Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Exhibit
City of Miami, Florida Contract No. RFQ. No. 16-17-041 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS PROFESSIONAL SERVICES AGREEMENT Service Category Comprehensive Stormwater Master Plan, City of Miami Project, B-30632A Contract Type Project Specific Consultant CDM SMITH INC. TABLE OF CONTENTS ARTICLE 1 DEFINITIONS 6 ARTICLE 2 GENERAL CONDITIONS 9 2.01 TERM..... 9 2.02 SCOPE OF SERVICES 9 2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION 9 2.04 COMPENSATION 9 ARTICLE 3 PERFORMANCE 10 3.01 PERFORMANCE AND DELEGATION 10 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL 10 3.03 CONSULTANT KEY STAFF 10 3.04 TIME FOR PERFORMANCE 10 3.05 STANDARD OF CARE 10 ARTICLE 4 SUB CONSULTANTS 11 4.01 GENERAL 11 4.02 SUB CONSULTANT RELATIONSHIPS 11 4.03 CHANGES TO SUB CONSULTANTS 11 ARTICLE 5 DEFAULT 11 5.01 GENERAL 11 5.02 CONDITIONS OF DEFAULT 12 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE 12 ARTICLE 6 TERMINATION OF AGREEMENT 12 6.01 CITY'S RIGHT TO TERMINATE 12 6,02 CONSULTANT'S RIGHT TO TERMINATE 13 6,03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT 13 ARTICLE 7 DOCUMENTS AND RECORDS 13 7.01 OWNERSHIP OF DOCUMENTS ' 13 7.02 DELIVERY UPON REQUEST OR CANCELLATION 13 7.03 RE -USE BY CITY 13 7.04 NONDISCLOSURE 14 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS 14 7.06 E-VERIFY 13 ARTICLE 8 INDEMNIFICATION 14 ARTICLE 9 INSURANCE 15 9.01 COMPANIES PROVIDING COVERAGE 15 9,02 VERIFICATION OF INSURANCE COVERAGE 15 9.03 FORMS OF COVERAGE 16 9.04 MODIFICATIONS TO COVERAGE 16 ARTICLE 10 MISCELLANEOUS 17 10.01 AUDIT RIGHTS; INSPECTION 17 10,02 ENTIRE AGREEMENT 17 10.03 SUCCESSORS AND ASSIGNS 17 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE . 17 10.05 APPLICABLE LAW AND VENUE OF LITIGATION 17 10.06 NOTICES 18 10.07 INTERPRETATION 18 1 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Fforida Contract No, RFQ. No. 16-17-041 10.08 JOINT PREPARATION 19 10.09 PRIORITY OF PROVISIONS 19 10.10 MEDIATION - WAIVER OF JURY TRIAL 19 10.11 TIME 19 10.12 COMPLIANCE WITH LAWS 19 10.13 NO PARTNERSHIP 20 10.14 DISCRETION OF DIRECTOR 20 10.15 RESOLUTION OF CONTRACT DISPUTES 20 10.16 INDEPENDENT CONTRACTOR 21 10.17 CONTINGENCY CLAUSE 21 10.18 THIRD PARTY BENEFICIARY 21 10.19 ADDITIONAL TERMS AND CONDITIONS 21 ATTACHMENT A - SCOPE OF WORK 25 ARTICLE Al OVERVIEW 24 ARTICLE A2 BACKGROUND INFORMATION 24 ARTICLE A3 MINIMUM QUALIFICATIONS REQUIREMENTS 25 ARTICLE A4 SUMMARY OF SCOPE OF SERVICES 25 ARTICLE A5 GENERAL 25 A5.01 SCOPE OF SERVICES 27 A5.02 WORK ORDERS 27 A5.03 PAYMENTS 27 ARTICLE A6 OVERVIEW OF PROJECT SERVICES . 27 A6.01 DEVELOPMENT OF OBJECTIVES 28 A6.02 SCHEMATIC DESIGN 28 A6.03 DESIGN DEVELOPMENT 29 A6.04 CONSTRUCTION DOCUMENTS 30 A6.05 BIDDING AND AWARD OF CONTRACT 31 A6.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT 32 A6.07 TIME FRAMES FOR COMPLETION 35 ARTICLE A7 ADDITIONAL SERVICES 35 A7.01 GENERAL 35 A7.02 EXAMPLES 35 A7.03 ADDITIONAL DESIGN 36 ARTICLE A8 REIMBURSABLE EXPENSES 36 A8,01 GENERAL 36 A8.02 SUB CONSULTANT REIMBURSEMENTS 37 ARTICLE A9 CITY'S RESPONSIBILITIES 37 A9,01 PROJECT AND SITE INFORMATION 37 A9.02 CONSTRUCTION MANAGEMENT 38 SCHEDULE Al - SUB CONSULTANTS 39 SCHEDULE A2 - KEY STAFF 39 ATTACHMENT B - COMPENSATION AND PAYMENTS 40 ARTICLE Bi METHOD OF COMPENSATION 40 B1.01 COMPENSATION LIMITS 40 B1.02 CONSULTANT NOT TO EXCEED 40 ARTICLE B2 WAGE RATES 40 B2.01 FEE BASIS 40 B2.02 EMPLOYEES AND JOB CLASSIFICATIONS 40 B2.03 MULTIPLIER 40 B2.04 CALCULATION 40 B2.05 EMPLOYEE BENEFITS AND OVERHEAD 41 B2.06 ESCALATION 41 ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION 41 B3.01 LUMP SUM 41 B3.02 HOURLY RATE FEES 41 B3.03 REIMBURSABLE EXPENSES 41 B3.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES 42 B3.05 FEES FOR ADDITIONAL SERVICES 42 B3.06 PAYMENT EXCLUSIONS 42 B3.07 FEES RESULTING FROM PROJECT SUSPENSION 42 ARTICLE B4 PAYMENTS TO THE CONSULTANT 42 2 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 B4,01 PAYMENTS GENERALLY 42 B4.02 FOR COMPREHENSIVE BASIC SERVICES 43 B4.03 BILLING — HOURLY RATE .. 43 B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES 43 B4.05 DEDUCTIONS 43 ARTICLE B5 REIMBURSABLE EXPENSES 43 B5.01 GENERAL 43 B5.02 REIMBURSEMENTS TO THE SUB CONSULTANTS 44 ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 44 B6.01 GENERAL 44 SCHEDULE B1 — WAGE RATES SUMMARY 45 SCHEDULE B2 —CONSULTANT INVOICE 46 3 Comprehensive Stormwater Master Plan Rev. 1/26/18 Crty of Miami, Florida Contract No. RFQ, No. 16-17-041 iEti nF' y.' ‘ft pray 4 frturt uI• c CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS PROFESSIONAL SERVICES AGREEMENT Service Category Comprehensive Stormwater Master Plan, City of Miami Project, B-30632A Contract Type Project Specific Consultant CDM SMITH INC. Consultant Office Location 800 Brickell Avenue, Suite 500, Miami, Florida 33131 City Authorization R-TBD Agreement Number RFQ No. 16-17-041 THIS Professional Services AGREEMENT ("Agreement") made this day of in the year 2018 by and between THE CITY OF MIAMI, FLORIDA, a Florida municipal corporation, hereinafter called the "City," and CDM SMITH INC., hereinafter called the "Consultant." RECITAL A. The City issued a Request for Qualifications ("RFQ") No. 16-17-041 on May 31, 2017 for the provision of engineering services in the development of a Comprehensive Stormwater Master Plan Project (the "Project") and the 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. The Solicitation Documents are deemed as being attached hereto and incorporated by reference herein as supplemental terms, providing, however, that in the event of any conflicts(s) with the terms of this Agreement, this Agreement shall control and supersede any such conflicts(s). 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: 4 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 ARTICLE 1 DEFINITIONS 1.01 Additional Services mean any Work defined as such in a Work Order, secured in compliance with Florida Statutes and City Code. 1.02 Attachments mean the Attachments to this Agreement are expressly incorporated by reference and made a part of this Agreement as if set forth in full. 1.03 Base Fee means the amount of compensation mutually agreed upon for the completion of Basic Services. 1.04 Basic Services mean those services designated as such in a Work Order, 1.05 City Commission means the legislative body of the City of Miami. 1.06 City Manager means the duly appointed chief administrative officer of the City of Miami. 1.07 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, the City's performance is pursuant to the 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 the City's authority as a governmental body and shall not be attributable in any manner to the 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. 1.08 Commission means the legislative body of the City of Miami. 1.09 Consultant means the individual, partnership, corporation, association, joint venture, or any combination thereof, of properly registered professional architects, or engineers, which has entered into this Agreement to provide professional services to the City. 1.10 Continuing Contract. This Agreement was solicited as continuing contract. Per the Consultant's Competitive Negotiation Act, Section 287,055, Fla. Stat. A "continuing contract" is defined as a contract for professional services entered into in accordance with all the procedures of this act between an agency and a firm whereby the firm provides professional services to the agency for projects in which the estimated construction cost of each individual project under the contract does not exceed $2 million, for study activity if the fee for professional services for each individual study under the contract does not exceed $200,000, or for work of a specified nature as outlined in the contract required by the agency, with the contract being for a fixed term or with no time limitation except that the contract must provide a termination clause. Firms providing professional services under continuing contracts shall not be required to bid against one another. 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 Department means or refers to the City of Miami's Office of Capital Improvements ("'OCI') formerly known as Capital Improvements and Transportation Program ("CITP" ). 1.13 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 OCI or their designee. 1.14 Errors mean 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. 5 Comprehensive Stormwater Master Plan Rev, 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 1.15 Errors and Omissions mean design deficiencies in the plans, specifications or other documents prepared by the Consultant, which must be corrected in order for the project to function or be built as intended. 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 Notice to Proceed ("NTP') means the same as "Authorization to Proceed." A duly authorized written letter or directive issued by the Director or Project Manager acknowledging that ail conditions precedent have been met and/or directing that the Consultant may begin work on the Project. 1.19 Omissions mean items that are not shown or included in the plans, specifications, or other documents prepared by the Consultant which are necessary for the proper and/or safe operation of the Project or required to meet the Scope of Services. 1.20 Primary Services mean those Services considered by City to be fundamental to the successful management of the Project as stated in the RFQ, and in Attachment A of this Agreement. 1.21 Project Manager means an employee or representative of the City assigned by the Director to manage and monitor Work to be performed under this Agreement or the construction of a project as a direct representative of the City. 1.22 Program means the City's multi -year Capital Plan, 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. 1.23 Project means the design, construction, alteration and/or repair, and all services and incidentals thereto, of a City facility as contemplated and budgeted by the City. The Project(s) shall be further defined in the Scope of Services and Work Order issued pursuant to this Agreement. 1.24 Professional Services means those services within the scope of the practice of 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. 1.25 Professional Services Agreement ("Agreement" or "PSA") means this Agreement and all attachments and any authorized amendments thereto. In the event of a conflict between the Request for Qualifications ("RFQ") and the Consultant's response thereto, the RFQ shalt control. In the event of any conflict between the Consultant's response to the RFQ and this PSA, this PSA shall control. In the event of any conflict between this PSA and its attachments, this PSA shall control. 1.26 Resolution means the document constituting the official approval of the City Commission as required for the City Manager to execute this Agreement or increase the Project Budget, among other matters. 1.27 Risk Administrator means the City's Risk Management Director, or their 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 a Project or an assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary for its completion. 1.29 Small Business Enterprise ("SBE") means a firm which has been certified by Miami -Dade County who will provide architectural, landscape architectural, engineering, or surveying and mapping professional services to the prime proposer as required pursuant to City Code Section 18-87. 6 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 1.30 Sub consultant/Subcontractors means a person or organization of properly registered professional architects, engineers, registered surveyors or mappers, and/or other professional specialties that has entered into a written agreement with the Consultant to furnish specified professional services for a Project or task. 1.31 Wage Rates means the effective direct expense to the Consultant and/or the 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. 1.32 Work means all services, materials and equipment provided by, or under this Agreement with the Consultant. 1.33 Work Order means a document internal to the City which authorizes the performance of specific professional services for a defined Project or Projects. 1.34 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. 7 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 ARTICLE 2 GENERAL CONDITIONS 2.01 TERM The term of this Agreement shall be effective until final completion of construction of the Project and Final Payment is made to the Consultant. The City, by action of the City Manager, shall have the option to extend this Agreement subject to the continued satisfactory performance as determined by the Director of the Office of Capital improvements, 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 Article 2.04-1, Compensation Limits are not exceeded. 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 not expire and 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 The Consultant agrees to provide the Services as specifically described and under the special terms and conditions set forth in Attachment A, Scope of Work, hereto, which is incorporated into and made a part of this Agreement. 2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION (Formerly referred to as COMMUNITY BUSINESS ENTERPRISE ("CBE") REQUIREMENTS ORDINANCE 13331, codified as Section 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 ("SBE"), in good standing; 2) Place a specific emphasis on utilizing local small businesses from within the City's municipal boundaries (within the City limits). For information on the City's SBE requirements, visit the Miami -Dade County, Internal Services Department website at: http://www.miamidade.govfsmallbussiness/enterprise-programs.asp. 2.04 COMPENSATION 2.04-1 COMPENSATION LIMITS The amount of compensation payable by the City to the Consultant shall generally be a lump sum not to exceed fee, based on the rates and schedules established in Attachment B, Compensation and Payments, hereto, which is incorporated into this Agreement; provided, however, that in no event shall the amount of compensation exceed (total value of award) ($4,299,588.68) in total over the term of the Agreement and any extension(s), unless explicitly approved by action of the City Commission or City Manager, as applicable, and put into effect by written amendment to this Agreement. Said fee is comprised of a lump sum fee for Basic Services of $3,482,363.00 plus a not -to -exceed fee of $685,725.00 for Survey Services, a not -to -exceed fee of $130,000.00 for Additional Services, and a not -to- exceed allowance of $1,500.00 for Reimbursable Expenses. The City may, in its sole and absolute discretion use other compensation methodologies. The work may never exceed the limitations provided in Section 287.055, Florida Statutes for Continuing Contracts and other limitations, as may be applicable. s Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Ronda Contract No. RFQ. No. 16-17-041 2.04-2 PAYMENTS Unless otherwise specifically provided in Attachment B, Compensation and Payments, payment shall be made in accordance with Florida Statute Chapter 218, Part VII, Local Government Prompt Payment Act, after receipt of the Consultant's invoice, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to constitute a "Proper invoice" as defined by Section 218.72 (1), Florida Statutes, and to allow a proper audit of expenditures, should the City require one to be performed. If the Consultant is entitled to reimbursement of ,travel expenses, then all bills for authorized and approved travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. The Consultant shall utilize Attachment B, Schedule B2 - Consultant Invoice, for the submission of 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 between the City and said other person or firm. 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL Director or their designee may make written request to the 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 Subcontractors engaged by the Consultant to provide and perform Services or Work pursuant to the requirements of this Agreement. The Consultant shall respond to the 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 the Consultant. Such request shall solely relate to said employees work under this Agreement. 3.03 CONSULTANT KEY STAFF The parties acknowledge that the Consultant was selected by the City, in part, on the basis of qualifications of particular staff identified in the Consultant's response to the City's solicitation, hereinafter referred to as "Key Staff." The Consultant shall ensure that Key Staff are available for Work upon request from the City, as long as said Key Staff is in the Consultant's employ. The Consultant will obtain prior written acceptance from the Director or their designee to change Key Staff. The Consultant shall provide Director, or their designee with such information as necessary to determine the suitability of proposed new Key Staff. Director will act reasonably in evaluating Key Staff qualifications. Such acceptance shall not constitute any responsibility or liability for the individual's ability to perform. 3.04 TIME FOR PERFORMANCE The Consultant agrees to start all Work hereunder upon receipt of a Notice to Proceed (NTP) issued by the Director or their designee and to complete each assignment, task or phase within the time stipulated in the NTP. Time is of the essence with respect to performance of Work under 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 their Services, Consultant shall perform all Services in compliance with Florida Administrative Code Rule 61G15- 19.001(4) and Section 471.033(1) of the Florida Statutes, as amended. Consultant shall perform 9 Comprehensive Stormwater Master Plan Rev. 1/26118 City of Miami, Florida Contract No. RFC). No. 16-17-041 due diligence, in accordance with , the care and skill ordinarily used by members of Consultant's profession practicing under similar conditions at the same time and in the same locality as codified in Florida Administrative Code 61G15-19.001(4),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 designs, drawings, specifications, 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, specifications 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, specifications or other Services. ARTICLE 4 SUB CONSULTANTS 4.01 GENERAL 4.01-1 A Sub consultant, as defined in Article 1.29, Sub consultant, is a firm that was identified as part of the consulting team in the competitive selection process by which the Consultant was chosen to perform the Services under this Agreement, and as such, is identified and listed in Attachment A, Schedule Al, Sub consultants/Subcontractors attached hereto and incorporated herein 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 described under Additional Services. Such Specialty Sub consultant shall be in addition to those identified in Attachment A, Schedule Al, Sub consultants/Subcontractors. 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 the Sub consultants are entirely under his 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 Attachment A, Schedule Al, Sub consultants/Subcontractors 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. ARTICLE 5 DEFAULT 5.01 GENERAL if the Consultant fails to comply with any term or condition of this Agreement, or fails to perform any of its obligations hereunder, then the 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 the Consultant, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to the Consultant while the Consultant was in default shall be immediately returned to the City. The Consultant understands and agrees that termination of this Agreement under this section shall not release the Consultant from any obligation accruing prior to the effective date of termination. 10 Comprehensive Stormwater Master Plan Rev, 1/26/18 City of Miami. Florida Contract No. RFQ. No. 16-17-041 In the event of termination due to default, in addition to the foregoing, the 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, the City may also suspend or withhold reimbursements from the Consultant until such time as the actions giving rise to 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 The Consultant fails to obtain or maintain the professional engineering certification/licensure, insurance or bonding herein required. 5.02-2 The 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 The Consultant fails to commence the Services within the time provided or contemplated herein, or fails to complete the Work in a timely manner as required by this Agreement. 5.02-4 The Consultant fails to comply with any term, condition, obligation or covenant of this Agreement, as defined herein, which is to be performed by the Consultant. 5.02-5 The Consultant fails to comply with any applicable code, law, rule, or regulation applicable to the Consultant's performance of this Agreement. 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE The City, through the Director or designee, shall provide written notice to the Consultant as to a finding of default, and the Consultant shall take all necessary action to cure said default within time the stipulated in said notice, after which time, the City may terminate the Agreement. The City, at its sole and absolute discretion, may allow additional days to perform any required cure if the Consultant provides written justification deemed reasonably sufficient. If the Default has not been corrected by the Consultant within the time specified, the Agreement shall be automatically terminated on the fast day of the time stipulated in said notice, without the necessity of any further action by the City. Should any such failure on the part of the 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 to cure. No additional moneys or fees will be payable by the City it being agreed that due to FORCE MAJEURE only a time extension may be granted at the sole discretion of the City. ARTICLE 6 TERMINATION OF AGREEMENT 6.01 CITY'S RIGHT TO TERMINATE The City, including the Director or the Director's authorized designee has the right to terminate this Agreement for any reason or no reason, upon ten (10) business days' written notice. Upon termination of this Agreement, all charts, sketches, studies, drawings, and other documents, including all electronic copies related to Work 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, Compensation and Payments provided that said documentation is turned over to Director or designee within ten (10) business days of termination. Failure to timely deliver the documentation shall be cause to withhold any payments due without recourse by the Consultant until all documentation is delivered to the Director or designee. 11 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 6.01-1 The Consultant shall have no recourse or remedy from any termination made by the City except to retain the fees, and allowable costs or reimbursable expenses, earned compensation for the Services that were performed in complete compliance with the 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. 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) calendar days from the date of the City's receipt of a written statement from the Consultant specifying the City's breach of its duties under this Agreement. 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT The 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 the 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 therefrom, 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 the Consultant or termination of this Agreement without restriction or limitation on their use, and will be made available, on request, to the City at any time during the performance of such services and/or upon completion or termination of this Agreement. The 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 the 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) business days of cancellation, or within ten (10) business days of request by the City, shall be just cause for the City to withhold payment of any fees due the Consultant until the Consultant delivers all such documents. The 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 work 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 the 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. 12 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami. Florida Contract No. RFQ. No. 16-17-041 7.04 NONDISCLOSURE To the extent allowed by law, the Consultant agrees not to divulge, furnish, or make available to any third person, firm or organization, without Director's or their 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 the Consultant hereunder, and the 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; PUBLIC RECORDS The Consultant will keep adequate records and supporting documentation, which concern or reflect its Services hereunder. Records subject to the provisions of the Public Records Law, Florida Statutes Chapter 119, shall be kept in accordance with the applicable statutes. Otherwise, the records and documentation will be retained by the Consultant for a minimum of three (3) years from the date of termination of this Agreement or the date the Project is completed, whichever is later. The City, or any duly authorized agents or representatives of the 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. Consultant shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service; (2) provide the public with access to public records on the same terms and conditions as the City would at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law; 3) ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law; (4) meet all requirements for retaining public records and transfer, at no cost, to the City all public records in its possession upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements; and, (5) provide all electronically stored public records to the City in a format compatible with the City's information technology systems. