HomeMy WebLinkAboutExhibit1"F -r
INT'ERL®CAL AGREEMENT
THIS AGREEMENT, made and entered into this day of , 2010, by
and between the Miami -Dade Metropolitan Planning Organization (MPO), hereinafter called the
MPO and the City of Miami, hereinafter called MIAMI.
That the MPO and MIAMI have determined to jointly fund the Health District Bicycle and
Pedestrian Mobilitv Study and that AVANT has determined to provide the services for such
study and its share of the costs thereof as provided below.
WITNESSETH:
ARTICLE 1.00: The MPO does hereby retain AIMMI to provide the services for the Health
District Bicycle and Pedestrian Mobility Study, which services are described in Exhibit "A":
"Scope of Services", and Exhibit 'B": "Tentative Project Schedule". The parties further agree
that the project costs are provided in - Exhibit "C": "Project Cost." The referenced exhibits are
attached hereto and made a part hereof as though fully recited herein. Article 16.00 governs each
party's obligations for its portion of the Project Cost.
ARTICLE 2.00: The MPO and MIAMI mutually agree to furnish, each to the other, the
respective services, information and items as described in Exhibit "A" Scope of Services, Exhibit
"B" Tentative Project Schedule, and Exhibit "C" Project Cost. The MPO agrees to furnish
MIAMI and its duly designated representatives information including, but not limited to, existing
data and projects related to the study area which may be available in other governmental offices.
AIMMI agrees to perform or cause to be performed, in a timely and professional manner, the
work elements set forth in the above -enumerated Exhibits, in accordance with the Schedule set
forth in Exhibit "B ".
Before initiating the work described in Exhibits "A", 'B", and "C", the MPO Director or his
designee shall execute and issue MIAMI a Notice -to -Proceed with the work described in said
MP03SVn1P 20LWGP hGRMi rxx'L (malocel Agreement He2n DLwict IM -Nd (2)
Exhibits, such work to constitute performance of the Health District Bicycle and Pedestrian
Mobility Study as set forth in said Exhibits.
ARTICLE 3.00: The services to be rendered by MIAMI shall be commenced subsequent to the
execution and issuance of the Notice -to -Proceed and shall be completed within ( )
months from the date of execution and issuance of the Notice -to -Proceed.
ARTICLE 4.00: MlAti1I agrees to provide Project Schedule progress reports on a monthly
basis and in a format acceptable to the MPO Director. The MPO Director shall be entitled at all
times to be advised, at his request, as to the status of work being done by MLIAH and of the
details thereof. Coordination shall be maintained by MIAMI with representatives of the MPO.
Either parties to the agreement may request and be granted a conference.
ARTICLE 5.00: In the event there are delays on the part of the MPO as to the approval of any
of the materials submitted by MIAMI or if there are delays occasioned by circumstances beyond
the control of 2111AM1 which delay the Project Schedule completion date, the MPO Director or
his designee may grant MIAMI, by a letter an extension of the contract time, equal to the
aforementioned delays, provided there are no changes in compensation or scope of work. i
It shall be the responsibility of MIAMI to ensure at all times that sufficient contract time remains
within which to complete services on the project and each major Task Group as designated with
roman numerals on the Exhibits. In the event there have been delays which would affect the
project completion date or the completion date of any major Task Group, M1AM1 shall submit a
written request to the MPO Director or his designee twenty (20) days prior to the schedule
completion date which identifies the reason(s) for the delay and the amount of time related to
each reason. The MPO Director or, his designee will review the request and make a
determination as to granting all or part of the requested extension. Scheduled completion dates
shall be determined by the elapsed times shown in Exhibit "B" and the issue date of the Notice -
to -Proceed.
Page 2
In the event contract time expires and MIA -UI has not requested, or if the MPO Director or his
designee has denied an extension of the completion date, partial progress payments will be
stopped on the date time expires. No further payment for the project will be made until a time
extension is granted or all work has been completed and accepted by the MPO Director or his
designee.
