HomeMy WebLinkAboutAgreementCITY 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 pEFAULT 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 MAINTENAWCE OF RECORDS 10
City Initials
Page 1 Program Manager I
ARTICLE 8 JNDEMNIFICATION 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 / 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 8 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 MANAGERV A-8
ARTICLE A6 TAFF A-8
City Initials
Page 2 Program Manager 1
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 13-4
ARTICLE 88 COMPENSATION FOR REUSE B-5
E18.01 GENERAL B-5
ARTIC 138 WAGE RATES SUMMARY B-5
ARTICLE 810 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
EXHIBITTHREEFEE AND REIMBURSIBLE EXPENSES PROPOSAL DATED Mav 11,
292.t EXHIBIT THREE
Page 3 Program Manager
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
ProgramManagerJones-Lang LaSalle Americas, Inc.
Office Location Miami, Florida
City Authorization City Code Section 18-87
THIS AGREEMENT made this 11 day of f-1 in the year 2006 by and
between The City of Miami, Florida, hereinafter called "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, z005-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") concerning 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- D 21(0 , adopted %(tt , 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 Init
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 Bo'A 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 CityvFMiami.
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- -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 Protect 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 ail conditions
precedent have been met and/or directing that
Program Manager may begin work on the Project.
1.15 PM Protect 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 representable of the City.
1.18 Project means the constriction, alteration
and/or repair, and all other services and incidentals
thereto, of the Orange Bowl Stadium, as
conternplated--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 InitifiZ)
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.
124 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.
125 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- _M 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 dub seats, a total of 750 outdoor club
seats, a new dub lounge and press box, new
concessions, toilets and service fadllties. The Projed
means all work required to complete the renovation of
the Orange Bowl Stadium as described in Attachment
A, inducing specific aly, but not limited to, all the
Architects 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
Page 7
•
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 City'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 moue fit 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
documentatlon 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 Managers eri�tled 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 NE, 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.
Program Manager Inill:)
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 Contracts 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, AIE and
Contractor and direct the A/E and Contractor to take
appropriate corrective action. The foregoing shall not
release the A/E 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
tion
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.
I
City Initials t Page 8
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 responsble for
errors and ommissions of the A/E.
3.06.2 Nonconforming Work
The Program Manager shall promptly give notice to the
City of any defective or nonconforming work of the A/E
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 Al 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.
Program Manager Initlg;:::)
'
JONES LANG 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
-- undemtands_and-agrees n- -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
dotarminy tho time to he prnyir ort to itifLaajram
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
ce_ use may ind ude, withoutJimitation, ny of the
following:
5.02-1 Program Manager fails to obtain the
insurance herein required.
--- 5.02-2 Program Manager falls 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 Initial
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 aN-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 solidt 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 Ini
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 to 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
Page 10
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, induding
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 sit
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 judidal 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 concern 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 c% 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
Program Manager Inititi:)1
'
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 daims and losses of any nature whatsoever in
connection therewith and shall defend all project
related sults, in the name of the City when applicable,
and shall pay all costs, including without limitation
reasonable attomey's and appellate attomey'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
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
--fey Ra3ng 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 dearly 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
Page 11
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 Iimt of $1,000,000. Required
endorsements include; Employees included as
insured, Contractual Liability, and Independent
Contractors Coverage. Automobile coverage for
any auto induding 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 .shah maintain
Professional Liability Insurance induding Errors
and Omissions coverage in the minimum amount
of $1,000,000 per claim, combined single limits,
providing for all sums which the Program
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 won 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 eachurran Waiver of
Subrogatrion shall be included.
9.03-4 Excess Uability
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 Ubility
The Program Manager shall maintain Employees
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 evidendng 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
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 induded that
dearly 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
opinion of the Director, to
approve--and--requests for payment -may -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, ailing 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 shad 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 TRUTH4N 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.OLAPPLICABLE LAW AND VENUE OF
LITIGATION —
This Agresment shall be interpreted and construed in
accordance with and govemed by the laws of the
State of Florida. Any suit or action brought by any
party, concerning this -Agreement, or arising out of this
Agreement, shag be brought in Miami -Dade County,
Florida, Each party shall bear its own attomey'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 nail,
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
°(i7
Program Manager Intl
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. 2nd Ave., - 8d' 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 indude the other gender, and the
singular shall indude 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
Page 13
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 CAW), 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 Managers
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
Program Manager Iti4::::)
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 cisputes between
them shah 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 counterdaims in any action arising
under this Agreement
10.13 THIRD PARTY CLAIMS
In the event that any third party asserts claims against
the Program Manager relating to the Project, then,
provided (i) Program Manager's insurer falls 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 daims,
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 shaN 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 daim is asserted, but in no event Tess 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
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 daim, it is
determined that Program Manager was not at fault, or
that the City's assertion of a daim against the
Program Manager or the City's dedsion not to provide
the defense contemplated herein, was not in good
faith.
In the event that the third party daim 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 Artide.
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 caner provdes Program Manager with
legal representation, (ii) the City has a good -faith
basis to assert a daim 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 daim 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:
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 lniti‘6::)
JONES LANG LASAI.LE 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
Page 15
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.
Program Manager hit
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, rrtle-
ATsT�rc-d'd.,wt
Program Manager Secretary
_ Gordon Repp
ATTEST:
Priscilla Thom_pton, City Clerk
PROGRAM MANAGER,
JONES LAN t ASA LE AMERICAS, INC.
By: John A. Paccione
Title: Senior Vice President
(Corporate Seal)
APPROVED _ _AS TO INSURANCE APPROVED AS TO LEGAL FORM AND
REQUIREMENTS:
Risk Management Department
City Initials
CORRECTNESS:
rnandez, City Attorney itwJ
Page 16 Program Manager InitiabL,
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
CERTIFICATE OF AUTHORITY
(IF CORPORATION)
1 HEREBY C RTI Y that at a meeting of the Board of Directors of
Jo•t�!� _, a corporation organized and existing under
the laws of thL+ State of , held on the _ day of a
resolution was duly passed and adopted authorizing (Name) Int A t�t1e as
(Title) lkt tiV.AbiligOf 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 TNESS WH E�REOF, I have hereunto set my hand this N , day of IlAy ,
20 00 . A
Secretary:
Print —
NOTARIZATION
STATE OF --4AOi6d
) SS:
COUNTY OF ge.Ait-
The -foregoing instrument s a no ed before me this \ A- day of
200(, , by bh0 oat. , who is personally
or who has produced as identification and who
(did / did not) take an path.
SIGNATUR F NOTARY PUBL
STATE OF • RIDi
SHERYL KALEBAUGH
Notary Public, Stateof Florida
PRINT _D,MI:1115°50V46355506
NAME OFoIt A IftQ1PW. (8001451-4854
City Initials
Page 17 Program Manager Ini1l5fb'"��
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A
SCOPE OF WORK AND PROJECT DESCRIPTION
ARTICLE Al GENERAL
A1.01 RANGE OF SERVICES
The Program Manager shall furnish, 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 1 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, induding bidding
and contracting, Project development, design, and construction, and post constriction 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 Projed 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 NE, the Contractor or other firms participating In this Project, the Program Manager shall as
pat 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
ft 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, exdusive or special rights
to Work required by the City.
Page A-1 Program Manager
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 Changes 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 less 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 Chan aes due to Proiect Requirements: 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 shah
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 b 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 Protect 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 Manage
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
toumaments 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 dose 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 uruque 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 retum the Orange Bowl to a world -class stadium sought
after by local, national, and world -class events.
This goal indudes 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 overaN-quality-garne-_ _ ,:'.nor:, a .: - dies that
alsobenefitall 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 strident 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. ram, . appropriate contract delivery methods
City Initials
A-3 Program Manager In
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
e. Manage professional consultants
A4.02-3 Production Program Elements
a. Development of Project's 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 polices 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 Constriction 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 oLCity staff-
f. Review of management and staffing efficiencies
g. Compensation strategies
A4.03 PROGRAM MANAGEMENT SERVICES
e-Program}Manager -include but am not limited to:
A4.03-1 Program Management The Program Manager shag identify the responsibilities of and between all participants
and other service providers, involved in the Project, inducing those under contract to the City. Manage and coordinate ail
such responsibilities. The Program Manager will assist in the solicitation 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 wig 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
uiefordesign,
-construction and--post-construction sere— es. -T lie inrbal Master Project Schedule, which shall be utilized to create the
master baseline sdheduleandall updates of the Master Project Schedule, wit be subject to the 're010C 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 perioctc reports and both electronic and hard copies of the schedules, as updated, to
the City. The Master Project Schedule shall indude 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
redudng 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 partidpants 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 respell to the award of contracts, involved in the design, construction and
post constriction 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 Wok 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 Scheduled 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 Ili -weedy reports on the progress of all aspects of the
Project.
A4.03.8 Public and Regulatory Approvals. The Program Manager will 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 indude a written
basis for such recommendation.
A4.03-10 Close-out and Commissioning. The Program Manager will be responsible for managing the dose -
out of construction and startup 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, NE
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
govemmere•
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 shah 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 al meetings requested by the City, induding those necessary to develop the program criteria
6. Work with the City and establish a dear 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. Condud a conference center feasibility study
iii. Conduct a restaurant feasibility study
iv. Restaurants, concessions and other amenities including a comparison with other collegiate
fadlities
v. Sizing and number of Ckib Suites, Club Seats. Club Lounge, and other amenities
vi. Maximize revenue
vii. Market comparison
vil. 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 Ini
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 Pitied Budget and distribute upon approval as
directed by the City.
14. Revise and update the Master Project Budget against baseline as necessary to retied 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 retied current
status.
18. Develop and obtain approval of the City of a Constriction 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 A/E 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, induding available plans, drawings, construction documents
and reports to determine theta 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 fad 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 ail specialty services during the Project induding assisting the City with leasing
suites and boxes, and reviewing financial assessments
27. Develop, implement (subject to City approval) and manage a dispute and conflict 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 NE 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 DesignConsultantandestablisha workable design timetable. And revise the Master
-ro o•chedule-atterdi
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. Faclfltate 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 Initiat��
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 constriction 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
Jt6. used -by -the Contractor throughout the
construction period
17. Require that the Contractor fumish 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
Cupp
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.
0. 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 kw 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, induding 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
******LEND ATTACHMENT A********
A-8 Program Manager In
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 Citys approval of the corresponding components of the Master
Project Schedule.
b) An Hourly Rate, at the rates set forth in Article 89.
(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 Man : ! .
payable by the City under this Agreement shall be limited to the amount specified in Section —
..O3-1 and as shown in Exhibit Three as the maximum compensation limit for
expenditures under this Agreement. Under no circumstances will the City have any liability for work
otherwise -nay be alleged or claimed by Program Manager, beyondthecumulative amount provided
where specifically approved in accordance with the City Code by the City Manager or City Commissi
as an increase to the Agreement and put into effect via an Amendment to this Agreement.
For employees included as Core Staff, al no time should the billing exceed the amount specified in this
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 82 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
-- approved by the City, for P 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 89 identifies the professions and/or job classifications expected to be used during the tenn 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, all compensation paid by the City shall cover all Program Manager's
labor costs.
