HomeMy WebLinkAboutProfessional Services AgreementCITY OF MIAMI
DEPARTMENT OF CAPITAL IMPROVEMENTS
PROFESSIONAL SERVICES AGREEMENT
Service Category Program Management Services
Contract Type Project Specific
Project Renovation of the Orange Bowl Stadium
Program Manager Jones Lang LaSalle Americas, Inc.
TABLE OF CONTENTS
ARTICLE 1 DEFINITIONS 6
ARTICLE 2 GENERAL CONDITIONS 7
2.01 TERM: COMMENCEMENT 7
2.02 SCOPE OF SERVICES 7
2.03 COMPENSATION 7
ARTICLE 3 PROGRAM MANAGER'S PERFORMANCE 7
3.01 LIMITATIONS ON RESPONSIBILITY OF THE PROGRAM MANAGER 7
3.02 PERFORMANCE AND DELEGATION 8
3.03 REMOVAL OF UNSATISFACTORY PERSONNEL 8
3.04 PROGRAM MANAGER KEY STAFF 8
3.05 TIME FOR PERFORMANCE 8
3.06 DESIGN RESPONSIBILITIES 8
ARTICLE 4 SUB -PROGRAM MANAGERS 8
4.01 GENERAL 8
4.02 SUB -PROGRAM MANAGER RELATIONSHIPS 8
4.03 CHANGES TO SUB -PROGRAM MANAGERS 9
ARTICLE 5 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 9
6.01 CITY'S RIGHT TO TERMINATE 9
6.02 PROGRAM MANAGER'S RIGHT TO TERMINATE 9
6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT 9
ARTICLE 7 DOCUMENTS AND RECORDS 10
7.01 OWNERSHIP OF DOCUMENTS 10
7.02 DELIVERY UPON REQUEST OR CANCELLATION 10
7.03 RE -USE BY CITY 10
7.04 NONDISCLOSURE 10
7.05 MAINTEN . NCE OF RECORDS . . 10
City Initials
Page 1 Program Manager I
ARTICLE 8 INDEMNIFICATION 11
ARTICLE 9 INSURANCE 11
9.01 COMPANIES PROVIDING COVERAGE 11
9.02 VERIFICATION OF INSURANCE COVERAGE 11
9.03 FORMS OF COVERAGE 11
9.04 MODIFICATIONS TO COVERAGE 12
ARTICLE 10 MISCELLANEOUS 12
10.01 AUDIT RIGHTS 12
10.02 ENTIRE AGREEMENT 12
10.03 SUCCESSORS AND ASSIGNS 12
10.04 TRUTH -IN -NEGOTIATION CERTIFICATE 12
10.05 APPLICABLE LAW AND VENUE OF LITIGATION 12
10.06 NOTICES 12
10.07 INTERPRETATION 13
10.08 PRIORITY OF PROVISIONS 13
10.09 COMPLIANCE WITH LAWS 13
10.10 DISCRETION OF DIRECTOR 13
10.11 RESOLUTION OF CONTRACT DISPUTES* 13
10.12 MEDIATION- WAIVER OF JURY TRIAL 14
10.13 THIRD PARTY CLAIMS 14
10.14 INDEPENDENT CONTRACTOR: 14
10.15 PERFORMANCE EVALUATION 15
10.16 CONTINGENCY CLAUSE 15
10.17 LIMITATION OF LIABILITY 15
SIGNATURE PAGE 16
CERTIFICATE OF AUTHORITY 1 NOTARIZATION 17
ATTACHMENT A SCOPE OF WORK AND PROJECT DESCRIPTION A-1
ARTICLE Al GENERAL A-1
A1.01 RANGE OF SERVICES A-1
A1.02 COOPERATIVE WORK A-1
A1.03 NON-EXCLUSIVE RIGHT A-1
A1.04 PAYMENTS A-2
ARTICLE A2 STAFFING A-2
A2.01 CORE STAFF A-2
A2.02 SUPPLEMENTAL STAFF A-2
A2.03 STAFFING CHANGES A-2
ARTICLE A3 CITY'S RESPONSIBILITIES A-2
A3.01 PROJECT & SITE INFORMATION A-2
A3.02 PROJECT MANAGEMENT A-2
ARTICLE A4 PROJECT DESCRIPTION A-3
A4.01 OVERVIEW A-3
A4.02 PROJECT DETAIL A-3
A4.03 PROGRAM MANAGEMENT SERVICES A-4
ARTICLE A5 SUB -PROGRAM MANAGERS A-8
ARTICLE A6 KEY STAFF A-8
City Initials
Page 2 Program Manager I
ATTACHMENT B COMPENSATION AND PAYMENTS B-1
ARTICLE B1 MANNER OF COMPENSATION B-1
B1.01 COMPENSATION LIMITS B-1
B1.02 PROGRAM MANAGER NOT TO EXCEED B-1
ARTICLE B2 WAGE RATES B-1
B2.01 FEE BASIS B-1
B2.02 EMPLOYEES AND JOB CLASSIFICATIONS B-1
B2.03 CALCULATION B-1
B2.04 EMPLOYEE BENEFITS AND OVERHEAD B-1
B2.05 ESCALATION B-1
ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION B-2
B3.01 LUMP SUM B-2
B3.02 HOURLY RATE FEES B-2
B3.03 SUB -PROGRAM MANAGER FEES B-2
ARTICLE B4 FEES RESULTING FROM PROJECT SUSPENSION B-2
ARTICLE B5 ADDITIONAL SERVICES B-3
ARTICLE B6 PAYMENTS B-3
B6.01 PAYMENTS GENERALLY B-3
B6.02 MONTHLY PROGRESS REPORTS B-3
ARTICLE B7 REIMBURSABLE EXPENSES B-3
B7.01 GENERAL B-3
B7.02 TYPES OF REIMBURSABLE EXPENSES B-3
B703 AUTHORIZATION B-3
B7.04 DEFINITIONS & CATEGORIES B-3
B7.05 REIMBURSEMENTS TO SUB -PROGRAM MANAGERS B-4
ARTICLE B8 COMPENSATION FOR REUSE B-5
B8.01 GENERAL B-5
ARTICLE B9 WAGE RATES SUMMARY B-5
ARTICLE B10 ESTIMATE OF FEE AND REIMBURSABLE EXPENSES B-5
EXHIBIT ONE EXECUTED INSTRUMENT DATED FEBRUARY 14, 2006 EXHIBIT ONE
EXHIBIT TWO TRAVEL APPROVAL TEMPLATE EXHIBIT TWO
EXHIBIT THREE FEE AND REIMBURSIBLE EXPENSES PROPOSAL DATED May 11,
2006 EXHIBIT THREE
City Initials
Page 3 Program Manager h+iG'ats�
CITY OF MIAMI
DEPARTMENT OF CAPITAL IMPROVEMENTS
PROFESSIONAL SERVICES AGREEMENT
Service Category Program Management
Contract Type Project Specific
Project Renovation of the Orange Bowl Stadium
Program Manager Jones Lang LaSalle Americas, Inc.
Office Location Miami, Florida
City Authorization City Code Section 18-87
THIS AGREEMENT made this I1 day of N in the year 2006 by and
between The City of Miami, Florida, hereinafter called the "City," and Jones Lang LaSalle
Americas, Inc., hereinafter called the "Program Manager."
RECITAL
A. The City issued a Request for Letters of Interest ("RFLI") No. 05-06-022 on
December 19, 2005 to develop a short-list of qualified firms and a Request for Information (RFI)
No. 05-06-022 to enter into competitve negotiations for the provision of Program Management
Services for the Orange Bowl Stadium Renovation Project (the "Services") and based on the
submittals submitted by Program Manager ("Submittals"), in response thereto, Program
Manager was selected for the provision of said Services. The RFLI, RFI and the Submittals 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. At the commencement of negotiations, Program Manager executed an
instrument dated February 14, 2006, by which the City advised Program Manager of a lawsuit
filed against the City by Hammes Inc. and Hammes Sports Development of Florida , LLC (the
"Litigation") conceming the Project (the "Disclaimer"). In the Disclaimer the City disclaimed any
and all representations as to the potential outcome of the Litigation, and retained the right to
City Initials
Page 4 Program Manager Ini
terminate this Agreement if it deemed it to be in its best interest in connection with the Litigation.
Program Manager executed the Disclaimer to acknowledge its receipt and its decision to
proceed with contract negotiations notwithstanding the Litigation. The Disclaimer is attached
hereto as Exhibit One and is by this reference incorporated into this Agreement.
C. WHEREAS, by Resolution no. 06- 02'17- , adopted %lit , 2006,
the City Commission has selected the Program Manager to provide the Services described
herein.
WITNESSETH, that the City and the Program Manager, for the considerations herein set
forth, agree as follows:
City Initials
Page 5 Program Manager Initia
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENt
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 Architect or A/E means the professional
architectural firm selected by the the City and
awarded a contract for the architectural and
engineering services required for the renovation of the
Orange Bowi Stadium.
1.03 Attachments and Exhibits means the
attachments and exhibits to this Agreement that are
expressly incorporated by reference and made a part
of this Agreement as if set forth herein in full.
1.04 Base Fee means the amount of compensation
mutually agreed upon for the completion of Basic
Services.
1.05 Basic Services means those services
designated as such In this Agreement, including the
Attachments.
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 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, City's
performance is pursuant to 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 City's authority as a govemmental body
and shall not be attributable in any manner to City as
a party to this Agreement. For the purposes of this
Agreement, "City" without modification shall mean the
City Manager or Director, as applicable.
1.09 Construction Observer means an employee
of the City or of a consulting firm hired by the City and
assigned by the City to make observations of
construction Work performed by a Contractor.
1.10 Contractor means an individual, partnership,
corporation, association, joint venture, or any
combination thereof, which has entered into a
contract with the City for services required for the
renovation of the Orange Bowl Stadium.
1.11 Core Project Staff means staff of the
Program Manager or Sub -Program Managers
assigned on a full time basis to the Project by the
Program Manager. Program Manager shall be paid
for the services of the Core Project Staff on a lump
City Initials
sum basis based on the staffing requirements for
each phase of the Services.
1.12 Director means the Director of the City
Department designated herein who has the authority
and responsibility for managing the Project. For the
purpose of this Agreement, the Director is the top
administrator of the Department of Capital
Improvements and Transportation or designee.
1.13 Master Project Schedule means the
schedule developed by the Program Manager and
approved by the City that shall be utilized to track to
progress of the Project.
1.14 Notice To Proceed means a duly authorized
written letter or directive issued by the Director or
Project Manager acknowledging that all conditions
precedent have been met and/or directing that
Program Manager may begin work on the Project.
1.15 PM Project Manager means an employee or
Program Manager who shall be responsible for the
day to day management of the Services under this
Agreement.
1.16 Program Manager means the individual,
partnership, corporation, association, joint venture, or
any combination thereof, which has entered into this
Agreement to provide professional services to the
City.
1.17 Project Manager means an employee or
representative of the City assigned by the Director to
manage and monitor the Work to be performed under
this Agreement and the construction of the Project as
a direct representative of the City.
1.18 Project means the construction, alteration
and/or repair, and all other services and incidentals
thereto, of the Orange Bowl Stadium, as
contemplated and budgeted by the City. The
Project(s) shall be further defined in the Scope Of
Services section of this Agreement.
1.19 Project Participants means the City,
Program Manager, NE, Contractor and other firms or
companies that may be involved in the Project.
1.20 Professional Services Those services
provided by the Program Manager to lead and
support the City In the renovation of the Orange Bowl
Stadium, including, without limitation, all
administrative, technical, and management activities
undertaken as part of the Scope of Services. May
also be referred to herein as Program Management.
1.21 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.
Page 6 Program Manager Init
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
1.22 Scope of Services or Services means a
comprehensive description of the activities, tasks,
design features, objectives, deliverables and
milestones required for the completion of the Project
as defined herein.
1.23 Sub -Program Manager means a person,
firm or organization that has entered into a written
agreement with the Program Manager to fumish
specified professional services for this Project.
1.24 Supplemental Program Staff means staff
of Program Manager and/or Sub -Program Manager
assigned to the Program on a limited full-time or long
term part-time basis and generally covered by the
Hourly Rate portion of compensation under this
Agreement, with the approval of the Director.
Supplemental Program Staff may also be added to
the Core Staff.
1.25 Wage Rates means the effective direct
expense to Program Manager and/or Sub -Program
Manager, on an hourly rate basis, for employees in
the specified professions and job categories assigned
to provide services under this Agreement that justify
and form the basis for professional fees regardless of
actual manner of compensation.
1.26 Work Order means a written document
issued by the City to the Program Manager
authorizing the performance of Additional Services,
including identification of the tasks, deliverables, time
for completion, and the amount of compensation
authorized for such Additional Services.
ARTICLE 2 GENERAL CONDITIONS
2.01 TERM:COMMENCEMENT
The term of this Agreement shall commence upon
execution of this Agreement and conclude upon the
completion and acceptance of the Services by the
Director unless terminated earlier as provided herein.
2.02 SCOPE OF SERVICES
The Project includes but is not limited to the
redevelopment of the existing structure to include a
reduction in the seat count to approximately 63,000
seats, the addition of approximately 14 suites, a total
of 1,000 indoor club seats, a total of 750 outdoor club
seats, a new club lounge and press box, new
concessions, toilets and service facilities. The Project
means all work required to complete the renovation of
the Orange Bowl Stadium as described in Attachment
A, including specifically, but not limited to, all the
Architect's Work and the Contractor's Work, and
includes all labor, materials, equipment and services
provided or to be provided by the A/E and Contractor
to fulfill their respective obligations under their
respective contracts..
Program Manager shall be responsible for the
management of all aspects of the Project and providing
support and assistance to the City for other services
and contracts necessary for the completion of the
Project. The Program Manager shall be responsible for
managing, monitoring, and reporting to the City with
respect to the performance of all Project Participants
and the progress of the work in accordance with
approved Master Project Schedule.
Program Manager agrees to provide the Services as
specifically described in Attachment A to this
Agreement, including the special terms and conditions
set forth in Attachment A„ which by this reference are
incorporated into and made a part of this Agreement.
The Program Manager shall serve as the Clty's
Representative for the design, construction and post -
construction Services required under this Agreement.
2.03 COMPENSATION
2.03-1 COMPENSATION LIMITS
The maximum amount of compensation payable
by the City to Program Manager as a not to exceed
fee, is $6,500,000, based on a base fee of
$5,688,747, plus $300,000 in additional services
fees, and $511,253 in reimbursible services and
fees. This amount is based on the rates and
schedules established in Attachment B and Exhibit
Three, which are incorporated into this Agreement.
In no event shall the amount of compensation
exceed said total amount unless explicitly
approved by action of the City Manager or the City
Commission, as may be applicable pursuant to
Section 18-87 of the City Code, and put into effect
by written amendment to this Agreement.
2.03-2 PAYMENTS
Payment shall be made within thirty (30) days after
receipt of an acceptable invoice, which shall be
accompanied by sufficient supporting
documentation and contain sufficient detail
(Standard invoice template to be provided by
City), to allow a proper audit of expenditures,
should the City require one to be performed in
accordance with the terms of this Agreement. If
Program Manager is entitled to reimbursement of
travel expenses, then copies of all bills for travel
expenses shall be submitted in accordance with
Section 112.061, Florida Statutes.
ARTICLE 3 PROGRAM MANAGER'S
PERFORMANCE
3.01 LIMITATIONS ON RESPONSIBILITY OF
THE PROGRAM MANAGER
The Program Manager is not responsible or liable for
the design services provided by the A/E, including,
without limitation, architecture, design, and
engineering, which shall be the responsibility of the A/E
and its sub -consultants. The Program Manager is not
responsible or liable for the construction contractor's
work, including, without limitation, the construction
means, methods, techniques, sequences, procedures,
and safety programs and precautions which shall be
carried out by the Contractor under the construction
contract.
City Initials l/IU `.1\(_/ Page 7 Program Manager InitidLs,�.—�
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
Notwithstanding the foregoing, if the PM Project
Manager observes or otherwise becomes aware of any
fault or defect in the A/E's work or Contractor's work,
nonconformity of the Contractor's work with the
contract documents, or noncompliance with applicable
law, the Program Manager shall take commercially
reasonable steps to protect the City's interests by
giving prompt written notice thereof to the City, A/E and
Contractor and direct the NE and Contractor to take
appropriate corrective action. The foregoing shall not
release the NE or the Contractor from their
responsibilities under their respective contracts.The
City recognizes and acknowledges that the Architect is
responsible for designing the Project within the financial
limitations of the City as identified in the Fixed
Construction Budget as accepted to by the City. The
ProgramManager shall have responsibility to the City
for ensuring that the design documents prepared by the
Architect are consistent with the Fixed Construction
Budget.
3.02 PERFORMANCE AND DELEGATION
The Professional Services to be performed hereunder
shall be performed by the Program Manager's own
staff and the Sub -Program Managers identified in this
Agreement, unless otherwise approved in writing by
the City. Said approval shall not be construed as
constituting an agreement between the City and said
other person(s) or firm.
3.03 REMOVAL OF UNSATISFACTORY
PERSONNEL
Director may make written request to Program
Manager for the prompt removal and replacement of
any personnel employed or retained by the Program
Manager, or any Sub -Program Managers, or any
personnel of any such Sub -Program Managers
engaged by the Program Manager to provide and
perform Services pursuant to the requirements of this
Agreement stating the reason for such request. The
Program Manager shall respond to City within five (5)
working 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
Program Manager.
3.04 PROGRAM MANAGER KEY STAFF
The parties acknowledge that Program Manager was
selected by the City, in part, on the basis of
qualifications of particular staff identified in Program
Manager's Submittals, hereinafter referred to as "Key
Personnel". Program Manager shall ensure that Key
Personnel as detailed in Attachment A, Article A6 are
available for Work hereunder as long as said Key
Personnel are in Program Manager's or Sub -Program
Manager's employ. Program Manager will obtain
prior written approval of Director or designee to
change Key Personnel. Program Manager shall
provide Director, or designee, with such information
as necessary to determine the suitability of proposed
new Key Personnel. Director will act reasonably in
evaluating Key Personnel qualifications.
ILfCity Initials AT Page 8 Program Manager Init�
3.05 TIME FOR PERFORMANCE
The Program Manager agrees to start all Services
hereunder upon receipt of a Notice to Proceed issued
by the Director and continue to perform such Services
until all Services have been performed and accepted
by the City. Time is of the essence with respect to
performance of this Agreement.
3.06 DESIGN RESPONSIBILITIES
3.06-1 Errors and Ommissions
The Program Manager shall not be responsible for
errors and ommissions of the NE.
3.06-2 Nonconforming Work
The Program Manager shall promptly give notice to the
City of any defective or nonconforming work of the NE
or Contractor or any other Project participant whenever
discovered by the Program Manager and whether
before or after the date of Final Completion of the
Contractor's work.
3.07 Meetings
The Program Manager and the City will work jointly to
determine the need for meetings and their frequency
during each phase of the Project.
ARTICLE 4 SUB -PROGRAM
MANAGERS
4.01 GENERAL
4.01-1 A Sub -Program Manager is a person,
firm or organization who has entered into a
written agreement with the Program Manager to
furnish Professional Services under this
Agreement, that was identified as part of the
Program Manager's team in the competitive
selection process by which Program Manager
was chosen to perform the Services under this
Agreement or subsequently approved by the
Director, and as such, is identified and listed in
Attachment A, Article A5 attached hereto.
4.02 SUB -PROGRAM MANAGER
RELATIONSHIPS
4.02-1 All services provided by the Sub -
Program Managers shall be performed pursuant
to appropriate written agreements between the
Program Manager and the Sub -Program
Managers, which shall contain provisions that
preserve and protect the rights of the City under
this Agreement. Sub -Program Managers shall not
be authorized or permitted to further subcontract
any Work.
4.02-2 Nothing contained in this Agreement
shall create any contractual or business
relationship between the City and the Sub -
Program Managers. The Program Manager
acknowledges that Sub -Program Managers are
entirely under its direction, control, supervision,
retention and/or discharge.
JONES TANG LASALLE PROFESSIONAL SERVICES AGREEMENT
4.03 CHANGES TO SUB -PROGRAM
MANAGERS
The Program Manager shall not change any Sub -
Program Managers listed in Attachment A, Article A5
without prior written approval by the Director. Such
approval shall not be unreasonably withheld,
conditioned, or delayed by the Director.
