Loading...
HomeMy WebLinkAboutExhibit 1tops CITY OF MIAMI OFFICE OF OF CAPITAL IMPROVEMENTS PROGRAM PROFESSIONAL SERVICES AGREEMENT Service Category Capital Program Support Services RFQ No. 12-13-016 (RE -ISSUE) Contract Type Continuing Services for Program Management Capital Program Support Services for the Office of Capital Project Improvements Program Consultant ATKINS NORTH AMERICA, INC. TABLE OF CONTENTS ARTICLE 1 DEFINITIONS 5 2.01 TERM 7 2.03 COMPENSATION 8 ARTICLE 3 PERFORMANCE 8 3.01 PERFORMANCE AND DELEGATION 8 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL 8 3.03 CONSULTANT KEY STAFF/PERSONNEL 8 3.04 TIME FOR PERFORMANCE 9 ARTICLE 4 SUB CONSULTANTS 9 4.01 GENERAL 9 4.02 SUB CONSULTANT RELATIONSHIPS 9 4.03 CHANGES TO SUB CONSULTANTS 9 ARTICLE 5 DEFAULT 10 5.01 GENERAL 10 5.02 CONDITIONS OF DEFAULT 10 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE 10 ARTICLE 6 TERMINATION OF AGREEMENT 10 6.01 CITY'S RIGHT TO TERMINATE 10 6.02 CONSULTANT'S RIGHT TO TERMINATE 11 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT 11 ARTICLE 7 DOCUMENTS AND RECORDS 11 7.01 OWNERSHIP OF DOCUMENTS 11 7.02 DELIVERY UPON REQUEST OR CANCELLATION 11 7.03 RE -USE BY CITY 11 7.04 NONDISCLOSURE 11 7.05 MAINTENANCE OF RECORDS 11 ARTICLE 8 INDEMNIFICATION 12 ARTICLE 9 INSURANCE 13 9.01 COMPANIES PROVIDING COVERAGE 13 9.02 VERIFICATION OF INSURANCE COVERAGE 13 9.03 FORMS OF COVERAGE 13 9.04 MODIFICATIONS TO COVERAGE 14 ARTICLE 10 MISCELLANEOUS 14 10.01 AUDIT RIGHTS 14 10.02 ENTIRE AGREEMENT 14 10.03 SUCCESSORS AND ASSIGNS 14 Capital Program Support Services - (Re -Issue) Page 1 RFQ 12-13-016 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE 14 10.05 APPLICABLE LAW AND VENUE OF LITIGATION 14 10.06 NOTICES 14 10.07 INTERPRETATION 15 10.08 JOINT PREPARATION 15 10.09 PRIORITY OF PROVISIONS 15 10.10 MEDIATION - WAIVER OF JURY TRIAL 15 10.11 TIME 16 10.12 COMPLIANCE WITH LAWS 16 10.13 NO PARTNERSHIP 16 10.14 DISCRETION OF DIRECTOR 16 10.15 RESOLUTION OF CONTRACT DISPUTES 16 10.16 INDEPENDENT CONTRACTOR 17 ATTACHMENT A - SCOPE OF WORK 20 ARTICLE Al GENERAL 20 A1.01 RANGE OF SERVICES 20 A1.02 COOPERATIVE WORK 20 A1.03 NON-EXCLUSIVE RIGHT 20 A1.04 PAYMENTS 21 ARTICLE A2 OVERVIEW OF CAPITAL PROGRAM SUPPORT SERVICES 21 A2.01 PRIMARY SERVICES 21 A2.02 SPECIALTY SERVICES 21 ARTICLE A3 PRIMARY SERVICES 22 A3.01 ADMINISTRATIVE PROGRAM MANAGEMENT 22 A3.02 PRODUCTION MANAGEMENT SERVICES 23 A3.03 CONSTRUCTION ADMINISTRATION 24 ARTICLE A4 SPECIALTY SERVICES 25 A5.02 STAFFING FOR SPECIALTY SERVICES 25 A5.03 STAFFING CHANGES 25 ARTICLE A6 ASSIGNMENT OF WORK 26 A6.01-1 WORK ORDERS 26 SCHEDULE A2. - INITIAL KEY PROGRAM SUPPORT STAFF 28 ATTACHMENT B - COMPENSATION AND PAYMENTS 29 ARTICLE B1 METHOD OF COMPENSATION 29 B1.01 COMPENSATION LIMITS 29 B1.02 CONSULTANT NOT TO EXCEED 29 ARTICLE B2 WAGE RATES 29 B2.01 FEE BASIS 29 B2.02 EMPLOYEES AND JOB CLASSIFICATIONS 29 B2.03 MULTIPLIER 29 B2.04 CALCULATION 30 B2.05 EMPLOYEE BENEFITS AND OVERHEAD 30 B2.06 ESCALATION 30 ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION 30 B3.01 LUMP SUM• 30 B3.02 HOURLY RATE FEES 30 B3.03 REIMBURSABLE EXPENSES 31 B3.04 FEES for SPECIALTY SERVICES 31 B3.06 FEES RESULTING FROM PROJECT SUSPENSION 31 ARTICLE B4 PAYMENTS TO THE CONSULTANT 32 B4.01 PAYMENTS GENERALLY 32 Capital Program Support Services- Page 2 RFQ 12-13-016 (Re -Issue) B4.02 MONTHLY PROGRESS REPORT 32 B4.03 BILLING — HOURLY RATE 32 ARTICLE B5 REIMBURSABLE EXPENSES: 32 135.01 GENERAL 32 B5.02 TYPES OF REIMBURSABLE EXPENSES 33 B5.03 DEFINITIONS and CATEGORIES 33 B5.04 REIMBURSEMENTS TO SUB CONSULTANTS 33 ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 34 B6.01 GENERAL 34 SCHEDULE B1 - WAGE RATES SUMMARY 35 Capital Program Support Services - (Re -Issue) Page 3 RFQ 12-13-016 CITY OF MIAMI OFFICE OF THE CAPITAL IMPROVEMENTS PROGRAM PROFESSIONAL SERVICES AGREEMENT Service Category Contract Type Project Professional Services (RFQ No. 12-13-016) Continuing Services for Program Management Capital Program Support Services for the Office of Capital Improvements Program (Re -Issue) Consultant ATKINS NORTH AMERICA, INC. Consultant Office Location 2001 NW 107th Avenue, Miami, Florida 33172 City Authorization Resolution Number (TBA) This Agreement made this day of in the year 2013 ("Agreement") by and between the City of Miami, Florida, a Florida municipal corporation, hereinafter called the "City," and (Consultant's Name), hereinafter called the "Consultant." RECITAL A. The City issued a Request for Qualifications ("RFQ") No. 12-13-016 on February 1, 2013, for the provision of Program Management Services for the Office of Capital Improvements Program ("Program or Services") ("Project") and Consultant's proposal ("Proposal"), in response thereto, was selected as one of the most qualified for the provision of said Services. The RFQ and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents, and are by this reference expressly incorporated into and made a part of this Agreement as if set forth in full. B. WHEREAS, the City, through action of the City Manager and/or the City Commission, as applicable, has selected the Consultant in accordance with Section 287.055, Florida Statutes, (Consultants' Competitive Negotiation Act, hereinafter referred to as "CCNA"), and the applicable provisions of the City Procurement Ordinance, to provide the professional services as described herein. WITNESSETH, that the City and the Consultant, for the considerations herein set forth, agree as follows: Capital Program Support Services - (Re -Issue) Page 4 RFQ 12-13-016 PROFESSIONAL SERVICES AGREEMENT ARTICLE 1 DEFINITIONS 1.01 Attachments mean the Attachments to this Agreement which are expressly incorporated by reference and made a part of this Agreement as if set forth in full. 1.02 Base Fee means the amount of compensation mutually agreed upon for the completion of Basic Services. 1.03 Basic Services means those services designated as such in a Work Order. 1.04 Capital Program Support Services or CPSS means Services provided by the Consultant including, without limitation, all administrative, technical, and management activities associated with supporting the City as determined by the Director in the execution and implementation of the City's Capital Program. 1.05 City Manager means the duly appointed chief administrative officer of the City of Miami. 1.06 City or Owner means the City of Miami, Florida, a Florida municipal corporation, the public agency which is a party hereto and for which this Agreement is to be performed. In all respects hereunder, City's performance is pursuant to City's position as the Owner of the Project. In the event the City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, codes, laws and ordinances shall be deemed to have occurred pursuant to City's authority as a governmental body and shall not be attributable in any manner to City as a party to this Agreement. The City of Miami shall be referred to herein as "City". For the purposes of this Agreement, "City" without modification shall mean the City Manager. 1.07 City Risk Manager shall mean the Risk Manager of the City of Miami who heads the Department of Risk Management. 1.08 Commission means the legislative body of the City of Miami. 1.09 Community Business Enterprise ("CBE") means a business that has registered with the relevant Miami -Dade County agencies to compete for County consulting contracts and has declared, by registration for statistical purposes, to be a CBE 1.10 Consultant means the individual, partnership, corporation, association, joint venture, or any combination thereof, of properly registered professional architects, or engineers, which has entered into the Agreement to provide professional services to the City. 1.11 Contractor means an individual, partnership, corporation, association, joint venture, or any combination thereof, which has entered into a contract with the City for construction of City facilities and incidentals thereto. 1.12 Director means the Director of the City Department designated herein who has the authority and responsibility for managing the specific project or projects covered under this Agreement. Unless otherwise specified herein or in a Work Order, for the purpose of this Agreement, the Director is the top administrator of the Capital Improvements Program or designee. 1.13 Errors means items in the plans, specification or other documents prepared by the Consultant that are shown incorrectly, which results in a change to the Services and results in the need for the construction contractor to perform rework or additional work or which causes a delay to the completion of construction. 1.14 Errors and Omissions means design deficiencies in the plans, specification or other documents prepared by the Consultant, which must be corrected in order for the project to function or be built as intended. Capital Program Support Services - (Re -Issue) Page 5 RFQ 12-13-016 PROFESSIONAL SERVICES AGREEMENT 1.15 Horizontal Projects means Capital Projects that generally consist of new construction, repair and/or reconstruction of roadways, rights -of -way and streetscape improvements (roads, sidewalks and swale areas) including, without limitation, street grading, pavement milling, paving, curb and gutter installation, striping, sidewalks, pavers, irrigation systems, lighting and landscaping, hardscaping and waterway improvements and maintenance, and underground storm and/or sanitary sewer systems and components such as pump stations, force mains, injection wells and disposal outfalls. 1.16 Inspector means an employee of the City or of a consulting firm hired by the City and assigned by the City to make observations of work performed by a Contractor. 1.17 Key Personnel means Staff positions assigned on a full time basis to the Program by the Program Coordinator with the Director's approval, to serve as an extension of the City's staff typically working inside the City's Miami Riverside Center (MRC) or other requested City facility. 1.18 1.19 Notice to Proceed means same as "Authorization to Proceed." A duly authorized written letter or directive issued by the Director or Project Manager acknowledging that all conditions precedent have been met and/or directing that Consultant may begin work on the Project. No work may be commenced until a Notice to Proceed is issued . The City will not be liable for any cost or fee relative to the Work if a Notice to Proceed has not been issued. 1.20 Omissions means items the plans, specifications, or other documents prepared by the Consultant that are not shown or included which are necessary for the proper and/or safe operation of the Project or required to meet the Scope of Services. 1.21 Primary Services means those Services considered by City to be fundamental to the successful management of the Program as stated in the RFQ, and in Attachment A of this Agreement. 1.22 Professional Services means those services within the scope of the practice of architecture, landscape architecture, professional engineering or registered surveying and mapping, as applicable, as defined by the laws of the State of Florida, or those performed by any architect, professional engineer, or registered surveyor or mapper in connection with his or her professional employment or practice. These services may be abbreviated herein as "architectural/ engineering services" or "professional services", as applicable, which are within this definition. In this instance such professional services are as defined in § 287. 055, Florida. Statutes. as amended ("CCNA"). 1.23 Program means the City's multi -year Capital Improvements and Transportation Programs, prepared on an annual basis, that details the planned financial resources and implementation schedule and strategies for the City's capital projects over a five (5) year period, consisting of expenditures and purchases of capital goods and equipment. 1.24 Project means the construction, alteration and/or repair, and all services and incidentals thereto, of a City facility as contemplated and budgeted by the City. The Project shall be further defined in the Scope of Services and/or Work Order issued pursuant to this Agreement. 1.25 Project Manager means an employee or representative of the City assigned by the Director to manage and monitor the Services to be performed under this Agreement and the construction of a project as a direct representative of the City. 1.26 Resolution means the document constituting the official approval of the City Commission as required for the City Manager to execute this Agreement , increase the Project Budget, among other matters. 1.27 Risk Administrator means the City's Risk Management Administrator also referred to as the Risk Management Director, or designee, or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. 1.28 Scope of Services or Services means a comprehensive description of the activities, tasks, design features, objectives, deliverables and milestones required for the completion of Project or an assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary for its completion. Capital Program Support Services - (Re -Issue) Page 6 RFQ 12-13-016 PROFESSIONAL SERVICES AGREEMENT 1.29 Specialty Services means those Services which may not be directly tied to the overall management of the Capital Improvements Program but to some unique, critical, and/or possibly large scale, element of the Capital Improvements Program, that requires expertise that is unavailable from within the City's personnel resources. 1.30 Sub Consultant means a person or organization of properly registered professional architects, engineers, landscape architect, registered surveyor or mapper, and/or other professional specialty that has entered into a written agreement with the Consultant to furnish specified professional services for a Project or task. 1.31 Vertical Projects means capital Projects that generally consist of new construction, repair, renovation, and/or expansion of park and recreational facilities, community and day care centers, administrative offices and facilities, fire stations and support facilities, police facilities, stadiums, exhibition center(s), other performance venues, marinas, or any other Projects identified by the Director. 