B2.05 ESCALATION
B2.05-1 Wage Retell
Values depicted in Article 89 will be allowed annual escalation effective with the annual anniversary of the
contract executiog The maximum increase in any annual adjustment shall be limited to three percent (3%)
per year
City Initials
B-1 Program Manager In
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
B2.05.2 Adlustment Factors
Where an Independent Auditors 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 B3 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 method of 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
dearly defined, quanttied 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 Lumo 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
B3.021 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
indude 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 for . , j�'rj : n three months, the Program Manager's further compensation may be subject to renegoti
City initials
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 shaft 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 shalt be billed -to -the City- in - the actual mount 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
Supllernental Staff. The Monthly Progress Report shall also provide summary as to the status of an assignments,
tasks, activities and deliverables as may be applicable. City shag 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
Ythe-Program Manager.
The City will reimburse the Program Manager for authorized Reimbursable Expenses pursuant to the Imitations of
this Agreement as verified by supporting documentation deemed appropriate by Director or designee induding,
without limitation, detailed bills, itemized invoices and/or copies of cancelled checks. Documentation shall be
submitted with invoices for Variable Reimbursement Exp
enses. Far.. 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 item 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 DEFIN • PIS & CATEGORIES
/ i'
City Initials /u1 _
8-3 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 Transportation
• Recurring Reimburseable: parking expenses and vehicle allowances for members of Core Staff indusive
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, exduding 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, exduding, 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 PTsgram-Managers-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 dass C travel inside Dade or Broward County will not be reimbursed. Meals and lodging expenses will
not be reimbursed for temporarly 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_disc retion of the Director.loriging 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—distaancc e_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 Eauloment
• 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
All other expens • duded in Exhibit Three or those otherwise requested in advance and approved in writing
by the Director or ignQe are eligible for reimbursement as Variable Reimbursements.
City Initials
84 Program Manager In
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
B7.05 REIMBURSEMENTS TO SUB -PROGRAM MANAGERS
Reimbursable Sub -Program Manager expenses are limited to 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 Ore Program Manager Initi
(f tp ofOtani'
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 Tight 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
I-rv
ry F-.
rement Supervisor
ikant
DEPARTMENT OF CAPITAL IMPROVEMENTS
444 NW 2nd Avenue, 81° Floor / Miami, FL 33130 / (305) 416-1280 / Fax: (305) 416-2153
Malting Address: P.O. Box 330708 Miami, 'FL 33233-0708
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
EXHIBIT TWO
TRAVEL APPROVAL TEMPLATE
Oily of Miami
TRAVEL EXPENSE APPROVAL
11Eff.RENCM Laborimeneoammt Pclay Wok 1-77 end 1246
I Fl 84104 Tax No: 04-0004341419
1. TwalltpunstApprovd No0). erwlift
TA
E S
1
E. Ed travel rowan Is for 0 evoloyee 0 Oils/ Opeclift
4. 1111•104111. app4•01ogr
S.
0010140:
T. 1.141/*A4Orser
1
Spappook
thistrision Prom
Ogs,41.00porllow
It DOA 4/ ROAM
11,1Noldiepara Al**
14. IrliOn.v444 kill.11111r
/.1*1100 114411i:
0 010/41111:14 ifidp *Mel
Palimmil/411161, pap xisinl
OrOville VIM* (Coss lileraillp **le)
Aiblictalifirohotison .41rocitytipeerictiot *pipe*
1141.4140
• 14141641161111/11
b
0..F4/4 assIsAtels
4.4wilawepiinip rows toikk
11.
Allinbursonowilirdied
Aubotiaidaloristra, •
A**
1S.AccouritColls.(apobr 010104*
40...k44.44inirlidexplorrierlor WM tppicludkittrans0111101.
:0001; M* Sigan1040410t1004
20. Rimesevtcor 11*W:edam rogusik aliii*yo sine fteininniatatAl dirk
0 Troll asponseienblinuioualty14.1. 0 Employs4V4rou 11414444w/440;Eie
AnteAdvance ReipalIsii
DearChiait Needst*
23 enplgyes 104
Ds
nu,
panment OirictoriDeerifirii. 1:11y tionatrervenesOirioir
CIF404404; OW* -F14014,1f4,00114k confli $4004.040PON1011-
City Initials
Exhibit Two Program Manager Initi
JONES LANG LASALLE PROFESSIONAL SERVICES AGREEMENT
EXHIBIT THREE
FEE AND REIMBURSIBLE EXPENSES PROPOSAL
DATED MAY 11, 2006
City Initial
Exhibit Three
Program Manager In
Jain Late LaBelle Professional Srvkm Apwmwnt
SORB Tines
CNy Ideal
Podium Mwyainenl Servkr tar 1M llaaeaaaa NM Pow Sad Nadu.
P. N Mu: Jade Long La0rb
0tMnnmy Fr 0dtrW ter N Pliaar
No.
Area al Responsibility
Taskto be Penermed
A
Moo
PoNlen
Com Prelim') BalleuenientiConstrundon Management
Project Windom
Strategic MOJA '
Fmmtlel Analysts
FMndd MONO
Prelate paver,
Fromm lilanagamont
P si Management
Program Manam mma
Program Management
Joint VIM
Lamy .mien
Men Gabe
Arm Corey
,ben Radon,
Jima Caddy
Hook Pad
tia0ldm Vim PmPdwa
Ammer'
Comthd
Preload 6aa .
Reject 6wMpe
Moe PrMMartt
Senior Pwjed Manegm
Program AMnagement
Project Manpw
Project Manager
d l PiloCeenn
101,200
20a,700
44,720
34 a3Q
311,570
Far
Deolgt
N,100,,,
11.100
165.544
1N,016
60.062
130,588
100,363
120.459
Program ManogmnM6
Praline Manager
Project MmMger
Program Martagata4
Ryed
CaorAtamr
Project Coardinster
129,458
128,326
1e7,166
144,454
144,4MM
107,385
1CPast
mr.ndlsa Told
107,730
154114
405,308
MOM
514,601
514,331
391,722
P ealed OoaratloM
L
147,920
307,580
t 01,400,
1,663 427.863
17,106 429,526
42,021 794,600
54.629 921,741
47,154 036,69111
47,166 N6,666
35,056 063,497
CearaOene Support._
111dnml 90e08
Sire Fled
B
Director
Vbe Prmaken
A-I:umna11t llaes_
Reed OoReMea
47,676
143.034
IMAM
Mims
PridedAddliey
FroMe4Qoseetleme
OPereaono Swoon
, WOWCiodsy ,
0evm Red_
1,�Ir.j3126Mwd
Mal FragMtr
Malyd Andy*, ,
Mandl Malian
Cod Censer
FMnalne
Wen lambda
FYmmdd Aryds
Wm P'Qdda6_ nsteLVk Meel1Md MN,
7A7a 64.751
2U1q,, 104263
71S.7g7 2418,701_ anaAil7
•
ti y
1- 4
Pd0asl#4t1M , IU1A_Ma1pa • 12.100 . - L k .. Mina
ti
Amdlald
__ Proeselgn
DISIPT•ulbni
Poet
Oonelyd0n
Told
Toed
147,020
307,600
51,4110
, Val P11a10m6 119111e1AMI PreuMal4 0.0007 V 4 0.N0
MenaM Mdvde
ProjectNs5dda Hotels Amelia 13,000 - 13.000
t Melon tabu , JfotelsMNta sgeg,
5-OaasidlveIbtae leal0
C Supplemental S 1f-$end praps Malggwa
Q.CWMdctMHours ,,, .30.91
llewre411 Eae 179r PP11a1 Aalats4 And ¢aa Plat,V�nlelae Rra/lretar 0411ss1ib(en1MM91Jsdtt1g115110
roman C_LL.lggte $ 1213,412
s6Pdenrerrtd 4mlela:
Trrteodalbn and
.300.000
15.008
+_ ,_ 01f1a
• +.
ti
1- 7
i N6,N7 $ MAN
May 11. 2006
i 2,778,767 i 210,785
300,000
427,853
429,520
7a4,60a
921,741
136.000
535,13111
653,497
54,751
104,233
g t33.6q
L _L
SUN
using
16,*N,747 i 188,10
42.000
▪ 12.100
'r
1 . 9.000
13,000
11A00
. _KM
300A00
14.966, 1
54 0 =Tic
$ N,012 9 NAM
110.048
130.733,
$ 195.776
. s,ao6
11.130
1 10,220
136,024
37122$
i 611,203
•
310.000
135024
370.221
$ 0,600,000
Bumfny Fee Schedule 1 d 12
T
thak Melds
001sara6lrOtarasdt
Jones Lane LaSalle Professional Savkss Agreement
Exhibit Three
May 11, 2009
Program Management Services
Summary
VARIABLE REIMB. EXPENSE FOR PROJECT
Assumptions: Total phase length of S9 months from May
for
Expense
RELATED AND
the Renovation of the Orange Bowl Stadium
Schedule for All Phases
SUPPLEMENTAL STAFF - LUMP SUM - Project No.:
2006 to July 2009
Nem N.
Dsaerl tIon
Amount
Mane all FPIIE
Number w
rsrthe at
FfEa
AM AMI
P1'643860
Design
Construction
Pat
Combustion
Tar
1
Computer Sonars
8478
. 20
1.150
1.700
).500
5,100
-
9,450
2
Lod Courier (Erma')
8477
39
4,880
1.920
1,800
9,800
800
18,600
3
Outside Reprogram=
8845
39
7.000
1.600
2.560
1! 000
3.000
32.980
4
FOfeceax Canddps. (Break 9 i W )- FWd
$108
3.
-
BDD
800
2,400
200
4,200
5
Fax Cartridges Additional larger HP
Machine- Field OTps
3215
so
1,600
1,800
4,800
400
8,400
6
Mina Cartridge. Field Oflfce
8108
39
-
800
800
2,400
200
4,200
7
Travel- Rena CersSupplemental UM
850
39
790
320
320
480
40
1,940
Travel8 Stafff n (To -From) Supplemental
8106
39
1,950
640
480
960
80
4,110
9
Travel - Heels Supplemental Staff .
8109
39
1.950
640
840
980
90
4,270
10
Towel - Meals Stppleman9d Staff
82S
390
160
160
240
20
11 `Travel-
.
Mem Srpplrhenw S .
88
.39
39
90
20
20
60
5
970
203
12
Travel- PadWnp FLL Supplemental Staff
812
3s
195
6D
80
120
10
485
13
Trawl - Parting MIA Stpplemm00 $4s0
812
3P
195
s0
80
120
10
485
144
Ml.eg. St. ,,..OM
823
39
234,
90
so
_ 432
36
15Meld
Plug/Glows
IC1Vl01
0
-
-
.
2,400
200
.878
2.600
10
Copy Paper
$274
39
3.900
, 800
000
4,800
400
10.700
17
Couriers. Meaanpama
$352
39
4.680
1,920
1,920
4.600
400
13.720
18
Misc. Oaos Supp0s
(F
ook)
3377
39
3,900
1,600
1,800
7,200
400
14,700
20
Call Phone $.rvke
947
39
341
140
210
1,050
105
1,846
21
Parking Malle(e)
se
s8
40
40
120
10
308
Taal 32.340 14.948
_ , 15298 04,042 0.898 138,024
RECURRING REIMB. EXPENEE.F,OR
PROJECT
RELATED AND CORE STAFF - LAMP
SUM - Project No.:
22
Blipping tern mil, NM Cm.