ARTICLE 5 DEFAULT
5.01 GENERAL
If Program Manager fails to comply with any term or
condition of this Agreement, or fails to perform any of
its obligations hereunder, then Program Manager
shall be in default. Upon the occurrence of a default
hereunder the City, in addition to all remedies
available to it by law, may, upon fifteen (15) days
written notice to Program Manager, given subsequent
to the expiration of any applicable cure period,
terminate this Agreement. Program Manager
understands and agrees that termination of this
Agreement under this section shall not release
Program Manager from any obligation accruing prior
to the effective date of termination. Upon such
termination the City and the Program Manager shall
determine the time to be provided to the Program
Manager to demobilize. All costs incurred as a result
of such demobilization shall be at the Program
Manager's sole expense.
In the event of termination due to default, in addition
to the foregoing, Program Manager shall be liable to
the City for expenses, capped at $6,000, 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
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 Program Manager fails to obtain the
insurance herein required.
5.02-2 Program Manager 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, beyond the
specified period allowed to cure such default.
5.02-3 Program Manager fails to
commence the Services within the time provided
or contemplated herein.
5.03 TIME TO CURE DEFAULT: FORCE
MAJEURE
City shall provide written notice to Program Manager
as to a finding of default, and Program Manager shall
take all necessary action to cure said default within
the time specified in said notice, which shall be thirty
(30) days except where the delay is due solely to the
Program Manager's default and materially, adversely
City Initials
Page 9
impacts the critical path or creates an emergency
conditions. Under such circumstances the City may
specify a timeframe that is less than the stipulated
Thirty (30) days. Failure to cure the default in the
stipulated timeframe may result in the City Manager
or designee terminating this Agreement. The City
Manager or Director may, in their sole discretion,
extend in writing the timeframe for curing said default.
Should any such failure on the part of Program
Manager 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.
If the Program Manager is delayed in performing any
obligation under this Agreement due to a force
majeure condition, the Program Manager shall
request a time extension from the City within two (2)
working days of said force majeure occurrence. Any
time extension shall be subject to mutual agreement
and shall not be cause for any claim by the Program
Manager for extra compensation unless Additional
Services are required.
ARTICLE 6 TERMINATION OF
AGREEMENT
6.01 CITY'S RIGHT TO TERMINATE
The City has the right to terminate this Agreement for
any reason or no reason, upon sixty (60) days' written
notice. Upon termination of this Agreement, all
reports, charts, sketches, studies, drawings, and other
documents or electronic media related to Work
authorized under this Agreement, whether finished or
not, must be turned over to the City. The Program
Manager shall be paid in accordance with provisions
of Attachment B upon delivery of all such documents,
materials and information. Failure to timely deliver
the documentation shall be cause to withhold any
payments due without recourse by Program Manager
until all documentation is delivered to the City.
6.02 PROGRAM MANAGER'S RIGHT TO
TERMINATE
The Program Manager shall have the right to
terminate this Agreement, in writing, following breach
by the City, if breach of contract has not been
corrected within thirty (30) days from the date of the
City's receipt of a written notice from Program
Manager specifying the City's breach of its duties
under this Agreement.
6.03 TERMINATION DUE TO UNDISCLOSED
LOBBYIST OR AGENT
Program Manager warrants that it has not employed
or retained any company or person, other than a bona
fide employee working solely for the Program
Manager 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
Program Manager !nit
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
an employee working solely for the Program Manager
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.
ARTICLE 7 DOCUMENTS AND
RECORDS
7.01 OWNERSHIP OF DOCUMENTS
All work products, including but not limited to; plans,
specifications, maps, computer files, models and/or
reports prepared or obtained under this Agreement,
as well as all data collected, together with summaries
and charts derived therefrom, will) be considered
"work for hire "as such phrase is defined in Section
101 of Title 17 of the United States Code Public Law
94-533 and all title, ownership and copyright
privileges are and at all times shall be the property of
the City 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. Program Manager and its Sub -Program
Managers' electronic files, drawings tapes, disks, and
similar items remain the property of the City. The
Program Manager will provide these electronic items
upon the request of the City or upon
completion/termination of this Agreement. The
Program Manager shall provide documents to others
at the direction of the City consistent in content and
format with normal document production as
determined' by the City. The City understands that the
use and conversion of Electronic Data to an alternate
format may not be accomplished without the potential
for introduction of anomalies or errors and that
changes or modifications by anyone other than the
Program Manager may result in adverse
consequences that Program Manager can neither
predict nor control. Accordingly, the City agrees that
Program Manager shall not be liable for and hereby
waives all claims arising out of or connected with (a)
the use, modification or misuse by the City of such
Electronic Data; or (b) the decline of accuracy or
readability of the Electronic Data due to storage
conditions, the passage of time, or otherwise; or (c)
any use of said electronic data by any third parties
receiving the electronic data from the City.
The Program Manager will not be liable for 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.
Notwithstanding anything contained herein 10 the
contrary, Program Manager shall retain all right, title,
and interest in intellectual property: (i) created by
Program Manager prior to this Agreement, including
(without limitation) Program Manager's proprietary
software programs and processes for providing
services and (ii) created by Program Manager during
the term of this Agreement In the normal course of
City Initials
business for Program Manager's other clients.
Program Manager shall not copyright any material
and products or patent any invention developed under
this Agreement. The City shall have the right to
access/inspect the offices of the Program Manager for
inspection of the Services and the products of
Program Manager at any time. The Program
Manager 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 Program Manager to promptly deliver all
Project records to the Director within thirty (30) days
of cancellation, or within thirty (30) days of request by
the City, shall be just cause for the City to withhold
payment of any fees due Program Manager until
Program Manager delivers all such documents.
Program Manager shall have no recourse from these
requirements.
7.03 RE -USE BY CITY
With the exception of previously existing proprietary
items that are subject to licensing, all work products
may be used by the City for completion or
continuation of this Project by others.
Submission or distribution to meet official regulatory
requirements or for other purposes in connection with
the Project is not to be construed as publication in
derogation of the Program Manager's rights.
7.04 NONDISCLOSURE
To the extent allowed by law, Program Manager
agrees not to divulge, furnish or make available to any
third person, firm or organization, without City's prior
written consent, or unless incident to the proper
performance of the Program Manager'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 Program
Manager hereunder, and Program Manager shall
require all of its employees, agents, and Sub -Program
Managers to comply with the provisions of this Article.
7.05 MAINTENANCE OF RECORDS
Program Manager will keep adequate records and
supporting documentation, which concem or reflect its
Services hereunder. Records subject to the
provisions of Public Record Law, Florida Statutes
Chapter 119, shall be kept in accordance with statute.
Otherwise, the records and documentation will be
retained by Program Manager 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. City, or any duly authorized agents
or representatives of 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
Page 10 Program Manager Initiaf$���
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
noted above; provided, however such activity shall be
conducted only during normal business hours at the
Program Manager's local office and not more than
once per year.
ARTICLE 8 INDEMNIFICATION
8.01 The Program Manager shall hold harmless,
indemnify and defend the City, at Program Manager's
own cost and expense, City officials and employees
from any and all third party claims, losses and causes
of actions which may arise out of the performance of
this Agreement as a result of any act of negligence or
negligent omission, recklessness, or intentionally
wrongful conduct of the Program Manager or the Sub -
Program Managers. The Program Manager shall pay
all claims and losses of any nature whatsoever in
connection therewith and shall defend all project
related suits, in the name of the City when applicable,
and shall pay all costs, including without limitation
reasonable attorney's and appellate attorney's fees,
and judgments which may issue thereon. The
Program Manager's obligation under this Article shall
not be limited in any way by the agreed upon
compensation, or the Program Manager's limit of, or
lack of, sufficient insurance protection and shall apply
to the full extent that it is caused by the negligent, act
or omission, recklessness or intentional wrongful
conduct of the Program Manager, its agents,
servants, representatives or Sub -Program Managers.
This Article shall survive the termination or expiration
of this Agreement.
ARTICLE 9 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(V), as per A.M. Best Company's
Key Rating Guide, latest edition.
9.02 VERIFICATION OF INSURANCE
COVERAGE
The Program Manager shall fumish certificates of
insurance to the Risk Administrator for review and
acceptance prior to the execution of this Agreement.
The Certificates shall clearly indicate that the Program
Manager has obtained insurance of the type, amount
and classification required by these provisions.
Program Manager shall maintain coverage with equal
or better rating as identified herein for the term of this
Agreement. Program Manager's certificates of
insurance shall provide that insurers will endeavor to
provide written notice to the City's Department of Risk
Management of any, cancellation and/or notice of
non -renewal of the insurance within 30 days of the
change. Program Manager shall make a copy of the
Insurance policy or policies available to view in its
Risk Management office in Chicago upon request of
the Risk Administrator.
City Initials
9.03 FORMS OF COVERAGE
9.03-1 Comprehensive General Liability and
Automobile Liability
Coverage shall have minimum limits of
$1,000,000 per Occurrence, Combined single
Limit Bodily Injury Liability and Property Damage
Liability. General Aggregated Limit shall have a
minimum limit of $2,000,000. This shall include
Personal and Advertising Injury and
Products/Completed Operations each with a
minimum limt of $1,000,000. Required
endorsements include; Employees included as
insured, Contractual Liability, and Independent
Contractors Coverage. Automobile coverage for
any auto including hired, borrowed or non -owned
autos, limits of Liability, Bodily Injury, Damage
Liability for any one accident $1,000,000. The
City of Miami shall be named an additional
Insured on both of these coverages.
9.03-2 Professional Liability Insurance
The Program Manager shall maintain
Professional Liability Insurance including Errors
and Omissions coverage in the minimum amount
of $1,000,000 per claim, combined single limits,
providing for all sums which the Program
Manager shall be legally obligated to pay as
damages for claims arising out of the services
performed by the Program Manager or any
person employed by the Program Manager in
connection with this Agreement. The deductible
shall not exceed $100,000. This insurance shall
be maintained for at least one year after
completion of the construction and acceptance of
the Project covered by this Agreement.
9.03-3 Worker's Compensation Insurance
The Program Manager 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 each occurrence. Waiver of
Subrogatrion shall be included.
9.03-4 Excess Liability
The Program Manager shall maintain Excess
Liability insurance in a minimum amount of
$3,000,000 for the following; Bodily Injury and
Property Damage for each occurance and in the
aggregate.
9.03-5 Employer's Llbllity
The Program Manager shall maintain Employer's
Liability in a minimum amount of $500,000 for
bodily injury caused by an accident, each
accident, and for bodily injury caused by disease,
each employee and policy limit.
9.03-6 Cancellation
The certificates evidencing the above policies
shall include that the insurer will endeavor to
provide the City with written notice of cancellation
or material changes from the insurer not less
Page 11 Program Manager Initi
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
than thirty (30) days prior to any such
cancellation or material change.
9.03-7 Sub -Program Manager Compliance
Program Manager shall ensure that all Sub -
Program Managers comply with these same
insurance requirements.
9.03-8 Waiver of Liability.
The City shall include in all subsequent contracts
with third parties for the Project contractual
language that will limit the liability of the Program
Manager to those actions for which the Project
Manger is liable under this Agreement. The City
will also require that the Program Manager be
named as an additional insured under all such
contracts. Language shall be included that
clearly indicates that the Program Manager's
insurance is not the primary insurance for all of
the work to be performed under this Project.
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
Program Manager in accordance with 10.06 herein.
Program Manager shall comply with such requests
unless the insurance coverage is not then readily
available in the national market, and may request
additional compensation for reimbursement of any
additional costs from the City.
ARTICLE 10 MISCELLANEOUS
10.01 AUDIT RIGHTS
The City reserves the right to audit the Program
Manager's accounts during the performance of this
Agreement and for three (3) years after final payment
under this Agreement. The Program Manager agrees
to furnish copies of any records necessary, in the
commercially reasonable opinion of the Director, to
approve any requests for payment by the Program
Manager.
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 Program Manager 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 Program Manager without the
City Initials
Page 12
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
Program Manager, 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
written approval.
The Program Manager's services are unique in nature
and any transference without City approval shall be
cause for the City to cancel this Agreement. The
Program Manager shall have no recourse from such
cancellation. The City may require bonding, other
security, certified financial statements and tax retums
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 Program Manager 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
Program Manager, by executing this Agreement,
certifies 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 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, conceming this Agreement, or arising out of this
Agreement, shalt be brought in Miami -Dade County,
Florida. Each party shall bear its own attorney's fees
except in actions arising out of Program Manager's
duties to indemnify the City under ARTICLE 8 where
Program Manager shall pay the City's reasonable
attomey's fees or in the case of claims covered under
Section 10.13 where the City shall pay the Program
Manager's expenses and legal 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, or electonic mail,
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
Program Manager Initi
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
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:
Gary Fabrikant
Assistant Director
City of Miami
Department of Capital Improvements (CIP)
444 S.W. 2"d Ave., - 8th FI
Miami, Florida 33130
With a copy to:
Mary H. Conway , P.E.
Director
City of Miami
Department of Capital Improvements (CIP)
444 S.W. 2nd Ave., -10th FI
Miami, Florida 33130
For Program Manager:
Jones Lang LaSalle Americas, Inc.
Attention: Vivian Mumaw
Chief Operating Officer
200 E. Randolph Drive
Chicago, Illinois 60601
With a copy to:
Jones Lang LaSalle Americas, Inc.
Attention: John A. Paccione
Senior Vice President
200 East Robinson Street
Suite 525
Orlando, Florida 32801
And
Jones Lang LaSalle Americas, Inc.
Attention: General Counsel, Americas
200 E. Randolph
Chicago, Illinois 60601
10.07 INTERPRETATION
Preparation of this Agreement has been a joint effort.
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.
City Initia
10.08 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.
10.09 COMPLIANCE WITH LAWS
Program Manager shall comply with all applicable
laws, codes, ordinances, rules, regulations and
resolutions including, without limitation, OSHA, 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 Program Manager
represents and warrants that there shall be no
unlawful discrimination as provided by law in
connection with the performance of this Agreement.
10.09-1 Non -Discrimination
Program Manager warrants and represents that it
does not and will not engage in discriminatory
practices and that there shall be no discrimination
in connection with Program Manager's
performance under this Agreement on account of
race, color, sex, religion, age, handicap, marital
status or national origin. Program Manager
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.
10.10 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.
10.11 RESOLUTION OF CONTRACT
DISPUTES
Program Manager 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 to the City Manager for his/her
resolution, prior to Program Manager being entitled to
seek judicial relief in connection therewith. Should
the amount of compensation in dispute hereunder
exceed $500,000, the City Manager's decision shall
be approved or disapproved by the City Commission.
Program Manager shall not be entitled to seek judicial
relief unless:
(i) it has first received City Manager's written
decision, approved by the 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
Page 13 Program Manager In1ti
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
supporting documentation, or a period of
(90) days has expired where City Manager's
decision is subject to City Commission
approval; or
(iii) City has waived compliance with the
procedure set forth in this section by written
instrument(s) signed by the City Manager.
10.12 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/or construction of the subject Project,
and/or following the completion of the Project 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 50/50 basis. The Program
Manager agrees to include such similar contract
provisions with all Sub -Program Managers retained
for the Project, thereby providing for non -binding
mediation as the primary mechanism for dispute
resolution.
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.
10.13 THIRD PARTY CLAIMS
In the event that any third party asserts daims against
the Program Manager relating to the Project, then,
provided (i) Program Manager's insurer fails or
refuses to provide Program Manager with legal
representation, (ii) the claims do not involve matters
for which the Program Manager has an obligation
pursuant to Article 8 of this Agreement to indemnify
the City, or (iii) the claims do not involve matters for
which the City has a good -faith basis to assert claims
against the Program Manager, the City agrees to pay
Program Manager reasonable compensation for the
time and expenses of the Program Manager's
personnel involved in the analysis of, response to,
and resolution of such claims and the reasonable cost
of the Program Manager's defense of such claims,
including reasonable fees of legal counsel, any expert
witnesses and other essential defense costs
(Program Manager's Defense"). The Program
Manager shall have the right to select its legal
counsel, subject to the approval of the City, which
approval shall not be unreasonably withheld. It is
understood and agreed that in the event that counsel
selected by Program Manager charges rates greater
than those customarily paid by the City at the time
that such claim is asserted, but in no event less than
$250.00 per hour, the parties shall, in good faith,
attempt to agree upon such rates or upon an
allocated payment of such rates. If the City and
Program Manager disagree on the City's obligation to
City Initials // 1 yam Page 14
pay for Program Manager's Defense, then the City
shall not be required to do so, but shall reimburse the
Program Manager the cost of the Program Manager's
Defense if, at the conclusion of the claim, it is
determined that Program Manager was not at fault, or
that the City's assertion of a claim against the
Program Manager or the City's decision not to provide
the defense contemplated herein, was not in good
faith.
In the event that the third party claim for which the
City has provided or paid the Program Manager's
Defense results in a finding of fault on the part of the
Program Manager, then the Program Manager shall
reimburse the City the cost of Program Manager's
Defense to the extent of such finding of fault. For
purposes of this provision, a settlement agreement
without the City's approval shall be deemed a finding
of fault on the part of Program Manager. The City
agrees that it will not withhold its approval of a
proposed settlement only for the purpose of avoiding
its obligations under this Article.
The City shall be relieved of its obligation to pay
Program Manager's Defense in the event that, at any
time during the defense of the third party claim, (i) any
insurance carrier provides Program Manager with
legal representation, (ii) the City has a good -faith
basis to assert a claim or claims against the Program
Manager involving matters for which the Program
Manager has an obligation to indemnify the
Citypursuant to Article 8, (iii) the Program Manager
takes a position adverse to the City other than in
response to discovery requests or testimony or in
good faith in the evaluation of any claim by or against
the City, or (iv) claims are asserted by or between the
City and Program Manager with respect to either
party's performance under this Agreement.
10.14 INDEPENDENT CONTRACTOR:
Provider 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. This Agreement does not create a joint venture,
partnership or other business enterprise between the
parties. The Program Manager has no authority to
bind the City to any promise, debt, default, or
undertaking of the Program Manager. Program
Manager 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.
Program Manager further understands that Florida
Workers' Compensation benefits available to
employees of the City are not available to Program
Manager, and Program Manager agrees to provide
workers' compensation insurance for any employee or
agent of the Program Manager rendering Services to
the City under this Agreement.
10.15 PERFORMANCE EVALUATION
Program Manager is hereby advised that during the
performance of Services under this Agreement, upon
Program Manager Initi
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
completion of the Project and/or at any other time
deemed appropriate by the City a performance
evaluation report may be completed by the City. The
performance evaluations will be kept in City files for
use on future solicitations.
10.16 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.
10.17 LIMITATION ON LIABILITY
Notwithstanding anything else contained herein to the
contrary, each party shall look solely to the assets of
City Initials
the other party for satisfaction of any liabilities or
obligations relating to this engagement, and no
officer, director, employee, partner, affiliate,
shareholder or agent of either party shall be
personally responsible for any such liabilities or
obligations. In addition, each party waives any claims
for punitive, consequential, speculative or exemplary
damages, including, without limitation, lost revenue or
profit, even if a party has knowledge of the possibility
of such damages; and, except for Program Manager's
liability under Section 8 above, in no event shall
Program Manager's liability to the City with respect to
this Agreement exceed an amount equal to the
greater of annual fees paid or three Million Dollars.
Page 15 Program Manager Initials
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and
year first above written.
WITNESS/ATTEST
Print Name, Title
`1�vS�'\ rr`.v's2
ATT(I ST:
Program Manager Secretary
Gordon Repp
ATTEST:
Priscilla Thompson, City Clerk
APPROVED AS TO
REQUIREMENTS:
PROGRAM MANAGER,
JONES LAN LE AMERICAS, INC.
By: John A. Paccione
Title: Senior Vice President
(Corporate Seal)
CITY,
Sta
MI, a municip
(L'"
ola, City Manager
ration of the
INSURANCE APPROVED AS TO LEGAL FORM AND
CORRECTNESS:
Risk Management Department
City Initials
rnandez, City Attorney 00
Page 16 Program Manager Initia
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
CERTIFICATE OF AUTHORITY
I HEREBY C � ,1
the laws of th State o
(IF CORPORATION)
RTI Y that at a meeting of the Board of Directors of
a corporation organized and existing; under
f , held on the ''day of , 7, a
resolution was duly passed and adopted authorizing (Name) j� A t as
(Title)' 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 v1 TNESS WHEREOF, I have hereunto set my hand this 14 , day of ' T
20(Ye .
Secretary:
Print:
NOTARIZATION
STATE OF
) SS:
COUNTY OF ��-
The foregoing instrument w s a no dged before me this t\- day of
c a , 20, by iJ . ao^`e- , who is personally
_lspn� or who has produced as identification and who
(dlid! / did not) take an path.
