Loading...
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