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. 7.06 E-VERIFY Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Consultant during the term of the Contract and shall expressly require any Sub consultant performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 13 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 ARTICLE 8 INDEMNIFICATION It is the City's longstanding policy that the Consultant shall indemnify and hold harmless the City, its Commissioners, officers, employees and agents, from any and all losses, damages, expenses and costs (including reasonable attorney's fees), and other liabilities of any type whatsoever, to the extent caused by the negligence, intentional tort, or breach of contract by the Consultants, or its employees, agents, sub consultants, or other persons or entities performing work under the Contract. These indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Consultant shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Consultant to defend, at its own expense, to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Consultant, or persons employed or utilized by Consultant. This indemnity will survive the cancellation or expiration of the Agreement. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Section 725.08, Florida Statutes, as applicable and as amended. 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. 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 Administrator or their authorized designee, 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-, in accordance with 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 14 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No, RFQ. No. 16-17-041 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. The Consultant shall maintain coverage with equal or better rating as identified herein for the terra of this Agreement. The 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 thirty (30) calendar days of the change. The Consultant shall furnish copies of insurance policies pertaining to this Agreement to Risk Administrator within ten (10) business 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 written on a primary and non-contributory basis, with limits of at least $1,000,000.00 per occurrence, $2,000,000.00 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) calendar days and (10) business 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 $1,000,000.00 naming the City as an additional insured with respect to this coverage. Notice of cancellation should read (30) calendar days and (10) business 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 $1,000,000.00 per claim, $1,000,000.00 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 the Project covered by this Agreement. Coverage must reference the retroactive date. 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 $500,000.00 each occurrence. 9.03-5 SUB CONSULTANT COMPLIANCE: The Consultant shall ensure that all Sub consultants comply with these same insurance requirements. 9,04 MODIFICATIONS TO COVERAGE The Risk Administrator or their 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) calendar day written notice to the Consultant in accordance with Article 10.06, Notices, herein. The 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 the City accompanied by justification. 15 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of fvliami, Florida Contract No. RFQ. No. 16-17-041 ARTICLE 10 MISCELLANEOUS 10.01 AUDIT RIGHTS; INSPECTION 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 inspection and audit provisions provided for City contracts set forth in Section 18-101 and Section 18-102, City Code, are applicable 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 assignment, sale transference without City Commission approval shall be cause for the City to terminate this Agreement. The Consultant shall have no recourse from such termination. 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 shall certify that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of NTP. 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 one (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 the Consultant's duties to indemnify the City under Article 8 pursuant to Florida Statues Chapter 725.08. 16 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 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 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 Consultant: Ignacio L Lizama, PE, ENV SP Vice President CDM Smith Inc. 800 Brickell Avenue, Suite 500 Miami, Florida 33131 Email: lizamail(a�cdmsmith.com Phone: 305-372-7171 For City of Miami: Emilio T. Gonzalez, Ph.D. City Manager Office of the City Manager City of Miami 444 S.W. 2' Avenue, 10' Floor Miami, Florida 33130-1910 Email: djalfonsoamiamigov.com Phone: 305-416-1025 Annie Perez, CPPO Director Department of Procurement City of Miami 444 S.W. 2nd Avenue, 6th Floor Miami, Florida 33130-1910 Email: annieperez(c�miamiQov.com Phone: 305-416-1910 Victoria Mendez City Attorney Office of the City Attorney City of Miami 444 S.W. 2nd Avenue, 9th Floor Miami, Florida 33130-1910 Email: victoriamendezc miamiaov.com Phone: 305-416-1832 With Copies to: Director Office of Capital Improvements City of Miami 444 S.W. 2nd Avenue, 8th Floor Miami, Florida 33130-1910 Email: jeovannyrodriguez a miamigoy.com Phone: 305-416-1225 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 17 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 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 the 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, and/or following the completion of the Project, the parties to this Agreement agree all disputes between them shall be submitted to non- binding mediation prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State of Florida. The parties will split the costs of a certified mediator on a 50/50 basis. The Consultant agrees to include such similar contract provisions in the agreements with all Sub consultants and/or independent contractors retained for the Project, thereby providing for non -binding mediation as the primary mechanism for dispute resolution. Each party will bear their own attorney's fees. In an effort to expedite the conclusion of any litigation the parties voluntarily waive their right to jury trial or to file permissive counterclaims in any action arising under this Agreement. 10.11 TIME Time is of the essence in this Agreement. Consultant shall promptly perform its duties under this Agreement and Work Orders pursuant hereto, and will give the Work as much priority as is necessary to cause the Work to be completed on a timely basis in accordance with this Agreement. All Work shall be performed strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in this Agreement and/or Work Orders pursuant hereto. 10.12 COMPLIANCE WITH LAWS The 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: The 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 the Consultant's performance under this Agreement on account of race, color, gender, religion, age, handicap, marital status or national origin. The Consultant further covenants that no otherwise qualified individual shall, solely by reason of their race, color, gender, religion, age, handicap, marital status or national origin, be excluded from 18 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No, RFQ. No. 16-17-041 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 the Consultant's access to City property, including Project jobsites, if the 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 the Consultant. 10.12-3 ADA COMPLIANCE: The 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 and 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 The Consultant is an independent contractor. This Agreement does not create a joint venture, partnership or other business enterprise or affiliation between the parties. The Consultant has no authority to bind the City to any promise, debt, default, contract, liability 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 or the Director's authorized designee. 10.15 RESOLUTION OF CONTRACT DISPUTES The 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 Director of OCI, as identified in Article 10.06, Notices. Upon receipt of said notification the Director of Oa shall review the issues relative to the dispute and issue a written finding. Should the Consultant and the Director of 0C1 fail to resolve the dispute, the Consultant shall submit their dispute in writing within five (5) calendar days to the Director of Procurement. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Upon receipt of said notification the Director of Procurement shall review the issues relative to the dispute and issue a written finding. The 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 their resolution is required prior to the Consultant being entitled to seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed $500,000.00, the City Manager's decision shall be approved or disapproved by City Commission. The Consultant shall not be entitled to seek judicial relief unless: 19 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 (i) it has first received City Manager's written decision, approved by City Commission if applicable, or (ii) a period of sixty (60) calendar 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) calendar days has expired where the City Manager's decision is subject to City Commission approval; or (iii) The 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 The 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, the 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. The Consultant further understands that Florida Workers' Compensation benefits available to employees of the City are not available to the Consultant, and agrees to provide workers' compensation insurance for any employee of the 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 this Agreement is subject to amendment or termination due to lack of funds, reduction of funds and/or change in program requirements and/or regulations, upon thirty (30) calendar days' notice. 10.18 THIRD PARTY BENEFICIARY The 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 if a PSA or other Agreement was provided by the City and included in this solicitation for the Project, no additional terms or conditions which materially or substantially vary, modify or alter the terms or conditions of this 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 PSA or other Agreement. 20 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami. Florida Contract No. RFQ. No. 16-17-041 IN WITNESS WHEREOF, the parties have executed this Agreement No. 16-17-041 as of the day and year first above written. WITNESS/ATTEST: Consultant, CDM Smith Inc. )11 L'rti v�, % L it. c Signature Signe m a.4-: o z M ace o Sec Print Name. Title ATTEST: Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: Todd E. Hannon, City Clerk APPROVED AS TO INSURANCE REQUIREMENTS: ,`A• Anthony B. BouchaaF-�frTief Operating Officer _ Print Name, ..t`i 'ficer or Official it'coriblii Seel) R. a.. !: ' . `r CITY OF MIAMI, a municipal corporation of the State of Florida Emilio T. Gonzalez, Ph.D., City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: Ann (Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department Comprehensive Stormwater Master Plan Rev. 1l23/18 City of Miami, Florida Contract No. RFQ, No, 16-17-041 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of CDM smith Inc. a corporation organized and existing under the laws of the State of Massachusetts , held on the 29ty of December 2017 a resolution was duly passed and adopted authorizing (Name) Anthony B. Bouchard as (Title) President of the corporation to execute agreements on behalf of the corporation and providing that their 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 2Q1g Secretary: ht Print: rn ct..r-r' o bl a-Ga[.t;a CERTIFICATE OF AUTHORITY (1F PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership 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 partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. l further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, i have hereunto set my hand this , day of 20 . Partner: Print: Names and addresses of partners: Name Street Address City State Zip Comprehensive Stormwater Master Plan Rev. 1/23/18 City of Miami, Florida Contract No, RFQ_ No. 1G-17-041 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (if Applicable) have executed and am bound by the terms of the Agreement to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20_ Signed: Print: NOTARIZATION STATE OF i %". )SS: COUNTY OF e ) The foregoing instrument was acknowledged before me this jci day of , 20 I ", by V)Y,L-i. -,(— c', who is personally known to me or who has produced LT - ; - , r as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FAA / 1i5� , c h , c 31- f /) / / i /i,7 et C4�L 3 247e) PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC CHRISTINA A. IUSTIAN Notify Public Ulatmenweeltti of Massochusells My Commission btplres Jarmo 18, 2020 2* Comprehensive Stormwater Master Plan Rev. 1/23/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 ATTACHMENT A - SCOPE OF WORK ARTICLE Al OVERVIEW The City of Miami (hereinafter referred to as "the City") is contracting with CDM Smith Inc., (hereinafter referred to as "the Consultant") under a non-exclusive Agreement, to perform a full range of professional engineering services in the planning and development of a Comprehensive Stormwater Master Plan (Project), for the City. The newly updated and comprehensive SWMP shall: a. Evaluate potential Sea Level Rise scenarios and provide recommendations to raise seawall and bulkhead elevations, propose new pump stations, and installation of backflow preventers to existing and future stormwater drainage infrastructure. b. Evaluate and provide recommendations to improve the resiliency of coastal and upland infrastructure, as well as, the existing ecosystem to mitigate damages sustained from severe storm events. c. Provide recommendations to address water quality and environmental issues (e.g., manatees, sea grass, legacy sediments and contaminated groundwater, sanitary interconnections) in accordance with local, state, and federal regulations. d. Create a ranking and priority list for capital projects that address stormwater drainage and water quality improvements, as well as City maintained seawalls/bulkheads. e. Analyze, model, and provide recommendations to reduce depth, extent, frequency, and duration of flooding events. f. Provide recommendations for conservation and reuse of stormwater. g. Evaluate ways to improve aquifer recharge to reduce saltwater intrusion, and protect the potable water supply. h. Identify best management practices utilizing a tiered approached based on scope and cost of project. i. Identify and recommend green design and Sustainable Engineering standards. Conduct a coordinated analysis identifying existing conditions of with City parks (specially waterfront parks), and major public facilities, including transportation, parking and other infrastructure (e.g., water and sewer and transportation programs), as well as coordination with Miami -Dade County and FDOT transportation programs, in the context of a larger, regional area. Development and redevelopment standards and design criteria. ARTICLE A2 BACKGROUND INFORMATION The City encompasses approximately 56 square miles. Of this total, approximately 36 square miles are located in upland areas while the remaining 20 square miles are found within coastal basins and Biscayne Bay. The City's original SWMP was generated in 1986, and emphasized on mainland areas, excluding barrier islands and most coastal areas. Additionally,, localized flooding of homes, businesses and roadways, including the effects of erosion and diminishing capacity of rivers and canals due to accumulation of debris and organic sedimentation, were evaluated. An updated SWMP was adopted by the Miami City Commission in 2012. 24 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 Its purpose was to: a. Apply for National Rood Insurance Program (NFIP) Community Rating System (CRS) reclassification and receive additional credits to discount flood insurance rates for City residents. b. Determine the potential impact of proposed changes in land use. c. Prioritize drainage basins for flood protection. d. Evaluate Flooding Complaints. e. Evaluate Federal Emergency Management Agency FEMA repetitive losses. The 2012 SWMP has proven to be outdated due to changes in land use, sea level rise, and the current regulatory environment. The development of new and comprehensive SWMP is critical in establishing a policy framework to ensure the integrity of the City's future is protected and enhanced over time. ARTICLE A3 MINIMUM QUALIFICATIONS REQUIREMENTS The City relied on the Consultant's Proposal to determine that Consultant and Consultant's Key Personnel (See Attachment A, Schedule A2) have met the minimum qualifications requirements established in the Solicitation. ARTICLE A4 SUMMARY OF SCOPE OF SERVICES The Consultant shall provide, in a phased approach, a full range of engineering services in the planning and development of a clear, comprehensive and forward -looking framework that encompasses the existing stormwater management program, and makes full use of the results of the previous studies to avoid duplication of Work. Scope of services includes, but is not limited to the work included in Attachmentr B, Compensation and Payments, Schedule B2, Consultant's Negotiated Price. A full breakdown of all the tasks for these Phases can be found in in Attachment B, Compensation and Payments, Schedule B2, Consultant's Negotiated Price. City's Responsibilities The City will: 1. Assign a direct single point of contact at the City, assigned to the Consultant for this Project; 2. Provide available data as requested; 3. Attend and participate in periodic project progress meetings as requested at project milestones and assist in coordination of meetings with City staff and stakeholders. 4. Assist Consultant to the extent possible with obtaining information from sources or agencies unresponsive to Consultant. 5. Perform timely reviews of deliverables. ARTICLE A5 GENERAL The Consultant shall perform the specialty design work for the Comprehensive Stormwater Master Plan, City of Miami (Project). The City's intention is to complete the Project in accordance with the Scope of Services described in Request for Qualifications (RFQ) No. 16-17-041 and this Agreement. Refer to Full Negotiated Price for the breakdown of the tasks involved in completing the Scope. The Consultant shall provide full range of engineering services, for the City, in the planning and development of a clear, comprehensive framework that encompasses the existing stormwater management program, and other related services as needed to complete the Project. Consultant 2j Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami. Florida Contract No. RFQ. No. 16-17-041 shall provide these professional services for the Project for which Consultant was selected in accordance with Section 287.055 Florida Statutes, as amended, otherwise known as the Consultants' Competitive Negotiations Act (CCNA). A5.01 SCOPE OF SERVICES A5.01-1 The Consultant agrees to provide comprehensive Professional Services in accordance with all applicable laws, building and environmental regulations, including the Florida Building Code and the City of Miami, Florida, Code of Ordinances, and as set forth in this Agreement and further enumerated in a Work Order. Consultant may be required to perform all or some of the services presented in this Agreement, depending on the needs of the City for the Project. Consultant shall furnish, as Basic Services, comprehensive professional engineering services for the Project. A5.01-2The City will phase the Work required to complete the Project so that the Project is designed and constructed in the most logical, efficient, and cost effective manner. The Consultant shall be directed to proceed with each phase of the Project through the use of Work Order Proposals and Work Orders. A5.02 WORK ORDERS When OCI has determined that a specific phase of the Project is to proceed, the Director or authorized designee will request in writing a Work Order Proposal from the Consultant based on the proposed Scope of Services provided to the Consultant in writing 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 Services and to resolve any questions. The Consultant shall then prepare a Work Order Proposal following the format provided by the City, indicating the proposed Scope of Services, time of performance, staffing, proposed fees, Sub consultants, and deliverable items and/or documents. The Director or designee may accept the Work Order Proposal as submitted, reject the Work Order Proposal, or negotiate revisions to the Work Order Proposal. Upon acceptance of a Work Order Proposal, OCI will prepare a Work Order that will be reviewed by OCI staff and the Director or designee. Upon approval, OCI will issue a written Notice to Proceed (NTP) subsequent to approval of the Work Order by the Director or designee. A5.03 PAYMENTS The City will pay the Consultant in accordance with provisions and limitations of Attachment B, Compensation and Payments. 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, NTP and/or Purchase Order. ARTICLE A6 OVERVIEW OF PROJECT SERVICES Schematic Design, Design Development, Construction Documents, Permitting, Bidding, and Construction Administration Phases are not a part of this Scope of Services. The City is reserving the right to apportion award to the Consultant for these Services, after the approval of all stakeholders, and authorization of the Master Plan. If the City excercises the right to award these Services, the cost for the Services will be negotiated. Upon successful negotiations, Consultant agrees to provide complete civil engineering services as set forth in the tasks enumerated hereinafter, in accordance with the Florida Building Code, latest edition, all federal, state, County and City of Miami, Florida, Laws, Codes and Ordinances, Consultant shall maintain an adequate staff of qualified personnel on the Work at all times to ensure its performance as specified in this Agreement. Consultant shall submit one (1) electronic set of all documents and seven (7) copies of documents required under Article A5, without additional charge, for review and approval by the City. 26 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 Consultant shall not proceed with the next task of the Work until the documents have been approved, in writing, by City, and an Authorization to Proceed with the next task has been issued by City. Consultant is solely responsible for the technical accuracy and quality of their Work. Consultant shall perform all Work in compliance with Florida Administrative Code Rule 61 G15-19.001(4) and Section 471.033(1) (g) of the Florida Statutes. 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, specifications 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, specifications or other Services. A6.01 DEVELOPMENT OF OBJECTIVES (IF AWARDED) A6.01-1 Consultant shall confer with representatives of City, the Project Manager, and other jurisdictional agencies to develop several options for how the various elements of the Project will be designed and constructed. A6.01-2 Consultant shall, utilizing a compilation of available documentation, confer with representatives of City, the Project Manager, and other jurisdictional agencies in order to comprehensively identify aspects of the completed Project that may require further refinement to attain the requisite detail of design development required to begin the creation of Construction Documents. For clarity of scope, the items that need further development will be called Conceptuals, and the remaining items will be called Designs. A6.01-3 Consultant shall prepare written descriptions of the various options and shall participate in presentations to multiple groups explaining alternative options. Sufficient detail shall be provided to support the presentation materials. A6.02 SCHEMATIC DESIGN (IF AWARDED) A6.02-1 DESIGN CONCEPT AND SCHEMATICS REPORT: Consultant shall prepare and present, in writing and at an oral presentation if requested, for approval by City, a Design Concept and Schematics Report, comprising Schematic Design Studies, including an identification of any special requirements affecting the Project, a Statement of Probable Construction Cost, Project Development Schedule and review of Constructability Review reports. 