SIGNATURF NOTARY PUBL
STATE OF
RIDA
SHERYL KALEBAUGH
�ll Nolan/Public, State of Florida
PRINTED, ST PtiouSle/KilittIBtal
NAME PF0t4OrrARIripmv,Iin.000)451-4854
City Initials
Page 17 Program Manager Ini
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A
SCOPE OF WORK AND PROJECT DESCRIPTION
ARTICLE Al GENERAL
A1.01 RANGE OF SERVICES
Ttie Program Manager shall fumish, as Basic Services, comprehensive management services described in this
Attachment A.
The Request for Letters of Interest (RFLI) dated December 19, 2005, No.05-06-022 and the Request For Information
(RFI) dated January 19, 2006, Number 05-06-022 and their corresponding responses are incorporated herein by
reference and are included as a part of this Agreement. In addition, the attached Negotiation Amendment to the RFI
is incorporated by reference and is included as part of this Agreement. Where there is a conflict between these
documents the order of preference shall be: 1. Professional Services Agreement, 2. Negotiation Addendum, 3. RFI,
4. RFLI.
The Program Management Services contemplated by this Agreement consist of management of all aspects of the
Project and support and assistance to the City in the five Phases of the Project. Phase I covers the requirements for
economic, marketing and financial analyses and cost to benefits aspects of this Project. Phase II includes managing
and/or assisting in all aspects of the Project, including, without limitation, the procurement of services, including bidding
and contracting, Project development, design, and construction, and post construction aspects of the Project. The
Program Manager shall be responsible for managing, monitoring, and reporting to the City on all aspects, performance
of all participant, and the progress of the Project in accordance with approved Master Project Schedule.
The Program Manager agrees to fumish the Program Management Services described in this Agreement and those that
are expressly described or necessarily inferred in the Agreement as the responsibility or function of the Program
Manager. The Program Manager agrees to perform such services in an expeditious and timely manner consistent with
the best interests of the City as set forth in the Agreement and as otherwise made known to the Program Manager and
agreed to by the Program Manager. The Program Manager shall provide the Program Management Services under
this Agreement In a manner consistent with the highest standard of care and professionalism of the industry.
The Program Manager shall assist in the preparation, review and evaluation of all proposals, bids and solicitations
relating to the Project and shall assist and make recommendations to the City for the award and negotiation of contracts
connected with this Project
The City and Program Manager hereby agree that the Program Manager may, subject to the prior written approval of
the Director, negotiate Change Orders on behalf of the City. Notwithstanding the foregoing, the Program Manager shall
have no authority to bind the City with respect to such Change Orders and same may only become binding upon the.
approval and execution of the City. The City reserves the right to directly negotiate, participate in negotiation of Change
Orders or to reject Change Orders negotiated by the Program Manager and direct the Program Manager to re -negotiate
the Change Orders.
In case of termination of the A/E, the Contractor or other firms participating in this Project, the Program Manager shall as
part of the Program Manager's Basic Services assist the City in securing the services of another lawfully licensed person
or entity to perform the services necessary to complete the Project
A1.02 COOPERATIVE WORK
The Program Manager will be responsible to work in cooperation with officials of the City, the University of Miami, the
A/E, the Contractor, the commuity and other stakeholders, and with other entities necessary to administer the
planning, design and construction of the Project.
A1.03 NON-EXCLUSIVE RIGHT
It is understood that the Notice to Proceed will be issued under this Agreement at the sole discretion of the City
Manager or Director and that the Program Manager has no expectation, entitlement, right to or privilege to receive a
Notice to Proceed for the Project. The City reserves at all times the right to perform any and all Professional Services
in-house, or with other private firms or to discontinue or withdraw the Project or to exercise every other choice
allowed by law. This Agreement does not confer on the Program Manager any particular, exclusive or special rights
to Work required by the City.
City Initials
Page A-1 Program Manageritia1^—J
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
A1.04 PAYMENTS
The City will pay the Program Manager a monthly amount for the Core Staff and shall pay for Supplemental Staff, in
accordance with provisions and limitations of Attachment B and Exhibit Three. No payment will be made for the
Program Manager's time or services in connection with the preparation of any proposal for Additional Services.
ARTICLE A2 STAFFING
The Program Manager will perform all Services described in this Scope of Services by use of the Core Staff and/or
the Supplemental Staff, as described below. All staff shall be duly qualified, trained and/or licensed to perfrom the
Work assigned to them.
A2.01 Core Staff
As depicted in in this Agreement, Basic Services shall be perfomed by Program Manager's staff assigned on a full-
time or on a utilization percentage basis as stated in Exhibit Three.
Any modification in the Services may trigger a corresponding modification in the Compensation Schedule.
A2.02 Suplemmental Staff
The Services performed by these staff will be for short term Services, or for long-term and continuing Services,
associated with the Scope of Services. Services may be compensated on a hourly or lump sum basis.
A2.03 Staffing Changes
If additional staff is warranted in the opinion of the Program Manager due to workload issues, a written request will be
made by Program Manager to the Director whose written approval Is required as described below.
2.01-1 Chanties due. to Absence or Termination: If there are changes in the Core Staff or Supplemental
Staff, due to voluntary or involuntary termination, that position(s) will be replaced within five (5) business days of
the date of separation, or as requested by the Director. Should an individual staff, particularly within the Core
Staff, be absent for more than 15 consecutive business days due to vacation, illness or other matter, Program
Manager shall provide a qualified replacement that is acceptable to the Director. Director, in his/her sole
discretion, may additionally request qualified replacement staff due to absences of Tess that 15 business days if
warranted by the nature of the work handled by that staff. Such changes shall be noted and approved in writing.
2.01-1 Changes due to Proiect Rectuirements: Director's approval shall be in writing for additional or
replacement Core Staff and for additional Supplemental Staff not included in the Core or Supplemental Staff and
estimated to work in excess of 20 hours per month in total. In such cases, Program Manager shall provides a
writen proposal to Director detailing anticipated man-hours and related requirements for the task or activity to be
assigned to additional Supplemental Staff. Where Supplemental Staff are required on an ad hoc, non -repetitive
basis for 20 hours per month or less in total, the Director's approval may be designated by his/her approval of the
invoice that contains and specifically identifies such additional staff. Such addition of Supplelmentary Staff shall
be duly noted in the monthly invoice and Management Report. Program Manager shall bear the cost of any
additional staff not approved by Director.
2.01-1 Electronic mail requests or proposals and authorizations are acceptable.
ARTICLE A3 CITY'S RESPONSIBILITIES
A3.01 PROJECT & SITE INFORMATION
The City, at its expense and insofar as performance under this Agreement may require, will make its best efforts to
fumish the Program Manager with available information on the Orange Bowl Stadium that may assist the Program
Manager in the performance of its responsibilities under this Agreement.
A3.02 PROJECT MANAGEMENT
A3.02-(a) The Director or designee shall act on behalf of the City in all matters pertaining to this
Agreement. The Director or designee shall issue all Notices to Proceed to the Program Manager. The
Director or designee shall approve all invoices for payment to the Program Manager.
A3.02-(b) The Director shall designate a City Project Manager from staff to have general responsibility for
management of the Project. The City Project Manager shall meet with the Program Manager at periodic
intervals throughout the Services to assess the progress of the Services in accordance with approved
schedules. The City Project Manager shall also examine documents submitted by the Program Manager,
including invoices, and shall promptly render decisions and/or recommendations pertaining thereto, to avoid
unreasonable delay in the progress of the Services.
City Initials
Page A-2 Program Manager
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
ARTICLE A4 PROJECT DESCRIPTION
A4.01 OVERVIEW (taken from RFI)
The Orange Bowl Stadium (Stadium), which was built in 1937, is owned and managed by the City of Miami. From
the day the Stadium opened it has been home to the University of Miami Hurricane football team, who have won five
national collegiate football championships and who have been routinely ranked as one of the top ten teams in the
national polls during the last thirty (30) years. The stadium has also hosted many world class events throughout its
history.
The Stadium was home to the Miami Dolphins when they became the only NFL team to achieve a perfect season.
The annual NCAA Orange Bowl Classic Football Game was held at the Stadium until recently being move to the
nearby Dolphin Stadium. The Stadium was the site of the boxing match between Alexis Arguello and Aaron Pryor, for
the undisputed welterweight champion; The Stadium has also hosted many national and international soccer
tournaments such as the Marlboro Cup, Libertadores, the 1996 Soccer Summer Olympics, and the Gold Cup.
The Orange Bowl is located in the heart of Miami and in close proximity to areas and features which draw tourists and
fans from around the world. There is shopping in downtown Miami, and the areas of Little Havana, Little Haiti and
other locales with unique cultural distinctions. The Miami International Airport is nearby as are world -class hotel
accommodations.
The City of Miami is undergoing unprecedented revitalization as it continues to grow into a world -class City, attracting
new residents from around the world. Miami is recognized worldwide as the gateway to Latin America and as an
international hub. Miami successfully hosted the 4th annual Latin Grammy Awards show, the visit of the Spanish
Prime Minister Jose Maria Aznar, the celebration of the Free Trade of the Americas Conference, FTAA, the MTV
Music Video Awards and the Latin Billboard Awards.
The City of Miami's goal is to revitalize and redevelop and return the Orange Bowl to a world -class stadium sought
after by local, national, and world -class events.
This goal includes the following.
Develop New Sources Revenue
Provide a stadium that vastly improves annual revenue potential for the City of Miami and the University of Miami
Hurricanes. Additional reveue sources to be evaluated include stadium or scoreboard naming rights, seating plans,
conference center, restaurants, branding, development of outparcels, acquisition of adjoining lands, potential
additional partnerships with the University of Miami, the Miami -Dade County School Board and other, etc. The
Program Manager will be required to guide the design team in creating multiple tiers of new amenities for ticket
holders ranging from general admissions seating to new luxury suites. New amenities should be added consistent
with new and recently renovated collegiate and/or professional football stadiums.
Improve Game Day Experience and Fan Amenities
Improve the overall quality game day experiences for all fans by creating new premium amenities, and amenities that
also benefit all ticket holders. Some of these amenities include updating and increasing restroom counts, concourse
widths to increase access to restrooms and concessions, concession points of sale and an exterior redesign intended
to create a new image for the Orange Bowl.
Reduce Impacts to University and Existing Ticket Holders
Construction will be phased so that the University of Miami Hurricanes can play at the stadium throughout the
redevelopment, which would be complete for the 2009 football season.
A4.02 PROJECT DETAIL (taken from RFI)
The Program Management services envisioned for this Project requires the Program Management firm to perform the
following:
A4.02-1 Understanding of the City of Miami's Scope Requirements
a. Partnering
b. Be efficient and adaptive
c. Provide innovative tools and necessary resources
d. Assist in legacy building and community stewardship
A4.02-2 Administrative Elements
a. Master scheduling
b. Control of construction budgeting
c. Analyze and control funding
d. D` .. appropriate contract delivery methods
City Initials
A-3 Program Manager Ini i'f�
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
e. Manage professional consultants
A4.02-3 Production Program Elements
a. Development of Projects scopes for various professional services required
b. External coordination with various funding sources
c. Understanding of State of Florida, Miami -Dade County, and City of Miami Design and Construction
codes, rules and regulations
d. Understanding of City policies and procedures
e. Quality control and constructability reviews
f. Coordination of design and construction efforts
g. Construction observation
h. Construction and professional services contract admnistration
i. Public relations support
j. ADA compliance management
k. Filing and record document control
I. Contractor and consultant performance reviews
A4.02-4 Construction Program Management Elements
a. Management approach, personnel and staffing plan
b. Manpower efficiency
c. Schedule and budget control
d. Quality control and on -site construction reviews
e. Development of City staff
f. Review of management and staffing efficiencies
g. Compensation strategies
A4.03 PROGRAM MANAGEMENT SERVICES
The Program Management Services to be provided by the Program Manager, indude but are not limited to:
A4.03-1 Program Management. The Program Manager shall identify the responsibilities of and between all participants
and other service providers, involved in the Project, including those under contract to the City. Manage and coordinate all
such responsibilities. The Program Manager will assist in the solidtation of proposals for professional services,
negotiation and the award of contracts.
A4.03-2 Master Project Budget(s). The Program Manager will be responsible for establishing and managing the
Master Project Budget, including the fixed construction budget, which will be done with the assistance of the City. The
Program Manager will be responsible for periodically monitoring, evaluating, updating and reporting on the Master Project
Budget for the Project. The initial Master Project Budget(s) and all updates of the Master Project Budget will be subject to
the review and approval of the City.
A4.03-3 Master Project Schedule(s). The Program Manager will be responsible to evaluate the Project to identify
and develop an overall Project critical path. The Program Manager will be responsible for developing and maintaining
the Master Project Schedule for all participants in the Project, including those who are or are not under contract with
the City. The Program Manager shall be responsible for recommending the approval of the baseline schedule for design,
construction and post construction services. The initial Master Project Schedule, which shall be utilized to create the
master baseline schedule and all updates of the Master Project Schedule, will be subject to the review and approval of the
City. The Program Manager shall ensure the timely updating of project schedule submittals by all appropriate
participants. The Program Manager shall incorporate schedules accepted by City into the Baseline Master Project
Schedule for the Project. The Program Manager will be responsible for monitoring and evaluating the Baseline Master
Project Schedule and provide periodic reports and both electronic and hard copies of the schedules, as updated, to
the City. The Master Project Schedule shall include appropriate milestones and will identify the estimated duration of the
various portions of the Project. The Program Manager will evaluate the Baseline Master Project Schedule and phasing
of the design and construction work to identify means of optimizing the sequencing and phasing of the Project thereby
reducing the overall Project Schedule. The Program Manager shall be responsible for identifying delays in the work
and recommending to the City options to resolve and mitigate any such delays. The Program Manager shall ensure
that project participants submit and updated schedule with each payment application.
A4.03-4 Procurement and Award. The Program Manager will assist in the review and evaluation of proposals, bids and
work authorizations and advise the City with respect to the award of contracts, involved in the design, construction and
post construction services of the Project.
A4.03-5 Schedule of Values. The Program Manager will direct the Contractor in the development of a Schedule of
Values for reporting the Cost of the Work. The Program Manager shall ensure that the Schedule of Values is updated in a
timely manner and is current at the time of submission of each payment application. The Program Manager shall not
approve a payment application without a current Schedule of Values.
City Initials
A-4 Program Manager In
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
A4.03-6 Project Communications. The Program Manager will be responsible for managing, coordinating and
facilitating communications among and between all project participants and other parties involved with the Project.
A4.03-7 Project Reporting. The Program Manager will be responsible for all preparing and disseminating all reports
under this Project, including but not limited to monthly, weekly and bi-weekly reports on the progress of all aspects of the
Project.
A4.03-8 Public and Regulatory Approvals. The Program Manager ill coordinate and assist the City, the A/E and the
Contractor, as required, to secure public and regulatory approvals required by govemmental agencies having jurisdiction
over the Project.
A4.03-9 Payment Procedures. The Program Manager will receive, review and evaluate all Applications for Payments
submitted for accuracy in accordance with Florida Statute's Local Government Prompt Payment Act. The Program
Manager will recommend in writing approval of all acceptable payment applications or reject, in writing, and require the
resubmission of Applications for Payments that are deficient. Rejection of Applications for Payment must include a written
basis for such recommendation.
A4.03-10 Close-out and Commissioning. The Program Manager will be responsible for managing the close-
out of construction and start-up operations of the Project.
A4.03-11 Naming Rights. The Program Manager will develop and implement a plan for the naming rights for the
new scoreboard. Such assistance will identify potential sources, contract development and negotiations.
A4.03-12 Small and Disadvantaged Business Program. The Program Manager will identify to the City, A/E
and Contractor opportunities for small and disadvantage business. The Program Manager shall also be responsible for
identifying trade work that can be performed utilizing the local workforce. Program Manager will responsible for preparing
all reports required to track and provide details on utilization.
A4.03-13 Community/Stakeholder Outreach. The Program Manager will assist the City in Conducting
Community and Stakeholder outreach which will consist of attending meetings and preparing and making presentations.
Community/Stakeholders indude but are not limited to local residents and business, and Miami -Dade County
government.
A4.03-14 Quality Control & Assurance. Develop, implement and manage a quality control and assurance plan
for all phases of the Project
A4.03-15 Services. The following are intended to delineate the type of services expected to be provided by the
Project Manager during the various phases of the project.
A. General
1. Serve as the City's representative (Owner's Representative) throughout the Project
2. All communications with the City shall be coordinated through the City's Project Manager,
3. The City's Project Manager shall be copied on all correspondence
4. Prepare and distribute all meeting minutes to confirm and record the understandings and agreements
resulting from meetings and conferences related to the project. Facilitate meetings of City's Project
Team and document decisions made as well as key discussion points in meeting minutes.
Responsible for distribution of all meeting minutes
5. Attend all meetings requested by the City, including those nern-ssary to develop the program criteria
6. Work with the City and establish a clear project scope of all services for the Orange Bowl
Renovation Project.
7. Work with the City to establish the scope of services related to removal of any Hazardous
Materials. Monitor the progress of the Hazardous Materials removal
8. Conduct economic, financial and marketing analysis and prepare reports to the City of findings.
i. Cost/benefit analyses
ii. Conduct a conference center feasibility study
iii. Conduct a restaurant feasibility study
iv. Restaurants, concessions and other amenities including a comparison with other collegiate
facilities
v. Sizing and number of Club Suites, Club Seats. Club Lounge, and other amenities
vi. Maximize revenue
vii. Market comparison
viii. Ancillary uses of site
ix. Operations plan and associated costs
9. Develop a premium seating plan
10. Develop a stadium signage plan
11. Prepare and review development plan and design concepts with the City.
City Initials
A-5 Program Manager Initlat— /
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
12. Recommend to City actions to be taken to facilitate the Project.
13. Develop, with the assistance of the City a Master Project Budget and distribute upon approval as
directed by the City.
14. Revise and update the Master Project Budget against baseline as necessary to reflect current status.
15. Develop, with the assistance of the City a Master Project Schedule.
16. Prepare cost estimates.
17. Revise and update the Master Project Schedule against the baseline as necessary to reflect current
status.
18. Develop and obtain approval of the City of a Construction Phasing Plan. Construction phasing plan
must be developed in a manner that does not impact any University of Miami football game and any
other events scheduled at time of development of this Plan.
19. Revise and update the Construction Phasing Plan against baseline as necessary to reflect current
status.
20. Assist with award of a contract with the NE firm for design of the Project.
21. Coordinate requirements of the concept design with on -going repairs, including structural repairs of the
Orange Bowl.
22. Review on -going repairs, historical data, including available plans, drawings, construction documents
and reports to determine their impact on the Project.
23. Develop with the assistance of the City the program and design requirements for the Project, which will
be used as a standard by the A/E for the design of the Project.
24. Perform preliminary investigation, and finding of fact of planned construction, construction or
modification to properties adjacent to the Project site; or projects that may have an effect upon the
Project, or the Project's goals and objectives.
25. Assist the City in the procurement, negotiation and monitoring of the Testing Laboratories during
the construction phase.
26. Assist the City with all specialty services during the Project including assisting the City with leasing
suites and boxes, and reviewing financial assessments
27. Develop, implement (subject to City approval) and manage a dispute and oanflict resolution process.
28. Recommend lease terms to the City for any and all potential lessees
B. Design Phase
1. Review and study any relevant reports, documents or studies previously prepared
2. Work with the City to find any and all "as -built" drawings from previous Orange Bowl projects that
can be used as backgrounds for the successful Design Consultant
3. Establish a list of national A/E firms which specialize in Sporting Venue Design
4. Perform preliminary investigation of utility connections and capacities at the project site. Close
attention must be made to ensure A/E performs thorough utility coordination. Final responsibility for
utility coordination rests with the NE.
5. Compare the resultant Design Agreement proposed fee to that line item in the Project Budget.
6. Meet with the Design Consultant and establish a workable design timetable. And revise the Master
Project Schedule accordingly
7. Attend all milestone review meetings, monitoring the design's progress and checking it against the
project schedule
8. Review all drawings and specifications at all milestones for the purposes of value engineering and
constructability
9. Manage the Design Consultant throughout the design and construction phases
10. Assist City by preparing for Public Meetings as may be necessary from time to time related to the
Design Consultant's action or services
11. Establish construction administration service procedures required by the Design Consultant
12. Monitor the Design Consultant's CADD drawings related to changes and ensure that the City
receives a proper set of CADD drawings in electronic format at the end of the project
13. Make recommendations to the City regarding any additional services requested by the Design
Consultant and any errors and/or omissions that the Design Consultant is responsible for
14. Coordinate between the City, the Design Consultant and the Contractor, so that open and honest
communication is common during the design and construction phases
15. Review design for compliance with project goals and requirements. (Design indudes, but is not limited
to drawings and specifications.)
16. Timely report all issues and deficiencies in performance to the City that Impact the Master Project
Schedule or Budget
17. Facilitate review and approval of the Project by all entities having permit or other jurisdiction
18. Maintain records on all changes request by the City and by the permitting agencies. Program Manager
shall be able to track and report on all associated costs.
