Limitations For all Specialty Services to be provided by Sub Consultants, the Consultant shall not apply any mark- up or multiplier. For all reimbursable services the Consultant will be reimbursed based on actual costs. B3.05 PAYMENT EXCLUSIONS The Consultant shall not be compensated by the City for revisions and/or modifications to drawings and specifications, for extended construction administration, or for other work when such work is due to errors or omissions of the Consultant as determined by the City. B3.06 FEES RESULTING FROM PROJECT SUSPENSION If a project is suspended for the convenience of the City for more than three months or terminated without any cause in whole or in part, during any Phase, the Consultant shall be paid for services duly authorized, performed prior to such suspension or termination, together with the cost of authorized reimbursable services and expenses then due, and all appropriate, applicable, and documented expenses resulting from such suspension or termination. If the Project is resumed after having been suspended for more than three months, the Consultant's further compensation shall be subject to renegotiations. ARTICLE 134 PAYMENTS TO THE CONSULTANT B4.01 PAYMENTS GENERALLY Payments for Basic Services may be requested monthly in proportion to Services performed during the prior month. For the Lump Sum portion of this Agreement, payments shall be made monthly in an amount equal to 1112th the annual Lump Sum total compensation. Hourly Rate payments shall be made on the basis of actual hours worked based on the Hourly Rate Fee, accompanied by a duly certified invoice, giving 32 Capital Program Support Services RFQ 15-16-032 ATTACHMENT B - COMPENSATION names, classification, salary rate per hour (not to exceed the values depicted in Schedule 131), hours and associated tasks worked and total charge for all personnel directly engaged Services. Recurring Reimbursement Expenses established at an annual Jump sum as shown in Schedule 133 may be invoiced monthly, and paid as noted above for the Lump Sum portion of the Agreement. Other, pre - approved Variable Reimbursement Expenses are to be invoiced within 120 days of the Consultant's expenditure thereof. Sub Consultant's fees and Reimbursable Expenses shall be billed to the City in the actual amount paid by Consultant. Consultant shall utilize the City standard Consultant Invoice Form available on the OCI website http://www.miamigov.com/CITP/forms.htmi. Failure to submit invoice(s) within 60 days following the provision of Services contained in such invoice may be cause for a finding of default. B4.02 MONTHLY PROGRESS REPORT In addition to the invoice, the Consultant shall submit a Monthly Progress Report (Report) detailing the Services provided and activities undertaken by Consultant's staff, inclusive of all Staff assigned to Specialty Services. The Report shall also provide details as to the status of all assignments, tasks, activities and deliverables and associated hours as may be applicable. The Report shall also provide an anticipated date of completion for each item included in the Report. City shall reject any invoice not accompanied by a Monthly Progress report. The format and content of the Monthly Progress Report shall be subject to the approval of the Director or designee. B4.03 BILLING -- HOURLY RATE Invoices submitted by the Consultant shall be sufficiently detailed and accompanied by supporting documentation to allow for proper audit of expenditures. When services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to and incurred by the Sub - Consultants engaged on the Project. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES Payment for Additional Services may be requested monthly in proportion to the services performed. When such services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to or costs incurred by the Sub -Consultants engaged on the project or task. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.05 DEDUCTIONS No deductions shall be made from the Consultant's compensation on account of liquidated damages assessed against contractors or other sums withheld from payments to contractors. ARTICLE 135 REIMBURSABLE EXPENSES B5.01 GENERAL Any fees for authorized reimbursable expenses shall not include charges for Consultant's handling, office rent or overhead expenses of any kind, including depreciation of equipment, professional dues, subscriptions, etc., or employee's time or travel and subsistence not directly related to the Program or a Project(s). Reimbursable expenses shall be billed to the City at direct cost expended by the Consultant. The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Director or designee 33 Capital Program Support Services RFQ 15-16-032 ATTACHMENT B -COMPENSATION including, without limitation, detailed bills, itemized invoices and/or copies of cancelled checks. Documentation shall be submitted with invoices for Variable Reimbursement Expenses. For Recurring Reimbursement expenses, the supporting documentation for the annual lump sum amount shall be included in the Proposal[Work Order and no further supporting documentation will be required. Reimbursable Expenses shall be identified and quantified, to the extent possible, in each Work Order. Reimbursable Expenses are those items authorized by the City outside of or in addition to the Scope of Work as identified in the Work Order (as Basic Services and/or Additional Services) and consist of actual expenditures made by the Consultant and the Consultant's employees, Sub consultants, and Special Sub consultants in the interest of the Work for the purposes identified below: B5.02 TYPES OF REIMBURSABLE EXPENSES As depicted in Schedule B2, Reimbursable Expenses are to be set as a Monthly Lump Sum amount or as Variable Reimbursement given as a limiting amount primarily attributable to Key Personnel or allowance, subject to the advance approval of the Director or designee for direct expenses. Reimbursable Expenses are shown in Schedule B2. Actual direct costs paid by Consultant for Variable Reimbursement Expenses shall be the basis of invoice to City, subject to the advance approval of the Director or designee as provided below. B5.03 AUTHORIZATION Both Recurring Reimbursements and estimates of Variable