HomeMy WebLinkAboutExhibitCITY OF MIAMI
DOCUMENT ROUTING FORM
ORIGINATING DEPARTMENT: Office of Capital Improvements
DEPT. CONTACT PERSON(S): Collin Worth/Nicole Saylfiders EXT. 1022/1289
NAME OF OTHER CONTRACTURAL PARTY / ENTITY: HN
B Corporation; Kimley Horn & Associates
IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS?
TOTAL CONTRACT AMOUNT: $1,500,000.00 FUNDING INVOLVED?
TYPE OF AGREEMENT
II
II
II
MANAGEMENT AGREEMENT
PROFESSIONAL SERVICES AGREEMENT
GRANT AGREEMENT
EXPERT CONSULTANT AGREEMENT
LICENSE AGREEMENT
OTHER (PLEASE SPECIFY)
YES
NO
NO
PUBLIC WORKS AGREEMENT
MAINTENANCE AGREEMENT
INTER -LOCAL AGREEMENT
LEASE AGREEMENT
PURCHASE OR SALE AGREEMENT
PURPOSE OF ITEM (BRIEF SUMMARY): Amendment No. 2 Increase of Professional Service Agreement with
with HNTB Corporation & Kimley Horn & Associates for the provision of Transportation Program Support Services;
increasing the total compensation from $1,000,000.00 to $1,500,000.00
COMMISSION APPROVAL DATE: 7/26/2018 FILE ID: 4359
IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN:
ENACTMENT NO.: R-18-0338
ROUTING INFORMATION
Date
f
RLEASEFRINT AND SIGN
APPROVAL BY DEPARTMENT DIRECTORc)(111
/0`�
/ 1 q
PRINT: Steven +1ha son ��
SIGNATURE: l J G
SUBMITTED TO RISK MANAGEMENT
PRINT: Ann -Marie Sharpe, ARM-P
SIGNATURE:
SUBMITTED TO CITY ATTORNEY
PRINT: Victoria Mendez
SIGNATURE:
APPROVAL BY ASSISTANT CITY MANAGER
PRINT: Nzeribe Ihekwaba, Ph.D., P.E.
SIGNATURE:
APPROVAL BY DEPUTY CITY MANAGER
PRINT: Joseph Napoli
SIGNATURE:
RECEIVED BY CITY MANAGER
PRINT: Emilio T. Gonzalez, Ph.D.
SIGNATURE:
1) ONE ORIGINAL TO CITY CLERK
2) ONE COPY TO CITY ATTORNEY'S OFFICE
3) REMAINING ORIGINAL(S) TO ORIGINATING
DEPARTMENT
PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE
EXECUTION BY THE CITY MANAGER
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO: Annie Perez, CPPO DATE: 11/29/2019 FILE: 4359
Director
Procurement Department
FROM: Stev n
Director
Capital Improvements
SUBJECT: Authorization Request to
Amendment No. 2 to Increase. Contract Capacity
for the Professional Services Agreements with
HNTB Corporation and Kimley-Horn and
Associates, Inc. for Transportation Program
Support Services
ENCLOSURES: RFQ 15-16-028; R-18-0338
By this memorandum, the Office of Capital Improvements ("OCI") is requesting to modify the
Professional Services Agreement ("PSA") with HNTB Corporation and Kimley-Horn &
Associates, Inc. (hereafter "Consultants"), authorized pursuant to Request for Qualifications
RFQ 15-16-028 for the provision of Transportation Program Support Services, to increase the
contract capacities of said PSAs by $500,000.00 for each firm, for a total contract capacity of
$ 1,500,000.00, respectively.
BackLtround
On December 14, 2016, pursuant to City of Miami ("City") Procurement Code Section 18-87,
Request for Qualification ("RFQ") 15-16-028, the City Manager authorized the execution of
PSAs with HNTB and Kimley-Horn, for the provision of Transportation Program Support
Services, in an amount not to exceed $500,000, for each fine. HNTB and Kimley-Horn are
actively rendering professional consulting services on several City projects, which require the
continuation of transportation and transit administration services. However, the existing
Compensation Limit, for each firm, is not sufficient to address the costs associated with the
outstanding and foreseeable future transportation and transit administration assignments.
Therefore, it is in the best interest of the City to enter into Amendment No. 2 to the PSAs with
said firms, increasing the Compensation Limit by an amount not to exceed $500,000,
respectively, for a total amount not to exceed $ 1,500,000 each. Funds are to be allocated from
the appropriate capital improvement projects and departmental budgets.
March 4, 2019
Capacity -Increase to the Miscellaneous Landscape Architectural Services
Page I2
Article 2.05 of the General Conditions of the PSA, Compensation, limits the compensation
payable to the Consultants to an amount not to exceed $500,000, respectively, unless approved
by action of the City Commission and put into effect by a written amendment to the PSA
executed by all parties. The Agreement further stipulated that no new work orders can be issued
to the Consultants that would result in the existing approved compensation limits to be
exceeded.
The Consultants are actively rendering, professional consulting services on various City
transportation program projects. The urban core of Downtown Miami has increased in
population and benefitted from increased tourist, and commercial activity as of the date of the
award of this PSA in 2016. Presently, there are only two firms available to provide
transportation program support services throughout the City.
To fulfill the funding needs for the current and future transportation program projects, additional
funding to increase the capacities of the Agreements for the Consultants authorized pursuant to
RFQ 15-16-028 is required. Therefore, OCI seeks to increase the contract capacities of said
Agreements currently under contract to a new contract capacity of S 1,500,000.00 for each firm.
'XIapprove
o Denied
Nzerib,ekwaba, Ph. D, P.E.
121L3,/I r
Date
CC: Fernando Ponassi Boutureira, MA Arch., MA PPA, Assistant Director, Procurement
Hector Badia, Assistant Director, OCI
Jorge L. Mora, P.E., Assistant Director, OCI
Collin Worth, Transportation Analyst, OCI
AGENDA ITEM SUMMARY FORM
File ID: #4359
Date: 06/26/2018
Commission Meeting Date: 07/26/2018
Requesting Department: Office of Capital
Improvements
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Amendment No. 1 - HNTB Corporation, Inc.
Purpose of Item:
The purpose of this item is to authorize the City Manager to execute Amendment No. 1
to the PSAs with HNTB and Kimley-Horn, for the provision of Transportation Program
Support Services, increasing the authorized Compensation Limit by an amount not -to -
exceed $500,000, respectively, fora total amount not -to -exceed $1,000,000 each.
Funds are to be allocated from the corresponding capital improvement projects and
departmental budgets, for said purposes.
Background of Item:
On December 14, 2016, pursuant to City of Miami ("City") Procurement Code Section
18-87, Request for Qualification ("RFQ") 15-16-028, the City Manager authorized the
execution of PSAs with HNTB and Kimley-Horn, for the provision of Transportation
Program Support Services, in an amount not to exceed $500,000, for each firm.
HNTB and Kimley-Horn are actively rendering professional consulting services on
several City projects, which require the continuation of transportation and transit
administration services. However, the existing Compensation Limit, for each firm, is not
sufficient to address the costs associated with the outstanding and foreseeable future
transportation and transit administration assignments.
Therefore, it is in the best interest of the City to enter into Amendment No. 1 to the
PSAs with said firms, increasing the Compensation Limit by an amount not to exceed
$500,000, respectively, for a total amount not to exceed $1,000,000 each. Funds are to
be allocated from the appropriate capital improvement projects and departmental
budgets.
Budget Impact Analysis
Item is an Expenditure
Item is NOT Related to Revenue
Item is NOT funded by Bonds
Total Fiscal Impact:
$1,000,000 ($500,000 for each firm)
General Account No: Various
Project No.: Various
Reviewed By
Office of Capital Improvements
Office of Management and Budget
Office of Management and Budget
Department of Procurement
City Manager's Office
City Manager's Office
Legislative Division
Office of the City Attomey
Office of the City Attomey
City Commission
Office of the Mayor
Office of the City Clerk
Office of the City Clerk
Steven Williamson
Yvette Smith
Christopher M Rose
Annie Perez
Nzeribe Ihekwaba
Nikolas Pascual
Marta Gomez
Marta Gomez
Victoria Mendez
Nicole Ewan
Mayor's Office
City Clerk's Office
City Clerk's Office
Department Head Review
Budget Analyst Review
Budget Review
Procurement Review
Assistant City Manager Review
City Manager Review
Legislative Division Review
Deputy City Attorney Review
Approved Form and Correctness
Meeting
Signed by the Mayor
Signed and Attested by the City
Rendered
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Skipped
Completed
Completed
Completed
Clerk Completed
Completed
07/05/2018 12:14 PM
07/10/2018 8:06 PM
07/12/2018 12:19 PM
07/13/2018 10:12 AM
07/13/2018 12:38 PM
07/16/2018 11:33 AM
07/16/2018 12:50 PM
07/16/2018 12:50 PM
07/1612018 12:54 PM
07/26/2018 9:00 AM
08/06/2018 4:07 PM
08/06/2018 4:46 PM
08/06/2018 4:46 PM
* :lull? I,ii, *
II
• p R ♦ t
City of Miami
Legislation
Resolution
Enactment Number: R-18-0338
City Hall
3500 Pan American Drive
Miami, FL 33133
wwN.miamigov.com
File Number: 4359 Final Action Date:7/26/2018
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
AUTHORIZING AN INCREASE TO THE PROFESSIONAL SERVICES AGREEMENTS
WITH HNTB CORPORATION, A FOREIGN PROFIT CORPORATION ("HNTB"), AND
KIMLEY-HORN AND ASSOCIATES, INC., A FOREIGN PROFIT CORPORATION
("KIMLEY-HORN"), FOR THE PROVISION OF TRANSPORTATION PROGRAM
SUPPORT SERVICES, FOR ADDITIONAL WORK IN AN AMOUNT NOT -TO -EXCEED
$500,000.00 FOR EACH FIRM, THEREBY INCREASING THE TOTAL
COMPENSATION LIMIT FROM $500,000.00 TO AN AMOUNT NOT -TO -EXCEED
$1,000,000.00 EACH; ALLOCATING FUNDS FROM THE APPROPRIATE CAPITAL
IMPROVEMENT PROJECTS AND DEPARTMENTAL BUDGETS, SUBJECT TO
BUDGETARY APPROVAL AT THE TIME OF NEED; AUTHORIZING THE CITY
MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE PSA WITH EACH FIRM, IN
SUBSTANTIALLY THE ATTACHED FORM; FURTHER AUTHORIZING THE CITY
MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS, INCLUDING
ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO
ALLOCATIONS, APPROPRIATIONS, AND BUDGETARY APPROVAL HAVING BEEN
PREVIOUSLY MADE, AND IN COMPLIANCE WITH APPLICABLE PROVISIONS OF
THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, ("CITY CODE"),
INCLUDING, THE CITY OF MIAMI'S PROCUREMENT ORDINANCE, ANTI -
DEFICIENCY ACT, AND FINANCIAL INTEGRITY PRINCIPLES, ALL AS SET FORTH
IN CHAPTER 18 OF THE CITY CODE, IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, AND IN COMPLIANCE WITH APPLICABLE REGULATIONS, AS MAY BE
NECESSARY FOR SAID PURPOSE.
WHEREAS, pursuant to City of Miami ("City") Section 18-87 of the Code of the City of
Miami, Florida, as amended ("City Code"), and Request for Qualifications ('RFQ") No. 15-16-
028, the City authorized the execution of Professional Services Agreements ("PSA") with HNTB
Corporation, a foreign profit corporation ('HNTB"), and Kimley-Horn and Associates, Inc., a
foreign profit corporation ("Kimley-Horn"), for the provision of Transportation Program Support
Services, in an amount not to exceed $500,000.00 for each firm; and
WHEREAS, HNTB and Kimley-Horn are actively rendering professional consulting
services on several City projects, which require the continuation of transportation and transit
administration services; and
WHEREAS, the existing Compensation Limit, for each firm, is not sufficient to address
the costs associated with the outstanding and foreseeable future transportation and transit
administration assignments; and
WHEREAS, Amendment No. 1, attached and incorporated, increases the Compensation
Limit with each firm by an amount not -to -exceed $500,000.00, thereby increasing the total
Compensation Limit from $500,000.00 to an amount not -to -exceed $1,000,000.00 each; and
WHEREAS, funds are to be allocated from the appropriate capital improvement projects
and departmental budgets; and
WHEREAS, the above referenced PSAs were awarded pursuant to Section 287.055,
Florida Statutes, the Consultants Competitive Negotiation Act ("CCNA") and the applicable
provisions of the City Procurement Ordinance, which provide that there are compensation limits
for Continuing Contracts, as defined by CCNA, which apply to these PSAs;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution are
adopted by reference and incorporated as if fully set forth in this Section.
Section 2. An increase to the PSAs with HNTB and Kimley-Horn for the provision of
Transportation Program Support Services, in an amount not -to -exceed $500,000.00, for each
firm, thereby increasing the total Compensation Limit from $500,000.00 to a total amount not -to -
exceed $1,000,000.00 each, is authorized.'
Section 3. Funds for said increase to be allocated from the appropriate capital
improvement projects and departmental budgets.
Section 4. The City Manager is authorized' to execute Amendment No. 1 to the PSAs
with HNTB and Kimley-Horn, in substantially the attached form, as may be necessary for said
purposes.
Section 5. The City Manager is further authorized' to negotiate and execute all other
documents, including any amendments, renewals, and extensions, subject to allocations,
appropriations, and budgetary approval having been previously made, and in compliance with
applicable provisions of the City Code, including the City's Procurement Ordinance, Anti -
Deficiency Act, and Financial Integrity Principles, all as set forth in Chapter 18 of the City Code,
in a form acceptable to the City Attorney, and in compliance with applicable regulations, as may
be necessary for said purpose.
Section 6. This Resolution shall become effective immediately upon its adoption and
signature of the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
1 The herein authorization is further subject to compliance with all requirements that may be imposed by
the City Attorney, including but not limited to, those prescribed by applicable City Charter and City Code
provisions.
2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days
from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
CITY OF MIAPMMI
OFFICE OF CAPITAL IMPROVEMENTS
AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT
WITH HNTB CORPORATION
FOR TRANSPORTATION PROGRAM SUPPORT SERVICES
This Amendment No. 1 to the Professional Services Agreement dated February 1, 2017 (the
"Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"),
and HNTB Corporation ("Consultant"), a Foreign corporation, for the provision of Transportation
Program Support Services "Services") for the Office of Capital Improvements ("OCI") is entered
into this S day of CC -e7.f , 2018.
RECITALS
WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and
Request for Qualifications ("RFQ") No. 15-16-028, the City Manager executed an Agreement
with Consultant for an amount not -to -exceed $500,000; and
WHEREAS, Consultant is actively rendering professional consulting services on several
City projects, which require the continuation of transportation and transit administration services;
and
WHEREAS, the existing Compensation Limit is not sufficient to address the costs
associated with the outstanding and foreseeable future transportation and transit administration
assignments; and
WHEREAS, it is in the best interest of the City to increase the Compensation Limit under
the Agreement to accommodate outstanding and foreseeable future assignments; and
WHEREAS, this Amendment No. 1 to the Agreement increases the Compensation Limit
by $500,000, thereby increasing the total Compensation Limit from $500,000 to an amount not -
to -exceed $1,000,000; and
WHEREAS, the City Commission has adopted Resolution No. R-18-0338, to approve
the corresponding increase in the Compensation Limits; and
NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the
Agreement as follows:
Section 2.05-1 Compensation Limits is hereby amended as follows:
The amount of compensation payable by the City to the Consultant shall be a lump sum
or not -to -exceed fee, based on the rates and schedules established in Attachment B
hereto, which by this reference is incorporated into this Agreement; provided, however,
that in no event shall the amount of compensation exceed a annual maximum of dive
Hundred Thousand Dollars ($500,000) One Million Dollars ($1,000,000) over the term of
the Agreement and any extension(s), unless explicitly approved by action of the City
Commission and put into effect by written amendment to this Agreement. The City may,
at its sole discretion, use other compensation methodologies. The City shall not have
any liability, nor will the Consultant have any recourse against the City, for any
compensation, payment, reimbursable expenditure, cost or charge beyond the
compensation limits of this Agreement, as it may be amended from time to time. This
RELATING TO THIS AGREEMENT, CONTACT THE DIVISION OF
PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT
PUBLICRECORDSna,M1AMIGOV.COM, OR REGULAR MAIL AT
CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND
AVENUE, 9TH FL, MIAMI, FL 33130. THE CONSULTANT MAY
ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF
MIAMI DEPARTMENT WHO IS ADMINISTERING THIS
CONTRACT.
All other terms and conditions of the Agreement are in operative force and effect and remain
unchanged.
CERTIFICATE OF AUTHORITY
(IF CORPORATION OR LLC)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
HNTB Corportation , a corporation organized and existing under
the laws of the State of Delaware , held on the22ndday of May , 2018, a
resolution was duly passed and adopted authorizing (Name) Gustavo Pego as
(Title) Vice President of the corporation to execute agreements on behalf of the
corporation and providing that their execution thereof, attested by the secretary of the corporation,
shall be the official act and deed of the corporation.
I further certify that said resolution remains in full force and effect.
2018 IN WITNESS WHEREOF, I have hereunto set my hand this (, , day of 4 J :A�7__
//1 •1&_
Secretary: c~J
r
Print:_, .}..
CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
, a partnership organized and existing under
the laws of the State of , held on the _day of , a resolution
was duly passed and adopted authorizing (Name) as
(Title) of the partnership to execute agreements on 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 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
1
CERTIFICATE OF AUTHORITY
AND
POWER OF ATTORNEY
The undersigned, Vice President of HNTB Corporation, a Delaware corporation,
(the "Corporation") hereby certifies that GUSTAVO F. PEGO has been authorized by the
Board of Directors of the Corporation, commencing as of the date hereof, to enter into
agreements and contracts for usual and customary architectural, engineering, planning,
and management professional services, and to incur ordinary and necessary obligations in
connection therewith, in the name of and on behalf of the Corporation, and the
Corporation shall be bound thereby. The Corporation hereby ratifies and confirms any
action taken by such individual pursuant to this certificate. Such authority shall expire as
of May 31,2019.
Date: May 22, 2018 By:
State of: Missouri
County of: Jackson
Thomas D. O'Gdy
On May 22, 2018 before me a Notary Public, in and for the county and state
aforesaid, personally appeared Thomas D. O'Grady, to me known to be the person
described in and who executed the foregoing instrument and acknowledged that he
executed the same as the free act and deed of the Corporation, and being duly sworn, did
state upon oath that he is the Vice President of HNTB Corporation, and as such is
authorized to execute this instrument and make this acknowledgment on behalf of the
Corporation.
In testirnony whereof, I have hereunto set my hand and affixed my official seal on
May 22, 2018.
Notary Public
My commission expires:
August 21, 2018
PROFESSIONAL SERVICES AGREEMENT
CITY OF MIAMI
OFFICE OF TRANSPORTATION MANAGEMENT
PROFESSIONAL SERVICES AGREEMENT
Service Category Transportation Program Support Services
Contract Type Continuing Services for the Transportation Program
Consultant HNTB Corporation
TABLE OF CONTENTS
ARTICLE 1 DEFINITIONS 5
ARTICLE 2 GENERAL CONDITIONS 7
2.01 TERM 7
2.02 OPTIONS TO EXTEND 7
2.03 SCOPE OF SERVICES 7
2.04 COMMUNITY BUSINESS ENTERPRISE ("CBE") PARTICIPATION 7
2.05 COMPENSATION 7
2.06 LIMITATIONS OF RESPONSIBILITY 8
2.07 OPINIONS OF COST AND SCHEDULE 8
ARTICLE 3 PERFORMANCE 8
3.01 PERFORMANCE AND DELEGATION 8
3.02 REMOVAL OF UNSATISFACTORY PERSONNEL 8
3.03 CONSULTANT KEY STAFF 8
3.04 TIME FOR PERFORMANCE 9
3.05 STANDARD OF CARE 9
ARTICLE 4 SUBCONSULTANTS 9
4.01 GENERAL 9
4.02 SUBCONSULTANT RELATIONSHIPS 9
4.03 CHANGES TO SUBCONSULTANTS 9
ARTICLE 5 DEFAULT 9
5.01 GENERAL 9
5.02 CONDITIONS OF DEFAULT 10
5.03 TIME TO CURE DEFAULT; FORCE MAJEURE 10
ARTICLE 6 TERMINATION OF AGREEMENT 10
6.01 CITY'S RIGHT TO TERMINATE 10
6.02 CONSULTANT'S RIGHT TO TERMINATE t0
6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT 11
ARTICLE 7 DOCUMENTS AND RECORDS 11
7.01 OWNERSHIP OF DOCUMENTS 11
7.02 DELIVERY UPON REQUEST OR CANCELLATION 11
7.03 RE -USE BY CITY 11
7.04 NONDISCLOSURE 11
7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS 12
RTICLE 8 INDEMNIFICATION 12
ARTICLE 9 INSURANCE 13
9.01 COMPANIES PROVIDING COVERAGE 13
9.02 VERIFICATION OF INSURANCE COVERAGE 13
9.03 FORMS OF COVERAGE 13
9.04 MODIFICATIONS TO COVERAGE 14
ARTICLE 10 MISCELLANEOUS 14
10.01 AUDIT RIGHTS; INSPECTION 14
10.02 ENTIRE AGREEMENT 14
10.03 SUCCESSORS AND ASSIGNS 14
10.04 TRUTH -IN -NEGOTIATION CERTIFICATE t4
10.05 APPLICABLE LAW AND VENUE OF LITIGATION 15
10.06 NOTICES 15
10.07 INTERPRETATION 15
10.08 JOINT PREPARATION 15
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
PROFESSIONAL SERVICES AGREEMENT
10.09 PRIORITY OF PROVISIONS 16
10.10 MEDIATION - WAIVER OF JURY TRIAL. 16
10.11 TIME 16
10.12 COMPLIANCE WITH LAWS 16
10.13 NO PARTNERSHIP 16
10.14 DISCRETION OF DIRECTOR 17
10.15 RESOLUTION OF CONTRACT DISPUTES 17
10.16 INDEPENDENT CONTRACTOR 17
10.17 CONTINGENCY CLAUSE 17
10.18 THIRD PARTY BENEFICIARY 17
10.19 ADDITIONAL TERMS AND CONDITIONS 17
ATTACHMENT A - SCOPE OF WORK 22
ARTICLE Al GENERAL 22
A1.01 SCOPE OF SERVICES 22
ARTICLE A2 OVERVIEW OF TRANSPORTATION AND TRANSIT PROGRAM SUPPORT
SERVICES 23
A2.01 PRIMARY SERVICES 23
A2.02 SPECIALTY SERVICES 23
ARTICLE A3 PRIMARY SERVICES 23
A3.01 ADMINISTRATIVE PROGRAM MANAGEMENT 23
A3.02 PRODUCTION MANAGEMENT SERVICES 24
ARTICLE A4 SPECIALTY SERVICES (INCLUDING THE MIAMI TROLLEY PROGRAM) 25
ARTICLE A5 STAFFING 25
A5.01 PROGRAM STAFF 26
A5.02 STAFFING FOR SPECIALTY SERVICES 26
A5.03 STAFFING CHANGES 26
ARTICLE A6 ASSIGNMENT OF WORK 26
SCHEDULE Al - SUBCONSULTANTS 28
SCHEDULE A2 - KEY STAFF 28
ATTACHMENT B - COMPENSATION AND PAYMENTS 30
ARTICLE B.1 METHOD OF COMPENSATION 30
B1.01 COMPENSATION LIMITS 30
B1.02 CONSULTANT NOT TO EXCEED 30
ARTICLE B2 WAGE RATES 30
B2.01 FEE BASIS 30
B2.02 EMPLOYEES AND JOB CLASSIFICATIONS 30
82.03 MULTIPLIER 30
82.04 CALCULATION 30
B2.05 EMPLOYEE BENEFITS AND OVERHEAD 31
B2.06 ESCALATION 31
ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION 31
B3.01 LUMP SUM 31
B3.02 HOURLY RATE FEES 31
B3.03 REIMBURSABLE EXPENSES 32
83.04 FEES for SPECIALTY SERVICES 32
B3.05 PAYMENT EXCLUSIONS 32
B3.06 FEES RESULTING FROM PROJECT SUSPENSION 32
ARTICLE B4 PAYMENTS TO THE CONSULTANT 32
B4.01 PAYMENTS GENERALLY 32
B4.02 MONTHLY PROGRESS REPORT 33
B4.03 BILLING - HOURLY RATE 33
B4.04 PAYMENT FOR ADDITIONAL SERVICES & REIMBURSABLE EXPENSES 33
B4.05 DEDUCTIONS 33
ARTICLE B5 REIMBURSABLE EXPENSES 33
B5.01 GENERAL 33
B5.02 TYPES OF REIMBURSABLE EXPENSES 34
B5.03 AUTHORIZATION 34
B5.04 DEFINITIONS and CATEGORIES 34
B5.05 REIMBURSEMENTS TO THE SUBCONSULTANTS ... 34
ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 34
B6.01 GENERAL 34
SCHEDULE B1 - WAGE RATES SUMMARY 36
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
PROFESSIONAL SERVICES AGREEMENT
SCHEDULE 62 — ESTIMATE OF REIMBURSABLE EXPENSE 37
SCHEDULE B2 — ESTIMATE OF REIMBURSABLE EXPENSE 38
SCHEDULE 63 — EXPENSE VOUCHER 39
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
PROFESSIONAL SERVICES AGREEMENT
CITY OF MIAMI
OFFICE OF TRANSPORTATION MANAGEMENT
PROFESSIONAL SERVICES AGREEMENT
Service Category Transportation Program Support Services
(RFQ No. 15-16-028)
Contract Type Continuing Services for the Transportation Program
Consultant HNTB Corporation
Consultant Office Location 8700 W. Flagler Street, Suite 402, Miami, Florida 33174
City Authorization Section 18-87
THIS AGREEMENT made this() day of ��' Y% in the year 8' 6 by and between
THE CITY OF MIAMI, FLORIDA, hereinafter called the3-kity,' and (Consultant's Name),
hereinafter called the "Consultant."