City Initials
A-6 Program Manager In + ' _
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
19. Establish a final payment and close-out procedure to ensure that all documents, materials and other
requirements are received by the City
C. Construction Phase
1. Establish a list of nationally recognized Construction firms that have built similar projects regarding
complexity and large sporting venues
2. Establish with the City an RFP for Construction Services
3. Establish the grading system to be used during the evaluation of the RFP's
4. Assist the City in the review, evaluation of the proposals received for Construction Services
5. Assist the City in the negotiation and award of a contract for Construction Services
6. Clearly define the Construction Firms scope of services, additional services and construction errors
and omission responsibilities
7. Compare construction cost to that line item in the Master Project Budget an update accordingly
8. Establish with the City the preliminary construction sequence and timetables that meet the City's
Project overall schedule goals. Then meet with the Contractor and establish a workable
construction schedule
9. Compare construction schedule to Master Project Schedule and update accordingly
10. Provide on -site representation throughout the construction phase
11. Manage the Contractor throughout the design and construction phases
12. Ensure that Contractor prepares one week, two week, and monthly look -ahead schedules. Program
Manager will be responsible for the distribution of these schedules.
13. Provide weekly reports to the City during the construction phase. Reports to include logs on
submittals, RFI's and CPR's
14. Work with the Contractor to establish value engineering procedures and criteria and closely monitor
the estimates of design through the design period
15. Review all estimates and compare it to the original Master Project Budget
16. Establish construction administration procedures to be used by the Contractor throughout the
construction period
17. Require that the Contractor furnish an original construction schedule and monthly updates
18. Monitor the progress of construction and compare the progress to the original construction
schedule and the monthly updates
19. Coordinate the activities for Testing Laboratories during the construction phase. Evaluate and
make recommendations regarding their costs and services
20. Track and report on all change orders, pending change orders, the basis for change orders and
their associated costs.
21. Track and report on all unforeseen conditions, and their associated costs.
22. Assist City by preparing for Public Meetings as may be necessary from time to time related to the
Contractor's action or services
23. Ensure that the Contractor is complying with the Quality Control and Assurance Plan
24. Establish a substantial completion and punch list procedure so that all areas are properly reviewed
and that the subsequent lists are properly completed prior to issuance of the notice of Substantial
Completion
25. Establish a final completion and close-out procedure to ensure that all documents, materials and other
requirements are received by the City
26. Make recommendations to the City regarding all additional services, or time extensions requested
by the Contractor. Also review and make recommendations regarding the Contractor's
responsibilities regarding construction errors and/or omissions
27. Coordinate between the City, the Design Consultant and the CM, so that open and honest
communication is common during the design and construction phases
28. Timely report all issues and deficiencies that impact the Construction Schedule.
29. Review and recommend to the City proposed uses of construction contingency by the Contractor.
30. Maintain a "Pending Change Report" to track proposed increases in the construction contract and uses
of construction contingency - expected, committed and contracted.
D. Post Construction Phase
1. Develop a Sponsorship/Naming Rights Plan and assist the City in implementing the Plan and entering
into sponsorship agreements
2. Develop and implement a training program for City personnel for all equipment and operation aspects
of the improvements to the Orange Bowl Stadium
3. Develop an operation plan and associated benefits cost for operation by the City, Private, or a
City/Private partnership. Manage the build -out of the concessionaire sites.
4 Based on the completed renovations develop start-up and annual maintenance plans, including
preventative maintenance, with corresponding budgets
City initial
A-7 Program Manager Ini
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
5. Assist the City in the selection and contracting process for a restaurant. Manage the build -out of the
restaurant site (if determined to be financially beneficial)
6. Assist the City in the concessionaire selection and contracting process. Manage the build -out of the
concessionaire sites, including systems and equipment
7. Develop a Parking plan and assist the City in its implementation.
8. Develop a warranty plan for for monitoring, reporting and tracking warranty issues and repairs
In addition, as stipulated in this Attachment A the RFLI, RFI, corresponding responses from the Program Manager,
and the Negotiation addendum are incorporated by reference and become apart of this Agreement.
ARTICLE A5 SUB -PROGRAM MANAGERS
FIRM NAME CONSULTING FIELD
David & Garcia PR Public Relations
MAGBE Consulting Services, Inc. Community Outreach
Tim Haahs & Associates Parking Planning and Design
HNTB Corporation Transportation Planning and Traffic
Analysis
ARTICLE A6 KEY STAFF
NAME JOB CLASSIFICATION
John Vick Executive Vice President
John A. Paccione Senior Vice President (Project Executive)
Ann Carey Senior Vice President (Project Executive)
James K. Cowdery Vice President
Hank D. Pohl Senior Project Manager
Michael Godoy Director
Steve Froot Vice President
Larry Benton Associate
Justin Bates Junior Associate
City Initials
'"'*"""END ATTACHMENT A'"*'""
A-8 Program Manager I
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT B
COMPENSATION AND PAYMENTS
ARTICLE B1 MANNER OF COMPENSATION
The fees for Services for 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 Program Manager.
a) A Lump Sum
(1) Core staff and recurring expenses shall be paid on a lump sum basis for each phase of the
Project. Payments will be made on a monthly basis prorated over the time to be established
for each phase, upon the City's approval of the corresponding components of the Master
Project Schedule.
b) An Hourly Rate, at the rates set forth in Article 69.
(1) Supplemental staff shall be reimbursed on an hourly basis.
B1.01 COMPENSATION LIMITS
The aggregate sum of all payments for fees and costs, including reimbursable expenses, to the Program Manag
payable by the City under this Agreement shall be limited to the amount specified in Section
. .03-1 and as shown in Exhibit Three as the maximum compensation limit for • ulative
expenditures under this Agreement. Under no circumstances will the City have any liability for work pe, •rme•, •r as
otherwise may be alleged or claimed by Program Manager, beyond the cumulative amount provided er-'•, a ept
where specifically approved in accordance with the City Code by the City Manager or City Commissi. as • lic. ble
as an increase to the Agreement and put into effect via an Amendment to this Agreement.
For employees included as Core Staff, at no time should the billing exceed the amount specified in this A
B1.02 PROGRAM MANAGER NOT TO EXCEED
Absent an amendment to the Agreement, the maximum dollar amounts stated for compensation shall not be
exceeded without written approval by the City Manager. In the event compensation is exceeded without the City
Manager's written approval, the City shall have no liability or responsibility for paying any amount of such excess,
which will be at Program Manager's own cost and expense.
ARTICLE B2 WAGE RATES
B2.01 FEE BASIS
All fees and compensation payable under this Agreement shall be based on the maximum wage rates shown in
Article B9, as adjusted for overhead, and operating margin, where appilcable, plus any and all reimbursable
expenses that have been received and approved by the Director in the manner prescribed herein. The maximum
Wage Rates are summarized in Article B9 incorporated by reference. Said Wage Rates are the maximum effective
direct hourly rates, as approved by the City, for Program Manager and Sub- Program Manager employees In the
specified professions and job classifications that are to be utilized to provide the services under this Agreement,
regardless of manner of compensation.
B2.02 EMPLOYEES AND JOB CLASSIFICATIONS
Article B9 identifies the professions and/or job classifications expected to be used during the term of this Agreement.
In determining compensation for a given Scope of Work. The City reserves the right to recommend the use of
Program Manager employees at particular Wage Rate levels.
B2.03 CALCULATION
Said Wage Rates are to be utilized by Program Manager in calculating compensation payable for Supplemental Staff
and for Additional Services as may be requested by City. Program Manager shall identify job classifications,
available staff and projected man-hours required for the proper completion of the Services under this Agreement.
Whatever adjustment factors have been approved by City in this Agreement are depicted in Article B9and shall be
applied to the raw Wage Rates to determine the Adjusted Wage Rates.
B2.04 EMPLOYEE BENEFITS & OVERHEAD
Regardless of the method of compensation, ail compensation paid by the City shall cover all Program Manager's
labor costs.
B2.05 ESCALATION
B2.05-1 Wa9e Rates
Values depicted in Article B9 will be allowed annual escalation effective with the annual anniversary of the
contract executioi},d9e. The maximum increase in any annual adjustment shall be limited to three percent (3%)
per year
City Initials
B-1 Program Manager Initi
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
B2.05.2 Adjustment Factors
Where an Independent Auditor's Report is used to calculate overhead and other adjustment factors as depicted
in Article B9, the Lump Sum and Hourly Rate Fees estimated per year will be adjusted annually utilizing the most
recent updated adjustment factors for successive years, effective on the anniversary of the execution of the
contract.
ARTICLE 83 COMPUTATION OF FEES AND COMPENSATION
The City agrees to pay the Program Manager, and the Program Manager 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 Services shall generally be a Lump Sum, a Fixed Fee mutually agreed to or to be mutually agreed
upon in writing by the City and the Program Manager and stated in a Work Order for Additional Services. Lump Sum
compensation is the preferred methodof compensation. For any task or activity to be assigned to Program Manager,
whether PRIMARY or SPECIALTY SERVICES, the preferred method of compensation is Lump Sum.
B3.01-1 Lump Sum Fixed Fee: shall be the total amount of compensation where aspects of Work are
clearly defined, quantified and calculated.
B3.01-2 Payment Basis: Payments shall be made on a monthly basis to the Program Manager and shall
be made based upon the total compensation for the cost of the Core Staff and/or Supplemental Staff for a
particular Phase of the Services prorated on the number of months for such Phase.
B3.01-3 Modifications to Lump Sum: If the City authorizes a substantial or material change in the
Services, the Lump Sum Compensation for that portion of the Services may be equitably and proportionately
adjusted by mutual consent of the Director and Program Manager, which may be put into effect by a change
order, subject to such additional approvals as may be required by legislation or ordinance.
B3.01-4 Lump Sum compensation shall be calculated by Program Manager utilizing the Wage Rates
established herein including overhead, operating margin, and reimbursable expenses as attached in Exhibit
Three.
B3.02 HOURLY RATE FEES
B3.02-1 Hourly Rate Fees shall be those rates for Program Manager and Sub- Program Manager employee
classifications generally identified in Article B9 Wage Rates. Total fees calculated using an Hourly Rate will
include a maximum not to exceed figure, inclusive of all costs expressed in the Agreement, including but not
limited to overhead, operating margin, and reimbursable expenses. The City shall have no liability for any fee,
cost or expense above this figure.
B3.02-2 Conditions for Use
Hourly Rate Fees shall be used only in those instances where it 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 the work to be performed. Hourly Rate Fees may be utilized for Supplemental Staff and Additional
Services. In either case, the City will a Not to Exceed Fee for the work to be performed on an Hourly Rate Basis.
B3.02-3 Overtime
Program Manager shall identify justification for use of overtime and, upon advance approval of Director, may
authorize the use of overtime, subject to the following limitations: overtime may only be used for Supplemental
Staff utilized on an hourly basis, and such Supplemental 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 Article B9.
B3.03 SUB -PROGRAM MANAGER FEES
Program Manager is responsible to directly pay all Sub -Program Managers performing Services The Program
Manager is not entitled to a mark-up of any kind on compensation paid to Sub -Program Managers on behalf of City.
All payments to Sub -Program Manager shall be made in accordance with Florida Statutes's Local Government
Prompt Payment Act.
ARTICLE B4 FEES RESULTING FROM PROJECT SUSPENSION
If the Project is suspended for the convenience of the City for more than three months or terminated without any cause in
whole or in part, the Program Manager shall be paid for services duly authorized and performed prior to such suspension
or termination, together with the cost of authorized reimbursable expenses then due, and all appropriate, applicable, and
documented expens: esulting from such suspension or termination. If the Program is resumed after having been
suspended form. •: { n three months, the Program Manager's further compensation may be subject to renegotia
J
City Initials
8-2 Program Manager ini
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
ARTICLE B5 ADDITIONAL SERVICES
Services categorized as "Additional Services" may be specified and authorized by City and are considered to be beyond
the scope of the Basic Services. Additional Services shall either be identified in a Work Order or shall be authorized by
prior written approval of the Director or City Manager and will be compensated for as provided in the Work Order. Hourly
' Rates shall be based on those stated in this Agreement.
ARTICLE B6 PAYMENTS
B6.01 PAYMENTS GENERALLY
Payments may be requested monthly for services performed during the prior month. For the Lump Sum portion of
this contract, payments shall be made monthly on an equally prorated monthly basis for the applicable portion of the
Services. Hourly Rate payments shall be made on the basis of actual hours worked for the Hourly Rate Fee,
accompanied by a duly certified invoice, giving names, classification, salary rate per hour (not to exceed the values
depicted in Article B9), hours worked and total charge for all personnel.
Recurring Reimbursement Expenses established at an annual lump sum as shown in Exhibit Three 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 60 days of the Program Manager's expenditure thereof.
Sub -Program Manager Fees and Reimbursable Expenses shall be billed to the City in the actual amount paid by
Program Manager.
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.
B6.02 MONTHLY PROGRESS REPORT
In addition to the invoice, the Program Manager shall submit a Monthly Progress Report giving a summary of the
Services provided and activities undertaken by Program Managerstaff, with particular detail regarding the work of
Suppemental Staff. The Monthly Progress Report shall also provide summary as to the status of all assignments,
tasks, activities and deliverables as may be applicable. City shall have the right to reject any invoice not
accompanied by a Monthly Progress report.
ARTICLE B7 REIMBURSABLE EXPENSES
B7.01 GENERAL
Any fees for authorized reimbursable expenses shall not include charges for Program Manager handling, office rent
or overhead expenses of any kind, including depreciation of equipment, professional dues, subscriptions, etc., or
employees time or travel and subsistence not directly related to the Project. Reimbursable expenses shall be billed
to the City at direct cost expended by the Program Manager.
The City will reimburse the Program Manager 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. Documentation shall be
submitted with invoices for Variable Reimbursement Expenses. For Recurring Reimbursement expenses, the
supporting documentation for the lump sum payments shall be available to the City for audit upon request of the City.
B7.02 TYPES OF REIMBURSABLE EXPENSES
As depicted in Exhibit Three, Reimbursable Expenses are to be established either as a Recurring Reimbursement set
as a Monthly Lump Sum amount primarily attributable to Core Staff or as Variable Reimbursement given as a limiting
amount, or allowance, subject to the advance approval of the Director or designee for direct expenses attributable to
either Core Staff, Supplemental Staff.
Reimbursable Expenses are shown in Exhibit Three. Actual direct costs paid by Program Manager for Variable
Reimbursement Expenses shall be the basis of invoice to City, subject to the advance approval of the Director as
provided below.
B7.03 AUTHORIZATION
Both Recurring Reimbursements and estimates of Variable Reimbursements are as shown in Exhibit Three, subject
to the following exceptions. Variable Reimbursement Expenses for all travel and per diem, miscellaneous 'items and
any other itern or category not stated shall be subject to specific written advance approval of the Director or designee
using forms provided in Exhibit Two.
B7.04 DEFI;N NS & CATEGORIES
City initials
B-3 Program Manager I
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
Reimbursable Expenses are those items authorized by the City outside of or in addition to professional and consist of
actual expenditures made by the Program Manager and the Program Manager's employees, or Sub -Program
Managers, in the interest of the Services for the purposes identified below:
B7.04-1 Tran portatlori
• Recurring Reimburseable: parking expenses and vehicle allowances for members of Core Staff inclusive
of fuel, maintenance and leasing.
Variable Reimburseable: parking and mileage for Program Manager and Sub -Program Manager staff to
sites strictly relating to City Work, excluding travel to and from primary work location, supported by mileage
log documentation. I
Identifiable transportation expenses in connection with the Program, subject to the provisions of this Agreement
and to the limitations of Section 112.061, Florida Statutes, as amended, excluding, however, all, general
automobile transportation expenses within Miami -Dade County. However, transportation expenses within Miami
Dade County related to the performance of Services shall be reimbursed utilizing the mileage rate In Section
112.061 of the Florida Statutes. Transportation expenses to locations outside the Dade-Broward-Palm Beach
County area or from locations outside the Dade-Broward-Palm Beach County area will not be reimbursed unless
specifically pre -authorized in writing by the Director or designee. Such pre -authorization will be subject to the
mileage rate limitations of Section 112.061, Florida Statutes, as amended.
B7.04-2 Travel And Per Diem
All travel and per diem expenses are Variable Reimbursement Expenses. Identifiable per diem, meals, lodging,
taxi fares, car rental and miscellaneous travel -connected expenses for Program Manager's personnel subject to
the limitations of Section 112.061 Florida Statutes as amended, shall be considered Variable Reimbusement.
Authority to travel as required in FS 112.061 shall be accomplished using the form provided as Exhibit Two.
Meals for class C travel inside Dade or Broward County will not be reimbursed. Meals and lodging expenses will
not be reimbursed for temporarily relocating Program Manager's employees from one of Program Manager's
offices to another office if the employee is or has been relocated for more than thirty (30) consecutive calendar
days. Lodging will be reimbursed only for room rates equivalent to Holiday Inn, Howard Johnson, or Ramada
Inn. Without justification deemed sufficient solely in the discretion of the Director, lodging will not be reimbursed
within Miami Dade, Broward or Palm Beach County, for staff who permanently reside in Miami Dade, Broward, or
Palm Beach County.
Program Manager shall have the option, subject to the review and approval of the Director, to utilize weekly or
monthly rates for lodging of relocated staff upon submission of documentation that demonstrates the cost
effectiveness of such rates over daily room rates described above.
B7.04-3 Communication and Delivery Expenses
• Recurring Reimburseable: cellular (mobile) telephone expenses for members of Core Staff.
• Variable Reimburseable other than that stated above, identifiable communication expenses, specifically
those for long distance and cellular telephone, are to be considered overhead and not subject to
reimbursement. Courier and express mail service is generally considered a Variable Reimburseable
expense.
B7.04-4 Reproduction, Photography
Cost of printing, reproduction or photography, which is required by or of Program Manager to deliver services set
forth in this Agreement are eligible Variable Reimbursement Expenses.
B7.04-5 Permit Fees
All Permit fees paid by Program Manager to regulatory agencies for approvals directly attributable to the Project
are deemed eligible Variable Reimburseable Expenses, and exclude permit fees required to be paid by the
construction contractor.
B7.04-6 Computer Expense
• Recurring Reimburseable: Costs for lease of laptop computers and printers. for Program Manager, as
designated in Exhibit Three, are eligible Recurring Reimbursements.
B7.04-7 Office Supplies And Equlament
Recurring Reimburseable: Costs for fax machine and other equipment rentals and for consummable office
supplies including copy paper designated in Exhibit Three.
• Variable Reimburseable Costs for toner, ink cartridges and simlar supplies for fax machines, printers and
copiers designated in Exhibit Three.
B7.07-8 Miscellaneous Reimbursable Expenses
Alt other expenses q,cluded in Exhibit Three or those otherwise requested in advance and approved in writing
by the Director or esignQe are eligible for reimbursement as Variable Reimbursements.
City Initials
B-4 Program Manager !nit
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
B7.05 REIMBURSEMENTS TO SUB -PROGRAM MANAGERS
Reimbursable Sub -Program Manager expenses are limitedto the items described above when the Sub -Program
Manager agreement provides for reimbursable expenses and which shall be subject to all budgetary limitations of the
City and requirements herein.
ARTICLE B8 COMPENSATION FOR REUSE
B8.01 GENERAL
It is understood that this Agreement includes the provision for the re -use of documents, plans and specifications,
reports,and models, at the City's sole discretion. By virtue of signing this Agreement Program Manager agrees 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.
ARTICLE B9 WAGE RATES SUMMARY
JOB CLASSIFICATION
Executive Vice President
Associate
Junior Associate
Senior Vice President
Senior Project Manager
Project Manager
Project Coordinator
Director
Vice President
NOTES:
MAXIMUM LABOR RATES
$430.00
$190.00
$165.00
$226 - $230.00
$145.00
$124.00
$93.00 - $101.00
$136.00
$136.00 - $171.00
ARTICLE B10 ESTIMATE OF FEE AND REIMBURSIBLE EXPENSES
As stipulated in the Program Manager's Orange Bowl Fee and Reimbursible Expenses Proposal dated May 11, 2006,
which is attached and made a part of this Agreement in Exhibit Three.