8215
89
936
384
790
6,000
400
8,488
23
5Shipping Cathie FleAgoalio ri, Het Day,
um80
4,3811
1,792
1,792
9.800
1,200
18,762
24
Trawl- Real Can Can PrvpaM
Carieedlon Mani
1945
39
14,820
61180
6,080
9,120
760
36280
25
Travel -AY Fen (TaFrom) Cara
iktICYOrI Mod$2,002
ucb
3e
37,050
12,180
9,120
18.240
1,520
78,090
20
'TmrsI Holt. HopnnlCareuNlon
Mont .
52,080
39
37,050
12,100
12,180
18,240
1,520
81,130
27
Travell - Meals ' on Proergevconennson
Mrs
39
7,410
3,040
3,040
ON
390
18.430
28
Travel-iliaCaa PlegraM1001119UMia
ass
39
1,853
380
390
1,140
96
3,848
20
Trawl- Parking FLLCa CortNlruclor
MOM1236
ss
3,705
1,520
1,520
2,280
LL
190
9,215
31)
oo
Malt8236
RoanimiCongesuionMalt
ao
3,705
1,520
1.520
2,200
190
9,215
31
Waage Cos RoprI teribu lion KW
0322
39
3,705
1,520
1,824
5,123
380
12,552
k 32
Ce9 Peon SaMo9
_ 8890 f
30
8`484,
2.680
3.990
10.950
. 1295
. 35.079
33
PMIio Mtlbral . . ..
_ $158 ,
1.950
809
000
. . 400
.
200
6.150
34.
T1 lbw Mal Soap) _
3215
3a
2.400
. 1200
1.600
2.400
400
5,400
31
Jae= Liam ., .. ._
$831
Ms
1.300
2.W0
1.800.
10.203
. 1,0�,0_
16.420
la
PORN
�3
2
7.200
800
37
Clelwl.Ns
OS30
!9. - -
4.Q0�
4.Q0�
12AR0..
1.000_
22.000
Teti 11.8141
_ 64*
6L7M
139.733
11299
Summary Reimbursable Sch 2 of 12
Croy of Miami
Program Management Services terns Renovation of the Orange loerl !Radium
Name at Fkm: Jens Lang Lallans
Phase: Analytical
Jonas Lang LeseM Profeesland Senecas Agreement
Exhibit Three
RFI Ni nbar: 06-06022
Project Number,
Submittal Date: 07A62006
Phis. Length: My 2006 to July 2008
No.
Trek to be Performed IArea of Responsibility
Name
Position
PHours)egelitiRretion
Duration j Hourly Rates'
Toads
Comment. ClerMcalions, Remarks
Variable Rsimb, 6q.wnr I
I (FromF
Recurring Rein. Expenses
(FromEve� I
A
Coro Program Managsm.tHConstructlon
M.nagsnrsnt .
Project Demnmron
Strategic Analysis
John Vick
llamave Vice President
20
240
490
$103,200,
20% ionic morphs
Financial Analysis
Larry Berton
Associate
100
1100
194
$208,760
100%far even menthe
Finale' Analysis
Justin Pates
ConMiten
20.
, 200
165
.334,320
20%for010mro'a
Project Delivery
Program Management
Ann Carey
Protect Executive
Vedas
1347
231
$311,570
Length Phan
Program Management
John Paaione
Protect Executive
m
Program Management
James Cowdery
Via President'
PO
Program Management
Hank Pohl
Se for Project Manager
SO
Program Management
Project Manager
Plolad Manager
SO
Program Management
ProtectManarier
Pto ed Manager
So
Protium Menagarnint
Prated Coati1 ater
Prolog Coordnear .
$0
.
,
Project Operation
OPaaaon s Support
Midst Opdoy
Director
Varies
351 .
136
$47,578
Length of Phase
opennen Swan
Germ Float
Via President
W M
054
160
3143.034
Iul i of Phone
A. Cumulative ileum
._
4100
046,602
a
-
$
8
SuppissetN staff
Project Da/dtlam
Project owr.ry
Pra.et Operations
Retail Feaelb*ty
_
Miring ARMY*
,Vic,Peeklent .
Reel Woe POWdrd
. Veda
0
300.
$12,,000
S6cmoohs
Mandel Anbole
. Prelet Amami
Reid AmNat
. Vanes
66
150
312,900
Sat morays
v.
r
_
W
Cori Canter Puelblay
Merkel Mardi
.Mrs President
. Hatek Vide President
_ Vanes
„ 35
300
39,000
She moMn ,
FI anoW Amlysie
Pitied Meodtia
114tgg Assad* .
. V/ s
, 00
2p0
$13.000
$e months
Finendal Amysi.
Ptole%Analyst
, Halals Ambit .
Ventre
120
160 .
$18,000
$lx Morns .
j
II - Cueeda t . Hews
041
361900
3.
-
3
•
C
Suppler Staff -_,Sub Program Managers
,
$uppirm nW ayjlbep: To bRpraMded
.
. . .
3300,000
Transportation end TAM
y
P*kkn Renato
Pulls tnifin ,
. C - Crrmadative manW
0
11/00.400 .
-
3
-
v,
—0
l'.
Mind CderdWM Hours
4040
$ 1,213,482.00
$
32,340.2t
I0
120,e15.20
May 11, 2006
Malylfad Phase Fee Schedule
3of12
Jones Lang LaSalle Professional &omicjs 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 mouths from May 2006 to July 2009 / otal phase hours of 4640 divided by 1900 hours per
FTE equals 2.3 FTE's for this phase 11
Rem No
Description
per Month
FiE
Number
Months
FTE's
Base llntt Cost
Total Fee
Remarks
1
Computer Software
S500
2.3
51,150
2
Local Courier (Estimate)
_ $120
39
$4,680
3
Oubide Reprographics
$200
39 !
17,800
4
Fax Cartridges (Smal B & W)- Field Office
SO
39 '
$0
5
Fax Cartridges Addltlonal Larger HP Machine- Field Office
S0
39
}
S0
6
Printer Cartridge- Field Office
So
39
S0
7
Travel - Rental Cars Supplemental Staff
S400
39
8780
8
Travel - Air Fare (To -From) Supplemental Staff
11,000
39
$1,950
9
Travel - Hotels Supplemental Staff
$1,000
39
31,950
10
Travel - Meals Supplemental Staff
$200
39
$390
11
Travel - Misc. Supplemental Staff
S50
39 I
$98
12
Travel - Parking FLL Supplemental Staff
$100
39
$195
13
Travel - Parking MIA Supplemental Staff I
$100
39
$195
14
Mileage Supplemental Staff.
S120
39
$234
-
15
Field Vest/Safety Glasses/Ear Plug/Gloves I
S0
0
$0
16
Copy Paper
$100
39
$3,900
17
Couriers, Messengers
$120
39
$4,680.
-
18
Misc. Office Supplies
(Folder/Binder/Pencil/Pen/Posit/CD/Notebook)
$100
39
$3,900
20
Cell Phone Service
8175
39
$341
21
Parking (Visitors)
$50
39
$98
otal
$32340.25
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CO lE STAFF - LUMP SUM - Project No.:
22
Shipping (Within Florida -Miami, Next Pay,1 Lbe)
$24
$9 1
$938
23
Shipping (Within FlofMa.MtmI. Next MY. 5 Lbs)
, $112
39
$4,388
24
Travel - Rental Cars Core Program/ Construction Mgnit
$400
39
$14,820
25
Travel -Air Fere (To -From) Cone trmwYon
Mgrtxt
$1,000
39
$37,050
25
Travel - Hotels Core Program/Construction M rWrt
1)1,000
39
$37,050
27 ,
Travel - Meals Core Program/Construction Mgnmt
$200
39 (
S7,410
, 25
Travel - Miss Core Plogram/ConstrUctt J MAIM
$50
39
$1,853.
29
Travel - Pad FLL Cora Construmdkn M9nh .
„ $100
39
$3,705 .
30
Travel - Parking MIA Core Mgmt
$100
39
53,705
31
Mileage Core Program/Contraction Mont
$100
39
S3,705
32
Cell Phone Service
5175
39 ,
_ $8,484
,T3
parking (Vlafiors), ,
$50
39 ;
$1,950
34
T1 fine (Bel South) .
$200
12
$2,400
35
Laptop Lease
$800
2.3
S1,380
3$
Color & B/W Ptttler Leese
, 9.0
39
50
37
Cooler Lets
, 10
39
S0
Total
Siii,813,21
May 11, 2006
Analytical Phase Reimbursables 4 of 12
Jonas Lang LaSalle Probational Sandals AwesMerit
ExhiIsR Three
City at Mimi
Program urngawa Sar$css ferlha R9nosainn erthe Orange Mond Stadium
Naas of Ftai: Jaw Lang LaSalle
Phan: Pia.Deelan
Rfl Number: 0606422
Project Number.
Submittal Dale: OPIO& o1
Phan Len.: May 2006 to December 2006
No.Took
Area of Responsibility
to be Performed
Position
T
Neu!"
Hourly Rani
Teals
( Variable Relmb. F,paws
(From +haaq
1 (Peso
E
I Comment, CIwNI ons, Remote
onesro01 1
Vialatra9
A
Can ProgramlAtim s Management
rPejje
1
Project Definition
-
*mean Analysis
John in it
await." We Prssidet
20
104
430
644,720
20% for 99s morns
Fwndr Analysis
Lrry Bunion
Aaodets
100
620
100
saa.eoo
tgon fa ih of mast
Fwnd%Analysis
Jos In Bits
Coniulta t
20 ,
104
1b6
31/fit10
20% *affirm moneis
Program Management
Am Croy
Fleet Exsaidvs
40
Program Managemeint "
John Paoaons
Protect Exsah.
50
403
226
8156,544
'Length d Phase
r,
Program Man.Oainer°
Jirnsb Cowdery
Vice President
Verne
915
171
9156 16
Leone of kilo
Program Maneganrnl
Mink Pohl
'Saner Project Maris�ar
50
668
146
$100,3553
Limth of Phase
Program Management
Probes Munaar
Pm)s Manager
100
1040
124
31'29,469
Length of Phase
Protium Lianaciement
Mrnsgar
Prged Manager
100
1040
- 194
9129,460
Lamm el Phase
Program Menesiernent
Project Coordinator
Prefect Coonanatgr
1bo
1387
93
i126,328
'Length amens •
'
trroMet
Opinions Support
MWwI Gado
Director •
•
Operator s Suppon
Sterne Freon
Vida Resider*
90
,
A -term lativaNae!
ewe
3060,637
i
i
.
8
Supplemental Staff
•
Protect Dde moo
Molest Delivery
Project Operations
Retail Inesatidrty
MOON Mdyils
Vios President
Ri}d Viarre.aid•rd
.
Flnendal Analysis
Protect Maya!