1. Schematic Design Studies consist of site plan(s), floor plans (where applicable), elevations, sections, and all other elements required by City or Project Manager to show the scale and relationship of the components and design concepts of the whole. The floor plans may be single -line diagrams. A simple perspective rendering or sketch, model or photograph thereof may be provided to further show the design concept. 2. A Statement of Probable Construction Cost, prepared in Construction Standard Index (CS!) format, to include a summary of the estimated Project cost and an evaluation of funding allocation. Such summary shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and construction contingency. Such evaluation shall comprise a brief description of the basis for estimated costs per each element and similar Project unit costs, Costs shall be adjusted to the projected bid date. Recommendations for reducing the scope of the Project in order to bring the estimated costs within allocated funds, in the event that the statement 27 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 of Probable Construction Costs exceeds allocated funds, Consultant shall update its documentation, at no additional cost to the City, to reflect this reduced scope. Any "Statement of Probable Construction Costs" prepared by Consultant represents a reasonable estimate of cost in Consultant's best judgment as a professional familiar with the local construction industry. 3. The Project Development Schedule shall show the proposed completion date of each task of the Project through design, bidding, and post design services. 4. Constructability Review reports shall be conducted by the City and/or the Consultant at design stages deemed necessary by the Project Manager. Consultant shall provide five additional deliverable plan sets for distribution, by City, to others for this purpose. There shall be an established deadline for review report submission back to the City. Consultant shall provide written responses to ail comments within two weeks and shall maintain files of all related review reports and response reports. If necessary, City may coordinate Constructability Review meetings with some or all of the reviewers with Consultant present to discuss specific issues. In addition to the Constructability Review process mentioned above, City reserves the right to conduct a Peer Review of the Project documents at any design stage. Cost of such a Peer Review would be borne by City. Any findings as a result of said Peer Review would be addressed by Consultant, and if requested by City, would be incorporated into the design documents, at no additional cost to City and no extension of time to the schedule. A6.03 DESIGN DEVELOPMENT (IF AWARDED) From the approved Schematic Design documents, Consultant shall prepare and present in writing, and at oral presentations, if requested, for approval by City, separate Design Development Documents, updated Project Development Schedules, updated Statements of Probable Construction Costs and a review of Constructability Review reports. 1. The Design Development Documents shall consist of drawings (site plans, floor plans, elevations, and sections), outline specifications, and other documents. 2. Design Development consists of continued development and expansion of architectural and/or civil Schematic Design Documents to establish the final scope, relationships, forms, size, and appearance of each element through: 2.1 Plan sections and elevations 2.2 Typical construction details 2.3 Final materials selection 2.4 Construction phasing plan 3 The updated Development Schedules shall show the proposed completion dates of each milestone of the Project through design, bidding, construction and proposed date of occupancy. Consultant will also detail all long lead procurement items and architecturally significant equipment that will need to be purchased prior to the completion of Construction Documents. 4. Provide updated Statements of Probable Construction Cost. If either statement of Probable Construction Cost exceeds allocated funds, Consultant shall prepare recommendations for reducing the scope of that particular Project in order to bring the estimated costs within allocated funds. Consultant shall update its documentation, at no additional cost to the City, to reflect this reduced scope. 5. Constructability Review reports. 6. Prepare a summary report and/or Design Development drawings or sketches showing the foundations and the framing of the proposed Primary Structural System, including 2g Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 materials, gross sizes and critical details. These documents may become partially completed working drawings. 7. Review the initial results of any special studies required which are established during the Schematic Design Phase and determine their effects on the Structural System. 8. Review any geotechnical report for structural concerns and for the recommended foundation system. 9. Establish drawing and drafting standards for the Project with the client and design team, such as grid lines, match lines, scale and sheet size. 10. Assist the client and design team in preparing a preliminary opinion of costs and an outline of specifications. A6.04 CONSTRUCTION DOCUMENTS (IF AWARDED) From the approved Design Development Documents, Consultant shalt prepare for written approval by City, Final Construction Documents setting forth all design drawings and specifications needed to comprise a fully biddable, permittable, constructible Project. Consultant shall produce 30%, 60%, 90% and Final Construction Documents for review and approval by City, which shall include the following: 1. A Drawing Cover Sheet listing an index of all number of drawings by each discipline. Drawings not included in the 30%, 60%, 90% and Final review shall be noted. Consultant shall attach an index of all anticipated drawing sheets necessary to fully define the Project. 2. The updated Project Development Schedule to include an outline of major construction milestone activities and the recommended construction duration period in calendar days. 3. An updated Statement of Probable Construction Cost in CSI format. 4. Consultant may also be authorized to include in the Construction Documents approved additive and/or deductive alternate bid items, to permit City to award a Construction Contract within the limit of the budgeted amount. 5. A Project Specifications Index and Project Manual with at least 30%, 60%, 90% and Final of the Specifications completed. Documents submittal shall also include all sections of Divisions "0" and "1." 6. Perform an internal review and check the structural design and the structural Contract Documents including the interrelationship of the Primary Structural System with the designs prepared by other design disciplines. The prime design professional is responsible for overall coordination of the various engineering disciplines. 7. Assist, if required, in obtaining approval by appropriate review agencies. 8. Assist, if required, with manufacturer or supplier recommendations. 9. Consultant shall include, and will be paid for, City -requested alternates outside of the established Project scope or that are not constructed due to a lack of funds. No fee will be paid by City in connection with alternates required by the failure of Consultant to design the Project within the Fixed Limit of Construction Cost. 10. Consultant shall not proceed with further construction document development until approval of the 30% documents is received in writing from City. Approval by City shall be for progress only and does not relieve Consultant of its responsibilities and liabilities relative to code compliance and to other covenants contained in this Agreement. 29 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 Consultant shall resolve all questions indicated on the documents and make all changes to the documents necessary in response to the review commentary. The 30% documents review (check) set shall be returned to City upon submission of 60% complete Construction Documents and Consultant shall provide an appropriate response to all review comments noted on these previously submitted documents. Of the seven (7) copies to be provided, the Consultant shall submit to the City four (4) full size copies of the drawings and specifications, and one digital copy in .pdf format. A6.04-1 MAXIMUM COST LIMIT: Prior to authorizing the Consultant to proceed with preparation of Construction Document Development, the City shall establish and communicate to the Consultant, a maximum sum for the cost of construction of the Project ("Maximum Cost Limit"). If the City has not advertised for bids within ninety (90) days after the Consultant submits the Final Design to the City, the estimate of the cost of construction shall be adjusted by Consultant. Notwithstanding anything above to the contrary, the City may require the Consultant to revise and modify Construction Documents and assist in the re -bidding of the Work at no additional cost or fee to the City if all responsive and responsible bids received exceed ten (10%) percent of the Maximum Cost Limit. A6.04-2 DRY RUN PERMITTING: The Consultant shall file and follow-up for approval of building permits at the earliest practicable time during the performance of the Work, for approval by City, County, State and/or Federal authorities having jurisdiction over the Project by law or contract with the City, and shall assist in obtaining any such applicable certifications of permit approval by such authorities prior to approval by OC1 of the final set and printing of the Construction Documents. The Consultant shall promptly, at any time during the performance of the Work hereunder, advise the City of any substantial increases in costs set forth in the Statement of Probable Construction Cost that, in the opinion of the Consultant, is caused by the requirement(s) of such. Upon completion of dry run permitting, Consultant shall provide as part of the seven (7) copies to be submitted, five (5) full size sealed copies of the drawings and specifications, Consultant shall also provide digital versions of the drawings in .dwg, .plt, and .pdf formats. The specification additional terms and conditions shall be provided in both .pdf and .doc formats. A6.05 BIDDING AND AWARD OF CONTRACT (1F AWARDED) A6.05-1 BID DOCUMENTS APPROVALS AND PRINTING: Upon obtaining all necessary approvals of the Construction Documents from authorities having jurisdiction, and acceptance by the City of the 100% Construction Documents and latest Statement of Probable Construction Cost, the Consultant shall assist the City in obtaining bids and preparing and awarding the construction contract. The City, for bidding purposes, will have the bid documents printed, or at its own discretion, may authorize such printing as a reimbursable service to the Consultant. A6.05-2 ISSUANCE OF BID DOCUMENTS, ADDENDA AND BID OPENING: 1. The City shall issue the Bid Documents to prospective bidders and keep a complete List of Bidders. 2. The Consultant shall assist the City in the preparation of responses to questions if any are required during the bidding period. All addenda or clarifications, or responses shall be issued by the City. 3. The Consultant shall prepare revised plans, if any are required, for the City to issue to all prospective bidders. 30 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFC). No. 16-17-041 4. The City will schedule a "Pre -Bid Meeting" on an as needed basis, for the Project. The Consultant shall attend any and all pre -bid meeting(s) and require attendance of Sub consultants at such meetings. 5. The Consultant will be present at the bid opening, if requested by the City. A6.05-3 BID EVALUATION AND AWARD: The Consultant shall assist the City in evaluation of bids received to determine the responsiveness of bids and the preparation of documents for Award of a contract. If the lowest responsive Base Bid received exceeds the Total Allocated Funds for Construction, the City may: 1. Approve an increase in the Project cost and award a Contract; 2. Reject all bids and re -bid the Project within a reasonable time with no change in the Project or additional compensation to the Consultant; 3. Direct the Consultant to revise the scope and/or quality of construction, and rebid the Project. The Consultant shall, without additional compensation, modify the Construction Documents as necessary to bring the Probable Construction Cost based on such revisions within the Total Authorized Construction Budget. The City may exercise such option where the bid price exceeds 10% of the Fixed Construction Budget provided to the Consultant and as may be modified by the City and the Consultant prior to soliciting bids. 4. Suspend, cancel or abandon the Project. NOTE: Under item three (3), above, the Consultant shall, without additional compensation, modify the Construction Documents as necessary to bring the Probable Construction Cost within the budgeted amount. A6.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT (1F AWARDED) A6.06-1 The Construction Phase will begin with the issuance of the NTP to the chosen Contractor and will end when the Consultant has provided to the City all post construction documents, including Contractor As -Built drawings, Consultant's record drawings, warrantees, guarantees, operational manuals, and Certificate(s) of Occupancy have been delivered to the City and the City approves the final payment to the Consultant. During this period, the Consultant shall provide administration of the construction contract as provided by this Agreement, and as provided by law. A6.06-2 The Consultant, as the representative of the City during the Construction Phase, shall advise and consult with the City and shall have the authority to act on behalf of the City to the extent provided in the General Conditions and the Supplementary Conditions of the construction contract and their Agreement with the City. A6.06-3 The Consultant and respective Sub consultants shall visit the site to conduct field observations, at a minimum on a weekly basis, and at all key construction events to ascertain the progress of the Project, and shall visit the site as appropriate to conduct field inspections to ascertain the progress of the Project and determine, in general, if the Work is proceeding in accordance with the Contract Documents. The Consultant shall provide any site visits necessary for certification if required by the authorities having jurisdiction. Threshold inspection shall be provided by the Consultant at no additional cost to the City. The Consultant shall report on the progress of the Work, including any defects and deficiencies that may be observed in the Work. The Consultant and/or Sub consultants will not be required to make extensive inspections or provide continuous daily on -site inspections to check the quality or quantity of the Work unless otherwise set forth in this Agreement. The Consultant will be responsible for writing and distributing minutes of all meetings and field inspection reports from all meetings it is asked to attend. Consultant 31 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 and Sub consultants will not be held responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work. The Consultant will not be held responsible for the Contractor's or Subcontractors', or any of their agents' or employees' failure to perform the work in accordance with the contract unless such failure of performance results from the Consultant's acts or omissions. A6.06-4 The Consultant shall furnish the City with a written report of all observations of the Work made by Consultant and require all Sub consultants to do same during each visit to the Project. The Consultant shall also note the general status and progress of the Work on forms furnished by the City. The Consultant shall submit the reports in a timely manner. The Consultant and Sub consultants shall ascertain that the Work is acceptable to the City. Consultant shall assist the City in ensuring that the Contractor is making timely, accurate, and complete notations on the "as -built" drawings. Copies of the field reports shall be attached to the monthly Professional Services payment request for construction administration services. The Consultant's failure to provide written reports of all site visits or minutes of meeting shall result in the rejection of payment requests and may result in a proportional reduction in Construction Administration fees paid to the Consultant. A6.06-5 Based on observations at the site and consultation with the City, the Consultant shall determine the amount due to the Contractor based on the pay for performance milestones and shall recommend approval of such amounts as appropriate. This recommendation shall constitute a representation by the Consultant to the City that, to the best of the Consultant's knowledge, information and belief, the Work has progressed to the point indicated and that, the quality of the Work is in accordance with the contract and the Contractor is entitled to the amount stated on the requisition subject to: 1. a detailed evaluation of the Work for conformance with the contract upon substantial completion; 2. the results of any subsequent tests required by the contract; 3. minor deviations from the contract correctable prior to completion; and 4. any specific qualifications stated in the payment certificate and further that the Contractor is entitled to payment in the amount agreed upon at a requisition site meeting or as stated on the requisition. Prior to recommending payment to the Contractor, the Consultant will prepare a written statement to the City on the status of the Work relative to the Construction Schedule, which shall be attached to the Contractor's Requisition. Such statement shall be prepared immediately following the requisition field meeting and shall not be cause for delay in timely payment to the Contractor. By recommending approval of a Payment Certificate, the Consultant shall not be deemed to represent that the Consultant has made any examination to ascertain how and for what purpose the Contractor has used money paid on account of the Construction Contract Sum. A6,06-6 The Consultant shall be the interpreter of the requirements of the Contract Documents and the judge of the performance thereunder. The Consultant shall render interpretations necessary for the proper execution or progress of the Work upon written request of either the City or the Contractor, and shall render written decisions, within a maximum of ten (10) calendar days, on all claims, disputes and other matters in question between the City and the Contractor relating to the execution or progress of the Work. Interpretations and decisions of the Consultant shall be consistent with the intent of and reasonably inferable from, the Contract Documents and shall be in written or graphic form. 32 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 A6.06-7 The Consultant shall have the authority to recommend rejection of Work which does not conform to the Contract Documents. Whenever, in their reasonable opinion, the Consultant considers it necessary or advisable to insure compliance with the Contract Documents, the Consultant will have the authority to recommend special inspection or testing of any Work deemed to be not in accordance with the Contract, whether or not such Work has been fabricated and/or delivered to the Project, or installed and completed. A6.06-8 The Consultant shall promptly review and approve, reject or take action on shop drawings, samples, RFIs and other submissions of the Contractor. Changes or substitutions to the construction documents shall not be authorized without concurrence of the City's Project Manager and/or Director of OCI. The Consultant shall have a maximum of ten (10) calendar days from receipt of shop drawings, samples, RFI's or other submittals by the Contractor, to return the shop drawings or submittals to the Contractor with comments indicating either approval or disapproval. Consultant shall provide the Contractor with a detailed written explanation as to the basis for rejection. Consultant shall have five (5) calendar days to review contractor payment applications to ensure the City complies with Florida Statute Section 218.70. A6.06-9 The Consultant shall initiate and prepare required documentation for changes as required by the Consultant's own observations or as requested by the City, and shall review and recommend action on proposed changes. Where the Contractor submits a request for Change Order or Change Proposal request, the Consultant shall, within ten (10) calendar days, review and submit to the City, their recommendation or proposed action along with an analysis and/or study supporting such recommendation. A6.06-10 The Consultant shall examine the Work upon receipt of the Contractor's request for substantial completion inspection of the Project and shall, prior to occupancy by the City, recommend execution of a 'Certificate of Acceptance for Substantial Completion" after first ascertaining that the Project is substantially complete in accordance with the contract requirements. The Consultant shall, in conjunction with representatives of the City and the Contractor, prepare a punch -list of any defects and discrepancies in the Work required to be corrected by the Contractor in accordance with Florida Statute 218.735. Upon satisfactory completion of the punch -list, the Consultant shall recommend execution of a "Certificate of Final Acceptance" and final payment to the Contractor. The Consultant shall obtain from the Contractor, upon satisfactory completion of all items on the punch - list, all necessary close-out documentation from the Contractor including but not limited to all guarantees, warranties, operating and maintenance manuals for equipment, releases of liens/claims and such other documents and certificates as may be required by applicable codes, laws, and the contract, and deliver them to the City before final acceptance shall be issued to the Contractor. A6.06-11 The Consultant shall monitor and provide assistance in obtaining the Contractor's compliance with its contract relative to: 1) initial instruction of City's personnel in the operation and maintenance of any equipment or system; 2) initial start-up and testing, adjusting and balancing of equipment and systems; and 3) final clean-up of the Project to assure a smooth transition from construction to occupancy by the City. A6.06-12 The Consultant shall review the Contractor's "as built" drawings and submit them to the City upon approval by the Consultant. The Contractor is responsible for preparing the "as built" drawings. A6.06-13 The Consultant shall furnish to the City the original documents, including drawings, revised to "as -built" conditions based on information furnished by the Contractor; survey, and specific conditions. In preparing the "Record Set" documents, the 33 Comprehensive Stormwater Master Plan Rev. 1/26/18 Crty of Miami, Florida Contract No. RFQ. No. 16-17-041 Consultant shall rely on the accuracy of the information provided by the Contractor, including the Contractor's record drawings. Any certification required under this Agreement including the contents of "as -built" documents is conditioned upon the accuracy of the information and documents provided by the construction contractor. Transfer of changes made by "Change Authorization," "Change Order," "Request for Information," substitution approvals, or other clarifications will be the Consultant's responsibility to incorporate into the "Record Set" and record documents. Changes made in the field to suit field conditions, or otherwise made by the Contractor for its convenience, shall be marked by the Contractor on the "Field Record Set" and transferred to the original contract documents by the Consultant. The original documents, as well as the "Record Set" shall become the property of the City. A reproducible set of all other final documents will be furnished to the City free of charge by the Consultant. The Consultant shall furnish to the City one complete set of "Record Set Drawings", in Auto CADD (computer -aided design and drafting) Version 2000 or such other format acceptable to the City. A6.06-14 The Consultant shall furnish to the City a simplified site plan and floor plan(s) reflecting "as -built" conditions with graphic scale and north arrow. Plans must show room names, room numbers, overall dimensions, square footage of each floor and all fonts used in the drawings. Two sets of drawings shall be furnished on 24" x 36" sheets and one electronic copy. A6.06-15 The Consultant shall assist the City in the completion of the Contractor's performance evaluation during construction work and upon final completion of the Project, A6.07 TIME FRAMES FOR COMPLETION (IF AWARDED) The following time frames are sequential from the date of the NTP. A concurrent project timeline is attached as Schedule A5 (TDB). I . 