City Initials
B-5 Program Manager I
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
EXHIBIT ONE
EXECUTED INSTRUMENT DATED FERUARY 14, 2006
City Initials
Exhibit Two Program Manager Initi
City of ititaint
JOE ARRIOLA
City Manager
February 14, 2006
Mr. John A, Paccione
Senior Vice President
Jones Lang LaSalle
701 Brickell Avenue
Miami, Florida 33131
Subject: Orange Bowl Renovations -Program Management Services
Dear Mr. Paccione:
The City has been served with a lawsuit by Hammes Inc. and Hammes Sports Development of
Florida, LLC concerning the above referenced subject. The lawsuit includes counts for damages
and injunctive relief. Litigation is uncertain. As such, the City cannot make and makes no
representation as to the potential outcome of the litigation or the dispute with Hammes Inc. and
Hammes Sports Development of Florida, LLC. Although the City intends to continue negotiations
and award a contract to the best qualified firm, you need to know that the City may elect not to
award a contract or may elect to terminate the contract, after it has been executed, if it deems it to
be in its best interest, in light of the lawsuit or dispute with Hammes Inc. and Hammes Sports
Development of Florida, LLC.. Additionally, the City may be enjoined from proceeding with the
negotiations and the award of the contract.
The contract that will be negotiated will include a provision that will allow the City to terminate the
contract for convenience, which includes the issues related to the lawsuit or dispute,
By signing below you acknowledge that you have been advised of the pending litigation and
dispute and that you have elected to proceed with negotiations with the City notwithstanding.
Sincere
F
F..
rement Supervisor
rikant
Accepted B
DEPARTMENT OF CAPITAL IMPROVEMENTS
444 NW 2'd Avenue, 8'" Floor / Miami, FL 33130 / (305) 416-1280 / Fax: (305) 416-2153
Mailing Address: P.O. Box 330708 Miami, FL 33233-0708
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
EXHIBIT TWO
TRAVEL APPROVAL TEMPLATE
City of Miami
�y
;• i;- TRAVEL EXPENSE APPROVAL
REFERENCE: Laborikk agement Polley Nos.1.77 and `2 16 1 FI Nal Tax No: 04-00063.08i23
1. Treve*anos;Apytoval No(r). rndAmoinip):
TA A -S' TA E-•$
I5.
2. Tf S v vsl nqu►at Is for: 0 Employ.. 0 Otlrrsr,(.pedty):
& tame;;
4. Tttts: pwW'or tippled tor)c.
010arhnant •
Q. OE i.im:
7. Malin0 Addrus
0
8 Pttpo.I:.
0:-00s6nwar Fromr
1O..Deslswdan'Tor
t1,. Ora d t spark .
12 rota d ftetars
18.. Waddng.Days Absent:.
14. Cathnafa_d MAleage:
15, Mathod of Taal;
O Gfty V.hid. Slip la#14 O PubGecarnaromsrtttan akiine.:Specify type and boa. (Skip to 918;
.0 Pilau' ve * (stop to R17)
0 Pnvas VaI (Complete tie 'rip 10:618)
16.
i..Dspartin%
Ratarirra
;kit?
"Tmvei
go*
'4. Name of AtiUna
b. IrRial ttlght,w b4
c. Fala Sarla.Coda
O. Nrf2ielf rlri ro n:11 p tare,,
*Morena):
11: ...
L IR'RELATIONS 118E.CHt,Y
Pkifale
Vehda
Data
fieln:btlrsernertt.kt:iisd
PI
MINN 0991
of brit);
AUlhorladJ180610t6.
Oek I 1
1 I
LS
19..Aceount Code(a) tuba craved:
18. Totat sakria od experua for this t4p (Iiduding tnweipartaorL
,taro. Tama, seminar waft seq.).;
20. Reasondor tnwa,advarue laguest D Bmpoysa yr 'ba rwant npra.ther's nuking days,
0 Twat axperreeia'e.u,raivalytiSh 0 Employee. arwrel°aviary Is lootsron.$60;000:
21..MX. otAdvanoe Nowa Wdi
' 22. Data Check Nradad by
23. Empl rev Na:
2 '
1 1
26,
1 1
City btanacan/Farenoe Dire aor Dail
Dopamine CinrctordDasfg,.. Daft
'
t203 Fori 1 clartation: whir -Fiona (iwo« range, priory Issuing Depertunonl.
City Initials
Exhibit Two
Program Manager InitiC:::)1
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
EXHIBIT THREE
FEE AND REIMBURSIBLE EXPENSES PROPOSAL
DATED MAY 11, 2006
City Initials /% `,1 Y/ Exhibit Three Program Manager Initial
Jones Lang LaSalle Professional Services Agreement
6ddblt Three
C8y of Miami
Program Management Services for the Renovation of 1M Orange Band Stadium
Name of Firm: Jona. Lang LaSsae
Summary Fee Schedule for Al Pluses
_. _..
Fees
Expenses
_..
No.
Area of ResponsBnry
to be Performed
....._..
Name
_.
PositionTask
Ma5ytic
Pre -Design
Design
Construction
ost
conPtr., n
Total
M ayrticalConstruction
Pre -Design
Design
Construction
c.Po
Total
Total
A
Core Program ManagementlConstructlsn
Management
Project Definition
-
-
-
-
-
-
Strdeglo Malyels
'__.Joan Vick `
Executive Vice Presider+
103,200
44,720
-
-
-
147,220
-
147,920
Financial Analysis
Larry Benton
Associate
208,780
96 800
-
307,580
_
307 580
FerencS Angels
,Iuttn Bates
Consultant
34,320
17 100
-
51,460
51,480
_
)
Prated DaliverY
-
-
-
-
Program Management
Mot Carey
Project Executive
311,570
-
107,730
8,553
427,653
-
427,853
Program Management
John Pecdone
Project Ereaalw
-
156,544
60,062
194,814
17.106
428,526
-
428,526
Program Management
James Corday ',
Vice President
-
156016
130.566
485,306
42,621
794,609
-
794,509
Program Menag•m•nt
Hank Pohl
Senior Project Manager
-
100,353
167,988
588,593
54,829
921,741
-
921,741
Program Management
Project Manager
Project Manager
-
129,459
144,454
514,801
47.154
835,668
835.068
Program ManagementProject
Manager
Project Manager-
129,459
144,464
514,801
47,155
835,869
-
635,869
Program Management
Praffci Coordnator
Project Coordinator
128,328
107,393
382,722
35,056
S53,497
653,497
-
_
Project Operations
....._
-
-
_
Operations Support
Mlchaal0odoy
Director
47,678
-
-
7,073
64,751
-
54,751
Opralkns Support
Shove Froot
Vie President
143,034
-
21,219
164,253
-
164,253
A- CumuMew Hours
948,582
660,837
764,966
2,771,767
280,764
5,623847
-
-
-
-
-
-
6 623,647
B
Slemental Staff
Project Definition
-
-
-
-
-
-
-
Protect. Dery
Sve
_.
-
_
Project Operations
-
-
-
-
a8u poR
Mbtt Godoy
Dvodor ..
-
-
.-
Opersibns Suppon
Suva Freot
licePresident
-
_
_
..
_
Retell FsasiDlltiy
_
_
_
-
-
Markel Maysls
Vice ProWanl
Retell Vice President
12,000
-•
-
-
12,000
-
12,000
Financial Analysts
Project AnUyer
Retell MalyM
12,900
-
•-
12.900
12 900
_
_
_
_
Con/ COMM_
Fusibility
_
_
Marti Analysis
Vita President
'Hotels Vice President
9,000
9,000
9,000
Financial Analysis
Protect Associate
Motels Mwdas -...
13,000
• -
-
13,000
-
13,000
FinandalMayab
Ploted.
WebMalyy9t
18,000
18,000
-
18,000
B - C4lmdetM Hours
64,900
44
64,900l
4-
_
-
- 114.900
300,000
_ 300,000
300,000
.
C
Supplemental Staff - Sub Program Managers
Supplemental Services:
_. _
Treseponaeon and Trade
... -
•
•
-
-
Parking Plrni g
-
Public Relations
--
Community Outreach
-
-
- -
C-Cumulative Moue
700,000
• 300,000
-
300,008
Recurring Expenses for Project Related end Cora Staff
32,340
14,958
15,290
88,042
8,396
135,024
135,024
Venabie menses for Project Related and Supplemental Weft
126,815
54,056
52,794
130,733
11,630
376,228
376,228
1 Orand Hours
$ 1,213,462
$ 990,837
a 764,695
$ 2,776,767
$ 280,786
i 5,968,747
$ 159,156
$ 89,012
$ 86,084
$ 198,775
$ 16,226
i
511,253
i 0,500.000
Cumulative
May 11, 2006
Summary Fee Schedule
1 of 12
May 11, 2006
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
Program Management Services for the Renovation of the Orange Bowl Stadium
Summary Expense Schedule for All Phases
VARIABLE REIMB. EXPENSE FOR PROJECT RELATED AND SUPPLEMENTAL STAFF - LUMP SUM - Project No.:
• umptions: Total phase length of 39 months from May 2006 to July 2009
Item No
Description
Amount per
Month orMontle
FTE
Number of
or
PTV'
Analytical
Pro -Design
Design
Construction
t
Canpchatrc0o
Total
1
Computer Software
$478
20
1,150
1,700
1,500
5,100
-
9450
2
Local Courser stimate
$477
39
4,680
1,920
1,600
9,600
600
18,800
®
4
Outside R • ..,•,yL • 'al
$845
39
7 800
1 600
2 580
18 000
3 000
32 960.
FaxCartridges(Small
Office
6108
39
-
:. •
:...
2,400
200
4,200
5
Fax Cartridges Additional larger HP
Machine- Field Office
$215
30
_
-
1,600
1,600
4,800
400
8,400
8 ;
Printer Cartridge -add Office
8108
39
893
2,400
200
4,200
7
ravel - Rental Cars Suppbmantrl Staff
$50
- 39
780
320
320
480
40
1,940
8
ravel - Air Fire (To -From) Supplemental
Stag
$105
39
1,950
640
480
960
80
4.110
9
Travel- Hotels Supplemental Staff
S109
39
1,950
640
640
960
: •
4,270
10
Travel- Meals Supplemental Staff
325
39
390
160
160
240
20
970
11
Travel - Misc. SupplernentM Staff _____
, $5
39
98
20
20
60
5
203
12
Travel'- Parking FLL Supplemental Stag
$12
39
195
80
80
120
10
485
13
Trivet - Parking MIA
SStaff ta Supplementalsza
$12�3��®�
#OIVroI
0
-
-
-
2,400
200
485
878
2,800
..
15
Meld es � Glasses/Ear
16
Cagy Paper.... ._....._....
$274
39
_... 3,900
800
800
4,800
400
10,700
17 -
Couriers, Messengers ^.......
$352
39
4,680
1,920
1,920
4,800
400
13,720
18
Mist. Office Supplies
(Fofder(Bnder/PenGYPen/Posif/CD/Noteb
ook)
5377
...... _
39
_
3,900
1,600
1,600
7,200
400
14,700
20
CM Phone Service
S47
39
- 341
140
210
1,050
105
1,848
21
Perking Mewl)
58
39
98
40
40
120
10
308
136,024
_. -. Told 32,340 14,5611 16,210 66,042 6,306
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE STAFF - LUMP SUM - Pro ect No.:
�.__ shipping (WIMin Florida -Miami, Next Day,
1 Lb.)
$218
39
938
384
768
6,000
400
8,488
23
Shipping (Min Fbrida-Mares, Next Day,
S Um)5481
39
4,368
1.792
1,792
9,800
1,200
18,752
24
Travel - Raft' Cars Cora
Conahuctlm Mont
$945
39
14,820
6,080
8,080
9,120
760
36,860
25
Travel - Pikfus(ToFrom)Cors
'Propram/Construction Mont
$2.002
39
37,050
12,160
9,120
18,240
1,520
78,090
26
Trawl- Hotels tore ProptamXAnstucton
Mgmt
$2,080
39
37,050
12,180
12,160
18,240
1,520
81,130
27Travel
- Meals Core Program
$473
39
7,410
3,040
3,040
4,580
380
18,430
28
Travel- Misc. Core Pfopralutons5ULtIOn
$99
39
1,853
380
380
1,140
95
3,848
20
Travel - Panting FLL CO M Construction
#AO•r•t =.
$236
39
3,705
1,520
1,520
2,280
190
9,215
30
Travel - Partenp M(A Gore
Program/Conetrucdon MOmt
5238
39
3,705
1,520
1,520
2,280
190
9,215
31
Mileage Core Program/Construction Mgmt
S322
39
3,705
1,520
1,824
5,123
380
12,552.
32
Cell Phone Service
$899
39
8,484
2,680
3,990.
19,950
1,995
35,079
33
Packing(Vlsitocs) _
6158
39
1,950
800
800
2,400
200
6,150
34
1 one (Bel South)
5215
39
2,400
1,800
1,800
2,400
400
8,400
35
Laptop Lease
$831
19.8
1,380
2,040
1 800
10,200
1,000
16,420
38
Color a B/W Printer Lease _...__-_.
$323
39
-
2,400
2 400
7,200
600
12,800
37
Copier Lease __.._.
$538
39
-
4,000
4,000
12,000
1,000
21,000
Total
125,816
64,068
62,794
130,733
11,530
376,228
Summary Reimbursable Sch 2 of 12
City of Miami
Program Managemend Services forth Renovation of the Orange Bowl Stadium
Name of Farm: Jones Lang LaSalle
Phase: Malytiul
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
RFI Number: 05-06-022
Project Number.
Submittal Date: 02i082005
Phase Length: May 2006 to July 2009
_...._.
No.
Area of Reeponaidlity _- ...
Task to be Performed Name
—
Position
Ud9zation
Percentage
rcentag
Duration (In
Hours )
Hourly Rates
_.
_..
Totals
--Variable Rermb. ExpensesRecurring
from Expense VJerkstheet
( )
Reim. Expenses
(From Expanse Worksheet) a
Comment Clarifiwti,ms, Remarks
Remarks
A
Core Program Management/Constructlon Management
_..
Project Deflnrtion
Strategic Analysis
John Vick
Executive Vice President
20
240
430
$103.,200
20% for six months
Financial Analysis
Larry Benton
Associate-
100
1100
190
$208,780
100% for seven months
Financial Analysis
Justin Bates
ConsuHant
20
208.
165
$34,320
20% for six months
Project Delivery _
-
Program Management
Ann Carey
Project Exeanive
-- Vanes
1347
231
$311,570
Length of Phase
Program Management_
John Pavaone
Projeal Exeafive
S0
Program Management
James Cowdery
Vice President
S0
Program Management
Hank Pohl
Senior Project Manager
$0
Program Management
Project Manager.,.
Project Manager
50
Program Management
PredManager
—. Project Manager _
_....
30
—
m
PrograManagement
Project Coordinator
Pmlect Coordinator
50
-..
-
Project Operations
_
_..
....
.......
Operations Support
Michael Godoy
__._ Director
Varies
351
138
$47,678
Length of Phase _
Operations Support
Steve Root_
Vice President -.
Varies
954
150
$143,034.Length
of Phase
...._ ._
......
A. Cumulative Hours
_.�.
4199 _...
_.
$848 582
$ -
$ -
B
Supplemental Staff
Project Definition
_. _
—
s
Project Delivery_._
...._.
_
_..
Project Operations
�.
Retail Feasib$lty
Market Analysts
Vice President
Retai Vice President
Varies
40
300
$12,000
Six months
Financial Analysis
Project Analyst
Rated Analyst
Vanes
86_.—.._.
150
$12,800
Six months
Conf Center Feasibility_
Market Analysis
Vice President
Hotels Vice. President
Varies
30
300
$9,000
Six months
Financial Analysis
Project Associate
Hotels Associate
Varies
85
200
$13,000
Six months
Financial Analysis
Project Analyst
Hotels Analyst —
Varies
120
150
$18,000
Six months
B B. Cu-Mutative Howe
341
_ $64,800
_..
$ -
$
C
Supplemental Staff - Sub Program Managers
Supplemental8ervlces:
To be provided
=—_ _.
$300,000
-
Transportation and Traffic
Parking Ptaming
_4...
Public Relations
_...
Community Outreach
._.
C - Cumulative Hours
0
$300,000
$ -
$ -
1
Grand Cumulative Hour
4540
$ 1,213,482.00
$ 32,340.2.,
$ 128,815.25
May 11, 2006
Analytical Phase Fee Schedule
3 of 12
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
Program Management Services for the Renovation of the Orange Bowl Stadium
ANALYTICAL PHASE / ESTIMATE OF REIMBURSABLE EXPENSES
VARIABLE REIMB. EXPENSE FOR PROJECT RELATED AND SUPPLEMENTAL STAFF - LUMP SUM - Project No.:
Assumptions: Total phase length of 39 months from May 2006 to July 2009 / Total phase hours of 4640 divided by 1900 hours per
FTE equals 2.3 FTE's for this phase
Item No
Description
Amount per Month
or FTE
Number of
Months or
FTE's
Base Unit Cost
Total Fee
Remarks
1
Computer Software
$500
2.3
$1,150
2
Local Courier (Estimate)
$120
39
$4,680
3
Outside Reprographics
$200
39
$7,800
4
Fax Cartridges (Smal B & W )- Field Office
$0
39
$0
5
Fax Cartridges Additional Larger HP Machine- Field Offices.
$0
39
$0
6
Printer Cartridge- Field Office
S0
39
$0
7
Travel - Rental Cars Supplemental Staff
5400
39
$780
8
Travel,Air Fare (To -From) Supplemental Staff
51,000
39
$1,950
9
Travel - Hotels Supplemental Staff
$1,000
39
$1,950
10
Travel - Meals Supplemental Staff
$200
39
$390
11
Travel - Misc. Supplemental Staff
$50
39
198
12
Travel - Parking FLL Supplemental Staff
5100
39
$195
13
Travel - Parking MIA Supplemental Staff
5100
39
$1.95 _
14
Mileage Supplemental Staff
$120
39
$234
15
Field Vest/Safety Glasses/Ear Plug/Gloves
$0
0
$0
16
Copy Paper
$100
39
$3,900
17
Couriers, Messengers _
$120
39
$4,680
18
Misc. Office Supplies
(Folder/Bind er/Penc31/Pen/Posi1/C D/Notebook)
$100
39
$3.900
20
Cell Phone Service
$175
39
_$341
21
Parking (Visitors)
$50
39
__ $98
_ Total $32,340.25
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE STAFF - LUMP SUM - Project No.:
22
Shipping (Within Florida -Miami, Next Day, 1 Lbs)
$24
39
$936
23
Shipping (Within Florida -Miami, Next Day, 5 Lbs)
5112
39
A 4 368
24
Travel - Rental Cars Core Program/ Construction Mgmt
$400
39
$14,820
25
-Air Fare (To -From) Core Program/Construction
Mgmt
$1,000
39
$37,050
26
Travel - Hotels Core Program/Construction Mgmt
$1,000
39
$37,050
27
Travel - Meals Core Program/Construction Mgmt
$200
39
57,410
28
Travel -Misc. Core Program/ConstnictionMgmt
$50
39
$1,853_
29
Travel- Perking FLL Core Construction Mgmt
5100
39
$3J05
30
Travel - Parking MIA Core Program/Construction Mgrnt
$100
39
53,705
31
Mileage Core Program/Construction Mgmt
$100
39
$3,705
32
Ce8 Phone Service
$175
39
$8,484
33
Parkingffsitors) _
$50
39
$1,950
34
T1 line (Bel South)
$200
12
$2,400
35
Laptop Lease
$600
2.3
$1,380
36
Color & B/W Printer Lease
S0
39
S0
37
Copier Lease
$0
39
$0
Total
S126,815.25
I
May 11, 2006
Analytical Phase Reimbursables 4 of 12
City of Miami
Program Management Services for the Renovation of the Orange Bowl Stadium
Name of Finn: Jones Lang LaSalle
Phase: Pre -Design
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
RFI Number. 05-06-022
Project Number.
Submi6al Date: 02)082006
Phase Length: May 2006 to December 2008
No,
Area W Reaponaibiy
Tank to be Performed
Name
Position
Utilization
Percentage
Duration On
Hours)
Hourly Rates
Totals
Comment, Clarifications, Remarks I
l
Variable Reimb. enemas I
(From Expense Worksheet) 1
Rearming Reim, Expenses
(From Expense Workseet)
A
Core Program Management/Construction Management
Project Definition
Strategic Analysis
John Vick
Executive Vlce Preaident
20
104
430
$44,720
20% for three months
Finandd Analysis
Larry Benton
Aasodate
100
520
190
$98,800
100% for three months
Financial Ana103
Justin Bates
Consultant
20
104
165
$17,160
20% for three months
)
Project Delivery
Program Management
Ann Carey
Project Executive
S0
Program Management
John Pecdone
Project Executive
50
693
226
$158,544
Length of Phase
Program ManegemeM
James Cowdery
Vice President
Varies
915
171
$158,016
Length of Phase
Program Management
Hank Pohl
Senior Project Manager
50
693
145
$100,353
Length of Phase
Program Management
Project Manager
Project Manager
100
1040
124
$129,459
Length of Phase
Program Management
Project Manager
Project Manager
100
1040
124
5129,459
Length of Phase
Program Management
Project Coordinator
Project Coordinator
100
1387
93
$128,326
Length of Phase
Project Operations
Operations Support
Michael Godoy
Director
Operations Support
Steve Froot
Vice President
$0
A- Cumulative Haute .
