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