RECITAL
A. The City issued a Request for Qualifications ("RFQ") No. 15-16-028 on July 6,
2016 for the provision of Transportation Program Support Services ("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, and are, by this reference, expressly incorporated into
and made a part of this Agreement as if set forth in full.
B. WHEREAS, the City, through action of the City Manager and/or the City
Commission, as applicable, has selected the Consultant in accordance with Section 287.055,
Florida Statutes, (Consultants' Competitive Negotiation Act, hereinafter referred to as "CCNA"),
and the applicable provisions of the City Procurement Ordinance, to provide the professional
services as described herein.
VVITNESSETH, that the City and the Consultant, for the considerations herein set forth, agree as
follows:
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
4
PROFESSIONAL SERVICES AGREEMENT
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 mean the Attachments to this Agreement are expressly incorporated by reference and
made a part of this Agreement as if set forth in full.
1.03 Base Fee means the amount of compensation mutually agreed upon for the completion of Basic
Services.
1.04 Basic Services 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
which is a party hereto and for which this Agreement is to be performed. In all respects hereunder.
the City's performance is pursuant to the City's position as the Owner of the Project. In the event the
City exercises its regulatory authority as a governmental body, the exercise of such regulatory
authority and the enforcement of any rules, regulations, codes, laws and ordinances shall be deemed
to have occurred pursuant to the City's authority as a governmental body and shall not be attributable
in any manner to the City as a party to this Agreement. The City of Miami shall be referred to herein
as "City". For the purposes of this Agreement, "City" without modification shall mean the City
Manager.
1.08 City Risk Manager shall mean the Risk Manager of the City of Miami who heads the Department of
Risk Management.
1.09 Commission means the legislative body of the City of Miami.
1.10 Community Business Enterprise ("CBE") means a firm which has been certified by Miami -Dade
County who will provide architectural, landscape architectural, engineering, or surveying and
mapping professional services to the prime proposer as required pursuant to City Code §18-87.
1.11 Consultant means the individual, partnership, corporation, association, joint venture, or any
combination thereof, of properly registered professional architects, or engineers, which has entered
into the Agreement to provide professional services to the City.
1.12 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.
1.13 Director means the Director of the City Department designated herein who has the authority and
responsibility for managing the specific project or projects covered under this Agreement. Unless
otherwise specified herein or in a Work Order, for the purpose of this Agreement, the Director is the
top administrator of the Office of Transportation Management or designee.
1.14 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.
1.15 Key Personnel means Staff positions assigned on a full time basis to the Program by the Program
Coordinator with the Director's approval, to serve as an extension of the City's staff typically working
inside the City's Miami Riverside Center (MRC) or other requested City facility.
1.16 Notice to Proceed means same as "Authorization to Proceed." A duly authorized written letter or
directive issued by the Director or Project Manager acknowledging that all conditions precedent have
been met and/or directing that the Consultant may begin work on the Project.
1.17 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 and the construction of a project
as a direct representative of the City.
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
5
PROFESSIONAL SERVICES AGREEMENT
1.18 Project means the construction, alteration and/or repair, and all services and incidentals thereto, of
a City facility as contemplated and budgeted by the City. The Project or Projects shall be further
defined in the Scope of Services and/or Work Order issued pursuant to this Agreement.
1.19 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.
1.20 Professional Services Agreement ("Agreement" or "PSA") means this Agreement and all
attachments and any authorized amendments thereto, In the event of a conflict between the Request
for Qualifications ("RFQ") and the Consultants response thereto, the RFQ will control. In the event
of any conflict between the Consultant's responses to the RFQ, this PSA will control. In the event of
any conflict between this PSA and its attachments this PSA will control.
1.21 Risk Administrator means the City's Risk Management Administrator, or designee. or the individual
named by the City Manager to administer matters relating to insurance and risk of loss for the City.
1.22 Scope of Services or Services means a comprehensive description of the activities, tasks, design
features, objectives, deliverables and milestones required for the completion of Project or an
assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary
for its completion.
1.23 Subconsultant means a person or organization of properly registered professional architects,
engineers, registered surveyor or mapper, and/or other professional specialty that has entered into a
written agreement with the Consultant to furnish specified professional services for a Project or task.
1.24 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.
1.25 Work means all services, materials and equipment provided by/or under this Agreement with the
Consultant.
1.26 Work Order means a document internal to the City authorizing the performance of specific
professional services for a defined Project or Projects.
1.27 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.
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
6
PROFESSIONAL SERVICES AGREEMENT
ARTICLE 2 GENERAL CONDITIONS
2.01 TERM
The term of this Agreement shall be for two (2) year(s) commencing on the effective date hereof. This
specified term is intended for administrative and budget control purposes and is not to be considered or
interpreted as a time limitation. This Agreement shall be in place until completion of the Project.
During the term of this Agreement the Consultant is precluded from entering into any other contracts or
agreements with the City to provide Services related, incidental or allied to or contained in the
Transportation Program. Where the Consultant has existing contracts or agreements with other agencies
who operate or provide similar programs or services within the City, the Consultant shall be precluded from
providing Transportation Program Support Services for such contracts or agreements as long as this
Agreement is in effect.
2.01-1 Extension of Expiration Date
In the event the Consultant is engaged in any Project(s) on the Agreement expiration date,
then this Agreement shall not expire and remain in effect until completion or termination of said
Project(s). No new Work Orders shall be issued after the expiration date.
2.02 OPTIONS TO EXTEND
The CITY, by action of the CITY MANAGER, shall have the option to extend the term for two (2) additional
period(s) of one (1) year(s) each, subject to continued satisfactory performance as determined by the
Director, and to the availability and appropriation of funds. City Commission authorization of this Agreement
includes delegation of authority to the CITY MANAGER to administratively approve said extensions
provided that the compensation limits set forth in 2.05 are not exceeded.
2.03 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" hereto (to be Determined), which by this reference is incorporated
into and made a part of this Agreement.
2.04 COMMUNITY BUSINESS ENTERPRISE ("CBE") PARTICIPATION
REQUIREMENTS ORDINANCE 13331, codified as § 18-87(p), City Code.
Prospective Firms must adhere to the following requirements:
1) Assign a minimum of fifteen percent (15%) of the contract value to firms currently
certified by Miami -Dade County as a Community Business Enterprise ("CBE");
2) Place a specific emphasis on utilizing local small businesses from within the City's
municipal boundaries.
For information on the City's CBE requirements, visit the Capital Improvements and Transportation Program
(CITP) website at: http://www.miamigov.com/CITP/forms.html
2.05 COMPENSATION
2.05-1 Compensation Limits
The amount of compensation payable by the City to the Consultant shall be a lump sum or not to exceed
fee, based on the rates and schedules established in Attachment B hereto, which by this reference is
incorporated into this Agreement; provided, however, that in no event shall the amount of compensation
exceed an annual maximum of Five Hundred Thousand Dollars ($500,000) over the term of the
Agreement and any extension(s), unless explicitly approved by action of the City Commission and put
into effect by written amendment to this Agreement. The City may, at its sole discretion use other
compensation methodologies. The City shall not have any liability nor will the Consultant have any
recourse against the City for any compensation, payment, reimbursable expenditure, cost or charge
beyond the compensation limits of this Agreement, as it may be amended from time to time. This
Agreement, as amended and/or renewed, is subject to the compensation limits for continuing contracts
set forth in § 287.055, Florida Statutes for Continuing Contracts.
7
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
PROFESSIONAL SERVICES AGREEMENT
2.05-2 Payments
Unless otherwise specifically provided in Attachment B, 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 § 218.72, Florida Statutes, and to allow
a proper audit of expenditures, should the City require one to be performed. If the Consultant is entitled
to reimbursement of travel expenses, then all bills for travel expenses shall be submitted in accordance
with Section 112.061, Florida Statutes. For the submission of invoices, the Consultant shall utilize the
Consultant Invoice Form available on the CITP website at http://www.miamigov.com/CITP;forms.htmI.
2.06 LIMITATIONS OF RESPONSIBILITY
2.06.1 Consultant shall not be responsible for construction means, methods, techniques, sequences,
procedures, or safety precautions and programs directly assigned or performed by the contractor in
connection with the Project.
2.06.2 In the event the City requests Consultant to execute any certificates or other documents, the
proposed language of such certificates or documents shall be submitted to Consultant for review at
least ten (10) days prior to the requested date of execution. Consultant shall not unreasonably withhold
or delay their execution of such certificates. Consultant shall not be required to execute any certificates
or documents that in any way would, materially (i) increase Consultant's legal or contractual obligations
or risks; (ii) require knowledge, services or responsibilities beyond the scope of this Agreement.
2.07 OPINIONS OF COST AND SCHEDULE
Because Consultant has no control over the cost of labor, materials, or equipment furnished by others, or
over the resources provided by others to meet Project schedules, Consultant's opinion of probable costs
and of Project schedules, if any, shall be made on the basis of professional experience and qualifications
as a practitioner of its profession. Consultant does not guarantee that quantities, proposals, bids, or actual
Project costs will not vary from Consultant's cost estimates or that actual schedules will not vary from
Consultant's projected schedules. This Section 2.07 shall not be applicable if Consultant is being
compensated for Construction Cost Estimation Services or in furnishing a statement of probable
construction costs.
ARTICLE 3 PERFORMANCE
3.01 PERFORMANCE AND DELEGATION
The Services to be performed hereunder shall be performed by the Consultant's own staff, unless otherwise
provided in this Agreement, or approved, in writing by the City. Said approval shall not be construed as
constituting an agreement between the City and said other person or firm. The same degree of care, skill,
and diligence shall be exercised in the performance of the Services as is ordinarily possessed and
exercised by a member of the same profession, currently practicing, under similar circumstances.
3.02 REMOVAL OF UNSATISFACTORY PERSONNEL
Director or designee may make written request to the Consultant for the prompt removal and replacement
of any personnel employed or retained by the Consultant, or any Subconsultants or subcontractors, or any
personnel of any such Subconsultants or subcontractors engaged by the Consultant to provide and perform
services or Work pursuant to the requirements of this Agreement. The Consultant shall respond to the City
within fourteen (14) calendar days of receipt of such request with either the removal and replacement of
such personnel or written justification as to why that may not occur. All decisions involving personnel will
be made by the Consultant. Such request shall solely relate to said employees work under this Agreement.
3.03 CONSULTANT KEY STAFF
The parties acknowledge that the Consultant was selected by the City, in part, on the basis of qualifications
of particular staff identified in the Consultant's response to the City's solicitation, hereinafter referred to as
"Key Staff'. The Consultant will make prompt and complete arrangements for Key Staff to be available for
Work upon request from the City, as long as said Key Staff is in the Consultant's employ. The Consultant
will obtain prior written acceptance of Director or designee to change Key Staff. The Consultant shall
provide Director, or designee with such information as necessary to determine the suitability of proposed
new Key Staff. Director will act reasonably in evaluating Key Staff qualifications. Such acceptance shall not
constitute any responsibility or liability for the individual's ability to perform.
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
8
PROFESSIONAL SERVICES AGREEMENT
3.04 TIME FOR PERFORMANCE
The Consultant agrees to start all Work hereunder upon receipt of a Notice to Proceed issued by the
Director and to complete each assignment, task or phase within the time stipulated in the Notice to Proceed.
Time is of the essence with respect to performance of this Agreement.
A reasonable extension of the time for completion of various assignments, tasks or phases may be granted
by the City should there be a delay on the part of the City in fulfilling its obligations under this Agreement
as stated herein. Such extension of time shall not be cause for any claim by the Consultant for extra
compensation. Consultant shall not be responsible for delays entirely beyond Consultant's control.
3.05 STANDARD OF CARE
Consultant is solely responsible for the technical accuracy and quality of their Services. Consultant shall
perform all Services in compliance with Florida Administrative Code Rule 61G15-19.001(4) and Section
471.033(1) of the Florida Statutes, as amended. Consultant shall perform due diligence, in accordance with
appropriate 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 negligent
errors, omissions, and/or deficiencies in its designs, drawings, specification or other Services. Consultant
shall also be liable for claims for delay costs, and any increased costs in construction, including but not
limited to additional work, demolition of existing work, rework, etc., resulting from any negligent errors,
omissions, actions, and/or deficiencies in its designs, drawings, specification or other Services.
ARTICLE 4 SUBCONSULTANTS
4.01 GENERAL
4.01-1 A Subconsultant, as defined in Article 1.23 is a part of the consulting team in the competitive
selection process by which the Consultant was chosen to perform the Services under this Agreement
and has entered into a written agreement with the Consultant to perform such Services, and as such,
is identified and listed in Schedule Al attached hereto and incorporated 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 Schedule Al.
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 or modify/change any Subconsultant listed in Schedule Al without prior written
approval by the Director or designee, which shall not be unreasonably withheld, in response to a written
request from the Consultant stating the reasons for any proposed substitution.
ARTICLE 5 DEFAULT
5.01 GENERAL
If the Consultant fails to comply with any term or condition of this Agreement, or fails to perform any of its
obligations hereunder, then the Consultant shall be in default. Upon the occurrence of a default hereunder
the City, in addition to all remedies available to it by law, may immediately, upon written notice to the
Consultant, terminate this Agreement and/or an applicable Work Order whereupon all 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.
9
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
PROFESSIONAL SERVICES AGREEMENT
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
reasonable costs and expenses incurred by the City in the re -procurement of the Scope of Services, under
an applicable Work Order and/or Agreement. In the event of Default, the City may also suspend or withhold
reimbursements from the Consultant until such time as the actions giving rise to default have been cured.
5.02 CONDITIONS OF DEFAULT
A finding of Default and subsequent termination for cause may include, without limitation, any of the
following:
5.02-1 The Consultant fails to obtain or maintain the professional engineering certification /
licensure, insurance or bonding herein required.
5.02-2 The Consultant fails to comply, in a substantial or material sense, with any of its duties
under this Agreement and/or a particular Scope of Services, 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 Scope of Services within the time provided under
an applicable Work Order and/or Agreement 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 or promptly submit a plan to
cure the default acceptable to the City within time stipulated in said notice, which shall not be less than
fourteen (14) days nor more than thirty (30) days after which time the City may terminate the Agreement
and/or or applicable Work Order. The City at its sole discretion, may allow additional days to perform any
required cure if the Consultant provides written justification deemed reasonably sufficient. If the Default has
not been corrected by the Consultant within the time specified the Agreement shall be automatically
terminated on the last day of the time stipulated in said notice, without the necessity of any further action
by the City.
Should any such failure on the part of the Consultant be due to a condition of Force Majeure as that term
is interpreted under Florida law, then the City may allow an extension of time reasonably commensurate
with the cause of such failure to perform or cure.
ARTICLE 6 TERMINATION OF AGREEMENT
6.01 CITY'S RIGHT TO TERMINATE
The City, including the Director or designee has the right to terminate this Agreement for any reason or no
reason, upon ten (10) days' written notice. Upon termination of this Agreement, all charts, sketches, studies,
drawings, and other documents identified in the Work Order statement of work and/or the Agreement,
including all electronic copies related to Work authorized under this Agreement, whether finished or not,
must be turned over to the Director or designee. The Consultant shall be paid in accordance with provisions
of Attachment B, provided that said documentation is turned over to Director or designee within ten (10)
business days of termination. Failure to timely deliver the documentation shall be cause to withhold any
payments due without recourse by the Consultant until all documentation is delivered to the Director or
designee.
6.01-1 The Consultant shall have no recourse or remedy from any termination made by the City
except to retain the fees, and allowable costs or reimbursable expenses, earned compensation for the
Services that were performed in complete compliance with the Agreement, as full and final settlement
of any claim, action, demand, cost, charge or entitlement it may have, or will, have against the City, its
officials or employees.
6.02 CONSULTANT'S RIGHT TO TERMINATE
The Consultant shall have the right to terminate this Agreement, and/or the Work Order that the breach
occurred under, in writing, following breach by the City, if breach of contract has not been corrected within
sixty (60) days from the date of the City's receipt of a written statement from the Consultant specifying its
breach of its duties under this Agreement.
10
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
PROFESSIONAL SERVICES AGREEMENT
6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT
The Consultant warrants that it has not employed or retained any company or person, other than a bona
fide employee working solely for the Consultant to solicit or secure this Agreement and that he or she has
not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide
employee working solely for the Consultant any fee, commission, percentage, gift, or other consideration
contingent upon or resulting from the award or making of this Agreement.
For the breach or violation of this provision, the City shall have the right to terminate the Agreement without
liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such
fee, commission, percentage, gift, or consideration.
ARTICLE 7 DOCUMENTS AND RECORDS
7.01 OWNERSHIP OF DOCUMENTS
All tracings, plans, drawings, specifications, maps, computer files, and/or reports prepared or obtained
under this Agreement, as well as all data collected, together with summaries and charts derived there from,
including all electronic digital copies developed or obtained solely for the benefit of City as works made for
hire shall become the property of the City upon payments made to the Consultant or termination of the
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 the Scope of Services and/or upon completion or termination of this
Agreement. The Consultant shall not copyright any material and products or patent any invention developed
as works made for hire under this Agreement. The City shall have the right to visit the site for inspection of
the work and the products of the Consultant at any time. The Consultant shall be permitted to retain copies,
including reproducible copies, solely for information and reference in connection with the City's use and
occupancy of the Project.
City hereby states that to the best of its knowledge, information and belief that it owns the intellectual
property rights in any plans, documents, or other materials provided by City to Consultant. If City does not
own the intellectual property rights in such plans, documents, or other materials prior to providing same to
Consultant, City shall obtain a license or right to use, including the right to sublicense to Consultant. City
hereby grants Consultant the right to use the intellectual property associated with plans, documents, or
other materials it owns or has the right to use for the limited purpose of performing the Services.
Notwithstanding anything herein to the contrary, Consultant shall not be responsible for verifying or ensuring
the accuracy of any information or content supplied by City or any other Project participant. City states that
to the best of its knowledge, information and belief that Consultant's use of such documents will not infringe
upon any third parties' rights and City will indemnify and protect Consultant from any infringement claims
arising from Consultant's use of any plans, documents, or other materials provided to Consultant in the
performance of its Services hereunder.
7.02 DELIVERY UPON REQUEST OR CANCELLATION
Failure of the Consultant to promptly deliver all such documents, both hard copy and digital, to the Director
or designee within ten (10) days of cancellation, or within ten (10) days of request by the City, shall be just
cause for the City to withhold payment of any fees due the Consultant until the Consultant delivers all such
documents. The Consultant shall have no recourse from these requirements.
7.03 RE -USE BY CITY
All Consultant agreements and/or Work Orders for Services will include this provision, It is understood that
all Consultant Work products, at the City's sole option, may be used by the City for their intended purpose
on this Project and by virtue of signing this agreement the Consultant agrees to such re -use in accordance
with this provision without the necessity of further approvals, compensation, fees or documents being
required and without recourse for such re -use. The Consultant will not be liable for re -use by the City of
plans, documents, studies, or other data for any purpose other than that intended by the terms and
conditions of this Agreement.
7.04 NONDISCLOSURE
To the extent allowed by law, the Consultant agrees not to divulge, furnish ,or make available to any third
person, firm or organization, without Director or designee's prior written consent, or unless incident to the
proper performance of the Consultant's obligations hereunder, or in the course of judicial or legislative
proceedings where such information has been properly subpoenaed, any non-public information
concerning the Services to be rendered by the Consultant hereunder, and the Consultant shall require all
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
11
PROFESSIONAL SERVICES AGREEMENT
of its employees, agents, Subconsultants, and subcontractors to comply with the provisions of this
paragraph.
7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS
The Consultant will keep adequate records and supporting documentation, which concern or reflect it's
Scope of Services hereunder. Records subject to the provisions of the Public Records Law, Florida Statutes
Chapter 119, shall be kept in accordance with the applicable statutes. Otherwise, the records and
documentation will be retained by the Consultant for a minimum of three (3) years from the date of
termination of this Agreement or the date the Project is completed, whichever is later. The City, or any duly
authorized agents or representatives of the City, shall have the right to audit, inspect, and copy all such
records and documentation as often as they deem necessary during the period of this Agreement and
during the three (3) year period noted above; provided, however such activity shall be conducted only during
normal business hours upon reasonable advance written notice. Consultant shall not be responsible for
indemnifying City to the extent its employee is residing in City facilities as an extension of City Staff and
under direct City supervision.
Consultant shall additionally comply with Section 119.0701, Florida Statutes, including without limitation:
(1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform
this service; (2) provide the public with access to public records on the same terms and conditions as the
City would at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law; 3) ensure
that public records that are exempt or confidential and exempt from disclosure are not disclosed except as
authorized by law; (4) meet all requirements for retaining public records and transfer, at no cost, to the City
all public records in its possession upon termination of this Agreement and destroy any duplicate public
records that are exempt or confidential and exempt from disclosure requirements; and, (5) provide all
electronically stored public records to the City in a format compatible with the City's information technology
systems.
IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT BETTY DOYLE, (305) 416 - 1915,
BDOYLE@MIAMIGOV.COM, PROCUREMENT DEPARTMENT, 444 S.W. 2ND
AVENUE, 6TH FLOOR, MIAMI, FLORIDA 33130.
ARTICLE 8 INDEMNIFICATION
(14W-4 The Consultant shall indemnify, hold harmless, and defend the City, its officers, agents, directors, and/or
employees, from liabilities, damages, losses, judgments, and costs, including, but not limited to reasonable
attomey's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or
intentional wrongful misconduct of Consultant and persons employed or utilized by Consultant in the
performance of this Contract. Consultant shall, further, hold the City, its officials and/or employees,
harmless for, and defend the City, its officials and/or employees against, any civil actions, statutory or
similar claims, injuries or damages arising or resulting from the permitted work. These indemnifications
shall survive the term of this Agreement. In the event that any action or proceeding is brought against the
City by reason of any such claim or demand, the Consultant shall, upon written notice from the City, resist
and defend such action or proceeding by counsel satisfactory to the City. The Consultant expressly
understands and agrees that any insurance protection required by this Agreement or otherwise provided
by the Consultant shall in no way limit the responsibility to indemnify, keep and save harmless and defend
the City or its officers, employees, agents and instrumentalities as herein provided.
The indemnification provided above shall obligate the Consultant to defend, at its own expense, to and
through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's
option, any and all claims of liability and all suits and actions of every name and description which may be
brought against the City whether performed by the Consultant, or persons employed or utilized by
Consultant.
This indemnity will survive the cancellation or expiration of the Agreement. This indemnity will be interpreted
under the laws of the State of Florida, including without limitation and interpretation, which conforms to the
limitations of §725.06 and/or §725.08, Florida Statutes, as applicable.
12
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
PROFESSIONAL SERVICES AGREEMENT
The Consultant shall require all Subconsultant agreements to include a provision that they will indemnify
the City.
The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims
which may result from any actions or omissions of the Consultant in which the City participated either
through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any
submissions by the Consultant or other acts of the Consultant, the City in no way assumes or shares any
responsibility or liability of the Consultant or 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 all insurance
required hereunder and the City's Risk Manager or his/her 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), as per A.M. Best Company's Key Rating Guide, latest edition.
9.02 VERIFICATION OF INSURANCE COVERAGE
The Consultant shall furnish certificates of insurance to the Risk Administrator for review and approval prior
to the execution of this Agreement. The Certificates shall clearly indicate that the Consultant has obtained
insurance of the type, amount and classification required by these provisions. The Consultant shall maintain
coverage with equal or better rating as identified herein for the term of this Agreement. The Consultant shall
provide written notice to the City's Department of Risk Management of any material change, cancellation
and/or notice of non -renewal of the insurance within thirty (30) days of the change.
The Consultant shall furnish copies of insurance policies pertaining to this Agreement to Risk Administrator
within ten (10) days of written request.
9.03 FORMS OF COVERAGE
9.03-1 COMMERCIAL GENERAL LIABILITY AND AUTOMOBILE LIABILITY
The Consultant shall maintain commercial general liability coverage with limits of at least $1,000,000
per occurrence, $2,000,000 aggregate for bodily injury and property damage. The coverage shall
include Premises and Operations, Contingent and Contractual Liability, and Products and Completed
Operations, with additional endorsements as applicable. Waiver of Subrogation applies in favorite of
the certificate holder.
The coverage shall be written on a primary and non-contributory basis with the City listed as an
additional insured as reflected by endorsement CG 2010 11/85 or its equivalence. Notice of cancellation
should read thirty (30) days.
9.03-2 BUSINESS AUTOMOBILE
The Consultant shall provide business automobile liability coverage including coverage for all owned,
hired and non -owned autos with a minimal combined single limit of $1,000,000 naming the City as an
additional insured with respect to this coverage. Notice of cancellation should read thirty (30) days.
9.03-3 PROFESSIONAL LIABILITY INSURANCE
The Consultant shall maintain Professional Liability Insurance for the negligent acts, Errors and
Omissions in the minimum amount of $2,000,000 per claim, $2,000,000 aggregate providing for all
sums which the Consultant shall be legally obligated to pay as damages for claims to the extent caused
by the performance of professional 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.
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
13
PROFESSIONAL SERVICES AGREEMENT
9.03-4 UMBRELLA LIABILITY INSURANCE
The Consultant shall maintain Umbrella Liability Insurance including Bodily injury and property damage
liability with limits of $1,000,000.00 each occurrence and an aggregate limit of $1,000,000.00. The
coverage shall include excess coverage over all applicable liability policies with the City listed as an
additional insured.
9.03-5 WORKER'S COMPENSATION INSURANCE
The Consultant shall maintain Worker's Compensation Insurance in compliance with Florida Statutes,
Chapter440, as amended, and Employee's Liability with a minimum limit of $500,000 each occurrence.
9.03-6 SUBCONSULTANT COMPLIANCE
The Consultant shall ensure that all Subconsultants comply with these same insurance requirements.
9.04 MODIFICATIONS TO COVERAGE •
The Risk Administrator or his/her authorized designee reserves the right to require modifications, increases,
or changes in the required insurance requirements, coverage, deductibles or other insurance obligations
by providing a thirty (30) day written notice to the Consultant in accordance with §10.06 herein. 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 reasonable 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 §18-101 and
§ 18-102, City Code, are applicable to this Agreement and are deemed as being incorporated by reference
herein.