6498
5960,637
$
-
$
-
B
Supplemental Staff
Project Definition
Project Delivery
Project Operations
Retail Feasibtlky
Market Analysis
Vice Preaident
Releil Vloe President
Finandd Analysis
Project Analyst
Retai Analyst
Conf Center Fesenel ty
Markel Analysts _
Vice President
Hotels V ce President
Financial Analysts
Project Associate
Hotels Associate
Financial Analysis _
Project Analyst
Hotels Analyst
B - Cumulative Hours
0
$0
S
-
$
-
C
Supplemental Staff - Sub Program Managers
8upptmsntd services:
Transportatlan and Traffic
Parking Planning
Public Relations
Community Outreach
C - Cumulative Hours
0
$ -
$
-
$
-
Grand Cumulative Hours
649E
$960,837.00
$
14,958.00
3
54,056.00
May 11, 2006
Pre -Design Phase Fee Schedule
5 of 12
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
Program Management Services for the Renovation of the Orange Bowl Stadium
PRE -DESIGN PHASE / ESTIMATE OF REIMBURSABLE EXPENSES
VARIABLE REIMB. EXPENSE FOR PROJECT RELATED AND SUPPLEMENTAL STAFF - LUMP SUM - Project No.:
Assumptions: Total phase length of 8 months from May 2006 to December 2006 / Total phase hours of 6496 divided by 1900 hours per FTE
equals 3.4 FTE's for this phase
Item No
Description
Month
Amount per Month
or FTE
Number of
Months or
FTE's
Base Unit Cost
Total Fee
Remarks
1
Computer Software
$500
3.4
$1,700
2
Local Courier(Estimate)
5240
8
$1,920
3
Outside Reprographics
5200
8
51,600
4
Fix -Cartridges (Small B &TIV)- Field Office
5100
8
$800
5
Fax Cartridges Additional Larger HP Machine- Field Office
$200
8
51,600
6
Printer Cartridge- Field Office
5100
8
$800
-
Travel- Rental Cars Supplemental Staff
5600
8
5320
8
Travel -Air Fare (To -From) Supplemental Staff
51,600
8
$640
9
Travel - Hotels Supplemental Staff
$1,600
8
5640
10
Travel - Meals Supplemental Staff
$400
8
5160
11
Travel- Misc. Supplemental Staff
550
8
520
12
Travel - Parking FLL Supplemental Staff
$200
8
580
13
Travel - Parking MIA Supplemental Staff
$200
8
$80
14
Mileage Supplemental Staff
5240
8
596
15
Field Vest/ afety Glasses/Ear Plug/Gloves
$0
8
$0
16
Copy Paper
5100
8
5800
17
Couriers, Messengers
5240
8
$1,920
_
18
Misc. Office Supplies
(Folder/Binder/Pencil/Pen/Posit/CD/Notebook)5200
8
$1,600
20 '
Cell Phone Service
$350
8
5140
21
Parking (Visitors)
5100
8
540
Total $14,956.00
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE STAFF - LUMP SUM - Project No.:
22
Shipping(fYithin Fonda -Miami, Next Day, 1 Lbs)
$48
8
5384
23
Shipping (vMthin Florida -Miami, Next Day, 5 Los)
5224
8
$1,792
24
Travel - Rental Cars Core Program/ Construction Mgmt
5800
8
56,080
25
Travel - Air Fare (To -From) Core Program/Construction
Mgmt
$1 600
8
$12,160
26
Travel - Hotels Core Program/Construction Mgmt
$1,600
8
$12,160
27
Travel - Meals Core Program/C struction Mgmt
$400
8
$3,040
28
Travel - Misc. Core Program/Construction Mgmt
550
8
5380
29
Travel- Parking FLL Core Construction Mgmt
$200
8
$1,520
30
Travel - Parking MIA Core Program/Construction Mgmt
$200
8
$1,520
31
Mileage Core Program/Construction Mgmt
5200
8
51,520
32
Cell Phone Service
5350
8
$2,660
33
Parking (Visitors)
5100
8
$800
34
T1 line (Bell South)
5200
8
$1,600
35
Laptop Lease
$800
3.4
52,040
36
Colon& -B/W Printer Lease
$300
6
$2,400
37
Copier Lease
$500
8
54,000
l✓ Total
$54,056.00
1
May 11, 2006
Pre -Design Phase Reimbursables 6 of 12
City of Miami
Program Management Services for the Renovation of the Orange Bow( Stadium
Name of Finn: Jones Lang LaSalle
Phase: Design
Jones Lang LaSalle Professional Services Agreement
Exhiblt Three
RFI Number. 65-06022
Project Number.
Submittal Date: 02/082006
Please Length: January 2007 to August 2007
Area of Responsibility1
Task to be Performed
Name
Position
Utilization
Percent
Duration (In
Hours)
Hourly Rates
Totals
Comment, Clarifications. Remarks
Variable Ralmb. ExpensesReverting
(From Expense Workstteet)
Reim. ExpensesNo.
(From Expense v, orkaheet)
A
Core Program Management/Construction Management
Project Dagnl6on
Strategic Analysis
John tick
Executive Vice President
Financial Analysis
Larry Benton
Associate
Financial Analysis
Justin Bates
Consultant
Protect Delivery
Program Management
Ann Carey
ProjectExecutive
f0
Program Management
John Pacciaa
Project Executive
Varies
258
233
$60,062
Length of Phase
Program Management
James Coadery
Vice President
66
744
175
$130 566
Length 0f Phase
Progran Management
Hank Pohl
Senior Project Manager
100
1127
149
$167,966
Length of Phase
`
Program Management
Project Manager
Project Manager
100
1127
128
$144 454
Length of Phase
`
Program Management
Project Manager
Project Manager
100
1127
128
$144,454
Length of Phase
gr Proam Management
Project oordinator
C
Project Coordrator
100
1127
95
$107 393
Length 01 Phase
Project Operations
Operations Support
Mic ael Goday
Director
Operations Support
Steve Hoot
Vice President
A - Cumulative Hours
5510
5754,895
$ -
$ -
B
Supplemental Staff
Project Definition
Project Delivery
_......
Project Operations
Retail Feasibility
Market Analysis '
Vice President
Retail Vice President
Financial Analysis
Project Analyst
Retail Analyst
Cora Center Fesstbl(Ity
Market Analysis
ViCO President
Hotels Vice President
Financial Anelysb
Project Associate
Hotels Associate
Financial Analysis
Project Analyst
Hotels Analyst
B - Cumulative Hours
0
f0
$ -
$ -
C
Supplemental Staff - Sub Proem Managers
Supplemental Services:
-
Transportation and Traffic
Pada g Planning
Public Relations
Community Outreach
C - Cumulative Hours
0
$ -
$ -
$ -
Grand Cumulative Hours
5510
$754,895.00
$ 15,290.00
$ 52,794.0C
May 11, 2006
Design Phase Fee Schedule
7 of 12
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
Program Management Services for the Renovation of the Orange Bowl Stadium
DESIGN PHASE / ESTIMATE OF REIMBURSABLE EXPENSES
VARIABLE REIMB. EXPENSE FOR PROJECT RELATED AND SUPPLEMENTAL STAFF - LUMP SUM - Project No.:
Assumptions: Total phase length of 8 months from January 2007 to August 2007 1 Total phase hours of 5510 divided by 1900 hours per FTE
equals 3.0 FTE's for this phase
item No
Description
Amount per Month
or FTE
Number of
Months or
FTE's
Base Unit Cost
Total Fee
Remarks
1
Computer Software _
$500
3
$1,500
2
Local Courier (Estimate)
$200
8
$1,600
3
Outside Reprographics
$320
8
$2,560
4
Fax Cartridges (Small B & W)- Field Office
$100
8
$800
5
Fax Cartridges Additional Larger HP Machine- Field Office
5200
8
$1,600
6
Printer Cartridge- Field Office
$100
8
$800
7
Travel - Rental Cars implemental Staff
$800
8
$320
8
Travel - Air Fare (To -From) Supplemental Staff
$1,200
8
S480
9
Travel - Hotels Supplemental Stag
$1,600
8
$640
10
Travel - Meals Supplemental Staff
$400
8
$160
11
Travel - Misc. Supplemental Staff
$50
8
$20
12
Travel - Parking FLL Supplemental Staff
5200
8
$80
13
Travel - Parking MIA Supplemental Staff
$200
8
$80
14
Mieape Supplemental Staff
$200
8
$80
15
Field Vest/Safety Glasses/Ear Plug/Gloves
$0
8
$0
18
Copy Paper
$100
8
$800
17
Couriers, Messengers
$240
8
51,920
18
Misc. office Supplies
(Folder/BinderIPenc1/PenJPosWCD/t4otebool)
$200
8
$1,600
20
Ca Phone Service
$525
8
$210
21
Parking (Visitors)
$100
8
$40
Total $15,290.00
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE STAFF - LUMP SUM - Project No.:
22
Shipping (Within Florida -Miami, Next Day, 1 Lbs)
$96
8
_ $768
23
Shipping (Within Florida -Miami, Next Day, 5 Lbs)
5224
8
_ $1,792
24
Travel - Rental Cars Core Program/ Construction Mgmt
$800
8
$6,080
25
Travel - Air Fare (To -From) Core Program/Construction
Mgrrlt
$1,200
8
$9,120
28
Travel - Hotels Core Program/Construction Mgmt
$1,600
8
$12,160
27
Travel - Meals Core Program/Construction Mgrnt
$400
8
$3,040
28
Travel - Miss Core Program/Construction Mgmt
$50
8
$380
29
Travel - Parking FLL Core Construction Mgmt
$200
8
$1,520
30
Travel - Parking MIA Core Program/Constnicion Mgmt
$200
8
$1,520
31
Mileage Core Program/ConstructionMgmt
$240
8
$1,824
32
Cell Phone Service
$525
8
$3,990
33
Parking (Visitors)
$100
8
$800
34
T1 line (Bel South)
$200
8
$1,600_
35
Laptop Lease
$600
3.0
1,800
38
Color & B/W Printer Lease
$300
8
$2,400
37
Copier Lease
$500
8
$4,000
I Total
S52,794.00
May 11, 2006
Design Phase Reimbursables 8 of 12
Jones Lang LaSalle Professional Services Agreement
Exhibit Throe
City of Mbml
Program Management Services for the Renovation of the Orange BoM Stadium
Name of Firm Jones, Lang LaSalle
Phase: Constitution
RFl Number. 05-06-022
Project Number.
Submittal Dab: 02/082006
Phase Length: June 2007 to May 2009
No.
Teak b De Performed ed:.
Name
Position
Percentage
Duration Hours) pn
Hourly Rates
Totals
Comment, CWNiottions, Remarks f
imb. Expenses
(From Exariable pense Workaheet)
Rewiring Reim, Expenses
(From Ex�erhse WorkaMet)
A
Core Program Management/Construction Management
Project Dendeon—
SirsteglcMelysie
John Veit ...
Exeadive Vies President
Flnandal..Analysis
Larry Benton
...—Aiaodate
Financial: Analysis
Justin Bates
Constable!
Project every
e
Program Management
Ann Carey _
Project Exeartive
Varies
451
239
5107,730
Length of Phase
Program Management
Join Piccione
Project Executive
20
815
239
$194,814
Length of Phase
Frogman Management
Jemeet..r•ovrdery
Vice President
66
2574
181
5465,306
Length of Phase
Program Management
Hank Pol4
Senior PmLed Manager
100
3900
153
S598,593
Length of Phase
:Program Management
Pmj Mw alter
ProieA 1danagpr
100
3900
132
5514 1301
Length of Phase
Program Management
Project Manager
Project Manager
100
3900
132
5514,801
Length of Phase
Program Management
Project Coordinator
Proved Coordinator
100
3900
98
$382,722
Length of Phase
Project Operations
..
_
Operations Support
Michael Godoy ..
Director
Operations SoPlicl
Steve Froot _.
V+ce President
A - Cumulative Hors
19440
S2,77a 787
S
S
B
Supplemental Staff
Protect Definition
Project Delivery
Project Operations
Retail FeaewItty
Market Analysts
Vice President
Retail Vice President
Financial M9Iyais
Project Analyst
Rebl Analyst
Corrt,._CwHat Feasibility
Market Mahau
Vice President
Hotels Vice President
Financial. Analysis
Project Associate
Hotels Associate
Financial. Mallsis
Project Analyst
Hotels Analyst
B- Cumulative Hours
0
50
S -
S -
C
Supplement&
Staff - Sub Program
Managers
Supplem n0l'. Services:
Transportation and Traflc
Parting Planning
Pubic Relations _.
Community Oubeach
.__
C - Cumulative Hors
0
5 -
5 -
$ -
Grand CuraUattve Hours
19440
S 2,778,767
S 88,042.00
5 130,733.00
May 11, 2006
Construction Phase Fee Schedule
9 of 12
Jones Lang LaSalle Professional Services Agreement
Exhibtt Three
Program Management Services for the Renovation of the Orange Bowl Stadium
CONSTRUCTION PHASE / ESTIMATE OF REIMBURSABLE EXPENSES
VARIABLE REIMB. EXPENSE FOR PROJECT RELATED AND SUPPLEMENTAL STAFF - LUMP SUM - Project No.:
Assumptions: Total phase length of 24 months from June 2007 to May 2009 / Total phase hours of 19,440 divided by 1900 hours per FTE
equals 10.2 FTE's for this phase
Item No
Description
Amount per Month
or
Number of
Months or
FTE's
Base UnK Cost
Total Fee
Remarks
1
Computer Software
5500
10.2
$5,100
2
Local Courier (Estimate)
5400
24
$9,600
3
Outside Reprographics
5750
24
$18 000
4
Fax Cartridges (Smal B & W )- Field Office
5100
24
$2,400
5
Fax Cartridges Additional Larger HP Machine- Field Office
5200
24
54,800
8
Printer Cartridge- Field Office -_
__ 5100
24
$2,400
7
Travel - Rental Cars Supplemental Staff_
5400
24
5480
8
Travel - Air Fare (To -From) Supplemental Staff
5800
24
5960
9
Travel - Hotels Sugplernental Staff
5800
24
5960
10
Travel - Meals Supplemental Staff
5200
24
5240
11
Travel -Misc. Supplemental Staff
550
24
560
12
Travel - Parking FLL Supplemental Staff
5100
24
5120
13
Travel - Parking MIA Supplemental_ Staff
$100
24
_ 5120
14
Mileage Supplemental Staff
5360
24
5432
15
Field Vesf/Safetysses/Ear Plug/Gloves
5100
24
52,400
16
Copy Paper
5200
24
$4 800
17--
Couriers, Messengers
5200
24
$4,800
18
Misc. Office Supplies —
(Folder/Binder/Penci/Pen/Posit/C D/Notebook)
5300
24
$7,200
20
Cell Phone Service
5875
24
$1,050
21
Parking (Visitors)
5100
24
5120
Total 566,042.00
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE STAFF - LUMP SUM - Project No.:
22
Shipping (Within Florida -Miami, Next Day, 1 Lbs)
5250
24
$6,000
23
Shipping (Within Florida -Miami, Next Day, 5 Lbs)
5400
24
$9,600
24
Travel - Rental Cars Core Program/ Construction Mgmt
$400
24
$9,120
25
Travel -Air Fare (To -From) Core Program/Construction
Mgmt
$800
24
$18,240
28
Travel - Hotels Core Program/Construction Mgmt
5800_
24
$18 240_
27
Travel - Meals Core Program/Construction Me mt
5200
24
$4,580
28
Travel- Misc. Core Program /Constrtruction Mgmt
550
24
51,140
29
Travel - Parking FLL Gore Construction Mgmt
5100
24
$2,280
30
Travel - Parking MIA Core Program/Construction Mgmt
5100
24
52,280
31
Mieage Core Program/Construction Mgmt
5215
24
$5,123
32
Cell Phone Service
5875
24
519,950
33
Parking Niisitors)
5100
24
52,400
34
T1 line (Bell South)
5200
12
52,400
35
Laptop Lease
$1,000
10.2
$10,200
36
Color & B!W Printer Lease
5300
24
57,200
37
Copier Lease
$500
24
$12,000
Total
$130,733.00
May 11, 2006
Construction Phase Reimb Exp 10 of 12
City of Miami
Program Management Services for the Renovation of the Orange Bowl Stadium
Name of Firm: Jones Lang LaSalle
Phase: Post -Construction
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
RFI Number. 05-06-022
Project Number.
Submittal Date: 02/082006
Phase Length: June 2009 to July 2009
No.
Area 01 ResponsibilityName
Task to be Performed
Position
Utlization
Percentage
Duration (InHourly
Hours)
Rates
Totals
Comment, Clarifications, Remarks
Variable Relmb. ExpensesReaming
(From Expense Worksheet) 1
Reim. Expenses
(From Expense Worksheet)
A
Core Program Management/Constructlon Management
Project Definttlon
Strategic Analysis
Finandal Analysis
Larry Benton
Associate
Financial Analysis
Justin Bates
Consultant
Project Delivery
Program Management
Ann Carey
Project Executive
Varies
35
244
$8,553
Length of Phase
Program Management
John Paccione
Prcjed Executive
20
89
248
$17,106
Length of Phase
Program Management
James Cowdery
Yoe President
66
229
186
$42,621
Length of Phase
1
Program Management
Hank Pohl
Senior Project Manager
100
347
158
$54,829
Length of Phase
Program Management
Prclect Manager
Project Manager
100
347
138
$47,154
Length of Phase
Program Management
Project Manager
Project Manager
100
347
136
647,155
Length of Phase
.,‘\*)
Program Management
Project Coordinator
Project Coordinator
100
347
101
335,056
Length of Phase
-
Proi•ct OPorldo
Operations Support
NOchael Godoy
Director
Varies
52
136
$7,073
Length of Phase
Operations Support
--Steve Froot
Vice President
Varies
141
160
$21,219
Length of Phase
A - Cumulative Hours
1914
$280,766
8 -
$ -
B
Supplemental Staff
Project Defottlon
Project Delivery
Project Operations
Retail Feasibility
Market Analysis
VIem President
Reta1 Vice President
Finandd Analysts
Project Analyst
Retell Analyst
Conf Center Feasibility
Market Analysis
Vioe President
Hotels Vice President
Finandal Analysis
Project Assodate
Hotels Associate
Flnandd Analysis
Project Analyst
Holds Analyst
El- Cumulative Hours
0
SO
S -
S -
C
Supplemental Staff - Sub Program Managers
Supplemental Services:
Transportation and Traffic
Parldng Planning
Pudic Relations
Community Outreach
C - Cumulative Hours
0
$ -
$ -
$ -
1914
$ 280,766
May 11, 2006
Post -Construction Phase Fee Sch
11of12
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
Program Management Services for the Renovation of the Orange Bowl Stadium
POST -CONSTRUCTION PHASE / ESTIMATE OF REIMBURSABLE EXPENSES
VARIABLE REIMB. EXPENSE FOR PROJECT RELATED AND SUPPLEMENTAL STAFF - LUMP SUM - Project No.:
Assumptions: Total phase length of 2 months from June 2009 to July 2009 / Total phase hours of 1914 divided by 1900 hours per FTE
equals 1.0 FTE's for this phase
Item No
Description
Amount per Month
or FTE
Number of
Months or
FTE's
Base Unit Cost
Total Fee
Remarks
1
Computer Software
S0
1.0
SO
2
Local Courier (Estimate)
$400
2
3800
3
Outside Reprographics
$1,500
2
$3,000
4
Fax Cartridges (Small B & W )- Field Office
$100
2
3200
5
Fax Cartridges Additional Larger HP Machine- Field Office
$200
2
3400
6
Printer Cartridge- Field Office
3100
2
$200
7
Travel - Rental Cars Supplemental Staff
$400
2
$40
8
Travel -Air Fare (To -From) Supplemental Staff
$800
2
580
9
Travel - Hotels Supplemental Staff
$800
2
$80
10 —
Travel ®Meals Supplemental Staff
$200
2
$20
11._
Travel -Misc. Supplemental Staff
$50
2
$5
12
Travel - Parking FLL Supplemental Staff
5100
2
$10
13
Travel - Parking MIA Supplemental Staff
$100
2
510
14
MAeage Supplemental Staff
$380
2
$36
15
Field Vest/Safety Glasses/Ear Plug/Gloves
5100
2
$200
16
Copy Paper
$200
2
_ $400
17
Couriers, Messengers
5200
2
$400
18
Misc. Office Supplies
(Folder/Binder/Penciil/Pen/Pos1UCDMOtebook)
5200
2
5400
20
Cell Phone Service
$1,050
2
5105
21
Parkin (Visitors)
5100
2
510
Total $6,396.00
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE STAFF - LUMP SUM - Project No.:
22
Shipping (Within Florida -Miami, Next Day, 1 Lbs)
3200
2
5400
23
Shipping (Within Florida -Miami, Next Day, 5 Lbs)
$600
2
$1,200
24
Travel - Rental Cars Core Program/ Construction Mgmt
5400
2
$760
25
Travel -Air Fare (To -From) Core Program/Construction
Mgmt,
5800
2
$1,520
28
Travel- Hotels Core Program/Construction Mgmt
5800
2
$1,520
27
Travel - Meals Core ProgranVConstruction Mgmt
$200
2
$380
28
Travel - Misc. Core Program/Construction Mgmt
550
2
595
29
Travel - Parking FLL Core Construction Mgmt
3100
2
5190
30
Travel - Parking MIA Core Program/Construction Mgmt
$100
2
5190
31
Mileage Core Program/Construction Mgmt
5200
2
$380
32
Cep Phone Service
51,050
2
$1,995
33
Parking (Visitors)
5100
2
$200
34
Ti line (Bel South)
$200
2
3400
35
Laptop Lease
51.000
1.0
51,000
36
Color & B/W Printer Lease
$300
2
5600
37
Copier Lease
$500
2
51 0
I Total
$0 00
11
May 11, 2006
Post -Construction Phase Reimb 12 of 12
City of Ittfamf
JOE ARRIOLA
City Manager
February 14, 2006
Mr. John A. Paccione
Senior Vice President
Jones Lang LaSalle
701 Brickell Avenue
Miami, Florida 33131
Subject: Orange Bowl Renovations -Program Management Services
Dear Mr. Paccione:
The City has been served with a lawsuit by Hammes Inc. and Hammes Sports Development of
Florida, LLC concerning the above referenced subject. The lawsuit includes counts for damages
and injunctive relief. Litigation is uncertain. As such, the City cannot make and makes no
representation as to the potential outcome of the litigation or the dispute with Hammes Inc, and
Hammes Sports Development of Florida, LLC. Although the City intends to continue negotiations
and award a contract to the best qualified firm, you need to know that the City may elect not to
award a contract or may elect to terminate the contract, after it has been executed, if it deems it to
be in its best interest, in fight of the lawsuit or dispute with Hammes Inc. and Hammes Sports
Development of Florida, LLC.. Additionally, the City may be enjoined from proceeding with the
negotiations and the award of the contract.