1.32 Wage Rates means the effective direct expense to Consultant and/or Sub Consultant, 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. 1.33 Work means all services, materials and equipment provided by/or under this Agreement with the Consultant. 1.32 Work Order means a document internal to the City authorizing the performance of specific professional services for a defined Project or Projects. 1.33 Work Order Proposal means a document prepared by the Consultant, at the request of the City for Services to be provided by the Consultant on a specific phase of a Project. ARTICLE 2 GENERAL CONDITIONS 2.01 TERM The term of this Agreement shall be for two (2) years commencing on the effective date hereof. The City, by action of the City Manager or City Commission, shall have the option to extend the term for two (2) additional periods of one (1) year each, subject to continued satisfactory performance as determined by the Director, and to the availability and appropriation of funds. City Commission authorization of this Agreement includes delegation of authority to the City Manager to administratively approve said extensions provided that the compensation limits set forth in 2.03 are not exceeded. During the term of this Agreement the Consultant is precluded from entering into any other contracts or agreements with the City to provide Services related to or contained in the Capital Improvements Program. Where the Consultant has existing contracts or agreements the Consultant shall be precluded from providing Program Management Services for such contracts or agreements. 2.01. 1 Extension of Expiration Date In the event the Consultant is engaged in any Project(s) on the Agreement expiration date, then this Agreement shall remain in effect until completion or termination of said Project(s). No new Work Orders shall be issued after the expiration date. 2.02 SCOPE OF SERVICES Consultant agrees to provide the Services as specifically described and set forth in Attachment "A" hereto, which by this reference is incorporated into and made a part of this Agreement. Capital Program Support Services - (Re -Issue) Page 7 RFQ 12-13-016 PROFESSIONAL SERVICES AGREEMENT 2.02.1 COMMUNITY BUSINESS ENTERPRISE ("CBE") PARTICIPATION REQUIREMENTS ORDINANCE 13331, codified as § 18-87(p), City Code. Prospective Firms must adhere to the following requirements: 1) Assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami -Dade County as a Community Business Enterprise ("CBE"); 2) Place a specific emphasis on utilizing local small businesses from within the City's municipal boundaries. 2.03 COMPENSATION 2.03.1 Compensation Limits The amount of compensation payable by the City to the Consultant shall be a lump sum or not to exceed fee, based on the rates and schedules established in Attachment B hereto, which by this reference is incorporated into this Agreement; provided, however, that in no event shall the amount of compensation exceed One Million Five Hundred Thousand Dollars ($1,500,000.00) in total over the term of the Agreement and any extension(s), unless explicitly approved by prior action of the City Commission and put into effect by written amendment to this Agreement executed by the parties . The City may, at its sole discretion use other compensation methodologies. The City shall not have any liability nor will the Consultant have any recourse against the City for any compensation, payment, reimbursable expenditure, cost or charge beyond the compensation limits of this Agreement, as it may be amended from time to time. 2.03.2 Payments Unless otherwise specifically provided in Attachment B, payment shall be made in accordance with Florida Statutes Chapter 218, Part VII, Local Government Prompt Payment Act, after receipt of Consultant's proper invoice, as defined by this Act, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to allow a proper audit of expenditures, should City require one to be performed. If Consultant is entitled to reimbursement of travel expenses, then all bills for travel expenses shall be submitted in accordance with the provisions and subject to the limitations of Section 112.061, Florida Statutes. Consultantshall utilize Attachment "C" for the submission of proper invoices. ARTICLE 3 PERFORMANCE 3.01 PERFORMANCE AND DELEGATION The Services to be performed hereunder shall be performed by the Consultant's own staff, unless otherwise provided in this Agreement, or approved, in writing by the City. Said approval shall not be construed as constituting an agreement or contractual relationship of any kind between the City and said other person or firm. 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL Director or designee may make written request to Consultant for the prompt removal and replacement of any personnel employed or retained by the Consultant, or any Sub Consultants or subcontractors, or any personnel of any such Sub Consultants or Sub Contractors engaged by the Consultant to provide and perform Services pursuant to the requirements of this Agreement. The Consultant shall respond to City within fourteen (14) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. All decisions involving personnel will be made by Consultant. Such request shall solely relate to said employees work under this Agreement. 3.03 CONSULTANT KEY STAFF/PERSONNEL The parties acknowledge that Consultant was selected by City, in part, on the basis of qualifications of particular staff identified in Consultant's response to City's solicitation, hereinafter referred to as "Key Staff/Personnel". Consultant shall ensure that Key Staff/Personnel are available for Services hereunder as long as said Key Staff/Personnel is in Consultant's employ. Consultant will obtain prior written Capital Program Support Services - (Re -Issue) Page 8 RFQ 12-13-016 PROFESSIONAL SERVICES AGREEMENT acceptance of Director or designee to change Key Staff/Personnel. Consultant shall provide Director, or designee with such information as necessary to determine the suitability of proposed new Key Staff/Personnel. Director will act reasonably in evaluating Key Staff/Personnel qualifications. Such acceptance shall not constitute any responsibility or liability for the individuals ability to perform. 3.04 TIME FOR PERFORMANCE The Consultant agrees to start all Services hereunder upon receipt of a Notice to Proceed issued by the Director and to complete each assignment, task or phase within the time stipulated in the Notice to Proceed. Time is of the essence with respect to performance of this Agreement. A reasonable extension of the time for completion of various assignments, tasks or phases may be granted by the City should there be a delay on the part of the City in fulfilling its obligations under this Agreement as stated herein. Such extension of time shall not be cause for any claim by the Consultant for extra compensation. 3.05 STANDARD OF CARE Consultant is solely responsible for the technical accuracy and quality of its Services. Consultant shall perform all Services in compliance with applicable provisions of the Florida Administrative Code including, without limitation, Rule 61G15-19.001(4) and Chapter 471.,entitled "Engineering, Chapter 472, entitled "Land Surveying and Mapping", Chapter 481, entitled "Architecture", etc. of the Florida Statutes, as amended . Consultant shall perform due diligence, in accordance with best industry practices, in gathering information and inspecting a Project site prior to the commencement of design. Consultant shall be responsible for the professional quality, technical accuracy and coordination of all design, drawings, specification, and other Services furnished by the Consultant under this Agreement. Consultant shall, without additional compensation, correct or revise any errors, omissions, and/or deficiencies in its designs, drawings, specification or other Services. Consultant shall also be liable for claims for delay costs, and any increased costs in construction, including but not limited to additional work, demolition of existing work, rework, etc., resulting from any errors, omissions, and/or deficiencies in its designs, drawings, specification or other Services. ARTICLE 4 SUB CONSULTANTS 4.01 GENERAL 4.01-1 A Sub consultant, as defined in Section 1.30, is a firm that was identified as part of the consulting team in the competitive selection process by which Consultant was chosen to perform the services under this Agreement, and as such, is identified and listed in Schedule Al attached hereto and incorporated by reference. 4.01-2 A Specialty Sub consultant is a person or organization that has, with the consent of the Director, entered into a written agreement with the Consultant to furnish unique and/or specialized professional services necessary for the Project or task. Such Specialty Sub consultant shall be in addition to those identified in Schedule Al. 4.02 SUB CONSULTANT RELATIONSHIPS 4.02-1 All Services provided by the Sub consultants shall be performed pursuant to appropriate written agreements between the Consultant and the Sub consultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. 4.02-2 Nothing contained in this Agreement shall create any contractual or business relationship between the City and the Sub consultants. The Consultant acknowledges that Sub consultants are entirely under its direction, control, supervision, retention and/or discharge. 4.03 CHANGES TO SUB CONSULTANTS The Consultant shall not add, modify, or change any Sub consultant listed in Schedule Al without prior written approval by the Director or designee, in response to a written request from the Consultant stating the reasons for any proposed substitution. Capital Program Support Services- JRe-Issue) Page 9 RFQ 12-13-016 PROFESSIONAL SERVICES AGREEMENT ARTICLE 5 DEFAULT 5.01 GENERAL If Consultant fails to comply with any term or condition of this Agreement, or fails to perform any of its obligations hereunder, then Consultant shall be in default. Upon the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to Consultant, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to Consultant while Consultant was in default shall be immediately returned to the City. Consultant understands and agrees that termination of this Agreement under this section shall not release Consultant from any obligation accruing prior to the effective date of termination. In the event of termination due to default, in addition to the foregoing, Consultant shall be liable to the City for all expenses incurred by the City in preparing and negotiating this Agreement, as well as all costs and expenses incurred by the City in the re -procurement of the Services, including consequential and incidental damages. In the event of default, City may also suspend or withhold reimbursements from Consultant until such time as the actions giving riseto default have been cured. 5.02 CONDITIONS OF DEFAULT A finding of default and subsequent termination for cause may include, without limitation, any of the following: 5.02-1 Consultant fails to obtain or maintain the insurance or bonding herein required. 5.02-2 Consultant fails to comply, in a substantial or material sense, with any of its duties under this Agreement, with any terms or conditions set forth in this Agreement or in any agreement it has with the City, beyond the specified period allowed to cure such default. 5.02-3 Consultant fails to commence the Services within the time provided or contemplated herein, or fails to complete the Services in a timely manner as required by this Agreement. 5.02-4 Consultant is placed on the debarred vendors list pursuant to Section 287.133, Florida Statutes, as amended, or is otherwise debarred by any Florida public agency. 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE City through the Director or designee shall provide written notice to Consultant as to a finding of default, and Consultant shall take all necessary action to cure said default within time stipulated in said notice, after which time the City may terminate the Agreement. The City at its sole discretion, may allow additional days to perform any required cure if Consultant provides written justification deemed reasonably sufficient. Should any such failure on the part of Consultant be due to a condition of Force Majeure as that term is interpreted under Florida law, then the City may allow an extension of time reasonably commensurate with the cause of such failure to perform or cure. ARTICLE 6 TERMINATION OF AGREEMENT 6.01 CITY'S RIGHT TO TERMINATE The City, including the Director, has the right to terminate this Agreement for convenience„ for any reason or no reason, upon ten (10) days' written notice. Upon termination of this Agreement, all charts, sketches, studies, drawings, and other documents, including all electronic copies related to Services authorized under this Agreement, whether finished or not, must be turned over to the Director or designee. The Consultant shall be paid in accordance with provisions of Attachment B, provided that said documentation is turned over to Director within ten (10) business days of termination. Failure to timely deliver the documentation shall be cause to withhold any payments due without recourse by Consultant until all documentation is delivered to the Director or designee. 