ARTICLE 6.00: MIAMI shall maintain an adequate and competent professional staff and may
associate with it, for the purpose of its services hereunder, without additional cost to the MPO,
other than those costs negotiated within the limits and terms of this Agreement and upon
approval by the MPO Director, such specialists as AHAMI may consider necessary.
ARTICLE 7.00: The MPO shall not be liable for use by the MIAMI of plans, documents,
studies or other data for any purpose other than intended by the terms of this Agreement.
ARTICLE 8.00: All tracings, plans, specifications, maps, and/or reports prepared or obtained
under this Agreement shall be considered research and shall become the property of the MPO
without restriction or limitation on their use; and shall be made available, upon request, to the
MPO at any time. Copies of these documents and records shall be furnished to the MPO upon
request, verbal or written, allowing reasonable time for the production of such copies.
SUB -ARTICLE 8.10: Records of costs incurred by MIAMI and all subconsultants
performing work on the project, and all other records of ATIA.MX and subconsultants
considered necessary by the MPO for proper audit of project costs, shall be furnished to the
MPO upon request.
Whenever travel costs are included in the performance of services set forth in Exhibits "A",
"B" and "C", the provisions of Metropolitan Miami -Dade County Administrative Order 6-
1, shall govern or Florida Statues, whichever is more restrictive.
Page 3
jxprs
MIAMI shall allow public access to all documents, papers, letters, or other material subject
to the provisions of Chapter 119, Florida Statutes, and made or received by MIAA!1I in
conjunction with this Agreement. Failure by MIAMI to grant such public access shall be
grounds for immediate unilateral cancellation of this Agreement by the MPO Director.
ARTICLE 9.00: MIAMI shall comply with all federal, state, and local laws and ordinances
applicable to the work or payment for work thereof, and shall not discriminate on the grounds of
race, color, religion, sex, or national origin in the performance or work under this contract.
ARTICLE 10.00: The MPO agrees to pay MIAMI compensation as per Article 16.00 of this
Agreement and Exhibits "A", "B", and "C", attached hereto and made a part hereof.
ARTICLE 11.00: The MPO Director may terminate this Agreement in whole or in part at any
time the interest of the MPO requires such termination.
SUB ARTICLE ILIO: If the MPO Director determines that the performance of MIAMI
is not satisfactory, the MPO Director shall have the option of (a) immediately terminating
the Agreement or (b) notifying MIAMI of the deficiency with a requirement that( the
deficiency be corrected within a specified time, otherwise the Agreement will be
terminated at the end of such time.
SUB -ARTICLE II.20: If the MPO Director requires termination of the Agreement for
reasons other than unsatisfactory performance of MIAMI, the bIPO Director shall notify
MIAMI of such termination, with instructions as to the effective date of termination or
specify the stage of work at which the Agreement is to be terminated.
SUB -ARTICLE 11.30: If the Agreement is terminated before performance is completed,
MIAMI shall be paid for the work satisfactorily performed. Payment is not to exceed the
prorated amount of the total share of the project costs to be paid by MPO as provided in
Article 16.00 agreement amount based on work satisfactorily completed. Such
Page 4
determination shall be based and calculated upon a percentage allocation of total project
cost, by major Task Group.
ARTICLE 12.00: All words used herein in the singular form shall extend to and include the
plural. All words used in the plural form shall extend to and include the singular. All words
used in any gender shall extend to and include all genders.
ARTICLE 13.00: MIAMI warrants that it has not employed or retained any company or person,
other than a bona fide employee working solely for MIAMI, to solicit or secure this Agreement,
and that it has not paid or agreed to pay any person, company, corporation, individual or firm any
fee, commission, percentage, gift or any other consideration, contingent upon or resulting from
the award or malting of this Agreement. It is understood and agreed that the term "fee" shall also
include brokerage fee, however denoted.