ItelakMayet ,
Cent Canter Feaal.My
Markel Analysis
Via Presides
Haan Via President
`
FYundal Amanda
Paned Aaodals
Noels Associate
Fkne ndel Analysis
• Pnand Analyst
Motile Anoka(
^
0. Cumulative Kars
0
m
- _
$
_
C
Supplemental Staff - Sub Peo�r is Managers
�.�. ,., �.r
hnppMmmel Samna*:
Tmlpabntlon and Traffic
Plana Piurwn9
Public Relation
-
Community OubauAi
C. CatiWtBi a Hours0
_
$ -
_
•.i
Grand pratsatlw leas
0496
i980,037.00
8 14,966 00
$
34,066.00
May 11, 2008
Pre -Design Phase Fes Schedule
5o112
*Ines Lang LaSalle Professional Ssrvicbs Agreement
Exhibit Three
Program Management fiervices
PRE -DESIGN
VARIABLE REIMB. EXPENSE FOR PROJECT
for the Renovati
PHASE / ESTIMATE OF REIMBURSABLE
RELATED AND SUPP
n of the Orange Bowl Stadium
EXPENSES
EMENTAL STAFF - LUMP SUM - Project No.:
Assumptions: Total phase length of 8 months
equals 3.4 FTE's for this phase
from May 2006 to December 2006 /
atal phase hours of 6496 divided by 1900 hours per FTE
Item No
Description
-
Amount per Monthmberl�
FTE
Months or
FTE's
Bus unl Cost
Total Fee
Remerlo
1
Computer Software
$500
3.4
$1,700
2
Local Courier (Estimate)
3240
8
$1,920
3
Outside Reprographics
3200
8
31,800
-
4
Fax Cartridges (Smal B & W)- Field Office
3100
8
3800
5
Fax Cartridges Additional Larger HP Medlin*.Field
Mi.$200
a
$1,800
8
Printer Cartridge- Field Office
$100
8
3800
7
Travel - Rental Cars Supplemental Staff
;
3800
8
$320
8
Travel - Air Fare (To -From) Supplemental Staff
31,800
8
3840
,
9
Travel - Hotels Supplemental Staff
$1,800
8
s840
10
Travel - Meals Supplemental Stag
$400
8
$16b
11
Travel - Misc. Supplemental Staff
350
8
320
- 12
Travel - Parking FLL Supplemental Staff
$200
8
380
13
Travel - Parking MIA Supplemental Staff
3200
8
380
14
Mileage Supplemental Staff
3240
8
$98
15
Field Vest/Safety Glum/Ear Pluo/Gbvee
$0
8
so,
-
18
Copy Paper
3100
8
3800
`
17
Courier. Messengers
3240
3
$1,9 0
18
Mlac. Office Supplies
(FolderBindenP
$200
8
s1,800
20
Cell Phorke Service
3350
8
$140
21
Paddng (Visitors)
_ 3100 _
8
340
offal $14,958.00
RECURRING REIMB. EXPENSE FOR
PROJECT RELATED AND CO STAFF 4 LUMP SUM - Project No..:
22
Shipping (min Florida-yiismi, Next Day, 1
)
348
8
838
,
23
Shipping (VlAlhin Florida - Miami. Nee 5
$224
8
31,792
.
24
��Day.."
Travel - Rental Cars Core Program/ Conswctiion
��)
Mgmt
3800
8
36,080
25
Travel - Ale Fare (To -From) Core ProptanVCorntnrctbn
Mgmt
$1,800
8
$12, 80
26
Travel - Hotels Core Program/Construction mt
81,800
8
$12,S60
27
Travel - Meals Core Program/Construction3400
8
43,040
28
Travel - Misc.Core PragranyConstructlon
$50
0
$38,3
29
Travel - Parldna FLL Core Construction Mgmt..
, 3200
8
$1,5
1.
.
30
Travel - Parki g MIA Core ProgFam Corabucbon Mgrrit
3200
8
$1,520
31
Waage Coro P MMnit
3200
8
$1,520
32
Cell Phone Service
3350
8
$2,880
33
Parking (Visitor) ,
3100
8
$800
34
T1 Nne (Bel South)
3200
8
$1,800
r
35
Laptop Lease
, . . s800
3,4
r $2,040
38
Color & B/W Parity Lease
, 3300
8
$2 400
37
Coger Lease _
$500
8 $4 000
irote Ii 4,44.00
May 11, 2006
Pre -Design Phase Reimbursables 6 of 12
Jones Lang LaSalle Probesload services
RAI bitThree
Agnitiment
Coy d NNW
Premiss Mui sitUMossimtllsItenovMbnoftM0,J B d*S Ina '
Nam. al Finn: donee Lana La&l.
Phase: deign
No.
A
Aram of Responsibility Name
Task to be Performed
RFI Number. 0546.022
Prajaet Number
Submittal 7cte: 02106I2006
Phase LengthJelwary 2007 to August 2007
Con Program Management
Pro** DegnWm
Strategic Mersa
Makin Duration gniHeraly Rate
Percentage Hooey
Total
Comnar, Clarifications, Ramos
1Vold* Reims. Exp.rws T Reaunlp Ram. Beene" I
(From Expanse NkrkatreU 1 (Fran Expense Vkorlahos,
Jelin Vick
Financial Analysis
Flnendal Analysis
Latey Berton
juslin Bats
Asp delve
Consultant
prow* baavery
Program Manager
Program Management
Program Management
Program Management
Program Management
Program Management
Program Management
Project Operatleir
opesian Summit
oaeradoris support
Mn Carey_
John Pacoions
Jena doddery
Halt Pohi
Pro)lect Menem,
Project Manager
Project Coordinalr
Project Executive
Project Executive"
Vlos President
Sailer Project Marker
Pro eict Manager
Project Manager
Prided Coordinator
vireo .
e5._
100
100
100
100
256
744
1127
1127
1127
1127
176
trig
126
126
95
$0,
$60r 062
$130 566
MORN
6144,454
$144,454
6107,693
Length of Length a
Length's(
Length of Phase
Lintel of Phase
Length cif Phase
Michael Salm
Steve Fred
Vice Preiitart
A-d muMte s Hours
5610
5754.696
3
S
Supplemental Stall
Project DMnNlon
Prefect Da very
Prayed Operations
Mad FeealWey
Market Analysis
Fkta del AMMO
Via Preeleant
d Proie
Rind Via Preugant
Retell Analyst
Corti Carer FwNbMNy
Harlot Andy&
Financial Analysis
Via Preadult
Project Allocate
Hotels Vic. President
Fong Associate
Financial Analysis
Project Analyst
Holds An*et
tl - Cumulative Hrerss
0
$
$
c
Supplemental Staff - Sub Program Managers
atopeleno dal •ones:
7rraportadon and Trails
Parking Planning
Pubic Relations
Comanurity Wheal
C • Cundallve Mare
0
i
i
Onad Cumulative Mare
6610
$754,6g6,00
i
15,200.00
52,764.0C
May 11. 2008
Design Phase Fee Schedule
7of12
Jones Lang LaSalle Professional Services Agreement
Exhibit Throe
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 dhrided 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
51,500
2
Local Courier (Estimate)
$200
8
$1,600
3
Outside Reprographics
$320
a
$2,560
4
Fax Cartridges (Small B & W } Field Office
S100
8
$800
5
Fax Cartridges Addittonal 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
5480
9
Travel - Hotels Supplemental Staff
$1,600
8
$640
10
Travel - Meals Supplemental Staff
$400
8
S160
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
$80
14
Waage Supplemental Staff
$200
8
$80
15
Field Vest/Safety GlasseWEar Plua/Gbvss
S0
8
$0
16
Copy Paper
$100
8
$800
17
Couriers, Messenger's
$240
8
$1,920
18
Misc, Office Supplies
(FolderenderJPendIPen/PoaiVCD/No)bbook)
$200
8
$1,600
20
Cell 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 M(htn Florida -Miami. Next Day, 1 Lbs)
$96
a
$768
23
Shipping n Florkde4Aiami, Next Day, 5 Lbs)
$224
e
$1,792
24
Travel - Rental Cars Core Program/ Construction Mgmt
:800
8
$8,080
25
Travel- Fare (To -From) Coro P►oDr
gmt
51,200
8
$9,120
26
Travel - Hotels Core Program/Construction Mgmt
$1600
8
S12,180
27
Travel - Meals Core PrograM/Construction Mgmt
5400
8
S3 040
28
Travel - Misc, Core ProoramfConatnxSion Mgmt
$50
8
$380
29
Travel- Parking FLL Cons Construction Mgmt
1200
8
$1,520
30
Travel -ParkingMIA Core Mgn1t
$200
8
$1,520
31
Mileage Core Proilrei COOS1R1 Ion Mgnit
5240
8
* $1,824
32
Cell Phone Service
$525
8
$3,990
33
Parking (Visitors)
$100
8
$800
34
T1 line (Bell South)
$200
8
$1,800
35
Laptop Lease
`
$600
3.0
$1,800
3s
Color 8, B/Wpriilbr Lease
$300
8
82,400
37 .
Copier Leese
$500
8
.4 000
Tod
� 00
i
May 11, 2008
Design Phase Reimburaables 8 of 12
prows Mararnat Senior; for Ss R novaliae id** 01111011 SOW Stadium
Name or Raw Jones Lang LaSalle
Flass:Cotartaeon
Ana o1MapomLa4r Nra. T at,rtirh
Tart to be PMTnmad
Gorr Program Management
Project DaMttien
RFi NhgMr.. 66064323
Protect
Sternal Date: 02l01112006
Phase tam" June 2007 to May 2009
Prows
Hourly Raba]
Camara. gad6ca lore,
Saatgo Analysts
Ethane( Analysis
Snowed Ambers
John Mdt
Simon
Justin Sates
Aaiociate
-Consultant
Prided DelverY
Pmmrn Management
Program Mrnagemrit
Prooram Man1wme t
Program Management
Program Ma nagemrt
Program Management
Protxsm Mangement
Ann Carey
John Pardons
Jamiedowlem
Hank Patel
Probst Mower
Prided Manager
Pilaw Coordinator
pflect Ehactative
Vks ProiW M
Senior Protect MarMaa r
" Praise( Manager
Motet teenager
Protect Coordinator
Probes OperMlsna
Mleheel Godov
Stew Froot
Dkootar
Moe Presidio!