Reimbursements, as shown in Schedule B2, are to be identified Variable Reimbursement Expenses for all travel and per diem, miscellaneous items and any other item or category shall be subject to specific written advance approval of the Director or designee using forms provided to the Consultant subsequent to award of the Agreement. B5.04 DEFINITIONS and CATEGORIES Reimbursable Expenses are those items authorized by the City outside of or in addition to professional fees as identified in the Work Order and consist of actual expenditures made by the Consultant and the Consultant's employees, or Sub consultant, in the interest of the Work for the purposes identified below: B5.04-1 Travel And Per Diem Identifiable per diem, meals and lodging, lodging, taxi fares and miscellaneous travel -connected expenses for Consultant's personnel subject to the limitations of Section 112.061 Florida Statutes as amended. Meals for class C travel inside Miami -Dade or Broward County will not be reimbursed. Meals and lodging expenses will not be reimbursed for temporarily relocating Consultant's employees from one of Consultant's offices to another office if the employee is relocated for more than ten (10) consecutive Working days. Lodging will be reimbursed only for room rates equivalent to Holiday Inn, Howard Johnson or Ramada Inn. Governmental lodging or meals will not be reimbursed that result from travel within Miami -Dade, Broward or Palm Beach Counties. B5.04-2Permit Fees All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid by the construction Contractor. B5.04-3Miscellaneous Reimbursable Expenses All other expenses as included in Schedule B2 or those otherwise requested in advance and approved in writing by the Director or designee are eligible for reimbursement as Variable Reimbursements. B5.05 REIMBURSEMENTS TO THE SUB -CONSULTANTS Reimbursable Sub -Consultant's expenses are limited to the items described above when the Sub - Consultant agreement provides for reimbursable expenses and when such agreement has been previously approved in writing by the Director and subject to all budgetary limitations of the City and requirements of ARTICLE B5 herein. 34 Capital Program Support Services RFQ 15-16-032 ATTACHMENT B - COMPENSATION ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS B6.01 GENERAL It is understood that all Consultant agreements and/or work Orders for new work will include the provision for the re -use of plans and specifications, including construction drawings, at the City's sole option, by virtue of signing this agreement they agree to a re -use in accordance with this provision without the necessity of further approvals, compensation, fees or documents being required and without recourse for such re -use. 35 Capital Program Support Services RFQ 15-16-032 ATTACHMENT B - COMPENSATION ATTACHMENT B - COMPENSATION SCHEDULE B1 -WAGE RATES SUMMARY INDIVIDUAL'S NAME JOB CLASSIFICATION MULTIPLIER DIRECT HOURLY RATE LOADED HOURLY RATE Initial Key Program Support Staff Atkins North America, Inc. Diego J. Clavi'o, PMP, PSP Program Coordinator 2.9 $ 71.82 $ 208.28 Sonja John Sr. Cost Estimator 2.9 $ 33.11 $ 96.02 Mr. Au unto Penzo Estimator/Scheduler 2.9 $ 27.88 $ 80.85 Alfredo Martinez Program Controls Manager 2.9 $ 45.40 $ 131.66 Angelica Parodi CADD Technician 2.4 $ 26.78 $ 64.27 Additional Program Support Staff - Specialty Services Atkins North America, Inc. Carlos Lozano vertical Projects PM/Onsite Team Manager Atkins 2.4 $ 35.00 $ 84.00 Lorraine Rosado, PE Business Process Analysis 2.9 $ 32.81 $ 95.16 Monica Pausa Civil Designer 2.9 $ 37.56 $ 108.92 Luis Diaz, PE Horizontal Projects PM 2.9 $ 49.15 $ 142.54 Karim Rahmankha, PE Utility Coordination 2.9 $ 58.67 $ 170.14 Glenn Myers, PE Structural Engineering 2.9 $ 81.14 $ 235.32 Bo Gao, PE Traffic Engineering 2.9 $ 73.56 $ 213.32 Michael Ryan, PE, PIMP Construction Management Inspections 2.9 $ 69.56 $ 201.72 Harry Belton, RLA Landscape Architecture 2.9 $ 61.89 $ 179.49 Alina Hernandez Vertical Projects PM 2.9 $ 40.80 $ 118.32 Pete Trevin, PE Electrical Engineering 2.9 $ 74.94 $ 217.32 Pela o Calante, PE Mechanical Engineering 2.9 $ 60.30 $ 174.87 Mofa Hassoun, PE Construction Management Inspections 2.9 $ 57.61 $ 167.07 Bill Pitcher, PE Marine Coastal Engineering 2.9 $ 77.26 $ 224.05 Ruben Hernandez, PE Program Management 2.9 $ 73.00 $ 211.70 Frank Salmon GIS Production / Management 2.9 $ 43.55 $ 126.31 Sergio Balbin Information Technology 2.9 $ 62.16 $ 180.26 Jim Bernstein Information Technology 2.9 $ 52.79 $ 153.09 Milian Swain & Associates, Inc. Arsenio Milian Principal/Expert Engineer 2.9 $ 71.32 $ 206.83 Gabriel Milian, PE Lead Engineer 2.9 $ 43.27 $ 125.48 Arnaldo Carrillo, PE Lead Engineer 2.9 $ 36.06 $ 104.57 Project Information Services Timothy Mala on Principal 2.75 $ 66.95 $ 184.11 DunnelYoung Sr. Programmer 2.75 $ 54.59 $ 150.12 36 Capital Program Support Services RFQ 15-16-032 ATTACHMENT B-COMPENSATION SCHEDULE B2 - ESTIMATE OF REIMBURSABLE EXPENSE PRIMARY SERVICES VARIABLE REIMBURSEMENT EXPENSES - MAXIMUM ANNUAL TOTALS Description YEAR 1 YEAR 2 YEAR 3 YEAR 4 Notes Travel and Per Diem Permit Fees Miscellaneous SUBTOTAL RECURRING REIMBURSEMENT EXPENSES - MAXIMUM ANNUAL TOTALS Description YEAR 1 YEAR 2 YEAR 3 YEAR 4 Notes Travel and Per Diem Permit Fees Miscellaneous SUBTOTAL SUB CONSULTANTS (VARIABLE REIMBURSABLE) (Name) SUBTOTAL TOTAL PRIMARY 37 Capital Program Support Services RFQ 15-16-032 ATTACHMENT B - COMPENSATION SCHEDULE B2 - ESTIMATE OF REIMBURSABLE EXPENSE SPECIALTY SERVICES VARIABLE REIMBURSEMENT EXPENSES - MAXIMUM ANNUAL TOTALS Description YEAR 1 YEAR 2 YEAR 3 YEAR 4 Notes Travel and Per Diem Permit fees Miscellaneous SUB -TOTAL RECURRING REIMBURSEMENT EXPENSES - MAXIMUM ANNUAL TOTALS Description YEAR 1 YEAR 2 YEAR 3 YEAR 4 Notes Travel and Per Diem Permit Fees Miscellaneous SUB -TOTAL SUB CONSULTANTS (VARIABLE REIMBURSABLE) (Name) SUB -TOTAL TOTAL SPECIALTY TOTAL REIMBURSEMENT 38 Capital Program Support Services RFQ 15-16-032 ATTACHMENT B — COMPENSATION SCHEDULE B3 - EXPENSE VOUCHER CAPITAL IMPROVEMENTS PROGRAM MANAGEMENT VARIABLE REIMBURSEMENT ADVANCE APPROVAL (For expense items other than travel) Consultant: Location Estimated Item Description Purpose ri Home Office r Field Office (MRC) Unit Qty Amt r Other office Submitted by: Date: Approved by: Date: 31 Capital Program Support Services RFQ 15-16-032 ­-1 0 A�Ro CERTIFICATE OF LIABILITY INSURANCE page 1 of 2 04/(04/201 ) 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subjectto theterms 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). Willis of New York, Inc. c/o 26 Century Blvd. P. O. Box 305191 Nashville, TN 37230-5191 Atkins North America, Inc. 2001 NW 107th Avenue Miami. FL 33172-2507 eInkluo A (_ GC rr-IPTIFICATF AIIIMRFR• 1-407a-70 PHONE INS URER(S)AFFORDINGCOVERAGE NAIC# INSURERA:National Fire Insurance Company of Hartfo 20478-001 INSURERB:Valley Forge Insurance Company 20508-001 INSURERC:4BE Insurance Corporation 39217-001 INSURER D:American Casualty Company of Reading, Pen 20427-001 INSURERE:Underwriter's at Lloyds 15792-001 INSURER F RFVISIf1N NIIMRFR 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 CONDfTION 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, EXCLUSIONSAND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ INSR TYPE OF INSURANCE 'INSD SUER POLICY NUMBER POLI ac ---- POLICYEXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE�OCCUR 6045992832 4/l/2017 4/1/2018 EACH OCCURRENCE. ENTED �� �SFEST{{Eaoccurence) S 1,000,00() $ 11000,000 S 15,000 X Contractual Liability MEDEXP(Any ore person) $ 11000,000 PERSONAL& ADV INJURY GENI AGGREGATE LIMIT APPLIES PER: $ 2,000,000 _ GENERAL AGGREGATE POLICY � JECT Fx1 LOC PRODUCTS-COMPIOPAGGS 2 000 000 $ OTHER B AUTOMOBILE LIABILITY 1604599282E 4/l/2018 COMBINEDSINGLE LIMIT (Ea accident) $ 2,000,000 BODILY I NJURY(Per person) S X ANY AUTO 1�, }'t'rL-'J 'y111`111�"�111�'y11� OWNED SCHEDULED X AUTOS ONLY AUTOS X HIRED X NON -OWNED ONLY AUTOSONLY 9 BODILY I NJURY(Per accident) S PROPERTY (Per accident) $ $ C X UMBRFLLALIAB X OCCUR CCU3977184 4/l/ 4/1/2018 EACHOCCURRENCE $ 25,000,000 AGGREGATE $ 25,000,000 EXCESS LIAR CLAIMS -MADE DED IRET ENT ION$ $ D AND EMPLOYERS'LIABILITY AND EMPLOYERS' LIABILITY ANY PROPRIETORlPARTNFRIEXECUTIVE® OFEICERIMEMBER EXCLUDED? (Mandatory in NH) fyes. describe under DESCRIPTION CF OPERATIONS below NIA f�TC 6046196644 A 1/2017 4/1/2018 X LITE I I ER E.L. EACH ACCIDENT '$ 1,000,000 E.L. DISEASE - EA EMPLOYEE S E.L. DISEASE -POLICY LIMIT S 1,000, 000 1,000, 000 E Professional B060111209P17 4/1/2017 4/1/2018 $2,000,000 Each Claim & Liability -Claims Made $4,000,000 Annual Aggregate Retro Date 11/11/1961 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) National Fire Insurance Company of Hartford AM Best Rating: A XIV Valley Forge Insurance Company AM Best Rating: A XIV QBE Insurance Corporation Best Rating: A XIV American Casualty Company of Reading Pennsylvania AM Best Rating: A XV Underwriter's at Lloyd's AN Best Rating: A XV Professional Liability olio is written on claims -made basis. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS - City of Miami AUTHORIZED REPRESENTATIVE Building Department 4th Floor 1 J 444 SW 2nd Avenue ��ff//J// % Miami, FL 33130 %�� / 11111% ACORD 25 (2016103) f'nll _c;n1;9914 'rnl r7.139137 (,-rt:25381479 Cc) 1988-2015ACORD CORPORATION. All rinhtsreserved The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 33004588 _ LOC#: A ADDITIONAL REMARKS SCHEDULE Page.2 of_2 _ AGENCY NAMED INSURED Atkins North America, Inc. Willis of New York, Inc. 2001 NW 107th Avenue POLICY NUMBER Miami, FL 33172-2507 See First Page CARRIER NAIC CODE See First Page EFFECTIVE DATE: See First Page ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORMTITLE: CERTIFICATE OF LIABILITY INSURANCE Coverage for Contractual Liability is provided under the Auto Liability policy. The City of Miami is included as an Additional Insured as respects to General Liability and Auto Liability. Automobile and General Liability policies shall be Primary and Non -Contributory with any other insurance in force for or which may be purchased by City of Miami. Waiver of Subrogation applies in favor of City of Miami with respects to Automobile, General Liability and WorkersR Compensation, as permitted by law. ACORD 101 (2008101) Co11:5056634 Tpl:2139137 Cert:25381479©2008ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 6045992831 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s}: Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION WITH WHOM VARIOUS AS REQUIRED PER WRITTEN YOU HAVE AGREED, THROUGH WRITTEN CONTRACT CONTRACT. AGREEMENT OR PERMIT. EXECUTED PRIOR TO THE LOSS, TO PROVIDE ADDITIONAL INSURED COVERAGE. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 Copyright, ISO Properties, Inc., 2004 Page 1 of 1 POLICY NUMBER: 6045992831 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organizations). Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION WITH WHOM VARIOUS AS REQUIRED PER WRITTEN YOU HAVE AGREED, THROUGH WRITTEN CONTRACT CONTRACT, AGREEMENT OR PERMIT, EXECUTED PRIOR TO THE LOSS, TO PROVIDE ADDITIONAL INSURED COVERAGE. Information required to complete this Schedule, if not shown above, will be shown in the Declarations Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". CG 20 37 07 04 Copyright, Insurance Services Office, Inc., 2004 Page 1 of 1 POLICY NUMBER: 6045992828 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Atkins US Holdings, Inc., Atkins North America, Inc., Faithful & Gould Endorsement Effective Date: April 1, 2017 SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED, THROUGH WRITTEN CONTRACT, AGREEMENT OR PERMIT, EXECUTED PRIOR TO THE LOSS, TO PROVIDE PRIMARY ADDITIONAL INSURED COVERAGE. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. I Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 CNA Waiver of Transfer of Rights of Recovery Against Others to the Insurer Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization with whom you have agreed in writing to waive any right of recovery prior to a loss. Intormatlon required to complete tnls 5cneoule, IT not snown above, will oe snown In the ueclarauons. It is understood and agreed that the condition entitled Transfer Of Rights Of Recovery Against Others To The Insurer is amended by the addition of the following: Solely with respect to the person or organization shown in the Schedule above, the Insurer waives any right of recovery the Insurer may have against such person or organization because of payments the Insurer makes for injury or damage arising out of the Named Insured's ongoing operations or your work done under a contract with that person or organization and included in the products -completed operations hazard. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75008XX (1-15) Policy No: 6045992831 Page 1 of 1 Endorsement No: Effective Date: April 1, 2017 Insured Name: Atkins US Holdings, Inc., Atkins North America, Inc., Faithful & Gould Copyright GNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: 6045992828 COMMERCIAL AUTO CA 04 44 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Atkins US Holdings, Inc. Atkins North America, Inc., Faithful & Gould Endorsement Effective Date: April 1, 2017 SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED, THROUGH WRITTEN CONTRACT, AGREEMENT OR PERMIT, EXECUTED PRIOR TO THE LOSS, TO PROVIDE ADDITIONAL INSURED COVERAGE. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 03 10 Copyright, Insurance Services Office, Inc., 2009 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4.84 ) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise slated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: April 1, 2017 Policy No. VVC6046196644 Endorsement No. Insured: Atkins US Holdings, Inc. Atkins North America, Inc., Faithful & Gould Insurance Company: American Casualty Company of Reading, PA WC000313 (Ed. 4 84) Copyright 1983 National Council on Compensation Insurance. CNAChanges - Notice of Cancellation or Material Restriction Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY — NEW YORK DEPARTMENT OF TRANSPORTATION SCHEDULE Number of days notice (other than for nonpayment of premium): 90 Number of days notice for nonpayment of premium: 10 Name of person or organization to whom notice will be sent: Address: If no entry appears above, the number of days notice for nonpayment of premium will be 10 days. It is understood and agreed that in the event of cancellation or any material restrictions in coverage during the policy period, the Insurer also agrees to mail prior written notice of cancellation or material restriction to the person or organization listed in the above Schedule. Such notice will be sent prior to such cancellation in the manner prescribed in the above Schedule. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74702XX (1-15) Policy No: 6045992831 Page 1 of 1 Endorsement No: Effective Date: April 1, 2017 Insured Name: Atkins US Holdings, Inc., Atkins North America, Inc., Faithful & Gould Copyright CNA All Rights Reserved_ t CNA72315XX (Ed. 02113) NOTICE OF CANCELLATION OR MATERIAL CHANGE - DESIGNATED PERSON OR ORGANIZATION It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: In the event of cancellation or material change that reduces or restricts the insurance provided by this Coverage Form, we agree to send prior notice of cancellation or material change to the person or organization scheduled below at the address scheduled below. This endorsement does not amend our obligation to notify the Named Insured of cancellation as described in the Common Policy Conditions or in another endorsement attached to this policy. SCHEDULE 1. Number of days advance notice: 10 Days if we cancel for non-payment of premium. 90 Days if the policy is cancelled for any other reason, or if coverage is restricted or reduced by endorsement. 2. Person or Organization's Name and Address Name: Attention: Street Address: City, State, ZIP: e-mail address: All other terms and conditions of the Policy remain unchanged. CNA72315XX (02/13) Policy No: 6045992828 Page 1 of 1 Endorsement No: Effective Date: April 1, 2017 Insured Name: Atkins US Holdings, Inc., Atkins North America, Inc., Faithful & Gould Copyright CNA All Rights Reserved. Workers Compensation And Employers Liability Insurance CNAohk:N Lildol-'eulettt n This endorsement modifies insurance provided under the WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY: In the event of cancellation or material change that reduces or restricts coverage during the policy period, we agree to send prior written notice in the manner prescribed, to the person or organization listed in the Schedule. SCHEDULE 1. Numberof days advance notice: For nonpayment of premium: 10 For any other reason: 90 Name and Address of Person orOrganization: All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires rnnr.itrr-ntly with cairl nnliry Form No: CNA87380XX (11-2016) Policy No: WC6046196644 Endorsement Effective Date: Policy Effective Date: Endorsement No: April 1, 2017 Underwriting Company: American Casualty Company of Reading, PA Copyright CNA All Rights Reserved. 811/2017 R-17-0386 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S� ACCEPTING THE PROPOSAL RECEIVED FEBRU... o3P. Miami ! FL INCDIP 6RATF0 * �' ll 6B oe, Resolution -110 0 R-17-0386 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING THE PROPOSAL RECEIVED FEBRUARY 13, 2017 PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 15-16-032 FROM ATKINS NORTH AMERICA, INC. TO PROVIDE CAPITAL PROGRAM SUPPORT SERVICES ON AN AS -NEEDED BASIS FOR AN INITIAL CONTRACT PERIOD OF TWO (2) YEARS WITH THE OPTION TO RENEW FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS FOR AN EXPENDITURE LIMIT OF $2,500,000.00 OVER THE INITIAL TOW (2) YEAR TERM OF THE AGREEMENT WITH THE OPTION TO INCREASE SAID EXPENDITURE LIMIT IN AN AMOUNT NOT TO EXCEED $1,250,000.00 FOR EACH OPTION TO RENEW PERIOD THEREAFTER FOR A TOTAL EXPENDITURE LIMIT AMOUNT NOT TO EXCEED $5,000,000.00; ALLOCATING FUNDS FROM VARIOUS OFFICE OF CAPITAL IMPROVEMENTS PROJECTS AND DEPARTMENTAL BUDGETS SUBJECT TO BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY MANAGER TO EXECUTE THE NEGOTIATED PROFESSIONAL SERVICES AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, AND ANY SUBSEQUENT DOCUMENTS, INCLUDING ANY AMENDMENTS, RENEWALS, EXTENSIONS, AND MODIFICATIONS TO THE AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, AS MAY BE NECESSARY FOR SAID PURPOSE. Information Department: Category: Attachments Office of Capital Sponsors: Improvements Other 2530 Exhibit 2530 Memo - Manager's Approval 2530 Evaluation Committee Report 2530 Memo - Evaluation Committee 2530 Corporate Detail 2530 Bid Response 2530 Request for Qualifications Financial Impact $5,000,000.00 Body/Legislation ................. ...... I........................., ....... ........ ......... WHEREAS, the City of Miami ("City") identified a need to continue the implementation of Capital Program Support Services to achieve the timely and cost effective delivery of program administration services for capital projects, and WHEREAS, the Department of Procurement ("Procurement") issued Request for Qualifications ("RFQ") No. 15-16-032 seeking experienced and qualified proposers for the purpose of providing Capital Program Support Services on January 3, 2017; and httpalmiamif1.igm2.corn/Citizens/Detail_LegiFile. aspx?ID=2530&high11ghtTerms=Atkins&Print-Yes 112 8/112017 R-17-0386 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(5). ACCEPTING THE PROPOSAL RECEIVED FEBRU,., WHEREAS, three (3, -oposals were received by the Office o. e City Clerk on February 13, 2017; and WHEREAS, the Professional Services Agreement, attached and incorporated ("Agreement"), will have an initial term of two (2) years with the option to renew for two (2) additional one (1) year periods; and WHEREAS, the Evaluation Committee appointed by the City Manager completed the review and evaluation of the proposals received and recommended that Procurement negotiate and execute an Agreement with Atkins North America, Inc. ("Atkins"), the highest ranked proposer; and WHEREAS, the City Manager concurred with the recommendation of the Evaluation Committee and requests authorization to execute an Agreement with Atkins for said purposes for a total expenditure limit of $2,500,000.00 over the initial two (2) year term of the Agreement with the option to increase said expenditure limit in an amount not to exceed $1,250,000.00 for each annual option to renew period thereafter, consisting of two (2) total options to renew, for a total expenditure limit not to exceed $5,000,000.00, inclusive of the two (2) renewals; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The proposal received February 13, 2017 pursuant to RFQ No. 15-16-032 from Atkins to provide Capital Program Support Services on an as -needed basis for an initial contract period of two (2) years, with an expenditure limit of $2,500,000.00 over the initial term, with the option to renew for two (2) additional (1) year periods for an expenditure limit of $2,500,000.00 over the term of the Agreement with the option to increase said expenditure limit in an amount not to exceed $1,250,000.00 for each of the two (2) annual option to renew period thereafter for a total expenditure limit not to exceed $5,000,000.00, inclusive of the two (2) renewals, is accepted with funds allocated from various Office of Capital Improvements projects and departmental budgets subject to budgetary approval at the time of need. Section 3. The City Manager is authorizedLl] to execute the negotiated Agreement, in substantially the attached form. Section 4. The City Manager is further authorized' to negotiate and execute any subsequent documents, including any amendments, renewals, extensions and modifications to the Agreement, in a form acceptable to the City Attorney, as may be necessary for said purpose. Section 5. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.[2] [1] The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to, those prescribed by applicable City Charter and City Code provisions. [2] If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Select Language • Powered by Go gle Translate http:llmiamifl.igm2.com/Citizens/Detail_LegiFile.aspx?ID=2530&highlightTerms=atkins&Print=Yes 212 TO: Daniel J. Alfonso, City Manager FROM: Annie Perez, CPPO\� Procurement Director Recommendation C H'Y OF MIAN11, iF'i. R I DA DATE: June 19, 2017 SUBJECT: Award Recommendation for Professional Services Agreement with Atkins North America, Inc, for Capital Program Support Services ENCLOSURES: Response Security List, Evaluation Committee Appointment Memo, and Evaluation Committee Report to include Score Sheets Based on the findings below, the Department of Procurement (Procurement) hereby recommends approval to award Request for Qualifications (RFQ) No, 15-16-032, Professional Services Agreement (Agreement), to Atkins North America, Inc. (Atkins) for Capital Program Support Services (Services), for the Office of Capital Improvements (OCI). Background On January 3, 2017, the City of Miami (City), through Procurement, issued a solicitation for the Services under full and open ccmpetition. On February 13, 2017, the Office of the City Clerk received three (3) proposals in response to the solicitation. Subsequently, the proposals were reviewed by Procurement staff, and deemed responsive and responsible in accordance with the minimum requirements of the RFQ. Accordingly, on April 7, 2017, the Evaluation Committee met and completed the evaluation of the three (3) responsive and responsible proposals, following the stipulated guidelines in the solicitation. The proposals were evaluated in accordance with the RFQ technical criteria and scored by total awarded points, as described in the enclosed Evaluation Committee Report. Upon the review and subsequent approval of the Evaluation Committee Report by the City Manager, negotiations were initiated with Atkins. The City's negotiation team, comprised of OCI and Procurement staff, held good faith negotiations with Atkins officials which addressed: 1. Coordination of the various capital program support services pursuant to the Agreement; 2. Program staff critical to core operations and anticipated Capital Improvements Program needs; 3. Established and capped fair market professional consultant hourly rates and multiplier; and 4. Legally sufficient and binding agreement terms and conditions, with the assistance and support of the City Attorney's Office. Agreement Execution Successful negotiations were accomplished, and an agreement was mutually reached on June 19, 2017. As a result, Procurement hereby recommends award of a Professional Services Agreement for Capital Program Support Services with Atkins, for an initial Agreement period of two (2) years, with the option to renew for two (2) additional (1) year periods, for a total expenditure limit of $2,500,000.00 over the terra of the Agreement, with the option to increase said expenditure limit by $1,250,000.00 for each PR17214 Page 2 - Capital Program Support Services Daniel J. Aifonso, City Manager option to renew period thereafter, for a total expenditure limit of $5,000,000,00. Your signature below will indicate approval of this recommendation. Approved, �',?Date:. "I Daniel J. Alf , Ci anager c: Fernando Casamayor, Assista tf ity Manager/Chief Financial Officer, City Manager's Office Alberto N. Parjus, Assistant City Manager, City Manager's Office Rafael Suarez -Rivas, Esq., Senior Assistant City Attorney, City Attorney's Office Jeovanny Rodriquez, Director, OCI Hector Badia, Assistant Director„ OCI Lydia Osborne, Ph.D, CPPO, CPPB, Assistant Director, Procurement Anthony Rolle, J.D., M.Acct, CPPB, Procurement Contracting Manager, Procurement PR17214 RID S[(lk[iYLIST 8U>lF[�I- Capital Program Support Scnicm 1311)N[N18B<: UV0 15-16'032 0. 