SUB -ARTICLE 13.10: For the breach or violation of Article 13.00, the MPO Director
shall have the right to terminate this 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 14.00: MIA141I agrees that it shall make no statements, press releases or publicity
releases concerning this Agreement or its subject matter or otherwise disclose or permit to be
disclosed any of the data or other information obtained or furnished in compliance with this
Agreement, or any particulars thereof, during the period of this Agreement, without first
notifying the MPO Director or his designee and securing its consent. MIAMI also agrees that it
shall not copyright or patent any of the data and/or information furnished in compliance with this
Agreement, it being understood that, under Article 8.00 hereof, such data or information is the
property of the MPO. This Section shall not be construed to limit or restrict public access to
documents, papers, letters or other material pursuant to Article 8.10 of this Agreement.
Page 5
_IWT
ARTICLE I5.00: The MPO shall not expend money, incur any liability, or enter into any
contract which, by its terms, involves the expenditure of money in excess of the amounts
budgeted as available for expenditure. Any contract, verbal or written, made in violation of this
subsection shall be null and void, and no money shall be paid on such contract.
ARTICLE 16.00: Payment of project costs - It is mutually agreed and understood that the
Project Costs shall be as provided in Exhibit C. MPO shall pay MIAMI 80% of such Project
Costs. MIAMI shall be responsible for the remaining 20% of such Costs. MIAMI shall invoice
MPO monthly for MPO's share of Project Costs in a format acceptable to the MPO Director or
his designee and shall be paid therefore on a percentage of completion basis for each Task
described in the Notice -to -Proceed executed in accordance with Article 2.00. MIAMI shall
invoice 100% of the MPO's share of the Project Cost upon completion of all Task Orders, as
indicated under Exhibit "A". The total compensation to be paid by the MPO to MIAMI
hereunder shall not exceed $48,000.
SUB -ARTICLE 16.10: By executing this agreement AILIA11 commits to fund the $'12,000
local share minimum of this agreement as specified in Exhibit C.
SUB ARTICLE 16.20: It is agreed that said compensation provided in Article 16.00
hereof shall be adjusted to exclude any significant sums where the MPO Director shall
determine that reported costs by MIAMI reflect inaccurate, incomplete or non-current
costs. All such adjustments shall be made within 60 days following the end of the
Agreement. For purpose of this Agreement, the end of the Agreement shall be deemed to
be the date of final billing or acceptance of the work by the MPO Director or his designee,
whichever is later.
ARTICLE 17.00: Standards of Conduct - Conflict of Interest - MIAMI covenants and agrees
that it and its employees shall be bound by the standards of conduct provided in Florida Statutes
112.313 as it relates to work performed under this Agreement, which standards will be referred
and made a part of this Agreement as though set forth in full. MIAMI agrees to incorporate the
Page 6
provisions of this article in any subcontract into which it might enter with reference to the work
performed.
ARTICLE 18.00: The MPO Director reserves the right to cancel and terminate this Agreement
in the event AgIAMI or any employee, servant, or agent of MIAMI is indicted or has direct
information issued against nim for any crime arising out of or in conjunction with any work-
being
orkbeing performed by MIAMI for or on behalf of the MPO, without penalty. It is understood and
agreed that in the event of such termination, all tracings, plans, specifications, maps, and data
prepared or obtained under this Agreement shall immediately be turned over to the MPO Director
in conformity with the provisions of Article 8.00 hereof. MIAMI shall be compensated for its
services rendered up to the time of any such termination in accordance with Article 11.00 hereof.
ARTICLE 19.00: To the extent permitted by law, and subject to the limitations included within
Florida Statutes Section 768.28, A2'IAMI shall indemnify and save harmless the AVO from any
and all claims, liability, losses and causes of action arising out of MIAMI'S negligence or, other
wrongful acts in the performance of this agreement. However, nothing herein shall be deemed to
indemnify the MPO for any liability or claims arising out of the negligence, performance, or lack
of performance of the MPO.
To the extent pernlitted by law, and subject to the linutations included within Florida Statutes
Section 768.28, the MPO shall indemnify and save harmless MIAMI from any and all claims,
liability, losses and causes of action arising out of the MPO's negligence or other wrongful acts in
the performance of this agreement. However, nothing herein shall be deemed to indemnify
MIAMI for any liability or claims arising out to the negligence, performance, or lack of
performance of MIAMI.