11. IV. V. VI. VII. VIII. IX. X. ARTICLE A7 Development of Objectives Schematic Design Design Development 30% Construction Documents 60% Construction Documents 90% Construction Documents Dry— Run Permitting Final Construction Documents Bidding and award of Construction Contract Construction Contract Administration ADDITIONAL SERVICES TBD during Negotiations TBD during Negotiations TBD during Negotiations TBD during Negotiations TBD during Negotiations TBD during Negotiations TBD during Negotiations TBD during Negotiations TBD during Negotiations TBD during Negotiations A7.01 GENERAL Services categorized below as "Additional Services" may be specified and authorized by City and are normally considered to be beyond the scope of the Basic Services. Additional Services shall either be identified in a Work Order or shall be authorized by prior written approval of the Director or City Manager and will be compensated for as provided in Attachment B, Article 83.05, Fees for Additional Services. A7.02 EXAMPLES Except as may be specified in Attachment A, Schedule A-1, Sub consultants/Subcontractors herein, Additional Services may include, but are not limited to the following: 34 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 A7.02.1 APPRAISALS: investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. A7.02-2 SPECIALTY DESIGN: Any additional special professional services not included in the Scope of Work. A7.02-3 PRE -DESIGN SURVEYS AND TESTING: Environmental investigations, site evaluations, or comparative studies of prospective sites. Surveys of the existing structure required to complete as -built documentation are not additional services. A7.02-4 EXTENDED TESTING AND TRAINING: Extended assistance beyond that provided under Basic Services for the initial start-up, testing, adjusting and balancing of any equipment or system; extended training of City's personnel in operation and maintenance of equipment and systems, and consultation during such training; and preparation of operating and maintenance manuals, other than those provided by the Contractor, subcontractor, or equipment manufacturer. A7.02-5 MAJOR REVISIONS: Making major revisions to drawings and specifications resulting in or from a change in Scope of Work, when such revisions are inconsistent with written approvals or instructions previously given by City and are due to causes beyond the control of Consultant. (Major revisions are defined as those changing the Scope of Work and arrangement of spaces and/or scheme and/or any significant portion thereof). A7.02-6 EXPERT WITNESS: Preparing to serve or serving as an expert witness in connection with any mediation, arbitration or legal proceeding, providing, however, that Consultant cannot testify against City in any proceeding during the course of this Agreement. A7.02-7 MISCELLANEOUS: Any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted architectural/engineering practice related to construction. A7.03 ADDITIONAL DESIGN The City may, at its option, elect to proceed with additional services relating to the Project. ARTICLE A8 REIMBURSABLE EXPENSES A8.01 GENERAL Reimbursable Expenses cover those services and items authorized by the City in addition to the Basic and Additional Services and consist of actual, direct expenditures made by the Consultant and the Sub consultant for the purposes listed below. Transportation, travel and per diem expenses shall not be considered as reimbursable expenses under this Agreement. A8.01-1 COMMUNICATIONS EXPENSES: Identifiable communication expenses approved by the Project Manager, long distance telephone, courier and express mail between the Consultant's various permanent offices and Sub consultants. The Consultant's field office at the Project site is not considered a permanent office. Cell phones will not be considered as reimbursable expenses under this Agreement. A8.01-2 REPRODUCTION, PHOTOGRAPHY: Cost of printing, reproduction or photography, beyond that which is required by or of the Consultant's part of the work, set forth in this Agreement. A8,01-3 GEOTECHNICAL INVESTIGATION: Identifiable soil borings and reports, and testing costs approved by the Project Manager. 35 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 A8.01-4 PERMIT FEES: Ali 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 Consultant. A8.01-5 SURVEYS: Site surveys and special purpose surveys when pre -authorized by the Project Manager. A8.01-6 OTHER: Items not indicated in Article A4, Reimbursable Expenses, when authorized by the Project Manager. 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 their designee including, without limitation, detailed bills, itemized invoices and/or copies of cancelled checks. A8.02 SUB CONSULTANT REIMBURSEMENTS Reimbursable Sub consultant expenses are limited to the items described above when the Sub consultant's 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 this Agreement. ARTICLE A9 CITY'S RESPONSIBILITIES A9.01 PROJECT AND SITE INFORMATION City, at its expense and insofar as performance under this Agreement may require, may furnish Consultant with the information described below or, if not readily available, may authorize Consultant to provide such information as an Additional Service, eligible as a Reimbursable Expense. A9.01-1 SURVEYS: Complete and accurate surveys of building sites, giving boundary dimensions, locations of existing structures, the grades and lines of street, pavement, and adjoining properties; the rights, restrictions, easements, boundaries, and topographic data of a building site, and existing utilities information regarding sewer, water, gas, telephone and/or electrical services. A9.01-2 SOIL BORINGS, GEOTECHNICAL TESTING: Soil borings or test pits; chemical, mechanical, structural, or other tests when deemed necessary; and, if required, an appropriate professional interpretation thereof and recommendations. Consultant shall recommend necessary tests to City. A9.01-3 GENERAL PROJECT INFORMATION: Information regarding Project Budget, City and State procedures, guidelines, forms, formats, and assistance required establishing a program pursuant to Article A6.02, Schematic Design. A9.01-4 EXISTING DRAWINGS: Drawings representing as -built conditions at the time of original construction, subject to as -built availability. However, such drawings, if provided, are not warranted to represent conditions as of the date of receipt. Consultant must still perform field investigations as necessary in accordance with Article A6.01, Development of Objectives, to obtain sufficient information to perform its services. Investigative services in excess of "Normal Requirements," as defined, must be authorized in advance. A9.01.5 RELIABILITY: The services, information, surveys and reports described herein, shall be furnished at City's expense, and Consultant shall be entitled to rely upon the accuracy and completeness thereof, provided Consultant has reviewed all such information to determine if additional information and/or testing is required to properly design the Project. 36 Comprehensive Stormwater Master Plan Rev, 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 A9.02 CONSTRUCTION MANAGEMENT A9.02-1 During construction, Consultant and the Project Manager shall assume the responsibilities described in the general conditions and supplementary conditions of the construction contract relating to review and approval of the construction work by the Contractor. A9.02-2 If City observes or otherwise becomes aware of any fault or defective Work in the Project, or other nonconformance with the contract during construction, City shall give prompt notice thereof to Consultant. 37 Comprehensive Stormwater Master Plan Rev. 1/26/18 City of Miami, Florida Contract No. RFQ. No. 16-17-041 ATTACHEMENT A - SCOPE OF WORK SCHEDULE Al - SUB CONSULTANTS/SUBCONTRACTORS FIRM NAME CONSULTING FIELD Hadonne Corporation. Survey SRS Engineering, Inc. Capital Improvement Media Relations Group Community Outreach MAGBE Consulting Community Outreach Anfield Consulting Utility Sufficiency CES Consultants, Inc. Capital Improvement SCHEDULE A2 - KEY STAFF NAME JOB CLASSIFICATION Jonathan Goldman, P.E., BCEE Senior Project Manager Michael Schmidt, P.E,, BCEE, DWRE Lead Engineer / Stormwater Technical Expert Ignacio Lizama, P.E., ENV SP Principal in Charge, Quality Control Jayson Brennen, GISP Senior GIS Lead / Asset Management Thomas Nye, PhD., P.E. Senior Stormwater Modeler / Water Resources Scott McClelland Lead Funding William Cesanek, AICP Lead Infrastructure Planning Lauren Miller Vulnerability Assessment / Climate Change Virginia Roach, P.E. BCEE Green BMP / Sustainable Infrastructure Abraham Hadad (Hadonne Corp) Lead Survey Fernando Vazquez (CES) Capital Improvements Ignacio Serralta (SRS) Capital Improvements lrela M. Bague (MAGBE Consulting) Community Outreach / Resiliency Planning 38 Comprehensive Stormwater Master Plan Rev. 1/26/18 ATTACHMENT B - COMPENSATION AND PAYMENTS ATTACHMENT B - COMPENSATION AND PAYMENTS ARTICLE B1 METHOD OF COMPENSATION The fees for Professional Services for 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 as defined in Article B3.01, Lump Sum. b) An Hourly Rate as defined in Article B3.02, Hourly Rates, and at the rates set forth pursuant to the same, 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 Article 2.04-1, Compensation Limits, 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 the 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 the 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 averages of the certified Wage Rates that have been received and approved by the Director. The averages of said certified Wage Rates are summarized in Attachment B, Schedule B1 - Wage Rates Summary, incorporated herein by reference. Said Wage Rates are the effective direct hourly rates, as approved by the City, of the 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 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 the 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. Said multiplier is intended to cover the Consultant employee benefits and the 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. B2.04 CALCULATION Said Wage Rates are to be utilized by the Consultant in calculating compensation payable for specific assignments and Work Orders as requested by the City. The 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 Attachment A, Schedule A2 - Key Staff. 39 Comprehensive Stormwater Master Plan Rev. 1/26/18 ATTACHMENT B - COMPENSATION AND PAYMENTS B2.05 EMPLOYEE BENEFITS AND OVERHEAD Regardless of the method of compensation elected herein, compensation paid by the City shall, via the Multiplier, cover all the 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 escalation clause as part of this Agreement. 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 manner: B3.01 LUMP SUM Compensation for a Scope of Work can be a Lump Sum and must be mutually agreed upon in writing by the City and the Consultant and stated in a Work Order. Lump Sum compensation is the preferred method of compensation. 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, 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. B3.01-3Lump Sum compensation shall be calculated by Consultant, utilizing the Wage Rates established herein including multiplier, and reimbursable expenses. 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 Attachment A, Schedule A2 - Key Staff. B3.02 HOURLY RATE FEES B3.02-1 Hourly Rate Fees shall be those rates for Consultant and Sub consultant employees identified in Attachment B, Schedule B1 - Wage Rates Summary. 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 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 as a Not to Exceed Fee for the Work to be performed on an Hourly Rate Basis. B3.03 REIMBURSABLE EXPENSES Any fees for authorized reimbursable expenses shall not include charges for the 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. 40 Comprehensive Stormwater Master Plan Rev. 1/26/18 ATTACHMENT B - COMPENSATION AND PAYMENTS B3.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES The design of additive and deductive alternates contemplated as part of the original Scope for a Project as authorized by the Director will be considered as part of Basic Services. The design of additive and deductive alternates that are beyond the original Scope of Work and construction budget may be billed to the City as Additional Services. The fees for alternates will be calculated by one of the three methods outlined above, as mutually agreed by the Director and the Consultant. B3.05 FEES FOR ADDITIONAL SERVICES The Consultant may be authorized to perform Additional Services for which additional compensation and/or Reimbursable Expenses, as defined in this Agreement under Articles A7 and B3.03 respectively, may be applicable. The Consultant shall utilize the Work Order Proposal Form and worksheets which can be found on the City's Webpage at http:f/www.miamigov.com/CITP/forms.html. The webpage also provides the procedures for completing these forms. Failure to use the forms or follow the procedures will result in the rejection of the Work Order Proposal. B3.05-1 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. 83.05-2 PROCEDURE AND COMPLIANCE: An independent and detailed Notice to Proceed (NTP), 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 NTP 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 Consultants' Competitive Negotiation Act, and other applicable laws. B3.05-6 FEE LIMITATIONS: Any authorized compensation for Additional Services, either professional fees or reimbursable expenses, shall not include additional charges for 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, mailing, stenographic, clerical, or other employees time or travel and subsistence not directly related to the Project. For all reimbursable services and Sub consultant costs, the Consultant will apply the multiplier of one (1.0) times the amount expended by the Consultant. B3.06 PAYMENT EXCLUSIONS The Consultant shall not be compensated by the City for revisions and/or modifications to drawings and specifications, for extended construction administration, or for other work when such work is due to errors or omissions of the Consultant, as determined by the City. B3.07 FEES RESULTING FROM PROJECT SUSPENSION If a project 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 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 each Phase of the Work. The Consultant shall submit monthly invoices for partial payments to me made in proportion to the estimated percentage of work completed and accepted by the City, for each Task. Surveying Services shall be invoiced monthly, on a time and material basis, for labor, subcontractor services, and direct costs, including field (three person) crews. The Sub consultant fees and Reimbursable Expenses shall be billed to the City in the actual amount paid by the Consultant. Reimburabkles will be paid in accordance with Article B5 of Attachment B. The Consultant shall utilize the City's Invoice Form which can be found an the OCI website at http://www.miamigov.com/CITP/forms.html. Failure to submit invoice(s) 41 Comprehensive Stormwater Master Plan Rev. 1/26/18 ATTACHMENT B - COMPENSATION AND PAYMENTS within 60 days following the provision of Services contained in such invoice may be cause for a finding of default. Failure to use the City Form will result in rejection of the invoice. For invoicing purposes only, refer to Exhibit 1, Breakdown of Negotiated Price, of Attachment B, Compensation and Payments. A written project status report will accompany each progress billing. B4.02 FOR COMPREHENSIVE BASIC SERVICES For those Projects and Work Orders where comprehensive design services are stipulated, said payments shall, in the aggregate, not exceed the percentage of the estimated total Basic Compensation indicated below for each Phase. B4.03 BILLING — HOURLY RATE Invoices submitted by the 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 ail personnel directly engaged on the 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 the 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. B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES Payment for Additional Services may be requested monthly in proportion to the services performed. When such 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 the 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 or costs incurred by the Sub consultants engaged on the Project or task. 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. B4.05 DEDUCTIONS No deductions shall be made from the Consultant's compensation on account of liquidated damages assessed against contractors or other sums withheld from payments to contractors. ARTICLE B5 REIMBURSABLE EXPENSES B5.01 GENERAL Reimbursable Expenses are those items authorized by the City outside of or in addition to the Scope of Work as identified in the Work Order (as Basic Services and/or Additional Services) and consist of actual expenditures made by the Consultant and the Consultants" employees, the Sub consultants, and the Specialty Sub consultants in the interest of the Work for the purposes identified below: B5.01-1 TRANSPORTATION: Transportation shall not be considered as reimbursable expenses under this Agreement. B5.01-2 TRAVEL AND PER DIEM: Travel and per diem expenses shall not be considered as reimbursable expenses under this Agreement. 85.01-3 COMMUNICATION EXPENSES: Identifiable communication expenses approved by the Project Manager, long distance telephone, courier and express mail between Consultant and Sub consultants. B5.01-4 REPRODUCTION, PHOTOGRAPHY: Cost of printing, reproduction or photography, beyond that which is required by or of the Consultant to deliver services set forth in this Agreement. All reimbursable expenses must be accompanied by satisfactory documentation. 42 Comprehensive Stormwater Master Plan Rev. 1/26/18 ATTACHMENT B - COMPENSATION AND PAYMENTS B5.01-5 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. B5.01-6 SURVEYS: Site surveys and special purpose surveys when pre -authorized by the Project Manager. B5.02 REIMBURSEMENTS TO THE 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 Article B5, Reimbursable Expenses, herein. ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS B6.01 GENERAL It is understood that all Consultant agreements and/or work Orders for new work will 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. 43 Comprehensive Stormwater Master Plan Rev. 1/26/18 ATTACHMENT 6 - COMPENSATION AND PAYMENTS ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE BI - WAGE RATES SUMMARY KEY PERSONNEL NAME JOB CLASSIFICATION NEGOTIATED HOURLY RATE (Unloaded) ADJUSTED NOT TO EXCEED HOURLY RATE (2.9 Multiplier) Irela M. Bague (MAGBE) Community Outreach $35.00 $101.50 Jason Brennen, GISP Snr. GIS / Asset Management $73.00 $211.70 William Cesanek, AICP Lead Infrastructure Planning $80.00 $232.00 Jonathan Goldman, P.E., BCEE Senior Project Manager $76.00 $220.40 Abraham Hadad, PLS (Hadonne) Lead Survey $43.00 $124.70 Ignacio Lizama, P.E., ENV SP Principal-In-Charge/QC $80.00 $232.00 Scott McClelland Lead Funding $79.00 $229.10 Lauren Miller Vulnerability Assessment $45.00 $130.50 Thomas Nye, PhD., P.E. Snr. Stormwater/Sea Level Rise $66.00 $191.40 Virginia Roach, P.E., BCEE Green BMP/Sustainable $80.00 $232.00 Michael Schmidt, P,E., BCEE, DWRE Lead Engineer / Technical Expert $82.00 $237.80 Ignacio Serralta, P.E. (SRS) Capital Improvements $75.00 $217.50 Fernando Vazquez, P.E. (CES) Capital Improvements $72.16 $209.26 44 Comprehensive Stormwater Master Plan Rev. 1/26/18 ATTACHMENT B - COMPENSATION AND PAYMENTS ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B2 CONSULTANT'S NEGOTIATED PRICE PROPOSAL 45 Comprehensive Stormwater Master Plan Rev. 1/26/18 ATTACHMENT B - COMPENSATION AND PAYMENTS ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B3 - CONSULTANT INVOICE To: ATTN: FTam: NOTE-- City of Miami Capital Improvements & Transportation Program 444 SW 2nd Avenue -$ih Floor Miami, FL 33130 Invoice Number- Invoice Deal: Pege: Invoice Period: Contract No.: Contract Ttte: Project No. Project Menne: Purchase Order No_ Work Order No; .Month 00, 0000 . - To: From - Month 00, 0000 Month00, 0000 _ Prepare lnvaces properly to avoid payment delay. Submd signed originals only. Each invoice must be signed by a Principal of the Yarnas designated. Attach appropriate back-up documents to each invoice. SERVICE TOTAL. EARNED PREYiOUSLY CONTRACT AMOUNT i COMPLETE TO DATE IHVOlCEO !CURRENT INVOICE AMOUNT Schein sac Delon (SD1 Oesgn Development (OD) 30% Construction. Documenes130% 60% ConstrucUan Documents 150% 90% Construction Documents [90% _ - CD1 $ - $ _ $ - $ $- $ - S - - _ ,_$ - _ CD) CD) S $ _ $ $ - $ - S - $ - 10O%Constructsm Documents (100%CD) Dry Run Permitting Bidding or Negotiation Phase Construction Admiostrabon (CA) $ - $ - $ - $ $ — — $ $ - $ - S - S - S .. - $ - $ - $ - $ - $ - $ - -S - '$ - $ - $ - $ $ - $ $ S - - _ - $ - $ $ - $ - $ $ s - $ $ Reimbursable Expeh,es - 1-(TOM ) ._. ----- 3,LTtle) s - $ - $ - - $ - 1 - ' S - . $ - $ - S - S - 5 - S - 3. (Title) Addiihlwnal t,.rrHle} - Services S . - S - S - S - S - S $ - S - S S $ $ -_ --- 3 - $ - $ - S - 2_ (T1d.1 _ _ 3. (Title) -___ - .. - $ - S - S - $ -_ $ - $ - $ - $ - - $ - $ - $ - s - TOTAL: Prior to this invoice Remaining Contract Balancer: S S - S - S - I S - Subtotal: S - Deducate's: - Total Due ; $ - - $E M CERTPIED TRUE ANO CORRECTSv--- SUPPORTING DOCUMENTS CHECKLIST: Aclaetton S0000ding Addll,val -eller of Phase Laing ?mowed, DocImen1S br ndce: Cmslruc lion Slalus Repudv Siplalure Of Penolpol I F:nal Payment ❑ocounalle SeMce Anlnun£a Nona TVpe Nemo and Rite or Pamper CITY OF MIAMI APPR OVAL: DO NOT COMPLETE. TO BE COMPLETED BY CITY OF MIAMI DATE MGNIATVRE - _ Date Received CUP: Date Reoe. ed for Payment Processing (Budget Oepa orient Finance Validation: PROJECT MANAGER TEAM LEADER CI-SEF OF DES Hector Badia _ ASSISTANIT DIRECTOR Jeovenny Rodripez, P.E- DRECTOR 46 Comprehensive Stormwater Master Plan Rev. 1 /26/18 ATTACHMENT B - COMPENSATION AND PAYMENTS ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B2 - CONSULTANT'S NEGOTIATED PRICE PROPOSAL ATTACHMENT B - COMPENSATION AND PAYMENTS 47 Comprehensive Stormwater Master Plan Rev. 1123118 ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B2 — CONSULTANT'S NEGOTIATED PRICE CITY OF MIAMI PROJECT B-30632A CDM SMITH INC. (CONSULTANT) 1. BACKGROUND INFORMATION The City of Miami (City) encompasses approximately 56 square miles as shown on Exhibit 1. Of this total, approximately 36 square miles are located in upland areas while the remaining 20 square miles are found within coastal basins and Biscayne Bay. The service area is naturally divided by elevation and topography into eight major watersheds which have been analyzed to various degrees in past stormwater analyses for the City. The most recent update to the Stormwater Master Plan (2012 SWMP) has proven to be outdated due to changes in land use, sea level rise, and the current regulatory environment. The development of a new and comprehensive SWMP is desirable in establishing a policy framework so that the integrity of the City's future is protected and enhanced over time. The City has retained Consultant to undertake planning and developing a newly updated and comprehensive SWMP based on a modern. GIS database. 2. SCOPE OF SERVICES Consultant shall undertake the following scope of work: TASK A: DATA COLLECTION AND EVALUATION In performing this Task, the Consultant shall: 1. Develop a project management plan that establishes communication protocols, schedule, data collection methodology, and process standards. Attend bi-monthly project meetings over the course of the project (12 meetings). 2. Review the adopted 2012 Stormwater Master Plan and other available and applicable data sources such as the City of Miami Comprehensive Development Plan, Miami - Dade County, National Resources Conservation Service (NRCS), U.S. Army Corps of Engineers (USACE), National Oceanic and Atmospheric Administration (NOAA), United States Geological Survey (USGS) groundwater wells data, Federal Emergency Management Agency (FEMA), South Florida Water Management. District (SFWMD) canal and gate operations and wells, Florida Department of Environmental Protection (FDEP) and Florida Department of Transportation (FDOT), as of December 31, 2017. 3. Review available information on current Level of Service (LOS) provided the City for existing stormwater drainage and water quality systems in the City. Identify areas and infrastructure facilities such as water, sewer, stormwater, roadways, seawalls/bulkheads and emergency facilities at risk from rainfall, sea level rise, tidal flooding, and storm surge, for recommendations on design criteria changes as warranted to mitigate said risk. 4. Review the City's existing stormwater asset databases and Geographical Information System (GIS) environment as of December 31, 2017 as provided by the City. Page 1 of 13 -�M1>i ory n n rn 5. Evaluate current tidal boundary conditions for Biscayne Bay, Miami River, and the Intracoastal Waterway and Atlantic Ocean from various government agencies such as the City, SE Florida Climate Compact, USACE, NOAA, United States Geological Survey (USGS), FEMA, SFWMD, FDEP, FDOT and Miami -Dade County to create the one-year stillwater tidal boundary condition. The 10- and 100-year stillwater will be taken from the current FEMA Flood Insurance Study (FIS), and the 25-year stillwater will be interpolated. 