13100P[NF1) [rhrux/,N /3.1017ll}|[:2 00pm. !1LDlR 1||0.7!YTA]. ' | ! / �lI YT i ('A�/IE1's -_.L111". C K � lhc >.A ' �l0Ns (U`�||B�Ec���ub� ��� \A - - � � ! � on Proctavil"mT � ! ' ` - / ' | � | ` ; | | � ! . ----- �----- ------ -- -- ---- �- - --- - —i- '---- ----- - | � ` . | . � � ! | � (�c � 7 __ PKFPiKL|) 8\� CITY OF MIAMI, FL,ORCDA TO: Daniel J. Alfonso City Manager r a FiUii. Arnie Perez, CPPO, hector Department of Procurement Background DATE: April 13, 2017 SUBJECT: Report of Evaluation Committee for RFQ No. 15-16-032, Capital Program Support Services for the Office of Capital improvements ENCLOSURES: Response Security List, Evaluation Committee Score Sheets, and Evafuation Committee Appointment Memo On January 3, 2017, the Department of Procurement ("Procurement") issued Request for Qualifications ("RFQ") No. 15-16--032 for the provision of Capital Program Support Services ("Services") for the Office of Capital Improvements ("OCI"). On February 13, 2017 three (3) proposals were received in response to this solicitation. Subsequentfy, the proposals were reviewed by Procurement staff, and deemed responsive and responsible in accordance with the minimum requirements and submission requirements of the RFQ. Summary of Evaluation On April 7, 2017, the Evaluation Committee ("Committee") met and completed the evaluation of the three (3) responsive and responsible proposals, following the guidelines stipulated in the solicitation. The proposals were evaluated pursuant to the five (5) evaluation criteria listed below: Evaluation Criteria Maximum Points (Per Committee Member) 1, Proposer's Experience and Qualifications 25 2. Proposer's 'Team Experience and Qualifications 25 3. Management Plan 25 4. Experience of Program Coordinator 15 5. Proposer's Approach and Methodology to Rending Services 10 Proposers who met the Community Business Enterprise ("CBE") participation requirement by assigning certified CBE Firms with a "Local Office", as defined in City Procurement Code, Section 18-73, were granted fire (5) Bonus Points, in accordance with the RFQ and City Procurement Code, Section 18-87, as amended OMy one (1) Proposer, CH2M Hill Engineers, Inc., met the CBE participation requirement and "Local Office" criteria, and was granted the five (5) Bonus Points. The final scores are as follows: Proposing Firms Awarded Points (Maximum 505 Points) 1. Atkins North America, Inc. 469.25 2. CH2M Hill Engineers, Inc. 457.5 3. Parson Brinckerhoff, Inc. 416.75 Page 2 - Capital Program Support Services Daniel J. Alfonso, City Manager The Committee decided not to hold oral presentations, as the proposals did not require further clarification. The composite and individual Committee member score sheets are attached as supporting documentation. Consensus Statement The highest ranked firm, Atkins North America, Inc. ("Atkins"), received a total of 469.25 points out of a maximum total of 505 points. The Committee determined that Atkins has assembled a team of design and engineering professionals distinctly qualified to provide comprehensive Capital Program Support Services for OCI. The Committee discussed the experience and structure of Atkins proposed multi -disciplined team. Atkins proposed a substantial resume of in house design and engineering professionals, in addition to proposing a team of sLbconsultants to support civil engineering and information technology needs. As the incumbent and a highly regarded engineering firm within the South Florida community, Atkins has played a critical role managing the City of Miami's ("City) extensive Capital Plan. After deliberation, the Committee members unanimously agreed that Atkin's presented a proposal comprehensively suited to meet the critical needs of the City. Recommendation The Committee hereby requests authorization for Procurement, in collaboration with OCI, to commence negotiations with the highest ranked firm, Atkins North America, Inc„ for the provision of Capital Program Support Services. based on the immediate and projected needs of the City. Should negotiations fail, the Committee hereby requests that negotiations commence with the second and third ranked firms, respectively, until a Professional Services Agreement is successfully negotiated and subsequently awarded. f / ved Date; / Daniel J. Al fo s , Ci - anager Fernando Casamayor, Assistant City Manager/Chief Financial Officer, City Manager's Office Alberto N. Parjus, Assistant City Manager, City Manager's Office Rafael Suarez -Rivas, Senior Assistance City Attorney, City Attorney's Office Jeovanny Rodriguez, P.E.. Director, OCI Hector Nadia, Assistant Director, OCI Lydia Osborne, Ph. D., CPPO, CPPB, Assistant Director, Procurement Maria Carballeira, CPPB, Procurement Administrator, Procurement Anthony Rolle, J.D., M,Acct, CPPB; Procurement Contracting Manager, Procurement PR17170 S41 I ic it lit it) Il 'It 10: ('it I I I I: II Vrw„ru III Sit I] porl SuNievs Contmill" MonlIvIr DCj);br[IIR'ILt 01 Vv,,"ircn%R:m 1"NAIM64111 ( 'C"IIIIIiIEVC U;MkilIg Friday, April 7. 2017 CA) 1111it'Ni1v l'UrNUILS BrilIC44:3 hjl', I tIC. Achi&m Nords Avivrica, Inc. CMM Hilt Esiginftrb, Inc. I kvu.t 11a,ha. A—i,Lua Dilt'L101 7 )8.25 ( I I I Ic c , • I ( it I, i 1, 11 11 t I I t 1, <, 69 79 Nbik 11 F- Diwom 77 Pubti.! 