66
-coo
100
fog
too
451
615
2574
3600
3900
36o0
3900
299
239
161
153
132
132
sd
Sioirao Linplh of PhkIse
6164 14 Lindh of Phase
$465 06 Length of Phew
$596
*514,601
$5141601
$362.722
Length of Phase
Length of Phase
Length of Phew
toroth of Phase
•Clam/a1M! ea
liUOPIelrallW Staff
PROW DelYilae
MeieetQaSvey
19440
$2.776.767
Retail FoaalelY
MenetA afire
Fkhrhdal Anryda
i PiaidaM
RetaLAnotrat
cod Cerullo Feasibilltv
Market Nebula
Fl
Finoncld Analysis
Vice Reek**
PnVertMaoaMa
Protect Mahal
Holds Mee President
Motile Msodals
Hotels Andy*
-Caradagvo
SMPMentertill-Sbff-Sub Pr1�ram-Ma agars
Services:
r. wc( can and Trano
Parldng Planning
Public RalMtons
Community Outreach
• quadrates
May 11, 2008
Grand Camillo* Nara
19440
$ 2,776.767
66.042.00
$ 130,733.00
Construction Phase Fee Schulte* g of 12
Jones Lang LaSalle Professional Services Agreement
Exhibit Throe
Program Management Services for the Renovation
CONSTRUCTION PHASE / ESTIMATE OF REIMBURSABLE
VARIABLE REIMB. EXPENSE FOR PROJECT RELATED AND SUPPLEMENTAL
of the Orange Bowl Stadium
EXPENSES
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
equals 10.2 FTE's for this phase
FTE
Item No
Dsacdption
Amount per Youth
or FTE
Number
Months
FTE's
of
or
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 8 & W)- Field Office
$100
24
$2,400
5
Fax Cartridges Addftional Larger HP Machine- Field Office
$200
24
$4,800
8
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
$980
9
Travel - Hotels Supplemental Staff
$800
24
$980
10
Travel - Meals Supplemental Staff
$200
24
$240
11
Travel - Misc. Supplemental Stag
150
24
$80
12
Travel - Parking FLL Supplemental Staff
$100
24
$120
13
Travel - Parking MIA Supplemental Staff
$100
24
5120
14
Mileage Supplemental Staff
$380
24
$432
15
Field VesUSafety Glasses/Ear Plug/Glbves
$100
24
$2,400
18
Copy Paper
$200
24
$4,800
17
Couriers, Messengers
$200
24
$4,800
18
Misc.Office Steles
(Felder/Binder/Pencil/Pen/Posit/CD/Notebook)
1300
24
$7,200
20
Cell Phone Service
$875
24
$1,050
21
Parking (Visitors) 1
$100
24
$120
Total
168,042.00
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE
STAFF - LUMP SUM - Project No.:
22
Shipping �n Florida -Miami, Next Day, 1 Lbs)
$250
24
$8,000
23
Shipping n Florida -Miami. Next Day b Lbs)
$400
24
$9,600
24
Travel - Rental Cars Core Program/ Construction Mgmt
$400
24
$9,120
25
Travel - Air Faro (To -From) Coro ProgramrConstruction
Mgmt
$800
24
$18,240
28
Travel - Hotels Cora Program/Construction Mgmt
$800
24
$18,240
-
- 27
Travel - Meals Core Program/Construction Mgmt
$200
24
$4,580
_
28
Travel - Misc. Core PipgramIConstuction Mgmt
$50 _
24
$1,140
29
TrovN - Paddng FLL Core CsestructIon Momt
$100
24
$2,280
30
Travel - Parldng MIA Con Prognim/Con3tnacllan Mgmt
$100
24
$2,280
31
Mleage Core Program/Const uc ion Mart
$215
24
$5,123
32
Cell Phone Service
$875
24
$19,950
33
Vi
Parking (sitors) '
$100
_
24
$2,400
34
T11ne (Bell South)
$200
12
$2,400
35
Laptop Lease
$1,000
10.2
$10,200
58
Cclor & B/W Printer Lease
$300 _. +
24
$7,200
37 .
Cooler Lease
$500
,
24
$12,000
Total
(130.733.00
t
May 11, 2006
Construction Phase Reimb Exp 10 of 12
Jaw Lang Laois Professbml Services Agreement
Exhibit Three
CSy of Warn)
Program Management Senior forth, Rarrvellon of the OnsSs Boat Shine
Nano of Flom Janos tang MOO
Phase: PoiCpr4uetlae
RFI Number. 05.06022
Project Number.
Submittal Data: 02/0=06
Phase Length: June 2009 b .My 2000
Na
Tack i4 be Performed
Names
1Pcolilon
thaws,
Pa:arMae
'Purim Fburs)
Rebel
TohM
Came * Cir8eMtar, Remrks
Rabnb Examen
ReaFrcn. Reim
(F� WrierQ
I (Frans
Expanses
(From Eyrie V fentleve0 I
A
Core Program Me
Won Menagsmsnt
P sat Deedaon
Strahgfo Matteis'
Fiend' Analysis
Larry Banton
Assodsh'
Financial Angie
.Aisle Wise"
Corq:llr t
Project Divert '
Program Management
ben Carr
Proton Executive
Vanes
35
244
$8,553
Length of Phase
•
Program Management
John Piccione
-Project Emeajwa
20
Si?
24e
$17108
Lengt or Prole
M21
Program Managana1
" Jaiinaa Coadiry
Vloa PVsidaint-
66
229
186
$42,6
Length ct Phew
Program Management
?lank Pohl
Senior Project Manager
100
347
156
$54,829
Length of Phase
Program Management
Prated Manager
Project Manager
100
347
138
$47,154
Length of PhU.
Program Management
Footed M441494i
Project Manger
100
347
136
$ 47,158
Length of Phase
1
Pretties Management
Project Coordinator
Protect Coordinator
100
347
101
$35,056
Length of Phase
"
Project Operations
r--
O ueraiorm SulsPat
'
Mimi Godoy
Meador
Voiles
62
138
8_,7 073
Length of Plum.
Operations Suomi
Steve Frost
Vice President .
V.Ar
141
150
$21,210
Leigh of Phase
A-C.arstanvsNouns
1914
8280,788
$ -
$
B
Supplemental Staff
Project Dseraten
Pitied Devitt
Prefect Operations
Rena Peesallite
Merkel Analysis
Vice Prssidsnt
Natal Moe President
Fine ndi Maya.
P1WedMeNst
RMslAnahat
Geri Center PeaelbSKy
Market Arnalyis
Vlos President
Hoists Moe Prei9oN
Ronda Miyats
Protect AesodM4
Hotels Moodea
Financial MMus
Project Analyst
Hotels Jnayat
"
B-Cumulative Homes
0
tip
1
S _
C
SupplsmenW Staff - Sub Program Managers
Bnrpptaaartat sera,
Transportation and Trelkc
Parana Planning
Public Relations
Community Outreach
C-C1rdaMvsHours
0
; -
8 _
t
1914
$ _ 260,7e6
May 11, 2006
Post -Construction Phase Fee Sch
11of12
Jonas Lang LaSalle Professional Services Agreement
Exhibit Three
Program Management Services for the Renovation
POST -CONSTRUCTION PHASE / ESTIMATE OF REIMBURSABLE
VARIABLE REIMB. EXPENSE FOR PROTECT RELATED!AND SUPPLEMENTAL
of the Orange Bowl Stadium
EXPENSES
STAFF - LUMP SUM - Project No.:
Assumptions: Total phase length of 2 months horn 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
Deecriptlon
Amount per Month
FTE
Number of
Months or
Base Unit Cost
Total Fee
Remarks
FIE%
1
Computer Software
S0
1.0
SO
2
Local Courier (Estimate) i
$400
2
$800'
3
Outside Reprographics
$1,500
2
$3,000
4
Fax Cartridges (Small B & W)- Field Office
$100
2
$200
5
Fax Cartridges Additional Larger HP Machine- Flald Office
$200
2
$400
6
Printer Cartridge- Field Office
$100 _
2
$200.
7
Travel - Rental Cars Supplemental Staff
$400 ,
2
$40
8
Travel - Air Fare (To -From) Supplemental Staff
$800
2 1
S80
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- Parldng MIA Supplemental Staff
$100
2
$10
14
Mileage Supplemental Staff
$380
2
$36
15
Field Vest/Safety Glasses/Ear MO/Gloves
5100
2
3200
16
Copy Paper
$200
2
$400
17
Couriers, Messengers
$200
2
$400
18
Misc. Office Supplies
(Felder/BUder/Peneil/PaVPositJCDMotebook)
$200
2
$400
20
Ceti Phone Service
$1,050
2
$105
21
Parting (Visitors)
$100
2
$10
- Total . s8.39i.00
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE STAFF - LUMP SUM - Project No.:
22
Shipping (Nikki Florida -Miami, Next Day, 1 Lbs)
$200
2
$400
23
Shipping (1MthIn Florida -Miami. Next Day, 5 Lbs)
$800
2
81,200
24
Travel - Rental Cars Core Progreml Cant uCtlon Mgmt
$400
2
$780
25
Travel -Air Farb (To -From) Core Progtef /Coratnlct on
Mgmt
S800
2
$1,520
_
28
Travel - Hotels Core Program/Construction Mgmt
$800
2
$1,520
27
Travel - Meals Core Program/Construction Mgnrt
$200
2
$380
28
Travel - Misc. Core ProgramiConstruction Mgmt
$50
2
$95
4
29
Travel - Parking FLL Core Construction Mont
$100
2
$190
30
Travel - Parking MIA Core Program/Construction Mgrtd
$100
2
$190
,
31
Mleage Core PrmgnpMCons8U ton Mani
$200
2
$380
32
Cell Phone Service
$1,050
2
$1,995
33
Parking (Visitors)
$100
2
$200
.
34
T1 tine (Bel South)
$200
$400 ,_
30
)aptop Lease
$1,000
1,0 I
._ $1,000
,
1
36 rCalpr & B W Pinter Lease
$300
2
$600
'
37 Copier Lease
$500
2
$1,000
r Total
$11.$30.00
May 11, 2006
Post -Construction Phase Reimb 12 of 12
O� S30c -1 0wm
3 a< s a3 m a0 m
Q1 8 g p n. O 3 co 0 n
o m w can m 8 a�pn°�grm
p- ON 'a'► ..N O z . 0 o N
< � a9.518c00,5g
O -'7tm LT N N n N
c=► tuanBag.. =N
cam *0.�o0Nt-c.cz
9 v
0 e.p-4 s3 0a g0.
0 ° 01-am t u a i
.d m .0„,,o,maO
a Q. o a5SA-Q �o m
a co -
a' -10-5'°—'aso o=A,N
0— 5' .•g ro a co 6 N N „:i
a "- 'e c� 0 r- a) a,
, N' N ? St op .+ a 4=
5 N W O >• N N
a s 'c m D a• 3
10 N C O E N g
O 5: 30 ¢aco - A ,p.N
cn =7a x5
Of ID
C a`Sawa•a'83
W
a• 5 o n x 0O m "N N
O
O
laza.irTEci
• 6 W -.3 C 3 W W 0
Fir rt
g ' N a m O m
03ma§-0°3fl.-°O
Wilg
N I. _ 3 cif _ N 41 a
:auapoed •JVJ Jeap
Subject: Orange Bowl Renovations -Program Management Services
m
to
Jones Lang LaSalle Professional Services Agr
Exhibit Three
City of Mimi
Program M.nag.msnt &amigos for the Renovation of the Orange Howl Sh OItan
Name of Firm: Jens Lang Ia$511.
$umnwry Pee Schedule for An Phases
Fees
No.
A
Area of Responsibility
Task to be Performed
Name
Position
Core Program Management/Construction Management
Maggot
Pro.Daipn
Deign
Conalmetion
Post
Construction
Total
Analytical
Pre -Colgan
Expenses
Design
Coakudien
Post
ConsNnlat
Total
TOW
Project Definition
Strategic Analysis
Financial Analysis
Financial Analysts
Prolog D.nwry
John Vick
Lam/ Benton
. JOAO Sates
Executive Vice Pr•s%shs
Assegais
Conq+IMfe
103,200
205,7e0
34.320
44,720
98.400
17.160
147,920
307,580
51,490
1.-
147,020
307,500
61,490
Ptapam Management
Ann Carey
PmJect Executive
311,570
107,730
8,553
427,853
427,853
Program Management
John Pacdon.