The contract that will be negotiated will include a provision that will allow the City to terminate the
contract for convenience, which includes the issues related to the lawsuit or dispute.
By signing below you acknowledge that you have been advised of the pending litigation and
dispute and that you have elected to proceed with negotiations with the City notwithstanding.
Sincere
rikant
ro irement Supervisor
Accepted By: (4)Oki lti�
DEPARTMENT OF CAPITAL IMPROVEMENTS
444 NW 2nd Avenue, 8m Floor / Miami, FL 33130 / (305) 416-1280 / Fax: (305) 416-2153
Mailing Address: P.O. Box 330708 Miami, FL 33233-0708
Jonas Lang LaSalle Professional Services Agreement
Exhibit Three
City of Miami
Program Management Services for the Renovation of the Orange Bowl Stadium
Name of Firm: Jones Lang LaSalle
Summary Fee Schedule for All Pluses
Fees
Expenses
No.
Area of Responsibility
Task to be Performed
Name
Posltlon
Analytical
Pre -Design
Design
Construction
Construction
Total Total
Analytical
Pre -Design
Design
COnstuction
Post
Construc on
Total
Total
A
Core Program Management/Construction Management
Project Definition
-
-
Strategic Analysis
John Yrak
Executive Vice President
103,200
44,720
-
-
-
147,920
-
147,920
Financial Analysis
Larry Benton
- Associate
208,780
98,800
-
-
-
307,580
-
307,580
Financial Analysis
Justin Bates
Consultant
34,320
17,160
-
-
51,480
-
51,480
Project Delivery
-
_
-
-
Program Management
Ann Carey
Project Executive
311.570
-
107.730
8,553
427,853
-
427,853
Program Management
John Paerbne
Project Executive
_
156,544
80,062
194.814
17,108
429,528
-
428,528
Program Management
James Cow8ery
Vice President
-
155,016
130,568
485,306
42,621
794,509
794,509
Program Management
Hank Pohl
Sentor Protect Manager
-
103,353
187,966
598,593
54.829
921,741
-
921,741
Program Management
Project Manager
Project Manager
129,451
144,454
514,801
47,154
835.888
835,888
Program Management
Project Manager
Project Manager
-
129,459
144.454
514.801
47,155
835,889
835,889
Program Management
Coo�rdJin�ator
Project Coornnator
-
128,326
107,393
382,722
35,058
657407
-
853,497
Project Operations
-
-
-
-
Operations Support
Mienael Godoy
Director
47 678
•
-
-
7,073
54,751
-
54 751
Operations Support
Steve Froot
Vice President
143,034
-
-
21,219
184.253
-
154,253
A _ Cumulative Hours
848 682
960,837
764,996
2,778,767
280 766
6,623,647
-
.
.
-
-
-
6,623,947
8
Supplemental Staff
Project Definition
-
-
-
-
'
-
-
Project Delivery
-
-
-
-
-
-
-
-
ProjaetOperations
-
-
-
Operations Support
Michael Godoy
Director,
-
•
.
-
-
-
operations Support
Steve Froot
Vice President
-
•
-
-
-
-
-
-
Retail Feasibility
-
-
-
-
-
-
MarkelMaysis
Vice President
Retail Yoe President
12,000
-
-
12,000
-
12,000
Financial Analysis
Project Analyst
Retail Analyst
12 900
-
-
-
12,900
-
12,900
___.._.
-
-
-
_
Conf Canter
Feasibility
.....
_.._
-
-
Market Analysis
Yrce President
_
Hotels Vice President
9,000
.
-
-
9,000
-
9,000
Financial Analysis
Project Associate
Hotels Associate
13,000
• -
-
13,000
-
13,000
Flnanroal Analysis
Project Analyst.
Hotels Analyst
18,000
-
- _
18,000
-
18,000
8 - Comula••tive House
64,900
-
_ -
64,900
-
_
-
64,900
300,000
•
-
-
• • 300 000
- 300,000
C
Supplemental Staff - Sub Program Managers
8upplenuntal Services:
Trans or�rtation and Traffic
-
-
-
-
_ -
-
-
Parking Planning
-
•
- `
_
_ -
-
-
Public Relations
•
-
.
. -
-
-
Community Outreach .
-
-
- -
-
-
-
C • Cumulative Hour
300,000
-
,
- 300,000
-
300,000
Recurring Expenses for Project Related end Corn_BLI}
32,340
14,956
15,290
68,042
8,396
135,024
135.024
VII IfillW Eapenaes for Project Raratadand Supplemental Staff
128.815
54.056
52,794
130,733
11,830
378,228
376,228
grand Cumulative Hours
$ 1,213,482
3 980,837
1 754,895
3 2,778,787
$ 280,788
$ 5,988,747
3 159.158
$ 69.012
$ 88.084
$ 196,775
$ 18,226
$ 511,253
$ 8,500,000
May 11, 2006
Summary Fee Schedule
1 of 12
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
Program Management Services for the Renovation of the Orange Bowl Stadium
Summary Expense Schedule for All Phases
VARIABLE REIMB. EXPENSE FOR PROJECT RELATED AND SUPPLEMENTAL STAFF - LUMP SUM - Project No.:
i ssumptions: Total phase length of 39 months from May 2006 to July 2009
Item No
Description
Amount per
Month or FTE
Number of
Monthsor
FTE
Analytical '
Pre -Design
Design
Construction
Post
ConstructionTotal
1
Comp t oftware
5478
20
1,150
1,700
1,500
5,100
-
9,450
2
Local Courier (Estimate:
5477
39
4,680
1,920
1.600
9,600
800
18,600
3
Outside Reprographics
$845
39
7,800
1 600
2,560
18,000
3 000
32,960
4�
Fax Cartridges (Small 9 8 W )- Field
offi
5108
39
-
800
800
2,400
200
4,200
5
Fax Cartridges Additional Larger HP
Machine- Field Office
5215
39
-
1,600
1,600
4,800
400
8.403
6
Printer Cartndge- Reid Office
5108
39
-
B00
800
2,400
200
4,200
7
Travel - Rental Cars Supplemental Staff
550
39
780
320
320
480
40
1,940
8
Travel - Alr Fee (To -From) Supplemental
Staff
6105
39
1,950
640
480
960
80
4,110
9
Travel - Hotels Supplemental Start
5109
39
1,950
640
640
960
80
4,270
10
Travel - Meals Supplemental Staff
525
39
390
160
150
240
20
970
11
Travel - Misc. Supplemental Stan
55
39
98
20
20
60
5
203
12
Travel • Perking FLL Supplemental Staff
512
39
195
80
80
120
10
485
13
Travel - Parking MIA Supplemental Staff
312
39
195
80
80
120
10
485
14
Mileage Supplemental Sta>(
523
39
234
96
80
432
38
878
15
FeldVest7Safety Glasses/Ear
Plug/GlovesftDIVl01
0
-
-
-
2,400
200
2,600
16
Copy Paper
5274
39
3,900
800
800
4,800
400
10,700
17
Couriers Messengers
5352
39
4,680
1,920
1,920
4,800
400
13,720
18
Misc. Office Supplies
(Folder/Blnder/PenciVPrnPosit/CD/Noteb
oak)
5377
39
3,903
1,600
1,600
7,200
400
14,700
20
Ceti Phone Service _
547
39
341
140
210
1,050
105
1,846
21
Paddr (Visitors)
58
39
98
40
40
120
10
308
Total 32,340 14,956 15,290 68,042 6,396 135,024
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE STAFF - LUMP SUM - Project No.:
22
Shipping (WBhln Florida -Miami, Next Day,
1 Lbs)
6218
39
936
384
768
6,000
400
8.488
23
Shipping Within FbridaJNlami, Need Day.
5 Ws)
5481
39
4,368
1.792
1,792
9,600
1.200
18,752
24
Travel - Rental Cars Core Program/
construction Mgmt
$946
39
14,820
6,680
6,080
9,120
760
36.860
25
Travel - Air Fare (Torom) Core
Pr_ Mgmt
52,002
39
37,050
12,160
9,120
18,240
1,520
78,090
26
Travel - Hotels t s Core Prograrn/Construcbon
Mgm1
32,080
39
37.050
12,160
12,160
18,240
1.520
81.130
27
Travel - Meals Core Program/Construction
'Mgmt
5473
39
7,410
3.040
3.040
4.560
380
18,430
28Trgmt
'tee Program/Construction599
39
1,853
380
380
1,140
95
3,848
29
Mrt- Partdng. FLL Core Construction
5236
39
3,705
1.620
1.520
2,280
190
9,215
30
Travel -Parking MIA Core
Program/Construction Mgnit
$238
39
3,705
1,520
1,520
2,280
190
9,215
31
Mileage Core Progran Constnxtion Mgmt
5322
39
3,705
1,520
1,824
5,123
380
12,552
32
Ceti Phone Service ...._ ...
5899
39
6.484
2,660
3,990
19,950
1,995
35.079
33
Parking (Vis4tors)
5158
39
1,950
800
800
2,400
200
6,150
34
T1 line (Bell South) -
5215
39
2,400
1,600
1,600
2,400
400
8,400
16,420H
35
Laptop Lease
5831
19.8
1,380
2,040
1,800
10,200
1,000
36
Cdor B BIN Printer Lease
5323
39
-
2,400
2,400
7,200
600
12,600
37
Copier Lease
5538
39
-
4,000
4,000
12,000
1,000
21000
Total
126,816
54,056
52,794
130,733
11,830
376,228
May 11. 2006
Summary Reimbursable Sch 2 of 12
City of Miami
Program Management Services for the Renovation of the Orange Bowl Stadium
Name of Firm: Jones Lang LaSalle
Phase: Analytical
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
RFI Number: 05-06-022
Project Number.
Submittal Date: 02/08/2006
Phase Length: May 2006 to July 2009
No.
Area of Responsibility
Task to be Performed
Name
Position
Utilization
Percentage
Duration (In
Hours)
Hourly Rates
Totals
Comment, Clarifications, Remarks
Variable Reimb. Expenses
(From Expense
Pen Worksheet )
Recurring Rem. Expenses
(From Expense worksheee)
A
Core Program Management/Construction Management
Project Definition
Strategic Analysis
John Vide
Executive Vice President
20
240
430
$103,200
20% for six months
Financial Analysis
LartyBenton
Associate
100
1100
190
$208,780
100% for seven months
Financial Analysis
Justin Bates
Consultant
20
208
165
$34,320
20% for six months
Project Delivery
Program Management
Ann Carey
,,. Project Executive
Varies
1347
231
$311,570
Length of Phase
Program Management
John Pacaone
Project Executive
$0
Program Management
James Cowdery
Vice President
$0
Program Management
Hank Pohl
Senior Project Manager
$0
Program Management
_
Project Manager
Project Manager
$0
Program Management '
Project Manager
Project Manager
$0
Program Management
Project Coordinator -
Project Coordinator
$0
Project Operations
Operations Support
Michael Godoy
Director
Varies
351
136
$47,678
Length of Phase
Operations Support
SteveFroot
Vice President
Varies
954
150
$143,034
Length of Phase
A • Cumulative Hours
4199
$848.582
$
-
$
-
B
Supplemental Staff
Project Definition
Project Delivery
Project Operations
Retail Feasibility
Market Analysis
Vice President
Retail Vice President
Varies
40
300
$12,000
Six months
Financial Analysis
Project Analyst.
Retail Analyst
Varies
es
150
$12,900
Six months
•
Conf Center Feasibility
Market Analysis
Vice Pressident
Hotels Vice President
Varies
30
300
$9 000
Six months
Financial Analysis
Project Associate
Hotels Associate
Vanes
65
200
$13,000
Six months
Financial Analysis
Project Analyst
Hotels Analyst
Varies
120
150
$18,000
Six months
B - Cumulative Hours
341
$64,930
$
-
$
-
C
Supplemental Staff - Sub Program Managers
Supplemental Services:
To be provided
$300,000
Transportation end Traffic
Parking Planning
Public Relations
Community Outreach
C - Cumulative Hours
0
$300,000
$
-
$
-
Grand Cumulative Hours
4540
•
$ 1,213,482.00
$
32,340.2E
$
126,815.25
May 11, 2006
Analytical Phase Fee Schedule
3 of 12
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
Program Management Services for the Renovation of the Orange Bowl Stadium
ANALYTICAL PHASE / ESTIMATE OF REIMBURSABLE EXPENSES
VARIABLE REIMB. EXPENSE FOR PROJECT RELATED AND SUPPLEMENTAL STAFF - LUMP SUM - Protect No.:
Assumptions: Total phase length of 39 months from May 2006 to July 2009 / Total phase hours of 4540 divided by 1900 hours per
FTE equals 2.3 FTE's for this phase
Item No
Description
Amount per Month
or FTE
Number of
Months or
FTE's
Base Unit Cost
Total Fee
Remarks
1
Com•uterSoftware
$500
2.3
$1,150
2
LocalCourier (Estimate)
$120
39
$4,680
3
Outside Reprographics
$200
39
$7,800
4
Fax Cartrid•es;Small B & W - Field Office
$0
39
$0
5
Fax Cartridges Additional Larger HP Machine- Field Office
$0
39
$0
6
Printer Cartrid•e- Field Office
$0
39
$0
7
Travel - Rental Cars Supplemental Staff
$400
39
$780
8
Travel -Air Fare (To -From) Supplemental Staff
$1,000
39
$1,950
9
Travel - Hotels Supplemental Staff
$1,000
39
$1,950
10
Traver- Meals Supplemental Staff
$200
39
$390
11
Travel - Misc. Supplemental Staff
$50
39
$98
12
Travel - Parkin. FLt, Su • • emental Staff
$100
39
$195
13
Travel -Parking M1q Su• •lemental Staff
$100
39
$195
14
Mlea•e Su• •lemental Stag
$120
39
$234
15
Field VesUSafe Glesses/Ear Plug/Gloves
$0
0
$0
16
Copy Paper
$100
39
$3,900
17
Couriers, Messen•ers
$120
39
$4,68D
18
Misc. Office Supplies
Folder/Binder/Pencil/Pen/Posit/CD/Notebook
$100
39
$3,900
20
Cell Phone Service
$175
39
$341
21
Parking (Visitors)
$50
39
$98
Total $32,340.25
RECURRING REIMB. EXPENSE FO_R PROJECT RELATED AND CORE STAFF - LUMP SUM - Project No.:
Shipping (Within Florida Miami, Next Day, 1 Lbs)
$24
39
1 $936
Shipping (Within Florida Miami, Next Day, 5 Lbs)
$112
39
$4,368
24
Travel - Rental Cars Core Program/ Construction Mgmt
$400
39
$14,820
25
TMmgmel%U -r Fare (To -From) Core Program/Construction
t
$1,000
39
$37,050
26
Travel - Hotels Core Pro•ram/Construction Mgmt
$1,000
39
$37,050
27
Travel -Meals Core Pr. • ram/Construction Mgmt
$200
39
$7,410
28
Travel - Misc. Core t roq am/Construction M•rot
$50
39
$1,853
29
Travel - Parking FLL Core Construction Mgmt
$100
39
$3,705
30
Travel - Parking WA Core Program/Construction Mgmt
$100
39
$3,705
31
Mileage Core Program/Construction Mgmt
$100
39
$3,705
32
ell Phone Service
$175
39
$6,484
33
Parking (Visitors)
$50
39
$1,950
34
T1 line (Bell South)
$200
12
$2,400
35
Laptop Lease
$600
2.3
$1,380
36
Color & B/W Printer Lease
$0
39
$0
37
Copier Lease
$0
39
$0
Total
$126,815.25
May 11, 2006
Analytical Phase Reimbursables 4 of 12
City of Miami
Program Management Services for the Renovation of the Orange Bowl Stadium
Name of Firm: Jones Lang LaSalle
Phase: Pre -Design
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
RFI Number. 05-06-022
Project Number.
Submittal Date: 02/08/2008
Phase Length: May 2006 to December 2006
No.Area
o1 Responsibility
Task to be Performed
Name
Positron
Utilization
Percentage
Duration (In
Hours)
Hourly Rates
Totals
Comment, Clartfications, Remarks
Variable Reimb. Expenses
(From Expense Worksheet)
Reverting Reim. Expenses
(From Expense Worksheet)
A
Core Program Management/Construction Management
Project Definition
Strategic Analysis
John Vick
Executive Vice President
20
104
430
$44,720
20% for three months
Financial Analysis
Larry Benton
Associate
100
520
190
$98,800
100% for three months
Financial Analysis
Justin Bates
Consultant
20
104
165
$17,160
20%for three months
Project Delivery
Program Management
Arn Carey
Project Executive
$0
Program Management
John Paocione
Project Executive
50
693
226
S156,544
Length of Phase
Program Management
James Cowdery
Vice President
Vanes
915
171
$156,016
Length of Phase
Program Management
Hank Pohl
Senior Project Manager
50
693
145
$100,353
Length of Phase
Program Management
Project Manager
Project Manager
100
1040
124
$129,459
Length of Phase
Program Management
Project Manager
Project Manager
100
1040
124
$129,459
Length of Phase
Program Management
Project Coordinator
Project Coordinator
100
1387
93
$128,326
Length of Phase
Project Operations
Operations Support
Michael Godoy
Director
Operations Support
Steve Froot
Vice President
s0
A - Cumulative Hours
6496
$960,837
$ -
$ -
B
Supplemental Staff .
