Loading...
HomeMy WebLinkAboutBack-Up DocumentsPROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS PROFESSIONAL SERVICES AGREEMENT Service Category Civil Engineering Services for La Pastorita Neighborhood Roadway Improvements Study Contract Type Project Specific Consultant The Corradino Group, Inc. TABLE OF CONTENTS ARTICLE 1 DEFINITIONS 4 ARTICLE 2 GENERAL CONDITIONS 6 2.01 TERM 6 2.02 SCOPE OF SERVICES 6 2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS 6 2.04 COMPENSATION 6 ARTICLE 3 PERFORMANCE 7 3.01 PERFORMANCE AND DELEGATION 7 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL 7 3.03 CONSULTANT KEY STAFF 7 3.04 TIME FOR PERFORMANCE 7 3.05 STANDARD OF CARE 7 ARTICLE 4 SUBCONSULTANTS 7 4.01 GENERAL 7 4.02 SUBCONSULTANT RELATIONSHIPS 8 4.03 CHANGES TO SUBCONSULTANTS 8 ARTICLE 5 DEFAULT 8 5.01 GENERAL 8 5.02 CONDITIONS OF DEFAULT 8 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE 8 ARTICLE 6 TERMINATION OF AGREEMENT 9 6.01 CITY'S RIGHT TO TERMINATE 9 6.02 CONSULTANT'S RIGHT TO TERMINATE 9 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT 9 ARTICLE 7 DOCUMENTS AND RECORDS 9 7.01 OWNERSHIP OF DOCUMENTS 9 7.02 DELIVERY UPON REQUEST OR CANCELLATION 9 7.03 RE -USE BY CITY 9 7.04 NONDISCLOSURE 10 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS 10 7.06 E-VERIFY 10 ARTICLE 8 INDEMNIFICATION 11 ARTICLE 9 INSURANCE 11 9.01 COMPANIES PROVIDING COVERAGE 11 9.02 VERIFICATION OF INSURANCE COVERAGE 11 9.03 FORMS OF COVERAGE 12 9.04 MODIFICATIONS TO COVERAGE 12 ARTICLE 10 MISCELLANEOUS 12 10.01 AUDIT RIGHTS; INSPECTION 12 10.02 ENTIRE AGREEMENT 12 10.03 SUCCESSORS AND ASSIGNS 13 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE 13 10.05 APPLICABLE LAW AND VENUE OF LITIGATION 13 10.06 NOTICES 13 10.07 INTERPRETATION 14 10.08 JOINT PREPARATION 14 10.09 PRIORITY OF PROVISIONS 14 10.10 MEDIATION - WAIVER OF JURY TRIAL 14 10.11 TIME 15 10.12 COMPLIANCE WITH LAWS 15 La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 1 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT I 1013 NO PARTNERSHIP 15 1014 DISCRETION OFDIRECTOR 15 1015 RESOLUTION OFCONTRACT DISPUTES 15 1010 INDEPENDENT CONTRACTOR 16 1017 CONTINGENCY CLAUSE 10 1018 THIRD PARTY BENEFICIARY 10 1019 ADDITIONAL TERMS AND CONDITIONS 10 1020 SEVERA8|UTY 10 ATTACHMENT A'SCOPE OFWORK 20 ARTICLE Al GENERAL 20 41.01 SCOPE OFSERVICES 20 A1.02 WORK ORDERS 20 A1.03 PAYMENTS 20 ART|CLEA2 OVERVIEW OFPROJECT SERVICES 20 A2.01 DEVELOPMENT OFOBJECTIVES 21 A2.02 SCHEMATIC DESIGN 21 A2.03 DESIGN DEVELOPMENT 22 A2.04 CONSTRUCTION DOCUMENTS 22 A2.05 BIDDING AND AWARD OFCONTRACT 24 A2.00 ADMINISTRATION OFTHE CONSTRUCTION CONTRACT 24 A2.07 TIME FRAMES FOR COMPLETION 27 ART|CLEA3 ADDITIONAL SERVICES 27 A3.01 GENERAL 27 A3.02 EXAMPLES 27 A3.03 ADDITIONAL DESIGN 28 ART|CLEA4 REIMBURSABLE EXPENSES 28 A4.01 GENERAL 28 A4.02 8U8CONSULTANTRE|M8URSENYENTS 28 ART|CLEA5 C|TY'S RESPONSIBILITIES 28 A5.01 PROJECT AND SITE INFORMATION 28 A5.02 CONSTRUCTION MANAGEMENT 20 SCHEDULE All -SUBCONSULTANT8 30 SCHEDULE A2-KEY STAFF 30 ATTACHMENT B'COMPENSATION AND PAYMENTS 32 ARTCLEB1 METHOD OFCOMPENSATION 32 81.01 COMPENSATION LIMITS 32 1131.02 CONSULTANT NOT TO EXCEED 32 ARTICLE B2 WAGE RATES 32 B2.01 FEE BASIS 32 8202 EMPLOYEES AND JOB CLASSIFICATIONS 32 B2.03 MULTIPLIER 82 B2.04 CALCULATION 32 B3.05 EMPLOYEE BENEFITS AND OVERHEAD 33 82.06 ESCALATION 33 ART|CLEB3 COMPUTATION OFFEES AND COMPENSATION 33 B3.01 LUMP SUM 33 83.02 HOURLY RATE FEES 33 B3.03 REIMBURSABLE EXPENSES 33 B3.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES 34 B3.05 FEES FOR ADDITIONAL SERVICES 34 B3.06 PAYMENT EXCLUSIONS 34 B3.07 FEES RESULTING FROM PROJECT SUSPENSION 34 ARTICLE B4 PAYMENTS TOTHE CONSULTANT 34 B4.01 PAYMENTS GENERALLY 34 B4.03 FOR COMPREHENSIVE BASIC SERVICES 35 84.03 BILLING - HOURLY RATE 35 B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES 35 84.05 DEDUCTIONS 35 ARTICLE B5 REIMBURSABLE EXPENSES 35 85.01 GENERAL 35 B5.02 REIMBURSEMENTS TOTHE SUBCONSULTANTS 30 ARTICLE BG COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 38 B6.01 GENERAL 36 SCHEDULE B1 -WAGE RATES SUMMARY 37 SCHEDULE B2-CONSULTANT INVOICE Error! Bookmark not defined. LaPastuhtuNeighborhood Roadway RFQ17'18'U27 Improvements Study 2 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 g CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS PROFESSIONAL SERVICES AGREEMENT Service Category Civil Engineering Services for La Pastorita Neighborhood Roadway Improvements Study Contract Type Project Specific (RFQ No. 17-18-027) Consultant The Corradino Group, Inc. Consultant Office Location 4055 NW 97th Avenue, Suite 200, Miami, FL 33178 City Authorization Section 18-87, City of Miami Code THIS PROFESSIONAL SERVICES AGREEMENT ("PSA" or "Agreement") made this day of in the year 2019 by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "City," and The Corradino Group, Inc., hereinafter called the "Consultant." RECITAL A. The City issued a Request for Qualifications ("RFQ") No. 17-18-027 on July 18, 2018 for the provision of Civil Engineering Services for La Pastorita Neighborhood Roadway Improvements Study ('`Services") 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 ("Solicitation Documents"), and are, by this reference, are deemed as expressly incorporated into and made a part of this Agreement as if set forth in full herein. 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) or inconsistencies 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, including, without limitation, City Code Section 18-87, to provide the professional services as described herein. WITNESSETH, that the City and the Consultant, for the considerations herein set forth, agree as follows: La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 3 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE 1 DEFINITIONS 1.01 Additional Services means any Work defined as such in a Work Order, secured in compliance with Florida Statutes and City Code. 1.02 Attachments means the Attachments to this Agreement, which are expressly incorporated by reference and made a part of this Agreement as if set forth in full. 1.03 Base Fee means the amount of compensation mutually agreed upon for the completion of Basic Services. 1.04 Basic Services means 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 that is a party who is the Owner and for which services under this Agreement are 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 who may delegate certain tasks the Director as defined in Section 1.12. 1.08 Commission means the legislative body of the City of Miami. This has the same meaning as City Commission and is an abbreviation. 1.09 Consultant means the individual, partnership, corporation, association, joint venture, limited liability company, other recognized business entity, or any combination thereof, of properly registered professional architects, or engineers, or surveyors and mappers, as applicable, which has entered into this Agreement to provide professional services to the City. 1.10 Contractor means an individual, partnership, corporation, association, joint venture, or any combination thereof, which has entered into a contract with the City for construction of City facilities and incidentals thereto. 1.11 Department means or refers to the City of Miami's Office of Capital Improvements ("OCI") formerly known as Capital Improvements and Transportation Program ("CITP"). 1.12 Director means the Director of the City Department designated herein who has the authority and responsibility for managing the specific project or projects covered under this Agreement. Unless otherwise specified herein or in a Work Order, for this Agreement, the Director is the top administrator of the Office of Capital Improvements or their authorized designee. 1.13 Errors means items in the plans, specifications, or other documents prepared by the Consultant that are shown incorrectly, which results in a change to the Services and results in the need for the Contractor to perform corrective work, rework, or additional work or which causes a delay to the completion of construction. 1.14 Errors and Omissions means design deficiencies in the plans, specifications or other documents prepared by the Consultant, which must be corrected in order for the project to function or be built as intended. 1.15 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. 1.16 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. 1.17 Omissions means 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. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 4 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 1.18 Primary Services means those Services considered by City to be fundamental to the successful management of the Project as stated in the RFQ, and in Attachment A of this Agreement. 1.19 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. 1.20 Program means the City's multi -year Capital Improvements and Transportation Programs, prepared on an annual basis that details the planned financial resources and implementation schedule and strategies for the City's capital projects over a five (5) year period. 1.21 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. 1.22 Professional Services means those services within the scope of the practice of architecture, professional engineering, or registered surveying and mapping, as applicable, as defined by the laws of the State of Florida, or those performed by any architect, professional engineer, or registered surveyor or mapper in connection with his or her professional employment or practice. These services may be abbreviated herein as "architectural/engineering services" or "professional services," as applicable, which are within this definition. 1.23 Professional Services Agreement ("Agreement" or "PSA") means this Agreement, 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 or documents deemed as being attached, as applicable, this PSA shall control. 1.24 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. 1.25 Risk Management Director 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. 1.26 Scope of Services or Services means a comprehensive description of the activities, tasks, design features, objectives, deliverables, and milestones required for the completion of a Project or an assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary for its completion. 1.27 Small Business Enterprise ("SBE") formerly referred to as Community Business Enterprise ("CBE"), means a firm that has been certified by Miami -Dade County, who will provide architectural, landscape architectural, engineering, landscape architectural, or surveying and mapping professional services to the Consultant as required pursuant to City Code Section 18-87. 1.28 Subconsultant means a person or organization of properly registered professional architects, engineers, registered surveyor, or mapper, and/or other professional specialties, who has entered into a written agreement with the Consultant to furnish specified professional services for a Project or task. 1.29 Wage Rates means the effective direct expense to the Consultant and/or the Subconsultant, 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. 1.30 Work means all services, materials and equipment provided by/or under this Agreement with the Consultant. 1.31 Work Order means a document internal to the City, which authorizes the performance of specific professional services for a defined Project or Projects. 1.32 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. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 5 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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 be effective until final completion of construction of the Project 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 Prospective Firms must (shall) adhere to the following requirements: a) 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"), formerly referred to as Community Business Enterprise ("CBE"), in good standing; b) Place a specific emphasis on utilizing local small businesses from within the City's municipal boundaries. For information on the SBE requirements, visit the Miami -Dade County, Internal Services Department website at http://www.miamidade.gov/smallbusiness/certification-programs.asp. Failure to adhere to these requirements will cause the firm to be disqualified as nonresponsive or at a subsequent time cause the Agreement to be canceled. 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 $1,016,381.69, as detailed in Exhibit A, Consultant Work Order Proposal, attached hereto, 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 of $300,499.81 for Phase 1 plus $543,299.08 for Phase 2, plus $172,582.80 for Additional Services. This total is the Guaranteed Maximum Price ("GMP") for all Work by the Consultant under this Agreement. The City may, in its sole and absolute discretion, use other compensation methodologies. The City shall not have any liability, nor will the Consultant have any recourse against the City for any compensation, payment, reimbursable expenditures, costs, fees, or charges beyond the compensation limits of this Agreement, as it may be amended from time to time. The Work may never exceed the limitations provided in Section 287.055, Florida Statutes, Consultant's Competitive Negotiation Act, for continuing contracts and other limitations on compensation, as applicable. 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 (8), 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 authorized and approved for travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. The Consultant shall utilize Attachment B, Schedule B2 - Consultant Invoice, for the submission of invoices. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 6 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE 3 PERFORMANCE 3.01 PERFORMANCE AND DELEGATION The Services to be performed hereunder shall be performed by the Consultant's own staff, unless otherwise provided in this Agreement, or approved, in writing by the City. Said approval shall not be construed as constituting an agreement between the City and another person or firm. 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL Director or their designee may make written requests to the Consultant for the prompt removal and replacement of any personnel employed or retained by the Consultant, or any Subconsultants, or any personnel of any such Subconsultants 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 the work of said employees under this Agreement. 3.03 CONSULTANT KEY STAFF The parties acknowledge that the Consultant was selected by the City, in part, based on 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 approval from the Director or their designee to change or add to Key Staff. The Consultant shall provide Director, or their designee with information required to determine the suitability of proposed new Key Staff. Director will act reasonably in evaluating Key Staff qualifications. Such approval 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 claims by the Consultant for additional compensation or for any damages. 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 Chapter 61G1, Chapter 471 (Engineering), and Chapter 481 (Architecture, Interior Design, and Landscape Architecture) of the Florida Statutes, as amended, and all regulations promulgated applicable to these professions. 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 correct or revise any errors, omissions, and/or deficiencies in its designs, drawings, specifications, or other Services without additional compensation. 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 surveys, maps, designs, drawings, specifications or other Services. ARTICLE 4 SUBCONSULTANTS 4.01 GENERAL 4.01-1 A Subconsultant, as defined in Article 1.28, Subconsultant is a firm that was identified as part of the consulting team during 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 - Subconsultants attached hereto and incorporated herein by reference. 4.01-2 A Specialty Subconsultant is a person or organization that has, with the consent of the Director, entered into a written agreement with the Consultant to furnish unique and/or specialized professional services necessary for a project or task described under Additional Services. Such Specialty Subconsultant shall be in addition to those identified in Attachment A, Schedule Al. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 7 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 4.02 SUBCONSULTANT RELATIONSHIPS 4.02-1 All services provided by the Subconsultants shall be performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, 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 Subconsultants. The Consultant acknowledges that the Subconsultants are entirely under his direction, control, supervision, retention, and/or discharge. 4.03 CHANGES TO SUBCONSULTANTS The Consultant shall not add to, modify, or change the Subconsultants listed in Attachment A, Schedule Al without prior written approval by the Director or designee, in response to a written request from the Consultant stating the reasons for any proposed change. ARTICLE 5 DEFAULT 5.01 GENERAL If the Consultant fails to comply with any term or condition of this Agreement or any other Agreement it has with the City, or fails to perform any of its obligations hereunder, then the Consultant shall be in Default. Upon the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to the Consultant, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to the Consultant while the Consultant was in default shall be immediately returned to the City. The Consultant understands and agrees that termination of this Agreement under this section shall not release the Consultant from any obligation accruing prior to the effective date of termination. 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 to 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 one or more of the following: 5.02-1 The Consultant fails to obtain or maintain the professional engineering certification/ licensure, insurance or bonding herein required. 5.02-2 The Consultant fails to comply, in a substantial or material sense, with any of its duties under this Agreement, with any terms or conditions set forth in this Agreement or in any agreement it has with the City, beyond the specified period allowed to cure such Default. 5.02-3 The Consultant fails to commence the Services within the time provided or contemplated herein or fails to complete the Work in a timely manner as required by this Agreement. 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE The City, through the Director or designee, shall provide written notice to the Consultant as to a finding of Default, and the Consultant shall take all necessary action to cure said Default within the time 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 may 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. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 8 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE 6 TERMINATION OF AGREEMENT 6.01 CITY'S RIGHT TO TERMINATE The City (including specifically the City Manager or the Director acting administratively), has the right to terminate this Agreement for any reason or no reason, upon ten (10) business day's written notice. Upon termination of this Agreement, all charts, sketches, studies, drawings, and other data and/or documents, including all electronic (digital) copies related to Work authorized under this Agreement, whether finished or not, must be turned over to the Director or the Director's designee. The Consultant shall be paid in accordance with provisions of Attachment B, provided that said documentation is turned over to the Director or the Director's designee within ten (10) business days of termination. Failure to deliver the documentation timely 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 receive and retain the fees, and allowable costs or reimbursable expenses, earned as 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. The Consultant has voluntarily acknowledged the applicability of this Section by submitting a response to this solicitation. 6.02 CONSULTANT'S RIGHT TO TERMINATE The Consultant shall have the right to terminate this Agreement, in writing, for cause 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. Consultant shall give the City prior written notice in the manner provided herein specifying the City's breach and afford the City sixty (60) calendar days to cure. 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 recover from the Consultant the full amount of any and all fees, commissions, percentages, gifts, or other consideration paid to undisclosed lobbyists or agents. 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 Project sites 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 by 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 surveys, maps, plans, specifications, and other Consultant work products, 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 La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 9 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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, or otherwise required by law, 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, and Subconsultants to comply with the provisions of this paragraph. 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, as amended, 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 OFFICE OF CAPITAL IMPROVEMENTS ("OCI") 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 Agreement and shall expressly require any Subconsultant performing work or providing services pursuant to the Agreement 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 Subconsultant during the Agreement term. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 10 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE 8 INDEMNIFICATION The Consultant shall indemnify, hold harmless, save and defend (collectively sometimes referred to as "Indemnification") the City, its officers, agents, directors, instrumentalities, agencies, 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 or breach of failure to perform this Agreement when due to an act or omission of Consultant and persons employed or otherwise utilized by Consultant in the performance of services under 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, administrative, regulatory, appellate, contractual, tort, strict liability, or other claims, actions, injuries or damages arising or resulting from the work, even if it is alleged that the City, its officials and/or employees were negligent. 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 reasonably satisfactory to the City Attorney. 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, defend, 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 cost and expense, to and through trial, administrative, regulatory, statutory, appellate, supplemental and/or bankruptcy proceedings, or to provide for such defense, at the City's option, against any and all claims of liability and all claims, suits and actions of every name and description which may be brought against the City, in connection with services performed by the Consultant or persons employed or utilized by Consultant. This Indemnity, hold harmless and duty to defend, shall survive the term of this Agreement, and shall also survive the cancellation or expiration of this Agreement. This Indemnity shall 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/or Section 725.08, Florida Statutes, as applicable. If any section is held by a final order of a court of competent jurisdiction to violate Chapter 725, Florida Statutes, it shall be severed from this Article, and the remaining paragraphs and sentences shall survive and continue in operative force and effect. The Consultant shall require all Subconsultant agreements to include a provision that they shall 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 Subconsultant under this Agreement. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Consultant. ARTICLE 9 INSURANCE The Consultant shall not start Services under this Agreement until the Consultant has obtained and provided to the City all insurance required hereunder and the City's Risk Management Administrator also known as the Director of the Risk Management Department, 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(X), in accordance with A.M. Best Company's Key Rating Guide, latest edition. 9.02 VERIFICATION OF INSURANCE COVERAGE The Consultant shall furnish certificates of insurance to the Procurement Department and Risk Management Director 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, and in accordance to Insurance Exhibit C contained herein. The Consultant shall ensure that all Subconsultants comply with these same insurance requirements. The Consultant shall La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 11 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 furnish copies of insurance policies pertaining to this Agreement to the Procurement Department and 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 favor 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 thirty (30) calendar days and ten (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 thirty (30) calendar days and ten (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 (1) year after completion of the construction and acceptance of any 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 Subconsultant Compliance The Consultant shall ensure that all Subconsultants 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. 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 of the 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 a breach of any other provision of this Agreement. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 12 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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 excepting solely in civil 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 reasonable attorney's fees in the event the City must maintain an action to enforce the contractual duty to indemnify the City. 10.06 NOTICES Whenever either party desires to give notice unto the other, such notice must be in writing, sent by electronic mail, and 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 SW 2nd Avenue, 10th Floor Miami, FL 33130-1910 Email: etgonzalezamiamigov.com Phone: 305-416-1025 Annie Perez, CPPO Director Department of Procurement City of Miami 444 SW 2nd Avenue, 6th Floor Miami, FL 33130-1910 Email: annieperez(a miamigov.com Phone: 305-416-1910 La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 13 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 Victoria Mendez City Attorney Office of the City Attorney City of Miami 444 SW 2nd Avenue, 9th Floor Miami, FL 33130-1910 Email: victoriamendezmiamiqov.com Phone: 305-416-1832 With Copies to: Steven C. Williamson Director Office of Capital Improvements City of Miami 444 SW 2nd Avenue, 8th Floor Miami, FL 33130-1910 Email: swilliamson(a)miamigov.com Phone: 305-416-1225 For The Corradino Group, Inc.: Joseph Corradino Chief Executive Officer The Corradino Group, Inc. 4055 NW 97tt' Avenue, Suite 200 Miami, FL 33178 Email: jmcorradino(a�corradino.com Phone: 305-594-0735 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 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 the subsections of such Section, unless the reference is made to a 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(s), and/or following the completion of the projects(s), the parties to this Agreement agree all disputes between them shall be submitted to non -binding mediation prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State of Florida. The parties will split the costs of a certified mediator on a 50/50 basis regardless of the outcome. The Consultant agrees to include such similar contract provisions in the agreements with all Subconsultants La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 14 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 and/or independent contractors retained for the project(s), thereby providing for non -binding mediation as the primary mechanism for dispute resolution. Each party shall bear their own attorney's fees. In an effort to expedite the conclusion of any litigation, the parties voluntarily waive their right to jury trial or to file permissive counterclaims in any action arising under this Agreement. 10.11 TIME Time is of the essence in this Agreement. Consultant shall promptly perform its duties under this Agreement and Work Orders pursuant hereto and will give the Work as much priority as is necessary to cause the Work to be completed on a timely basis in accordance with this Agreement. All Work shall be performed strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in this Agreement and/or Work Orders pursuant hereto. 10.12 COMPLIANCE WITH LAWS The Consultant shall comply with all applicable laws, codes, ordinances, rules, regulations and resolutions including, without limitation, the Americans with Disabilities Act ("ADA"), as amended, and all applicable guidelines and standards in performing its duties, responsibilities, and obligations related to this Agreement. The Consultant represents and warrants that there shall be no unlawful discrimination as provided by law in connection with the performance of this Agreement. 10.12-1 Non -Discrimination The City warrants and represents that it does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with the Consultant's performance under this Agreement on account of race, color, gender, religion, age, handicap, marital status, national origin, or sexual orientation. The Consultant further covenants that no otherwise qualified individual shall, solely by reason of their race, color, gender, religion, age, handicap, marital status, national origin or sexual orientation, 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, and local laws, rules, regulations, and ordinances. The City reserves the right to refuse the Consultant's access to City property, including project jobsites, if the Consultant's employees are not properly equipped with safety gear in accordance with OSHA regulations or if a continuing pattern of non- compliance with safety regulations is exhibited by the Consultant. 10.12-3 ADA Compliance The Consultant shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act ("ADA") in the course of providing any work, labor or services funded by the City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability) and all applicable regulations, guidelines and standards. Additionally, the Consultant shall take affirmative steps to -insure nondiscrimination in employment of disabled persons. 10.13 NO PARTNERSHIP The Consultant is an independent contractor. This Agreement does not create a joint venture, partnership or other business enterprise or affiliation between the parties. The Consultant has no authority to bind the City to any promise, debt, default, contract liability, or undertaking of the Consultant. 10.14 DISCRETION OF DIRECTOR Any matter not expressly provided for herein dealing with the City or decisions of the City shall be within the exercise of the reasonable professional discretion of the Director or the Director's authorized designee, subject to compliance with applicable laws and regulations. 10.15 RESOLUTION OF CONTRACT DISPUTES The Consultant understands and agrees that all disputes between it and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner. The initial step shall be for the Consultant to notify the Project Manager in writing of the dispute and submit a copy to the City of Miami personnel identified in Article 10.06, Notices. Should the Consultant and the Project Manager fail to resolve the dispute the Consultant shall submit their dispute in writing, with all supporting documentation, to the Director of OCI, as identified in Article 10.06, Notices. Upon receipt of said notification, the Director of OCI shall review the issues relative to the dispute and issue a written finding. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 15 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 Should the Consultant and the Director of OCI fail to resolve the dispute the Consultant shall submit their dispute in writing within five (5) calendar days to the Director of Procurement. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Upon receipt of said notification, the Director of Procurement, shall review the issues relative to the dispute and issue a written finding. The Consultant must submit any further appeal in writing within five (5) calendar days to the City Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Appeal to the City Manager for their resolution, is required prior to the Consultant being entitled to seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed $500,000.00, the City Manager's decision shall be approved or disapproved by City Commission. The Consultant shall not be entitled to seek judicial relief unless: (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. The City is not a guarantor of any debt or obligation of the Consultant and the Consultant has no ability to bind the City in this regard. 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 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(s), 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. 10.20 Severability If any term or provision of this Agreement, or combination of the same, is in violation of any applicable law or regulation, or is unenforceable or void for any reason, such term, provision or combination of same shall be modified or reformed by the court to the minimum extent necessary to accomplish the intention of the entire Agreement to the maximum extent allowable, under any legal form, without violating applicable law or regulation. Notwithstanding, the remainder of the Agreement shall remain binding upon the parties. This Subsection shall not apply if there is a material breach of this Agreement causing cancelation or cancellation for convenience. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 16 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: 4/1/ Sign r Print Name, Title ST: Con: u tant ? cretary (A m Consultant Seal, if available) ATTEST: The Corradino Grop, Its., a Foreign oration • Signat Print Name, Ti le (Corporate Seal) .n 0 )CEZ CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., 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 23 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) E_ REBY CERTY that fos_ at_ _ a meetingofthe Boardof Directors of , a corpora on organi d and existin under the laws of the State of 'Pop, held on the day ofO �-e , !T , a resolution was duly passed and adopted authorizing (Name) as (Title) Cjc7 of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. IN WITNESS WHE EOF, I have hereunto set my hand this 7—day of (4-42.(2A-- , I further certify that said resolution remains in full force and effect. 224 20 19 Secretary: Print: �b CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. I HEREBY CERTIFY I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20 Partner: Print: Names and addresses of partners: Name Street Address City State Zip 24 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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 //kW — oade �C The foregoing instrument was acknowledged before me this day of b , 20 � C/ , by , who is persony known ter who has produced as identification andallwho (did / did not) tak an oath. SIGN ST URE 0 E OF FLbRIDA /Ye 4'7 CL PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Y PUBLIC Notary Public State of Florida Nancy Medina My Commission GG 239356 (..‘i e Expires 11/07/2022 25 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT A - SCOPE OF WORK ARTICLE Al GENERAL The Consultant shall provide Planning services for the La Pastorita Neighborhood Roadway Improvements Study with the goal of promoting pedestrian friendly roadways and neighborhood beautification. The Consultant shall provide alternative planning concepts to address traffic calming, pedestrian accessibility, neighborhood landscaping, lighting and alternative roadway designs to achieve a cohesive neighborhood look. Consultant shall include respective cost estimates for concepts. As part of second phase of the Project, the Consultant shall provide full design engineering services for the development of selected planning concepts, including but not limit to, design development, storm water modeling, drainage improvements, traffic calming devices, traffic signalization, sidewalks, Americans with Disabilities Act ("ADA") accessibility roadway design, landscaping, lighting, utility coordination, pavement markings and signage and associates improvements. Consultant shall also include cost estimate, permitting, bidding and construction administration services as part of the second phase services. The City also requires the Consultant to perform surveying, geotechnical and testing, landscape architecture, arborist, roadway lighting, public involvement, and related services necessary for the design and preparation of construction documents for the Project. A1.01 SCOPE OF SERVICES A1.01-1 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 described in this Agreement, depending on the needs of the City for the Project. Consultant shall furnish, as Basic Services, comprehensive professional civil engineering services for the Project. A1.01-2 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 with Work Order Proposals and Work Orders. A1.02 WORK ORDERS When OCI has determined that a specific phase of the Project is to proceed, the Director or authorized designee will request in writing a Work Order Proposal from the Consultant based on the proposed Scope of Services provided to the Consultant in writing by the Director or designee. The Consultant and Director or designee, and others, if appropriate, may have preliminary meetings, if warranted, to define the Scope of Services further, 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, Subconsultants, and deliverable items and/or documents. The Director or designee may accept the Work Order Proposal as submitted, reject the Work Order Proposal, or negotiate revisions to the Work Order Proposal. Upon acceptance of a Work Order Proposal, OCI will prepare a Work Order that will be reviewed by OCI staff and the Director or designee. Upon approval, OCI will issue a written Notice to Proceed (NTP) subsequent to approval of the Work Order by the Director or designee. A1.03 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 A2 OVERVIEW OF PROJECT SERVICES Consultant agrees to provide complete civil engineering services as set forth in the tasks enumerated hereinafter, in accordance with the Florida Building Code, latest edition, all federal, state, county and City of Miami, Florida, Laws, Codes and Ordinances. Consultant shall maintain an adequate staff of qualified personnel on the Work at all times to ensure its performance as specified in this Agreement. Consultant shall submit one (1) electronic set of all documents and seven (7) copies of documents required under Article A2, without additional charge, for review and approval by the City. Consultant shall not La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 20 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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 Chapter 471 of the Florida Statutes and Rules 61G15-18 through 61G15-37 of the Florida Administrative Code. 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. A2.01 DEVELOPMENT OF OBJECTIVES A2.01-1 Consultant shall confer with representatives of City, the Project Manager, and other jurisdictional agencies to develop several options for how the various elements of the project will be designed and constructed. A2.01-2 Consultant shall, utilizing a compilation of available documentation, confer with representatives of City, the Project Manager, and other jurisdictional agencies in order to comprehensively identify aspects of the completed Project that may require further refinement to attain the requisite detail of design development required to begin the creation of Construction Documents. For clarity of scope, the items that need further development will be called Conceptuals and the remaining items will be called Designs. A2.01-3 Consultant shall prepare written descriptions of the various options and shall participate in presentations to multiple groups explaining alternative options. Sufficient detail shall be provided to support the presentation materials. A2.02 SCHEMATIC DESIGN A2.02-1 DESIGN CONCEPT AND SCHEMATICS REPORT Consultant shall prepare and present, in writing and at an oral presentation if requested, for approval by City, a Design Concept and Schematics Report, comprising Schematic Design Studies, including an identification of any special requirements affecting the Project, a Statement of Probable Construction Cost, Project Development Schedule, and review of Constructability Review reports 1. Schematic Design Studies consist of site plan(s), floor plans (where applicable), elevations, sections, and all other elements required by City or Project Manager to show the scale and relationship of the components and design concepts of the whole. The floor plans may be single - line diagrams. A simple perspective rendering or sketch, model or photograph thereof may be provided to further show the design concept. 2. A Statement of Probable Construction Cost, prepared in Construction Standard Index (CSI) format, to include a summary of the estimated Project cost and an evaluation of funding allocation. Such summary shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions, and construction contingency. Such evaluation shall comprise a brief description of the basis for estimated costs per each element and similar Project unit costs. Costs shall be adjusted to the projected bid date. Recommendations for reducing the scope of the Project in order to bring the estimated costs within allocated funds, in the event that the statement of Probable Construction Costs exceeds allocated funds, Consultant shall update its documentation, at no additional cost to the City, to reflect this reduced scope. Any "Statement of Probable Construction Costs" prepared by Consultant represents a reasonable estimate of cost in Consultant's best judgment as a professional familiar with the local construction industry. 