Project Fxsatew
156,544
90,062
104,914
17,108
428,526
426,528
Program Management
Jams CowOay
Vo. Pte.idem
15e,010
130,5e6
485,306
42,621
794,509
764,509
Program Menagonsm
Hank PoN
Bogor Project Manager
100,353
107,96e
598.693
54.629
221,741
921.741
Program Men.gsnam
Project Manager
Project Mannar
129,459
144,454
514,801
47,154
835.888
Program Management
Prolog Manager
Project Manager
1111,469
144,454
514,001
47,155
535,ee9
835,888
835,609
Program Management
Protect
Crordnsor
Project Coordinator
128,328
107,393
382.722
35,056
853.497
853,497
PNt..l 0eefa5em
Cprra$ons Support
. Opera5oniAm on
takhael 0edoy
&Sys Moot
DheGor
Vie. President
47.076
143A34
7.073
21219
54.751
164,253
ti
54 75.1
104,253
A - 41mu1.Ws Neur6
5
Supplemental Staff
048.052
940.087
754.5e6
2.770.117
240.706
4.020.1107
4.020.847
Project pelhlt*on
Prolog DOOM
ti
e �
•
Protect Operations
OPers4pq Pupped
Opaatla05 94ppoa
Michael tiogry
ROM Front
Yoe P1esk%nl
ti
•
ti
Retail P.s.lhgih[
jpoket A09M5t5
Mendel Analogs
Cent Center
F..dhWb
Vet Pree021Mt.
Probst Anibal
Retail WO Pertt9ed 14J100
Petal Meat 12.000 .
ti
V �
t
_12.00g
12,900
lArke MAWS
Finings, Angels
Vice Ptaldsm
Paled Aiming%
Nogg Moe President 9,000
No%t.Anodals 13,000
•
9,000
13,000
Financial MORN
Phjtal AMNnt
hotels Analyst
r . 5
(5 - 41aM9dve Howl. _ e4.9g0
C
Supplemental Staff - Sub Program Managers
,Dup$%meM.I Rogow:
Troolfoy0011 N7L0
„Panting Pam**
300600 .
ti
1e,000
.14.900
3Q0A00
12.000
12.900
9.000
13,000
18.000
04.900
300,000
SorC6 indiaOupaeh
C r Cumulative How, „
Smoke H4amt s►terpr0 s,t *mom imp care.5W!
vaned% AMIN Ater Prose AMR ale lupp%m.npl Staff..
&mal Cumulate? Nona
509A05
$ 1.213,462
$ 880,837
P 754,695
$ 2.778.767
$ 2e0,796
300.400,
$ 5,9ee,747
88.348
1211,915
$ 159,156
14,9513, 10.290
54.ok 52.794`
6 e9,012 $ e6,054
041,442.
130,753
s 105,775
A,396, 135,024
11.00 37e,225„
6 18,226 $ 511,253
300.060
145.024
376.2211
s esteem!
May 11, 2006 Summery 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.:
Assumptions: Total phase length of 39 months from May 2006 to July 2009
item No
n
Amount per
Month or FTE
Number of
"limb"'
M Fnths�
Anal
Pre Design
Oselan
Coratnrction
Post
construction
d
Total
1
ComputerSonware
5478
1,150
1,700
1,500
5,100
-
9,450
2
Local Courier (Estimate)
6477
39 _
4,880
1,920
1,800
9,800
800
18,800
3
Outside Reproorap 4cp
3845
39
7,800,
1,800
2.560
10.000
3,000
32,960
4
FOffice (Sr Cartridges ell 0 & W }Field
$106
39
-
800
800
2,400
200
4,200
5
Fax Cartridges Additional Carper HP
Machine- Field (Mace
$215
39
-
1,800
1,600
4,800
400
8,400
6
Printer Cartridge- Field Office
$108
39
-
800
800
2.400
200
4,200
7
Travel - Rental Cars Supplemental Staff
$50
39
780
320
320
480
40
1,940
8
Sta1f-AtrFare(io-From)Suppkmenht.
$105
39
1,950
- 840
480
980
80
4110
9
Travel - Hotels SupptemeMy Stag
5109
30
1,950
840
840
960
80
4,270
10
Travel - Meals Supplemental Staff
$25 ,
39,
390
169
180
240
20.
970
11
Travel - Misc. Supplemental Stiff
$5
39
98
20
20
80
5
203
12
Trend - Parkes FLL Supplemental SWf
: $12
39
195
s0
80
120
10
485
13
Travel - Perking MIA Supplemental Stag
$12
39
195
80
80
120
10
485
14
Mileage Suppbnnnt l $tMI
523
39
234
98`
80
432
38
878
15
FPI�Gbvas 08888dEaf
40IV0I
O
-
-
-
2,400
200
2,800
16
Copy Paper
$274
39 .
3,900
800
800
, 4,800
400
10,700
17
Cooker:, Messengers
$352
39
4.880
1.920
1.920
4,800
400
13,720
18
MIsc. Office Supplies
(F
cok)
$377
39
3,900
1,600
1,600
7,200
400
14,700
20 ,
Cell Plane Seeder
$47
39
341
140
210
1,050
105
1,845
21
Paridrg (Visitors)
se
39 ,
98
40
40
, 120
10
308
. Total . 32340 14.e10. - , ..15;280 . 06.042 3.3e11 138.024
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE STAFF - LUMP SUM - Project No :
22
shipping Fbkde-t Alarm. Ned 0ay,
1 Lba) _
me
39
935
384
768
6,000
400
8,488
23
(%Mmin Fbk o, Nrd DEW.
fi WanTravel
5481
39
4,388
1,792
1,792
9,600
1,200
18,752
24
- Rorie) Cars Core Program(
construction Mgnt
$945
39
14,820
6,000
8,080
9,120
MO
38,880
25
Travel - Air Fam go•FrorrOCaa
Morel
ProOMMICaostruclionTravel
82,002
39
37,050
121e0
9,120
18,240
1,520
78,090
28
- Hotels Cora �n
Myrrh
52080
39
37,050
12.100
12.180
18,240
1,520
81,130
27
Travel - Meek Care PrbpnamfOonsauctlan
Mind
$473
v
39
7,410
3,040
3,040
4,560
380
18,430
28
Travel - Mee. Core Pmpr.IVConMItieUan
Mgm
S99
xi
1,853
380
380
1,140
96
3,648
20
MT - Palkfftp FLl Care GrOraYUdeon Omt
$238
39
3,705
1,520
1 1,520
2,280
190
9,215
30
Travel - Puking MIA Core
Moot
$238
39
3,705
1,520
1,520
2,280
190
9,215
31
Mileage Core ProgrInVonshlalon Mane
S322
39
3,705
1.520
1,824
• •
5,123
380
12,552
32
Gd1 Phone Service
$899 ,,,
39
5,484
2,6e0
3,990
19,950
1,995
35,079
33
Parking °Asitds)
S156
39
1,950
800
, 800
2,400.
200
8,150
34 J1 fate OM South)
5215
.39
2 4C0.
1.800
_. 1.600
2,409
400
8,400
35 laptop Leese
. $831 ,
. 19.8 .
, 1.360
040
1,800
10,204
1.000
18,420
36 Calpr IF NW P,hkr Lease
S'323
39
'
400
2.400.
7.00,
12.400
37 SCx4ui'Leaaa
5629
.
V
4.000
4.000
12.000
.800
. 1.000
.21,000
Total
128,818
64.066
82,794
130.733'
11.630
378,228
May 11, 2008 Summary Reimbursable Sch
2o112
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. 05-06022
Prajed Number.
Submittal Data: 02108/2008
Phase Length: May 2008 to July 2009
Na
Area of Responsibility
Task to be Performed
Marne
Position
Utilization
Percentage
Duration (it
Hours)
Harty Rases
Totals
Comment, Clarifications, Remarks
Variable Ra1mb F>4
(From Expanse yWtisMet)
Recurring Rein Expenses
(From Expense Vy rksheat)
A
Core Program Management/Construction Management
Project Definition
Strategic Analysis
John Vida
Executive Vico President
20
240
430
$103,200
20% for six month.
Financial Analysis
)..army Berton
Associate
100
1100
190
i208,780
100% for seer months
Financial Analysis
Justin Bates
Dawdled
20
208
1135
134,320
20% for abx months
Project Delivery
Program Management
Aran Carey
Project Executive
Varies
1347
231,
$311,570 _
Length of Phase
Program Management
John Paaione
Project Executive
60
Program Management
James Cowdery
Vice President
S0
Program Management
Hank Pohl
Senior Project Manager
60
Program Management
Project Manager
Project Manager
SO
Program Management '
Project Manager
Project Manager ..
60
Program Management
Pitied Coor in aor
Project Comdnsoor _, ,
i0
Project Operations
Operations Support_
Michael Godoy
. Director .
Varies
351.
136.
347,878
Length al Phasee
Opera ions Support
Stave Froot
VicePresident
Vedas
954
150
$143,034
Length d Phase
A -Cumulative Hour.
4199
$848,582
$
-
$
-
f3
Supplemental Staff
V
Project Definition
Project Delivery
,
. ProjectOperations
Retail Feasibility
. Men et Mayala
Vida PJa$idsmt ..
Reta(Vkta Preesidem
Varies
49
300
$12,000
mown
Financ)alMaysia
ProjsctMayst ,
Retell Analyst
r Varies
86
•
150
.$12,903
,$ix
months
,Sir
.
Cord Center Feasibility
y
Market Agayai;
Vice President. ,
Hoists Vice President
Varies
30,
300
$9,000
Six months .
Filprlpal MOP* .
Ptpject Asaogtte
, Hoed Aempate
Vsn es
200
613,000
Sod mtpndha
FYtancIl Analysts .
, Protect Aneyat
Hotels Analyst
Varies
120
160
$18,000
Sod mort*ts
B-Curnula(IveNoura
341
$64,900
._
-
S
-
_$
C
Supplemental Staff - Sub Program Managers
.
Supplemental Services!:
To he provided
, ,
.
_ 3300,000
Tranaportation and TfaRlc
._
P81100Pl$001e
Pt RaIM . .
gorrtmunity Outreach
. 4 - Cumulate tour$
0 ,,
8309,000 .
S
$
. .-
Grand Cumulative Nouns 1
4540
••
$ 1,213,482.00
$
32,340.2E
$
126,815.2E
May 11, 2006
Analytical Phase Fee Schedule
3 of 12
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
Program Management Saivices for the Renovation of the Orange Bowl Stadium
ANALYTICAL PHASE / ESTIMATE OF REIMBURSABLE EXPENSES
VARIABLE REIMB. EXPENSE FOR PROIJECT 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 4540 divided by 1900 hours per
FTE equals 2.3 FTE's for this phase
I
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
54,580
3
Outside Reprographics
$200
39
$7,800
4
Fax Cartridges (Small B & W)- Field Office
$0
39
$0
5
Fax Cartridges Additional Larger HP Machine- F
id Offers
$0
39
$0
8
Printer Cartridge=Field Office
$0
39 l
$0
7
Travel - Rental Cars Supplemental Staff
I
$400
39 I
$780
8
Travel - Air Fare (To-Fro1 Supplemental Staff
$180
39 i
$1,950
9
Travel - Hotels Supplemental Staff
31,000
39
$1,950
10
Travel - Meals Supplemental Staff
$200
39
$390
11
Travel - Misc. Supplemental Staff
$50
39
$98
12
Travel - Parking FLL Supplemental Staff
$100
• 39
$195
13
Travel - Parking MIA Supplemental Staff
$100
39
$195
14
Mileage Supplemental Staff
$120
39
$234
15
Field Vest/Safety Glasses/Ear Plug/Gloves
$0
0
$0
.