10.02 ENTIRE AGREEMENT
This Agreement, as it may be amended from time to time, represents the entire and integrated Agreement
between the City and the Consultant and supersedes all prior negotiations, representations or agreements,
written or oral. This Agreement may not be amended, changed, modified, or otherwise altered in any
respect, at any time after the execution hereof, except by a written document executed with the same
formality and equal dignity herewith. Waiver by either party of a breach of any provision of this Agreement
shall not be deemed to be a waiver of any other breach of any provision of this Agreement.
10.03 SUCCESSORS AND ASSIGNS
The performance of this Agreement shall not be transferred pledged, sold, delegated or assigned, in whole
or in part, by the Consultant without the written consent of the City, acting by and through its City
Commission. It is understood that a sale of the majority of the stock or partnership shares of the Consultant,
a merger or bulk sale, an assignment for the benefit of creditors shall each be deemed transactions that
would constitute an assignment or sale hereunder requiring prior City approval but which in such cases
shall not be unreasonably withheld.
The Consultant's services are unique in nature and any assignment, sale transference without City
Commission approval shall be cause for the City to cancel this Agreement. The Consultant shall have no
recourse from such cancellation. The City may require bonding, other security, certified financial statements
and tax returns from any proposed Assignee and the execution of an Assignment/ Assumption Agreement
in a form satisfactory to the City Attorney as a condition precedent to considering approval of an assignment.
The Consultant and the City each binds one another, their partners, successors, legal representatives and
authorized assigns to the other party of this Agreement and to the partners, successors, legal
representatives and assigns of such party in respect to all covenants of this Agreement.
10.04 TRUTH -IN -NEGOTIATION CERTIFICATE
In compliance with the Consultant's Competitive Negotiation Act, for any Project to be compensated under
the Lump Sum method, the Consultant shall certify that wage rates and other factual unit costs supporting
the compensation are accurate, complete, and current at the time of Notice to Proceed. The original Project
price and any addition thereto will be adjusted to exclude any significant sums by which the City determines
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
14
PROFESSIONAL SERVICES AGREEMENT
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.
10.06 NOTICES
Whenever either party desires to give notice unto the other, such notice must be in writing, sent by
registered United States mail, return receipt requested, addressed to the party for whom it is intended at
the place last specified; and the place for giving of notice shall remain such until it shall have been changed
by written notice in compliance with the provisions of this paragraph. For the present, the parties designate
the following as the respective places for giving of notice:
For City of Miami:
Annie Perez, CPPO
Director
Procurement Department
City of Miami
444 S.W. 2nd Avenue, 6th Floor
Miami, Florida 33130
annieperez@m iam igov.com
With Copies to:
Sandra Harris
Director
Office of Transportation Management
City of Miami
444 S.W. 2nd Avenue, 8th Floor
Miami, Florida 33130
sandraharris@miamigov.com
For Consultant:
Greg Pego, PE
Vice President, Office Leader
HNTB Corporation
8700 W, Flagler Street, Suite 402
Miami, Florida 33174
gpego@hntb.com
10.07 INTERPRETATION
The language of this Agreement has been agreed to by both parties to express their mutual intent and no
rule of strict construction shall be applied against either party hereto. The headings contained in this
Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of
this Agreement. All personal pronouns used in this Agreement shall include the other gender, and the
singular shall include the plural, and vice versa, unless the context otherwise requires. Terms such as
"herein," "hereof," "hereunder," and "hereinafter" refer to this Agreement as a whole and not to any particular
sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever
reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as a
whole, including all of the subsections of such Section, unless the reference is made to a particular
subsection or subparagraph of such Section or Article.
10.08 JOINT PREPARATION
Preparation of this Agreement has been a joint effort of the City and the Consultant and the resulting
document shall not, solely as a matter of judicial construction, be construed more severely against one of
the parties than any other.
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
15
PROFESSIONAL SERVICES AGREEMENT
10.09 PRIORITY OF PROVISIONS
If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit
attached hereto, any document or events referred to herein, or any document incorporated into this
Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term,
statement, requirement, or provision contained in this Agreement shall prevail and be given effect.
10.10 MEDIATION - WAIVER OF JURY TRIAL
In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the
design and /or construction of the subject project(s), and/or following the completion of the projects(s), the
parties to this Agreement agree all disputes between them shall be submitted to non -binding mediation
prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who
the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State
of Florida. The parties will split the costs of a certified mediator on a 50/50 basis. The Consultant agrees to
include such similar contract provisions with all Subconsultants and/or independent contractors and/or the
Consultants retained for the project(s), thereby providing for non -binding mediation as the primary
mechanism for dispute resolution. Each party will bear their own attorney's fees.
In an effort to expedite the conclusion of any litigation the parties voluntarily waive their right to jury trial or
to file permissive counterclaims in any action arising under this Agreement.
10.11 TIME
Time is of the essence in this Agreement. Consultant agrees to perform the Scope of Services in
accordance with a mutually agreed upon schedule in an applicable Work Order.
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, sex, religion, age, handicap, marital status or national origin. The
Consultant further covenants that no otherwise qualified individual shall, solely by reason of his/her
race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation
in, be denied services, or be subject to discrimination under any provision of this Agreement.
10.12-2 OSHA COMPLIANCE
The Consultant warrants that it will comply with all safety precautions as required by federal, state or
local laws, rules, regulations and ordinances. The City reserves the right to refuse the Consultant
access to City property, including project jobsites, if the Consultant employees are not properly
equipped with safety gear in accordance with OSHA regulations or if a continuing pattern of non-
compliance with safety regulations is exhibited by the Consultant.
10.12-3 ADA COMPLIANCE
The Consultant shall affirmatively comply with all applicable provisions of the Americans with
Disabilities Act ('`ADA") in the course of providing any work, labor or services funded by the City,
including Titles 1 & 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 between the parties. The Consultant has no authority to bind the City to any
promise, debt, default, or undertaking of the Consultant other than as expressly contracted and provided
for hereunder.
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
16
PROFESSIONAL SERVICES AGREEMENT
10.14 DISCRETION OF DIRECTOR
Any matter riot expressly provided for herein dealing with the City or decisions of the City shall be within
the exercise of the reasonable professional discretion of the Director or the Director's authorized designee.
10.15 RESOLUTION OF CONTRACT DISPUTES
The Consultant understands and agrees that all disputes between it and the City based upon an alleged
violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner.
The initial step shall be for the Consultant to notify the Project Manager in writing of the dispute and submit
a copy to the City of Miami personnel identified in Article 10.06, Notices.
Should the Consultant and the Project Manager fail to resolve the dispute the Consultant shall submit their
dispute in writing. with all supporting documentation, to the Director of the Office of Transportation
Management, as identified in Article 10.06, Notices. Upon receipt of said notification the Director of the
Office of Transportation Management shall review the issues relative to the dispute and issue a written
finding.
Should the Consultant and the Director of the Office of Transportation Management fail to resolve the
dispute the Consultant shall submit their dispute in writing within fourteen (14) 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 shall review the issues relative to
the dispute and issue a written finding.
The Consultant must submit any further appeal in writing within fourteen (14) calendar days to the City
Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by
the Consultant. Appeal to the City Manager for his/her resolution, is required prior to 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) days has expired after submitting to the City Manager a detailed statement of
the dispute, accompanied by all supporting documentation, or a period of (90) days has expired
where the City Manager's decision is subject to City Commission approval; or
(iii) the City has waived compliance with the procedure set forth in this section by written instrument(s)
signed by the City Manager.
10.16 INDEPENDENT CONTRACTOR
The Consultant has been procured and is being engaged to provide services to the City as an independent
contractor, and not as an agent or employee of the City. Accordingly, the Consultant shall not attain, nor be
entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights
generally afforded classified or unclassified employees. The Consultant further understands that Florida
Workers' Compensation benefits available to employees of the City are not available to the Consultant, and
agrees to provide workers' compensation insurance for any employee or agent of the Consultant rendering
services to the City under this Agreement.
10.17 CONTINGENCY CLAUSE
Funding for this Agreement is contingent on the availability of funds and continued authorization for program
activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds
and/or change in regulations, upon thirty (30) days' notice.
10.18 THIRD PARTY BENEFICIARY
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
No additional terms and conditions included with the solicitation response shall be evaluated or considered,
and any and all such additional terms and conditions shall have no force or effect and are inapplicable to
this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing
separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and
agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
17
PROFESSIONAL SERVICES AGREEMENT
solicitation and that the proposer's authorized signature affixed to the proposer's acknowledgment form
attests to this. If a PSA or other Agreement is provided by the City and included in this solicitation no
additional terms or conditions which materially or substantially vary, modify or alter the terms or conditions
of the Agreement, in the sole opinion and reasonable discretion of the City will be considered. Any and all
such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or other
Agreement.
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
18
PROFESSIONAL SERVICES AGREEMENT
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and
year first above written.
WITNESS/ATTEST:
HN .:. CORPORATION
SignatureSi
ACI`
Print Name, TitleC\;� Print Name, Title of Authorized Officer or Official
ATTEST:
`� 6,.
Consultanecretary
(Affirm Consultant Seal, if available)
ATTEST:
Tod • B. Hannon, City Clerk
(Corporate Seal)
CITY OF MIAMI, a municipal corporation of the
State of Florida
Daniel J. Alfo , Ci anager
APPROVED AS TO $' J,RlkNCE APPRQ E LEGAL FORM AND
REQUIREMENTS. f/; % C9RRECTNE'SS
Ann Marie
Risk Ma
harpe, Director
ement Department
f6toria Men¢z, City Attorney
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
19
PROFESSIONAL SERVICES AGREEMENT
CERTIFICATE OF AUTHORITY
(IF CORPORATION OR LLC)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
Ar [6 Co+r�?er��l-r'trn , a corporation organized and existing under
the laws of the State of be.kr, Wc-t' e , held on the rtlictlay of p--; ( , gone , a
resolution was duly passed and adopted authorizing (Name) Chs,rl1 P t.....,-r drrA as
(Title)50,coe VtcL ,ad.J.41k of the corporation to execute agreements on behalf of the
corporation and providing that his/her execution thereof, attested by the secretary of the
corporation, shall be the official act and deed of the corporation.
I further certify that said resolution remains in full force and effect. 8
IN WITNESS WHEREOF, I have hereunto set my hand this iat , day of r
20 (.1.
Secretary: t4,-.P-7 �I -
Print: L:-q ki..1��sr4h
r
CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
a partnership organized and existing under
the laws of the State of , held on the _day of , , a resolution
was duly passed and adopted authorizing (Name) as
(Title) of the partnership to execute agreements on behalf of the
partnership and provides that his/her execution thereof, attested by a partner, shall be the official
act and deed of the partnership.
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
20
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
CERTIFICATE OF AUTHORITY
AND
POWER OF ATTORNEY
The undersigned, Vice President of HNTB Corporation, a Delaware corporation,
(the "Corporation") hereby certifies that CHARLIE HERNDON has been authorized by
the Board of Directors of the Corporation, commencing as of the date hereof, to enter into
agreements and contracts for usual and customary architectural, engineering, planning,
and management professional services, and to incur ordinary and necessary obligations in
connection therewith, in the name of and on behalf of the Corporation, and the
Corporation shall be bound thereby. The Corporation hereby ratifies and confirms any
action taken by such individual pursuant to this certificate. Such authority shall expire as
of May 31,2017.
Date: April 18, 2016 By:
Thomas D. O'Grad
State of: Missouri
County of: Jackson
On April 18, 2016, before me a Notary Public, in and for the county and state
aforesaid, personally appeared Thomas D. O'Grady, to me known to be the person
described in and who executed the foregoing instrument and acknowledged that he
executed the same as the free act and deed of the Corporation, and being duly sworn, did
state upon oath that he is the Vice President of HNTB Corporation, and as such is
authorized to execute this instrument and make this acknowledgment on behalf of the
Corporation.
In testimony whereof, I have hereunto set my hand and affixed my official seal on
April 18, 2016.
Likui 4104,t07)
Notary Public
My commission expires:
August 21, 2018
PROFESSIONAL SERVICES AGREEMENT
CERTIFICATE OF AUTHORITY
(IF JOINT VENTURE)
Joint ventures must submit a joint venture agreement indicating that the person signing this bid is
authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement
each member of the joint venture must sign the bid 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 ' At
SS:
COUNTY OF
The foregoing instrument was acknowledged before
L2cjr4..ka..eA , 201 \ D , by Ci c k .
known to me or who has produced
(did / did not) take an oath.
%_�k e",X. is
SIGNATURE OF NOTA PUBLIC
STATE OF 4eRtSA j71i. C -4--1
drP 0_61:xY\ek ±c%
PRINTED, STAMPED OR TYPED
NAME OF NOTARY PUBLIC
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
me this %a day of
, who is personally
as identification and who
21
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
ARTICLE Al GENERAL
Under the direction of the Director or designee, and to the extent specifically assigned in each respective
Scope of Services, Consultant is to assist in the programmatic management and administration of the
Transportation Program of the City, consisting of, but not limited to, planned and unplanned transportation
improvements, analysis, studies, design, monitoring of capital goods and equipment, and construction
Projects.
It is the intent and purpose of the City that Consultant shall provide the Work hereunder as an extension of
Office of Transportation Management's resources by providing qualified administrative, technical and
professional personnel to perform the Services assigned under the terms of this Agreement. The Consultant
shall minimize reliance on the Office of Transportation Management's resources for assignments and
activities provided under this Agreement, as may be authorized by the Director or designee.
Consultant shall use its best effort at all times to cause the Services of a Work Order to be performed in the
most expeditious and cost effective manner consistent with the interests of the City in accordance with the
terms of this Agreement.
A1.01 SCOPE OF SERVICES
A1.01-1 Consultant may be required to perform all or some of the Services presented in this
Agreement, depending on the needs of the City. The Consultant shall furnish the Services specifically
authorized by this Agreement or Work Order, which Services may encompass one or more professional
disciplines in addition to those held by the Consultant.
A1.01-2 Services may include, but are not limited to, research and analysis, preparation of reports,
studies, coordination with community organizations, project management, production management,
owner's representative, construction administration, inter-agency'coordination cost estimating, value
engineering, scheduling, utility coordination, document control and records management, and
administrative, and financial Program management for the City's Transportation Program. The
Services may further include but are not limited to planning, programming, field investigations,
observations, feasibility studies, alternative analysis and environmental studies, transportation cost
modeling, financial analysis and other activities that may be required to complete approved Work
Orders.
A1.01-3 Consultant will not be responsible to assist with the purchase of capital goods and/or
equipment, but shall assist with the fiscal monitoring of those capital Projects and including them in the
annual Transportation Program.
A1.01-4 The City, at its option, may elect to expand, reduce or delete the extent of Work elements
described in the Scope of Services, provided such action does not alter the intent of the Agreement.
The Director or designee will request Consultant Services on an as -needed basis. There is no
guarantee that any or all of the Services described in this Agreement will be assigned during the term
of this Agreement.
A1.01.5 COOPERATIVE WORK
The Consultant will be responsible to Work in cooperation with the Office of Transportation
Management, City administration, officials of the City, client departments and agencies, community and
other stakeholders, with consultants, and contractors to administer the Transportation Program's
Projects.
A1.01-6 NON-EXCLUSIVE RIGHT
It is understood that any Work Order and Notice to Proceed will be issued under this Agreement at the
sole discretion of the Director or designee, and that the Consultant has no expectation, entitlement,
right to or privilege to receive a Work Order or Notice to Proceed for any Project or Work. The City
reserves at all times the right to perform any and all Services in-house, or with other private professional
consultants, architects or engineers consistent with applicable law, including Section 287.055, Florida
Statutes, (Consultants' Competitive Negotiation Act) if required, or to discontinue or withdraw any or all
Projects or Work or to exercise every other choice allowed by law.
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
22
PROFESSIONAL SERVICES AGREEMENT
This Agreement does not confer on the Consultant any particular, exclusive or special rights to any
Work required by the City.
A1.01-7 PAYMENTS
The City will pay the Consultant in accordance with provisions and limitations of Attachment B. No
payment will be made for the Consultant's time or Services in connection with the preparation of any
Work Order proposal or for any Work done in the absence of an executed Work Order, Notice to
Proceed and /or Purchase Order.
ARTICLE A2 OVERVIEW OF TRANSPORTATION AND TRANSIT PROGRAM SUPPORT
SERVICES
A2.01 PRIMARY SERVICES
Where Director or designee, in his/her sole discretion, identifies the need for Services, Consultant shall
provide a Work Order Proposal for the performance of said Services. The Services may include, but are
not necessarily limited to those identified in Article A1.01, Scope of Services.
The award and execution of a Work Order or Notice to Proceed for said Services shall be solely at the
City's discretion and submittal of a proposal is no guarantee or assurance that the Consultant will be
authorized to perform the Work.
Compensation for any Services shall be separately negotiated and may be lump sum, hourly rate -based or
other method as deemed appropriate by the parties.
A2.02 SPECIALTY SERVICES
Where Director or designee, in his/her sole discretion, identifies the need for Services related to a unique,
and possibly large scale element, activity, sub -program or Project within the Program and such Services
are unavailable from within the City's personnel resources, hereinafter Specialty Services, Consultant shall
provide a Work Order Proposal for the performance of said Services. Said proposal shall identify, in such
detail as deemed appropriate by the Director or designee, the nature of the proposed Services, the extent
of manpower and other resources required for such Specialty Services, and the individual(s), firm(s) and/or
team that has qualifications and expertise in the field of the subject endeavor. The assignment of Work as
Specialty Services shall be made solely at the discretion of the Director, and will be accomplished by a
Work Order issued pursuant to this Agreement.
The award and execution of a Work Order or Notice to Proceed for said Specialty Services shall be solely
at the City's discretion. The submittal of a proposal is no guarantee or assurance that the Consultant will
be authorized to perform the Work for Specialty Services
Compensation for any Specialty Services shall be separately negotiated and may be lump sum, hourly rate -
based, or other method as deemed appropriate by the parties.
ARTICLE A3 PRIMARY SERVICES
Those Services considered by the City to be fundamental to the successful management of the overall
Transportation Program shall be considered Primary Services and shall consist, generally of the following
areas:
A3.01 ADMINISTRATIVE PROGRAM MANAGEMENT
The Consultant, in its capacity as Program Manager, and to the extent assigned in each respective Scope
of Services, shall assist, where/when Director or designee, in his/her sole discretion, identifies the need,
in the comprehensive coordination, development, and management, including, but not limited to, the
following Services and/or activities:
A3.01-1 Program Implementation Strategies: research and recommend the most effective
methods to implement all aspects of the overall Program.
A3.01-2 Program Coordination: Coordination and schedule management for Project design,
procurement, contract negotiation and contract administration activities.
A3.01-3 Program Logistics: Develop comprehensive Program Work plans, schedules and
budgets. Manage Transportation Program's "letting" plan for Projects, including the updating, revision,
conflicts, deviation, and analyses to determine the impact of potential changes to the "letting" plan.
23
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
PROFESSIONAL SERVICES AGREEMENT
A3.01-4 Fiscal Management Assistance: Develop financial projections, monitor and track
Program funds, financing and cash flows. Assist with the development of program and financial data
for potential financing options, including investment bonds, which may be utilized to implement the
Program.
A3.01-5 Reporting: Furnish regular progress and status reports on the Program at intervals
determined by the Director or as significant issues become known to the Consultant.
A3.01-6 Staffing: Maintain staffing efficiencies within the Consultant's Team.
A3.01-7 Procedure and Process Improvements: Development of procedures and procedure
manuals for various Program activities and processes. Develop or assist with the development of
standard documents and/or forms.
A3.01-8 Document Control and Records Management: Development of a document
management system for the Program; maintain documentation and correspondence relating to the
Program that is accessible and will be owned by the City.
A3.01-9 Inter -Agency Coordination: Overall coordination of the City's Program with other
governmental agencies, such as the Florida Department of Transportation (FDOT), Miami -Dade County
Public Works and Water and Sewer Departments, utility companies, regulatory agencies and with
private developers.
A3.01-10 Staff and Business Development: Development and implementation of staff
development programs, and mentor Office of Transportation Management staff on an on -going,
informal basis.
A3.01-11 Prepare official minutes of meetings for the Director or designee's approval and
dissemination.
A3.02 PRODUCTION MANAGEMENT SERVICES
The Consultant, in its capacity as Program Manager, shall assist, where/when Director or designee, in
his/her sole discretion, identifies the need, in the following Services and/or activities:
A3.02-1 General Project Administration and Fiscal Activities
A3.02-1(a) Cost Control: Provide value engineering throughout Project life cycles as requested, and
verify constructability of plans and specifications.
A3.02-1(b) Financial: Prepare monthly cash draw projections, monitor monthly Project expenditures.
Review, monitor and advise the City regarding the disposition of contractors and/or consultants
payment requisitions. Assist with timely submission of payment requisitions to meet cash flow
commitments. Monitor Project funding, and prepare financial projections as required.
A3.02-1(c) Reporting: Provide progress reports and status information on assigned Project(s) to City
designees at frequencies identified by Director or designee.
A3.02-1(d) Communication and Outreach: At the direction of the Director or designee attend and
address meetings with City officials, neighborhood groups, and private citizens concerning Projects,
respond to questions and concerns about the Project at City Commission meetings, assist the City with
public information, notifications and public meetings required in relation to assigned design construction
projects.
A3.02-1(e) Information Management, Document Control: Maintain files of all documentation and
correspondence relating to the Program and specific Projects in an orderly system which will be
submitted to the City upon completion of the Project and/or Program.
A3.02-1(f) Legal and Other Services: Should legal issues arise relating to a Project, provide records,
depositions and testimony about affected Projects. Provide consulting Services on other matters
relating to the Projects and/or Program.
A3.02-2 Design & Production Activities
The Consultant, in its capacity as Program Manager, and to the extent assigned in each respective
Scope of Services, shall assist. where/when Director or designee, in his/her sole discretion, identifies
the need, in the following Services and/or activities:
A3.02-2(a) Project Scoping: Devise and/or confirm detailed Project scopes with staff and client
departments commensurate with funding. Verify the accuracy of Architect's/engineer's budget and
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
24
PROFESSIONAL SERVICES AGREEMENT
design estimates against cash flow commitments. Consultant shall consider prioritization and design
alternates as contingency measures to verify that cash flow commitments are achieved.
A3.02-2(b) Schedules and Budgets: Develop Work plans, schedules and budgets for the overall
Program and for assigned Projects.
A3.02-2(c) Permits and Approvals: Facilitate and/or assist the City in obtaining all Federal, State and
local permits or approvals from agencies such as Miami -Dade Water and Sewer, DERM,
Environmental, and Department of Health. Review such permits for consistency with City approved
plans and for special requirements or conditions, if any. It is the responsibility of the designer of record
to file for and obtain all permits.
A3.02-2(d) Utility Coordination: Facilitate comprehensive utility coordination to assist with conflict
resolution and coordination among City, designers of record, and various utility capital plans and
owners.
A3.02-2(e) Public Outreach: Assist in coordinating and hosting of periodic meetings at frequencies
determined by the Director or designee, to promote best practices by City and industry.
ARTICLE A4 SPECIALTY SERVICES (INCLUDING THE MIAMI TROLLEY PROGRAM)
The specific Scope of Services required as Specialty Services shall vary depending on nature of the specific
endeavor, and may encompass any or all of the tasks described under Primary Services. The required
Work shall be described in a Work Order Proposal that shall form the basis for a Work Order to be approved
by the Director or designee.
Any Specialty Services shall have a Work Order issued for all or portions of the following goals:
1. Needs assessments
2. Financial analysis, including the availability of grant programs
3. Alternative and Environmental analysis
4. Operational assessments
5. Programming
6. Implementation management
7. Promotion and Public Participation
8. Bicycle and Pedestrian Enhancements and Safety Improvements
ARTICLE A5 STAFFING
The Director or designee has the right to approve and regulate the Consultant's workforce and approve
specific Consultant's employees. The Consultant will perform all Services described in this Scope of
Services where/when Director or designee, in his/her sole discretion, identifies the need, by use of the
Program Staff, as described below. The Director's input regarding staff and Work assigned to Key
Personnel and/or Staff for Specialty Services shall be duly considered by Consultant in preparing any
individual Work Order proposal and failure to adequately address such concems regarding staff
assignments may be cause for Director's rejection of same.
All staff shall be duly qualified, trained and/or licensed to perform the Work assigned to them.
The Consultant shall designate a Program Coordinator to manage this Agreement who shall be located at
an office maintained by the Consultant. This Program Coordinator shall be responsible for all administrative
functions associated with the Agreement. This individual and any other employees of the Consultant
performing administrative functions, which are not located at the MRC, shall be part of the Consultant's
overhead and not direct billable charges under this Agreement. The Program Coordinator shall be eligible
for billable charge when performing specific, technical functions when so requested by the Director or
designee.
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
25
PROFESSIONAL SERVICES AGREEMENT
A5.01 PROGRAM STAFF
A portion of the Primary Services shall be performed by the Consultant's Key Personnel assigned on a full-
time basis and housed at the MRC building. Such personnel shall be billed to the City on a monthly lump
sum basis.
Any modification in the Scope of Work assigned to the Key Personnel should trigger a corresponding
modification in the Lump Sum Compensation, as provided in Article B3, Computation of Fees and
Compensation.
Upon award of an Agreement the Director or designee shall issue a Work Order covering the initial Key
Personnel which shall reflect the monthly levels of compensation and Services and a separate Work Order
covering those individuals assigned to perform what would be considered Specialty Services, which shall
reflect the methods and levels of compensation.
A5.02 STAFFING FOR SPECIALTY SERVICES
The Work assignments performed by these staff will be requested in writing by the Director or designee for
individual or short term tasks, or for long-term and continuing service tasks, associated with any element
of the Scope of Services. The level of effort anticipated for these staff members and their assignments will
be analyzed by the Director or his/her designee on an as needed basis in accordance with the terms of this
Agreement and the progress will be measured through the Monthly Progress Report to accompany the
monthly invoicing.