3. The Project Development Schedule shall show the proposed completion date of each task of the Project through design, bidding, and post design services. 4. Constructability Review reports shall be conducted by the City and/or the Consultant at design stages deemed necessary by the Project Manager. Consultant shall provide five additional deliverable plan sets for distribution, by City, to others for this purpose. There shall be an La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 21 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 established deadline for review report submission back to the City. Consultant shall provide written responses to all comments within two weeks and shall maintain files of all related review reports and response reports. If necessary, City may coordinate Constructability Review meetings with some or all of the reviewers with Consultant present to discuss specific issues. In addition to the Constructability Review process mentioned above, City reserves the right to conduct a Peer Review of the Project documents at any design stage. Cost of such a Peer Review would be borne by City. Any findings as a result of said Peer Review would be addressed by Consultant, and if requested by City, would be incorporated into the design documents, at no additional cost to City and no extension of time to the schedule. A2.03 DESIGN DEVELOPMENT From the approved Schematic Design documents, Consultant shall prepare and present in writing, and at oral presentations, if requested, for approval by City, separate Design Development Documents, updated Project Development Schedules, updated Statements of Probable Construction Costs, and a review of Constructability Review reports. 1. The Design Development Documents shall consist of drawings (site plans, floor plans, elevations, and sections), outline specifications, and other documents. 2. Design Development consists of continued development and expansion of architectural and/or civil Schematic Design Documents to establish the final scope, relationships, forms, size, and appearance of each element through: 2.1 Plan sections and elevations 2.2 Typical construction details 2.3 Final materials selection 2.4 Construction phasing plan 3. The updated Development Schedules shall show the proposed completion dates of each milestone of the Project through design, bidding, construction, and proposed date of occupancy. Consultant will also detail all long lead procurement items and architecturally significant equipment that will need to be purchased prior to the completion of Construction Documents. 4. Provide updated Statements of Probable Construction Cost. If either statement of Probable Construction Cost exceeds allocated funds, Consultant shall prepare recommendations for reducing the scope of that particular Project in order to bring the estimated costs within allocated funds. Consultant shall update its documentation, at no additional cost to the City, to reflect this reduced scope. 5. Constructability Review reports. 6. Prepare a summary report and/or Design Development drawings or sketches showing the foundations and the framing of the proposed Primary Structural System, including materials, gross sizes, and critical details. These documents may become partially completed working drawings. 7. Review the initial results of any special studies required which area established during the Schematic Design Phase and determine their effects on the structural system. 8. Review any geotechnical report for structural concerns and for the recommended foundation system. 9. Establish drawing and drafting standards for the Project with the client and design team, such as grid lines, match lines, scale and sheet size. 10. Assist the client and design team in preparing a preliminary opinion of costs and an outline of specifications. A2.04 CONSTRUCTION DOCUMENTS From the approved Design Development Documents, Consultant shall prepare for written approval by City, Final Construction Documents setting forth all design drawings and specifications needed to comprise a fully biddable, permittable, constructible Project. Consultant shall produce 30%, 60%, 90%, and Final Construction Documents for review and approval by City, which shall include the following: La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 22 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 1. A Drawing Cover Sheet listing an index of all number of drawings by each discipline. Drawings not included in the 30%, 60%, 90% and Final review shall be noted. Consultant shall attach an index of all anticipated drawing sheets necessary to define the Project fully. 2. The updated Project Development Schedule to include an outline of major construction milestone activities and the recommended construction duration period in calendar days. 3. An updated Statement of Probable Construction Cost in CSI format. 4. Consultant may also be authorized to include in the Construction Documents approved additive and/or deductive alternate bid items, to permit City to award a Construction Contract within the limit of the budgeted amount. 5. A Project Specifications index and Project Manual with at least 30%, 60%, 90%, and Final of the Specifications completed. Documents submittal shall also include all sections of Divisions "0" and "1''. 6. Perform an internal review and check the structural design and the structural Contract Documents including the interrelationship of the Primary Structural System with the designs prepared by other design disciplines. The prime design professional is responsible for overall coordination of the various engineering disciplines. 7. Assist, if required, in obtaining approval by appropriate review agencies. 8. Assist, if required, with manufacturer or supplier recommendations. 9. Consultant shall include, and will be paid for, City -requested alternates outside of the established Project scope or that are not constructed due to a lack of funds. No fee will be paid by City in connection with alternates required by the failure of Consultant to design the Project within the Fixed Limit of Construction Cost. 10. Consultant shall not proceed with further construction document development until approval of the 30% documents is received in writing from City. Approval by City shall be for progress only and does not relieve Consultant of its responsibilities and liabilities relative to code compliance and to other covenants contained in this Agreement. Consultant shall resolve all questions indicated on the documents and make all changes to the documents necessary in response to the review commentary. The 30% Documents review (check) set shall be returned to City upon submission of 60% complete Construction Documents and Consultant shall provide an appropriate response to all review comments noted on these previously submitted documents. Of the seven (7) copies to be provided, the Consultant shall submit to the City four (4) full size copies of the drawings and specifications, and one digital copy in .pdf format. A2.04-1 Maximum Cost Limit: Prior to authorizing the Consultant to proceed with preparation of Construction Document Development, the City shall establish and communicate to the Consultant, a maximum sum for the cost of construction of the Project ("Maximum Cost Limit"). If the City has not advertised for bids within ninety (90) calendar days after the Consultant submits the Final Design to the City, the estimate of the cost of construction shall be adjusted by Consultant. Notwithstanding anything above to the contrary, the City may require the Consultant to revise and modify Construction Documents and assist in the re -bidding of the Work at no additional cost or fee to the City if all responsive and responsible bids received exceed ten percent (10%) of the Maximum Cost Limit. A2.04-2 Dry Run Permitting: The Consultant shall file and follow-up for approval of building permits at the earliest practicable time during the performance of the Work, for approval by City, County, State and/or Federal authorities having jurisdiction over the Project by law or contract with the City, and shall assist in obtaining any such applicable certifications of permit approval by such authorities prior to approval by OCI of the final set and printing of the Construction Documents. The Consultant shall promptly, at any time during the performance of the Work hereunder, advise the City of any substantial increases in costs set forth in the Statement of Probable Construction Cost that, in the opinion of the Consultant, is caused by the requirement(s) of such. Upon completion of dry run permitting, Consultant shall provide as part of the seven (7) copies to be submitted, five (5) full size sealed copies of the drawings and specifications. Consultant shall also provide digital versions of the drawings in .dwg, .plt, and .pdf formats. The specification additional terms and conditions shall be provided in both .pdf and .doc formats. La Pastorita Neighborhood Roadway RFQ 17-18-027 Improvements Study 23 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 A2.05 BIDDING AND AWARD OF CONTRACT A2.05-1 Bid Documents Approvals and Printing Upon obtaining all necessary approvals of the Construction Documents from authorities having jurisdiction, and acceptance by the City of the 100% Construction Documents and latest Statement of Probable Construction Cost, the Consultant shall assist the City in obtaining bids and preparing and awarding the construction contract. The City, for bidding purposes, will have the bid documents printed, or at its own discretion, may authorize such printing as a reimbursable service to the Consultant. A2.05-2 Issuance of Bid Documents, Addenda, and Bid Opening 1. The City shall issue the Bid Documents to prospective bidders and keep a complete List of Bidders. 2. The Consultant shall assist the City in the preparation of responses to questions if any are required during the bidding period. All addenda or clarifications, or responses shall be issued by the City. 3. The Consultant shall prepare revised plans, if any are required, for the City to issue to all prospective bidders. 4. The City will schedule a "Pre -Bid Meeting" on an as needed basis, for the Project. The Consultant shall attend any and all pre -bid meeting(s) and require attendance of Subconsultants at such meetings. 5. The Consultant will be present at the bid opening, if requested by the City. A2.05-3 Bid Evaluation and Award: The Consultant shall assist the City in evaluation of bids received to determine the responsiveness of bids and the preparation of documents for Award of a contract. If the lowest responsive Base Bid received exceeds the Total Allocated Funds for Construction, the City may: 1. Approve an increase in the Project cost and award a Contract; 2. Reject all bids and re -bid the Project within a reasonable time with no change in the Project or additional compensation to the Consultant; 3. Direct the Consultant to revise the scope and/or quality of construction, and rebid the Project. The Consultant shall, without additional compensation, modify the Construction Documents as necessary to bring the Probable Construction Cost based on such revisions within the Total Authorized Construction Budget. The City may exercise such option where the bid price exceeds 10% of the Fixed Construction Budget provided to the Consultant and as may be modified by the City and the Consultant prior to soliciting bids. 4. Suspend, cancel, or abandon the Project. NOTE: Under item three (3), above, the Consultant shall, without additional compensation, modify the Construction Documents as necessary to bring the Probable Construction Cost within the budgeted amount. A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT A2.06-1 The Construction Phase will begin with the issuance of the NTP to the chosen Contractor and will end when the Consultant has provided to the City all post construction documents, including Contractor As -Built drawings, Consultant's record drawings, warrantees, guarantees, operational manuals, and Certificate(s) of Occupancy have been delivered to the City and the City approves the final payment to the Consultant. During this period, the Consultant shall provide administration of the construction contract as provided by this Agreement, and as provided by law. A2.06-2 The Consultant, as the representative of the City during the Construction Phase, shall advise and consult with the City and shall have the authority to act on behalf of the City to the extent provided in the General Conditions and the Supplementary Conditions of the construction contract and their Agreement with the City. A2.06-3 The Consultant and respective Subconsultants shall visit the site to conduct field observations, at a minimum on a weekly basis, and at all key construction events to ascertain the progress of the Project, and shall visit the site as appropriate to conduct field inspections to ascertain the progress of the Project and determine, in general, if the Work is proceeding in La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 24 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 accordance with the Contract Documents. The Consultant shall provide any site visits necessary for certification if required by the authorities having jurisdiction. Threshold inspection shall be provided by the Consultant at no additional cost to the City. The Consultant shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. The Consultant and/or Subconsultants will not be required to make extensive inspections or provide continuous daily on -site inspections to check the quality or quantity of the Work unless otherwise set forth in this Agreement. The Consultant will be responsible for writing and distributing minutes of all meetings and field inspections report from all meetings it is asked to attend. Consultant and Subconsultants will not be held responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work. The Consultant will not be held responsible for the Contractors or Subcontractors', or any of their agents or employees' failure to perform the work in accordance with the contract unless such failure of performance results from the Consultant's acts or omissions. A2.06-4 The Consultant shall furnish the City with a written report of all observations of the Work made by Consultant and require all Subconsultants to do same during each visit to the Project. The Consultant shall also note the general status and progress of the Work on forms furnished by the City. The Consultant shall submit the reports in a timely manner. The Consultant and Subconsultants shall ascertain that the Work is acceptable to the City. Consultant shall assist the City in ensuring that the Contractor is making timely, accurate, and complete notations on the "as - built" drawings. Copies of the field reports shall be attached to the monthly Professional Services payment request for construction administration services. The Consultant's failure to provide written reports of all site visits or minutes of meetings shall result in the rejection of payment requests and may result in a proportional reduction in Construction Administration fees paid to the Consultant. A2.06-5 Based on observations at the site and consultation with the City, the Consultant shall determine the amount due to the Contractor based on the pay for performance milestones and shall recommend approval of such amounts as appropriate. This recommendation shall constitute a representation by the Consultant to the City that, to the best of the Consultant's knowledge, information and belief, the Work has progressed to the point indicated and that, the quality of the Work is in accordance with the contract and the Contractor is entitled to the amount stated on the requisition subject to: 1. a detailed evaluation of the Work for conformance with the contract upon substantial completion; 2. The results of any subsequent tests required by the contract; 3. Minor deviations from the contract correctable prior to completion; 4. Any specific qualifications stated in the payment certificate and further that the Contractor is entitled to payment in the amount agreed upon at a requisition site meeting or as stated on the requisition. Prior to recommending payment to the Contractor, the Consultant will prepare a written statement to the City on the status of the Work relative to the Construction Schedule, which shall be attached to the Contractor's Requisition. Such statement shall be prepared immediately following the requisition field meeting and shall not be cause for delay in timely payment to the Contractor. By recommending approval of a Payment Certificate, the Consultant shall not be deemed to represent that the Consultant has made any examination to ascertain how and for what purpose the Contractor has used money paid on account of the Construction Contract Sum. A2.06-6 The Consultant shall be the interpreter of the requirements of the Contract Documents and the judge of the performance thereunder. The Consultant shall render interpretations necessary for the proper execution or progress of the Work upon written request of either the City or the Contractor, and shall render written decisions, within a maximum of ten (10) calendar days, on all claims, disputes and other matters in question between the City and the Contractor relating to the execution or progress of the Work. Interpretations and decisions of the Consultant shall be consistent with the intent of and reasonably inferable from, the Contract Documents and shall be in written or graphic form. A2.06-7 The Consultant shall have the authority to recommend rejection of Work that does not conform to the Contract Documents. Whenever, in their reasonable opinion, the Consultant considers it necessary or advisable to insure compliance with the Contract Documents, the Consultant will have the authority to recommend special inspection or testing of any Work deemed La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 25 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 to be not in accordance with the Contract, whether or not such Work has been fabricated and/or delivered to the Project, or installed and completed. A2.06-8 The Consultant shall promptly review and approve, reject or take action on shop drawings, samples, RFIs and other submissions of the Contractor. Changes or substitutions to the construction documents shall not be authorized without concurrence of the City's Project Manager and/or Director of OCI. The Consultant shall have a maximum of ten (10) calendar days from receipt of shop drawings, samples, RFI's or other submittals by the Contractor, to return the shop drawings or submittals to the Contractor with comments indicating either approval or disapproval. Consultant shall provide the Contractor with a detailed written explanation as to the basis for rejection. Consultant shall have five (5) calendar days to review contractor payment applications to ensure the City complies with Florida Statute Section 218.70. A2.06-9 The Consultant shall initiate and prepare required documentation for changes as required by the Consultant's own observations or as requested by the City, and shall review and recommend action on proposed changes. Where the Contractor submits a request for Change Order or Change Proposal request, the Consultant shall, within ten (10) calendar days, review and submit to the City, their recommendation or proposed action along with an analysis and/or study supporting such recommendation. A2.06-10 The Consultant shall examine the Work upon receipt of the Contractor's request for substantial completion inspection of the Project and shall, prior to occupancy by the City, recommend execution of a "Certificate of Acceptance for Substantial Completion" after first ascertaining that the Project is substantially complete in accordance with the contract requirements. The Consultant shall, in conjunction with representatives of the City and the Contractor, prepare a punch -list of any defects and discrepancies in the Work required to be corrected by the Contractor in accordance with Florida Statute 218.735. Upon satisfactory completion of the punch -list, the Consultant shall recommend execution of a "Certificate of Final Acceptance" and final payment to the Contractor. The Consultant shall obtain from the Contractor, upon satisfactory completion of all items on the punch -list, all necessary close-out documentation from the Contractor including but not limited to all guarantees, warranties, operating and maintenance manuals for equipment, releases of liens/claims and such other documents and certificates as may be required by applicable codes, laws, and the contract, and deliver them to the City before final acceptance shall be issued to the Contractor. A2.06-11 The Consultant shall monitor and provide assistance in obtaining the Contractor's compliance with its contract relative to: 1) initial instruction of City's personnel in the operation and maintenance of any equipment or system; 2) initial start-up and testing, adjusting and balancing of equipment and systems; and 3) final clean-up of the Project to assure a smooth transition from construction to occupancy by the City. A2.06-12 The Consultant shall review the Contractor's "as built" drawings and submit them to the City upon approval by the Consultant. The Contractor is responsible for preparing the "as built" drawings. A2.06-13 The Consultant shall furnish to the City the original documents, including drawings, revised to "as -built" conditions based on information furnished by the Contractor; survey, and specific conditions. In preparing the "Record Set" documents, the Consultant shall rely on the accuracy of the information provided by the Contractor, including the Contractor's record drawings. Any certification required under this Agreement including the contents of "as -built" documents is conditioned upon the accuracy of the information and documents provided by the construction contractor. Transfer of changes made by "Change Authorization," "Change Order," "Request for Information," substitution approvals, or other clarifications will be the Consultant's responsibility to incorporate into the "Record Set" and record documents. Changes made in the field to suit field conditions, or otherwise made by the Contractor for its convenience, shall be marked by the Contractor on the "Field Record Set" and transferred to the original contract documents by the Consultant. The original documents, as well as the "Record Set" shall become the property of the City. A reproducible set of all other final documents will be furnished to the City free of charge by the Consultant. The Consultant shall furnish to the City one complete set of "Record Set Drawings," in Auto CADD (computer -aided design and drafting) Version 2000 or such other format acceptable to the City. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 26 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 A2.06-14 The Consultant shall furnish to the City a simplified site plan and floor plan(s) reflecting "as -built" conditions with graphic scale and north arrow. Plans must show room names, room numbers, overall dimensions, square footage of each floor and all fonts used in the drawings. Two sets of drawings shall be furnished on 24" x 36" sheets and one electronic copy. A2.06-15 The Consultant shall assist the City in the completion of the Contractor's performance evaluation during construction work and upon final completion of the Project. A2.07 TIME FRAMES FOR COMPLETION The following time frames are sequential from the date of the NTP. A concurrent project timeline is attached as Schedule A5. Development of Objectives Schematic Design Design Development 30% Construction Documents 60% Construction Documents 90% Construction Documents Dry— Run Permitting Final Construction Documents Bidding and award of Construction Contract Construction Contract Administration ARTICLE A3 ADDITIONAL SERVICES A3.01 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." A3.02 EXAMPLES Except as may be specified in Schedule A herein, Additional Services may include, but are not limited to the following: A3.02-1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. A3.02-2 Specialty Design: Any additional special professional services not included in the Scope of Work. A3.02-3 Pre -Design Surveys & Testing: Environmental investigations, site evaluations, or comparative studies of prospective sites. Surveys of the existing structure required to complete as - built documentation are not additional services. 2 months 4 months (month 6) 2 months (month 8) 3 months 3 months 2 months 2 months 2 months 3 months 12 months A3.02-4 Extended Testing & 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, sub -contractor, or equipment manufacturer. A3.02-5 Major Revisions: Making major revisions to drawings and specifications resulting in or from a change in Scope of Work, when such revisions are inconsistent with written approvals or instructions previously given by City and are due to causes beyond the control of Consultant (Major revisions are defined as those changing the Scope of Work and arrangement of spaces and/or scheme and/or any significant portion thereof). A3.02-6 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. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 27 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 A3.02-7 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. A3.03 ADDITIONAL DESIGN The City may, at its option, elect to proceed with additional services relating to the Project. ARTICLE A4 REIMBURSABLE EXPENSES A4.01 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 Subconsultant for the purposes listed below. Transportation, travel, and per diem expenses shall not be considered as reimbursable expenses under this Agreement. A4.01-1 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 Subconsultants. 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. A4.01-2 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. A4.01-3 Geotechnical Investigation: Identifiable Soil Borings and Reports and testing costs approved by the Project Manager. A4.01-4 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. A4.01-5 Surveys: Site surveys and special purpose surveys when pre -authorized by the Project Manager. A4.01-6 Other: Items not indicated in Article A4, Reimbursable Expenses, when authorized by the Project Manager. A4.02 SUBCONSULTANT REIMBURSEMENTS Reimbursable Subconsultant expenses are limited to the items described above when the Subconsultant's agreement provides for reimbursable expenses and when such agreement has been previously approved, in writing, by the Director and subject to all budgetary limitations of the City and requirements of this Agreement. ARTICLE A5 CITY'S RESPONSIBILITIES A5.01 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. A5.01-1 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. A5.01-2 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. A5.01-3 General Project Information: Information regarding Project Budget, City and State procedures, guidelines, forms, formats, and assistance required establishing a program pursuant to Article A2.02, Schematic Design. A5.01-4 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 A2.01, Development of Objectives, to obtain sufficient La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 28 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 information to perform its services. Investigative services in excess of "Normal Requirements," as defined, must be authorized in advance. A5.01-5 Reliability: The services, information, surveys and reports described in Articles A5.01-1 through A5.01-4 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. A5.02 CONSTRUCTION MANAGEMENT A5.02-1 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. A5.02-2 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. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 29 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT A SCHEDULE Al - SUBCONSULTANTS FIRM NAME CONSULTING FIELD Biscayne Engineering, Inc. Survey CECOS Environmental Services Quality Counts, LLC Traffic Data Collection Ribbeck Engineering, Inc. Drainage Tierra South Florida, Inc. Geotechnical Trace Consultants, Inc. Lighting Miller Legg Landscaping Magbe Consulting, Inc. Public Involvement SCHEDULE A2 - KEY STAFF NAME JOB CLASSIFICATION Edward Ng / Juan Sotero / Cecilia Villoria - TCG Senior Planner/Senior Project Manager Mark Alvarez / Ena Hernandez - TCG Senior Planner/ Senior Engineer Doralba Vargas / Luis Joa - TCG Project Engineer Vanessa Spatofora -TCG Staff Planner Arturo Moreno - TCG Sr. Inspector / Administrator Mike Bartholomew - Biscayne Engineering Project Manager X. Negrin - Biscayne Engineering Surveyor and Mapper A. Rabionet - Biscayne Engineering CADD Technician Wendy Cyriacks - CECOS Principal Mark Clark - CECOS Sr. Project Manager Francesca Fourney - CECOS Sr. Engineer / Scientist Sarah Keffer - CECOS Project Engineer / Scientist Aaron Duecaster - CECOS CADD / GIS Michael Kroll - Miller Legg Principal Brian Shore - Miller Legg Sr. Landscape Architect La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 30 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 NAME JOB CLASSIFICATION Miguel Juncal - Miller Legg Landscape Architect Raul Nevarez Gavela - Miller Legg Landscape Designer William Mohler - Miller Legg Certified Arborist Magali R. Abad - Magbe Consulting Public Involvement Officer Irela Bague - Magbe Consulting Public Involvement Officer F. Mitchell - Ribbeck Engineering Sr. Project Engineer J. Veliz - Ribbeck Engineering Project Engineer Raj Krishnasamy - Tierra South Florida Principal Francois Thomas - Tierra South Florida Sr. Project Manager Kumar Vedula - Tierra South Florida Sr. Engineer Maximo Peralta - Tierra South Florida Project Engineer Jose Oliva - Tierra South Florida CADD Technician Favio Laverde, PE - TRACE Consultants Sr. Project Manager Fernando Amado, PE - TRACE Consultants Sr. Engineer Carlos Verson, PE - TRACE Consultants Project Engineer Sharon Fonseca, El - TRACE Consultants CADD Technician La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 31 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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 Rate Fees, 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 2.05-1 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 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 Subconsultant employees in the specified professions and job categories that are to be utilized to provide the services under this Agreement, regardless of manner of compensation. B2.02 EMPLOYEES AND JOB CLASSIFICATIONS Schedule B1 - Wages 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, 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 Schedule B1 - Wage Rates Summary. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 32 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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 termination 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 Subconsultant employees identified in Schedule B1. 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, person - hours, or milestones for a 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. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 33 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Director or designee including, without limitation, detailed bills, itemized invoices, and/or copies of cancelled checks. B3.04 FEES FOR 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 Article 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.miamigov.com/MiamiCapital/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. B3.05-3 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 a project. For all reimbursable services and Subconsultant 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 Subconsultant 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/MiamiCapital/forms.html. Failure to submit invoice(s) within sixty (60) calendar 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. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 34 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 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 a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to and incurred by the Subconsultants 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 a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to or costs incurred by the Subconsultants engaged on the project or task. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.05 DEDUCTIONS No deductions shall be made from the Consultant's compensation on account of liquidated damages assessed against contractors or other sums withheld from payments to contractors. ARTICLE B5 REIMBURSABLE EXPENSES B5.01 GENERAL Reimbursable Expenses are those items authorized by the City outside of or in addition to the Scope of Work as identified in the Work Order (as Basic Services and/or Additional Services) and consist of actual expenditures made by the Consultant and the Consultants' employees, the Subconsultants, and the Specialty Subconsultants 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 Subconsultants. 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. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 35 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B5.01-6 Surveys: Site surveys and special purpose surveys when pre -authorized by the Project Manager. B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTS Reimbursable Subconsultant's expenses are limited to the items described above when the Subconsultant 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. La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 36 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B1 - WAGE RATES SUMMARY JOB CLASSIFICATION NEGOTIATED HOURLY RATE ADJUSTED AVERAGE HOURLY RATE (2.9 Multiplier Applied) ADJUSTED AVERAGE HOURLY RATE (2.4 Multiplier Applied) Principal In Charge (*) 180.00* Senior Project Manager $61.80 $179.22 Project Manager $45.67 $132.44 Senior Planner/Engineer/Scientist/Landscape Architect $46.38 $134.50 Surveyor & Mapper $43.26 $125.45 Public Involvement Officer $39.55 $114.70 Landscape Architect $35.02 $101.56 Certified Arborist $35.02 $101.56 Staff Planner $34.14 $99.01 Project Engineer/Scientist $34.14 $99.01 CADD Technician/ GIS $25.75 $74.68 Landscape Designer $25.75 $74.68 Inspector $23.69 56.86 3 Man Party Crew (*) $972.32* 4 Man Party Crew (*) $1,212.61* * Flat Rate (Multiplier dos not apply) La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 37 PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B2 - CONSULTANT INVOICE CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS (OCI) CONSULTANT STANDARD INVOICE To: City of Miami Office of Capital Improvements (OCI) 444 SW 2nd Avenue- 8th Floor Miami, FL 33130 Invoice Number ATTM:, Invoice Date: Month 00. 0000 From: To: Month 00, 0000 Muth 00, 0000 Page: From: Invoice Period: Contract No.: Contract Title: Project No: _-.. . Project Name: - - - - - - --- NOTE: Invoices received past 3:00 PM will be stamped with the Next Business Date Prepare invoices properly to avoid payment delay. Each invoice must be signedby a Principal of the m as designated.Purchase Order No.: Attach appropriate back-up documents to each invoice. Work Order No: SERVICE CONTRACT AMOUNT - % COMPLETE TOTAL EARNED TO DATE PREVIOUSLY INVOICED - CURRENTINVOICEAMOUNT Schematic Design (SD) S 0% S Design Development (DD) $ - 0% $ 30%CottsnrctiatDocuments (30%CD) $ - O% S $ S $ ..... .__ - S $ ..... ..$ 60% Canstmctim Documents (60% CD) $ - 0% $ - $ - - $ - 90% Construction Documents (90% CD) S - 0% S - S - $ - 100%Construction Documents (100%CD) S - 0% S - $ - $ - Dry Rim Permitting $ - 0% $ - $ - $ - Bidding or Negotiation Phase $ - . 0% S - S - $ - CansWctim Administration (CA) S - 0% $ - S - S - Reimbursable Expenses 1. Tel _ ..... ........ 2 (Title) _....___.-_.. _.... 3- (Title) ... _. _- __ ........ � Additional Services 1. (title) _...... 2 (Title) ......._..-- 3_ (title) $ 0% S - $ S - $ $ - $ $ S S $ $ $ $ - $ $ - S- — .-.._ _... .. - $ $ - $ - $ - $ 0% S s 0% S $ 0% S 0% S _ . _ $ 0% S $ - 0% S $ -._ 0% S $ 0% $ - _.... .... .._.. _.. .._.