11'.1,111,11olt vIlLit.": -I 1,111CCIC'I 17JUJIlill S.111ULIMIA4. P U., ("(W. 1 1-1:1) AV. Dircetin M7 94t SiailIJ lfijw(h. I I I D G.vvi I A% It t:, A- I stm It I I ilx I k 91 1) llulfls; Wolk"Old 'sk-ure: ol'iNkIIIII Homl,kincs 0 It 'I al a[ Score, 416.7q 469.24 Senior Prat'Lli'0111"ll al w orl rok N r0rio rslarm I It P 'urvim"ll �djllhall. ".1m, Signature: Si(gnal u re: I itiv: Cajsital C.,oluolm E 'Alorl. P-P, 11 , I �T,o rna and P,y—e", l"I. I \L,,,V�mat 1112a PWL"I'll t 'M"Imat", RllldWflK I- I�i I I: LY, Aps, if 7, 017 M.Nialum N,-- Alkim N,,rlix Atn�,&.. Inc. kill f';IgNms, kno, Kim, 15 14 4 if) I-inal score !!qf., f3aa1la. A-i."no Di Ntj ni Ilclr:c......a3(l.,f Cummitke Raakitig I orot Fvida.c. \pril ?, 2417 Ri, u,,t fa, M. 4 HaoI Dc I 51t tin rant 4, 1 iw I IV ctl I Olt E%aluallim, Ownmittwr Ranfaiw, ForM t rida) . April 7. NI 7 j 4 .1 � P � I i— f Q-Ilifii'ati� I .. .. ... .. . ......... v ., Q gi um i"A ( dto la .1 u parwm f1d.,ko'hult, N., I I, b". 4 HIM Hill Comn"o, ho:M, I "Ij 0-1, I" -awn, IN oy ID VtialilaEiu I Cmmtlillet Farm ,April 7, 2017 ... .. .. . .. . 4 fov I, . I .............. V�smivatlon ( fli,04 Maklumul Beinckaboft. Inc, AW— Kvrth jue. E JIN RIM -'.5 D 15 1 Is L % to h"; 1" 1"y I o R,adt e 111 S VA o lVir-u t L4� . . ..... ... - A�!-)­­-­­!�—� . P. F-111alioll Clamuilice Ral,kill" hwak FrWa). April 7, 2017 i s0<iw1o., I W": .. .. .. ... .. . .... .... ...... . .. ............. .. .. .. . — - — -- — - F'oluatiun CrIfes-N Msdalum Portom hmkq6Mksff, Inc. MOn, N It. imvdca. In,. C HIM Ilia rnoo.t'i" lu, FWima ....... ".,I F.1, A ...... r :uw Z I IY 111"w €4 wd i"A S ____Pt q—o f,mr QI'Mificil-AiPti+1�.,01401 O—A—nls u'a t - -N 1 i 11 'r k"i I ii Sa. I I'VIO Publk 15 k';wd 1, , 'o A CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Daniel J. Alfonso DATE: February 17. 2017 FILE: City Manager SUBJECT: Evaluation Committee Appointments for Capital Program Support Services for tyre Off gee of Cap.taf Improvements FROM: Annie Perez, CPPO, Director ,? REFERENCES, RFQ No 15-16-032 Department of Procurement t 1r The Office of Capital fripeovernents (OCI), through the Departrnerrt of Procure rilent ("Procurement''), issued Req, es! far Qualifica;',ons (RFQl I`,o. 15-15-032 on Ja-luary 3. 2017, for Capital Program Support Services. It rs respect Oly requested that you approve the appointment of the fol'cmrg individuals to serve as members of t`;e Evaivatior Committee, to eva'.ua:!e and score the proposals. Ea :h has the requisite knowledge and experience to evaluate tf e proposals, pursa.ant to the criteria established in the RFQ. Chairperson (non -voting) Sade C, array. San ^ i,r PrOGIJrc'ert Contracting Officer, Pmo;u-e;nert. City of Mia,~t; (COIri1; City of Miami Staff (voting) Nectar 83c.a. rlssis,ar: Di ctor. OCI City of M'ami (COM 2 Jose Qli e, s. Chief Ccnstruotion Manager, OCI, CON-? External Committee Members (voting) 1. riMark Spamoli, R.E.. Director, Public N rks Department, Village of Pirecrest 2. Eduardo Santamaria, P.E., CGC, LEER AP, Director, Department of Public Works, City of Coral Gables Maria P ce-la, LE`D Green Associate, Assistant Director, PublicVVorks and Engineering Department, City of Homestead Alternate Committee Members Giraldo Marquez, Chief Design Manager, OCI, COM APPROVED: t Daniel J.-i Affons City Manager J Date. AP:sc c. Fernando Casamayor, Assis-an; City Nlanage,/Chef Financia! Officer, City Marager's Office Alberto N. Parjus, Assistant City Manager, City Manager's Office Rafael Suarez -Rivas, Senior Assistance City Attorney, City Attorneys Office Jeovanny Rocinguez, P.E., Director, Office of Capita! Improvements Hector Bddia, Assistant Director, Office of Capital Improvements Lydia Osborne, Ph.D., CPPO, CPPS. Assistant Director. Department of Procurement Maria Carballeira, CPPS. Procurement Administrator, Department of Procurement Anthony Roile, J.D., M Acct.. CPPB, Procurement Contr-aotir.g (tanager, Department of Procurement PR17116 8/1/2017 Detail by Entity Name DIVISsON' Cf CORPORATI.U�1S Depariment of State I Division of Corporations I Search Records I Detail By Document Number I Detail by Entity Name Florida Profit Corporation ATKINS NORTH AMERICA, INC. Filing Information Document Number 233840 FEIIEIN Number 59-0896138 Date Filed 02/29/1960 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 02/04/2011 Event Effective Date 04/01/2011 Principal Address 4030 WEST BOY SCOUT BOULEVARD SUITE 700 TAMPA, FL 33607 Changed: 01/13/2010 Mailing Address 4030 WEST BOY SCOUT BOULEVARD SUITE 700 TAMPA, FL 33607 Changed: 01/13/2010 Registered Agent Name & Address EDGAR, C ERNEST IV 4030 WEST BOY SCOUT BLVD SUITE 700 TAMPA, FL 33607 Name Changed: 11/09/2010 Address Changed: 09/14/2015 Officer/Director Detail Name & Address Title President, Director httpalsearch. sun biz.orgllnquirylCorporationSearchlSearchResultDelail?inquirytype=EntityNaTne&directionType=Initial&searchNameOrder=ATKINSNO. !. 1I4 8/1/2017 Detail by Fntity Name NASH, GEORGE L., Jr. 11 EAST 26TH STREET 18TH FLOOR NEW YORK, NY 10010-1402 Title VP GRATCH, SUSAN A. 482 S. KELLER ROAD ORLANDO, FL 32810 Title AVP REDDICK, DEBRA K 482 SOUTH KELLER RD ORLANDO, FL 32810 Title DSV EDGAR, C. ERNEST IV 4030 WEST BOY SCOUT BLVD., STE. 700 TAMPA, FL 33607 19 rra;\V/9 MANTECON, ROBERTO D 2001 NW 107 AVENUE MIAMI, FL 33172-2507 Title Sr. Vice President MADDOX, CHARLOTTE A. 4030 WEST BOY SCOUT BOULEVARD SUITE 700 TAMPA, FL 33607 Title VP MICIKAS, MARK D. 4030 WEST BOY SCOUT BOULEVARD SUITE 700 TAMPA, FL 33607 Titfe VP LEO, KATHLEEN S. 482 SOUTH KELLER ROAD ORLANDO, FL 32810 Title Treasurer QUINN, SR., DAVID D. 55 SUMMER STREET httpalsearch,sunbiz.arg/Inquiry/CorporationSearch/SearchResultDatai I?inq uirytype=FnlityName&directionType=Initial&searchNameOrder=ATKI NS NO. 214 8/1/2017 Detail by Entity Name 3HL) l-LUUK BOSTON, MA 02110 Title SVP JONES, JUSTIN P. 20860 N, TATUM BLVD. SUITE 260 PHOENIX, AZ 85050 Title VP HELMS, JEFFREY C. 2114 AIRPORT BLVD. SUITE 1450 PENSACOLA, FL 32504 Title Sr. Vice President BURNS, KENNETH J., Jr. 7604 TECHNOLOGY WAY SUITE 400 DENVER, CO 80237 Annual Reports Report Year Filed Date 2015 01 /29/2015 2016 02/12/2016 2017 01 /06/2017 Document Images 0110612017 -- ANNUAL REPORT View image in PDF format 02/12,12016 -- ANNUAL REPORT View image in PDF format 10/08/2015 - AMENDED ANNUAL REPORT View image in PDF format 09i1412015 — AMENDED ANNUAL REPORT View image in PDF format 01129i2015 -- ANNUAL REPORT View image in PDF format 02/2812014 -- AMENDED ANNUAL REPORT View image in PDF formal 01115/2014 -- ANNUAL REPORT View image in PDF format 04/17/2013 -- AMENDED ANNUAL