Staff shall be assigned via Work Order to a given scope of Services. Individual Work Orders shall depict
staff and/or Services as being offered on a lump sum, performance basis or hourly -rate, limiting amount
basis.
A5.03 STAFFING CHANGES
If additional staff is warranted in the opinion of the Consultant due to workload issues, a written request will
be made by Consultant to the Director or designee whose written approval is required as described below.
A5.03-1 Changes Due to Absence or Termination: If there are changes in the staff depicted in
an authorized Work Order, particularly with Key Personnel as identified in the Proposers' RFQ
submittal, whether absent due to voluntary or involuntary termination, that position will be replaced
within five (5) business days of the date of separation, or as requested by the Director or designee.
Should an individual staff, particularly Key Personnel as identified in the Proposers' RFQ submittal be
absent for more than fifteen (15) consecutive business days due to vacation, illness or other matter,
Consultant shall provide a qualified replacement that is acceptable to the Director or designee. Director
or designee in Director or designee's sole discretion may additionally request qualified replacement
staff due to absences of less than fifteen (15) business days if warranted by the nature of the Work
handled by that staff. The Director or designee may request one or more resumes for any personnel
to be assigned and may also request to interview the proposed personnel and select the most qualified
person (s), in the City's sole opinion. Selection of such a person to work on the Program does not
change the Consultant's sole responsibility and liability for the performance and actions of said person.
Such changes shall be noted and approved in writing.
A5.03-2 Changes Due to Work Requirements: Director or designee's approval shall be in writing
for all additional or replacement Program Staff not included in the Proposal/Work Order and estimated
to work in excess of twenty (20) hours per month in total. Consultant shall provide a written proposal to
Director detailing anticipated man-hour and related requirements for the task or Service to be assigned
to additional Key Personnel or Staff assigned for Specialty Services. The Director or designee may
request one or more resumes for any personnel to be assigned and may also request to interview the
proposed personnel and select the most qualified person, in the City's sole opinion. Selection of such
a person to work on the Program does not change the Consultant's sole responsibility and liability for
the performance and actions of said person.
ARTICLE A6 ASSIGNMENT OF WORK
It is the intent and purpose of the City that Consultant shall provide the Primary Services hereunder as an
extension of Office of Transportation Management's resources as may be authorized by the Director in a
Work Order. It is envisioned that areas of responsibilities and specified tasks will be assigned by the Director
or designee.
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
26
PROFESSIONAL SERVICES AGREEMENT
A6.01-1 WORK ORDERS
When a specific task is above and beyond the scope of the initial Work Order assigned to Key Personnel
Program Support Staff or Program Support Staff assigned to Specialty Services Work Order, the
Director or designee will request a Work Order Proposal from the Consultant for Services based on a
proposed Scope of Services provided by the Director or designee. The Consultant and Director or
designee, and others if appropriate, may have preliminary meetings, if warranted, to further define the
Scope of Work and to resolve any questions regarding the proposed Project. The Consultant shall then
prepare a written "Work Order Proposal" for the required Services generally following the guidelines
provided by the Office of Transportation Management, indicating the proposed Scope of Services, time
of performance, proposed fees, Subconsultants if warranted, deliverable items and/or documents, and
timeframe to complete the Services in therein. The Work Order Proposal shall depict detailed staffing
commitments for the proposed Services and the method of compensation, either Lump Sum or Hourly
Rate/Limiting Amount. The Consultant shall not be compensated for the preparation of any Work Order
Proposals.
When consensus is reached, the Consultant shall prepare a revised and final Work Order Proposal
which will be attached and incorporated to the Work Order authorized by the Director or designee.
Upon acceptance of the Work Order Proposal a `Notice to Proceed" will be issued by the Director or
designee.
No guarantee is made as to how many and the extent of Work Orders issued to the Consultant.
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
27
PROFESSIONAL SERVICES AGREEMENT
SCHEDULE Al - SUBCONSULTANTS
FIRM NAME
CONSULTING HELD
Caltran Engineering Group, Inc.
Engineering
EV Services, Inc.
Community Outreach and Public Involvement
E Sciences, Incorporated
Environmental Services
SCHEDULE A2 - KEY STAFF
NAME
JOB CLASSIFICATION
Lynda Mifsud, AICP
Program Coordinator
Chris Kopp
Project Manager, Impact Review
Ian Bryant
Transportation Operations Specialist
Joel Elder
Transit Safety & Security Specialist
Juan S. Calderdon, PE, PTP, PTOE
Project Manager
Nadia Locke; Patricia Gertenbach
Project Manager, Supplemental Services
Carlos Alba, PE, PTOE; Jeannelia Lui, PE
Sr. Engineer
Justin Freedman
Sr. Engineer, Supplemental Services
Carlos Perez, PE
Project Engineer
Maria Paituvi
Project Engineer, Supplemental Services
Reja Rabbi, El; Patrick Shearer
Engineer
Chris Handzel, ASLA, PLA, LEED AP, ENV SP
Sr. Designer
Michael Hernandez
Designer
Jael Zambrano, El
Engineering Intern
Juan P. Romero, El; Brian Voelker
Engineering Intern, Supplemental Services
Dianne Gormely-Barnes, AICP, LEED AP
Senior Planner
Loretta Gebow
Senior Planner, Supplemental Services
Marc O'Keefe; Summer Maison; Sara Hage,
AICP, ASLA
Planner
Lilian Fernandez, El; Joe Pitti; Andrew Calhoun;
Jana Ash
Planner, Supplemental Services
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
28
ATTACHMENT B - COMPENSATION
SCHEDULE A2 - KEY STAFF (CONTINUED)
NAME
JOB CLASSIFICATION
Barbara Rodriguex; Bernardo Favole
Public Information Officer
James Bassett; Peter K. Partflow
Chief Environmental Engineer
Flormari Blackburn; Esteban Lopez
Senior Environmental Engineer
Stepahnie Nevadusky; Jennifer Savaro
Environmental Engineer
Franklin Hernandez
Engineering Technician
Maria Flores; Katherine Cardenas; Kate
McGann; Giovalli Sara; Laura Nunez
Clerical
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
29
ATTACHMENT B - COMPENSATION
ATTACHMENT B - COMPENSATION AND PAYMENTS
ARTICLE B.1 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 (See Section B3.01).
b) An Hourly Rate as defined in Section B3.02 and at the rates set forth pursuant to the same.
NOTE: The Lump Sum manner of compensation is the preferred and primary form of compensation.
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, Section 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 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 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, Computer Aided Design and Drafting (CADD) technicians, project managers, Geographic
Information Systems (GIS) and environmental specialists, specification writers, clerical/administrative
support, and others engaged in the Work. In determining compensation for a given Scope of Services, 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 A2, Key Staff.
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
30
ATTACHMENT B - COMPENSATION
B2.05 EMPLOYEE BENEFITS AND OVERHEAD
Regardless of the method of compensation elected herein, compensation paid by the City shall, via the
Multiplier, cover all the Consultant costs including, without limitation, employee fringe benefits (e.g. sick
leave, vacation, holiday, unemployment taxes, retirement, medical, insurance and unemployment benefits)
and an overhead factor. Failure to comply with this section shall be cause for cancellation of this Agreement.
B2.06 ESCALATION
There shall be no escalation clause as part of this Agreement.
ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION
The City agrees to pay the Consultant, and the Consultant agrees to accept for services rendered pursuant
to this Agreement, fees computed by one or a combination of the methods outlined above, as applicable,
in the following manner:
B3.01 LUMP SUM
Compensation for a Scope of Services 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 ServicesWork
are clearly defined, quantified and calculated.
B3.01-2 Modifications to Lump Sum: If the City authorizes a substantial or material change in the
Scope of Services or level of staffing, the Lump Sum compensation for that portion of the Services
may be equitably and proportionately adjusted by mutual consent of the Director or designee and
Consultant, subject to such additional approvals as may be required by legislation or ordinance. If
all such additional approvals are not obtained, Consultant will not be required to perform the
Additional Services.
B3.01-3 Lump Sum compensation shall be calculated by Consultant, utilizing the Wage Rates
established herein including multiplier, and reimbursable expenses as attached in Schedule B-2.
Prior to issuing a Work Order, the City may require Consultant, to verify or justify its requested Lump
Sum compensation. Such verification shall present sufficient information as depicted in Schedule A2.
B3.02 HOURLY RATE FEES
B3.02-1 Hourly Rate Fees shall be those rates for Consultant and Subconsultant employees
identified in Schedule B1, Wage Rates. All hourly rate fees will include a maximum not to exceed
figure, inclusive of all costs expressed in the contract documents. The City shall have no liability for
any fee, cost or expense above this figure. Consultant shall maintain timesheets for all individuals
compensated on an hourly basis. Said timesheets are to reflect the name and title of the individual,
work week, all Work performed during the work week, and the hours associated with each task
performed. Timesheets must account for the total number of authorized work hours in the work week.
B3.02-2 CONDITIONS FOR USE
Hourly Rate Fees shall be used only in those instances where the parties agree that it is not possible
to determine, define, quantify and/or calculate the complete nature, and/or aspects, tasks, man-hours,
or milestones for a particular Project or portion thereof at the time of Work Order issuance. Hourly Rate
Fees may be utilized for Additional Work that is similarly indeterminate. In such cases, the City will
establish an Allowance in the Work Order that shall serve as a Not to Exceed Fee for the Services to
be performed on an Hourly Rate Basis.
B3.02-3 OVERTIME
For Staff whose Services are paid based on hours Services are performed Consultant shall provide
written justification for use of overtime in advance of occurring such overtime and, must obtain advance
written approval of the Director or designee before the use of overtime. Failure to obtain prior written
approval shall result in the City denying any request for compensation for the incurred overtime. The
Director may authorize the use of overtime, subject to the following limitations that the overtime may
only be used for Staff who is performing Specialty Services and such Staff shall not be exempt
employees as defined under the Federal Fair Labor Standards Act. Further, overtime compensation
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
31
ATTACHMENT B - COMPENSATION
shall not exceed one and one half (1-1/2) times the employee's regular hourly rate, as provided in
Schedule B1. The regular repeated use of overtime is discouraged and may be denied by Director or
designee.
B3.03 REIMBURSABLE EXPENSES
Any fees for authorized reimbursable expenses 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 Services will be a Reimbursable Expense.
The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of
this Agreement as verified by supporting documentation deemed appropriate by Director or designee
including, without limitation, detailed bills, itemized invoices and/or copies of cancelled checks.
B3.04 FEES for SPECIALTY SERVICES
The Consultant may be authorized to perform Specialty Services for which additional compensation and/or
Reimbursable Expenses, as provided in this Agreement.
B3.04-1 Determination of Fee
The compensation for such Specialty services will be one of the methods described herein: mutually
agreed upon Lump Sum or Hourly Rate with a Not to Exceed Limit.
B3.04-2 Procedure and Compliance
An independent and detailed Notice to Proceed, and an Amendment to a specific Work Order, shall be
required to be issued and signed by the Director for each additional Specialty Service requested by the
City. The Notice to Proceed will specify the fee for such Specialty Service and upper limit of the fee,
which shall not be exceeded, and shall comply with the City of Miami regulations, including the
Purchasing Ordinance, the Consultant's Competitive Negotiation Act, and other applicable laws.
B3.04-3 Fee Limitations
For all Specialty Services to be provided by Subconsultants, the Consultant shall not apply any mark-
up or multiplier. For all reimbursable services the Consultant will be reimbursed based on actual costs.
B3.05 PAYMENT EXCLUSIONS
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.
B3.06 FEES RESULTING FROM PROJECT SUSPENSION
If a project is suspended upon written notice to Consultant, for the convenience of the City for more than
three (3) months or terminated upon written notice to Consultant 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 and Project schedule will be subject to renegotiations and written
agreement between the parties.
ARTICLE B4 PAYMENTS TO THE CONSULTANT
B4.01 PAYMENTS GENERALLY
Payments for Basic Services may be requested monthly in proportion to Services performed during the
prior month. For the Lump Sum portion of this Agreement, payments shall be made monthly in an amount
equal to one twelfth (1/121h) the annual Lump Sum total compensation. Hourly Rate payments shall be
made on the basis of actual hours worked based on the Hourly Rate Fee, accompanied by a duly certified
invoice, giving names, classification, salary rate per hour (not to exceed the values depicted in Schedule
B-1), hours and associated tasks worked and total charge for all personnel directly engaged Services.
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
32
ATTACHMENT B - COMPENSATION
Recurring Reimbursement Expenses established at an annual lump sum as shown in Schedule B3 may be
invoiced monthly, and paid as noted above for the Lump Sum portion of the Agreement. Other, pre -
approved Variable Reimbursement Expenses are to be invoiced within one hundred twenty (120) days of
the Consultant's expenditure thereof.
Subconsultant's fees and Reimbursable Expenses shall be billed to the City in the actual amount paid by
Consultant.
Consultant shall utilize the City standard Consultant Invoice Form available on the CITP website
http://www.miamigov.com/CITP/forms.html. Failure to submit invoice(s) within sixty (60) days following the
provision of Services contained in such invoice may be cause for a finding of default.
B4.02 MONTHLY PROGRESS REPORT
In addition to the invoice, the Consultant shall submit a Monthly Progress Report (Report) detailing the
Services provided and activities undertaken by Consultant's staff, inclusive of all Staff assigned to Specialty
Services. The Report shall also provide details as to the status of all assignments, tasks, activities and
deliverables and associated hours as may be applicable. The Report shall also provide an anticipated date
of completion for each item included in the Report.
City shall reject any invoice not accompanied by a Monthly Progress report. The format and content of the
Monthly Progress Report shall be subject to the approval of the Director or designee.
B4.03 BILLING — HOURLY RATE
Invoices submitted by 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 & 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
Any fees for authorized reimbursable expenses shall not include charges for Consultant's handling, office
rent or overhead expenses of any kind, including depreciation of equipment, professional dues,
subscriptions, etc., or employee's time or travel and subsistence not directly related to the Program or a
Project(s). Reimbursable expenses shall be billed to the City at direct cost expended by the Consultant.
The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of
this Agreement as verified by supporting documentation deemed appropriate by Director or designee
including, without limitation, detailed bills, itemized invoices and/or copies of cancelled checks.
Documentation shall be submitted with invoices for Variable Reimbursement Expenses. For Recurring
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
33
ATTACHMENT B - COMPENSATION
Reimbursement expenses, the supporting documentation for the annual lump sum amount shall be included
in the Proposal/Work Order and no further supporting documentation will be required.
Reimbursable Expenses shall be identified and quantified, to the extent possible, in each Work Order.
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 Consultant's employees, Subconsultants, and Special
Subconsultants in the interest of the Work for the purposes identified below:
B5.02 TYPES OF REIMBURSABLE EXPENSES
As depicted in Schedule B2, Reimbursable Expenses are to be set as a Monthly Lump Sum amount or as
Variable Reimbursement given as a limiting amount primarily attributable to Key Personnel or allowance,
subject to the advance approval of the Director or designee for direct expenses.
Reimbursable Expenses are shown in Schedule B2. Actual direct costs paid by Consultant for Variable
Reimbursement Expenses shall be the basis of invoice to City, subject to the advance approval of the
Director or designee as provided below.
B5.03 AUTHORIZATION
Both Recurring Reimbursements and estimates of Variable Reimbursements, as shown in Schedule B2,
are to be identified Variable Reimbursement Expenses for all travel and per diem, miscellaneous items and
any other item or category shall be subject to specific written advance approval of the Director or designee
using forms provided to the Consultant subsequent to award of the Agreement.
B5.04 DEFINITIONS and CATEGORIES
Reimbursable Expenses are those items authorized by the City outside of or in addition to professional fees
as identified in the Work Order and consist of actual expenditures made by the Consultant and the
Consultant's employees, or Subconsultant, in the interest of the Work for the purposes identified below:
B5.04-1 Travel And Per Diem
Identifiable per diem, meals and lodging, lodging, taxi fares and miscellaneous travel -connected
expenses for Consultant's personnel are subject to the limitations of Section 112.061 Florida
Statutes as amended. Meals for class C travel inside Miami -Dade or Broward County will not be
reimbursed. Meals and lodging expenses will not be reimbursed for temporarily relocating
Consultant's employees from one of Consultant's offices to another office if the employee is
relocated for more than ten (10) consecutive Working days. Lodging will be reimbursed only for
room rates equivalent to Holiday Inn, Howard Johnson or Ramada Inn. Governmental lodging or
meals will not be reimbursed that result from travel within Miami -Dade, Broward or Palm Beach
Counties.
B5.04-2 Permit Fees
All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These
permit fees do not include those permits required to be paid by the construction Contractor.
B5.04-3 Miscellaneous Reimbursable Expenses
All other expenses as included in Schedule 82 or those otherwise requested in advance and
approved in writing by the Director or designee are eligible for reimbursement as Variable
Reimbursements.
B5.05 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
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
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
34
ATTACHMENT B - COMPENSATION
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.
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
35
ATTACHMENT B - COMPENSATION
SCHEDULE S1 - WAGE RATES SUMMARY
Personnel Name
Job Classification
Negotiated
Unloaded
Hourly Rate
Burdened
Hourly Rate
2.85 (Home)
Multiplier
Burdened
Hourly Rate
2.4 (Field)
Multiplier
Lynda Mifsud, AICP
Program Coordinator
$73.75
$210.19
$177.00
Chris Kopp
Project Manager, Impact
Review
$65.00
$185.25
$156.00
Ian Bryant
y
Transportation Operations
Specialist
$70.00
$199.50
$168.00
Joel Elder
Transit Safety &Security
Specialist
$80.00
$228.00
$192.00
Juan S. Calderdon, PE, PTP,
PTOE
Project Manager
$55.00
$156.75
$132.00
Nadia Locke; Patricia
Gertenbach
Project Manager,
Supplemental Services
$50.49
$143.90
$121.18
Carlos Alba, PE, PTOE;
Jeannelia Lui, PE
Sr. Engineer
$55.36
$157.78
$132.86
Justin Freedman
Sr. Engineer,
Supplemental Services
$45.67
$130.16
$109.61
Carlos Perez, PE
Project Engineer
$47.00
$133.95
$112.80
Maria Paituvi
Project Engineer,
Supplemental Services
$41.11
$117.16
$98.66
Reja Rabbi, El; Patrick Shearer
Engineer
$32.25
$91.91
$77.40
Chris Handzel, ASLA, PLA,
LEED AP, ENV SP
Sr. Designer
$49.79
$141.90
$119.50
Michael Hernandez
Designer
$32.00
$91.20
$76.80
Jael Zambrano, El
Engineering Intern
$26.62
$75.87
$63.89
Juan P. Romero, El; Brian
Voelker
Engineering Intern,
Supplemental Services
$28.00
$79.80
$67.20
Dianne Gormely-Barnes, AICP,
LEED AP
Senior Planner
$59.50
$169.58
$142.80
Loretta Gebow
Senior Planner,
Supplemental Services
$27.00
$76.95
$64.80
Marc O'Keefe; Summer Maisons
Sara Hage, AICP, ASLA
Planner
$36.35
$103.60
$87.24
Lilian Fernandez, El; Joe Pitti;
Andrew Calhoun; Jana Ash
Planner, Supplemental _
Services
$26.00
$74.10
$62.40
Barbara Rodriguex; Bernardo
Favole
Public Information Officer
$24.00
$68.40
$57.60
James Bassett; Peter K.
Partflow
Chief Environmental
Engineer
$60.00
$171.00
$144.00
Flormari Blackburn; Esteban
Lopez
Senior Environmental
Engineer
$39.67
$113.06
$95.21
Stepahnie Nevadusky; Jennifer
Savaro
Environmental Engineer
$23.38
$66.63
$56.11
Franklin Hernandez
Engineering Technician
$20.50
$58.43
$49.20
Maria Flores; Katherine
Cardenas; Kate McGann;
Giovalli Sara; Laura Nunez
Clerical
$16.21
$46.20
$38.90
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
36
ATTACHMENT B - COMPENSATION
SCHEDULE B2 - ESTIMATE OF REIMBURSABLE EXPENSE
PRIMARY SERVICES
VARIABLE REIMBURSEMENT EXPENSES - MAXIMUM ANNUAL TOTALS
Description
YEAR 1
YEAR 2
YEAR 3
YEAR 4
Notes
Travel and Per
Diem
Permit Fees
Miscellaneous
SUBTOTAL
RECURRING REIMBURSEMENT EXPENSES - MAXIMUM ANNUAL TOTALS
Description
YEAR 1
YEAR 2
YEAR 3
YEAR 4
Notes
Travel and Per
Diem
Permit Fees
Miscellaneous
SUBTOTAL
SUB CONSULTANTS (VARIABLE REIMBURSABLE)
(Name)
SUBTOTAL
TOTAL
PRIMARY
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
37
ATTACHMENT B - COMPENSATION
SCHEDULE B2 - ESTIMATE OF REIMBURSABLE EXPENSE
SPECIALTY SERVICES - WORK ORDER 1
VARIABLE REIMBURSEMENT EXPENSES - MAXIMUM ANNUAL TOTALS
Description
YEAR 1
YEAR 2
YEAR 3
YEAR 4
Notes
Travel and Per Diem
Permit fees
Miscellaneous
SUB -TOTAL
RECURRING REIMBURSEMENT EXPENSES - MAXIMUM
ANNUAL TOTALS
Description
YEAR 1
YEAR 2
YEAR 3
YEAR 4
Notes
Travel and Per Diem
Permit Fees
Miscellaneous
SUB -TOTAL
SUB CONSULTANTS (VARIABLE REIMBURSABLE)
(Name)
SUB -TOTAL
TOTAL SPECIALTY
TOTAL
REIMBURSEMENT
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
38
Consultant:
ATTACHMENT B — COMPENSATION
SCHEDULE B3 - EXPENSE VOUCHER
TRANSPORTATION PROGRAM MANAGEMENT
VARIABLE REIMBURSEMENT
ADVANCE APPROVAL
(For expense items other than travel)
Item Description
Purpose
Location
Estimated
Home Office
Field Office (MRC)
Other office
Unit
Qty Amt
Submitted by: Date:
Approved by: Date:
HNTB Corporation - Transportation Program Support Services
RFQ 15-16-028
39
CITY OF MIAMI
OFFICE OF CAPITAL IMPROVEMENTS
AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT
WITH KIMLEY-HORN AND ASSOCIATES, INC.
FOR TRANSPORTATION PROGRAM SUPPORT SERVICES
This Amendment No. 1 to the Professional Services Agreement dated January 23, 2017 (the
"Agreement") between the City of Miami, a municipal corporation of the State of Florida ("City"),
and Kimley-Horn and Associates, Inc. ("Consultant"), a Foreign corporation, for the provision of
Transportation Program Sup ort Services ("Se ices") for the Office of Capital Improvements
("OCl") is entered into this day of (- -c , 2018.
RECITALS
WHEREAS, pursuant to the City of Miami ("City") Procurement Code Section 18-87 and
Request for Qualifications ("RFQ") No. 15-16-028, the City Manager executed an Agreement
with Consultant for an amount not -to -exceed $500,000; and
WHEREAS, Consultant is actively rendering professional consulting services on several
City projects, which require the continuation of transportation and transit administration services;
and
WHEREAS, the existing Compensation Limit is not sufficient to address the costs
associated with the outstanding and foreseeable future transportation and transit administration
assignments; and
WHEREAS, it is in the best interest of the City to increase the Compensation Limit under
the Agreement to accommodate outstanding and foreseeable future assignments; and
WHEREAS, this Amendment No. 1 to the Agreement increases the Compensation Limit
by $500,000, thereby increasing the total Compensation Limit from $500,000 to an amount not -
to -exceed $1,000,000; and
WHEREAS, the City Commission has adopted Resolution No. R-18-0338, to approve
the corresponding increase in the Compensation Limits; and
NOW THEREFORE, in consideration of the foregoing, the parties hereby amend the
Agreement as follows:
Section 2.05-1 Compensation Limits is hereby amended as follows:
The amount of compensation payable by the City to the Consultant shall be a lump sum
or not -to -exceed fee, based on the rates and schedules established in Attachment B
hereto, which by this reference is incorporated into this Agreement; provided, however,
that in no event shall the amount of compensation exceed a onnual maximum of t=ive
One Million Dollars ($1,000,000) over the term of
the Agreement and any extension(s), unless explicitly approved by action of the City
Commission and put into effect by written amendment to this Agreement. The City may,
at its sole discretion, use other compensation methodologies. The City shallnot have
any liability, nor will the Consultant have any recourse against the City, for any
compensation, payment, reimbursable expenditure, cost or charge beyond the
compensation limits of this Agreement, as it may be amended from time to time. This
RELATING TO THIS AGREEMENT, CONTACT THE DIVISION OF
PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT
PUBLICRECORDS(c�MIAMK3OV.COM, OR REGULAR MAIL AT
CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND
AVENUE, 9TH FL, MIAMI, FL 33130. THE CONSULTANT MAY
ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF
MIAMI DEPARTMENT WHO IS ADMINISTERING THIS
CONTRACT.
All other terms and conditions of the Agreement are in operative force and effect and remain
unchanged.
CERTIFICATE OF AUTHORITY
(IF CORPORATION OR LLC)
Kni
II00Y��C" R IFY th t at a meeting of the Board of Directors of
K.(. �� (,u �r C f ,l ki �pi . , a corporate organiz�,ed_, and existing under
resolutiprj _was the law of the State of 0(41. Wirt (i, held on the of eemI2 oO( 7 a
6 P as
(Title)�Qid 'fit of the corporation to execute agreements on behalf of the
corporation and providing that their execution thereof, attested by the secretary of the corporation,
shall be the official act and deed of the corporation.
I further certify that said resolution remains in full force and effect.
111 WITNESS WHEREOF, I have hereunto set my hand this / , day of
20
Secret ry:'/����,l1
Print: % IiY '�
CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
, a partnership organized and existing under
the laws of the State of , held on the _day of , a resolution
was duly passed and adopted authorizing (Name) as
(Title) of the partnership to execute agreements on 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 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
1
Kimley>»Horn
Certificate of Secretary
To Whom It May Concern:
I am the duly qualified and acting Secretary of Kimley-Horn and Associates, Inc., a North Carolina
Corporation.