__.._ $ - 0% S $ 0% S $ - 0% S - _... $ - 0% S — $ - • 0% S - S 0% S $ S $ - $ - $ _ $ - $ - $• - $ S Prior to this Invoice Remaining TOTAL $ - $ - $ - $ - Subtotal: $ - Contract Balance: $ - Deductions: 1 Total Due : $ - TO BE COMPLETED BY CONSULTANT FIRM CERTIFlED TRUE AND CORRECT BY: SUPPORTING DOCUMENTS CHECKLIST: Activation Supporting Letter of Phase being Invoked: Documents for Invoice: Construction Status Report: (Signature of Prec:pal) Additional Final Payment Documents: Service Authorizations: (Type Name and Tile of Principal) CITY OF MIAMI APPROVAL: AREA TO BE COMPLETED BY CITY OF MIAMI DATE SIGNATURE !Date Received CIP: 0 PROJECT MANAGER CHIEF PROJECT MANAGER Hector Badla Date Received for Payment Processing (Budget Department): ASSISTANT DIRECTOR Steven C. Wiarnson j DIRECTOR La Pastorita Neighborhood Roadway Improvements Study RFQ 17-18-027 38 ACORO e CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 0en2/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Aon Risk Services, Inc of Florida 1001 Brickell Bay Drive Sui to 1100 Miami FL 33131 USA CONTACT NAME: (A/C No. Ext): (866) 283-7122 FAX . No, (800) 363-0105 ( I: E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC It INSURED The corradi no Group, Inc. 4055 NW 97th Avenue Suite 200 Miami FL 33178 USA INSURER A: Starr Surplus Lines Insurance Company 13604 INSURER8: NSURER C: INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570072738152 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS. Limits shown are as requested INSR LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF MMIooIYYYY)., POLICY EXP (MMIDD/YYYYt LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE CLAIMS -MADE I I OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE POLICY ( I JECTRO- LOC PRODUCTS - COMP/OPAGG OTHER: " AUTOMOBILE LIABILITY COMBINED sips EL LIMIT accident)` ANYAUTO CEa `` B�OO,L•Y'INJURYY(( Ppf petson) OWNED —SCHEDULED 1 IVVVJI. ,BODILJNd0 YR (Per accident) — AUTOS ONLY HIRED AUTOS ONLY _AUTOS NON -OWNED AUTOS ONLY Ncil I� I1 • / PROPERTY DAMAGE (Per accident) _ UMBRELLA LIAR OCCUR( 1 ! EACH OCCURRENCE EXCESS LIAR CLAIMS -MADE / AGGREGATE DED RETENTION k. WORKERS COMPENSATION AND EMPLOYERS' LIABILITY PER STATUTE OTH- ER YI N ANY PROPRIETOR I PARTNER 1 EXECUTIVE ri N I A E.L. EACH ACCIDENT OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L. DISEASE -EA EMPLOYEE If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT A E&O-PL-PriMary 1000600229181 SIR applies per policy ter 07/11/2018 s & condi 07/11/2019 :ions Limit SIR $10,000,000 5150,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may he attached if more space Is required) Professional Retroactive Date 07/09/1968 CERTIFICATE HOLDER CANCELLATION Holder Identifier: 570072738152 Certificate No City of Miami 444 SW 2nd Avenue 8th Floor Miami FL 331330 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE J4 ,fiL. 9/3C ACORD 25 (2016;03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 570000075512 LOC #: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY Aon Risk Services, Inc of Florida POLICY NUMBER See Certificate Number: 570076137667 CARRIER See Certificate Number: 570076137667 NAIC CODE NAMED INSURED The Corradino Group, Inc. EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance underwriting Companies Hartford Insurance Company of the Southeast - Florida Hartford Accident and Indemnity Insurance Company - Kentucky Nutmeg Insurance Company - Tennessee Trumbull Insurance Company - Indiana Twin City Fire Insurance Company - New Jersey ACORD 101 (2008101) O 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. DATE: October 3, 2019 FILE: City Manager FROM: Annie Perez, CPPO, Director Department of Procurement SUBJECT: Recommendation for Award of Contract for La Pastorita Neighborhood Roadway Improvements Study, Project No. B-183608, for the Office of Capital Improvements REFERENCES: Request for Qualifications ("RFQ") No. 17-18-027 ENCLOSURES: Report of Evaluation Committee Memorandum, Evaluation Committee Appointment Memorandum, Proposal Security List RECOMMENDATION: Based on the findings below, the Department of Procurement ("Procurement") hereby recommends that the referenced Project be awarded to The Corradino Group, Inc. ("Corradino"), for RFQ No. 17-18-027, La Pastorita Neighborhood Roadway Improvements Study - Project No. B-183608 (the "Project"). The Project will have two (2) phases. In the first phase, the Consultant shall provide alternative planning concepts to address traffic calming, pedestrian accessibility, neighborhood landscaping, lighting, and alternative roadway designs to achieve a cohesive neighborhood look. Consultant shall include respective cost estimates for concepts. During this phase, the Consultant shall review the area for environmental concerns in order to guide the development of the engineering concepts in an appropriate manner. In the second phase of the Project, the Consultant shall provide full design engineering services for the development of the selected planning concept which may include, but are not limited to, roadway analysis and design, development of construction documents, permitting, stormwater modeling, drainage improvements, traffic studies, traffic calming devices, Americans with Disabilities Act ("ADA") accessibility, landscaping, and utility coordination. In order to develop the Project, the Consultant shall perform surveying, geotechnical testing, public involvement and outreach, environmental services, and any related services necessary for the design and preparation of construction documents for the Project. An updated cost estimate and project schedule shall be provided with each phase submittal. Consultant shall also include bidding, construction engineering inspection (CEI) and administration, and post -design services as part of the second phase of the Project. FISCAL IMPACT: The fiscal impact to the City for the negotiated contract is $1,016,381.69. Phase 1 is comprised of a Lump Sum fee of $300,499.81 for Basic Services and $25,000.00 for Additional Services for a total Phase 1 fee of $325,499.81. Phase 2 is comprised of a Lump Sum fee of $543,299.08 for Basic Services and $147,582.80 for Additional Services for a total Phase 2 fee of $690,881.88. The original price proposal submitted by Corradino totaled $1,387,640.76; therefore, negotiations resulted in $371,259.07 of considerable savings for our taxpayers. BACKGROUND: On July 18, 2018, Procurement issued a solicitation under full and open competition to obtain proposals from qualified firms. On August 20, 2018, Procurement received five (5) proposals in response to the solicitation (see attached Proposal Security List). Subsequently, the proposals were reviewed by Procurement staff, upon which all proposals were deemed responsive and responsible in accordance with the minimum qualifications and experience requirements of the RFQ. Accordingly, on October 10, 2018, the Evaluation Committee ("Committee") met and completed the evaluation and ranking of all proposals following the stipulated guidelines in the solicitation. The proposals were evaluated in accordance with five (5) evaluation criteria, and ranked by PR19149 Page 2 — Recommendation of Award of La Pastorita Neighborhood Roadway Improvements Study Project B-183608 Emilio T. Gonzalez, Ph.D., City Manager total awarded points (see enclosed Report of Evaluation Committee Memorandum). Upon review and subsequent approval of the Report of the Evaluation Committee Memorandum by the City Manager on November 2, 2018, negotiations were initiated with Corradino, the highest ranked firm. The City's negotiation team, comprised of staff from the Office of Capital Improvements ("OCI"), Department of Planning, and Miami - Dade County held good faith negotiations with Corradino principals that addressed: 1. Coordination of the various professional consulting services necessary for the Project; 2. Established and capped fair market professional services fee schedule; 3. A Project tasking solution which supports an implemental and fiscally sound agreement, in the best interest of the City and its residents, and; 4. Legally sufficient and binding agreement terms and conditions, with the assistance and support of the City Attorney's Office. Successful negotiations were accomplished, and an agreement was mutually reached on May 8, 2019. Subsequently to completing negotiations, on or about July 7, 2019, Corradino informed Procurement staff that the Project Manager ("PM") assigned to the La Pastorita Project, Mr. Carlos Verson, had resigned, prompting the need to propose a replacement PM. On or about July 16, 2019, Corradino informed Procurement staff that Mr. Juan Sotero was being proposed as the replacement PM, and submitted the required proof of Mr. Sotero's minimum qualifications and experience. Subsequently, other concerns regarding Corradino's performance on a different, prior project, SW 21 Street and SW 24 Avenue Speed Table and Road Improvements, were raised by staff from the City's Commission District 4. Considering the significance of those issues, a Responsibility Review meeting with Corradino was held on September 19, 2019. During the meeting, Procurement provided a series of statements based on fact regarding the two (2) issues mentioned above. Mr. Sotero's minimum qualifications and previous experience had been evaluated and approved by all members of the Evaluation Committee, and therefore, Mr. Sotero was accepted as a replacement PM. On the concerns regarding its past performance, Corradino offered explanations as to how and why the past performance issues occurred, and the solution that was implemented to resolve them. In addition, Corradino's ability to allocate resources optimally to ensure compliance with proposed schedule was discussed, as well as schedule recovery activities and a quality control plan to ensure high quality standards throughout the life of the project. Corradino also committed to perform to the expected industry standards under the subject contract, providing the required capacity and capability of its resources to perform fully the contract requirements. In addition, specific questions prepared by OCI staff were presented to Corradino, whose representatives responded to the satisfaction of the City staff present. As a result, Procurement hereby recommends award of a Professional Services Agreement with Corradino for the Project. Your signature below indicates your approval of Procurement's recommendation. Approved: Date: Emilio T. Gonzalez, Ph.D., City Manager c: Joseph F. Napoli, Deputy City Manager Nzeribe Ihekwaba, P.E., Ph.D., Assistant City Manager Sandra Bridgeman, Assistant City Manager/Chief Financial Officer Rafael Suarez -Rivas, Chief Assistant City Attorney Steven C. Williamson, Director, OCI Hector Badia, Assistant Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR19149 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. DATE: October 3, 2019 FILE: City Manager FROM: Annie Perez, CPPO, Director Department of Procurement SUBJECT: Recommendation for Award of Contract for La Pastorita Neighborhood Roadway Improvements Study, Project No. B-183608, for the Office of Capital Improvements REFERENCES: Request for Qualifications ("RFQ") No. 17-18-027 ENCLOSURES: Report of Evaluation Committee Memorandum, Evaluation Committee Appointment Memorandum, Proposal Security List RECOMMENDATION: Based on the findings below, the Department of Procurement ("Procurement") hereby recommends that the referenced Project be awarded to The Corradino Group, Inc. ("Corradino"), for RFQ No. 17-18-027, La Pastorita Neighborhood Roadway Improvements Study - Project No. B-183608 (the "Project"). The Project will have two (2) phases. In the first phase, the Consultant shall provide alternative planning concepts to address traffic calming, pedestrian accessibility, neighborhood landscaping, lighting, and alternative roadway designs to achieve a cohesive neighborhood look. Consultant shall include respective cost estimates for concepts. During this phase, the Consultant shall review the area for environmental concerns in order to guide the development of the engineering concepts in an appropriate manner. In the second phase of the Project, the Consultant shall provide full design engineering services for the development of the selected planning concept which may include, but are not limited to, roadway analysis and design, development of construction documents, permitting, stormwater modeling, drainage improvements, traffic studies, traffic calming devices, Americans with Disabilities Act ("ADA") accessibility, landscaping, and utility coordination. In order to develop the Project, the Consultant shall perform surveying, geotechnical testing, public involvement and outreach, environmental services, and any related services necessary for the design and preparation of construction documents for the Project. An updated cost estimate and project schedule shall be provided with each phase submittal. Consultant shall also include bidding, construction engineering inspection (CEI) and administration, and post -design services as part of the second phase of the Project. FISCAL IMPACT: The fiscal impact to the City for the negotiated contract is $1,016,381.69. Phase 1 is comprised of a Lump Sum fee of $300,499.81 for Basic Services and $25,000.00 for Additional Services for a total Phase 1 fee of $325,499.81. Phase 2 is comprised of a Lump Sum fee of $543,299.08 for Basic Services and $147,582.80 for Additional Services for a total Phase 2 fee of $690,881.88. The original price proposal submitted by Corradino totaled $1,387,640.76; therefore, negotiations resulted in $371,259.07 of considerable savings for our taxpayers. BACKGROUND: On July 18, 2018, Procurement issued a solicitation under full and open competition to obtain proposals from qualified firms. On August 20, 2018, Procurement received five (5) proposals in response to the solicitation (see attached Proposal Security List). Subsequently, the proposals were reviewed by Procurement staff, upon which all proposals were deemed responsive and responsible in accordance with the minimum qualifications and experience requirements of the RFQ. Accordingly, on October 10, 2018, the Evaluation Committee ("Committee") met and completed the evaluation and ranking of all proposals following the stipulated guidelines in the solicitation. The proposals were evaluated in accordance with five (5) evaluation criteria, and ranked by PR19149 Page 2 — Recommendation of Award of La Pastorita Neighborhood Roadway Improvements Study Project B-183608 Emilio T. Gonzalez, Ph.D., City Manager total awarded points (see enclosed Report of Evaluation Committee Memorandum). Upon review and subsequent approval of the Report of the Evaluation Committee Memorandum by the City Manager on November 2, 2018, negotiations were initiated with Corradino, the highest ranked firm. The City's negotiation team, comprised of staff from the Office of Capital Improvements ("OCI"), Department of Planning, and Miami - Dade County held good faith negotiations with Corradino principals that addressed: 1. Coordination of the various professional consulting services necessary for the Project; 2. Established and capped fair market professional services fee schedule; 3. A Project tasking solution which supports an implemental and fiscally sound agreement, in the best interest of the City and its residents, and; 4. Legally sufficient and binding agreement terms and conditions, with the assistance and support of the City Attorney's Office. Successful negotiations were accomplished, and an agreement was mutually reached on May 8, 2019. Subsequently to completing negotiations, on or about July 7, 2019, Corradino informed Procurement staff that the Project Manager ("PM") assigned to the La Pastorita Project, Mr. Carlos Verson, had resigned, prompting the need to propose a replacement PM. On or about July 16, 2019, Corradino informed Procurement staff that Mr. Juan Sotero was being proposed as the replacement PM, and submitted the required proof of Mr. Sotero's minimum qualifications and experience. Subsequently, other concerns regarding Corradino's performance on a different, prior project, SW 21 Street and SW 24 Avenue Speed Table and Road Improvements, were raised by staff from the City's Commission District 4. Considering the significance of those issues, a Responsibility Review meeting with Corradino was held on September 19, 2019. During the meeting, Procurement provided a series of statements based on fact regarding the two (2) issues mentioned above. Mr. Sotero's minimum qualifications and previous experience had been evaluated and approved by all members of the Evaluation Committee, and therefore, Mr. Sotero was accepted as a replacement PM. On the concerns regarding its past performance, Corradino offered explanations as to how and why the past performance issues occurred, and the solution that was implemented to resolve them. In addition, Corradino's ability to allocate resources optimally to ensure compliance with proposed schedule was discussed, as well as schedule recovery activities and a quality control plan to ensure high quality standards throughout the life of the project. Corradino also committed to perform to the expected industry standards under the subject contract, providing the required capacity and capability of its resources to perform fully the contract requirements. In addition, specific questions prepared by OCI staff were presented to Corradino, whose representatives responded to the satisfaction of the City staff present. As a result, Procurement hereby recommends award of a Professional Services Agreement with Corradino for the Project. Your signature below indicates your approval of Procurement's recommendation. Approved: Date: Emilio T. Gonzalez, Ph.D., City Manager c: Joseph F. Napoli, Deputy City Manager Nzeribe Ihekwaba, P.E., Ph.D., Assistant City Manager Sandra Bridgeman, Assistant City Manager/Chief Financial Officer Rafael Suarez -Rivas, Chief Assistant City Attorney Steven C. Williamson, Director, OCI Hector Badia, Assistant Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR19149 Tau- of Aiiatni ANNIE PEREZ, CPPO EMILIO T. GONZALEZ, Ph.D. Procurement Director City Manager �¢!v� trr �a re. October 10, 2019 All Responding Proposers (See Distribution List) SUBJECT: RFQ No. 17-18-027 La Pastorita Neighborhood Roadway Improvements Study, Project No. B-183608 Dear Proposers: Evaluation of proposals tendered in response to the above cited solicitation has been completed. The City Manager or designee has recommended award as shown in the attached document. This notice is provided in accordance with Section 1, Article 1.7 of the Contract Document and Section 18- 74 of the City of Miami Code. Our provision of this notice also serves to confirm the lifting of the Cone of Silence from this procurement action as dictated by Section 18-74 (d) (2) of the City of Miami Code. We appreciate the participation of all Proposers which responded to the subject action. If you have any questions, please contact me at 305-416-1895 or amhansen@miamigov.com. Sincerely, Anthony M. Hansen Sr. Procurement Contracting Officer Distribution List: The Corradino Group, Inc. Kimley-Horn and Associates, Inc. T.Y. Lin International SRS Engineering, Inc. Chen Moore and Associates, Inc. Attachment: City Manager Award Recommendation cc: City Clerk Rafael Suarez -Rivas, Chief Assistant City Attorney, Office of the City Attorney Annie Perez, Director, Procurement CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable City of Miami Commissioners And Honorable Mayor of the City of Miami FROM: Emilio T. Gonzalez, Ph.D City Manager DATE: October 23, 2018 SUBJECT: Report of Evaluation Committee for RFQ No. 17-18-027, La Pastorita Neighborhood Roadway Improvements Study, Project No. B-183608 for the Office of Capital Improvements ENCLOSURES: Response Security List, Evaluation Committee Appointment Memo, Evaluation Committee Score Sheets, and Report of Evaluation Committee In accordance with Section 18-87 (i) of the City of Miami Code, attached please find the Report of the Evaluation Committee for subject solicitation. AP: ah c: Joseph F. Napoli, Deputy City Manager Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager Sandra Bridgeman, Assistant City Manager/Chief Financial Officer Rafael Suarez -Rivas, Chief Assistant City Attorney Steven C. Williamson, Director, OCI Hector Badia, Assistant Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR19010 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. City Manager FROM: Annie Perez, CPPO, Director Department of Procurement DATE: October 24, 2018 FILE: SUBJECT: Report of Evaluation Committee for RFQ No. 17-18-027, La Pastorita Neighborhood Roadway Improvements Study, Project No. B-183608 for the Office of Capital Improvements ENCLOSURES: Response Security List, Evaluation Committee Score Sheets and Evaluation Committee Appointment Memo Background On July 18, 2018, the Department of Procurement ("Procurement") issued Request for Qualifications ("RFQ") No. 17-18-027 for the provision of La Pastorita Neighborhood Roadway Improvements Study, Project No. B-183608 ("Project") for the Office of Capital Improvements ("OCI"). On August 20, 2018, five (5) proposals were received in response to this solicitation. Subsequently, the proposals were reviewed by Procurement staff, and deemed responsive and responsible in accordance with the minimum submission requirements of the RFQ. Summary of Evaluation On October 10, 2018, the Evaluation Committee ("Committee") met and completed the evaluation of the five (5) responsive and responsible proposals, following the guidelines stipulated in the solicitation. The proposals were evaluated pursuant to the five (5) evaluation criteria listed below: Evaluation Criteria 1. Proposer's Experience and Qualifications 2. Proposer's Team Experience 3. Experience of Project Manager 4. Design Philosophy and Process 5. Technical Approach Maximum Points (Per Committee Member) 35 35 10 10 10 Proposers who agreed to meet the Small Business Enterprise ("SBE") participation requirement by assigning certified SBE firms with a "Local Office," as defined in City Procurement Code, Section 18-73, were granted five (5) Bonus Points, in accordance with the RFQ and City Procurement Code, Section 18- 87, as amended. With the exception of Kimley-Horn and Associates, Inc., the remaining four (4) Proposers did agree to meet the SBE participation requirement using the "Local Office" criteria, and were granted the five (5) Bonus Points. The final scores are as follows: Proposing Firms 1. The Corradino Group, Inc. 2. Kimley-Horn and Associates, Inc. 3. T.Y. Lin International 4. SRS Engineering, Inc. 5. Chen Moore and Associates, Inc. Awarded Points (Maximum 500 Points) 446 ✓ 443 l� 442 '' 426 ✓ 424 ✓ Page 2 — La Pastorita Neighborhood Roadway Improvements Study, Project No. B-183608 Emilio T. Gonzalez, Ph.D., City Manager The Committee decided not to hold oral presentations, as the proposals did not require further clarification. The composite and individual Committee member score sheets are attached as supporting documentation. Consensus Statement The highest ranked firm, The Corradino Group, Inc. ("Corradino"), received a total of 446 points out of a maximum total of 500 points. The Committee determined that Corradino has assembled a team of design and engineering professionals distinctly qualified to provide comprehensive services for the La Pastorita Neighborhood Roadway Improvements Study. The Committee discussed the experience and structure of Corradino's proposed multi -disciplined streets development team. Corradino proposed a substantial resume of in-house design engineering professionals, in addition to proposing a team of sub -consultants to support geotechnical, surveying, and landscape architectural needs. The Project Manager identified is qualified to perform the required services. As a consultant on previous miscellaneous engineering services contracts, Corradino has successfully completed several City of Miami projects for Civil Engineering and Construction Engineering and Inspection services, including several roadway reconfiguration projects. Additionally, the Committee discussed Corradino's Design Philosophy and Process. Corradino's proposed design and plan demonstrated a thorough understanding of the character and conditions of the La Pastorita neighborhood. Corradino's proposal also demonstrated an optimal balance between the Project goals of constructing roadway solutions, while beautifying the neighborhood. After deliberation, the Committee members unanimously agreed that Corradino presented a proposal comprehensively suited to meet the critical needs of the City through this Project, while maintaining a level of responsibility on all concurrent projects under contract with the City. Recommendation The Committee hereby requests authorization for Procurement, in collaboration with the nominated Negotiations Committee, Mr. David Snow from Planning Department ("PD"), Mr. Hector Badia from OCI, and Ms. Ileana Quintana from Miami -Dade Water and Sewer Department, to commence negotiations with Corradino, the highest ranked firm, for the provision of La Pastorita Neighborhood Roadway Improvements Study, Project No. B-183608. Should negotiations with Corradino fail, the Committee hereby requests permission to commence negotiations with the second, third, fourth, and fifth ranked firms, respectively, until a Professional Services Agreement is successfully negotiated and subsequently awarded. Approved: Emilio ! Gonzalez, Ph.D., City Manager Date: ///2 c: Joseph F. Napoli, Deputy City Manager, COM Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager, COM Sandra Bridgeman, Assistant City Manager/Chief Financial Officer, COM Rafael Suarez -Rivas, Chief Assistant City Attorney, COM Steven C. Williamson, Director, OCI, COM Francisco J. Garcia, Director, PD, COM Hector Badia, Assistant Director, OCI, COM Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement, COM PR19009 BID ITEM: UPDATED CITY OF MIAMI OFFICE OF THE CITY CLERK BID SECURITY LIST La Pastorita Nelghborlaood Roadway Improvements Study BID NUMBER: RFQ No. 17-18-027 DATE BID OPENED: August 20, 2018 TIME: 3:00 p.ni. BIDDER BID TOTAL BID BOND (ER1 AMOUNT CASHIER'S CHECK Kixnley Horn See attached See attached SRS Engineering, Inc. See attached See attached The Corradino Group See attached • See attached T Why Lin International See attached . See attached Chen Moore See attached See attached ,., ... ...... _ _ .. _.. _....... ___...... ....... - _...-._ .. See• -attached.. -------See-at at ached - ' . . ." Sed atti cliedc-'''''Y c• `='==See at ached • . .. 1, F L'3� • • • • ri ,-, Parson 1 ecet in B id(s) On: (> �� Toda, s Date Received (5) bid(s) on behalf: Procurement :'F City Department PREPARED BY: �..........,%�� n i. Deputy City Clerk RFQ NO. 17-18-027 La Pastorita Neighborhood Roadway Improvements Study EVALUATION OF PROPOSALS Leandro Ona, Miami -Dade County EVALUATION PROPOSERS CRITERIA Maximum Points Kimley-Hom and Associates, Inc. SRS Engineering, Inc Chen Moore and Associates, Inc. T.Y. Lin International The Corradino Group, Inc. Proposer's Experience and Qualifications 35 , 5p 30 0 Proposer's Team Experience 35 3i 50 30 3 I Experience of Project Manager 10 7 g 7 a Design Philosopy and Process 10 7 7 Technical Approach 10 7 7 7 TOTAL POINTS 100 br 7 ( !Li SIGNATURE: PRINT NAME: 9/13/2018 U/ / LAti O QATA RFQ NO. 17-18-027 La Pastorita Neighborhood Roadway Improvements Study EVALUATION OF PROPOSALS James Ferguson, Miami -Dade County EVALUATION PROPOSERS CRITERIA Maximumontsand Points Kimley-Born Associates, Inc. SRS Engineering, Inc- Chen Moore and Associates, T.Y. Lin International The Corradino Group, Inc. Proposer's Experience and Qualifications 35 32, 30 3 / 3 I 3 Proposer's Team Experience 35 3 1 36 3 I 31 3 ! Experience of Project Manager 10 8 � 8 8 8 Design Philosopy and Process 10 g 8j 7 9 i d Technical Approach 10 9 8 7 e 9 TOTAL POINTS 100 8 8 85 g ii 87 8 SIGNATU PRI[�T PlA ME: JAn) S F 6I s 10/1012018 RFQ NO. 17-18-027 La Pastorita Neighborhood Roadway Improvements Study EVALUATION OF PROPOSALS David Snow EVALUATION PROPOSERS CRITERIA Maximum Points Kimley-Hom and Associates, Inc. SRS Engineering, Inc. Chen Moore and Associates, Inc. T.Y. Lin International The Corradino Group, Inc. Proposer's Experience and Qualifications 35 v .0 32 �0 31 Proposers Team Experience 35 3O .52 0 --. 0 3p Experience of Project Manager 10 7 10 to g 8 Design Philosopy and Process 10 CJ C7 5 Technical Approach 10 jd 10 10 10 l0 TOTAL POINTS 100 g 5 q3S el D-5 9 7 87 SIGNATU PRINT NAME: A.0c.{) 9/13/2018 RFQ NO. 17-18-027 La Pastorita Neighborhood Roadway improvements Study EVALUATION OF PROPOSALS Jeremy Calleros, City of Miami EVALUATION PROPOSERS CRITERIA Maximum Points Kimley-Horn and Associates, SRS Engineering, Inc Chen Moore and Associates, T.Y. Lin International The Corradino Group, Inc. Proposer's Experience and Qualifications 35 3 0 32 3 0 3 Proposer's Team Experience 35 - S t 3 p '2j 2 2 Experience of Project Manager 10 1 D t o i o 1 Design Philosopy and Process 10 (o —7 -7 I p �j Technical Approach 10 2 8 t 0 t 0 TOTAL POINTS 100 Vt S C 5 q 2 I t. 9'3 SIGNATURE: PRINT NAME: 10110/2018 RFQ NO. 17-18-027 La Pastorita Neighborhood Roadway Improvements Study EVALUATION OF PROPOSALS Ileana Quintana, Miami -Dade County EVALUATION PROPOSERS CRITERIA Maximum Points Kimley-Horn and Associates, Inc. SRS Engineering, Inc Chen Moore and Associates, Inc. T.Y. Lin International The Corradino Group, Inc. Proposer's Experience and Qualifications 35 -fit 30 - i a2. 53 Proposers Team Experience 35 3J� — cD 3 t 31 Experience of Project Manager 10 8fQ U p Design Philosopy and Process 10 6 7 Technical Approach 10 � 8 TOTAL POINTS 100 cj(Q 60 j2. 6-1 81 PRINT NAME: Uwirrnif- 10/10/20182018 RFQ NO. 17-18-027 La Pastorita Neighborhood Roadway Improvements Study EVALUATION OF PROPOSALS COMPOSITE Kimley-Horn and Associates, Inc. EVALUATION PROPOSERS CRITERIA Maximum Points Per Member Ileana Quintana Leandro Ona James Ferguson Jeremy Calieros David Snow Five (5) Bonus Points - SBE Participation (City of Miami Firms) Maximum Total Points (5 members) Total Points (5 members) Proposers Experience and Qualifications 35 34 31 32 33 30 175 160 Proposer's Team Experience 35 35 31 31 32 30 175 159 Experience of Project Manager 10 9 7 8 10 7 50 41 Design Philosophy and Process 10 9 8 8 6 8 50 39 Technical Approach 10 9 8 9 8 10 - 50 44 TOTAL POINTS i00 96 85 88 89 85 0 500 443 CHAIRPERSON SIGNATURE: 460 ,// CHAIRPERSON PRINT NAME: �Y1 Y . / lo.ns, REVIEWED BY SIGNATURE: 14 i REVIEWEB-1Y PRINT NAME: 10110/2018 DATE: DATE: fD L0 I RFQ NO. 17-18-027 La Pastorita Neighborhood Roadway Improvements Study EVALUATION OF PROPOSALS COMPOSITE SRS Engineering, Inc. EVALUATION PROPOSERS CRITERIA Maximum Points Per Member ileana Quintana Leandro • Ona James Ferguson Jeremy Calleros David Snow Five (5) Bonus Points - SBE Maximum Participation Total Points (City of Miami (5 members) Firms) Total Points (5 members) Proposer's Experience and Qualifications 35 30 30 30 30 30 175 150 Proposer's Team Experience 35 30 30 30 31 32 175 153 Experience of Project Manager 10 8 8 9 10 10 50 45 Design Philosophy and Process 10 6 7 8 7 6 - 50 34 Technical Approach 10 6 7 8 8 10 _ 50 39 TOTAL POINTS 100 80 82 85 86 88 5 505 426 CHAIRPERSON SIGNATURE: 1I CHAIRPERSON • • INT NAME: k-1 I' ! {''t't • 10. iSz�t REVIEWC BY. SIGNATURE: REVIEWE1T13Y PRINT NAME: 10/10/2018 c DATE: DATE: RFQ NO. 17-18-027 La Pastorita Neighborhood Roadway Improvements Study EVALUATION OF PROPOSALS COMPOSITE Chen Moore and Associates, Inc. EVALUATION PROPOSERS CRITERIA Maximum Points Per Member ileana Quintana Leandro Ona James Ferguson Jeremy Calleros David Snow Five (5) Bonus Points - SBE Maximum Participation Total Points (City of Miami (5 members) Firms) Total Paints (5 members) Proposer's Experience and Qualifications 35 31 30 31 32 32 175 156 Proposer's Team Experience 35 30 30 31 30 30 175 151 Experience of Project Manager 10 8 7 8 10 10 50 43 Design Philosophy and Process 10 7 7 7 7 5 50 33 Technical Approach 10 6 7 7 6 10 50 36 TOTAL POINTS 100 32 81 84 85 87 5 505 424 CHAIRPERSON SIGNATURE: / CHAIRPERSON PRINT NAME: REVIEWED BY SIGNATURE: n A (/ REVIE BY PRINT ^^NAME t VA, r t(1,1 10/10/2018 DATE: DATE: jo)', 10l; I RFQ NO. 17-18-027 La Pastorita Neighborhood Roadway Improvements Study EVALUATION OF PROPOSALS COMPOSITE T.Y. Lin International EVALUATION PROPOSERS CRITERIA Maximum Points Per Member Ileana Quintana Leandro Ona James Ferguson Jeremy Calleros David Snow Five (5) Bonus Points - SBE Maximum Participation Total Points (City of Miami (5 members) Firms) Total Points (5 members) Proposer's Experience and Qualifications 35 32 30 31 30 30 = 175 153 Proposer's Team Experience 35 31 31 31 32 30 175 155 Experience of Project Manager 10 8 8 8 10 8 50 42 Design Philosophy and Process 10 8 S 9 10 9 50 44 Technical Approach 10 8 7 8 10 10 `'j°` ` 50 43 TOTAL POINTS 100 87 84 87 92 87 5 505 442 CHAIRPE SON SIGNATU R 1�itucs CHAIRPERSON" PRINT NAME: REVLEWED BY SIGNATURE: A A REVIEWED BY PRTfT NAME: 10/10/2018 DATE: VithS/ DATE: o11C, RFQ NO. 17-18-027 La Pastorita Neighborhood Roadway Improvements Study EVALUATION OF PROPOSALS COMPOSITE The Corradino Group, Inc. EVALUATION PROPOSERS CRITERIA Maximum Points Per Member Ileana Quintana Leandro Ona James Ferguson Jeremy Calleros Five (5) Bonus Points - SBE David Snow Participation (City of Miami Firms) Maximum Total Points (5 members) Total Points (5 members) Proposer's Experience and Qualifications 35 33 31 31 33 31 175 159 Proposers Team Experience 35 31 30 31 32 30 175 154 Experience of Project Manager 10 8 8 8 10 8 50 42 Design Philosophy and Process 10 7 8 10 8 8 50 41 Technical Approach 10 8 8 9 10 10 50 45 TOTAL POINTS 100 87 85 89 93 87 5 505 446 CHAIRPERSON SIGNATURE: CHAIRPERSON PRINT NAME: a4hort../ !Li .Flans REVIEWED BY SIGNATURE:r ,A REVIEWED BY PRINT NAME: ;� U1 V 1 i►rins 10/10/2018 DATE: DATE: CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. DATE: September 11, 2018 FILE: City Manager FROM: Annie Perez, CPPO, Director Department of Procurement SUBJECT: Appointment of Evaluation Committee for Request for Qualifications (RFQ) No. 17-18-027 La Pastorita Neighborhood Roadway Improvements Study REFERENCES: RFQ No. 17-18-027 The Procurement Department ("Procurement"), on behalf of the Office of Capital Improvements ("OCI"), issued RFQ No. 17-18-027 on July 18, 2018, for La Pastorita Neighborhood Roadway Improvements Study. It is respectfully requested that you approve the appointment of the following individuals to serve as members of the Evaluation Committee to evaluate and score proposals received on August 20, 2018. Each proposed member has the requisite knowledge and experience to evaluate the proposals pursuant to the RFQ. Chairperson (non -voting) Anthony Hansen, Sr. Procurement Contracting Officer, Procurement, City of Miami ("COM") City of Miami Committee Members (voting) David Snow, Chief of Urban Design, Office of Planning, COM Jeremy Calleros, Office of Planning, COM External Committee Members (voting) Ileana Quintana, CGC, GEC, W&S Construction Coordinator, Miami -Dade County ("MDC") Water and Sewer Department ("WASD") Leandro Ona, Chief of Roadway Engineering & Right -of -Way Division, MDC Department of Transportation and Public Works James Ferguson, Senior Program Manager, MDC WASD Alternate Committee Members Lois D. Waters, P.E., M.S., Project Manager, OCI, COM APPROVED: AP: ah '/1"2—//11 q_) Emi io T. el.nzalez, Ph.D., City Manager Date c: Joseph F. Napoli, Deputy City Manager Nzeribe Ihekwaba, Ph.D., P.E., Assistant City Manager Sandra Bridgeman, Assistant City Manager/Chief Financial Officer Rafael Suarez -Rivas, Chief Assistant City Attorney Steven C. Williamson, Director, OCI Hector Badia, Assistant Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR18146 Detail by Entity Name Page 1 of 3 Ftcnra D ra^ ent n+ Sta:p =!ate / Civisron of Coroorauons / Search Records / Detail By Document Number / Detail by Entity Name Foreign Profit Corporation THE CORRADINO GROUP, INC. Filing Information Document Number F97000000207 FEI/EIN Number 61-0713040 Date Filed 01/13/1997 State KY Status ACTIVE Principal Address 4055 NW 97th AVENUE MIAMI, FL 33178 Changed: 09/03/2014 Mailing Address 4055 NW 97th AVENUE MIAMI, FL 33178 Changed: 09/03/2014 Registered Agent Name & Address CORRADINO, JOSEPH M 4055 NW 97TH AVENUE MIAMI, FL 33178 Name Changed: 09/03/2014 Address Changed: 02/17/2000 Officer/Director Detail Name & Address Title TD P'POOL, FRED 4055 NW 97TH AVENUE MIAMI, FL 33178 Title CD CORRADINO, JOSEPH C http://search.sunbiz.org/lnquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 5/23/2018 Detail by Entity Name Page 2 of 3 4055 NW 97TH AVENUE MIAMI, FL 33178 Title PD CORRADINO, JOSEPH M 4055 NW 97TH AVENUE MIAMI, FL 33178 Title D DEUTSCH. BURT J FIRST TRUST CENTRE, SUITE 300 NORTH LOUISVILLE, KY 40202 Title VD PEREZ DE MORALES, EDUARDO 4055 NW 97TH AVENUE MIAMI, FL 33178 Title VD CISCAR, MIGUEL 4055 NW 97TH AVENUE MIAMI, FL 33178 Annual Reports Report Year 2016 2017 2018 Filed Date 01/05/2016 01/09/2017 01/10/2018 Document Images 01/10/2018 -- ANNUAL REPORT 01:0 V201 _ ANNUAL REPORT 01 05:2n' 3 -- ANNUAL REPORT 01 132015 --ANNUAL REPORT 09,n'.2 -_ AMENDED ANNUAL O 01:14:2014 --ANNUAL RE 06/13,2013 — AMENDED ANNUAL REPORT 01'272013 —ANNUAL REPORT 02'02'2012 -- ANNUAL REPOP.' 0121'2011--ANNUAL REPORT 04.23,22010 -- ANNUAL REPORT 04/21'2009 --ANNUAL REPORT 04:24 2008 -- ANNUAL REPORT 04: 9 2007 --ANNUAL REPORT 03 31 2006 -- ANNUAL REPORT 09:01.2 05 — ANNUAL REPORT View image ill ?DF format View image in PDF format View image in PDF formal View image in PDF format View image in PDF Format View image in PDF formal View Image in PDF format View image in PDF format View image in PDF fomtat View image in PDF format View image in PDF format View image in PEF format View image in ?DF format View image in PEF format View image in PDF formal View Image in PDF formal http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 5/23/2018 Detail by Entity Name Page 3 of 3 ANNUAL P-_ORr ANiNUAL o_PDP— 05. t4,2CO2 -- ANNUAL REPORT C4'17 200 — ANNUAL PE°ORT 09; • �,2�.rr' — ANNUAL REPORT 77'1599 — ANNUAL PEPOPT ._ 6.1918 —ANNUAL REPORT y -- A ,'ENDf,IENT View ,mage in PDF formal View image in PDF format View image :n PDF forma! View image ;n PDF format View image In PDF format View image ,n PCF format i,mv mage n PDF format View anage n PCF format V aw ,niage in PCF format Vey/ :rnage in PCF format http://search.sunbiz.orgilnquiry/CorporationSearch/SearchResultDetail?inquirytype=Entity... 5/23/2018 THE CORRADINO GROUP, INC. CORRADINO ENGINEERS • PLANNERS • PROGRAM MANAGERS • ENVIRONMENTALSCIENTISTS CONSULTANT WORK ORDER PROPOSAL (Revised April, 30th 2019) La Pastorita Neighborhood Roadway Improvements Study RFQ No. 17-18-027 Date: May 2, 2019 Dear Mr. Williamson: The Corradino Group (Corradino) proposes to provide the services identified below for the project entitled "La Pastorita Neighborhood Roadway Improvements Study B-183608" , RFQ No. 17-18-027". La Pastorita is a neighborhood within the City of Miami, bound by SW 8th Street to the North, SW 16th Street to the South, SW 34th Avenue and SW 33rd Street to the East, and SW 37th Avenue to the West. Within this neighborhood (see highlighted study area below), the city is proposing to perform improvements within the boundaries of SW 11th Street to the North, SW 16th Street to the South, SW 34th Avenue to the East, and SW 37th Avenue to the West, which consists of the southern portion of La Pastorita neighborhood. N M u in SW 13" ST SW 13" TERR ,;, _ SW 14T" ST 3 LA PASTORITA STUDY AREA SW 11" ST SW12x"ST SW 36m AVE 5W 16th St Go _gle ,2zh rem. SW 35T"AVE LLJ CC x `v M sw 'SW !MS SW 16T" ST "16" 4055 NW 97TH AVENUE • SUITE 200 • \IIAMI. FL 33 178 TEL 800.887.5551 • 305.594.0735 FAX 305.594.0755 \V\VW_CORRADINO.CO\1 THE CORRADINO GROUP Corradino understands that the City's ultimate project goal for this neighborhood is to implement, in an expedited manner, enhanced conditions in the right-of-way conducive to vehicular, pedestrian and bicycle transportation, inclusive of traffic calming and landscaping for neighborhood beautification. This design approach requires streets to be planned, designed, operated, and maintained to enable safe, convenient and comfortable travel and access for users of all ages and abilities regardless of their mode of transportation. Overall, neighborhood cohesion and identity are important to this project and will be a priority consideration. The project will have two phases: Phase I: Will include three (3) alternative planning concepts, along with cost estimates, to address traffic calming (includes traffic studies) pedestrian accessibility, neighborhood landscaping, lighting, and alternative roadway and drainage designs to achieve a cohesive neighborhood look. Phase I shall also include surveying, geotechnical testing, public involvement and outreach, and environmental services to address environmental concerns. Phase II: Will assume full reconstruction and will include the provision of full design engineering services for the development of the selected planning concept which may include, but are not limited to, roadway analysis and design, development of construction documents, permitting, stormwater modeling, drainage improvements, traffic calming devices, Americans with Disabilities Act (ADA) accessibility, landscaping, utility coordination, public involvement and any related services necessary for the design and preparation of construction documents for the Project. An updated cost estimate and project schedule shall be provided with each phase submittal. Bidding, construction engineering inspection (CEI) and administration, and post -design services will also be part of this phase. I. SCOPE OF WORK This Scope of services includes details of the services to be performed, timing of the services, listing of deliverables, and compensation proposed between the City of Miami herein after called the Client and The Corradino Group (Corradino). This Scope of services is based on Corradino's understanding of the project needs and has been developed to provide a high quality of service and deliverables. The services to be provided under this contract are more specifically described below. Please review this scope carefully to check that it fulfills your needs for this project. If you have questions or comments regarding any aspect of this proposal, please contact the undersigned. PHASE I: PLANNING Task A: Project Management/ General Tasks Coordination: Includes coordination services with the Client and other design professionals throughout the development of the Planning Phase. The purpose of the coordination is to inform the Client and implement the input of the design professional team regarding the improvements. This Page2 THE CORRADINO GROUP coordination shall include meetings phone/conference calls and e-mails. Status updates shall be provided every two (2) weeks in a format acceptable to OCI. Pre -Design Kick-off Meeting: The purpose of this meeting will be to introduce the Corradino Team to the City staff and to review the City's goals for the project and preliminary project schedules and construction budgets. At the kick-off meeting, we will present our proposed public involvement plan for approval and review tentative dates for public presentations and the design charrettes. This plan will serve as the guiding document that defines the strategy that the Corradino Team will employ to assist the City in conveying project information to the public. The Project Involvement Plan will take a blank canvas approach, coordinate with the streetscape masterplan, identify potential issues, stakeholders and communication tools and techniques as well as a monitoring plan that will follow the stakeholder input and how it is incorporated into the plan - Public Meeting Preparations/Attendance: Includes preparation of materials for Charettes, coordination with PIO and attendance - Project Schedule: Based on the outcome of the kick-off meeting we will prepare the master project schedule (in coordination with the City's streetscape masterplan) using Microsoft Project and submit it for review and approval by the City's project manager within 10 days after the kick-off meeting. Other initial activities include the development of a project work plan and assignment of the quality control team. Project Management, Contract Maintenance and Project Documentation: Includes project management, setup/maintenance of files, development and provision of monthly progress reports with schedule updates and invoices. Task B: Public Involvement - Public Involvement (RE-1 (PH I)): Refer to attached scope of Services by Magbe Consulting Inc. Task C: Data Collection - Survey (RE-2 (PH I)j: Refer to attached scope of Services by Biscayne Engineering Company, Inc. Task D: Existing Utility Data Collection/Coordination with Utility Agency Owners (UAO's) Identify Existing UAOs within the Project Limits: Includes identification of all utilities at each street by checking with Sunshine State One Call. Make Utility Contacts: Includes sending letters to each utility company requesting as -built information and any system betterments for coordination. Review Utility Markups and Create a UTEXRD file: Includes review of utility marked up plans and creation of an existing Utilities CADD file for all utilities within the project limits. Utility Coordination / Follow-up: Includes coordination and follow-up with UAO's to ensure all redlines are received. The intent of this exercise to identify possible conflicts with the existing utilities and the proposed alternatives. Identification of iPAs: Includes identification of any possible JPAs within the project limits. Page3 THE CORRADINO GROUP Task E: Environmental - Environmental [RE-3 (PH I)]: Refer to attached scope of Services by CECOS Task F: Landscaping - Landscaping [RE-4 (PH 1)]: Refer to attached scope of Services by Miller Legg Task G: Drainage - Drainage [RE-5 (PH 1): Refer to attached scope of Services by Ribbeck Engineering, Inc. Task H: Geotechnical - Geotechnical [RE-6 (PH I)]: Refer to attached scope of Services by Tierra South Florida, Inc Task I: Lighting - Lighting [RE-7 (PH I)]: Refer to attached scope of Services by Trace Task J: Traffic Study, Planning and Development of Design Alternatives (by Corradino) A. Data Collection: 1. Corradino will meet with City staff (including Public Works, Planning, and Engineering Departments and Transit Agency) to discuss the project and gather various information such as: o Crash data/history for intersections and roadway within the study area including pedestrian fatalities/crashes; o Previous planning and traffic studies for the study area; o Planned community bicycle and pedestrian improvements within and adjacent to the study area; o Planned roadway/network improvements within and adjacent to the study area; o Known issues (geometric, operational, parking, traffic, pedestrian accessibility, pedestrian safety, transit, etc.); Citizen complaints. o Any available information in ARCGIS will also be gathered. 