10
Copy Paper
$100
39
$3,900
17
Couriers, Messengers _
$120
39
$4,880
18
Misc. Office Supplies
(Folder/Binder/PenojUPen/Posif/CD/Notebook)
$100
39
$3,900
20
CeII Phone Service
$176
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 Pay, 1 Lbs)
.$24
39
$936
23
Shipping (Within Florida -Miami Next Day, 5 Lbs)
$112
39 ;
$4,388
24
Travel - Rental Cars Core Program/ Construction Mgmt
$400
39
$14,820
25
Travel
if - Air Fare (To -From) Core Program/Construction
$1,000
39
$37,050
26
Travel - Hotels Core Program/Construction Mgmt
$1,000
39
$37,050.
27
Travel - Meals_ Core Program/Construction Mggrt
$210
39
$7,410
28
Travel,- Misc, Core Progran/Consiruction Mgmt'
$50
39
11,853
29
Travel - Parking FLL Core Constnktion Mgmt I
$100
39 I
$3,705
30
Travel - Parking MA Core Program/Construction
Mgmt
$100
39
$3,705
31
Mileage Core ProgramlConstrucgon Mgmt
_ $100
39
$3,705
32
Cell Phone Service
,_
$175
39
$0,484
33
Parking (Visitors)_
t
$50
39 1
$1,950 i
34
Ti line (Bell South)
$20p
12
, $2,400
35
Laptop Lease ,• ,
$609 _
2.3
$1,380'
36
Color S BM Prknter Lease
$0
39
$0
37
Copier Lease
$0' 0
39 !
S0 _ •
.
Total
$126,1115.26
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 Flan: Jones Lang LaSalle
Phase: Pre -Design
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
RFINum 05-06-022
Project Number.
Submittal Datk 02/08/2006
Phase La gh: May 2008 to December 2006
No.
Area of Responsibility
Task to be Performed
Name
Position
Ulfiizetion
P
Percentage
Duration tin
Hours)
Hourly Rates
Totals
Comment, Clarifications, Remarks
Variable Relmb. Expenses
(From Expanse lAr rlshest)
Recurring Reim. Expanses
IRecurring (From Expense ylbrlatheet)
A
Core Program Management/Construction Management
Project Definition
Strategic Analysis
John Vick
Executive Vice President
20
104
430
$44,720
20% for ttyee months
Financial Analysis
Larry Benton
Asaodete
100
520
190
$96,800
100% for ttaee months
Financial Analysis
JuWn Betas
Cansuttant
20
104
185
S17,160
20% for tree month*
Project Delivery
Program Management
Am Carey
Project Executive
SO
Program Management
John Paccione
Project Executive
50
693
226
S158,544
Length of Phase
Program Management
James Cowdery
Vice President
Varies
915
171
$158,016
Length of Phase
Program Management
Hank Pohl
Senior Project Manager
50
693
145
6100,353
Length of Phase
Program Management
Project Manager
Pooled Manager ,
100
1040
124
$129,459
Length of Phase
Program Menagemerd
Protect Manager
Protect Manager
100
1040
124
$129,459
J.ength of Phase
Program Management
Project Coordpator
Project Coordnetor
100
1387
93
$128,328
Length of Phase.
Project Operations
Operatpfs,,9upport
Michael Godoy
Director
0paatlons Support
Steve Front
Vide President
S0
A -Cumulative Nouns
649e '
$980,837
$ -
$ -
B
Supplemental Staff
Protect Definition
Project Delivery
•
Protect Operation*(
.
Rajah Feasibility
..
I
y _
Markel MaN41a
Yoe President
foetal Vloe PresIQant .
Financial Analysis
Paged Ansyst
Retail Mdyat,
,Cant -Canter F}aelbiety
Market Analysis
. We President
, Haub Vas President
Fingm4l Antah4 is
Prrled Medd*
Hotels Associate
Fine ndtd Ansyils
Pfoiect Analyst
Hotels Moly*
,1
B - Cumulative Hoyt J .
0 _
SO
_
S -
S -
C
Supplemental Staff - Sub Progsrarn Managers
Supplemental Services:
.
.
Transportation and Traffic
, .
Pgjtp Pl 1p
s
,
ub8p Retrtbns ..
`.
-
Comma* Onkaach
C • cum tat ,s Mourns
_
0
$ -
.
$ -
.S -
Grind Cumulative Hours
e496
$930,837.00
$ 14,956.00
$ $4,066.00
May 11, 2008
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
Amount per Month
or FTE
' Number of
Months or
FTE's
Base Unit Cost
Total Fes
Remarks
1
Computer Software
$500
3.4
$1,700
2
Local Courier (Estimate)
$240
8
$1,920
3
Outside Reprographics
$200
8
$1,600
4
Fax Cartridges (Small B & 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
$1,600
8
$640
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
$80
14
Mileage Supplements! Staff
$240
8
$96 ,
15
Field Vest/Safety Glasses/Ear Plug/Gloves
$0
8
s0
16
Copy Paper
$100
8
$80Q
17
Couriers, Messengers ,
$240
8
_$1,920
18
Misc. Office Supplies
(Folder/Binder/Pencil/Pen/Posit/CD/Notebook)
a200
8
51,600
20
Cell Phone Service
$350
8
$140
21
Parldng (Visitors) .
$100
8
$40
Total $14,956.00-
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE STAFF - LUMP SUM - Project No.:
22
Shipping (Within FJollda-MiartriJtext Day, 1 Las)
$48
8
$384
23
Shipping (1Mthiq Florida -Miami, Next Day, 5 Lbs)•
$224
8
$1,792 •
24
Travel - Rental Cars Core Program/ Construction Mgmt
$800
8
$8,080
25
Travel -Air Fare (To -From) Core Program/Construction
Mgmt
$1,600
8
$12,160
-
. 26
Travel - Hotels Core Program/Construction Mgrr)t
$1,600
8
$12,160
27
Travel - Meals Core Program/Construction Mgr%
$400
8
$3,040
28 ,
Travel - Misc. Corp Ptogram/Const uctiort Mgmt
$50
8
$380 ,
29
Travel - Parldng FLL Core Colratr.ctlon Mgmt
$200
8
$1,520
30
Travel - Parking MIA Core Program/Construction Mgmt
$200
8
i1,52o
31
Mileage Core Prggran Cdnsfruction Mgmt _
$200
8
$1,520
32
Cell Phone Service _
$350
8
$2,860
33
Parking (Visitors) .
$100
8
$800
3,4
T1 line (Bell South)
$200
8
$1,800
35
Laptop Lease , ,r
$800
3.4
$2,040
$6
Color & Printer lease
$300
8
82,490 ,
•.
37
Copier Lease
$500 .
8
$4,000,
,
Total
$64,086.00
4
May 11, 2006
Pre -Design Phase Reimbursables 6 of 12
Jbnss Lang LaSalle Professlonal Services Agreement
Exhlblt Three
II
City of Miami
Program Management Services for the Renovation of the Orange Bowl Stadium
Name of Finn: Jones Lang LaSalle
Phase: Design
RFI Numd
Project Numb
Submittal Da
Phase Lang
05-06.022
e: 02/06/2006
to January 2007 to Auguel 2007
No.
A
Area of Responsibility
Task to be Performed
Name
Position
Core Program Management/Construction Management
Utilization r Duration (In
Primentepe Hours)Hourly Rates
Totals
Comment, Clarifications, Remarks Veritable Reimb. Expenses
(From Expense Worksheet)
Project Definition
Strategic Analysis
Financial Analysis
Financial Analysis
John Vck
Larty Benton
Justin Bates
Executive Vice President
Ajsscdate
Consultant
Project Delivery
Program Management
Program Management
Program Management
Program Management
Program Management
Program Management
Program Management
Ann Carey
John Paocione
James Cordery
Hank Pohl
Project Manager
Project Manage
Project Coordnator
Project Executive
Project Executive
Vice President
Senior Project Manager
Project Manager
Projoct Manager,
Prchot Coordinator
Varies
68
100
100
100
258
744
1127
1127
1127
1127
233
175
149
128
128
95
$0
380,082
$130,568
$187,986
$144,454
$144,450
8107,393
Length of Phase
Length aphasia
Length of Phase
Length of Phase
Length of Phase
imniiith of Phase
Project Operations
°Mations Support
Michael Codas
Director
Operations Support
Steve Froot .
Vice President
B
Supplemental Staff
A,- Cumulative Hours
5510
$754,895
Project Definition
Project Delivery
Project Operations
Retail Fusibility.
.Markel Anakisis
.vice Prrsf4ent
RetaiL VIc, President
Financial Analysis
Project Anatol
Retell Analyst
r
Cord Center Fusibility
Market Amble
Financial Arngbs(s
Vice President ,
Project Associate
Hotels Via President
Hoek Magdale
Financial' AMlysis
PriAecl Mayst
Hotels Analyst
B - Cumulative Hours
Supplemental Staff - Sub Program Managers
Supplemental Srylus:
Trsnsppnation and Traffic
Paid ngP(eming
0
so
Pub5c Re)eUons. _
Carew* Oureach
C - Cumulative Hours
0,
4
Recurring Reim. Expenses
(From Expeft s Worksheet)
Grand Cumulative flours
5510
$754.885.00
$
15,290.00
52,794.04
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 - Pro ect No.:
umptions: Total phase length of 8 months from January 2007 to August 2007 / Total phase hours of 5510 divided by 1800 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
1
3
Outside Reprographics
$320
8
$2,560
i
4
Fax Cartridges (Small B & W )- Field Office
$100
8
$800
5
Fax Cartridges Additional Larger HP Machine- Field OM.
$200
8
$1,800
8
Printer Cartridge- Field Office
$100
8
9800
7
Travel - Rental Cars Supplemental Staff
$800
8
$320
8
Travel - Air Fare (To -From) Supplemental Staff
$1,200
8
9480
9
Travel - Hotels Supplemental Staff
$1,600
8
640
10
Travel - Meals Supplemental Staff
$400
8
160
11
Travel - Misc. Supplemental Staff
550
8
$20
12
Travel - Parking FLL Supplemental Staff
$200
8
$80
1,3
Travel - Parking MIA Supplemental Staff
$200
• 8
$80
14
Mileage Supplemental Staff , _
$200
8
880
15
Field Vest/Safety Glasses/Ear Plu lgt9loves
$0
8
$0
18
Copy Paper
$100
8
$800
17
Couriers, Messengers
$240
8
$1,920
Misc. Office Supplies
Fo • er/Binder/PencWPen/Posit/ColNoteboo
$200
8
$1,600
2
Cell Phone Service
8
0
21
Pailcing_t
$100
8
9-4Visiton3)
$40
Total $15,290.0.
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE STAFF - LUMP SUM - Project No.:
22
Shi' • I • . in Florida- , lams Next + = 1 Lbs
596
8
$768
23
Shipping (Within Fbdda-Miami, Next Day 5 Lbs)
$224
8
$1 792 •
24
Travel - Rental Cars Core Program/ Construction Mgmt
$800
8
$6,080
Travel -Air Fare (To -From) Core Programkonstnu:tion25
Mgmt_
$1,200
8
$9,120
28
Travel - Hotels Cpre Program/,Construction Mgrnitt
$1 600
8
$12 16.
27
Travel - Meals Core Program/Construction Mgmt
5400
8
$$,,040
Travel - Misc., Core Program1Constr u:tfon Mgmt
f 50_
8
1380
29
Travel - ParkktgFLL Core Construction Mgmt
$200
8
$1 520
30
Travel - Parking MIA Core Program/Construction Mgmt
$200
8
$1.520
31
Mileage Core ProgramlConstruction Mgmt
$240
8
11,824
32
Cet Phone Service
5525
8
$3 990
33
Partin! (Vlsitora)
$100
8
$800
34
Tt the (Bell South)
$200
8
$1 600
Laptop Luse ...