6.01-1 Consultant shall have no recourse or remedy from a termination made by the City under this Article except to receive & retain the fees earned prior to the effective date of termination of this Agreement, as compensation constituting payment in full for the Services that was performed in complete compliance with this Agreement, as full and final settlement of any claim, action, demand, cost, charge or entitlement it may have, or will, have against the City, its officials or employees. Capital Program Support Services - (Re -Issue) Page 10 RFQ 12-13-016 PROFESSIONAL SERVICES AGREEMENT 6.02 CONSULTANT'S RIGHT TO TERMINATE The Consultant shall have the right to terminate this Agreement, in writing, following breach by the City, if breach of contract has not been corrected within sixty (60) days from the date of the City's receipt of a written statement from Consultant specifying its breach of its duties under this Agreement. 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant to solicit or secure this Agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Consultant any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the City shall have the right to terminate this Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. ARTICLE 7 DOCUMENTS AND RECORDS 7.01 OWNERSHIP OF DOCUMENTS All tracings, plans, drawings, specifications, maps, computer files, and/or reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived there from, including all electronic digital copies will be considered works made for hire and will, based on incremental transfer wherein the above shall become the property of the City upon payments made to Consultant or termination of this Agreement without restriction or limitation on their use, and will be made available, on request, to City at any time during the performance of such services and/or upon completion or termination of this Agreement. Consultant shall not copyright any material and products or patent any invention developed under this Agreement. The City shall have the right to visit the site for inspection of the work and the products of Consultant at any time. The Consultant shall be permitted to retain copies, including reproducible copies, solely for information and reference in connection with the City's use and occupancy of the Project. 7.02 DELIVERY UPON REQUEST OR CANCELLATION Failure of the Consultant to promptly deliver all such documents, both hard copy and digital, to the Director or designee within ten (10) days of cancellation, or within ten (10) days of request by the City, shall be just cause for the City to withhold payment of any fees due Consultant until Consultant delivers all such documents. Consultant shall have no recourse from these requirements. 7.03 RE -USE BY CITY It is understood that all Consultant agreements and/or Work Orders for new Services will include the provision for the re -use of plans and specifications, including construction drawings, at the City's sole option, and by virtue of signing this Agreement Consultant agrees to such re -use in accordance with this provision without the necessity of further approvals, compensation, fees or documents being required and without recourse for such re -use. The Consultant will not be liable for re -use by the City of plans, documents, studies, or other. data for any purpose other than that intended by the terms and conditions of this Agreement. 7.04 NONDISCLOSURE To the extent allowed by law, Consultant agrees not to divulge, furnish or make available to any third person, firm or organization, without Director or designee's prior written consent, or unless incident to the proper performance of the Consultant's obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by Consultant hereunder, and Consultant shall require all of its employees, agents, Sub Consultants and subcontractors to comply with the provisions of this paragraph. 7.05 MAINTENANCE OF RECORDS Consultant 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 Consultant for a minimum of three (3) years from the date of termination of this Agreement or the date Capital Program Support Services - (Re -Issue) Page 11 RFQ 12-13-016 PROFESSIONAL SERVICES AGREEMENT the Project is completed, whichever is later. City, or any duly authorized agents or representatives of City, shall have the right to audit, inspect, and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the three (3) year period noted above; provided, however such activity shall be conducted only during normal business hours. ARTICLE 8 INDEMNIFICATION The Consultant shall indemnify, defend, save and hold harmless the City and its officials, employees and agents (collectively referred to as "Indemnitees") and each of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities (collectively referred to as "liabilities") arising out of or resulting from or in connection with (i) the performance or non-performance of the duties, responsibilities, standards, services, supplies, materials and equipment contemplated by this Agreement which is directly or indirectly caused, in whole or in part, by any act, omission, default, professional errors or omissions, or negligence (whether active or passive) of CONSULTANT or its employees, agents or sub consultants (collectively referred to as "Indemnifying Parties ""), regardless of whether it is, or is alleged to be, caused in whole or part (whether joint, concurrent or contributing) by any act, omission, default, breach, or negligence (whether active or passive) of the Indemnifying Parties or Indemnitees, or any of them, or (ii) the failures of the CONSULTANT to comply with any of the provisions herein; or (iii) the failure of the CONSULTANT , or the Indemnitees, if applicable, to conform to statutes, ordinances, rules,. or other regulations or requirements of any federal, state, county, or city governmental authority or agency , special district or state school, in connection with the granting , approving or performance of this Agreement, or any Amendment to this Agreement, or any actions or challenges that may arise out of this Agreement, as amended, by, as due to alleged failure to comply with any applicable procurement requirements or similar limitations imposed on such agreements by law, CONSULTANT expressly agrees to indemnify and hold harmless the Indemnitees, or any of them, from and against all liabilities which may be asserted by an employee or former employee of CONSULTANT or any of its subcontractors, as provided above, for which the CONSULTANT 's liability to such employee or former employee would otherwise be limited to payments under state Worker's Compensation or similar laws. This section shall be interpreted and construed in a manner to comply with any applicable Florida Statutes, including, without limitation, Sections. 725.06 and 725.08, F.S., if applicable. Severability shall apply to each sentence of this section. This Indemnification shall survive the cancellation or expiration of the Agreement. The Consultant shall require all Sub Consultant agreements to include a provision that they will indemnify the City. The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the CONSULTANT in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Consultant or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant or Sub Consultant under this Agreement. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Consultant. Capital Program Support Services - (Re -Issue) Page 12 RFQ 12-13-016 PROFESSIONAL SERVICES AGREEMENT ARTICLE 9 INSURANCE The Consultant shall not start Services under this Agreement until the Consultant has obtained all insurance required hereunder and the City's Risk Manager has approved such insurance. 9.01 COMPANIES PROVIDING COVERAGE All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and satisfactory to the Risk Administrator. All companies shall have a Florida resident agent and be rated at least A(X), as per A.M. Best Company's Key Rating Guide, latest edition. 9.02 VERIFICATION OF INSURANCE COVERAGE The Consultant shall furnish certificates of insurance to the Risk Administrator for review and approval prior to the execution of this Agreement. The Certificates shall clearly indicate that the Consultant has obtained insurance of the type, amount and classification required by these provisions, in excess of any pending claims at the time of contract award to the Consultant. Consultant shall maintain coverage with equal or better rating as identified herein for the term of this contract. Consultant shall provide written notice to the City's Department of Risk Management of any material change, cancellation and/or notice of non -renewal of the insurance within 30 days of the change. Consultant shall furnish a copy of the insurance policy or policies upon request of the Risk Administrator. Consultant shall furnish copies of insurance policies pertaining to this Agreement to Risk Administrator within ten (10) days of written request. 9.03 FORMS OF COVERAGE 9.03-1 COMMERCIAL GENERAL LIABILITY AND AUTOMOBILE LIABILITY The consultant shall maintain commercial general liability coverage with limits of at least $1,000,000 per occurrence, $2,000,000 aggregate for bodily injury and property damage. The coverage shall include Premises and Operations, Contingent and Contractual Liability, and Products and Completed Operations, with additional endorsements as applicable. Waiver of Subrogation applies in favorite of the certificate holder. The coverage shall be written on a primary and non contributory basis with the City listed as an additional insured as reflected by endorsement CG 2010 11/85 or its equivalence. Notice of cancellation should read (30) days/ (10) days for nonpayment. 9.03-2 BUSINESS AUTOMOBILE The consultant shall provide business automobile liability coverage including coverage for all owned, hired and non owned autos with a minimal combined single limit of $1,000,000 naming the City as an additional insured with respect to this coverage. Notice of cancellation should read (30) days/ (10) days for nonpayment. 9.03-3 PROFESSIONAL LIABILITY INSURANCE The Consultant shall maintain Professional Liability Insurance including Errors and Omissions coverage in the minimum amount of $1,000,000 per claim, $1,000,000 aggregate providing for all sums which the Consultant shall be legally obligated to pay as damages for claims arising out of the services performed by the Consultant or any person employed by the Consultant in connection with this Agreement. This insurance shall be maintained for at least one year after completion of the construction and acceptance of any project covered by this Agreement. Retroactive date is required on this policy. 9.03-4 WORKER'S COMPENSATION INSURANCE The Consultant shall maintain Worker's Compensation Insurance in compliance with Florida Statutes, Chapter 440, as amended, and Employee's Liability with a minimum limit of $500,000 each occurrence. Waiver of Subrogation applies in favorite of the certificate holder. SUB CONSULTANT COMPLIANCE Consultant shall ensure that all Sub consultants comply with these same insurance requirements, Capital Program Support Services - (Re -Issue) Page 13 RFQ 12-13-016 PROFESSIONAL SERVICES AGREEMENT 9.04 MODIFICATIONS TO COVERAGE The Risk Administrator or his/her authorized designee reserves the right to require modifications, increases, or changes in the required insurance requirements, coverage, deductibles or other insurance obligations by providing a thirty (30) day written notice to the Consultant in accordance with §10.06 herein. Consultant shall comply with such requests unless the insurance coverage is not then readily available in the national market, and may request additional consideration from City accompanied by justification. ARTICLE 10 MISCELLANEOUS 10.01 AUDIT RIGHTS The City reserves the right to audit the Consultant's accounts during the performance of this Agreement and for three (3) years after final payment under this Agreement. The Consultant agrees to furnish copies of any records necessary, in the opinion of the Director, to approve any requests for payment by the Consultant. The Audit and Inspection provisions of 18-100 through 18-102, City of Miami City Code, as amended apply to this Agreement and are deemed as being incorporated by reference herein. 10.02 ENTIRE AGREEMENT This Agreement, as it may be amended from time to time, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations or agreements, written or oral. This Agreement may not be amended, changed, modified, or otherwise altered in any respect, at any time after the execution hereof, except by a written document executed with the same formality and equal dignity herewith. Waiver by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach of any provision of this Agreement. 10.03 SUCCESSORS AND ASSIGNS The performance of this Agreement shall not be transferred pledged, sold, delegated or assigned, in whole or in part, by the Consultant without the written consent of the City, acting by and through its City Commission. It is understood that a sale of the majority of the stock or partnership shares of the Consultant, a merger or bulk sale, an assignment for the benefit of creditors shall each be deemed transactions that would constitute an assignment or sale hereunder requiring prior City approval. The Consultant's services are unique in nature and any transference without City Commission approval shall be cause for the City to cancel this Agreement. The Consultant shall have no recourse from such cancellation. The City may require bonding, other security, certified financial statements and tax returns from any proposed Assignee and the execution of an Assignment/ Assumption Agreement in a form satisfactory to the City Attorney as a condition precedent to considering approval of an assignment. The Consultant and the City each binds one another, their partners, successors, legal representatives and authorized assigns to the other party of this Agreement and to the partners, successors, legal representatives and assigns of such party in respect to all covenants of this Agreement. 