6. Update and Improve the City's Stormwater Geographic Information System (GIS) database for use in creating the stormwater models for master planning purposes. This Subtask involves the development of a base City-wide stormwater GIS environment, which will be developed from best available, in-house information including existing GIS data, plans, atlas maps, and drawings. The stormwater GIS database will be configured to support the stormwater planning and modeling process, as well as general system operations and asset management. This process of developing the stormwater GIS environment will be as follows: a. Records Research and Data Acquisition. Consultant will work with City to complete a records research and data acquisition process. This will be completed to inventory data sources available, rank them in order of precedence, and define a process for acquiring source documents. Consultant will also work with City and Miami -Dade County and other outside sources to acquire available applicable GIS information, including base mapping, digital aerial imagery, topography, and existing utility mapping. The information collected as part of this process will be the primary data sources for GIS development. City will be responsible for providing source materials to Consultant in a standard digital format. Consultant will format information to support the GIS development process. b. Geodatabase Design and Project Planning. Consultant will develop an Esri- based stormwater geodatabase design. The geodatabase will be designed by Consultant based on current industry standards and will be adapted to fit the requirements of stormwater master planning. During the geodatabase design process, placeholders for individual layers (i.e. pipes, manholes, catch basins), attributes for each layer (Le. pipe size, pipe material, inverts), valid values for each attribute, and the topology relationships and rules between features (i.e., pipes shall be digitized in the direction of flow) will be established where possible. Consultant will provide a copy of the draft geodatabase design to City and will hold an up to two-hour meeting to discuss the design. The design established as part of this process will be used to support GIS data development and system configuration. c. Stormwater GIS Development. Consultant will develop a City-wide stormwater GIS base with information provided during the records research and data acquisition task and data conversion methodology phase. This process will be as follows: i. Acquisition of existing GIS data (aerial mapping, digital aerial imagery, GIS layers) to use as the "base mapping" for this effort. This information will be collected and loaded into a series of Esri geodatabases. Page 2 of 13 ii. Review and evaluation of up to 30,000 digital plan sheets (stored within approximately 1,200 digital plan sets) to identify plan sheets that contain stormwater system information. It is assumed that of the 30,000 electronic plan sheets, approximately 1,200 will contain stormwater information. Consultant will organize the 1,200 plan sheets (which may include underground sheets, CIP plans, and atlas sheets), points will be georeferenced by matching points between the base data and the plans, and the plan area limit of each plan sheet will be entered into a polygon layer within the GIS database. Each plan area limit polygon will be attributed with plan name, plan date, and plan type, as applicable and related to an intersection or fixed points. This process will result in a polygon layer of plan area limits and the layer will be linked to scanned images of each plan to allow the City to access historical plans via the GIS environment. The 1,200 plan sheets will become the primary source documents to be used for the GIS database development process. iii. Update of the City's stormwater GIS database by transcribing stormwater information (pipes, manholes, inlets, and structures) from the up to 1,200 plan sheet source documents to the GIS database using the following approach: 1. Update of the GIS database based on available plan and record drawing information as of December 31, 2017, where applicable. System structure points (manholes, inlets, outfalls) will be transcribed from source plans into the GIS database. If features to be mapped (i.e, inlets, manholes, drainage wells, outfalls) are visible on aerial base mapping, they will be "snapped" to these locations. If features are not visible on base mapping, the location will be estimated based on information available on source documents. As each structure point is placed, available manhole information on the source document will be entered into the geodatabase. Attribute information not available on source documents will be coded as "null" in the GIS database. 2. System pipes and conveyance structures will be converted from plans to the GIS database. Conveyance structures will be "snapped" to associated structure points, be digitized in the direction of flow, and be coded with pipe size and other information noted on plans. Attribute information not available on source documents will be coded as "null" in the GIS database. 3. This task includes the scanning and geo-referencing of up to 1,500 paper documents such as as-builts or tile book sheets and development of applicable data layers. 4. Conduct a GPS and field data collection effort, where deemed necessary by the Consultant to create model data to support the GIS update process in areas where plan/record drawing Page 3 of 13 information is incomplete. This task includes the location and inventory of up to 500 structures (x,y to 1 ft accuracy) and 500 structures (x,y, and z elevations to 0.03 ft accuracy), and 350 building finished floor elevations to standard survey accuracy. 5. Aerial photogrammetry survey of unobstructed seawalls up to a vertical accuracy of +l- 0.25 ft, and fill in survey of up to 1,000 additional points as required. 6. Incorporate bathymetric cross sections as available from the City and SFWMD (Wagoner CreeklSeybold Canal, Miami River (C-6), C-5, C-4, and C-7). Bathymetric survey will be conducted to fill in data gaps for up to 100 canal cross -sections. Nearshore cross sections will be determined from navigational maps. iv. Development of a geometric network to connect the system and indicate proper direction of flow and feature snapping. The network will be used to flow trace the final stormwater network to verify proper stormwater system flow. v. Completion of a quality review process in which a combination of automated tools (developed using Esri's data reviewer" and "map automation" technology) and manual checks will be used to review data developed. vi. Development of a series of map atlases using ArcGIS' Data Driven Pages functionality to become the new City-wide stormwater facilities atlas to a scale chosen by the City. vii. Implement of a WebGIS application, using Esri's ArcGIS Online or Portal for ArcGIS environment that will allow the City to view GIS information during the GIS development process. This tool will be used to support more efficient collaboration and quality control. viii. Consultant will finalize data and deliver the following to City in electronic format: 1. Updated Stormwater GIS Database 2. Map Atlases Produced using ArcGIS Environment 3. Esri Map Document and WebGIS Configuration Files 7. Review available FEMA repetitive loss data provided digitally by the City and available data from City and County flooding complaint records within its City limits, and create a GIS map of the data for use in the analysis. 8. Review and provide recommendations for required information that will assist the City in complying with the National Flood Insurance Program's Community Rating Services (NFIP-CRS) requirements. 9. Recommend potential locations for flood stage monitors and provide conceptual equipment standards or data sheets. Page 4 of 13 TASK B: STORMWATER MODELING PHASE In performing this Task, the Consultant will: 1. Utilize the available 2015 five-foot pixel LIDAR data set from Miami -Dade County for the development for the digital terrain model (DTM) sufficient for the modeling analyses and delineate sub -basins and watersheds based on the DTM data. 2. Prioritize the modeling analyses based on historic flooding severity and frequency from repetitive loss data provided by the City. Depending on the interconnectivity of the watersheds and the timing and extent of the available and collected data, Consultant shall begin the analyses with North and South Biscayne Bay Basins. 3. Establish tidal and riverine boundary conditions (at inflows to the City and outflows from the City) using the existing Dade County SWMM models, and groundwater elevation estimates from USGS and RER/DERM monitoring well data. 4. Define the Primary Stormwater Management System (PSMS) and model extents. The PSMS model will include a total of up to 500 hydrologic units and up to 1,500 conduits (open channels and pipes generally 24-inches in diameter and larger). 5. Develop an Existing Conditions (EC) model or the PSMS system utilizing the XP- SWMM (1-D) model platform. 6. Evaluate EC land use and hydraulic conditions including provided digital City CIP data for PSMS projects for the 5-year 24-hour, 10-year 72-hour, 25-Year 72-hour, and 100- year 72-hour SFWMD design storm events and develop summary tables of peak stages, flows and velocities from model results. 7. Evaluate the effectiveness of up to 20 provided City Flood Protection Projects for the PSMS to meet the LOS defined in Subtask A4 within the EC model results. These projects will be evaluated within Task 8.13 and the results will be part of the floodplain maps for that task. 8. Develop and coordinate the SWMP evaluations and recommendations considering up to 10 available drainage master plan projects for the PSMS from FDOT, FDEP, SFWMD and Miami -Dade County within the City limits. These projects will be evaluated within Task B.13 and the results will be part of the floodplain maps for that task. 9. Model the impact on LOS to existing and future stormwater drainage infrastructure of sea level rise (from this SWMP and the current CIP) for two scenarios as defined by the City (e.g., a 1.5 ft. rise and 2.5 ft. rise) for the four design storms (5-year 24-hour, 10-year, 25-year, and 100-year), a total of eight simulations, and create floodplain maps for each simulation (eight maps). 10. Model the impact on LOS to existing and future stormwater drainage infrastructure (from this SWMP and the current CIP) of the 10-year, 25-year, and 100-year storm surge based on the FEMA FIS at existing sea levels, a total of three simulations, and create floodplain maps for each simulation (three maps). 11. Calculate water quality treatment in equivalent inches for each of the eight watersheds using SFWMD guidelines in a spreadsheet format. 12. For each of the eight watersheds identify the level of service in each sub -basin group (e.g., neighborhood) and perform prioritization of problem areas. Page 5 of 13 13. Develop up to two alternatives per watershed and simulate the four design storms in each of the eight watersheds under existing conditions (EC) with improvements to mitigate water quantity problems based on level of flooding, system capacity, cost - benefit considerations, and water quality and requirements set forth by Federal, State, and Local regulations for Biscayne Bay and other receiving waters and create floodplain maps for each (64 maps). The first alternative will consider the City's current level of service standards, and if these are not practicable, the Consultant shall identify a second retrofit level of service alternative, Develop summary tables of peak stages, flows and velocities from model results. 14. Consider project benefits (i.e., flood damage reduction and cost for the capital projects using FEMA-HAZUS (Hazard US) method, FEMA Benefit -Cost Analysis (BCA) Toot, or equivalent as recommended by the Consultant for up to four alternatives (two existing condition and two sea level rise conditions) for the three design storms City- wide, (21 total scenarios: 1 EC + 4 Alts + 1 City & Other CIPs = 6 x 3 design storms = 18 + 3 tidal surge conditions = 21 total). 15. Identify and evacuate two alternatives to prioritize project phasing City-wide as needed to meet flood control LOS for the two sea level rise scenarios (one alternative for each SLR scenario). 16. Provide updated stormwater system design criteria recommendations, and provide updated design tailwater conditions maps in a GIS format for both upland and tidal influenced areas. This will include green and grey coastal resilience systems for seawalls, floodwalls, levees, and backflow preventers with respect to height, geotechnical considerations, and structural considerations. 17. Provide progress updates to the City's Project Manager via Technical Memorandums as draft report sections, at the following stages: i. Data Collection and Evaluation (Gap Analysis). ii. Model Development - Development of DTM, Delineation of Sub -Basins, Definition of PSMS, and delineation of model extents. iii. Model Application - Hydrologic and Hydraulic Modeling of existing land uses without City's Flood Protection Projects, Identification and Ranking of Problem Areas, Hydrologic and Hydraulic Modeling of Existing Land Uses with City Flood Protection Projects under Design. iv. Alternatives Evaluation - Identification, Ranking and Prioritizing of Future City Flood Protection Projects under design that take into consideration the cost -benefit analysis (including social, equity and environmental costs and benefits), flood protection and sustainability based on sea level rise and progressive improvement. v. Update of City Stormwater Infrastructure Database (GIS). 18. Pursuant to the completion of the above -mentioned Technical Memorandums, and Task C, provide the model results and solutions in a comprehensive deliverable hard copy report and electronic formats for future use by the City. Page 6 of 13 :iN1� ♦.,p. M �n.�rn TASK C: SEA LEVEL RISE EVALUATION AND CONSIDERATIONS In performing this Task, the Consultant shall: 1. Evaluate flood control LOS, vulnerability, resiliency, and potential risk for the Primary Stormwater Management System and infrastructure from existing sea level conditions and tides (normal ranges of high tides and extreme event surges generated from severe storm events) based on the model results from Task B10. 2. Project two potential ranges of sea level rise (SLR) (e.g., 1.5 ft. and 2.5 ft.) on normal and extreme tide and surge conditions utilizing SLR information from the southeast Florida Climate Compact which is based on information from SFWMD, Miami -Dade County, USACE, NOAA, USGS. Provide a GIS map of the results of flood depth/elevation for the City to evaluate the potential vulnerability and risk from SLR ranges over the time periods on public safety, City infrastructure, and operations (this task will be coordinated with Task B9.) 3. Evaluate the potential impact of intermediate and high SLR scenarios on the Primary Stormwater Management System over the chosen different sea level rise elevations (e.g., 1.5 ft. and 2.5 ft.) superimposed using the update stormwater model on the 5-, 10-, 25-, and 100-year design storms. 4. Evaluate one additional design storm for potential increased rainfall City-wide (i.e., 25- or 100-year storm adjusted for potential climate change rainfall amounts as identified by SFWMD), or a 500-year rainfall amount as a "worst case" event as recommended by the Consultant. 5. Incorporate resilient, adaptable, capital improvement features into the Comprehensive SWMP Update to mitigate impacts through the design period (e.g., 2060). Define necessary seawall elevations for the flood conditions. TASK D: CAPITAL IMPROVEMENT PROGRAM PHASE In performing this Task, the Consultant shall: 1. Develop a 20-year, phased Capital Improvement Plan (CIP) itemizing the capital improvement projects that can be implemented and constructed on a basin -level. For the Capital Improvement Program phase, Consultant shall, at a minimum, implement a mixture of the following CIP categories for public and private systems: a. Neighborhood or community stormwater drainage improvements b. Primary Stormwater Management System (PSMS) improvements including: i. Pump stations. ii. Waterways, canals, and waterbodies. iii. Pipes and culverts. iv. Storage (i.e., wet detention as allowed by RER/DERM, dry retention, swales). v. Exfiltration. vi. Recharge wells. vii. Roadways. viii. Pretreatment for trash and debris. Page 7 of 13 � yai c•,c. c. Coastal areas: i. Seawalls/bulkheads, floodwalls, and levees (including recommended heights/elevations). ii. Backflow preventers in outfalls. d. Property acquisition 2. Develop a prioritized list of CIP projects over the next 20 years and provide justifications for the areas of highest concern and based on cost benefit analysis and its impact for sea level rise, resiliency, and water quality. Provide a discussion of planning -level, future project concepts to consider for long-term adaptation to SLR, (e.g., 50-yr time frame). 3. Provide stormwater drainage improvement projects which comply with Environmental Resource Permit (ERPs), National Pollutant Elimination System (NPDES) and Total Maximum Daily Load (TMDL) goals. 4. Assist the City's Office of Capital Improvement (OCI) in facilitating up to 15 presentations to the Miami City Commission, community at large, or stakeholders. 5. Provide on -site training for up to 24 hours on the XP-SWMM model with user manuals and training materials. Training will include model setup and application for the SWMPU, sea level rise considerations, example development review, and an example CIP project evaluation. 4. DELIVERABLES The following deliverables are provided as part of this scope of services: Task A • Project management plan and project schedule. • Listing of recommendations for required information for (NFIP-CRS) requirements. Task B • Technical electronic Technical Memoranda with Progress Updates on: o Model Development o Model Application o Alternatives Evaluations • Updated City Stormwater Infrastructure Database (GIS) Task C • Digital files of GIS SLR flood maps Page 3 of 13 xe ,.o. r;«.,,n Task D • Twenty-year Capital Improvements Plan • Digital (pdf) and 5 hard copy SWMPU Report with Appendices • Digital media of model files (input and output) for all scenarios performed • Presentation materials for public meetings in digital format 5. TIME OF COMPLETION / SCHEDULE Consultant shall commence work within 14 calendar days after issuance of a written notice -to - proceed (NIP) and purchase order (PO) from the City. Timeframe for completion are as listed in A6.07 — Time Frames for Completion of the Agreement (approximately 24 months), and as shown on Exhibit 2. This schedule is approximate as it is dependent upon the accuracy and adequacy of the provided existing data and the extent of required data gathering and field services to be performed to complete the scope of work. The schedule impact will be determined upon completion of Task A. Accordingly, schedule updates will be provided by the Consultant as the project milestones progress. 6. ADDITIONAL SERVICES In performing this Work Order, Consultant may be requested to perform additional work considered beyond the scope of Basic Services as specified and authorized by the City in accordance with Article A7 of ATTACHMENT A to the Agreement, including but not limited to: • Additional meetings, supplemental model analyses, special studies, model refinements, additional required data gathering, survey, and field work, GIS work and database enhancements, development of supplemental web -based data collaboration tools and applications, training, or other desired work as specified in Article A3. • Provide technical support to assist ongoing data configuration, data maintenance, and web and mobile applications implementation beyond that in the basic scope of services. • Installation of data on City's system. • Oversight and review of CIP program implementation and progress. Such additional work and corresponding fees shall be authorized through supplemental Work Orders. 7, BASIS OF ESTIMATE 1, Stormwater system is comprised of up to 600 miles of stormwater system and up to 30,000 plan sheets/documents will be used to develop the GIS database. 2. The approach for the stormwater system data conversion process will proceed as follows: utilize the base layer of the existing stormwater GIS database, incorporate the PSMS information from the drainage atlas key plan by incorporating first the existing scanned "underground" sheets, then the existing scanned CIP plans from Laserfiche, fill in with up Page 9 of 13 to 1,500 paper documents as necessary for the execution of the work, field verifications as determined necessary by the Consultant. 3. Consultant shall map the location of stormwater features within the accuracy of information available from key source documents. Where features are visible on aerial imagery, they will be referenced. Where features are not available, the location will be estimated using standard industry practices. In -field GPS or field survey will not be completed to verify existing available information for the initial GIS database. 4. Field survey will be used to map areas that are deemed incomplete or inaccurate with respect to the PSMS. As the extent of these areas are unknown, this budget may only cover a portion of the field work necessary to complete system mapping of incomplete areas. If additional field verification is required, Consultant shall provide City with a supplemental work order for additional services to complete this effort. 5. Recommendations for stage -gauge monitoring network does not include purchase, construction, connection, or monitoring of equipment by the Consultant. Page 10 of 13 EXHIBIT 1: BREAKDOWN OF NEGOTIATED PRICE Foilowing is the value by Tasks for Invoice Purposes only: Task Description Value OF Tasks A Data Collection and Evaluation Phase $1,146,220.98 B Stormwater Modeling Phase $1,820,015.90 C Sea Level Rise Evaluation and Considerations $206,517.22 D Capital Improvement Program Phase $309,609.58 TASKS A through D SUB TOTAL (LUMP SUM) $3,482,363.68 Survey Services (Not to Exceed) $685,725.00 Additional Services (City Allowance) $130,000.00 Reimbursables (Allowance) $1,500.00 GRAND TOTAL CONSULTANT WORK ORDER NO. 1 (NOT TO EXCEED) $4,299,588.68 Page 11 of 13 EXHIBIT 2: CITY LIMITS Page 12 of 13 Figure 1 - Study Area D 1r 2 3 4 5 Miles l J City Limits Miami EXHIBIT 3: PROPOSED SCHEDULE Following is the proposed schedule for the Project: Page 13 of 13 EXHIBIT 2 CITY OF MIAMI STORMWATER MASTER PLAN UPDATE PROPOSED PROJECT SCHEDULE FY 2018 FY 2019 FY 2020 MAMJ 1 A 5 0 N ❑ 1 FMAMJ 1 A SONDJ J F TASK month ,i t 1) j 4 # � ' :: M S a 21'y,#)113 14 15 I16 ' 17 18 19 20 21 . 22 23 24 NTP A. Data Collection and Evaluation Phase 1 2 3 4 5 6 7 8 9 B. Starmwater Modeling Phase 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 C. Sea Level Rise Evaluation and Considerations 1 2 3 4 5 6 7 8 9 D. Capital Improvement Program Phase 1 .. 2 , L 3 : 4 5 . 6 .7 , 8 TM GIS Data and Gap Analysis TM Model Development TM Mode! Application TM Alternatives Evaluation GIS Database Deliverable DRFT HAIL - Final Report (draft and final), City Comment Perron 1 2 , 3 . Project Progress Meetings x 2 3 4 5 6 7 8 9 10 11 12 F .;.)rnewertdr.ma 3Epr7-445041- 4445T0..140 40311 F.11421 No. ES 10057.4 044nnu01n C..ndarIwornirde 5300106. Mormam mom. DNA 004.1.100ongruNwnq 00500110. War* AciivRy lob Classillr.unn OFFICER LEAD/ 2613 • LUG DLANNEN LEDO SUSTAIN/3E30 LEDO uSINCHNO 19102E12T 130440E0 LOAD GIS nROF LEAD MODELES 3112 L124144 IGNACIO ! MINOT NIKNAEL CESANENW132.2113 ROACH VIROINLA MSCLELLANO ICOTT ;SOLOMAN JONATHAN. BRENNEN JAYSON1 ; NYE THOMAS •pp1.241,1* Na14 : Raw 13223 9414: 11443 ; Bale: 3110.90 HAW 111.08 : NEN: 571.30 10.IN2 171.12 Rafe: 111.00 Unn 1.41 240/ 446.119 - H." GRO 4.10.10 ! C4311 Aconly tag/ Asbnly 41" 12o30145.4y t14JAm* : IA" I tun: Acovrly U" I too/ hubnIu n oun hem • 4. 1'60 23,414,,un nu/ -"vrItotrun 952,11. I , • : • : - • - M. 4/341 901140191.112 70..7.2„.47:44.14 04911h1R4912 a•-.41,514, 204.9 -***N424 .121 . ' 00' i MOOD SI 360 : 17 1 31.210 12 . 51 333 ; 644 , 1,42,144 s up : ga so 2;24 42, Waster Mn elnuornuellnen mbrows srdanal43.0 SO 9 3778 0 so 0 0 0 le II NU 0 [ SO 9 - 3534 1.4.ils woo. sv:rol 3ALI 2.1 ' /130 4I 3323 2 10 1 1: 10 0 31 : 31 291 • * 10 9 1614 M. /444101334415 and 743 9.-A•or Ina Inu1r-43 0 SO 0 . SO . 03 SO 30 30 0 30 : 4 1304 17 - 31 24t : 0 SO 45. 1571111114413.7va.0*a115n 9n4 mak., 1.996364 GIS ionrcuurani • 40olldlll.0.1113.0101211.,014000n 0 SO 0 t SO LO 40 9 .t SO 0 L.._ SO 4 1334 1- 17 17.241 ; JO AAIG ShrInorter OLIr JD 30 ! 101 30 f 10 : 4 1304 I. 13 ES949 7.7 10 i M.b :344,13110494; Manors arni 143.gn • 3 I. 30 13211 0 04 0 10 0 110 4• 3304 7- so 9 1394 40.2, 229nvest•L 7215 93.9.• 1 97 1:1 SO i 0 • SO ; 30 9 30 1 4 6394 ir $157 10 30 AlLcal SuLtonnurer 22745 1000001113 Inure. decurnorth to ! o . 30 ! 0 747 : : SI 0 SO 4 3304 , 13 ; 12,131 L 0 ; SO 014.3.41 3100r00ow 223 2414 00.24.9e: ENLitartic plans 3.,4cor44.-4411114,4490 010 015 whinot @yin g SO 0 • 13 a . 10 0 13 0 14 5 3634 • 17 : SI 241 ; 4 • 1234 46.0.102 13.241.2m @imam unnanberistes Son scum, Jecm-sno 0 30 0 30 0 30 ' 3 , 4 : 3304 1 2/ 32.044 ' 4 1 1244 1 P6.$.16.1 ramming um looralenncrn dtrmffirddld 10 30 Jo I5 JO ! g I SO 0 33 : 4 3334 43 : 33.139 4 I 3244 14.004.4 GP5 UM naleasan annErarn uld sus 63 0 so A 33.24 E0 $0 ; SO 0 1 33_111 2 3146 9 0004 46,215 044004 1 30 4 sna 0 SO di so :n• SO 431 33_263 1 32E3 1 371 Sun ; 46.4,20 Abierni-jan .marsoure zneconnzns son 9112.on mueus 3 RI 1 4 San 0 SO I 3 , so o SO 1 4 : 3904 5292 4 : 1284 ASCII 343r3641 sonnldrdly 9110 924 •134cm n 01 97 :G: 30 ,1 30 3 SO • 0 SO 1 1 1 1152 0 1E57 4 : 3164 AG c,e @Daklb ,Sa13 rat/Met 14d did ...5his 4120 4 nsa , So a 2 so 0. SO ,! , /SAS ▪ $3.139 1- 4 : UM 434.2 AIM mop 14.