ARTICLE 20.00: This Agreement shall be governed by and construed in accordance with the
laws of the State of Florida.
Page 7
ARTICLE 21.00:
Attachments:
Exhibit "A", Scope of Services
Exhibit "B", Project Schedule
Exhibit "C", Project Budget
No alteration, change or modification of the terms of this Agreement shall be valid unless made
in writing, signed by both parties hereto, and approved by the Governing Board of the
Metropolitan Planning Organization.
This Agreement, regardless of where executed, shall be governed by and construed according to
the laws of the State of Florida and venue shall be in Miami -Dade County, Florida.
IN WITNESS WHEREOF, the parties hereto have executed these presents this day of
'2010.
ATTEST: MIAAII.DADE COUNTY FLORIDA
By The Governing Board of
Metropolitan Planning Organization(1lTIPO)
By: Print Name
Director, MPO Secretariat
ATTEST: CITY OF MIAMI
Un
Print Name
MIAMI Authorized Representative
Print Name
MIAMI Project lt2anager
P(erz
Page 8
Exhibit "A": "Scope of Services"
Page 1 of 4
HNTB Corporation
Engineers Architects Planners
October 1, 2010
,�Pw--If
8700 West Flagler Street
Suite 200
Miami, Florida 33157
Telephone (305) 551-8100
Facsimile (305) 551-2800
www.hntb.com
CONSULTANT WORK ORDER PROPOSAL — WORKING DRAFT
Dear Director
HNTB Corporation proposes to provide the services identifie e . ` r the project entitled "Health District
Bicycle and Pedestrian Mobility Plan", pursuant to its Pr- f: Son ice Agreement with the City of
Miami for HNTB Corporation services, dated January 9 ,
1. GENERAL
The City of Miami Transportation staff (City) has a HNTB ••oration (C ' s ._�tant) to develop a
Bicycle and Pedestrian Mobility Plan fo the Health Di re r : , 1s study phas wires specialized
skills to identify and formulate recomm a' ns for bicycl estrian related imp 0 ements.
11. SCOPE OF WORK
Task 1: Literature R
The consultant shall I the Cis ounty Xthalth
h District master plans/studies in the Health
District Area. These inclu are ited tDistrict related plans, City of Miami Bicycle
Master PlaMla 1- ster Plan, Miami -Dade Metropolitan Planning
Organiza ' • ` f • 'es, P ' d Cou king Ordinance, Miami's existing ordinances,
Miami a ar/Transl ,' he 'i unty Pu fi ks Capital Improvements Plan. Reviewing these
will prey edundancy, r chan error, an entify those places where the trolley feasibility can
dovetail I ther planning t• esses hat this effort does not contradict those plans already in
existence. ocess will all e pla team to synthesize the material and work with the Miami
Bicycle Coordi to reach out cooper t with stakeholders of various interests and disciplines.
Task 1 Produc j
A summa .f ort f ings, to be included in the Health District Bicycle and Pedestrian
MobilityPla Fie Q will include an identification of the strengths and weaknesses of
9
established pla a a`t ey pertain to bicycling and walking within the Heath District.
Task 2: Stakeholder Meetings _
The Consultant will work with the City of Miami Bicycle Coordinator for outreach and organizing the
stakeholder meetings. The meetings should include input from key stakeholders at city, county, non-
profits, Miami -Dade Bicycle and Pedestrian Advisory Committee, Community groups, and the Health
District institutions (Hospitals, Universities, businesses, etc., neighborhood groups, etc).
Task 2 Products
• The consultant will participate in three stakeholder meetings. Input from the meetings will be
summarized and included in the final Health District Bicycle and Pedestrian Mobility Plan.