Project Definition
Project Delivery
Project Operations(i
Retail Feasibility
Market Analysis
Vice President
Retail Vice President
Financial Analysis
Project Analyst
Retail Analyst
Conf Center Feasibility
Markel Analysis
Vice President
Hotels Vice President
Financial Analysis
Project Associate
Hotels Associate
Financial Analysis
Project Analyst
Hotels Analyst
B - Cumulative Hours
0
SO
$ -
$ -
C
Supplemental Staff - Sub Program Managers
Supplemental Services:
Transportation and Traffic
Parking Planning
Public Relations
Community Outreach
C - Cumulative Hours
0
$ -
$ -
$ -
Grand Cumulative Hours
6496
$960,837.00
$ 14,956.03
$ 54,056.0d
May 11, 2006
Pre -Design Phase Fee Schedule
5 of 12
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
Program Management Services for the Renovation of the Orange Bowl Stadium
PRE -DESIGN PHASE / ESTIMATE OF REIMBURSABLE EXPENSES
VARIABLE REIMB. EXPENSE FOR PROJECT RELATED AND SUPPLEMENTAL STAFF - LUMP SUM - Project No.:
Assumptions: Total phase length of 8 months from May 2006 to December 20061 Total phase hours of 6496 divided by 1900 hours per FTE
equals 3.4 FTE's for this phase
Item No
Description
Amount per Month
FTE
Number of
Months or
FTE's
Base Unit Cost
Total Fee
Remarks
1
Computer Software
$500
3.4
$1,700
2
Local Coune (Estimate) _
$240
8
$1,920
3
Outside Reprographics
S200
8
$1,600
4
Fax Cartridges (Small B & W )- Field Office
$100
8
$800
5
Fax, Cartridges Additional Larger HP Machine- Field Offices
$200
8
51,600
6
Printer Cartridge- Field Once
$100
8
$800
7
Travel - Rental Cars Supplemental Staff
$800
8
$320
8
Travel - Air Fare (To -From) S�plemental Staff
$1,600
8
$640
9
Travel - Hotels Supplemental Staff
$1,600
8
$640
10
Travel - Meals Supplemental Staff
$400
8
$160
i
11
Travel - Misc. Supplemental Staff
$50
8
$20
12
Trave! - Parking FLL Supplemental Staff
$200
8
$80
13
Travel - Parking M1A Supplemental Staff
$200
8
$80
14
Mileage Supplemental Staff
$240
8
$96
15
Field Vest/Safety Glasses/Ear Plug/Gloves
$0
8
$0
16
Copy Paper
$100
8
$800
17
Couriers, Messengers
$240
8
$1,920
18
Misc. Office Supplies s
(Folder/Binder/Penal/Pen/Posit/CD/Notebook)
$200
8
$1,600
20
Cell Phone Service
$350
8
$140
21
Parking (Visitors)
$100
8
$40
Total 314956.00
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE STAFF - LUMP SUM - Project No.:
22
Shipping (Within Florida -Miami, Next Days 1 Lbs)
$48
8
$384
23
Shipping (Within Florida -Miami, Next Day, 5 Lbs)
$224
8
$1 792 •
24
Travel - Rental Cars Core Program/ Construction Mgmt
$800
8
$6,080
25
Travel - Air Fare (To -From) Core Program/Construction
Mimt
$1,600
8
$12,169
26
Travel -Hotels Core Pro•ram/Construction M•mt
$1,600
8
$12,160
27
Travel - Meals Core Program/Construction Mgmt
$400
_
8
$3,040
28
Travel - Misc. Core Program/Construction Mgmt
$50
8
$380
29
Travel - Parking FLL Core Construction Mgmt
$200
8
$1,520
30
Travel - Parking MIA Core Program/Construction Mgmt
$200
8
$1,520
31
Mileage Core Program/Construction Mgmt
$200
8
51,520
32
Cell Phone Service
$350
8
$2,660
33
Parking (Visitors)
$100
8
$800
34
T1 line (Bell South)
$200
8
$1,600
35
Laptop Lease
$600
3.4
$2,040
36
Color & B/W Printer Lease
$300
8
$2,400
37
Copier Lease
$50.0
8
$4,000
Total
$54,056.00
May 11, 2006
Pre -Design Phase Reimbursables 6 of 12
City of Miami
Program Management Services for the Renovation of the Orange Bowi Stadium
Name of Finn: Jones Lang LaSalle
Phase: Design
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
RFINumber. 05-06-022
Project Number.
Submittal Date: 02/08/2006
Phase Length: January 2007 to August 2007
No.
Area of Responsibility
Task to be Performed
Name
Positron
Utilization
Percentage
Duration (in
Hours)
Hourly Rates
Totals
CommentClarif®l ons, Remarks
Variable Reimb. Expenses
(From Expense Worksheet)
Recurring Reim. Expenses
(From Expense Worksheet)
A
Core Program Management/Construction Management
r-
Project Definition
Strategic Analysis
John Vick
Executive Vice President
Financial Analysis
Larry Benton
Associate
Financial Analysis
Justin Bales
Consultant
Project Delivery
Program Management
Ann Carey
Project Executive
$0
Program Management _
John Paocione
Project Executive
Varies
258
233
S60,062
Length of Phase
Program Man Bement
JamesCowdery
Vice President
66
744
175
S130,566
Length of Phase
Program Management
Hank Pohl
Senior Project Manager
100
1127
149
$167 966
Length of Phase
Program Management
Project Manager
Project Manager
100
1127
128
S144,454
Length of Phase
Program Management
Project Manager
Project Manager
100
1127
128
$144 454
Length of Phase
Program Management
Project Coordinator
Project Coordinator
100
1127
95
$107 393
Length of Phase
Project Operations
Operations Support
Michael Godoy
Director
Operations Support
Steve Froot
Vice President
A- Cumulative Hours
5510
$754,895
$
-
$
13
Supplemental Staff
Project Definition
Project Delivery
Project Operations
Retail Feasibility
'
Market Analysis
Vice President
Retail Vice President
Financial Analysis
Project Analyst
Retail Analyst
Conf Center Feasibility
Market Analysis
Vice President
Hotels Vice President
Financial Analysis
Project Associate
Hotels Associate
Financial Analysis
Project Analyst
Hotels Analyst
B - Cumulative Hours
0
SO
$
-
$
-
C
Supplemental Staff - Sub Program Managers
Supplemental Services:
Transportation and Traffic
Parking Planning
Public Relations
Community Outreach _
C - Cumulative Hours
0
$ -
$
-
$
Grand Cumulative Hours
5510
S754,895.00
$
15,290.00
t $
52,794.00
May 11, 2006
Design Phase Fee Schedule
7 of 12
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
Program Management Services for the Renovation of the Orange Bowl Stadium
DESIGN PHASE / ESTIMATE OF REIMBURSABLE EXPENSES
VARIABLE REIMB. EXPENSE FOR PROJECT RELATED AND SUPPLEMENTAL STAFF - LUMP SUM - Project No.:
Assumptions: Total phase length of 8 months from January 2007 to August 2007 / Total phase hours of 5510 divided by 1900 hours per FTE
equa{s 3.0 FTE's for this phase
Item No
. Description
Amount per Month
or FTE
_ Number of
Months or
FTE's
Base Unit Cost
Total Fee
Remarks
1
Computer Software
$500
3
$1,500
2
Local Courier (Estimate)
$200
8
$1,600
3
Outside Reprographics
$320
8
$2,560
4
Fax Cartridges (Small B 8 W )- Field Office
$100
8
$800
5
Fax Cartridges Additional Larger HP Machine- Field Office
$200
8
$1,600
6
Printer Cartridge- Field Office
$100
8
$800
7
Travel - Rental Cars Supplemental Staff
$800
8
$320
8
Travel - Air Fare (To -From) Supplemental Staff
$1 200
8
$480
9
Travel - Hotels Supplemental Staff
$1,600
8
$640
10
Travel - Meals Supplemental Staff
$400
8
$160
11
Travel - Misc. Supplemental Staff
$50
8
$20
12
Travel - Parking FLL Supplemental Staff
$200
8
$80
13
Travel - Parking MIA Supplemental Staff
$200
8
580
14
Milea;e Supplemental Staff
$200
8
$80
15
Field Vest/Safety Glasses/Ear Plug/Gloves
$0
8
$0
16
Copy Paper
$100
8
$800
17
Couriers, Messengers
$240
8
$1,920
18
Misc. Office Supplies
(Folder/Binder/Pencil/Pen/Posit/CD/Notebook)
$200
8
$1,600
20
Cell Phone Service
$525
8
$210
21
Parking(Visitors)
$100
8
540
ffi Total $1b 290.00
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE STAFF - LUMP SUM - Project No.:
22
Shipping (Within Florida -Miami, Next Day, 1 Lbs)
$96
8
$768
23
Shiping (Within Florida_Miami, Next Day, 5 Lbs)
$224
8
$1,792
24
Travel - Rental Cars Gore Program/ Construction Mgmt
$800
8
$6,080
25
Travel - Air Fare (To -From) Core Program/Construction
g
$1,200
8
$9,120
26
Travel - Hotels Core Program/Construction Mgmt
$1,600
8
$12.160
27
Travel - Meals Core Program/Construction Mgmt
$400
8
$3,040
28
Travel-- Misc, Core Program/Construction Mgmt
$50
8
$380
29
Travel - Parking FLL Core Construction Mgmt
$200
8
$1,520
30
Travel - Parking MIA Core Program/Construction Mgmt
$200
8
$1,520
31
Mileage Core Program/Construction Mgmt
$240
8
$1,824
32
Cell Phone Service
$525
8
$3,990
33
Parking (Visitors)
$100
8
$800
34
T1 line (Bell South' _
$200
8
$1,600
35
Laptop Lease
$600
3.0
$1,800
36
Color & B/W Printer Lease
$300
8
$2,400
37
Copier Lease
$500
8
$4,000
Total
$52,794.00
May 11, 2006
Design Phase Reimbursables 8 of 12
City of Miami
Program Management Services for the Renovation of the Orange BovA Stadium
Name of Flrn: Jones Lang LaSalle
Phase: Construction
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
RFI Number. 05-06-022
Project Number.
Submittal Date: 02/08/2006
Phase Length: June 2007 to May 2009
Area of Responsibility '
Task to be Performed
Name
J
Position
Utilization
Percentage
Duration (In
Fours)
Hourly Rates
Totals
Comment, Clarifications, Remarks
Variable Reimb. Expenses
(From Expense Worrsheet)
Recurring Reim. Expenses
(From Expense Worksheet)
A
CoreProgram Management/Construction Management
Project Definition
Strata is Analysis
John Vick
Executive Vice President
Financial f Cysts
Larry Benton
_ Associate
Pinanaal..Anatysis
Justin Bates
Consultant
Project Delivery
Program Management
Ann Z-arey
Project Executve
Varies
451
239
$107,730
Length of Phase
Progrem Management
John Paccrone
Project Executive
20
815
239
$194,814
Length of Phase
Program Management
James Co+vdery
Vice President.
66
2574
181
S465,306
Length of Phase
Program Management_Hank
Pohl
Senior Project Manager
100
3900
153
S598,593
Length of Phase
Program. Management
Project Manager
— Project Manager
100
3900
132
$514,801
Length of Phase
PFogramMaf gement
Project Manager _
Project Manager
100
3900
132
$514,801
Length of Phase
Prrogrart lanagement
Project CoMinator
Project Coordinator
100
3900
98
S382,722
Length of Phase
\
-
Project Operations
-....
Operations Support
Michael Godoy
._
Director
Operations Support
Steve Froot
Vice President
A - Cumulative Hours
19440
52,778,767
5 -
S -
B
Supplemental Staff
Project Definition
Project Delivery
Project Operations
Retail Feasibility
Markel Analysis
Vow President
Retat Vice President
Financial Analysis
Project Analyst
Retail Analyst
Conf Center Feasibility
Market Analysis
Vice President
, _ Hotels Vice President
Financial Analysis
Project Associate
— Hotels Associate
Financial Analysis
Project AnaystJ
,.. Hotels Analyst
B - Cumulative Hours
0
S0
S -
S -
C
Supplemental Staff - Sub Program Managers
Supplemental Services:
Transpoiatian and Traffic
Parking Planning
Public Relations
Community Outreach
C - Cumulative Hours
0
S -
S -
S -
Grand Cumulative Hours
19440
S 2.778.767
S 66,042.00
$ 130,733.00
May 11, 200E
Construction Phase Fee Schedule
9 of 12
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
Program Management Services for the Renovation of the Orange Bowl Stadium
CONSTRUCTION PHASE / ESTIMATE OF REIMBURSABLE EXPENSES
VARIABLE REIMB. EXPENSE FOR PROJECT RELATED AND SUPPLEMENTAL STAFF - LUMP SUM - Project No.:
Assumptions: Total phase length of 24 months from June 2007 to May 2009 / Total phase hours of 19,440 divided by 1900 hours per FTE
equals 10.2 FTE's for this phase
Item No
. Description
Amount per Month
or FTE
Number of
Months or
FTE's
Base Unit Cost
Total Fee
Remarks
1
Computer Software
$500
10.2
$5,100
2
Local Courier (Estimate)
$400
24
$9,600
3
Outside Reprographics
$750
24
$18,000
4
Fax Cartridges (Small B & W)- Field Office
$100
24
$2,400
5
Fax Cartridges Additional Larger HP Machine- Field Office
$200
24
$4,800
6
Printer Cartridge- Field Office
$100
24
$2,400
7
Travel - Rental Cars Supplemental Staff
$400
24
- $480
8
Travel - Air Fare (To -From) Supplemental Staff
$800
24
$960
9
Travel - Hotels Supplemental Staff
$800
24
$960
10
Travel - Meals Supplemental Staff
$200
24
$240
11
Travel - Misc. Supplemental Staff
$50
24
$60
12
Travel - Parking FLL Supplemental Staff
$100
24
$120
13
Travel - Parking MIA Supplemental Staff
$100
24
$120
J
14
Mileage Supplemental Staff
$360
24
$432
15
Field Vest/Safety Glasses/Ear Plug/Gloves
$100
24
$2,400
16
Copy Paper
$200
24
$4,800
17
Couriers, Messengers
$200
24
$4,800
18
Misc. Office Supplies
Folder/Binder/Pencil/Pen/Posit/CD/Notebook)
$300
24
$7,200
20
Cell Phone Service
$875
24
$1,050
21
Parking (Visitors)
$100
24
$120
Total $66,042.00
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE STAFF - LUMP SUM - Project No.:
22
Shipping (Within Florida -Miami, Next Day, 1 Lbs)
$250
24
$6,000
.
23
Shipping (Within Florida -Miami, Next Day, 5 Lbs)
$400
24
$9,600
24
Travel - Rental Cars Core Program/ Construction Mgmt
$400
24
$9,120
25
Travel - Air Fare (To -From) Core Program/Construction
Mgmt
$800
24
$18,240
26
Travel - Hotels Core Program/Construction Mgmt
$800
24
$18,240
27
Travel - Meals Core Program/Construction Mqmt
$200
24
$4,560
28
Travel - Misc. Core Program/Construction M9rnt
$50
24
$1,140
29
Travel - Parking FLL Core Construction Mgmt
$100
24
$2,280
30
Travel - Parking MIA Core Program/Construction Mgmt
$100
24
$2,280
31
Mileage Core Program/Construction Mgmt
$215
24
$5,123
32
Cell Phone Service
$875
24
$19,950
33
Parking (Visitors)
$100
24
$2,400
34
T1 line (Bell South)
$200
12
$2,400
35
Laptop Lease
$1,000
10.2
$10,200
36
Color & B/W Printer Lease
$300
24
$7,200
37
Copier Lease
$500
24
$12,000
Total
$130,733.00
May 11, 2006
Construction Phase Reimb Exp 10 of 12
City of Miami
Program Management Services for the Renovation of the Orange Bowl Stadium
Name of Firm: Jonas Lang LaSalle
Phase: Post -Construction
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
RFI Number. 05-06-022
Project Number.
Submittal Date: 02/08/2006
Phase Length: June 2009 to July 2009
No.
Arse of Responsibility r
Task to be Performed
Name
position
Utilization
Percentage
Duration (In
Hours)
Hourly Rates
Totals
Comment, Clarifications, Remarks r
Variable Reimb. Expenses -
(From Expense VVorksheet)
Recurring Reim. Expenses
(From Expense Worksheet) ,
A
Core Program Management/Construction Management
1
(\ii
Project Dentition
Strategic Analysis
Financial Analysis
Larry Benton
Associate
Financial Analysis
Justin Bates
Consultant
Project Delivery
Program Management
Ann Carey
Project Executive
Varies
35
244
$8,553
Length of Phase
Program Management
John Pacdone
Project Executive
69
248
$17,106
Length of Phase
Program Management
James Cowdery
Wce Presidem
66
229
186
$42.621
LeNth of Phase
PrNram Management
Hank Pohl
Senior -Project Manager
100
347
158
S54,829
Length of Phase
Program Management
Project Manager
Project Manager
100
347
136
$47,154
Length of Phase
Program Management
Project Manager
Prokect Manager
100
347
136
$47,155
Length o1 Phase
Program Management
Project Coordinator
Project Coordinator
100
347
101
$35,056
Length of Phase
Project Operations
Operations Support
Michael Godoy
Orrector
Varies
52
136
$7,073
Length of Phase
Operations Support
Stave Froot
Vice President
Varies
141
150
$21,219
Length of Phase
A - Cumulative Hours
1914
$280,766
$ -
$ -
B
Supplemental Staff
Project Definition
Project Delivery
Project Operations
_
Retail Feasibility _
Market Analysis
Vice President
Retail Vice President
Financial Analysis
Project Analyst
Retail Analyst
Conf Center Feasibility"
Market Analysis
Vice President
Hotels Vice President
Financial Analysis
Protect Associate
Hotels Associate
Financial Analysis
Project Analyst
Hotels Analyst
B -Cumulative Hours
0
$0
$ -
$ -
C
Supplemental Staff - Sub Program Manages
Supplemental Services:.
Transportation and Traffic
Parking Planning_
Public Relations
Community Outreach
C - Cumulative Hours
D
$ -
$ -
$ -
1914
$ 280,766
May 11, 2006
Post -Construction Phase Fee Sch
11 of 12
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
Program Management Services for the Renovation of the Orange Bowi Stadium
POST -CONSTRUCTION PHASE / ESTIMATE OF REIMBURSABLE EXPENSES
VARIABLE REIMB. EXPENSE FOR PROJECT RELATED AND SUPPLEMENTAL STAFF - LUMP SUM - Project No.:
Assumptions: Total phase length of 2 months from June 2009 to July 2009 / Total phase hours, of 1914 divided by 1900 hours per FTE
equals 1.0 FTE's for this phase
Item No
Description
Amount per Month
or FTE
Number of
Months or
FTE's
Rase Unit Cost
Total Fee
Remarks
1
Computer Software
$0
1.0
$0
2 _
Local Courier (Estimate)
$400
2
$800
3
Outside Reprographics
$1,500
2
$3,000
4
Fax Cartridges (Small B & Wj Field Office
1100
2
$200
5
Fax Cartridges Additional Larger HP Machine- Field Offices
$200
2
$400
6
Printer Cartridge- Field Office
• $100
2
$200
7
Travel - Rental Cars Supplemental Staff
$400
2
$40
8 —
Travel _Air Fwet-To-From) Supplemental Staff
$800
2
$80
9
Travel - Hotels Supplemental Staff
$800
2
$80
10
Travel - Meals Supplemental Staff
$200
2
$20
11
Travel - Misc. Supplemental Staff
$50
2
$5
12
Travel- Parking FLL Supplemental Staff
$100
2
$10
13
-
Travel Parkr MIA S pplemental Staff
$100
2
$10
14
Mileage Supplemental Stall
$360
2
$36
15
Field Vest/Safety Glasses/Ear Plug/Gloves
$100
2
$200
16
Copy Paper
$20D
2
$400
17
Couriers, Messengers
$200
2
$400
18
,Misc. Office Supplies
(Folder/Binder/Pencil/Pen/Posit/CD/Notebook)
$200
2
$400
20
Cell Phone Service
$1,050
2
$105
_21
Parking (Visitors)
$100
2
$10
Total $8,398,00
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE STAFF - LUMP SUM - Project No.:
2.2
Shipping (Within Florida -Miami, Next Day, 1 Lbs)
$200
2
$400
23
Shipping (Within Florida -Miami, Next Day, 5 Lbs)
$600
2
$1,200
24
Travel - Rental Cars Core Program/ Construction Mgmt
$400
2
$760
25
Travel -Air Fare (To -From) Core Program/Construction
Mgmt
$800
2
$1,520
26
Travel - Hotels Core Prograrn/Construction Mgmt
$800
2
$1,520
27
Travel - Meals Core Program/Construction Mgmt
$200
2
$380
28
Travel - Misc. Core Program/Construction Mgmt
$50
2
$95
29
Travel - Parking FLL Core Construction Mgmt
$100
2
$190
30
Travel - Parking MIA Core Program/Construction Mgmt
$100
2
$190
31
Mileage Core Program/Construction Mg_mt
$200
2
$380
32
Cell Phone Service
$1,050
2
$1995
33
Parking (Visitors)
$100
2
$200
34
T1 line (Bell South)
$200
2
$400
35
Laptop Lease
$1,000
1.0
$1,000
38
Color & B/W Printer Lease
$300
2
$60D
37
Copier Lease
$500
2
$1 000
Total
$11,830.00
May 11, 2006
Post -Construction Phase Reimb