2. Corradino will also coordinate with the county to identify: o Crash data/history for intersections and roadway within the study area; o Previous planning and traffic studies for the study area; o Planned community bicycle and pedestrian improvements within and adjacent to the study area; o Planned roadway/network improvements within and adjacent to the study area; 3. Corradino will conduct a site visit to the study area. During the site visit, staff will observe traffic, parking, transit and pedestrian operations. Also, staff will collect various data such as: o Pavement/lane widths; o On -street parking; o Intersection control; Page I4 THE CORRADINO GROUP o Speed limits; o Pedestrian facilities — ADA ramps; sidewalks; crosswalks; etc.; o Bicycle facilities — designated routes; signing; pavement markings; etc.; o Transit facilities, including routes and stops (signing; benches; shelters, etc.) o Sight distance limitations; and o Traffic calming features. 4. Corradino will collect various types of traffic data within study area. This data will include traffic volumes [ by Quality Counts, LLC, RE-8 (PH I)] mainline and intersection, for passenger cars, heavy vehicles and transit; vehicle speeds; and pedestrian and bicyclist volumes at intersections. Each of the locations identified below were chosen such that representative data is collected and available, for evaluation and analysis purposes, for each roadway within the study area and for each of the significant intersections in and around the study area: • 24-hour Bidirectional count (including speed data) a. SW 34th Avenue (2 locations) b. SW 36th Avenue (2 Locations) c. SW 15th Street d. SW 14th Street e. SW 13th Terrace f. SW 13th Street g. SW 12th Street h. SW 11th Street • Peak period turning movement counts (TMC), including pedestrian and bicyclist. These TMC will include all vehicular movements at the intersections and all pedestrian and bicyclist crossings within the intersection. Corradino will review the City's Bicycle Masterplan and use any relevant data from the plan to supplement the data collection and evaluation phase of the project. a. SW 37th Avenue (S. Douglas Road) @ SW 12th Street b. SW 37th Avenue (S. Douglas Road) @ SW 16th Street c. SW 37th Avenue (S. Douglas Road) @ SW 13th Terrace d. SW 36th Avenue @ SW 11th Street e. SW 36th Avenue @ SW 12th Street f. SW 36th Avenue @ SW 14th Street g. SW 36th Avenue @ SW 16th Street h. SW 35th Avenue @ SW 11th Street i. SW 34th Avenue @ SW 11th Street j. SW 34th Avenue @ SW 13th Terrace k. SW 34th Avenue @ SW 16th Street 5. Corradino will collect on -street parking data along each of the study area roadways. This data will be collected during typical peak parking periods for residential neighborhoods, including Page 5 THE CORRADINO GROUP during a weekday peak and a weekend peak. Parking counts in the neighborhood will be collected by street segment during peak hours (afternoon and evening) for 2 weekdays and Satu rday. 6. Once all data has been collected, Corradino will prepare Existing Conditions Technical Memorandum, including corridor base map; context base map; traffic count and parking data figures; intersection layouts; roadway sections and transit routing/stops. B. Study Area Evaluation: At the conclusion of the data collection phase, Corradino will conduct a thorough evaluation of the study area network to determine and document deficiencies and issues for the study area and the neighborhood and develop alternative design concepts to address the deficiencies and issues. The task completed, and the evaluation will include the following: 1. Operational Analysis - Corradino will conduct operational analysis of the study area intersections and roadways, to determine the appropriate numbers of lanes and/or type of intersection configuration or control. 2. Safety Analysis o Corradino will review the speed data collected in Task I -A Data Collection, to determine if the vehicular speeds are creating unsafe conditions for all modes of travel. As part of the review, Corradino will compare the vehicular speeds on the roadways with existing speed humps versus the roadways without speed humps. o Corradino will conduct a review and analysis of the available crash data collected in Task I -A Data Collection at the study intersections and roadway segments to determine trends and possible safety measures. This includes performing complete analysis of vehicle interaction with pedestrians and bicyclist to determine how to improve pedestrian and bicycle safety. 3. Pedestrian Facilities Analysis o Corradino will review the City's Consent Decree for ADA facilities as it relates to the project study area and account for any requirements during the evaluation and design alternative phases. As part of the evaluation the current PROWAG requirements will be considered and any deficient facilities will be identified. o Throughout the study area, Corradino will evaluate the pedestrian facilities, including sidewalks, ADA ramps, crosswalks, pedestrian refuges, signalization, lighting, etc. The evaluation will identify the need and areas for accessibility improvements based on the Manual at Uniform Traffic Control Devices (MUTCD), AASHTO standards, FLDOT standards, PROWAG guidelines, and FHWA safety office guidelines. 4. Transit Facilities Analysis - Corradino will assess the transit facilities within and adjacent to the study area to determine adequacy of facilities, including accessibility, shelter, lighting, etc. 5. Parking Facilities Analysis - Corradino will assess parking facilities/infrastructure within the study area. This includes availability; on -and off-street parking; ADA/handicapped parking spaces; impacts to traffic operations; sight distance; geometrics; etc. This data will be Page 6 THE CORRADINO GROUP analyzed in conjunction with the ITE parking generation manual, 5th edition; PROWAG per the US Access Board; and knowledge of local land use to determine potential neighborhood parking needs to be incorporated into the alternative designs. 6. Bicycle Facilities Analysis - Corradino will assess the bicycle facilities within and adjacent to the study area to determine adequacy of facilities. 7. Corradino will develop a series of corridor analysis drawings and context analysis map to illustrate the surrounding land uses, transportation systems, as well as any other information pertinent to the development of design alternatives. 8. Corradino will establish the master design files for horizontal and vertical geometry, conduct a preliminary roadway analysis for the proposed alternatives and identify potential conflicts. 9. Corradino will prepare Network Issues and Deficiencies Technical Memorandum, including operational; safety; pedestrian accessibility; bicycle; transit; and parking. The ROW verification and identification of property where easements may be needed will be identified during the concept plan development and will be finalized during the development of the design package in Phase II. C. Development of Design Alternatives and Preferred Alternative Masterplan: At the end of the network evaluation phase, Corradino will compile each component of the evaluation and develop a package of three (3) design alternatives to address the various deficiencies identified in Task I B Study Area Evaluation. These alternatives will be appropriately applied to the roadways within the neighborhood. Consideration for right-of-way constraints, aesthetics, need for traffic calming, drainage, etc. will all be a determining factor on how each design alternative is applied, with the goal of creating a safe, comfortable and accessible roadway network within the neighborhood. The design alternatives package may include, but not limited to: 1) Traffic calming measures to address speeding, cut -through traffic, and improve pedestrian and bicyclist safety; 2) Pedestrian facilities improvements to improve accessibility and safety; 3) Signing and pavement markings for improved safety; 4) Lighting (roadway and/or pedestrian) for improved safety; 5) Intersection configuration and/or control for improved operations and safety; 6) Landscaping for aesthetics which will include shade, ease of maintenance, wind, drought, and flood resistance and will promote xeriscape (Florida friendly landscaping) and use of native species; 7) Defined on -street parking for improved geometrics, operations and aesthetics; 8) Development of preliminary/conceptual typical sections for three alternatives; 9) Identification and verification of ROW limitations and properties with ROW or easements may be needed to accommodate the three design alternative; 10) Corradino will also design and analyze the preliminary plan/profile geometries including horizontal/vertical alignments for the preferred alternative and develop a masterplan for the preferred alternative. 11) Corradino will provide an Engineer's Opinion of Probable cost for each design alternative. Page 17 THE CORRADINO GROUP D. Reporting: Corradino will prepare a final report that will be signed and sealed to be approved by the City of Miami under interlocal agreement with Miami -Dade County, documenting the public involvement process, the data collection and analysis, the design alternatives (typical sections and renderings) and an implementation plan for the study area improvements. Each alternative will include pros and cons and a final recommendation for selection will be included. E. Development of Conceptual Plans for Preferred Alternative: Once the masterplan is approved, conceptual plans for use in presentations will be prepared. The conceptual plans shall be renderings that show the proposed typical section of the preferred alternatives, along with the location of the recommended improvements. This process includes: Conceptual Typical Section: The Preferred Concept Typical Sections will be submitted for approval. Coordination efforts with the City of Miami Public Works Department and Miami -Dade County to obtain approval for the preferred alternative conceptual typical sections PHASE II: DESIGN The general objective for the Consultant is to provide all project management and professional engineering services required for the design and preparation of a complete set of construction contract plans for the southern limits of La Pastorita Neighborhood within the boundaries of SW 11th Street to the North, SW 16th Street to the South, SW 34th Avenue to the East, and SW 37th Avenue to the West (refer to study area map on page 1). Elements of work shall include: roadway reconstruction, profile correction, drainage improvements, sidewalk replacement (within City's R/W), creating/ installing new sidewalk where feasible (within City's R/W), replacement of driveway approaches (within City's R/W), installing new valley gutters and/or curbs, geotechnical, utility coordination, signing and pavement markings improvements, provide ADA ramps where applicable and where feasible, permitting and public involvement. This work involves roadway analysis, signing and pavement markings, landscaping improvements, lighting and geotechnical activities as required. The scope of work may be subject to change based on subsequent engineering findings. All plans and design documents are to be prepared with Standard English values in accordance with all applicable City of Miami manuals and guidelines, FDOT Florida Greenbook, FHWA's MUTCD 2009 edition, and in accordance with the FDOT Design Manual (FDM), FDOT Standard Plans Index and CADD Production Criteria Handbook. All plans will be formatted to comply with City of Miami's e-plan system and submitted through this system. All plans and phase submittals will be prepared in accordance to the City of Miami DPW Phase Review and Plans Preparation requirements (effective September 2018). This includes the following: Page 8 THE CORRADINO GROUP • Phase I (30%) • Phase II (90%) • Phase IV (100 %) • Final Plans Phase reviews and Plans revisions will be limited to the four (4) submittals with 3 phase reviews and 3 plans revisions. A. Task 1: Public Involvement Public Involvement (RE-1 (PH II)j- Refer to attached scope of Services by Magbe Consulting Inc. B. Task 2: General Task a) Joint Project Agreements- includes all coordination, meetings, etc., required to ensure compatibility, include JPA documents in the contract plans package. b) Contract Maintenance and Project Documentation - Includes project management, setup/maintenance of files, development and provision of monthly progress reports and invoices. c) Prime Consultant Project Manager Meetings - Includes only Project Manager staff hours for phase review meetings (Not to exceed 3 phase reviews for 3 phase submittals in accordance to the DPW Phase Review and Plans Preparation requirements, effective September 2018), monthly progress review meetings (via phone only), meetings with Miami Dade County, Miami Dade County Regulatory and Economic Resources (RER), and City of Miami Public Works, miscellaneous review meetings, HOA meetings, Public meetings (Not to exceed 12 meetings) and other design activities meetings, including any travel time. C. Task3: Roadway Analysis a) Typical Section Package: All work required to develop and obtain approval of the typical section package. A Signed and Sealed Typical Section Package will be provided to PW and Concurrence/approval will be obtained from the MDC PW and City of Miami PW. b) Horizontal/Vertical Master Design Files (From Conceptual to Final Plans) - Includes all efforts required for establishing the master design files for the horizontal and vertical geometry, existing drainage features, utilities (including conflict location identification and adjustment), etc. Also includes all work to create elements showing the alignment for the horizontal geometry in the plan sheets and all efforts required to place labels and required information in the master design file. c) Cross Section Design Files - Includes all work required to establish and develop roadway cross sections every 25 feet. d) Traffic Control Analysis — Level II. Includes analysis for TCP, lane closure analysis, and creating any Miscellaneous Traffic Control Sheets (general notes, minor details, typical sections and quantities). No detailed phase drawings required. Standard Plans are referenced. Traffic control scheme will be discussed with the OCI Project Manager, Construction Manager and PWD in Page I 9 THE CORRADINO GROUP accordance to the City of Miami DPW Phase Review and Plans Preparation requirements (effective September 2018). e) Quantities - Includes all work required to perform quantities take off for placement in the Summary of Quantities sheet in the contract plans and the supporting documentation (Phase II, Phase III). f) Cost Estimate - Includes all work required to prepare a construction cost estimate for phase each submittal (Not to exceed 3 updates , Phase I, Phase II, Phase III). g) Field Reviews - Includes travel time for field visits to obtain the necessary data for design. h) Technical Meetings- Includes hours for phase review, progress review, meetings with Miami Dade County and City of Miami Public Works, miscellaneous review meetings, and other design activities meetings, including any travel time. Excludes Project Manager hours. i) Quality Assurance/Quality Control - Includes implementation of QA/QC plan. Also includes internal peer review and/or constructability reviews, responses to comments and any resolution meetings if required, and assembly of plans for submittals for reviews. QA/QC Plans will be submitted with each Phase Submittal (Phases I, II & III). j) Supervision - Includes all effort required to supervise all technical design analysis and plans production. k) Coordination - Includes all efforts to coordinate with all disciplines of the project team, including sub -consultants, to produce a final set of construction documents. D. Task4: Roadway Plans a) Key Sheet— Includes efforts for producing the Key Sheet. b) Typical Section Sheets — Includes efforts for producing the Typical Section Sheets. c) General Notes/Pay Item Notes — Includes all efforts for development and production of the general notes and pay item notes as required (in accordance with Public Works Phase Review and Plans Preparation Requirements — Draft). d) Summary of Quantities sheet: Includes all efforts to create and update the summary of quantities sheet for each submittal. e) Plan/Profile Sheet — Includes production work necessary to develop proposed plan/profile sheets for roadway and back of sidewalk and all required labeling. f) Special Details — Includes production work necessary to develop miscellaneous details for proper construction. g) Cross Sections — Includes minor labeling and modifications to sections and production of the roadway cross section sheets. Also includes producing cross section sheets for drainage component. h) Temporary Traffic Control Plan Sheets - Includes work for developing TCP sheets and CADD work. i) Traffic Control Detail Sheets — Includes efforts for developing Traffic Control notes and detail sheets. Page 10 1) THE CORRADINO GROUP Utility Adjustment Sheets - Includes work for creating plan sheets with utility locations/relocations. k) Utility Verification Sheet(s) (SUE Data) - Included for placing Subsurface Utility Exploration (SUE) Data in summary tables. I) Quality Assurance/Quality Control - Includes implementation of QA/QC plan. Also includes internal peer review and/or constructability reviews, responses to comments and any resolution meetings if required, and assembly of plans for submittals for reviews. m) Supervision - Includes all effort required to supervise all technical design analysis and plans production. E. Task5: Drainage - (RE-2 (PH II) Refer to attached scope of Services by Ribbeck Engineering, Inc.] F. Task 6: Utilities a) Utility Design Meeting - Schedule (time and place), notify participants, and conduct a Utility meeting with all affected UAOs. Discuss impacts to existing trees/landscaping and proposed landscaping, drainage, maintenance of traffic (construction phasing), review the current design schedule and begin construction date, evaluate the utility information collected, provide follow- up information. b) Review Utility Markups, Work Schedules, Processing of Schedules and Agreements - Review utility marked -up plans and work schedules as they are received for content and identify conflicts. c) Utility Coordination/Follow-up — Includes coordination and follow-up to ensure the resolution of all known utility conflicts and/or attainment of utility clearance or "No conflict" letters from each utility company. If there is a conflict that can't be resolved, a Utility Work Schedule (UWS) shall be prepared, coordinated and obtained by the FOR with the corresponding utility agency. In addition, it includes all coordination forJPAs G. Task 7: Environmental - Environmental [RE-3 (PH II)]- Refer to attached scope of Services by CECOS. H. Task8: Signing & Pavement Marking Analysis a) Reference and Master Design File — Includes all efforts required for establishing the signing and marking master design file to include reference files of topo, right of way, roadway, etc. Also includes design and layout of signs, lane lines, gores, pavement markings, rpms, and all efforts required for drafting. b) Quantities— Includes all work required to determine the quantities for each plan sheet. c) Cost Estimate - Includes all work required to prepare a construction cost estimate for each submittal. d) Field Reviews - Includes travel time for trips to conduct sign inventory for design. e) Technical Meetings — Includes meetings with MDCPW and PWD to obtain required Permitting for S&P Marking Plans (Not to exceed 3 meetings) Page 11 THE CORRADINO GROUP f) Quality Assurance/Quality Control — Includes implementation of QA/QC plan. Also includes internal peer review and/or constructability reviews, responses to comments and any resolution meetings if required, and assembly of plans for submittals for reviews. g) Supervision — Includes effort to supervise all technical design analysis. h) Coordination — Includes all efforts to coordinate with all disciplines of the project team, including sub -consultants, to produce a final set of construction documents. I. Task 9: Signing & Pavement Marking Plans a) Tabulation of Quantities — Includes time to place pay item numbers, descriptions, quantities and totals on tabulation sheet(s). b) General Notes / Pay Item Notes— Includes developing general and pay item note sheet(s) c) Plan Sheet — Includes all efforts required to create the signing and pavement marking sheets. d) Typical Details— Includes developing typical detail (s) for the placement of pavement markings and signs e) Quality Assurance/Quality Control — Includes QC review, verify comments are addressed, resolution meetings and documentation, assembly of plans for phase submittals, etc. f) Supervision — Includes all efforts required to supervise and coordinate plans production and sub - consultant coordination. J. Task 10: Lighting Analysis & Lighting Plans - Lighting Analysis & Lighting Plans [RE-4 (PH II)]- Refer to attached scope of Services by Trace Consultants K. Task 11: Landscaping - Landscaping [RE-5 (PH II)] - Refer to attached scope of Services by Miller Legg L. Task 12: Geotechnical - Geotechnical [RE-6 (PH II)] Refer to attached scope of Services by Tierra South Florida Please Refer to Item VI (Additional Services) for: • Subordination of Easements Coordination and Sketches (AS-2 PH II) • Post Design Services (AS-3 PH II) • Construction Engineering Inspection Services (AS-4 PH II) II. SUB -CONSULTANTS Phase I: The below listed Sub -Consultants will assist in the performance of the Work. Sub -Consultant Name Specialty or Expertise Biscayne Engineering, Inc. Survey CECOS Environmental Services Quality Counts, LLC Traffic Data Collection Page 12 THE CORRADINO GROUP Ribbeck Engineering, Inc. Drainage Tierra South Florida, Inc. Geotechnical Trace Consultants, Inc. Lighting Miller Legg Landscaping Magbe Consulting, Inc. Public Involvement Phase II: The below listed Sub -Consultants will assist in the performance of the Work. Sub -Consultant Name Specialty or Expertise CECOS Environmental Services Miller Legg Landscaping Magbe Public Involvement Ribbeck Engineering, Inc. Drainage Tierra South Florida, Inc. Geotechnical Trace Consultants, Inc. Lighting SCHEDULE OF WORK —TIME OF PERFORMANCE Phase I: Planning Consultant shall submit the Deliverables and perform the Work as depicted in the tables below SCHEDULE OF DELIVERABLES Task, Sub- task, or Activity ID # Major Task, Sub -Task, Activity, or Deliverable Duration (specify weeks or calendar days) Delivery Date* (cumulative weeks, or calendar days) A Project Management 32 weeks NTP + 32 weeks B Public Involvement (Magbe) 32 weeks NTP + 32 weeks C Data Collection — Survey (Biscayne Engineering, Inc.) 12 weeks NTP + 16 weeks D Data Collection — Utilities 4 weeks NTP + 12 weeks E Environmental (CECOS) 12 weeks NTP + 24 weeks F Landscaping (Miller Legg) 6 weeks NTP + 24 weeks G Drainage (Ribbeck Engineering, Inc.) 12 weeks NTP + 24 weeks H Geotechnical (Tierra South Florida, Inc.) 4 weeks NTP + 12 weeks I Lighting (Trace Consultants, Inc.) 6 weeks NTP + 24 weeks J.A.11 Traffic Study Data Collection - Meetings 6 weeks NTP + 6 weeks J.A.21 Traffic Study Data Collection — Site Visit 1 weeks NTP + 2 weeks J.A.31 Traffic Study Data Collection — Traffic Counts 4 weeks NTP + 6 weeks J.A.41 Traffic Study Data Collection — Parking 1 weeks NTP + 4 weeks J.A.5 Traffic Study Data Collection — Existing Conditions Technical Memorandum 2 weeks NTP + 10 weeks J.B.12 Study Area Evaluation — Operational Analysis 4 weeks NTP + 14 weeks J.B.22 Study Area Evaluation — Safety Analysis 2 weeks NTP + 14 weeks J.B.32 Study Area Evaluation — Pedestrian Facilities Analysis 2 weeks NTP + 14 weeks Page 113 THE CORRADINO GROUP J.B.42 Study Area Evaluation — Transit Facilities Analysis 2 weeks NTP + 14 weeks J.B.52 Study Area Evaluation — Parking Facilities Analysis 2 weeks NTP + 16 weeks J.B.62 Study Area Evaluation — Bicycle Facilities Analysis 2 weeks NTP + 16 weeks J.B.72 Study Area Evaluation — Corridor Analysis & Context Analysis Drawings/Maps 4 weeks NTP + 20 weeks J.B.82 Study Area Evaluation — Master Design Files 4 weeks NTP + 20 weeks J.B.9 Study Area Evaluation — Network Issues and Deficiencies Technical Memorandum 4 weeks NTP + 20weeks J.C.l 3 Development of Design Alternatives —Traffic Calming 4 weeks NTP + 24 weeks J.C.23 Development of Design Alternatives — Pedestrian Facilities 4 weeks NTP + 24 weeks J.C.33 Development of Design Alternatives —Signing & Markings 2 weeks NTP + 24 weeks J.C.43 Development of Design Alternatives — Lighting 4 weeks NTP + 26 weeks J.C.53 Development of Design Alternatives — Intersection Configuration & Control 4 weeks NTP + 26 weeks J.C.63 Development of Design Alternatives — Landscaping 6 weeks NTP + 28 weeks J.C.73 Development of Design Alternatives — Parking 4 weeks NTP + 26 weeks J.C.83 Development of Design Alternatives —Typical Sections 4 weeks NTP + 30 weeks J.C.93 Development of Design Alternatives — ROW 2 weeks NTP + 28 weeks 1.C.103 Development of Design Alternatives — Plan/Profile Geometries 4 weeks NTP + 30 weeks J.D Reporting 4 weeks NTP + 32 weeks 1,2,3 Each of these tasks run concurrently. * An updated schedule, indicating actual delivery dates, based on the above durations, will be provided to the City upon receipt of the NTP. Phase II: Consultant shall submit the Deliverables and perform the Work as depicted in the tables below SCHEDULE OF DELIVERABLES Task, Sub- task, or Activity ID # Major Task, Sub -Task, Activity, or Deliverable Duration (specify weeks or calendar days) Delivery Date* (cumulative weeks, or calendar days) RE -4 (PH II) Geotechnical Report 2 weeks NTP+2 weeks 1 Phase I Submittal - 30% Plans 12 weeks ** NTP+14 weeks 2 Phase II Submittal - 90% Plans 15 weeks *** NTP+36 weeks 3 Phase IV Submittal - 100% Plans 10 weeks *** NTP+46 weeks 4 Final Plans 6 weeks ** NTP+52 weeks * * (includes 3 weeks for City Review) * * * (includes 5 weeks (35 days) for MDCP P 11; DERV RER and City Review) Page 14 THE CORRADINO GROUP V. COMPENSATION Phase 1: Consultant shall perform the Work detailed in this Proposal for a total fee of $325,499.81. The City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation beyond this amount. Said fee includes an allowance for Reimbursable Expenses required in connection with the Work, which shall not exceed $198,432.80. Said Reimbursable Expenses shall be used in accordance with the Agreement Provisions and shall conform to the limitations of Florida Statutes § 112.061. SUMMARY OF COMPENSATION* Task, Sub - task, or Activity ID # Major Task Name and/or Activity Description Fee Amount Fee Basis A Project Management $8,114.00 Lump Sum (Monthly % Complete) B Public Involvement (Magbe) See Below as RE-1 (PH I) Lump Sum (% Complete) C Data Collection — Survey (Biscayne Engineering, Inc.) See Below as RE-2 (PH 1) Lump Sum D Data Collection — Utility $8,125.57 Lump Sum E Environmental (CECOS) See Below as RE-3 (PH I) Lump Sum F Landscaping (Miller Legg) See Below as RE-4 (PH I) Lump Sum G Drainage (Ribbeck Engineering, Inc.) See Below as RE-5 (PH I) Lump Sum H Geotechnical (Tierra South Florida, Inc.) See Below as RE-6 (PH I) Lump Sum I Lighting (Trace Consultants, Inc.) See Below as RE-7 (PH I) Lump Sum J.A.11 Traffic Study Data Collection - Meetings $538.01 Lump Sum J.A.21 Traffic Study Data Collection —Site Visit $1,868.06 Lump Sum J.A.31 Traffic Study Data Collection —Traffic Counts $2,122.10 Lump Sum J.A.41 Traffic Study Data Collection — Parking $2,660.11 Lump Sum J.A.5 Traffic Study Data Collection — Existing Conditions Technical Memorandum $4,886.62 Lump Sum J.B.12 Study Area Evaluation — Operational Analysis $6,291.50 Lump Sum J.B.22 Study Area Evaluation — Safety Analysis $4,423.43 Lump Sum J.B.32 Study Area Evaluation — Pedestrian Facilities Analysis $3,631.38 Lump Sum J.B.42 Study Area Evaluation — Transit Facilities Analysis $2,047.28 Lump Sum J.B.52 Study Area Evaluation — Parking Facilities Analysis $2,839.33 Lump Sum J.B.62 Study Area Evaluation — Bicycle Facilities Analysis $1,509.28 Lump Sum Page 115 THE CORRADINO GROUP J.B.72 Study Area Evaluation —Corridor Analysis & Context Analysis Drawings/Maps $5,499.44 Lump Sum J.B.82 Study Area Evaluation — Master Design Files $8,159.56 Lump Sum J.B.9 Study Area Evaluation — Network Issues and Deficiencies Technical Memorandum $5,499.44 Lump Sum J.C.1 3 Development of Design Alternatives — Traffic Calming $2,839.33 Lump Sum J.C.23 Development of Design Alternatives — Pedestrian Facilities $2,839.33 Lump Sum J.C.33 Development of Design Alternatives — Signing & Markings $2,047.28 Lump Sum J.C.43 Development of Design Alternatives — Lighting $2,047.28 Lump Sum J.C.53 Development of Design Alternatives — Intersection Configuration & Control $2,839.33 Lump Sum J.C.63 Development of Design Alternatives — Landscaping $2,047.28 Lump Sum J.C.73 Development of Design Alternatives — Parking $2,047.28 Lump Sum J.C.83 Development of Design Alternatives — Typical Sections $4,169.39 Lump Sum J.C.93 Development of Design Alternatives — ROW $2,047.28 Lump Sum J.C.103 Development of Design Alternatives — Plan/Profile Geometries $2,839.33 Lump Sum J.C.11 Development of Design Alternatives — Engineer's Opinion of Probable Cost $4,961.44 Lump Sum J.D Reporting $5,753.48 Lump Sum J.E Preferred Alternative Conceptual Plans $5499.44 Lump Sum Subtotal — Professional Fees RE-1 (PH I) Public Involvement (Magbe) $24,288.66 Monthly Limiting Amount RE-2 (PH I) Survey (Biscayne Engineering, Inc.) $60,973.43 See attached RE-3 (PH I) Environmental (CECOS) $23,211.46 See attached RE-4 (PH I) Landscaping (Miller Legg) $22,888.34 See attached RE-5 (PH I) Drainage (Ribbeck Engineering) $20,602.82 See attached RE-6 (PH I) Geotechnical (Tierra South Florida) $24,038.41 See attached RE-7 (PH I) Lighting (Trace Consultants, Inc.) $17,229.68 See attached RE-8 (PH I) Traffic Counts (Quality Counts, LLC) $5,200.00 See attached AS-1 (PH 1) Allowance for Additional Services $25,000.00 Limiting Amount TOTAL $325,499.81 *Note: Compensation should match the Task, Activities, and/or Deliverables identified. Phase 1I: Consultant shall perform the Work detailed in this Proposal for a Total fee of $690,881.88. The City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation beyond this Page 116 THE CORRADINO GROUP amount. Said fee includes an allowance for Reimbursable Expenses required in connection with the Work, which shall not exceed $212,068.16. Said Reimbursable Expenses shall be used in accordance with the Agreement Provisions and shall conform to the limitations of Florida Statutes § 112.061. SUMMARY OF COMPENSATION* Task, Sub -task, or Activity ID # Major Task Name and/or Activity Description Fee Amount Fee Basis 1 Phase I Submittal (30% Plans) $99,369.28 Lump Sum (30%) 2 Phase II Submittal (90% Plans) $198,738.54 Lump Sum (90%) 3 Phase IV Final Submittal (100% Plans) $16,561.55 Lump Sum (95%) 4 Final Plans $16.561.55 Lump Sum (100%) Subtotal — Professional Fees $331,230.92 Lump Sum AS-1 (PH II) Allowance for Additional Services $10,000.00 Limiting Amount AS-2 (PH 11) Subordination of Easements Coordination & Sketches $ 5,000.00 Limiting Amount AS-3 (PH 10 Allowance for Post Design Services $20,000.00 Limiting Amount AS-4 (PH 11) CEI Services $112,582.80 Lump Sum RE-1 (PH II) Public Involvement (Magbe) $29,465.45 Monthly Limiting Amount RE-2 (PH 11) Drainage (Ribbeck Engineering, Inc.) $60,762.37 Lump Sum RE-3(PH II) Environmental (CECOS) $20,458.78 Limiting amount RE-4 (PH 11) Lighting (Trace Consultants, Inc.) $53,502.56 Lump Sum RE-5 (PH II) Landscaping (Miller Legg) $36,091.52 Lump Sum RE-6 (PH-11) Geotechnical (Tierra South Florida) $11,787.48 Lump Sum TOTAL $690,881.88 *Note: Compensation should match the Task, Activities, and/or Deliverables identified. ** Billable on a monthly upon percent (%) completion VI. ADDITIONAL SERVICES The City may establish an allowance for additional services requested by the City and for unforeseen circumstances, which shall be utilized at the sole discretion of the City. Additional Services AS-2 (PH II) Subordination of Easements Coordination (with prior approval from the City) (Limiting Amount) Includes the following: • Identification of where the easements are needed • Coordination with UAO's for relocation if easements are required • Creation of public outreach sketched • Creation of legal descriptions and sketches for recording by Miami -Dade County Page 17 THE CORRADINO GROUP AS-3 (PH II) Post Design (Limiting Amount) Includes shop drawing reviews, responding to RFI's, plan revisions (not involving errors or omissions) and a pre -construction and pre -bid meetings. Includes "Engineer Letter of Certification" upon receipt of letter of satisfactory completion of all items on the City of Miami Public Works punch list, upon receipt of weekly construction field reports and upon receipt of final Contractor As -built (necessary for final acceptance of the project by City of Miami Public Works). Does not include construction engineering inspections (CEI). AS-4 (PH II) Construction Engineering Inspection (Lump Sum) Corradino proposes to provide the services identified below for the project entitled "La Pastorita Neighborhood Project". Our proposal includes the following services: 1. Assistance with bidding services: Our staff will provide support and assist the City with the selection of the Contractor for this Contract. We will review bids, produce bid tabulations and conduct contract requirements verifications in coordination with the City. 2. Coordination: Our staff will coordinate all activities, correspondence, reports, and other communication related to the Services with the City's Project Manager, the Contractor and Utility Agencies. Upon request this information will be made available to the Construction Program Manager. 3. Our staff will provide verification testing and inspection for the assigned Project, as specified in FDOT's standard specifications, and the City of Miami Standards unless otherwise directed. Our Team will perform all services necessary to properly coordinate the activities of all parties involved in completing the Project. These include maintaining complete and accurate records of all activities and events relating to the Project; properly documenting all significant Project changes; interpreting plans, specifications, and construction contract provisions; making recommendations to the City to resolve disputes; maintaining an adequate level of surveillance of Contractor activities and keeping daily logs with pictures. 4. Meetings: Our staff will host regular weekly meetings for the Project in accordance with City procedures. We will provide a complete and concise record of these meetings and distribute copies of the meeting minutes to the all participants and other required parties. 5. Contractor Monitoring (12 months duration assumed at 40 hrs/week): We will monitor the Contractor's work and assure that the Contractor is conducting daily inspections and preparing reports. Our staff will diligently monitor all applicable permit conditions. Our Team will monitor the Contractor's on -site construction activities and inspect materials as required to assure that the work is completed in reasonable conformity with the plans, specifications, and other Construction Contract provisions. This shall include, without limitation, documenting activity observed and making note of deficiencies and issues requiring resolution; noting construction deficiencies and punch list items; making photograph or video records of construction as deemed necessary, and labeling and logging photos and videotapes. 6. Administration of Changed Work: Our Team will review and track changes from initiation through completion. Also perform estimate cost and time impacts, and assist with negotiation of changes in contract time and cost. We will prepare change orders and provide recommendations to incorporate changes within Contract Documents when granted. Our review includes review of claimed additional costs and time extensions. Our staff will evaluate Project on a continual basis Page 118 THE CORRADINO GROUP to determine when changes are required. We will also review as -recorded drawings to verify changes in work are reflected as applicable. 7. Schedule Review: Review of the Contractor's baseline schedule and any subsequent revisions for compliance with contract requirements. 8. Problem Resolution: Our staff will analyze problems that arise on the project and proposals submitted by the Contractor, prepare and submit recommendations to the City's Project Manager, and process the necessary paperwork. 9. Payment Review: Produce reports; verify quantity calculations, and field measure for payment purposes as required. 10. Traffic Control: perform reviews of Work Zone traffic control plan design, implementation, and inspection of maintenance of traffic schemes and devices in work zones to assure they are in accordance with the City's requirements. 11. Public Information: Will provide public information support to the City and assist in managing inquiries from the public, public officials, and the news media. 12. Construction Diary: Maintain both a detailed electronic and hard copy diary with accurate records of the Contractor's operations, quantities, testing data, and of significant events that affect the work. 13. Final Completion: Our staff will furnish written notification of the start of the warranty period to define for all parties the ending date of the period for which the Contractor is responsible for repairing deficient project materials and equipment. Will receive and review the Contractor's required final completion submittal. Also develop final completion submittal checklist that will be used to verify that all required documents are complete and in compliance with Contract provisions. We will coordinate, attend and conduct the final inspection meeting and physical walk- through of the Project. Our Team will fully support the City performing final inspections and reviewing requests for final payment. The following services are not included in our basic services: VII. DATA PROVIDED BY CITY The following information or documents are to be provided by the City, if available: • Right -of -Way Maps and Street Atlas • Drainage As -built Information • City Drainage Masterplan • City Landscape Masterplan (Includes tree survey and canopy information) • GIS Standards/Guidelines • Landscaping Guidelines • Bicycle Masterplan Page 119 THE CORRADINO GROUP VIII. PROJECT MANAGER CONSULTANT'S Project Manager for this Work Order assignment will be Carlos Verson, P.E. Submitted by: Cecilia Villoria, P.E. The Corradino Group, Inc. Reviewed and approval in concept recommended by: L. Diane Waters, P.E., M.S. Project Manager Page I20 La Pastorita Neighborhood Roadway Improvements Study RFQ No. 17-18-027 PHASE I Wednesday, April 24, 2019 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project Protect No 6. Consultant Name The Corradino Group Contract No onto! consulante pier nwnbe: Date 5/3/2019 Esunalor Edward Ng/Gonad Bolden Cecilia Valona Descnplon Traffic St dy/Planniri, Phase Tasks STAFF CLASSIFICATION Job Classification Staff Applloable Rah Work Activity Sr. Project Rate: Men ,...Mr. Manager $61.50 Cosy Activity Senior PlannerlSR Eng Rale: 546.38 Man bows ICosV Mtily Staff PlannarlProlact Rate: Man low6 Eng 534.14 Coat/ AciMlY Rate: Man tows COW Activity Rate: Man burs Cost/ Activity Rate Man hews Co N:WiIy Rate: Man bows Rale: Man CoW Anaw1Y jaurs Cosy AatintY Man (tours Rate: Man japrs Cosy A<tlw1Y Rale: M Itoula Cost/ Actively Stan Hours By Activity Salary Cost By Activity Average Rate Per Task Cost/ AO 1 14ck-Oft Meeting 2 5124 j 2 $68 4 $152 $479/ 2 Charlotte 1 2 $124 I86 2 588 _ a--- 8 537'/ 547 19 3 Chanane 2 2 5124 4 1 $186 2 $68 fj 8 5377 547 16 4 Cla1rette 3 2 5124 4 7-5186 2 568 I --'�-� 8 3� 3377 ' 547 ld 5 Data Collection - Meabnga 4 r-5198 4 $166 546:1tl 6 Data Collection - Site Wait 8 i 5371 8 5273 1 16 $644 $4026 7 Data Collection - Tra0n Counts 4 1 $188 16 5546 20 $36 58 63B22 B Data Colle<bon- Parking 8 _I 5371 18 $546 _ 24 _5732_ $917 y 9 Data Collection - Es Cond Tech Memo 2 5124 16 t 5742 24 5819 liiil 42 $1.665 - 5412 12 10 Study Nee Evaluation - Opereonai Analysis 1 562 16 I 5742 40 51,366 f 57 4�--� 1 $2,169 �y 51.525 y- 53806 _- 53720 _- $37 55 11 Study Area Evaluation- Saiaty Analysis 1 562 6 / 5377 32 51,O92 12Study kvwEvaluation -Pad Facilities Analysis 1 $62 88 1 5371 _ 24 5819 _ j 33 61.252 13 Study Area Evaluation - Transit Facilites Analysis 1 562 8 5371 8 $273 i 17 $706 641 53 14 Study Araa Evaluation- Parking bamboos Analysis 1 562 8-75371 16 $546 25 5979 $3916 155tudy rhea Evaluation - Bicycle Fealties Analysis 1 $62 4 I 5186 8 5273 13 6620 54003 18 Sturdy Area Evaluation - Conldur/Conta3 Dogs/Maps 1 $62 16 i 5742 32 $1,092 49 51.896 $38 /0 17 Studyrhea Evaluation- Master Design Files 1 562 16 I 5742 32 51,092 49 51.896 53870 18 Studyrhea Evaluation- Issues/Del Tech Memo 1 562 16 , $742 32 $1,092 j 49 51.596 638/0 19 Oa6S, Ahem.. • T1a6o Calming 1 562 8 5371 16 $546 25-_~— 5979 $3916 20 Design Alternative Pod Facilities 1 562 8 $371 16 $546 25 $979 63916 21 Design Altainanve • &Luag & Marking 22 Damon Alternative - Lighting 1 _ 1 562 8 1 5371 8 5273 17 17 W $706 u 5706 �� 541 53 $41 53 662 6 $371 8 5273 23 Design Alternative - U6 Conlg 5 Control 1 $62 8 4 $377 16 5546 25 6979 639 16 $41 53 24 Design Altemabve - Landscaping 1 $62 8 I $371 8 5273 17 5706 25 Design AternalNe - Pinking 1 $62 8 $377 6 $273 j 17 $706 $47 53 26 Design Allemawe - Typical Sections 1 $62 12 $657 1 24 5819 37 51436 538 86 27 Design Nlerratne - ROW 1 562 8 $371 8 5273 17 5706 $41 53 28 Design Alternatve- Pan/Prohle 1 $62 8 $371 16 5518 1 25 $979 $3916 29 Dealgn Al1ernaWe- Engineers Opinion al Probable Cost 1 562 12 1557 32 51.092 45 51,711 13802 30 Report (Phase 0 — -- 1 662 12—i_ 5557 40 51.356 53 51,984 53743 31 Preferred Atarnaliva Conceptual Plans 1 $62 18 $742 32 51,082 1 • 49 ITEM 53870 31 Design Group 540 94 32 Project Management, Pr0gree6 Meetlgs, Mac Meetings —1 20 1 $928 16 5546 36 $1.474 33 Mares 8 1 6371 16 5548 - ( 24 5917 63822 Total Staff Hours 32 304 I 560 895 Total Staff Cosi 51,97760 1614,09952 S19.111340 1 $35,195,52 639.20 Total % of Wora by Position 36% 339% 625% 55TIMATF OF SURVEY CREW COSTS 3- man Survey Clow crew days at 4-man Survey Craw crew days at /day = 5 /day = $ Notes t TNs sheet is to be used by Prime Consuikint to calculate the Grand Total Fee 2 Manually enter lee Irons each subconsullant Unused subcoloulanl rows may be hidden 3 The basis for work acllwry dascrp0ons s1311 bo the FILE/FDOT Standard Scope and Staff How Estimation Handbook 1 -SUBTOTAL ESTIMATED FEE: Subconsuian Biscayne Engineering. Inc Subwnsulan. CECOS Subwnsulan Quality Counts, LLC Subwnsulan Miser Legg Subwwrsuan. Magbe Subcunsullan Hibback Engineering. Inc Subwnsulaan TIEHRA. Inc Subwnsulan Trace Consultants, Inc 2- SUBTOTAL ESTIMATED FEE: Geolech/aral hold and Lab Tasting Survey Fee for Survey Crew Fuel Other Misc Fen Enter Fos Dese,lptlon 3 -SUBTOTAL ESTIMATED FEE: Additional Sow.. (Allowance) Raunbursables (Atom...) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) E 6102,087.01 560.973 43 $23 211 46 55,20000 522.888 34 521288 66 $20.602.82 $24.03841 517.229 68 5300,499.81 ! 5300,488.81 525.00000 $326,499.51 Project Activity 3: General Tasks Estimator: Cecilia Villoria Task No. Task Units No of Units Hours / Unit Total Hours 3.1 Public Involvement LS 1 0 0 3.2 Joint Project Agreements EA 1 0 0 3.3 Specifications Package Preparation LS 0 0 0 3.4 Contract Maintenance LS 1 8 8 3.5 Value Engineering (Multi -discipline Team) Review LS 0 0 0 3.6 Prime Consultant Project Manager Meetings LS 1 7 7 3.7 Post Design Services LS 1 0 0 3.8 Other Project General Tasks LS 1 0 0 3. General Tasks Total 15 Corradino_StaffHourEstimate - La Pastorita- Phase I- Design Group_REVISED 043019.xls 3. Project General Task Page 3 of 8 4/30/2019 Project Activity 3: General Tasks La Pastorita Neighborhood Roadway Improvements -Phase I (Design Group) Comments See Below Corradino_StaffHourEstimate - La Pastorita- Phase I- Design Group_REVISED 043019.xls 3. Project General Task Page 4 of 8 4/30/2019 Estimator: Cecilia Villoria Project Activity 4: Roadway Analysis La Pastorita Neighborhood Roadway Improvements -Phase I (Design Group) Task No. Task Units No of Units Hours / Unit Total Hours Comments 4.1 Develop Alternatives Typical Sections LS 1 3 3 4.2 Pavement Design Package LS 1 0 0 4.3 Access Management LS 1 0 0 4.4 Horizontal /Vertical Master Design Files LS 1 11 11 4.5 Cross Section Design Files LS 1 0 0 4.6 Traffic Control Analysis LS 1 0 0 4.7 Master TCP Design Files LS 1 0 0 4.8 Design Variations and Exceptions LS 1 0 0 4.9 Design Report LS 1 0 0 4.10 Computation Book & Quantities LS 1 0 0 4.11 Cost Estimate LS 1 2 2 3 alternatives 4.12 Technical Special Provisions LS 1 0 0 4.13 Other Roadway Analysis LS 1 0 0 Roadway Analysis Technical Subtotal 16 4.14 Field Reviews LS 1 0 0 4.15 Technical Meetings LS 1 0 0 4.16 Quality Assurance/Quality Control LS % 0% 0 4.17 Independent Peer Review LS % 0% 0 4.18 Supervision LS % 0% 0 Roadway Analysis Nontechnical Subtotal 0 4.19 Coordination LS % 0% 0 4. Roadway Analysis Total 16 Corradino_StaffHourEstimate - La Pastorita- Phase I- Design Group_REVISED 043019.xls 4. Roadway Analysis - Page 5 of 8 4/30/2019 Estimator: Cecilia Villoria Project Activity 5: Roadway Plans La Pastorita Neighborhood Roadway Improvements -Phase I (Design Group) Task No. Task Scale Units No. of Units Hours / Unit No. of Sheets Total Hours Comments 5.1 Key Sheet Sheet 0 0 0 0 5.2 Summary of Pay Items -including Quantity Input Sheet 0 0 0 0 5.3 Drainage Map Sheet 0 0 0 0 5.4 Interchange Drainage Map Sheet 0 0 0 0 5.5 Typical Section Sheets Sheet 6 1.15 0 7 3 alternatives @ 2 typicals each 5.6 General Notes/Pay Item notes Sheet 0 0 0 0 5.7 Summary of Quantities Sheet 0 0 0 0 5.8 Box Culvert Data Sheet Sheet 0 0 0 0 5.9 Bridge Hydraulics Recommendation Sheets Sheet 0 0 0 0 5.10 Summary of Drainage Structures Sheet 0 0 0 0 5.11 Optional Pipe/ Culvert Material Sheet 0 0 0 0 5.12 Project Layout Sheet 0 0 0 0 5.13 Plan/Profile Sheet Sheet 0 0 0 0 5.14 Profile Sheet Sheet 0 0 0 0 5.15 Plan Sheet Sheet 0 0 0 0 5.16 Special Profile Sheet 0 0 0 0 5.17 Back of Sidewalk Profile Sheet Sheet 0 0 0 0 5.18 Interchange Layout Sheet Sheet 0 0 0 0 5.19 Ramp Terminal Details (Plan View) Sheet 0 0 0 0 5.20 Intersection Layout Details Sheet 0 0 0 0 5.21 Miscellaneous Detail Sheets Sheet 0 0 1 0 Corradino_StaffHourEstimate - La Pastorita- Phase I- Design Group_REVISED 043019.xls 5. Roadway Plans Page 6 of 8 4/30/2019 Project Activity 5: Roadway Plans Task No. Task Scale Units No. of Units Hours / Unit No. of Sheets Total Hours Comments 5.22 Drainage Structure Sheet (per Structure) EA 0 0 0 0 5.23 Miscellaneous Drainage Detail Sheets Sheet 0 0 0 0 5.24 Lateral Ditch Plan/Profile Sheet 0 0 0 0 5.25 Lateral Ditch Cross Sections EA 0 0 0 0 5.26 Retention/Detention Ponds Detail Sheet Sheet 0 0 0 0 5.27 Retention Pond Cross Sections EA 0 0 0 0 5.28 Cross-section Pattern Sheet Sheet 0 0 0 0 5.29 Roadway Soil Survey Sheet Sheet 0 0 0 0 5.30 Cross Sections EA 0 0 0 0 5.31 Traffic Control Plan Sheets Sheet 0 0 0 0 5.32 Traffic Control Cross Section Sheets EA 0 0 0 0 5.33 Traffic Control Detail Sheets Sheet 0 0 0 0 5.34 Utility Adjustment Sheets Each 10 1 10 10 Includes development of the master utility file ( UTEXRD) @ 5 hours/ utility (No Plan sheets) 5.35 Selective Clearing and Grubbing Sheet 0 0 0 0 5.36 Erosion Control Plan Sheet 0 0 0 0 5.37 SWPPP Sheet 0 0 0 0 5.38 Project Control Network Sheet Sheet 0 0 0 0 5.39 Interim Standards LS 0 0 0 0 5.40 Utility Verification Sheet (SUE Data) Sheet 0 0 0 0 Roadway Plans Technical Subtotal 11 17 5.41 Quality Assurance/Quality Control LS % 0% 0 5.42 Supervision LS % 0% 0 5. Roadway Plans Total 11 17 Corradino_StaffHourEstimate - La Pastorita- Phase I- Design Group_REVISED 043019.xls 5. Roadway Plans Page 7 of 8 4/30/2019 Estimator: Cecilia Villoria Project Activity 7: Utilities La Pastorita Neighborhood Roadway Improvements -Phase I (Design Group) Task No. TASK Units No of Units Hours / Unit Total Hours Comments 7.1 Kickoff Meeting LS 1 0 0 7.2 Identify Existing UAOs LS 10 1 10 1 hr/utility , 10 Utilities 7.3 Make Utility Contacts LS 10 1 10 1 hr/utility , 10 Utilities (First Contact) 7.4 Exception Coordination LS 1 0 0 7.5 Preliminary Utility Meeting LS 1 0 0 7.6 Individual/Field Meetings LS 1 0 0 7.7 Collect and Review Plans and Data from UAO(s) LS 10 3 11 10 Utilities 7.8 Subordination of Easements Coordination LS 1 0 0 7.9 Utility Design Meeting LS 1 0 0 7.10 Review Utility Markups, Work Schedules, Processing of Schedules and Agreements LS 1 0 0 7.11 Utility Coordination / Followup LS 1 0 0 7.12 Utility Constructability Review LS 1 0 0 7.13 Additional Utility Services LS 1 0 0 7.14 Processing Utility Work by Highway Contractor (UWHC) LS 1 0 0 7.15 Contract Plans to UAO(s) LS 1 0 0 7.16 Certification/Close-out LS 1 0 0 7.17 Other Utilities LS 1 0 0 7. Utilities Total 31 Corradino_StaffHourEstimate - La Pastorita- Phase I- Design Group_REVISED 043019.xls 7. Utilities Page 8 of 8 4/30/2019 ESTIMATE OF WORN EFFORT AND COST • PRIME CONSULTANT P owe La Paalollla Nulohbol hood Roadway ln,Provarmnla Study 8.1816u8 Pi uluol Nu. 17-103010 I01/11281 I ulwtlluL144Sluvy lapea1ulllu 105)00lwod STAFF CLASSIFICATION Corlaull oll Mono 8/0991rru Ee01614rbltl Cu. CwNe11 (lulu 4124/2013 En111uu1u1 MIM, Ba1(Nulornew Job CIa,MOc2I/Vu Slap Appl cablu Rule Work ActivityIf lu akl Iulw900Ll:Swvuy 65 LWlu0IWl JUYIN 11w6uJn 2 vuuuwl and ImusllWlw:6011 3Nylll ul way 000000 Ftelact Managyi Mika ElarMolulouw Halo 545,67 Man VW" WI.: WI.: I BW : S:wS B00 530 Suivayot ANegri. Rat M I...!CoaVMllvgy N.0 12U & Moppo/ : CABO Tadholcion I A Raldollat 543.26. I Halo. 526 75 Man l,uaV Aclivlly Iwu1a 1 31,93b I lOZ ! 33.914 361V I 2U 3516 Poultion4 N le. 'I'''" Iwwo Poolliun 5__ llama Rat M GO-..tirdy-- 1--AciroXy-- Iuuula Posilion Rat M Ilwla 8 IT 4.5 :N31s. CoWAuluwly; Position Muuu bwuv 1 T I Stiff H Sy j CueVMarvd- Aa11v11Y ! I6/ • ` 40 `I Salary Coat By Activity 50.618 31.30 - AvaraOu Rol, Per Taek SZU.W 53 01 41 o0u8un ut 611u0Lnaa. u0Prua l/00*,. a 1,0,0820pur d8Y) 4W 5103 100 5433 60 51288 i I 04 31.W3 328/3� 5 13 I i _ ., ..... _. _. ... .. . _.. I{ I i 12 la IS tl i ' I! tl i • 1. ! f lU i I I I • • zB ! _. _--------- f 22 21 24 _T. _.__ 1 i i j {I- { i ,..- Ztl j ...._.. _...._ 1 i- _4 --•1 Telal Stag lluula i 2U I 4U j 222 i— 1 I zBU Total Stoll Coat I 591340 31 L6990 j S5J106 3.618.98 325.85 Tula!'/, ul Mask by Poalllun 60% 0L% Erl']/MAl I t:F jaktymuniti ore 10 J ••u1u11:IurPaly 31,U 61 uw Our: al 59/232 /Jay F $ 36,976.84 ___ - Uaw 1•m IY. ouw dap41 .1 Jay _ Nul a 1 1616 aluwl H W Lu IuuU by Plunu Cwruulluul lu cllu,Lrlu ILu G1ulI11 Tulul I uu 2 MoruuJly NUN No luau uuaL Ulla.wmulWrul I1100a vu4:urmaM1111uwa may La 61006 :IIllu lrmle lul y-vlh uclwdy Juvu1p111nu e11utl Lu111u 111:F/I I N 1I S1anOoll S,:ulw 3161 51311110i EoOul/IFnl IIn11J4uuk 1 -SUBTOTAL ES1!MATED FEE: Pnulllpllur 20) SYlwwuaWMnl. SUN 1 multaiii 5.62 alltonl. SUL3 Sul•wlmul1u111. SU54 SULruruullunt Sub 2 • SUBTOIAL ESTIMATED FEE: 524,892.59 Guolu:hnic'al FwM uurl IuL 1011110 Sul way 10611 So WV/3614 Fw) 5 36.0/584 011wu Mm6 Fuu Lulu. Fuu 11.4.0 wr1 3-9U8101 AL ESTIMATED FEE: 560,973.43 A70163:31 Sul v4:ue 1Aduw367,31 GRAND 101A1 E51IMATE0 FEE: S80,9T3.43 524,99/ 69 November 13, 2018 (Revised 4/23/19) The Corradino Group 4055 NW 97 Avenue Miami, FL 33178 Attention: Ms. Cecilia Vittoria, PE BISCAYNE ENGINEERING Phone: (305) 594-0735 Cell: (305) 975-3170 Fax: (305) 594.0755 Emai: cvilloria@corradino.com PROPOSAL RE: PROFESSIONAL SURVEYING & MAPPING SERVICES @ B-183608 LA PASTORITA NEIGHBORHOOD Dear Ms. Vittoria, Thank you for your interest in Biscayne Engineering Company, Inc. In response to your recent request for surveying services on the above -mentioned project, please accept the following proposal for your review and consideration. I. Scope of Services: Phase 1: Biscayne Engineering Company, Inc. (BE) shall provide a Topographic Survey of the Survey Limits as shown on sketches provided by client (See Attachment "A" for Biscayne Engineering Scope). Project Length =11,349 L.F. ±. Bounding Streets are: S.W.11th (north), SW 16th Street (south), SW 37th Avenue (west), and SW 34th Avenue (east). Locations: • SW 37th Avenue at the intersections of SW 12 Street, SW 13th Street, SW 13th Terrace, SW 14't' Street, and SW 15th Street. Refer to NOTE 2 below and Attachment "A" for more details about the survey limits on bounding streets. (625' LF) • SW 36th Avenue from SW 11th Street to SW 16th Street: (1,652 LF) • SW 35th Avenue from SW 11 m Street to SW 130 Street: (520 LF) • SW 34th Avenue from SW 11th Street to SW 16th Street. (1686' LF) • SW 12th Street from SW 37th Avenue to SW 34th Avenue: (1,325 LF) • SW 13th Street from SW 37th Avenue to SW 34"t Avenue: (1,314 LF) • SW 13th Terrace from SW 370 Avenue to SW 34th Avenue: (1,319 LF) • SW 14th Street from SW 37th Avenue to SW 34th Avenue: (1,339 LF) • SW 15th Street from SW 37th Avenue to SW 34th Avenue: (1,319 LF) • SW 16th Street at the intersection of SW 36th Avenue and SW 34th Avenue. Refer to NOTE 2 below and Attachment "A" for more details about the survey limits on Bounding Streets: (250' LF) • SW 36th Court from SW 11 ri Street to SW 12th Street (243 LF) CORPORATE HEADQUARTERS 529 West FtagterStreet. Miami. FL 33130 Tel 3C5 324 7671 Fax 3C5 324.0809 INSPrif.7 MLA ;Uzi: • 5r. _.:E?9 www.eiscayneEngineering corn Into tielscayneEngineering com PALM BEACH BRANCH 449 NW 35' Stroot. Boca Raton. FL 33431 Tel 561-603 2329 Fox 561 609 2317 THE CORRADtNO GROUP Topographic Tasks Shall Include: 1. All above ground utilities/structures: curbs, poles, water meters, wells, mail boxes, parking meters, decorative pavement/driveways fences, curbs and gutter, fire hydrants, pull boxes, manholes, street signs and any other above ground improvements, within the Survey Limits. • Include irrigation within the public right-of-way within the survey limits (City needs to mark) (For Survey Limits See Attachment "A") (BE recommends City of Miami to mark). • Locate existing pavement markings within the survey limits (For Survey Limits See Attachment "A"). 2. Obtain cross sections at 25' intervals. Each cross section shall include elevation at crown of road, edge of pavement, front of walk, back of walk, driveways and ramps and center of swale. 3. BE will show property lines and house address numbers, per Miami -Dade County property appraiser parcel information. 4. Lot Lines, roadway centerline, monument lines and right-of-way lines (per record plats and/or municipal Atlas Sheets), including bearings and dimensions, right-of-way width and centerlines. 5. Survey shall include any visible areas of ponding. 6. Obtain Rim and Invert elevations including structure bottom of Storm/Sanitary Sewer Structures, pipe sizes, directions, material of all drainage and sanitary structures within the Survey Limits. 7. Locate front of buildings, Building Base Line will be shown as per City of Miami Atlas Sheets. 8. BE will show the location of trees (but will not identify the type, height, and spread within the survey limits (See Attachment "A"). Biscayne understands that this information will be collected under contract "Southwest Streetscape and Street Tree Master Plan Services RFQ-16-17-006" as part of the environmental site analysis, however Biscayne will not have direct access to this data). 9. Provide Topographic Survey 5' into private property depending on accessibility and property owner consent. 10. Digital Terrain Model (DTM). 11. Prepare Project Network Control Sheets (showing calculated baseline and random Project Control Monuments). Begin and end of baseline will be set. Project will be georeferenced into the NAD 1983 HARN State Plane Florida East FIPS 0901 Feet (Horizontal) and City of Miami Datum (Vertical). NOTES: 1. THIS IS NOT A BOUNDARY SURVEY. 2. SURVEYS ALONG PROJECT BOUNDING STREETS SHALL EXTEND 25' FROM PC'S IN ALL DIRECTIONS AT INTERSECTIONS, NEED TO EXTEND UP TO THE CENTERLINE OF DOUGLAS ROAD AND THE NORTH SIDE OF SW 11Th STREET (NORTH RETURN) (SEE ATTACHMENT "A"). EXCLUSIONS: • Underground Utilities will not be located. • Manhole Connections. • Title Work, Table "A" Options, and FEMA Flood Certificate will not be considered. • Boundary Survey. 2 THE CORRADINO GROUP DELIVERABLES: • 4 Signed and Sealed copies of the Topographic Survey (24" X 36"). • Signed and Sealed PDF version of the Topographic Survey. • CAD File. • Digital Terrain Model (DTM) in digital format (XML File). NOTE: SKETCH AND LEGAL DESCRIPTION FOR EASEMENTS: • FOR PHASE 2 IF REQUIRED SKETCH TO ACCOMPANY LEGAL DESCRIPTION, WOULD BE PERFORMED AT A RATE OF $450.00 EACH. NOTE: • Surveyor to advise if any storm sewer structure elevations cannot be obtained dut to sediment build-up, so City can request cleaning. Surveyor to attempt to re -collect elevations after cleaning. II. Cost Estimate: Special conditions that affect the cost are as follows: Excessive number of baseline points to be set (21 ±) due to the number of crossing baselines, the location of face of buildings, safety concerns especially along Douglas Road (SW 37th Ave), additional tree information, number of drainage structures (179 ±) to be located and detailed. Services described in Section I. above, (Scope of Services), shall be provided by Biscayne Engineering Company, Inc. for a fee of $60,973.43. NOTE: • This proposal is limited to the Scope of Work described herein. Any other services that may be needed on a later day will be negotiated separately. III. General Conditions: 1. Written authorization to proceed is required. If acceptable, please execute this proposal and return it to us (by fax or mail) fax: (305) 324.1700 or (305) 324-0809. 2. Payment is due in full upon completion/delivery. In the event that client fails to pay surveyor within thirty (30) days from date of invoice, or the surveyor finds the survey conditions significantly different than originally agreed upon or that adequate site access is not provided, the client agrees that the surveyor has the right to consider these actions or non -actions to be a total breach of this contract. Upon written notice to the client by the surveyor, the responsibilities and obligations of this contract are terminated. The client in such case shall be obligated to pay the surveyor for all services rendered to that point in time. 3. This is a professional service agreement based on fixed scope of services. Additional service requires additional cost estimate and new agreement. It is a good faith estimate based on Biscayne Engineering's experience performing this type of work. 4. Upon signature of proposal, client agrees to the location of the property as described in Attachment "A". 5. This proposal is valid for 30 days from date first above written. 3 THE CORRADINO GROUP We truly appreciate the consideration you have shown our company in your request for surveying services. We will constantly strive to meet and exceed your expectations while adhering to the strict requirements, which govern our profession. Respectfully submitted, BISCAYNE ENGINEERING COMPANY, INC, Mike Bartholomew, PSM President AUTHORIZATION Written authorization to proceed is required. If acceptable, please footnote this proposal and return it to us (by fax or e-mail) fax no: 1305) 324-1700 or f305) 324-0809, E-mail: info@biscayneengineerinq.com Name Title Signature Date Company 4 La Pastorita Neighborhood BISCAYNE ENGINEERING .?% • • `V.. • 1 11 • ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: La Pastorita Neighborhood Roadway Improvements - Phase 1 Project No.: B- Description: Consultant Name: CECOS Contract No.: enter consultants proj. number Date: 4/24/2019 Estimator: MC, WC STAFF CLASSIFICATION Job Classification Staff Applicable Rate Work Activity . Position Principal Rate: Man hours 1 $62.07 CosUActivity Position Sr. Project Rate: Man hours 2 Manager $61.80 CosUActivity Position 3 Sr. Eng/Scientist Rate: $46.38 Man `r (CosUActivity hours Position Protect Eng/Scientist Rate: Man hours 4 $34.14 CosUActivity Position CADD/GIS Rate: Man hours 5 $25.75 CosUActivity Position Rate: Man hours 6 name CosUActivity Position Rate: Man hours 7 name COW Activity Staff Hours By Activity Salary Cost By Activity Average Rate Per Task 1 Contamination Screening visit review -:,•Naar --_ ,, 4 23 32 86 $173 $43.32 2 a) Conduct preliminary desktop review 3 b) Perform contamination screening field 4 c) Perform file reviews, aerial history sites) 5 Prepare CSR (draft & final, and OC) 6 3 $139 1 $34 2 2 12 1 2 $62 $124 ii 1 1 4 $62 $62 $247 10 24 60 $464 $1,113 $2,783 10 4 $341 $137 i $273 $52 $919 $39.93 $44.53 $43.44 $61.80 $61.80 $61.80 $56.75 $55.73 (up to 8 $52 $309 $1,425 $3.736 $247 - — ._ - $247 $247 $341 $669 --- 7 Coordination/Meeting Attendance 8 a) SFWMD or DRER (1) 4 . . -- _.. 4 4 $247 9 b) City of Miami (1) — 2 4 $247 10 c) Unscheduled public mtgs (1) — — 11 d)Team mtgs/conf calls (2) 12 e) Misc coordination. PM 13 14 — --- -- $124 $248 4 $247 4 6 12 — . 2 $124 2 $93 --_ $34 4 4 $247 3 $139 1 -- — 2122 23 24 25 — — — 26 27 Total Staff Hours 9 24 102 24 16 175 $8,003.95 $45.74 Total Staff Cost $558.63 $1,483.20 $4,730,76 $819.36 $412.00 otal %of Work by Position 5,1% 13.7% 58.3% 13.7% 9.1% 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 Miaml. C.I,P For 117 Qaated 0/24/09. Revised 11/20/12 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: 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $23,211.46 $23,211.46 $23,211.46 $23,211.46 April 24, 2019 Rev #3 Ms. Cecilia Villoria, PE The CORRADINO Group 4055 NW 97th Ave. Miami, FL 33178 Re: Environmental Services Proposal (Second Revision) City of Miami La Pastorita Neighborhood Roadway Improvements - Phase 1 Services Dear Ms. Vitoria: Cyriacks Environmental Consulting Services, Inc. (CECOS) is pleased to submit this revised proposal to provide environmental consulting services as a subcontractor to The Corradino Group for the City of Miami La Pastorita project. According to the RFP, the purpose of the project is to promote pedestrian friendly roadways and neighborhood beautification. The project limits are bounded by SW 11th Street to the north, SW 16th Street to the south, SW 34th Avenue to the east and SW 37' Avenue to the west. These revisions are based on the most recent City comments. Per direction by the City of Miami, this scope only involves conducting a contamination screening evaluation of the project area and to coordinate potential contamination concerns with the engineers to guide the development of engineering concepts. This evaluation is proposed during Phase I. Phase 1 Scope of Work Task 1- Contamination Screening Evaluation CECOS will complete a Contamination Screening Evaluation for the road's right-of-way within the project corridor. The Contamination Screening will document existing, adjacent, parcel conditions and identify potential contamination sources that could potentially impact the project within 500 feet of the project area except for superfund and solid waste facilities which extend out mile. Our proposed scope involves the following: • Perform a corridor review and create a photographic record to document existing conditions. • Perform site specific regulatory file reviews. • Perform a historical aerial review. • Prepare a summary report. GIS data produced as part of this study will be in NAD-1983-HARN-State Plane. Florida. East. FIPS 0901-Feet. GIS data will be compatible with ARCGIS 10.X and in ARCGIS Geodatabase format. ARCGIS layers will provide sufficient metadata to fully define the data its limitations, purpose, intended uses, origin, and contact information for further information. All abbreviations will be explained and all attribute field shall be stored as an appropriate data type with sufficient length to be understandable and permit future analysis (i.e. numerical values shall be stored as appropriate numerical types, dates as date type, etc.). Cyriacks Environmental Consulting Services, Inc 3001 SW 15th Street, Suite B Deerfield Beach, FL 33442 954.571.0290 Fax: 954.571.7112 Ms. Cecilia Villoria, P.E. Environmental Services Proposal April 24, 2019 Task 2 — Coordination/Meeting Attendance CECOS will coordinate with client, via telephone and email. This task includes attendance at up to five (5) meetings/conference calls: 1- South Florida Water Management District (SFWMD) or Miami Dade County Regulatory and Economic Resources (DRER), 1 — City of Miami, 1 — Unscheduled public meetings, at the City's direction and 2- Team meeting/conference calls. This task also includes internal coordination and project management. Phase I Estimated Fee The Phase 1 lump sum fee (labor and expenses) to complete this work is $23,211.46. We appreciate the opportunity to provide these services to you. Please contact me or Mark Clark at the number below if you have any questions or need additional information. Very truly yours, Cyriacks Environmental Consulting Services, Inc. Weir`((' Cr/0k President Attachment - Staff hour estimate Cyriacks Environmental Consulting Services. Inc 3001 SW 155h Street. Suite B Deerfield Beach, FL 33442 954.571.0290 Fax: 954.571.7112 2 ESTIMATE OE BILL TO : Corradino Group 278 Franklin Road, Building IV, Suite 238 Brentwood,TN 37027 (615) 372-6972 C_ ENT PROJECT =: ESTIMATE DATE :3/31/2019 ORDER DATE : 11/13/2018 Quality Counts • FLA:FL ORDER No PROJECT NAME PAYMENT TERMS ORDER BY 148470 La Pastorita Neighborhood - Traffic Counts Net 60 Days Gerald Bolden QTY DESCRIPTION RATE TOTAL 20 Standard -Turn Count $175.00 $3,500.00 10 Location(s) for time period(s): 7:00 AM -- 9:00 AM -(Midweek) -SW 12th St —SW 37th Ave, Miami, FL -SW 16th St --SW 37th Ave, Miami, FL -SW llth St --SW 36th Ave, Miami, FL -SW 14th St --SW 36th Ave, Miami, FL -SW 16th St --SW 36th Ave, Miami, FL -SW 11th St --SW 34th Ave, Miami, FL -SW 13th Terr--SW 34th Ave, Miami, FL -SW 16th St --SW 34th Ave, Miami, FL -SW 37th Ave --SW 13th Ter, Miami, FL -SW 36th Ave --SW 12th St, Miami, FL 10 Location(s) for time period(s): 4:00 PM -- 6:00 PM -(Midweek) -SW 12th St --SW 37th Ave, Miami, FL -SW 16th St --SW 37th Ave, Miami, FL -SW llth St --SW 36th Ave, Miami, FL - SW 14th St --SW 36th Ave, Miami, FL -SW 16th St --SW 36th Ave, Miami, FL -SW 11th St --SW 34th Ave, Miami, FL -SW 13th Terr--SW 34th Ave, Miami, FL -SW 16th St --SW 34th Ave, Miami, FL -SW 37th Ave --SW 13th Ter, Miami, FL - SW 36th Ave --SW 12th St, Miami, FL 10 1-3 Lanes -Speed, Volume $150.00 $1,500.00 10 Location(s) for time period(s): 1 Days (Speed, Volume) -SW 34th Ave - A (Location TBD), Miami, FL -SW 34th Ave - B (Location TBD), Miami, FL -SW 36th Ave - A (Location TBD), Miami, FL - SW 36th Ave - B (Location TBD), Miami, FL -SW 15th St (Location TBD), Miami, FL -SW 14th St (Location TBD), Miami, FL -SW 13th Terr (Location TBD), Miami, FL Generated on 03/31/2019 08:18 PM Page 1 of 2 Q-V DESCRIPTION RATE TOTAL -SW 13th St (Location TBD), Miami, FL -SW 12th St (Location TBD), Miami, FL -SW llth St (Location TBD), Miami, FL 1 Tube Setup Fee - Standard tube setup fee $200.00 $200.00 Balances unpaid ay end of Payment term (listed above) will be charged 1.5%interest per month Quality Counts, LLC 7409 SW Tech Center Dr, STE 150 Tigard, OR 97223 (877) 580-2212 qua litycounts.net Generated on 03/31/2019 08:18 PM Page 2 of 2 TOTAL $5,200.00 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project LA PASTORITA NEIGHBORHOOD ROADWAY IMPROVEMENTS Project No. B- Description: Landscape Architecture l STAFF CLASSIFICATION _� Pv_--_.�____...__--._..___........... ... ........ .... . Job Classification) PlInaFal 51.1...nmc. Arcbdvcl i LuMlacayv A,cl„lcq La111il..w Du aw..., Staff, Michael Kroll, RLA Brian Shore, RLA j Miguel Juncal, RLA Raul Nevarez Gavela i Applicable Rate: Rate: $62.07 Rate: $46.38 Rate: $35.02 Rate: $25.75 j Work ActivityMal Cosy Man Man I hours Activityhours j Cost/ Acuvity hours Cosy Activity Man hours 1 PHASE 1 2 Task 1: Site inventory and analysis 3 Task 2 : Tree Masterplan Coordination 4 Task 3: Conceptual Plan/ Color Rendering 4 Task 4 : Additional Revisions (additional Services only) 14 15 116 117 118 119 20 21 22 23 24 25 26 27 1 1 6 Total Staff Hours 8 Total Staff Cost Total %of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: 4 - man Survey Crew: GPM days at crew days at $62 $62 $372 4 3 12 $186 $139 $557 I 4 30 16 5140 12 $1,051 I 123 $496.56 $881.22 i 51,190,68 3.2% 7.5% 13.4% / day = $ I 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 al Minn, C I.P. Form 117 r,,uatud 8/24I09 - Rnruad 11/20112 Cost/ Activity Consultant Name Miller Legg Contract No. Date: 4/24/2019 Estimator: Brian Shore. RLA __.-..1_........�..__._.__..._._�__ NIA C.,nnvJ AJ,v„at NSA William Mohler Rate: $35.02 Man Cost/ hours Activity $412 $309 $3.167 28 4 9 $981 $140 $315 151 41 $3,888.25 $1,435,82 59.7% 16.2% N/A Rate: Man Cost/ hours j Activity N/A Rate: By Cost By Rate Per Man Cost/ hours Activity Activity Activity 49 24 180 $1,640 $790 $5,462 Task $33.47 $32.93 530.34 253 I $7,892.53 $31.20 1 - SUBTOTAL ESTIMATED FE (multiplier 2.9) Subconsultant. Enter Name of Sub 1 Subconsultant Sub 2 Subconsultant. Sub 3 Subconsultant Sub 4 Subconsullant Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Tes 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: $22,868.34 $22,888.34 $22,888.34 $22,888.34 MILLER���EGG April 23, 2019 Dear Mr. Williamson: Miller Legg proposes to provide the services identified below for the project entitled "La Pastorita Neighborhood", pursuant to its Professional Service Agreement with the City of Miami for Landscape Architecture services, dated November 12, 2018. Phase I SCOPE OF WORK Task 1 Task 2 Task 3 Task 4 Tree Inventory & Assessment - Consultant shall identify (common and scientific name), and record DBH, canopy, height, health/condition etc, following the survey locations to locate and create a specific purpose tree inventory. Consultant shall provided ISA Arborist certified report with recommendations for each tree per City of Miami Environmental Resources requirements. Tree Masterplan Coordination - Consultant shall coordinate findings of the tree data provided by the City of Miami. Miller Legg will also coordinate with Curtis + Rodgers who is preparing the City's Southwest Street Tree Master plan. This task will include one (1) site visit for verification of the city provided tree data, and one (1) conference meeting with prime consultant and City staff to review findings. Conceptual Plan/Color Rendering. — Consultant shall prepare a conceptual landscape plan 3 alternatives color renderings (24inX36in) including typical sections (3 typical sections per masterplan are assumed) for Client review input from charrettes and Meetings with City Staff. Renderings shall depict the buildings, proposed roadway improvements, existing right-of-way, existing pavement markings and landscaping for presentation at public hearings. Additional Revisions — Subsequent revisions to the conceptual Landscape plan shall be provided up to the hourly not to exceed fee specified. Services beyond this fee shall be provided as an additional service. IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. South Florida Office: 5747 N Andrews Way • Fort Lauderdale, Florida 33309-2364 (954) 436-7000 • Fax: (954) 493-6539 www.millerlegg.com EOE / DFW La Pastorita Neighborhood Consultant Work Order Proposal SUMMARY OF COMPENSATION* Task, Sub - task, or Activity ID # Major Task Name and/or Activity Description Fee Amount Task 1 Site Inventory and analysis $4,756 Task 2 Tree Master Coordination $2,291 Task 3 Conceptual Plan/Color Rendering $15,839.8 Subtotal — Professional Fees $22,888.34 Allowance for Reimbursable Expenses TOTAL $22,888.34 *Note: Compensation should match the Task, Activities, and/or Deliverables identified. ADDITIONAL SERVICES The City may establish an allowance for additional services requested by the City and for unforeseen circumstances, which shall be utilized at the sole discretion of the City. The following services are not included in our basic services: DATA PROVIDED BY CITY The following information or documents are to be provided by the City if available: Landscape Masterplan Existing Tree Survey City Landscape Guidelines V:\Proposals\2018\18-P0225 - City of Miami - La Pastorita Neighborhood Roadway\Documents for Proposal\Work Order Proposal_Miller Legg_Phase 14-23-2019.docx ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Ptu'ecl Prulecl No B- Work Activity PHASE 1 1 ReSeelcl & Develop a Co unity Awareness Plan (CAP) 2 Assll in the Developenl of a Protect Faclslleel to be Didributed by the Clly 3 Assist in Me Development Communication Materield requested by the Cllyl 5 Barring Elected Olhcials & Answering Media Inquue411 requested by the City) p Maintain and Update Property Owners Evicel Data File Provided by the City 7 Research, Identify & V1sll Area Homeowners Associations 9 Research a Identity Muobng Venue Vne Venue. Meet wilt Personal Clurgu it Nvpobate Date a Tun 10 CHARRETTE 1 11 Vise Selected Venue, Meet with Pelson In Charge & Negotiate Dale 6 lime 4 Sick 20 1111Conlen1 that me Venue Meet ADA Requirements 13 Prepare Necessary Meeting Documentation a Develop Room Anangenrent 6 $237 15 Attend S MC Meelrng, Responsible for Set Up a Take Dorm 5 $198 16 5Ia8 8leinstutmrng Session and go Neighborhood Cenvasrng mlh Stall 3 $119 3 17 Factlilale Session to Discuss Community Cnaraclel 3 5119 3 19 Awls and Coordinate with the City Communications Dept in Provmmg Visual Aids 4 5158 4 •ui Soliciting Public Commenl4ll requested by a resident' 20 Napo,* Meeting Report a Email to Protest Manager a $237 3 51U8 CHARRETTE 2 I I 21 elope., Necessary Meeting Documentation a Develop Room Anangemom 6 $237 3 i 5108 23 Attend & MC Meeting. Responsible fat Set Up a Take Down 5 $198 5 5179 25 Ascot and Coordinate wilt the City Commenkaions Dept m Providing Visual Aids 4 $158 4 $143 Sin Satiating Public Conrmemepl requested by a resldenq 20 Prepare Meenng Report & Email to Pooled Manager 6 $237 3 3108 CHARRETTE 3 27 Coordinate and Panidpele in the Last & Final Charlene 6 $237 6 $215 :'a Prepare Necessary Meeting Documentation a Develop Room Anon$snren1 6 $237 3 1 $106 11 Anson in Cuordlnalmn with Ilse CO Cominunloalions Dept In P,ovlding Visual Aidos 4 $158 4 $143 In Soliciting Public Commenl4ll requested by a restdenq 1. A54151 a Coa,drnele with NET & City Public Outreach Staff to Ensure Distribution el Notices a 6 $316 6 $215 .Prulecl Intonnehon Trough Cdy's Sacral Media Plaifmnt$Includmg the 3 charred.) i 33 P,apa,e Final Meelrng Report & Emad to Pooled Manager i 8 $237 3 I 5108 Total Staff Hours 132 T_j 88 ...._.. 1 Total Stag Cost _---. 55 I i $315480 I___ Total % of Work by Position 60.06 40.0% Dead istmn Job Classification Position 1 SIu11 Magali R Abed Posttl0n2-«_-1 Position3 Irele Bague E9.IMATE OF SURVEY CREW C0SI 3 - men Survey Clew 4 - man Survey Crew crew days al I ew days al Applicable Rate Rate: 339.55 Rate: bouts Cost/ Actioty Mats 15 5593 5 6 $237 3 5 5198 10 10 8 6 53116 S 316 3237 6 2 2 2 3 name 335.85 Rate: Cost/ Activityh1.1e1r Ccs5A.u,lty wrs ; 3179 $108 5359 $"215 Cmmulleni Idanm Magbe Consulling, Inc. Connect 14o enter consultants pool. number Uele 4/24/2019 Eslune50 Ma9a11 Abed STAFF CLASSIFICATION Position 4 i Position 5 Position 6 Position 7 / day = 5 l day = $ $72 $72 $72 3108 $175 31(18 $108 $143 name name Rate: j Rate: Mau CuaU i • Mau ; CUM/Aaron hums Actmly horns name name Rate: (Rate: Mart Cost/ Activity Marl I;ull/ Achvl1 Activity Activity Task Irour6 yJ ngurs y y _ 20 Sr73 —.-_— $1ho1 9 $345 $36 32 15 $55o $37(lb 6 $215 $35 85 10 3356 $3955 10 $368 53881 tl $3119 $:3863 Sten Hours Salary Avenge By 6 0 10 8 6 a t0 8 9 12 9 tl Cost By $230 5345 5377 $225 522E $302 Rat. Per 538 32 335.32 $37711 323% 7U 337 70 $ 37 70 $345 538 52 $345 3377 $302 5:345 $462 $34'3 $302 331 32 $37.70 337 70 538 12 537.70 336. 32 $37 70 14 S532 537.96 I I i 9 3345 $38.32 220 1 -SUBTOTAL ESTIMATED FEE: (multiplier 2.9) (Lump Sum) Subcunsullanl Enler Name of Sub 1 Sub,:uloullate Sub 2 Subcon&opera Sub 3 Subcous,,Ilanl Sob Subconsullanl Subs 2-SUBTOTAL ESTIMATED FEE: Notes Geolechulcal field and Lob Testing $24,288.86 $24,288.66 1. Ibis shoot is to be used by Pilate Consultant to calculate the Grand Total Fee. Survey Feu for Survey Clew Feu' $ 2. Manually artier lee none each su0consultant. Unused subaonsullaril tows may be hidden Gahm M. Feu To be de_te_rmine 3 - 3. 1he bests for work activity descnpttons shall be the FILE/FOOT Standard Scope 3 -SUBTOTAL ESTIMAI EU FEE: 524.288.66 and Stan Hind Estimation Handbook, A,l,stiunal amvicen lllluwancel Retmbulsahles (Allowance, • GRAND TOTAL ESTIMATED FEE: 524,288.66 i g2IAGBE PUBLIC OUTREACH PROJECT TIMELINE PROPOSAL A. Public Involvement, attendance at Area -wide & Neighborhood Charrettes MAGBE Consulting Services Inc. will be responsible for Public Involvement services. Public participation will be solicited in accordance with the Contract guidelines and without regard to race, color, religion, sex, age, national origin, familial status or handicap. Solicitation for public participation will be made through, project information flyers, social media, Facebook and door-to-door handouts. (if needed) This project is identify as a Level 2 public involvement project because property and business owners will likely be affected with temporary street closures and construction noise. During Phase 1 the City will be responsible for the following tasks: • Provide the data base of the neighborhood residents NET & City Public Outreach Staff Distribution of Notices through City's social media platforms During phase 1 MAGBE will be responsible for the following tasks: Research & Develop a Community Awareness Plan (CAP) • Assist in the development of a Project Factsheet to be Distributed by the City • Coordination with the Southwest Streetscape Master Plan. • Coordination with the City of Miami Public Outreach Staff in Capital Improvements • Assist in the Development Communication Materials (if requested by the City) Assist the NET & City Public Outreach Staff to Ensure Distribution of Notices & Project Information Trough City's Social Media Platforms. (including the 3 charrettes) • Briefing Elected Officials & Answering Media Inquiries (if requested by the City) • Maintain and Update Property Owners Excel Data File Provided by the City • Research, Identify & Visit Area Homeowners Associations • Research & Identify Meeting Venue Visit Venue, Meet with Person in Charge • Confirm meeting location compliance with ADA and Title VI requests and associated services • Staff Brainstorming Session and go Neighborhood Canvasing with Staff Facilitate Session to Discuss Community Character Prepare documentation and equipment for public meetings (meeting agenda, nametags, sign -in, comment cards, recorder, camera for pictures, etc.) Attend public meetings and charrettes (3) assist with set up and staging • Take minutes of public meetings Prepare report with meeting minutes, comments, photos of the public meeting Email public meeting report to the project manager and provide a hard copy • Assist in coordinating sign language interpreter if requested by a resident Assist in providing visual aids in soliciting public comments if requested a resident If additional tasks are requested, these will be negotiated and invoiced separately. PHASE 1 Charrettes: Charrettes are organized to encourage the participation of the public, including everyone who is interested in the project development: the developer, interested residents, and activists, business owners, and government officials. Ultimately, the purpose of the charrette is to provide all participants the information necessary for decision making during the planning process. a. Charrette 1 — Visioning: The first charrette will be open to the public to provide an opportunity for the City to clarify the project goals and introduce the project team. It will be a brainstorming session in which the floor will be open for discussion of ideas to explore. The agenda for the meeting will include a brief introductory meeting to introduce the charrette participants, followed by a neighborhood visit, to identify key issues and familiarize participants with the project. The neighborhood visit will be immediately followed by discussions lead by the Corradino Team facilitators and City staff on the topics of the neighborhood's character. The results of this first meeting will provide a vision of the project in general that will set parameters for the development of alternative concepts to be further investigated and developed in the future charrettes. This charrette will end with a session that is open to the public. The purpose of this session is to provide information on the workshop process and to display the base level data from which the team will develop alternatives. b. Charrette 2 — Design (Concept): The purpose of this session is to provide information on the workshop process and to display the base level data from which the team will develop alternatives and incorporate comments from first charrette. Immediately following the meeting with the City, the Corradino design team will undertake a drawing session in which a series of diagrams, plans, enlargements and sections will be developed to convey several of the initial visioning concepts. While these initial drawings are not intended to portray a refined direction, they will be developed to a level sufficient to elicit comments that will shape the focus of the next charrette, as design character and solutions will begin to emerge. c. Charrette 3 — Alternatives Review Design: The third and final charrette will begin with a meeting between the design team and the City staff to recap, evaluate and summarize the alternatives developed after the previous session's review and to reach a decision on the preferred alternative. This charrette will end with a session that is open to the public and the updated alternative will be presented and explained. These updated drawings will be displayed for an informal open presentation to the City. These drawings will begin to convey the design character and nature that will be reflected in the final design. The comments and decisions made by stakeholders and approved by the City during this charrette will be incorporated into the final preferred alternative that will be submitted to the City Commission for approval prior to beginning the final design stage. ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: B- Description: _ Consultant Name: Rlbbeck Engineering Inc Contract No.: B-183608 Date: 4/23/2019 Estimator CR STAFF CLASSIFICATION Job Classification Staff Applicable Rate Work ActivityMan Sr. Project F. Rate: hours Engineer Mitchell $46.38 Cost/ Activity Project J. Rate: Man hours Engineer Veliz $34.14 Cosy Activity Intern Rate: Man hours Engineer name Cosy Activity Position Rate: Man hours 4 name Cost/ Activity Position Rate: Man hours 5 name Cost/ Activity Position Rate: Man hours 6 name Cost/ Activity Position name Rate: Man hours 7 Cost/ Activity Staff Hours By Activity Salary Cost By Activity Average Rate Per Task $38 73 $39 04 839.07 $39 04 $37 20 1 Drainage Map Preparation _ 15 $696 25 $654 40 20 67 40 $1,549 $781 $2,618 $1,561 2 Drainage System Layout Development 8 $371 12 $410 3 Drainage Analysis 27 $1,252 40 $1,366 4 Drainage Report Preparation 16 $742 24 $819 5 Project Coordination and meetings 4 $186 12 $410 16 $595 Total Staff Hours Total Staff Cost 70 $3,246.60 113 $3,857.82 183 $7,104.42 $38.82 oral 1 0r Or by rosmon 383% 61.7% .ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: 4 - man Survey Crew: 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 Mam,, C I P Fam 117 Cleated &24/09 • Revnad 11/20/12 crew days at crew days at / day = / day = 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.90) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsullant: 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: $20,602.82 $20,602.82 $20,602.82 S20,602.82 RIBBECK Engineering, Inc. April 25, 2019 Ms. Cecilia Villoria, P.E. Project Manager The Corradino Group 4055 NW 97th Avenue Miami, FL 33178 Re: La Pastorita Neighborhood Roadway Improvements Study Project B-183608 From SW 16th Street to SW 11th Street and to SW 37th Avenue to SW 34th Avenue City of Miami, Miami Dade County Drainage & Permitting Dear Cecilia: Ribbeck Engineering Inc. is pleased to provide you a fee proposal estimate for the drainage and permitting components of the subject project. The project was divided into two (2) phases, phase 1 and phase 2. Phase 1 will include conducting existing drainage conditions assessment and the development of a drainage concept. Existing drainage conditions assessment will identify any substandard flooding issue or deficient drainage infrastructure element within the project study limits. The neighborhood existing drainage infrastructure will be inspected to verify condition and existing system intake capacity will be evaluated to check if it complies with city's current flood protection level of service (FPLOS) requirements. As part of Phase 1, a proposed drainage concept will be developed to address any deficiencies or substandard drainage conditions identified as part of the existing drainage conditions evaluation. The main objective of the drainage concept development is to upgrade the neighborhood drainage infrastructure to meet City's current FPLOS and to meet all pertinent environmental permit regulations. Phase 2 will mainly consist of conducting final drainage analysis and design and developing construction plans based drainage concept and recommendations developed under Phase 1. Ribbeck Engineering Inc. © 14335 SW 120'h Street w Suite 205 ® Miami, FI 33186 Phone: 305-383-5909 s Fax: 305-383-5910 a CA # 27592 Drainage Phase 1 will include the following tasks: 1. Drainage Map Preparation (40-hr) 2. Drainage System Layout Development (20-hr) 3. Drainage Analysis (67-hr) 4. Drainage Report Preparation (40-hr) 5. Project Coordination (16-hr) Drainage Phase 1 Estimated Total Hours: 183-hous Drainage Phase 2 will include the following tasks: 1. Drainage Quantity Tabulation Sheet (1-sheet, 20-hr) 2. Drainage Plans (15-sheets, Scale 1"=40', 185-hr) 3. Drainage Structures (80-drainage structures, 160-hr) 4. Drainage Details (1-sheet, 24-hr) 5. Storm Water Pollution Prevention Plans (1-General Notes Sheet and 6-sheets scale 1"=100' — 28-hr)) 6. Permitting (DRER and NPDES, 40-hr) 7. Project Coordination and Meetings (20-hr) 8. Post -Design Services (Shop Drawing review, RFis and site inspection — 60-hr) Drainage Phase 2 Estimated Total Hours: 537-hrs The estimated total estimated fee for the Drainage Phase 1 tasks is Twenty Thousand Six Hundred Two Dollars and 82 cents ($20,602.82). Refer to enclosed Phase 1 man-hour and fee estimate for additional information. The estimated total estimated fee for the Drainage Phase 2 tasks is Sixty Thousand Seven Hundred Sixty Two Dollars and 37 cents ($60,762.37). Refer to enclosed Phase 2 man-hour and fee estimate for additional information. By signing below I APPROVE AND ACCEPT this letter as a legal contract and agree to the fees as set forth above. By: Date: (Authorized Signature) Title: (Typed or printed name) On behalf of Ribbeck Engineering, Inc., I thank you for this opportunity to present this proposal for your consideration and look forward to your favorable response. If we can be of service in this or any other matter, please call me at (305) 319-1397 (mobile). Ribbeck Engineering Inc. si 14335 SW 120' Street o Suite 205 aa Miami, FI 33186 Phone: 305-383-5909 on Fax: 305-383-5910 to CA # 27592 Respectfully, Ribbeck Engineering, Inc. Carlos F. Ribbeck, P.E. President Ribbeck Engineering Inc. a 14335 SW 120" Street o Suite 205 ® Miami, FI 33186 Phone: 305-383-5909 is Fax: 305-383-5910 ® CA # 27592 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: La Pastoria Neighborhood Roadway Improvements study Phase I Project No.: B-183608 Description: STAFF CLASSIFICATION Consultant Name: TSF Contract No.: enter consultants proj number Date: 4/22/2019 Estimator: Raj Krishnasamy, P.E. Job Classification Staff Applicable Rate Principal Raj Krishnasamy Rate: Man hours $180.00 Cost/ Activity Sr. Project Francois Rate: Man hours Manager Thomas $179.22 Cost/ Activity Senior Kumar Rate: Man hours Engineer Vedula $134.50 Cost/ Activity Project Maximo Rate: Man hours Engineer Peralta $97.59 Cost/ Activity CADD Jose Rate: Men hours Technician Oliva $74.68 Cosy Activity Rate: Man hours Cost/ Activity Rate: Man hours Cost/ Activity Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity _ 1 Geotechnical 4 $720 8 $1,434 16 $2,152 35 $3,416 25 $1,867 88 $9,588 -- ---- — -- $108 96 - - — -- -. ----- -- 2 — 3 — 4 --- 5 6 7 --- —-' - ._ 8 — 9 10 --------- --------- --'—' 11 — -- 12 -- 13 14 15 — 18 17 --•---------- 18 -- 19 20 21 22 "------ 23-------.. 24 25 26 27 , Total Staff Hours 4 8 16 35 25 1 88 8108.96 Total Staff Cost $720.00 $1,433.76 $2,152 00 $3,415.65 $1,867.00 $9,588.41 otal 1 of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at / day = 4 - man Survey Crew: crew days at / 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 subconsuttant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FOOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C I P Form 117 Created 8/24/09 - Revised 11/20/12 .[70 39.8% 28.4% 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 $9,588.41 2 - SUBTOTAL ESTIMATED FEE: $9,588.41 Geotechnical Field and Lab Testing: $14,450.00 Survey Fee (or Survey Crew Fee) $ _ Other Misc. Fee. Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: $24,038.41 Additional Services (Allowance) Reirnbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $24,038.41 Revised April 22, 2019 Revised December 19, 2018 November 12, 2018 TO: The Corradino Group 4055 NW 97th Ave Miami, FL 33178 Serra SOUTH FLORIDA GEOTEOW . eiGINEEAM A ITEIMI TOTING NSPECIVN SERVICES Attention: Ms. Cecilia Villoria, P.E., Division Manager, Miami Design SUBJECT: Borehole Permeability Tests — Phase I La Pastorita Neighborhood Roadway Improvements Study City of Miami, Florida TSF Proposal No. 1811-698 Dear Cecilia: Tierra South Florida, Inc. (TSF) is pleased to submit this proposal for performing Bore Hole Permeability (BHP) tests the above reference site. This letter presents our proposed scope of services, anticipated schedule and fees for the geotechnical work. SCOPE OF WORK The scope services will include performing ten (10) pavement cores, ten (10) Standard Penetration Test (SPT) borings, and ten (10) Borehole Permeability (BHP) tests. Each pavement core, SPT boring, and BHP test will be performed at the same location (i.e. same hole). Prior to drilling at the project site, TSF will notify the local utility companies and request that underground utilities be marked. Our experience, however, is that the utility companies will not mark privately owned utilities. Our proposal assumes that private utility lines will be located in the field by others prior to mobilization of the drill rig. TSF will recommend a utility line locating service upon request. Maintenance of traffic (MOT) may be required to perform this work depending on test locations. Upon completion of the field-testing, a report will be issued which contains results of permeability tests, soil profile, and pavement core data. SCHEDULE TSF will proceed with the work immediately upon approval, and after utilities are cleared. With our present schedule, upon utility clearance, the fieldwork is expected to take about 4 days to 2765 VISTA PARKWAY, SUITE 10 • WEST PALM BEACH, FLORIDA 33411 (561) 687-8539 • FAX (561) 687-8570 State of Florida Professional Engineers License #28073 The Corradino Group Proposal No. 1811-678_Phase I complete. The written report can be submitted in about two weeks after completion of the field test. For our records, please sign and fax/email a copy of this proposal to our office. We appreciate the opportunity to submit this proposal and look forward to working with you on this project. If you should have any questions concerning our proposal, please contact our office. Respectfully submitted, TIERRA SOUT, �LORIDA, INC. Raj Kris Preside asamy, P.E. Ram alrVedula, R.E. Principal Engineer AUTHORIZED BY: INVOICE TO: Firm: Firm: Name: Name: Title: Address: Date: Phone #: Fax #: TIERRA SOUTH FLORIDA, INC. UNIT RATE FEE SCHEDULE Unit # of Units Unit Price Total I. FIELD INVESTIGATION Mobilization of Men and Equipment Truck -Mounted Equipment LS 1 $ 350.00 $ 350.00 Specialized ATV1Mudbug LS 0 $ 700.00 $ 0.00 Support Vehicle DAY 4 $ 150.00 $ 600.00 Standard Penetration Test Borings (By Truck -Mounted Equipment) Land: 0 - 50 ft depth L.F. 150 $ 14.50 $ 2,175.00 50 - 100 ft depth L.F. 0 $ 17.75 $ 0.00 Grout -Seal Boreholes (By Truck -Mounted Equipment) Land: 0 - 50 ft depth L.F. 150 $ 6.50 $ 975.00 50 - 100 ft depth L.F. 0 $ 8.00 $ 0.00 Casing (By Truck -Mounted Equipment) Land: 0 - 50 ft depth L.F. 0 $ 8.00 $ 0.00 50 - 100 ft depth L.F. 0 $ 9.75 $ 0.00 Double Ring Infiltration Test Test 0 $ 500.00 $ 0.00 Field Permeability Tests Test 10 $ 450.00 $ 4,500.00 Pavement Cores, Asphalt Each 10 $ 105.00 $ 1,050.00 MOT Day 4 $ 1200.00 $ 4,800.00 Permit Fee Each 0 $ 200.00 $ 0.00 II. LABORATORY TESTING Natural Moisture Content Tests Test 0 $ 10.00 $ 0.00 Grain -Size Analysis - Full Gradation Test 0 $ 65.00 $ 0.00 Grain -Size Analysis - Single Sieve Test 0 $ 30.00 $ 0.00 Organic Content Tests Test 0 $ 50.00 $ 0.00 Atterberg Limit Tests Test 0 $ 85.00 $ 0.00 LBR Test 0 $ 320.00 $ 0.00 Proctor Test a) Modified b) Standard Test 0 $ 125.00 $ 0.00 Test 0 $ 100.00 $ 0.00 $ 14,450.00 Page 1 of 1 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: La Pastorita Neighborhood Roadway Improvements Project No.: B-183608 Description: Consultant Name: TRACE Consultants, Inc. Contract No.: TBD Date: 4/23/2019 Estimator: Favio A. Laverde, P.E. STAFF CLASSIFICATION Job Classification Staff Applicable Rate Position Sr. Project Rate: Man hours 1 Manager $61.80 Cost/ Activity Position Senior Rate: Man hours 2 Engineer $46.38 Cost/ Activity Position Project Rate: Man hours 3 Engineer $34.14 Cosy Activity Position CADD Rate: Man hours 4 Technician $25.75 Cost/ Activity Position Rate: Man hours 5 Cosy Activity Position name Rate: Man hours 6 Cost/ Activity Position Rate: Man hours 7 name Cosy Activity Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity 1 Phase I_Lighting Alternatives Analysis 15 $927 48 $2,133 61 $2,083 31 $798 153 $5,941 $38.83 2 3 5 6 7 - --- 8 9 10 11 12 13 14 15 16 17 —_-- 18 19 20 21 — 22 23 24 25 26 27 Total Staff Hours 15 48 61 31 153 $5,941.27 Total Staff Cost $927.00 $2,133.48 $2,082.54 $798.25 $38.83 otal % of Work by Position 9.8% 30.1 % ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at / day = 4 - man Survey Crew: crew days at / 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 Miami. C.I.P. Form 117' Created 8/24/09 - &wised 11/20/12 39.9% 20.3% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.90) 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: $17,229.68 $17,229.68 $17,229.68 $17,229.68 Project Activity 23: Lighting Analysis Estimator. FAL B-183608 Representing Print Name Signature / Date City of Miami CIP TRACE Consultants, Inc. Favio A. Laverde NOTE: Signature Block is optional, per District preference Tas Nok Task Units No. of Units Units/ Total Hours Comments 23.1 Lighting Justification Report LS 1 0 0 Includes reviewing existing crash history, performing a photmelric analysis of existing lighting conditions, and developing a report per FDOT MUTS, AASHTO and FHWA warrants, along with a Benefit -Cost Analysis. (Optional Services: 60 hours) 23.2 Lighting Design Analysis Report LS 1 80 80 Includes analysis and photmetrics of typical section, poles, luminaires. and pedestrian criteria. The report includes a description of the applicable lighting design criteria and an evaluation of 3 lighting design alternatives, along with a recommendation on the alternative to use. 23.3 Voltage Drop Calculations EA 1 0 0 N/A 23.4 FDEP Coordination and Report LS 1 0 0 N/A 23.5 Reference and Master Design Files LS 1 0 0 N/A 23.6 Temporary Lighting LS 1 0 0 N/A 23.7 Design Documentation LS 1 0 0 N/A 23.8 Quantities LS 1 0 0 N/A 23.9' Cost Estimate LS 1 24 24 3 Lighting Design Alternatives x 8 hours per alternative = 24 hours 23.10 Technical Special Provisions and Modified Special Provisions LS 1 0 0 N/A 23.11 Other Lighting Analysis LS 1 0 0 N/A Lighting Analysis Technical Subtotal 104 23.12 Field Reviews LS 1 24 24 2 Field reviews x 2 people x 6 hours 23.13 Technical Meetings LS 1 12 12 3 Meetings x 4 hours per meeting 23.14 Quality Assurance/Quality Control LS % 5% 5 23.15 Independent Peer Review LS % 0% 0 23.16 Supervision LS % 5% 5 Lighting Analysis Nontechnical Subtotal 46 23.17ICoordination l5 % 2% 3 23. Lighting Analysis Total 153 La Pastorita_Estimate of Work Effort_Phase I_TRACE.xlsx 23. Lighting Analysis Page 6 of 6 4r3012010 TR/,\CE CONSULTANTS TRANSPORTATION & CIVIL ENGINEERING CONSULTANT WORK ORDER PROPOSAL La Pastorita Neighborhood Roadway Improvements Study Date: April 30, 2019 Dear Ms. Villoria: TRACE Consultants, Inc. proposes to provide the services identified below for the project entitled "B- 183608, La Pastorita Neighborhood Roadway Improvements Study" I. GENERAL The general objective for the Consultant is to provide all project management and professional engineering services required for the lighting analysis, design and preparation of a complete set of construction contract plans for the subject project. All plans and design documents are to be prepared with Standard English values in accordance with all applicable City of Miami manuals and guidelines. II. SCOPE OF WORK A. Phase 1 — Lighting Alternatives Analysis a) Lighting Design Alternatives Analysis Report — Includes photometric analysis of three (3) proposed typical section alternatives for the design of conventional or decorative lighting along the roadways. The Lighting Design Analysis report will also include a description of the Lighting criteria utilized and the type of pole and fixture recommended for final design, inclusive of prevention of light pollution given the residential nature of the corridors. Analysis includes both pedestrian and street lighting design, as applicable. b) Construction Cost Estimates for Lighting Design Alternatives 8900 S.W. 117 Avenue, Suite 105B Miami, FL 33186 www.traceci.com La Pastorita Neighborhood Roadway Improvements Study RFQ No. 17-18-027 PHASE II Wednesday, April 24, 2019 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: 8- Description: La Pastonta Neighborhood - Phase II Desig Consultant Name: The Corradino Group Contract No.: Date: 5/2/2019 Estimator: Cecilia Vittoria STAFF CLASSIFICATION Job Classification Staff Applicable Rate Work Activity Senior Manager Rate: Man hours Project 61.8 Cost/ Activity Rate: Senior Rate: Man hours Engineer 46.38 Cost/ Activity Project Rate: Man hours Engineer 34.14 Cost/ Activity Position Rate: Man hours 6 Cost/ Activity Position Rate: Man hours 7 name Cosy Activity Position name Rate: Man hours 8 Cost/ Activity Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Man hours Cost/ Activity 1 General Task 2 Roadway Analysts 10 59 $618 $3,646 61 375 $2,829 $17,393 133 950 $4 541 $32,433 204 1,384 800 $7,988 $53,472 $31,717 $39 16 $38.64 $3965 $40.42 $42 28 $42.94 3 Roadway Plans 38 $2,348 274 $12,708 488 54 $16,660 4 Utility 5 $309 39 $1,809 $1,844 --__— 98 211 $3,961 $8,921 5 Signing & Marking Analysis 9 $556 120 $5,566 82 $2.799 6 Signing & Marking Plans 10 $618 114 $5,287 66 $2,253 190 $8,159 7 8 — 9 10 11 12 — - —_ ____ -- 13 14 15 16 17 18 19 20 ------ 21 22 23 24 25 26--- 27 Total Staff Hours 131 983 1773 2,887 Total Staff Cost $8,095.80 $45,591.54 $60,530.22 $114,217.56 $39.56 Total % of Work by Position 4 5% 34 0% 61.4% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: _ crew days at 4 - man Survey Crew: crew days al /day = $ I 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 descnptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. Cny of Mw,n, C I P Fan, 117 C...V 8124/09 • Rw, S 11/'20/12 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Miller Legg Subconsultant: Magbe Subconsultant: CECOS Subconsultant: Ribbeck Engineering, Inc. Subconsultant: Tierra South Florida Subconsultant: Trace Consultants, Inc. 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: Legal Description -Sketch (Allowance) Additional Services (Allowance) Post Design Services (Hourly Rate, Not to Exceed) Construction Engineering Inspection GRAND TOTAL ESTIMATED FEE: (multiplier 2.90) $331,230.92 $36,091 52 $29,465 45 $20,458. 78 $60,762.37 $11,787.48 $53,502.56 $543,299.08 $543,299.08 $5,000.00 $10,000.00 $20,000,00 $112,582.80 $690,881.88 Estimator: Cecilia Villoria Project Activity 3: General Tasks La Pastorita Neighborhood Roadway Improvements -Phase II Task No. Task Units No of Units Hours / Unit Total Hours Comments 3.1 Public Involvement LS 1 0 0 3.2 Joint Project Agreements EA 1 20 20 MDWASD 3.3 Specifications Package Preparation LS 0 0 0 3.4 Contract Maintenance LS 1 24 24 2 hrs contract maintenace per month x 12 months 3.5 Value Engineering (Multi -discipline Team) Review LS 0 0 0 3.6 Prime Consultant Project Manager Meetings LS 1 120 120 See Below 3.7 Post Design Services LS 1 0 0 3.8 Other Project General Tasks LS 1 40 40 Landscape and Existing Vegetation Coordination with Miller Legg for Landscaping Plans 3. General Tasks Total 204 Corradino_SHE - La Pastorita- Phase II_ Design Group_REV 043019.xls 3. Project General Task Page 2 of 8 4/30/2019 Project Activity 4: Roadway Analysis Estimator: Cecilia Villoria La Pastorita Neighborhood Roadway Improvements -Phase II Task No. Task Units No of Units Hours / Unit Total Hours Comments 4.1 Typical Section Package LS 1 84 84 7 Typicals© 12 hrs (SW 36th Ave., SW 35th Ave., SW 12th St., SW 13th St., SW 13th Terr., SW 14th St., SW 15th St.) - 30% Submittal (Phase I) 4.2 Pavement Design Package LS 1 0 0 4.3 Access Management LS 1 0 0 4.4 Horizontal Vertical Master Design Files LS 1 457 457 Approximately 11349ft (2.2 miles); 240 hours first mile + 180 hrs *1.2 mile for Phase II 4.5 Cross Section Design Files LS 1 286 286 At 25 ft intervals @ 130 hrs/ mile * 2.2 miles 4.6 Traffic Control Analysis LS 1 90 90 Level II with Detours 4.7 Master TCP Design Files LS 1 198 198 Level II - 2.2 miles @80 hrs/mile 4.8 Design Variations and Exceptions LS 1 0 0 4.9 Design Report LS 1 0 0 4.10 Computation Book & Quantities LS 1 60 60 20 hours per submittal x 3 submittals (30, 90,100) -Quantity Take -offs only. No Computation Book 4.11 Cost Estimate LS 1 18 18 6 hours per submittal x submittals (30, 90,100) 4.12 Technical Special Provisions LS 1 0 0 4.13 Other Roadway Analysis LS 1 0 0 Roadway Analysis Technical Subtotal 1193 4.14 Field Reviews LS 2 8 16 4.15 Technical Meetings LS 1 28 28 See Below 4.16 Quality Assurance/Quality Control LS % 5% 60 4.17 Independent Peer Review LS % 0% 0 4.18 Supervision LS % 5% 60 Roadway Analysis Nontechnical Subtotal 164 4.19 Coordination LS °Ao i 2% 27 4. Roadway Analysis Total 1384 Corradino_SHE - La Pastorita- Phase II_ Design Group_REV 043019.xls 4. Roadway Analysis Page 3 of 8 4/30/2019 Project Activity 5: Roadway Plans Estimator: Cecilia Villoria La Pastorita Neighborhood Roadway Improvements -Phase II Task No. Task Scale Units No. of Units Hours / Unit No. of Sheets Total Hours Comments 5.1 Key Sheet Sheet 1 4 1 4 5.2 Summary of Pay Items -including Quantity Input Sheet 0 0 0 0 5.3 Drainage Map Sheet 0 0 0 0 5.4 Interchange Drainage Map Sheet 0 0 0 0 5.5 Typical Section Sheets Sheet 7 8 6 56 5.6 General Notes/Pay Item notes Sheet 1 7 1 7 5.7 Summary of Quantities Sheet 2 5 2 10 5.8 Box Culvert Data Sheet Sheet 0 0 0 0 5.9 Bridge Hydraulics Recommendation Sheets Sheet 0 0 0 0 5.10 Summary of Drainage Structures Sheet 0 0 0 0 5.11 Optional Pipe/ Culvert Material Sheet 0 0 0 0 5.12 Project Layout Sheet 0 0 0 0 5.13 Plan/Profile Sheet Sheet 21 8 21 168 40 scale (Approx . 11349 If / 560 ft per sheet) 5.14 Profile Sheet Sheet 0 0 0 0 5.15 Plan Sheet Sheet 0 0 0 0 5.16 Special Profile Sheet 0 0 0 0 5.17 Back of Sidewalk Profile Sheet Sheet 0 0 0 0 5.18 Interchange Layout Sheet Sheet 0 0 0 0 5.19 Ramp Terminal Details (Plan View) Sheet 0 0 0 0 5.20 Intersection Layout Details Sheet 0 0 0 0 5.21 Miscellaneous Detail Sheets Sheet 3 10 1 30 Assume 3 sheets Corradino_SHE - La Pastorita- Phase II_ Design Group_REV 043019.xls 5. Roadway Plans Page 4 of 8 4/30/2019 Protect Activity 5: Roadway Plans Task No. Task Scale Units No. of Units Hours f Unit No. of Sheets Total Hours Comments 5.22 Drainage Structure Sheet (per Structure) EA 80 0.5 80 40 Cross Sections for 80 drainage structures ( per drainage estimate) 5.23 Miscellaneous Drainage Detail Sheets Sheet 0 0 0 0 5.24 Lateral Ditch Plan/Profile Sheet 0 0 0 0 5.25 Lateral Ditch Cross Sections EA 0 0 0 0 5.26 Retention/Detention Ponds Detail Sheet Sheet 0 0 0 0 5.27 Retention Pond Cross Sections EA 0 0 0 0 5.28 Cross-section Pattern Sheet Sheet 0 0 0 0 5.29 Roadway Soil Survey Sheet Sheet 0 0 0 0 5.30 Cross Sections EA 454 0.35 454 159 Cross sections =11349/25 = 4454 cross sections 5.31 Traffic Control Plan Sheets Sheet 7 8 7 56 7 Streets, 7 sheets 5.32 Traffic Control Cross Section Sheets EA 0 0 0 0 5.33 Traffic Control Detail Sheets Sheet 6 9 6 54 Detours 5.34 Utility Adjustment Sheets Sheet 21 6 21 126 5.35 Selective Clearing and Grubbing Sheet 0 0 0 0 5.36 Erosion Control Plan Sheet 0 0 0 0 5.37 SWPPP Sheet 2 6 2 12 5.38 Project Control Network Sheet Sheet 0 0 0 0 5.39 Interim Standards LS 0 0 0 0 5.40 Utility Verification Sheet (SUE Data) Sheet 1 6 1 6 Roadway Plans Technical Subtotal 603 728 5.41 Quality Assurance/Quality Control LS % 5% 36 5.42 Supervision LS % 5% 36 5. Roadway Plans Total 603 800 Corradino_SHE - La Pastorita- Phase II_ Design Group_REV 043019.xls 5. Roadway Plans Page 5 of 8 4/30/2019 Project Activity 7: Utilities Estimator: Cecilia Villoria La Pastorita Neighborhood Roadway Improvements -Phase II Task No. TASK Units No of Units Hours / Unit Total Hours Comments 7.1 Kickoff Meeting LS 1 0 0 7.2 Identify Existing UAOs LS 1 0 0 7.3 Make Utility Contacts LS 1 0 0 7.4 Exception Coordination LS 1 0 0 7.5 Preliminary Utility Meeting LS 1 0 0 7.6 Individual/Field Meetings LS 1 0 0 7.7 Collect and Review Plans and Data from UAO(s) LS 1 0 0 7.8 Subordination of Easements Coordination LS 1 0 0 7.9 Utility Design Meeting LS 1 8 8 2 @ 4 hours each 7.10 Review Utility Markups, Work Schedules, Processing of Schedules and Agreements LS 1 40 40 UWS for Utility relocation 7.11 Utility Coordination / Followup LS 1 50 50 10 Utilities @ 5 hours each 7.12 Utility Constructability Review LS 1 0 0 7.13 Additional Utility Services LS 1 0 0 7.14 Processing Utility Work by Highway Contractor (UWHC) LS 1 0 0 7.15 Contract Plans to UAO(s) LS 1 0 0 7.16 Certification/Close-out LS 1 0 0 7.17 Other Utilities LS 1 0 0 7. Utilities Total 98 Corradino_SHE - La Pastorita- Phase II_ Design Group_REV 043019.xls 7. Utilities Page 6 of 8 4/30/2019 Estimator: Cecilia Villoria Form Revised 6/6/05 Project Activity 19: Signing and Pavement Marking Analysis La Pastorita Neighborhood Roadway Improvements -Phase II Task No. Task Units No. of Units Hours/ Units Total Hours Comments 19.1 Traffic Data Analysis LS 1 0 0 19.2 No Passing Zone Study LS 1 0 0 19.3 Reference and Master Design File LS 1 162 162 30 hrs setup +( 60 hrs per mile * 2.2 miles) 19.4 Multi Post Sign Support Calculations EA 0 0 0 19.5 Sign Panel Design Analysis EA 0 0 0 19.6 Sign Lighting/Electrical Calculations EA 0 0 0 19.7 Quantities EA 3 4 12 3 hour per submittal X 3 submittals 19.8 Computation Book LS 1 0 0 19.9 Cost Estimate LS 1 3 3 19.10 Technical Special Provisions LS 1 0 0 19.11 Other Signing and Pavement Marking LS 1 0 0 Signing & Pavement Marking Analysis Technical Subtotal 177 19.12 Field Reviews LS 1 0 0 19.13 Technical Meetings LS 1 12 12 See Below 19.14 Quality Assurance/Quality Control LS % 5% 9 19.15 Independent Peer Review LS % 0% 0 19.16 Supervision LS % 5% 9 Signing & Pavement Marking Analysis Nontechnical Subtotal 30 19.17 Coordination LS % 2% 4 19. Signing & Pavement Marking Analysis Total 211 Corradino_SHE - La Pastorita- Phase II_ Design Group_REV 043019.xls 19. Signing & Marking Analysis Page 7 of 8 4/30/2019 Estimator: Cecilia Villoria Project Activity 20: Signing and Pavement Marking Plans La Pastorita Neighborhood Roadway Improvements -Phase II Task No. Task Scale Units No of Units Hours/ Unit No. of Sheets Total Hours Comments 20.1 Key Sheet Sheet 1 0 0 20.2 Summary of Pay Items -including CES Input LS 1 0 0 20.3 Tabulation of Quantities Sheet 2 6 12 20.4 General Notes / Pay Item Notes Sheet 1 4 4 20.5 Project Layout Sheet 0 0 0 20.6 Plan Sheet Sheet 21 6 126 20.7 Typical Details EA 2 6 12 20.8 Guide Sign Work Sheet (s) EA 0 0 0 20.9 Traffic Monitoring Site EA 0 0 0 20.10 Cross Sections EA 0 0 0 20.11 Special Service Point Detail EA 0 0 0 20.12 Special Details LS 3 6 18 20.13 Interim Standards LS 1 0 0 Signing & Pavement Marking Plans Technical Subtotal 0 172 20.14 Quality Assurance/Quality Control LS % 5% 9 20.15 Supervision LS % 5% 9 20. Signing & Pavement Marking Plans Total 0 190 Corradino_SHE - La Pastorita- Phase II_ Design Group_REV 043019.xls 20. Signing & Marking Plans Page 8 of 8 4/30/2019 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project. LA PASTORITA NEIGHBORHOOD ROADWAY MPROVEMENTS Project No.: B- Description: Landscape Architecture Consultant Name: Miller Legg Contract No.: Date: 4/23/2019 Estimator: Brian Shore. RLA Architect Shore, RLA $46.36 Cosy Activity STAFF CLASSIFICATION Job Classification Staff Applicable Rate Work Activity Y Principal Michael Rate: Man hours Kroll, RLA $62.07 Cost/ Activity Sr. Landscape Brian Rate: Man hours l.andxapeArchitect Miguel Rate: Man hours Juncal, RLA $35.02 Cost/ Activity Landscape Raul Nevarez Rate: Man hours Designer Gavela $25.75 Cost/ Activity CertifiedArborisl William Rate: Man j hours •l Mohler $35.02 Cost/ I - Activity NIA NIA Rate: Man hours Cost/ Activity NIA Rate: Man hours N/A Cost/ Activity Staff Hours By Activity Salary Cost By Activity Average Rate Per Task PHASE II 6 Task 1 : Tree Removal/Relocation Plans 6 $372 9 $417 12 $420 47 $1,210 6 $210 80 $2,630 $32.88 $32.10 $30.57 6 Task 2 :Vegetation/ Tree Removal Permitting. 3 $139 6 30 $210 $1,051 15 $386 12 $420 36 122 $1,156 g Task 3. Initial Landscape Plans 4 $248 8 $371 80 $2,060 $3,730 10 Task 4: Final Landscpae Plans 4 $248 4 $186 12 $420 60 $1,545 $32 70 $33.49 $34.00 ----- — 11 Task 5 : Landscape Construction Observation 8 $280 8 $206 16 $560 32 24 20 $1,046 $804 $680 12 Task 6' Miscellaneous Landscape Architectural Construction C 9 $417 15 $386 13 Task 7: Landscape Statement of Work Completion 8 $371 12 $309 14 15 16 17 18 19 20 21 22 -- — 23 24 25 --- 26 27 Total Staff Hours 14 41 68 237 34 394 $31.59 Total Staff Cost $868.98 $1,901.58 $2,381.36 $6,102.75 $1,190.68 $12,445.35 otal / of or Dy 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. 3.6 10.4 City of Miami, C I P Fo,rn 117. CI eated 9/24/09- Ravisod 11/20r12 / day = / day = 17.3% 60 2% 8.6 % 1 - SUBTOTAL ESTIMATED FE (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 Test Survey Fee (or Survey Crew Fe( Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $36,091.52 $36,091.52 $36,091.52 $36,091.52 MILLER``�EGG April 23, 2019 Dear Mr. Williamson: Miller Legg proposes to provide the services identified below for the project entitled "La Pastorita Neighborhood", pursuant to its Professional Service Agreement with the City of Miami for Landscape Architecture services, dated November 12, 2018. Phase II SCOPE OF WORK Task 1 Task 2 Tree Removal/Relocation Plans & Document Preparation - Consultant shall verify tree inventory & assessment data collected during Phase I to prepare tree removal/relocation construction documents for selected alternative design for the Project. The documents will designate existing trees to be preserved, removed, or relocated as well as new trees necessary for replacement credits, if required. The documents shall include plans, details, tree credit and replacement charts, and notes and specs for the proposed tree preservation, removal, and relocation activities meeting the minimum requirements of the City of Miami, the documents will be submitted to the City of Miami for review. One (1) iteration of revisions required upon review of the initial submittal is included in this Task. All landscape plans for Phase II will be 60, 90, and 100% and final plans. Opportunities to plant trees for beautification regardless of mitigation as well as a complete ISA arborist report, as required by Miami Environmental Resources, will be included in this Phase. Consultant will include all revisions required by regulatory agencies needed to obtain final permits. Vegetation/Tree Removal Permitting - Consultant shall prepare a vegetation/tree removal permit application and supporting documentation that includes plans, location maps, mitigation tables and other information as required for permitting existing trees proposed for removal or relocation and proposed trees for planting. Consultant will work with surveyor to ensure trees are correctly identified and ensure that the tree survey has been signed by a FL licensed surveyor. This includes coordination with City of Miami to include mitigation/relocation. Consultant shall then submit the tree IMPROVING COMMUNITIES. CREATING ENVIRONMENTS. EOE / DFW South Florida Office: 5747 N Andrews Way • Fort Lauderdale, Florida 33309-2364 (954) 436-7000 • Fax: (954) 493-6539 www.millerlegg.com La Pastorita Neighborhood Consultant Work Order Proposal Task 3 removal permit application package to the City of Miami for removal/relocation activities associated with the existing trees on site. The vegetation/tree assessment and specific purpose tree survey. This Task does not include the application fee required for tree removal/relocation which will be included as part of reimbursable expenses. Initial Landscape Design Document Preparation — Consultant shall prepare the initial planting construction documents for the proposed La Pastorita Neighborhood Project, meeting the requirements for the of City of Miami Division of Environmental Resources and PWD, the documents shall include plans, details, quantities, notes and size specifications for the installation of the proposed landscaping, and will be submitted to the City of Miami as part of the roadway design package. Preparation of one (1) Opinion of Probable Cost is included in this Task and with each phase submittal. This task will be at 30% and 60% Submittal. • One (1) meeting with city staff. Task 4 Final Landscape Design Document Preparation — Upon City approval of initial landscape design. Consultant shall prepare the final planting construction documents for the proposed La Pastorita Neighborhood Project, meeting the minimum requirements for the Landscape Code of City of Miami, the documents shall include plans, details, quantities, notes and size specifications for the installation of the proposed landscaping, and will be submitted to the City of Miami as part of the roadway design package. Preparation of a final Opinion of Probable Cost is included in this Task. This task will at 90% and 100% submittal. Task 5 Landscape Construction Observation — Consultant will provide the following site visits for observing the implementation/installation/construction of the landscape elements. The purpose of the site visits is to confirm the design intent has been met. • Two (2) site visits for site inventory of exiting landscape material. • Two (2) site visits for observation of a certified Arborist of root punning/canopy trimming. • Two (2) site visits for landscape installation review. • Two (2) site visits for substantial completion. N4$`4,./- La Pastorita Neighborhood Consultant Work Order Proposal • One (1) site visit for final walk-through. Task 6 Miscellaneous Landscape Architectural Construction Observation — Consultant shall provide additional site visits or other related construction observation services as requested by prime consultant. Task 7 Landscape Statement of Work Completion — Consultant shall prepare a statement of work completion for the Project's planting installations as required by the City of Miami. SUMMARY OF COMPENSATION* Task, Sub - task, or Activity ID # Major Task Name and/or Activity Description Fee Amount Task 1 Tree Removal/Relocation Plans $7,627 Task 2 Vegetation/ Tree Removal Permitting. $3,354.4 Task 3 Initial Landscape Plans $10,817 Task 4 Final Landscape Plans $6,957.1 Task 5 Landscape Construction Observation $3,033.4 Task 6 Miscellaneous Landscape Architectural Construction Observation $2,331.6 Task 7 Landscape Statement of Work Completion $1,972 Subtotal — Professional Fees $36,091.52 Allowance for Reimbursable Expenses TOTAL $36,091.52 *Note: Compensation should match the Task, Activities, and/or Deliverables identified. ADDITIONAL SERVICES The City may establish an allowance for additional services requested by the City and for unforeseen circumstances, which shall be utilized at the sole discretion of the City. The following services are not included in our basic services: DATA PROVIDED BY CITY The following information or documents are to be provided by the City: Landscape Masterplan Existing Tree Survey ( please add what needs to be included as part of this) City Landscape Guidelines V:\Proposals\2018\18-P0225 - City of Miami - La Pastorita Neighborhood Roadway\Documents for Proposal\Work Order Proposal_Miller Legg_Phase II 4-23-19.docx "00 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: B- Description STAFF CLASSIFICATION Consultant Name. Magbe Consulting, Inc. Contract No.: enter consultants proj. number Date4/24/2019 Estimator: Magali Abad Job Classification Staff Applicable Rate Work Activityre PHASE 2 ( ifqnested ) Position Magali Rate: Man hours 1 R Abad $39.55 Cost/ Activity Position Irela Rate: Man hours 2 Bagu4 $35.85 Cosy Activity Position name Rate: Man hours 3 Cost/ Activity Position Rate: Man hours 4 name Cost/ Activity Position name Rate: Man hours 5 Cosy Activity Position name Rate: Man hours 6 Cost/ Activity Position name Rate: Ma hours 7 Cosy Activity Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Maeda. an open line of Communication with Pi eject Manager until 1 the end of the project 10 $396 10 $359 20 $754 $37.70 $37.70 --�$37.70 $37 70 $37.70 $37.08 $37.70 $37.70 $37.70 $37.70 Be availabe to assist If should Public Information Services are 2 required if ununticipale Issue occur 10 5396 10 E359 20 i6 _ 32 $754 �� ��$603-- $1,206 $302 3 Additional meetings & Conference Calls (as needed or requested) 8 $316 8 $287 4 Attend Public Meetings (if requested) 16 $633 16 $574 Meet with the PIO of the Selected Construction Company 10 Smothly 5 Tiensfei ALL Public Infounation and Documentation Gathered During the Design Phase 4 $158 4 $143 8 8 Provide Our Contact Info 10 Answer Questions or/and Clarification If requested by the City MAGBE will assist with PIO Services $1,113 $1,810 $1,208 $1,206 $1,206 During this Phase and will Negotiate the Following Services 1 Provide Media Relations Support and Asslt the City in the Development of a Crisis Communication Plan (If requested) 30 48 10 $396 20 $717 Assist and Provide Public Outreach Support to the Constuction 2 Company PIO on the sun ounding Neighborhood to Mediate any sensitive issues or Cm teems that may arise (n requested) 24 $949 24 $860 3 Attend Project Team Meetings (it requested) 16 $633 16 $574 32 # Assist with drafting letters, tracking and follow-up for request of easmenls (II requested) ## Attend HOA Meetings (if requested) 16 16 $633 $633 16 16 $574 $574 32 32 Al M# 66 99 Total Staff Hours 130 140 270 $37.63 Total Staff Cost $5,141.50 $5,019.00 $10,160.50 Total % of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: _ 4 - man Survey Crew: crew days at crew days at 48.1% 51.9% I day = $ I 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 Maim, C.l P Fam 117 Created 8/24I09 - Revised I IP10n2 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant Enter Name of Sub 1 Subconsullant: Sub 2 Subconsultant. Sub 3 Subconsullant Sub 4 Subconsullant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Mac. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $29,465.45 $29,465.45 829,465.45 $29,465,45 PUBLIC OUTREACH PROJECT TIMELINE it FEE PROPOSAL A. Public Involvement MAGBE Consulting Services Inc. will be in responsible for the Public Involvement services. Public participation will be solicited in accordance with the Contract guidelines and without regard to race, color, religion, sex, age, national origin, familial status or handicap. Solicitation for public participation will be made through, project information flyers, social media, Facebook and door-to-door handouts. This project is identified as a Level 2 public involvement project because property and business owners will likely be affected with temporary street closures and construction noise. PHASE 2 MAGBE's involvement during the Phase 2 will be minimal Maintain an open line of communication with Project Manager until the project concludes Be available should Public Information Services be required if any unanticipated incidents occur Attend additional meetings & conference calls Meet with the PIO of the Selected Construction Company to Smoothly Transfer ALL Public Information and Documentation Gathered During the Design Phase MAGBE will Conduct PIO services during construction (if request by the City) which include will the following: o Provide media relations support and assist in the development of a Crisis Communications Plan (if requested) o Assist and Provide Public Outreach Support to the Construction Company PIO on the surrounding Neighborhood to Mediate any sensitive issues or Concerns that may arise (if requested) o Attend project team meetings (if requested) o Assist with drafting letters, tracking and follow-up for request of easements (if requested) o Attend HOA Meetings (if requested) ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project- La Pastorita Neighborhood Roadway Improvements - Phase 2 Project No.: B- Description: Consultant Name: CECOS Contract No.: enter consultants proj. number Date: 5/2/2019 Estimator: MC, WC STAFF CLASSIFICATION Position Project Eng/Scientist Rate: Man hours Job Classification Staff Applicable Rate Position Principal Rate: Man hours 1 $62.07 Cost/ Activity Position Sr. Project Rate: Man hours 2 Manager 561.80 Cost/ Activity Position Sr. Eng/Scientist Rate: Man hours 3 $46.38 Cost/ Activity 4 $34.14 Cost/ Activity Position CADD/GIS Rate: Man hours 5 $25.75 Cost/ Activity Position Rate:Rate: Man hours 6 name Cost/ Activity Position Man hours 7 name Cost/ Activity Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity 1 ERP, Species Relocation Permit App Assistance — 34 $1,425 $765 $1,670 $384 $41.92 $31.87 $43.52 -- - - --- $47.97 $47.97 $56.66 - - $61.80 $54.67 $56.48 ._--. -- — 2 a) ERP Sections A, C, E - Eng hrs. not included 3 b) ERP exhibits 2 $124 4 $247 8 $371 20 $683 2 $124 2 $93 4 $137 16 $412 24 4 c) ERP RAI rasp prep (CECOS - Env, Corradino - Eng, Engineering hrs. not included (2) 1 $62 8 $494 8 $371 20 $683 37 5 Coordination/Meeting Attendance (7 mtgs total) 4 8 6 a) South FL Water Management Dist (1) 4 $247 $137 7 b) DRER (1) 4 $247 4 $137 8 $384 $680 $247 $656 $904 ---- .. 8 c) City of Miami (2) 8 $494 4 $186 12 4 12 d) Additional mtg (1) 4 $247 10 e) Team mtgs/conf calls (2) 2 4 $124 6 $371 2 $93 2 $68 11 f) Misc coordination 8 PM $248 8 $494 2 $93 2 $68 _ 16 15 ---- 16 ------ ---- -- 17 -'- -- 18 19 — - - — 20 21 — 2-- 2 23 24 - 25 --- 26 — -- 27 Total Staff Hours 9 48 26 56 16 155 $7,054.75 Total Staff Cost $558.63 $2,966.40 $1,205.88 $1,911.84 $412.00 $45.51 otal "/a of or by Yosltion 5.8% .0% 16.8 36.1 10.3 ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: 4 - man Survey Crew: crew days at 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 Miami. C I P. Farm 117. Created 8/24/00 - Revised 11/20/ 12 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.90) 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: 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $20,458.78 $20,458.78 $20,458.78 $20,458.78 May 2, 2019 Rev#4 Ms. Cecilia Villoria, PE The CORRADINO Group 4055 NW 97th Ave. Miami, FL 33178 Re: Environmental Services Proposal City of Miami La Pastorita Neighborhood Roadway Improvements — Phase 2 Services Dear Ms. Villoria: Cyriacks Environmental Consulting Services, Inc. (CECOS) is pleased to submit this revised proposal to provide environmental consulting services as a subcontractor to The Corradino Group for the City of Miami La Pastorita project. According to the RFP, the purpose of the project is to promote pedestrian friendly roadways and neighborhood beautification. The project limits are bounded by SW 11th Street to the north, SW 16th Street to the south, SW 34th Avenue to the east and SW 37th Avenue to the west. These revisions are based on the most recent City comments. This scope involves conducting additional tasks based on the results of Phase 1 and the project's detailed design. Specifically, two tasks are included: Environmental Resource Permit and Species Relocation Permit Application assistance, and Coordination/Meeting Attendance. Phase 2 Scope of Work Task 1 — Environmental Resource Permit and Species Relocation Permit Application Assistance CECOS will prepare the environmental portions within Sections A, C, and E of the South Florida Water Management District's (SFWMD) Environmental Resource Permit (ERP) application. This information will be provided to Corradino, or designee, for incorporation into their overall ERP application. CECOS will also prepare environmental responses for one Request for Additional Information (RAI). Task 2 — Coordination/Meeting Attendance CECOS will coordinate with client, via telephone and email. This task includes attendance at up to 7 meetings: 1 - South Florida Water Management District (SFWMD), 1 - Miami Dade County Regulatory and Economic Resources (DRER), 2 — City of Miami, 2 — Team, and 1— Additional meetings/conference calls (attendance/participation at the discretion of the City). This task also includes internal coordination and project management. Estimated Fee (Phase 2) The Phase 2 limiting amount fee (labor and expenses) to complete this work is $20,458.78. Cyriacks Environmental Consulting Services. Inc 3001 SW 15' Street. Suite B Deerfield Beach, FL 33442 954.571.0290 Fax: 954.571.7112 Ms. Cecilia Villoria, P.E. Environmental Services Proposal May 2, 2019 We appreciate the opportunity to provide these services to you. Please contact me or Mark Clark at the number below if you have any questions or need additional information. Very truly yours, Cyriacks Environmental Consulting Services, Inc. 444 0,rrhas President Cyriacks Environmental Consulting Services. Inc 3001 SW 151h Street, Suite B Deerfield Beach, FL 33442 954.571.0290 Fax: 954.571.7112 2 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: 8- Description: Consultant Name. Ribbeck Engineenng Inc Contract No.. B-183608 Date: 4/23/20'19 Estimator: CR STAFF CLASSIFICATION Job Classification Staff Applicable Rate Work Activity Sr. Project F. Rate: Man ours h Engineer Mitchell $46.38 Cost/ Activity Project J. Rate: Man hours Engineer Veliz $34.14 Cost/ Activity Intern Rate: Man hours Engineer name Cost/ Activity Position name Rate: Man hours 4 Cost/ Activity Position 5 name Rate: Position Rate: Man hours 6 name Cost/ Activity Position name Rate: Man hours 7 Cost/ Activity Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Man hours Cost/ Activity 1 Drainage Quantity Tabulation (1-sheet) 8 $371 12 $410 20 185 $781 $39 04 2 Drainage Plans (15-sheets at scale 1"=40") 75 $3,479 110 $3,755 $7,234 $39 10 $39 11 $3822 — $38 51 - --_._.