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE In compliance with the Consultant's Competitive Negotiation Act, for any Project to be compensated under the Lump Sum method, the Consultant certifies that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of Notice to Proceed. The original Project price and any addition thereto will be adjusted to exclude any significant sums by which the City determines the project price was increased due to inaccurate, incomplete or non -current wage rates and other factual unit costs. All such price adjustments will be made within 1 year following the end of the Project. 10.05 APPLICABLE LAW AND VENUE OF LITIGATION This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. Any suit or action brought by any party, concerning this Agreement, or arising out of this Agreement, shall be brought in Miami -Dade County, Florida. Each party shall bear its own attorney's fees except in actions arising out of Consultant's duties to indemnify the City under ARTICLE 8 where Consultant shall pay the City's reasonable attorney's fees. 10.06 NOTICES Whenever either party desires to give notice unto the other, such notice must be in writing, sent by registered United States mail, return receipt requested, addressed to the party for whom it is intended at Capital Program Support Services - (Re -Issue) Page 14 RFQ 12-13-016 PROFESSIONAL SERVICES AGREEMENT the place last specified; and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice: For City of Miami: Mark Spanioli, P.E., Director City of Miami Capital Improvements Program (CIP) 444 S.W. 2nd Ave., - 8th FI Miami, Florida 33130 With a copy to: Jeovanny Rodriguez, P.E., Assistant Director Capital Improvements Program (CIP) 444 S.W. 2nd Ave., - 8th FI Miami, Florida 33130 For Consultant: Diego Clavijo, PMP, PSP Program Coordinator Atkins North America, Inc. 2001 NW 107th Avenue, Miami, Florida 33172 Tel: 305-514-3579 10.07 INTERPRETATION The language of this Agreement has been agreed to by both parties to express their mutual intent and no rule of strict construction shall be applied against either party hereto. The headings contained in this Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement shall include the other gender, and the singular shall include the plural, and vice versa, unless the context otherwise requires. Terms such as "herein," "hereof," "hereunder," and "hereinafter" refer to this Agreement as a whole and not to any particular sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as a whole, including all of the subsections of such Section, unless the reference is made to a particular subsection or subparagraph of such Section or Article. 10.08 JOINT PREPARATION Preparation of this Agreement has been a joint effort of the City and Consultant and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than any other. 10.09 PRIORITY OF PROVISIONS If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into this Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term, statement, requirement, or provision contained in this Agreement shall prevail and be given effect. 10.10 MEDIATION - WAIVER OF JURY TRIAL In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the design and /or construction of the subject project(s), and/or following the completion of the projects(s), the parties to this Agreement agree all disputes between them shall be submitted to non -binding mediation prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State of Florida. The parties will split the costs of a certified mediator on a 50/50 basis. The Consultant agrees to include such similar contract provisions with all Sub consultants and/or independent contractors and/or Consultants retained for the project(s), thereby providing for non -binding mediation as the primary mechanism for dispute resolution. In an effort to expedite the conclusion of any litigation the parties voluntarily waive their right to jury trial or to file permissive counterclaims in any action arising under this Agreement. Capital Program Support Services - (Re -Issue) Page 15 RFQ 12-13-016 PROFESSIONAL SERVICES AGREEMENT 10.11 TIME Time is of the essence in this Agreement. 10.12 COMPLIANCE WITH LAWS Consultant shall comply with all applicable laws, codes, ordinances, rules, regulations and resolutions including, without limitation, the Americans with Disabilities Act ("ADA"), as amended, and all applicable guidelines and standards in performing its duties, responsibilities, and obligations related to this Agreement. The Consultant represents and warrants that there shall be no unlawful discrimination as provided by law in connection with the performance of this Agreement. 10.12.1 Non -Discrimination City warrants and represents that it does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Consultant's performance under this Agreement on account of race, color, sex, religion, age, handicap, marital status or national origin. Consultant further covenants that no otherwise qualified individual shall, solely by reason of his/her race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 10.12.2 OSHA COMPLIANCE The Consultant warrants that it will comply with all safety precautions as required by federal, state or local laws, rules, regulations and ordinances. The City reserves the right to refuse Consultant access to City property, including project jobsites, if Consultant employees are not properly equipped with safety gear in accordance with OSHA regulations or if a continuing pattern of non-compliance with safety regulations is exhibited by Consultant. 10.12.3 ADA COMPLIANCE Consultant shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act ("ADA") in the course of providing any work, labor or services funded by the City, including Titles I & II of the ADA (regarding nondiscrimination on the basis of disability) and all applicable regulations, guidelines and standards. Additionally —the Consultant shall take affirmative steps to —insure nondiscrimination in employment of disabled persons. 10.13 NO PARTNERSHIP Consultant is an independent contractor. This Agreement does not create a joint venture, partnership or other business enterprise between the parties. The Consultant has no authority to bind the City to any promise, debt, default, or undertaking of the Consultant. 10.14 DISCRETION OF DIRECTOR Any matter not expressly provided for herein dealing with the City or decisions of the City shall be within the exercise of the reasonable professional discretion of the Director and/or the Director's authorized designee. 10.15 RESOLUTION OF CONTRACT DISPUTES Consultant understands and agrees that all disputes between it and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner. The initial step shall be for the Consultant to notify the Project Manager in writing of the dispute and submit a copy to the City of Miami personnel identified in Article 10.06, Notices. Should the Consultant and the Project Manager fail to resolve the dispute the Consultant shall submit their dispute in writing, with all supporting documentation, to the Assistant Director and/or the Director's authorized designee, as identified in Article 10.06, Notices. Upon receipt of said notification the Assistant Director and/or the Director's authorized designee shall review the issues relative to the dispute and issue a written finding. Should the Consultant and the Assistant Director and/or Director's authorized designee fail to resolve the dispute the Consultant shall submit their dispute in writing within five (5) calendar days to the Director. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Capital Program Support Services - (Re -Issue) Page 16 RFQ 12-13-016 PROFESSIONAL SERVICES AGREEMENT Consultant. Upon receipt of said notification the Director shall review the issues relative to the dispute and issue a written finding. Consultant must submit any further appeal in writing within five (5) calendar days to the City Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Appeal to the City Manager for his/her resolution, is required prior to Consultant being entitled to seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed $500,000, the City Manager's decision shall be approved or disapproved by the City Commission. Consultant 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 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. 10.16 INDEPENDENT CONTRACTOR Consultant has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, Consultant shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Consultant further understands that Florida Workers' Compensation benefits available to employees of the City are not available to Consultant, and agrees to provide workers' compensation insurance for any employee or agent of Consultant rendering services to the City under this Agreement. 10.17 CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) days notice. 10.18 THIRD PARTY BENEFICIARY Consultant and the City agree that it is not intended that any provision of this Agreement establishes a third party beneficiary giving or allowing any claim or right of action whatsoever by any third party under this Agreement. 10.19. ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the bidder's/proposer's authorized signature affixed to the bidder's/proposer's acknowledgment form attests to this. If a Professional Services Agreement ("PSA") or other Agreement is provided by the City and included in this solicitation no additional terms or conditions which materially or substantially vary, modify or alter the terms or conditions of the Agreement, in the sole opinion and reasonable discretion of the City will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this Professional Services Agreement ("PSA") or other Agreement. Capital Program Support Services - (Re -Issue) Page 17 RFQ 12-13-016 PROFESSIONAL SERVICES AGREEMENT IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST Atkins North America, Inc. Signature Signature Print Name, Title Print Name, Title of Authorized Officer or Official ATTEST: (Corporate Seal) Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd Hannon, City Clerk Johnny Martinez, P.E., City Manager APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Calvin Ellis, Director Julie O. Bru, City Attorney Risk Management Department Capital Program Support Services - (Re -Issue) Page 18 RFQ 12-13-016 PROFESSIONAL SERVICES AGREEMENT CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of a corporation organized and existing under the laws of the State of , held on the _day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the corporation to execute agreements on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20 Secretary: Print: NOTARIZATION STATE OF ) SS: COUNTY OF The foregoing instrument was acknowledged before me this day of , 20 , by , who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Capital Program Support Services -Re -Issue Page 19 RFQ 12-13-016 19 PROFESSIONAL SERVICES AGREEMENT ATTACHMENT A - SCOPE OF WORK ARTICLE Al GENERAL Under the direction of the Director or designee, Consultant is to assist in the programmatic management and administration of the Capital Improvements Program of the City, consisting of, but not limited to, planned capital and transportation improvements, construction Projects, and the purchase of capital goods and equipment. Additionally, the Consultant will assist in management oversight of the production, the planning, design and the construction of all vertical and horizontal construction Projects. It is the intent and purpose of the City that Consultant shall provide the Services hereunder as an extension of CIP's resources by providing qualified administrative, technical and professional personnel to perform the duties and responsibilities assigned under the terms of this Agreement. The Consultant shall minimize reliance on CIP's resources for assignments and activities provided under the Agreement, as may be authorized by the Director or designee. Consultant shall use its best effort at all times to cause the Services to be performed in the most expeditious and cost effective manner consistent with the interests of the City. A1.01 RANGE OF SERVICES A1.01-1 Consultant may be required to perform all or some of the Services presented in this Agreement, depending on the needs of the City. The Consultant shall furnish the Services specifically authorized by this Agreement, which Services may encompass one or more professional disciplines in addition to those held by the Consultant. A1.01-2 CPSS may include, but are not limited to, research and preparation of reports, studies, coordination with community organizations, project management, production management, construction administration, cost estimating, assistance with in house design projects, value engineering, scheduling, GIS production/management, utility coordination, document control and records management, database management, administrative, grant applications, and financial program management for the City's Capital Improvements Program. The Services may further include but are not limited to planning, programming, field investigations, observations, feasibility studies, alternative analysis studies, permitting and other activities that may be required to complete approved Work Orders. A1.01-3 Consultant will not be responsible to assist with the purchase of capital goods and/or equipment, but shall assist with the fiscal monitoring of those capital Projects and including them in the annual Capital Improvements and Transportation Programs. A1.01-4 The City, at its option, may elect to expand, reduce or delete the extent of Work elements described in the Scope of Services, provided such action does not alter the intent of the Agreement. The Director or designee will request Consultant Services on an as -needed basis. There is no