Loading...
HomeMy WebLinkAboutExhibitCity of Miami, Florida Contract No. RFQ 16-17-006 Exhibit 1 CITY OF MIAMI PLANNING DEPARTMENT PROFESSIONAL SERVICES AGREEMENT Service Category Contract Type Consultant Southwest (SW) Streetscape and Street Tree Master Plan Services Project Specific CURTIS & ROGERS DESIGN STUDIO, INC. TABLE OF CONTENTS ARTICLE 1 DEFINITIONS 5 ARTICLE 2 GENERAL CONDITIONS 8 2.01 TERM 8 2.02 SCOPE OF SERVICES 8 2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION 8 2.04 COMPENSATION 8 ARTICLE 3 PERFORMANCE 9 3.01 PERFORMANCE AND DELEGATION 9 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL 9 3.03 CONSULTANT KEY STAFF 9 3.04 TIME FOR PERFORMANCE 9 3.05 STANDARD OF CARE 10 ARTICLE 4 SUB CONSULTANTS 10 4.01 GENERAL 10 4.02 SUB CONSULTANT RELATIONSHIPS 10 4.03 CHANGES TO SUB CONSULTANTS 10 ARTICLE 5 DEFAULT 10 5.01 GENERAL 10 5.02 CONDITIONS OF DEFAULT 10 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE 11 ARTICLE 6 TERMINATION OF AGREEMENT 11 6.01 CITY'S RIGHT TO TERMINATE 11 6.02 CONSULTANT'S RIGHT TO TERMINATE 11 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT 12 ARTICLE 7 DOCUMENTS AND RECORDS 12 7.01 OWNERSHIP OF DOCUMENTS ' 12 7.02 DELIVERY UPON REQUEST OR CANCELLATION 12 7.03 RE -USE BY CITY 12 7.04 NONDISCLOSURE 12 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS 13 7.06 E-VERIFY14 ARTICLE 8 INDEMNIFICATION 14 ARTICLE 9 INSURANCE 14 9.01 COMPANIES PROVIDING COVERAGE 14 9.02 VERIFICATION OF INSURANCE COVERAGE 14 9.03 FORMS OF COVERAGE 15 9.04 MODIFICATIONS TO COVERAGE 15 ARTICLE 10 MISCELLANEOUS 16 10.01 AUDIT RIGHTS; INSPECTION 16 10.02 ENTIRE AGREEMENT 16 10.03 SUCCESSORS AND ASSIGNS 16 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE 17 10.05 APPLICABLE LAW AND VENUE OF LITIGATION 16 10.06 NOTICES 17 10.07 INTERPRETATION 18 1 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 10.08 JOINT PREPARATION 18 10.09 PRIORITY OF PROVISIONS 18 10.10 MEDIATION - WAIVER OF JURY TRIAL 19 10.11 TIME 18 10.12 COMPLIANCE WITH LAWS 18 10.13 NO PARTNERSHIP 20 10.14 DISCRETION OF DIRECTOR 20 10.15 RESOLUTION OF CONTRACT DISPUTES 20 10.16 INDEPENDENT CONTRACTOR 20 10.17 CONTINGENCY CLAUSE 20 10.18 THIRD PARTY BENEFICIARY 20 10.19 ADDITIONAL TERMS AND CONDITIONS 20 ATTACHMENT A - SCOPE OF WORK 25 ARTICLE Al GENERAL 24 A1.01 OVERVIEW 25 A1.02 BACKGROUND INFORMATION 25 A1.03 MINIMUM REQUIREMENTS 26 A1.04 SUMMARY OF SCOPE OF SERVICES 26 A1.05 SCOPE OF SERVICES 34 A1.06 WORK ORDERS 30 A1.07 PAYMENTS 30 ARTICLE A2 OVERVIEW OF PROJECT SERVICES 30 A2.01 DEVELOPMENT OF OBJECTIVES 30 A2.02 SCHEMATIC DESIGN 31 A2.03 DESIGN DEVELOPMENT 32 A2.04 CONSTRUCTION DOCUMENTS 32 A2.05 BIDDING AND AWARD OF CONTRACT 34 A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT 35 A2.07 TIME FRAMES FOR COMPLETION 38 ARTICLE A3 ADDITIONAL SERVICES 37 A3.01 GENERAL 37 A3.02 EXAMPLES 37 A3.03 ADDITIONAL DESIGN 39 ARTICLE A4 REIMBURSABLE EXPENSES 38 A4.01 GENERAL 38 A4.02 SUB CONSULTANT REIMBURSEMENTS 40 ARTICLE A5 CITY'S RESPONSIBILITIES 40 A5.01 PROJECT AND SITE INFORMATION 40 A5.02 CONSTRUCTION MANAGEMENT 41 SCHEDULE Al - SUB CONSULTANTS 42 SCHEDULE A2 - KEY STAFF 42 ATTACHMENT B - COMPENSATION AND PAYMENTS 43 ARTICLE BI METHOD OF COMPENSATION 43 B1.01 COMPENSATION LIMITS 43 B1.02 CONSULTANT NOT TO EXCEED 43 ARTICLE B2 WAGE RATES 43 B2.01 FEE BASIS 43 B2.02 EMPLOYEES AND JOB CLASSIFICATIONS 43 B2.03 MULTIPLIER 43 B2.04 CALCULATION 44 B2.05 EMPLOYEE BENEFITS AND OVERHEAD 44 B2.06 ESCALATION 44 ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION 44 B3.01 LUMP SUM 44 B3.02 HOURLY RATE FEES 44 B3.03 REIMBURSABLE EXPENSES 45 B3.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES 45 B3.05 FEES FOR ADDITIONAL SERVICES 45 B3.06 PAYMENT EXCLUSIONS 44 B3.07 FEES RESULTING FROM PROJECT SUSPENSION 44 ARTICLE B4 PAYMENTS TO THE CONSULTANT 44 2 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 B4.01 PAYMENTS GENERALLY 44 B4.02 FOR COMPREHENSIVE BASIC SERVICES 44 B4.03 BILLING — HOURLY RATE 44 B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES 44 B4.05 DEDUCTIONS 45 ARTICLE B5 REIMBURSABLE EXPENSES 45 B5.01 GENERAL 45 B5.02 REIMBURSEMENTS TO THE SUB CONSULTANTS 45 ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 45 B6.01 GENERAL 45 SCHEDULE B1 — WAGE RATES SUMMARY 46 SCHEDULE B2 - CONSULTANT NEGOTIATED PRICE 50 SCHEDULE B3 — CONSULTANT INVOICE 51 3 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 CITY OF MIAMI PLANNING DEPARTMENT PROFESSIONAL SERVICES AGREEMENT Service Category Southwest (SW) Streetscape and Street Tree Master Plan Services (RFQ No. 16-17-006) Contract Type Project Specific Consultant Curtis & Rogers Design Studio, Inc. Consultant Office Location 7520 S Red Road, Suite M, Miami, Florida 33143 City Authorization Resolution # R-TBD Agreement Number RFQ 16-17-006 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 Curtis & Rogers Design Studio, Inc., hereinafter called the "Consultant". RECITAL A. The City issued a Request for Qualifications ("RFQ") No. 16-17-006 on May 24, 2017, for the provision of a full range of urban design and planning, landscape architecture and engineering services in the development of the Southwest Streetscape and Street Tree 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 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 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 means 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 Planning and Zoning Department. 1.13 Director means the Director of the City Department designated herein who has the authority and responsibility for managing the specific project(s) covered under this Agreement. Unless otherwise specified herein or in a Work Order, for the purpose of this Agreement, the Director is the top administrator of the Planning and Zoning Department 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 5 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 for the construction contractor to perform rework or additional work or which causes a delay to the completion of construction. 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 all 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, Scope of Services 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 or Projects shall be further defined in the Scope of Services and/or Work Order issued pursuant to this Agreement. 1.24 Professional Services mean 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 shall 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. 6 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 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 mean 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 Consultant as required pursuant to City Code Section 18-87. 1.30 Sub consultant/Subcontractor 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 mean 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 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 ARTICLE 2 GENERAL CONDITIONS 2.01 TERM The term of this Agreement shall take effect upon the date written above upon its execution by the authorized officers and shall terminate upon satisfaction and completion of all the terms and conditions of the Project by the Consultant and Final Payment is made to the Consultant. 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 (to be determined), which is incorporated into and made a part of this Agreement. 2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS (FORMERLY REFERRED TO AS COMMUNITY BUSINESS ENTERPRISE ["CBE"]) 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 Small 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.gov/smallbussiness/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 payable to the Consultant by the City, exceed $610,247.77, as detailed in Schedule B2, Phase 1 Negotiated Price Proposal, attached hereto, for the services as described and attached hereto as Attachment A, Scope of Work, 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 fee for basic services in the amount of $580,247.77, plus reimbursable Expenses in an amount not to exceed $30,000.00. Compensation shall be negotiated at the time of need for Phase 2 this Project. If compensation cannot be satisfactorily agreed upon the City will not proceed with the Consultant for this Phase. 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, Consultant's Competitive Negotiation Act. 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 8 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/1 8/201 8 City of Miami, Florida Contract No. RFQ 16-17-006 Consultant shall utilize Attachment B, Scheduled 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 Consultants 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 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 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, 9 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 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/Subcontractor, 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 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/SUBCONTRACTOR 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, or fails to comply with any applicable law, code, rule, regulation or permit, in performing this Agreement, 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. 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: 10 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/1 8/201 8 City of Miami, Florida Contract No. RFQ 16-17-006 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, permit, 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 Director's authorized 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 last 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 cure. ARTICLE 6 TERMINATION OF AGREEMENT 6.01 CITY'S RIGHT TO TERMINATE The City, including the Director or 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. 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. 11 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 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. 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/Subcontractors to comply with the provisions of this paragraph. 12 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS The Consultant shall 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 shall 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 required by the City to perform the service; (2) upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the City; (4) upon completion of the contract, transfer, at no cost, to the City all public records in possession of the contractor or keep and maintain public records required by the City to perform the service. If the contractor transfers all public records to the City upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 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 DIVISION 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. THE CONSULTANT MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. 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. Southwest (SW) Streetscape and Street Tree Master Plan Services 13 Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 ARTICLE 8 INDEMNIFICATION It is the City's longstanding policy that the Consultant shall indemnify, hold harmless, and defend (at its own expense) the City, its officers, agents, directors, and/or employees from all liabilities, damages, losses, judgments, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Consultant and persons employed or utilized by Consultant in the performance of this Contract. Consultant shall, further, hold the City, its officials and/or employees, harmless for, and defend the City, its officials and/or employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent. 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 725.06 and 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 Agreements. 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 14 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 The Consultant shall furnish certificates of insurance to the Risk Administrator for review and approval prior to the execution of this Agreement. The Certificates shall clearly indicate that the Consultant has obtained insurance of the type, amount and classification required by these provisions, in excess of any pending claims at the time of contract award to the Consultant. The Consultant shall maintain coverage with equal or better rating as identified herein for the term 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. Southwest (SW) Streetscape and Street Tree Master Plan Services 15 Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 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, Indemnification, herein where the Consultant shall pay the City's 16 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 reasonable attorney's fees, when the City must institute, claim or intervene in a civil action to compel the Consultant to comply with the Indemnity. 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 City of Miami: Emilio T. Gonzalez, Ph.D., City Manager Office of the City Manager City of Miami 444 S.W. 2nd Avenue, 10th Floor Miami, Florida 33130-1910 Email: etgonzalez(a�miamigov.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(cr�miamigov.com Phone: 305-416-1910 For City of Miami (continued): Victoria Mendez, City Attorney Office of the City Attorney City of Miami 444 S.W. 2nd Avenue, 9th Floor Miami, Florida 33130-1910 Email: victoriamendezmiamiqov.com Phone: 305-416-1832 With Copies to: Francisco Garcia, Director Planning and Zoning Department City of Miami 444 S.W. 2nd Avenue, 3rd Floor Miami, Florida 33130-1910 Email: fgarciaAmiamigov.com Phone: 305-416-1400 For Consultant: Aida Curtis, President Curtis & Rogers Design Studio, Inc. 7520 S. Red Road, Ste. M Miami, Florida 33143 Email: aida(c,curtisrogers.com Phone: 305-793-8214 Southwest (SW) Streetscape and Street Tree Master Plan Services 17 Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 10.07 INTERPRETATION The language of this Agreement has been agreed to by both parties to express their mutual intent and no rule of strict construction shall be applied against either party hereto. The headings contained in this Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement shall include the other gender, and the singular shall include the plural, and vice versa, unless the context otherwise requires. Terms such as "herein," "hereof," "hereunder," and "hereinafter" refer to this Agreement as a whole and not to any particular sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as a whole, including all of the subsections of such Section, unless the reference is made to a particular subsection or subparagraph of such Section or Article. 