XNTB
Page 2 of 4
Task 3: Data Collection and Field Survey
The consultant will physically bicycle and walk throughout the Health District. Field log to include photos
and written documentation of roadway conditions, existing bicyclist amenities, potentially safe
routes/dangerous routes, bicycle parking locations/quality, areas of significant bicycle activity, existing
pedestrian crosswalk locations/conditions, lighting, wayfinding signs, areas of significant pedestrian
activity, and interactions between bicyclists, pedestrians, businesses, and local organizations regarding
issues of safety, desire for facilities, and the active transportation needs of the Health District area. The
process will also include bicycle and pedestrian counts at key locations, and general interviews with
Health District employees/visitors/area residents. Count locations and interviews will be conducted in
coordination of City of Miami staff.
Task 3 Products
• The data collection and field review will be docu f
n the Health District Bicycle and
Pedestrian Mobility Plan.
Task 4 —Analysis of Existing Conditions
The consultant will analyze the existing conditio, `+he Health Distri a,, a in order to assess the
bicycle and pedestrian related deficiencies in the The existing conditio_ be analyzed based on
the data collection and field survey effort, s eh (der mee gs, liters r.' - review, interagency
coordination, and City of Miami staff recommendation
Task 4 Products
• Analysis of existing
Mobility Plan.
Task 5: Formulate P
The consultant will di
bicycling and pedest
information compiled
analysis of i
An asses a-Inci
as s
Task ducts
• mmended im
an
District Bicycle and Pedestrian
ft and fifl `21ity plan`tWooks at the details for all possible
The ph ieai recommendations will be formulated based on
review, s holder input, data collection and field survey,
rdinati 7�;, and the City of Miami staff recommendations.
c ``' so ncluded in the recommendations in order to
long,,
included in the Health District Bicycle and Pedestrian
Task 6: Final Report ..
The consultant will prepa " �a ►n a report to document the literature review, stakeholder input, data
collection and field review, 01' alysis of existing conditions, findings and recommendations, and
interagency coordination results based on Tasks 1 through 5. This task also provides for development of
graphics and figures for presentation.
Task 6 Products
• An electronic PDF version of the draft document shall be submitted to the City of Miami for
review and comment.
Page 3of4
Task 7: Interagency Coordination
Consultant will provide support to the city in coordinating the Health District Bicycle and Pedestrian
Mobility Plan development with other City, County, and State agencies. Four meetings with two qualified
personnel per meeting have been assumed for the purposes of this project.
Task 7 Products
U Meeting agendas, attendance sheets and meeting notes.
Tasks Not Included
➢ Engineered Design Plans
Elected Official Briefings
A City Council Meetings
➢ Tasks not specifically mentioned in the task
III. SUBCONSULTANTS
The below listed Sub -Consultants will assist in the Mimance of the work.
SUBCONSULTANT SPS ,L , %1,1'EXPERTISE "v' ,
The Street Plans Collabo,'ati.` UrbliffiWaffiSrs 1W I
ANC
OF
This projectCwLlEcommeOR a" `otE Oto PEoce� Nnd woo ete�in 9 months of the date of the
Notice to Proceed. _=
V. COMPE x Q
Consu n hall perfo t Wo tailed in ►.�o�osal for a Lump Sum, Not to Exceed fee of fifty
nine thd, one hued y seen ollars an mety eight cents ($59,167.98). The City shall not
be liable fee, cost, a `• e e or r rsable expense or other compensation beyond this amount.