8800
3.0
$1,800
38
Color, es BM/ Printer lease
8300
8
$2 400
- • ler Lease
$ 10
8
$ 0.0
Total
$52 794.00
May 11,2008•
Design Phase Reimbursables 8 of 12
City of Miami
Program Management Services for Me Renovation tithe Orange Boyd Stadium
Name of Finn: Jones Lang LaSalle
Phase: Construction
Jones Lang LaSalle Professional Services Agreement
Exhibit three
ProjeFctt Number'
Submittal Date:
Phase Length:
05-08-022
07JOBf2008
Jura 2007 to May 2009
No.
A
Area of Responsibility Name
Task to be Performed
Position
Core Program ManagementiConstructlon Management
Utilization Duration (in
Percentage.I Noes)
Horaty Rates Touts
Comment, Clarifications, Remarks Vona)* Ralmb. Expenses
`(Fenn Expanse wonW,..t)
Project Definition
Strategic Anaysis
Financial Analysis
John Vidt
Larry Benton
Executive Vice President
Associate
Financial Analysis
Justin Boss
Consultant
J
Project Delivery
Program Management 7
Program Management
Procrem Management
Program Manegeement.
Program Management
Program Management
Program Management
Ann Carey
John l%ecigne
James Cawderyy
Hank Poly
Protect Manager
Protect MaMger
PVetCcordkne r
Project Executive
Project Executive
Vice President
Senior Protect Manager
Protect Manager
I3otect Marager
Protect Coonanator
Varies
20
88
1,00
100
100
100
451
815
2574
39D3
3900
3800
3900
239
239
181
153
132
132
96
8107,730
$194,814
3485,308
$598,593
8514,801
$514.801
3382.722
Length ofPhase
Length of Phase
Length or Phase
Length of Phase
Lerptlh of Phase
Length afPhase
Length od Phase
Project Operations
Ope ta0ne Support
00arstigra Suwon
Wheel Gipdoy
Stave Root
Director
Vice President
. A - Cumulative Hours
10440
$2 a8-757
$
Reeurnmiltelm Enperlom
(From Expense Mbrkalhse0 ,
Supplemental Staff
Project Dennison
. Protest DNlvary
Protect operations.
Retail Featilbllily
Market Analysis
Financial Merolla
Vice President
. Redact Analyst
Rate Vita Needled
Resat Mslyat
Cori Center Fessibttty
market Malysie
Feral Anemia
Financial Anattals
Vice Prealden1
Prom /mocha
Project Analyst
Hotta Vice Presider
Hotels Asapdate
ttoteb Analyst
B • Cumulative Hours
0
$0
$
C
Supplemental Staff - Sub Prog am Managers
Supplemental Solaces:
Trans oration end Traffic
Paddnc Planning
QubsoRaMlions -
Color unity OutBet
C Hours
0
$
AL -
Only cumulative tours
19440
$ 2,778,787
$
ea042.00
130,733,00
May 11, 2008
Conatn ictton 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.:
sumptions: 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 Offic4
5200
24
$4,800
6
Printer Cartridge- Field Once
5100
24
52,400
7
Travel - Rental Cars Supplemental Staff
5400
24
5480
8
Travel - Air Fare (To -From) Supplemental Staff
5800
24
5960
9
Travel - Hotels Supplemental Staff
$800
24
5960
10
Travel - Meals Supplemental Staff
$200
24
5240
11
Travel - Misc. Supplemental Staff
$50
24
360
12
Travel - Parking FLL Supplemental Staff
5100
24
5120
13
Travel - Parking MIA Supplemental Staff
5100
24
$120
14
Mileage Supplemental Staff
$360
• 24
$432
15
Field Vest/Safety Glasses/Ear Plug/Gloves
$100
24
52,400
18
Copy Paper
5200
24
$4,800 ,
17
Couriers,_Messengers
5200
24
54,800
18
Misc. Office Supplies
(Folder/Binder/Pencif/Pen/PosiUCD/Notebook)
5300
24
$7,200
20
Cell Phone Service
$875
24
51,050
21
Parking (Visitors)
5100
24
5120
Total .$66.042.00
RECURRING REIMB. EXPENSE FOR PROJECT RELATED AND CORE STAFF - LUMP SUM - Project No.:
22
$hipping_(Wtthinflorida-Miaml, Next Day, 1Lbs)
E250
24
58,Q00
.
23
Shipping (Within Florida -Miami, Next Day, 5 Lbs)
$400
24
$9,800
24
Travel - Rental Cars Core Program/ Construction Mgmt
'Program/Construction
5400
24
59,120
25
Travel - Air Fare (To -From) Core
Mgmt
5800
24
518,240
26
Travel.- Hotels Core Program/Construction Mgmt ,
5800
24
_ $18,240
27
Travel - Meals Core Program/Construction Mgrft
5200
24
54,580
28
Travel - Misc. Core ,Programrm/Gonstruction Mgmt
$50,
24
51,140
29
Travel - Parking FLL Core Construction Mgmt
$100_
24
_
` 52,280
30
Travel - Parking MIA Core ProgranVConstnrdbn Mgmt
5100
24
52,280
$1
Mileage Core Prngram/COAstrudbn,Mgmt
5215
24
55,123
32
Cell Phone Service _
5875
24
$19,950
33
Parking (Visitors).
5100
24
$2,400
34
T1 line (Bell South)
$200
j2
$2,400
35
Laptop Lease - ..
$1,000
10.2
$10,200
3p
Color (B!W Printer Luse
saw
24
r $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 Boats Stadium
Name of firm: Jones Lang LaSalle
Phase: Post -Construction
Jones Lang LaSalle Professional Services Agreement
Exhibit Three
RFI Number 05-06- 22
Project Number.
Submittal Date: 02/08/2008
Phase Length: June 20D9 to July 2009
No,
Area of Responsibility
Task to be Performed I
Name
Position
Utilization 7DuraUm
Patgraspa {
1
(In
use) �Fbtxy
Rates
Tools
Comment, Clarifications, Remarks
Variable Rebel,. Expenses
RecurringReim.Expenses
(From Expense Ntorlahset)
jFvom Expense VMarksheet) 1
A
Core Program Management/Construction Management
Project Dennison
Strategic McNsic
_
Financial Analysis
Larry Benton
Associate
Financial Analysis
Justin Bates
Consulted
Project Delivery
Program Management
, Ann Carey
Project Exaatt'ws
Varies
35
244
88,553
Length of Phase
Program Management
John Paocion.
Project Executive
20
69
246
317,108
Length of Phase
Program Management
James Cavnley
Vice President
66
229
186
542,621
Length of phase
Program Management
Hark Pohl
Senior Project Manager
100
•
347
158
$54,829
Length of Phase
Program Management
Project Mer, er,
Project Manager
100
347
136
$47,154
Length of Phase
Program Management
Pryisct Manager
Project Manager
100
347
136
347,155
Length of Phase
Program Management
Project Coordinator
Prated Coordinator
100
347
101
$35,056
Length of Phase
Project Operado fs
Oplrelions SS #pot
Michael Ggdoy
Director
Vim s
52
13$
$7,073
Leiglh of phase
. Operatics Support_
Steve Frbot
Vme President
Varies
141
150
$21.219
Length of Phase
J
A- Cumulative Hoare
1914 '
$280,786
$ -
_ -
B
Supplemental Staff
-Project
•
Dennison
Project Delivery
,
.
PrcMntOpsrMlota
�
Retell Feslbllity
Market Analysis
Vice Pfesid_Mtt
Retail Vice PrssiOea
Financial Anwar*
Project Ariake
. Rate:Anabst
r _
Coe Center Fseslblllty
Mprtat_Anaysis
Yee President
y Hotels Vice President
s
Pranced Analyse
Probed ANpdps
- Hgjels Associate
pinimolel Msyels
PnilsctMaNst
Hotels Analyst
B - Cumulative Flours'
0
!0
_
$ -
_
C
Supplemental Staff - Sub Program Manager%
_
Supp/emsnt& Setae*:
Tranapor)atio0 and TrN6c 1
._
1'alkNw-Nfoo l
Putt Relbofe. ..
`
Camerae O ere zh
C' CtabWWve tlellre
0
.--$
_
3 -
6 -
1914
8 280,703,
May 11, 2006
Post -Construction Phase Fee Sch
11of12
ones Lang LaSalle Professional Semi
Exhitiit Three
es Agreement
Prpgram Management) Services for the Renovato n of the Orange Bowl Stadium
1 POST -CONSTRUCTION PHASE / ESTIMATE OF EIMBURSABLE 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 Untt Cost
Total Fee
Rarks
em
1
Computer Software
$0
1.0
$0
2
Local Courier (Estimate) _
$400
2
$800
3
Outside Reprographics
$1,500
► 2
63,000
4
Fax Cages (Small B & W)- Field Office
5100
2
3200
5
Fax Ca ges Additional Larger HP Machine- Field Office
$200
2
$400
6
Printer C Midge- Field Office
- $100
2
$200
7
Travel - ntal Cars Supplemental Staff
$400
2
$40
1
8
Travel - A r Fare (To -From) Supplemental Staff
$800
2
$80
9 .
Travel -'''H Leis Supplemental Staff
$800
2
380
10
Travel - lie Supplemental Staff
$200
2
$20
11
Travel - M Supplemental Staff
$50
2 1
35
12
Travel - P rking FLL Supplemental Stag
$100
2
$10
13
Travel - Perkin. MIA Supplemental Staff
$100
2
$10
14
Mleage Supplemental Staff
$360
_ 2
$38
15
Field Vest/Safety Glasses/Ear Plug/Gloves
$100
2
$200
16
Copy Paper
5200
2
a400
17
Couriers, Messengers
$200
2
$400
18
M sc. Oifice Supplies
(Folder/Bin er/PendUPen/Posit/CD/Notebook)_
$200
2
$400
20
Cell Phone Service
$1,050
2 1
$105
21
Parking tors) `'
$100
2
$10
1 I To 1 $8,398,04
RECURRING REIMB. EXPENSE FOR P�20JECT RELATED AND COR STAFF - LUMP SUM - Project No.:
22
Shipping (Within F,lorida-Mliaml, Next Day, 1 Lbs)
5200
2
, $400
23
Shipping (INtlhln FbAda-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 Prog►am/ConsbucUo' n
Mgmmt I
S800
2
$1,520
26
Travel - Hot s Core Program/Construction Mgmt
S800
2
$1,520
'
27
Travel,- Me Core Program/Construction Mgmt
3200
2
3380
28
Travel - MAC Cons P�ogratrr/Conatslrction Mgmt
$50
2 I
$95
29
Travel - Parking FLL Core Construction Mgmt
5100
2
$190
30
Travel - Parking MIA Core Program/Construction Mgmt
5100
r
2
$190
r
31
Mileage Core Program Construction Mgmt _
$200
2
$380
32
CeII Phone Service
$1,050
2
51,995
33
Parking (Visitors)
$100
2
,
$200
J
-I
34
71 !inepBel South)
, $200
2
$400
35
Laptop Lease
Si 000
1.0
$1,000
38
Color & 13/W Printer lease
$340
2
$600
37
Copier Lease
$500
2
31,000
, Totals $11830.00
1
May 11, 2006
Post -Construction Phase Reimb