guarantee that any or all of the Services described in this Agreement will be assigned during the term of this Agreement. A1.02 COOPERATIVE WORK The Consultant will be responsible to Work in cooperation with CIP, City administration, officials of the City, client departments and agencies, community and other stakeholders, with consulting engineers and/or architects, and contractors to administer the planning, design and construction of Capital Improvements and Transportation Programs Projects, and as well as overall Program Management. A1.03 NON-EXCLUSIVE RIGHT It is understood that any Work Order and Notice to Proceed will be issued under this Agreement at the sole discretion of the Director or designee and that the Consultant has no expectation, entitlement, right to or privilege to receive a Work Order or Notice to Proceed for any Project or Work. The City reserves at all times the right to perform any and all Services in-house, or with other private professional consultants, architects or engineers consistent with applicable law, including Section 287.055, Florida Statutes, Capital Program Support Services -Re -Issue Page 20 RFQ 12-13-016 20 PROFESSIONAL SERVICES AGREEMENT (Consultants' Competitive Negotiation Act), if required, or to discontinue or withdraw any or all Projects or Work or to exercise every other choice allowed by law. This Agreement does not confer on the Consultant any particular, exclusive or special rights to any Work required by the City. A1.04 PAYMENTS The City will pay the Consultant in accordance with provisions and limitations of Attachment B. No payment will be made for the Consultant's time or services in connection with the preparation of any Work Order proposal or for any Work done in the absence of an executed Work Order, Notice to Proceed and /or Purchase Order. ARTICLE A2 OVERVIEW OF CAPITAL PROGRAM SUPPORT SERVICES A2.01 PRIMARY SERVICES Where Director or designee, in his/her sole discretion, identifies the need for Services, Consultant shall provide a Work Order Proposal for the performance of said Services. The Services may include, but are not necessarily limited to the following: • Overall assistance with Administrative Program Management Services for the Capital Improvements Program • Production Management: Assistance with Programmatic management of capital Project Production, that is, the feasibility and other pre -design studies, financial and other analyses, scheduling, planning, review of construction and/or design delivery method, design, engineering. • Assistance with Construction Program for Projects undergoing construction, activities may include, without limitation, monitoring the overall construction schedule of the capital improvement program, coordinating schedules among Projects, estimating, work order development, assisting with community outreach, and providing regular construction -associated reports. The award and execution of a Work Order or Notice to Proceed for said Services shall be solely at the City's discretion and submittal of a proposal is no guarantee or assurance that the Consultant will be authorized to perform the Work Compensation for any Services shall be separately negotiated and may be lump sum, hourly rate -based or other method as deemed appropriate by the parties. A2.02 SPECIALTY SERVICES Where Director or designee, in his/her sole discretion, identifies the need for Services related to a unique, and possibly large scale element, activity, sub -program or Project within the Program and such Services are unavailable from within the City's personnel resources, hereinafter Specialty Services, Consultant shall provide a Work Order Proposal for the performance of said Services. Said proposal shall identify, in such detail as deemed appropriate by the Director or designee, the nature of the proposed Services, the extent of manpower and other resources required for such Specialty Services, and the individual(s), firm(s) and/or team that has qualifications and expertise in the field of the subject endeavor. The assignment of Work as Specialty Services shall be made solely at the discretion of the Director, and will be accomplished by a Work Order issued pursuant to this Agreement. The award and execution of a Work Order or Notice to Proceed for said Specialty Services shall be solely at the City's discretion and submittal of a proposal is no guarantee or assurance that the Consultant will be authorized to perform the Work as Specialty Services Compensation for any Specialty Services shall be separately negotiated and may be lump sum, hourly rate -based or other method as deemed appropriate by the parties. Capital Program Support Services -Re -Issue Page 21 RFQ 12-13-016 21 PROFESSIONAL SERVICES AGREEMENT ARTICLE A3 PRIMARY SERVICES Those Services considered by the City to be fundamental to the successful management of the overall Capital Improvements Program shall be considered Primary Services and shall consist, generally of the following areas. A3.01 ADMINISTRATIVE PROGRAM MANAGEMENT The Consultant, in its capacity as Program Manager, will assist, where/when Director or designee, in his/her sole discretion, identifies the need, in the comprehensive coordination, development, and management, including, but not limited to, the following Services and/or activities: A3.01-1 Program Implementation Strategies: research and recommend the most effective methods to implement all aspects of the overall Program. A3.01-2 Program Coordination: Coordination and schedule management for Project design, procurement, contract negotiation and contract administration activities. A3.01-3 Program Logistics: Develop comprehensive Program Work plans, schedules and budgets. Manage CIP's "letting" plan for Projects, including the updating, revision, conflicts, deviation, and analyses to determine the impact of potential changes to the "letting" plan. A3.01-4 Facility Assessment: Conduct an assessment of all City owned facilities to develop a plan for correcting deficiencies and a deferred maintenance program. A3.01-5 Information Systems: Provide guidance in the implementation of an in-house database information system. A3.01-6 Fiscal Management Assistance: Develop financial projections, monitor and track Program funds, financing and cash flows and aid in the processing of grant applications. Assist with the development of program and financial data for potential financing options, including investment bonds, which may be utilized to implement the Program. A3.01-7 Reporting: Furnish regular progress and status reports on the Program at intervals determined by the Director or as significant issues become known to the Consultant. A3.01-8 Staffing: Maintain staffing efficiencies within the Consultant's Team. A3.01-9 Procedure & Process Improvements: Development of procedures and procedure manuals for various Program activities and processes. Develop or assist with the development of standard documents and/or forms. A3.01-10 Document Control & Records Management: Development of a document management system for the Program; maintain documentation and correspondence relating to the Program that is accessible and will be owned by the City. A3.01-11 Annual Capital Plan: Preparation of the annual Capital and Transportation Improvement Plan. A3.01.12 Inter -Agency Coordination: Overall coordination of the City's Program with other governmental agencies, such as the Florida Department of Transportation (FDOT), Miami -Dade County Public Works and Water and Sewer Departments, utility companies, regulatory agencies and with private developers. A3.01-13 ADA Compliance: Provide regular and systematic reviews of all projects, during critical phases of project implementation (planning, design and construction) to assist in compliance with the Americans with Disabilities Act. A3.01-14 Prepare official minutes of meetings for the Director or designee's approval and dissemination. Capital Program Support Services -Re -Issue Page 22 RFQ 12-13-016 22 PROFESSIONAL SERVICES AGREEMENT A3.02 PRODUCTION MANAGEMENT SERVICES The Consultant, in its capacity as Program Manager, will assist, where/when Director or designee, in his/her sole discretion, identifies the need, in the following Services and/or activities: A3.02-1 General Project Administration and Fiscal Activities A3.02-1(a) Cost Control: Provide value engineering throughout Project life cycles as requested, and verify constructability of plans & specifications. A3.02-1(b) Financial: Prepare monthly cash draw projections, monitor monthly Project expenditures. Review, monitor and advise the City regarding the disposition of contractors and/or consultants payment requisitions. Assist with timely submission of payment requisitions to meet cash flow commitments. Monitor Project funding, and prepare financial projections as required. A3.02-1(c) Reporting: Provide progress reports and status information on assigned Project(s) to City designees at frequencies identified by Director or designee. A3.02-1(d) Communication & Outreach: At the direction of the Director or designee attend and address meetings with City officials, neighborhood groups, and private citizens concerning Projects, respond to questions and concerns about the Project at City Commission meetings, assist the City with public information, notifications and public meetings required in relation to assigned design construction projects. A3.02-1(e) Information Management, Document Control: Maintain files of all documentation and correspondence relating to the Program and specific Projects in an orderly system which will be submitted to the City upon completion of the Project and/or Program. A3.02-1(f) Legal & Other Services: Should legal issues arise relating to a Project, provide records, depositions and testimony about affected Projects. Provide consulting Services on other matters relating to the Projects and/or Program. A3.02-2 Design & Production Activities The Consultant, in its capacity as Program Manager, will assist, where/when Director or designee, in his/her sole discretion, identifies the need, in the following Services and/or activities: A3.02-2(a) A3.02-2(b) Project Scoping: Devise and/or confirm detailed Project scopes with staff and client departments commensurate with funding. Verify the accuracy of Architect's/engineer's budget and design estimates against cash flow commitments. Consultant shall consider prioritization and design alternates as contingency measures to verify that cash flow commitments are achieved. A3.02-2(c) Schedules & Budgets: Develop Work plans, schedules and budgets for the overall Program and for assigned Projects. Coordinate the design, preparation of construction documents, procurement/bidding and establishment of construction schedules with City staff. A3.o2-2(d) Reviews: Provide design and constructability reviews of plans and specifications at progress intervals. Such reviews shall not relieve the designer of record of liability associated with any errors or omissions in the plans and specifications, the responsibility of which shall remain solely with the designer of record. A3.02-2(e) ADA Compliance: Review compliance with handicapped accessibility requirements and maintain documentation/justification when full compliance cannot be achieved. Such review shall not relieve the designer of record of liability associated with any errors or omissions in the plans and specifications, the responsibility of which shall remain solely with the designer of record. A3.02-2(f) Permits & Approvals: Facilitate and/or assist the City in obtaining all Federal, State and local permits or approvals (from agencies such as Miami -Dade Water and Sewer, DERM, Environmental, and Department of Health), etc. Review such permits for consistency with City approved plans and for special requirements or conditions, if any. It is the responsibility of the designer of record to file for and obtain all permits. Capital Program Support Services -Re -Issue Page 23 RFQ 12-13-016 23 PROFESSIONAL SERVICES AGREEMENT A3.02-2(g) Utility Coordination: Facilitate comprehensive utility coordination to assist with conflict resolution and coordination among City, designers of record, and various utility capital plans and owners. A3.02-2(h) Design Criteria Standards: Development and revision of existing design criteria, standard and directive drawings, and construction specifications, design drawing standards, CADD and other similar standards and criteria to ensure best business practices are utilized. A3.02-2(i) Public Outreach: Assist in coordinating and hosting of periodic meetings at frequencies determined by the Director or designee, to promote best practices by City and industry. A3.02-3 Bids and Contracts A3.02-3(a) Review appropriateness of architectural and engineering consultant and contractor fee proposals with CIP personnel as appropriate. A3.02-3(b) Provide input and assist with the selection and evaluation of consultants, contractors, and other service providers. A3.02-3(c) Assist with preparation of award documents, grant applications, and assist with the administration of grants. A3.02-3(d) Manage and oversee the selection, monitoring and oversight of Job Order Contracts in use by the City; assist in the preparation, evaluation and award of new Job Order Contracts if deemed necessary by Director. A3.02-3(e) Assist in negotiations with architectural and engineering consultants and/or contractors regarding price proposals and/or adjustments in time for performance of Services. A3.02-3(f) Assist in the review and analysis of contractor claims as well as claims by the City against contractors and consultants. A3.03 CONSTRUCTION ADMINISTRATION The City of Miami has contracted separately with various firms providing construction engineering and observation (CEO) services. The Program Manager will assist the City, where/when Director or