[DOpment 0 ! f 31 0 SO 2 1134 I 70 4 2 $304 11 3197 ; 0 SO 14.0403 1213 carnal @Duo bomant 10 , 3104 : 0 f JO 0 1 ! a00: 4 ; 331:14._. 4.3 33,119 ! SO - AB own 0171cfellvanN4.1o242enes co Ruin 30 0 SG I 30 ; 3 30 0 , : 4 ; 1304 02.40230: IC ••••• A7, 04.430 40.144 1004.1-04 loss nwou 3 rid platiaredafa nIpt. 10 10 1 4 was ! 4 1320 : : 3320 0 JO ; 4 1304 ,3, 10 43 1204 Mniaty 91314.0.350r: VF1P-27 :nlorrnahon 4 0320 9 ; 3738 3 r 1720 ; 272-0-t 0 ! 10 1 4 10 Iwo 520.4 Flood 1.1*541.2.141 sturx* wo@nauen ,O. 30 !4. 2220 :11: SO :0; SO :0 SO I 17 ; 31.232 - 4 JO 10I MP E I EL 210D.491.11 1,1361100 2.3'_l5 I 113 , 174.4.,, MIMI binall:.0:4•13.un L,DAR $ 10 : 1 : 182 I 0 SO 0 : 30 0 SO 1 2 : 3152 1 5116 : 26 . 31.711 sp. 444:98,14,norry .216 :mull. Piss tua 11411“11.411 4 3333 ; 4 - 12123 .-- 3 10 1 0 1 30 0 SO 1 3 ! 5634 * i ID ! 17 ;, 31.112 . ! : : 1031. E4133491, newl and n‘seLne tour:MJnnynbans =1 2, uunbreJ141 leo ab . 0 SO A 3323 7 03 0 30 F $ 30 ,. 5 i Saa. 4 1 1252 ! 49 : 32378 7 . - bi. Now nms Am hydtaloon ,b149 15901/ 9023 a 1 SO 9 37311 3 30 ; 0 : SO . 0 30 I 9 ; WU : 1 1 1140 04 i 34224 --.• . BS, INA.... Et ,aodall :r1 An:300*414platharrn :$ :::914,sheu mad 411: 4 r' 3320 69 : 15973 12 31•11419 ' 13 , SI 0.0 , 0 : 361 21 31.330 1 13 J, 3343 2 .05 321410 30. 141.90n2 9,104 0 Iowa r4011,14wrns ...I 2uns r 3 3141201 ! 2 i $162 17 - S1 334 ; d 3770 : s I 67'10 --II 0 I 30 • 26 II 31.970 +-71 I SO i 214 I 314.124 1317. Evaluelo silbravanosu 71224+ 49513 load orntecIm braisda SC model -.sults 2 1 sisa 3 • 1733 10 so * 30 ,0 so 3434 0 1 SO 1 3i 12244 138. 124.411914[9 42.1012.F21F?"7:Tf.120:12t0 ?WE 2.100,,Itat ,radol 1 1 3100 ! 9 ; sraa 1 0 so , 10 0 so 1 4 • 3664 0 ; SO 17 51.121 03, Eva$4319 513 L4341 4I10 18r.o...16.9n1.,1r400ns and 'Jur let:on 3 3130 ; 13 • 11 064 I 0 50 3 1 30 0 SO 1 5 063.4 : 30 : 74 12244 810. 5;a3436 Slerrn 32,44 Su ,Dten Yarn can/bans =UM 411 .3 norahnolu1 3160 ;10 1 3738 1 J $320 : 10 0 • SO 1 9 3664 0 SO 1. 19 111.254 3301 0 SO i1 3594 : 23 M.I32 Ell &Hutt MIMI =lir 9.30nani :Dr *nen ralDnana I; RI : 3160 .1 3130 0 00 610 9L-Diu.t42,m1ct 34,-.43 Jaen album. and Drooma.r: 4 3320 1 36 ; 32.132 10 14 F, a 30 0 SO 21 111 976 0 SO ;54 $4.224 513. 31•4404 IninnY1n43:111 .412 9..2140 2.7.4144 3.1.99. +.0 00444E :2 4119. 34 sotubbens$ 0! 1320 1 56 ! 37.052 13 11010 014. P44100144041424Piril Ullf,315 tang 7.511.1.14A3115 :Dr Rem 34,..4.21 003.133045, 4 1 1320 ! 16 31.052 17 31 760 13 51.040 ; SO 43 ; 13.163 03 30 11111011111 • 37320 17 31.330 115 ' 39 MR 17 31,192 43 • 13.131 115 015. 04.00 @rel.. ..• H. 4133004IR4 idd nPas• zap., 2.7L-Luir 4:. menu Las 1 UM .: 43 33.528 ! 17 , SI 360 17 31 360 a so i 17 : 11.192 SO ; 43 32.333 1 BIG, 174r410o 14231y0 dos,ffn 71114 pa. and ilson.nnur srugn .1.6.1 7 1160 : 17 31.114 ' a 30 2 34 BO • 0 30 I 9 3594 0 10 1 17 : 31.122 1 517. 19;40,431 TedIMCII Morromnia ENT, Own t4i1•611911 41.3 ...31.41.3n.taLs Zap, IA 4 SSZO ,,, 9 , 3738 .0 1 347 '0 1 30 ID so i IT a si.ssa.: Si 1 i 1 3356 1 0174 1444I74oprnbrlTM 4 1320 17 SI34 4 S720 ' 4 331 0I SO I_i : 0190 So 43 118 017.0 144,141.49.1c41.1on 711.1 11174:2 ROM ON., 3:964.34. 174 i 4 3 3320 3729 . I 17 ! ' 43 ' SI 794 33•516 . I 4 I 2 4 1. I 3320 MEI : 4 ; 1 4 ; 3310 113217 ] . 0 : 0 1 30 10 ' 17 ! ; As 53.253 0 60.2642 0 4311 sz32 4. 43 2 12.333 A 1317 r G15 11,31244 1.123214 7N1 1 A 1320 : 2 : 7134 I 0 sa • 3 I SO 0 : 50 ; 2 : _L___70 14154 43 13.179 1 0 ' SO ' 010. 0.41•13 Cons.,...m.un Sew@ •prituu Ind ateciram, 3 i $720 -43 33513 ' 2 ' 6720 0 ; 5720 ; 23 312.1151 2 41 • S3 163 0 SO ; 43 : 72.131 . 1 • t• Obi L.3I 2434 2, 34.2Lcn ...2 .2742,10,...5 i : : . 4 : Gl. EJ-31,314: 2,030 •94 noun@ D.-421.24/19,5 Jr, L23 Irom 'rad.' noLule, A , 12213 17 31.794 ; 2 , 31413 . 2 1160 . 0 . SO 2 3 1211 11.711 22, PnlOolm7 urges al SL4 23 narrnal Jr@ 3942r• 1,14 Lod =MDR 18.5.2, 44.405 ; 4 ; 30 . , I? 2 31 294 . 2 : 1160 . 2 : 1160 0 ; 10 , 3 .. Km I, Z1 1 31.711 . 123. P19,00611.3 1-Inges .4 51_4 m 25. and "00.Jaar sturnw snd :Mu/4N loodwq depths : ; L i7 i 11.304 1 2 : 31613 ' 2 : 1160 : 0 : SO 1 3 -0 1614 2- , I 26 1 11.714 CA. Er3 data wonted ocr.434 rainfal design stnrrn dm 14 .21,.,29. a.,... • 4 , 1220 1 a 2 3733 T-- 1... $160 1 2 ; 3164 0 ! SO .1.: .is, sco. la s I 3624 • ts• Inee.rato. -341... loan:Lut une 5.411. 4 rrdlvdt. 7ung••••31. 3 :14c3usn des:sn .14 , 3320 1 17 [ 11 334 _ 7 43 !!: 13.440 : 43 1 13 440 0 ' SO 2 35 ! 14 374J 0 SO 143• 32.938 1 , • . . . .. 1 1 0. DIanNI 1dlifaMtd2.424 ',Warn Fl,rosa DI. DI :glop .111,4.d 2.21P 11 basn .14.41 'load ,ormal and .,414, wably MAI 9 : 3720 ; 43 12,525 . 4 1320 IT 1 11.30511 1711 1, 43 • 13.368 0 013 1 17 31.122 ; 02. 04541279 n0.444en4.9 N.11 1:31 uhsian.,:surbo terl SLR 03. OmMap GreLnuq• Dow. 1or EO0.5POE1277301. onnManc• O 4. .14.41 0t3 1.904,34414 25 prnsermln@Mnor1190017660431.1.40:4•141,uldsrs O S, Rm.& ....A...mum In 14:-.51MLIM 2 lays: 32233 ; i 3330 ST20 " 17 0I.340 • : I ; 43 ; 33.201 0 SO 173 31.122 ' 4 3329 : 17 1 11.334 1 0 I SO 9 : 013 3 0711 , 29 L 39 7334-1 11.370-1- 0 53 315,120 ; 34 1 15243 1013 li.saa 193 So ' 013131021114.113210 1657 E4 A PIS ! ; 9 Ma ! SO T. * so o sa 29 ; 14.339 0 00 1 43 i 132.633-1 T0141 6142 HOY. 12:144 513110311 Tot@ •/4 of Work by PondIon 147 814 : 232 201 : 202 ; 1612 • 479 1895 119 440.00 ' 1 521 669 00 I 316 16003 • 116 T2000 . 115 35000 1 5122,512.00 --1 134.071.00 1 3115 070.30 0.3% 3,1% 3.8% 08% 0.8% 8.0% 1.1% 7.1% OS TWAT@ OF SURVEY CREIELCO.5 151.4 iunnybr 9.4.4941.11114411 0 3. rn4n. Sunray tr." cr.,/ day. at 0 - ermn Sunny CrWir 10 craw 339931 JOAO /day . 3 30 00 taw . 3 MN*. I. Re Noel 1. bin mad LN Ppm/ Carraulant to 5.10+14N11,4 C•Nind tn.! F.*. L Mwniagy onlet rim burn each subconsubnI Ltn0l49 1.11.13.4344, MVO 1,4 Indelwri 71'4 land 5fR dadt 1ctrrry 69annpbons 1741be dm RC E;FOOT Slam:WS Snap. e04SW+ 1.141$ ESPRdidorg Hsralbook. 11,11415 1.10 ,nn '17 ....XIS iftalistio relado 4. 0. 104100051000001410011 - - RP 31.1135WICMT/ON ConsIAL•31 htense• 5014 Lrreth [44. Contraca Dos: 0722048 Es[knew, .14111$1.13 3610.417 SR HYDRAUL ENG 119 lEOTECH SR HYDROGEOL ILEN 3.30 Rata: 1311.32 6444: 1112.-341 ' 34644 167 30 Arsinly : 0311/ Osivedy Nt".‘ Coal/ Parelly :rn t449 ., pi:y.0 SP SUPGORT . PROF 3 PROF 1: : MS SUPPORT i 31$334 401116 51•11- Hews 5.4.10-y Awns.. ,,4,'' . : . .• R•Le: 352 HI RAC 3.19.00 ; 9.49e, 13414 .6T R4, 130.36 4 1 1 Rae: 32143 ] Rate: 117 00 "9llse Ely 3ft'PIT al :" . .7.41:0 Adon1y 1 itirr.,, 7 31431Onely J. h.lig.n [ Cosa Acewty ' _I'l" 1 CoActivdy LI!! Cosli &tie,* , .• C46134 406447, 134619 6/ ! L 105 . 0 93 0 93 ; 9 3513 17 NES , 50 ; o t so s so . 0 SO ] 209 65.46 1005 t 303393 353 105 ! SO :0 S3 9 3513 • 9 : so . • so 1123 3 ! 3273 0 50 0! 30 66 ! 33954 3641 SO -3 SO ,1), SO ;1 50 . 0 , 10 : 3 ; SO 1 3139 3 ; 5271 1 D• 30 [ ; 10 45 4 32,766 , $62 300 ; 10 10 7 3 30 0 SO :0, 30 :4 4 5139 01 93 3; :SO ;3, 341 25 31.634317 • i 10 3 .; Sa ; 0 ; 50 9 ; 3633 : a ! 30 ; 0 ! 30 1 4 ; 143.1 ! 3 9213 I 0 ,10 0 30 : 39 32137 1 555 . ! . . . .; • . . il , . . • 1- t . : 3- ! : ! ---3' I 10 i D ! , ; so 103 ID____4-1i 30 0:1 SO ] 3 / 1 0 ! 30 ; 43 .1 3925 ; 0 1 10 -- ' ; 12.470 .1 339 1 ;....-- : . 50I 0 4 ; 30 i 9 SO : a : 10 4 0.,-.----! V_,_ 10: SO 4 9 1 30 2 9 4 1194 1 Oi 30 I N I 31.447 , 356 ; - / : . • 3-- . ' ' - , : JO ,3! 30 :0; SO ,3 1 30 2 2 30 ;3' 30 ;0, 30 [3, 30 ; 43 1 5325 0 SO • 3 30 1 30 , 3 [ SO I 30 4 0 2 93 01 lo is; 50 i 3926 1 58 31.566 4 $24 ; 90 I 343E4 349 3312 ' 45 - 11.305 I 2546 , 355,169 1 17 1 / ; 3269 mai i 359 944 I 322 1 : 3299 ! 572,1 t 3-196.239 .1 522 93 • 3; 50 0 SO '0 1 30 i3i SO ! a I 30 t 17 ; 3559 ; 3-''"30 : 53 . SI 140 1 .9 : 3153 : 137 1. ss 213 I 345 1 --!-- : : 130 J so !D! so ! 3-, so Di o ,o:, $0 ,: o; so -±9--H-u41 ; 1e25 7 9 ; 8I53 131 i 36.941 [ 349 1 / SO 0! fa :3: 30 :al 30 i 0 ! $0 1 0 [ 30 1 9 , 3312 ! 43 , $1 305 , 43 3925 [ g ! 5153 /26 ; L3 663 [ $32 $ 30 .3; So -,0: 10 :3, fa !0: 30 ,o, 04 !o; SD ] SO : 43 ; 3626 151 33 56 : 31.988 1 $34 sa -al so :0., so 101 93 ,31 So ;D! SO ,a; so ;3; so ; 568 , 314.362 ; 3 ; 3153 776 I 321.334 I 326 ; 10 =r7I I 30 : 15 ' !: SO t - I 0 ! SO -4-9 -1-sssa ----r-7 ii so -F o 1 so 26 2 3559 ] a / sa . sa 1 sz.a.s4 1 sq* ] is i sa sa 13; SO ,o! So !pi 30 ;31 io !sr So 143_ soxs i a so . oz s4.::: j 343 ] 10 i 0 So ;01.-30 ]-7, SO ; Di 30 0, 30 13! SO 3---r- so 1 43 : 1925 i 3 1 5153 90 i 13.364 . 143 1 33 . 0 ; la , 0 ; so / 3 ] so ; 3 , so / 9 1 3360 1 0 : 33 : 4 : SI 21 ] 9 ! 3104 ] o / 33 7 42 ; 32213 ' 02 : .323 ; a SU , a So , ; S4T71 a i 3a 9 i 3300 171 1 .35 929 129 , 33.815 i IT ; 3366 / 0 1 50 ; 390 ; 314.775 1 333 10 : a , So t 13 : so ! 2 : 3194 ; 0 , 30 ! i 1339 ! 3 1312 a : 30 I 9 1 3134 ! 3 ; 5153 . sa ] 33.392 ; 549 • • • • • • • • SO ' 0 ; ; a i so : 3 . SO A 1 5114 ; 0 , I ; 17 ' 3366 : a , 53 , 52 376 1 352 -,- -.-,- - 1 1-- 1----1,- -7 - - i --,-- 50 ' 4 i 00 0 fa 33: 10 :2211114 ta; 30 o; 60 1 30 :T. 9 , $394 : 3 : 341 45 1 32.762 $81 0 i [... 10 ['[. 9 131si 'r-1- a 1 fa -,'.- iisi s9.353 -1-- 554 30 - d i i 0 1 Sa : 43 : • 32 451 , 26 I 31.412 ; 0 ; $0 : 43 : 31.491 la a ! 00 121 so 45 . 91907 ; 0 ! SO 1551 32.682 0 1 SO : 12E1 I 32.752 1 9 i 30 1.54 1 $16 326 , 843 30--1,--(1--t 3;3 ---if-. 0 ...t. ---ii- i '13 : 32.451 . 3.1.V." 329241 1 0 ' SG -'.1----335--:,-- 129.1143 171 55.150 1 1261-32.752-1- 0 1--- 33 7" 2227 -1- 1105203 UT 50 0 : SG 4, 0 1 SO 1 3 1 JO 363 : 321.945 2 0 ; So I -:364 123.714 124 , 356.85 . 45 ; 3925 / 3 ; so : 1517 1160.5535--:- /46 50 7 30 7 0 1 30 2 $114 43 ; $2.451 ; 0; 93 1 36 : 32.962 . !, 30 ; 13 ! 3260 :31 $0 . 19a ! 39.552 ! 340 SO 0 SO ; ; 343 2 3114 43 ; 32.451 :51 30 ; sa ! sou)] SO : ! 3129 2 0 ! SO - 151 ; 69.369 ; 393 JO a; so :0, 30 ; 2 1114 66 ; 33176 ; 0 , 10 1 91 1 31768 0 , SO ; 2•4 . 5731 ! 0 : 50 213 ' $13343 353 ! 30 ;a t 10 ,m! 50 I a ! 30 1 26 1 31.482 / 0 ;50 21 ! 5729 0 ; So ; 13 ] $260 1 0 ; 30 I 103 ; 13.645 1 335 4- 1 50 ] a 2 50 ! D 1 30 1 /3 Sstie , o I so 10 ; so ] 43 34451 0 ; So : 9 , 3194 ; 3 ; 30 ! 114 ; $6113 1 354 92 ini. V; 1 0 1 90 i 0 4 30 [ 64 , $3,648 , 0 ; 30 " ;Oa 13,371 1 9 1 00 , 17 ] 3369 3 , 30 / 304 ; 512.4511 953 _i --+:-• : ; : . 100 43 : 32494 1 IT : 58E14 i 13 ; 327.451 [ 257 , $14643 1 0 1 SO i 312 317.156 305 ; 33 isas , 123 : 52.752 I 3 ; 30 ' 1720 [ 576.166,_, 345 --I ,0 , E, 10 , 0 E 30 E. 0 , 10 ; 2, ..31113,167 ! 432 1 511.4.30 i S23 318.028 733 I 321-933 ▪ 45, N;333 I ' ." la Zna '! Ill 1.3.11 ,s4. i 30 0 , so 30 ! 5 ! 30 , 37.296 a , 30 26 1 3601 . 3 ; 3273 , 26 ; 3559 0 3 so ! 33a /' sions 1:so SO 4 3248 SE.236 3 ; 3513 9 ! 13/3 0 ; Id i9 3312 3 ; 30 : 0 30 110 323 / 37.442 101 . • • . • • • • • . . SO ' 0 ,• ; SO ! 0 ! Sa ; 0 i 30 ; 6 ! SO a ! 313 3) ! 61 , 34 1 5731 1171 52119 : 111 i 36.469 349 So ] 0 I 33 53 50 1-- 9 , 3513 I 64 ] 53.645 14_ 17 ; 36/63 1801 52.532 .. Ls l: suss 43 1 3625 7 41 ; 1731 , 403 $17.361 045 50 1 0 Sa : ; to 1,1 ; 3513 . 34 ] 33.845 / 17 i $680 ; 60 ; $2,962 ' 43 I 31,335 1 431 $925 i 43 ; 0721 : 420 i : 319.933 346 50 3 i Tall 35: 01.352 143! 32,451 34 33641126i 83.040 32982 45] 11335 6 3.649$801.088 593 LI.22: 346 ; SO ; 50 , 13fa :0; 50 350 a; SO .3 3925 43! 373$ : 44 A341 765 : 9 : 1522 E 871 3884 ,, 17 1 3969 1 17 4- 3919 17 3560 ' 43 2 01 491 9 2 3273 1923 0925 11:51 32.173 435 123.499 147 93 ; 3 ] ; 0 , 93 ; 17 . 3169 ; 76 ! 31.412 : 4 . : 1- 7- SO ; 9 • 30 i 3 t 30 1 26 i 33.482 : 4 , 30 j__,... a i 30 1 a , 3.3 1 0 ! 30 -136 r-f1.412 ] 4 ; 7 33 1 0 7 Sa 101 50 , a , Sa 4 17 ; 3669 ; 4 ] , 270 ! o ] so 7 17 ! 1184 1 .,..___ 9 : 3513 : 26 ! 31.482 ; 4 $160 E 3 : $312 0 1 26 , 3559 1131 50 ' 112 ; sr ste 356 $163 : 9 ! $342 0 ; Sa 1 23 t 3559 -1- 3 : 10 ; 725 36.547 3 356 3160 ; 3 ; 3.132 0 1 30 " 26 ; $559 i o : so : us 130.0471 sss toso ! 3 1 $312 0 ! 30 Is. 3194 : 3 : 00 1 14 / 34.231I 358 Ma ; 3 ! S312 0 1 30 ! a ; la --i 0 !!: 30 I 257 I $17 929 I, $57 AOS 31 30 4 4 3208 ; 3 ; 3513 26 ; 31.412 1 9 3360 1 9 1 3312 5; 30 i 28 : 3559 E 3 i so ; 234 314866 ! $34 405 1 0 1 SO I 4 : 3209 1 9 : 3913 1 26 31.462 ; 9 1 3360 2 9 ; 3312 0 , 50 1 28 ; 1559 4 0 4 30 ' 217 ; 513.472 I *82 . . . . . . . . . : I.- 1. 405 I 0 i 50 7 a .,. 10 I: s I $513 . , Za 31.462 i 9 ; 3360 ; 9 ' 3312 : 0 1 SO : 9 : 3103 ; a : fa ! 138 i 33161 1 ± - 30 - 0 - 31.98 i . 7 : 30 I 17 , lies a SO ; 9 ! 3330 , 30 : ' 0 T0 59i 10 2 26 ; 35 ! SI. : 11 ! 543 ; t95.520 So ! , 2 0 , !-- SO I a ; 30 ; 9I! : . 9. .: 8583 , 9 ; 3360 T. a ! 30 1 1 r $273 1 3 ; 30 I, 28 1 $443 ' 115 , 37.460 1 : , 331 335 051 1 128 333 22171 5911 3705 1787 ; ; 11254 1 727 28844 1 190.00 : 33 .136.00 sa .955a0 . : 513.266.00 4 S132,069.00 : 127943393 1 $121 452.15 E. 609 215.45 , ; 3241.361.30 ; : 012 26700 1 31.034.131.10 333.2T ; 0.2% 0.3% 1.3% 13.66 2.66 13.3% 6.714 41.9% 2.73 I -SUBTOTAL ESTIMATe2 FEE: dem$160080 LA ' ll Disl 315291 5R3 ERGINEFRiNG INIC Subconsuhrtt SubsenruitanC 331[36E .3035ULTING 5E8910E5 INC ' 3208.436.181 Macornullant 9.E131/ 410.44111311 8 CROUP 1.24$M331"1:44M! Sub. muter& CE5 12.0051.117,1175 IMO : 350.116.71/ Other Urge Ft, OTHER DIRECT CG515 SUOTOTAL 3.5311111TED 6661 [ 2 - 36.7256 05$ C4a1sen[cal rim and Lab 74517.9. . 33.442.31-3:611 41.1001411E Survey F33 (or aurvey Cerra P441. 01/4114193. FR.. 641er Fee D•sunpbun '-'s 161TF25:01:17.1 3 - SUBTOTAL E57114ATEO 700: Addosul &matt (Alorrilr41.11 34.115.3341.61: ---iiii:ok.00. Rsss149.645 .[Akmanal simioosso: OARED TOTAL ESTIMATED FEE: 5 sass..sss SOt7I 7411-t thicuirr, surr 2Q1t 1CLmt74D� 4r£Ls 3E1li52-6H87 • iAX:. 1115-66te11i59 WWW ii#^GDRP. BM , Etf-II0042?30 December 7, 2017 Mr. Jonathan Z. Goldman, PE, BCEE CDM Smith 800 Brickell Avenue Ste. 500 Miami, Florida 33131 Re: City of Miami — Stormwater Master Plan Dear Mr. Goldman, We appreciate this opportunity to prepare this proposal to provide professional services for the referenced project in accordance with our professional services contract. The Scope of Work will consist of providing Stormwater Engineering and Related Drainage Design Consulting and Support Services to CDM for the preparation of City of Miami Stormwater Master Plan. This Agreement, when executed, shall be incorporated in and become part of the Agreement for Professional Services between CDM Smith Inc. (CLIENT), and SRS Engineering, Inc. (CONSULTANT). The OWNER shall be the City of Miami. Our Basic Professional Services as we understand it at the present time will consist of: TASK 1 - SRS shall analyze existing and proposed roadway elevations provided by CDM. TASK 2 - SRS shall review current existing stormwater design standards and details, and modify or development new standards and details. TASK 3 - SRS shall prepare conceptual designs and layouts of proposed drainage capital Improvements. Design shall be based on best available information or design assumptions based on general knowledge of similar projects in the area. TASK 4 - SRS shall prepare engineer's construction cost estimates or proposed drainage capital Improvement projects. TASK 5 - SRS shall provide constructability reviews of proposed drainage capital improvement projects. TASK 6 - SRS shall assist with the coordination of proposed drainage capital improvement projects with other Cities and outside regulatory agencies including MDC, RER, FDOT, DERM, SFWMD, developer. TASK 7 - SRS shall prepare a proposed drainage capital improvement projects phasing and scheduling. December 7, 2017 Page 2 ASSUMPTIONS This agreement is based on the assumptions presented herein. Any changes to these assumptions may require additional services under another task authorization. 1. Services to be provided by the CONSULTANT under this Work Order are limited to those specifically defined herein. Since the complete scope and work effort is unknown at this time our total work effort shall be limited to estimated staff -hours shown on Exhibit A for the associated Tasks. 2. The City or CDM shall provide to SRS all required information needed to provide services outlined in the tasks above including but limited to, roadway elevations, topographical surveys, ROW maps, existing drainage systems and utilities. COMPENSATION AND PAYMENT CONSULTANT will submit monthly invoices on a percent of completion basis. A status report will accompany each progress billing. The lump sum fee for the proposed work under Task 1 to Task 7 is $ 208,456.76 . A detailed staff -hour fee breakdown for each task is attached as Exhibit A. SRS will submit invoices to CDM on a monthly basis for services rendered and costs incurred, consistent with the invoice format/procedures stipulated in Professional Services Agreement between CDM and SRS. We would expect to commence our services promptly after receipt of your acceptance of this proposal. This Proposal and the Standard Contract provisions attached to and made part of this Letter of Agreement represents the entire understanding between CDM Smith and SRS Engineering, Inc. in respect to the Project and may only be modified in writing when signed by both of us. If the foregoing is agreeable to you, please execute the original of this Agreement where indicated below and return to our office. Very truly ours, Ignacio .erralta, P.E. Princi '. al I have read the foregoing Letter of Agreement and agree to all terms and conditions stated therein. Accepted this day of , 2017 CDM Smith By: Title: December 7, 2017 Page 3 EXHIBIT A DETAILED STAFF -HOUR FEE BREAKDOWN 04,1 Miarn, C.LA. Sam IT deems an tigle ESTIMATE OF WORK EFFORT AND COST • PRIME CONSULTANT Premer City of Warm Starmwater Master Plan Project No,. B- Oescrpton: Consultant Name' SRS Engineering. Ind. Contract No., Date: 12/19/2017 Estimator tignado SerraIta STAFF CLASSIFICATION Staff; Ignacio Serraffs i Mark Tomcayk Michael Gonzalez Nelson Moiarena i Patricia Alen Morales Maria Garcia Applicable Rate Rate: 575.00 i Rale; 60663 l Rate; $44.63 Rate; 534.33 I Rate° $5645 Rate: 526.00 Rale; 20 A By r t.v. i ` i itv ! Cost Sy ActIv4y 1 Rate Per : ; I Task Work Activity 1 I Man I hours : Cost/ 1 Man Achvity j hours ; Cost, I Man ; Activity 1 hours Cost/ A.otwity Man i Cost/ I Man I hours ; Activity 1 hours I Cost,: Activity I Man I I hours I Cost/ Activity Man hoots Coati Activity 1 Roadway elevauon analyses I 4 I 3300 I 12 -,-...;... r $788 20 5893 40 ! $1,373 1 76 1 03,353 I $44,12 ' I 2 Stormwater design standarda and details developme I 4 ! $300 I 12 : I $788 i 40 St 785 ..I. 96 1 53 256 i i i 160 It 94.150 i 2 $40 314 I $10.368 I $33.02 -« 1 I— ! 3 Caudal Improvements conceptuai designs and tayeti 2 : $150 1 24 .4. 1 $1.575 1 120 $5.355 120 I 54.120 i 240 I S7.308 i 400 i S10.400 1 8 $100 814 i $29.0.10 1 $31.00 r i 1 4 Capital Improvements cost estimation , 5 Conaltuctalafity reviews I 2 I 2 1 $150 ! $150 ; 16 8 i $1.060 1 $625 i 40 40 S1 705 51 785 80 I $2.746 ! 120 ; 60 i $.2 060 i 40 ; $3.654 $1.219 1 80 1 S2.080 T 2 I 2 $40 s4a 340 : 152 1 311 506 55,778 I. $33.64 $28.o° - 1 4---1 1 6 Coordination of Capital' Improvements vat other CiN : 4 ! $300 I 24 1 $1_575 i - 40 f $1.785 40 i $1 373 : 9 I r , S244 I. 16 I 3416 I 1 $20 133 1 $5713 I $42.96 I 7 Carstal Improvements phasing and scheduling E 4 I 5300 I 24 I $1.575 : 24 $1.071 40 I $1,373 t 40 I $1.218 I . I 2 $40 134 I $5,57 1 $41 S2 1 ! ! 17' - '1- : - 1-8 I I 10 ' (11 ; • . ; I t I I II 11111i I . : • : r t-: 2 . : I ! I --i- 112 ! i 13 4 , IIS . i I I --- 1 I ' 115 l. I . I 17 118 L I I i lig . . . . : . .• i i : , : 120 i 1 I • • 121 i i , 1 F 1 .-1 i i i 1 22 1 I i ---I 23 ! 24 I ; ---, i 1 f i ! r 1 -I-- ,. r , i I t-- — 1 1 ! 26 . ! 27 . I 1 i-r- -1--- -t I Total Staff Hours I 22 i i 120 i 324 476 I I 448 I 1 656 1 I 17 2.083 I Total Staff Cost i 51.550.00 i I $7,875.50 . $14 460.12 .='..,... ] $16,341.08 I I $13,641.60 i I $17.0.55.00 ! .i..., $340.00 I S71,364.40 ! ....._i_ 534.59 . Total % of Work by Position 1.1°4 St% 15.7% 23.1% 21.715 31.8% 0.6% 1 -SUBTOTAL ESTIMATED FEE: (multiplier 2.91 SW/consultant Enter Name Of Sub 1 Suuconsultanc Sub 2 ESTIMATE OF SURVEY CREW COSTS I Subconsultant Sub 3 r -- 3 - man Surv" Crew- —.. crew days at tr day = i i Subconsultant: Sub4 4 - roan Survey Crew. crew days at f day = - I Subconsultant Sub 5 2 - SUBTOTAL ESTIMATED FEE: Notes Gamer:lima! Field and Lab Testing 1. This sheet is to he used by Puma Consultant to calculate the Grand Total Fee. Survey Fee r or Survey Crew Feel: 2. Manually enter fee born each subconsullant. Unused subconsultant rows may be hidden Other Misc, Fee: Reimbursa bias .[ Printing) 3. The basis for walk activity descriptions shall be the FICOJFDOT Standard Scope 3 . SUBTOTAL ESTIMATED FEE; and Staff Hour Estimation Handbook_ Additional Services (Allowance} Reunbursables (Allowance) GRAND TOTAL ESTIMATED FEE: 0255.930.76 $2.0.858.784 $ _ i$ 1.500.00;;: 5208,456.76 u IAOBE MAGBE - Public Infrastructure Consulting Coordination MAGBE Consulting Services, Inc. is a woman -owned minority, full -service consulting firm with over 20 years of experience in Florida with offices in Miami -Dade County. Providing bilingual public affairs consulting focused in the areas of business development, public infrastructure, water and wastewater resources, natural systems restoration, sustainability, resiliency, public involvement services and government affairs. MAGBE provides services in the areas of marketing, media, and public information specializing in public involvement, grassroots outreach, neighborhood advocacy, and public relations, and designed and executed successful campaigns and projects. UL NTE $ 59,184.00 1. Attendance at and reporting of proceedings of relevant public works infrastructure meetings related to the stormwater master plan, level of service, resiliency, and sea level rise issues held by the City and County, and subsequent coordination with stormwater master plan elements. 2. Coordination, communications, and planning of public and City stakeholder workshops and meetings for stormwater master planning, resiliency, and sea level rise components. 3. Review of Capital Improvements program for alignment with current and proposed resiliency and sea level rise elements. Magali R. Aba•, President 2430 SW 18 Street, Miami, Florida 33145 * Phone/Fax 305.846.8632 * Cell 305-491-0444 WWW.MAGBEconsultinq.com MAGBEIady@Bellsouth.net Proiect Protect No.. 8- ESTIMATE OF WORK EFFORT AND COST -PRIME CONSULTANT Oo5crpeon Local Res liency and Adapta6en Communrcatione end Green R $rrsulnede Slanderde and Das:�n Cdtena Consultant Name: MAGBE Consulting Services. Inc. Contract No, Date: 11112016 Esbmalor STAFF CIASSIF(CATION , ,... Classification Classihrallon Staff Applicable Rate; ..._ . _, ......__,.- Position Position t Position 2 irele Bagu! I Alec Bogdanoff Rate: $35.00 I Rale: 148.00 __ .___.._..---.... Posdlon 3 Michael An6nelll Rale: $48.00 .......... .... .._.._�..--___—_ onlab PosAUon 4 Position 5 Position 8 name name name Rate: Rate: Rate: +Stuff name Ratr. Hours By activity Salary 1 Cost By I Activity Average Rate Per Task Want Achvity Man hours Cony f Man i Coss Activity !. Woos - Atnaey Man rows CoW Aclvily Man I Coss - Man , Cesti i Man Cass Mors Antony hours - AcSvty i hours Actarrty Man hours COW Adtvrty 1 Attendance Public Work Infreelructwe Meetings , 24 5840 i 24 1 St 152 24 51.152 72 $3,144 543.67 1 2 Reporting of Procesdng : 24 4840 24 S1 152 24 S1 152 72 $3.144 1 543.67 3 Coordination with srermwater master plan elements 24 $840 r 24 - 51.152 24 51152 72 53.144 i 543.67 i 4 Coordnaban, eratrmumtalions and planning of 15 pudic and city stakeholder workshops and maehngs 48 - 51.680 1 I S7 200 25 81.200 __�, i _� 48 .»»--� 50 51,580 ! 02.400 I. 535.00 S48 00 o' review of capital improvements plagram for alignment with Curren end proposed few/easy I. 8 and sea level nee elements 9 Ii 1 : 25 I f. E i10 - i 12 t 13 14 1.1$ :set I I16 i I ` 121 E -23 24 i l ias 127 9 E Total Staff Hag* Total Staff Cost 120 S4 200.00 -. 87 [- 54 656 00313 97 54.656.00 1 f _ 3 314 512,00 143 03 Take l °4 of Work by Position 36.214 ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew craw goys al ._.-.-.� 4 mart Survey Crew ..».. claw days et 30_9°6 r day = 1 day = Notes: 1. This sheet is to be used by Purse Consultant to ukulele the errand Total Fee. 2. Manually enter See from each subconsuranl. Unused subconsultant rows may be hidden 3. The basis for work acawty descriptions shall be the FIC"e/FOOT Standard Scope and Stair Hour Estimation Handbook. Qtt N. Starra LP. r s: 14s44'Y541i 30,6% 1 -SUBTOTAL ESTIMATED FEE: (multiplier 2.91 Subconsullanr: Or, Miguel Medan Subconsullant Sub 2 Subconsultant Sub 3 Subcansullant Sub 4 Subconsultant Sob 5 2 • SUBTOTAL ESTIMATED FEE: Geolechmcal Feld and Lab Testing Survey Pee ler Survey Crew Fee)'. Other Misc. Fee: Enter Fee Descnpeon 3 - SUBTOTAL ESTIMATED FEE: Addltonal Services Allowance) Rermavrsabfee Almoner GRAND TOTAL ESTIMATED FEE: 1 53L184.60 Media Relations Group, LLC Alicia Ana Gonzalez President 18001 Old Cutler Road, Suite 459 Palmetto Bay. Fiorida33157 Telephone 305 254 8598 Cellular 786 280 6645 Fax 305 256 1613 agonzalez'smrgmiami.com December 7, 2017 Re: MRG — Public Infrastructure Information Campaigns Media Creation and Coordination Media Relations Group, LLC (MRG) is a state of Florida Minority, Women, and Service -Disabled Veteran public information company specializing in public and private sector public involvement campaigns for the past 15 years throughout South Florida, including for the City of Miami. They provide media relations in English, Spanish and Creole; marketing; graphics services; organization of business interests; grassroots door-to-door consensus building; and serves as a spokesperson to clients. UL NTE $24,911 1. Creation of public information media both electronic and printed, and coordination with City office of public information for relevant public works infrastructure meetings, workshops, and special information campaigns related to the stormwater master plan. Sincerely, Alicia Gonzalez President c: Project File ESTIMATE OF WORK EFFORT AND COST- PRIME CONSULTANT Protect. COMPREHENSIVE STORMWATER MASTER PLAN UPDATE Protect No. 8- 20832A Description Public Infrastructure information Campaigns Media Creation and Coordination Consultant Name: Media Relations Group. LLC Contract No. enter consultants prat. number pale 12/82017 Estimator Paulette Summers STAFF CLASSIFICATION --'•"'.._. ...,._..,,, ..... Job Classi0wuon'Peilin { Position T Stall- Oscar Gonzalez Jorge Valens Applicable Rale• Rate: 118.07 Rate; 127.27 ....... Pranlon .7 name Rate: _. ... _......