__ $39.04 3 Drainage Structures (estimated 80-drainage structures) 65 $3,015 95 $3,243 160 $6,258 4 Drainage Details (1-sheet) 8 $371 16 $546 24 $917 $1,078 -_.____ _—. $1,561 $781 5 SWPPP (7-sheets) 10 $464 18 $615 28 — 40 20 6 Permitting (DRER & NPDES) 16 $742 24 $819 7 Project Coordination and Meetings 8 $371 12 $410 $39.04 8 Post -Design Services 24 $1,113 36 $1,229 60 $2,342 $3904 Total Staff Hours 214 323 537 Total Staff Cost $9,925,32 $11,027.22 $20,952.54 $39.02 otal % 0f Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew. 4 - man Survey Crew: crew days at crew days at .1% / 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 Miami, C I Form 117. Created 8/24/09 • Revised 11/20/12 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.90) 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: RIBBECK Engineering, Inc. April 25, 2019 Ms. Cecilia Villoria, P.E. Project Manager The Corradino Group 4055 NW 97th Avenue Miami, FL 33178 Re: La Pastorita Neighborhood Roadway Improvements Study Project B-183608 From SW 16th Street to SW 11th Street and to SW 37th Avenue to SW 34th Avenue City of Miami, Miami Dade County Drainage & Permitting Dear Cecilia: Ribbeck Engineering Inc. is pleased to provide you a fee proposal estimate for the drainage and permitting components of the subject project. The project was divided into two (2) phases, phase 1 and phase 2. Phase 1 will include conducting existing drainage conditions assessment and the development of a drainage concept. Existing drainage conditions assessment will identify any substandard flooding issue or deficient drainage infrastructure element within the project study limits. The neighborhood existing drainage infrastructure will be inspected to verify condition and existing system intake capacity will be evaluated to check if it complies with city's current flood protection level of service (FPLOS) requirements. As part of Phase 1, a proposed drainage concept will be developed to address any deficiencies or substandard drainage conditions identified as part of the existing drainage conditions evaluation. The main objective of the drainage concept development is to upgrade the neighborhood drainage infrastructure to meet City's current FPLOS and to meet all pertinent environmental permit regulations. Phase 2 will mainly consist of conducting final drainage analysis and design and developing construction plans based drainage concept and recommendations developed under Phase 1. Ribbeck Engineering Inc. e 14335 SW 120th Street Suite 205 Miami, FI 33186 Phone: 305-383-5909 ® Fax 305-383-5910 a CA # 27592 Drainage Phase 1 will include the following tasks: 1. Drainage Map Preparation (40-hr) 2. Drainage System Layout Development (20-hr) 3. Drainage Analysis (67-hr) 4. Drainage Report Preparation (40-hr) 5. Project Coordination (16-hr) Drainage Phase 1 Estimated Total Hours: 183-hous Drainage Phase 2 will include the following tasks: 1. Drainage Quantity Tabulation Sheet (1-sheet, 20-hr) 2. Drainage Plans (15-sheets, Scale 1"=40', 185-hr) 3. Drainage Structures (80-drainage structures, 160-hr) 4. Drainage Details (1-sheet, 24-hr) 5. Storm Water Pollution Prevention Plans (1-General Notes Sheet and 6-sheets scale 1"=100' — 28-hr)) 6. Permitting (DRER and NPDES, 40-hr) 7. Project Coordination and Meetings (20-hr) 8. Post -Design Services (Shop Drawing review, RFIs and site inspection — 60-hr) Drainage Phase 2 Estimated Total Hours: 537-hrs The estimated total estimated fee for the Drainage Phase 1 tasks is Twenty Thousand Six Hundred Two Dollars and 82 cents ($20,602.82). Refer to enclosed Phase 1 man-hour and fee estimate for additional information. The estimated total estimated fee for the Drainage Phase 2 tasks is Sixty Thousand Seven Hundred Sixty Two Dollars and 37 cents ($60,762.37). Refer to enclosed Phase 2 man-hour and fee estimate for additional information. By signing below I APPROVE AND ACCEPT this letter as a legal contract and agree to the fees as set forth above. By: Date: (Authorized Signature) Title: (Typed or printed name) On behalf of Ribbeck Engineering, Inc., I thank you for this opportunity to present this proposal for your consideration and look forward to your favorable response. If we can be of service in this or any other matter, please call me at (305) 319-1397 (mobile). Ribbeck Engineering Inc. s 14335 SW 120`h Street o Suite 205 a Miami, FI 33186 Phone: 305-383-5909 a Fax: 305-383-5910 ® CA # 27592 Respectfully, Ribbeck Engineering, Inc. Carlos F. Ribbeck, P.E. President Ribbeck Engineering Inc. 0 14335 SW 120" Street Et Suite 205 al Miami, FI 33186 Phone: 305-383-5909 ® Fax: 305-383-5910 o CA # 27592 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: La Pastoria Neighborhood Roadway Improvements study Phase II Project No.: B-183608 Description: _ Consultant Name: TSF Contract No.: enter consultants proj. number Date: 4/22/2019 Estimator: Raj Krishnasamy, P E Manager Thomas $179.22 Cost/ Activity Senior Kumar Rate: Man hours STAFF Engineer Vedula $134.50 Cost/ Activity CLASSIFICATION Project Maximo Rate: Man hours .CADD Job Classification Staff Applicable Rate Work ActivityMan Principal Raj Krishnasamy Rate: hours $180.00 Cost/ Activity Sr. Project Francois Rate: Man _hours Engineer Peralta $97.59 Cost/ Activity _ Jose Rate: Man hours• Technician Oliva $74.68 Cost/ Activity Rate: Man hours Cost/ Activity Rate: Man hours Cost/ Activity Staff Hours By Activity Salary Cost By Activity Average Rate Per Task 1 Geotechnical 1 $180 3 $538 5 $673 20 $1,952 14 $1,046 43 $4,387 $102.03 — 2 ---- 3 4 --- 6 7 — --- 8 9 _____. ---- — 10 — - --- —• 11 12 — — --- —' --- 13 14 — — 15 16 17 18 19 20 21 22 23 24 25 26 ----- --... . 27 Total Staff Hours 1 3 5 20 14 43 Total Staff Cost $180.00 $537,66 $672.50 $1,951.80 $1,045.52 1 I 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. ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: 4 - man Survey Crew: .v io Gay of Miami, C I P Form 117 Cleated 8/24/09 - Revised 11/20/12 crew days at crew days at - --_/day = $ / day = $ o io 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Subconsultant: Subconsultant: Sub 3 Sub 4 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: $4,387.48 $4,387.48 $7,400.00 $11,787.48 $11,787.48 Revised April 22, 2019 Revised December 19, 2018 November 12, 2018 TO: The Corradino Group 4055 NW 97th Ave Miami, FL 33178 SOUTH FL© >1DA o cT cBY.A1 a StcEPING MATERIAL 16T1NG PISPEQioN SERVICES Attention: Ms. Cecilia Villoria, P.E., Division Manager, Miami Design SUBJECT: Borehole Permeability Tests — Phase II La Pastorita Neighborhood Roadway Improvements Study City of Miami, Florida TSF Proposal No. 1811-698 Dear Cecilia: Tierra South Florida, Inc. (TSF) is pleased to submit this proposal for performing Bore Hole Permeability (BHP) tests the above reference site. This letter presents our proposed scope of services, anticipated schedule and fees for the geotechnical work. SCOPE OF WORK The scope services will include performing five (5) pavement cores, five (5) Standard Penetration Test (SPT) borings, and five (5) Borehole Permeability (BHP) tests. Each pavement core, SPT boring, and BHP test will be performed at the same location (i.e. same hole). Prior to drilling at the project site, TSF will notify the local utility companies and request that underground utilities be marked. Our experience, however, is that the utility companies will not mark privately owned utilities. Our proposal assumes that private utility lines will be located in the field by others prior to mobilization of the drill rig. TSF will recommend a utility line locating service upon request. Maintenance of traffic (MOT) may be required to perform this work depending on test locations. Upon completion of the field-testing, a report will be issued which contains results of permeability tests, soil profile, and pavement core data. SCHEDULE TSF will proceed with the work immediately upon approval, and after utilities are cleared. With our present schedule, upon utility clearance, the fieldwork is expected to take about 2 days to 2765 VISTA PARKWAY. SUIT£ 10 WEST PALM BEACH, FLORIDA 33411 (561 } 687-8539 - FAX (561) 687-8570 State of Florida Professionai Engineers :Jcense #28073 The Corradino Group Proposal No. 1811-678_Phase I complete. The written report can be submitted in about two weeks after completion of the field test. For our records, please sign and fax/email a copy of this proposal to our office. We appreciate the opportunity to submit this proposal and look forward to working with you on this project. If you should have any questions concerning our proposal, please contact our office. Respectfully submitted, TIERRA SOU LORIDA, INC. Raj Kris. samy, P.E. Preside. RanalarVedula, P. E. Principal Engineer " - AUTHORIZED BY: INVOICE TO: Firm: Firm: Name: Name: Title: Address: Date: Phone #: Fax #: TIERRA SOUTH FLORIDA, INC. UNIT RATE FEE SCHEDULE Unit # of Units Unit Price Total I. FIELD INVESTIGATION Mobilization of Men and Equipment Truck -Mounted Equipment LS 1 $ 350.00 $ 350.00 Specialized ATV/Mudbug LS 0 $ 700.00 $ 0.00 Support Vehicle DAY 2 $ 150.00 $ 300.00 Standard Penetration Test Borings (By Truck -Mounted Equipment) Land: 0 - 50 ft depth L.F. 75 $ 14.50 $ 1,087.50 50 - 100 ft depth L.F. 0 $ 17.75 $ 0.00 Grout -Seal Boreholes (By Truck -Mounted Equipment) Land: 0 - 50 ft depth L.F. 75 $ 6.50 $ 487.50 50 - 100 ft depth L.F. 0 $ 8.00 $ 0.00 Casing (By Truck -Mounted Equipment) Land: 0 - 50 ft depth L.F. 0 $ 8.00 $ 0.00 50 - 100 ft depth L.F. 0 $ 9.75 $ 0.00 Double Ring Infiltration Test Test 0 $ 500.00 $ 0.00 Field Permeability Tests Test 5 $ 450.00 $ 2,250.00 Pavement Cores, Asphalt Each 5 $ 105.00 $ 525.00 MOT Day 2 $ 1200.00 $ 2,400.00 Permit Fee Each 0 $ 200.00 $ 0.00 II. LABORATORY TESTING Natural Moisture Content Tests Test 0 $ 10.00 $ 0.00 Grain -Size Analysis - Full Gradation Test 0 $ 65.00 $ 0.00 Grain -Size Analysis - Single Sieve Test 0 $ 30.00 $ 0.00 Organic Content Tests Test 0 $ 50.00 $ 0.00 Atterberg Limit Tests Test 0 $ 85.00 $ 0.00 LBR Test 0 $ 320.00 $ 0.00 Proctor Test a) Modified b) Standard Test 0 $ 125.00 $ 0.00 Test 0 $ 100.00 $ 0.00 Page 1 of 1 $ 7,400.00 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: La Pastorita Neighborhood Roadway Improvements Project No.: B-183608 Description: Consultant Name: 'TRACE Consultants, Inc. Contract No.: TBD Date: 4/23/2019 Estimator: Favio A. Laverde, P.E. . - STAFF .-_ . .. . ._-- -• --- .._ .... -- - CLASSIFICATION Position CADD Rate: Man hours 4 Technician $25.75 Cost/ Activity Position Rate: Man hours 5 Cosy Activity Position Rate: Man hours Staff Hours By Activity Salary Cost By Activity --yam-, Average Rate Per Task Job Classification Staff Applicable Rate Position 1 Sr. Project Manager Rate: $61.80 Position Senior Rate: Man hours 2 Engineer $46.38 Cost/ Activity Position Protect Rate: Man hours 3 Engineer • $34.14 Cost/ Activity 6 name Cost/ Activity Position Rate: Man hours 7 name Cosy Activity Work Activity Man hours Cost/ Activity 1 Phase 2: Lighting Design Services 47 $2,905 142 $6,586 190 $6,487 96 $2,472 475 $18,449 —.---___ $38.84 - ----- 2 3 5 6 _. -- 7 8 9 10 -- — _ 11 12 13 -- 14 15 16 17 18 19 — 20 21 22 — 23 24 25 26 27 Total Staff Hours 47 142 190 96 475 Total Staff Cost $2,904.60 $6,585.96 $6,486.60 $2,472.00 $18,449.16 $38.84 otai "y0 of or by Position .9i ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at / day = '_ 4 - man Survey Crew: __ crew days at / 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. Coy of Miami, C I P Form 117. Created 8/24/09 - RW aed 11/20/12 40.0 0.2% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.90) 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: $53,502.56 $53,502.56 $53,502.56 $53,502.56 TR'\CE CONSULTANTS TRANSPORTATION 8 CIVIL ENGINEERING CONSULTANT WORK ORDER PROPOSAL La Pastorita Neighborhood Roadway Improvements Study Date: April 1, 2019 Dear Ms. Villoria: TRACE Consultants, Inc. proposes to provide the services identified below for the project entitled "B-183608, La Pastorita Neighborhood Roadway Improvements Study" I. GENERAL The general objective for the Consultant is to provide all project management and professional engineering services required for the lighting analysis, design and preparation of a complete set of construction contract plans for the subject project. All plans and design documents are to be prepared with Standard English values in accordance with all applicable City of Miami manuals and guidelines. A. Phase 2 — Lighting Design Services 1. Lighting Design Development a) Lighting Design Analysis Report — Includes final photometric analysis of the selected lighting fixtures for the recommended typical section (both pedestrian and street lighting design, as applicable). b) Voltage Drop Calculations — Includes the voltage drop calculations for each circuit to size conductors. c) Master Design File — Includes establishing the master design file consisting of the layout of the proposed light poles, conductors, conduit runs, load centers, pull boxes, and service point locations. d) Quantities — Includes quantity takeoffs for all lighting components e) Field Review — Includes travel time f) Technical Meetings 2. Construction Documents a) Tabulation of Quantities — Includes time to place pay item numbers, descriptions, quantities and totals on tabulation sheets b) General Notes — Includes developing General and pay item notes for the lighting component c) Pole Data, Legend, & Criteria — Includes a tabulation depicting station and offset for each pole with pole description and data. Also includes development of legend. d) Service Point Details e) Plan Sheet — Includes all efforts to create the Lighting plan sheets. f) Special Details — Includes developing detail for decorative light pole 8900 S.W. 117 Avenue, Suite 105B Miami, FL 33186 www.traceci.com The Corraaino Group, Inc. Project: Exec. Date (L) CEI Start Date (S) CEI End Date (F) Total Duration (days) CEI Calendar Months City of Miami _La Pastorita CEI Services 12 months duration Assumed (40hrslweek) 12 months duration 12.0 Staff - (cal days) Company Proposed Staff Total 12 12 13 14 [5 6 17 18 19 110 111 112 TOTAL TOTAL Rates/H r. 1 MM MH Total$ Sr. Inspector / Administrator Total TCG Arturo Moreno $ 56.86 56.86 1 1.00 1 1.00 1 1.00 1 1.00 1 1.00 1 1.00 1 1.00 1 1.00 1 1.00 1 1.00 1 1.00 1 1.00 1 1.00 12.00 12.00 1980 1980 $ 112,582.80 $ 112,582.80 ` 1 I f {/ lea+:. •,�A a:�u�nuv. r / !I tia of 4J1Uami REQUEST FOR QUALIFICATIONS LA PASTORITA NEIGHBORHOOD ROADWAY IMPROVEMENTS STUDY B-183608 RFQ NUMBER 17-18-027 ISSUE DATE JULY 18, 2018 ADDITIONAL INFORMATION AND CLARIFICATION DEADLINE AUGUST 3, 2018 5:00 P.M. PROPOSAL SUBMISSION DUE DATE AUGUST 20, 2018 3:00 P.M. CONTACT Anthony Hansen Sr. Procurement Contracting Officer Department of Procurement City of Miami 444 SW 2nd Avenue, 6'h Floor Miami, Florida 33130 Phone: 305-416-1895 Fax: 305-400-5237 E-mail: amhansen@miamigov.com TABLE OF CONTENTS Public Notice Pg. 2 SECTION 1 Introduction to Request for Qualifications (RFQ) Pg. 3 SECTION 2 RFQ Scope of Services Pg. 8 SECTION 3 RFQ General Conditions Pg. 10 SECTION 4 Instructions for Submitting a Proposal Pg. 16 SECTION 5 Evaluation and Selection Process Pg. 22 SECTION 6 RFQ Proposal Forms Pg. 24 1 I R !I tU 171 4tiami PUBLIC NOTICE RFQ NO: 17-18-027 LA PASTORITA NEIGHBORHOOD ROADWAY IMPROVEMENTS STUDY B-183608 Completed Proposals must be delivered to the Office of the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133 by 3:00 p.m., on August 20, 2018 ("Proposal Submission Due Date"). Any Proposals received after the above date and time or delivered to a different address, department, or location will not be considered. Request for Qualifications (RFQ) documents may be obtained on or after July 18, 2018, from the City of Miami, Office of Capital Improvements (OCI) webpage at: http://www.miamigov.com/MiamiCapital/NewBidsandProposals.html. It is the sole responsibility of all firms to ensure the receipt of all addenda. Therefore, it is recommended that firms periodically check the OCI webpage for updates and the issuance of addenda. The Department of Procurement has scheduled a Voluntary Pre -Proposal Conference, which will occur on July 25, 2018 at 10:00 a.m. EST, at 444 SW 2' Avenue, 6th Floor South Conference Room, Miami, FL 33130. Proposers not attending the pre -proposal conference will not be precluded from submitting a proposal. The City of Miami reserves the right to accept any Proposals deemed to be in the best interest of the City, to waive any minor irregularities, scrivener's errors, omissions, and/or technicalities in any Proposals, or to reject any or all Proposals/Responses and to re -advertise for new Proposals, in accordance with the applicable sections of the Florida Statutes, the City Charter and Code, and this RFQ. The responsibility for submitting a Proposal before the stated time and date is solely and strictly that of the Proposer. The City is not responsible for any delay, late, misdelivered, or non -delivered Proposals, no matter the cause. THIS SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH SECTION 18-74 OF THE CITY OF MIAMI CODE. La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 Emilio T. Gonzalez, Ph.D., City Manager 2 SECTION 1 INTRODUCTION TO REQUEST FOR QUALIFICATIONS 1.1 INVITATION Thank you for your interest in this RFQ. The City of Miami (City), Office of Capital Improvements (OCI), through the Department of Procurement (Procurement), seek Proposals which offer to provide the services described in Section 2, Scope of Services. This RFQ is being issued pursuant to Section 287.055 of the Florida Statutes, the "Consultants' Competitive Negotiation Act" (CCNA). All references to Florida Statutes, City of Miami and Miami -Dade County Codes, and other laws/regulations will be interpreted to include "as amended from time to time." Copies of this solicitation are available on the OCI webpage by visiting http://www.miamigov.com/MiamiCapital/NewBidsandProposals.html. For purposes of this RFQ, the words: a) "Proposal" shall mean the completed written and properly signed submission in response to this RFQ by a Proposer; and b) "Proposer" shall mean the Prime Consultant submitting a Proposal in response to this RFQ. Throughout this RFQ, the phrases "must" and "shall" will denote mandatory requirements. Any Proposal that does not meet the mandatory requirements is subject to immediate disqualification. 1.2 SUBMISSION OF PROPOSALS Sealed written Proposals must be received by the Office of the City Clerk no later than the date, time and at the location indicated in Section 4.2, Proposal Submission, in order to be considered. Faxed documents are not acceptable. One (1) original of the Proposer's Proposal and six (6) copies of same in digital form, preferably on USB-type drives and in SEARCHABLE .pdf file format must be timely received by the Office of the City Clerk, or the Proposal will be disqualified. Proposals can be hand delivered to the Office of the City Clerk, no later than the date, time, and at the location indicated in Section 4.2, Proposal Submission. Untimely, misdelivered or non -delivered submittals will not be considered. 1.3 VOLUNTARY PRE -PROPOSAL CONFERENCE A Voluntary Pre -Proposal Conference (Conference) will be held on July 25, 2018 at 10:00 a.m. The conference will be held at the City's Miami Riverside Center (MRC) Building, 444 S.W. 2nd Avenue, 6" Floor, South Conference Room, Miami, Florida 33130. Prospective Proposers and interested parties are strongly encouraged to attend this meeting to obtain information relative to the RFQ. 1.4 CONE OF SILENCE Pursuant to Section 18-74 of the City of Miami Code (Ordinance No. 12271), a "Cone of Silence" is imposed upon this RFQ. Oral communications are prohibited as long as the Cone of Silence remains in effect. Written communication must be in the form of fax, mail, or e-mail to Anthony Hansen, Sr. Procurement Contracting Officer, City of Miami, Department of Procurement, at 444 SW 2nd Avenue, 6t' Floor, Miami, FL 33130, fax: 305-400-5237, e-mail amhansen(c�miamigov.com with a copy to the Office of the City Clerk, Attn: Rosa Castillo, at clerks@miamigov.com. La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 3 nk( Please review City of Miami City Code Section 18-74 for additional information pertaining to the Cone of Silence. Proposers are hereby cautioned not to contact any member of the Evaluation Committee or any City staff, regarding this RFQ, except as provided in the RFQ, or until such time as the Cone of Silence is lifted. Failure to abide by this condition of the RFQ shall be cause for rejection of Proposer's Proposal and may result in the award to the Proposer being deemed voidable by the City Commission, and/or potential suspension or debarment, pursuant to the applicable provisions of the City Code, and applicable regulations. 1.5 ADDITIONAL INFORMATION OR CLARIFICATION Requests for additional information or clarifications must be made in writing. Proposers may fax or e-mail their requests for additional information or clarifications in accordance with Section 1.4, Cone of Silence. Facsimiles must have a cover sheet that includes the Proposer's name, the RFQ number and title, and the number of pages transmitted. Any request for additional information or clarification must be received in writing no later than 5:00 p.m., on August 3, 2018. Late, misdelivered, or non -delivered requests for additional information or clarification may not receive a response in subsequent addenda. Procurement will issue responses to inquiries received and any other corrections or amendments it deems necessary, via written addenda prior to the Proposal Submission Date. Proposers should not rely on any representations, statements or explanations other than those made in this RFQ, and in any written addenda to this RFQ. Where there appears to be conflict between the RFQ and any addenda issued, the last addendum issued shall prevail. Addenda will only be made available on the OCI webpage, and it is the Proposer's sole responsibility to assure its review and receipt of all addenda. Prior to submitting the Proposal, the Proposer should check the OCI webpage for all addenda at: http://www.miamigov.com/MiamiCapital/NewBidsandProposals.html. 1.6 AGREEMENT TERMS AND CONDITIONS The Proposer selected to render the services requested herein (Successful Proposer) shall be required to execute a Professional Services Agreement (PSA or Agreement) with the City. Certain provisions of the Agreement are non-negotiable. These include, without limitation, applicability and compliance with applicable laws (e.g. Federal, State Statutes, County and City Codes, Regulations, etc.) and venue in Miami -Dade County; hold harmless, duty to defend, indemnity, and insurance; Code of Ethics and conflicts clauses, and cancellation for convenience by the City Manager. 1.7 AWARD OF AGREEMENT(S) An Agreement may be awarded to the Successful Proposer for the Project by the City Commission or City Manager, as applicable, based upon the qualification requirements reflected herein. The City reserves the right to execute or not execute, as applicable, an Agreement with the Successful Proposer, when it is determined to be in the City's best interest. The City does not represent that any award will be made. The City does not guarantee any work will be authorized to a Proposer if an award is made. The award and execution of an Agreement shall comply with the Consultant's Competitive Negotiation Act ("CCNA"), Florida Statute Section 287.055, as amended, and as further codified in the City of Miami Code as Section 18-87. The City anticipates awarding one (1) Agreement described in Section 2, Scope of Services. La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 4 1.8 AGREEMENT EXECUTION By submitting a Proposal, the Proposer agrees to be bound to and execute the Professional Services Agreement furnished by the City for Civil Engineering Services for La Pastorita Neighborhood Roadway Improvements Study (the "Services"). Without diminishing the foregoing, the Proposer may request clarification and submit comments concerning the Agreement for the City's consideration. None of the foregoing shall preclude the City, at its option, from seeking to negotiate changes to the Agreement during the negotiation process. The City shall require the Successful Proposer to provide for itself and its Sub -Consultants all of the following documentation to support the Price Proposal (if applicable), as a condition precedent to execution of an Agreement. ■ Current financial statement(s), preferably an audited financial statement(s) for the most recently completed fiscal year dearly showing the costs (not percentage) of direct labor, indirect labor, fringe benefits, general administrative costs and overhead and a statement of profit or operating margin; • Raw labor rates by labor or professional classification certified as accurate by an officer of the company; • Breakdown of the fee by task/labor classification and raw or billable hourly rate/number of hours; • Updated information reflecting information resulting from negotiation of the Agreement; and ■ Copy of current Notice of Qualification letter from the Florida Department of Transportation (FDOT). 1.9 UNAUTHORIZED WORK The Successful Proposer(s) shall not begin work until the City issues a written Notice to Proceed (NTP). Such NTPs shall constitute the City's authorization to begin work. Any unauthorized work performed by the Successful Proposer(s), prior to receiving the NTP, or during the term of the Agreement, shall be deemed non-compensable by the City. The Successful Proposer(s) shall not have any recourse against the City for prematurely performing unauthorized work. 1.10 SUBMITTAL INSTRUCTIONS Careful attention must be given to all requested items contained in this RFQ. Proposers are invited to submit Proposals in accordance with the requirements of Section 4, Instructions for Submitting a Proposal. PLEASE READ THE ENTIRE SOLICITATION BEFORE SUBMITTING A PROPOSAL. Proposers shall make the necessary entries in all blanks on the forms provided for inclusion in the Proposer's Proposal. Proposals shall be submitted in sealed envelopes or packages, with the RFQ number, title, and opening date clearly noted on the outside of the envelopes or packages. 1.11 CHANGES/MODIFICATIONS/ALTERATIONS Proposers may submit a modified Proposal to replace all or any portion of a previously submitted Proposal, or withdraw a Proposal at any time prior to Proposal Submission Due Date (referenced in the Public Notice). All modifications or withdrawals shall be made in writing, to the Office of the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133. Oral/Verbal modifications are not allowed and will be disregarded. Written modifications will not be accepted after the Proposal Submission Due Date. The City will only consider the latest version of the Proposal. La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 5 1.12 SUB-CONSULTANT(S)/SUB-CONTRACTOR(S) For purposes of this RFQ, "Sub -Consultant" and "Sub -Contractor" are used interchangeably. A Sub -Consultant or Sub -Contractor is any individual, firm, entity, or organization, other than the employees of the Proposer, who has or will have a contract with the Proposer to assist in the performance of Services required under this RFQ. A Sub -Consultant shall be paid directly by the Proposer, and shall not be paid directly by the City. The Proposer must clearly identify in its Proposal the Sub -Consultants to be utilized in the performance of required Services. The City retains the right to accept or reject any Sub -Consultant proposed in accordance with Section 4.1 A, Section A(6), Qualifications of Sub-Consultant/Sub-Contractors of the Proposer's Proposal, or proposed prior to execution of the Agreement. Any and all liabilities regarding the use of a Sub - Consultant shall be borne solely by the Successful Proposer, and insurance for each Sub - Consultant must be approved by the City and maintained in good standing throughout the duration of the Agreement. Neither the Successful Proposer, nor any of its Sub -Consultants, are considered employees, partners, affiliates, or agents of the City. Failure to list all Sub -Consultants and provide the required information may disqualify any unidentified Sub -Consultants from performing work under this RFQ. Proposers shall include in their Proposal the requested Sub -Consultant information and all relevant information required of the Proposer. Proposer must identify each of its Small Business Enterprise (SBE) Sub -Consultants via Letter of Agreement (LOA) at the time of Proposal submittal. Additional information concerning the SBE requirements can be found in Section 3.6, Small Business Enterprise (SBE) Participation Requirements - Mandatory. After Proposal submittal, Proposers are expressly prohibited from substituting any Sub - Consultants contained in their Proposal. Just cause and prior written approval by the City Manager or the Manager's authorized designee are required for substitution of any Sub - Consultants. If approved, the City reserves the right to request additional required documentation as specified in the RFQ. If the City does not accept the proposed change(s), the Proposal may be rejected and not considered for award. 1.13 DISCREPANCIES, ERRORS, AND OMISSIONS Any discrepancies, errors, or ambiguities in the RFQ or addenda (if any) should be reported in writing, in the manner prescribed in Section 1.4, Cone of Silence. If applicable, the City will issue a written addendum to the RFQ clarifying such conflicts or ambiguities. It is agreed and acknowledged that any such alleged discrepancies, errors or omissions will not be construed against the City as the drafter. 1.14 DISQUALIFICATION This RFQ requires the use and submission of specific City forms. In addition, the RFQ requires the submission of additional documents and information. Failure to use the City forms will result in the Proposal being deemed non -responsive, and the Proposal will not be further considered for award. Modification of, retyping, or any alterations to the City forms may also result in the Proposal being deemed non -responsive. The City reserves the right to disqualify Proposers upon evidence of collusion with intent to defraud or other illegal practices on the part of the Proposer. The City also reserves the right to waive any immaterial defect or informality in any Proposal; to reject any or all Proposals in whole or in part, or to reissue this RFQ. Any Proposer who submits in its Proposal any information that is determined by the City, in its sole opinion, to be substantially inaccurate, misleading, exaggerated, or incorrect, shall be disqualified from consideration for award of the Agreement. La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 6 ,01 •� 141. Any Proposal submitted by a Proposer who is in arrears, (e.g., money owed or otherwise in debt by failing to deliver goods or services to the City, including any agency or department of the City), or where the City has an open or liquidated damages claim against a Proposer for monies owed to the City at the time of Proposal submission, or if a Proposer has been declared in default or abandoned a prior City contract or Agreement, or has been debarred by a federal, State of Florida, or local public entity within the past five (5) years, or is on the convicted vendor list per Florida Statute 287.133, will be rejected as non -responsive and shall not be considered for award. Prior to award of the Agreement, the above requirements must be met, and is a condition that must be maintained during the term of the Agreement. 1.15 PROPOSER'S EXPENDITURES Proposers understand and agree that any expenditure incurred in preparation and submittal of Proposals, or in the performance of any services requested by the City in connection with the Proposals for this RFQ, are exclusively at the expense of the Proposers. The City shall not pay or reimburse any expenditure or any other expense incurred by any Proposer in preparation of a Proposal, and/or anticipation of Agreement award, and/or to maintain the approved status of the Successful Proposer if an Agreement is awarded, and/or administrative or judicial proceedings resulting from the solicitation process. The Proposer agrees to these terms by submission of a Proposal. 1.16 EXECUTION OF PROPOSAL The Proposal must be manually and duly signed by an authorized corporate officer, principal, or partner (as applicable) with an original signature in full. When a firm is the Proposer, the Proposal shall be signed in the name of the firm by one or more of the partners. When a corporation is the Proposer, the officer signing shall set out the corporate name in full beneath which he shall sign his name, give title of his office and affix the corporate seal. Anyone signing the Proposal as an agent, must file with it legal evidence of signature authority. Proposers who are corporations shall furnish to the City with the Proposal, a copy of their authorization to transact business in the State of Florida. Failure to promptly submit this evidence of qualification to do business in the State of Florida, may be a basis for rejection of the Proposal. Proposer understands that submitting a Proposal to this RFQ does not constitute an Agreement or contract with the City. Proposer has no contract right or expectation by submittal to the City of a response to this RFQ. La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 7 SECTION 2 RFQ SCOPE OF SERVICES 2.1 PURPOSE This RFQ is being issued to obtain Proposals from qualified and experienced civil engineering firms to provide professional engineering services for the La Pastorita Neighborhood Roadway Improvements (the "Project") for the City of Miami under the direction of OCI, in accordance with the Scope of Services contained in this RFQ. Proposers must possess a minimum of five (5) years of experience, under its current business name, as stipulated in Florida Statute 287.055 (CCNA), as amended, and have proven experience with similar civil engineering projects. The Successful Proposer shall be selected in accordance with Florida Statutes, Section 287.055, CCNA, as amended. 2.2 PROJECT DESCRIPTION/BACKGROUND Located in the La Pastorita Neighborhood, the project's limits are bounded by SW 11th Street to the north, SW 16th Street to the south, SW 34th Avenue to the east, and SW 37th Avenue to the west. The Successful Proposer shall provide planning and design services for the La Pastorita Neighborhood with the goal of promoting pedestrian friendly roadways and neighborhood beautification. 2.3 SCOPE OF SERVICES The project will have two phases. In the first phase the Successful Proposer shall provide alternative planning concepts to address traffic calming, pedestrian accessibility, neighborhood landscaping, lighting, and alternative roadway designs to achieve a cohesive neighborhood look. Proposer shall include respective cost estimates for concepts. During this phase, the Proposer shall review the area for environmental concerns in order to guide the development of the engineering concepts in an appropriate manner. In the second phase of the Project, the Successful Proposer shall provide full design engineering services for the development of the selected planning concept which may include, but are not limited to, roadway analysis and design, development of construction documents, permitting, stormwater modeling, drainage improvements, traffic studies, traffic calming devices, Americans with Disabilities Act (ADA) accessibility, landscaping, and utility coordination. In order to develop the project, the Proposer shall perform surveying, geotechnical testing, public involvement and outreach, environmental services, and any related services necessary for the design and preparation of construction documents for the Project. An updated cost estimate and project schedule shall be provided with each phase submittal. Proposer shall also include, bidding, construction engineering inspection (CEI) and administration, and post -design services as part of the second phase of the project. A. Proposed Team The Successful Proposer's team shall consist of the following disciplines and Key Personnel: • Planning • Civil Engineering • Stormwater Modeler • Transportation Engineer • Traffic Signalization Engineer • Traffic Engineer • Landscape Architect • ISA Certified Arborist • Electrical (Roadway Lighting) Engineer La Pastorita Neighborhood Roadway 8 Improvements Study, B-183608 RFQ No. 17-18-027 „R • Easement and/or Harmonization Services • Public Involvement Services • Professional Surveyor and Mapper • Geotechnical Services • Environmental Services • Erosion and Sediment Control and Stormwater Management • CEI and Administration Services B. Project Manager The Successful Proposer shall designate a lead individual, referred to as the "Project Manager” to manage the Project. The Project Manager must be a currently practicing registered civil engineer in the State of Florida whose license is in current, active status which is maintained during the life of the project. The Project involves coordination and permitting within various departments of the City including, but not limited to, Public Works, Building, Office of Capital Improvements, Transportation, Planning, and Zoning. Coordination and permitting with outside agencies is also anticipated. The City anticipates the majority of the scope of work to be engineering -services related. A detailed scope of work will be developed and be finalized prior to Issuance, for each Work Order to be issued. La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 9 SECTION 3 RFQ GENERAL CONDITIONS 3.1 ACCEPTANCE/REJECTION The City reserves the right to accept any or all Proposals that best meet the criteria in this Solicitation, or reject any or all Proposals that fail to meet the criteria in this Solicitation. The City also reserves the right to reject any Proposer who has previously failed to properly perform under the terms and conditions of a City contract, to deliver on time any contracts with the City, and who does not have the capacity to perform the requirements defined in this RFQ. Further, the City may waive informalities, technicalities, minor irregularities, and/or request additional information/clarification for the services specified in this RFQ, and may, at its discretion, withdraw and/or re -advertise the RFQ. 3.2 LEGAL REQUIREMENTS This RFQ is subject to all applicable federal, state, and local laws, codes, ordinances, rules and regulations, loan documents, funding and grant agreements that in any manner affect any and/or all of the services covered herein. Lack of knowledge by the Proposer, shall in no way be cause for relief from responsibility for compliance with these requirements. Proposers shall make inquiry, become familiar with such legal requirements, as applicable, and fully comply with all applicable federal, state, and local laws, rules and regulations, and loan and grant requirements. The foregoing will be considered as part of the duties of performance of the Proposers under the Agreement. 3.3 NON -APPROPRIATION OF FUNDS In the event that insufficient funds are appropriated, and budgeting or funding is otherwise unavailable or not allocated in any fiscal period for this Agreement, the City shall have the unqualified right to terminate the Work Order(s), and/or the Agreement upon written notice to the Successful Proposer(s), without any penalty or expense to the City or recourse against the City. No guarantee, promise, warranty or representation is made that any particular work or project(s) will be assigned to the Successful Proposer(s). 