10.08 JOINT PREPARATION Preparation of this Agreement has been a joint effort of the City and 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 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 18 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 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 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. 10.12-3 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. 10.12-4 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, contractibility, 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 their 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 PZ, as identified in Article 10.06, Notices. Upon receipt of said notification the Director of PZ shall review the issues relative to the dispute and issue a written finding. Should the Consultant and the Director of PZ 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. 19 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 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: (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 or agent 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 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 IN WITNESS WHEREOF, the parties have executed this Agreement No. RFQ 16-17-006 as of the day and year first above written. WITNESS/ATTEST: Sig : •re Print Name, Titl ATTEST: V-;/ Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: CONSULTANT, CURTIS & ROGERS DESIGN STUDIO, INC. Signature /Jc. CLOFv 5 /'re P c(c k- Print Name, Title of Authorized Officer or Official (Corporate Seal) CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Daniel J. Alfonso, City Manager APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department Southwest (SW) Streetscape and Street Tree Master Plan Services 21 Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a corporation organized and existing under the laws of the State of , held on the day of resolution was duly passed and adopted authorizing (Name) (Title) of the corporation to execute agreements corporation and providing that their execution thereof, attested by the secretary 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 20 Secretary: Print: ,a as on behalf of the of the corporation, , day of CERTIFICATE OF AUTHORITY (IF 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 partnership and provides that their execution thereof, attested by a partner, shall act and deed of the partnership. 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: behalf of the be the official Name Street Address City State Zip 22 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 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 SS: COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20 , by , who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC 23 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 ATTACHMENT A - SCOPE OF WORK ARTICLE Al OVERVIEW The City of Miami (hereinafter referred to as "the City") is contracting with Curtis & Rogers Design Studio, Inc., (hereinafter referred to as "the Consultant") under a non-exclusive Agreement, to perform a full range of urban planning and design, landscape architecture and engineering services to create a Master Plan and schematic design for the distinct neighborhoods and commercial corridors within the southwestern municipal boundaries of the City (hereinafter referred to as the Project). The overall Project goal is to develop a blueprint for the City's use in the implementation of a cohesive and meaningful vision which most efficaciously builds upon other City planning efforts, through a creative and imaginative design unifying street tree canopy and water efficient plant palette. The Consultant must recognize the interconnectedness of natural resources and greening projects, as well as focus on sustainable features. A traffic analysis and/or traffic study and parking assessment must also be performed to evaluate existing traffic and parking conditions, and impacts on future residents. ARTICLE A2 BACKGROUND INFORMATION The City is located within the eastern coastal portion of Miami -Dade County, Florida. Incorporated in 1896, the southwestern portion of the City is comprised of several distinct neighborhoods and commercial corridors. The area identified consists of approximately 6.7 square miles and is one of the City's most densely populated regions with the greatest tree canopy deficiency. The Consultant's Plan must demonstrate the most thorough understanding of the City's planning goals, and categorize how urban greening projects can maximize the City's environmental and place -making objectives, while identifying strategic opportunities which: a) Strengthen the sense of place, neighborhood identity and aesthetics, through the identification of strategic tree planting locations at gateways, thoroughfares and choice of species to identify specific districts along major corridors, and the reintroduction of native local plant species; b) Build the community's resilience to the impacts of climate change through tree shading to reduce the heat island effect; c) Maintain and enhance the quality of the air, water and land through a mature tree canopy's ability to sequester carbon and release oxygen, and filter storm water; d) Promote and encourage actions that reduce greenhouse gas emissions through the creation of attractive and comfortable pedestrian and cycling routes which foster the use of alternate modes of transportation; e) Create of a roadmap by which a sustainable urban forest can be developed, and implement a planning process that will support and cultivate the maintenance of ecological, social and economic functions and benefits, over time; and f) Promote awareness with City residents, on the benefits of trees, through community education and outreach. The unique character and potential of each neighborhood, as well as the challenges of the individual area, must be contemplated thoroughly. Additionally, the plant material(s) to be utilized in the ongoing maintenance and enhancement of each roadway, gateway, median, neighborhood and historic district, shall include a recommended plant palette. The Consultant's Plan shall: 24 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 a) Include an analysis of the existing site conditions, tree inventory, along with the recommended improvements, the phasing/priority, cost benefit analysis and the estimated costs associated with the implementation of such recommendations. Emphasis shall be placed on the sustainability, ease of access and egress, and the creation a coherent Plan design statement within the City. b) Complement the existing Coral Way, Underline Corridors' and Miami Green Commission Tree Master plans, and applicable provisions of Chapter 17, Trees/Environmental Protection of the City Code. Sustainability and conservation of resources shall be an integral part of the Plan, and recognized as a Project goal throughout. Consultant shall incorporate sustainable landscape within all of the in support of a sustainable design theme which consistently projects a positive statement to the community, and its visitors alike. Plan recommendations, at a minimum, shall consider sustainable planning, building, site, and design practices. Community input on how to expand upon the following objectives, is mission critical in achieving Project sustainability goals: 1) Permeable surfaces; 2) Energy conservation and atmospheric impact; 3) Habitat protection and enhancement; 4) Naturalizing water conveyance, where possible; 5) Irrigation and water use efficiency; 6) Reduced pesticide use 7) Develop storm water retention capability; and, 8) Efficient use of materials and resources. The Plan shall address the plant material used in on -going maintenance and enhancement of each neighborhood. The installation of desirable environmentally appropriate groundcover, trees, and/or shrubs is of high priority. Specimens recommended for the area must be able to thrive in a coastal environment, be drought tolerant, and strong enough to withstand the public by -way and climate forces. Trees or plants that are susceptible to pests and disease shall not be recommended. To sustain local wildlife populations, Florida natives that do not go completely dormant, should be added whenever possible. Deciduous trees shall be surrounded by evergreens to maintain the visual aesthetics of thoroughfares. ARTICLE A3 MINIMUM REQUIREMENTS The City relied on the Consultant's Proposal to determine that Consultant and Consultant's Key Personnel have met the minimum qualifications requirements established in the Solicitation. ARTICLE A4 SUMMARY OF SCOPE OF SERVICES Tasks, responsibility and contents include, but are not limited to: kick-off environmental site analysis, assessment and studies, professional surveying, grading and drainage, review of pertinent plans and context analysis, special event strategy/economic analysis, traffic analysis/parking plan, project management and research, public outreach/community engagement and presentations, consensus building and facilitation, design options, framework planning, demonstration project, civil/site planning, landscape design/space planning, schematic design, and perspective illustrations. The Consultant must be familiar with Miami -Dade County and City codes, restrictions, and processes which impact the Project. 25 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 The Work Plan includes, but is not limited to: PHASE ONE: 1) TASK 1: SITE ANALYSIS AND ASSESSMENT Conduct environmental site analysis of the area to consider existing site conditions, inventory components and frequency of updates, canopy cover, GPS Tree Inventory, knowledge about the composition and structure of the City's urban forest, opportunities and constraints, along with neighborhood and civic interests. Additional information will be needed to evaluate existing trees, potential property uses, energy resources, conservation options, architectural streetscape and alternative landscape options for the purpose of maintaining and renovating the existing landscape where appropriate. No arborist report is included in this scope. Civil Engineering Scope: The general objective of the engineering scope is to identify opportunities for additional planting through modifications to the current facilities including the addition of medians, reduction of lane widths, construction of bulb outs, removal of parking and even removal of travel lanes. The analysis is limited to the identification of opportunities and is not considered a final design given the limitations and reliability of the available data (i.e. no survey, no right-of-way information, no allocation for a traffic analysis, etc.). The fee estimate assumes the following corridors and limits: a) SW 37th Avenue from US-1 to Flagler St — 14,300 LF b) SW 32nd Avenue from US-1 to Flagler St — 12,700 LF c) SW 27th Avenue from US-1 to Flagler St — 11,800 LF d) SW 22nd Avenue from US-1 to Flagler St — 10,900 LF e) SW 17th Avenue from US-1 to Flagler St — 9,900 LF f) SW 12th Avenue from US-1 to Flagler St — 8,200 LF g) SW 8th Avenue from SW 11th Street to Flagler St — 3,900 LF h) Coral Way from SW 37th Avenue to SW 31st Road — 14,200 LF i) Flagler Street from SW 37th Avenue to SW 24th Avenue — 7000 LF Grand Total — 92,900 LF (17.6 Miles) Note that SW 7th Street and SW 8th Street are currently EXCLUDED from the scope; since they are being studied by another consultant in coordination with FOOT. Existing Site Conditions: a) Conduct field visit b) Evaluate existing site conditions for applicable corridors to the extent needed to identify opportunities for modifications to the roadway to accommodate additional planting areas. c) Document existing typical sections along each corridor 26 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 2) TASK 2: DEVELOPMENT OF COMMUNITY OUTREACH, PUBLIC INPUT PROCESS, AND CONSENSUS BUILDING Embark on the community outreach process, seek to build resident support for the Street Tree and Streetscape planning project, and solicit community comment on how the Master Plan should be designed to meet the needs of residents and visitors. The community outreach, public input, and consensus building effort will be integral to a successful planning and design process. The Master Plan will reflect public input and community consensus as endorsed by the City and major stakeholders. Stakeholders include, but are not limited to: adjacent neighbors, the Fairchild Botanical Garden, and applicable governmental agencies. It is essential that the diverse make-up of the community is encouraged to participate, and is represented fairly, in this process. The City will support the Consultant, when necessary, with logistics for the meetings, and will have representation by designated staff at these meetings. The C+R Team will attend a total of three (3) scheduled public meetings during the contract to include — a planning and zoning meeting, a City of Miami ("the City") Commission meeting and an Appeals Board meeting. These meetings will detail the latest project -related activities, proposed impacts and public involvement issues. C+R Team will be represented by designated staff. City of Miami will support the Curtis and Rogers (C+R) Team in preparing meeting minutes and developing presentations which may be displayed during these meetings, as needed. In addition, City of Miami staff may be required to assist the C+R Team with a maximum of four (4) neighborhood meetings which may be scheduled as needed. This may be a total of seven (7) meetings. C+R will coordinate with City of Miami all meetings with interest groups. C+R will assist in outline of meeting agenda, presentation materials and necessary graphics. A project team kick-off meeting with C+R staff and the City to lay out proposed strategies for how outreach efforts will be coordinated, discuss impacted