designee, in his/her sole discretion, identifies the need, in the management of the CEO services, including the following tasks: A3.03-1 Provide administrative coordination between active construction projects in the same or adjacent areas. A3.03-2 Assist with the Job Order Contract ("JOC") Program administered by the City. A JOC contract is an indefinite delivery, indefinite quantity contract pursuant to which the Contractor will perform an ongoing series of individual Projects at different locations, often simultaneously, at various City owned or controlled locations. A3.03-3 Visit the jobsites periodically and as needed to monitor construction progress. A3.03-4 Review and recommend approval of requests for change orders. A3.03-5 Verify that Contractors have filed safety and affirmative action policies. However, Program Manager shall not be responsible for jobsite safety or for contractor's failure to comply with affirmative action and safety policies. A3.03-6 Administer construction contracts. A3.03-7 Devise and implement initiatives and proactively assist contractors in methods intended to minimize potential disturbances to public during construction. A3.03-8 Coordinate special inspections including major trades, as requested by the Director or designee. A3.03-9 Review, monitor and recommend approval of payment requisitions from the Contractor and other Program Managers. A3.03-10 Monitor monthly construction related expenditures by the City. Capital Program Support Services -Re -Issue Page 24 RFQ 12-13-016 24 PROFESSIONAL SERVICES AGREEMENT A3.03-11 Coordinate and assist in hosting of periodic meetings at frequencies determined by the Director or Designee with contractors to promote best practices by City and industry. ARTICLE A4 SPECIALTY SERVICES The specific Scope of Services required as Specialty Services shall vary depending on nature of the specific endeavor, and may encompass any or all of the tasks described under Primary Services. The required Work shall be described in a Work Order Proposal that shall form the basis for a Work Order to be approved by the Director or designee. ARTICLE A5 STAFFING The Director or designee has the right to approve and regulate the Consultant's workforce and approve specific Consultant's employees. The Consultant will perform all Services described in this Scope of Services , where/when Director or designee, in his/her sole discretion, identifies the need, for use of the Key Personnel and/or Staff used for Specialty Services, as described below. The Director's input regarding staff and Work assigned as Key Personnel and/or Staff for Specialty Services shall be duly considered by Consultant in preparing any individual Work Order proposal and failure to adequately address such concerns regarding staff assignments may be cause for Director's rejection of same. All staff shall be duly qualified, trained and/or licensed to perform the Work assigned to them. The Consultant shall designate a Program Coordinator to manage this Agreement who shall be located at an office maintained by the Consultant. This Program Coordinator shall be responsible for all administrative functions associated with the Agreement. This individual and any other employee's of the Consultant performing administrative functions, which are not located at the MRC, shall be part of the Consultant's overhead and not direct billable charges under this Agreement. The Program Coordinator shall be eligible for billable charge when performing specific, technical functions when so requested by the Director or designee. A5.01 PROGRAM STAFF A portion of the Primary Services shall be performed by Consultant's staff assigned on a full-time basis and housed at the Miami Riverside Center building. Such personnel shall be considered Key Staff and billed to the City on a monthly lump sum basis. Any modification in the Scope of Work assigned to the Key Personnel should trigger a corresponding modification in the Lump Sum Compensation, as provided in Article B3.01-2. Upon award of an Agreement the Director or designee shall issue a Work Order covering the initial Key Personnel, which shall reflect the monthly levels of compensation and Services and a separate Work Order covering those individuals assigned to perform what would be considered Specialty Services, which shall reflect the methods and levels of compensation. A5.02 STAFFING FOR SPECIALTY SERVICES The Work assignments performed by these staff will be requested in writing by the Director or designee for individual or short term tasks, or for long-term and continuing service tasks, associated with any element of the Scope of Services. The level of effort anticipated for these staff members and their assignments will be analyzed by the Director or his/her designee on an as needed basis and the progress will be measured through the Monthly Progress Report to accompany the monthly invoicing. Staff shall be assigned via Work Order to a given scope of Services. Individual Work Orders shall depict staff and/or activities as being offered on a lump sum, performance basis or hourly -rate, limiting amount basis. A5.03 STAFFING CHANGES If additional staff is warranted in the opinion of the Consultant due to workload issues, a written request will be made by Consultant to the Director or designee whose written approval is required as described below. A5.03-1 Changes due to Absence or Termination: If there are changes in the staff depicted in an authorized Work Order, particularly with Key Personnel, due to voluntary or involuntary termination, that position will be replaced within five (5) business days of the date of separation, or as Capital Program Support Services -Re -Issue Page 25 RFQ 12-13-016 25 PROFESSIONAL SERVICES AGREEMENT requested by the Director or designee Should an individual staff, particularly within the Key Personnel, be absent for more than 15 consecutive business days due to vacation, illness or other matter, Consultant shall provide a qualified replacement that is acceptable to the Director or designee Director or designee, in Director's sole discretion, may additionally request qualified replacement staff due to absences of less than 15 business days if warranted by the nature of the Work handled by that staff. The Director or designee may request one or more resumes for any personnel to be assigned and may also request to interview the proposed personnel and select the most qualified person (s), in the City's sole opinion. Selection of such a person to work on the Program does not change the Consultant's sole responsibility and liability for the performance and actions of said person. Such changes shall be noted and approved in writing. A5.03-2 Changes due to Work Requirements: Director or designee's approval shall be in writing for additional or replacement Program Staff not included in the Proposal/Work Order estimated to work in excess of 20 hours per month in total. Consultant shall provide a written proposal to Director detailing anticipated man-hour and related requirements for the task or activity to be assigned to additional Key Personnel or any Staff assigned for Specialty Services. The Director or designee may request one or more resume for any personnel to be assigned and may also request to interview the proposed personnel and select the most qualified person, in the City's sole opinion. Selection of such a person to work on the Program does not change the Consultant's sole responsibility and liability for the performance and actions of said person. ARTICLE A6 ASSIGNMENT OF WORK It is the intent and purpose of the City that Consultant shall provide the Primary Services hereunder as an extension of CIP's resources as may be authorized by the Director. It is envisioned that areas of responsibilities and specified tasks will be assigned by the Director or designee. A6.01-1 WORK ORDERS When a specific task is above and beyond the scope of the initial Work Order assigned to Key Personnel/ Program Support Staff or Program Support Staff assigned to Specialty Services Work Order, the Director or designee, will request a Work Order Proposal from the Consultant for said Services based on a proposed Scope of Services provided by the Director or designee. The Consultant and Director or designee, and others if appropriate, may have preliminary meetings, if warranted, to further define the Scope of Work and to resolve any questions regarding the proposed Project. The Consultant shall then prepare a written "Work Order Proposal" for the required Services generally following the guidelines provided by CIP, indicating the proposed Scope of Services, time of performance, proposed fees, Sub consultants if warranted, deliverable items and/or documents, and timeframe to complete the Work. The Work Order Proposal shall depict detailed staffing commitments for the proposed Services and the method of compensation, either Lump Sum or Hourly Rate/Limiting Amount. The Consultant shall not be compensated for the preparation or Work Order Proposals. When consensus is reached, the Consultant shall prepare a revised and final Work Order Proposal which will be attached and incorporated to the Work Order authorized by the Director or designee. Upon acceptance of the Work Order Proposal a "Notice to Proceed" will be issued by the Director or designee. No guarantee is made as to how many and the extent of Work Orders issued to the Consultant. Capital Program Support Services -Re -Issue Page 26 RFQ 12-13-016 26 PROFESSIONAL SERVICES AGREEMENT SCHEDULE .1 CONSULTANT TEAM The following table summarizes the roles for all members of the Consultant Team anticipated to work on the Professional Capital Program Support Services Agreement for the City. FIRM MAJOR ROLE >- w Q U Fi W a0 Atkins North America, Inc. Capital Program Support Services SPECIALTY SERVICES Project Information Services TRACS Database, Program Controls Westhorp & Associates Inc. (Certified CBE Firm) Civil Engineering/interagency Coordination Indigo Service Corporation (Certified CBE Firm) Facility Assessments, ADA Compliance and Architecture Curtis & Rogers Design Studio, Inc. (Certified CBE Firm) Landscape Architecture MAGBE Consulting Public Information Officer Capital Program Support Services -Re -Issue Page 27 RFQ 12-13-016 27 PROFESSIONAL SERVICES AGREEMENT SCHEDULE A2. - INITIAL KEY PROGRAM SUPPORT STAFF NAME JOB CLASSIFICATION Pedro Beltran JOC Program Manager Kingsley Cornwell Sr. Cost Estimator Thais Chamon Program Controls Manager Monica Pause CADD Technician Capital Program Support Services -Re -Issue Page 28 RFQ 12-13-016 28 PROFESSIONAL SERVICES AGREEMENT ATTACHMENT B - COMPENSATION AND PAYMENTS ARTICLE B1 METHOD OF COMPENSATION The fees for Professional Services for the Project and each Work Order shall be determined by one of the following methods or a combination thereof, at the option of the Director or designee, with the consent of the Consultant. a) A Lump Sum (See Section B3.01). b) An Hourly Rate, as defined in Section B3.02 and at the rates set forth in Schedule B1. B1.01 COMPENSATION LIMITS The aggregate sum of all payments for fees and costs, including reimbursable expenses, to the Consultant payable by the City under this Agreement shall be limited to the amount specified in Section 2.03.1 as the maximum compensation limit for cumulative expenditures under this Agreement. Under no circumstances will the City have any liability for work performed, or as otherwise may be alleged or claimed by Consultant, beyond the cumulative amount provided herein, except where specifically approved in accordance with the City Code by the City Manager or City Commission as applicable as an increase to the Agreement and put into effect via an Amendment to this Agreement. B1.02 CONSULTANT NOT TO EXCEED Absent an amendment to the Agreement or to any specific Work Order, any maximum dollar or percentage amounts stated for compensation shall not be exceeded. In the event they are so exceeded, the City shall have no liability or responsibility for paying any amount of such excess, which will be at Consultant's own cost and expense. ARTICLE B2 WAGE RATES B2.01 FEE BASIS All fees and compensation payable under this Agreement shall be formulated and based upon the certified negotiated Wage Rates that have received and approved by the Director and/or Assistant Director. The Wage Rates are summarized in Schedule B1 incorporated herein by reference. Said Wage Rates are the effective direct hourly rates, as approved by the City, of Consultant and sub consultant employees in the specified professions and job categories that are to be utilized to provide the services under this Agreement, regardless of manner of compensation. B2.02 EMPLOYEES AND JOB CLASSIFICATIONS Schedule B1 identifies the professions, job categories and/or employees expected to be used during the term of this Agreement. These may include architects, engineers, landscape architects, professional interns, designers, CADD technicians, project managers, GIS and environmental specialists, specification writers, clerical/administrative support, and others engaged in the Work. In determining compensation for a given Scope of Work, the City reserves the right to recommend the use of Consultant employees at particular Wage Rate levels. B2.03 MULTIPLIER For Work assigned under this Agreement, a maximum multiplier of 2.9 for home office and 2.4 for field office shall apply to Consultant's hourly Wage Rates in calculating compensation payable by the City. The field office multiplier will be utilized for full time staff assigned to the City of Miami and housed at a City facility. Should the Consultant have an approved multiplier with the State of Florida or Miami Dade County the City may elect to utilize of these multipliers should they be less than above stipulated rates. Said multiplier is intended to cover Consultant employee benefits and Consultant's profit and overhead, including, without limitation, office rent, local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, stenographic, administrative and clerical support, other employee time or travel and subsistence not directly related to a project. Failure to comply with this section shall be cause for cancellation of this Agreement. The Consultant and all Sub Consultants shall provide to the City current certified audit statements reflecting their overhead at the request of the City. Capital Program Support Services -Re -Issue Page 29 RFQ 12-13-016 29 B2.04 CALCULATION Said Wage Rates are to be utilized by Consultant in calculating compensation payable for all Capital Program Support Services Staff, Consultant shall identify job classifications, available staff and projected man-hours required for the proper completion of tasks and/or groups of tasks, milestones and deliverables identified under the Scope of Work as exemplified in Schedule A2. B2.05 EMPLOYEE BENEFITS AND OVERHEAD Regardless of the method of compensation elected herein, compensation paid by City shall, via the Multiplier, cover all Consultant costs including, without limitation, employee fringe benefits (e.g. sick leave, vacation, holiday, unemployment taxes, retirement, medical, insurance and unemployment benefits) and an overhead factor. Failure to comply with this section shall be cause for cancellation of this Agreement. B2.06 ESCALATION There shall be no wage escalation during the term of this contract. ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION The City agrees to pay the Consultant, and the Consultant agrees to accept for services rendered pursuant to this Agreement, fees computed by one or a combination of the methods outlined above, as applicable, in the following mariner: B3.01 LUMP SUM: Compensation for a Scope of Work may be a Lump Sum, either a Fixed Fee or Not to Exceed Fee as deemed appropriate by the City, to be mutually agreed upon in writing by the City and the Consultant and stated in a Work Order. B3.01-1 Lump Sum : shall be the total amount of compensation where all aspects of Work are clearly defined, quantified and calculated. B3.01-2 Modifications to Lump Sum: If the City authorizes a substantial or material change in the Scope of Services or level of staffing, the Lump Sum compensation for that portion of the Services may be equitably and proportionately adjusted by mutual consent of the Director or designee and Consultant, subject to such additional approvals as may be required by legislation or ordinance. B3.01-3 Lump Sum compensation shall be calculated by Consultant, utilizing the Wage Rates established herein including multiplier, and reimbursable expenses as attached in Schedule B-2. Prior to issuing a Work Order, the City may require Consultant, to verify or justify its requested Lump Sum compensation. Such verification shall present sufficient information as depicted in Schedule A2. B3.02 HOURLY RATE FEES B3.02-1 Hourly Rate Fees shall be those rates for Consultant and sub consultant employees identified in Schedule B1 Wage Rates. All hourly rate fees will include a maximum not to exceed figure, inclusive of all costs expressed in the contract documents. The City shall have no liability for any fee, cost or expense above this figure. Consultant shall maintain timesheets for all individuals compensated on an hourly basis. Said timesheets are to reflect the name and title of the individual, work week, all Work performed during the work week, and the hours associated with each task performed. Timesheets must account for the total number of authorized work hours in the work week. B3.02-2 Conditions for Use: Hourly Rate Fees shall be used only in those instances where the parties agree that it is not possible to determine, define, quantify and/or calculate the complete nature, and/or aspects, tasks, man-hours, or milestones for a particular Project or portion thereof at the time of Work Order issuance. Hourly Rate Fees may be utilized for Additional Work that is similarly indeterminate. In such cases, the City will establish an Allowance in the Work Order that shall serve s a Not to Exceed Fee for the Work to be performed on an Hourly Rate Basis. Capital Program Support Services -Re -Issue Page 30 RFQ 12-13-016 B3.02-3 Overtime: For Staff, whose services are paid based on hours Work is performed Consultant shall provide written justification for use of overtime in advance of occurring such overtime and, must obtain advance written approval of the Director or designee. Failure to obtain prior written approval shall result in the City denying any request for compensation for the incurred overtime. The Director may authorize the use of overtime, subject to the following limitations that the overtime may only be used for Staff who is performing identified Specialty Services and such Staff shall not be exempt employees as defined under the Federal Fair Labor Standards Act. Further, overtime compensation shall not exceed one and one half (1-1/2) times the employee's regular hourly rate, as provided in Schedule B1. The regular repeated use of overtime is discouraged and may be denied by Director or designee. B3.03 REIMBURSABLE EXPENSES Any fees for authorized reimbursable expenses shah not include charges for Consultant handling, office rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and specifications (above the quantities set forth in this Agreement), mailing, stenographic, clerical, or other employees time or travel and subsistence not directly related to a project. All reimbursable services shall be billed to the City at direct cost expended by the Consultant. City authorized reproductions in excess of sets required at each phase of the Work will be a Reimbursable Expense. The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Director or designee including, without limitation, detailed bills, itemized invoices and/or copies of cancelled checks. B3.04 FEES for SPECIALTY SERVICES The Consultant may be authorized to perform Specialty Services for which additional compensation and/or Reimbursable Expenses, as provided in this Agreement. B3.04-1 Determination Of Fee The compensation for such services will be one of the methods described herein: mutually agreed upon Lump Sum or Hourly Rate with a Not to Exceed Limit. B3.04-2 Procedure and Compliance An independent and detailed Notice to Proceed, and an Amendment to a specific Work Order, shall be required to be issued and signed by the Director for each additional service requested by the City. The Notice to Proceed will specify the fee for such service and upper limit of the fee, which shall not be exceeded, and shall comply with the City of Miami regulations, including the Purchasing Ordinance, the Consultant's Competitive Negotiation Act, and other applicable laws. B3.04-3 Fee Limitations For all Specialty Services to be provided by Sub Consultants, the Consultant shall not apply any mark-up or multiplier. For all reimbursable services the Consultant will be reimbursed based on actual costs. B3.05 PAYMENT EXCLUSIONS Consultant shall not be compensated by City for revisions and/or modifications to any Work product or Services when such Work is due to errors or omissions of Consultant as determined by City. Consultant shall not be compensated for preparing and processing work orders or for preparing and processing invoices. B3.06 FEES RESULTING FROM PROJECT SUSPENSION If the Program or any portion thereof is suspended for the convenience of the City for more than three months or terminated without any cause in whole or in part, during any Phase, the Consultant shall be paid for services duly authorized, performed prior to such suspension or termination, together with the cost of authorized reimbursable services and expenses then due, and all appropriate, applicable, and documented expenses resulting from such suspension or termination. If the Project is resumed after Capital Program Support Services -Re -Issue Page 31 RFQ 12-13-016 having been suspended for more than three months, the Consultant's further compensation shall be subject to renegotiations. ARTICLE B4 PAYMENTS TO THE CONSULTANT B4.01 PAYMENTS GENERALLY Payments for Basic Services may be requested monthly in proportion to Services performed during the prior month. For the Lump Sum portion of this Agreement, payments shall be made monthly in an amount equal to 1/12`h the annual Lump Sum total compensation. Hourly Rate payments shall be made on the basis of actual hours worked based on the Hourly Rate Fee, accompanied by a duly certified invoice, giving names, classification, salary rate per hour (not to exceed the values depicted in Schedule B-1), hours and associated tasks worked and total charge for all personnel directly engaged Services. Recurring Reimbursement Expenses established at an annual lump sum as shown in Schedule B2 may be invoiced monthly, and paid as noted above for the Lump Sum portion of the Agreement. Other, pre - approved Variable Reimbursement Expenses are to be invoiced within 120 days of the Consultant's expenditure thereof. Sub Consultant's fees and Reimbursable Expenses shall be billed to the City in the actual amount paid by Consultant. Consultant shall utilize the City standard Consultant Invoice Form available on the CIP website. Failure to submit invoice(s) within 60 days following the provision of Services contained in such invoice may be cause for a finding of default. B4.02 MONTHLY PROGRESS REPORT In addition to the invoice, the Consultant shall submit a Monthly Progress Report (Report) detailing the Services provided and activities undertaken by Consultant's staff, inclusive of all Supplemental Staff. The Report shall also provide details as to the status of all assignments, tasks, activities and deliverables and associated hours as may be applicable. The Report shall also provide an anticipated date of completion for each item included in the Report. City shall reject any invoice not accompanied by a Monthly Progress report. The format and content of the Monthly Progress Report shall be subject to the approval of the Director or designee. B4.03 BILLING — HOURLY RATE Invoices submitted by Consultant shall be sufficiently detailed and accompanied by supporting documentation to allow for proper audit of expenditures.. When services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to and incurred by Sub Consultants engaged on the Project. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. ARTICLE B5 REIMBURSABLE EXPENSES: B5.01 GENERAL Any fees for authorized reimbursable expenses shall not include charges for Consultant's handling, office rent or overhead expenses of any kind, including depreciation of equipment, professional dues, subscriptions, etc., or employee's time or travel and subsistence not directly related to the Program or a Project(s). Reimbursable expenses shall be billed to the City at direct cost expended by the Consultant. The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Director or designee including, without limitation, detailed bills, itemized invoices and/or copies of cancelled checks. Documentation shall be submitted with invoices for Variable Reimbursement Expenses. For Recurring Reimbursement expenses, the supporting documentation for the annual lump sum amount shall be included in the Proposal/Work Order and no further supporting documentation will be required. Capital Program Support Services -Re -Issue Page 32 RFQ 12-13-016 Reimbursable Expenses shall be identified and quantified, to the extent possible, in each Work Order. B5.02 TYPES OF REIMBURSABLE EXPENSES As depicted in Schedule B2, Reimbursable Expenses are to be established either as a Recurring Reimbursement set as a Monthly Lump Sum amount primarily attributable to Key Personnel or as Variable Reimbursement given as a limiting amount, or allowance, subject to the advance approval of the Director or designee for direct expenses for attributable to either Key Program Staff or Staff assigned to Specialty Services as noted below. Reimbursable Expenses are shown in Schedule B2. Actual direct costs paid by Consultant for Variable Reimbursement Expenses shall be the basis of invoice to City, subject to the advance approval of the Director or designee as provided below. B5.02-1 AUTHORIZATION Both Recurring Reimbursements and estimates of Variable -Reimbursements, as shown in Schedule B2, are to be identified Variable Reimbursement Expenses for all travel and per diem, miscellaneous items and any other item or category and shall be subject to specific written advance approval of the Director or designee using forms provided to the Consultant subsequent to award of the Agreement. B5.03 DEFINITIONS and CATEGORIES Reimbursable Expenses are those items authorized by the City outside of or in addition to professional fees as identified in the Work Order and consist of actual expenditures made by the Consultant and the Consultant's employees, or Sub Consultants, in the interest of the Work for the purposes identified below: B5.03-1 Travel And Per Diem Identifiable per diem, meals and lodging, lodging, taxi fares and miscellaneous travel -connected expenses for Consultant's personnel subject to the limitations of Section 112.061 Florida Statutes as amended. Meals for class C travel inside Miami -Dade or Broward County will not be reimbursed. Meals and lodging expenses will not be reimbursed for temporarily relocating Consultant's employees from one of Consultant's offices to another office if the employee is relocated for more than ten (10) consecutive Working days, Lodging will be reimbursed only for room rates equivalent to Holiday Inn, Howard Johnson or Ramada Inn. Governmental lodging or meals will not be reimbursed that result from travel within Miami -Dade, Broward or Palm Beach Counties. B5.03-2 Permit Fees