The following is a true copy of a resolution duly adopted by the Board of Directors of the corporation
at the Board meeting held on December 14, 2017 and entered In the minutes of such meeting in the
minute book of the corporation.
"The Board unanimously approved the contract signing authority of employees as presented," (A
copy of the employee lists as presented is enclosed.)
The resolution Is In conformity with the articles of Incorporation and bylaws of the corporation, has
never been modified or repealed, and Is now in full force and effect.
Dated: August 7, 2018
Richard N. Cook, Secretary
(corporate_seal)•......,,_,
• Q0R4J f.)
- Ithhte. Iham;
421 Fayetteillta Street. Sung 6g0, Raleigh. NC27s01
919 677 2000
Kimley-Horn and Associates, Inc.
STANDARD CONTRACT SIGNING AUTHORITY
December 14, 2017
These persons have authority to sign contracts using unmodified Klmley-Horn forms (not client -drafted contracts).
ATLANTIC
BALTIMORE
Falk, Katherine W.
Kraft, Jonathan H.
NEWPORT NEWS
Weist, Jamie H.
NEW YORK
Van Hise, Kevin
NORTHERN VIRGINIA
Albright, Michael R.
Ameel, Adrienne C.
Giffin, Geoffrey D.
Harris, Michael J.
Markham, Daniel C.
Teague, M. Zach
PHILADELPHIA
Caponigro, Anthony A.
RICHMOND
Ellington, David B.
McPeters, Brian A.
Musarra, Salvatore J.
VIRGINIA BEACH
Brich, Stephen C.
Crum, Katie E.
Farthing, Andrew P.
Jucksch, Rebecca R.
Mertlg, Karl E.
Miller, Edward W.
Niss, Robyn M.
Williams, Kyle D.
WHITE PLAINS
Canning, T. John
CALIFORNIA
LOS ANGELES DT
Chakravarthy, Srikanth
Choi, Michael
OAKLAND
Dean, Felicia C.
ORANGE
Hoist, Tyler J.
Melchor, Jason J.
Regueiro, Eric
PLEASANTON
Carley, Daniel C.
Whaley, Tyler J.
SACRAMENTO
Klein, Paul A.
Pittalwala, Fareed S.
Tait, Zachary T.
SAN DIEGO
Koopman, Jennifer R.
McCormick, Matthew
McWhorter, Samuel L.
Sorenson, David K.
SAN JOSE
Johnson, Mlles R.
Worthington -Forbes,
Laura
FLORIDA
BOCA-DELRAY
Spruce, Michael D.
FORT LAUDERDALE
Dabkowskl, Adrian K.
Robertson, Stewart E.
FORT MYERS
Van Buskirk, Peter T.
JACKSONVILLE
Brenny, Martin T.
Schilling, William J.
LAKELAND
Lewis, Jason A.
MOBILE
Walker, Jordan W.
ORLANDO
Burkett, Leon F.
Tamang, Edwin L.
Tate, Jr., S. Clif
SARASOTA
Conerly, William E.
Klepper, B. Kelley
Pankonln, James R.
TALLAHASSEE
Wetherell, Ryan S.
TAMPA
Hatton, Christopher C.
Lee, Nathan Q.
VERO BEACH
Husainy, Kinan F.
Kiefer, Michael E.
Van Rens, Peter J.
WEST PALM BEACH
Fairchild, Angelina
Potts, John E.
MIDWEST
CHICAGO DOWNTOWN
Lemmon, Peter
Marnell, Colleen L.
CHICAGO SUBURBAN
Kaufman, Philip R.
Rahman, M. Anees
Sjogren, Timothy
COLUMBUS
Muller, Justin M.
ROCHESTER
Payne, Lucas C.
TWIN CITIES
Henderson, Benjamin J.
Libby, Jonathan N.
Lincoln, Thomas J.
Pertzsch, Jerry D.
Sieh, Patricia D.
Wilzig, Jeanne M.
MOUNTAIN
DENVER
Steder, Matthew C.
Turner, Meaghan M.
LAS VEGAS
Belslck, Jody
Moles, Richard A.
MESA
Grandy, Michael L.
PHOENIX
Burgess, Lisa M.
Burns, Leslie D.
Delmarter, Michael L.
Haney, Stephen E.
RENO
O'Brien, Molly M.
SALT LAKE CITY
Johnson, Zachary A.
TUCSON
Solis, Richard P.
SOUTHEAST
ALPHARETTA
Fanney, Angela L.
West, Brian B.
ATLANTA
Newton, Gary T.
ATLANTA MIDTOWN
Bosman, Eric S.
Coleman, Sean H.
Johnston, Sean P.
Strychalskl, Raymond P.
Warfleld, M. Casey
CHARLOTTE
Taylor, Benjamin S.
Watts, Austin L.
COLUMBIA
Guy, Jonathan R.
Iser, Christopher M.
DURHAM DOWNTOWN
Lewellyn, Earl R.
LEXINGTON
Heustess, Aaron M.
MEMPHIS
Monroe, Kenneth W.
NASHVILLE
Boles, Brendan
Creasman, Brett
McMaster, Ryan
RALEIGH
Bostic, Christopher O.
Cochran, Adam P.
Gresham, Teresa R.
Hachem, Stephanie L.
Howell, Cory J.
Moore, Jeffrey W.
Reed, Elizabeth A.
Robinson, Larry D.
TEXAS
AUSTIN
Mason, Sean R.
Neal, Trey A.
Parker, Brian J.
Smith, Robert J.
BRYAN/COLLEGE
STATION
Harris, Joseph C.
DALLAS
Galloway, Steven D.
Gaskey, Kevin S.
Harris, Mark E.
Kacir, Kent C.
Lucas, Matthew A.
Underwood, Sarah M.
FORT WORTH
Morales, Hugo
FRISCO
Dickey, Kyle A.
Miliner, Daniel C.
Safford, Ryan C.
HOUSTON
Frysinger, Ashley M.
Kirkland, Mark R.
LAS COLINAS
Deimotte, Ryan M.
MCKINNEY
Riccardi, Joseph C.
SAN ANTONIO
Cox, B. Matthew
Farnsworth, Jeffrey A.
Holscher, Nicholas F.
THE WOODLANDS
Freeman, Jr., Steven C.
OI%(- ispsi/6
PROFESSIONAL SERVICES AGREEMENT
CITY OF MIAMI
OFFICE OF TRANSPORTATION MANAGEMENT
PROFESSIONAL SERVICES AGREEMENT
Service Category Transportation Program Support Services
Contract Type Continuing Services for the Transportation Program
Consultant Kimley-Horn and Associates, Inc.
TABLE OF CONTENTS
ARTICLE 1 DEFINITIONS 4
ARTICLE 2 GENERAL CONDITIONS 6
2.01 TERM 6
2.02 OPTIONS TO EXTEND 6
2.03 SCOPE OF SERVICES 6
2.04 COMMUNITY BUSINESS ENTERPRISE ("CBE") PARTICIPATION 6
2.05 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 8
4.01 GENERAL 8
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
ARTICLE 8 INDEMNIFICATION 10
ARTICLE 9 INSURANCE 11
9.01 COMPANIES PROVIDING COVERAGE 11
9.02 VERIFICATION OF INSURANCE COVERAGE 11
9.03 FORMS OF COVERAGE 11
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 12
10.04 TRUTH -IN -NEGOTIATION CERTIFICATE 13
10.05 APPLICABLE LAW AND VENUE OF LITIGATION 13
10.06 NOTICES 13
10.07 INTERPRETATION 13
10.08 JOINT PREPARATION 14
10.09 PRIORITY OF PROVISIONS 14
10.10 MEDIATION - WAIVER OF JURY TRIAL 14
10.11 TIME 14
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
PROFESSIONAL SERVICES AGREEMENT
10.12 COMPLIANCE WITH LAWS 14
10.13 NO PARTNERSHIP 15
10.14 DISCRETION OF DIRECTOR 15
10.15 RESOLUTION OF CONTRACT DISPUTES 15
10.16 INDEPENDENT CONTRACTOR 15
10.17 CONTINGENCY CLAUSE 15
10.18 THIRD PARTY BENEFICIARY 15
10.19 ADDITIONAL TERMS AND CONDITIONS 16
ATTACHMENT A - SCOPE OF WORK 20
ARTICLE Al GENERAL 20
A1.01 SCOPE OF SERVICES 20
ARTICLE A2 OVERVIEW OF TRANSPORTATION AND TRANSIT PROGRAM SUPPORT
SERVICES 21
A2.01 PRIMARY SERVICES 21
A2.02 SPECIALTY SERVICES 21
ARTICLE A3 PRIMARY SERVICES 21
A3.01 ADMINISTRATIVE PROGRAM MANAGEMENT 21
A3.02 PRODUCTION MANAGEMENT SERVICES 22
ARTICLE A4 SPECIALTY SERVICES (INCLUDING THE MIAMI TROLLEY PROGRAM) 23
ARTICLE A5 STAFFING 23
A5.02 STAFFING FOR SPECIALTY SERVICES 24
A5.03 STAFFING CHANGES 24
ARTICLE A6 ASSIGNMENT OF WORK 24
SCHEDULE Al -SUBCONSULTANTS 26
SCHEDULE A2 - KEY STAFF 26
ATTACHMENT B - COMPENSATION AND PAYMENTS 28
ARTICLE B.1 METHOD OF COMPENSATION 28
81.01 COMPENSATION LIMITS 28
B1.02 CONSULTANT NOT TO EXCEED 28
ARTICLE B2 WAGE RATES 28
B2.01 FEE BASIS 28
B2.02 EMPLOYEES AND JOB CLASSIFICATIONS 28
B2.03 MULTIPLIER 28
B2.04 CALCULATION 28
B2.05 EMPLOYEE BENEFITS AND OVERHEAD 29
B2.06 ESCALATION 29
ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION 29
B3.01 LUMP SUM 29
B3.02 HOURLY RATE FEES 29
B3.03 REIMBURSABLE EXPENSES 30
B3.04 FEES for SPECIALTY SERVICES 30
B3.05 PAYMENT EXCLUSIONS 30
83.06 FEES RESULTING FROM PROJECT SUSPENSION 30
ARTICLE B4 PAYMENTS TO THE CONSULTANT 30
B4.01 PAYMENTS GENERALLY 30
B4.02 MONTHLY PROGRESS REPORT 31
B4.03 BILLING - HOURLY RATE 31
B4.04 PAYMENT FOR ADDITIONAL SERVICES & REIMBURSABLE EXPENSES 31
B4.05 DEDUCTIONS 31
ARTICLE B5 REIMBURSABLE EXPENSES 31
135.01 GENERAL 31
B5.02 TYPES OF REIMBURSABLE EXPENSES 32
B5.03 AUTHORIZATION 32
B5.04 DEFINITIONS and CATEGORIES 32
B5.05 REIMBURSEMENTS TO THE SUBCONSULTANTS 32
ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 32
B6.01 GENERAL 32
SCHEDULE B1 - WAGE RATES SUMMARY 33
SCHEDULE B2 - ESTIMATE OF REIMBURSABLE EXPENSE 35
SCHEDULE B2 - ESTIMATE OF REIMBURSABLE EXPENSE 36
SCHEDULE B3 - EXPENSE VOUCHER 37
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
`11' .OF
tiitegIn�t�
tot ta
.,+:s`
PROFESSIONAL SERVICES AGREEMENT
CITY OF MIAMI
OFFICE OF TRANSPORTATION MANAGEMENT
PROFESSIONAL SERVICES AGREEMENT
Service Category
Contract Type
Consultant
Consultant Office Location
City Authorization
Transportation Program Support Services
(RFQ No. 15-16-028)
Continuing Services for the Transportation Program
Kimley-Horn and Associates, Inc.
1221 Brickell Avenue, Suite 400, Miami, Florida 33131
Section 18-87
THIS AGREEMENT made this7tay of Cs in the yea y and between
THE CITY OF MIAMI, FLORIDA, hereinafter called th 'City," and (Consultant's Name),
hereinafter called the "Consultant."
RECITAL
A. The City issued a Request for Qualifications ("RFQ") No. 15-16-028 on July 6,
2016 for the provision of Transportation Program Support Services ("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, and are, by this reference, expressly incorporated into
and made a part of this Agreement as if set forth in full.
B. WHEREAS, the City, through action of the City Manager and/or the City
Commission, as applicable, has selected the Consultant in accordance with Section 287.055,
Florida Statutes, (Consultants' Competitive Negotiation Act, hereinafter referred to as "CCNA"),
and the applicable provisions of the City Procurement Ordinance, to provide the professional
services as described herein.
WITNESSETH, that the City and the Consultant, for the considerations herein set forth, agree as
follows:
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
PROFESSIONAL SERVICES AGREEMENT
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 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
which is a party hereto and for which this Agreement is to be performed. In all respects hereunder,
the City's performance is pursuant to the City's position as the Owner of the Project. In the event the
City exercises its regulatory authority as a governmental body, the exercise of such regulatory
authority and the enforcement of any rules, regulations, codes, laws and ordinances shall be deemed
to have occurred pursuant to the City's authority as a governmental body and shall not be attributable
in any manner to the City as a party to this Agreement. The City of Miami shall be referred to herein
as "City'. For the purposes of this Agreement, "City" without modification shall mean the City
Manager.
1.08 City Risk Manager shall mean the Risk Manager of the City of Miami who heads the Department of
Risk Management.
1.09 Commission means the legislative body of the City of Miami.
1.10 Community Business Enterprise ("CBE") means a firm which has been certified by Miami -Dade
County who will provide architectural, landscape architectural, engineering, or surveying and
mapping professional services to the prime proposer as required pursuant to City Code §18-87.
1.11 Consultant means the individual, partnership, corporation, association, joint venture, or any
combination thereof, of properly registered professional architects, or engineers, which has entered
into the Agreement to provide professional services to the City.
1.12 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.
1.13 Director means the Director of the City Department designated herein who has the authority and
responsibility for managing the specific project or projects covered under this Agreement. Unless
otherwise specified herein or in a Work Order, for the purpose of this Agreement, the Director is the
top administrator of the Office of Transportation Management or designee.
1.14 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.
1.15 Key Personnel means Staff positions assigned on a full time basis to the Program by the Program
Coordinator with the Director's approval, to serve as an extension of the City's staff typically working
inside the City's Miami Riverside Center (MRC) or other requested City facility.
1.16 Notice to Proceed means same as "Authorization to Proceed." A duly authorized written letter or
directive issued by the Director or Project Manager acknowledging that all conditions precedent have
been met and/or directing that the Consultant may begin work on the Project.
1.17 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 and the construction of a project
as a direct representative of the City.
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
4
PROFESSIONAL SERVICES AGREEMENT
1.18 Project means the construction, alteration and/or repair, and all services and incidentals thereto, of
a City facility as contemplated and budgeted by the City. The Project or Projects shall be further
defined in the Scope of Services and/or Work Order issued pursuant to this Agreement.
1.19 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.
1.20 Professional Services Agreement ("Agreement" or "PSA") means this Agreement and all
attachments and any authorized amendments thereto. In the event of a conflict between the Request
for Qualifications ("RFQ") and the Consultant's response thereto, the RFQ will control. In the event
of any conflict between the Consultant's response to the RFQ, this PSA will control. In the event of
any conflict between this PSA and its attachments this PSA will control.
1.21 Risk Administrator means the City's Risk Management Administrator, or designee, or the individual
named by the City Manager to administer matters relating to insurance and risk of loss for the City.
1.22 Scope of Services or Services means a comprehensive description of the activities, tasks, design
features, objectives, deliverables and milestones required for the completion of Project or an
assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary
for its completion.
1.23 Subconsultant means a person or organization of properly registered professional architects,
engineers, registered surveyor or mapper, and/or other professional specialty that has entered into a
written agreement with the Consultant to furnish specified professional services for a Project or task.
1.24 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.
1.25 Work means all services. materials and equipment provided by/or under this Agreement with the
Consultant.
1.26 Work Order means a document internal to the City authorizing the performance of specific
professional services for a defined Project or Projects.
1.27 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.
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
5
PROFESSIONAL SERVICES AGREEMENT
ARTICLE 2 GENERAL CONDITIONS
2.01 TERM
The term of this Agreement shall be for two (2) year(s) commencing on the effective date hereof. This
specified term is intended for administrative and budget control purposes and is not to be considered or
interpreted as a time limitation. This Agreement shall be in place until completion of the Project.
During the term of this Agreement the Consultant is precluded from entering into any other contracts or
agreements with the City to provide Services related. incidental or allied to or contained in the
Transportation Program. Where the Consultant has existing contracts or agreements with other agencies
who operate or provide similar programs or services within the City, the Consultant shall be precluded from
providing Transportation Program Support Services for such contracts or agreements as long as this
Agreement is in effect.
2.01-1 Extension of Expiration Date
In the event the Consultant is engaged in any Project(s) on the Agreement expiration date,
then this Agreement shall not expire and remain in effect until completion or termination of said
Project(s). No new Work Orders shall be issued after the expiration date.
2.02 OPTIONS TO EXTEND
The CITY, by action of the CITY MANAGER, shall have the option to extend the term for two (2) additional
period(s) of one (1) year(s) each, subject to continued satisfactory performance as determined by the
Director, and to the availability and appropriation of funds. City Commission authorization of this Agreement
includes delegation of authority to the CITY MANAGER to administratively approve said extensions
provided that the compensation limits set forth in 2.05 are not exceeded.
2.03 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" hereto (to be Determined), which by this reference is incorporated
into and made a part of this Agreement.
2.04 COMMUNITY BUSINESS ENTERPRISE ("CBE") PARTICIPATION
REQUIREMENTS ORDINANCE 13331, codified as § 18-87(p), City Code.
Prospective Firms must adhere to the following requirements:
1) Assign a minimum of fifteen percent (15%) of the contract value to firms currently
certified by Miami -Dade County as a Community Business Enterprise ("CBE");
2) Place a specific emphasis on utilizing local small businesses from within the City's
municipal boundaries.
For information on the City's CBE requirements, visit the Capital Improvements and Transportation Program
(CITP) website at: http://www.miamigov.com/CITP/forms.htmI
2.05 COMPENSATION
2.05-1 Compensation Limits
The amount of compensation payable by the City to the Consultant shall be a lump sum or not to exceed
fee, based on the rates and schedules established in Attachment B hereto, which by this reference is
incorporated into this Agreement; provided, however, that in no event shall the amount of compensation
exceed an annual maximum of Five Hundred Thousand Dollars ($500,000) over the term of the
Agreement and any extension(s), unless explicitly approved by action of the City Commission and put
into effect by written amendment to this Agreement. The City may, at its sole discretion use other
compensation methodologies. The City shall not have any liability nor will the Consultant have any
recourse against the City for any compensation, payment, reimbursable expenditure, cost or charge
beyond the compensation limits of this Agreement, as it may be amended from time to time. This
Agreement, as amended and/or renewed, is subject to the compensation limits for continuing contracts
set forth in § 287.055, Florida Statutes for Continuing Contracts.
2.05-2 Payments
Unless otherwise specifically provided in Attachment B, payment shall be made in accordance with
Florida Statute Chapter 218, Part VII, Local Government Prompt Payment Act, after receipt of the
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
6
PROFESSIONAL SERVICES AGREEMENT
Consultant's invoice. which shall be accompanied by sufficient supporting documentation and contain
sufficient detail, to constitute a "proper invoice" as defined by § 218.72, Florida Statutes, and to allow
a proper audit of expenditures, should the City require one to be performed. If the Consultant is entitled
to reimbursement of travel expenses, then all bills for travel expenses shall be submitted in accordance
with Section 112.061, Florida Statutes. For the submission of invoices, the Consultant shall utilize the
Consultant Invoice Form available on the CITP website at http://www.miamigov.com/CITP/forms.html.
ARTICLE 3 PERFORMANCE
3.01 PERFORMANCE AND DELEGATION
The Services to be performed hereunder shall be performed by the Consultant's own staff, unless otherwise
provided in this Agreement, or approved, in writing by the City. Said approval shall not be construed as
constituting an agreement between the City and said other person or firm.
3.02 REMOVAL OF UNSATISFACTORY PERSONNEL
Director or designee may make written request to the Consultant for the prompt removal and replacement
of any personnel employed or retained by the Consultant, or any Subconsultants or subcontractors, or any
personnel of any such Subconsultants or subcontractors engaged by the Consultant to provide and perform
services or Work pursuant to the requirements of this Agreement. The Consultant shall respond to the City
within fourteen (14) calendar days of receipt of such request with either the removal and replacement of
such personnel or written justification as to why that may not occur. All decisions involving personnel will
be made by the Consultant. Such request shall solely relate to said employees work under this Agreement.
3.03 CONSULTANT KEY STAFF
The parties acknowledge that the Consultant was selected by the City, in part, on the basis of qualifications
of particular staff identified in the Consultant's response to the City's solicitation, hereinafter referred to as
"Key Staff'. The Consultant shall ensure that Key Staff are available for Work upon request from the City,
as long as said Key Staff is in the Consultant's employ. The Consultant will obtain prior written acceptance
of Director or designee to change Key Staff. The Consultant shall provide Director, or designee with such
information as necessary to determine the suitability of proposed new Key Staff. Director will act reasonably
in evaluating Key Staff qualifications. Such acceptance shall not constitute any responsibility or liability for
the individual's ability to perform.
3.04 TIME FOR PERFORMANCE
The Consultant agrees to start all Work hereunder upon receipt of a Notice to Proceed issued by the
Director and to complete each assignment, task or phase within the time stipulated in the Notice to Proceed.
Time is of the essence with respect to performance of this Agreement.
A reasonable extension of the time for completion of various assignments, tasks or phases may be granted
by the City should there be a delay on the part of the City in fulfilling its obligations under this Agreement
as stated herein or other delays substantially or entirely outside the control of the Consultant. Such
extension of time shall not be cause for any claim by the Consultant for extra compensation.
3.05 STANDARD OF CARE
Consultant is solely responsible for the technical accuracy and quality of their Services. Consultant shall
perform all Services in compliance with Florida Administrative Code Rule 61G15-19.001(4) and Section
471.033(1) of the Florida Statutes, as amended. Consultant shall perform due diligence, in accordance with
no less than customary, standard industry practices, in gathering information and inspecting a Project site
prior to the commencement of design. Consultant shall be responsible for the professional quality, technical
accuracy and coordination of all design, drawings, specification, and other Services furnished by the
Consultant under this Agreement. Consultant shall, without additional compensation, correct or revise any
errors, omissions, and/or deficiencies in its designs, drawings, specification or other Services. Consultant
shall also be liable for delay costs, and any increased costs in construction, including but not limited to
additional work, demolition of existing work, rework, etc., resulting from its negligent errors, omissions,
actions, decisions, and/or deficiencies in its designs, drawings, specifications, or other Services.
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
7
PROFESSIONAL SERVICES AGREEMENT
ARTICLE 4 SUBCONSULTANTS
4.01 GENERAL
4.01-1 A Subconsultant, as defined in Article 1.18 is a firm that was identified as part of the consulting
team in the competitive selection process by which the Consultant was chosen to perform the services
under this Agreement, and as such, is identified and listed in Schedule Al attached hereto and
incorporated 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 Schedule Al.
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 or modify/change any Subconsultant listed in Schedule Al without prior written
approval by the Director or designee, in response to a written request from the Consultant stating the
reasons for any proposed substitution.
ARTICLE 5 DEFAULT
5.01 GENERAL
If the Consultant fails to comply with any term or condition of this Agreement, or fails to perform any of its
obligations hereunder, then the Consultant shall be in default. Upon the occurrence of a default hereunder
the City, in addition to all remedies available to it by law, may immediately, upon written notice to the
Consultant, terminate this Agreement whereupon all payments, advances, or other compensation paid by
the City to the Consultant while the Consultant was in default shall be immediately returned to the City. The
Consultant understands and agrees that termination of this Agreement under this section shall not release
the Consultant from any obligation accruing prior to the effective date of termination.
In the event of termination due to default, in addition to the foregoing, the Consultant shall be liable to the
City for all expenses incurred by the City in preparing and negotiating this Agreement, as well as all costs
and expenses incurred by the City in the re -procurement of the Services, including consequential and
incidental damages. In the event of Default, the City may also suspend or withhold reimbursements from
the Consultant until such time as the actions giving rise to default have been cured.
5.02 CONDITIONS OF DEFAULT
A finding of Default and subsequent termination for cause may include, without limitation, any of the
following:
5.02-1 The Consultant fails to obtain or maintain the professional engineering certification/
licensure, insurance or bonding herein required.
5.02-2 The Consultant fails to comply, in a substantial or material sense, with any of its duties
under this Agreement, with any terms or conditions set forth in this Agreement or in any agreement it
has with the City, beyond the specified period allowed to cure such default.
5.02-3 The Consultant fails to commence the Services within the time provided or contemplated
herein, or fails to complete the Work in a timely manner as required by this Agreement.
5.03 TIME TO CURE DEFAULT; FORCE MAJEURE
The City through the Director or designee shall provide written notice to the Consultant as to a finding of
default, and the Consultant shall take all necessary action to cure said default within time stipulated in said
notice, after which time the City may terminate the Agreement. The City at its sole discretion, may allow
additional days to perform any required cure if the Consultant provides written justification deemed
reasonably sufficient. If the Default has not been corrected by the Consultant within the time specified the
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
8
PROFESSIONAL SERVICES AGREEMENT
Agreement shall be automatically terminated on the last day of the time stipulated in said notice, without
the necessity of any further action by the City.
Should any such failure on the part of the Consultant be due to a condition of Force Majeure as that term
is interpreted under Florida law, then the City may allow an extension of time reasonably commensurate
with the cause of such failure to perform or cure.
ARTICLE 6 TERMINATION OF AGREEMENT
6.01 CITY'S RIGHT TO TERMINATE
The City, including the Director or designee has the right to terminate this Agreement for any reason or no
reason, upon ten (10) days' written notice. Upon termination of this Agreement, all charts, sketches, studies.
drawings, and other documents, including all electronic copies related to Work authorized under this
Agreement, whether finished or not, must be turned over to the Director or designee. The Consultant shall
be paid in accordance with provisions of Attachment B, provided that said documentation is turned over to
Director or designee within ten (10) business days of termination. Failure to timely deliver the
documentation shall be cause to withhold any payments due without recourse by the Consultant until all
documentation is delivered to the Director or designee.