stakeholders throughout the twelve (12) identified community groups, divided in 4 groups of several neighborhoods tentatively divided as follows: Group 1: i. Riverview Historic District ii. Little Havana/Latin Quarter iii. The Roads Group 2: i. Shenandoah North/South ii. Silver Bluff Group 3: i. Citrus Grove ii. Auburndale iii. La Pastorita iv. Parkdale North Group 4: 27 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 i. Parkdale South ii. Coral Gate iii. Douglas Park The team anticipates a maximum of 4 meetings; 1 per each identified group of neighborhoods in dose cooperation and coordination with City of Miami staff. City of Miami will coordinate the venues and advertisement for these meetings, and prepare the necessary handouts and meeting summaries for each meeting. Tasks 4 through 14 will entail analysis and summary graphics productions for both meetings. During Phase I- findings of the Site Analysis Stage will be presented as well as opportunities and constraints. The purpose of this meeting will be to seek community input on particular issues for each neighborhood. C+R Team will be required to participate or attend any progress meetings with the individual stakeholders. C+R anticipates a maximum of 3 meetings, with relevant and interested stakeholders in the neighborhood — i.e., Fairchild Tropical Garden, Florida Native Plant Society, Business/Corporations located in the neighborhood that have interest in the outcome of the study. C+R Team will be expected to prepare a Community Outreach Summary Report at the culmination of the contract which may entail but not limited to findings, responses to inquiries from officials, residents and interested parties, presentations to stakeholders, briefings with elected and/or appointed officials and impacted stakeholders as part of the project's permanent record. Community Outreach (12 meetings total) • 1 Kickoff meetings with City Staff to define community outreach strategies • 4 Progress meetings with City Staff • 4 Community public input meetings with neighborhoods • 3 Meetings with stakeholder and public agencies 3) TASK 3: PILOT PROJECTS MASTER PLAN AND SCHEMATICS Based on needs assessment and community outreach, a Master Plan for Pilot Projects shall be developed. This Pilot Project Master Plan, shall reflect the needs and interests identified by the community, the City, grant contract provisions, and other key partners. A palette of recommended plants to be used in the pilot project will also be developed, making use of existing resources from the Tree Trust Fund. This Pilot Projects, shall also identify the areas of the study area that have the highest priority for implementation based on a needs assessment of the site, and including community input. C+R Team will develop; pilot projects for all neighborhoods and specific corridors: 1. A plan view of the proposed area design. 2. Sections illustrating predominant project conditions. 3. Proposed outline specifications for materials and planting options. 28 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 Drawings will be developed to a schematic design level, including for civil and any other engineering disciplines. These drawings should be sufficient to act as clear guidance for private development to build and further develop designs based on the masterplan pilots. Draft Pilot Project Plans and Progress Project Meetings C+R Team will attend 4 meetings with the city to review progress to review areas in the following manner: a) Schematics/Progress Meeting 1. Pilot Projects and phasing recommendations b) Schematics/Progress Meeting 2: Riverview Historic District, Shenandoah North/South, Bird Road, Douglas Pilot Projects c) Schematics/Progress Meeting 3: Landscape Plan for identified medians and ROW pilot projects in SW study area, Landscape Plan for those medians and ROW in SW study area. d) Schematics/Progress Meeting 4. Summary review of Pilot Projects for Southwest Study Area. Sustainable and Resilience Strategies for Pilot Projects C+R Team will develop sustainable, green infrastructure and resilience strategies for the pilot projects in the following areas: a) Street Tree Pilot Projects Plan for Southwest Study Area b) Landscape Plan for identified pilot projects medians and ROW in SW study area c) New Medians and Public Art Placement in SW study area. These strategies will respond to the sustainability goals outlined on the RFP as follows: Permeable surfaces; Energy conservation and atmospheric impact; Habitat protection and enhancement; Naturalizing water conveyance, where possible; Irrigation and water use efficiency; Reduced pesticide use Develop storm water retention capability; and, Efficient use of materials and resources. Plant palette selection appropriate for the environment. Road Concepts a) Concept plans at a 1" = 100' Scale illustrating the proposed roadway configuration for pilot projects. b) Concept plans will include color shapes to illustrate concrete (sidewalks and driveways), asphalt (travel lanes) and green areas (sod). Pilot Projects Masterplan Schematics and Plant Palette (5 meetings total) a) 1 Kickoff meetings with City Staff to define master plan strategies b) 4 Progress meetings with City Staff to review guidelines as follows: i. Meeting 1: Pilot Project Recommendation and Phasing ii. Meeting 2: Review Progress Plans for Pilot Projects for Riverview Historic District, Shenandoah North, Bird Road/Douglas Station Streetscape Pilot Projects iii. Meeting 3. Review progress of landscape Plan for identified medians and ROW pilot projects in SW study area iv. Meeting 4. Summary Review of Pilot Projects in SW study area 29 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 4) TASK 4 : PRESENTATION TO MIAMI CITY COMMISSION FOR FINAL PILOT PROJECT MASTER PLAN ADOPTION Once the Pilot Project Landscape Master Plan has been drafted, the Consultant shall make a presentation to the Planning, Zoning and Appeals Board and the Miami City Commission detailing the components of the Plan, highlighting the identified maintenance priorities, and recognizing the extent of community outreach and involvement attained in developing the Master Plan. PHASE 2: 1) TASK 2.1: SITE ANALYSIS AND ASSESSMENT PHASE Following the analysis prepared in Phase 1 - described above the Consultant shall continue to evaluate: Site Analysis- Overall Conditions a) Maintenance Evaluation - remaining Study Area b) Renovation Recommendations The Consultant team will categorized areas according to their maintenance status and will diagnose remaining areas not covered in Phase I, for renovation interventions of specific degree of intervention based on the site analysis observations. Vegetation: a) Canopy Structure b) Canopy Composition c) Individual Tree Evaluation d) Continue tree inventory to include individual tree DBH, condition rating, utility conflict, maintenance recommendations (up to two), and observed defects (up to two) e) Level 1 - visual assessment of critical trees as identified above Traffic Study a) Traffic Data Collection (Coordination to Request Existing Data) - Coordination and collect existing data from FDOT, County and City b) Traffic Data Collection (Coordination New Counts) - Coordination of traffic data collection with sub -consultant, identification of locations, etc. c) Traffic Data Collection (72 Hr. Counts) - Assume 33 locations where 72 hour traffic counts are obtained d) Traffic Data Collection (Turning Movement Counts) -Assume 66 locations. Counts include peak AM and PM (2 hours each) e) Summarize Traffic Data Collected - Summarize data collected and existing data obtained f) Analysis of Traffic Data 30 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 - Analyze traffic data to identify opportunities to modify access management, reduce turning lane lengths, reduce lanes, etc. Analysis DOES NOT include detailed operational analysis. At location where based on traffic counts there are opportunities for making modifications a detailed traffic analysis will be recommended to be performed later during the next phase of the project. Survey The Consultant has received GIS files from City of Miami GIS as well as the County's GIS database to find the latest files relevant to this project. On the GIS files provided by City of Miami they were only able to locate edge of pavement layers and don't expect this to change the outline scope below and the associated fees. The Edge of pavement line work provided was review and it appears to be outdated or incorrect in numerous locations throughout the subject area. This will require field work and digitization of aerials as outline below. a) Research online and with the City of Miami and/or Miami -Dade County to utilize GIS layer data and latest aerial imagery. b) Apply Right of Way line GIS layer to CAD (as provided to BEC). No Plat Book information will be included. c) Apply Property line GIS layer and FOLIOs to CAD if provided (as provided to BEC). d) Field Locate Edge of Pavement and Driveway lines as well as Power Pole and Light Pole points using RTK - GPS instruments and import into CAD. e) Prepare combined data into CAD base map of site for Landscape Master Plan. f) Trees will not be located or identified as to size or type. g) No elevations will be provided. h) No other utilities or features will be located in this phase. i) Field work provides RTK survey locations (approximately 3 linear miles a day). j) For Arterial Streets only, this proposal can be adjusted to account for only 31.4 Linear Miles rather than the 201.5 miles for which this proposal has been prepared (though please note that arterial streets require more field time to survey than side streets"). 2) TASK 2.2 COMMUNITY OUTREACH Neighborhood Meetings The team anticipates an additional 4 meetings; 1 per each identified group of neighborhoods in close cooperation and coordination with City of Miami staff. City of Miami will coordinate the venues and advertisement for these meetings, and prepare the necessary handouts and meeting summaries for each meeting. The purpose of Phase II meetings will be to seek community input on particular issues for each neighborhood, as further development plans are prepared for the individual neighborhoods. Given that individual tree conditions will now be documented, Consultant team experts will be able to address individual concerns regarding tree assessments. Community Outreach Summary Findings -Documentation C+R Team will be expected to prepare a Community Outreach Summary Report at the culmination of the contract which may entail but not limited to findings, responses to inquiries from officials, residents and interested parties, presentations to stakeholders, 31 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 briefings with elected and/or appointed officials and impacted stakeholders as part of the project's permanent record. 3) TASK 2.3 MASTER PLAN SCHEMATICS & GUIDELINES FOR REMAINING STUDY AREA Design Guidelines and Documentation of Master Plan Consultant shall develop specific design guidelines chapters for the following areas: Riverview Historic District, Shenandoah North Streetscape, Bird Road/Douglas Station Streetscape, Southwest 27th Ave Streetscape, Southwest 8th Street - Streetscape Design Guidelines. The scope of these design guidelines will be general and at masterplan level. Sustainable Design Guidelines Consultant shall develop sustainable streetscape design guidelines, green infrastructure and resilience strategies for following areas: a) Riverview Historic District b) Shenandoah North c) Bird Road/Douglas Station d) Southwest 27th Ave e) Southwest 8th Street These strategies will respond to the sustainability goals outlined on the RFP as follows: i. Permeable surfaces; ii. Energy conservation and atmospheric impact; iii. Habitat protection and enhancement; iv. Naturalizing water conveyance, where possible; v. Irrigation and water use efficiency; vi. Reduced pesticide use; vii. Develop storm water retention capability; viii. Efficient use of materials and resources; and, ix. Plant palette selection able to thrive in coastal environment. 4) TASK 2.4 COST ESTIMATE - MAINTENANCE PLAN Cost Estimate & Maintenance Consultant Team will outline in collaboration city staff, preliminary operating cost estimates for implementation of the proposed phases. Consultant will also assist in the operating cost and maintenance plan from the sustainability aspects of the proposed strategies for the study area. In conjunction with City Planning staff we will identify potential funding mechanisms: - One meeting to review progress will be held with City staff during this phase. - Assumes a draft submittal for comments and a final submittal. Road Concepts a) Includes preparation of a cost estimate for recommended modifications to the road. Cost estimate is based on pay items and does not include detailed quantity 32 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 calculations. Quantities will be estimated and summary tables for each pay item will summarize the quantities. b) Based on recent bid information (to be provided by the City), the Engineer will estimate the order of magnitude cost of proposed changes to the roadway to accommodate the proposed recommendations. c) Assumes a draft submittal for comments and a final submittal. 5) TASK 2.5 URBAN FORESTER NEEDS Assess the City's need to utilize an Urban Forester, whose responsibilities include long- term care and management of urban city trees. Identify Urban Forester's involvement in both maximizing the benefits of urban forests and minimizing associated cost, as well as providing expertise on vegetation resources, community framework and resource management. Consultant shall outline in collaboration City Staff a set of guidelines for an Urban Forestry Management Plan, resources recommendations, best maintenance practices and their relation to preliminary and potential operational cost estimations. - Two meetings to review progress will be held with City staff during this phase. 