All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid by the construction Contractor. • Miscellaneous Reimbursable Expenses: All other expenses as included in Schedule B2 or those otherwise requested in advance and approved in writing by the Director or designee are eligible for reimbursement as Variable Reimbursements. B5.04 REIMBURSEMENTS TO SUB CONSULTANTS Reimbursable Sub consultant's expenses are limited to the items described above when the Sub consultant agreement provides for reimbursable expenses and when such agreement has been previously approved in writing by the Director and subject to all budgetary limitations of the City and requirements of 0 herein. Capital Program Support Services -Re -Issue Page 33 RFQ 12-13-016 ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS B6.01 GENERAL It is understood that Consultant's Agreements and/or Work Orders for existing or new Work include the provision for the re -use of plans and specifications, including construction drawings, at the City's sole option, by virtue of signing this agreement they agree to a re -use in accordance with this provision without the necessity of further approvals, compensation, fees or documents being required and without recourse for such re -use. Capital Program Support Services -Re -Issue Page 34 RFQ 12-13-016 ATTACHMENT B - COMPENSATION SCHEDULE B1 - WAGE RATES SUMMARY CPSS- Atkins North America, Inc. INDIVIDUAL'S NAME . JOB CLASSIFICATION DIRECT HOURLY RATE Multiplier (See table below) AVERAGE HOURLY RATE (Multiplier Applied) Atkins North America, Inc. Initial Key Program Support Staff Kingsley Cornwall Sr. Cost Estimator $34.83 2.4 $83.59 Pedro Beltran, El Job Order Contracting Manager $49.17 2.4 $118.01 Thais Chamon Program Controls Manager $35.71 2.4 $85.70 Monica Pausa CADDTechnician $28.07 2.4 $67.36 Additional Program Support Staff - Specialty Services Diego Clavijo, PMP, PSP Sr. Claims Analyst $65.03 2.9 $188.59 William Pitcher, PE Marine/Coastal Engineer $70.99 2.9 $205.87 Jimmy Suarez, PSP Senior Scheduler $35.72 2.9 $103.59 Ana Cabrera Software Development • Manager $62.58 2.9 $181.48 Jim Bernstein Senior Software Developer $44.36 2.9 $128.64 Ricardo Castro, PE Roadway Engineer $44.00 2.9 $127.60 Victor Herrera, PE Civil Engineer / Permit Coordinator $58.85 2.9 $170.67 Douglas Ramirez, PE Structural Engineer - Vertical Structures $45.64 2.9 $132.36 Adam Gelber Environmental $52.78 2.9 $153.06 Mark Henry Environmental Project Manager $42.61 2.9 $123.57 Carlos del Valle, PSM Surveying Manager $66.37 2.9 $192.47 Amit Hazra GIS Developer $41.48 2.9 $120.29 Glenn Myers, PE Structural Engineer - Roadway & Bridges $77.28 2.9 $224.11 Jose Lopez, PE., PMP Grants Manager $48.07 2.9 $139.40 Juan Alfonso Senior Project Controls $55.22 2.9 $160.14 Praveen Ommi, CEP, AVS, LEED AP Value Engineering Specialist $79.34 2.9 $230.09 Pelayo Calante, PE Sr. Mechanical Engineer $57.43 2.9 $166.55 Capital Program Support Services -Re -Issue Page 35 RFQ 12-13-016 Pedro Trevin, PE Sr. Electrical Engineer $71.37 2.9 $206.97 Project Information Services (PIS) Timothy Malagon Principal, PIS $65.00 2.75 $178.75 Dunne) Young Senior Programmer $53.00 2.75 $145.75 Marie Cossin Programmer $30.00 2.75 $82.50 Westhorp & Associates Inc. (Certified CBE Firm) Brenda Westhorp, PE Sr. Civil Engineer / Environmental $48.75 2.9 $141.38 Diana Santander, PE Civil Engineer $40.89 2.9 $118.58 Barton J. Fye, PE Civil Engineer $30.00 2.9 $87.00 Indigo Service Corporation (Certified CBE Firm) Ricardo Fernandez, R.A. Project Manager / Senior Architect - Note 1 $95.80 1.67 $160.00 Allan Zamora, R.A. Senior Architect $42.30 2.9 $122.67 Alejandro Fernandez, R.A. Senior Architect $41.38 2.9 $120.00 Anabel Armstrong CADD Technician $26.25 2.9 $76.13 Curtis & Rogers Design Studio, Inc. (Certified CBE Firm) Aida Curtis Senior Landscape Architect $60.09 2.9 $174.26 Esperanza Kelly Landscape Architect $37.74 2.9 $109.45 Jennifer Rogers Landscape Architect Intern $25.48 2.9 $73.89 Julio Persivale Landscape Architect CADD $25.00 2.9 $72.50 MAGBE Consulting Services, Inc. Magali Abad Public Information Officer $39.50 2.5 $98.75 OVERHEAD & PROFIT RATE/FACTOR SUMMARY NAME OF FIRMS OFFICE OVERHEAD FIELD OVERHEAD Atkins North America, Inc. 2.9 2.4 PIS 2.75 2.7 Westhorp & Associates, Inc. 2.9 2.4 Indigo Service Corporation 2.9 - Curtis & Rogers Design Studio, Inc. 2.9 2.4 MAGBE Consulting Services, Inc. 2.5 - Capital Program Support Services -Re -Issue Page 36 RFQ 12-13-016 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Johnny Martinez, P.E., City Manager FROM: John De Pazos, Project Manager Capital Improvements Program Chair, Evaluation Committee DATE: April 9, 2013 FILE: SUBJECT: Evaluation Committee Recommendation: Capital Program Support Services REFERENCES: RFQ No.: 12-13-015 ENCLOSURES: Background The Capital Improvements Program ("CIP") issued Request for Qualifications ("RFQ") No.12-13-015 for the provision of Capital Program Support Services ("CPSS") on February 1, 2013. On February 22, 2013, CIP received a total of five (5) Proposals. An Evaluation Committee ("Committee") was appointed by the City Manager to evaluate all five (5) Proposals. The Committee consisted of the following members: 1. Elia LeBron, P.E., Chief of Design, CIP, COM 2. John De Pazos, Project Manager, CIP, COM. 3. Brian Zeltsman, Director of Architecture and Development, Community Redevelopment Agency 4. Alfred Lurigados, P.E., Deputy Executive DirectorlDirector of Engineering; Miami -Dade Expressway Authority 5. Alex Peraza, Construction Project Manager, Dept. of Cultural Affairs, Miami -Dade County Findings On Thursday, March 14, 2013, the Committee convened to evaluate, score and rank the five (5) Proposals based on the evaluation criteria of the RFQ. The Committee was given instructions, a brief explanation of the evaluation process, and ranking guidelines. The Committee elected John De Pazos as the Chair. The Committee reviewed five (5) Proposals received from consulting firms and determined that four (4) of the firms met the following requirements: 1) detailed extensive experience with similar complex programs; 2) recruited a team of key staff that possessed knowledge, skills and abilities to successfully manage the City's capital support program; 3) demonstrated capacity to assist CIP with management of its multi -year Capital Plan. Page 1 of 4 The four (4) shortlisted firms are listed in alphabetical order: 1. Akins North America, Inc. 2. CH2M Hill 3. CSA Group 4. Parsons Brinkerhoff, Inc. The fifth (5) firm, Calvin, Giordano and Associates, Inc. ("CGA") was not shortlisted. The firm was excluded based on unanimous concurrence by the Committee that CGA did not provide sufficiently similar project references that met the scope of the City's CPSS. In addition, CGA did not make mention of the Job Order Contract ("JOC") component in their management plan, which is crucial to the City's CPSS and failed to identify members of their initial core program support staff as outlined in section 2,2 of the RFQ. On March 26, 2013, the four (4) shortlisted firms were given an opportunity to give presentations to the Committee. During presentations, the Committee allowed time for questions and answers for the purpose of giving the Committee an opportunity to inquire about the details of each firm's program management experience. The firms were given an opportunity to provide answers to a series of structured and unstructured questions. Responses were evaluated according to the following criteria and respective weight: ➢ Proposer's Experience and Qualifications Maximum 25 points ➢ Management Plan Maximum 25 points ➢ Proposer's CPSS Team Experience Maximum 20 points ➢ Experience of CPSS Officer -in -Charge Maximum 20 points ➢ Quality and Thoroughness of Submission Maximum 10 points Five (5) bonus points were awarded to each firm who agreed to use certified. Miami -Dade County Community Business Enterprise ("CBE") firms from within the City of Miami municipal boundaries. Based on each firm's proposal evaluation and presentation, the resulting scores are as follows: 1. Atkins North America, Inc. (486) 2. CH2M Hill (462) 3. Parsons Brinkerhoff, Inc. (425) 4. CSA Group (417) The results concluded Atkins North America, Inc., as the top ranked firm, who is currently under contract with the City for CPSS. Atkins North America's proposal was extremely substantive, which included details that emphasized both their team dynamic and experience. 1. Atkins North America, Inc. The Committee considered Atkins' presentation to be direct and thorough. The team of presenters included key staff responsible for its day-to-day operations and program management, including, but not limited to: JOC Program management, cost estimating, project controls, planning and scheduling. Atkins clearly demonstrated extensive Page 2 of 4 knowledge regarding CIP's capital program as did their program coordinator, Mr. Diego Clavijo, PMP, PSP. Mr. Clavijo has over 15 years experience in program management, project controls and capital program management services. Additionally, Atkins committed to adhere to the CBE requirements, agreeing to assign a minimum of 15% of its contract value to CBE firms who maintain a "Local Office", as defined in City Code Section 18-73. The entire team consists of: Curtis and Rodgers Design Studios, Inc. (Landscape Architecture); Indigo Services Corporation (ADA compliance, facilities assessment and architecture); MAGBE Consulting Services, Inc. (Public involvement); and Westhorp & Associates, Inc. (Civil/Environmental engineering and Inter -agency coordination). 2. CH2M Hill During their presentation, CHM2 had well versed experienced key staff very knowledgeable about. the JOC program and the other CPSS functions. CH2M Hill impressed the Committee with the program coordinator, Luis Rioesco Jr., P.E. Luis answered questions skillfully and thoroughly. Although CH2M Hill has program management experience, their presentation mainly focused on water/wastewater projects. 3. Parsons Brinkerhoff, Inc. Parsons is a firm with proven program management experience. The Committee noted that the experience of each individual team member would be value added as they have familiar with database proprietary project controls software currently used by CIP. The Committee expressed concern about the program coordinator, Mr. Rodrigo Pigna, P.E. Rodrigo had extensive experience as a civil/roadway design project manager rather than capital program management experience. The Committee expressed concern of the vagueness of his responses during his presentation. The Committee would have preferred more specific details, including referenced examples of Parsons' program management processes. 4. CSA Group An experienced civil engineering firm, CSA listed a comprehensive team of professionals and support staff in their Proposal. Although they emphasized JOC program management experience, it was unclear if the proposed key staff had JOC experience or if Consul -Tech managed the JOC program management responsibilities. Consul -Tech is an engineering firm who had previously been under contract with the City; CSA and Consul -Tech recently merged as the CSA Group. During Q&A, CSA focused on. its IT capabilities and grants management. Overall, the Committee concluded that while CSA are experienced project managers for civil engineering, they are not as strong in program management as the other Proposers. Recommendation The Committee requests authorization to enter into negotiations with Atkins North America, Inc., the highest ranked firm, for Capital Program Support Services. Should negotiations fail with Atkins North America, the Committee request approval for GIP to negotiate with the number two (2) firm CH2M Hill. Should negotiations fail with CH2M Hill, the Committee request approval for CIP to negotiate with the number three (3) firm Parsons Brinkerhoff, Inc. . Page 3 of 4 The Committee is confident that Atkins, CH2M Hill and Parsons Brinkerhoff, Inc., each have the experience, qualifications and key staff required to comprehensively and successfully manage the City's capital program pursuant to the requirements stipulated in RFQ No.:12- 13-015. Your signature below will signify your concurrence with the above recommendation and your assimilation of these findings as your own justification based on the requirements of the RFQ and the qualifications of the Proposers. Approved: .E., City Manager cc: J' lice Bravo, P.E., Assistant City Manager/Chief of Infrastructure ark Spanioli, P.E., Director, CIP Jeovanny Rodriguez, P.E., Assistant Director, CIP Evaluation Committee Members Page 4of4 o6 C> G\ GArta"a..m. 3 » . &66i = a,+ E q� 2P �...,. .. ... CylgmwJIP « L y 0 y mp! ! f .. ...... mO z ( R AR Q &G�p k CRC 2 r meAaf «+a. ' dtafS6oiO 103 99 101 80 103 a y � . .. tt #. *R $ «@m: ��tfnnr< 100 94 96 75 97 4f 89 77 93 64 94 90 85 92 62 m gA CITY OF MIAMI OFFICE OF THE CITY CLERK BID SECURITY LIST BID ITEM: Capital Improvements Program Support Services BID NUMBER: RFQ No. 12-13-016 DATE BID OPENED: Friday, February 22, 2013 TIME: 2:00 PM BIDDER BASE BID BID BOND (ER) AMOUNT CASHIER'S CHECK Atkins (1 box) See Attached Bid See Attached Bid Calvin, Giordano & Associates, Inc. (1 envelope) See Attached Bid Se Attached Bid CH2MHill (1 box) See Attached Bid See Attache(' Bid CSA Group (1 box) See Attached Bid See Attached Bid Parsons Brinckerhoff (1 box) L . See Attached Bid See Attached Bid ;Of fr..• r A !!:!;;,7,,:,,, •;':-., ...-; 7 :—.: r -- :, .:?.. ! •: 7 - - :a ::'-.:•:: : 1: :2:: C:::: C. '.:t.::',,:.= 1 OH z.:31::.. .,..n!.!-;:i:ti1:; .:!. :i in r•r• :3 :::: ,::,r:IE',C1 Ca -Ye li.ZI'Tlf;:l D'Ae,7,:ield ol; Ci i: ; :;.,q ::;.t":.:;2C..;.C:C:i!.,2•1`,Ip f c7,0 i _ L-.., Q—es 'Ske)41 Person Receiving Bid(s) On k Today's Date Receivii id(s) on behalf PREPARED BY: Capital Improvements Prog, City Department Deputy City Clerk