Said fee inci'd, an allowanc Reim = s le Expenses required in connection with the Work, which
shall be estain an a of to a"eed $29,380.00. Said Reimbursable Expenses shall be
utilized in accord" -fit with the W ement Provisions and shall conform to the limitations of Florida
Statutes § 112.061_. W
Page 4 of 4
SUMMARY OF COMPENSATION
Task or
Activity
ID #
Major Task Name and/or Activity Description
Fee Amount
Fee Basis
1
Literature Review
$1,770.46
Lump
Sum, not to Exceed
2
Stakeholder Meetings
$3,024.07
Sum, not to Exceed
3
Data Collection and Field Survey
$2,045.37
-Lump
Lump
Sum, not to Exceed
4
Analysis of Existing Conditions
$2,437.58
Lump
Sum, not to Exceed
5
Formulate Physical Recommendations
$6,289.14
Lump
Sum, not to Exceed
6
Final Report
$9,587.21
Lump
Sum, not to Exceed
7
Interagency Coordination
A-4,634:15
Lump
Sum, not to Exceed
Subtotal — Professional Feesf;-S,
767.98
Lump
Sum, not to Exceed
Allowance for Reimbursable Expenses — The
Street Plans Collaborative - Subconsulfant
n e„ $28, 880.00
s Y
Lump Sum, not to Exceed
Allowance for Reimbursable Expenses
jF 500.00
Lump
Sum, not to Exceed
Subtotal— Reimbursable Ex sdm
0.00
Lump
Sum, not to Exceed
.4 AL
$59< _,.98
LumpSum,
not to Exceed
VI. ALLOWANCE FOR ADDITIONAL SERVICES
CONSULTANT may use the allowanc °Aft
CITY. Items included: NONE
VII. DATA PROVIDED B - „ITS
CITY shall provide th G SULTA T
• Organization supper- • set u •rys
• Org . ?� supe°., I? Ihts
• po Co§ stima i' A bic
b
VIII.PROJ ANAGER
CONSULTANT' _'act Manage`; this
Submitted by:
dry
Odalys Del g AICP
Project Manager
HNTB Corporation
Ider
al se F'rquested by and at th discretion of the
n related improvements.
Order assignment will be Odalys Delgado
Approved by:
Alice N. Bravo, PE
Director of Capital Improvements
City of Miami
Approved by:
Jose R. Gonzalez, P.E.
Assistant Transportation Coordinator
City of Miami
o t 1
�-TSTIMATE OF WORK EFFORT AND COST -PRIME CONSULTANT Consultant Name: HNTB Corporation
Consultant No.: 44707 -PL -011
ojed: Health District Bicycle and Pedestrian Mobility Plan Date: 10/1/2010
8-306458 Estimator C Benitez
STAFF CLASSIFICATION
Total % of Work by Classification 6.94% 27.78% 56.94% 8.33% 0.00% 0.00% Chock w 100.001%
Check - $10,401.92
NEGOTIATED FEE
ADJUSTED FEE (INCLUDING 2.8637 MULTIPLIER)
be ueed by Prime ComoMord to eakJme the GreM Tad tee. SUBTOTAL ESTIMATED FEE:
r r a fma each aubcauuftam. Umned eubcomofta t - maybe Rddor. Reimbursable Services (Tho Street Plans Collaborative)
..anc.crdy doeodplom h.e be the RCF DOTS -ked scope m,d stmt r E.wemun ItmNbodr. Reimbureables(Allowance)
GRAND TOTAL ESTIMATED FEE:
o Estlmate.rfs
w 9hww1 _ Primw P"'w � �r �
$10,401.92
$29,787.98
$29,787.98
$ 28,880.000
$500.00
$59,167.96
Job Classification Project Manager
Staff Odelys Delgado
Project Engineer
Juan Carlos Vlllalba
Engineer
Christopher Benitez
Graphics Support
Marc O'Keefe
Staff Hours
By
Salary
Cost By
Average
Rate Per
Applicable Rate Rate: $75.28
Rate: $58.24
Rate:
$24.08
Rate:
$12.00 Rate:
$0.00 Rate:
$0.00
Activity
Activity
Task
ly
Man Hrs CosVActvty
Man Hrs Cost/AltvtyMan