_..__._..... ........__...._...., .. 'o ...... ,.,.,,.........,.. Position a '� position 5 ; Positon fi name name name Rale: i Rate: I Rate: ...,.n7.....«....Saff Position 7 name Role: R,...«.,. Staff Hears' By Activity { Salary i Average Cost By i Rate Per i Activity - Task Man Work Activityhours ,. Gosti Man Activity _ hours Cosll Activity Man hours Cosy Activity Map [ Cosr1 Man hours Activity hours Cost,- Man Cost/ Activity T hours Activity Man hours Cost Activity i i 1 Creation of PI meofa ielectramGprinledt 20 9561 . 40 31.091 60 02.052 534.20 Caordinafion w/Gry re PI for PW Infrasbuclure mtgs 24 I 11,154 - 6 5164 i 30 1 11.317 i 543.91 is 3 Coon:kneean w/Crty on workshops 24 I -$1.154 - 6 5184 30 i [ 51317 543 91 i 4 Create spew into campargnslatormwater MP 10 I i40 51.001-- j 50 I $1.572 i 531.43 5 Attend Stakeholder Mtge/debrief/reporting/closeout : 40 ; 31,923 15 5409 •5§ i 52,332 i 84240 ----- i i _.__ } i I i0 11 €12 _ I r i. • [ ' i19' I ; 121 122 : e . .__.-_... .... __ :. .._..___ .. .. .. _._.__-... i 126 27 Total Staff Hours ; 118 107 r � __—.....� ____..........._..�_.._..........__ «...,...._....... 225..._ _! � _.._............. :. ..n._.. _ 38.590.15 1 938.18 z .-,-_._._._._..__..d, Total Staff Cost ....«.b.-...a�..,,�..«w�uu.r,:,,,uu,uw:,:.:.��o.,,:.,...,.«»..»..«.�...- i 55,672,26 - _....;......__�.... 32.917.89 .........................«..«....,«...........,...«.«,.._.,.,........«..�,,:W.��:. __ ._. i ...,............__:_..__.........:..._,..,...�..._.»:,.._..,.«, Total % of Work by Position 52.494 ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew, crew days at 4 • man Survey Craw crew days at 47.6% i day = 1 1 day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Pee_ 2. Manually enter fee hoe each subconsultanl. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FIGEiFDOT Standard Scope and Staff Hour Estimation Handbook. oyntssueintP.:m tt' 8aira VS/at 1 -SUBTOTAL ESTIMATED FEE: (multiplier 2sy Subcansultant: Media Relations Group. LLC Subconsullant Sub2 Subconsultent: Sub 3 Subcbrrsullent Sub 4 Subconsullanc Sub 5 2- SUBTOTAL ESTIMATED FEE: Geotechnrcal Field and Lab Testing Survey Fee ror Survey Crew Fear, Other Misc. Fee. Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services tiWowancel Reimbarsables IAflowancel GRAND TOTAL ESTIMATED FEE: 'I 524.911.44 i 524,911•44 J 524,911.44 [ $24.91t 44 CAS CONSULTANTS CES Consultants, Inc. CES Consultants, Inc. (CES) is a minority -owned, full -service engineering and consulting firm founded in 2001 that provides engineering services to municipal, governmental, and private sector clients. Proposed Scope of Services for City of Miami Stormwater Master Plan Update Provide Consulting and Engineering Services to assist CDM Smith with: • Sea Level Rise, Resiliency, Facility Redundancy and Hardening for Stormwater Facilities • Municipal, Governmental, Social, Public Awareness, and Economic Issues • Capital Improvements Program Planning and Implementation • Stormwater Planning, Design Criteria, and Permitting Strategies Scope of Services 1. Review and assessment of existing City of Miami strategies for managing sea level rise, resiliency for major storm event impacts, and facility redundancy and hardening. 2. Attendance at select meetings of municipal and governmental agencies regarding policy and strategy of sea level rise and resiliency. Assessment and reporting of findings to the CDM Master Plan team, and assistance with incorporation of these strategies into the Master Plan. 3. Provide engineering expertise, advice and consulting for stormwater systems and facilities, stormwater design standards, level of service issues, and regulatory issues and permitting. 4. Review of Capital improvement Program components for cost -benefit, resiliency, redundancy, hardening, and compatibility with sea level rise strategies. 5. Assistance with development of Capital improvement Program schedules and prioritization of program elements. 6. Coordination of City planned neighborhood betterments including utility, landscaping, and roadway improvements with the Stormwater Master Plan. Coral Gables I Pembroke Pines 1 'Nest Palm Beach I Jacksonville I Long Island City ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT prole,: Comprehensive Sl4rmwaler Master Plan Update PlelecI NO. 3- 30,132A Description. City al Mianu Slormwater Master Peen Update Concuhanl Warne: GES Consultants, Inc. Contract No.: M-17009 Dale: 12612017 Estimator Renthuc Fpuch STAFF CLASSIf"iCATION Job Classification Protect Principal j Princlpel EnglfOA Staff Fmnan0e Macsonc E Ranlhue Fauch Applicable Rale Rate: 57216 I Rata: 574.52 Protect Manager Hawn R¢. r Rate: 69048 Project Engineer Tee hncianlCOAu Erik Alcantara k{ reya Rey Rafe. 134.00 Rate 534_86 Public Partklpotion Position 7 Laigha Taber name Ran: 543.27 Rate: . Stall lours By' ActMWy Salary Coal By ACU+dta Average Rale Per Task Work Activity Man Miss C J705oy' Man Casomomkr` hcufe Man Haws .Coel7Actmdy Man huu19 COW Acne* Men Imurs am/Tama/ay klen iwure Co*? Acre* Man hours Cost Acilvxty 1 Rer+ewlAssessment of Esisang Cr*SketeGes 4 5289 8 5404 4 1173 16 18e6 354. t0 2 Attendance at Select Meetings 8 5577 8 I $404 8 5746 24 31.327 $55.30 3 Provide. Engineering Excertlse. Advice. Consulting 16 51.231 40 52.019 40 11.360 16 I 3558 I 112 S5.168 546.14 4 Review of Capital lmprevemant Program 4 5289 8 i 5515 40 52.019 40 51.360 i 4 5173 98 54.456 546.42 S Ambiance with Development of ClP Schedule 4 5289 4 5366 32 I 51.615 32 51,088 72 57 300 545.83 6 Cancan Minn with Planned Neighborhood Protects 2 5744 4 5308 B 5404 8 5272 f8 1892 38 51,820 547.90 7 B s0 ! j 11 1 12 13 III 14 15 18 17 16 L 19 29 21 Ili n 23 24 _ 25 I. 26 27 I Total Staff Hours 22 32 1 13a i 20 16 32 356 Total Stall Cost 51.567.52 52.461,44 ; 56 555.28 54 050.00 5557.76 1 51 354.54 616,930.64 , 547.31 TOW % of Work by Position Et 1% 8.914 3804 ESTIMATE OF SIR15E' CREW OOSTS 3- man Surrey Crew. 4 - man Survey Craw. Grew CRys at earw days at /day + 5 7 day e $ - Notes 1. This sheet la to be used by Prime Consultant to calculate the Grand Total Fee, 2. Manually enter fee from each subcensullanl. Unusedsubconsultant news may be hdden 3, The taus for work activity 4escnp0cns shall no the FICEIFDOT Standard Scapa and Sian Hour Estimation Handbook Grad Wen CIP earns I ewe. armies 33.5% 4.5% B8% 1 -SUBTOTAL ESTIMATED FEE_ IrmA8plfer 291 Subs-manimnl: Era* Marne M Sub 1 Subcensullant Sub 2 Sub8Onauhanu Sub 3 Subconcullerd: Sub4 9ubconsubanl: Sub 2 -SUBTOTAL ESTIMATED FEE: Geetechnical Plaid and Lab Tasting. Survey Fae 1or Survey Crew Feel: Other Wee Fae: Enter Fee Description 3 -SUBTOTAL ESTIMATED FEE: Additional Services 144owancef Remrbureahfes l4Qmwarncat GRAND TOTAL ESTIMATED FEE: t 549.115.28 549,118,26 Is 549,115.26 r 51.i)i10.t10 154,116.28 HADONNE PROPOSAL/AGREEMENT January 22, 2019 Submitted to: Jonathan Z. Goldman, PE, CDM Smith 621 N.W 53rd Street, Suite 265 Boca Raton, FL 33487 Land Surveyors and Mappers Land Development Consultants Subsurface Utility Designates SENT VIA: ;:l deenj eledrsmit:" . con In reference to: Surveying Services for the City of Miami Comprehensive Stormwater Master Plan. Dear Goldman: Pursuant to your request regarding a fee estimate for surveying and mapping services for the above referenced project. HADONNE (HC) is pleased to submit the following proposal for your consideration: Scope of Services: 1. Horizontal and Vertical Control Survey: HC will stablish Main Horizontal and Vertical Network within the City Limits, This Control Monuments will be set or recovered and will be doceeented in a Survey Control Map that will be utilized during the length of the project. 2. GPS locate 500 features: HC will locate above ground features utilizing Survey GPS Equipment x,y @ 10 Locations per Day Locations per day (1 ft accuracy) Unit Rate 167 22 3. Survey 500 features: HC will locate above ground features utilizing Survey GPS Equipment (x,y,x) @ 10 Locations per day (0.1 ft accuracy) Unit Rate 167.22 4. Perform 350 building finished -floor elevations: HC will take elevation shots to stablish the Finished Floor Elevation we have estimated that we will be able to be accomplished approximately 10 per locations per day (horizontal and vertical 0.1 ft accuracy) Unit Rate 167.22 5. Seawall Survey: H: will perform additional survey to determine the seawall elevation in locations that will not be covered by the aerial survey Aerial photogrammetry survey of unobstructed seawalls and fill in survey of 1,000 points (vertical accuracy of +/- 3 inches), this effort will be perform with various methods of survey. Unit Rate 150.79 6. Aerial Target Ground Control: Place Aerial Targets for Photogrammetric Survey at 5 Targets per day for an estimated total of 100 Targets, HC will Paint or Place Aerial. Targets as indicated by the photogrammetric consultant. Unit Rate 177.35 7. Canal Cross Sections: Perform 100 Canal Cross Sections at 2 cross sections per day. Unit Rate 712.59 Deliverables: Five signed and sealed copies of the resulting sketch along with the CAD files (DWG format) and PDF, HC will also provide a LandXML file containing all database gathered on the field. Qualifications: Rule of Law: All field and office efforts in connection with this project will be performed in strict accordance with the applicable provisions of the "Minimum Standards of Practice for Land Surveying in the State of Florida ", pursuant to Rule 5J17- 05 Florida Administrative Code. Our ability to perform is and will be completely influenced by the Client's ability to make the site available and to eliminate any and all conditions that may interfere with HC's ability to furnish services, and weather conditions. HC will require a 24 hour, prior written notice before field work can be performed. This notice should be sent via facsimile or email. I thank you for this opportunity to present this proposal for your consideration and look forward to your favorable response. In the interim, if there is anything we can do to be of service in this or any other matter, please do not hesitate to call me directly at +1(305) 266-1188. Respectfully, Abraham Haled, PS,! / President HADONNE 11985 NW 88th Court Suite 201 • Doral, FL. 33172 • P: +1(305) 266-1188 • F: +1(305) 207-6845 • www,t:adonne.com • LB7097 1 11 ESTIMATE OF WORK EFFORT ANO COST - PRIME CONSULTANT troiect COMPREHENSIVE STORMWATER MASTER PLAN UPDATE hoject No. Br, A20532 Dencriphon STOFttaityATER 11.4ASTEFt PLAN UPDATE Consultant Name: HADONNE CORP Contract No. enter COMpatuntS pro), number Date 112212018 Estimator Abraham Haden, PSM STAFF CLASSIFICATION Jab Classitication CADO Operator Survey Tech Staff name name name Applicable Rate- Rate: $27.00 Rate: 130.00 Rate: $43.00 Position 4 Position 5 name name Rate: : Rate: Men Cosy Mart r Work Activity hours Aceinly hours 1 Flotrzoistal and Vertical Control Sunday B Cool) Man C.13,4 Man Coal Men Achy* bows Achvity ROWS Activity hours 5240 24 51.032 [ Man [ Ackvily [ hours Position 8 [ Position 7 Staff Hours Salary ! Mina RIMS ; Average -! Ram! Rate: By Cost By [ Rate Per L: Cost( Man Coati Aclivitil Activity [ Task Activity hours Activity 32 $1.272 939.75 2 GPS locate 500 (esti/rata 400[ 160 [ sow 80 $2, 40 51.720 [ 3 Survey 500 features 200 : $5,499 i 80 1 5.2.400 40 61.7 300 60,990 329 59.520 S29.93 520.75 4 Perform 500 building linisnedifloot elevations : 200 ! 55,400 : 80 I 52.400 40 S1.720 r[ 5 Seawall Sumer [ 400 [ $10.8110 [ 240 L *7200 48 S2 964 I 6 Aerial Target Ground Control I 20 I seas I is 1 ssse 7 Canal Cross Sections 159 : $4 950 : 12E1 ! 51600 75 S3 225 a 1 s fa 1 7 1 , , , i r 2 [ . i .• . • i : „ i---- •-••„- 3 [ [ . : 4 , [ 320 59.520 I 229.75 --I 620.064 I s2sie 686 i 36 . $1.289 [ $35.73 I - ; 345 1 510.875 I 531.52 1 5 6 7 8 TO !.1 2 13 14 15 5 !7 1. • Total Staff Hours 1130 [ [ 528 283 2.041 Total Staff Cott [ [ 530.510.00 [ „ vie 1140.110 $12,16909 : . . [ 1 $61,519.00 I $30.14 Total 8509 Work by Position 55.4% 30.885 13.615 . 1 - SUBTOTAL ESTIMATED :: F,Fr9;Etu: giemimiutryltipter 2.9) Subconsultent A Subconsultant: : Ss17756.040006.clall • ESTIMATE OF SURVEY CREW COSTS Subconsultant Sub 3 . 1 3 - man Survey Crew, 286 crew days at $1.120.00 (day = Subconsullant: Sub 4 • 4 - man Sunray Crew crew days at 1 day = ..11 Subconsultant Sub 5 2 • SUBTOTAL ESTIMATED FEE: $253.405.10 r Notes: Gaotechnical Field and Lab Tasting 1. This yhent is to be u[Sed by Prime COnsultent Ai calculate the Grand Total' Fee_ Survey Fee tor Survey Crew Feel: [ 5 432320.00 2. Manually enter tee kern neck sub:annuitant Unused ILIbCollSuitilird MVOS may be hidden Other Misc. Fee: Enter Fee Description ...--4 3. The basis ftrr war* activity oescrvoons shall be the RCS/FOOT Standard Saone 3 -SUBTOTAL ESTIMATED FEE: Ffiti-s:725.to .] __....._ and Staff Hour Estimation Han0000k, Acklikonal Services ;Allowance) . fieirstrursables ;Allowance? my a/ Mar, 7.1.P.7wret ,i- ,nrsee'irSkra GRANO TOTAL ESTIMATED FEE: : 66840-.77.5.10-; Detail by Entity Name Page 1 or 4 ,nna' Ft;3r!rn?lit :.f,'ate „iarollz.org Department 7f State 1 Cr lion •Jf C 4rp:r3lions / Searth Records / Detarl By Document Number 1 D Detail by Entity Name Foreign Profit Corporation CDM SMITH INC. Filing Information Document Number 832235 FEUEIN Number 04-2473650 Date Filed 04/23/1974 State MA Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 12/15/2011 Event Effective Date NONE Principal Address 75 State Street #701 Boston, MA 02109 Changed: 04/13/2015 Mailing Address 75 State Street #701 Boston, MA 02109 Changed: 04/13/2015 Registered Agent Name & Address G T CORPORATION SYSTEM 1200 S PINE ISLAND RD PLANTATION, FL 33324 Address Changed: 10/17/2014 Officer/Director Detail Name & Address Title CHB Hickox, Stephen J 75 State Street #701 Boston, MA 02109 htto:1./search.suribiz.ora,'Inauin/CoroorationSearch1SearchResultDetnirinniiimftne=Fntifv 11fl1M11 R Detail by Entity Name Page 2 of 4 Title S Marcaccio, Mario J 75 State Street #701 Boston, MA 02109 Title P Walt, Timothy B 75 State Street #701 Boston, MA 02109 Title T Desmaris, Thierry 75 State Street #701 Boston, MA 02109 Title D STEVENSON, HOWARD H 31 FAYERWEATHER STREET NESHANPC STATION, NJ 08853 Title Director O'Brien, William K 260 Beacon St. #6 Boston, MA 02116 Title Director Walters, Gae A 2007 Alaqua Lakes Blvd Longwood, FL 32779 Title Assistant Secretary Makofsky, Jason 75 State Street #701 Boston, MA 02109 Title Director Tunnidiffe. Peter W httn://search.sunbiz.ora.'lnauinv/CornorationSearch/SearchResultletnil9innrrirvh-ne=Fntih. 1')if) 11 R Detail by Entity Name Page 3 of 4 75 State Street #701 Boston, MA 02109 Title Director Down, James W 20 Cabot St. Watertown, MA 01890 Annual Reports Report Year 2015 2016 2017 Filed Date 01/12/2015 01/11/2016 01/05/2017 Document Images 01;05t2017 —ANNUAL Pc CRT 0111 1:2016 — ANNUAL L P=POPT 04'13'2015 -- A(,!ENC ED .ANNUAL REPORT 0112.20l5 .- A.'ii ir_A_ REPOR? 10717:20'4 — P.�i Agent Change 07.22 20,!4—A:'-:IENDF„ ANNUAL RE=':,P7 02.25=2014 — AN^i!.'AL REPORT 09;11;2013--At:AENCEDANNUAL KEPCPT 0:R04,2013 -- ANNUAL REPORT 03i t'11i 2012 _ A.N!J L AL REPORT 12115/20I — Name Change O'.: 11 2711 — ANNUAL PEPOPT 01:13;2010 —.ANNUAL REPORT 05;25 2009 -- ANN t-'AL REPORT 01 13,2009--ANNUAL REPORT 01t03:20C9 —ray:;'IUA,. PEPOP,T 01104:2007 —ANNUAL REPORT 04i11-11006 --ANNUAL PEP;'PT 01;10l20p5--A 1EIUAL REPORT 0tragi2_Q04 R,PORT 1211 !.'2003 —Merger 01!1012003--ANNUAL PEPCPT 01117/2002 -- ANNUAL REPORT 01;3012001 --ANNUAL REP:::RT 04112'2000 -- ANNUAL REPORT 03i29;1949 ANNUAL REPORT 04i21'1999 —ANNUAL P.EPOPT 05;06/ 1997 -- ANNUAL RP i0 PT 05;041995 -• ANNUAL REPORT 02114i 1095 -- ANNUAL REPORT View image in PDF formal View image in PDF formal View image in PDF format Vey/ 'image in PDF format View image in PDF format View :mage in PDF format View image +n PDF format Pew image in PDF format View image in PDF format View+mage in PDF format Vtew;mage in PDF format View image in PDF format View image in PDF formal View image In PDF format V9ew image in PDF format View image rn PDF format View image in PDF format View image in PDF format View Image in PDF fotrnat View image in PDF formal View image in PDF format View image in PDF format View image in PDF format View image in PDF format 1 View image in PDF format View image in PDF formal View image in PDF format View image in PDF format View image in PDF format View image ;n PDF format http://search.sunbiz.org!Inquiry/CorporationSearch'SearchResuftDetail?inquin-tv-pe=Entity.. 1 /23'2018 Detail by Entity Name Page 4 of 4 littp://search.sunbiz.org/inquiry'CorporationSearch/SearchResultDetail'?inquirytype—Entitv... 1 '23 '201 8 ATTACHMENT B — COMPENSATION AND PAYMENTS ATTACHMENT 8 - COMPENSATION AND PAYMENTS SCHEDULE B3 - CONSULTANT INVOICE „•T , '-v ,,.., •t YOF1111AM1 . _ g - �r ALRAPROVEMERFTe a TRAN3POW411, I1 r ` Jc • CONSULTANT STANDARD B MDtCE _ To: ATTN: City of Miami Caplitatimprover.ients & Transportation Program 444 SW 2nd Avenue - 8th Floor Miami, FL 33130 Invoice Number. Invoice Date: Month 00.0000 Page: From: Fmm: To: Invoice Period: -- --_- Month 00, 0000 Monthoo.01M0 Contract No Connect Tate: . .. .. Project No.: _ Project Name: NOTE- Prepare Invoices property to avoid payment delay -Submd signed orginals only. Each invoice must be signed by a Principal of the finn as designated. Purchase Order No_ - _ - Attach approprrale bock —up documents to each revokes. Work Oder No: SERVICE CONTRACT AMOUNT -% COMPLETETOTAL EARNED PREVIOUSLY CURRENT INVOICE AMOUNT TO DATE ! INVOICED Schernatic Design ISM $ - $ - $ - $ - S - — i S - -- -- I S . - - : _ -------- $ - - - $ - $ - - Desgn Devdepment IDD) 30%Cestructipn Documents t30%COI Construction SO% Construction Documents 16O% CD} -_ 90% Construction Documents 190% CD1 1 - 1 $ ,- - - $ - S - S - $ - $ 100% Construclon Documents (100% CD) S - $ - 1 - $ - Dry Run Permeng _- Bidding or Negnlalron Pilate _ Canstruction Administration (CA) $ - $ $ $ _ ____--- _ $ _ --- 1 - $ - $ - $ - $ - , S - - $ - -- _...-- - i 1 _S $ 1 1 - s 1 - .1 1 - - 1 — 1 _ $ 5 1 - $ 1 $ - $ _-_ Reimbursable EAlxnse$ _ T>� 1. () _--- __. 2. -rate) -- $ _ _ , $ _ S _ ; - S..- _—_ -_ ;.1 - $- S 1 - S - 1 - 3. [Tate) _ . .._ Addi;and Services _ - - -_..__ i S - _ S - S - 1 $ - $ - $• $ -. . $ - S - 5 - 1.�ue) 1 - " 1 - $ - 5 - 2-(True) _ --- - - s ).- 1- 1 S - _..-..---�5S - 1 - S -1 - S _— TOTAL: $ - 1 - S - $ - Prior to this Invoice Remaining Contract Balance; 15 - Subtotal: _$ Deductions: - Ta(IDoe: 5 - TO O E C OMPLETEtTHY CONSULTANT FIR CERTIFIED TRUE AND CORR.EC Tev'. I Ssnalpnr 41 Pon, pall Typo Marne and HID nI Peyltlpa SUPPORTING DOCUMENTS CHECKLIST Clealioll teller 31 PeaSa Poing IMANCM • Sepponlnq Uneumanis br moot: CanflnicIipn SISI1S Rapon' Final Payment Dutumanlar Addirinnl Som. AulhulltaNens: CITY OF MIAMI APPROVAL: DO NOT COMPLETE. TO BE COMPLETED BY CITY OF MIAMI GATE SIGNATURE PROJECT MANAGER TEAM LEADER CMEF OF TIESCN Hector Badia ASSLSTANT DIRECTOR Jeovanny Rodriguez, P.E. DIRECTOR Date Recemed CITP Date Reserved for Payment Processing (Budget Department): Finance Validation: 48 Comprehensive Stormwater Master Plan Rev. 1/23/18 Detail by Entity Name Page 1 of 3 Fiudrda Depar:m,N1 iZ.Org Cepar-'r^em 3r Stab / Dnrsicn of Carpnraiieri l Saar Pecans 1 Detail $y Documen! Number / Detail by Entity Name Florida Profit Corporation HADONNE CORP. Filing Information Document Number P01000034740 FEI/EIN Number 65-1089850 Date Filed 04/05/2001 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 10/22/2003 Event Effective Date NONE Principal Address 1985 NW 88 CT Suite 201 Doral, FL 33172 Changed: 08/05/2015 Mailing Address 1985 NW 88 CT Suite 201 Doral, FL 33172 Changed: 08/05/2015 Registered Agent Name & Address HADAD, ABRAHAM 1985 NW 88 CT Suite 201 Doral, FL 33172 Name Changed: 06/05/2001 Address Changed: 08/05/2015 Officer/Director Detail Name & Address Title President HADAD, ABRAHAM http://sears h.sunbiz. or4g!Inquiry/CorporationSearch/SearchResultDetai l?inquiry type —Entity... 1 /23/2018 Detail by Entity Name Page 2 of 3 1985 NW 88 CT Suite 201 Doral, FL 33172 Titie VP, Director IZQUIERDO, RAUL 1985 NW 88 CT Suite 201 Doral, FL 33172 Annual Reports Report Year 2015 2016 2017 Filed Date 02/27/2015 03/25/2016 01/26/2017 Document Images 01/25/2017 — ANNUAL REPORT 03,25120 1,3 — ANNEAL REPDRT t 72015 —QfDir Pesgravian 08i05i2015 4NIENDE0 .ANNIUAL 3E'r 02,27/2015 ANNLIAL qEPOR' 0124,2014 -- ANNUAL REP,3RT 0 ti09i20 13 — ANNUAL REPORT 02109i2lt 2 — ANNUAL PEPOP.T On-1:2011 -- ANNUAL REPORT 08.1 F20 1 0 ANNUAL REPORT G5i05/2010 ADDRESS CHANGE I 4/2010 —ANNUAL REPORT 1D105,2'700 OfffDir Resionation 03,252309 ANNUAL REPORT 043/0.120-1.1.1 ANNUAL. REPORT 03;31 i20Ce — ANNUAL REPORT 03129/2007— ANNUAL REPORT 1W30/2006 — ANNUAL REPORT 04102:2006 ANNLAL REPORT 03/3012005 -- ANNUAL REPORT 03,10/2005 -- ANNUAL REPORT 011812004 — ANNUAL REPORT 10122i2003 — Amendment 131/31.:2003 — ANNUAL REPORT 040312002 ANNUAL REPORT 06i13/2001 — Amendment 06:05i2001 — Amendment r Ni'—e 7I7anqe 0405:2001 — Domestic Profit Viewimage fn PDF format View rmage in POP format View image in PDF format View image in PDF format View image in PDF format View image In PDF format view image in PDF format View image in PDF format rage in PDF lomat vlew image ]n PDF format View ?image in PDF format View Jrnage Jn PDF format View image ;r1 PDF format View image in PDF formal VleN image in PDF format View linage in PDF format View image in PDF format View image in PDF format View image in PDF format Vlew image in PDF format View image in PDF format View image in PDF format View image in PDF formal View image in PDF format View image In PDF format Vew image in PDF format View image in PDF a nn a t View image in PDF format http:Psearch.sunbiz.orgInquiry/CorporationSearchiSearehResultDetail?inquirytype—Entity... 1 /21'2018 Detail by Entity Name Page 3 of 3 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetai 1?inquirytype=Entity... 1'23/2018 Detail by Entity Name Page 1 of 3 F'gnda Deuartmert of Sate 1'f r _.'"'"+rr""'Z'." "ram.,:,i7 a �... Department of State / Div,siorr of Corcoratiors 1 Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation SRS ENGINEERING, INC. Filing Information Document Number P95000070762 FEI/EIN Number 65-0607552 Date Filed 09/14/1995 Effective Date 09/11/1995 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 09/12/2405 Event Effective Date NONE Principal Address 5001 SW 74TH. CT. 201 MIAMI, FL 33155 Changed: 02/20/2008 Mailing Address 5001 SW 74TH. CT. 201 MIAMI, FL 33155 Changed: 02/20/2008 Registered Agent Name & Address SERRALTA, IGNACIO 5001 SW 74TH. CT. 201 MIAMI, FL 33155 Address Changed: 02/20/2008 Officer/Director Detail Name & Address Title P/D SERRALTA, IGNACIO http://search.sunbiz.©rg/Inquiry/CorparationSearch/SearchResultDetai 1?inquiryt- pe=Entity... 1/23/2018 Detail by Entity Name Page 2 of 3 5001 SW 74TH. CT., SUITE 201 MIAMI, FL 33155 Title ST/D PEREDA, RALPH A 5001 SW 74TH. CT., SUITE 201 MIAMI, FL 33155 Annual Reports Report Year 2016 2017 2018 Filed Date 01/27/2016 01/09/2017 01 /11 /2018 Document Images 01,11;2Q18 --ANNUAL REPORT 01:09/2017 -- ANNUAL REPORT 01:27/2011 •-ANNUAL REPORT 01:1 2:'2015 — ANNUAL R E''`PT 01r13:2014 —ANNUAL REPORT 01i23;2013 —ANNUAL REPORT D 1;1-'2E312 -- ANNUAL REPORT 01.11;201 I -- ANNUAL REPORT 02 15;20In — ANNUAL REPORT 03E24.2009 -- ANNUAL REPORT Oa2O2Oe8 — ANNUL PEPOPT 02.22:2007 — ANNUAL REPORT O 1131;2006 -- ANNUAL REPORT 09;12 2005 — Amendment 09:12'2! C5 — Qft: Drr Resignation 05=7120O5 — Name Change 04125:21;05—'rf/Dir Re -:prelim 04:2 f%200 5 -- ANNUAL REPORT 0642112004 .. OtlrDir Resi ration. 03r172004--ANNUAL REPORT 04104.2703 — ANNUAL PEPOP-T 04:02:2002 --ANNUAL REPORT O e;1 Oi2OO2 -- Amendment and Name Change 01:30 2001 —.ANNUAL REPORT 01 27:2000 — ANNUAL P EPORT O4 aO 194E — ANNUAL PEPQP..T O3129 1393 --ANNUAL REPORT 04:03;1397 -- AMENDMENT -- ANNUAL REPORT 124: t? i996 —ANNUAL REP")RT •.19:14. •99 - DOCUMENTS PRiCR TC 1997 View image in PDF format View image in PDF Format View image in PDF format View image :n PDF format View image m PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format V:ew image n PDF format View image in PDF formal View image in PDF format Vlew image in PDF format View image in PDF format V:ew image in PDF format View image in PDF format View image in PDF format Vlew image in PDF format View image in PDF format View image rn PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PEW format View image m PDF format Vhew image in PDF format View image in PDF format 1 http://search.sunbiz.orgJInquiry/CorporationSearch,'SearchResultDetail?inquirytype=Entit} ... 