6.01-1 The Consultant shall have no recourse or remedy from any termination made by the City
except to retain the fees, and allowable costs or reimbursable expenses, earned compensation for the
Services that were performed in complete compliance with the Agreement, as full and final settlement
of any claim, action, demand, cost, charge or entitlement it may have, or will, have against the City, its
officials or employees.
6.02 CONSULTANT'S RIGHT TO TERMINATE
The Consultant shall have the right to terminate this agreement, in writing, following breach by the City, if
breach of contract has not been corrected within sixty (60) days from the date of the City's receipt of a
written statement from the Consultant specifying its breach of its duties under this Agreement.
6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT
The Consultant warrants that it has not employed or retained any company or person, other than a bona
fide employee working solely for the Consultant to solicit or secure this Agreement and that he or she has
not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide
employee working solely for the Consultant any fee, commission, percentage, gift, or other consideration
contingent upon or resulting from the award or making of this Agreement.
For the breach or violation of this provision, the City shall have the right to terminate the Agreement without
liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such
fee, commission, percentage, gift, or consideration.
ARTICLE 7 DOCUMENTS AND RECORDS
7.01 OWNERSHIP OF DOCUMENTS
All tracings, plans, drawings, specifications, maps, computer files, and/or reports prepared or obtained
under this Agreement, as well as all data collected, together with summaries and charts derived there from,
including all electronic digital copies will be considered works made for hire and will, based on incremental
transfer wherein the above shall become the property of the City upon payments made to the Consultant
or termination of the Agreement without restriction or limitation on their use, and will be made available, on
request, to the City at any time during the performance of such services and/or upon completion or
termination of this Agreement. The Consultant shall not copyright any material and products or patent any
invention developed under this Agreement. The City shall have the right to visit the site for inspection of the
work and the products of the Consultant at any time. The Consultant shall be permitted to retain copies,
including reproducible copies, solely for information and reference in connection with the City's use and
occupancy of the Project.
7.02 DELIVERY UPON REQUEST OR CANCELLATION
Failure of the Consultant to promptly deliver all such documents, both hard copy and digital, to the Director
or designee within ten (10) days of cancellation, or within ten (10) days of request by the City, shall be just
cause for the City to withhold payment of any fees due the Consultant until the Consultant delivers all such
documents. The Consultant shall have no recourse from these requirements.
7.03 RE -USE BY CITY
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
9
,y2C—c/.8116
PROFESSIONAL SERVICES AGREEMENT
It is understood that all Consultant agreements and/or Work Orders for new work will include the provision
for the re -use of plans and specifications, including construction drawings, at the City's sole option, and by
virtue of signing this agreement the Consultant agrees to such re -use in accordance with this provision
without the necessity of further approvals, compensation, fees or documents being required and without
recourse for such re -use. The Consultant will not be liable for re -use by the City of plans, documents,
studies, or other data for any purpose other than that intended by the terms and conditions of this
Agreement.
7.04 NONDISCLOSURE
To the extent allowed by law, the Consultant agrees not to divulge, furnish ,or make available to any third
person, firm or organization, without Director or designee's prior written consent, or unless incident to the
proper performance of the Consultant's obligations hereunder, or in the course of judicial or legislative
proceedings where such information has been properly subpoenaed, any non-public information
concerning the Services to be rendered by the Consultant hereunder, and the Consultant shall require all
of its employees, agents, Subconsultants, and subcontractors to comply with the provisions of this
paragraph.
7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS
The Consultant will keep adequate records and supporting documentation, which concern or reflect its
Services hereunder. Records subject to the provisions of the Public Records Law, Florida Statutes Chapter
119, shall be kept in accordance with the applicable statutes. Otherwise, the records and documentation
will be retained by the Consultant for a minimum of three (3) years from the date of termination of this
Agreement or the date the Project is completed, whichever is later. The City, or any duly authorized agents
or representatives of the City, shall have the right to audit, inspect, and copy all such records and
documentation as often as they deem necessary during the period of this Agreement and during the three
(3) year period noted above; provided, however such activity shall be conducted only during normal
business hours.
Consultant shall additionally comply with Section 119.0701, Florida Statutes, including without limitation:
(1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform
this service; (2) provide the public with access to public records on the same terms and conditions as the
City would at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law; 3) ensure
that public records that are exempt or confidential and exempt from disclosure are not disclosed except as
authorized by law; (4) meet all requirements for retaining public records and transfer, at no cost, to the City
all public records in its possession upon termination of this Agreement and destroy any duplicate public
records that are exempt or confidential and exempt from disclosure requirements; and, (5) provide all
electronically stored public records to the City in a format compatible with the City's information technology
systems.
IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE
PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT BETTY DOYLE, (305) 416 - 1915,
BDOYLE@MIAMIGOV.COM, PROCUREMENT DEPARTMENT, 444 S.W. 2ND
AVENUE, 6TH FLOOR, MIAMI, FLORIDA 33130.
ARTICLE 8 INDEMNIFICATION
The Consultant shall indemnify, hold harmless, and defend the City, its officers, agents, directors, and/or
employees, from liabilities, damages, losses, judgments, and costs, including, but not limited to reasonable
attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or
intentional wrongful misconduct of Consultant and persons employed or utilized by Consultant in the
performance of this Agreement. These indemnifications shall survive the term of this Contract. In the event
that any action or proceeding is brought against the City by reason of any such claim or demand, the
Consultant shall, upon written notice from the City, resist and defend such action or proceeding by counsel
satisfactory to the City. The Consultant expressly understands and agrees that any insurance protection
required by this Agreement or otherwise provided by the Consultant shall in no way limit the responsibility
to indemnify, keep and save harmless and defend the City or its officers, employees, agents and
instrumentalities as herein provided.
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
10
PROFESSIONAL SERVICES AGREEMENT
The indemnification provided above shall obligate the Consultant to defend, at its own expense, to and
through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's
option, any and all claims of liability and all suits and actions of every name and description which may be
brought against the City whether performed by the Consultant, or persons employed or utilized by
Consultant.
This indemnity will survive the cancellation or expiration of the Agreement. This indemnity will be interpreted
under the laws of the State of Florida, including without limitation and interpretation, which conforms to the
limitations of §725.06 and/or §725.08, Florida Statutes, as applicable.
The Consultant shall require all Subconsultant agreements to include a provision that they will indemnify
the City.
The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims
which may result from any actions or omissions of the Consultant in which the City participated either
through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any
submissions by the Consultant or other acts of the Consultant, the City in no way assumes or shares any
responsibility or liability of the Consultant or 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 all insurance
required hereunder and the City's Risk Manager or his/her 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), as per A.M. Best Company's Key Rating Guide, latest edition.
9.02 VERIFICATION OF INSURANCE COVERAGE
The Consultant shall furnish certificates of insurance to the Risk Administrator for review and approval prior
to the execution of this Agreement. The Certificates shall clearly indicate that the Consultant has obtained
insurance of the type, amount and classification required by these provisions, in excess of any pending
claims at the time of contract award to the Consultant. The Consultant shall maintain coverage with equal
or better rating as identified herein for the term of this Agreement. The Consultant shall provide written
notice to the City's Department of Risk Management of any material change, cancellation and/or notice of
non -renewal of the insurance within thirty (30) days of the change.
The Consultant shall furnish copies of insurance policies pertaining to this Agreement to Risk Administrator
within ten (10) days of written request.
9.03 FORMS OF COVERAGE
9.03-1 COMMERCIAL GENERAL LIABILITY AND AUTOMOBILE LIABILITY
The Consultant shall maintain commercial general liability coverage with limits of at least $1,000,000
per occurrence, $2,000,000 aggregate for bodily injury and property damage. The coverage shall
include Premises and Operations, Contingent and Contractual Liability, and Products and Completed
Operations, with additional endorsements as applicable. Waiver of Subrogation applies in favorite of
the certificate holder.
The coverage shall be written on a primary and non-contributory basis with the City listed as an
additional insured as reflected by endorsement CG 2010 11/85 or its equivalence. Notice of cancellation
should read thirty (30) days/ten (10) days for nonpayment.
9.03-2 BUSINESS AUTOMOBILE
The Consultant shall provide business automobile liability coverage including coverage for all owned,
hired and non -owned autos with a minimal combined single limit of $1,000,000 naming the City as an
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
11
PROFESSIONAL SERVICES AGREEMENT
additional insured with respect to this coverage. Notice of cancellation should read thirty (30) days/ten
(10) days for nonpayment.
9.03-3 PROFESSIONAL LIABILITY INSURANCE
The Consultant shall maintain Professional Liability Insurance including Errors and Omissions coverage
in the minimum amount of $2,000,000 per claim, $2,000,000 aggregate providing for all sums which
the Consultant shall be legally obligated to pay as damages for claims arising out of the services
performed by the Consultant or any person employed by the Consultant in connection with this
Agreement. This insurance shall be maintained for at least one (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 UMBRELLA LIABILITY INSURANCE
The Consultant shall maintain Umbrella Liability Insurance including Bodily injury and property damage
liability with limits of $1,000,000.00 each occurrence and an aggregate limit of 51,000,000.00. The
coverage shall include excess coverage over all applicable liability policies with the City listed as an
additional insured.
9.03-5 WORKER'S COMPENSATION INSURANCE
The Consultant shall maintain Worker's Compensation Insurance in compliance with Florida Statutes,
Chapter 440, as amended, and Employee's Liability with a minimum limit of $500,000 each occurrence.
9.03-6 SUBCONSULTANT COMPLIANCE
The Consultant shall ensure that all Subconsultants comply with these same insurance requirements.
9.04 MODIFICATIONS TO COVERAGE
The Risk Administrator or his/her authorized designee reserves the right to require modifications, increases,
or changes in the required insurance requirements, coverage, deductibles or other insurance obligations
by providing a thirty (30) day written notice to the Consultant in accordance with §10.06 herein. 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 §18-101 and § 18-
102, City Code, are applicable to this Agreement and are deemed as being incorporated by reference
herein.
10.02 ENTIRE AGREEMENT
This Agreement, as it may be amended from time to time, represents the entire and integrated agreement
between the City and the Consultant and supersedes all prior negotiations, representations or agreements,
written or oral. This Agreement may not be amended, changed, modified, or otherwise altered in any
respect, at any time after the execution hereof, except by a written document executed with the same
formality and equal dignity herewith. Waiver by either party of a breach of any provision of this Agreement
shall not be deemed to be a waiver of any other breach of any provision of this Agreement.
10.03 SUCCESSORS AND ASSIGNS
The performance of this Agreement shall not be transferred pledged, sold, delegated or assigned, in whole
or in part, by the Consultant without the written consent of the City, acting by and through its City
Commission. It is understood that a sale of the majority of the stock or partnership shares of the Consultant,
a merger or bulk sale, an assignment for the benefit of creditors shall each be deemed transactions that
would constitute an assignment or sale hereunder requiring prior City approval.
The Consultant's services are unique in nature and any assignment, sale transference without City
Commission approval shall be cause for the City to cancel this Agreement. The Consultant shall have no
recourse from such cancellation. The City may require bonding, other security, certified financial statements
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
1?
PROFESSIONAL SERVICES AGREEMENT
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 Notice to Proceed. The original Project
price and any addition thereto will be adjusted to exclude any significant sums by which the City determines
the project price was increased due to inaccurate, incomplete or non -current wage rates and other factual
unit costs. All such price adjustments will be made within one (1) year following the end of the Project.
10.05 APPLICABLE LAW AND VENUE OF LITIGATION
This Agreement shall be interpreted and construed in accordance with and governed by the laws of the
State of Florida. Any suit or action brought by any party, concerning this Agreement, or arising out of this
Agreement, shall be brought in Miami -Dade County, Florida. Each party shall bear its own attorney's fees
except in actions arising out of the Consultant's duties to indemnify the City under Article 8 herein where
the Consultant shall pay the City's reasonable attorney's fees.
10.06 NOTICES
Whenever either party desires to give notice unto the other, such notice must be in writing, sent by
registered United States mail, return receipt requested, addressed to the party for whom it is intended at
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:
Annie Perez, CPPO
Director
Procurement Department
City of Miami
444 S.W. 2nd Avenue, 6th Floor
Miami, Florida 33130
annieperez@miamigov.com
With Copies to:
Sandra Harris
Director
Office of Transportation Management
City of Miami
444 S.W. 2nd Avenue, 8th Floor
Miami, Florida 33130
sandraharris@miamigov.com
For Consultant:
Greg Kyle, AICP
Senior Vice President/Senior Associate
Kimley-Horn and Associates, Inc.
1221 Brickell Avenue, Suite 400
Miami, Florida 33131
greg.kyle@kimley-horn.com
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
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
13
PROFESSIONAL SERVICES AGREEMENT
singular shall include the plural, and vice versa, unless the context otherwise requires. Terms such as
"herein," "hereof,""hereunder," and "hereinafter" refer to this Agreement as a whole and not to any particular
sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever
reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as a
whole, including all of the subsections of such Section, unless the reference is made to a particular
subsection or subparagraph of such Section or Article.
10.08 JOINT PREPARATION
Preparation of this Agreement has been a joint effort of the City and the Consultant and the resulting
document shall not, solely as a matter of judicial construction, be construed more severely against one of
the parties than any other.
10.09 PRIORITY OF PROVISIONS
If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit
attached hereto, any document or events referred to herein, or any document incorporated into this
Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term,
statement, requirement, or provision contained in this Agreement shall prevail and be given effect.
10.10 MEDIATION - WAIVER OF JURY TRIAL
In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the
design and /or construction of the subject project(s), and/or following the completion of the projects(s), the
parties to this Agreement agree all disputes between them shall be submitted to non -binding mediation
prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who
the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State
of Florida. The parties will split the costs of a certified mediator on a 50/50 basis. The Consultant agrees to
include such similar contract provisions with all Subconsultants and/or independent contractors and/or the
Consultants retained for the project(s), thereby providing for non -binding mediation as the primary
mechanism for dispute resolution. Each party will bear their own attorney's fees.
In an effort to expedite the conclusion of any litigation the parties voluntarily waive their right to jury trial or
to file permissive counterclaims in any action arising under this Agreement.
10.11 TIME
Time is of the essence in the performance of 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, sex, religion, age, handicap, marital status or national origin. The
Consultant further covenants that no otherwise qualified individual shall, solely by reason of his/her
race, color, sex, religion, age, handicap, marital status or national origin, be excluded from participation
in, be denied services, or be subject to discrimination under any provision of this Agreement.
10.12-2 OSHA COMPLIANCE
The Consultant warrants that it will comply with all safety precautions as required by federal, state or
local laws, rules, regulations and ordinances. The City reserves the right to refuse the Consultant
access to City property, including project jobsites, if the Consultant employees are not properly
equipped with safety gear in accordance with OSHA regulations or if a continuing pattern of non-
compliance with safety regulations is exhibited by the Consultant.
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
14
PROFESSIONAL SERVICES AGREEMENT
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 & 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 between the parties. The Consultant has no authority to bind the City to any
promise, debt, default, or undertaking of the Consultant.
10.14 DISCRETION OF DIRECTOR
Any matter not expressly provided for herein dealing with the City or decisions of the City shall be within
the exercise of the reasonable professional discretion of the Director or the Director's authorized designee.
10.15 RESOLUTION OF CONTRACT DISPUTES
The Consultant understands and agrees that all disputes between it and the City based upon an alleged
violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner.
The initial step shall be for the Consultant to notify the Project Manager in writing of the dispute and submit
a copy to the City of Miami personnel identified in Article 10.06, Notices.
Should the Consultant and the Project Manager fail to resolve the dispute the Consultant shall submit their
dispute in writing, with all supporting documentation, to the Director of the Office of Transportation
Management, as identified in Article 10.06, Notices. Upon receipt of said notification the Director of Office
of Transportation Management shall review the issues relative to the dispute and issue a written finding.
Should the Consultant and the Director of Office of Transportation Management 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 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 his/her 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) days has expired after submitting to the City Manager a detailed statement of
the dispute, accompanied by all supporting documentation, or a period of (90) days has expired
where the City Manager's decision is subject to City Commission approval; or
(iii) the City has waived compliance with the procedure set forth in this section by written instrument(s)
signed by the City Manager.
10.16 INDEPENDENT CONTRACTOR
The Consultant has been procured and is being engaged to provide services to the City as an independent
contractor, and not as an agent or employee of the City. Accordingly, the Consultant shall not attain, nor be
entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights
generally afforded classified or unclassified employees. The Consultant further understands that Florida
Workers' Compensation benefits available to employees of the City are not available to the Consultant, and
agrees to provide workers' compensation insurance for any employee or agent of the Consultant rendering
services to the City under this Agreement.
10.17 CONTINGENCY CLAUSE
Funding for this Agreement is contingent on the availability of funds and continued authorization for program
activities and the Agreement is subject to amendment or termination due to lack of funds, reduction of funds
and/or change in regulations, upon thirty (30) days' notice.
10.18 THIRD PARTY BENEFICIARY
Kimley-Horn and Associates, Inc. -Transportation Program Support Services
RFQ 15-16-028
15
PROFESSIONAL SERVICES AGREEMENT
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
No additional terms and conditions included with the solicitation response shall be evaluated or considered,
and any and all such additional terms and conditions shall have no force or effect and are inapplicable to
this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing
separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and
agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this
solicitation and that the proposer's authorized signature affixed to the proposer's acknowledgment form
attests to this. If a PSA or other Agreement is provided by the City and included in this solicitation no
additional terms or conditions which materially or substantially vary, modify or alter the terms or conditions
of the Agreement, in the sole opinion and reasonable discretion of the City will be considered. Any and all
such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or other
Agreement.
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
16
PROFESSIONAL SERVICES AGREEMENT
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and
year first above written.
WITNESS/ATTEST: Kimley-Horn and Associates, Inc.
Signet:y2
S gnature
6L-ng Qlpv9 off _s_g� �', j Sc. i (� 4 ~e of:tn 1 2
Print Name, Title Print me, Ville of Au horizbd Officer or Official
ATTEST:
Consultant Secretary
(Affirm Consultant Seal, if available)
ATTEST:
/,r' .fr
APPROVED AP-Q/1N `URANCE APPRO
REQUIREMENTS % ��/ -- COR
(Corporate Seal)
CITY OF MIAMI, a municipal corporation of the
State of Florida
Daniel J. Alfons
Ann Mar Sharp, Director
Risk M nagemeni Department
ger
FORM AND
Attorney
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
17
PROFESSIONAL SERVICES AGREEMENT
CERTIFICATE OF AUTHORITY
(IF CORPORATION OR LLC)
VO
I R BY6to t a meetingof the Board of Directors of
leg -,( �► ��(( , a corpora ' rga . an i�tin de,,-
the Taws of the State of,XL'�7►► Q LI eld on the layy of C/) / >'.� a
resolu asvl y passed and adopted authorizing (Name) VPP LA Q� as
(Title V T' of the corporation to execute a r eme is on behalf of the
corporation and providing that his/her execution thereof, attested by the secretary of the
corporation, shall be the official act and deed of the corporation.
I further certify that said resolution remains in full force and effect. 2 +' ,,p ,--
IN WITNESS WHEREOF, I have hereunto set my hand this ' , day of !,' y`k ep
20 1f --
Secretary: /2/2;
Print: ','r' o Y
CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
I HEREBY CERTIFY that at a meeting of the Board
, a partnership organized
the laws of the State of , held on the _day of
was duly passed and adopted authorizing (Name)
(Title) of the partnership to execute agreements
partnership and provides that his/her execution thereof, attested by a partner,
act and deed of the partnership.
of Directors of
and existing under
, a resolution
as
on behalf of the
shall be the official
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:
rs:
Name
Street Address
City
State
Zip
18
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
PROFESSIONAL SERVICES AGREEMENT
CERTIFICATE OF AUTHORITY
(IF JOINT VENTURE)
Joint ventures must submit a joint venture agreement indicating that the person signing this bid is
authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement
each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority
(corporate, partnership, or individual).
CERTIFICATE OF AUTHORITY
(IF INDIVIDUAL)
I HEREBY CERTIFY that, I (Name) , individually and doing
business as (d/b/a) (If Applicable) have
executed and am bound by the terms of the Agreement to which this attestation is attached.
IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20_
Signed:
Print:
NOTARIZATION
STATE OF
SS:
COUNTY OF )
The foregoing instrument was acknowledged before me this day of
, 20 , by , who is personally
known to me or who has produced as identification and who
(did / did not) take an oath.
SIGNATURE OF NOTARY PUBLIC
STATE OF FLORIDA
PRINTED, STAMPED OR TYPED
NAME OF NOTARY PUBLIC
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
19
PROFESSIONAL SERVICES AGREEMENT
ATTACHMENT A - SCOPE OF WORK
ARTICLE Al GENERAL
Under the direction of the Director or designee, Consultant is to assist in the programmatic management
and administration of the Transportation Program of the City, consisting of, but not limited to, planned and
unplanned transportation improvements, analysis, studies, design, purchases of capital goods and
equipment and construction Projects.
It is the intent and purpose of the City that Consultant shall provide the Services hereunder as an extension
of Office of Transportation Management's resources by providing qualified administrative, technical and
professional personnel to perform the duties and responsibilities assigned under the terms of this
Agreement. The Consultant shall minimize reliance on the Office of Transportation Management's
resources for assignments and activities provided under the Agreement, as may be authorized by the
Director or designee.
Consultant shall use its best effort at all times to cause the Services to be performed in the most expeditious
and cost effective manner consistent with the interests of the City.
A1.01 SCOPE OF SERVICES
A1.01-1 Consultant may be required to perform all or some of the Services presented in this
Agreement, depending on the needs of the City. The Consultant shall furnish the Services specifically
authorized by this Agreement, which Services may encompass one or more professional disciplines in
addition to those held by the Consultant.
A1.01-2 Services may include, but are not limited to, research and analysis, preparation of reports,
studies, coordination with community organizations, project management, production management,
owner's representative, construction administration, inter -agency coordination cost estimating, value
engineering, scheduling, utility coordination, document control and records management, and
administrative, and financial Program management for the City's Transportation Program. The Services
may further include but are not limited to planning, programming, field investigations, observations,
feasibility studies, alternative analysis and environmental studies, transportation cost modeling,
financial analysis and other activities that may be required to complete approved Work Orders.
A1.01-3 Consultant will not be responsible to assist with the purchase of capital goods and/or
equipment, but shall assist with the fiscal monitoring of those capital Projects and including them in the
annual Transportation Program.
A1.01-4 The City, at its option, may elect to expand, reduce or delete the extent of Work elements
described in the Scope of Services, provided such action does not alter the intent of the Agreement.
The Director or designee will request Consultant Services on an as -needed basis. There is no
guarantee that any or all of the Services described in this Agreement will be assigned during the term
of this Agreement.
A1.01-5 COOPERATIVE WORK
The Consultant will be responsible to Work in cooperation with the Office of Transportation
Management, City administration, officials of the City, client departments and agencies, community and
other stakeholders, with consultants, and contractors to administer the Transportation Program's
Projects.
A1.01.6 NON-EXCLUSIVE RIGHT
It is understood that any Work Order and Notice to Proceed will be issued under this Agreement at the
sole discretion of the Director or designee, and that the Consultant has no expectation, entitlement,
right to or privilege to receive a Work Order or Notice to Proceed for any Project or Work. The City
reserves at all times the right to perform any and all Services in-house, or with other private professional
consultants, architects or engineers consistent with applicable law, including Section 287.055, Florida
Statutes, (Consultants' Competitive Negotiation Act) if required, or to discontinue or withdraw any or all
Projects or Work or to exercise every other choice allowed by law.
This Agreement does not confer on the Consultant any particular, exclusive or special rights to any
Work required by the City.
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
?0
PROFESSIONAL SERVICES AGREEMENT
A1.01-7 PAYMENTS
The City will pay the Consultant in accordance with provisions and limitations of Attachment B. No
payment will be made for the Consultant's time or services in connection with the preparation of any
Work Order proposal or for any Work done in the absence of an executed Work Order, Notice to
Proceed and /or Purchase Order.
ARTICLE A2 OVERVIEW OF TRANSPORTATION AND TRANSIT PROGRAM SUPPORT
SERVICES
A2.01 PRIMARY SERVICES
Where Director or designee, in his/her sole discretion, identifies the need for Services, Consultant shall
provide a Work Order Proposal for the performance of said Services. The Services may include, but are
not necessarily limited to those identified in Article A1.01, Scope of Services.
The award and execution of a Work Order or Notice to Proceed for said Services shall be solely at the
City's discretion and submittal of a proposal is no guarantee or assurance that the Consultant will be
authorized to perform the Work.
Compensation for any Services shall be separately negotiated and may be lump sum, hourly rate -based or
other method as deemed appropriate by the parties.
A2.02 SPECIALTY SERVICES
Where Director or designee, in his/her sole discretion, identifies the need for Services related to a unique,
and possibly large scale element, activity, sub -program or Project within the Program and such Services
are unavailable from within the City's personnel resources, hereinafter Specialty Services, Consultant shall
provide a Work Order Proposal for the performance of said Services. Said proposal shall identify, in such
detail as deemed appropriate by the Director or designee, the nature of the proposed Services, the extent
of manpower and other resources required for such Specialty Services, and the individual(s), firm(s) and/or
team that has qualifications and expertise in the field of the subject endeavor. The assignment of Work as
Specialty Services shall be made solely at the discretion of the Director, and will be accomplished by a
Work Order issued pursuant to this Agreement.
The award and execution of a Work Order or Notice to Proceed for said Specialty Services shall be solely
at the City's discretion and submittal of a proposal is no guarantee or assurance that the Consultant will be
authorized to perform the Work as Specialty Services
Compensation for any Specialty Services shall be separately negotiated and may be lump sum, hourly rate -
based or other method as deemed appropriate by the parties.