Hrs
Cost/Actvty
Man His
CosVActy Man Hrs
CosVActvty Man Hrs
Cost/Advty
$
4 S 232.96
16
S 385.26
$-
$
$
20
$ 61824
$30.91
r MeeBnge (3 -Irga)
4 $ 301.12
8 $ 465.92
12
$ 288.96
$
$
$
24
$ 1,056.00
$44.00
-11- and Field S -ay
$ -
4 $ 232.96
16
$ 385.28
8
$ 96.00
$
$
28
$ 714.24
$25.51
busting Conditions
$ -
8 $ 465.92
16
$ 385.28
E
$
$
24
$ 85120
$35.47
ahysical Recommendations
4 $ 301.12
16 $ 931.84
40
$ 963.20
S
$
$
_
60
$ 2,196.16
$36.60
1
8 $ 602.24
24 $ 1,397.76
48
S 1,155.84
16
$ 192.00
$
E
96
$ 3,347.84
534.87
Coordnation(4 meetings)
4 $ 301.12
16 $ 931.84
16
$ 385.28
$
$
$
36
$ 1,618.24
$44.85
$
$
$
$
$
$
0
$
$ -
$ -
$ -
$
$
$
0
$
Total Staff Hours
21)
80
164
24
0
0
288
Total Staff Cost
$ 1,505.60
_..L_4 659 .20
$ 3,949.12
$ 288.00
$
S
$ 10401.92
538.12
Total % of Work by Classification 6.94% 27.78% 56.94% 8.33% 0.00% 0.00% Chock w 100.001%
Check - $10,401.92
NEGOTIATED FEE
ADJUSTED FEE (INCLUDING 2.8637 MULTIPLIER)
be ueed by Prime ComoMord to eakJme the GreM Tad tee. SUBTOTAL ESTIMATED FEE:
r r a fma each aubcauuftam. Umned eubcomofta t - maybe Rddor. Reimbursable Services (Tho Street Plans Collaborative)
..anc.crdy doeodplom h.e be the RCF DOTS -ked scope m,d stmt r E.wemun ItmNbodr. Reimbureables(Allowance)
GRAND TOTAL ESTIMATED FEE:
o Estlmate.rfs
w 9hww1 _ Primw P"'w � �r �
$10,401.92
$29,787.98
$29,787.98
$ 28,880.000
$500.00
$59,167.96
EXHIBIT "B": "TENTATIVE PROJECT SCHEDULE"
SCHEDULE OF WORK — TIME OF PERFORMANCE
This project will commence on Notice to Proceed and will be completed within 9 months of the date of
the Notice to Proceed.
r�-r
EXHIIBrr "C": PROJECT COST"
COMPENSATION
Consultant shall perform the Work detailed in this Proposal for a Lump Sum, Not to Exceed fee of fifty
nine thousand, one hundred sixty seven dollars and ninety eight cents ($59,167.98). The City shall not be
liable for any fee, cost, expense or reimbursable expense or other compensation beyond this amount. Said
fee includes an allowance for Reimbursable Expenses required in connection with the Work, which shall
be established in an amount not to exceed $29,380.00. Said Reimbursable Expenses shall be utilized in
accordance with the Agreement Provisions and shall conform to the limitations of Florida Statutes §
112.061.
SUMMARY OF COMPENSATION
Task or Activity ID # Major Task Name
and/or Activity
Description
1 Literature Review
2 Stakeholder Meetings
3 Data Collection and
Field Survey
4 Analysis of Existing
Conditions
5 Formulate Physical
Recommendations
6 Final Report
7 Interagency
Coordination
Subtotal — Professional Fees
Allowance for Reimbursable
Expenses — The Street Plans
Collaborative - Subconsultant
Allowance for Reimbursable
Expenses
Fee Amount Fee Basis
$1,770.46
Lump Sum, not to
Exceed
$3,024.07
Lump Sum, not to
Exceed
$2,045.37
Lump Sum, not to
Exceed
$2,437.58
Lump Sum, not to
Exceed
$6,289.14
Lump Sum, not to
Exceed
$9,587.21
Lump Sum, not to
Exceed
$4,634..15
Lump Sum, not to
Exceed
$29,787.98
Lump Sum, not to Exceed
$28,880.00
Lump Sum, not to Exceed
$500.00 Lump Sum, not to Exceed
TOTAL $59,167.98 Lump Sum, not to Exceed