1'23/2018 Detail by Entity Name Page 3 of 3 http:/ /search.sunbiz.orcInquiry/CorporationSearch/SearchResl1ltDetai l'?inquiryty pe=Entity... 1/23/20 l 8 Detail by Entity Name Page 1 of 2 Fionca d Siam .0474WOrg Jf Depar!mert Stati / Division Df Corwar3tioni / Search Records / Detail By Document Number / Detail by Entity Name Florida Limited Liability Company MEDIA RELATIONS GROUP, LLC Filing Information Document Number L03000027416 FEI/EIN Number 20-0118620 Date Filed 07/25/2003 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 04/09/2004 Event Effective Date NONE Principal Address 18001 OLD CUTLER ROAD SUITE 459 PALMETTO BAY, FL 33157 Charged 01/08/2014 Mailing Address 18001 OLD CUTLER ROAD SUITE 459 PALMETTO BAY, FL 33157 Changed: 01/08/2014 Registered Agent Name & Address GONZALEZ, OSCAR III 18001 OLD CUTLER ROAD 459 PALMETTO BAY, FL 33157 Name Changed: 02/16/2011 Address Changed: 01/08/2014 Authorized Person(s) Detail Name & Address Title MGR GONZALEZ, ALICIA hupliseareh.simbiz.orglinquirviCorporationSeareh/SearchResultDetail?inquirytN•pe=Entity... 1 '21'2018 Detail by Entity Name Page 2 of 2 19941 CUTLER COURT MJAMI, FL 33189 Title MGRM GONZALEZ, OSCAR III 19941 CUTLER COURT MIAMI, FL 33189 Annual Reports Report Year Filed Date 2015 01/27/2015 2016 01/05/2016 2017 01/31/2017 Document Images 01,11;2017 -. ANNUAL REPC.RT 01i05;2016 --ANNUAL REPORT O ti 27t2O15 -- ANNUAL REPORT O'-i08;2014 — ANNUAL REPORT 01/2 ! 2013 — ANNUL PEP.P.T 01:1612012 - -.ANNUAL PEPCP.T 02,1612011 --ANNUAL REPCPT 02.!15:=201O -- ANNUAL REPORT 01:27.'2001-- ANiNU i. REPORT 02 =- J'2000 — ANNUAL PEPC•R T 04 i3O:2007 — ANNUAL REPORT O1: t4:2Or 6 —.ANNUAL REPORT 0112/2005 -- ANNUAL REPORT O':01,2004 -- ANNUAL REPORT 04: 00i2004 — Amendment 02i06;2004 —Amendment O7 2-r2CO3 -- FloPna Li+rilecl Lsabitiies View image in PDF format View image in PDF format View image in POF format View image in PDF format View image in PDF format view image in PDF format CView image in PDF format View image in PDF format View image in PDF format View image in PDF forma! View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in P>F formal View image in PDF format. View image in PDF fermat r. ;t -taw. httinfsearch.sunbiz.org;'[nquiry/CorporationSearchiSt:arehResultDetail?inquirvtype=Entitv... 1/23/2018 Detail by Entity Narne Page 1 of 2 F!.;nda eDar,matlt-,f Tate ri__,. it •.1 �o .. _.. Depac.meni of Slade / Division of C.xoorlt ors / Search Records / Detail By Documenl Number C3-:•4s::v 3F C. Ro•:P-- u Detail by Entity Name Florida Profit Corporation MAGBE CONSULTING SERVICES, INC. Filing Information Document Number P96000048321 FEI/EIN Number 65-0679927 Date Filed 06/03/1996 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 10/06/2003 Event Effective Date NONE Principal Address 2430 SW 18TH STREET MIAMI, FL 33145 Mailing Address 2430 SW 18TH STREET MIAMI, FL 33145 Registered Agent Name & Address ABAD, MAGALI R 2430 SW 18TH STREET MIAMI, FL 33145 Name Changed: 03/03/2000 Officer/Director Detail Name & Address Title DP MAGALI, ABAD R 2430 SW 18TH STREET MIAMI, FL 33145 Title DVP BAGUE, IRELA 15 MADEIRA AVE # 6 CORAL GABLES, FL 33134 http:/ /search.sunbiz.org.'lnquiry.'CorporationSearch,'SearchResultDetail'?inquirytype—Entity... 1/23/2018 Detail by Entity Narne Page 2 of 2 Annual Reports Report Year 2015 2016 2017 Filed Date 03/30/2015 03/10/2016 03/27/2017 Document Images O3<27:2017 — ANNUAL REPORT 03 1 2;2O16 -- ANNUAL REPORT 03:30/2015 -- ANNlJA.L REPORT 02 27.2014 •- ANNUAL REPORT 012120 t 3 — ANNUAL REPORT 01:2612012 — ANNUAL REPORT 04217201 t — ANNUAL REPORT 01 07;2010 — ANNUAL REPORT 04:012009 - ANNUAL REPORT O110.1,20rd -- ANNUAL?. Oa;02 20r:7 — A,NNIUAL REPORT 01 i24,2006 -- ANNUL PEPQPT 0.1 20J-2005 •- ANNUAL REPORT ,:12;20-ra -- ANNUAL REPORT •-Amendment 02!25i2003 — ANN1JA , PEPOP.T 02 12:20mt2 —ANNUAL PEPORT 01:24:2;?;:1 — ANN1.4L REPORT 03.2r40 .. ANNUAL REPORT O 1-3 19F .. ANNUAL REPORT 03/ 1 1;199E1 — ANNUAL P.EPOPT 05102/1 qg A NN UA LREPORT 05:0 ?t 1996 •- DOCUMENTS PRiG-R TO 1997 View Image in PDF torrnal View image in PDF format Vow image in PDF format Vlew image in ?OF format View image in PDF format Vaew image in PDF format View image in PDF format Vlew Image in PDF foirnat View image in PDF Formal View image in PDF format View image in PDF format View image in PDF format View image in PDF formai Vfew Image in PDF format View image in PDF formal View image lrt PDF format View image in PDF format Vsew image in PDF format View image in PDF format View image in PDF formal View image in PDF format View image in PDF format View image in PDF fermat http:." search.sLillbiz.org![nquiry/CorporationSearchiSearchResultDetail"?inquirnyty'pe=Entity'... 1/2312018 Detail by Entity Name Page 1 of 2 r ond4 D917311mant ;r Siale h. Depar"ment Stag 1 Division of Corporations / Search Records / Detail By Documerl Number / Detail by Entity Name Florida Profit Corporation ANFIELD CONSULTING GROUP, INC. Filing Information Document Number P10000047048 FEI/EIN Number 27-2784703 Date Filed 06/03/2010 Effective Date 06/01/2010 State FL Status ACTIVE Principal Address 201 West Park Avenue Suite 100 TALLAHASSEE, FL 32301 Changed: 01/27/2014 Mailing Address 201 West Park Avenue Suite 100 TALLAHASSEE, FL 32301 Changed: 01/27/2014 Registered Agent Name & Address REBOSO, NOREEN 201 West Park Avenue Suite 100 TALLAHASSEE, FL 32301 Name Changed: 01/26/2015 Address Changed: 01/26/2015 Officer/Director Detail Name & Address Title MGR REBOSO, NOREEN http://search.sunbiz.org.'Inquiry'CorporationSearch/Sr archResultDetail?inquirytype=Entity... l'23!2018 Detail by Entity Name Page 2 of 2 201 W PARK AVE STE 100 TALLAHASSEE, FL 32301 Title MGR BALIDO, ALBERTO 201 W PARK AVE STE 100 TALLAHASSEE, FL 32301 Annual Reports Report Year 2016 2017 2018 Filed Date 01/16/2016 01/06/2017 01/12/2018 Document Images -- ANNUAL REPC1RT 0106,2017 — ANNU.aL PEPoPT 01 1!611:2'3 — ANNUAL PE2C1P1- 11:12,3.,2015 —.ANNUAL PE,-1,-:FT C.27-2,: 14 01.2'3:2C, 13 -- ANNUAL REP1TRT 01.(14-20 ANNUAL PEPCPT 01f10:12(111 —.ANNUAL PEP 06.:0:1201e, P,toqt View image in PDF format View image in PDF format View image in PDF format View image in PCF forma; View image in POF format View image in PDF format ‘1,2W image in POF format View linage in PDF format View image in PDF formal http://seareh.sunbiz.orgfInquiry/CorporationSearchiSearehResultDetail?inquirytype—Entity /23 '2018 Detail by Entity Narrte Page 1 of 3 Ronda Depar neat of Safe Caen;PA yf;a .; i iJpforg Lir ri r •_____ Depar+ment of State / D.;sion of Corporstirsrs / Searcil Records / Detad By Documenl Number / Detail by Entity Name Florida Profit Corporation CES CONSULTANTS, INC. Filing Information Document Number P97000085972 FEI/EIN Number 65-0792884 Date Filed 10/06/1997 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 02/23/2001 Principal Address 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Changed: 02/08/2016 Mailing Address 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Changed: 02/08/2016 Registered Agent Name & Address ORTIZ, RUDY MPVS 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Name Changed 10/31/2011 Address Changed: 02/08/2016 Officer/Director Detail Name & Address Title CEO ORTIZ, RUDY MPVS http://search.sunbiz.or4g/l nquiry/CorporationSearchiSearchResultDetaiNinquirytype=Entity... 1 /23 /2018 Detail by Entity Narne Page 2 of 3 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Title VP Vazquez, Fernando 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Title VP Goblisch, Walter Bud 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Title VP Fouch, Ranthus 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Title VP Perera, Luciano 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Title VP Said, Morsy 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Title VP Hoot, David 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Title President Guillory, Blake 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 http:!'searsh,sunbiz,org'Inquit iforporationSearehlSearchResultDetail?inquiDtype=Entity... 1/23'2018 Detail by Entity Name Page 3 of 3 Annual Reports Report Year 2017 2017 2018 Filed Date 01/04/2017 02/15/2017 0110212018 Document Images 01:02120I a — ANNUAL REPORT 0g,15,2017 - -.A (ENDED ANNUAL REPCPT pen3,201--AMIENDE0 ANNUAL REPORT 021 5120 i 7 -- AMENDED ANNUAL REPORT 0 t r0.4: 1O 17 — ANNUAL REPORT 02.05i2016 — AMENDED ANNUAL PEPCPT 014)d 2r116 -- ANNUL REPOT 04.05i2e15 ,- AMENDED ANNUAL REPORT 01:02:2015 -- ANNUAL REPORT 0110312014 -- ANtil)AL REPORT 01.18i2013 — ANNUL REPORT 0111 i)/201 Z -- ANNUAL REPORT 10131i201 1 -- ANNUAL REPORT 01 r03r201 1 .. AMKIAL REPORT 01.05.21) ! 0 -- ANNUAL REPORT 02r1212CC6 -- ANNUAL DEPORT 03r2r3i2005 —,ANNUAL PEPORT O1%10l2007 --.ANNUAL REPORT Of:1312005 .. ANNUAL REPORT 01 04.2005 — ANNUAL REPORT 01(06,2004 — ANt•1LAL P,E?ORT O1 13/2003 —.ANNUAL PEPORT 02 27i2002 -- ANNUAL REPORT 02/2312001 -- REINSTATEMENT I Qi06;1397 — DUin slic Pr Fit articles View image in PDF formal View image in PDF formal View linage in PDF format View image in PDF format View image in PDF format View image in PDF formal View image in PDF formal View image in PDF format View Image in PDF format View image in PDF format View image in PDF formal View image it PDF formal View image in PDF format V1ew image in PDF format V ew image in PDF format View image in PDF formal View image in PDF formal View image in PDF formal View image in PDF format View image in PDF fomlat View Image in PDF format View image in PDF format View image in PDF format View image in PDF faimat View image in PDF format .-:,na Dtcaemant 11 %lace, Divsoa •1 _ar.,nra,.. http://search.sunbiz.org.'Inquiry-/CorporationSearch/SearchResultDetail?inquirytype=Entity... 1 /212018 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Prated COMPREHENSIVE STOR.MO/ATER MASTER PLAN UPDATE P utne1 No FL A31.1832 [resort/two CUMPREHLNSIVE SFI)Ieh1WA[EH MASTER EL AN UPOA I E 1 STAFF CLASSIFICATION Job Classificationp_w.__ --. CA00 Operator Survey Tech pSM Pusiliun s Position 5 Pusillon 6 �poslli0n7�'- SCatt Hows S.rlaly Average Staff' Came namo lama name name name lama App0cablo Rate Rate: $27.00 Ratd: 530.00 Rate: S43.00 Ram: Rate: Rata: Rate- By Ir Cost By Rai. Fur Mao Fuel Man C062 Man Currie Man lest! heals Actr+nty Mures Aetwdy __ hoursAi:Uvrly __I hours Achnly_ Work ACUvlty 1 Hunaunml and Vemcal Control Survey 2 GE'S locale 500 !vultures 3 Survey 500 leaeures 4 Perform 500 bulk9ny lmvbe0. nuer olevavuna 5 Sea+vall Soucy b Aenal Taroul Growrd Comm! 7 Canal Cross Se feels 9 '19 111 It 13 14 15 r16 17 10 79 120 21 22 23 124 25 21i 27 Man Cool/ Mau Cosh Man CUSS. hours Activity _ hours Ar;Ilvity 1 11-e15 Aulthoy 6 3440 24 SI 912 300 S4 590 80 $2 4110 40 51 720 200 S5400 80 52 400 40 51.720 200 55,400 60 52,400 40 1 Si 720 400 510,800 240 57.200 40 92 054 20 511U0 16 Saari 150 54 050 120 53 600 75 03 225 Total Staff Hours 1130 628 283 Total Staff Cost S30,510 00 578 840.00 512 169 0u Total Y. of Work by Pba'rli0n 55 4% 30,81'„ 13 9'A, ESTIMATE OF SURVEY CREW COSTS 1 3 - mm! Survey %rev/ 385 clew days at 4 - marl Survey Grew _ Crew Jays al • 51,12000 yday oe s►rearef4Sr lday a 5 NuleS I 1 nl5 sheet r5 ib be used by Prime Consultant to r:akulare die Grand Total Fee 2 Marwany ereei Ica Irum vault subvun*911aa11 Unused ootcunsullanl roots bray be hidden 3 thv basis tar wmk 3cbv7y uescnpltuns shell be Mu FICErFD['ll SLmdard Scup/ and Stab Huua Esbrrrabon Handbook. +. ,i uw...i,•,�,„ tit +....wanes Cobs/Harrl Name 1.1A0UNNE CORN Lunlracl Nu enler curraullarla pouf. number Otte 1r24+2U16 Fslmwlvi A6eahanr Fladad PS64 Activity Activity Task 32 51a212 529 75 305 56 980 6 S29 03 320 $9 520 549 75 320 59 520 1 52u 75 669 520.064 529 IU 46 51 290 535 70 345 510875 53152 2041 S81,519,00 $30.14 1 - SUBTOTAL ESTIMATED FEE: lmulelpli.r 2.91 5176,406.10 Subconsullanl. Aenal Fhlu[ugianreby 575.OLIO I*U Subeuusullanl Sub 2 Subc0n5uaanl. Sub 3 Su0cunsratnnt Sub 4 Subcunsullanl Sub 5 2- SUBTOTAL ESTIMATED FEE: S263.40810 eoler7lre.a0 Field art Lab Teaing Survey F ee fur survey crew Feel 54:re 11.0.10 Ulher Mier: Fee Enter Fee Debcrlplron 5-SUBTOTAL ESTIMATED FEE: 5685,725,10 artaarwlal Ser uir:ea ('lllewailtal Iiernrbulsaules IAlluwane0l GRAND TOTAL ESTIMATED FEE: 5986,726.10 ESTIMATE OF WORK EFFORT ANO COST - PRIME CONSULTANT Plul0cl Comprenensrve Stormwater Master Plan Update Proler.l Nu 6- 30632A Lseacrrplwn u:ny 01 Munn SWmrwatel M451e4 Plan Update Jog IIlasslllco1ion Project Prdsclpal Sian Fernando Vazquez Applicable Ralo Rasa. 372,16 Work Activity 0.1an CowV Aclml __ _ liuurs y 1 RevrewASsessfeent of Existing City 5h41egles -_- 4--T--5266 2 Alle,ldante al Select Meetings s Piev,ue EIlyinc,1114 LApen.Se. Advice. Consuling A kev.aw Of Caprlal Improvement Program 5 Assistance w111 Ueuelaprllent of CIP Schedule e GOurdrnalmn w1ld Plea n1U Nelghb0rh00d PioleetS I' 141 11 .12 113 15 16 17 18 16 20 21 21 23 24 25 26 27 4 6577 529d 528U 5144 {,�usullalit f4muu CE.S Conyubanls. Inc. I:unlyd3 Nu. M•17151y Wee 12r62017 Eelenetar Random Pouch STAFF CLASSIFICATION Prinelpal EnyrlQA Proleut Manager Plc/Pact E gi4lour T ehnician]CAi70 IEPublic Particlpalion -Ppsulon 7 .'- S01 Hours Ranthuo Fouch Hasan Raul Erik Al aurora 1 Mireye Roy Lorgha Tabor name Kato: 576.92 Rate: 550,41 ' Rale: 534.40 Rale, SUMI Rule. 543.27 .Rate; By kla ,. ffMan Lust' A[ewly Mall Cu6p Achwlyf Man 1.:GSV Aunity Man 'COSI'AJ,nly LWn CuvV A,.Lwly ,,aV.uldwly Aclieity haura i _.___havers MOWS hu4as huU.a by n, -' 6 54t14 .•--- $113 _— iI B S4I74 I _ 8 5'14n 18 I St.231 4u 1211I9 1 4U $1.3d15 I 16 8555 -. 8 Sc15 40 5201u II 40 313t:0 1 _ i {� I $177 4 5300 32 51 d 15 32 S 1 088 l 1 4 5306 8 S-0Li4 tl 5272 I i j 16 _ I $r;u2 .1___ I I. .__._ Total Staff HOW! 7 Total Stet Coat Total S of Work by Position 22 FSTILIATE CIF SLAVE YCRFW COSTS 3 - Ilion Sulvey':law VOW days at 4 - new Sulvey eiew ... crew days at 32 SI 56752 52.461,94 8 51,, /day = 5 day a $ Nines 1 This sheet rs l0 be used 0y Probe Consullanl lu dak:ulale the 0141)8 1 Vial Fee_ 2 Manually erne( lee till., each subcansullant. Unused sabccnsulla,1 Incas may be bidden J Tli4 hasis fur work Vrtlully descnplmns shall be the FICEIFCU1 Bwndard Scope and Sian Hob, E>lurairen Harldbuek q .. 1-en. I1: Ma..xa nim'A L 136 1 120 56 806 28 , 35 54 08u.6U I' I $537.76 51.384 64 451. 854 Salary��� Avarugv Cost By Actwlty Ra[r Per Task lb 24 112 9ti 72 as 5due 154 14 St 427 353 J0 35 168 54614 54 456 546 42 53300 54503 81,1120 $47 eu 516.936.69 $47.31 1 -SUBTOTAL ESTIMATED FEE; 'multiplier 2.9) Subuwl3ullalu Enter Name e1 Sub I Subuellsullaill Sub 2 S.41iu14si41ati1 Sub 3 Se bannsullel Sub4 Su baunsulrani Sub 5 2 - SUBTOTAL ESTIMATED FEE: ieediecluoul Field and Lab 1 eslnlg ]wvey Fee tut Sui uey Crow Feel Ulbol klr.c. f cc Eller Fee DescllpIlun 3 • SUBTOTAL ESTIMATED FEE: A4a1Iwu4I Sarat:aa IAliuwan.zl Holoul.nsabfcs lhAe y.te.0 l ORANO TOTAL ESTIMATED FEE: 5 149,116.26 549 116.26 549.116.26 51 000 0u 510.116.26 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Pmleel COMPREHENSIVE STORMWATER MASTER PLAN UPDATE Pulled N, H• 30832A t+esulpbun Public IIIIIaslrur:[me edunnalmri Caiilpaigns Meda C.eaaiwl nut Cowdmalwn STAFF CLASSIFICATION .lab Classificagm —. - — ._� i_ . . _.. 4--_—__ l —Position 1 PosPosition2 Position —' i•- 3 Pusnbn 4 Pusnlon Position 6 Position 7 • tSN Noun Salary Average ' Stan Oscar Gonzalez Jorge Valens name Hama name name name Applicable R.410 Raw: 548.07 Rale'. 527.27 Ram: I Rate: Halo: Role: 'Rate: BY Cost By Rate Pur Man Luse; Main 1 air Man Cosb Mall ----- WM1r1lActyvll]I .1 Alan Cus[ 1,1'1II Cost: Ault cl *l hems Arimiy hulas Actnely hums AI.'.lwny hums Ai tot., nuns Aauvily noes I /..•holy hums Agiy4y Activity Activity Cleallon al PI media ietectmnlupnnledl 20 Rib] 40 51. 0$1 Z Coordination wICdy re PI for PIN infrastructure miss 3 Cuordinalwn wrCny on workshops 4 Create special lido 64 I pargnslslwnsealer MP 5 A11and Sulkermlder M7geklebneff1eportinglcloseolll T 8. , 9 10 •12 ,13 '14 15 le 117 119 Z0 121 •22 123 '24 125 25 27 Total Stan Hours Total Stan Cost Total ' of Work by Position 24 24 10 40 51 154 51 154 Seel 51.923 6 6 40 15 51E4 5154 51 o5 $405 118 107 1� 55 672.26 1 52.917139 524% 4?599 'STIhjA F F f IN 1'f15T3 3 - Hurl Sunray Crow crew days at 4 • nlan Survey Crew _ Clew days al *day = 5 r day = 5 - Niles I. 11168 511e111 i6l0 be used by Punic Consultant to calculate lice Grand Total Feu. 2 Manually miler lee nuul each subconsullant. Unused subwhsuilant raves may be hidden 3 The basis lur work acuvny easereinone snail be the FICEIF Ul3t 5ta1Ward Scope and SIolt Hum L5hn1411w1 Handbook. Consultant Name Media Rnlalwny (hoop 1L1; L ui taut No enter *ui15lillanls pre nurnbur Dale IZ11..20 I Eslmialui Paulene Summers 8d 52052 70 51.317 30 $1317 50 51 572 55 52.332 225 Task 534 20 $41 g1 54351 531 43 $42 40 I 58,590.15535,18---� 1- SUBTOTAL ESTIMATED FEE: {multiplier 2.51 524.911.44 Subc0116u114111 Minna Relations Lamm. LLC Sdb0011Sunant Sub 2 Subconsultant Sub 3 St/UW.1 canard Sub 4 Sub0On6ultaiil Stab 5 2 • SUBTOTAL ESTIMATED FEE: 524.9t1.44 �eulcuegcal Fmld and Lab Testing Sul vey f eatul hirmy Clew Fee] 5 - comer k1,se F4e Osier Fee Aescrlptiun 1- SUBTOTAL ESTIMATED FEE: 524,511.44 Ad:lit. i 1.1l Salwi.es IAIIuwalhel fiernlbursabies IAIlcwancol GRAND TOTAL ESTIMATED FEE' 574.511,44 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT 111u1c11 Pi+lecl No la/ 1neaulphun Local Reslhency and Adaplalwn CuonnIurucapanS end Green & Sustainable Standards and Design Cnlclla Job Classnlcatio11` ,_ f-"Position Y 1 Pas-iillan3 Staff ]Tula Ragua Alec Bogdan00 Applicable Rale Rate: 535.00 Rahn: 348.00 Work Activity Man Gust/ Mali Cuall huWd Aitirnf I.uur5 ! Acllvrl/ 1 Attendance POOL Work lrmasul.uure Meetings 24 Seal} 24 51 152 : 2 Reporting 0IPlucee4lny 24 5340 24 SI 152 4 Courdmabwn wrth anaanadlel /swain. plan elements 4 Caw' fi latwn. WlnntunjCaLulld anal plantlnty of 5 public anti city alasonolder workshops and meetings :nuew u1 capllal uoplaunmonts program for 7 allynnle111 with current and proposed resllancy a and sea level use elements 1 h2 113 14 !IS 20 21 22 123 24 125 21i 127 48 5040 24 $1 152 $1.680 25 $1.200 STAFF CLASSIFICATION Position 4 1 PaSilion S _. Michael Anhnalh name name Rate. 148 00 Rare: Rats linen fuss Mlan lash h1a11—_Cuoll n1.1us A.:Itvn'r hours Ackaty lwury Aurvey SI 153 24 I 51 152 24 51 lit 25 51 hat Total Staff Hours 12d g7 g7 Total Stan Cosl 54.20000 S4656.00 5465600 Tula' IS of Wink by Position 38.25 30 5% 30 05. 6STIMA16 nF $URVFY CREW COSTS 3 - man xavey Craw crew nays at 1 day = S 4- mall 0lII01y l: new Craw days at /day a 5 Nunes I Tres sheet. is to Ix used by Prime Consultant ld cab -Wale One Grand Tulal Fez 2 Manually enter fro Iran, edrh subl:0naullenl Unused sube0nsuflanr rows may be hidden J. The boa's 'ur wurh acovdy du5crlpburls shall be me FICEIFUOr Stan1ard Scup. 001 Sian hour estimation Handbook r.IM!011 r.IN f01011Ir v..,wva ls.un l.u1u111an1 Nerrre MA1ibt Call5aad19 Selvicas. Ins L:u1111a1.1 Nu tluie 1/11r2018 3s111nainl Position 6 r .1 ISLA Hours Salary I Average nme 1 name Rate: Kato; By Coal By Raw Par 1lal1 Cosa M1ar1 Cusb Maas I ACkAIy nuuls A1Ovdy Activity Acllv4y Task 53.144 S47 OF - 72 53.144 $4167 72 $3 144 S41 b7 49 50 51.680 52.4W $35 00 S44110 314 543.512.09 1 543.93 1 - SUBTOTAL ESTIMATED FEE: (mulnpllor 2.91 135.184.80 SubCwlaulWla Or Miguel Medals 37.1.11.101U41 Sutrcollsullaut bob 2 Subconsullanl- Sub 3 5Wcunaulla,4 Sub SubCo,miillanl buts 5 2 • SUBTOTAL ESTIMATED FEE: 559.184 00 lieale0mrl:al F Ie1d and Lab 50.111 y Survey Feu tot Survey Crew Feel s Other Misc. Fee Enter Fee Destrrpb0h 3 • SUBTOTAL ESTIMATED FEE: 559.184 00 Add4lwlai Satuvxs 1Aauwanccl Trennbu,Sa1I.S lAll0Wancel GRAND TOTAL ESTIMATED FEE, 554,1114. ad ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Flolrct City of Miami Stormwater Master Plan Fu4e1:1 Nu B. Uual.hybun Job Classifitation - - -Principal - Sian Ignacio Ser7Mia Applicable Rate Rale: 576.00 Work Activity Man Cush hours Aullslty 1 Roadway 4Jevabrnl analyses _.... u.._. ..r 4 t— S1UU 2 slutiaru rnsealer deslyn 6Nls and [Velars developnrel 4 3 C4prlal bnpruvenienls LLnceolual designs and layuo 2 I 4 Caudal Improvennods cost esurnalrun 2 5 Cefr811uUiab 1 ly revrew5 2 n Caord4ranun ul Cap168 huprovellrellts with ether CIA 4 7 Cap1a1 lmplovenreino pnasuly and scrutohng 1U 11 12 13 114 15 I'd la 122 '23 24 125 1.2,3 27 Total Stan Hours Total Stall Cost Total % of Work by Position I 4 Rate: Man hods 12 530U 12 5160 24 5150 5 S150 a 51300 24 5300 24 2` -r'----- 12U Sr. Peal. Manager Protect Manager Mark Tomczyk Michael Gonzalez 566.63 I Rate: 544.63 1:,1av 1 Man Coll/ A1.14.11y hums. A.Iiv11y 5166 2U 561r3 Syae 40 SI 765 51 575 120 j S5 356 51 1/5U 40 51.765 5525 40 51.755 51.575 40 SI.765 51 575 STAFF CLASSIFICATION Sr, Engineer Nelsen Melarena Rale: 534.33 halal Cool lraula A.nuny 411 513i2 96 1 512516 120 I 54 11u , 240 61,1 52.746 1 12U 60 52 Ub5 4U 40 5i 373 6 24 S1 DTI 4U 51,373 40 324 476 448 Engineer Patricia Rata: 530.45 plan Lost/ I slur, A-lonly 57,306 53.554 $1.256 5244 51.218 31650 00 57.875 611 514 4861 12 5144 341 58 S 13 641.60 11ti 5a:w 15714 ::I.I ;� 217:: INTIMATE OF SURVEY CREW Cf1515 3 - mall Survey Clew uaw days at 4 - mall Survey Lrew Clew days al /day a 5 /day A 5 Nutu6 1 lnrs Meal Is to be used by Prune Consult. rt 11 calculate the Gland Total Fee 2 Manually eine• ler horn Saul aubcunauhaa6 Dinned subLUnaulWilt luw5 may be toAlen 3 The bans hs work a.bolly dr68ga1wn snail be the FIL-E3SDUI 51404ard Scope di10 SW611uul taiaualwrf H41Wbo0k. t-unsultant Name SR5 Elyionrlllg Inc L5Irll Jr.1 No WA, 12/10r6117 F 51rl11Jlul 11:81ac3u 5elralla Cad Technician Ales Morales Rale: 526.00 Mal i Cost/ hour Achms 160 T 54 Ian 400 Stu 4uu ED 02 U6u l5 Clerical I Mena Garcia Rater 20 heel Gust/ I und5 4 Aollvay a 540 51611 5411 54U 51U 2 540 Staff Fours By Activity Salary Average COSI By Rate Per Activity Task 76 SJ J54 1 544 12 314 914 340 152 133 134 510 3ti0 529 066 511 504 $5 7lb 55,713 55,577 656 17 2.063 S17 1)56 DO 534013U 571.34460 1 - SUBTOTAL ESTIMATES FEE: (multiplier 2.9) Su1Gun5WWn1 Enter Anne Of Sob 1 SubLnlllunerrl Sub2 Subluublillalll 5ulxumwlanl t ullcuns4llanl Sob3 Sub 4 Nubs 2- SUBTOTAL ESTIMATED FEE: L.uulethruual head dna Lap leafing Survey Fee Iul Sulvoy Lr4W Feel 4Jlher Wu; Fcc Rrrmbursables IPrlrlbr10F 3-SUBTOTAL ESTIMATED FEE: Adllltunal Stivlur6 lAllserancel Herelbulaabiuo IAlluwairoot GRAND TOTAL ESTIMATED FEE: 53304 531 aU 5'1'i 64 SUf U1 54494 541 02 534.55 $206.956.76 5206.955 76 15UU011 52011a56 76 5205,456, 76 LL212•041Ipper 10.0 rum PPM 4.s...... o.iist. 4.04.11,101 1..13,1101411 ISO 0.11.1111SIL=1.0.12140.116 I 1.2...... •na, au 0•20- - --ai:. porpt• 77...........,.... . 0,07taualat 1iPolLax -.74 74..P.P. 7 a• wee rant • rim, VP*, 11.0 app41 Pm +Pr 20:2•40.1 I1.1 .... ler um , spawn 1.5.241. 0......1.6•14 I -11.. 621.00. 'IPOOLP.L.Otcorr , swam...a.m. ........10,20.0 MP PP.& I 11.... LAunr./. I . II• CIPIPIrn,111/ 2.•••••••• ;„. Lk . : Pr inOa leMr: 14I O101.11 LI' IIrON MOM •01 11-.11 .-o-r.•-.. r Inu__lwre_l P 011 iI u.m ! s..pr. M,:r:,,, c.i.n.li.e .., 112.,, c.aW..." . 0:.2:.2:• cr1.. 1.1• . AaOrr , . PIr.w•ir•p Mrraw an al • • .• .• • .. - - - • . - • Pe • a U.• 111 1.71,22.71- 411.1111 •11 • PI • ; PI • PP lan • P :6 pa 5. sa 021 77. 11.0 • 2: 41211 11,1 11 1111 11,0 • 1° 1 1•• ; la. Ina 3 • P21 PP P• 2.• 13,20 PP • p sr : L. Laz L. • , L., . - Id 122 se. . . . . • .7 ' , I ur : i wa0 : .-r : 1,2 iv .. Pe le • P ; a SP .1 Inn . .2 , 11. 1•1 19 : ... I ‘ la I 111.• 1 1. WI .. VI ... ... ...1. ,.. : 1. . ..". .... . . '. . la I .7 1777.7 , 1 5: Jab . 10 so : A pw.0 0 i . . i It • la LP : LP I t '. pi II Lip 11•2 14 1 : '- "L : - l' .:572: - .2 - :: - " • p PP : - •- ' F : -_.: : 1 sa 1.1 . 7 o7a • sa , la • 7 . , . PI 10 Ur 101 I: ; PO • IP P ▪ : ..•' 1 - 1.1•• 2. ▪ ' PO 7 . • ' TOW a • ••••21-...... • pp war Ara.. 41411411116 DOT Arms r• am pp '1727. - • 7 7 ss, aa 11.42114 in Ilan r , : osi : I, : SI . .•2 um 1044 up on , . • :: : ::','1 - :'9-. • • -: --T. . ;-] -; ••:.7 • ; -_-, 7.7 -: "' • • I - 7; -: , ••:, -- ',. • ; ; `' :-' ; • : •; 1 ;77 • . OP . • I r I : : : II 0/11 OP : : : t : : .7•0' • ; : a• UP, . :174 IP pa __PP: _•:;.- .....1 P.M _ ..: . :I,: _ 1,_.; 1:l ; .. : 1171,1111:1 1.70 • p I 4 al .2. 111 . 5 - 1111 :•. 77,77,707 - 101 pa in 1.0 ; a 19 :• 21 1. : n PI Pr : OP On lai 1:1 . : Os re . .0 ILI 1. ni . PP E -a= - - V0.17:-.7'... 17: - . : . V" _:. :•; al - ••'- '•'. 0 .1, 1/0 IP . Iva. a p 1.1 lilt • LP t• N. az NS ' • . .A. IL,: : L. 1. VI Dr . PPM PP : W.. - •-:.::, ::: PP 10 Pa : OW ea 7 IIIIII • P. : 111.1 LSD Fra 27311 In MA NS .......1 1•11 , mmu_, an „ pa... _ op Pail a iv _ PPP pu. ; was - : - 4-h-L7-'•-••••;-- "•--- ' - " .- 7 - 7: - • - 7. • 1,1,., • _ la 0 IP a LO • I PP I pm r 11. : . pp WIPP 111 1111 ..11 1214 11 LI WS PP PI PP 01 . Ign . PP. Pr 1.11111 1.111•0 •L 1010 OP 1.1 MS ; PI. Le PP. strut ow • -1• 2 • 20 7 .1- 7 21: 0 PRO PP • PI P „ „ Pal . ▪ . 10 1 1. 211111 UP • nI 1•12 1!. • - 777-- 1 I: P .113 112_1_0 la • • PIO 1 111.10 1. i Pan • p , . la 111. • Nal lin t 1 .6 r - ••; 7 -lir: 1-7-7-:7i7i; ta. or• . a. 7. pie I ; IP • PI -2 P •• On . Par 1. P PL1, OW a . • • 4111 . 1.• 111.1 -22...a0 11"/ • aP I 11. Pa / .111.141202,1L 111111•1125 12111 1.1047.. -1201.20.2.1apirPOISPri0 11•111.114 eparouL w sumo r •• wiu eu