REPORT View image in PDF format 0110712013 —ANNUAL REPORT View image in PDF format 04.104/2012 -- ANNUAL REPORT View image in PDF format 01,05?2012 -- ANNUAL REPORT View image in PDF format 1111112011 --ANNUAL REPORT View [mage in PDF format 10/05!2011 -- ANNUAL REPORT View image in PDF format 06/0312011 --ANNUAL REPORT View image in PDF format 021041,2011 -- Name Change View image in PDF format 01/05/2011 --ANNUAL REPORT View image in PDF format 11/09/2010 -- Reg. Agent Chang View image In PDF format 07/14/2010 -- Amendment View image in PDF format W09/2010 --ANNUAL REPORT View image in PDF format http://search.sunbiz.org/lnquiry/CorporationSearch/SearchResultDetail?inquirytype=FntityName&directionType=Initial&searchNameOrder=ATKIN S NO... 314 8/1/2017 Detail by Entity Name 01/13."2010 --ANNUAL REPORT View image in PDF format 02iO3/2009 -- ANNUAL REPORT View image in PDF format 12i2912008 -- Merger Vtew image in PDF format 12/0112098 — ANNUAL REPORT View image in PDF format A/06/2008 -- Rea. Agent Charge View image in PDF format 0812012008 -- Amended and Restated Articles View [mage in PDF format 02113/2008 -- ANNUAL REPORT View image in PDF format 01109/2008 --ANNUAL REPORT View image in PDF format 01129/2007 --ANNUAL REPORT View image in PDF format 03114/2066 — ANNUAL REPORT View image in PDF format 02/20/2006 -- ANNUAL REPORT View image in PDF format 10,111t2005 -- ANNUAL REPORT View image in PDF format 0214 2005 --ANNUAL REPORT View image in PDF format. 01r2MON -- ANNUAL REPORT View image in PDF format 01/15i2003 --ANNUAL REPORT View image in PDF format 01/27/2002 -- ANNUAL REPORT View image in PDF format 03112/2001 --ANNUAL REPORT View image in PDF format 0112012000 -- ANNUAL REPORT View image in PDF format 01115/1999 — ANNUAL REPORT View image in PDF format 01114/1999 -- Merger View image in PDF format 09/29/1996 -- toter er View image in PDF format 01i06i1998 -- ANNUAL REPORT View image in PDF format -------------- Q210411997 --ANNUAL REPORT View image in PDF format 01125i1996 -- ANNUAL REPORT View image in PDF format 01/03/1995 ANNUAL REPORT View image in PDF format http:/Isearch.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetai I?inquirytype=EntityName&directionType=€nitial&searchNameOrder=ATKI NSNO... 4/4 CITY OF MLA -MI OFFICE OF THE CITY ATTORNEY i _1 lu TO: Sade Chaney, Senior Contracting Officer Procurement - COM FROM: Rafael Suarez -Rivas, Division Chief Land Use/Transacti DATE: August 2, 2017 RE: Office of Capital Improvements (OCI) - Capital Program Support - PSA Inclusive of Proposer's Exceptions - Regarding RFQ 15-16-032 Matter ID No.: 17-1222 Enclosed please find the captioned agreement which has been approved by the City Attorney as to form and correctness. Once this agreement has been fully executed please file one original agreement with the City Clerk as the official record, please keep one original agreement as your Department record, and please e-mail a copy of the fully executed agreement to my assistant at dbailey@miamigov.com. We will be closing our file on this matter unless additional services are requested. If you have further questions, please feel free to contact me at 305-416-1800. Enclosure(s) WHEN RETURNING THIS CONTRACT TO THIS OFFICE FOR FURTHER REVIEW, PLEASE IDENTIFY AS 17-1222 Doc. No.: 819134 ti City of Miami $ *941:1 ;11. - Office of the City Attorney Legal Services Request To: Office of the City Attorney Date: 8/1/2017 From: Sade Chaney Contact Person Senior Procurement Contracting Officer Title Legal Service Requested: Procurement Department Requesting Client 305-416-1903 Telephone Z c-� +v ss w un Professional Services Agreement for Capital_ Program Support Services for the Office of Capital Improvements (OCI). Thank you. Complete form and forward to the Office of the City Attorney or e-mail to Legal Services. Do not assume that the Office of the City Attorney knows the background of the question and/or issue, such as opinions on the same or similar issues, the existence of relevant memos, correspondence, etc. Please attach to this form and/or e-mail all pertinent information relating to the subject. Once your request has been assigned, an e-mail will be sent to you with the Assigned Attorney's name and the issued matter identification number. All attorneys in the Office of the City Attorney shall fully comply with the Rules Regulating The Florida Bar. ® Supplemental page attached. Authorized by: Date response requested by: BELOW PORTION TO BE COMPLETED BY THE OFFICE OF THE CITY ATTORNEY Assigned Attorney: Approved by: / CPI merits' J l Copy returned to Requesting Client Date: File No.17'' Ultimate Client: D / R Date: Type: Matrix: Category: Copy to Ultimate Client rev. 06/17/2011 y Yam' CITY OF MIAMI ...'�y`.,Eo DOCUMENT ROUTING FORM CO. tA. ORIGINATING DEPARTMENT: Department of Procurement DEPT. CONTACT PERSON: Sade Chaney 1903 Sade Chaney 1903 (EXPEDITER) (EXT.) (REQUESTOR) (EXT.) NAME OF OTHER CONTRACTUAL PARTY 1 ENTITY: Atkins North America, Inc. IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCURMENT PROCESS? ® YES ❑ NO TOTAL CONTRACT AMOUNT 5,000,000.00 FUNDING INVOLVED? ® YES ❑ NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PUBLIC WORKS AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GRANT AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LEASE AGREEMENT ❑ LICENSE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY) Request for Qualifications (RFQ) No. 15-16-032, Capital Program Support PURPOSE OF ITEM: (BRIEF SUMMARY) Services for the Office of Capital Improvements COMMISSION APPROVAL DATE: July 27, 2017 FILE ID: IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: EXECUTION BY THE CITY MANAGER ENACTMENT NO.: R-17-0386 ROUTING INFORMATION DATE SIGNATURE APPROVAL BY DEPARTMENTAL DIRECTOR 9 Annie Perez, CPPO ' �� t`"f --- SUBMITTED TO RISK MANAGEMENT Ann -Marie Sharpe ` 71_� IZV— SUBMITTED TO CITY ATTORN �a Victoria Mdndez APPROVAL BY BUDGET Ljjkl c �ev�^'�• p Uat1�`-.11�,( 1 ,. Chris Rose APPROVAL BY ASSISTANT CITY MANAGER/' 7 ~ CHIEF FINANCIAL OFFICER Fernando Casamayor 1! 111 APPROVAL BY ASSISTANT CITY MANAGER/ CHIEF OF OPERATIONS Alberto N. Parjus RECEIVED BY CITY MANAGER Daniel J. Alfonso SUBMITTED AND ATTESTED BY CITY CLERK 01-71I Todd Hannon PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR: 17256