6) TASK 2.6 STREET TREE MASTER PLAN The components of the Management Plan shall include assessments of tree and horticultural resources; long-term, intermediate, and short-term for tree canopy cover, species diversity and tree age distribution; program and system descriptions for tree risk management, plant health care, curb/sidewalk repair; Management Plan and mechanism for integrating feedback into the Management Plan. Tree Succession Plan and Management Plan a) Consultant shall outline in collaboration City Staff a set of guidelines for an Urban Forest Tree Succession Plan, phasing implementation recommendations, tree age distribution and diversity plans in an integrated practical tree management plan. b) Mechanisms to incorporate feedback into the plan will be outlined. c) The team will quantify the amount of trees needed for optimal canopy, and phasing of the plan. d) Plant health care recommendations will be outlined. e) One meeting to review progress will be held with City staff during this phase. f) Assumes there are only two submittals, Draft and Final. Roadway Engineering a) Draft (Final)/Assemble Master Plan Report - Narrative describing the opportunities and challenges from a geometric and traffic perspective. Narrative is generalized and not intended to address every specific issue that may be encountered along each corridor. b) Assumes there are only two submittals, Draft and Final. All Work Plan deliverables shall be submitted to the City in hard copy and original electronic format (for example: Excel, AutoCAD, Word, etc.). The Consultant shall provide one (1) original and seven (7) copies, including one (1) electronic copy of the Plan. All work produced by the Consultant for this Project will become property of the City of Miami, and it is expected Southwest (SW) Streetscape and Street Tree Master Plan Services 33 Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 that information pertinent to this Project will be shared freely with all City staff involved in the Project, and made available as a public record, upon request. ARTICLE A5 SCOPE OF SERVICESIWORK ORDERS The Consultant shall perform the specialty design work for the Project. The City's intention is to complete the Project in accordance with the Scope of Services described in Request for Qualifications (RFQ) 16-17-006 and this Agreement. The Consultant shall provide the design services for the City, including but not limited to, urban planning and design, landscape architecture and engineering services, and schematic design services, and other related services, as needed to complete the Project. Consultant shall provide professional urban planning and design, landscape architecture and engineering services to create a Master Plan and schematic design for the distinct neighborhoods and commercial corridors within the southwestern municipal boundaries of the City design services for the City 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). The City may also require the Consultant to perform surveying (three-man and four -man crews), geotechnical investigations and testing, landscaping architecture, roadway lighting, traffic signalization, public involvement, and related services necessary for the design and preparation of construction documents for the Project. Consultant shall provide design, construction documents, construction administration and related services necessary for the design, construction engineering and inspection services for the Project. 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 urban planning and design, landscape architecture and engineering services for the Project. A5.01-2 The 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 the City's Department of Planning and Zoning (P&Z) has determined that a specific phase of the Project is to proceed, the Director of P&Z 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. 34 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 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, P&Z will prepare a Work Order that will be reviewed by P&Z staff and the Director or designee. Upon approval, P&Z 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 Consultant agrees to provide complete planning, landscape architecture and civil engineering 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. 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 61G15-19.001(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 SITE ANALYSIS AND ASSESSMENT Conduct environmental site analysis of the area to consider existing site conditions, inventory components and frequency of updates, canopy cover, survey, knowledge about the composition and structure of the City's urban forest, opportunities and constraints, along with neighborhood and civic interests. Additional information will be needed to evaluate existing trees, potential property uses, energy resources, conservation options, architectural streetscape and alternative landscape options for the purpose of maintaining and renovating the existing landscape where appropriate. A6.02 DEVELOPMENT OF COMMUNITY OUTREACH, PUBLIC INPUT PROCESS, AND CONSENSUS BUILDING Embark on the community outreach process, seek to build resident support for the Street Tree and Streetscape planning project, and solicit community comment on how the Master Plan should be designed to meet the needs of residents and visitors. The community outreach, public input, 35 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 and consensus building effort will be integral to a successful planning and design process. The Master Plan will reflect public input and community consensus as endorsed by the City and major stakeholders. Stakeholders include, but are not limited to: adjacent neighbors, the Fairchild Botanical Garden, and applicable governmental agencies. It is essential that the diverse make- up of the community is encouraged to participate, and is represented fairly, in this process. The City will support the Consultant, when necessary, with logistics for the meetings, and will have representation by designated staff at these meetings. A6.03 MASTER PLAN SCHEMATICS AND PLANT PALETTE Based on needs assessment and community outreach, a Master Plan shall be developed. This Master Plan shall reflect the needs and interests identified by the community, the City, grant contract provisions, and other key partners. A palette of recommended plants to be used in the landscape project will also be developed, making use of existing resources from the Tree Trust Fund. This phase shall also identify the areas of the Master Plan that have the highest priority for implementation based on a needs assessment of the site, and including community input. The Master Plan must lay out the recommended priorities for completion of each phase of the Project. Location and sequence of tree plantings shall be identified during this phase. a. Riverview Historic District (approximately 23 acres) Develop a Street Tree and Streetscape Plan specific to this historic district which shall be included in the Landscape Master Plan and shall include streetscape design guidelines (street furniture, plantings, lighting, signage, etc.). b. Shenandoah North Neighborhood (approximately 180 acres) Develop a Street Tree and Streetscape Plan specific to this district which shall be included in the Landscape Master Plan and shall include streetscape design guidelines (street plantings, lighting, etc.). c. Bird Road/Douglas Station Commercial District (approximately 44 acres) Develop a Street Tree and Streetscape Plan specific to this district which shall be included in the Landscape Master Plan and shall include streetscape design guidelines (street furniture, plantings, lighting, etc.). d. Southwest 27th Avenue — Streetscape Design Guidelines Develop a Streetscape Plan specific to SW 27th Avenue which shall include streetscape design guidelines (street furniture, plantings, lighting, etc.). e. Street Tree Master Plan i. Develop a Street Tree Master Plan for the SW area as identified in Exhibit 1, Southwest Study Area. ii. Develop a landscape plan for all existing medians and rights -of -way located within the identified area. iii. Identify areas of opportunity for the installation of medians and for the placement of public art. A6.04 COST ESTIMATES AND MAINTENANCE PLAN Complete an operating cost model and maintenance plan for the project. The Consultant shall analyze and extrapolate data from the previous phases to complete both the operating cost model and Maintenance Plan. The Maintenance Plan must identify and address how the City will fund the maintenance once each phase of installation is completed. 36 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 A6.05 URBAN FORESTER NEEDS ASSESSMENT Assess the City's need to utilize an Urban Forester, whose responsibilities include Tong -term care and management of urban city trees. Identify Urban Forester's involvement in both maximizing the benefits of urban forests and minimizing associated cost, as well as providing expertise on vegetation resources, community framework and resource management. A6.06 STREET TREE MASTER PLAN The components of the Management Plan shall include assessments of tree and horticultural resources; long-term, intermediate, and short-term for tree canopy cover, species diversity and tree age distribution; program and system descriptions for tree risk management, plant health care, curb/sidewalk repair; Management Plan and mechanism for integrating feedback into the Management Plan. A6.07 PRESENTATION TO MIAMI CITY COMMISSION FOR FINAL MASTER PLAN ADOPTION Once the Landscape Master Plan has been drafted, the Consultant shall make a presentation to the Planning, Zoning and Appeals Board and the Miami City Commission detailing the components of the Plan, highlighting the identified maintenance priorities, and recognizing the extent of community outreach and involvement attained in developing the Master Plan. ARTICLE A7 ADDITIONAL SERVICES 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 B3.05, 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: 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 sites 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 37 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 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. A8.01-4 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 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 A8, 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. Southwest (SW) Streetscape and Street Tree Master Plan Services 38 Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 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 itemized requirements, "Normal Requirements," must be authorized in advance. A9.01-5 RELIABILITY: The services, information, surveys and reports described in Articles A9.01-1 through A9.01-4 above, 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. 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. 39 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 City of Miami, Florida Contract No. RFQ 16-17-006 ATTACHMENT A - SCOPE OF WORK SCHEDULE Al - SUB CONSULTANTS/SUBCONTRACTORS FIRM NAME CONSULTING FIELD Local Office Landscape Architecture Urban Design/.Sustainability ESciences, Inc. Environmental Specialist BCC Engineering Traffic Engineering MRG Public Relations Specialist Biscayne Engineering, Inc. Surveyor/Mapper Lisa Hammer Horticulturist/Arborist SCHEDULE A2 - KEY STAFF STAFF MEMBER NAME JOB CLASSIFICATION Aida M. Curtis Project Manager Jennie Rogers Project Designer Ruben Colon Landscape Designer Walter Meyer Urban Designer Justin Freedman Environmental Specialist Luis Rodriguez Senior Traffic Engineer Lorin Brissett Senior Transportation Engineer Mike Bartholomew Surveyor/Mapper X Antonio Negrin Surveyor/Mapper Lisa Hammer Horticulturist/Arborist 40 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 ATTACHMENT 8 - 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 Attachment B, Schedule B1 - Wage Rates Summary 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, 41 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 ATTACHMENT B - COMPENSATION AND PAYMENTS 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. 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. B3.01-3 Lump 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 42 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 ATTACHMENT B - COMPENSATION AND PAYMENTS 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 their designee including, without limitation, detailed bills, itemized invoices and/or copies of cancelled checks. 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 A4 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://www.miarnigov.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. B3.05-2 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 43 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 ATTACHMENT B - COMPENSATION AND PAYMENTS 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 Sub consultant fees and Reimbursable Expenses shall be billed to the City in the actual amount paid by the Consultant. The Consultant shall utilize the City's Invoice Form which can be found on the OCI website at http://www.miamigov.com/CITP/forms.html. Failure to submit invoice(s) within 60 days following the provision of Services contained in such invoice may be cause for a finding of default. Failure to use the City Form will result in rejection of the invoice. 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 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 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. 44 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/1 8/201 8 ATTACHMENT B - COMPENSATION AND PAYMENTS 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. B5.01-3 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. 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. 