ARTICLE A3 PRIMARY SERVICES
Those Services considered by the City to be fundamental to the successful management of the overall
Transportation Program shall be considered Primary Services and shall consist, generally of the following
areas:
A3.01 ADMINISTRATIVE PROGRAM MANAGEMENT
The Consultant, in its capacity as Program Manager, shall assist. where/when Director or designee, in
his/her sole discretion, identifies the need, in the comprehensive coordination, development, and
management, including, but not limited to, the following Services and/or activities:
A3.01-1 Program Implementation Strategies: research and recommend the most effective
methods to implement all aspects of the overall Program.
A3.01-2 Program Coordination: Coordination and schedule management for Project design,
procurement, contract negotiation and contract administration activities.
A3.01-3 Program Logistics: Develop comprehensive Program Work plans, schedules and
budgets. Manage Transportation Program's "letting" plan for Projects, including the updating, revision,
conflicts, deviation, and analyses to determine the impact of potential changes to the "letting" plan.
A3.01-4 Fiscal Management Assistance: Develop financial projections, monitor and track
Program funds, financing and cash flows. Assist with the development of program and financial data
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
21
PROFESSIONAL SERVICES AGREEMENT
for potential financing options, including investment bonds, which may be utilized to implement the
Program.
A3.01-5 Reporting: Furnish regular progress and status reports on the Program at intervals
determined by the Director or as significant issues become known to the Consultant.
A3.01-6 Staffing: Maintain staffing efficiencies within the Consultant's Team.
A3.01-7 Procedure and Process Improvements: Development of procedures and procedure
manuals for various Program activities and processes. Develop or assist with the development of
standard documents and/or forms.
A3.01-8 Document Control and Records Management: Development of a document
management system for the Program; maintain documentation and correspondence relating to the
Program that is accessible and will be owned by the City.
A3.01-9 Inter -Agency Coordination: Overall coordination of the City's Program with other
governmental agencies, such as the Florida Department of Transportation (FDOT), Miami -Dade County
Public Works and Water and Sewer Departments, utility companies, regulatory agencies and with
private developers.
A3.01-10 Staff and Business Development: Development and implementation of staff
development programs, and mentor Office of Transportation Management staff on an on -going,
informal basis.
A3.01-11 Prepare official minutes of meetings for the Director or designee's approval and
dissemination.
A3.02 PRODUCTION MANAGEMENT SERVICES
The Consultant, in its capacity as Program Manager, shall assist, where/when Director or designee, in
his/her sole discretion, identifies the need, in the following Services and/or activities:
A3.02-1 General Project Administration and Fiscal Activities
A3.02-1(a) Cost Control: Provide value engineering throughout Project life cycles as requested, and
verify constructability of plans and specifications.
A3.02-1(b) Financial: Prepare monthly cash draw projections, monitor monthly Project expenditures.
Review, monitor and advise the City regarding the disposition of contractors and/or consultants
payment requisitions. Assist with timely submission of payment requisitions to meet cash flow
commitments. Monitor Project funding, and prepare financial projections as required.
A3.02.1(c) Reporting: Provide progress reports and status information on assigned Project(s) to City
designees at frequencies identified by Director or designee.
A3.02-1(d) Communication and Outreach: At the direction of the Director or designee attend and
address meetings with City officials, neighborhood groups, and private citizens concerning Projects,
respond to questions and concerns about the Project at City Commission meetings, assist the City with
public information, notifications and public meetings required in relation to assigned design construction
projects.
A3.02-1(e) Information Management, Document Control: Maintain files of all documentation and
correspondence relating to the Program and specific Projects in an orderly system which will be
submitted to the City upon completion of the Project and/or Program.
A3.02-1(f) Legal and Other Services: Should legal issues arise relating to a Project, provide records,
depositions and testimony about affected Projects. Provide consulting Services on other matters
relating to the Projects and/or Program.
A3.02-2 Design and Production Activities
The Consultant, in its capacity as Program Manager, shall assist, where/when Director or designee,
in his/her sole discretion, identifies the need, in the following Services and/or activities:
A3.02-2(a) Project Scoping: Devise and/or confirm detailed Project scopes with staff and client
departments commensurate with funding. Verify the accuracy of Architect's/engineer's budget and
design estimates against cash flow commitments. Consultant shall consider prioritization and design
alternates as contingency measures to verify that cash flow commitments are achieved.
A3.02-2(b) Schedules and Budgets: Develop Work plans, schedules and budgets for the overall
Program and for assigned Projects
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
22
PROFESSIONAL SERVICES AGREEMENT
A3.02-2(c) Permits and Approvals: Facilitate and/or assist the City in obtaining all Federal, State and
local permits or approvals from agencies such as Miami -Dade Water and Sewer, DERM,
Environmental, and Department of Health. Review such permits for consistency with City approved
plans and for special requirements or conditions, if any. It is the responsibility of the designer of record
to file for and obtain all permits.
A3.02-2(d) Utility Coordination: Facilitate comprehensive utility coordination to assist with conflict
resolution and coordination among City, designers of record, and various utility capital plans and
owners.
A3.02.2(e) Public Outreach: Assist in coordinating and hosting of periodic meetings at frequencies
determined by the Director or designee, to promote best practices by City and industry.
ARTICLE A4 SPECIALTY SERVICES (INCLUDING THE MIAMI TROLLEY PROGRAM)
The specific Scope of Services required as Specialty Services shall vary depending on nature of the specific
endeavor, and may encompass any or all of the tasks described under Primary Services. The required
Work shall be described in a Work Order Proposal that shall form the basis for a Work Order to be approved
by the Director or designee.
Any Specialty Services shall have a Work Order issued for all or portions of the following goals:
1. Needs assessments
2. Financial analysis, including the availability of grant programs
3. Alternative and Environmental analysis
4. Operational assessments
5. Programming
6. Implementation management
7. Promotion and Public Participation
8. Bicycle and Pedestrian Enhancements and Safety Improvements
ARTICLE A5 STAFFING
The Director or designee has the right to approve and regulate the Consultant's workforce and approve
specific Consultant's employees. The Consultant will perform all Services described in this Scope of
Services where/when Director or designee, in his/her sole discretion, identifies the need, by use of the
Program Staff, as described below. The Director's input regarding staff and Work assigned to Key
Personnel and/or Staff for Specialty Services shall be duly considered by Consultant in preparing any
individual Work Order proposal and failure to adequately address such concerns regarding staff
assignments may be cause for Director's rejection of same.
All staff shall be duly qualified, trained and/or licensed to perform the Work assigned to them.
The Consultant shall designate a Program Coordinator to manage this Agreement who shall be located at
an office maintained by the Consultant. This Program Coordinator shall be responsible for all administrative
functions associated with the Agreement. This individual and any other employees of the Consultant
performing administrative functions, which are not located at the MRC, shall be part of the Consultant's
overhead and not direct billable charges under this Agreement. The Program Coordinator shall be eligible
for billable charge when performing specific, technical functions when so requested by the Director or
designee.
A5.01 PROGRAM STAFF
A portion of the Primary Services shall be performed by the Consultant's Key Personnel assigned on a full-
time basis and housed at the MRC building. Such personnel shall be billed to the City on a monthly lump
sum basis.
Any modification in the Scope of Work assigned to the Key Personnel should trigger a corresponding
modification in the Lump Sum Compensation, as provided in Article B3, Computation of Fees and
Compensation.
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
23
PROFESSIONAL SERVICES AGREEMENT
Upon award of an Agreement the Director or designee shall issue a Work Order covering the initial Key
Personnel which shall reflect the monthly levels of compensation and Services and a separate Work Order
covering those individuals assigned to perform what would be considered Specialty Services, which shall
reflect the methods and levels of compensation.
A5.02 STAFFING FOR SPECIALTY SERVICES
The Work assignments performed by these staff will be requested in writing by the Director or designee for
individual or short term tasks, or for long-term and continuing service tasks, associated with any element
of the Scope of Services. The level of effort anticipated for these staff members and their assignments will
be analyzed by the Director or his/her designee on an as needed basis and the progress will be measured
through the Monthly Progress Report to accompany the monthly invoicing.
Staff shall be assigned via Work Order to a given scope of Services. Individual Work Orders shall depict
staff and/or activities as being offered on a lump sum, performance basis or hourly -rate, limiting amount
basis.
A5.03 STAFFING CHANGES
If additional staff is warranted in the opinion of the Consultant due to workload issues, a written request will
be made by Consultant to the Director or designee whose written approval is required as described below.
A5.03-1 Changes Due to Absence or Termination: If there are changes in the staff depicted in
an authorized Work Order, particularly with Key Personnel as identified in the Proposers' RFQ
submittal, be absent due to voluntary or involuntary termination, that position will be replaced within five
(5) business days of the date of separation, or as requested by the Director or designee. Should an
individual staff, particularly Key Personnel as identified in the Proposers' RFQ submittal be absent for
more than fifteen (15) consecutive business days due to vacation, illness or other matter, Consultant
shall provide a qualified replacement that is acceptable to the Director or designee. Director or designee
in Director or designee's sole discretion may additionally request qualified replacement staff due to
absences of less than fifteen (15) business days if warranted by the nature of the Work handled by that
staff. The Director or designee may request one or more resumes for any personnel to be assigned
and may also request to interview the proposed personnel and select the most qualified person (s), in
the City's sole opinion. Selection of such a person to work on the Program does not change the
Consultant's sole responsibility and liability for the performance and actions of said person. Such
changes shall be noted and approved in writing.
A5.03-2 Changes Due to Work Requirements: Director or designee's approval shall be in writing
for all additional or replacement Program Staff not included in the ProposaI/Work Order and estimated
to work in excess of twenty (20) hours per month in total. Consultant shall provide a written proposal to
Director detailing anticipated man-hour and related requirements for the task or activity to be assigned
to additional Key Personnel or Staff assigned for Specialty Services. The Director or designee may
request one or more resumes for any personnel to be assigned and may also request to interview the
proposed personnel and select the most qualified person, in the City's sole opinion. Selection of such
a person to work on the Program does not change the Consultant's sole responsibility and liability for
the performance and actions of said person.
ARTICLE A6 ASSIGNMENT OF WORK
It is the intent and purpose of the City that Consultant shall provide the Primary Services hereunder as an
extension of Office of Transportation Management's resources as may be authorized by the Director. It is
envisioned that areas of responsibilities and specified tasks will be assigned by the Director or designee.
A6.01-1 WORK ORDERS
When a specific task is above and beyond the scope of the initial Work Order assigned to Key Personnel
Program Support Staff or Program Support Staff assigned to Specialty Services Work Order, the
Director or designee will request a Work Order Proposal from the Consultant for Services based on a
proposed Scope of Services provided by the Director or designee. The Consultant and Director or
designee, and others if appropriate, may have preliminary meetings, if warranted, to further define the
Scope of Work and to resolve any questions regarding the proposed Project. The Consultant shall then
prepare a written 'Work Order Proposal" for the required Services generally following the guidelines
provided by the Office of Transportation Management, indicating the proposed Scope of Services, time
of performance, proposed fees, Subconsultants if warranted, deliverable items and/or documents, and
timeframe to complete the Work. The Work Order Proposal shall depict detailed staffing commitments
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
24
PROFESSIONAL SERVICES AGREEMENT
for the proposed Services and the method of compensation, either Lump Sum or Hourly Rate/Limiting
Amount. The Consultant shall not be compensated for the preparation or Work Order Proposals.
When consensus is reached, the Consultant shall prepare a revised and final Work Order Proposal
which will be attached and incorporated to the Work Order authorized by the Director or designee.
Upon acceptance of the Work Order Proposal a "Notice to Proceed" will be issued by the Director or
designee.
No guarantee is made as to how many and the extent of Work Orders issued to the Consultant.
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
25
PROFESSIONAL SERVICES AGREEMENT
SCHEDULE Al - SUBCONSULTANTS
FIRM NAME
CONSULTING FIELD
Caltran Engineering Group, Inc.
Traffic Data Collection
Connetics Transportation Group, Inc.
Transit Planning/Operation
Geosol, Inc.
Geotechnical
National Data and Surveying Services, Inc.
Traffic Data Collection
Robayna and Associates, Inc.
Survey
Trident Engineering, LLC
Large Scale and Small Scale Development
Traffic Impact Reviews; Traffic Data Collection
SCHEDULE A2 - KEY STAFF
NAME
JOB CLASSIFICATION
Greg Kyle
Program Coordinator
Adrian Dabkowski; Stewart Robertson; Raj
Shanmugam, PE
Project Manager
Juan S. Calderon, PE, PTP, PTOE
Project Manager, Supplemental Services
Burt Baldo; Tom Farnan; Jamea Long; John
McWilliams; Mark Santos; Oracio Riccobono,
PE;
Sr. Engineer
Jeannelia Liu, PE; Luis Monsalve, PE
Sr. Engineer, Supplemental Services
Leo Almonte; Luis Cubas; Juan Jimenez; Seth
Schmid; Edgar Torres; Brett Wood; Carlos
Perez, PE; Adriana Rodriguez, PE, PTOE
Project Engineer
Adnan Ismail, PE
Project Engineer, Supplemental Services
Matt Gibson; Ali Hanes; Omar Kanaan; Gabriela
Ramierz; Ravi Wijesundera
Engineer
Reja Rabbi, El; Juan C. Gonzalez, E.I.; Stanley
Williams
Engineer, Supplemental Services
Riney Amerson
Designer
Michael Hernandez
Designer, Supplemental Services
Jose Castaneda; Joshua Cockriel; Cory
Dorman; Dorian Johnson; Lisa Juan; Artem
Strunnikov; Shuo Zhang, PhD, El
Engineering Intern
Juan P. Romero, El
Engineering Intern, Supplemental Services
Clarence Eng; Jon Sewell
Senior Planner
Vasu T. Persaud, PE, PTOE, AICP
Senior Planner, Supplemental Services
Erin Gentle; Kim Misek; Jared Schneider; Pam
Turner
Planner
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
26
PROFESSIONAL SERVICES AGREEMENT
SCHEDULE A2 - KEY STAFF (CONTINUED)
NAM E
JOB CLASSIFICATION
Lilian Fernandez, El
Planner, Supplemental Services
Marcia Feldman
Public Relations Specialist
David Goldman; Lynn Kiefer
Chief Environmental Engineer
Brady Walker
Senior Environmental Engineer
Oliver Basse
Environmental Engineer
Franklin Hernandez; Jose A. Gonzalez;
Nkrumah A. Nelson
Engineering Technician
Estrella Real
Computer Surveyor
Jose Rives
Principal Surveyor
Vivian Trujillo
Utility Coordinator
Jennifer Eppert; Shanda Layne; Katherine
Cardenas; Aurora Riccobono; Maria Montilla
Clerical
Ashutosh Kumar
Senior Planner, Modeling
Sujith Rapolu
Senior Modeler
Tim Crobons
Senior Planner, Transit Planning
Adam Barnum
Transit Planner
Kevin Deal
Counts Project Manager
Diana Leon
Scheduling
Sean Moran
Machine Technician
Jeffery Provencher
Manual Turning Movement Technician
Christian Amis
Quality Control
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
27
ATTACHMENT B - COMPENSATION
ATTACHMENT B - COMPENSATION AND PAYMENTS
ARTICLE B.1 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 (See Section B3.01).
b) An Hourly Rate as defined in Section B3.02 and at the rates set forth pursuant to the same.
NOTE: The Lump Sum manner of compensation is the preferred and primary form of compensation.
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, Section 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 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 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, Computer Aided Design and Drafting (CADD) technicians, project managers, Geographic
Information Systems (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 A2, Key Staff.
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
28
ATTACHMENT B - COMPENSATION
B2.05 EMPLOYEE BENEFITS AND OVERHEAD
Regardless of the method of compensation elected herein, compensation paid by the City shall, via the
Multiplier, cover all the Consultant costs including, without limitation, employee fringe benefits (e.g. sick
leave, vacation, holiday, unemployment taxes, retirement, medical, insurance and unemployment benefits)
and an overhead factor. Failure to comply with this section shall be cause for cancellation of this Agreement.
B2.06 ESCALATION
There shall be no escalation clause as part of this Agreement.
ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION
The City agrees to pay the Consultant, and the Consultant agrees to accept for services rendered pursuant
to this Agreement, fees computed by one or a combination of the methods outlined above, as applicable,
in the following manner:
B3.01 LUMP SUM
Compensation for a Scope of Work can be a Lump Sum and must be mutually agreed upon in writing by
the City and the Consultant, and stated in a Work Order. Lump Sum compensation is the preferred method
of compensation.
B3.01-1 Lump Sum: Shall be the total amount of compensation where all aspects of Work are
clearly defined, quantified and calculated.
B3.01-2 Modifications to Lump Sum: If the City authorizes a substantial or material change in the
Scope of Services or level of staffing, the Lump Sum compensation for that portion of the Services
may be equitably and proportionately adjusted by mutual consent of the Director or designee and
Consultant, subject to such additional approvals as may be required by legislation or ordinance.
B3.01-3 Lump Sum compensation shall be calculated by Consultant, utilizing the Wage Rates
established herein including multiplier, and reimbursable expenses as attached in Schedule B-2.
Prior to issuing a Work Order, the City may require Consultant, to verify or justify its requested Lump
Sum compensation. Such verification shall present sufficient information as depicted in Schedule A2.
B3.02 HOURLY RATE FEES
B3.02-1 Hourly Rate Fees shall be those rates for Consultant and Subconsultant employees
identified in Schedule B1, Wage Rates. All hourly rate fees will include a maximum not to exceed
figure, inclusive of all costs expressed in the contract documents. The City shall have no liability for
any fee, cost or expense above this figure. Consultant shall maintain timesheets for all individuals
compensated on an hourly basis. Said timesheets are to reflect the name and title of the individual,
work week, all Work performed during the work week, and the hours associated with each task
performed. Timesheets must account for the total number of authorized work hours in the work week.
B3.02-2 CONDITIONS FOR USE
Hourly Rate Fees shall be used only in those instances where the parties agree that it is not possible
to determine, define, quantify and/or calculate the complete nature, and/or aspects, tasks, man-hours,
or milestones for a particular Project or portion thereof at the time of Work Order issuance. Hourly Rate
Fees may be utilized for Additional Work that is similarly indeterminate. In such cases, the City will
establish an Allowance in the Work Order that shall serve as a Not to Exceed Fee for the Work to be
performed on an Hourly Rate Basis.
B3.02-3 OVERTIME
For Staff whose Services are paid based on hours Services are performed Consultant shall provide
written justification for use of overtime in advance of occurring such overtime and, must obtain advance
written approval of the Director or designee before the use of overtime. Failure to obtain prior written
approval shall result in the City denying any request for compensation for the incurred overtime. The
Director may authorize the use of overtime, subject to the following limitations that the overtime may
only be used for Staff who is performing Specialty Services and such Staff shall not be exempt
employees as defined under the Federal Fair Labor Standards Act. Further, overtime compensation
shall not exceed one and one half (1-1/2) times the employee's regular hourly rate, as provided in
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
29
ATTACHMENT B - COMPENSATION
Schedule B1. The regular repeated use of overtime is discouraged and may be denied by Director or
designee.
63.03 REIMBURSABLE EXPENSES
Any fees for authorized reimbursable expenses shall not include charges for the Consultant handling, office
rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting
supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and
specifications (above the quantities set forth in this Agreement), mailing, stenographic, clerical, or other
employees time or travel and subsistence not directly related to a project. All reimbursable services shall
be billed to the City at direct cost expended by the Consultant. City authorized reproductions in excess of
sets required at each phase of the Work will be a Reimbursable Expense.
The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of
this Agreement as verified by supporting documentation deemed appropriate by Director or designee
including, without limitation, detailed bills, itemized invoices and/or copies of cancelled checks.
B3.04 FEES for SPECIALTY SERVICES
The Consultant may be authorized to perform Specialty Services for which additional compensation and/or
Reimbursable Expenses, as provided in this Agreement.
B3.04-1 Determination of Fee
The compensation for such services will be one of the methods described herein: mutually agreed upon
Lump Sum or Hourly Rate with a Not to Exceed Limit.
B3.04-2 Procedure and Compliance
An independent and detailed Notice to Proceed, and an Amendment to a specific Work Order, shall be
required to be issued and signed by the Director for each additional service requested by the City. The
Notice to Proceed will specify the fee for such service and upper limit of the fee, which shall not be
exceeded, and shall comply with the City of Miami regulations, including the Purchasing Ordinance, the
Consultant's Competitive Negotiation Act, and other applicable laws.
B3.04-3 Fee Limitations
For all Specialty Services to be provided by Subconsultants, the Consultant shall not apply any mark-
up or multiplier. For all reimbursable services the Consultant will be reimbursed based on actual costs.
B3.05 PAYMENT EXCLUSIONS
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.
B3.06 FEES RESULTING FROM PROJECT SUSPENSION
If a project is suspended for the convenience of the City for more than three (3) 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 the
prior month. For the Lump Sum portion of this Agreement, payments shall be made monthly in an amount
equal to one twelfth (1/12th) the annual Lump Sum total compensation. Hourly Rate payments shall be
made on the basis of actual hours worked based on the Hourly Rate Fee, accompanied by a duly certified
invoice, giving names, classification, salary rate per hour (not to exceed the values depicted in Schedule
B-1), hours and associated tasks worked and total charge for all personnel directly engaged Services.
Recurring Reimbursement Expenses established at an annual lump sum as shown in Schedule B3 may be
invoiced monthly, and paid as noted above for the Lump Sum portion of the Agreement. Other, pre-
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
30
ATTACHMENT B - COMPENSATION
approved Variable Reimbursement Expenses are to be invoiced within one hundred twenty (120) days of
the Consultant's expenditure thereof.
Subconsultant's fees and Reimbursable Expenses shall be billed to the City in the actual amount paid by
Consultant.
Consultant shall utilize the City standard Consultant Invoice Form available on the CITP website at
http://www.miamigov.com/CITP/forms.html. Failure to submit invoice(s) within sixty (60) days following the
provision of Services contained in such invoice may be cause for a finding of default.
134.02 MONTHLY PROGRESS REPORT
In addition to the invoice, the Consultant shall submit a Monthly Progress Report (Report) detailing the
Services provided and activities undertaken by Consultant's staff, inclusive of all Staff assigned to Specialty
Services. The Report shall also provide details as to the status of all assignments, tasks, activities and
deliverables and associated hours as may be applicable. The Report shall also provide an anticipated date
of completion for each item included in the Report.
City shall reject any invoice not accompanied by a Monthly Progress report. The format and content of the
Monthly Progress Report shall be subject to the approval of the Director or designee.
B4.03 BILLING — HOURLY RATE
Invoices submitted by 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 & 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
Any fees for authorized reimbursable expenses shall not include charges for Consultant's handling, office
rent or overhead expenses of any kind, including depreciation of equipment, professional dues,
subscriptions, etc., or employee's time or travel and subsistence not directly related to the Program or a
Project(s). Reimbursable expenses shall be billed to the City at direct cost expended by the Consultant.
The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of
this Agreement as verified by supporting documentation deemed appropriate by Director or designee
including, without limitation, detailed bills, itemized invoices and/or copies of cancelled checks.
Documentation shall be submitted with invoices for Variable Reimbursement Expenses. For Recurring
Reimbursement expenses, the supporting documentation for the annual lump sum amount shall be included
in the Proposal/Work Order and no further supporting documentation will be required.
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
31
ATTACHMENT B - COMPENSATION
Reimbursable Expenses shall be identified and quantified, to the extent possible, in each Work Order.
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 Consultant's employees, Subconsultants, and Special
Subconsultants in the interest of the Work for the purposes identified below:
B5.02 TYPES OF REIMBURSABLE EXPENSES
As depicted in Schedule B2, Reimbursable Expenses are to be set as a Monthly Lump Sum amount or as
Variable Reimbursement given as a limiting amount primarily attributable to Key Personnel or allowance,
subject to the advance approval of the Director or designee for direct expenses.
Reimbursable Expenses are shown in Schedule B2. Actual direct costs paid by Consultant for Variable
Reimbursement Expenses shall be the basis of invoice to City, subject to the advance approval of the
Director or designee as provided below.
B5.03 AUTHORIZATION
Both Recurring Reimbursements and estimates of Variable Reimbursements, as shown in Schedule B2,
are to be identified Variable Reimbursement Expenses for all travel and per diem, miscellaneous items and
any other item or category shall be subject to specific written advance approval of the Director or designee
using forms provided to the Consultant subsequent to award of the Agreement.
B5.04 DEFINITIONS and CATEGORIES
Reimbursable Expenses are those items authorized by the City outside of or in addition to professional fees
as identified in the Work Order and consist of actual expenditures made by the Consultant and the
Consultant's employees, or Subconsultant, in the interest of the Work for the purposes identified below:
B5.04-1 Travel And Per Diem
Identifiable per diem, meals and lodging, lodging, taxi fares and miscellaneous travel -connected
expenses for Consultant's personnel are subject to the limitations of Section 112.061 Florida
Statutes as amended. Meals for class C travel inside Miami -Dade or Broward County will not be
reimbursed. Meals and lodging expenses will not be reimbursed for temporarily relocating
Consultant's employees from one of Consultant's offices to another office if the employee is
relocated for more than ten (10) consecutive Working days. Lodging will be reimbursed only for
room rates equivalent to Holiday Inn, Howard Johnson or Ramada Inn. Governmental lodging or
meals will not be reimbursed that result from travel within Miami -Dade, Broward or Palm Beach
Counties.
B5.04-2 Permit Fees
All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These
permit fees do not include those permits required to be paid by the construction Contractor.
B5.04-3 Miscellaneous Reimbursable Expenses
All other expenses as included in Schedule B2 or those otherwise requested in advance and
approved in writing by the Director or designee are eligible for reimbursement as Variable
Reimbursements.
B5.05 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 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.