3.4 BUSINESS TAX RECEIPT REQUIREMENT Proposers shall meet the City's Business Tax Receipt (BTR) requirements in accordance with Chapter 31, Article II of the City Code, as amended, and any required County Business Tax Receipt (County BTR) requirements. Proposers with a business location outside the City's municipal boundaries shall meet all applicable local BTR requirements. A copy of the Proposer's BTR shall be submitted with the Proposal. The City may, at its sole option, allow the Proposer to submit a copy of their BTR after the Proposal Submission Due Date. 3.5 MINIMUM QUALIFICATION REQUIREMENTS The City is seeking qualified civil engineering firms, as stipulated in Florida Statutes, Section 287.055, CCNA. Proposers shall, as of the Proposal Submission Due Date, have the following mandatory minimum qualifications: 1) Prime Consultants must be a licensed, registered, and practicing engineering firm authorized to conduct business in the State of Florida for the last five (5) years under its current business name (current business name means the actual official name on file with the State of Florida of the business entity or firm submitting the Proposal), as of Proposal Submission Due Date and managing principals of the engineering firm must be registered engineers under Chapter 471, Florida Statutes, to practice engineering; 2) Prime Consultants must have a minimum of five (5) years of experience with roadway reconfiguration projects, as outlined in Section 2, Scope of Services, as of Proposal La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 10 Submission Due Date. The Proposer shall meet the foregoing experience requirement. Principals employed by the Proposer cannot meet this requirement by having this experience under a different name, person or firm. Proposers must utilize the forms identified in Section 4.1.A, Content of the Qualification Statement, to respond to this requirement. Proposers must have a proven track record of successfully completing roadway reconfiguration projects, which shall be submitted as referenced projects. Failure to meet the above -stated requirements will result in the Proposer's response being rejected as non -responsive; and 3) Prime Consultants must have a licensed civil engineer on staff, who must be a registered engineer under Chapter 471, Florida Statutes, to practice engineering, who shall serve as Project Manager, with a minimum of ten (10) years of experience managing roadway reconfiguration projects as identified in this RFQ, as of Proposal Submission Due Date. Proposers must utilize the forms identified in Section 4.1, Submission Requirements, to respond to this requirement for referenced projects. Failure to meet the above -stated mandatory minimum requirements will result in the Proposer's Proposal being rejected as non -responsive. Please see Section 4, Instructions for Submitting a Proposal, for further direction. Prime Consultants shall provide information on qualifications and experience of their team members and staff. Prime Consultants shall provide information on three (3) previously completed roadway reconfiguration projects within the past five (5) years (Form RFQ-EPC). Project Manager shall provide information on qualifications and experience, including three (3) previously completed roadway reconfiguration projects within the past five (5) years (Forms RFQ- EPM). Sub -Consultants shall provide information on their qualifications and experience, including one (1) previously completed roadway reconfiguration project within the past three (3) years (Form RFQ-ESC). See Section 4 for further direction. Proposals that do not completely adhere to all requirements may be considered non -responsive and disqualified (additional minimum qualifications may be stated in Section 4). The City Chief Procurement Officer and/or Director of OCI may, at its discretion as deemed in the best interest of the City, consider a Proposal responsive where a Proposer has less than the stipulated minimum number of years of experience solely where the Proposer has undergone a name change and such change -of -name has been filed with the State of Florida, and the Proposer should have the same Federal Tax Identification Number before and after the name change, or where the Proposer was a subsidiary of a larger firm and the Proposer's firm has been merged into the larger firm. Proposers must include documentation substantiating the above stated minimum requirements as part of its Proposal for the City to consider crediting the years of experience from the Proposer under its previous name, if applicable. Failure to include such documentation with the Proposal may result in the Proposal to be considered non- responsive. 3.6 SMALL BUSINESS ENTERPRISE (SBE) PARTICIPATION REQUIREMENTS - MANDATORY Unless precluded by Florida Statutes, Federal laws or regulations, or grant requirements, the City has established mandatory SBE Participation requirements, formerly referred to as Community Business Enterprise ("CBE"), Requirements Ordinance 13331, codified as Section 18-87(p) of the City Code. Proposers may review the SBE listing, managed by Miami -Dade County's Small Business Enterprise ("SBE") at the following link: http://miamidade.gov/smallbusiness/library/reports/certify-sbe-ae.pdf. OCI has established La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 11 procedures to assist Proposers in complying with these SBE participation requirements. Proposers shall adhere to the SBE Participation requirements as indicated below: • Assign a minimum of fifteen percent (15%) of the comprehensive award value to firms currently certified by Miami -Dade County as a SBE firm; and • Submit the following SBE forms with their Proposal: 1) Sign and attach Form 6.4 — Certificate of Compliance. 2) Sign and attach Form RFQ-QSC — Qualifications of Sub-Consultants/Sub- Contractors. 3) Sign and attach the Letter of Agreement(s) (LOA) with each Sub -Consultant. The "CITP Forms" webpage includes a link to "Community Business Enterprise — Forms and Reports," including a forms checklist and a "Frequently Asked Questions" (FAQ) page containing important information. For detailed instructions and access to the required SBE forms, click on the following link: http://www.miamigov.com/MiamiCapital/forms.html. Unless precluded by Florida Statutes, Federal laws and regulations, or grant requirements, Proposers who meet the mandatory SBE participation requirement by agreeing to use firms located within the City's municipal boundaries will be awarded five (5) bonus points during the evaluation process. In addition to submitting the required SBE forms, refer to Section 5-C, Five Bonus Points and SBE Participation, to qualify to receive the five (5) bonus points. Proposers must include the following documentation with their Proposal to be considered for the five (5) bonus points: • Attach copies of both a current City of Miami Business Tax Receipt AND a current Miami -Dade County Business Tax Receipt for the SBE Sub- Consultant(s). To verify the above requirements, the City has provided Form RFQ-QSC to identify all Sub - Consulting firms (including SBE certified firms) that are part of the Proposer's team. Failure to include the completed form(s) with Proposer's Proposal may cause the Proposal to be deemed non -responsive. SECTION 18-73 CITY OF MIAMI CODE Local office means a business within the City that meets all of the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the City, for a minimum of twelve (12) months immediately preceding the date bids or Proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or Proposals were received, and be available for review and approval by the Chief Procurement Officer or its designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or Proposals were received, a prior fully - executed lease within the corporate limits of the City that documents, in writing, continuous La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 12 (5) at business residence within the corporate limits of the City for a term of no less than the twelve (12) months immediately preceding the date bids or Proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the Chief Procurement Officer or its designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the Chief Procurement Officer or its designee; (3) Has had, for a minimum of twelve (12) months immediately preceding the date bids or Proposals were received for the purchase or contract at issue, a current Business Tax Receipt issued by both the City and Miami -Dade County, if applicable; and (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or Proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the City or Miami -Dade County that authorizes the performance of said business operations; and Has certified in writing its compliance with the foregoing at the time of submitting its bid or Proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification is borne by the business applicant submitting a bid or Proposal. 3.7 PUBLIC ENTITY CRIMES In accordance with Florida Statutes Section 287.133, a person or affiliate who has been placed on the convicted vendor list, following a conviction for a public entity crime, may not: a) submit a response on a contract to provide any goods or services to a public entity; b) submit a response on a contract with a public entity for the construction or repair of a public building or public work; c) submit responses on leases of real property to a public entity; d) be awarded or perform work as a Contractor, design -builder, supplier, Sub -Contractor, or Consultant under a contract with any public entity; and e) transact business with any public entity in excess of the threshold amount of thirty five thousand dollars ($35,000) provided in Florida Statutes, Section 287.017, CATEGORY TWO, for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. Violation of this section by Proposer shall result in rejection of the Proposal, cancellation of the Agreement (if awarded), and may result in Proposer's debarment. 3.8 RESOLUTION OF PROTESTS Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award of a contract may protest in writing to the Chief Procurement Officer, in accordance with the procedures contained in Section 18-104, Resolution of Protested Solicitations and Awards, as amended, of the City Code, Ordinance No. 12271 (the City of Miami Procurement Code), as amended, describing the protest procedures. Protests failing to meet the requirements for filing shall NOT be accepted. Failure of a party to timely file a Notice of Intent to Protest, shall constitute a forfeiture of such party's right to file a protest. NO EXCEPTIONS TO THIS REQUIREMENT. 3.9 REVIEW OF PROPOSAL FOR RESPONSIVENESS Each Proposal will be reviewed to determine if it is responsive to the submission requirements outlined in the RFQ. A "responsive" Proposal meets the requirements of the RFQ, is submitted in the format outlined in Section 4.1.B, Proposal Submission Format, is of timely submission, and has appropriate signatures/attachments, as required on each document. 3.10 COLLUSION The Proposer, by submitting a Proposal, certifies that its Proposal is made without previous understanding, agreement or connection either with any person, firm, or corporation submitting a La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 13 Proposal for the same Services, or with any City department. The Proposer certifies that its Proposal is fair, without control, collusion, fraud, or other illegal action. The Proposer further certifies that it is in compliance with the conflict of interest and code of ethics laws as defined in Section 2-611 of the City Code. The City will investigate all situations where collusion may have occurred, and the City reserves the right to reject any and all Proposals where collusion may have occurred. 3.11 CLARIFICATIONS The City reserves the right to request clarifications of information submitted, and to request any necessary supporting documentation or information from any Proposer after the Proposal Submission Due Date. 3.12 KEY PERSONNEL Subsequent to submission of a Proposal and prior to award of an Agreement, Key Personnel shall not be changed. Proposers shall not change any member of their Key Personnel without just cause and prior written approval by the City. The City reserves the right to request additional documentation, as required by the RFQ prior to making its determination. If the City does not accept the proposed change(s), the Proposal may be rejected and not considered for award. 3.13 AUDIT RIGHTS AND RECORDS RETENTION The Successful Proposer agrees to provide access, at all reasonable times, to the City, or to any of its duly authorized representatives, to any books, documents, papers, invoices, receipts, reimbursement information and records of Proposer which are directly pertinent to this RFQ, the Agreement, the loan reimbursement and grant reimbursement (if applicable), for the purpose of audit, examination, excerpts, and transcriptions. The Successful Proposer shall maintain and retain any and all of the books, documents, papers and records pertinent to the Agreement for five (5) years after the City makes final payment and all other pending matters are closed. Proposer's failure or refusal to comply with this condition shall result in the immediate termination of the contract (if awarded) by the City. The Audit and Inspection Provisions of Sections 18-100, 18-101 and 18-102 of the Miami City Code are incorporated by reference herein. 3.14 PUBLIC RECORDS The Successful Proposer shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records; request for Contractor records; civil action." IF THE SUCCESSFUL PROPOSER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE SUCCESSFUL PROPOSER'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 SUCCESSFUL PROPOSER MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. 3.15 CONFLICT OF INTEREST Successful Proposer 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 Successful Proposer during the term of the Agreement and shall expressly require any Sub -Consultant performing work or La Pastorita Neighborhood Roadway 14 Improvements Study, B-183608 RFQ No. 17-18-027 providing services pursuant to the Agreement 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 Sub -Consultant during the Agreement term. 3.16 CONFLICT OF INTEREST Proposers, by responding to this RFQ, certify that, to the best of their knowledge and belief, no elected/appointed official or employee of the City is financially interested, directly or indirectly, in the purchase of goods/services specified in this RFQ. Any such interests on the part of the Proposer or its employees, shall be disclosed in writing to the City. Further, Proposers shall disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock of the Proposing firm. 3.17 DEBARRED/SUSPENDED VENDORS An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not: a) submit a response on a contract to provide goods or services to a public entity; b) may not submit a response on a contract with a public entity for the construction or repair of a public building or public work; c) may not submit a response on leases of real property to a public entity; d) may not be awarded or perform work as a Contractor, design -builder, supplier, Sub - Contractor, or Consultant under contract with any public entity; and e) may not transact business with any public entity. 3.18 NONDISCRIMINATION Proposer agrees that it shall not discriminate by race, gender, color, age, religion, national origin, marital status, or disability in connection with its performance under this RFQ. Furthermore, Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, gender, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity called for or required in connection with services rendered under this Agreement. 3.19 UNETHICAL BUSINESS PRACTICE PROHIBITIONS Proposer represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure the award of the Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind, contingent upon or in connection with, the award of the contract. 3.20 ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the Proposal shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the Proposer's authorized signature affixed to the Proposer's acknowledgment form attests to this. La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 15 • SECTION 4 INSTRUCTIONS FOR SUBMITTING A PROPOSAL Submit the following information and documents with Proposer's Proposal. Failure to do so may cause the Proposal to be deemed non -responsive. Proposals deemed non -responsive will receive no further consideration. 4.1 SUBMISSION REQUIREMENTS Each Proposal must contain the following documents and forms required by Sections 4.1.A, Sections A — D, fully completed and signed as required. Proposers shall prepare their Proposal utilizing the same format outlined below in Section 4.1.B, Proposal Submission Format. Each section of the Proposal, as stipulated in Section 4.1.B, shall be separated by a tabbed divider identifying the corresponding section number. Proposers are not to submit any information in response to this RFQ that has not been requested or which the Proposer considers confidential. Submission of any confidential information will be deemed a waiver of any confidentiality or other such protection, which would otherwise be available to the Proposer, except as specifically permitted under Florida Statute. Proposers shall not include any documents not specifically required or requested. The submission of such documentation may adversely affect the evaluation of the Proposal by the Evaluation Committee. Hard cover binders shall not be used in the submission of the Proposal. Proposers should also make every effort to utilize recycled paper in preparing its Proposal. Double sided printing is permitted, provided that the Proposal complies with the format set forth in Section 4.1.B. Do not include additional information not requested in this RFQ, unless specified in an Addendum. This RFQ requires the use and submission of specific City forms. The City forms shall not be expanded or altered. Additional pages may not be added unless the form specifically states that pages can be added. Failure to utilize the City's forms will result in the rejection of the Proposal as non -responsive. A. Content of Qualifications Statement: All forms referenced in Sections 4.1.A, Sections A— D are required (as applicable). Section A 1. Table of Contents The Table of Contents should follow in sequential order the sections and documents specified in Sections 4.1.A and 4.1.B, including enclosures. All pages of the Proposal must be consecutively numbered and correspond to the Table of Contents. 2. Proposal Cover Letter Proposer shall complete and submit Form RFQ-PCL for this section of the Proposal (one (1) page maximum). 3. Proposal Narrative Proposer shall complete and submit Form RFQ-PN for this section of its Proposal. Provide a brief overview of the Proposer's firm and why the Proposer is the most qualified for this Project. 4. Qualifications of the Prime Consultant Prime Consultant shall complete and submit Form RFQ-QPC for this section of its Proposal. Prime Consultant shall be licensed, registered, and practicing engineering firm authorized to conduct business in the State of Florida for the last five (5) years under its current business name (current business name means the actual official name on file with the La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 16 State of Florida of the business entity or firm submitting the Proposal), as of Proposal Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted which demonstrates the Prime Consultant's ability to satisfy all of the minimum qualification requirements identified in Section 3.5, Minimum Qualification Requirements. Prime Consultant must disclose, in detail, any and all judgments, suits, claims, arbitrations, and back charges asserted or awarded against the Prime Consultant or any proposed Sub -Consultant in the past seven (7) years where the threshold exceeded one hundred thousand dollars ($100,000). Proposals which do not contain such documentation may be deemed non -responsive. No company brochures are to be included as part of the Proposal (1 form — 3 pages maximum). 5. Experience of the Prime Consultant Prime Consultant shall complete and submit Form RFQ-EPC for this section of its Proposal to provide a comprehensive summary of the Prime Consultant's experience and qualifications in providing civil engineering services. The firm MUST have served as lead on roadway reconfiguration projects on a minimum of three (3) previous occasions within the past five (5) years. Prime Consultant shall submit referenced projects including; client name, address, phone number, description of work, the year the project was commenced and completed, total amount of fees paid or projected to be paid to the firm, the number of full time personnel assigned to the project, and the total value of the project in terms of the entire cost. Failure to submit the three (3) roadway reconfiguration projects within the past five (5) years minimum experience requirement shall result in a non -responsive determination for the Proposal. Form RFQ-EPC must be completed and signed by the Program/Project Owner's representative. 6. Qualifications of the Sub-Consultants/Sub-Contractors Prime Consultant shall complete and submit Form RFQ-QSC for this section of its Proposal. Prime Consultant shall base the Proposal on the anticipated levels of staffing required to deliver the services identified in Section 2, RFQ Scope of Services, and contained in Attachment "A" of the proposed Agreement. Prime Consultant shall list all Sub- Consulta nts/Sub-Contractors. Prime Consultant shall list all proposed Sub-Consultants/Sub-Contractors to be used, regardless of racial or gender grouping, to include names, addresses, phone numbers, type of work (service or commodity) and SBE certification by Miami -Dade County (if applicable). 7. Experience of the Sub-Consultants/Sub-Contractors Prime Consultant shall submit Form RFQ-ESC, completed by each Sub-Consultant/Sub- Contractor, for this section of its Proposal to provide a comprehensive summary of each Sub-Consultant/Sub-Contractor experience and qualifications. The firm(s) MUST have served as a Sub-Consultant/Sub-Contractor on one (1) roadway reconfiguration within the past three (3) years, at a minimum. Referenced projects shall include: client name, address, phone number, description of work, the year the project was commenced and completed, total amount of fees paid or projected to be paid to the firm, the number of full time personnel assigned to the project, and the total value of the project in terms of the entire cost. Failure to submit the one (1) roadway reconfiguration project within the past three (3) years minimum experience requirement for each Sub-Consultant/Sub-Contractor shall result in a non -responsive determination for the Proposal. Form RFQ-ESC must be completed and signed by the Program/Project Owner's representative. La Pastorita Neighborhood Roadway 17 Improvements Study, B-183608 RFQ No. 17-18-027 8. Experience and Qualifications of the Project Manager Proposer shall complete and submit Form RFQ-EPM for this section of its Proposal to provide a comprehensive summary of the Project Manager's experience, including the completion of three (3) roadway reconfiguration projects similar in size, scope, and complexity within the past five (5) years. Failure to meet the stipulated minimum experience requirement and submit proof of three (3) roadway configuration projects within the past five (5) years, shall result in the Proposal being deemed non- responsive. Proposer shall also provide a one (1) page resume reflecting the Project Manager's education, experience, and qualifications as they relate to this Project. 9. Qualifications of the Team's Key Personnel Prime Consultant shall complete and submit Form RFQ-QKP for this section of its Proposal. Prime Consultant shall base the Proposal on the anticipated levels of staffing required to deliver the services identified in Section 2, RFQ Scope of Services, and contained in Attachment "A" of the proposed Agreement. Prime Consultant shall list all of the Team's Key Personnel. Include a one (1) page resume describing education, experience, licenses and any other pertinent information to this RFQ, for each Key Personnel listed. Section B 1. Team Organizational Chart An organizational chart of the Proposer's team shall be provided for Key Personnel. 2. Design Philosophy and Process Proposer shall complete and submit Form RFQ-DPP for this section of its Proposal. Proposer shall include a brief explanation of its engineering design philosophy and process as it relates to this Project. This should include an understanding of the Scope of Services; clearly defined issues commonly encountered and methodology for resolution of these project issues; value engineering; and the process and approach to meeting the requirements of the Scope of Services. 3. Technical Capabilities and Methodology Proposer shall complete and submit Form RFQ-TCM for this section of its Proposal to provide a brief comprehensive explanation of the firm's technical capabilities and methodology to civil engineering and design. Section C 1. RFQ Proposal Forms (Section 6.0) Proposer shall sign and submit each RFQ Proposal Form. 2. Information for Determining Joint Venture Eligibility - Form A (if applicable) Section D 1. Letter of Agreement(s) (LOA) 2. Certificate of Compliance with Section 18-87 of the City Code 3. Business Tax Receipt/Occupational License 4. Copies of Miami -Dade County SBE certification for Proposer or Proposer's Sub- Consultant(s) (if applicable) 5. FDOT Notice of Qualifications (if applicable) La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 18 B. Proposal Submission Format: Proposers shall prepare and submit the Proposal in the format below. Failure to comply with this format may result in the Proposal being deemed non -responsive. Section A 1. Table of Contents 2. RFQ-PCL — Proposal Cover Letter 3. RFQ-PN — Proposal Narrative 4. RFQ-QPC — Qualifications of the Prime Consultant 5. RFQ-EPC — Experience of the Prime Consultant 6. RFQ-QSC — Qualifications of the Sub-Consultants/Sub-Contractors 7. RFQ-ESC — Experience of the Sub-Consultant/Sub-Contractors 8. RFQ-EPM — Qualifications and Experience of the Project Manager with Resume 9. RFQ-QKP — Qualifications of the Team's Key Personnel with Resumes Section B 1. Team Organizational Chart 2. RFQ-DPP — Design Philosophy and Process 3. RFQ-TCM — Technical Capabilities and Methodology Section C 1. RFQ Proposal Forms (Section 6) 2. Information for Determining Joint Venture Eligibility - Form A (if applicable) Section D 1. RFQ-LOA — Letter of Agreement(s) (LOA) 2. Certificate of Compliance with Section 18-87 of the City Code 3. Business Tax Receipt/Occupational License 4. Copies of Miami -Dade County SBE certification for Proposer or Proposer's Sub-Consultant(s) (if applicable) 5. FDOT Notice of Qualifications (if applicable) La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 19 Also 4.2. PROPOSAL SUBMISSION One (1) original of the Proposer's Proposal and six (6) copies of same in digital form, preferably on USB-type drives and in SEARCHABLE .pdf file format, shall be delivered in accordance with the following: Proposal Submission Due Date: August 20, 2018 by 3:00 p.m. Proposal Delivery Location: Mr. Todd Hannon, City Clerk City of Miami Office of the City Clerk 3500 Pan American Drive, First Floor Miami, Florida 33133 Proposals must be clearly marked on the outside of the package referencing the following documentation: RFQ No. 17-18-027 LA PASTORITA NEIGHBORHOOD ROADWAY Ii1MPROVEMENTS STUDY B-183608 Proposals received at any other location than the aforementioned, or after the Proposal Submission Due Date and time shall be deemed non -responsive and shall not be considered. Proposals should be signed by an official authorized to bind the Proposer to the provisions given in the Proposals. Proposals are to remain valid for at least one hundred eighty (180) calendar days. Upon award of an Agreement, the contents of the Successful Proposer's Proposal shall be incorporated within and included as part of the Agreement. Additional information on submission requirements can be found in Section 4.1, Submission Requirements. SUBMITTAL GUIDELINES General Only one (1) Proposal from an individual, firm, partnership, corporation or joint venture will be considered in response to this RFQ. Sub -Consultants and Sub -Contractors may be included in more than one (1) Proposal submitted by more than one (1) Proposer. A firm, partnership, corporation, or joint venture that submits a Proposal shall not be a Sub -Consultant on another Proposal submitted under this RFQ. Joint venture firms must complete and submit with their Proposal the form titled "Information for Determining Joint Venture Eligibility" (Form A, located on the last two pages of this RFQ document), and submit a copy of the formal agreement between all joint venture parties. This joint venture agreement must indicate their respective roles, responsibilities and levels of participation for this RFQ. Failure to timely submit Form A, along with an attached written copy of the joint venture agreement may result in disqualification of the Proposer's Proposal. Joint venture Proposals will be evaluated based on the combined team. Each member of a joint venture shall provide the information identified above. La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 20 p Proposer must clearly identify any Sub -Consultants proposed to be used, and provide for the Sub - Consultant the same information required of the Proposer. The City retains the right to accept or reject any proposed Sub -Consultants. It is the policy of the City that, prior to award of an Agreement, the Successful Proposer register as a vendor indicating the commodities/services which the Proposer can regularly supply to the City. The Proposer can register as a City vendor, via the Internet at: http://www.miamigov.com/Procurement/paqes/SupplierCorner/default.asp. For any questions regarding vendor registration, contact the Department of Procurement at (305) 416-1922. Proposers must be registered as a condition of award. It is the sole responsibility of the Proposer to insure that the registration is completed. La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 21 � N � SECTION 5 INFORMAL EVALUATION/SELECTION PROCESS A. Evaluation Procedures The procedure for Proposal evaluation and selection is as follows: 1. Request for Qualifications issued. 2. Receipt of Proposals. 3. Opening and listing of all Proposals received. 4. Preliminary review by City's Procurement staff for compliance with the submission requirements of the RFQ, including verification that each Proposal includes all documents required. 5. Review by professional staff and/or an Evaluation Committee (Committee) certifying that the Proposer is qualified to render the required services according to State regulations. 6. The Committee, appointed by the City Manager, shall meet to evaluate each responsive Proposal in accordance with the requirements of this RFQ. The Committee will select a minimum of three (3) firms deemed the most highly qualified to perform the required services, unless fewer than three (3) Proposals are received. At the Committee's option, they may decide to hold brief presentations and interview sessions with all Proposers or shortlisted firms. 7. The Committee forwards its recommendation to the City Manager, listing the Proposers in rank order. 8. After reviewing the Committee's recommendation, the City Manager may: a) Approve the recommendation of the Committee and authorize Procurement to enter into negotiations with the top ranked Proposer or request that the Committee provide additional information as to the ranking of the Proposals. Upon approval of the Committee's recommendation, the Proposers will be listed in rank order on the OCI webpage, http://www.miamigov.com/MiamiCapital/NewBidsandProposals.html; b) Reject the Committee's recommendation and instruct the Committee to re- evaluate and make further recommendations; c) Reject all Proposals; or d) Recommend that the City Commission reject all Proposals. 9. Upon successful negotiation of the Agreement(s), Procurement will forward the recommended Agreement(s) to the City Manager for approval, and the City Manager upon acceptance of the negotiated Agreement(s) will approve the award for Agreements not exceeding five hundred thousand dollars ($500,000) or recommend that the City Commission, when required by the City's Procurement Code, approve the recommendation of the Committee and the award of the Agreement(s). Where Procurement is not able to negotiate an Agreement successfully with the top ranked Proposer(s), Procurement will recommend to the City Manager that such negotiations be terminated, and that Procurement enter into negotiations with the next ranked Proposer(s) until an Agreement is reached or all Proposals are rejected. La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 22 10. After reviewing the City Manager's recommendation, the City Commission may: a) Approve the City Manager's recommendation and authorize award of the Agreement(s). Upon approval of the City Manager's recommendation, an award memorandum will be included on the OCI webpage, http://www.miamigov.com/MiamiCapital/NewBidsandProposals.html, of which written notice shall be provided to all Proposers; b) Reject the City Manager's recommendation to award the Agreement(s); or c) Reject all Proposals and direct the City Manager to re -open negotiations or to solicit new Proposals. B. Evaluation Criteria Proposals shall be evaluated according to the following criteria and respective weight: • Proposer's Experience and Qualifications Maximum 35 points • Proposer's Team Experience Maximum 35 points • Experience of Project Manager Maximum 10 points • Design Philosophy and Process Maximum 10 points • Technical Approach Maximum 10 points C. Five Bonus Points and SBE Participation Unless precluded by Florida Statutes, Federal laws or regulations, or grant requirements, bonus points will be granted to Proposers who agree to use Miami -Dade County SBE Firms from within the City of Miami municipal boundaries. The awarded firm must agree to assign a minimum of fifteen percent (15%) of the contract value to Miami -Dade County certified SBE firm(s) that maintain a "Local Office," as defined in City Code Section 18-73. La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 23 SECTION 6 RFQ PROPOSAL FORMS 6.1 RFQ INFORMATION AND ACKNOWLEDGEMENT FORM The Proposer hereby acknowledges and affirms to the contents of this RFQ, its response thereto, including without limitation, all Addenda have been read, understood, and agreed to by assigning and completing the spaces provided below: Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated RFQ No. 17-18-027 I certify that all information contained in response to this RFQ is true. I certify that this RFQ is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a RFQ for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFQ, and certify that I am authorized to sign for the Proposer's firm. Please print the following and sign your name: Firm's Name Principal Business Address Telephone Fax E-mail address Name Title Authorized Signature La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 24 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Board of Directors of the a corporation existing under the laws of the State of , held on 20 , the following resolution was duly passed and adopted: "RESOLVED, that, , as President of the Corporation, be and is hereby authorized to execute the Proposal dated, , 20 , to the City of Miami and this Corporation and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this ,dayof ,20 Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 25 6.2.2 STATE OF SS: COUNTY OF CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that a meeting of the Partners of the organized and existing under the laws of the State of , held on 20_, the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Partnership, be and is hereby authorized to execute the Proposal dated, 20 , to the City of Miami and this Partnership and that their execution thereof, attested by the shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this day of , 20_ Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 26 6.2.3 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) STATE OF ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Principals of the organized and existing under the laws of the State of , held on , 20, the following resolution was duly passed and adopted: "RESOLVED, that, as of the Joint Venture be and is hereby authorized to execute the Proposal dated, 20 , to the City of Miami and that their execution thereof shall be the official act and deed of this Joint Venture." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this , day of , 20_ Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 27 6.2.4 CERTIFICATE OF AUTHORITY (IF LIMITED LIABILITY CORPORATION) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Principals of the organized and existing under the laws of the State of held on , 20, the following resolution was duly passed and adopted: "RESOLVED, that, as of the Limited Liability Corporation be and is hereby authorized to execute the Proposal dated, 20 , to the City of Miami and that their execution thereof shall be the official act and deed of this Limited Liability Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this , day of , 20 . Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 28 6.2.5 CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) STATE OF SS: COUNTY OF I HEREBY CERTIFY that as an individual, I (Name of Individual) and as a d/b/a (doing business as) (if applicable) exist under the laws of the State of Florida. "RESOLVED, that, as an individual and/or d/b/a (if applicable), be and is hereby authorized to execute the Proposal dated, , 20 , to the City of Miami as an individual and/or d/b/a (if applicable) and that my execution thereof, attested by a Notary Public of the State, shall be the official act and deed of me as an individual d/b/a (doing business as) (if applicable) I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this , day of , 20 . NOTARY PUBLIC: Commission No.: I personally know the individual/do not know the individual (Please Circle) Driver's License # (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 29 6.3 DEBARMENT AND SUSPENSION (a) Authority and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of City contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractor from consideration for award of City contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend Contractors shall be exercised in accordance with regulations, which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Proposals. 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state or other governmental entity. 6. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above or, debarred or suspended, as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph (b) (5). Company Name: Individual Name: Signature: Date: La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 30 6.4 CERTIFICATE OF COMPLIANCE WITH SECTION 18-87 OF THE CITY CODE hereby certify that: i) I am the (President/Secretary or Principal) of (Proposer); ii) I have read Sections 18-87 of the City of Miami Procurement Code; iii) (Proposer) hereby agrees to 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"); OR (Proposer) hereby is certified by Miami -Dade County as a SBE firm and will self -perform to meet the minimum fifteen percent (15%) SBE requirement. An active copy of the Proposer's SBE certification must be included in the proposal document. OPTIONAL: v) (Proposer) hereby agrees to make assignments pursuant to item (iii), above, to certified SBE firms who maintain a "Local Office," as defined in Section 18-73 of the City of Miami Code; STATE OF FLORIDA SS COUNTY OF MIAMI-DADE Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Certificate of Compliance with Section 18-87 of the City of Miami Procurement Code on behalf of Proposing Firm named therein in favor of the City. Subscribed and Sworn to before me this day of ,20 My commission expires: Bonded by: La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 Notary Public, State of Florida at Large 31 coN 6.5 INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY - FORM A If the Proposer is submitting as a joint venture, please be advised that this form (2 pages) MUST be completed and the REQUESTED written joint -venture agreement MUST be attached and submitted with this form. 1. Name of joint venture: 2. Address of joint venture: 3. Phone number of joint venture: 4. Identify the firms that comprise the joint venture: 5. Describe the role of the MBE firm (if applicable) in the joint venture: 6. Provide a copy of the joint venture's written contractual agreement. 7. Control of and participation in this Agreement. Identify by name, race, sex, and "firm" those individuals (and their titles) who are responsible for day-to-day management and policy decision making, including, but not limited to, those with prime responsibility for: (a) Financial decisions: (b) Management decisions, such as: (1) Estimating: (2) Marketing and sales: (3) Hiring and firing of management personnel: (4) Purchasing of major items or supplies: (c) Supervision of field operations: La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 32 NOTE: If, after filing this form and before the completion of the Joint Venture's work on the Agreement, and if there is any significant change in the information submitted, the Joint Venture must inform the City in writing. AFFIDAVIT "The undersigned swear or affirm that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venture(r) in the undertaking. Further, the undersigned covenant and agree to provide to the City current, complete and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any of the joint venture(r) relevant to the joint venture, by authorized representatives of the City. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning false statements." Name of Firm: Name of Firm: Signature: Signature: Name: Name: Title: Title: Date: Date: La Pastorita Neighborhood Roadway Improvements Study, B-183608 RFQ No. 17-18-027 33