45 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 ATTACHMENT B - COMPENSATION AND PAYMENTS ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B1 - WAGE RATES SUMMARY KEY PERSONNEL NAME JOB CLASSIFICATION NEGOTIATED HOURLY RATE (Unloaded) NOT To ETXCEED HOURLY RATE (2.9 Multiplier) Aida M. Curtis Project Manager $61.81 $179.25 Jennie Rogers Project Designer $37.50 $108.75 Rueben Colon Landscape Designer $27.40 $79.46 Walter Meyer Urban Designer $69.20 $200.68 Justin Freedman Environmental Specialist $48.40 $140.36 Luis Rodriguez Senior Traffic Engineer $65.10 $188.79 Lorin Brissett Senior Transportation Engineer $55.16 $159.96 Mike Bartholomew Surveyor/Mapper $39.65 $114.99 X Antonio Negrin Surveyor/Mapper $48.28 $140.01 Lisa Hammer Horticulturist/Arborist $60.34 $174.99 46 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 ATTACHMENT B - COMPENSATION AND PAYMENTS ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B2 - CONSULTANT NEGOTIATED PRICE 47 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Southwest Streescape and Street Tree Master Plan Services_Reduced Scope Project No.: B- Description: SITE ANALYSIS & ASSESMENT PHASE STAFF CLASSIFICATION Work Activity Job ClassificationSr, Engineer —1 Project Engineer I Engineer ! Engineer in Training CADD Technician Staffi Oscar Oliva Dacha Quintana Junior Henry Amarilis Chao Gerardo Dragoni Applicable Rate! Rate: $65.10 Rate: $55,16 Rate: $39.52 Rate: $37.68 ( Rate: $24.52 Rate: t Man Mani Man j Man ! Man j Man [Cost/ Man ( ! 1 hours COst/ Activity hours ICost/ Activity hours Cost/ Activity' hours ,CosVActivity/ hours ICost/Activity hours Activity CosVActivdy, Activity hour f ! I i ! 1 I1 1 ! • 1 SITE ANALYSIS & ASSESMENT PHASE 2 Enviromental Site Analysis 3 Existing Site Conditions 4 Site Picture Inventory 5 Components Inventory 6 Canopy Cover 7 Canopy Structure 8 Canopy Composition 9 Canopy/Tree Evaluation 110 Energy Resources 111 Conservation Options i 12 Architectural Streescape 13 Maintenance Evaluation 114 Renovation Recommendations Consultant Name BCC Engineering Contract No.. enter consultants proj. number Date: 9/21 /2018 Estimator: insert name I 4- 115 Alternative Landscape Areas Diagnosis i 116 Alternative Landscape Areas Recommendations 1 17 Documentation of Site Analysis Phase- Draft Docume¢ E 4 118 Review w City PM Site Analysis Conclusions ! 19 Incorporate City Comments into Site Analysis Documa 3 20 Traffic Data Collection (Coordination to Request Exist j J 121 Traffic Data Collection (Coordination New Counts) I -_-- } - I22 Traffi Data Collection (72 Hr Counts) I 123 Traffi Data Collection (Turning Movement Counts) 124 Summarize Traffic Data Collected 125 Analysis of Traffic Data } 26 Internal Coordination Meetings (x4) 127 51,042 } 20 $1,103 4 20 5790 Total Staff Hours Total Staff Cost Total % of Work by Position 19.0% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew crew days at 51,041.60 I $1,103.20 1 23.8% 23.8 is I day = / day = Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each Subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of bt!enii C.I.F. Form 117 Revised a115/08 $790.40 33.3% $686.56 Position-6 Position 7 Staff Hours Salary Average name name Rate: By 84 64 Cost By Rate Per Activity Task 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee. Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: 3,622_.... 543.12 $10,503.10 $10,503.10 510,503.10 $10,503.10 Work Activity 1 COMMUNITY OUTREACH 2 Project Kick Off Meeting with the City 3 Riverview Historic District Site Analysis /Input 4 Latin Quater Site Analysis /Input / 5 Citrus Grove Site Analysis /Input 6 Auburnadale Site Analysis /Input 7 La Pastorita Site Analysis /Input 8 Parkdale North Site Analysis /Input ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Southwest Streescape and Street Tree Master Plan Services_Reduced Scope Project No.. B- Description: COMMUNITY OUTREACH Job ClassifTill onj Sr Engineer Profect Engineer Engineer Staff/ Oscar Oliva 1 Dacha Quintana Junior Henry Applicable Ratel Rate: $65.10 j Rate: $55.16 Rate: $39.52 Rate: I Man —1 Man hours 1CosUActivityl hors CosUActrvdyl hours ICost/Activity! hou s 3 5195 2 $130 1 2 $130 2...---$130 .f 2 5130 1 2 $130 2 $130 1 g Shenandoah North/South Site Analysis /Input 2 5130 110 The Roads Site Analysis /Input 2 ! $130 1 i 11 Parkdale South Site Analysis /Input 2 $130 12 Coral Gate Site Analysis/input 2 $130 1 113 Douglas Park Site Analysis/Input I 2 1 $130 i 114 Silver Bluff Site Analysis/Input 2 €15 Project Progress Mtgs /Stakeholders & Agencies (3) 3 f 5195 I —I 16 Protect Progress Meetings with the City (4) i 6 $391 117 Community Outreach Summary Findings-Documentati; i16 19 20 121 122 23 24 25 1- Total Staff Hours Total Staff Goat Total % of Work by Position 36 100.0% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crewcrew days at 4 - man Survey Crew crew days at 2:343.60 /day = 5 /day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. of remni. c to Form 117 R.mse:19/15/08 1 2 STAFF CLASSIFICATION ri__ ...._.._.. echntc Engineer in Training CADD Technician Amarilis Chao Gerardo Dragoni 4 Consultant Name: BCC Engineering Contract No.: enter consultants prof. number Date: 9/21/2018 Estimator: insert name Position 6 name $37.68 ! Rate: $24.52 Rate: Cost/ Activity, hours !Cost/ Activity Mu � hours Position 7 name !Rate: Cost/ Activity Manhours Cost/ Activity -Staff Hours Salary By Activity Cost By Activity Task Average Rate Per $195 $65.10 $130 $130 $130 2 $130 _. 2 5130 $130 5130 2 __.....__ S130 2 $130 2 $130 2 5130 3 $195 6 $391 36 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant Enter Name of Sub 1 Subconsultant. Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: 565.10 $65.10 $65.10 565.10 $65.10 S65.10 $65.10 ... $65.10.. ..... S65.10 $65.10 $65.10 $65.10 $65.10 $65.10 $2,343.60 $65.10 $6,796.44 $6,796.44 $6,796.44 $6,796.44 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Southwest Streescape and Street Tree Master Plan Services_ Reduced Scope Project No.: B- Description: MASTER PLAN SCHEMATICS AND PLANT PALETTE Job Classification Staff} Applicable Rate) Work Activity Sr. Engineer Oscar Oliva Rate: $65.10 ( Cost/ Activity hours ) Man STAFF CLASSIFICATION Consultant Name: BCC Engineering Contract No,. enter consultants proj. number Date: 9121 /2018 Estimatorinsert name } Project Engineer Engineer I Engineer in Training f CADD Technician Position 6 Position 7 Dacha Quintana Junior Henry Amanlis Chao ( Gerardo Dragoni name name Rate: $55.16 Rate: $39.52 Rate: $37.68 I Rate: $24.52 Rate: Rate: hours # Man Man Man 1 Man !Cost/ Activity hours ;Cost/ Activity( hours Cost/ Activity hours {Cost/ Activity. hours Man i ;Cost/ Activity; Man hours 1Cost/ Activity Activity 1 MASTER PLAN SCHEMATICS AND PLANT PALETTR 2 Project Schematic Kick Off Meeting with the City 3 Riverview Historic District Schematic/ Plant Pallete 4 Latin Quater Schematic/ Plant Pallete 5 Citrus Grove Schematic/ Plant Pallete ( 6 Aubumadale Schematic/ Plant Pallete 7 Le Pastorita Schematic/ Plant Pallete 8 Parkdale North Schematic/ Plant Pa!tete 9 Shenandoah North/South Schematic/ Plant Pallete 10 The Roads Schematic/ Plant PalleteSite Analysis /Inp 111 Parkdale South Schematic/ Plant Pallete 112 Coral Gate Site Schematic/ Plant Pallete 113 Douglas Park Schematic/ Plant Pallete 14 Silver Bluff Schematic/ Plant Pallete 115 Documentation of Draft Master Plan 116 Project Progress Meetings with the City (4) 17 Project Tree Plantings Phasing Recommendations 118 Riverview Historic District Streescape Design Guideliri 119 Shenandoah North Streescape Design Guidelines 120 Bird Road/Douglas Station Streescape Design Guidel# (21 Southwest 27th Ave Streescape Design Guidelines 22 Southwest 8th Street - Streescape Design Guidelines 23 Street Tree Master Plan for Southwest Study Area 24 Landscape Plan for all medians and ROW in SW stud! 25 New Medians and Public Art Placement in SW study k 26 Final Documentation of Master Plan 127 Roadway Pilot Projects Concept Plans Total Staff Hours • 24 [ $1,562- 24 $40 $2.206 40 50 $1,976 78 I S2,939 i 78 $1,913 78 78 Staff Hours Salary By Cost By Activity Average Rate Per Task 270 E S10,596 270 $39.25 Total Staff Cost Total % of Work by Position $1.562.40 $2,206.40 $1.976 00 $2,939.04 $1,912.5E $10,596.40 ( $39.25 8.9% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at 14.8% /day = $ /day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may he hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. CR, of M=r=i. C.I.P. Form 117- Revioo1 9f15/03 18 5% 28.9% 3 28.6- 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimhursables (Allowance) GRAND TOTAL ESTIMATED FEE: $30,729.66 530,729.56 $30,729.56 $30,729.56 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Southwest Streescape and Street Tree Master Plan Services_ Reduced Scope Project No.' B- Description: COST ESTIMATES & MAINTENANCE PLAN PHASE Work Activity Job Classification Sr. Engineer Staff Oscar Oliva Applicable Rate! Rate: $65.10 Man Cost/ Activity I hours 1 COST ESTIMATES & MAINTENANCE PLAN PHASE 2 Operating Cost Model 3 Maintenance Plan 4 Identify funding mechanisms for the City to maintain 5 Each funding mechanism tied to each implementation li 6 Prepare Draft Cost Document E 7 Meetings w City to Review Draft Cost Document 4 8 Finalize Cost Document 9 r 110 j11 1 E12 113 14 115 33I i 116 117 its 119 20 21 22 23 i 124 125 26 127 Total Staff Hours Total Staff Cost Rate: $55.16 Mart ' hours Co!st/ Activity Consultant Name: BCC Engineering Contract No.: enter consultants proj. number Date 9/21/2018 Estimator insert name • STAFF CLASSIFICATION _ - _rain- ' ADDADD -- _-.... Project Engineer Engineer ( Engineer m Training CTechnician Position 6 - Position 7 Dacha Quintana Junior Henry Amarilis Chao 1 Gerardo Dragoni name { name Rate: $39.52 j Rate: $37.68 t Rate: $24.52 Rate: i Rate: Man 1 `• Man I Man { ; Man I , Man hours !CostlAciiwty� hours jhours I CoCosUActivityCoi hoursst/ActivityjCost/Aclivityl hours Staff Hours Salary By Cost/ Activity l Activity Cost By Activity Average Rate Per _ Task Task....._ Total % of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at /day = / day = Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. Crty of Mfarf I.P. Foam 117 Ft , soa a/15/0n 4 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsuitant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsuitant Sub 3 Subconsultant: Sub 4 Subconsultant Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: S ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Southwest Streescape and Street Tree Master Plan Services_Reduced Scope Project No.' B- Description: URBAN FORESTER NEEDS ASSESMENT PHASE Consultant Name. BCC Engineering Contract No.. enter consultants pro). number Date: 9/21 /2018 Estimator: insert name • STAFF CLASSIFICATION ._ " -=—— --. —__- . ram: _ _. Job Classrfrcati'oni Sr. Enameer Project Engineer Eny Weer k Engineer in Training � CADD Technician Position 6_I Position 7 Staff _Hours Staff Oscar Oliva Dacha Quintana i Junior Henry Amarilis Chao Gerardo Drag oni name 1 name k Applicable Rate Rate: $65.10 Rate: 555.16 I Rate: $39.52 ; Rate: $37.68 Rate: $24.52 Rate: Rate: By Work Activity Man ;Cost/ Activity' Man Cost/ Activity' Man 'Cost/ Activity] Mao 'Cost/ Activity Man hours hours / ) hours ; 1 hours ( { hours 1 URBAN FORESTER NEEDS ASSESMENT PHASE osV Activity hours lMan Cosy Activity Man E Cost/Activity Activity hours t Salary Average Cost By Rate Per Activity Task 2 Urban Forestry Management Plan 3 Urban Forestry Resources Reccomendations 4 Identify how these resouces relate to maintenace of u/ t I � 5 Identify how these resouces relate to operational cost] i t 1 7 Identification of Equiptment Resources i I 8 Identification of Software Resources I i . 9 Draft Urban Needs Assessment Plan { 10 Review w City Urban Needs Assessment (2) 1 ] 11 Finalize Urban Needs Assesment Plan '12 E _ _ 13 6 Identification of Human Resources 14 115 { 116 117 18 119 E20 121 122 1 .. 123 - 124 125 i• _ 26 127 Total Staff Hours • Total Staff Cost Total % of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Maim. c I.P. Form 117. Revised 9/15/08 5 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant Sub 3 Subconsultant: Sub 4 Subconsultant Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee. Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: 6 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Southwest Streescape and Street Tree Master Plan Services_Reduced Scope Project No. B- Description: STREET TREE MASTER PLAN PHASE Work Activity Project , Job Classdie.ationr— Sr. Engineer i Project Engineer Engineer Staff • Oscar Oliva 1 Dacha Quintana I Junior Henry Applicable Rate Rate: $65 10 I Rate: $55 16 I Rate: $39 52 1 1 STREET TREE MASTER PLAN PHASE 12 Assesment of tree and horticultural resources } 3 Urban Forest Tree Succesion Plan ! 4 Short term Tree Canopy Cover j 5 Intermediate Term Tree Canopy Cover 1 6 Long Term Tree Canopy Cover 7 Species Diversity Plan } 8 Tree Age Distribution Plan 1 9 Tree Risk Management Plan 10 Tree Management Plan 11 Mechanisms to integrate feedback into the plan 112 Plant Health Care Recomendations 13 Curb and Sidewalk Repair Management Plan 114 Draft/Assemble Master Plan Report 115 Incorporate City Comments into Report 16 Final assembly of Master Plan Report 117 118 119 120 121 122 123 124 j25 } 26 3 .._ 127 Total Staff Hours Total Staff Cost STAFF CLASSIFICATION r Engineenn Training i Amarilis Chao jI { Rate: $37.68 Man ? Man 1 Man i Man ' Cost/ Activity' ' Cost/ Activity I Cost/ Activity Cost/ Activity hours € � hours { hours � hours I . Consultant Name, BCC Engineering Contract No.: enter consultants proj. number Date: 9/21 /2018 Estimator. insert name Position 6 , Position 7 Staff Hoursl Salary Cost By Activity Average Rate Per Task CADD Technician Gerardo Dragon' name name Rate: $24.52 Rate: Rate: By hours Man i ll Man ! Man Cost/ Activity Cost/ Activity! hours } Cost/ Activity Activity hours ; 1 Total % of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew' crew days at 4 - man Survey Crew. crew days at / day = 5 day = 5 Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City a Miami. C I.P. Fenn 11 n^svisua 9115/OS 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant Enter Name of Sub 1 Subconsultant. Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursabtes (Allowance) GRAND TOTAL ESTIMATED FEE: ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Southwest Streescape and Street Tree Master Plan Services_ Reduced Scope Project No.: B- Description: FINAL PRESENTATIONS TO CITY FOR MASTER PLAN ADOPTION Consultant Name: BCC Engineering Contract No.. enter consultants proj. number Date: 9/21 /2018 Estimator: insert name STAFF CLASSIFICATION Job Classification! Sr. Engineer ( Project Engineer Engineer I Engineer in Training j CADD Technician Position 6 Position 7 Staff Oscar Oliva ) Dacha Quintana Junior Henry j Amarilis Chao I Gerardo Dragoni name name Applicable Retell Rate: $65.10 I Rate: $55.16 i Rate: $39.52 I Rate: $37.68 I Rate: $24.52 Rate: Rate: f Man I j Man I I Man ( ' Man } I Man # Man Man Work Activity Cosy Activity{ Cosy Activsty Cosy Activity C'osV Hctiwty Cost/ Activity ' CosU Activity CosU Activity hours hours hours, hours hours s hours hours 1 FINAL PRESENTATIONS TO CITY FOR MASTER PIi r i i i ( i I i # I 2 Presentation to Planning and Zoning I 1 3 Presentation to Appeal Boards 4 Presentation to Miami City Commision 5 Preparation of digital deliverables to the City 6 1 S391 i 1} i 6 Preparation of hardcopies deliverables to the City 8 9 10 111 112 113 114 15 16 11 17 118 19 ,20 3- 21 22 23 24 (25 126 127 Total Staff Hours Staff Hours i By Activity Salary Cost By Activity 16 Average Rate Per Task Total Staff Cost Total % of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: 4 - man Survey Crew $390.60 $330. 96 $79.04 $75.35 37.5% crew days at crew days at 37,5% Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may he hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. CiN of Maim. C.I.P. Farm 117' Revrsea 9I15.O9 12.5% 12.514 7 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechmcel Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee. Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $875.96 $54.75 $2,540.28 $2,540.28 $2,540.28 $2,540.28 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Southwest Streescape and Street Tree Master Plan Services_FULL SCOPE_Total Project Budget_$1,252,271.02 Project No.. B- Description. SITE ANALYSIS & ASSESMENT PHASE 1 2 3 4 5 6 8 9 t10 t11 112 113 Work Activity Job Classification) Staffs STAFF CLASSIFICATION Project Manager—1 Project Designer I Landscape Designers LA Design i lAliitern Aida Curtis Jennifer Rogers Ruben Colon I Jacob Lefever j Hannah Ore Applicable Rate' Rate: $61.81 ( Rate: $37.50 I Rate: $27.40 Rate: $23.08 Rate: $15.00 Man Man Man Man 1, t Man i hours Cost/ Activity hours Cost/ Activityhours Cost/ Activity) hours !Cost/ Activityl hours 'Cost/ Activity Rate: Man hours Consultant Name. Curtis+Rogers Contract No.: enter consultants proj. number Date: 9/21/2018 Estimator Aida Curtis Position 6 � -------------------- Rate: name name Cost/ Activity, Man hours Cost/ Activity 1 Staff Hours Salary By Activity Cost By Activity 4 i 5247 16 $600 16 $438 4 $247 16 $600 24 5658 24 $554 i 4 5247 16 $600 - 3 80 S1,845 j80 51,200 _ 4 4 S247 16 $600 24 5658 24 $554 4 1 5247 16 $600 24 $658 8 $185 4 4 4 $247 16 I S600 16 i 5438 I 16 S369 5247 16 l $600 I 24 5554 $247 16 I $600 1 24 $554 1 I t 4 5247 8 1 5300 8 ( $219 SITE ANALYSIS & ASSESMENT PHASE Enviromental Site Analysis Existing Site Conditions Site Picture Inventory Components Inventory Canopy Cover Canopy Structure Canopy Composition Canopy/Tree Evaluation Energy Resources Conservation Options Architectural Streescape Maintenance Evaluation 14 Renovation Recommendations 8 1 5494 24 1 $500 24 5658 I t 15 Alternative Landscape Areas Diagnosis i 6 i S371 20 I $75D I 32 S739 ; 8 ; $120 06 Alternative Landscape Areas Recommendations i 6 I $371 ; 20 $750 E 1 32 $739 8 $120 I 117 Documentation of Site Analysis Phase- Draft Documel 12 j $742 32 51:200 32 $877 1 32 $739 12 $180 f 18 Review w City PM Site Analysis Conclusions 4 5247 4 $150 i 4 5110 j 119 Incorporate City Comments into Site Analysis Docume 12 5742 } 16 t $600 fi 24 ( 5658 S /20 i ' 121 122 123 124 i:25 26 ,;27 Total Staff Hours 84 252 196 320 36 $1,286 68 S2,059 180 $3,894 68 $2,059 52 $1,689 Average Rate Per Task $35.71. __.. $30.28 $21 63 $30.28 $32.49 51,655 $31.83 $1401 $31.84 44 $1401 $31.84 20 $766 $38.32 56 $2 052 $36.64 66 $1979 $29.99 66 $1,979 529.99 120 $3 737 S31.14 12 5507 $42.24 76 52 553 533.60 960 Total Staff Cost Totak % of Work by Position $5:192.04 ESTIMATE OF SURVEY CREW COSTS Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. 8.8°'5 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at .................... 59,460.00 26.3°6 _..__. / day = / day = Cif, of Marro, C.I P. Foto. 117' Revi,sd 9/15/08 t $5,370.40 20.4% $7.385.60 $1,620.00 $29,018.04 $30.23 33.3% 11.31 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: BCC Engineering, Inc. Subconsultant: Biscayne Engineering Subconsultant: E Sciences Subconsultant: Graboski Subconsultant: Local Office of Landscape Architecture 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee/: Other Misc. Fee: Lisa Hammer (Horticultural Consultant) 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $84,152.32 $10,503.10 $72,587.99 S75,617.00 S242,860.41 $242,860.41 $8,000.00 5250,860.41 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Southwest Streescape and Street Tree Master Plan Services_FULL SCOPE_Total Project Budget_$1,252,271.02 Project No: B- Description: COMMUNITY OUTREACH Work Activity 1 1 COMMUNITY OUTREACH Job Classifications Preject Manager Staff Aida Curtis Applicable Rate} Rate: $61.81 noa s I Cost/ Activity STAFF CLASSIFICATION Project e... Designer j Landscape Designer, Jennifer Rogers 1 Ruben Colon I Rate: $37.50 Rate: $27.40 I Man iMan hours Cost/ Activity, hours Cost/ Activity Consultant Name. Curtis+Rogers Contract No.. enter consultants proj. number Date' 9/21/2018 Estimator. Aida Curtis LA Design i ii-LA Intern Position 6 F Position Ti- ( Staff Hours Salary Jacob Lefever Hannah Ore name name Rate: $23.08 i Rate: $15.00 Rate: Rate: j By ' Cost By Man Man Man 1 hours }Cost/ Activityi hours Cosy Activity hours Cost/ Activity Man hours ICost/ Activity{ Activity Activity 172 Project Kick Off Meeting with the City 6 1 $371 6 It 5225 16 $438 16 5369 I 4 1 $60 3 Riverview Historic District Site Analysis /Input 2 ? $124 2 1 $75 ! - 12 ; $329{ 12 i $277 € 2 1 $30 1 € 4 Latin Quater Site Analysis /Input / 2 $124 i 2 1 $75 1 12 5329 12 I 5277 2 { 530 5 Citrus Grove Site Analysis /Input 2 I { t j 2 p 5124 2 $75 7 12 i 5329 i 12 5277 { 2 1 $30 i 6 Auburnadale Site Analysis /Input 3 2 ; S124 1 2 / $75 12 5329 { 12 5277 1 2 $30 3 I 7 La Pastorita Site Analysis /Input 2 $124 2 1 $75 12 $329 1 12 } I 2 $30 { 8 Parkdale North Site Analysis /Input 2 $124 2 1 $75 12 { 5329 { 12 - $277 $277_ . 2 _s 530 -- 9 Shenandoah North/South Site Analysis /Input 2 1 $124 2 1 $75 12 1 5329 12 5277 i 2 $30 - 10 The Roads Site Analysis /Input 2 } $124 2 I $75 12 } $329 1 12 5277 1 _ 2 { $30 I- s 11 Parkdale South Site Analysis /Input i 2 1 $124 1 2 1 975 i 12 i 5329 ' 12 1 5277 }� 2 $30 { 12 Coral Gate Site Analysis/input 1 2 { $124 2 I 575 12 $329 12 { $277 ! 2 $30 { 113 Douglas Park Site Analysis/Input 2 s $124 A .1_ { 2 S75 , 12 5329 12 5277 ( 2 530 ; 114 Silver Bluff Site Analysis/Input - 2 $124 1 2 $75 12 5329 i 12 5277 } 2 $30 15 Project Progress Mtgs /Neighborhoods (4) ! 6 5371 "`^ "`" "" ^ 116 Project Progress Mtgs/Stakeholder and Agencies(3) 1 9 1 $556 18 1 $675 1 6 1 $164 1 6 1 $138 1 2 $30 f, 117 Project Progress Meetings with the City (2) i 8 1 $494 I 8 i $300 i 8 I $219 { 16 1 5369 2 530 1 $969 32 $1200 32 5877 € 40 i 5923 24 9360 j-. 1 1 I 1 E 1 1 I.. I ! 1 18 Community Outreach Summary Findings-Documentati 16 1 ! 120 121 { 122 123 124 125 126 Total Staff Hours 9 { 100 2 228 { 58 I 48 $1464 30 5834 30 j $834 30 {� $834 30 1 - - $834 30 1 ----$834.. _ 30 _..$834.. 30 $834 30 30 30 30 30 32 41 42 144 667 , $834 $834 S834 $834 5834 $1 154 $1,564 $1,413 $4,349 Average Rate Per Task $30.40 $27.81 S27.81 $27.81 $2781 $27.81 $27.81 $27.81 $27.81 $27.81 $27.81 S27.81 $27.81 $36.05 538 15 533.64 530.20 Total Staff Cost $4,264.89 $3,750.00 $5.808.80 ' $5.262.24 1 $870.00 $19,955.93 $29.92 Total % of Work by Position 10.3% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew. crew days at 4 - man Survey Crew crew days at 15.0 / day = 5 / day = 5 Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. Ury of M:ami. c. t. a. Fo.m, tT 5_asea 5ti509 31.8% 34.2% 2 8.7% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: BCC Engineering, Inc. Subconsultant: Biscayne Engineering Subconsultant: E Sciences Subconsultant: Graboski Subconsultant: MRG_Media Relations Group 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing'. Survey Fee (or Survey Crew Fee): Other Misc. Fee: Lisa Hammer 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: 5 $57,872.20 $6,796.44 $1,684.32 I $66,352.96 $66,352.96 $7,000.00 $73,352.96 I ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services_FULL SCOPE_Total Project Budget_S1,252,271.02 Project No.: B- Description: MASTER PLAN SCHEMATICS AND PLANT PALETTE 247 8 9 Shenandoah North/South Schematic/ Pilot Project 1 4 $247 8 110 The Roads Schematic/ Pilot Project } 4 i $247 8 111 Parkdale South Schematic/Pilot Project 1 4 1 5247 8 12 Coral Gate Site Schematic/Pilot Project I 4 I 5247 8 13 Douglas Park Schematic/ Pilot Project I 4 5247 8 f 114 Silver Bluff Schematic/ Pilot Project i 4 1 5247 115 Documentation of Draft Pilot Projects Master Plan 24 $1,483 1 40 16 5989 16 ; $600 STAFF CLASSIFICATION Job Classification Project Manager ! Project Designer i Landscape Designer; LA Design I LA Intern Staff. Aida Curtis ! Jennifer Rogers Ruben Colon I Jacob Lefever Hannah Ore Applicable Rate, Rate: $61.81 Rate: $37.50 ' Rate: $27.40 I Rate: $23.08 ; Rate: $15.00 Rate: I Man Man 1 Man = Man 1 Man } Man Work Activity Cost/ Activity Cost/ Activity Cost/ Activity; Cost/ Activity Cost/ Activity hours hours hours hours hours hours 1 MASTER PLAN SCHEMATICS AND PILOT PROJECT 1 -j ii- t 2 Project Schematic Kick Off Meeting with the City I 4 ; 5247 ! 6 1 $225 16 ! 5438 16 i 6369 f 4 $60 3 Riverview Historic District Schematic/ Pilot Project [ 4 5247. { _ 8 1 $300 24 5658 8 j $185 4 1 $60 4 Latin Quater Schematic/ Pilot Project I 4 i $247 _ 8 $300 24 5658 8 5185 4 1 , $60 _ , 5 Citrus Grove Schematic/ Pilot Project I 4 ; $247 E 8 1 $300 24 € $658 8 1 5185 4 4 560 6 Auburnadale Schematic/ Pilot Project 4 $247 i 8 I $300 24 5658 ; 8 $185 4 1 560 7 La Pastonta Schematic/ Pilot Project 1 4 ! 5247 i 8 j $300 I 24 i 5658 • 8 1 5185 4 l 560 8 Parkdale North Schematic/ Pilot Project [ 4 $ $300 i 24 € 5658 8 ( $185 4 1 $60 S I r $300 24 5658 8 1 5185 4 • $60 $300 24 $658 8 3 $185 4 } $60 i- 1 $300 24 5658 j 8 I 8185 4 $60 I 116 Project Progress Meetings with the City (4) 117 Project Tree Plantings Phasing Recommendations i 12 S742 24 I $900 118 Riverview Historic District Streescape Design Guidelir 1 19 Shenandoah North Streescape Design Guidelines 120 Bird Road/Douglas Station Streescape Design Guidel( 121 Southwest 27th Ave Streescape Design Guidelines [ I ; i j L 1 422 Southwest 8th Street - Streescape Design Guidelines! { 1 t 23 Street Tree Pilot Projects for Southwest Study Area I 12 1 $742 24 1 $900 t 1 24 1 $554 124 Landscape Plan for all medians and ROW in SW stud( 12 $742 24 $900 24 5658 1 8 , $185 8 1 $120 1. 25 New Medians and Public Art Placement in SW study 9 ' ! I. 26 Final Documentation of Master Plan 24 i $1,483 40 , $1,500 ! 40 1 $1.096 { 40 i $923 I 8 $120 1 27 i Total Staff Hours 152 . 270 448 8 $300 24 1 $658 8 4 $185 4 i $60 I $300 24 f 5658 8 i $185 4 1 $60 i 1 $300 24 i 8658 i 8 1 $185 4 $60 $1,500 j 40 i 51,096- 40 $923 j 8 1 $120 16 j $438 1 16 $369 8 I $120 24 ! $658 I 8 $185 8 $120 -i i Consultant Name: Curtis+Rogers Contract No.. enter consultants proj. number Date. 9/21/2018 Estimator: Aida Curtis Position 6 name Position 7 name jRate: Staff Hourl Salary By Cost By Cost/ Activity! Man 'Cos/ Activity Activity Activity I hours Average Rate Per 1 Task Total Staff Cost Total 'Id of Work by Position 89395.12 $10.125.00 12,275.20 248 8 I $120 100 1,218 46 48 48 $1 340 $1,449 $1,449 48 51,449 48 51 449 48 $1449 48 $1449 48 $1449 48 i $1,449 48 $1,449 48 S1,449 48 $1 449.... 48 51 449 152 $5 123 72 $2,517 76 $2,604 529.13 S30.20 $30.20 $30.20 $30.20 530.20 S30.20 $30. 20 $30.20 $30.20 $30.20 $30. 20 $30.20 $33.70 534.95 S34.26 68 $2 316 $34.05 76 52.604 534.26 -- $5123 $33.70 $39,019.161 $32-04 12. 5% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crewcrew days at 222% / day = ....../day = Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may he hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City o! K ami. C I.P. Form 117- R=v,sed 911:108 36.8% 20.4% 3 8.2% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: BCC Engineering, Inc. Subconsultant: Biscayne Engineering Subconsultant: E Sciences Subconsultant: Graboski Subconsultant: Local Office of Landscape Architecture 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee. Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: S113,155.56 $30,729.56 $104,822.24 $248,707.36 $248,707.36 58,000.00 S256,707.36 ! ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Southwest Streescape and Street Tree Master Plan Services_FULL SCOPE_Total Project Budget_$1,252,271.02 Project No.. B- Descrption COST ESTIMATES & MAINTENANCE PLAN PHASE Job Classification Project Manager Staff Aida Curtis Jennifer Rogers Applicable Rate Rate: $61.81 ( Rate: Man Cost/ Activity! Man hours hours 1 COST ESTIMATES & MAINTENANCE PLAN PHASE 2 Operating Cost Model 3 Maintanance Plan 4 Identify funding mechanisms for the City to maintain 5 Each funding mechanism tied to each implementation 6 Prepare Draft Cost Document 7 Meetings w City to Review Draft Cost Document I 4 5 Finalize Cost Document 9 110 11 12 1,13 114 15 16 i 117 118 19 20 t 121 122 123 24 125 126 • Total Staff Hours Total Staff Cost Total % of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: 4 - man Survey Crew: crew days at crew days at / day = /day = Consultant Name. Curtis+Rogers Contract No.: enter consultants proj. number Date. 9/21/2018 Estimator: Aida Curtis STAFF CLASSIFICATION _tio_ .. Ho.