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
32
ATTACHMENT B - COMPENSATION
SCHEDULE BI - WAGE RATES SUMMARY
Personnel Name
Job Classification
Negotiated
Unloaded
Hourly Rate
Burdened
Hourly Rate
2.9 (Home)
Multiplier
Burdened
Hourly Rate
2.4 (Field)
Multiplier
Greg Kyle
Program Coordinator
$73.75
$213.88
$177.00
Adrian Dabkowski; Stewart
Robertson; Raj Shanmugam, PE
Project Manager
$57.69
$167.30
$138.46
Juan S. Calderon, PE, PTP, PTOE
Project Manager,
Supplemental Services
$55.00
$159.50
$132.00
Burt Baldo; Tom Farnan; Jamea
Long; John McWilliams; Mark
Santos; Oracio Riccobono, PE;
Sr. Engineer
$57.00
$165.30
$136.80
Jeannelia Liu, PE; Luis Monsalve,
PE
Sr. Engineer,
Supplemental Services
$55.00
$159.50
$132.00
Leo Almonte; Luis Cubas; Juan
Jimenez; Seth Schmid; Edgar
Torres; Brett Wood; Carlos Perez,
PE; Adriana Rodriguez, PE, PTOE
Project Engineer
$47.00
$136.30
$112.80
Adnan Ismail, PE
Project Engineer,
Supplemental Services
$46.37
$134.47
$111.29
Matt Gibson; Ali Hanes; Omar
Kanaan; Gabriela Ramierz; Ravi
Wijesundera
Engineer
$38.28
$111.01
$91.87
Reja Rabbi, El; Juan C. Gonzalez,
E.I.; Stanley Williams
Engineer, Supplemental
Services
$32.25
$93.53
$77.40
Riney Amerson
Designer
$40.00
$116.00
$96.00
Michael Hernandez
Designer, Supplemental
Services
$32.00
$92.80
$76.80
Jose Castaneda; Joshua Cockriel;
Cory Dorman; Dorian Johnson;
Lisa Juan; Artem Strunnikov; Shuo
Zhang, PhD, El
Engineering Intern
$29.00
$84.10
$69.60
Juan P. Romero, El
Engineering Intern,
Supplemental Services
$28 00
$81.20
$67.20
Clarence Eng; Jon Sewell
Senior Planner
$59.50
$172.55
$142.80
Vasu T. Persaud, PE, PTOE,
AICP
Senior Planner,
Supplemental Services
$40.87
$118.52
$98.09
Erin Gentle; Kim Misek; Jared
Schneider; Pam Turner
Planner
$37.00
$107.30
$88.80
Lilian Fernandez, El
Planner, Supplemental
Services
$26.00
$75.40
$62.40
Marcia Feldman
Public Relations Specialist
$47.38
$137.40
$113.71
David Goldman; Lynn Kiefer
Chief Environmental
Engineer
$60.00
$174.00
$144.00
Brady Walker
Senior Environmental
Engineer
$43.28
$125.51
$103.87
Oliver Basse
Environmental Engineer
$30.06
$87.17
$72.14
Franklin Hernandez; Jose A.
Gonzalez; Nkrumah A. Nelson
Engineering Technician
$20.50
$59.45
$49.20
Estrella Real
Computer Surveyor
$28.33
$82.16
$67.99
Jose Rives
Principal Surveyor
$41.93
$121.60
$100.63
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
33
ATTACHMENT B - COMPENSATION
SCHEDULE B1 - WAGE RATES SUMMARY (CONTINUED)
Personnel Name
Job Classification
Negotiated
Unloaded
Hourly Rate
Burdened
Hourly Rate
2.9 (Home)
Multiplier
Burdened
Hourly Rate
2.4 (Field)
Multiplier
Vivian Trujillo
Utility Coordinator
$24.60
$71.34
$59.04
Ashutosh Kumar
Senior Planner, Modeling
$59.50
$172.55
$142.80
Sujith Rapolu
Senior Modeler
$44.10
$127.89
$105.84
Tim Crobons
Senior Planner, Transit
Planning
$59.50
$172.55
$142.80
Adam Barnum
Transit Planner
$37.00
$107.30
$88.80
Kevin Deal
Counts Project Manager
$30.28
$87.81
$72.67
Diana Leon
Scheduling
$16.44
$47.68
$39.46
Sean Moran
Machine Technician
$15.14
$43.91
$36.34
Jeffery Provencher
Manual Turning Movement
Technician
$20.76
$60.20
$49.82
Christian Amis
Quality Control
$26.82
$77.78
$64.37
Jennifer Eppert; Shanda Layne;
Katherine Cardenas; Aurora
Riccobono; Maria Montilla
Clerical
$16.21
$47.01
$38.90
3 Man Crew (Daily Burdened)
$871.60
4 Man Crew (Daily Burdened)
$1,072.80
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
34
ATTACHMENT B - COMPENSATION
SCHEDULE B2 - ESTIMATE OF REIMBURSABLE EXPENSE
PRIMARY SERVICES
VARIABLE REIMBURSEMENT EXPENSES - MAXIMUM ANNUAL TOTALS
Description
YEAR 1
YEAR 2
YEAR 3
YEAR 4
Notes
Travel and Per
Diem
Permit Fees
Miscellaneous
SUBTOTAL
RECURRING REIMBURSEMENT EXPENSES - MAXIMUM ANNUAL TOTALS
Description
YEAR 1
YEAR 2
YEAR 3
YEAR 4
Notes
Travel and Per
Diem
Permit Fees
Miscellaneous
SUBTOTAL
SUB CONSULTANTS (VARIABLE REIMBURSABLE)
(Name)
SUBTOTAL
TOTAL
PRIMARY
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
35
ATTACHMENT B - COMPENSATION
SCHEDULE B2 - ESTIMATE OF REIMBURSABLE EXPENSE
SPECIALTY SERVICES - WORK ORDER 1
VARIABLE REIMBURSEMENT EXPENSES - MAXIMUM ANNUAL TOTALS
Description
YEAR 1
YEAR 2
YEAR 3
YEAR 4
Notes
Travel and Per Diem
Permit fees
Miscellaneous
SUB -TOTAL
RECURRING REIMBURSEMENT EXPENSES - MAXIMUM
ANNUAL TOTALS
Description
YEAR 1
YEAR 2
YEAR 3
YEAR 4
Notes
Travel and Per Diem
Permit Fees
Miscellaneous
SUB -TOTAL
SUB CONSULTANTS (VARIABLE REIMBURSABLE)
(Name)
SUB -TOTAL
TOTAL SPECIALTY
TOTAL
REIMBURSEMENT
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
36
Consultant:
ATTACHMENT B — COMPENSATION
SCHEDULE B3 - EXPENSE VOUCHER
TRANSPORTATION PROGRAM MANAGEMENT
VARIABLE REIMBURSEMENT
ADVANCE APPROVAL
(For expense items other than travel)
Item Description
Purpose
Location
Estimated
❑ Home Office
o Field Office (MRC)
o Other office
Unit
Qty
Amt
Submitted by: Date:
Approved by: Date:
Kimley-Horn and Associates, Inc. - Transportation Program Support Services
RFQ 15-16-028
37
Kir e,)Horn
Certificate of Secretary
To Whom It May Concern:
I am the duly qualified and acting Secretary of Kimley-Horn and Associates, Inc., a North Carolina
Corporation.
The following is a true copy of a resolution duly adopted by the Board of Directors of the corporation
at the Board meeting held on December 17, 2015 and entered in the minutes of such meeting in the
minute book of the corporation.
"The Board unanimously approved the contract signing authority of employees as presented." (A
copy of the employee lists as presented is enclosed.)
The resolution is in conformity with the articles of incorporation and bylaws of the corporation, has
never been modified or repealed, and is now in full force and effect.
Dated: February 15, 2016
(corporate seal)......--- • ................
, �0 ppg' sS
O� ..............•.
J/4)/*41,,n
S+.yam:.
3 SEAL F .
. ti rr.' Pi
!
POBcpc3306EtPlaktiO.NC 27636.3968
9190772690
CALIFORNIA
LOS ANGELES DT
Blume, Robert D.
Phaneuf, Alyssa S.
LOS ANGELES SFV
Fares, Jean B.
OAKLAND
Dankberg, Adam J.
Durrenberger, Randal
ORANGE
Adrian, Darren J.
Ciandella, Serine A.
Fares, George B.
Hourigan, E. Vincent
Kerry, Nicole M.
Matson, Jason B.
Phillips, Chad E.
PLEASANTON
Mowery, Michael C.
Sowers, Brian E.
Kimley-Horn and Associates, Inc.
FULL CONTRACT SIGNING AUTHORITY
December 17, 2015
JACKSONVILLE
Mecca, Joseph P.
Roland, George E.
LAKELAND
Bulloch, Kelly B.
Wilson, Mark E.
MIAMI
Baldo, Burt L.
R. Buchler, Aaron E.
SACRAMENTO
Coppin, Thomas G.
Melvin, Enda
Squires, Christopher A.
SAN DIEGO
Barlow, Matthew T.
Harry, Jennifer L.
Kaltsas, Joseph D.
Knapton, Michael J.
Landaal, Dennis J.
Podegracz, Anthony J.
Ross, Michael S.
SAN JOSE
Hedayat, Leyla
Venter Frederik J.
FLORIDA
BOCA-DELRAY
Schwartz, Michael F.
CORAL GABLES
Fernandez, Jorge L.
FORT LAUDERDALE
Alam, Mudassar M.
Barnes, Roy R.
Capelli, Jill A.
Kyle, Gregory S.
Ratay, Gary R.
Saxena, K.K.
OCALA
Bryant, M. Lewis
Busche, Richard V.
ORLANDO
Chau, Hao T.
Jackson, Jay R.
Martin, Jonathan A.
Mingonet, Milton S.
Thigpen, Jonathan D.
SARASOTA
Nadeau, Gary J.
Schmid, Seth E.
Stovall, Thomas M.
TALLAHASSEE
Barr, Richard R.
Sewell, Jon S.
TAM PA
Campbell, David C.
Gilner, Scott W.
White, Wayne E.
VERO BEACH
Cave, Derrick B.
Good, Brian A.
Peed, Brooks H.
Roberson, Kevin M.
WEST PALM BEACH
Atz, John C.
Bardt, David R.
Cherry, Paul L.
Ingram, Jerry W.
Jackson, Kenneth W.
Mufleh, Marwan H.
Rapp, Bryan T.
Schanen, Kevin M.
Sumislaski, James M.
Walthall, David W.
MID-AMERICA
CHICAGO
DOWNTOWN
Dvorak, Jr., William E.
Morton, Jr., Arthur J.
CHICAGO
SUBURBAN
Antony, Dean M.
NEW YORK
Nejad, Anush A.
NORTHERN VIRGINIA
Barber, Christopher G.
Chavers, James T.
Lefton, Steven E.
Martin, Robert J.
Murphy, Terence T.
Sauro, Thomas J.
Whyte, Richard D.
Yarnal, Brian D.
RICHMOND
Brewer, Brian J.
White, Timothy E.
TWIN CITIES
Bishop, Mark C.
Danielson, Paul B.
Horn, Jon B.
Leverett, Christopher
Smalkoski, Brian R.
VIRGINIA BEACH
Carter, Erica V.
Mackey, William F.
Marscheider, Edward
Nash, William A.
Tewksbury, Carl F.
MOUNTAIN
DENVER
Colvin, Scott W.
Phelps, Randall J.
Rowe, Curtis D.
Salvagio, Robin
LAS VEGAS
Ackeret, Kenneth W.
Colety, Michael D.
MESA
Margetts, Sterling T.
Marin, Laura S.
PHOENIX
Conrad, John R.
Hermann, Michael J.
Kissinger, John C.
Leistiko, David J.
Mufti, Brent H.
Noon, Lisa K.
Omais, Ahmad A.
Pretorius, Petrus S.
Purtle, Vicki L.
Schiller, Michael G.
Walnum, Nathan C.
TUCSON
Crowther, Brent C.
SOUTHEAST
ALPHARETTA
Fanney, Lawson H.
ATLANTA
Rushing, Michael L.
Walker, John D.
Wilson, Deborah L.
ATLANTA MIDTOWN
Fink, Kenneth L.
Meador, Emily H.
Montanye, Emmeline F
Ross, Robert A.
Stricklin, David L.
C. Webb, Floyd C.
CARY
Adams, Richard C.
Barber, Barry L.
Byrd, Michael N.
A. Cook, Richard N.
Deans, Neil T.
Dunzo, Mark W.
Flanagan, Tammy L.
McEntee, David L.
Nuckols, Charles A.
Rohrbaugh, Richard R.
Venters, Samantha
Voisin, William J.
Wilson, Jon E.
Wilson, Mark S.
NASHVILLE
Benditz, John F.
Rhodes, Christopher D.
RALEIGH-DOWNTOWN
Burchett, Thomas F.
Penny, H.D.
TEXAS
AUSTIN
Boecker, Brian C.
Van Leeuwen, Andrew
DALLAS
Burns, Gregory B.
Hall, James R.
Henigsman, Dean A.
Hoppers, Kevin P.
Nathan, Aaron W.
Smith, Eric Z.
Swindler, Roderick P.
Wilshire, Roy L.
FORT WORTH
Arnold, Scott R.
Gary, Glenn A.
James, Jeffery
. FRISCO
Brignon, Brit A.
McCracken, Paul D.
CHARLOTTE
Blakley, Jr., Stephen W.
Edwards, Matthew A.
Hume, Robert M.
Wilhelm, William R.
MEMPHIS
Collins, James F.
Danley, Drake E.
HOUSTON
Frysinger, Chris V.
Guillory, Michael B.
LAS COLINAS
Tribble, Guy B.
Warren, Loy F.
These persons have
CALIFORNIA
LOS ANGELES DT
Chakravarthy, Srikanth
Choi, Michael
LOS ANGELES SFV
Wakenhut, Jonathan R.
OAKLAND
Akwabi, Kwasi
Dean, Felicia C.
ORANGE
Hoist, Tyler J.
Melvin, M. Pearse
PLEASANTON
Pulliam, John E.
Tsoi, Kevin K.
SACRAMENTO
Klein, Paul A.
Weir, Matthew D.
SAN DIEGO
Espelet, Leonardo E.
Hart, Patrick B
Meyerhofer, Peter N.
Sorenson, David K.
Washkowiak, Michael S.
SAN JOSE
Pittalwala, Fareed S.
Worthington -Forbes, Laura
FLORIDA
BOCA-DELRAY
Spruce, Michael D.
FORT LAUDERDALE
Falce, Christopher T.
McWilliams, John J.
Robertson, Stewart E.
FORT MYERS
Van Buskirk, Peter T.
JACKSONVILLE
Schilling, William J.
LAKELAND
Lewis, Jason A
MIAMI
Collier, Julio A.
ORLANDO
Burkett, Leon F.
Tate, Jr., S. Clif
Kimley-Horn and Associates, Inc.
STANDARD CONTRACT SIGNING AUTHORITY
December 17, 2015
authority to sign contracts using unmodified Kimley-Horn forms (not
SARASOTA
Waddill, William D.
TALLAHASSEE
Wetherell, Ryan S.
MOUNTAIN
DENVER
Krell, Gabriel M.
Steder, Matthew C.
Turner, Meaghan M.
Valentine, Brian W.
TAM PA
Hatton, Christopher C. LAS VEGAS
Moles, Richard A.
VERO BEACH
Kiefer, Michael E. MESA
Van Rens, Peter J. Grandy, Michael L.
WEST PALM BEACH
Fairchild, Angelina
Heggen, Christopher W
Potts, John E.
MID-AMERICA
CHICAGO DOWNTOWN
Lemmon, Peter
CHICAGO SUBURBAN
Heinen, Andrew N.
Sjogren, Timothy TUCSON
Solis, Richard P.
PHOENIX
Burgess, Lisa M.
Burns, Leslie D.
Delmarter, Michael L.
Haney, Stephen E.
Norby, Michael A.
Perillo, Adam C.
INDIANAPOLIS
Butz, Jr., William A.
NORTHERN VIRGINIA
Elman, Paul D.
Kauppila, John L.
Papazian, Edward Y.
Stevens, Ross S.
RICHMOND
Ellington, David B.
Lickliter, Ashley C.
Musarra, Salvatore J.
TWIN CITIES
Coyle, Daniel J.
Henderson, Benjamin J.
Lincoln, Thomas J.
Matzek, William D.
Pertzsch, Jerry D.
Witzig, Jeanne M.
VIRGINIA BEACH
Chambers, Jon S.
Collins, Carroll E.
France, William D.
Jucksch, Rebecca R.
Miller, Edward W.
Royal, Jack R.
RENO
O'Brien, Molly M.
SOUTHEAST
ALPHARETTA
Hamilton, James R.
West, Brian B.
ATLANTA
Newton, Gary T.
Nix, Christopher J.
ATLANTA MIDTOWN
House, Jeffrey T.
Strychalski, Raymond P.
CARY
Horn, Ross M.
Moore, Jeffrey W.
Reed, Elizabeth A.
Robinson, Larry D.
Rivenbark, Jeremy A.
CHARLOTTE
Hampton, Eric C.
Shelton, Michael A.
Watts, Austin L.
COLUMBIA
Guy, Jonathan R.
DURHAM DOWNTOWN
Lewellyn, Earl R.
client -drafted contracts).
MEMPHIS
Monroe, Kenneth W.
NASHVILLE
Coode, David A.
Dufour, Zachary J.
McMaster, Ryan
RALEIGH-DOWNTOWN
Bishop, Peter A.
Bostic, Christopher O.
Cochran, Adam P.
Hachem, Stephanie L.
Sutter, Karl V.
TEXAS
BRYAN/COLLEGE
STATION
Harris, Joseph C.
DALLAS
Galloway, Steven D.
Gaskey, Kevin S.
Kacir, Kent C.
Lucas, Matthew A.
Underwood, Sarah M.
Williamson, Sarah T.
FORT WORTH
Morales, Hugo
FRISCO
Dickey, Kyle A.
Harris, Mark E.
Millner, Daniel C.
HOUSTON
Freeman, Jr., Steven C.
Frysinger, Ashley M.
Gillis, Brian R.
Kirkland, Mark R.
LAS COLINAS
Delmotte, Ryan M.
MCKINNEY
Riccardi, Joseph C.
SAN ANTONIO
Cox, B. Matthew
Holscher, Nicholas F.
Client#: 25320
KIMLHORN
ACORD,. CERTIFICATE OF LIABILITY INSURANCE
DATE(MM100/YYYY)
12/13/2016
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(ies) must 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
Greyling Ins. Brokerage/EPIC
3780 Mansell Road, Suite 370
Alpharetta, GA 30022
877 908-5619
CONTACT Jerry Noyola
PHONE 770.552 4225 FAX 866-550 4082
o' Ext). (A/C, No):
E-MAIL
ADDRESS: lerry.noyola@greyling.com
INSURER(S) AFFORDING COVERAGE
NAIC o
INSURER A: National Union Fire Ins. Co.
19445
INSURED
Kimley-Horn and Associates, Inc.
P.O. Box 33068
Raleigh, NC 27636
INSURER : Commerce & Industry Ins. Co.
19410
INSURER C: New Hampshire Ins. Co.
23841
INSURER D: Lloyds of London
085202
INSURER E :
INSURER F :
COVERAGES
CERTIFICATE NUMBER: 16-17
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 CLAIMS.
LTR
TYPE OF INSURANCE
INSR
WVD
POLICY NUMBER
POLICY EFF
(MM1D0/YYYY)
POLICY FRCP
(MM1DD/YYYY)
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
5268169
04/01/2016
04/01/2017
EACH
$1,000,000
CLAIMS -MADE
X
OCCUR
��ESOCCURRENCE
PRVMISurtence)
S500,000
X
Contractual Liab.
MEDECP(Any one person)
525,000
PERSONAL & ADV INJURY
51,000,000
GENL AGGREGATE UMIT APPLIES PER:
GENERAL AGGREGATE
52,000,000
POLICY
X
JECOT X
LCC
PRODUCTS - COMP/OP AGG
52,000,000
I OTHER:
5
A
AUTOMOBILE LIABILITY
4489663
04/01/2016
04/01/2017
COMBED SINGLE LIMIT
(Ea acciNdent)
51,000,000
X
ANY AUTO
BODILY INJURY (Per person)
5
ALL OWNED
AUTOS
SCHEDULED
AUTOS
BODILY INJURY (Per
( )
S
X
HIRED AUTOS
X
AUTONON-0VVSNED
PROPERTY DAMAGE
(Per accident)
5
5
B
X
UMBRELLA LIAB
X
occuR
BE013778306
04/01/2016
04/01/2017
EACH OCCURRENCE
s5,000,000
EXCESS LIAB
CLAIMS -MADE
AGGREGATE
s5,000,000
DED X RETENT ON $10,000
5
c
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
15893685 (AOS)04/01/2016
04/01/2017
X STATUTE EORH
OFFICEWMEMBEREXCLUD D? ECUTIVE
Y / N
N
N / A
E.L. EACH ACCIDENT
51,000,000
A
(Mandatory In NH)
15893686 (CA)
04/01/2016
04/01/2017
E.L. DISEASE - EA EMPLOYEE
51,000,000
Ryes, describe under
DESCRIPTION OF OPERATIONS below
EL. DISEASE - POLICY UMIT
51,000,000
D
Professional Liab
P070831600
04/01/2016
04/01/2017
Per Claim $2,000,000
Aggregte $2,000,000
DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Re: RFQ 15-16-028; Transportation Program Support Services; Project #0422581xx• Adrian Dabkowski. The City
of Miami is named as an Additional Insured with respects to General & Automobile Liability where required
by written contract. Waiver of Subrogation is applicable where required by written contract & allowed by
law. The above referenced liability policies with the exception of professional liability are primary & non
contributory where required by written contract. Should any of the above described policies be cancelled by
(See Attached Descriptions)
CERTIFICATE HOLDER
CANCELLATION
City of Miami Office of Transportation Management
Risk Mgmt
444 SW 2nd Avenue
8th Floor
Miami, FL 33130
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
ACORD 25 (2014/01) 1 of 2
#S616099/M461305
01988-2014 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
JNOY1
DESCRIPTIONS (Continued from Page 1
the issuing insurer before the expiration date thereof, 30 days' written notice (except 10 days for
nonpayment of premium) will be provided to the Certificate Holder.
SAGITTA 25.3 (2014/01) 2 of 2
#S616099/M461305
POLICY NUMBER: 5268169 COMMERCIAL GENERAL LIABILITY
CG20330413
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - AUTOMATIC STATUS WHEN
REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Section fl - Who Is An Insured is amended to
include as an additional insured any person or
organization for whom you are performing
operations when you and such person or
organization have agreed in writing in a contract
or agreement that such person or organization
be added as an additional insured on your
policy. Such person or organization is an addi-
tional insured only with respect to liability for
"bodily injury", "property damage" or "personal
and advertising injury" caused, in whole or in
part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on
your behalf;
in the performance of your ongoing operations
for the additional insured.
However, the insurance afforded to such
additional insured:
1. Only applies to the extent permitted by law;
and
2_ Will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
A person's or organization's status as an addi-
tional insured under this endorsement ends
when your operations for that additional insured
are completed.
B. With respect to the insurance afforded to these
additional insureds, the following additional ex-
clusions apply:
This insurance does not apply to:
1. "Bodily injury", "property damage" or
"personal and advertising injury" arising out
of the rendering of, or the failure to render,
any professional architectural, engineering or
surveying services, including:
CG 20 33 04 13
C.
a. The preparing, approving, or failing to
prepare or approve, maps, shop
drawings, opinions, reports, surveys,
field orders, change orders or drawings
and specifications; or
b. Supervisory, inspection, architectural or
engineering activities.
This exclusion applies even if the claims against
any insured allege negligence or other wrong-
doing in the supervision, hiring, employment,
training or monitoring of others by that insured,
if the "occurrence" which caused the "bodily in-
jury" or "property damage", or the offense
which caused the "personal and advertising
injury", involved the rendering of or the failure
to render any professional architectural,
engineering or surveying services.
2. "Bodily injury" or "property damage"
occurring after:
a. All work, including materials, parts or
equipment furnished in connection with
such work, on the project (other than
service, maintenance or repairs) to be
performed by or on behalf of the
additional insureds) at the location of the
covered operations has been completed;
or
b. That portion of "your work" out of which
the injury or damage arises has been put
to its intended use by any person or
organization other than another
contractor or subcontractor engaged in
performing operations for a principal as a
part of the same project.
With respect to the insurance afforded to these
additional insureds, the following is added to
Section iII - Limits Of Insurance:
The most we will pay on behalf of the additional
insured is the amount of insurance:
0 Insurance Services Office, Inc., 2012 Page 1 of 2 12
1. Required by the contract or agreement you
have entered into with the additional
insured; or
2. Available under the applicable Limits of
Page 2 of 2
Insurance shown in the Declarations;
whichever is Tess.
This endorsement shall not increase the
applicable Limits of Insurance shown in the
Declarations.
® Insurance Services Office, Inc., 2012 CG 20 33 04 13 0
POLICY NUMBER: 5268169 COMMERCIAL GENERAL LIABILITY
CG 20 37 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s}
Or Organization(s)
Location And Description Of Completed Operations
ANY PERSON OR ORGANIZATION
WHOM YOU BECOME OBLIGATED
TO INCLUDE AS AN ADDITIONAL INSURED
AS A RESULT OF ANY CONTRACT OR
AGREEMENT YOU HAVE ENTERED INTO.
PER THE CONTRACT OR AGREEMENT,
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section II - Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury" or
"property damage" caused, in whole or in part,
by "your work" at the location designated and
described in the Schedule of this endorsement
performed for that additional insured and
Inc/tided in the "products -completed operations
hazard".
Ho wever:
1. The insurance afforded to such additional
insured only applies to the extent permitted
by law; and
2. If coverage provided to the additional
insured is required by a contract or agree-
ment, the insurance afforded to such addi-
tional insured will not be broader than that
CG 20 37 04 13
which you are required by the contract or
agreement to provide for such additional
insured.
B. With respect to the insurance afforded to these
additional insureds, the following is added to
Section 111 - Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most
we will pay on behalf of the additional insured
is the amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable Limits of Insu-
rance shown in the Declarations;
whichever is Tess.
This endorsement shall not increase the appli-
cable Limits of Insurance shown in the Decla-
rations.
0 Insurance Services Office, Inc., 2012 Page 1 of 1 0