<• Project Designer _Landscape Desiynert LA Design position 5 Position 6 _posin 7 I SfefF our—s Ruben Colon 1 Jacob Lefever Hannah Ore name I name $37.50 Rate: $27.40 ( Rate: $23.08 Rate: $15.00 Rate: i Rate: 1 By Man 1. Man I Man Man i• Man i„ Costa Activity hours Cost/ Activity? hoursCosU Activity hours s CosU Activity hours 'Cost/ Activity hours ju'ostl Activity Activity Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may he hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. Op• ut Nuami. is I.P. Fore, 17' r: evhetl 5/15/09 4 Salary Cost By 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant BCC Engineering. Inc. Subconsultant: Biscayne Engineering Subconsultant: E Sciences Subconsultant: Graboski Subconsultant: Local Office of Landscape Architecture 2 - SUBTOTAL ESTIMATED FEE: Geotechnscal Field and Lab Testing: Survey Fee (or Survey Crew Fee(: Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Southwest Streescape and Street Tree Master Plan Services_FULL SCOPE_Total Project Budget $1,252,271.02 Project No: B- Description: URBAN FORESTER NEEDS ASSESMENT PHASE STAFF CLASSIFICATION Job Classification Project Manager ( Project Designer Landscape Designer( LA Design Position 5 Staff Aida Curtis 1 Jennifer Rogers i Ruben Colon Jacob Lefever Hannah Ore Applicable Rate Rate: $61.81 Rate: $37.50 1 Rate: $27.40 Man Man ; Man Work Activity l CosU Activity! CosU Achvltyi CosU Activity] _ _ ! hours hours _ ! hours s 1 URBAN FORESTER NEEDS ASSESMENT PHASE 1 — i 2 Urban Forestry Management Plan I 3 Urban Forestry Resources Reccomendations ! 4 Identify how these resouces relate to malntenace of up: 5 Identify how these resouces relate to operational cost1 Rate: $23.08Man hours 'Cost/ Activity' Rate: $15.00 Man hours ! Cost/ Activity Consultant Name: Curtis+Rogersnt Contract No.. enter consultants proj. number Date: 9/21 /2018 Estimator Aida Curtis Position 6 Position 7 Staff Hours Salary Rate: By i Cost By Rafe: Man hours name Cost/ Activity name Man !Cost/Activity Activity Activity hours Average Rate Per Task 6 Identification of Human Resources I' 7 Identification of Equipment Resources 1 I / -/ g Draft Urban Needs Assessment Plan i I 1 11 j - 1 1 - 10 Review w City Urban Needs Assessment (2 meetings)/ I I 1 I } F1 ., 1 8 Identification of Software Resources 111 Finalize Urban Needs Assesment Plan 1 112 j I 113 I } I I 14 115 1 116 117 118 119 20 121 22 124 125 126 127 Total Staff Hours Total Staff Cost 1 1— 1 —i I Total % of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: 4 - man Survey Crew: crew days at crew days at / day / day = s = S Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICEIFDOT Standard Scope and Staff Hour Estimation Handbook. City ct Mile Ili, C,I.P. Farm 117 Revised 9/15/05. 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: BCC Engineering. Inc. Subconsultant: Biscayne Engineering Subconsultant: E Sciences Subconsultant: Graboski Subconsultant: Local Office of Landscape Architecture 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing. Survey Fee (or Survey Crew Fee): Other Misc. Fee: Lisa Hammer (Horticultural Consultant) 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $ Job Classification) Project Manager (} Project Designer I Landscape Designer Staff) Aida Curtis 1 Jennifer Rogers Ruben Colon 1 Applicable Rate Rate: $61.81 Rate: $37.50 ? Rate: $27.40 hours 'Cost/ Activity) hogs ) Cost/ Activity' hou s )Cost/ Activity I I I j 10 Tree Management Plan 111 Mechanisms to integrate feedback into the plan }} 12 Plant Health Care Recomendations 113 Curb and Sidewalk Repair Management Plan 114 Draft/Assemble Master Plan Report 115 Incorporate City Comments into Report 16 Final assembly of Master Plan Report 117 118 119 120 121 €22 123 24 125 126 127 Total Staff Hours ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Southwest Streescape and Street Tree Master Plan Services_FULL SCOPE_Total Project Budget_$1,252,271.02 Project No. B- Description: STREET TREE MASTER PLAN PHASE STAFF CLASSIFICATION Consultant Name: Curtis+Rogers Contract No.: enter consultants proj. number Date: 9/21/2018 Estimator: Aida Curtis Work Activity 1 STREET TREE MASTER PLAN PHASE t 2 Assesment of tree and horticultural resources 3 Urban Forest Tree Succesion Plan 4 Short term Tree Canopy Cover 5 Intermediate Term Tree Canopy Cover 6 Long Term Tree Canopy Cover 7 Species Diversity Plan 8 Tree Age Distribution Plan 9 Tree Risk Management Plan Total Staff Cost Total % of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = S day = S Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may he hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. Cary ci A.6ersl CI.P. Form 117 R.ISEd 9115108 LA Design 1 Jacob Lefever Rate: $23.08 Man j -. _.... I C ;o hours st/ Activity; Position 5 Position 6 1 Position 7 Staff Hours Salary Hannah Ore name I name Rate: $15.00 Rate:Man !Rate: hours !Cost/ Activity hoursMan ,Cost/ Activity! hours I Cost/ Activity By Cost By Activity Activity 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: BCC Engineering, Inc. Subconsultant: Biscayne Engineering Subconsultant: E Sciences Subconsultant: Graboski Suhconsultant: Local Office of Landscape Architecture 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Lisa Hammer (Horticultural Consultant) 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: ge Rate Per Task ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Southwest Streescape and Street Tree Master Plan Services_FULL SCOPE_Total Project Budget $1,252,271.02 Project No.• B- Description. FINAL PRESENTATIONS TO CITY FOR MASTER PLAN ADOPTION Work Activity STAFF CLASSIFICATION Job Classification! Project Manager Project Designer Landscape Designer iii LA Design Position 5 Staff' Aida Curtis Jennifer Rogers 1 Ruben Colon i Jacob Lafever Hannah Ore Applicable Rate! Rate: $61.81 Rate: $37.50 Rate: $27.40 i Rate: $23.08 Rate: $15.00 j Man y# Man Man Man 1 Man ECOSt/ Activity Cost/ Activity: Cost/ Activity 'CosV Activity 'Cost/ Activity hours _1 hours { hours hours hours { Consultant Name: Curtis+Rogers Contract No.. enter consultants proj. number Date: 9/21/2018 Estimator: Aida Curtis Position 6 position 7 name name Rate: Rate: hours Cost/ Activity hours I Cos11 Activity Activity Man Staff Hours By Salary Cost By Activity Average Rate Per Task 1 FINAL PRESENTATIONS TO CITY FOR MASTER PL 2 Presentation to Planning and Zoning * 4 $247 ; 8 $300 3 Presentation to Appeal Boards* 4 Presentation to Miami City Commision* 4 $247 8 $300 5 Preparation of digital deliverables to the City ( 4 $247 8 1 $300 6 Preparation of hardcopies deliverables to the City 4 1 S247 i 8 $300 8 ' Hours estimated include preparation of pre-submiss { 9 materials, handouts and presentation preparation. 110 11 "12 113 1 114 115 16 :17 118 t 119 20 21 122 • 23 124 25 3 '26 27 Total Staff Hours Total Staff Cost Total % of Work by Position 16 6.7% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew crew days at $988.96 32 $1.200.00 13.317. / day = $ /day = 9__.___ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. Clry.4 C smi. C. I,P. 501. i 17 Rinsed 5/15,0 16 1 $438 16 E S369 t i 16 I $438 16 $369 16 3 $438 ! 16 1 $369 16 S438 16 $369 64 26.7% $1,753.60 64 26.7% 7 { 16 $240 16 $240 16 $240 2n'.7% 60 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant BCC Engineering, Inc. Subconsultant. Biscayne Engineering Subconsultant: Subconsultant: Subconsultant: S26.58 $26.58 $26.58 $26.58 $6,379.68 $26.58 E Sciences Graboski Local Office of Landscape Architecture 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee'. Lisa Hammer 3- SUBTOTAL ESTIMATED FEE: .Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $18,501.07 $2,540.28 $1,122.88 $10,057.20 $32,221.43 $32,221.43 $7,000.00 $39,221.43 SUMMARY OF FEES PHASE I Task CR BCC E-Sciences LOLA Total per Task Reimb. Est. Task 1: Site Analysis Task 2: Community Outreach Task 3: Master Plan Schematics Task 4: Cost Est/ Maintenance Task 5: Urban Forester Task 6: Streetscape Master Plan Task 7: Final Presentation $84,152.32 $57,872.20 $113,155.56 $0.00 $0.00 $0.00 $18,501.07 $10,503.10 $72,587.99 $75,617.00 $242,860.41 $6,796.44 $1,684.32 $0.00 $66,352.96 $30,729.56 $0.00 $94,927.85 $238, 812.97 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $2,540.28 $1,122.88 $10,057.20 $32,221.43 Subtotals by Firm: $273,681.15 $50,569.38 $75,395.19 $180,602.05 $8,000.00 $7,000.00 $8,000.00 $0.00 $0.00 $0.00 $7,000.00 Percentage of Total Fee: 47% yob 13% 31% TOTAL SERVICES ALL CONSULTANTS $580,247.77 Estimated Reimbursables Percentage of Total Services Fee: $30,000.00 5% SUMMARY OF STAFF HOURS FULL SCOPE Linear Miles of Streets in Project Area = 210.5 Task CR BCC Biscayne E-Sciences Graboski Lisa Hamme MRG LOLA Total per Task % OF Total Hrs per Project Mile Task 1: Site Analysis 960 658 1224 1285 0 60 0 380 4567 52% 21.7 Task 2: Community Outreach 667 54 0 12 0 26 0 0 759 9% 3.6 Task 3: Master Plan Schematics 1218 528 0 0, 0 0 0 672 2418 28% 11.5 Task 4: Cost Est/ Maintenance 0 130 0 0 0 0 0 44 174 2% 0.8 Task 5: Urban Forester 0 0 0 148 0 76 0 0 224 3% 1.1 Task 6: Streetscape Master Plan 0 40 0 186 0 78 0 0 304 3% 1.4 Task 7: Final Presentation 240 16 0 8 0 4 0 68 336 4% 1.6 Subtotals by Firm: 3085 1426 1224 1639 0 244 0 1164 Percentage of Total Hours: 35% 16% 14% 19% 0% 3% 0% 13% GRAND TOTAL STAFF HOURS ALL CONSULTANTS 8782 41.7 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services Project No: B- Description: SITE ANALYSIS & ASSESMENT PHASE Consultant Name. E Sciences- Engineering Enviromental Ecological Contract No.. enter consultants proj. number Data 9/21/2018 Estimator insert name STAFF CLASSIFICATION - - - — — - — - JOI--CiaSeificationi PM ' Senior Engineer 1 —Senid-Frcientist - I Staff Scientist —I Admin Staff! Justin Freedman Nadia Locke I Brian Voelker I Jen Savaro Admin name I name Applicable Rate Rate: $48.40 Rate: $52.25 I Rate: $35.76 I Rate: $24.12 Rate: $28.86 Rate: Rate: Man Man 1 Man Work Activity I Cost/ Activity hMan !Cost/ Activity!1 1 Man !Cost/ Activityt ! hours !Cost/ Activity hours ! hours j i 1 —I ; --1- 1 SITE ANALYSIS & ASSESMENT PHASE ___1 1-1 ' 1 1 t 1 1 1 1 2 Enviromental Site Analysis 3 Existing Site Conditions , 25 $1;210 5 $261 I 233 1--$6332 566 $13.652 25 $722 I 4 Site Picture Inventory l'! I .1 5 Components Inventory I 1 6 Canopy Cover 4 $194 1 $52 i 24 1 $579 1 $29 Sieftl-lo By Activity Salary Cost By Activity 4 , i 7 Canopy Structure 1 i 8 Canopy Composition 1 9 Canopy/Tree Evaluation 1 I i 110 Energy Resources I t 1 111 Conservation Options 1 1 1 1 1 112 Architectural Streescape ! 1 113 Maintenance Evaluation 1 ! . _ i 1- 1 114 Renovation Recommendations 15 Alternative Landscape Areas Diagnosis ! 1 r 1t 16 Alternative Landscape Areas Recommendations 1 I 1 18 1 _r___ t 19 '1 20 1 21 1 ! 22 / I 23 1 [ 1 , i r i - ! L 24 .... . I ' 1r 25 854 $24,177 30 $854 26 I 27 Total Staff Hours 29 i 6 I i 2331 590 I 26, Total Staff Cost Total % of Work by Position $1,403.60 $313.50 3.3% 0.7% 26.4% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at .......... 4 - man Survey Crew: crew days at / day = / day = Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of M,aw. 0 I.P. Form 117 Revised eti 5108 $8,332.08 $14,230.80 66.7% 2.9% S750.36 Average Rate Per Task $28.31 $28.45 884 -t— $25,838.34 1 $28.31 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant. Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee). Other Misc. Fee. Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $72,587.99 $72,587.99 - : $72,587.99 . $72,587.99 Project. Southwest Streescape and Street Tree Master Plan Services Project No.: B- Description: COMMUNITY OUTREACH Work Activity 1 COMMUNITY OUTREACH ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Job Classification PM j Senior Engineer Senior Scientis Staff Justin Freedman I Nadia Locke i Brian Voelker ( Jen Savaro Applicable Ratej Rate: $48.40 i Rate: i Rate: I Rate: Man I Man ( E Man ! i Man hours iCost/Activityy hours }Cost/Activity hours, }Cost/Activityj hours (Cost/Activity 2 Project Kick Off Meeting with the City 2 3 Riverview Historic District Site Analysis /Input 4 Latin Quater Site Analysis /Input / 5 Citrus Grove Site Analysis /Input 6 Aubumadale Site Analysis /Input 7 La Pastorita Site Analysis /Input 8 Parkdale North Site Analysis /Input 9 Shenandoah North/South Site Analysis /Input 10 The Roads Site Analysis /Input 111 Parkdale South Site Analysis /Input 112 Coral Gate Site Analysis/input { 13 Douglas Park Site Analysis/Input 114 Silver Bluff Site Analysis/Input 15 Project Progress Meeting /Stakeholders 8. Agencies 2 j_ $97 16 Project Progress Meetings with the City (4) 8 i 17 Project community Outreach Summary Findings 118 119 20 121 122 I)23 24 !25 26 1.27 Total Staff Hours Total Staff Cost Total % of Work by Position 12 1 00.0% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew crew days at $97 $387 $580.80 /day = / day = Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City rf Men C.I. Form 11T Re ei1505 1 ` 2 STAFF CLASSIFICATION Staff ScieittiSC r Admin Admin Rate: Man hours ;Cost/ Activity Consultant Name. E Sciences- Engineering Enviromental Ecological Contract No.. enter consultants proj. number Date'. 9/21/2018 Estimator: insert name Position 6 Position 7 ( Staff Hours ! Salary name name Rate: !Rate: 1 By ; Cost By hourMan Actiw' hours Activity' Man CosUActivity} Activity I Activity s 'Cost/ ) 2 i $97 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursahles (Allowance) GRAND TOTAL ESTIMATED FEE: 5387 Average Rate Per Task $48.40 548.40 -__- $48.40 $580.80 ! $48.40 $1,684.32 $1,684.32 $1,684.32 $1,684.32 10 The Roads Schematic/ Plant PalleteSite Analysis /Inpe E 11 Parkdale South Schematic/ Plant Pallete 112 Coral Gate Site Schematic/ Plant Pallete 113 Douglas Park Schematic/ Plant Pallete f 14 Silver Bluff Schematic/ Plant Pallete j 115 Project Progress Meeting /Stakeholders & Agencies I 1 116 Project Progress Meetings with the City (4) 117 Project Tree Plantings Phasing Recommendations # I 1 18 Riverview Historic District Streescape Design Guideli � I 19 Shenandoah North Streescape Design Guidelines 1 { 1 1 .21 Southwest 27th Ave Streescape Design Guidelines i I22 Southwest 8th Street - Streescape Design Guidelines i 123 Street Tree Master Plan for Southwest Study Area i 124 Landscape Plan for all medians and ROW in SW stud i 125 New Medians and Public Art Placement in SW study off 126 j27 120 Bird Road/Douglas Station Streescape Design Guidel) ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Southwest Streescape and Street Tree Master Plan Services Project No.. B- Description: MASTER PLAN SCHEMATICS AND PLANT PALETTE Work Activity STAFF CLASSIFICATION Job Classification Position 1 Position 2 Position 3 ! Position 4- i Position 5 Staf€{ name 1 name j name name name i 1 Applicable Rate Rate: Rate: Rate: } Rate:i Rate: Man /Cost/ Activity/ Man Cosy Activity Man Cosy Activityi Man 'Cost/ Activity Man Cost/ Activity hours } } hTi J ours f hours } hours i hours j 1 MASTER PLAN SCHEMATICS AND PLANT PALETTE } j / i ! 2 Project Schematic Kick Off Meeting with the City } 3 Riverview Historic District Schematic/ Plant Pallete 4 Latin Quater Schematic/ Plant Pallete 5 Citrus Grove Schematic/ Plant Pallete 6 Auburndale Schematic/ Plant Pallete 7 Le Pastorita Schematic/ Plant Pallete 8 Parkdale North Schematic/ Plant Pallete 9 Shenandoah North/South Schematic/ Plant Pallete Total Staff Hours Total Staff Cost Consultant Name. E Sciences- Engineering Enviromental Ecological Contract No.. enter consultants prof. number Date. 9/21/2018 Estimator. insert name Staff ILIPitiIii, Rate: € Rate: BY 1 Man }! Cost Activity, Man ECost Activity Activity hours -.. : hours I 1 Position 6 name Position 7 name Saiary i Average Cost By Rate Per Activity Task Total % of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew- crew days at 4 - man Survey Crew: crew days at / day = /day = Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter tee from each Subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. Cry of Kann. C.i.P. form 117- Rooised 0/15/08 3 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee. Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: 5 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Southwest Streescape and Street Tree Master Plan Services Project No.: B- Description: COST ESTIMATES & MAINTENANCE PLAN PHASE -- i--- . _.. _ ------- Job Classification! Position 1 �1 Position 2 Position 3 Staffi name name name Applicable Rate( Rate: Rate: , Rate: Man 1Costl Activityi Man ICosO Activity Man Cost/ Activity hours (( hours j hours t 1 COST ESTIMATES & MAINTENANCE PLAN PHASE; I 2 Operating Cost Model { I 1 3 Maintanance Plan Work Activity 4 Identify funding mechanisms for the City to maintain I 5 Each funding mechanism tied to each implementation? 6 7 8 9 110 11 112 (13 1114 115_ 116 17 118 i._.._... i19 20 121 122 i23 t -- j24 5 26 12 Total Staff Hours Total Staff Cost Total % of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at { i I / day = $ / day = 5 Notes'. 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Maim. CI.P. Form 17- R_wiced 9/1J68 STAFF CLASSIFICATION ----` -- - Position , Position n 5 5 name name Consultant Narne E Sciences- Engineering Enviromental Ecological Contract No.. enter consultants prof. number Date: 9/21 /2018 Estimator: insert name Position 6 Position 7 name Rate: j Rate: Rate: Rate: Man Man Man i Cost/ Activity' Cost/ Activity Cost/ Activity Man !Cost/ Activity hours i hours ; hours hours i j 1 Ii 1 k i I I E # i ( name 4 StaffHours] Salary By Cost By Activity E Activity 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant Enter Name of Sub 1 Subconsultant. Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant, Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Feel: Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: Average Rate Per Task ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project. Southwest Streescape and Street Tree Master Plan Services Project No: B- Description: URBAN FORESTER NEEDS ASSESMENT PHASE Job Clasifica4ion PM (- Senior En meet 1 Senior Scientst Staff! Justin Freedman I Nadia Locke Brian Voelker Applicable Rate! Rate: $48.40 € Rate: $52.25 Rate: $35.76 Man I Man Man Work Activity II ! Cost/ Activity!' Cost/ Activity! „ i hours, ( i hours ; hours 1 URBAN FORESTER NEEDS ASSESMENT PHASE j I —1— }-- i 2 Urban Forestry Management Plan 3 Urban Forestry Resources Reccomendations sk1 i 4 Identify how these resouces relate to maintenace of ur 1_ ! 5 Identify how these resouces relate to operational cost( j j _ 6 Identification of Human Resources i S 7 Identification of Equiptment Resources jt 8 Identification of Software Resources S ii ) 1 i 9 I 1 1 110 l } 111 112 13 14 115 116 117 !18 1 19 120 121 122 23 124 1-25 126 127 Total Staff Hours Total Staff Cost Total % of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew. 4 - man Survey Crew crew days at crew days at f day = 8 /day = Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. c w of Miami. C I P. Form 117. Revised 9115108 Consultant Name: E Sciences- Engineering Enviromental Ecological Contract No.: enter consultants proj. number Date: 9/21 /2018 Estimator. insert name Position 6 name Rate: Cost/ Activity Cosy Activityli Man Cosd Hctivttyl Man ( Cost/ Activltyl houMrsn ! hours � ( hours ! E STAFF CLASSIFICATION Staff Scientist Admin Jen Savaro i Admin Rate: $24.12 Rate: $28.86 Rate: 5 Position 7Staff Hours Salary name By Cost By Man c , hours 1CosUActivity{ AActivity! Activity Task 1 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant Enter Name of Sub 1 Subconsultant. Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechn;cal Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables(Allowance) GRAND TOTAL ESTIMATED FEE: Rate Per ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Southwest Streescape and Street Tree Master Plan Services Project No.. B- Description. STREET TREE MASTER PLAN PHASE Work Activity Job Classification PM q Senior Engineer Staff! Justin Freedman 1 Nadia Locke Applicable Rate; Rate: $48.40 € Rate: $52.25 Man t - Man hour !Cost/ Activity) hours. 1 Cost/ Activity] 1 STREET TREE MASTER PLAN PHASE 1 ] r ! 2 Assesment of tree and horticultural resources 3 Urban Forest Tree Succesion Plan 4 Short term Tree Canopy Cover 5 Intermediate Term Tree Canopy Cover 6 Long Term Tree Canopy Cover 7 Species Deiversity Plan 8 Tree Age Distribution Plan ] 9 Tree Risk Management Plan ] 10 Tree Management Plan 111 Mechanisms to integrate feedback into the plan # 12 Plant Health Care Recomendations 113 Curb and Sidewalk Repair Management Plan 114 I)15 116 )17 118 19 20 21 122 123 124 )25 )26 127 Total Staff Hours Consultant Name- E Sciences- Engineering Enviromental Ecological Contract No.: enter consultants proj. number Date 9/21/2018 Estimator insert name STAFF CLASSIFICATION Staff - — .---- E 1 -- Senior Scien- :.:_ tist Staff Scientist Admin— Position 6 1 Position 7 Staff Hours; Brian Voelker 1 Jen Savaro 1 Admin name 1 name Rate: $35.76 } Rate: $24.12 Rate: $28.86 Rate: •Rate: 1 BY Man ( Man t I Man 1 } Man Man i € hours ICost/ Activity I hours'Cost/ Activity 1 •hours ICost/ Activity I hours )Cost/ Activity{ hours ]Cost/Activity) Activity ) i 1 Salary Cost By Activity Average Rate Per Task Total Staff Cost Total % of Work by Position • ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew crew days at / day = $ /day = 8 Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. 05• of Mama. C.I.P. Foam 11i Revisca e110/05 6 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing. Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project' Southwest Streescape and Street Tree Master Plan Services Project No. B- Description. FINAL PRESENTATIONS TO CITY FOR MASTER PLAN ADOPTION Work Activity Job Classdicationj PM Staff; Justin Freedman E Applicable Rate! Rate: $48.40 Man ! Cost/ Activity j hours r 1 FINAL PRESENTATIONS TO CITY FOR MASTER PL1 STAFF CLASSIFICATION Senior Engineer IEI Senior Scientist E Staff Scientist i Admin Nadia Locke 3 Brian Voelker I Jen Savaro I Admin $52.25 I Rate: $35.76 j Rate: $24.12 ! Rate: $28.86 Man !Cost/ Activity! Man Cost/ Activity! Man ; ! Cost/ Activity11 Man !Cost/ Activity! hours ! i hours ) , hours , .I hours t ; Rate: 2 Presentation to Planning and Zoning 3 Presentation to Appeal Boards 4 Presentation to Miami City Commision 2 5 Preparation of digital deliverables to the City ) 1 2 2 597 597 597 548 6 Preparation of hardcopies deliverables to the City 1 $48 7 8 9 110 111 1 112 13 114 ;15 118 19 120 21 _- 122 123 124 125 126 127 t- Total Staff Hours 8 Total Staff Cost $387.20 Consultant Name: E Sciences- Engineering Enviromental Ecological Contract No: enter consultants proj. number Date: 9/ 2 1 /2018 Estimator insert name Position 6 Rate: Man hours Position 7 -. Staff Hours Salary name name !Rate: By Cost By ';Cost/ Activity; Mun !! hours CCost/ Activity! Activity Activity Average Rate Per L r E 1 2 2 2 597 $97 597 548 548 Task • 548.40 $48.40__-. $48.40 $48.40 548.40 _.,._ $387.20i. $48.40 Total % of Work by Position 100.0% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew crew days at 4 - man Survey Crew: crew days at Notes. 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shalt be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City et Miami. C.LP. Foam 10 R>wsen 9f1.70 7 1 - SUBTOTAL ESTIMATED FEE: {multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant. Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee. Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: .Additional Services (Allowance) Reimhursables (Allowance) GRAND TOTAL ESTIMATED FEE: $1,122.88 $1,122.88 $1,122.88 $1,122.88 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project. Southwest Streescape and Street Tree Master Plan Services_Full Scope Project No.: 9- Description: COMMUNITY OUTREACH Job Classification Staff Applicable Rate Work Activity 1. COMMUNITY OUTREACH ----- - a- - - -- -- - '-- Principal -LA i Principal t1D Jennifer Bolstad j Walter Meyer Rate: Rate: Man 1 hours.,. Cost/ Acbvit Man 1 Cosl/ Activity hours Consultant Name: Local Office Landscape and Urban Design Contract No.. enter consultants proj. number Date. 9/21/2018 Estimator. insert name STAFF CLASSIFICATION , Project Managerr I Design Staff ( Design Staff Adtnin Position __7 Andrew LaStella , Sally Zhang j Zin Thet Carmen Bras name _ Rate: I Rate: I Rate: Rate: ;Rate: BY Man Man Man Man Man Cost/ A tivityf Cost/ ActivityE hours I Cost/ Activity hours Cost/ Activity hours 1 Cost/ Activity Activity 1 Activity hours hours f Staff Hours } Salary Cost By + 2 Project Kick Off Meeting with the City 3 Riverview Historic District Site Analysis /Input i t 4 Latin Quater Site Analysis /Input / 5 Citrus Grove Site Analysis /Input 1 6 Auburnadale Site Analysis /Input j7 La Pastorita Site Analysis /Input 8 Parkdale North Site Analysis /Input 1 9 Shenandoah North/South Site Analysis /Input 110 The Roads Site Analysis /Input 111 Parkdale South Site Analysis /Input 112 Coral Gate Site Analysis/input 113 Douglas Park Site Analysis/Input 11.4 Silver Bluff Site Analysis/Input 15 Project Progress Meeting /Stakeholders & Agencies 16 Project Progress Meetings with the City (4) 117 Project community Outreach Summary Findings 118 119 t20 1 2 - 122 123 1t24 [25 i26 !27 Total Staff Hours Total Staff Cost Total % of Work by Position Average Rate Per Task ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = 5 /day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. 'Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. JI., at Mtarn/ C.I P. Fotno 117 Ravisad 5/15/33 2 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant Sub 3 Subconsultant Sub 4 Subconsultant Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing' Survey Fee (or Survey Crew Fee) Other Misc. Fee Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: ATTACHMENT B — COMPENSATION AND PAYMENTS ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B2 - CONSULTANT INVOICE _ � `GRYOF'MtgMl P_ ROVEMENTS a TRANSPORTAT19N PROGI OSit21TJANDARCiINVOICE ' To: AT T N: From: City of Miami Capital Improvements & Transportation Program 444 SW 2nd Avenue - 8th Floor Miami, FL 33130 NOTE: Prepare invoices properly to avoid payment delay. Submit signed originals only. Each Invoice must be signed by a Principal of the firm as designated. Attach appropriate back-up documents to each invoice. Work Order No: Invoice Number. Invoice Date: Month 00, 0000 Page: Invoice Period: From: __, -.________._._.__.To:__.._..__,._.._. Moth 000000 Month 00, 0000 Contract No.: Contract Title: Project No.: Project Name: Purchase Order No.: SERVICE CONTRACT AMOUNT % COMPLETE. TOTAL EARNED TO DATE PREVIOUSLY CURRENT INVOICE AMOUNT INVOICED Schematic Desion(SO)... .._...._..__.-..? ..._.... '....-...... _ ... ....i $ ..... .. '> .._..__ ._._ -- _, $ ,__... .. _ .. ... ._...- DesignDeYelopment(DD)_.... $ . - t -._.. _... - $. .. - .._ _ $ - 30:/n CanstructieODacumenY> (30./n.CII).-... ...... - _....... ._ . _ "- .... ..... $ .... ... .. .. .. ...5.. ..... -. - $... ...... ...... • 50%.Conskuction.Documents.160%.CO).,..._ __..__ ,_.._.._.____.__.—_...... .»__......_..._..__. _....____..._._ ..,_;__._. ._.__ 90% Construction Documents (SO (o CD) r ... '-.. ..__.... ....................,.__,_-._..._-__...-........._____... __-....-...._._...........-. ........... .........._. .. ..-...._-._......... ........ - -.�........ .... -..___..........-.._........ .......- 100/ton Documents (100%CD)$ $ _.._.._-$ Dry Run Permitting � ' �$ • $ $ Bidding or Negotiation Phase $ " $_ "S ConstructionAdministration (CA) ':$:.$__ ..- _.._...__.__._...__.______._.,.._..__-__......_.._................. $ $ $ _- ..._..-_..- • _..,. - 5 $ _ $ _ $ - _ $ Reimbursable Expenses_.._._ .. ........... ...._. _..._....$ _._._....____.. .-..-.. .._...._.......... _._.._ ..$ ..... $ 1,. (rifle] - .__... ............... 2..(fitle) - ... .__. - - 1 07101.s- ......... $.......... $ :5 5 Additional Services S $ - . $ - $ 1, IT itie1. _......_......._... $ .___--... ._.... ... _........ $......__. - ,_$ 3._ITNe)._.._-..... ,.- -' - -._._. .. ..._._._ $. - - _......._ ._$ ............ ._.. 5 - 2...(Title) TOTAL: $ Prior to this Invoice Remaining Contract Balance: Subtotal : _.. tal: $ Deductions: Total Due : $ L TO BE COMPLETED BYCONSULTANT FIRM CERTIFIED TRUE AND CORRECT BY: SUPPORTING DOCUMENTS CHECKLIST: (SIgnamre of Principal) (Typo Nome and "IIIIo of Principal) CITY OF MIAMI APPROVAL: PROJECT MANAGER Activation Leder el Phase being Invoiced: Supporting Documents For novice: Conslruotion Steles Report: Final Payment Docrxnorls: Additional Service Authorizations: DO NOT COMPLETE. TO BE COMPLETED BY CITY OF MIAMI DATE TEAM LEADER _,LIEF OF DESIGN Hector Badia ASSISTANT DIRECTOR Jeovanny Rodriguez, P.E. DIRECTOR Date Received CrrP: Date Recerved for Payment Processing (Budget Department): Finance Validation: 48 Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 9/18/2018 Ctyof:Nliai'n'i.', $trees Tree Meister P{an StttsiYArea'- Autiu ind ale.i+w,,tr rN "'City Boundary Street Tree Master Plan Study Area Proposed Calle Ocho Historic District East Little Havana FLUM Proposed Shenandoah Historic District Underline Public Schools Lt.,' Not Part of RFQ #16-001 Comission Districts Gateway • • * Scenic Transportation Corridor Trolley Route MDT Bus Route Historic Resource Environmental Preservation District ^!�T` Historic Districts r ru Parks